Loading...
HomeMy WebLinkAbout2008-08-04 City Council Agenda Packet 1 08/04/08 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. Regular Meeting Council Chambers August 04, 2008 7:00 PM ROLL CALL SPECIAL ORDERS OF THE DAY 1. Proclamation for 25th Annual National Night Out Attachment 2. Proclamation for Palo Alto Relay for Life Attachment 3. Adoption of a Resolution Expressing Appreciation to Frank Benest on His Retirement Attachment 4. Appointment of Two Candidates to the Utilities Advisory Commission for Two Terms Ending June 30, 2011 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 period to 30 minutes. CONSENT CALENDAR Items will be voted on in one motion unless removed from the calendar by two Council Members. 08/04/08 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. 5. Adoption of an Ordinance Calling a Special Election and Ordering the Submission of a Proposition Incurring Bonded Debt for the Purpose of Construction and Completion of a New Mitchell Park Library and Community Center, Renovation and Expansion of Main Library, and Renovations to Downtown Library to the Qualified Voters of the City of Palo Alto at the Special Municipal Election to be Held on November 4, 2008 (Introduced on July 21, 2008 – passed 7-0 Schmid & Yeh absent) CMR 340 Attachment 6. Approval of a Contract With Callander Associates Landscape Architecture, Inc., in the Total Amount Not to Exceed $176,186 for Landscape and Engineering Design Services for Greer Park Irrigation System Replacement and Phase IV Improvements – Capital Improvement Program Project PE-09002 CMR 333 Attachment 7. Adoption of a Budget Amendment Ordinance for the Fiscal Year 2008-09 to Provide an Additional Appropriation of $80,000 to Vehicle Replacement Fund, Capital Improvement Program Project VR-07800, and Approval of a Purchase Order With Coast Counties Truck and Equipment Company in an Amount Not to Exceed $744,138 for the Purchase of Two 10-12 Yard Dump Trucks, a 3,600- Gallon Water Truck and a Transfer Dump Truck and Trailer Set CMR 328 Attachment 8. Adoption of a Budget Amendment Ordinance Amending the Budget for Fiscal Year 2008-09 to Provide an Additional Appropriation of $3,436,713 to Capital Improvement Program Project PF-01002; Civic Center Infrastructure Improvements; and Approval of Contracts With 1) Nexgen Builders, Inc. in the Amount of $498,875 for General Interior/Exterior Work Items and Finishes; 2) Acco Engineered Systems, Inc. in the Amount of $2,627,228 for Mechanical and Controls; 3) Acco Engineered Systems, Inc. in the Amount of $1,432,530 for Plumbing, Fire Sprinklers and Fuel Oil System; and 4) Rosendin Electric in the Amount of $488,590 for Electrical and Fire Alarm CMR 334 Attachment 08/04/08 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. 9. Approval of a Contract With Granite Rock Company dba Pavex Construction Division in the Amount of $798,255 for the Municipal Services Center Resurfacing Project - Capital Improvement Program Project PE-08005 CMR 332 Attachment 10. Approval of a Refuse Enterprise Fund Contract With Shaw Environmental in the Amount of $401,350 to Repair, Replace and Upgrade the Landfill Gas and Leachate Collection System Within Byxbee Park/Palo Alto Landfill, Capital Improvement Program Project RF-09002 CMR 322 Attachment 11. Approval of a Contract With Group 4 Architecture Research + Planning, Inc. in the Total Amount Not to Exceed $195,400 for Former Los Altos Treatment Plant Feasibility Study (Including Space Needs and Siting for a New Animal Services and Recycle Center) Capital Improvement Program Project PE-09004 CMR 330 Attachment 12. Adoption of Budget Amendment Ordinance for Fiscal Year 2008- 09 to Provide an Additional Fiber Optics Fund Appropriation of $300,000 for Legal and Technical Consultants to Support the Ultra-High-Speed Broadband System Negotiations; Authorization to Contract for Legal Services With the Law Firm of Davis Wright Tremaine, LLP in the Amount of $100,000 and Authorization to Contract With the Law Firm of Spiegel & McDiarmid, LLP in the Amount of $50,000 CMR 336 Attachment 13. Approval of a Loan Agreement and a Regulatory Agreement With Fabian Way Associates, L. P. to Provide a Development Loan of Residential Housing Funds in the Amount of $600,000 for a Very Low Income 56-Unit Senior Rental Housing Project at 3895 Fabian Way CMR 312 Attachment 14. Approval of a Final Map to Create Six Residential Condominium Units on a .57 Acre Lot at 433 W. Meadow Drive [08PLN-00149] (Continued from July 21, 2008) 08/04/08 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. CMR 310 Attachment 14A. Adoption of an Ordinance Amending Section 2.04.070 (Agenda) of Title 2 (Administrative Code) to Eliminate the Printing of the City Council Agenda in a Newspaper of General Circulation 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. PUBLIC HEARINGS 15. Confirm Weed Abatement Report and Adoption of a Resolution Confirming Weed Abatement Report and Ordering Cost of Abatement to be a Special Assessment of the Respective Properties Described Therein CMR 296 Attachment REPORTS OF OFFICIALS 16. Authorize Staff to Negotiate an Agreement With Greenwaste of Palo Alto to Provide Solid Waste, Recycling and Organics Services and, if Negotiations are Not Satisfactory, Authorize Staff to Alternatively Negotiate With Norcal Systems of Palo Alto CMR 329 Attachment COUNCIL MATTERS 17. This Item Number Has Been Left Blank Intentionally 18. Designation of Voting Delegate and Alternate for 2008 League Conference Attachment 08/04/08 5 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. 19. Approval of Compensation Recommendations for City Manager – Frank Benest, City Attorney – Gary Baum, and City Clerk – Donna Grider and Approval of Contract Amendments with City Attorney – Gary Baum, City Clerk – Donna Grider and new City Manager – James Keene 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:340:08 Page 1 of 2 TO: HONORABLE CITY COUNCIL FROM: CITY MANAGER DEPARTMENT: CITY MANAGER’S OFFICE DATE: AUGUST 4, 2008 CMR: 340:08 SUBJECT: ADOPTION OF AN ORDINANCE CALLING A SPECIAL ELECTION AND ORDERING THE SUBMISSION OF A PROPOSITION INCURRING BONDED DEBT FOR THE PURPOSE OF CONSTRUCTION AND COMPLETION OF A NEW MITCHELL PARK LIBRARY AND COMMUNITY CENTER, RENOVATION AND EXPANSION OF MAIN LIBRARY, AND RENOVATIONS TO DOWNTOWN LIBRARY TO THE QUALIFIED VOTERS OF THE CITY OF PALO ALTO AT THE SPECIAL MUNICIPAL ELECTION TO BE HELD ON NOVEMBER 4, 2008 RECOMMENDATION Staff recommends that Council adopt the attached ordinance (Attachment A) calling for a special municipal election on November 4, 2008 for the purposes of ordering the submission of a proposition incurring bonded debt to construct and complete a new Mitchell Park Library and Community Center, renovate and expand Main Library and renovate Downtown Library. BACKGROUND On July 21, 2008, the City Council adopted a resolution and introduced this ordinance for the purposes of placing a measure on the November ballot authorizing issuance of bonded debt to finance construction of a new Mitchell Park Library and Community Center, renovation and expansion of Main Library and renovation of Downtown Library (Attachment B, CMR 321:08). Pursuant to State law, the City Council must introduce and then adopt, at a subsequent meeting, an ordinance to place the measure on the November 4, 2008 ballot. The ordinance attached was introduced at the July 21, 2008 Council meeting and reflects staff changes made just prior to that meeting. Following the Council action this evening, the City Clerk will file the appropriate paperwork with the County Registrar of Voters before the August 8 deadline for November ballot measures. For reference, staff is also including with this report information related to filing arguments either for or against November ballot measures (Attachment C). The July 21 staff report (Attachment B) outlined the process for preparing and filing direct and rebuttal arguments on a measure. RESOURCE IMPACT The staff report prepared for the July 21, 2008 City Council meeting (Attachment B) outlined the resource impacts associated with these projects. CMR:340:08 Page 2 of 2 POLICY IMPLICATIONS This report is consistent with existing City policies and with the establishment of the Library Plan/Public Safety Building as a Top 4 priority for 2008. ENVIRONMENTAL REVIEW The environmental review process for these projects was outlined and approved at the July 21, 2008 meeting as outlined in that staff report (Attachment B). ATTACHMENTS Attachment A: AN ORDINANCE OF THE COUNCIL OF THE CITY OF PALO ALTO CALLING A SPECIAL ELECTION AND ORDERING THE SUBMISSION OF A PROPOSITION OF INCURRING BONDED DEBT FOR THE PURPOSE OF CONSTRUCTION AND COMPLETION OF A NEW MITCHELL PARK LIBRARY AND COMMUNITY CENTER, RENOVATION AND EXPANSION OF MAIN LIBRARY, AND RENOVATIONS TO DOWNTOWN LIBRARY TO THE QUALIFIED VOTERS OF THE CITY OF PALO ALTO AT THE SPECIAL MUNICIPAL ELECTION TO BE HELD ON NOVEMBER 4, 2008 Attachment B: CMR 321:08 from July 21, 2008 City Council meeting Attachment C: “City of Palo Alto Measure/Ordinances” - information sheet from the City Clerk regarding measures PREPARED BY: __________________________________ Kelly Morariu Interim Deputy City Manager CITY MANAGER APPROVAL: __________________________________ FRANK BENEST City Manager CMR:333:08 Page 1 of 3 TO: HONORABLE CITY COUNCIL FROM: CITY MANAGER DEPARTMENT: PUBLIC WORKS DATE: AUGUST 4, 2008 CMR: 333:08 SUBJECT: APPROVAL OF A CONTRACT WITH CALLANDER ASSOCIATES LANDSCAPE ARCHITECTURE, INC., IN THE TOTAL AMOUNT NOT TO EXCEED $176,186 FOR LANDSCAPE AND ENGINEERING DESIGN SERVICES FOR GREER PARK IRRIGATION SYSTEM REPLACEMENT AND PHASE IV IMPROVEMENTS – CAPITAL IMPROVEMENT PROGRAM PROJECT PE-09002 RECOMMENDATION Staff recommends that Council approve and authorize the City Manager or his designee to execute the attached contract with Callander Associates Landscape Architecture, Inc., (Attachment A) in the amount of $176,186 for landscape and engineering design services for the Greer Park Irrigation System Replacement and Phase IV Improvements (PE-09002), including $160,186 for basic services and $16,000 for additional services. BACKGROUND John Lucas Greer Park is a 22-acre neighborhood park located at 1098 Amarillo Avenue. The existing improvements were constructed in phases during the 1980’s and early 1990’s. A 1.5 acre portion of the park on the corner of Colorado Avenue and West Bayshore Road has remained undeveloped until now. Funding for improvements to this undeveloped parcel, which had been identified as Phase IV, was included in the FY 07-08 budget (CIP PE-09002). Staff decided to postpone implementation until the current fiscal year in order to combine that project with a more all-encompassing FY 08-09 project (CIP PE-09002) that will include improvements to the existing irrigation system, the recycled water mixing and pump station, and various other components of the infrastructure, including the children’s play area, picnic areas, pathways and benches. Staff concluded that combining the project’s phases would accelerate implementation of critical improvements to the irrigation pump station and result in more competitive construction bids while minimizing disruption of public access to the park. DISCUSSION The purposes of the Greer Park Irrigation System Replacement and Phase IV Improvements include: repair or replacement of those parts of the park irrigation system that are no longer serviceable, including the pump station and recycled water mixing system; development of the vacant parcel as a “passive” recreational area compatible with the potential for future installation of tennis courts; replace the children’s play structure and renovation of the surrounding plaza and picnic areas; and implementation of improvements to other components of existing park infrastructure as funding allows, including pathways, benches, fencing, backstops, fitness stations, dog run and peripheral landscaped areas. CMR:333:08 Page 2 of 3 The consultant will conduct public outreach and prepare design and construction documents to implement these improvements. The existing irrigation system and pump station exhibit significant deterioration and are in need of almost total replacement. Some lateral lines and spray heads may be able to be salvaged depending on the eventual design, but the pump station, controllers, main line, valves, and most lateral lines and spray heads will need to be replaced. The children’s play area is also dated and in need of an upgrade. The undeveloped 1.5 acre parcel has long been the subject of intense discussion among advocates of various scenarios for its development. On August 7, 2006 Council directed staff to construct a passive recreational area within the 1.5 acre undeveloped area, the design of which should ultimately accommodate one or two tennis courts in the future if the City so desired (CMR:311:06). Other components of the existing park infrastructure are also in need of upgrades, including softball fencing and dugouts, site furniture and the dog run. These improvements will be included in the renovation design but implemented only as funding becomes available. Summary of Solicitation Process Proposal Description Name/Number of Proposal Greer Park Renovation and Pump Station Replacement; RFP126814 Proposed Length of Project 6 months – design only Number of Proposals Mailed 21 Total Days to Respond to Proposal 25 Pre-proposal Meeting Date May 13, 2008 at 10:30 a.m. Number of Company Attendees at Pre- proposal Meeting 19 Number of Proposals Received: 8 Company Name Location (City, State) Selected for oral interview? 