Loading...
HomeMy WebLinkAbout2010-04-05 City Council Agenda Packet 1 04/05/10 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. Special Meeting Council Chambers April 05, 2010 6:00 PM ROLL CALL CLOSED SESSIONS Public Comments: Members of the public may speak to the Closed Session item(s); three minutes per speaker. THE FOLLOWING CLOSED SESSION WILL BE HELD WITH THE CITY LABOR NEGOTIATORS. 1. CONFERENCE WITH LABOR NEGOTIATORS City Designated Representatives: City Manager and his designees pursuant to Merit Rules and Regulations (James Keene, Kelly Morariu, Dennis Burns, Russ Carlsen, Lalo Perez, Sandra Blanch, Marcie Scott, Darrell Murray, Joe Saccio) Employee Organization: Palo Alto Police Managers’ Association (Sworn) Authority: Government Code Section 54957.6(a) CONFERENCE WITH LABOR NEGOTIATORS City Designated Representatives: City Manager and his designees pursuant to Merit System Rules and Regulations (James Keene, Kelly Morariu, Dennis Burns, Russ Carlsen, Lalo Perez, Sandra Blanch, Marcie Scott, Darrell Murray, Joe Saccio) Employee Organization: Palo Alto Peace Officers’ Association Authority: Government Code Section 54957.6(a) CONFERENCE WITH LABOR NEGOTIATORS City Designated Representatives: City Manager and his designees pursuant to Merit System Rules and Regulations (James Keene, Kelly Morariu, Russ Carlsen, Lalo Perez, Sandra Blanch, Darrell Murray, Marcie Scott, Joe Saccio) Employee Organization: Local 521 Service Employees International Union Authority: Government Code Section 54957.6(a) 2 04/05/10 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. 7:30 PM or as soon as possible thereafter SPECIAL ORDERS OF THE DAY 2. Appointments for the Human Relations Commission for One Unexpired Term Ending on March 31, 2012 and Two Terms Ending on March 31, 2013 ATTACHMENT CITY MANAGER COMMENTS 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 March 08, 2010 CONSENT CALENDAR Items will be voted on in one motion unless removed from the calendar by two Council Members. 3. Finance Committee Recommendation to Accept the Auditor’s Office Quarterly Report as of December 31, 2009 ATTACHMENT 4. Adoption of a Resolution Expressing Appreciation to Rajesh Mashruwala for Outstanding Public Service as a Member of the Library Advisory Commission ATTACHMENT 5. Approval of an Amended and Restated Public/Private Partnership Agreement Between the City of Palo Alto and the Palo Alto Recreation Foundation Concerning Mutual Assistance for the Provision of Community Service Programs CMR 180:10 & ATTACHMENT 3 04/05/10 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. 6. Approval of Agreement with the Palo Alto Weekly for Newspaper Advertising Services in the Not to Exceed Amount of $150,000 per Year for a Three Year Period, for a Total Value of $450,000 CMR 178:10 & ATTACHMENT 7. Adoption of a Budget Amendment Ordinance for Fiscal Year 2010 to Provide an Additional Appropriation of $25,981 to Capital Improvement Program (CIP) PE-11011, Highway 101 Pedestrian/Bicycle Overpass/Underpass Project; and Approval of a Contract with Alta Planning & Design in the Amount of $110,981 for Highway 101 Pedestrian/Bicycle Overpass/Underpass Feasibility Study (PE-11011) and $15,000 for Public Outreach, Noticing, Printing and Mailing CMR 179:10 & ATTACHMENT 8. Adoption of a Resolution Authorizing the City Manager to Execute the Cooperative Assistance Agreement Between the City of Palo Alto and the United States Department of the Interior, Bureau of Reclamation for the Disbursement of $5,000,000 in Title XVI Federal Grant Funds for the Palo Alto, Mountain View/Moffett Area Recycled Water Pipeline Project (CIP WQ-04010) CMR 181:10 & ATTACHMENT 9. Approval of a Wastewater Treatment Enterprise Fund Contract with Veolia ES Technical Solutions, LLC for a Period of Three Years for Provision of Services for Transportation and Disposal of Ash and Sludge for the Regional Water Quality Control Plant with Funding for the First Year Approved in the Amount of $144,510 CMR 186:10 & ATTACHMENT 4 04/05/10 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 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 three minutes per speaker. ACTION ITEMS Include: Public Hearings, Reports of Committees/Commissions, Ordinances and Resolutions, Reports of Officials, Unfinished Business and Council Matters 10. Finance Committee Recommendation Regarding Adoption of: (1) Budget Amendment Ordinance Amending the Budget for Fiscal Year 2010 to Adjust Budgeted Revenues and Expenditures in Accordance with the Recommendations in the Midyear Report and, (2) Resolution Amending the FY 2006-2009 Compensation Plan for Classified Personnel (SEIU) Adopted by Resolution No. 8658 to Add Two New Classifications, Change the Compensation for One Existing SEIU Classification and Change the Title of One Classification CMR 189:10 & ATTACHMENT 11. Recommendation to Direct Staff: 1) To Defer Further Action on an Anaerobic Digestion (AD) Facility or Aerated Static Pile (ASP) Composting Facility Within Palo Alto, Until and Unless a Usable Site is Identified; 2) To Examine the Feasibility of Energy Conversion Technologies (Including AD Technologies) During the Upcoming Regional Water Quality Control Plant Master Planning Process; 3) To Pursue Local Partnering Opportunities with SMaRT® Station Partners and/or Local Organic Waste Processing Companies that are Developing Private or Energy Conversion Facilities Within a 20-Mile Radius of Palo Alto; and 4) To Resume Acceptance of Commercial Garbage at the Landfill CMR 165:10 & ATTACHMENTS PUBLIC COMMENTS 5 04/05/10 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. Acceptance of the Regional Water Quality Control Plant Site Feasibility Study and Authorization to Proceed with an Environmental Assessment of a Recycling Center and Permanent Household Hazardous Waste Drop-Off Facility Improvements for the West Side of the Regional Water Quality Control Plant Site CMR 183:10 & ATTACHMENT 13. Adoption of an Ordinance Amending Title 2 (Administrative Code) of the Palo Alto Municipal Code to Amend Section 2.28.230 (Claims) of Chapter 2.28 (Fiscal Procedures), Section 2.33.110 (Refunds; Credits) of Chapter 2.33 (Transient Occupancy Tax), Section 2.34.220 (Refunds) of Chapter 2.34 (Real Property Transfer Tax) and Section 2.35.190 (Refunds) of Chapter 2.35 (Utility Users Tax) ATTACHMENT COUNCIL MEMBER QUESTIONS, COMMENTS, AND ANNOUNCEMENTS 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. April 5, 2010 HONORABLE CITY COUNCIL City of Palo Alto SUBJECT: Appointments for the Human Relations Commission for one unexpired term ending on March 31, 2012 and two terms ending on March 31, 2013. Dear Council Members: On Monday, April 5, 2010 the City Council should vote to appoint three terms on the Human Relations Commission; one unexpired term ending on March 31, 2012 and two terms ending on March 31, 2013. The Candidates are as follows: Masuma Ahmed Theresa Chen Robert Kuhar Diane Morin Jill O’Nan Voting will be by paper ballot. Five votes are required to be appointed. The first two candidates that receive at least five votes will be appointed to the terms ending March 31, 2013, and the third candidate to receive at least five votes will be appointed to the term ending March 31, 2012. Respectfully submitted, Ronna Jojola Gonsalves Deputy City Clerk cc: Donna Grider, City Clerk Greg Hermann, Staff Liaison CITY OF PALO ALTO OFFICE OF THE CITY AUDITOR The Honorable City Council Palo Alto, California AprilS, 2010 Finance Committee Recommendation to Accept the Auditor's Office Quarterly Report as of December 31, 2009 At its meeting on February 16, 2010, the Finance Committee unanimously recommended to the City Council acceptance of the Auditor's Office Quarterly Report as of December 31,2009. The Finance Committee minutes are included in this packet. Respectfully submitted, rX~?~;B~ Lynda Flores Brouchoud City Auditor Attachments: • Auditor's Office Quarterly Report as of December 31, 2009 • Finance Committee Minutes of February 16, 2010 (pg 18-27) CITY OF PALO ALTO OFFICE OF THE CITY AUDITOR The Honorable City Council Attention: Finance Committee Palo Alto. California February 16. 2010 Auditor's Office Quarterly Report as of December 31 , 2009 RECOMMENDATION The City Auditor's Office recommends the Finance Committee review and recommend to the City Council acceptance of the Auditor's Office Quarterly Report as of December 31, 2009. SUMMARY OF RESULTS In accordance with the Municipal Code. the City Auditor prepares an annual work plan and issues quarterly reports to the City Council describing the status and progress towards completion of the· work plan. This report provides the City Council with an update on the second quarter activities and summarizes our fiscal year 201 0 Work Plan activities. Information on the status of each assigned project is attached (pages A-1 through A-5). Completed Reports During the second quarter of the fiscal year. the City Auditor's Office issued the following reports to the City Council: • Report on the Status of Audit Recommendations, Issued October 2009 • Fiscal Year 2010 Work Plan, Issued October 2009 • Sales Tax Digest Summary for Second Quarter Sales (April -June 2009), Issued October 2009 • Auditor's Office Quarterly Report as of September 30. 2009, Issued November 2009 • Service Efforts and Accomplishments Report for Fiscal Year 2009, Issued December 2009 • Maze & Associates Audit of the City of Palo Alto's Financial Statements as of June 30. 2009 and Management Letter, Issued December 2009 Confirmed Audit Savings During the first half of FY 2010, the Auditor's Office revenue recoveries and other audit savings resulted in a total economic benefit of $452,681. These savings include the following: Our revenue audit monitoring continues to yield benefits to the General Fund. To date, the City received $93,239 for combined first and second quarter recoveries as a result of our in-house and contracted sales tax audits (our annual FY goal is $150,000 in audit recoveries). This does not include potential audit recoveries that were identified, but have not yet been collected. During the second quarter, the City also received $123.368 in new revenue from our alternative fuel tax credit recoveries. Auditor's Office Quarterly Report Page 1 As of December 31, 2009 . . During the second quarter, the Administrative Services Department (ASD) completed recol1'lmendation #1 from the September 2009 Auditor's Office Review Cif City Telephone Rates and Charges through the Implemeniation of the CalNET contract. ASD's timely implementation of the auditrec;ommendation should save the City $235,000 annually. Internal Control Activities During the second quarter, the Auditor's Office also conducted the following internal control activities: . . • Concluded our monitoring of the SAP upgrades and Utilities module implementation (please see attached for a detailed summary). • Worked with the City Manager's Office to distribute self-assessment checklists to those departments responsible for administering and reporting on the City's use of federal stimulUS funds (also called American Reinvestment and Recovery Act). As of the second quarter, three City departments had received stimulus funds totaling $1,931,477. The department responses did not note any significant internal control weaknesses . According to the City Manager's Office, the departments have complied with the federal reporting requirements. • Provided internal control assistance to· the Police Department for assessing two applications for the operation of taxi cabs in Palo Alto.· Work Plan Updates The Auditor's Office welcomes the Committee's reflection and discussion pertaining to our FY 2010 work plan. The attached "Status of Audit Projects as of December 31, 2009" provides a status update on each item on our adopted FY2010 work plan. It there are appropriate revisions and updates, the Committee can recommend these changes for City Council approval. On behalf of the Auditor's Office, I would like to express my appreciation to City staff for their cooperation and assistance during our reviews. Respectfully submitted, 0~?.huo;t3~ Lynda Flores Brouchoud City Auditor Attachments: • Status of Audit Projects as of December 31, 2009 • Update on Monitoring of SAP Upgrades and Utilities Module Implementation Auditor's Office Quarterly Report Page 2 As of December 31. 2009 . Status of.AudilProjects as of December 31,2009 Original Audit Project Description and Preliminary Objec:tives Status AI:complishmen1s Year·To..oate Jtems to be Completed AUDIT ADMINISTRATION, FOLLOW·UP, AND OTHER RESPONSIBILITIES , -------- 1) Annual Audit Work Plan and Quarterly Status Reports ~ The Completed First and second quarterly reports issued, Auditor's Office submits quarterly reports to the City Council outlining project status and progress towards completing the assignments on this annual work plan ---- 2) Annual Audit Recommendation status Report-The Municipal Code Completed i Report issued October 20, 2009. requires the City Auditor to issue an annual report on the The report summarized the status of 83 implementation status of recommendations from recently completed audit recommendations from 14 different audits. We also meet with the departments involved during the year to reports (63 carried over and 20 new discuss progress towards implementing open audit recommendations. recommendations). The report detennined that 37 (45%) of the audit recommendations were completed or resolved, 37 (45%) were in-process, and 9 (11%) were not started. ------------------ 3) Meeting Attendance -To ,facilitate intemal communication and coordination of efforts, the City Auditor attends: a. City Manager's weeldy executive leadership team meetings On.going and budget meetings. . b. Utility Risk Oversight and Coordinating Committee (UROCC) On.going -Since issuance of, our Assessment of Utility Risk Management Procedures in Jul-2002, the City Auditor has acted as an advisor to the UROCC. .,,------ -,,-,,--, , .. " ,,, ---------- City Auditor'S Quarterly Report A-I As of December 31, 2009 ~ .----~ -._-.. Lillltus I I ._--- Original Audit Project Description and Preliminary Objectives Accomplishments Year-To-Oate Items to be Col mpleted REVENUE AUDITS AND MONITORING Sales and Use Tax Allocation Reviews -Sales and use tax On-going In the first quarter of FY 2010, the City represented about 14%, or $19.65 million; of projected General Fund received $31,121 in sales and use tax revenue in the City's Adopted Operating Budget forFY 2010. recoveries related to misallocation of tax According to the Administrative Services Department, projected sales from 4 companies. and use tax revenue has declined to an estimated $17.2 million for FY In the second quarter of FY 2010, the City 2010. received $62,118 in sales and use tax The Auditor's Office contracts with MuniServices for quarteriy sales and recoveries related to the misallocation of tax use tax recovery and information services, and we also conduct sales from 4 companies. and use tax monitoring in-house. The purpose of this monitoring is to In addition, potential misallocations from identify misallocations of local sales and use tax of companies doing business in Palo Alto. In addition, MuniServices prepares the quarterly '37 companies (11 MuniServices and 26 sales and use tax information reports that are provided to the City City of Palo Alto) are pending resolution by Council as informational items. the State Board of Equalization. The contract with MuniServices expires in March 2010, and has an Total Sales and Use Tax Recoveries: option to renew for one additional year by mutual consent FY 2009-10 $93,239 (MuniServices-$5,961 and the City Auditor's Office -$87,278) 4) Alternative Fuel Tax Credit Recoveries -As part of the Auditor's On-going The Auditor'S Office worked with ASD, Office continuous revenue monitoring efforts and preliminary findings Utilities, and our revenue consultant to file from the vehicle audit, the Auditor's Office initiated revenue recoveries . claims for the alternative fuel tax credit. from the Federal governmenfs attemative fuel tax program, which was The City received $123,368 in recoveries in effect through December 31, 2009. Extensions have not yet been during the second quarter. delermined. 5) Unclaimed Property Recoveries -The State of california acquires 0n-gOin9 The Auditor's Office worked with ASDto file unclaimed property through State law which requires businesses to live claims for unclaimed property with the annually report and deliver property after there has been no customer State. The City received $1,074 in contact for three years. recoveries during the second quarter. I ~ .. ._._.-.. -.<>---... City Auditor's Quarterly Report A-2 As of December 31, 2009 Original A .. ~;tProject Description and Preli!'llnary Objectives FINANCIAL AUDITS AND PROCEDURAL REVIEWS StatuS Accomplishinems Y~ar-To-Date 6) Annual External Financial Audit (contracted audit service) -The City Charter requires thal the City Council engage an independent . certified public accounting firm to conduct the annual extemal audit. FY 20091' The FY 2009 audited financial statements Completed were issued in December 2009. Maze & Associates will begin interim audit work in March to prepa", for the audit of the June 30, 2010 financial $latements. 1--------------------/-----+ ......... . 7) Controls Review of SAP Upgrade and Utilities Module Completed The Auditor's Office completed monitoring . Implementation-The City's SAP upgrade. is occurring in two phases-of the SAP Phase I upgrades in July 2008. Phase I on Employee SeIf-5ervicelManagement Self-service and Since then, the Auditor's Office has Phase II on Utilities. Phase I was completed July 2008. The Auditor's monitored the Phase II upgrades for the Office has reviewed general controls tl)roughout the upgrades. Utilities Module Implementation. With the. completion of the system implementation in January 2010, the Auditor's Office finished the implementation monitoring and has provided a more dets~ed summary in the attached update. 8) SAP Acooulrt Sampling (NEW) -The City has implemented the SAP I Not started system and upgrades to serve as an entelJ)rise management system for a variety of key financial information and transactions including payroll, utility billing and financial transactions. The pulJ)Ose of these reviews will be to sample accounts within the SAP system to test for intemal controls and efficiencies. 9) American Reinvestment and Recovery Act CARRA) Monitoring I On1loing (NEW) -President OOOma signed the ARRA in February 2009, providing approximately $787 billion in federal stimulus grant funds, including $144 billion for state and local fIScal relief. The 'ARRA requires unprecedented accountability and transpare(lCY of the grant funds. The Auditor's Office will identify best practices and intemal controls to share with departments receiving ARRA funds. During the first quarter, the Auditor's Office developed a self-assessment checklist consistent with specific expectations and compliance requirements oftheARRA. The City Manager's Office is reviewing the draft' checklist and will be distributing the checklist to each department program awarded ARRA funding. 11ems to be Completed Target completion dete: TBD L-_______________________ -'I..... ~ ... -- City Audfto(s QuartErly Report A-3 As of December 31,2009 Original Audit Project Descrlpflon and Pniliminary Objectives Status Accomplishments Year-Ta-Dale. Items to be Completed PERFORMANCE AUDITS AND SPECIAL PROJECTS 10) Annual Service Efforts and Accomplishments (SEA) Report Completed 1 The 8th annual SEA Report was issued in I 'I December 2009. Palo Alto's SEA report • provides data about the costs, quality, I , quantity, and timeliness of City services. It includes a variety of comparisons to other cities, and the resulls of an annual ci~en I survey (the National Citizen Survey). ··· .... I----i-----------~ 11) Audit of Vehicle Replacement· and Maintenance Fund -The I In process I Draft report in process. purpose of this review is to evaluate the efficiency and effectiveness of fleet and equipment replacement and maintenance operations. 12) Citywide Cash Handling -The purpose of this review is to study lIn process Citywide cash handling and travel reimbursement, oversight procedures, and the City Auditor's history of audits on cash services. field WOr!< in process. 13) Prospective Analysis of Bond Measure Proceeds Through the I In process I Preliminary survey in process, 2008 VOler-approved Measure N, the City is preparing to issue general obligation bonds to rebuild the Mitchell Pari< Library and adjacent community center, and renovate the Main and Downtown libraries. This audit will prospectively evaluate controls for the use of the genen;ll obliga1ion bond funds to ensure the funds are used efficiently and in compliance with federal regula1ions for the use of tax-exempt bond funds. -~~.I-'" 14) Audit of Purchasing Card Transactions-The purpose of this audit is to determine the adequacy of controls over purchasing card transactions, and to assess compliance with existing guidelines and procedures. . Not started Target complation date March 2010 I ... ----j Target completion date April 2010 TaFga1 completion date TBD Target completion date: TBD . City Auditor's QuarterlY Report A-4 As 6f December 31, 2009 Original Audit project Description and Preliminary Objecti_ Status Accomplishments Year·To-Date Items to be Com'pleted 15) Utilities Department -Several of the highest risk areas identified in Not started In preparation for the audit, the Auditor's Target cOmpletion date: the Citywide'Risk Assessment pertain to the Utilities Department, This . Office issued a Request for Proposal to TED audit will conduct a preliminary survey of the Utilities Department and select a consultant to provide utinties develop an audit scope to identify opportunities for improvements in ,expertise during the audit. The contract is effiCiency and effectiveness. now in place and ready to begin during the third quarter. ~"" - - - ------------- - - -------------- 16) Wastewater Treatment Fund -The Regional Water Quality Control N~t~rt~d' i Target completion date: Plant provides services to Mountain VieW, los Altos, los Altos Hills, TED , Stanford, and East Palo Alto. With proposed revenues of $22 million and proposed expenditures of $20 million, this is one of the areas consistently targeted by our annual citywide risk assessment model. The purpose of our audit would be to review the cost-sharing agreements and allocation of charges to partner agendes, 17) Planning and ComlJlunity Development Pennit Process (NEW) -Not started Target completion dele: According to the 2007-08 SEA Report, Planning and Community TBD Development revenue increased 68%, the' number of inspections increased 71%, and the number of building permits issued decreased 6%. The Department has aiso implemented the new Green building program and certifications. This audit will focus on the efficienCY and effectiveness of the permit process. City Auditor's Quarterly Report A-5 As of December 31, 2009 CITY OF PALO ALTO OFFICE OF THE CITY AUDITOR The Honorable City Council Attn: Finance Committee Palo Alto, California February 16, 2010 Update on Monitoring of SAP Upgrades and Utilities Module Implementation OVERVIEW Monitoring role and summary of open items In accordance with our annual work plan, the City Auditor's Office has monitored the implementation of the SAP upgrades and Utilities module implementation. Since February 2008, we reviewed the proposed workHows, general controls In the new system. and provided Inputs on industry best practices. Prior City Auditor Quarterly Reports highlighted updates In the monitoring progress; this informational update serves as a summary of the final monitoring results.-' In accordance with Government Auditing Standards, the City Auditor's Office review was limited to identifying good business practices for management to utilize in evaluating the system implementation and coordinating the external auditors' reviews. Management has not relied on the monitoring as a basis for determining system design, acceptance, or adequacy. Overall, staff has incorporated best practiCes suggested throughout our monitoring. with the following' items In"process: 1) Ensuring the system is compliant with Payment Card Industry Data Security Standards (PCI- DSS)'to protect credit cardholder data; 2) Ensuring security procedures and processes are in place to identify and apply security patch updates; and 3) Continuing to resolvepest'implementation issues' while minimizing reliance on manual adjustments. ' SAP Background The City of Palo Alto Implemented SAP as the City's Enterprise Resource Planning (ERP) system in JUl1e 2OQ3. The original modules included human resources, financial accounting, and budgeting. In November 2007, the City started upgrading the SAP software system. In July 2008, tM City completed Phase 1 of the upgrades to automate payroll functions and to include self-service tools for emplQyees and managers. ,In July 2008, the City began Phase 2 of the upgrades to implement the SAP Utilities Module. The Utilities Module replaced the 10 year-old Utilities Customer Information System (CIS Banner) and was designed to: (1) create and manage customer accounts 1 In 2003, the Cily Auditor's Office monitored the impiemerrtalion of the iomal SAP system. In July 2005, the City Auditor issued a "Review of SAP Controls over Accounts Payable" and in September 2007, iSsUed "An Audit of the SAP Payroll Control.: and offer an on-line bill payment feature, and (2) collect customer revenue and generate bills for the City's seven utilities -electric, gas, water, wastewater, refuse, storm drain, and fiber optics. According to staff, the system processes over 30,000 customer accounts imd annually generates over370,000utililies bills for an estimated $220.8 million in billed revenues. Staff initially anticipated the Phase 2 upgrades would take 9.5 months to complete, however, implementation was more complex and slower than expected. During 2009, staff reported to City Council on some of the system implementation challenges they encountered with the Utilities Module (CMR: 129:09 and CMR:350:09). In May 2009, staff completed migration of the utility data to the SAP system and began beta testing with a sample of 463 utility customers. In January 2010, staff activated the on-line bill payment feature for all utility customers. MONITORING RESULTS • There were no major deficiencies noted during Phase 1 upgrades. For the SAP upgrades to the employee and manager self-service tools (Phase 1), we reviewed previously noted areas of weakness from the 2007 Audit of SAP Payroll Controls. Our monitoring results indicated intemal controls had improved with the Phase 1 upgrades. SAP uses a system of assigned "roles" to prevent users from entering transactions and changes outside the scope of their authority. Prior to the Phase 1 upgrades, some managers were able to approve timeca~s and transactions Citywide, instead of only within their aSSigned function. With the implementation of the Phase 1 upgrades, approval for timecards and transactions are now generally restricted to approved employees and managers within the departmental organization. • Phase 2 Implementation C)f the SAP Utilities system was more complex and encountered more problems than staff Initially anticipated. While the system was fully operatiQllalln January 2010, staff continues to address post-Implementation Issues. During Phase 2, ~ did not identify any major deficiencies during the Initial blue printing and design stages of the Utilities Module. However, during the unit and integration testing phases, our mon!toring identified potential concems regarding the Incorporation of user input from integration testing, system security, and contingency planning for the.iransition from the existing system to the new SAP Utilities module. In Decemt?er 2008, the City Auditor's Office met with SAP project management staff to discuss these areas and reported this in our Qualterly Report. The Administrative Services Department (ASD) followed up with audit staff to report progress in these areas and expressed interest in obtaining an extemal test of the system's vulnerabilities to further address the areas of concem. The City Auditor's Office coordinated with the independent external auditors, Maze and Associates, to conduct a network scan of the system, including a network vulnerability scan and a web application scan. The results were reported in Maze and Associates' Memorandum on Internal Control in December 2009 (see attached) .. Their assessment evaluated the following: . ,Q Internet access defenses Including hacker prevention, detection and deterrent systems, 0, Security of data from physical or network access, o· Adequately protecting data from unauthorized internal access, and o Reasonable measures to ensure continuation of service. Maze's netWork assessment did not indicate material weaknesses or serious exploitable vulnerabilities, but did identify best practices to implement. These areas included the use of audit logs, firewalls, encrypting cardholder data, using unique system administrator names, a change control process, implementing periodic vulnerability scans, ensuring timely upqates or patches are made to the system, and Implementation of National Institute of Standards and Technology (NIST) standards. Maze's assessment also verified concems regarding system security and noted the ~ Importance of PCI·DSS compliance and potential liability if there is a data breach and the organization is. found to beout of compliance at the time of the breach (Le. the organization could be held liable for losses of cardholders, banks, and card brand). According to the assessment, pCI- DSS standards apply to any organization that transmits, processes, or stores credit card information to ensure the protection of cardholder data. Since the network assessment, staff reports the SAP Utilities system now encrypts cardholder data, has. an internal firewall, and activated the audit logs. Staff is still in the process of developing processes to ensure they identify and apply security patch updates as soon as they are available. Staff is also conSidering implementation of NIST and an intrusion detection system. Although staff reports several of these areas have been resolved, the "My Utilities Account" for the on-line bill payment feature has not yet been certified as PCI-DSS compliant. According to ASD staff, SAP is responsible for seeking this approval and has not yet received confirmation of the certification. In addition to the network assessment, Maze and Associates conducted Ii! limited review of the system implementation during the Fiscal Year (FY) 2009 audit of the City'sfinani:ial statements. They sampled 45 billings under the new system, reviewed revenues for the utility funds for FY 2009, reviewed correcting journal entries staff had identified, and noted the impact on customer support time due to billing and transition issues. The external auditors did not find material errors in the utility fund revenue, but they did categorize their review of the utility system implementation on the Schedule of Significant Deficiencies stating, " ... the system implementation issues If/eft uncorrected represent a potential for errors to occur and go undetected without timely identification and resolution. We are aware that staff has[sic] continued to work on resolving these issues and bringing increased reliability to the system. Resources should continue to be brought to bear to complete the implementation and correct system issues so that accurate data is produced without staff intetvention." In response, staff reported that these prior billing errors were limited and 99.33% of utility bills were correct, with staff detecting and correcting the remaining errors. Staff also noted additional resources had been committed. to improving the system (see attached). As of January 2010, staff reported improvements in billings, with a billing accuracy rate of 99.97%. In addition to the above noted areas, staff also reported progress in addressing 17 critical "post- implementation" areas identified in the October 2009 Amendment No.2 to the Axon Consultant contract. Axon is the City's consultant for upgrading and implementing the SAP Utilities module. At the time of Amendment No.2, staff utilized manual workarounds until permanent system solutions could be developed. As of the writing of this update, ASD and Utilities staff reported progress in developing system solutions to address 16 of these 17 critical areas, but also noted that other non- critical issues and enhancements may still require attention and resources. Since the City Auditor's Office has not audited the SAP Utilities system, we are relying on management's assessment. As staff continues to Identify system enhancements and adjustments, staff should ensure the system produces accurate data without staff intervention. This is espeCially important given the system's key function as a financial internal control for the seven utility revenues and expenses. In January 2010, staff activated the on-line bill payment feature for,al! utility customers. With the completion of our monitoring, the City Auditor's Office plans to move forward with the next phase of SAP assessments outlined in our workplan • to conduct audit sampling of SAP transactions. This audit sampling will allow us to analyze specific units within the City's entire SAP system, which we believe to be an integral part of the City's financial internal control structure and merits additional review. ' We thank the staff In the Administrative Services Department, utilities Department, and the Information Technology Division for their continuing cooperation and assistance during this project. Respectfully submitted, , " ~?~(B~~ Lynda Srouchoud, City Auditor Attachment: Excerpts from Maze and Associates' 2009 Memorandum on Internal Control , pertaining to the Utility system implementation Audit staff: Edwin Young, Senior Auditor SAP Chronology Background: Jyly 2002: SAP chosen as the Enterprise Resource Planning (ERP) system for human resources, financial accounting, and budgeting. EA Consulting, Inc. contracted to implement SAP in the amount of $3,168,328. FY 2003: SAP Implementation completed for the areas noted above. October 2007: City Council approved a $6,292,073 contract with Axon Solutions, Inc. to upgrade SAP software and Implement SAP Utilities module (CMR:386:07) November 2007: SAP Phase I upgrades started. July 2008: SAP Phase I upgrades completed for employee and manager self-service tools. July 2008: SAP Phase II for Utilities module started. Original SAP Utilities module projecttimeline: • April 2008: Project preparations • May-July 2008: Blueprint and design processes • . August -November 2008: Project realization and discussions • December 2008 to January 2009: Final Prepllrations (including training) • February 2009: "Go-Live" planned • February -March 2009: Post-support planned The 8 workteams Included: Customer Service, Device Management, Billing, Contract Accounts, Integration, Technical and Data Migration, BlllerDlrect, and Quality and Change Management. .. December 20'08: City Auditor's Office meets with SAP project managers and steering committee to discuss monitoring. . Februarv 2009: Axon Solutions, Inc. contract increased $1,259,290 for a total of $8,047,368 for the SAP upgrades and Utilities module (CMR:129:09). April 2009: City Auditor coordinates with external auditors to conduct a network scan of the Utilities SAP system. The assessment was conducted in May and discussed with staff in early June 2009. May 4. 2009: SAP Utilities module activated (actual "go-live") and beta testing of on-line bill payment begins for about 463 customers. .' August 2009: Utilities SAP Billing Update (CMR:350:09) details SAP Utilities system problems, Utilities billing issues affected approximately 6% of customers and Impacted customer service. The staff report included examples of bill print errors and delays in customer billings. Ocmber 2009: Amendment No.2 to the Axon contract provides fur system support through June 2010, fur a total contract value of $8,774,579. In Exhibit B-4A of Amendment No. 2, staff identified 17 issues to resolve during the maintenance and enhancement of the system. In approving Amendment No.2, City Council directed the City Attomey to retain outside counsel to conduct a legal review of the contract. According to staff, outside counsel worked with ASD and the City Attorney's Office to perform this review, which resulted In the identification of the 17 issues contained in Exhibit B-4A. December 2009: Maze and Associates audit of the City of Palo Alto financial statements (as of June 30, 2009) includes the Utilities System Implementation in its category of Significant· Deficiencies. Janyary 2010: City staff activated the on-line bill payment feature for all utility customers. MAZE& ASSOCIATES ATTACHMENT A ACCOUNTANCYCOR~noN 1418 BUtlidrirAva • Suite 216 PhRIunf HIli, CIIIIIomIa 94S21 (U,) tIIfNIBOI· FA1t (9I6J NHn88 . IJIIUIIOm_ODlatee.CCIII! MEMORANDUM ON INTERNAL CONTROL www.m_od.tIeB.c::om . . October 23. 2009 To .tho Clta Council of tho Clta of Palo Alto, California In planning and pori'ormlng our audit of tho fmancial statements of tho City of Palo Alto 118 of and for tho year onded luno 30, 2009; In aocordanOIl with audltlna stariilarde genorally al:llOptOd in tho United States of America, we COIIJideNd tho CItY's Internal control over financial roportins (inlemal conlrOl) as a basis for dOllplns our auditing procedures ibr tho purpOlO of expre. our oplnfonon tho ftnanclal, statement., but not ibr tho PurpOlO of clIpnsUlng BIl opinion on tho efroctivonOis of the Cita's Internal con1rOl. AocordlnalY, we do not express an opinion on the offectlVIIIIOI8 of tho Cita's internal control. A conlrOl deficiency exlatI when tho duign or operation of a 'control does not allow managomant or employ... in tho normal 00IIfIII of performing tIioIr .. slped ftmctIons, to provent or deteet mlutatoments 011 a timely buls. A sipifioant defloiellcy rs a control deficiency, or OOII1blnalion· of control,deflcloncles, that advol'llOly aft'ectl tho entlta's ability to initiate, authorize, record, process. ,or report financfal data reliably in accordance with generally accepted accountins prinelplei SllCh that thoro is more than a remota. likelihood thot a mlU1lllomont of tho entita's financial statemeills that Is more than Inconsoqll!lDtlal will not be prevented or dotected by the entIta's Internal control. A matorlal WoaknOIl Is a slsnJflcant deflolonoy, or combination of sJ(plIfIoantdeficlenclllS. that results in morothan, a remota. likallhood that a miterial misstatement of the financial statements will not be prevented or deteota.d by tho. ondta'slnternal control. ' Our conaidoratlon of lntemaJ control was for the limited purpoae described in tho first psrIJrllph and , wou,ld not lI.Oeellalily 1denj511 all defIolenclOIIn IntomaI control that ml&bt be siplt~ deflclenclllS or matoriII WIIIIIme88ea. We ~ no Il'lllUoIl that we couIder to be .mstarlal weUnoslOl, however, we Idomiflod cortaIn deficiencies In ~ co,ntrol that we conalder to be slsnJt1cant defioioncloll that sro Included on tIHI Sohedule ofSlplfIoant DoficlonclllS , , Included In tho Schedulo of Other Matters are recommendations not mooting the above dofiDlllons that we believe to be ofpotontlal boneflUo the City. " The Clta's written rosponallS Included In this report ,have not been subjected to tho 'auditing procodureil applied In the audit of tho finanolal.tatemants and,lICOOJdlnaJy, we exprou no opinion on them. ThIs communication Is intended sololy fOr tho Inibrmatlon and UIO of management, Clta Council, othera within tbe orpniDtlon. and agonclOi and pas .. throuib enlitiOl requirlns compUanoe with soneraIly accepted sovernmont auditing standsrcIs, and Is not IntoJidedto be and should not be used by lIlyono other than those specified partlos. ' ~~,~ CITY OF PALO ALTO MEMORANDUM ON INTERNAL CONTROL SCHEDULE OF SIGNIFICANT DEFICIENCIES 20""'01 ~ Utili!)' Sy8te~ ImplementatlQIl ATTACHMENT A Bffective May 2009 the City Implemented a new utility billing system. There are a number of complications which occurred In fiscal 2008-09 and required staff to record correcting journal entries. For example, • Certein interfund billings for utility services wore corrected witb journal entrles due to system errors. • A dupilcate billing was detected by staff and corrected laie In fisIlBl200S-09. . ... . • Certeln ~lttanCe advlcOs contain data 0I'r0I'lI such tbatthe amount listed as due on the remittance stub portion of the invo~ is ~neous while the dolail on tho customor Invoicil portio/) Is colfllllt. • Customer support urne has drainatically Inoreased due to bllllng and transition Issuos. Wo met with staff anli "",Iewed documentation oftho above Issues and dlsclII~ the s_ of the syatem Implementation. We also selected a semple ofbUlIngs under tho JIIIW syslem and teated utility &i11lngs for propriety. We IIi:!tid one 81UJ11pt1on outoffo!'t)'-five billl1l88 due to .refuse charge. from tho formerbauler • that staff could not .suppolt. We also perform certelnanalytical procedures to gain further evidence that, revenues for tlie utili!), l\lJl'ds were materially aocurate for fi8\laI2008·09 and did not nl)la materlalorrors. ' Whllo it is importerit: to note that 118ft detOcted tho above errors and made appropriate corrections in fiscal 2008·09, tho system Implen\entatlon Is.sues if loft UlIco~ represent a potential for, errors to occur and go undetected with out tllnely idontl~ation and I'\lIOlutlon., W 0 are aware that 'Itaffhave continued to work on resolving these IslUIIS and bringing Increased reliability to tho8)'stem. Rescurces should continue to be brought to bear to complete the Implementation and correct system I saues so that aocurale data is pnxIucod without staff intervention. Manag_nt RespolII':, Since hnplemeniatlon of the SAP utility bUllng and cu.atomer inforn1~tlon ~ In May 2009, tho system hilS performcdas expected overall. The vast qorlJY ofutillty bills (99.~3%) are solniout ontlll1e and IIrt oorrect. However, in tho area of'blUlng. staff has expor\.CO!f unexpected challenges with a small number of billing errors. Shortly after go-lIvo, 'a small number of bills, approximately 200 out 0130,000 mouthly bill. were sent toCustomor8 with Incomot amounts In the bill detaiL Correct bills were later 1fII!t. Sinee that time, blllll that have an Inoorreot bill detail hllve _ caught by staff and corrected. In theBO instances, the total bill amount Is correct on the bill payniont stub on tho ftontofthe bill; however, the bill detail Inside tho bill doc. not reDeet thoseme totel. Staff 18 . working to eliminate any In'Siancos of errors in bllliog detaiL Additional resources have been cOmmitted to this effort. .... . Since tho August tlri1eframc.. customer service response time has improved and It continues 10 treiId· , downward rofJcctlng Improved l'IiIsponse. This is reflected In the call hold time measure which was nearly SO minutes In late August and has dropped to less than four minutes in October. ClTYOF PALO ALTO MEMORANDUM ON INTERNAL CONTROL SCHEDULE OF OTHER MATTERS 20.,-01-Utility BllIIlIg System D' Control, ATTACHMENT A During fiscal lOOS-O\ll!laff requested that we pertbrm an lriformation System Review of the new utility billing system. Our work was performed using the certification and accreditation framework developed by the National Institute, of' Standards and Technology (NIST) for the Federal Information Security Management Act (FlSMA). Our ,procedures included performing an eKtemal network scan based on NlST criteria and in determining thalintemal control plOV Ides for: '» 'hI~m~t access defimses including hacker prev~titlon. detection and deterrent systems, '» Seourlty of data from ph)'lllcal or network aceess '» Adequately protecting data ffom unauthorized Intemal access '» Reasonable measures to ensure cOntinUation of sery1ce While the results of our WOrk did not IndICate material weaknesses or serious exploitable vulnerabilities. ,we did note a few areas which could be improved which Were communicated to staff for follow-up, Management Ruponl6; The City has enCJYpted credit' card data and installed an in~rnsl firewall device. An existing proeoss to review role aasigninents In SA" has bean revlsod to inolude'the new 101.es in SAP/cCS. Th,ls continues to provide protection against unauthorized internal access. ' 2009·03 -Otber Interilal COntrol Are .. ,With our currant year audit we rotated some of our emphasl~ to delve deeper In ,to a variety of areas 'as we were able to build <in the extensive controls work conducted last year due to new audit standards. As a result we notsd the following controls wldoh were not deemed material weaknesses. but did warrant improvement. We commuuicatsd theaeto staff for their use in determining appropriate action. ACCOlillts Reel/Iva,," iUcollCUlaHmt ~ Based on our control testing of receivable. oversight and reconolilations, wllnoted that staff had not performed the sub-module reconciliation to the General ledger in December 2008. The reports goneratod from' module were not properly reflecting correct balances as the IT department was in the proces.ofupdating the repOrts in order to fix the problem. ' . /IIanQgemllllt Rlllpon,,: The report his been corrected' and the reconciliation has been completed for eaoh month of the f1sesl year. . ClldR411ter Rtlllkll' tlltd ApPl'Oval.Besed on our control testing, we noted no evidence that check registerRports were reviewed and approved smce the Sr. Accountant In charge was trallBferred to the Enterprise Accounting section In August 2008; Check register I'I!)Ilews should be documented to ensure proper Intemal control for dlsburaemetit In piaoe. We recommend the City assign a designated staff to . revlc:iw and approve tho chack register report at least on monthly basis to ensure proper control of dlsburSllinerlt during the transition period. . Managfm,"1 R,sponse: The Accounts Payable Superviscr now reviews the oheck register in datall each time checks are Issued. The Supervisor than certifies in writing. that the register has been revieWed !lRd Indicates on the certification whether there were any exceptions that were noted during the review. This certlfieatlon Is then attached to the oheck register and filed in the approprlata binder. FINANCE COMMITTEE Regular Meeting February 16, 2010 Mr. Keen'e said the outreach would need to be well designed. Council would need to know they have the best' information from Staff and the Community. Demand could be significant enough to have to spread the, cuts around. Chair Schmid said that in the previous year Staff did a great job In an almost emergency situation., This year Staff and Council has more Information and can better design a program. ' Mr. Keene said to be cautious about cuts that would not be able to be Implemented on July 1, 2010. ' Chair Schmid' Said that last years issues were one year delays, but now structural changes are being discussed. Council Member Espinosa it could be a process where the structural changes occur over time. Council Member Scharff agreed. Interim cuts would not work, structural changes allow the community to move on. Administrative SerVices Director Lalo Perez introduced the new Budget Manager Marc Puckett to the Committee. ' ' 3. Auditor's Office Quarterly Report as of December 31, 2009 City Auditor Lynda Brouchoudspoke regarding the Auditor's Office Quarterly Report. She said the Municipal Code required quarterly reports to the City Council on the status of the annual work plan. She stated that notable reports were the Status of Audit Recommendations.issued in October 2009, which reported that 45% of the open audit recommendations were resolved and the Service Efforts and Accomplishments (SEA) report. During the first half of FY 2010, the Auditor's Office revenue recoveries and other audit savings have resulted in a total economic benefit of $452,681. The Auditor's Office has also been Involved In several int,ernal control activities, listed in 18 FINANCE COMMITTEE Regular Meeting February 16, 2010 the Quarterly Report. With this Quarterly Report, the Auditor's Office was also. providing a detailed update on the monitoring of the Utilities portion of the$,l\P upgrades. Her office monitored Phpse 1 of the upgrades (the ESS/Mss module) and the implementation of Phase 2 of the upgrades (the Utilities module). She did not audit the system, she basically advised on best practices, monltoted the Implementation of the system, and coordinated the extern(ill auditor's external scan of. the system. Improvements occurred. She said that Staff had been receptive to best practice suggestions. Three areas are still outstanding. These include: (1) ensuring the system was compliant with the purchasing card Industry (PCI) standards; (2)securlty procedures and processes were in-place and updated, and processes for patches were institutionalized; and (3) Staff was resolving post Implementation areas, and manual work arounds were being minimized, and internal controls were functioning. She said the system was fully operational and the on-line payment portion activated in January. Her department's monitoring would end. The next phase will Include audit sampling in the SAP system. . Administrative ServiCeS Director Lalo Perez said that the 17 items they needed to addresshad been successfully addressed. lie said that a third party would be able to determine the scope of service on the contract and provide feedback. The issues outstanding were limited in scope and not significant. He said they were not hitting the thirty day mark because when a patch was implemented it could have adjustments to the configuration and code and they wanted to test these in back up systems under test scenarios prior to implementing the patches. He said they were searching for tools to dothe back up. Staff will comeforward to the Council if there was a desire to change the billing format or if Staff would like to see any enhancements going forward. Ms. Brouchoud said the Council previously mentioned an interest in revisiting the Auditor's Workplan after the Council retreat and the Council priorities were set. She welComed suggestions for appropriate revisions. Council Member Espinosa said that it always raised concerns for him when agreed upon timellnes passed without the agreed upon implementations being 19 FINANCE COMMITTEE Regular Meeting February 16, 2010 implemented. He added that Mr. Perez's explanation of the 30 day time period was reasonable. Ms. Brouchoud said Mr. Perez was referring to the payment card industry standard (PCI-DSS) of 30 days to implement patches for the system. She said Cory Biggs with Maze. and Associates noted in December 2009 that when organizations take the time to implement the enterprise resource planning systems they work well. Staff found it does take time to implement all the steps. The internal auditor's concernwas. related to ensuring internal controls were in place and followed best practices. The auditor is not Involved with the timeline or operations. Mr. Perez said that the Auditor's· Office wanted to see a formalized and documented process for patches and that's what Staff was working on. The issues include patches, logs, and other controls that Were being Implemented. Chair Schmid wanted to know if the SAP sampling would Involve a review of controls to see If the system was working or If it was a checking of transactions to see if the work was better or resulted In a more efficient system. Ms. Brouchoud said that as the audit transltioned from monitoring the implementation of the Utilities module to taking an audit sample, Staff would be able to get to the efficiency questions. Ultimately the system was supposed to provide financial accounting Information and general Information. Chair Schmid asked what the matrix and standards were to measure if the system was better or more efficient. . , Ms. Brouchoud said that wouldn't work for the whole system. Butwlth samples Staff could work with a certain area at a micro-level to address these Issues, e.g. Accounts Payable. Chair Schmid asked about prospectively evaluating the bond process. He asked if there was a timing issue If the biggest savings could come from placing the . bonds at the right time. . 