Loading...
HomeMy WebLinkAbout2024-02-12 City Council Agenda PacketCITY COUNCIL Regular Meeting Monday, February 12, 2024 Council Chambers & Hybrid 5:30 PM Amended Agenda Amended agenda items appear below in RED Palo Alto City Council meetings will be held as “hybrid” meetings with the option to attend by teleconference or in person. To maximize public safety while still maintaining transparency and public access, members of the public can choose to participate from home or attend in person. Information on how the public may observe and participate in the meeting is located at the end of the agenda. Masks are strongly encouraged if attending in person. The meeting will be broadcast on Cable TV Channel 26, live on YouTube https://www.youtube.com/c/cityofpaloalto, and streamed to Midpen Media Center https://midpenmedia.org. VIRTUAL PARTICIPATION CLICK HERE TO JOIN   (https://cityofpaloalto.zoom.us/j/362027238)    Meeting ID: 362 027 238    Phone:1(669)900‐6833 PUBLIC COMMENTS Public comments will be accepted both in person and via Zoom for up to three minutes or an amount of time determined by the Chair. All requests to speak will be taken until 5 minutes after the staff’s presentation. Written public comments can be submitted in advance to city.council@CityofPaloAlto.org and will be provided to the Council and available for inspection on the City’s website. Please clearly indicate which agenda item you are referencing in your subject line. PowerPoints, videos, or other media to be presented during public comment are accepted only by email to city.clerk@CityofPaloAlto.org at least 24 hours prior to the meeting. Once received, the  Clerk will have them shared at public comment for the specified item. To uphold strong cybersecurity management practices, USB’s or other physical electronic storage devices are not accepted. TIME ESTIMATES Listed times are estimates only and are subject to change at any time, including while the meeting is in progress. The Council reserves the right to use more or less time on any item, to change the order of items and/or to continue items to another meeting. Particular items may be heard before or after the time estimated on the agenda. This may occur in order to best manage the time at a meeting or to adapt to the participation of the public. CALL TO ORDER CLOSED SESSION (5:30 ‐ 6:00 PM) AA1.CONFERENCE WITH REAL PROPERTY NEGOTIATORS Authority: Government Code Section 54956.8 Property: 4000 Middlefield Road, Palo Alto (Informally known as the Cubberley Site) Negotiating Party: Palo Alto Unified School District City Negotiators: (Ed Shikada, Chantal Cotton Gaines, Kristen O'Kane, Sunny Tong) Subject of Negotiations: Purchase, Exchange, and/or Lease Price and Terms of Payment New Item added AGENDA CHANGES, ADDITIONS AND DELETIONS PUBLIC COMMENT (6:00 ‐ 6:15 PM) Members of the public may speak to any item NOT on the agenda. 1‐3 minutes depending on # of speakers. Council reserves the right to limit the duration of Oral Communications period to 30 minutes. COUNCIL MEMBER QUESTIONS, COMMENTS, ANNOUNCEMENTS (6:15 ‐ 6:20 PM) Members of the public may not speak to the item(s). STUDY SESSION (6:20 ‐ 7:50 PM) 1.Reliability and Resiliency Strategic Plan for the City’s Electric Utility  CONSENT CALENDAR (7:50 ‐ 7:55 PM) Items will be voted in one motion unless removed from the calendar by three Council Members. 2.Approval of Minutes from January 22, 2024 and January 29, 2024 Meetings 3.Approval of Contract Number C24187805 With Carollo Engineers, Inc. in the Total Amount Not‐to‐Exceed $1,628,326 for Planning and Preliminary Design of a Headworks Facility at the Regional Water Quality Control Plant, funded by Wastewater Treatment Enterprise Fund Capital Improvement Program Project WQ‐16002; CEQA Status – Not a “Project.” 4.Approval of Two General Services Contracts in the Wastewater Treatment Enterprise Fund: a Contract with Lystek International Limited in an Amount Not to Exceed $5,322,769 and a Contract with Synagro‐WWT, Inc. in an Amount Not to Exceed $7,617,013, Both for Offsite Sludge Treatment Services for a Five‐Year Term; CEQA status ‐ exempt 5.Adoption of Resolution to Authorize Stanford University to Enforce Unauthorized Parking in Several of Its Parking Facilities under Vehicle Code § 21107.8; CEQA Status – Not a Project 6.Approval of Contract Number C24188120 with Summit Uniforms, LLC for Five Years for a Maximum Compensation Amount Not‐to‐Exceed $720,000 ($144,000/yr) for the Purchase of Police, Fire, and Park Ranger Uniforms and Related Equipment; CEQA status ‐ not a project. 7.Approval of a General Services Contract Number C24189570 with Downtown Streets Team, Inc. in an Amount Not to Exceed $528,409 for Cleaning Services in the University Avenue and California Avenue Business Districts for a Period of Three Years; CEQA status – Not a Project 8.Approval of Contract Amendments with AgreeYa Solutions, INC., Elegant Enterprise‐Wide Solutions, INC., Forsys, INC., Object Technology Solutions, INC., Techlink Systems, INC., ZION Cloud Solutions, INC., and Inspyr Solutions, LLC., for IT On‐Call Professional Services, to Increase the Combined Annual Not‐To‐Exceed Amount to $1,250,000 and a Contract Not‐To‐Exceed total of $3,940,000; CEQA Status ‐ Not a Project. 9.Approval of Contract No. C24188884 With WaterTALENT, LLC for Temporary Consultant Support for Public Works and Utilities Departments in a Not to Exceed Amount of $1,896,000 Over Three Years, With Two One‐Year Extension Options; Not to Exceed $830,400 for Year One and Not to Exceed $532,800 per Year for Years Two and Three and Optional Extensions if Authorized; CEQA Status ‐ Not a Project CITY MANAGER COMMENTS (7:55 ‐ 8:10 PM) BREAK (5‐10 MINUTES) ACTION ITEMS (Item 10: 8:20 ‐ 9:05 PM, Item 11: 9:05 ‐ 10:35 PM, Item 12: 10:35 ‐ 10:50 PM ) Include: Report of Committees/Commissions, Ordinances and Resolutions, Public Hearings, Report of Officials, Unfinished Business and Council Matters. 10.Adopt a Resolution Modifying the City’s Objective Design Standards for SB 9 Projects. 11.Discuss the FY 2024 Mid‐Year Budget Review and Approve 1) FY 2024 Budget Amendments in Various Funds, and 2) Amendments to the FY 2024 Table of Organization to add 1.00 Full Time Equivalent (FTE) Position. CEQA Status – Not a Project. 12.Adoption of a Resolution Certifying the Need for an Exception to the California Public Employees Retirement System (CalPERS) 180‐day Waiting Period to Hire Matthew Raschke as a Retired Annuitant Extra Help Senior Engineer. CEQA status ‐ Not a Project ADJOURNMENT INFORMATION REPORTS Information reports are provided for informational purposes only to the Council and the public but are not listed for action during this meeting’s agenda. 13.Informational Update: Recently Promulgated and Pending Federal Regulations Governing Lead in Drinking Water 14.Investment Activity Report for the Second Quarter, Fiscal Year 2024 15.Sales Tax Digest Summary Calendar 2023 (July 2023 ‐ Sept 2023) OTHER INFORMATION Standing Committee Meetings this week     Policy & Services Committee February 13, 2024     City/School Liaison Committee February 15, 2024 Public Comment Letters Schedule of Meetings AMENDED AGENDA ITEMS AA1.CONFERENCE WITH REAL PROPERTY NEGOTIATORS Authority: Government Code Section 54956.8 Property: 4000 Middlefield Road, Palo Alto (Informally known as the Cubberley Site) Negotiating Party: Palo Alto Unified School District City Negotiators: (Ed Shikada, Chantal Cotton Gaines, Kristen O'Kane, Sunny Tong) Subject of Negotiations: Purchase, Exchange, and/or Lease Price and Terms of Payment New Item added PUBLIC COMMENT INSTRUCTIONS Members of the Public may provide public comments to teleconference meetings via email, teleconference, or by phone. 1. Written public comments may be submitted by email to city.council@cityofpaloalto.org. 2. For in person public comments please complete a speaker request card located on the table at the entrance to the Council Chambers and deliver it to the Clerk prior to discussion of the item. 3. Spoken public comments using a computer or smart phone will be accepted through the teleconference meeting. To address the Council, click on the link below to access a Zoom‐based meeting. Please read the following instructions carefully. You may download the Zoom client or connect to the meeting in‐ browser. If using your browser, make sure you are using a current, up‐to‐date browser: Chrome 30 , Firefox 27 , Microsoft Edge 12 , Safari 7 . Certain functionality may be disabled in older browsers including Internet Explorer. Or download the Zoom application onto your smart phone from the Apple App Store or Google Play Store and enter in the Meeting ID below. You may be asked to enter an email address and name. We request that you identify yourself by name as this will be visible online and will be used to notify you that it is your turn to speak. When you wish to speak on an Agenda Item, click on “raise hand.” The Clerk will activate and unmute speakers in turn. Speakers will be notified shortly before they are called to speak. When called, please limit your remarks to the time limit allotted. A timer will be shown on the computer to help keep track of your comments. 4. Spoken public comments using a phone use the telephone number listed below. When you wish to speak on an agenda item hit *9 on your phone so we know that you wish to speak. You will be asked to provide your first and last name before addressing the Council. You will be advised how long you have to speak. When called please limit your remarks to the agenda item and time limit allotted. CLICK HERE TO JOIN    Meeting ID: 362‐027‐238   Phone: 1‐669‐900‐6833 Americans with Disability Act (ADA) It is the policy of the City of Palo Alto to offer its public programs, services and meetings in a manner that is readily accessible to all. Persons with disabilities who require materials in an appropriate alternative format or who require auxiliary aids to access City meetings, programs, or services may contact the City’s ADA Coordinator at (650) 329‐2550 (voice) or by emailing ada@cityofpaloalto.org. Requests for assistance or accommodations must be submitted at least 24 hours in advance of the meeting, program, or service. 1 February 12, 2024 Materials submitted after distribution of the agenda packet are available for public inspection at www.CityofPaloAlto.org/agendas. CITY COUNCILRegular MeetingMonday, February 12, 2024Council Chambers & Hybrid5:30 PMAmended AgendaAmended agenda items appear below in REDPalo Alto City Council meetings will be held as “hybrid” meetings with the option to attend byteleconference or in person. To maximize public safety while still maintaining transparency andpublic access, members of the public can choose to participate from home or attend in person.Information on how the public may observe and participate in the meeting is located at the endof the agenda. Masks are strongly encouraged if attending in person. The meeting will bebroadcast on Cable TV Channel 26, live on YouTube https://www.youtube.com/c/cityofpaloalto,and streamed to Midpen Media Center https://midpenmedia.org.VIRTUAL PARTICIPATION CLICK HERE TO JOIN   (https://cityofpaloalto.zoom.us/j/362027238)   Meeting ID: 362 027 238    Phone:1(669)900‐6833PUBLIC COMMENTSPublic comments will be accepted both in person and via Zoom for up to three minutes or anamount of time determined by the Chair. All requests to speak will be taken until 5 minutesafter the staff’s presentation. Written public comments can be submitted in advance tocity.council@CityofPaloAlto.org and will be provided to the Council and available for inspectionon the City’s website. Please clearly indicate which agenda item you are referencing in yoursubject line.PowerPoints, videos, or other media to be presented during public comment are accepted onlyby email to city.clerk@CityofPaloAlto.org at least 24 hours prior to the meeting. Once received,the  Clerk will have them shared at public comment for the specified item. To uphold strongcybersecurity management practices, USB’s or other physical electronic storage devices are notaccepted.TIME ESTIMATES Listed times are estimates only and are subject to change at any time, including while the meeting is in progress. The Council reserves the right to use more or less time on any item, to change the order of items and/or to continue items to another meeting. Particular items may be heard before or after the time estimated on the agenda. This may occur in order to best manage the time at a meeting or to adapt to the participation of the public. CALL TO ORDER CLOSED SESSION (5:30 ‐ 6:00 PM) AA1.CONFERENCE WITH REAL PROPERTY NEGOTIATORS Authority: Government Code Section 54956.8 Property: 4000 Middlefield Road, Palo Alto (Informally known as the Cubberley Site) Negotiating Party: Palo Alto Unified School District City Negotiators: (Ed Shikada, Chantal Cotton Gaines, Kristen O'Kane, Sunny Tong) Subject of Negotiations: Purchase, Exchange, and/or Lease Price and Terms of Payment New Item added AGENDA CHANGES, ADDITIONS AND DELETIONS PUBLIC COMMENT (6:00 ‐ 6:15 PM) Members of the public may speak to any item NOT on the agenda. 1‐3 minutes depending on # of speakers. Council reserves the right to limit the duration of Oral Communications period to 30 minutes. COUNCIL MEMBER QUESTIONS, COMMENTS, ANNOUNCEMENTS (6:15 ‐ 6:20 PM) Members of the public may not speak to the item(s). STUDY SESSION (6:20 ‐ 7:50 PM) 1.Reliability and Resiliency Strategic Plan for the City’s Electric Utility CONSENT CALENDAR (7:50 ‐ 7:55 PM) Items will be voted in one motion unless removed from the calendar by three Council Members. 2.Approval of Minutes from January 22, 2024 and January 29, 2024 Meetings 3.Approval of Contract Number C24187805 With Carollo Engineers, Inc. in the Total Amount Not‐to‐Exceed $1,628,326 for Planning and Preliminary Design of a Headworks Facility at the Regional Water Quality Control Plant, funded by Wastewater Treatment Enterprise Fund Capital Improvement Program Project WQ‐16002; CEQA Status – Not a “Project.” 4.Approval of Two General Services Contracts in the Wastewater Treatment Enterprise Fund: a Contract with Lystek International Limited in an Amount Not to Exceed $5,322,769 and a Contract with Synagro‐WWT, Inc. in an Amount Not to Exceed $7,617,013, Both for Offsite Sludge Treatment Services for a Five‐Year Term; CEQA status ‐ exempt 5.Adoption of Resolution to Authorize Stanford University to Enforce Unauthorized Parking in Several of Its Parking Facilities under Vehicle Code § 21107.8; CEQA Status – Not a Project 6.Approval of Contract Number C24188120 with Summit Uniforms, LLC for Five Years for a Maximum Compensation Amount Not‐to‐Exceed $720,000 ($144,000/yr) for the Purchase of Police, Fire, and Park Ranger Uniforms and Related Equipment; CEQA status ‐ not a project. 7.Approval of a General Services Contract Number C24189570 with Downtown Streets Team, Inc. in an Amount Not to Exceed $528,409 for Cleaning Services in the University Avenue and California Avenue Business Districts for a Period of Three Years; CEQA status – Not a Project 8.Approval of Contract Amendments with AgreeYa Solutions, INC., Elegant Enterprise‐Wide Solutions, INC., Forsys, INC., Object Technology Solutions, INC., Techlink Systems, INC., ZION Cloud Solutions, INC., and Inspyr Solutions, LLC., for IT On‐Call Professional Services, to Increase the Combined Annual Not‐To‐Exceed Amount to $1,250,000 and a Contract Not‐To‐Exceed total of $3,940,000; CEQA Status ‐ Not a Project. 9.Approval of Contract No. C24188884 With WaterTALENT, LLC for Temporary Consultant Support for Public Works and Utilities Departments in a Not to Exceed Amount of $1,896,000 Over Three Years, With Two One‐Year Extension Options; Not to Exceed $830,400 for Year One and Not to Exceed $532,800 per Year for Years Two and Three and Optional Extensions if Authorized; CEQA Status ‐ Not a Project CITY MANAGER COMMENTS (7:55 ‐ 8:10 PM) BREAK (5‐10 MINUTES) ACTION ITEMS (Item 10: 8:20 ‐ 9:05 PM, Item 11: 9:05 ‐ 10:35 PM, Item 12: 10:35 ‐ 10:50 PM ) Include: Report of Committees/Commissions, Ordinances and Resolutions, Public Hearings, Report of Officials, Unfinished Business and Council Matters. 10.Adopt a Resolution Modifying the City’s Objective Design Standards for SB 9 Projects. 11.Discuss the FY 2024 Mid‐Year Budget Review and Approve 1) FY 2024 Budget Amendments in Various Funds, and 2) Amendments to the FY 2024 Table of Organization to add 1.00 Full Time Equivalent (FTE) Position. CEQA Status – Not a Project. 12.Adoption of a Resolution Certifying the Need for an Exception to the California Public Employees Retirement System (CalPERS) 180‐day Waiting Period to Hire Matthew Raschke as a Retired Annuitant Extra Help Senior Engineer. CEQA status ‐ Not a Project ADJOURNMENT INFORMATION REPORTS Information reports are provided for informational purposes only to the Council and the public but are not listed for action during this meeting’s agenda. 13.Informational Update: Recently Promulgated and Pending Federal Regulations Governing Lead in Drinking Water 14.Investment Activity Report for the Second Quarter, Fiscal Year 2024 15.Sales Tax Digest Summary Calendar 2023 (July 2023 ‐ Sept 2023) OTHER INFORMATION Standing Committee Meetings this week     Policy & Services Committee February 13, 2024     City/School Liaison Committee February 15, 2024 Public Comment Letters Schedule of Meetings AMENDED AGENDA ITEMS AA1.CONFERENCE WITH REAL PROPERTY NEGOTIATORS Authority: Government Code Section 54956.8 Property: 4000 Middlefield Road, Palo Alto (Informally known as the Cubberley Site) Negotiating Party: Palo Alto Unified School District City Negotiators: (Ed Shikada, Chantal Cotton Gaines, Kristen O'Kane, Sunny Tong) Subject of Negotiations: Purchase, Exchange, and/or Lease Price and Terms of Payment New Item added PUBLIC COMMENT INSTRUCTIONS Members of the Public may provide public comments to teleconference meetings via email, teleconference, or by phone. 1. Written public comments may be submitted by email to city.council@cityofpaloalto.org. 2. For in person public comments please complete a speaker request card located on the table at the entrance to the Council Chambers and deliver it to the Clerk prior to discussion of the item. 3. Spoken public comments using a computer or smart phone will be accepted through the teleconference meeting. To address the Council, click on the link below to access a Zoom‐based meeting. Please read the following instructions carefully. You may download the Zoom client or connect to the meeting in‐ browser. If using your browser, make sure you are using a current, up‐to‐date browser: Chrome 30 , Firefox 27 , Microsoft Edge 12 , Safari 7 . Certain functionality may be disabled in older browsers including Internet Explorer. Or download the Zoom application onto your smart phone from the Apple App Store or Google Play Store and enter in the Meeting ID below. You may be asked to enter an email address and name. We request that you identify yourself by name as this will be visible online and will be used to notify you that it is your turn to speak. When you wish to speak on an Agenda Item, click on “raise hand.” The Clerk will activate and unmute speakers in turn. Speakers will be notified shortly before they are called to speak. When called, please limit your remarks to the time limit allotted. A timer will be shown on the computer to help keep track of your comments. 4. Spoken public comments using a phone use the telephone number listed below. When you wish to speak on an agenda item hit *9 on your phone so we know that you wish to speak. You will be asked to provide your first and last name before addressing the Council. You will be advised how long you have to speak. When called please limit your remarks to the agenda item and time limit allotted. CLICK HERE TO JOIN    Meeting ID: 362‐027‐238   Phone: 1‐669‐900‐6833 Americans with Disability Act (ADA) It is the policy of the City of Palo Alto to offer its public programs, services and meetings in a manner that is readily accessible to all. Persons with disabilities who require materials in an appropriate alternative format or who require auxiliary aids to access City meetings, programs, or services may contact the City’s ADA Coordinator at (650) 329‐2550 (voice) or by emailing ada@cityofpaloalto.org. Requests for assistance or accommodations must be submitted at least 24 hours in advance of the meeting, program, or service. 2 February 12, 2024 Materials submitted after distribution of the agenda packet are available for public inspection at www.CityofPaloAlto.org/agendas. CITY COUNCILRegular MeetingMonday, February 12, 2024Council Chambers & Hybrid5:30 PMAmended AgendaAmended agenda items appear below in REDPalo Alto City Council meetings will be held as “hybrid” meetings with the option to attend byteleconference or in person. To maximize public safety while still maintaining transparency andpublic access, members of the public can choose to participate from home or attend in person.Information on how the public may observe and participate in the meeting is located at the endof the agenda. Masks are strongly encouraged if attending in person. The meeting will bebroadcast on Cable TV Channel 26, live on YouTube https://www.youtube.com/c/cityofpaloalto,and streamed to Midpen Media Center https://midpenmedia.org.VIRTUAL PARTICIPATION CLICK HERE TO JOIN   (https://cityofpaloalto.zoom.us/j/362027238)   Meeting ID: 362 027 238    Phone:1(669)900‐6833PUBLIC COMMENTSPublic comments will be accepted both in person and via Zoom for up to three minutes or anamount of time determined by the Chair. All requests to speak will be taken until 5 minutesafter the staff’s presentation. Written public comments can be submitted in advance tocity.council@CityofPaloAlto.org and will be provided to the Council and available for inspectionon the City’s website. Please clearly indicate which agenda item you are referencing in yoursubject line.PowerPoints, videos, or other media to be presented during public comment are accepted onlyby email to city.clerk@CityofPaloAlto.org at least 24 hours prior to the meeting. Once received,the  Clerk will have them shared at public comment for the specified item. To uphold strongcybersecurity management practices, USB’s or other physical electronic storage devices are notaccepted.TIME ESTIMATESListed times are estimates only and are subject to change at any time, including while themeeting is in progress. The Council reserves the right to use more or less time on any item, tochange the order of items and/or to continue items to another meeting. Particular items may beheard before or after the time estimated on the agenda. This may occur in order to best managethe time at a meeting or to adapt to the participation of the public.CALL TO ORDERCLOSED SESSION (5:30 ‐ 6:00 PM)AA1.CONFERENCE WITH REAL PROPERTY NEGOTIATORS Authority: Government CodeSection 54956.8 Property: 4000 Middlefield Road, Palo Alto (Informally known as theCubberley Site) Negotiating Party: Palo Alto Unified School District City Negotiators:(Ed Shikada, Chantal Cotton Gaines, Kristen O'Kane, Sunny Tong) Subject ofNegotiations: Purchase, Exchange, and/or Lease Price and Terms of Payment NewItem addedAGENDA CHANGES, ADDITIONS AND DELETIONSPUBLIC COMMENT (6:00 ‐ 6:15 PM)Members of the public may speak to any item NOT on the agenda. 1‐3 minutes depending on # of speakers. Council reservesthe right to limit the duration of Oral Communications period to 30 minutes.COUNCIL MEMBER QUESTIONS, COMMENTS, ANNOUNCEMENTS (6:15 ‐ 6:20 PM)Members of the public may not speak to the item(s).STUDY SESSION (6:20 ‐ 7:50 PM)1.Reliability and Resiliency Strategic Plan for the City’s Electric UtilityCONSENT CALENDAR (7:50 ‐ 7:55 PM)Items will be voted in one motion unless removed from the calendar by three Council Members.2.Approval of Minutes from January 22, 2024 and January 29, 2024 Meetings3.Approval of Contract Number C24187805 With Carollo Engineers, Inc. in the TotalAmount Not‐to‐Exceed $1,628,326 for Planning and Preliminary Design of a HeadworksFacility at the Regional Water Quality Control Plant, funded by Wastewater TreatmentEnterprise Fund Capital Improvement Program Project WQ‐16002; CEQA Status – Not a“Project.”4.Approval of Two General Services Contracts in the Wastewater Treatment Enterprise Fund: a Contract with Lystek International Limited in an Amount Not to Exceed $5,322,769 and a Contract with Synagro‐WWT, Inc. in an Amount Not to Exceed $7,617,013, Both for Offsite Sludge Treatment Services for a Five‐Year Term; CEQA status ‐ exempt 5.Adoption of Resolution to Authorize Stanford University to Enforce Unauthorized Parking in Several of Its Parking Facilities under Vehicle Code § 21107.8; CEQA Status – Not a Project 6.Approval of Contract Number C24188120 with Summit Uniforms, LLC for Five Years for a Maximum Compensation Amount Not‐to‐Exceed $720,000 ($144,000/yr) for the Purchase of Police, Fire, and Park Ranger Uniforms and Related Equipment; CEQA status ‐ not a project. 7.Approval of a General Services Contract Number C24189570 with Downtown Streets Team, Inc. in an Amount Not to Exceed $528,409 for Cleaning Services in the University Avenue and California Avenue Business Districts for a Period of Three Years; CEQA status – Not a Project 8.Approval of Contract Amendments with AgreeYa Solutions, INC., Elegant Enterprise‐Wide Solutions, INC., Forsys, INC., Object Technology Solutions, INC., Techlink Systems, INC., ZION Cloud Solutions, INC., and Inspyr Solutions, LLC., for IT On‐Call Professional Services, to Increase the Combined Annual Not‐To‐Exceed Amount to $1,250,000 and a Contract Not‐To‐Exceed total of $3,940,000; CEQA Status ‐ Not a Project. 9.Approval of Contract No. C24188884 With WaterTALENT, LLC for Temporary Consultant Support for Public Works and Utilities Departments in a Not to Exceed Amount of $1,896,000 Over Three Years, With Two One‐Year Extension Options; Not to Exceed $830,400 for Year One and Not to Exceed $532,800 per Year for Years Two and Three and Optional Extensions if Authorized; CEQA Status ‐ Not a Project CITY MANAGER COMMENTS (7:55 ‐ 8:10 PM) BREAK (5‐10 MINUTES) ACTION ITEMS (Item 10: 8:20 ‐ 9:05 PM, Item 11: 9:05 ‐ 10:35 PM, Item 12: 10:35 ‐ 10:50 PM ) Include: Report of Committees/Commissions, Ordinances and Resolutions, Public Hearings, Report of Officials, Unfinished Business and Council Matters. 10.Adopt a Resolution Modifying the City’s Objective Design Standards for SB 9 Projects. 11.Discuss the FY 2024 Mid‐Year Budget Review and Approve 1) FY 2024 Budget Amendments in Various Funds, and 2) Amendments to the FY 2024 Table of Organization to add 1.00 Full Time Equivalent (FTE) Position. CEQA Status – Not a Project. 12.Adoption of a Resolution Certifying the Need for an Exception to the California Public Employees Retirement System (CalPERS) 180‐day Waiting Period to Hire Matthew Raschke as a Retired Annuitant Extra Help Senior Engineer. CEQA status ‐ Not a Project ADJOURNMENT INFORMATION REPORTS Information reports are provided for informational purposes only to the Council and the public but are not listed for action during this meeting’s agenda. 13.Informational Update: Recently Promulgated and Pending Federal Regulations Governing Lead in Drinking Water 14.Investment Activity Report for the Second Quarter, Fiscal Year 2024 15.Sales Tax Digest Summary Calendar 2023 (July 2023 ‐ Sept 2023) OTHER INFORMATION Standing Committee Meetings this week     Policy & Services Committee February 13, 2024     City/School Liaison Committee February 15, 2024 Public Comment Letters Schedule of Meetings AMENDED AGENDA ITEMS AA1.CONFERENCE WITH REAL PROPERTY NEGOTIATORS Authority: Government Code Section 54956.8 Property: 4000 Middlefield Road, Palo Alto (Informally known as the Cubberley Site) Negotiating Party: Palo Alto Unified School District City Negotiators: (Ed Shikada, Chantal Cotton Gaines, Kristen O'Kane, Sunny Tong) Subject of Negotiations: Purchase, Exchange, and/or Lease Price and Terms of Payment New Item added PUBLIC COMMENT INSTRUCTIONS Members of the Public may provide public comments to teleconference meetings via email, teleconference, or by phone. 1. Written public comments may be submitted by email to city.council@cityofpaloalto.org. 2. For in person public comments please complete a speaker request card located on the table at the entrance to the Council Chambers and deliver it to the Clerk prior to discussion of the item. 3. Spoken public comments using a computer or smart phone will be accepted through the teleconference meeting. To address the Council, click on the link below to access a Zoom‐based meeting. Please read the following instructions carefully. You may download the Zoom client or connect to the meeting in‐ browser. If using your browser, make sure you are using a current, up‐to‐date browser: Chrome 30 , Firefox 27 , Microsoft Edge 12 , Safari 7 . Certain functionality may be disabled in older browsers including Internet Explorer. Or download the Zoom application onto your smart phone from the Apple App Store or Google Play Store and enter in the Meeting ID below. You may be asked to enter an email address and name. We request that you identify yourself by name as this will be visible online and will be used to notify you that it is your turn to speak. When you wish to speak on an Agenda Item, click on “raise hand.” The Clerk will activate and unmute speakers in turn. Speakers will be notified shortly before they are called to speak. When called, please limit your remarks to the time limit allotted. A timer will be shown on the computer to help keep track of your comments. 4. Spoken public comments using a phone use the telephone number listed below. When you wish to speak on an agenda item hit *9 on your phone so we know that you wish to speak. You will be asked to provide your first and last name before addressing the Council. You will be advised how long you have to speak. When called please limit your remarks to the agenda item and time limit allotted. CLICK HERE TO JOIN    Meeting ID: 362‐027‐238   Phone: 1‐669‐900‐6833 Americans with Disability Act (ADA) It is the policy of the City of Palo Alto to offer its public programs, services and meetings in a manner that is readily accessible to all. Persons with disabilities who require materials in an appropriate alternative format or who require auxiliary aids to access City meetings, programs, or services may contact the City’s ADA Coordinator at (650) 329‐2550 (voice) or by emailing ada@cityofpaloalto.org. Requests for assistance or accommodations must be submitted at least 24 hours in advance of the meeting, program, or service.  3 February 12, 2024 Materials submitted after distribution of the agenda packet are available for public inspection at www.CityofPaloAlto.org/agendas. CITY COUNCILRegular MeetingMonday, February 12, 2024Council Chambers & Hybrid5:30 PMAmended AgendaAmended agenda items appear below in REDPalo Alto City Council meetings will be held as “hybrid” meetings with the option to attend byteleconference or in person. To maximize public safety while still maintaining transparency andpublic access, members of the public can choose to participate from home or attend in person.Information on how the public may observe and participate in the meeting is located at the endof the agenda. Masks are strongly encouraged if attending in person. The meeting will bebroadcast on Cable TV Channel 26, live on YouTube https://www.youtube.com/c/cityofpaloalto,and streamed to Midpen Media Center https://midpenmedia.org.VIRTUAL PARTICIPATION CLICK HERE TO JOIN   (https://cityofpaloalto.zoom.us/j/362027238)   Meeting ID: 362 027 238    Phone:1(669)900‐6833PUBLIC COMMENTSPublic comments will be accepted both in person and via Zoom for up to three minutes or anamount of time determined by the Chair. All requests to speak will be taken until 5 minutesafter the staff’s presentation. Written public comments can be submitted in advance tocity.council@CityofPaloAlto.org and will be provided to the Council and available for inspectionon the City’s website. Please clearly indicate which agenda item you are referencing in yoursubject line.PowerPoints, videos, or other media to be presented during public comment are accepted onlyby email to city.clerk@CityofPaloAlto.org at least 24 hours prior to the meeting. Once received,the  Clerk will have them shared at public comment for the specified item. To uphold strongcybersecurity management practices, USB’s or other physical electronic storage devices are notaccepted.TIME ESTIMATESListed times are estimates only and are subject to change at any time, including while themeeting is in progress. The Council reserves the right to use more or less time on any item, tochange the order of items and/or to continue items to another meeting. Particular items may beheard before or after the time estimated on the agenda. This may occur in order to best managethe time at a meeting or to adapt to the participation of the public.CALL TO ORDERCLOSED SESSION (5:30 ‐ 6:00 PM)AA1.CONFERENCE WITH REAL PROPERTY NEGOTIATORS Authority: Government CodeSection 54956.8 Property: 4000 Middlefield Road, Palo Alto (Informally known as theCubberley Site) Negotiating Party: Palo Alto Unified School District City Negotiators:(Ed Shikada, Chantal Cotton Gaines, Kristen O'Kane, Sunny Tong) Subject ofNegotiations: Purchase, Exchange, and/or Lease Price and Terms of Payment NewItem addedAGENDA CHANGES, ADDITIONS AND DELETIONSPUBLIC COMMENT (6:00 ‐ 6:15 PM)Members of the public may speak to any item NOT on the agenda. 1‐3 minutes depending on # of speakers. Council reservesthe right to limit the duration of Oral Communications period to 30 minutes.COUNCIL MEMBER QUESTIONS, COMMENTS, ANNOUNCEMENTS (6:15 ‐ 6:20 PM)Members of the public may not speak to the item(s).STUDY SESSION (6:20 ‐ 7:50 PM)1.Reliability and Resiliency Strategic Plan for the City’s Electric UtilityCONSENT CALENDAR (7:50 ‐ 7:55 PM)Items will be voted in one motion unless removed from the calendar by three Council Members.2.Approval of Minutes from January 22, 2024 and January 29, 2024 Meetings3.Approval of Contract Number C24187805 With Carollo Engineers, Inc. in the TotalAmount Not‐to‐Exceed $1,628,326 for Planning and Preliminary Design of a HeadworksFacility at the Regional Water Quality Control Plant, funded by Wastewater TreatmentEnterprise Fund Capital Improvement Program Project WQ‐16002; CEQA Status – Not a“Project.”4.Approval of Two General Services Contracts in the Wastewater Treatment EnterpriseFund: a Contract with Lystek International Limited in an Amount Not to Exceed$5,322,769 and a Contract with Synagro‐WWT, Inc. in an Amount Not to Exceed$7,617,013, Both for Offsite Sludge Treatment Services for a Five‐Year Term; CEQAstatus ‐ exempt5.Adoption of Resolution to Authorize Stanford University to Enforce Unauthorized Parkingin Several of Its Parking Facilities under Vehicle Code § 21107.8; CEQA Status – Not aProject6.Approval of Contract Number C24188120 with Summit Uniforms, LLC for Five Years for aMaximum Compensation Amount Not‐to‐Exceed $720,000 ($144,000/yr) for the Purchaseof Police, Fire, and Park Ranger Uniforms and Related Equipment; CEQA status ‐ not aproject.7.Approval of a General Services Contract Number C24189570 with Downtown StreetsTeam, Inc. in an Amount Not to Exceed $528,409 for Cleaning Services in the UniversityAvenue and California Avenue Business Districts for a Period of Three Years; CEQAstatus – Not a Project8.Approval of Contract Amendments with AgreeYa Solutions, INC., Elegant Enterprise‐WideSolutions, INC., Forsys, INC., Object Technology Solutions, INC., Techlink Systems, INC.,ZION Cloud Solutions, INC., and Inspyr Solutions, LLC., for IT On‐Call ProfessionalServices, to Increase the Combined Annual Not‐To‐Exceed Amount to $1,250,000 and aContract Not‐To‐Exceed total of $3,940,000; CEQA Status ‐ Not a Project.9.Approval of Contract No. C24188884 With WaterTALENT, LLC for Temporary ConsultantSupport for Public Works and Utilities Departments in a Not to Exceed Amount of$1,896,000 Over Three Years, With Two One‐Year Extension Options; Not to Exceed$830,400 for Year One and Not to Exceed $532,800 per Year for Years Two and Threeand Optional Extensions if Authorized; CEQA Status ‐ Not a ProjectCITY MANAGER COMMENTS (7:55 ‐ 8:10 PM)BREAK (5‐10 MINUTES)ACTION ITEMS (Item 10: 8:20 ‐ 9:05 PM, Item 11: 9:05 ‐ 10:35 PM, Item 12: 10:35 ‐ 10:50 PM )Include: Report of Committees/Commissions, Ordinances and Resolutions, Public Hearings, Report of Officials, UnfinishedBusiness and Council Matters.10.Adopt a Resolution Modifying the City’s Objective Design Standards for SB 9 Projects.11.Discuss the FY 2024 Mid‐Year Budget Review and Approve 1) FY 2024 BudgetAmendments in Various Funds, and 2) Amendments to the FY 2024 Table of Organization to add 1.00 Full Time Equivalent (FTE) Position. CEQA Status – Not a Project. 12.Adoption of a Resolution Certifying the Need for an Exception to the California Public Employees Retirement System (CalPERS) 180‐day Waiting Period to Hire Matthew Raschke as a Retired Annuitant Extra Help Senior Engineer. CEQA status ‐ Not a Project ADJOURNMENT INFORMATION REPORTS Information reports are provided for informational purposes only to the Council and the public but are not listed for action during this meeting’s agenda. 13.Informational Update: Recently Promulgated and Pending Federal Regulations Governing Lead in Drinking Water 14.Investment Activity Report for the Second Quarter, Fiscal Year 2024 15.Sales Tax Digest Summary Calendar 2023 (July 2023 ‐ Sept 2023) OTHER INFORMATION Standing Committee Meetings this week     Policy & Services Committee February 13, 2024     City/School Liaison Committee February 15, 2024 Public Comment Letters Schedule of Meetings AMENDED AGENDA ITEMS AA1.CONFERENCE WITH REAL PROPERTY NEGOTIATORS Authority: Government Code Section 54956.8 Property: 4000 Middlefield Road, Palo Alto (Informally known as the Cubberley Site) Negotiating Party: Palo Alto Unified School District City Negotiators: (Ed Shikada, Chantal Cotton Gaines, Kristen O'Kane, Sunny Tong) Subject of Negotiations: Purchase, Exchange, and/or Lease Price and Terms of Payment New Item added PUBLIC COMMENT INSTRUCTIONS Members of the Public may provide public comments to teleconference meetings via email, teleconference, or by phone. 1. Written public comments may be submitted by email to city.council@cityofpaloalto.org. 2. For in person public comments please complete a speaker request card located on the table at the entrance to the Council Chambers and deliver it to the Clerk prior to discussion of the item. 3. Spoken public comments using a computer or smart phone will be accepted through the teleconference meeting. To address the Council, click on the link below to access a Zoom‐based meeting. Please read the following instructions carefully. You may download the Zoom client or connect to the meeting in‐ browser. If using your browser, make sure you are using a current, up‐to‐date browser: Chrome 30 , Firefox 27 , Microsoft Edge 12 , Safari 7 . Certain functionality may be disabled in older browsers including Internet Explorer. Or download the Zoom application onto your smart phone from the Apple App Store or Google Play Store and enter in the Meeting ID below. You may be asked to enter an email address and name. We request that you identify yourself by name as this will be visible online and will be used to notify you that it is your turn to speak. When you wish to speak on an Agenda Item, click on “raise hand.” The Clerk will activate and unmute speakers in turn. Speakers will be notified shortly before they are called to speak. When called, please limit your remarks to the time limit allotted. A timer will be shown on the computer to help keep track of your comments. 4. Spoken public comments using a phone use the telephone number listed below. When you wish to speak on an agenda item hit *9 on your phone so we know that you wish to speak. You will be asked to provide your first and last name before addressing the Council. You will be advised how long you have to speak. When called please limit your remarks to the agenda item and time limit allotted. CLICK HERE TO JOIN    Meeting ID: 362‐027‐238   Phone: 1‐669‐900‐6833 Americans with Disability Act (ADA) It is the policy of the City of Palo Alto to offer its public programs, services and meetings in a manner that is readily accessible to all. Persons with disabilities who require materials in an appropriate alternative format or who require auxiliary aids to access City meetings, programs, or services may contact the City’s ADA Coordinator at (650) 329‐2550 (voice) or by emailing ada@cityofpaloalto.org. Requests for assistance or accommodations must be submitted at least 24 hours in advance of the meeting, program, or service.  4 February 12, 2024 Materials submitted after distribution of the agenda packet are available for public inspection at www.CityofPaloAlto.org/agendas. CITY COUNCILRegular MeetingMonday, February 12, 2024Council Chambers & Hybrid5:30 PMAmended AgendaAmended agenda items appear below in REDPalo Alto City Council meetings will be held as “hybrid” meetings with the option to attend byteleconference or in person. To maximize public safety while still maintaining transparency andpublic access, members of the public can choose to participate from home or attend in person.Information on how the public may observe and participate in the meeting is located at the endof the agenda. Masks are strongly encouraged if attending in person. The meeting will bebroadcast on Cable TV Channel 26, live on YouTube https://www.youtube.com/c/cityofpaloalto,and streamed to Midpen Media Center https://midpenmedia.org.VIRTUAL PARTICIPATION CLICK HERE TO JOIN   (https://cityofpaloalto.zoom.us/j/362027238)   Meeting ID: 362 027 238    Phone:1(669)900‐6833PUBLIC COMMENTSPublic comments will be accepted both in person and via Zoom for up to three minutes or anamount of time determined by the Chair. All requests to speak will be taken until 5 minutesafter the staff’s presentation. Written public comments can be submitted in advance tocity.council@CityofPaloAlto.org and will be provided to the Council and available for inspectionon the City’s website. Please clearly indicate which agenda item you are referencing in yoursubject line.PowerPoints, videos, or other media to be presented during public comment are accepted onlyby email to city.clerk@CityofPaloAlto.org at least 24 hours prior to the meeting. Once received,the  Clerk will have them shared at public comment for the specified item. To uphold strongcybersecurity management practices, USB’s or other physical electronic storage devices are notaccepted.TIME ESTIMATESListed times are estimates only and are subject to change at any time, including while themeeting is in progress. The Council reserves the right to use more or less time on any item, tochange the order of items and/or to continue items to another meeting. Particular items may beheard before or after the time estimated on the agenda. This may occur in order to best managethe time at a meeting or to adapt to the participation of the public.CALL TO ORDERCLOSED SESSION (5:30 ‐ 6:00 PM)AA1.CONFERENCE WITH REAL PROPERTY NEGOTIATORS Authority: Government CodeSection 54956.8 Property: 4000 Middlefield Road, Palo Alto (Informally known as theCubberley Site) Negotiating Party: Palo Alto Unified School District City Negotiators:(Ed Shikada, Chantal Cotton Gaines, Kristen O'Kane, Sunny Tong) Subject ofNegotiations: Purchase, Exchange, and/or Lease Price and Terms of Payment NewItem addedAGENDA CHANGES, ADDITIONS AND DELETIONSPUBLIC COMMENT (6:00 ‐ 6:15 PM)Members of the public may speak to any item NOT on the agenda. 1‐3 minutes depending on # of speakers. Council reservesthe right to limit the duration of Oral Communications period to 30 minutes.COUNCIL MEMBER QUESTIONS, COMMENTS, ANNOUNCEMENTS (6:15 ‐ 6:20 PM)Members of the public may not speak to the item(s).STUDY SESSION (6:20 ‐ 7:50 PM)1.Reliability and Resiliency Strategic Plan for the City’s Electric UtilityCONSENT CALENDAR (7:50 ‐ 7:55 PM)Items will be voted in one motion unless removed from the calendar by three Council Members.2.Approval of Minutes from January 22, 2024 and January 29, 2024 Meetings3.Approval of Contract Number C24187805 With Carollo Engineers, Inc. in the TotalAmount Not‐to‐Exceed $1,628,326 for Planning and Preliminary Design of a HeadworksFacility at the Regional Water Quality Control Plant, funded by Wastewater TreatmentEnterprise Fund Capital Improvement Program Project WQ‐16002; CEQA Status – Not a“Project.”4.Approval of Two General Services Contracts in the Wastewater Treatment EnterpriseFund: a Contract with Lystek International Limited in an Amount Not to Exceed$5,322,769 and a Contract with Synagro‐WWT, Inc. in an Amount Not to Exceed$7,617,013, Both for Offsite Sludge Treatment Services for a Five‐Year Term; CEQAstatus ‐ exempt5.Adoption of Resolution to Authorize Stanford University to Enforce Unauthorized Parkingin Several of Its Parking Facilities under Vehicle Code § 21107.8; CEQA Status – Not aProject6.Approval of Contract Number C24188120 with Summit Uniforms, LLC for Five Years for aMaximum Compensation Amount Not‐to‐Exceed $720,000 ($144,000/yr) for the Purchaseof Police, Fire, and Park Ranger Uniforms and Related Equipment; CEQA status ‐ not aproject.7.Approval of a General Services Contract Number C24189570 with Downtown StreetsTeam, Inc. in an Amount Not to Exceed $528,409 for Cleaning Services in the UniversityAvenue and California Avenue Business Districts for a Period of Three Years; CEQAstatus – Not a Project8.Approval of Contract Amendments with AgreeYa Solutions, INC., Elegant Enterprise‐WideSolutions, INC., Forsys, INC., Object Technology Solutions, INC., Techlink Systems, INC.,ZION Cloud Solutions, INC., and Inspyr Solutions, LLC., for IT On‐Call ProfessionalServices, to Increase the Combined Annual Not‐To‐Exceed Amount to $1,250,000 and aContract Not‐To‐Exceed total of $3,940,000; CEQA Status ‐ Not a Project.9.Approval of Contract No. C24188884 With WaterTALENT, LLC for Temporary ConsultantSupport for Public Works and Utilities Departments in a Not to Exceed Amount of$1,896,000 Over Three Years, With Two One‐Year Extension Options; Not to Exceed$830,400 for Year One and Not to Exceed $532,800 per Year for Years Two and Threeand Optional Extensions if Authorized; CEQA Status ‐ Not a ProjectCITY MANAGER COMMENTS (7:55 ‐ 8:10 PM)BREAK (5‐10 MINUTES)ACTION ITEMS (Item 10: 8:20 ‐ 9:05 PM, Item 11: 9:05 ‐ 10:35 PM, Item 12: 10:35 ‐ 10:50 PM )Include: Report of Committees/Commissions, Ordinances and Resolutions, Public Hearings, Report of Officials, UnfinishedBusiness and Council Matters.10.Adopt a Resolution Modifying the City’s Objective Design Standards for SB 9 Projects.11.Discuss the FY 2024 Mid‐Year Budget Review and Approve 1) FY 2024 BudgetAmendments in Various Funds, and 2) Amendments to the FY 2024 Table ofOrganization to add 1.00 Full Time Equivalent (FTE) Position. CEQA Status – Not aProject.12.Adoption of a Resolution Certifying the Need for an Exception to the California PublicEmployees Retirement System (CalPERS) 180‐day Waiting Period to Hire MatthewRaschke as a Retired Annuitant Extra Help Senior Engineer. CEQA status ‐ Not a ProjectADJOURNMENTINFORMATION REPORTSInformation reports are provided for informational purposes only to the Council and the public but are not listed for actionduring this meeting’s agenda.13.Informational Update: Recently Promulgated and Pending Federal RegulationsGoverning Lead in Drinking Water14.Investment Activity Report for the Second Quarter, Fiscal Year 202415.Sales Tax Digest Summary Calendar 2023 (July 2023 ‐ Sept 2023)OTHER INFORMATIONStanding Committee Meetings this week    Policy & Services Committee February 13, 2024    City/School Liaison Committee February 15, 2024Public Comment LettersSchedule of MeetingsAMENDED AGENDA ITEMSAA1.CONFERENCE WITH REAL PROPERTY NEGOTIATORS Authority: Government CodeSection 54956.8 Property: 4000 Middlefield Road, Palo Alto (Informally known as theCubberley Site) Negotiating Party: Palo Alto Unified School District City Negotiators:(Ed Shikada, Chantal Cotton Gaines, Kristen O'Kane, Sunny Tong) Subject ofNegotiations: Purchase, Exchange, and/or Lease Price and Terms of Payment NewItem added PUBLIC COMMENT INSTRUCTIONS Members of the Public may provide public comments to teleconference meetings via email, teleconference, or by phone. 1. Written public comments may be submitted by email to city.council@cityofpaloalto.org. 2. For in person public comments please complete a speaker request card located on the table at the entrance to the Council Chambers and deliver it to the Clerk prior to discussion of the item. 3. Spoken public comments using a computer or smart phone will be accepted through the teleconference meeting. To address the Council, click on the link below to access a Zoom‐based meeting. Please read the following instructions carefully. You may download the Zoom client or connect to the meeting in‐ browser. If using your browser, make sure you are using a current, up‐to‐date browser: Chrome 30 , Firefox 27 , Microsoft Edge 12 , Safari 7 . Certain functionality may be disabled in older browsers including Internet Explorer. Or download the Zoom application onto your smart phone from the Apple App Store or Google Play Store and enter in the Meeting ID below. You may be asked to enter an email address and name. We request that you identify yourself by name as this will be visible online and will be used to notify you that it is your turn to speak. When you wish to speak on an Agenda Item, click on “raise hand.” The Clerk will activate and unmute speakers in turn. Speakers will be notified shortly before they are called to speak. When called, please limit your remarks to the time limit allotted. A timer will be shown on the computer to help keep track of your comments. 4. Spoken public comments using a phone use the telephone number listed below. When you wish to speak on an agenda item hit *9 on your phone so we know that you wish to speak. You will be asked to provide your first and last name before addressing the Council. You will be advised how long you have to speak. When called please limit your remarks to the agenda item and time limit allotted. CLICK HERE TO JOIN    Meeting ID: 362‐027‐238   Phone: 1‐669‐900‐6833 Americans with Disability Act (ADA) It is the policy of the City of Palo Alto to offer its public programs, services and meetings in a manner that is readily accessible to all. Persons with disabilities who require materials in an appropriate alternative format or who require auxiliary aids to access City meetings, programs, or services may contact the City’s ADA Coordinator at (650) 329‐2550 (voice) or by emailing ada@cityofpaloalto.org. Requests for assistance or accommodations must be submitted at least 24 hours in advance of the meeting, program, or service.  5 February 12, 2024 Materials submitted after distribution of the agenda packet are available for public inspection at www.CityofPaloAlto.org/agendas. City Council Staff Report From: City Manager Report Type: STUDY SESSION Lead Department: Utilities Meeting Date: February 12, 2024 Staff Report:2311-2211 TITLE Reliability and Resiliency Strategic Plan for the City’s Electric Utility RECOMMENDATION This is a study session to review the draft Reliability and Resiliency Strategic Plan (RRSP) that has been recommended for approval by staff and the Utilities Advisory Commission. The RRSP will return for Council approval at a later date. EXECUTIVE SUMMARY The RRSP is a work item in the 2023-2025 Sustainability and Climate Action Plan (S/CAP) Work Plan. The RRSP is intended to address the need for a reliable, well maintained electric system with enhanced reliability to support an electrified community and a desire among some residential community members for ways to maintain some level of electric supply during outages, particularly with an electrified home. The proposed RRSP is provided in Attachment A and incorporates the input previously provided by the UAC. Attachment B provides the progress update on RRSP Strategies as of December 2023 and incorporates input previously provided by the UAC. The six strategies of the RRSP are as follows: •Strategy 1: Replace and modernize electric distribution infrastructure •Strategy 2: Implement operational practices to improve reliability and manage outages effectively •Strategy 3: Integrate and ease adoption of flexible and efficient technologies and strategies •Strategy 4: Evaluate the benefits of flexible and resiliency technologies and efficient electrification strategies to the utility and community •Strategy 5: Evaluate the resource needs to promote the adoption of various flexible demand reduction and resiliency solutions and efficient electrification strategies. •Strategy 6: Implement any utility-driven programs identified in Strategy 5 that are chosen by the City Council Item 1 Item 1 Staff Report        Item 1: Staff Report Pg. 1  Packet Pg. 6 of 428  The Council Climate Action Ad Hoc Committee will review the RRSP at their February 2, 2024 meeting. Staff will incorporate any Committee feedback and/or recommendation as well as any Council feedback from the study session into the final document before returning for Council approval in March. BACKGROUND 1 UAC feedback can be found in the meeting minutes and is summarized below.2 Both are available online at: DISCUSSION •Reliability: how frequently the system experiences outages, •Modernization: how the system will be upgraded to integrate and effectively utilize new and existing flexible technologies like solar with batteries or vehicle to grid technology, •Capacity: the capacity of the system to handle electrification, and •Resiliency: the system’s ability to minimize the consequences of a major event, recover quickly, and the role of the utility in helping individual customers maintain service during outages. 1 https://www.cityofpaloalto.org/files/assets/public/v/3/agendas-minutes-reports/agendas-minutes/utilities- advisory-commission/archived-agenda-and-minutes/agendas-and-minutes-2023/12-dec-2023/12-06-2023-packet- v2.pdf#page=129 2 https://www.cityofpaloalto.org/files/assets/public/v/1/agendas-minutes-reports/agendas-minutes/utilities- advisory-commission/archived-agenda-and-minutes/agendas-and-minutes-2023/12-dec-2023/12-06-2023- approved-uac-minutes.pdf Item 1 Item 1 Staff Report        Item 1: Staff Report Pg. 2  Packet Pg. 7 of 428  not give high marks on how outages were communicated. And very few customers would confidently state whether Palo Alto was ready to manage a major emergency, unlike at other utilities, where customers generally had confidence their utility was prepared. 3 (which represents just the San Francisco Bay Area Peninsula between San Jose and San Francisco, the area Palo Alto is in), and national data by quartile.4 SAIDI represents the amount of time each customer experienced an outage on average.5 Both PG&E and the City benefit from the Bay Area's good weather when comparing to the national average, but the City has fewer outages than PG&E. The City is typically in the first (best) quartile nationally, while PG&E’s Peninsula Division is sometimes in the 2nd quartile and worse in some years. The City did see some increased outage activity for 2018/2019 and 2022/2023 that may have impacted customer perceptions. Some of this can likely be attributed to major events like storms, but some of it is likely due to aging infrastructure and challenges in recruiting and retaining staff. Chart 1: Outage Performance (SAIDI) for City of Palo Alto and Other Utilities 3 Source: Pacific Gas and Electric 2022 and 2017 Annual Electric Reliability Reports to the California Public Utilities Commission: https://www.cpuc.ca.gov/industries-and-topics/electrical-energy/infrastructure/electric- reliability/electric-system-reliability-annual-reports 4 SAIDI can be reported with major events like storms included or excluded. The City reports SAIDI including major events, and the PG&E Peninsula Division and national data reported here also include major events. 5 SAIDI is calculated as the total amount of outage time multiplied by the total number of customers affected divided by the total number of utility customers. Not every customer will experience an outage each year, and those affected may experience more or less outage time on an individual basis than the number reflected in the SAIDI index. Item 1 Item 1 Staff Report        Item 1: Staff Report Pg. 3  Packet Pg. 8 of 428  Various factors affect reliability. Table 1, below, shows some of these factors and how the RRSP tasks address each one. Table 1: Factors that Impact Perceptions of Reliability Factor How Addressed in RRSP Item 1 Item 1 Staff Report        Item 1: Staff Report Pg. 4  Packet Pg. 9 of 428  was designed for one way power flow from large central generators to homes and businesses. Adding high penetrations of technologies like solar and batteries that can feed the grid instead of just consume from it can cause voltage drops or even conditions when power is flowing the opposite direction. Voltage drops can cause flickering lights and issues with electrical equipment, while reverse flows can be a serious issue because existing grid protection devices like fuses or voltage control systems are only designed to work when power is flowing one way, so two-way flow can create dangerous conditions. A high enough reverse power flow can even overload the capacity of transformers or power lines. Table 2: Modernization Issues and Opportunities Issues and Opportunities How Addressed in RRSP Item 1 Item 1 Staff Report        Item 1: Staff Report Pg. 5  Packet Pg. 10 of 428  technologies can also provide benefits in that role as well. Strategies 4, 5, and 6, discussed below, address these potential programs. Table 3: Capacity-Related RRSP Tasks Tasks How Addressed in RRSP Item 1 Item 1 Staff Report        Item 1: Staff Report Pg. 6  Packet Pg. 11 of 428  Resiliency Table 3: Resiliency-Related RRSP Tasks Tasks How Addressed in RRSP COMMISSION RECOMMENDATION •Use words like “promote” or “encourage” in Strategy 3, Actions 3 and 4 rather than “communicate” Item 1 Item 1 Staff Report        Item 1: Staff Report Pg. 7  Packet Pg. 12 of 428  •Where the word “community” is used, specify whether the residential or business community (or both) is being referred to •In Strategy 6, change “chosen by the community” to “chosen by the Council” •Clarify the intent of Strategies 3 and 4 to be clear why Strategy 3, which involves promotion and implementation of certain technologies, proceeds before Strategy 4, which involves quantifying the benefit of those technologies •Status updates should include timelines UAC members had other feedback that was not incorporated directly in the RRSP: •The implementation of the resiliency aspects of the plan should be coordinated with the office of emergency services •Staff should seek community input on resiliency projects as part of the process of providing Council a list of potential utility-driven resiliency programs for consideration following completion of the analyses in Strategy 5. •Consider using mailers as a way to promote utility resources, programs, and practices. •Specify in the resources section of the report whether funding is already available or needs additional funding; when reporting on progress of implementing RRSP specify if implementation is on schedule and within allocated budgets. The UAC unanimously (7-0) approved staff’s recommendation to recommend to the City Council the adoption of the RRSP, with modifications discussed by the Commission. FISCAL/RESOURCE IMPACT The staffing and consulting resources needed to implement Strategies 1 through 5 are already in place (though some longer-term CIP projects will need future budget approvals, like grid modernization, which will require additional budget approvals for later year spending, as will yet-to-be-defined CIP projects, like the second transmission line). Additional resources would likely be needed to implement Strategy 6 depending which customer resiliency programs Council chooses to approve. Strategy 1: Replace and modernize electric distribution infrastructure: Implementation of this strategy has already been budgeted as CIP for Grid Modernization. Cost is estimated at $200 to $300 million and would require 5 to 8 staff over the seven-year period. This estimate includes replacement of aging infrastructure and to increase capacity of the system to accommodate additional loads projected as a result of electrification. The cost of the second transmission line has not been estimated. Strategy 2: Implement operational practices to improve reliability and manage outages effectively: The new utility outage management system became operational in September 2023 and cost $630,000, including five years of annual maintenance. Ongoing 0.25 staffing is required Item 1 Item 1 Staff Report        Item 1: Staff Report Pg. 8  Packet Pg. 13 of 428  to maintain the system. Other activities under this strategy are operationalized and would not require any additional resources. STAKEHOLDER ENGAGEMENT •Two public meetings in August 2018 and November 2019 to seek community input on utility resiliency framework. The engagement resulted in the development of a vision, set of goals and nine projects to enhance utility resiliency – these aspects were discussed with the UAC in March 2020, and has since been incorporated into the CPAU’s on-going work plans. •Discussion of these topics with the S/CAP Working Group 2022-23 •Addition of topic to 2023-2025 S/CAP Work Plan, which was discussed with S/CAP Working Group and S/CAP Committee, then adopted by Council June 6, 2023 (Report #:2303-1158) •Discussions with the UAC on a variety of reliability and resiliency topics over the past three years, 2021-23: OMS updates, Wildfire Mitigation Plan, Workforce, etc. •Analysis of the Impact of Decarbonization on the Resiliency of Single Family Homes in Palo Alto was presented to the UAC November 2021 •Analysis of Costs and Reliability of Different Back-up Electricity Technologies presented to the UAC in December 2022. •Strategic Plan discussions w/ UAC (which include resiliency topics) •Electric Distribution Infrastructure Modernization Update provided to the UAC in June 2023 •Discussion of Reliability and Resiliency Strategic Plan Policy Guidelines with the UAC in September 2023 Item 1 Item 1 Staff Report        Item 1: Staff Report Pg. 9  Packet Pg. 14 of 428  Progress in implementing the RRSP will be reported to the UAC periodically as progress is made in implementing projects contemplated under the plan. ENVIRONMENTAL REVIEW ATTACHMENTS AUTHOR/TITLE: Item 1 Item 1 Staff Report        Item 1: Staff Report Pg. 10  Packet Pg. 15 of 428  1 3 2 4 4 Attachment A: Reliability & Resiliency Strategic Plan – Draft for Discussion/Approval (Note that many of the actions below are also part of other documents like the Utilities Strategic Plan) Strategy 1: Replace and modernize electric distribution infrastructure To avoid outages the utility will replace aging infrastructure, make sure new technologies can be easily integrated into the distribution system, increase the interconnectedness of the electric system, and ensure the utility has the capacity to complete its maintenance and investment needs. Infrastructure investment to reduce wildfire risk will also reduce outages. S1, Action 1: Replace aging infrastructure Large amounts of the utility’s infrastructure are aging and needs replacement. The utility will replace much of this infrastructure over a seven-year grid modernization effort while simultaneously addressing the capacity issues in Action 2. S1, Action 2: Upgrade capacity to accommodate new loads The utility will invest in new capacity to accommodate new loads created by the electrification of vehicles and buildings. S1, Action 3: Improved switching to improve system flexibility, efficiency, and reliability The utility will construct additional distribution feeder circuit ties and switches to make the electric distribution system more interconnected to reduce the impact of outages, and enable more flexibility in configuring power flows to more effectively integrate solar, storage, and other new technologies and to reduce system losses. S1, Action 4: Second transmission connection The utility will pursue a second interconnection to PG&E’s transmission system to reduce the chance of a single incident resulting in the loss of service to the entire community. S1, Action 5: Foothills undergrounding The utility will underground lines in the Foothills to reduce the risk of wildfire liability and minimize the need for forced outages during windy high fire risk days to avoid the risk of electric lines being blown into trees and starting wildfires. Strategy 2: Implement operational practices to improve reliability and manage outages effectively The utility will reduce operational risks that lead to outages by ensuring key positions are filled, reducing outage risks caused by vegetation, and communicating effectively during outages to give residents the information they need to manage the impacts of outages. S2, Action 1: Strengthen the workforce The utility will recruit, train and retain line-workers, system operators, engineers, inspectors to maintain system and respond to outages effectively and, when there are staff vacancies, contract with third-party contractors to supplement staff to keep up with regular utility operations, investment, and maintenance. Item 1 Attachment A - Draft Reliability and Resiliency Strategic Plan        Item 1: Staff Report Pg. 11  Packet Pg. 16 of 428  2 3 2 4 4 S2, Action 2: Employ best maintenance practices for wildfire protection The utility will follow the practices in its Wildfire Mitigation Plan to reduce wildfire risk and the attendant health and safety, liability, and outage risks. The City will communicate with residents effectively about outages using its newly upgraded outage management system. Strategy 3: Integrate and ease adoption of flexible and efficient technologies and strategies Many technologies are being currently added to the electric system that are capable of charging and discharging, generating electricity, or flexing their electric use by time period. Technologies include rooftop solar, home batteries, vehicle to home and vehicle to grid systems, and grid-responsive home equipment. These technologies can also create challenges for the distribution system at high penetrations, resulting in voltage issue, failures in system protection, or other issues because the system is not designed for them. But they can also create benefits when used well, reducing the cost of electricity, reducing emissions, reducing strain on the local distribution system, and creating home resiliency. The utility intends to facilitate the adoption of these technologies. This strategy is related to lowerintended to lower the barriers for these technologies and promoting their voluntary adoption even before any utility incentive or assistance programs are established (utility incentive or assistance programs will be evaluated in Strategies 4 and 5). Barrier reduction and Eeffective grid integration are a first step toward facilitating these technologies and realizing their benefitswill make the system operate more efficiently, especially when paired with promotion of best practices for installing and operating them in an efficient manner. The utility will complete an evaluation of how to configure the electric system to accommodate high penetrations of solar, batteries, and other technologies and integrate the findings of this evaluation into the grid modernization study. The utility to establish clear utility rules and policies on the installation of efficient electrification technologies (e.g. low-wattage EV chargers, circuit pausers, smart panels, grid-responsive equipment and vehicle chargers) and will work with other City departments to establish clear permitting guidelines. The utility will partner with the City’s Sustainability and Climate Action Plan (S/CAP) team and other City departments to communicate and encouragepromote efficient electrification strategies to residents, particularly those doing construction or renovation projects, and incorporate them into electrification programs where feasible. Item 1 Attachment A - Draft Reliability and Resiliency Strategic Plan        Item 1: Staff Report Pg. 12  Packet Pg. 17 of 428  3 3 2 4 4 S3, Action 4: Promote and Communicate how to usePromote the use of flexible technologies in a grid-friendly way The utility will promote energy use communicduring ate the times of day when it energy use results in is lowest emissions and is most grid-friendly, and will send price signals via time of use rates once advanced metering infrastructure is in place Strategy 4: Evaluate the benefits of flexible and and resiliency efficient technologies and efficient electrification strategies to the utility and community The utility will value the benefits of flexible and resiliency technologies (such as solar + batteries, vehicle to grid, and grid-responsive water heaters and other equipment) to the utility’s supply and distribution costs and estimate the value of to the community of the resilience that some of these technologies can provide, with the results supporting an evaluation of the utility’s potential role in facilitating or promoting these technologies. The utility will evaluate the electric supply cost benefits of outreach, education, and time of use rates to encourage the shifting of energy use to times of day when prices and emissions are lower and the grid faces fewer constraints, and will evaluate the benefits of strategies like automated demand response programs in enhancing customer participation in load shifting. The utility will attempt to value the utility benefit to electric distribution costs and capacity of outreach, education, and time of use rates to encourage the use of flexible technologies to shift energy use to other times of day, and will also explore the availability and cost/benefit of technologies that could automate the operation of these flexible technologies to be responsive at the transformer level. These valuation exercises are complex, so the utility will seek partners (e.g. with SLAC’s GISMO Lab) or consultants to complete this action, and will not proceed unless this action can be completed without slowing the grid modernization efforts described in Strategy 1, Actions 1, 2, and 3 The utility will attempt to value of extra resiliency for the community to support program design. The utility will estimate the cost of various community resiliency approaches such as microgrids and compare them to the value of resiliency estimated in Strategy 4, Action 3 above. Strategy 5: Evaluate the resource needs to promote the adoption of for various flexible demand reduction and resiliency solutions and efficient electrification strategiessprograms Based on the cost and value of various flexible demand reduction and resiliency solutions investigated in Strategy 4 the utility will develop outlines of potential programs to facilitate and promote the use of flexible technologies to reduce supply and distribution costs, optimize the use of distribution capacity, and enhance community resiliency. The goal of this strategy is to characterize and estimate resource needs for the potential program approaches described below and to provide policy choices to the Utilities Advisory Commission and Council consideration. Item 1 Attachment A - Draft Reliability and Resiliency Strategic Plan        Item 1: Staff Report Pg. 13  Packet Pg. 18 of 428  4 3 2 4 4 Strategy 5, Action 1: Evaluate utility-driven programs to enhance resiliency and lower the demand on the grid Evaluate possible utility programs to help community members install grid-responsive equipment, solar, storage, and/or vehicle to home or vehicle to grid solutions. Program approaches could include, but are not limited to, incentives, technical assistance, power purchase agreements or feed-in tariffs, direct installation and possibly ownership of equipment, or public-private partnerships with an aggregator. Types of locations to investigate include single-family homes, multi-family buildings, at small and medium businesses, or in larger commercial facilities in Palo Alto. The utility will consider how the programs above may need to be adjusted to address the needs of customers with special needs (e.g. medical needs) or low-income customers. The utility will evaluate how the programs in Action 1 could be adjusted to provide community emergency resources at community facilities or via public-private partnerships. The utility will evaluate other potential approaches to providing community resiliency such as mobile battery storage or neighborhood-level microgrids. Strategy 6: Implement any utility-driven programs identified in Strategy 5 that are chosen by the community and City Council The utility will implement strategies identified in Strategy 5 as directed by Council Item 1 Attachment A - Draft Reliability and Resiliency Strategic Plan        Item 1: Staff Report Pg. 14  Packet Pg. 19 of 428  1 3 2 4 5 Attachment B: Reliability & Resiliency Strategic Plan – Progress Update February 2024 Strategy/Action Status Strategy 1: Replace and Modernize Infrastructure 1.1 Replace aging infrastructure 1.2 Upgrade capacity to accommodate new loads 1.3 Improved feeder switching capabilities These goals will be achieved through the City’s grid modernization project. An electric engineering study was completed identifying upgrades needed through the distribution system, upgrading line transformer capacity, feeder capacity, increasing the number of switches and connections on the system between feeders and substations, and upgrading substation equipment. The program has the following timeline: •Upgrade transformer and feeder capacity in the overhead sections of the system (which represent over 90% of single-family neighborhoods) by the end of 2027. Upgrade underground sections by 2030. •Add switches, connections, and upgrade substations by 2030. Construction on the first modernization project is starting in Q2 2024 in a 1200-home neighborhood bounded by Louis, Amarillo, 101, and Embarcadero. The modernization projects will be coordinated with fiber to the premise construction. 1.4 Second transmission connection Staff, with a consultant help continues to work with the CAISO and PG&E to build a second transmission line to the Adobe Creek Substation, from Moffett field, but no definitive progress has been made to date. 1.5 Foothills undergrounding A key wildfire mitigation activity is undergrounding eleven miles of electric lines in the Foothills area. This iterative project consists of multiple phases and is expected to be complete in 2025. CPAU already installed two of four required substructures and is designing the next two. The first two phases were completed in September 2023. Item 1 Attachment B - December 2023 Status Update on Reliability and Resiliency Strategic Plan        Item 1: Staff Report Pg. 15  Packet Pg. 20 of 428  2 3 2 4 5 Strategy 2: Operational Strategies to Improve Reliability and Manage Outages Effectively 2.1 Strengthen the workforce Concerted efforts are currently underway to recruitment, train, and retain line-workers, system operators, engineers, inspectors to maintain system and respond to outages effectively. Staff have also contracted with third- party contractors to supplement staff to undertake emergency response, maintenance, and capital improvement projects. 2.2 Wildfire protection maintenance practices Staff regularly updates its Wildfire Mitigation Protection Plan to protect power lines in the Foothills, and is exploring innovative software to make vegetation management more efficient. 2.3 Communicate effectively during outages In September 2023 CPAU implemented and operationalize a new OMS system. The new OMS will also allow CPAU to more quickly detect and respond to power outages and provide customers with timely notifications and updates. Strategy 3: Effectively Integrate and Ease Adoption of New Technologies 3.1 Configure the distribution system to accommodate high penetrations of solar, batteries, and other technologies Staff has completed an evaluation of the distribution improvements needed to accommodate high penetrations of solar and storage and is currently evaluating whether these same improvements will also accommodate vehicle to grid technologies, smart panels, and flexible loads. Expected completion: Q1 2024 3.2 Review, communicate, and streamline permitting and other regulatory rules for efficient and flexible electrification technologies 3.3 Communicate how to electrify efficiently 3.4 Communicate how to use technologies in a grid-friendly way Staff is conducting an inter-departmental internal review of various technologies to establish clear rules and guidelines for implementation of these technologies, after which it will begin developing resources for the community to use and outreach to raise awareness. Time of use rates and a transition plan are currently being developed in parallel with the City’s rollout of advanced metering infrastructure. Expected completion: Q2 2024 Strategy 4: Value the benefits of flexible technologies to the utility and community 4.1 Value the utility benefit of flexible technologies on electric supply costs Staff is developing a request for proposals for a consultant to perform these analyses, as well as the analysis of Action 4.4 and the analyses in Strategy 5. Item 1 Attachment B - December 2023 Status Update on Reliability and Resiliency Strategic Plan        Item 1: Staff Report Pg. 16  Packet Pg. 21 of 428  3 3 2 4 5 4.2 Value the utility benefit of flexible technologies on electric distribution costs and capacity Staff expects to be able to bring a consultant contract to Council by August 2024, with study completion tentative planned by Q1 2025. 4.3: Explore estimating the value of resiliency for the community Staff is in talks with its electric engineering consultant and a potential academic partner about partnering to complete this analysis. The tentative completion date is Q1 2025. 4.4: Estimate the cost of various community resiliency approaches See status update for 4.1 and 4.2, above. Strategy 5: Evaluate the resource needs for various demand reduction and resiliency programs 5.1: Evaluate utility-driven programs to enhance resiliency and lower the demand on the grid 5.2 Evaluate equity-based and need-based versions of the programs 5.3: Evaluate community-based versions of the programs 5.4: Evaluate other resiliency approaches Staff is developing a request for proposals for a consultant to perform these analyses, as well as the analysis of Actions 4.1, 4.2, and 4.4, above. The tentative completion date for this study is Q1 2025. Strategy 6: Implement any demand reduction or resiliency programs chosen by the community No actions planned until Strategies 4 and 5 are completed and policy direction is received from Council Item 1 Attachment B - December 2023 Status Update on Reliability and Resiliency Strategic Plan        Item 1: Staff Report Pg. 17  Packet Pg. 22 of 428  City Council Staff Report Report Type: CONSENT CALENDAR Lead Department: City Clerk Meeting Date: February 12, 2024 Report #:2401-2552 TITLE Approval of Minutes from January 22, 2024 and January 29, 2024 Meetings RECOMMENDATION That the minutes be reviewed and approved. ATTACHMENTS Attachment A: January 22, 2024 Draft Action Minutes Attachment B: January 29, 2024 Draft Action Minutes APPROVED BY: Mahealani Ah Yun Item 2 Item 2 Staff Report        Item 2: Staff Report Pg. 1  Packet Pg. 23 of 428  CITY COUNCIL DRAFT ACTION MINUTES Page 1 of 5 Regular Meeting January 22, 2024 The City Council of the City of Palo Alto met on this date in the Council Chambers and by virtual teleconference at 5:30 P.M. Present In Person: Burt, Kou, Lauing, Lythcott-Haims, Stone, Tanaka, Veenker Present Remotely: Absent: Consent Calendar Council Member Kou registered a no vote on Agenda Item Number 4, 6. Council Member Burt, Lythcott-Haims, Veenker requested to Pull Agenda Item Number 3. MOTION: Vice Mayor Lauing moved, seconded by Council Member Veenker to approve Agenda Item Numbers 1-9, and pull Agenda Item Number 3 off of Consent. MOTION PASSED ITEMS 1-2, 5, 7-8: 7-0 MOTION PASSED ITEMS 4, 6: 6-1, Kou no 1. Approval of Minutes from January 8, 2024 Meeting 2. Approval of Purchase Order With Siemens Inc. in the Amount of $489,527 for FY 2024 to Purchase Sixteen (16) 12KV Circuit Breakers for Hanover and Hansen Way Substations. CEQA Status: Exempt under CEQA Guidelines Section 15302 (Replacement of Existing Structures) 3. Adopt a Park Dedication Ordinance for the Tower Well site, 0.19 acres of land (8,437 square feet) at 201 Alma Street and approve the proposed name “Tower Well Park” as Recommended by the Parks and Recreation Commission. CEQA status - not a project. 4. Adoption of an Urgency Ordinance and an Ordinance Amending Palo Alto Municipal Code Title 18 (Zoning) Chapters 18.14 (Housing Incentives), 18.76 (Permits and Approvals), and 18.77 (Processing of Permits and Approvals) to Implement Housing Element Program 1.3 Creating By-Right Zoning Approval for Specific Housing Element Inventory Sites. CEQA Item 2 Attachment A - Jan 22, 2024 Draft Action Minutes        Item 2: Staff Report Pg. 2  Packet Pg. 24 of 428  DRAFT ACTION MINUTES Page 2 of 5 City Council Regular Meeting Draft Action Minutes: 01/22/2024 Status: An Addendum to the City’s Comprehensive Plan Environmental Impact Report was Prepared for the 2023-2031 Housing Element. 5. Adoption of an Ordinance Authorizing the Improvements to the Palo Alto Baylands as Part of the Horizontal Levee Pilot Project and Approval of a Cooperative Agreement with the Association of Bay Area Governments to Construct the Horizontal Levee Pilot Project (WQ-22001); CEQA – exempt under Section 15133 6. QUASI-JUDICIAL. 949 Scott Street [22PLN-00410]: Request for City Council Hearing on the Director's Decision to Approve a Variance application to Allow a New Single-Story, Single- Family Home with a Basement to Encroach into the Front, Side, and Rear Setbacks and Deviate from Standards for Below Grade Patio Side and Rear Setbacks, and Number of Parking Spaces. Zoning District: R-2. Environmental Assessment: Exempt from the California Environmental Quality Act per Section 15303. 7. QUASI-JUDICIAL. 420 Acacia [23PLN-00059]: Request for Approval of a Vesting Tentative Map to Allow for a Condominium Subdivision to Create 16 Units on a Single 35,573 Square Foot Parcel. The Subdivision map Would Facilitate Construction of the Previously Approved 33,833 Square Foot Mixed-use Development Project (23PLN-00058). Environmental Assessment: Exempt from the Provisions of the California Environmental Quality Act in Accordance with CEQA Guidelines Section 15332 (In-fill Development) and 15315 (Minor land Divisions). Zoning District: Split Zoning Designation of RM-30 and R-1 (Multi-Family and Single-Family Residential). 8. Approval of the Office of the City Auditor's Wastewater Treatment Plant Agreement Audit Report as Recommended by Policy & Services Committee (CEQA Status - Not a Project) 9. Approval of Office of City Auditor Risk Assessment and Audit Plan (CEQA Status - Not a Project) Action Items 10. Approval of an Employment Agreement and Approval of Resolution to Appoint Mahealani Ah Yun to the Position of City Clerk at an Annual Salary of $165,000. CEQA Status – Not a Project MOTION: Council Member Burt moved, seconded by Council Member Lythcott-Haims to approve of an employment agreement and adopt a resolution to appoint Mahealani Ah Yun to the position of City Clerk at an annual salary of $165,000. MOTION PASSED: 7-0 Item 2 Attachment A - Jan 22, 2024 Draft Action Minutes        Item 2: Staff Report Pg. 3  Packet Pg. 25 of 428  DRAFT ACTION MINUTES Page 3 of 5 City Council Regular Meeting Draft Action Minutes: 01/22/2024 11. Adoption of a Resolution and Approving an Easement Relocation Agreement Relocating and Vacating a 25 Foot Public Service Easement at the Castilleja School at 1263 Emerson Street and 220 Embarcadero Road (also commonly known as 1310 Bryant Street), Assessor Parcel Numbers 124-12-033 & 124-12-034; CEQA status – categorically exempt. MOTION: Council Member Lythcott-Haims moved, seconded by Council Member Veenker to: 1. Approve and authorize the City Manager or designee to execute the Easement Relocation Agreement relocating a public service easement on the Castilleja School located at 1263 Emerson Street and 220 Embarcadero Road (also commonly known as 1310 Bryant Street); and 2. Adopt a resolution summarily vacating a public service easement on the Castilleja School located at 1263 Emerson Street and 220 Embarcadero Road (also commonly known as 1310 Bryant Street) after the relocated easement has been recorded. MOTION PASSED: 6-1, Kou no 12. Review and Accept the FY 2025 - FY 2034 Long Range Financial Forecast (LRFF) and FY 2025 Budget Development Guidelines as Recommended by the Finance Committee, CEQA Status – Not a Project MOTION: Vice Mayor Lauing moved, seconded by Council Member Kou to accept the General Fund Long Range Financial Forecast (LRFF) for Fiscal Year 2025-2034 (Attachment I) and the FY 2025 annual Budget Development Guidelines (Attachment II) and direct staff to use this forecast as the starting point for the initiation of the FY 2025 budget process. MOTION PASSED: 6-1, Tanaka no 13. Update regarding State and Federal Legislation and Approval of the Annual Legislative Guidelines and Legislative Platform as Recommended by the Policy & Service Committee. CEQA Status – Not a Project MOTION: Council Member Burt moved, seconded by Vice Mayor Lauing to approve the 2024 Federal and State Legislative Guidelines / Legislative Platform (Attachment A) and accept a legislative update with the following changes (italics/bold are new text): 1. Update the foundational Principles #3 first sentence to read as follows: "Preserve and Protect the City's Powers, duties, and discretion to enact and engage in local processes and policy making concerning local affairs and oppose efforts and legislation from the state and regional bodies that preempt local authority and do not align with City Item 2 Attachment A - Jan 22, 2024 Draft Action Minutes        Item 2: Staff Report Pg. 4  Packet Pg. 26 of 428  DRAFT ACTION MINUTES Page 4 of 5 City Council Regular Meeting Draft Action Minutes: 01/22/2024 priorities. Advocate for longer lead times for implementation of new legislation that adversely impacts Palo Alto". MOTION PASSED: 6-1, Kou no AMENDMENT: Council Member Tanaka, seconded by Council Member Lythcott-Haims to update bullet #7 from Housing section to read as follows: “Supports the provision of greater lead times for Palo Alto to implement state legislation when necessary to comply with new land use and housing requirements within the local context”. AMENDMENT PASSED: 5-2, Kou, Lauing no Adjournment: The meeting was adjourned at 10:50 P.M. Item 2 Attachment A - Jan 22, 2024 Draft Action Minutes        Item 2: Staff Report Pg. 5  Packet Pg. 27 of 428  DRAFT ACTION MINUTES Page 5 of 5 City Council Regular Meeting Draft Action Minutes: 01/22/2024 ATTEST: APPROVED: ____________________ ____________________ City Clerk Mayor NOTE: Action minutes are prepared in accordance with Palo Alto Municipal Code (PAMC) 2.04.160(a) and (b). Summary minutes (sense) are prepared in accordance with PAMC Section 2.04.160(c). Beginning in January 2018, in accordance with Ordinance No. 5423, the City Council found action minutes and the video/audio recordings of Council proceedings to be the official records of both Council and committee proceedings. These recordings are available on the City’s website. Item 2 Attachment A - Jan 22, 2024 Draft Action Minutes        Item 2: Staff Report Pg. 6  Packet Pg. 28 of 428  CITY COUNCIL DRAFT ACTION MINUTES Page 1 of 3 Special Meeting January 29, 2024 The City Council of the City of Palo Alto met on this date in the Mitchell Park Community Center, El Palo Alto Room and by virtual teleconference at 5:30 P.M. Present In Person: Burt, Kou, Lauing, Lythcott-Haims, Stone, Tanaka, Veenker Present Remotely: Absent: 2024 ANNUAL COUNCIL RETREAT PROGRAM 1. Roll Call and Welcome from Mayor Stone Presentation 2. City Council Retreat: Discussion and Selection of 2024 City Council Priorities 2A. Discuss 2023 City Council Priorities & Objectives 2B. Discuss Key Inputs for Priority Setting: Community and Councilmember Feedback 2C. Selection of 2024 Council Priorities & Discussion on Strategies to Achieve Priorities MOTION: Mayor Stone moved, seconded by Council Member Veenker to modify Community Health & Safety to “Community Health, Safety, Wellness, & Belonging”. MOTION PASSED: 5-2, Lauing, Kou no MOTION: Council Member Veenker moved, seconded by Council Member Lythcott-Haims to approve the 2024 Council Priorities as follows: • Community Health, Safety, Wellness, & Belonging • Economic Development & Transition • Climate Change & Natural Environment – Protection & Adaption • Housing for Social & Economic Balance Item 2 Attachment B - Jan 29, 2024 Draft Action Minutes        Item 2: Staff Report Pg. 7  Packet Pg. 29 of 428  DRAFT ACTION MINUTES Page 2 of 3 Sp. City Council Meeting Draft Action Minutes: 01/29/2024 MOTION PASSED: 7-0 2D. Discuss City Council Norms for 2024 2E. Retreat Debrief, Take Away and Next Steps Adjournment: The meeting was adjourned at 10:15 P.M. Item 2 Attachment B - Jan 29, 2024 Draft Action Minutes        Item 2: Staff Report Pg. 8  Packet Pg. 30 of 428  DRAFT ACTION MINUTES Page 3 of 3 Sp. City Council Meeting Draft Action Minutes: 01/29/2024 ATTEST: APPROVED: ____________________ ____________________ City Clerk Mayor NOTE: Action minutes are prepared in accordance with Palo Alto Municipal Code (PAMC) 2.04.160(a) and (b). Summary minutes (sense) are prepared in accordance with PAMC Section 2.04.160(c). Beginning in January 2018, in accordance with Ordinance No. 5423, the City Council found action minutes and the video/audio recordings of Council proceedings to be the official records of both Council and committee proceedings. These recordings are available on the City’s website. Item 2 Attachment B - Jan 29, 2024 Draft Action Minutes        Item 2: Staff Report Pg. 9  Packet Pg. 31 of 428  2 8 5 0 City Council Staff Report From: City Manager Report Type: CONSENT CALENDAR Lead Department: Public Works Meeting Date: February 12, 2024 Report #: 2311-2257 TITLE Approval of Contract Number C24187805 With Carollo Engineers, Inc. in the Total Amount Not- to-Exceed $1,628,326 for Planning and Preliminary Design of a Headworks Facility at the Regional Water Quality Control Plant, funded by Wastewater Treatment Enterprise Fund Capital Improvement Program Project WQ-16002; CEQA Status – Not a “Project.” RECOMMENDATION Staff recommends that Council approve and authorize the City Manager or their designee to execute Contract Number C24187805 with Carollo Engineers, Inc. in an amount not-to-exceed $1,628,326 for planning and preliminary design of a Headworks Facility at the Regional Water Quality Control Plant, funded by Wastewater Treatment Enterprise Fund Capital Improvement Program Project WQ-16002. The contract amount includes $1,480,296 for basic services and $148,030 for additional services. The contract term is through June 30, 2032. EXECUTIVE SUMMARY The Regional Water Quality Control Plant requires a new Headworks Facility to replace aging raw sewage pumping equipment as well as preliminary treatment equipment that removes debris, rags, and grit from influent prior to conveyance to primary treatment facilities. Approval of Contract Number C24187805 with Carollo Engineers, Inc. will initiate planning and preliminary design that will allow for subsequent detailed design and eventual construction of a new Headworks Facility. BACKGROUND The Regional Water Quality Control Plant (RWQCP, Plant) was originally constructed in 1934 and has undergone several expansions and upgrades. Preliminary treatment of the Plant’s influent flows includes the removal of debris, rags, and grit via grinders, barscreens, and a cyclone classifier. Wastewater is pumped to the influent channel of four primary sedimentation tanks for further treatment. The plant’s original raw sewage pumping plant consisted of only pumps. It was replaced in 1956 by another pumping plant (named Old Pumping Plant now) to add new pumps and grinders to Item 3 Item 3 Staff Report        Item 3: Staff Report Pg. 1  Packet Pg. 32 of 428  2 8 5 0 grind rags and large debris into smaller pieces that subsequently get removed at the primary sedimentation tanks. In 1972, another pumping plant (named New Pumping Plant) was constructed to add larger capacity pumps and equipment (i.e., barscreens) that can remove rags and large debris and thereby improve the performance of the primary sedimentation tanks and sludge pumps. To further reduce the loadings to the primary sedimentation tanks and protect downstream equipment, mechanical equipment (i.e., a cyclone classifier) was installed in 1988 to facilitate the removal of abrasive grit and sand from the primary influent channel. As the equipment continued to age, the Old Pumping Plant was rehabilitated in 2018 to supplement pumping capacity during maintenance events and high flow situations. Both the 1956 and 1972 raw sewage pumping plants remain in service to accommodate a larger regional community as well as wet weather influent flows of up to 80 million gallons per day. Because of age and obsolete technology, the existing two pumping plants, barscreens, and grit removal system do not remove as much screenings and grit as could be achieved with a newer system. During the winter storms in January 2023, large amounts of grit damaged sludge collection equipment in the primary sedimentation tanks, reinforcing the need for an upgrade to the aging equipment. 1 which was accepted by the Council in 2012.2 ANALYSIS •verify the plant’s influent flows and solids characteristics; •perform alternative analysis to select the appropriate pumping equipment and technologies for solids removal and odor control; •perform site layout alternative analysis and recommend the best layout for siting the headworks facility; 1 Long Range Facilities Plan for the Regional Water Quality Control Plant, 2012; https://www.cityofpaloalto.org/files/assets/public/public-works/water-quality-control-plant/lrfp-final-report-08- 2012.pdf 2 City Council, July 2, 2012; Agenda Item #1; SR #2914. https://www.cityofpaloalto.org/files/assets/public/v/1/agendas-minutes-reports/reports/city-manager-reports- cmrs/year-archive/2012/id-2914.pdf Item 3 Item 3 Staff Report        Item 3: Staff Report Pg. 2  Packet Pg. 33 of 428  2 8 5 0 •perform preliminary design for the headworks facility housing new pumps, solids removal equipment, odor control system, power distribution equipment, and other ancillary systems. The design will include consolidation of the plant’s electrical power feeds for the headworks facility and adjacent maintenance building and UV facility as well as modifications to existing facilities for process unit tie-ins; •prepare a preliminary design report documenting the basis of design; •develop preliminary construction sequencing plan that will allow continuous plant operation during construction with minimal interruption; and •develop a preliminary cost estimate for construction of the headworks facility. A request for proposals (RFP) for the project was posted on PlanetBids, the City’s eProcurement platform, and 2,145 vendors were notified. The solicitation period was posted for 62 days; five proposals were received. The solicitation closed on June 6, 2023. Table 1: Summary of Request for Proposal Proposal Description Design Services for Headworks Facility, RFP187805 Proposed Length of Project 8 Years (2024 to 2032) Number of Vendors Notified 2,145 Number of Proposal Packages Downloaded 31 Total Days to Respond to Proposal 62 Pre-Proposal Meeting and Date Yes, Mandatory, 4/25/2023 Number of Proposals Received 5 Proposal Price Range Basic Services (Planning and Preliminary Design): $997,880 to $2,073,444 Optional Services (First 10,000 Hours of Detailed Design): $2,991,615 to $4,220,398 Public Link to Solicitation https://pbsystem.planetbids.com/portal/25569/bo/bo- detail/104153# Note: The RFP included the scope of work for planning, preliminary design, and detailed design. The costs for optional services shown in the table above represent an estimated level of effort for the first 10,000 hours of detailed design in 2023 dollars. The total level of effort for the detailed design can only be determined after planning and preliminary design are completed. The proposals were evaluated and determined to be responsive to the criteria identified in the RFP. Two of the proposals demonstrated less headworks design experience compared to the other three proposals, despite their lower price range. Carollo Engineers, Inc. (Carollo) was selected because of the quality of their proposal and effectiveness of their services; the experience of their staff, as demonstrated during their presentation; relatively higher number of headworks projects completed to date; prior record of performance with the City; and their ability to provide future services. Staff from the City of Sunnyvale and San Francisco Public Item 3 Item 3 Staff Report        Item 3: Staff Report Pg. 3  Packet Pg. 34 of 428  2 8 5 0 Utilities Commission provided positive feedback to Public Works staff regarding Carollo’s design of those cities’ new headworks facilities. Staff recommends that Council approve and authorize the City Manager or their designee to execute Contract Number C24187805 (Attachment A) with Carollo Engineers, Inc. in an amount not-to-exceed $1,628,326 including $1,480,296 for basic services associated with planning and preliminary design (30 percent design stage) of a new Headworks Facility and $148,030 for additional services. The total amount of $1,628,326 excludes the cost for detailed design. FISCAL/RESOURCE IMPACT Item 3 Item 3 Staff Report        Item 3: Staff Report Pg. 4  Packet Pg. 35 of 428  2 8 5 0 Agency (USEPA) administered Water Infrastructure Finance and Innovation Act (WIFIA) and the Clean Water State Revolving Fund (CWSRF) program loans. If these lower-interest loans cannot be obtained, staff will seek bond financing. WIFIA, CWSRF, and bond interest rates are currently estimated at 3.9%, 1.7%, and 4.5%, respectively. STAKEHOLDER ENGAGEMENT ENVIRONMENTAL REVIEW ATTACHMENTS APPROVED BY: Item 3 Item 3 Staff Report        Item 3: Staff Report Pg. 5  Packet Pg. 36 of 428  Page 1 of 55 Professional Services Rev. Dec.15, 2020 CITY OF PALO ALTO CONTRACT NO. C24187805 AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF PALO ALTO AND CAROLLO ENGINEERS, INC. This Agreement for Professional Services (this “Agreement”) is entered into as of the 12th day of February, 2024 (the “Effective Date”), by and between the CITY OF PALO ALTO, a California chartered municipal corporation (“CITY”), and CAROLLO ENGINEERS, INC. , a California Corporation, located at 2795 Mitchell Drive, Walnut Creek, CA 94598 (“CONSULTANT”). The following recitals are a substantive portion of this Agreement and are fully incorporated herein by this reference: RECITALS A. CITY intends to construct a new Headworks Facility (the “Project”) and desires to engage a consultant to provide planning and preliminary design services in connection with the Project (the “Services”, as detailed more fully in Exhibit A). B. CONSULTANT represents that it, its employees and subconsultants, if any, possess the necessary professional expertise, qualifications, and capability, and all required licenses and/or certifications to provide the Services. C. CITY, in reliance on these representations, desires to engage CONSULTANT to provide the Services as more fully described in Exhibit A, entitled “SCOPE OF SERVICES”. NOW, THEREFORE, in consideration of the recitals, covenants, terms, and conditions, in this Agreement, the parties agree as follows: SECTION 1. SCOPE OF SERVICES. CONSULTANT shall perform the Services described in Exhibit A in accordance with the terms and conditions contained in this Agreement. The performance of all Services shall be to the reasonable satisfaction of CITY. SECTION 2. TERM. The term of this Agreement shall be from the date of its full execution through June 30, 2032 unless terminated earlier pursuant to Section 19 (Termination) of this Agreement. SECTION 3. SCHEDULE OF PERFORMANCE. Time is of the essence in the performance of Services under this Agreement. CONSULTANT shall complete the Services within the term of this Agreement and in accordance with the schedule set forth in Exhibit B, entitled “SCHEDULE OF PERFORMANCE”. Any Services for which times for performance are not specified in this Agreement shall be commenced and completed by CONSULTANT in a reasonably prompt and timely manner based upon the circumstances and direction communicated to the CONSULTANT. CITY’s agreement to extend the term or the schedule for performance shall not preclude recovery of damages for delay if the extension is required due to the fault of CONSULTANT. DocuSign Envelope ID: ACBEADD7-93A4-4809-9985-4D41F46BA84B Item 3 Attachment A - Contract C24187805 With Carollo Engineers, Inc.        Item 3: Staff Report Pg. 6  Packet Pg. 37 of 428  Page 2 of 55 Professional Services Rev. Dec.15, 2020 SECTION 4. NOT TO EXCEED COMPENSATION. The compensation to be paid to CONSULTANT for performance of the Services shall be based on the compensation structure detailed in Exhibit C, entitled “COMPENSATION,” including any reimbursable expenses specified therein, and the maximum total compensation shall not exceed One Million Four Hundred Eighty Thousand Two Hundred Ninety-Six Dollars ($1,480,296.00). The hourly schedule of rates, if applicable, is set out in Exhibit C-1, entitled “SCHEDULE OF RATES.” Any work performed or expenses incurred for which payment would result in a total exceeding the maximum compensation set forth in this Section 4 shall be at no cost to the CITY. Optional Additional Services Provision (This provision applies only if checked and a not-to- exceed compensation amount for Additional Services is allocated below under this Section 4.) In addition to the not-to-exceed compensation specified above, CITY has set aside the not-to- exceed compensation amount of One Hundred Forty-Eight Thousand Thirty Dollars ($148,030.00) for the performance of Additional Services (as defined below). The total compensation for performance of the Services, Additional Services and any reimbursable expenses specified in Exhibit C, shall not exceed One Million Six Hundred Twenty-Eight Thousand Three Hundred Twenty-Six Dollars ($1,628,326.00), as detailed in Exhibit C. “Additional Services” means any work that is determined by CITY to be necessary for the proper completion of the Project, but which is not included within the Scope of Services described at Exhibit A. CITY may elect to, but is not required to, authorize Additional Services up to the maximum amount of compensation set forth for Additional Services in this Section 4. CONSULTANT shall provide Additional Services only by advanced, written authorization from CITY as detailed in this Section. Additional Services, if any, shall be authorized by CITY with a Task Order assigned and authorized by CITY’s Project Manager, as identified in Section 13 (Project Management). Each Task Order shall be in substantially the same form as Exhibit A-1, entitled “PROFESSIONAL SERVICES TASK ORDER”. Each Task Order shall contain a specific scope of services, schedule of performance and maximum compensation amount, in accordance with the provisions of this Agreement. Compensation for Additional Services shall be specified by CITY in the Task Order, based on whichever is lowest: the compensation structure set forth in Exhibit C, the hourly rates set forth in Exhibit C-1, or a negotiated lump sum. To accept a Task Order, CONSULTANT shall sign the Task Order and return it to CITY’s Project Manager within the time specified by the Project Manager, and upon authorization by CITY (defined as counter-signature by the CITY Project Manager), the fully executed Task Order shall become part of this Agreement. The cumulative total compensation to CONSULTANT for all Task Orders authorized under this Agreement shall not exceed the amount of compensation set forth for Additional Services in this Section 4. CONSULTANT shall only be compensated for Additional Services performed under an authorized Task Order and only up to the maximum amount of compensation set forth for Additional Services in this Section 4. Performance of and payment for any Additional Services are subject to all requirements and restrictions in this Agreement. SECTION 5. INVOICES. In order to request payment, CONSULTANT shall submit monthly invoices to the CITY describing the Services performed and the applicable charges (including, if applicable, an identification of personnel who performed the Services, hours worked, hourly rates, and reimbursable expenses), based upon Exhibit C or, as applicable, CONSULTANT’s schedule of rates set forth in Exhibit C-1. If applicable, the invoice shall also describe the percentage of completion of each task. The information in CONSULTANT’s invoices shall be subject to verification by CITY. CONSULTANT shall send all invoices to CITY’s Project Manager at the address specified in Section 13 (Project Management) below. CITY will generally process and pay invoices within thirty (30) days of receipt of an acceptable invoice. DocuSign Envelope ID: ACBEADD7-93A4-4809-9985-4D41F46BA84B Item 3 Attachment A - Contract C24187805 With Carollo Engineers, Inc.        