Loading...
HomeMy WebLinkAbout2013-09-16 City Council Agenda PacketCITY OF PALO ALTO CITY COUNCIL Special Meeting Council Chambers September 16, 2013 5:00 PM Agenda posted according to PAMC Section 2.04.070. Supporting materials are available in the Council Chambers on the Thursday preceding the meeting. 1 September 16, 2013 MATERIALS RELATED TO AN ITEM ON THIS AGENDA SUBMITTED TO THE CITY COUNCIL AFTER DISTRIBUTION OF THE AGENDA PACKET ARE AVAILABLE FOR PUBLIC INSPECTION IN THE CITY CLERK’S OFFICE AT PALO ALTO CITY HALL, 250 HAMILTON AVE. DURING NORMAL BUSINESS HOURS. PUBLIC COMMENT Members of the public may speak to agendized items; up to three minutes per speaker, to be determined by the presiding officer. If you wish to address the Council on any issue that is on this agenda, please complete a speaker request card located on the table at the entrance to the Council Chambers, and deliver it to the City Clerk prior to discussion of the item. You are not required to give your name on the speaker card in order to speak to the Council, but it is very helpful. TIME ESTIMATES Time estimates are provided as part of the Council's effort to manage its time at Council meetings. Listed times are estimates only and are subject to change at any time, including while the meeting is in progress. The Council reserves the right to use more or less time on any item, to change the order of items and/or to continue items to another meeting. Particular items may be heard before or after the time estimated on the agenda. This may occur in order to best manage the time at a meeting or to adapt to the participation of the public. To ensure participation in a particular item, we suggest arriving at the beginning of the meeting and remaining until the item is called. HEARINGS REQUIRED BY LAW Applications and/or appellants may have up to ten minutes at the outset of the public discussion to make their remarks and up to three minutes for concluding remarks after other members of the public have spoken. Call to Order Closed Session 5:00-6:00 PM 1. CONFERENCE WITH LABOR NEGOTIATORS City Designated Representatives: City Manager and his designees pursuant to Merit System Rules and (James Keene, Pamela Antil, Lalo Perez, David Ramberg, Joe Saccio, Kathryn Shen, Sandra Blanch, Dania Torres Wong, Val Fong, Marcie Scott, Brenna Rowe, Molly Stump) Employee Organization: Service Employees International Union, (SEIU) Local 521 Authority: Government Code Section 54957.6(a) Study Session 6:00-7:00 PM 2. Potential List of Topics for the Study Session With Assemblyman Rich Gordon 2 September 16, 2013 MATERIALS RELATED TO AN ITEM ON THIS AGENDA SUBMITTED TO THE CITY COUNCIL AFTER DISTRIBUTION OF THE AGENDA PACKET ARE AVAILABLE FOR PUBLIC INSPECTION IN THE CITY CLERK’S OFFICE AT PALO ALTO CITY HALL, 250 HAMILTON AVE. DURING NORMAL BUSINESS HOURS. Special Orders of the Day 7:00-7:10 PM 3. Presentation of $1.2 Million Donation Check from the Palo Alto Library Foundation to the City of Palo Alto Agenda Changes, Additions and Deletions City Manager Comments 7:10-7:20 PM Oral Communications 7:20-7:35 PM Members of the public may speak to any item NOT on the agenda. Council reserves the right to limit the duration of Oral Communications period to 30 minutes. Minutes Approval 7:35-7:40 PM August 12, 2013 Consent Calendar 7:40-7:45 PM Items will be voted on in one motion unless removed from the calendar by three Council Members. 4. Adoption of Budget Amendment Ordinance to Appropriate the State Homeland Security Grant Program Funds for Blue Card Command and Control Certification 5. Approval of Amendment No. 1 to Contract C13149552 with Turner Construction Company to Increase Compensation by $785,000 for a Total Amount Not-to -Exceed $1,485,000 for Additional Construction Management Services for the Mitchell Park Library & Community Center Project 6. Approval of Amendment No. 1 to Contract No. C12144101 with WMB Architects, Inc. in the Amount of $105,974 for a Total Not-to-Exceed Amount of $284,691 for Design of Improved Public Lobby and Meeting Spaces and Consolidation of Utilities Customer Service Functions on the First Floor as Part of the City Hall First Floor Renovations Capital Improvement Program Project PE-12017 7. Approval of Amendment No. 20 to Contract No. S0114750 With The Peninsula Corridor Joint Powers Board for Rail Shuttle Bus Administration to Extend the Term for Six Months and Add $26,684 for a Total Not To Exceed Amount of $2,903,928 3 September 16, 2013 MATERIALS RELATED TO AN ITEM ON THIS AGENDA SUBMITTED TO THE CITY COUNCIL AFTER DISTRIBUTION OF THE AGENDA PACKET ARE AVAILABLE FOR PUBLIC INSPECTION IN THE CITY CLERK’S OFFICE AT PALO ALTO CITY HALL, 250 HAMILTON AVE. DURING NORMAL BUSINESS HOURS. 8. Adoption of a Resolution Approving the 2014 Municipal Fee Schedule Amendments 9. Approval of Utilities Enterprise Fund Construction Contract No. C141541174 with DN Tanks, Inc. In a Not to Exceed Amount of $340,000 for Repairs at Mayfield Reservoir 10. Confirmation of Appointment of Hillary Gitelman as Director of Planning and Community Environment Action Items Include: Reports of Committees/Commissions, Ordinances and Resolutions, Public Hearings, Reports of Officials, Unfinished Business and Council Matters. 7:45-9:15 PM 11. Review of Preliminary Economic Analysis Report for a Planned Community (PC) Rezoning to Accommodate: 1) Four-Story Office Development at 395 Page Mill Road and; 2) Three-Story Public Safety Building with Attached Six-Level Parking Structure Located at 3045 Park Boulevard 9:15-10:15 PM 12. Colleague’s Memo From Mayor Scharff, Vice Mayor Shepherd, Council Members Kniss and Price Regarding Palo Alto Traffic Demand Management Plan 10:15-10:45 PM 13. Approval of City of Palo Alto's Response to the 2012-2013 Santa Clara County Civil Grand Jury Report - "The State of Public Safety Disability Retirement Rates In The County" Council Member Questions, Comments and Announcements 10:45-11:00 PM Members of the public may not speak to the item(s) Adjournment AMERICANS WITH DISABILITY ACT (ADA) Persons with disabilities who require auxiliary aids or services in using City facilities, services or programs or who would like information on the City’s compliance with the Americans with Disabilities Act (ADA) of 1990, may contact (650) 329-2550 (Voice) 24 hours in advance. 4 September 16, 2013 MATERIALS RELATED TO AN ITEM ON THIS AGENDA SUBMITTED TO THE CITY COUNCIL AFTER DISTRIBUTION OF THE AGENDA PACKET ARE AVAILABLE FOR PUBLIC INSPECTION IN THE CITY CLERK’S OFFICE AT PALO ALTO CITY HALL, 250 HAMILTON AVE. DURING NORMAL BUSINESS HOURS. Additional Information Standing Committee Meetings City/School Meeting September 16, 2013 Technology and the Connected City September 17, 2013 Finance Committee September 17, 2013 Schedule of Meetings Schedule of Meetings Tentative Agenda Tentative Agenda Informational Report Significant Gifts to the City, FY 2013 Update on the Budget and Schedule for Technical Analysis of Hazardous Materials Implications for Zoning at Industrial Locations and for Plating Shop Operations at Communications and Power Industries (CPI) at 611 Hansen Way Update on the Embarcadero Road Corridor Study Between Palo Alto High School Pedestrian Crossing and El Camino Real Public Letters to Council SET 1 SET 2 CITY OF PALO ALTO OFFICE OF THE CITY CLERK September 16, 2013 The Honorable City Council Palo Alto, California Potential List of Topics for the Study Session With Assemblyman Rich Gordon 1. End of Session Wrap Up (Assemblyman Gordon) 2. Insight into City of Palo Alto’s High Priority Bills of Interest (see at Places Memo as to Status) 3. CEQA Reform Legislation 4. Status of Housing Element Reform (HCD/ABAG) 5. Legislation to Reduce Voter Approval Thresholds for Infrastructure Projects 6. Caltrain Electrification Process (now underway) 7. Current State of High-Speed Rail and Impact of Kinney ruling. 