1. Royston, Hanamoto, Alley & Abey Marin, CA Yes 2. Amphion Environmental Oakland, CA Yes 3. Ripley Design Group Walnut Creek, CA No 4. Chau & Chang Landscape Arch. Albany, CA No 5. Callander Associates San Mateo, CA Yes 6. HMH Landscape Architecture San Jose, CA No 7. Tanaka Design Group San Francisco, CA No 8. Bellinger Foster Steinmetz Monterey, CA Yes Range of Proposal Amounts Submitted $118,000- $166,500 A Request for Proposals (RFP) for the Greer Park Renovation and Pump Station Replacement design services was posted at the Civic Center and on the City website. An evaluation committee consisting of staff members from Public Works Engineering and the Community Services Department reviewed the proposals. Four firms were invited to participate in oral interviews on July 1, 2008. The committee carefully reviewed each firm's qualifications and CMR:333:08 Page 3 of 3 submittal in response to the criteria identified in the RFP. The criteria used to select a firm were project management strengths and qualifications, design aesthetics, technical expertise and price. Callander Associates Landscape Architects was selected over the other firms interviewed on the basis of its extensive experience in park planning and design including public outreach, as well as the superior qualifications of their sub-consultants in the areas of pump station mechanics and irrigation systems design. In addition, Callander Associates Landscape Architects has worked on universally accessible play area designs. RESOURCE IMPACT Council had appropriated a total of $1,850,000 to PE-09002 Greer Park Irrigation System Replacement and Phase IV Improvements since the project’s inception in fiscal year 2007-08. Funding for the Greer Park Renovation and Pump Station Replacement design is available in this Capital Improvement Project. Staff anticipates that development of the vacant 1.5 acre parcel may require some reallocation of parks maintenance manpower and resources, and would not represent an expense greater than the hiring of a seasonal maintenance assistant for approximately 25% of the maximum allotted work for a total expense of approximately $4,000. POLICY IMPLICATIONS This project is consistent with existing City policies, including the recommendations of the Parks and Recreation Commission and the Finance Committee (CMR 311:06) to proceed with the completion of Greer Park in 2006. TIMELINE The consultant will begin design work shortly after contract approval. Completion of the design phase is anticipated to be in the winter of 2009. ENVIRONMENTAL REVIEW This project is exempt from the California Environmental Quality Act (CEQA) pursuant to the provisions of Sections 15301 and 15302 of the CEQA guidelines. ATTACHMENTS Attachment A: Contract (includes Scope of Services and Certification of Nondiscrimination) PREPARED BY: _________________________________ CHRIS RAFFERTY Landscape Architect DEPARTMENT HEAD: _________________________________ GLENN ROBERTS Director of Public Works CITY MANAGER APPROVAL: ________________________________ STEVE EMSLIE/KELLY MORARIU Deputy City Managers CMR:328:08 Page 1 of 3 TO: HONORABLE CITY COUNCIL FROM: CITY MANAGER DEPARTMENT: PUBLIC WORKS DATE: AUGUST 4, 2008 CMR: 328:08 SUBJECT: ADOPTION OF A BUDGET AMENDMENT ORDINANCE FOR THE FISCAL YEAR 2008-09 TO PROVIDE AN ADDITIONAL APPROPRIATION OF $80,000 TO VEHICLE REPLACEMENT FUND, CAPITAL IMPROVEMENT PROGRAM PROJECT VR-07800, AND APPROVAL OF A PURCHASE ORDER WITH COAST COUNTIES TRUCK AND EQUIPMENT COMPANY IN AN AMOUNT NOT TO EXCEED $744,138 FOR THE PURCHASE OF TWO 10-12 YARD DUMP TRUCKS, A 3,600-GALLON WATER TRUCK AND A TRANSFER DUMP TRUCK AND TRAILER SET RECOMMENDATION Staff recommends that Council: 1. Adopt the attached Budget Amendment Ordinance (BAO) in the amount of $80,000 (Attachment A) to provide an additional appropriation to Vehicle Replacement Fund, Capital Improvement Program (CIP) Project, Scheduled Vehicle and Equipment Replacements, VR-07800, for the purchase of a transfer dump truck and trailer set (transfer dump). 2. Approve and authorize the City Manager or his designee to execute a purchase order with Coast Counties Truck and Equipment Company in an amount not to exceed $744,138 for the purchase of two 10-12 yard dump trucks, a 3,600-gallon water truck, and the transfer dump noted in item 1 above. DISCUSSION Vehicle Replacement Fund CIP Project VR-07800 authorizes the replacement of three 10-12 yard dump trucks and a 3,600-gallon water truck. Each of these trucks is at the end of its useful life, and cannot meet current exhaust emissions standards without a costly emissions retrofit. Two of the dump trucks and the water truck will be replaced “in-kind”; the third dump truck will be upgraded to a transfer dump to provide additional load-carrying capacity for the in-house streets maintenance program. The $80,000 incremental cost of this upgrade will be funded by a transfer from the Streets Maintenance CIP Project PE-86070 to the Vehicle Replacement Fund CIP in accordance with the attached BAO. CMR:328:08 Page 2 of 3 The more expensive transfer dump is needed to accommodate the quantity of pavement spoils that will be generated by a self-loading asphalt grinding machine that was recently ordered and is expected to be in service by December 2008. Using a grinder to mill the asphalt is much more efficient than the current method of breaking up the pavement and loading it in large chunks; however, because the grinder is more efficient, it will fill the streets crew’s existing 10-12 yard dump trucks much faster, necessitating many more trips to the dump site. The transfer dump, with its 30-yard capacity, will accommodate nearly three times the amount of material, which will significantly reduce the number of trips to the dump site. This will increase labor efficiency, reduce fuel consumption, and lower carbon emissions. In addition, the truck’s additional capacity will be very beneficial when material needs to be hauled out of the area subsequent to the closure of the City’s landfill. A Request for Quotation (RFQ) for medium duty trucks was sent to eight vendors on May 27, 2008. Bids were received from two qualified vendors on June 17, 2008, as listed on the attached bid summary (Attachment B). Bids ranged from a high of $744,138 (for all bid items) to a low bid of $193,953 (for the water truck only). The bid for the water truck submitted by West-Mark did not meet specifications, so it could not be considered for award. Vendors not responding indicated that they did not submit a bid because they were to busy too respond. Staff has reviewed all bids submitted and recommends that the bid submitted by Coast Counties Truck and Equipment Company be accepted and that Coast Counties Truck and Equipment Company be declared the lowest responsible bidder. Staff has checked references supplied by the vendor for previous contracts and has found no significant complaints. RESOURCE IMPACT In fiscal year 2006-07, Council appropriated $3.6 million to CIP Project VR-07800 to cover the costs of scheduled replacements of vehicles and equipments. In the second quarter of fiscal year 2006-07, Council appropriated an additional $175,000 to this project to provide funding for the acquisition of a self-loading asphalt grinding machine to be used primarily for the street maintenance project. The existing balance of the appropriation is not sufficient to cover the increased cost of a dump truck and trailer set. A Budget Amendment Ordinance is necessary to move the appropriation of $80,000 from the Street Maintenance CIP PE-86070 to Vehicle Replacement CIP VR-07800 for the purchase of the transfer dump to be utilized in the street maintenance program. The proposed BAO has no impact on any reserve balance. POLICY IMPLICATIONS Authorization of the contract does not represent any change to the existing policy. ENVIRONMENTAL REVIEW This is not a project as defined in Section 21065 of the California Environmental Quality Act. The trucks being supplied are in conformance with all applicable emissions laws and regulations, and will emit significantly fewer exhaust emissions than the vehicles they are replacing. CMR:328:08 Page 3 of 3 ATTACHMENTS Attachment A: Budget Amendment Ordinance (includes Exhibit A: CIP page) Attachment B: Bid Summary Attachment C: Certification of Nondiscrimination PREPARED BY: ______________________________________ KEITH LAHAIE Fleet Manager DEPARTMENT HEAD: ______________________________________ GLENN S. ROBERTS Director of Public Works CITY MANAGER APPROVAL: ______________________________________ KELLY MORARIU and STEVE EMSLIE Deputy City Managers CMR:334:08 Page 1 of 7 TO: HONORABLE CITY COUNCIL FROM: CITY MANAGER DEPARTMENT: PUBLIC WORKS DATE: AUGUST 4, 2008 CMR: 334:08 SUBJECT: ADOPTION OF A BUDGET AMENDMENT ORDINANCE AMENDING THE BUDGET FOR FISCAL YEAR 2008-09 TO PROVIDE AN ADDITIONAL APPROPRIATION OF $3,436,713 TO CAPITAL IMPROVEMENT PROGRAM PROJECT PF-01002; CIVIC CENTER INFRASTRUCTURE IMPROVEMENTS; AND APPROVAL OF CONTRACTS WITH 1) NEXGEN BUILDERS, INC. IN THE AMOUNT OF $498,875 FOR GENERAL INTERIOR/EXTERIOR WORK ITEMS AND FINISHES; 2) ACCO ENGINEERED SYSTEMS, INC. IN THE AMOUNT OF $2,627,228 FOR MECHANICAL AND CONTROLS; 3) ACCO ENGINEERED SYSTEMS, INC. IN THE AMOUNT OF $1,432,530 FOR PLUMBING, FIRE SPRINKLERS AND FUEL OIL SYSTEM; AND 4) ROSENDIN ELECTRIC IN THE AMOUNT OF $488,590 FOR ELECTRICAL AND FIRE ALARM RECOMMENDATION Staff recommends that Council: 1. Adopt the attached Budget Amendment Ordinance (BAO) in the amount of $3,436,713 (Attachment A) to provide an additional appropriation for the Civic Center Infrastructure Upgrades, Capital Improvement Program (CIP) Project PF-01002. 2. Approve and authorize the City Manager or his designee to execute the attached contract with Nexgen Builders, Inc. in the amount of $498,875 (Attachment B) for Civic Center Infrastructure Upgrades: General Interior/Exterior Work Items and Finishes - Capital Improvement Program Project PF-01002. 3. Authorize the City Manager or his designee to negotiate and execute one or more change orders to the contract with Nexgen Builders, Inc. for related, additional but unforeseen work which may develop during the project, the total value of which shall not exceed $49,925. 4. Approve and authorize the City Manager or his designee to execute the attached contract with Acco Engineered Systems, Inc. for base bid services in the amount of $2,440,453 plus allowance #1 in the amount of $86,775 and allowance #2 in the amount of $100,000 for a total amount of $2,627,228 (Attachment C) for Civic Center Infrastructure Upgrades: Mechanical and Controls - Capital Improvement Program Project PF-01002. CMR:334:08 Page 2 of 7 5. Authorize the City Manager or his designee to negotiate and execute one or more change orders to the contract with Acco Engineered Systems, Inc. for related, additional but unforeseen work which may develop during the project, the total value of which shall not exceed $244,047. 6. Approve and authorize the City Manager or his designee to execute the attached contract with Acco Engineered Systems, Inc. in the amount of $1,432,530 (Attachment D) for Civic Center Infrastructure Upgrades: Plumbing, Fire Sprinklers and Fuel Oil System - Capital Improvement Program Project PF-01002. 7. Authorize the City Manager or his designee to negotiate and execute one or more change orders to the contract with Acco Engineered Systems, Inc. for related, additional but unforeseen work which may develop during the project, the total value of which shall not exceed $143,270. 8. Approve and authorize the City Manager or his designee to execute the attached contract with Rosendin Electric in the amount of $488,590 (Attachment E) for Civic Center Infrastructure Upgrades: Electrical and Fire Alarm - Capital Improvement Program Project PF-01002. 