Item 3: Staff Report Pg. 7  Packet Pg. 38 of 428  Page 3 of 55 Professional Services Rev. Dec.15, 2020 SECTION 6. QUALIFICATIONS/STANDARD OF CARE. All Services shall be performed by CONSULTANT or under CONSULTANT’s supervision. CONSULTANT represents that it, its employees and subcontractors, if any, possess the professional and technical personnel necessary to perform the Services required by this Agreement and that the personnel have sufficient skill and experience to perform the Services assigned to them. CONSULTANT represents that it, its employees and subcontractors, if any, have and shall maintain during the term of this Agreement all licenses, permits, qualifications, insurance and approvals of whatever nature that are legally required to perform the Services. All Services to be furnished by CONSULTANT under this Agreement shall meet the professional standard and quality that prevail among professionals in the same discipline and of similar knowledge and skill engaged in related work throughout California under the same or similar circumstances. SECTION 7. COMPLIANCE WITH LAWS. CONSULTANT shall keep itself informed of and in compliance with all federal, state and local laws, ordinances, regulations, and orders that may affect in any manner the Project or the performance of the Services or those engaged to perform Services under this Agreement, as amended from time to time. CONSULTANT shall procure all permits and licenses, pay all charges and fees, and give all notices required by law in the performance of the Services. SECTION 8. ERRORS/OMISSIONS. CONSULTANT is solely responsible for costs, including, but not limited to, increases in the cost of Services, arising from or caused by CONSULTANT’s errors and omissions, including, but not limited to, the costs of corrections such errors and omissions, any change order markup costs, or costs arising from delay caused by the errors and omissions or unreasonable delay in correcting the errors and omissions. SECTION 9. COST ESTIMATES. If this Agreement pertains to the design of a public works project, CONSULTANT shall submit estimates of probable construction costs at each phase of design submittal. If the total estimated construction cost at any submittal exceeds the CITY’s stated construction budget by ten percent (10%) or more, CONSULTANT shall make recommendations to CITY for aligning the Project design with the budget, incorporate CITY approved recommendations, and revise the design to meet the Project budget. SECTION 10. INDEPENDENT CONTRACTOR. CONSULTANT acknowledges and agrees that CONSULTANT and any agent or employee of CONSULTANT will act as and shall be deemed at all times to be an independent contractor and shall be wholly responsible for the manner in which CONSULTANT performs the Services requested by CITY under this Agreement. CONSULTANT and any agent or employee of CONSULTANT will not have employee status with CITY, nor be entitled to participate in any plans, arrangements, or distributions by CITY pertaining to or in connection with any retirement, health or other benefits that CITY may offer its employees. CONSULTANT will be responsible for all obligations and payments, whether imposed by federal, state or local law, including, but not limited to, FICA, income tax withholdings, workers’ compensation, unemployment compensation, insurance, and other similar responsibilities related to CONSULTANT’s performance of the Services, or any agent or employee of CONSULTANT providing same. Nothing in this Agreement shall be construed as creating an employment or agency relationship between CITY and CONSULTANT or any agent or employee of CONSULTANT. Any terms in this Agreement referring to direction from CITY shall be construed as providing for direction as to policy and the result of CONSULTANT’s provision of the Services only, and not as to the means by which such a result is obtained. SECTION 11. ASSIGNMENT. The parties agree that the expertise and experience of CONSULTANT are material considerations for this Agreement. CONSULTANT shall not assign or transfer any interest in this Agreement nor the performance of any of CONSULTANT’s obligations hereunder without the prior written approval of the City Manager. Any purported assignment made without the prior written approval DocuSign Envelope ID: ACBEADD7-93A4-4809-9985-4D41F46BA84B Item 3 Attachment A - Contract C24187805 With Carollo Engineers, Inc.        Item 3: Staff Report Pg. 8  Packet Pg. 39 of 428  Page 4 of 55 Professional Services Rev. Dec.15, 2020 of the City Manager will be void and without effect. Subject to the foregoing, the covenants, terms, conditions and provisions of this Agreement will apply to, and will bind, the heirs, successors, executors, administrators and assignees of the parties. SECTION 12. SUBCONTRACTING. Option A: No Subcontractor: CONSULTANT shall not subcontract any portion of the Services to be performed under this Agreement without the prior written authorization of the City Manager or designee. In the event CONSULTANT does subcontract any portion of the work to be performed under this Agreement, CONSULTANT shall be fully responsible for all acts and omissions of subcontractors. Option B: Subcontracts Authorized: Notwithstanding Section 11 (Assignment) above, CITY agrees that subcontractors may be used to complete the Services. The subcontractors authorized by CITY to perform work on this Project are: Subcontractor: Service: Bay Area Coating Consultants, Inc. Coating Specialist Callander Associates Landscape Architecture Design Environmental Science Associates Environmental Assessment and Permitting Exaro Technologies Corp. Potholing Haley & Aldrich Geotechnical Study JDH Corrosion Consultants, Inc. Corrosion Protection Jensen Hughes Fire Protection Mizutani Environmental Air Permitting MWA Architects, Inc. Building Architecture TJC and Associates, Inc. SCADA, Electrical and Instrumentation Towill, Inc. Surveying Wilson Ihrig Noise Control CONSULTANT shall be responsible for directing the work of any subcontractors and for any compensation due to subcontractors. CITY assumes no responsibility whatsoever concerning compensation of subcontractors. CONSULTANT shall be fully responsible to CITY for all acts and omissions of subcontractors. CONSULTANT shall change or add subcontractors only with the prior written approval of the City Manager or designee. SECTION 13. PROJECT MANAGEMENT. CONSULTANT will assign Rick Chan, 2795 Mitchell Drive, Walnut Creek, CA 94598, Telephone: 925-786-0118, Email: RChan@carollo.com. as the CONSULTANT’s Project Manager to have supervisory responsibility for the performance, progress, and execution of the Services and represent CONSULTANT during the day-to-day performance of the Services. DocuSign Envelope ID: ACBEADD7-93A4-4809-9985-4D41F46BA84B Item 3 Attachment A - Contract C24187805 With Carollo Engineers, Inc.        Item 3: Staff Report Pg. 9  Packet Pg. 40 of 428  Page 5 of 55 Professional Services Rev. Dec.15, 2020 If circumstances cause the substitution of the CONSULTANT’s Project Manager or any other of CONSULTANT’s key personnel for any reason, the appointment of a substitute Project Manager and the assignment of any key new or replacement personnel will be subject to the prior written approval of the CITY’s Project Manager. CONSULTANT, at CITY’s request, shall promptly remove CONSULTANT personnel who CITY finds do not perform the Services in an acceptable manner, are uncooperative, or present a threat to the adequate or timely completion of the Services or a threat to the safety of persons or property. CITY’s Project Manager is Siew Ching Chin, Public Works Department, Environmental Services Division, 2501 Emabarcadero Way Palo Alto, CA, 94303, Telephone: 650-838-2917, Email: siewching.chin@cityofpaloalto.org. CITY’s Project Manager will be CONSULTANT’s point of contact with respect to performance, progress and execution of the Services. CITY may designate an alternate Project Manager from time to time. SECTION 14. OWNERSHIP OF MATERIALS. All work product, including without limitation, all writings, drawings, studies, sketches, photographs, plans, reports, specifications, computations, models, recordings, data, documents, and other materials and copyright interests developed under this Agreement, in any form or media, shall be and remain the exclusive property of CITY without restriction or limitation upon their use. CONSULTANT agrees that all copyrights which arise from creation of the work product pursuant to this Agreement are vested in CITY, and CONSULTANT hereby waives and relinquishes all claims to copyright or other intellectual property rights in favor of CITY. Neither CONSULTANT nor its subcontractors, if any, shall make any of such work product available to any individual or organization without the prior written approval of the City Manager or designee. CONSULTANT makes no representation of the suitability of the work product for use in or application to circumstances not contemplated by the Scope of Services. SECTION 15. AUDITS. CONSULTANT agrees to permit CITY and its authorized representatives to audit, at any reasonable time during the term of this Agreement and for four (4) years from the date of final payment, CONSULTANT’s records pertaining to matters covered by this Agreement, including without limitation records demonstrating compliance with the requirements of Section 10 (Independent Contractor). CONSULTANT further agrees to maintain and retain accurate books and records in accordance with generally accepted accounting principles for at least four (4) years after the expiration or earlier termination of this Agreement or the completion of any audit hereunder, whichever is later. SECTION 16. INDEMNITY. [Option A applies to the following design professionals pursuant to Civil Code Section 2782.8: architects; landscape architects; registered professional engineers and licensed professional land surveyors.] 16.1. To the fullest extent permitted by law, CONSULTANT shall indemnify, defend and hold harmless CITY, its Council members, officers, employees and agents (each an “Indemnified Party”) from and against any and all third party demands, claims, or liability of any nature, including death or injury to any person, property damage or any other loss, including all costs and expenses of whatever nature including attorney’s fees, experts fees, court costs and disbursements (“Claims”) to the extent that such Claims arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of CONSULTANT, its officers, employees, agents or contractors under this Agreement, regardless of whether or not it is caused in part by an Indemnified Party. CITY will reimburse CONSULTANT for the proportionate percentage of defense costs exceeding CONSULTANT’s proportionate percentage of fault as determined by the final judgment of a court of competent jurisdiction. DocuSign Envelope ID: ACBEADD7-93A4-4809-9985-4D41F46BA84B Item 3 Attachment A - Contract C24187805 With Carollo Engineers, Inc.        Item 3: Staff Report Pg. 10  Packet Pg. 41 of 428  Page 6 of 55 Professional Services Rev. Dec.15, 2020 [Option B applies to any consultant who does not qualify as a design professional as defined in Civil Code Section 2782.8.] 16.1. To the fullest extent permitted by law, CONSULTANT shall indemnify, defend and hold harmless CITY, its Council members, officers, employees and agents (each an “Indemnified Party”) from and against any and all demands, claims, or liability of any nature, including death or injury to any person, property damage or any other loss, including all costs and expenses of whatever nature including attorney’s fees, experts fees, court costs and disbursements (“Claims”) resulting from, arising out of or in any manner related to performance or nonperformance by CONSULTANT, its officers, employees, agents or contractors under this Agreement, regardless of whether or not it is caused in part by an Indemnified Party. 16.2. Notwithstanding the above, nothing in this Section 16 shall be construed to require CONSULTANT to indemnify an Indemnified Party from a Claim arising from the active negligence or willful misconduct of an Indemnified Party that is not contributed to by any act of, or by any omission to perform a duty imposed by law or agreement by, CONSULTANT, its officers, employees, agents or contractors under this Agreement. 16.3. The acceptance of CONSULTANT’s Services and duties by CITY shall not operate as a waiver of the right of indemnification. The provisions of this Section 16 shall survive the expiration or early termination of this Agreement. SECTION 17. WAIVERS. No waiver of a condition or nonperformance of an obligation under this Agreement is effective unless it is in writing in accordance with Section 29.4 of this Agreement. No delay or failure to require performance of any provision of this Agreement shall constitute a waiver of that provision as to that or any other instance. Any waiver granted shall apply solely to the specific instance expressly stated. No single or partial exercise of any right or remedy will preclude any other or further exercise of any right or remedy. SECTION 18. INSURANCE. 18.1. CONSULTANT, at its sole cost and expense, shall obtain and maintain, in full force and effect during the term of this Agreement, the insurance coverage described in Exhibit D, entitled “INSURANCE REQUIREMENTS”. CONSULTANT and its contractors, if any, shall obtain a policy endorsement naming CITY as an additional insured under any general liability or automobile policy or policies. 18.2. All insurance coverage required hereunder shall be provided through carriers with AM Best’s Key Rating Guide ratings of A-:VII or higher which are licensed or authorized to transact insurance business in the State of California. Any and all contractors of CONSULTANT retained to perform Services under this Agreement will obtain and maintain, in full force and effect during the term of this Agreement, identical insurance coverage, naming CITY as an additional insured under such policies as required above. 18.3. Certificates evidencing such insurance shall be filed with CITY concurrently with the execution of this Agreement. The certificates will be subject to the approval of CITY’s Risk Manager and will contain an endorsement stating that the insurance is primary coverage and will not be canceled, or materially reduced in coverage or limits, by the insurer except after filing with the Purchasing Manager thirty (30) days’ prior written notice of the cancellation or modification. If the insurer cancels or modifies the insurance and provides less than thirty (30) days’ notice to CONSULTANT, CONSULTANT shall provide the Purchasing Manager written notice of the cancellation or modification within two (2) business DocuSign Envelope ID: ACBEADD7-93A4-4809-9985-4D41F46BA84B Item 3 Attachment A - Contract C24187805 With Carollo Engineers, Inc.        Item 3: Staff Report Pg. 11  Packet Pg. 42 of 428  Page 7 of 55 Professional Services Rev. Dec.15, 2020 days of the CONSULTANT’s receipt of such notice. CONSULTANT shall be responsible for ensuring that current certificates evidencing the insurance are provided to CITY’s Chief Procurement Officer during the entire term of this Agreement. 18.4. The procuring of such required policy or policies of insurance will not be construed to limit CONSULTANT’s liability hereunder nor to fulfill the indemnification provisions of this Agreement. Notwithstanding the policy or policies of insurance, CONSULTANT will be obligated for the full and total amount of any damage, injury, or loss caused by or directly arising as a result of the Services performed under this Agreement, including such damage, injury, or loss arising after the Agreement is terminated or the term has expired. SECTION 19. TERMINATION OR SUSPENSION OF AGREEMENT OR SERVICES. 19.1. The City Manager may suspend the performance of the Services, in whole or in part, or terminate this Agreement, with or without cause, by giving ten (10) days prior written notice thereof to CONSULTANT. If CONSULTANT fails to perform any of its material obligations under this Agreement, in addition to all other remedies provided under this Agreement or at law, the City Manager may terminate this Agreement sooner upon written notice of termination. Upon receipt of any notice of suspension or termination, CONSULTANT will discontinue its performance of the Services on the effective date in the notice of suspension or termination. 19.2. In event of suspension or termination, CONSULTANT will deliver to the City Manager on or before the effective date in the notice of suspension or termination, any and all work product, as detailed in Section 14 (Ownership of Materials), whether or not completed, prepared by CONSULTANT or its contractors, if any, in the performance of this Agreement. Such work product is the property of CITY, as detailed in Section 14 (Ownership of Materials). 19.3. In event of suspension or termination, CONSULTANT will be paid for the Services rendered and work products delivered to CITY in accordance with the Scope of Services up to the effective date in the notice of suspension or termination; provided, however, if this Agreement is suspended or terminated on account of a default by CONSULTANT, CITY will be obligated to compensate CONSULTANT only for that portion of CONSULTANT’s Services provided in material conformity with this Agreement as such determination is made by the City Manager acting in the reasonable exercise of his/her discretion. The following Sections will survive any expiration or termination of this Agreement: 14, 15, 16, 17, 19.2, 19.3, 19.4, 20, 25, 27, 28, 29 and 30. 19.4. No payment, partial payment, acceptance, or partial acceptance by CITY will operate as a waiver on the part of CITY of any of its rights under this Agreement, unless made in accordance with Section 17 (Waivers). SECTION 20. NOTICES. All notices hereunder will be given in writing and mailed, postage prepaid, by certified mail, addressed as follows: To CITY: Office of the City Clerk City of Palo Alto Post Office Box 10250 Palo Alto, CA 94303 DocuSign Envelope ID: ACBEADD7-93A4-4809-9985-4D41F46BA84B Item 3 Attachment A - Contract C24187805 With Carollo Engineers, Inc.        Item 3: Staff Report Pg. 12  Packet Pg. 43 of 428  Page 8 of 55 Professional Services Rev. Dec.15, 2020 With a copy to the Purchasing Manager To CONSULTANT: Attention of the Project Manager at the address of CONSULTANT recited on the first page of this Agreement. CONSULTANT shall provide written notice to CITY of any change of address. SECTION 21. CONFLICT OF INTEREST. 21.1. In executing this Agreement, CONSULTANT covenants that it presently has no interest, and will not acquire any interest, direct or indirect, financial or otherwise, which would conflict in any manner or degree with the performance of the Services. 21.2. CONSULTANT further covenants that, in the performance of this Agreement, it will not employ subcontractors or other persons or parties having such an interest. CONSULTANT certifies that no person who has or will have any financial interest under this Agreement is an officer or employee of CITY; this provision will be interpreted in accordance with the applicable provisions of the Palo Alto Municipal Code and the Government Code of the State of California, as amended from time to time. CONSULTANT agrees to notify CITY if any conflict arises. 21.3. If the CONSULTANT meets the definition of a “Consultant” as defined by the Regulations of the Fair Political Practices Commission, CONSULTANT will file the appropriate financial disclosure documents required by the Palo Alto Municipal Code and the Political Reform Act of 1974, as amended from time to time. SECTION 22. NONDISCRIMINATION; COMPLIANCE WITH ADA. 22.1. As set forth in Palo Alto Municipal Code Section 2.30.510, as amended from time to time, CONSULTANT certifies that in the performance of this Agreement, it shall not discriminate in the employment of any person due to that person’s race, skin color, gender, gender identity, age, religion, disability, national origin, ancestry, sexual orientation, pregnancy, genetic information or condition, housing status, marital status, familial status, weight or height of such person. CONSULTANT acknowledges that it has read and understands the provisions of Section 2.30.510 of the Palo Alto Municipal Code relating to Nondiscrimination Requirements and the penalties for violation thereof, and agrees to meet all requirements of Section 2.30.510 pertaining to nondiscrimination in employment. 22.2. CONSULTANT understands and agrees that pursuant to the Americans Disabilities Act (“ADA”), programs, services and other activities provided by a public entity to the public, whether directly or through a contractor or subcontractor, are required to be accessible to the disabled public. CONSULTANT will provide the Services specified in this Agreement in a manner that complies with the ADA and any other applicable federal, state and local disability rights laws and regulations, as amended from time to time. CONSULTANT will not discriminate against persons with disabilities in the provision of services, benefits or activities provided under this Agreement. SECTION 23. ENVIRONMENTALLY PREFERRED PURCHASING AND ZERO WASTE REQUIREMENTS. CONSULTANT shall comply with the CITY’s Environmentally Preferred Purchasing policies which are available at CITY’s Purchasing Department, hereby incorporated by reference and as amended from time to time. CONSULTANT shall comply with waste reduction, reuse, recycling and disposal requirements of CITY’s Zero Waste Program. Zero Waste best practices include, DocuSign Envelope ID: ACBEADD7-93A4-4809-9985-4D41F46BA84B Item 3 Attachment A - Contract C24187805 With Carollo Engineers, Inc.        Item 3: Staff Report Pg. 13  Packet Pg. 44 of 428  Page 9 of 55 Professional Services Rev. Dec.15, 2020 first, minimizing and reducing waste; second, reusing waste; and, third, recycling or composting waste. In particular, CONSULTANT shall comply with the following Zero Waste requirements: (a) All printed materials provided by CONSULTANT to CITY generated from a personal computer and printer including but not limited to, proposals, quotes, invoices, reports, and public education materials, shall be double-sided and printed on a minimum of 30% or greater post-consumer content paper, unless otherwise approved by CITY’s Project Manager. Any submitted materials printed by a professional printing company shall be a minimum of 30% or greater post-consumer material and printed with vegetable- based inks. (b) Goods purchased by CONSULTANT on behalf of CITY shall be purchased in accordance with CITY’s Environmental Purchasing Policy including but not limited to Extended Producer Responsibility requirements for products and packaging. A copy of this policy is on file at the Purchasing Department’s office. (c) Reusable/returnable pallets shall be taken back by CONSULTANT, at no additional cost to CITY, for reuse or recycling. CONSULTANT shall provide documentation from the facility accepting the pallets to verify that pallets are not being disposed. SECTION 24. COMPLIANCE WITH PALO ALTO MINIMUM WAGE ORDINANCE. CONSULTANT shall comply with all requirements of the Palo Alto Municipal Code Chapter 4.62 (Citywide Minimum Wage), as amended from time to time. In particular, for any employee otherwise entitled to the State minimum wage, who performs at least two (2) hours of work in a calendar week within the geographic boundaries of the City, CONSULTANT shall pay such employees no less than the minimum wage set forth in Palo Alto Municipal Code Section 4.62.030 for each hour worked within the geographic boundaries of the City of Palo Alto. In addition, CONSULTANT shall post notices regarding the Palo Alto Minimum Wage Ordinance in accordance with Palo Alto Municipal Code Section 4.62.060. SECTION 25. NON-APPROPRIATION. This Agreement is subject to the fiscal provisions of the Charter of the City of Palo Alto and the Palo Alto Municipal Code, as amended from time to time. 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 following fiscal year, or (b) at any time within a fiscal year in the event that funds are only appropriated for a portion of the fiscal year and funds for this Agreement 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 Agreement. SECTION 26. PREVAILING WAGES AND DIR REGISTRATION FOR PUBLIC WORKS CONTRACTS. 26.1. This Project is subject to prevailing wages and related requirements as a “public works” under California Labor Code Sections 1720 et seq. and related regulations. CONSULTANT is required to pay general prevailing wages as defined in California Labor Code Section 1773.1 and Subchapter 3, Title 8 of the California Code of Regulations Section 16000 et seq., as amended from time to time. Pursuant to Labor Code Section 1773, the CITY has obtained the general prevailing rate of per diem wages and the general rate for holiday and overtime work in this locality for each craft, classification, or type of worker needed to execute the contract for this Project from the State of California Department of Industrial Relations (“DIR”). Copies of these rates may be obtained at the CITY’s Purchasing Department office. The general prevailing wage rates are also available at the DIR, Division of Labor Statistics and Research, web site (see e.g. http://www.dir.ca.gov/DLSR/PWD/index.htm) DocuSign Envelope ID: ACBEADD7-93A4-4809-9985-4D41F46BA84B Item 3 Attachment A - Contract C24187805 With Carollo Engineers, Inc.        Item 3: Staff Report Pg. 14  Packet Pg. 45 of 428  Page 10 of 55 Professional Services Rev. Dec.15, 2020 as amended from time to time. CONSULTANT shall post a copy of the general prevailing wage rates at all Project job sites and shall pay the adopted prevailing wage rates as a minimum. CONSULTANT shall comply with all applicable provisions of Division 2, Part 7, Chapter 1 of the California Labor Code (Labor Code Section 1720 et seq.), including but not limited to Sections 1725.5, 1771, 1771.1, 1771.4, 1773.2, 1774, 1775, 1776, 1777.5, 1782, 1810, 1813 and 1815, and all applicable implementing regulations, including but not limited to Subchapter 3, Title 8 of the California Code of Regulations Section 16000 et seq. (8 CCR Section 16000 et seq.), as amended from time to time. CONSULTANT shall comply with the requirements of Exhibit E, entitled “DIR REGISTRATION FOR PUBLIC WORKS CONTRACTS”, for any contract for public works construction, alteration, demolition, repair or maintenance, including but not limited to the obligations to register with, and furnish certified payroll records directly to, DIR. SECTION 27. CLAIMS PROCEDURE FOR “9204 PUBLIC WORKS PROJECTS”. For purposes of this Section 27, a “9204 Public Works Project” means the erection, construction, alteration, repair, or improvement of any public structure, building, road, or other public improvement of any kind. (Cal. Pub. Cont. Code § 9204.) Per California Public Contract Code Section 9204, for Public Works Projects, certain claims procedures shall apply, as set forth in Exhibit F, entitled “Claims for Public Contract Code Section 9204 Public Works Projects”. This Project is a 9204 Public Works Project and is required to comply with the claims procedures set forth in Exhibit F, entitled “Claims for Public Contract Code Section 9204 Public Works Projects”. SECTION 28. CONFIDENTIAL INFORMATION. 28.1. In the performance of this Agreement, CONSULTANT may have access to CITY’s Confidential Information (defined below). CONSULTANT will hold Confidential Information in strict confidence, not disclose it to any third party, and will use it only for the performance of its obligations to CITY under this Agreement and for no other purpose. CONSULTANT will maintain reasonable and appropriate administrative, technical and physical safeguards to ensure the security, confidentiality and integrity of the Confidential Information. Notwithstanding the foregoing, CONSULTANT may disclose Confidential Information to its employees, agents and subcontractors, if any, to the extent they have a need to know in order to perform CONSULTANT’s obligations to CITY under this Agreement and for no other purpose, provided that the CONSULTANT informs them of, and requires them to follow, the confidentiality and security obligations of this Agreement. 28.2. “Confidential Information” means all data, information (including without limitation “Personal Information” about a California resident as defined in Civil Code Section 1798 et seq., as amended from time to time) and materials, in any form or media, tangible or intangible, provided or otherwise made available to CONSULTANT by CITY, directly or indirectly, pursuant to this Agreement. Confidential Information excludes information that CONSULTANT can show by appropriate documentation: (i) was publicly known at the time it was provided or has subsequently become publicly known other than by a breach of this Agreement; (ii) was rightfully in CONSULTANT’s possession free of any obligation of confidence prior to receipt of Confidential Information; (iii) is rightfully obtained by CONSULTANT from a third party without breach of any confidentiality obligation; (iv) is independently developed by employees of CONSULTANT without any use of or access to the Confidential Information; or (v) CONSULTANT has written consent to disclose signed by an authorized representative of CITY. 28.3. Notwithstanding the foregoing, CONSULTANT may disclose Confidential Information to the extent required by order of a court of competent jurisdiction or governmental body, DocuSign Envelope ID: ACBEADD7-93A4-4809-9985-4D41F46BA84B Item 3 Attachment A - Contract C24187805 With Carollo Engineers, Inc.        Item 3: Staff Report Pg. 15  Packet Pg. 46 of 428  Page 11 of 55 Professional Services Rev. Dec.15, 2020 provided that CONSULTANT will notify CITY in writing of such order immediately upon receipt and prior to any such disclosure (unless CONSULTANT is prohibited by law from doing so), to give CITY an opportunity to oppose or otherwise respond to such order. 28.4. CONSULTANT will notify City promptly upon learning of any breach in the security of its systems or unauthorized disclosure of, or access to, Confidential Information in its possession or control, and if such Confidential Information consists of Personal Information, CONSULTANT will provide information to CITY sufficient to meet the notice requirements of Civil Code Section 1798 et seq., as applicable, as amended from time to time. 28.5. Prior to or upon termination or expiration of this Agreement, CONSULTANT will honor any request from the CITY to return or securely destroy all copies of Confidential Information. All Confidential Information is and will remain the property of the CITY and nothing contained in this Agreement grants or confers any rights to such Confidential Information on CONSULTANT. 28.6. If selected in Section 30 (Exhibits), this Agreement is also subject to the terms and conditions of the Information Privacy Policy and Cybersecurity Terms and Conditions. SECTION 29. MISCELLANEOUS PROVISIONS. 29.1. This Agreement will be governed by California law, without regard to its conflict of law provisions. 29.2. In the event that an action is brought, the parties agree that trial of such action will be vested exclusively in the state courts of California in the County of Santa Clara, State of California. 29.3. The prevailing party in any action brought to enforce the provisions of this Agreement may recover its reasonable costs and attorneys’ fees expended in connection with that action. The prevailing party shall be entitled to recover an amount equal to the fair market value of legal services provided by attorneys employed by it as well as any attorneys’ fees paid to third parties. 29.4. This Agreement, including all exhibits, constitutes the entire and integrated agreement between the parties with respect to the subject matter of this Agreement, and supersedes all prior agreements, negotiations, representations, statements and undertakings, either oral or written. This Agreement may be amended only by a written instrument, which is signed by the authorized representatives of the parties and approved as required under Palo Alto Municipal Code, as amended from time to time. 29.5. If a court of competent jurisdiction finds or rules that any provision of this Agreement is void or unenforceable, the unaffected provisions of this Agreement will remain in full force and effect. 29.6. In the event of a conflict between the terms of this Agreement and the exhibits hereto (per Section 30) or CONSULTANT’s proposal (if any), the Agreement shall control. In the event of a conflict between the exhibits hereto and CONSULTANT’s proposal (if any), the exhibits shall control. 29.7. The provisions of all checked boxes in this Agreement shall apply to this Agreement; the provisions of any unchecked boxes shall not apply to this Agreement. 29.8. All section headings contained in this Agreement are for convenience and reference only and are not intended to define or limit the scope of any provision of this Agreement. DocuSign Envelope ID: ACBEADD7-93A4-4809-9985-4D41F46BA84B Item 3 Attachment A - Contract C24187805 With Carollo Engineers, Inc.        Item 3: Staff Report Pg. 16  Packet Pg. 47 of 428  Page 12 of 55 Professional Services Rev. Dec.15, 2020 29.9. This Agreement may be signed in multiple counterparts, which, when executed by the authorized representatives of the parties, shall together constitute a single binding agreement. 29.10. CITY-PROVIDED INFORMATION. The CITY shall furnish the CONSULTANT available studies, reports and other data it deems necessary for CONSULTANT's performances of Services under this Agreement, which CONSULTANT may use and rely upon to perform those Services, so long as CONSULTANT’s use of any Confidential Information complies with Section 28. 29.11. ESTIMATES AND PROJECTIONS. CONSULTANT has no control over the cost of labor, materials, equipment or services furnished by others, over the incoming water quality and/or quantity, or over the way the CITY’s plant(s) and/or associated processes are operated and/or maintained. Data projections and estimates are based on CONSULTANT’s opinion based on experience and judgment. 29.12. THIRD PARTIES. The Services to be performed by CONSULTANT are intended solely for the benefit of the CITY. SECTION 30. EXHIBITS. Each of the following exhibits, if the check box for such exhibit is selected below, is hereby attached and incorporated into this Agreement by reference as though fully set forth herein: EXHIBIT A: SCOPE OF SERVICES EXHIBIT A-1 PROFESSIONAL SERVICES TASK ORDER EXHIBIT B: SCHEDULE OF PERFORMANCE EXHIBIT C: COMPENSATION EXHIBIT C-1: SCHEDULE OF RATES EXHIBIT D: INSURANCE REQUIREMENTS EXHIBIT E: DIR REGISTRATION FOR PUBLIC WORKS CONTRACTS EXHIBIT F: CLAIMS FOR PUBLIC CONTRACT CODE SECTION 9204 PUBLIC WORKS PROJECTS THIS AGREEMENT IS NOT COMPLETE UNLESS ALL SELECTED EXHIBITS ARE ATTACHED. DocuSign Envelope ID: ACBEADD7-93A4-4809-9985-4D41F46BA84B Item 3 Attachment A - Contract C24187805 With Carollo Engineers, Inc.        Item 3: Staff Report Pg. 17  Packet Pg. 48 of 428  Page 13 of 55 Professional Services Rev. Dec.15, 2020 CONTRACT NO. C24187805 SIGNATURE PAGE IN WITNESS WHEREOF, the parties hereto have by their duly authorized representatives executed this Agreement as of the date first above written. CITY OF PALO ALTO ____________________________ City Manager APPROVED AS TO FORM: __________________________ City Attorney or Designee CAROLLO ENGINEERS, INC. Officer 1 By:_______________________________ Name: ___Rick Chan_________________ Title: Senior Vice President____________ Officer 2 By:_________________________________ Name: Anne Prudhel___________________ Title: Executive Vice President___________ DocuSign Envelope ID: ACBEADD7-93A4-4809-9985-4D41F46BA84B Item 3 Attachment A - Contract C24187805 With Carollo Engineers, Inc.        Item 3: Staff Report Pg. 18  Packet Pg. 49 of 428  Page 14 of 55 Professional Services Rev. Dec.15, 2020 EXHIBIT A SCOPE OF SERVICES CONSULTANT shall provide the Services detailed in this Exhibit A, entitled “SCOPE OF SERVICES”. Notwithstanding any provision herein to the contrary, CONSULTANT’s duties and services described in this Scope of Services shall not include preparing or assisting CITY with any portion of CITY’s preparation of a request for proposals, request for qualifications, or any other solicitation regarding a subsequent or additional contract with CITY. CITY shall at all times retain responsibility for public contracting, including with respect to any subsequent phase of this project. CONSULTANT’s participation in the planning, discussions, or drawing of project plans or specifications shall be limited to conceptual, preliminary, or initial plans or specifications. CONSULTANT shall cooperate with CITY to ensure that all bidders for a subsequent contract on any subsequent phase of this project have access to the same information, including all conceptual, preliminary, or initial plans or specifications prepared by CONSULTANT pursuant to this Scope of Services. BACKGROUND Based on the Long Range Facilities Plan (LRFP)1 and lessons learned from 2022-2023 peak wet weather events, the City identified and described in Request for Proposal (RFP) No.187805 the constraints and issues of the existing primary treatment process units, and goals of the new Headworks Facility Project (Project). This information shall be taken into consideration and verified by the CONSULTANT as part of this Project. SCOPE OF SERVICES I. BASIC SERVICES The CONSULTANT’s scope of work shall include the tasks described in the following sections. The CONSULTANT shall not perform work on a specific task prior to a written approval by the City. Task 1 – Project Management Task 1.1 Invoicing/Project Controls Provide necessary administration, project controls, quality assurance and professional oversight of the Project, the CONSULTANT’s staff, and the CONSULTANT's subconsultants to ensure the 1 Long Range Facilities Plan for the Regional Water Quality Control Plant, 2012; https://www.cityofpaloalto.org/files/assets/public/public-works/water-quality-control-plant/lrfp-final-report-08- 2012.pdf DocuSign Envelope ID: ACBEADD7-93A4-4809-9985-4D41F46BA84B Item 3 Attachment A - Contract C24187805 With Carollo Engineers, Inc.        Item 3: Staff Report Pg. 19  Packet Pg. 50 of 428  Page 15 of 55 Professional Services Rev. Dec.15, 2020 Project remains on schedule, remains within budget, maintains continuity of information, and satisfies the requirements of the CONTRACT. Prepare and distribute a Project Management Plan (PMP) for City’s record. Within the PMP, include the baseline schedule, budget, spending projection, contacts/subcontracts and procedures. Include a Project Directory with roles and contact information and a Quality Assurance and Quality Control Plan. Prepare and submit monthly invoice packages to the City. Billing period shall include the full calendar month and not overlap two separate fiscal years (i.e., not to combine June and July invoices). If reimbursable costs are incurred, include a summary table listing the subject matter/personnel name, date, purpose and associated expenses. Provide receipts and label each receipt with a numerical number. To meet CWSRF loan requirements, reimbursement for necessary travel and meal shall be at rates not to exceed those set by the California Department of Human Resources2. Include a progress report with invoices to document progress. Provide progress updates for each task on the sub-task level, the budget status (authorized amount, current billing, billed to date, previously billed, amount remaining, and percent spent), an earned value analysis chart, a list of outstanding issues and potential changes, a Project schedule status and schedule concerns. Identify and mitigate potential budget overruns and schedule changes. Track a subtotal of all CWSRF eligible costs per each invoice. Prepare, maintain, and update the status of Project schedule for City’s review and comments. Prepare Project schedule status monthly with the Progress Report. Identify and mitigate schedule changes. The following subtasks separates out project management services for each Task. Task 1.1.1 Project Management for Task 2 “Design Bases Determination”. CONSULTANT shall perform project management and administrative services as described in Task 1.1 for Task 2 “Design Bases Determination”. Task 1.1.2 Project Management for Task 3 “Regulatory and Monitoring Support” CONSULTANT shall perform project management and administrative services as described in Task 1.1 for Task 3 “Regulatory and Monitoring Support” 2 California Department of Human Resources. Travel Reimbursements. https://www.calhr.ca.gov/employees/Pages/travel-reimbursements.aspx. Web 3/20/2023 DocuSign Envelope ID: ACBEADD7-93A4-4809-9985-4D41F46BA84B Item 3 Attachment A - Contract C24187805 With Carollo Engineers, Inc.        Item 3: Staff Report Pg. 20  Packet Pg. 51 of 428  Page 16 of 55 Professional Services Rev. Dec.15, 2020 Task 1.2 Kick-Off Meeting CONSULTANT shall facilitate an in-person/virtual meeting at the initiation of the Project (Kick-Off Meeting), with the City Project Manager and City staff to discuss overall Project coordination, data collection, and Project schedule. Walk the Project site. Provide meeting attendees with an agenda seven (7) calendar days in advance of the date of the meeting. Provide meeting attendees with summary minutes and electronic copies of supplemental materials used during the meeting no later than fourteen (14) calendar days from the date of the meeting. Task 1.3 Project Progress Meetings Conduct remote (via phone or web conference services) Project Progress Meetings with City Project Manager, starting at twice a month minimum frequency throughout the preliminary and detailed design phases. Frequency of Project Progress Meetings can be adjusted or decreased at the City’s discretion. Deliverables: • Agenda and minutes for all meetings • Monthly invoices, including monthly Progress Reports • Draft and final Project Management Plan Task 2 – Design Bases Determination Task 2.1 Wastewater Characterization CONSULTANT shall verify the wastewater characteristics of the influent flow to determine peak hour grit loadings and other required parameters. For budgeting purposes, CONSULTANT shall conduct a total of four (4) sampling episodes (targeting two (2) dry weather and two (2) wet weather events) within a six-month period. Each sampling episode will consist of three days of grit sampling and testing at the RWQCP to characterize the grit size and measure grit settling velocity. For each sampling episode, CONSULTANT shall conduct approximately six (6) hours of continuous sampling bracketing the daily peak flow ramp-up. CONSULTANT shall prepare a field report of each sampling episode that includes all raw data collected and provide side-by-side plots of weight distribution of grit physical size, influent grit concentration and projected daily grit loads, sand equivalent size determination, and percent total solids and total volatile solids. Using the data from all four (4) sampling episodes, CONSULTANT shall develop a plant-specific, predictive grit removal curve to establish the design basis for the grit removal facility. CONSULTANT shall review and analyze the Plant’s influent flows from 1998 to 2023 to evaluate and confirm the following flow parameters desired for design. These include: 1) minimum flow, 2) average dry weather flow, 3) average wet weather flow, 4) peak dry weather flow, and 4) peak wet weather flow. CONSULTANT shall review and analyze the Plant’s records on influent grit tonnage and flow trends from the 2022/2023 wet season. DocuSign Envelope ID: ACBEADD7-93A4-4809-9985-4D41F46BA84B Item 3 Attachment A - Contract C24187805 With Carollo Engineers, Inc.        Item 3: Staff Report Pg. 21  Packet Pg. 52 of 428  Page 17 of 55 Professional Services Rev. Dec.15, 2020 CONSULTANT shall prepare and submit two technical memorandums (TM) to document this effort: • TM1: This will document the analysis of influent flow and plant records on influent grit tonnage. • TM2: This will document the results of the wastewater grit characterization described above. Task 2.2 Geotechnical Desktop Study CONSULTANT shall perform a desktop review of existing Geotechnical Reports completed for the RWQCP and identify data gaps. This will include the following: • Geotechnical site reconnaissance of the headworks area(s) proposed to be evaluated. • Compilation and review of available, pertinent soils, geotechnical, geologic, and seismic data previously developed for improvements at the site completed in previous geotechnical reports and readily attainable from the City, Caltrans, USGS, and other public agencies. CONSULTANT shall then prepare a Geotechnical Desktop Study that includes a summary of key findings and conclusions of the following items: 1) known geotechnical explorations map of the project area, regional soils and geologic maps, groundwater levels recorded in the project area, geologic hazard maps, general excavation and shoring requirements, selected geologic engineering soil properties, preliminary foundation design recommendations for piles and mat foundation designs, and a site-specific geotechnical field investigation plan. Note that the geotechnical field investigation activities, as well as potholing for underground utilities and topographic surveying services will be conducted as part Detailed Design. Task 2.3 Workshops Conduct workshops with Plant staff on specific process units and facilities that are included as part of this Project. Hybrid meetings (in-person and virtual) with CONSULTANT are preferred. Verify Plant’s meeting audio/visual equipment in advance. Provide meeting attendees with an agenda and materials at least seven (7) calendar days in advance of the date of the workshop. Provide meeting attendees with summary minutes no later than fourteen (14) calendar days from the date of the workshop. CONSULTANT may include vendor presentations for major equipment to help the City to understand the functions, operations and maintenance requirements associated with the specific equipment. Workshop topics shall include, but not limited to the following: 1) Rehabilitate or replace existing influent junction box (JB0) o Influent gate reliability and redundancy criteria DocuSign Envelope ID: ACBEADD7-93A4-4809-9985-4D41F46BA84B Item 3 Attachment A - Contract C24187805 With Carollo Engineers, Inc.        Item 3: Staff Report Pg. 22  Packet Pg. 53 of 428  Page 18 of 55 Professional Services Rev. Dec.15, 2020 o Influent gate actuator controls technologies and alternatives o Influent gates modes of operation o O&M considerations 2) Hydraulics and Lift Pump Technology o Pump system reliability and redundancy criteria o Pump performance criteria o Dry well pump station layout alternatives o Pump type alternatives o O&M considerations 3) Screening Technology (following Task 2.1) o Screening system reliability and redundancy criteria o Single- vs. multi-stage screening comparison and need evaluation o Screening technologies (coarse and fine screening) and alternatives o Screening processing/conveyance/dewatering technologies and alternatives o O&M considerations 4) Degritting Technology (following Task 2.1) o Grit removal system reliability and redundancy criteria o Grit assay/load o Grit removal technologies and alternatives o Grit washing and handling technologies and alternatives o O&M considerations 5) Odor and Odor Control o Odor control system reliability and redundancy criteria o Odor control technologies and alternatives o Multi-gas (H2S, CO, O2 and LEL) monitoring o Anticipated odor control demand o Odor control strategy alternatives for open and enclosed facilities. Consider energy, noise, maintenance, and bioscrubber and/or chemical use. o Overall ventilation strategy o O&M considerations 6) Septage Receiving Station o Rock trap o Grinder o Monitoring o Washdown and cleanup equipment o Security camera and electronic login station to track septage unloading quantities for billing purposes. o Site traffic attributed by the septic trucks o O&M considerations 7) Wastewater and Waste Streams Monitoring o Influent flow monitoring; recycle (return) flow monitoring; and drain water metering o Equalization DocuSign Envelope ID: ACBEADD7-93A4-4809-9985-4D41F46BA84B Item 3 Attachment A - Contract C24187805 With Carollo Engineers, Inc.        Item 3: Staff Report Pg. 23  Packet Pg. 54 of 428  Page 19 of 55 Professional Services Rev. Dec.15, 2020 o Influent raw sewage sampling system o O&M considerations 8) Modifications to former CCT Inlet Box, Outlet Box and Recycled Water Feed Pumps to allow for demolition of CCT. o The inlet box is located on the southeast corner of the CCT. It is no longer in service. An old sluice gate at the inlet box was kept in closed position to isolate the flows from the 72” pipe which is still charged with flows from the Dual Media Filter. o The Outlet Box (still active) is attached to former CCT. Circa 2009, it was modified to receive final effluent from the new UV Facility and convey flows via two 48” diameter pipes to the Final Effluent Outfall Structure. As part of this Project relocate or modify the Outlet Box and associated piping, as needed. o The Recycled Water Feed Pumps are located immediately adjacent to the former CCT. These pumps and associated suction and discharge piping shall be replaced and relocated to allow for demolition of the former CCT. 9) Power o Medium Voltage Distribution Upgrades  The 12kV Power Distribution Upgrades Project (designed completed by Salas O’Brien in 2022) includes 7 phases of construction that will need to be completed at RWQCP. As part of this Headworks Project, evaluate the need and include logistics to incorporate some phases of the medium voltage upgrades into the Project o New Headworks Equipment  New motor control centers (MCCs), power meters and variable frequency drives (VFDs)  New 12kV Load Centers  New backup standby generator, automatic transfer switch and above ground diesel fuel storage tank o Arc Flash Mitigation  Review current industry best practices for arc flash mitigation and discuss design strategies for integrating arc flash mitigation into the plant’s standard operating procedures o Existing Infrastructure  Retirement of MCC-D and MCC-E from service from the NPP generators  MCC-D and MCC-E have their main breakers and their ATS units in the decommissioned Incinerator Building. They are connected to the backup generator inside NPP. A refeed of power distribution of MCC-D and MCC- E from the Sludge Dewatering and Loadout Facility to allow further decommissioning of the Incinerator Building is desired. The Sludge Dewatering and Loadout Building already anticipated future power distribution to MCC-D and MCC-E, including connected load for standby power, and this Project would have stranded assets if left powered by generators at the NPP. DocuSign Envelope ID: ACBEADD7-93A4-4809-9985-4D41F46BA84B Item 3 Attachment A - Contract C24187805 With Carollo Engineers, Inc.        Item 3: Staff Report Pg. 24  Packet Pg. 55 of 428  Page 20 of 55 Professional Services Rev. Dec.15, 2020 10) Palo Alto RWQCP Process Automation Standards o Plant’s I&C & SCADA standardization, including discussions on asset tagging, process tagging, design document formats, panel and wiring requirements, Programmable Automation Controller hardware and software standards, programming standards, control system networking standards, and graphical system standards. 11) Corrosion Protection and Cathodic Protection o Protection of new and related existing facilities from corrosive sewage off-gas and surrounding chloride-latent groundwater 12) Landscape and Screening o Comply with City’s Tree Protection Ordinance 3 o Comply with City’s guidelines on plant species and landscape development4 13) Operations and Maintenance o Hydraulic control strategy  Influent sewer water level monitoring  Equalization  Hydraulic control procedures and equipment o Screenings and Grit Handling and Disposal  Truck turnaround analysis  Separate or combined dumpsters (for both screenings/grit)  Dumpster removal logistics o Equipment seal water, washwater and area hose bib water demand o Power and standby power demands o Equipment accessibility for O&M operations 14) Layout o Collaborate with the City to develop at least three and up to five layout concepts. Perform an evaluation of the concepts and present the layouts.  Example parameters that could be varied between concepts include Headworks Facility location, footprint, facility depth, and equipment within the headworks building or standalone.  Consider foundation systems, Palo Alto Sea Level Rise Adaptation Policy 5, existing facility demolition, and other significant ancillary improvements to implement each concept. 3 City of Palo Alto. Tree Ordinance Information. https://www.cityofpaloalto.org/Departments/Public-Works/Public- Services/Palo-Altos-Urban-Forest/Tree-Ordinance-Update-2022/Tree-Ordinance-Information. Web 3/20/2023 4 City of Palo Alto. Palo Alto Municipal Code. American Legal Publishing. https://codelibrary.amlegal.com/codes/paloalto/latest/paloalto_ca/0-0-0-59235. Web 3/20/2023 5 City of Palo Alto. Sea Level Rise Adaptation Policy. Approved March 18, 2019. https://www.cityofpaloalto.org/files/assets/public/sustainability/sea-level-rise/slr-adaptation- policy_web.pdf?t=71340.78. Web 3/20/2023 DocuSign Envelope ID: ACBEADD7-93A4-4809-9985-4D41F46BA84B Item 3 Attachment A - Contract C24187805 With Carollo Engineers, Inc.        Item 3: Staff Report Pg. 25  Packet Pg. 56 of 428  Page 21 of 55 Professional Services Rev. Dec.15, 2020  Some of the demolition, reconfiguration, and/or repurposing that may be required to implement the Project, avoid stranded assets, and/or meet the Project’s Long-Term Goals includes: i. Original Pump House constructed in 1934 and decommissioned in 1956. It is now being used by operators for confined space training. Building is powered by MCC-C. ii. Old Pumping Plant (OPP) and MCC-C. iii. New Pumping Plant (NPP) iv. Raw Sewage Meter Pit v. Buried 15” vitrified clay pipe (VCP) recycled (return) line vi. Buried 12” VCP yard drain line vii. Septic pad and related piping viii. Diesel fuel storage tank for the backup generator ix. NPP generators x. NPP exhaust air piping and soil biofilter (BAAQMD abatement device for NPP) xi. Influent box sluice gates and hydraulic control equipment  Show proposed modifications to the CCT inlet box, outlet box and recycled water feed pumps.  In collaboration with the City, determine the best layout (preferred alternative) for the Headworks Facility.  City will provide upstream water surface elevations in the collection system just upstream of JB0 for CONSULTANT’s use for hydraulic modeling of the preliminary treatment process (i.e., no collection system modeling is required of the CONSULTANT). o Include a layout drawing(s) and a process flow diagram for each concept. o Provide a list of major equipment and facility components, a list of existing facilities to be rehabilitated, and a list of existing facilities to be demolished for each concept. o Provide a high-level Class 4 construction cost estimate for each concept. 15) Constructability and Sequencing Workshop for the preferred Headworks Facility Project alternative o Sequence of improvements and decommissioning/demolition o Extent of shutdowns and shutdown strategies o Replacement of yard piping (force main) to Primary Influent Channel  Materials  Temporary facilities o Power feed modifications at Sludge Dewatering Building, former Incineration Building and Headworks Facility. Include interface with the 12kV ductbank layout in the yard and standby power system, all designed by others. o Plant operations and maintenance during construction o Coordination with the other CIP construction projects during the Project construction DocuSign Envelope ID: ACBEADD7-93A4-4809-9985-4D41F46BA84B Item 3 Attachment A - Contract C24187805 With Carollo Engineers, Inc.        Item 3: Staff Report Pg. 26  Packet Pg. 57 of 428  Page 22 of 55 Professional Services Rev. Dec.15, 2020 16) Bypassing and Shutdown Coordination Workshop (separately or in conjunction with the Constructability and Sequencing Workshop) o Address bypass configuration required to complete the work, as understood at the preliminary design stage, including:  60” Raw Sewage Force Main to Primary Influent Channel (PIC) replacement  PIC cleaning, concrete repair, coating, and improvements (e.g., PST influent gate replacement)  Sludge Dewatering Filtrate (to PIC) bypass  Thickener Overflow (to PIC) bypass  Dual Media Filter Backwash water (to PIC) bypass  Recycled water feed pumps A and B at southwest edge of former CCT  Buried 72-inch secondary clarifier effluent (Dual Media Filter effluent) pipe, not in use at this tail end but still surcharged and connected to former CCT inlet box  Buried 15” diameter recycle (return) line to NPP barscreen room replacement/relocation; line carried scrubber water from 1972 to 2019 and can be oversized for future needs Note: line carries low pH water from an odor control biofilter dedicated to the Sludge Dewatering and Loadout Facility, incinerator and chlorine building drains, meter pit sump discharge, blend tank drain/overflow line, sodium hypochlorite containment area drains, etc. Task 2.4 Basis of Design Report Prepare a Basis of Design Report (BoDR) that incorporates the findings from Tasks 2.1, 2.2, and 2.3. Provide a cover page for each final chapter that includes the stamp and signature of the engineer(s) in responsible charge, the review engineer(s) and the preparers. Clearly note assumptions and append calculations with professional engineer’s stamp. The following shall be included in the BoDR: • Executive Summary highlighting key analysis, findings, and recommendations. • Design bases, codes and standards for each design discipline. • Update the Plant’s flow and grit/screening projections. Document the following: o Minimum Flow (MF) and potential for solids deposition and impacts on flow metering o Average Dry Weather Flow (ADWF) and grit/screening loadings o Peak Dry Weather Flow (PDWF) and grit/screening loadings o Average Wet Weather Flow (AWWF) and grit/screening loadings o Peak Wet Weather Flow (PWWF) and grit/screening loadings • Performance requirements for major equipment and process units. • Anticipated changes/ improvements to Plant’s treatment processes. DocuSign Envelope ID: ACBEADD7-93A4-4809-9985-4D41F46BA84B Item 3 Attachment A - Contract C24187805 With Carollo Engineers, Inc.        Item 3: Staff Report Pg. 27  Packet Pg. 58 of 428  Page 23 of 55 Professional Services Rev. Dec.15, 2020 o Screening and degritting equipment shall reduce risks of damages caused by grits and abrasive materials to downstream equipment/processes (e.g., MABR, pumps, clarifiers). o Existing and potential grit parameters for biosolids receiving facilities. o Identify areas at the Plant where operators observed grit accumulation. • Operations and Monitoring o Update process flow diagram with metering and sampling locations and associated procedures. Coordinate with City on sampling locations. o Identify major facility assets and associated high-level controls, monitoring and preventative maintenance requirements. o Develop duty and standby configurations for all major equipment, including the bar screens, pumps, grit system, and power. o Outline the process control system. Develop control strategy schemes for addressing several operational scenarios:  ADWF mode  PDWF mode  AWWF mode  PWWF mode  Headworks pump failure  Power outages  Plant shutdowns using the influent sewer for temporary storage  Electrical switch failure  Maintenance mode • Permitting and Compliance o Identify the anticipated conditions or regulatory approval process for design and construction activities, including:  CEQA+ Documentation  Federal Aviation Authority (Notification Forms 7460-1 and 7460-2)  Bay Area Air Quality Management District (Odor control and diesel generator approvals)  Palo Alto Planning & Development Department Approvals (Planning and Transportation Commission, Architectural Review Board, Tree Removal)  Palo Alto Fire Department  Palo Alto Zoning Requirements (The RWQCP is in the CITY’s PF (D) zone, public facility with a combining site and design review, which imposes certain height restrictions on the new construction. Per the Palo Alto Municipal Code, the height limit is 50’ above grade level.)  Palo Alto’s Baylands Nature Preserve Site Assessment and Design Guidelines  Palo Alto Sea Level Rise Adaptation Policy o Fire protection requirements. Develop a table of the applicable state and local permits, lead times, and approval stage/design milestone o Note pending, or anticipated, regulatory and permitting changes DocuSign Envelope ID: ACBEADD7-93A4-4809-9985-4D41F46BA84B Item 3 Attachment A - Contract C24187805 With Carollo Engineers, Inc.        Item 3: Staff Report Pg. 28  Packet Pg. 59 of 428  Page 24 of 55 Professional Services Rev. Dec.15, 2020 • Layout, Constructability, and Sequencing o Provide a layout of the preferred Headworks Facility alternative o Provide architectural perspective views of the preferred Headworks Facility alternative o Provide landscape perspective views surrounding the preferred Headworks Facility alternative o Develop a sequencing plan for implementation, including the decommissioning, demolition and/ or modifications of existing facilities. Identify anticipated temporary facilities to maintain Plant’s operations during construction o Identify anticipated major shutdowns and work sequence • Special Equipment o Recommend equipment that the Project would benefit from if pre-selected or sole-sourced and provide the associated justifications. o Identify equipment that has no known equals. Provide the unique details of the equipment. • Capital Cost and Life Cycle Cost Estimates o Develop Class 4 capital costs for the complete Headworks Facility Project, including the costs for the following:  All new equipment, structures, pipelines and ancillary systems  Primary Influent Channel work, including inlet gates replacement, debris cleanout, and concrete repair and coating.  Supplemental grit building replacement  Other existing facilities and ancillary systems identified during the workshop and included in the BoDR. o Develop a present value for the life cycle costs Deliverables: • Wastewater Characterization Field Sampling Plan • Influent Flow Analysis and Wastewater Grit Characterization Technical Memorandum, draft and final • Geotechnical Desktop Study (Including a geotechnical Field Investigations Plan), draft and final • Agenda, materials and minutes for all workshops • Draft and final versions of each BoDR chapter, with a comment response log • Digital binder of all the final chapters and appendices into a Final Basis of Design Report, including the Executive Summary • Class 4 Capital and Life Cycle Cost Estimates Task 3 – Regulatory and Monitoring Support DocuSign Envelope ID: ACBEADD7-93A4-4809-9985-4D41F46BA84B Item 3 Attachment A - Contract C24187805 With Carollo Engineers, Inc.        Item 3: Staff Report Pg. 29  Packet Pg. 60 of 428  Page 25 of 55 Professional Services Rev. Dec.15, 2020 Task 3.1 RWQCB Planning Attend up to three virtual meetings with the San Francisco Bay Area Water Quality Control Board (RWQCB) to present the proposed Project, with a focus on how the construction will be sequenced to facilitate compliance monitoring. Coordinate with the City’s Regulatory Group the scheduling and content for each of the RWQCB meetings. For budgeting purposes, two (2) CONSULTANT team members will attend each virtual meeting that is anticipated to last a maximum of two (2) hours. Task 3.2 Collaboration with City’s Regulatory Group and Plant’s SCADA Technologists Collaborate with the City’s regulatory group and SCADA technologists to plan the following activities: • Integrating new influent flowmeter(s) signals for temporary bypass system required during construction and permanent flowmeter system into Plant SCADA and Plant information management systems used for regulatory reporting. • Integrating new influent sampling locations used for temporary construction and permanent systems. Facilitate two (2) virtual workshops to discuss and address the City’s Regulatory Group’s comments. Coordinate with City’s Project Manager on the workshop agenda. Anticipated discussion items include: • Generator permitting • Odor control air emission permitting • Influent flow metering • Influent sewage sampling • Septic receiving/monitoring Deliverables: • RWQCB meeting minutes • BAAQMD meeting minutes • Agenda, materials, and minutes for all workshops/ meetings II. REIMBURSABLE See Exhibit C “Compensation” of this Contract. III. ADDITIONAL SERVICES DocuSign Envelope ID: ACBEADD7-93A4-4809-9985-4D41F46BA84B Item 3 Attachment A - Contract C24187805 With Carollo Engineers, Inc.        Item 3: Staff Report Pg. 30  Packet Pg. 61 of 428  Page 26 of 55 Professional Services Rev. Dec.15, 2020 The Consultant shall provide additional services only by advanced, written authorization from the City in accordance with Section 4 of this Contract. The additional services include, but not limited to, the following: • Additional technical supports associated with unforeseen conditions encountered during construction. • Additional work related to this Project, as request by the City Project Manager, which is not in Basic Services. DocuSign Envelope ID: ACBEADD7-93A4-4809-9985-4D41F46BA84B Item 3 Attachment A - Contract C24187805 With Carollo Engineers, Inc.        Item 3: Staff Report Pg. 31  Packet Pg. 62 of 428  Page 27 of 55 Professional Services Rev. Dec.15, 2020 EXHIBIT A-1 PROFESSIONAL SERVICES TASK ORDER CONSULTANT shall perform the Services detailed below in accordance with all the terms and conditions of the Agreement referenced in Item 1A below. All exhibits referenced in Item 8 are incorporated into this Task Order by this reference. CONSULTANT shall furnish the necessary facilities, professional, technical and supporting personnel required by this Task Order as described below. CONTRACT NO. OR PURCHASE ORDER REQUISITION NO. (AS APPLICABLE) 1A. MASTER AGREEMENT NO. (MAY BE SAME AS CONTRACT / P.O. NO. ABOVE): 1B. TASK ORDER NO.: 2. CONSULTANT NAME: 3. PERIOD OF PERFORMANCE: START: COMPLETION: 4 TOTAL TASK ORDER PRICE: $__________________ BALANCE REMAINING IN MASTER AGREEMENT/CONTRACT $_______________ 5. BUDGET CODE_______________ COST CENTER________________ COST ELEMENT______________ WBS/CIP__________ PHASE__________ 6. CITY PROJECT MANAGER’S NAME & DEPARTMENT:_____________________________________ 7. DESCRIPTION OF SCOPE OF SERVICES (Attachment A) MUST INCLUDE:  SERVICES AND DELIVERABLES TO BE PROVIDED  SCHEDULE OF PERFORMANCE  MAXIMUM COMPENSATION AMOUNT AND RATE SCHEDULE (as applicable)  REIMBURSABLE EXPENSES, if any (with “not to exceed” amount) 8. ATTACHMENTS: A: Task Order Scope of Services B (if any): _____________________________ DocuSign Envelope ID: ACBEADD7-93A4-4809-9985-4D41F46BA84B Item 3 Attachment A - Contract C24187805 With Carollo Engineers, Inc.        Item 3: Staff Report Pg. 32  Packet Pg. 63 of 428  Page 28 of 55 Professional Services Rev. Dec.15, 2020 I hereby authorize the performance of the work described in this Task Order. APPROVED: CITY OF PALO ALTO BY:____________________________________ Name __________________________________ Title___________________________________ Date ___________________________________ this Task Order and warrant that I have authority to sign on behalf of Consultant. APPROVED: COMPANY NAME: ______________________ BY:____________________________________ Name __________________________________ Title___________________________________ Date ___________________________________ DocuSign Envelope ID: ACBEADD7-93A4-4809-9985-4D41F46BA84B Item 3 Attachment A - Contract C24187805 With Carollo Engineers, Inc.        Item 3: Staff Report Pg. 33  Packet Pg. 64 of 428  Page 29 of 55 Professional Services Rev. Dec.15, 2020 EXHIBIT B SCHEDULE OF PERFORMANCE CONSULTANT shall perform the Services so as to complete each milestone within the number of days/weeks specified below. The time to complete each milestone may be increased or decreased by mutual written agreement of the Project Managers for CONSULTANT and CITY so long as all work is completed within the term of the Agreement. CONSULTANT shall provide a detailed schedule of work consistent with the schedule below within 2 weeks of receipt of the notice to proceed (“NTP”) from the CITY. Milestones Number of Months (as specified below) from NTP 1. Project Management 16 2. Basis of Design Report 16 3. Regulatory and Monitoring Support 24 4. Contract End Date 100 Optional Schedule of Performance Provision for On-Call or Additional Services Agreements. (This provision only applies if checked and only applies to on-call agreements per Section 1 or agreements with Additional Services per Section 4.) The schedule of performance shall be as provided in the approved Task Order, as detailed in Section 1 (Scope of Services) in the case of on-call Services, or as detailed in Section 4 in the case of Additional Services, provided in all cases that the schedule of performance shall fall within the term as provided in Section 2 (Term) of this Agreement. DocuSign Envelope ID: ACBEADD7-93A4-4809-9985-4D41F46BA84B Item 3 Attachment A - Contract C24187805 With Carollo Engineers, Inc.        Item 3: Staff Report Pg. 34  Packet Pg. 65 of 428  Page 30 of 55 Professional Services Rev. Dec.15, 2020 EXHIBIT C COMPENSATION CITY agrees to compensate CONSULTANT for Services performed in accordance with the terms and conditions of this Agreement, and as set forth in the budget schedule below. Compensation shall be calculated based on the rate schedule attached as Exhibit C-1 up to the not to exceed budget amount for each task set forth below. CITY’s Project Manager may approve in writing the transfer of budget amounts between any of the tasks or categories listed below, provided that the total compensation for the Services, including any specified reimbursable expenses, and the total compensation for Additional Services (if any, per Section 4 of the Agreement) do not exceed the amounts set forth in Section 4 of this Agreement. CONSULTANT agrees to complete all Services, any specified reimbursable expenses, and Additional Services (if any, per Section 4), within this/these amount(s). Any work performed or expenses incurred for which payment would result in a total exceeding the maximum amount of compensation set forth in this Agreement shall be at no cost to the CITY. BUDGET SCHEDULE TASK NOT TO EXCEED AMOUNT (Project Management) (Basis of Design Determination) (Regulatory and Monitoring Support) Total for Services and Reimbursable Expenses $1,480,296 Maximum Total Compensation $1,628,326 DocuSign Envelope ID: ACBEADD7-93A4-4809-9985-4D41F46BA84B Item 3 Attachment A - Contract C24187805 With Carollo Engineers, Inc.        Item 3: Staff Report Pg. 35  Packet Pg. 66 of 428  Page 31 of 55 Professional Services Rev. Dec.15, 2020 REIMBURSABLE EXPENSES CONSULTANT’S ordinary business expenses, such as administrative, overhead, administrative support time/overtime, information systems, software and hardware, photocopying, telecommunications (telephone, internet), in-house printing, insurance and other ordinary business expenses, are included within the scope of payment for Services and are not reimbursable expenses hereunder. Reimbursable expenses, if any are specified as reimbursable under this section, will be reimbursed at actual cost. The expenses (by type, e.g. travel) for which CONSULTANT will be reimbursed are: travel to the project site from outside of the San Francisco Bay Area and printing of the design document as specified in the Scope of Services up to the not-to-exceed amount of: $20,500.00. A. Travel outside the San Francisco Bay Area, including transportation and meals, if specified as reimbursable, will be reimbursed at actual cost subject to the City of Palo Alto’s policy for reimbursement of travel and meal expenses. To meet CWSRF loan requirements, reimbursement for necessary travel and meal shall be at rates not to exceed those set by the California Department of Human Resources. B. Long distance telephone service charges, cellular phone service charges, facsimile transmission and postage charges, if specified as reimbursable, will be reimbursed at actual cost. C. Printing of the project document as specified in the Scope of Services: • Final Basis of Design Report - 5 copies All requests for reimbursement of expenses, if any are specified as reimbursable under this section, shall be accompanied by appropriate backup documentation and information. DocuSign Envelope ID: ACBEADD7-93A4-4809-9985-4D41F46BA84B Item 3 Attachment A - Contract C24187805 With Carollo Engineers, Inc.        Item 3: Staff Report Pg. 36  Packet Pg. 67 of 428  Page 32 of 55 Professional Services Rev. Dec.15, 2020 EXHIBIT C-1 SCHEDULE OF RATES The applicable rate schedule by which CONSULTANT will be paid for Services rendered under this Agreement and its Task Order(s), if any, is set forth below as Exhibit “C-1”, entitled “SCHEDULE OF RATES”. The fee schedules attached hereto in Exhibit C-1 shall apply during the first year of the term of the Agreement. Thereafter, CONTRACTOR’s compensation rates shall be adjusted annually effective on the commencement of the second year, as follows: Each unit price, hourly rates, and fee, as set forth in the attached fee schedule, shall be adjusted by a percentage equal to the change in the Consumer Price Index for Urban Wage Earners and Clerical Workers for the San Francisco-Oakland-San Jose area, published by the United States Department of Labor Statistics (CPI), published most immediately preceding the commencement of the applicable contract year, compared with the CPI published for the prior year. Notwithstanding the foregoing, in no event shall CONTRACTOR’s compensation rates be increased by an amount exceeding five percent of the rates effective during the immediately preceding contract year. Any work performed or expenses incurred for which payment would result in a total exceeding the maximum compensation as set forth herein shall be at no cost to the CITY. CONSULTANT’s total markup on work performed by any subconsultant shall not exceed five percent (5%). Direct expenses shall be at cost with no markups. CONSULTANT’s schedule of rates is shown in the following pages: DocuSign Envelope ID: ACBEADD7-93A4-4809-9985-4D41F46BA84B Item 3 Attachment A - Contract C24187805 With Carollo Engineers, Inc.        Item 3: Staff Report Pg. 37  Packet Pg. 68 of 428  Page 33 of 55 Professional Services Rev. Dec.15, 2020 Prime Consultant: Carollo Engineers, Inc. Engineers/Scientists Hourly Rate 2024 / 2025 Technicians Support Staff Other Direct Expenses DocuSign Envelope ID: ACBEADD7-93A4-4809-9985-4D41F46BA84B Item 3 Attachment A - Contract C24187805 With Carollo Engineers, Inc.        Item 3: Staff Report Pg. 38  Packet Pg. 69 of 428  Page 34 of 55 Professional Services Rev. Dec.15, 2020 Subconsultant: Bay Area Coating Consultants, Inc. Subconsultant: Callander Associates Principal $250/hour $260/hour Senior Associate $227/hour $236/hour Associate $216/hour $225/hour Arborist/Construction Manager $190/hour $198/hour Senior Project Manager $196/hour $204/hour Project Manager 1 $187/hour $195/hour Project Manager 2 $178/hour $185/hour Job Captain $164/hour $171/hour Designer 1 $154/hour $161/hour Designer 2 $140/hour $146/hour Assistant Designer $125/hour $130/hour Accounting $189/hour $197/hour Senior Project Administrator $144/hour $150/hour Project Administrator $128/hour $134/hour DocuSign Envelope ID: ACBEADD7-93A4-4809-9985-4D41F46BA84B Item 3 Attachment A - Contract C24187805 With Carollo Engineers, Inc.        Item 3: Staff Report Pg. 39  Packet Pg. 70 of 428  Page 35 of 55 Professional Services Rev. Dec.15, 2020 Subconsultant: Environmental Science Associates (ESA) I. Personnel Category Rates Charges will be made at the Category hourly rates set forth below for time spent on project management, consultation or meetings related to the project, field work, report preparation and review, travel time, etc. Time spent on projects in litigation, in depositions and providing expert testimony will be charged at the Category rate times 1.5. 2024 Rates LABOR CATEGORY BILLING STEP I BILLING STEP II BILLING STEP III BILLING STEP IV BILLING STEP V BILLING STEP VI Senior Principal Consultant 270 302 333 366 397 429 Principal Consultant 218 248 276 305 334 363 Managing Consultant 195 217 241 264 287 309 Senior Consultant 154 174 196 216 238 258 Associate Consultant 138 152 165 178 193 205 Consultant 106 119 132 146 159 172 Project Technician 81 105 129 154 177 201 2025 Rates LABOR CATEGORY BILLING STEP I BILLING STEP II BILLING STEP III BILLING STEP IV BILLING STEP V BILLING STEP VI Senior Principal Consultant 284 317 350 384 417 451 Principal Consultant 229 260 290 320 351 382 Managing Consultant 204 228 253 277 301 325 Senior Consultant 161 183 206 227 250 271 Associate Consultant 145 160 174 187 202 216 Consultant 111 125 139 153 167 181 Project Technician 85 110 135 161 186 211 DocuSign Envelope ID: ACBEADD7-93A4-4809-9985-4D41F46BA84B Item 3 Attachment A - Contract C24187805 With Carollo Engineers, Inc.        Item 3: Staff Report Pg. 40  Packet Pg. 71 of 428  Page 36 of 55 Professional Services Rev. Dec.15, 2020 Subconsultant: EXARO Technologies Corporation Operations Manager $219.30 $225.88 Project Manager $219.30 $225.88 Project Coordinator $130.30 $134.20 Lead Foreman $236.85 $243.95 Foreman $208.46 $214.71 Field Technician $197.40 $203.31 Arrow Board 160.00 165.00 Core Machine Ultimate 550.00 555.00 Electronic Detection Locator 120.00 135.00 Fuel TBD -- GPR Rebar Scanner / Utility Locator 300.00 320.00 Loader Bobcat 410.00 425.00 Material TBD -- Mini Excavator 436.00 450.00 Trencher 528.00 550.00 Tripod Rescue 165.00 180.00 Walk Behind Cutting Saw 100.00 120.00 Truck 220.00 240.00 Dump Truck 410.00 430.00 Vacuum Truck 1,100.00 1,200.00 Vacuum Truck with Boom Super Sucker 1,500.00 1,600.00 Permits/Bonds TBD -- Subsistence / Travel 400.00 500.00 DocuSign Envelope ID: ACBEADD7-93A4-4809-9985-4D41F46BA84B Item 3 Attachment A - Contract C24187805 With Carollo Engineers, Inc.        Item 3: Staff Report Pg. 41  Packet Pg. 72 of 428  Page 37 of 55 Professional Services Rev. Dec.15, 2020 Subconsultant: Haley & Aldrich 1. Labor related fees will be computed based on personnel billing rates in effect at the time the services are performed. Personnel billing rates are subject to revision on, or about, 1 January and 1 July of each year. The hourly rates are fully inclusive of fringe benefits, burden, and fee. Current rates are provided in the table below. Classification 2024 2025 Project Support $135 $139 Technician* $135 $139 Technical Specialist $233 $241 *See Note 3. 2. Pre‐trial conferences, depositions, and expert testimony will be billed at one and one‐half (1.5) times the rates quoted above. 3. Rates for technician and inspector work that are subject to State of California prevailing wage laws are for straight time, and reflect wage and benefits scales published by the California Department of Industrial Relations (DIR) for the greater San Francisco Bay Area as of June 1, 2021. Standard overtime and holiday overtime rates are 15% and 30% more than the straight time rates, respectively. All services subject to prevailing wage laws will be subject to change on a prorated basis to reflect applicable revisions to the DIR’s published wage and benefit scales. 4. Field visits will be billed at 4‐hour minimum; night shifts will be billed at 8‐hour minimum. Cancellation of scheduled night shift within 24 hours will be charged the full 8 hours. 5. Direct non‐salary expenses will be billed at our cost or as otherwise agreed upon, except for employee vehicle use which will be billed at IRS allowed mileage rates. 6. Subcontractors will be billed at our cost unless otherwise agreed upon. 7. Equipment and laboratory testing will be billed at rates listed in the attached Equipment and Laboratory Rate Schedule, as applicable. DocuSign Envelope ID: ACBEADD7-93A4-4809-9985-4D41F46BA84B Item 3 Attachment A - Contract C24187805 With Carollo Engineers, Inc.        Item 3: Staff Report Pg. 42  Packet Pg. 73 of 428  Page 38 of 55 Professional Services Rev. Dec.15, 2020 Subconsultant: Haley & Aldrich (Continued) EQUIPMENT/LABORATORY RATE SCHEDULE (*Equipment unit prices subject to bi‐annual increases.) UAS DATA ACQUISITION & PROCESSING Hour Day UAS Digital Imagery Equipment ‐‐‐ $200 UAS Digital Imagery w/Ground Control Package (UAS + GNSS) ‐‐‐ $300 ‐‐‐ ‐‐‐ $400 LiDAR SCANNING & PROCESSING Hour Day ‐‐‐ ‐‐‐ $500 FIELD & LABORATORY TESTING Daily Weekly Monthly 4‐Point Soil‐Cement Curve + Compressive $650 Moisture Content ‐ ASTM D 2216 (per test) ‐‐‐‐‐‐ ‐‐‐‐‐‐ ‐‐‐‐‐‐ ‐‐‐‐‐‐ ‐‐‐‐‐‐ ‐‐‐‐‐‐ ‐‐‐‐‐‐ ‐‐‐‐‐‐ DocuSign Envelope ID: ACBEADD7-93A4-4809-9985-4D41F46BA84B Item 3 Attachment A - Contract C24187805 With Carollo Engineers, Inc.        Item 3: Staff Report Pg. 43  Packet Pg. 74 of 428  Page 39 of 55 Professional Services Rev. Dec.15, 2020 EQUIPMENT/LABORATORY RATE SCHEDULE (continued) AIR MONITORING EQUIPMENT Daily Weekly Monthly Drager/Rae Sampling Kit (tubes not included) $10 $40 $120 Dust Monitor $100 $400 $1,200 Four‐Gas Meter $43 $172 $516 Photoionization Detector ‐ 10.6 or 11.7 eV $70 $280 $840 Soil Sampling or Tank Pull Equipment Bundle $150 $350 $1,050 Soil Vapor Sampling Bundle $400 $1,400 $2,600 Turbidity Meter $20 $80 $240 YSI Meter with Flow Cell $100 $400 $1,200 WATER LEVEL METERS AND INTERFACE Daily Weekly Monthly Barologger $10 $40 $120 Levelogger $25 $100 $300 Oil/Water Interface Probe $50 $200 $600 Water Level Indicator $20 $80 $240 GEOTECHNICAL INSTRUMENTATION Daily Weekly Monthly Cone Penetrometer $15 $60 $180 Crack Monitors ‐ Electronic Datalogger ‐‐‐ $120 $360 Dynamic Cone Penetrometer $150 ‐‐‐ ‐‐‐ Electronic Readout Box $25 $100 $300 Geokon LC‐2 Single Channel Logger ‐‐‐ $80 $240 Geokon ‐ CR 800 Vibrating Wire Datalogger with ‐‐‐ $100 $300 Geokon GK 401 Vibrating Wire Readout Box $50 $100 $300 In‐Place Inclinometer Rental ‐‐‐ ‐‐‐ $1,250 Modem ‐‐‐ ‐‐‐ $250 Nuclear Density Gauge $100 $300 $900 Power System ‐ Battery $5 $20 $60 Power System ‐ Solar $15 $60 $180 Seismograph ‐ Manual $75 $225 $725 Seismograph ‐ Remote Units $100 $275 $825 Tiltmeter ‐‐‐ $150 $450 Vibration and Sound Monitoring Station $125 $325 $925 VDV Web Service ‐‐‐ ‐‐‐ $200 MISCELLANEOUS Daily Weekly Monthly Decontamination Kit (each) $50 ‐‐‐ ‐‐‐ Field Truck (including fuel) $95 $380 $1,140 Generator $50 $200 $600 GeoTech Sample Jars 16 oz. (per box) $10 ‐‐‐ ‐‐‐ GNSS Measurement Unit $100 Harness with Restraint Lanyard $40 $160 $480 Motorola CP200d Radio (pair) ‐‐‐ $35 $140 DocuSign Envelope ID: ACBEADD7-93A4-4809-9985-4D41F46BA84B Item 3 Attachment A - Contract C24187805 With Carollo Engineers, Inc.        Item 3: Staff Report Pg. 44  Packet Pg. 75 of 428  Page 40 of 55 Professional Services Rev. Dec.15, 2020 Subconsultant: Haley & Aldrich (Continued) EQUIPMENT/LABORATORY RATE SCHEDULE (continued) MISCELLANEOUS (continued) Daily Weekly Monthly Personal Protective Equipment ‐ Level C (per $45 ‐‐‐ ‐‐‐ R/V Catalyst ‐ 26 Ft Sampling Vessel $600 ‐‐‐ ‐‐‐ Research Nets $60 ‐‐‐ ‐‐‐ Sampling Tubing (roll) $20 ‐‐‐ ‐‐‐ Saximeter II $35 $140 $420 Sound Level Meter $50 $200 $600 Tool Trailer $300 ‐‐‐ ‐‐‐ DocuSign Envelope ID: ACBEADD7-93A4-4809-9985-4D41F46BA84B Item 3 Attachment A - Contract C24187805 With Carollo Engineers, Inc.        Item 3: Staff Report Pg. 45  Packet Pg. 76 of 428  Page 41 of 55 Professional Services Rev. Dec.15, 2020 Subconsultant: JDH Corrosion Consultants, Inc. Personnel Charges 2024 Rate 2025 Rate $265.00 $276.00 $120.00 $125.00 & Mediations (4 hour min. charge) $400.00 $416.00 Cost Current IRS Standard Mileage Rate Cost Cost DocuSign Envelope ID: ACBEADD7-93A4-4809-9985-4D41F46BA84B Item 3 Attachment A - Contract C24187805 With Carollo Engineers, Inc.        Item 3: Staff Report Pg. 46  Packet Pg. 77 of 428  Page 42 of 55 Professional Services Rev. Dec.15, 2020 Subconsultant: Jensen Hughes, Inc. Hourly Rates Hourly Rates Technical Fellow Varies Varies Senior Consultant $285 - $345 $290 - $350 Consultant $215 - $270 $220 - $275 Associate $150 - $200 $155 - $205 Technician / Intern $115 $120 Project Administrator $100 - $130 $105 - $135 Subconsultant: Mizutani Environmental Hourly Rate 2024 / 2025 Engineering Staff Courtney Mizutani $245.00 / $257.00 DocuSign Envelope ID: ACBEADD7-93A4-4809-9985-4D41F46BA84B Item 3 Attachment A - Contract C24187805 With Carollo Engineers, Inc.        Item 3: Staff Report Pg. 47  Packet Pg. 78 of 428  Page 43 of 55 Professional Services Rev. Dec.15, 2020 Subconsultant: MWA Architects, Inc. Resource Title 2024 Base Bill Rate 2025 Base Bill Rate (+3%) Principal-in-Charge 267.80 275.83 Director 231.75 238.70 Sr. Project Manager 195.70 201.57 Project Manager 175.10 180.35 Senior Project Architect 190.55 196.27 Architect 3 169.95 175.05 Architect 2 149.35 153.83 Architect 1 139.05 143.22 Design Staff 4 164.80 169.74 Design Staff 3 144.20 148.53 Design Staff 2 123.60 127.31 Design Staff 1 113.30 116.70 Senior Interior Designer 154.50 159.14 Interior Designer 139.05 143.22 Graphic Designer 118.45 122.00 Project Accountant 139.05 143.22 DocuSign Envelope ID: ACBEADD7-93A4-4809-9985-4D41F46BA84B Item 3 Attachment A - Contract C24187805 With Carollo Engineers, Inc.        Item 3: Staff Report Pg. 48  Packet Pg. 79 of 428  Page 44 of 55 Professional Services Rev. Dec.15, 2020 Subconsultant: TJC and Associates, Inc. Engineer 2024 2025 2024 2025 E20 $333.00 $346.00 $224.00 E18 $312.00 $324.00 $202.00 E15 $281.00 $292.00 $170.00 E14 $270.00 $281.00 $159.00 E13 $259.00 $269.00 $148.00 E12 $245.00 $255.00 $137.00 E11 $233.00 $242.00 $126.00 E10 $220.00 $229.00 $114.00 E9 $208.00 $216.00 $104.00 E8 $194.00 $202.00 $93.00 E7 $182.00 $189.00 $82.00 E5 $156.00 $162.00 $60.00 E3 $131.00 $136.00 $38.00 E1 $105.00 $109.00 $18.00 CAD 2024 2025 C10 $203.00 $211.00 Auto Mileage C9 $189.00 $197.00 C7 $164.00 $171.00 C3 $113.00 $118.00 C2 $101.00 $105.00 C1 $88.00 $92.00 DocuSign Envelope ID: ACBEADD7-93A4-4809-9985-4D41F46BA84B Item 3 Attachment A - Contract C24187805 With Carollo Engineers, Inc.        Item 3: Staff Report Pg. 49  Packet Pg. 80 of 428  Page 45 of 55 Professional Services Rev. Dec.15, 2020 Subconsultant: Towill, Inc. LAND SURVEY SERVICES FEE SCHEDULE Labor Description 2024 Hourly Rate Per Court Appearance (Minimum)..................................................................................................$2,884.00 Prevailing Wage Rates by Field Survey Personnel Classifications Party Chief ......................................................................................................................................$ 170.00 Chain Person ..................................................................................................................................$ 155.00 Apprentice ......................................................................................................................................$ Notes: 137.00 • Field survey personnel and crews are billed at a minimum of 8 hours per day only. • Field survey rates are inclusive of one survey vehicle, vehicle mileage up to 50 miles from the home office, conventional and GPS survey equipment, and standard safety equipment. SPECIAL LABOR RATES Labor Description Hourly Rate Hazmat Crew Supplement ...................................... Field Personnel Rate plus $10.00 per Person per Hour Night Shift Work ....................................................... Field Personnel Rate plus 12.5% per Person per Hour AUTHORIZED OVERTIME LABOR RATES Labor Description Hourly Rate Saturdays and in Excess of 8 Hours on Weekdays .................................................... 1.5 times Regular Rate Sundays and Holidays ............................................................................................... 2.0 times Regular Rate DocuSign Envelope ID: ACBEADD7-93A4-4809-9985-4D41F46BA84B Item 3 Attachment A - Contract C24187805 With Carollo Engineers, Inc.        Item 3: Staff Report Pg. 50  Packet Pg. 81 of 428  Page 46 of 55 Professional Services Rev. Dec.15, 2020 PHOTOGRAMMETRY / AIRBORNE LIDAR / GIS SERVICES FEE SCHEDULE LABOR DESCRIPTION 2024 HOURLY RATE EQUIPMENT AND OTHER DIRECT COSTS LABOR DESCRIPTION 2024 RATE Airborne LiDAR Sensor…………………………………………………………………………….…………..Quote Provided per Project Digital Aerial Photography Camera…………………………………………………………………………….…Quote Provided per Project Small Unmanned Aircraft Systems …………………………………………………..…………………………Quote Provided per Project Specialty Remote Sensing Equipment…………………………………………………………………………...Quote Provided per Project Geomatics Principal Manager ................................................................................................... $ 263.00 Geomatics Project Manager ..................................................................................................... $ 211.00 Geomatics Specialist ……………………………………………………………………………………………………………. $ 180.00 Senior Geomatics Analyst ......................................................................................................... $ 160.00 Geomatics Analyst ..................................................................................................................... $ 129.00 Geomatics Technician ............................................................................................................... $ 113.00 Project Safety ………………………………………………………………………………………………………………………. $ 129.00 Project Coordinator ................................................................................................................... $ 98.00 Project Assistant ........................................................................................................................ $ 77.00 DocuSign Envelope ID: ACBEADD7-93A4-4809-9985-4D41F46BA84B Item 3 Attachment A - Contract C24187805 With Carollo Engineers, Inc.        Item 3: Staff Report Pg. 51  Packet Pg. 82 of 428  Page 47 of 55 Professional Services Rev. Dec.15, 2020 Subconsultant: Wilson Ihrig Senior Principal/Engineer $ 320 $ 330 Principal $ 293 $ 302 Associate Principal $ 248 $ 255 Senior Consultant $ 206 $ 212 Associate $ 175 $ 180 Assistant $ 150 $ 155 Technician $ 120 $ 124 CAD Operator $ 105 $ 108 Project Assistant $ 94 $ 97 Dollar amounts listed are on a per hour basis. *based on an annual escalation of 3%: Measurement Equipment and Use of Wilson Ihrig Developed Software The professional fees for Wilson Ihrig staff include the use of Wilson Ihrig-owned instrumentation and software. Where special instrumentation must be rented for a project, then the rental charge is considered a direct expense. DocuSign Envelope ID: ACBEADD7-93A4-4809-9985-4D41F46BA84B Item 3 Attachment A - Contract C24187805 With Carollo Engineers, Inc.        Item 3: Staff Report Pg. 52  Packet Pg. 83 of 428  Page 48 of 55 Professional Services Rev. Dec.15, 2020 EXHIBIT D INSURANCE REQUIREMENTS CONSULTANTS TO THE CITY OF PALO ALTO (CITY), AT THEIR SOLE EXPENSE, SHALL FOR THE TERM OF THE CONTRACT OBTAIN AND MAINTAIN INSURANCE IN THE AMOUNTS FOR THE COVERAGE SPECIFIED BELOW, AFFORDED BY COMPANIES WITH AM BEST’S KEY RATING OF A-:VII, OR HIGHER, LICENSED OR AUTHORIZED TO TRANSACT INSURANCE BUSINESS IN THE STATE OF CALIFORNIA. AWARD IS CONTINGENT ON COMPLIANCE WITH CITY’S INSURANCE REQUIREMENTS AS SPECIFIED HEREIN. REQUIRED TYPE OF COVERAGE REQUIREMENT OCCURRENCE AGGREGATE YES WORKER’S COMPENSATION EMPLOYER’S LIABILITY STATUTORY STATUTORY STATUTORY YES GENERAL LIABILITY, INCLUDING PERSONAL INJURY, BROAD FORM PROPERTY DAMAGE BLANKET CONTRACTUAL, AND FIRE LEGAL LIABILITY BODILY INJURY PROPERTY DAMAGE BODILY INJURY & PROPERTY DAMAGE COMBINED. $1,000,000 $1,000,000 $1,000,000 $1,000,000 YES AUTOMOBILE LIABILITY, INCLUDING ALL OWNED, HIRED, NON-OWNED BODILY INJURY - EACH PERSON - EACH OCCURRENCE PROPERTY DAMAGE BODILY INJURY AND PROPERTY DAMAGE, COMBINED $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 PROFESSIONAL LIABILITY, INCLUDING, ERRORS AND OMISSIONS, MALPRACTICE (WHEN APPLICABLE), AND NEGLIGENT PERFORMANCE ALL DAMAGES $2,000,000 DocuSign Envelope ID: ACBEADD7-93A4-4809-9985-4D41F46BA84B Item 3 Attachment A - Contract C24187805 With Carollo Engineers, Inc.        Item 3: Staff Report Pg. 53  Packet Pg. 84 of 428  Page 49 of 55 Professional Services Rev. Dec.15, 2020 YES THE CITY OF PALO ALTO IS TO BE NAMED AS AN ADDITIONAL INSURED: CONSULTANT, 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 CONSULTANT AND ITS SUBCONSULTANTS, IF ANY, BUT ALSO, WITH 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. FOR GENERAL LIABILITY AND AUTOMOBILE LIABILITY, A CONTRACTUAL LIABILITY ENDORSEMENT PROVIDING INSURANCE COVERAGE FOR CONSULTANT’S AGREEMENT TO INDEMNIFY CITY. II. THE CONSULTANT MUST SUBMIT CERTIFICATES(S) OF INSURANCE EVIDENCING REQUIRED COVERAGE TO THE FOLLOWING: PURCHASINGSUPPORT@CITYOFPALOALTO.ORG III. ENDORSEMENT PROVISIONS WITH RESPECT TO THE INSURANCE AFFORDED TO ADDITIONAL INSUREDS: A. PRIMARY COVERAGE WITH RESPECT TO CLAIMS ARISING OUT OF THE OPERATIONS OF THE NAMED INSURED, INSURANCE AS AFFORDED BY THIS POLICY IS PRIMARY AND IS NOT ADDITIONAL TO OR CONTRIBUTING WITH ANY OTHER INSURANCE CARRIED BY OR FOR THE BENEFIT OF THE ADDITIONAL INSUREDS. B. CROSS LIABILITY THE NAMING OF MORE THAN ONE PERSON, FIRM, OR CORPORATION AS INSUREDS UNDER THE POLICY SHALL NOT, FOR THAT REASON ALONE, EXTINGUISH ANY RIGHTS OF THE INSURED AGAINST ANOTHER, BUT THIS ENDORSEMENT, AND THE NAMING OF MULTIPLE INSUREDS, SHALL NOT INCREASE THE TOTAL LIABILITY OF THE COMPANY UNDER THIS POLICY. C. NOTICE OF CANCELLATION 1. IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR ANY REASON OTHER THAN THE NON-PAYMENT OF PREMIUM, THE CONSULTANT SHALL PROVIDE DocuSign Envelope ID: ACBEADD7-93A4-4809-9985-4D41F46BA84B Item 3 Attachment A - Contract C24187805 With Carollo Engineers, Inc.        Item 3: Staff Report Pg. 54  Packet Pg. 85 of 428  Page 50 of 55 Professional Services Rev. Dec.15, 2020 CITY AT LEAST A THIRTY (30) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION. 2. IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR THE NON-PAYMENT OF PREMIUM, THE CONSULTANT SHALL PROVIDE CITY AT LEAST A TEN (10) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION. EVIDENCE OF INSURANCE AND OTHER RELATED NOTICES ARE REQUIRED TO BE FILED WITH THE CITY OF PALO ALTO AT THE FOLLOWING EMAIL ADDRESS: PURCHASINGSUPPORT@CITYOFPALOALTO.ORG DocuSign Envelope ID: ACBEADD7-93A4-4809-9985-4D41F46BA84B Item 3 Attachment A - Contract C24187805 With Carollo Engineers, Inc.        Item 3: Staff Report Pg. 55  Packet Pg. 86 of 428  Page 51 of 55 Professional Services Rev. Dec.15, 2020 EXHIBIT E DIR REGISTRATION FOR PUBLIC WORKS CONTRACTS This Exhibit shall apply only to a contract for public works construction, alteration, demolition, repair or maintenance work, CITY will not accept a bid proposal from or enter into this Agreement with CONSULTANT without proof that CONSULTANT and its listed subcontractors are registered with the California Department of Industrial Relations (“DIR”) to perform public work, subject to limited exceptions. City requires CONSULTANT and its listed subcontractors, if any, to comply with all applicable requirements of the California Labor Code including but not limited to Labor Code Sections 1720 through 1861, and all applicable related regulations, including but not limited to Subchapter 3, Title 8 of the California Code of Regulations Section 16000 et seq., as amended from time to time. This Exhibit E applies in addition to the provisions of Section 26 (Prevailing Wages and DIR Registration for Public Works Contracts) of the Agreement. CITY provides notice to CONSULTANT of the requirements of California Labor Code Section 1771.1(a), which reads: “A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded.” This Project is subject to compliance monitoring and enforcement by DIR. All contractors must be registered with DIR per Labor Code Section 1725.5 in order to submit a bid. All subcontractors must also be registered with DIR. No contractor or subcontractor may be awarded a contract for public work on a public works project unless registered with DIR. Additional information regarding public works and prevailing wage requirements is available on the DIR web site (see e.g. http://www.dir.ca.gov) as amended from time to time. CITY gives notice to CONSULTANT and its listed subcontractors that CONSULTANT is required to post all job site notices prescribed by law or regulation. CONSULTANT shall furnish certified payroll records directly to the Labor Commissioner (DIR) in accordance with Subchapter 3, Title 8 of the California Code of Regulations Section 16461 (8 CCR Section 16461). CITY requires CONSULTANT and its listed subcontractors to comply with the requirements of Labor Code Section 1776, including but not limited to: Keep accurate payroll records, showing the name, address, social security number, work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by, respectively, CONSULTANT and its listed subcontractors, in connection with the Project. DocuSign Envelope ID: ACBEADD7-93A4-4809-9985-4D41F46BA84B Item 3 Attachment A - Contract C24187805 With Carollo Engineers, Inc.        Item 3: Staff Report Pg. 56  Packet Pg. 87 of 428  Page 52 of 55 Professional Services Rev. Dec.15, 2020 The payroll records shall be verified as true and correct and shall be certified and made available for inspection at all reasonable hours at the principal office of CONSULTANT and its listed subcontractors, respectively. At the request of CITY, acting by its Project Manager, CONSULTANT and its listed subcontractors shall make the certified payroll records available for inspection or furnished upon request to the CITY Project Manager within ten (10) days of receipt of CITY’s request. CITY requests CONSULTANT and its listed subcontractors to submit the certified payroll records to CITY’s Project Manager at the end of each week during the Project. If the certified payroll records are not provided as required within the 10-day period, then CONSULTANT and its listed subcontractors shall be subject to a penalty of one hundred dollars ($100.00) per calendar day, or portion thereof, for each worker, and CITY shall withhold the sum total of penalties from the progress payment(s) then due and payable to CONSULTANT. Inform CITY’s Project Manager of the location of CONSULTANT’s and its listed subcontractors’ payroll records (street address, city and county) at the commencement of the Project, and also provide notice to CITY’s Project Manager within five (5) business days of any change of location of those payroll records. Eight (8) hours labor constitutes a legal day’s work. CONSULTANT shall forfeit as a penalty to CITY, $25.00 for each worker employed in the execution of the Agreement by CONSULTANT or any subcontractor for each calendar day during which such worker is required or permitted to work more than eight (8) hours in any one calendar day or forty (40) hours in any one calendar week in violation of the provisions of the Labor Code, and in particular, Sections 1810 through 1815 thereof, except that work performed by employees of CONSULTANT or any subcontractor in excess of eight (8) hours per day, or forty (40) hours during any one week, shall be permitted upon compensation for all hours worked in excess of eight (8) hours per day, or forty (40) hours per week, at not less than one and one-half (1&1/2) times the basic rate of pay, as provided in Section 1815. CONSULTANT shall secure the payment of workers’ compensation to its employees as provided in Labor Code Sections 1860 and 3700 (Labor Code 1861). CONSULTANT shall sign and file with the CITY a statutorily prescribed statement acknowledging its obligation to secure the payment of workers’ compensation to its employees before beginning work (Labor Code 1861). CONSULTANT shall post job site notices per regulation (Labor Code 1771.4(a)(2)). CONSULTANT shall comply with the statutory requirements regarding employment of apprentices including without limitation Labor Code Section 1777.5. The statutory provisions will be enforced for penalties for failure to pay prevailing wages and for failure to comply with wage and hour laws. DocuSign Envelope ID: ACBEADD7-93A4-4809-9985-4D41F46BA84B Item 3 Attachment A - Contract C24187805 With Carollo Engineers, Inc.        Item 3: Staff Report Pg. 57  Packet Pg. 88 of 428  Page 53 of 55 Professional Services Rev. Dec.15, 2020 EXHIBIT F CLAIMS FOR PUBLIC CONTRACT CODE SECTION 9204 PUBLIC WORKS PROJECTS The provisions of this Exhibit are provided in compliance with Public Contract Code Section 9204; they provide the exclusive procedures for any claims pursuant to Public Contract Code Section 9204 related to the Services performed under this Agreement. 1. Claim Definition. “Claim” means a separate demand by the Contractor sent by registered mail or certified mail with return receipt requested, for one or more of the following: (A) A time extension, including, without limitation, for relief from damages or penalties for delay assessed by the City. (B) Payment by the City of money or damages arising from the Services performed by, or on behalf of, the Contractor pursuant to the Agreement and payment for which is not otherwise expressly provided or to which the Contractor is not otherwise entitled. (C) Payment of an amount that is disputed by the City. 2. Claim Process. (A) Timing. Any Claim must be submitted to City in compliance with the requirements of this Exhibit no later than fourteen (14) days following the event or occurrence giving rise to the Claim. This time requirement is mandatory; failure to submit a Claim within fourteen (14) days will result in its being deemed waived. (B) Submission. The Claim must be submitted to City in writing, clearly identified as a “Claim” submitted pursuant to this Exhibit, and must include reasonable documentation substantiating the Claim. The Claim must clearly identify and describe the dispute, including relevant references to applicable portions of the Agreement, and a chronology of relevant events. Any Claim for additional payment must include a complete, itemized breakdown of all labor, materials, taxes, insurance, and subcontract, or other costs. Substantiating documentation such as payroll records, receipts, invoices, or the like, must be submitted in support of each claimed cost. Any Claim for an extension of time or delay costs must be substantiated with schedule analysis and narrative depicting and explaining claimed time impacts. (C) Review. Upon receipt of a Claim in compliance with this Exhibit, the City shall conduct a reasonable review of the Claim and, within a period not to exceed 45 days from receipt, shall provide the Contractor a written statement identifying what portion of the Claim is disputed and what portion is undisputed. Upon receipt of a Claim, the City and Contractor may, by mutual agreement, extend the time period provided in this paragraph 2. (D) If City Council Approval Required. If the City needs approval from the City Council to provide the Contractor a written statement identifying the disputed portion and the undisputed portion of the Claim, and the City Council does not meet within the 45 days or within the mutually agreed to extension of time following receipt of a Claim sent by registered mail or certified mail, return receipt requested, the City shall have up to three days following the next duly publicly noticed meeting of the City Council after the 45-day period, or extension, expires to provide the Contractor a written statement identifying the disputed portion and the undisputed portion. DocuSign Envelope ID: ACBEADD7-93A4-4809-9985-4D41F46BA84B Item 3 Attachment A - Contract C24187805 With Carollo Engineers, Inc.        Item 3: Staff Report Pg. 58  Packet Pg. 89 of 428  Page 54 of 55 Professional Services Rev. Dec.15, 2020 (E) Payment. Any payment due on an undisputed portion of the Claim shall be processed and made within 60 days after the City issues its written statement. If the City fails to issue a written statement, paragraph 3, below, shall apply. 3. Disputed Claims (A) Meet and Confer. If the Contractor disputes the City's written response, or if the City fails to respond to a Claim submitted pursuant to this Exhibit within the time prescribed, the Contractor may demand in writing an informal conference to meet and confer for settlement of the issues in dispute. Upon receipt of a demand in writing sent by registered mail or certified mail, return receipt requested, the City shall schedule a meet and confer conference within 30 days for settlement of the dispute. Within 10 business days following the conclusion of the meet and confer conference, if the Claim or any portion of the Claim remains in dispute, the City shall provide the Contractor a written statement identifying the portion of the Claim that remains in dispute and the portion that is undisputed. Any payment due on an undisputed portion of the Claim shall be processed and made within 60 days after the City issues its written statement. (B) Mediation. Any remaining disputed portion of the Claim, as identified by the Contractor in writing, shall be submitted to nonbinding mediation, with the City and the Contractor sharing the associated costs equally. The City and Contractor shall mutually agree to a mediator within 10 business days after the disputed portion of the Claim has been identified in writing by the Contractor. If the parties cannot agree upon a mediator, each party shall select a mediator and those mediators shall select a qualified neutral third party to mediate the disputed portion of the Claim. Each party shall bear the fees and costs charged by its respective mediator in connection with the selection of the neutral mediator. If mediation is unsuccessful, the parts of the Claim remaining in dispute shall be subject to any other remedies authorized by the Agreement and laws. (i) For purposes of this paragraph 3.B, mediation includes any nonbinding process, including, but not limited to, neutral evaluation or a dispute review board, in which an independent third party or board assists the parties in dispute resolution through negotiation or by issuance of an evaluation. Any mediation utilized shall conform to the timeframes in this section. (ii) Unless otherwise agreed to by the City and the Contractor in writing, the mediation conducted pursuant to this section shall excuse any further obligation, if any, under Public Contract Code Section 20104.4 to mediate after litigation has been commenced. 4. City’s Failure to Respond. Failure by the City to respond to a Claim from the Contractor within the time periods described in this Exhibit or to otherwise meet the time requirements of this Exhibit shall result in the Claim being deemed rejected in its entirety. A Claim that is denied by reason of the City's failure to have responded to a Claim, or its failure to otherwise meet the time requirements of this Exhibit, shall not constitute an adverse finding with regard to the merits of the Claim or the responsibility or qualifications of the Contractor. 5. Interest. Amounts not paid in a timely manner as required by this section shall bear interest at seven (7) percent per annum. 6. Approved Subcontractor Claims. If an approved subcontractor or a lower tier subcontractor lacks legal standing to assert a Claim against the City because privity of contract does not exist, the Contractor may present to the City a Claim on behalf of a subcontractor or lower tier subcontractor. A subcontractor may request in writing, either on his or her own behalf or on behalf of a lower tier subcontractor, that the Contractor present a Claim for work which was performed by the subcontractor or DocuSign Envelope ID: ACBEADD7-93A4-4809-9985-4D41F46BA84B Item 3 Attachment A - Contract C24187805 With Carollo Engineers, Inc.        Item 3: Staff Report Pg. 59  Packet Pg. 90 of 428  Page 55 of 55 Professional Services Rev. Dec.15, 2020 by a lower tier subcontractor on behalf of the subcontractor. The subcontractor requesting that the Claim be presented to the City shall furnish reasonable documentation to support the Claim. Within 45 days of receipt of this written request, the Contractor shall notify the subcontractor in writing as to whether the Contractor presented the claim to the City and, if the Contractor did not present the claim, provide the subcontractor with a statement of the reasons for not having done so. 7. Waiver of Provisions. A waiver of the rights granted by Public Contract Code Section 9204 is void and contrary to public policy, provided, however, that (1) upon receipt of a Claim, the parties may mutually agree to waive, in writing, mediation and proceed directly to the commencement of a civil action or binding arbitration, as applicable; and (2) the City may prescribe reasonable change order, claim, and dispute resolution procedures and requirements in addition to the provisions of Public Contract Code Section 9204, so long as the contractual provisions do not conflict with or otherwise impair the timeframes and procedures set forth in this section. DocuSign Envelope ID: ACBEADD7-93A4-4809-9985-4D41F46BA84B Item 3 Attachment A - Contract C24187805 With Carollo Engineers, Inc.        