8. Preserving Local Control (Note: Above average number of bills introduced this year (such as SB7 Prevailing Wage, SB311 Local Election, Charter Amendments, AB325 Housing Element Litigation, SB562 Economic Development Subsidies, SB537 Impasse Procedures, etc. taking away local control) /Trend in Coming Years? 9. Looking Ahead to the 2014 Legislative Session - Challenges and Opportunities Note of thanks: On January 24 2013, staff met with Assembly Member Gordon to explore potential legislation for the 2013 State legislative session. One topic of discussion included assistance in securing postponement of State landfill capping requirements for a limited time while the City evaluates a potential Energy/Compost facility. The regulatory agencies have come up with a far less expensive (but equally effective) type of landfill cap for the City. The City no longer needs to seek postponement of the cap for the sake of the Energy Compost Facility. Assembly Member Gordon was instrumental in helping to find this "win-win" solution as he met with the State Agencies and City staff and helped the regulatory agencies see the importance of this issue. We greatly appreciate his efforts!!! Department Head: Donna Grider, City Clerk Page 2 City of Palo Alto (ID # 4092) City Council Staff Report Report Type: Special Orders of the Day Meeting Date: 9/16/2013 City of Palo Alto Page 1 Summary Title: Presentation of Donation Check from the Palo Alto Library Foundation Title: Presentation of $1.2 Million Donation Check from the Palo Alto Library Foundation to the City of Palo Alto From: City Manager Lead Department: Library Susie Thom, President of the Palo Alto Library Foundation (PALF), will present a check for $1.2 million to the City. This donation will pay for furniture, technology, and additional collection materials needs at the renovated Main Library, the third and last library of the Measure N building projects. PALF met their $4 million goal for the Launch Our Libraries fundraising campaign in April 2013. City of Palo Alto (ID # 4050) City Council Staff Report Report Type: Consent Calendar Meeting Date: 9/16/2013 City of Palo Alto Page 1 Summary Title: Approve BAO for State Homeland Security Grant Title: Adoption of Budget Amendment Ordinance to Appropriate the State Homeland Security Grant Program Funds for Blue Card Command and Control Certification From: City Manager Lead Department: Fire Recommendation Staff recommends Council adopt a Budget Amendment Ordinance to Appropriate the State Homeland Security Grant Program grant funds for Blue Card Command and Control Certification. Discussion Santa Clara County Fire Chiefs Training and Operations Officers have been awarded grant funding from the State Homeland Security Grant Program (SHSGP) to support Incident Commander verification for the Blue Card Command Certification System. Blue Card is a command and control system that was developed by the Phoenix Fire Department for all hazard zone management and is now marketed internationally as a leading Incident Command training program. The training consists of a 50-hour online course followed by a 24-hour simulation. Palo Alto received funding to support the training of 44 personnel, which includes current Battalion Chiefs, Captains, and Acting Captains. There is continuing education training required to maintain the certification including on-going simulator practice and real-life incidents; all certification maintenance training will be absorbed by the Department’s existing training budget. Each agency under the grant agreement is required to process their training registrations individually and subsequently will receive reimbursement from the State Homeland Security Grant Program. Resource Impact Total funding available to the City through this grant is $16,940. The City of Palo Alto will be reimbursed by the State Homeland Security Grant Program for grant-related expenditures City of Palo Alto Page 2 during the term of the grant agreement. Staff is requesting approval of a BAO in the amount of $16,940 to be offset by corresponding grant revenues. Policy Implications The recommendations in this report do not represent a change in City policies. Environmental Review The recommendation in this report does not constitute a project requiring review under the California Environmental Quality Act (CEQA). Attachments:  ATTACHMENT A - Budget Amendment Ordinance HSGP (PDF)  ATTACHMENT B - FY12 HSGP (PDF) ORDINANCE NO. XXXX ORDINANCE OF THE COUNCIL OF THE CITY OF PALO ALTO AMENDING THE BUDGET FOR FISCAL YEAR 2014 TO PROVIDE ADDITIONAL APPROPRIATION OF $16,940 FOR INCIDENT COMMAND TRAINING FOR FIRE DEPARTMENT PERSONNEL, AND TO INCREASE THE ESTIMATE FOR LOCAL REVENUE IN THE AMOUNT OF $16,940 TO REFLECT GRANT FUNDS TO BE RECEIVED FROM THE COUNTY OF SANTA CLARA The Council of the City of Palo Alto does ordain as follows: SECTION 1. The Council of the City of Palo Alto finds and determines as follows: A. Pursuant to the provisions of Section 12 of Article III of the Charter of the City of Palo Alto, the Council on June 10, 2013 did adopt a budget for Fiscal Year 2014; and B. The Federal Department of Homeland Security, through the State Homeland Security Grant Program, has awarded funding to the State of California for a number of grant programs; and C. The State of California, as grantee, has awarded funding to designated Operational Areas within the state, of which the County of Santa Clara is one; and D. The County of Santa Clara has allocated funding from the State Homeland Security Grant Program for the City of Palo Alto for incident command training for Fire Department personnel which will enhance the Department’s management of emergency incidents within the City; and E. Sixteen Thousand Nine Hundred Forty Dollars ($16,940) is available based on notification from the County of Santa Clara; and F. City Council authorization is needed to amend the Fiscal Year 2014 Operating Budget as hereinafter set forth. SECTION 2. The sum of Sixteen Thousand Nine Hundred Forty Dollars ($16,940) is hereby appropriated for Incident Command Training in the Fire Department and the estimate for Local Revenue is correspondingly increased. SECTION 4. As specified in Section 2.28.080(a) of the Palo Alto Municipal Code, a two-thirds vote of the City Council is required to adopt this ordinance. SECTION 5. As provided in Section 2.04.330 of the Palo Alto Municipal Code, this ordinance shall become effective upon adoption. SECTION 6. The Council of the City of Palo Alto hereby finds that this is not a project under the California Environmental Quality Act and, therefore, no environmental impact assessment is necessary. INTRODUCED AND PASSED: AYES: NOES: ABSTENTIONS: ABSENT: ATTEST: APPROVED: City Clerk Mayor APPROVED AS TO FORM: