Loading...
HomeMy WebLinkAbout1999-01-25 City CouncilCity of Pal0 Alto City Manager’s Report HONORABLE CITY COUNCIL FROM:CITY MANAGER DEPARTMENT: PUBLIC WORKS DATE:JANUARY 25, 1999 CMR:106:99 SUBJECT:APPROVAL OF TWENTY-YEAR RENTAL AGREEMENT WITH JCDECAUX FOR INSTALLATION AND MAINTENANCE OF AUTOMATIC PUBLIC TOILETS AND APPROVAL OF A BUDGET AMENDMENT ORDINANCE IN THE AMOUNT OF $106,000 FOR FIRST (PARTIAL) YEAR REPORT IN BRIEF This report requests that Council approve a twenty-year Rental Agreement with JCDecaux San Fr;:,~cisco (JCDecaux), and approve a Budget Amendment Ordinance to fund the initial costs associated with placing into service two Automatic Public Toilets (APTs) in the University Avenue Downtown Business District. The report summarizes major financial and operational elements of the Rental Agreement with JCDecaux, which, include: term, installation, equipment and rent, entry fees, operations and maintenance, and display boards. The report also discusses an alternative to staff’s recommendation, by analyzing built-in restrooms within the proposed downtown parking structures, and provides cost comparisons. CMR: 106:99 Page 1 of 8 RECOMMENDATION Staff recommends that Council: 1. Approve and authorize the Mayor to execute the attached twenty-year Rental Agreement with JCDecaux San Francisco (JCDecaux) for the initial installation and maintenance of two Automatic Public Toilets (APT). Authorize the City Manager or her designee to negotiate and execute one or more change orders to the Rental Agreement with JCDecaux for related, additional unforeseen work which may develop during the installation of the APTs project, the total value of which shall not exceed $2,500. Authorize the City Manager or her designee to allocate funds in the amount of $58,000 for one-time ~costs of designing and installing utilities, preparation of APT foundation work, and design of two information display boards by a graphic artist. Authorize the City Manager or her designee to make minor amendments to the Rental Agreement with JCDecaux due to minor operational changes of the facility over the twenty-year lease life. Approve a Budget Amendment Ordinance in the total amount of$106,000:$45,500 for the initial APT lease of two units, $51,000 for utility installation and foundation preparation work, $7,000 for design of the information display boards, and $2,500 for. contingency. BACKGROUND In July 1997, staff presented various alternatives for providing restrooms in the downtown area (CMR:311:97). While researching the different public toilet alternatives, staff was contacted by the City of San Jose regarding Palo Alto’s interest in a joint program for leasing APTs. The City of San Jose had evaluated a number of proposals received from two earlier Request For Proposals (RFPs). As discussed in the staff report dated May 4, 1998 (CMR:214:98), San Jose evaluated three written proposals, which resulted in an oral interview with San Jose,s evaluation panel. The committee evaluated cost summaries, maintenance criteria including frequency and quality of maintenance, and work experience in theUnited States. The City of San Jose’s interview process resulted in the selection of JCDecaux for its extensive experience internationally and locally (San Francisco). Additional considerations included the APT’s favorable appearance, appropriate design, use of quality materials, and the close proximity of JCDecaux’s operation and maintenance office to San Jose. The other vendors did not have adequate experience in either construction or maintenance of APT units Within the United States. The City of San Jose substantially followed the Palo Alto RFP process in selecting JCDecaux. Based on that report, Council authorized staff to negotiate with JCDecaux for the installation of two APTs to be located in the downtown area. Staff has completed the negotiations of the Rental Agreement. It is recommended that staff proceed with the attached Rental CMR:106:99 Page 2 of 8 Agreement, as provided for in section 2.30.100 of the Municipal Code and as authorized by Council on May 4, 1998 (CMR:214:98). DISCUSSION The terms ofPalo Alto’s Rental Agreement have been modified to appropriately reflect Palo Alto’s initial rental of two APTs, in lieu of San Jose’s six APTs, and with a provision for two additional APT units which, if approved by Council, may be installed in the new parking structures currently in the planning stage and estimated to be completed by the Fall of 2002. The work to be performed underthe Rental Agreement is for the installation and maintenance of two APTs. The first set of APTs will be installed in Lytton Plaza and Parking Lot D. The APT in Lytton Plaza will be placed along the Emerson street frontage. The APT in Parking Lot D will be placed at the comer of Hamilton Avenue and Waverley Street. This will require the loss of one parking space, which was anticipated as part of the Downtown Urban Design Master Plan approval. Attachment A shows the location of the APTs. The following is a summary of the Rental Agreement content: .Term of the Agreement " The Rental Agreement is for an initial duration of twenty years with a five-year option by the City to extend the rental (first option), and an additional extension of five years (second option). JCDecaux would not agree to a shorter initial rental period. Palo Alto’s term is consistent with that obtained by the City of San Jose. Installation of APTs Upon execution of the Rental Agreement, the Contractor will deliver and install two APTs within a period of six months after City approval of the design documents. Prior to installation, the Contractor will obtain approval of the APT specifications and site plans from the City’s Public Works Department. The dark green exterior color shown in the Attachment B photograph has been selected by the vendor and is the factory standard. This is the color that is currently used in San Francisco, and is soon to be installed in San Jose. The selection of other colors would require a longer lead time for special fabrication, delivery from France, and additional expense due to the extra parts inventory. Staff has been advised that the dark green exterior color,has been well received in San Francisco, The Rental Agreement assumes that the dark green exterior color will be selected-for Palo Alto. The Rental Agreement requires the City to install all required utility services and to pay for design and installation of APT foundations. The installation of utilities includes: sanitary sewer, electrical, water, and telephone/communication services. The $51,000 costs of these items are included in the attached Budget Amendment Ordinance (BAO). CMR:106:99 Page 3 of 8 Equipment and Rent Installation and beginning of service life of a APT will not normally occur at the start of a budget year. Therefore, budget provision has been made for an initial rental payment for part of the remaining fiscal year. The initial rental payment of $45,500 includes the following: $33,500 for the advanced first quarterly rental payment as required by the Agreement and an allowance of a $12,000 monthly payment for early delivery of the two APTs. This provision may occur if JCDecaux were to supply APTs for Palo Alto from storage facilities in San Francisco, rather than France. The Rental Agreement makes provision for future installation of two additional APTs within a four-year time period, which will result in a reduction in all APT’s annual unit cost from $61,500 to $60,000. These unit costs will be adjusted annually on each anniversary date in accordance with the consumer price index (CPI) for the San Francisco and Oakland area. The above costs must also be adjusted to include state and local sales taxes. The total twenty-year rental cost has been estimated by staff to be approximately $3.3 million for two APTs, and $5.8 million for four APTs, including sales tax, 3.5 percent per year escalation, and deducting credits for entry fees (See Item 4. below). In future years, the annual rental and maintenance expenses will be budgeted in the Public Works General Fund Operations Budget. The Contractor may introduce, at no cost to the City and without modification of the basic design, such technical improvements or alterations as deemed necessary to maintain the high service standard of the APT units. Entry. Fees Entry fees are recommended to be set at fifty cents; as this is the typical fee throughout Europe. These coin operated APTs currently accept a twenty-five-cent coin or a token. Tokens are typically given to organizations that distribute benefits to the homeless. The Contractor will collect the entry fees at least weekly, and will keep records of the cash and APT tokens collected at each APT. Cash collected will be credited toward the City’s quarterly rental payments. A monthly statement that records the cash received will be transmitted to the City. The annual revenue to the City is estimated to be $10,000 per APT per year based on the City of San Francisco APT usage rates and an initial entry fee of 50 cents per use. These revenues are expected to increase over the 20-year period to approximately $19,000 per APT per year. During the 20-year agreement, the revenues are estimated to total $553,000 for two APTs and $1,024,000 for four APTs. These revenues partially offset the annual rental cost. Spreadsheets providin.g detailed summary of costs, taxes, entry fees, and estimated budget requirements are shown on Attachment C. The spread sheet is based on an assumed CPI escalation of 3.5 percent per year, which is consistent with historical records of the index. The agreement includes a cap of 5 percent increase per year. CMR: 106:99 Page 4 of 8 Operation and Maintenance The APTs will be in operation twenty-four hourg every day. Maintenance will be provided by the Contractor from its San Jose office. Each APT will be inspected and serviced twice daily. Upon observing or receiving notice of any deficiency, damage, vandalism or graffiti in or around any APT, the Contractor will repair or replace such damage within twenty-four hours. The Contractor will prepare a maintenance log for each APT to record ongoing inspection and maintenance activities. The Contractor will provide quarterly reports to the City noting problem areas, corrective actions taken, and recording the number and nature of repairs attributable to vandalism. The Contractor will also maintain a written complaint log. Information Display Boards Each APT includes two 4ft. x 6ft. illuminated public display boards mounted outside of the APT. Options include City posters containing information about public events, events at public facilities, or other information of general interest to the public. Staff recommends that one of the boards contain a map of the downtown area annotating points of interest such as parks, parking lots, libraries, civic center, post office, banks, restaurants, hotels, and location of other APTs and other restrooms. This element of the project will be referred to the Architectural Review Board (ARB) for approval. If approved by ARB, City staff will employ a graphic artist to prepare the display using the Geographic Information System (GIS) base sheet. An allowance of $7,000 for the graphic artist has been made in the attached BAO. Termination of Agreement The twenty year term of this Agreement begins after the second APT is installed and operational. Five years later, the City may terminate this Rental Agreement without cause, after thirty days written notice to the Contractor, and payment to the Contractor of twenty-five percent of the remaining rent then due. For example, if the agreement is canceled at the end of the fifth year, staff estimates that the cost of termination would be $275,000 per APT and if the agreement is canceled later the cost would be less ($220;000 per APT in the tenth year). This payment is compensation for anticipated profits and capital investment by the Contractor. A contractor is typically entitled to recover some portion of anticipated profits in the event of early termination of an agreement. Capital costs must be recovered by the Contractor prior to any termination of the Agreement. Cost recovery for these items are typical in the industry and were included in the San Jose agreement upon which the City of Palo Alto Agreement is based. ALTERNATIVES TO STAFF RECOMMENDATION Built-In-Restrooms A cost estimate for Built-In-Restrooms (BIRs) within the new parking structures was reviewed as an alternative to use of the additional APTs. BIRs were assumed to be accessible to the disabled and sized to accommodate one person at a time, similar to the APTs. A separate BIR could be provided for each gender (one pair) in both new parking CMR: 106:99 Page 5 of 8 structures. The BilLs must be built to a high quality construction standard that is both durable and easily cleaned to be equivalent to the APTs. The BIRs would include, for example, ceramic tile interiors with epoxy grout and stainless steel fixtures. The construction cost for one pair of BIRs is estimated to be $60,000. Installation of two pairs of BIRs would cost $120,000, the annual cost for repairs and maintenance of two pairs of BIRs is estimated at $6,000 (5 percent of the construction cos0. It was noted that the level of cleanliness provided by the built-in units should be equivalent to that provided by the APTs such that an accurate comparison of costs for the alternatives can be made. This implies a need for 24 hours-a-day, 7 days-a-week janitorial service for the built-in units. The cost for this service, which includes all supplies and materials, transportation, insurance, and supervision, is billed at $50 per hour. To provide this service 24 hours per day would cost approximately $438,000 annually (current dollars). The BIRs could be constructed as part of the parking structure and be available for use in three years. The APT units from JCDecaux are only offered for rent with full maintenance services. The vendor does not offer the APT units for sale. However, it is apparent that the APT costs are lower than the BIRs costs in current dollars as shown in the following table: Description APTs (2) BIRs (2) One Time Initial Annual Costs Rent/Operations Cost Operations Cost $60,500 $45,500 $140,000 $120,000 $148,000 $438,000 Credits for entrance fees will be included in the annual operating cost, once a history of APT usage has been established. The APTs are the least costly altemative on the basis of both initial installation cost and annual cost. It is recommended that the APTs be used in preference to the built-in-restroom alternative in the new parking garages because the APTs: B. C. D. E. F. Provide a high level of maintenance and service. Are accessible and visible. Will be available about three years sooner. Provide a lower overall unit rate cost for all APTs. Have a lower annual cost than the BIRs. Include panic or emergency telephone linkage to the Palo Alto Emergency 911 services. RESOURCE IMPACT Initial funding for the remainder of the 1998-99 fiscal year will be from the Budget Stabilization Reserve. Approval of a BAO in the amount of $106,000 is requested and costs are described in more detail below: CMR: 106:99 Page 6 of 8 Initial Rental Cost First quarterly payment of two APTs Monthly Payment (early delivery) One-Time Utili .ty & Graphic Design Costs Utility design and installation of APT foundation Design of information display Contingency BAO Total $33,500 $12,000 $51,000 $7,000 $106,000 Annual Rental Costs ($61,500/unit) Future annual rental costs for two APT units will be $61,500 per unit (plus sales tax and escalation). If two additional APT units are installed within the first four years of the agreement, this unit rate is reduced to an initial $60,000 per unit per year. However, the reduced rate is adjusted by the annual CPI depending on which year the fourth APT is installed. The annual rental and maintenance expenses will be budgeted in the Public Works General Fund Operations Budget. For budget purposes, this expense is estimated to be $140,000 per year for two APTs. A portion of this amount would be offset by entrance fees. Future Operating Budgets can be adjusted, once a history has been established for costs and credits of utility and entrance fees respectively. In 1998, staff provided information to Council on a cooperative effort undertaken with the Chamber of Commerce and Downtown