Loading...
HomeMy WebLinkAboutStaff Report 299-06City of Palo Alto City Manager’s Report TO:HONORABLE CITY COUNCIL ATTENTION:FINANCE COMMITTEE FROM:CITY MANAGER DEPARTMENT: ADMINISTRATIVE SERVICES DATE:JULY 18, 2006 CMR: 299:06 SUBJECT:REQUEST FOR FINANCE COMMITTEE REVIEW OF REQUEST FOR PROPOSAL FOR ULTRA-HIGH-SPEEDBROADBAND SYSTEM CONSTRUCTION AND MANAGEMENT RECOMMENDATION Staff requests that the Finance Committee review and comment on the attached draft Request for Proposal for Ultra-High-Speed Broadband (Attachment 1). In addition, staff requests that the Finance Committee consider the issues outlined in this report, indicating on the Committee’s desired direction. Finally, staff asks the Finance Committee to recommend to the City Council that it grant unanimous approval, via the consent calendar, to move forward. BACKGROUND At its January 17, 2006 Council meeting, Council directed staff to issue a Request for Proposal (RFP) for the construction and operation of an ultra-high-speed bandwidth system. The primary goals of that system would be: ¯Capability of providing minimum bandwidth of 100 megabits per second symmetric service to the customer; ¯Provision of at least data, video, and telephony services; and ¯City ownership of the physical system. Council went on to direct that the RFP shall request the following information from the bidders: ¯Proposed financial and other contributions required from the City ¯Assessment of financial risk to the City of Palo Alto ¯Proposed schedule to achieve the City’s primary goals ¯Proposed technologies to achieve the City’s primary goals ¯Proposed ultimate ownership of the system’s physical infrastructure ¯Whether the proposed system be an "open" system ¯Proposed roles of the City versus roles of the responder DISCUSSION CMR: 299:06 Page 1 of 3 Attachment A is a draft of the RFP described above. In addition to reviewing the draft and providing comment as to whether it meets with the goals and parameters laid out on January 17, 2006, staff requests that the Finance Committee consider the following issues and clarify its intent: The RFP mentions that the vendor could license the City’s dark fiber. Was it Council’s intent as described in the January 17, 2006 Colleagues Memo that the City offer dark fiber capacity at no charge to the vendor? Was it the intent of Council to give "use and control" (hence profit) of some/all of the dark fiber system and its customer base to the bidder as a financial aid in lieu of cash? Council’s direction stated that the City "wishes to own the physical structure." Staff assumes that means owning the dark fiber itself and not necessarily the head-end, field equipment, etc. Is that assumption correct? Staff believes, due to regulatory and other concerns, it would be advisable to own only the dark fiber. o "Universal Service." Does Council want to require the vendor to provide service to ALL the homes/businesses in Palo Alto, including the foothills? If so, can there be a phased implementation - and within what timeframe would it be acceptable for outlying areas to receive service? °"Net neutrality." The Colleagues Memo specifies an open network preference, but not a requirement. Members of the public are likely to question the fairness/wisdom of allowing even the possibility of a closed network. To what extent is Council willing to consider a closed system in light of probable public opposition? RESOURCE IMPACT Resources have already been committed to completing the RFP distribution, evaluation and selection process. Additional City resources required for implementing the high-speed system would be proposed by the RFP respondents and discussed as part of the selection process. POLICY IMPLICATIONS This report and the attached RFP is consistent with Council’s policy and program direction provided at its January 17, 2005 meeting. ENVIRONMENTAL REVIEW The actions requested in this report do not constitute a project for the purposes of the California Environmental Quality Act. CMR: 299:06 Page 2 of 3 PREPARED BY: Senior Financial Analyst, Administrative Services DEPARTMENT HEAD APPROVAL: Director,Services CITY MANAGER APPROVAL: City Manager ATTACHMENTS Attachment 1 : Draft Request for Proposal for Ultra-High-Speed Broadband System Attachment 2: CMR:I 11:06: "Request for Council Direction on Legal, Financial, Operational, and other Issues regarding Issuance of a Fiber to the Home Request for Proposals" including CMR:398:05 as attachment "Request for Council Direction on Legal, Financial, Operational, and Other Issues Regarding issuance of a Fiber to the Home Request for Proposals" CMR: 299:06 Page 3 of 3 ATTACHMENT 1 CITY OF PALO ALTO UTILITIES AND ADMINISTRATIVE SERVICES DRAFT REQUEST FOR PROPOSAL (RFP) NUMBER XXXXX CITYWlDE ULTRA-HIGH-SPEED BROADBAND SYSTEM PRE-BID CONFERENCE: RFP SUBMITTAL DEADLINE: CONTRACT MANAGER: PROJECT MANAGER: TIME DAY, DATE 3:00 P.M. TUESDAY, NAME HERE NAME HERE CITY OF PALO ALTO PURCHASING/CONTRACT ADMINISTRATION 250 HAMILTON AVENUE PALO ALTO, CA 94301 (650) 329-2271 DRAFT REQUEST FOR PROPOSAL (RFP) NO. TITLE: ULTRA-HIGH-SPEED BROADBAND SYSTEM 1.INTRODUCTION The City of Palo Alto is seeking proposals for the construction and management of a citywide Ultra-High-Speed Broadband system. The required services and performance conditions are described in the attached Attachment C, Scope of Work. 2.ATTACHMENTS The attachments below are included with this Request for Proposals (RFP) for your review and submittal (see asterisk): Attachment A- Bidder’s Information Form* Attachment B - Certification of Non-discrimination* Attachment C - Project Background and Scope of Work Attachment D - Sample Agreement for Professional Services Attachment E - Sample Table Format, Qualifications of Firm Relative to City’s Needs Attachment G - Insurance Requirements* Attachment H -Vendor Experience Checklist* The items identified with an asterisk (*) shall be filled out, signed by the appropriate representative of the company and returned with submittal. 3.INSTRUCTIONS TO BIDDERS 3.1 Pre-Proposal Conference A Pre-Proposal conference will be held Tuesday, ., 2006 at 10:00 a.m. in the Conference Room, 250 Hamilton Avenue, Palo Alto, CA. All prospective bidders are strongly encouraged to attend. 3.2 Examination of Proposal Documents The submission of a Proposal shall be deemed a representation and certification by the bidder that it: 3.2.1 Has carefully read and fully understands the information that is provided by the City to serve as the basis for submission of this proposal. 3.2.2 Has the capability to successfully undertake and complete the responsibilities and obligations of its proposal. 2 050310 3.2.3 Represents that all information contained in the proposal is true and correct at the time of submittal. 3.2.4 Did not, in any way, collude or conspire, directly or indirectly, with any person, firm, corporation or other bidder in regard to the amount, terms or conditions of its proposal. 3.2.5 Acknowledges that the City has the right to make any inquiry it deems appropriate to substantiate or supplement information supplied by bidder, and bidder hereby grants the City permission to make these inquiries, and to provide any and all related documentation in a timely manner. No request for modification of the proposal shall be considered after its submission on the ground that the bidder was not fully informed to any fact or condition. 3.3 Addenda/Clarifications Should discrepancies or omissions be found in this RFP or should there be a need to clarify this RFP, questions or comments regarding this RFP must be put in writing and received by the City no later than 1:00 p.m., Wednesday, ., 2006. Correspondence shall be addressed to Contract Administrator, City of Palo Alto, 250 Hamilton Avenue, Palo Alto, CA 94301 or e-mailed to Responses from the City will be communicated by Addendum to all recipients of this RFP. Inquiries received after the date and time stated will not be accepted and will be returned to senders without response. All addenda shall become a part of this RFP and shall be acknowledged on the Bidder’s Form. The City shall not be responsible for nor be bound by any oral instructions, interpretations or explanations issued by the City or its representatives, including those given at the Pre-Proposal Conference. 3.4 Submission of Proposals All proposals shall be submitted to: City of Palo Alto Purchasing and Contracts Administration 250 Hamilton Avenue, Mail Stop MB Palo Alto, CA 94301 Proposals must be delivered no later than 3:00 p.m. on Tuesday, 2006. All proposals received after that time will be returned to the bidders unopened. The bidder shall submit __ copies of its proposal in a sealed envelope, addressed as noted above, bearing the bidder’s name and address clearly marked, "RFP NO. XXXX FOR ULTRA-HIGH-SPEED BROADBAND." The use 3 o5o3~o of double-sided paper with a minimum 30% post-consumer recycled content is strongly encouraged. 3.5 .Rights of the City of Palo Alto This RFP does not commit the City to enter into a contract, nor does it obligate the City to pay for any costs incurred by any bidder in the preparation and submission of proposals or in anticipation of a contract. The City reserves the right to: ¯Make the selection based in its sole discretion; ¯Reject any and all proposals for any reason; ¯Re-issue the Requests for Proposals; ¯Postpone opening for its own convenience; ¯Remedy technical errors in the Request for Proposals process; ¯Approve or disapprove the use of particular subconsultants; ¯Negotiate with any, all or none of the bidders; ¯Accept other than the lowest price offer; ¯Waive informalities and irregularities in the proposals; and ¯Enter into an agreement with another bidder in the event the bidder fails to execute an agreement with the City. An agreement with the City shall not be binding or valid unless and until it is approved by the City Council and executed by authorized representatives of the City and the bidder. 3.6 Proposal Certification Upon submittal, each proposal shall be deemed submitted for no less than 180 days and cannot be revoked or withdrawn during that period. 3.7 Proprietary Proposal Materials The City will endeavor to treat as confidential, trade secret, etc. all proposal materials, in accordance with applicable law. Simply labeling something as "proprietary" does not afford protection under California law. All proposals are available for inspection under the California Public Records Act when the award- of-contract staff report is sent to City Council. 3.8 Availability of Drawinqs to Successful Bidder City of Palo Alto Utilities (CPAU) staff maintains drawings and records that describe the poles, conduits, and associated infrastructure owned by the City for the purpose of distributing utilities throughout Palo Alto. These drawings and records will be made available for inspection to the successful bidder. Copies can be made for a fee, as authorized by Council. 4 050310 3.9 Errors in Proposals Bidders are responsible for errors and omissions in their proposals. Any such errors and omissions will not serve to diminish their obligations to the City of Palo Alto. 3.10 Bidders’ Experience and Qualifications The City of Palo Alto seeks proposals from companies that are financially capable of assuming some or all of the financial risk associated with deploying such an ultra-high-speed broadband system in Palo Alto. Bidders should have experience with the installation and operation of telephone, high speed data, cable television networks, and other related services. Bidders should have experience with placement and maintenance of outside plant infrastructure. 4. PROPOSED RFP TIMELINE The RFP Timeline is as follows: RFP Issued Pre-Proposal Meeting Deadline for questions, clarifications Proposal submittal deadline Finalists identified Bidder Interviews Bidder selection and contract preparation Contract awarded Work commences 5. INFORMATION TO BE SUBMITTED (to be submitted in this order only) These instructions govern the format and content of the proposal. The intent of the RFP is to elicit responses that can communicate the bidder’s degree of understanding of the City’s requirements and its approach to successfully provide the products and/or services on time and within budget. In addition to the required Proposal content outlined in Attachment C, Scope of Services, Section XXXX, all Proposals shall address the following informational items in the order listed below and shall be numbered 1 through 6 in the proposal document. 5.1 Chapter 1 - Proposal Summary This Chapter shall discuss the highlights, key features and distinguishing points of the proposal. A separate sheet shall include a list of individuals and contacts for this proposal and how to communicate with them. Limit this chapter to a total of three (3) pages, single-line spacing, including the separate sheet. 5 050310 5.2 Chapter 2- Profile on the Proposing Firm(s) This Chapter shall include a brief description of all parties involved in the proposal, including a discussion of the relevant firms’ financial stability, capacity and resources. 5.3 Chapter 3 - Qualifications of the Firm(s) This chapter will be in addition to the completed Experience Checklist. Attachment H - Vendor This Chapter shall include a detailed description of the bidder’s qualifications and previous experience in designing, procuring, installing and maintaining communication infrastructure, fiber, and broadband IP data networks. Provide in a table format (see Sample Table, Exhibit E) descriptions of pertinent project experience with other public municipalities and private sector that includes a summary of the work performed, the total project cost, the percentage of work the firm was responsible for, and the period over which the work was completed, Give a brief statement of the firm’s adherence to the schedule and budget for the project. If the bidder will be offering certain elements of the project through one or more subcontractors, sufficient information and data with respect to each subcontractor must be provided to demonstrate that each has the requisite experience to perform the function assigned by the bidder. Proposals must include the following information on the bidder: 5.3.1 Background of the organization showing products, technologies, professional strengths and abilities, total number of years in business, years supplying telecommunications services, general scope of services provided, and number of employees. 5.3.2 Complete information on all company principals and their experience in these technologies. 5.3.3 A narrative description and organizational chart depicting the management of the firm’s organization and its relationship to any business entity or subsidiary. 5.3.4 Description of current operations, the number and scope of other projects currently ongoing or set to begin within the next six (6) to twelve (12) months. 5.3.5 Statement whether the bidder or any corporation or other entity which has a direct or indirect controlling interest in or is controlled by the bidder or any subsidiary corporation or other entity has: Filed for bankruptcy (dissolution or reorganization) within the past five (5) years 6 o~o3~o 5.3.6 ¯Been suspended or barred from bidding on government (federal, state or local) contracts ¯Been subjected to any federal, state, or local audits ¯Had any contracts relevant to the work requested in this RFP terminated either voluntarily or involuntarily within the past five (5) years Listing of most relevant completed projects related to design, implementation, and/or operation of telecommunications networks, in which the bidder has been involved in the past five (5) years. 5.3.7 References for most relevant completed projects, including company name, address, contact name and title, phone number, email address, and description of the service provided. Each reference shall include a descriptive project summary, financial structure, and role of firm/principal in project. 