City Manager Director of Public Works Director of Administrative Services Page 1 of 9 Agreement between the County of SC and City of Palo Alto Granting Funds for 2012 Homeland Security Grant Programs AGREEMENT BETWEEN THE COUNTY OF SANTA CLARA AND THE CITY OF PALO ALTO GRANTING PROGRAM FUNDS FOR THE DISTRIBUTION OF 2012 HOMELAND SECURITY GRANT PROGRAM FUNDS This agreement is made October 12, 2012, by and between the County of Santa Clara (County) and the City of Palo Alto (City) for the distribution of 2012 Homeland Security Grant Program Funds. RECITALS WHEREAS, the 2012 Homeland Security Grant Program is made up; the State Homeland Security Program (SHSP, CFDA #97.067); and WHEREAS, the SHSP Program supports the implementation of State Homeland Security Strategies to address the identified planning, organization, equipment, training, and exercise needs for acts of terrorism and other catastrophic events. In addition, SHSP supports the implementation of the National Preparedness Guidelines, the National Incident Management System (NIMS), and the National Response Framework (NRF); WHEREAS, the State has designated the County of Santa Clara as the Operational Area for purposes of distributing SHSP Grant funds to the cities, special districts and other entities within the County. An Anti-Terrorism Approval Body (County Approval Authority) has been appointed for the purpose of approving the distribution of SHSP funds at the Operational Area level; WHEREAS, on October 12, 2012 the California Emergency Management Agency awarded the County a 2012 Homeland Security Grant of $1,415,843. The allocation of the SHSP grant funds $1,415,843, will be determined by the County Approval Authority in accordance with the grant guidelines; and NOW THEREFORE, the parties agree as follows: THE AGREEMENT Article I. Payment 1. Payment Eligibility Unless otherwise approved in advance by the Santa Clara County OES Grants Administrator (hereinafter “grants administrator”), only an actual cash disbursement by the City for a claimed expense is eligible for reimbursement by the County as approved and specified in Exhibit A, SHSP Project Funding, which is attached and hereby incorporated into this Agreement. 2. Amount of Payment The County will provide the City, unless otherwise specified, with the equipment, supplies and/or other resources as set forth in Exhibit A, SHSP Project Funding. Specifications for such equipment shall be provided by the City’s requesting agency to the County for the appropriate procurement process. City’s requesting agency will be notified when the Page 2 of 9 Agreement between the County of SC and City of Palo Alto Granting Funds for 2012 Homeland Security Grant Programs procurement process is complete for final approval of equipment prior to the order being placed. If, through previous agreement with the County, the City is to procure its own equipment, performance milestone dates will apply (refer to Article II, Section 3(a)). The County may reallocate SHSP funds as specified in Article 1, section 3 of this Agreement. County does not guarantee a minimum payment to the City. Funds in the amount of $100,000 have been set aside for the training program from the total Homeland Security grant to be allocated during the term of this Agreement. The Office of Emergency Services will allocate training funds to agencies as determined by the Training/Exercise Advisory Group. Authorized personnel budgets are allowable within the Sheriff’s Office, County Office of Emergency Services, Central Fire, and Public Health Emergency Medical Services. The personnel budget for these departments will reflect the expenditure authority. Reimbursement for actual cash disbursements will be requested through the County Office of Emergency Services. Based on the preference of the Department/Agency, reimbursement requests may be requested on a monthly or quarterly basis. For County Departments, reimbursement will be made via inter-county transfer. For all others, a county warrant will be issued. 3. Maximum Amount Payable Subject to the availability of funds and the priorities established by the Approval Authority, the maximum amount of SHSP Grant funds payable by the County to the City under this Agreement must not exceed the total amount of the 2012 Homeland Security Grant as allocated by the County Approval Authority. 4. Reallocation of SHSP Grant Funds For the purpose of maximizing the resources available for disaster preparedness within the Operational Area, the City agrees that the County Approval Authority may reallocate funds under this agreement to the City or to another applicant if County determines that a City is unable to utilize the amount allocated under this Agreement. County may base its determination on factors that include, but are not limited to the following: delivery timelines, fund expenditure capabilities, and timeliness of expenditure. County will notify the City in writing of any determination to reallocate funds, by issuing a “Notice of Reallocation.” SHSP funds will be put forth to the County Approval Authority for reallocation. The City agrees that the County has the authority to increase or decrease the maximum amount payable under this Agreement as specified in the Notice of Reallocation document without liability and County has the authority to amend Exhibit A, “SHSP Project Funding,” accordingly. Upon issuance, the Notice of Reallocation will automatically become part of this Agreement. Page 3 of 9 Agreement between the County of SC and City of Palo Alto Granting Funds for 2012 Homeland Security Grant Programs Article II. Use of Funds. 1. Scope of Services (a) If the City has been allocated funding for a project, Exhibit A, “SHSP Project Funding,” will serve as the basis for the project. A further detailed description may be necessary and will be requested by the County if needed to be incorporated by reference herein. If future funding is allocated, the City will provide a detailed description of the approved project to be attached hereto and incorporated by reference herein. (b) The City will use the funds granted under this Agreement only for the purpose of obtaining equipment, training and exercise and implementing applicable programs authorized under the 2012 Homeland Security Grant Program. (c) The City will use funds and equipment granted under this Agreement in a manner consistent with: 1. the applications submitted by the County to the State for the grant under this Agreement; 2. the grant guidance issued by the State for the grant under this Agreement; and 3. the notifications issued by the State of the approval of the grant under this Agreement. (d) The documents described in Article II 1(c) (1)-(3) of this Agreement (collectively the “State Grant Requirements”) are on file with the County and the granting agencies of the State, and are hereby incorporated into this Agreement. The City hereby acknowledges that it has received a copy of the State Grant Requirements. 