Loading...
HomeMy WebLinkAbout2008-09-08 City Council Agenda Packet 1 09/08/08 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, 250 HAMILTON AVE. 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 September 08, 2008 7:00 PM ROLL CALL STUDY SESSION 1. Study Session on a 35-Unit Affordable Housing Project Located at 488 W. Charleston Road CMR 358:08 Attachment Map SPECIAL ORDERS OF THE DAY 2. Proclamation in Celebration of the 50th Anniversary of the Eichler Swim and Tennis Club 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. APPROVAL OF MINUTES June 09, 2008 June 16, 2008 June 23, 2008 July 07, 2008 CONSENT CALENDAR Items will be voted on in one motion unless removed from the calendar by two Council Members. 09/08/08 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, 250 HAMILTON AVE. DURING NORMAL BUSINESS HOURS. 3. Approval of a Storm Drain Enterprise Fund Contract With Casey Construction Inc. in the Amount Not to Exceed $320,895 for Storm Drain Rehabilitation and Replacement Project - Phase II, Capital Improvement Program Project SD-06101 CMR 349:08 Attachment 4. Approval of an Amendment to Contract No. S05110315 With Toter Incorporated for One Additional Year and to Increase the Compensation Amount by $75,000 for the Purchase of Additional Carts for a Total Amount of $2,098,300 CMR 343:08 5. Approval of a Three-Year Contract With All City Management Services Inc. in the Amount Not to Exceed $319,366 Per Year for Crossing Guard Services and Authorization for Additional Services Not to Exceed $31,936 Per Year CMR 352:08 Attachment 6. Finance Committee Recommendation to Preliminarily Approve 2007-08 Re-Appropriation Requests CMR 345:08 Attachment 7. Adoption of a Budget Amendment Ordinance for the Fiscal Year 2008-09 to Provide an Additional Appropriation of $751,325 to Capital Improvement Program (CIP) VR-01001, Municipal Service Center Fuel Storage Tank Replacement and Approval of a Contract With American Construction and Environmental Services, Inc. in the Amount of $702,076 for Construction of the Integrated Fueling Facility Compressed Natural Gas Fueling Area With a Public Dispenser CMR 356:08 Attachment 8. Approval of Amendment No. 1 to Refuse Enterprise Fund Contract No. C06115396 with SCS Field Services in the Amount of $32,500 for a total amount of $432,192 for Services Related to the Repair of Fire- Damaged Landfill Gas and Leachate Collection System Components and for Preventive Measures of Burying Landfill Gas Wellheads to Prevent Fire Related Damage in the Case of Future Fires 09/08/08 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, 250 HAMILTON AVE. DURING NORMAL BUSINESS HOURS. CMR 348:08 Attachment 9. Adoption of a Budget Amendment Ordinance for the Fiscal Year 2008-09 to Provide an Additional Appropriation of $200,000 to Vehicle Replacement Fund, Capital Improvement Program Project, VR-08000, Approval of a Purchase Order With Peterson Tractor Company in an Amount Not to Exceed $374,720 for the Purchase of Four Backhoe/Loaders and Approval of a Purchase Order With Peterson Tractor Company in an Amount Not to Exceed $249,497 for the Purchase of One Waste-Handling Wheel Loader CMR 357:08 Attachment AGENDA CHANGES, ADDITIONS, AND DELETIONS HEARINGS REQUIRED BY LAW: Applications and/or appellants may have up to ten minutes at the outset of the public discussion to make their remarks and put up to three minutes for concluding remarks after other members of the public have spoken. OTHER AGENDA ITEMS: Public comments or testimony on agenda items other than Oral Communications shall be limited to a maximum of five minutes per speaker unless additional time is granted by the presiding officer. The presiding officer may reduce the allowed time to less than five minutes if necessary to accommodate a larger number of speakers. PUBLIC HEARINGS 10. TEFRA Hearing Regarding Conduit Financing for the Keys Family Day School Project Located at 3981 El Camino Real and 2890 Middlefield Road, Palo Alto, and Adoption of a Resolution Approving the Issuance of Revenue Bonds by the California Municipal Finance Authority in an Aggregate Principal Amount Not to Exceed $20,000,000 for the Purpose of Financing and/or Refinancing the Acquisition, Construction, Improvement and Equipping of Educational Facilities for the Keys Family Day School CMR 350:08 Attachment REPORTS OF OFFICIALS 11. Adoption of an Ordinance Adding Chapter 16.18 of Title 16 of the Palo Alto Municipal Code Establishing Local Energy Efficiency Standards for Certain Buildings and Improvements Covered by the 2005 California Energy Code CMR 354:08 Attachment COUNCIL MATTERS 09/08/08 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, 250 HAMILTON AVE. DURING NORMAL BUSINESS HOURS. 12. Approval of a City Auditor Employment Agreement With Lynda Flores Brouchoud 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: 358:08 Page 1 of 3 1 TO: HONORABLE CITY COUNCIL FROM: CITY MANAGER DEPARTMENT: PLANNING AND COMMUNITY ENVIRONMENT DATE: SEPTEMBER 8, 2008 CMR: 358:08 SUBJECT: STUDY SESSION ON A 35-UNIT AFFORDABLE HOUSING PROJECT LOCATED AT 488 W. CHARLESTON ROAD (TREE HOUSE) PURPOSE/RECOMMENDATION The key purpose of this study session is to discuss this affordable housing project proposed by the Palo Alto Housing Corp, also known as the “Tree House” project, prior to the beginning of the rezoning process for the site and the Architectural Review Board (ARB) review of the development. Staff recommends that the City Council receive the presentation from staff and applicant, and provide comments and input to the project. DISCUSSION The proposed project is a 35-unit 100% affordable housing project proposed by the Palo Alto Housing Corporation (PAHC) to be located at the site currently occupied by Recording for the Blind and Dyslexic, at 488 W Charleston Road. Two land use entitlements, rezoning and architectural review, are required for this project. The proposed rezoning will change the property from the existing Planned Community (PC) zoning designation to a High Density Multiple-Family Residence District (RM-40). This rezoning will require that an environmental evaluation be prepared, as discussed in the environmental review section below. Both the rezoning and environmental review will initially be reviewed by the Planning & Transportation Commission (PTC) for its recommendation and then by the City Council for a decision. The architectural review will begin with a preliminary review of the development by the ARB at its meeting of September 18, 2008, and will include a future application for Major Architectural Review to the ARB, subsequent to the re-zoning, and a recommendation to the Director of Planning and Community Environment. The project description (Attachment A) also includes a discussion of concessions requested for this project, pursuant to SB 1818 (State housing density law). The applicant is allowed a maximum of three concessions under State law since greater than 30% of the total units are for lower income households. The concessions currently requested are the following two: 1. Provision of no covered parking, where one is currently required per dwelling unit CMR: 358:08 Page 2 of 3 2. Reduction in the required front setback (25 feet) to allow a 5-foot encroachment These concessions are primarily requested so that the proposed development can be placed on the site in a way