Item 3: Staff Report Pg. 60  Packet Pg. 91 of 428  3 0 5 2 3 0 5 2 3 0 5 2 3 0 5 2 City Council Staff Report From: City Manager Report Type: CONSENT CALENDAR Lead Department: Public Works Meeting Date: February 12, 2024 Report #:2309-2048 TITLE Approval of Two General Services Contracts in the Wastewater Treatment Enterprise Fund: a Contract with Lystek International Limited in an Amount Not to Exceed $5,322,769 and a Contract with Synagro-WWT, Inc. in an Amount Not to Exceed $7,617,013, Both for Offsite Sludge Treatment Services for a Five-Year Term; CEQA status - exempt RECOMMENDATION Staff recommends that the City Council: 1. Approve and authorize the City Manager or their designee to execute a contract with Lystek International Limited (Lystek), in the amount of $5,322,769 for sludge treatment services for the Regional Water Quality Control Plant (RWQCP) for a term of five years, beginning April 1, 2024, and ending on March 31, 2029. The contract amount for the first year of the agreement will be $944,240; and 2. Approve and authorize the City Manager or their designee to execute a contract with Synagro-WWT, Inc. (Synagro), in the amount of $7,617,013 for sludge treatment services for the RWQCP for a term of five years, beginning April 1, 2024, and ending on March 31, 2029. The contract amount for the first year of the agreement will be $1,107,040. EXECUTIVE SUMMARY Staff issued a Request For Proposals for sludge treatment services and recommends contracts be awarded to Lystek (Attachment A) and Synagro (Attachment B). Wastewater treatment is managed by the RWQCP within the Public Works Department. Since 2018, the City has utilized contracted services for sludge treatment. Selection and award of general services agreements has been through formal solicitation of proposals, review of costs, and assessment of quality of services. Item 4 Item 4 Staff Report        Item 4: Staff Report Pg. 1  Packet Pg. 92 of 428  3 0 5 2 3 0 5 2 3 0 5 2 3 0 5 2 BACKGROUND 1 as a key to reducing carbon dioxide emissions by over 12,000 metric tons annually. The incinerators operated from 1972 until their replacement in March 2019 with a new sludge dewatering and truck loadout facility. Sludge hauling and treatment contracts were implemented to address sludge treatment after incinerator retirement. Since March 2019, the sludge has been hauled to two different regional treatment facilities. To prepare for hauling and treatment, the City solicited requests for proposals for sludge hauling and treatment services in 2017. Five-year contracts for sludge treatment services with Lystek and Synagro were approved on June 18, 2018, and these contracts have terms through March 31, 2024. To transport sludge to the treatment facilities, City Council approved a three-year contract2 with Denali Water Solutions, LLC (Denali) on June 18, 2018 in an amount not to exceed $2,181,000 for sludge hauling services through March 31, 2022. Denali began daily sludge hauling from the dewatering facility on March 19, 2019. A new contract3 for sludge hauling, again with Denali, was approved on January 24, 2022 for three more years of hauling services beginning April 1, 2022 and ending March 31, 2025. Lystek Lystek is a corporation and has a sludge treatment facility approximately 82 miles from the RWQCP, located at the Fairfield-Suisun Sewer District (FSSD) site under a 20-year lease that ends January 1, 2036. FSSD is a special purpose district. Through July 2023, Lystek has treated 33,532 wet tons of sludge from Palo Alto. Lystek has also treated sludge from the City of San Francisco, East Bay Municipal Utility District, Marin County, City of Benicia, City of Petaluma, City of Santa Rosa, City of South San Francisco, City of Healdsburg, and other Bay Area agencies. Lystek is currently processing about 200 wet tons per day of trucked-in sludge from multiple agencies; Lystek’s total processing capacity of 150,000 annual wet tons is more than sufficient for Palo Alto’s sludge. Lystek uses a low-temperature hydrolysis process involving high-speed shearing, alkali, and low pressure, low-temperature steam injection. Lystek’s goal is to divert more than 95 percent of the received Palo Alto sludge to make a product (branded as LysteMize) that would be added to the FSSD anaerobic digesters. LysteMize will help FSSD reduce volatile solids, improve biogas and electricity yields, decrease residual biosolids volumes, and reduce FSSD’s demand from PG&E for both natural gas and electricity by meeting onsite electric energy demands when combusting the extra biogas in FSSD’s engine generators. The final product of all sludge sent to Lystek and from the FSSD anaerobic digesters is a USEPA 1 City Council, December 11, 2017; SR # 8487 https://paloalto.admin.opencities.com/InformationManagement/FileAdmin.aspx#&&FH=File_23152553-c158- 4dfe-9795-71bc0ee63c4e 2 City Council, June 18, 2018; SR # 8913 3 City Council, January 24, 2022; SR # 13520, pg. 17 Item 4 Item 4 Staff Report        Item 4: Staff Report Pg. 2  Packet Pg. 93 of 428  3 0 5 2 3 0 5 2 3 0 5 2 3 0 5 2 Class A product (i.e., Lystek’s LysteGro product, which is a registered fertilizer with California Department of Food and Agriculture). LysteGro is land applied year-round within 100 miles of the Lystek facility. Synagro Synagro is a corporation and operates several sludge composting facilities in the US including the El Nido Central Valley Composting (CVC) facility located in Dos Palos, approximately 114 miles from RWQCP. CVC uses an open windrow processing method that combines RWQCP sludge with a bulking agent (primarily green waste and wood waste). High temperature aerobic composting converts RWQCP sludge into a USEPA Class A product that is sold in bulk to the region’s agricultural market; the product is typically land applied within 30 miles of the Synagro CVC facility. The CVC facility is permitted by CalRecycle to handle up to 100,000 tons per year of feedstock. Through July 2023, Synagro has treated 47,267 wet tons of Palo Alto sludge. CVC has also serviced the City of Fresno, City of Sunnyvale, Silicon Valley Clean Water in Redwood City, City of San Francisco, Union Sanitary District in Union City, South County Regional Wastewater Authority serving Gilroy and Morgan Hill, and the Delta Diablo Sanitation District in Antioch. ANALYSIS Table 1: Sludge Production Estimates Dates Estimated Minimum Sludge Production Estimated Maximum Sludge Production Estimated Annual Production Increase 4/1/24 – 3/31/25 16,500 20,600 -- 4/1/25 – 3/31/26 16,500 21,424 4% 4/1/26 – 3/31/27 16,500 22,281 4% 4/1/27 – 3/31/28 16,500 25,089 4% + 1917 tons1 4/1/28 – 3/31/29 16,500 28,754 4% + 2661 tons1 1Note: Additional sludge production is expected with upgraded Secondary Treatment system, which will produce an estimated 34% additional waste activated sludge (WAS) or about 10% additional total sludge production beginning on an estimated date of 6/9/2027; consequently, the ratios of primary and WAS sludge listed in the scope of work’s Attachment B, Exhibit A may change slightly in years 4 and 5 of the contract. Proposal RFP# 187745 Proposal Name: Sludge Treatment Services for the Regional Water Quality Control Plant Proposed Length of Project 60 Months Number of Vendors Notified 2708 Number of Proposal Packages Downloaded 33 Item 4 Item 4 Staff Report        Item 4: Staff Report Pg. 3  Packet Pg. 94 of 428  3 0 5 2 3 0 5 2 3 0 5 2 3 0 5 2 The evaluation committee, composed of representatives from the Public Works Department, carefully reviewed and assessed the two proposals using standard evaluation criteria. The committee carefully reviewed each firm's qualifications and submittal in response to the criteria identified in the RFP. The providers not proposing do not have the capacity or ability to take Palo Alto’s sludge during the five-year contract term. Staff recommends award of contracts to both Synagro and Lystek for diversification of options consistent with current practice. Both proposers have provided good service since the start of regular services in the prior contract since March 2019. The contracted minimum annual delivery in the contracted scope of work is 5,800 and 10,000 tons per year to Lystek and Synagro, respectively. Staff contacted Lystek and explored lowering the Lystek minimum tonnage below 5,800 tons per year, which is a reduction from the current contract’s minimum to Lystek of 6,500 tons per year. Further reduction in the Lystek minimum annual delivery requirement is not an option. Surplus sludge production above the Lystek minimum will be directed to the lower cost Synagro facility. FISCAL/RESOURCE IMPACT The five-year cost for the sludge treatment services contract in comparison to the prior five-year contract has increased by $5.9 million. COMPARISON OF CONTRACT COSTS (PROPOSED AND EXISTING) 2024-2029 Cost Proposal Total, Lystek & Synagro $12,939,782 2019-2024 Cost Proposal Total, Lystek & Synagro $7,064,000 Five Year Total Cost Increase $5,875,782 ($1.2M annually) The unit price for both facilities will be increasing on April 1, 2024 as follows: •Lystek increases from $98.55/wet ton to $148.00/wet ton; and •Synagro increases from $40.85/wet ton to $68.00/wet ton. Vendors have indicated that the increase in unit price between the two five-year general service contracts is because of (a) greater regional demands on offsite sludge treatment capacity, (b) greater demands on capacity because of regulatory changes due to SB 1383 (2016) restricting disposal of biosolids in landfills as alternative daily cover, (c) higher transportation Public Link to Solicitation https://procurement.opengov.com/portal/palo-alto- ca/projects/51100 Total Days to Respond to Proposal 53 days Mandatory Pre-proposal Meeting Tuesday, July 25, 2023 at 10:00 a.m. PST Number of Providers at Pre-proposal Meeting 6 providers Number of Proposals Received 2 proposals received Item 4 Item 4 Staff Report        Item 4: Staff Report Pg. 4  Packet Pg. 95 of 428  3 0 5 2 3 0 5 2 3 0 5 2 3 0 5 2 expenses for the offsite facilities to haul the biosolids fertilizer and biosolids compost to its end use, (d) higher fuel costs, and (e) higher chemical costs, as much as a 100% increase, for Lystek’s process. 4 and 3% per year (Lystek)5. Actual San Francisco CPI-U inflation over a similar period has averaged 3.92% (August 2018 to August 2023). Said another way, Synagro assumed 10% inflation but about 20% was realized in the first 5-year contract; likewise, Lystek assumed 16% inflation but about 20% was realized. Both proposers reflect a greater uncertainty in the next five-year contract for the 12-month price adjustments (i.e., 4.0% to 6.0%). Table 2: Lystek and Synagro Treatment Facility Unit Prices US $/wet ton Facility Current Contract 11/28/23 - 3/31/24 Year 1 4/1/24- 3/31/25 Year 2 4/1/25- 3/31/26 Year 3 4/1/26- 3/31/27 Year 4 4/1/27- 3/31/28 Year 5 4/1/28- 3/31/29 Comment Lystek $98.55 $148.00 $156.88 $166.29 $176.27 $186.85 4500 tons May to October; 1300 tons November to April Synagro $40.85 $68.00 $72.08 $76.40 $80.99 $85.85 10,000 tons per year minimum Notes: 1. Lystek 12-month price increase is 6.0%, 5.0%, 4.0%, and 4.0% per year for contract years 2, 3, 4, and 5, respectively. 2. Synagro 12-month price increase is 4.8% per year for contract years 2, 3, 4, and 5. 3. For purposes of calculating not-to-exceed amounts and allow for diversification in force majeure situations, a 10% adder is included; the Lystek annual amount is set at 6,380 wet tons per year and Synagro annual amount is set at 14,800 tons in contract year one rising to 22,954 tons in contract year five 4 City Council, June 18, 2018; SR 8913 https://www.cityofpaloalto.org/files/assets/public/agendas-minutes- reports/reports/city-manager-reports-cmrs/year-archive/2018/id-8913-approve-three-public-works-contracts-for- sludge-hauling-and-offsite-treatment-services.pdf 5 City Council, June 18, 2018; SR 8913 https://www.cityofpaloalto.org/files/assets/public/agendas-minutes- reports/reports/city-manager-reports-cmrs/year-archive/2018/id-8913-approve-three-public-works-contracts-for- sludge-hauling-and-offsite-treatment-services.pdf Item 4 Item 4 Staff Report        Item 4: Staff Report Pg. 5  Packet Pg. 96 of 428  3 0 5 2 3 0 5 2 3 0 5 2 3 0 5 2 Unit prices govern each agreement up to the authorized not to exceed amounts and pursuant to tonnage minimums as well as actual production of RWQCP sludge. A force majeure may limit sludge disposal options (e.g., damaged roadways, earthquake damage, process breakdowns, new regulatory constraints, etc.). In these two contracts, Palo Alto has the benefit of diversified disposal options at Lystek and Synagro. The RWQCP’s 24/7 production of sludge requires a disposal option be active and available within one to two days, depending on RWQCP’s available onsite sludge storage. 6 in October 2019, which was completed six months after startup of the new sludge dewatering and truck loadout facility. The 2019 Biosolids Facilities Plan update continued to show that offsite treatment was the best option in the interim. 7 (LRFP) was approved in 20128. The RWQCP is in the process of updating the LRFP. Consultant selection for the LRFP Update is expected to be approved by City Council in approximately May 2024. The LRFP Update will include a task to update the 2019 Biosolids Facilities Plan Update; the LRFP Update and the biosolids treatment facility analysis will be completed by approximately December 2026. The results of that evaluation will inform the future efficiency, environmental benefit, and cost effectiveness of sludge hauling and offsite sludge treatment services. As requested by City Council at the August 21, 2023 meeting on property acquisition9 adjacent to the RWQCP, the evaluation will include an analysis of the need for the Measure “E” site adjacent to the RWQCP. Finally, the San Jose Water Pollution Control Plant is evaluating proposals through about the end of 2025 for a privately constructed 6 Palo Alto Regional Water Quality Control Plant Biosolids Facility Plan Update; https://www.cityofpaloalto.org/files/assets/public/v/1/public-works/water-quality-control-plant/sludge- dewatering-building/finaldraft_palo_alto_bfp_update.pdf?t=47012.05 7 The Long Range Facilities Plan for the Regional Water Quality Control Plant Final Report https://www.cityofpaloalto.org/files/assets/public/v/1/public-works/water-quality-control-plant/lrfp-final-report- 08-2012.pdf 8 City Council, July 2, 2012; SR 2914 https://www.cityofpaloalto.org/files/assets/public/v/1/agendas-minutes- reports/reports/city-manager-reports-cmrs/year-archive/2012/id-2914.pdf 9 City Council, August 21, 2023; SR 2304-1389, Item 7, https://cityofpaloalto.primegov.com/Portal/Meeting?meetingTemplateId=13014 Item 4 Item 4 Staff Report        Item 4: Staff Report Pg. 6  Packet Pg. 97 of 428  3 0 5 2 3 0 5 2 3 0 5 2 3 0 5 2 and operated biosolids facility at the San Jose wastewater plant site (i.e., about eight acres of land set aside for this operation)10. This potential facility would be operational in 2029 at the earliest; the request for proposals indicated that the contracted operator may be open to imported feedstock from other agencies such as Palo Alto. Imported feedstock would likely only be received after successfully proven operation treating San Jose biosolids and if the private operator had surplus capacity for imported feedstock. The anticipated San Jose treatment facility option will also be evaluated in the LRFP Update. Table 3: Sludge Hauling and Treatment Cost Summary by Fiscal Year FY Lystek Synagro Sludge Treatment Cost Total Denali (sludge hauling) Sludge Hauling and Treatment Cost Total 2024 (last 3 months)$279,474 $254,685 $534,159 $176,583 $710,742 2025 $961,008 $1,138,564 $2,099,573 $727,470 $2,827,043 2026 $1,018,669 $1,273,875 $2,292,544 $780,218 $3,072,762 2027 $1,079,789 $1,465,087 $2,544,876 $854,721 $3,399,598 2028 $1,144,576 $1,830,157 $2,974,733 $1,000,986 $3,975,719 2029 (first 9 months) $839,252 $1,654,645 $2,493,897 $852,443 $3,346,340 Total $5,322,769 $7,617,013 $ 12,939,782 $ 4,392,422 $17,332,204 10 San Jose City Council, October 24, 2023; San Jose City Council Agenda File 23-1418, Item 2.9, https://sanjose.legistar.com/View.ashx?M=F&ID=12367407&GUID=C7666A67-143D-42FE-9A5D-43DBF97ED1D6 Item 4 Item 4 Staff Report        Item 4: Staff Report Pg. 7  Packet Pg. 98 of 428  3 0 5 2 3 0 5 2 3 0 5 2 3 0 5 2 Table 4: Sludge Treatment Cost Summary by Contract Year Contract Year Lystek Synagro Lystek + 10%Synagro + 10% 1 $858,400 $1,006,400 $944,240 $1,107,040 2 $909,904 $1,126,178 $1,000,894 $1,238,796 3 $964,498 $1,259,224 $1,060,948 $1,385,147 4 $1,022,368 $1,562,195 $1,124,605 $1,718,414 5 $1,083,710 $1,970,560 $1,192,081 $2,167,616 Total $4,838,881 $6,924,557 $5,322,769 $7,617,013 STAKEHOLDER ENGAGEMENT RFP 187745 was issued in on June 21, 2023 for further continuance of sludge treatment services. The evaluation committee for this RFP included staff from the Public Works Department under the guidance of the City’s Purchasing and Contracts Administration Division. ENVIRONMENTAL REVIEW City Council action on this item is exempt from review under the California Environmental Quality Act (CEQA) in the proposed contracts for sludge dewatering and hauling since these are existing operations at the RWQCP. CEQA Guidelines section 15301. ATTACHMENTS Attachment A: Contract C24187745A with Lystek International Limited Attachment B: Contract C24187745B with Synagro-WWT, Inc. Attachment C: Key Terms APPROVED BY: Brad Eggleston, Public Works Director Item 4 Item 4 Staff Report        Item 4: Staff Report Pg. 8  Packet Pg. 99 of 428  City of Palo Alto General Services Agreement 1 Rev. March 29, 2018 CITY OF PALO ALTO CONTRACT NO. C24187745A GENERAL SERVICES AGREEMENT THIS AGREEMENT made and entered into on the 12th day of February, 2024, by and between the CITY OF PALO ALTO, a California chartered municipal corporation (“CITY”), and LYSTEK INTERNATIONAL LIMITED, a California corporation, located at 1014 Chadbourne Road, Fairfield, CA 94534, Telephone Number: 707-419-0084 (“CONTRACTOR”). In consideration of their mutual covenants, the parties hereto agree as follows: 1. SERVICES. CONTRACTOR shall provide or furnish the services (the “Services”) described in the Scope of Services, attached at Exhibit A. 2. EXHIBITS. The following exhibits are attached to and made a part of this Agreement: “A” - Scope of Services “A-1” – Palo Alto Sludge Characteristics “B” - Schedule of Performance “C” – Schedule of Fees “D” - Insurance Requirements CONTRACT IS NOT COMPLETE UNLESS ALL INDICATED EXHIBITS ARE ATTACHED. 3. TERM. The term of this Agreement is from April 1, 2024 to March 31, 2029 inclusive, subject to the provisions of Sections R and W of the General Terms and Conditions. 4. SCHEDULE OF PERFORMANCE. CONTRACTOR shall complete 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, attached at 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 DocuSign Envelope ID: A96C8D7E-3923-4DE7-8E38-7DD35DB5D0CE Item 4 Attachment A - Contract C24187745A with Lystek International Limited        Item 4: Staff Report Pg. 9  Packet Pg. 100 of 428  City of Palo Alto General Services Agreement 2 Rev. March 29, 2018 The sum of dollars ($ ) per hour, not to exceed a total maximum compensation amount of dollars ($ ); OR A sum calculated in accordance with the fee schedule set forth at Exhibit C, not to exceed a total maximum compensation amount of five million three hundred twenty-two thousand seven hundred sixty-nine dollars ($5,322,769.00). CONTRACTOR agrees that it can perform the Services for an amount not to exceed the total maximum compensation set forth above. Any hours worked or services performed by CONTRACTOR for which payment would result in a total exceeding the maximum amount of compensation set forth above for performance of the Services shall be at no cost to CITY. CITY has set aside the sum of dollars ($ ) for Additional Services. CONTRACTOR shall provide Additional Services only by advanced, written authorization from the City Manager or designee. CONTRACTOR, at the CITY’s request, shall submit a detailed written proposal including a description of the scope of services, schedule, level of effort, and CONTRACTOR’s proposed maximum compensation, including reimbursable expense, for such services. Compensation shall be based on the hourly rates set forth above or in Exhibit C (whichever is applicable), or if such rates are not applicable, a negotiated lump sum. CITY shall not authorize and CONTRACTOR shall not perform any Additional Services for which payment would exceed the amount set forth above for Additional Services. Payment for Additional Services is subject to all requirements and restrictions in this Agreement. 6. COMPENSATION DURING ADDITIONAL TERMS. CONTRACTOR’S compensation rates for each additional term shall be the same as the original term; OR 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 Clerical 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 published most immediately preceding the commencement date of the then expiring term. Notwithstanding the DocuSign Envelope ID: A96C8D7E-3923-4DE7-8E38-7DD35DB5D0CE Item 4 Attachment A - Contract C24187745A with Lystek International Limited        Item 4: Staff Report Pg. 10  Packet Pg. 101 of 428  City of Palo Alto General Services Agreement 3 Rev. March 29, 2018 foregoing, in no event shall CONTRACTOR’s compensation rates be increased by an amount exceeding five percent of the rates effective during the immediately preceding term. Any adjustment to CONTRACTOR’s compensation rates shall be reflected in a written amendment to this Agreement. 7. CLAIMS PROCEDURE FOR “9204 PUBLIC WORKS PROJECTS”. For purposes of this Section 7, a “9204 Public Works Project” means the erection, construction, alteration, repair, or improvement of any public structure, building, road, or other public improvement of any kind. Public Contract Code Section 9204 mandates certain claims procedures for Public Works Projects. This project is not a 9204 Public Works Project. 8. INVOICING. Send all invoices to CITY, Attention: Project Manager. The Project Manager is: James Allen, Dept.: Public Works, Telephone: 650-329-2243, Email: rwqcp.invoices@cityofpaloalto.org. Invoices shall be submitted in arrears for Services performed. Invoices shall not be submitted more frequently than monthly. Invoices shall provide a detailed statement of Services performed during the invoice period and are subject to verification by CITY. CITY shall pay the undisputed amount of invoices within 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 1 through 8 above, these general terms and conditions and the attached exhibits. B. QUALIFICATIONS. CONTRACTOR represents and warrants that it has the expertise and qualifications to complete the services described in Section 1 of this Agreement, entitled “SERVICES,” and that every individual charged with the performance 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, to perform the Services. CITY expressly relies on CONTRACTOR’s representations 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 safety regulations. C. INDEPENDENT CONTRACTOR. It is understood and agreed that in the performance of this Agreement, CONTRACTOR and any person employed by CONTRACTOR shall at all times be considered an independent CONTRACTOR and DocuSign Envelope ID: A96C8D7E-3923-4DE7-8E38-7DD35DB5D0CE Item 4 Attachment A - Contract C24187745A with Lystek International Limited        Item 4: Staff Report Pg. 11  Packet Pg. 102 of 428  City of Palo Alto General Services Agreement 4 Rev. March 29, 2018 not an agent or employee of CITY. CONTRACTOR shall be responsible for employing or engaging all persons necessary to complete the work required under this Agreement. D. SUBCONTRACTORS. CONTRACTOR may not use subcontractors to perform any Services under this Agreement unless CONTRACTOR obtains prior written consent of CITY. CONTRACTOR 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. PALO ALTO MINIMUM WAGE ORDINANCE. CONTRACTOR shall comply with all requirements of the Palo Alto Municipal Code Chapter 4.62 (Citywide Minimum Wage), as it may be amended from time to time. In particular, for any employee otherwise entitled to the State minimum wage, who performs at least two (2) hours of work in a calendar week within the geographic boundaries of the City, CONTRACTOR shall pay such employees no less than the minimum wage set forth in Palo Alto Municipal Code section 4.62.030 for each hour worked within the geographic boundaries of the City of Palo Alto. In addition, CONTRACTOR shall post notices regarding the Palo Alto Minimum Wage Ordinance in accordance with Palo Alto Municipal Code section 4.62.060. H. DAMAGE TO PUBLIC OR PRIVATE 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. CITY 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 shall be made for amounts withheld because of them. I. 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 DocuSign Envelope ID: A96C8D7E-3923-4DE7-8E38-7DD35DB5D0CE Item 4 Attachment A - Contract C24187745A with Lystek International Limited        Item 4: Staff Report Pg. 12  Packet Pg. 103 of 428  City of Palo Alto General Services Agreement 5 Rev. March 29, 2018 expressly warrants that all 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 CITY. The warranties set forth in this section shall 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. J. MONITORING OF SERVICES. CITY may monitor the Services performed under this Agreement to determine whether CONTRACTOR’s work is completed in a satisfactory manner and complies with the provisions of this Agreement. K. CITY’S PROPERTY. Any reports, information, data or other material (including copyright 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 use and will not be made available to any individual or organization by CONTRACTOR or its subcontractors, if any, without the prior written approval of the City Manager. L. AUDITS. CONTRACTOR 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 final 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. M. NO IMPLIED WAIVER. No payment, partial payment, acceptance, or partial acceptance by CITY shall operate as a waiver on the part of CITY of any of its rights under this Agreement. N. INSURANCE. CONTRACTOR, at its sole cost, shall purchase and maintain in full force during the term of this Agreement, the insurance coverage described at Exhibit D. Insurance must be provided by companies with a Best’s Key Rating of A- :VII or higher and which are otherwise acceptable to CITY’s Risk Manager. The Risk Manager must approve deductibles and self-insured retentions. In addition, all policies, endorsements, certificates and/or binders are subject to approval by the Risk Manager as to form and content. CONTRACTOR shall obtain a policy endorsement naming the City of Palo Alto as an additional insured under any general liability or automobile policy. CONTRACTOR 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 Risk Manager. CONTRACTOR shall DocuSign Envelope ID: A96C8D7E-3923-4DE7-8E38-7DD35DB5D0CE Item 4 Attachment A - Contract C24187745A with Lystek International Limited        Item 4: Staff Report Pg. 13  Packet Pg. 104 of 428  City of Palo Alto General Services Agreement 6 Rev. March 29, 2018 provide certificates of such policies or other evidence of coverage satisfactory to the Risk Manager, together with the required endorsements and evidence of payment of premiums, to CITY concurrently with the execution of this Agreement and shall throughout the term of this Agreement provide current certificates evidencing the required insurance coverages and endorsements to the Risk Manager. CONTRACTOR shall include all subcontractors as insured under its policies or shall obtain and provide to CITY separate certificates and endorsements for each subcontractor that meet all the requirements of this section. The procuring of such required policies of insurance shall not operate to limit CONTRACTOR’s liability or obligation to indemnify CITY under this Agreement. O. HOLD HARMLESS. To the fullest extent permitted by law and without limitation by the provisions of section N 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 costs, including, but not limited to reasonable attorney’s fees, courts costs and costs of alternative dispute resolution), arising out of, or resulting in any way from or in connection with the performance of this Agreement. CONTRACTOR’s obligations under this Section apply regardless of whether or not a liability is caused or contributed to by any negligent (passive or active) act or omission of CITY, except that CONTRACTOR shall not be obligated to indemnify for liability arising from the sole negligence or willful misconduct of CITY. The acceptance of the Services by CITY shall not operate as a waiver of the right of indemnification. The provisions of this Section survive the completion of the Services or termination of this Agreement. P. NON-DISCRIMINATION. As set forth in Palo Alto Municipal Code section 2.30.510, CONTRACTOR certifies that in the performance of this Agreement, it shall not discriminate in the employment of any person because 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. CONTRACTOR acknowledges that it has read and understands the provisions of Section 2.30.510 of the Palo Alto Municipal Code relating to Nondiscrimination Requirements and the penalties for violation thereof, and agrees to meet all requirements of Section 2.30.510 pertaining to nondiscrimination in employment. Q. WORKERS' COMPENSATION. CONTRACTOR, by executing this Agreement, certifies that it is aware of the provisions of the Labor Code of the State of Califor- nia which require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of DocuSign Envelope ID: A96C8D7E-3923-4DE7-8E38-7DD35DB5D0CE Item 4 Attachment A - Contract C24187745A with Lystek International Limited        Item 4: Staff Report Pg. 14  Packet Pg. 105 of 428  City of Palo Alto General Services Agreement 7 Rev. March 29, 2018 that Code, and certifies that it will comply with such provisions, as applicable, before commencing and during the performance of the Services. R. TERMINATION. 1. Termination for Default. a. Either party may terminate this Agreement in the event of a substantial failure by the other party to perform any of its material obligations under this Agreement; provided, however, that the party alleged to be in default shall be given an opportunity to cure the default as provided herein. Notice of intent to terminate shall be in writing and shall be given as provided in Section S of this Agreement. The notice shall describe the reasons for the intended termination. This Agreement shall not be terminated if the party alleged to be in default gives written notice of its intent to cure the default within five (5) days after service of the notice of intended termination, and, in addition, fully cures the default within thirty (30) days after service of the notice of intended termination; provided that, if the nature of the breach is such that it will reasonably require more than 30 days to cure, the party alleged to be in default shall not be in default so long as it promptly commences the cure and diligently proceeds to completion of the cure within 60 days after notice, and provided that neither notice nor opportunity to cure applies to events described in subsection (b) below. b. CITY may immediately terminate this Agreement if prior to CITY meeting its annual maximum, if any, for sludge to be treated by CONTRACTOR, CONTRACTOR ceases to accept sludge from the City for a period of 5 consecutive days (or on a total of 15 days during any calendar year) for any reason within the CONTRACTOR’s reasonable control. c. CITY’s withholding of payment due to an alleged breach shall not constitute a substantial failure to perform its material obligations under subsection (a) above. d. In the event of a termination for default, both parties shall have all the rights and remedies provided by law. 2. Termination for Convenience. The City Manager may terminate this Agreement without cause by giving thirty (30) days’ prior written notice thereof to CONTRACTOR.. 3. General Provisions Upon receipt of such notice of termination, CONTRACTOR shall immediately discontinue performance. CITY shall pay CONTRACTOR for services satisfactorily DocuSign Envelope ID: A96C8D7E-3923-4DE7-8E38-7DD35DB5D0CE Item 4 Attachment A - Contract C24187745A with Lystek International Limited        Item 4: Staff Report Pg. 15  Packet Pg. 106 of 428  City of Palo Alto General Services Agreement 8 Rev. March 29, 2018 performed up to the effective date of termination. If the termination is for cause, CITY may deduct from such payment the amount of actual damage, if any, sustained by CITY due to CONTRACTOR’s failure to perform its material obligations under this Agreement. Upon termination, CONTRACTOR shall immediately deliver to the City Manager any and all copies of studies, sketches, drawings, computations, and 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. S. ASSIGNMENTS/CHANGES. This Agreement binds the parties and their successors and assigns to all covenants of this Agreement. This Agreement shall not be assigned or transferred without the prior written consent of CITY. No amendments, changes or variations of any kind are authorized without the written consent of CITY. T. CONFLICT OF INTEREST. In accepting this Agreement, CONTRACTOR covenants that it presently has no interest, and will not acquire any interest, direct or indirect, financial or otherwise, which would conflict in any manner or degree with the performance of this Agreement. CONTRACTOR further covenants that, in the performance of this Agreement, it will not employ any person having such an interest. CONTRACTOR certifies that no CITY officer, employee, or authorized representative has any financial interest in the business of CONTRACTOR and that no person associated with CONTRACTOR has any interest, direct or indirect, which could conflict with the faithful performance of this Agreement. CONTRACTOR agrees to advise CITY if any conflict arises. U. GOVERNING LAW. This Agreement shall be governed and interpreted by the laws of the State of California. V. 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 Agreement. Any variance 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 all prior agreements, representations, statements, negotiations and undertakings whether oral or written. W. NON-APPROPRIATION. 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 following fiscal year, or (b) at any time within a fiscal year in the event that funds are only appropriated for a portion of the fiscal year and funds for this Agreement are no longer available. This Section DocuSign Envelope ID: A96C8D7E-3923-4DE7-8E38-7DD35DB5D0CE Item 4 Attachment A - Contract C24187745A with Lystek International Limited        Item 4: Staff Report Pg. 16  Packet Pg. 107 of 428  City of Palo Alto General Services Agreement 9 Rev. March 29, 2018 shall take precedence in the event of a conflict with any other covenant, term, condition, or provision of this Agreement. X. ENVIRONMENTALLY PREFERRED PURCHASING AND ZERO WASTE REQUIREMENTS. CONTRACTOR shall comply with CITY’s Environmentally Preferred Purchasing policies which are available at CITY’s Purchasing Division, which are incorporated by reference and may be amended from time to time. CONTRACTOR shall comply with waste reduction, reuse, recycling and disposal requirements of CITY’s Zero Waste Program. Zero Waste best practices include first minimizing and reducing waste; second, reusing waste and third, recycling or composting waste. In particular, CONTRACTOR shall comply with the following zero waste requirements: • All printed materials provided by CONTRACTOR to CITY generated from a personal computer and printer including but not limited to, proposals, quotes, invoices, reports, and public education materials, shall be double- sided and printed on a minimum of 30% or greater post-consumer content paper, unless otherwise approved by CITY’s Project Manager. Any submitted materials printed by a professional printing company shall be a minimum of 30% or greater post-consumer material and printed with vegetable based inks. • Goods purchased by Contractor on behalf of CITY shall be purchased in accordance with CITY’s Environmental Purchasing Policy including, but not limited to, Extended Producer Responsibility requirements for products and packaging. A copy of this policy is on file at the Purchasing Division’s office. • Reusable/returnable pallets shall be taken back by CONTRCATOR, at no additional cost to CITY, for reuse or recycling. CONTRACTOR shall provide documentation from the facility accepting the pallets to verify that pallets are not being disposed. Y. AUTHORITY. The individual(s) executing this Agreement on behalf of the parties represent and warrant that they have the legal capacity and authority to do so on behalf of their respective legal entities. Z. PREVAILING WAGES This Project is not subject to prevailing wages. CONTRACTOR is not required to pay prevailing wages in the performance and implementation of the Project in accordance with SB 7, if the Agreement is not a public works contract, if Agreement does not include a public works construction project of more than $25,000, or the Agreement does not include a public works alteration, demolition, repair, or maintenance (collectively, ‘improvement’) project of more than $15,000. DocuSign Envelope ID: A96C8D7E-3923-4DE7-8E38-7DD35DB5D0CE Item 4 Attachment A - Contract C24187745A with Lystek International Limited        Item 4: Staff Report Pg. 17  Packet Pg. 108 of 428  City of Palo Alto General Services Agreement 10 Rev. March 29, 2018 AA. DIR REGISTRATION. In regard to any public work construction, alteration, demolition, repair or maintenance work, CITY will not accept a bid proposal from or enter into this Agreement with CONTRACTOR without proof that CONTRACTOR and its listed subcontractors are registered with the California Department of Industrial Relations (“DIR”) to perform public work, subject to limited exceptions. City requires CONTRACTOR and its listed subcontractors to comply with the requirements of SB 854. CITY provides notice to CONTRACTOR of the requirements of California Labor Code section 1771.1(a), which reads: “A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the Agreement is awarded.” CITY gives notice to CONTRACTOR and its listed subcontractors that CONTRACTOR is required to post all job site notices prescribed by law or regulation and CONTRACTOR is subject to SB 854-compliance monitoring and enforcement by DIR. CITY requires CONTRACTOR and its listed subcontractors to comply with the requirements of Labor Code section 1776, including: Keep accurate payroll records, showing the name, address, social security number, work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by, respectively, CONTRACTOR and its listed subcontractors, in connection with the Project. The payroll records shall be verified as true and correct and shall be certified and made available for inspection at all reasonable hours at the principal office of CONTRACTOR and its listed subcontractors, respectively. At the request of CITY, acting by its project manager, CONTRACTOR and its listed subcontractors shall make the certified payroll records available for inspection or DocuSign Envelope ID: A96C8D7E-3923-4DE7-8E38-7DD35DB5D0CE Item 4 Attachment A - Contract C24187745A with Lystek International Limited        Item 4: Staff Report Pg. 18  Packet Pg. 109 of 428  City of Palo Alto General Services Agreement 11 Rev. March 29, 2018 furnished upon request to the project manager within ten (10) days of receipt of CITY’s request. [For state- and federally-funded projects] CITY requests CONTRACTOR and its listed subcontractors to submit the certified payroll records to the project manager at the end of each week during the Project. If the certified payroll records are not produced to the project manager within the 10-day period, then CONTRACTOR and its listed subcontractors shall be subject to a penalty of one hundred dollars ($100.00) per calendar day, or portion thereof, for each worker, and CITY shall withhold the sum total of penalties from the progress payment(s) then due and payable to CONTRACTOR. Inform the project manager of the location of CONTRACTOR’s and its listed subcontractors’ payroll records (street address, city and county) at the commencement of the Project, and also provide notice to the project manager within five (5) business days of any change of location of those payroll records. BB. CONTRACT TERMS. All unchecked boxes do not apply to this Agreement. In the case of any conflict between the terms of this Agreement and the exhibits hereto or CONTRACTOR’s proposal (if any), the Agreement shall control. In the case of any conflict between the exhibits hereto and CONTRACTOR’s proposal, the exhibits shall control. CC. FORCE MAJEURE. Neither Party shall be in default of its obligations under this Agreement in the event, and for so long as, it is impossible or extremely impracticable for it to perform its obligations due to an “act of God” (including, but not limited to, flood, earthquake, fire or other catastrophic events), civil disturbance, strikes (except any strikes involving a Party's personnel), orders or judgments of any Federal, State or local court, administrative agency or governmental body, or other similar cause affecting the city of Palo Alto, not the fault of, and beyond the reasonable control of, the Party claiming excuse. A party claiming excuse under this Section must (1) have taken reasonable precautions, if possible, to avoid being affected by the cause and (2) notify the other Party in accordance with this Section. Any suspension of performance by a Party pursuant to this Section shall be only to the extent, and for a period of no longer duration than, required by the nature of the event, and the Party claiming excuse from obligation shall use its best efforts in an expeditious manner to remedy its inability to perform, and mitigate damages that may occur as a result of the event. The Party claiming excuse shall deliver to the other Party a written notice of intent to claim excuse from performance under this Agreement by reason of an event of DocuSign Envelope ID: A96C8D7E-3923-4DE7-8E38-7DD35DB5D0CE Item 4 Attachment A - Contract C24187745A with Lystek International Limited        Item 4: Staff Report Pg. 19  Packet Pg. 110 of 428  City of Palo Alto General Services Agreement 12 Rev. March 29, 2018 Force Majeure. Notice shall be given promptly in light of the circumstances, but in any event not later than 5 days after the occurrence of the event of Force Majeure. Such notice shall describe in detail the event of Force Majeure claimed, the services impacted by the claimed event of Force Majeure, the expected length of time that the Party expects to be prevented from performing, the steps which the Party intends to take to restore its ability to perform, and such other information as the other Party reasonably requests. The partial or complete interruption or discontinuance of CONTRACTOR’s services caused by an event of Force Majeure shall not constitute an event of default under this Agreement. Notwithstanding the foregoing, in the event of non-performance excused by Force Majeure, where the CONTRACTOR’s nonperformance continues or is noticed to continue for 10 days or more, CITY shall have the right to terminate this Agreement immediately and shall have no obligation to pay for services that have not been performed. IN WITNESS WHEREOF, the parties hereto have by their duly authorized representatives executed this Agreement on the date first above written. CITY OF PALO ALTO LYSTEK INTERNATIONAL LIMITED _________________________ By________________________________ City Manager or Designee Name _____________________________ Title_______________________________ Telephone__________________________ Approved as to form: By_________________________________ Name______________________________ __________________________ City Attorney or Designee Title________________________________ Telephone___________________________ DocuSign Envelope ID: A96C8D7E-3923-4DE7-8E38-7DD35DB5D0CE Ron Tomlinson CEO Ron Tomlinson, Chief Executive Officer 6138595962 CFO Christopher Flann, Chief Financial Officer Item 4 Attachment A - Contract C24187745A with Lystek International Limited        Item 4: Staff Report Pg. 20  Packet Pg. 111 of 428  City of Palo Alto General Services Agreement 13 Rev. March 29, 2018 EXHIBIT A SCOPE OF SERVICES 1. BACKGROUND AND PURPOSE a. The RWQCP is a wastewater treatment plant that produces sludge requiring offsite treatment. Two onsite sewage sludge incinerators were retired in 2019 and replaced with a new sludge dewatering and truck loadout facility. Since 2019, the sludge has been hauled to two different regional treatment facilities, including the Lystek site in this contract, for treatment and end use disposal. b. To prepare for hauling and treatment, the City first solicited proposals for sludge hauling and treatment services in 2017. Council approved a three- year contract 1 with Denali Water Solutions, LLC (Denali) on June 18, 2018 for sludge hauling services through March 31, 2022. Denali began daily sludge hauling from the City’s dewatering facility on March 19, 2019. Five- year contracts1 for sludge treatment services with Lystek International Limited (Lystek) and Synagro-WWT, Inc. (Synagro) were also approved on June 18, 2018, but these contracts have longer terms through March 31, 2024. A new contract2 for sludge hauling, again with Denali, was approved on January 24, 2022 for three more years of hauling services beginning April 1, 2022 and ending March 31, 2025. Following a new solicitation, this contract extends by five years the sludge treatment services provided at the Lystek treatment facility. c. Current treatment facility addresses are shown below along with currently contracted annual minimums and pricing through 3/31/2024: i. Lystek International Limited Organic Material Recovery Center on the site of Fairfield-Suisun Sewer District (FSSD) 1. Address: 1010 Chadbourne Rd, Fairfield, CA 94534 2. Minimum wet tons per year is 6,500 at $98.55/ton 1 Staff Report ID# 8913 https://www.cityofpaloalto.org/files/assets/public/agendas-minutes-reports/reports/city-manager- reports-cmrs/year-archive/2018/id-8913-approve-three-public-works-contracts-for-sludge-hauling-and-offsite-treatment- services.pdf 2 Staff Report ID# 13520, see p. 17 at https://www.cityofpaloalto.org/files/assets/public/agendas- minutes-reports/agendas-minutes/city-council-agendas-minutes/2022/20220124/20220124pccsm- amended-linked-cq-added.pdf DocuSign Envelope ID: A96C8D7E-3923-4DE7-8E38-7DD35DB5D0CE Item 4 Attachment A - Contract C24187745A with Lystek International Limited        Item 4: Staff Report Pg. 21  Packet Pg. 112 of 428  City of Palo Alto General Services Agreement 14 Rev. March 29, 2018 2. SLUDGE PREPARER’S ADDRESS Palo Alto Regional Water Quality Control Plant 2501 Embarcadero Way Palo Alto, CA 94303 650-329-2598 - phone 3. SERVICE ASSUMPTIONS AND PRICES. a. Except for tonnage commitments required by the Contractor, the City does not expressly or by implication agree that the actual amount of work shall correspond to annual raw sludge tonnages mentioned in this specification, but reserves the right to increase, decrease, or modify the amount of any class or portion of the work or to omit portions of the work as may be deemed necessary or expedient by the City. b. Annual minimum tonnage delivery is 5,800 tons annually i. 4,500 wet tons during May through October, 1 truck per day, 7 days per week (excluding holidays Hauler is not operating) ii. 1,300 wet tons during November through April, 2 trucks per week 4. PALO ALTO SLUDGE CHARACTERISTICS a. The material covered under this Agreement is a mix of raw, dewatered wastewater sludge and scum (hereafter, “sludge”) that has not yet been stabilized. b. The wastewater sludge is collected as waste sludge from activated sludge tanks (about 29% of total content) and primary sludge settling tanks (about 71% of total content). This blend is then thickened in gravity thickeners to 3% to 4% solids. The sludge blend is processed through grinders before being sent to a blend tank. The sludge is kept blended with mix pumps and aerated by a blower in a 100,000 gallon mix tank, is pumped to a belt filter press, is treated for odors in-line with a sodium hypochlorite solution, and is then dewatered using a high molecular weight cationic polymer solution on a belt filter press. Upstream preliminary treatment processes include grit removal and mechanically raked barscreens using ¾” spacing at the headworks. c. Primary tank scum is pumped through a grinder, sent to a scum concentrator, and thickened to about 50% solids. This scum is added to the 20% plus sludge cake screw conveyors that feed into sludge cake bins. DocuSign Envelope ID: A96C8D7E-3923-4DE7-8E38-7DD35DB5D0CE Item 4 Attachment A - Contract C24187745A with Lystek International Limited        Item 4: Staff Report Pg. 22  Packet Pg. 113 of 428  City of Palo Alto General Services Agreement 15 Rev. March 29, 2018 d. Solids content of filter press cake will have a solid content of not less than 22%. In general, sludge dryness is often in the range of 29% to 30%. e. Except as stated herein, the City cannot guarantee condition or quality of the material. Therefore, notice is hereby given that the content and nature of the sludge and scum may change depending on RWQCP process control changes, treatment plant changes, influent characteristics, or treatment plant effectiveness. f. The City will certify that the wastewater sludge and scum pollutant concentrations are at or below the metal concentration limits established in 40 CFR 503.13, Table 1 and Table 3. g. The wastewater sludge contains pathogenic microorganisms and does not meet all 40 CFR 503 regulations. The city declares that: i. The sludge does not meet the pathogen reduction requirements of 40 CFR 503.32(b)(3) [“PRSP”]. ii. The sludge does not meet the vector attraction reduction requirements of 40 CFR 503.33(b)(1). h. Furthermore, the RWQCP’s annual USEPA biosolids reports are available upon request. Exhibit A-1 (Palo Alto Sludge Characteristics) is provided with analytical data, including trace metal analysis on sludge and scum as well as general raw sludge characterization. i. At no time during the term of this Agreement shall the City make available to the Treatment Facility, nor shall the Treatment Facility be obligated to handle, any wastewater sludge which is designated a hazardous waste under any applicable law, rule, or regulation, and nothing herein shall relieve the City of any liability or responsibility with respect to any sludge generated at its facilities which is a hazardous waste. j. The City will sample and test its final sludge material to identify the metal concentration limits. All City sampling and analytical reports are available upon request during the term of the agreement. Per USEPA sewage sludge regulations (40 CFR Section 503), sludge is sampled every other month for metals including: arsenic, cadmium, copper, lead, mercury, molybdenum, nickel, selenium, and zinc concentrations. DocuSign Envelope ID: A96C8D7E-3923-4DE7-8E38-7DD35DB5D0CE Item 4 Attachment A - Contract C24187745A with Lystek International Limited        Item 4: Staff Report Pg. 23  Packet Pg. 114 of 428  City of Palo Alto General Services Agreement 16 Rev. March 29, 2018 5. SLUDGE PRODUCTION ESTIMATES a. The City produces wastewater sludge twenty-four (24) hours per day, seven (7) days per week resulting in approximately 16,500 to 20,000 wet tons annually, which is approximate to the lowest and highest quarter production rates since January 2020, excluding 2023 first quarter. Note from Exhibit B that 2019 was a year of optimizing the sludge dewatering facility. Though 2019 is pre-pandemic and would seem to be the year for estimating maximum production values, 2019 is not indicative of current sludge dewatering capabilities and anticipated production quantities. January to March 2023 shows higher tonnage amounts from solids loadings induced by winter storm flows, and they are not used for predicting future maximum sludge production. The estimated sludge below will be divided between two vendors, Lystek and Synagro. Minimum Sludge Estimated Maximum Sludge Estimated Annual Production Treatment system, which will produce an estimated 34% additional waste activated sludge (WAS) or about 10.2% additional total sludge production b. Production rates may be varied or stopped to match RWQCP operational needs. Operation may also be interrupted occasionally for maintenance or repair. c. The amount of biosolids to be treated is an estimate only. Therefore, notice is hereby given that the quantity, content, and nature of the material may change depending on the RWQCP process control changes, process upsets, plant upgrades, repairs, maintenance, operational improvements, belt press dewatering schedule, day of week, holidays, seasonal changes, storm-induced increases in produced solids, changes in community population, treatment plant changes, and so forth. 6. GENERAL RESPONSIBILITIES DocuSign Envelope ID: A96C8D7E-3923-4DE7-8E38-7DD35DB5D0CE Item 4 Attachment A - Contract C24187745A with Lystek International Limited        Item 4: Staff Report Pg. 24  Packet Pg. 115 of 428  City of Palo Alto General Services Agreement 17 Rev. March 29, 2018 a. The Contractor, as the treatment facility operator, is to know, follow, comply with, and stay updated on all federal, state, and local laws, regulations, statues, ordinances, orders, decrees, and permits that affect this work. This includes loading and unloading, treatment site operation and maintenance, monitoring and reporting, processing and disposal of sludge, USDOT, transportation, driver and operator certifications, environmental and pollution regulations, noise control, and inspections by authorized representatives as required by such requirements. Documentation of specific permits, orders, decrees, registrations, and so forth shall be provided upon request. All costs associated with obtaining such permits and licenses shall be considered as included in the unit price. Federal Regulations, including 40 CFR Parts 257, 258, 403 and 503, provide specific requirements for biosolids disposal and must be complied with. b. Raw sludge contains micro-organisms from the wastewater treatment process that include pathogens. Precautions are required, such as adequate training, wearing proper PPE (e.g., latex or nitrile gloves, boots, etc.), washing hands with soap, and access to potable drinking water and OSHA approved first aid kits. The Contractor is to follow an Exposure Control Plan for Blood Borne Pathogens pursuant to Cal-OSHA rules and California Code of Regulations, Title 8, Section 5193. The Exposure Control Plan is to be on file for review, if requested. 7. DELIVERY SCHEDULE a. The RWQCP operates year-round and normally calls for two truck pickups per day, each truck averaging 25 wet tons of sludge. The RWQCP may call for three trucks and sometimes one truck or no trucks. There have been a few instances of four or five trucks called for in one day. b. The RWQCP typically requires haulers to load sludge prior to 6:00 a.m. in Palo Alto but trucks may be loaded later in the morning, depending on the situation, haul distance, driver hour limits, and so forth. c. Treatment sites that are closed for specific holidays (e.g., Thanksgiving, Christmas, New Years’) or when the City’s contracted hauler is not working can be accommodated with additional storage capacity at the RWQCP for one day with advanced planning. During the contract term, the Treatment Facility is to coordinate with the City’s contracted hauler and the RWQCP about operating status and hours for public holidays. d. The Treatment Facility is to share their operating hours with City’s contracted hauler. The Treatment Facility is to share holidays that they are DocuSign Envelope ID: A96C8D7E-3923-4DE7-8E38-7DD35DB5D0CE Item 4 Attachment A - Contract C24187745A with Lystek International Limited        Item 4: Staff Report Pg. 25  Packet Pg. 116 of 428  City of Palo Alto General Services Agreement 18 Rev. March 29, 2018 closed with City’s contracted hauler. 8. COORDINATION WITH CITY’S CONTRACTED SLUDGE HAULER a. Permit requirements at treatment site are to be shared with City’s contracted hauler upon request by City or hauler at no extra expense to City of Palo Alto. b. Any permit requirements are to be directly handled with City’s contracted hauler, including for insurance, training, reporting, and other requirements. c. The City does not have a certified weigh scale onsite. It is the City’s hauler’s responsibility to avoid overweight loads and pay any associated fines. The Treatment Facility should directly notify the hauler’s dispatcher of overweight loads as well as notify the City’s project manager. The City can direct the Hauler to load their trailers with less weight, if needed. There are no RWQCP onsite zones or facilities for unloading excess material to return a truck to a legal weight limit. There is no separate weigh scale onsite to aid the Hauler in how much material to remove. d. The RWQCP is not a staging or storage site. The City will not normally allow a hauler to stage or store loaded trucks at the RWQCP or a Treatment Facility, except permission may be granted for unusual circumstances. 9. TREATMENT REQUIREMENTS a. If the treatment / disposal facility has a permit violation, they will notify the Palo Alto project manager in writing within 30 days of receipt of written notice. All fines will be paid by the treatment facility and not billed to Palo Alto. b. The treatment facility is required to provide adequate space to accommodate the ingress and egress of the trucks and trailers of the City’s sludge hauling contractor. The facility will provide water for vehicle clean- up, suitable lighting for nighttime operation, and any additional facilities (portable toilets, handwashing facilities) that may be required. c. Treatment facility shall provide an annual summary to the City of all monitoring and analytical data as required to complete the City’s Annual Biosolids Generator’s Report for the USEPA due February 19th of each year. This annual summary shall be posted by January 31st each year and shall be sent to the Project Manager. DocuSign Envelope ID: A96C8D7E-3923-4DE7-8E38-7DD35DB5D0CE Item 4 Attachment A - Contract C24187745A with Lystek International Limited        Item 4: Staff Report Pg. 26  Packet Pg. 117 of 428  City of Palo Alto General Services Agreement 19 Rev. March 29, 2018 d. Treatment facility shall provide the name of a 24-hour emergency contact person and phone number. Facility will train their onsite staff and comply with Palo Alto Emergency and Spill Response Plan, as necessary. e. City will have right to inspect treatment / disposal facility’s site at any time and without prior notification. Treatment facility shall maintain and provide copies to the City of all records, documents, and papers documenting the disposition of biosolids handled by the facility for inspection by authorized local, state, and federal representatives as required by law. f. Neither party shall use the name, marks, or logo of the other treatment facility in any planned advertisement, promotional material, press release, or other planned publicity or marking materials, in any form or media, with regard to the subject matter of the agreement without the prior written approval of the other party. g. Treatment parties shall share any requirements and conditions to the City’s Palo Alto’s contracted Hauler, if not already provided to the current hauler (i.e., Denali). The contracted hauler may change on April 1, 2025 or later, when the current 3-year hauling contract and any contract extensions are completed. If a new hauler is contracted by the City, the Treatment Facility shall promptly coordinate their requirements with the new City hauler. h. Annual reports shall be provided to the RWQCP each year detailing tonnage treated and final disposal disposition. i. Treatment facility dates, times, hours of operation, and holiday schedules shall be provided to sludge haulers interested in proposing on services to the City of Palo Alto. 10. PAYMENT AND PRICING CONDITIONS a. See Attachment C – Contract, Section 8, Invoicing. b. Payment for work is to be made on a wet tonnage basis. Weight shall be based on a certified scale. c. Except as directed otherwise in these specifications, full compensation for completing Agreement work is considered to be included in the unit prices paid for the various items of work and no separate payment will be made therefore. DocuSign Envelope ID: A96C8D7E-3923-4DE7-8E38-7DD35DB5D0CE Item 4 Attachment A - Contract C24187745A with Lystek International Limited        Item 4: Staff Report Pg. 27  Packet Pg. 118 of 428  City of Palo Alto General Services Agreement 20 Rev. March 29, 2018 d. Invoicing. Submit a monthly invoice to: Rwqcp.invoices@cityofpalolato.org Palo Alto Regional Water Quality Control Plant Attn: Project Manager, James Allen 2501 Embarcadero Way Palo Alto, CA 94303 650-329-2598 - phone Invoice shall include: • Purchase Order Number • Item description • Copy of each load delivery tag along with the tons hauled • Attached certified weight ticket for each load • Certified net weight of each load times contract price per ton 11. DOCUMENTATION a. The Contractor shall, at all times during the transportation, storage, and disposal of sludge to be managed under this Agreement, know the location, condition and status of each item being managed. END OF SECTION DocuSign Envelope ID: A96C8D7E-3923-4DE7-8E38-7DD35DB5D0CE Item 4 Attachment A - Contract C24187745A with Lystek International Limited        Item 4: Staff Report Pg. 28  Packet Pg. 119 of 428  City of Palo Alto General Services Agreement 21 Rev. March 29, 2018 EXHIBIT A-1 PALO ALTO SLUDGE CHARACTERISTICS DocuSign Envelope ID: A96C8D7E-3923-4DE7-8E38-7DD35DB5D0CE Item 4 Attachment A - Contract C24187745A with Lystek International Limited        Item 4: Staff Report Pg. 29  Packet Pg. 120 of 428  City of Palo Alto General Services Agreement 22 Rev. March 29, 2018 EXHIBIT B SCHEDULE OF PERFORMANCE CHOOSE ONE OF THESE ALTERNATIVES TO DESCRIBE SCHEDULE: Alternative 1. CONTRACTOR shall perform the Services according to the following schedule: Daily sludge treatment from April 1, 2024 to March 31, 2029. DocuSign Envelope ID: A96C8D7E-3923-4DE7-8E38-7DD35DB5D0CE Item 4 Attachment A - Contract C24187745A with Lystek International Limited        Item 4: Staff Report Pg. 30  Packet Pg. 121 of 428  City of Palo Alto General Services Agreement 23 Rev. March 29, 2018 EXHIBIT C SCHEDULE OF FEES ALTERNATIVE 3. Compensation based upon fee schedule CITY shall pay CONTRACTOR according to the following rate schedule. The maximum amount of compensation to be paid to CONTRACTOR, including both payment for services and reimbursable expenses, shall not exceed the amounts set forth in Sections 5 and 6 of the Agreement. Any services provided or hours worked for which payment would result in a total exceeding the maximum amount of compensation set forth herein shall be at no cost to CITY. DETAILED RATE SCHEDULE Start End Lystek Unit Price Lystek 04/01/24 03/30/25 $ 148.00 04/01/25 03/30/26 $ 156.88 6.0% 04/01/26 03/30/27 $ 166.29 5.0% 04/01/27 03/30/28 $ 176.27 4.0% 04/01/28 03/30/29 $ 186.85 4.0% DocuSign Envelope ID: A96C8D7E-3923-4DE7-8E38-7DD35DB5D0CE Item 4 Attachment A - Contract C24187745A with Lystek International Limited        Item 4: Staff Report Pg. 31  Packet Pg. 122 of 428  City of Palo Alto General Services Agreement 24 Rev. March 29, 2018 EXHIBIT D INSURANCE REQUIREMENTS CONTRACTORS TO THE CITY OF PALO ALTO (CITY), AT THEIR SOLE EXPENSE, SHALL FOR THE TERM OF THE CONTRACT OBTAIN AND MAINTAIN INSURANCE IN THE AMOUNTS FOR THE COVERAGE SPECIFIED BELOW, AFFORDED BY COMPANIES WITH AM BEST’S KEY RATING OF A-:VII, OR HIGHER, LICENSED OR AUTHORIZED TO TRANSACT INSURANCE BUSINESS IN THE STATE OF CALIFORNIA. AWARD IS CONTINGENT ON COMPLIANCE WITH CITY’S INSURANCE REQUIREMENTS, AS SPECIFIED, BELOW: REQUIRED TYPE OF COVERAGE REQUIREMENT MINIMUM LIMITS AGGREGATE YES YES EMPLOYER’S LIABILITY STATUTORY YES GENERAL LIABILITY, INCLUDING PERSONAL INJURY, BROAD FORM PROPERTY DAMAGE BLANKET CONTRACTUAL, AND FIRE LEGAL LIABILITY PROPERTY DAMAGE BODILY INJURY & PROPERTY DAMAGE COMBINED. $2,000,000 $2,000,000 $2,000,000 $2,000,000 NO AUTOMOBILE LIABILITY, INCLUDING ALL OWNED, HIRED, NON-OWNED - EACH PERSON - EACH OCCURRENCE PROPERTY DAMAGE BODILY INJURY AND PROPERTY $2,000,000 $2,000,000 $2,000,000 $2,000,000 $2,000,000 $2,000,000 $2,000,000 $2,000,000 NO INCLUDING, ERRORS AND OMISSIONS, MALPRACTICE (WHEN APPLICABLE), AND NEGLIGENT YES POLLUTION LIABILITY ALL DAMAGES YES : 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 COMPENSATION, EMPLOYER’S LIABILITY AND PROFESSIONAL INSURANCE, NAMING AS I. INSURANCE COVERAGE MUST INCLUDE: A CONTRACTUAL LIABILITY ENDORSEMENT PROVIDING INSURANCE COVERAGE FOR CONTRACTOR’S AGREEMENT TO INDEMNIFY CITY. II. CONTACTOR MUST SUBMIT CERTIFICATES(S) OF INSURANCE EVIDENCING REQUIRED COVERAGE. III. ENDORSEMENT PROVISIONS, WITH RESPECT TO THE INSURANCE AFFORDED TO “ADDITIONAL INSUREDS” DocuSign Envelope ID: A96C8D7E-3923-4DE7-8E38-7DD35DB5D0CE Item 4 Attachment A - Contract C24187745A with Lystek International Limited        Item 4: Staff Report Pg. 32  Packet Pg. 123 of 428  City of Palo Alto General Services Agreement 25 Rev. March 29, 2018 A. PRIMARY COVERAGE WITH RESPECT TO CLAIMS ARISING OUT OF THE OPERATIONS OF THE NAMED INSURED, INSURANCE AS AFFORDED BY THIS POLICY IS PRIMARY AND IS NOT ADDITIONAL TO OR CONTRIBUTING WITH ANY OTHER INSURANCE CARRIED BY OR FOR THE BENEFIT OF THE ADDITIONAL INSUREDS. B. CROSS LIABILITY THE NAMING OF MORE THAN ONE PERSON, FIRM, OR CORPORATION AS INSUREDS UNDER THE POLICY SHALL NOT, FOR THAT REASON ALONE, EXTINGUISH ANY RIGHTS OF THE INSURED AGAINST ANOTHER, BUT THIS ENDORSEMENT, AND THE NAMING OF MULTIPLE INSUREDS, SHALL NOT INCREASE THE TOTAL LIABILITY OF THE COMPANY UNDER THIS POLICY. C. NOTICE OF CANCELLATION 1. IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR ANY REASON OTHER THAN THE NON-PAYMENT OF PREMIUM, THE ISSUING COMPANY SHALL PROVIDE CITY AT LEAST A THIRTY (30) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION. 2. IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR THE NON- PAYMENT OF PREMIUM, THE ISSUING COMPANY SHALL PROVIDE CITY AT LEAST A TEN (10) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION. NOTICES SHALL BE MAILED TO: PURCHASING AND CONTRACT ADMINISTRATION CITY OF PALO ALTO P.O. BOX 10250 PALO ALTO, CA 94303 DocuSign Envelope ID: A96C8D7E-3923-4DE7-8E38-7DD35DB5D0CE Item 4 Attachment A - Contract C24187745A with Lystek International Limited        Item 4: Staff Report Pg. 33  Packet Pg. 124 of 428  City of Palo Alto General Services Agreement 1 Rev. March 29, 2018 CITY OF PALO ALTO CONTRACT NO. C24187745B GENERAL SERVICES AGREEMENT THIS AGREEMENT made and entered into on the 12th day of February, 2024, by and between the CITY OF PALO ALTO, a California chartered municipal corporation (“CITY”), and SYNAGRO-WWT, INC., a Maryland corporation, located at 435 Williams Court, Suite 100, Baltimore, MD 21220, Telephone Number: 410-688-4438 (“CONTRACTOR”). In consideration of their mutual covenants, the parties hereto agree as follows: 1. SERVICES. CONTRACTOR shall provide or furnish the services (the “Services”) described in the Scope of Services, attached at Exhibit A. 2. EXHIBITS. The following exhibits are attached to and made a part of this Agreement: “A” - Scope of Services “A-1” – Palo Alto Sludge Characteristics “B” - Schedule of Performance “C” – Schedule of Fees “D” - Insurance Requirements CONTRACT IS NOT COMPLETE UNLESS ALL INDICATED EXHIBITS ARE ATTACHED. 3. TERM. The term of this Agreement is from April 1, 2024 to March 31, 2029 inclusive, subject to the provisions of Sections R and W of the General Terms and Conditions. 4. SCHEDULE OF PERFORMANCE. CONTRACTOR shall complete 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, attached at 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 DocuSign Envelope ID: CD2AAB48-F1DE-4C9B-9F2E-49DE8287B2F1 Item 4 Attachment B - Contract C24187745B with Synagro-WWT, Inc.        Item 4: Staff Report Pg. 34  Packet Pg. 125 of 428  City of Palo Alto General Services Agreement 2 Rev. March 29, 2018 The sum of dollars ($ ) per hour, not to exceed a total maximum compensation amount of dollars ($ ); OR A sum calculated in accordance with the fee schedule set forth at Exhibit C, not to exceed a total maximum compensation amount of seven million six hundred seventeen thousand and thirteen dollars ($7,617,013.00). CONTRACTOR agrees that it can perform the Services for an amount not to exceed the total maximum compensation set forth above. Any hours worked or services performed by CONTRACTOR for which payment would result in a total exceeding the maximum amount of compensation set forth above for performance of the Services shall be at no cost to CITY. CITY has set aside the sum of dollars ($ ) for Additional Services. CONTRACTOR shall provide Additional Services only by advanced, written authorization from the City Manager or designee. CONTRACTOR, at the CITY’s request, shall submit a detailed written proposal including a description of the scope of services, schedule, level of effort, and CONTRACTOR’s proposed maximum compensation, including reimbursable expense, for such services. Compensation shall be based on the hourly rates set forth above or in Exhibit C (whichever is applicable), or if such rates are not applicable, a negotiated lump sum. CITY shall not authorize and CONTRACTOR shall not perform any Additional Services for which payment would exceed the amount set forth above for Additional Services. Payment for Additional Services is subject to all requirements and restrictions in this Agreement. 6. COMPENSATION DURING ADDITIONAL TERMS. CONTRACTOR’S compensation rates for each additional term shall be the same as the original term; OR 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 Clerical 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 published most immediately preceding the commencement date of the then expiring term. Notwithstanding the foregoing, in no event shall CONTRACTOR’s compensation rates be DocuSign Envelope ID: CD2AAB48-F1DE-4C9B-9F2E-49DE8287B2F1 Item 4 Attachment B - Contract C24187745B with Synagro-WWT, Inc.        Item 4: Staff Report Pg. 35  Packet Pg. 126 of 428  City of Palo Alto General Services Agreement 3 Rev. March 29, 2018 increased by an amount exceeding five percent of the rates effective during the immediately preceding term. Any adjustment to CONTRACTOR’s compensation rates shall be reflected in a written amendment to this Agreement. 7. CLAIMS PROCEDURE FOR “9204 PUBLIC WORKS PROJECTS”. For purposes of this Section 7, a “9204 Public Works Project” means the erection, construction, alteration, repair, or improvement of any public structure, building, road, or other public improvement of any kind. Public Contract Code Section 9204 mandates certain claims procedures for Public Works Projects This project is not a 9204 Public Works Project. 8. INVOICING. Send all invoices to CITY, Attention: Project Manager. The Project Manager is: James Allen, Dept.: Public Works, Telephone: 650-329-2243; rwqcp.invoices@cityofpaloalto.org. Invoices shall be submitted in arrears for Services performed. Invoices shall not be submitted more frequently than monthly. Invoices shall provide a detailed statement of Services performed during the invoice period and are subject to verification by CITY. CITY shall pay the undisputed amount of invoices within 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 1 through 8 above, these general terms and conditions and the attached exhibits. B. QUALIFICATIONS. CONTRACTOR represents and warrants that it has the expertise and qualifications to complete the services described in Section 1 of this Agreement, entitled “SERVICES,” and that every individual charged with the performance 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, to perform the Services. CITY expressly relies on CONTRACTOR’s representations 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 safety regulations. C. INDEPENDENT CONTRACTOR. It is understood and agreed that in the performance of this Agreement, CONTRACTOR and any person employed by CONTRACTOR shall at all times be considered an independent CONTRACTOR and not an agent or employee of CITY. CONTRACTOR shall be responsible for DocuSign Envelope ID: CD2AAB48-F1DE-4C9B-9F2E-49DE8287B2F1 Item 4 Attachment B - Contract C24187745B with Synagro-WWT, Inc.        Item 4: Staff Report Pg. 36  Packet Pg. 127 of 428  City of Palo Alto General Services Agreement 4 Rev. March 29, 2018 employing or engaging all persons necessary to complete the work required under this Agreement. D. SUBCONTRACTORS. CONTRACTOR may not use subcontractors to perform any Services under this Agreement unless CONTRACTOR obtains prior written consent of CITY. CONTRACTOR 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. PALO ALTO MINIMUM WAGE ORDINANCE. CONTRACTOR shall comply with all requirements of the Palo Alto Municipal Code Chapter 4.62 (Citywide Minimum Wage), as it may be amended from time to time. In particular, for any employee otherwise entitled to the State minimum wage, who performs at least two (2) hours of work in a calendar week within the geographic boundaries of the City, CONTRACTOR shall pay such employees no less than the minimum wage set forth in Palo Alto Municipal Code section 4.62.030 for each hour worked within the geographic boundaries of the City of Palo Alto. In addition, CONTRACTOR shall post notices regarding the Palo Alto Minimum Wage Ordinance in accordance with Palo Alto Municipal Code section 4.62.060. H. DAMAGE TO PUBLIC OR PRIVATE 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. CITY 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 shall be made for amounts withheld because of them. I. 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 all materials, goods and equipment provided by DocuSign Envelope ID: CD2AAB48-F1DE-4C9B-9F2E-49DE8287B2F1 Item 4 Attachment B - Contract C24187745B with Synagro-WWT, Inc.        Item 4: Staff Report Pg. 37  Packet Pg. 128 of 428  City of Palo Alto General Services Agreement 5 Rev. March 29, 2018 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 CITY. The warranties set forth in this section shall 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. J. MONITORING OF SERVICES. CITY may monitor the Services performed under this Agreement to determine whether CONTRACTOR’s work is completed in a satisfactory manner and complies with the provisions of this Agreement. K. CITY’S PROPERTY. Any reports, information, data or other material (including copyright 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 use and will not be made available to any individual or organization by CONTRACTOR or its subcontractors, if any, without the prior written approval of the City Manager. L. AUDITS. CONTRACTOR 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 final 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. M. NO IMPLIED WAIVER. No payment, partial payment, acceptance, or partial acceptance by CITY shall operate as a waiver on the part of CITY of any of its rights under this Agreement. N. INSURANCE. CONTRACTOR, at its sole cost, shall purchase and maintain in full force during the term of this Agreement, the insurance coverage described at Exhibit D. Insurance must be provided by companies with a Best’s Key Rating of A- :VII or higher and which are otherwise acceptable to CITY’s Risk Manager. The Risk Manager must approve deductibles and self-insured retentions. In addition, all policies, endorsements, certificates and/or binders are subject to approval by the Risk Manager as to form and content. CONTRACTOR shall obtain a policy endorsement naming the City of Palo Alto as an additional insured under any general liability or automobile policy. CONTRACTOR 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 Risk Manager. CONTRACTOR shall DocuSign Envelope ID: CD2AAB48-F1DE-4C9B-9F2E-49DE8287B2F1 Item 4 Attachment B - Contract C24187745B with Synagro-WWT, Inc.        Item 4: Staff Report Pg. 38  Packet Pg. 129 of 428  City of Palo Alto General Services Agreement 6 Rev. March 29, 2018 provide certificates of such policies or other evidence of coverage satisfactory to the Risk Manager, together with the required endorsements and evidence of payment of premiums, to CITY concurrently with the execution of this Agreement and shall throughout the term of this Agreement provide current certificates evidencing the required insurance coverages and endorsements to the Risk Manager. CONTRACTOR shall include all subcontractors as insured under its policies or shall obtain and provide to CITY separate certificates and endorsements for each subcontractor that meet all the requirements of this section. The procuring of such required policies of insurance shall not operate to limit CONTRACTOR’s liability or obligation to indemnify CITY under this Agreement. O. HOLD HARMLESS. To the fullest extent permitted by law and without limitation by the provisions of section N 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 costs, including, but not limited to reasonable attorney’s fees, courts costs and costs of alternative dispute resolution), arising out of, or resulting in any way from or in connection with the performance of this Agreement. CONTRACTOR’s obligations under this Section apply regardless of whether or not a liability is caused or contributed to by any negligent (passive or active) act or omission of CITY, except that CONTRACTOR shall not be obligated to indemnify for liability arising from the sole negligence or willful misconduct of CITY. The acceptance of the Services by CITY shall not operate as a waiver of the right of indemnification. The provisions of this Section survive the completion of the Services or termination of this Agreement. P. NON-DISCRIMINATION. As set forth in Palo Alto Municipal Code section 2.30.510, CONTRACTOR certifies that in the performance of this Agreement, it shall not discriminate in the employment of any person because 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. CONTRACTOR acknowledges that it has read and understands the provisions of Section 2.30.510 of the Palo Alto Municipal Code relating to Nondiscrimination Requirements and the penalties for violation thereof, and agrees to meet all requirements of Section 2.30.510 pertaining to nondiscrimination in employment. Q. WORKERS' COMPENSATION. CONTRACTOR, by executing this Agreement, certifies that it is aware of the provisions of the Labor Code of the State of Califor- nia which require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of DocuSign Envelope ID: CD2AAB48-F1DE-4C9B-9F2E-49DE8287B2F1 Item 4 Attachment B - Contract C24187745B with Synagro-WWT, Inc.        Item 4: Staff Report Pg. 39  Packet Pg. 130 of 428  City of Palo Alto General Services Agreement 7 Rev. March 29, 2018 that Code, and certifies that it will comply with such provisions, as applicable, before commencing and during the performance of the Services. R. TERMINATION. The City Manager may terminate this 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 to all other remedies provided by law, the City Manager may terminate this Agreement immediately upon written notice of termination. Upon receipt of such notice of termination, CONTRACTOR shall immediately discontinue performance. CITY shall pay CONTRACTOR for services satisfactorily performed up to the effective date of termination. If the termination is for cause, CITY may deduct from such payment the amount of actual damage, if any, sustained by CITY due to CONTRACTOR’s failure to perform its material obligations under this Agreement. Upon termination, CONTRACTOR shall immediately deliver to the City Manager any and all copies of studies, sketches, drawings, computations, and 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. S. ASSIGNMENTS/CHANGES. This Agreement binds the parties and their successors and assigns to all covenants of this Agreement. This Agreement shall not be assigned or transferred without the prior written consent of CITY. No amendments, changes or variations of any kind are authorized without the written consent of CITY. T. CONFLICT OF INTEREST. In accepting this Agreement, CONTRACTOR covenants that it presently has no interest, and will not acquire any interest, direct or indirect, financial or otherwise, which would conflict in any manner or degree with the performance of this Agreement. CONTRACTOR further covenants that, in the performance of this Agreement, it will not employ any person having such an interest. CONTRACTOR certifies that no CITY officer, employee, or authorized representative has any financial interest in the business of CONTRACTOR and that no person associated with CONTRACTOR has any interest, direct or indirect, which could conflict with the faithful performance of this Agreement. CONTRACTOR agrees to advise CITY if any conflict arises. U. GOVERNING LAW. This Agreement shall be governed and interpreted by the laws of the State of California. V. 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 Agreement. Any variance in the exhibits does not affect the validity of the Agreement and the Agreement itself controls over any conflicting provisions DocuSign Envelope ID: CD2AAB48-F1DE-4C9B-9F2E-49DE8287B2F1 Item 4 Attachment B - Contract C24187745B with Synagro-WWT, Inc.        Item 4: Staff Report Pg. 40  Packet Pg. 131 of 428  City of Palo Alto General Services Agreement 8 Rev. March 29, 2018 in the exhibits. This Agreement supersedes all prior agreements, representations, statements, negotiations and undertakings whether oral or written. W. NON-APPROPRIATION. 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 following fiscal year, or (b) at any time within a fiscal year in the event that funds are only appropriated for a portion of the fiscal year and funds for this Agreement 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 Agreement. X. ENVIRONMENTALLY PREFERRED PURCHASING AND ZERO WASTE REQUIREMENTS. CONTRACTOR shall comply with CITY’s Environmentally Preferred Purchasing policies which are available at CITY’s Purchasing Division, which are incorporated by reference and may be amended from time to time. CONTRACTOR shall comply with waste reduction, reuse, recycling and disposal requirements of CITY’s Zero Waste Program. Zero Waste best practices include first minimizing and reducing waste; second, reusing waste and third, recycling or composting waste. In particular, CONTRACTOR shall comply with the following zero waste requirements: • All printed materials provided by CONTRACTOR to CITY generated from a personal computer and printer including but not limited to, proposals, quotes, invoices, reports, and public education materials, shall be double- sided and printed on a minimum of 30% or greater post-consumer content paper, unless otherwise approved by CITY’s Project Manager. Any submitted materials printed by a professional printing company shall be a minimum of 30% or greater post-consumer material and printed with vegetable based inks. • Goods purchased by Contractor on behalf of CITY shall be purchased in accordance with CITY’s Environmental Purchasing Policy including, but not limited to, Extended Producer Responsibility requirements for products and packaging. A copy of this policy is on file at the Purchasing Division’s office. • Reusable/returnable pallets shall be taken back by CONTRCATOR, at no additional cost to CITY, for reuse or recycling. CONTRACTOR shall provide documentation from the facility accepting the pallets to verify that pallets are not being disposed. Y. AUTHORITY. The individual(s) executing this Agreement on behalf of the parties represent and warrant that they have the legal capacity and authority to do so on behalf of their respective legal entities. DocuSign Envelope ID: CD2AAB48-F1DE-4C9B-9F2E-49DE8287B2F1 Item 4 Attachment B - Contract C24187745B with Synagro-WWT, Inc.        Item 4: Staff Report Pg. 41  Packet Pg. 132 of 428  City of Palo Alto General Services Agreement 9 Rev. March 29, 2018 Z. PREVAILING WAGES This Project is not subject to prevailing wages. CONTRACTOR is not required to pay prevailing wages in the performance and implementation of the Project in accordance with SB 7, if the Agreement is not a public works contract, if Agreement does not include a public works construction project of more than $25,000, or the Agreement does not include a public works alteration, demolition, repair, or maintenance (collectively, ‘improvement’) project of more than $15,000. AA. DIR REGISTRATION. In regard to any public work construction, alteration, demolition, repair or maintenance work, CITY will not accept a bid proposal from or enter into this Agreement with CONTRACTOR without proof that CONTRACTOR and its listed subcontractors are registered with the California Department of Industrial Relations (“DIR”) to perform public work, subject to limited exceptions. City requires CONTRACTOR and its listed subcontractors to comply with the requirements of SB 854. CITY provides notice to CONTRACTOR of the requirements of California Labor Code section 1771.1(a), which reads: “A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the Agreement is awarded.” CITY gives notice to CONTRACTOR and its listed subcontractors that CONTRACTOR is required to post all job site notices prescribed by law or regulation and CONTRACTOR is subject to SB 854-compliance monitoring and enforcement by DIR. CITY requires CONTRACTOR and its listed subcontractors to comply with the requirements of Labor Code section 1776, including: Keep accurate payroll records, showing the name, address, social security number, work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, DocuSign Envelope ID: CD2AAB48-F1DE-4C9B-9F2E-49DE8287B2F1 Item 4 Attachment B - Contract C24187745B with Synagro-WWT, Inc.        Item 4: Staff Report Pg. 42  Packet Pg. 133 of 428  City of Palo Alto General Services Agreement 10 Rev. March 29, 2018 worker, or other employee employed by, respectively, CONTRACTOR and its listed subcontractors, in connection with the Project. The payroll records shall be verified as true and correct and shall be certified and made available for inspection at all reasonable hours at the principal office of CONTRACTOR and its listed subcontractors, respectively. At the request of CITY, acting by its project manager, CONTRACTOR and its listed subcontractors shall make the certified payroll records available for inspection or furnished upon request to the project manager within ten (10) days of receipt of CITY’s request. [For state- and federally-funded projects] CITY requests CONTRACTOR and its listed subcontractors to submit the certified payroll records to the project manager at the end of each week during the Project. If the certified payroll records are not produced to the project manager within the 10-day period, then CONTRACTOR and its listed subcontractors shall be subject to a penalty of one hundred dollars ($100.00) per calendar day, or portion thereof, for each worker, and CITY shall withhold the sum total of penalties from the progress payment(s) then due and payable to CONTRACTOR. Inform the project manager of the location of CONTRACTOR’s and its listed subcontractors’ payroll records (street address, city and county) at the commencement of the Project, and also provide notice to the project manager within five (5) business days of any change of location of those payroll records. BB. CONTRACT TERMS. All unchecked boxes do not apply to this Agreement. In the case of any conflict between the terms of this Agreement and the exhibits hereto or CONTRACTOR’s proposal (if any), the Agreement shall control. In the case of any conflict between the exhibits hereto and CONTRACTOR’s proposal, the exhibits shall control. CC. FORCE MAJEURE. Neither Party shall be in default of its obligations under this Agreement in the event, and for so long as, it is impossible or extremely impracticable for it to perform its obligations due to an “act of God” (including, but not limited to, flood, earthquake, fire or other catastrophic events), civil disturbance, strikes (except any strikes involving a Party's personnel), orders or judgments of any Federal, State or local court, administrative agency or governmental body, or other similar cause affecting the city of Palo Alto, not the fault of, and beyond the reasonable control of, the Party claiming excuse. A party claiming excuse under this Section must (1) have taken reasonable precautions, if possible, to avoid being affected by the cause and (2) notify the other Party in accordance with this Section. DocuSign Envelope ID: CD2AAB48-F1DE-4C9B-9F2E-49DE8287B2F1 Item 4 Attachment B - Contract C24187745B with Synagro-WWT, Inc.        Item 4: Staff Report Pg. 43  Packet Pg. 134 of 428  City of Palo Alto General Services Agreement 11 Rev. March 29, 2018 Any suspension of performance by a Party pursuant to this Section shall be only to the extent, and for a period of no longer duration than, required by the nature of the event, and the Party claiming excuse from obligation shall use its best efforts in an expeditious manner to remedy its inability to perform, and mitigate damages that may occur as a result of the event. The Party claiming excuse shall deliver to the other Party a written notice of intent to claim excuse from performance under this Agreement by reason of an event of Force Majeure. Notice shall be given promptly in light of the circumstances, but in any event not later than 5 days after the occurrence of the event of Force Majeure. Such notice shall describe in detail the event of Force Majeure claimed, the services impacted by the claimed event of Force Majeure, the expected length of time that the Party expects to be prevented from performing, the steps which the Party intends to take to restore its ability to perform, and such other information as the other Party reasonably requests. The partial or complete interruption or discontinuance of CONTRACTOR’s services caused by an event of Force Majeure shall not constitute an event of default under this Agreement. Notwithstanding the foregoing, in the event of non-performance excused by Force Majeure, where the CONTRACTOR’s nonperformance continues or is noticed to continue for 10 days or more, CITY shall have the right to terminate this Agreement immediately and shall have no obligation to pay for services that have not been performed. DocuSign Envelope ID: CD2AAB48-F1DE-4C9B-9F2E-49DE8287B2F1 Item 4 Attachment B - Contract C24187745B with Synagro-WWT, Inc.        Item 4: Staff Report Pg. 44  Packet Pg. 135 of 428  City of Palo Alto General Services Agreement 12 Rev. March 29, 2018 IN WITNESS WHEREOF, the parties hereto have by their duly authorized representatives executed this Agreement on the date first above written. CITY OF PALO ALTO SYNAGRO-WWT, INC _________________________ By________________________________ City Manager or Designee Name _____________________________ Title_______________________________ Telephone _________________________ Approved as to form: By_________________________________ Name _____________________________ Title_______________________________ _________________________ City Attorney or Designee Telephone _________________________ DocuSign Envelope ID: CD2AAB48-F1DE-4C9B-9F2E-49DE8287B2F1 Contract Administration Manager 410-537-6154 Rhylee Callan, Contract Administration Manager Contract Administration Manager 410-537-6154 Rhylee Callan, Contract Administration Manager Item 4 Attachment B - Contract C24187745B with Synagro-WWT, Inc.        Item 4: Staff Report Pg. 45  Packet Pg. 136 of 428  City of Palo Alto General Services Agreement 13 Rev. March 29, 2018 EXHIBIT A SCOPE OF SERVICES 1. BACKGROUND AND PURPOSE a. The RWQCP is a wastewater treatment plant that produces sludge requiring offsite treatment. Two onsite sewage sludge incinerators were retired in 2019 and replaced with a new sludge dewatering and truck loadout facility. Since 2019, the sludge has been hauled to two different regional treatment facilities, including the Synagro site in this contract, for treatment and end use disposal. b. To prepare for hauling and treatment, the City first solicited proposals for sludge hauling and treatment services in 2017. Council approved a three- year contract 1 with Denali Water Solutions, LLC (Denali) on June 18, 2018 for sludge hauling services through March 31, 2022. Denali began daily sludge hauling from the City’s dewatering facility on March 19, 2019. Five- year contracts1 for sludge treatment services with Lystek International Limited (Lystek) and Synagro-WWT, Inc. (Synagro) were also approved on June 18, 2018, but these contracts have longer terms through March 31, 2024. A new contract2 for sludge hauling, again with Denali, was approved on January 24, 2022 for three more years of hauling services beginning April 1, 2022 and ending March 31, 2025. Following a new solicitation, this contract extends by five years the sludge treatment services provided at the Synagro treatment facility. c. Current treatment facility addresses are shown below along with currently contracted annual minimums and pricing: i. Synagro Central Valley Compost Facility (CVC) 1. Address: 13757 Harmon Rd, Dos Palos, CA 93620 2. Minimum wet tons per year is 10,000 at $40.85/ton 2. SLUDGE PREPARER’S ADDRESS Palo Alto Regional Water Quality Control Plant 1 Staff Report ID# 8913 https://www.cityofpaloalto.org/files/assets/public/agendas-minutes-reports/reports/city-manager- reports-cmrs/year-archive/2018/id-8913-approve-three-public-works-contracts-for-sludge-hauling-and-offsite-treatment- services.pdf 2 Staff Report ID# 13520, see p. 17 at https://www.cityofpaloalto.org/files/assets/public/agendas- minutes-reports/agendas-minutes/city-council-agendas-minutes/2022/20220124/20220124pccsm- amended-linked-cq-added.pdf DocuSign Envelope ID: CD2AAB48-F1DE-4C9B-9F2E-49DE8287B2F1 Item 4 Attachment B - Contract C24187745B with Synagro-WWT, Inc.        Item 4: Staff Report Pg. 46  Packet Pg. 137 of 428  City of Palo Alto General Services Agreement 14 Rev. March 29, 2018 2501 Embarcadero Way Palo Alto, CA 94303 650-329-2598 - phone 3. SERVICE ASSUMPTIONS AND PRICES. a. Except for tonnage commitments required by the Contractor, the City does not expressly or by implication agree that the actual amount of work shall correspond to annual raw sludge tonnages mentioned in this specification, but reserves the right to increase, decrease, or modify the amount of any class or portion of the work or to omit portions of the work as may be deemed necessary or expedient by the City. b. Annual minimum tonnage delivery guarantee is 10,000 wet tons. 4. PALO ALTO SLUDGE CHARACTERISTICS a. The material covered under this Agreement is a mix of raw, dewatered wastewater sludge and scum (hereafter, “sludge”) that has not yet been stabilized. b. The wastewater sludge is collected as waste sludge from activated sludge tanks (about 29% of total content) and primary sludge settling tanks (about 71% of total content). This blend is then thickened in gravity thickeners to 3% to 4% solids. The sludge blend is processed through grinders before being sent to a blend tank. The sludge is kept blended with mix pumps and aerated by a blower in a 100,000 gallon mix tank, is pumped to a belt filter press, is treated for odors in-line with a sodium hypochlorite solution, and is then dewatered using a high molecular weight cationic polymer solution on a belt filter press. Upstream preliminary treatment processes include grit removal and mechanically raked barscreens using ¾” spacing at the headworks. c. Primary tank scum is pumped through a grinder, sent to a scum concentrator, and thickened to about 50% solids. This scum is added to the 20% plus sludge cake screw conveyors that feed into sludge cake bins. d. Solids content of filter press cake will have a solid content of not less than 22%. In general, sludge dryness is often in the range of 29% to 30%. e. Except as stated herein, the City cannot guarantee condition or quality of the material. Therefore, notice is hereby given that the content and nature of the sludge and scum may change depending on RWQCP process control DocuSign Envelope ID: CD2AAB48-F1DE-4C9B-9F2E-49DE8287B2F1 Item 4 Attachment B - Contract C24187745B with Synagro-WWT, Inc.        Item 4: Staff Report Pg. 47  Packet Pg. 138 of 428  City of Palo Alto General Services Agreement 15 Rev. March 29, 2018 changes, treatment plant changes, influent characteristics, or treatment plant effectiveness. f. The City will certify that the wastewater sludge and scum pollutant concentrations are at or below the metal concentration limits established in 40 CFR 503.13, Table 1 and Table 3. g. The wastewater sludge contains pathogenic microorganisms and does not meet all 40 CFR 503 regulations. The city declares that: i. The sludge does not meet the pathogen reduction requirements of 40 CFR 503.32(b)(3) [“PRSP”]. ii. The sludge does not meet the vector attraction reduction requirements of 40 CFR 503.33(b(1). h. Furthermore, the RWQCP’s annual USEPA biosolids reports are available upon request. Exhibit A-1 (Palo Alto Sludge Characteristics) is provided with analytical data, including trace metal analysis on sludge and scum as well as general raw sludge characterization. i. At no time during the term of this Agreement shall the City make available to the Treatment Facility, nor shall the Treatment Facility be obligated to handle, any wastewater sludge which is designated a hazardous waste under any applicable law, rule, or regulation, and nothing herein shall relieve the City of any liability or responsibility with respect to any sludge generated at its facilities which is a hazardous waste. j. The City will sample and test its final sludge material to identify the metal concentration limits. All City sampling and analytical reports are available upon request during the term of the agreement. Per USEPA sewage sludge regulations (40 CFR Section 503) , sludge is sampled every other month for metals including: arsenic, cadmium, copper, lead, mercury, molybdenum, nickel, selenium, and zinc concentrations. 5. SLUDGE PRODUCTION ESTIMATES a. The City produces wastewater sludge twenty-four (24) hours per day, seven (7) days per week resulting in approximately 16,500 to 20,000 wet tons annually, which is approximate to the lowest and highest quarter production rates since January 2020, excluding 2023 first quarter. Note from Exhibit B that 2019 was a year of optimizing the sludge dewatering facility. Though 2019 is pre-pandemic and would seem to be the year for DocuSign Envelope ID: CD2AAB48-F1DE-4C9B-9F2E-49DE8287B2F1 Item 4 Attachment B - Contract C24187745B with Synagro-WWT, Inc.        Item 4: Staff Report Pg. 48  Packet Pg. 139 of 428  City of Palo Alto General Services Agreement 16 Rev. March 29, 2018 estimating maximum production values, 2019 is not indicative of current sludge dewatering capabilities and anticipated production quantities. January to March 2023 shows higher tonnage amounts from solids loadings induced by winter storm flows, and they are not used for predicting future maximum sludge production. The estimated sludge below will be divided between two vendors, Lystek and Synagro. Minimum Sludge Maximum Sludge Production system, which will produce an estimated 34% additional waste activated sludge (WAS) or about 10.2% additional total sludge production beginning on an estimated date of b. Production rates may be varied or stopped to match RWQCP operational needs. Operation may also be interrupted occasionally for maintenance or repair. c. The amount of biosolids to be treated is an estimate only. Therefore, notice is hereby given that the quantity, content, and nature of the material may change depending on the RWQCP process control changes, process upsets, plant upgrades, repairs, maintenance, operational improvements, belt press dewatering schedule, day of week, holidays, seasonal changes, storm-induced increases in produced solids, changes in community population, treatment plant changes, and so forth. 6. GENERAL RESPONSIBILITIES a. The Contractor, as the treatment facility operator, is to know, follow, comply with, and stay updated on all federal, state, and local laws, regulations, statues, ordinances, orders, decrees, and permits that affect this work. This includes loading and unloading, treatment site operation and maintenance, monitoring and reporting, processing and disposal of sludge, USDOT, transportation, driver and operator certifications, environmental and pollution regulations, noise control, and inspections by authorized representatives as required by such requirements. DocuSign Envelope ID: CD2AAB48-F1DE-4C9B-9F2E-49DE8287B2F1 Item 4 Attachment B - Contract C24187745B with Synagro-WWT, Inc.        Item 4: Staff Report Pg. 49  Packet Pg. 140 of 428  City of Palo Alto General Services Agreement 17 Rev. March 29, 2018 Documentation of specific permits, orders, decrees, registrations, and so forth shall be provided upon request. All costs associated with obtaining such permits and licenses shall be considered as included in the unit price. Federal Regulations, including 40CFR Parts 257, 258, 403 and 503, provide specific requirements for biosolids disposal and must be complied with. b. Raw sludge contains micro-organisms from the wastewater treatment process that include pathogens. Precautions are required, such as adequate training, wearing proper PPE (e.g., latex or nitrile gloves, boots, etc.), washing hands with soap, and access to potable drinking water and OSHA approved first aid kits. The Contractor is to follow an Exposure Control Plan for Blood Borne Pathogens pursuant to Cal-OSHA rules and California Code of Regulations, Title 8, Section 5193. The Exposure Control Plan is to be on file for review, if requested. 7. DELIVERY SCHEDULE a. The RWQCP operates year-round and normally calls for two truck pickups per day, each truck averaging 25 wet tons of sludge. The RWQCP may call for three trucks and sometimes one truck or no trucks. There have been a few instances of four or five trucks called for in one day. b. The RWQCP typically requires haulers to load sludge prior to 6:00 a.m. in Palo Alto but trucks may be loaded later in the morning, depending on the situation, haul distance, driver hour limits, and so forth. c. Treatment sites that are closed for specific holidays (e.g., Thanksgiving, Christmas, New Years’) or when the City’s contracted hauler is not working can be accommodated with additional storage capacity at the RWQCP for one day with advanced planning. During the contract term, the Treatment Facility is to coordinate with the City’s contracted hauler and the RWQCP about operating status and hours for public holidays. d. The Treatment Facility is to share their operating hours with City’s contracted hauler. The Treatment Facility is to share holidays that they are closed with City’s contracted hauler. 8. COORDINATION WITH CITY’S CONTRACTED SLUDGE HAULER a. Permit requirements at treatment site are to be shared with City’s contracted hauler upon request by City or hauler at no extra expense to City of Palo Alto. DocuSign Envelope ID: CD2AAB48-F1DE-4C9B-9F2E-49DE8287B2F1 Item 4 Attachment B - Contract C24187745B with Synagro-WWT, Inc.        Item 4: Staff Report Pg. 50  Packet Pg. 141 of 428  City of Palo Alto General Services Agreement 18 Rev. March 29, 2018 b. Any permit requirements are to be directly handled with City’s contracted hauler, including for insurance, training, reporting, and other requirements. c. The City does not have a certified weigh scale onsite. It is the City’s hauler’s responsibility to avoid overweight loads and pay any associate fines. The Treatment Facility should directly notify the hauler’s dispatcher of overweight loads as well as notify the City’s project manager. The City can direct the Hauler to load their trailers with less weight, if needed. There are no RWQCP onsite zones or facilities for unloading excess material to return a truck to a legal weight limit. There is no separate weigh scale onsite to aid the Hauler in how much material to remove. d. The RWQCP is not a staging or storage site. The City will not normally allow a hauler to stage or store loaded trucks at the RWQCP or a Treatment Facility, except permission may be granted for unusual circumstances. 9. TREATMENT REQUIREMENTS a. If the treatment / disposal facility has a permit violation, they will notify the Palo Alto project manager in writing within 30 days of receipt of written notice. All fines will be paid by the treatment facility and not billed to Palo Alto. b. The treatment facility is required to provide adequate space to accommodate the ingress and egress of the trucks and trailers of the City’s sludge hauling contractor. The facility will provide water for vehicle clean- up, suitable lighting for nighttime operation, and any additional facilities (portable toilets, handwashing facilities) that may be required. c. Treatment facility shall provide an annual summary to the City of all monitoring and analytical data as required to complete the City’s Annual Biosolids Generator’s Report for the USEPA due February 19th of each year. This annual summary shall be posted by January 31st each year and shall be sent to the Project Manager. d. Treatment facility shall provide the name of a 24-hour emergency contact person and phone number. Facility will train their onsite staff and comply with Palo Alto Emergency and Spill Response Plan, as necessary. e. City will have right to inspect treatment / disposal facility’s site at any time and without prior notification. Treatment facility shall maintain and provide copies to the City of all records, documents, and papers DocuSign Envelope ID: CD2AAB48-F1DE-4C9B-9F2E-49DE8287B2F1 Item 4 Attachment B - Contract C24187745B with Synagro-WWT, Inc.        