20 FINANCE COMMITTEE Regular Meeting February 16, 2010 Ms. Brouchoud said they weren't looking at the timing of the bond issuance. She recognized the City had not issued General Obligation Bonds in a long time. Her office was looking at internal controls for processing and spenQing the bond proceeds, it would be a good idea to look at how Staff processes those bonds. She said there was an oversight committee looking at the process. Mr. Perez said it was a good time to issue bonds with the current low interest rates. The timing was predicated by when the project needed the money. Public Works was looking at the project commencing with funding being needed in September. Council Member Klein said he thought it was in the spring. Mr. Perez asked the Public Works Director for an informational report. He said the last issuance, which was a water revenue bond, had no takers at first. Then it came in at ~.51, an excellent rate. If the City wanted to maintain the AAA rating it was important to have that Long Range Financial Forecast show that the deficit was being addressed. Chair Schmid said there was an indication that the economy was picking up so the issuance should not b~ postponed. Budget Director Joe Saccio said that the timing was set for June. The design works should be completed by then and there should be a process to bid. Chair Schmid asked if June would be for the Downtown Library. Mr. Saccio said it would be for Mitchell and Downtown. MOTION: Council Member Klein moved, seconded by Council Member Scharff thatthe Finance Committee recommends to the City Council acceptance of the Auditor's Office Quarterly Report as of December 31, 2009. MOTION PASSED 4-0. 21 RESOLUTION ___________ RESOLUTION OF THE COUNCIL OF THE CITY OF PALO ALTO EXPRESSING APPRECIATION TO RAJESH MASHRUWALA FOR OUTSTANDING PUBLIC SERVICE AS A MEMBER OF THE LIBRARY ADVISORY COMMISSION WHEREAS, Rajesh “Raj” Mashruwala served the City of Palo Alto as a member of the Library Advisory Commission from September 2008 through January 2010; and WHEREAS, Raj Mashruwala served as Vice Chair from July 2009, as well as served in various sub-committees to guide the planning for library facility improvements; and WHEREAS, Raj Mashruwala served as liaison to the Friends of the Palo Alto Library in 2009 and as alternate representative to the Library Bond Stakeholders Committee, demonstrated a ready willingness to support outreach efforts, and in so doing earned the respect of a wide community of library supporters; and WHEREAS, Raj Mashruwala consistently advocated the vision within the Commission’s Library Service Model Analysis and Recommendations Report for the Palo Alto City Library and played a vital role to address concerns raised over the schematic designs of Downtown Library; and WHEREAS, Raj Mashruwala willingly gave of his time and talents in support of the City of Palo Alto Library Advisory Commission. NOW, THEREFORE, BE IT RESOLVED that the Council of the City of Palo Alto hereby gratefully records and extends its sincere appreciation and the appreciation of the community to Raj Mashruwala for his dedicated, excellent and effective service rendered to the City. INTRODUCED AND PASSED: April 2010 ATTEST: APPROVED: ____________________ __________________ City Clerk Mayor APPROVED AS TO FORM: ____________________ ___________________ City Attorney City Manager City of Palo Alto City Manager's Report TO: HONORABLE CITY COUNCIL FROM: CITY MANAGER DEPARTMENT: COMMUNITY SERVICES DATE: APRIL 5, 2010 CMR: 180:10 REPORT TYPE: CONSENT SUBJECT: Approval of an Amended and Restated PublicIPrivate Partnership Agreement Between the City of Palo Alto and the Palo Alto Recreation Foundation Concerning Mutual Assistance for the Provision of Community Service Programs RECOMMENDATION Staff recommends that the City Council approve an Amended and Restated Agreement between the City of Palo Alto and the Palo Alto Recreation Foundation (Attachment A). BACKGROUND The Palo Alto Recreation Foundation (Foundation) assists the City of Palo Alto Recreation Division in sponsoring and funding programs and special events to promote the social, cultural and recreational needs of Palo Alto residents and visitors to the city. The Foundation enhances youth, senior, family and neighborhood interactions, and promotes health and wellness throughout the Palo Alto community. Through collaborative efforts, the Foundation supports many programs that play an integral part in the well being and sucoess of Palo Alto's residents and youth. Over the last 24 years, the Foundation has sponsored the following organizations and events: African Odyssey, After School Outlet, Asian Film Festival, Art Fool's Day, Bay to Breakfast Run, Baylands Clean Up Day, Baylands Interpretive Center Remodel, Beat the Backup, Camp Programs and Scholarships, Camp Ventura, Cardinal Kid, Celebrate Palo Alto, Center for a New Generation, Computer Recycling, Cultural Kaleidoscope, Downtown Holiday Celebrations, Ecumenical Hunger Programs, Friends of the Children's Theatre, Halloween Haunt, Hippity Hop, Holiday Concert Series, July 4 Chili Cook Off, Leave Your Car at Home, May Fete Children's Parade, Middle School Athletics Program and Scholarships, Town Fair, Palo Alto Babc Ruth, Palo Alto Day at Stanford, Palo Alto Safer Sunnner, Palo Alto Teen Center, Positive Alternatives for Youth, Project LOOK!, Safe Ride, Sandcastles, Art & Other Architectural Marvels, Snowmen & Sleighrides, Twilight Concerts, Youth Community Services and Youth Council. CMR: 180:10 Page 1 of3 5 The Foundation continues to provide vital support to the City of Palo Alto's Recreation Division in sponsoring events, trainings and equipment that the Division is not able to provide within its own budget allocation. Its main fundraiser, the Palo Alto Black & White Ball, is held bi- annually and has served not only as a fundraiser for the Foundation, but has recently partnered with other local non profit organizations (such as Partners in Education) to share event proceeds to help meet other vital needs in the community. The Black and White Ball also serves as a key community social event by bringing the community together to enjoy an evening filled with great music, dancing and food. The Foundation wishes to continue in the tradition of bringing the community together by annually organizing World Music Day, part of a worldwide music festival that takes place on June 21, which is usually the summer solstice. On this day, the sidewalks and plazas of downtown Palo Alto will be transformed into musical stages for both amateur and professional milsicians to showcase their talents. All concerts and performances are free and open to the public. Last year, the Human Relations Commission (HRC) was the sponsor of World Music Day as the event was organized by two HRC members. Because of the fluid nature of HRC membership and the fact that commissions, in general, are set up as advisory bodies to the city, not as special events organizers, the Palo Alto Recreation Foundation was approached and agreed to take on the organization of World Music Day. DISCUSSION This document will serve to update the original agreement between the City of Palo Alto and the Palo Alto Recreation Foundation for the assistance of Community Services, dated July 28, 1993. The main changes to the document include the addition of the World Music Day as an event produced by the Foundation .and clarification on the City services provided in-iclnd as it relates to the two events produced by the Foundation. These in-kind services include some special events permit fees, limited printing services, promotion of events on City website, and the use of facility space by the Foundation for the production of these events. In addition, with this update, the City Attorney's Office has taken the opportunity to update the language to make the agreement consistent with other agreements, such as the recently approved agreement with the Family Resources Foundation in Palo Alto for mutual cooperation and support (CMR 123:10). RESOURCE IMPACT The direct, indirect and in-kind services provided by the City to sustain this program have an estimated value at $28,000. Of this total, $17,725 is staff time and $10,330 is in-kind services. The benefit to the City received from the Foundation includes over $40,000 in program grants to City programs annually. In addition, until 2002, the Community Services Department employed a full time special events manager who produced the Black & White Ball, among other events. Due to budget cuts and restructuring, this position was eliminated. The Recreation Foundation stepped in at that time to independently produce the Black and White Ball event which they continue to coordinate bi-annually. Regarding World Music Day, an unknown amount of additional sales tax revenue will be realized from the attraction of thousands of spectators to downtown Palo Alto for the annual World Music Day festival. CMR: 180:10 Page 2 of3 • POI,ICY IMPLICATIONS The partnership would be categorized as a partnership under the City's PubliclPrivate Partnership Policy (Attachment B). ENVIRONMENTAL REVIEW This reconunendation to approve an amended and restated contract is not considered a project under the California Environmental Quality Act. ATTACHMENTS Attachment A: Attachment B: Agreement Between the City of Palo Alto and the Palo Alto Recreation Foundation Policy and Procedures 1-25, PUBLICIPRIV ATE P ARTNERSHlP PREPAREDBY:~~~~~~~~~~~~~~==~~ ____ __ MI ~ .. ) . ~t ~DiV1~ager, Human Services PREPARED/APPROVED BY: _____ ~--z~~~I:::-=t'L.~=-'--------- G TTS Director of Community Services CITY MANAGER APPROVAL: _____ -Tl?:::-&:==:z'f-__ -=~---- CMR: 180:10 Page 30f3 Attachment A AMENDED AND RESTATED AGREEMENT BETWEEN THE CITY OF PALO ALTO AND THE PALO ALTO RECREA nON FOUNDATION CONCERNING ASSISTANCE RENDERED TO THE COMMUNITY SERVICES DEPARTMENT THIS AMENDED AND RESTATED AGREEMENT (the "Agreement") is made and entered into as of ,2010 (the "Effective Date"), by and between the CITY OF PALO ALTO, a California chartered municipal corporation (the "CITY") and the PALO ALTO RECREATION FOUNDATION, a California nonprofit public benefit corporation (the "FOUNDATION"). WIT NESSETH: WHEREAS, the CITY's recreation services are provided through the Recreation and Golf Division of the CITY's Department of Community Services (the "Division"); and WHEREAS, the expansion and improvement of the CITY's recreation services, with the assistance of private individuals and organizations, will result in greater public benefit to be derived from such services; and WHEREAS, the FOUNDATION is organized and exists to assist the CITY with fund-raising and other activities, and to generally promote the social, cultural and recreational needs of the CITY and the greater Palo Alto area; and WHEREAS, on October 2, 1991, the CITY and the FOUNDATION entered into an agreement concerning the accounting, collection and purchasing services to be provided by the CITY to the FOUNDATION, under which the CITY's staff routinely handles the FOUNDA nON's funds, including donations, sponsorships, entry fees and the FOUNDATION's fundraiser expenses and revenue (collectively referred to as the "cash handling services"); and WHEREAS, on September 30,1991, the CITY and the FOUNDATION entered into a hold harmless agreement to protect the CITY and the public from any loss or liability the CITY might incur as a .result of the cash handling services, both such agreements being made in anticipation of the negotiation and execution of this Agreement whieh will supersede the earlier agreements; and WHEREAS, the FOUNDA nON has made substantial contribution toward the development and promotion of the Division and its reereation programs within the CITY, and the FOUNDATION desires to continue to assist the CITY and the Division by providing the services set forth under this Agreement; and WHEREAS, the CITY desires to continue to receive the assistance of the FOUNDA nON and to specify the scope of permissible CITY staff activities and services to assist the FOUNDATION with its activities which enhance and benefit the CITY, as set forth under this Agreement; and WHEREAS, the FOUNDATION is a nonprofit public benefit corporation, duly IOG330 jb 0073303 incorporated on December 18, 1986 under California law, which operates privately and independently from the CITY and is duly authorized to provide the services contemplated by this Agreement; and WHEREAS, the parties intend that the result of this Agreement will be to provide public benefit, in that the CITY and the Division will continue to be assisted and the CITY's social, cultural and recreational needs will continue to be promoted and enhanced; WHEREAS, the FOUNDATION also wishes to stage an annual World Music Day event and the CITY wishes to collaborate with the FOUNDATION in that regard; NOW, nmREFORE, in consideration of their mutual covenants, the parties hereto agree as follows: SECTION I -DEFINITIONS The term "Board" shall mean the duly appointed board of directors of the FOUNDATION. 1.2 CITY The term "CITY" shall mean the City of Palo Alto, California, as presently existing, plus all territory which may be added thereto during the tenn of this Agreement by annexation or otherwise. 1.3 City Clerk The term "City Clerk" shall mean tile duly appointed the City Clerk of the CITY or her designated representative. 1.4 City Council The term "City Council" shall mean the duly elected City Council of the CITY. I.S City Manager The term "City Manager" shall mean the duly appointed City Manager of the CITY or his designated representative. 1.6 FOUNDATION The term "FOUNDATION" shall mean the duly incorporated Palo Alto Recreation Foundation. 2 100330 jb 0073303 1.7 Risk Manager The term "Risk Manager" shall mean the duly appointed Risk Manager of the CITY, or his designated representative. SECTION 2 -PROJECT COORDINATION 2.1 The CITY The City Manager shall represent the CITY for all purposes under this Agreement. The Director of the CITY's Department of Community Services shall supervise the progress and execution of this Agreement, and shall be assisted by the Director ofthe Division. 2.2 The FOUNDATION The Board of the FOUNDATION shall represent the FOUNDATION for all purposes under this Agreement. The President of the FOUNDATION shall supervise the progress and execution of this Agreement. SECTION 3 -TERM OF AGREEMENT The term of this Agreement shall commence on the date of its execution by the CITY. This Agreement shall remain in full force and effect until terminated as provided herein. SECTION 4 -PURPOSE OF AGREEMENT The CITY and the FOUNDATION hereby acknowledge and agree that the purpose of this Agreement is to define the relationship and responsibilities of the CITY and the FOUNDATION concerning the FOUNDA'I10N's activities which assist the CITY. Throughout the term of this Agreement, the FOUNDATION shall continue to privately and independently function to provide assistance and support to the CITY and to promote the social, cultural and recreational needs ofthe CITY. SECTION 5 -RESPONSIBILITIES OF THE FOUNDATION The FOUNDATION shall provide the following services: 5.1 The FOUNDATION's Services The FOUNDATION shall solicit, receive and distribute donations and grants of materials, equipment, services and funds, or assist in such efforts by the CITY, for any of the following purposes, all of which shall provide public benefit: (i) to benefit, assist or improve the Division; (ii) to promote the social, cultural or recreational needs of the CITY; and (iii) to benefit, support or assist any other activities or events that are consistent with or fulfill then existing the Council's priorities or the CITY's policies. , 3 100330 jb 0073303 5.2 Disposition of the FOUNDATION's Revenue The FOUNDATION shall work with the CITY's staffto ensure that revenue which the FOUNDA 110N generates from any source, including the revenue generated from the FOUNDATION's fundraising event as provided under Section 5.3 hereof, shall be spent for the purposes stated in Section 5.1 hereof, as determined by the FOUNDATION, subject to the CITY's acceptance of any direct assistance as may be required by the CITY's policy. The CITY may also routinely request donations and grants from the FOUNDATION for the special events sponsored by the Division or any other CITY event or activity consistent with the purposes set forth in Section 5.1. The FOUNDATION shall provide support for such the CITY activities and events in its sole discretion. 5.3 The FOUNDATION's Fundraising Event The FOUNDA110N shall co-sponsor, with the CITY, the FOUNDATION's fund- raising event (the "Fundraiser"). As of tho date of commencement ofthis Agreement, the Fundraiser is known as the "Palo Alto Black and White Ball." However, the theme of the Fundraiser may be changed, in the FOUNDATION's discretion, without requiring any amendment to this Agreement so long as any new theme is first approved by the CITY. The FOUNDATION shall receive all proceeds from its Fundraiser as provided under this Agreement. The FOUNDATION shall spend such proceeds as required under Section 5.2 hereof, to fulfill the purposes stated in Section 5.1 hereof. The FOUNDATION shall have the following responsibilities concerning the Fund raiser. Prior to each Fundraiser, the FOUNDATION shall: (i) pay the CITY any fees that may be requested and collected in accordance with the CITY's municipal fee schedule related Lo the rental of any CITY facility that may be required for the Fundraiser; (ii) obtain, at its sale cost, adequate insurance coverage for the Fundraiser, as provided under Section 12 hereof; (iii) pay the CITY any fees that may be requested and collected for any Police Department staff services that will be needed for the Fundraiser; (iv) pay the CITY any fees that may be requested and collected for any other miscellaneous CITY staff services that may be needed for the Fundraiser, other than Division staff as provided under Sections 6.1, 6.2 and 6.3 hereof; (v) obtain any CITY pennits that may be required for the FundraiseI' and pay the CITY any fees that may be requested and collected for the issuance of permits; (vi) obtain any non-CITY permits needed for use of facilities for the Fundraiser that are not owned by the CITY; (vii) obtain any needed alcohol control zone condition waiver from the Chief of Police of the CITY if alcohol is to be consumed at any location within the Fundraiser; and (viii) pay the CITY any fees that may be requested and collected for any printing, copying and mailing expenses incurred by the CITY in connection with the Fundraiser. 5.4 The FOUNDATION's Annual World Music Day Event The FOUNDA'I10N shall have the following responsibilities concerning the annual World Music Day Event (the" Annual Music Event"). Prior to each Annual Music Event, the FOUNDATION shall: (i) pay the CITY any fees that may be requested and collected under the CITY's municipal fee schedule related to the rental of any CITY facility that may be required for the Annual Music Event, except that the CITY will provide a meeting room at no charge for the training of volunteers involved with the production of the Annual Music Event; 4 IOOJJO jb 0073303 (ii) obtain, at its sole cost, adequate insurance coverage for the Annual Music Event, as provided under Section 12 hereof; (iii) pay the CITY any fees that may be requested and collected for any extraordinary Police Department staff services that will be needed for the Annual Music Event; (iv) pay the CITY any fees that may be requested and collected for any other extraordinary miscellaneous CITY staff services that may be needed for the Annual Music Event, other than Division staff services, as provided under Sections 6.1, 6.2 and 6.3 hereof; (v) obtain any CITY special permits that may be required for the Annual Music Event; (vi) obtain any non-CITY permits needed for use of facilities for the Annual Music Event that arc not owned by the CITY; (vii) obtain any needed alcohol control zone condition waiver from the Chief of Police if alcohol is to be consumed at any location within the Annual Music Event; and (viii) find and manage musicians and volunteers to produce the Annual Music Event; (ix) find and manage sponsors for the Annual Music Event; (x) plan all Annual Music Event details; (xi) promote the Annual Music Event with the press and the community; (xii) develop content for the web site and all marketing materials; and (xiii) manage the entire event in cooperation with CITY staff. 5.5 Capital Projects for the CITY Notwithstanding Section 5.2 hereof, the FOUNDATION may plan, organize, fund and provide donations to support and implement capital projects for the CITY on a case-by-case basis. Notwithstanding the foregoing, in each case the CITY must desire that the project be performed and all CITY discretionary approval processes and procedures, including under the CITY's charter and municipal code and under California and federal law, must be complied with in connection with the project. 5.6 The FOUNDATION's Printed Materials The FOUNDATION shall provide to the CITY any routine and printed information regarding its operations as requested by the CITY including, but not limited to, lists of current Board members and officers, copies of Board training materials, brochures, publications, newsletters, budgets and meeting minutes. 5,7 Citation to Cooperative Efforts of the CITY The FOUNDATION shall refer to the cooperative efforts of the CITY in its presentations, printed materials, fund solicitations and activities, as may be appl icable. 5.8 THE FOUNDATION's Legal Status The FOUNDATION shall maintain, during the term of this Agreement, its nonprofit corporation and tax-exempt status as provided by and under California and federal law. The FOUNDATION shall adhere to its articles of incorporation and bylaws, which are attached hereto as Exhibits UAU and US" and incorporated herein by this reference. The FOUNDATION shall notify the CITY in the event that the FOUNDATION amends its articles of incorporation or bylaws. Any such amendments shall be made in accordance with all applicable law. 5.9 Open Meetings 5 I00130jb0071101 The FOUNDATION shall conduct its meetings and election of officers in an open and public manner and as otherwise may be required by any applicable law. SECTION 6 -RESPONSIBILITIES OF THE cny The parties agree that the CITY is solely responsible for the overall planning, operation and management of the Division. To the extcnt made possible by the CITY's annual budget allocations, the CITY shall co-sponsor, with the FOUNDATION, the Fundraiser and the Annual Music Event, and shall perform the following services to assist the FOUNDATION pelfonn its responsibilities under Section 5 hereof: 6.1 The CITY's Services Subject to the CITY's annual budget allocation and approval process, including the review and approval of the Division's budget as determined by the Council in its sole discretion, the CITY shall provide the following services to the FOUNDATION: (i) CITY staff support services within the Division to assist with organizing and holding the Fundraiser, as provided under Section 5.3 hereof; (ii) CITY staff support services with the Division to assist with organizing and holding the Annual Music Event (on Father's Day), as provided under Section 5.4 here; (iii) CITY staff support services within the Division to assist with regular and special Board meetings, including preparation of the FOUNDATION's agendas, minutes and budgets; and (iv) temporary and occasional use of the CITY's facility space for Board meetings and for volunteer training associated with the Annual Music Event. Notwithstanding the foregoing, the City Manager or his designee may, at any time during each and every fiscal year during the term hereof, reallocate or reduce the amount of any of the CITY services assigned under the CITY's annual budget process to assist the FOUNDATION. Such reallocation or reduction shall be accomplished as may be needed to best allocate, in the City Manager's discretion, the CITY's limited resources. 6.2 The CITY's Services Related to the Annual World Music Day Event Suhject to the CITY's annual budget allocation and approval process, including the review and approval of the Division's budget as determined by the Council, acting in its sole discretion, the CITY shall provide the following services to the FOUNDATION: 0) the Council shall endorse the event and proclaim the third Sunday of June of each year as "World Music Day" in Palo Alto; (ii) shall waive ordinary special event permit fees; (iii) shall waive ordinary and regular policing costs; (iv) consistent with the CITY's policies and procedures shall post information and links concerning the Annual Music Event on the CITY's web page for the marketing of the Annual Music Event; (v) shall actively assist with the promotion and advertising of the event both through CITY media and through the cooperation of Destination Palo Alto; (vi) allow for the mention of the Annual Music Event at such events as public concerts, gatherings and special events; (vii) shall provide at no cost a meeting room for the training and orientation of event volunteers; (viii) provide printing services at no cost for the printing of 2,000 event flyers; and (ix) provide assistance with processing any required solicitation permit in order to enable musicians to sell their compact discs during the event to offset their persona I expenses. 6.3 The CITY's Services Related to the Palo Alto Black & White Ball 6 100330 jb 0073303 Subject to the CITY's annual budget allocation and approval process, including the review and approval of the Division's budget as determined by the Council, acting in its sole discretion, the CITY shall provide the following services to the FOUNDATION: (i) the Council shall endorse the event; Oi) shall waive ordinary special event permit fees; (iii) shall waive ordinary and regular policing costs; (iv) consistent with the CITY's policies and procedures shall post information and links concerning the Fundraiser on the CITY's web page for the marketing of the Fundraiser; (v) shall actively assist with the promotion and advertising of the event through the CITY's media; (vi) allow for the mention of the Fundraiser at such events as public concerts, gatherings and special events; (vii) shall provide at no cost a meeting room for the training and orientation of event volunteers; and (viii) provide assistance with processing any required solicitation permit in order to enable musicians to sell their compact discs during the event to offset their Rersonal expenses. 6.4 Thc CITY's Cash Handling Services for the FundraiseI' The CITY shall also provide to the FOUNDATION cash handling services within the Division needed solely in connection with the FundraiseI'. Such services shall consist of the initial receipt of revenue collected for the Fundraiser. The CITY will provide these services to the FOUNDATION in accordance with cash handling procedures developed, approved and otherwise. mutually agreed upon by the parties prior to the CITY's receipt of revenue. The parties acknowledge and agree that these procedures will be incorporated in the Agreement as Exhibit "C" subsequent to the Effective Date. 6.5 Citation to Cooperative Efforts of the FOUNDA TI ON The CITY shall acknowledge the support of the FOUNDATION in all CITY events assisted or supported by the FOUNDATION, and in Division presentations, printed materials, fund solicitations and other Division activities as may be applicable. 6.6 Compliance with Gift Policy The CITY shall comply with its Policy and Procedures 1-18, "Gifts to the City," as amended, when the CITY receives any donation or gift from the FOUNDATION, as contemplated by this Agreement. SECTION 7 • POTENTIALQPERATION OF .. THE FOUNDATION AS UMBRELLA ORGANIZATION TO AFFILIATED GROUPS The parties hereby acknowledge and agree that the FOUNDATION, as of the Effective Date, operates privately and independently with no suhsidiary corporations or affiliated organizations. However, the parties hereby agree that it would be beneficial to both the FOUNDA TION and the CITY for the FOUNDATION to operate as a parent or umbrella organization that, in addition to its current activities and within the scope of the organization's purpose under its articles of incorporation, assists and fosters subsidiary corporations or affiliated private groups or individuals (the "Affiliated Groups"). The Affiliated Groups would be limited to organizations, groups or individuals that desire to sponsor various recreation, cultural or community 7 100330 jb 0013303 projects to assist and benefit the CITY and to promote the social, cultural and recreational needs of the residents of and visitors to the CITY. The Affiliated Groups could operate through and in conjunction with the FOUNDATION under this Agreement, in connection with the Affiliated Groups' projects which benefit the CITY. The Affiliated Groups would therefore not be required to enter into separate agreements with the CITY in order to perform their projects that benefit the CITY. Prior to such time as the FOUNDATION may undertake to operate as a parent or umbrella organization to one (1) or more Affiliated Groups, the parties hereto shall amend this Agreement to specifY the scope of the intended relationship between the FOUNDATION, the Affiliated Groups and the cny in order to best benefit the parties hereto and the CITY's programs and services. SECTION 8 -TERMINATION OF AGREEMENT Either party may suspend or terminate this Agreement, with or without cause, by giving thirty (30) days' prior written notice thereof to the other party. SECTION 9 -ASSIGNMf:<:NT Both parties shall give their personal attention to the faithful performance of this Agreement and shall not assign, transfer, convey, or otherwise dispose of this Agreement or any right, title or interest in or to the same or any part thereof without the prior written consent of the other party, and then only subject to such terms and conditions as the other party may require. The consent to one assignment shall not be deemed to be the consent to any subsequent assignments. Any assignment without such approval shall be void and, at the option of the other party, shall terminate this Agreement and any license or privilege granted herein. This Agreement and any interest herein shall not be assignable by operation of law without the prior written consent of the other party. SECTION 10 -NOTICES All notices hereunder shall be given in writing and mailed, postage prepaid, by certified mail, addressed as follows: IOO330jb0073JOJ To CITY: Copy to: Office of the City Clerk 250 Hamilton Avenue Palo Alto, CA 94301 Director of Community Services Department 1305 Middlefield Road . Palo Alto, CA 94301 To FOUNDATION: Board of Directors ofthe FOUNDATION 1305 Middlefield Road Palo Alto, CA 94301 SECTION 11 -INDEMNITY I J.I The CITY's Obligation to Indemnify the FOUNDA nON 8 The CITY agrees to protect,indemnify, hold hannless and defend the FOUNDATION, its officers, agents and employees, from and against any and all claims, loss, liability, demands, damages, costs, expenses or attorneys' fees caused by or arising out of the CITY's, its officers', agents', subcontractors' or employees' negligent acts, errors, or omissions, or willful misconduct, or conduct for which the law imposes strict liability on the CITY in the perfOlmance or nonperformance of the terms of this Agreement, except: (i) for such loss or damage caused by the sole or concurrent negligence or willful misconduct ofthe FOUNDATION; and (ii) as expressly provided under Subsections 11.2.1 and 11.2.2 hereof. 11.2 The FOUNDATION's Obligation to Inderrmify the CITY 11.2.1 The FOUNDATION agrees to protect, indemnify, hold harmless and defend the CITY, its officers, agents and employees, from and against any and all claims, loss, liability, demands, damages, costs, expenses or attorneys' fees caused by or arising out of the FOUNDATION's, its officers', agents', subcontractors', or employees' negligent acts, errors, or omissions, or willful misconduct, or conduct for which the law imposes strict liability on the FOUNDATION in the performance or nonperfonnance of the terms of this Agreement, except for such loss or damage caused by the sole or concurrent negligence or willful misconduct of the CITY and subject to the provisions of Subsections 11.2.2 and 11.2.3 hereof. 11.2.2 Notwithstanding the foregoing, the FOUNDATION further agrees to protect, indemnify and hold harmless the CITY, its officers, agents, and employees, from any and all harm, loss or liability that may result, or any claims or demands that may be made against the CITY, its officers, agents or employees, by reason of or as a result of the CITY's, its officers', agents' or employees' handling or undertaking any responsibility for the FOUNDATION funds or monies in connection with the Fundraiser, as provided under Sections 6.1,6.2 and Exhibit "C" hereof, except for any harm, loss or liability caused by or that arises from the negligence, gross negligence or willful misconduct of the CITY in handling such funds. The FOUNDATION shall further reimburse the CITY for the CITY's full costs incurred in connection with its defense of any and all suits, actions, or other legal proceedings that may be brought or instituted by third persons in which such third persons have prevailed against the CITY, its officers, agents or employees, either related to or as a result of the CITY's, its officers', agents' or employees' handling or undertaking any responsibility for the FOUNDATION funds or monies in conneCtion with the Fundraiser, as provided under Sections 6.1, 6.2 and Exhibit "C n hereof, unless such suits, actions or other legal proceedings are caused by or arise from the negligence, gross negligence or willful miseonduct of the CITY in handling such funds. I I .2.3 Notwithstanding the foregoing, the CITY and the FOUND A TION agree that, except for the Fundraiser and the Annual Music Event, the FOUNDATION has no obligation under this Agreement to indemnify the CITY against any claims, loss, liability, demands, damages, costs, expenses or attorneys' fees caused by or arising out of the CITY events, activities or services that may be or are assisted or supported by any FOUNDATION funds. However, the provisions of this Subsection 11.2.3 do not apply to any claims, loss, liability, demands, damages, costs, expenses or attomeys' fees arising out of or associated with the Fundraiser or the Annual Music Event. SECTION 12 -INSURANCE 9 IOO330jb0073lO3 12.1 The FOUNDATION's Required Insurance Coverage The FOUNDATION, shall, at its sole eost and expense, obtain prior to each Fundraiser and each Annual Music Event a commercial gencralliability insurance policy, including products and completed operations, personal and advertising, in the minimum coverage amount of One Million Dollars ($1,000,000) per occurrence and in the aggregate. Such insurance coverage shall be provided through a carrier or carriers with an A. M. Best & Co. rating of at least A:VII or higher. The insurance coverage must name as insured not only the FOUNDATION, but also the CITY, its officers, agents, employees and volunteers, and each of them, as named insureds under the policy with respect to the Fundraiser and the Annual Music Event. 12.2 Fundraiser and/or Annual Music Event Where Alcohol Served If alcohol is to be served at any Fundraiser or any Annual Music Event, the FOUNDATION shall ensure that: (i) every server of aJeohol is adequately insured under California law and to the satisfaction of the Risk Manager, in the Risk Manager's discretion, for such alcohol service; (ii) the CITY and the FOUNDATION are named as additional insureds under each alcohol insurance policy or policies with respect to the Fundraiser and/or the Annual Music Event, to the satisfaction of the Risk Manager; and (iii) the FOUNDA nON obtains any necessary waiver from the Chief of Police from the alcohol control zone condition under the Department of Alcoholic Beverage Guidelines, as amended. 12.3 Certificate of Insurance The FOUNDATION shall file ccrtificate(s) sufficiently evidencing the insurancc coverage required under this Section with the Risk Manager at least five (5) days prior to each FundraiseI' and each Annual Music Event. The certifieate(s) shall contain endorsement(s) stating that the insurance is primary eoverage and will not be cancelled or altered by the insurer except after filing with the City Clerk thirty (30) days' prior written notice of such cancellation or alteration, and that the CITY is a named insured or named as an additional insured, as applicable, under the policy or policies. SECTION 13 • COMPLIANCE WITH LA WS The FOUNDATION shall be bound by and shall comply with all applicable federal, California and local laws, ordinances and directives insofar as they pertain to the performance of this Agreement. SECTION 14 -RIGHT OF THE CITY TO EXAMINE AND AUDIT The FOUNDATION agrees to permit the CITY, including the City Auditor and the Director of Administrative Services, or any duly authorized representatives thereof, to, at any reasonable time during the term of this Agreement, have access to and the right to examine, or have examined, all of the FOUNDATION's records, including its financial records. The CITY's right~ under this Section 14 shall include the right to audit, examine and eopy such records. The FOUNDATION fUlther agrees to permit the CITY to audit, or have audited, for three (3) years 10 100330 jb (07330) thereafter, all of the FOUNDATION's records pertaining to matters covered by this Agreement. The FOUNDATION accordingly agrees to maintain such records for at least three (3) years following the tennination ofthis Agreement for any reason. SECTION 15 -AGREEMENT BINDING The terms, covenants, and conditions of this Agreement shall apply to, and shall bind, the heirs, successors, executors, admi nistrators, assigns, and subcontractors of both partics. SECTION 16· WAIVERS The waiver by either party of any breach or violation of any term, covenant, Or condition of this Agreement or oLany provision, ordinance, or law shall not be deemed to be a waiver of any other tenn, covenant, condition, ordinance, or law or of any subsequent breaeh or violation of the same or of any other tenn, covenant, condition, ordinance, or law. SECTION 17 -COSTS AND ATTORNEYS' FEES The prevailing party in any action brought to enforce the terms of this Agreement or arising out of this Agreement may recover its reasonable costs and attorneys' fees expended in connection with such an action from the other party. SECTION 18 • NONDISCRIMINATION The FOUNDATION shall not, in the performance of this Agreement, discriminate in the employment of any person on the basis of the race, skin color, gender, age, religion, disability, national origin, ancestry, sexual orientation, housing status, marital status, familial status, weight or height of such person. SECTION 19 -AGREEMENT CONTAINS ALL UNDERSTANDINGS; AMENDMENT This document represents the entire and integrated agreement between the CITY and the FOUNDATION and it supersedes all prior negotiations, representations, and agreements, either written or oral, including the above-referenced cash handling services agreement between the pruties, dated October 2, 1991, and the hold harmless agreement between the parties related to such cash handling services, dated September 30, 1991. This document may be amended only by written instrument, signed by the parties. SECTION 20 -GOVERNING LAW This Agreement shall be governed by the laws of the State of California. SECTION 21 • AUTHORITY TO EXECUTE AGREEMENT The FOUNDATION represents and warrants that it is a duly organized, validly existing nonprofit public benefit corporation in good standing under the laws of the State of I I 100110 Jb 00'1))03 California, and that its signatories to this Agreement are the and the ~--,--,--=-:-==-=-of the corporation, who are duly authorized to execute this Agreement on behalf of the FOUNDATION. IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the Effuctive Date. CITY OF PALO ALTO PALO ALTO RECREATION FOUNDATION BY:~~~ City Manager lis: eRE;.;; ID£ NT APPROVED AS TO FORM: IIs: ________ _ Senior Asst. City Attorney APPROVED; Director of Administrative Services Director of Community Services Attachments: EXHIBIT "A":The FOUNDATION's Articles ofIncorporation EXHlBIT "B": The FOUNDATION's Bylaws EXHIBIT "C": Cash Handling Procedures Related to the Fundraiser 12 100330 jb 0073303 EXHIBIT" A" The FOUNDATION's Articles oflncorporation [attached] 13 100330 jb 0073303 r--2 -' "*'~. , '!:i~~ll\~::Wl:M'" , . .. EXHI8IT A, \~. :;0 ,; .. ~ . ;~ $I\'me ., \ r.: \ e8fuotnia . ="=~=."""'=. ====~ . OFFICE OF THE 'SECRETARY OF STATE CORPORATION DIVISION .. 'J, MARCH FON.G"EV,SecretaryofS,tate.pf the State of Califdrriia, here by Certify: .. , That the annexecltranscript has been c'oinpared·.with the corporate record on file in this off'i:Ce,bf· whi¢ll it purports to be a copy, and that sameis full" trueand ,,: correct. , . • ,i .. ,' , ',' IN WITNESS WHERE;OF, J execute this certificate and· ~ffl.xJhe Great Seal of the State of California this . DEC. 2 2 J~Q6 SeCrelar!l 01 State J OF 'l'IIE ARTICLE I. NAME. 1394524' ENDORSED F I: ',' ._) .,. ~'" .,., ~ .. , 1.1,:,": ,,~;~,~,,; '''>j ... '-:'~:;J,'l <:l :im':t ' ",\ ,".J .'f.~I" ",J.';i;,1!! ),:. ~ ;'11 .. " ·i3.£,a '1 '8 '1986 ' The name of this Corporation is Palo Alto Recreation Foundation. ARTICLE II. PURPOSES (a) This corp'oration b a nOll-profit pub+i" b~ne\fi t cp;rpor,ation' and , ,ii,-Ilor o':'1anj,zed, for ;the PlOivate gain, of' anY,'p'erson; It is,.oJiganiud under "the 'California Non-Profit Public Benefit Corporaticm +<tw for' charitable And public purposes". , <; ! '(bl Th'; 'specific pilrpose of this <;orporation is to,assist the C,ity '~f ,Palo-AH,C ,ilecreation Division 'through fUnd raising ana other activitie:o. ,; ~n .. providing, event"", :pr09raJ:ls, 'and facilities (lirnc;tuding site,acquisiUoni , t6 -promote ~l)e sO'cial, ctiltura,ll and recreational needs of the r:esidf!,nts ,of',and V.!