that is sensitive to the many large oak trees to be retained. The reduction in the number of parking spaces by 40% as described in the applicant’s project description letter as a concession is allowed by in the Palo Alto Municipal Code (PAMC Section 18.52.050 Table 4). The applicant, Palo Alto Housing Corp, and the project architect, Pyatok Architects Inc. (designer of Oak Court Apartments), will provide a preview of the design concept for the project at the study session and concept plans are attached. RESOURCE IMPACTS The City has allocated a total of $2,538,577 to the Palo Alto Housing Corporation (PAHC) for site acquisition, of which $1,538,577 and $1,000,000 will come from the Community Development Block Grant (CDBG) and the City Residential Housing Fund, respectively. The total acquisition cost is estimated to be approximately $3,000,000. PAHC estimates the overall development cost for the Tree House project to be $13.5 million. PAHC is currently investigating other sources of financing for site acquisition and development in addition to the City’s funding, including but not limited to, Low-Income Housing Tax Credits, the State Multi- Family Housing Program, Proposition 1C Fund and the Santa Clara County Housing Trust Fund. The PAHC will need to close escrow on the property by March 2009 in order to ensure that the City meets the Department of Housing and Urban Development’s (HUD) standards for the timely expenditure of CDBG funds. This March 2009 deadline therefore sets the timeline for the required entitlements, described above. POLICY IMPLICATIONS The proposed project substantially supports housing policies to develop affordable rental housing and is consistent with the Comprehensive Plan designation for the site. ENVIRONMENTAL REVIEW This project is subject to both National Environmental Policy Act (NEPA) and the California Environmental Quality Act (CEQA) requirements. HUD environmental regulations require for projects using CDBG money to prepare NEPA document. At present, the City has completed preparation of the Section 106 Evaluation (Historic Resources Evaluation in compliance with the National Historic Preservation Act of 1976) for the proposed project, which concluded that the project would not affect significant historic resources. The findings from that evaluation were sent to the State Historic Preservation Officer (SHPO); the City has received a letter from SHPO concurring with the City’s findings. Staff is working with a consultant to prepare the Initial Study and Environmental Assessment for the project. A completed document is anticipated to be ready by the end of September and ready for public circulation by October 2008. STATUS OF 801 ALMA AFFORDABLE HOUSING PROJECT The Planned Community rezoning application for the Palo Alto Family and Senior Housing, an affordable housing project with two mixed use buildings proposed at 801, 853, 875 Alma, has been filed with the City. The applicant met with City’s Development Review Committee on August 20, 2008 and heard initial feedback from the various departments. The applicant also received preliminary comments on the design of the project at a preliminary Architectural CMR: 358:08 Page 3 of 3 Review Board public hearing on September 4, 2008. The City has contracted with David J. Powers and Associates to prepare an Environmental Impact Report (EIR) to comply with the California Environmental Quality Act. Staff anticipates that a minimum of six months will be needed to prepare the EIR for public circulation. An amendment to the City’s pre-development agreement will be scheduled for Council before the end of September to address pending schedule and title transfer issues. PREPARED BY: _____________________________________________ JENNIFER CUTLER Planner DEPARTMENT HEAD: _____________________________________________ CURTIS WILLIAMS Interim Director of Planning and Community Environment CITY MANAGER APPROVAL: _____________________________________________ JAMES KEENE City Manager ATTACHMENTS: Attachment A: Project Summary Attachment B: Project Timeline Attachment C: Project Plans (Council Members only) CMR:349:08 Page 1 of 3 TO: HONORABLE CITY COUNCIL FROM: CITY MANAGER DEPARTMENT: PUBLIC WORKS DATE: SEPTEMBER 8, 2008 CMR: 349:08 SUBJECT: APPROVAL OF A STORM DRAIN ENTERPRISE FUND CONTRACT WITH CASEY CONSTRUCTION INC. IN THE AMOUNT NOT TO EXCEED $320,895 FOR STORM DRAIN REHABILITATION AND REPLACEMENT PROJECT - PHASE II, CAPITAL IMPROVEMENT PROGRAM PROJECT SD-06101 RECOMMENDATION Staff recommends that Council: 1. Approve and authorize the City Manager or his designee to execute the attached contract with Casey Construction, Inc., in the amount of $320,895 for Storm Drain Rehabilitation and Replacement Project Phase – II, Capital Improvement Program (CIP) Project SD- 06101. 2. Authorize the City Manager or his designee to negotiate and execute one or more change orders to the contract with Casey Construction, Inc., for related, additional but unforeseen work which may develop during the project, the total value of which shall not exceed $32,000 BACKGROUND In 2005, the property owners of Palo Alto voted to increase their monthly storm drainage fee to fund a number of storm drain-related capital improvement projects, including an increased budget for annual storm drain rehabilitation and replacement. This project makes use of the rehabilitation and replacement funds for FY 2008-09. DISCUSSION Project Description A project location and overview map is shown on Attachment B. The major elements of the work are the replacement of the existing deteriorated storm drain lines on Vernon Terrace and on High Street between Forest Avenue and Homer Avenue. Additionally, backflow control devices will be installed in manholes on Charleston Court at Charleston Road and at the intersection of Seneca Street and University Avenue in order to prevent localized street flooding at these locations. Bolt-down lids will be installed on several manholes along Embarcadero Road near Alma Street to prevent water pressure from the Embarcadero Pump Station from lifting the lids during severe storms. Localized repairs of damaged storm drain pipe will be made on Lambert Avenue near Park Boulevard and at the intersection of Middlefield Road and Seale Avenue. Plastic pipe liners will be inserted into storm drains in the Embarcadero Road / Wildwood Lane / CMR:349:08 Page 2 of 3 Channing Avenue area in order to rehabilitate the existing deteriorated corrugated metal pipes. Construction is expected to start in late September and be completed by the end of November 2008. Project Coordination The work included in this project has been coordinated with the City’s street maintenance program and does not directly impact any other utility or street resurfacing project. Summary of Bid Process Bid Name/Number Storm Drain Rehabilitation and Replacement Project Phase II, Capital Improvement Program Project SD-06101 / IFB #127244 Proposed Length of Project 45 calendar days Number of Bids Mailed to Contractors 18 Number of Bids Mailed to Builder’s Exchanges 10 Total Days to Respond to Bid 26 Pre-Bid Meeting? No Number of Company Attendees at Pre-Bid Meeting N/A Number of Bids Received: 1 Bid Price Range * One bid was received at a price of $ 320,895 *Bid summary provided in Attachment C. The Certification of Nondiscrimination is Attachment D. Staff has