2. Master Grant Obligations (a) The City agrees to comply with all applicable requirements and assurances contained in the State Grant Requirements and attached as Exhibit B, “Grant Assurances”. The City may designate vendors or sub-recipients to fulfill these obligations, including all State Grant Requirements and Grant Assurances. (b) If any provisions of this Agreement conflict with the State Grant Requirements, the provisions of the State Grant Requirements will control. (c) The City shall establish and maintain administrative, programmatic and fiscal management records in accordance with federal and state requirements, and: 1. Maintain financial management systems that support grant activities in accordance with federal and state requirements, including but not limited to requirements in 44 Code of Federal Regulations (“C.F.R.”) Part 13.20, and the Office of Justice Programs Financial and Administrative Guide for Grants, Part II, Chapter 3. Page 4 of 9 Agreement between the County of SC and City of Palo Alto Granting Funds for 2012 Homeland Security Grant Programs 2. The County of Santa Clara will provide and affix equipment tracking numbers for all equipment purchased through our procurement process. Using the County issued tracking number, the City/Town will maintain an equipment tracking ledger that tracks the equipment within their City/Town and complies with federal and state requirements, including but not limited to requirements in 44 C.F.R. Parts 13.32 and 13.33, and the Office of Justice Programs Financial and Administrative Guide for Grants, Part III, Chapter 6. (d) The City will ensure that any sub-recipients or contractors with which the City enters any agreement comply with the certification requirements under 44 C.F.R. Part 13.35, “Sub-Awards to Debarred and Suspended Parties.” 3. Performance and Reporting Requirements (a) If previously approved by the County and the City is conducting the purchasing process, the City will comply with the performance milestone dates as indicated on Exhibit A, “SHSP Project Funding.” (b) Performance reports, indicating the status of outstanding projects are due to the County Grants Administrator identified in Article V, Section 1 as follows: (c) The following dates represent the Grant Performance Period for the SHSP Program; • Performance Period 1 (October 12, 2012 – December 31, 2013) – due by January 15, 2014 • Performance Period 2 (January 1, 2014 – March 31, 2014) – due April 15, 2014 (d) The County will provide the City with a report template (Exhibit C, “Performance Report”), and the City will utilize the template to complete the performance submittal to the County. (e) Payments made by County to the City are conditioned upon the timely receipt of applicable, accurate and complete reports, including supporting documents, to be submitted by the City. (f) The City will notify the County representative identified in Article V, Section 1, within 15 days, when the City has completed all performance obligations for these grants. (g) City will provide single audit reports to County by July 31st of every fiscal year. 4. Disallowances (a) Unless otherwise approved in advance by Grants Administrator, the County will not process any claims for reimbursement submitted by City without proof of actual cash Page 5 of 9 Agreement between the County of SC and City of Palo Alto Granting Funds for 2012 Homeland Security Grant Programs disbursement by City for expenses claimed. (b) During the term of this Agreement, County is not obligated to honor any claim for payment that is submitted more than three months following the date of the service for which payment is requested. (c) All requests for reimbursement must be submitted by April 30, 2014. County will not process any claims submitted after this date. Article III. Term and Termination. 1. Term of Agreement This Agreement is effective from October 12, 2012 to March 31, 2014. 2. Termination (a) Either party may terminate this Agreement for cause upon written notice to the other. Cause includes, but is not limited to a material breach of this Agreement, or a violation of any applicable laws. (b) Opportunity to cure. The non-breaching party will give written notice of the breach to the breaching party, specifying the breach. The breaching party will not be deemed in default hereunder and the non-breaching party will not institute proceedings or exercise any remedies against the breaching party unless the breach has not been cured, corrected or remedied within thirty (30) days after the giving of such notice of breach or within such longer period as may be reasonably required to cure, correct or remedy the breach, provided the breaching party has commenced such cure, correction or remedy within such thirty (30) day period and diligently and continuously pursues such cure, correction or remedy. (c) If this Agreement is terminated, the City will return funding in accordance with grant guidelines. (d) Budget Contingency This Agreement is contingent upon the appropriation of sufficient funding by the state and County for the services covered by this Agreement. If funding is reduced or deleted for the services covered by this Agreement, the County has the option to either terminate this Agreement with no liability occurring to the County or to offer an amendment to this Agreement indicating the reduced amount. Page 6 of 9 Agreement between the County of SC and City of Palo Alto Granting Funds for 2012 Homeland Security Grant Programs Article IV. Liabilities. 1. Mutual Indemnification In lieu of and notwithstanding the pro rata risk allocation which might otherwise be imposed between the parties pursuant to Government Code Section 895.6, the parties agree that all losses or liabilities incurred by a party shall not be shared pro rata but instead the County and the City agree that pursuant to Government Code Section 895.4, each of the parties hereto shall fully indemnify and hold each of the other parties, their officers, board members, employees and agents, harmless from any claim, expense or cost, damage or liability imposed for injury (as defined by Government Code Section 810.8) occurring by reason of the negligent acts or omissions or willful misconduct of the indemnifying party, its officers, board members, employees or agents, under or in connection with or arising out of any work, authority or jurisdiction delegated to such party under this Agreement. No party, nor any officer, board member, employee or agent thereof shall be responsible for any damage or liability occurring by reason of the negligent acts or omissions or willful misconduct of other parties hereto, their officers, board members, employees or agents, under or in connection with or arising out of any work, authority or jurisdiction delegated to such other parties under this Agreement. Article V. Miscellaneous. 