property owners to identify and implement an augmented maintenance program for the Downtown area (CMR:221:98). This program is envisioned to involve a public/private partnership in which certain augmented maintenance program costs would be borne by the City, and others would be incorporated into a special tax district, contiguous with the Downtown. The formation of this special tax district is anticipated to occur with the property owners’ approval at the same time that the Downtown Parking Structure would be scheduled for approval in the summer of 1999. In the discussions which have occurred relative to this public/private partnership, the rent of the two initial APTs has been determined to be an appropriate City expense. POLICY IMPLICATIONS The proposed site and the installation of public restrooms in the Downtown area are consistent with the Downtown Urban Design Improvements Master Plan and the Urban Design Element of the Comprehensive Plan, Policy 5, "encourage rehabilitation of aging retail areas to keep them economically healthy." T1MELINE After execution of the Rental Agreement with the vendor, the APT order consisting of two units will be placed with an expected delivery in the spring 1999. Upon approval of the Rental Agreement, staff will submit documentation for ARB approval of the display board design. CMR:106:99 Page 7 of 8 ENVIRONMENTAL REVIEW The installation of APTs in the Downtown area is Categorically Exempt from the California Environmental Quality Act (CEQA), under Section 15303, (Construction and location of small facilities and structures). The possible loss of one or two parking spaces per public toilet location was addressed in the Negative Declaration prepared for the Downtown Urban Design Improvements Master Plan approved by Council on August 11, 1997. ATTACHMENTS Attachment A: Attachment B: Attachment C: Attachment D: Attachment E: Attachment F: Attachment G: APT Location Maps APT Photograph APT Cost Summary Rental Agreement CMR:214:98 Budget Amendment Ordinance Budget Amendment Ordinance Impacting the General Fund Approved to Date in 1998-99 PREPARED BY: Jim Harrington, Senior Engineer. DEPARTMENT HEAD: f~//~. ’~ GLENN S. ROBERTS Director of Public Works CITY MANAGER APPROVAL: JUNE FLEMING/f-~ ~. a, City Manager CMR: 106:99 Page 8 of 8 ATTACHMENT C 0 , ATTACHMENT D CITY OF PALO ALTO and JCDECAUX SAN FRANCISCO, INC. RENTAL AGREEMENT for AUTOMATIC PUBLIC TOILETS Apt6.doc. 01/08/99 TABLE OF CONTENTS RECITALS ..........................................................1 1. DEFINITIONS ......................................................1 2. TERM OF AGREEMENT; OPTIONS TO EXTEND ..........................2 3. EQUIPMENT .......................................................3 4. OWNERSHIP OF EQUIPMENT .........................................4 5. RENT .............................................................4 6. PAYMENT OF RENT ........................~ ........................5 7. LATE PAYMENTS .........; .........................................5 8. INSTALLATION SCHEDULE ..........................................5 9. MODIFICATIONS OF APTS ...........................................6 10. INSTALLATION OF APTS. 12. ENTRANCE FEES ................................................. 13. MAINTENANCE AND OPERATION ................................... 12 12 14. INFORMATION DISPLAYS ..........................................16 t5. HOLD HARMLESS AND INDEMNIFICATION ............................17 AptS.wpd -i- 01/08/98 16. PREVAILING WAGES ..............................................17 17. EMPLOYMENT LAWS .............................................17 18. TERMINATION,, OF AGREEMENT .....................................17 19. EVENT OF DEFAULT; REMEDIES ....................................19 20. INSURANCE REQUIREMENTS ......................................20 21. NONDISCRIMINATION .............................................21 22. TAXES ..........................................................21 23. CONFLICT OF INTEREST ..........................................21 24. GOVERNING LAW ................................................21 25. COMPLIANCE WITH LAWS .........................................21 26. NO THIRD PARTY BENEFICIARIES ..................................22 27. INDEPENDENT CONTRACTOR ......................................22 28. WAIVER ......., .................................................22 29. CONTRACTOR’S BOOKS AND RECORDS .............................22 30. GIFTS ..........................................................23 31. NOTICES ........................................................23 32. VENUE .........................................................24 33. PRIOR AGREEMENTS AND AMENDMENTS ............................25 Apt6.wpd -ii-- 01/08/99 34. ASSIGNMENT ....................................................25 35, SEVERABILITY ...................................................25 36. HEADINGS ......................................................25 B. C. D. EXHIBITS Location of APTs (2 sheets) Installation Schedule (1 page) Plans (8 sheets) and Specifications (13 pages) Insurance Requirements (1 page) Apt6.wpd 01/08/99 -III- THIS AGREEMENT ("Agreement") is made and entered into as of this day of ,19___ (the "Effective Date"), by and between the CITY OF PALO ALTO, a public entity corporate and politic, hereinafter referred to as the "CITY", and JCDECAUX SAN FRANCISCO, INC., a California corporation, hereinafter referred to as "CONTRACTOR". Recitals WHEREAS, CITY desires to establish an Automatic Public Toilet ("APT") program, for the benefit of residents and visitors to downtown Palo Alto, to provide for the placement of APTs on public property in downtown Palo Alto; and WHEREAS, such an APT program will help eliminate the condition of the inadequacy of public restrooms in downtown Palo Alto; and WHEREAS, CONTRACTOR represents and warrants that it has the knowledge, willingness and ability to provide APTs for the APT program on rental terms as provided in this Agreement; and WHEREAS, CITY has based this Agreement on purchase procedures previously undertaken by the City of San Jose including the rental rates for APT’s as established in the City of San Jose Agreement dated January 6, 1998 and WHEREAS, CONTRACTOR agrees to provide necessary personnel at its office in Santa Clara County to maintain APT’s in both City of San Jose and City of Palo Alto NOW, THEREFORE, subject to all terms and conditions hereinafter set forth, the parties hereto agree as follows: 1.Definitions. In addition to terms defined elsewhere in this Agreement, where any word or phrase defined below is used in any part of this Agreement, it shall have the meaning herein set forth: Ao "Agreement" means this contract, as originally executed and as amended or extended from time to time. go "Automatic Public Toilet" or "APT" means a free standing enclosure containing an automatic self-cleaning toilet available for use by the general public as provided herein. Apt6.wpd 01/08/99 -1- Fo "City" means the City of Palo Alto, California. "PW Director" means the Director of the Department of Public Works of the City of Palo Alto. "Facilities Management" means the Manager of the Facilities Management Division of Public Works Department. "Reference Rate" means the interest rate charged by the Bank of America, NT & SA, San Francisco, California, to its best corporate clients at the beginning of each month, or if such rate is discontinued, then the Reference Rate shall be the Prime Rate published in the Wall Street Journal as being the rate on corporate loans posted by at least 75% of the nation’s largest banks. "Vandalism" means willful or malicious damage or destruction of an APT or any part thereof caused by a party other than CONTRACTOR or CITY but shall exclude graffiti, ordinary wear and tear, and any damage caused during riots and other declared civil emergencies. Term of Agreement; Options to Extend. Ao The "Term Commencement Date" of this Agreement shall be the earlier of (I) the installation of the second APT pursuant hereto or (ii) six (6) months after CITY issues to CONTRACTOR A Notice to Proceed for the installation of both of the first two (2) APTs hereunder. The term shall continue from the Term Commencement Date, subject to Subsection 2.B and Section 18 hereof, for twenty (20) years until the "Termination Date"; provided, however, that the CITY acknowledges that Rent (as hereinafter defined) shall be paid in accordance with Section 5 for each APT at the time each APT is installed and operational whether or not the Term Commencement Date has occurred. go If this Agreement shall not have been previously terminated and CITY is not in default under this Agreement at the time of the giving of notice as described below (or, if CITY is in default but CITY is diligently proceeding to cure said default), and is not in default at the Termination Date or the ¯ expiration date of the First Option Term (as hereinafter defined), as appropriate (or, if CITY is in default but CITY is diligently proceeding to cure said default), then CITY shall have the option to extend the term of this Apt6.wpd 01/08/99 -2- = Agreement on the same terms and conditions for an additional term (the "Option Term") as follows: An additional term of five (5) years from the Termination Date (the "First Option Term"); and (2)An additional term of five (5) years from the expiration date of the First Option Term (the "Second Option Term"); provided, however, that such option, as to each Option Term, may be exercised only by the delivery of written notice by CITY to CONTRACTOR delivered at least six (6) months in advance of the Termination Date or the expiration date of the First Option Term, as the case may be. Equipment. Ao B= Subject to all terms and conditions of this Agreement, CONTRACTOR shall rent to, install, operate, and maintain for the CITY under the terms and conditions of this Agreement two (2) APTs at the locations shown on Exhibit A attached hereto and incorporated herein. Notwithstanding Subsection A above, upon CITY’s request from time to time CONTRACTOR shall negotiate in good faith to rent additional APT(s) to the CITY under this Agreement, based upon the terms and conditions set forth herein, with Rent as negotiated by the parties; provided, however that, notwithstanding the foregoing, if such additional APT(s) are installed prior to the end of the fourth (4th) year after the Term Commencement Date, Rent shall be payable for such additional APT(s) in the amount then payable under Section 5 for the initial two (2) APTs installed pursuant to this Agreement, except that CONTRACTOR agrees (I) that if a total of four (4) APTs shall be installed pursuant to this Agreement prior to the end of the fourth (4th) year after the Term Commencement Date, the Rent hereunder for all APTs installed under this agreement shall be $60,000 per APT annually, as adjusted pursuant to Subsection 5.B. as if such new Rent amount were the initial Rent amount under this Agreement. It is understood that if the City orders and issues a Notice To Proceed for the additional third and fourth APTs within three and one-half years after the Term Commencement Date that this will secure the $60,000 per year APT rental rate for the City regardless of when the CONTRACTOR completes installation of these APTs. Apt6.wpd 01/08/99 -3- o o Ownership of Equipment. All APTs constructed, installed and maintained pursuant to this Agreement, and all intellectual property rights embodied in and/or related to such APTs, shall be and remain the property of CONTRACTOR. Rent. A° go Co Rent. Subject to Section 3 above and Section 6 below, CITY agrees to pay CONTRACTOR an annual rent for each APT in the amount of Sixty-One Thousand Five Hundred and No/100 Dollars ($61,500.00) (the "Rent"). The Rent commencement date shall be separately established for each APT, and shall be the date that each APT is installed and operational. Rent shall be increased or decreased annually as provided in Subsection B below, but in no event shall Rent be decreased below the amount of $61,500.00 per year, or in the case of a Rent adjustment pursuant to Subsection 3.B. in no event shall the Rent be decreased below the amount of $60,000 per year, as appropriate. The parties further acknowledge that .the amount of Rent payable hereunder may also be reduced from time to time by credits and/or offsets as provided in Subsection C below. CPI Changes. The Rent shall be adjusted annually on each anniversary ("Rent Adjustment Date") of the Term Commencement Date of this Agreement as follows: the Rent shall be adjusted based on the percentage change in the most recently published Consumer Price Index (CPI) (Urban Wage Earners and Clerical Workers in San Francisco- Oakland Standard Metropolitan Statistical Area (1982 - 84 = 100)) as calculated from the Effective Date. The Rent shall not be so adjusted until one (1) year after the Term Commencement Date. The annual CPI adjustment shall be limited to a maximum of five (5) percent. Credits and Offsets. (1)The parties agree that, to the extent CITY has paid Rent in advance for an APT, and such APT is not operational throughout the period for which such Rent was paid, CITY shall have the right to reduce future Rent payments due to CONTRACTOR by an appropriate pro rata amount for such non-operational period; provided, however, that CITY shall only be able to so reduce such future Rent payments if CITY has given notice to CONTRACTOR that an APT is not operational, the APT continues to be non-operational twenty-four (24) hours after such notice, and only to the extent the APT (after such initial 24-hour Apt6.wpd 01/08/99 period) is non-operational for more than twelve (12) hours in any one day; provided, however, that Rent shall not be so reduced in any case where an APT is non-operational due to the fault of the CITY; and provided, further, that notice by CITY to CONTRACTOR shall not be required in order for CITY to exercise its right of Rent reduction in the case of the destruction of an APT and such period of Rent reduction shall commence immediately upon such destruction. (2)At CITY’s option, to the extent CITY is owed amounts under Section 5.C.(1), 10.D.(2), 12.D., 13.D., and/or 18.B. hereof, which amounts have not been paid by CONTRACTOR within the time allowed therefor, with written notice to CONTRACTOR, CITY shall have the right to offset Rent payments that become due by such amounts due and not paid by CONTRACTOR, plus interest thereon as provided herein. Except as provided in this Subsection 5.C.