9. Authorize the City Manager or his designee to negotiate and execute one or more change orders to the contract with Rosendin Electric for related, additional but unforeseen work which may develop during the project, the total value of which shall not exceed $48,910. BACKGROUND The Civic Center was built in 1969. It houses the majority of the City administrative offices in 86,500 square feet, the police station in 19,000 square feet, and three levels of parking in 250,000 square feet. The building complex has a replacement value approaching $100 million dollars in today’s market. Industry standards recommend spending a minimum of 2% of the building value on maintenance and repairs annually, equating to $2 million per year, to preserve and maintain the building. These expenditures are not for upgrades, improvements or betterments; rather they serve to preserve and maintain the building in continuing good functional condition. Major electrical and mechanical systems such as the boiler, generator, and fan system components, which are original to the building, are proposed to be replaced or refurbished under these contracts. These systems have exceeded their useful lives and are in need of replacement to provide another 30 years of beneficial use of the building. Service interruptions have occurred and may become more frequent if equipment is not replaced or refurbished as currently scheduled. Mechanical and electrical systems serving the police wing are excluded from the project at this time. As part of the on-going capital infrastructure maintenance program, a complete building system study of the Civic Center was completed in fiscal year 2002-03. Construction covered under these contracts is based on recommendations made in the Civic Center Building Infrastructure Study dated September 5, 2003 (Attachment F). The study may be viewed at the Public Works Department counter located on the 6th Floor at 250 Hamilton Avenue, Palo Alto, or by contacting CMR:334:08 Page 3 of 7 the Manager of Facilities Maintenance and Projects at 650-496-6973. An elevator upgrade, the first major infrastructure work, was completed in 2005. Design services for the remainder of the work identified in FY 2002/03, which includes electrical system upgrades, generator replacement, mechanical system upgrades, and exterior sealing and painting were awarded in 2005 (CMR:282:05). A contract for Construction Management Services was awarded on March 10, 2008 to assist City staff with project management during this phase (CMR:160:08). Due to the overall cost of the project, construction of the major work has been broken into three phases and will be bid in three stages. Work awarded in this first phase with these four contracts will include replacement of the main building generator, boiler, and refurbishment or replacement of major garage and building mechanical and electrical systems. This phase also addresses various code-required fire and life safety upgrades. Phases two and three will improve the remainder of the mechanical and electrical systems, including transformers, panels, etc.; and will include exterior painting and sealing. These phases are expected to be completed over the next four to five years. Funding for this and the remaining phases was spread over a period of six years to relieve the burden on the Infrastructure Reserve. Funds previously set aside were deferred until the project was bid, allowing for the funds to be used for other projects, and just in time funding for this phase. Timing of specific items may shift due to condition assessment and availability of funding. DISCUSSION The work to be completed under this phase will be completed by four multiple prime contractors responsible for: General Interior/Exterior Work Items and Finishes; Mechanical and Controls; Plumbing, Fire Sprinklers and Fuel Oil System; and Electrical and Fire Alarm. Use of this multiple prime delivery method, coupled with a construction management firm, provides reduced overhead cost for the specialty contractors, increases competition for each contract, and augments project management services of the limited staffing available in-house. The scope of work under General Interior/Exterior Work Items and Finishes includes jobsite trailers, fencing, barricades, and dust abatement measures for the full scope of the project; complete renovation of the Level “A” Restrooms for accessibility; exterior/interior removal and replacement of floors, walls, and ceilings as required for installations by other trades; digital concrete scanning for work by all trades; structural infill of floors, walls, and ceilings; construction of fire rated shafts; and exterior and interior finishes required such as plaster, paint, tile, etc. The scope of work under Mechanical and Controls includes the demolition and re-work of all heating, ventilation, air conditioning and control work for the building supply and return air fan systems including fan enclosures, coils, and valves; refurbishment of garage fan systems and CO sensing and control system; testing, repair and replacement of fire and smoke dampers; repair or replacement of roof exhaust fans; replacement of the HVAC unit serving the second floor computer room; and all sheetmetal and ductwork as required for the project. This package includes two allowances which will be awarded with the base bid services. Allowance #1 is for the repair and replacement of fire dampers in the main air supply ductwork throughout the CMR:334:08 Page 4 of 7 building. Allowance #2 is for the replacement of actuator motors in the building’s supply and return fan systems. The scope of work under the Plumbing, Fire Sprinkler and Fuel Oil System package includes all work related to the emergency generator diesel fuel supply lines; boiler replacement with three modulating boilers; fire sprinkler system modifications; modifications to the chilled and hot water piping systems; supply and installation of all plumbing fixtures; and all piping, pumps, valves, etc. required for work under all contracts. The scope of work for the Electrical and Fire Alarm package includes all low and high voltage electrical work; fire alarm system modifications; replacement of the building emergency generator; provision of temporary generator during construction; all motors, starters, drives, transformers, lighting fixtures, etc. as required by the project; and electrical system wiring and connections to equipment under all contracts. Work of all four contractors will be concurrent, with disruptive work scheduled for evenings and weekends. The construction is scheduled to begin September 2008 with completion in summer 2009. Bid Process A notice inviting formal bids for the Civic Center Infrastructure Upgrades project was posted at City Hall and sent to 40 contractors and 5 builder's exchanges on June 9, 2008. The bidding period was 36 days. Bids were received from 25 qualified contractors on July 15, 2008, as listed on the attached bid summary (Attachment F). General Interior/Exterior Work Items and Finishes bids ranged from a high of $885,000 to a low bid of $498,875. Mechanical and Controls bids ranged from a high of $2,511,840 to a low bid of $2,440,453. Plumbing, Fire Sprinklers and Fuel Oil System bids ranged from a high of $1,789,239 to a low bid of $1,432,530. Electrical and Fire Alarm bids ranged from a high of $911,380 to a low bid of $488,590. Contractors not responding indicated they did not bid due to their workload, the size of the project, the complexity of working in an occupied building, and unfamiliarity with some of the building’s systems. Summary of Bid Process Bid Name/Number Civic Center Infrastructure Upgrades - IFB Proposed Length of Project 270 calendar days Number of Bid Packages Mailed to Contractors 40 Number of Bid Packages Mailed to Builder’s Exchanges 5 Total Days to Respond to Bid 36 CMR:334:08 Page 5 of 7 Pre-Bid Meeting June 19, 2008 Number of Company Attendees at Pre-Bid Meeting 38 Number of Bids Received: General Interior/Exterior Work Items and Finishes 6 Bid Price Range $498,875 - $885,000 Number of Bids Received: Mechanical and Controls 2 Bid Price Range $2,440,453 – $2,511,840 Number of Bids Received: Plumbing, Fire Sprinklers and Fuel Oil System 2 Bid Price Range $1,432,530 – $1,789,239 Number of Bids Received: Electrical And Fire Alarm 3 Bid Price Range $488,590 – $911,380 *Bid summary provided in Attachment G. The Certification of Nondiscrimination forms are Attachment H. Staff reviewed all bids submitted for General Interior/Exterior Work Items and Finishes and recommends that the bid of $498,875 submitted by Nexgen Builders, Inc. be accepted and that Nexgen Builders, Inc. be declared the lowest responsible bidder. The change order amount of $49,925 which equals ten percent of the total contract is requested for unforeseen conditions which may be discovered during construction. Staff reviewed all bids submitted for Mechanical and Controls and recommends that the bid of $2,440,453 plus allowances submitted by Acco Engineered Systems, Inc. be accepted and that Acco Engineered Systems, Inc. be declared the lowest responsible bidder. The change order amount of $244,047 which equals ten percent of the total contract is requested for unforeseen conditions which may be discovered during construction. Staff reviewed all bids submitted for Plumbing, Fire Sprinklers and Fuel Oil System and recommends that the bid of $1,432,530 submitted by Acco Engineered Systems, Inc. be accepted and that Acco Engineered Systems, Inc. be declared the lowest responsible bidder. The change order amount of $143,270 which equals ten percent of the total contract is requested for unforeseen conditions which may be discovered during construction. Staff reviewed all bids submitted for Electrical and Fire Alarm and recommends that the bid of $488,590 submitted by Rosendin Electric be accepted and that Rosendin Electric be declared the lowest responsible bidder. The change order amount of $48,910 which equals ten percent of the total contract is requested for unforeseen conditions which may be discovered during construction. The engineer’s estimate of $5,911,700 was prepared based on the project award as a whole. Breakdown was not provided in a way to compare the four individual packages. The total of $5,047,223, including allowances, for the four contracts is fifteen percent below the engineer’s CMR:334:08 Page 6 of 7 estimate of $5,911,700. This cost reduction is in large part due to splitting this phase of the project into four distinct construction contracts. Staff confirmed with the Contractor's State License Board that contractors have active licenses on file. Staff checked references supplied by the contractors for previous work performed and found no significant complaints. Certifications of Nondiscrimination are provided in Attachment G. RESOURCE IMPACT The Civic Center Infrastructure Upgrades Project has had a cumulative appropriation of $7,494,000 since fiscal year 2000-01. A significant amount of this appropriation paid for the complete building study in 2002-03, elevator upgrade, design services in 2005, and construction management awarded in March 2008. The remaining balance of the appropriation of $2,546,662 is not sufficient to pay the costs for this phase of the project. An additional appropriation of $3,436,713 is needed to fund this phase, which includes mechanical, electrical, accessibility, and fire/life safety work and other related costs. The proposed funding request for this project will bring the total appropriation to $10,930,713. Details of the costs are as follows: Description Amount Nexgen Builders, Inc. – for general interior/exterior work items and finishes* $ 548,800 ACCO Engineered Systems, Inc.