Item 4: Staff Report Pg. 51  Packet Pg. 142 of 428  City of Palo Alto General Services Agreement 19 Rev. March 29, 2018 documenting the disposition of biosolids handled by the facility for inspection by authorized local, state, and federal representatives as required by law. f. Neither party shall use the name, marks, or logo of the other treatment facility in any planned advertisement, promotional material, press release, or other planned publicity or marking materials, in any form or media, with regard to the subject matter of the agreement without the prior written approval of the other party. g. Treatment parties shall share any requirements and conditions to the City’s Palo Alto’s contracted Hauler, if not already provided to the current hauler (i.e., Denali). The contracted hauler may change on April 1, 2025 or later, when the current 3-year hauling contract and any contract extensions are completed. If a new hauler is contracted by the City, the Treatment Facility shall promptly coordinate their requirements with the new City hauler. h. Annual reports shall be provided to the RWQCP each year detailing tonnage treated and final disposal disposition. i. Treatment facility dates, times, hours of operation, and holiday schedules shall be provided to sludge haulers interested in proposing on services to the City of Palo Alto. 10. PAYMENT AND PRICING CONDITIONS a. See Attachment C – Contract, Section 8, Invoicing. b. Payment for work is to be made on a wet tonnage basis. Weight shall be based on a certified scale. c. Except as directed otherwise in these specifications, full compensation for completing Agreement work is considered to be included in the unit prices paid for the various items of work and no separate payment will be made therefore. d. Invoicing. Submit a monthly invoice to: Rwqcp.invoices@cityofpalolato.org Palo Alto Regional Water Quality Control Plant Attn: Project Manager, James Allen 2501 Embarcadero Way Palo Alto, CA 94303 DocuSign Envelope ID: CD2AAB48-F1DE-4C9B-9F2E-49DE8287B2F1 Item 4 Attachment B - Contract C24187745B with Synagro-WWT, Inc.        Item 4: Staff Report Pg. 52  Packet Pg. 143 of 428  City of Palo Alto General Services Agreement 20 Rev. March 29, 2018 650-329-2598 - phone Invoice shall include: • Purchase Order Number • Item description • Copy of each load delivery tag along with the tons hauled • Attached certified weight ticket for each load • Certified net weight of each load times contract price per ton 11. DOCUMENTATION a. The Contractor shall, at all times during the transportation, storage, and disposal of sludge to be managed under this Agreement, know the location, condition and status of each item being managed. END OF SECTION DocuSign Envelope ID: CD2AAB48-F1DE-4C9B-9F2E-49DE8287B2F1 Item 4 Attachment B - Contract C24187745B with Synagro-WWT, Inc.        Item 4: Staff Report Pg. 53  Packet Pg. 144 of 428  City of Palo Alto General Services Agreement 21 Rev. March 29, 2018 EXHIBIT A-1 PALO ALTO SLUDGE CHARACTERISTICS DocuSign Envelope ID: CD2AAB48-F1DE-4C9B-9F2E-49DE8287B2F1 Item 4 Attachment B - Contract C24187745B with Synagro-WWT, Inc.        Item 4: Staff Report Pg. 54  Packet Pg. 145 of 428  City of Palo Alto General Services Agreement 22 Rev. March 29, 2018 EXHIBIT B SCHEDULE OF PERFORMANCE Alternative 1. CONTRACTOR shall perform the Services according to the following schedule: Daily sludge treatment from April 1, 2024 to March 31, 2029. DocuSign Envelope ID: CD2AAB48-F1DE-4C9B-9F2E-49DE8287B2F1 Item 4 Attachment B - Contract C24187745B with Synagro-WWT, Inc.        Item 4: Staff Report Pg. 55  Packet Pg. 146 of 428  City of Palo Alto General Services Agreement 23 Rev. March 29, 2018 EXHIBIT C SCHEDULE OF FEES ALTERNATIVE 3. Compensation based upon fee schedule CITY shall pay CONTRACTOR according to the following rate schedule. The maximum amount of compensation to be paid to CONTRACTOR, including both payment for services and reimbursable expenses, shall not exceed the amounts set forth in Sections 5 and 6 of the Agreement. Any services provided or hours worked for which payment would result in a total exceeding the maximum amount of compensation set forth herein shall be at no cost to CITY. DETAILED RATE SCHEDULE Contract Start Contract End Synagro Unit Price Synagro 04/01/24 03/30/25 $ 68.00 04/01/25 03/30/26 $ 72.08 4.8% 04/01/26 03/30/27 $ 76.40 4.8% 04/01/27 03/30/28 $ 80.99 4.8% 04/01/28 03/30/29 $ 85.85 4.8% DocuSign Envelope ID: CD2AAB48-F1DE-4C9B-9F2E-49DE8287B2F1 Item 4 Attachment B - Contract C24187745B with Synagro-WWT, Inc.        Item 4: Staff Report Pg. 56  Packet Pg. 147 of 428  City of Palo Alto General Services Agreement 24 Rev. March 29, 2018 EXHIBIT D INSURANCE REQUIREMENTS CONTRACTORS TO THE CITY OF PALO ALTO (CITY), AT THEIR SOLE EXPENSE, SHALL FOR THE TERM OF THE CONTRACT OBTAIN AND MAINTAIN INSURANCE IN THE AMOUNTS FOR THE COVERAGE SPECIFIED BELOW, AFFORDED BY COMPANIES WITH AM BEST’S KEY RATING OF A-:VII, OR HIGHER, LICENSED OR AUTHORIZED TO TRANSACT INSURANCE BUSINESS IN THE STATE OF CALIFORNIA. AWARD IS CONTINGENT ON COMPLIANCE WITH CITY’S INSURANCE REQUIREMENTS, AS SPECIFIED, BELOW: REQUIRED TYPE OF COVERAGE REQUIREMENT MINIMUM LIMITS AGGREGATE YES YES EMPLOYER’S LIABILITY STATUTORY YES GENERAL LIABILITY, INCLUDING PERSONAL INJURY, BROAD FORM PROPERTY DAMAGE BLANKET CONTRACTUAL, AND FIRE LEGAL LIABILITY PROPERTY DAMAGE BODILY INJURY & PROPERTY DAMAGE COMBINED. $2,000,000 $2,000,000 $2,000,000 $2,000,000 YES AUTOMOBILE LIABILITY, INCLUDING ALL OWNED, HIRED, NON-OWNED - EACH PERSON - EACH OCCURRENCE PROPERTY DAMAGE BODILY INJURY AND PROPERTY $2,000,000 $2,000,000 $2,000,000 $2,000,000 $2,000,000 $2,000,000 $2,000,000 2,000,000 NO INCLUDING, ERRORS AND OMISSIONS, MALPRACTICE (WHEN APPLICABLE), AND NEGLIGENT YES POLLUTION LIABILITY ALL DAMAGES YES : 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 COMPENSATION, EMPLOYER’S LIABILITY AND PROFESSIONAL INSURANCE, NAMING AS I. INSURANCE COVERAGE MUST INCLUDE: A CONTRACTUAL LIABILITY ENDORSEMENT PROVIDING INSURANCE COVERAGE FOR CONTRACTOR’S AGREEMENT TO INDEMNIFY CITY. II. CONTACTOR MUST SUBMIT CERTIFICATES(S) OF INSURANCE EVIDENCING REQUIRED COVERAGE. III. ENDORSEMENT PROVISIONS, WITH RESPECT TO THE INSURANCE AFFORDED TO “ADDITIONAL INSUREDS” DocuSign Envelope ID: CD2AAB48-F1DE-4C9B-9F2E-49DE8287B2F1 Item 4 Attachment B - Contract C24187745B with Synagro-WWT, Inc.        Item 4: Staff Report Pg. 57  Packet Pg. 148 of 428  City of Palo Alto General Services Agreement 25 Rev. March 29, 2018 A. PRIMARY COVERAGE WITH RESPECT TO CLAIMS ARISING OUT OF THE OPERATIONS OF THE NAMED INSURED, INSURANCE AS AFFORDED BY THIS POLICY IS PRIMARY AND IS NOT ADDITIONAL TO OR CONTRIBUTING WITH ANY OTHER INSURANCE CARRIED BY OR FOR THE BENEFIT OF THE ADDITIONAL INSUREDS. B. CROSS LIABILITY THE NAMING OF MORE THAN ONE PERSON, FIRM, OR CORPORATION AS INSUREDS UNDER THE POLICY SHALL NOT, FOR THAT REASON ALONE, EXTINGUISH ANY RIGHTS OF THE INSURED AGAINST ANOTHER, BUT THIS ENDORSEMENT, AND THE NAMING OF MULTIPLE INSUREDS, SHALL NOT INCREASE THE TOTAL LIABILITY OF THE COMPANY UNDER THIS POLICY. C. NOTICE OF CANCELLATION 1. IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR ANY REASON OTHER THAN THE NON-PAYMENT OF PREMIUM, THE ISSUING COMPANY SHALL PROVIDE CITY AT LEAST A THIRTY (30) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION. 2. IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR THE NON- PAYMENT OF PREMIUM, THE ISSUING COMPANY SHALL PROVIDE CITY AT LEAST A TEN (10) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION. NOTICES SHALL BE MAILED TO: PURCHASING AND CONTRACT ADMINISTRATION CITY OF PALO ALTO P.O. BOX 10250 PALO ALTO, CA 94303 DocuSign Envelope ID: CD2AAB48-F1DE-4C9B-9F2E-49DE8287B2F1 Item 4 Attachment B - Contract C24187745B with Synagro-WWT, Inc.        Item 4: Staff Report Pg. 58  Packet Pg. 149 of 428  Attachment C List of Key Terms Alternative daily cover (ADC): ADC means cover material other than earthen material placed on the surface of the active face of a municipal solid waste landfill at the end of each operating day to control vectors, fires, odors, blowing litter, and scavenging. Federal regulations require landfill operators to use six inches of earth material as daily cover unless other materials are allowed as alternatives. CalRecycle has approved 11 ADC material types. Generally, these materials must be processed so that they do not allow gaps in the exposed landfill face. Anaerobic digestion: Anaerobic digestion is a collection of processes by which microorganisms break down biodegradable material in the absence of oxygen. Beneficial use: Use of a product with a defined benefit, such as biosolids used as soil amendment. Disposal, such as landfilling or incineration, is not beneficial use. Biogas: A mixture of different gases produced by the breakdown of organic matter in the absence of oxygen to produce a renewable energy source when combusted. Biosolids: Organic fertilizer or soil amendments produced by the treatment of domestic wastewater. Biosolids consist primarily of dead microbes and other organic matter. Untreated sludge or sludge that does not conform to regulated pollutants and pathogen treatment requirements are not considered biosolids. Biosolids are regulated through the Environmental Protection Agency Title 40 Code of Federal Regulations Part 503 Rule (often referred to as the “503 Biosolids Rule”). Biosolids land-application facility: A facility where biosolids are spread onto the land at agronomic rates for production of food or fiber. The facility includes any structures necessary to store the biosolids until the soil, weather, and crop conditions are favorable for land application. Class A biosolids: Material that has met the Class A pathogen reduction requirements or equivalent treatment by a process to further reduce pathogens (PFRP) in accordance with 40 CFR 503. Processes include composting, heat drying, heat treatment, thermophilic aerobic digestion, beta or gamma ray irradiation, and pasteurization. Class B biosolids: Material that has met the Class B pathogen reduction requirements or equivalent treatment by a process to significantly reduce pathogens (PSRP) in accordance with 40 CFR 503. Processes include aerobic digestion, composting, anaerobic digestion, lime stabilization, and air drying. Dewatering; dewatered biosolids: A process used to remove water from biosolids producing dewatered biosolids that contain equal to or greater than 20 percent dry solids. Item 4 Attachment C - Key Terms        Item 4: Staff Report Pg. 59  Packet Pg. 150 of 428  Dry weight basis: Calculated on the basis of having been dried at 105 degrees Celsius until reaching a constant mass (i.e., essentially 100 percent solids). 40 CFR 503: Regulations for setting "Standards for the use or disposal of sewage sludge," Title 40 Code of Federal Regulations Part 503. Gasification: Thermal process to convert carbon-based material into a synthesis gas. Gasification is different from incineration, which uses large amounts of air for combustion to make carbon dioxide and heat. Gasification is in a typical temperature range of 900°F to 3000°F with a limited supply of air or oxygen, only a fraction of what is used in incineration. The synthesis gas can be used as a fuel to make electricity. There are no known sewage sludge gasification systems operating in the US solely on sewage sludge. Land application: The beneficial use of biosolids applied to land based upon crop needs and the composition of biosolids. Pathogen: An organism capable of causing a susceptible host to develop a disease or infection. Pyrolysis: Thermal process to convert carbon-based material into a synthesis gas. Pyrolysis is different from incineration, which uses large amounts of air for combustion to make carbon dioxide and heat. Pyrolysis uses an indirect source of heat to thermally decompose organic materials, in a typical temperature range of 400°F to 1400°F, and in the absence of air or oxygen. The unreacted fixed carbon component of the material, along with any inorganic materials, forms a char/ash mixture that remains as a residual. The synthesis gas can be used as a fuel to make electricity and/or as heat used in a biodryer (as in the patented BioForceTech system) to offset external fuel sources for drying the sludge. Sludge: The solid, semi-solid, or liquid residue removed during the treatment of wastewater. Thermal hydrolysis process (THP) (Lystek Technology): Lystek’s THP is a low temperature and pressure process that disintegrates microbial cell walls and hydrolyzes complex macromolecules into simpler components. It uses digested or undigested sludge as a feedstock, breaks the feedstock down in a reactor using high speed shearing, uses alkali treatment to increase pH, and is completed with injection of low temperature and low-pressure steam. Lystek’s THP differs from the CAMBI process evaluated in the Biosolids Facilities Plan; the CAMBI THP operated at a higher temperature and pressure, utilized pretreatment screening and pre-thickening, and did not use alkali treatment. Thermophilic digester: A type of anaerobic digester that operates at temperatures above 50°C and produces biogas. Vectors: Rodents, flies, mosquitoes, or other organisms capable of transporting infectious agents. Item 4 Attachment C - Key Terms        Item 4: Staff Report Pg. 60  Packet Pg. 151 of 428  City Council Staff Report From: City Manager Report Type: CONSENT CALENDAR Lead Department: Police Meeting Date: February 12, 2024 Report #:2311-2300 TITLE Adoption of Resolution to Authorize Stanford University to Enforce Unauthorized Parking in Several of Its Parking Facilities under Vehicle Code § 21107.8; CEQA Status – Not a Project RECOMMENDATION Staff recommends that the City Council adopt the attached resolution to authorize Stanford University to enforce parking regulations in several of its privately-owned parking facilities in the jurisdiction of the City of Palo Alto. EXECUTIVE SUMMARY The City of Palo Alto (City), having jurisdictional California Vehicle Code (CVC) and Palo Alto Municipal Code (PAMC) authority over parking enforcement of Stanford University's (Stanford) parking lots within the City, considers granting Stanford expanded license to conduct parking enforcement on designated parking facilities under Stanford control including all Stanford medical facilities and some residences. Stanford can conduct private parking enforcement on privately owned off-street parking areas in the City of Palo Alto if the City authorizes such activity by resolution in accordance with CVC 21107.8. This action will expand Stanford’s parking program in Palo Alto beyond the current limited scope of Hoover Pavilion and Stanford Cancer Center to include all properties operating under the brand “Stanford Health Care” as well as certain multi- unit residences along Sand Hill Road, commonly referred to as Stanford West Apartments and Oak Creek Apartments. This action would “catch-up” or “catch-all” most additional health properties constructed and controlled by Stanford and some multi-unit residence complexes that have not already been authorized for enforcement by Stanford. The City will maintain traditional police response for calls for service at these locations. Item 5 Item 5 Staff Report        Item 5: Staff Report Pg. 1  Packet Pg. 152 of 428  BACKGROUND 1), which authorized Stanford to conduct permit enforcement in parking lots in and around the Hoover Pavilion and the Stanford Cancer Center. As a result, since that time, Stanford has managed permit parking in these areas, with Palo Alto Police Department (PAPD) personnel conducting enforcement of CVC violations (e.g. disabled parking violations, fire lane violations, loading zone violations, etc.) on a complaint basis only. This arrangement has worked well. ANALYSIS 1 City Council, February 5, 2018, Item 3, SR# 8775 https://cityofpaloalto.primegov.com/Public/CompiledDocument?meetingTemplateId=2551&compileOutputType= 1 Item 5 Item 5 Staff Report        Item 5: Staff Report Pg. 2  Packet Pg. 153 of 428  calls for service related to permit parking issues in the subject area will be routed to Stanford Transportation while police calls for service will continue to be serviced by PAPD. TIMELINE Parking enforcement will be relinquished shortly after the approval of the attached resolution on a date mutually agreeable to both Stanford and the City of Palo Alto but no later than 90 days. FISCAL/RESOURCE IMPACT There are no material changes to the costs and operations of the City’s parking program services by the Police Department, related to this Stanford enforcement. This analysis and reporting were prepared using existing City staff. No additional staff or operating budget resources are necessary to accept the resolution. STAKEHOLDER ENGAGEMENT Stanford University, Stanford Health Care, and Lucile Salter Packard Children’s Hospital at Stanford. ENVIRONMENTAL REVIEW The California Public Resources Code § 21065 includes a definition of a “project” as subject to the California Environmental Quality Act (CEQA) if it is an activity directly undertaken by a public agency which may cause either a direct physical change in the environment, or a reasonably foreseeable indirect physical change in the environment. This project is exempt from the provisions of the CEQA, pursuant to Section 15061(b)(3) of the CEQA Guidelines, because it can be seen with certainty that there is no possibility that the activity will have a significant effect on the environment. ATTACHMENTS Attachment A: Resolution Authorizing Stanford University to Enforce Unauthorized Parking in Several of Its Parking Facilities APPROVED BY: Andrew Binder, Police Chief Item 5 Item 5 Staff Report        Item 5: Staff Report Pg. 3  Packet Pg. 154 of 428  104_20240125_ts24 Resolution No. Resolution of the Council of the City of Palo Alto Authorizing Private Enforcement of Unauthorized Parking at Several Stanford Parking Facilities The Council of the City of Palo Alto RESOLVES as follows: SECTION 1. Findings and Declarations. a. The off‐street parking facilities described in Exhibit A to this Resolution (collectively, the “Stanford Public Parking Facilities”) are generally held open for public vehicular parking and are privately‐owned and ‐maintained by Stanford University, through its Office of Parking and Transportation Services. b. California Vehicle Code section 21107.8 authorizes the private enforcement of unauthorized parking in such privately owned parking facilities. c. Stanford University has requested the ability to enforce parking regulations in the Stanford Public Parking Facilities. SECTION 2. Authorization for Private Enforcement. a. Stanford University is hereby authorized to regulate unauthorized parking in the Stanford Public Parking Facilities and shall be responsible for issuing and processing parking violations, subject to the provisions Vehicle Code section 21107.8. Specifically, and without limitation: 1. Stanford University shall provide all notices and instructions required under Vehicle Code section 21107.8. 2. It shall be unlawful to offer incentives based on the number of invoices issued or the number or percent of disputed invoices adjudicated that uphold parking charges. 3. Penalties for parking violations in the Stanford Public Parking Facilities shall not exceed the penalties applicable to similar violations in City‐regulated parking areas, as provided in the most recently adopted Palo Alto Administrative and Civil Penalty Schedule, including, without limitation, the penalties applicable to overtime parking in a City lot and unpermitted parking in a City permit area. 4. Parking fee invoices shall include a conspicuous statement to the effect that “This parking invoice fee notice is not issued by the City of Palo Alto.” It shall be unlawful for Stanford University or its agents to represent itself as a government enforcement agency or to use terminology that is restricted to governmental law enforcement. b. Stanford University as the enforcement entity is the beneficiary of monies collected from parking invoice fees. Item 5 Attachment A - Resolution Authorizing Stanford University to Enforce Unauthorized Parking in Several of Its Parking Facilities        Item 5: Staff Report Pg. 4  Packet Pg. 155 of 428  104_20240125_ts24 SECTION 3. Dispute Resolution. a. Stanford University shall adopt and publish dispute resolution procedures for parking penalties consistent with Vehicle Code section 40215 and that shall include, at a minimum: 1. Specified time periods for notifications, review, and appeal. 2. The ability to request an administrative review. 3. The ability to request an administrative hearing, in person or by mail, before a third‐party examiner who has been adequately trained and who provides an independent, objective, fair, and impartial review. i. The examiner shall be empowered to allow payment of the parking invoice fee in installments for persons showing evidence of inability to pay the parking invoice fee in full. ii. The examiner’s decision shall be delivered by personal delivery or by first‐ class mail. b. In the event Stanford University fails to adopt a policy as required by subsection (a), the following procedures shall apply: 1. Within twenty‐one calendar days of the issuance of a notice of parking violation or within fourteen calendar days from the mailing of a notice of delinquent parking violation (whichever is later), a person may request (by telephone, in writing, or in person) an initial review by Stanford University. Upon this review, the notice of parking violation or notice of delinquent parking violation and all penalties and fees based thereon may be canceled by Stanford University if a determination is made that either the violation did not occur, that extenuating circumstances make dismissal of the citation appropriate in the interest of justice, or that the registered owner was not responsible for the violation; however, under no circumstances shall a personal relationship with Stanford University or any of its agents be grounds for cancellation. i. There shall be no charge for this review. ii. The decision of Stanford University shall be mailed to the person requesting review. iii. If the review does not result in cancellation, the decision shall include a reason for that denial, notification of the ability to request an administrative hearing, and notice of the procedure for waiving prepayment of the parking penalty based upon an inability to pay. 2. If the person is dissatisfied with the results of the initial review, the person may request an administrative hearing of the violation no later than 21 calendar days following the mailing of the results of the initial review. i. The request may be made by telephone (or virtually), in writing, or in person. ii. The person requesting an administrative hearing shall deposit the amount of the parking penalty with the processing agency. If the person provides proof of financial inability to deposit the full amount of the parking violation (according to standards developed and included in the Item 5 Attachment A - Resolution Authorizing Stanford University to Enforce Unauthorized Parking in Several of Its Parking Facilities        Item 5: Staff Report Pg. 5  Packet Pg. 156 of 428  104_20240125_ts24 Stanford University’s notice of decision upon initial review), the requirement for payment of the parking penalty as a prerequisite to contesting it shall be waived. iii. The person requesting a hearing shall have the choice of a hearing by mail or in person. An in‐person hearing shall be conducted within Stanford University’s main campus. iv. The hearing shall be held before a third‐party examiner who has been adequately trained and who provides an independent, objective, fair, and impartial review in accordance with Vehicle Code section 40215(c)(4). v. The examiner’s decision following the administrative hearing may be personally delivered to the person by the examiner or sent by first‐class mail, and, if the notice is not cancelled, include a written reason for that denial. vi. The examiner may allow deferred payment of the parking penalty, payment in installments, or the performance of community service in lieu of payment, if the person produces satisfactory evidence of inability to pay the penalty in full. // // // // // // Item 5 Attachment A - Resolution Authorizing Stanford University to Enforce Unauthorized Parking in Several of Its Parking Facilities        Item 5: Staff Report Pg. 6  Packet Pg. 157 of 428  104_20240125_ts24 SECTION 4. Environmental Review. The Council finds that the adoption of this resolution is exempt from review under the California Environmental Quality Act because it can be seen with certainty that there is no possibility of a significant effect on the environment as a result of the transfer of enforcement parking authority from the City to Stanford University. INTRODUCED AND PASSED: AYES: NOES: ABSENT: ABSTENTIONS: ATTEST: City Clerk Mayor APPROVED AS TO FORM: APPROVED: Assistant City Attorney City Manager Chief of Police Item 5 Attachment A - Resolution Authorizing Stanford University to Enforce Unauthorized Parking in Several of Its Parking Facilities        Item 5: Staff Report Pg. 7  Packet Pg. 158 of 428  PASTEUR DR QU A R R Y R D E X T SAN D H I L L R D SAN D H I L L R D 875 900 1180 Welch 625 Clark 700 Clark 1600 Sand Hill 700 Welch 725 Welch 750 Welch770 Welch 777 Welch900 Welch 1000 Welch 300 Pasteur200 Pasteur 730 Welch 1100 Welch 1190 Welch 213 Quarry 801 Welch Blake Wilbur 1059 Welch 1189 Welch 500 Pasteur 1199 Welch 900 Quarry Rd Ext EL CAM I N O R E A L CAMPUS DR W EST GOVERNORSAVE PLUM ROTH WY ARBORETUM RD STOCKFARM RD SEARSVILLE RD SAN D H I L L R D ORC H A R D L N QU A R R Y R D LOS ARBOLES AVE WEL C H R D PANAMAST CLARKWY SANTA TERESA ST JANE STANFORD WAY NO R T H - S O U T H A X I S VIA ORTEGA LO M I T A M A L L VIA PUEBLO MALL SEQUOIA WY ROBLEWAY BAYLAURELDR OAK R D PALO R D FR E M O N T R D OAKCREEKDR Stanford Lands on Sand Hill, Pasteur, Welch and Quarry Roads ± 0 500 1,000 Feet DOCUMENT PATH\\ M:\Groups\_Integration Solutions-GIS\Projects\_LUEP- Land Use Environmental Planning\Map_Requests\Enforcement_Map_L_Lowe_20230810\ExhA_ParkEnf_SHR_Welch_Pasteur_Quarry.mxd This map was produced by StanfordUniversity's Maps& Records. COPYRIGHTBoardof TrusteesofStanford University. Reproductiononlywiththepermissionofthe Office of Mapsand Records.Date:9/28/2023 Legend Stanford University Boundary Area proposed for Stanford coordinated parking enforcement Exhibit A. Address Description City State ZIP 875-900 Blake Wilbur Advanced Medicine Center & Clinic Palo Alto CA 94305 625 Clark Way Stanford West Child Care Center Palo Alto CA 94305 700 Clark Way Stanford West Apartments Palo Alto CA 94304 200 Pasteur Drive Parking Garage Palo Alto CA 94304 300 Pasteur Drive Lane Building Palo Alto CA 94305 500 Pasteur Drive Stanford Hospital Palo Alto CA 94305 213 Quarry Road Hoover Pavilion Palo Alto CA 94304 900 Quarry Road Ext. Stanford Hospital Palo Alto CA 94305 700 Welch Road Old Winery Palo Alto CA 94305 725 Welch Road LPCH Main & West Garages Palo Alto CA 94304 730 Welch Road Pediatric Ambulatory Care Center Palo Alto CA 94304 750 Welch Road Office Building Palo Alto CA 94304 770 Welch Road Clinical & Office Building Palo Alto CA 94304 777 Welch Road Office Building Palo Alto CA 94304 801 Welch Road Office Building Palo Alto CA 94304 900 Welch Road Office Building Palo Alto CA 94304 1000 Welch Road Office Building Palo Alto CA 94304 1059 Welch Road Parking lot Palo Alto CA 94304 1100 Welch Road Welch Road Apartments Palo Alto CA 94304 1180 Welch Road Parking Lot Palo Alto CA 94304 1189 Welch Road Stanford Hospital Parking Structure Palo Alto CA 94304 1190 Welch Road Parking Lot Palo Alto CA 94304 1199 Welch Road Parking Lot Palo Alto CA 94304 1600 Sand Hill Road Oak Creek Apartments Palo Alto CA 94305 Item 5 Attachment A - Resolution Authorizing Stanford University to Enforce Unauthorized Parking in Several of Its Parking Facilities Item 5: Staff Report Pg. 8 Packet Pg. 159 of 428  City Council Staff Report From: City Manager Report Type: CONSENT CALENDAR Lead Department: Police Meeting Date: February 12, 2024 Report #:2401-2545 TITLE Approval of Contract Number C24188120 with Summit Uniforms, LLC for Five Years for a Maximum Compensation Amount Not-to-Exceed $720,000 ($144,000/yr) for the Purchase of Police, Fire, and Park Ranger Uniforms and Related Equipment; CEQA status - not a project. RECOMMENDATION Staff recommends the City Council approve and authorize the City Manager or their designee to approve Contract Number C24188120 with Summit Uniforms, LLC for five years for a maximum compensation amount not-to-exceed $720,000 ($144,000/yr) for the purchase of police, fire, and park ranger uniforms and related equipment. BACKGROUND This contract and subsequent blanket purchase order is for collectively supplying police, fire, and park ranger personnel with uniforms and equipment. These supplies include uniforms and, for police staff and park rangers, some equipment worn on the body. For police, this includes ballistic vests, boots, and duty belts along with most of the equipment on the duty belt (except for a firearm and body worn camera). Uniforms require tailoring in some cases. Uniforms and related equipment are essential to maintaining a professional appearance for the community, performing critical duties, and keeping employees and the public safe. Supplying uniforms to employees is also part of the labor agreements. The Police Department, Fire Department, and Community Services Department purchase uniforms and equipment for their uniformed personnel on a regular ongoing basis. Police staff include uniform police officers, records staff, animal control officers, and community service officers. These departments must buy uniforms for all new employees and replace existing uniforms routinely due to wear. For the police staff, uniforms and ballistic vests are custom-fitted to each officer, which, in most cases, prevents them from being reused or recycled. Ballistic vests, worn by some police and fire staff, have a shelf life requiring them to be replaced every five years. Item 6 Item 6 Staff Report        Item 6: Staff Report Pg. 1  Packet Pg. 160 of 428  Uniforms are part of the personal protective equipment (PPE) staff uses to mitigate risk of exposure to common hazards. With the existing contract’s expiration on December 31, 2023, the City issued a Request for Proposal (RFP) in OpenGov, a public bidding platform. Staff directly notified three local suppliers of inventoried uniforms and duty belt equipment. Staff chose these three potential vendors because of proximity to the City since local services for alterations and fitting are required. The City received a single response from Summit Uniforms, LLC (Summit Uniforms) through the RFP process. ANALYSIS The City published an RFP four months ago and 116 registered vendors downloaded the RFP. Summit Uniforms submitted the only response. Summit Uniforms provides uniforms to local public safety agencies and the United States Postal Service (USPS), Valley Transportation Authority (VTA), local park services, and security services. They have decades of extensive knowledge regarding all ranks of law enforcement and fire departments and understand the needs of other uniformed services. Summit Uniforms has an on-site, full-service tailor shop in San Jose. Palo Alto public safety personnel require a location within driving distance for fittings and uniform pick-up/drop-off. Solicitation Process Staff posted an RFP for the project on the OpenGov portal and directly notified three local vendors. Staff posted the solicitation for 31 days and received one proposal. The solicitation closed on October 11, 2023. Table #1: Summary of Request for Proposal Proposal Description Proposed Length of Project Number of Vendors Notified Number of Proposal Packages Downloaded Total Days to Respond to Proposal Pre-Proposal Meeting Pre-Proposal Meeting Date Number of Proposals Received Proposal Price Range Public Link to Solicitation When the other two vendors (one in San Mateo County and one in Alameda County) were asked why they did not bid, their reply was they do not inventory and supply the brand of department uniforms specified in the bid. Specifically, the other two local vendors do not carry the same Item 6 Item 6 Staff Report Item 6: Staff Report Pg. 2 Packet Pg. 161 of 428  manufacturer specifications as currently worn by City staff. The other products inventoried would effectively have current staff in a different looking uniform from future staff. It should be noted management staff has been adding less expensive options to the specifications when practical. For example, for day-to-day use, staff is encouraged to use the polyester uniform, which is less expensive to the traditional wool uniform, which provide better personal protection. Some city uniform specifications include field uniforms (sometimes referred to as tactical dress uniforms or battle dress uniforms) for specific traffic or tactical assignments, paramedic services, or animal control because rips and tears are more common, and those uniforms are less expensive to replace or patch. The previous City supply contract was with Summit Uniforms (contract #C19172451 from 2018- 20231). Costs, in most cases, have risen since the previous contract. The average increase since 2018 is 17%, which represents 2.83% per year. Bullet proof vests increased 25% from six years ago. Staff recommends the City contract with Summit Uniforms for another five years and staff will continue to evaluate the specifications for less expensive options that provide the required protection and professional image. FISCAL/RESOURCE IMPACT This contract was created using existing resources. The ”not-to-exceed" cost of this contract is $144,000 per year across three departments. The Department operating budgets will fund this contract. Should the budget not be available to service this contract, the individual departments will seek a budget change within the normal course of the budgeting cycle, which will include Council authorization. For reference, the cost to outfit a new police officer with uniforms and equipment is approximately $5,300. Each department expects to have an annual expense of: STAKEHOLDER ENGAGEMENT This contract is for purchasing public safety uniforms and equipment and does not involve or impact any stakeholders. 1 City Council, June 25, 2018, Agenda Item #16, Report # 9267 https://recordsportal.paloalto.gov/Weblink/DocView.aspx?id=2163&dbid=0&repo=PaloAlto Item 6 Item 6 Staff Report Item 6: Staff Report Pg. 3 Packet Pg. 162 of 428  ENVIRONMENTAL REVIEW ATTACHMENTS APPROVED BY: Item 6 Item 6 Staff Report        Item 6: Staff Report Pg. 4  Packet Pg. 163 of 428  City of Palo Alto General Services Agreement 1 Rev. March 29, 2018 CITY OF PALO ALTO CONTRACT NO. C24188120 GENERAL SERVICES AGREEMENT THIS AGREEMENT made and entered into on the 12th day of February, 2024, by and between the CITY OF PALO ALTO, a California chartered municipal corporation (“CITY”), and SUMMIT UNIFORMS, LLC, a Limited Liability Company, located at 545 Meridian Ave., Suite A, San Jose, CA 95126, Telephone Number: 408-708-0698 (“CONTRACTOR”). In consideration of their mutual covenants, the parties hereto agree as follows: 1. SERVICES. CONTRACTOR shall provide or furnish the services (the “Services”) described in the Scope of Services, attached at Exhibit A. 2. EXHIBITS. The following exhibits are attached to and made a part of this Agreement: “A” - Scope of Services “B” - Schedule of Performance “C” – Schedule of Fees “D” - Insurance Requirements CONTRACT IS NOT COMPLETE UNLESS ALL INDICATED EXHIBITS ARE ATTACHED. 3. TERM. The term of this Agreement is from February 12, 2024 to February 11, 2029 inclusive, subject to the provisions of Sections R and W of the General Terms and Conditions. 4. SCHEDULE OF PERFORMANCE. CONTRACTOR shall complete 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, attached at 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 The sum of dollars ($ ) per hour, not to exceed a total maximum compensation amount of dollars ($ ); OR DocuSign Envelope ID: CA0CB054-75B8-4247-B078-5BF50A9F4CAF Item 6 Attachment A - Contract C24188120 -Summit Uniforms LLC        Item 6: Staff Report Pg. 5  Packet Pg. 164 of 428  City of Palo Alto General Services Agreement 2 Rev. March 29, 2018 A sum calculated in accordance with the fee schedule set forth at Exhibit C, not to exceed a total maximum compensation amount of One Hundred Forty-Four Thousand dollars per year ($144,000/year) for a not to exceed maximum compensation amount of Seven Hundred Twenty Thousand dollars ($720,000) for all five years. CONTRACTOR agrees that it can perform the Services for an amount not to exceed the total maximum compensation set forth above. Any hours worked or services performed by CONTRACTOR for which payment would result in a total exceeding the maximum amount of compensation set forth above for performance of the Services shall be at no cost to CITY. CITY has set aside the sum of dollars ($ ) for Additional Services. CONTRACTOR shall provide Additional Services only by advanced, written authorization from the City Manager or designee. CONTRACTOR, at the CITY’s request, shall submit a detailed written proposal including a description of the scope of services, schedule, level of effort, and CONTRACTOR’s proposed maximum compensation, including reimbursable expense, for such services. Compensation shall be based on the hourly rates set forth above or in Exhibit C (whichever is applicable), or if such rates are not applicable, a negotiated lump sum. CITY shall not authorize and CONTRACTOR shall not perform any Additional Services for which payment would exceed the amount set forth above for Additional Services. Payment for Additional Services is subject to all requirements and restrictions in this Agreement. 6. COMPENSATION DURING ADDITIONAL TERMS. CONTRACTOR’S compensation rates for each additional term shall be the same as the original term; OR 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 Clerical 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 published most immediately preceding the commencement date of the then expiring term. Notwithstanding the foregoing, in no event shall CONTRACTOR’s compensation rates be increased by an amount exceeding five percent of the rates effective DocuSign Envelope ID: CA0CB054-75B8-4247-B078-5BF50A9F4CAF Item 6 Attachment A - Contract C24188120 -Summit Uniforms LLC        Item 6: Staff Report Pg. 6  Packet Pg. 165 of 428  City of Palo Alto General Services Agreement 3 Rev. March 29, 2018 during the immediately preceding term. Any adjustment to CONTRACTOR’s compensation rates shall be reflected in a written amendment to this Agreement. 7.CLAIMS PROCEDURE FOR “9204 PUBLIC WORKS PROJECTS”. For purposes of this Section 7, a “9204 Public Works Project” means the erection, construction, alteration, repair, or improvement of any public structure, building, road, or other public improvement of any kind. Public Contract Code Section 9204 mandates certain claims procedures for Public Works Projects, which are set forth in “Appendix __ Claims for Public Contract Code Section 9204 Public Works Projects”. This project is a 9204 Public Works Project and is required to comply with the claims procedures set forth in Appendix __, attached hereto and incorporated herein. OR This project is not a 9204 Public Works Project. 8.INVOICING. Send all invoices to CITY, Attention: Project Manager. The Project Manager is Michael Kan, Dept.: Police, Telephone: 650-656-5324. The Project Manager for Fire: Kevin McNally, Dept.: Fire, Telephone: (650)329-2265. Invoices shall be submitted in arrears for Services performed. Invoices shall not be submitted more frequently than monthly. Invoices shall provide a detailed statement of Services performed during the invoice period and are subject to verification by CITY. CITY shall pay the undisputed amount of invoices within 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 1 through 8 above, these general terms and conditions and the attached exhibits. B.QUALIFICATIONS. CONTRACTOR represents and warrants that it has the expertise and qualifications to complete the services described in Section 1 of this Agreement, entitled “SERVICES,” and that every individual charged with the performance 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, to perform the Services. CITY expressly relies on CONTRACTOR’s representations regarding its skills, knowledge, and certifications. CONTRACTOR shall perform all work in accordance with generally accepted DocuSign Envelope ID: CA0CB054-75B8-4247-B078-5BF50A9F4CAF Item 6 Attachment A - Contract C24188120 -Summit Uniforms LLC Item 6: Staff Report Pg. 7 Packet Pg. 166 of 428  City of Palo Alto General Services Agreement 4 Rev. March 29, 2018 business practices and performance standards of the industry, including all federal, state, and local operation and safety regulations. C. INDEPENDENT CONTRACTOR. It is understood and agreed that in the performance of this Agreement, CONTRACTOR and any person employed by CONTRACTOR shall at all times be considered an independent CONTRACTOR and not an agent or employee of CITY. CONTRACTOR shall be responsible for employing or engaging all persons necessary to complete the work required under this Agreement. D. SUBCONTRACTORS. CONTRACTOR may not use subcontractors to perform any Services under this Agreement unless CONTRACTOR obtains prior written consent of CITY. CONTRACTOR 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. PALO ALTO MINIMUM WAGE ORDINANCE. CONTRACTOR shall comply with all requirements of the Palo Alto Municipal Code Chapter 4.62 (Citywide Minimum Wage), as it may be amended from time to time. In particular, for any employee otherwise entitled to the State minimum wage, who performs at least two (2) hours of work in a calendar week within the geographic boundaries of the City, CONTRACTOR shall pay such employees no less than the minimum wage set forth in Palo Alto Municipal Code section 4.62.030 for each hour worked within the geographic boundaries of the City of Palo Alto. In addition, CONTRACTOR shall post notices regarding the Palo Alto Minimum Wage Ordinance in accordance with Palo Alto Municipal Code section 4.62.060. H. DAMAGE TO PUBLIC OR PRIVATE 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. CITY 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 shall be made for amounts withheld because of them. DocuSign Envelope ID: CA0CB054-75B8-4247-B078-5BF50A9F4CAF Item 6 Attachment A - Contract C24188120 -Summit Uniforms LLC        Item 6: Staff Report Pg. 8  Packet Pg. 167 of 428  City of Palo Alto General Services Agreement 5 Rev. March 29, 2018 I. 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 all 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 CITY. The warranties set forth in this section shall 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. J. MONITORING OF SERVICES. CITY may monitor the Services performed under this Agreement to determine whether CONTRACTOR’s work is completed in a satisfactory manner and complies with the provisions of this Agreement. K. CITY’S PROPERTY. Any reports, information, data or other material (including copyright 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 use and will not be made available to any individual or organization by CONTRACTOR or its subcontractors, if any, without the prior written approval of the City Manager. L. AUDITS. CONTRACTOR 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 final 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. M. NO IMPLIED WAIVER. No payment, partial payment, acceptance, or partial acceptance by CITY shall operate as a waiver on the part of CITY of any of its rights under this Agreement. N. INSURANCE. CONTRACTOR, at its sole cost, shall purchase and maintain in full force during the term of this Agreement, the insurance coverage described at Exhibit D. Insurance must be provided by companies with a Best’s Key Rating of A- :VII or higher and which are otherwise acceptable to CITY’s Risk Manager. The Risk Manager must approve deductibles and self-insured retentions. In addition, all policies, endorsements, certificates and/or binders are subject to approval by the Risk Manager as to form and content. CONTRACTOR shall obtain a policy DocuSign Envelope ID: CA0CB054-75B8-4247-B078-5BF50A9F4CAF Item 6 Attachment A - Contract C24188120 -Summit Uniforms LLC        Item 6: Staff Report Pg. 9  Packet Pg. 168 of 428  City of Palo Alto General Services Agreement 6 Rev. March 29, 2018 endorsement naming the City of Palo Alto as an additional insured under any general liability or automobile policy. CONTRACTOR 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 Risk Manager. CONTRACTOR shall provide certificates of such policies or other evidence of coverage satisfactory to the Risk Manager, together with the required endorsements and evidence of payment of premiums, to CITY concurrently with the execution of this Agreement and shall throughout the term of this Agreement provide current certificates evidencing the required insurance coverages and endorsements to the Risk Manager. CONTRACTOR shall include all subcontractors as insured under its policies or shall obtain and provide to CITY separate certificates and endorsements for each subcontractor that meet all the requirements of this section. The procuring of such required policies of insurance shall not operate to limit CONTRACTOR’s liability or obligation to indemnify CITY under this Agreement. O. HOLD HARMLESS. To the fullest extent permitted by law and without limitation by the provisions of section N 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 costs, including, but not limited to reasonable attorney’s fees, courts costs and costs of alternative dispute resolution), arising out of, or resulting in any way from or in connection with the performance of this Agreement. CONTRACTOR’s obligations under this Section apply regardless of whether or not a liability is caused or contributed to by any negligent (passive or active) act or omission of CITY, except that CONTRACTOR shall not be obligated to indemnify for liability arising from the sole negligence or willful misconduct of CITY. The acceptance of the Services by CITY shall not operate as a waiver of the right of indemnification. The provisions of this Section survive the completion of the Services or termination of this Agreement. P. NON-DISCRIMINATION. As set forth in Palo Alto Municipal Code section 2.30.510, CONTRACTOR certifies that in the performance of this Agreement, it shall not discriminate in the employment of any person because 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. CONTRACTOR acknowledges that it has read and understands the provisions of Section 2.30.510 of the Palo Alto Municipal Code relating to Nondiscrimination Requirements and the penalties for violation thereof, and agrees to meet all requirements of Section 2.30.510 pertaining to nondiscrimination in employment. DocuSign Envelope ID: CA0CB054-75B8-4247-B078-5BF50A9F4CAF Item 6 Attachment A - Contract C24188120 -Summit Uniforms LLC        Item 6: Staff Report Pg. 10  Packet Pg. 169 of 428  City of Palo Alto General Services Agreement 7 Rev. March 29, 2018 Q. WORKERS' COMPENSATION. CONTRACTOR, by executing this Agreement, certifies that it is aware of the provisions of the Labor Code of the State of Califor- nia 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. R. TERMINATION. The City Manager may terminate this 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 to all other remedies provided by law, the City Manager may terminate this Agreement immediately upon written notice of termination. Upon receipt of such notice of termination, CONTRACTOR shall immediately discontinue performance. CITY shall pay CONTRACTOR for services satisfactorily performed up to the effective date of termination. If the termination is for cause, CITY may deduct from such payment the amount of actual damage, if any, sustained by CITY due to CONTRACTOR’s failure to perform its material obligations under this Agreement. Upon termination, CONTRACTOR shall immediately deliver to the City Manager any and all copies of studies, sketches, drawings, computations, and 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. S. ASSIGNMENTS/CHANGES. This Agreement binds the parties and their successors and assigns to all covenants of this Agreement. This Agreement shall not be assigned or transferred without the prior written consent of CITY. No amendments, changes or variations of any kind are authorized without the written consent of CITY. T. CONFLICT OF INTEREST. In accepting this Agreement, CONTRACTOR covenants that it presently has no interest, and will not acquire any interest, direct or indirect, financial or otherwise, which would conflict in any manner or degree with the performance of this Agreement. CONTRACTOR further covenants that, in the performance of this Agreement, it will not employ any person having such an interest. CONTRACTOR certifies that no CITY officer, employee, or authorized representative has any financial interest in the business of CONTRACTOR and that no person associated with CONTRACTOR has any interest, direct or indirect, which could conflict with the faithful performance of this Agreement. CONTRACTOR agrees to advise CITY if any conflict arises. U. GOVERNING LAW. This Agreement shall be governed and interpreted by the laws of the State of California. DocuSign Envelope ID: CA0CB054-75B8-4247-B078-5BF50A9F4CAF Item 6 Attachment A - Contract C24188120 -Summit Uniforms LLC        Item 6: Staff Report Pg. 11  Packet Pg. 170 of 428  City of Palo Alto General Services Agreement 8 Rev. March 29, 2018 V. 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 Agreement. Any variance 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 all prior agreements, representations, statements, negotiations and undertakings whether oral or written. W. NON-APPROPRIATION. 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 following fiscal year, or (b) at any time within a fiscal year in the event that funds are only appropriated for a portion of the fiscal year and funds for this Agreement 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 Agreement. X. ENVIRONMENTALLY PREFERRED PURCHASING AND ZERO WASTE REQUIREMENTS. CONTRACTOR shall comply with CITY’s Environmentally Preferred Purchasing policies which are available at CITY’s Purchasing Division, which are incorporated by reference and may be amended from time to time. CONTRACTOR shall comply with waste reduction, reuse, recycling and disposal requirements of CITY’s Zero Waste Program. Zero Waste best practices include first minimizing and reducing waste; second, reusing waste and third, recycling or composting waste. In particular, CONTRACTOR shall comply with the following zero waste requirements: • All printed materials provided by CONTRACTOR to CITY generated from a personal computer and printer including but not limited to, proposals, quotes, invoices, reports, and public education materials, shall be double- sided and printed on a minimum of 30% or greater post-consumer content paper, unless otherwise approved by CITY’s Project Manager. Any submitted materials printed by a professional printing company shall be a minimum of 30% or greater post-consumer material and printed with vegetable based inks. • Goods purchased by Contractor on behalf of CITY shall be purchased in accordance with CITY’s Environmental Purchasing Policy including, but not limited to, Extended Producer Responsibility requirements for products and packaging. A copy of this policy is on file at the Purchasing Division’s office. • Reusable/returnable pallets shall be taken back by CONTRACTOR, at no additional cost to CITY, for reuse or recycling. CONTRACTOR shall provide documentation from the facility accepting the pallets to verify that pallets are not being disposed. DocuSign Envelope ID: CA0CB054-75B8-4247-B078-5BF50A9F4CAF Item 6 Attachment A - Contract C24188120 -Summit Uniforms LLC        Item 6: Staff Report Pg. 12  Packet Pg. 171 of 428  City of Palo Alto General Services Agreement 9 Rev. March 29, 2018 Y. AUTHORITY. The individual(s) executing this Agreement on behalf of the parties represent and warrant that they have the legal capacity and authority to do so on behalf of their respective legal entities. Z. PREVAILING WAGES This Project is not subject to prevailing wages. CONTRACTOR is not required to pay prevailing wages in the performance and implementation of the Project in accordance with SB 7, if the Agreement is not a public works contract, if Agreement does not include a public works construction project of more than $25,000, or the Agreement does not include a public works alteration, demolition, repair, or maintenance (collectively, ‘improvement’) project of more than $15,000. OR Contractor is required to pay general prevailing wages as defined in Subchapter 3, Title 8 of the California Code of Regulations and Section 16000 et seq. and Section 1773.1 of the California Labor Code. Pursuant to the provisions of Section 1773 of the Labor Code of the State of California, the City Council has obtained the general prevailing rate of per diem wages and the general rate for holiday and overtime work in this locality for each craft, classification, or type of worker needed to execute the Agreement for this Project from the Director of the Department of Industrial Relations (“DIR”). Copies of these rates may be obtained at the Purchasing Division’s office of the City of Palo Alto. Contractor shall provide a copy of prevailing wage rates to any staff or subcontractor hired, and shall pay the adopted prevailing wage rates as a minimum. Contractor shall comply with the provisions of all sections, including, but not limited to, Sections 1775, 1776, 1777.5, 1782, 1810, and 1813, of the Labor Code pertaining to prevailing wages. AA. DIR REGISTRATION. In regard to any public work construction, alteration, demolition, repair or maintenance work, CITY will not accept a bid proposal from or enter into this Agreement with CONTRACTOR without proof that CONTRACTOR and its listed subcontractors are registered with the California Department of Industrial Relations (“DIR”) to perform public work, subject to limited exceptions. City requires CONTRACTOR and its listed subcontractors to comply with the requirements of SB 854. CITY provides notice to CONTRACTOR of the requirements of California Labor Code section 1771.1(a), which reads: “A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined DocuSign Envelope ID: CA0CB054-75B8-4247-B078-5BF50A9F4CAF Item 6 Attachment A - Contract C24188120 -Summit Uniforms LLC        Item 6: Staff Report Pg. 13  Packet Pg. 172 of 428  City of Palo Alto General Services Agreement 10 Rev. March 29, 2018 in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the Agreement is awarded.” CITY gives notice to CONTRACTOR and its listed subcontractors that CONTRACTOR is required to post all job site notices prescribed by law or regulation and CONTRACTOR is subject to SB 854-compliance monitoring and enforcement by DIR. CITY requires CONTRACTOR and its listed subcontractors to comply with the requirements of Labor Code section 1776, including: Keep accurate payroll records, showing the name, address, social security number, work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by, respectively, CONTRACTOR and its listed subcontractors, in connection with the Project. The payroll records shall be verified as true and correct and shall be certified and made available for inspection at all reasonable hours at the principal office of CONTRACTOR and its listed subcontractors, respectively. At the request of CITY, acting by its project manager, CONTRACTOR and its listed subcontractors shall make the certified payroll records available for inspection or furnished upon request to the project manager within ten (10) days of receipt of CITY’s request. [For state- and federally-funded projects] CITY requests CONTRACTOR and its listed subcontractors to submit the certified payroll records to the project manager at the end of each week during the Project. If the certified payroll records are not produced to the project manager within the 10-day period, then CONTRACTOR and its listed subcontractors shall be subject to a penalty of one hundred dollars ($100.00) per calendar day, or portion thereof, for each worker, and CITY shall withhold the sum total of penalties from the progress payment(s) then due and payable to CONTRACTOR. Inform the project manager of the location of CONTRACTOR’s and its listed subcontractors’ payroll records (street address, city and county) at the commencement of the Project, and also provide notice to the project manager within five (5) business days of any change of location of those payroll records. DocuSign Envelope ID: CA0CB054-75B8-4247-B078-5BF50A9F4CAF Item 6 Attachment A - Contract C24188120 -Summit Uniforms LLC        Item 6: Staff Report Pg. 14  Packet Pg. 173 of 428  City of Palo Alto General Services Agreement 11 Rev. March 29, 2018 BB. CONTRACT TERMS. All unchecked boxes do not apply to this Agreement. In the case of any conflict between the terms of this Agreement and the exhibits hereto or CONTRACTOR’s proposal (if any), the Agreement shall control. In the case of any conflict between the exhibits hereto and CONTRACTOR’s proposal, the exhibits shall control. DocuSign Envelope ID: CA0CB054-75B8-4247-B078-5BF50A9F4CAF Item 6 Attachment A - Contract C24188120 -Summit Uniforms LLC        Item 6: Staff Report Pg. 15  Packet Pg. 174 of 428  (rev. Feb 16, 2023) CONTRACT NO. C24188120 SIGNATURE PAGE IN WITNESS WHEREOF, the parties hereto have by their duly authorized representatives executed this Agreement as of the date first above written. CITY OF PALO ALTO ____________________________ City Manager APPROVED AS TO FORM: __________________________ City Attorney or designee SUMMIT UNIFORMS, LLC By:_____________________________ Name:__________________________ Title:___________________________ DocuSign Envelope ID: CA0CB054-75B8-4247-B078-5BF50A9F4CAF General Manager Paul Comaroto Item 6 Attachment A - Contract C24188120 -Summit Uniforms LLC        Item 6: Staff Report Pg. 16  Packet Pg. 175 of 428  (rev. Feb 16, 2023) EXHIBIT A SCOPE OF SERVICES CONTRACTOR shall provide new uniforms, accessories and alterations for the City of Palo Alto’s Public Safety Personnel. The City is responsible for outfitting Police, Fire, and Park Ranger personnel with uniforms and related apparel and equipment. The price lists for each personnel group are attached and staff anticipates minimal changes in these lists for the duration of the agreement. CONTRACTOR shall provide uniform needs including tailoring and equipment to meet all requirements for police, fire, park rangers, community service officers, animal services, and support services staff. There are approximately 270 Public Safety employees who will be replacing uniforms on an as-needed basis. These include but not limited to the following: • Police: Sworn Officers, Community Service Officers, Animal Control Officers, support staff • Fire: Firefighters, Captains, Chiefs, EMTs, Paramedics, support staff • City: Park Rangers • Newly hired personnel will require a complete set of the uniform. Authorization Form Employees will come to the store to select products and/or to be fitted. Each employee must bring an authorization form signed by an authorized person. Vendor must not accept orders without this authorization form. No phone orders are allowed unless they are placed by the authorized person. The City will supply the selected vendor with list of authorized persons. General Specifications The CONTRACTOR shall: 1. Operate a full-time retail store within 25 miles of Palo Alto with the following minimum requirements: a. The store must be open a minimum of 5 days a week from 1000-1700 hours b. Two or more full-time tailors on location c. Two or more persons working at the store in a customer service capacity d. A primary single point of contact knowledgeable and familiar with police DocuSign Envelope ID: CA0CB054-75B8-4247-B078-5BF50A9F4CAF Item 6 Attachment A - Contract C24188120 -Summit Uniforms LLC        Item 6: Staff Report Pg. 17  Packet Pg. 176 of 428  (rev. Feb 16, 2023) equipment and uniforms who is available during store hours for questions and has the authority to make updates to the uniform specifications on an as needed basis e. One or more employees with a minimum of one-year experience fitting police officers for ballistic vests 2. Provide a maximum alteration turn-around time on all orders of 5 business days 3. Have the ability to loan new products on a “demo” basis 4. Provide emergency (same day or next business day) alterations / outfitting for unanticipated, exceptional, occasions (such as funerals) within reason 5. Maintain a regular inventory of all items outlined within the SCHEDULE OF FEES and to have them available in a full range of standard, common sizes 6. Be able to supply appropriate uniforms for Law Enforcement and Fire Academies held within Santa Clara County 7. Provide services and goods on an as needed basis CONTRACTOR shall be able to provide one or more current service representative names and contact details from each of the below listed company (for the purpose of reference checks – limited to customer service questions only): Purchase Authorization CONTRACTOR shall provide uniform needs including tailoring and equipment to meet all requirements for the above listed staff pursuant to a purchase authorization granted by the department chief and/or designated staff member(s) for each department (“authorized purchasing staff”). The City is responsible for maintaining an updated list of authorized purchasing staff members and communicating that list to CONTRACTOR in a timely manner at the beginning of the contract period and whenever changes are made to the staff assignments. CONTRACTOR may accept orders properly authorized by paper purchase order form, email, phone, or face-to-face contact with the authorized purchasing staff. CONTRACTOR is required to specify the cost for alterations as outlined within this the SCHEDULE OF FEES and to specify whether the charges are included in the original item price or if the charges are additional. Any pricing that is not submitted shall be assumed to be included in the purchase price. DocuSign Envelope ID: CA0CB054-75B8-4247-B078-5BF50A9F4CAF Item 6 Attachment A - Contract C24188120 -Summit Uniforms LLC        Item 6: Staff Report Pg. 18  Packet Pg. 177 of 428  (rev. Feb 16, 2023) Authorized purchasing staff may periodically discuss and accept changes to individual items within the SCHEDULE OF FEES and any corresponding incremental pricing updates under any of the following conditions: • A manufacturer discontinues a product line, but offers an updated item OR the affected department agrees to substitute a comparable item with similar functionality from a different manufacturer • A department updates its uniform specifications due to operational changes (i.e. a department- wide switch in duty weapon necessitates new holsters and magazine pouches) • A department updates its uniform specifications in response to updates in technology, government standards, or best practices (i.e. a switch to the most current ballistic vests from a prior model under an older standard) Contract pricing bid shall be applied to ANY City department, regardless of where it falls within the schedule of fees (Exhibit C). The schedule of fees is simplified to avoid some of the redundancy in cases where multiple departments utilize the same uniform equipment, clothing, or accessories. DocuSign Envelope ID: CA0CB054-75B8-4247-B078-5BF50A9F4CAF Item 6 Attachment A - Contract C24188120 -Summit Uniforms LLC        Item 6: Staff Report Pg. 19  Packet Pg. 178 of 428  (rev. Feb 16, 2023) EXHIBIT B SCHEDULE OF PERFORMANCE CONTRACTOR shall perform the Services on an as needed basis. DocuSign Envelope ID: CA0CB054-75B8-4247-B078-5BF50A9F4CAF Item 6 Attachment A - Contract C24188120 -Summit Uniforms LLC        Item 6: Staff Report Pg. 20  Packet Pg. 179 of 428  (rev. Feb 16, 2023) EXHIBIT C SCHEDULE OF FEES CITY shall pay CONTRACTOR according to the following fee schedule. The maximum amount of compensation to be paid to Contractor, including both payment for services and reimbursable expenses, shall not exceed One Hundred Forty-Four Thousand dollars per year ($144,000/year) and Seven Hundred Twenty Thousand dollars ($720,000) for all five years. Any services provided or hours worked for which payment would result in a total exceeding the maximum amount of compensation set forth herein shall be at no cost to City. YEAR 1 POLICE DEPARTMENT UNIFORMS SCHEDULE OF FEES Police uniform items are generally "LAPD Navy Blue" in color for sworn, light blue for CSO and support, green/ tan for animal control 1 Wool Pants Fechheimer 32289 $119.00 2 Poly-Lycra pants Fechheimer 39489 $89.00 3 BDU pants Blauer 8831 $69.00 4 Training cargo pants (various colors) 5.11 Stryke $89.00 5 SWAT TDU pants (SWAT color) 5.11 $69.00 6 Bike shorts Blauer 8841-1 $99.00 7 CSO shorts 5.11 73285 $- 8 Rain Pants (navy blue or black) 5.11 48057 $119.00 9 Pants Belt (black) Boston Leather $39.00 10 LS wool shirt/ silver P's on epaulette Elbeco 437 $99.00 11 SS wool shirt/ silver P's on epaulette Elbeco 4237 $89.00 12 LS heavy wool shirt/ silver P's on epaulette on epaulette DocuSign Envelope ID: CA0CB054-75B8-4247-B078-5BF50A9F4CAF Item 6 Attachment A - Contract C24188120 -Summit Uniforms LLC        Item 6: Staff Report Pg. 21  Packet Pg. 180 of 428  (rev. Feb 16, 2023) 27 SS BDU shirt Blauer 8741 $69.00 28 LS ArmorSkin polo for external vest wear vest wear SWAT TDU shirt (SWAT color) (Animal Control) $32.00 43 Traffic safety vest w/star patch Blauer 339P $59.00 44 Black Tie S. Broome $10.00 45 PAPD Star Tie Bar Hookfast $14.00 46 PAPD Star Tie Tac Hookfast $12.00 47 PD shoulder patches paid for by department, but held at store YEAR 1 DUTY GEAR/ EQUIPMENT (Police, CSO, Animal Control). SCHEDULE OF FEES Line Item Description Manufacture Model/St... Unit Cost DocuSign Envelope ID: CA0CB054-75B8-4247-B078-5BF50A9F4CAF Item 6 Attachment A - Contract C24188120 -Summit Uniforms LLC        Item 6: Staff Report Pg. 22  Packet Pg. 181 of 428  (rev. Feb 16, 2023) 16 OC spray pouch Bianchi 7907 $36.00 17 Universal radio holder Bianchi 7914S $59.00 18 Silent key holder Bianchi 7916 $29.00 19 Compact light holder (Strion- size) Bianchi 7926 $22.00 20 Flat glove pouch Bianchi 7928 $29.00 21 Glove pouch Bianchi 7915 $29.00 22 Baton holder Bianchi 7904 $69.00 YEAR 1 POLICE MOTOR OFFICERS SCHEDULE OF FEES Line Item Description Manufacturer Model/St... Unit Cost 1 Boots All American $549.00 2 Breeches 5.11 $199.00 3 Helmet Shoei $549.00 YEAR 1 FIRE DEPARTMENT UNIFORM SCHEDULE OF FEES Line Item Description Manufacturer Model/St... Unit Cost 1 16 oz. wool pants Flying Cross SFFDTRS01 $119.00 2 EMS pants Propper $69.00 3 TDU pants (navy blue) 5.11 74003-724 $69.00 4 Pants belt Boston Leather (see above) $36.00 5 SS wool shirt Elbeco 4237 $89.00 6 LS wool shirt Elbeco 437 $99.00 7 SS white shirt Elbeco 867 $44.00 8 LS white shirt Elbeco 877 $54.00 9 SS light blue shirt Elbeco 868 $44.00 10 EMS Jacket 5.11 $- 11 Duty Jacket (navy blue) Blauer 6120 $179.00 12 Double-breasted jacket Fechheimer X917B90- $369.00 13 Blue Bell Cap - plain bill None $109.00 14 Blue Bell Cap - plain bill None $109.00 15 Tie Samuel Boome $10.00 16 Tie Bar Vanguard $8.00 17 Maltese cross Blackinton $14.00 18 Collar insignia - button Blackinton $24.00 19 Collar insignia - cut out silver Blackinton $34.00 20 Collar insignia - cut out gold Blackinton $34.00 21 Badge holder Strong $26.00 22 Shoulder patches Schweitez $14.00 23 Sleeve stripe None $50.00 24 Boots Danner 18102 $349.00 25 Boots Danner 18051 $299.00 26 Boots Thorogood 804-6037 $169.00 27 Additional boots may be specified as new styles arrive - Authority outlined in Exhibit DocuSign Envelope ID: CA0CB054-75B8-4247-B078-5BF50A9F4CAF Item 6 Attachment A - Contract C24188120 -Summit Uniforms LLC        Item 6: Staff Report Pg. 23  Packet Pg. 182 of 428  (rev. Feb 16, 2023) YEAR 1 PARK RANGERS UNIFORM/ DUTY GEAR SCHEDULE OF FEES Line Item Description Manufacturer Model/St... Unit Cost 1 Class A pants (wool/ poly) forest green 2 Class B pants (cotton/ poly) forest green Ben Davis 3 Class B pants OD green Blauer 8810 4 Pants Belt Boston Leather 5 SS RANGER shirt (tropical weave silver/ tan) $79.00 6 LS RANGER shirt (tropical weave silver/ tan) $89.00 7 SS TECHNICIAN shirt (khaki cotton / poly) Dickies $36.00 8 LS TECHNICIAN shirt (khaki cotton / poly) Dickies $39.00 9 Duty Jacket OD green Blauer 9820-60 $369.00 10 Straw campaign hat (tan w/ grommets) Stratton $129.00 11 Coveralls Dickies $59.00 12 Leather glove holder Dickies $16.00 13 Leather key silencer Dickies $25.00 14 Leather flashlight holder Dickies $22.00 15 Leather multi-tool holder Dickies $- 16 Leather M K3 size OC holder Dickies $34.00 YEAR 1 CLOTHING ACCESSORIES (ALL DEPARTMENTS) SCHEDULE OF FEES Line Item Description Manufacturer Model /S ... Unit Cost 1 Cloth nametag None $12.00 2 Metal nametag for formal shirt None $15.00 3 Metal nametag for IKE/ formal jacket None $15.00 4 Zippers for shirts None $20.00 5 Chevrons None $9.00 6 Hash marks None $2.00 7 Take in shirt sides None $25.00 8 Shorten shirt sleeves None $25.00 9 OVERSIZE CHARGES for larger than 2XL None $- Year 2 DocuSign Envelope ID: CA0CB054-75B8-4247-B078-5BF50A9F4CAF Item 6 Attachment A - Contract C24188120 -Summit Uniforms LLC        Item 6: Staff Report Pg. 24  Packet Pg. 183 of 428  (rev. Feb 16, 2023) YEAR 2 POLICE DEPARTMENT UNIFORMS SCHEDULE OF FEES Police uniform items are generally "LAPD Navy Blue" in color for sworn, light blue for CSO 1 Wool Pants Fechheimer 32289 $120.19 2 Poly-Lycra pants Fechheimer 39489 $89.89 3 BDU pants Blauer 8831 $69.69 4 Training cargo pants (various colors) 5.11 Stryke $89.89 5 SWAT TDU pants (SWAT color) 5.11 $69.69 6 Bike shorts Blauer 8841-1 $99.99 7 CSO shorts 5.11 73285 $- 8 Rain Pants (navy blue or black) 5.11 48057 $120.19 9 Pants Belt (black) Boston Leather $39.39 10 LS wool shirt/ silver P's on epaulette Elbeco 437 $99.99 11 SS wool shirt/ silver P's on epaulette Elbeco 4237 $89.89 12 LS heavy wool shirt/ silver P's on epaulette on epaulette vest wear vest wear SWAT TDU shirt (SWAT color) DocuSign Envelope ID: CA0CB054-75B8-4247-B078-5BF50A9F4CAF Item 6 Attachment A - Contract C24188120 -Summit Uniforms LLC        Item 6: Staff Report Pg. 25  Packet Pg. 184 of 428  (rev. Feb 16, 2023) 37 Fleece jacket w/ nametag (Animal Control) $32.32 43 Traffic safety vest w/star patch Blauer 339P $59.59 44 Black Tie S. Broome $10.10 45 PAPD Star Tie Bar Hookfast $14.14 46 PAPD Star Tie Tac Hookfast $12.12 47 PD shoulder patches paid for by department, but held at store YEAR 2 DUTY GEAR/ EQUIPMENT (Police, CSO, Animal Control). SCHEDULE OF FEES Line Item Description Manufacture Model/St... Unit Cost YEAR 2 POLICE MOTOR OFFICERS SCHEDULE OF FEES Line Item Description Manufacturer Model/St... Unit Cost 1 DocuSign Envelope ID: CA0CB054-75B8-4247-B078-5BF50A9F4CAF Item 6 Attachment A - Contract C24188120 -Summit Uniforms LLC        Item 6: Staff Report Pg. 26  Packet Pg. 185 of 428  (rev. Feb 16, 2023) 2 Breeches 5.11 $200.99 3 Helmet Shoei $554.49 YEAR 2 FIRE DEPARTMENT UNIFORM SCHEDULE OF FEES Line Item Description Manufacturer Model/St... Unit Cost 1 16 oz. wool pants Flying Cross SFFDTRS01 $120.19 2 EMS pants Propper $69.69 3 TDU pants (navy blue) 5.11 74003-724 $69.69 4 Pants belt Boston Leather (see above) $39.39 5 SS wool shirt Elbeco 4237 $89.89 6 LS wool shirt Elbeco 437 $99.99 7 SS white shirt Elbeco 867 $44.44 8 LS white shirt Elbeco 877 $54.54 9 SS light blue shirt Elbeco 868 $44.44 10 EMS Jacket 5.11 $- 11 Duty Jacket (navy blue) Blauer 6120 $180.79 12 Double-breasted jacket Fechheimer X917B90-01 $372.69 13 Blue Bell Cap - plain bill None $110.09 14 Blue Bell Cap - plain bill None $110.09 15 Tie Samuel Boome $10.10 16 Tie Bar Vanguard $8.08 17 Maltese cross Blackinton $14.14 18 Collar insignia - button Blackinton $24.24 19 Collar insignia - cut out silver Blackinton $34.34 20 Collar insignia - cut out gold Blackinton $34.34 21 Badge holder Strong $26.26 22 Shoulder patches Schweitez $14.14 23 Sleeve stripe None $50.50 24 Boots Danner 18102 $352.49 25 Boots Danner 18051 $301.99 26 Boots Thorogood 804-6037 $170.69 27 Additional boots may be specified as new styles arrive - Authority outlined in Exhibit YEAR 2 PARK RANGERS UNIFORM/ DUTY GEAR SCHEDULE OF FEES Line Item Description Manufacturer Model/St... Unit Cost forest green 2 Class B pants (cotton/ poly) forest green 3 Class B pants OD green Blauer 8810 4 Pants Belt Boston Leather 5 SS RANGER shirt (tropical weave silver/ tan) $79.79 DocuSign Envelope ID: CA0CB054-75B8-4247-B078-5BF50A9F4CAF Item 6 Attachment A - Contract C24188120 -Summit Uniforms LLC        Item 6: Staff Report Pg. 27  Packet Pg. 186 of 428  (rev. Feb 16, 2023) 6 LS RANGER shirt (tropical weave silver/ tan) $89.89 7 SS TECHNICIAN shirt (khaki cotton / poly) Dickies $36.36 8 LS TECHNICIAN shirt (khaki cotton / poly) Dickies $39.39 9 Duty Jacket OD green Blauer 9820-60 $372.69 10 Straw campaign hat (tan w/ grommets) Stratton $130.29 11 Coveralls Dickies $59.59 12 Leather glove holder Dickies $16.16 13 Leather key silencer Dickies $25.25 14 Leather flashlight holder Dickies $22.22 15 Leather multi-tool holder Dickies $- 16 Leather M K3 size OC holder Dickies $34.34 YEAR 2 CLOTHING ACCESSORIES (ALL DEPARTMENTS) SCHEDULE OF FEES Line Item Description Manufacturer Model /S ... Unit Cost 1 Cloth nametag None $12.12 2 Metal nametag for formal shirt None $15.15 3 Metal nametag for IKE/ formal jacket None $15.15 4 Zippers for shirts None $20.20 5 Chevrons None $9.09 6 Hash marks None $2.02 7 Take in shirt sides None $25.25 8 Shorten shirt sleeves None $25.25 9 OVERSIZE CHARGES for larger than 2XL None $- Year 3 YEAR 3 POLICE DEPARTMENT UNIFORMS SCHEDULE OF FEES Police uniform items are generally "LAPD Navy Blue" in color for sworn, light blue for CSO and support, green/ tan for animal control Line Item Description Manufacturer Model/St... Unit Cost 1 Wool Pants Fechheimer 32289 $121.39 2 Poly-Lycra pants Fechheimer 39489 $90.79 3 BDU pants Blauer 8831 $70.39 4 Training cargo pants (various colors) 5.11 Stryke $90.79 5 SWAT TDU pants (SWAT color) 5.11 $70.39 6 Bike shorts Blauer 8841-1 $100.99 7 CSO shorts 5.11 73285 $- DocuSign Envelope ID: CA0CB054-75B8-4247-B078-5BF50A9F4CAF Item 6 Attachment A - Contract C24188120 -Summit Uniforms LLC        Item 6: Staff Report Pg. 28  Packet Pg. 187 of 428  (rev. Feb 16, 2023) 8 Rain Pants (navy blue or black) 5.11 48057 $121.39 9 Pants Belt (black) Boston Leather $39.78 10 LS wool shirt/ silver P's on epaulette Elbeco 437 $100.99 11 SS wool shirt/ silver P's on epaulette Elbeco 4237 $90.79 12 LS heavy wool shirt/ silver P's on epaulette on epaulette vest wear vest wear SWAT TDU shirt (SWAT color) w/embroidery (Animal Control) $32.64 43 Traffic safety vest w/star patch Blauer 339P $60.19 44 Black Tie S. Broome $10.20 45 PAPD Star Tie Bar Hookfast $14.28 46 PAPD Star Tie Tac Hookfast $12.24 DocuSign Envelope ID: CA0CB054-75B8-4247-B078-5BF50A9F4CAF Item 6 Attachment A - Contract C24188120 -Summit Uniforms LLC        Item 6: Staff Report Pg. 29  Packet Pg. 188 of 428  (rev. Feb 16, 2023) 47 PD shoulder patches paid for by department, but held at store YEAR 3 DUTY GEAR/ EQUIPMENT (Police, CSO, Animal Control). SCHEDULE OF FEES Line Item Description Manufacture Model/St... Unit Cost YEAR 3 POLICE MOTOR OFFICERS SCHEDULE OF FEES Line Item Description Manufacturer Model/St... Unit Cost 1 YEAR 3 FIRE DEPARTMENT UNIFORM SCHEDULE OF FEES Line Item Description Manufacturer Model/St... Unit Cost DocuSign Envelope ID: CA0CB054-75B8-4247-B078-5BF50A9F4CAF Item 6 Attachment A - Contract C24188120 -Summit Uniforms LLC        Item 6: Staff Report Pg. 30  Packet Pg. 189 of 428  (rev. Feb 16, 2023) 7 SS white shirt Elbeco 867 $44.88 8 LS white shirt Elbeco 877 $55.09 9 SS light blue shirt Elbeco 868 $44.88 10 EMS Jacket 5.11 $- 11 Duty Jacket (navy blue) Blauer 6120 $182.60 12 Double-breasted jacket Fechheimer X917B90-01 $376.42 13 Blue Bell Cap - plain bill None $111.19 14 Blue Bell Cap - plain bill None $111.19 15 Tie Samuel Boome $10.20 16 Tie Bar Vanguard $8.16 17 Maltese cross Blackinton $14.28 18 Collar insignia - button Blackinton $24.48 19 Collar insignia - cut out silver Blackinton $34.68 20 Collar insignia - cut out gold Blackinton $34.68 21 Badge holder Strong $26.52 22 Shoulder patches Schweitez $14.28 23 Sleeve stripe None $51.01 24 Boots Danner 18102 $356.01 25 Boots Danner 18051 $305.01 26 Boots Thorogood 804-6037 $172.40 27 Additional boots may be specified as new styles arrive - Authority outlined in Exhibit A YEAR 3 PARK RANGERS UNIFORM/ DUTY GEAR SCHEDULE OF FEES Line Item Description Manufacturer Model/St... Unit Cost 2 Class B pants (cotton/ poly) forest green 3 Class B pants OD green Blauer 8810 4 Pants Belt Boston Leather 5 SS RANGER shirt (tropical weave silver/ tan) $80.59 6 LS RANGER shirt (tropical weave silver/ tan) $90.79 7 SS TECHNICIAN shirt (khaki cotton / poly) Dickies $36.72 8 LS TECHNICIAN shirt (khaki cotton / poly) Dickies $39.78 9 Duty Jacket OD green Blauer 9820-60 $376.42 10 Straw campaign hat (tan w/ grommets) Stratton $131.59 11 Coveralls Dickies $60.19 12 Leather glove holder Dickies $16.32 13 Leather key silencer Dickies $25.50 14 Leather flashlight holder Dickies $22.44 15 Leather multi-tool holder Dickies $- DocuSign Envelope ID: CA0CB054-75B8-4247-B078-5BF50A9F4CAF Item 6 Attachment A - Contract C24188120 -Summit Uniforms LLC        Item 6: Staff Report Pg. 31  Packet Pg. 190 of 428  (rev. Feb 16, 2023) 16 Leather M K3 size OC holder Dickies $34.68 YEAR 3 CLOTHING ACCESSORIES (ALL DEPARTMENTS) SCHEDULE OF FEES Line Item Description Manufacturer Model /S ... Unit Cost 1 Cloth nametag None $12.24 2 Metal nametag for formal shirt None $15.30 3 Metal nametag for IKE/ formal jacket None $15.30 4 Zippers for shirts None $20.40 5 Chevrons None $9.18 6 Hash marks None $2.04 7 Take in shirt sides None $25.50 8 Shorten shirt sleeves None $25.50 9 OVERSIZE CHARGES for larger than 2XL None $- Year 4 YEAR 4 POLICE DEPARTMENT UNIFORMS SCHEDULE OF FEES Police uniform items are generally "LAPD Navy Blue" in color for sworn, light blue for CSO and support, green/ tan for animal control Line Item Description Manufacturer Model/St... Unit Cost 1 Wool Pants Fechheimer 32289 $122.61 2 Poly-Lycra pants Fechheimer 39489 $91.70 3 BDU pants Blauer 8831 $71.09 4 Training cargo pants (various colors) 5.11 Stryke $91.70 5 SWAT TDU pants (SWAT color) 5.11 $71.09 6 Bike shorts Blauer 8841-1 $102.00 7 CSO shorts 5.11 73285 $- 8 Rain Pants (navy blue or black) 5.11 48057 $122.61 9 Pants Belt (black) Boston Leather $40.18 10 LS wool shirt/ silver P's on epaulette Elbeco 437 $102.00 11 SS wool shirt/ silver P's on epaulette Elbeco 4237 $91.70 12 LS heavy wool shirt/ silver P's on epaulette on epaulette DocuSign Envelope ID: CA0CB054-75B8-4247-B078-5BF50A9F4CAF Item 6 Attachment A - Contract C24188120 -Summit Uniforms LLC        Item 6: Staff Report Pg. 32  Packet Pg. 191 of 428  (rev. Feb 16, 2023) 18 LS light blue WW shirt Flying Cross 45W6625 $91.70 19 SS light blue WW shirt Flying Cross 95R6625 $81.39 20 LS women's light blue WW shirt Flying Cross 102W6625 $91.70 21 SS women's light blue WW shirt Flying Cross 152R6625 $81.39 22 LS light blue poplin shirt Elbeco 878 $55.64 23 SS light blue poplin shirt Elbeco 877 $45.33 24 LS tan WW shirt (Animal Control) Flying Cross 19W6604 $91.70 25 2S tan WW shirt (Animal Control) Flying Cross 69R6604 $81.39 26 LS BDU shirt Blauer 8731 $76.24 27 SS BDU shirt Blauer 8741 $71.09 28 LS ArmorSkin polo for external vest wear vest wear SWAT TDU shirt (SWAT color) w/embroidery (Animal Control) star/patch $32.97 43 Traffic safety vest w/star patch Blauer 339P $60.79 44 Black Tie S. Broome $10.30 45 PAPD Star Tie Bar Hookfast $14.42 46 PAPD Star Tie Tac Hookfast $12.36 47 PD shoulder patches paid for by department, but held at store YEAR 4 DUTY GEAR/ EQUIPMENT (Police, CSO, Animal Control). SCHEDULE OF FEES Line Item Description Manufacture Model/St... Unit Cost DocuSign Envelope ID: CA0CB054-75B8-4247-B078-5BF50A9F4CAF Item 6 Attachment A - Contract C24188120 -Summit Uniforms LLC        Item 6: Staff Report Pg. 33  Packet Pg. 192 of 428  (rev. Feb 16, 2023) 5 Rechargeable flashlight Streamlight Strion DS HL (700 $- 6 Expandable baton (sworn only) ASP 26" $184.42 7 Duty weapon holster (sworn only) Safariland 6360 $174.12 8 Side-break baton scabbard ASP 26" $71.09 9 Duty Belt w/ tri-release buckle Bianchi 7980 $71.09 10 Velcro pants belt Bianchi 7205 $29.88 11 Cuff case single Bianchi 7900 $37.09 12 Cuff case double Bianchi 7917 $45.33 13 Open cuff case Bianchi 7934 $50.48 14 Double magazine pouch Bianchi 7902 $50.48 15 Keepers (4-pack) Bianchi 7906 $17.52 16 OC spray pouch Bianchi 7907 $37.09 17 Universal radio holder Bianchi 7914S $60.79 18 Silent key holder Bianchi 7916 $29.88 19 Compact light holder (Strion- size) Bianchi 7926 $22.67 20 Flat glove pouch Bianchi 7928 $29.88 21 Glove pouch Bianchi 7915 $29.88 22 Baton holder Bianchi 7904 $71.09 YEAR 4 POLICE MOTOR OFFICERS SCHEDULE OF FEES Line Item Description Manufacturer Model/St... Unit Cost 1 Boots All American $565.64 2 Breeches 5.11 $205.03 3 Helmet Shoei $565.64 YEAR 4 FIRE DEPARTMENT UNIFORM SCHEDULE OF FEES Line Item Description Manufacturer Model/St... Unit Cost 1 16 oz. wool pants Flying Cross SFFDTRS01 $122.61 2 EMS pants Propper $71.09 3 TDU pants (navy blue) 5.11 74003-724 $71.09 4 Pants belt Boston Leather (see above) $40.18 5 SS wool shirt Elbeco 4237 $91.70 6 LS wool shirt Elbeco 437 $102.00 7 SS white shirt Elbeco 867 $45.33 8 LS white shirt Elbeco 877 $55.64 9 SS light blue shirt Elbeco 868 $45.33 10 EMS Jacket 5.11 $- 11 Duty Jacket (navy blue) Blauer 6120 $182.42 12 Double-breasted jacket Fechheimer X917B90-01 $380.18 13 Blue Bell Cap - plain bill None $112.30 14 Blue Bell Cap - plain bill None $112.30 15 Tie Samuel Boome $10.30 16 Tie Bar Vanguard $8.24 17 Maltese cross Blackinton $14.42 DocuSign Envelope ID: CA0CB054-75B8-4247-B078-5BF50A9F4CAF Item 6 Attachment A - Contract C24188120 -Summit Uniforms LLC        Item 6: Staff Report Pg. 34  Packet Pg. 193 of 428  (rev. Feb 16, 2023) 18 Collar insignia - button Blackinton $24.73 19 Collar insignia - cut out silver Blackinton $35.03 20 Collar insignia - cut out gold Blackinton $35.03 21 Badge holder Strong $26.79 22 Shoulder patches Schweitez $14.42 23 Sleeve stripe None $51.52 24 Boots Danner 18102 $359.58 25 Boots Danner 18051 $308.06 26 Boots Thorogood 804-6037 $174.12 27 Additional boots may be specified as new styles arrive - Authority outlined in Exhibit A YEAR 4 PARK RANGERS UNIFORM/ DUTY GEAR SCHEDULE OF FEES Line Item Description Manufacturer Model/St... Unit Cost 2 Class B pants (cotton/ poly) forest green 3 Class B pants OD green Blauer 8810 4 Pants Belt Boston Leather 5 SS RANGER shirt (tropical weave silver/ tan) $81.39 6 LS RANGER shirt (tropical weave silver/ tan) $91.70 7 SS TECHNICIAN shirt (khaki cotton / poly) Dickies $37.09 8 LS TECHNICIAN shirt (khaki cotton / poly) Dickies $40.18 9 Duty Jacket OD green Blauer 9820-60 $380.18 10 Straw campaign hat (tan w/ grommets) $132.91 11 Coveralls Dickies $60.79 12 Leather glove holder Dickies $16.48 13 Leather key silencer Dickies $25.76 14 Leather flashlight holder Dickies $22.67 15 Leather multi-tool holder Dickies $- 16 Leather MK3 size OC holder Dickies $35.03 YEAR 4 CLOTHING ACCESSORIES (ALL DEPARTMENTS) SCHEDULE OF FEES Line Item Description Manufacturer Model /S ... Unit Cost 1 Cloth nametag None $12.36 2 Metal nametag for formal shirt None $15.45 3 Metal nametag for IKE/ formal jacket None $15.45 4 Zippers for shirts None $20.61 DocuSign Envelope ID: CA0CB054-75B8-4247-B078-5BF50A9F4CAF Item 6 Attachment A - Contract C24188120 -Summit Uniforms LLC        Item 6: Staff Report Pg. 35  Packet Pg. 194 of 428  (rev. Feb 16, 2023) 5 Chevrons None $9.27 6 Hash marks None $2.06 7 Take in shirt sides None $25.76 8 Shorten shirt sleeves None $25.76 9 OVERSIZE CHARGES for larger than 2XL None $- Year 5 YEAR 5 POLICE DEPARTMENT UNIFORMS SCHEDULE OF FEES Line Item Description Manufacturer Model/St... Unit Cost 1 Wool Pants Fechheimer 32289 $123.83 2 Poly-Lycra pants Fechheimer 39489 $92.61 3 BDU pants Blauer 8831 $71.80 4 Training cargo pants (various colors) 5.11 Stryke $92.61 5 SWAT TDU pants (SWAT color) 5.11 $71.80 6 Bike shorts Blauer 8841-1 $103.02 7 CSO shorts 5.11 73285 $- 8 Rain Pants (navy blue or black) 5.11 48057 $123.83 9 Pants Belt (black) Boston Leather $40.58 10 LS wool shirt/ silver P's on epaulette Elbeco 437 $103.02 11 SS wool shirt/ silver P's on epaulette Elbeco 4237 $92.61 12 LS heavy wool shirt/ silver P's on epaulette on epaulette vest wear DocuSign Envelope ID: CA0CB054-75B8-4247-B078-5BF50A9F4CAF Item 6 Attachment A - Contract C24188120 -Summit Uniforms LLC        Item 6: Staff Report Pg. 36  Packet Pg. 195 of 428  (rev. Feb 16, 2023) 29 SS ArmorSkin polo for external vest wear SWAT TDU shirt (SWAT color) w/embroidery (Animal Control) star/patch $33.30 43 Traffic safety vest w/star patch Blauer 339P $61.40 44 Black Tie S. Broome $10.41 45 PAPD Star Tie Bar Hookfast $14.57 46 PAPD Star Tie Tac Hookfast $12.49 47 PD shoulder patches paid for by department, but held at store YEAR 5 DUTY GEAR/ EQUIPMENT (Police, CSO, Animal Control). SCHEDULE OF FEES Line Item Description Manufacture Model/St... Unit Cost DocuSign Envelope ID: CA0CB054-75B8-4247-B078-5BF50A9F4CAF Item 6 Attachment A - Contract C24188120 -Summit Uniforms LLC        Item 6: Staff Report Pg. 37  Packet Pg. 196 of 428  (rev. Feb 16, 2023) 15 Keepers (4-pack) Bianchi 7906 $17.69 16 OC spray pouch Bianchi 7907 $37.46 17 Universal radio holder Bianchi 7914S $61.40 18 Silent key holder Bianchi 7916 $30.18 19 Compact light holder (Strion- size) Bianchi 7926 $22.89 20 Flat glove pouch Bianchi 7928 $30.18 21 Glove pouch Bianchi 7915 $30.18 22 Baton holder Bianchi 7904 $71.80 YEAR 5 POLICE MOTOR OFFICERS SCHEDULE OF FEES Line Item Description Manufacturer Model/St... Unit Cost 1 Boots All American $571.29 2 Breeches 5.11 $207.08 3 Helmet Shoei $571.29 YEAR 5 FIRE DEPARTMENT UNIFORM SCHEDULE OF FEES Line Item Description Manufacturer Model/St... Unit Cost 1 16 oz. wool pants Flying Cross SFFDTRS01 $123.83 2 EMS pants Propper $71.80 3 TDU pants (navy blue) 5.11 74003-724 $71.80 4 Pants belt Boston Leather (see above) $40.58 5 SS wool shirt Elbeco 4237 $92.61 6 LS wool shirt Elbeco 437 $103.02 7 SS white shirt Elbeco 867 $45.79 8 LS white shirt Elbeco 877 $56.19 9 SS light blue shirt Elbeco 868 $45.79 10 EMS Jacket 5.11 $- 11 Duty Jacket (navy blue) Blauer 6120 $186.27 12 Double-breasted jacket Fechheimer X917B90-01 $383.98 13 Blue Bell Cap - plain bill None $113.43 14 Blue Bell Cap - plain bill None $113.43 15 Tie Samuel Boome $10.41 16 Tie Bar Vanguard $8.32 17 Maltese cross Blackinton $14.57 18 Collar insignia - button Blackinton $24.97 19 Collar insignia - cut out silver Blackinton $35.38 20 Collar insignia - cut out gold Blackinton $35.38 21 Badge holder Strong $27.06 22 Shoulder patches Schweitez $14.57 23 Sleeve stripe None $52.03 24 Boots Danner 18102 $363.17 25 Boots Danner 18051 $311.14 26 Boots Thorogood 804-6037 $175.86 27 Additional boots may be specified as new styles arrive - Authority outlined in Exhibit A DocuSign Envelope ID: CA0CB054-75B8-4247-B078-5BF50A9F4CAF Item 6 Attachment A - Contract C24188120 -Summit Uniforms LLC        Item 6: Staff Report Pg. 38  Packet Pg. 197 of 428  (rev. Feb 16, 2023) YEAR 5 PARK RANGERS UNIFORM/ DUTY GEAR SCHEDULE OF FEES Line Item Description Manufacturer Model/St... Unit Cost 1 Class A pants (wool/ poly) forest green Flying Cross 2 Class B pants (cotton/ poly) forest green 3 Class B pants OD green Blauer 8810 4 Pants Belt Boston Leather 5 SS RANGER shirt (tropical weave silver/ tan) $82.21 6 LS RANGER shirt (tropical weave silver/ tan) $92.61 7 SS TECHNICIAN shirt (khaki cotton / poly) Dickies $37.46 8 LS TECHNICIAN shirt (khaki cotton / poly) Dickies $40.58 9 Duty Jacket OD green Blauer 9820-60 $383.98 10 Straw campaign hat (tan w/ grommets) Stratton $134.24 11 Coveralls Dickies $61.40 12 Leather glove holder Dickies $16.65 13 Leather key silencer Dickies $26.02 14 Leather flashlight holder Dickies $22.89 15 Leather multi-tool holder Dickies $- 16 Leather M K3 size OC holder Dickies $35.38 YEAR 5 CLOTHING ACCESSORIES (ALL DEPARTMENTS) SCHEDULE OF FEES Line Item Description Manufacturer Model /S ... Unit Cost 1 Cloth nametag None $12.49 2 Metal nametag for formal shirt None $15.61 3 Metal nametag for IKE/ formal jacket None $15.61 4 Zippers for shirts None $20.81 5 Chevrons None $9.37 6 Hash marks None $2.08 7 Take in shirt sides None $26.02 8 Shorten shirt sleeves None $26.02 9 OVERSIZE CHARGES for larger than 2XL None $- DocuSign Envelope ID: CA0CB054-75B8-4247-B078-5BF50A9F4CAF Item 6 Attachment A - Contract C24188120 -Summit Uniforms LLC        Item 6: Staff Report Pg. 39  Packet Pg. 198 of 428  (rev. Feb 16, 2023) EXHIBIT D INSURANCE REQUIREMENTS CONTRACTORS TO THE CITY OF PALO ALTO (CITY), AT THEIR SOLE EXPENSE, SHALL FOR THE TERM OF THE CONTRACT OBTAIN AND MAINTAIN INSURANCE IN THE AMOUNTS FOR THE COVERAGE SPECIFIED BELOW, AFFORDED BY COMPANIES WITH AM BEST’S KEY RATING OF A-:VII, OR HIGHER, LICENSED OR AUTHORIZED TO TRANSACT INSURANCE BUSINESS IN THE STATE OF CALIFORNIA. AWARD IS CONTINGENT ON COMPLIANCE WITH CITY’S INSURANCE REQUIREMENTS, AS SPECIFIED, BELOW: REQUIRED TYPE OF COVERAGE REQUIREMENT MINIMUM LIMITS AGGREGATE YES YES EMPLOYER’S LIABILITY STATUTORY YES GENERAL LIABILITY, INCLUDING PERSONAL INJURY, BROAD FORM PROPERTY DAMAGE BLANKET CONTRACTUAL, AND FIRE LEGAL LIABILITY PROPERTY DAMAGE BODILY INJURY & PROPERTY DAMAGE COMBINED. $1,000,000 $1,000,000 $1,000,000 $1,000,000 YES AUTOMOBILE LIABILITY, INCLUDING ALL OWNED, HIRED, NON-OWNED - EACH PERSON - EACH OCCURRENCE PROPERTY DAMAGE BODILY INJURY AND PROPERTY $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 NO INCLUDING, ERRORS AND OMISSIONS, MALPRACTICE (WHEN APPLICABLE), AND NEGLIGENT YES : 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 I COMPENSATION, EMPLOYER’S LIABILITY AND PROFESSIONAL INSURANCE, NAMING AS I. INSURANCE COVERAGE MUST INCLUDE: A. A PROVISION FOR A WRITTEN THIRTY 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 $5,000 REQUIRE CITY’S PRIOR APPROVAL. II. CONTACTOR MUST SUBMIT CERTIFICATES(S) OF INSURANCE EVIDENCING REQUIRED COVERAGE. III. ENDORSEMENT PROVISIONS, WITH RESPECT TO THE INSURANCE AFFORDED TO “ADDITIONAL INSUREDS” DocuSign Envelope ID: CA0CB054-75B8-4247-B078-5BF50A9F4CAF Item 6 Attachment A - Contract C24188120 -Summit Uniforms LLC        Item 6: Staff Report Pg. 40  Packet Pg. 199 of 428  (rev. Feb 16, 2023) A. PRIMARY COVERAGE WITH RESPECT TO CLAIMS ARISING OUT OF THE OPERATIONS OF THE NAMED INSURED, INSURANCE AS AFFORDED BY THIS POLICY IS PRIMARY AND IS NOT ADDITIONAL TO OR CONTRIBUTING WITH ANY OTHER INSURANCE CARRIED BY OR FOR THE BENEFIT OF THE ADDITIONAL INSUREDS. B. CROSS LIABILITY THE NAMING OF MORE THAN ONE PERSON, FIRM, OR CORPORATION AS INSUREDS UNDER THE POLICY SHALL NOT, FOR THAT REASON ALONE, EXTINGUISH ANY RIGHTS OF THE INSURED AGAINST ANOTHER, BUT THIS ENDORSEMENT, AND THE NAMING OF MULTIPLE INSUREDS, SHALL NOT INCREASE THE TOTAL LIABILITY OF THE COMPANY UNDER THIS POLICY. C. NOTICE OF CANCELLATION 1. IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR ANY REASON OTHER THAN THE NON-PAYMENT OF PREMIUM, THE ISSUING COMPANY SHALL PROVIDE CITY AT LEAST A THIRTY (30) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION. 2. IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR THE NON- PAYMENT OF PREMIUM, THE ISSUING COMPANY SHALL PROVIDE CITY AT LEAST A TEN (10) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION. NOTICES SHALL BE MAILED TO: PURCHASING AND CONTRACT ADMINISTRATION CITY OF PALO ALTO P.O. BOX 10250 PALO ALTO, CA 94303 DocuSign Envelope ID: CA0CB054-75B8-4247-B078-5BF50A9F4CAF Item 6 Attachment A - Contract C24188120 -Summit Uniforms LLC        Item 6: Staff Report Pg. 41  Packet Pg. 200 of 428  City Council Staff Report From: City Manager Report Type: CONSENT CALENDAR Lead Department: Public Works Meeting Date: February 12, 2024 Report #:2310-2142 TITLE Approval of a General Services Contract Number C24189570 with Downtown Streets Team, Inc. in an Amount Not to Exceed $528,409 for Cleaning Services in the University Avenue and California Avenue Business Districts for a Period of Three Years; CEQA status – Not a Project RECOMMENDATION Staff recommends that Council approve and authorize the City Manager or their designee to execute Contract No. C24189570 with Downtown Streets Team, Inc., to provide cleaning services in the University Avenue and California Avenue Business Districts for a term of three years and a total not to exceed amount of $528,409, including $372,447 for basic services and $155,962 for additional services. EXECUTIVE SUMMARY Staff recommends approval of a new three-year contract (Attachment A) with Downtown Streets Team, Inc. (DST), to continue to provide services within the University Avenue Business District, and to expand their work to the Car-Free Streets portions of California Avenue and Ramona Street. The expansion of DST services to California Avenue and Ramona Street will help reduce overflowing garbage receptacles, improve reporting of safety hazards and graffiti, and ensure that the newly purchased furniture and games are kept clean and maintained. BACKGROUND The Public Works Department’s Public Services Division is responsible for maintaining safe and clean University Avenue and California Avenue Business Districts. In 2010, downtown stakeholders, which included the Palo Alto Business Improvement District (BID) and Palo Alto Downtown Professional and Business Association (PADPBA), proposed a combination of enhanced services that would raise the standards of cleanliness in the University Avenue Business District. The enhanced services included reducing trash from overflowing garbage receptacles, reporting graffiti and vandalism, removing litter in the alleyways and in the five parking structures (S & L, R, J, Q and Civic Center), and reporting suspicious vehicles and/or activities. Item 7 Item 7 Staff Report        Item 7: Staff Report Pg. 1  Packet Pg. 201 of 428  As a result, BID and PADPBA founded the Downtown Streets Team (DST). DST was developed to provide cleaning services to the downtown community, but also to reduce panhandling and provide re-entry skills to the unhoused. Services provided by the DST team members include reducing trash from full garbage containers, removing litter from sidewalks, alleyways, and garages, reporting suspicious vehicles or activities to the proper authorities, and providing peer to peer outreach. The litter control provided by DST also assists the City in avoiding storm water compliance issues. 1. Due to concerns about DST’s governance and internal practices, Council pulled the item from the consent calendar and on December 7, 2020, approved the agreement for one year rather than three years. On December 13, 2021, the contract was amended for the additional two years2. This contract expired on January 11, 2024. ANALYSIS 1 City Council, November 30, 2020; Agenda Item #4, SR #11487; https://www.cityofpaloalto.org/files/assets/public/v/1/agendas-minutes-reports/reports/city-manager-reports- cmrs/year-archive/2020-2/id-11487.pdf?t=58685.19 2 Downtown Streets Amendment 1 Contract C21179861; https://www.cityofpaloalto.org/files/assets/public/v/1/public-works/public-services/id-13557-c21179861- downtown-streets-inc._amendment-1_partially-executed.11.30.2021_1.pdf Item 7 Item 7 Staff Report        Item 7: Staff Report Pg. 2  Packet Pg. 202 of 428  (HSRAP) grants from the City related to homeless outreach and workforce development services. Considering the many ways in which the City and DST partner, staff is reviewing all contracts and work citywide with Downtown Streets Team. Staff anticipates returning to Council with a citywide approach and performance measures by the end of June, with the goal of increasing efficiencies in managing the scope of work and relationship with DST. FISCAL/RESOURCE IMPACT Item 7 Item 7 Staff Report        Item 7: Staff Report Pg. 3  Packet Pg. 203 of 428  Table1: Estimated Contract Costs Year 2020 Contract Amount 2024 Contract Amount Difference Year 1 (FY2024) Task 1: University Avenue Parking Permit Fund - $107,748 $117,122.$9,374 Year 1 (FY2024) Task 2: Car-Free Street Cleaning Services N/A $50,470.$50,470 Year 1 Total $107,748 $167,592 $59,844 Year 2 (FY2025) Task 1: University Avenue Parking Permit Fund (Subject to annual appropriation of funds) $107,748 $124,149.$16,401 Year 2 (FY2025) Task 2: Car-Free Street Cleaning Services (Subject to annual appropriation of funds)N/A $51,948.$51,948 Year 2 Total $107,748 $176,097 $68,349 Year 3 (FY2026) Task 1: University Avenue Parking Permit Fund (Subject to annual appropriation of funds) $107,748 $131,176.$23,428 Year 3 (FY2026) Task 2: Car-Free Street Cleaning Services (Subject to annual appropriation of funds)N/A $53,544 $53,544 Year 3 Total $107,748 $184,720 $76,972 Total for three years $323,244 $528,409.$205,165 STAKEHOLDER ENGAGEMENT Item 7 Item 7 Staff Report        Item 7: Staff Report Pg. 4  Packet Pg. 204 of 428  ENVIRONMENTAL REVIEW ATTACHMENTS APPROVED BY: Item 7 Item 7 Staff Report        Item 7: Staff Report Pg. 5  Packet Pg. 205 of 428  City of Palo Alto General Services Agreement 1 Rev. March 29, 2018 CITY OF PALO ALTO CONTRACT NO. C24189570 GENERAL SERVICES AGREEMENT THIS AGREEMENT made and entered into on the 11th day of December 2023, by and between the CITY OF PALO ALTO, a California chartered municipal corporation (“CITY”), and DOWNTOWN STREETS, INC., a California public benefit non-profit corporation, located at 1671 The Alameda, Suite 301, San Jose, CA 95126, Telephone Number: 650- 305-1174 (“CONTRACTOR”). In consideration of their mutual covenants, the parties hereto agree as follows: 1.SERVICES. CONTRACTOR shall provide or furnish the services (the “Services”) described in the Scope of Services, attached at Exhibit A. 2.EXHIBITS. The following exhibits are attached to and made a part of this Agreement: “A” - Scope of Services “B” - Schedule of Performance “C” – Schedule of Fees “D” - Insurance Requirements CONTRACT IS NOT COMPLETE UNLESS ALL INDICATED EXHIBITS ARE ATTACHED. 3. TERM. The term of this Agreement is from January 12, 2024 to January 11, 2027 inclusive, subject to the provisions of Sections R and W of the General Terms and Conditions. 4.SCHEDULE OF PERFORMANCE. CONTRACTOR shall complete the Services within the term of this Agreement in a reasonably prompt and timely manner based upon the circumstances and direction communicated to CONTRACTOR, and if applicable, in accordance with the schedule set forth in the Schedule of Performance, attached at Exhibit B. Time is of the essence in this Agreement. 5.COMPENSATION FOR ORIGINAL TERM. CITY shall pay and CONTRACTOR agrees to accept as not-to-exceed compensation for the full performance of the Services and reimbursable expenses, if any: The total maximum lump sum compensation of dollars ($); OR The sum of dollars ($ ) per hour, not to exceed a total maximum compensation amount of dollars ($ ); OR DocuSign Envelope ID: 4544AE09-B448-430E-98E7-A4C7FC164ADC Item 7 Attachment A - Downtown Streets Team, Inc Contract Item 7: Staff Report Pg. 6 Packet Pg. 206 of 428  City of Palo Alto General Services Agreement 2 Rev. March 29, 2018 A sum calculated in accordance with the fee schedule set forth at Exhibit C, not to exceed a total maximum compensation amount of Five Hundred Twenty-Eight Thousand Four Hundred Nine dollars and Nine Cents ($528,409.09). CONTRACTOR agrees that it can perform the Services for an amount not to exceed the total maximum compensation set forth above. Any hours worked or services performed by CONTRACTOR for which payment would result in a total exceeding the maximum amount of compensation set forth above for performance of the Services shall be at no cost to CITY. CITY has set aside the sum of dollars ($ ) for Additional Services. CONTRACTOR shall provide Additional Services only by advanced, written authorization from the City Manager or designee. CONTRACTOR, at the CITY’s request, shall submit a detailed written proposal including a description of the scope of services, schedule, level of effort, and CONTRACTOR’s proposed maximum compensation, including reimbursable expense, for such services. Compensation shall be based on the hourly rates set forth above or in Exhibit C (whichever is applicable), or if such rates are not applicable, a negotiated lump sum. CITY shall not authorize and CONTRACTOR shall not perform any Additional Services for which payment would exceed the amount set forth above for Additional Services. Payment for Additional Services is subject to all requirements and restrictions in this Agreement. 6. COMPENSATION DURING ADDITIONAL TERMS. CONTRACTOR’S compensation rates for each additional term shall be the same as the original term; OR 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 Clerical 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 published most immediately preceding the commencement date of the then expiring term. Notwithstanding the foregoing, in no event shall CONTRACTOR’s compensation rates be increased by an amount exceeding five percent of the rates effective DocuSign Envelope ID: 4544AE09-B448-430E-98E7-A4C7FC164ADC Item 7 Attachment A - Downtown Streets Team, Inc Contract        Item 7: Staff Report Pg. 7  Packet Pg. 207 of 428  City of Palo Alto General Services Agreement 3 Rev. March 29, 2018 during the immediately preceding term. Any adjustment to CONTRACTOR’s compensation rates shall be reflected in a written amendment to this Agreement. 7. CLAIMS PROCEDURE FOR “9204 PUBLIC WORKS PROJECTS”. For purposes of this Section 7, a “9204 Public Works Project” means the erection, construction, alteration, repair, or improvement of any public structure, building, road, or other public improvement of any kind. Public Contract Code Section 9204 mandates certain claims procedures for Public Works Projects. This project is a 9204 Public Works Project and is required to comply with the claims procedures set forth in Appendix __, attached hereto and incorporated herein. OR This project is not a 9204 Public Works Project. 8. INVOICING. Send all invoices to CITY, Attention: Project Manager. The Project Manager is: Kaela Noakes, Dept.: Public Works, Telephone: 650-496-5945, Email: Kaela.Noakes@cityofpaloalto.org. Invoices shall be submitted in arrears for Services performed. Invoices shall not be submitted more frequently than monthly. Invoices shall provide a detailed statement of Services performed during the invoice period and are subject to verification by CITY. CITY shall pay the undisputed amount of invoices within 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 1 through 8 above, these general terms and conditions and the attached exhibits. B. QUALIFICATIONS. CONTRACTOR represents and warrants that it has the expertise and qualifications to complete the services described in Section 1 of this Agreement, entitled “SERVICES,” and that every individual charged with the performance 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, to perform the Services. CITY expressly relies on CONTRACTOR’s representations 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 safety regulations. DocuSign Envelope ID: 4544AE09-B448-430E-98E7-A4C7FC164ADC Item 7 Attachment A - Downtown Streets Team, Inc Contract        Item 7: Staff Report Pg. 8  Packet Pg. 208 of 428  City of Palo Alto General Services Agreement 4 Rev. March 29, 2018 C. INDEPENDENT CONTRACTOR. It is understood and agreed that in the performance of this Agreement, CONTRACTOR and any person employed by CONTRACTOR shall at all times be considered an independent CONTRACTOR and not an agent or employee of CITY. CONTRACTOR shall be responsible for employing or engaging all persons necessary to complete the work required under this Agreement. D. SUBCONTRACTORS. CONTRACTOR may not use subcontractors to perform any Services under this Agreement unless CONTRACTOR obtains prior written consent of CITY. CONTRACTOR 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. PALO ALTO MINIMUM WAGE ORDINANCE. CONTRACTOR shall comply with all requirements of the Palo Alto Municipal Code Chapter 4.62 (Citywide Minimum Wage), as it may be amended from time to time. In particular, for any employee otherwise entitled to the State minimum wage, who performs at least two (2) hours of work in a calendar week within the geographic boundaries of the City, CONTRACTOR shall pay such employees no less than the minimum wage set forth in Palo Alto Municipal Code section 4.62.030 for each hour worked within the geographic boundaries of the City of Palo Alto. In addition, CONTRACTOR shall post notices regarding the Palo Alto Minimum Wage Ordinance in accordance with Palo Alto Municipal Code section 4.62.060. H. DAMAGE TO PUBLIC OR PRIVATE 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. CITY 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 shall be made for amounts withheld because of them. DocuSign Envelope ID: 4544AE09-B448-430E-98E7-A4C7FC164ADC Item 7 Attachment A - Downtown Streets Team, Inc Contract        Item 7: Staff Report Pg. 9  Packet Pg. 209 of 428  City of Palo Alto General Services Agreement 5 Rev. March 29, 2018 I. 