1. Notice All notices required by this Agreement will be deemed given when in writing and delivered personally or deposited in the United States mail, postage prepaid, addressed to the other party at the address set forth below or at such other address as the party may designate in writing: To the City: City Manager’s Office City of Palo Alto 250 Hamilton Avenue Palo Alto, CA 94301 To the County: Melissa Erickson, Grants Administrator County of Santa Clara, Office of Emergency Services 55 W. Younger Ave., Suite 450 San Jose, CA 95110 2. Compliance and Nondiscrimination The parties will comply with all applicable Federal, State, and local laws and regulations. Such laws include but are not limited to the following: Title VII of the Civil Rights Act of 1964 as amended, the Americans with Disabilities Act of 1990, the Rehabilitation Act of Page 7 of 9 Agreement between the County of SC and City of Palo Alto Granting Funds for 2012 Homeland Security Grant Programs 1973 (Sections 503 and 504), the California Fair Employment and Housing Act (Government Code sections 12900 et seq.), and California Labor Code sections 1101 and 1102. The parties will not discriminate against any subcontractor, employee, or applicant for employment because of age, race, color, national origin, ancestry, religion, sex/gender, sexual orientation, mental disability, physical disability, medical condition, political beliefs, organizational affiliations, or marital status in the recruitment, selection for training including apprenticeship, hiring, employment, utilization, promotion, layoff, rates of pay or other forms of compensation. Nor will the parties discriminate in the provision of services provided under this Agreement because of age, race, color, national origin, ancestry, religion, sex/gender, sexual orientation, mental disability, physical disability, medical condition, political beliefs, organizational affiliations, or marital status. 3. County No-Smoking Policy Contractor and its employees, agents and subcontractors, shall comply with the County's No Smoking Policy, as set forth in the Board of Supervisors Policy Manual section 3.47 (as amended from time to time), which prohibits smoking: (1) at the Santa Clara Valley Medical Center Campus and all County-owned and operated health facilities, (2) within 30 feet surrounding County-owned buildings and leased buildings where the County is the sole occupant, and (3) in all County vehicles. 4. Food and Beverage Standards Except in the event of an emergency or medical necessity, the following nutritional standards shall apply to any foods and/or beverages purchased by Contractor with County funds for County-sponsored meetings or events. If food is to be provided, healthier food options shall be offered. “Healthier food options” include (1) fruits, vegetables, whole grains, and low fat and low calorie foods; (2) minimally processed foods without added sugar and with low sodium; (3) foods prepared using healthy cooking techniques; and (4) foods with less than 0.5 grams of trans fat per serving. Whenever possible, Contractor shall (1) offer seasonal and local produce; (2) serve fruit instead of sugary, high calorie desserts; (3) attempt to accommodate special, dietary and cultural needs; and (4) post nutritional information and/or a list of ingredients for items served. If meals are to be provided, a vegetarian option shall be provided, and the Contractor should consider providing a vegan option. If pre-packaged snack foods are provided, the items shall contain: (1) no more than 35% of calories from fat, unless the snack food items consist solely of nuts or seeds; (2) no more than 10% of calories from saturated fat; (3) zero trans fat; (4) no more than 35% of total weight from sugar and caloric sweeteners, except for fruits and vegetables with no added sweeteners or fats; and (5) no more than 360 mg of sodium per serving. If beverages are to be provided, beverages that meet the County’s nutritional criteria are (1) water with no caloric sweeteners; (2) unsweetened coffee or tea, provided that sugar and sugar substitutes may be provided as condiments; (3) unsweetened, unflavored, reduced fat (either nonfat or 1% low fat) dairy milk; (4) plant-derived milk (e.g., soy milk, rice milk, and almond milk) with no more than 130 calories per 8 ounce serving; (5) 100% fruit or vegetable juice (limited to a maximum of 8 ounces per container); and (6) other low-calorie Page 8 of 9 Agreement between the County of SC and City of Palo Alto Granting Funds for 2012 Homeland Security Grant Programs beverages (including tea and/or diet soda) that do not exceed 40 calories per 8 ounce serving. Sugar-sweetened beverages shall not be provided. 5. Governing Law This Agreement has been executed and delivered in, and will be construed and enforced in accordance with, the laws of the State of California. 6. Assignment The parties may not assign this Agreement or the rights and obligations hereunder without the specific written consent of the other. 7. Entire Agreement This document represents the entire Agreement between the parties with respect to the subject matter hereof. All prior negotiations and written and/or oral agreements between the parties with respect to the subject matter of this Agreement are merged into this Agreement. 8. Amendments This Agreement may only be amended by an instrument signed by the parties. 9. Counterparts This Agreement may be executed in one or more counterparts, each of which will be deemed to be an original, but all of which together shall constitute one and the same instrument. 10. Severability If any provision of this Agreement is found by a court of competent jurisdiction to be void, invalid or unenforceable, the same will either be reformed to comply with applicable law or stricken if not so conformable, so as not to affect the validity or enforceability of this Agreement. 11. Waiver No delay or failure to require performance of any provision of this Agreement will constitute a waiver of that provision as to that or any other instance. Any waiver granted by a party must be in writing, and will apply solely to the specific instance expressly stated. Page 9 of 9 Agreement between the County of SC and City of Palo Alto Granting Funds for 2012 Homeland Security Grant Programs 12. Conflict of Interest In accepting this Agreement, City 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 services under this Agreement. City is responsible for assuring compliance of its subcontractors, if any, with the requirements of this provision. 13. Certified Resolution of Signature Authority Upon request of Santa Clara County, City will deliver to Santa Clara County a copy of the resolution(s) authorizing the execution, delivery and performance of this Agreement, certified as true, accurate and complete by the appropriate authorized representative of City. Signed: COUNTY OF SANTA CLARA CITY OF PALO ALTO By__________________________ ________ By_____________________ ______ Emily Harrison Date James Keene Date Deputy County Executive City Manager Approved as to Form and Legality: Approved as to Form: ___________________________________ _______________________________ Mark Gonzalez Deputy County Counsel City Attorney Exhibit A 2012 SHSP Project Funding Exhibit B Grant Assurances Exhibit C Performance Report Template Attachment A State Proj #Disc. Allowable Funding Category Requesting Agency Title Funded Amount A Other M/A OES M/A - Grants Manager 100,000$ A EMS Planning EMS Salary Costs for CMTF EMS Position 50,000$ A Law Planning Sheriff's Office Salary Costs for CMTF Law Position 120,000$ 270,000$ B GA Planning SCCo OES Training/Exercise Coordinator 10,000$ B GA Trng SCCo OES Training/Exercise Coordinator 65,000$ B EMS Planning SCCo EMS Contractor 75,000$ C All Trng All Training 100,000$ D EMG Planning SCCo OES CADRE Network 35,343$ E Law Equip All Law Interoperable Communications Equipment 788,000$ F EMG Equip City of San Jose OES Information Technology 72,500$ 1,145,843$ 1,415,843$ FY12 Homeland Security Grant Program Allocated Project Funding Page 1 Initials ___ California Emergency Management Agency FY 2012 Grant Assurances (All HSGP Applicants) Name of Applicant: ___________________________________________________________________ Address: ____________________________________________________________________________ City: _____________________________________ State: _______________ Zip Code: _______________ Telephone Number: ____________________________________ Fax Number: _________________________ E-Mail Address: _____________________________________________________________________________ As the duly authorized representative of the applicant, I certify that the applicant named above: 1. Will assure that grant funds will support efforts related to providing an integrated mechanism to enhance the coordination of national priority efforts to prevent, respond to, and recover from terrorist attacks, major disasters and other emergencies. 