- for mechanical and controls* $2,871,275 ACCO Engineered Systems, Inc. – for plumbing, fire sprinklers and fuel oil system* $1,575,800 Rosendin Electric - for electrical and fire alarm* $ 537,500 Green building consultant $ 200,000 Testing services $ 75,000 Hazardous materials removal $ 125,000 Other miscellaneous expenses $ 50,000 Total Estimated Costs $5,983,375 Existing appropriation balance $2,546,662 Additional appropriation needed $3,436,713 *contract amount includes 10% contingency The Capital Project Fund Infrastructure Reserve (IR) will provide the necessary funding. A Budget Amendment Ordinance (Attachment A) in the amount of $3,436,713 is needed to increase the appropriation to CIP Project PF-01002 (Civic Center Infrastructure Upgrades). The Capital Project Fund IR has a projected balance of $8,157,287 after funding this Project. It must be noted that Phase 2 and Phase 3 of the Project discussed in the “Background” section of this report will require additional funding resources in the future as proposed in the 2008-13 CIP. The timing for the completion of these phases is dependent on the availability of funding from the IR. CMR:334:08 Page 7 of 7 Given the cost of the project and the low balance of the Infrastructure Reserve, an alternate funding source was considered to supplement the project cost. Staff worked with the California Energy Commission (CEC) to determine if their loan program would be of benefit to the City. After review of the project by the CEC, it was determined that the work allowed under their program would be a small portion of the project. Acceptance of the loan would have triggered a requirement for prevailing wage, thereby significantly diminishing any gain from the loan program. Therefore, the CEC loan was not pursued. POLICY IMPLICATIONS This recommendation does not represent any change to existing City policies. ENVIRONMENTAL REVIEW This project is categorically exempt from California Environmental Quality Act (CEQA) under Sections 15301 and 15302 of the CEQA guidelines as an alteration to an existing facility, and no further environmental review is necessary. ATTACHMENTS Attachment A: Budget Amendment Ordinance Attachment B: Contract for General Interior/Exterior Work Items and Finishes Attachment C: Contract for Mechanical and Controls Attachment D: Contract for Plumbing, Fire Sprinklers and Fuel Oil System Attachment E: Contract for Electrical and Fire Alarm Attachment F: Building Infrastructure Study, dated September 5, 2003 Attachment G: Bid Summary Attachment H: Certifications of Nondiscrimination (4) Copies of the attachments to this CMR:334:08 may be viewed on-line at http://www.cityofpaloalto.org/knowzone/agendas/council.asp; at the Public Works Department counter located at 250 Hamilton Avenue, 6th Floor, Palo Alto or by contacting Karen Smith at 650-496-6973. PREPARED BY: _____________________________________ KAREN SMITH Manager, Facilities Maintenance and Projects DEPARTMENT HEAD: _____________________________________ GLENN ROBERTS Director of Public Works CITY MANAGER APPROVAL: _____________________________________ KELLY MORARIU and STEVE EMSLIE Deputy City Managers CMR:332:08 Page 1 of 3 TO: HONORABLE CITY COUNCIL FROM: CITY MANAGER DEPARTMENT: PUBLIC WORKS DATE: AUGUST 4, 2008 CMR: 332:08 SUBJECT: APPROVAL OF A CONTRACT WITH GRANITE ROCK COMPANY DBA PAVEX CONSTRUCTION DIVISION IN THE AMOUNT OF $798,255 FOR THE MUNICIPAL SERVICES CENTER RESURFACING PROJECT - CAPITAL IMPROVEMENT PROGRAM PROJECT PE-08005 RECOMMENDATION Staff recommends that Council: 1. Approve and authorize the City Manager or his designee to execute the attached contract in the amount of $798,255 with Granite Rock Company DBA Pavex Construction Division (Attachment A) for the Municipal Services Center Resurfacing Project - Capital Improvement Project PE-08005; and 2. Authorize the City Manager or his designee to negotiate and execute one or more change orders to the contract with Granite Rock Company DBA Pavex Construction Division for related, additional but unforeseen work that may develop during the project, the total value of which shall not exceed $79,825. BACKGROUND The Municipal Services Center (MSC), constructed in 1965, functions as the operational headquarters for the Public Works and Utilities departments. The MSC houses all in-house construction crews and equipment, the maintenance facility for the City’s fleet, a fueling station, and the City’s supply warehouse. Due to the continuous heavy equipment travel on a daily basis, the MSC pavement has aged and failed, especially along the main travel ways, and has never been resurfaced. Several minor repairs have occurred over the years using in-house resources to keep the pavement operational. Extensive repairs of the failed areas are now necessary. DISCUSSION Scope of Work Staff has divided the MSC yard into five (5) segments (A through E) to assure full access to the yard during construction. The base bid consists of Segments A, B, C, and E and includes repairing all of the pavement failures and replacing the existing surface with new asphalt concrete in phases over the duration of the project. The pavement failure areas will be removed down to six (6) inches in depth and the road base will be re-compacted and repaved with three (3) inches of asphalt concrete. Then the remaining pavement in Segments A, B, C, and E will be CMR:332:08 Page 2 of 3 ground down three (3) inches and re-surfaced with three (3) inches of new asphalt concrete. Segment D, Add Alternate No. 1, will include all work as described in the base bid. Project Coordination Staff coordinated the MSC Resurfacing Project with representatives of all parties (departments) that will be affected by this project. The equipment and storage containers will be temporarily relocated as necessary by City crews. The Contractor is required to complete the work on each segment before starting work on another. Public Works Operations will install new striping in each segment as the work progresses and City crews will return the equipment and storage containers to the newly paved segments. Bid Process A notice inviting formal bids for the MSC Resurfacing Project was posted at City Hall on June 17, 2008 and sent to 10 builders' exchanges and 12 potential bidders. The bidding period was 21 days. Bids were received from eight (8) qualified contractors on July 8, 2008 as listed on the attached bid summary (Attachment B). Bids ranged from a total low bid of $798,255 to a high of $1,029,173. The low bid is 31 percent under the engineer’s estimate of $1,150,685. The engineer’s estimate was based on a standard rate of 3% to 5% inflation increase in costs received on prior street maintenance project. Summary of Bid Process Bid Name/Number Municipal Services Center Resurfacing Project / IFB #127106 Proposed Length of Project 45 calendar days Number of Bids Mailed to Contractors 12 Number of Bids Mailed to Builder’s Exchanges 11 Total Days to Respond to Bid 21 Pre-Bid Meeting? No Number of Company Attendees at Pre-Bid Meeting N/A Number of Bids Received: 8 Bid Price Range (including add alternate 1) Low bid $798,255 to a high of $1,029,173 The Certification of Nondiscrimination is Attachment C. Staff recommends that the base bid and add alternate number 1 in the total amount of $798,255 submitted by Granite Rock Company DBA Pavex Construction Division be accepted and that Granite Rock Company DBA Pavex Construction Division be declared the lowest responsible bidder. The change order amount of $79,825 (which equals 10% of the total contract) is requested to resolve unforeseen problems and/or conflicts that may arise during the construction period. Staff checked references supplied by the contractor for previous work performed and CMR:332:08 Page 3 of 3 found no significant complaints. Staff also checked with the Contractor's State License Board and found that the contractor has an active license on file. RESOURCE IMPACT Due to the size of this project, City staffing levels are not adequate to accomplish the construction work in-house. In addition, the City does not own the type of equipment required to perform this work and staff believes that it is cost effective to have the work performed by outside contractors. Funds for this project are available in the Municipal Service Center Resurfacing Project PE- 08005. This CIP was funded based on area of occupancy by City departments and was funded by the General Fund and Enterprise Funds (Water, Gas, Wastewater and Electric). POLICY IMPLICATIONS This recommendation does not represent any change to existing City policies. ENVIRONMENTAL REVIEW This project has been determined to be categorically exempt from review under the California Environmental Quality Act (CEQA) as repair and maintenance of existing streets and similar facilities pursuant to CEQA Guidelines, Section 15301 (c). ATTACHMENTS Attachment A: Contract Attachment B: Bid Summary Attachment C: Certification of Nondiscrimination PREPARED BY: ________________________________ ELIZABETH AMES Senior Engineer DEPARTMENT HEAD: ________________________________ GLENN S. ROBERTS Director of Public Works CITY MANAGER APPROVAL: ________________________________ STEVE EMSLIE/KELLY MORARIU Deputy City Managers CMR:322:08 Page 1 of 3 TO: HONORABLE CITY COUNCIL FROM: CITY MANAGER DEPARTMENT: PUBLIC WORKS DATE: AUGUST 4, 2008 CMR: 322:08 SUBJECT: APPROVAL OF A REFUSE ENTERPRISE FUND CONTRACT WITH SHAW ENVIRONMENTAL IN THE AMOUNT OF $401,350 TO REPAIR, REPLACE AND UPGRADE THE LANDFILL GAS AND LEACHATE COLLECTION SYSTEM WITHIN BYXBEE PARK/PALO ALTO LANDFILL, CAPITAL IMPROVEMENT PROGRAM PROJECT RF- 09002 RECOMMENDATION Staff recommends that Council: 1. Approve and authorize the City Manager or designee to execute the attached contract with Shaw Environmental in the amount of $401,350 to repair, replace and upgrade the landfill gas and leachate collection system pursuant to CIP RF-09002. 2. Authorize the City Manager or his designee to negotiate and execute one or more change orders to the contract with Shaw Environmental for related, additional but unforeseen work which may develop during the project, the total value of which shall not exceed $40,135. DISCUSSION Project Description Work to be performed under this contract includes repair, replacement and upgrade to the landfill gas and leachate collection and removal system within Byxbee Park, a 29 acre section of the Palo Alto Landfill that was closed in 1990. The gas and leachate collection systems have been experiencing significant problems over the last few years due to settlement and age-deterioration. That has inhibited collection and removal of gas and leachate from the landfill within Byxbee Park. Settlement of the buried PVC gas piping in several areas has allowed gas condensate to collect in low areas of the piping, causing restrictions and preventing optimal vacuum on the gas collection wells. In addition, older PVC gas piping has cracked (due to settlement) causing leaks and high oxygen content in wells potentially causing the gas wells to be out of regulatory compliance. Scaling (the build up of solids inside the piping) has blocked and inhibited the extraction and flow of leachate, making it difficult to remove leachate from the landfill within the Byxbee Park area. Replacing the PVC gas piping with welded HDPE piping will allow the City to stay in compliance with the Bay Area Air Quality Management District regulations regarding oxygen CMR:322:08 Page 2 of 3 concentrations and methane surface emissions as well as to continue to provide the Palo Alto Regional Water Quality Control Plant (RWQCP) with a beneficial supply of landfill gas to help run its sludge incinerators. New HDPE leachate piping is necessary to alleviate blockage caused by scaling and to prevent potential leachate leaks in the aged piping (that could result in regulatory violations). The larger size piping will also help minimize the blockages caused by scaling. Generally, work under this contract includes: • Replacement of all buried LFG PVC piping with HDPE piping; • Replacement of all buried HDPE undersized piping with large HDPE piping; • Replacement of six deteriorated gas wells (out of 18 total wells within Byxbee park); • Replacement of four gas condensate traps and tying them into the leachate extraction system to meet newer regulatory requirements; • Installation of two new piezometer wells that will help measure the buildup of leachate within the landfill; and • The proper abandonment of all replaced wells, gas condensate traps and other components. Full operation of the gas collection system is required by Air District Regulations during the construction work. Summary of Bid Process Bid Name/Number Environmental Control Systems Upgrades – Byxbee Park/Palo Alto Landfill/IFB Number 127060 Proposed Length of Project 94 days Number of Bids Mailed to Contractors 5 Number of Bids Mailed to Builder’s Exchanges 10 Total Days to Respond to Bid 28 Pre-Bid Meeting? Yes Number of Company Attendees at Pre-Bid Meeting 6 Number of Bids Received: 3 Bid Price Range From a low of $401,350 to a high of $488,625 *Bid summary provided in Attachment B. Staff has reviewed all bids submitted and recommends that the bid of $401,350 submitted by Shaw Environmental be accepted and that Shaw Environmental be declared the lowest responsible bidder. The bid is 16 percent below the engineer's estimate of $476,625. The change order amount of $40,135 which equals 10 percent of the total contract is requested because of additional or unforeseen work associated with the environmental control systems upgrades. Staff confirmed with the Contractor's State License Board that the contractor has an active license on file. Staff checked references supplied by the contractor for previous work performed and found no significant complaints. CMR:322:08 Page 3 of 3 RESOURCE IMPACT Funds for this project have been appropriated under the FY 2008-2009 Refuse Enterprise Fund. POLICY IMPLICATIONS Recommendations of this staff report are consistent with existing City policies. ENVIRONMENTAL REVIEW The proposed upgrade and replacement modifications are Categorically