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 all 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 CITY. The warranties set forth in this section shall 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. J. MONITORING OF SERVICES. CITY may monitor the Services performed under this Agreement to determine whether CONTRACTOR’s work is completed in a satisfactory manner and complies with the provisions of this Agreement. K. CITY’S PROPERTY. Any reports, information, data or other material (including copyright 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 use and will not be made available to any individual or organization by CONTRACTOR or its subcontractors, if any, without the prior written approval of the City Manager. L. AUDITS. CONTRACTOR 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 final 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. M. NO IMPLIED WAIVER. No payment, partial payment, acceptance, or partial acceptance by CITY shall operate as a waiver on the part of CITY of any of its rights under this Agreement. N. INSURANCE. CONTRACTOR, at its sole cost, shall purchase and maintain in full force during the term of this Agreement, the insurance coverage described at Exhibit D. Insurance must be provided by companies with a Best’s Key Rating of A- :VII or higher and which are otherwise acceptable to CITY’s Risk Manager. The Risk Manager must approve deductibles and self-insured retentions. In addition, all policies, endorsements, certificates and/or binders are subject to approval by the Risk Manager as to form and content. CONTRACTOR shall obtain a policy DocuSign Envelope ID: 4544AE09-B448-430E-98E7-A4C7FC164ADC Item 7 Attachment A - Downtown Streets Team, Inc Contract        Item 7: Staff Report Pg. 10  Packet Pg. 210 of 428  City of Palo Alto General Services Agreement 6 Rev. March 29, 2018 endorsement naming the City of Palo Alto as an additional insured under any general liability or automobile policy. CONTRACTOR 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 Risk Manager. CONTRACTOR shall provide certificates of such policies or other evidence of coverage satisfactory to the Risk Manager, together with the required endorsements and evidence of payment of premiums, to CITY concurrently with the execution of this Agreement and shall throughout the term of this Agreement provide current certificates evidencing the required insurance coverages and endorsements to the Risk Manager. CONTRACTOR shall include all subcontractors as insured under its policies or shall obtain and provide to CITY separate certificates and endorsements for each subcontractor that meet all the requirements of this section. The procuring of such required policies of insurance shall not operate to limit CONTRACTOR’s liability or obligation to indemnify CITY under this Agreement. O. HOLD HARMLESS. To the fullest extent permitted by law and without limitation by the provisions of section N 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 costs, including, but not limited to reasonable attorney’s fees, courts costs and costs of alternative dispute resolution), arising out of, or resulting in any way from or in connection with the performance of this Agreement. CONTRACTOR’s obligations under this Section apply regardless of whether or not a liability is caused or contributed to by any negligent (passive or active) act or omission of CITY, except that CONTRACTOR shall not be obligated to indemnify for liability arising from the sole negligence or willful misconduct of CITY. The acceptance of the Services by CITY shall not operate as a waiver of the right of indemnification. The provisions of this Section survive the completion of the Services or termination of this Agreement. P. NON-DISCRIMINATION. As set forth in Palo Alto Municipal Code section 2.30.510, CONTRACTOR certifies that in the performance of this Agreement, it shall not discriminate in the employment of any person because 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. CONTRACTOR acknowledges that it has read and understands the provisions of Section 2.30.510 of the Palo Alto Municipal Code relating to Nondiscrimination Requirements and the penalties for violation thereof, and agrees to meet all requirements of Section 2.30.510 pertaining to nondiscrimination in employment. DocuSign Envelope ID: 4544AE09-B448-430E-98E7-A4C7FC164ADC Item 7 Attachment A - Downtown Streets Team, Inc Contract        Item 7: Staff Report Pg. 11  Packet Pg. 211 of 428  City of Palo Alto General Services Agreement 7 Rev. March 29, 2018 Q. WORKERS' COMPENSATION. CONTRACTOR, by executing this Agreement, certifies that it is aware of the provisions of the Labor Code of the State of Califor- nia 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. R. TERMINATION. The City Manager may terminate this 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 to all other remedies provided by law, the City Manager may terminate this Agreement immediately upon written notice of termination. Upon receipt of such notice of termination, CONTRACTOR shall immediately discontinue performance. CITY shall pay CONTRACTOR for services satisfactorily performed up to the effective date of termination. If the termination is for cause, CITY may deduct from such payment the amount of actual damage, if any, sustained by CITY due to CONTRACTOR’s failure to perform its material obligations under this Agreement. Upon termination, CONTRACTOR shall immediately deliver to the City Manager any and all copies of studies, sketches, drawings, computations, and 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. S. ASSIGNMENTS/CHANGES. This Agreement binds the parties and their successors and assigns to all covenants of this Agreement. This Agreement shall not be assigned or transferred without the prior written consent of CITY. No amendments, changes or variations of any kind are authorized without the written consent of CITY. T. CONFLICT OF INTEREST. In accepting this Agreement, CONTRACTOR covenants that it presently has no interest, and will not acquire any interest, direct or indirect, financial or otherwise, which would conflict in any manner or degree with the performance of this Agreement. CONTRACTOR further covenants that, in the performance of this Agreement, it will not employ any person having such an interest. CONTRACTOR certifies that no CITY officer, employee, or authorized representative has any financial interest in the business of CONTRACTOR and that no person associated with CONTRACTOR has any interest, direct or indirect, which could conflict with the faithful performance of this Agreement. CONTRACTOR agrees to advise CITY if any conflict arises. U. GOVERNING LAW. This Agreement shall be governed and interpreted by the laws of the State of California. DocuSign Envelope ID: 4544AE09-B448-430E-98E7-A4C7FC164ADC Item 7 Attachment A - Downtown Streets Team, Inc Contract        Item 7: Staff Report Pg. 12  Packet Pg. 212 of 428  City of Palo Alto General Services Agreement 8 Rev. March 29, 2018 V. 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 Agreement. Any variance 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 all prior agreements, representations, statements, negotiations and undertakings whether oral or written. W. NON-APPROPRIATION. 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 following fiscal year, or (b) at any time within a fiscal year in the event that funds are only appropriated for a portion of the fiscal year and funds for this Agreement 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 Agreement. X. ENVIRONMENTALLY PREFERRED PURCHASING AND ZERO WASTE REQUIREMENTS. CONTRACTOR shall comply with CITY’s Environmentally Preferred Purchasing policies which are available at CITY’s Purchasing Division, which are incorporated by reference and may be amended from time to time. CONTRACTOR shall comply with waste reduction, reuse, recycling and disposal requirements of CITY’s Zero Waste Program. Zero Waste best practices include first minimizing and reducing waste; second, reusing waste and third, recycling or composting waste. In particular, CONTRACTOR shall comply with the following zero waste requirements: • All printed materials provided by CONTRACTOR to CITY generated from a personal computer and printer including but not limited to, proposals, quotes, invoices, reports, and public education materials, shall be double- sided and printed on a minimum of 30% or greater post-consumer content paper, unless otherwise approved by CITY’s Project Manager. Any submitted materials printed by a professional printing company shall be a minimum of 30% or greater post-consumer material and printed with vegetable based inks. • Goods purchased by Contractor on behalf of CITY shall be purchased in accordance with CITY’s Environmental Purchasing Policy including, but not limited to, Extended Producer Responsibility requirements for products and packaging. A copy of this policy is on file at the Purchasing Division’s office. • Reusable/returnable pallets shall be taken back by CONTRCATOR, at no additional cost to CITY, for reuse or recycling. CONTRACTOR shall provide documentation from the facility accepting the pallets to verify that pallets are not being disposed. DocuSign Envelope ID: 4544AE09-B448-430E-98E7-A4C7FC164ADC Item 7 Attachment A - Downtown Streets Team, Inc Contract        Item 7: Staff Report Pg. 13  Packet Pg. 213 of 428  City of Palo Alto General Services Agreement 9 Rev. March 29, 2018 Y. AUTHORITY. The individual(s) executing this Agreement on behalf of the parties represent and warrant that they have the legal capacity and authority to do so on behalf of their respective legal entities. Z. PREVAILING WAGES This Project is not subject to prevailing wages. CONTRACTOR is not required to pay prevailing wages in the performance and implementation of the Project in accordance with SB 7, if the Agreement is not a public works contract, if Agreement does not include a public works construction project of more than $25,000, or the Agreement does not include a public works alteration, demolition, repair, or maintenance (collectively, ‘improvement’) project of more than $15,000. AA. DIR REGISTRATION. In regard to any public work construction, alteration, demolition, repair or maintenance work, CITY will not accept a bid proposal from or enter into this Agreement with CONTRACTOR without proof that CONTRACTOR and its listed subcontractors are registered with the California Department of Industrial Relations (“DIR”) to perform public work, subject to limited exceptions. City requires CONTRACTOR and its listed subcontractors to comply with the requirements of SB 854. CITY provides notice to CONTRACTOR of the requirements of California Labor Code section 1771.1(a), which reads: “A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the Agreement is awarded.” CITY gives notice to CONTRACTOR and its listed subcontractors that CONTRACTOR is required to post all job site notices prescribed by law or regulation and CONTRACTOR is subject to SB 854-compliance monitoring and enforcement by DIR. CITY requires CONTRACTOR and its listed subcontractors to comply with the requirements of Labor Code section 1776, including: DocuSign Envelope ID: 4544AE09-B448-430E-98E7-A4C7FC164ADC Item 7 Attachment A - Downtown Streets Team, Inc Contract        Item 7: Staff Report Pg. 14  Packet Pg. 214 of 428  City of Palo Alto General Services Agreement 10 Rev. March 29, 2018 Keep accurate payroll records, showing the name, address, social security number, work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by, respectively, CONTRACTOR and its listed subcontractors, in connection with the Project. The payroll records shall be verified as true and correct and shall be certified and made available for inspection at all reasonable hours at the principal office of CONTRACTOR and its listed subcontractors, respectively. At the request of CITY, acting by its project manager, CONTRACTOR and its listed subcontractors shall make the certified payroll records available for inspection or furnished upon request to the project manager within ten (10) days of receipt of CITY’s request. [For state- and federally-funded projects] CITY requests CONTRACTOR and its listed subcontractors to submit the certified payroll records to the project manager at the end of each week during the Project. If the certified payroll records are not produced to the project manager within the 10-day period, then CONTRACTOR and its listed subcontractors shall be subject to a penalty of one hundred dollars ($100.00) per calendar day, or portion thereof, for each worker, and CITY shall withhold the sum total of penalties from the progress payment(s) then due and payable to CONTRACTOR. Inform the project manager of the location of CONTRACTOR’s and its listed subcontractors’ payroll records (street address, city and county) at the commencement of the Project, and also provide notice to the project manager within five (5) business days of any change of location of those payroll records. BB. CONTRACT TERMS. All unchecked boxes do not apply to this Agreement. In the case of any conflict between the terms of this Agreement and the exhibits hereto or CONTRACTOR’s proposal (if any), the Agreement shall control. In the case of any conflict between the exhibits hereto and CONTRACTOR’s proposal, the exhibits shall control. DocuSign Envelope ID: 4544AE09-B448-430E-98E7-A4C7FC164ADC Item 7 Attachment A - Downtown Streets Team, Inc Contract        Item 7: Staff Report Pg. 15  Packet Pg. 215 of 428  City of Palo Alto General Services Agreement 11 Rev. March 29, 2018 IN WITNESS WHEREOF, the parties hereto have by their duly authorized representatives executed this Agreement on the date first above written. CITY OF PALO ALTO DOWNTOWN STREETS, INC. __________________________ By___________________________ City Manager or Designee Name ________________________ Title__________________________ __________________________ Telephone_____________________ Purchasing Manager or Designee Approved as to form: By____________________________ Name_________________________ ___________________________ City Attorney or Designee Title__________________________ Telephone_____________________ DocuSign Envelope ID: 4544AE09-B448-430E-98E7-A4C7FC164ADC Interim CEO Jim Rettew, CEO (408) 899-7350 Marina Peterson 408-899-7350 Chief Financial Officer Item 7 Attachment A - Downtown Streets Team, Inc Contract        Item 7: Staff Report Pg. 16  Packet Pg. 216 of 428  City of Palo Alto General Services Agreement 12 Rev. March 29, 2018 EXHIBIT A SCOPE OF SERVICES 1. SERVICES Task 1 – Street Cleaning Services CONTRACTOR shall perform Street Cleaning Services, which includes cleaning of the City’s five parking garages (S & L, R, J, Q and Civic Center), sidewalks, and alleyways in the Downtown Palo Alto area. These services shall be performed according to the attached schedule (Attachment B) and shall be performed at a minimum by a two-person crew. The level of service provided shall include, but not be limited to, picking up litter, reducing trash from overflowing trash receptacles along University Avenue, reporting safety hazards such as raised sidewalks and lights that are out, and reporting cases of vandalism and graffiti. CONTRACTOR shall be responsible for providing all training and equipment required to perform the tasks as specified in the contract, including the appropriate training and Personal Protective Equipment (PPE) required for the collection of syringes (sharps). The CITY will provide sharp waste containers and dispose of those containers once filled. It is the responsibility of the CONTRACTOR to inform the Project Manager when sharp waste containers are full and need to be replaced and disposed. CONTRACTOR shall also, through the use of their employees, encourage other unhoused individuals to explore other options, and to explain all of the services that are available to unhoused individuals. CONTRACTOR shall send teams daily to Palo Alto City Hall to conduct outreach, pick up trash, and ensure that no individuals are violating Palo Alto City Policy 4-07/MGR – Conduct in City Facilities. The Downtown Streets Team (DST) Project Manager shall also attend quarterly meetings with the City’s Project Manager when deemed necessary. CONTRACTOR shall provide a monthly report to Project Manager that reports data on the following: • Number of homeless individuals found in each of the garages. • Total number of interactions with homeless individuals. • Number of homeless individuals who report that they do not want to engage in any services offered. • And other pertinent information that conveys the barriers that unhoused individuals face in accessing, following up with and obtaining needed services. • Include a monthly success story regarding their team members. When requested, the DST Project Manager shall also attend monthly meetings with the Palo Alto Downtown Business and Professional Association (PADBPA) to act as a liaison between the business owners who have a vested interest in the services being provided, City staff who manage the contract, and the Downtown Streets Team who runs the program. The DST Project Manager shall make a brief presentation at these monthly PADBPA meetings to relay what efforts have been undertaken since the last meeting. DocuSign Envelope ID: 4544AE09-B448-430E-98E7-A4C7FC164ADC Item 7 Attachment A - Downtown Streets Team, Inc Contract        Item 7: Staff Report Pg. 17  Packet Pg. 217 of 428  City of Palo Alto General Services Agreement 13 Rev. March 29, 2018 Task 2 (Additive Alternate Bid/Additional Services) – Car-Free Street Cleaning Services (Ramona Street and California Ave) CONTRACTOR shall perform Street Cleaning Services in the Car-Free Streets portions of Ramona St (from Hamilton Ave to University Ave) in downtown, and California Ave (from El Camino Real to Birch St), plus a small portion of Ash Street (from Sherman Ave to California Ave) within the California Ave Business District. The level of services provided shall include, but not limited to, picking up litter; removing leaves and debris from areas not accessible to street sweepers (such as near gutters or tight corners); rearranging and resetting City-owned outdoor furniture (such as small tables, foldable chairs, faux-carpeting, and game play areas); and ensuring furniture is upright and clean (include cleaning and/or wiping down tables and chairs); reducing trash from overflowing trash receptacles along the Car-free streets; reporting safety hazards such as raised sidewalks and lights that are out; and reporting cases of vandalism and graffiti. CONTRACTOR shall be responsible for providing all training and equipment required to perform the tasks as specified in the contract, including the appropriate training and Personal Protective Equipment (PPE) required for the collection of syringes (sharps). The CITY will provide sharp waste containers and dispose of those containers once filled. It is the responsibility of the CONTRACTOR to inform the Project Manager when sharp waste containers are full and need to be replaced and disposed. The CITY reserves the right and at its sole discretion, to reject, initiate, or cancel this additive alternate service at any time. The CITY will provide CONTRACTOR a minimum of two weeks advance notice prior to initiating or canceling these services. DocuSign Envelope ID: 4544AE09-B448-430E-98E7-A4C7FC164ADC Item 7 Attachment A - Downtown Streets Team, Inc Contract        Item 7: Staff Report Pg. 18  Packet Pg. 218 of 428  City of Palo Alto General Services Agreement 14 Rev. March 29, 2018 EXHIBIT B SCHEDULE OF PERFORMANCE CONTRACTOR shall not perform services in cases of inclement weather (as determined by City staff and the Downtown Streets Team Project Manager), or during observed City Holidays. The schedule and tasks can be modified during the term of the contract based on operational needs through a written mutual agreement between the CITY and the CONTRACTOR. Task 1 – Street Cleaning Services Schedule: DAY TIME ACTIVITIES Monday 8-9 AM 9 -10 AM 10- 10:15 AM 10:15--11 AM 11-12 AM 12 PM 12-1 PM 1-2:30 PM 2:30-2:45 PM 2:45-4 PM 4 PM Alleyways (Downtown North and South) Shift change box Break University Ave Downtown South/City Hall Shift changes at box Downtown North Garage cleaning and outreach Break Garage cleaning and outreach Dismissal at box 9 -10 AM 10- 10:15 AM 10:15--11 AM 11-12 AM 12 PM 12-1 PM 1-2:30 PM 2:30-2:45 PM 2:45-4 PM 4 PM Alleyways (Downtown North and South) Shift change box Break University Ave Downtown South/City Hall Shift changes at box Downtown North Garage cleaning and outreach Break Garage cleaning and outreach Dismissal at box 9 -10 AM 10- 10:15 AM 10:15--11 AM 11-12 AM 12 PM 12-1 PM 1-2:30 PM 2:30-2:45 PM 2:45-4 PM 4 PM Alleyways (Downtown North and South) Shift change box Break University Ave Downtown South/City Hall Shift changes at box Downtown North Garage cleaning and outreach Break Garage cleaning and outreach DocuSign Envelope ID: 4544AE09-B448-430E-98E7-A4C7FC164ADC Item 7 Attachment A - Downtown Streets Team, Inc Contract        Item 7: Staff Report Pg. 19  Packet Pg. 219 of 428  City of Palo Alto General Services Agreement 15 Rev. March 29, 2018 Thursday 8-8:30 AM 8:30-9 AM 9-10 AM Downtown South/City Hall and Alleyways Downtown North and University Ave Alleyways 9 -10 AM 10- 10:15 AM 10:15--11 AM 11-12 AM 12 PM 12-1 PM 1-2:30 PM 2:30-2:45 PM 2:45-4 PM 4 PM Alleyways (Downtown North and South) Shift change Break University Ave Downtown South/City Hall Shift changes at box Downtown North Garage cleaning and outreach Break Garage cleaning and outreach Dismissal at box 10-10:30 AM 10:30-11:30 AM 11:30-11:45 AM 11:45-1 PM 1 PM Downtown South/City Hall/University Ave Downtown North Break Garage cleaning and outreach Dismissal at box 10-10:30 AM 10:30-11:30 AM 11:30-11:45 AM 11:45-1 PM Downtown South/City Hall/University Ave Downtown North Break Garage cleaning and outreach Task 2 (Additive Alternate Bid/Additional Services) – Car-Free Street Cleaning Services (Ramona St and California Ave) Schedule: 8-10AM Car-free street portion of California Ave (which includes Ash St) and Ramona St (Ramona St. could be done as part of Task 1 schedule). Wednesday Ash St) and Ramona St (Ramona St. could be done as part of Task 1 schedule). Friday Ash St) and Ramona St (Ramona St. could be done as part of Task 1 schedule). DocuSign Envelope ID: 4544AE09-B448-430E-98E7-A4C7FC164ADC Item 7 Attachment A - Downtown Streets Team, Inc Contract        Item 7: Staff Report Pg. 20  Packet Pg. 220 of 428  City of Palo Alto General Services Agreement 16 Rev. March 29, 2018 EXHIBIT C SCHEDULE OF FEES CONTRACTOR shall perform the tasks as described and budgeted below. City’s Project Manager may approve in writing the transfer of budget amounts between any of the tasks or categories listed below, provided the total compensation for the Services does not exceed the amounts set forth in Sections 5 and 6 of the Agreement. Any services provided or hours worked for which payment would result in a total exceeding the maximum amount of compensation set forth herein shall be at no cost to the CITY. A. Base Bid: Provide all labor, equipment, materials, transportation, applicable taxes, profit, insurance, bonds and other overhead to perform the Work in accordance with the Project Plans and Technical Specifications, herein: CONTRACTOR shall provide detailed invoices that identify the tasks that were completed. For example, see below: • Quantity of trash that have been removed. • Quantity of syringes (sharps) that have been removed. • Dates and locations that have been serviced (if above schedule is altered). • Number of individuals that are were on site each week. BASE BID: Year Description Price per month Price per year 1 Task 1 (Street Cleaning Services) (Street Cleaning Services) (Street Cleaning Services) DocuSign Envelope ID: 4544AE09-B448-430E-98E7-A4C7FC164ADC Item 7 Attachment A - Downtown Streets Team, Inc Contract        Item 7: Staff Report Pg. 21  Packet Pg. 221 of 428  City of Palo Alto General Services Agreement 17 Rev. March 29, 2018 B. Additive Alternate Bid 1 (Additional Services): Provide all labor, equipment, materials, transportation, applicable taxes, profit, insurance, bonds and other overhead to perform the Work in accordance with the Project Plans and Technical Specifications, herein: The CITY reserves the right and at its sole discretion, to reject, initiate, or cancel this additive alternate service at any time. The CITY will provide CONTRACTOR a minimum of two weeks advance notice prior to initiating or canceling these services. ADDITIVE ALTERNATE BID 1: Year Description Price per month Price per year 1 Task 2 (Car-Free Street Cleaning Services (Ramona St and California Ave) (Car-Free Street Cleaning Services (Ramona St and California Ave)) (Car-Free Street Cleaning Services (Ramona St and California Ave)) Grand Total Base Bid and Additive Alternate Bid 1: $528,409.09 DocuSign Envelope ID: 4544AE09-B448-430E-98E7-A4C7FC164ADC Item 7 Attachment A - Downtown Streets Team, Inc Contract        Item 7: Staff Report Pg. 22  Packet Pg. 222 of 428  City of Palo Alto General Services Agreement 18 Rev. March 29, 2018 EXHIBIT D INSURANCE REQUIREMENTS CONTRACTORS TO THE CITY OF PALO ALTO (CITY), AT THEIR SOLE EXPENSE, SHALL FOR THE TERM OF THE CONTRACT OBTAIN AND MAINTAIN INSURANCE IN THE AMOUNTS FOR THE COVERAGE SPECIFIED BELOW, AFFORDED BY COMPANIES WITH AM BEST’S KEY RATING OF A-:VII, OR HIGHER, LICENSED OR AUTHORIZED TO TRANSACT INSURANCE BUSINESS IN THE STATE OF CALIFORNIA. AWARD IS CONTINGENT ON COMPLIANCE WITH CITY’S INSURANCE REQUIREMENTS, AS SPECIFIED, BELOW: REQUIRED TYPE OF COVERAGE REQUIREMENT MINIMUM LIMITS AGGREGATE YES YES EMPLOYER’S LIABILITY STATUTORY YES GENERAL LIABILITY, INCLUDING PERSONAL INJURY, BROAD FORM PROPERTY DAMAGE BLANKET CONTRACTUAL, AND FIRE LEGAL LIABILITY PROPERTY DAMAGE BODILY INJURY & PROPERTY DAMAGE COMBINED. $1,000,000 $1,000,000 $1,000,000 $1,000,000 YES AUTOMOBILE LIABILITY, INCLUDING ALL OWNED, HIRED, NON-OWNED - EACH PERSON - EACH OCCURRENCE PROPERTY DAMAGE BODILY INJURY AND PROPERTY $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 NO INCLUDING, ERRORS AND OMISSIONS, MALPRACTICE (WHEN APPLICABLE), AND NEGLIGENT YES : 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 COMPENSATION, EMPLOYER’S LIABILITY AND PROFESSIONAL INSURANCE, NAMING AS I. INSURANCE COVERAGE MUST INCLUDE: A CONTRACTUAL LIABILITY ENDORSEMENT PROVIDING INSURANCE COVERAGE FOR CONTRACTOR’S AGREEMENT TO INDEMNIFY CITY. II. CONTACTOR MUST SUBMIT CERTIFICATES(S) OF INSURANCE EVIDENCING REQUIRED COVERAGE. III. ENDORSEMENT PROVISIONS, WITH RESPECT TO THE INSURANCE AFFORDED TO “ADDITIONAL INSUREDS” A. PRIMARY COVERAGE DocuSign Envelope ID: 4544AE09-B448-430E-98E7-A4C7FC164ADC Item 7 Attachment A - Downtown Streets Team, Inc Contract        Item 7: Staff Report Pg. 23  Packet Pg. 223 of 428  City of Palo Alto General Services Agreement 19 Rev. March 29, 2018 WITH RESPECT TO CLAIMS ARISING OUT OF THE OPERATIONS OF THE NAMED INSURED, INSURANCE AS AFFORDED BY THIS POLICY IS PRIMARY AND IS NOT ADDITIONAL TO OR CONTRIBUTING WITH ANY OTHER INSURANCE CARRIED BY OR FOR THE BENEFIT OF THE ADDITIONAL INSUREDS. B. CROSS LIABILITY THE NAMING OF MORE THAN ONE PERSON, FIRM, OR CORPORATION AS INSUREDS UNDER THE POLICY SHALL NOT, FOR THAT REASON ALONE, EXTINGUISH ANY RIGHTS OF THE INSURED AGAINST ANOTHER, BUT THIS ENDORSEMENT, AND THE NAMING OF MULTIPLE INSUREDS, SHALL NOT INCREASE THE TOTAL LIABILITY OF THE COMPANY UNDER THIS POLICY. C. NOTICE OF CANCELLATION 1. IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR ANY REASON OTHER THAN THE NON-PAYMENT OF PREMIUM, THE ISSUING COMPANY SHALL PROVIDE CITY AT LEAST A THIRTY (30) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION. 2. IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR THE NON- PAYMENT OF PREMIUM, THE ISSUING COMPANY SHALL PROVIDE CITY AT LEAST A TEN (10) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION. NOTICES SHALL BE MAILED TO: PURCHASING AND CONTRACT ADMINISTRATION CITY OF PALO ALTO P.O. BOX 10250 PALO ALTO, CA 94303 DocuSign Envelope ID: 4544AE09-B448-430E-98E7-A4C7FC164ADC Item 7 Attachment A - Downtown Streets Team, Inc Contract        Item 7: Staff Report Pg. 24  Packet Pg. 224 of 428  City Council Staff Report From: City Manager Report Type: CONSENT CALENDAR Lead Department: IT Department Meeting Date: February 12, 2024 Report #:2309-2072 TITLE Approval of Contract Amendments with AgreeYa Solutions, INC., Elegant Enterprise-Wide Solutions, INC., Forsys, INC., Object Technology Solutions, INC., Techlink Systems, INC., ZION Cloud Solutions, INC., and Inspyr Solutions, LLC., for IT On-Call Professional Services, to Increase the Combined Annual Not-To-Exceed Amount to $1,250,000 and a Contract Not-To-Exceed total of $3,940,000; CEQA Status - Not a Project. RECOMMENDATION Staff recommends that the Council approve and authorize the City Manager or designee to execute ’Amendment One’ of seven IT General On-Call Professional Services contracts to increase the annual combined not-to-exceed amount from $480,000 annually to $1,250,000 annually across all seven contracts for years 4-5. This brings the new contract not-to-exceed combined amount of all seven contracts to $3,940,000 over a five-year period, to provide department-specific projects and/or solutions. The seven contracts are with: 1) AgreeYa Solutions, INC., C20174582B; 2) Elegant Enterprise-Wide Solutions, INC., C20174582C; 3) Forsys INC., C20174582D; 4) Object Technology Solutions, INC., C20174582E; 5) Techlink Systems, INC., C20174582F; 6) Zion Cloud Solutions, INC., C20174583G; and 7) Inspyr Solutions, LLC, C20174582H (formerly Genuent Global, LLC) BACKGROUND In July 2019, staff issued a Request for Proposal (RFP) to identify several qualified firms to provide IT on-call professional services on an as-needed basis to help with day-to-day enhancements, projects, backfills, break fixes, and modernization. Item 8 Item 8 Staff Report        Item 8: Staff Report Pg. 1  Packet Pg. 225 of 428  The City Council previously approved these seven contracts for five-years on June 22, 2020, CMR 11360 1. •SharePoint Sites for City departments ANALYSIS FISCAL/RESOURCE IMPACT 1CMR 11360; https://www.cityofpaloalto.org/files/assets/public/agendas-minutes-reports/reports/city-manager- reports-cmrs/year-archive/2020/id-11360.pdf Item 8 Item 8 Staff Report        Item 8: Staff Report Pg. 2  Packet Pg. 226 of 428  New combined Years 1-5 contract Not-To-Exceed Total: $3,940,000. STAKEHOLDER ENGAGEMENT ENVIRONMENTAL REVIEW ATTACHMENTS APPROVED BY: Item 8 Item 8 Staff Report        Item 8: Staff Report Pg. 3  Packet Pg. 227 of 428  Vers.: Aug. 5, 2019 Page 1 of 3 AMENDMENT NO. 1 TO CONTRACT NO. C20174582B BETWEEN THE CITY OF PALO ALTO AND AGREEYA SOLUTIONS, INC. This Amendment No. 1 (this “Amendment”) to Contract No. C20174582B (the “Contract” as defined below) is entered into as of September 25, 2023, by and between the CITY OF PALO ALTO, a California chartered municipal corporation (“CITY”), and AGREEYA SOLUTIONS, INC., a California Corporation, located at 605 Coolidge Drive, Folsom, CA 95630 (“CONSULTANTS”). CITY and CONSULTANT are referred to collectively as the “Parties” in this Amendment. R E C I T A L S A. The Contract (as defined below) was entered into by and between the Parties hereto for the provision of engaging a consultant to provide implementation specialized information technology to enhance the City’s business functionality and overall performance, while maintaining a high degree of customer satisfaction (“Project”) and to engage a consultant to provide support services on an on-call, as needed, time-limited basis in the connection with the Project, as detailed therein. B. The Parties now wish to amend the Contract in order to increase compensation by One Million Five Hundred Forty Thousand Dollars ($1,540,000) from Two Million Four Hundred Thousand Dollars ($2,400,000.00) to a new not-to-exceed amount of Three Million Nine Hundred Forty Thousand Dollars ($3,940,000) over the term of the contract across a total of seven (7) consultant agreements (C20174582H, C2017458B, C20174582C, C2017174582D, C20174582E, C20174582F, and C20174582G). NOW, THEREFORE, in consideration of the covenants, terms, conditions, and provisions of this Amendment, the Parties agree: SECTION 1. Definitions. The following definitions shall apply to this Amendment: a. Contract. The term “Contract” shall mean Contract No. C20174582B between CONSULTANT and CITY, dated June 22, 2020. b. Other Terms. Capitalized terms used and not defined in this Amendment shall have the meanings assigned to such terms in the Contract. SECTION 2. Section 4 “NOT TO EXCEED COMPENSATION” of the Contract is hereby amended to read as follows: DocuSign Envelope ID: 52562AC9-6B43-4AA3-A71A-4461821D88A2 Item 8 Attachment A - C20174582B- H_Amendment 1_IT On- Call Professional Services        Item 8: Staff Report Pg. 4  Packet Pg. 228 of 428  Vers.: Aug. 5, 2019 Page 2 of 3 “The compensation to be paid to CONSULTANT for performance of the Services described in Exhibit “A” Scope of Services shall not exceed Three Million Nine Hundred Forty Thousand Dollars ($3,940,000). The applicable rate schedule by which CONSULTANT will be paid for Services rendered under this Agreement is set out at Exhibit “C-1”, entitled “HOURLY RATE SCHEDULE”. Any work performed or expenses incurred for which payment would result in a total exceeding the maximum compensation as set forth herein shall be at no cost to the CITY.” SECTION 3. Legal Effect. Except as modified by this Amendment, all other provisions of the Contract, including any exhibits thereto, shall remain in full f orce and effect. SECTION 4. Incorporation of Recitals. The recitals set forth above are terms of this Amendment and are fully incorporated herein by this reference. (SIGNATURE BLOCK FOLLOWS ON THE NEXT PAGE.) DocuSign Envelope ID: 52562AC9-6B43-4AA3-A71A-4461821D88A2 Item 8 Attachment A - C20174582B- H_Amendment 1_IT On- Call Professional Services        Item 8: Staff Report Pg. 5  Packet Pg. 229 of 428  Vers.: Aug. 5, 2019 Page 3 of 3 SIGNATURES OF THE PARTIES IN WITNESS WHEREOF, the Parties have by their duly authorized representatives executed this Amendment effective as of the date first above written. CITY OF PALO ALTO _____________________________ City Manager APPROVED AS TO FORM: _____________________________ City Attorney or designee AGREEYA SOLUTIONS, INC. Officer 1 By:______________________________ Name:___________________________ Title:____________________________ Officer 2 By:______________________________ Name:___________________________ Title:____________________________ DocuSign Envelope ID: 52562AC9-6B43-4AA3-A71A-4461821D88A2 Sanjay Khosla Managing Partner Ajay Kaul Managing Partner Item 8 Attachment A - C20174582B- H_Amendment 1_IT On- Call Professional Services        Item 8: Staff Report Pg. 6  Packet Pg. 230 of 428  Vers.: Aug. 5, 2019 Page 1 of 3 AMENDMENT NO. 1 TO CONTRACT NO. C20174582C BETWEEN THE CITY OF PALO ALTO AND ELEGANT ENTERPRISE-WIDE SOLUTIONS, INC. This Amendment No. 1 (this “Amendment”) to Contract No. C20174582C (the “Contract” as defined below) is entered into as of September 25, 2023, by and between the CITY OF PALO ALTO, a California chartered municipal corporation (“CITY”), and ELEGANT ENTERPRISE-WIDE SOLUTIONS, INC., a Virginia Corporation, located at 24035 Whitten Farm Ct, Aldie, VA 20105 (“CONSULTANTS”). CITY and CONSULTANT are referred to collectively as the “Parties” in this Amendment. R E C I T A L S A. The Contract (as defined below) was entered into by and between the Parties hereto for the provision of engaging a consultant to provide implementation specialized information technology to enhance the City’s business functionality and overall performance, while maintaining a high degree of customer satisfaction (“Project”) and to engage a consultant to provide support services on an on-call, as needed, time-limited basis in the connection with the Project, as detailed therein. B. The Parties now wish to amend the Contract in order to increase compensation by One Million Five Hundred Forty Thousand Dollars ($1,540,000) from Two Million Four Hundred Thousand Dollars ($2,400,000.00) to a new not-to-exceed amount of Three Million Nine Hundred Forty Thousand Dollars ($3,940,000) over the term of the contract across a total of seven (7) consultant agreements (C20174582H, C2017458B, C20174582C, C2017174582D, C20174582E, C20174582F, and C20174582G). NOW, THEREFORE, in consideration of the covenants, terms, conditions, and provisions of this Amendment, the Parties agree: SECTION 1. Definitions. The following definitions shall apply to this Amendment: a. Contract. The term “Contract” shall mean Contract No. C20174582C between CONSULTANT and CITY, dated June 22, 2020. b. Other Terms. Capitalized terms used and not defined in this Amendment shall have the meanings assigned to such terms in the Contract. SECTION 2. Section 4 “NOT TO EXCEED COMPENSATION” of the Contract is hereby amended to read as follows: DocuSign Envelope ID: C01E866B-1FE7-470A-B84C-8EFC6A391A4D Item 8 Attachment A - C20174582B- H_Amendment 1_IT On- Call Professional Services        Item 8: Staff Report Pg. 7  Packet Pg. 231 of 428  Vers.: Aug. 5, 2019 Page 2 of 3 “The compensation to be paid to CONSULTANT for performance of the Services described in Exhibit “A” Scope of Services shall not exceed Three Million Nine Hundred Forty Thousand Dollars ($3,940,000). The applicable rate schedule by which CONSULTANT will be paid for Services rendered under this Agreement is set out at Exhibit “C-1”, entitled “HOURLY RATE SCHEDULE”. Any work performed or expenses incurred for which payment would result in a total exceeding the maximum compensation as set forth herein shall be at no cost to the CITY.” SECTION 3. Legal Effect. Except as modified by this Amendment, all other provisions of the Contract, including any exhibits thereto, shall remain in full f orce and effect. SECTION 4. Incorporation of Recitals. The recitals set forth above are terms of this Amendment and are fully incorporated herein by this reference. (SIGNATURE BLOCK FOLLOWS ON THE NEXT PAGE.) DocuSign Envelope ID: C01E866B-1FE7-470A-B84C-8EFC6A391A4D Item 8 Attachment A - C20174582B- H_Amendment 1_IT On- Call Professional Services        Item 8: Staff Report Pg. 8  Packet Pg. 232 of 428  Vers.: Aug. 5, 2019 Page 3 of 3 SIGNATURES OF THE PARTIES IN WITNESS WHEREOF, the Parties have by their duly authorized representatives executed this Amendment effective as of the date first above written. CITY OF PALO ALTO _____________________________ City Manager APPROVED AS TO FORM: _____________________________ City Attorney or designee ELEGANT ENTERPRISE-WIDE SOLUTIONS, INC. Officer 1 By:______________________________ Name:___________________________ Title:____________________________ DocuSign Envelope ID: C01E866B-1FE7-470A-B84C-8EFC6A391A4D President Vikas Arora Item 8 Attachment A - C20174582B- H_Amendment 1_IT On- Call Professional Services        Item 8: Staff Report Pg. 9  Packet Pg. 233 of 428  Vers.: Aug. 5, 2019 Page 1 of 3 AMENDMENT NO. 1 TO CONTRACT NO. C20174582D BETWEEN THE CITY OF PALO ALTO AND FORSYS, INC. This Amendment No. 1 (this “Amendment”) to Contract No. C20174582D (the “Contract” as defined below) is entered into as of September 25, 2023, by and between the CITY OF PALO ALTO, a California chartered municipal corporation (“CITY”), and FORSYS INC., a California Corporation, located at 691 S. Milpitas Blvd., Suite 213, Milpitas, CA 95035 (“CONSULTANTS”). CITY and CONSULTANT are referred to collectively as the “Parties” in this Amendment. R E C I T A L S A. The Contract (as defined below) was entered into by and between the Parties hereto for the provision of engaging a consultant to provide implementation specialized information technology to enhance the City’s business functionality and overall performance, while maintaining a high degree of customer satisfaction (“Project”) and to engage a consultant to provide support services on an on-call, as needed, time-limited basis in the connection with the Project, as detailed therein. B. The Parties now wish to amend the Contract in order to increase compensation by One Million Five Hundred Forty Thousand Dollars ($1,540,000) from Two Million Four Hundred Thousand Dollars ($2,400,000.00) to a new not-to-exceed amount of Three Million Nine Hundred Forty Thousand Dollars ($3,940,000) over the term of the contract across a total of seven (7) consultant agreements (C20174582H, C2017458B, C20174582C, C2017174582D, C20174582E, C20174582F, and C20174582G). NOW, THEREFORE, in consideration of the covenants, terms, conditions, and provisions of this Amendment, the Parties agree: SECTION 1. Definitions. The following definitions shall apply to this Amendment: a. Contract. The term “Contract” shall mean Contract No. C20174582D between CONSULTANT and CITY, dated June 22, 2020. b. Other Terms. Capitalized terms used and not defined in this Amendment shall have the meanings assigned to such terms in the Contract. SECTION 2. Section 4 “NOT TO EXCEED COMPENSATION” of the Contract is hereby amended to read as follows: DocuSign Envelope ID: 07FD7CC6-9286-45BD-9B34-28D0CBF68F68 Item 8 Attachment A - C20174582B- H_Amendment 1_IT On- Call Professional Services        Item 8: Staff Report Pg. 10  Packet Pg. 234 of 428  Vers.: Aug. 5, 2019 Page 2 of 3 “The compensation to be paid to CONSULTANT for performance of the Services described in Exhibit “A” Scope of Services shall not exceed Three Million Nine Hundred Forty Thousand Dollars ($3,940,000). The applicable rate schedule by which CONSULTANT will be paid for Services rendered under this Agreement is set out at Exhibit “C-1”, entitled “HOURLY RATE SCHEDULE”. Any work performed or expenses incurred for which payment would result in a total exceeding the maximum compensation as set forth herein shall be at no cost to the CITY.” SECTION 3. Legal Effect. Except as modified by this Amendment, all other provisions of the Contract, including any exhibits thereto, shall remain in full f orce and effect. SECTION 4. Incorporation of Recitals. The recitals set forth above are terms of this Amendment and are fully incorporated herein by this reference. (SIGNATURE BLOCK FOLLOWS ON THE NEXT PAGE.) DocuSign Envelope ID: 07FD7CC6-9286-45BD-9B34-28D0CBF68F68 Item 8 Attachment A - C20174582B- H_Amendment 1_IT On- Call Professional Services        Item 8: Staff Report Pg. 11  Packet Pg. 235 of 428  Vers.: Aug. 5, 2019 Page 3 of 3 SIGNATURES OF THE PARTIES IN WITNESS WHEREOF, the Parties have by their duly authorized representatives executed this Amendment effective as of the date first above written. CITY OF PALO ALTO _____________________________ City Manager APPROVED AS TO FORM: _____________________________ City Attorney or designee FORSYS INC. Officer 1 By:______________________________ Name:___________________________ Title:____________________________ Officer 2 By:______________________________ Name:___________________________ Title:____________________________ DocuSign Envelope ID: 07FD7CC6-9286-45BD-9B34-28D0CBF68F68 Jayaprasad Vejendla CEO VP, Strategic Accounts Ramesh Konda Item 8 Attachment A - C20174582B- H_Amendment 1_IT On- Call Professional Services        Item 8: Staff Report Pg. 12  Packet Pg. 236 of 428  Vers.: Aug. 5, 2019 Page 1 of 3 AMENDMENT NO. 1 TO CONTRACT NO. C20174582H BETWEEN THE CITY OF PALO ALTO AND INSPYR SOLUTIONS, LLC This Amendment No. 1 (this “Amendment”) to Contract No. C20174582H (the “Contract” as defined below) is entered into as of September 25, 2023, by and between the CITY OF PALO ALTO, a California chartered municipal corporation (“CITY”), and INSYPR SOLUTIONS, LLC, a Delaware Limited Liability Corporation, located at 600 Corporate Drive., Suite 500, Fort Lauderdale, FL 33334 (“CONSULTANTS”). CITY and CONSULTANT are referred to collectively as the “Parties” in this Amendment. R E C I T A L S A. The Contract (as defined below) was entered into by and between the Parties hereto for the provision of engaging a consultant to provide implementation specialized information technology to enhance the City’s business functionality and overall performance, while maintaining a high degree of customer satisfaction (“Project”) and to engage a consultant to provide support services on an on-call, as needed, time-limited basis in the connection with the Project, as detailed therein. B. The CITY and INSYPR SOLUTIONS, LLC entered into the Contract (defined below). Pursuant to the Novation Agreement (detailed below) executed between INSYPR SOLUTIONS, LLC, and CITY, wherein INSYPR SOLUTIONS, LLC was transferred the obligations of the Contractor under the Contract and INSYPR SOLUTIONS, LLC thereby became the Contractor under the Contract. C. The Parties now wish to amend the Contract in order to increase compensation by One Million Five Hundred Forty Thousand Dollars ($1,540,000) from Two Million Four Hundred Thousand Dollars ($2,400,000.00) to a new not-to-exceed amount of Three Million Nine Hundred Forty Thousand Dollars ($3,940,000) over the term of the contract across a total of seven (7) consultant agreements (C20174582H, C2017458B, C20174582C, C2017174582D, C20174582E, C20174582F, and C20174582G). NOW, THEREFORE, in consideration of the covenants, terms, conditions, and provisions of this Amendment, the Parties agree: SECTION 1. Definitions. The following definitions shall apply to this Amendment: a. Contract. The term “Contract” shall mean Contract No. C21074582H dated June 22, 2020 as assigned by INSYPR SOLUTIONS, LLC pursuant to the Novation Agreement to Contract No. C21074582H between INSYPR SOLUTIONS, LLC, and CITY, wherein INSYPR SOLUTIONS, LLC was transferred the obligations of the Contractor under the Contract INSYPR SOLUTIONS, LLC thereby became the Contractor under the Contract.. DocuSign Envelope ID: F8D43063-4E01-4DAC-AFF8-9DD36EAAA6B4 Item 8 Attachment A - C20174582B- H_Amendment 1_IT On- Call Professional Services        Item 8: Staff Report Pg. 13  Packet Pg. 237 of 428  Vers.: Aug. 5, 2019 Page 2 of 3 b. Other Terms. Capitalized terms used and not defined in this Amendment shall have the meanings assigned to such terms in the Contract . SECTION 2. Section 4 “NOT TO EXCEED COMPENSATION” of the Contract is hereby amended to read as follows: “The compensation to be paid to CONSULTANT for performance of the Services described in Exhibit “A” Scope of Services shall not exceed Three Million Nine Hundred Forty Thousand Dollars ($3,940,000). The applicable rate schedule by which CONSULTANT will be paid for Services rendered under this Agreement is set out at Exhibit “C-1”, entitled “HOURLY RATE SCHEDULE”. Any work performed or expenses incurred for which payment would result in a total exceeding the maximum compensation as set forth herein shall be at no cost to the CITY.” SECTION 3. Legal Effect. Except as modified by this Amendment, all other provisions of the Contract, including any exhibits thereto, shall remain in full force and effect. SECTION 4. Incorporation of Recitals. The recitals set forth above are terms of this Amendment and are fully incorporated herein by this reference. (SIGNATURE BLOCK FOLLOWS ON THE NEXT PAGE.) DocuSign Envelope ID: F8D43063-4E01-4DAC-AFF8-9DD36EAAA6B4 Item 8 Attachment A - C20174582B- H_Amendment 1_IT On- Call Professional Services        Item 8: Staff Report Pg. 14  Packet Pg. 238 of 428  Vers.: Aug. 5, 2019 Page 3 of 3 SIGNATURES OF THE PARTIES IN WITNESS WHEREOF, the Parties have by their duly authorized representatives executed this Amendment effective as of the date first above written. CITY OF PALO ALTO _____________________________ City Manager APPROVED AS TO FORM: _____________________________ City Attorney or designee INSPYR SOLUTIONS LLC Officer 1 By:______________________________ Name:___________________________ Title:____________________________ Officer 2 By:______________________________ Name:___________________________ Title:____________________________ DocuSign Envelope ID: F8D43063-4E01-4DAC-AFF8-9DD36EAAA6B4 CEO Trent Beekman Scott Forester CFO Item 8 Attachment A - C20174582B- H_Amendment 1_IT On- Call Professional Services        Item 8: Staff Report Pg. 15  Packet Pg. 239 of 428  Vers.: Aug. 5, 2019 Page 1 of 3 AMENDMENT NO. 1 TO CONTRACT NO. C20174582E BETWEEN THE CITY OF PALO ALTO AND OBJECT TECHNOLOGY SOLUTIONS, INC. This Amendment No. 1 (this “Amendment”) to Contract No. C20174582E (the “Contract” as defined below) is entered into as of September 25, 2023, by and between the CITY OF PALO ALTO, a California chartered municipal corporation (“CITY”), and OBJECT TECHNOLOGY SOLUTIONS, INC., a Kansas Corporation, located at 6363 College Blvd., Suite 230, Overland Park, Kansas 66211 (“CONSULTANTS”). CITY and CONSULTANT are referred to collectively as the “Parties” in this Amendment. R E C I T A L S A. The Contract (as defined below) was entered into by and between the Parties hereto for the provision of engaging a consultant to provide implementation specialized information technology to enhance the City’s business functionality and overall performance, while maintaining a high degree of customer satisfaction (“Project”) and to engage a consultant to provide support services on an on-call, as needed, time-limited basis in the connection with the Project, as detailed therein. B. The Parties now wish to amend the Contract in order to increase compensation by One Million Five Hundred Forty Thousand Dollars ($1,540,000) from Two Million Four Hundred Thousand Dollars ($2,400,000.00) to a new not-to-exceed amount of Three Million Nine Hundred Forty Thousand Dollars ($3,940,000) over the term of the contract across a total of seven (7) consultant agreements (C20174582H, C2017458B, C20174582C, C2017174582D, C20174582E, C20174582F, and C20174582G). NOW, THEREFORE, in consideration of the covenants, terms, conditions, and provisions of this Amendment, the Parties agree: SECTION 1. Definitions. The following definitions shall apply to this Amendment: a. Contract. The term “Contract” shall mean Contract No. C20174582E between CONSULTANT and CITY, dated June 22, 2020. b. Other Terms. Capitalized terms used and not defined in this Amendment shall have the meanings assigned to such terms in the Contract. SECTION 2. Section 4 “NOT TO EXCEED COMPENSATION” of the Contract is hereby amended to read as follows: DocuSign Envelope ID: E049D3D9-0B2D-4A37-B4B4-9D1BE7C83592 Item 8 Attachment A - C20174582B- H_Amendment 1_IT On- Call Professional Services        Item 8: Staff Report Pg. 16  Packet Pg. 240 of 428  Vers.: Aug. 5, 2019 Page 2 of 3 “The compensation to be paid to CONSULTANT for performance of the Services described in Exhibit “A” Scope of Services shall not exceed Three Million Nine Hundred Forty Thousand Dollars ($3,940,000). The applicable rate schedule by which CONSULTANT will be paid for Services rendered under this Agreement is set out at Exhibit “C-1”, entitled “HOURLY RATE SCHEDULE”. Any work performed or expenses incurred for which payment would result in a total exceeding the maximum compensation as set forth herein shall be at no cost to the CITY.” SECTION 3. Legal Effect. Except as modified by this Amendment, all other provisions of the Contract, including any exhibits thereto, shall remain in full f orce and effect. SECTION 4. Incorporation of Recitals. The recitals set forth above are terms of this Amendment and are fully incorporated herein by this reference. (SIGNATURE BLOCK FOLLOWS ON THE NEXT PAGE.) DocuSign Envelope ID: E049D3D9-0B2D-4A37-B4B4-9D1BE7C83592 Item 8 Attachment A - C20174582B- H_Amendment 1_IT On- Call Professional Services        Item 8: Staff Report Pg. 17  Packet Pg. 241 of 428  Vers.: Aug. 5, 2019 Page 3 of 3 SIGNATURES OF THE PARTIES IN WITNESS WHEREOF, the Parties have by their duly authorized representatives executed this Amendment effective as of the date first above written. CITY OF PALO ALTO _____________________________ City Manager APPROVED AS TO FORM: _____________________________ City Attorney or designee OBJECT TECHNOLOGY SOLUTIONS, INC. Officer 1 By:______________________________ Name:___________________________ Title:____________________________ Officer 2 By:______________________________ Name:___________________________ Title:____________________________ DocuSign Envelope ID: E049D3D9-0B2D-4A37-B4B4-9D1BE7C83592 Narasimha Gondi President VP, Accounting & Finance Krishna Pal Item 8 Attachment A - C20174582B- H_Amendment 1_IT On- Call Professional Services        Item 8: Staff Report Pg. 18  Packet Pg. 242 of 428  Vers.: Aug. 5, 2019 Page 1 of 3 AMENDMENT NO. 1 TO CONTRACT NO. C20174582F BETWEEN THE CITY OF PALO ALTO AND TECHLINK SYSTEMS, INC. This Amendment No. 1 (this “Amendment”) to Contract No. C20174582F (the “Contract” as defined below) is entered into as of September 25, 2023, by and between the CITY OF PALO ALTO, a California chartered municipal corporation (“CITY”), and TECHLINK SYSTEMS, INC., a California Corporation, located at 220 Montgomery Street, Suite 1018, San Francisco, CA 94104 (“CONSULTANTS”). CITY and CONSULTANT are referred to collectively as the “Parties” in this Amendment. R E C I T A L S A. The Contract (as defined below) was entered into by and between the Parties hereto for the provision of engaging a consultant to provide implementation specialized information technology to enhance the City’s business functionality and overall performance, while maintaining a high degree of customer satisfaction (“Project”) and to engage a consultant to provide support services on an on-call, as needed, time-limited basis in the connection with the Project, as detailed therein. B. The Parties now wish to amend the Contract in order to increase compensation by One Million Five Hundred Forty Thousand Dollars ($1,540,000) from Two Million Four Hundred Thousand Dollars ($2,400,000.00) to a new not-to-exceed amount of Three Million Nine Hundred Forty Thousand Dollars ($3,940,000) over the term of the contract across a total of seven (7) consultant agreements (C20174582H, C2017458B, C20174582C, C2017174582D, C20174582E, C20174582F, and C20174582G). NOW, THEREFORE, in consideration of the covenants, terms, conditions, and provisions of this Amendment, the Parties agree: SECTION 1. Definitions. The following definitions shall apply to this Amendment: a. Contract. The term “Contract” shall mean Contract No. C20174582F between CONSULTANT and CITY, dated June 22, 2020. b. Other Terms. Capitalized terms used and not defined in this Amendment shall have the meanings assigned to such terms in the Contract. SECTION 2. Section 4 “NOT TO EXCEED COMPENSATION” of the Contract is hereby amended to read as follows: DocuSign Envelope ID: 6F6764B7-A2A4-4775-8DA5-55CEF7EA1920 Item 8 Attachment A - C20174582B- H_Amendment 1_IT On- Call Professional Services        Item 8: Staff Report Pg. 19  Packet Pg. 243 of 428  Vers.: Aug. 5, 2019 Page 2 of 3 “The compensation to be paid to CONSULTANT for performance of the Services described in Exhibit “A” Scope of Services shall not exceed Three Million Nine Hundred Forty Thousand Dollars ($3,940,000). The applicable rate schedule by which CONSULTANT will be paid for Services rendered under this Agreement is set out at Exhibit “C-1”, entitled “HOURLY RATE SCHEDULE”. Any work performed or expenses incurred for which payment would result in a total exceeding the maximum compensation as set forth herein shall be at no cost to the CITY.” SECTION 3. Legal Effect. Except as modified by this Amendment, all other provisions of the Contract, including any exhibits thereto, shall remain in full f orce and effect. SECTION 4. Incorporation of Recitals. The recitals set forth above are terms of this Amendment and are fully incorporated herein by this reference. (SIGNATURE BLOCK FOLLOWS ON THE NEXT PAGE.) DocuSign Envelope ID: 6F6764B7-A2A4-4775-8DA5-55CEF7EA1920 Item 8 Attachment A - C20174582B- H_Amendment 1_IT On- Call Professional Services        Item 8: Staff Report Pg. 20  Packet Pg. 244 of 428  Vers.: Aug. 5, 2019 Page 3 of 3 SIGNATURES OF THE PARTIES IN WITNESS WHEREOF, the Parties have by their duly authorized representatives executed this Amendment effective as of the date first above written. CITY OF PALO ALTO _____________________________ City Manager APPROVED AS TO FORM: _____________________________ City Attorney or designee TECHLINK SYSTEMS, INC. Officer 1 By:______________________________ Name:___________________________ Title:____________________________ Officer 2 By:______________________________ Name:___________________________ Title:____________________________ DocuSign Envelope ID: 6F6764B7-A2A4-4775-8DA5-55CEF7EA1920 CEO Jane Kim CFO Ronald Alcaraz Item 8 Attachment A - C20174582B- H_Amendment 1_IT On- Call Professional Services        Item 8: Staff Report Pg. 21  Packet Pg. 245 of 428  Vers.: Aug. 5, 2019 Page 1 of 3 AMENDMENT NO. 1 TO CONTRACT NO. C20174582G BETWEEN THE CITY OF PALO ALTO AND ZION CLOUD SOLUTIONS, LLC This Amendment No. 1 (this “Amendment”) to Contract No. C20174582G (the “Contract” as defined below) is entered into as of September 25, 2023, by and between the CITY OF PALO ALTO, a California chartered municipal corporation (“CITY”), and ZION CLOUD SOLUTIONS, LLC, a Illinois Limited Liability Corporation, located at 2700 Patriot Blvd., Suite 250, Glenview IL 60026 (“CONSULTANTS”). CITY and CONSULTANT are referred to collectively as the “Parties” in this Amendment. R E C I T A L S A. The Contract (as defined below) was entered into by and between the Parties hereto for the provision of engaging a consultant to provide implementation specialized information technology to enhance the City’s business functionality and overall performance, while maintaining a high degree of customer satisfaction (“Project”) and to engage a consultant to provide support services on an on-call, as needed, time-limited basis in the connection with the Project, as detailed therein. B. The Parties now wish to amend the Contract in order to increase compensation by One Million Five Hundred Forty Thousand Dollars ($1,540,000) from Two Million Four Hundred Thousand Dollars ($2,400,000.00) to a new not-to-exceed amount of Three Million Nine Hundred Forty Thousand Dollars ($3,940,000) over the term of the contract across a total of seven (7) consultant agreements (C20174582H, C2017458B, C20174582C, C2017174582D, C20174582E, C20174582F, and C20174582G). NOW, THEREFORE, in consideration of the covenants, terms, conditions, and provisions of this Amendment, the Parties agree: SECTION 1. Definitions. The following definitions shall apply to this Amendment: a. Contract. The term “Contract” shall mean Contract No. C20174582G between CONSULTANT and CITY, dated June 22, 2020. b. Other Terms. Capitalized terms used and not defined in this Amendment shall have the meanings assigned to such terms in the Contract. SECTION 2. Section 4 “NOT TO EXCEED COMPENSATION” of the Contract is hereby amended to read as follows: DocuSign Envelope ID: 8C9668C3-3E85-45FB-A1E8-7829B83B6B88 Item 8 Attachment A - C20174582B- H_Amendment 1_IT On- Call Professional Services        Item 8: Staff Report Pg. 22  Packet Pg. 246 of 428  Vers.: Aug. 5, 2019 Page 2 of 3 “The compensation to be paid to CONSULTANT for performance of the Services described in Exhibit “A” Scope of Services shall not exceed Three Million Nine Hundred Forty Thousand Dollars ($3,940,000). The applicable rate schedule by which CONSULTANT will be paid for Services rendered under this Agreement is set out at Exhibit “C-1”, entitled “HOURLY RATE SCHEDULE”. Any work performed or expenses incurred for which payment would result in a total exceeding the maximum compensation as set forth herein shall be at no cost to the CITY.” SECTION 3. Legal Effect. Except as modified by this Amendment, all other provisions of the Contract, including any exhibits thereto, shall remain in full f orce and effect. SECTION 4. Incorporation of Recitals. The recitals set forth above are terms of this Amendment and are fully incorporated herein by this reference. (SIGNATURE BLOCK FOLLOWS ON THE NEXT PAGE.) DocuSign Envelope ID: 8C9668C3-3E85-45FB-A1E8-7829B83B6B88 Item 8 Attachment A - C20174582B- H_Amendment 1_IT On- Call Professional Services        Item 8: Staff Report Pg. 23  Packet Pg. 247 of 428  Vers.: Aug. 5, 2019 Page 3 of 3 SIGNATURES OF THE PARTIES IN WITNESS WHEREOF, the Parties have by their duly authorized representatives executed this Amendment effective as of the date first above written. CITY OF PALO ALTO _____________________________ City Manager APPROVED AS TO FORM: _____________________________ City Attorney or designee ZION CLOUD SOLUTIONS, LLC Officer 1 By:______________________________ Name:___________________________ Title:____________________________ Officer 2 By:______________________________ Name:___________________________ Title:____________________________ DocuSign Envelope ID: 8C9668C3-3E85-45FB-A1E8-7829B83B6B88 Carmen Reddy President IT Service Delivery Director Soaham Joshi Item 8 Attachment A - C20174582B- H_Amendment 1_IT On- Call Professional Services        Item 8: Staff Report Pg. 24  Packet Pg. 248 of 428  City Council Staff Report From: City Manager Report Type: CONSENT CALENDAR Lead Department: Utilities Meeting Date: February 12, 2024 Staff Report: 2311-2253 TITLE Approval of Contract No. C24188884 With WaterTALENT, LLC for Temporary Consultant Support for Public Works and Utilities Departments in a Not to Exceed Amount of $1,896,000 Over Three Years, With Two One-Year Extension Options; Not to Exceed $830,400 for Year One and Not to Exceed $532,800 per Year for Years Two and Three and Optional Extensions if Authorized; CEQA Status - Not a Project RECOMMENDATION Staff recommends the Council (1) approve and authorize the City Manager or designee to execute a contract with WaterTALENT (Contract C24188884) to provide support for key services for Utilities Operations and Public Works Regional Water Quality Control Plant (RWQCP) for an amount not to exceed $1,896,000 over three years; not to exceed amount for year one is $830,400 and not to exceed amount for years two and three is $532,800 per year; and (2) authorize City Manager or designee to approve two optional one-year extensions at an additional not to exceed amount of $532,800 per year. EXECUTIVE SUMMARY The Utilities and Public Works Departments have critical operations that require specialized expertise and certifications to perform. There is a limited number of workers in California with the necessary qualifications. WaterTALENT employs a pool of consultants with the requisite certifications who can provide temporary operational support on an on-call basis. Due to existing vacancies and additional attrition anticipated over the next several years, staff is recommending a three-year contract with the option for two one-year extensions. This will provide Utilities and Public Works adequate time for current City employees to gain the necessary certifications and/or to hire additional qualified employees. The contract will be funded by salary savings from vacant staff positions. BACKGROUND The Utilities Department and the Public Works Department require temporary consultant support on projects that require specialized expertise and certifications. Existing staff are not Item 9 Item 9 Staff Report        Item 9: Staff Report Pg. 1  Packet Pg. 249 of 428  qualified or do not have the appropriate certifications to perform these tasks and there are a limited number of qualified candidates outside the City to perform the tasks. Both the Utilities Department and the Public Works Department have an immediate need for support services from qualified consultants in the short term to ensure a reliable level of service is maintained. ANALYSIS Item 9 Item 9 Staff Report        Item 9: Staff Report Pg. 2  Packet Pg. 250 of 428  annual contract renewal date. This staffing is on an on-call basis, and no duration or compensation commitment is required. Item 9 Item 9 Staff Report        Item 9: Staff Report Pg. 3  Packet Pg. 251 of 428  Manager, WQC: The person providing this service must hold a Grade 5 State Water Resources Control Board Wastewater Treatment Plant Operator Certificate. This position is responsible for managing the operations and maintenance of the water quality control plant and recycled water plant, including laboratory operations, overseeing the development and administration of policies, procedures, programs, goals, and objectives. This position also participates in annual and long-range planning activities to anticipate and coordinate the need for, or reduction of, future resources and develops and implements quality standards for water quality control operations and maintenance activities. The Manager, WQC also reviews, prepares, and presents reports on division programs and activities; disseminates compliance reports to applicable federal, state, and local regulatory agencies as well as establishes quality standards for operations and maintenance activities to ensure acceptable levels of performance. The Manager WQC oversees facilities to ensure compliance with applicable OSHA and City safety standards and programs and oversees the maintenance and operation of applicable plant facilities. FISCAL/RESOURCE IMPACT Dept.Certificate Type Hourly Rate Utilities Grade 5 (Water Distribution Certificate)$190 Public Works Grade 5 (SWRCBWTPOC)$190 Public Works Grade 3 (SWRCBWTPOC)$160 * Note: SWRCBWTPOC is State Water Resources Control Board Wastewater Treatment Plant Operator Certificate. Chart does not reflect an annual $5.00 per hour escalation after year one. ENVIRONMENTAL REVIEW ATTACHMENTS APPROVED BY: Item 9 Item 9 Staff Report        Item 9: Staff Report Pg. 4  Packet Pg. 252 of 428  Professional Services Rev. Dec.15, 2020 Page 1 of 21 CITY OF PALO ALTO CONTRACT NO. C24188884 AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF PALO ALTO AND WATERTALENT, LLC. This Agreement for Professional Services (this “Agreement”) is entered into as of the 12th day of February 2024 (the “Effective Date”), by and between the CITY OF PALO ALTO, a California chartered municipal corporation (“CITY”), and WATERTALENT, LLC, a Limited Liability Company, located at 15233 Ventura Blvd., #615, Sherman Oaks, CA 91403 (“CONSULTANT”). The following recitals are a substantive portion of this Agreement and are fully incorporated herein by this reference: RECITALS A. CITY intends to engage temporary consultants to support the Utilities and Public Works Departments (the “Project”) and desires to engage a consultant to provide staffing services in connection with the Project (the “Services”, as detailed more fully in Exhibit A). B. CONSULTANT represents that it, its employees and subconsultants, if any, possess the necessary professional expertise, qualifications, and capability, and all required licenses and/or certifications to provide the Services. C. CITY, in reliance on these representations, desires to engage CONSULTANT to provide the Services as more fully described in Exhibit A, entitled “SCOPE OF SERVICES”. NOW, THEREFORE, in consideration of the recitals, covenants, terms, and conditions, in this Agreement, the parties agree as follows: SECTION 1. SCOPE OF SERVICES. CONSULTANT shall perform the Services described in Exhibit A in accordance with the terms and conditions contained in this Agreement. The performance of all Services shall be to the reasonable satisfaction of CITY. Optional On-Call Provision (This provision only applies if checked and only applies to on-call agreements.) CITY may elect to, but is not required to, authorize on-call Services up to the maximum compensation amount set forth in Section 4 (Not to Exceed Compensation). CONSULTANT shall provide on-call Services only by advanced, written authorization from CITY as detailed in this Section. On-call Services, if any, shall be authorized by CITY, as needed, with a Task Order assigned and approved by CITY’s Project Manager, as identified in Section 13 (Project Management). Each Task Order shall be in substantially the same form as Exhibit A-1 entitled “PROFESSIONAL SERVICES TASK ORDER”. Each Task Order shall contain a specific scope of services, schedule of performance and maximum compensation amount, in accordance with the provisions of this Agreement. Compensation for on-call Services shall be specified by CITY in the Task Order, based on whichever is lowest: the compensation structure set forth in Exhibit C, the hourly rates set DocuSign Envelope ID: 5788D7A9-5829-4706-8BBD-07AD95E9C936 Item 9 Attachment A - Contract with WaterTALENT        Item 9: Staff Report Pg. 5  Packet Pg. 253 of 428  Professional Services Rev. Dec.15, 2020 Page 2 of 21 forth in Exhibit C-1, or a negotiated lump sum. To accept a Task Order, CONSULTANT shall sign the Task Order and return it to CITY’s Project Manager within the time specified by the Project Manager, and upon authorization by CITY (defined as countersignature by the CITY Project Manager), the fully executed Task Order shall become part of this Agreement. The cumulative total compensation due to CONSULTANT for all Task Orders issued under this Agreement shall not exceed the amount of compensation set forth in Section 4. CONSULTANT shall only be compensated for on-call Services performed under an authorized Task Order and only up to the maximum compensation amount set forth in Section 4. Performance of and payment for any on-call Services are subject to all requirements and restrictions in this Agreement. SECTION 2. TERM. The term of this Agreement shall be from the date of its full execution through February 11, 2027 unless terminated earlier pursuant to Section 19 (Termination) of this Agreement. The CITY shall have the option to renew this Agreement for two additional one-year terms, to be exercised at the CITY’s sole and absolute discretion. City will provide CONSULTANT with written notice of its intent to exercise its option to renew no later than 90 days before the expiration of the prior contract term. SECTION 3. SCHEDULE OF PERFORMANCE. Time is of the essence in the performance of Services under this Agreement. CONSULTANT shall complete the Services within the term of this Agreement and in accordance with the schedule set forth in Exhibit B, entitled “SCHEDULE OF PERFORMANCE”. Any Services for which times for performance are not specified in this Agreement shall be commenced and completed by CONSULTANT in a reasonably prompt and timely manner based upon the circumstances and direction communicated to the CONSULTANT. CITY’s agreement to extend the term or the schedule for performance shall not preclude recovery of damages for delay if the extension is required due to the fault of CONSULTANT. SECTION 4. NOT TO EXCEED COMPENSATION. The compensation to be paid to CONSULTANT for performance of the Services shall be based on the compensation structure detailed in Exhibit C, entitled “COMPENSATION,” including any reimbursable expenses specified therein, and the maximum total compensation for the first three (3) years shall not exceed One Million Eight Hundred Ninety-Six Thousand Dollars ($1,896,000). The total compensation for year one (1) shall not exceed Eight Hundred Thirty Thousand Four Hundred Dollars ($830,400). The total compensation for years Two and Three and the two optional one- year extensions shall not exceed Five Hundred Thirty-Two Thousand Eight Hundred Dollars ($532,800) per year. The hourly schedule of rates, if applicable, is set out in Exhibit C-1, entitled “SCHEDULE OF RATES.” Any work performed or expenses incurred for which payment would result in a total exceeding the maximum compensation set forth in this Section 4 shall be at no cost to the CITY. Optional Additional Services Provision (This provision applies only if checked and a not-to-exceed compensation amount for Additional Services is allocated below under this Section 4.) In addition to the not-to-exceed compensation specified above, CITY has set aside the not- to-exceed compensation amount of Dollars ($ )for the performance of DocuSign Envelope ID: 5788D7A9-5829-4706-8BBD-07AD95E9C936 Item 9 Attachment A - Contract with WaterTALENT        Item 9: Staff Report Pg. 6  Packet Pg. 254 of 428  Professional Services Rev. Dec.15, 2020 Page 3 of 21 Additional Services (as defined below). The total compensation for performance of the Services, Additional Services and any reimbursable expenses specified in Exhibit C, shall not exceed Dollars ($ ), as detailed in Exhibit C. “Additional Services” means any work that is determined by CITY to be necessary for the proper completion of the Project, but which is not included within the Scope of Services described at Exhibit A. CITY may elect to, but is not required to, authorize Additional Services up to the maximum amount of compensation set forth for Additional Services in this Section 4. CONSULTANT shall provide Additional Services only by advanced, written authorization from CITY as detailed in this Section. Additional Services, if any, shall be authorized by CITY with a Task Order assigned and authorized by CITY’s Project Manager, as identified in Section 13 (Project Management). Each Task Order shall be in substantially the same form as Exhibit A-1, entitled “PROFESSIONAL SERVICES TASK ORDER”. Each Task Order shall contain a specific scope of services, schedule of performance and maximum compensation amount, in accordance with the provisions of this Agreement. Compensation for Additional Services shall be specified by CITY in the Task Order, based on whichever is lowest: the compensation structure set forth in Exhibit C, the hourly rates set forth in Exhibit C-1, or a negotiated lump sum. To accept a Task Order, CONSULTANT shall sign the Task Order and return it to CITY’s Project Manager within the time specified by the Project Manager, and upon authorization by CITY (defined as countersignature by the CITY Project Manager), the fully executed Task Order shall become part of this Agreement. The cumulative total compensation to CONSULTANT for all Task Orders authorized under this Agreement shall not exceed the amount of compensation set forth for Additional Services in this Section 4. CONSULTANT shall only be compensated for Additional Services performed under an authorized Task Order and only up to the maximum amount of compensation set forth for Additional Services in this Section 4. Performance of and payment for any Additional Services are subject to all requirements and restrictions in this Agreement. SECTION 5. INVOICES. In order to request payment, CONSULTANT shall submit monthly invoices to the CITY describing the Services performed and the applicable charges (including, if applicable, an identification of personnel who performed the Services, hours worked, hourly rates, and reimbursable expenses), based upon Exhibit C or, as applicable, CONSULTANT’s schedule of rates set forth in Exhibit C-1. If applicable, the invoice shall also describe the percentage of completion of each task. The information in CONSULTANT’s invoices shall be subject to verification by CITY. CONSULTANT shall send all invoices to CITY’s Project Manager at the address specified in Section 13 (Project Management) below. CITY will generally process and pay invoices within thirty (30) days of receipt of an acceptable invoice. SECTION 6. QUALIFICATIONS/STANDARD OF CARE. All Services shall be performed by CONSULTANT or under CONSULTANT’s supervision. CONSULTANT represents that it, its employees and subcontractors, if any, possess the professional and technical personnel necessary to perform the Services required by this Agreement and that the personnel have sufficient skill and experience to perform the Services assigned to them. CONSULTANT represents that it, its employees and subcontractors, if any, have and shall maintain during the term of this Agreement all licenses, permits, qualifications, insurance and approvals of whatever nature that are legally required to perform the Services. All Services to be furnished by CONSULTANT DocuSign Envelope ID: 5788D7A9-5829-4706-8BBD-07AD95E9C936 Item 9 Attachment A - Contract with WaterTALENT        Item 9: Staff Report Pg. 7  Packet Pg. 255 of 428  Professional Services Rev. Dec.15, 2020 Page 4 of 21 under this Agreement shall meet the professional standard and quality that prevail among professionals in the same discipline and of similar knowledge and skill engaged in related work throughout California under the same or similar circumstances. SECTION 7. COMPLIANCE WITH LAWS. CONSULTANT shall keep itself informed of and in compliance with all federal, state and local laws, ordinances, regulations, and orders that may affect in any manner the Project or the performance of the Services or those engaged to perform Services under this Agreement, as amended from time to time. CONSULTANT shall procure all permits and licenses, pay all charges and fees, and give all notices required by law in the performance of the Services. SECTION 8. ERRORS/OMISSIONS. CONSULTANT is solely responsible for costs, including, but not limited to, increases in the cost of Services, arising from or caused by CONSULTANT’s errors and omissions, including, but not limited to, the costs of corrections such errors and omissions, any change order markup costs, or costs arising from delay caused by the errors and omissions or unreasonable delay in correcting the errors and omissions. SECTION 9. COST ESTIMATES. If this Agreement pertains to the design of a public works project, CONSULTANT shall submit estimates of probable construction costs at each phase of design submittal. If the total estimated construction cost at any submittal exceeds the CITY’s stated construction budget by ten percent (10%) or more, CONSULTANT shall make recommendations to CITY for aligning the Project design with the budget, incorporate CITY approved recommendations, and revise the design to meet the Project budget, at no additional cost to CITY. SECTION 10. INDEPENDENT CONTRACTOR. CONSULTANT acknowledges and agrees that CONSULTANT and any agent or employee of CONSULTANT will act as and shall be deemed at all times to be an independent contractor and shall be wholly responsible for the manner in which CONSULTANT performs the Services requested by CITY under this Agreement. CONSULTANT and any agent or employee of CONSULTANT will not have employee status with CITY, nor be entitled to participate in any plans, arrangements, or distributions by CITY pertaining to or in connection with any retirement, health or other benefits that CITY may offer its employees. CONSULTANT will be responsible for all obligations and payments, whether imposed by federal, state or local law, including, but not limited to, FICA, income tax withholdings, workers’ compensation, unemployment compensation, insurance, and other similar responsibilities related to CONSULTANT’s performance of the Services, or any agent or employee of CONSULTANT providing same. Nothing in this Agreement shall be construed as creating an employment or agency relationship between CITY and CONSULTANT or any agent or employee of CONSULTANT. Any terms in this Agreement referring to direction from CITY shall be construed as providing for direction as to policy and the result of CONSULTANT’s provision of the Services only, and not as to the means by which such a result is obtained. SECTION 11. ASSIGNMENT. The parties agree that the expertise and experience of CONSULTANT are material considerations for this Agreement. CONSULTANT shall not assign or transfer any interest in this Agreement nor the performance of any of CONSULTANT’s obligations hereunder without the prior written approval of the City Manager. Any purported assignment made without the prior written approval of the City Manager will be void and without effect. Subject to the foregoing, the covenants, terms, conditions and provisions of this Agreement DocuSign Envelope ID: 5788D7A9-5829-4706-8BBD-07AD95E9C936 Item 9 Attachment A - Contract with WaterTALENT        Item 9: Staff Report Pg. 8  Packet Pg. 256 of 428  Professional Services Rev. Dec.15, 2020 Page 5 of 21 will apply to, and will bind, the heirs, successors, executors, administrators and assignees of the parties. SECTION 12. SUBCONTRACTING. Option A: No Subcontractor: CONSULTANT shall not subcontract any portion of the Services to be performed under this Agreement without the prior written authorization of the City Manager or designee. In the event CONSULTANT does subcontract any portion of the work to be performed under this Agreement, CONSULTANT shall be fully responsible for all acts and omissions of subcontractors. Option B: Subcontracts Authorized: Notwithstanding Section 11 (Assignment) above, CITY agrees that subcontractors may be used to complete the Services. The subcontractors authorized by CITY to perform work on this Project are: CONSULTANT shall be responsible for directing the work of any subcontractors and for any compensation due to subcontractors. CITY assumes no responsibility whatsoever concerning compensation of subcontractors. CONSULTANT shall be fully responsible to CITY for all acts and omissions of subcontractors. CONSULTANT shall change or add subcontractors only with the prior written approval of the City Manager or designee. SECTION 13. PROJECT MANAGEMENT. CONSULTANT will assign Tyler Reifert, President, Telephone: 424-832-7217, Email: treifert@watertalent.net as the CONSULTANT’s Project Manager to have supervisory responsibility for the performance, progress, and execution of the Services and represent CONSULTANT during the day-to-day performance of the Services. If circumstances cause the substitution of the CONSULTANT’s Project Manager or any other of CONSULTANT’s key personnel for any reason, the appointment of a substitute Project Manager and the assignment of any key new or replacement personnel will be subject to the prior written approval of the CITY’s Project Manager. CONSULTANT, at CITY’s request, shall promptly remove CONSULTANT personnel who CITY finds do not perform the Services in an acceptable manner, are uncooperative, or present a threat to the adequate or timely completion of the Services or a threat to the safety of persons or property. CITY’s Project Manager is Melissa Smart, Utilities Department, Water Gas Wastewater Operations Division, 250 Hamilton Ave., Palo Alto, CA, 94301, Telephone: 650-496-6940, Email: Melissa.Smart@CityofPaloAlto.org. CITY’s Project Manager will be CONSULTANT’s point of contact with respect to performance, progress and execution of the Services. CITY may designate an alternate Project Manager from time to time. SECTION 14. OWNERSHIP OF MATERIALS. All work product, including without limitation, all writings, drawings, studies, sketches, photographs, plans, reports, specifications, computations, models, recordings, data, documents, and other materials and copyright interests developed under this Agreement, in any form or media, shall be and remain the exclusive property of CITY without restriction or limitation upon their use. CONSULTANT agrees that all copyrights which arise from creation of the work product pursuant to this Agreement are vested in CITY, and CONSULTANT hereby waives and relinquishes all claims to copyright or other intellectual property rights in favor of CITY. Neither CONSULTANT nor its subcontractors, if any, shall DocuSign Envelope ID: 5788D7A9-5829-4706-8BBD-07AD95E9C936 Item 9 Attachment A - Contract with WaterTALENT        Item 9: Staff Report Pg. 9  Packet Pg. 257 of 428  Professional Services Rev. Dec.15, 2020 Page 6 of 21 make any of such work product available to any individual or organization without the prior written approval of the City Manager or designee. CONSULTANT makes no representation of the suitability of the work product for use in or application to circumstances not contemplated by the Scope of Services. SECTION 15. AUDITS. CONSULTANT agrees to permit CITY and its authorized representatives to audit, at any reasonable time during the term of this Agreement and for four (4) years from the date of final payment, CONSULTANT’s records pertaining to matters covered by this Agreement, including without limitation records demonstrating compliance with the requirements of Section 10 (Independent Contractor). CONSULTANT further agrees to maintain and retain accurate books and records in accordance with generally accepted accounting principles for at least four (4) years after the expiration or earlier termination of this Agreement or the completion of any audit hereunder, whichever is later. SECTION 16. INDEMNITY. 16.1. To the fullest extent permitted by law, CONSULTANT shall indemnify, defend and hold harmless CITY, its Council members, officers, employees and agents (each an “Indemnified Party”) from and against any and all demands, claims, or liability of any nature, including death or injury to any person, property damage or any other loss, including all costs and expenses of whatever nature including attorney’s fees, experts fees, court costs and disbursements (“Claims”) resulting from, arising out of or in any manner related to performance or nonperformance by CONSULTANT, its officers, employees, agents or contractors under this Agreement, regardless of whether or not it is caused in part by an Indemnified Party. 16.2. Notwithstanding the above, nothing in this Section 16 shall be construed to require CONSULTANT to indemnify an Indemnified Party from a Claim arising from the active negligence or willful misconduct of an Indemnified Party that is not contributed to by any act of, or by any omission to perform a duty imposed by law or agreement by, CONSULTANT, its officers, employees, agents or contractors under this Agreement. 16.3. The acceptance of CONSULTANT’s Services and duties by CITY shall not operate as a waiver of the right of indemnification. The provisions of this Section 16 shall survive the expiration or early termination of this Agreement. SECTION 17. WAIVERS. No waiver of a condition or nonperformance of an obligation under this Agreement is effective unless it is in writing in accordance with Section 29.4 of this Agreement. No delay or failure to require performance of any provision of this Agreement shall constitute a waiver of that provision as to that or any other instance. Any waiver granted shall apply solely to the specific instance expressly stated. No single or partial exercise of any right or remedy will preclude any other or further exercise of any right or remedy. SECTION 18. INSURANCE. 18.1. CONSULTANT, at its sole cost and expense, shall obtain and maintain, in full force and effect during the term of this Agreement, the insurance coverage described in Exhibit D, entitled “INSURANCE REQUIREMENTS”. CONSULTANT and its contractors, if any, shall obtain a policy endorsement naming CITY as an additional insured under any general liability or DocuSign Envelope ID: 5788D7A9-5829-4706-8BBD-07AD95E9C936 Item 9 Attachment A - Contract with WaterTALENT        Item 9: Staff Report Pg. 10  Packet Pg. 258 of 428  Professional Services Rev. Dec.15, 2020 Page 7 of 21 automobile policy or policies. 18.2. All insurance coverage required hereunder shall be provided through carriers with AM Best’s Key Rating Guide ratings of A-: VII or higher which are licensed or authorized to transact insurance business in the State of California. Any and all contractors of CONSULTANT retained to perform Services under this Agreement will obtain and maintain, in full force and effect during the term of this Agreement, identical insurance coverage, naming CITY as an additional insured under such policies as required above. 18.3. Certificates evidencing such insurance shall be filed with CITY concurrently with the execution of this Agreement. The certificates will be subject to the approval of CITY’s Risk Manager and will contain an endorsement stating that the insurance is primary coverage and will not be canceled, or materially reduced in coverage or limits, by the insurer except after filing with the Purchasing Manager thirty (30) days’ prior written notice of the cancellation or modification. If the insurer cancels or modifies the insurance and provides less than thirty (30) days’ notice to CONSULTANT, CONSULTANT shall provide the Purchasing Manager written notice of the cancellation or modification within two (2) business days of the CONSULTANT’s receipt of such notice. CONSULTANT shall be responsible for ensuring that current certificates evidencing the insurance are provided to CITY’s Chief Procurement Officer during the entire term of this Agreement. 18.4. The procuring of such required policy or policies of insurance will not be construed to limit CONSULTANT’s liability hereunder nor to fulfill the indemnification provisions of this Agreement. Notwithstanding the policy or policies of insurance, CONSULTANT will be obligated for the full and total amount of any damage, injury, or loss caused by or directly arising as a result of the Services performed under this Agreement, including such damage, injury, or loss arising after the Agreement is terminated or the term has expired. SECTION 19. TERMINATION OR SUSPENSION OF AGREEMENT OR SERVICES. 19.1. The City Manager may suspend the performance of the Services, in whole or in part, or terminate this Agreement, with or without cause, by giving ten (10) days prior written notice thereof to CONSULTANT. If CONSULTANT fails to perform any of its material obligations under this Agreement, in addition to all other remedies provided under this Agreement or at law, the City Manager may terminate this Agreement sooner upon written notice of termination. Upon receipt of any notice of suspension or termination, CONSULTANT will discontinue its performance of the Services on the effective date in the notice of suspension or termination. 19.2. In event of suspension or termination, CONSULTANT will deliver to the City Manager on or before the effective date in the notice of suspension or termination, any and all work product, as detailed in Section 14 (Ownership of Materials), whether or not completed, prepared by CONSULTANT or its contractors, if any, in the performance of this Agreement. Such work product is the property of CITY, as detailed in Section 14 (Ownership of Materials). 19.3. In event of suspension or termination, CONSULTANT will be paid for the Services rendered and work products delivered to CITY in accordance with the Scope of Services up to the effective date in the notice of suspension or termination; provided, however, if this DocuSign Envelope ID: 5788D7A9-5829-4706-8BBD-07AD95E9C936 Item 9 Attachment A - Contract with WaterTALENT        Item 9: Staff Report Pg. 11  Packet Pg. 259 of 428  Professional Services Rev. Dec.15, 2020 Page 8 of 21 Agreement is suspended or terminated on account of a default by CONSULTANT, CITY will be obligated to compensate CONSULTANT only for that portion of CONSULTANT’s Services provided in material conformity with this Agreement as such determination is made by the City Manager acting in the reasonable exercise of his/her discretion. The following Sections will survive any expiration or termination of this Agreement: 14, 15, 16, 17, 19.2, 19.3, 19.4, 20, 25, 27, 28, 29 and 30. 19.4. No payment, partial payment, acceptance, or partial acceptance by CITY will operate as a waiver on the part of CITY of any of its rights under this Agreement, unless made in accordance with Section 17 (Waivers). SECTION 20. NOTICES. All notices hereunder will be given in writing and mailed, postage prepaid, by certified mail, addressed as follows: To CITY: Office of the City Clerk City of Palo Alto Post Office Box 10250 Palo Alto, CA 94303 With a copy to the Purchasing Manager To CONSULTANT: Attention of the Project Manager at the address of CONSULTANT recited on the first page of this Agreement. CONSULTANT shall provide written notice to CITY of any change of address. SECTION 21. CONFLICT OF INTEREST. 21.1. In executing this Agreement, CONSULTANT covenants that it presently has no interest, and will not acquire any interest, direct or indirect, financial or otherwise, which would conflict in any manner or degree with the performance of the Services. 21.2. CONSULTANT further covenants that, in the performance of this Agreement, it will not employ subcontractors or other persons or parties having such an interest. CONSULTANT certifies that no person who has or will have any financial interest under this Agreement is an officer or employee of CITY; this provision will be interpreted in accordance with the applicable provisions of the Palo Alto Municipal Code and the Government Code of the State of California, as amended from time to time. CONSULTANT agrees to notify CITY if any conflict arises. 21.3. If the CONSULTANT meets the definition of a “Consultant” as defined by the Regulations of the Fair Political Practices Commission, CONSULTANT will file the appropriate financial disclosure documents required by the Palo Alto Municipal Code and the Political Reform Act of 1974, as amended from time to time. SECTION 22. NONDISCRIMINATION; COMPLIANCE WITH ADA. DocuSign Envelope ID: 5788D7A9-5829-4706-8BBD-07AD95E9C936 Item 9 Attachment A - Contract with WaterTALENT        Item 9: Staff Report Pg. 12  Packet Pg. 260 of 428  Professional Services Rev. Dec.15, 2020 Page 9 of 21 22.1. As set forth in Palo Alto Municipal Code Section 2.30.510, as amended from time to time, CONSULTANT certifies that in the performance of this Agreement, it shall not discriminate in the employment of any person due to that person’s race, skin color, gender, gender identity, age, religion, disability, national origin, ancestry, sexual orientation, pregnancy, genetic information or condition, housing status, marital status, familial status, weight or height of such person. CONSULTANT acknowledges that it has read and understands the provisions of Section 2.30.510 of the Palo Alto Municipal Code relating to Nondiscrimination Requirements and the penalties for violation thereof and agrees to meet all requirements of Section 2.30.510 pertaining to nondiscrimination in employment. 22.2. CONSULTANT understands and agrees that pursuant to the Americans Disabilities Act (“ADA”), programs, services and other activities provided by a public entity to the public, whether directly or through a contractor or subcontractor, are required to be accessible to the disabled public. CONSULTANT will provide the Services specified in this Agreement in a manner that complies with the ADA and any other applicable federal, state and local disability rights laws and regulations, as amended from time to time. CONSULTANT will not discriminate against persons with disabilities in the provision of services, benefits or activities provided under this Agreement. SECTION 23. ENVIRONMENTALLY PREFERRED PURCHASING AND ZERO WASTE REQUIREMENTS. CONSULTANT shall comply with the CITY’s Environmentally Preferred Purchasing policies which are available at CITY’s Purchasing Department, hereby incorporated by reference and as amended from time to time. CONSULTANT shall comply with waste reduction, reuse, recycling, and disposal requirements of CITY’s Zero Waste Program. Zero Waste best practices include, first, minimizing and reducing waste; second, reusing waste; and, third, recycling or composting waste. In particular, CONSULTANT shall comply with the following Zero Waste requirements: (a) All printed materials provided by CONSULTANT to CITY generated from a personal computer and printer including but not limited to, proposals, quotes, invoices, reports, and public education materials, shall be double-sided and printed on a minimum of 30% or greater post-consumer content paper, unless otherwise approved by CITY’s Project Manager. Any submitted materials printed by a professional printing company shall be a minimum of 30% or greater post-consumer material and printed with vegetable-based inks. (b) Goods purchased by CONSULTANT on behalf of CITY shall be purchased in accordance with CITY’s Environmental Purchasing Policy including but not limited to Extended Producer Responsibility requirements for products and packaging. A copy of this policy is on file at the Purchasing Department’s office. (c) Reusable/returnable pallets shall be taken back by CONSULTANT, at no additional cost to CITY, for reuse or recycling. CONSULTANT shall provide documentation from the facility accepting the pallets to verify that pallets are not being disposed. SECTION 24. COMPLIANCE WITH PALO ALTO MINIMUM WAGE ORDINANCE. CONSULTANT shall comply with all requirements of the Palo Alto Municipal Code Chapter 4.62 (Citywide Minimum Wage), as amended from time to time. In particular, for any employee otherwise entitled to the State minimum wage, who performs at least two (2) hours of work in a calendar week within the geographic boundaries of the City, CONSULTANT shall pay such employees no less than the minimum wage set forth in Palo Alto Municipal Code Section 4.62.030 DocuSign Envelope ID: 5788D7A9-5829-4706-8BBD-07AD95E9C936 Item 9 Attachment A - Contract with WaterTALENT        Item 9: Staff Report Pg. 13  Packet Pg. 261 of 428  Professional Services Rev. Dec.15, 2020 Page 10 of 21 for each hour worked within the geographic boundaries of the City of Palo Alto. In addition, CONSULTANT shall post notices regarding the Palo Alto Minimum Wage Ordinance in accordance with Palo Alto Municipal Code Section 4.62.060. SECTION 25. NON-APPROPRIATION. This Agreement is subject to the fiscal provisions of the Charter of the City of Palo Alto and the Palo Alto Municipal Code, as amended from time to time. 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 following fiscal year, or (b) at any time within a fiscal year in the event that funds are only appropriated for a portion of the fiscal year and funds for this Agreement 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 Agreement. SECTION 26. PREVAILING WAGES AND DIR REGISTRATION FOR PUBLIC WORKS CONTRACTS. 26.1. This Project is not subject to prevailing wages and related requirements. CONSULTANT is not required to pay prevailing wages and meet related requirements under the California Labor Code and California Code of Regulations in the performance and implementation of the Project if the contract: (1) is not a public works contract; (2) is for a public works construction project of $25,000 or less, per California Labor Code Sections 1782(d)(1), 1725.5(f) and 1773.3(j); or (3) is for a public works alteration, demolition, repair, or maintenance project of $15,000 or less, per California Labor Code Sections 1782(d)(1), 1725.5(f) and 1773.3(j). SECTION 27. CLAIMS PROCEDURE FOR “9204 PUBLIC WORKS PROJECTS”. For purposes of this Section 27, a “9204 Public Works Project” means the erection, construction, alteration, repair, or improvement of any public structure, building, road, or other public improvement of any kind. (Cal. Pub. Cont. Code § 9204.) Per California Public Contract Code Section 9204, for Public Works Projects, certain claims procedures shall apply, as set forth in Exhibit F, entitled “Claims for Public Contract Code Section 9204 Public Works Projects”. This Project is not a 9204 Public Works Project. SECTION 28. CONFIDENTIAL INFORMATION. 28.1. In the performance of this Agreement, CONSULTANT may have access to CITY’s Confidential Information (defined below). CONSULTANT will hold Confidential Information in strict confidence, not disclose it to any third party, and will use it only for the performance of its obligations to CITY under this Agreement and for no other purpose. CONSULTANT will maintain reasonable and appropriate administrative, technical and physical safeguards to ensure the security, confidentiality and integrity of the Confidential Information. Notwithstanding the foregoing, CONSULTANT may disclose Confidential Information to its employees, agents and subcontractors, if any, to the extent they have a need to know in order to perform CONSULTANT’s obligations to CITY under this Agreement and for no other purpose, provided that the CONSULTANT informs them of, and requires them to follow, the confidentiality and security obligations of this Agreement. DocuSign Envelope ID: 5788D7A9-5829-4706-8BBD-07AD95E9C936 Item 9 Attachment A - Contract with WaterTALENT        Item 9: Staff Report Pg. 14  Packet Pg. 262 of 428  Professional Services Rev. Dec.15, 2020 Page 11 of 21 28.2. “Confidential Information” means all data, information (including without limitation “Personal Information” about a California resident as defined in Civil Code Section 1798 et seq., as amended from time to time) and materials, in any form or media, tangible or intangible, provided or otherwise made available to CONSULTANT by CITY, directly or indirectly, pursuant to this Agreement. Confidential Information excludes information that CONSULTANT can show by appropriate documentation: (i) was publicly known at the time it was provided or has subsequently become publicly known other than by a breach of this Agreement; (ii) was rightfully in CONSULTANT’s possession free of any obligation of confidence prior to receipt of Confidential Information; (iii) is rightfully obtained by CONSULTANT from a third party without breach of any confidentiality obligation; (iv) is independently developed by employees of CONSULTANT without any use of or access to the Confidential Information; or (v) CONSULTANT has written consent to disclose signed by an authorized representative of CITY. 28.3. Notwithstanding the foregoing, CONSULTANT may disclose Confidential Information to the extent required by order of a court of competent jurisdiction or governmental body, provided that CONSULTANT will notify CITY in writing of such order immediately upon receipt and prior to any such disclosure (unless CONSULTANT is prohibited by law from doing so), to give CITY an opportunity to oppose or otherwise respond to such order. 28.4. CONSULTANT will notify City promptly upon learning of any breach in the security of its systems or unauthorized disclosure of, or access to, Confidential Information in its possession or control, and if such Confidential Information consists of Personal Information, CONSULTANT will provide information to CITY sufficient to meet the notice requirements of Civil Code Section 1798 et seq., as applicable, as amended from time to time. 28.5. Prior to or upon termination or expiration of this Agreement, CONSULTANT will honor any request from the CITY to return or securely destroy all copies of Confidential Information. All Confidential Information is and will remain the property of the CITY and nothing contained in this Agreement grants or confers any rights to such Confidential Information on CONSULTANT. 28.6. If selected in Section 30 (Exhibits), this Agreement is also subject to the terms and conditions of the Information Privacy Policy and Cybersecurity Terms and Conditions. SECTION 29. MISCELLANEOUS PROVISIONS. 29.1. This Agreement will be governed by California law, without regard to its conflict of law provisions. 29.2. In the event that an action is brought, the parties agree that trial of such action will be vested exclusively in the state courts of California in the County of Santa Clara, State of California. 29.3. The prevailing party in any action brought to enforce the provisions of this Agreement may recover its reasonable costs and attorneys’ fees expended in connection with that action. The prevailing party shall be entitled to recover an amount equal to the fair market value DocuSign Envelope ID: 5788D7A9-5829-4706-8BBD-07AD95E9C936 Item 9 Attachment A - Contract with WaterTALENT        Item 9: Staff Report Pg. 15  Packet Pg. 263 of 428  Professional Services Rev. Dec.15, 2020 Page 12 of 21 of legal services provided by attorneys employed by it as well as any attorneys’ fees paid to third parties. 29.4. This Agreement, including all exhibits, constitutes the entire and integrated agreement between the parties with respect to the subject matter of this Agreement, and supersedes all prior agreements, negotiations, representations, statements, and undertakings, either oral or written. This Agreement may be amended only by a written instrument, which is signed by the authorized representatives of the parties and approved as required under Palo Alto Municipal Code, as amended from time to time. 29.5. If a court of competent jurisdiction finds or rules that any provision of this Agreement is void or unenforceable, the unaffected provisions of this Agreement will remain in full force and effect. 29.6. In the event of a conflict between the terms of this Agreement and the exhibits hereto (per Section 30) or CONSULTANT’s proposal (if any), the Agreement shall control. In the event of a conflict between the exhibits hereto and CONSULTANT’s proposal (if any), the exhibits shall control. 29.7. The provisions of all checked boxes in this Agreement shall apply to this Agreement; the provisions of any unchecked boxes shall not apply to this Agreement. 29.8. All section headings contained in this Agreement are for convenience and reference only and are not intended to define or limit the scope of any provision of this Agreement. 29.9. This Agreement may be signed in multiple counterparts, which, when executed by the authorized representatives of the parties, shall together constitute a single binding agreement. 29.10 If CITY, within twelve (12) months after conclusion of a person’s temporary assignment by CONSULTANT at CITY, either directly or indirectly, including through any company or entity within CITY control or a company affiliated with CITY, hires that Temporary Employee of CONSULTANT as an employee, consultant, independent contractor of CITY, or utilizes the Temporary Employee’s services through another temporary or outsourcing service during such Temporary Employee’s employment by CONSULTANT or an affiliate of CONSULTANT, , CITY agrees to pay CONSULTANT a direct hire/conversion fee stipulated by the parties to be set forth in a Fee Schedule to be amended to this agreement or, in the case of a direct placement or temp-to-hire conversion, a fee equal to twenty-five percent (25%) of the employee’s annualized wage or salary offered to Temporary Employee by CITY. If the offer to Temporary Employee is not considered full-time, the conversion fee shall be calculated by the average amount of hours worked on a weekly basis then annualized on a schedule for a 12-month/52-week period. SECTION 30. EXHIBITS. Each of the following exhibits, if the check box for such exhibit is selected below, is hereby attached and incorporated into this Agreement by reference as though fully set forth herein: DocuSign Envelope ID: 5788D7A9-5829-4706-8BBD-07AD95E9C936 Item 9 Attachment A - Contract with WaterTALENT        Item 9: Staff Report Pg. 16  Packet Pg. 264 of 428  Professional Services Rev. Dec.15, 2020 Page 13 of 21 EXHIBIT A: SCOPE OF SERVICES EXHIBIT A-1 PROFESSIONAL SERVICES TASK ORDER EXHIBIT B: SCHEDULE OF PERFORMANCE EXHIBIT C: COMPENSATION EXHIBIT C-1: SCHEDULE OF RATES EXHIBIT D: INSURANCE REQUIREMENTS THIS AGREEMENT IS NOT COMPLETE UNLESS ALL SELECTED EXHIBITS ARE ATTACHED. DocuSign Envelope ID: 5788D7A9-5829-4706-8BBD-07AD95E9C936 Item 9 Attachment A - Contract with WaterTALENT        Item 9: Staff Report Pg. 17  Packet Pg. 265 of 428  Professional Services Rev. Dec.15, 2020 Page 14 of 21 CONTRACT NO. C24188884 SIGNATURE PAGE IN WITNESS WHEREOF, the parties hereto have by their duly authorized representatives executed this Agreement as of the date first above written. CITY OF PALO ALTO ____________________________ City Manager APPROVED AS TO FORM: __________________________ City Attorney or designee WATERTALENT, LLC. Officer 1 By:_____________________________ Name:__________________________ Title:___________________________ DocuSign Envelope ID: 5788D7A9-5829-4706-8BBD-07AD95E9C936 President Tyler Reifert Item 9 Attachment A - Contract with WaterTALENT        Item 9: Staff Report Pg. 18  Packet Pg. 266 of 428  Professional Services Rev. Dec.15, 2020 Page 15 of 21 EXHIBIT A SCOPE OF SERVICES CONSULTANT shall provide temporary consultants on an on-call basis to support the City’s Utilities and Public Works departments. Projects will be performed on a Task Order basis, in accordance with Section 1 (Scope of Services) of this Agreement. Task Order scopes, budgets, and schedules will be negotiated as projects arise per Section 1. DocuSign Envelope ID: 5788D7A9-5829-4706-8BBD-07AD95E9C936 Item 9 Attachment A - Contract with WaterTALENT        Item 9: Staff Report Pg. 19  Packet Pg. 267 of 428  Professional Services Rev. Dec.15, 2020 Page 16 of 21 EXHIBIT A-1 PROFESSIONAL SERVICES TASK ORDER CONSULTANT shall perform the Services detailed below in accordance with all the terms and conditions of the Agreement referenced in Item 1A below. All exhibits referenced in Item 8 are incorporated into this Task Order by this reference. CONSULTANT shall furnish the necessary facilities, professional, technical and supporting personnel required by this Task Order as described below. CONTRACT NO. OR PURCHASE ORDER REQUISITION NO. (AS APPLICABLE) 1A. MASTER AGREEMENT NO. (MAY BE SAME AS CONTRACT / P.O. NO. ABOVE): 1B. TASK ORDER NO.: 2. CONSULTANT NAME: 3. PERIOD OF PERFORMANCE: START: COMPLETION: 4 TOTAL TASK ORDER PRICE: $__________________ BALANCE REMAINING IN MASTER AGREEMENT/CONTRACT $_______________ 5. BUDGET CODE_______________ COST CENTER________________ COST ELEMENT______________ WBS/CIP__________ PHASE__________ 6. CITY PROJECT MANAGER’S NAME & DEPARTMENT:_____________________________________ 7. DESCRIPTION OF SCOPE OF SERVICES (Attachment A) MUST INCLUDE: SERVICES AND DELIVERABLES TO BE PROVIDED SCHEDULE OF PERFORMANCE MAXIMUM COMPENSATION AMOUNT AND RATE SCHEDULE (as applicable) REIMBURSABLE EXPENSES, if any (with “not to exceed” amount) 8. ATTACHMENTS: A: Task Order Scope of Services B (if any): _____________________________ I hereby authorize the performance of the work described in this Task Order. APPROVED: CITY OF PALO ALTO BY:____________________________________ Name __________________________________ Title___________________________________ Date ___________________________________ of this Task Order and warrant that I have authority to sign on behalf of Consultant. APPROVED: COMPANY NAME: ______________________ BY:____________________________________ Name __________________________________ Title___________________________________ Date ___________________________________ DocuSign Envelope ID: 5788D7A9-5829-4706-8BBD-07AD95E9C936 Item 9 Attachment A - Contract with WaterTALENT        Item 9: Staff Report Pg. 20  Packet Pg. 268 of 428  Professional Services Rev. Dec.15, 2020 Page 17 of 21 EXHIBIT B SCHEDULE OF PERFORMANCE CONSULTANT shall perform the Services so as to target completing each milestone within the number of days/weeks specified below. The time to complete each milestone may be increased or decreased by mutual written agreement of the Project Managers for CONSULTANT and CITY so long as all work is completed within the term of the Agreement. Milestones Number of Days/Weeks (as specified below) 1. 