(2), CITY shall not have the right to offset any other amounts due or claimed to be due to CITY hereunder unless CITY has obtained a final judgment against CONTRACTOR with respect to a claim under this Agreement. Payment of Rent. Ao CITY shall make Rent payments to CONTRACTOR quarterly in advance for each APT. For this purpose, January 1, April 1, July ~1 and October 1 shall be deemed "Quarterly Payment Dates". The first Rent payment for each APT shall be due within thirty (30) days after CITY has received CONTRACTOR’s notice that the APT has been installed and is fully operational. Such first Rent payment shall be prorated and shall cover the period from the APT’s first day of operation to the day before the next Quarterly Payment Date. Late Payments. Payments due hereunder, including without limitation Rent, which are not received within thirty (30) days after such amount becomes due shall bear interest at the Reference Rate plus two percent (2%) from and after the date said payment was due until the date paid. .Installation Schedule. CONTRACTOR shall deliver and install two (2) APTs in accordance with the schedule attached hereto as Exhibit B and incorporated herein. Apt6.wpd 01/08/99 -5- 9. Modifications of APTs. 10. Without limiting any other obligations of CONTRACTOR set forth in this Agreement, and subject to all the terms and conditions of this Agreement, CONTRACTOR shall effect at its cost such technical improvements or alterations to the APTs as, in the course of its business, it may introduce from time to time to such model and which may be introduced without modification of the basic design, including the shell and other major components of the APT. No improvement or alteration shall be made without the written consent of CITY if such alteration would cause the APT to deviate from the plans and specifications attached as Exhibit C, would violate any requirement of this Agreement, or would alter the exterior appearance of the APT. The CITY will not unreasonably withhold or delay its consent to any improvement or alteration for which its consent is required; provided, however, it shall not be considered unreasonable to withhold approval of any alteration which would materially adversely affect the operation of the APTs. After any such improvement or alteration, this Agreement shall continue as if any improved or altered APT was one of the original APTs supplied under this Agreement. Installation of APTs. A. General. CONTRACTOR shall install APTs only for which (I) the design complies with the requirements of Subsection F below; (ii) all required approvals from permitting authorities have been received and all applicable fees have been paid therefor by CONTRACTOR, provided, however, that CONTRACTOR shall be obligated only to pay up to a maximum of One Thousand Dollars ($1,000) per APT for such fees, and CITY shall pay any fees in excess of such amounts; and (iii) locations have been determined pursuant to Subsection C. below. CONTRACTOR shall be and shall keep fully informed of the City Charter, codes, ordinances and regulations and of all state, local and federal laws in any manner affecting the performance of this Agreement and the operation of the APTs, and shall at all times comply with applicable codes. Citation of any specific code sections in this Agreement shall not excuse CONTRACTOR from its obligation to comply with all applicable local, state, federal laws and ordinances. It is the understanding of CONTRACTOR and CITY as of the Effective Date that the City’s building code does not apply to the APTs, however Plumbing and Electrical permits are required for the installation of Utility services (laterals). Apt6.wpd 01/08/99 -6- Apt6.wpd 01/08/99 (2)CONTRACTOR agrees that it shall neither have nor acquire any possessory interest in any property on which an APT has been installed pursuant to this Agreement. (3)Change in Laws. If the CITY, the State of California, the federal government or any other governmental agency should adopt a change in laws or regulations applicable to the APTs so as to require significant alteration of or a significant increase in the cost of the operation of the APTs, then at the request of CONTRACTOR, CITY and CONTRACTOR shall negotiate in good faith possible modifications to this Agreement to compensate for the effect of such change. In no event shall CITY be required to agree to any particular modification of this Agreement. If no modification of this Agreement satisfactory to both CONTRACTOR and CITY is agreed upon within one hundred twenty (120) days after CONTRACTOR’s request to CITY, CONTRACTOR may, at its option,, elect to terminate this Agreement upon ninety (90) days notice to CITY. For purposes of this provision the term "significant" shall mean an alteration cost or an operational cost increase equal to at least five percent (5%) of the then remaining Rent due to CONTRACTOR under this Agreement, as extended. Regulatory. Ap.~rovals Required for APTs. CONTRACTOR shall submit construction drawings and supporting documents to obtain all required approvals from permitting authorities with jurisdiction over the APT locations and pay all related fees, subject to Subsection A.(1) above, before proceeding with installation of any APT. Such approvals shall be sought and issued in the CITY’s name, and CITY shall reasonably cooperate with CONTRACTOR with regard to such approvals. Unless otherwise directed by the PW Director, within ninety (90) days following the Effective Date, CONTRACTOR, on behalf of CITY, shall submit to the Department of Public Works location and construction drawings ("site plans") for the two (2) APT sites described in Exhibit A, or substitute sites designated in accordance with Subsection C below, together with the applicable fees for each APT. The Department of Public Works shall review each site plan and inspect each location and site, and thereafter, unless the location is determined by the PW Director to be unsuitable for installation of an APT, shall issue the approvals necessary for each proposed APT site. The parties acknowledge that, because CITY is a public entity, permits for work on City property right of way as such may not be issued by the City after all required regulatory review but instead approval letters or memoranda authorizing the installation may be issued by the City. These procedures -7- Co shall apply to any additional APT units that are installed pursuant to this agreement. Locations and Sites of APTs. CONTRACTOR shall install the APTs at locations designated and approved in accordance with this Subsection. Locations. A preliminary list of locations for the two (2) APTs is attached as Exhibit A. In the event any of the locations listed in Exhibit A are determined by CITY to be unsuitable for APT installation prior to the issuance of regulatory approvals therefor, or are disapproved by the PW Director pursuant to Subsection B above or by CONTRACTOR pursuant to Subsection (3) below, then CITY shall designate an equal number of alternate locations; provided, however, that CONTRACTOR shall only be obligated to provide site plans (as defined in Subsection B above) at CONTRACTOR’s expense for up to two (2) locations in connection with the selection of locations for the first two (2) APTs to be installed pursuant to this Agreement. (2) (3) Additional APT Locations. If CITY elects to require the installation of additional APTs pursuant to Section 3.B, or permits the relocation of any APT in accordance with this Agreement, CITY shall designate locations for installation of those additional APTs as provided herein. Review and Approval of APT Locations. CITY and CONTRACTOR shall inspect the proposed locations and exchange information regarding the suitability of each such location for an APT. CITY acknowledges that the installation of the APTs requires clear space of at least three and one-half feet (3-1/2’) below the surface of the slab. If a proposed location will not provide the clear space necessary for. the installation of the APT, CONTRACTOR may disapprove the location and CITY shall designate a substitute location. (4)Reimbursement of Cost of Foundations and Utility Laterals. CITY shall reimburse CONTRACTOR for the cost of installation of the foundations of each APT and extension of utility laterals to each APT, including without limitation, costs of site preparation, trenching, and street restoration required in connection with the installation of foundations and extension of utility laterals. Utility laterals covered by the foregoing shall include, without limitation, sanitary sewer, electrical, water and telephone/communication services to each APT. Apt6.wpd 01/08/99 -8- Prior to performing such work, CONTRACTOR shall obtain a minimum of three (3) competitive quotes from licensed contractors for performance of this work, unless the PW Director in writing agrees that such. competitive quotes are not required. CONTRACTOR shall submit to CITY for CITY’s review and approval, which approval will not be unreasonably withheld, the proposed contract with the selected contractor, along with a summary of the other competitive quotes received. Any disapproval shall be accompanied by a detailed explanation of the reasons for disapproval, and shall automatically extend on a day-for-day basis, the dates for installation of the APTs until such a contract has been approved by CITY. If CITY fails to respond within ten (10) days after submission of the required information, the contract shall be deemed approved. CITY shall reimburse CONTRACTOR for costs incurred for the subject work in accordance with the approved contracts within thirty (30) days of submission by CONTRACTOR to CITY of an invoice therefor, accompanied by evidence of amounts paid to the contractor. Relocation of APTs. CONTRACTOR may not relocate or remove an APT during the term of this Agreement without the CITY’s approval which shall not be unreasonably withheld except that the new location for any relocated APT shall be subject to the CITY’s approval in its sole discretion. Without limiting the foregoing, the parties acknowledge that unless CITY approves the new location for any APT, which approval shall be in CITY’s sole discretion, relocation of APTs shall not be allowed under this Agreement. (2)The CITY may direct the relocation of up to one (1) APT in any two (2) year period for which CONTRACTOR shall bear the full cost of removal and relocation of the APT structure. CITY shall, in accordance with the procedures described in Section 10.C(4), reimburse CONTRACTOR for the cost of installation of the foundation and extension of utility laterals for each new location and for restoration of the street at the prior location. In the event CONTRACTOR fails to remove and relocate an APT within a reasonable time following approval by CITY of all permits for installation of the APT at the new location and of the contract for work to be reimbursed by CITY pursuant to Section 10.C(4), then CITY may, at its sole discretion, cause the removal and storage or Apt6.wpd 01/08/99 -9- Fo relocation of said APT and recover any and all costs incurred from CONTRACTOR, for which the CONTRACTOR would of been responsible. Such costs shall be paid directly to CITY by CONTRACTOR upon the invoice therefor. (3)CITY may also direct CONTRACTOR to relocate more than one (1) APT in any two (2) year period but only if CITY bears all removal and relocation costs, or, at CITY’s option CITY requires a third party to bear such costs. (4)Pursuant to Subsection 13.E., CONTRACTOR may, with CITY’s approval, elect to relocate and remove any APT, for which CONTRACTOR shall bear the full cost of removal and relocation, including sidewalk and curb restoration if the same is affected by the removal. The new location of any such relocated APT shall be determined in accordance with Subsections 10.C. and 10.D.(1). Clearance Requirements for APTs. After the installation of an APT, CITY shall use its best efforts to assure that new structures or obstacles are not placed in the area which would obstruct the access to such APT. APT Design. CONTRACTOR shall design, construct, and install the APTs contracted for under this Agreement in conformity with the CITY’s color selection (color # RAL 840HR, as used by the City of San Jose) for the APTs and in conformity with the plans and specifications attached hereto as Exhibit C. Such plans and specifications may be modified by the CONTRACTOR only with the prior written approval of the CITY. Such approval shall not be unreasonably withheld if the proposed change does not materially affect the external appearance or the disabled access requirements of the APTs or adversely affect the operation of the APTs. The design cost for utility installation and foundation work shall be borne by the CITY. However CONTRACTOR shall arrange for an Engineer to prepare the necessary documents. The CONTRACTOR will work with the CITY to arrange for appropriate design fees. No work shall start until CITY has approved for such fees. Location Drawings and Construction Engineering Plans for APTs. All construction work shall be done in accordance with Department of Public Works Standard Specifications and Details, most current version, and all other applicable codes. Location drawings shall contain a twenty feet (20’) to one inch (1") scale representation of the proposed APT site and shall cover the area from the property line to the street centerlines at the nearest Apt6.wpd 01/08/99 -10- intersection. Mid-block sites can be shown with broken line ties. The drawings also shall give all necessary street dimensions, such as sidewalk width and street width, and denote all surface and subsurface structures, including hydrants, utility poles and catch basins, subsidewalk basements, transit shelters, and bus stops and their accurate positions. After approval of a particular location, CONTRACTOR shall also submit to the Department of Public Works engineering plans showing sewer connections, water service connections, electrical service connections, telephone/communications service connections, and foundation details for each APT, which plans shall be stamped and signed by an engineer registered with the State of California. CONTRACTOR is responsible for identifying all utility lines located beneath the APT and for showing all such utility lines on the location drawing and notifying underground service alert prior to any excavation. Under this Agreement, the City must approve the location and engineering drawings and issue encroachment and excavation approvals before CONTRACTOR may commence work on a particular site or location. Electrical, Sewage, Telephone and Water Services; Utility Connection. Subject to Subsection 10.C(4), the installation of utility laterals from existing mains to the APT sites will be installed by the CITY. All service lines shall be underground. CONTRACTOR shall arrange for, and bear the full cost of the internal APT components and perform all APT utility hook-up procedures to these laterals at the APT units in accordance with all laws. Operating Charges for Utilities. CITY shall bear the full cost for monthly operating charges for water, electrical, sanitary sewer and telephone/communications services to each APT. All such services shall be in CITY’s name and CITY shall pay such charges directly to the providers thereof. CITY shall provide CONTRACTOR with copies of invoices received by CITY for such services, for CONTRACTOR’s records. Installation Hours. CONTRACTOR shall perform installation of all APTs only during hours approved in writing in advance by the PW Director and in accordance with all other reasonable requirements of the PW Director with regard to such installation activities. Clean-Up of Sites. When each APT installation is complete, CONTRACTOR shall as part of the construction, restore the site, remove all excess materials, and clean up the site. Without limiting the foregoing, CONTRACTOR shall, as necessary, reconstruct sidewalks, curbs, gutters and/or walkways; repair street and/or parking lot paving; and replant any Apt6.wpd 01/08/99 -11- disturbed plantings. All restoration shall be subject to the inspection and reasonable approval of the PW Director. Lo Notice of Completion. With regard to each APT, CONTRACTOR shall notify CITY in writing of that date when (I) the APT has been completely installed, (ii) all site restoration work required under Subsection 10.K. above has been completed, and (iii) the APT is available for public use. Such date shall be used to determine the commencement of Rent payments for the APT, as provided in Section 5. . L [Intentionally Omitted]. Entrance Fees. go C° The entrance fee ("Entrance Fee") for each APT shall be either (I) fifty cents ($.50), or (ii) a token ("APT Token"). CONTRACTOR shall supply CITY, at no charge to CITY, with as many APT Tokens as CITY may reasonably request from time to time. The parties agree that CITY shall be entitled to all Entrance Fees as may be paid for entrance to the APTs. CONTRACTOR shall be responsible for collection of all Entrance Fees. CONTRACTOR shall collect the Entrance Fees at least weekly and shall keep detailed records of the cash and APT tokens collected at each APT. After the end of each quarter, CONTRACTOR shall apply the amount collected from the prior quarter to the outstanding quarterly balance and bill for the remainder amount. A monthly report shall be transmitted to the CITY within fifteen (15) days after the end of each month. At CITY’s option, CITY may increase (but need not decrease) the cash amount of the Entrance Fee based upon CPI increases as described in Subsection 5.B., but no more often than once per year and only in multiples of five cents ($.05). Costs for any adaptation of the equipment in connection with such an increase in Entrance Fee shall be at CONTRACTOR’s expense. The CITY may also change the amount of the Entrance Fee based upon CITY policy or due to unfavorable economic conditions. Any such adaption of the equipment shall be performed by the CONTRACTOR at the CITY’s expense. Apt6.wpd 01/08/99 -12- 13. Apt6.wpd 01/08/99 Maintenance and Operation. Ao Maintenance and Operation. CONTRACTOR shall at its own cost clean, repair and maintain each APT so that each APT is operational, well