reviewed the one bid submitted and recommends that the bid of $320,895 submitted by Casey Construction, Inc., be accepted and that Casey Construction, Inc., be declared the lowest responsible bidder. The bid is 34% below the engineer's estimate of $489,705. Casey Construction was the contractor for the last storm drain rehabilitation project and performed very well. Multiple inquires made by staff to other plan holders indicated that a high volume of bid openings on the same day as this project’s bid opening was the primary reason that only one bid was submitted for the project. The change order amount of $32,000 (which equals 10% of the total contract) is requested to resolve unforeseen problems and/or conflicts that may arise during the construction period. Staff confirmed with the Contractor's State License Board that the contractor has an active license on file. RESOURCE IMPACT Funding for the Storm Drain Rehabilitation and Replacement Phase II Project is available in Storm Drainage Fund Capital Improvement Program Project SD-06101. Project SD-06101 is funded annually on an ongoing basis in order to finance enhanced maintenance of the City’s existing storm drain system by replacing or rehabilitating deteriorated components. The project is funded by the Storm Drainage Fee increase approved by property owners in 2005. POLICY IMPLICATIONS This recommendation does not represent any changes to existing City policies. CMR:349:08 Page 3 of 3 ENVIRONMENTAL REVIEW This project has been determined to be categorically exempt from the provisions of the California Environmental Quality Act (CEQA) under Section 15301 of the CEQA Guidelines as repair, maintenance, and/or minor alteration of an existing facility and no further environmental review is necessary. ATTACHMENTS Attachment A: Contract Attachment B: Project Location Map Attachment C: Bid Summary Attachment D: Certification of Nondiscrimination PREPARED BY: __________________________________ MATTHEW H. BRUNNINGS Associate Engineer DEPARTMENT HEAD: __________________________________ GLENN S. ROBERTS Director of Public Works CITY MANAGER APPROVAL: __________________________________ JAMES KEENE City Manager cc: Storm Drain Oversight Committee Stepheny McGraw Rod McNall Susan Rosenberg John Tarlton Richard Whaley CMR:343:08 Page 1 of 2 TO: HONORABLE CITY COUNCIL FROM: CITY MANAGER DEPARTMENT: PUBLIC WORKS DATE: SEPTEMBER 8, 2008 CMR: 343:08 SUBJECT: APPROVAL OF AN AMENDMENT TO CONTRACT NO. S05110315 WITH TOTER INCORPORATED FOR ONE ADDITIONAL YEAR AND TO INCREASE THE COMPENSATION AMOUNT BY $75,000 FOR THE PURCHASE OF ADDITIONAL CARTS FOR A TOTAL AMOUNT OF $2,098,300 RECOMMENDATION Staff recommends that Council approve and authorize the City Manager or his designee to amend Contract No. S05110315 with Toter Incorporated for one additional year and to increase the compensation amount by $75,000 for the purchase of additional garbage carts for a total of $2,098,300. BACKGROUND On May 5, 2005, Council approved Contract S05110315 with Toter Incorporated (Toter) (CMR:222:05). The work performed under the contract was to purchase, manufacture, assemble and deliver waste containers to the community starting July 1, 2005, for the implementation of the new single stream recycling program, collection of yard trimmings in carts and optional curbside garbage service. The approved contract provided services from May 2005 to May 2006 with an option for two additional years. The original contract was extended twice. DISCUSSION Services provided under the three years of the contract met the City’s expectations. The amendment provides for the purchase of additional carts, with the same specifications including sizing, color, logo and durability, which are needed to service the community during the Palo Alto Sanitation Company’s (PASCO) last contract year. Due to new construction, rising participation in recycling and the increased popularity of the wheeled carts for garbage, additional small size carts must be reordered to provide service to new customers. By purchasing the additional carts needed from Toter, the City will be assured of a product that is identical to the one currently used by customers and a product that is compatible with the current and future collection equipment. Under the new waste hauling contract, the new contractor will utilize the existing carts. The purchase of any new carts will become the obligation of the new contractor. CMR:343:08 Page 2 of 2 SOLE SOURCE CONTRACT This contract extension was determined to be exempt from competitive solicitation requirements under Municipal Code Sections 2.30.360 (b) (impractical, unavailing) and 2.30.360 (d) (sole source). A competitive solicitation would not have produced any advantage to the City since Toter will provide the same quality containers with the specifications it has provided previously under same terms and conditions of the original contract except for an increase in the price per cart due to increases in plastic resin, freight, and fuel costs since the initial contract was issued in 2005. RESOURCE IMPACT Funds for this contract are available in the Refuse Fund Budget. ENVIRONMENTAL REVIEW This is not a project under Section 21065 of the California Environmental Quality Act (CEQA). PREPARED BY: _____________________________________ PAULA BORGES FUJIMOTO Executive Assistant DEPARTMENT HEAD: _____________________________________ GLENN ROBERTS Director of Public Works CITY MANAGER APPROVAL: ______________________________________ JAMES KEENE City Manager CMR:352:08 Page 1 of 3 TO: HONORABLE CITY COUNCIL FROM: CITY MANAGER DEPARTMENT: POLICE DATE: SEPTEMBER 8, 2008 CMR: 352:08 SUBJECT: APPROVAL OF A THREE-YEAR CONTRACT WITH ALL CITY MANAGEMENT SERVICES INC. IN THE AMOUNT NOT TO EXCEED $319,366 PER YEAR FOR ADULT CROSSING GUARD SERVICES AND AUTHORIZATION FOR ADDITIONAL SERVICES NOT TO EXCEED $31,936 PER YEAR RECOMMENDATION Staff recommends that Council: 1. Approve and authorize the City Manager or his designee to execute the attached three- year contract with All City Management Inc. in the amount of $319,366 per year, for adult crossing guard services. 2. Authorize the City Manager or his designee to negotiate and execute one or more change orders to the contract with All City Management Services Inc. for additional crossing guard services which may develop during the project, the total value of which shall not exceed $31,936 per year. BACKGROUND The City is dedicated to ensuring the safety of children traveling to and from school. Prior to 1999, the Police Department was responsible for the hiring, staffing, training, equipping and supervising the hourly crossing guards. Due to the increase in the number of locations where crossing guards are required and the amount of staff time required to handle all the associated responsibilities together with the use of regular employees including police officers as backfills, the Department has fewer resources to manage the crossing guard program. As a result, in August 1999 staff received Council approval to contract for adult crossing guard services. Guidelines were adopted and approved by Council in April 1993 (CMR:175:93). The assignment of adult crossing guard locations is considered by the City/School Traffic Safety Committee only for those intersections which meet minimum standards and approved by the City/School Traffic