5.3.8 Description of all completed projects related to design, implementation, and/or operation of telecommunications networks that are similar in type, size, scale, or complexity to the project as outlined in this RFP. 5.3.9 For each project, the total capital and annual operating costs, time between project milestones, marketing and sales performance, contact references, role of Firm principals in the project, Quality of Service characteristics, and explanation of any regulatory issues that required resolution. 5.3.10 Description of any work involving public-private partnerships, diverse stakeholders, and extensive public processes and participation. 5.4 Chapter 4 - Financial Qualifications This chapter will include the following: 5.4.1 A narrative description of the firm’s financial condition and willingness to undertake and complete the project as proposed and to furnish services in accordance with this RFP. Include all required sources of funding for this project. 5.4.2 Copies of operating budgets and audited financial statements for the past three (3) years, as well as, for publicly traded companies, a copy of the latest Forms 10-K, 10Q, and 8K filed with the Securities and Exchange Commission. If the bidder has not been in business for the past three (3) years, please confirm commencement date of doing business and provide audited financial statements for the years it has been in operation. If Forms have not been filed with the Securities and Exchange Commission, please indicate that and include copies of the bidder’s latest quarterly financial reports as well as a copy of the bidder’s most recent annual report. 7 0503 ] o 5.4.3 Two (2) bank references with correspondent contact names, addresses, phone numbers and email addresses. 5.4.4 Any other information not specifically requested above that the bidder believes to be demonstrative of its financial capacity. 5.5 Chapter 5- Project Staffinq Key personnel will be an important factor considered by the review committee. Changes in key personnel may be cause for rejection of the proposal. This Chapter shall include the following information: 5.5.1 A professional resume for each of the key personnel to be assigned to the project and their relevant related experience; 5.5.2 Descriptions of key personnel’s proposed roles and responsibilities on this project; 5.5.3 A proposed project manager who would be responsible for the day-to- day management of project tasks and would be the primary point of contact with the bidder; 5.5.4 An organizational chart of the proposed project team. 5.6 Chapter 6 -- End User License Aqreement and Privacy Protection Bidders will be required to provide a copy of the End User License Agreement (EULA) and any End User Privacy Protection policies they employ with the response to the RFP. 6. CONTRACT TYPE AND METHOD OF PAYMENT It is anticipated that the agreement resulting from this solicitation, if awarded, will be a not-to-exceed budget per task or fixed fee form of contract. A Sample Agreement for Professional Services is provided as Attachment D. The method of payment to the successful bidder shall be negotiated between the bidder and the City as being the maximum cost to perform all work. This figure shall include direct costs and overhead, such as, but not limited to, transportation, communications, subsistence and materials and any subcontracted items of work. Bidders shall be prepared to accept the City’s terms, conditions, and requirements of the Agreement, including Insurance Requirements in Attachment G. If there are no exceptions noted, it is assumed the bidder will accept all conditions and requirements identified in the Attachment D -"Sample Agreement for Professional Services." Items not excepted will no___~t be open to later negotiation. 050310 If a bidder desires to take exception to the Agreement, bidder shall provide the following information in Chapter 7 of their submittal package. Please include the following: ¯Each proposed change to the Agreement, including all relevant Attachments. ¯The reasons for, as well as specific recommendations, for alternative language. The above factors will be taken into account in evaluating Proposals. Proposals that take substantial exceptions to the proposed Agreement may be determined by the City, at its sole discretion, to be unacceptable and no longer considered for award. 7. INSURANCE REQUIREMENTS The selected bidder(s), at bidder’s sole cost and expense and for the full term of the Agreement or any extension thereof, shall obtain and maintain, at a minimum, all of the insurance requirements outlined in Attachment G. All policies, endorsements, certificates and/or binders shall be subject to the approval of the Risk Manager of the City of Palo Alto as to form and content. These requirements are subject to amendment or waiver if so approved in writing by the Risk Manager. The selected bidder agrees to provide the City with a copy of said policies, certificates and/or endorsement upon award of contract. 8. ADHERENCE TO LAWS AND REGULATIONS The selected winning bidder agrees to adhere and abide by the City of Palo Alto’s laws and regulations, along with being subject to regulation by the California Public Utilities Commission and the Federal Communications Commission, the City Architectural Review Board and other City Boards and Commissions, among others. Pursuant to the California Environmental Quality Act, an environmental assessment will likely be required before construction may proceed. 9. IMPLEMENTATION DEPLOYMENT STATISTICS AND REPORTING The winning RFP team’s Project Manager is responsible to provide monthly and quarterly reporting of the progress of the installation and performance statistics [and budget] of the network as each phase becomes operational, and on an on- going basis after deployment. Services and service model usage Detailed network performance data o By service type o By service model usage. Current challenges and issues that may or are causing impact to: 050310 o Project schedule o Consumers o Physical network o Delivery of service / service models 10. PROPOSAL REVIEW AND SELECTION PROCESS 10.1 Evaluation Criteria City staff will evaluate the proposals provided in response to this RFP based on the following criteria: 10.1.1 General Criteria 10.1.1.1 10.1.1.2 10.1.1.3 10.1.1.4 Quality and completeness of proposal; Bidder’s experience, including the experience of staff to be assigned to the project, the engagements of similar scope and complexity; Bidder’s compliance with applicable laws, regulations, policies (including city council policies), guidelines and orders governing prior or existing contracts performed by the contractor; References from customers of bidder. 10.1.2 Technical Criteria 1 1 1 1 1 1 1 0.1.2.1 0.1.2.2 0.1.2.3 0.1.2.4 0.1.2.5 0.1.2.6 0.1.2.7 Design quality and system features of proposed network; Use of standards for construction of the network and delivery of ultra-high-speed broadband services; Network capabilities and types of service offerings; Network architecture; Network performance/reliability/quality of service guarantees; Network scalability; Network management. 10.1.3 Financial Criteria 1 1 1 1 1 1 0.1.3.1 Bidder’s business structure; 0.1.3.2 Bidder’s and any subcontractors’ financial capabilities and resources; 0.1.3.3 Estimated cost of the project to the City; 0.1.3.4 Gross forecasted revenues (10 years); 0.1.3.5 Net revenue potential to the City (10 years); 0.1.3.6 Palo Alto customer price for service, cost to connect, and benefits. 10.1.4 Implementation/Operational Criteria 10.1.4.1 10.1.4.2 10.1.4.3 Project implementation schedule and timeline; Bidder’s apparent ability to perform the work within the timeline; Environmental impact of proposed plan; 10 oso3~o 10.1.4.4 10.1.4.5 10.1.4.6 10.1.4.7 10.2 10.2.1 Bidder’s prior record of performance with City and/or other customers; Quality of service to Palo Alto customers likely to result from bidder’s plan; Bidder’s plan for providing maintenance, repairs, parts and/or services; Availability of a local office. Selection Process Evaluation Team review - An evaluation team will review submitted proposals with respect to the criteria listed above. The evaluation team will consist of City staff, and may include advisors and/or experts or consultants selected by the City. The Team has broad discretion to choose the evaluation process best suited for the award of a contract. 10.2.2 Presentations - A small group of "short-listed" bidders may be asked to make a presentation to City staff, detailing their proposals and business plan. 10.2.3 Team Recommendation - Upon completion of the evaluation, the evaluation team will present a recommendation to the Utilities Advisory Commission, (UAC) and the City Council, including referrals to the City Council’s two subcommittees, the Finance Committee and the Policy and Services Committee. 10.2.4 Negotiations - The City may initiate contract negotiations with another bidder in the event an agreement cannot be reached with the selected bidder. 10.2.5 Notice to Proceed - Upon successful negotiation and following the award and execution of a contract, the City will issue a Notice to Proceed to the successful bidder following approval of the RFP Services Contract. 11. POST-EVALUATION REQUIREMENTS 11.1 Approval of Drawinq and Documentation Once a successful party has been selected to deploy a network, all drawing and plans must be approved by the City. As-built drawings will be provided to the City in a similar format. Documentation will also be provided to the City for all devices placed in the public right-of-way. 12. COLLUSION By submitting a proposal, each bidder represents and warrants that its proposal is genuine and not a sham or collusive or made in the interest of or on behalf of any person not named therein; that the bidder has not directly induced or 11 o5o3~o solicited any other person to submit a sham proposal or any other person to refrain from submitting a proposal; and that the bidder has not in any manner sought collusion to secure any improper advantage over any other person submitting a proposal. 13. DISQUALIFICATION Factors such as, but not limited to, any of the following may be considered just cause to disqualify a proposal without further consideration: 13.1 13.2 13.3 13.4 13.5 13.6 Evidence of collusion, directly or indirectly, among bidders in regard to the amount, terms or conditions of this proposal; Any attempt to improperly influence any member of the evaluation team; Existence of any lawsuit, unresolved contractual claim or dispute between bidder and the City; Evidence of incorrect information submitted as part of the proposal; Evidence of bidder’s inability to successfully complete the responsibilities and obligation of the proposal; Bidder’s default under any previous agreement with the City, which results in termination of the Agreement. 14. GRATUITIES City employees are subject to conflict of interest requirements. Therefore, no person shall offer, give or agree to give any City employee any gratuity, discount or offer of employment in connection with the award of contract by the City. No City employee shall solicit, demand, accept or agree to accept from any other person a gratuity, discount or offer of employment in connection with a City contract. 12 o5o3~o BIDDER (please print): Name: Address: ATTACHMENT A Bidder’s Information Form Telephone: FAX: Contact person, title, telephone and fax number: Bidder, if selected, intends to carry on the business as (check one) []Individiual [] []Partnership [] []Corporation [] When incorporated? In what state? When authorized to do business in California?: []Other (explain): Joint Venture Limited Liability Partnership Limited Liability Company ADDENDA To assure that all Bidders have received each addendum, check the appropriate box(es) below. Failure to acknowledge receipt of an addendum/addenda may be considered an irregularity in the Proposal: Addendum number(s) received:[-]1; [] 2; [] 3; [] 4; [] 5; [] 6; Or, []No Addendum/Addenda Was/Were Received (check and initial). BIDDER’S SIGNATURE No proposal shall be accepted which has not been signed in ink in the appropriate space below: 13 o~o3 ~ o By signing below, the submission of a proposal shall be deemed a representation and certification by the Bidder that they have investigated all aspects of the RFP, that they are aware of the applicable facts pertaining to the RFP process, its procedures and requirements, and they have read and understand the RFP. No request for modification of the proposal shall be considered after its submission on the grounds that the Bidder was not fully informed as to any fact or condition. Date: If Bidder is INDIVIDUAL, sign here Bidder’s Signature Bidder’s typed name and title If Bidder is PARTNERSHIP or JOINT VENTURE, at least (2) Partners or each of the Joint Venturers shall sign here: Partnership or Joint Venture Name (type or print) Date: Date: Member of the Partnership or Joint Venture signature The undersigned certify that they are respectively: and Title Member of the Partnership or Joint Venture signature If Bidder is a CORPORATION, the duly authorized officer(s) shall sign as follows: Title Of the corporation named below; that they are designated to sign the Proposal Cost Form by resolution (attach a certified copy, with corporate seal, if applicable, notarized as to its authenticity or Secretary’s certificate of authorization) for and on behalf of the below named CORPORATION, and that they are authorized to execute same for and on behalf of said CORPORATION. Corporation Name (type or print) By:Date: Title: By:Date: Title: 14 o~o3~o ATTACHMENT B Certification of Non-discrimination As suppliers of goods or services to the City of Palo Alto, the firm and individuals listed below certify that they do not discriminate in employment of any person because of race, skin color, gender, age, religion, disability, national origin, ancestry, sexual orientation, housing status, marital status, familial status, weight or height of such person; that they are in compliance with all Federal, State and local directives and executive orders regarding nondiscrimination in employment. 