Exempt from California Environmental Quality Act (CEQA) under Section 15301, Class 1 exemptions covering the replacement and repair of existing facilities. ATTACHMENTS Attachment A: Contract Attachment B: Bid Summary Attachment C: Certificate of Nondiscrimination PREPARED BY: __________________________________ CHUCK MUIR Environmental Specialist DEPARTMENT HEAD: __________________________________ GLENN S. ROBERTS Director of Public Works CITY MANAGER APPROVAL: ______________________________________ KELLY MORARIU and STEVE EMSLIE Deputy City Managers CMR:330:08 Page 1 of 4 TO: HONORABLE CITY COUNCIL FROM: CITY MANAGER DEPARTMENT: PUBLIC WORKS DATE: AUGUST 4, 2008 CMR: 330:08 SUBJECT: APPROVAL OF A CONTRACT WITH GROUP 4 ARCHITECTURE RESEARCH + PLANNING, INC. IN THE TOTAL AMOUNT NOT TO EXCEED $195,400 FOR FORMER LOS ALTOS TREATMENT PLANT FEASIBILITY STUDY (INCLUDING SPACE NEEDS AND SITING FOR A NEW ANIMAL SERVICES AND RECYCLE CENTER) CAPITAL IMPROVEMENT PROGRAM PROJECT PE-09004 RECOMMENDATION Staff recommends that Council approve and authorize the City Manager or his designee to execute the attached contract (Attachment A) with Group 4 Architecture Research + Planning, Inc., in the total amount of $195,400 for the former Los Altos Treatment Plant Feasibility Study. BACKGROUND On November 13, 2007, Council approved an agreement with the City of Los Altos (CLA) that provided for the purchase of the CLA’s one-half interest in a 13.26 acre site at 1237 North San Antonio Road, commonly known as the Los Altos Treatment Plant (LATP) site. Following the January 2008 close of escrow on the purchase of the site, staff has worked with the CLA and the Santa Clara County Local Agency Formation Commission (LAFCO) to complete the annexation process so that the site will fall within Palo Alto city limits (CMR:409:07). Staff had been exploring a streamlined procedure for annexing the property, but it now appears that LAFCO will be the lead agency and that the process will take approximately 6 months. The LATP site is divided into three areas. The northernmost piece, Area A (4.0 acres), is undeveloped and currently consists of non-native grasslands on top of fill material and brackish marsh along the perimeter of a remnant slough channel, separated from Area B by a levee. Area B (6.64 acres) is the site of the former LATP, which contains a vacant industrial facility, non-native grassland and six abandoned treatment ponds. Area C (2.62 acres) is adjacent to the Los Altos metering and lift station and is primarily undeveloped, mostly non-native grassland. DISCUSSION With the closing of Palo Alto’s landfill and the recycling center in 2011 and with the potential relocation of an automobile dealership to the existing Animal Services Center (ASC) at 3281 East Bayshore Road, there is a need to identify new locations for these and other uses. The Utility Department also uses the front portion of the ASC to store construction material which would also need to be relocated. Staff from various departments began meeting in April 2008 to CMR:330:08 Page 2 of 4 discuss the current status of the LAFCO process, environmental review needs and to identify other potential sites for a future recycling center, ASC and other uses. Three sites and various uses were identified as meriting inclusion in a LATP Feasibility Study, which is proposed as a Capital Improvement Program (CIP) Project for Fiscal Year (FY) 2008- 2009. The sites are the LATP; a non-parkland area adjacent to and on the west side of the Regional Water Quality Control Plant (RWQCP); and the current Palo Alto Sanitation Company (PASCO) office on Geng Road. The third site, would only be available however, if it is not needed by a future refuse contractor. The selection of the next refuse contractor is currently underway. The uses that would be considered for one or more of these sites are: • Household Hazardous Waste Facility (HHWF). The HHWF involves the collection, packaging and short-term storage of household wastes such as paints, pesticides, motor oil, etc. Presently, a temporary HHWF is operated one day a month in the guest parking lot of the RWQCP. • Recycling Center. The space currently occupied by the Recycling Center will be filled with debris as part of the landfill closure and will need to be relocated. • Animal Services Center (ASC). The ASC may need to be relocated from its current site in order that an expanded automobile dealership could be built on the current East Bayshore Road site. The Utility Department uses the area in front of the ASC for storage of construction materials and equipment. • Drying Bins. Drying bins are areas where wet spoils from storm drains or other maintenance work are deposited until they have dried and can be put into the landfill (or, in the future, put into a transfer station to await transport to the Sunnyvale Materials Recovery and Transfer (SMaRT®) Station). Drying bins are currently located in an area south of the RWQCP that will revert to parkland as part of Byxbee Park. • Transfer Stations. Transfer stations are bins where construction debris left over from daily maintenance activities can be deposited until there is enough of a load to warrant hauling it to the SMaRT® Station. This debris is currently taken to the Palo Alto landfill. • Utility Department Staging Yard. Area C of the LATP site is currently used for equipment and material storage by the Utility Department. This use may need to be relocated to other areas of the LATP, space permitting. • Resource Recovery Station (RRS). As part of the City’s goal of zero waste, a RRS will be evaluated for placement at one of the potential sites. The RRS is envisioned as an area where useable construction materials (sinks, doors, lumber, etc.) can be salvaged from a construction or demolition site and offered for re-use. There is currently no funding identified for the construction of a facility of this type, nor an operating policy. The objective of the LATP Feasibility Study is to identify whether it would be feasible to locate an RRS on the LATP or other site, and if so, to identify a proposed location, size and approximate construction cost. CMR:330:08 Page 3 of 4 The contract with Group 4 Architecture Research + Planning, Inc. is for study purposes only and does not constitute a design contract. The study will balance the various space needs against the available sites and develop a conceptual site plan showing the possible layout and circulation patterns for the various uses. This feasibility study together with a further environmental assessment can then be used by Council to make further decisions regarding appropriate site uses. Once the uses are approved by Council, detailed design of the various facilities could commence. An environmental risk assessment and remediation plan for the former LATP site will be provided for under a separate agreement with Geosyntec Consultants (CMR:313:08). Previous studies have revealed relatively minor levels of contamination at the site and cleanup of the site is required whether or not any development occurs. This remediation plan will include removal of all existing structures on the site; dewatering and disposal of contaminated water within the sludge ponds; removal or capping of contaminated soils and soil backfill, sampling and testing before any new facilities can be located at the site. Any facilities or uses at the former LATP site will be coordinated so that they do not impact the wetlands area in Area A. In addition, certain portions of Area B may require approvals from the U.S. Army Corps of Engineers and the State before site development. Summary of Solicitation Process Proposal Description/Number Former Los Altos Treatment Plant Site Feasibility Study (RFP #127358) Proposed Length of Project 3 months Number of Proposals Mailed 7 Total Days to Respond to Proposal 26 Pre-Proposal Meeting? Yes Number of Companies at Pre- Proposal Meeting 7 Number of Proposals Received: 1.Group 4 Architecture Research + Planning, Inc. 2.Kappe + Du Architects 3.Patri Merker Architects 4.Gutierrez/Associates Architects 4 So.SanFrancisco, CA San Rafael, CA San Francisco, CA Oakland, CA Range of Proposal Amounts Submitted $177,454 to $308,528 An evaluation committee consisting of staff members from the Public Works Operations and Public Works Engineering reviewed the proposals. The evaluation committee unanimously selected Group 4 Architecture Research + Planning, Inc. as the top proposer. Group 4 Architecture Research + Planning, Inc. is a large, local design firm with strong experience with the design of municipal facilities, including storage facilities and animal shelters. They are also experienced in the design of green buildings. CMR:330:08 Page 4 of 4 RESOURCE IMPACT The total contract amount for this study is $195,400. Funding for the Animal Services Center portion of this study in the amount of $100,000 has been budgeted in Capital Improvement Program (CIP) Project PE-09004 for fiscal year 2008-2009. Since the project will also address the needs of the Public Works Operations Division and the Utility Department, $47,700 of the remaining cost will be paid through CIP RF-07001 (relocation of landfill facilities) and $47,700 through RF-10003 (Drying Beds, Material Storage and Transfer Area). POLICY IMPLICATIONS Approval of the contract is consistent with City policies and previous Council direction. ENVIRONMENTAL REVIEW This is a planning and feasibility study and therefore not a project subject to environmental review under Section 15262 of the California Environmental Quality Act (CEQA) Guidelines. Environmental review will be conducted in connection with the Council’s final approval of uses at the site. ATTACHMENTS Attachment A: Contract PREPARED BY: __________________________________ KAREN BENGARD Senior Engineer DEPARTMENT HEAD: __________________________________ GLENN ROBERTS Director of Public Works CITY MANAGER APPROVAL: __________________________________ STEVE EMSLIE/KELLY MORARIU Deputy City Managers CMR:336:08 Page 1 of 4 TO: HONORABLE CITY COUNCIL FROM: CITY MANAGER DEPARTMENT: ADMINISTRATIVE SERVICES DATE: AUGUST 4, 2008 CMR: 336:08 SUBJECT: ADOPTION OF BUDGET AMENDMENT ORDINANCE FOR FISCAL YEAR 2008-09 TO PROVIDE AN ADDITIONAL FIBER OPTICS FUND APPROPRIATION OF $300,000 FOR LEGAL AND TECHNICAL CONSULTANTS TO SUPPORT THE ULTRA-HIGH-SPEED BROADBAND SYSTEM NEGOTIATIONS; AUTHORIZATION TO CONTRACT FOR LEGAL SERVICES WITH THE LAW FIRM OF DAVIS WRIGHT TREMAINE LLP IN THE AMOUNT OF $100,000 AND AUTHORIZATION TO CONTRACT WITH THE LAW FIRM OF SPIEGEL & MCDIARMID, LLP IN THE AMOUNT OF $50,000 RECOMMENDATION Staff recommends that the Council: 1) Adopt the attached Budget Amendment Ordinance (“BAO”) for Fiscal Year 2008-09 in the amount of $300,000 to provide an additional Fiber Optics Fund appropriation for legal and telecommunications consultants to support the Ultra-High-Speed Broadband System negotiations. 2) Authorize entering into a contract for legal services with the law firm of Spiegel & McDiarmid, LLP in an amount not to exceed $50,000 for services related to Fiber to the Premises negotiations. 