maintained, and supplied with all products and materials required for its efficient and convenient use. go Hours of Operation. Each APT shall be operational twenty-four (24) hours every day, unless otherwise agreed to in writing by CONTRACTOR and Services to be Furnished by CONTRACTOR. CONTRACTOR, its employees or authorized subcontractors, shall provide the following services in connection with the maintenance and operation of the APTs during the term of this Agreement: (1) (2) Continuously maintain in a clean, graffiti-free, safe, and first-class condition, in a manner consistent with all terms and provisions of this Agreement, all APTs; Maintain an office in Santa Clara County at 2075 Bering Drive, Unit E, San Jose, CA 95131, telephone (408) 436-3028 or another location agreed to by CITY where CONTRACTOR personnel who will supervise and care for the APTs shall be based; (3)Provide a posted telephone number on each APT for 24-hour reporting of service and maintenance complaints; (4)Provide the necessary personnel to assure the maintenance of the APTs as provided herein; without limiting the foregoing, CONTRACTOR shall maintain at its office in Santa Clara County full-time technicians qualified and trained to perform all expected APT maintenance; (5) (6) Refurbish, recondition, and if necessary replace any APT that is not functioning in accordance with the standards set forth in this Agreement; Inspect each APT at least twice per day every day; provided, however, that CONTRACTOR shall inspect any site more frequently if conditions at that site so require. At the time of every inspection, CONTRACTOR shall, if necessary, clean and wash each APT, inside and/or outside. In addition, CONTRACTOR shall inspect all fixtures -13- Apt6.wpd 01/08/99 at each site and, if needed, shall replace defective fixtures within the time frames provided in Subsection D below. CONTRACTOR shall remove all graffiti, stickers, unauthorized posters and flyers, litter, dust, dirt and weeds and other rubbish from each APT. CONTRACTOR shall also keep the sidewalk area five (5) feet around the perimeter of each APT odor-, stain- and refuse-free; provided, however, that in no event shall CONTRACTOR be responsible for any repair or replacement of the sidewalk within five (5) feet of the perimeter of an APT that is necessary due to damage caused from stains caused by entities other than CONTRACTOR, nor shall CONTRACTOR be obligated to indemnify the CITY under Section 15 of this Agreement for CONTRACTOR’s failure to keep the sidewalk area within five (5) feet of the perimeter of an APT odor-, stain- and refuse-free. Notwithstanding any other provision of this Agreement, CONTRACTOR shall not be required to provide security personnel at the site of the APTs. Repair and Replacement. Upon observing or receiving notification of any deficiency, damage, Vandalism, or graffiti in, on or around any APT, CONTRACTOR shall commence to repair or replace said damage, Vandalism, or graffiti, within twenty-four (24) hours. If an APT is destroyed, CONTRACTOR shall within twenty-four (24) hours secure or remove the remains of the APT and shall thereafter use good faith diligent efforts to replace the APT atthat site within three (3) months and shall provide CITY with a written report on CONTRACTOR’s efforts to replace such APT and CONTRACTOR’s expectations as to when such replacement APT shall be installed and operational. In conjunction with such removal, CONTRACTOR shall, at its own expense, restore the affected sidewalk and curb area to a safe, finished condition. If CONTRACTOR does not maintain inspections as scheduled and remedy existing deficiencies within such time periods, CITY shall be entitled, upon twenty-four (24) hours notice to CONTRACTOR (or such shorter notice as may be feasible in an emergency), to make the repairs and to bill CONTRACTOR for the work performed. Such costs shall be paid directly by CONTRACTOR to CITY upon submission of an invoice therefor, with reasonable documentation, by CITY to CONTRACTOR. Subject to an extension for force majeure, if any APT is out of operation for forty-eight (48) consecutive hours, or if any APT is destroyed and has not been replaced within six (6) months, then CONTRACTOR shall pay to the CITY the sum of Twenty Dollars ($20.00) per each day thereafter that such APT remains out of operation. Such payment by CONTRACTOR shall be in addition to CITY’s right to reduce its Rent payments because of such lack of operation as set forth in Subsection 5.C.(1). For purposes of this -14- Agreement, "force majeure" shall mean delays in CONTRACTOR’s performance of its obligations hereunder due to acts of God, riots, fires, floods, community wide strikes, or criminal acts of third parties preventing the reinstallation of the APTs, freight embargoes and/or unusually severe weather. Vandalism of APTs. In the event that CONTRACTOR’s aggregate cost of repair and replacement of APTs due to Vandalism during any year of operation should exceed an average of Two Thousand Dollars ($2,000) per APT, CONTRACTOR may, by notice to CITY, request that CITY negotiate in good faith possible modifications of this Agreement to reduce such cost. Such modifications may include relocation of APTs for which Vandalism is a particular problem, change in hours of operation, additional lighting or other security measures, or any other modification which would reduce such costs. In no event shall CITY be required to agree to any particular modification of this Agreement. Nothing in this Agreement shall be construed to impose on CITY any responsibility or liability for costs incurred by CONTRACTOR on account of Vandalism. Reports and Logs. (1)CONTRACTOR shall prepare and maintain a maintenance log for each APT, and submit copies of each log for the preceding month to CITY within fifteen (15) days after the end of each month during the first five (5) years of this Agreement; provided, however, that until one (1) year after the first two (2) APTs have been installed, at the request of the CITY and/or the Manager of Facilities Management, such logs shall be available as often as on a daily basis, provided, however, that on weekends and holidays such documents shall be made available by allowing CITY representatives access to such documents in CONTRACTOR’s office in Santa Clara County at a time reasonably agreed upon in advance by the parties. After the first five (5) years of this Agreement, copies of such logs shall be provided upon the request of the CITY and/or the Manager of Facilities Management. (2)CONTRACTOR shall also furnish to the CITY and the Manager of Facilities Management within thirty (30) days after the end of each calendar quarter a narrative summary, by APT, of the maintenance operations during the preceding quarter, noting problem areas, corrective actions taken, and the number and nature of repairs attributable to Vandalism. Such quarterly report shall include actual Apt6.wpd 01/08/99 -15- 14. year-to-date cost figures for repairs attributable to Vandalism to the extent then known by CONTRACTOR. (3)CONTRACTOR shall maintain and make available to the CITY and the Manager of Facilities Management a written complaint log in a format reasonably acceptable to CITY. The purpose of this log will be to record complaints and/or incidents that occur with respect to the APTs. In addition to the date, time, location, etc., the log shall include disposition and final resolution of the complaint. Copies of this document shall be submitted to the CITY and/or Director upon request. Information Displays. CITY may display information posters ("posters") containing information about public events, events at public facilities, or other information of general interest to the public, on the two (2) external display panels on each APT. Such posters shall be a standard size of 4 ft. x 6 ft. and shall be clean and of fresh appearance, and any sponsorship information included in such posters shall be limited to an aggregate of up to ten percent (10%) of the surface area of the poster in the case of any sponsors other than the CITY. CONTRACTOR agrees to install and display such posters as provided by CITY at no cost to CITY. CITY agrees (I) that such display panel space shall not be used for commercial advertising, and (ii) that CONTRACTOR shall not be liable for any damage or destruction of such posters by third parties while the posters are on display on an APT. The display panels shall be illuminated as provided in the specifications. CONTRACTOR shall not have any right to place any informative and/or advertising materials on or inside the APTs, without CITY advance written approval which shall be given or withheld in CITY’s sole discretion.- Notwithstanding the foregoing, CITY shall reasonably approve the display of any informative materials related to the use and operation of the APTs. CONTRACTOR agrees that all such informative materials shall be provided in two (2) languages: English and Spanish. The parties acknowledge and agree that the display of posters on the APTs shall be subject to and shall conform with all sign laws of the City of Palo Alto. Apt6.wpd 01/08/99 -16- 15. 16. 17. Hold Harmless and Indemnification. Ao . CONTRACTOR shall indemnify, defend, and hold harmless CITY, and their employees, officers and agents from and against any claim, loss, damages, injury, expense, judgment or liability associated with the APTs to the extent such claim, loss, damages, injury, expense, judgment or liability is caused either by defects in products supplied by CONTRACTOR hereunder or by the willful or negligent act or omission of CONTRACTOR, its employees, officers and/or agents. CITY shall indemnify, defend, and hold harmless CONTRACTOR, its employees, officers and agents from and against any claim, loss, damages, injury, expense, judgment or liability associated with the APTs to the extent such claim, loss, damages, injury, expense, judgment or liability is caused by the willful or negligent act or omission of CITY, its employees, officers and/or agents. The provisions of this Section 15 shall survive the expiration or earlier termination of this Agreement. Prevailing Wages. There is no requirement of prevailing wages. The CONTRACTOR is not required to pay prevailing wages in the performance and implementation of the Project, because the CITY, pursuant to its authority as a chartered CITY, has adopted Resolution No. 5981 pertaining to prevailing wages, and invokes the exemption from the state prevailing wage requirement with respect to this Project and declares that the Project is funded one hundred percent (100%) by the CITY. Employment Laws. 18. CONTRACTOR, upon request, shall furnish to CITY adequate evidence of compliance with employment laws, such as but not limited to Social Security and Unemployment Compensation laws. Termination of Agreement. Ao Termination Upon Expiration. This Agreement shall terminate twenty (20) years from the Term Commencement Date, as provided in Section 2, unless the Agreement has been extended as provided herein, including without limitation in Subsection 2.B., or unless terminated earlier as provided in this Section. Apt6.wpd 01/08/99 -17- Removal and Restoration Upon Termination. Upon termination of this Agreement, CONTRACTOR shall remove its APTs at CONTRACTOR’s sole cost and expense. CITY shall be responsible for the cost of all site restoration work, including restoration of sidewalks, streets, walkways, parking lots, walls and curbs, and disconnection or capping of utility service laterals. At the request of CITY, such work shall be performed under the supervision of CONTRACTOR and reimbursed by CITY, in accordance with the procedures described in Section 10.C(4) above. All such restoration shall be subject to the approval of the PW Director. CONTRACTOR shall complete such APT removal within one hundred twenty (120) days of CONTRACTOR’s receipt of all necessary advance approvals and/or permits. If CONTRACTOR fails to complete such APT removal within said one hundred twenty (120) day period, CITY, without further notice and at CONTRACTOR’s cost and expense, may remove the APTs. Termination for Default. In the event of any uncured default by either party to this Agreement, as provided in Section 19 hereof, the non-breaching party shall have the option to terminate the Agreement as provided therein. Termination for Delays in Issuance of Regulatory Approvals. If, through no fault of CONTRACTOR, CITY and/or any other regulatory authority with jurisdiction has not issued regulatory approvals for installation of the first two (2) APTs by the date one (1) year after the Effective Date, then CONTRACTOR, at its option, may at any time after the end of said one (1) year period, elect to terminate this Agreement upon sixty (60) days notice to CITY during which period CITY shall have an opportunity to cure said delay. In the event all required approvals are not issued for all such APTs within said sixty (60) day period, this Agreement shall terminate without further notice and the parties shall be discharged from any and all obligations hereunder without penalty or liability, excepting liability for breach of this Agreement arising prior to the date of such termination and excepting also CONTRACTOR’s obligations pursuant to Subsection B of this Section. Termination Without Cause. CITY may terminate this Agreement without cause as provided in this Subsection E. Beginning five (5) years after the Term Commencement Date, CITY may terminate this Agreement without cause after thirty (30) days notice to CONTRACTOR and payment to CONTRACTOR of twenty-five percent (25%) of the remaining Rent then due to CONTRACTOR under this Agreement (as extended, if extended); provided, however, that during the last three (3) years of the term of this Apt6.wpd 01/08/99 -18- Agreement (as extended, if extended) such payment to CONTRACTOR shall be in the amount of fifteen percent (15%) of the remaining Rent then due to CONTRACTOR under this Agreement (as extended, if extended). 