Safety Committee. These standards (Attachment C) require at least 20 school-age pedestrians utilize the crosswalk location per hour, on the way to or from school. In addition, other traffic related factors are considered, such as crossing location, traffic volume, CMR:352:08 Page 2 of 3 applicable Cal Train crossings, availability of bus service, and/or the number of traffic lanes involved. The current agreement for crossing guard services expires on August 31, 2008. This report provides the bid and vendor selection process for the new agreement. DISCUSSION All City Management Services has been responsible for the management of all crossing guard program functions during the regular school year and the summer session since August 1999. At that time, All City Management Services was selected following a request for Proposal (RFP) process (CMR:326:99). The company has provided adult crossing guard personnel, supervision and safety equipment, the operation of pedestrian signals, and has assumed responsibility for the safe crossing of school-aged pedestrians at 29 designated school area crosswalks. Summary of Bid Process Bid Name/Number Crossing Guard Services Proposed Length of Project 36 months Number of Bids Mailed to Contractors Three Total Days to Respond to Bid 14 Pre-Bid Meeting? Yes – No response Number of Bids Received: 1 Bid Price Range $320,000 *Bid summary provided in Attachment B. During the bid process, several agencies were contacted in an attempt to locate various vendors involved in crossing guard programs. Several of the surrounding agencies and cities use police or school district personnel; several others employ All City Management Services. Two other companies that provide security and crossing guard services in the recent past were contacted and provided with the RFP. Personal telephone contact was made with all three vendors. Two of the vendors declined to submit a proposal. No phone calls were received during the Pre- Proposal teleconference held on July 23, 2008. All City Management Services submitted a proposal which was received by the City’s Purchasing Department on August 5, 2008. Staff has reviewed the bid submitted and recommends that All City Management Inc. be approved as the vendor. The bid is one percent below the staff estimate of $324,000 per year. The change order amount of $31,936 which equals 10 percent of the total contract is requested over the course of the contract to cover any additional locations that may be added. Factors that would necessitate the change order include enhanced summer school sessions and/or new locations being added due to residential redevelopment of previously zoned commercial areas. CMR:352:08 Page 3 of 3 RESOURCE IMPACT Funds in the amount of $319,366 are included in the FY 2008-09 Police Department Budget. POLICY IMPLICATIONS The provision of adult crossing guards is consistent with City policy and meets the requirements of Program T-45 of the Comprehensive Plan. ENVIRONMENTAL REVIEW This is not a project under the California Environmental Quality Act (CEQA) ATTACHMENTS Attachment A: Contract Attachment B: Bid Summary Attachment C: City of Palo Alto Adult Crossing Guard Warrants PREPARED BY: __________________________________ SANDRA BROWN Police Lieutenant DEPARTMENT HEAD: __________________________________ LYNNE JOHNSON Police Chief CITY MANAGER APPROVAL: __________________________________ JAMES KEENE City Manager CMR:345:08 Page 1 of 2 TO: HONORABLE CITY COUNCIL FROM: CITY MANAGER DEPARTMENT: ADMINISTRATIVE SERVICES DATE: SEPTEMBER 8, 2008 CMR: 345:08 SUBJECT: APPROVAL OF FINANCE COMMITTEE RECOMMENDATION TO REQUEST TO PRELIMINARILY APPROVE 2007-08 REAPPROPRIATION REQUESTS RECOMMENDATION: The Finance Committee recommends that the Council preliminarily approve the Fiscal Year 2007- 08 reappropriations (Attachment 1). COMMITTEE REVIEW AND RECOMMENDATIONS: The Committee voted unanimously to accept staff’s recommendation. PREPARED BY: DALE WONG Senior Financial Analyst DEPARTMENT HEAD: LALO PEREZ Director, Administrative Services CMR:345:08 Page 2 of 2 CITY MANAGER APPROVAL: JAMES KEENE City Manager ATTACHMENTS Attachment 1: CMR 306:08 Attachment 2: Except minutes from the July 15, 2008 Finance Committee Meeting CMR:356:08 Page 1 of 4 TO: HONORABLE CITY COUNCIL FROM: CITY MANAGER DEPARTMENT: PUBLIC WORKS DATE: SEPTEMBER 8, 2008 CMR: 356:08 SUBJECT: ADOPTION OF A BUDGET AMENDMENT ORDINANCE FOR FISCAL YEAR 2008-09 TO PROVIDE AN ADDITIONAL APPROPRIATION OF $751,325 TO CAPITAL IMPROVEMENT PROGRAM PROJECT VR- 01001 MUNICIPAL SERVICE CENTER FUEL STORAGE TANK REPLACEMENT AND APPROVAL OF A CONTRACT WITH AMERICAN CONSTRUCTION AND ENVIRONMENTAL SERVICES, INC. IN THE AMOUNT OF $702,076 FOR CONSTRUCTION OF THE INTEGRATED FUELING FACILITY COMPRESSED NATURAL GAS FUELING AREA WITH A PUBLIC DISPENSER RECOMMENDATION Staff recommends that Council: 1. Adopt the attached Budget Amendment Ordinance (BAO) in the amount of $751,325 (Attachment A) to provide an additional appropriation for the Capital Improvement Program (CIP) Project VR-01001 MSC Fuel Storage Tank Replacement. 2. Approve and authorize the City Manager or his designee to execute the attached contract C09124683 with American Construction and Environmental Services, Inc., (Attachment C) in the amount $702,076 for construction of the Integrated Fueling Facility Compressed Natural Gas (CNG) facilities. 3. Authorize the City Manager or his designee to negotiate and execute one or more change orders to the contract with American Construction and Environmental Services, Inc., for related, additional but unforeseen work which may develop during the project, the total value of which shall not exceed $84,249. BACKGROUND The existing fueling facility at the Municipal Service Center (MSC) provides both conventional and non-conventional (CNG) fuel for City vehicles and equipment on a 24 hour basis. The current facility is thirty nine years old and is in need of replacement. In order to reduce construction costs and to obtain the most qualified contractors, staff recommended bidding the conventional fuel portion replacement work separately from the CNG replacement work. CMR:356:08 Page 2 of 4 On September 11, 2006, Council approved a construction contract to build a replacement conventional fueling facility at the MSC (CMR:342:06). This report addresses the construction contract for the CNG portion of the replacement project. DISCUSSION Project Description There will be two CNG stations constructed under this contract using previously purchased CNG equipment. One CNG station located within the gated perimeter of the MSC will serve city operations and the second located inside the gates of the northernmost employee parking lot will be available for public use (Attachment B). Owners of private CNG vehicles may purchase CNG at the dispenser using credit cards via a card reader. Facilities Management will provide facility access cards to the public upon request. Approval of this contract and associated BAO is needed due to a number of factors. A $300,000 grant from the Santa Clara Valley Transportation Agency (VTA) was used to purchase the CNG equipment that will be used in this project. Since the VTA funding has already been expended, failure to proceed with the project would require reimbursement to the VTA. Further, Capital Improvement Project PE-08005, Municipal Service