(sit,O,rs to the City of !!alo 'Alto. " . " ~TICLE III. INITIAL AGENT FOR SERVICE OF PROCESS. The'name 8nd address ~n the State of California for this corporation's initial agent· for service of process is; Gary Cavalli S8il"w",Verley St. ' ... Su.ibe'·C Palo Alto, CA 94301 ,ARTICL.E ,Ill. ,ORGANIZATION '"FOR TAX EXEMPT STIITUS. , ';'-. (al This corp'lration is organized and oP'lJ'at;;d "~:::i~i.V;"l~'':''for charitable and public purposes wi thin the meaning of Inr!,,>;nai'Re;fe~il~,:~~,~"::!l~ction 501 (c) (33 :;i (b) Nothwithstanding any other proVi!':'on "oJ; ,these ArUoles. 'thj" Corporation sha,ll not c"rry on anY',other Activities not' penAA,1;;£,~dtobe carrieikoi; Ii) by " <S.orporat!"n exempt "from Federal Income;' '#; uild~~~!\~",jt,fial R~v"n\:le Cdi$e Section 501'( c IIil, or (;:'1) "by '~'corporation cont#l>lltioii~ ,;tj:C'~!i~eli, .. i .. dedu,ctible under Internal Revenue Code Section l70(c)12)~ , '~:~ '" ,>' ~,I ".: ! ?-. '<"-:'":~:.:."". .' . , , Ie) N.o substantial part of the a"tid!;f.,!' ,-0£ :th';~:,CbrpOraMol'l 'ii,~'al1 consist, of carrying on propaganda, or otherwise ';-£'l'~~~~:9'''to,!i'i:if.'i:,u,!,';¢\i'>'~:gi,ljlation, and the cor~or~tion shall not part~cip~te or i",:tetve~'eJIl: ~n,ri:')?$!1<i!d.cal,Campaign (includl.ng the publ ishing or d1Stnbution of statetil"nt.,lo'0'l',~l;alf of any candidate for public office. ,',',,' .. " .,,' " ,,' ',-. ~ , EXHIllIT "B" The FOUNDATION's Bylaws 14 100330 jbOO73303 f \' l., , \- EXHIBIT B . BY-LAWS OF THE FALO 1ILTO RllCREATION FOtlNDATIOJl A California Non-Profit Corporation ARTICLE 1. OFFicES T.oL Principal Offices. The principal office of the' carporation for the transaction of its business is located in Santa Clara,County, California. 1.02;' 'Change of Address': designate the specific address. in Santa Clara Co~nty. , The ll,oara of pirecj:au ma.y l;1y,r,esolution f'or the pri.ncipal office of' the corporation . ' ' 1.03." 'Other Offices. The l'orporati',>D .ma" !'ls9 ,have 'of,fie"s ,a,t such ,~, other· plai,;;s; ,within or wi,th"ut the State of ,?",.u:orni3\, where it is quaH,fied "'t6 dcj busin"ess,' as its business may require and as the Board of iDLrectors may from,time,to'ti",,, designate. ARTICLE II. MEMBERS. 2.01. Oetermination of Members. The ,corp,,=ation s:ha.ll make no provision for members ex'capt, --however, pursuant to Sectior. 5310 of the Corporations Code ~f the S1:;:at,e. of Californiat .for the p'urp'o§:~ of .&.:>;:' statutory provision 'or rule ',of law relating to non"'profit corporationsi' the persons con"stituting its Board cif Directors aha'll be considered the members o'f the corporation and shall exercise all of the rig,hts and p"wersC)f members. " :.'" " ", ~. . ARTICLE ilt; bIRECTORS 3.01. Number., The corporation shall have f;'ve directors and'collectively . they' shall be known as' the Board of Pirectors. This number !1\ay be',,,himged by amendment of this By-law, as provided below. '3.02. 'Selection of Oirectors. The directors shall be appointed by the Bo"rd of Di:~'ectors,~ acting ,in i~s ,capacity' as, the ,C<;>rporate.lI\ember.hip. , .,' raj Eaqh di.rector shall, hold office £or a be!'m ·ot three (3) years, :.: 'beginning JUly.J. !lnd 'expiring, on. June 30, thre,~ year. later; provided, that "if' ~pori exph:adon of .such .term a. "succes.,,>;, has not yet. been selected and .<jI!.iii.fi,ed; th~!l ':the director shall COl)tin~e ill of:ieeuntil ," successor has 'peeriselecte4" .. nd. qualified. , "~. :.. , _ t 1» '''he' terms of the various, airector. shall be staggered. so th'at, to the maximum extent possible.,. and, ~.q.!lal number, oJ directors' terms e~pire each year. The initial directors shall classify t;'~lllselves by ~"t, and shal~ assign one-'I 'two-, and three-year terms i' so as to provide for staggered terms. -1- 3,04" Vacanci". , (a) Vacancies o"n the Board of Directors shall exist on the death or resignation of any' director and whenever the nu~ber of authorized directors is increased~ (b) The Board of Directors may declare vacant the office of a director if he or she is declared of unsound mind by an order ,of !,'ourt, or, if within sixty (60) 'days after notice of his or her selection'to fill a vacancy, he or she dO,e5 not accept the office either in w.itin9 or, by,attendfng a meeting of the ,Bol>:rd of' £)irectors,' . ,;. (c) , All vacancies shall be filled in the same manner asprovid'ed for ,the origina'l' selection ,if directors. (dJ A person selected to fill a vacancy in an office for which a term has already peen established shall hold office until the expiration of that "term" A pe""on,selei:ted tO"fi'l1 a vacancy in"anewly 'create'd pos'i,t1.Qn shall hol.d,.~ffide 'untii the ,;xpiration of the ~~rm pro::,ided forth:at f~sitiOJ1' .3 ~OS. powers The di::::-ectors shall exercl.sk!: -the powers of the corporation, c~ntrol its property I and conduct its affairs, except ~5 other.wlse. ,pro.h.ibited by law, 3' .• ,06, ,puties. It shell be the duty. of the di'rectors' to: .. " '.('aJ Perform any and ,all duties imposed <in 'them col'lective1y or individually by law'c by the Articles of Incor'poratfon of this corporation, or by these By-laws; (b) Appoint and remove I employ and discharge, and -except As otherwise provided in these By-laws, Prescribe the duties and fix the compenliation, if any, of all officers, agents and employees of the corpor'i:tt-iorq , ' {c J Supervise aH: officers, agents and employees of the, corporation to assure their duties are pe=formed proper'ly; I (d) Meet at such timeS and places as required by these By~lawsl (e') 'Register their <Idcr ... s wi'th 'the s'i:c'retary of the.' ~biporation, and , notic" ·of meetings mailed or telegraphed to them at such a,"dres.e~ shall' be valid notices thereof •. 3 .07. Place .. of Meetincr, Meetirr'.1s shall"'be he 1<1 , at the prirlc.l,If~~ .office .,of,the co"poration unless' etherwise' provided' by the. Iloard or 'at suc'!'i 'place with·i·n or without· the State <if Califbrllii>.· whii:h has been cl~sl:gnate irQm time ta'time by resolution of the Iloard,'of: Directors.' In apserli:e of '~"'CI1' ile:.sig- nation, meeHngs shall be held at the princfp'ai office "0£ th~·:';oipoiati'on. provided that any such meeting held elsewhere shall be valid if held on the w..r<l;tte·n consent of 11.1'1 l'Jireetors' give! .. ellher' before or ,after the l1leetl,ng alJd ,filed. with ·the secreta'=y of 'the'corporation, ' , . " -2- 3.08. Regular and Annual ~eetinqs. ,( II) Regular: rn<';I't"n\1s of the Diractor" shall be held on, such day, at '. suc.h tim", ai:>d.)~lac.e, as' th~ BOllrd may specify by resolution. (b) ~he snllusl meeting of Directo", sh"ll be held on such day, at such time and pl~l'e, as the pirec.tor" shall specify by resolution. At the annual 'mee~ing,,; the D{r·.~c.~o·r~ shall conduct sueh businefj5 as may be appropriate or as may be required by law. :3.29. ,: ; ~pecj,al .M!i\at,ings. $p"cial meetings ·.of. the!loaid of Directors ,may be . .call,ed.oby tile Presiden,t, or,. ,1£ he or she is absG!}t or is unable or I .refl,ls,e~ _tq-"-ac;:t"~ by tJle. Fir~t Vice-Pr.eaip..ent,· 01-" by any t\fG,.o~rectors, such ... , 'meetings aha'll be held at the place, within,or without the' State o~ CalUornia, designated by the p~rson or persons 'calling the meeting, or in the absence of such 4~signation, at the principal office of the corporation • . ,' -.'. ." -,_. !'., • ''c ~ 3 ~13,~ .. ;'~~tice ot' Meetinqs~ ~he secretS\ry. of the corpor.at~on, or other l'er'ion' ~es~9'1a~ed',bY, the, Presi<lent, shall deliver. n"t;<;\1 of t;h~.1:ime and place of'meeting of the Board of Directors to each Director personall~'or b~ telegram at leas~ three (3) days or by United states ~ail at least seven (7) <lays prior ,to the day of, the me!'ting,. except that notice of, all regu'lar meetings of bhe Directors otlij;'r than' die annual meeting is ';'ereby, di$peosed .wi til ,and except a. otl\erwil'e provided in these !Iy-.laws or under law. If ,&ent ,by mail or telegram, th,! notice sfiali li>e, dJ"emed" to be delivered on its deposit ,in the United> States mail or on i.ts delivery to th!', telegl'aph company. SUGh notice shall be addressed t:o .eac;h b~r~c1:or;·~t .. his o,r h~r address as shown on the books ·,of ·.the corporation. Xi the address <;>;t;.e Director is not so sh91ffi and is not readill'ascertainable, .,the notic," shall be. addressed to him or her' .at the city of place ,in "hich the me,eti'lg,,s ,of the ,Direct<;>rs are regulary held. ·Notice of time .and place of holding qf ,''''xi adjQ\lrl)ed I]\eeting need not be given to ,abse'nt pirectors if, the time a nil 1'1aceare,flxed at the meeting adjourned. 3.11. Contents of Notice. Notices of meetings, when required herein, shall sp~d.fy the place, d~y, and hour of the meeting 'and the general 'na ture of .the bu~:iness t~ be ~rllnsa9l:.ed. " ,3.'12.,< Waiv,E\lr Qf Natice and·.Con.en~ to ,,l301d ;Meetings. ,Th" trans",,,t:'ions pf, any ,,,,ee,t,ing Rf. ,!;;he BQard, however called and 'n¢ticedand whe!'ever lTeld, ar~ as ,yalJ<t a.s, ~hQ,!ghthii' meeting ha«l been duly held after proper call and noJ;1ce, po}ivide,d a qU<lrum as hereinafter defined is present and prov1de(l ,.that e.~1;he"be.f,o",eor after ,1:>11. l11eeting. eal'fl.,DirectQr not present signs Ii ~Ai1ter, pf notice, II,. consent to, holding the meeting, o'r an approval of 'the m1nut~s the'reof.. All sucH waivers, consantsor .·approvals shall be' filed with the corporate records or made part of the minutes of the meeting. 3.13. 'Quorum of Meetings. 'c " (a) ,A .ql,10rum shall, conslst of II l]1ajority Qf the cur·:r:ently filled positions on the Boaltd. pf 'O.ir,e.ctors . . ;) ,' .. -' , (b) The Directors present at'll duly cal1eda,nd held meet.ing, at which a quorum is initially present may continue to do business notwithstanding the lo·ss of ~ quorum, .~t the meeting due to a withdrawal (It Oil ector s from the meeting .. .' n' • . ". 3.14. Conduct of ~.etin9 •• !'a) Meetings of the Board of Directors shall be presi'ded OV(;i' by the president of the,corpbration or, in his absence, by the Fir~t'Vice~president of' the corporation, or in the absence of both, by a chairman, chose'n,.by,:,. majority of the Directors present at the meeting, The s'ecretary of the corporation sllall act as secretary of all meetingS' of the Board ,provided that; in his or her absence, the presidin'g officer' shall' appoint another person to act as secretary of the meeting. ' (b) Meetings shall be gOverned by 'Robert's Ruie' of' o't~e",,,,,:'such rules may be revised from'time to tillie, in'sofar as 'such rules a':e"i\bt'-1nconsistent with or i1'\ conflict with these 'By-laws, with; the Artic'les of 'Incor~or~tion of this corporation', 'or 141th the'law. ,' .. 3.15. Major,lty Action as 'Board Action. EVery kct or decisiOn done, or made by ,. majority of the'Pirectors present at a meeting duly held ,at which a quorul'l1 is present is the" a'ct of 'the Board'· of Directors., .\].rll~ss the law, the Art:i:cles of Incorporation'of the corporation, or these' By-laws re(juire :·a greater number..' . , ~~ 3.16 Act!,?,!, by Unanimous Writ'ten Consent without Neetinq. Any action :£equired or, permitted t'o be -ta-ken by the Board-of Directors' under any pro"': vision of 'law "may be ta.ken without a meeting, if all membolis 'of' I:ii,,' Board shall consent in writing to Such, action. Such acti-on;'l)y"wrftten COIl"Sent 'shall be filed, wi th the minutes of" the, proceedings,?f' tile Board. 'Such written consent".!oi 'consents shall have the samt( :force and-effect as t,he 'unanimous 'lot ... of the Directors., Any certificate of other documents fil~d under 'any provision' of l~w which relates'to action so taken shall .. tate t'hat the action was taken by unanimous writj:en consent of the B'eard of Pir,!ctors '.,.i'thout a ,meeting, and 'that the Articles of, IncoFpbration and the By-law;; of, this: corporation authorize the 'Pire"tors to so act" and' such statement shall be prima faci~ evidence of such authority. 3.17. Compensa "ion. Dire"tors shall serve without compensation, except that, subject to approval of the Board of Directors. t,hey 'may. be allowed reasonable compensation for extraordinary.services and reasonable advance- ment f.or l!eimbur~e~e.nt "Jo+· .. e~pe,n~e$ ,incurred .in· the 'p,erf-'orman.ce o.f. ·thei.r regular duties as speci'fied'in paragraph-3.06; For' purposes' o'fthispa't.- graph, approval by the Board, of ,!Jirector. means appro'val by a voteef'at least three Directors, not including the'pirector to be paid. As' used herein "el<traordin'ary dut'ies~'refers to the' pedo"mance 'of du1Oie's' not specifled in" paragraph 3.06 which l>erformed in ,furth<!rance of ,tlie pri'mary purposes" and powers of this cor,poration.' ~ ARTICLE IV.' OFFICERS. 4.01. Number of Officers. The officers of the corporation shall be a Pres-ident, a Firs-t· Vi-c'e-President, a Second Vice-President, a Secretary, and a Treasurer. The corporation may also have;. -as determined' by the:'" Board of Directors, one or more additional Vice-Presidents, Assistant secretaries, Assistant Treasure"s, or other such office,,!;. " , " .' , , " .. .. . , , . 4.02. Qualific.at;:ipn, Election, and Term of Offioe. Any pe.rson may serve as an officer of this corporation. Of"Uce,>;s shall be "leRte<l by"the Board of Directors, at any time, and each officer shall hold office until he or she resi9ns or is r~moyed or is otherwise d-ieq,ualiJied to. serve or until his or 'her successor shail be elected 'and qualified, whichever occurs first. , .. ' 4.03. S~bordinate dfficers. The Board of Directors,may appoint such other officers or a9'ent~ as it may deem, dosirabl~, and Bouch officers shall. ~se'rve such tetms, have such authori,ty, and pe~form suc~. ~_4~ies as may. be 'prsscribe<l l:'rom time to time by the Board ot" Directors. '4.04. " 'Removal' and Resiqn~tion. Any, officer may, be r'!'moved, ,either IWith or 'without cause," by I the' Boai:i:l "of Dirac,tors,. at aI1Y: time. 'Any officer may resign at any time by giving written notice 'to the Board of Directors or to the President for Secretary of the eOFPoration~ Any such resignation shall "take E!ffect at the date of receipt 'of such no::ice' or at' any, later date specified 'therein, and, unle~s otherwise specIfied therein,' 'the accep- tance of such resignation shall not be necessary to "',axe. it effective. The above provision of' this section,stiai1"be'superseded' by apy conflicting terms of, a contrac't ",bieh nas been approved or ratified by the" Board of Directors relating to the employment of any officer of the cor?~ration. 4.05. Va:canbi'es. Any vacancy in the office, of ;anyofUcer shall be fllled' by the Soa:rd of' Pirectors.' A vacancy in any c!'fice other !;han 'that 'of'the President may be' filled temporaii1y by appoinl:.':\erit by the President until such time 'as the' Board shall fill the vacancy. Vacancies occurrin\! in the offices of officers appointed at the d~scretio~ of the Board may or may not be filled as the Board shall determine. 4.06. Duties of President. The President shall be the chief executive officer of the corporation and shall, subject to the =ontrol of the Board of Directors,-s'upervise and control tile affairs o.f'the corpora"tion •. He or 'she shall perform ~1~ dutie's incidlmt ,t.r;> his or her o,~fi"e and such other' 'dut:i~s as 'may i;,.:, r"<;I"ir'ed by faw, by the ArtiCli!',' o,~,tneox:poration of this corperation, or by ,these By~laws, or whioh may, b<!, pr.,eicribed from time to time by the Board of Directors.' He or she shall preside at all meeting of the Board of Directors and, if applicable, of tile me::tl>erl', of the corporation. , !lice';t ';is otheiwise expr",ss1y provi'd'ed by law, 'by the Art.ic1.eji-of, Incor,por- ation, or by these By-laws, he or she shall, in the na:ne of the' corporation, execute a~y deeds, l'(I.ortgages t bQnds t cont,raots., chec(:.~ /' or other instruments which IlIay from:time~:t.o tiine be autho;:ized by the Boar;::', of Directors. 4 ;07. 'Du,tres of the First Vice-President. 'In, the al;>sence of the Pres- ident, or in event of his or her inability or refusal'to act, the First Vice- President shall perform ,all the duties of the Presipe~t, and when so acting "shall' 'have 'all the pciwers of, subj~ct to a'11: the restdc,tions on, the P~esident. The First vice~President shall have' other such powe~s and perform oth .. ,duties as may be prescribed by law, by the Articles of In,co:::!,oration" or by these 'By""la:ws, or as may be prescribed by th'" BO,ard of' D"ir;'=tors • . ""," .' -5- " .. ,." . 4.08. Duties of the Second Vice-President. The Secoiid Vice-President shall have Buch powers and d~ties as are incident to the office of this corporation and such other duties as m~y be required by law, by th~ Articles 9f Incorporation of 'this corporation, or by these By-laWs; 'or' which may ,be, assigned to him or h<i'r from time to time !?y the Board of ,Dl~ect'ors. 4.09. Duties of Secretary. The secretary shall', (al Certify and keep at the principal office of the corporation the original or a copy of theselly-laws as amended 9r otherwise altered to date I " " (b) Keep at the principal office of the corporation.;>r" at, ~,uc~ o,ther ... place as the Board may dete=in', a book ",'f minutes of 'Ill'I1''leting o.f th,e Directo.r., recording therein the time and,place of meeting; heid, whether the meeti.n9' was re9ular or specia~, the nam~s of those pr~~,e,nt at. ~he meeting I and'the proceedings thereo.f, ani! ,for special ';'eetings" ho>t;"the rneetinl< ,>{as called and how notice thi>reof wa~, g'iven'. , " (e) See that all notices visions, of these By-laws or' as a~e duly given in .acco.rdang,B prescribed by law. >Ii tit the;. Pro- of i Cd) Be custodian of records and of the seal of the corporatlon and see that the seal is affixec to duly execQted docUl1J.ents wb.e·n.ever n'ecassary or appropriate. (e) Keep at the principal, office of the corpora!;!on 'I membership book corltalrling the name and addre~s of every me~er, if any t ~n-dt 'iri:"'th.E!: case where any membership has been terminated, he or she shall' record suqh fact in'~he membership book together with "the date on which ~uc;h ~~~ership ~~ased. (n 'Exhibit at all :t;easonable times to any Direotor of ,the corporation, Or to his or her agent or attorney, on request thereof, the By-laws, the membership bool<, and the min'.tes of the proceedings otthe, Directors of the corporation. (g) In general, pertor;:', all duties incident t'o, tne, office of,SecI'9tary . . ,. . \. ~; . . and such other duties as may pe requlred by law, l:>y, t,hl! A"tic:~'lS of II)Gorpor- atton of thi's corporaUcin, or by these By-laws, or which, may' be as~hjned him or her from time to' ,time by the Board of Directors ." ' " 4',10',' Dutl'es of Treas"rer. Suoject to the prQvi~i.;ns'"of 'l\rj;;,;;te 'YI,' of' 'these By .... laws,· the Treasurer shall:: ,-. . ,". 'e".,,".· -, ., (a) H'we charg,e' and custody of and be respollsiblefor,' ail fund,s and .ecuritie's of ,the corporation, and deposi\: ali such funds in the name of the corporation in such banks, ~rust c<?mpani~st or other ~~.~5i tori~s as shall be selected by the Boa~d of Directors, (b) Rec'eive, and g'ive re;eipt" fO~, poration f"rom an'¥ ~ou~c'e 'whatsoever.· monies due and,pay~ble to ~he oor- (c) Disburse or "au,se to be di$bursed the funds of the corpo.r",tion,as may be directed by th'e Boa~c of Dir:ectors,' taking proper vou-chers ior su'ch disbursements. t .. " -6- (d) Keep and ma~ntain adequate. and oorreot acco~nts of the corporation's properties "and business transaotions, including accounts of its a~sets, lia- pili.ties.t receipts t di~bursernents t gains. and losses . . Ie) fi"hibit .at all reason~ble times .the books of account and financial records to 'a'~y Directo,r of t.he ,corporation, or to his or her agent .or.'attorney, on request thereof. ' (f) Rend~r to the President and Directors, wheneve'r·'· reques·ted, an account of any or all of his· or her' transactions as Treasurer and, of' the<financial condition of , the corporation. {g) Pr'tlpare, or cause to be ,prepare&, and certify,' or ca'use. t(? l?~ cert- . Hied, the t'inancial statements to be included in any requit'ed rep."!it~·~ (h) In general, perform all duties and such other duties as may be required ation, by these By~laws, or which may be time by the BO.l!rd of Directors. incident to the office of Treasurer by law, by the lIrHble's' of,' iricorpor- assivned to him or her from time to , ' A .11. .CompensaU"n. ~he offi"~r's of the corporation Shall "erVe wi th- out salaries .. ARTICLE. V. COMMITTEES '. 5.01. Executive Committe~. The'Board of Directors may by a majority vQ,te of its-m~mbers, designate two -( 2) or more of it-s members .to const~:tute .an Executive COllUl\ittee and delegate to such committee any of the powers' and . , .. ". auth.ority of .'the. co.rporation, except the power to adopt, amend, or r'ep,eal the By-laws, prov'ided that such deleqation of authority shall not operate-llo ·relieve the Board of Directors or any individual Director of any ~es~onsibility .imposed.on it' 'or him or her by law, by the lIrticles af Inco;rporabion of this corpqra1;;i.on, or by .these By~la"s. oily a majority vote of its niembers, 'the Board may at any time revoke or modify any or ill·l of the authority so' delegated, increase or decrease, but riot: below two (2), the number of the Executive " Comm,ittee's 'm,e,ml;>ers" and'fill 'vacancies'therein from yile members,Pf, the, Board. T)1e Committ.ee 'l\lalles.tabliGh r~les and regulations for Its me<ltings and meet .at' sl:\cht,ime.s as ':it ,deems.,n"ce.·s ... ry, provided" that a reasonable n~tic~"of all meetings 'of the Co~ittee shall' be"given to its members; and 'no act: "ot'the Committee spall be valid unless approved by a vote or written.con~"pt of a· majority of its members·. The Committee shall "keep regular· minute;; Of its proceedings and report the .same to the Board from time to time as the Boa17d 1llI'>' reqll,lre. 5.02. Standing and lid Hoc. Committees. The corporation shall have such Stanoing and Ad Hoc Committees as may from time to time be desig.nated l,y resolution of the Board of Directors. ARTIC.I.E. Vl. EXE£U'l'ION .. OF· INSTRUMENTS t DEPOSITS t liND' ·FONDS. , '. 6. 01, ,Execution of:: ,Ir\cs't.rU'tilents. The Board of Directors, except as other- wise provided in these By-laws l may be resolution authorize any officer or agent of the corporati~n to enter into any contract or execute and deliver any instru- ments' in the nama" .. of and on behalf of the corporation, and such authority 'may be general or confirned to specific instances. Unless so authorizee" no officer, agent, or ernployeti shall have any power or authority to bind the corporation by any contract or engagement or uo pledge its credit or to r~nder -7- it liable monetarily for any purpose or in any amount. , , , 6.02.: Checks and ,Notes. Except as otherwise specifically'det'errnined by resolution of the Board of Directors l or as otherwise required by law, ,. checks, drafts, promi.ssory notes t 'orders-for the pa'Y'men-t of money, and other evidence ,of indebtedness of the' corporation shall be signed by the Treasurer and countersigned by the President of the corporation. 6,.03. Deposits. All funds of the corporation shall be deposited from time to time: to, the creait of the corporation in such banks. ,trust companies. or ~th~rdepo.itories as the Board of Directors may select. 6.04,' Gifts,. The Board of Direct,ors may accept, on behalf of the cor- poration any\ contribution,' g.ift, bequest, or devise for the generai "'purposes or any' special purpose o~ the corporation. , ARTICLE VII ", CORiORATE RECOfHlS. REPORTS, AND SEAL • . (. . - 7.01. MInutes of' Meetings. The corporation shall keep at' its pr:!:ri'cipal , .' office., or at any such other place as the ,Board of Directors may order, a book of minute I' of all meetings of Directors and,abdok of all meetings of 'members, if any. t.rhe minutes shall indicate the time and pIae'e of ho'lding the meeting, whether the meeting i~ regular or special, the names ~f those present, and the proceedings thereof; and, if for a special rne'sting'," the minutes shall show how the meeting was called and notice 9i"en. 7 .02. Books of Ac'count. The corporation shall keep and" inainta'in ads<luatt; .and correct. accounts of ·its properties and business tran~:ractfohSI ;!..r-cludin·9' accounts of it-s a·ssestst liabilities, receiIft.s, disburserne'nts, . ·9.~lns I a.nd losses. 7,. O~. Xnspection by Directors. Every Director shall hav.e the a:bsolu te ri<;ht at any reas,onable time to inspect 'illl bocks, records, documents of every kind. and ~physical properties of the, corporation, :p 7.04~ Corporate Seal. The Board of Directors may :ado'pt, use, -and",at will' al t'l"" a corporation seal, S'Il'h seal Shall ,be "aff.txed to any corporate , .' Instruments, "he!!eyer necessary 0, "apl.'ropriate" buc ,failure to affix' '1t shall i]ot affect 'the validity of any s""h: instr\lJtlent. ' ARTlctt vrXX. FISCAL YE~. 8.01. Fiscal Year of the Corporation. The Board of Directors sha'l;l adopt by resolution a fiscal year for the corporation, "hich may be a cale~dar year Jlr any o,ther year*-, ARTICEL IX. EY-LAWS. 9.01. Amendment .' subj,e9t't,0 an: ... provision of law ~pplicable' to the amendment of BY-i'~Yws 'ot non-profit corporations, ,these<.By-laws, or ,any of them, may be alt'ered,amended,' or repeale<i an"new BY~'~,aws adopted as follows: ." -8- , '. " .-" , (aJ Subject to ·the power of the memb'ers, if any,.to ~chaoge ·or repeal them, by the vote of a majority of Directors present at any regular or special meeting of Directors at whl6h a quorWll is present, provided that notice of such meeting and of the intention to change the By-laws thereat is given each Director as provided in paragraph 3.10 of these B¥-laws, or by ,writ,ten consent of ',all Directors w'ithout a meeting as pr6;;id~d in paragraph 3.16 of 'these' Byc"law,e/ provided, however, that if ,ilny memJj~'rs are admitted to the co:cp6ration, then a By-law" fixing or chan<:!ing ,the, number 0,'£ Directors 'of the corporation may not b,e ad'opted', amended, 'or repealed' except as p':ovided in sub-paragraph (b) of this paragraph; or (b) any, or by if any, at purpose of " By written consent of a majority of members entitled to vote, if the vote of a majority of a quorum of members entitled to vote, a .,eo't,lng of members called and noticed as a meeting for the ch;mging", the By-laws. l\Il1.ICLE X. AMENDMENT OF ARTICLES. 10.01 Amendment of Articles Before Selection of 'Directors. ,Before any Directo·rs have been selected, the Articles of Incorporation may Be amend.ed by a writing sighned by the sole incorporator. 10,02. Amendment of Articles After selection of Directors. Ai,tor Directors of the corporation have been selected, the Articles of Incorpor- ation may be amended i9 the manner provided by law. In this regard, reference is made to California Corporations Code Section 5810, et. seq., and in partic- ular S~ction 581~. ARTICLE XI. PROHIBITION AGAINST SHARING CORPORATE PROFITS AND ASSETS. 11.01. Prohibition Against Sharing Corporate Profits and Assets. No member, Director, officer, employee, or other person connected with this corporation; ~r any private individual, shall. receive at any time any of the net earnings ,or pecuniary profit from the operations of the corporation, provided, however, that this provision shall not prevent payment to any such person of . reasonable compensation for services performed ·for the! corporation in effectin9 any of its purposes ,as shall be fixed by resolution of the Board of Directors; and no such person pr persons shall be entitled to share in the distribution of, and shall not receive, andy of the corporate assets on dissolution of the corporation. ,All members, if any, of the corpora~ions shall be deemed to have expressly consented and agreed that on such dissolution or winding up of the affair~ of the corporation, whether voluntarily or involuntarily, the assets of the corporation, after all debts have been satisfied, the~ remaining in the hands of the Board of Directors shall be distributed as required by the Articles of Incorpora.tion of this corporation and not otherwise. ARTICLE XII. INDEMNIFICIATION OF CORPORATE AGEUTS. 12.01. Indemnification. The corporation shall indemnify each agent of the corporation a9ainst any loss, claim, liability or demand arising out of or in co~nection with such person "5 service as an· agent of this corporation· under the circumstances and to the extent allowed by law. As used in this section, "agent" n~eans any person Who is or was a Director, officer, employee or; other agent of""ihe corporation~ .h'ith respect to indemnification allo ..... ed by law I reference is made to C.p.lifornia Corporations Code Section ,5238 r as that section now exists or ~ay hereafter be .amended~ -9- ... ' " , , " ( '-.. ' .' I , .. ' CER~IFICATE OF ¥ECR~~~Y .. OF. . I herl'by certify tl:\~ t I am the dilly elecl;ed aqd .... ctinq p, .. <::retary of the ... bove-Illentioned corporation and that; ,the £or<l9,?ing IlY-;l!aws. q!'!ns!sting of 10 pages, constitute the By-laws of this ~oor'PQration 1'. duly' adqpt;!"d at a meeting· of the Board of Directors thereof held on ,19~ ______ ___ DATEDl __ D",,:;..'-T.-=·:.:-' ..:;:' :..:,--=-_. -<I-=D'--__ , 19~-,,- , . " . ,,' , EXHIBIT "C" Cash Handling Procedures Related to the Fundraiser Thc CITY's cash handling services for the fundraiser is included on page 7, section 6.4. 15 Attachment B POLICY AND PROCEDURES 1-2S/MGR REVISED: AUGUST 2007 PUBLICIPRIV ATE PARTNERSHIPS POLICY STATEMENT The City of Palo Alto eneourages the fonnation of public/private partnerships for the benefits the community receives. For the purposes of this policy, "public/private" also encompasses "public/nonprofit" partnerships. Definitions Public/private partnership: A public/private partnership is an agreement between the City and a nonprofit or private organization to provide services or to assist in fimding of public facilities and programs. Such partnerships may take various forms, including: • Acceptance of or solicitation of service or facility proposals • Facilitation of such proposals through the City'S regulatory process • Waiver of City General Fund fees to help reduce project costs. • Contributions of City matching funds for construction of facilities to be owned and controlled or operated by the City. • Provision of facilities to the private partner at no charge or at a subsidized rent. Public/private partnerships typically fall into one of three categories: co-sponsorship, alliances or joint ventures. Co-Sponsorships: This is the most common type of public/private partnership. An organization furthers the mission of the City by supporting a City activity or program in conjunction with pursuit of that organization's own mission or program. Co-sponsorships can take the form of one-time events or armual agreements. Some examples of co-sponsorships include the Palo Alto Tennis Club use of City courts to provide a youth tennis program and American Youth Soccer Organization's use of space in a City facility to train referees. Co- sponsorships are entered into by staff and nonnally have no or minimal financial impact. Alliances: This type of public/private partnership involves organizations that have been created for the sole purpose of supporting a City program or an array of City programs. The organization does not expect to receive any direct financial benefit or to alter City policy and/or operations, but undertakes to work closely and cooperatively with staff to implement City goals. Alliance organizations include the Recreation, Foundation, the Art Center Foundation (project Look or Cultural Kaleidoscope), the Friends of the Children's "theatre (the Magic Castle), the Library Foundation and the Friends of the Palo Alto Library (financial assistance with the renovation and expansion of the Children's Library). Alliances are approved by the Council if there are any staffing or budgetary implications to the partnership. 1 POLICY AND PROCEDURES 1-2S/MGR REVISED: AUGUST 2007 Joint Ventures: This type of partnership involves organizations which have programs or missions independent of the City and involve the City entering into a contractual relationship with the public or nonprofit organization with both parties contributing to the partnership for their mutual benefit. Each joint venture is uniquely negotiated by the staff and approved by the City Council. Examples of Joint Ventures include TheatreWorks, Palo Alto Players and West Bay Opera's use of the Community Theatre and use of the fonner police station by older adult service provider, Avenidas. PROCEDURES Initiation of partnerships: Public/private partnerships may be initiated in one of three ways: • By staff: Staff identifies an opportunity for such a partnership and undertakes an informal or fonnal request for proposal process to identify partners. • By Council: The City Council directs staff to work with a private or nonprofit organization to develop such a partnership. • By a private or nonprofit organization: An organization makes a partnership proposal to the staff or City. City Manager Review: If the partnership proposal involves more than one City department, the City Manager's Office will appoint a team with representatives of all City departments who are stakeholders in the partnership proposal. The team will analyze the proposal and inform the City Manager of the resource implications of the proposal, including staffing and monetary commitments. This would include proposed fee waivers. If the proposal will require a re-ordering of department priorities that have already been approved by the Council in setting its annual priorities or in the budget process, Council approval will be required prior to commitment to the partnership. Council approval will also be required if the partnership requires a new or adjusted allocation of operating or capital funding. Note: Co-sponsorships usually only involve a single department and do not necessitate the formation of an interdepartmental committee, the involvement of the City Manager's Office or the approval of the City Council. City-Initiated Partnerships: Such partnerships will be guided by existing policies and procedures governing purchasing and outsourcing, using "requests for proposals" andlor bid processes as the method of initiating a partnership. A City-initiated partnership may incorporate incentives including naming rights, waiver of non-enterprise fund building and planning fees, reduced lease rates, free use of space, subsidies, and staff resources. All incentives may be negotiated on a case-by-case basis. 2 POLICY AND PROCEDURES 1-251MGR REVISED: AUGUST 2007 Evaluation of Viability of Partnering Organization: StatT will provide the City Manager andlor City Council with its assessment of the viability of the proposed partnership, based on the partnering organization's possession of sound organizational, administrative and fiscal management, and its demonstrated experience to achieve and sustain project tasks, such as fundraising and building community support. For proposed facility improvement or expansion initiatives, the nonprofit or private organization should have the ability and commitment to make a substantial pledge to the project's cost. Facilities Proposals: • If a City facility is to be renovated, expanded or otherwise be directly affected by the partnership, the Infrastructure Management Plan will have to be adjusted appropriately. • Long-term staffing, operational and maintenance costs must be identified in the proposal. The project's applicable costs and funding sources for furnishings, fixtures and equipment will be identified. • The parties will negotiate the joint or separate financial responsibility for any project cost ovenuns on a project-by-project basis. • Staff may recommend that any standard City processing or use fee authorized under the Municipal Fee Schedule, excluding fees and charges levied by City of Palo Alto Utilities or other City enterprise fund programs, should be waived as a condition of the City's participation. Waiver offees may be granted by the Council and limited to those fees associated with a construction or capital improvement project which, upon its completion, results in a new or improved public facility, building or park, or some portion thereof, that will be solely owned or controlled by the City. In the event that only a portion of a construction or capital improvement project will result in a new or improved City facility, building or park, or portion thereof, then the Council may waive only that portion of any associated fee directly relating to the construction, improvement or enhancement of the City facility, building or park. As appropriate, the summary and recommendation in the report to the Council will include a staff recommendation on waiving fees which the Council can approve or reject. • The City will detelmine whether the nonprofit or private organization shall use or may forego a formal or informal competitive selection process in the hiring of professionals who will perform the management, design andlor constmction phases of the project. The City shall review and approve the requirements for and the performance of all phases of design, planning and constmction work for the project. 3 ., City of Palo Alto 7 . City Manager's Report TO: HONORABLE CITY COUNCIL FROM: CITY MANAGER DEPARTMENT: PUBLIC WORKS DATE: APRIL 5, 2010 CMR:179:10 REPORT TYPE: CONSENT SUBJECT: Adoption of a Budget Amendment Ordinance for Fiscal Year 2010 to Provide an Additional Appropriation of $25,981 to Capital Improvement Program (CIP) PE-llOll, Highway 101 PedestrianlBicycle Overpass/Underpass Project; and Approval of a Contract with Alta Planning & Design in the Amount of $110,981 for Highway 101 PedestrianlBicycle Overpass/Underpass Feasibility Study (PE-llOll) and $15,000 for Public Outreach, Noticing, Printing and Mailing RECOMMENDATION Staff recommends that Council: 1. Adopt a Budget Amendment Ordinance (Attachment A) in the amount of $25,981 to increase appropriation for CIP Project Highway 101 PedestrianlBicycle Overpass/U nderpass Feasibility Study (PE-l1 0 11 ). 2. Approve and authorize the City Manager or designee to execute the attached contract with Alta Planning & Design in the amount of $100,892 for a feasibility study and approval of $10,089 for additional services. 3. Approve an additional $15,000 for public outreach, noticing, printing and mailing. DISCUSSION The project will conduct a feasibility study for a year-round pedestrian/bicycle grade separated crossing of Highway 101 in Palo Alto to provide connectivity from residential and commerciaf areas in south Palo Alto to the Palo Alto Baylands Nature Preserve, East Bayshore and San Antonio businesses, and the regional Bay Trail network of bike trails. The need for a new year- round pedestrian/bicycle crossing of Highway 101 in south Palo Alto was identified in the Bicycle Transportation Plan and updated Baylands Master Plan. The existing current Adobe Creek undercrossing is a seasonal facility that is only available six months during the year (April 15th to October 15111). The new grade separation will provide connectivity between the south Palo Alto residential areas and the Baylands recreational and employment areas year-round. The consultant's services shall consist of a preliminary investigation that will include an evaluation and analysis of feasible alternatives, followed by development of the final feasibility CMR:179:10 Page I of3 ::.; ... study. The feasibility study shall be sufficiently complete to allow City Staff and City Council to make well-infonned decisions regarding the cost and desirability of constructing a The consultant's services shall consist of a preliminary investigation that will include an evaluation and analysis of feasible alternatives, followed by development of the final feasibility study. The feasibility study shall be sufficiently complete to allow City Staff and City Council to make well-infonned decisions regarding the cost and desirability of constructing a pedestrian/bicycle overpass/underpass over Highway 101 between Matadero Creek and San Antonio Road. The consultant shall evaluate three alternative sites. Two crossing locations have been identified at Adobe and Matadero Creeks. Should the City decide to proceed with a project to construct a pedestrianlbicycle overpass/underpass, the Feasibility Study will provide overcrossing and undercrossing options with cost estimates to be used as the basis for detennining a preferred alternative. Please see Attachment C for the complete scope of services. Summary of Solicitation Process Proposal DescriptionlNumber NamelNumber of Proposal here Proposed Length of Project Approximately 8 months Number of Proposals Mailed 13 Total Days to Respond to Proposal 29 Pre-proposal Meeting Date None Number of Company Attendees at Pre-proposal Meeting Number of Proposals Received: 8 Company Name Location (City, State) Selected for oralii interview? 1. Drake Haglan and Associates Sacramento, CA No 2. Tetra Tech San Francisco, CA No 3. URS Corporation San Francisco, CA Yes 4. Callander Associates San Jose, CA Yes 5. Alta Planning + Design San Rafael, CA Yes 6. BKF Engineers Redwood City, CA Yes Arcadis Marina, CA No 8. AECOM Technical Services San Jose, CA No Range of Proposal Amounts $93,634 to $249,945 Submitted . An evaluation committee consIstmg of staff members from Community and Planning Development, Transportation Division and Public Works Engineering reviewed the proposals. Four finns were invited to participate in oral interviews on February 16, 2010. The committee carefully reviewed each firm's qualifications and submittal in response to the criteria identified in the RFP. The evaluation committee unanimously selected Alta Planning + Design as the top proposer. Alta Planning + Design was selected because of their strong design team and their experience with bicycle facilities as well as their emphasis on a gateway bridge. CMR:179:10 Page 2 -' RESOURCE IMPACT Funding for the feasibility in the amount of $1 00,000 has been budgeted in Capital Improvement Program (CIP) Project PE-11O 11 for fiscal year 2009-2010. The amount of the contract is $100,981 with $10,089 for additional services for a total contract amount of $110,981 An additional $15,000 is needed for miscellaneous project costs such as public outreach, noticing, printing and mailing. A BAO in the amount of$25,981 is required. Staff submitted an appropriations request to the City's Congressional delegation for this project in the amount of $7.65 million dollars per Council direction in January 2010. Specifically, the federal funds would be used to complete the design, environmental studies and construction of a new pedestrianlbicycle grade separated crossing of Highway 101 in Palo Alto. The project is eligible to receive funding under Title 23 (Highways) of the U.S. Code under Federal-Aid Highways. The project is not included in the regional or state transportation improvement plans at the present time, but it is included in the Santa Clara Valley Transportation Authority's Valley Transportation Plan (VTP 2035) countywide priority bicycle projects funding list. 