1 week from contract signing 2. 1 week from City request (accepted Task Order) 3. (per recruitment) 2-6 weeks from Candidate screening 4. (during active recruitments) At least twice monthly, or more frequently as agreed. DocuSign Envelope ID: 5788D7A9-5829-4706-8BBD-07AD95E9C936 Item 9 Attachment A - Contract with WaterTALENT        Item 9: Staff Report Pg. 21  Packet Pg. 269 of 428  Professional Services Rev. Dec.15, 2020 Page 18 of 21 EXHIBIT C COMPENSATION CITY agrees to compensate CONSULTANT for the Services performed in accordance with the terms and conditions of this Agreement, including Services, any specified reimbursable expenses, and Additional Services (if any, per Section 4 of the Agreement), based on the hourly rate schedule attached as Exhibit C-1. The compensation to be paid to CONSULTANT under this Agreement for all Services, any specified reimbursable expenses, and Additional Services (if any, per Section 4), shall not exceed the amount(s) stated in Section 4 of this Agreement. CONSULTANT agrees to complete all Services, any specified reimbursable expenses, and Additional Services (if any, per Section 4), within this/these amount(s). Any work performed or expenses incurred for which payment would result in a total exceeding the maximum amount of compensation set forth in this Agreement shall be at no cost to the CITY. REIMBURSABLE EXPENSES CONSULTANT’S ordinary business expenses, such as administrative, overhead, administrative support time/overtime, information systems, software and hardware, photocopying, telecommunications (telephone, internet), in-house printing, insurance and other ordinary business expenses, are included within the scope of payment for Services and are not reimbursable expenses hereunder. Reimbursable expenses, if any are specified as reimbursable under this section, will be reimbursed at actual cost. The expenses (by type, e.g., travel) for which CONSULTANT will be reimbursed are: NONE up to the not-to-exceed amount of: $0.00. A. Travel outside the San Francisco Bay Area, including transportation and meals, if specified as reimbursable, will be reimbursed at actual cost subject to the City of Palo Alto’s policy for reimbursement of travel and meal expenses. B. Long distance telephone service charges, cellular phone service charges, facsimile transmission and postage charges, if specified as reimbursable, will be reimbursed at actual cost. All requests for reimbursement of expenses, if any are specified as reimbursable under this section, shall be accompanied by appropriate backup documentation and information. DocuSign Envelope ID: 5788D7A9-5829-4706-8BBD-07AD95E9C936 Item 9 Attachment A - Contract with WaterTALENT        Item 9: Staff Report Pg. 22  Packet Pg. 270 of 428  Professional Services Rev. Dec.15, 2020 Page 19 of 21 EXHIBIT C-1 SCHEDULE OF RATES CONSULTANT’s schedule of rates is as follows: Dept. Certificate Type Hourly Rate Utilities Grade 5 (Water Distribution Certificate) $190 Public Works Grade 5 (SWRCBWTPOC) $190 Public Works Grade 3 (SWRCBWTPOC) $160 Note: SWRCBWTPOC is State Water Resources Control Board Wastewater Treatment Plant Operator Certificate Annual rate escalations of $5/hr beginning on the date of execution of this contract shall be applied to all tasks for the duration of the term of this contract. *Should the City have a request for temporary support that is not certified as described in the table above, the City may inquire with waterTALENT directly and a quote shall be provided for the support on a point-of-need basis. DocuSign Envelope ID: 5788D7A9-5829-4706-8BBD-07AD95E9C936 Item 9 Attachment A - Contract with WaterTALENT        Item 9: Staff Report Pg. 23  Packet Pg. 271 of 428  Professional Services Rev. Dec.15, 2020 Page 20 of 21 EXHIBIT D INSURANCE REQUIREMENTS CONSULTANTS TO THE CITY OF PALO ALTO (CITY), AT THEIR SOLE EXPENSE, SHALL FOR THE TERM OF THE CONTRACT OBTAIN AND MAINTAIN INSURANCE IN THE AMOUNTS FOR THE COVERAGE SPECIFIED BELOW, AFFORDED BY COMPANIES WITH AM BEST’S KEY RATING OF A-:VII, OR HIGHER, LICENSED OR AUTHORIZED TO TRANSACT INSURANCE BUSINESS IN THE STATE OF CALIFORNIA. AWARD IS CONTINGENT ON COMPLIANCE WITH CITY’S INSURANCE REQUIREMENTS AS SPECIFIED HEREIN. REQUIRED TYPE OF COVERAGE REQUIREMENT MINIMUM LIMITS EACH OCCURRENCE AGGREGATE YES YES WORKER’S COMPENSATION EMPLOYER’S LIABILITY STATUTORY STATUTORY STATUTORY STATUTORY YES GENERAL LIABILITY, INCLUDING PERSONAL INJURY, BROAD FORM PROPERTY DAMAGE BLANKET CONTRACTUAL, AND FIRE LEGAL LIABILITY BODILY INJURY PROPERTY DAMAGE BODILY INJURY & PROPERTY DAMAGE COMBINED. $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 YES AUTOMOBILE LIABILITY, INCLUDING ALL OWNED, HIRED, NON-OWNED BODILY INJURY - EACH PERSON - EACH OCCURRENCE PROPERTY DAMAGE BODILY INJURY AND PROPERTY DAMAGE, COMBINED $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 YES PROFESSIONAL LIABILITY, INCLUDING, ERRORS AND OMISSIONS, MALPRACTICE (WHEN APPLICABLE), AND NEGLIGENT PERFORMANCE ALL DAMAGES $1,000,000 YES THE CITY OF PALO ALTO IS TO BE NAMED AS AN ADDITIONAL INSURED: CONSULTANT, 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 CONSULTANT AND ITS SUBCONSULTANTS, IF ANY, BUT ALSO, WITH 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 CONTRACTUAL LIABILITY ENDORSEMENT PROVIDING INSURANCE COVERAGE FOR CONSULTANT’S AGREEMENT TO INDEMNIFY CITY. II. THE CONSULTANT MUST SUBMIT CERTIFICATES(S) OF INSURANCE EVIDENCING REQUIRED COVERAGE TO THE FOLLOWING: PURCHASINGSUPPORT@CITYOFPALOALTO.ORG III. ENDORSEMENT PROVISIONS WITH RESPECT TO THE INSURANCE AFFORDED TO ADDITIONAL INSUREDS: A. PRIMARY COVERAGE WITH RESPECT TO CLAIMS ARISING OUT OF THE OPERATIONS OF THE NAMED INSURED, INSURANCE AS AFFORDED BY THIS POLICY IS PRIMARY AND IS NOT ADDITIONAL TO OR CONTRIBUTING WITH ANY OTHER INSURANCE CARRIED BY OR FOR THE BENEFIT OF THE ADDITIONAL INSUREDS. DocuSign Envelope ID: 5788D7A9-5829-4706-8BBD-07AD95E9C936 Item 9 Attachment A - Contract with WaterTALENT        Item 9: Staff Report Pg. 24  Packet Pg. 272 of 428  Professional Services Rev. Dec.15, 2020 Page 21 of 21 B. CROSS LIABILITY THE NAMING OF MORE THAN ONE PERSON, FIRM, OR CORPORATION AS INSUREDS UNDER THE POLICY SHALL NOT, FOR THAT REASON ALONE, EXTINGUISH ANY RIGHTS OF THE INSURED AGAINST ANOTHER, BUT THIS ENDORSEMENT, AND THE NAMING OF MULTIPLE INSUREDS, SHALL NOT INCREASE THE TOTAL LIABILITY OF THE COMPANY UNDER THIS POLICY. C. NOTICE OF CANCELLATION 1. IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR ANY REASON OTHER THAN THE NON-PAYMENT OF PREMIUM, THE CONSULTANT SHALL PROVIDE CITY AT LEAST A THIRTY (30) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION. 2. IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR THE NON-PAYMENT OF PREMIUM, THE CONSULTANT SHALL PROVIDE CITY AT LEAST A TEN (10) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION. EVIDENCE OF INSURANCE AND OTHER RELATED NOTICES ARE REQUIRED TO BE FILED WITH THE CITY OF PALO ALTO AT THE FOLLOWING EMAIL ADDRESS: PURCHASINGSUPPORT@CITYOFPALOALTO.ORG DocuSign Envelope ID: 5788D7A9-5829-4706-8BBD-07AD95E9C936 Item 9 Attachment A - Contract with WaterTALENT        Item 9: Staff Report Pg. 25  Packet Pg. 273 of 428  3 1 7 6 City Council Staff Report From: City Manager Report Type: ACTION ITEMS Lead Department: Planning and Development Services Meeting Date: February 12, 2024 Report #:2402-2574 TITLE Adopt a Resolution Modifying the City’s Objective Design Standards for SB 9 Projects. RECOMMENDATION Staff recommends Council adopt the attached Resolution (Attachment A) modifying the objective design standards for development pursuant to California Senate Bill 9 (SB 9). EXECUTIVE SUMMARY This report transmits a resolution that refines the City’s SB 9 objective design standards. The standards were first introduced in late 2021 and quickly prepared in response to changes in state law. Council previously directed staff to include review of the SB 9 regulations in the work plans of the Architectural Review Board (ARB) and Planning and Transportation Commission (PTC) and return with updated standards based on application of the standards to projects. The City’s Architectural Review Board reviewed the standards over several meetings and supports the recommended revisions. Staff also met with local architects to receive input on the subject design standards. The proposed changes reduce the overall number of requirements, due in part to elimination of redundant provisions or overlapping regulations and improve overall clarity for staff and applicants. BACKGROUND The Housing Opportunity and More Efficiency (HOME) Act, or SB 9, was enacted by the state legislature and signed into law by Governor Newsom in 2021 and became effective January 1, 2022. This law generally allows single family zoned properties to add an additional dwelling unit that can be combined with a junior and/or accessory dwelling unit (J/ADU), or subdivide an existing single family zoned lot into two lots (also referred to as an urban lot split). This law essentially allows for up to four units on existing single family zoned lots or split across newly created lots. In late 2021 and early 2022, the City Council enacted interim ordinances (#5538, #5542, and #5546) to amend the zoning code to respond to SB 9, including standards for urban lot splits. The City Council adopted a set of objective design standards for the ministerial processing of SB Item 10 Item 10 Staff Report        Item 10: Staff Report Pg. 1  Packet Pg. 274 of 428  3 1 7 6 9 projects in December 2021. These design standards were modeled after the Single-Family Individual Review (IR) Guidelines focused on privacy, massing and streetscape for two story home developments approved through the City’s discretionary IR application process.1 As ministerial projects, SB 9 projects do not require review by the ARB or PTC; these are processed administratively by PDS staff. 1 The IR process is a discretionary process, where the Director’s decisions are appealable to City Council; the program is in place for two-story homes and second floor additions. More about the IR process is viewable at this link: https://www.cityofpaloalto.org/Departments/Planning-Development-Services/Current-Planning/Forms- Applications Item 10 Item 10 Staff Report        Item 10: Staff Report Pg. 2  Packet Pg. 275 of 428  3 1 7 6 projects and an additional 20 that apply to some projects; changes to improve administration, improve clarity and better convey design intent; and allow design flexibility to address a wider range of architectural styles. 2 DISCUSSION 2 Link to most recent ARB online minutes for the SB 9 project: November 16, 2023: https://www.cityofpaloalto.org/files/assets/public/v/1/agendas-minutes-reports/agendas-minutes/architectural- review-board/2024/arb-draft-minutes-11-16-23.pdf Item 10 Item 10 Staff Report        Item 10: Staff Report Pg. 3  Packet Pg. 276 of 428  3 1 7 6 units (not including J/ADU units) over the eight year housing cycle. This change is not reflected in the attached resolution and would require a text amendment to the municipal code. This effort to increase SB 9 floor area is expected to be initiated in 2025. 3. The SB 9 objective design standards address privacy, height, massing, streetscape, and neighborhood context. FISCAL/RESOURCE IMPACT POLICY IMPLICATIONS 3 Link to Eichler Neighborhood Design Guidelines: https://www.cityofpaloalto.org/files/assets/public/v/1/planning- amp-development-services/eichler-neighood-design-guidelines/2018-04-02_palo-alto-eichler-design- guidelines_adopted-design-guidelines.pdf Item 10 Item 10 Staff Report        Item 10: Staff Report Pg. 4  Packet Pg. 277 of 428  3 1 7 6 signaled its support to expand opportunities for SB 9 production in Palo Alto through a program that will allow for increases in SB 9 unit size. STAKEHOLDER ENGAGEMENT ENVIRONMENTAL REVIEW ATTACHMENTS APPROVED BY: Item 10 Item 10 Staff Report        Item 10: Staff Report Pg. 5  Packet Pg. 278 of 428  *NOT YET APPROVED* Attachment A 1 0160135_20240201_ay16 Resolution No. ____ Resolution of the Council of the City of Palo Alto Amending the Objective Design Standards for SB9 Development WHEREAS, on December 6, 2021, the City Council adopted Urgency Ordinance no. 5538, as well as objective design standards to govern development under the Senate Bill 9 (2021) (SB9), and directed staff to include in work plans of the City’s Architectural Review Board (ARB) and Planning and Transportation Commission (PTC) reviews of these standards; and WHEREAS, on January 24, 2022 and April 11, 2022, the City Council adopted Interim Ordinance nos. 5542 and 5546, respectively, replacing and amending Ordinance no. 5538. WHEREAS, on February 8, 2023, the Planning and Transportation Commission reviewed and recommended adoption of a permanent ordinance governing SB 9 projects; and WHEREAS, on June 12, 2023, the City Council adopted Ordinance no. 5587 governing SB 9 projects; and WHEREAS, in March, April, May, and November 2023, the City’s Architectural Review Board provided feedback to staff and Council to amend the SB9 objective development standards, in public hearings allowing for public testimony, and included consideration of focus group input from architects who had experience as applicants for SB9 projects; NOW, THEREFORE, the Council of the City of Palo Alto does RESOLVE as follows: SECTION 1. The City Council adopts the attached objective design standards for SB9 development (Exhibit 1), which shall be mandatory for SB9 development unless applicants prefer to apply under the Individual Review program set forth in Palo Alto Municipal Code Sections 18.12.110 and 18.77.075; // // // // // // Item 10 Attachment A - Resolution Adopting Revised SB 9 Objective Design Standards        Item 10: Staff Report Pg. 6  Packet Pg. 279 of 428  *NOT YET APPROVED* Attachment A 2 0160135_20240201_ay16 SECTION 2. The Council finds that the revisions to the SB9 project objective design standards will facilitate streamlined review of SB9 projects and are not considered a project under the California Environmental Quality Act because it can be seen with certainty that there is no possibility that the activity in question may have a significant impact on the environment. INTRODUCED AND PASSED: AYES: NOES: ABSTENTIONS: ABSENT: ATTEST: APPROVED: ________________________ ______________________________ City Clerk Mayor APPROVED AS TO FORM: ________________________ ______________________________ Assistant City Attorney City Manager _____________________________ Director of Planning and Development Services Item 10 Attachment A - Resolution Adopting Revised SB 9 Objective Design Standards        Item 10: Staff Report Pg. 7  Packet Pg. 280 of 428  *NOT YET APPROVED* Attachment A 3 0160135_20240201_ay16 EXHIBIT 1 SB 9 Objective Design Standards Revised 1/26/2024 Applicability: All SB 9 Projects must meet all requirements of the Zoning Code, including development standards, and special requirements for Flood Zones, Single-Story Overlays, etc. They must additionally meet all applicable SB 9 Objective Design Standards (ODS) per PAMC 18.42.180(e)(2)). Section A: All The following ODS apply to all proposed new housing units as a part of an SB 9 project. When existing units do not meet the ODS, they shall be treated as existing non-conforming when setback shall be no less than the average front setback of the homes on lots to either side of the subject lot, up to a maximum of 25 feet. Otherwise, the zoning minimum front setback or Barbara’ texture as described in the Technical Services Information Bureau, Chapter 5 - Plaster Textures & Acrylic Finishes (2011). For additions, stucco plaster texture on the column(s) and more than 3 feet deep), occur on more than half of the houses on the same side of the block, including the subject site, the proposed house(s) with street frontage shall width shall not have asphalt or grey concrete surfaces. They must have a decorative surface minimum of 5 feet behind the forwardmost plane of the front facade or 3 feet behind the forwardmost plane of the street-side façade. The forwardmost façade plane may be a building wall or porch with posts/columns and must be at least 12 feet wide. In mapped Item 10 Attachment A - Resolution Adopting Revised SB 9 Objective Design Standards        Item 10: Staff Report Pg. 8  Packet Pg. 281 of 428  *NOT YET APPROVED* Attachment A 4 0160135_20240201_ay16 30 percent of the total facade width facing that street, except that it may be 12 feet wide in color, or panel design pattern of the entry door, window fenestration, or exterior cladding shall be 16 feet and the maximum garage door height shall be 8 feet. If two single-wide garage doors are used instead of one double-wide door, each door's maximum width shall be roofs with pitches 9:12 or greater, 25 feet for roofs with pitches 3:12, up to 9:12, and 22 feet for roofs with pitches less than 3:12, inclusive of parapets on flat roofs. In flood zones, the maximum height is increased by one-half of the increase in elevation required to reach base square feet of glazing in a large window, multi-panel window or glazed door, or bay window form, with minimum dimensions of 3 feet. In an Eichler tract, clerestory windows may have a the exterior wall face or have trim at least 2 inches wide and 0.5 inches thick on all four Section B: Two-Story Houses edges (i.e., eaves or parapets) shall not exceed 18 inches above the average height of the first-floor eave or parapet of the homes on the abutting lots at side lot lines as measured at those homes' eaves nearest the subject lot. This first-floor roof edge height limit shall also extend 15 feet back from the building corner. This standard shall be 24 inches within a flood zone if either of the abutting homes’ first-floor levels does not meet current flood zone regulations. This standard applies to the eave side of pitch roof forms and not the rake side Item 10 Attachment A - Resolution Adopting Revised SB 9 Objective Design Standards        Item 10: Staff Report Pg. 9  Packet Pg. 282 of 428  *NOT YET APPROVED* Attachment A 5 0160135_20240201_ay16 roof edge (eave or parapet) shall not exceed 18 inches above either: (a) the average height of the upper floor street-facing eave or roof edge of homes to each side, or (b) in the case of exceed 15 feet in height as measured from existing grade. The maximum garage wall plate shall be permitted per dwelling and shall: (a) only be permitted on a street-facing facade, (b) be located at least 10 feet from any interior side lot line with a 5.5-foot-tall solid privacy wall or be located at least 30 feet from any interior side lot line, and (c) be limited in size to no having a typical mature height of at least 25 feet and mature canopy width of 15 feet at a quantity of at least one per 25 linear feet along each interior lot line. Existing trees to be retained that are at least 25 feet tall and 15 feet wide count towards the required planting. Three closely spaced tall screening shrubs with a mature height of at least 15 feet and a mature width of at least 3 feet may be substituted for one screening tree. Privacy screening landscape shall be located to align with proposed second-floor windows by botanical name with at least 50 percent of screening trees and shrubs being evergreen. Screening trees shall be specified and planted at 24-inch box size or larger and 8 feet height or taller. Screening shrubs shall be specified and planted at 15-gallon size or larger and 8 feet B9: PLANTING ADJACENT PUE’S: Where an easement such as a PUE exists along an interior lot line, privacy landscaping is required to be planted on the same side of the easement as the facing an interior lot line that is located less than 20 feet from a side or rear lot line, one of the following shall be used: (a) permanent obscure glazing to at least 5 feet from the finished floor, or (b) exterior mounted permanent architectural privacy screens that block views more than 70%, or (c) windows with sills above 5 feet from the finished floor level. In a stairway, the finished floor is the height of the landing. This standard shall also apply to first-floor windows less than 6 feet from a property line windows on the upper level with a sill height less than 5 feet above the finished floor and within 20 feet of an interior side lot line shall be hinged so the windows open towards the Item 10 Attachment A - Resolution Adopting Revised SB 9 Objective Design Standards        Item 10: Staff Report Pg. 10  Packet Pg. 283 of 428  *NOT YET APPROVED* Attachment A 6 0160135_20240201_ay16 level. Section C: New or Expanded Second Story Development Next to One-Story House(s) The following Standards apply when an SB 9 project includes a new or expanded second story is single-story or has a second-floor area no more than 500 square feet, the side daylight plane shall be measured from 8 ft above average grade instead of 10 ft. In the case of an Urban Lot Split, the daylight plane only applies to the original property lines. In flood zones, the average grade for determining daylight plane is increased by one-half of the increase in elevation required to reach base flood elevations, up to a maximum increase single-story or has a second-floor area no more than 500 square feet, all houses with frontage on the street shall have either: (a) a one-story building form (excluding garages) at least 6 feet forward of the second-floor wall face, and at least 10 feet wide; or (b) a Section D: Flag Lots and Substandard Lots The following ODS applies only for projects proposed on an existing flag lot or substandard (or similar lots without street frontage) and/or substandard lots prior to an Urban Lot Split, a Section E: Eichler Neighborhoods The following ODS apply only in mapped Eichler Tracts, as listed on the map published in the forward of the front facade plane of the house so long as the garage or carport is: (a) no more than 21 feet wide, (b) has a roof pitch of 3:12 (slope of 3 vertical feet for every 12 horizontal feet) or less, and (c) has a maximum height of no more than 12 feet above existing not exceed 22 feet, as measured from existing grade to the roof surface. Properties in flood zones shall be permitted to increase building height by one-half foot for each foot that the following: (a) roof pitches no more than 3:12, (b) gable, shed, butterfly, or flat roof forms, and (c) 2-foot minimum overhangs at eave and rake sides of roof forms for at least 50 Item 10 Attachment A - Resolution Adopting Revised SB 9 Objective Design Standards        Item 10: Staff Report Pg. 11  Packet Pg. 284 of 428  *NOT YET APPROVED* Attachment A 7 0160135_20240201_ay16 cladding shall be vertical board channel or flush siding, wood tongue, and groove board siding, wood nickel-gap siding, smooth fiber cement panels, or metal panels. Board-form concrete, concrete block, or stucco may be used as a secondary material, but collectively, be used. A covered trellis used as a colonnade or a side porch that does not project forward Item 10 Attachment A - Resolution Adopting Revised SB 9 Objective Design Standards        Item 10: Staff Report Pg. 12  Packet Pg. 285 of 428  Attachment B Table 1: Revised Objective Design Standards All 1.3C: FRONT SETBACK Where the contextual front yard setback does not apply, the front setback shall be no less than the average front setback of the homes on lots to either side of the subject lot. (Note: In all cases, the zoning minimum front setback or special setback would still apply.) A1: FRONT SETBACK Where the contextual front yard setback does not apply, the front setback shall be no less than the average front setback of the homes on lots to either side of the subject lot, up to a maximum of 25 feet. Otherwise, the zoning minimum front setback or special setback would still apply. Added that in no circumstance would this standard create a setback larger than 25 ft. on a property where the contextual front yard setback does not apply All 4.3C: STUCCO TEXTURE: When stucco is used it shall be steel-troweled ‘Smooth’ or ‘Santa Barbara’ texture as described in the Technical Services Information Bureau, Chapter 5 - Plaster Textures & Acrylic Finishes (2011). For additions, stucco texture on the addition shall be allowed to match the stucco texture of the existing house. A2: STUCCO TEXTURE: When stucco is used it shall be steel-troweled ‘Smooth’ or ‘Santa Barbara’ texture as described in the Technical Services Information Bureau, Chapter 5 - Plaster Textures & Acrylic Finishes (2011). For additions, stucco texture on the addition shall be allowed to match the stucco texture of the existing house. No change All 4.4A: CONTEXTUAL PORCH ENTRIES: If porches (i.e. roofed, street-facing porches with posts/column (s) and more than 3 feet deep), occur on at least 50 percent of homes on the block of the subject lot (counting only homes on the subject lot side of the street), the proposed house shall include a street-facing porch no less than 6 feet deep and 8 feet wide. A3: CONTEXTUAL PORCH ENTRIES: If porches (i.e., roofed, street-facing porches with posts/ column(s) and more than 3 feet deep), occur on more than half of the houses on the same side of the block, including the subject site, the proposed house(s) with street frontage shall include a street-facing porch no less than 4.5 feet deep and 6 feet wide. Clarified this only applies to houses with street frontage. Reduced the minimum size of porch required. All 1.1A: DRIVEWAYS: One curb cut and driveway per street frontage. Shared driveways are encouraged but require an easement to which the City is a third party. A4: DRIVEWAYS: One curb cut and driveway per street frontage. Shared driveways are encouraged but require an easement to which the City is a third party. No change All 1.1B: DRIVEWAY WIDTH: 18-foot maximum driveway width (inclusive of uncovered parking) within a front or street side yard setback. A5: DRIVEWAY WIDTH: 18-foot maximum driveway width (inclusive of uncovered parking) within a front or street side yard setback. No change Item 10 Attachment B - SB 9 Objective Design Standards Revision Crosswalk        Item 10: Staff Report Pg. 13  Packet Pg. 286 of 428  All 1.1D WALKWAY SEPARATION: Walkways shall be separated from driveways by a minimum of 4 feet of landscape planting or extend sideways (that is, perpendicular) from driveway so that no additional parking or paved turnaround space is created in a front or street side yard beyond that of the maximum allowed driveway width. A6: WALKWAY SEPARATION: Walkways shall be separated from driveways by a minimum of 2 feet of landscape planting or shall be a different paving material than the driveway. Reduces minimum separation to allow for easier compliance on narrower lots. All 1.1C. PLANTING STRIP: A minimum two-foot wide, landscaped planting strip is required between a driveway and/or uncovered parking space and an interior lot line. A7. PLANTING STRIP: A minimum two-foot wide, landscaped planting strip is required between a driveway and/or uncovered parking space and an interior lot line. No change All 1.1F: DRIVEWAY MATERIALS: Driveway and uncovered parking surfaces that exceed 10 feet in width shall not have asphalt or grey concrete surfaces. They must have a decorative surface to blend with the landscape such pavers, brick, or colored concrete. A8: DRIVEWAY MATERIALS: Driveway and uncovered parking surfaces that exceed 10 feet in width shall not have asphalt or grey concrete surfaces. They must have a decorative surface to blend with the landscape such as stone pavers, grass pavers, or bricks. Removed colored concrete as an option. All 1.2A: GARAGE LOCATION: Attached or detached garages/carports must be located a minimum of 5 feet behind the forwardmost plane of the front facade or 3 feet behind the forwardmost plane of the street-side façade. The forwardmost façade plane may be a building wall or porch with posts/columns and must be at least 12 feet wide. A9: GARAGE LOCATION: Attached garages adjacent to the front setback must be located a minimum of 5 feet behind the forwardmost plane of the front facade or 3 feet behind the forwardmost plane of the street-side façade. The forwardmost façade plane may be a building wall or porch with posts/columns and must be at least 12 feet wide. In mapped Eichler neighborhoods, this standard does not apply. Simplified text, detached garages are already required to be back from the front property line. Clarified that this standard only applies when the garage is near a front/street side setback. All 1.2B: GARAGE WIDTH: An attached or detached garage/carport facing the street shall be no more than 30 percent of the total facade width facing that street, except that it may be 12 feet wide in any circumstance. A10: GARAGE WIDTH: An attached garage or carport facing the street shall be no more than 30 percent of the total facade width facing that street, except that it may be 12 feet wide in any circumstance. No change All 4.5A: GARAGE DOOR DESIGN AND MATERIALS: The garage door shall match the material, color, and panel design pattern of the entry door or window fenestration. A11: GARAGE DOOR DESIGN AND MATERIALS: The garage door shall match the material, color, or panel design pattern of the entry door, Added option for garage door to match exterior cladding material Item 10 Attachment B - SB 9 Objective Design Standards Revision Crosswalk        Item 10: Staff Report Pg. 14  Packet Pg. 287 of 428  window fenestration, or exterior cladding material. All 4.5B: GARAGE DOOR SIZE: The maximum garage door width shall be 16 feet and the maximum garage door height shall be 8 feet. If two single- wide garage doors are used instead of one double-wide door, each door's maximum width shall be 9 feet and maximum height 8 feet. A12: GARAGE DOOR SIZE: When visible from the street, the maximum garage door width shall be 16 feet and the maximum garage door height shall be 8 feet. If two single-wide garage doors are used instead of one double-wide door, each door's maximum width shall be 9 feet and maximum height 8 feet. No change All 5.4B: ROOF DECK NOT PERMITTED: A roof deck (i.e., a deck above of the first level of a single- story building or second level of a two-story building) shall not be permitted. A13: ROOF DECK NOT PERMITTED: A roof deck (i.e., a deck above the first level of a single-story building or second level of a two-story building) shall not be permitted. No change All 2.1B: ROOF HEIGHT FOR VARIED ROOF PITCHES: Roof height shall be limited to 27 feet for roofs with pitches 9:12 or greater, 25 feet for roofs with pitches 3:12, up to 9:12, and 22 feet for roofs with pitches less than 3:12. Properties in flood zones shall be permitted to increase building height by one-half foot for each foot that the base flood elevation exceeds existing grade. A14: ROOF HEIGHT FOR VARIED ROOF PITCHES: Roof height shall be limited to 27 feet for roofs with pitches 9:12 or greater, 25 feet for roofs with pitches 3:12, up to 9:12, and 22 feet for roofs with pitches less than 3:12, inclusive of parapets on flat roofs. In flood zones, the maximum height is increased by one-half of the increase in elevation required to reach base flood elevations, up to a maximum increase of 30 inches. Text edits to floor zone language to be consistent with PAMC 18.12 All 3.4A: GABLE ROOF FORMS: No more than three gable forms on an elevation facing a public street. A15: GABLE ROOF FORMS: No more than three gable forms on an elevation facing a public street. No change All 3.4B: BAY WINDOWS: No more than two bay windows on an elevation facing a public street. A16: BAY WINDOWS: No more than two bay windows on an elevation facing a public street. No change All 4.1A: FAÇADE VISUAL FOCAL POINT: Each street facing building elevation shall have a significant visual focal point, defined as either: (a) at least 50 square feet of glazing in a large window, multi-panel window or glazed door, or bay window form, or (b) a roofed or trellised porch at least 6 feet deep and 8 feet wide and no more than 12 feet tall. A17: STREET-FACING WINDOWS: Each street- facing building elevation shall have at least 20 square feet of glazing in a large window, multi- panel window or glazed door, or bay window form, with minimum dimensions of 3 feet. In an Eichler tract, clerestory windows may have a reduced minimum dimension. Intent clarified to require window(s) facing the street. Minimum window sized reduced to allow broader architectural styles and accommodate smaller units. Porch requirements are in ODS A3. Item 10 Attachment B - SB 9 Objective Design Standards Revision Crosswalk        Item 10: Staff Report Pg. 15  Packet Pg. 288 of 428  All 4.3A: WINDOW TO WALL DETAILING: Window frames shall be recessed at least 2 inches from the exterior wall face or have trim at least 3.5 inches wide on all four window sides. Stucco over foam shall not be used as window trim. A18: WINDOW TO WALL DETAILING: Window frames shall be recessed at least 2 inches from the exterior wall face or have trim at least 2 inches wide and 0.5 inches thick on all four window sides. Stucco over foam shall not be used as window trim. Changed minimum window trim from 3.5 wide to 2 in wide and .5 in thick. All 4.3B: WINDOW PATTERNS: Window fenestration with divided lite appearance shall have exterior applied muntin bars (i.e., true or simulated divided lites). A19: WINDOW PATTERNS: Window fenestration with divided lite appearance shall have exterior applied muntin bars (i.e., true or simulated divided lites). No change Applicability Current SB 9 Objective Design Standards Proposed SB 9 Objective Design Standards Type of Change Two Story 1.3D: SECOND FLOOR STEPBACKS: Second floor area shall not be permitted within the standard side or rear setbacks of the underlying single family zoning district. B1: SECOND FLOOR LOCATION: Second floor area shall not be permitted within the standard side or rear setbacks of the underlying single family zoning district. No change Two Story 1.3A: SECOND FLOOR SIZE: The maximum floor area above the first-floor level: (a) shall not exceed 35 percent of total gross floor area on the lot except as noted in subsection (b) or Standard 1.3B. (b) shall not exceed 30 percent of the total gross floor area where an abutting lot along a side lot line has a one-story home or home with no more than 500 square feet of second floor area. B2: SECOND FLOOR SIZE: The maximum second- floor area shall not exceed 35 percent of the allowable gross floor area for the lot, or 400 sf, whichever is larger. Simplified text, and provided a minimum allowable second floor area to accommodate at least two bedrooms and bathrooms on the second floor, for families. Two Story 2.3A: CONTEXTUAL FIRST FLOOR EAVE HEIGHT: The height of the first floor's street facing roof edges (i.e., eaves or parapets) shall not exceed 18 inches above the average height of the first- floor eave or parapet of the homes on the abutting lots at side lot lines as measured at those homes' eaves nearest the subject lot. This first-floor roof edge height limit shall also extend 15 feet back from the building corner. This standard shall be 24 inches within a flood zone if either of the abutting homes’ first-floor level does not meet current flood zone regulations. This standard applies to the eave side of pitch B3: CONTEXTUAL FIRST FLOOR EAVE HEIGHT: The height of the first floor's street-facing roof edges (i.e., eaves or parapets) shall not exceed 18 inches above the average height of the first- floor eave or parapet of the homes on the abutting lots at side lot lines as measured at those homes' eaves nearest the subject lot. This first-floor roof edge height limit shall also extend 15 feet back from the building corner. This standard shall be 24 inches within a flood zone if either of the abutting homes’ first-floor levels does not meet current flood zone regulations. This standard applies to the eave side of pitch No change Item 10 Attachment B - SB 9 Objective Design Standards Revision Crosswalk        Item 10: Staff Report Pg. 16  Packet Pg. 289 of 428  roof forms and not the rake side such as at a gable. roof forms and not the rake side such as at a gable. Two Story 2.3B: CONTEXTUAL SECOND FLOOR EAVE HEIGHT: The height of the upper floor's street facing roof edge (eave or parapet) shall not exceed 18 inches above either: (a) the average height of the upper floor street facing eave or roof edge of homes to each side, or (b) in the case of only one home having a second floor, the height of that home's eaves. B4: CONTEXTUAL SECOND FLOOR EAVE HEIGHT: The height of the upper floor's street-facing roof edge (eave or parapet) shall not exceed 18 inches above either: (a) the average height of the upper floor street-facing eave or roof edge of homes to each side, or (b) in the case of only one home having a second floor, the height of that home's eaves. No change Two Story 3.1A: GARAGE HEIGHT AND MASS: Maximum height of a roof over an attached garage shall not exceed 15 feet in height as measure from existing grade. The maximum garage wall plate height shall not exceed 10 feet. B5: GARAGE HEIGHT AND MASS: Maximum height of a roof over an attached garage shall not exceed 15 feet in height as measure from existing grade. The maximum garage wall plate height shall not exceed 10 feet. No change Two Story 5.4A: SECOND FLOOR BALCONY LIMITATIONS: No more than one second floor deck/balcony shall be permitted per dwelling and shall: (a) only be permitted on a street facing facade, (b) be located at least 20 feet from any interior side lot line, and (c) be limited in size to no more than 40 square feet. B6: SECOND FLOOR BALCONY LIMITATIONS: No more than one second-floor deck/balcony shall be permitted per dwelling and shall: (a) only be permitted on a street-facing facade, (b) be located at least 10 feet from any interior side lot line with a 5.5-foot-tall solid privacy wall or be located at least 30 feet from any interior side lot line, and (c) be limited in size to no more than 40 square feet. Added privacy wall requirement to allow balconies 10-30 feet of a side property line Two Story 1.4A: SCREENING LANDSCAPE: Plant screening trees with a species having a typical mature height of at least 25 feet, and mature canopy width of 15 feet at a quantity of at least one per 25 linear feet along each interior lot line. Existing trees to be retained that are at least 25 feet tall and 15 feet wide may substitute for required planting on a one-to-one ratio. Three closely spaced tall screening shrubs with a mature height of at least 20 feet and mature width of at least 5 feet may be substituted for one screening tree. B7: SCREENING LANDSCAPE: For two-story houses, plant screening trees with a species having a typical mature height of at least 25 feet and mature canopy width of 15 feet at a quantity of at least one per 25 linear feet along each interior lot line. Existing trees to be retained that are at least 25 feet tall and 15 feet wide count towards the required planting. Three closely spaced tall screening shrubs with a mature height of at least 15 feet and a mature width of at least 3 feet may be substituted for one screening tree. Privacy screening landscape shall be located to align with proposed second-floor windows Clarified intent of the standard regarding spacing and placement of trees/shrubs. Combined with text from 5.2D Item 10 Attachment B - SB 9 Objective Design Standards Revision Crosswalk        Item 10: Staff Report Pg. 17  Packet Pg. 290 of 428  across the side and rear lot lines and between windows at facing units on a single property. Two Story 1.4B: PLANTING TYPE AND SIZE: Screening trees and shrubs shall be specified by botanical name with at least 50 percent of screening trees and shrubs being evergreen. Screening trees shall be specified and planted at 24-inch box size or larger and 8 feet height or taller. Screening shrubs shall be specified and planted at 15- gallon size or larger and 8 feet or taller. B8: PLANTING TYPE AND SIZE: When required, screening trees and shrubs shall be specified by botanical name with at least 50 percent of screening trees and shrubs being evergreen. Screening trees shall be specified and planted at 24-inch box size or larger and 8 feet height or taller. Screening shrubs shall be specified and planted at 15-gallon size or larger and 8 feet or taller. Clarified text Two Story 1.4C: PLANTING ADJACENT PUE’S: Where an easement such as a PUE exist along an interior lot line, trees are required to be planted on the same side of the easement as the building, but not within the easement. B9: PLANTING ADJACENT PUE’S: Where an easement such as a PUE exist along an interior lot line, trees are required to be planted on the same side of the easement as the building, but not within the easement. No change Two Story 5.2B: SECOND FLOOR WINDOW PRIVACY: For any window on an upper floor, facing an interior lot line that is located less than 20 feet from a side lot line or less than 30 feet from a rear lot line, one of the following shall be used: (a) permanent obscure glazing, or (b) exterior mounted permanent architectural privacy screens that block views more than 70%, or (c) windows with sills above 5 feet from the finished floor level. B10: SECOND FLOOR WINDOW PRIVACY: For any window on an upper floor or in a stairway, facing an interior lot line that is located less than 20 feet from a side or rear lot line, one of the following shall be used: (a) permanent obscure glazing to at least 5 feet from the finished floor, or (b) exterior mounted permanent architectural privacy screens that block views more than 70%, or (c) windows with sills above 5 feet from the finished floor level. In a stairway, the finished floor is the height of the landing. This standard shall also apply to first-floor windows less than 6 feet from a property line where the finished floor height is 2 feet or more above grade. Simplified distance to 20 ft from any interior lot line, combined stairway requirements from 5.2C. Added privacy requirements for first-floor windows in specific situations consistent with PAMC 18.09. Two Story 5.3B: SECOND FLOOR OPERABLE WINDOWS ALONG SIDE LOT LINES: Operable casement windows on the upper level with a sill height less than 5 feet above the finished floor and within 20 feet of an interior side lot line shall be hinged so the windows open towards the public street. Horizontal sliding windows shall not B11: SECOND FLOOR OPERABLE WINDOWS ALONG SIDE LOT LINES: Operable casement windows on the upper level with a sill height less than 5 feet above the finished floor and within 20 feet of an interior side lot line shall be hinged so the windows open towards the public street. Horizontal sliding windows shall not No change Item 10 Attachment B - SB 9 Objective Design Standards Revision Crosswalk        Item 10: Staff Report Pg. 18  Packet Pg. 291 of 428  be permitted facing and within 20 feet of an interior side lot line, unless the windowsill height is at least 5 feet above the finish floor level. be permitted facing and within 20 feet of an interior side lot line, unless the windowsill height is at least 5 feet above the finish floor level. Applicability Current SB 9 Objective Design Standards Proposed SB 9 Objective Design Standards Type of Change Two Story Adjacent to One Story 1.5C: SIDE DAYLIGHT PLANE CLEARANCE: Where a home on an abutting lot across a side lot line is single-story or has a second-floor area no more than 500 square feet, the proposed structure(s) shall maintain at least 2 feet clearance from the second-floor roof edge or wall parapet to the side daylight plane as measured perpendicularly to the side daylight plane. C1: SIDE DAYLIGHT PLANE CLEARANCE: Where a home on an abutting lot across a side lot line is single-story or has a second-floor area no more than 500 square feet, the side daylight plane shall be measured from 8 ft above average grade instead of 10 ft. In the case of an Urban Lot Split, the daylight plane only applies to the original property lines. In flood zones, the average grade for determining daylight plane is increased by one- half of the increase in elevation required to reach base flood elevations, up to a maximum increase of 30 inches. Simplified how this is measured. Allows for flood zone height increase consistent with PAMC 18.12 Two Story Adjacent to One Story 2.5A: SINGLE-STORY BUILDING FORMS: At least one single-story building form (excluding garages) with dimensions no greater than 16 feet in height, no less than 8 feet in depth, and no less than 12 feet in width shall be placed on each street facing building side. Location shall be either: (a) fully forward of the second floor's wall face, or (b) partially forward or aligned with the second floor's wall face if the one-story form is at a building corner. C2: SINGLE-STORY BUILDING FORMS: Where a home on an abutting lot across a side lot line is single-story or has a second-floor area no more than 500 square feet, all houses with frontage on the street shall have either: (a) a one-story building form (excluding garages) at least 6 feet forward of the second-floor wall face, and at least 10 feet wide; or (b) a protruding porch or one-story roof overhang at least 6 feet deep, and at least 8 feet wide. Now only applies when adjacent to a single-story house. Simplified text, reduced minimum dimensions. Existing Flag and Substandard Lots 1.3E. SECOND FLOOR AREA ON FLAG LOTS AND SUBSTANDARD LOTS: On flag lots (or similar lots without street frontage) and/or substandard lots, if the maximum allowed total floor area is greater than 70 percent of the buildable lot area, floor area may be placed on a second level. The maximum second floor area allowed shall be the area in excess of 70 percent of the buildable lot area or 300 square feet, whichever is greater. D1. SECOND FLOOR AREA ON FLAG LOTS AND SUBSTANDARD LOTS: On lots that are flag lots (or similar lots without street frontage) and/or substandard lots prior to an Urban Lot Split, a second floor shall only be allowed to facilitate the minimum 800 sf unit size. No change Item 10 Attachment B - SB 9 Objective Design Standards Revision Crosswalk        Item 10: Staff Report Pg. 19  Packet Pg. 292 of 428  Applicability Current SB 9 Objective Design Standards Proposed SB 9 Objective Design Standards Type of Change Eichler 1.2C: EICHLER TRACT GARAGES: In mapped Eichler Tracts, a garage or carport may be located forward of the front facade plane of the house so long as the garage or carport is: (a) no more than 21 feet wide, (b) has a roof pitch of 3:12 (slope of 3 vertical feet for every 12 horizontal feet) or less, and (c) has a maximum height of no more than 12 feet above existing grade. E1: EICHLER TRACT GARAGES: In mapped Eichler Tracts, a garage or carport may be located forward of the front facade plane of the house so long as the garage or carport is: (a) no more than 21 feet wide, (b) has a roof pitch of 3:12 (slope of 3 vertical feet for every 12 horizontal feet) or less, and (c) has a maximum height of no more than 12 feet above existing grade. No change Eichler 2.5B: Within mapped Eichler Tracts, garages may serve as the form in Standard 2.5A, and no roof pitch shall exceed 3:12. (See Standard 3.2C). E2: EICHLER TRACT GARAGES: In mapped Eichler Tracts, the garage may also count as the required 1-story form in ODS A9. Updated references Eichler 2.1C: EICHLER TRACT ROOF HEIGHTS: In mapped Eichler Tracts the maximum roof height shall not exceed 22 feet, as measured from existing grade to the roof surface for a pitched roof, or 20 feet for a flat roof surface or parapet. Properties in flood zones shall be permitted to increase building height by one-half foot for each foot that the base flood elevation exceeds existing grade. E3: EICHLER TRACT ROOF HEIGHTS: In mapped Eichler Tracts the maximum roof height shall not exceed 22 feet, as measured from existing grade to the roof surface. Properties in flood zones shall be permitted to increase building height by one-half foot for each foot that the base flood elevation exceeds the existing grade. Simplified text, more consistent with A14. Eichler 3.2C: ROOFLINES IN EICHLER TRACTS: In mapped Eichler Tracts rooflines shall meet the following: (a) roof pitches no more than 3:12, (b) gable, shed, butterfly or flat roof forms (note: hip roofs with flat roofs at eaves permitted; see Illustration 1D of the IR guidelines for example), and (c) 2-foot minimum overhangs at eave and rake sides of roof forms for at least 50 percent of roof edges. E4: ROOFLINES IN EICHLER TRACTS: In mapped Eichler Tracts rooflines shall meet the following: (a) roof pitches no more than 3:12, (b) gable, shed, butterfly, or flat roof forms, and (c) 2-foot minimum overhangs at eave and rake sides of roof forms for at least 50 percent of roof edges. Simplified text Item 10 Attachment B - SB 9 Objective Design Standards Revision Crosswalk        Item 10: Staff Report Pg. 20  Packet Pg. 293 of 428  Eichler 4.3D: EXTERIOR MATERIALS IN EICHLER TRACTS: In mapped Eichler Tracts, exterior wall cladding shall be vertical board channel or flush siding, wood tongue and groove board siding, wood nickel-gap siding, smooth fiber cement panels, or metal panels. Board-form concrete, concrete block, or stucco may be used as a secondary material but collectively these materials shall not account for more than 30 percent of all non- glazed wall surfaces. E5: EXTERIOR MATERIALS IN EICHLER TRACTS: In mapped Eichler Tracts, exterior wall cladding shall be vertical board channel or flush siding, wood tongue, and groove board siding, wood nickel-gap siding, smooth fiber cement panels, or metal panels. Board-form concrete, concrete block, or stucco may be used as a secondary material, but collectively, these materials shall not account for more than 30 percent of all non- glazed wall surfaces. No change Eichler 4.4B: ENTRIES IN EICHLER TRACTS: In mapped Eichler Tracts an entry porch projecting forward of the front wall of the house shall not be used. A recessed void at the facade or a courtyard entry may be used in lieu of a porch. A covered trellis used as a colonnade or a side porch that does not project forward of the facade at the entry would not be considered an entry porch. E6: ENTRIES IN EICHLER TRACTS: In mapped Eichler Tracts, a projecting entry porch shall not be used. A covered trellis used as a colonnade or a side porch that does not project forward of the facade at the entry would not be considered an entry porch. Simplified text Table 2: Objective Design Standards Proposed for Deletion Applicability Current SB 9 Objective Design Standards Type of Change Delete 1.2D: DUPLEX PARKING REQUIREMENT: In the case of a duplex, when parking spaces are required, the parking space for each unit shall be a covered parking space. One covered space is required by PAMC 18.52 for all SB 9 units regardless of configuration, unless exempted from parking requirements by State Law. Delete 1.3B: EICHLER TRACT SECOND FLOOR SIZE: Where a property is in a mapped Eichler Tract, and not in a single-story overlay zone, the maximum floor area of the second floor shall not exceed 25 percent of the total gross floor area on the lot. This standard was originally changed to be the same as B2 (35% of the floor area), and then eliminated because it was redundant with B2. Delete 1.5A: CONTEXTUAL FRONT MASSING STEPBACK: Where a home on an abutting lot across a side lot line is single-story or has a second-floor area less than 500 square feet, a proposed structure shall have a one- story building volume at least 15-foot wide and 15-foot deep at the front side of the house set forward of any second-floor street facing wall plane. Intent of this standard is now in C2. Item 10 Attachment B - SB 9 Objective Design Standards Revision Crosswalk        Item 10: Staff Report Pg. 21  Packet Pg. 294 of 428  Delete 1.5B: CONTEXTUAL SIDE MASSING STEPBACK: Where a home on an abutting lot across a side lot line is single-story or has a second-floor area less than 500 square feet, each proposed structure located within 20 feet of the side lot line shall step back the upper floor from the lower floor along that side of the structure at least 7 feet for at least 50 percent of the depth of the structure. Feedback indicated the Daylight Plane was the preferred way to regulate this. Delete 1.5D: EICHLER TRACT SIDE DAYLIGHT PLANE CLEARANCE: In mapped Eichler Tracts the clearance from any roof edge to the side daylight plane as measured perpendicularly from the daylight plane shall be at least 4 feet. Determined 4 feet was overly restrictive, this scenario is now regulated by C1. Delete 2.1A: UPPER FLOOR FRONT FAÇADE AREA: Where an abutting lot across a side lot line has a single-story home or home with no more than 500 square feet on the second floor, the front facade's visible wall area on the upper floor shall be no greater than 50 percent of the front facade's visible wall area on the first floor. Wall area includes the area defined by porches, windows, and wall surfaces under gables. On corner lots, the front facade shall be the facade at the shorter frontage. The 2nd floor façade width would be sufficiently regulated by the daylight plane. This was also very difficult to interpret and calculate. Delete 2.2A: FIRST FLOOR LEVEL: The finished first floor level shall not be more than 18 inches above existing grade. In Eichler Tracts, the finished first floor level shall not be more than 12 inches above existing grade. In a flood zone, the first-floor level may be set at the minimum allowed above grade to meet code requirements. For a lot removed from the flood zone due to on-site grading, the measurement shall be taken from revised grade. This is sufficiently addressed by the other height restrictions (A13, B3, B4), and was overly strict in flood zones. Delete 2.2B: FLOOR-TO-FLOOR HEIGHT: The height from the first finished floor to the second finished floor shall not exceed 10'-6”. Feedback indicated regulating interior height was overly restrictive. The exterior height limits (A14, B3, B4) are sufficient to not need to regulate interior height. Delete 2.2C: SECOND FLOOR WALL PLATE HEIGHT: The wall plate height (i.e., interior wall height at exterior wall) on the second floor shall not exceed 9 feet for roofs with pitches 3:12 or lower; 8'-6" for roofs with pitches greater than 3:12 up to 9:12; and 8 feet for roofs with pitches 9:12 or greater. The exterior height limits are sufficient to not need to regulate interior height. Delete 2.2D: PARAPET HEIGHT: Parapets shall not exceed 1 foot above the roof surface over second floor roofs. The overall height limits are sufficient. Delete 2.6A: ATTIC HEIGHT: Unused attic spaces shall not exceed 5 feet in height. The Zoning Code FAR and height regulations already discourage this. Item 10 Attachment B - SB 9 Objective Design Standards Revision Crosswalk        Item 10: Staff Report Pg. 22  Packet Pg. 295 of 428  Delete 2.6B: EXTERIOR WALL HEIGHT: No exterior wall shall exceed 22 feet in height as measured from existing grade to the eave or parapet. Portions of walls under rakes such as at gables or shed roof forms may exceed this height. Feedback indicated the 22ft felt arbitrary, and other standards such as C1, B3, and the daylight plane sufficiently regulate this Delete 3.1B: ENTRY HEIGHT: Exterior entry forms shall not exceed 12 feet in height as measured from existing grade. The Zoning Code FAR and height regulations already discourage this. Delete 3.2A: ROOF FORM VARIATION: No more than two types of roof forms shall be used (examples of two forms are hip and gable roofs or shed and flat roofs). Feedback indicated this was overly restrictive, and did not sufficiently account for entry accents or similar. Delete 3.2B: ROOF PITCH VARIATION: No more than two roof pitches shall be used (e.g., 4:12 and 12:12; 6:12 and flat). Feedback indicated this was overly restrictive, and did not sufficiently account for entry accents or similar. Delete 3.3A: INCOMPLETE ROOF FORMS: Truncated hip and gable roof forms shall not be permitted at second floor roofs on two-story structures or roofs at single story structures. Note: A truncated roof form is where the roof planes do not extend to a ridgeline; rather they terminate with a flat roof or roof well. Feedback indicated that truncated roof forms can be a useful tool in reducing overall height. Typically, this is not visible from the public right of way. It also unnecessarily restricts historically recognized forms such as Dutch gables. Delete 3.5A: CONTEXTUAL ROOF PITCH: On properties adjacent to single story homes along either interior side lot line, roof pitches on new two-story buildings shall be 6:12 or lower. Feedback indicated this was unnecessary considering other eave and roof height restrictions (A14, B3, B4) Delete 4.2A: WINDOW ALIGNMENT: Windows on two-story wall planes that face a street shall be aligned vertically unless there is a change in exterior materials from the lower floor to the upper floor. Feedback indicated this was overly restrictive, “aligned vertically” was also unclear to interpret. Delete 4.2B: FAÇADE ELEMENT SPACING: Focal points such as porches, large/featured windows, and bay windows shall be spaced at least 5 feet horizontally apart from each other when placed on the same level/floor. Feedback indicated this was overly restrictive, particularly for smaller units. It also had unintended limitations, such as preventing “large windows” from being under a porch. Delete 5.1A: PRIVACY DIAGRAM: Site Privacy Diagram must show the proposed second-floor plan including windows, major on-site vegetation, and all elements on the neighboring property within 25 feet of the subject property line. For adjacent sites show major vegetation, building footprints, windows (indicate size and location), and patios within 25 feet of the property lines shall be provided in the project plan set. This is a submittal checklist requirement, not a Design Standard. Delete 5.2A: BEDROOM WINDOW LOCATION: Organize the second-floor plan so at least one bedroom has its largest/egress window facing the front lot line. On corner lots, at least one bedroom’s largest/egress window shall also face the street side lot line. The privacy requirements (B10, B11) already encourage this. Item 10 Attachment B - SB 9 Objective Design Standards Revision Crosswalk        Item 10: Staff Report Pg. 23  Packet Pg. 296 of 428  Delete 5.2C: STAIR WINDOW PRIVACY: Stair windows facing interior side lot lines within 20 feet of the lot line shall have permanent obscure glazing or exterior mounted permanent architectural privacy screens to at least 5 feet above the landing. Combined into standard B10. Delete 5.2D: PRIVACY LANDSCAPE: Privacy screening landscape shall be located to align with proposed second floor windows across side and rear lot lines and between windows at facing units on a single property. Privacy screening landscape shall be evergreen and per size and planting standards shown in Standard 1.4. Combined into standard B7. Delete 5.3A: SECOND FLOOR WINDOW SIZE ALONG SIDE LOT LINES: Any upper-level window or window grouping located less than 20 feet from a side interior lot line (measured perpendicularly) shall not have more than 30 square feet of glazing. The privacy requirements (B10, B11) already encourage this, and/or sufficiently mitigate privacy for larger windows. Item 10 Attachment B - SB 9 Objective Design Standards Revision Crosswalk        Item 10: Staff Report Pg. 24  Packet Pg. 297 of 428  City Council Staff Report From: City Manager Report Type: ACTION ITEMS Lead Department: Administrative Services Meeting Date: February 12, 2024 Report #:2311-2233 TITLE Discuss the FY 2024 Mid-Year Budget Review and Approve 1) FY 2024 Budget Amendments in Various Funds, and 2) Amendments to the FY 2024 Table of Organization to add 1.00 Full Time Equivalent (FTE) Position. CEQA Status – Not a Project. RECOMMENDATION Staff recommends that the City Council review, discuss, and approve: 1) Amendments to the Fiscal Year 2024 Budget Appropriation for various funds and various capital projects, as identified in Attachment A, Exhibits 1 and 2 (requires a supermajority, 2/3 approval); and 2) Amend the FY 2024 Table of Organization in Attachment B consistent with the budget amendments in Attachment A, adding 1.00 full time position. EXECUTIVE SUMMARY This report provides an extensive update on the City’s financial status as of December 31, 2023. Included in this report are: 1) Recommended budget adjustments to FY 2024 that reflect urgent / high priority fiscal needs, revenue supported program activities, and technical adjustments, 2) Recommended changes in staffing levels in FY 2024 adding 2.00 positions and deleting 1.00 position, 3) Updated information on the City’s financial position and outlook in FY 2024 including positioning for the upcoming FY 2025 budget process, and 4) FY 2024 2nd quarter financial status updates (Attachment C). The next significant financial planning and budget discussions will be the review of the FY 2025 proposed operating and capital budgets and municipal fee schedule (May 2024 – June 2024) and recommended utility rate updates (March 2024 – June 2024). Item 11 Item 11 Staff Report        Item 11: Staff Report Pg. 1  Packet Pg. 298 of 428  This report addresses the City Council referral adopted with the FY 2024 budget to revisit key Council priority investments, makes recommended funding adjustments based on activities through December 2023, and proposes technical adjustments. If approved, these actions will authorize investments for immediate needs and key priority areas to be addressed in FY 2024 (rather than waiting for the FY 2025 budget process) and position the Council for its FY 2025 budget deliberations in the coming months with the most current financial projections. BACKGROUND 1 for Council approval and the First Quarter (Q1) FY 2024 Financial Report (Staff Report 2307-1774)2 as an informational report. Staff reported higher annual earnings for general fund revenues in FY 2023 as compared to the budget primarily due to a faster recovery of major tax revenues in the last two quarters of the fiscal year. This recovery trend continued in the first and second quarter of FY 2024, with several major tax 1 January 16, 2024 City Council Meeting: FY 2023 Annual Comprehensive Financial Report https://cityofpaloalto.primegov.com/Portal/Meeting?meetingTemplateId=13566 2 January 22, 2024 City Council Meeting: FY 2024 First Quarter Financial Status Report Item 11 Item 11 Staff Report        Item 11: Staff Report Pg. 2  Packet Pg. 299 of 428  revenue categories tracking to exceed budgeted levels; actual year end results may vary due to continued economic uncertainty. Staff is recommending that the City Council recognize this additional funding as part of this report and anticipates using this additional one-time funding and reserves to support near-term funding priorities and bridge projected shortfalls as part of the FY 2025 budget development. Longer term, staff expects that economic recovery and a more diverse revenue base will help to stabilize the fiscal outlook. 3, and consistent with the projections in the FY 2024 Adopted Budget, deficits are reflected in the near term due to ongoing resources added to support priority initiatives and projected economic stagnation. Ongoing financial stability will require continued prioritization of spending and utilization of one-time surplus funding and the Uncertainty Reserve to address short term deficits in the next few years. ANALYSIS 3 January 22, 2024 City Council Meeting: 2025-2034 Long Range Financial Forecast Item 11 Item 11 Staff Report        Item 11: Staff Report Pg. 3  Packet Pg. 300 of 428  b. Internal Service Funds c. Special Revenue Funds d. Enterprise Funds e. Capital Funds 2) Preliminary General Fund Q2 Financial Status & public safety overtime (Attachments C & D) 3) Timeline and Next Steps The following is an overview of the status for the General Fund, Enterprise Funds, and other funds including recommended budget adjustments as they pertain to the City’s FY 2024 Operating and Capital Budgets. 1.a. General Fund 1.a.i. Mid-Year Budget Review Balancing Strategy Summary The following table outlines the major drivers of the General Fund mid-year recommended balancing strategy to offset the collective impact of a few key activities: - Completion of FY 2023 year-end financial transactions which ended with funding of $3.4 million above the 20% Council adopted target level in the Budget Stabilization Reserve as discussed in the FY 2023 Annual Comprehensive Financial Report (ACFR). - Alignment with current FY 2024 estimated major tax revenue projections as discuss in the FY 2025-2034 Long Range Financial Forecast (LRFF). - Support to continue Council priority investments as referred during the FY 2024 Adopted Budget process and routing operations. This report continues to work to balance the immediate needs with the mid- and longer-term forecast needs, using one-time funds as a key tool in bridging uneven economic trends. There are potential risks and benefits associated with continuing this balancing strategy that should be considered when looking beyond FY 2024. The risks would further reduce the City’s ability to fund the current level of services over the next several years, while the benefits could offset costs for a longer period or even increase available funding sources. These are discussed further in the Proposed Balancing Solutions section of this report. Table 1: General Fund Mid-Year Adjustments and Balancing Solutions Summary of General Fund Adjustments Net $ Impact (Cost)/Benefit FY 2024 Council Budget Referral and Priorities Investments Rental Registry Program $(0.2) M California Avenue Car Free Streets $(0.1) M Parklet Prototypes $(0.1) M Fleet Electrification $(0.1) M Item 11 Item 11 Staff Report        Item 11: Staff Report Pg. 4  Packet Pg. 301 of 428  Summary of General Fund Adjustments Net $ Impact (Cost)/Benefit Youth Mental Health $(33,000) Subtotal FY 2024 Priority Investments:$(0.6) M Recommended Funding: Planning and Transportation Services $(0.2) M Public Safety Services $(0.1) M Subtotal Recommending Funding:$(0.3) M Technical Adjustments: Major Tax Revenues & Investment Earnings (Property Tax, Sales Tax, Utility Users Tax, Transient Occupancy Tax, Documentary Transfer Tax) $3.6 M Utility Equity Transfer FY 2023 True-up $0.3 M Utility Equity Transfer Case (Net-Neutral Action) ($11.2M for first round of settlement, offset by $11.2M from Reserve) $0.0 M Supplemental Pension 115 Trust Contribution ($1.7M of the excess FY23 Budget Stabilization Reserve) $(1.7) M Capital Improvement Funding ($1.7M of the excess FY23 Budget Stabilization Reserve) $(1.7) M El Camino Real Ballpark/Lot 37 FY 2023 Rent $(0.2) M Golf Course Services Revenue FY 2023 True-up $(0.1) M Subtotal Technical Adjustments:$0.2 M Use of Uncertainty Reserve (Uncertainty Reserve remains at $9.5M) $0.6 M Use of Budget Stabilization Reserve (BSR) (BSR remains at 21.2% and $3.3 M above the 20.0% target level) $0.1 M Total Net Impact General Fund Mid-Year Adjustments $0.0 M 1.a.ii. Recommended Amendments to the FY 2024 Adopted Budget This report includes budget adjustments to 1) make key investments in alignment with deferred investments identified by Council through its FY 2024 Budget and priorities, 2) recommended funding for grants, urgent or timely needs, or 3) technical adjustments. Major changes are recommended as directed by the City Council and/or recommended by staff are below, and all transactions can be found in greater detail in Attachment A. It should be noted that recommended budget adjustments have been prorated for the remainder of the fiscal year where appropriate. FY 2024 Council Budget Referral and Priorities Investments Item 11 Item 11 Staff Report        Item 11: Staff Report Pg. 5  Packet Pg. 302 of 428  As part of the FY 2024 budget process, the Finance Committee and City Council referred some priority investments to be reviewed during the FY 2024 Mid-Year Budget Review. This section addresses each of these and the status and investments in alignment with the Council priority objectives: •Fleet Electrification (PWD): $1,350,000 is requested to allow for nine additional FY 2024 vehicle replacements to be all-electric: 3 Ford F-150s, 2 GMC 6yrd Dump Trucks, 2 Ford Ranger Small Pickup Trucks, and 2 Chevy Blazers. The cost is spread across five funds (General, Electric, Gas, Wastewater Collection, and Water) in the Community Services, Planning and Development Services, and Utilities Departments, with $130,000 in the General Fund. Fleet electrification is ongoing, and staff will return to Council with recommendations for additional replacement of vehicles with electric models as part of the FY 2025 Budget. •Sea Level Rise (PWD): No additional funding is requested yet. Staff is in the process of evaluating future steps and investments to better inform the request for additional funding in the context of correspondence with the Army Corps of Engineers about the South San Francisco Bay Shoreline Phase II Feasibility Study. Work continues; however, additional funding is likely to be requested as part of the FY 2025 budget process rather than at this time. •Youth Mental Health (CSD): This brings forward $30,000 in funding to host an event with the goal of nurturing support and sharing knowledge on topics relevant to youth mental health. In pursuit of this goal, the Community Services Department will actively engage in partnerships with Youth Community Service, Project Safety Net, Allcove, and other partners to identify specific target audiences and refine event formats. Partnership with the Department of Transportation to fund rides through Palo Alto Link ($3,000) for youth attending this event and other locations to access programs and services conducive to enhancing mental health is also included. This is an incremental step and reflects expected activity during the remaining months of FY 2024. •Eucalyptus Tree Removal (CSD/OES): No additional funding is requested at this time as staff has pursued a grant to support funding for this project to increase wildfire safety. •Unhoused Resident Services (CMO): No additional funding is requested as initially, staff expected to develop a plan for better coordination among homeless individuals and housing/services. However, most services are already managed by the County through the Palo Alto-supported Community Plan to End Homelessness4. To avoid duplication, the focus shifted to strengthening services through improved coordination and launching a pilot outreach worker program. Additionally, staff expects to propose a new Priority Objective 4 https://housingtoolkit.sccgov.org/take-action/santa-clara-county-community-plan-end-homelessness-2020-2025 Item 11 Item 11 Staff Report        Item 11: Staff Report Pg. 6  Packet Pg. 303 of 428  for 2024 focused on increasing capacity, coordination and effectiveness relating to housing and services for the unhoused in Palo Alto. •Regulate Short Term Rentals (PDS): No additional funding has been brought forward at this time as staff continues to not have the capacity to take on this objective at this time. Resources, as discussed later, are added for the establishment of a new Rental Registry Program prioritizing that program and other Council Priorities at this time. In addition to those items referred for consideration as part of this Mid-Year review, limited investment in Council priorities is recommended including: •California Avenue Car Free Streets Project Management (CMO): Funding of $85,000 is recommended for provisional staff for the oversight of the California Avenue car free street efforts. Recognizing the critical and focused effort needed to support this area, this resource will provide a more flexible means to engage on this multidisciplinary effort going forward with the City's consultant, Urban Field Studio, stakeholders, and City staff. •Rental Registry Program (PDS): A new Senior Planner position and contractual resources of $228,000 are recommended to be added in alignment with the Council priority objecting and prior council direction to establish a Rental Registry Program. •Parklet Prototypes (PDS): This action appropriates $84,000 for the estimated costs of development of up to three parklet prototype concepts. This uses one of the City's on-call contracts with Urban Planning Partners, Inc. and will include long range planning, application processing, and environmental review services. Recommended Additional Funding In limited areas staff recommends appropriation of additional funding to continue operations and support needed investment. Key investments are summarized here by service delivery area: •Planning and Transportation Services: $214,000 revenue, $461,000 expense For the Office of Transportation, this report recommends the recognition of Measure B grant revenue in the amount of $213,725, along with an increase in contract services by the same amount. Staff will use the grant funding to hire a consultant to manage the Safe Routes to School Program. Palo Alto Transportation Management Authority (PATMA) has requested additional funding of $84,000 to maintain existing service levels, but an increase of $42,000 is recommended to support continued services. Staff expects to reassess funding needs in preparation for FY 2025. Although the current contract amount is $200,000, PATMA has identified that the true cost of current services is $330,000 per year and they have utilized surplus funding received in prior years to cover costs. Those surplus funds have been exhausted. PATMA will need to evaluate staff time and outreach at hotels, restaurants, and shops in the City. Item 11 Item 11 Staff Report        Item 11: Staff Report Pg. 7  Packet Pg. 304 of 428  For the Planning and Development Services Department, this report includes recommendations to delete an Assistant Chief Building Official position and add a Planning Division Manager for the Development Center and planning special projects to better align with the goals and needs of improving the Development Center and planning operations. Funding totaling $163,000 is also recommended to continue the Department’s cost allocation fee study, update development impact fee calculations, and fund a new electric vehicle for code enforcement staffing. •Public Safety Services: $65,000 expense Ongoing funding of $50,000 for the Fire Department will be used for first responder equipment maintenance and training supplies. This funding addresses maintenance and repair costs for personal protective equipment (PPE), equipment tracking software, and supplied air respirator machines. Ongoing funding of $15,000 will be used to cover cost increases for training drill supplies such as lumber as well as increases due to staff turnover and increased training needs. Technical Adjustments and Previous Council Direction This report includes actions that are technical in nature and are needed to align budget with current trends, and previous direction approved by the Council. Major changes are recommended as directed by the City Council and/or recommended by staff are below, and all transactions can be found in greater detail in Attachment A. •Major Tax Revenue ($3.3 million additional revenue; ($300,000) expense reduction): Staff evaluated departmental and major tax revenue through Q2 and recommends actions that result in a net $3.6 million increase. As noted in the Q1 Financial Report, major tax revenue categories are trending higher than budgeted in FY 2024, and a $3.3 million increase is recommended to adjust Sales Tax ($1.6 million increase), Utility Users Tax (UUT) ($1.2 million increase), Investment Earnings ($1.1 million increase), and Property Tax ($0.8 million increase), partially offset by Transient Occupancy Tax (TOT) ($1.3 million decrease) and Documentary Transfer Tax (DTT) ($0.1 million decrease) based on trends experienced in the first half of FY 2024. Since a portion of TOT revenue has been dedicated to fund capital improvements, per Council direction, the reduced TOT revenue estimates warrant a reduction in the transfer from the General Fund to the Capital Improvement Fund ($0.3 million decrease). •Utility Equity Transfer FY 2023 True-up ($293,000 additional revenue): This action increases the equity transfer to the General Fund by $293,000 with additional funding from the Gas Fund ($508,000) partially offset by reduced funding from the Electric Fund ($215,000) in FY Item 11 Item 11 Staff Report        Item 11: Staff Report Pg. 8  Packet Pg. 305 of 428  2024. This action is in alignment with the FY 2023 Annual Comprehensive Financial Report (ACFR) as of June 30, 2023 (Staff Report 2311-2230)5 . •Utility Transfer Litigation (Equity Transfer) Reserve (Net Neutral Expense Adjustment): This action implements the first set of refunds issued to class members as a result of the Green v. City of Palo Alto (Santa Clara Superior Court, Case No. 1-16-CV-300760) settlement. Use of $11.2 million for this first refund leave a remaining reserve balance of $6.3 million for planned future settlement payment needs. •Uncertainty Reserve: Use of $0.6 million from the FY 2024 Adopted Budget level of $10.1 million is half of the $1.0 million set aside as part of the FY 2024 budget process for additional priority investments. $9.5 million remains in the reserve; approximately $6.0 million of the reserve will be necessary to provide one-time funding for the FY 2025 forecasted deficit outlined in the City's 2025-3034 Long Range Financial Forecast. •Supplemental Pension Trust Contribution ($1.7 million expense): This adjustment adds a $1.7 million transfer to the General Benefits Fund for an additional contribution to the City’s Section 115 Pension Trust. This action was approved by the City Council in the FY 2023 Annual Comprehensive Financial Report (ACFR) for BSR exceeding target levels of 18.5%, reflects General Fund contributions only, and is consistent with the City’s Retiree Benefits Funding Policy. Staff will include adjustments for proportional contributions from other (non-General Fund) funds as part of the FY 2024 year-end or FY 2025 proposed process consistent with past practice and policy guidelines. •Capital Improvement Funding ($1.7 million expense): This adjustment formalizes City Council actions to allocate $1.7 million resulting from FY 2023 year-end excess BSR, bringing the total base General Fund transfer to the Capital Improvement Fund to $12.5 million in FY 2024 and is consistent with the Council policy guiding use of surplus funds. This funding will increase the fund balance in the Capital Improvement Fund for use in the development of the upcoming 2025-2029 five-year Capital Improvement Plan. •El Camino Real Ballpark/Lot 37 FY 2023 Rent ($221,000 expense): This action will allow the payment of the Fiscal Year 2023 rent due to Stanford for the El Camino Real Ballpark, also referred to as Lot 37. The FY 2023 rent was withheld by the City while a minor error on the rental invoice was resolved with Stanford. Agreement was reached in FY 2024; however, the remaining funding in FY 2023 was inadvertently omitted from the reappropriation process to move funds into FY 2024. •Golf Course Services Revenue FY 2023 True-up ($51,000 expense): This adjustment increases contract expenditure by $51,000 for City Golf Course operations owed to the management company, OB Sports. The terms of agreement include a revenue share equivalent to 20% of 5 January 16, 2024 City Council Meeting: FY 2023 Annual Comprehensive Financial Report https://cityofpaloalto.primegov.com/Portal/Meeting?meetingTemplateId=13566 Item 11 Item 11 Staff Report        Item 11: Staff Report Pg. 9  Packet Pg. 306 of 428  the calculated FY 2023 difference between Gross Revenue and Target Revenue for that fiscal year. 1.a.iii. Position/Table of Organization Changes Summary Two position actions are recommended in this report, both in the Planning and Development Services Department. They include the addition of 1.00 Senior Planner to facilitate the rental registry program and the addition of 1.00 Planning Division Manager and deletion of 1.00 Assistant Chief Building Official. This will increase full-time staffing levels in the General Fund from the FY 2024 adopted level of 586.06 to 587.06. Although staffing challenges remain citywide, staff is focusing on recruitments of current vacant position and all others new staffing requests will be addressed through the FY 2025 annual budget process. This reflects movement towards the City’s practices prior to the pandemic in alignment with best budgeting practices. Staff will continue to use appropriate temporary staffing measures, such as overstrength positions overseen by the City Manager, to proactively address time sensitive staffing needs and maintain high quality services for residents. 1.a.iv. City’s Financial Position in FY 2024 and FY 2025 With any forecast and adjustments based on projections, there are inherent risks and benefits. Staff seeks to position the City in order to provide organizational stability, while acknowledging the service and resource needs, capacity to implement, and project pipeline to continue to reinvest at a pace the organization can support. Should the Council approve the actions recommended in this report, there will be three (3) reserves in the General Fund with the following status: 1. Reserve: Utility Transfer Litigation (Equity Transfer) $6.3 million, from $17.5 million Planned to be used for the continued compliance with the Green v. City of Palo Alto (Santa Clara Superior Court, Case No. 1-16-CV-300760) settlement 2. Budget Uncertainty Reserve $9.5 million, from $10.1 million Planned to be used for the FY 2025 projected deficit of $6.0 million with remaining funds to be discussed and planned uses identified as part of the FY 2025 budget process. This reserve was established to help the City manage the immediate term recovery and uncertainty, ensuring that the City has a stable financial plan to address current service levels while investing in core priority service areas. As a reminder the City also is facing a forecasted deficit in FY 2026 of $5.4 million too. 3. Budget Stabilization Reserve estimated to be $57.2 million, which is above the adopted 20% level of $53.9 million by $3.3 million. The City’s Budget Stabilization Reserve (BSR) serves as the primary General Fund reserve and is maintained at a level between 15% and 20% of General Fund operating expenses in Item 11 Item 11 Staff Report        Item 11: Staff Report Pg. 10  Packet Pg. 307 of 428  any given year. This is both intended for catastrophic events as well as a repository for unspent operating funds at year-end used to fund one-time unexpected needs that arise outside of the regular budget preparation process. Prudent financial management practices dictate that the BSR not be used to fund or solve on-going, recurring financial needs. Alternatively, Council could amend this and appropriate the excess BSR of $3.3 million to the Uncertainty Reserve. This would consolidate one-time funding to support FY 2025 and immediate outer years and Council priority investments in one location. If this was done, the Uncertainty Reserve would be $12.8 million, of which $6.0 million is planned to resolve the FY 2025 deficit. Remaining funds could be used for the FY 2026 deficit of $5.4 million and/or investing in Council priorities. Potential risks and benefits associated with this balancing solution that should be considered when looking beyond FY 2024. The risks would further reduce the City’s ability to fund the current level of services over the next several years, while the benefits could offset costs for a longer period of time or even increase available funding sources. Risks include but are not limited to the unresolved deficit beyond FY 2025 - estimated deficits in FY 2026 and FY 2027 (approximately $8.8 million in total) need to be resolved; labor contracts will be renegotiated around the time of developing the FY 2026 budget; economic recession or more sever stagnation of economic growth would cause increased deficits over the next several years. Benefits include but are not limited to the reserve levels to bridge FY 2025 services for at least one more year; revenue and expense estimates may materialize additional available funds; the City’s diligence in funding long term liabilities such as pension have the potential to fund annual pension and retiree healthcare costs to provide short-term relief; a more robust economic recovery. 1.b. Internal Service Funds – Mid-Year Budget Adjustments Mid-Year actions recommended in these funds are related to technical adjustments to align the City’s contributions to the 115 Pension Trust Fund with Council policy, increase funding for higher estimated liability costs, and provide funding for the Council priority for electrification of the City’s fleet. See Attachment A, Exhibit 1 for further information regarding the recommended changes in the Internal Service Funds. •General Benefits Fund: Supplemental Pension Trust Contribution of $5.7 million in additional contributions to the City’s Section 115 Pension Trust consistent with the funding policies outlined in the City’s Retiree Benefits Funding Policy. This brings total principal contributions to $73.3 million ($47.5 million from the General Fund) since inception in 2017. Included in this adjustment are true-up actions for FY 2023 excess BSR funds of $1.7 million and $1.2 million in FY 2023 year-end pension savings and $2.8 million in non-General Fund funds proportional contributions to “catch-up” to prior year General Fund contributions. Item 11 Item 11 Staff Report        Item 11: Staff Report Pg. 11  Packet Pg. 308 of 428  •General Liabilities Fund: Supplemental insurance funding of $355,000 supports increasing insurance premium costs. Specifically, $196,000 in expense for umbrella excess liability insurance and $159,000 for property loss insurance. This brings FY 2024 funding for umbrella excess liability insurance from $4.2 million to $4.4 million and property loss insurance from $0.8 million to $0.9 million. •Vehicle Replacement and Maintenance Fund: Fleet Electrification adjustment adds $1.3 million in expense and revenue to allow for 9 additional FY 2024 vehicle replacements to be all-electric: 3 Ford F-150s, 2 GMC 6yrd Dump Trucks, 2 Ford Ranger Small Pickup Trucks, and 2 Chevy Blazers. The cost of $1.3 million is spread across 5 funds (General Fund, Electric Fund, Gas Fund, Wastewater Collection Fund, and Water Fund) in the Community Services, Planning and Development Services, and Utilities Departments, with $130,000 in the General Fund. Fleet electrification is ongoing, and staff will return to Council with recommendations for additional replacement of vehicles with electric models as part of the FY 2025 Budget. A new vehicle to support a new Code Enforcement Supervisor position added in FY 2024 in the amount of $64,000 for a new electric Chevy Blazer supporting daily off-site duties and sustainability goals is also added. 1.c. Special Revenue Funds – Mid-Year Budget Adjustments •Gas Tax Fund: The City receives revenues from California’s Highway Users Tax Account (HUTA) and the Road Maintenance and Rehabilitation Account (RMRA SB1). In January, the Department of Finance’s updates for estimated revenues from these accounts indicated that receipts would be lower than what is currently in the City’s budget. To align with the new estimates, gas tax revenues will be reduced by $16,194, and transfers to the Capital Improvement Fund for the Street Maintenance project (PE-86070) will be reduced by the same amount. •Community Development Block Grant: A technical adjustment is needed to align the FY 2024 Budget with the FY 2023-24 CDBG Action Plan by recognizing a $211,673 transfer from CDBG to the Capital Improvement Fund for the Sidewalk Repairs project (PO-89003). Item 11 Item 11 Staff Report        Item 11: Staff Report Pg. 12  Packet Pg. 309 of 428  1.d. Enterprise Funds – Mid-Year Budget Adjustments Mid-year actions being recommended in these funds are primarily related to the alignment of the Utilities Department budgets with current market conditions for revenues and expenses related to the purchase of commodities and the operation of utilities. The actions recommended for FY 2024 mid-year will align revenues and expenses for interfund transfers for the Gas and Electric Fund Utilities Equity Transfers; Electric Fund revenue projections and commodity costs; and shared costs for Water, Gas, Wastewater Utility GIS Data project WS- 02014. See Attachment A, Exhibits 1 and 2 for further information regarding the recommended changes in the Enterprise Funds. Capital Budget – Mid-Year Budget Adjustments Several Capital Improvement Program projects require adjustments in FY 2024. For a detailed view of all project adjustments by Fund, see Attachment A, Exhibit 2. •All remaining funding in the Automated External Defibrillator Replacement (FD-21000) and Extrication Tool Replacement (FD-22000) projects will be removed because both projects have been completed. The remaining amounts are $38,000 of revenue in FD-21000, and $20,845 of revenue and $79,153 of appropriation in FD-22000. •As approved by the Valley Transportation Agency (VTA), Measure B revenue will be reallocated from the Railroad Grade Separation and Safety Improvements project (PL- 17001) to the Traffic Signal and Intelligent Transportation Systems (PL-05030) and Transportation and Parking Improvements (PL-12000) projects in the amounts of $701,500 and $233,833, respectively. •Align the Street Maintenance project (PE-86070) with reduced gas tax revenue estimates discussed in the Gas Tax Fund section above with a reduction of $16,194. •Align the Roth Building Rehabilitation project (PF-23001) with County grants awarded for the building’s windows and roof in the amount of $387,590, as well as $200,000 of interest earnings on Transfer Development Rights (TDR) funding reserved for this project in the Capital Improvement Fund. •$211,673 of appropriation and CDBG grant revenue will be added to the Sidewalk Repairs project (PO-89003) to align the FY 2024 budget with the FY 2023-24 CDBG Annual Action Plan. •Nine projects require technical adjustments to align FY 2024 budgets with FY 2023 actual financial activity, with no changes to project schedules or scopes. Attachments C and D provide summary information on actual preliminary financial activity through December 2023. These actuals have been factored into the analysis and projections used in the development of this Mid-Year Budget Review. Overall, they remain consistent with Item 11 Item 11 Staff Report        Item 11: Staff Report Pg. 13  Packet Pg. 310 of 428  trends seen in the first quarter of the fiscal year. Staff will continue to monitor trends and update assumptions as part of the FY 2025 budget process as necessary. 3) Timeline and Next Steps ➢Utility Advisory Commission (UAC) and Finance Committee Meetings – Five Year Utility Financial Plans and FY 2025 Rate Recommendations ➢Release of the FY 2025 Proposed Operating and Capital Budgets & Municipal Fee Changes ➢Public Budget Hearings on the Proposed Budgets with Finance Committee, including Utility Rates, Municipal Fees, and the 5-Year Capital Improvement Plan ➢FY 2024 Third Quarter (Q3) Fiscal Analysis Report (information) ➢FY 2025 Operating and Capital Budget Adoption ➢FY 2025 Municipal Fee Adoption ➢FY 2025 Utility Rates adoption FISCAL/RESOURCE IMPACT Item 11 Item 11 Staff Report        Item 11: Staff Report Pg. 14  Packet Pg. 311 of 428  FY 2025 deficit. Remaining funds could be used for the FY 2026 deficit of $5.4 million and/or investing in Council priorities. Table 2: Resource Impact (Non-General Fund) Fund Type Fund Amount STAKEHOLDER ENGAGEMENT Item 11 Item 11 Staff Report        Item 11: Staff Report Pg. 15  Packet Pg. 312 of 428  ENVIRONMENTAL REVIEW ATTACHMENTS APPROVED BY: Item 11 Item 11 Staff Report        Item 11: Staff Report Pg. 16  Packet Pg. 313 of 428  Revenues Department  FTE Adjustment Adjustment GENERAL FUND (102) Administrative  Services Technical Adjust: Business Tax Revenue/Business Registry Administration Contract Funding  This action increases expenses to support the business tax and registry program administration contract, as  scheduled to be presented to the City Council in Staff Report 2401‐2481 on February 5, 2024, and recognizes  sufficient Measure K revenue to offset this expense. This contract will provide administration, collection, and  enforcement services for the City’s business tax and business registry certificate program. (Ongoing costs: $0)                        ‐   41,000$                     41,000$                   City Manager's  Office FY 2024 Budget Council Priority: California Avenue Car Free Streets Project Management This action increases the appropriation for salaries and benefits to fund the equivalent of 0.60 Assistant to the  City Manager provisional limited term position to support the oversight of the California Avenue car free street  efforts. This work is currently being done through consultant services; however, as staff this resource will  provide a more flexible means to engage on this multidisciplinary effort going forward with the City's  consultant, Urban Field Studio, stakeholders, and City staff. (Ongoing costs: $170,000 FY 2025 only)                        ‐    ‐$                           85,000$                   Community  Services FY 2024 Budget Council Priority: Fleet Electrification This action allows for a vehicle in the Community Services Department to be replaced by an all‐electric Ford F‐ 150. As part of the FY 2024 Budget Adoption, select priorities were identified to be revisited at Mid‐Year.  This  action reflects a recommended continued transition to electric vehicles to allocate an additional $1.3 million  across various funds to allow for additional FY 2024 vehicle replacements to be all‐electric. (Ongoing costs: $0)                        ‐    ‐$                           80,000$                   Community  Services Technical Adjust: Golf Course Green Fee Contract Services Alignment This action increases expenditures related to City Golf Course operations. Contract expenditures are increased  by $51,000 to reflect amounts owed to the service provider, OB Sports, per the compensation terms of the  agreement with the City.  The calculated FY 2023 revenue share, or 20% of the difference between Gross  Revenue and Target Revenue for that fiscal year is reflected in this true‐up adjustment. (Ongoing costs: $0)                        ‐    ‐$                           51,000$                   Community  Services Recommended Funding: Charges for Services Revenue/Children and Teen Studio Art Class Funding This action provides $50,000 in contract dollars for the Art Center's Kids and Teens Studio program offset by  $50,000 in additional registration revenue. This increase will allow for increased demand for spring classes and  summer camps, provide increases in hourly pay for contract instructors, and remain competitive in the  marketplace. (Ongoing costs: $0)                        ‐   50,000$                     50,000$                   Community  Services FY 2024 Budget Council Priority: Youth Mental Health Event Funding This action allows for a Youth Mental Health program to support and plan an event with community partners  focused on youth mental health and empowerment. As part of the FY 2024 Budget Adoption, select priorities  were identified to be revisited at Mid‐Year. The $0.2 million estimated for these services has been updated  due to event dates shifting from FY24 to FY25, and recalculated costs to administer these events. Additional  funding ($3,000) is recommended in the Office of Transportation to fund rides through PA Link for youth  attending this and other vital locations to access programs and services conducive to enhancing mental health.  (Ongoing costs: $100,000)                        ‐    ‐$                           30,000$                   Community  Services Recommended Funding: Development Impact Fee Conversion  This action increases funding for contractual services to facilitate the conversion of three existing  Development Impact Fee Programs. Currently assessed on a per dwelling basis, these fees will be transitioned  to a per building square foot basis, in compliance with California State Assembly Bill 602. Additional funding is  recommend in the Planning and Development Services Department ($20,000) to fund half of the total contract  cost as these fees are maintained jointly by the two departments. (Ongoing costs: $0)                        ‐    ‐$                           20,000$                   CITY OF PALO ALTO Expenses ATTACHMENT A, EXHIBIT 1 65,000$                  ‐$                                                  ‐   Recommended Funding: Fire Equipment Maintenance and Training Supplies This action adds $65,000 in ongoing funding for first responder equipment maintenance and training supplies.  This funding addresses maintenance and repair costs for personal protective equipment (PPE), equipment  tracking software, and supplied air respirator machines. Additionally, this action adds funding for training drill  supplies due to an increase in costs such as lumber as well as an increase in training needs due to staff  turnover. (Ongoing costs: $65,000) Fire Item 11 Attachment A - FY 2024 Recommended Operating and Capital Budget Adjustments        Item 11: Staff Report Pg. 17  Packet Pg. 314 of 428  Revenues Department  FTE Adjustment Adjustment GENERAL FUND (102) CITY OF PALO ALTO Expenses ATTACHMENT A, EXHIBIT 1 Non‐ Departmental Technical Adjust: Projected Tax Revenue/Transfer to the Capital Improvement Fund This action recognizes adjustments to estimates for Sales Tax ($1.6 million increase), Utility Users Tax (UUT)  ($1.2 million increase), Investment Earnings ($1.1 million increase), and Property Tax ($0.8 million increase),  partially offset by Transient Occupancy Tax (TOT) ($1.3 million decrease) and Documentary Transfer Tax (DTT)  ($0.1 million decrease) based on trends experienced in the first half of FY 2024. This adjustment would bring  Property Tax revenue to $64.6 million, Sales Tax revenue to $37.7 million, TOT revenue to $25.5 million, UUT  revenue to $19.7 million, DTT to $5.8 million, and Investment Earnings to $2.9 million. This action also  decreases the transfer to the Capital Infrastructure Reserve by $0.3 million due to the reduced TOT revenue  that Council designated to fund Capital Improvements. (Ongoing savings: $0)                        ‐   3,289,000$               (300,000)$                Non‐ Departmental Technical Adjust: Business Tax Revenue Alignment/Transfer to the Capital Improvement Fund This is a technical correction to consolidate the recognition and receipt of all Business Tax revenue in the City's  General Fund; no new revenue is reflected in this action. Previously the budget reflected tax revenues in  association to transportation capital investments in the Capital Improvement Fund ($0.8 million). This action  also establishes a transfer to the Capital Improvement Fund to maintain the allocation of the funding in  alignment with the Council's adopted Advisory Spending Resolution to fund transportation and grade  separation projects. (Ongoing savings: $0)                        ‐   750,000$                  750,000$                 Non‐ Departmental Technical Adjust: El Camino Real Ballpark/Lot 37 FY 2023 Rent Funding This action increases expenses to allow payment of the Fiscal Year 2023 rent due to Stanford for the El Camino  Real Ballpark, also referred to as Lot 37. The FY 2023 rent was withheld by the City while a minor error on the  rental invoice was resolved with Stanford. Agreement was reached in FY 2024 and the City is now ready to  release the FY 2023 rent payment; however, the remaining funding in FY 2023 was inadvertently omitted from  the reappropriation process to move funds into FY 2024. (Ongoing costs: $0)                        ‐    ‐$                           220,540$                 Non‐ Departmental Technical Adjust: Transfer to the Capital Improvement Fund This action transfers $1.7 million to the Infrastructure Reserve in the Capital Improvement Fund, as approved  by the City Council on January 16, 2024 in the FY 2023 Annual Comprehensive Financial Report (ACFR) for BSR  exceeding the 20% target level. (Ongoing costs: $0)                        ‐    ‐$                           1,700,000$              Non‐ Departmental Technical Adjust: Transfer to the General Benefits Fund for Supplemental Pension Contributions This action transfers $1.7 million to the General Benefits Fund to increase the contribution to the City's Section  115 Pension Trust Fund, as approved by the Council on January 16, 2024 in the FY 2023 Annual  Comprehensive Financial Report (ACFR) for BSR exceeding the 20% target level. (Ongoing costs: $0)                        ‐    ‐$                           1,700,000$              Non‐ Departmental Technical Adjust: FY 2023 Year‐End Cleanup for the Equity Transfer This action adjusts the equity transfer from the gas and electric funds with an overall increase of $0.3 million  to align with FY 2023 year‐end actuals. The gas equity transfer increases by $0.5 million to adjust the FY23  year‐end amount from $6.7 million to $7.2 million per the staff report on April 17, 2023 to Council (CMR 2303‐ 1219). This action also includes a decrease to the electric equity transfer by $0.2 million to adjust the FY23  year‐end amount from $14.5 million to $14.3 million based on a reduced PG&E Return on Equity estimate  from 10.25% to 10.00%. (Ongoing savings: $0)                        ‐   293,000$                   ‐$                          Non‐ Departmental Technical Adjust: Utility Transfer Settlement Funding (Green v. City of Palo Alto) This action appropriates $11.2 million from the Utility Transfer Legal Cost Reserve to the General Fund for the  first set of refunds issued to class members as a result of the Green v. City of Palo Alto (Santa Clara Superior  Court, Case No. 1‐16‐CV‐300760) settlement. The reserve will retain a balance of $6.3 million that will be  appropriated based on future settlement payment needs. (Ongoing costs: $6.3M)                        ‐    ‐$                           11,153,960$            Non‐ Departmental Technical Adjust: Reduce Utility Transfer Legal Cost Reserve This action reduces the Utility Transfer Legal Cost Reserve by $11.2 million to fund the first round of refunds  issued to class members as a result of the Green v. City of Palo Alto (Santa Clara Superior Court, Case No.  1‐16‐CV‐300760) settlement. The reserve will retain a balance of $6.3 million that will be appropriated based  on future settlement payment terms. (Ongoing savings: $6.3M)                        ‐    ‐$                           (11,153,960)$          Item 11 Attachment A - FY 2024 Recommended Operating and Capital Budget Adjustments        Item 11: Staff Report Pg. 18  Packet Pg. 315 of 428  Revenues Department  FTE Adjustment Adjustment GENERAL FUND (102) CITY OF PALO ALTO Expenses ATTACHMENT A, EXHIBIT 1 Non‐ Departmental Technical Adjust: Uncertainty Reserve This action reduces the City's FY 2024 Uncertainty Reserve by $0.6 million from it's FY 2024 Adopted Budget  level of $10.1 million. The Uncertainty Reserve was set aside as part of the FY 2024 process to proactively  reserve funding for FY 2025 forecasted deficit between General Fund revenues and expenses as well as $1.0  million for FY 2024 Mid‐Year additional priority investments for: fleet electrification, sea level rise, youth  mental health, eucalyptus tree removal, unhoused services, and regulating short term rentals. This Mid‐Year  recommends investments in fleet electrification, youth mental health, a rental registry program, California  Avenue car free streets and parklet prototypes. This leaves $9.5 million in unspent reserve funds. Of this $9.5  million, approximately $6.0 million will be necessary to provide one‐time funding for the FY 2025 forecasted  deficit outlined in the City's 2025‐3034 Long Range Financial Forecast. (Ongoing savings: $9.5M)                        ‐    ‐$                           (560,000)$                Office of  Transportation Recommended Funding: Measure B for Safe Routes to School/Revenue from Other Agencies This action recognizes $0.2 million in grant revenue from the Valley Transportation Agency's (VTA) 2016  Measure B Bicycle and Pedestrian Education and Encouragement Funding and increases contract services by  the same amount. Staff will use the grant funding to hire a consultant to manage its Safe Routes to School  Program. Currently, the City utilizes multiple vendors for services such as bicycle safety classes and bicycle  repair. Combining such functions within a single contract will simplify program administration and  performance. (Ongoing costs: $0)                        ‐   213,725$                  213,725$                 Office of  Transportation Recommended Funding: Palo Alto Transportation Management Authority (PATMA) This action increases the contract with PATMA by $42,000, half of the amount requested. The current annual  budget is $200,000, but the true cost of annual services is $330,000. PATMA has been utilizing surplus funding  received in prior years to cover costs exceeding the annual budget, but those surplus funds have now been  spent, and $84,000 is needed to continue the current service level of an estimated 306 cars taken off the road.  PATMA will need to evaluate staff time and outreach at hotels, restaurants, and shops in the City. Additional  ongoing cost increases for PATMA services will be considered during the FY 2025 budget development  process. (Ongoing costs: $0)                        ‐    ‐$                           42,000$                   Office of  Transportation FY 2024 Budget Council Priority: Youth Mental Health Event Funding (PALink) This action funds rides through PA Link for youth attending a city‐hosted youth mental health event and other  vital locations to access programs and services conducive to enhancing mental health. As part of the FY 2024  Budget Adoption, select priorities were identified to be revisited at Mid‐Year. Additional funding is  recommended in the Community Services Department ($30,000) to host the event. (Ongoing costs: $6,000)                        ‐    ‐$                           3,000$                      Planning and  Development Recommended Funding: Development Impact Fee Conversion  This action increases funding for contractual services to facilitate the conversion of three existing  Development Impact Fee Programs. Currently assessed on a per dwelling basis, these fees will be transitioned  to a per building square foot basis, in compliance with California State Assembly Bill 602. Additional funding is  recommend in the Community Services Department to fund half of the total contract cost as these fees are  maintained jointly by the two departments. (Ongoing costs: $0)                        ‐    ‐$                           20,000$                   Planning and  Development Recommended Funding: Cost Allocation Fee Study Amendment This action increases funding for an amendment to the cost allocation fee study for Planning and Development  services fees. Commenced in 2021, the study faced delays due to shifts in priorities induced by the pandemic.  