Center Resurfacing, has been coordinated to resurface the impacted area from the CNG project upon its completion. Funding of the BAO for this phase of construction will come from existing Capital Improvement Project Funding listed in the table under Resource Impact section. Bid Process A notice inviting formal bids for the Municipal Service Center Integrated Fueling Facilities- CNG was posted at City Hall on July 15, 2008 and sent to twelve potential bidders. The bidding period was 35 days. Bids were received from three qualified contractors on August 19, 2008, as listed on the attached bid summary (Attachment D). Base bids ranged from a total low bid of $702,076 to a total high bid of $992,993 for the base bid. Summary of Bid Process Bid Name/Number Integrated Fueling Facility IFB #124683 Proposed Length of Project 3 months Number of Bids Mailed to Contractors 12 Number of Bids Mailed to Builder’s Exchanges 10 Total Days to Respond to Bid 35 Pre-Bid Meeting? Yes Number of Company Attendees at Pre-Bid Meeting 9 Number of Bids Received: 3 Bid Price Range * $702,076 to $992,993 for the Base Bid $1,154,833 to $1,491,288 with the Bid Alternate (removing existing fueling station). *Bid summary provided in Attachment D. CMR:356:08 Page 3 of 4 The project as it was bid included a Base Bid for installation of new CNG dispensers and a Bid Alternate for the removal of the existing fueling station and nearby former storage area for above-ground fuel tanks. The existing fueling station is no longer needed since construction has recently been completed on a new conventional fueling station at the east side of the MSC. The cost to award a contract for the Base Bid plus the Bid Alternate would be $1,154,833, which is beyond the funding available for this CIP therefore staff is recommending awarding the base bid only. Staff has reviewed all bids submitted and recommends that the base bid of $702,076 submitted by American Construction and Environmental Services, Inc., be accepted and that American Construction and Environmental Services, Inc., be declared the lowest responsible bidder. The bid is less than 1 percent above the engineer's estimate of $700,000. 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. A contingency amount of 12 percent is requested since testing has determined that some of the soil at the new fueling station site has been contaminated with oil and gas residue and may need to be removed. The extent of remediation required by the Santa Clara Valley Water District cannot be determined until the ground is excavated and the degree that the contamination has traveled within the soil is evaluated. An additional $5,000 is requested for CIP VR-01001 to cover the costs of materials testing and welding inspection that is typically paid for by the City, not the contractor. RESOURCE IMPACT The Project has a remaining unused appropriation of $40,000, and an additional appropriation of $751,325 is needed to provide the necessary funds for the Project. The additional appropriation of $751,325 will be funded by a transfer from various existing vehicle replacement projects. The details of the funding sources are as follows: Description Amount VR-01002- MSC Equipment Washing Facility Upgrade $681,394 VR-05001- Field Service Truck 9,000 VR-06800- MTBE Investigation 12,664 VR-04010-Vehicle Maintenance 48,267 Total $751,325 A Budget Amendment Ordinance of $751,325 is necessary to increase appropriation to VR-01001, MSC Fuel Storage Tank Replacement CIP Project. VR-01002 is an active project designated for the replacement of the equipment washing facility at the MSC. This project is CMR:356:08 Page 4 of 4 still needed; however, the need for a new CNG fueling facility now takes precedence over the wash facility due to the requirements to implement the VTA grant monies, and project coordination with the MSC resurfacing. In addition, the existing fueling station and above- ground tank storage area are still in need of removal. In order to meet these needs and other significant vehicle related objectives and obligations, Administrative Services and Public Works staff are working on a revised funding plan for the Vehicle Replacement Fund through possible revised allocated charges and revenue from the sale of CNG to the public. Once funding is identified staff will return with capital improvement projects to remove the existing fueling station and former tank-storage area and construct a new wash facility as part of the FY 2009- 2010 budget. POLICY IMPLICATIONS This project furthers Policy N-21 and N-25 of the Comprehensive Plan. ENVIRONMENTAL REVIEW This project is exempt under the California Environmental Quality Act (CEQA) Section 15302 because it is a relocation of an existing use. The project has been appropriately conditioned to address the soil contamination. ATTACHMENTS Attachment A: Budget Amendment Ordinance (includes CIP Page as Exhibit A) Attachment B: Revised Description of CIP VR-01001 Attachment C: Contract Attachment D: Bid Summary Attachment E: Certification of Nondiscrimination PREPARED BY: __________________________________ J. MICHAEL SARTOR Assistant Director of Public Works DEPARTMENT HEAD: __________________________________ GLENN S. ROBERTS Director of Public Works CITY MANAGER APPROVAL: __________________________________ JAMES KEENE City Manager CMR:348:08 Page 1 of 2 TO: HONORABLE CITY COUNCIL FROM: CITY MANAGER DEPARTMENT: PUBLIC WORKS DATE: SEPTEMBER 8, 2008 CMR: 348:08 SUBJECT: APPROVAL OF AMENDMENT NO. 1 TO REFUSE ENTERPRISE FUND CONTRACT NO. C06115396 WITH SCS FIELD SERVICES IN THE AMOUNT OF $32,500 FOR A TOTAL AMOUNT OF $432,192 FOR SERVICES RELATED TO THE REPAIR OF FIRE-DAMAGED LANDFILL GAS AND LEACHATE COLLECTION SYSTEM COMPONENTS AND FOR PREVENTIVE MEASURES OF BURYING LANDFILL GAS WELLHEADS TO PREVENT FIRE RELATED DAMAGE IN THE CASE OF FUTURE FIRES RECOMMENDATION Staff recommends that Council approve and authorize the City Manager or his designee to execute Amendment No. 1 to Contract C06115396 with SCS Field Services (SCS) expanding the scope of work and increasing the maximum compensation by an amount of $32,500 for a total contract amount not to exceed $432,192 for the total three year term of this maintenance contract. BACKGROUND On Wednesday July 23, 2008 a fire occurred at the Palo Alto Composting Facility (located on top of a 7.5 acre section of the Palo Alto Landfill). The fire apparently originated in the stockpile of unprocessed green material that burned throughout the evening as fire crews attempted to extinguish the fire. The green material fire spread south of the facility aided by 30 mile per hour winds and caught a section of grass on fire. Before fire crews could extinguish the grass fire, several components of the above-ground landfill gas and leachate collection systems were severely damaged including sections of the 8” diameter HDPE header-pipe, several hundred feet of 1” and 4” diameter HDPE piping and two PVC wellheads as well as related fittings, hoses and other related components. The City’s environmental control systems (gas and leachate collection systems) maintenance contractor is “SCS Field Services (SCS)” based in Modesto. SCS was called the night of the fire and responded with personnel on the morning of Thursday, July 24, 2008. SCS assessed the damage and immediately began isolating the damaged gas and leachate system