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 is exempt from California Environmental Quality Act (CEQA) review pursuant to Section 15262 of the CEQ A guidelines. Environmental review will be conducted in connection with the Council's final approval of this study and next phases. ATTACHMENTS Attachment A: BAO Attachment B: Contract PREPARED BY: DEPARTMENT HEAD: CITY MANAGER APPROVAL: CMR:179:10 Page 3 of3 City of Palo Alto City Manager's Report TO: HONORABLE CITY COUNCIL FROM: . CITY MANAGER DEPARTMENT: PUBLIC WORKS DATE: APRIL 5, 2010 CMR:181:10 REPORT TYPE: CONSENT SUBJECT: Adoption of a Resolution Authorizing the City Manager to Execute the Cooperative Assistance Agreement Between the City of Palo Alto and the United States Department of the Interior, Bureau of Reclamation for the Disbursement of $5,000,000 in Title XVI Federal Grant Funds for the Palo Alto, Mountain ViewlMoffett Area Recycled Water Pipeline Project (CIP WQ-04010) RECOMMENDATION Staff recommends that Council adopt the attached resolution (Attachment A) authorizing the City Manager or designee to execute the Cooperative Assistance Agreement (Attachment B) with the United States Department of the Interior, Bureau of Reclamation (USBR) for the disbursement of a $5,000,000 Title XVI Federal grant to the City of Palo Alto (City) for the Palo Alto, Mountain ViewlMoffett Area recycled water pipeline project. BACKGROUND The Palo Alto Regional Water Quality Control Plant (R WQCP) began working on the Mountain ViewlMoffett Area (MV lMA) recycled water pipeline project in 2002. The MY IMA recycled water pipeline project.is a joint project between the cities of Palo Alto and Mountain View to construct a reclaimed water pipeline from the RWQCP to the Mountain View Shoreline community. The City of Palo Alto, as the owner and operator of the RWQCP, is the lead agency. The two cities have worked together and sought grant funds for the project since the Fall of 2003. In January 2006, the RWQCP submitted an application to USBR for the Title XVI Federal grant for the project. Title XVI of the 1992 Central Valley Improvement Act (Public Law 102-575) directed the USBR to form a partnership with San Francisco Bay Area water and wastewater agencies. The mission of the partnership is to study regional opportunities to maximize water recycling throughout the Bay region. Projects that obtained feasibility approval of USBR are qualified for federal financial assistance under the umbrella of the Bay area regional program of Title XVI. The R WQCP obtained USBR feasibility approval of the MY IMA reclaimed water pipeline project in 2006. In May 2008, Council authorized the City Manager to execute the memorandum of agreement with the Bay Area Recycled Water Coalition for federal legislative efforts for a grant under Title XVI. In 2009,· the House and the Senate passed the bill and the president signed into law, PL 110-229, that authorized $5 million in Title XVI reimbursement funding for the MV IMA recycled water pipeline project. The project has also received two state grants and a state clean water revolving fund loan. Construction of the project was completed in June 2009. DISCUSSION The Cooperative Assistance Agreement (Cooperative Agreement) governs both the conditions and the process for submitting reimbursement requests to USBR and how USBR will disburse the federal grant funds to the City. In order to meet the project's State grant deadline, construction was started in July of 2007 while the Title XVI grant application for the project was going through the congressional approval and budget process. The work for the project is now complete, and the Cooperative Agreement is retroactive. A copy of the draft Cooperative Agreement (attachment B) was provided to the City for review, however the federal government do~s not allow changes to the standard language. The agreement with the City will be substantially similar to the attached draft but with modifications to reflect the facts of the MV IMA recycled water pipeline project. Under the Cooperative Agreement, the City is entitled to a maximum reimbursement of $5,000,000 for the City's implementation of the MVIMA recycled water pipeline project. The USBR agreement includes the following relevant provisions: 1. The City will implement, operate, and maintain the MV IMA recycled water pipeline in accordance with the work plan, schedule, and other attachments to the Cooperative Agreement; and 2. The City will cooperate with USBR in fulfilling the obligations under the Cooperative Agreement; and 3. The City will submit project reports and appropriation documentations in accordance with the Cooperative Agreement. The City Attorney's office has reviewed the draft Cooperative Agreement. The final Cooperative Agreement will be forwarded to the Attorney's office for final review prior to execution by the City Manager. RESOURCE IMPACT The MV IMA recycled water pipeline project is fully funded. There is no budget increase associated with the project, and no additional funding is requested. However, throughout project design and construction, the City committed to seek State and Federal grants to reduce project costs. After receipt of the grant, two-thirds of the grant proceeds will be distributed to the City of Mountain View to reimburse their share of the design and construction costs per Section 3.2(a)· of the existing agreement between the cities for the recycled water pipeline project (CMR:243:07). The City's share of the Title XVI Federal grant is $1,666,667. This grant will pay for the City's share of the state loan for the construction cost of the project, which totals $16 million. Prevailing wages were paid and certified payroll records were kept for this State and Federal funded project in compliance with State law and Federal Davis-Bacon Act. CMR:181:1O Page 2 of3 POLICY IMPLICATIONS The recommendations of this staff report are consistent with City Council's sustainability policy. ENVIRONMENTAL REVIEW Execution of the Cooperative Agreement does not meet the definition of a project under the California Environmental Quality Act pursuant to Public Resources Code Section 21065, thus environmental review of Council's adoption of a resolution authorizing execution of the Cooperative Agreement is not required. A Mitigated Negative Declaration and mitigation/monitoring and reporting plan was prepared and adopted by Council for the MV!MA recycled water pipeline project on January 12~ 2004. ATTACHMENTS Attachment A: Resolution Attachment B: Cooperative Agreement PREPARED BY: JAMES S. ALLEN Manager, Water Quality Control Plant DEPARTMENT HEAD: ~SdB&1-- Director of Public Works CITY MANAGER APPROVAL: SKEENE CMR:181:10 Page 3 of3 ATTACHMENT A NOT YET APPROVED Resolution No. -----Resolution of the Council of the City of Palo Alto Authorizing the City Manager to Execute the Cooperative Assistance Agreement Between the City of Palo Alto and·the United States Department of the Interior, Bureau of Reclamation for the Disbursement of $5,000,000 in Title XVI Federal Grant Fund for the Mountain ViewlMoffett Area Recycled Water Pipeline Project (CIP WQ-04010) WHEREAS, the Mountain ViewlMoffett Area recycled water pipeline project is a joint project between the cities of Palo Alto and Mountain View to construct a reclaimed water pipeline from the Palo Alto Regional Water Quality Control Plant (RWQCP) to the Mountain View Shoreline community; WHEREAS, the City of Palo Alto is the lead agency for the project and has worked together with the city of Mountain View to seek grant funds for the project since the Fall of2003; WHEREAS, pursuant to the Act of Congress of June 17, 1902 (32 Stat. 388), and acts amendatory thereof or supplementary thereto, all commonly known as Reclamation Law, $5,000,000 grant funds for the project are included in Public Law 110-229; WHEREAS, Title XVI of the 1992 Central Valley Improvement Act (Public Law 102-575) directed the U.S. Bureau of Reclamation (USBR) to form a partnership with the Bay area water and wastewater agencies and administer Title XVI funds; WHEREAS, the project sponsor must provide notice to USBR that the agency receiving grant funds is aware of and intends to comply with the terms of the Title XVI grant agreement, the Cooperative Assistance Agreement; and WHEREAS, construction of the project was started in July 2007 and completed in July 2009, and the Cooperative Agreement is retroactive. NOW, THEREFORE, the Council of the City of Palo Alto does resolve as follows: SECTION 1. The City of Palo Alto has complied with and agrees to the terms of the Cooperative Assistance Agreement. SECTION 2. The Council hereby authorizes and directs the City Manager or his designee to execute the Cooperative Assistance Agreement between City and USBR for the Mountain ViewlMoffett Area Recycled Water pipeline project. 1 100329 syn 6051122 NOT YET APPROVED SECTION 3. The Council finds that the adoption of this resolution does not require review under the California Environmental Quality Act because it does not meet the definition of a "project" to California Public Code Section 21065. A mitigated Negative Declaration and mitigation /monitoring and reporting plan was prepared and adopted by Council for the Mountain ViewlMoffett Area Recycled Water pipeline project on January 12, 2004. INTRODUCED AND PASSED: AYES: NOES: ABSENT: ABSTENTION: ATTEST: APPROVED: City Clerk Mayor APPROVED AS TO FORM: City Manager Deputy City Attorney Director of Administrative Services Director of Public Works 2 100329 syn 6051122 7-2279 (05-22-09) Bureau of Reclamation ATTACHMENT 8 UNITED STATES DEPARTMENT OF THE INTERIOR BUREAU OF RECLAMATION ASSISTANCE AGREEMENT Page 1 of 40 IA. AGREEMENT NUMBER liB. MOD NUMBER 12. TYPE OF AGREEMENT \3. CLASS OF RECIPIENT [ ] GRANT City -r x -] COOPERATIVE AGREEMENT 4. ISSUING OFFICE (NAME. ADDRESS) 5. RECIPIENT (NAME,ADDRESS, TELEPHONE) City of Palo Alto Mid-Pacific Regional Office 250 Hamilton Ave. Bureau of Reclamation Palo Alto, CA 94301 2800 Cottage Way 650-329-2243 Sacramento, CA 95825 ElN#;, 946000389 County: Santa Clara DUN8#: 050520782 COI1gress. Dist: CA-14 6. ADMlNISTRA TIVE POINT OF CONTACT (NAME, ADDRESS, TELEPHONE. E·MAIL) 7. RECIPIENT PROJECT MANAGER (NAME,ADDRESS. TELEPHONE, E·MA1L) David White James Allen Mid Pacific Regional Office Palo Alto Regional Water Quality Control Plant Bureau of Reclamation 2501 Embarcadero Way 2800 Cottage Way, Palo Alto, CA 94303 Sacramento, CA 95825 Phone: 650-329-2243, E-mail: james.allen@cityofPaloalto.org Phone: 916-978-5074, E-mail: dtwhite@mp.usbr.gov 8. GRANTS OFFICER TECHNICAL REPRESENTATIVE (NAME, ADDRESS, TELEPHONE.S. 9A. INITIAL AGREEMENT 9B. MODIFICATION EFFECTIVE DATE: MAIL) EFFECTIVE DATE: David White See Block 17 A N/A Mid Pacific Regional Office 10. COMPLETION DATE Bureau of Reclamation July 31, 2009 2800 Cottage Way, Sacramento, CA 95825 Phone: 916-978-5074, E-mail: dtwhite@mp.usbr.gov II. PROGRAM STATUTORY AUTHORITY J CFDA 15.504 Section 1616 Title XVI ofP.L. 102-575, as amended 12. FUNDING REQll!IfI'!T/Qll:Uili RECLAMATION 13. REQUISITION NUMBER rNFORMA TrON Total Estimated Amount $15,600,000 $5,000,000 14A. ACCOUNTING AND APPROPRIATION DATA of Agreement Cost Authority: This Obligation $15,600,000 $5,000,000 Cost Center: Previous Obligation Object Code: Total Obligation $15,600,000 $5,000,000 14B. TREASURY ACCOUNT FUNDING SYMBOL Cost-Share % 75% 25% 15. PROJECT TITLE AND BRIEF SUMMARY OF PURPOSE AND OBJECTIVES OF PROJECT ProiectTillej Mountain ViewlMoffett Area Recycled Water Pipeline Project Summary Description; The Project is a regional water recycling pipeline project, composed of a transmission pipeline, laterals, and site retrofits necessary to serve recycled water from the Palo Alto Regional Water Quality Control Plant (RWQCP) to the customers in the city of Mountain View and Moffett Field area, with capability to serve other cities within the region in the future. 16a. Acceptance of this Assistance Agreement in accordance with the tenus and 17a. Award of this Assistance Agreement in accordance with the tenus and conditions contained herein is hereby made on behalf of the above-named conditions contained herein is hereby made on behalf of the United States of recipient America, Bureau of Reclamation BY: BY; DATE: DATE: 7-2279 (05-22-09) Buteau of Reclamation 16b. NAME, TITLE, AND TELEPHONE NUMBER OF SIGNER Additional signatures are attached DOCUMENTS INCORPORATED HEREIN BY REFERENCE: 17b. NAME OF ORANTS OFFICER TABLE OF CONTENTS I. OVERVIEW AND SCHEDULE ........................................................................................... 3 1. AUTHORITY .................................................................................................................... 3 2. PUBLIC PURPOSE .......................................................................................................... 3 3. BACKGROUND AND OBJECTIVES .......... : ................................................................ 3 4. PERIOD OF PERFORMANCE AND FUNDS AVAILABILITy ............................... 3 5. SCOPE OF WORK ........................................................................................................... 4 6. RESPONSIBILITY OF THE PARTIES ........................................................................ 5 7. BUDGET ............................................................................................................................ 6 8. KEY PERSONNEL ........................................................................................................ 11 9. REPORTING REQUIREMENTS AND DISTRIBUTION ........................................ 13 10. REGULATORY COMPLIANCE ............................................................................. 16 11. RECLAMATION WAGE RATE IMPLEMENTATION REQUIREMENTS ..... 16 II RECLAMATION STANDARD TERMS AND CONDITIONS -STATES, LOCAL GOVERNMENTS, AND FEDERALLY RECOGNIZED INDIAN TRIBAL GOVERNMENTS ....................................................................................................................... 18 1. Regulations and Guidance ................................................................................................ 18 2. Payment .............................................................................................................................. 19 3. Procurement Standards (43 CFR §12.76) ........................................................................ 21 4. Equipment (43 CFR §12.72) .............................................................................................. 31 5. Supplies (43 CFR §12.73) ................................................................................................... 33 6. Inspection ............................................................................................................................ 33 7. Audit (31 U.S.C. 7501-7507) .............................................................................................. 33 8. Enforcement (43 CFR §12.83) ......... : ........................................................................... : .... 34 9. Termination For Convenience (43 CFR §12.84 .............................................................. 35 10. Debarment and Suspension (2 CFR §1400) ................................................................... 35 11. Drug-Free Workplace (43 CFR §43) .............................................................................. 35 12. Assurances and Certifications Incorporated by Reference ......................................... 36 13. Covenant Against Contingent Fees ................................................................................ 36 14. Trafficking Victims Protection Act of 2000, PL 106-386, as amended (2 CFR §175.15) .................................................................................................................................... 36 15. Contracting with Small and Minority Firms and Women's Business Enterprises ... 39 16. Endorsement of Commercial Products and Services ................................................... 40 Agreement No. 2 Cooperative Agreement Between Bureau of Reclamation And City of Palo Alto For Title XVI Funding Mountain ViewlMoffett Area Recycled Water Pipeline Project I. OVERVIEW AND SCHEDULE 1. AUTHORITY This Cooperative Agreement (Agreement and/or Grant) is entered into between the United States of America, acting through the Department of Interior, Bureau of Reclamation, hereinafter referred to as "Reclamation", and the City Of Palo Alto, hereinafter referred to as the "Recipient" and/or "Grantee", pursuant to Section 1616 Title XVI of Public Law 102-575, as amended. 2. PUBLIC PURPOSE The City of Palo Alto's Mountain ViewlMoffett Area Recycled Water Pipeline Project will deliver 1500 acre-foot per year of reliable, sustainable, and drought proof water for landscape irrigation in the' City of Mountain View. This water will free up 10% of the City of Mountain View's potable water supply for human consumption. ' The project will also provide a dependable, locally controlled water source to the local communities. It preserves overdrawn river and groundwater supplies and improves the overall security of urban water systems. The use of this new water source will reduce the demand for imported water, improve local water resources, and provide a dependable source of water for the Santa Clara County while also providing environmental benefits. 3. BACKGROUND AND OBJECTIVES The project is part ofthe Palo Alto Regional Water Quality Control Plant regional water recycling program. The project is composed of a transmission pipeline, laterals and site retrofits necessary to serve recycled water from the RWQCP to customers in the Shoreline business community of the city of Mountain View. It will also provide connectivity and capability to serve other communities within the region in the future. The short-term goal of the project is to provide 1500 AF/yr of recycled water for landscape irrigation. The long-term goal of the project is to ramp up the recycled water usage in the region to 3000 AF/yr. 4. PERIOD OF PERFORMANCE AND FUNDS AVAILABILITY This Agreement becomes effective on the date shown in Block 17a of Form 7-2277, United States of America, Department of the Interior, Bureau of Reclamation, Assistance Agreement. Agreement No. 3 The Agreement shall remain in effect until the date shown in Block 10 of Form 7-2277, United States of America, Department ofthe Interior, Bureau of Reclamation, Assistance Agreement. The period of performance for this Agreement may only be modified through written modification of the Agreement by a Reclamation Grants Officer (GO). Pursuant to the Act of Congress of June 17, 1902 (32 Stat. 388), and acts amendatory thereof or supplementary thereto, all commonly known as Reclamation Law, funds for payment under this Agreement are included in Public Law 110-229. Funding for any optional year of the Agreement is contingent upon subsequent Congressional funding. Funding under this agreement is available until September 30, 2015. Reclamation has $5,000,000 available for this Agreement. The Government's obligation under this Agreement is contingent upon the availability of appropriated funds from which payment for Agreement purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the GO for this Agreement, and until the Recipient receives notice of such availability through formal modification of this Agreement by the GO. It is recognized and agreed that all costs incurred by Reclamation related to the development and administration of this Agreement are considered part of the total costs of the Project, and therefore the Recipient agrees to provide 75 percent of these costs in accordance with the authorization. These costs include, but are not limited to, salary, overhead, travel, and other costs directly or indirectly related to the Agreement, as determined by Reclamation. Following the completion of each quarter of the fiscal year, Reclamation shall provide the Recipiem with a statement of Reclamation: s costs for the previous quarter. The Recipient may request . explanations or a review of the costs included in the statement; however, Reclamation's determination as to the validity of the costs is final. The Recipient's 75 percent share of Reclamation's costs will be deducted from payments processed by Reclamation under this Agreement. 5. SCOPE OF WORK The Mountain ViewlMoffett Area Recycled Water Pipeline Project (Project) is under construction to install approximately 4 miles of transmission pipeline from the Palo Alto Regional Water Quality Control Plant to the City of Mountain View and Moffett Field area. A distribution network is also being constructed to deliver reclaimed water to 120 customers in the Mountain View Shoreline community. The Project could start recycled water delivery in the spring of 20 1 0 to Shoreline Golf Links, parks, medians and large landscape sites in the Shoreline· community for irrigation use. The near-term recycled water use is approximately 1500 AF IY r, which represents a 10% saving in potable water supply for the city of Mountain View. Provisions will be installed for future connections to the redevelopment in the Moffett field. The Recipient shall complete the work described in this Scope of Work by adhering to the following scheduled milestones: A ward construction contract Begin construction Agreement No. June 2007 July 2007 4 Complete construction July 2009 6. RESPONSIBILITY OF THE PARTIES 6.1 Recipient Responsibilities 6.1.1 The Recipient shall be responsible for carrying out the Scope of Work in accordance with the tenns and conditions stated herein. The Recipient shall adhere to Federal, state, and local laws, regulations, and codes, as applicable, and shall obtain all required approvals and pennits. If applicable, the Recipient shall also coordinate and obtain approvals from site owners and operators. 6.1.2 Additional Recipient Responsibilities include: (a) Contribute at least 75 percent of the funds to complete the activities identified in the Scope of Work of this Agreement. These funds may be obtained from any non-Federal source. (b) Collaborate with Reclamation in causing to be completed the activities identified in the Scope of Work of this A~reement. ( c) Create and obtain Reclamation approval of a work plan to which the Recipient agrees to adhere and includes an outline of the portion of the project covered by this Agreement and target dates for the achievement of project goals. Approval of the work plan will be incorporated into this Agreement by modification by the GO. (d) Consult with and seek input from Reclamation on maintaining the project within the work plan and project goals as stated in this Agreement, and seek Reclamation concurrence for any significant deviation from such work plan and project goals. (e) Collaborate with Reclamation on technical and administrative aspects of the project through periodic scheduled meetings with Reclamation personnel or periodic written updates. (1) Provide Reclamation with its reasoning, in writing, when the Recipient chooses not to implement Reclamation's written advice or comments on any technical aspect of fulfilling the requirements of this Agreement. 6.2 Reclamation Responsibilities Substantial involvement between Reclamation and the Recipient is anticipated during the perfonnance of this Agreement. In support of this Agreement, Reclamation will provide the following: (a) Provide financial contribution not to exceed the available funding specified in Section IA (Period of Perfonnance and Funds Availability of this Agreement), or 25 percent of the total project costs for the activities identified in the Scope of Work of this Agreement, whichever is less. Agreement No. 5 (b) Shall work with the Recipient as necessary to ensure that the Recipient adheres to the specified work plan and meets specified project goals as set forth in this Agreement. (c) Shall not continue to advance funds nor award subsequent cooperative agreements to the Recipient for work on the project unless the Recipient is in full compliance with the requirements of the work plan and project goals that are included in this Agreement and has obtained Reclamation concurrence for any deviations therefrom. (d) Shall provide scientific or administrative advice on the development of the project. Such advice will take into consideration factors such as: (1) the scientific complexities of the project; (2) the Recipient's progress in meeting project goals; and (3) the Recipient's ability to meet the proposed time schedule. 7. BUDGET 7.1 Approved Budget Bud2et Table Bl ComJ)utations Recipient Reclam~tion Total Bud!!et Item Description Unit Pric Ouantitv Fundin!! Fundin!! Cost Salaried and Wages N.A. Classification 1 N.A. Classification 2 N.A. Additional classifications as necessary N.A. Frin2e Benefits -0/" N.A. Travel N.A. Airfare N.A. Per Diem N.A. Milea2e N.A. E~uipment N.A. Description A N.A. Description B N.A. Other Descriptions as necessary N.A. Supplies/Material N.A. Description A N.A. Description B N.A. Other Descriptions as necessary N.A. Planning & Pre-Design $545,411 $545,411 $1696,822 Environmental Documentation $41,979 $41,979 $83,957 Design & Value Engineering $509,826.85 $169942.28 $679,769.13 Permits $259,948.92 $8~649.64 $346598.56 Easement Description $550 0 $550 $57,202.8 Services During Construction $171,608.5 $228,811 See Constructionl Tables $lt219,297.8 $4,073 699.2 $16,292397 Agreement No. I I I I I 6 B-2 & B-3 I Construction Mana2ement $1058.l94.33 $352731.44 $1410925.77 Other $781.74 0 $781.74 Total Direct Costs $14,807,598 $5,327,015 $20,134,613 Indirect Costs -% N.A. N.A. Total Proiect Cost Share $15,134612 $5,000,000 $20,134,612 Agreement No. 7 Start Assistance -Operate System Valves in Palo Alto Agreement No. $93,333.00 $40,565.00 $16,876.00 $25,790.00 ($29 ,978. 00) 8 tall Vandalproof Cages on Bridge Air Release Valves 7.2 Cost Sharing Requirement The Recipient will provide cost-share for this project equal to but not less than 75%. 7.3 Pre-Award Incurrence of Costs The Recipient shall be entitled to have incurred costs for this Agreement for allowable costs, which if had been incurred after this Agreement was awarded, would have been allowable, allocable, and reasonable under the terms of the Agreement. 7.4 Allowable Costs (2 CFR Part §225) Costs incurred for the peiformance of this Agreement must be allowable,allocable to the project, and reasonable. The following Office of Management and Budget (OMB) Circular, codified within the Code of Federal Regulations (CFR), governs the allowability of costs for Federal financial assistance: 2 CFR Part 225 (OMB Circular A-87), IICost Principles for State, Local, and Indian Tribal Governments" Expenditures for the performance of this Agreement must conform to the requirements within this Circular. The Recipient must maintain sufficient documentation to support these expenditures. Questions on the allowability of costs should be directed to the GO responsible for this Agreement. The Recipient shall not incur costs or obligate funds for any purpose pertaining to operation of the program or activities beyond the expiration date stated in the Agreement. The only costs which are authorized for a period of up to 90 days following the project performance period are those strictly associated with closeout activities for preparation of the final report. 7.5 Changes (43 CFR §12.70) (a) General. Grantees and subgrantees are permitted to rebudget within the approved direct cost budget to meet unanticipated requirements and may make limited program changes to the approved project. However, unless waived by the awarding agency, certain types of post-award changes in budgets and projects shall require the prior written approval of the awarding agency. (b) Relation to cost principles. The applicable cost principles (see 43 § 12.62) contain requirements for prior approval of certain types of costs. Except where waived, those requirements apply to all grants and subgrants even if paragraphs (c) through (f) of this section do not. Agreement No. 9 (c) Budget changes. (1) Nonconstruction projects. Except as stated in other regulations or an award document, grantees or subgrantees shall obtain the prior approval of the awarding agency whenever any of the following changes is anticipated under a nonconstruction award: (i) Any revision which would result in the need for additional funding. (ii) Unless waived by the awarding agency, cumulative transfers among direct cost categories, or, if applicable, among separately budgeted programs, projects, functions, or activities which exceed or are expect~d to exceed ten percent of the current total approved budget, whenever the awarding agency's share exceeds $100,000. (iii) Transfer offunds allotted for training allowances (i.e., from direct payments to trainees to other expense categories). (2) Construction projects. Grantees and subgrantees shall obtain prior written approval for any budget revision which would result in the need for additional funds. (3) Combined construction and nonconstruction projects. When a grant or subgrant provides funding for both construction and nonconstruction activities, the grantee or sub grantee must obtain prior written approval from the awarding agency before making any fund or budget transfer from nonconstruction to construction or vice versa. (d) Programmatic changes. Grantees or subgrantees must obtain the prior approval of the awarding agency whenever any of the following actions is anticipated: (1) Any revision of the scope or objectives of the project (regardless of whether there is an associated budget revision requiring prior approval). (2) Need to extend the period of availability of funds. (3) Changes in key persons in cases where specified in an application or a grant award. In research projects, a change in the project director or principal investigator shall always require approval unless waived by· the awarding agency. (4) Under nonconstruction projects, contracting out, subgranting (if authorized by law) or otherwise obtaining the services of a third party to perform activities which are central to the purposes of the award, unless included in the initialjundingproposal. This approval requirement is in addition to the approval requirements of 43 §12.76 but does not apply to the procurement of equipment, supplies, and general support services. (e) Additional prior approval requirements. The awarding agency may not require prior approval for any budget revision which is not described in paragraph (c) ofthis section. Agreement No. 10 (f) Requesting prior approval. (1) A request for prior approval of any budget revision will be in the same budget formal the grantee used in its application and shall be accompanied by a narrative justification for the proposed revision. (2) A request for a prior approval under the applicable Federal cost principles (see §12.62) may be made by letter. (3) A request by a subgrantee for prior approval will be addressed in writing to the grantee. The grantee will promptly review such request and shall approve or disapprove the request in writing. A grantee will not approve any budget or project revision which is inconsistent with the purpose or terms and conditions of the Federal grant to the grantee. lfthe revision, requested by the subgrantee would result in a change to the grantee's approved project which requires Federal prior approval, the grantee will obtain the Federal agency's approval before approving the subgrantee's request. 7.6 Modifications Any changes to this Agreement shall be made by means of a written modification. Reclamation may make changes to the Agreement by means of a unilateral modification to address administrative matters, such as changes in address, no-cost time extensions, the addition of previously agreed upon funding, or deobligation of excess funds at the end of the Agreement. Additionally, a unilateral modification may be utilized by Reclamation if it should become necessary to suspend or terminate the Agreement in accordance with 43 CFR 12.83. All other changes shall be made by means of a bilateral modification to the Agreement. No oral statement made by any person, or written statement by any person other than the GO, shall be allowed in any manner or degree to modify or otherwise effect the terms of the Agreement. All requests for modification of the Agreement shall be made in writing, provide a full description of the reason for the request, and be sent to the attention of the GO. Any request for project extension shall be made at least 45 days prior to the expiration date of the Agreement or the expiration date of any extension period that may have been previously granted. Any determination to extend the period of performance or to provide follow-on funding for continuation of a project is solely at the discretion of Reclamation. 8. KEY PERSONNEL 8.1 Recipient's Key Personnel The Recipient's Project Manager for this Agreement shall be: James Allen Palo Alto Regional Water Quality Control Plant 2501 Embarcadero Way Palo Alto, CA 94303 Agreement No. 11 Phone: 650-329-2243, E-mail: james.allen@cityofpaloalto.org Changes to Key Personnel require compliance with 43 CFR 12.70(d)(3). 8.2 Reclamation's Key Personnel David White Mid Pacific Regional Office Bureau of Reclamation 2800 Cottage Way, Sacramento, CA 95825 Phone: 916-978-5074, E-mail: dtwhite@mp.usbr.gov 8.2.1 Grants Officer (GO): William J. Steele Area Manager Bureau of Reclamation 27708 Jefferson Ave., Suite 202 Temecula, CA 92590 Phone: 951-695-5310 The GO is the only official with legal delegated authority to represent Reclamation. The GO's responsibilities include, but are not limited to, the following: a) Formally obligate Reclamation to expend funds or change the funding level of the Agreement; b) Approve through formal modification changes in the scope of work and/or budget; c) Approve through formal modification any increase or decrease in the period of performance of the Agreement; d) Approve through formal modification changes in any of the expressed terms, conditions, or specifications of the Agreement; e) Be responsible for the overall administration, management, and other non-programmatic aspects of the Agreement including, but not limited to, interpretation of financial assistance statutes, regulations, circulars, policies, and terms of the Agreement; f) Where applicable, ensures that Reclamation complies with the administrative requirements required by statutes, regulations, circulars, policies, and terms of the Agreement. 8.2.2 Grants Officer Technical Representative (GOTR): David White Agreement No. 12 Mid Pacific Regional Office Bureau of Reclamation 2800 Cottage Way, Sacramento, CA 95825 Phone: 916-978-5074, E-mail: dtwhite@mp.usbr.gov The GOTR's authority is limited to technical and programmatic aspects of the Agreement. The GOTR's responsibilities include, but are not limited to, the following: a) Assist the Recipient, as necessary, in interpreting and carrying out the scope of work in the Agreement; b) Review, and where required, approve Recipient reports and submittals as required by the Agreement; c) Where applicable, monitor the Recipient to ensure compliance with the technical requirements of the Agreement; . d) Where applicable, ensure that Reclamation complies with the technical requirements of the Agreement; The GOTR does not have the authority to and may not issue any technical assistance which: a) Constitutes an assignment of additional work outside the scope of work of the Agreement; b) In any manner causes an increase or decrease in the total estimated cost or the time required for performance; or c) Changes any of the expressed terms, conditions, or specifications of the Agreement. 9. REPORTING REQUIREMENTS AND DISTRIBUTION Failure to comply with the reporting requirements contained in this Agreement may be considered a material non-compliance with the terms and conditions of the award. Non compliance may result in withholding of payments pending receipt of required reports, denying both the use of funds and matching credit for all or part of the cost of the activity or action not in compliance, whole or partial suspension or tennination of the Agreement, recovery of funds paid under the Agreement, withholding of future awards, or other legal remedies (43 CFR 12.83). 9.1 Financial Reports. Financial Status Reports shall be submitted by means of the SF-425 and shall be submitted according to the Report Frequency and Distribution schedule below. All financial reports shall be signed by an Authorized Certifying Official for the Recipient's Agreement No. 13 organization. The SF-425 is available at http://www.whitehouse.gov/omb/grants/grantsjorms.htmL 9.2 Monitoring and reporting program performance (43 CFR §12.80) (a) Monitoring by grantees. Grantees are responsible for managing the day-to-day operations of grant and subgrant supported activities. Grantees must monitor grant and sub grant supported activities to assure compliance with applicable Federal requirements and that performance goals are being achieved. Grantee monitoring must cover each program, function or activity . . ' (b) Nonconstruction performance reports. The Federal agency may, if it decides that performance information available from subsequent applications contains sufficient information to meet its programmatic needs, require the grantee to.submit a performance report only upon expiration or termination of grant support. Unless waived by the Federal agency this report will be due on the same date as the fmal Financial Status Report. (1) Grantees shall submit annual performance reports unless the awarding agency requires quarterly or semi-annual reports. However, performance reports will not be required more frequently than quarterly. Annual reports shall be due 90 days after the grant year, quarterly or semi-annual reports shall be due 30 days after the reporting period. The final performance report will be due 90 days after the expiration or termination of grant support. If a justified request is submitted by a grantee, the Federal agency may extend the due date for any performance report. Additionally, requirements for unnecessary performance reports may be waived by the Federal agency. (2) Performance reports will contain, for each grant, brief information on the following: (i) A comparison of actual accomplishments to the objectives established for the period. Where the output ofthe project can be quantified, a computation of the cost per unit of output may be required if that information will be useful. (ii) The reasons for slippage if established objectives were not met. (iii) Additional pertinent information including, when appropriate, analysis and explanation of cost overruns or high unit costs. (3) Grantees will not be required to submit more than the original and two copies of performance reports. (4) Grantees will adhere to the standards in this section in prescribing performance reporting requirements for subgrantees. (c) Construction performance reports. For the most part, on-site technical inspections and certified percentage-of-completion data are relied on heavily by Federal agencies to monitor progress under construction grants and subgrants. The Federal agency will require additional Agreement No. 14 formal performance reports only when considered necessary, and never more frequently than quarterly. (d) Significant developments. Events may occur between the scheduled performance reporting dates which have significant impact upon the grant or subgrant supported activity. In such cases, the grantee must inform the Federal agency as soon as the following types of conditions become known: (1) Problems, delays, or adverse conditions which will materially impair the ability to meet the objective of the award. This disclosure must include a statement of the action taken, or contemplated, and any assistance needed to resolve the situation. (2) Favorable developments which enable meeting time schedules and objectives sooner or at less cost than anticipated or producing more beneficial results than originally planned. (e) Federal agencies may make site visits as warranted by program needs. (f) Waivers, extensions. (1) Federal agencies may waive any performance report required by this part if not needed. (2) The grantee may waive any performance report from a sub grantee when not needed. The grantee may extend the due date for any performance report from a subgrantee if the grantee will still be able to meet its performance reporting obligations to the Federal agency. 9.3 Report Frequency and Distribution. The following table summarizes the reporting requirements for this Agreement. REQUIRED REPORTS Interim Reports Final Report Pro2ram Performance Report Format Format required within Format required within www.FederalRenortin1!.!lov . www.FederaIRenortinll.gov. Reporting Frequency Quarterly Final Report due upon completion of Agreement's period of performance Reporting Period Federal fiscal quarters ending: Entire period of performance December 31, March 31, June 30, September 30 Due Date Within 10 days after the end Within 90 days after the completion of the Reporting Period date ofthe Agreement Submit to: www.FederaIRe];!orting.gov; www.FederalReporting.gov for quarterly reporting before www.FederaIRe];!orting.gov is available, submit to both the GO and GOm for this Agreement. Financial Status Report Format SF-425 SF-425 Agreement No. 15 i i I Reporting Frequency Quarterly Final Report due upon completion of Agreement's period of performance Reporting Period Federal fiscal quarters ending: Entire period of performance December 31, March 31, June 30, September 30 Due Date Within 10 days after the end Within 90 days after the completion of the Reporting Period date of the Agreement Send one original to both: GO and GOTR GOandGOTR 10. REGULATORY COMPLIANCE The Recipient agrees to comply with or assist Reclamation in compliance all regulatory compliance requirements and all applicable state, Federal, and local environmental and cultural and paleontological resource protection laws and regulations as applicable to this project. These may include, but are not limited to, the National Environmental Policy Act (NEP A) including the Council on Environmental Quality and Department of the Interior regulations implementing NEP A, the Clean Water Act, the Endangered Species Act, consultation with potentially affected Tribes, and consultation with the State Historic Preservation Office. Certain environmental and other associated compliance are Federal responsibilities, and will occur as appropriate Reclamation will identify the need for, and assure the completion of, any appropriate environmental compliance requirements, as identified above, pursuant to activities specific to this assisted activity. Environmental and other associated compliance shall be completed prior to the start of this project. As such. notwithstanding any other provision of this Agreement. Reclamation shall not provide any funds to the recipient for Agreement purposes. and the Recipient shall not begin implementation of the assisted activity described in this Agreement. unless and until Reclamation provides written notice to the recipient that all applicable environmental and regulatory compliance analyses and clearances have been completed. and the Recipient may begin implementation of the assisted activity. 11. RECLAMATION WAGE RATE IMPLEMENTATION REQUIREMENTS This section serves as Reclamation specific implementation requirements for compliance with Section 11.4 of this Agreement, "Wage Rate Requirements -Section 1606 of the Recovery Act. (29 CFR §5.5)". The Wage Rate Requirements do not apply to government agencies (such as States or their political subdivisions) where the construction work is performed by the government agency's own employees. Davis-Bacon Act wage rate requirements do apply to contracts issued by government agencies for construction work. Monitoring contractor performance and compliance is the primary responsibility of the Recipient. The Recipient agrees to comply with Section 11.4 of this Agreement and the following Reclamation implementation requirements for all construction activities performed with an estimated value that exceeds $2000: (a) Certified Payrolls. The Recipient will obtain certified payrolls from all contractors and subcontractors performing construction activities in support of this Agreement on a weekly basis. Further, the Recipient shall review a representative sample of the data within these Agreement No. 16 payrolls as well as compare them with the independent inspection interviews conducted on site to ensure that all contractors and subcontractors are in compliance with the Prevailing Wage Rates that are Attachment 1 of this Agreement. The Recipient shall provide the certified payrolls, the independent inspection documentation, and the documentation of reviews must be submitted to the GOTR on a monthly basis. (b) Signage Requirements. The wage determination (including any additional classifications and wage rates conformed) and a Davis~Bacon poster (WH-3121) must be posted at all times by the Recipient at the site of the work in a prominent and accessible place where it can be easily seen. (c) Independent Inspections. As part of the construction inspection responsibilities of the Recipient, the Recipient is responsible for ensuring that a sampling of interviews with on-site laborers are conducted on at least a weekly basis. This documentation is to be submitted to the GOTR at the same time as the certified payrolls are submitted. (d) Resolution. Resolution of apparent discrepancies noted between the prevailing wage rates and the certified payrolls is the responsibility of the Recipient, the GOTR, the GO, and the contractor. Documentation of any resolutions must be provided to the GOTR in a timely fashion. Agreement No. 17 II. RECLAMATION STANDARD TERMS AND CONDITIONS -STATES, LOCAL GOVERNMENTS, AND FEDERALLY RECOGNIZED INDIAN TRIBAL GOVERNMENTS 1. Regulations and Guidance The regulations at 43 CFR, Part 12, Subparts A, C, E, and F, are hereby incorporated by reference as though set forth in full text. The following Office of Management and Budget (OMB) Circulars, as applicable, and as implemented by 43 CFR Part 12, are also incorporated by reference and made a part of this Agreement. Failure of a Recipient to comply with any applicable regulation or circular may be the basis for withholding payments for proper charges made by the Recipient and/or for termination of support. Copies of OMB Circulars are available at http://www.whitehouse.gov/omb/grants/grants_circulars.html. The implementation of the circulars at 43 CFR Part 12 is available at http://www.gpoaccess.gov/ecfr. 1.1 Colleges and Universities that are Recipients or Subrecipients shall use the following: 2 CFR Part 220 (Circular A 21), "Cost Principles for Educational Institutions" Circular A 110, as amended September 30, 1999, "Uniform Administrative Requirements for Grants and Agreements with Institutions of Higher Education, Hospitals, and Other Non-Profit Organizations" (Codification by Department ofInterior, 43 CFR 12, Subpart F) 31 U.S.C. 1501-7507 (Circular A-03), revised June 27, 2d03, "Audits of States, Local Governments, and Non-Profit Organizations" 1.2 State, Local and Tribal Governments that are Recipients or Subrecipients shall use the following: 2 CFR Part 225 (Circular A 87), "Cost Principles for State, Local, and Indian Tribal Governments" 43 CFR 12, Subpart C (Circular A 102), as amended August 29, 1997, "Grants and Cooperative Agreements with State and Local Governments" 31 U.S.C. 7501-7507 (Circular A-133, revised June 27, 2003, "Audits of States, Local Governments, and Non-Profit Organizations" 1.3 Nonprofit Organizations that are Recipients or Subrecipients shall use the following: 2 CFR Part 230 (Circular A 122), "Cost Principles for Non-Profit Organizations" Circular A 110, as amended September 30, 1999, "Uniform Administrative Requirements for Grants and Agreements With Institutions of Higher Education, Hospitals, and Other N on-Profit Organizations" (Codification by Department ofInterior, 43 CFR 12, Subpart F). Agreement No. 18 31 U.S.c. 7501-7507 (Circular A-133, revised June 27,2003, "Audits of States, Local Governments, and Non-Profit Organizations" 1.4 Organizations other than those indicated above that are Recipients or Subrecipients shall use the basic principles ofOMB Circular A-110 (Codification by Department ofInterior, 43 CFR 12, Subpart F), and cost principles shall be in accordance with 48 CFR Subpart 31.2, titled "Contracts with Commercial Organizations," which is available at http://www.gpoaccess.gov/ecfr/ . 1.5 Additionally, please reference 43 CFR 12.77 for further regulations that cover the award and administration of subawards by State governments. 2. Payment. Acceptance of a financial assistance Agreement from Reclamation creates a legal responsibility on the part of the Recipient organization to use the funds and property provided in accordance with the terms and conditions of the Agreement. Reclamation has a reversionary interest in the .unused balance of funding and in any funds improperly applied. 2.1 Payment Standards. (43.CFR §12.61) (a) Scope. This section prescribes the basic standard and the methods under which a Federal agency will make payments to grantees, and grantees will make payments to subgrantees and . . . contractors. (b) Basic standard. Methods and procedures for payment shall minimize the time elapsing between the transfer of funds and disbursement by the grantee or subgrantee, in accordance with Treasury regulations at 31 CFR part 205. ' (c) Advances. Grantees and subgrantees shall be paid in advance, provided they maintain or demonstrate the willingness and ability to maintain procedures to minimize the time elapsing between the transfer of the funds and their disbursement by the grantee or subgrantee. (d) Reimbursement. Reimbursement shall be the preferred method when the requirements in paragraph (c) of this section are not met. Grantees and subgrantees may also be paid by reimbursement for any construction grant. Except as otherwise specified in regulation, Federal agencies shall not use the percentage of completion method to pay construction grants. The grantee or subgrantee may use that method to pay its construction contractor, and if it does, the awarding agency's payments to the grantee or sub grantee will be based on the grantee's or sub grantee's actual rate of disbursement. (e) Working capital advances. If a grantee cannot meet the criteria for advance payments described in paragraph (c) of this section, and the Federal agency has determined that reimbursement is not feasible because the grantee lacks sufficient working capital, the awarding agency may provide cash or a working capital advance basis. Under this procedure the awarding Agreement No. 19 agency shall advance cash to the grantee to cover its estimated disbursement needs for an initial period generally geared to the grantee's disbursing cycle. Thereafter, the awarding agency shall reimburse the grantee for its actual cash disbursements. The working capital advance method of payment shall not be used by grantees or subgrantees if the reason for using such method is the unwillingness or inability of the grantee to provide timely advances to the sub grantee to meet the subgrantee's actual cash disbursements. (f) Effect of program income, refunds, and audit recoveries on payment. (I) Grantees and subgrantees shall disburse repaymellts to and interest earned on a revolving fund before requesting additional cash payments for the same activity. (2) Except as provided in paragraph (f)(1) of this section, grantees and subgrantees shall disburse program income, rebates, refunds, contract settlements, audit recoveries and interest earned on such funds before requesting additional cash payments. (g) Withholding payments. (I) Unless otherwise required by Federal statute, awarding agencies shall not withhold payments for proper charges incurred by grantees or sub grantees unless- (i) The grantee or subgrantee has failed to comply with grant award conditions, or (ii) The grantee or subgrantee is indebted to the United States. (2) Cash withheld for failure to comply With grant award condition, but without suspension of the grant, shall be released to the grantee upon subsequent compliance. When a grant is suspended, payment adjustments will be made in accordance with § 12.83{ c). (3) A Federal agency shall not make payment to grantees for amounts that are withheld by grantees or subgrantees from payment to contractors to assure satisfactory completion of work. Payments shall be made by the Federal agency when the grantees or subgrantees actually disburse the withheld funds to the contractors or to escrow accounts established to assure satisfactory completion of work. (h) Cash depositories. (I) Consistent with the national goal of expanding the opportunities for minority business enterprises, grantees and subgrantees are encouraged to use minority banks (a bank which is . owned at least 50 percent by minority group members). A list of minority owned banks can be obtained from the Minority Business Development Agency, Department of Commerce, Washington, DC 20230. (2) A grantee or subgrantee shall maintain a separate bank account only when required by Federal-State Agreement. Agreement No. 20 (i) Interest earned on advances. Except for interest earned on advances of funds exempt under the Intergovernmental Cooperation Act (31 U.S.C. 6501 et seq.) and the Indian Self-Determination Act (23 U.S.C. 450), grantees and subgrantees shall promptly, but at least quarterly, remit interest earned on advances to the Federal agency. The grantee or sub grantee may keep interest amounts up to $100 per year for administrative expenses. 