Additional funding is needed to address escalated costs associated with these delays and to encompass the  extended time needed to complete the scope of services. (Ongoing costs: $0)                        ‐    ‐$                           59,000$                   Planning and  Development FY 2024 Budget Council Priority: Parklet Prototypes This action appropriates $84,000 for the estimated costs of development of up to three parklet prototype  concepts. This uses one of the City's on‐call contracts with Urban Planning Partners, Inc. and will include long  range planning, application processing, and environmental review services. (Ongoing costs: $0)                        ‐    ‐$                           84,000$                   Item 11 Attachment A - FY 2024 Recommended Operating and Capital Budget Adjustments        Item 11: Staff Report Pg. 19  Packet Pg. 316 of 428  Revenues Department  FTE Adjustment Adjustment GENERAL FUND (102) CITY OF PALO ALTO Expenses ATTACHMENT A, EXHIBIT 1 Planning and  Development FY 2024 Budget Council Priority: Rental Registry Program Administration and Implementation This action adds a 1.00 FTE Senior Planner position and $228,000 in contractual funding for software to  establish the rental registry program as adopted and directed by the City Council on November 27, 2023.  These resources reflect first year expenditures after factoring vacancy savings, but the program is expected to  be fully funded by collected fees starting in FY 2025. (Ongoing costs: $0)                   1.00  ‐$                           228,000$                 Planning and  Development Technical Adjust: Deposit‐Based Cost Recovery Amendment This action increases revenue and expenses accordingly to support the continuity of services for the deposit‐ based cost recovery program. The Planning and Development Services Department provides a service to  expedite entitlement studies through the use and expertise of outside consultants for private development  projects. These services are fully cost recoverable and paid for by the planning applicant who directly receives  these services. (Ongoing costs: $0)                        ‐   146,000$                  146,000$                 Planning and  Development Recommended Funding: Development Center and Planning Special Project Staffing This action deletes a 1.00 FTE Assistant Chief Building Official position and adds a 1.00 FTE Planning Division  Manager position. The Assistant Chief Building Official was added in FY 2023, to focus on improving the permit  process, establish interdepartmental workflows, and problem solve complex policy and operational issues as  they arise.  After recruitment challenges and a closer review of duties, it is recommended that this realignment  of staffing be made to better align with the goals and needs of improving the Development center and  planning operations. Ongoing this will have a net cost of approximately $78,000 as this includes funding  reallocation between revenue backed fee activities and General Fund activities as well as increased costs for  the Planning Division Manager position. In FY 2024, these costs will be absorbed within existing levels through  vacancy savings. (Ongoing costs: $78,000)                        ‐    ‐$                            ‐$                          Planning and  Development FY 2024 Budget Process Priority Referal: Fleet Electrification This action allows for two Chevy Blazers in the Planning and Development Services Department used for  Building Inspections to be purchased as electric vehicles instead of the gas powered vehicles previously  approved as part of the FY 2024 Adopted Budget. This is part of an action that was deferred by Council during  FY 2024 Budget Adoption to allocate $1.3 million across various funds to allow for additional FY 2024 vehicle  purchases and replacements to be all‐electric. (Ongoing costs: $0)                        ‐    ‐$                           50,000$                   Planning and  Development Recommended Funding: Code Enforcement Supervisor Vehicle This action allocates $64,000 for a new electric Chevy Blazer for the Code Enforcement Supervisor position  added as part of the FY 2024 Adopted Budget. The Department has attempted to use a shared vehicle;  however, this position manages the City's more complex enforcement cases and builds relationships with the  community and partner departments which supports a dedicated electric vehicle for daily off‐site duties.  (Ongoing costs: $0)                        ‐    ‐$                           64,000$                   Fund Balance Adjustment to Fund Balance FY 2023 Year End use of BSR This action reduces the current Budget Stabilization Reserve (BSR) FY 2024 projected level by $3.6 million in  alignment with the actions recommended and approved by the City Council in the FY 2023 Year‐End Annual  Comprehensive Financial Report (ACFR) and Year End Budget transactions approved by Council on January 16,  2024.  This reflects allocation of funds above the Council goal of 20% of General Fund expenses based on FY  2023 year end actual financial activity. (Ongoing cost: $0)                        ‐    ‐$                           (3,620,540)$             Fund Balance Adjustment to Fund Balance This action adjusts the fund balance increases the Budget Stabilization Reserve (BSR) projected for June 30,  2024.  This would bring the BSR to an estimate of $57.2 million, this is above the Council target of 20% by $3.3  million and staff expects to discuss use of these funds as part of the FY 2025 budget process in the coming  months. These funds combined with any unspent Uncertainty Reserve funds are expected to be part of the  financial planning for FY 2025 and the near term beyond that.                        ‐    ‐$                           3,561,000$              GENERAL FUND (102) SUBTOTAL 1.00                 4,782,725$               4,782,725$              Item 11 Attachment A - FY 2024 Recommended Operating and Capital Budget Adjustments        Item 11: Staff Report Pg. 20  Packet Pg. 317 of 428  Revenues Department  FTE Adjustment Adjustment CAPITAL IMPROVEMENT FUNDS GENERAL FUND CAPITAL IMPROVEMENT FUND (471) Capital Capital Improvement Project Adjustments    This action reflects the combined impact from adjustments to projects as outlined in  Attachment A, Exhibit 2.                   ‐   (8,253,248)$      (7,556,567)$             Capital Technical Adjust: Transfer from the General Fund (FY 2023 Year‐End Savings) This action transfers $1.7 million from the General Fund to the Infrastructure Reserve in the  Capital Improvement Fund, as approved by the City Council on January 16, 2024 in the FY  2023 Annual Comprehensive Financial Report (ACFR) for BSR exceeding the 20% target level.  (Ongoing savings: $0)                   ‐   1,700,000$        ‐$                               Capital Technical Adjust: Transfer from the General Fund (Business Tax Revenue) This action transfers Business Tax revenue recognized in the General Fund to rail grade  separation capital projects (PL‐24000 and PL‐24001) in the Capital Improvement Fund in  alignment with the Council's adopted Advisory Spending Resolution. (Ongoing savings: $0)                   ‐   750,000$           ‐$                          Capital Technical Adjust: Business Tax Revenue Category Realignment This action removes Business Tax revenue that had been budgeted as such in rail grade  separation capital projects (PL‐24000 and PL‐24001) in the Capital Improvement Fund. That  revenue will instead be recognized in the General Fund and, in alignment with the Council's  adopted Advisory Spending Resolution, allocated to the Capital Improvement Fund via  transfers. (Ongoing costs: $0)                   ‐   (750,000)$          ‐$                          Capital Technical Adjust: Transfer from General Fund (TOT) This action reduces transfers from the General Fund to the Infrastructure Reserve in the  Capital Improvement Fund in alignment with adjustments to estimates for Transient  Occupancy Tax (TOT) revenue based on trends experienced in the first half of FY 2024.  (Ongoing costs: $0)                   ‐   (300,000)$          ‐$                          Capital Technical Adjust: Transfer from Community Development Block Grant (CDBG) This action aligns the FY24 Budget with the FY23‐24 CDBG Annual Action Plan by recognizing a  transfer from the CDBG Fund to the Capital Improvement Fund for the Sidewalk Repairs  project (PO‐89003). (Ongoing costs: $0)                   ‐   211,673$          211,673$                  Fund Balance Adjustment to Fund Balance This action adjusts the fund balance to offset adjustments recommended in this report.                   ‐    ‐$                   703,319$                  GENERAL FUND CAPITAL IMPROVEMENT FUND (471) SUBTOTAL                   ‐   (6,641,575)$     (6,641,575)$             CITY OF PALO ALTO Expenses ATTACHMENT A, EXHIBIT 1 Item 11 Attachment A - FY 2024 Recommended Operating and Capital Budget Adjustments        Item 11: Staff Report Pg. 21  Packet Pg. 318 of 428  Revenues Department  FTE Adjustment Adjustment ENTERPRISE FUNDS AIRPORT ENTERPRISE FUND (530) Public Works Technical Adjust: Other Funds Catch‐Up (115 Pension Trust Fund) This action recognizes a transfer of $2.8 million from various funds to increase the contributions to the  City's Section 115 Pension Trust Fund. This represents a proportional contribution from other funds to  "catch up" to General Fund contribution levels. (Ongoing costs: $0)                  ‐    ‐$                   36,112$                   Fund Balance Adjustment to Fund Balance This action adjusts the fund balance to offset adjustments recommended in this report.                  ‐    ‐$                   (36,112)$                  AIRPORT ENTERPRISE FUND (530) SUBTOTAL                  ‐   ‐$                    ‐$                          UTILITIES ADMINISTRATION FUND (521) Utilities Technical Adjust: Other Funds Catch‐Up (115 Pension Trust Fund) This action recognizes a transfer of $2.8 million from various funds to increase the contributions to the  City's Section 115 Pension Trust Fund. This represents a proportional contribution from other funds to  "catch up" to General Fund contribution levels. (Ongoing costs: $0)                  ‐    ‐$                   121,124$                 Fund Balance Adjustment to Fund Balance This action adjusts the fund balance to offset adjustments recommended in this report.                  ‐    ‐$                   (121,124)$                UTILITIES ADMINISTRATION FUND (521) SUBTOTAL                  ‐   ‐$                    ‐$                          ELECTRIC FUND (513 & 523) Utilities FY 2024 Budget Council Priority: Fleet Electrification This action allows for two vehicles in the Utilities Department to be replaced by two all‐electric Ford  Ranger Small Pickup Trucks. It is part of an action that was deferred by Council during FY 2024 Budget  Adoption to allocate $1.3 million across the General, Electric, Gas, Wastewater Collection, and Water  Funds to allow for additional FY 2024 vehicle replacements to be all‐electric. (Ongoing costs: $0)                  ‐    ‐$                   160,000$                 Utilities Technical Adjust: Other Funds Catch‐Up (115 Pension Trust Fund) This action recognizes a transfer of $2.8 million from various funds to increase the contributions to the  City's Section 115 Pension Trust Fund. This represents a proportional contribution from other funds to  "catch up" to General Fund contribution levels. (Ongoing costs: $0)                  ‐    ‐$                   748,983$                 Utilities Technical Adjust: Net Sales Revenue/Electric Commodity Adjustments This one‐time action aligns the Electric commodity purchase and sales budget with a net increase of  $25.0 million to the Electric Fund, reflecting the updated forecasts as of November 2023. The reduction  of $11.2 million in expenses is attributed to lower power revenue requirements for Base Resource  customers, reduced CVPIA Restoration Fund charges, and decreased market purchase costs due to  significantly higher hydro output. The $13.8 million increase in revenue is due to surplus sales revenue  and improved hydro conditions, enabling the sale of excess renewable energy credits. (Ongoing costs:  $0)                  ‐   13,818,733$     (11,226,940)$          Utilities Technical Adjust: Year‐end Cleanup Equity Transfer to General Fund This action also includes a decrease to the electric equity transfer by $0.2 million to adjust the FY23  year‐end amount from $14.5 million to $14.3 million based on a reduced PG&E Return on Equity  estimate from 10.25% to 10.00%. (Ongoing costs: $0)                  ‐    ‐$                   (215,000)$                Fund Balance Adjustment to Fund Balance This action adjusts the fund balance to offset adjustments recommended in this report.                  ‐    ‐$                   24,351,690$            ELECTRIC FUND (513 & 523) SUBTOTAL                  ‐   13,818,733$     13,818,733$            FIBER OPTICS FUND (533) Utilities Technical Adjust: Other Funds Catch‐Up (115 Pension Trust Fund) This action recognizes a transfer of $2.8 million from various funds to increase the contributions to the  City's Section 115 Pension Trust Fund. This represents a proportional contribution from other funds to  "catch up" to General Fund contribution levels. (Ongoing costs: $0)                  ‐    ‐$                   38,182$                   Fund Balance Adjustment to Fund Balance This action adjusts the fund balance to offset adjustments recommended in this report.                  ‐    ‐$                   (38,182)$                  FIBER OPTICS FUND (533) SUBTOTAL                  ‐   ‐$                    ‐$                          CITY OF PALO ALTO Expenses ATTACHMENT A, EXHIBIT 1 Item 11 Attachment A - FY 2024 Recommended Operating and Capital Budget Adjustments        Item 11: Staff Report Pg. 22  Packet Pg. 319 of 428  Revenues Department  FTE Adjustment Adjustment ENTERPRISE FUNDS CITY OF PALO ALTO Expenses ATTACHMENT A, EXHIBIT 1 GAS FUND (514 & 524) Utilities FY 2024 Budget Council Priority: Fleet Electrification This action allows for a vehicle in the Utilities Department to be replaced by an all‐electric Ford F‐150. It  is part of an action that was deferred by Council during FY 2024 Budget Adoption to allocate $1.3  million across the General, Electric, Gas, Wastewater Collection, and Water Funds to allow for  additional FY 2024 vehicle replacements to be all‐electric. (Ongoing costs: $0)                  ‐    ‐$                   80,000$                   Utilities Technical Adjust: Other Funds Catch‐Up (115 Pension Trust Fund) This action recognizes a transfer of $2.8 million from various funds to increase the contributions to the  City's Section 115 Pension Trust Fund. This represents a proportional contribution from other funds to  "catch up" to General Fund contribution levels. (Ongoing costs: $0)                  ‐    ‐$                   284,498$                 Utilities Technical Adjust: Water, Gas, Wastewater Operating Transfer Technical Clean Up This one‐time action corrects the transfers between the Gas and Water Funds from FY2018 to FY2022  for a shared recurring project, WS‐02014 WGW Utility GIS Data. In 2018, a change in fund transfer  methodology to collect the Gas portion of the project changed for more visibility on the fund transfers,  and the action to terminate the former method was overlooked. (Ongoing costs: $0)                  ‐   728,920$           ‐$                          Utilities Technical Adjust: Year‐end Cleanup Equity Transfer to General Fund This mid‐year action increases the gas equity transfer by $0.5 million to adjust the FY23 year end  amount from $6.7 million to $7.2 million per the staff report on April 17, 2023 to Council (CMR 2303‐ 1219). (Ongoing costs: $0)                  ‐    ‐$                   508,000$                 Fund Balance Adjustment to Fund Balance This action adjusts the fund balance to offset adjustments recommended in this report.                  ‐    ‐$                   (143,578)$                GAS FUND (514 & 524) SUBTOTAL                  ‐   728,920$          728,920$                 REFUSE FUND (525) Public Works Technical Adjust: Other Funds Catch‐Up (115 Pension Trust Fund) This action recognizes a transfer of $2.8 million from various funds to increase the contributions to the  City's Section 115 Pension Trust Fund. This represents a proportional contribution from other funds to  "catch up" to General Fund contribution levels. (Ongoing costs: $0)                  ‐    ‐$                   90,253$                   Fund Balance Adjustment to Fund Balance This action adjusts the fund balance to offset adjustments recommended in this report.                  ‐    ‐$                   (90,253)$                  REFUSE FUND (525) SUBTOTAL                  ‐   ‐$                    ‐$                          STORMWATER MANGEMENT FUND (528) Public Works Technical Adjust: Other Funds Catch‐Up (115 Pension Trust Fund) This action recognizes a transfer of $2.8 million from various funds to increase the contributions to the  City's Section 115 Pension Trust Fund. This represents a proportional contribution from other funds to  "catch up" to General Fund contribution levels. (Ongoing costs: $0)                  ‐    ‐$                   85,132$                   Fund Balance Adjustment to Fund Balance This action adjusts the fund balance to offset adjustments recommended in this report.                  ‐    ‐$                   (85,132)$                  STORMWATER MANGEMENT FUND (528) SUBTOTAL                  ‐   ‐$                    ‐$                          Item 11 Attachment A - FY 2024 Recommended Operating and Capital Budget Adjustments        Item 11: Staff Report Pg. 23  Packet Pg. 320 of 428  Revenues Department  FTE Adjustment Adjustment ENTERPRISE FUNDS CITY OF PALO ALTO Expenses ATTACHMENT A, EXHIBIT 1 WASTEWATER COLLECTION FUND (527) Utilities FY 2024 Budget Council Priority: Fleet Electrification This action allows for one vehicle in the Utilities Department to be replaced by an all‐electric GMC 6yrd  Dump Truck and another vehicle to be replaced by an all‐electric Ford F‐150 Truck. It is part of an action  that was deferred by Council during FY24 Budget Adoption to allocate $1.3 million across the General,  Electric, Gas, Wastewater Collection, and Water Funds to allow for additional FY 2024 vehicle  replacements to be all‐electric. (Ongoing costs: $0)                  ‐    ‐$                   530,000$                 Utilities Technical Adjust: Other Funds Catch‐Up (115 Pension Trust Fund) This action recognizes a transfer of $2.8 million from various funds to increase the contributions to the  City's Section 115 Pension Trust Fund. This represents a proportional contribution from other funds to  "catch up" to General Fund contribution levels. (Ongoing costs: $0)                  ‐    ‐$                   142,032$                 Utilities Technical Adjust: Water, Gas, Wastewater Operating Transfer Technical Clean Up This one‐time action corrects the transfers between the Wastewater Collection and Water Funds from  FY2018 to FY2022 for a shared recurring project, WS‐02014 WGW Utility GIS Data. In 2018, a change in  fund transfer methodology to collect the Gas portion of the project changed for more visibility on the  fund transfers, and the action to terminate the former method was overlooked. (Ongoing costs: $0) 850,288$           Fund Balance Adjustment to Fund Balance This action adjusts the fund balance to offset adjustments recommended in this report.                  ‐    ‐$                   178,256$                 WASTEWATER COLLECTION FUND (527) SUBTOTAL                  ‐   850,288$          850,288$                 WASTEWATER TREATMENT FUND (526) Capital Capital Improvement Project Adjustments    This action reflects the combined impact from adjustments to projects as outlined in Attachment A,  Exhibit 2.                  ‐   (3,010,000)$      (2,578,200)$             Public Works Technical Adjust: Other Funds Catch‐Up (115 Pension Trust Fund) This action recognizes a transfer of $2.8 million from various funds to increase the contributions to the  City's Section 115 Pension Trust Fund. This represents a proportional contribution from other funds to  "catch up" to General Fund contribution levels. (Ongoing costs: $0)                  ‐    ‐$                       423,325$                 Fund Balance Adjustment to Fund Balance This action adjusts the fund balance to offset adjustments recommended in this report.                  ‐    ‐$                   (855,125)$                WASTEWATER TREATMENT FUND (526) SUBTOTAL                  ‐   (3,010,000)$     (3,010,000)$            WATER FUND (522) Utilities FY 2024 Budget Council Priority: Fleet Electrification This action allows for a vehicle in the Utilities Department to be replaced by an all‐electric GMC 6yrd  Dump Truck. It is part of an action that was deferred by Council during FY24 Budget Adoption to  allocate $1.3 million across the General, Electric, Gas, Wastewater Collection, and Water Funds to allow  for additional FY 2024 vehicle replacements to be all‐electric. (Ongoing costs: $0)                  ‐    ‐$                   450,000$                 Utilities Technical Adjust: Other Funds Catch‐Up (115 Pension Trust Fund) This action recognizes a transfer of $2.8 million from various funds to increase the contributions to the  City's Section 115 Pension Trust Fund. This represents a proportional contribution from other funds to  "catch up" to General Fund contribution levels. (Ongoing costs: $0)                  ‐    ‐$                   255,461$                 Utilities Water, Gas, Wastewater Operating Transfer Technical Clean Up This one‐time action corrects the fund transfers from FY2018 to FY2022 for a shared recurring project,  WS‐02014 WGW Utility GIS Data, decreasing the Water Fund by $1,579,209; increasing $850,288 to the  Wastewater Fund and $728,920 to the Gas Fund. (Ongoing costs: $0)                  ‐    ‐$                   1,579,209$              Fund Balance Adjustment to Fund Balance This action adjusts the fund balance to offset adjustments recommended in this report.                  ‐    ‐$                   (2,284,670)$             WATER FUND (522) SUBTOTAL ‐$                    ‐$                          Item 11 Attachment A - FY 2024 Recommended Operating and Capital Budget Adjustments        Item 11: Staff Report Pg. 24  Packet Pg. 321 of 428  Revenues Department  FTE Adjustment Adjustment INTERNAL SERVICE FUNDS GENERAL BENEFITS FUND (687) Non‐ Departmental Technical Adjust: Transfer from the General Fund for Supplemental Pension Contributions This net‐neutral action recognizes a transfer of $1.7 million from the General Fund to increase  the contribution to the City's Section 115 Pension Trust Fund, as approved by the City Council  in the FY 2023 Annual Comprehensive Financial Report (ACFR). A corresponding adjustment is  made to recognize pension expense. This brings total contributions to $73.3 million through FY  2024 ($47.5 million from the General Fund). Staff will include proportional contributions from  other funds as part of the FY 2024 year‐end or FY 2025 Proposed Budget process. (Ongoing  costs: $0)                 ‐   1,700,000$       1,700,000$              Non‐ Departmental Technical Adjust: Other Funds Catch‐Up (115 Pension Trust Fund) This action recognizes a transfer of $2.8 million from various funds to increase the  contributions to the City's Section 115 Pension Trust Fund. This represents a proportional  contribution from other funds to "catch up" to General Fund contribution levels. (Ongoing  costs: $0)                 ‐    ‐$                   2,776,676$              Non‐ Departmental Technical Adjust: Supplemental Pension Contributions  This action increases contributions to the City's Section 115 Pension Trust Fund by $1.2  million. These savings represents amounts collected from departments that exceeded annual  required payments in the respective fiscal year and remain unspent in the General Benefits  Fund. (Ongoing costs: $0)                 ‐    ‐$                   1,200,000$              Fund Balance Adjustment to Fund Balance This action adjusts the fund balance to offset adjustments recommended in this report.                 ‐    ‐$                   (3,976,676)$             GENERAL BENEFITS FUND (687) SUBTOTAL                 ‐   1,700,000$       1,700,000$              GENERAL LIABILITIES INSURANCE FUND (689) Human  Resources Technical Adjust: Umbrella Excess Liability Insurance Expense This action increases the estimate for umbrella excess liability insurance to align with higher than anticipated premium costs, from $4.2 million to $4.4 million. (Ongoing costs:  $0)                 ‐    ‐$                   196,000$                  Human  Resources Technical Adjust: Property Loss Insurance Expense This action increases the estimate for property loss insurance to align with higher than  anticipated premium costs, from $0.8 million to $0.9 million. (Ongoing costs: $0)                 ‐    ‐$                   159,000$                  Fund Balance Adjustment to Fund Balance This action adjusts the fund balance to offset adjustments recommended in this report.                 ‐    ‐$                   (355,000)$                GENERAL LIABILITIES INSURANCE FUND (689) SUBTOTAL                 ‐   ‐$                    ‐$                          INFORMATION TECHNOLOGY FUND (682) Information  Technology Technical Adjust: Other Funds Catch‐Up (115 Pension Trust Fund) This action recognizes a transfer of $2.8 million from various funds to increase the  contributions to the City's Section 115 Pension Trust Fund. This represents a proportional  contribution from other funds to "catch up" to General Fund contribution levels. (Ongoing  costs: $0)                 ‐    ‐$                   368,589$                  Fund Balance Adjustment to Fund Balance This action adjusts the fund balance to offset adjustments recommended in this report.                 ‐    ‐$                   (368,589)$                INFORMATION TECHNOLOGY FUND (682) SUBTOTAL                 ‐   ‐$                    ‐$                          CITY OF PALO ALTO Expenses ATTACHMENT A, EXHIBIT 1 Item 11 Attachment A - FY 2024 Recommended Operating and Capital Budget Adjustments        Item 11: Staff Report Pg. 25  Packet Pg. 322 of 428  Revenues Department  FTE Adjustment Adjustment INTERNAL SERVICE FUNDS CITY OF PALO ALTO Expenses ATTACHMENT A, EXHIBIT 1 PRINT AND MAIL SERVICES FUND (683) Administrative  Services Technical Adjust: Other Funds Catch‐Up (115 Pension Trust Fund) This action recognizes a transfer of $2.8 million from various funds to increase the  contributions to the City's Section 115 Pension Trust Fund. This represents a proportional  contribution from other funds to "catch up" to General Fund contribution levels. (Ongoing  costs: $0)                 ‐    ‐$                   8,906$                      Fund Balance Adjustment to Fund Balance This action adjusts the fund balance to offset adjustments recommended in this report.                 ‐    ‐$                   (8,906)$                     PRINT AND MAIL SERVICES FUND (683) SUBTOTAL                 ‐   ‐$                    ‐$                          VEHICLE REPLACEMENT & MAINTENANCE FUND (681) Public Works Fleet Electrification This action, which was deferred by Council during FY24 Budget Adoption, allows for 9  additional FY 2024 vehicle replacements to be all‐electric: 3 Ford F‐150s, 2 GMC 6yrd Dump  Trucks, 2 Ford Ranger Small Pickup Trucks, and 2 Chevy Blazers. The cost of $1.3 million is  spread across 5 funds (General Fund, Electric Fund, Gas Fund, Wastewater Collection Fund,  and Water Fund) in the Community Services, Planning and Development Services, and Utilities  Departments, with $130,000 in the General Fund. (Ongoing costs: $0)                 ‐   1,350,000$       1,350,000$              Public Works Technical Adjust: Other Funds Catch‐Up (115 Pension Trust Fund) This action recognizes a transfer of $2.8 million from various funds to increase the  contributions to the City's Section 115 Pension Trust Fund. This represents a proportional  contribution from other funds to "catch up" to General Fund contribution levels. (Ongoing  costs: $0)                 ‐    ‐$                   114,486$                  Planning and  Development Recommended Funding: Code Enforcement Supervisor Vehicle This action allocates $64,000 for a new electric Chevy Blazer for the Code Enforcement  Supervisor position added as part of the FY 2024 Adopted Budget. The Department has  attempted to use a shared vehicle; however, this position manages the City's more complex  enforcement cases and builds relationships with the community and partner departments  which supports a dedicated electric vehicle for daily off‐site duties. (Ongoing costs: $0)                 ‐   64,000$             64,000$                    Fund Balance Adjustment to Fund Balance This action adjusts the fund balance to offset adjustments recommended in this report.                 ‐    ‐$                   (114,486)$                VEHICLE REPLACEMENT & MAINTENANCE FUND (681) SUBTOTAL                 ‐   1,414,000$       1,414,000$              WORKERS' COMPENSATION FUND (688) Non‐ Departmental Technical Adjust: Other Funds Catch‐Up (115 Pension Trust Fund) This action recognizes a transfer of $2.8 million from various funds to increase the  contributions to the City's Section 115 Pension Trust Fund. This represents a proportional  contribution from other funds to "catch up" to General Fund contribution levels. (Ongoing  costs: $0)                 ‐    ‐$                   11,246$                    Fund Balance Adjustment to Fund Balance This action adjusts the fund balance to offset adjustments recommended in this report.                 ‐    ‐$                   (11,246)$                   WORKERS' COMPENSATION FUND (688) SUBTOTAL ‐$                    ‐$                          Item 11 Attachment A - FY 2024 Recommended Operating and Capital Budget Adjustments        Item 11: Staff Report Pg. 26  Packet Pg. 323 of 428  Revenues Department  FTE Adjustment Adjustment SPECIAL REVENUE FUNDS PUBLIC ART FUND (207) Community  Services Technical Adjust: Other Funds Catch‐Up (115 Pension Trust Fund) This action recognizes a transfer of $2.8 million from various funds to increase the contributions to  the City's Section 115 Pension Trust Fund. This represents a proportional contribution from other  funds to "catch up" to General Fund contribution levels. (Ongoing costs: $0)                        ‐    ‐$                   6,411$                      Fund Balance Adjustment to Fund Balance This action adjusts the fund balance to offset adjustments recommended in this report.                        ‐    ‐$                   (6,411)$                    PUBLIC ART FUND (207) SUBTOTAL                        ‐   ‐$                    ‐$                          GAS TAX FUND (231) Public Works Technical Adjust: Gas Tax Revenues/Transfers to the Capital Improvement Fund for Streets  Improvement Project (PE‐86070) This action reduces Fund 231 Gas Tax revenue by $16,194, and reduces the transfer to the Capital  Improvement Fund by $16,194 for the Streets Improvement project (PE‐86070). This is based on  the State's updated January HUTA and SB1 gas tax revenue estimates. (Ongoing costs: $0)                        ‐   (16,194)$           (16,194)$                  Fund Balance Adjustment to Fund Balance This action adjusts the fund balance to offset adjustments recommended in this report.                        ‐    ‐$                    ‐$                          GAS TAX FUND (231) SUBTOTAL                        ‐   (16,194)$           (16,194)$                  COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG) FUND (232) Planning and  Development Technical Adjust: Transfer to Capital Improvement Fund  This action aligns the FY24 Budget with the FY23‐24 CDBG Annual Action Plan by recognizing a  transfer from CDBG to the Capital Improvement Fund for the Sidewalk Repairs project (PO‐89003).                        ‐    ‐$                   211,673$                 Planning and  Development Technical Adjust: Other Funds Catch‐Up (115 Pension Trust Fund) This action recognizes a transfer of $2.8 million from various funds to increase the contributions to  the City's Section 115 Pension Trust Fund. This represents a proportional contribution from other  funds to "catch up" to General Fund contribution levels. (Ongoing costs: $0)                        ‐    ‐$                   660$                         Fund Balance Adjustment to Fund Balance This action adjusts the fund balance to offset adjustments recommended in this report.                        ‐    ‐$                   (212,333)$                COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG) FUND (232) SUBTOTAL                        ‐   ‐$                    ‐$                          CITY OF PALO ALTO RECOMMENDED AMENDMENTS TO THE CITY MANAGER'S FY 2024 BUDGET Expenses ATTACHMENT A, EXHIBIT 1 Item 11 Attachment A - FY 2024 Recommended Operating and Capital Budget Adjustments        Item 11: Staff Report Pg. 27  Packet Pg. 324 of 428  Revenues Department  FTE Adjustment Adjustment SPECIAL REVENUE FUNDS CITY OF PALO ALTO RECOMMENDED AMENDMENTS TO THE CITY MANAGER'S FY 2024 BUDGET Expenses ATTACHMENT A, EXHIBIT 1 HOUSING IN‐LIEU/RESIDENTIAL (233) Planning and  Development Technical Adjust: Other Funds Catch‐Up (115 Pension Trust Fund) This action recognizes a transfer of $2.8 million from various funds to increase the contributions to  the City's Section 115 Pension Trust Fund. This represents a proportional contribution from other  funds to "catch up" to General Fund contribution levels. (Ongoing costs: $0)                        ‐    ‐$                   990$                         Fund Balance Adjustment to Fund Balance This action adjusts the fund balance to offset adjustments recommended in this report.                        ‐    ‐$                   (990)$                        HOUSING IN‐LIEU/RESIDENTIAL (233) SUBTOTAL                        ‐   ‐$                    ‐$                          HOUSING IN‐LIEU/COMMERCIAL (234) Planning and  Development Technical Adjust: Other Funds Catch‐Up (115 Pension Trust Fund) This action recognizes a transfer of $2.8 million from various funds to increase the contributions to  the City's Section 115 Pension Trust Fund. This represents a proportional contribution from other  funds to "catch up" to General Fund contribution levels. (Ongoing costs: $0)                        ‐    ‐$                   990$                         Fund Balance Adjustment to Fund Balance This action adjusts the fund balance to offset adjustments recommended in this report.                        ‐    ‐$                   (990)$                        HOUSING IN‐LIEU/COMMERCIAL (234) SUBTOTAL                        ‐   ‐$                    ‐$                          UNIVERSITY AVENUE FUND (236) Office of  Transportation Technical Adjust: Other Funds Catch‐Up (115 Pension Trust Fund) This action recognizes a transfer of $2.8 million from various funds to increase the contributions to  the City's Section 115 Pension Trust Fund. This represents a proportional contribution from other  funds to "catch up" to General Fund contribution levels. (Ongoing costs: $0)                        ‐    ‐$                   1,976$                      Administrative  Services Technical Adjust: Other Funds Catch‐Up (115 Pension Trust Fund) This action recognizes a transfer of $2.8 million from various funds to increase the contributions to  the City's Section 115 Pension Trust Fund. This represents a proportional contribution from other  funds to "catch up" to General Fund contribution levels. (Ongoing costs: $0)                        ‐    ‐$                   5,073$                      Public Works Technical Adjust: Other Funds Catch‐Up (115 Pension Trust Fund) This action recognizes a transfer of $2.8 million from various funds to increase the contributions to  the City's Section 115 Pension Trust Fund. This represents a proportional contribution from other  funds to "catch up" to General Fund contribution levels. (Ongoing costs: $0)                        ‐    ‐$                   14,955$                   Fund Balance Adjustment to Fund Balance This action adjusts the fund balance to offset adjustments recommended in this report.                        ‐    ‐$                   (22,004)$                  UNIVERSITY AVENUE FUND (236) SUBTOTAL                        ‐   ‐$                    ‐$                          Item 11 Attachment A - FY 2024 Recommended Operating and Capital Budget Adjustments        Item 11: Staff Report Pg. 28  Packet Pg. 325 of 428  Revenues Department  FTE Adjustment Adjustment SPECIAL REVENUE FUNDS CITY OF PALO ALTO RECOMMENDED AMENDMENTS TO THE CITY MANAGER'S FY 2024 BUDGET Expenses ATTACHMENT A, EXHIBIT 1 CALIFORNIA AVENUE FUND (237) Office of  Transportation Technical Adjust: Other Funds Catch‐Up (115 Pension Trust Fund) This action recognizes a transfer of $2.8 million from various funds to increase the contributions to  the City's Section 115 Pension Trust Fund. This represents a proportional contribution from other  funds to "catch up" to General Fund contribution levels. (Ongoing costs: $0)                        ‐    ‐$                   1,976$                      Administrative  Services Technical Adjust: Other Funds Catch‐Up (115 Pension Trust Fund) This action recognizes a transfer of $2.8 million from various funds to increase the contributions to  the City's Section 115 Pension Trust Fund. This represents a proportional contribution from other  funds to "catch up" to General Fund contribution levels. (Ongoing costs: $0)                        ‐    ‐$                   2,177$                      Public Works Technical Adjust: Other Funds Catch‐Up (115 Pension Trust Fund) This action recognizes a transfer of $2.8 million from various funds to increase the contributions to  the City's Section 115 Pension Trust Fund. This represents a proportional contribution from other  funds to "catch up" to General Fund contribution levels. (Ongoing costs: $0)                        ‐    ‐$                   1,750$                      Fund Balance Adjustment to Fund Balance This action adjusts the fund balance to offset adjustments recommended in this report.                        ‐    ‐$                   (5,903)$                    CALIFORNIA AVENUE FUND (237) SUBTOTAL                        ‐   ‐$                    ‐$                          RESIDENTIAL PARKING PERMIT FUND (239) Office of  Transportation Technical Adjust: Other Funds Catch‐Up (115 Pension Trust Fund) This action recognizes a transfer of $2.8 million from various funds to increase the contributions to  the City's Section 115 Pension Trust Fund. This represents a proportional contribution from other  funds to "catch up" to General Fund contribution levels. (Ongoing costs: $0)                        ‐    ‐$                   11,392$                   Fund Balance Adjustment to Fund Balance This action adjusts the fund balance to offset adjustments recommended in this report.                        ‐    ‐$                   (11,392)$                  RESIDENTIAL PARKING PERMIT FUND (239) SUBTOTAL                        ‐   ‐$                    ‐$                          Item 11 Attachment A - FY 2024 Recommended Operating and Capital Budget Adjustments        Item 11: Staff Report Pg. 29  Packet Pg. 326 of 428  Project Number Title Revenue Expense Comments PF‐93009 Americans With Disabilities Act  Compliance  $‐  $          (332,551)This action is a technical correction to align FY  2024 budgets with FY 2023 actual financial  activity. There is no change to the project  schedule or scope. FD‐21000 Automated External Defibrillator  Replacement  $            (38,000) $‐ This action removes all remaining funding  because the project has been completed. FD‐22000 Extrication Tool Replacement  $            (20,845) $            (79,513)This action removes all remaining funding  because the project has been completed. PE‐18004 Fire Station 4  $       (5,200,000) $‐ This action removes revenue budgeted in FY  2024 because it was received in FY 2023 and  reserved in the fund balance. PE‐11011 Highway 101 Pestrian/Bicycle Overpass  $‐  $            (87,105)This action is a technical correction to align FY  2024 budgets with FY 2023 actual financial  activity. There is no change to the project  schedule or scope. PE‐12011 Newell Rd/SFC Bridge Replacement  $       (3,365,799) $       (3,365,799)This action is a technical correction to align FY  2024 budgets with FY 2023 actual financial  activity. There is no change to the project  schedule or scope. PL‐17001 Railroad Grade Separation and Safety  Improvements  $          (935,333) $       (3,995,937)The expense action is a technical correction to  align FY 2024 budgets with FY 2023 actual  financial activity, with no change to the project  schedule or scope; the revenue action  reallocates Measure B revenue to PL‐05030 and  PL‐12000 as approved by VTA. PF‐23001 Roth Building Rehabilitation  $            387,590   $            587,590  This action adds County grant revenue ($0.4  million) for work on the Roth Building's windows  and roof. Interest earnings on Transfer  Development Rights funding ($0.2 million)  reserved for this project is also appropriated.  PO‐11000 Sign Reflectivity Upgrade  $‐  $          (110,000)This action is a technical correction to align FY  2024 budgets with FY 2023 actual financial  activity. There is no change to the project  schedule or scope. PE‐86070 Street Maintenance  $            (16,194) $            (16,194)This action aligns the FY 2024 budget with the  State's updated January HUTA & SB1 Gas Tax  revenue estimates. PL‐05030 Traffic Signal and Intelligent  Transportation Systems  $            701,500   $          (157,058)The expense action is a technical correction to  align FY 2024 budgets with FY 2023 actual  financial activity, with no change to the project  schedule or scope; the revenue action adds  Measure B revenue reallocated from PL‐17001  as approved by VTA. PL‐12000 Transportation and Parking Improvements  $            233,833   $‐ This action adds Measure B revenue reallocated  from PL‐17001 as approved by VTA. Total  $       (8,253,248) $       (7,556,567) WQ‐19003 Advanced Water Purification Facility  $          (500,000) $‐ This action is a technical correction to align FY  2024 budgets with FY 2023 actual financial  activity. There is no change to the project  schedule or scope. WQ‐14002 Laboratory & Environmental Svcs Bldg  $       (2,510,000) $       (2,578,200)This action is a technical correction to align FY  2024 budgets with FY 2023 actual financial  activity. There is no change to the project  schedule or scope. Total  $       (3,010,000) $       (2,578,200) TOTAL CIP ADJUSTMENTS  $    (11,263,248) $    (10,134,767) CITY OF PALO ALTO WASTEWATER TREATMENT FUND ATTACHMENT A, EXHIBIT 2 CAPITAL IMPROVEMENT FUND Item 11 Attachment A - FY 2024 Recommended Operating and Capital Budget Adjustments        Item 11: Staff Report Pg. 30  Packet Pg. 327 of 428  TABLE OF ORGANIZATION Table of Organization Table of Organization FY 2021 Actuals FY 2022 Actuals FY 2023 Adopted Budget FY 2024 Adjusted Budget*** FY 2024 Change FTE FY 2024 Change % General Fund Administrative Services Account Specialist 4.63 4.13 4.13 4.13 ——% Account Specialist-Lead 3.45 3.45 3.45 3.45 ——% Accountant 3.00 2.00 2.00 2.00 ——% Administrative Assistant 1.00 1.00 1.00 1.00 ——% Administrative Associate II 1.00 0.50 0.50 1.00 0.50 100.0% Administrative Associate III 1.00 1.00 1.00 1.00 ——% Assistant Director Administrative Services 1.65 1.65 1.65 1.65 ——% Buyer 1.00 2.00 2.00 2.00 ——% Chief Procurement Officer 1.00 1.00 1.00 1.00 ——% Contracts Administrator 2.70 1.70 2.70 3.70 1.00 37.0% Director Administrative Services/CFO 0.80 0.80 0.80 0.80 ——% Director Office of Management and Budget 1.00 1.00 1.00 1.00 ——% Management Analyst 2.00 2.00 2.00 2.00 ——% Manager Budget 2.00 2.00 2.00 2.00 ——% Manager Real Property 1.00 1.00 1.00 1.00 ——% Manager Revenue Collections 0.62 0.62 0.62 0.62 ——% Manager Treasury, Debt & Investments 0.60 0.60 0.60 0.60 ——% Manager, Finance 1.00 1.00 1.00 1.00 ——% Payroll Analyst 2.00 2.00 2.00 2.00 ——% Performance Auditor II 1.00 —————% Senior Accountant 3.00 3.00 3.00 3.00 ——% Senior Buyer 1.00 1.00 1.00 1.00 ——% Senior Management Analyst 2.30 2.30 2.30 2.30 ——% Storekeeper 1.00 1.00 2.00 2.00 ——% 1 ATTACHMENT B Item 11 ​Attachment B - Amended FY 2024 Table of Organization        Item 11: Staff Report Pg. 31  Packet Pg. 328 of 428  TABLE OF ORGANIZATION Storekeeper-Lead 0.20 0.20 0.20 0.20 ——% Warehouse Supervisor 0.20 0.20 0.20 0.20 ——% Total Administrative Services 40.15 37.15 39.15 40.65 1.50 3.8% City Attorney Assistant City Attorney 3.00 3.00 4.00 4.00 ——% Chief Assistant City Attorney 1.00 1.00 1.00 1.00 ——% City Attorney 1.00 1.00 1.00 1.00 ——% Claims Investigator 1.00 1.00 1.00 1.00 ——% Deputy City Attorney 1.00 1.00 —0.50 0.50 —% Legal Fellow 1.00 1.00 1.00 1.00 ——% Secretary to City Attorney 1.00 1.00 1.00 1.00 ——% Senior Management Analyst 1.00 1.00 1.00 1.00 ——% Total City Attorney 10.00 10.00 10.00 10.50 0.50 5.0% City Auditor City Auditor 1.00 —————% Senior Performance Auditor 2.00 —————% Total City Auditor 3.00 —————% City Clerk Administrative Associate III 2.00 2.00 2.00 2.00 ——% Assistant City Clerk 1.00 1.00 1.00 2.00 1.00 100.0% City Clerk 1.00 1.00 1.00 1.00 ——% Deputy City Clerk 1.00 1.00 1.00 —(1.00)(100.0)% Total City Clerk 5.00 5.00 5.00 5.00 ——% City Manager Administrative Assistant 2.00 2.00 2.00 3.00 1.00 50.0% Assistant City Manager 1.00 1.00 1.00 1.00 ——% Table of Organization FY 2021 Actuals FY 2022 Actuals FY 2023 Adopted Budget FY 2024 Adjusted Budget*** FY 2024 Change FTE FY 2024 Change % 2 ATTACHMENT B Item 11 ​Attachment B - Amended FY 2024 Table of Organization        Item 11: Staff Report Pg. 32  Packet Pg. 329 of 428  TABLE OF ORGANIZATION Assistant to the City Manager 2.00 1.00 3.00 3.00 ——% Chief Communications Officer 1.00 1.00 1.00 1.00 ——% City Manager 1.00 1.00 1.00 1.00 ——% Deputy City Manager 1.00 1.00 1.00 1.00 ——% Executive Assistant to the City Manager 1.00 1.00 1.00 1.00 ——% Manager Communications 1.00 1.00 1.00 1.00 ——% Senior Management Analyst ——1.00 1.00 ——% Total City Manager 10.00 9.00 12.00 13.00 1.00 8.3% Community Services Administrative Assistant 1.00 1.00 1.00 1.00 ——% Administrative Associate III 1.00 —————% Assistant Director Community Services 2.00 1.00 1.00 2.00 1.00 100.0% Building Serviceperson 1.00 1.00 1.00 2.00 1.00 100.0% Building Serviceperson-Lead 0.60 0.60 0.60 2.00 1.40 233.3% Coordinator Recreation Programs 4.00 4.00 4.00 5.75 1.75 43.8% Director Community Services 1.00 1.00 1.00 1.00 ——% Division Manager Open Space, Parks & Golf*———1.00 1.00 —% Heavy Equipment Operator 0.07 —————% Inspector, Field Services 2.00 2.00 2.00 2.00 ——% Junior Museum & Zoo Educator*3.60 3.25 4.10 4.85 0.75 18.3% Management Analyst 1.00 1.00 1.00 1.00 ——% Management Assistant 1.00 1.00 1.00 1.00 ——% Manager Community Services 5.00 5.00 5.00 5.00 ——% Manager Community Services Senior Program 4.00 4.00 4.00 4.00 ——% Manager Human Services 1.00 1.00 1.00 1.00 ——% Park Maintenance Person 6.00 6.00 6.00 6.00 ——% Table of Organization FY 2021 Actuals FY 2022 Actuals FY 2023 Adopted Budget FY 2024 Adjusted Budget*** FY 2024 Change FTE FY 2024 Change % 3 ATTACHMENT B Item 11 ​Attachment B - Amended FY 2024 Table of Organization        Item 11: Staff Report Pg. 33  Packet Pg. 330 of 428  TABLE OF ORGANIZATION Park Maintenance-Lead 1.00 1.00 1.00 1.00 ——% Park Ranger 5.00 5.00 6.00 6.00 ——% Parks/Golf Crew-Lead 2.00 2.00 2.00 2.00 ——% Producer Arts/Science Program 12.00 11.00 12.25 9.50 (2.75)(24.4)% Program Assistant I 7.00 3.00 3.00 3.75 0.75 25.0% Program Assistant II 4.00 4.00 4.00 4.00 ——% Project Manager 0.10 0.10 0.10 0.10 ——% Senior Management Analyst 1.00 1.00 1.00 1.00 ——% Sprinkler System Representative 4.00 4.00 4.00 4.00 ——% Superintendent Community Services 2.00 2.00 2.00 2.00 ——% Superintendent Recreation 1.00 —————% Theater Specialist 2.00 2.00 2.00 5.00 3.00 150.0% WGW Heavy Equipment Operator —0.07 0.07 0.07 ——% Total Community Services 75.37 67.02 70.12 78.02 7.90 11.3% Fire 40-Hour Captain ——0.20 0.20 ——% 40-Hour Training Battalion Chief 1.00 1.00 1.00 1.00 ——% 40-Hour Training Captain 1.00 1.00 1.00 1.00 ——% Administrative Assistant 1.00 1.00 1.00 1.00 ——% Administrative Associate II 2.20 2.20 2.20 2.20 ——% Administrative Associate III ——0.20 0.20 ——% Battalion Chief 3.00 3.00 3.00 3.00 ——% Business Analyst 0.80 0.80 0.80 0.80 ——% Deputy Chief/Fire Marshal 0.05 0.05 ————% Deputy Director Technical Services Division 0.20 —0.20 0.20 ——% Deputy Fire Chief 2.00 1.00 2.00 2.00 ——% Table of Organization FY 2021 Actuals FY 2022 Actuals FY 2023 Adopted Budget FY 2024 Adjusted Budget*** FY 2024 Change FTE FY 2024 Change % 4 ATTACHMENT B Item 11 ​Attachment B - Amended FY 2024 Table of Organization        Item 11: Staff Report Pg. 34  Packet Pg. 331 of 428  TABLE OF ORGANIZATION Emergency Medical Service Director 1.00 1.00 1.00 1.00 ——% Emergency Medical Services Data Specialist 1.00 1.00 1.00 1.00 ——% Fire Apparatus Operator 26.00 26.00 26.00 26.00 ——% Fire Captain 21.00 20.00 20.00 20.00 ——% Fire Chief 1.00 1.00 1.00 1.00 ——% Fire Fighter 34.00 29.00 34.00 34.00 ——% Fire Fighter Trainee ——3.00 3.00 ——% Fire Inspector 0.80 0.40 0.40 2.40 2.00 500.0% Fire Marshal ——0.05 0.05 ——% Geographic Information System Specialist 0.50 0.50 0.50 0.50 ——% Hazardous Materials Inspector 0.30 0.30 0.70 0.70 ——% Senior Management Analyst 1.00 1.00 1.00 1.00 ——% Total Fire 97.85 90.25 100.25 102.25 2.00 2.0% Human Resources Administrative Assistant ———0.75 0.75 —% Assistant Director Human Resources 1.00 1.00 1.00 1.00 ——% Director Human Resources/CPO 1.00 1.00 1.00 1.00 ——% Human Resources Representative 3.00 2.00 2.00 4.00 2.00 100.0% Human Resources Technician 4.00 3.00 4.00 2.00 (2.00)(50.0)% Manager Employee Benefits 1.00 1.00 1.00 1.00 ——% Manager Employee Relations 1.00 1.00 1.00 1.00 ——% Senior Human Resources Administrator 3.00 3.00 3.00 4.00 1.00 33.3% Senior Management Analyst 2.00 2.00 2.00 2.00 ——% Total Human Resources 16.00 14.00 15.00 16.75 1.75 11.7% Library Administrative Assistant ———1.00 1.00 —% Table of Organization FY 2021 Actuals FY 2022 Actuals FY 2023 Adopted Budget FY 2024 Adjusted Budget*** FY 2024 Change FTE FY 2024 Change % 5 ATTACHMENT B Item 11 ​Attachment B - Amended FY 2024 Table of Organization        Item 11: Staff Report Pg. 35  Packet Pg. 332 of 428  TABLE OF ORGANIZATION Administrative Associate III 1.00 —1.00 —(1.00)(100.0)% Assistant Director Library Services 1.00 —1.00 —(1.00)(100.0)% Business Analyst 1.00 1.00 1.00 —(1.00)(100.0)% Coordinator Library Programs 1.00 1.00 2.00 5.00 3.00 150.0% Director Libraries 1.00 1.00 1.00 1.00 ——% Division Head Library Services 1.00 1.00 1.00 2.00 1.00 100.0% Librarian 6.00 6.00 7.00 4.00 (3.00)(42.9)% Library Associate 7.00 6.00 6.00 10.00 4.00 66.7% Library Specialist 11.50 10.50 12.50 8.00 (4.50)(36.0)% Management Analyst 1.00 1.00 1.00 1.00 ——% Manager Library Services 3.00 3.00 3.00 3.00 ——% Senior Business Analyst ———1.00 1.00 —% Senior Librarian 8.00 6.00 6.00 8.00 2.00 33.3% Supervising Librarian 4.00 4.00 4.00 5.00 1.00 25.0% Total Library 46.50 40.50 46.50 49.00 2.50 5.4% Office of Emergency Services Director Office of Emergency Services 1.00 1.00 1.00 1.00 ——% Office of Emergency Services Coordinator 1.00 1.00 1.00 2.00 1.00 100.0% Program Assistant II 1.00 —————% Total Office of Emergency Services 3.00 2.00 2.00 3.00 1.00 50.0% Office of Transportation Administrative Assistant 0.50 0.60 0.60 0.60 ——% Associate Engineer 0.30 0.35 0.35 0.35 ——% Associate Planner 0.45 0.40 0.40 0.40 ——% Chief Transportation Official 0.70 0.70 0.70 0.70 ——% Coordinator Transportation Systems Management 1.25 0.65 0.65 0.65 ——% Table of Organization FY 2021 Actuals FY 2022 Actuals FY 2023 Adopted Budget FY 2024 Adjusted Budget*** FY 2024 Change FTE FY 2024 Change % 6 ATTACHMENT B Item 11 ​Attachment B - Amended FY 2024 Table of Organization        Item 11: Staff Report Pg. 36  Packet Pg. 333 of 428  TABLE OF ORGANIZATION Management Analyst*0.50 0.50 0.50 —(0.50)(100.0)% Parking Operations-Lead —0.05 0.05 0.05 ——% Project Engineer 0.45 0.25 0.25 0.25 ——% Senior Engineer 0.20 0.20 0.55 0.55 ——% Senior Management Analyst*———0.50 0.50 —% Senior Planner 0.50 0.15 0.15 1.40 1.25 833.3% Traffic Engineering-Lead 0.35 0.35 ————% Transportation Planning Manager 1.15 1.00 1.00 1.00 ——% Total Office of Transportation 6.35 5.20 5.20 6.45 1.25 24.0% Planning and Development Services 40-Hour Captain ——0.80 0.80 ——% Administrative Assistant 1.00 1.00 1.00 1.00 ——% Administrative Associate I 1.00 1.00 1.00 —(1.00)(100.0)% Administrative Associate II*2.80 2.80 2.80 0.80 (2.00)(71.4)% Administrative Associate III*4.00 3.00 4.80 7.80 3.00 62.5% Assistant Chief Building Official***1.00 1.00 2.00 1.00 (1.00)(50.0)% Assistant Director PCE 1.00 1.00 1.00 1.00 ——% Associate Engineer 0.20 ——0.50 0.50 —% Associate Planner 3.00 3.25 1.25 1.25 ——% Building Inspector Specialist 6.00 6.00 8.00 —(8.00)(100.0)% Building/Planning Technician 3.00 2.00 2.50 2.50 ——% Chief Building Official 1.00 1.00 1.00 1.00 ——% Chief Planning Official 1.00 1.00 1.00 1.00 ——% Code Enforcement Officer 2.00 —1.00 1.00 ——% Code Enforcement-Lead 1.00 1.00 1.00 1.00 ——% Deputy Chief/Fire Marshal 0.80 0.80 ————% Table of Organization FY 2021 Actuals FY 2022 Actuals FY 2023 Adopted Budget FY 2024 Adjusted Budget*** FY 2024 Change FTE FY 2024 Change % 7 ATTACHMENT B Item 11 ​Attachment B - Amended FY 2024 Table of Organization        Item 11: Staff Report Pg. 37  Packet Pg. 334 of 428  TABLE OF ORGANIZATION Development Project Coordinator II 2.00 2.00 2.00 2.00 ——% Development Project Coordinator III 3.00 3.00 3.00 3.00 ——% Director Planning/Community Environment 1.00 1.00 1.00 1.00 ——% Division Manager Planning***———1.00 ——% Engineer 0.52 0.52 0.52 0.52 ——% Engineering Technician III 1.50 1.50 1.50 1.00 (0.50)(33.3)% Fire Inspector 3.20 1.60 1.60 1.60 ——% Fire Marshal ——0.80 0.80 ——% Hazardous Materials Inspector 1.60 1.60 3.20 3.20 ——% Industrial Waste Investigator 0.35 0.35 0.35 0.35 ——% Inspector, Field Services 0.68 0.68 0.68 0.68 ——% Landscape Architect Park Planner 0.50 0.50 0.50 0.50 ——% Manager Planning 4.00 4.00 4.00 4.00 ——% Planner 4.00 4.00 5.00 5.00 ——% Plans Check Engineer ——1.00 1.00 ——% Principal Planner 2.00 1.00 2.00 2.00 ——% Program Assistant I 1.00 —————% Project Engineer 0.10 —————% Project Manager ——0.50 0.50 ——% Senior Building Inspector**———8.00 8.00 —% Senior Business Analyst 1.00 1.00 1.00 1.00 ——% Senior Engineer 0.40 0.40 0.45 0.45 ——% Senior Management Analyst 2.00 2.00 2.00 2.00 ——% Senior Plan Check Engineer**———2.00 2.00 —% Senior Planner*,***3.60 3.65 4.65 8.65 4.00 86.0% Supervisor Inspection and Surveying 0.25 0.25 0.25 0.25 ——% Supervisor of Code Enforcement**———1.00 1.00 —% Table of Organization FY 2021 Actuals FY 2022 Actuals FY 2023 Adopted Budget FY 2024 Adjusted Budget*** FY 2024 Change FTE FY 2024 Change % 8 ATTACHMENT B Item 11 ​Attachment B - Amended FY 2024 Table of Organization        Item 11: Staff Report Pg. 38  Packet Pg. 335 of 428  TABLE OF ORGANIZATION Traffic Engineering-Lead 0.10 0.05 ————% Transportation Planning Manager —0.05 0.05 0.05 ——% Total Planning and Development Services 61.60 54.00 65.20 72.20 7.00 10.7% Police Administrative Assistant 1.00 1.00 1.00 1.00 ——% Administrative Associate II 3.00 2.00 2.00 3.00 1.00 50.0% Animal Control Officer 3.00 2.00 2.00 2.00 ——% Animal Control Officer-Lead 1.00 1.00 1.00 1.00 ——% Assistant Police Chief 1.00 1.00 1.00 1.00 ——% Business Analyst 1.20 1.20 2.20 2.20 ——% Code Enforcement Officer 1.00 1.00 1.00 1.00 ——% Communications Manager 1.00 —————% Communications Technician 1.00 —————% Community Service Officer 7.50 5.63 5.63 5.63 ——% Court Liaison Officer*1.00 1.00 1.00 2.00 1.00 100.0% Crime Analyst 1.00 1.00 1.00 1.00 ——% Deputy Director Technical Services Division 0.80 —0.80 0.80 ——% Geographic Information System Specialist 0.50 0.50 0.50 0.50 ——% Police Agent 19.00 19.00 19.00 19.00 ——% Police Captain 2.00 2.00 2.00 2.00 ——% Police Chief 1.00 1.00 1.00 1.00 ——% Police Lieutenant 5.00 4.00 4.00 4.00 ——% Police Officer 50.00 39.00 43.00 45.00 2.00 4.7% Police Records Specialist II 6.00 6.00 6.00 6.00 ——% Police Records Specialist-Lead 1.00 1.00 1.00 1.00 ——% Police Sergeant 14.00 14.00 14.00 14.00 ——% Table of Organization FY 2021 Actuals FY 2022 Actuals FY 2023 Adopted Budget FY 2024 Adjusted Budget*** FY 2024 Change FTE FY 2024 Change % 9 ATTACHMENT B Item 11 ​Attachment B - Amended FY 2024 Table of Organization        Item 11: Staff Report Pg. 39  Packet Pg. 336 of 428  TABLE OF ORGANIZATION Program Assistant II 1.00 1.00 1.00 1.00 ——% Property Evidence Technician 2.00 2.00 2.00 2.00 ——% Public Safety Communications Manager 1.00 —1.00 1.00 ——% Public Safety Dispatcher 16.00 12.00 14.00 16.00 2.00 14.3% Public Safety Dispatcher-Lead 4.00 4.00 4.00 4.00 ——% Public Safety Program Manager 2.00 1.00 1.00 1.00 ——% Senior Management Analyst 1.00 1.00 1.00 1.00 ——% Total Police 149.00 124.33 133.13 139.13 6.00 4.5% Public Works Administrative Assistant 1.00 0.50 0.50 0.50 ——% Administrative Associate I 0.10 —————% Administrative Associate II 2.65 2.65 2.65 2.65 ——% Administrative Associate III 0.01 —————% Assistant Director Public Works 0.73 0.73 0.73 0.73 ——% Associate Engineer ———0.45 0.45 —% Building Serviceperson-Lead 1.00 1.00 1.00 1.00 ——% Building/Planning Technician ——0.50 0.50 ——% Cement Finisher 2.00 2.00 2.00 2.00 ——% Cement Finisher-Lead 0.26 0.26 0.26 0.26 ——% Coordinator Public Works Projects 1.50 1.50 1.50 1.50 ——% Director Public Works/City Engineer 1.00 1.00 1.00 1.00 ——% Electrician 0.80 0.80 0.80 0.80 ——% Engineer 0.48 0.48 0.48 0.48 ——% Engineering Technician III 1.75 1.75 1.75 1.80 0.05 2.9% Environmental Specialist ——0.33 0.33 ——% Equipment Operator 2.46 2.46 2.46 2.46 ——% Table of Organization FY 2021 Actuals FY 2022 Actuals FY 2023 Adopted Budget FY 2024 Adjusted Budget*** FY 2024 Change FTE FY 2024 Change % 10 ATTACHMENT B Item 11 ​Attachment B - Amended FY 2024 Table of Organization        Item 11: Staff Report Pg. 40  Packet Pg. 337 of 428  TABLE OF ORGANIZATION Facilities Carpenter 1.00 1.00 1.00 1.00 ——% Facilities Maintenance-Lead 1.85 1.85 1.85 1.85 ——% Facilities Painter 1.75 1.75 1.75 1.75 ——% Facilities Technician 4.05 4.05 4.05 5.05 1.00 24.7% Heavy Equipment Operator 2.33 2.10 2.10 2.10 ——% Heavy Equipment Operator-Lead 0.85 0.85 0.85 0.85 ——% Inspector, Field Services 0.11 0.11 0.11 0.11 ——% Landscape Architect Park Planner 0.60 0.60 0.60 0.60 ——% Management Analyst 1.45 1.45 0.70 0.70 ——% Manager Environmental Control Program ——0.33 0.33 ——% Manager Facilities 0.90 0.90 0.90 0.90 ——% Manager Maintenance Operations 1.20 1.20 1.20 1.20 ——% Manager Urban Forestry 1.00 1.00 1.00 1.00 ——% Manager Watershed Protection 0.05 0.05 0.05 0.05 ——% Project Manager 2.65 2.00 2.50 2.85 0.35 14.0% Senior Engineer 0.60 0.60 0.60 0.60 ——% Senior Management Analyst 1.11 1.11 1.11 1.11 ——% Supervisor Inspection and Surveying 0.10 0.10 0.10 0.10 ——% Surveyor, Public Works 0.33 0.33 0.33 0.33 ——% Traffic Controller Maintainer I 1.94 1.94 1.94 1.94 ——% Traffic Controller Maintainer II 2.00 1.00 1.00 1.00 ——% Tree Maintenance Person 1.00 1.00 1.00 1.00 ——% Tree Trim/Line Clear 7.00 7.00 7.00 7.00 ——% Tree Trim/Line Clear-Lead 1.00 1.00 1.00 1.00 ——% WGW Heavy Equipment Operator —0.23 0.23 0.23 ——% Total Public Works 50.61 48.35 49.26 51.11 1.85 3.8% Total General Fund 574.43 506.80 552.81 587.06 34.25 6.2% Table of Organization FY 2021 Actuals FY 2022 Actuals FY 2023 Adopted Budget FY 2024 Adjusted Budget*** FY 2024 Change FTE FY 2024 Change % 11 ATTACHMENT B Item 11 ​Attachment B - Amended FY 2024 Table of Organization        Item 11: Staff Report Pg. 41  Packet Pg. 338 of 428  TABLE OF ORGANIZATION Enterprise Fund Public Works Account Specialist 0.30 —————% Accountant 0.40 0.70 0.70 0.70 ——% Administrative Associate I 0.10 —1.00 1.00 ——% Administrative Associate II 2.15 2.15 2.15 2.15 ——% Administrative Associate III 0.10 0.20 0.20 0.20 ——% Airport Specialist II ———2.50 2.50 —% Assistant Director Public Works 1.30 1.30 1.30 1.30 ——% Assistant Manager WQCP 2.00 2.00 2.00 2.00 ——% Associate Engineer 3.00 3.00 3.00 3.05 0.05 1.7% Chemist 3.00 2.00 2.00 3.00 1.00 50.0% Deputy Chief/Fire Marshal 0.07 0.07 ————% Electrician 3.00 3.00 3.00 3.00 ——% Electrician-Lead 2.00 2.00 2.00 2.00 ——% Engineer 0.90 0.90 0.90 1.90 1.00 111.1% Engineering Technician III 0.25 0.25 0.25 0.20 (0.05)(20.0)% Environmental Specialist 2.00 2.00 2.33 2.33 ——% Equipment Operator 0.54 0.54 0.54 0.54 ——% Facilities Maintenance Lead 1.00 1.00 1.00 1.00 ——% Facilities Technician 1.50 1.50 2.50 —(2.50)(100.0)% Fire Marshal ——0.07 0.07 ——% Hazardous Materials Inspector 0.04 0.04 0.04 0.04 ——% Heavy Equipment Operator 0.90 0.90 0.90 0.90 ——% Heavy Equipment Operator-Lead 1.15 1.15 1.15 1.15 ——% Industrial Waste Inspector 3.00 3.00 3.00 3.00 ——% Table of Organization FY 2021 Actuals FY 2022 Actuals FY 2023 Adopted Budget FY 2024 Adjusted Budget*** FY 2024 Change FTE FY 2024 Change % 12 ATTACHMENT B Item 11 ​Attachment B - Amended FY 2024 Table of Organization        Item 11: Staff Report Pg. 42  Packet Pg. 339 of 428  TABLE OF ORGANIZATION Industrial Waste Investigator 1.15 1.15 1.15 1.15 ——% Laboratory Technician WQC 3.00 3.00 3.00 3.00 ——% Landfill Technician 1.00 1.00 1.00 2.00 1.00 100.0% Management Analyst 2.30 2.30 2.30 2.30 ——% Manager Airport 1.00 1.00 1.00 1.00 ——% Manager Environmental Control Program 5.00 5.00 5.33 5.33 ——% Manager Laboratory Services 1.00 1.00 1.00 1.00 ——% Manager Maintenance Operations 1.96 1.96 1.96 1.96 ——% Manager Solid Waste 1.00 1.00 1.00 1.00 ——% Manager Water Quality Control Plant 1.00 1.00 1.00 1.00 ——% Manager Watershed Protection 0.95 0.95 0.95 0.95 ——% Plant Mechanic 7.00 7.00 7.00 7.00 ——% Program Assistant I 1.00 1.00 1.00 1.00 ——% Program Assistant II 2.00 2.00 2.00 2.00 ——% Project Engineer 1.83 1.83 1.83 2.83 1.00 54.6% Project Manager 1.35 1.35 1.35 1.35 ——% Senior Accountant 0.30 0.30 0.30 0.30 ——% Senior Buyer 1.00 1.00 1.00 1.00 ——% Senior Chemist 1.00 2.00 2.00 2.00 ——% Senior Engineer 3.76 3.76 3.76 3.76 ——% Senior Industrial Waste Investigator 1.00 1.00 1.00 1.00 ——% Senior Management Analyst 0.21 0.21 0.21 0.21 ——% Senior Mechanic 1.00 1.00 1.00 1.00 ——% Senior Operator WQC 6.00 6.00 6.00 6.00 ——% Senior Technologist 1.00 1.00 1.00 1.00 ——% Storekeeper 1.00 1.00 1.00 1.00 ——% Street Maintenance Assistant 1.00 1.00 1.00 —(1.00)(100.0)% Table of Organization FY 2021 Actuals FY 2022 Actuals FY 2023 Adopted Budget FY 2024 Adjusted Budget*** FY 2024 Change FTE FY 2024 Change % 13 ATTACHMENT B Item 11 ​Attachment B - Amended FY 2024 Table of Organization        Item 11: Staff Report Pg. 43  Packet Pg. 340 of 428  TABLE OF ORGANIZATION Street Sweeper Operator 1.63 1.63 1.63 1.63 ——% Supervisor WQCP Operations 3.00 3.00 3.00 3.00 ——% Surveyor, Public Works 0.12 0.12 0.12 0.12 ——% Technologist 1.00 1.00 1.00 1.00 ——% Traffic Controller Maintainer I 0.06 0.06 0.06 0.06 ——% WQC Plant Operator II 16.00 16.00 16.00 16.00 ——% Zero Waste Coordinator 1.00 1.00 1.00 1.00 ——% Total Public Works 101.32 101.32 103.98 106.98 3.00 2.9% Utilities Account Specialist 1.70 1.00 1.00 1.00 ——% Accountant 0.60 1.30 1.30 1.30 ——% Administrative Assistant 1.00 1.00 1.00 1.00 ——% Administrative Associate II 6.00 6.00 6.00 6.00 ——% Assistant City Attorney ——1.00 2.00 1.00 100.0% Assistant Director Administrative Services 0.25 0.25 0.25 0.25 ——% Assistant Director Sustainability and Climate Action ———1.00 1.00 —% Assistant Director Utilities Customer Support Services 1.00 1.00 1.00 2.00 1.00 100.0% Assistant Director Utilities Engineering 1.00 1.00 1.00 1.00 ——% Assistant Director Utilities Operations 1.00 1.00 1.00 1.00 ——% Assistant Director Utilities/Resource Management 1.00 1.00 1.00 1.00 ——% Associate Sustainability Program Administrator ——1.00 1.00 ——% Business Analyst 6.00 6.00 6.00 6.00 ——% Cathodic Protection Technician Assistant 1.00 1.00 1.00 1.00 ——% Cathodic Technician 1.00 1.00 1.00 1.00 ——% Cement Finisher 2.00 2.00 2.00 2.00 ——% Table of Organization FY 2021 Actuals FY 2022 Actuals FY 2023 Adopted Budget FY 2024 Adjusted Budget*** FY 2024 Change FTE FY 2024 Change % 14 ATTACHMENT B Item 11 ​Attachment B - Amended FY 2024 Table of Organization        Item 11: Staff Report Pg. 44  Packet Pg. 341 of 428  TABLE OF ORGANIZATION Contracts Administrator 0.70 0.70 0.70 0.70 ——% Coordinator Utilities Projects 6.00 6.00 8.00 8.00 ——% Customer Service Representative 7.00 7.00 7.00 7.00 ——% Customer Service Specialist 2.00 2.00 2.00 2.00 ——% Customer Service Specialist-Lead 2.00 2.00 2.00 2.00 ——% Deputy Chief/Fire Marshal 0.08 0.08 ————% Deputy City Attorney 1.00 1.00 —0.50 0.50 —% Director Administrative Services/CFO 0.20 0.20 0.20 0.20 ——% Electric Heavy Equipment Operator 2.00 2.00 1.00 1.00 ——% Electric Project Engineer 4.00 4.00 8.00 8.00 ——% Electric Underground Inspector 2.00 2.00 2.00 2.00 ——% Electric Underground Inspector-Lead 1.00 1.00 1.00 1.00 ——% Electrical Equipment Technician 1.00 1.00 1.00 1.00 ——% Electrician Assistant I 3.00 3.00 3.00 3.00 ——% Engineer 4.00 4.00 4.00 5.00 1.00 25.0 Engineering Manager - Electric 1.00 1.00 1.00 1.00 ——% Engineering Manager - WGW 1.00 1.00 1.00 1.00 ——% Engineering Technician III 3.00 3.00 3.00 3.00 ——% Environmental Specialist ——0.34 0.34 ——% Equipment Operator ——1.00 1.00 ——% Fire Marshal ——0.08 0.08 ——% Gas and Water Meter Measurement and Control Technician 4.00 4.00 4.00 4.00 ——% Gas and Water Meter Measurement and Control Technician - Lead 1.00 1.00 1.00 1.00 ——% Hazardous Materials Inspector 0.06 0.06 0.06 0.06 ——% Heavy Equipment Operator - Install/Repair 4.00 4.00 4.00 4.00 ——% Human Resources Representative —1.00 1.00 1.00 ——% Table of Organization FY 2021 Actuals FY 2022 Actuals FY 2023 Adopted Budget FY 2024 Adjusted Budget*** FY 2024 Change FTE FY 2024 Change % 15 ATTACHMENT B Item 11 ​Attachment B - Amended FY 2024 Table of Organization        Item 11: Staff Report Pg. 45  Packet Pg. 342 of 428  TABLE OF ORGANIZATION Industrial Waste Investigator 0.50 0.50 0.50 0.50 ——% Inspector, Field Services 5.00 —————% Inspector, WGW Utilities Field Svc —5.00 5.00 5.00 ——% Lineperson/Cable Specialist 10.00 10.00 10.00 10.00 ——% Lineperson/Cable Specialist-Lead 4.00 4.00 4.00 4.00 ——% Maintenance Mechanic-Welding 2.00 2.00 2.00 2.00 ——% Management Analyst ——1.00 1.00 ——% Manager Communications 1.00 1.00 1.00 1.00 ——% Manager Customer Service 1.00 1.00 1.00 1.00 ——% Manager Electric Operations 1.00 1.00 1.00 1.00 ——% Manager Environmental Control Program ——0.34 0.34 ——% Manager Information Technology ———1.00 1.00 —% Manager Treasury, Debt & Investments 0.40 0.40 0.40 0.40 ——% Manager Utilities Compliance 1.00 1.00 1.00 1.00 ——% Manager Utilities Credit & Collection 1.00 1.00 1.00 1.00 ——% Manager Utilities Operations WGW 1.00 1.00 1.00 1.00 ——% Manager Utilities Program Services 1.00 1.00 2.00 2.00 ——% Manager Utilities Strategic Business 1.00 1.00 1.00 1.00 ——% Manager Utilities Telecommunications 1.00 1.00 1.00 3.00 2.00 200.0% Meter Reader 6.00 6.00 6.00 5.00 (1.00)(16.7)% Meter Reader-Lead 1.00 1.00 1.00 1.00 ——% Metering Technician 3.00 3.00 2.00 2.00 ——% Metering Technician-Lead 1.00 1.00 1.00 1.00 ——% Offset Equipment Operator 0.48 0.48 0.48 0.48 ——% Overhead Underground Troubleman 2.00 2.00 2.00 2.00 ——% Power Engineer 1.00 1.00 ————% Principal Business Analyst 1.00 1.00 1.00 1.00 ——% Table of Organization FY 2021 Actuals FY 2022 Actuals FY 2023 Adopted Budget FY 2024 Adjusted Budget*** FY 2024 Change FTE FY 2024 Change % 16 ATTACHMENT B Item 11 ​Attachment B - Amended FY 2024 Table of Organization        Item 11: Staff Report Pg. 46  Packet Pg. 343 of 428  TABLE OF ORGANIZATION Principal Utilities Program Manager ——1.00 —(1.00)(100.0)% Program Assistant I 1.50 1.50 1.50 2.00 0.50 33.3% Program Assistant II 1.00 1.00 ————% Project Engineer 5.00 5.00 5.00 5.00 ——% Project Manager 0.75 0.75 0.75 0.75 ——% Resource Planner 5.00 5.00 5.00 5.00 ——% Restoration Lead 1.00 1.00 1.00 1.00 ——% SCADA Technologist 2.00 2.00 ————% Senior Accountant 0.70 0.70 0.70 0.70 ——% Senior Business Analyst 3.00 3.00 3.00 3.00 ——% Senior Electrical Engineer 4.00 5.00 5.00 5.00 ——% Senior Engineer 5.00 5.00 6.00 5.00 (1.00)(16.7)% Senior Management Analyst 0.70 0.70 0.70 0.70 ——% Senior Marketing Analyst ———1.00 1.00 —% Senior Mechanic 1.00 1.00 1.00 1.00 ——% Senior Performance Auditor 1.00 —————% Senior Resource Planner 6.50 6.50 7.00 7.00 ——% Senior Utilities Field Service Representative 1.00 1.00 1.00 1.00 ——% Senior Utilities System Operator**———1.00 1.00 —% Senior Water Systems Operator 2.00 2.00 2.00 2.00 ——% Storekeeper 1.00 1.00 1.00 1.00 ——% Storekeeper-Lead 0.80 0.80 0.80 0.80 ——% Street Light, Traffic Signal & Fiber Technician 5.00 5.00 4.00 4.00 ——% Street Light, Traffic Signal & Fiber-Lead 2.00 2.00 2.00 2.00 ——% Substation Electrician 6.00 6.00 6.00 6.00 ——% Substation Electrician-Lead 2.00 2.00 2.00 2.00 ——% Supervising Electric Project Engineer 1.00 —————% Table of Organization FY 2021 Actuals FY 2022 Actuals FY 2023 Adopted Budget FY 2024 Adjusted Budget*** FY 2024 Change FTE FY 2024 Change % 17 ATTACHMENT B Item 11 ​Attachment B - Amended FY 2024 Table of Organization        Item 11: Staff Report Pg. 47  Packet Pg. 344 of 428  TABLE OF ORGANIZATION Sustainability Programs Administrator —4.00 5.00 5.00 ——% Tree Maintenance Person 1.00 1.00 1.00 1.00 ——% Utilities Chief Operating Officer 1.00 1.00 1.00 1.00 ——% Utilities Compliance Technician 3.00 3.00 3.00 3.00 ——% Utilities Compliance Technician-Lead 1.00 1.00 1.00 1.00 ——% Utilities Credit/Collection Specialist 2.00 2.00 2.00 2.00 ——% Utilities Director 1.00 1.00 1.00 1.00 ——% Utilities Engineer Estimator 5.00 5.00 5.00 5.00 ——% Utilities Field Services Representative 5.00 5.00 5.00 5.00 ——% Utilities Install Repair-Lead-Welding Certified 2.00 2.00 3.00 3.00 ——% Utilities Install Repair-Welding Certified 3.00 3.00 3.00 3.00 ——% Utilities Install/Repair 10.00 10.00 10.00 10.00 ——% Utilities Install/Repair Assistant 1.00 1.00 1.00 1.00 ——% Utilities Install/Repair-Lead 5.00 5.00 4.00 4.00 ——% Utilities Key Account Representative 3.00 3.00 3.00 3.00 ——% Utilities Locator 3.00 3.00 3.00 3.00 ——% Utilities Marketing Program Administrator 4.00 —————% Utilities Safety Officer 1.00 1.00 1.00 1.00 ——% Utilities Supervisor 12.00 12.00 12.00 12.00 ——% Utilities System Analyst ——2.00 2.00 ——% Utilities System Operator 5.00 5.00 6.00 5.00 (1.00)(16.7)% Utility Engineering Estimator - Lead 1.00 1.00 1.00 1.00 ——% Warehouse Supervisor 0.80 0.80 0.80 0.80 ——% Water System Operator II 4.00 4.00 4.00 4.00 ——% WGW Heavy Equipment Operator 4.70 4.70 4.70 4.70 ——% Total Utilities 257.42 257.42 267.60 273.60 6.00 2.2% Total Enterprise Fund 358.74 358.74 371.58 380.58 9.00 2.4% Table of Organization FY 2021 Actuals FY 2022 Actuals FY 2023 Adopted Budget FY 2024 Adjusted Budget*** FY 2024 Change FTE FY 2024 Change % 18 ATTACHMENT B Item 11 ​Attachment B - Amended FY 2024 Table of Organization        Item 11: Staff Report Pg. 48  Packet Pg. 345 of 428  TABLE OF ORGANIZATION Other Funds Capital Project Fund Administrative Assistant 0.15 0.65 0.65 0.65 ——% Administrative Associate I 0.80 —————% Administrative Associate III 0.89 0.80 0.80 0.80 ——% Assistant Director Public Works 0.72 0.72 0.72 0.72 ——% Associate Engineer 2.50 1.65 1.65 1.65 ——% Associate Planner 0.30 0.35 0.35 0.35 ——% Building Serviceperson 1.00 1.00 1.00 —(1.00)(100.0)% Building Serviceperson-Lead 1.40 1.40 1.40 —(1.40)(100.0)% Cement Finisher-Lead 0.74 0.74 0.74 0.74 ——% Chief Transportation Official 0.30 0.30 0.30 0.30 ——% Contracts Administrator 0.60 0.60 0.60 0.60 ——% Coordinator Public Works Projects 1.30 1.30 1.30 1.30 ——% Coordinator Transportation Systems Management 0.75 1.35 1.35 1.35 ——% Engineer 3.10 2.10 3.10 3.10 ——% Engineering Technician III 0.50 0.50 0.50 0.50 ——% Facilities Technician 1.50 1.50 1.50 1.50 ——% Inspector, Field Services 1.21 1.21 1.21 1.21 ——% Landscape Architect Park Planner 0.90 0.90 0.90 0.90 ——% Management Analyst*0.95 0.95 0.95 0.80 (0.15)(15.8)% Manager Facilities 0.10 0.10 0.10 0.10 ——% Manager Maintenance Operations 0.65 0.65 0.65 0.65 ——% Parking Operations-Lead 0.40 0.30 0.30 0.30 ——% Project Engineer 7.62 7.92 7.92 7.92 ——% Project Manager 1.15 0.80 0.80 1.45 0.65 81.3% Table of Organization FY 2021 Actuals FY 2022 Actuals FY 2023 Adopted Budget FY 2024 Adjusted Budget*** FY 2024 Change FTE FY 2024 Change % 19 ATTACHMENT B Item 11 ​Attachment B - Amended FY 2024 Table of Organization        Item 11: Staff Report Pg. 49  Packet Pg. 346 of 428  TABLE OF ORGANIZATION Senior Engineer 4.04 4.04 4.64 4.64 ——% Senior Management Analyst*0.60 0.60 0.60 0.75 0.15 25.0% Senior Planner 0.50 0.80 0.80 1.55 0.75 93.8% Supervisor Inspection and Surveying 0.65 0.65 0.65 0.65 ——% Surveyor, Public Works 0.55 0.55 0.55 0.55 ——% Traffic Engineering-Lead 0.55 0.60 ————% Transportation Planning Manager 0.35 0.45 0.45 0.45 ——% Total Capital Project Fund 36.77 35.48 36.48 35.48 (1.00)(2.7)% General Liabilities Insurance Program Fund Senior Management Analyst ———1.00 1.00 —% Total General Liabilities Insurance Program Fund ———1.00 1.00 —% Printing and Mailing Services Manager Revenue Collections 0.10 0.10 0.10 0.10 ——% Offset Equipment Operator 1.52 1.52 1.52 1.52 ——% Total Printing and Mailing Services 1.62 1.62 1.62 1.62 ——% Special Revenue Funds Account Specialist 1.87 1.37 1.37 1.37 ——% Account Specialist-Lead 0.55 0.55 0.55 0.55 ——% Administrative Assistant 0.35 0.25 0.25 0.25 ——% Administrative Associate II 0.20 0.20 0.20 0.20 ——% Associate Planner 0.25 —————% Community Service Officer 0.50 0.37 0.37 0.37 ——% Coordinator Public Works Projects 0.20 0.20 0.20 0.20 ——% Electrician 0.20 0.20 0.20 0.20 ——% Facilities Maintenance-Lead 0.15 0.15 0.15 0.15 ——% Table of Organization FY 2021 Actuals FY 2022 Actuals FY 2023 Adopted Budget FY 2024 Adjusted Budget*** FY 2024 Change FTE FY 2024 Change % 20 ATTACHMENT B Item 11 ​Attachment B - Amended FY 2024 Table of Organization        Item 11: Staff Report Pg. 50  Packet Pg. 347 of 428  TABLE OF ORGANIZATION Facilities Painter 0.25 0.25 0.25 0.25 ——% Facilities Technician 0.45 0.45 0.45 0.45 ——% Management Analyst*0.35 0.35 0.35 —(0.35)(100.0)% Manager Community Services Senior Program 1.00 1.00 1.00 1.00 ——% Manager Maintenance Operations 0.19 0.19 0.19 0.19 ——% Manager Revenue Collections 0.28 0.28 0.28 0.28 ——% Parking Operations-Lead 0.60 0.65 0.65 0.65 ——% Senior Management Analyst*———0.35 0.35 —% Senior Planner 0.40 0.40 0.40 0.40 ——% Street Maintenance Assistant 2.00 2.00 2.00 2.00 ——% Street Sweeper Operator 0.37 0.37 0.37 0.37 ——% Transportation Planning Manager 0.50 0.50 0.50 0.50 ——% Total Special Revenue Funds 10.66 9.73 9.73 9.73 ——% Technology Fund Administrative Assistant 1.00 1.00 1.00 1.00 ——% Assistant Director Administrative Services 0.10 0.10 0.10 0.10 ——% Business Analyst 1.00 1.00 1.00 1.00 ——% Desktop Technician 6.00 6.00 6.00 6.00 ——% Director Information Technology/CIO 1.00 1.00 1.00 1.00 ——% Management Analyst ———1.00 1.00 —% Manager Information Technology 3.00 3.00 3.00 3.00 ——% Manager Information Technology Security 1.00 —————% Principal Business Analyst 1.00 —————% Senior Business Analyst 2.00 2.00 2.00 2.00 ——% Senior Management Analyst 1.00 1.00 1.00 1.00 ——% Senior Technologist*18.00 14.00 16.00 17.00 1.00 6.3% Table of Organization FY 2021 Actuals FY 2022 Actuals FY 2023 Adopted Budget FY 2024 Adjusted Budget*** FY 2024 Change FTE FY 2024 Change % 21 ATTACHMENT B Item 11 ​Attachment B - Amended FY 2024 Table of Organization        Item 11: Staff Report Pg. 51  Packet Pg. 348 of 428  TABLE OF ORGANIZATION *The FY 2023 Adopted Budget does not include City Council actions to amend staffing levels approved in the FY 2023 Mid-Year Budget Review (CMR 2212-0515). These positions appear as a base adjustment in the FY 2024 Adopted Budget. **The FY 2024 Budget includes new job classifications that require completion of appropriate review and potential discussions with bargaining groups. Proposals in this budget include estimated funding levels for financial planning purposes only and do not reflect the final terms of the proposed classifications. ***Adjustments recommended in the FY 2024 Midyear Budget Review (2311-2233). Technologist 1.00 —————% Total Technology Fund 36.10 29.10 31.10 33.10 2.00 6.4% Vehicle Replacement and Maintenance Fund Assistant Director Public Works 0.25 0.25 0.25 0.25 ——% Assistant Fleet Manager 1.00 1.00 1.00 1.00 ——% Equipment Maintenance Service Person 2.00 1.00 1.00 2.00 1.00 100.0% Fleet Services Coordinator 1.00 1.00 1.00 2.00 1.00 100.0% Management Analyst 0.20 0.20 0.20 0.20 ——% Management Assistant 1.00 1.00 1.00 1.00 ——% Manager Fleet 1.00 1.00 1.00 1.00 ——% Motor Equipment Mechanic II 6.00 5.00 5.00 5.00 ——% Motor Equipment Mechanic-Lead 2.00 2.00 2.00 1.00 (1.00)(50.0)% Project Manager 1.00 1.00 1.00 1.00 ——% Senior Management Analyst 0.08 0.08 0.08 0.08 ——% Total Vehicle Replacement and Maintenance Fund 15.53 13.53 13.53 14.53 1.00 7.4% Workers' Compensation Program Fund Senior Human Resources Administrator 1.00 1.00 1.00 1.00 ——% Total Workers’ Compensation Program Fund 1.00 1.00 1.00 1.00 ——% Total Other Funds 101.68 90.46 93.46 96.46 3.00 3.2% Total Citywide Positions 1,034.85 956.00 1,017.85 1,064.10 46.25 4.5% Table of Organization FY 2021 Actuals FY 2022 Actuals FY 2023 Adopted Budget FY 2024 Adjusted Budget*** FY 2024 Change FTE FY 2024 Change % 22 ATTACHMENT B Item 11 ​Attachment B - Amended FY 2024 Table of Organization        Item 11: Staff Report Pg. 52  Packet Pg. 349 of 428   Attachment C  Attachment C – Page 1 of 7    Preliminary FY 2024 2nd Quarter Financial Status  General Fund  Overall, the General Fund is tracking closely to adopted estimated revenues and at or below  adopted expenses. Actual total revenue increased slightly compared to the same period in fiscal  year 2023. Though data continues to be uncertain as 2nd Quarter data will not be finalized until  March 2024, staff believe recommended adjustments are measured and align more closely with  the current financial outlook.     Revenues  The FY 2024 Adopted revenue budget totals $237.1 million (excluding Operating Transfers‐in),  of which $93.3 million or 38.4% of the budget, has been collected as of the end of the 2nd  quarter. Overall, tax revenue estimates in the FY 2024 Adopted budget are $ 10 million higher  than the FY 2023 Adjusted revenue, from approximately $141 million to $151 million.  Adjustments to align revenue with estimates included in the FY 2025‐2034 Long Range Financial  Forecast are recommended in this Mid‐Year Budget Report, including adjustments for Sales Tax  ($1.6 million increase), Utility Users Tax (UUT) ($1.2 million increase), Investment Earnings ($1.1  million increase), and Property Tax ($0.8 million increase), partially offset by Transient  Occupancy Tax (TOT) ($1.3 million decrease) and Documentary Transfer Tax (DTT) ($0.1 million  decrease) based on trends experienced in the first half of FY 2024.     Table 2 below outlines General Fund revenue performance, as of the end of the 2nd quarter,  compared to the adjusted budget. The adjusted budget does not assume staff’s recommended  adjustments presented in this Mid‐Year report.    Table 2    Revenues Inc / (Dec) % change FY 2024 % FY 2023 %   Property Tax $929 4.8% $63,785 32.0% $59,770 32.6% Sales Tax 1,041         8.9% 36,272     35.1% 32,580     35.8% Charges for Services (792)            ‐5.2% 35,131     40.7% 30,786     49.1% Transient Occupancy Tax 670            6.8% 26,834     39.1% 18,199     53.9% Utility User Tax 539            6.7% 18,457     46.3% 15,579     51.4% Permits and Licenses 2,087         66.9% 10,256     50.8% 9,794       31.9% Documentary Transfer Tax 327            13.3% 5,920       47.1% 7,217       34.1% Business Tax ‐     ‐              ‐         1,660       0.0%‐            0.0% All Other Revenue Sources (2,267)        ‐10.7% 44,856     42.2% 41,851     50.7%   Total Revenue 2,534         2.8% $243,171 38.4% $215,776 42.1% General Fund Revenue FY 2024 2nd Quarter  YTD (000's) 2nd Quarter Actuals Adjusted Budget FY 2024 FY 2023 $20,428 $19,499 12,715      11,674    14,313      15,105    10,479      9,809      8,550        8,011      $93,421 $90,887 5,208        3,121      2,791        2,464      18,937      21,204    ‐              Item 11 ​Attachment C - Preliminary FY 2024 2nd Quarter Financial Status        Item 11: Staff Report Pg. 53  Packet Pg. 350 of 428   Attachment C  Attachment C – Page 2 of 7  Property Tax  The FY 2024 Adopted Budget is $63.8 million, a $0.7 million or 1.1% increase from the FY 2023  actual receipts of $63.1 million. Transfer of ownership has been a significant driver of growth;  however, this growth is expected to moderate due to economic slowdown and higher mortgage  interest rates. For example, the median sales price for a single‐family residential home in the 1st  quarter declined by 3% compared to the previous quarter. Staff recommends a modest $0.8  million increase in this Mid‐Year report.    As of the end of FY 2023, the reserve for Excess Education Revenue Augmentation Fund (ERAF),  representing the at‐risk amount related to the State Controller’s Office auditing finding on  Marin County, totaled $4.1 million. As of December 2023, the State Controller’s Office has  issued a negative audit finding against Marin County. The state’s assertion is former  Redevelopment Agency funds, which are now part of the regular property taxes, should be  excluded from the excess ERAF calculation. Marin County is challenging this finding and in late‐ December 2023, the County of Santa Clara filed a lawsuit against the State Controller’s Office  on this. The estimate is, if this audit finding is sustained, 22% of excess ERAF is at risk for fiscal  years 2021, 2022, 2023 and 2024. If the finding holds, the County of Santa Clara, as well as  other Excess ERAF counties, could face similar audit findings likely starting in FY 2025. This  reserve is consistent with prior year methodology of assumptions for this challenge.    Sales Tax  The FY 2024 Adopted Budget is $36.3 million, a slight decrease of 1.6% compared to the actual Sales Tax  receipts of $36.9 million in FY Sale Tax for the first four months of FY 2024 is 8.9% higher than the  same period of the prior year. During this period, inflation is still elevated but declining and  consumer spending has remained steady. The expectation is that consumer spending growth  will slow down but remain strong, so Sales Tax is anticipated to generate more than the  conservatively budgeted amount in FY 2024. Staff recommends increasing the budget by $1.6  million in this report.    Transient Occupancy Tax (TOT)  The FY 2024 Adopted Budget assumed an estimate of $26.8 million, a 5.1% increase from FY  2023 actual receipts of $25.5 million and slightly lower than the pre‐pandemic actuals of $25.7  million in FY 2019. TOT economic performance for the first five months of FY 2024 is 5.9%  higher than the same period of the prior year. Table 2 shows a 6.8% increase in TOT; however,  the primary driver of this increase is payment timing difference and does not reflect economic  performance. For the 2nd quarter, the average occupancy rate is 69.3% (prior year it was 73.2%)  and the average room rate is $246 (prior year it was $266). TOT revenue remained stagnant in  the 1st quarter, then experienced double digit growth in the first two months of the 2nd quarter.  Staff continues to monitor trends and conservatively estimates that TOT levels will remain flat  compared to FY 2023 actuals. Staff recommends a $1.3 million decrease to TOT revenue and a  corresponding reduction of $0.3 million to the transfer to the Capital Fund for funding allocated  for capital improvements.  Item 11 ​Attachment C - Preliminary FY 2024 2nd Quarter Financial Status        Item 11: Staff Report Pg. 54  Packet Pg. 351 of 428   Attachment C  Attachment C – Page 3 of 7  Utility User Tax (UUT)  The FY 2024 Adopted Budget assumed an estimate of $18.5 million, slightly lower than the  $18.8 million FY 2023 actual receipts.  Actual UUT receipts in FY 2023 were above year end  estimated levels, due to commodity price increases which resulted in higher UUT revenue. As a  result, this trend continues in FY 2024 as 2nd quarter UUT revenue totals $8.6 million, or 46.3%  of the FY 2024 adjusted budget. Staff recommends increasing the budget by $1.2 million in this  report as a result of higher utility revenues.     Permits and Licenses  The FY 2024 Adopted Budget assumed an estimate of $10.7 million, slightly higher than the $9.8 million  FY 2023 Adjusted Budget.  Cash receipts as of 2nd quarter total $5.2 million, or 50.8% of the FY  2024 adjusted budget and is $2.1 million, or 66.9%, higher compared to FY 2022 2nd quarter  revenue. The increased revenue levels for FY 2024 is driven by new construction and permit  activity.    Documentary Transfer Tax   The FY 2024 Adopted Budget is $5.9 million, an assumed decline of 18% from the FY 2023  Adjusted budgeted of $7.2 million.   Cash receipts as of 2nd quarter total $2.8 million, or 47.1%  of the FY 2024 adjusted budget and is $0.3 million, or 13.3% higher compared to FY 2023 2nd  quarter revenue due to the higher total property sales value. This revenue source is highly  unpredictable, as it is dependent on the value of properties being sold. Staff continues to  monitor these receipts closely due to significant fluctuations that can occur anytime depending  on the real estate sales activity. The budgeted amount of $5.9 million is 2.9% higher than the  actual receipts of the prior year and expected to be realized.  Staff recommends decreasing the  budget by $0.1 million in this report.    Business Tax   The FY 2024 Adopted Budget includes $2.4 million for Business Tax revenue across all funds and  as of the 2nd quarter, revenue collected totals $0.5 million. The first due date for the tax is  January 1st for the 2023 calendar year, with February 1st being the date that penalties and  interest will begin. In January 2024, an additional $0.5 million was collected. Staff will continue  to monitor collections and expect to begin compliance and enforcement activities in February  2024, before assessment and collection of the first quarter of calendar year 2024 begins. A  small increase of $41,000 in business tax revenue is recommended in this report to align with  increased contractual administration costs for business tax and business registry.     A technical correction is also recommended in this report to consolidate all business tax  revenue in the General Fund. As part of the FY 2024 Adopted Budget $0.8 million in business  tax revenue was budgeted in the Capital Improvement Fund to support transportation capital  projects. This report will move the budget for this $0.8 million to the General Fund and  establish a transfer of $0.8 million to the Capital Improvement program to maintain the  Item 11 ​Attachment C - Preliminary FY 2024 2nd Quarter Financial Status        Item 11: Staff Report Pg. 55  Packet Pg. 352 of 428   Attachment C  Attachment C – Page 4 of 7  allocation of the funding in alignment with the Council's adopted Advisory Spending Resolution  to fund transportation and grade separation projects.    Charges for Services & Permits and Licenses  The FY 2024 Adopted Budget assumed an estimate of $34.6 million in Charges for Services, a  $4.0 million, or 13.1% increase, compared to the FY 2023 Adjusted Budget. The FY 2024  Adopted Budget assumed an estimate of $10.7 million in permit and license revenue, a $0.9  million or 9.2% increase compared to the FY 2023 Adjusted Budget. Together, these revenue  categories make up nearly half of all non‐tax revenues. In total, $42.5 million was received  during FY 2023, above the revised budget estimates by $2.0 million. These revenue categories  consist of charges to Stanford for fire services and paramedic services, fees related to the City’s  golf course, arts and science classes, plan check fees, Building Permits, Fire Permits, and  miscellaneous health and safety‐related licenses. Several minor adjustments to revenue in  Charges for Service are recommended in this report and discussed below; however, overall  revenues in these categories are in line with activity levels anticipated thus far.      Community Services (CSD): The demand for CSD programming remains at elevated  levels. Total departmental revenue through the end of the second quarter is  approximately $6.1 million or 47% of the FY 2024 total budgeted revenue. At this same  time last year, CSD’s total revenue was tracking at 46% of FY 2023 budgeted revenue  levels through the second quarter. CSD is recommending adjustments to an Art Center  program with high demand. Due to the popularity of art classes, the Kids and Teens  Studio Program has requested $50,000 in additional contract dollars to help meet  demand with an offset of $50,000 of increased revenue from class fees to remain cost‐ neutral.      Golf Course: Golf revenue continues to perform well in the first and second quarters of  FY 2024 and slightly higher by 2% from this time last year.  This could be attributed to  better weather than FY23, which experienced several weeks of heavy rains which  deterred play both at the course and the driving range. Revenue guidance is  recommended to remain at its current budgeted level due to the unpredictability of  winter storms in the coming months. The proposed FY 2025 budget will reassess golf  revenue and expenditures based on additional information from third‐quarter results. In  addition, the division is working on a feasibility study of adding a second story to the  driving range with additional potential revenue as an element of the study. Projections  will be included as a part of future revenue estimates if that potential project moves  forward.     Junior Museum & Zoo (JMZ): Through the first two quarters of FY 2024, revenue is  roughly at 40% of budgeted levels (approximately $0.7 million in actual revenue vs. $1.6  million in budgeted revenue). Memberships remain the best‐performing revenue  Item 11 ​Attachment C - Preliminary FY 2024 2nd Quarter Financial Status        Item 11: Staff Report Pg. 56  Packet Pg. 353 of 428   Attachment C  Attachment C – Page 5 of 7  category (41% of FY 2024 target), while facilities rentals are the lowest performing (5%  of FY 24 target), reflecting similar trends as the prior year.  Staff is working with a consultant on a comprehensive operational analysis of the Palo  Alto Junior Museum and Zoo. The consultant is preparing a business plan to inform  ongoing operational and budgetary decisions. The study will examine financial,  operational, and programmatic status and make recommendations for future  operations to include ticket and membership prices, and how pricing will impact  consumer demand. Once the study is completed, staff will review the results and  present recommendations for financial and operational efficiencies to Council. In  addition, Staff is currently working with purchasing for a new reservation and ticketing  platform for the JMZ. Staff expects to implement the new system in 2024.      Development Services: Preliminary FY 2024 Development Services revenue is up 3.1%  compared to last year and is currently at 43.8% of the FY 2024 revenue target. This is  mainly driven by increased single family residential permit activity. Department‐ managed expenses are currently under or on pace to meet the budget. The table below  articulates Development Services revenues from January 2021 through December 2023.  Table 3: Development Services Revenue – 2021 through 2023          Item 11 ​Attachment C - Preliminary FY 2024 2nd Quarter Financial Status        Item 11: Staff Report Pg. 57  Packet Pg. 354 of 428   Attachment C  Attachment C – Page 6 of 7  Expenditures  Overall General Fund expenses are currently expected to remain within the FY 2024 Adjusted  budget levels of $284.3 million (not including transfers to infrastructure or other funds).  General Fund expenses (excluding operating transfers) for second quarter are 17.4% higher  than the prior year and are tracking at 39.0% of the Adjusted Budget (excluding encumbrances);  this trend is consistent with prior year expenditure levels.   Table 4      Salaries and Benefits  As a service driven organization, the largest expenses are salaries and benefits. Preliminary  salary and benefits expenditures through December 2023 are approximately $81.7 million, or  49% of the $166.9 million FY 2024 Adopted Budget, compared to $71.3 million in the same  period in the prior year. The City continues to maintain vacancies of approximately 74  positions; though this changes frequently, this reflects approximately a 13% vacancy rate.   Vacancy levels impact service capacity; however, departments use vacancy savings to mitigate  these impacts through other staffing strategies such as filling staffing gaps by contracting for  professional services, hiring ahead to allow overlap and smooth transitions, piloting new  technologies to increase efficiency in the absence of staff, and supporting a summer internship  program.     Expenditures FY 2024 FY 2023 Inc/(Dec) % change FY 2024 % FY 2023 % Police 26,032$   23,934$  2,098$    8.8% 52,241$    49.8% 47,723$    50.2% Fire 23,925 20,420 3,505 17.2% 47,464 50.4% 41,479 49.2% Community Services 17,976 13,379 4,597 34.4% 40,356 44.5% 34,690 38.6% Public Works 9,761 9,264 497 5.4% 25,763 37.9% 22,764 40.7% Planning and Development Services 10,938 8,916 2,022 22.7% 33,049 33.1% 26,426 33.7% Library 5,289 4,272 1,017 23.8% 12,599 42.0% 10,524 40.6% Administrative Services 4,971 4,705 266 5.7% 11,250 44.2% 10,107 46.6% All Other Departments 12,022 9,609 2,413 25.1% 61,530 19.5% 54,672 17.6%   Total Expenditures 110,914$ 94,499$  16,415$  17.4% 284,252$ 39.0% 248,385$ 38.0% General Fund Expenditures FY 2024 2nd Quarter YTD (000's) 2nd  Quarter Actuals Adjusted Budget Item 11 ​Attachment C - Preliminary FY 2024 2nd Quarter Financial Status        Item 11: Staff Report Pg. 58  Packet Pg. 355 of 428   Attachment C  Attachment C – Page 7 of 7  Public Safety Overtime  Table 5    As shown in Table 5 above, Police Department overtime is trending higher compared to FY 2023  due to a number of factors including backfilling shifts due to vacancies; benefited leave or  industrial injuries; and five recruits in training, either in house or at the police academy. As of  the end of the 2nd quarter, 12% of positions are vacant, another 7% of staff are unavailable to  work due to benefited leave or industrial injury, and 5% of filled positions have new staff in  training (in‐house or at the police academy). The Department is anticipating overtime to  continue trending over FY 2024 budget levels, with a leveling off if the hiring cycle continues to  stay ahead of departures. See Attachment D For more information on vacancy and overtime  staffing.   Fire Department overtime expenses are tracking higher compared to FY 2023 due to backfilling  entry level firefighters while completing the Joint Fire Academy and continued vacancies. In the  spring of 2023, the Department hired a total of 13 entry level firefighters which accounts for  16% of all on‐shift personnel positions. Although the positions are filled, those 13 recruits must  complete a 6‐month academy before being able to work on shift. In August 2023, the 13 entry  level firefighters graduated from the academy and are now working on shift.  The Department continues to struggle to fill vacancies; as of writing of this report, the  Department is still carrying 13 vacancies among the International Association of Fire Fighters  (IAFF) ranks. The overtime hours will remain high as backfill is required to maintain daily  operations with a high vacancy rate.  Police and Fire Salaries and Overtime Expense FY 2024 2nd Quarter YTD  (000's) FY 2024 FY 2023 % change FY 2024 % FY 2023 % Inc (Dec) Police ‐ Salaries 9,110$     8,659$     5.2% 21,577$ 42% 19,186$   45.1% Police ‐ Overtime 1,687 1,509 11.8% 1,029 164% 973 155.1% Total Police 10,797     10,168     6.2% 22,606   48% 20,159     50.4% Fire ‐ Salaries 8,413 7,450 12.9% 18,417 46% 15,291 48.7% Fire ‐ Overtime 2,050 1,799 13.9% 2,146 95% 3,801 47.3% Total Fire 10,462     9,249       13.1% 20,564   51% 19,092     48.4% Total Public Safety Salaries & Overtime 21,259$   19,418$   9.5% 43,169$ 49% 39,251$   49.5% 2nd Quarter YTD Actuals Adjusted Budget Item 11 ​Attachment C - Preliminary FY 2024 2nd Quarter Financial Status        Item 11: Staff Report Pg. 59  Packet Pg. 356 of 428  Attachment D 2022 2023 2024 Q2 POLICE DEPARTMENT Overtime Expens Adopted Budget (A)$944,186 $972,512 $1,028,988 Modified Budget (B)1,244,186 972,512 1,028,988 Net Overtime Cost - see below 781,344 1,107,518 1,149,083 Variance to Budge 462,842 (135,006) (120,096) Overtime Net Cos Actual Expense $2,319,043 $2,940,019 $1,686,904 Less Reimbursements Other Program Reimbursements - 878 California OES/FEMA (Strike Teams) - - Stanford Communications 107,684 124,868 50,526 Utilities Communications Reimbursement 56,004 64,599 28,472 Local Agencies (C)5,456 4,949 3,711 Police Service Fees 120,411 100,413 41,534 Total Reimbursements 289,556 295,707 124,243 Less Department Vacancies (A)1,248,143 1,536,794 413,578 Net Overtime Cos $781,344 $1,107,518 $1,149,083 Department Vacancies (number of days 3,903 4,876 1,259 Workers' Compensation Case 11 N/A* N/A* Department Disabilities (number of days 1,221 739 177 FIRE DEPARTMENT Overtime Expens Adopted Budget (D)$1,931,121 $2,124,054 $2,146,234 Modified Budget (E)2,703,621 3,801,054 2,146,234 Net Overtime Cost - see below 4,073,011 1,740,750 1,334,108 Variance to Budge (1,369,390) 2,060,304 812,127 Overtime Net Cos Actual Expense $4,684,796 $3,589,198 $2,049,596 Less Reimbursements California OES/FEMA (Strike Teams) - 341,629 - Total Reimbursements - 341,629 - Less Department Vacancies (D)611,784 1,506,819 715,488 Net Overtime Cos $4,073,011 $1,740,750 $1,334,108 Department Vacancies (number of days 1,717 4,105 1,289 Workers' Compensation Case 35 N/A* N/A* Department Disabilities (number of days 947 484 167 NOTES: (A)The FY 2024 Police Department budget was increased by 1.0 Court Liaison Officer, 1.0 Administrative Associate, 2.0 Public Safety Dispatchers, and 2.0 Police Officers. (B)Police Department adopted budget has not been adjusted in FY 2024. (C)Includes Animal Control Services contract with Los Altos and Los Altos Hills. (D)The FY 2024 Fire Department budget was increased by 2.0 Fire Inspectors. (E)The Fire Department adopted budget has not been adjusted in FY 2024. *Data is not available at time of report release, will update for FY 2024 third quarter financial report. Overtime Analysis for Fiscal Years 2022 through 2024 Public Safety Departments Item 11 ​Attachment D - Public Safety Overtime Analysis​        Item 11: Staff Report Pg. 60  Packet Pg. 357 of 428  City Council Staff Report From: City Manager Report Type: ACTION ITEMS Lead Department: Human Resources Meeting Date: February 12, 2024 Report #:2401-2521 TITLE Adoption of a Resolution Certifying the Need for an Exception to the California Public Employees Retirement System (CalPERS) 180-day Waiting Period to Hire Matthew Raschke as a Retired Annuitant Extra Help Senior Engineer. CEQA status - Not a Project RECOMMENDATION Staff recommends that the City Council adopt a resolution certifying the need for an exception to the 180-day waiting period, set forth by CalPERS, to hire Matthew Raschke as a Retired Annuitant Extra Help Senior Engineer. BACKGROUND The Public Employees’ Pension Reform Act of 2013 (PEPRA) generally requires retired annuitants to be separated from employment for at least 180 days before returning to work for an employer in the same retirement system from which they receive a pension.1 An exception to this requirement may be made when the employer’s governing body certifies the nature of the employment and that the appointment is necessary to fill a critically needed position before 180 days have passed.2 The exception allows an employer to hire a retired annuitant to perform work of limited duration, such as to eliminate a backlog, work on limited term special projects, and perform work that is in excess of what regular staff can reasonably perform. PEPRA states that this appointment must be approved by the employer’s governing body in a public meeting as an action item. To secure a 180-day wait period exception, the employer must submit the approved resolution to CalPERS before the first day of re-employment. ANALYSIS The Public Works Department has been managing the design and construction of the Public Safety Building as part of the 2014 Council Infrastructure Plan.3 The Public Safety Building’s 1 Government Code section 7522.56 (f). 2 Government Code section 7522.56 (f)(1). 3 https://www.cityofpaloalto.org/Departments/Public-Works/Engineering-Services/Engineering-Projects/Public- Safety-Building-Project Item 12 Item 12 Staff Report        Item 12: Staff Report Pg. 1  Packet Pg. 358 of 428  construction is approximately 90% complete, but there are still many important tasks left to do, including commissioning, move-in, and fit-up of all the technical equipment and furniture. The senior engineer serving as project manager manages most of this work, which is conducted by and through contractors. The project manager also performs special coordination with the prime contractor. FISCAL/RESOURCE IMPACT STAKEHOLDER ENGAGEMENT ENVIRONMENTAL REVIEW Item 12 Item 12 Staff Report        Item 12: Staff Report Pg. 2  Packet Pg. 359 of 428  ATTACHMENTS Attachment A: Resolution No. 10147: A Resolution of the City Council for the City of Palo Alto Approving an Exception to the California Public Employees Retirement System 180-day Waiting Period to Hire Retired Annuitant Matthew Raschke Attachment B: Employment Agreement – Raschke 2024 APPROVED BY: Sandra Blanch, Human Resources Director Item 12 Item 12 Staff Report        Item 12: Staff Report Pg. 3  Packet Pg. 360 of 428  *NOT YET APPROVED* 20240126_JF24 3 3 9 4 Resolution No. 10147 Item 12 Attachment A - Resolution No. 10147        Item 12: Staff Report Pg. 4  Packet Pg. 361 of 428  *NOT YET APPROVED* 20240126_JF24 3 3 9 4 K. The maximum base salary for this position is $107.20 per hour, and the minimum base salary for this position is $71.47 per hour; and L. The hourly rate paid to Mattew Raschke will be $107.20; and M. Matthew Raschke has not and will not receive any other benefit, incentive, compensation in lieu of benefit or other form of compensation in addition to this hourly pay rate; and The Council of the City of Palo Alto RESOLVES as follows: Section 1. The City Council hereby certifies the nature of the appointment of Matthew Raschke as described herein and detailed in the attached employment agreement document and that this appointment is necessary to fill the critically needed position of Senior Engineer for the City of Palo Alto by March 25, 2024 because of the critical need to complete the Public Safety Building project, a long-term, complex project that requires special expertise and experience to complete. INTRODUCED AND PASSED: AYES: NOES: ABSENT: ABSTENTIONS: ATTEST: ___________________________ ______________________________ City Clerk Mayor APPROVED AS TO FORM: APPROVED: ___________________________ ______________________________ City Attorney City Manager Item 12 Attachment A - Resolution No. 10147        Item 12: Staff Report Pg. 5  Packet Pg. 362 of 428  1 3 4 9 7 EMPLOYMENT AGREEMENT BETWEEN CITY OF PALO ALTO AND Matthew Raschke THIS AGREEMENT is between the City of Palo Alto, a municipal corporation and chartered city ("City") and Matthew Raschke (“Raschke”). It is effective on the latest date next to the signatures on the last page. This Agreement is entered into on the basis of the following facts: A. City, acting by and through its City Council, wishes to employ Raschke as a Retired Annuitant, subject to the terms and conditions set forth in this Agreement, Resolution Number 10147 the Palo Alto Municipal Code and the Charter of the City of Palo Alto (the "Charter"). B. Under the Public Employees’ Retirement Law and the California Public Employees’ Pension Reform Act of 2013, the City Council may appoint a CalPERS retiree to a Retired Annuitant position without reinstatement from retirement within 180 days of retirement if such appointment is necessary because the retired person has specialized skills needed in performing work of limited duration. The City requires the additional services of a retired annuitant to complete a special project and to perform work in excess of what regular staff are reasonably able to do. C. Notwithstanding any provision of the City of Palo Alto Merit System Rules and Regulations, the Retired Annuitant serves on an at-will basis, with no expectation of continued employment, and with no right to pre-or post- separation due process or appeal. D. Raschke desires to be employed by the City as a Retired Annuitant Extra Help Senior Engineer, subject to the terms and conditions in this Agreement, the Palo Alto Municipal Code, the Charter, the Palo Alto Merit System Rules and Regulations, and all other applicable laws, resolutions, and policies. E. The City and Raschke wish to establish specific terms and conditions relating to compensation and benefits and related matters. BASED UPON THE FOREGOING, THE CITY AND RASCHKE AGREE AS FOLLOWS: Item 12 Attachment B - Employment Agreement - Raschke 2024        Item 12: Staff Report Pg. 6  Packet Pg. 363 of 428  2 3 4 9 7 1.Employment. The City appoints Raschke as a Retired Annuitant for a term not to exceed 24 months to begin on March 25, 2024, or upon CalPERS approval, whichever is later. Except as otherwise provided herein, Raschke’s employment with the City shall be governed by the City Council adopted Compensation Plan for Limited Hourly Employees, as it currently exists and may be changed from time to time. 2.Duties of the Retired Annuitant. Raschke will perform the duties established for the Retired Annuitant Extra Help Senior Engineer by direction given by the Public Works Director, and as otherwise provided by law, resolution, or regulation. Raschke agrees to comply with all federal, state and local laws, ordinances, rules and regulations applicable to or associated with these duties. 2.1.No Conflict. Raschke will not engage in any employment, activity, consulting service, or other enterprise, for compensation or otherwise, which is actually or potentially in conflict with or which interferes with the performance of their duties. Raschke acknowledges that they are subject to the various conflict of interest requirements found in the California Government Code and state and local policies and regulations. 