1. If Bidder is INDIVIDUAL, sign here: Date: Bidder’s Signature Bidder’s typed name and title 2. If Bidder is PARTNERSHIP or JOINT VENTURE, at least (2) Partners or each of the Joint Venturers shall sign here: Partnership or Joint Venture Name (type or print) Date: Date: Member of the Partnership or Joint Venture signature Member of the Partnership or Joint Venture signature 3. If Bidder is a CORPORATION, the duly authorized officer(s) shall sign as follows: The undersigned certify that they are respectively: and Title Title of the corporation named below; that they are designated to sign the Proposal Cost Form by resolution (attach a certified copy, with corporate seal, if applicable, notarized as to its authenticity or Secretary’s certificate of authorization) for and on behalf of the below named CORPORATION, and that they are authorized to execute same for and on behalf of said CORPORATION. Corporation Name (type or print) By: Title: Date: Date:By: Title: 1 5 0503 lO ATTACHMENT C PROJECT BACKGROUND AND SCOPE OF WORK I. PROJECT OVERVIEW The City of Palo Alto ("City") is seeking a proposal for the development, construction and operation of a citywide ultra-high speed bandwidth system. Such a network must provide minimum symmetrical bandwidth of 100 megabits per second per end-user connection, and make affordable and available to the customer in Palo Alto: high speed data transport and Internet access; and voice, data, and video services. II. CITY OVERVIEW Palo Alto is a thriving community of nearly 60,000 people situated adjacent to Stanford University in the heart of Silicon Valley, approximately 25 miles south of San Francisco and 14 miles north of San Jose. Palo Alto enjoys international name recognition. Travelers from all over the world come for purposes of education or research at Stanford University, training or business with the high technology firms of the Stanford Research Park, or medical care at the Stanford Medical Center. The City General Fund budget is approximately $121 million for fiscal year 2005-2006, with eight departments. Palo Alto also owns its own Utilities, including Electric, Gas, Refuse, Storm Drainage, Wastewater Collection, Wastewater Treatment, and Water. Within the Electric Utility is a Telecommunications Division which operates the dark fiber ring (see below). Palo Alto is a residential community of above-average household incomes and above-average educational levels. Approximately three-quarters of Palo Alto residents who are over the age of 25 have four or more years of college, half of whom have received at least one graduate degree. Also, an estimated 95% of households have an internet connection. Other key demographic statistics on Palo Alto include:1 ¯Approximately 28,000 households ¯57% of population (in 2000) owned a home ¯Median value of owner-occupied units (2000) was $811,800 ¯Median household income (1999) was $90,377 ¯Land area in square miles = 25.98 III.PROJECT BACKGROUND In 1997, CPAU constructed a fiber backbone and is currently licensing dark fiber to interested parties such as telecommunications carriers, ISPs, and local businesses. The Backbone consists of 33 route miles (over 4,750 fiber-miles), with 144 or more strands of singlemode fiber along most routes. The Backbone is approximately 52% aerial and 48% underground. The Backbone Sources included: www.intbplease.com; City of Palo Alto Certified Annual Financial Report of June 30, 2005 16 050310 passes Palo Alto’s major business parks and terminates in several buildings within the City, and can be accessed at over 40 locations. (See http://www.cpau.com/fiberservices/for more details.) In 2000, the Council approved a Fiber-to-the-Home trial for one year, to determine the feasibility of providing citywide fiber-to-the-home in Palo Alto, by offering the service to 66 homes in the Community Center neighborhood for one year. Service to trial participants began in 2001, and was quite successful in terms of customer satisfaction. Given the trial’s success, the Council approved the engagement of a consultant beginning May, 2002 to complete a business case study and determine whether a full-scale FTTH business would be viable for the City. As part of that business case, trial participants and Palo Alto residents were surveyed to determine potential market interest in the project. In September, 2002, the business case was completed, and Council agreed both to extend the timeframe for trial participants and to fund the development of a business plan. In the business plan, the consultant assumed the Electric Fund would issue (tax-exempt) revenue bonds to fund the fiber build-out, and demonstrated that a FTTH utility could be economically viable over the 20-year bond financing period. However, in 2004, it was determined that in fact, the Electric Utility could not fund the FTTH project with revenue bonds; therefore financing costs would be greater than previously assumed. In April and May, 2004, staff presented financing options to the Utilities Advisory Commission (UAC) and to the Council that reflected the additional legal information. The only legally and politically feasible options seemed to be finding a private investor or forming an Assessment District. The Council asked staff to monitor other California jurisdictions pursuing FTTH. In 2005, staff recommended, based on the uneven and sometimes turbulent progress of other California municipal efforts, ceasing work on the FTTH program, and discontinuing the trial. Council approved the discontinuation of the trial, but requested that staff report back on the "legal and financial issues" to lay the groundwork for issuing an RFP for a private-sector partner to construct and operate a FTTH service. Then, in January, 2006, Council further directed staff to proceed with issuance of an RFP for the construction and operation of a high-speed broadband system. IV. OBJECTIVES OF THE PROJECT The primary goals for this system are: 1.Capability of providing to each customer a minimum bandwidth of 100 megabits per second symmetrical service; 2. Provision of at least data, video, and telephony services; and 3. City ownership of the physical system. A secondary goal for the system is to promote competition between multiple service providers in order to drive down prices. 17 0503~0 V. SCOPE OF WORK A. Requirements of the System System requirements include: Provision of citywide service to residences and businesses in Palo Alto. Voice, Video and Data "triple-play". This standard broadband service offering as outlined below is the minimum acceptable service level. The transmission medium is left to the Bidder’s discretion, but must be able to provide the following: o Voice: telephony (legacy analog or VoIP) o Video: commercial full spectrum "Cable" TV including HDTV and Video on demand. o Data: 100 Mbps symmetrical data rate per end-user connection ¯Highly Available, with reliability comparable to other competitive systems. Bidders will be asked to comment on the uptime characteristics of their proposed system. ¯Phased Roll-Out: The network owner and service providers in their response should provide their strategy and plans to achieve full deployment. Quality of System Service (QoS): Bidders need to provide QoS and packet prioritization for various classes of service such as First Responders, and various applications such as Voice over Internet Protocol (VoIP). Bidders must describe the quality of service capabilities of the proposed network. Systems Management: The network owner’s Network Operations Center, (NOC) is responsible for the monitoring and management of the network. NOC staff should have the tools and capability to centrally manage the network, be immediately notified in the event of network problems, and be able to dynamically reroute traffic or dynamically resolve capacity problems. The network owner must provide the capability to produce performance reports based on traffic classes and area served. Aesthetically Pleasing: All equipment and cabling for the network mounted within public view should blend into the existing architecture and not negatively affect the appearance of existing structures. Adherence to City Ordinances: All equipment must adhere to the Palo Alto Municipal Code and other City requirements and be approved by the City and its appropriate Boards and Commissions prior to deployment. ¯Standards-Based: The System will need to be capable of delivering broadband services to devices built on industry standards-based technologies. B. Project Manager / Management The bidder must provide a Master Project Manager (PM) as the central point of contact for both the network owner installation and service provider(s) teams. 1 8 050310 The PM is responsible for the identification and management of resources and dependencies including people, physical assets, financial or otherwise. The PM is responsible for the management and allocation of resources for the construction, implementation and operation of the network. The successful Bidder must cooperate with the City on the use of Utility poles and under- grounding, and the PM will be the chief contact for this coordination. C. Project Work Plan and Schedule The PM must develop and present for City approval a complete Project Work Plan, including a full description of major tasks and subtasks, along with a proposed timeline for completing each one. The PM will be responsible for continuously maintaining the schedule for the complete roll-out of the project, and for providing status updates on a regular basis. The project schedule for design, implementation, and go-live activities shall be aligned and coordinated such that they are time- and cost-efficient. The PM is responsible for providing a detailed plan and schedule for each logical phase. The plan for each phase must be kept up to date, along with the roll-ups into the Master Plan. D. Milestones The PM is responsible for clearly identifying major milestones and their planned completion dates for the project. On-track, on-schedule, and on-budget information and status of overall project and next-step milestones will be included in regularly scheduled update meetings. E. Customer Service Bidder must, at minimum, adhere to the Quality of Service requirements of the Joint Powers Authority cable franchise and all applicable FCC rules. (See http://www.cityofpaloalto.or~cable/franchise-agreement.html for complete text of the agreement.) In addition, proof of customer service performance that exceeds industry standards is required, with the goal of meeting the high service standards of the existing City Utilities. Furthermore, bidders must describe how they plan to handle customer support calls, and detail any procedures that will be implemented due to an escalation of complaints. Lastly, bidders shall describe how they plan to handle customer trouble calls and dispatch emergency repair crews. F. Customer Acquisition The bidder must have proven ability to acquire and retain customers in a highly competitive environment that includes competition with no less than one incumbent provider. G. Proposed technologies to achieve the City’s primary goals The bidder may propose any technology that has a proven field success rate that fulfills the requirements of this RFP. The bidder will specify whether the system will be an "open" or "closed" system. If open, the criteria for other providers’ participation must be provided. 19 0503 H. Technology Description Bidders must describe their technical approach, including as a minimum the following information: Technologies: Any technology that is based on. industry standards and meets the City’s 100 Mbps symmetrical service goal may qualify. Bidders should be able to demonstrate the capacity of the proposed technology. Network Design: A description of the design criteria, network elements, physical media, switching and routing architecture, interfaces, topology, protocols, system reliability, fault tolerance, availability, and operations and maintenance. In addition, describe the degradation of service expected under the worst case scenario. ¯Network Equipment: A description of the type of networking equipment proposed, and reasons for its selection. Interconnection and Interoperability: A description of interconnection, interoperability, and conformance to published standards. A description of where, when, and how interconnection will occur. A description of how interoperability between networks will be achieved is also required. ¯Schematic: A schematic view of how the networking equipment will be interconnected and integrated to create a citywide network. Upgrade Plan: A plan for upgrading infrastructure as service requirements grow. ¯Network Security: Any network security measures that will be deployed to ensure privacy of customer communications and prevent intrusions on customer computers must be described in full. Data Transport Performance Characteristics: Bidders are requested to characterize the anticipated performance of the proposed network design for data transport. At a minimum, the following attributes shall be described: Throughput: Describe the anticipated peak, mean, and minimum throughput for data transport between any two end stations on the network (specified in Megabits per second); Latency: Describe the anticipated mean, minimum, and maximum latency for data transport between any two nodes on the network (specified in microseconds). VI.CITY OF PALO ALTO OFFERING The City of Palo Alto owns the utility poles in Palo Alto, along with AT&T and/or Pacific Gas and Electric Company. All construction of new plant or relocation of existing plant in Palo Alto shall meet California General Order (GO) 95 and GO128 rules and regulations, among others. 20 050310 The City also owns conduits, and the City has the rights-of-way needed to provide distribution of utility services within Palo Alto. The City may consider licensing to the successful bidder spare capacity along the fiber backbone. For a fee, CPAU may extend the fiber optic backbone more deeply into Palo Alto neighborhoods to interconnect with a successful bidder’s nodes, hubs, or other centralized distribution points. Bidders are encouraged to propose other services the City could offer to help successfully deploy the requested services. VII. ADDITIONAL REQUIRED ELEMENTS OF THE PROPOSAL In addition to the required attachments listed above and in Section 5 of the main body of this RFP which need to be submitted, the bidder must include information on the following: A. Financial Risk to the City: The City wishes to minimize its financial exposure in the development, construction and operation of the proposed system. However, the City recognizes the potential need to contribute financial or other assets to the project to achieve the primary goals. The financial risks assumed by the bidder should also be detailed regarding quantity and timing. Bidder must include specifically: Proposed financial and other contributions required from the City; Assessment of financial risk to the City; and Ways of mitigating the financial risk to the City. B. O~vnership: The City desires to own the system’s fiber infrastructure, and at a minimum, it must maintain use and control over the dark fiber network. The City understands that the limitations of such ownership could be partly determined by the extent of the City’s financial contributions to the project. The bidder should clarify the "ratio of investment to ownership" - i.e., the impact of the degree of the City’s investment upon the extent of City ownership of the infrastructure. C. City Roles and Responsibilities: The bidder must specify the proposed roles of the City versus roles of the bidder vis-fi-vis the construction, implementation, and operation of the high-speed-broadband network. D. Description of Service Offerings: Bidders are requested to provide a detailed description of the services to be offered to residents and businesses at project inception, and others that will be phased in within the first 3 years of the project. E. Services by Outside Parties: Bidders are requested to identify any services, if applicable, that will be provided by outside parties. Any available documents related to agreements with outside parties shall be attached. F. Financial Model and Business Case: Bidders are expected to provide a Financial Model and Business Case in their response. These shall include: 1. Pro-Forma Income (Profit & Loss) Statement (years 1-10) 21 050310 2. Annual cash flow projections, and a Statement of Cash Position (years 1-10) 3. Expected annual net income to the City based on the bidder’s proposed contractual arrangement, and appropriate cash flow and breakeven analyses 4. Source of funding for Ultra-High-Speed Broadband system construction and operation 5. Preliminary market and competitive analyses to support the pro-forma income and cash flow statements 6. Forecasted customers by year and by service classification (years 1, 5, 10) G. Warranty Terms: Describe all warranty terms and conditions, including price and performance guarantees. 