sections. SCS crews worked the week following the fire to replace the damaged pipelines and other components and to replace the two above-ground wellheads. SCS removed the damaged materials from the area and had completely repaired and restored the systems by Wednesday July 30, 2008. CMR:348:08 Page 2 of 2 In March 2006, Council approved a three-year service agreement with SCS to provide both routine and non-routine landfill gas and leachate system maintenance, monitoring and reporting for an amount not to exceed $131,868 for the first and second contract years and the third year increasing to $135,956. DISCUSSION SCS was directed to perform the emergency repairs under the City Manager’s emergency contract authority. It was necessary to complete these emergency repairs as soon as possible for the City to stay in compliance with its Title V air permit as well as to close-off potentially explosive methane gas emissions in the vicinity of the green material fire. This work was accomplished under the terms, conditions and unit pricing from the SCS Agreement Number C06115396, and totaled $22,500. In addition, in order to minimize the potential for fire damage in the future as well as to allow fire response equipment full access to the perimeter of the facility, staff recommends burying six landfill gas wells in the vicinity of the composting facility. SCS is recommended for this additional work to ensure that the buried wells and laterals will integrate properly with the existing system. The cost of this work will be $10,000. RESOURCE IMPACT Funding for this contract amendment is available in the FY 2008-09 Refuse Enterprise Fund. POLICY IMPLICATIONS This project does not represent any change to existing City policies. ENVIRONMENTAL REVIEW This project is categorically exempt from California Environmental Quality Act (CEQA) review under Sections 15301 and 15302 (Class 1 and 2 exemptions). ATTACHMENTS Attachment A: Amendment No. 1 PREPARED BY: ___________________________________ RON ARP Manager, Environmental Control Programs DEPARTMENT HEAD: ___________________________________ GLENN S. ROBERTS Director of Public Works CITY MANAGER APPROVAL: ___________________________________ JAMES KEENE City Manager CMR:357:08 Page 1 of 3 TO: HONORABLE CITY COUNCIL FROM: CITY MANAGER DEPARTMENT: PUBLIC WORKS DATE: SEPTEMBER 8, 2008 CMR: 357:08 SUBJECT: ADOPTION OF A BUDGET AMENDMENT ORDINANCE FOR THE FISCAL YEAR 2008-09 TO PROVIDE AN ADDITIONAL APPROPRIATION OF $200,000 TO VEHICLE REPLACEMENT FUND, CAPITAL IMPROVEMENT PROGRAM PROJECT, VR-08000, APPROVAL OF A PURCHASE ORDER WITH PETERSON TRACTOR COMPANY IN AN AMOUNT NOT TO EXCEED $374,720 FOR THE PURCHASE OF FOUR BACKHOE/LOADERS AND APPROVAL OF A PURCHASE ORDER WITH PETERSON TRACTOR COMPANY IN AN AMOUNT NOT TO EXCEED $249,497 FOR THE PURCHASE OF ONE WASTE-HANDLING WHEEL LOADER RECOMMENDATION Staff recommends that Council: 1. Adopt the attached Budget Amendment Ordinance (BAO) in the amount of $200,000 (Attachment A) to provide an additional appropriation to the Vehicle Replacement Fund, Capital Improvement Program (CIP) Project, Scheduled Vehicle and Equipment Replacements, VR-08000, for the purchase of a waste-handling wheel loader. 2. Approve and authorize the City Manager or his designee to execute a purchase order with Peterson Tractor Company in the amount of $374,720 for the purchase of four backhoe/loaders. 3. Approve and authorize the City Manager or his designee to execute a purchase order with Peterson Tractor Company in the amount of $249,497 for the purchase of one waste- handling wheel loader. DISCUSSION Backhoe/Loaders Vehicle Replacement Fund CIP Projects VR-07800, VR-08000 and VR-09000 authorize the replacement of four backhoe/loaders. Three of these backhoe/loaders are at the end of their useful life. The fourth one is scheduled for replacement in 2008-09, however it has not yet CMR:357:08 Page 2 of 3 accumulated enough operating hours to qualify for replacement. Since the fourth backhoe/loader is due for replacement later this fiscal year, staff feels it would be cost effective for it to be replaced early and added to the Municipal Services Center equipment pool. Backhoe/loaders are used heavily in both Utilities and Public Works field operations; having a spare backhoe/loader available in the equipment pool will greatly reduce the impact to those operations when assigned backhoe/loaders are down for service or maintenance. In addition, the availability of a spare machine will reduce the need for equipment rentals when additional backhoe/loaders are needed for heavy workloads or special projects. A Request for Quotation (RFQ) for three backhoe/loaders was sent to four vendors on April 28, 2008. Bids were received from four qualified vendors on May 20, 2008, as listed on the attached bid summary (Attachment B). Bids ranged from a high of $312,061 to a low bid of $241,339. The bids received from Papé Equipment and Tractor Equipment Sales did not meet specifications, so they could not be considered for award. Staff has reviewed all bids submitted and recommends that the bid submitted by Peterson Tractor Company be accepted and that Peterson Tractor Company be declared the lowest responsible bidder. Waste-Handling Wheel Loader Vehicle Replacement Fund CIP Project VR-08000 authorizes the replacement of a waste- handling wheel loader to support the City’s composting program. This machine is used to load greenwaste into a compost grinder and finished compost into trucks. Due to the premature failure of a compost screener in August 2007, the funding originally allocated for the replacement of this wheel loader was used to purchase a new compost screener. The screener was not scheduled for replacement until fiscal year 2009-10. Staff attempted to defer the replacement of the wheel loader until fiscal year 2009-10, but it has also failed and is not cost-effective to repair. A new wheel loader must now be purchased on an emergency basis. Given that sufficient funding is not available for the purchase of this wheel loader in Vehicle Replacement Fund CIP Project VR-08000, the purchase will be facilitated by a transfer from the Refuse Fund Reserve to the Vehicle Replacement Fund CIP in accordance with the attached BAO (Attachment A). This is a sole source purchase conducted in accordance with Section 2.30.360(b) of the Palo Alto Municipal Code. Waste-handling wheel loaders are equipped with protective shielding and other features that enable safe operation in landfill facilities. Only a few wheel loader manufacturers offer waste-handling versions. Staff researched the availability of a replacement wheel loader and determined that Peterson Tractor Company was the only supplier in the area that had a machine meeting our requirements, and ready for immediate delivery. The machine that Peterson Tractor intends to supply is of the same make and model (Caterpillar 950 series) as the machine that is being replaced, so there will be minimal impact to staff from an operation and maintenance standpoint. In addition, the purchase of the Caterpillar loader will allow staff to transfer an existing “Tink” brand greenwaste bucket from the existing machine to the new machine, saving approximately $30,000 on the cost of a new greenwaste bucket. CMR:357:08 Page 3 of 3 Staff has checked references supplied by the vendor for previous contracts