2.2 Payment Method Requesting Payments --Requests for advance or reimbursement may be made by the following methods: (1) SF-270, Request for Advance or Reimbursement -Recipients may submit an original and properly certified SF-270 form to the GO. For advance payments, this form may be submitted on a monthly basis, at least two weeks prior to the date on which funds are required, and on the basis of expected disbursements for the succeeding month and the amount of Federal funds already on hand. Requests for reimbursement may be submitted on a monthly basis, or more frequently if authorized by the (GO). The SF-70 is available on the Internet at http://www.whitehouse.gov/omb/grants/grants forms.html. (2) SF-271, Outlay Report and Request for Reimbursement for Construction Programs- The SF-271 shall be used for construction Agreements paid by the reimbursement method, letter of credit, electronic funds transfer, or Treasury check advance, except where the advance is based on periodic requests from the Recipient, in which case the SF-270 shall be used. This request may be submitted on a quarterly basis, but no less frequently than on an annual basis. Recipients may submit an original, properly certified SF-271 form to the GO. The SF-271 is· available on the Internet at http://www.whitehouse.gov/omb/grants/grants forms.html. (3) Automated Standard Application for Payments (ASAP) -Recipients may utilize the Department of Treasury ASAP payment system to request advances or reimbursements. ASAP is a Recipient-initiated payment and information system designed to provide a single point of contact for the request and delivery of Federal funds. Further information regarding ASAP may be obtained from the ASAP website at http://www.frns.treas.gov/asap. Upon award, you will be provided with information regarding enrollment in the ASAP system. Recipients interested in enrolling in the ASAP system, please contact Dee Devillier at 303-445- 3461 or Sheri Oren at 303-445-3448. 3. Procurement Standards (43 CFR §12.76). (a) States. When procuring property and services under a grant, a State will follow the same policies and procedures it uses for procurements from its non-Federal funds. The State will ensure that every purchase order or other contract includes any clauses required by Federal statutes and executive orders and their implementing regulations. Other grantees and subgrantees will follow paragraphs (b) through (i) in this section. (b) Procurement standards. Agreement No. 21 (1) Grantees and subgrantees will use their own procurement procedures which reflect applicable State and local laws and regulations, provided that the procurements conform to applicable Federal law and the standards identified in this section. (2) Grantees and sub grantees will maintain a contract administration system which ensures that contractors perfonn in accordance with the tenns, conditions, and specifications of their contracts or purchase orders. (3) Grantees and sub grantees will maintain a written ~ode of standards of conduct governing , the perfonnance of their employees engaged in the award and administration of contracts. No employee, officer or agent of the grantee or subgrantee shall participate in selection, or in the award or administration of a contract supported by Federal funds if a conflict of interest, real or apparent, would be involved. Such a conflict would arise when: (i) The employee, officer or agent, (ii) Any member of his immediate family, (iii) His or her partner, or (iv) An organization which employs, or is about to employ, any of the above, has a financial or other interest in the finn selected for award. The grantee's or subgrantee's officers, employees or agents will neither solicit nor accept gratuities, favors or anything of monetary value from contractors, potential contractors, or parties to subagreements. Grantee and subgrantees may set minimum rules where the financial interest is not substantial or the gift is an unsolicited item of nominal intrinsic value. To the extent permitted by State or local law or regulations, such standards or conduct will provide for penalties, sanctions, or other disciplinary actions for violations of such standards by the grantee's and subgrantee's officers, employees, or agents, or by contractors or their agents. The awarding agency may in regulation provide additional prohibitions relative to real, apparent, or potential conflicts of interest. (4) Grantee and sub grantee procedures will provide for a review of proposed procurements to avoid purchase of unnecessary or duplicative items. Consideration should be given to consolidating or breaking out procurements to obtain a more economical purchase. Where appropriate, an analysis will be made of lease versus purchase alternatives, and any other appropriate analysis to determine the most economical approach. (5) To foster greater economy and efficiency, grantees and subgrantees are encouraged to enter into State and local intergovernmental agreements for procurement or use of common goods and services. (6) Grantees and subgrantees are encouraged to use Federal excess and surplus property in lieu of purchasing new equipment and property whenever such use is feasible and reduces project costs. Agreement No. 22 (7) Grantees and subgrantees are encouraged to use value engineering clauses in contracts for construction projects of sufficient size to offer reasonable opportunities for cost reductions. Value engineering is a systematic and creative analysis of each contract item or task to ensure that its essential function is provided at the overall lower cost. (8) Grantees and subgrantees will make awards only to responsible contractors possessing the ability to perform successfully under the terms and conditions of a proposed procurement. Consideration will be given to such matters as contractor integrity, compliance with public policy, record of past performance, and financial and.technical resources. (9) Grantees and subgrantees will maintain records sufficient to detail the significant history of a procurement. These records will include, but are not necessarily limited to the following: rationale for the method of procurement, selection of contract type, contractor selection or rejection, and the basis for the contract price. (10) Grantees and sub grantees will use time and material type contracts only- (i) After a determination that no other contract is suitable, and (ii) If the contract includes a ceiling price that the contractor exceeds at its own risk. (11) Grantees and subgrantees alone will be responsible, in accordance with good administrative practice and sound business judgment, for the settlement of all contractual and administrative issues arising out of procurements. These issues include, but are not limited to source evaluation, protests, disputes, and claims. These standards do not relieve the grantee or subgrantee of any contractual responsibilities under its contracts. Federal agencies will not substitute their judgment for that of the grantee or subgrantee unless the matter is primarily a Federal concern. Violations oflaw will be referred to the local, State, or Federal authority having proper jurisdiction. (12) Grantees and subgrantees will have protest procedures to handle and resolve disputes relating to their procurements and shall in all instances disclose information regarding the protest to the awarding agency. A protestor must exhaust all administrative remedies with the grantee and subgrantee before pursuing a protest with the Federal agency. Reviews of protests by the Federal agency will be limited to: (i) Violations of Federal law or regulations and the standards of this section (violations of State or local law will be under the jurisdiction of State or local authorities) and (ii) Violations of the grantee's or subgrantee's protest procedures for failure to review a complaint or protest. Protests received by the Federal agency other than those specified above will be referred to the grantee or subgrantee. (c) Competition. Agreement No. 23 (1) All procurement transactions will be conducted in a manner providing full and open competition consistent with the standards of §12.76. Some of the situations considered to be restrictive of competition include but are not limited to: (i) Placing unreasonable requirements on firms in order for them to qualify to do business, (ii) Requiring unnecessary experience and excessive bonding, (iii) Noncompetitive pricing practices between firms or between affiliated companies, (iv) Noncompetitive awards to consultants that are on retainer contracts, (v) Organizational conflicts of interest, (vi) Specifying only a "brand name" product instead of allowing "an equal" product to be offered and describing the performance of other relevant requirements of the procurement, and (vii) Any arbitrary action in the procurement process. (2) Grantees and subgrantees will conduct procurements in a manner that prohibits the use of statutorily or administratively imposed in-State or local geographical preferences in the evaluation of bids or proposals, except in those cases where applicable Federal statutes expressly mandate or encourage geographic preference. Nothing in this section preempts State licensing laws. When contracting for architectural and engineering (AlE) services, geographic location may be a selection criteria provided its application leaves an appropriate number of qualified firms, given the nature and size of the project, to compete for the contract. t (3) Grantees will have written selection procedures for procurement transactions. These procedures will ensure that all solicitations: (i) Incorporate a clear and accurate description of the technical requirements for the material, product, or service to be procured. Such description shall not, in competitive procurements, contain features which unduly restrict competition. The description may include a statement of the qualitative nature of the material, product or service to be procured, and when necessary, shall set forth those minimum essential characteristics and standards to which it must conform if it is to satisfy its intended use. Detailed product specifications should be avoided if at all possible. When it is impractical or uneconomical to make a clear and accurate description of the technical requirements, a "brand name or equal" description may be used as a means to define the performance or other salient requirements of a procurement. The specific features of the named brand which must be met by offerors shall be clearly stated; and Agreement No. 24 (ii)·Identify all requirements which the offerors must fulfill and all other factors to be used in evaluating bids or proposals. (4) Grantees and sub grantees will ensure that all pre qualified lists of persons, firms, or products which are used in acquiring goods and services are current and include enough qualified sources to ensure maximum open and free competition. Also, grantees and subgrantees will not preclude potential bidders from qualifying during the solicitation period. (d) Methods of procurement to be followed -(1) Procurement by small purchase procedures. Small purchase procedures are those relatively simple and informal procurement methods for securing services, supplies, or other property that do not cost more than the simplified acquisition threshold fixed at41 U.S.C. 403(11) (currently set at $100,000). If small purchase procedures are used, price or rate quotations shall be obtained from an adequate number of qualified sources. (2) Procurement by sealed bids (formal advertising). Bids are publicly solicited and a firm- fixed-price contract (lump sum or unit price) is awarded to the responsible bidder whose bid, conforming with all the material terms and conditions of the invitation for bids, is the lowest in price. The sealed bid method is the preferred method for procuring construction, if the conditions in §12.76(d)(2)(i) apply. (i) In order for sealed bidding to be feasible, the following conditions should be present: (A) A complete, adequate, and realistic specification or purchase description is available; (B) Two or more responsible bidders are willing and able to compete effectively and for the business; and (C) The procurement lends itself to a firm fixed price contract and the selection of the successful bidder can be made principally on the basis of price. (ii) If sealed bids are used, the following requirements apply: (A) The invitation for bids will be publicly advertised and bids shall be solicited from an adequate number of known suppliers, providing them sufficient time prior to the date set for opening the bids; (B) The invitation for bids, which will include any specifications and pertinent attachments, shall define the items or services in order for the bidder to properly respond; (C) All bids will be publicly opened at the time and place prescribed in the invitation for bids; (D) A firm fixed-price contract award will be made in writing to the lowest responsive and responsible bidder. Where specified in bidding documents, factors Agreement No. 25 such as discounts, transportation cost, and life cycle costs shall be considered in determining which bid is lowest. Payment discounts will only be used to determine the low bid when prior experience indicates that such discounts are usually taken advantage of; and (E) Any or all bids may be rejected if there is a sound documented reason. (3) Procurement by competitive proposals. The technique of competitive proposals is normally conducted with more than one source submitting an offer, and either a fixed~price or cost-reimbursement type contract is awarded. It is ,generally used when conditions are not appropriate for the use of sealed bids. If this method is used, the following requirements apply: (i) Requests for proposals will be publicized and identifY all evaluation factors and their relative importance. Any response to publicized requests for proposals shall be honored to the maximum extent practical; (ii) Proposals will be solicited from an adequate number of qualified sources; (iii) Grantees and sub grantees will have a method for conducting technical evaluations of the proposals received and for selecting awardees; , (iv) Awards will be made to the responsible firm whose proposal is most advantageous to the program, with price and other factors considered; and . . (v) Grantees and subgrantees may use competitive proposal procedures for qualifications-based procurement of architectural/engineering (AlE) professional services whereby competitors' qualifications are evaluated and the most qualified competitor is selected, subject to negotiation of fair and reasonable compensation. The method, where price is not used as a selection factor, can only be used in procurement of AlE professional services. It cannot be used to purchase other types of services though AlE firms are a potential source to perform the proposed effort. (4) Procurement by noncompetitive proposals is procurement through solicitation of a proposal from only one source, or after solicitation of a number of sources, competition is determined inadequate. (i) Procurement by noncompetitive proposals may be used only when the award of a contract is infeasible under small purchase procedures, sealed bids or competitive proposals and one of the following circumstances applies: (A) The item is available only from a single source; (B) The public exigency or emergency for the requirement will not permit a delay resulting from competitive solicitation; Agreement No. 26 (C) The awarding agency authorizes noncompetitive proposals; or (D) After solicitation of a number of sources, competition is determined inadequate. (ii) Cost analysis, i.e., verifying the proposed cost data, the projections of the data, and the evaluation of the specific elements of costs and profits, is required. (iii) Grantees and sub grantees may be required to submit the proposed procurement to the awarding agency for pre-award review in accordance with paragraph (g) of this section. (e) Contracting with small and minority firms, women's business enterprise and labor surplus area firms. (1) The grantee and subgrantee will take all necessary affirmative steps to assure that minority firms, women's business enterprises, and labor surplus area firms are used when possible. (2) Affirmative steps shall include: (i) Placing qualified small and minority businesses and women's business enterprises on solicitation lists; (ii) Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources; (iii) Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority business, and women's . business enterprises; (iv) Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority business, and women's business enterprises; (v) Using the services and assistance of the Small Business Administration, and the Minority Business Development Agency of the Department of Commerce; and (vi) Requiring the prime contractor, if subcontracts are to be let, to take the affirmative steps listed in paragraphs (e)(2) (i) through (v) of this section. (f) Contract cost and price. (1) Grantees and subgrantees must perform a cost or price analysis in connection with every procurement action including contract modifications. The method and degree of analysis is dependent on the facts surrounding the particular procurement situation, but as a starting point, grantees must make independent estimates before receiving bids or proposals. A cost analysis must be performed when the offeror is required to submit the elements of his estimated cost, e.g., under professional, consulting, and architectural engineering services contracts. A cost analysis will be necessary when adequate price competition is lacking,and for sole source procurements, including contract modifications or change orders, unless price Agreement No. 27 reasonableness can be established on the basis of a catalog or market price of a commercial product sold in substantial quantities to the general public or based on prices set by law or regulation. A price analysis will be used in all other instances to determine the reasonableness of the proposed contract price. (2) Grantees and subgrantees will negotiate profit as a separate element of the price for each contract in which there is no price competition and in all cases where cost analysis is performed. To establish a fair and reasonable profit, consideration will be given to the complexity of the work to be performed, the risk borne by the contractor, the contractor's investment, the amount of subcontracting, the quality of its record of past performance, and industry profit rates in the surrounding geographical area for similar work. (3) Costs or prices based on estimated costs for contracts under grants will be allowable only to the extent that costs incurred or cost estimates included in negotiated prices are consistent with Federal cost principles (see § 12.62). Grantees may reference their own cost principles that comply with the applicable Federal cost principles. (4) The cost plus a percentage of cost and percentage of construction cost methods of contracting shall not be used. (g) Awarding agency review. (1) Grantees and sub grantees must make available, upon request of the awarding agency, teclmical specifications on proposed procurements where the awarding agency believes such review is needed to ensure that the item and/or service specified is the one being proposed for purchase. This review generally will take place prior to the time the specification is incorporated into a solicitation document. However, if the grantee or subgrantee desires to have the review accomplished after a solicitation has been developed, the awarding agency may still review the specifications, with such review usually limited to the teclmical aspects of the proposed purchase. (2) Grantees and subgrantees must on request make available for awarding agency pre~award review procurement documents, such as requests for proposals or invitations for bids, independent cost estimates, etc. when: (i) A grantee's or subgrantee's procurement procedures or operation fails to comply with the procurement standards in this section; or (ii) The procurement is expected to exceed the simplified acquisition threshold and is to be awarded without competition or only one bid or offer is received in response to a solicitation; or (iii) The procurement, which is expected to exceed the simplified acquisition threshold, specifies a "brand name" product; or Agreement No. 28 (iv) The proposed award is more than the simplified acquisition threshold and is to be awarded to other than the apparent low bidder under a sealed bid procurement; or (v) A proposed contract modification changes the scope of a contract or increases the contract amount by more than the simplified acquisition threshold. (3) A grantee or subgrantee will be exempt from the pre-award review in paragraph (g)(2) of this section if the awarding agency determines that its procurement systems comply with the standards of this section. (i) A grantee or subgrantee may request that its procurement system be reviewed by the awarding agency to determine whether its system meets these standards in order for its system to be certified. Generally, these reviews shall occur where there is a continuous high-dollar funding, and third-party contracts are awarded on a regular basis. (ii) A grantee or subgrantee may self-certify its procurement system. Such self- certification shall not limit the awarding agency's right to survey the system. Under a self-certification procedure, awarding agencies may wish to rely on written assurances from the grantee or subgrantee that it is complying with these standards. A grantee or subgrantee will cite specific procedures, regulations, standards, etc., as being in compliance with these requirements and have its system available for review. (h) Bonding requirements. For construction or facility improvement contracts or subcontracts exceeding the simplified acquisition threshold, the awarding agency may accept the bonding policy and requirements of the grantee or subgrantee provided the awarding agency has made a determination that the awarding agency's interest is adequately protected. If such a determination has not been made, the minimum requirements shall be as follows: (1) A bid guarantee from each bidder equivalent to five percent of the bid price. The "bid guarantee" shall consist of a firm commitment such as a bid bond, certified check, or other negotiable instrument accompanying a bid as assurance that the bidder will, upon acceptance of his bid, execute such contractual documents as may be required within the time specified. (2) A performance bond on the part of the contractor for 100 percent of the contract price. A "performance bond" is one executed in connection with a contract to secure fulfillment of all the contractor's obligations under such contract. (3) A payment bond on the part of the contractor for 100 percent of the contract price. A "payment bond" is one executed in connection with a contract to assure payment as required . by law of all persons supplying labor and material in the execution of the work provided for in the contract. (i) Contract provisions. A grantee's and subgrantee's contracts must contain provisions in paragraph (i) of this section. Federal agencies are permitted to require changes, remedies, changed conditions, access and records retention, suspension of work, and other clauses approved by the Office of Federal Procurement Policy. Agreement No. 29 (1) Administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as may be appropriate. (Contracts more than the simplified acquisition threshold) (2) Termination for cause and for convenience by the grantee or subgrantee including the manner by which it will be effected and the basis for settlement. (All contracts in excess of $10,000) (3) Compliance with Executive Order 11246 of Sept~mber 24, 1965, entitled "Equal Employment Opportunity," as amended by Executive Order 11375 of October 13,1967, and as supplemented in Department of Labor regulations (41 CFR chapter 60). (All construction contracts awarded in excess of $10,000 by grantees and their contractors or sub grantees) (4) Compliance with the Copeland "Anti-Kickback" Act (18 U.S.C. 874) as supplemented in Department of Labor regulations (29 CFR Part 3). (All contracts and subgrants for construction or repair) (5) Compliance with the Davis-Bacon Act (40 U.S.C. 276a to 276a-7) as supplemented by Department of Labor regulations (29 CFR Part 5). (Construction contracts in excess of $2000 awarded by grantees and subgrantees when required by Federal grant program legislation) (6) Compliance with Sections 103 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 327-330) as supplemented by Department of Labor regulations (29 CFR Part 5). (Construction contracts awarded by· grantees and subgrantees in excess of $2000, and in excess of $2500 for other contracts which involve the employment of mechanics or laborers) (7) Notice of awarding agency requirements and regulations pertaining to reporting. (8) Notice of awarding agency requirements and regulations pertaining to patent rights with respect to any discovery or invention which arises or is developed in the course of or under such contract. (9) Awarding agency requirements and regulations pertaining to copyrights and rights in data. (10) Access by the grantee, the subgrantee, the Federal grantor agency, the Comptroller General of the United States, or any of their duly authorized representatives to any books, documents, papers, and records of the contractor which are directly pertinent to that specific contract for the purpose of making audit, examination, excerpts, and transcriptions. (11) Retention of all required records for three years after grantees or subgrantees make final payments and all other pending matters are closed. (12) Compliance with all applicable standards, orders, or requirements issued under section 306 of the Clean Air Act (42 U.S.C. 1857(h», section 508 of the Clean Water Act (33 U.S.C. Agreement No. 30 1368), Executive Order 11738, and Environmental Protection Agency regulations (40 CFR part 15). (Contracts, subcontracts, and sub grants of amounts in excess of $100,000) (13) Mandatory standards and policies relating to energy efficiency which are contained in the State energy conservation plan issued in compliance with the Energy Policy and Conservation Act (Pub. L. 94-163, 89 Stat. 871). 4. Equipment (43 CFR §12.72) (a) Title. Subject to the obligations and conditions set forth in this section, title to equipment acquired under a grant or subgrant will vest upon acquisition in the grantee or subgrantee respectively. (b) States. A State will uSe, manage, and dispose of equipment acquired under a grant by the State in accordance with State laws and procedures. Other grantees and sub grantees will follow paragraphs (c) through ( e) of this section. (c) Use. (1) Equipment shall be used by the grantee or sub grantee in the program or project for which it was acquired as long as needed, whether or not the project or program continues to be supported by Federal funds. When no longer needed for the original program or project, the equipment may be used in other activities currently or previously supported by a Federal agency. (2) The grantee or subgrantee shall also make equipment available for use on other projects or programs currently or previously supported by the Federal Government, providing such use will not interfere with the work on the projects or program for which it was originally acquired. First preference for other use shall be given to other programs or projects supported by the awarding agency. User fees should be considered if appropriate. (3) Notwithstanding the encouragement in § 12.65(a) to earn program income, the grantee or subgrantee must not use equipment acquired with grant funds to provide services for a fee to compete unfairly with private companies that provide equivalent services, unless specifically permitted or contemplated by Federal statute. (4) When acquiring replacement equipment, the grantee or subgrantee may use the equipment to be replaced as a trade-in or sell the property and use the proceeds to offset the cost of the replacement property, subject to the approval of the awarding agency. (d) Management requirements. Procedures for managing equipment (including replacement equipment), whether acquired in whole or in part with grant funds, until disposition takes place will, as a minimum, meet the following requirements: (1) Property records must be maintained that include a description of the property, a serial number or other identification number, the source of property, who holds title, the acquisition Agreement No. 31 date, and cost of the property, percentage of Federal participation in the cost of the property, the location, use and condition of the property, and any ultimate disposition data including the date of disposal and sale price of the property. (2) A physical inventory of the property must be taken and the results reconciled with the property records at least once every two years. (3) A control system must be developed to ensure adequate safeguards to prevent loss, damage, or theft of the property. Any loss, damage, or theft shall be investigated. (4) Adequate maintenance procedures must be developed to keep the property in good condition. (5) If the grantee or subgrantee is authorized or required to sell the property, proper sales procedures must be established to ensure the highest possible return. (e) Disposition. When original or replacement equipment acquired under a grant or subgrant is no longer needed for the original project or program or for other activities currently or previously supported by a Federal agency, disposition of the equipment will be made as follows: (1) Items of equipment with a current per-unit fair market value ofless than $5,000 may be retained, sold or otherwise disposed of with no further obligation to the awarding agency. (2) Items of equipment with a current per unit fair market value in excess of $5,000 may be retained or sold and the awarding agency shall have a right to an amount calculated by multiplying the current market value or proceeds from sale by the awarding agencis share of the equipment. (3) In cases where a grantee or sub grantee fails to take appropriate disposition actions, the awarding agency may direct the grantee or subgrantee to take excess and disposition actions. (t) Federal equipment. In the event a grantee or sub grantee is provided Federally-owned equipment: (1) Title will remain vested in the Federal Government. (2) Grantees or subgrantees will manage the equipment in accordance with Federal agency rules and procedures, and submit an annual inventory listing. (3) When the equipment is no longer needed, the grantee or subgrantee will request disposition instructions from the Federal agency. (g) Right to transfer title. The Federal awarding agency may reserve the right to transfer title to the Federal Government or a third part named by the awarding agency when such a third party is Agreement No. 32 otherwise eligible under existing statutes. Such transfers shall be subject to the following standards: . (1) The property shall be identified in the grant or otherwise made known to the grantee in writing. (2) The Federal awarding agency shall issue disposition instruction within 120 calendar days after the end of the Federal support of the project for which it was acquired. If the Federal awarding agency fails to issue disposition instructions within the 120 calendar-day period the grantee shall follow 12.72(e). (3) When title to equipment is transferred, the grantee shall be paid an amount calculated by applying the percentage of participation in the purchase to the current fair market value of the property. 5. Supplies (43 CFR §12.73) (a) Title. Title to supplies acquired under a grant or sub grant will vest, upon acquisition, in the grantee or subgrantee respectively. (b) Disposition. If there is a residual inventory of unused supplies exceeding $5,000 in total aggregate fair market value upon termination or completion of the award, and if the supplies are not needed for any other Federally sponsored programs or projects, the grantee or subgrantee shall compensate the awarding agency for its share. 6. Inspection Reclamation has the right to inspect and evaluate the work performed or being performed under this Agreement, and the premises where the work is being performed, at all reasonable times and in a manner that will not unduly delay the work. If Reclamation performs inspection or evaluation on the premises of the Recipient or a Subrecipient, the Recipient shall furnish and shall require sub-recipients to furnish all reasonable facilities and assistance for the safe and convenient performance of these duties. 7. Audit (31 U.S.C. 7501-7507) Non-Federal entities that expend $500,000 or more in a year in Federal awards shall have a single or program-specific audit conducted for that year in accordance with the Single Audit Act· Amendments of 1996 (31 U.S.C. 7501-7507) and revised OMB Circular A-l33, which is available at http://www.whitehouse.gov/omb/grants/grants_circulars.html. Federal awards are defined as Federal financial assistance and Federal cost-reimbursement contracts that non- Federal entities receive directly from Federal awarding agencies or indirectly from pass-through entities. They do not include procurement contracts, under grants or contracts, used to buy goods or services from vendors. Non-Federal entities that expend less than $500,000 a year in Federal awards are exempt from Federal audit requirements for that year, except as noted in A-l33, Agreement No. 33 §_.215( a), but records must be available for review or audit by appropriate officials of the Federal agency, pass-through entity, and General Accounting Office (GAO). Audits shall be made by an independent auditor in accordance with generally accepted government auditing standards covering financial audits. General guidance on the single audit process is included in a pamphlet titled, "Highlights of the Single Audit Process" which is available on the internet at htlp:llwww.dot.gov/ostlm60/grant/sincontact.htm. Additional information on single audits is available from the Federal Audit Clearinghouse at htlp:/lharvester.census.gov/sacl . 8. Enforcement (43 CFR §12.83) (a) Remedies for noncompliance. If a grantee or subgrantee materially fails to comply with any term of an award, whether stated in a Federal statute or regulation, an assurance, in a State plan or application, a notice of award, or elsewhere, the awarding agency may take one or more of the following actions, as appropriate in the circumstances: (1) Temporarily withhold cash payments pending correction of the deficiency by the grantee or ,subgrantee or more severe enforcement action by the awarding agency, (2) Disallow (that is, deny both use of funds and matching credit for) all or part of the cost of the activity or action not in compliance, (3) Wholly or partly suspend or terminate the current award for the grantee's or subgrantee's . . program, (4) Withhold further awards for the program, or (5) Take other remedies that may be legally available. (b) Hearings, appeals. In taking an enforcement action, the awarding agency will provide the grantee or subgrantee an opportunity for such hearing, appeal, or other administrative proceeding to which the grantee or sub grantee is entitled under any statute or regulation applicable to the action involved. (c) Effects of suspension and termination. Costs of grantee or subgrantee reSUlting from obligations incurred by the grantee or subgrantee during a suspension or after termination of an award are not allowable unless the awarding agency expressly authorizes them in the notice of suspension or termination or subsequently. Other grantee or subgrantee costs during suspension or after termination which are necessary and not reasonably avoidable are allowable if: (1) The costs result from obligations which were properly incurred by the grantee or subgrantee before the effective date of suspension or termination, are not in anticipation of it, and, in the case of a termination, are noncancellable, and, Agreement No. 34 (2) The costs would be allowable if the award were not suspended or expired normally at the end of the funding period in which the termination takes effect. (d) Relationship to Debarment and Suspension. The enforcement remedies identified in this section, including suspension and termination, do not preclude grantee or sub grantee from being subject to "Debarment and Suspension" under B.O. 12549 «2 CFR 29.5.12 and 2 CFR 1400, Subpart C). . 9. Termination For Convenience (43 CFR §12.84 Except as provided in 43 CFR §12.83 awards may be terminated in whole or in part only as follows: (a) By the awarding agency with the consent of the grantee or subgrantee in which case the two parties shall agree upon the termination conditions, including the effective date and in the case of partial tennination, the portion to be terminated, or (b) By the grantee or subgrantee upon written notification to the awarding agency, setting forth the reasons for such termination, the effective date, and in the case of partial termination, the portion to be terminated. However, if, in the case of a partial termination, the awarding agency determines that the remaining portion of the award will not accomplish the purposes for which the award was made, the awarding agency may terminate the award in its entirety under either § 12.83 or paragraph (a) ofthis section. 10. Debarment and Suspension (2 CFR §1400) The Department of the Interior regulations at 2 CFR 1400-Governmentwide Debarment and Suspension (Nonprocurement), which adopt the common rule for the governmentwide system of debarment and suspension for nonprocurement activities, are hereby incorporated by reference and made a part of this Agreement. By entering into this grant or cooperative Agreement with the Bureau of Reclamation, the Recipient agrees to comply with 2 CFR 1400, Subpart C, and agrees to include a similar term or condition in all lower-tier covered transactions. These regulations are available at http://www.gpoaccess.gov/ecfr/ . 11. Drug-Free Workplace (43 CFR §43) The Department of the Interior regulations at 43 CFR 43-Governmentwide Requirements for Drug-Free Workplace (Financial Assistance), which adopt the portion of the Drug-Free Workplace Act of 1988 (41 U.S.C. 701 et seq, as amended) applicable to grants and cooperative Agreements, are hereby incorporated by reference and made a part of this Agreement. By entering into this grant or cooperative Agreement with the Bureau of Reclamation, the Recipient agrees to comply with 43 CFR 43, Subpart B, if the Recipient is not an individual, or with 43 CFR 43, Subpart C, if the Recipient is an individual. These regulations are available at http://www.gpoaccess.gov/ecfr/ . Agreement No. 35 12. Assurances and Certifications Incorporated by Reference 12.1 The provisions of the Assurances, SF 424B or SF 424D as applicable, executed by the Recipient in connection with this Agreement shall apply with full force and effeCt to this Agreement. All anti-discrimination and equal opportunity statutes, regulations, and Executive Orders that apply to the expenditure of funds under Federal contracts, grants, and cooperative agreements,loans, and other forms of Federal assistance. The Recipient shall comply with Title VI or the Civil Rights Act of 1964, Title IX of the Education Amendments of 1972, Section 504 of the Rehabilitation Act of 1973, the Age Discrimination Act of 1975, and nay program-specific statutes with anti-discrimination requirements. The Recipient shall comply with civil rights laws including, but not limited to, the Fair Housing Act, the Fair Credit Reporting Act, the Americans with Disabilities Act, Title VII of the Civil Rights Act of 1964, the Equal Educational Opportunities Act, the Age Discrimination in Employment Act, and the Uniform Relocation Act. Such Assurances also include, but are not limited to, the promise to comply with all applicable Federal statutes and orders relating to nondiscrimination in employment, assistance, and housing; the Hatch Act; Federal wage and hour laws and regulations and work place safety standards; Federal environmental laws and regulations and the Endangered Species Act; and Federal protection of rivers and waterways and historic and archeological preservation. 12.2 When required by 43 CFR §18-New Restrictions on Lobbying, Recipients shall complete a Certification Regarding Lobbying form. This certification is incorporated by reference and made a part ofthis Agreement. These regulations are available at http://www.gpoaccess.gov/ecfr. 13. Covenant Against Contingent Fees The Recipient warrants that no person or agency has been employed or retained to solicit or secure this Agreement upon an Agreement or understanding for a commission, percentage, brokerage, or contingent fee, excepting bona fide employees or bona fide offices established and maintained by the Recipient for the purpose of securing Agreements or business. For breach or violation of this warranty, the Government shall have the right to annul this Agreement without liability or, in its discretion, to deduct from the Agreement amount, or otherwise recover, the full amount of such commission, percentage, brokerage, or contingent fee 14. Trafficking Victims Protection Act of 2000, PL 106-386, as amended (2 CFR §175.15) (a) To implement the trafficking in persons requirement in section 106(g) of the TVPA, as amended, a Federal awarding agency must include the award term in paragraph (b) of this section in- (1) A grant or cooperative agreement to a private entity, as defined in § 175.25( d); and (2) A grant or cooperative agreement to a State, local government, Indian tribe or foreign public entity, if funding could be provided under the award to a private entity as a subrecipient. Agreement No. 36 (b) The award term that an agency must include, as described in paragraph (a) of this section, is: I. Trafficking in persons. a. Provisions applicable to a recipient that is a private entity. 1. You as the recipient, your employees, subrecipients under this award, and subrecipients' employees may not- i. Engage in severe forms of trafficking in persons during the period of time that the award is in effect; ii. Procure a commercial sex act during the period of time that the award is in effect; or iii. Use forced labor in the performance of the award or subawards under the award. 2. We as the Federal awarding agency may unilaterally terminate this award, without penalty, if you or a subrecipient that is a private entity i. Is determined to have violated a prohibition in paragraph a.I of this award term; or. ii. Has an employee who is determined by the agency official authorized to terminate the award to have violated a prohibition in paragraph a.I of this award term through conduct that is either-. A. Associated with performance under this award; or B. Imputed to you or the subrecipient using the standards and due process for imputing the conduct of an individual to an organization that are provided in 2 CFR part 180, "OMB Guidelines to Agencies on Governmentwide Debarment and Suspension (Nonprocurement)," as implemented by our agency at 2 CFR part 1400. b. Provision applicable to a recipient other than a private entity. We as the Federal awarding agency may unilaterally terminate this award, without penalty, if a subrecipient that is a private entity- 1. Is determined to have violated an applicable prohibition in paragraph a.I of this award term; or 2. Has an employee who is determined by the agency official authorized to terminate the award to have violated an applicable prohibition in paragraph a.1 ofthis award term through conduct that is either- i. Associated with performance under this award; or Agreement No. 37 ii. Imputed to the sUbrecipient using the standards and due process for imputing the conduct of an individual to an organization that are provided in 2 CFR part 180, "OMB Guidelines to Agencies on Governmentwide Debarment and Suspension (Nonprocurement)," as implemented by our agency at 2 CFR part 1400. c. Provisions applicable to any recipient. 1. You must inform us immediately of any information you receive from any source alleging a violation of a prohibition in paragraph a.l of this award term. 2. Our right to terminate unilaterally that is described in paragraph a.2 or b of this section: i. Implements section 106(g) of the Trafficking Victims Protection Act of 2000 (TVP A), as amended (22 U.S.C. 7104(g)), and ii. Is in addition to all other remedies for noncompliance that are available to us under this award. 3. You must include the requirements of paragraph a.1 of this award term in any subaward you make to a private entity. d. Definitions. For purposes of this award term: 1. "Employee" means either: i. An individual employed by you or a subrecipient who is engaged in the performance of the project or program under this award; or ii. Another person engaged in the performance of the project or program under this award and not compensated by you including, but not limited to, a volunteer or individual whose services are contributed by a third party as an in-kind contribution toward cost sharing or matching requirements. 