19.Event of Default; Remedies. A=Default of Contractor. In the event that CONTRACTOR shall fail to comply with or carry out any material term, covenant, or condition set forth in this Agreement, CITY may serve upon CONTRACTOR a first notice of default specifying the basis for such claim of default ("First Notice of Default"). If CONTRACTOR fails to cure such default within thirty (30) days after receipt of said First Notice of Default, or, if such default is not capable of being cured within such period, if CONTRACTOR fails to commence to cure within such thirty (30) days and thereafter diligently pursue such cure to completion, then CITY may serve upon CONTRACTOR a second notice of default ("Second Notice of Default"). If CONTRACTOR fails to cure such default within twenty (20) days after receipt of said Second Notice of Default, or if such default cannot be cured within such period, CONTRACTOR does not commence to cure such default and thereafter diligently pursue such cure to completion, then CITY may terminate this Agreement upon notice of termination to CONTRACTOR. Termination shall be effective immediately upon receipt of such notice of termination. CONTRACTOR shall undertake no new work after the date of receipt of any notice of termination. Bankruptcy or Reorganization Proceedings. CONTRACTOR shall be deemed to be in default of this Agreement in the event that CONTRACTOR shall cease conducting business in the normal course, become insolvent, make a general assignment for the benefit of creditors, suffer or permit the appointment of a receiver for its business or assets or shall avail itself of, or become subject to, any proceeding under the Federal Bankruptcy Act or any other statute of any state of these United States or any other foreign country relating to the insolvency or the protection of rights of creditors; then, in the case of any of the foregoing events, at the option of CITY, the CITY shall have the right to terminate this Agreement forthwith and CONTRACTOR or its successor in interest by operation of law or otherwise shall thereafter have no rights in or to this Agreement or to any of the rights herein conferred. Default.of ClTYI In the event that CITY shall fail to comply with or carry out any material term, covenant or condition set forth in this Agreement, Apt6.wpd 01/08/99 -19- 20. Do Fo CONTRACTOR may serve upon CITY a First Notice of Default. If CITY fails to cure such default within thirty (30) days after receipt of said First Notice of Default, or, if such default is not capable of being cured within such period, if CITY does not commence to cure within such thirty (30) days and thereafter diligently pursue such cure to completion, then CONTRACTOR may serve upon CITY a Second Notice of Default. If CITY fails to cure such default within twenty (20) days after receipt of said Second-Notice of Default, or if such default cannot be cured within such period, CITY does not commence to cure such default and thereafter diligently pursue such cure to completion, then CONTRACTOR may terminate this Agreement upon notice of termination to CITY. Termination shall be effective immediately upon receipt of such notice of termination. Remedies. In case of default, each party shall have available to it any of the remedies provided for in this Section as well as all remedies available in law and equity. Rights of Parties Accrued Prior to Termination. Termination of this Agreement shall not in any way affect the rights and obligations of the parties which have accrued prior to such termination, including without limitation, with respect to damages or amounts payable to the other party. Other Remedies. The exercise of the remedies provided for in this Section 19 shall be cumulative and shall in no way affect any other remedy the parties may have available in law or equity. The exercise by either party of any of the options set forth in this Section by commencement of legal proceedings, audit, or otherwise, shall not be deemed a waiver of its right to exercise any other option provided herein. Insurance Requirements. CONTRACTOR agrees to have and maintain the policies of insurance set forth in EXHIBIT D, entitled "Insurance Requirements", which is attached hereto and incorporated herein. All policies, endorsements, certificates and/or binders shall be subject to approval by the CITY Risk Manager as to form and content. These requirements are subject to amendment or waiver if so approved in writing by the Risk Manager. It is agreed that the required insurance coverage may be increased in proportion to the CPI Changes as described in paragraph 5.B. However, any such increase in required insurance coverage shall be applied in minimum $250,000 increments based on the cumulative multi-year CPI Change. Apt6.wpd 01/08/99 -20- CONTRACTOR agrees to provide CITY with a copy of said policies, certificates and/or endorsements before work commences under this Agreement. 21. Nondiscrimination. CONTRACTOR shall not discriminate, in any way, against or grant preferential treatment to any person on the basis of race, sex, color, age, religion, sexual orientation, disability, ethnicity or national origin in connection with or related to the performance of this Agreement. 22.Taxes. CITY shall pay all lawful sales or use taxes, if any, levied on the rent payments and all possessory interest taxes or personal property taxes from time to time levied or assessed upon CONTRACTOR in connection with the APTs provided pursuant to this Agreement. CONTRACTOR shall pay any other taxes with respect to this Agreement, including, without limitation, personal property taxes for personal property other than the APTs, any federal or state income, franchise, sales, use, or similar taxes, business license taxes, and any taxes related to CONTRACTOR’S right to do business. CONTRACTOR shall promptly upon receipt thereof provide CITY with copies of any bills received by CONTRACTOR for any taxes payable by CITY pursuant to this Section. Notwithstanding the foregoing, CITY shall have the right at its option to contest the validity or amount of any taxes payable by CITY pursuant to this Section by appropriate legal proceedings. 23.Conflict of Interest. CONTRACTOR and its officers, employees, associates and subcontractors, if any, will comply with .all conflict of interest statutes of the State of California applicable to CONTRACTOR’S services under this agreement, including, but not limited to, the Political Reform Act (Government Code Sections 81000, et.seq.) and Government code Section 1090. 24. Governing Law. CITY and CONTRACTOR agree that the law governing this Agreement shall be that of the State of California. 25.Compliance With Laws. CONTRACTOR and the APTs shall comply with all applicable laws, ordinances, Apt6.wpd 01/08/99 -21- 26. codes and regulations of federal, state and local governments, including without limitation the Americans with Disabilities Act (ADA), in the performance of CONTRACTOR’s obligations hereunder. No Third Party Beneficiaries. Nothing in this Agreement shall be construed to create any duty to anyone not a party hereto and no third party shall be deemed a third party beneficiary of any of the provisions hereof. 27.Independent Contractor. 28. CONTRACTOR shall be deemed at all times to be an independent contractor hereunder and shall be wholly responsible for the manner in which CONTRACTOR performs the service required of CONTRACTOR by the terms of this Agreement. Nothing contained herein shall be construed as creating an employment, partnership, joint venture or agency relationship between CITY and CONTRACTOR. Terms in this Agreement referring to direction from CITY shall be construed as providing for direction as to policy and the result of CONTRACTOR’s work only and not as to the means by which such a result is obtained. Waiver. 29. CONTRACTOR agrees that waiver by CITY of any breach or violation of any term or condition of this Agreement shall not be deemed to be a waiver of any other term or condition contained herein or a waiver of any subsequent breach or violation of the same or any other term or condition. The acceptance by CITY of the performance of any work or services by CONTRACTOR shall not be deemed to be awaiver of any term or condition of this Agreement. Contractor’s Books and Records. CONTRACTOR shall maintain any and all ledgers, books of account, invoices, vouchers, canceled checks, and other records or documents evidencing or relating to charges for services, supplies, materials, or equipment provided to CITY for a minimum period of three (3) years, or for any longer period required by law, from the date of final payment to CONTRACTOR pursuant to this Agreement. CONTRACTOR shall maintain all documents and records which demonstrate performance under this Agreement for a minimum period of Apt6.wpd 01/08/99 -22- Co Do Gifts. three (3) years, or for any longer period required by law, from the date of termination or completion of this Agreement. Any records or documents required to be maintained pursuant to this Agreement shall be made available for inspection or audit, at any time during regular business hours, upon written request by any of the following CITY officers: the City Attorney and/or Director of Administrative Services, and/or any of the following City officers: the City Auditor, City Manager, and/or the Director; or a designated representative of any of such officers. Copies of such documents shall be provided to CITY for inspection at the CITY office when it is practical to do so. Otherwise, unless an alternative is mutually agreed upon, the records shall be available at CONTRACTOR’s address indicated for receipt of notices in this Agreement. VVhere CITY has reason to believe that such records or documents may be lost or discarded due to dissolution, disbandment or termination of CONTRACTOR’s business, CITY may, by written request by any of the above-named officers, require that custody of the records be given to CITY and that the records and documents be maintained at the CITY office. Access to such records and documents shall be granted to any party authorized by CONTRACTOR, CONTRACTOR’s representatives, or CONTRACTOR’s successor-in-interest. 31. Ao CONTRACTOR is familiar with CITY’s prohibition against the acceptance of any gift by a City officer or designated employee, which prohibition is found in the Palo Alto Municipal Code. B°CONTRACTOR agrees not to offer any City officer or designated employee any gift prohibited by said Code. The offer or giving of any prohibited gift shall constitute a material breach of this Agreement by CONTRACTOR. In addition to any other remedies CITY may have in law or equity, CITY may terminate this Agreement for such breach as provided in Section 23 of this Agreement. Notices. All notices and other commL~nications required or permitted to be given under this Agreement shall be in writing and may be delivered by hand, by facsimile Apt6.wpd 01/08/99 -23- transmission with verification of receipt, or by United States mail, postage prepaid and return receipt requested, addressed to the respective parties as follows: To:Director, Department of Public Works -City of Palo Alto 250 Hamilton Avenue Palo Alto, CA 94301 with a copy to:Manager, Department Management Division City of Palo Alto 250 Hamilton Avenue Palo Alto, CA 94301 of Public Works,Facilities To CONTRACTOR:JCDecaux San Francisco Attention: Jean-Francois Nion 470 Eighth Street San Francisco, CA 94103 or to such other address as any party may designate by notice in accordance with this Section. A copy of any notice of a legal nature, including, but not limited to, any claims against CITY, its officers or employees shall also be served in the manner specified above to the following address: City of Palo Alto City Attorney 250 Hamilton Avenue Palo Alto, CA 94301 Notice shall be deemed given on the date of personal delivery by hand, or the date of receipt of facsimile transmission (with verification of receipt), or on the date delivery is refused, if applicable. 32. Venue. In the event that suit shall be brought by either party hereunder, the parties agree that trial of such action shall be exclusively vested in a state court in the County of Santa Clara or, where appropriate, in the United States District Court for the Northern District of California, San Jose, California. Apt6.wpd 01/08/99 -24- 33.Prior Agreements and Amendments. 34. This Agreement, including all Exhibits attached hereto, represents the entire understanding of the parties as to those matters contained herein. No prior oral or written understanding shall be of any force or effect with respect to those matters covered herein. This Agreement may only be modified by a written instrument duly executed by the duly authorized and delegated parties to this Agreement. Assignment. 35. Ao This agreement may not be assigned by CONTRACTOR without the prior written consent of CITY, which consent shall not be unreasonably withheld, except that CITY’s consent shall not be required for (i) assignments requested in connection with the sale of substantially all of CONTRACTOR’s assets or operations, such as but not limited to consoslidations or megers, or (ii) assignments to entities more than fifty percent (50%) owned by, or under common ownership with, CONTRACTOR; provided, in either case, that the assignee assumes in writing all of CONTRACTOR’s obligations hereunder. go CITY, in its sole discretion with written notice to CONTRACTOR, may assign all or part of its interest in this Agreement to any other governmental entity. Severability. 36. If any term, covenant, condition or provision of this Agreement, or the application thereof to any person or circumstance, shall to any extent be held by a court of competent jurisdiction to be invalid, void or unenforceable, the remainder of the terms, covenants, conditions or provisions of this Agreement, or the application thereof to any person or circumstance, shall remain in full force and effect and shall in no way be affected, impaired or invalidated thereby. Headings. Section and subsection headings used herein are for convenience of reference only and are not intended to define or limit the scope of any provision hereof. Apt6.wpd 01/08/99 -25- WITNESS THE EXECUTION HEREOF on the day and year first hereinabove written. A-FI’EST: City Clerk CITY OF PALO ALTO By:, Its Mayor APPROVED: "CONTRACTOR," RA.c,sco, By:, / ,I , Jean-Francois r~ion, Sr. Vice P]resident 470 Eight Street San FranCisco, CA 94103 (415) 487-~2300 City Manager Employer I.D. N0.:94-3211833 Director of Public Wbrks Director of Administrative Services Insurance Review APPROVED AS TO FORM: "CONTRACTOR" JCDECAUX SAN FRANCISCO, INC. \ I~l~-Fran~ois Deca~~hief Executive Officer Senior Asst. City Attorney Apt6.wpd 01/0 -26- Waverley Street Lot D 0 0 Exhibit A Sheet 1 of 2 Burger King Lytton Plaza Emerson Street Exhibit A Sheet 2 of 2 ,! EXHIBIT B Installation Schedule Contractor shall install the initial two APTs within six months after receipt of City’s Notice to Proceed. Installation of two additional APTs shall be subject to the same Noticing and Time of Completion requirements as described in paragraph 3.B of the Agreement. Apt6.wpd - 1 - 01/08/99 EXHIBIT C Plans and Specifications Apt6.wpd 01/08/99 -1- JCDecaux,’ Automatic Self-Cleaning Public Toilet TABLE OF CONTENTS GENERAL INFORMATION .........................................................................................................2 A. SPECIFICATIONS FOR EXTERIOR .......................................................................................2 1. DIMENSIONS .........................................................................................................................2 2.INFORMATION PANELS ........................................................................................................3 3.COINER PANEL .....................................................................................................................3 B.SPECIFICATIONS FOR PUBLIC AREA ................................................................................4 1.DIMENSIONS .........................................................................................................................42,ACCESS .................................................................................................................................43.PUBLIC DOOR .......................................................................................................................4 4.PUBLIC AREA FLOOR ............................................................................................................55.WALLS AND CEILING ............................................................................................................6 6,TOILET BOWL .......................................................................................................................6 7.BACKREST ............................................................................................................................68.SINK .......................................................................................................................................79.FEATURES ............................................................................................................................7 10,LIGHTING ............................................................................................................................8 11.VENTILATION ......................................................................................................................8 12.HEATING .............................................................................................................................8 C.SPECIFICATIONS FOR THE TECHNICAL AREA .................................................................9 1. ACCESS .................................................................................................................................92. COIN BOX UNIT .....................................................................................................................93.MAIN COMPONENTS OF THE TECHNICAL AREA ...............................................................94.ROOF ...................................................................................................................................10 5.SEWAGE .............................................................................................................................116.RAINWATER ........................................................................................................................11 7,DISINFECTION ................................................................................................: ...................118.EQUIPMENT PROTECTION ................................................................................................11 D.SPECIFICATIONS FOR INSTALLATION OF THE UNIT ....................................................12 1.FOUNDATION..: ...................................................................................................................122.SEWAGE ..................................................................................................................: ..........123.WATER SUPPLY ....; ............................................................................................................124.TELEPHONE ........................................................................................................................125.ELECTRICITY ......................................................................................................................13 E.DRAWINGS EXHIBIT C JCDecaux United Street Furniture 1994 JCDecaux Automatic Self-Cleaning,public T~ oilet GENERAL INFORMATION The JCDecaux automatic public toilet is a self-cleaning oval-shaped self- contained structure with three main components: A)Exterior B)Interior Public Area C)Technical Area A. SPECIFICATIONS FOR EXTERIOR The unit is constructed of a concrete shell with decorative exterior panels of painted textured aluminum, an aluminum door, cast iron base and coiner panel, glass-covered information panels, and a fiberglass roof. From the exterior, the public area is accessed by a coin-operated automatic door and the technical area is accessed by a door operated by an infrared device. The location of each unit will be selected to provide easy access for the public and the maintenance crew. A minimum clearance of 3.5’ is necessary to open the two doors of the glass information panels and the technical door. 1. DIMENSIONS The overall exterior dimensions of the unit are approximately: Height: 9’10" Width: Base: 7’1" Body: 6’10" Length: 12’5" Footprint Area:77.5 square feet Weight: 22,000 pounds 2 =~CDecaux United Street Furniture 1994 JCDecaux Automatic Self-Cleaning Public Toile~ 2. INFORMATION PANELS The two long sides of the unit each carry a 5.7’ x 4’ back-lit framed glass panel to die, play city information posters. The two panels are equipped with 4 fluorescent tubes diffused by translucent plastic. The posters are hung from the top and protected by the locked glass panels. The panels are hinged at the top and open at the bottom for mounting the posters. 