and has found no significant complaints. RESOURCE IMPACT In fiscal years 2006-07, 2007-08 and 2008-09, Council appropriated $3.6 million to CIP Vehicle Replacement Fund Project VR-07800; $2.5 million to VR-08000, and $2.5 million to VR-09000 to cover the costs of scheduled replacements of vehicles and equipment. Because the funding originally allocated in VR-08000 for the replacement of a wheel loader was used to purchase a compost screener, the existing balance of the appropriation in VR-08000 is no longer sufficient to allow for the purchase of a wheel loader. A Budget Amendment Ordinance is necessary to transfer $200,000 from the Refuse Fund Reserve to Vehicle Replacement CIP VR-08000 for the purchase of the waste-handling wheel loader to be utilized in the composting program. The proposed BAO will reduce the balance of the Refuse Fund Reserve to $828,000. POLICY IMPLICATIONS Authorization of the contract does not represent any change to the City’s existing policy. ENVIRONMENTAL REVIEW The equipment being supplied is in conformance with all applicable emissions laws and regulations, and will emit significantly fewer exhaust emissions than the equipment being replaced. ATTACHMENTS Attachment A: Budget Amendment Ordinance Attachment B: Bid Summary Attachment C: Certification of Nondiscrimination PREPARED BY: ___________________________________ KEITH LAHAIE Fleet Manager DEPARTMENT HEAD: ___________________________________ GLENN ROBERTS Director of Public Works CITY MANAGER APPROVAL: ___________________________________ JAMES KEENE City Manager CMR:350:08 Page 1 of 4 TO: HONORABLE CITY COUNCIL FROM: CITY MANAGER DEPARTMENT: ADMINISTRATIVE SERVICES DATE: SEPTEMBER 8, 2008 CMR: 350:08 SUBJECT: TEFRA HEARING REGARDING CONDUIT FINANCING FOR THE KEYS FAMILY DAY SCHOOL PROJECT LOCATED AT 3981 EL CAMINO REAL AND 2890 MIDDLEFIELD ROAD, PALO ALTO, AND ADOPTION OF A RESOLUTION APPROVING THE ISSUANCE OF REVENUE BONDS BY THE CALIFORNIA MUNICIPAL FINANCE AUTHORITY IN AN AGGREGATE PRINCIPAL AMOUNT NOT TO EXCEED $20,000,000 FOR THE PURPOSE OF FINANCING AND/OR REFINANCING THE ACQUISITION, CONSTRUCTION, IMPROVEMENT AND EQUIPPING OF EDUCATIONAL FACILITIES FOR THE KEYS FAMILY DAY SCHOOL RECOMMENDATION 1) Conduct a public hearing under the requirements of the Tax Equity and Fiscal Responsibility Act of 1983 (TEFRA) and the Internal Revenue Code of 1986, as amended (Code); and 2) Adopt a resolution (Attachment A) approving the issuance of the bonds by the California Municipal Finance Authority (CMFA) for the benefit of Keys Family Day School, Inc. (Borrower) in financing Keys Family Day School. BACKGROUND Keys Family Day School, Inc. (Keys) requested that the CMFA serve as the municipal issuer of bonds for the Keys Family Day School project in an aggregate principal amount not to exceed $20,000,000 of tax exempt revenue bonds. Proceeds from the issuance of the bonds will be used: (i) to fund the demolition of an existing facility and the construction and equipping of one or more new buildings to be used as educational facilities on property owned by Keys located at 3981 El Camino Real, Palo Alto, California (the "El Camino Campus"), including furniture, fixtures and equipment and design, architectural, engineering, project management, project consultants and other similar expenses relating thereto, (ii) to fund certain other capital expenditures, renovations, equipment and relocation expenditures at the El Camino Campus and on property owned by Keys located at 2890 Middlefield Road, Palo Alto, California (the "Middlefield Campus"); (iii) refinance an existing bank loan used to acquire and improve the El CMR:350:08 Page 2 of 4 Camino Campus; and (iv) pay other expenses related to the issuance of the Bonds, including but not limited to funding a debt service reserve fund, costs of issuance, and capitalized interest (collectively, the "Project"). The Project will be owned and operated by Keys. In order for all or a portion of the bonds to qualify as tax-exempt bonds, the City of Palo Alto must conduct a public hearing (TEFRA Hearing), providing the members of the community an opportunity to speak in favor of or against the use of tax-exempt bonds for the financing of the project. Prior to the hearing, reasonable notice must be provided to the members of the community. Following the close of the TEFRA hearing, an “applicable elected representative” of the governmental unit hosting the proposed project must provide its approval of the issuance of the bonds for the financing of the project. DISCUSSION Since the facilities to be financed with the proceeds of the CMFA’s debt are located within the jurisdiction of the City of Palo Alto, the City has been asked to conduct a TEFRA hearing and adopt a resolution (Attachment A) that approves both the issuance of bonds by the CMFA for the benefit of Keys. As cited in the published notice of August 20, 2008, the public hearing is simply an opportunity for all interested persons to speak or to submit written comments concerning the proposal to issue the debt and the nature or location of the facility to be financed; however, there is no formal obligation on the part of the borrower or the Council to respond to any specific comments made during the hearing or submitted in writing. The financing includes, but is not limited to finance the acquisition, construction, improvement and equipping of educational facilities and certain other matters relating thereto located at 3981 El Camino Real and 2890 Middlefield Road, Palo Alto. The CMFA is a joint exercise of powers authority that the City became a member of on April 14, 2008. The Joint Exercise of Powers Agreement provides that the CMFA is a public entity, separate and apart from each member executing such agreement. The debts, liabilities and obligations of the CMFA do not constitute debts, liabilities or obligations of the members executing such agreement. The bonds to be issued by the CMFA for the project will be the sole responsibility of the borrower, and the City of Palo Alto will have no financial, legal, moral obligation, liability or responsibility for the project or the repayment of the bonds for the financing of the project. All financing documents with respect to the issuance of the bonds will contain clear disclaimers that the bonds are not obligations of the City of Palo Alto or the State of California but are to be paid for solely from funds provided by the borrower. The City is in no way exposed to any financial liability by reason of its membership in the CMFA. In addition, participation by the City in the CMFA does not impact the City’s appropriations limits and will not constitute any type of indebtedness by the City. Outside of holding the TEFRA hearing and adopting the required resolution, no other participation or activity of the City or the City Council with respect to the issuance of the bonds will be required. Based on the benefits of the project to the Palo Alto community and the lack of any financial CMR:350:08 Page 3 of 4 obligations on the part of the City, staff recommends that Council approve the attached resolution. RESOURCE IMPACT As stated, the City will incur no financial obligation from approval of the recommendations. Keys Family Day School, Inc. is requesting authority to issue up to $20 million in bonds through the CMFA. The City will receive a fee for its services