2. Has the legal authority to apply for Federal assistance and has the institutional, managerial and financial capability to ensure proper planning, management and completion of the grant provided by the U.S. Department of Homeland Security (DHS)/Federal Emergency Management Agency (FEMA) and sub- granted through the State of California, California Emergency Management Agency (Cal EMA). 3. Will assure that grant funds are used for allowable, fair, and reasonable costs only and will not be transferred between grant programs (for example: State Homeland Security Program, Urban Area Security Initiative, Citizen Corps Program, and Metropolitan Medical Response System) or fiscal years. 4. Will comply with any cost sharing commitments included in the FY2012 Investment Justifications submitted to DHS/FEMA/Cal EMA, where applicable. 5. Will give the Federal government, the General Accounting Office, the Comptroller General of the United States, the State of California, the Office of Inspector General, through any authorized representative, access to, and the right to examine, all paper or electronic records, books, or documents related to the award; and will establish a proper accounting system in accordance with generally accepted accounting standards and/or awarding agency directives. 6. Agrees that funds utilized to establish or enhance State and Local fusion centers must support the development of a statewide fusion process that corresponds with the Global Justice/Homeland Security Advisory Council (HSAC) Fusion Center Guidelines, follow the Federal and State approved privacy policies, and achieve (at a minimum) baseline level of capability as defined by the Fusion Capability Planning Tool. 7. Will provide progress reports, and other such information as may be required by the awarding agency, including the Initial Strategy Implementation Plan (ISIP) within 45 (forty-five) days of the award, and update via the Grant Reporting Tool (GRT) twice each year. 8. Will initiate and complete the work within the applicable time frame after receipt of approval from Cal EMA. 9. Will maintain procedures to minimize the time elapsing between the award of funds and the disbursement of funds. EXHIBIT B Page 2 Initials ___ 10. Will comply with all provisions of DHS/FEMA's codified regulation 44, Part 13, Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments, including the payment of interest earned on advances. 11. Will comply with all provisions of 48 CFR, 31.2, Federal Acquisition Regulations (FAR), Contracts with Commercial Organizations. 12. Will establish safeguards to prohibit employees from using their positions for a purpose that constitutes, or presents the appearance of, personal or organizational conflict of interest, or personal gain for themselves or others, particularly those with whom they have family, business, or other ties. 13. Understands and agrees that Federal funds will not be used, directly or indirectly, to support the enactment, repeal, modification or adoption of any law, regulation, or policy, at any level of government, without the express prior written approval from DHS/FEMA/Cal EMA. 14. Agrees that, to the extent contractors or subcontractors are utilized, will use small, minority-owned, women-owned, or disadvantaged business concerns and contractors or subcontractors to the extent practicable. 15. Will notify Cal EMA of any developments that have a significant impact on award-supported activities, including changes to key program staff. 16. Will comply, if applicable, with the Lead-Based Paint Poisoning Prevention Act (42 U.S.C. §§ 4801 et seq.) which prohibits the use of lead based paint in construction or rehabilitation of structures. 17. Will comply with all Federal and State Statues relating to Civil Rights and Nondiscrimination. These include, but are not limited to: a. Title VI of the Civil Rights Act of 1964 (P.L. 88-352), as amended, which prohibits discrimination on the basis of race, color or national origin. b. Title IX of the Education Amendments of 1972, as amended (20 U.S.C. §§ 1681-1683 and 1685- 1686), which prohibits discrimination on the basis of gender. c. Section 504 of the Rehabilitation Act of 1973, as amended (29 U.S.C. § 794), which prohibits discrimination on the basis of handicaps. d. The Age Discrimination Act of 1975, as amended (42 U.S.C. §§ 6101-6107), which prohibits discrimination on the basis of age. e. The Drug Abuse Office and Treatment Act of 1972 (P.L. 92-255), as amended, relating to nondiscrimination on the basis of drug abuse. f. The Comprehensive Alcohol Abuse and Alcoholism Prevention, Treatment and Rehabilitation Act of 1970 (P.L. 91-616), as amended, relating to nondiscrimination on the basis of alcohol abuse or alcoholism. g. §§ 523 and 527 of the Public Health Service Act of 1912 (42 U.S.C. 290 dd-3 and 290 ee-3), as amended, relating to confidentiality of alcohol and drug abuse patient records. h. Title VIII of the Civil Rights Act of 1968 (42 U.S.C. § 3601 et seq.), as amended, relating to nondiscrimination in the sale, rental or financing of housing. i. Title 44 Code of Federal Regulations (CFR) Parts 7, 16, and 19 relating to nondiscrimination. j. The requirements on any other nondiscrimination provisions in the specific statute(s) under which the application for Federal assistance is being made. k. Will, in the event that a Federal or State court or Federal or State administrative agency makes a finding of discrimination after a due process hearing on the grounds or race, color, religion, national origin, gender, or disability against a recipient of funds, the recipient will forward a copy of the finding to the Office of Civil Rights, Office of Justice Programs. EXHIBIT B Page 3 Initials ___ l. Will provide an Equal Employment Opportunity Plan, if applicable, to the Department of Justice Office of Civil Rights within 60 days of grant award. m. Will comply, and assure the compliance of all its subgrantees and contractors, with the nondiscrimination requirements and all other provisions of the current edition of the Office of Justice Programs Financial and Administrative Guide for Grants, M7100.1. 18. Will comply with the requirements of Titles II and III of the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 (42 U.S.C. § 4601 et seq. [P.L. 91-646]) which provides for fair and equitable treatment of persons displaced or whose property is acquired as a result of Federal or Federally assisted programs. These requirements apply to all interested in real property acquired for project purposes regardless of Federal participation in purchases. Will also comply with Title 44 CFR, Part 25, Uniform Relocation Assistance and Real Property Acquisition for Federal and Federally-assisted programs. 