3.COINER PANEL The coiner panel is constructed of painted cast iron. It includes a coin slot and coin return, back-lit instructions in different languages (including Braille), the word "TOILET’ in raised letters, an LED display indicating " Vacant," "In Use," "Cleaning," "Closed/Open From X:O0 To X:O0," "Out Of Order," as well as additional information on how to use the public toilet. JCDecaux United Street Furniture JCDecaux,, Au!pm~ic S,~lf-Cleaning Public Toilet B.SPECIFICATIONS FOR PUBLIC AREA 1. DIMENSIONS The public area has approximately 42 square feet of space. 2. ACCESS Access to the public area is gained by a door that travels a quarter-circle sector, and is suspended from the ceiling and guided at the bottom. To gain access to the public area, the user inserts 25 cents or a special token into the coin slot, which activates the release of the door. This can occur only when the cleaning cycle is complete and the indicator panel shows "Vacant." 3. PUBLIC DOOR The public access door is a metal sandwich panel filled inside with rockwool. The exterior panel is made of painted textured aluminum and the interior of stainless steel. The door has a translucent window. The door is electrically-powered, but it can be opened manually from inside in the event of an electric power failure or at any other time. In case of emergency, a special key mechanism allows the public door to be opened from the exterior by authorized personnel (JCDecaux technicians, police, fire, or other security personnel). The public door is approximately 7.3’ high, 2.8’ wide, and 2" deep. To enter the unit: The door can be closed manually by the user, either .by operating the interior door handle or by pushing a button. The door will not close, however, if the weight detectionsystem in the unit has not registered a weight that is at least equivalent to the approximate weight of 55 Ibs. If the user enters the unit but does not activate the door, it will close automatically after 10 seconds. The door will also close automatically after 60 seconds if a user has activated it from the exterior but has not yet entered the unit. JCDecaux United Street Furniture : ,,. "~ JCDecaux Automatic Self-Cleaning Public Toilet To exit the unit:. The public area door can be opened from the interior by two methods: By operating the interior handle which releases the opening catch, even in case of power failure. By operating either of two interior push plates on the wall adjacent to the door which releases the opening, catch. One is located at footrest level for wheelchair users or for an ill or injured user lying on the floor, the other at a height of 36". The door contains a special sensitive feature that enables it to re-open automatically if pressure is applied to the edge. The door will try to close again and will slow its movement at the precise location where it had made contact. The door opens automatically after 20 minutes and stays open until the user leaves, as determined by the detection system. If the user has not exited after five minutes more, an alarm rings in the unit, and the JCDecaux office is alerted that the door has remained open for too long. After the user has exited -- as determined by the unit’s detection systems - the door will automatically close/lock for the unit’s cleaning cycle prior to the next use. 4. PUBLIC AREA FLOOR The public area floor is made of painted grooved aluminum. The floor is fitted with an electronic weight detection system to detect the presence of a user in the public area. The floor has a. self-cleaning system which operates after each cycle, and is slightly inclined towards the bowl (at a maximum of 1/4 of an inch per. foot) to facilitate drainage of the water during washing. There is a gap of 3 inches between the floor and part of the Wall under the sink and toilet bowl to allow water and dirt to be deposited in a specially-designed basin inside the technical area. .. The floor can be removed for maintenance by means of a mechanism in the technical area. 5 JCDecaux United Street Furniture JCDecaux Automatic Self-Cleaning Public Toilet 5. WALLS AND CEILING The walls and ceiling are made of polished concrete protected by an anti-graffiti, anti-adhesive paint. The ceiling is fitted with the following features: Central light fixture. Ventilation exhaust. Red light that flashes when a user has been in the unit for 18 minutes, to warn him or her that the door will open in two minutes. 6. TOILET BOWL The toilet bowl is made of enameled porcelain. The seat contains an antifreeze system to ensure that a comfortable temperature is maintained. The toilet bowl and seat are automatically washed, disinfected and air-dried after each use. The bowl and seat retract into the wall, where sewage is released into a trap that is directly below the bowl when it is in this upright position. The seat and bowl are washed with high-pressurized water and a cleaning agent. After air drying, the mechanisms pivot back into the public area, and the bowl is refilled with clean water. The cleaning cycle consumes approximately 1.3 gallons of water, and an additional .4 gallons of water are used to refill the bowl The bowl is fitted with a weight sensitive device so that it will not retract (or will stop the retracting or cleaning cycle) if more than 6 pounds is detected on the front edge of the bowl. The bowl retraction movement is inhibited if the bowl has not tilted after 12 seconds. 7. BACKREST The painted aluminum backrest tilts back into the wall for cleaning, disinfecting, and air drying after each use. This is accomplished during the automatic self- cleaning cycle of the toilet bowl and seat. JCDecaux United Street Furniture JCDecaux Automatic Self-Cleaning Public Toilet ~ 8. SINK The recessed sink contains an infrared sensor that detects the user’s hands and triggers the automatic washing cycle - providing soapy water for washing, clear water for rinsing, and warm air for drying. The water and dryer automatically shut off and cannot be activated after the 20 minute time limit for each user. 9. FEATURES Two coathooks mounted at two convenient heights. "Accordion feed" toilet paper dispenser stocking over 700 feet of paper. Built-in trash bin, capacity 4 gallons. Full-length oval mirror, dimensions 63" x 16". Audio instructions activated by a push button. Written instructions in Braille and multiple languages. Five grab bars, three of which exceed accessibility requirements. Door handle. One "Open/Close" push plate at 36". One "Open" push plate at floor level. Two 911 push buttons to connect a sick or injured user directly to 911 personnel. The buttons must be activated twice to connect to 911 - after the first activation an audio message asks the user to confirm that there is an emergency by pushing the button again. One button is located above the large horizontal grab bar on the wall adjacent to the toilet, the other near the floor. The speaker and microphone are built into the unit itself so that the user can communicate hands-free. Instructions on and around the buttons describe how to use them. Audio- message and warning light that are triggered when a user has remained in.the unit for 18 minutes, signaling that the door will open in 2 minutes. JCDecaux United Street Furniture JCDecaux Automatic Self-Cleaning Public Toilet 10. LIGHTING 10.1, Natural Lighting Natural lighting is provided through two translucent windows - one located in the public door and the other in the wall. 10.2. Artificial Lighting Electric lights are mounted in the center of the ceiling, 11. VENTILATION There are two types of ventilation: 11.1. Mechanical Ventilation Air is exhausted from the public area through an opening located on the ceiling near the ceiling light. Fresh air is supplied to the public area via the ventilation panel which is located under the sink. 11.2. Natural Ventilation Natural ventilation is available via an opening at the top of skydome and through free space under the door. 12. HEATING The heating system is located in the technical area, and is thermostatically controlled. Heat is pumped into the public area through the ventilation panel located under the sink. The heating system provides a minimum temperature of approximately 45°F when the public area is vacant and a temperature between approximately 55°F and 65°F when the public area is occupied. JCDecaux United Street Furniture JCDecaux Automatic Self-Clean,ing Public Toilet C.SPECIFICATIONS FOR THE TECHNICAL AREA 1. ACCESS An aluminum door on the exterior of the unit gives access to the technical area, including the bowl and cleaning mechanism, the water tank/pump, space heater, programmable controller, electrical cabinet, water filter, and cleaning supplies. The door is opened by means of an infrared key system used only by authorized personnel. An aluminum panel surrounding the toilet bowl and backrest can be unlocked from the technical area to gain access to the mechanical cleaning and bowl retraction components from the public area. 2. COIN BOX UNIT The cast aluminum coin box, meter, and cover are located behind the coiner panel next to the public access door. They are mechanically locked and unlocked by JCDecaux technicians by means of an infrared system. 3. MAIN COMPONENTS OF THE TECHNICAL AREA The technical area includes several subassemblies: 3.1. A mechanical assembly performing the following functions: Retraction of the toilet bowl and backrest Washing Drying 3.2. A cabinet housing the electronic components and the computer that monitors the unit’s performance. Information about the unit’s systems are transmitted to the computer via built-in sensors and devices that monitor all functions of the unit - such as the drying duct that dries the toilet seat and backrest, the level of water in the trap and the water supply system, and the functioning and timing of all mechanical movements. In the event of the detection of any faults, the cleaning cycle is inhibited, the unit goes "Out Of Order", and the JCDecaux office is alerted for technical assistance. JCDecaux United Street Furniture JCDecaux Automatic Self-Cleaning Public Toilet Each main piece of electrical equipment - pumps, heater, motors - has its own fuse for se.curity, while some smaller electrical components which don’t run together are connected on the same fuse. 3.3. A water system including: 3 gallon tank. Centrifugal pump supplying the toilet bowl and floor washing system. pump provides a constant supply of pressure to the washing mechanics. Back flow preventer. Internal circuit stopcocks, gatevalves and solenoid valves. This 3.4. A ventilation system providing the following functions: Ventilation for the unit. Heating for the unit. Hand dryer system. 4. ROOF The roof is constructed of molded fiberglass polyester. The roof tilts upward to allow access to: Door mechanism. Water tank for the floor cleaning system. Electrical components for the lighting system of the information panels. Light fixture for the interior of the unit -- if necessay, this can be removed for access through the ceiling to the public area. Emergency access to open the public door. A small gap all along the roof and the two holes holding the decorative balls on the roof provide ventilation of the roof area. 10 JCDecaux United Street Furniture JCDecaux Automatic Self-Cleaning Public Toilet 5. SEWAGE The trap is located just underneath the toilet bowl when it is in a vertical position. A 5" diameter U-bend connects directly to the sewer. The trap is fitted with a sensor that monitors the water level, in case of a U-bend clog. Just beyond the U-bend there is an air vent that connects to the roof. 6. RAINWATER The unit is covered by an overhanging waterproof roof. A gutter located above the door and coiner drains rainwater from the roof via a 2" pipe which discharges into the trap. 7. DISINFECTION The disinfection system includes a dosage pump which mixes a premeasured amount of a cleaning agent with water to wash the toilet bowl, seat, backrest, and hand basin. 8.EQUIPMENT PROTECTION Steel: SA3 shot blasting and 80 micron metal plating, with a polyester powder paint. Stainless Steel: no protection necessary. Aluminum: degreased, cleaned and coated with a polyester powder paint, oven-blasted at 356°F, thickness 100 microns. Concrete: Interior walls are polished concrete, protected by anti-graffiti and anti-adhesive paint. JCDecaux United Street Furniture 1! JCDecaux Automatic Self-Cleaning Public Toilet D.SPECIFICATIONS FOR INSTALLATION OF THE UNIT 1. FOUNDATION The foundation consists of a reinforced concrete slab block which allows space for the connections to water, electricity, telephone and sewer systems. Each location must be selected to facilitate these connections. The unit is bolted to the slab. Total depth of excavation: approximately 3 feet. The foundation is designed to be installed on stable ground, with a resistance of 1 bar. Soil resistance analysis may be required. Concrete slab: 350 kg (771.75 pounds) cement per each meter3 (1.093 yard3) of concrete. Total weight of the structure: approximately 22,000 Ibs. 2. SEWAGE A 5-inch pipe connects the unit to the sewer. 3. WATER SUPPL Y The minimum internal diameter of the water supply pipe is 1 inch. 4. TELEPHONE The unit must be connected to local telephone lines for 911 calls and for the transmittal of information from the computer checking the operations of the unit to JCDecaux’s local office. ]2 JCDecaux United Street Furniture JCDecaux Automatic Self-Cleaning Public Toilet 5. ELECTRICITY Electric power required is: 7KVA circuit with neutral grounded) or: 7 KVA single phase 120V/. 