3) Authorize entering into a contract for legal services with the law firm of Davis Wright Tremaine LLP in an amount not to exceed $100,000 for services related to Fiber to the Premises negotiations. BACKGROUND On July 14, 2008, staff presented the 180 Consortium’s conceptual business plan for a fiber to the premises network in Palo Alto to the City Council. Based on its business model, the 180 Consortium concluded that there is a sound business case for building an Ultra-High-Speed Broadband System in the City. The Council directed staff to expedite negotiations with the 180 Consortium by entering into a Letter of Intent (“LOI”) by September 2008 that would lead to the execution of appropriate contracts, and thereby enable the timely construction and operation of a citywide, open-access fiber to the premises network as envisioned in the City’s RFP. The CMR:336:08 Page 2 of 4 Council also directed staff to return on August 4, 2008 with a request for funds necessary to provide the legal and technical expertise needed for expedited negotiations. DISCUSSION In accordance with Council direction, staff will negotiate the key terms and conditions of one or more contracts that will be embodied in a LOI with the 180 Consortium by September 2008. Following the Council’s approval of the LOI, it is anticipated that the parties would negotiate and execute final agreements by October 2008. Staff is proposing that Council approve a BAO in the amount of $300,000 to provide for the legal and technical telecommunications expertise necessary to negotiate the LOI and final contracts in an expedited manner. Staff intends to retain experienced telecommunications legal counsel Tim Lay with the law firm of Spiegel & McDiarmid (in an amount not to exceed $50,000), and Suzanne Toller, with the law firm of Davis Wright Tremaine LLP (in an amount not to exceed $100,000), to support contract negotiations with the 180 Consortium. Tim Lay is a law partner with Washington, DC-based Spiegel & McDiarmid. He specializes in representing local governments across the nation in telecommunications, cable television, franchising, municipal broadband, rights-of-way, tax, property, antitrust and constitutional law and other federal law matters. He presently represents the Kentucky Municipal Utilities Association on municipal broadband matters. Mr. Lay graduated from the University of Tennessee with highest honors; after he graduated magna cum laude from the University of Michigan Law School, he clerked for the Hon. John Godbold, Chief Judge of the U.S. Court of Appeals for the Fifth Circuit. Suzanne Toller is a law partner with San Francisco-based Davis Wright Tremaine LLP and is also the chair of the firm’s Telecommunications Practice group. She represents communications clients before the Federal Communications Commission and state Public Utility Commissions on a broad range of regulatory and legal matters, and develops public policy positions and legislative strategy on telecommunications issues. She also represents clients in local permitting actions, transactional matters and in civil litigation, including wireless cell site construction and breach of contract matters. Ms. Toller graduated from the University of California, San Diego and the Harvard Law School. Ms. Toller’s regular rate is $470 per hour. We were able to negotiate a discounted rate (less 8%) of $432 per hour. In addition, staff will utilize Columbia Telecommunications Corporation (CTC), a telecommunications engineering firm based in Kensington, Maryland (in the amount of approximately $25,000). CTC has extensive experience assisting public sector clients nationwide with community broadband networking, including assessing broadband technical requirements, network planning and deployment. In the past, CTC has provided technical consulting services to the City on the development and construction of the Joint Powers’ Institutional Network and the Comcast cable system upgrade. Staff also will hire a consultant to undertake a Fiber Optics Fund Rate Study for the purpose of establishing a new bulk fiber rate (in the amount of approximately $25,000) and potentially a consultant to expedite the work needed for compliance with the requirements of the California CMR:336:08 Page 3 of 4 Environmental Quality Act (in the amount of approximately $25,000). The remaining funds of $75,000 will enable staff to obtain additional consulting assistance on an “as-needed” basis to facilitate expedited LOI and contract negotiations. This level of budgetary authorization available will avoid delays should staff find additional consulting resources are needed to fast- track negotiations. RESOURCE IMPACT A BAO is necessary to transfer $300,000 from the Fiber Optics Fund Rate Stabilization Reserve to the Fiber Optics Fund operating budget. The BAO will reduce the Fiber Optics Fund Rate Stabilization Reserve from $ 3.098 million to $ 2.798 million. The negotiation of the LOI and final agreements will also require the continued devotion of significant staff time from the City Attorney’s Office, the Administrative Services Department, and the Utilities Department and, to a lesser extent time-wise, the Public Works Department and the Planning and Community Environment Department. Staff plans to return to Council at mid- year with a BAO to transfer this salary and benefit cost from the General Fund and the Electric Fund to the Fiber Optics Fund. POLICY IMPLICATIONS This report is consistent with Council direction. EVIRONMENTAL IMPACT The actions covered by this report do not require review under the California Environmental Quality Act. ATTACHMENT Attachment A: BAO CMR:336:08 Page 4 of 4 PREPARED BY: JOSEPH SACCIO Deputy Director, Administrative Services DEPARTMENT HEAD APPROVAL: LALO PEREZ Director, Administrative Services CITY MANAGER APPROVAL: KELLY MORARIU and STEVE EMSLIE Interim Deputy City Manager CMR: 312:08 Page 1 of 5 TO: HONORABLE CITY COUNCIL FROM: CITY MANAGER DEPARTMENT: PLANNING AND COMMUNITY ENVIRONMENT DATE: AUGUST 4, 2008 CMR: 312:08 SUBJECT: APPROVAL OF A LOAN AGREEMENT AND A REGULATORY AGREEMENT WITH FABIAN WAY ASSOCIATES, L. P. TO PROVIDE A DEVELOPMENT LOAN OF RESIDENTIAL HOUSING FUNDS IN THE AMOUNT OF $600,000 FOR A VERY LOW INCOME 56-UNIT SENIOR RENTAL HOUSING PROJECT AT 3895 FABIAN WAY RECOMMENDATION Staff recommends that the City Council: 1. Approve the attached Loan Agreement for Fabian Way Senior Housing (Loan Agreement), with its attached form of promissory note and deed of trust, which authorizes a residual receipts loan of $600,000 for development costs; and 2. Approve the attached Regulatory Agreement and Declaration of Restrictive Covenants for Fabian Way Senior Housing (Regulatory Agreement) regulating the use and occupancy of the Fabian Way senior housing project; and 3. Authorize the City Manager or designee to execute the Loan Agreement and the Regulatory Agreement in substantially identical form; and 4. Authorize the City Manager or designee to execute all other documents required to implement the Agreements, including escrow instructions and to approve all necessary subordination agreements and direct the City Manager or designee to administer the provisions of the Agreements. BACKGROUND The planning entitlements for the Fabian Way senior affordable rental housing project were approved by the City as part of the private redevelopment of the 12 acres known as 901 San Antonio CMR: 312:08 Page 2 of 5 Road. The other projects, which are currently under construction, are: the adjoining 103-unit “Altaire” for-sale townhouses and the Campus for Jewish Life, which includes the 193-unit 899 East Charleston Road senior congregate care project. BRIDGE Housing Corporation, an experienced non-profit developer and manager of affordable housing with numerous projects throughout the Bay Area, is the sponsor and developer for the Fabian Way rental housing, which will provide 56-units of very low-income, rental apartments for seniors, including 20 units for extremely low-income, frail elderly with supportive services. Except for the resident manager’s unit, all of the apartments will be one-bedroom units with parking provided under easement agreements in the adjoining townhouse project’s garage. On June 2, Council adopted a resolution (CMR: 260:08) authorizing the issuance of tax-exempt bonds by the California Municipal Finance Authority (CMFA), which will be used to fund a construction period loan. BRIDGE expects to begin construction this fall or later in the year and to achieve full occupancy by the summer of 2010. DISCUSSION In order to meet housing needs for seniors with extremely low incomes, BRIDGE needed to secure deferred loans and equity funds for the entire estimated $22.3 million in project development costs. BRIDGE applied in two different rounds for HUD 202 funding, but was unsuccessful as the 202 program is extremely competitive. Last August, BRIDGE applied for the State’s Multifamily Housing Program (MHP) funding and received a commitment of $5.25 million in January. Other major sources of funding which have been committed include: a projected $5.8 million in equity from the sale of low income housing tax credits to a limited partner; a $1.5 million deferred loan from the County of Santa Clara County’s Office of Affordable Housing; and construction period funding from the Sobrato Fund, the Housing Trust of Santa Clara County and the CMFA bond loan mentioned above. The largest single source of funds for this project is the $7.3 million in equity being contributed by BUILD, the developer of the adjoining 103-unit townhome project. This payment was negotiated in-lieu of the provision of the normally required 15 percent Below Market Rate (BMR) program units. BUILD and BRIDGE proposed this alternative approach to satisfying the BMR Program requirement and the BMR agreement was approved by Council on September 26, 2006 at the time the planning entitlements were approved. Because BUILD’s BMR in-lieu payment had to be set prior to its project approval, the City required preparation of an independent economic analysis to determine the payment amount that would be equivalent to the provision of 16 for-sale BMR units within the development. The economic analysis determined that $7.3 million was the equivalent of 16 for-sale BMR units in the BUILD project. BRIDGE also requested a $600,000 development loan from the City to offset a portion of the costs of the remaining forty units so that the entire project could serve very low-income seniors. These funds were budgeted as part of the 2008-09 Council-adopted budget. The City loan will accrue interest up to a maximum of three percent simple interest annually based on the amount of surplus cash flow from the project’s operations. The State’s MHP regulations specify how any cash flow is apportioned among the permanent lenders; therefore, other than rather minimal payments of interest, regular repayment of the City loan is not anticipated, which is standard practice in local financing of CMR: 312:08 Page 3 of 5 this type of deeply affordable rental housing. In addition, tax credit program rules limit the accrual of substantial amounts of unpaid interest over time. As a result, the City loan terms specify that interest will be paid each year up to the maximum three percent simple interest rate, to the extent that there is sufficient cash flow; however, to the extent any year’s cash flow is insufficient to pay three percent interest, the unpaid interest will effectively be forgiven and, thus, will not increase the total amount due on the City loan. The total unpaid principal and interest on the City loan is due concurrently with the 55-year term of the MHP loan. Once the project is fully operational, the use and occupancy of the apartments will be controlled by multiple regulatory agreements from the various funding sources, with the most restrictive being the MHP program’s 55-year regulatory agreement and the City Regulatory Agreement. The City’s Regulatory Agreement will be recorded with the Deed of Trust securing the City’s Promissory Note as soon as possible after Council approval. As the other funding entities provide their financing to the project, the City will need to subordinate its loans and Regulatory Agreement to the loans and regulatory agreements of those entities. Staff is requesting that the City Manager or designee be authorized by Council to review and approve each of these subordination agreements in consultation with the City Attorneys office, at the appropriate time in order to avoid any delay in the progress of construction or the closing of the permanent funding after completion. Rents and Occupancy of the Apartments: In order to succeed in the competition for the State’s MHP funding, BRIDGE needed to emphasize housing for extremely low-income, senior households and to serve a substantial number of seniors with special needs. The rent categories and income limits with current 2008 rents are shown below; actual rents may change somewhat by the time the project is constructed and ready for occupancy due to changes in the County median income. Fabian Way Senior Housing – Description of Units and Rental Structure Occupancy Category & Rent Formula1 Number of Units 2008 Gross Rents One-Bedrooms 2008 1-Person Income Limits2 Extremely Low Income 25% of AMI 20 units3 $497 $18,575 Extremely Low Income 30% of AMI 11 units $597 $22,290 Very Low Income 40% of AMI 24 units $796 $29,720 Total Restricted Units 55 Plus 1 Unit for a Resident Manager Total Units 56 Notes: 1) AMI means the Area Median Income for Santa Clara County, which equals $105,500 for a household of four persons as published on March 25, 2008. Initial rents and income limits are as published by State HCD for 2008. 