22 o5o3~o ATTACHMENT D AGREEMENT SAMPLE ONLY CITY OF PALO ALTO CONTRACT NO. AGREEMENT BETWEEN THE CITY OF PALO ALTO AND FOR PROFESSIONAL SERVICES (Project Name) This AGREEMENT is entered into , by and between the CITY OF PALO ALTO, a chartered city and a municipal corporation of the State of California ("CITY"),and ,a located at ("CONSULTANT") . RECITALS The following recitals are a substantive portion of this Agreement. A. CITY intends to (DESCRIBE WHAT CITY PLANS TO DO - E.G. CONSTRUCT A NEW LIBRARY) ("Project") and desires to engage a consultant to prepare (DESCRIBE SERVICES - I.E. FEASIBILITY STUDY, DESIGN, ETC.) in connection with the Project ("Services"). B. CONSULTANT has represented that it and any subconsultants have the necessary professional expertise, qualifications, and capability, and all required licenses and/or certifications to provide the Services. C. CITY in reliance on these representations desires to engage CONSULTANT to provide the Services as more fully described in Exhibit "A", attached to and made a part of this Agreement. D. CONSULTANT has agreed to perform the Services on the terms and conditions contained in this Agreement. NOW, THEREFORE, in consideration of the recitals, covenants, terms, and conditions, this Agreement, the parties agree: AGREEMENT Section I. SCOPE OF SERVICES. CONSULTANT shall perform the Services described in Exhibit "A" in accordance with the terms and conditions contained in this Agreement. The performance of 23 o5o3~o all Services shall be to the reasonable satisfaction of CITY. SECTION 2. TERM. The term of this Agreement shall be from the date of its ful! execution to (INSERT DATE OR IF NO DATE THEN ~UPON COMPLETION OF THE SERVICES IN ACCORDANCEWITH THE SCHEDULE OF PERFORMANCE ATTACHED AS EXHIBIT ~B"), unless terminated earlier pursuant to Section 20 of this Agreement. SECTION 3. SCHEDULE OF PERFORMANCE.Time is of the essence in the performance of Services under this Agreement. CONSULTANT shall complete the Services within the term of this Agreement and in accordance with the schedule set forth in Exhibit "B", attached to and made a part of this Agreement. Any Services for which times for performance are not specified in this Agreement shall be commenced and completed by CONSULTANT in a reasonably prompt and timely manner based upon the circumstances and direction communicated to the CONSULTANT. CITY’s agreement to extend the term or the schedule for performance shall not preclude recovery of damages for delay if the extension is required due to the fault of CONSULTANT. SECTION 4. NOT TO EXCEED COMPENSATION. The compensation to be paid to CONSULTANT for performance of the Services described in Exhibit "A", including both payment for professional services and reimbursable expenses, shall not exceed Dollars ($). In the event Additiona!Services are authorized, the tota! compensation for services and reimbursable expenses shall not exceed Dollars ($).The applicable rates and schedule of payment are set out in Exhibit "C", entitled "COMPENSATION," which is attached to and made a part of this Agreement. Additional Services, if any, shall be authorized in accordance with and subject to the provisions of Exhibit "C". CONSULTANT shal! not receive any compensation for Additional Services performed without the prior written authorization of CITY. Additional Services shall mean any work that is determined by CITY to be necessary for the proper completion of the Project, but which is not included within the Scope of Services described in Exhibit "A". SECTION 5. INVOICES. In order to request payment, CONSULTANT shall submit monthly invoices to the CITY describing the services performed and the applicable charges (including an identification of personnel who performed the services, hours worked, hourly rates, and reimbursable expenses), based upon the CONSULTANT’ s billing rates (set forth in Exhibit "C") . If applicable, the invoice shall also describe the percentage of completion of each task. The information in CONSULTANT’s payment 24 050310 requests shall be subject to verification by CITY. SECTION 6. QUALIFICATIONS/STANDARD OF CARE.All of the Services shall be performed by CONSULTANT or under CONSULTANT’s supervision. CONSULTANT represents that it possesses the professional and technical personnel necessary to perform the Services required by this Agreement and that the personnel have sufficient skill and experience to perform the Services assigned to them. CONSULTANT represents that it, its employees and subconsultants have and shall maintain during the term of this Agreement all licenses, permits, qualifications, insurance and approvals of whatever nature that are legally required to perform the Services. All of the services to be furnished by CONSULTANT under this agreement shall meet the professional standard and quality that prevail among professionals in the same discipline and of similar knowledge and skill engaged in related work throughout California under the same or similar circumstances. SECTION 7. COMPLIANCE WITH LAWS. CONSULTANT shall keep itself informed of and in compliance with al! federal, state and local laws, ordinances, regulations, and orders that may affect in any manner the Project or the performance of the Services or those engaged to perform Services under this Agreement. CONSULTANT shall procure all permits and licenses, pay all charges and fees, and give all notices required by law in the performance of the Services. CONSULTANT shall report immediately to the CITY’s project manager, in writing, any discrepancy or inconsistency it discovers in the laws, ordinances, regulations, orders, and/or guidelines in relation to the Project of the performance of the Services. All documentation prepared by CONSULTANT shall provide for a completed project that conforms to all applicable codes, rules, regulations and guidelines that are in force at the time such documentation is prepared. SECTION 8. ERRORS/OMISSIONS. CONSULTANT shall correct, at no cost to CITY, any and all errors, omissions, or ambiguities in the work product submitted to CITY, provided CITY gives notice to CONSULTANT. SECTION 9. INDEPENDENT CONTRACTOR. It is understood and agreed that in performing the Services under this Agreement CONSULTANT, and any person employed by or contracted with CONSULTANT to furnish labor and/or materials under this Agreement, shall act as and be an independent contractor and not an agent or employee of the CITY. The manner and means of conducting the Services 25 o~o3~o are the responsibility of and under the control of CONSULTANT, except to the extent they are limited by applicable law and the express terms of this Agreement. CONSULTANT will be responsible for employing or engaging all persons necessary to perform the Services. Al! contractors and employees of CONSULTANT are deemed to be under CONSULTANT’S exclusive direction and control.CONSULTANT shall be responsible for their performance. SECTION i0. ASSIGNMENT. The parties agree that the expertise and experience of CONSULTANT are material considerations for this Agreement. CONSULTANT shall not assign or transfer any interest in this Agreement nor the performance of any of CONSULTANT’s obligations hereunder without the prior written consent of the city manager. Consent to one assignment will not be deemed to be consent to any subsequent assignment. Any assignment made without the approval of the city manager will be void. SECTION Ii.SUBCONTRACTING. [OPTION A: NO SUBCONSULTANTS] CONSULTANT shall not subcontract any portion of the work to be performed under this Agreement without the prior written authorization of the city manager or designee. [OPTION B: SUBCONSULTANTS AUTHORIZED] Notwithstanding Section i0 above, CITY agrees that subconsultants may be used to complete the Services. The subconsultants authorized by CITY to perform work on this Project are identified in Exhibit "A". CONSULTANT shall be responsible for directing the work of the subconsultants and for any compensation due to subconsultants. CITY assumes no responsibility whatsoever concerning such compensation. CONSULTANT shall be fully responsible to CITY for al! acts and omissions of a subconsultant. CONSULTANT shall change or add subconsultants only with the prior approval of the city manager or his designee. SECTION 12. PROJECT MANAGEMENT. CONSULTANT will assign as the project director to have supervisory responsibility for the performance, progress, and execution of the Services. If circumstances or conditions subsequent to the execution of this Agreement cause the substitution of the project director or any other key personnel for any reason, the appointment of a substitute project director and the assignment of any key new or replacement personne! will be subject to the prior written approva! of the CITY’s project manager. CONSULTANT, at CITY’s request, shall promptly remove personnel who CITY finds do not perform the Services in an 26 o5o3~o acceptable manner, are uncooperative, or present a threat to the adequate or timely completion of the Project or a threat to the safety of persons or property. The city manager will represent CITY for all purposes under this Agreement. is designated as the project manager for the CITY. The project manager will be CONSULTANT’s point of contact with respect to performance, progress and execution of the Services. The CITY may designate an alternate project manager from time to time. SECTION 13. DUTIES of CITY. To assist CONSULTANT in the performance of the Services, CITY will furnish or cause to be furnished the specified services and/or documents described in Exhibit "A" and such other available information as may be reasonably requested by CONSULTANT. SECTION 14. OWNERSHIP OF MATERIALS. All drawings, plans, reports, specifications, calculations, documents, other materials and copyright interests developed or discovered by CONSULTANT or any other person engaged directly or indirectly by CONSULTANT to perform the services required hereunder shall be and remain the property of CITY without restriction or limitation upon their use. Neither CONSULTANT nor its contractors, if any, shall make any of such materials available to any individual or organization without the prior written approval of the city manager or designee. SECTION 15. AUDITS. CONSULTANT will permit CITY to audit, at any reasonable time during the term of this Agreement and for three (3) years thereafter, CONSULTANT’s records pertaining to matters covered by this Agreement. CONSULTANT further agrees to maintain and retain such records for at least three (3) years after the expiration or earlier termination of this Agreement. SECTION 16. INDEMNITY. To the fullest extent permitted by law, CONSULTANT shall protect, indemnify, defend and hold harmless CITY, its Council members, officers, employees and agents (each an "Indemnified Party") from and against any and all demands, claims, or liability of any nature, including death or injury to any person, property damage or any other loss, including al! costs and expenses of whatever nature including attorneys fees, experts fees, court costs and disbursements ("Claims") resulting from, arising out of or in any manner related to performance or nonperformance by CONSULTANT, its officers, employees, agents or contractors under this Agreement, regardless of whether or not it is caused in part by an Indemnified Party. The acceptance of CONSULTANT’s services and duties by CITY shall 27 050310 not operate as a waiver of the right of indemnification. The provisions of this Section 16 shall survive the expiration or early termination of this Agreement. SECTION 17. WAIVERS. The waiver by either party of any breach or violation of any covenant, term, condition or provision of this Agreement, or of the provisions of any ordinance or law, will not be deemed to be a waiver of any other term, covenant, condition, provisions, ordinance or law, or of any subsequent breach or violation of the same or of any other term, covenant, condition, provision, ordinance or law. SECTION 18.INSURANCE. 18.1.CONSULTANT, at its sole cost and expense, shall obtain and maintain, in ful! force and effect during the term of this Agreement, the insurance coverage described in Exhibit "D" CONSULTANT and its contractors, if any, shall obtain a policy endorsement naming the City of Palo Alto as an additional insured under any general liability or automobile policy or policies. 18.2.All insurance coverage required hereunder shall be provided through carriers with Best’s Key Rating Guide ratings of A-:VII or higher which are admitted to transact insurance business in the State of California. Any and al! contractors of CONSULTANT retained to perform Services under this Agreement will obtain and maintain,in full force and effect during the term of this Agreement,identical insurance coverage, naming CITY as an additional insured under such policies as required above. 18.3.Certificates evidencing such insurance shall be filed with CITY concurrently with the execution of this Agreement. The certificates will be subject to the approval of CITY’s Risk Manager and wil! contain an endorsement stating that the insurance is primary coverage and will not be canceled, or materially reduced in coverage or limits, by the insurer except after filing with the Purchasing Manager thirty (30) days’ prior written notice of the cancellation or modification, CONSULTANT shall be responsible for ensuring that current certificates evidencing the insurance are provided to CITY’s Purchasing Manager during the entire term of this Agreement. 18.4.The procuring of such required policy or policies of insurance will not be construed to limit CONSULTANT’s liability hereunder nor to fulfill the indemnification provisions of this Agreement. Notwithstanding the policy or policies of insurance, CONSULTANT will be obligated for the full and total amount of any damage, injury, 28 o5o3~o or loss caused by or directly arising as a result of the Services performed under this Agreement, including such damage, injury, or loss arising after the Agreement is terminated or the term has expired. SECTION 19. WORKERS’ COMPENSATION. CONSULTANT, by executing this Agreement, certifies that it is aware of the provisions of the Labor Code of the State of California which require every employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of that Code, and certifies that it wil! comply with such provisions, as applicable,before commencing and during the performance of the Services. SECTION 20. TERMINATION OR SUSPENSION OF AGREEMENT OR SERVICES. 20.1. The city manager may suspend the performance of the Services, in whole or in part, or terminate this Agreement, with or without cause, by giving ten (i0) days’ prior written notice thereof to CONSULTANT. Upon receipt of such notice, CONSULTANT will immediately discontinue its performance of the Services. 20.2.CONSULTANT may terminate this Agreement or suspend its performance of the Services by giving ten (I0) days prior written notice thereof to CITY, but only in the event of a substantia! failure of performance by CITY. 20.3.Upon such suspension or termination, CONSULTANT shall deliver to the City Manager immediately any and all copies of studies, sketches, drawings, computations, and other data, whether or not completed, prepared by CONSULTANT or its contractors, if any, or given to CONSULTANT or its contractors, if any, in connection with this Agreement. Such materials will become the property of CITY. 20.4.Upon such suspension or termination by CITY, CONSULTANT wil! be paid for the Services rendered or materials delivered to CITY in accordance with the scope of services on or before the effective date (i.e., I0 days after giving notice) of suspension or termination; provided, however, if this Agreement is suspended or terminated on account of a default by CONSULTANT, CITY will be obligated to compensate CONSULTANT only for that portion of CONSULTANT’s services which are of direct and immediate benefit to CITY as such determination may be made by the City Manager acting in the reasonable exercise of his/her discretion 20.5.No payment, partial payment, 29 acceptance, or 0503 ! 