60HZ with neutral grounded) or: three phases 120/208V. 60HZ (3 phases, 4 wires multiwire branch (1 phase, 2 wires multiwire branch circuit 7 KVA single phase 120V/240V. 60HZ (1 phase, 3 wires multiwire branch circuit with neutral grounded) There is a separate cabinet, accessible from the exterior, that contains the electric meter and a general fuse disconnect switch. A ground mat will be placed below the foundation. The user is never in contact with the electrical circuit inside the unit. The push buttons requiring power are on low voltage 24V. JCDecaux United Street Furniture 2468 TOILET TOILET 2160 JCDecaux United Street Furniture Copyright 1994 oo~ .oE 0~9 9|0~ .0~ 099 i 8"I/2 JCDecaux United Street Furniture Copyright 1994 FRONT VIEW 66" 1676 18" 455 2- 13" 340 915 36" 915 JCDecaux United Street Furniture Copyright 1994 18" 460 00~ 89~ J UO0(3 9~9t =ART II - INSURANCE REQUIREMENTS SECTION 650 CONTRACTOR: PROJECT MANAGER: CONTRACT NAME: Insurance Requirements for Contractors CITY PALO ALTO JCDecaux Jim Harrington Installation and Maintenance of Auto~~#~S~8~It~RING GENERAL TERMS AND INSTRUCTIONS THIS INSTRUCTION SHEET SHOULD BE GIVEN TO YOUR INSURANCE AGENT/BROKER. CONTRACTORS TO THE CITY OF PALO ALTO, AT THEIR SOLE EXPENSE SHALL OBTAIN AND MAINTAIN INSURANCE FOR THE TERM OF THE CONTRACT. CONTRACTORS ~’ILL BE REQUIRED TO PROVIDE A CERTIFICATE EVIDENCING THE INSURANCE AND NAMING THE CITY AS AN ADDITIONAL INSURED. ALL INSURANCE COVERAGE REQUIRED SHALL BE PROVIDED THROUGH CARRIERS WITH A BEST RATING OF A: VII OR HIGHER THAT ARE ADMITTED TO DO BUSINESS IN THE STATE OF CALIFORNIA. THE CERTIFICATE OF INSURANCE MUST BE COMPLETED AND EXECUTED BY AN AUTHORIZED REPRESENTATIVE OF THE COMPANY PROVIDING INSURANCE, FILED WITH THE CITY, AND APPROVED BY THE CITY BEFORE CONTRACT WILL BE CONSIDERED COMPLETE AS RESPECTS INSURANCE. RETURN THE COMPLETED CERTIF/CATE TO THE CITY OF PALO ALTO, PURCHASING & CONTRACT ADM/N/STRATION, 250 HAMIL TON A VENUE, PALO AL TO 94301. THE INSURANCE REQUIREMENTS CHECKED BELOW ARE REQUIRED FOR THIS CONTRACT. TYPE OF COVERAGE REQUIREMENT LONG FORM, Minimum Limits) Worker’s Compensation Automobile Llabili~ ,Comprehensive General Liability: INCLUDING: ¯ PERSONAL INJURY ¯BROAD FORM PROPERTY OAMAGE ¯BLANKET CONTRACTUAL ¯FIRE LEGAL LIABILITY ,Comprehensive Automobile Liability: INCLUDING: ¯ OWNED ¯ HIRED ¯ NON-OWNED Professional Liability: INCLUDING: ¯ERRORS AND OMISSIONS ¯MALPRACTICE (If Applicable) ¯NEGLIGENT PERFORMANCE Statutory BODILYINJURY PROPERTY DAMAGE BODtLYINJURY&PROPERTY DAMAGECOMBINED BODILY iNJURY (Each Person) BODILY INJURY (E=~ Ocmrre.ce} PROPERTY DAMA(~E BODILY INJURY & PROPERTY DAMAGE COMBINED ALL DAMAGES $1,000,000$1,000,000 $1,000,000 $1,000,000 $1,000,000 AGGREGATE $I,000,000$I ,000,000 $1,000,000 $1,000,000 =aTHE CITY OF PALO ALTO IS TO BE NAMED AS AN ADDITIONAL INSURED. D. E.F. The City of PaiD Alto, its officers, agents and employees are named as additional insured, but only as to work performed under cortract. Saidcoverage as to the City of Paid Alto, etc., shall be primary coverage, wihout offset against City’s existing insurance and any other insurancecarried by the City being excess insurance only. Where. the work involves grading, paving, excavating, drilling or other underground work, the policy includes destruction of wires, conduits,pipes, mains, or other similar property or any apparatus in connection therewith below the surface of the ground whether owned by thirdparties or the City of PaiD Alto. Where the work involves excavating, collapse coverage is provided in the amounts above.The policy includes a "Severability of Interest" provision.Deductibles over $5,000 must be indicated and are subject io approval. If such policies are canceled orchanged during the period of coverage as stated herein, in such a manner as to affect the Certificate, thirty(30) days written notice will be mailed to the City of PaiD Alto, Contract Administration, P.O. Box 10250, 94303. The liability insurance policy includes a contractual liability endorsementproviding insurance coverage for Contractor’s agreement to indemnify the City.The coverage afforded under the policies is subject to all terms of the policies designated herein and meets all of the provisions called for herein.DATE: July 2, 1998 CONTRACT MANAGER: Johnella Williams (650) 329-2300 ALL INSURANCE COVERAGE REQUIRED SHALL BE PROVIDED THROUGH CARRIERS WITH A BEST,,RATING OF A: VII OR HIGHER THAT ARE ADMITTED TO DO BUSINESS IN THE STATE OF CALIFORNIA. END OF SECTION EXHIBIT D CITY OF PALO ALTO: INSURANCE ~EO, UIREMENT~ (102370)SECTION 00650 ATT. ACHMENT E City IU City of Palo Alto Manager’s Report TO:HONORABLE CITY COUNCIL FROM:CITY MANAGER DEPARTMENT: PUBLIC WORKS DATE: SUBJECT: MAY 4, 1998 CMR:214:98 DOWNTOWN PUBLIC RESTROOMS - APPROVAL TO NEGOTIATE AGREEMENT WITH JCDECAUX FOR INSTALLATION AND MAINTENANCE OF AUTOMATIC PUBLIC TOILETS RECOMMENDATION Staff recommends that Council authorize staff to negotiate with JCDecaux for the installation of two automatic public toilets (APT), based on information assembled by the City of San Jose in its Request for Proposal process. Staff intends to place the two units at Lytton Plaza and Parking Lot D, if approved. BACKGROUND In July 1997, staff presented variOus alternatives for providing restrooms in the downtown area, (CMR:311:97). These options included the rental of portable restrooms, use of restrooms in downtown City-owned facilities, construction of a wood-framed permanent restroom facility, installing a prefabricated restroom facility, purchasing/leasing automatic public toilets, and including permanent public restrooms in the design of new downtown development and parking structures. Automatic Public-Toilets. (APT) are modem restroom facilities that were popularized in Europe, and have now been adopted in some U.S. cities, including San Francisco and San Jose. These coin/token operated systems are completely self-contained, providing the user with a sanitary environment at each use, 24 hours per day. The units are maintained daily by technicians provided by the manufacturer, and are A.DA-approved facilities that can visually blend into the physical street environment. The units do require city utilities in the form of water, sanitary sewer, electricity, and telephone. While researching the alternatives, staffwas contacted by the City of San Jose regarding Palo Alto’s interest in a joint program for APTs. They had evaluated a number of proposals received from two earlier Request for Proposals (RFPs), and were at that time preparing a draft agreement with the firm of JCDecaux for the installation and maintenance of approximately six APTs. CMR:214:98 Page 1 of 5 The 1996 City o.f San Jose RFP requested a no-cost-to-City option through the use of advertising to cover the cost of the APTs. Only two proposals were received by the City in response to this RFP. One proposal was considered non-responsive, since it involved a lease option, and one proposal offered a high ratio of advertising structures to APTs (17 to 1). Both proposals were rejected by the City of San Jose. The second City of San Jose RFP included Consideration of options to lease or purchase the APTs, and requested costs for various quantities of APTs. In addition, City of San Jose staff researched the feasibility of involving other South Bay cities and agencies in a joint maintenance agreement for the APTs to offset the high maintenance and operations costs. On March 12, 1997, the second City of San Jose RFP was distributed to five firms, known manufacturers of APTs. Three written proposals were received on April 25, 1997: JCDecaux San Francisco, Inc. Collishaw Construction Inc., Strategic Technologies International, Inc. Following evaluation of the written proposals, the three proposers were asked to attend an oral interview with the evaluation panel. The purpose of the interview was to allow the evaluation panel to expand on questions asked in the proposal, and give the proposers an opportunity to present .their product and services. The panel subsequently selected JCDecaux. Considerations favoring the JCDecaux proposal include: extensive experience internationally and locally (San Francisco); the appearance and design of the APT; the material quality of the APT; the close proximity of the central control system to San Jose, improving the opportunity for responding to system failures in a timely way; and the emphasis that the firm places on a high standard of maintenance and service. The other vendors did not have adequate experience in either construction or maintenance of APT units within the United States.. In May 1997, the San Jose Redevelopment Agency was authorized to take the lead to negotiate an agreement with JCDecaux to lease a minimum of six APT units for a term of twenty years. This agreement was finalized on January 6, 1998. Installation is expected this summer. Following the initial order, the San Jose Redevelopment Agency decided to install one extra unit. An amendment to the agreement is currently in process. The key points of the JCDecaux propo;al are as follows: Supply and installation by JCDecaux of universally accessible, ADA- compliant APTs. CMR:214:98 Page 2 of 5 o Maintenance of the APT units by JCDecaux, with at least two visits per day to each toilet by qualified technicians, including Saturdays, Sundays and bank holidays. In addition, all of the toilets will be connected to the vendor’s central computer for immediate dispatch of a technician in case of failure of any systems. The City pays all fees in connection with the acquisition of the necessary permits for installation of the APTs. The City pays for utility consumption including power, water, sewer and phone. Vandalism costs of up to $2,000 per unit per year are paid by JCDecaux. Contract duration is 20 years.. Annual lease price is the price listed per number of units plus all applicable taxes (escalated annually using the CPI index for California). The City of San Jose annual pi’ice per unit is $61,500. DISCUSSION The City of San Jose substantially followed the Palo Alto RFP process in selecting JCDecaux. Therefore, the City of Palo Alto may proceed with negotiations with the selected vendor as provided for in Section 2.30.100 of the Municipal Code. City of Palo Alto staff thoroughly reviewed the information made available by the City of San Jose staff, and affirms that the selection of JCDecaux would be the best choice for Palo Alto. The key factors supporting this decision include: Local experience in the City of San Francisco and City of San Jose. Benefit of scale - JCDecaux has advised Palo Alto staff that the annual unit rate pricing quoted for the larger (7 APT unit) San Jose contract will be extended to Palo Alto. CMR:214:98 Timely automated maintenance response system. High standard of cleanliness and customer satisfaction. ~Pleasing urban architecture of the APT units. Small footprint of structure enabling the siting of APT’s to be more flexible. Page 3 of 5 The estimated annual cost per unit will be $61,500 (plus tax) including installation and maintenance. Two major issues that will be negotiated with the vendor include the possibility of a trial period to lessen the impact of a 20 year lease and to seek the best price for the Palo Alto APTs. Although the provision of public toilets Was not included in the scope of the Downtown Urban Design Improvements Project (CIP #19608), strong support for such facilities was expressed at the public workshops .and public hearings held during the development and review of the project. Consequently, the Master Plan identified seven potential locations. These were subsequently reduced by staff to two locations based on discussions with Planning and Public Works staff, and the representative .from JCDecaux regarding economics and typica! service areas for APTs. Staff favors limited installation of APT units in separate and geographically suitable locations near high use areas within the downtown. The recommended sites are Lytton Plaza at the comer of University Avenue and Emerson Street, and Parking Lot D at the comer of Hamilton Avenue and Waverley Street, opposite the Palo Alto Post Office. The APT installation will be limited to two units in order to evaluate usage and public response. Following a two-year trial period, staff will evaluate APT usage and make a recommendation on whether to expand the APT program past that time. ALTERNATIVES TO STAFF RECOMMENDATION Altematives were discussed within CMR:311:97, which is attached to this report. The APT alternative was further explored within the City of San Jose’s RFP and interview process, which resulted in the selection of JCDecaux. RESOURCE IMPACT Following completion of negotiations with JCDecaux, staff will retum to Council with a Budget Amendment Ordinance and annual lease agreement. Funding for the first year’s lease will come from the Budget Stabilization Reserve; in future years, this expense will be budgeted in the Public Works General Fund operating budget. In another staff report in’this packet, (CMR’ 221:98),. staff tias provided.information on a cooperative effort undertaken "with the Chamber of Commerce and Downtown property owners to identify and implement an augmented maintenance program for the Downtown. This. is envisioned to involve a public/private partnership in which certain of the costs of the augmented maintenance program .would be borne by the City, and others would be incorporated into a special tax district, contiguous with the Downtown. ,The formation of this special tax district is anticipated to occur, with property owner approval, at the same time that the Downtown parking structure would be scheduled for approval in November 1999. In the discussions which have occurred relative to this public/private partnership, the automated public toilets have been assumed to be a City expense." CMR:214:98 Page 4 of 5 ,f POLICY IMPLICATIONS The siting and installation of public restrooms in the Downtown area is consistent with the Downtown Urban Design Improvements Master Plan and the Urban Design Element of the Comprehensive Plan, Policy 5, "Encourage rehabilitation of aging retail areas to keep them economically healthy." TIMELINE After completion of negotiations with the vendor, the agreement will be presented to Council for approval. This is expected to occur this summer 1998. Concurrently, staff will submit documentation for Architectural Review Board approval. ENVIRONMENTAL REVIEW Placement of public restrooms in the downtown area is categorically exempt from the California Environmental Quality Act (CEQA)under Section 15303, (Construction and location of small facilities and structures). The possible loss of one or two parking spaces per public toilet location was addressed in the Negative Declaration prepared for the Downtown Urban Design Improvements Master Plan certified by Council on August 11, 1997. ATTACHMENTS Attachment A: CMR:311:97 Approaches to Improve Quality of Life in the Downtown Area Attachment B: Photograph of APT PREPARED BY: Jim Harrington, Senior Engineer DEPARTMENT HEAD: Z~ ~, ~ GLENN S. ROBERTS Director of Public Works CITY MANAGER APPROVAL: . EMILY,--HARRiSON -- Assistant City Manager CMR:214:98 Page 5 of 5 TO: City City of Palo Alto Manager’s Report HONORABLE CITY COUNCIL ATTENTION:POLICY AND SERVICES COMMITTEE FROM:CITY MANAGER DEPARTMENT: CommunityServices AGENDA DATE: JULY 8, 1997.CMR:311:97 SUBJECT:APPROACHES TO IMPROVE THE QUALI,TY OF LIFE IN THE DO\VNTOWN AREA This report responds to the City Council’s request for information concerning the development of a compt:ehensive approach to dovmtown needs (Attachment 1). This report gives Council an update on staff’s efforts to explore public restroom options in the downtown area and provides a review of the programs developed to address the issues surrounding employment and shelter for the homeless. The report’also updates staffactivity as it relates to many items addressed in the August 1, 1996, Report ofthe Homelessness Task Force of Palo Alto (Attachment 2). RECOMMENDATIONS This report is informational only, P_O_L/_C_Y_IM P LI C AT I ON S This report does not represent any change to existing City policies. BACKGROUND On January 15, 1997, Council requested the development of policy direction in areas that provided for improved quality of life in the downtown locality, including: Providing rest.room facilities in the downtown area. Providing training and short-term, transitional employment opportunities to the homeless population. Wor "king with other agencies to provide additional housing and shelter opportunities for those who are homeless. CNIR:311:97 Page 1 of 7 Restrooms Staff is exploring various alternatives to provide public restroom facilities in the downtown area. These include the