2. "Forced labor" means labor obtained by any of the following methods: the recruitment, harboring, transportation, provision, or obtaining of a person for labor or services, through the use of force, fraud, or coercion for the purpose of subjection to involuntary servitude, peonage, debt bondage, or slavery. 3. "Private entity": i. Means any entity other than a State, local government, Indian tribe, or foreign public entity, as those terms are defined in 2 CFR 175.25. ii. Includes: Agreement No. 38 A. A nonprofit organization, including any nonprofit institution of higher education, hospital, or tribal organization other than one included in the definition of Indian tribe at 2 CFR 175.25(b).' B. A for~profit organization. 4. "Severe forms of trafficking in persons," "commercial sex act," and "coercion" have the meanings given at section 103 of the TVPA, as amended (22 U.S.C. 7102). (c) An agency may use different letters and numbers to designate the paragraphs of the award term in paragraph (b) of this section, if necessary, to conform the system of paragraph designations with the one used in other terms and conditions in the agency's awards 15. Contracting with Small and Minority Firms and Women's Business Enterprises It is a national policy to award a fair share of contracts to small and minority business firms. The Department of the Interior is strongly committed to the objectives of this policy and encourages all Recipients of its grants and cooperative agreements to take affirmative steps to ensure such fairness. 15.1 The grantee and sub grantee shall take all necessary affrrmative steps to assure that minority frrms, and women's business enterprises are used when possible. 15.2 Affirmative steps shall include: 15.2.1 'Placing qualified small' and minority businesses and women's business 'enterprises on solicitation lists; 15.2.2 Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources; 15.2.3 Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority business, and women's business enterprises; 15.2.4 Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority business, and women's business enterprises; 15.2.5 Using the services and assistance of the Small Business Administration, and the Minority Business Development Agency of the Department of Commerce as appropriate, and 15.2.6 Requiring the prime contractor, if subcontracts are to be let, to take the affrrmative steps listed in C.6.2.1 through C.6.2.5, above. Agreement No. 39 16. Endorsement of Commercial Products and Services In accordance with 43 CFR 12.2(d), this provision applies to grants and cooperative agreements whose principal purpose is a partnership where the Recipient contributes resources to promote agency programs, publicize agency activities, assists in fund-raising, or provides assistance to the agency. If the agreement is awarded to a Recipient, other than a State government, a local government, or a federally-recognized Indian tribal government, and the agreement authorizes joint dissemination of information and promotion of activities being supported, the following provision shall be made a term and condition of the award: Recipient shall not publicize or otherwise circulate, promotional material (such as advertisements, sales brochures, press releases, speeches, still and motion pictures, articles, manuscripts or other publications) which states or implies governmental, Departmental, bureau, or government employee endorsement of a product, service or position which the Recipient represents. No release of information relating to this award may state or imply that the Government approves of the Recipient's work products, or considers the Recipient's work product to be superior to other products or services. All information submitted for publication or other public releases of information regarding this project shall carry the following disclaimer: "The views and conclusions contained in this document are those of the authors and should not be interpreted as representing the opinions or policies of the U.S. Government. Mention of trade names or commercial products does not constitute their endorsement by the U.S. Government." Recipient must obtain prior Government approval for any public information releases concerning this award which refer to the Department of the Interior or any bureau or employee (by name or title). The specific text, layout photographs, etc., of the proposed release must be submitted with the request for approval. A Recipient further agrees to include this provision in a subaward to any Subrecipient, except for a sub award to a State government, a local government, or to a federally-recognized Indian Tribe. Agreement No. 40 .' . City of Palo Alto 9 City Manager's Report TO: HONORABLE CITY COUNCIL FROM: CITY MANAGER DEPARTMENT: PUBLIC WORKS DATE: APRIL 5,2010 CMR:186:10 REPORT TYPE: CONSENT SUBJECT: Approval of a Wastewater Treatment .Enterprise Fund Contract with Veolia ES Technical Solutions, LLC for a Period of Three Years for Provision of Services for Transportation and Disposal of Ash and Sludge for the Regional Water Quality Control Plant with Funding for the First Year Approved in the Amount of $144,510 RECOMMENDATION Staff recommends that Council direct staff to approve and authorize the City Manager or his designee to execute the attached contract with Veolia ES Technical Solutions, LLC (Veolia) for a period of three years with funding in the amount not to exceed $144,510 in the first year, and a five percent increase fot year two at an amount not to exceed $149,823, and a five percent increase for year three at an amount not to exceed $155,297 for provision of services for transportation and disposal of ash and sludge for the Regional Water Quality Control Plant (R WQCP) (Attachment A). Project Description The RWQCP produces approximately two tons per day of ash from its sewage sludge incinerators. In 2009, approximately 717 tons of ash was generated, stored in a 40 cubic yard roll-off bin, hauled away, and disposed in a landfill. The soluble copper concentration of the ash has been just above the state's hazardous waste threshold value. Consequently, the ash has been managed as a state hazardous waste and placed in a hazardous waste landfill instead of a standard landfill. The existing ash hauler is Clean Harbors Environmental Services (Clean Harbors) who has been hauling and disposing of the plant's ash since May 2007 at Clean Harbors' hazardous waste landfill in Buttonwillow, California. Staffhas investigated the origin of the soluble copper that violates the state (but not the federal) hazardous waste criteria. Staff has not been able to determine the cause of the soluble copper oj' any practical treatment modifications. The soluble copper forming in the ash during sludge incineration has not impacted the plaut's air or water discharges. Veolia will dedicate two sealed bins for ash hauling service. Veolia will pick up a full bin of ash approximately once a week and swap out the full bin with an empty bin. Veolia will transport the ash to the Kettleman Hills Hazardous Wa;ie Facility operated by Waste Management, Inc. The Kettleman Hills Hazardous Waste Facility is fully permitted to receive hazardous waste and CMR:186:10 Page 1 of3 is located approximately 4 miles west Of Interstate 5 and 3.5 miles southwest of Kettleman City, California. The City's two sewage sludge incinerators have been operating reliably since 1972, without any serious disruption to the incineration process. However, it is possible that extended incinerator downtime would leave the City without readily available sludge treatment and disposal alternatives. As a backup to ash disposal, Veolia will provide emergency sludge transport and disposal in the rare event that the plant's two sewage sludge incinerators are both inoperative for a period of more than about four days. Summary of Bid Process A request for quotation for the project was posted at City Hall and sent to three bidders. The bidding period was 26 days. Bids were received from two qualified contractors on February 23, 2010, as listed on the attached bid summary (Attachment B). Staff has reviewed all bids submitted. Bids ranged from a high of $150,805 (Clean Harbors) to a low bid of $144,510 (Veolia). The Veolia bid is 29.4 percent below the engineer'S estimate of $204,562; the bidding environment is currently very competitive with bid prices lower in this contract than in the existing hauling contract. Staff recommends that the bid of $144,510 submitted by Veolia be accepted and that Veolia be declared the lowest responsible bidder. Both bidders submitted price inereases for years two and three, which were 5% each year (Veolia) and 3% each year (Clean Harbors). Veolia's annual price increase was slightly higher than Clean Harbors' price increase, yet the total three year Veolia bid ($450,260.34) was still lower than the Clean Harbors bid ($463,838.59). The price increase for the second and third contract years was included in the bid to lock-in prices; the price increase covers the vendor's anticipated cost increases in regulatory compliance, fuel, waste hauling, labor, landfill tipping fees, and so forth. Staff checked references supplied by the contractor for previous work performed and 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. Bid NamelNumber Transportation and Disposal of Ash and Sludge / RFQ 135247 ...... Proposed Length ofProicct 1 year with option to extend two additional vears Number of Bids Mailed to Contractors 3 Number of Bids Mailed to Builder's 0 ~anJ?,()s . Total Days to Respond to Bid 26 Pre-Bid Meeting? Yes Number of Company Attendees at Pre-Bid 4 Meeting? Number of Bids Received: 3* Bid Price Range From a low of $144,510 to a high of$150,805 *Bid summary provided in Attachment B. CMR:186:10 Page 2 of3 .. RESOURCE IMPACT Funds for the first year of the contract have been appropriated in the FY 2009-2010 Wastewater Enterprise Funds. Fund for years two and three are contingent upon Council approval of the budget for each subsequent year. POLICY IMPLICATIONS This recommendation does not represent any change to existing City policies. ENVIRONMENTAL REVIEW The recommended action is exempt from review under the California Environmental Quality Act pursuant to CEQA Guidelines Section 15301 (b), which exempts negligible expansion of an existing use including operation of publicly-owned sewerage services, structures, facilities, mechanical equipment, or topographical features. ATTACHMENTS Attachment A: Contract Attachment B: Bid Summary PREPARED BY: DEPARTMENT HEAD; CITY MANAGER APPROVAL: CMR:186:10 JAMES S. ALLEN Manager, Water Quality Control Plant !:Ll~· GLENN S. ROBERTS Director of Public Works Page 3 of3 , ATTACHMENT A CITY OF PALO ALTO CONTRACT NO. C10135247 GENERAl, SERVICES AGREEMENT THIS AGREEMENT made and entered inlo on the day of April, 2010, by and between the CITY OF PALO ALTO, a California Chartered Municipal Corporation ("CITY"), and VEOLIA KS TECHNICAL SOLUTIONS, LLC, a Limited Liability Company, located at 3797 Spinnaker Court, Fremont, CA 94538, Telephone Number: 510-652-1964 ("CONTRACTOR"). In consideration of their mutual covenants, the parties hereto agree as follows: 1. SERVICES. CONTRACl'OR shall provide or furnish the services ("Services") described in the Scope of Services, attached as Exhibit A. 2. EXIllBITS. The following exhibits are attached to and made a part of this Agreement: [g] "A" -Scope of Services [g] "B" -Schedule of Performance [g] "C" -Compensation [g] "D" -Insurance Requirements D "E" -Perfonnance andlor Payment Bond (Not applieable) D "F" -Liquidated Damages (Not applicable) CONTJlACT 18 NOTCOMPLb7E UNLESS ALL EXHIBITS ARE ATTACHED. 3_ TERM. The term of this Agrcement is from April -' 2010to April _, 2013 inclusive, subject to the provisions of Section Q and V of the General Tenns and Conditions. 4. SCHEDULE OF PERFORMANCE. CONTRACTOR shall complele the Services within the term of this Agreement in a reasonably prompt and timely manner based upon the circumstances and direction communicated to CONTRACTOR, and if applicable, in accordance with the schedule set forth in the Schedule of Performance, attlched as Exhibit B. Time is of the essence in this Agreement. 5. COMPENSATION FOR ORIGINAL TERM. CITY shall pay and CONTRACTOR agrees to accept as not to exceed compensation for the full performance of the Services and reimbursable expenses, if any: The total maximum lump sum compensation of dollars ($ );OR n The sum of dollars ($ ) per hour, not to exceed a total maximum compensation amount of dollars ($ ); OR R: A sum calculated in accordance with the fee schedule set forth in Exhibit C, not to exceed a total maximum compensation amount of one hundred forty-fonr thonsand five hundred ten dollars ($144,510.00) per year. A five percent (5%) increase will be added· for the second and third year of Illis contract for Bid line items A-I through A-4. and for Bid line items B-1 through B-4. CONTRACTOR agrees that it can perfonn the Services for an amount not to exceed the total maximum compensation set forth above. Any hours worked or services perfonned by CONTRACTOR for which payment would result in a total exceeding the maximum amount of compensation set forth above for performance of the Services shall be at no cost to CITY, r The City has set aside the sum of dollars ($ ) for Additional Services. CONTRACTOR shall provide Additional Services only by advanced, written Rev. December 1. 2009 \\CC~ TERRA\jarn:ol\PURCHDOc\sAP Bids nnd Proposals\RFQ\RFQI35247 Transportation and Disposal of Ash and Sludgc\Contrnct ClO135247 VEOUA -REVIEW -A(">AIN 03IOtO.doc CITY OF PALO ALTO CONTRACT NO. CIOl35247 authorization from the City Manager or designee. CONTRACTOR, at the CITY', request, shall suhmit a detailed writlen proposal including a description of the scope of services, schedule, level of effort, and CONTRACTOR's propo..ed maximum compensation, including reimbursable expense, for such services. Compensation shall be based on lbe hourly rates set forth above or in Exhibit C (willchever is applicable), or if such rates are not applicable, a negotiated lump sum. CITY shall not authorize and CONTRACTOR sball not perfoon any Additional Services for which payment would exceed the amount set forth above for Additional. Services. Payment for Additional Services is subject to all·rcquirements and restriotions in this Agreement. 6. COMPENSATION DURING ADDITIONAL TERMS. o CONTRACTOR'S compensation rates for each additional term shall be the same as the original tena; OR !J CONTRACTOR's compensation rates shall be adjusted effective on the commencement of each Additional Term. The lump sum compensation amount, .hourly rates, or fees, whichever is applicable as set forth in section 5 above, shall be adjusted by a percentage equal to the change in the Consumer Price Index for Urban Wage Earners and aerieal Workers for the San Francisco-Oakland-San Jose area, published by the United States Department of Labor Statistics (CPI) which is published most immediately preceding the commencement of the applicable Additional Term, which shall be compared with the CPI puhlished most immediately preceding the commencement date of the then expiring term. Notwithstanding the foregoing, in no event shall CONTRAcrOR's compensation rates be increased by an amount exceeding five percent of the rates efrective during the immediately preceding term. Any adjustment 10 CONTRACTOR's compensation rates shall be reflected in a written amendment to this Agreement. 7. INVOICING. Send all invoices to the CITY, Attention: Project Manager. The Project Manager is; James Allen, Public Works Department, Regio""l Water Quality Control Plant Division, at 2501 Embarcadero Way, Palo Alto, CA 94303, Telephone: 650·329-2243. Invoices sball be submitted in arrearS for Servrees performed. Invoices sball not be submitted more frequently than monthly. Invoices shall provide a detailed statement of Services petformed during the invoice period and are subject to verification by CITY. CITY shall pay tbe undisputed amount of invoices wilhin 30 days of receipt. GENERAL TERMS AND CONDITIONS A. ACCEPTANCE. CONTRACTOR accepts and agrees to all terms and conditions of this Agreement. This Agreement includes and is limited to the terms and conditions set forth in sections I through 6 above, these general terms and conditions and the attached exhibits. B. QUALIFICATIONS. CONTRACTOR represenls and warrants that it has the expertise and qualifications to complete the services described in Section I of this Agreement, entitled "SERVlCES," and that every individual charged with the petfonnance of the services under this Agreement has sufficient skill and experience and is duly licensed or certified, to the extent such licensing or certification is required by law, 10 petform the Services. CITY expressly relies on CONTRACTOR's represenlations regarding its skills, knowledge, and certifications. CONTRACTOR shall perform all work in accordance with generally accepted business practices and performance standards of the industry, including all federal, state, and local operation and safely regulations. C. INDEP.ENDENT CONTRACTOR. It is understood and agreed thai in the perfonnance of this Agreement, CONTRACTOR and any person employed by CONTRACTOR shall al all times be considered ·an independent CONTRACTOR and not an agent or employee of CITY. CONTRACTOR shall be responsible for employing or engaging all persollS necessary to complete tha work required under this Agreement. 2 Rev. 1)~ber t,2009 \\cC·TERRA\jarreol\PURCHOOc\sAP Bids and Proposals\RFQ\RFQI35L47 Tram;,pOf1jH~on and DiSpOsal of Ash and Sludgc\ContTact C10l3S247 VEOLlA ~ FINAL 0312l0.doc CITY OF PALO ALTO CONTRACT NO. C10135247 D •. SUBCONTRACTORS. CONTRACTOR may not use subcontractors to perfonn any Services under this Agreement unless CONTRACTOR obtains prior written consent of CITY. CONTRACl'OR shall be solely responsible for directing the work of approved subcontractors and for any compensation due to subcontractors. E. TAXES AND CHARGES. CONTRACTOR shall be responsible for payment of all taxes, fees, contributions or charges applicable to the conduct of CONTRACTOR's business. F. COMPLIANCE WITH LAWS. CONTRACTOR shall in the performance of the Services comply with all applicable federal, state and local laws, ordinances, regulations, and orders. G. DAMAGE TO PUBLIC OR PRlV ATE PROPERTY. CONTRACTOR shall, at its sole expense, repair in kind, or as the City Manager or designee shall direct, any damage to public or private property that occurs in connection with CONTRACTOR's performance of the Services. OTY may decline to approve and may withhold payment in whole or in part to such extent as may be necessary to protect CITY from loss because of defective work not remedied or other damage to the CITY occurring in connection with CONTRACTOR's performance of the Services. CITY shall submit written documentation in support of such withholding upon CONTRACTOR's request. When the grounds described above are removed, payment sball be made for amounts withheld becarue of them. I B. . WARRANTIES, CONTRACTOR expressly warrants that all services provided under this Agreement shall be performed in a professional and workmanlike manner in accordance with generally accepted business practices and performance standards of the industry and the requirements of this Agreement. CONTRACTOR expressly warrants that aU materials, goods and equipment provided by CONTRACTOR under this Agreement shall be fit for the particular purpose intended, shall be free from defects, and shall conform to the requirements of this Agreement. CONTRACTOR agrees to promptly replace or correct any material or service not in compliance with these warranties, including incomplete, inaccurate, or defective material or service, at no further cost to OTY. The warranties set forth in this section sball be in effect for a period of one year from completion of the Services and shall survive the completion of the Services or termination of this Agreement i. COMPOSITION OF WASTE If CITY'S waste materials do not confonn to the descriptions and specifications in the corresponding Prome Sheet, CONTRACTOR and CIIT shall, in good faith, aUempt to amend the Prome Sheet and any other pertinent documents andlor correct any improper containeri2ation, marking or labeling to enable CONTRACTOR. to accept such non-conforming waste materials at. Facility. If the parties cannot, within a reasonable time after CONTRACTOR notifies OTY the waste materials are non-conforming, resolve the same as set forth above, CITY shall make prompt arrangements for the removal of such non-conforming waste materials from the Facility at which they are located to another lawful place of storage or disposal. OTY agrees to pay CONTRACTOR its reasonable expenses and charges incurred with respect to CITY'S' non-conforming waste materials. ii. CONTRACTOR REPRESENTS AND WARRANTS TO CITY THAT: a. CONTRACTOR is engaged in the business of performing Serviees with respect to waste materials and bas developed the requisite expertise to perform the Services agreed to by OIT and CONTRACTOR hereunder; b. all CONTRACTOR vehicles and each Facility utilized to perform Services hereunder shall have all permits, licenses, certificates or approvals required under applicable laws and regulations for such Services; and c. CONTRACTOR. will perfonn Services for OIT in a safe and workmanlike manner, and in compliance with all stalntes, ordinances, laws, orders, rules and regulations applicable to the Services. 3 Rev. December 1, 20D9 \\cC-TI!RRA~.rr.ol\PURCHDOC\sAP Bids and ProposaisIRFQIRFQl3S247 Transportation and Disposal of Asb and Sludse\Conlrnct C I 0 135247 VEOUA -FINAL 03121O,doc CITY OF PALO ALTO CONTRACfNO. CI0135247 Hi. CITY'S WARRANTIES CITY represents and warrants to CONTRACTOR that: a. the description of and specifications pertaining to its waste material.s in tbe Profile Sheet is and at all times will be true and correct in all material respects, imd waste materials tendered to CONTRACfOR will at all times, including, without limitation, at the time of recertification of the waste materials, conform to the description and speciflcations contained in the Profile Sbeet; b. CITY has made available all information it has regarding Ibe waste materials, and if CITY receives information that the waste materials described in a Profile Sheet present, or msy present, a hazard or risk to persons or the environment not reasonably disclosed in the Prome Sheet, CITY will promptly report sucb information to CONTRACTOR; c. if CITY is not the Generator of the waste materials (as defined in 40 CPR 260.10), CITY has all necessary authority to enter into this Agreement with respect to the waste materials; d. CITY is under no legal restraint which prolnbits the transfer of possession of sucb waste msterials to CONTRACTOR; e. CITY shall comply with all applicable stalnte$, ordinances, laws, orders, rules and regulations applicable to the services, and shall provide CONTRACfOR a sare work environment for Services performed on any premises owned or controlled by CITY; and f. ifCONTRACfORrequests that work areas be secured, CITY will be solely responsible for securing such work areas and for preventing anyone other than CONTRACfOR personnel from entering the designated work areas. L MONITORING OF SERVICES. CITY msy monitor the Services performed under this Agreement to determine whether CONTRACTOR's work is completed in a satisfactOl:Y manner and complies with the provisions ofthia Agreement. J. CITY'S PROPERTY. Any reports, information, data or other material (including copyrigbt interests) developed, collected, assembled, prepared, or caused to be prepared under this Agreement will become the property of CITY without restriction or limitation upon their usc and will not be made available to any individual or organization by CONTRACTOR or its subcontrnctors, if any, without the prior written approval of the City Manager. K. AUl)ITS. CONTRACfOR agrees to permit CITY and its authorized representatives to audit, at any reasonable time during the term of this Agreement and for three (3) years from the date of fmal payment, CONTRACTOR's records pertaining to matters covered by this Agreement. CONTRACTOR agrees to maintain accurate books and records in accordance with generally accepted accounting principles for at least three (3) following the terms of this Agreement. L. NO IMPLIED W AIVEJl. No payment, partial payment, acceptance, or partial acceptnnce by CITY shall operate as a waiver on the part of CITY of any of its rigbts under this Agreement. M. INSURANCE. CONTRACTOR, at its sole cost, shall purchase and maintain in full force during the term of this Agreement, the insurance coverage described in Exhibit D. Insurance must be provided by companies with a Best's Key rating of A·:VII or higher and whicb are otherwise acceptable to the City's Risk Manager. The City's Risk Manager must apprnve deductibles and self-insured retentions. In addition, .11 policies, endorsements, certificates and/or binders are subject to approval by the Risk Manager a. to form and content. CONTRACTOR shall obtain • policy endorsement naming the City or Palo Alto as an additional insured under any general liability or automobile policy. CONTRACfOR shall obtain an endorsement stating that the insurance is primary coverage and will not be canceled or materially reduced in coverage or limits until after providing 30 days prior written notice of the cancellation or modification to the City's Risk Manager. CONTRACfOR shall provide certificates of such policies or other evidence of coverage satisfactory to CITY'. Risk Manager, togelber witb the required endorsements and evidence of payment of premiums, to CITY concurrently with Ibe execution of this Agreement and shall throughout the term of this Agreement provide current certificates evidencing the required insurance coverages and endorsements to the CITY'. Risk Manager. CONTRACfOR shall include all subcontractors as insured under its policies or shall ubtain and provide to CITY separate certificates and endorsements for each subeontractor that meet an the requirements of this section. The procuring of such required poliCies of insurance shan not operate to limit CONTRACTOR'. liability or obligation to indemnify CITY under this Agreement. 4 Rev, December 1, 2009 \\CC~TBRRA~arreol'IPURCHDOC\sAP Bids and Proposals\RFQ\RFQ135241 Ttansportation and rnsposat of Ash and Sludge\ConlT",' ClO135247 VroLlA· FfNA~ 031210.000 CITY OF l' ALO ALTO CONTRACT NO. ClO135247 N. HOLD HARi'~LESS. To the fullest extent permitted by law and without limitation by the provisions of section M relating to insurance, CONTRACTOR shall indemnify, defend and hold harmless CITY, its Council members, officers, employees and agents from and against any and all demands, claims, injuries, losses, or liabilities of any nature, including death or injury to any person, property damage or any other loss and including without limitation all damages, penalties, fIneS and judgments, associated investigation and administrative expenses and defense cos1lO, including, but not limited to reasonable attorney's fees, cour1lO co,ts and co,t, of alternative dispute resolution), 'arising out of, or resulting in any way from or in connection with the performance of this Agreement. The CONTRACTOR', obligations under ,this Section apply regardless of whether or not a liability is caused or contributed to by any negligeut (passive or active) act or omission of CITY, except that the CONTRACTOR shall not be obligated to indamnify for liabllity arising from the sole negligence or willful misconduct of the CITY. CONTRACTOR'S obligation to indemnify the CITY shall not extend to any loss or damage of any kind or nature caused by the CITY. The aeceptanee of the Services by CITY shall not operate a. a waiver oftbe right of indemnification. The provisions of this Section ,urvive the completion of the Services or termination of this Contract. O. NON-DISCRIMINATION. As set forth in Palo Alto Municipal Code section 2.30.510, CONTRACTOR certifies that in the perfonnance of this Agreemen~ it shall not discriminate in the employment of any person because of the race, skin color, gender, age, religion, disability, Wltional origin, ancestry, sexual orientation, housing status, marital status, familial status, weight or height of such person. CONTRACTOR acknowledges that it has read and understands the provisions of Scction 2.30.510 of the Palo Alto Municipal Code relating to Noodiscri.mination Requirements aod the penalties for violation thereof; and agrees to meet all requirements of Section 2.30.510 pertaining to nondiscrimination in employment. P. WORKERS' COMPENSATION. CONTRACTOR, by executing tlris Agreement, certifies that it is aware of Ihe provisions of the Labor Code of the State of California which require every (employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that Code, and certifies that it will comply with such provisions, as applicable, before commencing and during the performance of the Services. Q. TERMINATION. The City Manager may terminate tlris Agreement without cause by giving ten (10) days' prior written notice thereof to CONTRACTOR. If CONTRACTOR fails to perform any of its material obligations under this Agreement, in addition 10 all other remedies provided by law, the City Manager may lerminate this Agreement immediately upon written notice of termination. Upon receipt of such notice of termination, CONTRACTOR shall immediately discontinue peribrmance. CITY, CITY shall pay CONTRACTOR for services satisfactorily perfonned up to the effective date of termination. If the termination if for cause, CITY may deduct from such payment the amount of actual damage, if any, sustained by CITY due to Contractor's failure to perfonn its material obligations under this Agreement. Upon termination, CONTRACTOR shall immediately deliver to the City Manager any aod aU copies of studies, sketches, drawings, computations, aod other material or products, whether or not completed, prepared by CONTRACTOR or given to CONTRACTOR, in connection with this Agreement. Such materials shall become the property of CITY. R. ASSIGNMEN'fSICHANGES. This Agreement binds the parties and their successors aed assigns to all covenan1lO of this Agreement. This Agreement shall not be assigned or transferred without the prior written consent of the CITY. No amendments, changes or variations of any kind are authorized without the written consent of the CITY. S. CON)l'LICT OF INTEREST. In accepting this Agreement, CONTRACTOR covenants that it presently has no interest, aod will nol acquire any interest, direct or indirect, financial or otherwise, which would conflict in any manner or degree with the performance oftms Contract. CONTRACTOR further covenants that, in the performance of this Contract, it will not employ any person having such an interest CONTRACTOR certifies that no City Officer, employee, or authorized representative has any fmanclal interest in the business of CONTRACTOR and that no 5 Rev. Oooember 1, 2009 \\CC.TERRA~am:ol\PURCHDOCISAP Did, and Prcposal,\RFQ\RFQI3S247 Transpol1ation and Disposal of Ash and Slads.lenon,ct CI0l3S247 VBOLlA· PINAL Q31210.dn< CITY OF PALO ALTO CONTRAcrNO. CI0135247 person associated with contractor bas any interest, diteClGr indirect, whicb oould oonilict with the faithful performance of this Contract. CONTRAcrOR agrees to advise CITY if any conflict arises. T. GOVERNING LAW. This oontract shall be governed and interpreted by the laws of the State of California. U. ENTIRE AGREEMENT. This. Agreement, including all exhibits, represents the entire agreement between the parties with respect to the services that may be the subject of this Agree:rnent. Any varianee in the exhibits does not affect the validity of the Agreement and the Agreement itself controls over any conflicting provisions in the exhibits. This Agreement supersedes 311 prior agreements, representations, statements, negonatioDS and undertakings whether oral or written. V. NON-Al'l'ROl'RIATION. This Agreement is subject to the fiscal provisions of the Charter of the City of Palo Alto and the Palo Alto Municipal Code. This Agreement will terminate without any penalty (a) at the end of any fiscal year in the event that funds are not appropriated for the fullowmg fiscal year, or (b) at any time within a fiscal year in the event thaI funds are only appropriated for a portion of the fiscal year and funds for this Contract are no longer available. This Section shall take precedence in the event of a conflict with any other covenant, term, condition, or provision of this Contract. W. ENVIRONMENTALLY PREFERRED PURCHASING. CONTRAcrOR sball comply with the City's Environmentally Preferred Purcbasing policies whicb are available at the City'. Purchasing Department whicb are incorporated by reference and may be amended from time to time. X. AUTHORITY. The individual(s) executing this Agreement represent and warrant that they have the legal capacity and authority to do so on behalf of their respective legal entities. Y. CONTRACT TERMS: All uncbecked box""s do not apply to this Contract. IN WITNESS WHEREOF, the parties hereto have by their duly anthorized representatives executed this Agreement on the date first above written. CITY OF PALO ALTO CONTRACTOR: VEOLJA ES TECHNICAL SOLUTIONS, LLC City Manager or Designee (Required on contracts $85,000 and over) ~~~~~WA~~ ________ _ Purchasing Manager or Designee Approved as to form, Senior Asst. City Attorney 6 Rev, December 1,2009 \\CC~ TSRRA\jam:01\PURCHDOC\SAP Bids and Proposals\RFQ\RFQ135247 Transportation and Disposal of Ash and Sludge\Contract ClO135247 VEOLIA • FlNAL 03121O.doc CITY OF PALO ALTO CONTRACT NO. ClOl35247 EXHIBIT A SCOPE OF SERVICES 1.1 BACKGROUND A. The Palo Alto Regional Water Quality Control Plant (RWQCP) operates a sewage sludge incinerator, which creates bottom ash. The sludge is thermally transformed into ash containing inorgonlc oxides. 1.2 PURPOSE 1.3 A. This contract is for hauling and disposal of ash. The contractor is to maintain qualifications and licenses to haul the ash to • State ofCaliforni. Class l-nooRCRA sanitary landfill. B. The contractor shall transport and dispose of the ash in accordance with the terms and conditions of this contract. The Contrsctor shall be expresslydesignsted by the Parties hereto as the transporter ot; and the arranger for the disposal of all wastes to be transported, managed and disposed of under this contract. C. The sewage sludge incinerators have been operating since 1972 and producing ash. Though the incinerators have never fuiled, the potential exists for incinerator nonoperation and loss of all surplus sludge storage capacity. In this case, a backup transportation and disposal contract is needed to handle dewntered, untreated sludge and disposal .t a sanitary landfill or at another sewage treatment plant. CHARACTER1STICS OF ASH AND SLUDGE A. The RWQCP produces approximately 825 dry tons of ash per year. Pickups are typically weekly. and average 14 to 15 tons per pickup. Pickups are occasionllllymore often than once a week. B. Sludge production is estimated to be 64 tons per day of 28% dry sludge cake (undigested and untreated). 1.4 ASH PACKAGING AND TRANSPORTATION A. The city will load the ash into a bin owned by the contractor and left at the plant site. The contractor shall provide two watertight, open-top, t_rped bins for ash. One bin shall remain at the RWQCP and the other shall be used by the contractor for exchanges. The contractor shall deliver the bin to the RWQCP for the temporary storage of the ash. The city will place the ash into the bin a1)d will notify the contractor for exchange of bin and disposal of the ash when the bin is sufficiently fuJI and ready for disposal. The bin, each approximately 40 cubic yards, shall be water tight, lined, tarped, and suitable for transportation of the ash. B. The city will notify the contractor two calendar days before the required disposal of the ash and bin exchange. Upon notice, the contractor shall at its expeese, remove, transport, and dispoae of the ash at .. state approved, class l-nonRCRA sanitary landfiU site suitable for proper disposal of ash. Removal and exchange of the bins shall be between the hours of7:00 a.m. and 7:00 p.m., upon city notification. Transportation shall be by licensed, registered hauler who complies with alliacal, state, and federal laws. C. The city owns and maintains an ash bin cover with. screw io move ash throughout the bin for even distribution. The waste hauler shall only provide bins compatible with the existing I Rev. December 1,2n09 \\CC-TERRA\janeol\JlURCHDOc\sAP Bids and PJ'¢posals\R.FQ\RFQ13S247 Transportation and Disposal of Ash and SludgelCon_' CIOD5247 VEOUA -FINAL 0312 lO.doc CITY OF PALO ALTOCONmACTNO. CIOt3S247 cover. A diagram and dimensions of the dty's 'slt bin COver is included in Exhibit A-I. The city will remove the ash bin cover prior to bin pickup. 1.S EMERGENCY SLUDGE PACKAGING AND TRANSPORT A TION A. The city will load the sludge into a bin owned by the contractor and left at the plant site after notification of need for this service. The contraclor shall provide multiple watertight bins for sludge. One bin shall remain at the RWQcP and the others shall be used by the contractor for exchanges. The contractor shall deliver the bin to lbe RWQCP for lbe temporary storage of the sludge. The city will place lbe sludge into lbe bin and will notify the contractor for exchange of bin and disposal of the sludge when the bin is sufficiently full aud ready for disposal. The bin, each approximately 20 cubic yards, shall be water tight, tined, and suitable for transportation of untreated sludge. B. If the emergency sludge disposal is needed, the hauler will need to mobilize to provide 'service within 24 hours. The plant will need the change oilt of five or more vendor-supplied '20-cubic yard drop-off bins per day, 24 hours per day, seven days per week. The hauling and transport of sewage sludge will continue until the sewage sludge incinerators are repaired. The vendor will need to have made arrangements in advance for this service should it be required. C. The city will notify the contractor in the event of an emergcncy need to use their services for sludge hauling. The contractor shall provide a 24-hour emergency dispatch number. Upon notice, the contractor shall at its expanse, remove, transport, and dispose of the sludge at an approved sanitary landfill site suitable for proper disposal of untreated sewage sludge. Removal and exchange of the bins shall be at all hours of plant operation. Temporary storagc of sludge bins is available onsile when landfills are closed. Transportation shan be by licensed, registered hauler who complies with all local, state, and federal laws. 1.6 WEIGHTS AND ASSAYS A. The city will keep a record of the estimated weight or volume of each truck load of waste. At . its expense, the contractor shan weigh each truckload of waste received at its disposal site and submit the weight tags to the RWQCP. 1.7 DOCUMENTATION, PERMITS AND INSURANCE A. The contractor shall maintain permits and insurance required during the term of this contract. B. Contractor shall provide all appropriate documentation, certifications and records for the transportstion, management and disposal of Class I wastes and all applicable federal, state and local laws and regulations, including. but not limited to: I. bills of lading or non-1w:ardoUl! waste manifests 2. Class I waste manifests and continuation sheets 3. Iabpack inventory sbeets 4. land disposal restriction notifications S. Class I waste prom .. 6. certificates of destruction, decontamination, disposal and/or recycling Appropriate copies of the documentation listed above as well as any other documents required by the City's Project Manager sholl be furnished to the City's Project Manager at the time of waste shipment. C. Closed originals of all unifonn hazardous (and non-hozardous) waste manifests sigoed by a duly authorized representative of the receiving TreatmentiStoragelDisposa1 Facility (TSDF) shall be furnished to the City's Project Manager within thirty (30) calendar days of waste 2 Rev, December 1,2009 \\CC-TERRA~,,,,,,oIlPURCHIlOC\sAP Bid, and ProposalsIRFQ\RFQI3S241 Transportation and DI,_I of Allh and SludgelConlnlot Cl 0135241 VEOLIA PINAL 03121O.doe CITY OF PALO ALTO CONTRACT NO. ClO135247 shipment. This requirement shall survive the expiration andlor termination of the Agreement. D. Certificates of destruction, decontamination, disposal andlor recycling signed by a duly authorized representative of the receiving TSDF shall be furnished by the Contractor to the City's Project Manager for all wastes to be managed under this contract within one hundred and eighty (180) calendar days of waste shipmen!. This requirement shall survive the expiration andlor termination of the Agreement. E. The Contractor shall, at all times during the transportation, storage, and disposal of wastes to be managed under this contract, know the location, condition and status of each item being managed. The Contractor shall make such information available in written progress reports to the City's Project Manager upon request. The progress reports shall include a listing of items removed, referenced by an appropriate identification number and unifonn Class I waste manifest number and a description of the location and status of wastes on date of the written progress report. 1.8 PICKUP ADDRESS 1.9 A. Palo Alto Regional Water Quality Control Plant Attn: Oporations Shift Supervisor or Senior Operator 2501 Embarcadero Way Palo Alto, CA 94303 65()'329·2598 • phone MISCELLANEOUS CONDITIONS A. The waste hauler will have free and easy access to the picknp site. B. The waste hauler willlllllintain containers in DOT shippable condition. C. JRANSFER OF TID;E CONTRACTOR shan take title to CiTY'. waste materials which conform In the descriptions and specifications stated in the Profile Sheet upon completion of loading into CONTRACTOR's transportation vehicles, or if transported by CITY. upon acceptance at the Facility. END OF SCOPE 3. ~v.~cemberl.2009 \\CC~TERRA\jarreol\PURCHDOC\SAP Bids and Proposals\RFQ\RFQ135247 TranspO:rtalion and Disposal of Ash and Sludge'Contraot ClO135247 Vl!OLlA • FINAL 03l2JO.doc CITY OF PALO ALTO CONTRACT NO. CI0135247 EXHIBITB SCHEDULE OF PERFORMANCE CONTRACTOR shall perfonn the Services according to the following schedule: • On-GOing services for a period oflhree (3) years. 1 \\cC-TERRA'!jarreol\PURCHDOC\SAP Bids and Prnpnsals\RFQ\RFQ135247 Transponation and Disposal of Ash and SludgelContract CIO!35247 VEOLlA -FINAL 03121O.doc Bid Schedule A : BID APPROX. ITEM QTY. A-I 825 A-Z 52 A-3 52 A-4 365 A-S 825 A-6 825 A-7 I Bid Sehedule A-. BID APPROX. ITEM QTY. B·l 128 B-2 12 B·3 12 B-4 12 B-5 128 B·6 12 B-7 6 B-8 48 CITY OF PALO ALTO CONTRACT NO. CIOl35247 UNIT Ton Load Load Days Ton Ton 18 UNIT Ton Load Load Days Ton Load Each I Hour EXHIBITC SCHEDULE OF FEES DESCRlPTION Disposal cost of ash: Transportation cost of ash: Liner installation fee for ash -per load: ; Bin Rental for ash: Califomia Non-RCRA taxes fur ash: (Baaed on the most current Cn Ufomia BOE schedule Local taxes for ash, as necessary, per ton (10% per ton • based on the most current King's County tax rate) Surcharges!fees for ash, lump sum (one-time fee) DESCRlPTION Disposal cost of sludse : ; Transportatiou cost for sludge: Liner installation fee for sludge -per load: Bin Rental: i Local taxes, as necessary, per ton Surcharges/fees for sludge, Jump sum Roll.offbin mobilization during backup sludge haullng service: Onsite full·time truck and driver to move empty and full bins in and ont of the incinerator building during backup sludge hauling service: l.l 0 PRICES AND ANNUAL INCREASES A. Standard bid of ash shall include all fees, taxes, and surcharges: I. Disposal cost i. $361 ton UNIT PRICE $36.00 $1,200.00 i $45.00 I $12.50 $19.98 $3.00 $500.00 UNIT PRICE $57.75 $780.00 . $30.00 $12.50 $0.00 $8.25 . $660.00 $98.50 Rev. December 1.2009 \\CC·TERRA\janwI\PURCHDOC\SAP Bids and Proposals\RFQ\RFQ13.5247 Transportation and Disposal of Ash and SludS,IOJntrael CI0135247YEOLIA -FINAL 031210.<10<: CITY OF PALO ALTO CONTRACT NO. C10135247' 2. Transportation cost is $1200 I load 3. Liner installation in $45 I load 4. Bin rental is $12.50 / day (Note: no overlapping charge shall be applied on the day of bin exchange.] 5. California Non-RCRA taxes, $19.98 per ron based on the most current California BOE schedule 6. Local taxes, as necessary, $3 I ton, based on the most current King's County tax rate 7. Sutcbarges, $500 initial bin drop fee ( one-time fee) B. Standard bid of sludge sball include all fees, taxes, and surcharges: 1. Disposal cost is $57.75 / ton 2. Transportation cost is $780/ load 3. Liner installation is $30 / load 4. Bin rental is $12.50/ day for each bin (as necessary during mobilization) 5. Local taxes, as necessary, is $0 per ton 6. Sutcharges are $8.25 environmental fee per load 7. RoIl-oIrhin mobilization during backup sludge hauling service, $660 / bin 8. Onsite truck and truck driver to move and empty full bins in and out oftbe incinerator building during backnpsludge haudling service, $98.50/ hour c. ADDmONAL PRICING CONDmONS i. Demurrage will not be charged for pickup of waste up to and including 90 mirmtes of loading aud unloading time. After 90 minutes, the demurrage charge of $95/hour will apply if the city causes the delay. H. Demurrage will not be cberged for delays caused by the hauler not having proper paperwork at the time of arrival at the plant site. iii. Unloading demurrage will not be charged for wastes being delivered unless the City of Palo Alto creates a condition such as an improperly identified waste or nonconforming waste. iv. A minimum volume of 10 tons (or yards, whicheveris greater) will be hilled for all waste received in a rolloff container, inteemodal, or dump trailer delivered ro hauler's waste disposal facility. v. Haulers' owned or leased roll-off containers or other equipment that are damaged by City ofP.lo Alto may be repaired by contractor and invoice City at a quoted hourly rate for labor aud parts invoiced at no more than eost plus 30%. vi. Roll-oIrwashout charges ate to be inclUded in the pricing. vii. IU the event slUdge can be hauled to East Bay Municipal Utilities District, the pricing for emergency sludge disposal shall be cost plus 10%. Por the base contract, the prices in Section B above shall apply. viii. In case of price increase due to new regulatory fees, waste hauler must notify the City of Palo Alto in writing before any additional rees will be allowed. D. ANNUAL INCREASES i. The price increase for the second and third 12-month periods nf this contract is to be determined in the Base Bid Schedules. ii. The price inerease for the first optional 12 month extension of this contract is to be 5%, which shall apply to Bid line items A.l, 2, 3, and 4 and B.I, 2, 3, and 4 only. iii. The price increase for the second optional 12 month extension of this contract is to be 5%, which shall apply to Bid line iterns A.I, 2, 3, and 4 aud B.I, 2, 3, and 4 only. In the case of a price increase due ro new regulatory fees, the contractor must notify the City of Palo Alto in writiag before any additional fees will be allowed. 