2.2.Permission Required for Outside Activities. Raschke will not engage in any employment, activity, consulting service, or other enterprise, for compensation or not, without written permission of the City Council. 3.Salary. While performing the duties of Retired Annuitant, Raschke will receive a base salary within the range for Senior Engineers provided in the City Council-approved Compensation Plan for Management and Professional Personnel and Council Appointees, as it currently exists and may be changed from time to time. Raschke will receive an hourly base rate of one hundred seven dollars and twenty cents ($107.20) per hour, beginning on March 25, 2024, or upon CalPERS approval, whichever is later. This amount is subject to authorized or required deductions and withholding, prorated, and paid on the City's regular paydays. Raschke is a non-exempt employee under applicable wage and hour law. 4.Benefits and Allowances. Pursuant to California Government Code Section 21224, Raschke shall not receive any benefit, incentive, compensation in lieu of benefits, or other form of compensation in addition to the hourly pay rate. Item 12 Attachment B - Employment Agreement - Raschke 2024        Item 12: Staff Report Pg. 7  Packet Pg. 364 of 428  3 3 4 9 7 5.Duration of Employment. Raschke understands and agrees that he has no constitutionally protected property or other interest in his employment as a Retired Annuitant. Raschke waives any and all rights, if any, under the Merit System Rules and Regulations, including without limitation, the right to pre-or post-disciplinary due process. Raschke understands and agrees that he works at the will and pleasure of the City and that he may be terminated or asked to resign at any time, with or without cause. Raschke may terminate this agreement (terminating all employment) upon 30 days written notice. 6. Miscellaneous. 6.1.Notices. Notices given under this Agreement shall be in writing and shall be either: a) served personally; or b) sent by facsimile (provided a hard copy is mailed within one (1) business day); or c) delivered by first-class United States mail, certified, with postage prepaid and a return receipt requested; or d) sent by Federal Express, or some equivalent private mail delivery service. Notices shall be deemed received at the earlier of actual receipt or three (3) days following deposit in the United States mail, postage prepaid. Notices shall be directed to the addresses shown below, provided that a party may change such party's address for notice by giving written notice to the other party in accordance with this subsection. CITY: Attn: Human Resources 250 Hamilton Avenue, Palo Alto CA 94301 Phone (650) 329-2376 RASCHKE: Matthew Raschke 250 Hamilton Avenue, Palo Alto CA 94301 Phone (650) 329-2100 6.2.Entire Agreement/ Amendment. This Agreement constitutes the entire understanding and agreement between the parties as to those matters contained in it, and supersedes any and all prior or contemporaneous agreements, representations and understandings of the parties. This Agreement may be amended at any time by mutual agreement of the parties, but any such amendment must be in writing, dated, and signed by the parties and attached herto. Item 12 Attachment B - Employment Agreement - Raschke 2024        Item 12: Staff Report Pg. 8  Packet Pg. 365 of 428  4 3 4 9 7 6.3.Applicable Law and Venue. This Agreement shall be interpreted according to the laws of the State of California. Venue of any action regarding this Agreement shall be in the proper court in Santa Clara County. 6.4.Severability. In the event any portion of this Agreement is declared void, such portion shall be severed from this Agreement and the remaining provisions shall remain in effect, unless the result of such severance would be to substantially alter this Agreement or the obligations of the parties, in which case this Agreement shall be immediately terminated. 6.5.Waiver. Any failure of a party to insist upon strict compliance with any term, undertaking, or condition of this Agreement shall not be deemed to be a waiver of such term, undertaking, or condition. To be effective, a waiver must be in writing, signed and dated by the parties. 6.6.Representation by Counsel. Raschke and the City acknowledge that they each did, or had the opportunity to, consult with legal counsel of their respective choices with respect to the matters that are the subject of this Agreement prior to executing it. 6.7.Section Headings. The headings on each of the sections and subsections of this Agreement are for the convenience of the parties only and do not limit or expand the contents of any such section or subsection. Raschke, Matthew Mayor Approved as to Form: City Attorney’s Office Item 12 Attachment B - Employment Agreement - Raschke 2024        Item 12: Staff Report Pg. 9  Packet Pg. 366 of 428  City Council Staff Report From: City Manager Report Type: INFORMATION REPORTS Lead Department: Utilities Meeting Date: February 12, 2024 Staff Report:2312-2320 TITLE Informational Update: Recently Promulgated and Pending Federal Regulations Governing Lead in Drinking Water RECOMMENDATION Receive informational update from the Utilities Department. EXECUTIVE SUMMARY This informational update to City Council is to provide information regarding recently promulgated and pending federal regulations governing lead in drinking water and the City’s implementation and ongoing compliance efforts. These regulations require the City to verify prior to October 16, 2024 that no public or private lead service lines exist in the City‘s water system. As of January 8, 2024, Palo Alto is approximately 53% complete with its inventory of the service lines and currently anticipates completing the service line inventory prior to the October 16, 2024 deadline. To date, no lead service lines have been identified. Proposed federal regulations will require CPAU to sample an annual total of 20% of the public and private elementary schools (K-5th grades) per year, conduct sampling at secondary schools (6th-12th grades) on request for one testing cycle (i.e., 5 years), and conduct sampling on request of all schools’ facilities thereafter. The school sampling will start in 2027 if the draft regulations are promulgated as currently written. BACKGROUND Lead is a metallic element that has historically been used in items such as plumbing (e.g., piping, solder, fixtures) paints, cable coverings, bullets, radiation shielding material, and as a gasoline additive. Lead is a widespread contaminant in the human environment and occurs in drinking water principally as a consequence of leaching from plumbing containing lead. Item 13 Item 13 Staff Report        Item 13: Staff Report Pg. 1  Packet Pg. 367 of 428  Health Effects of Lead Exposure According to the United States Environmental Protection Agency1 (USEPA), lead is harmful to human health and there is no safe blood lead level for children. In the human body, lead can substitute for calcium, which is a mineral that strengthens the bones. Lead is carried in the bloodstream and can harm the nervous system and brain. What is not excreted is absorbed into the bones, where it can accumulate. Young children are especially susceptible to lead exposure, because of their frequent hand-to-mouth activity, and their metabolism - their bodies absorb metals at a higher rate than the average adult. The California Safe Drinking Water Act of 1996 (Health and Safety Code Section 116365) requires the Office of Environmental Health Hazard Assessment (OEHHA) to perform risk assessments and adopt public health goals (PHGs) for contaminants in drinking water based exclusively on public health considerations. A PHG of 0.2 micrograms per liter (µg/L) for lead in drinking water has been established on the basis of studies relating neurobehavioral deficits to elevated lead concentrations in the blood. However, PHGs are not enforceable drinking water standards, which also typically account for technical feasibility and cost of implementation in their establishment. Lead is rarely present in the source water for drinking water supplies (i.e., untreated water from streams, rivers, lakes, or underground aquifers that is used to supply private wells and public drinking water). Lead has not been detected historically in water provided by the San Francisco Public Utilities Commission (SFPUC) or in samples collected by the City of Palo Alto Utilities Department (CPAU) at concentrations greater than allowable pursuant to federal and state regulations. Most lead in drinking water results from corrosion of older plumbing materials containing lead. Corrosion can release lead from pipes, solder, fixtures, and other plumbing materials that the water contacts as it moves through plumbing to the tap. The use of lead pipes was banned in the 1980s, yet the USEPA estimates there are over 9 million lead service lines delivering water in neighborhoods across America. The extent to which corrosion of plumbing materials occurs can affect the amount of lead that is present in the drinking water. Interior lead solder (commonly used until 1988) and lead pipe, leaded brass fittings, valves, and various drinking water outlets (e.g., water fountains and faucets) that contain lead materials are the primary contributors. The occurrence and rate of corrosion depend on the nature of the source water, the corrosion control practices at the water system, and the age of the plumbing materials in the building. Older brass plumbing components can also contain a large percentage of lead, but the amount of lead in new brass drinking water fixtures is regulated at both the state and federal level to help protect drinking water quality. 1 United States Environmental Protection Agency https://www.epa.gov/ground-water-and-drinking-water/basic- information-about-lead-drinking-water#health Item 13 Item 13 Staff Report        Item 13: Staff Report Pg. 2  Packet Pg. 368 of 428  Regulatory Background The USEPA recently proposed the Lead and Copper Rule Improvements (LCRI) to reduce exposure to lead through drinking water nationwide. The proposal regulation builds on the 2021 Lead and Copper Rule Revisions (LCRR) to the 1991 Lead and Copper Rule (LCR), which are summarized further below. Federal Lead and Copper Rule In 1991, the USEPA published final regulatory revisions to the National Primary Drinking Water Regulation (NPDWR) for lead and copper under the authority of the Safe Drinking Water Act (SDWA). This regulation is known as the Lead and Copper Rule (Title 40 Code of Federal Regulations Part 141). Since 1991 the LCR has undergone various revisions. In 2007, EPA revised the LCR to enhance implementation in the areas of monitoring, treatment, customer awareness, lead service line replacement, and enhanced public education requirements. Federal Lead and Copper Rule Revisions During January 2021, the USEPA published the Lead and Copper Rule Revisions (LCRR) to the National Primary Drinking Water Regulations and Implementation; (40 CFR Parts 141 and 142). The LCRR improved the reliability of lead tap sampling results, strengthened corrosion control treatment requirements, expanded consumer awareness, and improved risk communication. Pursuant to the LCRR, all water systems must develop and submit by October 16, 20242 an initial service line inventory of the entire system, including both the publicly and privately owned portions of the water service line up to the building penetration. The current service line inventory results are required to be made available to the public and are posted on the City’s website. If the City identifies any private lead service lines, it must inform the resident within 30- days of completing the inventory and annually thereafter. Palo Alto previously inventoried all City-owned water piping (i.e., the water mains and service lines up to the water meter). Palo Alto does not have any known lead service lines in its system, but inventory of the private service lines has not been performed previously. While the State of California has previously required lead sampling at public schools, the LCRR requires for the first time in federal regulations that community water systems (e.g., City of Palo Alto) conduct lead-in-drinking-water testing and public education in public and private schools and childcare facilities, unless the facility was either built or had replaced all plumbing after January 1, 2014. The LCRR requires community water systems to sample 20% of elementary schools and 20% of childcare facilities per year and conduct sampling at secondary schools on request for one testing cycle (i.e., 5 years) and conduct sampling on request of all schools and childcare facilities thereafter. In California, the testing of childcare facilities will be implemented separately by the Department of Social Services and sampling childcare facilities will not be the responsibility of the community water system. Therefore, even though the LCRR requires 2 The original deadline established in the LCRR was January 16, 2024 (86 FR 4198) but was extended to October 16, 2024 in 86 FR 31939. The delay in the effective date is consistent with presidential directives issued on January 20, 2021, to the heads of federal agencies to review certain regulations, including the LCRR. Item 13 Item 13 Staff Report        Item 13: Staff Report Pg. 3  Packet Pg. 369 of 428  community water systems to perform the sampling, the state will address childcare facilities separately and will only require the City to sample public and private schools where it serves water prior to October 16, 2029.3 Proposed Federal Lead and Copper Rule Improvements On December 6, 2023, the USEPA announced the proposed LCRI (88 FR 84878) with the following principal modifications to the current regulations. Achieving 100% Lead Pipe Replacement within 10 years. The proposed LCRI would require the majority of water systems to replace lead services lines within 10 years. Locating Legacy Lead Pipes. Under the proposed LCRI, all water systems would be required to regularly update their inventories, create a service line replacement plan, and identify the materials of all service lines of unknown material. Improving Tap Sampling. The proposed LCRI would make changes to drinking water sampling requirements, informed by best practices, and would require collection of the first liter and fifth liter samples at sites with lead service lines and use the higher of the two values when determining compliance with the rule. Lowering the Lead Action Level. USEPA is proposing to lower the lead action level from 15 µg/L to 10 µg/L. When a water system’s lead sampling exceeds the action level, the system would be required to inform the public and take action to reduce lead exposure while concurrently working to replace all lead pipes. Strengthening Protections to Reduce Exposure. Water systems with multiple lead action level exceedances would be required to conduct additional outreach to customers and make filters available to all consumers. The filters must be certified to reduce lead. Notably however, the proposed LCRI delayed the compliance timeframe for school sampling that was originally established in the LCRR. Under the proposed LCRI, the 5-year school sampling schedule starts three years after the date of publication of the final LCRI, which is anticipated in late summer of 2024. State of California Regulations Senate Bill No. 1398 (2015-2016), Public Water Systems: lead user service lines, added California Health and Safety Code (HSC) section 116885 and was subsequently amended by Senate Bill No. 427 (2017-2018). HSC Section 116885 requires all community water systems to compile an inventory of known partial or total lead user service lines by July 1, 2018. California Code of Regulations, Title 22, Section 64551.60 defines “User service line," as “the pipe, tubing, and fittings connecting a water main to an individual water meter or service connection,” but does not include the service line from the meter to individual homes. Therefore, the inventory collected under California law only contained information on the City-owned pipe and water service lines between the main and the meter. The LCRR requires the inventory from the water 3 The proposed LCRI proposes to extend the LCRR deadline by three years. The final compliance date will be dependent on the date the final LCRI is promulgated. Item 13 Item 13 Staff Report        Item 13: Staff Report Pg. 4  Packet Pg. 370 of 428  main to the building penetration, including any privately owned service lines. While the City can rely on previously information collected to comply with the requirements of the LCRR, the previously collected information is insufficient for full compliance and the City still needs to inspect all user service lines between the meter and the house penetration. Previous School Sampling Initiatives Historical LCR Sampling and Analytical Results ANALYSIS Item 13 Item 13 Staff Report        Item 13: Staff Report Pg. 5  Packet Pg. 371 of 428  Based on information from the California Department of Education and City records, there are 46 schools to be included in the LCRR sampling program as shown by school type in the table below. School Type Private Public Totals th grades) per year and conduct sampling at secondary schools (6th-12th grades) on request for one testing cycle (i.e., 5 years) and conduct sampling on request of all schools’ facilities thereafter. The sampling is anticipated to start in 2027, i.e., three years after the anticipated promulgation of the final LCRI. FISCAL/RESOURCE IMPACT STAKEHOLDER ENGAGEMENT ENVIRONMENTAL REVIEW Item 13 Item 13 Staff Report        Item 13: Staff Report Pg. 6  Packet Pg. 372 of 428  ATTACHMENTS None. APPROVED BY: Dean Batchelor, Director of Utilities Staff: Matt Zucca, Assistant Director of Water Gas Wastewater Item 13 Item 13 Staff Report        Item 13: Staff Report Pg. 7  Packet Pg. 373 of 428  City Council Staff Report From: City Manager Report Type: INFORMATION REPORT Lead Department: Administrative Services Meeting Date: February 12, 2024 Report #:2311-2232 TITLE Investment Activity Report for the Second Quarter, Fiscal Year 2024 RECOMMENDATION This is an informational report and no City Council action is required. EXECUTIVE SUMMARY The City’s Investment Policyi (Policy) requires that staff report to Council quarterly on the City’s portfolio composition and performance compared to the Council-adopted Policy; discuss overall compliance with the City’s Investment Policy; and provide recommendations, if any, for Policy changes. In addition, staff provides a detailed list of all securities and reports on the City’s ability to meet expenditure requirements over the next six months. This report is to inform Council of the City’s investment portfolio performance as of the second quarter ending December 31, 2023 and to disclose staff’s cash flow projections for the next six months. Staff expect that the City will have sufficient funds or liquidity to meet expenditure requirements for the next six months. The portfolio details, activities, and performance are discussed below, and additional information is provided in the attachments. During the second quarter there was no variance from the Investment Policy. ANALYSIS The City’s investment portfolio is summarized in Graph 1 and detailed in the Investments by Fund Report (Attachment B). The Investments by Fund Report groups the portfolio’s securities by investment type and includes details of the investment issuer, date of maturity, current market value, the book and face (par) value, and the weighted average maturity of each type of investment and of the entire portfolio. Item 14 Item 14 Staff Report        Item 14: Staff Report Pg. 1  Packet Pg. 374 of 428  Due to rounding, the above graph's percentage total is greater than 100 percent. The par value of the City’s portfolio is $616.7 million; in comparison, last quarter it was $575.6 million. The $41.1 million portfolio growth since the last quarter results from timing of cash flows from the prepayment of the City’s Fiscal Year 2024 Unfunded Accrued Liability (UAL) pension cost for active employees to the Public Employers’ Retirement System (PERS) totaling $41.6 million, additional major revenue receipt due to seasonality timing, and one less pay period costs in the second quarter compared to the first quarter. By prepaying PERS instead of making payments with each payroll period, the City expects savings of $1.4 million in PERS payments; however, this savings will be partially offset by the loss of approximately $759 thousand in interest income in the City’s portfolio. The net citywide savings of prepaying the UAL cost is $641 thousand. The saving is a consequence of PERS’ potential ability to earn interest earlier and at a higher rate than the City’s portfolio could realize. Without this prepayment, an additional $9.9 million in UAL payment would have been made in the second quarter; this payment was made in first quarter’s prepayment. As far as additional major revenue receipt due to seasonality timing, property taxes and related receipts don’t begin until the second quarter and major revenues such as sales, transient occupancy and utility user’s taxes are historically lower in the first quarter. For example, second quarter property related (taxes and assessments) receipts were $18.4 million. The portfolio consists of $71.9 million in liquid accounts and $544.8 million in various investment types as detailed in the following Table 1. The Investment Policy requires that at least $50 million be maintained in securities maturing in less than two years. The portfolio includes $173.1 million in investments maturing in less than two years, comprising 28.1% of the City’s investment portfolio. In addition, the Investment Policy allows up to 30% of the portfolio to be invested in securities with maturities beyond five years; actual at the end of the second quarter is 24.9% of the portfolio. Item 14 Item 14 Staff Report        Item 14: Staff Report Pg. 2  Packet Pg. 375 of 428  The current market value of the portfolio is 93.6% of the book value. The market value of securities fluctuates, depending on how interest rates perform. When interest rates decrease, the market value of the securities in the City’s portfolio will likely increase; likewise, when interest rates increase, the market value of the securities will likely decrease. Understanding and showing market values is not only a reporting requirement, but essential to knowing the principal risks in actively buying and selling securities. It is important to note, however, that the City’s practice is to buy and hold investments to maturity, therefore changes in market price do not affect the City’s investment principal. The market valuation is provided by U.S. Bank, which is the City’s safekeeping agent. The average life to maturity of the investment portfolio is 3.13 years compared to 3.52 years last quarter. The Investment Policy states “Should the ratio of the market value of the portfolio to the book value of the portfolio fall below 95%, the Administrative Services Department will report this to the City Council within a reasonable time frame and evaluate whether there is any risk of holding any of the securities to maturity.” In the prior six quarters the market value fell below 95%; ranging from 89% to 94% during these periods. The market rate this second quarter is 93.6% of book value. Interest rates on new investments have fluctuated so the expectation is the market value of the portfolio is expected to stay in the current range in the coming quarters. To minimize risk of loss for investment principal due to lower market values, the City’s investment practice is to buy and hold investments to maturity; in the instances where there is a need to sell securities for contingency cash flow planning, the City’s practice is to sell securities that are above the market value. Investments Made During the Second Quarter During the second quarter, $14.3 million of securities with an average yield of 3.8% matured. During the same period, per the following Table 2, securities totaling $7.4 million with an average yield of 5.3% were purchased. As expected, as interest rates rose on new investments, the City’s portfolio’s average yield has begun to gradually rise. In the prior two fiscal years or during the height of the COVID-19 economic closures, the portfolio’s interest rate had steadily declined. The T Y Y Y Y 5 T % P U 2$1$3$-$-$7$1 U A 1 5 1 1 9 1 3 U M 1 2 5 5 5 2 3 N C (1 1 5 1 1 4 7 U C 4 1 4 8 -2 4 S -8 2 1 -4 7 L 7 ----7 1 G 1$1$1$1$1$6$1 %2 1 1 1 2 1 * ( I F Item 14 Item 14 Staff Report        Item 14: Staff Report Pg. 3  Packet Pg. 376 of 428  City’s short-term money market and pool account increased by $48.1 million compared to the first quarter of Fiscal Year 2024. Staff continually monitors the City’s short-term cash flow needs and adjusts liquid funds to meet them. T Y Y Y Y 5 T % P U -$-$-$-$-$-$0 U A ------0 U M ----4 4 6 N C (0 --0 -1 1 U C ------0 S ---1 -1 1 G 0$-$-$1$4$6$1 %3 0 0 2 6 1 * ( I F Item 14 Item 14 Staff Report        Item 14: Staff Report Pg. 4  Packet Pg. 377 of 428  4.42%, respectively. In comparison, in the prior quarter LAIF had 3.42% yield and the two-year and five-year Treasury bonds yields were higher at 4.92% and lower at 4.31%. City’s portfolio duration is 3.13 years. Item 14 Item 14 Staff Report        Item 14: Staff Report Pg. 5  Packet Pg. 378 of 428  further and interest rates, which have begun to decline, will be lower. Graph 3: U.S. Inflation Rate Item 14 Item 14 Staff Report        Item 14: Staff Report Pg. 6  Packet Pg. 379 of 428  Graph 4: U.S. Unemployment Rate The unemployment rate in the United States held at 3.7% in December 2023, unchanged from the previous month. There was a slowdown in new entries into the labor force. Item 14 Item 14 Staff Report        Item 14: Staff Report Pg. 7  Packet Pg. 380 of 428  Graph 5: U.S. Gross Domestic Product (GDP) Annual Growth Rate The Gross Domestic Product (GDP) in the United States expanded an annualized 3.3% in the fourth (calendar) quarter of 2023, down from 4.9 percent in the previous quarter. Funds Held by the City or Managed Under Contract is a consolidated report of all City investment funds, including those not held directly in the investment portfolio. These include cash in the City’s regular bank account with US Bank and Wells Fargo. A description of the City’s banking relationships can be found in City Council Staff Report ID # 7858ii and ID # 11402iii. The bond proceeds, reserves, and debt service payments being held by the City’s fiscal agents are subject to the requirements of the underlying debt indenture. The trustees for the bond funds are U.S. Bank and California Asset Management Program (CAMP). Bond funds with U.S. Bank are invested in federal agency and money market mutual funds that consist exclusively of U.S. Treasury securities. Bond funds in CAMP are invested in banker’s acceptance notes, certificates of deposit, commercial paper, federal agency securities, and repurchase agreements. The most recent data on funds held by the fiscal agent is as of December 31, 2023. In January 2017, the City established a Section 115 Irrevocable Trust (Public Agencies Post- Employment Benefits Trust) administered by Public Agency Retirement Services (PARS). This fund is governed by the City’s Retiree Benefit Policy as opposed to the Investment Policy; however, it is discussed in this report to present the full picture of the City’s investments. It is the City’s intent to prefund pension costs and began to address the Net Pension Liabilities (NPL) as calculated by Governmental Accounting Standards Board Pronouncement No. 68 (GASB 68). The Section 115 Trust offered by PARS has five portfolios from which to choose in making investments of City funds. In February 2023, the City Council revised the City’s portfolio selection from “Moderately Conservative” to “Moderate”, shifting from the second most conservative to third. Additional information on the establishment of this trust can be found in City Council Staff Report Item 14 Item 14 Staff Report        Item 14: Staff Report Pg. 8  Packet Pg. 381 of 428  ID # 7553iv. Through December 31, 2023, principal investment contributions of $57.7 million made over time since May 2017, has increased to $65.3 million or by $7.6 million and the net return for one and five years has been 13.5% and 5.4% respectively. Since inception, $8.2 million net earnings have been realized with $0.61 million in administrative expenses. FISCAL/RESOURCE IMPACT STAKEHOLDER ENGAGEMENT ENVIRONMENTAL REVIEW ATTACHMENTS APPROVED BY: i City of Palo Alto website, Administrative Services Department, Money Management & Treasury: Microsoft Word - Proposed City of Palo Alto Investment Policy - Fiscal Year 2023-24.doc ii City Council, April 11, 2017, under “Additional Information”, CMR 7858: iii City Council, September 21, 2020 Item #2, CMR 11402: iv City Council, January 23, 2017 Item #5, CMR 7553: Item 14 Item 14 Staff Report        Item 14: Staff Report Pg. 9  Packet Pg. 382 of 428  Book Value Market Value City Investment Portfolio (see Attachment B)615,665,374$ 576,479,077$ Other Funds Held by the City Cash with Wells Fargo Bank 219,407 219,407 (includes general and imprest accounts) Cash with US Bank 2,664,502 2,664,502 Total - Other Funds Held By City 2,883,909 2,883,909 Funds Under Management of Third Party Trustees * Debt Service Proceeds US Bank Trust Services ** 1999 Utility Revenue Bonds Debt Service Fun 25 25 2009 Water Revenue Bonds (Build America Bonds) Debt Service and Reserve Funds 2,365,717 2,365,717 2010 & 2013 General Obligation (Library) Bon Debt Service and Escrow Funds 1 1 2011 Utility Revenue Refunding Bonds Debt Service and Reserve Funds 642,328 642,328 2018 Capital Improvement (Golf Course & 2002B COP Refinance) (Taxable- Green Bond) Certificates of Participation Debt Service and Cost of Issuance Funds 776 776 2019 California Avenue Parking Garage Certificates of Participation (Tax-Exempt and Taxable Bonds) Construction and Cost of Issuance Funds 3,270 3,270 2021 Public Safety Building Certificates of Participation Construction Debt Svc, Capitalized Interest, and Cost of Issua 3,544,742 3,544,742 2022A & B General Obligation (Library) Bon Cost of Issuance Funds 4,344 4,344 California Asset Management Program (CAMP) *** 2012 University Ave. Parking Refunding Bonds Reserve Fun 2,900,351 2,900,351 Public Agencies Post-Employment Benefits Trust **** Public Agency Retirement Services (PARS) 65,253,044 65,253,044 Total Under Trustee Management 74,714,598 74,714,598 GRAND TOTAL 693,263,881$ 654,077,584$ * These funds are subject to the requirements of the underlying debt indenture. ** U.S. Bank investments are in money market mutual funds that exclusively invest in U.S. Treasury securities. *** CAMP investments are in money market mutual fund which invest in bankers acceptance, certificate of deposit, commercial paper, federal agency securities, and repurchase agreements. **** PARS investments are in moderately conservative index plus funds Attachment A Second Quarter, Fiscal Year 2022-23 (Unaudited) Consolidated Report of Cash Management City of Palo Alto Cash and Investments Item 14 Attachment A - Consolidated Report of Cash Management        Item 14: Staff Report Pg. 10  Packet Pg. 383 of 428  Attachment B City of Palo Alto Administration Svcs. Dept. 250 Hamilton Ave., 4th Floor Palo Alto, CA 94301 City of Palo Alto Fund ALL - Portfolio Listings Investments by Fund December 31, 2023 (650)329-2362 Purchase Current Maturity Days ToYTMYTMMarket ValueCUSIPInvestment #Issuer Date Book Value Par Value LAIF & Fidelity Cash Accounts SYS158 158 Fidelity Investments 07/01/2020 28,139,807.13 28,139,807.13 28,139,807.13 5.240 5.168 5.240 1 Local Agency Investment Fund Subtotal and Average 71,906,009.28 71,906,009.28 71,623,416.65 4.400 4.461 1 Negotiable Certificates of Deposits 00453NAA9 2831 NCD Achieve Federal Credit Union 02/17/2023 249,000.00 249,000.00 248,270.43 4.650 4.589 4.653 02/17/2026 778 1,542 1,459 1,565 444 Amalgamated Fin Corp Bank 392 386 150 1,061 574 1,057 Beal Bank - Plano, TX 242 BankUnited NA 752 Blue Foundry Bank 78 BMO Harris Bank 1,761 BMW Bank of North America 1,605 BOKF NA Bank Bankwell Bank Bank of Baroda 319 Bridgewater Bank Bloom MN 1,607 Portfolio CPA Run Date: 01/21/2024 - 18:49 FI (PRF_FI) 7.3.11 Item 14 Attachment B - Investment Portfolio        Item 14: Staff Report Pg. 11  Packet Pg. 384 of 428  Fund ALL - Portfolio Listings Page 2 Purchase Current Maturity Days ToYTMYTMPar Value Market ValueCUSIPInvestment #Issuer Date Book Value Negotiable Certificates of Deposits 07371CH69 2669 NCD Beal Bank USA - Las Vegas, NV 03/02/2022 248,764.00 249,000.00 228,644.25 2.050 2.053 2.081 02/24/2027 1,150 First Carolina Bank Celtic Bank 242 Central State Bank IOWA 451 329 17 1,598 Cinfed Fed Credtit Union Bank 483 273 394 Connexus Credit Union 1,087 1,051 53 94 1,365 Covantage Credit Union 444 834 Carter Federal Credit Union 480 1,185 City National Bank Dannemora Fed Credit Union 1,823 The District Fed Cr Union Portfolio CPA Run Date: 01/21/2024 - 18:49 FI (PRF_FI) 7.3.11 Item 14 Attachment B - Investment Portfolio        Item 14: Staff Report Pg. 12  Packet Pg. 385 of 428  Fund ALL - Portfolio Listings Page 3 Purchase Current Maturity Days ToYTMYTMPar Value Market ValueCUSIPInvestment #Issuer Date Book Value Negotiable Certificates of Deposits 27004PBV4 2545 NCD Eaglemark Savings Bank 07/07/2021 248,499.27 249,000.00 225,638.82 0.850 0.919 0.932 07/07/2026 918 1,815 1,600 1,869 273 Farmers & Merchant State Bank First Bank of the Lake 1,576 First-Citizens Bank 504 1st Financial Bank 0.444 0.450 08/19/2025 596 First Farmers Bank & Trust 247 757 350 30 1,064 Farmers &Merchants Bank 364 267 1,152 Gesa Credit Union 1,429 Grant County Bank West V. 84 148 658 714 Harborstone Credit Union 86 490 1,127 Portfolio CPA Run Date: 01/21/2024 - 18:49 FI (PRF_FI) 7.3.11 Item 14 Attachment B - Investment Portfolio        Item 14: Staff Report Pg. 13  Packet Pg. 386 of 428  Fund ALL - Portfolio Listings Page 4 Purchase Current Maturity Days ToYTMYTMPar Value Market ValueCUSIPInvestment #Issuer Date Book Value Negotiable Certificates of Deposits 45776NFE1 2757 NCD INS Bank 12/14/2022 249,000.00 249,000.00 248,987.55 4.900 4.835 4.902 12/14/2027 1,443 Insight Credit Union Inst. for Sav in Newburyport Keypoint Credit Union Bank 757 1,386 221 546 799 2 Meritrust Federal Credit Union 242 869 1,855 312 116 494 763 448 122 1,598 714 266 Minwest Bank MV Maine Savings Credit Union Mountain America FD Credit Uni New Brunswick Postal FCU Portfolio CPA Run Date: 01/21/2024 - 18:49 FI (PRF_FI) 7.3.11 Item 14 Attachment B - Investment Portfolio        Item 14: Staff Report Pg. 14  Packet Pg. 387 of 428  Fund ALL - Portfolio Listings Page 5 Purchase Current Maturity Days ToYTMYTMPar Value Market ValueCUSIPInvestment #Issuer Date Book Value Negotiable Certificates of Deposits 654062LK2 2906 NCD Nicolet National Bank 05/30/2023 249,000.00 249,000.00 249,064.74 5.150 5.082 5.153 12/02/2024 336 1,548 533 322 350 80 638 51 652 People's Bank 2,191 Ponce De Leon Federal Bank 228 451 Pitney Bowes Bank, Inc.1,564 Premier Community Bank 1,593 Rayond James Bank NA 679 Sallie Mae Bank 261 Sawyer Savings Bank 1,396 Southern Bank 1,579 Charles Schwab Bank 4.586 4.650 01/18/2024 1,551 Portfolio CPA Run Date: 01/21/2024 - 18:49 FI (PRF_FI) 7.3.11 Item 14 Attachment B - Investment Portfolio        Item 14: Staff Report Pg. 15  Packet Pg. 388 of 428  Fund ALL - Portfolio Listings Page 6 Purchase Current Maturity Days ToYTMYTMPar Value Market ValueCUSIPInvestment #Issuer Date Book Value Negotiable Certificates of Deposits 819866BR4 2718 NCD Sharonview Fed Credit Union 10/31/2022 248,848.01 249,000.00 249,002.49 5.000 4.966 5.035 10/31/2025 669 1,491 210 1,508 25 Sunwest Bank Space Age Federal Credit Union 1,519 First Source Bank Southeast Bank Southwest Financial Fed. Credi 130 Technology Credit Union 16 United Heritage Credit Union 483 932 455 2,752 235 227 682 441 697 1,443 1,548 Wahoo State Bank Western State Bank Wells Fargo Bank Wyoming Bank & Trust Subtotal and Average 44,167,761.81 44,196,000.00 42,694,303.61 3.269 3.314 776 Portfolio CPA Run Date: 01/21/2024 - 18:49 FI (PRF_FI) 7.3.11 Item 14 Attachment B - Investment Portfolio        Item 14: Staff Report Pg. 16  Packet Pg. 389 of 428  Fund ALL - Portfolio Listings Page 7 Purchase Current Maturity Days ToYTMYTMPar Value Market ValueCUSIPInvestment #Issuer Date Book Value Corporate Medium Term Bonds 037833CU2 2053 MTN Apple, Inc.08/06/2019 1,504,093.29 1,500,000.00 1,485,975.00 2.850 1.998 2.025 05/11/2024 131 Apple, Inc. Apple, Inc.769 Apple, Inc.775,227.91 750,000.00 1,135 Alphabet (Google) Inc.199,272.52 200,000.00 994,280.23 1,000,000.00 957 911,173.08 1,322 2,503,959.80 790 790 36 672 672 1,003,914.30 1,000,000.00 31 1,247 1,377,779.79 1,530,000.00 2,006,168.72 2,000,000.00 Yale University 470 Subtotal and Average 29,043,812.70 29,330,000.00 27,775,244.70 1.585 1.607 715 Federal Agency Bonds 31315PL23 1428 Federal Agricultural Mortgage 01/09/2015 404,643.99 404,000.00 402,072.92 3.330 2.540 2.575 03/27/2024 86 581 121 121 764 235 213 213 1580 1,505,432.39 1,500,000.00 1,490,580.00 1,000,230.27 986,210.00 1,479,315.00 Portfolio CPA Run Date: 01/21/2024 - 18:49 FI (PRF_FI) 7.3.11 Item 14 Attachment B - Investment Portfolio        Item 14: Staff Report Pg. 17  Packet Pg. 390 of 428  Fund ALL - Portfolio Listings Page 8 Purchase Current Maturity Days ToYTMYTMPar Value Market ValueCUSIPInvestment #Issuer Date Book Value Federal Agency Bonds 31315P4B2 1999 Federal Agricultural Mortgage 12/14/2018 549,162.36 549,000.00 1,000,000.00 678,000.00 548,176.50 3.460 3.018 3.060 01/30/2024 29 2034 2035 693,598.62 679,972.98 324 2098 572,134.50 550,000.00 547,976.00 581 2301 1,673,163.29 1,569,000.00 1,499,995.38 1,418 2340 Call 2458 Call 2471 1,499,388.33 1,391,370.00 2473 Call 2,571 1,240,230.00 2519 1,499,663.79 1,391,940.00 2524 816 2527 Call 2,653 2530 2533 2540 816 2593 1,000,000.00 1,000,000.00 920,610.00 1,008 2621 919,830.00 2625 1,000,000.00 923,730.00 Portfolio CPA Run Date: 01/21/2024 - 18:49 FI (PRF_FI) 7.3.11 Item 14 Attachment B - Investment Portfolio        Item 14: Staff Report Pg. 18  Packet Pg. 391 of 428  Fund ALL - Portfolio Listings Page 9 Purchase Current Maturity Days ToYTMYTMPar Value Market ValueCUSIPInvestment #Issuer Date Book Value Federal Agency Bonds 31422XRK0 2634 Federal Agricultural Mortgage 01/04/2022 1,500,000.00 1,500,000.00 1,382,190.00 1.320 1.301 1.320 01/04/2027 1,099 2640 Call 1787 893,727.00 84 1822 502,598.67 500,000.00 492,690.00 280 2314 1,038,025.60 1,000,000.00 963,630.00 945 2371 Call 1,241,795.18 2,373 602 602 624 637 637 2,366 1,495,890.00 992,130.00 992,350.00 992,350.00 1,996,160.00 863,020.00 900,000.00 769,149.00 1,500,000.00 1,500,000.00 1,247,670.00 Portfolio CPA Run Date: 01/21/2024 - 18:49 FI (PRF_FI) 7.3.11 Item 14 Attachment B - Investment Portfolio        Item 14: Staff Report Pg. 19  Packet Pg. 392 of 428  Fund ALL - Portfolio Listings Page 10 Purchase Current Maturity Days ToYTMYTMPar Value Market ValueCUSIPInvestment #Issuer Date Book Value Federal Agency Bonds 3130AJSR1 2375 Call Federal Home Loan Bank 07/09/2020 1,500,000.00 1,500,000.00 1,248,960.00 1.390 1.370 1.390 07/09/2030 2,381 2377 Call 604 637 604 637 2,367 1,224,435.00 2,864 921,310.00 922,450.00 922,860.00 918,090.00 924,230.00 936,150.00 941,920.00 942,040.00 1,423,920.00 1,496,910.00 2787 4 2794 Call 1,487 Portfolio CPA Run Date: 01/21/2024 - 18:49 FI (PRF_FI) 7.3.11 Item 14 Attachment B - Investment Portfolio        Item 14: Staff Report Pg. 20  Packet Pg. 393 of 428  Fund ALL - Portfolio Listings Page 11 Purchase Current Maturity Days ToYTMYTMPar Value Market ValueCUSIPInvestment #Issuer Date Book Value Federal Agency Bonds 3130AUU28 2824 Federal Home Loan Bank 02/08/2023 1,000,000.00 1,000,000.00 999,460.00 5.000 4.931 5.000 02/08/2024 38 2844 Federal Home Loan Bank 2902 Call Federal Home Loan Bank 1,000,000.00 1,000,000.00 994,960.00 3,431 Fed. Home Loan Mortgage Corp.402,047.10 1,500,000.00 1,500,000.00 1,250,655.00 1,406,760.00 623 617 610 631 631 1,402,230.00 653 638 638 638 653 646 666 2,486 2,492 2,492 1,500,000.00 1,500,000.00 1,398,405.00 665 Portfolio CPA Run Date: 01/21/2024 - 18:49 FI (PRF_FI) 7.3.11 Item 14 Attachment B - Investment Portfolio        Item 14: Staff Report Pg. 21  Packet Pg. 394 of 428  Fund ALL - Portfolio Listings Page 12 Purchase Current Maturity Days ToYTMYTMPar Value Market ValueCUSIPInvestment #Issuer Date Book Value Federal Agency Bonds 3134GW6N1 2440 Call Fed. Home Loan Mortgage Corp.11/05/2020 1,500,000.00 1,500,000.00 1,242,180.00 1.400 1.380 1.400 11/05/2030 2,500 2444 Call 2392 Call 1,000,000.00 1,000,000.00 939,730.00 605 940,250.00 604 1,410,375.00 604 604 630 638 633 2,408 2463 Call 1,043,730.00 670 1519 Tennessee Valley Authority 258 1589 Tennessee Valley Authority 830,406.79 775,000.00 808,890.75 670 1714 Tennessee Valley Authority 1,340,430.83 1,250,000.00 1,304,662.50 670 Subtotal and Average 198,788,258.46 198,355,594.59 178,632,300.01 1.587 1.610 1,560 Treasury Securities (Notes) 91282CBC4 2505 TB U.S. Treasury 02/26/2021 1,489,213.41 1,500,000.00 1,390,140.00 0.375 0.731 0.742 12/31/2025 730 1,483,245.00 Subtotal and Average 6,955,619.75 7,000,000.00 6,628,385.00 2.109 2.139 598 Municipal Bonds 010878AS5 2173 MUN County of Alameda 12/05/2019 302,708.32 1,439,948.56 505,928.16 116,361.37 290,000.00 1,500,000.00 505,000.00 110,000.00 286,894.10 1,431,720.00 494,940.40 107,123.50 4.000 2.139 2.168 08/01/2026 943 2,769 517 County of Alameda Alameda County Joint Pws Auth. 882 Portfolio CPA Run Date: 01/21/2024 - 18:49 FI (PRF_FI) 7.3.11 Item 14 Attachment B - Investment Portfolio        Item 14: Staff Report Pg. 22  Packet Pg. 395 of 428  Fund ALL - Portfolio Listings Page 13 Purchase Current Maturity Days ToYTMYTMPar Value Market ValueCUSIPInvestment #Issuer Date Book Value Municipal Bonds 010411CT1 2835 MUN State of Alabama 02/15/2023 980,477.99 503,112.94 936,391.20 546,318.01 1,762,702.82 207,535.81 349,564.47 466,442.85 920,431.12 248,406.93 565,965.83 1,010,239.98 2,000,000.00 321,190.50 203,344.70 450,697.79 178,223.97 295,538.98 286,220.57 124,941.23 184,710.70 941,324.31 257,700.59 980,052.18 561,956.31 597,772.17 156,058.91 421,673.81 504,645.95 401,877.46 976,539.74 1,000,000.00 975,450.00 494,435.00 934,070.40 558,920.25 1,620,727.50 207,642.50 320,827.50 438,329.50 880,679.20 243,763.20 568,234.90 924,010.00 1,868,440.00 310,581.50 191,280.60 437,775.00 167,428.80 271,251.00 260,398.80 117,408.75 183,196.20 939,270.00 265,137.00 908,690.00 483,477.50 552,498.00 156,541.10 429,385.00 429,040.00 366,180.00 889,970.40 3.450 4.142 4.200 11/01/2026 1,035 Antelope Valley Community Coll 2,039 Berkeley Unified School Dist.2,769 1,247 578 2,373 Burbank Unified School Distri. 1,308 1,004 1,065 Chabot-Las Positas CCD 578 Chabot-Las Positas CCD 1,308 Chabot-Las Positas CCD Chaffey Community Clg District 2,343 Calleguas Municipal Water Dist 2,008 912 2,039 Contra Costa Community College Portfolio CPA Run Date: 01/21/2024 - 18:49 FI (PRF_FI) 7.3.11 Item 14 Attachment B - Investment Portfolio        Item 14: Staff Report Pg. 23  Packet Pg. 396 of 428  Fund ALL - Portfolio Listings Page 14 Purchase Current Maturity Days ToYTMYTMPar Value Market ValueCUSIPInvestment #Issuer Date Book Value Municipal Bonds 212204JK8 2244 MUN Contra Costa Community College 02/07/2020 1,510,032.34 1,500,000.00 1,348,440.00 2.263 2.100 2.130 08/01/2029 2,039 943 1,308 2,738 Federal Farm Credit Bank . 1646 MUN 762 2,769 578 943 578 943 397 State of Georgia 639 State of Georgia 1,004 State of Georgia State of Georgia State of Georgia State of Georgia City of Glendora 1,613 City of Glendora City of Glendora Glendale Unified School Dist.1,339 State of Hawaii State of Hawaii 762 State of Hawaii 578 Portfolio CPA Run Date: 01/21/2024 - 18:49 FI (PRF_FI) 7.3.11 Item 14 Attachment B - Investment Portfolio        Item 14: Staff Report Pg. 24  Packet Pg. 397 of 428  Fund ALL - Portfolio Listings Page 15 Purchase Current Maturity Days ToYTMYTMPar Value Market ValueCUSIPInvestment #Issuer Date Book Value Municipal Bonds 446201AE5 2560 MUN City of Huntington Beach 08/12/2021 1,010,107.93 1,000,000.00 921,130.00 921,130.00 700,688.10 161,197.75 467,242.70 433,340.00 485,590.00 286,138.20 974,920.00 812,330.40 917,714.65 966,240.00 983,120.00 293,847.00 305,195.00 855,640.00 229,667.50 1,378,005.00 252,634.25 1,126,960.00 1,003,860.00 1,546,320.00 438,124.00 253,665.00 1,014,660.00 1,005,200.00 497,680.00 243,863.20 555,754.50 548,561.00 932,980.00 1.344 0.909 0.921 06/15/2026 896 1,947 1,674 Los Altos Elementary Sch Distr 974 City of Los Angeles 974 City of Los Angeles 1,339 City of Los Angeles City of Los Angeles City of Los Angeles 3,166 City of Los Angeles City of Los Angeles 244 Los Angeles Community College 2,404 943 943 2,039 1,277 State of Maryland 578 Milpitas Unified School Distr 1,674 Portfolio CPA Run Date: 01/21/2024 - 18:49 FI (PRF_FI) 7.3.11 Item 14 Attachment B - Investment Portfolio        Item 14: Staff Report Pg. 25  Packet Pg. 398 of 428  Fund ALL - Portfolio Listings Page 16 Purchase Current Maturity Days ToYTMYTMPar Value Market ValueCUSIPInvestment #Issuer Date Book Value Municipal Bonds 62451FJE1 2708 MUN Mtn. View-Whisman School Dist.10/19/2022 1,061,992.10 1,135,000.00 1,065,367.75 1.893 4.487 4.550 09/01/2026 974 1,308 943 1,308 2,404 943 2,039 State of Mississippi State of Mississippi State of Mississippi 335 State of Mississippi 670 State of Mississippi 305 State of Mississippi 2,830 State of Mississippi City of Napa Solid Waste 213 196 804 1,169 1,141 1,141 City of Oakland City of Oakland Portfolio CPA Run Date: 01/21/2024 - 18:49 FI (PRF_FI) 7.3.11 Item 14 Attachment B - Investment Portfolio        Item 14: Staff Report Pg. 26  Packet Pg. 399 of 428  Fund ALL - Portfolio Listings Page 17 Purchase Current Maturity Days ToYTMYTMPar Value Market ValueCUSIPInvestment #Issuer Date Book Value Municipal Bonds 672240WX2 2316 MUN City of Oakland 03/16/2020 1,492,296.63 1,500,000.00 1,348,050.00 2.070 2.151 2.181 01/15/2029 1,841 City of Oakland City of Oakland Pension 1,308 State of Ohio 974 City of Ontario (Pub Fin Auth)943 592 1,308 State of Oregon State of Oregon State of Oregon 1,247 State of Oregon State of Oregon State of Oregon State of Oregon State of Oregon State of Oregon State of Oregon 943 State of Oregon 2,861 State of Oregon Oxnard Union High School Distr City of Pacifica 882 Pasadena CA Public Finance Aut 851 1,065 Portfolio CPA Run Date: 01/21/2024 - 18:49 FI (PRF_FI) 7.3.11 Item 14 Attachment B - Investment Portfolio        Item 14: Staff Report Pg. 27  Packet Pg. 400 of 428  Fund ALL - Portfolio Listings Page 18 Purchase Current Maturity Days ToYTMYTMPar Value Market ValueCUSIPInvestment #Issuer Date Book Value Municipal Bonds 697379TV7 2839 MUN Palo Alto Unified School Dist.02/21/2023 1,552,161.59 1,500,000.00 1,544,385.00 5.862 4.683 4.748 07/01/2027 1,277 943 2,404 State of Rhode Island 1,552 State of Rhode Island Riverside Cmnty College Distt. 2,039 974 1,308 943 City of Santa Ana 1,308 Santa Barbara Unified School D Santa Clarita Community Colleg 943 1,613 517 882 1,247 Portfolio CPA Run Date: 01/21/2024 - 18:49 FI (PRF_FI) 7.3.11 Item 14 Attachment B - Investment Portfolio        Item 14: Staff Report Pg. 28  Packet Pg. 401 of 428  Fund ALL - Portfolio Listings Page 19 Purchase Current Maturity Days ToYTMYTMPar Value Market ValueCUSIPInvestment #Issuer Date Book Value Municipal Bonds 797356DL3 2606 MUN San Diego Unified Sch District 10/23/2021 895,819.95 268,431.30 242,644.71 892,860.75 267,248.94 1,991,652.17 498,734.57 198,805.25 876,413.46 209,705.38 248,984.12 744,419.66 1,144,122.04 187,494.96 430,000.00 435,000.00 432,444.68 401,929.58 255,385.92 1,029,269.62 2,106,101.60 244,891.84 228,711.95 1,488,943.98 1,105,312.18 479,897.47 1,024,736.28 532,997.07 526,930.88 328,629.20 1,001,691.01 900,000.00 270,000.00 260,000.00 1,000,000.00 255,000.00 1,980,000.00 500,000.00 200,000.00 875,000.00 210,000.00 250,000.00 750,000.00 1,275,000.00 225,000.00 430,000.00 435,000.00 435,000.00 400,000.00 250,000.00 1,000,000.00 2,105,000.00 245,000.00 230,000.00 1,420,000.00 1,120,000.00 575,000.00 1,000,000.00 500,000.00 635,000.00 305,000.00 1,000,000.00 756,549.00 236,169.00 240,047.60 874,700.00 238,812.60 1,835,519.40 423,455.00 185,366.00 807,187.50 199,107.30 230,625.00 691,875.00 1,126,577.25 194,035.50 394,783.00 392,617.95 407,608.05 383,248.00 223,207.50 1,008,630.00 2,027,283.40 231,478.45 221,508.40 1,454,349.80 995,780.80 484,242.00 1,015,050.00 528,035.00 545,166.55 327,701.15 1,063,520.00 1.984 2.024 2.053 07/01/2031 2,738 1,643 2,769 851 486 851 851 1,582 1,308 547 2,008 531 896 531 896 1,992 1,627 Portfolio CPA Run Date: 01/21/2024 - 18:49 FI (PRF_FI) 7.3.11 Item 14 Attachment B - Investment Portfolio        Item 14: Staff Report Pg. 29  Packet Pg. 402 of 428  Fund ALL - Portfolio Listings Page 20 Purchase Current Maturity Days ToYTMYTMPar Value Market ValueCUSIPInvestment #Issuer Date Book Value Municipal Bonds 79772EBC2 1937 MUN San Francisco Cmnty Facs Dist 03/02/2018 674,752.05 371,313.90 138,357.02 304,658.67 584,945.31 1,321,265.00 503,825.19 509,396.88 352,608.50 585,000.00 499,044.16 221,458.10 500,936.75 357,059.46 343,641.70 315,000.00 500,000.00 997,012.56 858,688.13 757,524.10 421,486.15 334,376.33 576,126.47 610,424.12 773,379.71 651,569.76 213,054.67 665,384.02 2,000,658.67 1,500,494.00 998,118.03 680,000.00 350,000.00 130,000.00 300,000.00 575,000.00 1,295,000.00 500,000.00 480,000.00 405,000.00 585,000.00 500,000.00 245,000.00 545,000.00 350,000.00 345,000.00 315,000.00 500,000.00 1,000,000.00 990,000.00 850,000.00 455,000.00 315,000.00 570,000.00 600,000.00 850,000.00 650,000.00 215,000.00 825,000.00 2,000,000.00 1,500,000.00 1,000,000.00 648,652.00 332,258.50 124,950.80 295,866.00 493,407.50 1,214,192.00 492,455.00 422,976.00 356,886.00 502,134.75 429,175.00 220,438.75 501,405.45 332,962.00 318,628.20 309,128.40 460,545.00 938,040.00 865,972.80 758,506.00 421,967.00 303,426.90 480,071.10 529,248.00 762,305.50 595,465.00 195,736.00 668,398.50 1,942,180.00 1,456,635.00 968,100.00 3.250 3.451 3.499 09/01/2027 1,339 2,800 182 2,738 San Juan Unified School Dist 974 San Jose Financing Authority 882 1,339 1,674 1,674 Santa Monica-Malibu USD 943 Santa Monica-Malibu USD 2,769 San Mateo Cnty Comm. College D 244 609 Portfolio CPA Run Date: 01/21/2024 - 18:49 FI (PRF_FI) 7.3.11 Item 14 Attachment B - Investment Portfolio        Item 14: Staff Report Pg. 30  Packet Pg. 403 of 428  Fund ALL - Portfolio Listings Page 21 Purchase Current Maturity Days ToYTMYTMPar Value Market ValueCUSIPInvestment #Issuer Date Book Value Municipal Bonds 799017UW6 1940 MUN San Mateo Foster City SCH Dist 03/09/2018 995,533.43 1,346,177.91 1,578,003.65 500,000.00 178,922.24 1,290,650.03 375,697.25 1,160,383.81 750,000.00 200,629.29 386,927.88 745,504.46 822,482.07 345,160.63 161,229.81 179,443.78 412,911.21 274,665.09 156,580.91 413,966.44 1,755,000.00 1,507,611.40 866,673.30 135,000.00 135,000.00 504,885.10 250,000.00 356,351.12 1,003,877.60 1,653,483.94 701,478.04 1,000,000.00 968,100.00 1,240,551.20 1,447,484.15 455,880.00 163,318.75 1,210,821.15 381,539.50 1,069,810.50 685,972.50 182,926.00 321,824.10 632,497.50 680,781.75 307,818.00 147,250.00 172,074.60 381,403.40 257,032.50 148,129.10 394,937.40 1,725,972.30 1,293,450.00 858,591.80 121,390.65 123,560.10 435,280.00 221,072.50 325,726.70 948,090.00 1,588,092.00 673,736.00 2.699 2.959 3.000 09/01/2025 609 1,705 1,705 974 943 943 2,070 943 2,769 1,308 213 2,404 1,705 943 State of Tennessee 578 State of Tennessee 578 Portfolio CPA Run Date: 01/21/2024 - 18:49 FI (PRF_FI) 7.3.11 Item 14 Attachment B - Investment Portfolio        Item 14: Staff Report Pg. 31  Packet Pg. 404 of 428  Fund ALL - Portfolio Listings Page 22 Purchase Current Maturity Days ToYTMYTMPar Value Market ValueCUSIPInvestment #Issuer Date Book Value Municipal Bonds 880541QU4 2001 MUN State of Tennessee 12/20/2018 205,907.01 373,173.13 573,763.40 165,398.29 451,281.66 1,525,839.70 1,002,884.95 1,349,591.17 252,999.72 254,591.68 1,058,082.04 515,277.73 1,521,164.75 1,015,935.48 416,078.92 208,209.52 166,183.48 714,165.17 490,722.57 507,384.22 2,118,579.94 1,545,968.90 1,029,933.81 875,809.03 1,000,000.00 470,612.21 205,000.00 445,000.00 650,000.00 205,000.00 500,000.00 1,500,000.00 940,000.00 1,265,000.00 250,000.00 245,000.00 1,000,000.00 500,000.00 1,500,000.00 1,000,000.00 440,000.00 230,000.00 165,000.00 698,684.05 485,000.00 500,000.00 2,000,000.00 1,500,000.00 1,000,000.00 865,000.00 1,000,000.00 500,000.00 203,450.20 376,087.30 580,833.50 168,356.25 446,795.00 1,462,005.00 903,838.20 1,216,335.45 246,382.50 238,590.80 892,620.00 485,755.00 1,464,525.00 976,350.00 398,428.80 207,621.00 164,551.20 690,202.03 483,627.45 498,585.00 1,755,640.00 1,424,535.00 949,690.00 873,823.00 930,580.00 465,290.00 3.728 2.860 2.900 08/01/2024 213 3,074 1,308 2,769 1,308 639 State of Texas 2,100 State of Texas State of Texas State of Texas 639 State of Texas 2,465 State of Texas University of California 500 500 1,230 State of Utah 547 State of Washington 213 213 2,677 State of Wisconsin State of Wisconsin 851 State of Wisconsin 2 851 1,308 Subtotal and Average 220,915,246.84 221,423,684.05 207,679,271.88 2.460 2.494 1,334 Supranationals (World Bank) Bonds 4581X0DV7 2528 IADB Inter-American Dev. Bank 04/20/2021 1,997,835.39 2,000,000.00 1,854,220.00 0.875 0.910 0.923 04/20/2026 840 1,108 Portfolio CPA Run Date: 01/21/2024 - 18:49 FI (PRF_FI) 7.3.11 Item 14 Attachment B - Investment Portfolio        Item 14: Staff Report Pg. 32  Packet Pg. 405 of 428  Fund ALL - Portfolio Listings Page 23 Purchase Current Maturity Days ToYTMYTMPar Value Market ValueCUSIPInvestment #Issuer Date Book Value Supranationals (World Bank) Bonds 4581X0EB0 2655 IADB Inter-American Dev. Bank 01/14/2022 998,834.55 1,500,340.65 1,500,000.00 1,500,000.00 1,497,304.16 1,492,001.99 1,493,965.41 1,493,771.12 1,492,785.51 984,664.76 1,000,000.00 926,040.00 1,397,910.00 1,386,810.00 1,383,450.00 1,397,910.00 1,397,910.00 1,386,810.00 1,386,810.00 1,386,810.00 920,760.00 1.500 1.518 1.540 01/13/2027 1,108 Intl Bk Recon & Development 771 779 666 666 771 771 771 785 998,990.74 967,440.00 441 1,983,407.61 1,986,600.00 1,368 1,487,665.84 1,489,950.00 1,368 1,354,046.08 1,348,575.00 1,000,000.00 2454 IFC 1,407,945.00 684 2483 IFC 745 2502 IFC 745 2503 IFC 787 2514 IFC 804 2515 IFC 812 2517 IFC 812 2532 IFC 865 2654 IFC 1,011 Subtotal and Average 43,888,665.59 615,665,374.43 44,500,000.00 616,711,287.92 41,446,155.00 576,479,076.85 1.559 1.581 887 Total Investments and Average 1,142 Portfolio CPA Run Date: 01/21/2024 - 18:49 FI (PRF_FI) 7.3.11 Item 14 Attachment B - Investment Portfolio        Item 14: Staff Report Pg. 33  Packet Pg. 406 of 428  1 General Investment Guidelines:Full Compliance a) The max. stated final maturity of individual securities in the portfolio should be 10 years. b) A max. of 30 percent of the par value of the portfolio shall be invested in securities with maturities 24.9% beyond 5 years. c) The City shall maintain a minimum of one month's cash needs in short term investments. d) At least $50 million shall be maintained in securities maturing in less than 2 years. Plus two managed pool accounts which provide instant liquidity: - Local Agency Investment Fund (LAIF) - maximum investment limit is $75 million $43.8 million - Fidelity Investments $28.1 million e) Should market value of the portfolio fall below 95 percent of the book value, report this fact within a 93.6% reasonable time to the City Council and evaluate if there are risk of holding securities to maturity. d) Commitments to purchase securities newly introduced on the market shall be made no more than three (3) working days before pricing. f) Whenever possible, the City will obtain three or more quotations on the purchase or sale of comparable securities (excludes new issues, LAIF, City of Palo Alto bonds, money market accounts, and mutual funds). 2 U.S. Government Securities:Full Compliance a) There is no limit on purchase of these securities. b) Securities will not exceed 10 years maturity. 3 U.S. Government Agency Securities:Full Compliance a) There is no limit on purchase of these securities except for: Callable and Multi-step-up securities provided that: - The potential call dates are known at the time of purchase; - the interest rates at which they "step-up" are known at the time of purchase; and - the entire face value of the security is redeemed at the call date. - No more than 25 percent of the par value of portfolio.24.84% b) Securities will not exceed 10 years maturity. 4 California State, California Local Government Agencies, and other United States State Bonds:Full Compliance a)Having at time of investment a minimum Double A (AA/Aa2) rating as provided by a nationally recognized rating service (e.g., Moody’s, Fitch, and/or Standard and Poor’s). )May not exceed 40 percent of the par value of the portfolio.35.82% 5 Certificates of Deposit (CD):Full Compliance a)May not exceed 20 percent of the par value of the portfolio;None Held b)No more than 10 percent of the par value of the portfolio in collateralized CDs in any institution. c) Purchase collateralized deposits only from federally insured large banks that are rated by a nationally recognized rating agency (e.g. Moody's, Fitch, and/or Standard & Poor's). d) For non-rated banks, deposit should be limited to amounts federally insured (FDIC) e) Rollovers are not permitted without specific instruction from authorized City staff. 6 Banker's Acceptance Notes (BA):Full Compliance a)No more than 30 percent of the par value of the portfolio.None Held b) Not to exceed 180 days maturity. c) No more than $5 million with any one institution. $173.1 million 1.14% Attachment C Investment Policy Compliance As of December 31, 2023 Investment Policy Requirements Compliance Check / Actual Item 14 Attachment C - Investment Policy Compliance        Item 14: Staff Report Pg. 34  Packet Pg. 407 of 428  Attachment C Investment Policy Compliance As of December 31, 2023 Investment Policy Requirements Compliance Check / Actual 7 Commercial Paper:Full Compliance a)No more than 15 percent of the par value of the portfolio.None Held b) Having highest letter or numerical rating from a nationally recognized rating service. c) Not to exceed 270 days maturity. d)No more than $3 million or 10 percent of the outstanding commercial paper of any one institution, whichever is lesser. 8 Short-Term Repurchase Agreement (REPO):Full Compliance a) Not to exceed 1 year.None Held b) Market value of securities that underlay a repurchase agreement shall be valued at 102 percent or greater of the funds borrowed against those securities. 9 Money Market Deposit Accounts Full Compliance a) Liquid bank accounts which seek to maintain a net asset value of $1.00. 10 Mutual Funds:Full Compliance a)No more than 20 percent of the par value of the portfolio.None Held b)No more than 10 percent of the par value with any one institution. 11 Negotiable Certificates of Deposit (NCD):Full Compliance a)No more than 20 percent of the par value of the portfolio.7.17% b) No more than $5 million in any one institution.Federally Insured 12 Medium-Term Corporate Notes:Full Compliance a)No more than 10 percent of the par value of the portfolio.4.75% b) Not to exceed 5 years maturity. c) Securities eligible for investment shall have a minimum rating of AA or Aa2 from a nationally recognized rating service. d) No more than $5 million of the par value may be invested in securities of any single issuer, other than the U.S. Government, its agencies and instrumentality. e) If securities owned by the City are downgraded by either rating agencies to a level below AA it shall be the City's policy to review the credit situation and make a determination as to whether to sell or retain such securities. 13 Supranational Organizations Securities:Full Compliance a) Securities will not exceed 5 years maturity b)No more than 20 percent of the par value of the portfolio.7.22% c)No more than 10 percent in any one institution.Full Compliance d) Securities eligible for investment shall have a minimum rating of AA or Aa2 from a nationally recognized rating service. 14 Prohibited Investments: a) Reverse Repurchase Agreements b) Derivatives as defined in Appendix B of the Investment Policy 15 All securities shall be delivered to the City's safekeeping custodian, and held in the name of the City, with the exception of : - Certificates of Deposit, Mutual Funds, and Local Agency Investment Fund (LAIF) Full Compliance None Held Full Compliance Item 14 Attachment C - Investment Policy Compliance        Item 14: Staff Report Pg. 35  Packet Pg. 408 of 428  City Council Staff Report From: City Manager Report Type: INFORMATION REPORTS Lead Department: Administrative Services Meeting Date: February 12, 2024 Report #:2401-2567 TITLE Sales Tax Digest Summary Calendar 2023 (July 2023 - Sept 2023) DISCUSSION This report transmits information regarding the City of Palo Alto’s sales tax receipts for the third quarter (July - September) of 2023. Further and more detailed levels of information can be found in the attached City of Palo Alto Sales Tax Digest Summary and Legislative Update 2023 Q3 (Attachment A). The City’s sales tax cash receipts of $9.6 million for the third quarter (July to September 2023) is $0.90 million (10.3%) higher than the same quarter of the prior year (see Attachment A, Historical Analysis by Calendar Quarter). When adjusted for non-period related payments, the overall economic quarter over quarter sales tax activity (Q3 2022 to Q3 2023) in Palo Alto increased by $0.96 million (13.9%). Statewide, Q3 2023 sales tax cash receipts decreased 3.2% from Q3 2022. For the year ending in the third quarter of 2023, sales tax cash receipts for the city increased by 9.7% from the prior year. When adjusted for non-period related payments, the overall economic sales tax activity in Palo Alto for the year increased by 6.0%. In comparison, statewide sales tax cash receipts decreased by 0.3% and Northern California decreased by 0.8%. The third quarter includes $1.5 million of sales tax receipts from the county pool. The City’ s share of the county pool for this quarter is 6.7%, up 0.8% from the third quarter of 2022. County pools are primarily from online purchases from out-of-state companies, remote sellers who ship merchandise to California/ County destinations, and private vehicle sales that are not directly allocated to a jurisdiction. County pools are allocated to local jurisdictions based on each jurisdiction’ s share of total sales taxes. ATTACHMENTS Attachment A: 2023 Q3 Sales Tax Data and Legislative Update APPROVED BY: Kiely Nose, Assistant City Manager Item 15 Item 15 Staff Report        Item 15: Staff Report Pg. 1  Packet Pg. 409 of 428  City of Palo Alto Sales Tax Digest Summary Collections through November 2023 Sales July through September 2023 (2023Q3) www.avenuinsights.com (800) 800-8181 Page 1 California Overview For the year ending in the third quarter of 2023, cash receipts decreased 0.3% statewide, and decreased 0.4% in S.F. Bay Area. However, when adjusted for non-period related payments, the overall economic sales tax activity for the year ending in third quarter of 2023 decreased by 1.3% statewide and decreased by 3.2% in S.F. Bay Area. City of Palo Alto For the year ending in the third quarter of 2023, sales tax cash receipts for the city increased by 9.7% from the prior year. However, when adjusted for non-period related payments, the overall economic sales tax activity in Palo Alto for the year ending in third quarter of 2023 increased by 6.0%. Same quarter sales tax cash receipts decreased by 3.2% in California from Q3 2022 to Q3 2023. Overall, the decline in sales tax cash receipts in California in Q3 2023 when compared to the same quarter in the prior year was due to a combination of factors, including consumer responses to higher prices and higher interest rates. While inflation rates have been declining, the cumulative impact of higher prices and economic uncertainty have started to impact consumer confidence and ultimately impacted consumer demand in Q3 2023. Interest rate increases made financing larger purchases, such as new autos, more expensive. The Palo Alto citywide sales tax cash receipts increased by 10.3% over the Q3 2022 to Q3 2023 period. Palo Alto’s growth bucked the overall statewide decreasing trend during the same period. Key reasons for the Palo Alto increase during this period (while the rest of the state was down) were a 11.6% increase in restaurants economic activity, a 14.5% increase in the auto leasing segment, along with an increase in non-period cash payments. The Transportation Category in Palo Alto saw the largest decline in taxable sales on an economic basis over the past year, falling by 5.7%. This was largely driven by a 6.9% year-over-year decline in taxable sales of new autos. The average price of a new car in California was $47,899 in 2023Q3, down from $48,259 in 2022Q3, a 0.7% decrease. The average price of a Tesla in California declined by $14,317 in the year ended 2023Q3, from $65,000 in 2022Q3 to $50,683 in 2023Q3, a 22.0% decline. The decrease in the Transportation category for the Palo Alto can also be attributed to CDTFA’s determination that Tesla had not been reporting the local tax correctly based on Point-of-Sale criteria for auto dealerships. Item 15 Attachment A - 2023 Q3 Sales Tax Data and Legislative Update        Item 15: Staff Report Pg. 2  Packet Pg. 410 of 428  City of Palo Alto www.avenuinsights.com (800) 800-8181 Page 2 % of Total / % Change Palo Alto California Statewide S.F. Bay Area Sacramento Valley Central Valley South Coast Inland Empire North Coast General Retail 26.2 / -1.1 28.3 / 0.6 23.6 / -4.0 28.5 / 0.5 37.0 / 0.8 26.9 / 2.2 33.6 / -0.8 27.1 / 2.6 Food Products 17.2 / 10.4 21.0 / 2.7 23.0 / 4.0 16.6 / 2.2 14.7 / 2.8 22.9 / 3.1 17.6 / -2.0 18.2 / 1.4 Transportation 17.9 / -5.7 23.9 / -3.8 19.9 / -5.2 26.6 / -5.9 22.8 / -3.2 24.9 / -2.5 24.7 / -7.7 28.9 / -7.2 Business to Business 35.5 / 19.7 16.0 / -4.2 21.7 / -5.8 14.7 / 0.3 14.8 / -3.4 15.6 / -4.5 11.1 / -1.2 10.2 / -9.6 Misc/Other 3.2 / -12.0 10.8 / -4.0 11.7 / -6.2 1.1 / 1.8 0.7 / -6.9 1.1 / -0.4 13.0 / -6.0 1.0 / 11.0 Total 100.0 / 6.0 100.0 / -1.3 100.0 / -3.2 100.0 / -2.3 100.0 / -1.2 100.0 / -0.3 100.0 / -3.6 100.0 / -2.9 Palo Alto California Statewide S.F. Bay Area Sacramento Valley Central Valley South Coast Inland Empire North Coast Largest Segment Leasing Restaurants Restaurants Miscellaneous Retail Miscellaneous Retail Restaurants Miscellaneous Retail Restaurants % of Total / % Change 21.9 / 14.5 15.1 / 5.1 17.0 / 6.2 11.7 / 10.5 14.8 / 11.0 16.9 / 5.3 16.5 / 1.6 11.5 / 1.4 2nd Largest Segment Restaurants Auto Sales - New Auto Sales - New Restaurants Department Stores Auto Sales - New Restaurants Auto Sales - New % of Total / % Change 15.4 / 11.6 11.5 / -0.3 9.6 / -2.7 11.3 / 3.1 10.9 / -1.9 12.8 / 0.4 11.3 / 2.4 11.4 / 0.9 3rd Largest Segment Auto Sales - New Miscellaneous Retail Department Stores Auto Sales - New Restaurants Miscellaneous Retail Auto Sales - New Department Stores % of Total / % Change 14.0 / -6.9 9.9 / 9.4 7.7 / -2.9 11.3 / -1.1 9.8 / 4.8 8.6 / 14.9 11.1 / -1.7 10.8 / 20.0 ECONOMIC CATEGORY ANALYSIS FOR YEAR ENDED 3rd Quarter 2023 ECONOMIC SEGMENT ANALYSIS FOR YEAR ENDED 3rd Quarter 2023 Regional Overview The first chart on page two shows adjusted economic benchmark year amounts, which means that it shows the year ended third quarter of 2023 compared to the year ended third quarter of 2022 (benchmark years are rolling annual comparisons through the current quarter). The growth rates are different between the state and Palo Alto because the sales tax from businesses in Palo Alto performed better overall than the statewide average. Regional Overview Chart (Economic) BENCHMARK YEAR 2023Q3 COMPARED TO BENCHMARK YEAR 2022Q3 Item 15 Attachment A - 2023 Q3 Sales Tax Data and Legislative Update        Item 15: Staff Report Pg. 3  Packet Pg. 411 of 428  City of Palo Alto www.avenuinsights.com (800) 800-8181 Page 3 $- $5,000,000 $10,000,000 $15,000,000 $20,000,000 $25,000,000 $30,000,000 $35,000,000 Quarterly Benchmark Year Leasing 22.0% Restaurants 15.5% Auto Sales -New 14.0% Office Equipment 8.2%Apparel Stores 6.6% All Other 33.8% Net Pools & Adjustments 23.9% Gross Historical Sales Tax Cash Receipts by Benchmark Year and Quarter (Before Adjustments) Net Cash Receipts for Benchmark Year third Quarter 2023: $36,691,136 *Benchmark year (BMY) is the sum of the current and 3 previous quarters (2023Q3 BMY is sum of 2023 Q3, 2023 Q2, 2023 Q1, 2022 Q4) Item 15 Attachment A - 2023 Q3 Sales Tax Data and Legislative Update        Item 15: Staff Report Pg. 4  Packet Pg. 412 of 428  City of Palo Alto www.avenuinsights.com (800) 800-8181 Page 2 Anderson Honda Macy's Department Store Shreve & Co. Apple Stores Magnussen's Toyota of Palo Alto Stanford Health Care Arco AM/PM Mini Marts Neiman Marcus Tesla Audi Palo Alto Nordstrom Department Store Tesla Lease Trust Bloomingdale's Richemont Tiffany & Company Hengehold Trucks Rivian Automotive Union 76 Service Stations Hermes Sephora Varian Medical Systems HP Enterprise Services Shell Service Stations Volvo Cars Palo Alto Louis Vuitton TOP 25 SALES/USE TAX CONTRIBUTORS The following list identifies Palo Alto’s Top 25 Sales/Use Tax contributors. The list is in alphabetical order and represents the year ended third quarter of 2023. The Top 25 Sales/Use Tax contributors generate 61.9% of Palo Alto’s total sales and use tax revenue. Item 15 Attachment A - 2023 Q3 Sales Tax Data and Legislative Update        Item 15: Staff Report Pg. 5  Packet Pg. 413 of 428  City of Palo Alto www.avenuinsights.com (800) 800-8181 Page 5 $- $500,000 $1,000,000 $1,500,000 $2,000,000 $2,500,000 $3,000,000 $3,500,000 $4,000,000 $4,500,000 $5,000,000 Benchmark Year 2023Q3 Benchmark Year 2022Q3 Sales Tax from Largest Non-Confidential Sales Tax Segments (Economic) Item 15 Attachment A - 2023 Q3 Sales Tax Data and Legislative Update        Item 15: Staff Report Pg. 6  Packet Pg. 414 of 428  City of Palo Alto www.avenuinsights.com (800) 800-8181 Page 5 Economic Category % 2023Q3 2023Q2 2023Q1 2022Q4 2022Q3 2022Q2 2022Q1 2021Q4 2021Q3 2021Q2 2021Q1 Business To Business 27.3%2,619,833 2,439,519 2,350,567 2,571,178 2,194,817 2,095,020 2,031,199 2,136,501 1,689,561 1,559,814 1,700,725 Miscellaneous/Other 19.5%1,870,170 1,546,096 1,302,322 1,517,005 1,597,816 1,724,861 1,701,538 1,687,189 1,812,731 1,743,358 1,558,859 General Retail 19.1%1,834,297 2,017,885 1,640,927 2,305,038 1,802,777 1,920,316 1,639,417 2,282,253 1,687,461 1,740,666 1,153,240 Food Products 13.3%1,277,173 1,349,926 1,195,458 1,260,287 1,230,824 1,227,240 1,018,577 1,083,309 999,729 912,939 635,705 Subtotal Economic (Local Business)79.3%7,601,473 7,353,426 6,489,274 7,653,508 6,826,234 6,967,438 6,390,731 7,189,252 6,189,482 5,956,778 5,048,529 Net Pools & Adjustments 20.7%1,986,175 2,084,763 1,586,938 1,935,580 1,862,181 686,044 1,721,924 1,806,328 584,508 1,513,663 1,741,273 Total Cash Receipts 100.0%9,587,647 9,438,189 8,076,212 9,589,088 8,688,414 7,653,481 8,112,655 8,995,580 6,773,990 7,470,441 6,789,802 Economic Segment % 2023Q3 2023Q2 2023Q1 2022Q4 2022Q3 2022Q2 2022Q1 2021Q4 2021Q3 2021Q2 2021Q1 Miscellaneous/Other 48.4%4,635,983 4,197,978 3,818,384 4,490,992 4,087,158 4,008,008 3,949,786 3,969,954 3,752,178 3,570,610 3,406,995 Restaurants 12.0%1,154,189 1,214,502 1,073,621 1,114,637 1,102,248 1,093,944 902,707 947,771 884,911 799,544 540,244 Miscellaneous Retail 5.0%480,649 512,077 448,322 545,797 381,616 479,710 432,956 679,381 412,016 514,516 338,032 Apparel Stores 5.0%478,973 509,894 423,470 538,573 435,730 495,508 392,724 540,782 406,274 398,447 264,318 Department Stores 4.5%435,388 492,374 356,626 533,032 423,601 454,349 367,144 525,295 388,703 384,763 237,522 Service Stations 2.4%229,911 222,029 192,723 215,640 233,387 250,715 191,755 190,610 181,460 157,268 116,258 Food Markets 1.1%103,251 111,465 101,978 116,810 99,811 104,253 91,634 108,203 90,773 89,773 74,397 Business Services 0.9%83,130 93,106 74,150 98,027 62,683 80,950 62,025 227,256 73,169 41,858 70,763 Subtotal Economic (Local Business)79.3%7,601,473 7,353,426 6,489,274 7,653,508 6,826,234 6,967,438 6,390,731 7,189,252 6,189,482 5,956,778 5,048,529 Net Pools & Adjustments 20.7%1,986,175 2,084,763 1,586,938 1,935,580 1,862,181 686,044 1,721,924 1,806,328 584,508 1,513,663 1,741,273 Total Cash Receipts 100.0%9,587,647 9,438,189 8,076,212 9,589,088 8,688,414 7,653,481 8,112,655 8,995,580 6,773,990 7,470,441 6,789,802 Historical Analysis by Calendar Quarter The chart above shows the categories and segments in quarterly economic basis amounts. The total amount is the net cash receipts, and it was obtained by adding up the categories/segments with the “Net Pools & Adjustments” amount. Item 15 Attachment A - 2023 Q3 Sales Tax Data and Legislative Update        Item 15: Staff Report Pg. 7  Packet Pg. 415 of 428  City of Palo Alto www.avenuinsights.com (800) 800-8181 Page 7 Economic Category % 2023Q3 2022Q3 2021Q3 2020Q3 2019Q3 2018Q3 2017Q3 2016Q3 2015Q3 2014Q3 Business To Business 28.7%10,537,037 8,801,184 7,087,412 8,271,109 8,206,755 6,135,995 5,533,774 5,274,809 4,252,383 4,537,394 Miscellaneous/Other 17.0%6,254,742 6,703,263 6,886,475 5,536,429 8,213,787 7,119,601 6,064,700 6,214,339 5,685,238 5,340,922 General Retail 21.0%7,715,221 7,711,008 6,188,795 5,169,077 7,806,118 8,438,880 8,410,442 8,066,588 8,097,731 8,085,021 Food Products 13.9%5,101,072 4,618,590 3,229,004 3,381,024 4,912,510 4,799,026 4,641,731 4,623,265 4,411,228 4,126,302 Subtotal Economic (Local Business)80.7%29,608,071 27,834,045 23,391,686 22,357,638 29,139,170 26,493,501 24,650,648 24,179,001 22,446,580 22,089,640 Net Pools & Adjustments 19.3%7,083,065 5,616,086 4,983,730 5,500,512 5,787,830 5,476,835 4,896,415 4,110,008 4,201,030 3,612,493 Total 100.0%36,691,136 33,450,131 28,375,417 27,858,150 34,927,000 31,970,336 29,547,063 28,289,009 26,647,610 25,702,133 Economic Segment % 2023Q3 2022Q3 2021Q3 2020Q3 2019Q3 2018Q3 2017Q3 2016Q3 2015Q3 2014Q3 Miscellaneous/Other 48.2%17,688,682 16,315,061 14,908,971 14,585,390 17,361,346 14,617,927 12,927,875 12,448,262 11,022,846 11,018,397 Restaurants 12.5%4,580,374 4,105,455 2,788,501 2,900,521 4,337,084 4,196,932 4,040,236 4,021,805 3,835,898 3,602,981 Miscellaneous Retail 5.2%1,893,775 2,024,139 1,754,067 1,220,669 1,658,961 1,688,462 2,034,384 1,992,497 1,519,840 1,518,777 Apparel Stores 5.3%1,947,222 1,873,085 1,433,338 1,193,933 1,951,720 1,931,597 1,721,857 1,631,712 1,656,560 1,663,440 Department Stores 5.0%1,817,415 1,774,002 1,326,441 1,014,928 1,842,137 2,085,700 2,032,059 2,188,368 2,402,334 2,376,717 Service Stations 2.4%866,745 866,857 566,228 505,818 693,546 671,528 601,794 554,825 668,928 784,615 Business Services 1.0%380,071 471,450 269,485 550,605 845,213 819,254 790,083 832,423 839,442 670,259 Food Markets 1.2%433,789 403,997 344,656 385,774 449,163 482,100 502,359 509,109 500,731 454,455 Subtotal Economic (Local Business)80.7%29,608,071 27,834,045 23,391,686 22,357,638 29,139,170 26,493,501 24,650,648 24,179,001 22,446,580 22,089,640 Net Pools & Adjustments 19.3%7,083,065 5,616,086 4,983,730 5,500,512 5,787,830 5,476,835 4,896,415 4,110,008 4,201,030 3,612,493 Total 100.0%36,691,136 33,450,131 28,375,417 27,858,150 34,927,000 31,970,336 29,547,063 28,289,009 26,647,610 25,702,133 Historical Analysis by Calendar BMY from 2014Q3 to 2023Q3 The chart above shows the categories and segments in benchmark year economic basis amounts. The total amount is the net cash receipts, and it was obtained by adding up the categories/segments with the “Net Pools & Adjustments” amount. Benchmark year (BMY) is the sum of the current and 3 previous quarters (2023Q3 BMY is sum of 2023 Q3, 2023 Q2, 2023 Q1, 2022 Q4). Item 15 Attachment A - 2023 Q3 Sales Tax Data and Legislative Update        Item 15: Staff Report Pg. 8  Packet Pg. 416 of 428  City of Palo Alto www.avenuinsights.com (800) 800-8181 Page 8 Ge n e r a l R e t a i l Fo o d P r o d u c t s Tr a n s p o r t a t i o n Bu s i n e s s t o B u s i n e s s Mi s c / O t h e r 20 2 3 / 3 T o t a l 20 2 2 / 3 T o t a l % C h g La r g e s t G a i n Se c o n d L a r g e s t Ga i n La r g e s t D e c l i n e Se c o n d L a r g e s t De c l i n e Campbell -2.3%1.6%-5.4%-14.2%-5.5%2,621,244 2,734,865 -4.2%I.T. Infrastructure Office Equipment Light Industry Electronic Equipment Cupertino 3.0%7.6%11.8%-2.5%11.0%8,679,509 8,777,018 -1.1%Restaurants Service Stations I.T. Infrastructure Office Equipment Gilroy -2.6%3.0%8.3%16.9%-11.9%4,574,449 4,463,250 2.5%Auto Sales - New Heavy Industry Bldg.Matls-Whsle Service Stations Los Altos -4.8%-3.1%-13.6%-49.6%-4.4%596,170 666,060 -10.5%Food Markets Auto Parts/Repair Electronic Equipment Service Stations Los Gatos -8.3%9.2%-1.0%-8.1%-49.9%1,406,816 1,485,590 -5.3%Food Processing Eqp Liquor Stores Miscellaneous Other Furniture/Appliance Milpitas -0.9%3.7%1.2%-20.4%-6.5%5,852,181 6,231,427 -6.1%Restaurants Auto Sales - New Office Equipment Furniture/Appliance Morgan Hill 4.2%-0.1%11.4%5.0%1.7%2,790,740 2,631,056 6.1%Auto Sales - New Misc. Vehicle Sales Auto Parts/Repair Energy Sales Mountain View 5.8%-5.0%-12.4%7.0%10.3%4,920,160 4,992,780 -1.5%Business Services Auto Parts/Repair Auto Sales - New Office Equipment Palo Alto -1.3%3.1%21.7%29.7%0.4%7,840,790 6,881,458 13.9%Office Equipment Auto Sales - New Furniture/Appliance Bldg.Matls-Whsle San Jose -2.5%3.4%-7.9%13.4%3.0%50,232,059 49,442,213 1.6%Office Equipment Miscellaneous Other Auto Sales - New Electronic Equipment Santa Clara -6.4%14.4%-6.1%0.8%-10.6%12,959,968 13,097,600 -1.1%Light Industry Restaurants Office Equipment Heavy Industry County of Santa Clara 3.2%-11.2%55.2%-31.8%8.6%1,294,694 1,345,716 -3.8%Misc. Vehicle Sales Health & Government Food Processing Eqp Heavy Industry Saratoga -0.6%1.6%-5.3%-47.8%24.0%277,630 289,988 -4.3%Light Industry Auto Parts/Repair Business Services Service Stations Sunnyvale 19.7%2.9%19.7%-4.6%11.4%7,488,182 7,145,562 4.8%Auto Sales - New Miscellaneous Retail Bldg.Matls-Whsle Office Equipment Quarterly Analysis by Sales Tax Category: Change from 2022Q3 to 2023Q3 (Economic) Unlike the chart on page one which showed a ‘benchmark year’ through third quarter of 2023, the chart above shows a comparison of one quarter only – third quarter of 2023 to third quarter of 2022. This chart is for local ‘brick and mortar’ businesses and it excludes county pools and adjustments. Item 15 Attachment A - 2023 Q3 Sales Tax Data and Legislative Update        Item 15: Staff Report Pg. 9  Packet Pg. 417 of 428  City of Palo Alto www.avenuinsights.com (800) 800-8181 Page 9 California Avenue % CHANGE QoQ 2023Q3 QE 2022Q3 QE 23Q3 % OF TOTAL 22Q3 % OF TOTAL FOOD PRODUCTS 12.2%96,166 85,732 58.8%53.8% GENERAL RETAIL -14.9%26,767 31,459 16.4%19.7% ALL OTHER -3.9%40,657 42,294 24.9%26.5% TOTAL 2.6%163,590 159,485 100.0%100.0% El Camino Real and Midtown % CHANGE QoQ 2023Q3 QE 2022Q3 QE 23Q3 % OF TOTAL 22Q3 % OF TOTAL FOOD PRODUCTS -0.3%156,519 156,984 25.8%27.3% GENERAL RETAIL -5.5%34,492 36,481 5.7%6.4% ALL OTHER 9.4%416,432 380,604 68.6%66.3% TOTAL 5.8%607,443 574,069 100.0%100.0% Greater Downtown % CHANGE QoQ 2023Q3 QE 2022Q3 QE 23Q3 % OF TOTAL 22Q3 % OF TOTAL FOOD PRODUCTS 5.5%514,021 487,139 63.6%57.5% GENERAL RETAIL -18.2%246,806 301,594 30.6%35.6% BUSINESS TO BUSINESS -21.4%32,847 41,770 4.1%4.9% CONSTRUCTION -23.9%9,586 12,591 1.2%1.5% TRANSPORTATION -2.1%3,331 3,402 0.4%0.4% MISCELLANEOUS 53.4%1,058 690 0.1%0.1% TOTAL -4.7%807,651 847,186 100.0%100.0% Stanford Shopping Center % CHANGE QoQ 2023Q3 QE 2022Q3 QE 23Q3 % OF TOTAL 22Q3 % OF TOTAL GENERAL RETAIL 3.1%1,332,525 1,291,996 76.4%76.4% FOOD PRODUCTS 0.0%156,813 156,883 9.0%9.3% ALL OTHER 5.1%255,596 243,153 14.6%14.4% TOTAL 3.1%1,744,934 1,692,032 100.0%100.0% City of Palo Alto Geo Areas & Citywide Chart Data: Change from 2022Q3 to 2023Q3 (Economic) Item 15 Attachment A - 2023 Q3 Sales Tax Data and Legislative Update        Item 15: Staff Report Pg. 10  Packet Pg. 418 of 428  City of Palo Alto www.avenuinsights.com (800) 800-8181 Page 10 Town And Country Shopping Center % CHANGE QoQ 2023Q3 QE 2022Q3 QE 23Q3 % OF TOTAL 22Q3 % OF TOTAL FOOD PRODUCTS -1.5%110,125 111,844 61.4%62.2% GENERAL RETAIL 2.3%66,420 64,948 37.0%36.1% ALL OTHER -8.5%2,892 3,161 1.6%1.8% TOTAL -0.3%179,437 179,953 100.0%100.0% All Other Geos combined with Balance of Jurisdiction % CHANGE QoQ 2023Q3 QE 2022Q3 QE 23Q3 % OF TOTAL 22Q3 % OF TOTAL BUSINESS TO BUSINESS 29.2%2,660,006 2,058,913 36.6%32.3% GENERAL RETAIL -1.0%1,781,083 1,799,951 24.5%28.3% TRANSPORTATION 21.8%1,629,334 1,338,217 22.4%21.0% FOOD PRODUCTS 4.2%1,114,697 1,069,613 15.4%16.8% MISCELLANEOUS -4.8%45,461 47,759 0.6%0.7% CONSTRUCTION -49.7%27,610 54,920 0.4%0.9% TOTAL 14.0%7,258,191 6,369,373 100.0%100.0% All Geo Area Totals Comparison 23Q3 & 22Q3 % CHANGE QoQ 2023Q3 QE 2022Q3 QE 23Q3 % OF TOTAL 22Q3 % OF TOTAL Balance of Jurisdiction 28.7%3,755,136 2,916,649 51.7%45.8% Stanford Shopping Center 3.1%1,744,934 1,692,032 24.0%26.6% Greater Downtown -4.7%807,651 847,186 11.1%13.3% El Camino Real and Midtown 5.8%607,443 574,069 8.4%9.0% Town And Country Shopping Center -0.3%179,437 179,953 2.5%2.8% California Avenue 2.6%163,590 159,485 2.3%2.5% TOTAL 14.0%7,258,191 6,369,373 100.0%100.0% Palo Alto citywide QE 23Q3 & 22Q3 % CHANGE QoQ 2023Q3 QE 2022Q3 QE 23Q3 % OF TOTAL 22Q3 % OF TOTAL BUSINESS TO BUSINESS 29.7%2,854,009 2,200,581 36.4%32.0% GENERAL RETAIL -1.3%1,834,297 1,857,838 23.4%27.0% TRANSPORTATION 21.7%1,632,961 1,342,342 20.8%19.5% FOOD PRODUCTS 3.1%1,277,173 1,239,211 16.3%18.0% MISCELLANEOUS 18.0%205,832 174,396 2.6%2.5% CONSTRUCTION -45.6%36,519 67,091 0.5%1.0% TOTAL 13.9%7,840,790 6,881,458 100.0%100.0% City of Palo Alto Geo Areas & Citywide Chart Data: Change from 2022Q3 to 2023Q3 (Economic) Cont. Item 15 Attachment A - 2023 Q3 Sales Tax Data and Legislative Update        Item 15: Staff Report Pg. 11  Packet Pg. 419 of 428  City of Palo Alto www.avenuinsights.com (800) 800-8181 Page 11 FOOD PRODUCTS, 12.2% CHANGE, $96,166 , 58.8% TOTAL GENERAL RETAIL, -14.9% CHANGE, $26,767 , 16.4% TOTAL ALL OTHER, -3.9% CHANGE, $40,657 , 24.9% TOTAL California Avenue 2023Q3 SALES TAX AMOUNTS FOOD PRODUCTS, $85,732 , 53.8%TOTAL GENERAL RETAIL, $31,459 , 19.7%TOTAL ALL OTHER, $42,294 , 26.5%TOTAL California Avenue 2022Q3 SALES TAX AMOUNTS FOOD PRODUCTS, -0.3%CHANGE, $156,519 , 25.8%TOTAL GENERAL RETAIL, -5.5% CHANGE, $34,492 , 5.7%TOTAL ALL OTHER, 9.4% CHANGE, $416,432 , 68.6%TOTAL El Camino Real and Midtown 2023Q3 SALES TAX AMOUNTS FOOD PRODUCTS, $156,984 , 27.3%TOTAL GENERAL RETAIL, $36,481, 6.4%TOTAL ALL OTHER, $380,604 66.3%TOTAL El Camino Real and Midtown 2022Q3 SALES TAX AMOUNTS City of Palo Alto Geo Area Pie Charts Item 15 Attachment A - 2023 Q3 Sales Tax Data and Legislative Update        Item 15: Staff Report Pg. 12  Packet Pg. 420 of 428  City of Palo Alto www.avenuinsights.com (800) 800-8181 Page 12 FOOD PRODUCTS, 5.5%CHANGE, $514,021 , 63.6%TOTAL GENERAL RETAIL, -18.2% CHANGE, $246,806 , 30.6%TOTAL BUSINESS TO BUSINESS, -21.4% CHANGE, $32,847 , 4.1%TOTAL CONSTRUCTION, -23.9% CHANGE, $9,586 , 1.2%TOTAL TRANSPORTATION, -2.1% CHANGE, $3,331 , 0.4%TOTAL MISCELLANEOUS, 53.4% CHANGE, $1,058 , 0.1%TOTAL Greater Downtown 2023Q3 SALES TAX AMOUNTS FOOD PRODUCTS, $487,139 , 57.5%TOTAL GENERAL RETAIL, $301,594 , 35.6%TOTAL BUSINESS TO BUSINESS, $41,770 , 4.9%TOTAL CONSTRUCTION, $12,591 , 1.5%TOTAL TRANSPORTATION, $3,402 , 0.4%TOTAL MISCELLANEOUS, $690 , 0.1%TOTAL Greater Downtown 2022Q3 SALES TAX AMOUNTS GENERAL RETAIL $1,291,996 , 76.4%TOTAL FOOD PRODUCTS, $156,883 , 9.3%TOTAL ALL OTHER, $243,153 , 14.4%TOTAL Stanford Shopping Center 2022Q3 SALES TAX AMOUNTS GENERAL RETAIL, 3.2% CHANGE, $1,332,525 , 76.4%TOTAL FOOD PRODUCTS, 0.0% CHANGE, $156,813 , 9.0%TOTAL ALL OTHER, 5.1% CHANGE, $255,596 , 14.6%TOTAL Stanford Shopping Center 2023Q3 SALES TAX AMOUNTS City of Palo Alto Geo Areas Pie Charts Item 15 Attachment A - 2023 Q3 Sales Tax Data and Legislative Update        Item 15: Staff Report Pg. 13  Packet Pg. 421 of 428  City of Palo Alto www.avenuinsights.com (800) 800-8181 Page 13 FOOD PRODUCTS, -1.5%CHANGE, $110,125 , 61.4%TOTALGENERAL RETAIL, 3.1% CHANGE, $66,420 , 37.0%TOTAL ALL OTHER, 5.1% CHANGE, $2,892 , 1.6%TOTAL Town And Country Shopping Center 2023Q3 SALES TAX AMOUNTS FOOD PRODUCTS, $111,844 , 62.2%TOTAL GENERAL RETAIL, $64,948 , 36.1%TOTAL ALL OTHER, $3,161 , 1.8%TOTAL Town And Country Shopping Center 2022Q3 SALES TAX AMOUNTS BUSINESS TO BUSINESS, 29.2%CHANGE, $2,660,006 , 36.6%TOTAL GENERAL RETAIL, -1.0% CHANGE, $1,781,083, 24.5% TOTAL TRANSPORTATION, 21.8% CHANGE, $1,629,334, 22.4% TOTAL FOOD PRODUCTS, 4.2% CHANGE, $1,114,697 , 15.4%TOTAL MISCELLANEOUS, -4.8% CHANGE, $45,461 , 0.6%TOTAL ​CONSTRUCTION, -49.7% CHANGE, $27,610 , 0.4%TOTAL All Other Geos combined with Balance of Jurisdiction 2023Q3 SALES TAX AMOUNTS BUSINESS TO BUSINESS, $2,058,913 , 32.3%TOTAL GENERAL RETAIL, $1,799,951, 28.3% TOTAL TRANSPORTATION, $1,338,217 21.0% TOTAL FOOD PRODUCTS, $1,069,613 , 16.8%TOTAL MISCELLANEOUS, $47,759 , 0.7%TOTAL CONSTRUCTION, $54,920 , 0.9%TOTAL All Other Geos combined with Balance of Jurisdiction 2022Q3 SALES TAX AMOUNTS City of Palo Alto Geo Area Pie Charts Item 15 Attachment A - 2023 Q3 Sales Tax Data and Legislative Update        Item 15: Staff Report Pg. 14  Packet Pg. 422 of 428  City of Palo Alto www.avenuinsights.com (800) 800-8181 Page 14 Balance of Jurisdiction, 28.7%CHANGE, $3,755,136 , 51.7%TOTAL Stanford Shopping Center, 3.1% CHANGE, $1,744,934 , 24.0%TOTAL Greater Downtown, -4.7% CHANGE, $807,651 , 11.1%TOTAL El Camino Real and Midtown, 5.8% CHANGE, $607,443 , 8.4%TOTAL Town And Country Shopping Center, -0.3% CHANGE, $179,437 , 2.5%TOTAL California Avenue, 2.6% CHANGE, $163,590 , 2.3%TOTAL All Geo Area Totals 2023Q3 SALES TAX AMOUNTS Balance of Jurisdiction, $2,916,649 , 45.8%TOTAL Stanford Shopping Center, $1,692,032 , 26.6%TOTAL Greater Downtown, $847,186 , 13.3%TOTAL El Camino Real and Midtown, $574,069 , 9.0%TOTAL Town And Country Shopping Center, $179,953 , 2.8%TOTAL California Avenue, $159,485 , 2.5%TOTAL All Geo Area Totals 2022Q3 SALES TAX AMOUNTS BUSINESS TO BUSINESS, 29.7%CHANGE, $2,854,009 , 36.4%TOTAL GENERAL RETAIL, -1.3% CHANGE, $1,834,297 , 23.4%TOTAL TRANSPORTATION, 21.7% CHANGE, $1,632,961 , 20.8%TOTAL FOOD PRODUCTS, 3.1% CHANGE, $1,277,173 , 16.3%TOTAL MISCELLANEOUS, 18.0% CHANGE, $205,832 , 2.6%TOTAL CONSTRUCTION, -45.6% CHANGE, $36,519 , 0.5%TOTAL Palo Alto citywide 2023Q3 SALES TAX AMOUNTS BUSINESS TO BUSINESS, $2,200,581 , 32.0%TOTAL GENERAL RETAIL, $1,857,838 , 27.0%TOTAL TRANSPORTATION, $1,342,342 , 19.5%TOTAL FOOD PRODUCTS, $1,239,211 18.0%TOTAL MISCELLANEOUS, $174,396 , 2.5%TOTAL CONSTRUCTION, $67,091 , 1.0%TOTAL Palo Alto citywide 2022Q3 SALES TAX AMOUNTS City of Palo Alto Geo Area & Citywide Pie Charts Item 15 Attachment A - 2023 Q3 Sales Tax Data and Legislative Update        Item 15: Staff Report Pg. 15  Packet Pg. 423 of 428  California Legislative Update December 18, 2023 This edition of our policy update provides information on the Legislative Analyst’s Office fiscal outlook and upcoming ballot initiatives with a focus on Proposition 1 and the Taxpayer Protection Act. We hope that this update is helpful, and we will provide additional updates in January 2024 covering legislation and budget activity in Sacramento. Enjoy the holiday season and please reach out to us with any questions. Government Relations Contact Fran.Mancia@avenuinsights.com / 559.288.7296 Legislative Analyst’s Office Fiscal Outlook The Legislative Analyst’s Office (LAO) released its fiscal outlook on December 7, which was delayed this year because of tax deadline extensions. Most 2022 income taxes were due November 16, with final state revenue numbers trickling in at the beginning of this month. The outlook, as anticipated, is not nearly as positive as numbers contained in the 2023-24 Budget Act. Over the three-year outlook period – 2022-23, 2023-24, and 2024-25, revenues are now estimated to be $58 billion below projections. The LAO which advises the legislature on budget issues, believes that the current revenue weakness is likely to continue based on past similar downturns such as the dotcom bust (2000-2001) and Great Recession (2007-2009). The LAO is estimating that California will be facing a $68 billion deficit in the 2024-25 budget year. Compounding this news is their projection of a $155 billion structural deficit across the forecast period 2024-25 through 2027-28: • ~$68 billion in 2024-25 • ~$31 billion in 2025-26 • ~$29 billion in 2026-27 • ~$27 billion in 2027-28 These projections are subject to substantial uncertainty, however, assuming the administration is working with similar estimates, California policymakers will be subject to some serious number crunching in the next six months. For the 2023-24 Budget Act, lawmakers were forced to build a budget based on projections of revenues that disappointingly did not materialize. For the governor’s January budget proposal, due on or before January 10, 2024, new investments are not expected. Based on preliminary numbers, this was anticipated. What lawmakers haven’t reckoned with in the last several years, which may now be on the table, is cutting core services to vulnerable populations. Budget committee staff and the LAO are anticipating proposals for spending reductions, revenue increases, clawbacks of unspent funding, cost shifts, and tapping reserves. Additionally, it would not be unusual for the administration to propose a realignment of programs from the state level to the local level without commensurate funding. LAO Advice to the Legislature It is likely that ongoing spending reductions, revenue increases, or both will be necessary to balance the budget. Early budget action in 2024 could increase the legislature’s flexibility by allowing the state to pull back funding that has not yet been allocated. Using reserves is merited but is unlikely to be sufficient to cover the state’s multiyear deficits. Moreover, preserving some reserves would provide a helpful cushion in the future. Reserves: The state’s Budget Stabilization Account (reserve) has about $23 billion in it. Should the governor declare a fiscal emergency, which would be possible under the LAO’s projections in both 2023-24 and 2024-25, lawmakers could suspend deposits and withdraw the lesser of the amount of the budget emergency or 50 percent of the reserve balance (in each year). There is approximately $1 billion in the Safety Net Reserve which is available to Item 15 Attachment A - 2023 Q3 Sales Tax Data and Legislative Update        Item 15: Staff Report Pg. 16  Packet Pg. 424 of 428  2 fund program costs in health and human services programs which could also be utilized. One-Time and Temporary Spending: The LAO estimates the state has $8.6 billion in one-time and temporary spending slated for 2024-25 that can be reduced entirely to address the budget problem, including $2.2 billion in transportation, $1.9 billion in natural resources and environment, and $1.8 billion in various education programs. There are also potentially billions of dollars from prior years that have been committed but not yet distributed. Cost Shifts: The state used $10 billion in cost shifts in the 2023-24 budget and may have additional capacity to shift funds again this year. New Revenue: In 2020-21, the state suspended net operating loss deductions, preventing corporations with net income over $1 million from using them. The state also limited businesses from claiming more than $5 million in tax credits. Lawmakers could adopt similar provisions in the upcoming budget year. The state has also increased broad-based taxes on a temporary and permanent basis in similar revenue downturns. Managed Care Organization (MCO) Tax: The state may have to explore using more of the MCO tax to offset the General Fund costs of Medi-Cal, rather than for other costs, such as increasing provider rates. School Funding: School funding could be a major target for budget solutions; however, the legislature and administration have traditionally avoided cuts to K-14 if possible. According to the LAO’s estimates, spending on schools and community colleges could be reduced by $21 billion over three budget years based on the minimum General Fund spending requirement under Prop 98: • $9.6 billion in 2022-23, • $7 billion in 2023-24, and • $4.4 billion in 2024-25. The automatic reduction in school spending is only $4.3 billion, mostly related to the automatic elimination of required deposits into the Prop 98 reserve in 2022-23 and 2023-24. To obtain additional savings, the state would have to reduce spending previously approved in 2022-23 and 2023-24. In previous downturns the state relied upon across-the-board reductions to per-pupil allocations and payment deferrals, both of which tend to be disruptive for school operations. Less disruptive options would be utilizing Proposition 98 reserve for 2022-23. Should the state withdraw funding for 2022-23, it would also have to withdraw the remaining funds - about $450 million in 2023-24. Additional savings could come in the form of pulling back $1.1 billion for grants to community schools in 2022-23 that haven’t been awarded, as well as several hundreds of millions in State Preschool funding provided in 2022-23 and 2023-24 that is not currently obligated. LAO’s $68 Billion Deficit Calculation • The state anticipated a deficit of around $14 billion entering the 2024-25 budget year. • Revenues are lower than budget act projections by $58 billion. • School and community college spending is lower by more than $4 billion. • Other spending is lower by $4 billion - $3 billion of this is from health and human services programs. • Entering fund balance is lower by $3 billion. Budgetary changes to years before the budget window are reflected in the 2022‑23 entering fund balance. • Reserve deposits are higher by $400 million - Proposition 2 requires the state to set aside minimum amounts to deposit into its reserve, pay down debts, and under certain conditions spend money on infrastructure. Typically, the set asides increase when revenues increase and drop when revenues decrease. This year, however, the state’s reserve requirements would increase in response to the LAO’s revenue forecast. The LAO’s analysis is based on the data below as well as other factors, and it will continue to adjust its estimates as additional information emerges: • The federal reserve has made borrowing more expensive and reduced money available for investments slowing economic activity. • Home sales are down by about half. On average, monthly mortgage payments have increased from $3,500 to $5,400. • Investment in California startups and technology, which is especially sensitive to financial conditions, has dropped significantly. • The number of companies that went public in 2022 and 2023 is down over 80% from 2021. Item 15 Attachment A - 2023 Q3 Sales Tax Data and Legislative Update        Item 15: Staff Report Pg. 17  Packet Pg. 425 of 428  3 • The number of unemployed workers has risen almost 200,000 since last summer, with the unemployment rate rising from 3.8% to 4.8%. • Inflation adjusted incomes posted five straight quarters of year-over-year declines from the first quarter of 2022 to the first quarter of 2023. • Income taxes collected directly from workers’ paychecks is down 2% as compared to last year, sales tax collections are flat, and total income tax collections are down 25% in 2022-23. • The LAO is projecting that revenues will be nearly flat in 2023-24 after falling 20% in 2022-23. Revenue growth is expected to return in 2024-25 and beyond. The governor’s January budget proposal will contain the administration’s projections. The administration’s forecast along with the LAO’s will give legislators a sense of how much spending they'll need to cut, delay, or shift to bonds over the coming budget cycle. On December 12, the Department of Finance issued a budget letter directing state entities under the governor’s control to take immediate actions to reduce current-year General Fund expenditures. Examples of savings cited include limiting new goods and services contracts, reducing information technology costs, limiting vehicle replacements, limiting office supply purchases, reducing non-essential travel, cancelling some leave buy-back programs, and deferring funding requests. The letter authorizes agency secretaries and cabinet-level directors to make exemptions only in limited instances: to address a declared emergency, to provide 24-hour medical care, to avoid significant revenue losses, or to achieve significant net cost savings. We will update you on the state’s budget picture in January, after the governor presents his 2024-25 budget proposal. March 2024 Ballot Appearing on the March 5, 2024 ballot for voters’ consideration will be Proposition 1. Proposition 1, which Governor Gavin Newsom has dubbed, Treatment not Tents, is a combination of elements from SB 326, Chapter 790, Statutes of 2023 and AB 531, Chapter 789, Statutes of 2023. Assuming passage, Proposition 1 will reform the Mental Health Services Act (Proposition 63, 2004) and includes $6.38 billion in bonds to finance grants for the acquisition of capital assets for, and the construction and rehabilitation of, unlocked, voluntary, and community- based treatment settings and residential care settings and to house veterans and others who are experiencing homelessness or are at risk of homelessness and are living with a behavioral health challenge. Proposition 1 will shift the focus of the Mental Health Services Act (MHSA), which will be renamed the Behavioral Health Services Act, by directing funding toward housing and personalized support services, but away from other mental health services currently utilizing the funding. Proposition 1 will also shift approximately $140 million in MHSA funding annually from counties to the state. $4.4 billion in bond funding will be allocated by the state to build more places for mental health care and drug or alcohol treatment. The other $2 billion will be granted by the state to local governments to turn hotels, motels, and other buildings into housing and construct new housing. Housing will be for people who are experiencing homelessness or are at risk of becoming homeless and have mental health, drug, or alcohol challenges. Just over half of the $2 billion will be set aside for veterans. The state is estimating that the bond will build places for 6,800 people to receive mental health care and drug or alcohol treatment, and provide up to 4,350 housing units, with 2,350 set aside for veterans. Costs for the bond are estimated to be $310 million annually for 30 years. Taxpayer Protection Act The California Supreme Court has agreed to determine whether The Taxpayer Protection and Government Accountability Act (Taxpayer Protection Act) should appear on the November 2024 ballot. The initiative would limit the ability for state and local governments to impose taxes, fees, and other charges, applying the changes retroactively to January 1, 2022, and giving voters 12 months to approve or reject tax increases imposed during that time. It would also limit the ability of a local government to place an advisory measure on the ballot if the measure is related to the potential use of revenues derived from a general tax that is appearing on the same ballot. It is sponsored by the California Business Roundtable (CBRT). The initiative has been challenged by Governor Gavin Newsom, legislative leadership, and several local governments, arguing that it violates the California Item 15 Attachment A - 2023 Q3 Sales Tax Data and Legislative Update        Item 15: Staff Report Pg. 18  Packet Pg. 426 of 428  4 constitution by infringing on lawmakers’ constitutional powers to impose state taxes. Additionally, they argue it would illegally shift power from the governor to lawmakers by requiring charges now considered fees to be approved as taxes by the legislature, and that it impermissibly seeks to restructure California’s system of government in a way that impedes the state’s ability to respond to future crises and cannot lawfully be enacted through the initiative process. On November 29, the court ordered California Secretary of State Shirley Weber and the ballot measure’s counsel to make their case for why the challenge should not proceed. The Supreme Court gave the respondents until December 27 to file their response, and the petitioners’ filing is due January 31. In addition to the lawsuit, the legislature passed ACA 13 this year, which will appear on the same ballot as the Taxpayer Protection Act. Upon voter approval, ACA 13 requires any state or local initiative measure to conform with any increased voter threshold that it seeks to impose on future ballot measures. If ACA 13 passes, it will require that the Taxpayer Protection Act pass by a 2/3 vote of the electorate. ACA 13 also preserves the right of local governments to place advisory questions on the ballot to ask voters their opinion on the issue, and states that the provisions of this constitutional amendment apply to all statewide initiative measures submitted to voters on or after Jan. 1, 2024. Proponents have raised $17.25 million in support of the Taxpayer Protection Act. It received a fiscal analysis from the Department of Finance and Legislative Analyst’s Office last year, as well as an official title and summary from the Attorney General’s Office. The official title of the measure is: Limits Ability of Voters and State and Local Governments to Raise Revenues for Government Services. As a review, below is an outline of the initiative’s provisions. State • Define every levy, charge, or exaction of any kind imposed by state law, a tax or an exempt charge. • An exempt charge would include: o A charge for a specific government service or product provided directly to a payor receiving the product or service which does not exceed actual costs to the State of providing the service or product. o A charge for issuing licenses and permits, performing investigations, inspections, and audits, enforcing agricultural marketing orders, and the administrative enforcement and adjudication thereof. o A levy, charge, or exaction collected from local governments, health care providers, or health plans primarily used to finance the non-federal portion of the Medi-Cal program. o A reasonable charge to enter, use, purchase, rent, or lease state property. o A fine or penalty imposed by the judicial branch. o A levy, charge, assessment, or exaction collected for the promotion of California tourism. • Any change in state law resulting in a new or higher tax must be passed by a ⅔ vote of the Legislature, be submitted to the electorate, and approved by a majority vote of the electorate. Details provided to voters regarding the change in taxes must include the duration a tax will be imposed, an estimate of annual revenue, and how the revenue will be used. • The title and summary for a measure providing for the imposition of a tax must include the type and amount or rate of the tax, the duration of the tax, and the use of revenue derived from the tax. • Any change in state law resulting in any taxpayer paying a new or higher exempt charge must be passed by both houses of the Legislature, specify the type of exempt charge, and the amount or rate of the exempt charge. • Any tax or exempt charge adopted after January 1, 2022, that is not in compliance with the initiative would be void 12 months after the effective date of the initiative. • The State must provide clear and convincing evidence that a levy, charge, or other exaction is an exempt charge and not a tax, and that the amount is reasonable and does not exceed actual costs. Local Governments • Define every levy, charge, or exaction of any kind imposed by local law, a tax or an exempt charge. • An exempt charge would include: o A charge for a specific government service or product provided directly to a payor receiving the product or service which does not exceed actual costs to the local government of providing the service or product. o A charge for issuing licenses and permits, performing investigations, inspections, and audits, Item 15 Attachment A - 2023 Q3 Sales Tax Data and Legislative Update        Item 15: Staff Report Pg. 19  Packet Pg. 427 of 428  5 enforcing agricultural marketing orders, and the administrative enforcement and adjudication thereof. o A reasonable charge to enter, use, purchase, rent, or lease local government property. o A fine or penalty imposed by the judicial branch or local government administrative enforcement agency to punish a violation of the law. o A charge imposed as a condition of property development that is not related to vehicle miles traveled. o An assessment, fee, or charge subject to Article XIII D of the constitution, or an assessment imposed upon a business in a tourism marketing district, a parking and business improvement area, or a property and business improvement district. o A charge imposed for a specific health care service not exceeding reasonable costs to the local government of providing the service. • No local law proposed by the governing body, or an electorate may impose, extend, or increase any general tax unless the tax is submitted to the electorate and approved by a majority vote. • No local law proposed by the governing body or an elector, may impose, extend, or increase any special tax unless the tax is submitted to the electorate and approved by a 2/3 vote. • The title and summary for a measure providing for the imposition of a tax shall include the type and amount or rate of the tax, the duration of the tax, and the use of revenue derived from the tax. • For a general tax, the phrase, “for general government use” shall be required and no advisory measure may appear on the same ballot that would indicate that the tax will or could be used for a specific purpose. • No amendment to a county charter which provides for the imposition, extension, or increase of a tax or exempt charge shall be submitted to or approved by the electors. • Any tax or exempt charge adopted after January 1, 2022, that is not in compliance with the initiative would be void 12 months after the effective date of the initiative. • The local jurisdiction must provide clear and convincing evidence that a levy, charge, or other exaction is an exempt charge and not a tax, and that the amount is reasonable and does not exceed actual costs. The LAO/Department of Finance analysis of the measure points out the following: • More than 90% of the state budget is funded with revenues from taxes. Much of the rest is funded by fees and other charges. • Current law requires approval by ⅔ of each house of the Legislature or a majority vote of the statewide electorate. This measure would require both. • The measure expands the definition of a tax to include some charges state and local governments currently treat as fees and other charges. • The initiative would make it harder for the Legislature and local governments to raise revenues, likely resulting in lower annual state and local revenues depending on future actions of the Legislature, local governing bodies, voters, and the courts. Item 15 Attachment A - 2023 Q3 Sales Tax Data and Legislative Update        Item 15: Staff Report Pg. 20  Packet Pg. 428 of 428