rental of portable restrooms, use ofrestrooms in downtown City- owned facilities, constructing a wood-framed permanent restroom facility, installing a prefabricated restroom facility, purchasing/leasing automatic public toilets, and including permanent public restrooms in the design of new downtown development and parking structures. Staff has not yet completed a detailed examination of the alternatives. After fully investigating all options, including exploring how other cities have found solutions and ¯ completing a full cost analysis, staff will return to Council with a funding and implementation plan in fall of 1997. The following is a brief review of the alternatives being considered: Portable toilets (Exterior finish: Fiberglass. Disposal: 250 gallon holding tank): Although an inexpensive way to provide this service, these units can be aesthetically unpleasing, difficult to keep sanitary, present odor issues,, and can be an attractive nuisance for vandalism. The approximate annual rental cost is $480 per unit, with an annual maintenance cost of $960 per unit. Total cost for three years would be approximately $17,280 for four units. This option could be implemented in a 2- to 3-week period. Modular trailer units (Exterior finish: wood siding. Disposal: sewer): These are larger portable units that are on wheels. They are seismically braced and leveled on asphalt, concrete or dirt. The disadvantage of these units is that they require a large footprint due to the requirement of a disabled access ramp, which makes finding a suitable location difficult. They are also an unattractive design, would need frequent repairs at City cost, are an attractive nuisance for vandalism, and would require connection of sanitary sewer, water utility, .electrical, and special paving. The approximate unit cost is $16,500 for installation plus $21,000 in annual rental and maintenance. The total cost for three years will be approximately $80,000 per unit. Total time required to implement this option would be 2 to 3 months. Use of downtown City facilities: Presently, the Civic Center and Downtown Library restroom facilities experience fi’equent daytime use by the downtown population. The Teen Center and Senior Center have been considered as possible alternatives, but CMR:311:97 Page 2 of 7 these options create security and safety issues that may not be possible to remedy. Approximate cost to expand this option is dependent on the hours of operation, maintenance levels and staffing requirements. Prefabricated permanent restrooms: (Exterior finish: Choice of exterior finishes and roofing. Disposal: sewer): These are prefabricated, permanent, outdoor buildings that have separate men’s and women’s restrooms with one toilet and sink in each. _These facilities are ADA-approved and can be customized to blend into the physical environment. (For instance, if in Cogswell Park, the exterior could be customized with adobe style architecture to match the Senior Center.) This is a low-cost solution that would add a permanent structure to the downtown area. The disadvantages could include increased maintenance issues associated with an unmonitored facility, lh-nited hours of use, depending on whether the facility is locked during evening and night hours, and the structure could provide an attractive nuisance for vandalism. The approximate, one-time cost for purchase, construction and installation is $65,000, and $10,600 for armual maintenance consistingofone sen’ice per day. The time re- quired to implement this option is approximately 8 to 12 months. Wood-framed permanent restrooms: 03xterior finish: Plywood~Paint/Stucco. Disposal: Sewer.) This option entails .construction of a permanent wood-fi’amed restroom facility in the downtown area. The City of Mountain View has recently hired a contractor to build such a facility in a park. The facility contains a men’s and women’s room with a total of six toilet fixtures and two sinks. This option has considerably higher construction costs than the prefabricated unit mentioned above, but can be designed and customized to visually fit into a physical setting. This option may also have a larger footpri~at .than other alternatives, making a suitable site more difficult to find. Additionally., a permanent structure could require a high level of maintenance to ensure sanitary conditions, and it may present an attractive nuisance for vandalism. The approximate cost to construct a permanent restroom facility is $150,000 for design and construction and $10,600 for annual.maintenance consisting of one service per day. This option could be implemented in 12 to 18 months. Automatic Public Toilets (APT): (Exterior finish: Choice of exterior finishes that can include murals, maps, art~vork, etc. Disposal: sewer): These are the systems that were popularized in Europe and have now .been adopted in some U.S. cities, including San Francisco. These coin/token operated systems are completely self-contained, providing the user with a sanitary envirormaent at each use, 24 hours-per-day. The CMR.:311:97 Page 3 of 7 units must be maintained daily by technicians provided by the manufacturer and present ADA-approved facilities, that can visually blend into the physical street environment. Other than cost, which is higher than other alternatives, this option has very few disadvantages. A major advantage is that the City would be minimally responsible-for repair and maintenance. The units do require Cit).’ utilities in the form .of water, sewer, electricity, and telephone. The approximate, annual per unit cost is $70-80,000 for lease and maintenance, or $250,000 for per Unit purchase with no maintenance or repair included. There would also be a one-time installation cost of approximately $40,000 per unit, The time required to implement this Option would be 8 to 14 months. The City of San Jose has recently advertised a request for proposal and has received proposals from three vendors to supply APT units in their downtown area. San Jose has proposed that Palo Alto and others citieg make use of the San Jose research, and, if mutually beneficial, partner with San Jose in the purchase, lease ancb’or maintenance of these systems. Staff will continue to work with San Jose to ascertain the benefits of such an arrangement: Potential opportunities with downtown development’." Staff has also considered exploring the potential opportunities that new downtown development represents. Planning staff has strongly encouraged developers of downtown zone projects to provide public restrooms asa public benefit. A possible scenario .is providing incentives for developers to design exterior restroom facilities into new or renovated buildings as a public/private partnership. Staff will continue to explore this option and will return to Council with ;additional information, if the idea seems plausible. Inclusion of restrooms in proposed parking structures: The newly proposed parking structures in the downtown area can be designed to include permanent restroom facilities or be adapted to contain the Automatic Public Toilets discussed above. This may be an ideal long-term solution to this issue. The only disadvantages could be an increased cost for maintenance. Cost is unknown at this time, and implementation time would be approximately 3 years. Possible sites for the location of restroom facilities have been detailed in the draf~ Master Plan for Downtown Urban Design Improvements. The document suggests locations including Parking Lot H at Cowper and Hamilton, Parking Lot T at Lytton and Kipling, City Hall Plaza, Lytton Plaza and Cogswell Plaza. CMR:311:97 Page 4 of"~ Employment Opportunities for the Homeless During FY 1996/97, the City employed eight homeless persons through the Seasonal Jobs for the Homeless Program, and is planning to hire an additional ten homeless or at-risk of homeless persons-during FY 1997-98. Six homeless persons are employed through the City’s and Urban Ministry’s collaborative "The Homeless Garden Project." The Urban Ministry’s La~vn Service Project employs an additional four to six people. Through these sources, 28 to 30 local homeless persons have gained employment within the last two years. Future expansion or enhancements of the programs could occur by developing partnerships with corporations, businesses, public entities and nonprofit institutions in the mid-peninsula region. Outside agencies could fund either additional slots for the employment and training program, or place graduated program participants into their operations. Other examples of long-term program enhancements could include developing partnerships with Opportunities Industrialization Center West of East Menlo Park and the Veterans Workshop Employment Program in Menlo ’Park, which could assist in training and placement needs of program participants. Staffwill continue to examine these alternatives and return as additional recommendations develop, as the second phase of the Seasonal Jobs for the Homeless Program is implemented. Housing and Shelter for the Homeless: The City is engaged in providing housing and shelter opportunities for the homeless and at- risk of homeless population. The current inventory of available shelter that is funded through Community Development Block Grant (CDBG) funds and Human Services Resource Allocation Process (HSRAP) funding’is: ~: Provides 15 to 20 beds, depending upon size of participating rotating churches, at no cost to the user. t3..rff.gec.H.9.lN: 26 rooms from~ $350 to $433 monthly Additional subsidies available for eligible participants Housing Corporation through Palo Alto Future City-funded or partially City-funded shelter opportunities include: ce (CMR:251-97): This is a communit3’ shelter on the Menlo Park Veterans Administration grounds. Fort)" beds will be available for up to a 90-day stay andfive beds for up to 24 months. A series of program offerings will be CMR:311:97 Page 5 of 7 made available to shelter occupants, including but not limited to: holistic case management service; psychiatric counseling and mental health service; alcohol and drug treatment services; vocational rehabilitation employment training and placement; and general health care services. The opening ceremony is scheduled for Wednesday, July 9, 1997. ¯~: 106 rooms will be provided at an average of $375 per month. Some additional subsidies will be available for eligible participants who partake in the Shelter Plus Care Program. (Planned Opening: January 1998) Additional private shelter opportunities include: o Craig Hotel: 63 rooms from $30.80 (w/out bath) to $51.70 (w/bath) daily ¯Palo Alto Hotel: 59 rooms from $28 (w/out bath) to $34 (w/bath) daily FISCAL IMPACT In fall of 1997, when all restroom options have been fully explored, staff will return to Council with an implementation and funding request. ENVIRONMENTAL ASSESSMENT An environmental assessment may be necessary once direction for installation ofrestroom facilities has been determined. ATTACHMENTS January 15, 1997, Memorandum’to Council Report..ofthe Homelessness Task Force of Palo Alto PREPARED BY: Richard James, Administrator, Community Services Department DEPARTMENT HEAD REVIEW: / o..~,,x’ / --.r..~ ~ . PAUL THILTGEN Director of Community Services CMR:3 l 1:97 Page 6 of 7 CITY MANAGER APPROVAL: E FLEMING Manager Human Relations Commission Planning Commission Chamber of Commerce Downtown Marketing Committee Downtown Urban Design Committee Palo Alto Housing Corporation Urban Ministry CMR:311:97 Page 7 of 7 ORDINANCE NO. ORDINANCE OF THE COUNCIL OF THE CITY OF PALO ALTO AMENDING THE BUDGET FOR THE FISCAL YEAR 1998-99 TO PROVIDE AN ADDITIONAL APPROPRIATION OF $106,000 FOR THE RENTAL AGREEMENT WITH JCDECAUX TO INSTALL AND MAINTAIN AUTOMATIC PUBLIC TOILETS WHEREAS, pursuant to the provisions of Section 12 of Article iII of the Charter of the City of Palo Alto, the Council on June 22, 1998 did adopt a budget for fiscal year 1998-99; and WHEREAS, in May 1998, Council authorized staff to negotiate with JCDecaux for the installation and maintenance of automatic public toilets; and WHEREAS, agreement has been reached with JCDecaux on a 20 year rental agreement for installation and maintenance of two automatic public toilets with a first partial year rental cost of $45,500, along with $60,500 in other one-time costs such as utility installation, foundation preparation, display design and a small contingency; and WHEREAS, the annual on-going rental payments start at $123,000, plus sales tax for two units and increase annually by the San Francisco/Oakland CPI, less the collection of revenues from paid users; and WHEREAS, City Council authorization is needed to amend the 1998-99 budget as hereinafter set forth. NOW, THEREFORE, the Council of the City of Palo Alto does ORDAIN as follows: SECTION i. The sum of One Hundred Six Thousand Dollars ($106,000)) is hereby appropriated to non-salary expenses in the Structures and Grounds Functional Area in the Public Works Department, and. the Budget Stabilization is correspondingly reduced. SECTION 2. This transaction will reduce the Stabilization Reserve from $15,946,579 to $15,840,579. Budget SECTION 3 As specified in Section 2.28o080(a) of the Palo Alto Municipal Code, a two-thirds vote of the City Council is required to adopt this ordinance. SECTION 4. This project has been determined to be categorically exempt under Section 15303 of the California Environmental Quality Act. The possible loss of one or two parking spaces per public toilet location was addressed in the Negative Declaration prepared for the Downtown Urban Design Improvements Master Plan, and approved by Council on August ii, 1997. SECTION #. As provided in Section 2.04.350 of the Palo Alto Municipal Code, this ordinance shall become effective upon adoption. INTRODUCED AND PASSED: AYES: NOES: ABSTENTIONS: ABSENT: ATTEST:APPROVED: City Clerk Mayor APPROVED AS TO FORM:City Manager Senior Asst. City Attorney Director of Services Administrative Director of Public Works S : \ASD \ BUDGET \ 9 8 9 9BU~ 1 \ 9 9 BAO- 1 \ WORDPERF \ APTJCDEC. WPD Attachment G Budget Amendment Ordinances Impacting General Fund Reserves Approved To Date in 1998-99 Estimated Beginning Budget Stablization Reserve (BSR) Balance Placeholders Net Cost Already in the 1998-99 Adopted Budget Impact on the General Fund BSR $19,050,000 Estimated Future Year Ongoing Costs Reduction in Rental Income from Utilities Due to Relocation of Utilities Engineering and Creation of Capital Improvement Project 19921, Relocation / Consolidation of Level A Storage Increase in the City’s Annual Rental Payment to the Palo Alto Unified School District for Lease and Covenant Not to Develop for an Extended Day Care Center at the New Hoover School Site Salary and Benefit Increases Retroactive to May 1, 1998 for Classified Personnel (SEIU) * Salary and Benefit Increase Retroactive to July 1, 1998 for Police Personnel Addition of Five Full-Time Positions and Associated Resources to the Planning and Community Environment Department Interim Historic Inventory Consultant Interim Historic Regulations Administration Phase 1 - San Francisquito Creek Bank Stabilization and Revegitation Study Reclassification of CDBG Position to Senior Planner Position Acquire Leased Space and Cover Associated Support Costs for a One-Stop Development Center at 285 Hamilton Avenue Recruitment Assistance Formation of Library Advisory Commission Golf Course Clubhouse and Related Improvements Salary and Benefit Increases Retroactive to July 1, 1998 for Management and Confidential Employees Emergency Repairs (Basements, Creek, Arastradero Pres.) Council Chambers Refurbishing Capital Project Number 19625 Emergency Management Plan Impelmentation Automatic Public Toilets ($231,700)($231,700)($221,000) ($34,792)($34,792)($36,000) ($260,000)($260,000)($702,000) ($182,200)($182,200)($265,000) ($488,364)$300,000 ($188,364)($410,743) ($437,400)($437,400) ($269,600)($269,600) ($112,500)($112,500) ($7,400)($7,400) ($507,000)($507,000) ($60,000)($60,000) ($22,500)($22,500) $33,430 $33,430 ($334,000)($334,000) ($142,895)($142,895) ($238,000)($238,000) ($308,500)$200,000 .($108,500) ($106,000)($106,000) ($37O,0O0) ($14,280) ($624,900) $294,000 $140,000 ($3,709,421),’$500,000 ($3,209,421) ($2~09,923) BSR Balance After BAO’s $1~840,579 * The estimated increase for the SE1U agreement in1999-2000 is the cumulative increase beyond the 1998-99 Adopted Budget. 01/20/99