19. Will comply, if applicable, with the flood insurance purchase requirements of Section 102(a) of the Flood Disaster Protection Act of 1973 (P.L. 93-234) which requires recipients in a special flood hazard area to participate in the program and to purchase flood insurance if the total cost of insurable construction and acquisition is ten thousand dollars ($10,000) or more. 20. Will comply with all applicable Federal, State, and Local environmental and historical preservation (EHP) requirements. Failure to meet Federal, State, and Local EHP requirements and obtain applicable permits may jeopardize Federal funding. Will comply with all conditions placed on any project as the result of the EHP review; any change to the scope of work of a project will require reevaluation of compliance with these EHP requirements. 21. Will comply with all provisions of DHS/FEMA's codified regulation 44, Part 10, Environmental Considerations. 22. Agrees not to undertake any project having the potential to impact the EHP resources without the prior written approval of DHS/FEMA/Cal EMA, including, but not limited to, ground disturbance, construction, modification to any structure, physical security enhancements, communications towers, any structure over 50 years old, and purchase and/or use of any sonar equipment. The subgrantee must comply with all conditions and restrictions placed on the project as a result of the EHP review. Any construction- related activities initiated without the necessary EHP review and approval will result in a noncompliance finding, and may not be eligible for reimbursement with DHS/FEMA/Cal EMA funding. Any change to the scope of work will require re-evaluation of compliance with the EHP. If ground-disturbing activities occur during the project implementation, the subgrantee must ensure monitoring of the disturbance. If any potential archeological resources are discovered, the subgrantee will immediately cease activity in that area and notify DHS/FEMA/Cal EMA and the appropriate State Historic Preservation Office. 23. Any construction activities that have been initiated prior to the full environmental and historic preservation review could result in non-compliance finding. grantees must complete the FEMA EHP Screening Form (OMB Number 1660-0115/FEMA Form 024-0-01) and submit it, with all supporting documentation, to the GPD EHP team at GPDEHPinfo@fema.dhs.gov for review. 24. Grantees should submit the FEMA EHP Screening Form for each project as soon as possible upon receiving their grant award. The Screening From for these types of projects is available at: www.fema.gov/doc/government/grant/bulletins/info329_final_screening_memo.doc 25. Will ensure that the facilities under its ownership, lease or supervision, which shall be utilized in the accomplishment of this project, are not on the Environmental Protection Agency’s (EPAs) List of Violating Facilities, and will notify Cal EMA and the Federal Grantor agency of the receipt of any communication from the Director of the EPA Office of Federal Activities indicating if a facility to be used in the project is under consideration for listing by the EPA. EXHIBIT B Page 4 Initials ___ 26. Will provide any information requested by DHS/FEMA/Cal EMA to ensure compliance with applicable laws, including the following: a. Institution of environmental quality control measures under the Archaeological and Historic Preservation Act, Endangered Species Act, and Executive Orders on Floodplains (11988), and Environmental Justice (EO12898) and Environmental Quality (EO11514). b. Notification of violating facilities pursuant to EO 11738. c. Assurance of project consistency with the approved state management program developed under the Coastal Zone Management Act of 1972 (16 U.S.C. §§ 1451 et seq.). d. Conformity of Federal actions to State (Clean Air) Implementation Plans under Section 176(c) of the Clean Air Act of 1955, as amended (42 U.S.C. § 7401 et seq.). e. Protection of underground sources of drinking water under the Safe Drinking Water Act of 1974, as amended, (P.L. 93-523). f. California Environmental Quality Act (CEQA). California Public Resources Code Sections 21080- 21098. California Code of Regulations, Title 14, Chapter 3 Section 15000-15007. g. Wild and Scenic Rivers Act of 1968 (16 U.S.C. §§ 1271 et.seq.) related to protecting components or potential components of the national wild and scenic rivers system. h. Applicable provisions of the Coastal Barrier Resources Act (P.L. 97-348) dated October 19, 1982 (16 USC 3501 et seq.) which prohibits the expenditure of most new Federal funds within the units of the Coastal Barrier Resources System. 27. Will comply with Standardized Emergency Management System (SEMS) requirements as stated in the California Emergency Services Act, Government Code, Chapter 7 of Division 1 of Title 2, Section 8607.1(e) and CCR Title 19, Sections 2445, 2446, 2447, and 2448. 28. Agrees that all publications created or published with funding under this grant shall prominently contain the following statement: “This document was prepared under a grant from FEMA's Grant Programs Directorate, U.S. Department of Homeland Security. Points of view or opinions expressed in this document are those of the authors and do not necessarily represent the official position or policies of FEMA's Grant Programs Directorate or the U.S. Department of Homeland Security.” The recipient also agrees that, when practicable, any equipment purchased with grant funding shall be prominently marked as follows: “Purchased with funds provided by the U.S. Department of Homeland Security.” 29. Acknowledges that DHS/FEMA reserves a royalty-free, nonexclusive, and irrevocable license to reproduce, publish, or otherwise use, and authorize others to use, for Federal government purposes: a) the copyright in any work developed under an award or sub-award; and b) any rights of copyright to which a recipient or sub-recipient purchases ownership with Federal support. 30. The recipient agrees to consult with DHS/FEMA/Cal EMA regarding the allocation of any patent rights that arise from, or are purchased with, this funding and has requested through the State of California, Federal financial assistance to be used to perform eligible work approved in the submitted application for Federal assistance and after the receipt of Federal financial assistance, through the State of California, agrees to the following: a. Promptly return to the State of California all the funds received which exceed the approved, actual expenditures as accepted by the Federal or State government. b. In the event the approved amount of the grant is reduced, the reimbursement applicable to the amount of the reduction will be promptly refunded to the State of California. c. Property/equipment purchased under the HSGP reverts to Cal EMA if the grant funds are deobligated/disallowed and/or not promptly repaid. d. HSGP funds used for the improvement of real property must be promptly repaid following deobligation/disallowment of costs or Cal EMA reserves the right to place a lien on the property for the amount owed. EXHIBIT B Page 5 Initials ___ e. Separately account for interest earned on grant funds, and will return all interest earned, in excess of $100 per Federal Fiscal Year. 31. Will comply with the Intergovernmental Personnel Act of 1970 (42 U.S C. Sections 4728-4763) relating to prescribed standards for merit systems for programs funded under one of the nineteen statutes or regulations specified in Appendix A of OPM’s Standards for a Merit System of Personnel Administration (5 C.F.R. 900, Subpart F). 