2 Rev, December 1.2009 \\cC·TI!RllA~alTe.JIPURCHDOC\SAP Bids and ProposaJsIRFQIRPQ135247 Transportation and Disposal of Asb and SJudgelCo_et Cl 0135247 VEQUA -FINAL Ol1210.doc ! CITY OF PALO ALTO CONTRACT NO. CI0135247 EXHIBlTD INSURANCE REQUIREMENTS CONTRACTORS TO TIlE CITY OF PALO ALTO (CITY), AT TIlEJR SOLE EXPENSE, SHALL FOR THE TERM OF TIlE CONTRACT OBTAlN AND MAlNTAlN INSURANCE IN THE AMOUNTS FOR THE COVERAGE SPECIFIED BELeW, AFFORDED BY COMPANIES WITH AM BEST'S KEY RATING OF A-:VU, OR HIGHER, LICENSED OR AUTHORlZED TO TRANSACT INSURANCE BUSINESS IN THE STATE OF CALIFORNIA. A WARD is CONTlNGENTON COMPLIANCE WITII CITY'S INSURANCE REQUIREMENTS, AS SPECIFIED, BELOW' MINIMUM LIMITS I REQUIRED TYPB OF COVFJ\AGE REQUIREMENT EACH OCCURRENCE AGGREGATE • Yl'S Yl'S Yl'S YES ! I ; NO YES ·WORKllR'S COMPENSATION STATUTORY EMPLOYER'S LIABILITY STATUTORY BODILY INJURY $1,000,000 $I,ODo,ooo GENERAL LlABILITY, INCLUDING PERSONAL INJURY, BROAD FORM 'PROPERTY DAMAGB $\,000,000 $\,000,000 PROPERTY DAMAGE BLANKET CONTRAClUAL, AND FIRE LEGAL BODILY INJURY & PROPERTY $1.000,000 , $\,000,000 LIABILITY DAMAGE COMBlNED, i i BODILY INJURY I $\,000,000 $\,000,000 . EACH PERSON $1,000,000 $\,000,000 AUTOMOBILE LlABILITY, -EACH OCCURRENCE $\,000,000 $1,000,000 I INCLUDING ALL OWNED, U1RED, ; PROPERTY DAMAOE $1,000,000 $1,000,000 : NON-OWNED $1,000,000 I BODILY INJURY AND PROPERTY $1,000,000 DAMAGll.COMBlNllD PROFESSIONAL LIABILITY, INCLUDING, ERRORS AND OMISSIONS, MALPRACTICE (WHEN APPLICABLE), AND NEGLIGENT PERFORMANCE ALL DAMAGES $1000,000 TIl1l CITY OF PALO ALTO IS TO BE NAMED AS AN ADDITIONAL INSURED: CONTRACTOR, AT ITS SOLE COST AND EXPENSE, SHALL OBTAIN AND MAINTAIN, IN FULL FORCE AND EFFECT THROUGHOUT THE ENTIRE TERM OF ANY RESULTANT AGREEMENT, THE INSURANCE COVERAGE HEREIN DESCRIBED, INSURING NOT ONLY CONTRACTOR AND ITS SUBCONSULTANTS, IF ANY, BUT ALSO, 'WITH THE EXCEPTION OF WORKERS' COMPENSATION, EMPLOYER'S LIABILITY AND PROFESSIONAL INSURANCE, NAMING AS ADDITIONAL INSUREDS CITY, ITS COUNCIL MEMBERS OFFICERS AGENTS, AND EMPLOYEES. I, INSURANCE COVERAGE MUST INCLUDE: A. A PROVISION FOR A WRl'ITEN mRTY DAY ADVANCE NOTICE TO CITY OF CHANGE IN COVERAGE OR OF COVERAGE CANCELLATION; AND B. A CONTRACTUAL LIABILITY ENDORSEMENT PROVIDING INSURANCE COVERAGE FOR CONTRACTOR'S AGREEMENT TO INDEMNIFY CITY. C. DEDUCTIBLE AMOUNTS IN EXCESS OF S5>~O~ REQUIRE CITY'S PRIOR APPROV AL. II. CONT AC1'OR MUST SUBMIT CERTIFICATES(S) OF INSURANCE EVIDENCING REQUIRED COVERAGE. Ill. ENDORSEMENT PROVISIONS, WIlli RESPECT TO TIlE INSURANCE AFFORDED TO "ADOmONAL INSUREDS" I Rev. December 1,2009 \\CC-TERRA \jarreol\PURCHDOC\!',AP Bids and Proposals\R.FQ\RFQ135241 Transportation and Disposal of Ash and SJuds<\Contract CIOl35247 VEOLIA • F1NAL0312!0,do<: CITY OF PALO ALTO CONTRACT NO, CI0135247 A PRlMARY COVERAGE WlTII RESPECT TO CLAIMS ARlSmG OUT OF TIlE OPERATIONS OF TIlE NAMED mSURED, mSURANCE AS AFFORDED BY THIS POLlCY IS PRlMARY AND IS NOT ADDITlONAL TO OR CONTRIBUTmG WlTII ANY OTHER mSURANCE CARRlBD BY OR FOR TIlE BENEFIT OF THE ADDITIONAL mSUREDS. B. CROSS LIABILlTY TIlE NAMmG OF MORE TIlAN ONE PERSON, FIRM, OR CORPORATION AS mSUREDS UNDER TIlE POLlCY SHALL NOT, FOR THAT REASON ALONE, EXTlNOUlSH ANY RIGHTS OF THE INSURED AGAmST ANOTHER, BUT THIS ENDORSEMENT, AND TIlE NAMING OF MULTIPLE mSUREDS, SHAlL NOT mCREASE TIlE TOTAL LIABILITY OF THE COMPANY UNDER THIS POLlCY. C, NOTICE OF CANCELLATION l. IF THE POLlCY IS CANCELED BEFORE ITS EXPIRATION DATE FOR ANY REASON OTHER UlAN THE NON·PAYMENT OF PREMIUM, TIlE ISSUING COMPANY SHALL PROVIDE CITY AT LEAST A THIRTY (30) DAY WRITIEN NOTICE BEFORE'THE EFFECTIVE DATE OF CANCELLATION, 2, IF TIlE POLlCY IS CANCELED BEFORE ITS EXPIRATION DATE FOR TIlE NON· PAYMENT OF PREMIUM, THE ISSUING COMPANY SHALL PROVIDE CITY AT LEAST A TEN (10) DAY WRITIEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION. NOTICES SIIALL BE MAILED TO: PURCHASING AND CONTRACT ADMINISTRATION CITY OF PALO ALTO P.O. BOX 10250 PALOALTO,CA 94303 2 Rev. December l, 2009 \ICC·TERRA~arreol\PURCHDOCISAP Bids ond.Proposal,IRFQIRFQI35;l47 Tnmsportation and Disp",.1 of Ash and Sludg.IContrect ClO135247 VEOLlA • FINAL 031210.<10. " '. Attachment B -City of Palo Alto -Department of Public Works: Bid Summary . Transportation and Disposal of Ash: RFQ No. 135247 Bid Project Manager's Clean Harbors Environmental Veolia ES Technical Solutions, Item Description Estimate Services LLC Bid Schedule A -Incinerator Ash Disposal A-1 Disp()!;al Cost $64,998.13 $37,389.00 $29,700.00 A-2 Transportation Cost $70,231.75 $68,289.00 $62,400.00 A-3 Liner Installation Fee $3,804.22 $2,678.00 $2,340.00 A-4 Bin Rental $4,862.20 $3,759.50 $4,562.50 A-5 Local taxes $6,499.81 $3,630.00 $16,483.50 A-6 State Taxes $1.5,452.25 $16,483.50 $2,475.00 A-7 SurcharQes/Fees $18,243.32 $0.00 $500.00 Bid Schedule A -Subtotal $184,091.68 $132,229.00 $118,461.00 Bid Schedule B -Emergency Sludge Disposal B-1 Disposal Cost $5,120.00 $9,152.00 $7,392.00 B-2 Transportation Cost $4,800.00 $6,960.00 $9,360.00 B-3 Liner I nstallation Fee $878.00 $600.00 $360.00 B-4 Bin Rental $160.00 $120.00 $::~~~-~~~~~ B-5 Local taxes $512.00 $179.20 B-6 Surcharges/Fees $0.00 $0.00 ~~~~ Roll-off Bin 8-7 Mobilization $4,200.00 $750.00 $3,960.00 8-8 Truck and driver $4,800.00 $4,080.00 $4,728.00 Bid Schedule 8 -Subtotal $20,470.00 $21,841.20 $26,049.00 Total of Bid Schedules A & B $204,561.68 150,804.70 $144,510.00 26.3% below project manager's 29.4% below project manager's estimate estimate Note: A "no bid" was received from Synagro West, LLC 3111/2010 s ~ ~ ,.., = '. • ..-: .. ,.:; City of Palo Alto 11 City Manager's Report TO: ' HONORABLE CITY COUNCIL FROM: CITY MANAGER DEPARTMENT: PUBLIC WORKS DATE: APRIL 5,2010 CMR:165:10 REPORT TYPE: ACTION ITEM SUBJECT: Recommendation to Direct Staff: 1) To Defer Further Action on an Anaerobic Digestion (AD) Facility or Aerated Static Pile (ASP) Composting Facility Within Palo Alto, Until and Unless a Usable Site is Identified; 2) To Examine the Feasibility of Energy Conversion Technologies (Including AD Technologies) During the Upcoming Regional Water Quality Control Plant Master Planning Process; 3) To Pursue Local Partuering Opportunities with SMaRT® Station Partners and/or Local Organic Waste Processing Companies that are Developing Private or Energy Conversion Facilities Within a 20-Mile Radius of Palo Alto; and 4) To Resume Acceptance of Commercial Garbage at the Landfill RECOMMENDATION Staff recommends that Council direct staff to: 1. . Defer further action on an anaerobic digestion (AD) facility or aerated static pile (ASP) composting facility within Palo Alto, until and unless a usable site is identified; 2. Examine the feasibility of energy conversion technologies (including AD technologies) during the upcoming Regional Water Quality Control Plant (RWQCP) Master PI arming Process; 3. Jnvestigate and pursue local pannering opportunities with SMaRT® partners andlor local organic waste processing companies who are developing private AD or energy eonversion facilities within a 20-mile radius of Palo Alto; and 4. Resume acceptance of commercial garbage at the landfill. BACKGROUND Thc City currently maintains a 7.5 acre conventional windrow composting facility for yard trimmings on an active section of the Palo Alto Landfill (located within Byxbee Park) which is expected to close within 12 months after the landfill reaches the permitted grading levels. The landfiIl is expected t(j reach permitted capacity near the end of 20 II. The green material managed at the facility includes source ,separated yard trimmings such as lawn clippings, lcaves, tree and shrub clippings, brush, and other vegetative materials generated through landscape maintenance activities. Additionally, leaves accumulated through the City's street sweeping operations "selected screened loads" and clean tree trunk/limb wood grindings (I to 2-inch chips) are also managed at the facility. CMR:165:10 Page 1 of6 On August 6, 2007, Council directed staff to develop a work plan to explore options to keep compo sting in Palo Alto. A work plan for a composting feasibility study was presented and approved by Council on January 22, 2008 (CMR: 116:08). Staff prepared the feasibility study and presented the results of the study on April 28, 2008 (CMR:219:08). At that point Council directed staff to table the issue until the Baylands Master Plan update was approved and to get the input of the Parks and Recreation Commission (PRC) and the Planning and Transportation Commission (PTC). On December IS, 2008 (CMR:470:08) and January 12, 2009 (CMR: 116:09), Council further discussed the composting issue and made a decision to convene a citizen-based Blue Ribbon Task Force (BRTF) to further examine the composting question. At that time, Council specifically directed the BRTF to avoid parkland location options. On October 19, 2009, the BRTF presented its results and recommendations to Council (CMR:402:09). The lead site recommended by the BRTF would have had resulted in potential impacts on the Palo Alto Airport operations, as expressed to Council. Therefore, Council directed staff to further examine the other alternatives and return to Council. The motion from October 19, 2009 consisted ofthe following directives: 1) Accept the September 9, 2009 Palo Alto Compost Task Force Final Report (Report) submitted by the Compost Blue Ribbon Task Force (BRTF); 2) Direct Staff to implement the short term recommendations for CUl'l'ent compost operations contained in the BRTF Report as modified by the Staff response; 3) Request Staff to retum with analysis and recommendation of whether to incorporate an interim solution of aerobic static pile composting or consider off site composting on an interim basis; 4) Staff to evaluate the two options (Embarcadero Road/Airport site and 5-6 acres in the northwest corner of the current landfill site) on the locations; 5) Staff to consider an option of partnering with another city or cities; 6) Staff to consider whether there are other locations on Embarcadero Way that could work, this would take no more than 90 days; 7) Location of any facility would not have any negative impact on the Palo Alto Airport, its operations, finances, and relationship with the FAA or Santa Clara County; 8) Staff to work closely with the airport community in the development of any proposals, and 9) Staff to take into consideration the Airport Business Plan being developed. In a separate action, Council adopted a statement of intent to proceed toward an anaerobic compo sting system, at an unspecified location. Since the last Council action on composting, staff held a public meeting with airport stakeholders at West Valley Flying Club Meeting Room on November 4,2009. Minutes from that meeting are included as Attachment A and further documented the negative impacts of a site on Airport property. Staff also held a public meeting to discuss the expected recommendations of this staff report at Cubberley Community Center, Room A-6 on December 9, 2009. Notes from that public meeting are included as Attachment B. In addition, staff presented information (and answered questions) to the Council in a study session on March 8,2010. CMR:165:10 Page 2 of6 DISCUSSION Short-term Recommendations Staff has implemented all of the short-tenn recommendations for current compost operations contained in the BRTF Report as modified by the staff response (Directive No.2, above). The analysis of aerated static pile (ASP) composting within Palo Alto or off site composting as interim solutions (Directive No.3, above) is contained in Attachment D. Staff concludes that an ASP facility is too expensive and that there is no site that could be ready in time to serve as an interim facility. Therefore the current interim plan of taking yard trimmings to the Z-Best Gilroy facility should continue to be the shortcterm approach, JlPon closure of the Palo Alto Compost Facility. Loeal Siting Options Evaluation of three pennanent siting options (the Embarcadero Road/Airport site, the northwest comer of the eurrent landfill Byxbee Park site, and private properties along Embarcadero Way), is also summarized in Attachment C, consistent with Directives No. 4 and 6, above. After furthereonsultation with the Airport community, staff concludes that the Embareadero Roadl Airport site would negatively impact that community and proposes no further work on that site in confonnance with Directive No.7, ahove. With respect to the possible sites along Embarcadero Way referenced in Directive No.6, staff concludes that procurement of sufficient property would be too expensive and potentially disruptive for the existing land .owners and tenants .. The site closest to the RWQCP entrance is a self-storage facility with numerous individual tenants. In addition there would be neighborhood compatibility hurdles with utilizing the properties on the west side of Embarcadero Way. With respect to the construction of an Anaerobic Digestion facility in the northwest comer of the current landftlllByxbee Park site, staff concludes that a detailed Feasibility Study would have to be conducted by an engineering consultant to detennine costs and fully evaluate impacts. Projected cost data obtained by Staff from venders has not been verified and is not sufficient for final decision making. An Anaerobic Digestion facility is consistent with the October 19, 2009 Council direction and with the recommendations of the Compost Blue Ribbon Task Force. However, given the key constraint (site is on dedicated parkland) of the landfilllByxbee Park site, staff does not recommend moving forward with the Feasibility Study until and unless the constraintis removed (Recommendation No.1, above). A Feasibility Study of this magnitude is best completed in conjunction with an Enviromnental Impact Report so that appropriate mitigations are identified and incorporated into the project design. The total estimated cost of this detailed analysis would exceed two hundred fifty thousand dollars. This is a staff estimate based on experience with the formerly proposed Enviromnental Services Center (ESC) at nearly the same location on Byxbee Park. Regional O)2portunities Additionally, staff is actively exploring conversion technology options with the otherSMaRT® Station partner cities, as well as opportunities to send organic materials to potential new privately developed anaerobic digestion facilities. Regiollal opportunities for anaerobic or other advanced processing are preliminary, but emerging quickly. Several jurisdictions in the area are begiuning to express interest and explore their CMR16S:10 Page 3 of6 abilities to build and operate regional facilities to provide organics processing in the future. Currently no firm commitments exist, but opportunities for collaboration eould be pursued by the City as they are identified. For example, the City's SMaRT® Station partners, Mountain View and Sunnyvale, both have adopted zero waste goals. In addition, the City has an established relationship with them in owning and operating a transfer and processing facility through 2021. Both of these cities have an immediate interest in developing or using conversion technology to meet their waste reduction goals and would likely be potential partners to build and operate an anaerobic digestion or other conversion facility. The primary private sector processing OPP011unity available in the near term is a facility being developed by GreenWaste Recovery, Inc (Green Waste). GreenWaste, along with their business partner from Germany, KOMPOFERM, have formed a subsidiary company called Zero Waste Energy Development Company, Inc. (Zero Waste Energy). They are in the fmal planning stages of designing a IS0,000-ton per year anaerobic digester in San Jose located approximately 12 miles from Palo Alto. In September 2009, the City of San Jose and Zero Waste Energy executed a Memorandum of Understanding (MOU) regarding their intent to develop lease terms for use of approximately 40 acres of a closed landfill site loeated beside the San Jose/Santa Clara Water Pollution Control Plant· for a biogas facility. The first phase of the processing site, 50,000 tons per year, is anticipated to be ready for operation as soon as late 2011. Initially, the processing plant anticipates taking a blend of food scraps and yard trimmings from jurisdictions to produce biofuel and compost. GreenWaste is the collection and processing provider for the City of Palo Alto's solid waste, recyclables, yard trimmings, and food scraps. Staff has had preliminary discussions with GreertWaste about utilizing this facility for the City'S food scrap tonnage, and some or all of our yard trimmings. Finally, staffhas also met with another company, Harvest Power, that is also pursuing development of a regional AD facility for the south bay area. Harvest Power has not identified any specific faeility location yet. Regional Water Quality Control Plant Master Plan Under the existing adopted Capital Improvement Project (CIP) WQ-IOOOl, staffwill soon be procuring consultant services to prepare a Master Plan for the Regional Water Quality Control Plant. The draft scope of work requests an analysis of energy conversion technologies (including anaerobic digestion) that might be suitable replacements for biosolids incineration in the future. The Master Plan Work is scheduled to begin later this year. Feedstocks and End Products Regardless of whether the City pursues partnership with a private firm or a regional conversion technology facility, it is important to nnderstand our various feedstocks and what end products are to be produced and marketed. A feedstock is the raw waste material that would be proeessed and includes food waste, sewage biosolids, yard trimmings, and soiled paper. A single technology may not be best for the various organic material feedstocks that exist in Palo Alto. For example, certain feedstocks require greater vector and odor control than others. Certain feedstocks may also affect the marketability of any end product compost material due to concentrations of metals, fecal coliform bacteria, and other contaminants. These issues will CMR165:10 Page 4 of6 continue to guide the City into a solution that will best serve Palo Alto's needs for the long term. Because of the upcoming Master Plan and the various prospects for new regional facilities, it is not yet clear whether a joint venture with other communities, a processing contract with a private facility, an anaerobic digestion facility at the RWQCP, or some combination of the aforementioned are in the City's best interests. Therefore, staff is recommending continuing to explore advanced tecImoiogies at the Regional Water Quality Control Plant and at Regional locations in the South Bay area, as expressed in Recommendations 2 and 3 above. Commercial Garbage Disposal Moratorimn On January 12, 2009 Couucil passed a motion containing the following provision: "The City shall suspend accepting commercial garbage at the Palo Alto dump while awaiting City Council action on the recommendations ofthe BRTF." Staff interprets this provision to mean that it is to recommence acceptance of commercial garbage upon further action by Council on the compo sting issue. Staff is seeking Council confirmation of this interpretation through Recommendation No.4, above. Follow-up to Study Session on March 8, 20 I 0 Attachment D contains further staff responses to questions and comments raised at the Study Session on March 8,2010, including the potential early conversion oflandfill Phases IIA and lIB to park use. As a follow-up to the community· response at the Council Study Session on March 8, 2010, Council may wish to provide specific direction to staff about conducting a scientific random voter survey regarding the Byxbee Park site option. This survey would gage resident sentiment about the possible undedication of a portion of Byxbee Park for an organic material processing and energy generation facility. Similar voter surveys have been performed about other issues for less than $25,000. Staff could therefore procure these polling services using unspent Refuse Fund operating budget for program and project consultants. Survey questions and language could be referred to the Policy and Services Committee if the Council moves to proceed with this type of community outreach. Attachment E is an aerial map from the Study Session presentation that shows two City-owned areas of the Baylands that are not currently dedicated as parkland. These areas could potentially be swapped for land within the current Byxbee Park. A potential survey could also gage voter sentiment towards such a land swap idea. RESOURCE IMPACT There. is no additional resource impacts associated with the recommendations in this report beyond what has already been anticipated in the Council adopted Zero Waste Operations Plan (CMR:123:07). ENVIRONMENTAL REVIEW The staff recommendations in this report do not constitute a "project" as defined by the California Environmental Quality Act (CEQA). CMR165:1O PageS of6 POLICY IMPLICATIONS The recommendation does not represent changes to existing City policies. The recommendation is consistent with the Council adopted Zero Waste Plan and Council priorities to reduce greenhouse gas emissions. ATTACHMENTS Attachment A: Notes from Public Meeting on November 4, 2009 Attachment B: Notes from Public Meeting on December 9, 2009 Attachment C: Staff Memo on Further Compost Facility Evaluation Attachment D: Staff Memo Addressing Council Questions from Study Session on March 8, 20 10 Attachment E: Map of Potentially Offsetting Areas from Study Session Presentation PREPARED BY: ~<t·a~~ APPROVED BY: 1l:1~----' CITY MANAGER APPROVAL: . J / City Manager Page 6 Qf6 A) Plllllose: Meeting Summary 1114/09 CompostlAirport Public Meeting (4:00-5:30 pm -Palo Alto Airport) ATTACHMENT A To explore potential sites for organics material management which would have "no imp!j.ct" on the Palo Alto Airport (per I 0/19109 direction from the Palo Alto Council.) B) Attendees: Airport Community Members Chuck Byer Harry Hirschman Ralph Britton Pat Roy Larry Shapiro Michael Baum C) Summary: Former Compost Task Force Members Bob Wenzlau Emily Renzel Palo Alto City Staff Cara Silver Steve Emslie Phil Bobel The group brainstormed and identified impacts to the Palo Alto Airport associated with seven (7) different location configurations of Organics Material Management (OMM) facilities. (See D. below for details). There appear to be three configurations which are likely to have no impact on the Airport (with several qualifiers noted in Part D). 1. Locating. the OMM on Embarcadero Way (currently privately owned buildings) .. 2. Locating the OMM on the Los Altos Treatment Plant (LA TP) site and locating the municipal operations planned for the LATP site on Embarcadero Way (currently privately owned buildings). D) Identification ofImpacts on the Airport: 1. Locating OMM on the current Landfill site. and swawing aWfoximately 10 acres of the North Runway site (22 acres total) as dedicated parkland. Thus, a I b acre strip of the North Runway site, the eastern half, would become parkland. The group assumed that the dedication itself would involve no physical changes; that any physical changes would be a separate action involving separate analysis. IMPACTS: No impacts tq the Airport were identified as long as the following points were reCognized and addressed: Page I u; lPWDIADMINIKAREN\CMRI040510i 165-10 C ompC31lng Resp.nselAlltlChmenC A.doc ATTACHMENT A' a. The FAA must be consulted for any rules they may have. Their approval may be needed, b. Sufficient "buffer" must be allowed adjacent to the runway for aircraft wingspan. c, The new Parkland (North Runway site) would have to have restricted access to prevent people and animals from entering. d. The existing levee must be maintained. In fact, it may need to be augmented in light of sea level rise. e, There may be a habitat mitigation area at the north end of the North Runway site which must be maintained. 2. Locating OMM on Embarcadero Road/Airport site and relocating Ailll0rt facilities per the 9/09/09 memo from Barney, et all to PA Council. This option would move the Heliport and Terminal to avoid impacts from the OMM in the southeastern corner of the Airport. IMPACTS: The following impacts on the Airport were identified: a. The changes to the layout of Airport operations are major and funding would be needed. Both the amount and source of funds would be issues. b. Cost of moving Embarcadero Road and resurfacing (at a minimum) of the Airport access road would be impacts. c. New location of the Heliport is not safe due to incoming fixed wing traffic and proximity to fuel storage. d, Negative visual impacts to the Airport would occur. e .. ' All of the negative impacts identified in the Task Force Report associated with the Embarcadero Road/Airport site would apply. 3. Locating OMM at the LATP site and move the activities plarmed for the LATP site to the Embarcadero Road/Airport site and relocate Airport facilities per the 9/09/09 memo from Barney, et all to the P A Council. IMPACTS: The negative impacts listed as 2.a -2.d above would also apply to this concept. 4. Locating OMM on land riow occupied by privately owned buildings on one or both sides of Embarcadero Way. IMPACTS: The following issues would have to be addressed and mayor may not turn out to be actual impacts on the Airport: a. The potential for a bird attraction hazard would have to be investigated. Page 2 U:IPWDIADMfNlKAREMCMRI0405fOIf65·fO Com posting ResponselAltachmenCA.doc ATTACHMENT A b. A· 1,200 foot distance would have to be achieved with respect to yard waste. c. A 1 mile distance would have to be achieved for food waste. 5. Locating the OMM at the LATP site and locate the activities planned for the LATP site where the privately owned buildings on one or both sides of Embarcadero Way are now. IMPACTS: No impacts on the Airport were identified, assuming that there were no bird attraction issues from the operations that would be located on Embarcadero Way. 6. Locating the OMM at the LA TP site and locate the activities planned for the LATP site on the North Runway site. IMPACTS: The following impacts on the Airport were identified: a. FAA approval would be needed b. Access would have to be provided which does not exist, creating safety Issues. c. Oversight of contractors and City staff would have to be addressed. d. Bird attraction would have to be addressed. 7. Separate the OMM activities, locating only the curing piles (possible aerated static piles) on the North Runway site. IMPACTS: The following impacts on the Airport were identified: a. Access which does not now exi1;t would have to be provided, creating safety issues. b. The bird attraction issue would have to be addressed. c. FAA approval would be needed. 8. Locating the OMM on the Landfill site and creating offsetting parkland (approximately 10 acres) at the North Runway site. IMPACTS: There is no guarantee that the FAA will accept dedicating 20 acres as "Parkland" and thereby reducing the available Palo Alto airpark land by 20%. Until further clarification is gained on this item, it should not be included in the "no airport impact" category. Page 3 U:\PWD\ADMINlKAREMCMR\0405JO\J65~1O Compos{ing RespanseiAUachmen(A doc ATTACHMENTB On 12/9/09 City Staff presented its preliminary thinking in response to Council's 10/19/09 directives. The responses will undergo more work, and likely be presented to Council on 2/1/10. Staff sought, and received, feedback on the following concepts: 1. Interim Aerated Static Piles: Staff is unlikely to recommend this due to cost, length of time to bring on line, and lack of an authorized site. (The interim (post 2012) "fallback" is the Z-Best (Gilroy) compost facility). 2. Long Term Sites in Palo Alto: a. Airport Site Staff is unlikely to recommend this due to impacts on the Airport and the Council directive to have "no Impact" on the Airport. b. Embarcadero Way Site Staff is unlikely to recommend this due to high cost of purchasing landlbuildings. c. Landfill CByxbee) Site . Sfaff is unlikely to recommend conducting a feasibility/environmental study at this time due to uncertain availability of the site and the high cost of a . feasibility/environmental study. 3. Areas to Pursue: a. Nearby Sites » Staff will pursue taking organics to a new anaerobic digestion facility likely to open as soon as 2010 in San Jose (Greenwaste, Zanker Road). approx. 12.5 miles from the Embarcadero/101 interchange ( Note: Much closer than Z- Best which is 53 miles ). » Staff will purs.ue the possibility of an energy recovery facility at the SMaRT Station in Sunnyvale, although it is just an idea at this point. b. Palo Alto Regional Water Quality Control Plant (RWQCP) Master Planning » Staff will consider anaerobic digestion and other energy recovery possibilities at the RWQCP as the Master Planning gets underway in 2010. (Not able to handle yard trimmings, or all food waste within the RWQCP, however.) The following feedback was received at the meeting; Comments from Public On Palo Alto Staff Presentation at 12/09/09 Public Meeting ATTACHMENTB' Individual members of the public suggested that the following thoughts (or ansVjers to questions) be included in the report back to City Council on (or about) 211/10: I. Indicate that there is citizen support (as well as citizen opposition) to an organics management. facility on the landfill (Byxbee) site. 2. The City's Solid Waste Management Plan filed with the County would have to be revised if a new Palo Alto Compost Facility were to be developed. 3. The regional situation with respect to organics management should be discussed. 4. For Aerated Static Piles (ASP) and Anaerobic Digestion (AD), the extent to which operating facilities exist should be discussed. S. The emerging responses to the Santa Barbara RFP should be summarized to show what technologies are actually being proposed by bidders there. 6. The quality of the food scraps processed at Z-Best (Gilroy) should be mentioned as it is apparently contaminated with plastics and other non-food material. 7. The quality of biosolids should be discussed with the "hazardous waste" issue and the "long term build-up" issues described. 8. The schedule for developing Greenwaste's Zanker Road facility should be explored to determine why it is happening so much faster than Staffs estimation of a Palo Alto facility schedule. . . 9. A resident "Initiative" would shorten the schedule by eliminating one of the two ErRs shown on the Palo Alto Staff schedule. 10. The Waste Management Board management staff were much more optimistic about a .Palo Alto schedule and should be consulted. 11. Wh~n will Greenwaste's .Zanker Road facility be able to take yard trimmings and biosolids? 12. What has the experience to date been of taking commercial food waste in Palo Alto in Palo Alto? 13. The process outputs (e.g., energy, compost) of an organics processing facility should be fully considered as a decision is made on the type of process. 14. The sensitivity of the facility location to noise, light,. traffic, dust and pollutants should be described. 15. Drawings showing what the various site locations would look like should be presented. 16. Make it clear that the "Landfill site" is on "Byxbee Park". 3/111 0 ATTACHMENTC Staff Evaluation Follow-up to Blue Ribbon Task Force (BRTF) Recommendations For Developing an Organics Processing Facility Within The City of Palo Alto n Staff analysis and recommendation for developing an interim Aerated Static Pile (ASP) composting operation within Palo Alto versus adopting the Zero Waste Operations Plan of sending yard trimmings to SMaRT/ZBest. . The advantages of the City developing an ASP composting facility in Palo Alto after the existing composting facility closes are mainly: reduced greenhouse gas vehicle emissions through a closer destination facility; and that the City could control the facility and add other organic wastes to the process (biosolids, food scraps, etc). Control of the facility and organic wastes that could be processed could allow the City to implement residential curbside collection of food scraps in their green waste carts. Disadvantages of the City developing its own facility in the interim are the high cost of developing an ASP operation ($3 million initial capital investment); and the fact that there is no land readily available for the placement of an ASP facility in the intermediate term. Staff does not believe that the $3 million investment for an ASP Facility developed on any existing City-oWned property is warranted because of the interim nature of the ASP (Council has prioritized Anaerobic Digestion) and because there is no readily available site for the facility. 2) Evaluation of Three Potential Anaerobic Digestion (AD) Facility Sites. Site #1 Other Unspecified Locations Along Embarcadero Road Staff focused primarily on the existing commercial properties along Embarcadero Way for this portion ofthe evaluation. Five properties ranging in size from I to almost 4 acres were evaluated by the Real Estate Division of the Administrative Services Department. Table 1 below summarizes the potential acquisition costs for these properties. The properties' layout in relation to the Airport and the Regional Water Quality Control Plant (RWQCP) is shown in Figure 1. If only the three properties along the east side of Embarcadero Way are considered, acquisition costs could range between $8.2 to $13.7 million for these 3.15 acres ofland. It is very unlikely that even just these three properties would be easy to acquire. Eminent Domain would likely be necessary. One of these three properties houses California Self Storage and another is currently leased by Victor Aviation Services. Only the property at the comer of Embarcadero Road appears to be vacant at the time of this report. It contains a two-story structure for research and development and offices. Staff does not recommend pursuing the acquisition of these properties for an organics processing facility. Page I of 8 3/1/1 0 AITACHMENTC Table 1: ROUGH ACOUISITION ESTIMATES FOR EMBARCADERO WAY PROPERTIES High Mid Low Street Number APN Acres $100/sf $80/sf $60/sf Facts Sold 7/06 lor approx. WEST 1880 008-03-027 1.19 $5,183,640 $4,146,912 $3,110,184 $4,250,000 recently refurbIshed ~ avail SIDE for lease 2440 008-03-072 3.95 $17,206,200 $13,764,960 $10,323,720 Newer R&D Sites - several vacancies ! 1900 008-03-071 1.14 $4,965,840 $3,972,672 $2,979,504 Olo.r building - available for lease EAST Older building -• SIDE 2415 008-03-030 1 $4,356,000 $3,484,800 $2,613,600 currently leased i 2425 008-03-068 1,01 $4,399,560 $3,519,648 $2,639,736 Self storage facmty Totals 5,14 $22,389,840 $17,911,872 $13,433,904 COMPARABLE DATA: 2525 E, Bayshore Road -1,44 acres, same age bldg -Comp Value per Real Quest $6,250,000 -Sold 4/2006 $4,200,000 1010 Corporation Way -Currently for sale -21 ,500 sl, Bldg, Office/R&D, Vacant, 1,10 ac lot size -for sale price $5,300,000'" $246,51/51 CONDEMNATION COSTS CONSIDERATIONS (assume +30% to above mid range flgure): Courts must find that: 1) public Interest and necessity require the project; 2) the project is compatible with the greatest public good and least private Injury; and 3) the property is necessary for the project Costs to consider: Fair market value, plus attorney fee$, appraisal fees, relocation expenses, payment for business fixtures, equipment and good will, and if leased possibly relocation andlor tenants leasehold interest to be compensated, . NOTES and ABBREVIATIONS: East Side parcels represent the lots next to RWQCP APN: Assessor's Parcel Number sf: Square Feet Page 2 of8 3/1/10 AITACHMENTC Figure 1: EMBARCADERO WAY PROPERTY LOCATIONS Airport I \ Baylands . \ " \ Site #2 Embarcadero Road/Airport Site Based on meetings held with Airport stakeholders, there are no options within the airport property that have no negative impacts on its operations, finances, or relationships with the FAA or Santa Clara County, Page 3 of8 3/1!1 0 ATTACHMENTC Site #3 Northwest Corner of Current Landfill Site (Byxbee Park) Staff has conceptually developed a 4.7 acre grading plan (Figure 2) at the Northwest comer of the landfill adjacent to the PAR WQCP that might be large enough for a large AD facility that could accommodate the City's entire organic waste throughput. The grading plan incorporates dedicated park acreage from the area adjacent to the PARWQCP fenceline (facing the landfill) and overlying approximately 2 acres of the existing landfill. Implementing this conceptual grading plan would mean raising the grades of the existing land adjacent to the landfill approximately 5 feet to approximately 15 feet above mean sea level (MSL). This conceptual site would partially overlie the landfill final contours approved by the landfill architect (Hargreaves Associates, April 2008). If an AD building were developed on this site then the top of a building could be as high as 40 feet above MSL -lower than the highest elevations ofthe landfill that are 60 feet above MSL. Permits and Approvals Permitting an AD facility at the Northwest corner of the landfill would involve CEQA, State permits and local approvals and voter approval to undedicate a portion of Byxbee Park. This entire development process would be expected to take 7 or 8 years to complete (See timeline Figure 3). Because this site overlies the landfill and because this site would probably require two EIRs and a vote to undedicated parkland, the schedule for development of a large AD facility would be expected to take three to four years longer than a site that did not have these land use issues. • An Environmental Impact Report (ElR) would be required. It is likely that two EIRs may be required - a programmatic EIR to support the vote to undedicate the parkland and later, a design level EIR that would support the permits and approvals; • A new or revised solid waste facility permit would be necessary; • A new Bay Area Air Quality Management District (BAAQMD) Facility Pennit would likely be required. A new high technology organics facility with emissions control would meet the BACT standards (Best Achievable Control Technology). • New or revised Waste Discharge Requirements (WDRs) will probably be required from the Regional Water Quality Control Board since the proposed operation would be sited partiallyi'on the landfill. Flatter grades overlying the landfill can be permitted as long as an 'effective system for diverting surface drainage and preventing ponding is designed in accordanee'with California Code of Regulations Title 27 Section 21090 (b)(1 )(B). • Local permits and approvals would inelude revising the Baylands Master Plan, Planning/Site & Design Review approvals, voter approval to undedicate parkland etc. Page 40f8 31111 0 ATTACHMENTC • The City would need to modifY the landfill's post-closure plan to reflect this continued operation on the closed landfill. Also, a facility operations layer and drainage features would need to be designed and constructed to protect the landfill's cap. • An amendment to the landfill lease with the State Lands Commission would be necessary for the improvements. Other Impacts Sino;:e the proposed facility can be incorporated into the PARWQCP, the existing landscape screen trees would need to be removed and new landscaping improvements would need to be installed at the perimeter of the new facility. Access to Byxbee park could still be available via the existing parking lot. Some trails planned at the north end of the landfill would need to be rerouted to avoid the new facility. Maintenance of the park/landfill could still be undertaken. Development Costs Hilary Gans from the Blue Ribbon Task Force completed and presented to Council a preliminary cost estimate of $ 13.75 million for an Anaerobic Digestion (AD) w/ Energy Recovery system that is large enough to handle the City's yard trimmings and some food waste. This capital cost estimate includes the cost of a specialized building, gas collection system and electricity genenitjng equipment but did not include the cost of an asphalt operating surface or materials handling equipment cost since the City (\lready owns all the necessary heavy equipment required to run a c~mposting system. The cost' per ton calculation to process the City'S organics would depend on what type of facility is developed, what type of organic wastes would be managed at the facility and what throughput of tonnage would be possible. A consultant feasibility study would need to be performed before these costs could be accurately developed. 3) Evaluation of Other Options Figure 4 presents timelines for two recommended courses of action: 1) study the feasibility of developing energy recovery facilities for biosolids and limited foodwaste during the upcoming RWQCI' Master Planning project, and 2) pursue partnering opportunities with SMaRT and/or private ventures building nearby anaerobic digestion facilities. Page 5 of 8 Figure 2" C " onceptual Grad" Facility on B b mg Plan for AD yx ee Park ATIACHMENT"C 2010 IMMEDIATE "J! '" .. " a '" BY COUNCIL Projected Schedule RFP • Request for Proposal AD • Anaerobic Digestion EIR • Environmental Impact Report Figure 3: ANAEROBIC DIGESTION FACILITY DEVELOPMENT TIMELINE CITY OF PALO ALTO 2011 • 2012 Council Decision 2010) (Apr 2010) Landfill TIMELINE IN YEARS 2013 2014 Compost Facility Closes (Dec 2011) 2012) " (Nov 2012) 2015 2016 Selection of Design-Build AD Vendor (JuI2012) Begin Design, Focused EIR, .......... Permits and Approvals (JuI2012) MATERIAL TO SmaRT 2017 2018 2019 Complete and Certify EIR, rReceive All Pennits and Approvals. (JuI2016) . , I I , I I I Construction and Startup (Dec 2017) P E KIVIAI'II t:: I'll FACILITY D . I I AD eSlgn, I Constr I I J • 1 Feasibility I Lag I Vendor CEQA, ! & Startup---1 • • Study/EIR • !TimeL RFP Permit (17 Mos) (24 Mos) (8 MOS)(9 Mos) (48 Mos) o l '" co !2. co NO IMMEDIATE COUNCIL ACTION REQUIRED Staff Driven (Limited AD at WQCP) Staff Driven (Track Partnering Opportunities) AD • Anaerobic Digestion Figure 4: ANAEROBIC DIGESTION FACILITY DEVELOPMENT TIME LINES CITY OF PALO ALTO Begin Feasibility rMaster Plan TIMELINE IN YEARS (June 2010) Landfill Closes Compost Facility Closes 2011) Landfill Closes Complete Feasibility ,..........Master Plan (May 2012) Compost Facility Closes (Dec 2011) TRACKIN<iPA~ERING OPPORTUNITIES WITH NEW REGIONAL AD FACILITIES g I ~ -i () 3/30/10 ATIACHMENTD Staff Memo Follow-up to Council Questions from Study Session on March 8, 2010 Council Email Ouestion: The Composting [Blue Ribbon Task Force] Report was originally paired with a Colleagues memo on Early Opening of Portions of Byxbee Park. This complementary item was amended and passed on Nov 2, 2009. It was stated at that meeting that this item on the Early Opening would return 'quickly'. Will it be on the Agenda on AprilS along with the Composting Report? The COUNCIL MOTION from November 2,2009 stated: 1) Direct Staff to work with the Parks and Recreation Cormnission and Hargreaves and Associates to develop fmal park design goals for Phase II of Byxbee Park including provision to access and views and return j.o Council with a proposed impl()lUentation budget, and 2) Direct Staff to take the necessary steps to open the completed and approved landfill area (Phase II AlB in the Baylands Master Plan) to the public as interim open space by the end of 2011 or sooner; 3) Amended to direct Staff to report back to Council with an estimated budget for the work in both parts of the Motion in a timely manner. Staff Response: The attached Table 1 outlines the steps necessary to prepare closed Landfill Phase IIA and Phase lIB for early public access. Staff will begin adding clean soil to low areas in the previously closed sections within the next few months (weather permitting) in order to fulfill the post-closure responsibility of addressing settlement. Most ofthe top-deck areas have settled one to two feet. (or more) within the last several years. The current goal is to accept and spread enough clean soil to bring the closed sections up to the original designed grades of these already capped landfill areas. The proposed FY 2011 budget for the Landfill Closure (CIP RF-llOO 1) has been adjusted to provide $600,000 for the work required to prepare Phase IIA and Phase IIB for public access. This will include: changes to the environmental control systems (leachate and landfill gas collection piping) to place piping and well heads underground, minor grading and improvements to site access roads, and removal of perimeter fencing. The Refuse Fund budget does not include money to prepare final park design goals in conjunction with Hargreaves and the Parks & Recreation Commission, final park design (which should include Phase lIC), nor final park construction. Staff believes it would be more efficient and cost effective to bury the piping system underground when the Phase lIC closure is completed because there will be the efficiency of earth moving equipment and a single contractor to mobilize rather than administering two discrete projects successively. If Council decides to initiate the early opening of Phase IlA and Phase lIB and to bear the extra expense, it would prohably only speed up the potential to open these areas by about one year earlier than if the work was combined with the closure construction on Phase lIC. It is also not clear yet how the park-related improvements will be funded. Page 1 of5 TABLE 1 BYXBEE PARK -PHASE IIA & PHASE liB CLOSED LANDFILL PREPARATION WORK I ESTIMATED TAS.q DESCRIPTION STATUS COST SOURCE OF FUNDS TIME LINE 1 IAdjust the setUed surface with new topsoil to raise the IN $50,000 PWD -Refuse: Landfill Complete by October 201 0 finished grade back to the permitted elevations PROGRESS Operations IRevegetate surface following settlement remediation IN PWD -Refuse: Landfill 2 IPROGRESS $25,000 Operations Complete by December 2010 I Seek Local Enforcement Agency (LEA) approval for I PLANNED I PWD -Refuse: staff-level Complete by December 2010 3 (assuming no permitting "early" public access to Phase IIA & Phase liB task hurdles) 4 I Design, plan and permit changes to environmental control PLANNED $50,000 PWD -RefuSe: Closure Pending FY 2011 Budget systems (leachate and landfiU gas collection piping) reserve (CIP RF-11 001) 5 I Modify environmental control systems to place piping and PLANNED $500,000 PWD -Refuse: Closure I Pending FY 2011 Budget well heads underground reserve (CIP RF-11001) 6 IMinor greding and improvementof site access roads I PLANNED $25,000 IPWD -Refuse: Closure reserve (CIP RF-11001) IPending FY 2011 Budget 7 I Remove perimeter' fencing IPLANNED $25,000 PWD -Refuse: Closure I reserve (CIP RF-11001) Pending FY 2011 Budget I Prepare Final Park Design Goals in conjunction with I PLANNED ICSD: ??? »- 8 $25,{)00 Pending Council action ~ Hargreaves and the Parks & Recreation Commission ('J ::c 9 I Final Park Design (including Phase IIC) IPLANNED $470,000 ICSD: ??1 IPending Council action a;:: ~ 10 I Final Park Construction (including Phase IIC) IPLANNED I $4,700,000 leSD: 1?? IPending Council action .., " 3/30/10 ATTACHMENTD Study Session Question: Refuse fund has right to parkland until June 30, 2011 future use would require $3.7 million annual payment? Is that built into the numbers? Staff Response: CMR 104:07 established the following rent schedule for both the active and closed portions of the landfill: City of Palo Alto I Landfill Rent Schedule Rent Payment (Smoothing Rent Charged Schedule) 2004-05 7420925 4,288,747 2005-06 7420925 4288747 2006-07 7420,925 4,288,747 .2007-08 7420,925 4,288,747 2008-09 7,420,925 4,288,747 2009-10 7420925 4,288,747 2010-11 7420,925 4,288747 2011-12 0 4,288,747 2012-13 0 2,094,332 . 