2) The income limits shown assume a one-person household in a one-bedroom unit. CMR: 312:08 Page 4 of 5 3) Supportive Housing (SH) Units must be set aside for households that are extremely low income (not over 25% of AMI) and eligible for the Multipurpose Senior Services Program (MSSP). MSSP eligible seniors are frail elderly, 65 years or older, and currently eligible for Medi-Cal. Supportive services must be provided to these residents. RESOURCE IMPACT The funds for the City’s $600,000 loan are budgeted in the Residential Housing Fund in the FY 2008-09 City Budget approved by Council on June 9, 2008. No General Fund monies are being used for this housing project. The financing package assembled by BRIDGE for development of the apartments is described below (figures are rounded, and some figures are still estimates). Permanent Sources of Funds for Development: ƒ State Housing & Community Development – MHP Loan $5,250,000 ƒ Investor equity 4% - Low Income Housing Tax Credits (estimated) $5,801,000 ƒ General Partner Equity (Including the $7.3 million BUILD contribution) $7,500,000 ƒ Santa Clara County Office of Affordable Housing $1,500,000 (May seek additional funds from County if available, depending on the outcome of the state tax credit application) ƒ State of California Low Income Housing Tax Credits (estimated; application $1,500,000 Submitted on July 24, 2008) ƒ City of Palo Alto: Residential Fund Loan $600,000 ƒ BRIDGE: Deferred Developer Fee $349,000 Total Project Funding $22,500,000 Total Funding per Unit (56 units): $401,786 POLICY IMPLICATIONS The actions recommended in this report implement adopted City Housing Element policies and programs supporting the development of very low and low income housing. These 56-units will be counted towards the City’s housing production goals for the 2007 to 2014 Housing Element period. ENVIRONMENTAL REVIEW Council approval of this loan and the related financing and regulatory documents is not subject to the California Environmental Quality Act. The development of the BRIDGE senior housing was evaluated in a Final Environmental Impact Report (FEIR) certified by the City Council on September 26, 2006; the FEIR covered all of the 901 San Antonio Road projects. ATTACHMENTS A. Loan Agreement for Fabian Way Senior Housing (Loan Agreement), with its attached form of promissory note and deed of trust B. Regulatory Agreement and Declaration of Restrictive Covenants for Fabian Way Senior Housing CMR: 312:08 Page 5 of 5 PREPARED BY: _________________________________________ CATHERINE SIEGEL, Advance Planning Manager REVIEWED BY: CURTIS WILLIAMS, Interim Director Planning and Community Environment CITY MANAGER APPROVAL: KELLY MORARIU / STEVE EMSLIE Deputy City Managers cc: BRIDGE Housing Corporation CMR: 310:08 Page 1 of 2 TO: HONORABLE CITY COUNCIL FROM: CITY MANAGER DEPARTMENT: PLANNING AND COMMUNITY ENVIRONMENT DATE: JULY 21, 2007 CMR: 310:08 SUBJECT: APPROVAL OF A FINAL MAP TO CREATE SIX RESIDENTIAL CONDOMINIUM UNITS ON A .57 ACRE LOT AT 433 W MEADOW DRIVE [08PLN-00149] RECOMMENDATION Staff recommends that the City Council approve the proposed Final Map for 433 W Meadow Drive to create six residential condominium units on an existing .57 acre residential lot. BACKGROUND On March 24, 2008, the City Council approved a Tentative Map to create six residential condominium units on the .57 acre lot. The project includes the demolition of one existing residential building and two sheds and the construction of six detached buildings, each containing one condominium unit. DISCUSSION The purpose of the final map is to create the six condominium units. The Final Map and the Record of Land Use Action for the Tentative Map have been provided for the Council’s information. The Planning Department and the Public Works Department have reviewed the Final Map and have determined that it is consistent with the approved Tentative Map (Attachment A). According to the State Subdivision Map Act, the City Council must therefore approve the Final Map. The map satisfies all approval conditions for the Tentative Map, including the preparation of a Subdivision Improvement Agreement and BMR Agreement. RESOURCE IMPACT There is no direct impact on City resources associated with the action recommended in this staff report. CMR: 310:08 Page 2 of 2 POLICY IMPLICATIONS No changes in the Comprehensive Plan or Zoning Ordinance are required for this project. The Final Map complies with the City’s policies set out in the Comprehensive Plan, Zoning Ordinance Municipal Code, and the Subdivision Map Act. ENVIRONMENTAL REVIEW An Initial Study and a Mitigated Negative Declaration were prepared and approved in conjunction with the Architectural Review of the 0.57 acre site. The Initial Study/Mitigated Negative Declaration included the condominium map within the project description and analysis. No further environmental review is required. PREPARED BY: _____________________________________________ JENNIFER CUTLER Associate Planner DEPARTMENT HEAD: _____________________________________________ CURTIS WILLIAMS Interim Director of Planning and Community Environment CITY MANAGER APPROVAL: _____________________________________________ STEVE EMSLIE/KELLY MORARIU Interim Deputy City Managers ATTACHMENTS A. Record of Land Use Action of Tentative Map Approval B. Final Map (Council Members Only) COURTESY COPIES: Forrest Mozart, West Meadow Oaks, L.P., Applicant/Owner CMR 296:08 Page 1 of 2 TO: HONORABLE CITY COUNCIL FROM: CITY MANAGER DEPARTMENT: FIRE DATE: AUGUST 4, 2008 CMR: 296:08 SUBJECT: PUBLIC HEARING TO CONFIRM WEED ABATEMENT REPORT AND ADOPTION OF A RESOLUTION CONFIRMING WEED ABATEMENT REPORT AND ORDERING COST OF ABATEMENT TO BE A SPECIAL ASSESSMENT OF THE RESPECTIVE PROPERTIES DESCRIBED THEREIN RECOMMENDATION Staff recommends Council hear and consider objections from affected property owners of proposed assessments related to completed weed abatement work and adopt the attached resolution confirming the report and ordering abatement costs to be a special assessment on the properties specified in the report. BACKGROUND The Weed Abatement Division of Santa Clara County Agriculture and Environmental Management administers the contract for weed abatement within the City of Palo Alto, in accordance with an agreement between the City and County. On December 10, 2007, in accordance with Chapter 8.08 of the Palo Alto Municipal Code, the City Council declared weeds to be a nuisance and ordered that the nuisance be abated. A public hearing was held on January 14, 2008, to consider objections to the proposed destruction or removal of the weeds. No objections were noted. Once the above steps had been taken, the County Weed Abatement Division instructed its contractor to abate weeds on City and private properties within Palo Alto. That work has now been completed. Property owners were notified the first week in December 2007 that weeds were to be abated by March 2, 2008, either by the owners or by the County. If the property owners chose to have the County abate the weeds, the abatement charges would be levied against the respective properties as an assessment by the County Assessor. The County has since informed the property owners of the costs for destroying and removing the weeds. The Fire Department has published the required notice of this hearing in the Palo Alto Weekly. The cost report by the County Weed Abatement Division has been posted on the Downtown Library bulletin board for ten days prior to this hearing. CMR 296:08 Page 2 of 2 DISCUSSION Property owners may object to the charges for weed abatement being levied against their properties. The charge consists of the contractor's cost plus 150 percent administrative charges, in accordance with Palo Alto's contract with Santa Clara County (CMR 357:00, September 18, 2000). A representative from the County Weed Abatement Division will be present at the public hearing with the records of weed abatements that have taken place. Should there be any modifications in the proposed assessments as a result of the hearing, changes in the assessment spread will be made as necessary. After any recalculations are completed, and Council adopts the attached resolution confirming the abatements and ordering those costs to be imposed as liens on the abated properties, the assessments will be submitted to the County Assessor for entry on the next tax roll upon which general City taxes are to be collected. RESOURCE IMPACT There is no direct fiscal impact of this action to the City. POLICY IMPLICATIONS This procedure is consistent with existing City policies. ENVIRONMENTAL REVIEW The Santa Clara County Counsel has determined the Weed Abatement Program to be Categorically Exempt from CEQA pursuant to CEQA Guidelines Section 15308. ATTACHMENTS Resolution 2008 Weed Abatement Assessments by the County of Santa Clara Prepared by: _______________________________ DAN FIRTH Fire Marshal Department Head Review: ___________________________ NICHOLAS MARINARO Fire Chief City Manager Approval:______________________________________ KELLY MORARIU/STEVE EMSLIE Deputy City Managers CMR:329:08 Page 1 of 8 TO: HONORABLE CITY COUNCIL FROM: CITY MANAGER DEPARTMENT: PUBLIC WORKS DATE: AUGUST 4, 2008 CMR:329:08 SUBJECT: AUTHORIZE STAFF TO NEGOTIATE AN AGREEMENT WITH GREENWASTE OF PALO ALTO TO PROVIDE SOLID WASTE, RECYCLING AND ORGANICS SERVICES AND, IF NEGOTIATIONS ARE NOT SATISFACTORY, AUTHORIZE STAFF TO ALTERNATIVELY NEGOTIATE WITH NORCAL WASTE SYSTEMS OF PALO ALTO RECOMMENDATION Staff recommends that Council authorize staff to negotiate an agreement with GreenWaste of Palo Alto to provide solid waste, recycling and organics services and, if negotiations are not satisfactory, authorize staff to alternatively negotiate with Norcal Waste Systems of Palo Alto (Norcal). 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. In July 2007, Council adopted a Code of Conduct relating to the procurement process for the new waste hauling contract. Resolution 8734 (Attachment A) discourages Council members from conducting non-public meetings or conversations with potential proposers and requires that any such non-public meetings be disclosed within 30 days of the meeting. In accordance with this adopted Council policy and in accordance with purchasing best practices, a series of public meetings have been conducted to gather Council and community input on this significant procurement. At the Council meeting on December 17, 2007 (CMR:459:07, Attachment B), Council approved a three step process for reviewing the solid waste hauling 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 for negotiations; and 3) award of contract. This report covers the second stage of this process. At the Council meeting on June 23, 2008 (CMR:256:08), Council provided direction on the level of services to be included in the new agreement based on initial estimated highest cost impacts CMR:329:08 Page 2 of 8 and projected annual diversion of materials. Based on this direction, the new contract will include the following services: • Scenario 1: Baseline services; • Scenario 2: Zero Waste Services including: 1) Expanding organics materials collection only to the commercial sector (food waste collection and processing). 2) Expanding single stream materials only for items that have a sustainable market. 3) Expanding Clean-Up Day collection for reuse and recycling. 4) Enhancing recycling (and organics) through mandatory participation. Program elements of the mandatory participation program include: • In the first year, commencing July 1, 2009, the contractor educates customers on how to comply with mandatory participation and phase-in schedule requirements; • In the second year, commencing July 1, 2010, the contractor notifies customers who fail to separate recyclable and compostable materials from solid waste with a warning; • In the third year, commencing July 1, 2011, the contractor assists the City in enforcing fines or penalties if customers fail to separate recyclable and compostable materials from solid waste. 5) Increasing construction and demolition diversion (C&D) (a minimum of 70 percent of the materials recovered from each mixed C&D debris load for reuse and/or recycling and a minimum of 90 percent from each source separated C&D load). 