0 partial acceptance by CITY will operate as a waiver on the part of CITY of any of its rights under this Agreement. SECTION 21. NOTICES. All notices hereunder will be given in writing and mailed, postage prepaid, by certified mail, addressed as follows: To CITY:Office of the City Clerk City of Palo Alto Post Office Box 10250 Palo Alto, CA 94303 With a copy to the Purchasing Manager. To CONSULTANT: Attention of the project director at the address of CONSULTANT recited above SECTION 22. CONFLICT OF INTEREST 22.1. In accepting this Agreement, CONSULTANT covenants that it presently has no interest, and will not acquire any interest, direct or indirect, financial or otherwise, which would conflict in any manner or degree with the performance of the Services. 22.2.CONSULTANT further covenants that, in the performance of this Agreement, it will not employ subconsultants,contractors or persons having such an interest. CONSULTANT certifies that no person who has or will have any financial interest under this Agreement is an officer or employee of CITY; this provision will be interpreted in accordance with the applicable provisions of the Palo Alto Municipal Code and the Government Code of the State of California. 22.3.If the Project Manager determines that CONSULTANT is a "Consultant" as that term is defined by the Regulations of the Fair Political Practices Commission, CONSULTANT shall be required and agrees to file the appropriate financial disclosure documents required by the Palo Alto Municipal Code and the Political Reform Act. SECTION 23. NONDISCRIMINATION. As set forth in Palo Alto Municipal Code section 2.30.510, CONSULTANT agrees that in the performance of this Agreement, it shall not discriminate in the employment of any person because of the race, skin color, gender, age, religion, disability, national origin, ancestry, sexual orientation, housing status, marital status, familial status, weight or height of such person. CONSULTANT acknowledges 30 050310 that it has read and understands the provisions of Chapter 2.28 of the Palo Alto Municipal Code relating to Nondiscrimination Requirements and the penalties for violation thereof, and agrees to meet all requirements of Chapter 2.28 pertaining to nondiscrimination in employment, including completing the form furnished by CITY and set forth in Exhibit "E". SECTION 24.MISCELLANEOUS PROVISIONS. 24.1. This Agreement will be governed by the laws of the State of California. 24.2. In the event that an action is brought, the parties agree that trial of such action will be vested exclusively in the state courts of California or in the United States District Court for the Northern District of California in the County of Santa Clara, State of California. 24.3. The prevailing party in any action brought to enforce the provisions of this Agreement may recover its reasonable costs and attorneys’ fees expended in connection with that action. 24.4.This document represents the entire and integrated agreement between the parties and supersedes all prior negotiations, representations, and contracts, either written or oral. This document may be amended only by a written instrument, which is signed by the parties. 24.5.The covenants, terms, conditions and provisions of this Agreement will apply to, and will bind, the heirs, successors, executors, administrators,assignees, and CONSULTANTs, as the case may be, of the parties. 24.6.If a court of competent jurisdiction finds or rules that any provision of this Agreement or any amendment thereto is void or unenforceable, the unaffected provisions of this Agreement and any amendments thereto will remain in full force and effect. 24.7.All exhibits referred to in this Agreement and any addenda, appendices, attachments, and schedules to this Agreement which, from time to time, may be referred to in any duly executed amendment hereto are by such reference incorporated in this Agreement and will be deemed to be a part of this Agreement. 24.8.This Agreement is subject to the fiscal provisions of the Charter of the City of Palo Alto and the Palo Alto Municipal Code. This Agreement will terminate without any 31 o5o3~o penalty (a) at the end of any fiscal year in the event that funds are not appropriated for the following fiscal year, or (b) at any time within a fiscal year in the event that funds are only appropriated for a portion of the fiscal year and funds for this Agreement are no longer available. This Section 24.8 shall take precedence in the event of a conflict with any other covenant, term, condition, or provision of this Agreement. 32 050310 IN WITNESS WHEREOF, the parties hereto have by their duly authorized representatives executed this Agreement on the date first above written. APPROVED AS TO FORM:CITY OF PALO ALTO Senior Asst. City Attorney APPROVED: Director of Administrative Services Assistant City Manager [CONSULTANT FIRM] By: Name: Title: (If corporation: President or Vice-President By: Name : Title: (If corporation: Secretary or Treasurer) Taxpayer Identification No. Attachments: EXHIBIT "A": EXHIBIT "B": EXHIBIT "C": EXHIBIT "D" EXHIBIT "E": (Compliance with Corp. Code § 313 is required if the entity on whose behalf this contract is signed is a corporation. In the alternative, a certified corporate resolution attesting to the signatory authority of the individuals signing in their respective capacities is acceptable) SCOPE OF WORK SCHEDULE OF PERFORMANCE COMPENSATION INSURANCE NONDISCRIMINATION COMPLIANCE FORM 050310 EXHIBIT "B" SAMPLE ONLY SCHEDULE OF PERFORMANCE CONSULTANT shall perform the Services so as to complete each milestone within the number of days specified below. The number of days to complete each milestone may be increased or decreased by mutual written agreement of the project managers for CONSULTANT and CITY [IF THERE IS A FIRM TERMINATION DATE IN SECTION 2 OF THE AGREEMENT ADD: "so long as all work is completed within the term of the Agreement"]. CONSULTANT shall provide a detailed schedule of work consistent with the schedule below within 10 days of receipt of the notice to proceed. Milestones Completion Number of Days From NTP 1.~ days 2.~ days 3.~ days 4.__ days 5.__ days 6.__ days 7.__ days 8.__ days 9.~ days 10.__ days 34 o~o3~o (Version 1 - use for task based compensation) S2~v~ T.~, ONT. Y EXHIBIT "C" COMPENSATION The CITY agrees to compensate the CONSULTANT for professional services performed in accordance with the terms and conditions of this Agreement, and as set forth in the budget schedule below. Compensation shall be calculated based on the hourly rate schedule attached as exhibit C-1, if applicable, up to the not to exceed budget amount for each task set forth below. The compensation to be paid to CONSULTANT under this Agreement for all services described in Exhibit "A" ("Basic Services") and reimbursable expenses shall not exceed $ CONSULTANT agrees to complete all Basic Services, including reimbursable expenses, within this amount. In the event CITY authorizes any Additional Services, the maximum compensation shall not exceed $~ Any work performed or expenses incurred for which payment would result in a total exceeding the maximum amount of compensation set forth herein shall be at no cost to the CITY. CONSULTANT shall perform the tasks and categories of work as outlined and budgeted below. The CITY’s may approve in writing the transfer of budget amounts between any of the tasks or categories listed below provided the total compensation for Basic Services, including reimbursable expenses, does not exceed $and the total compensation for Additional Services does not exceed $ BUDGET SCHEDULE NOT TO EXCEED AMOUNT Task 1 $ () Task 2 $ () Task 3 $ () Task 4 $ () Task 5 $ ( 35 0503]0 Sub-total Basic Services Rei m bursa ble Expenses Total Basic Services and Reimbursable expenses $ Additional Services (Not to Exceed) Maximum Total Compensation $ REIMBURSABLE EXPENSES CITY shall reimburse CONSULTANT for reimbursable expenses including, postage, mileage and other miscellaneous costs, at cost plus 10%. All requests for payment of expenses shall be accompanied by appropriate backup information. Any expense anticipated to be more than $.00 shall be approved in advance by the CITY’s project manager. ADDITIONAL SERVICES The CONSULTANT shall provide additional services only by advanced, written authorization from the CITY. The CONSULTANT, at the CITY’s project manager’s request, shall submit a detailed written proposal including a description of the scope of services, schedule, level of effort, and CONSULTANT’s proposed maximum compensation, including reimbursable expense, for such services based on the rates set forth in Exhibit C-1. The additional services scope, schedule and maximum compensation shall be negotiated and agreed to in writing by the CITY’s and CONSULTANT prior to commencement of the services. Payment for additional services is subject to all requirements and restrictions in this Agreement Work required because the following conditions are not satisfied or are exceeded shall be considered as additional services: [LIST CONSULTANT’S ASSUMPTIONS WHICH IF EXCEEDED WILL BE CONSIDERED AS ADDITIONAL SERVICES- IE 10 MEETINGS, 3 SUBMITTALS ETC] 36 o5o3~o Project Name Client ATTACHMENT E SAMPLE TABLE FORMAT QUALIFICATIONS OF FIRM RELATIVE TO CITY’S NEEDS Description of work Total Project Cost Percentage of work Period work was performed firm as responsible completed for Client contact information* Did your firm meet the project schedule (Circle one) ¯ Yes No Give a brief statement of the firm’s adherence to the schedule and budget for the project: Did your firm meet the project schedule (Circle one) ¯ Yes No Give a brief statement of the firm’s adherence to the schedule and budget for the project: Did your firm meet the project schedule (Circle one) ¯ Yes No Give a brief statement of the firm’s adherence to the schedule and budget for the project: Did your firm meet the project schedule (Circle one) ¯ Yes No Give a brief statement of the firm’s adherence to the schedule and budget for the project: *Include name, title and phone number. 37 o5o3~o ATTACHMENT G INSURANCE REQUIREMENTS CONTRACTORS TO THE CITY OF PALO ALTO (CITY), AT THEIR SOLE EXPENSE, SHALL FOR THE TERM OF THE CONTRACT OBTAIN AND MA1NTA1N INSURANCE IN THE AMOUNTS FOR THE COVERAGE SPECIFIED BELOW, AFFORDED BY COMPANIES WITH A BEST’S KEY RATING OF A-:VII, OR HIGHER, LICENSED TO TRANSACT INSURANCE BUSINESS IN THE STATE OF CALIFORNIA. AWARD IS CONTINGENT ON COMPLIANCE WITH CITY’S INSURANCE REQUIREMENTS, AS SPECIFIED, BELOW: REQUIRED YES YES YES YES YES YES TYPE OF COVERAGE MINIMUM LIMITS EACH OCCURRENCE AGGREGATE WORKER’S COMPENSATION AUTOMOBILE LIABILITY COMPREHENSIVE GENERAL LIABILITY, INCLUDING PERSONAL INJURY, BROAD FORM PROPERTY DAMAGE BLANKET CONTRACTUAL, AND FIRE LEGAL LIABILITY COMPREHENSIVE AUTOMOBILE LIABILITY, INCLUDING, OWNED, HIRED, NON-OWNED REQUIREMENT STATUTORY STATUTORY BODILY INJURY PROPERTY DAMAGE BODILY INJURY & PROPERTY DAMAGE COMBINED, BODILY INJURY EACH PERSON EACH OCCURRENCE PROPERTY DAMAGE BODILY INJURY AND PROPERTY DAMAGE, COMBINED ALL DAMAGES PROFESSIONAL LIABILITY, INCLUDING, ERRORS AND OMISSIONS, MALPRACTICE (WHEN APPLICABLE), AND NEGLIGENT PERFORMANCE $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,00~000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $I,000,000 $I,000,000 THE CITY OF PALO ALTO IS TO BE NAMED AS AN ADDITIONAL INSURED: PROPOSER, AT ITS SOLE COST AND EXPENSE, SHALL OBTAIN AND MAINTAIN, IN FULL FORCE AND EFFECT THROUGHOUT THE ENTIRE TERM OF ANY RESULTANT AGREEMENT, THE INSURANCE COVERAGE HEREIN DESCRIBED, INSURING NOT ONLY PROPOSER AND ITS SUBCONSULTANS, IF ANY, BUT ALSO, WITH THE EXCEPTION OF WORKERS’ COMPENSATION, EMPLOYER’S LIABILITY AND PROFESSIONAL INSURANCE, NAMING AS ADDITIONAL INSURES CITY, ITS COUNCIL MEMBERS, OFFICERS, AGENTS, AND EMPLOYEES. II. INSURANCE COVERAGE MUST INCLUDE: A.A PROVISION FOR A WRITTEN THIRTY DAY ADVANCE NOTICE TO CITY OF CHANGE IN COVERAGE OR OF COVERAGE CANCELLATION; AND B.A CONTRACTUAL LIABILITY ENDORSEMENT PROVIDING INSURANCE COVERAGE FOR CONTRACTOR’S AGREEMENT TO INDEMNIFY CITY - SEE SECTION 18, SAMPLE AGREEMENT FOR SERVICES. SUBMIT CERTIFICATE(S) OF INSURANCE EVIDENCING REQUIRED COVERAGE, OR COMPLETE THIS SECTION AND IV THROUGH V, BELOW. A.NAME AND ADDRESS OF COMPANY AFFORDING COVERAGE (NOT AGENT OR BROKER): B.NAME, ADDRESS, AND PHONE NUMBER OF YOUR INSURANCE AGENT/BROKER: 38 050310 C.POLICY NUMBER(S): D.DEDUCTIBLE AMOUNT(S) (DEDUCTIBLE AMOUNTS IN EXCESS OF $5,000 REQUIRE CITY’S PRIOR APPROVAL): III. IV. AWARD IS CONTINGENT ON COMPLIANCE WITH CITY’S INSURANCE REQUIREMENTS, AND PROPOSER’S SUBMITTAL OF CERTIFICATES OF INSURANCE EVIDENCING COMPLIANCE WITH THE REQUIREMENTS SPECIFIED HEREIN. ENDORSEMENT PROVISIONS, WITH RESPECT TO THE INSURANCE AFFORDED TO "ADDITIONAL INSURES" A.PRIMARY COVERAGE WITH RESPECT TO CLAIMS ARISING OUT OF THE OPERATIONS OF THE NAMED INSURED, INSURANCE AS AFFORDED BY THIS POLICY IS PRIMARY AND IS NOT ADDITIONAL TO OR CONTRIBUTING WITH ANY OTHER INSURANCE CARRIED BY OR FOR THE BENEFIT OF THE ADDITIONAL INSURES. B.CROSS LIABILITY THE NAMING OF MORE THAN ONE PERSON, FIRM, OR CORPORATION AS INSURES UNDER THE POLICY SHALL NOT, FOR THAT REASON ALONE, EXTINGUISH ANY RIGHTS OF THE INSURED AGAINST ANOTHER, BUT THIS ENDORSEMENT, AND THE NAMING OF MULTIPLE INSUREDS, SHALL NOT INCREASE THE TOTAL LIABILITY OF THE COMPANY UNDER THIS POLICY. C.NOTICE OF CANCELLATION IF THE POLICY tS CANCELED BEFORE ITS EXPIRATION DATE FOR ANY REASON OTHER THAN THE NON-PAYMENT OF PREMIUM, THE ISSUING COMPANY SHALL PROVIDE CITY AT LEAST A THIRTY (30) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION. IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR THE NON-PAYMENT OF PREMIUM, THE ISSUING COMPANY SHALL PROVIDE CITY AT LEAST A TEN (I0) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION. PROPOSER CERTIFIES THAT PROPOSER’S INSURANCE COVERAGE MEETS THE ABOVE REQUIREMENTS: THE INFORMATION HEREIN IS CERTIFIED CORRECT BY SIGNATURE(S) BELOW. SIGNATURE(S) MUST BE SAME SIGNATURE(S) AS APPEAR(S) ON SECTION II, ATTACHMENT A, PROPOSER’S INFORMATION FORM. Firm: Signature: NalTte: (Print or type name) (Print or type name) Signature: Name: NOTICES SHALL BE MAILED TO: PURCHASING AND CONTRACT ADMINISTRATION CITY OF PALO ALTO P.O. BOX 10250 PALO ALTO, CA 94303. 