2013-14 0 2,094,331 2014-15 0 2,094331 2015-16 0 2,094,331 2016-17 0 2,094,331 2017-18 0 2,094,331 2018-19 0 2,094331 2019-20 0 2,094,331 2020-21 0 881,851 This rent schedule encompasses the entire landfill area (approximately 100 acres of both active and closed). The amount of rent attributable to the piece of land being considered for composting would be proportionally less. The current annual rent payment for the entire landfill is approximately $4.3 Million. If the Refuse Fund occupies any portion of Byxbee Park for a longer period than contemplated in the rent schedule, the schedul~ would have to be re-adjusted. The schedule was based on the information available at the time that assumed a projected landfill closure on June 30, 2011. The schedule adopted by the Council in 2007 contained a number of Council-directed policies, including: (1) the Refuse Fund should be paying the General Fund for use of the inactive portion until it is formally converted to park use; (2) the rent attributable to Page 3 of5 3/30/10 ATTACHMENT D the inactive portion should be less than fair market rent since the Refuse Fund is not actively using the property and (3) the rent payments should be amortized over time so that Refuse rates are not substantially impacted. The current economy which has led to less commercial dumping at the landfill together with the temporary City Council imposed commercial dumping moratorium may result in a slightly later landfill closure date. The City is in the process of determining whether there is a need for further refining this rental schedule al).d whether there is a need for an updated appraisal. Study Session Question: If there is a de-aunexation of the parkland, the parkland will take on the value of commercial properties around it. Refuse Fund would have a liability for approximately that amount? Staff Response: If the parkland is de-alUlexed and the Refuse Fund continues to utilize the property for Refuse purposes (including composting), the Refuse Fund would be responsible for the payment of rent. The rent would be based on the highest and best use which is most likely research and development/industrial use. Study Session Question: Concerned about buffer betWeen industrial activities and parkland - will there be an EIR to estimate the impact on Parkland? Staff Response: Yes, an ErR for a compost project would address land use compatibility and related aesthetic issues. The zoning ordinance governing the new use could also prescribe appropriate setbacksl buffer zones. Study Session Question: 90% solution email by Bryan Long -can his solution be part of the April 5 discussion? For reference, the recommendations in Bryan Long's 90% solution email are: I. Improve collection rates of our new commerciaVmultifamily food waste collection program, and implement a residential food scrap collection program. Utilize Z-Best or other regional facility to compost or digest these food wastes for the time being. 2. After landfill closure, divert yard trimmings to Z-Best or other regional composting facility, and 3.. Direct RWQCP staff to incorporate alternatives for anaerobic digestion ofbiosolids and Palo Alto's food scrap collections into their comprehensive [Master 1 plan. Direct staff to consider yard trimmings as well, but as a secondary priority and only if it does not significantly increase the cost or lengthen the timeframe required. Page 4 of5 3i30/10 ATTACHMENTD Staff Response: Staffs recommendation is largely in line with what is referred to as the 90% solution. The upcoming RWQCP Master Plan will include an analysis of options for managing the biosolids that are currently incinerated. The analysis ofbiosolids options won't constitute a full "Feasibility Study". However it will include site specific cost and revenue estimates, general environment impact analysis and life cycle estimates of greenhouse gas (GHG) emissions. Taking some food waste ",ill be analyzed, but it is very unlikely that anything close to all the P A food waste could be handled within the RWQCP footprint. It is important to note that the RWQCP is funded 35% by Palo Alto and 65% by its other Partners. Therefore, expenditures (including planning) for waste streams generated by only Palo Alto would have to be funded by 100% Palo Alto funds .. Major Capital Improvement Projects at the RWQCP also require approval by the Partner City Councils in addition to the Palo Alto City Council. Study Session Concerns: Numerous questions posed by Council at the study session related to the size, cost, operations, buffer zones, and environmental impacts of an anaerobic digestion facility. Staff Response: These types of questions are best answered through a detailed feasibility study combined with a full Environmental Impact Report (EIR) so that all mitigation measures can be identified and properly estimated for cost. The cost of such a detailed study would exceed $250,000. Previously a similar effort for the project known as the Environmental Services Center (ESC) would have cost over $400,000 (CMR 125:05). The largest portion of the proposed ESC was the composting area. Because no readily available site has been identified, staff does not recommend moving forward with a full scale feasibility study for anaerobic digestion at this time. Page 5 of5 I I >. 0 C) c: CO c: en --0 --I , CO I , I , --c: Cl) Cl) I , CO Cl) ~ s.... « u I , 0 0 0 c... .....I April 5, 2010 CMR 165:10 TO: FROM: DATE: City of Palo Alto City Mal1ager's Report HONORABLE CITY COUNCIL 12 CITY MANAGER DEPARTMENT: PUBLIC WORKS APRIL 5,2010 CMR:183:10 REPORT TYPE: ACTION ITEM SUBJECT: Acceptance of the Regional Water Quality Control Plant Site Feasibility Study and Authorization to Proceed with an Environmental Assessment of a Recycling Center and Permanent Household Hazardous Waste Drop-off Facility Improvements for the West Side of the Regional Water Quality Control Plant Site EXECUTIVE SUMMARY This report requests Council acceptance of the Regional Water Quality Control Plant site feasibility study. This feasibility study was performed in accordance with Council approved Capital Improvement Project PE-09004 to identify ,the programming needs for various City facilities to be located at two sites: I) the former Los Altos Treatment Plant (located at 1237 North San Antonio Road) site and; 2) the west side of the Regional Water Quality Control Plant (located on Embarcadero Way) site (see Attachment A for location map). This portion ofthe feasibility study addresses only the R WQCP phase. Once the feasibility study is approved, staff recommends preparing an environmental assessment and design for the recycling center and permanent household hazardous waste drop-off facility improvements at the Regional Water Quality Control Plant site in anticipation ofthe landfill closure. RECOMMENDATION Staff recommends that Council: 1. Accept the Regional Water Quality Control Plant (R WQCP) Feasibility Study (Attachment A); and 2. Authorize staff to proceed with an environmental assessment of a recycling center and permanent household hazardous waste drop-off facility improvements at the west side of the Regional Water Quality Control Plant. BACKGROUND With the upcoming cl,osure of Palo Alto's landfill and accordingly the recycling center in 2011112 there is a need to identify a new location the recycling center. Staff from various departments began meeting in April 2008 to discuss the environmental review and to identify other potential sites for a future recycling center. On August 4, 2008, Council approved a contract with Group 4 Architecture Research + Planning, Inc to study space needs for various City facilities on two sites: the 13 .26 acre former CMR:183:IO Page I of4 , .J I ','.,,\ ".1 f' Los Altos Treatment Plant (LATP) site and the 2.62 at.'l"e undeveloped frontage area on the west side of the RWQCP. This report addresses the RWQCP portion of that study only. The uses that were considered were: • Household Hazardous Waste Permanent Facility fHHWPF) Improvements. Improvements to the existing HHWPF would provide additional areas for the collection, packaging and short-term storage of household hazardous wastes such as paints, pesticides, solvents, aerosol cans, etc. The R,WQCP is a State-permitted HHWPF and presently, temporary HHW drop-off events are held one day per month in the guest parking lot of the RWQCP as well as an appointment-based program operated at the household hazardous waste contaimnent lockers at the entrance to the RWQCP. , • Recycling Center. The Recycling Center provides a convenient location for drop-off of scrap metal, used motor oil, oil filters, automobile and household batteries, anti- freeze, computer monitors, televisions and other video display devices, fluorescent lights, large appliances, mattresses, electronics, books for reuse, videos for reuse, and Goodwill donation collection. Lastly, residents can drop-off excess recyclables that are eligible to be collected curbside via the single-stream carts. The site currently occupied by the Recycling Center overlies a portion of the City's landfill that will be capped and closed as part of the landfill closure process and will need to be relocated when construction of the impermeable landfill closure cap begins. Palo Alto Municipal Code (P AMC) § 5.20.270 requires that a Recycling Center be maintained within the City's boundary. • Resource Recovery Facility (RRF). As part of the City's goal of zero waste, a RRF will be evaluated for placement at one of the potential sites. The RRF 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, but since this operation is compatible with the recycling and HHWPF program, the feasibility study addresses this use. DISCUSSION Feasibility Study The purpose of the feasibility study is to identify the programming needs of the various City facilities mentioned above. The RWQCP site is located on the west side of the treatment plant and is not park dedicated. This portion is small and narrow and appropriate for uses that are easily relocated in the event the RWQCP needs to expand or other uses are determined to be feasible at this site in the future. Staff is recommending pursuing development of the RWQCP site as a recycling center and improvements to the existing HHWPF. Ihe remaining areas for uses of a future RRF at the RWQCP site will be pursued at a later time when funding becomes available. The Compost Blue Ribbon Task Force (BRTF) was established in January 2009, and presented its report to Council on October 19,2009 (CMR 402:09). The BRTF considered locations for organics materials management both within and outside of Palo Alto, and specifically considered the RWQCP site. The BRTF was advised by staff that the RWQCP site shape and proximity to office buildings do not lend it to being suitable for windrowcomposting or' aerated static piles. The BRTF screened out the R WQCP site partly for these reasons, but mostly because, at 2.6 acres, the site was not large enough for the composting operation. Staff believes that the Recycling Center is a much better fit for the RWQCP site than composting, and recommends moving ahead with design. Delay could easily result in having to close the Recycling Center, at least temporarily, Staff believes the RWQCP site is the only one which could be ready in time for relocation of the Recycling Center. Staff further believes that design and implementation of the next Recycling Center must proceed without delay if closure is to be avoided. Once the feasibility study is accepted and the Council authorizes staff to proceed with an environmental assessment and design for the undeveloped west side of the RWQCP, Public Works Operations staff will begin the design and hire a consultant to prepare the environmental assessment. The first step will.be to prepare a detailed tree inventory and survey. Staff will make every effort to save as many of the existing trees as possible. The attached Feasibility Study contains conceptual layouts that do not show impacts to existing trees. Reconfiguration of the new Recycling Center and HHWPF may result in a reduced footprint to preserve as many trees as possible. Staff will update Council on the design progress and proposed tree impacts before issuing construction bid documents in late summer 2011. The timeline noted below shows the anticipated environmental review, design and construction milestones for the RWQCP site coordinated with the landfi II closure. TlMELINE Begin environmental assessment and design for the RWQCP site Spring 2010 Complete Environmental Assessments for RWQCP site Fall 2010 Complete design of RWQCP site Winter 2010/11 Build recycling center at RWQCP Summer 2011 Landfill capacity reached (end of solid waste filling activity) Late 2011 Landfill closure construction Summer 2012 RESOURCE IMPACT If staff is directed to pursue design and an expected Mitigated Negative Dee1aration (MND) for the RWQCP site, there is sufficient fimding in Public Works' Refuse .Fund Capital Projects RF- 07001 (Relocation of Landfill Facilities) to complete the project. POLICY IMPLICATIONS Approval of the feasibility study is consistent with City policies and previous Council direetion. . CMR:183:10 Page 3 of4 ENVIRONMENTAL REVIEW A feasibility study is not subject to environmental review under Section 15262 of the California Environmcntal Quality Act(CEQA) Guidelines. Staff anticipates that an MND for the RWQCP site will be required for the proposed uses ofHHWPF improvcmcnts and recycling ccntcr. ATTACHMENTS Attachment A: West Side of the Regional Water Quality Control Plant Property Feasibility Study Snmmary PREPARED BY: DEPARTMENT HEAD: CITY MANAGER APPROVAL: CMR:183:10 c9~_~.Q HOLLYJ.Q)V[)="""O Project Engineer d )}fJt--- GLENN S. ROBERTS Director ofPubJic Works .~~~~ ......... ~ .... . Page 4 of4 ""1 I I I I I i I ; Background • The purpose of the Feasibility Study is to identify the programming needs of various City facilities, including: o Recyclirig Center (existing facility closure expected in 2011) o Household Hazardous Waste Facility Improvements o Resource Recovery Facility • The above facilities have been identified to be located on the west side of the Regional Water Quality Control Plant site located at 2501 Embarcadero Way. • To the greatest extent feasible, facilities will be designed to meet LEED.Silver certification. :_-_._--.-. - Participation The Feasibility Study has analyzed in detail programming and site requirements, and opportunities/constraints for the site. The study will explore phasing opportunities and a project budget to help inform project financing, the planning process, and scheduling, as well as functional, sustainable, and architectural goals .. Project participation included: .oProject Management Team (PMT) Meetings oProgramming Workshops o Technical Meetings • Planning Dept. • Public Works Dept. ~'L-: ____ _ _ ____ .w ________ •• ______ • __ ,,_wo ___ ' ____ • ____ • ___ •• ,_~ RWQCP Summary & Background The 2.62 acre parcel adjacent to the RWQCP is currently used for dumping waste and leaves generated by City street sweepers. The parcel currently houses the Household Hazardous Waste facility which is open to the public five days per week for sanitary sewer problem wastes, once a month for all residents and at least once per month on an appointment basis. The existing storm debris and dewatering area closure is planned to coincide with landfill closure. The Landfill and Recycling Center closure is expected in late. 2011. This site is planned to be converted int~ a public park. An environmental assessment for this parcel will be included as part of the following Schematic Design phase. -----._--_._-----_._---_. ---.. _-------"-----,- RWQCP Analysis ~----------_. __ . -.. -----.-.----.. ----- ZONING D Pre-zoned PF(D) L:1i:ND USE DESIGNATION ,"" . 'F>ublicF acilities PROPERTY SETBACK Front20fl. (Street) Rear. 10 fl.-' Interior N. Side: 10 fl. , .. lriterior S Side: 20fl. ------..~: " "';"" ;-,' -. ~_ "I;fEIG.ATRESlRlCTIONS __ ,~ .~-50·~', ," ,'. , ,/ oil"~;;;'!"~ '. 35 flff 150 fI of R District ' -,,; 2 story MAX FAR 1:1 " . MAX SITE COVERAGE: 30% RECYCUNG STORAGE All new development shall ~:; ...... provide adequate and ci_ ,_ . .in accessible interior areas-or . • .;s.>' ,,;;f!.I . .... '. ;,;j . exterior enclosures -. '~ .. ·.' .• 'Il.'.·'i& w -'~.-::."-:.'SWPA .•.. '.~ ... ' .... 1!.!_.' .. '_EMPLOYE .. _E SH.OW. ER ,:>N:,~:,':" ....... '." .. ";'." "'fACIUl1ES •..... ,~:. '-~'.'. . t;":'1-4, depends onGSF .:;:~ -' . .>;; RWQCP Existing Site Conditions location and Access - • The site is located east of Embarcadero Way, south of the existing Wastewater Treatment Plant (RWQCP), north of the saltwater marsh & commercial office park, and west of the landfilL o The site is adjacent to the San Francisco bay and the Mayfield Slough. o Since the site is within the Airport Influence Area,proposed development will have to comply with the Airport Comprehensive Land Use Plan. • Access points are· provided from Embarcadero Way. Soil Condition and Grading o Based on 1986 Geotechnical Report of the neighboring RWQCP, it is anticipated that this site is blanketed with ± 5 feet of undocumented, poor quality fill under which are native clays (Bay Mud), sensitive to settlement. o Site topography is highest along the north property line and naturally falls towards Embarcadero Way. Retaining walls are potentially needed along portions of the north property line. o Due to the need for buildings to be above the FEMA base flood elevation, the site will need a significant amount of imported fill. Topography data shows spot elevations that vary from 3.5' to 9.5'. Earthwork is estimated at 5,500 cubic yards, an average of 2' over the entire site. o Ground water is anticipated to be encountered in the upper 5 feet of subsurface, highly influenced by the tides. • The site is located in a liquefaction hazard zone. Flood Zone Information o The 100 year flood zone is shown as "Zone AE-10.5", per the latest FIRM map. Base flood elevation is determined to be 10.5' above sea level. Finish floor of all buildings must be at or above the flood zone elevation. , , RWQCP Existing Site Conditions Wet Utilities • An existing 8" CPAU water main is located along the NW sk,te of the site in EmbarcaderoWay. This main currently provides water,Jire,andirrigation service to the adjacent RWQCP. . • Reclaimed water mains are located within the proposed site and currently serve the RWQCP. Dry Utilities • Existing electrical, communication and gas lines run within the site's existing service road. Sanitary Sewer • A 72" SS main runs through the middle of the site and. includes a manhole at the center. A 6' SS line within Embarcadero Way can be extended east to serve the site if necessary. Storm Drainage • A majority of existing storm water runoff flows into a catch basin located east of the existing HHW, directed into a 15" RCP storm drain line. • Existing storm water runoff is approximately 2.5 cis. • It is critical that new developments on this site do not increase the net storm water flows into the City's storm drain system, ExistIng Trees • Existing trees on site can be visually classified as in generally fair to excellent conditions. A tree survey will be obtained in the Schematic Design phase. • It is expected that some trees will be removed due to site grading. . ---._--------.-~ ..• --..... ---.. ____ -~~.~-----~-.I FACILITIES PROGRAMMING HHW FACILITY ,--""',....--~, ~~---'-.,.......,.' .. ---_. RECYCLING CENTER RESOUCE RECOVERY FACILITY PROPOSED FOR RWQCP Based on a programming analysis of the various facilities and a site analysis, we have proposed that the Recycling Center, Household Hazardous Waste Facility Improvements, Resource Recovery Facility, and temporary Transfer Station be placed on this site, with the following considerations: ·2.62 acre lot size allows the Recycling Center, Household Hazardous Waste and Resource Recovery Facility to be efficiently co-located. The co-location of thesethree program components provides a one-stop service for the public for all their recycling needs. -Close proximity to the existing recycling center allows for easy relocation of equipment. -Close proximity to the RWQCP allows for shared use of support spaces,utilities,and an easy connection for waste water disposal and reclaimed water use. -The Resource Recovery Facility, currently proposed at the east end of the site, can be built in a future phase. -The east end of the site provides an opportunity for a temporary Transfer Station until a permanent Transfer Station can be sited (currently targeted for LATP site). -The existing HHW bunkers can be reused, with an option for future expansion. -The RC, HHW, and RRF are all more easily relocated, potentially allowing future expansion or reconfiguration of the RWQCP. --I" l ------------.-~ ._------.-.~-----.-"-_., -.----~ Recycling Center Needs • 'With theclosureofthe landfill site expected in late 2011, the existing ... -ReeyclingCenter needs to be relocated. • The existirigrecyclingcenterhas been reduced to less than 20,000 square feet . • The existing center does not perform anyon-site processing, but does . on-~ite sorting,~ndsegregation of limited recyclables. • The eenterallowsthepublic to drop off recycling items from overflow or non,..curbside pickup. • Co-I.ocation with the Household Hazardous waste facility is ideal because it provides the convenience of a one-stop service for the communityJorall their recycling needs. • The new Recycling Center should accommodate the same. functions as the existingfac~ity,but adding a small cardboard compacter and -'. . bailer for efficient transportation of compacted recyclable material and a more efficient site layout. • Provide adequate vehicle! truck access and maneuvering area. ~i _______ , __ .• __ .. ","_'~ ________ • ____ d_ " • Household Hazardous Waste Needs • Provide the option to re-use existing bunkers, with additional storage . space. . .• Provide a permanent covered structure with a canopy over the receiving/6 cars minimum queuing space. • Include a drive-up entrance so residents can easily drop off hazardous materialslwaste. • Currently the HHW (non-problem sanitary sewer wastes) is open to the public only twice a month. The new facility is anticipated to be open 2-3 days per week, 4 hours per day. • The bunkers will need to hold 1 month worth of materials. Each bunker shall be equipped with secondary containment storage with HOPE secondary liner, 24-hr venting system, and 2-hr fire rated enclosure. • Provide air handling system, ductwork and exhaust fans required to evacuate spilled solvents, off-gassing, and other volatile material (potentially explosive). • Provide fenced-in and secured packaging area, with access for pick-up trucks to haul off waste. • Provide an office·for 2 staff members, with restrooms and shower. Restrooms and shower may be shared with an adjacent facility, such as the RWQCP. • Provide close adjacency to the Recycling Center's hazardous waste bunkers.· ._---_._---- PALO ALTO -RWQCP SITE FEASIBILITY STUDY c;.! .... GROUP -_. __ .. -.-._-------_. ------------------------f- ,-----------_.-----------------_.--_._-- Resource Recovery Facility Needs • The program for a Resource Recovery Facility is still loosely defined. The intent is to have a facility that can divert construction waste from landfill and promote recycling or re-use of construction materials. • The city envisions a facility similar to Berkeley's Urban Ore, but smaller in scale. • Include indoor and outdoor storage and display areas. • Provide adequate parking for visitors and staff. • Provide loading and unloading area for drop-off and pick-up. • Section 5.5 of the 2007 Zero Waste Operation Plan recommends that ''the City encourage innovative [private-,sector] services ..... so the City does not have to invest in ..... building materials reuse yards .... " Temporary Transfer Station Needs • With the closu re of the Landfill in expected in 2011, a temporary Transfer Station may be needed until a permanent Transfer Station is built on an appropriate site (the LATP site is currently being studied). • Temporary Transfer Station needs are currently being reviewed in conjunction with permanent Transfer Station program needs. ·G·····:J..·· ..•...• ,,' .. /.i.'. ·GROUP '4 •.•.•..•. ', '. c, ; c ______ ~ _______ . _______ ._______ _______ __ _ __ _ ______ . ___ .. _____ _ r----- RWQCP Program Overview t~~l~' ,~ut;i;ent4Sf,) .' ;:iaRti:()B'A.i~SF~,,0>·Qp:tiO:J;iB~ ; .. ~~}~~~ced·;·i~ .-.".-":1d~~" --, -RECYGI.:ING:CEN'Tffi· " -' --. '," ;.,,", --c~ -- ",'iCovere TOTALGSF' 65,000 32,500 39,.000 RES()URCERECOV;ERY FACILITY' ~ "~"--'--"<=:",'--',-,',~, Indoor facility (warefiouse) 5,000 18,000 Sit~/Qlltd96r"program'-' 14,750 12,300 TOTALGSF nfa 19,750 30,300 . HdU.SEHOLD:'WmRD€)US WASTE FACILITY -_-' .. , ·-c __ "c, :y; ,_ .__ _' -~ Building'; 0 824 2,340 Site/outdoor program 782 1,732 3,740 TOTALGSF 782 2,556 6,080 . --_. --------._---,,--------------_ . I" . • ~.-~----) ::0 r I ~ I I I I ! ~ I I I C/) ...... CD i ::t 0 :::s ~ , I I I I , I , I , , ! i , , RWQCP Evaluation Criteria Evaluation Criteria 1-Fair 2-Good 3-VetyGood -Site Uses Compatibility Site Option 1 til' i -Sustainability . <.3 .....•... '., ; .'{liell 3 I . . ..... .._~ _~ ---',c--'.......,-•• ------,,----~ I . ·C.;>':';' ., ,·i.'·. '. . ... , .:. 'i' .... '. '. . .... ' •. ,'; .. ' -Street Identity & Presence .'. t·3X . ·:..scj).ce~..2_8 _____ ._._. __ ~_. __ .,_~ ____ ~:...~CD.£e:i~----.--.. ~ . . ", -Layout Efficiency _____ _ -Site Vehicular Access . "3 '. ---_. -Pedestrian & Bicycle _ .' i .. _?i~ulati~n····---· ------____ 2_·, .•... :':';."~:'_-;.C_~c--.~.~L-_;.:.:.-.... -.c..,----__ .------.:_ i· .,' -Wetland Preservation . 2 . . _____ . __ ~ __ . -Potential Temp_ Transfer ··3 ______ 1. ____ . ________ ..:._.-.. ________ ~- Station ____ "-,~:~,-,:c'; .• ._~", ______ .,-----" ___ '.__ .... ___ . ____ , -Shared use with RWQCP 3 1 ... ---.--~. ------- • , 1 , I I ; i , I ! I I • , I .~. _______ ,_ ~ ~w_, ____ .w""' __ ,·_ '. _____ • RWQCP Program Bubble Diagrams Recycling Center -Option A .. . -----------~~------------------------------ . ' '; .~ .~ t I 1 I I I I I I ---. I -I -~~.-. "i '-. <?= ....D '~l ;.Iii!R!!!l. ,J " !" ,I ·:1 •... ·· 1 ' i 1 " :, ' " j . i!' j , ~ 1 : J I I I ~ ~ I t * Functional diagram only, actual layout will vary according to specific site options RWQCP Program Bubble Diagrams Recycling Center -Option B I ~&& .......... .. "-'--/"' <}= ----=-~~~~-~-=~-=--~~~,~ " .. ,/<·~r· , '>: I:=:"~> ----___ --'-__ '-.... '--..~-'-... " ", -, ,':/ /1a]Ei*~~1B~{~',:;:;:\mllif~~~~r~1~i~~Jij~1~~~-,""'\, ! ill~_~_: __ _ <}= =~ ~ ~ ~, '-':::;Zt:;~:lli, I-...... ~ ,"Fmc.:D ~e MtI5JE NDI'tR ......... _ I'iOCIUT'I' * Functional diagram only, actual layout will vary according to specific site options PALO ALTO -RWQCP SITE FEASIBILITY STUDY t I '~~ I I (2.1- ~:, GROUP 4 • ---------------_ .. --------_. , ______ , ______ , _______ ,______ _ _______ 5- RWQCP Program Bubble Diagrams Household Hazardous Waste -Option A Pi8UPT TD ~ ~ I'It.1!!IIAL TO A 'fIIUIIiIIPIIII .,...,., PIIJIIIII) IIIIWI!Ir ---. --~ ltIUIGr, ~ '~ r N c:AIII5AEIt ('2. .... 5'] .... - , ... , ' .. "",' . ····~c~~~ f-~-,t; t$ '~"..:, i ~ . \, ... ~;.. ~ ,;~~+Jd 2_ ...... era··· .. . __ ....... * Functional diagram only, actual layout will vary according to specific site options RWQCP Program Bubble Diagrams Household Hazardous Waste -Option B tr:~J-~~~~~~~:~~~~ .... ~. _~L.:"'~--=r----t lIIIt:ID -F¥1HtI& 3 I o ............ ---.• _-9 .. t (2, ...... , l T .. ! ..-OUIE ---~.:'.!.-~..!~!"~ ! t -'" ! ...,. ....... I '1'11'. o ~ -g::t?v:1-. ·a:~:fl 2 CM CIII!.lEJC !!IftIIa! ~ o ---------------------'---+ ! ! ! ! ! ! 4 ! ! * Functional diagram only, actual layout will vary according to specific site options 0 1 \ ~ ... _~, GROUP 4 • _______ ~r· • RWQCP Program Bubble Diagrams Resource Recovery Facility~ Option A ',.11;; 'II 1\;; .,=,11, ;I,:~ ) J ., * Functional diagram only, actual layout will vary according to specific site options _._-,.,.~----.~ RWQCP Program Bubble Diagrams Resource Recovery Facility -Option B , " · . , • · . : 'Qli~ ~.:. : 1I!Ei'm.~ ; ".,~'~"; • , , • • , I , , , · · -~'" -; @= _ ....... - ~ * Functional diagram only, actual layout will vary according to specific site options PALO ALTO -RWQCP SITE FEASIBILITY STUDY C7',... GROUP 4. • -. -------~ .,_ .. -~ -----"-._'. • ___ . ___ .J ' THE HONORABLECITY COUNCIL Palo Alto, California FROM CITY ATTORNEi 3 Council Date: April 5, 2010 March 30, 2010 RE: Ordinant;:e . of the City Council of the City of Palo Alto Amending Title 2 (Administrative Code) of the Palo Alto Municipal Code to Amend Section 2.28.230 (Claims) of Chapter 2.28 (Fiscal Procedures), Section 2.33.110 . (Refunds; Credits) of Chapter 2.33 (Transient Occupancy Tax), Section 2.34.220 (Refunds) of Chapter 2.34 (Real Property Transfer Tax) and Section 2.35.190 (Refunds) of Chapter 35 C!Jtility Users Tax) Dear Members of the Council: The City Attorney's Office recommends that Council adopt the attached Ordinance updating procedures for filing claims for refunds of taxes, fees and charges against the City. Recent internet and telecommunications litigation brought against other California cities and counties has created uncertainty in how courts will apply longstanding procedural rnles governing tax and fee refundclairns against municipalities. The City Attorney's Office and outside counsel recomn\.end that Council adopt updated City Ordinances governing claims and refunds of fees, taxes and charges to codify the "pay first, litigate later" rule established by Article XIII, Section 32 of the California Constitution . . Under the "pay first, litigate later" rule; a taxpayer ordinarily must pay a tax before commencing II court action to challenge the collection of the tax. TIlls rule is based on Article XIII, Section 32 of the California Constitution, which states: "No legal or equltable process shall issue in any proceeding in any court against this State or any officer thereof to prevent or enjoin the collection of any tax. After payment of a tax claimed to be illegal, an action may be maintained to recover the tax paid, with interest, in such manner as may be provided by the Legislature. " 100331 sh 0111409 THE HONORABLE CITY COUNCIL March 30, 2010 Page 2 RE: Ordinance of the City Council of the City of Palo Alto Amending Title 2(Administrative Code) of the Palo Alto Municipal Code to Amend Section 2.28.230 (Claims) of Chapter 2.28 (Fiscal Procedures), Section 2.33.110 (Refunds; Credits) of Chapter 2.33 (Transient Occupancy Tax), Section 2.34.220 (Refunds) of Chapter 2.34 (Real Property Transfer Tax) and Section 2.35.190 (Refunds) of Chapter 35 (Utility Users Tax) The State Constitution requires taxpayers to pay first before seeking judicial review of a tax in order to allow revenue collection to continue during litigation, to ensure that funds necessary for essential public services are not unnecessarily withheld and to allow local governments to predict future tax revenues. Although there is no constitutional provision expressly applying the "pay first, litigate later" rule to local government taxes, a long line of California cases have applied this rule to local governments. Recently, plaintiffs have challenged other cities' transient occupancy taxes and utility users taxes on the grounds that the "pay first, litigate later" rule does not apply to local governments, with mixed results. While Supreme Court review of these cases is pending, cities are advised to revise their municipal codes to clarify that those who disagree with a tax assessed pay the deficiency in full, prior to challenging the tax in court. Like many cities in California, Palo Alto has a Utility Users Tax, a Transient Occupancy Tax and a Real Property Transfer Tax in addition to specific claims procedures in its municipal code. The City Attorney's Office recommends minor changes to each of these code sections to protect the City from challenges that could impair .the continued functioning of local law enforcement, public safety and other local government services that Palo Alto residents rely on.a daily basis. . There are no adverse fiscal impacts in adopting this Ordinance. Rather, adoption of this Ordinance will protect the City from the costly fiscal impacts of having to defend against tax and fee refund litigation before the taxes and fees that are the subject of the litigation are paid. The City stili receives frequent tax challenges disputiflg its current Ordinances,but these disputes rarely result in litigation. When they do, the City wins the vast majority of them. But if each of these potential litigants could sue the City on spurious grounds before paying the disputed taxes and fees, the City would be forced to spend untold financial and administrative resources litigating each claim. These resources would necessarily be spent upfront, without the benefit of receipt of the disputed funds at the outset. Further, even if the City won each challenge, the City would then have to sue each tax challenger in order to collect the funds it was validly owed. Typically the amount of tax involved is very small. This could result in mUltiple lawsuits for small sums of money. Such a result could strain City budgets well beyond current financial and staffing limits, and cause a marked reduction in the level of service the public has come to expect from local government. .. 100330 ,h OIl 1409 THE HONORABLE CITY COUNCIL March 30, 2010 Page 3 RE: Ordinance of the City Council of the City of Palo Alto Amending Title 2(Administrative Code) of the Palo Alto Municipal Code to Amend Section 2.28.230 (Claims) of Chapter 2.28 (Fiscal Procedures), Section 2.33.1 10 (Refunds; Credits) of Chapter 2.33 (Transient Occupancy Tax), Section 2.34.220 (Refunds) of Chapter 2.34 (Real Property Transfer Tax) and Section 2.35.190 (Reftmds) of Chapter 35 (Utility Users Tax) The City Manager, Administrative Services Director and City Attorney recommend adoption of this Ordinance. These recommendations are consistent with existing City policies and California Government Code Section 900. Adoption of this Ordinance does not meet the definition of a 'iproject" pursuant to California Public Resources Code Section 21065, thus no environmental review under the California Environmental Quality Act is required. Deputy City Attorney Amy Bartell assisted in the preparation of this Report and Ordinance. GMB:AB:sh Enclosure cc: James Keene, City Manager Steve Emslie, Deputy City Manager Kelly Morariu, Assistant to the City Manager 100330 sh Ol1l4ll9 Respectfully submitted, 7~,7h-- GARY M. BAUM City Attorney NOT YET APPROVED Ordinance No. ~.,-Ordinance of the City Council of the City of Palo Alto Amending Title 2 (Administrative Code) of the Palo Alto Municipal Code to Amend Section 2.28.230 (Claims) of Chapter 2.28 (Fiscal Procedures), Section 2.33.110 (Refunds; Credits) of Chapter 2.33 (Transient Occupancy Tax), Section 2.34.220 (Refunds) of Chapter 2.34 (Real Property Transfer Tax) and Section 2.35.190 (Refunds) of Chapter 2.35 (Utility Users Tax) The Council of the City of Palo Alto does ORDAIN as follows: SECTION 1. Findings. The City Council finds as follows: A. Article XIII, Section 32 of the California Constitution requires taxpayers to pay first before seeking judicial review of a tax in order to allow revenue collection to continue during litigation, to ensure that funds necessary for essential public services are not unnecessarily withheld and to allow local governments to predict future tax revenues. B. A long line of California Court cases have applied .this "pay first, litigate later" requirement to local government taxes, fees and charges. C. This ordinance updates procedures for filing claims for refunds of taxes, fees and charges against the City, in order to codify the local application of Article XIII, Section 32 of the California Constitution. D. Adoption of this ordinance will protect the City from the costly fiscal impacts of having to defend against tax and fee refund litigation before the taxes and fees that are the subject of the litigation are paid. E. Adoption of this ordinance is consistent with existing City policies and California Government Code Section 900. SECTION 2 .. Section 2.28.030 (Claims) of Chapter 2.28 (Fiscal Procedures) of the Palo Alto Municipal Code is hereby amended to read as follows: Section 2.28.030 (Claims) (a) Authority. The ordinance codified in this section is enacted pursuant to Section 935 of the California Government Code. 091117 'yn 6OS1102 NOT YET APPROVED (!J) Statement of Purpose. This ordinance is intended to apply the requirements of Article XIII, Section 32 of the California Constitution to disputes involving taxes. fees and other charges imposed by the City. These requirements include the "pay first. litigate later" rule that requires those who dispute their taxes. fees and other charges to pay them before suing f9r a refund. In the absence of such a rule. any taxpayer could impose significant hardship on the City and undermine its ability to predict its revenues and manage its resources for the benefit of the public it serves. The absence of such a rule could result in the City'S loss of substantial revenue due to a taxpayer's withholding payment due to spurious or unfounded refund claims. (eQ) Claims Required. All claims against the city for money or damages not otherwise governed by the Govel1lment Claims Act, California Government Code Sections 900 et seq., or another state law (hereinafter in this ordinance, "claims") shall be presented within one year, and in the mauner prescribed by Part 3 of Division 3.6 of Title 1 of the Califol1lia Govel1lment Code (commencing with Section 900 thereof) for the claims to which that part applies by its own terms, as those provisions now exist or shall hereafter be amended, and as further provided by this chapter. (eQ) Form of Claim. All claims shall be made in writing and filed with the City Clerk. All claims shan state under penalty of perjUrY the specific grounds under which the claim is founded, and shall include written records establishing the claimant's entitlement to the amount claimed. All claims aOO-shall be verified by the claimant or by his or her guardian, conservator, executor or administrator. No claim may be filed on behalf of a class of persons unless verified by every member of that class as required by this section. In addition, all claims shall contain the information required by Califol1lia Government Code Section 910. (a,!l) Claim Prerequisite to Suit. In accordance with California Government Code Sections 935(b) and 945.6, all claims shall be presented as provided in this section and acted upon by the city prior to the filing of any action on such claims and no such action may be maintained by a person who has not complied with the requirements of subdivision (e&) of this section. (f) Exhaustion of Administrative Remedies. Prior to seeking judicial relief with respect to a dispute regarding a tax. fee or other charge imoosed by the city, an aggrieved taxpayer, fee payer or any other person must: en exhaust any administrative remedies specified by any other provision of this code or other applicable law, (ii) pay the full amount owed, including applicable penalties and interest. and (iii) present a claim for refund as required by any or all of: section 2.28.230 of this code; the Government Claims Act Government Code section 910 et seg.; and other applicable law. (e.g) Suit. Any action brought against the city upon any claim or demand shall conform to the requirements of Sections 940 -949 of the California Government Code. Any action brought against any employee of the city shall conform with the requirements of Section 950 -951 of the Califol1lia Government Code. 2 091117 syn 6051102 NOT YET APPROVED SECTION 3. Section 2.33.110 (Refunds; credits) of Chapter 2.33 (Transient Occupancy Tax) of the Palo Alto Municipal Code is hereby amended to read as follows: Section 2.33.110 Refundsl el'edits. (a) Claim Required. prior to seeking judicial relief with respect to a dispute regarding the amount of any tax, penalty, or interest collected or received by the city under this chapter, an aggrieved taxpayer, fee payer, operator, transient or any other person must comply with the provisions of section 2.28.030 of this code. Whe!le'llll' the £lme!:lHt of!lflJ' tal( Sf jllll'lftity has ee6l'! oV9Fjlaie Sf paid mere thall sllee Sf has eeeH erreHee!:lsly ef illegally eslleeted ef reeei'lea e~' the eity tinder tRis ehapter, it may Be reflffiaea er el'ellited as jlf9vided ill saBseetislls Ell) aft!i (e) of this aeetiell jlfevided a _claim ill writing thereter, statillg lffidlll' pellalty ef petjery tRe Sj9seifie grelffills Hjlell whieh the elaim is felffidell, is filed with the stIjlervissr sf r6't900e eelleetiells ",,'citRill eigl!teen meHtRs sithe aate efpaymeHt. The claim shall Be ell terms fumished ey the sllperviser sfrevenue eolleetiolls. (b) Operators. All splll'ater may claim a refulld of the £lmeoot oveFjlaill by sul3mittiHg a request ter a fefund af erellit aa terms apprevea ey tRs stIjlerviser ef re>;eooe eolleetiells. ----.An operator may claim as an overpayment any tax previously paid which was calculated on the basis of taxable consideration written off by the operator as a bad debt in accordance with generally accepted accounting principles and claimed as a deduction on a federal income tax return in accordance with provisions of the Internal Revenue Code, and· regulations issued pursuant thereto. The bad debt claim may be taken as an adjustment to future taxes due the city after the operator's procedure and forms for adjustment of bad debt have been reviewed and approved by the supervisor of revenue collections. (c) Transients. A transient may only request a refund of taxes fer O'"eFjlaymeHtunder this chapter by filing a elaim ia the mtlllHSt pra'Adell in sul3section (6:) ef this seetion, eat allly when the transient; having paid the tax to the operator, establishes te-the satisfactioll af tRe StIjlervisef efr6'/cnae eollectioas that the transient has been unable to obtain a refund from the operator who collected the tax. Ed) B1:!I'deft eft Claiffi!lllt. We feiliHa shaIle€) jlaid Hef ~' eredit allewea \Inaill' this seetiea lffiless the elaim!lllt estaBlishes ta the satisfuetiell ef the s\ljlerviser af 16'.'_ eellectieHS his er hill' rigl!t therete ey written reeerlls shewiftg 6ntitlemeHt. SECTION 4. Section 2.34.220 (Refunds) of Chapter 2.34 (Real Property Transfer Tax) of the Palo Alto Municipal Code is hereby amended to read as follows: Section 2.34.220 Refunds. (a) Claim Required. Prior to seeking judicial relief with respect to a dispute regarding the amount of any tax, penalty, or interest collected or received by the city under this chapter, an aggrieved taxpayer, fee payer or any other person must comply with the provisions of 3 091117 syn6051l02 NOT YET APPROVED section 2.28.030 of this code. Wheflf:wer the amsl;Illt sf IllliY !ret, Ileaalty, Sf iBterest has heea a't'eFf!aid, SI' paid mare thaa saee, af has eeell erreaesl;Isly eoUeeted af reeeived ey the eity I:lad~ tIIis ~el', it ffilly ell fefllHded as provided ia This seotisn, pl'o'lieed a writtea alaim Therefer, ntatiag \:Iaeer penalty sf perj\:lFY The sIleeifie grol:lads l:!Beer ',',-hiM The elaiffi is fOl:!Bded, is filed vvitll: The direeter ef fiaaaee 'J'Jitllia three years sf tile date sf paymeRt. The alaim shall be eft a farm fl:!mished ey The direetSl' sf fmeReeaaffiiffiotrative ser'i'iees. The direoter of Heaase may ffial,e S\:IM refl:!Bd as he sr she is satisfied That tile elairaem is emitted til I:!Bdef' the Ilre¥isiaas of this seetisa, \ffiless the elaimertt establishes his SI' her riglit There!s 1:1:>, ,,;ritteR reesrcls shovtiag eatitlemem !hareta. SECTION 5. Section 2.35.190 (Refunds) of Chapter 2.35 (Utility Users Tax) of the Palo Alto Municipal Code is hereby amended to read as follows: 2.35.190 Refunds. (a) Claim Required. Prior to seeking judicial relief with respect to a dispute regarding Whene'ltlfWhether the amount of any tax has been overpaid-ef. paid more than once or has beei! erroneously or illegally collected or received by the direeter af HllaBsecity under this chapter, it may ee refl:!Bded as :jlrevided ia this seetiSB. an aggrieved taxpayer, fee payer, service supplier, service u'~er or any other person must comply with the provisions of section 2.28.030 of this code. (b) Service Suppliers. A service supplier may claim a refund or take as credit against taxes collected and remitted, the amount overpaid, paid more than once, or erroneously or illegally collected or received when it is established in a manner prescribed by the director of finance that the service user from whom the tax has been collected did not owe the tax; provided, however, that neither a refund nor a credit shall be allowed unless the amount of the tax so collected has either been refunded to the service user or credited to charges subsequently payable by the service user to the service supplier. (8) Ns refI:!Bcl shall lle paia l:lBtler the :jlFevisisBS af we seetiaB \:IBIses The elaimaat estaelishes '!lis right Therete by 'II'fitten reeards s'!lewiBg eBtitleraellt taerete. SECTION 6. Severability. Should any provision of this ordinance, or its application to any person or circumstance, be determined by a court of competent jurisdiction to be unlawful, unenforceable or otherwise void, that determination shall have no effect on any other provision of this ordinance or the application of this ordinance to any other person or circumstance and, to that end, the provisions hereof are severable. Ii II II 4 091117 ,yn 6051102 , • NOT YET APPROVED SECTION 7. flnvironmental Review. The Council finds that adoption of this ordinance does not meet the definition of a "project" pursuant to California Public Resources Code Section 21065, thua no environmental review under the California Environmental Quality Act is required. SECTION 8. Effective Date; Impact on Currcnt Lawsuits and Claims. This ordinance shall take effect on thc thirty-first day after its passage and adoption as provided by Government Code Section 36937. However, any claim that would have been timely if presented on the day before this ordinance becomes effective which claim would be untimely under the requirements of the this ordinance may, notwithstanding this ordinance, be presented not later than the 45th day after the_adoption of this ordinance. However, this ordinance shall have_no impact on existing lav,suits to which the City is a party, nor will this ordinance have an impact on existing claims pending against the City. INTRODUCED: PASSED: AYES: NOES: ABSTENTIONS: ABSENT: ATfEST: City Clerk APPROVED AS TO FORM: 091117 syn 60511 02 APPROVED: -~------Mayor City Manager ----;;-:::::~~--~~---- Director of Human Resources Director of Administrative Services 5