when the bonds are issued. The City would receive approximately $8,300 if the par amount of the bonds issued is $20 million. POLICY IMPLICATIONS Actions recommended in this report are consistent with Council’s prior actions in supporting non-profit financings under the TEFRA (e.g., approving tax-exempt financing through the California Municipal Finance Authority for the Gideon Hausner Jewish Day School projects, CMR: 184:08). ENVIRONMENTAL REVIEW Action on this item does not constitute a project under Section 21065 of the Public Resources Code. CMR:350:08 Page 4 of 4 PREPARED BY: _______________________________________________________ JOSEPH SACCIO Deputy Director, Administrative Services DEPARTMENT HEAD APPROVAL:_______________________________________ LALO PEREZ Director, Administrative Services CITY MANAGER APPROVAL: ___________________________________________ JAMES KEENE City Manager ATTACHMENTS Attachment A: Resolution Approving the Issuance of Revenue Bonds by the California Municipal Finance Authority for the Purpose of Financing or Refinancing Acquisition, Construction, Improvement and Equipping of Educational Facilities for the Benefit of Keys Family Day School, Inc. CMR: 354:08 Page 1 of 3 15 TO: HONORABLE CITY COUNCIL FROM: CITY MANAGER DEPARTMENT: PLANNING AND COMMUNITY ENVIRONMENT DATE: SEPTEMBER 8, 2008 CMR: 354:08 SUBJECT: ADOPTION OF AN ORDINANCE ADDING A NEW CHAPTER 16.18 TO THE PALO ALTO MUNICIPAL CODE ESTABLISHING LOCAL ENERGY EFFICIENCY STANDARDS FOR CERTAIN BUILDINGS AND IMPROVEMENTS COVERED BY THE 2005 CALIFORNIA ENERGY CODE RECOMMENDATION Staff recommends that the City Council adopt the attached ordinance adding a new Chapter 16.18 (Local Energy Efficiency Standards for Certain Buildings and Improvements Covered by the 2005 California Energy Code) to the Palo Alto Municipal Code. BACKGROUND On June 2, 2008, the Council passed Ordinance No. 5006, adopting mandatory green building regulations for residential and commercial building projects. Additionally, the Council adopted a companion Resolution No. 8825, establishing specific green building standards to comply with the ordinance. The green building ordinance specifies use of the United States Green Building Council (USGBC) LEED (Leadership in Energy & Environmental Design) rating system for commercial building projects and the Build it Green GreenPoint Rated system for residential projects. Both rating systems specify minimum energy efficiency standards for buildings that exceed the requirements of the current (2005) California Energy Code (Part 6 of Title 24 of the California Code of Regulations) that the Council adopted on November 26, 2007 by Ordinance No. 4980. The proposed ordinance is intended to make the energy efficiency requirements of the locally adopted Energy Code consistent with those of the green building regulations. DISCUSSION Although the California Energy Code prescribes minimum energy performance standards for new buildings, requiring increased energy efficiency at the local level will further reduce energy costs for building owners, further reduce energy consumption during periods of peak demand and further reduce greenhouse gas emissions. The proposed ordinance would apply to all new CMR: 354:08 Page 2 of 3 residential and non-residential construction and would establish increased energy efficiency standards that are roughly 15% greater than minimum standards in energy current code requirements. California Public Resources Code Section 25402.1(h)(2) states that modifications to the California Energy Efficiency Standards by a local jurisdiction may be done only after a study has been undertaken and findings made that determine that the proposed modifications are cost effective. Upon introduction of the ordinance, the study and findings must be presented to the California Energy Commission (CEC) prior to implementation of the proposed local standards. After CEC review and approval, which could take up to three months, staff will bring the ordinance back to Council for final adoption and the ordinance will be effective 30 days thereafter. Because locally adopted energy efficiency standards also constitute amendments to the California Buildings Standards Code, after final adoption by Council, the ordinance (amendments) must be filed with the California Building Standards Commission (CBSC) and must include additional findings that demonstrate how the amendments are reasonably necessary due to unique local climatic, geologic or topographic conditions pursuant to California Health and Safety Code Section 17958.5. To date, only 11 jurisdictions in the state have amended the 2005 Energy Code to establish increased local energy efficiency standards (see http://www.energy.ca.gov/title24/2005standards/ordinances_exceeding_2005_building_standard s.html). Also, this process will be updated when the CEC publishes the next (2008) edition of the California Energy Code. A copy of the recently completed study of Palo Alto’s proposed local Energy Code amendments, “Palo Alto Green Building Ordinance Energy Cost-Effectiveness Study” prepared by Gabel Associates, LLC, is attached and will be presented more fully to the Council at the September 8th meeting. The study concludes that the increased energy efficiency standards of the City’s green building regulations are cost-effective and would justify to the CEC increasing the City’s energy standards. The ordinance will be forwarded to the CEC following Council introduction at this meeting. The ordinance will return for second reading following CEC review. POLICY IMPLICATIONS The Energy Code amendments are consistent with and directly support the City’s recently adopted green building regulations. RESOURCE IMPACT Resource impacts from the adoption of the ordinance are limited to staff training costs and implementation of public outreach efforts. As with the enforcement of the existing Energy Code standards, these costs are recovered through Building Permit fees. ENVIRONMENTAL REVIEW The proposed ordinance preserves and enhances the environment, in that it would set forth minimum energy efficiency standards within the City of Palo Alto for all new residential and CMR: 354:08 Page 3 of 3 commercial construction. Thus, staff has determined that this action is exempt from the California Environmental Quality Act (CEQA) in accordance with Public Resources Code Section 15061(b)(3), because “it can be seen with certainty that there is no possibility that the activity in question may have a significant effect on the environment.” PREPARED BY: __________________________________________ LARRY I. PERLIN, PE Chief Building Official DEPARTMENT HEAD REVIEW: __________________________________________ CURTIS WILLIAMS Interim Director of Planning and Community Environment CITY MANAGER APPROVAL: __________________________________________ JAMES KEENE City Manager ATTACHMENTS 1. Ordinance adding a new Chapter 16.18 to the Palo Alto Municipal Code establishing local energy efficiency standards for certain buildings and improvements covered by the 2005 California Energy Code. 2. Palo Alto Green Building Ordinance Energy Cost-Effectiveness Study” prepared by Gabel Associates, LLC. COURTESY COPIES: Chamber of Commerce Stanford – Jean McCown Home Builders Association Board of Realtors League of Woman Voters Silicon Valley Leadership Group Santa Clara Valley Chapter AIA