39 050310 ATTACHMENT H VENDOR EXPERIENCE CHECK LIST Please check offthe items with which your finn has had experience, and describe that experience. Mark with below Type of Experience Engineering services delivery Regulatory and legal requirement fulfillment Procurement Operation and Maintenance Business Plan Development Financing Plan Devt and Implementation Personnel Training Resource Planning Customer Service Customer Billing Other: Municipal govt. context? (Mark Y/~ 40 050310 ATTACHMENT 2 City of Palo Alto City Manager’s Report TO: FROM: HONORABLE CITY COUNCIL CITY MANAGER 8 DEPARTMENT: ADMINISTRATIVE SERVICES DATE:JANUARY 17, 2006 CMR: 111:06 SUBJECT:REQUEST FOR COUNCIL DIRECTION ON LEGAL, FINANCIAL, OPERATIONAL, AND OTHER ISSUES REGARDINGISSUANCE OF A FIBER TO THE HOME REQUEST FOR PROPOSALS RECOMMENDATION Staff requests that the Council, given its review of the discussion of the legal, financial, operational, policy, and other issues outlined below, provide direction on: 1.Whether to proceed with a Request for Proposal (RFP) for Fiber to the Home or other high-speed broadband services for the City of Palo Alto 2.What level of risk to the General Fund--in a range estimated to run from $0.4 millior~ to over $16 million--would be acceptable within such a proposal 3. Whether or not Council is willing to entertain proposals using wireless technology which is gaining increased attention by municipalities seeking universal connectivity 4. Which business model or relationship with a provider (Model 1 or 2) Council prefers BACKGROUND At the October 24, 2005 Council meeting, staff presented to Council a report regarding the legal, financial, operational, and other issues involved in issuing such a Request for Proposals (RFP). At the start of that meeting, however, four Council Members recused themselves from the discussion due to potential conflicts of interest. The City Attorney then clarified that to approve a contract arising from an RFP, five votes--a unanimous vote of the remaining five Council members--would be necessary to see the RFP process to completion. Since Council members were not certain that all five would unanimously support such a program, they did not want to direct staff to proceed with an effort that Council could not see through to completion. Therefore, they agreed to postpone discussion of the staff report until the new Council is seated in January, 2006. The October 24 staff report (398:05) (Attachment A) describes the chronology of the FTTH effort in Palo Alto; the legal, financial, and operational implications of proceeding with the RFP; and policy issues for discussion by Council. CMR: 111:06 Page 1 of 3 As updates to the October 24, 2005 staff report, please see the following revised sections: Legal Issues, Wireless System Option, and Resource Impact. In addition, please refer to Attachments B and C which summarize, respectively, the wireless efforts of cities throughout the country, and Fiber to the Home projects of other cities in California. Legal Issues The City Attorney’s Office has reviewed all legal points previously presented to the City Council. While significant legal issues remain, none constitute "showstoppers". The City may proceed with the RFP and examine all of the legal concerns previously outlined, and we believe that all of those legal matters can be addressed in order to allow the project to proceed. In addition, a new review of the outside counsel and internal city attorney resources needed for the present proposal has allowed us to reduce the potential cost estimate for legal review and preparation of the RFP. Wireless System Option The October 24, 2005 staff report requests Council clarification of its intention with regard to wireless technology with transmission speeds of le~.s than 100 Mbps (see pages 8-9). In addition to the discussion there, staff would like to add the following: A precedent has been set in Philadelphia and is under consideration in San Francisco in which the vendor builds the system at no cost to the City. In addition, smaller cities such as.Mountain View, Sunnyvale, Milpitas, Cupertino and Santa Clara have authorized citywide, low- or no-cost WiFi service. In December 2005, Sunnyvale selected MetroFi--the vendor serving Santa Clara and Cupertino--to establish a free, citywide, wireless service. Residents will receive free access in exchange for accepting a half-inch advertising strip at the top of their Web browser at~all times. Residents in Santa Clara and Cupertino currently pay $19.95/month for the service (without ads), but following the Sunnyvale implementation, MetroFi will offer these cities the free-with-ads service option as well. The speed on all three cities’ networks is 1 megabit per second for downloads and 256 kilobits per second for up!oads--comparable to typical DSL speeds. Tropos Networks implemented a 5-square-mile mesh network in Milpitas that gives police officers, firefighters, and building inspectors, among others, access to data speeds up to five megabytes per second. The network went live in summer 2004. In November 2005, Mountain View approved Google’s offer to build a free WiFi network across the city. Google claimed it would take just two months to build out the network, at no cost to the city. According to the November 15, 2005 staff report, "The City potentially could receive an annual payment of approximately $12,600 [adjusted annually for increases in the Consumer Price Index (CPI)] for the placement of Google equipment on City-owned light poles. All installation and maintenance costs will be borne by Google, and utility costs will be paid by the City and fully reimbursed by Google, which is estimated to be $3,000 to $4,000 per year." (Attachment B: Municipal Wireless Efforts across the United States summarizes these efforts.) Staff recommends that Council leave open the possibility of wireless technology to provide universal internet access and connectivity at relatively low cost. Recognizing the current limitations of wireless versus fiber (e.g., bandwidth, security issues), it is important to note that a wireless network build-out for the 15-18 square miles east of Highway 280 could be achieved for $3 million. This estimate is based on the per-square mile costs of comparable projects around CMR: 111:06 Page 2 of 3 the country, and assumes that the dark fiber infrastructure could be used as a backhaul for the wireless network. RESOURCE IMPACT Resources expended on proceeding with the RFP would include staff time and outside legal costs. Please note that any incremental legal or other non-staff outlays would require a new appropriation in theGeneral Fund 05-06 and Enterprise Fund budget. Staff estimates that approximately 580 hours of ASD and Utilities staff time, at an estimated cost of $41,000, would be expended to develop and issue the RFP, review responses to the RFP, and select the most responsible bidder. In addition, an estimated 360 hours of City Attorney staff and outside counsel time would be expended, at an estimated cost of $75,000 to $t00,000. If the RFP issuance spurs a legal challenge, those additional costs are estimated at $250,000 to $750,000 or more if the challenge becomes protracted. POLICY IMPLICATIONS Policy implications of this report are discussed aboye. ENVIRONMENTAL REVIEW The actions requested in this report do not constitute a project for the purposes of the California Environmental Quality Act. PREPARED BY: Joe Saccio, Deputy Director, Administrative Services Nancy Nagel, Senior Financial Analyst, Administrative Services Blake Heitzman, Manager, Utility Telecommunications Grant Kolling, Senior Assistant City Attorney DEPARTMENT HEAD APPROVAL: ~-~...=._ ~)~r~cR~orY, EA~J~ ~7’i*’minig~ative ~ e’rvice s CIT "Y MANAGER APPROVAL: ~’~. ~’~ ~O~,’d-.-~J sl an i IvS2a g er ATTACHMENTS Attachment A: CMR: 398:05: "Request for Council Direction on Legal, Financial, Operational, and Other Issues Regarding issuance of a Fiber to the Home Request for Proposals" Attachment B: Municipal Wireless Efforts Across the United States Attachment C: Cities in California With Optical Fiber Networks CMR: 111:06 Page 3 of 3 ATTACHMENT A City of PaSo Al to City Manager’s Report TO: FROM: HONORABLE CITY COUNCIL CITY MANAGER 10 DEPARTMENT: ADMINISTRATIVE SERVICES DATE: SUBJECT: OCTOBER 24, 2005 CMR: 398:05 REQUEST FOR COUNCIL DIRECTION ON LEGAL, FINANCIAL, OPERATIONAL, AND OTHER ISSUES REGARDING ISSUANCE OF A FIBER TO THE HOME REQUEST .FOR PROPOSALS RECOMMENDATION Staff requests that the Council, given its review of the discussion of the legal, financial, operational, policy, and other issues outlined below, provide direction on: 1.Whether to proceed with a Request_for Proposal (RFP). 2.What level of risk to the General Fund--in a range estimated to run from $0.4 million to over $16 million--would be acceptable. 3.Whether or not Council is willing to entertain proposals using wireless technology. 4.What business model or relationship with a provider (Model 1 or 2) is preferred by Council. BACKGROUND At its July 25, 2005 meeting, Council passed two motions. The first motion was to terminate the current FTTH trial. This motion passed on a 6-0 vote. The second motion, which passed on a 5-1 vote, requested that staff report back to Council on: "Legal and financial issues regarding the issuance of [an] RFP that solicits the construction and operation of a minimum 100 megabit per second [Mbps] citywide infrastructure providing access and service to all residents and businesses by one or more service providers." Furthermore, this "ultra-high broadband" service would provide "data, video, and telephony services with the physical infrastructure owned by the City and limited capital risk exposure to the City." Prior to passing this motion, Council discussed a Colleagues Memorandum (Memo) on a "Revised Approach for Fiber to the Home" (July 21, 2005). In addition to requesting clarification of critical FTTH issues raised in prior staff reports, the Memo requested issuing an RFP that envisions "some type of.public/private partnership structure [that] could meet all requirements of the City." The "requirements" are succinctly stated in Council’s motion. CMR: 398:05 Page 1 of 11 The Memo also raised an issue that is somewhat at odds with the final motion passed by Council. This issue, which requires discussion and resolution before an RFP can be drafted, is presented in the Discussion section below. The Memo also alludes to the history of the City’s FTTH effort. To provide a broader context for public input and Council discussion, a brief history of that effort ensues. The City first embarked upon its exploration of a Fiber to the Home (FTTH) project in 1999, when it issued an RFP for high-speed Universal Telecommunications Services. When the RFP period closed on January 18, 2000, five responses had been received. The responses were then reviewed by a broad cross-departmental team, and three were rejected as non-responsive. The remaining two bidders were interviewed: one was rejected base upon his responses to the questions, and the final bidder withdrew his proposal before an award could be made. Later that year, on November 13, Council approved and agreed to fund a FTTH trial for one year. The purpose of the trial was to test the concept of a fiber business in Palo Alto by offering the service to 66 homes in the Community Center neighborhood for one year. Council authorized $680,000 for the build-out needed for the trial, and in May, 2001, construction began. Service to trial participants began in October, 200!. Once the trial got underway, the Utilities Department formed an FTTH team to advise staff and review data and plans regarding the project. The trial proved successful, in that participants were very happy with the service. However, when initial investment and overhead expenditures were included in the calculation, it was not profitable for the City. In May, 2002, Uptown Services was hired to complete a business Case study to determine whether a full-scale FTTH business would be viable for the City. In September, 2002, the business case was completed, and staff recommended to the UAC and to Council that it fund the development of a business plan and authorize the continuation of the fiber trial for one more year. Council agreed to both recommendations. In August, 2003, Uptown Services completed the business plan, including twenty-year pro forma financial statements, monthly budgets, and sales, marketing, and operational plans for building out, launching and operating the fiber business. In its business plan, Uptown demonstrated that a FTTH utility could be economically viable over the 20-year construction bond period, assuming the Electric Fund would issue revenue bonds to fund the fiber build- out. In March 2004, after some discussions between the UAC, Council and staff regarding revisions to the business plan, the final version of the business plan was presented to Council. In the following weeks, additional legal analysis showed that in fact, the Electric Utility could not (continue to) fund the FTTH project. Therefore, no Electric or other Enterprise utility revenue bonds could be issued, and financing costs would be greater than those assumed in the business plan. In April. and May 2004, staff presented revised financing options to the UAC and to the Council reflecting the additional legal information. Staff recommended against issuing Utility revenue bonds, General Fund Certificates of Participation, or an Enterprise Tax backed by a CMR: 398:05 Page 2 of 11 special tax. The only legally and politically feasible options seemed to be Assessment Districts or finding a private investor. The fdrmer option seemed prohibitive given the slow pace of implementation and the potential for property owners having to pay the assessment fee even when they do not benefit from the service. The latter option seemed too expensive, adding between $2 and $15 million in estimated interest costs over the first five years. In addition, this opt!on yvould not provide all the capital necessary for the project build-out, since the project could not support the debt service on the full $32 million required for the complete build-out. Moreover, no funding source for ongoing operational costs, estimated at $8 to $10 million, had been identified. The UAC urged staff to explore alternative financing options and to monitor progress in other jurisdictions while continuing the fiber trial. The Council amended this recommendation and asked staff to monitor other jurisdictions only and to continue the trial for one more year. In July 2005, staff reported back to Council on progress in other California jurisdictions. Based on the uneven and sometimes turbulent progress of other California municipal efforts, staff recommended ceasing work on the FTTH program, and therefore discontinuing the trial. On July 25, 2005 Council approved the discontinuation of the trial, but requested that staff report back on "legal and financial issues" to lay the groundwork for issuing an RFP for a private-sector partner to construct and operate a 100 Mbps or comparable high-speed broadband service. The following discussion outlines the .lega!, financial, operational and other issues and questions for Council consideration. DISCUSSION The City’s Risk Oversight Committee, which consists of the Assistant City Manager and ~he Directors of the Administrative Services and Utilities Departments with advice from the City Attorney’s Office, took the lead in responding to the issues raised in Council’s FTTH motion of July 25, 2005. The issues must be viewed in the dynamic context of existing and proposed laws and regulations, current and emerging techno!ogies, existing City fiber infrastructure and business initiatives, private sector telecommunication investments and interests in the City, and the demands from the community for a new public service. Tdward this end, staff has outlined the central issues that must be addressed if the City is to take the first steps in making broadband services available to the community. Legal Issues In deciding whether to move forward with an RFP, Council should be aware of the following legal issues: Federal and State regulatory uncertainties. The deployment of broadband nationwide and statewide has spawned, among other things, legislation that potentially could injure (or aid) local governments bent on advancing broadband services in their communities. Collectively, they have compelled local governments to very carefully consider the pros and cons of proceeding with plans to build high-speed broadband systems and offer broadband services. The large telephone companies have been actively supporting recent federal legislation. At one end of the spectrum is S. 1504 (Ensign), which attempts to rewrite CMR: 398:05 Page 3 of 11 the 1996 Telecommunications Act. The Ensign bill would, among other things, eliminate local cable franchising authority and preempt existing cable franchises, except to the extent consistent with this bill, local authorities would be prohibited from enforcing cable customer service standards, and cities and municipal utilities would be prohibited from offering communications services without giving the private sector a right of first refusal to offer these services. Other telephone company-supported legislation include the nationwide franchising legislation [H.R. 3146 (Blackburn/Wynn) and S. 1349 (Rockefeller/Smith)], which effectively would permit the telephone companies to provide video services over their networks without obtaining loca! cable franchises. H.R. 2726 (Sessions) would prohibit cities and municipal utilities from providing telecommunications, cable and information services where the private sector is offering substantially similar services. But, it does grandfather existing municipal telecomm systems. In contrast, S. 1294 (Lautenberg/McCain) protects the right of cities to provide broadband service, but .cities would be required to apply regulations to the private sector’s broadband service in a manner that does not discriminate in favor of the cities’ broadband service. Qpen and Closed Provider Networks. The City authorized the construction of the dark fiber backbone in 1996 on an "open service provider network" basis. The purpose of the backbone was to accelerate the dep!oyment of high-speed broadband services to the City’s residents through third party providers. So far, the City’s licensee base consists primarily of internet service providers. The continued vitality of this business model could be challenged in light of recent legal and regulatory developments which characterize broadband services as "information services" free from state and local regulation. The future trend suggests the FCC favors "closed network" systems as a policy matter; the large telephone companies and the cable companies ~ay provide information services and pretty much limit who can gain access to their networks. How effectively an °°open" system could compete head-to-head with the "closed" networks of Comcast and SBC is not clear. The current thinking of broadband business experts is that advertising dollars will fund the content offerings that are made available primarily on closed networks owned and operated by the large industry participants, the cable companies and the regional Bell Operating Companies, for example, SBC and Verizon. Their unique offerings in video, data and voice are projected to attract more customers, leaving a smaller customer base to the industry participants that don’t own their own facilities but nevertheless need access to them. The facilities available to them over the long term will be the open systems. Cable franchise requirements. Under federal, California and local laws and the City’s cable franchise agreement, any entity offering residents of Palo Alto multi-chalmel video services over wire-line facilities located in the public right-of-way must obtain a cable television franchise on terms and conditions comparable to those imposed upon the incumbent cable franchisee, Comcast. It should be noted that Comcast has CMR: 398:05 Page 4 of ll publicly stated the City cannot properly act as both cable regulator and a cable competitor under applicable laws. Comcast might test the validity of its legal position by challenging the City’s right to embark upon the Project. Voter approval. If the purpose of the 100 Mbps or comparable high-speed broadband project (!~Pro~iect") is to deploy broadband communications facilities on a citywide basis and render broadband service as indispensable as water service and electric service, then any Project infrastructure base charge levied on all of the City’s utilities customers could be construed as a property-related fee and thus would require voter approval, either a majority vote of property owners affected, if the charge is considered a special assessment, or a two-thirds vote of the electorate, if the charge is considered a special tax. In contrast, service and installation charges levied only on those to whom the Project’s broadband service is made available would not present an issue for voter approval, if those charges are levied on those requesting and using the broadband service, the charge does not exceed the reasonable cost of providing the service, and the charge is collected by means of a utility bill, no.t on the property tax roll. Establishment of a Broadband Utility. The City’s dark fiber backbone and the FTTH trial project have been funded by the Telecommunications Subfund of the Electric Utility as incidents of electric utility operations. The continuation of this approach might well be questioned, because the characteristics of electric service and broadband service are separate and distinct. The propriety of using Electric Utility revenues to defray non-electric high-speed broadband services is an issue that could be resolved simply by establishing a new and separate Broadband Utility. Implicit in the establishment of the Broadband Utility is an obligation to repay to the Electric Utility the monies it loaned the Telecommunications Subfund to defray the dark fiber backbone and the FTTH trial capital expenditures. The Electric Fund has invested $2.5 million in the dark fiber operation. The princit~a! plus a reasonable rate of interest should be paid upon the establishment of the Project. Finally, it is also implicit that interfund loans and subsidies by the other Enterprise Funds to the Broadband Utility could garner close scrutiny from those who believe Proposition 218 would apply to such funding mechanisms. The City must stand .ready, willing and able to fund any revenue shortfalls and excess expenses with the General Fund. o Amendment of City Charter. The Charter only allows the Council to appoint an independent board for cable television matters, including matters relating to the selection of content, but not communications matters. Federal law prohibits the Counci!, as the franchising authority, from exercising control over cable television content. If the Project under either a public-private partnership model (see Model 1 below) or a private operator overbuild model (see Model 2 below) would effectively require the integration of the operational decision-making process and the selection of CMR: 398:05 Page 5 of 11 content, then the Charter should be amended to establish an independent board or commission to deal with communications matters. Management of existing dark fiber a~reements. The City has embarked on an active dark fiber backbone licensing program. There are in excess of 30 dark fiber license agreements, and the rights of the licenses must be respected and honored if the management and control of the backbone will be delegated to the private operator. The City might be required to assign the license agreements if this is the arrangement with the private operator. Alternatively, sufficient capacity to satisfy the requirements of the City’s current dark fiber licensees would have to be excluded from the portion of the backbone capacity over which the private operator was given management or control. Amendments of the Palo Alto Municipal Code. If the City establishes a Broadband Utility or Telecommunications Utility to effectuate the Project, then appropriate amendments to several sections of the Municipal Code will be required. The Director of Utilities or other department level manager must be authorized by Section 2.08.200 to provide broadband service to the community. To the extent authority to charge assessments against real property for the construction of the Project will be sought, Section 13.12.040 must be amended to provide that a broadband [fiber optic network] facility is an improvement that may be constructed and for which assessments may be charged. Finally, if these assessments are used to secure revenue bonds used to pay for the Project’s construction costs, then Section 12.28.010(b) must be amended to authorize the City to construct and operate a broadband [fiber optic network] uti!.ity system as an "enterprise." City biddin~ laws. If the City will own any part of the Project to be constructed under Model 1 or Model 2, then the successful bidder must be required to comply with the City’s bidding requirements for a public works project. This means that, at a minimum, the successful bidder must competitively select the construction contractor for the Project. 10.California labor laws. If the City will delegate to the successful bidder the effective management and control of the City’s dark fiber backbone operations, then the City must first comply with the °~meetoand-confer" requirements of State law if such delegation would result in a change in terms of employment. 11.Regulatory permits and authorizations. If traditional telephone service will be offered as part of the Project services, then all appropriate regulatory approvals must be obtained. The California Public Utilities Commission regulates telephone corporations in the provision of POTS [plain old telephone service], and a certificate of public convenience and necessity must be obtained. It is more 1.ikely that the Project will facilitate the provision of voice over internet protocol (VoIP), and consequently neither federal nor state regulatory approvals would be required. A system providing VoIP would, however, be subject to federal and state law requirements relating to 911 and E911 capability, and to the federal Communications Assistance for Law Enforcement Act, which would require the system to be designed CMR: 398:05 Page 6 of 11 to be capable of eavesdropping and tapping on request of federal, state or local law enforcement authorities. Financial and Operational Issues As Council considers whether to direct staff to proceed with issuing an RFP for the build-out and operation of a broadband service to Palo Alto residents, it should consider a number of financial and opdrational issues. Financial Risk. Moving forward with an FTTH project will increase financial risk to the General Fund. The premise of legal issue number 5 is that the Electric and other Enterprise funds are separate entities that cannot fund a future telecommunications effort. Any and all financial support and risk on the City’s part would therefore default to the General Fund. The City faces real and potential legal costs in moving forward with the project. These include outside counsel fees of between $75,000 to $150,000 for advisory work as well as legal challenges by Comcast, SBC or a disappointed bidder that could cost the City an estimated $250,000 to $750,000. A protracted legal battle would cost signifi.eantly more. It is likely that in a public-private partnership (see Model 1 below), the City will be asked to pledge an asset or share in the capital improvement costs. Based upon estimated capital improvement costs of $32 million for a fiber optic Project.build-out, a partner may request additional City investment. What share of the capital improvement costs is the City willing to bea~- and what sources of funding will the City utilize? A 5 to 50 percent share of capital improvement costs ranges from $1.6 to $16 million. These amounts represent 7.6 and 75.8 percent, respectively, of the City’s projected General Fund Budget Stabilization Reserve for FY 2005-06. It is important to note that this discussion assumes that the partner will bear the costs of operating and maintaining an FTTH system. The costs of an FTTH program should be weighed in the context of other General Fund revenue and expense challenges as outlined in the City;s Long Range Financial Plan. These include, for example: existing infrastructure requirements, major new facility needs, rising employee benefit costs and retiree medical liabilities. Moreover, the City faces a variety of challenges on the revenue side with key sales tax sources threatening to leave, stiff competition in the retail and hotel sectors, and a changing regulatory and technological environment that may endanger existing revenue sources such as franchise fees and the telephone utility users tax. o Staffin~ Priorities and Costs. Issuing an FTTH RFP will require a substantial reallocation of current staff efforts and priorities by the City Manager’s and Attorney’s offices as well as the Administrative Services and Utilities departments. Major initiatives underway include, foi" example, Golf Course realignment, building a new police building, locating an auto row at the MSC and relocating City utility and public works functions, airport discussions with the county, economic development activities, and efforts to find new sources of revenue such as a Business License Tax. One or more of these assignments would need to be delayed, and staff would look to Counci! for reprioritization. CMR: 398:05 Page 7 of 11 Another "cost" of conducting an FTTH RFP process would come from the redirected efforts of Telecommunications staff who are currently working on generating additional business from the dark fiber ring. Staff estimates, based on current initiatives, that it could procure an additional $0.54 million in revenue (See Resource Impact Sectio.n for a more complete discussion). Work on a new RFP would place these effo~s at risk. Depending upon the eventual relationship with a provider, the City may need additional staff for customer service, construction monitoring, maintenance and other functions resulting from the broadband project. Based on the ~level playing field" conc.ept addressed in the Legal Issues section number 3, the City may need to hire an additional staff person to administer miscellaneous contracts and franchise agreements with the incumbent franchisee as well as with a new cable provider. As mentioned, these costs would be borne by the General Fund. Specific cost estimates of the required staffing may be found in the table in the "Two Models" section below. Operational Risk. The Utilities Department must maintain control over the dark fiber ring. Critical system relaying functions for the electric system, such as remote system controls for all the utilities and the City’s LAN, use the current dark fiber ring. Utilities staff does not recommend allowing third parties access to key splice points for the connection and management of the fiber system. Therefore, a potential bidder may need to overbuild the system or lease lines from from the City as represented by the Department of Utilities. In addition, if the private partner opted to place facilities in the Electric Utility’s pole space, utilities staff would have to monitor and insp~ct completed construction to ensure compliance with General Order 95 adopted by the California Public Utilities Commission. A third-party operator would have to retain qualified line personnel to work in close proximity to energized electric conductors and equipment. Wireless System Option In comparing the Colleague Memorandum of July 21 to Council’s final motions, one issue arises that necessarily will require the Council’s clarification. The Memorandum states: The City "...would welcome proposals using one or more various technologies, including but not limited to optical fiber, copper, wire, wireless, or AC power lines." The approved Council motion and the Memorandum both appeared to set a minimum bandwidth requirement of 100 Mbps. Current mainstream wireless standards (IEEE standards 802.1 la/802.1 lg), however, establish a 54 Mbps bandwidth. This is well below the minimum cited in the Council’s motion. Is the Council willing to consider a citywide wireless system (WiFi and!or WiMax) proposal that is currently unable to offer at least 100 Mbps service but nevertheless meets the current industry standard for wireless transmission service? If so, it will have to clarify its second motion accordingly. Staff would like to note that dozens of cities around the country, most recently Philadelphia, Sacramento, and San Francisco, have moved towards establishing full-scale, citywide wireless CMR: 398:05 Page 8 of 11 systems. A precedent has been set in Philadelphia and is under consideration in San Francisco in which the vendor builds the system at no cost to the City. In light of these developments, wireless technology and the universal internet access it would provide at relatively low cost do seem worthy of consideration. Two