6) Enhancing commercial recycling (providing recycling to all businesses). • Scenario 3: Innovative Service: 1) A 10% C&D discount coupon at a local processing facility for self haulers. DISCUSSION Request for Proposal Process Potential service providers were notified of the Request for Proposals (RFP) process starting in September 2007 through direct letters and electronic mail and were informed to register with DemandStar’s Online Procurement System (DemandStar) where multiple announcements about the RFP and projected timeline were made. Staff also placed advertisements for the RFP in MSW Management, a popular magazine for the municipal solid waste industry, on the website for the California Resource Recovery Association (CRRA) and on the CRRA electronic list serve. The RFP was released and posted on DemandStar on February 29, 2008. Below is a summary of the solicitation. CMR:329:08 Page 3 of 8 Summary of Solicitation Proposal description/Number Solicitation of proposals to provide solid waste, recyclable, and organic materials services; RFP124501-0-2007/GP Proposed length 8 years with ability to be extended, unilaterally by the City, in increments of one or more years for a maximum term of 12 years. Number of bids mailed RFP was posted on DemandStar. A total of 25 businesses downloaded the RFP from DemandStar including potential proposers, consultants, material processors and other interested organizations. Total days to respond to proposal 44 Mandatory pre-proposal meeting Yes Number of companies present at pre- proposal meeting 8 Number of proposals received 2 Range of initial first year proposal totals submitted From $15,077,724 to $16,067,546 for total annual compensation for the first year On May 5, 2008, proposals were received from two qualified companies: GreenWaste of Palo Alto (GreenWaste) and Norcal Waste Systems of Palo Alto (Norcal). Staff checked references supplied by both companies for previous and current services performed in other municipalities and found strong references for both GreenWaste and Norcal and no significant complaints for either company. Staff contacted all the potential proposers that were present at the proposal conference meeting or that registered through DemandStar but did not bid on the RFP. The Palo Alto Sanitation Company (PASCO), the current service provider, did not bid on the contract due to business reasons of its parent company Waste Management. The remaining potential proposers did not bid because of: 1) commitments with other RFPs; 2) the capital expenditure needed for the City’s contract, such as providing an operations yard; and 3) the challenges regarding Zero Waste implementation. Proposer Comparisons GreenWaste and Norcal are both qualified companies and provided competitive proposals. GreenWaste is a joint venture partnership, privately owned, with headquarters in San Jose. The partnership has 30 years of experience in the collection industry with current contracts in the cities of San Jose, Petaluma, Portola Valley, Woodside; Santa Cruz County and South Bayside Waste Management Authority. Norcal is a corporation with an employee stock ownership plan with headquarters based in San Francisco. Norcal’s parent company was recently identified as the nation’s 8th largest recycling and solid waste company and has collection agreements with 43 jurisdictions in Northern California, including San Francisco. Nine of these contracts are with CMR:329:08 Page 4 of 8 Santa Clara County jurisdictions. Attachment C provides comparison details on the overview of both companies and proposals including information on: financial strength; litigation; proposed financing; subcontractors; staffing; facilities and key personnel. Service Comparisons GreenWaste and Norcal proposed different approaches to providing the baseline and Zero Waste services outlined in the City’s RFP. Attachment C (starting on page 4) contains further comparisons of each proposer in the following key service areas: • Residential collection methods for solid waste, recycling, yard trimmings, and other collection services including backyard collection and hard to serve areas; • Commercial collection methods for solid waste, recycling, organics and food waste collection from special events; • Roll-off services; • City facilities collection; • Customer service, and • Diversion and processing. Proposer Compensation Comparisons The contractor’s total compensation for the new agreement is structured in two parts. The first part is a “base compensation” (including baseline and zero waste services) and the second part is for “extra services” provided on a unit-price basis. The base compensation includes: all labor, equipment, materials and supplies; cost of capital; payments to processers; payments to subcontractors; taxes; insurance; bonds; overhead; profit; and all other things necessary to perform the services required in the agreement. The extra service compensation based on a unit price basis was created to minimize cost to the City for services that change or have the potential to change frequently depending on modifications in service levels. The extra services include: back/side yard solid waste collection from single family residences, collection in hard to service areas, drop box services and cart purchases. The base compensation and unit pricing of the extra services for the first two years of the agreement (FY 2009-10 and FY 2010-11) will be set per the contractor’s proposal. In subsequent years, the base compensation and unit pricing in the extra services will be adjusted annually, based on the application of specified indices produced by the U.S. Department of Labor, Bureau of Labor Statistics. The summary chart contained in this report shows total compensation comparisons. Further cost detail comparisons are shown in Attachment D. Best and Final Offer Process In order to further lower costs and reduce the rate impact to customers, the Steering and Advisory Committee decided to request a Best and Final Offer (BAFO) from the two proposers following the June 23 Council meeting. The BAFO request provided the proposers with an opportunity to further refine and clarify their proposed services and costs. Below is a summary chart on the total compensation comparisons, including base compensation (baseline and Zero Waste services) and extra services, based on HF&H Consultants’ analysis of the two cost proposals (Attachment D). CMR:329:08 Page 5 of 8 Total Compensation Comparison GreenWaste Norcal Variance (GreenWaste – Norcal) FY 2009-10 $13,528,238 $14,802,599 ($1,274,361) FY 2010-11 $13,664,508 $15,529,280 ($1,864,772) Total 8-Year Contract Term $115,489,717 $131,815,753 ($16,326,035) 8-Year Term % Difference -14.1% Total 12-year contract term $181,344,013 $208,166,021 ($26,822,008) 12-Year Term % Difference -14.8% Evaluation of Proposals The evaluation review of GreenWaste and Norcal’s proposals was conducted by three separate committees: a Technical Advisory Committee, an Evaluation Committee, and a Steering & Advisory Committee. The configuration of each evaluation committee is shown in Attachment E. The Technical Advisory Committee consisted of departmental staff that reviewed the proposals focusing on each individual’s specialized technical areas (e.g. Utilities customer service billing) and provided this information through a summary report to the Evaluation Committee. The Evaluation Committee consisted of nine evaluators (including Public Works professionals from three neighboring cities) and was chartered to review and evaluate all proposals and related materials in detail, interview proposers, score and rank proposals and provide a recommendation to the Steering & Advisory Committee. The Steering & Advisory Committee was an executive staff level governance committee with oversight of the project and of the Evaluation Committee. HF&H Consultants and legal counsel Ray McDevitt from Hanson, Bridgett, Marcus, Vlahos & Rudy provided technical and legal analysis of proposals to the committees. The evaluation scoring was based on the following criteria approved by Council in December 2007 (CMR:459:07) and identified in the RFP: • Administrative, Financial, and Contractual (maximum 20 points), including such factors as: 1. Solid waste and diversion experience of firm and key staff, municipal agency references, and regulatory record. 2. Financial ability to perform its obligations under the Agreement including securing facilities and equipment. 3. The number and significance of exceptions to the draft Agreement. • Technical and Environmental (maximum 40 points), including such factors as: 1. Reasonableness of transition and operational plan; effectiveness of collection and processing services and facilities (including marketing of materials); and, effectiveness of public outreach, education and customer services programs. 2. Adverse environmental impact (including air and traffic) of operations, vehicles and facilities (including miles traveled and emissions); and, beneficial impacts (diversion and highest and best use of materials). CMR:329:08 Page 6 of 8 • Cost (maximum 40 points), including such factors as: 1. Reasonableness and predictability of future costs; 2. Relative competitiveness of costs; 3. Cost effectiveness; and 4. Total cost. The collective evaluation scores by the Evaluation Committee for both GreenWaste and Norcal’s proposals are summarized in the following table: Evaluation Aggregated Final Scores Evaluation Criteria Category Maximum Score Possible (9 evaluators) GreenWaste Norcal Administrative, Financial, and Contractual 180 129 161 Technical and Environmental 360 291 274 Cost 360 301 251 Total Score 900 721 686 In summary, out of a total possible aggregate score of 900, GreenWaste received a total score of 721 and Norcal received a score of 686. Six out of the nine evaluators gave GreenWaste a higher overall score whereas Norcal received the highest score from three of the evaluators. GreenWaste received a higher score in “Technical and Environmental” and in the “Cost” category of the evaluation criteria. Justification for Staff Recommendation Staff recommends selecting GreenWaste as the top proposer to negotiate a new agreement to provide services because GreenWaste scored highest in the evaluation process, provided a stronger operational proposal and is the lowest cost proposer. GreenWaste’s key strengths include: • GreenWaste’s costs are $16 million or 14 percent lower than Norcal’s over the 8-year contract term. • GreenWaste’s operational approach for single family residential solid waste collection is preferable to Norcal’s. GreenWaste’s approach is similar to the current PASCO methodology. GreenWaste will collect solid waste using a two person crew with a single body semi-automated collection vehicle (versus Norcal’s one person per route with a split body vehicle). This limits the effect of transition on current residential customers and minimizes uncertainties associated with a new operational approach. • The GreenWaste partners also own the processing sites for single stream recyclable materials, organics and C&D. The processing sites are closer to Palo Alto than Norcal’s proposed facilities thus reducing fuel costs and overall air emissions. CMR:329:08 Page 7 of 8 • GreenWaste plans to reduce the number of vehicles collecting solid waste from the commercial sector as recycling collection increases and becomes mandatory. This reduces costs and air emissions over the contract term. Next Steps Staff plans to negotiate with GreenWaste the terms of a final contract within the parameters set forth in this report and the maximum compensation projections set forth in CMR 256:08. Staff will return to Council with a recommendation for approval and execution of the final agreement in September 2008. New services are scheduled to begin July 1, 2009. RESOURCE IMPACT The detailed rate impact comparison conducted by HF&H between GreenWaste and Norcal’s proposals can be found in Attachment D, Tables B and D. The negotiation phase of the process has the potential to increase or decrease the proposed cost stated by the proposers, depending on minor adjustments to service levels and related factors (i.e. use of existing equipment ). Staff will remain committed to not exceed the maximum compensation parameters tentatively authorized by Council on June 23, 2008 (CMR 256:08). The rate impact of the new baseline services and Zero Waste programs based on the recommended GreenWaste proposal is projected to be approximately 11.9 percent above FY 2008-09 rates, but could be slightly different depending on the negotiations as discussed above. SMaRT Station and Kirby Canyon Landfill Cost Offset The implementation of the Zero Waste services will result in an estimated 21,535 tons of less waste delivered to the SMaRT Station and to the Kirby Canyon Landfill in FY 2009-10 which will result in avoided disposal cost and put-or-pay commitments of approximately $1,350,402. This could reduce the rate impact to an estimated 7 percent annual (instead of the projected 11.9 percent), even after the penalty for not meeting the "put or pay" requirement at Kirby Canyon Landfill. The following table summarizes the projected rate impact in the first year of the new contract, FY 2009-10, based on the projected GreenWaste compensation. Projected Total Rate Impact for GreenWaste’s Compensation Proposal FY 2009-10 Estimated rate impact based on total compensation 11.9 % Estimated rate net impact of avoided disposal and put-or-pay commitments at SMaRT Station/Kirby (4.9%) Total Projected Rate 7.0% POLICY IMPLICATIONS The recommendation is consistent with existing policies and previous Council direction. CMR:329:08 Page 8 of 8 ENVIRONMENTAL REVIEW In February 2008, the City retained HDR Consultants (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: Resolution 8734 Attachment B: CMR:459:07 Attachment C: Proposer & Service Comparison Attachment D: HF&H Analysis on Proposals Cost Impacts Attachment E: Structure of Evaluation Committees Copies of the attachments to this CMR:329:08 may be viewed on-line at http://www.cityofpaloalto.org/knowzone/agendas/council.asp; or 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