Models There are, undoubtedly; a variety of possible business models or relationships for the broadband project, but given the issues outlined above, staff suggests the following two models as the most viable for structuring the RFP and the ensuing project: Model #1 - Project.is a public-private partnership between the City and a private operator. The City retains ownership of the dark fiber ring, but the operator licenses the City’s dark fiber ring, building out and owning any additional required infrastructure. Product offerings may include high-speed data and video services. If video services are offered, they would be offered by the operator. Otherwise, a new board selected but not directly overseen by the Council, must be formed. In either case, the private partner must obtain from the City a cable franchise on terms and conditions that are comparable to those in Comcast’s franchise. Model #2 - The Project is entirely built and owned by the operator. If the operator chooses to offer video services, it needs to apply for and receive a franchise from the City on terms and conditions that are comparable to those in Comcast’s franchise. The following table summarizes the implications of each model: Issue: What would the City contribute to the project? What would City own? Does project require voter approval? Additional staffing required? Other costs to City Model #1 Discounted Dark Fiber licensing fees, right-of-way to Utility poles. Possible other expenditures required by private partner Dark Fiber Ring Approval not necessarily required, but advisable YES. Utilities staff would have to inspect completed construction; additional customer service staff may be required. These costs are estimated at $50,000 to $200,000 per year, depending on the system design. Additional dark fiber maintenance and repair costs Model #2 Accelerated approval processes across City departments. Possible other expenditures required by privat~ partner Dark Fiber Ring, but no part of broadband-to-the- home infrastructure Approval not necessarily required, but advisable YES. Additional staff time would be needed to oversee and regulate 2 cable franchisees rather than one. These costs are estimated at $100,000 .per year, including staff costs and outside legal and technical expertise. Unspecified CMR: 398:05 Page 9 of 11 In conclusion, staff requests that Council discuss and provide direction on all of the issues identified in this discussion and the relationship it envisions with a private provider. RESOURCE IMPACT Resources expended on proceeding with the RFP would include staff time, outside legal costs, and foregone revenues for an enhanced Dark Fiber business initiative. Please note that any incremental legal or other non-staff outlays would require a new appropriation in the General Fund 05-06 budget. Staff Time and Outside Legal Costs Staff estimates that approximately 1,170 of staff and outside legal counsel hours, at a cost of $159,000-$234,000, would be expended to develop and issue the RFP, review responses to the RFP, and select the most responsible bidder. The estimated staff time breaks out as follows: Utilities: $39,000 Attorney’s Office (including outside counsel $180,000 ASD: $15,000 but not litigation costs): $105,000- If the RFP issuance spurs a legal challenge, those costs are estimated at $250,000 to $750,000, or more if the challenge becomes protracted. Lost Revenues The Telecomm Division is currently in the midst of overhauling the dark fiber business, including a new rates proposal, revising the standard contract, meeting an increasing customer project demand (therefore increasing sales), getting ready for a Phase 2 Business Plan which will target the best areas for business development, training a new staff person, and setting up an infrastructure database. If staff were asked to proceed with an RF.P, these activities would be delayed or would not receive adequate attention, possibly resulting in a decline in revenue. Staff estimates that the permanent revenue loss would be in the neighborhood of $540,000. POLICY IMPLICATIONS Policy implications of this report are discussed above. ENVIRONMENTAL REVIEW The actions requested in this report California Environmental Quality Act. do not constitute a project for the purposes of the PREPARED BY: Grant Kolling, Sr. Assistant Attorney, City Attorney’s Office Joe Saccio, Deputy Director, Administrative Services Nancy Nagel, Senior Financial Analyst, Administrative Services Blake Heitzman, Manager, Utility Telecommunications CMR: 398:05 Page 10 of 11 Director, AdJninistrative Services "~’~IL Y-’-~-ARRI S’0N Assistant City Manager CM-R: 398:05 Page 11 of 11 Attachment B MUNICIPAL WIRELESS EFFORTS ACROSS THE UNITED STATES City Anaheim, CA Atlanta. GA Austin, TX Cerritos, CA Cleveland, OH Corpus Christi, TX Cupertino Half Moon Bay Hermosa Beach, CA Houston, TX Las Vegas, NV Milpitas Vendor Earthlink Biltmore Communications No single vendor Aiirnet Wireless OneCleveland, a nonprofit corporation Tropos MetroFi Coastside Net LA. Unplugged Unknown yet MeshNetworks and Cheetah Wireless Tech Tropos Networks Status Selected Earthlink for a 20-year franchise agreement to build out citywide Wi-Fi network in October 2005. Will construct 2-sq-mi tria area, then complete city by Q4/06 In April/04, City approved plans to build citywide network within three years. Day passes and monthly subscriptions will be available. Austin ranked 3rd in nation in Intel poll, released in June, for greatest amt of wireless I nternet accessibility in the country. 100 ~laces offer free wireless Internet, compared to just more than 50 in Houston, Seattle, and SF. Austin Wireless City Project claims people using free Internet pumped $500K into businesses participating in the project. As of April, 2004, wireless networking available throughout city’s 8 sq mi and to all 52,000 residents, for $30/month. Vendor paid for and owns network. Citywide wireless network will be free of charge to users. iOneCleveland, the nonprofit coordinating the effort, has also used underground fiber-optic cable to build its own broadband network for government offices and nonprofits. Citywide progress has beer stalled pending the November ’05 mayoral election. Initial deployment of 18.5 sq mi for use by city-owned wate~ and gas utilities, public works depts and public safety agencies is complete. Build-out to entire city’s 147 sq mi was expected by March 2005. Wi-Fi available to 75% of households. $20/month for 1 Mbps including wireless modem, built-in security. Vendor spent $5 million on engineering, software, architecture - all useable in other cities. Implemented in May 2005. Since 2003, WiFi has blanketed 5 blks of downtown’s Main Street. Fee ranges from $3 per 15 mins. To $15 for 3 hours. Coastside uses FHP Wireless, a WiFi insfrastructure co. in San Mateo to hell: build it. Network uses Coastside’s wired’backbone for backhaul. In August, 2004, Phase 1 was launched, covering 35 percent of the City, centered around the Downtown, City Hall, and adjacent !neighborhoods. Full deployment was expected in spring of 2005. City paying for installation, and planned to run its own ISP, collecting the advertising revenue to offset expenditures. Resident~ will receive the service for free. City was looking for a company to build and pay for a wireless network. Expected cost: $100 million for entire 620-sq-mi Houstor area ($1 million for downtown only). Initial deployment planned for downtown area for traffic and public safety agencies, with speeds from 512 kb to 1.5 mbps. Once testing complete, plan as of August, 2004 was to expand to entire metro area. (Henderson, a suburb of Las Vegas with a pop. of 250,000, began a wireless project in Oct!05 expected to take 2 years to bring service to all residents.) Starting in summer, 2004, network connected police cars and fire trucks to the internet. Covers 5 sq miles Page 1 of 2 Attachment B City Vendor Earthlink or US InternetMinneapolis, MN Mountain View, CA New Orleans Philadelphia Portland, OR Rio Rancho, NM Sacramento Google Earthlink 3 finalists Ottawa Wireless MobilePro 5 finalists: San Francisco Ea[thlink, Google, HP, MetroFi and Skytel/MCO. San Jose San Mateo Tropos Networks Santa Clara MetroFi Spokane Vivato Sunnyvale MetroFi WirelessTemecula, CA Facilities, Inc. Status As of December, City was deciding between two vendors. Residents within the 50-sq-mi area would pay $16/month. No cost to taxpayers. In November ’05, the City signed a 5-year lease with Google. Google will build a free WiFi network across the city at no cost to residents. (City is 12 sq mi, 72,000 residents.) Speed will be 300 kbps. Completion is expected in January or February 2006. Starting in November ’05, free service offered in central business district and French quarter. Will provide speeds of 512 kbps till the state of emergency has passed, then go to 128 kbps. Svc will remain free for residents and businesses. $15 - $18 million installation contract, all to be paid by the vendor. Completion estimated at end of 2006. Speed will be 1 Mbps upload and download. Low income residents will be charged $10/month; other residents $20/month. Finalists are Earthlink, MetroFi and VeriLAN, to provide wireless acess to city parking meters, emergency svc and outlying govt offices, and !5’r0vide inexpensive ($20/mo) internet acess to residents and businesses. Estimated cost is $15-$30 million, to be paid by vendor. Completion estimated in December 2005. Service offered as of December, 2004. Residents pay $20/month for 256k speeds, more for faster speeds. Network extends.103 sq mi, to all of 63,000 population. Vendor pays to city 3% of gross revenues exceeding $100,000 per month; increasing to 7% of revenues over $500,000 per month City signed contract in November 2005. Vendor will invest $7 - $11 " million in setup costs and equipment for 2-year buildout to cover city’s 60 sq mi. Residents will pay $20-$50/mo, depending on speed. ($20/mo for 1 Mbps upload and 128k download) Cost to city: $5,000/month to subsidize 2 free hours of public access per day at 56k upload and download. Vendor will get free access to th( !city’s fiber-optic network and physical property where transmitting equipment will be located. Each vendor’s proposal includes different configuration. Google is proposing to absorb all costs of building network. Residents will b~ charged a monthly fee. Plan is to have free wireless access in outdoor areas downtown as well as inside libraries and community centers by spring of 2006. City will invest $100,000 up-front plus $60K annually. Mesh network was implemented in late 2003 for law enforcement. As of April 2004, internet access offered at $20/month, but will be free (w/ads) once Sunnyvale gets launched Downtown is a massive hot spot (100 city blocks) Free, ad-supported wireless to all 130,000 residents was announced in December 2005. Network is to be deployed in Old Town area of the city in the first quarter of 2006. Also, city workers, fire and police department vehicles will be connected. Vendor will use Tropos Network architecture. Page 2 of 2 Attachment C CITIES IN CALIFORNIA WITH OPTICAL FIBER NETWORKS (IN PLACE OR IN PROGRESS) City Alameda Beaumont Elk Grove Fontana Huntington Beach Lincoln Loma Linda Lompoc Malibu Murrieta Ontario Roseville Sacramento (Greater) Sun City Population 72,260 21,000 60,000 134,000 190,000 11 300 20,000 42,000 28,000 44,300 158,000 102,200 38,310 Truckee-Donner NOTES: 13,900 Vendor Alameda Power and Telecom Vendor Type* !Comments City Utility Verizon (FiOS)~ RBOC SureWest CLEC Verizon (FiOS)~ RBOC SureWest CLEC City of Loma Linda City City of Lompoc City Verizon (FiOS)~ RBOC Verizon (FiOS)~ RBOC City of Ontario City SureWest ILEC SureWest CLEC Verizon (FiOS)~ RBOC Truckee-Donner PUD City Utility They’re in business, but it’s hybrid fiber coax. Now available for majority of customers. Prices range from $35/month for 5 Mbps upload and 2 Mbps dowload to $45/month for 15 Mbps upload/2 Mbps download to $200/month for 30 Mbps upload/5 Mbps download. Price: 10 Mbps (symmetrical) for $80/month for just phone and internet to 15180/month depending on exact service package Granted contract to SAIC of San Diego to do a detailed business plan. As of April, 2005, undecided. I Now available for majority of customers. Prices range from $35/month for 5 Mbps upload and 2 Mbps download to $45/month for 15 Mbps upload/2 Mbps download to $200/month for 30 Mbps upload/5 Mbps download. 3,000 residences were expected to receive service by end of 2004; rest in 2005. Price: 10 Mbps (symmetrical) for $80/month for just phone and internet to $180/month depending on exact service package City passed ordinance requiring builders to install broadband cabling in all new homes’. City originally planned to provide retail services, and is now an ISP, but planning to move to a wholesale model. Plan is to pay-as-they-go. Residents/customers will pay for the connection to their houses, with option to borrow the funds and repay over 30 years. Price points are: 5 Mbps (symmetrical) for $30/month; 10 Mbps for $50/month; 15 Mbps for $100/month. Council approved broadband plan in January 2004, which was to deploy Wi- Fi in the commercial district, with a three-year citywide rollout of FTTH. Wireless service is now available for $20/month. This cost the City $1.5 million, funded by loan from city’s enterprise reserves. FTTH rollout !expected to cost $26 million, funding to be determined. Now available for majority of customers. Prices range from $35/month for 5 Mbps upload/2 Mbps download to $45/month for 15 Mbps upload/2 Mbps download to $200/month for 30 Mbps upload/5 Mbps download Now available for majority of customers. Prices range from $35/month for 5 Mbps upload/2 Mbps download to $45/month for 15 Mbps upload/2 Mbps download to $200/month for 30 Mbps upload/5 Mbps download IA common fiber optic, advanced telecommunications network is being :developed as part of the basic infrastructure to provide approximately 31,000 homes and several thousand businesses with state-of-the-art video, digital telephone and high-speed data capabilities in newly annexed land called "New Model Colony." (New construction only) Price: 10 Mbps (symmetrical) for $80/month for just phone and internet to $180/month depending on exact service package Price: 10 Mbps (symmetrical) for $80/month for just phone and internet to $180/month depending on exact service package Now available for majority of customers. Prices range from $35/month for 5 Mbps upload/2 Mbps download to $45/month for 15 Mbps upload/2 Mbps download to $200/month for 30 Mbps upload/5 Mbps download Project would cost $24 million, to be funded by COPs. Approved by LAFCo and PUD Board of Directors in late 2004, but held up by lawsuit by incumbent cable provider until Decembe’r, 2005. Judge’s ruling was solidly in PUD’s favor. They need to now move ahead, assuming no appeal by Cebridge. 1 Source: F~i-H Council: US Optical Fiber Communities, May 10, 2005 23 individual developments also have fiber optic networks, in addition to the cities above. 2 According to Fiber-to-the-Home Council, 200 communilies in 37 states, have or soon will have, successfully deployed fiber networks, and only 40 cities actually offer these services directly to residents (as opposed to through a third party). 3.Verizon’s FiOS service is currently being offered in the cities indicated above. In addition, Verizon is deploying fiber in Adelanto, Apple Valley, Bermuda Dunes, Camarillo, Chino, Deserl Hot Springs, Hermosa Bch, lndio, La Quinta, Chino Hills, Ontario, Palm Spgs. Perris, Lake EIsinore, Temecula, Redondo Bch, & Victorville 4. Comparative Speeds:"Vendor Type Key: Dial-up * 56 kbps RBOC = Regional Bell Operating Company DSL - 1,5 Mbps ILEC = Incumbent Local Exchange Carrier Cable - 3 Mbps CLEC = Competitive Local Exchange Carrier