32. Will comply with provisions of the Hatch Act (5 U.S.C. Sections 1501-1508 and 7324-7328) which limit the political activities of employees whose principal employment activities are funded in whole or in part with Federal funds. 33. Will comply, if applicable, with the Laboratory Animal Welfare Act of 1966 (P. L. 89-544, as amended, 7 U.S.C. 2131 et seq.) pertaining to the care, handling, and treatment of warm blooded animals held for research, teaching, or other activities supported by this award of assistance. 34. Will comply with the minimum wage and maximum hour provisions of the Federal Fair Labor Standards Act (29 U.S.C. 201), as they apply to employees of institutions of higher education, hospitals, and other non-profit organizations. 35. Agrees that "Classified national security information," as defined in Executive Order (EO) 12958, as amended, means information that has been determined pursuant to EO 12958 or any predecessor order to require protection against unauthorized disclosure and is marked to indicate its classified status when in documentary form.. No funding under this award shall be used to support a contract, subaward, or other agreement for goods or services that will include access to classified national security information if the award recipient has not been approved for and has access to such information. 36. Agrees that where an award recipient has been approved for and has access to classified national security information, no funding under this award shall be used to support a contract, subaward, or other agreement for goods or services that will include access to classified national security information by the contractor, subawardee, or other entity without prior written approval from the DHS Office of Security, Industrial Security Program Branch (ISPB), or, an appropriate official within the Federal department or agency with whom the classified effort will be performed. Such contracts, subawards, or other agreements shall be processed and administered in accordance with the DHS "Standard Operating Procedures, Classified Contracting by States and Local Entities," dated July 7, 2008; EOs 12829, 12958, 12968, as amended; the National Industrial Security Program Operating Manual (NISPOM); and/or other applicable implementing directives or instructions. All security requirement documents are located at: http://www.dhs.gov/xopnbiz/grants/index.shtm 37. Immediately upon determination by the award recipient that funding under this award will be used to support such a contract, subaward, or other agreement, and prior to execution of any actions to facilitate the acquisition of such a contract, subaward, or other agreement, the award recipient shall contact ISPB, or the applicable Federal department or agency, for approval and processing instructions. DHS Office of Security ISPB contact information: Telephone: 202-447-5346 Email: DD254AdministrativeSecurity@dhs.gov Mail: Department of Homeland Security Office of the Chief Security Officer ATTN: ASD/Industrial Security Program Branch Washington, D.C. 20528 38. Agrees with the requirements regarding Data Universal Numbering System (DUNS) Numbers, meaning if recipients are authorized to make subawards under this award, they must notify potential subrecipients EXHIBIT B Page 6 Initials ___ that no entity (see definition in paragraph C of this award term) may receive or make a subaward to any entity unless the entity has provided its DUNS number. For purposes of this award term, the following definitions will apply: a. “Data Universal Numbering System (DUNS)” number means the nine digit number established and assigned by Dun and Bradstreet, Inc. (D&B) to uniquely identify business entities. A DUNS number may be obtained from D&B by telephone (currently 866-705-5711) or the Internet, currently at http://fedgov.dnb.com/webform b. “Entity”, as it is used in this award term, means all of the following, as defined at 2 CFR part 25, subpart C, as a Governmental organization, which is a State, local government, or Indian Tribe; or a foreign public entity; or a domestic or foreign nonprofit organization; or a domestic or foreign for- profit organization; or a Federal agency, but only as a sub recipient under an award or subaward to a non-Federal entity. c. “Subaward” means a legal instrument to provide support for the performance of any portion of the substantive project or program for which you received this award and that you as the recipient award to an eligible subrecipient. It does not include your procurement of property and services needed to carry out the project or program (for further explanation, see Sec. 210 of the attachment to OMB Circular A-133, ''Audits of States, Local Governments, and Non-Profit Organizations'') and may be provided through any legal agreement, including an agreement that you consider a contract. d. “Subrecipient” means an entity that receives a subaward from you under this award; and is accountable to you for the use of the Federal funds provided by the subaward. 39. Will comply, as applicable, with the provisions of the Davis-Bacon Act (40 U.S.C. Section 276a to 276a- 7), the Copeland Act (40 U.S.C. Section 276c and 18 U.S.C. Sections 874), and the Contract Work Hours and Safety Standards Act (40 U.S.C. Sections 327-333), regarding labor standards for Federally-assisted construction sub-agreements. 40. Agrees that: a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the making of any Federal grant, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal grant or cooperative agreement. b. If any other funds than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or an employee of Congress, or employee of a Member of Congress in connection with the Federal grant or cooperative agreement, the undersigned shall complete and submit Standard Form LLL, “Disclosure of Lobbying Activities,” in accordance with its instructions. c. The undersigned shall require that the language of this certification be included in the award documents for all sub awards at all tiers including subgrants, contracts under grants and cooperative agreements, and subcontract(s) and that all sub recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. a. b. 41. Agrees that funds awarded under this grant will be used to supplement existing funds for program activities, and will not supplant (replace) non-Federal funds. EXHIBIT B Page 7 Initials ___ 42. Agrees that equipment acquired or obtained with grant funds: c. Will be made available pursuant to applicable terms of the California Disaster and Civil Defense Master Mutual Aid Agreement in consultation with representatives of the various fire, emergency medical, hazardous materials response services, and law enforcement agencies within the jurisdiction of the applicant, and deployed with personnel trained in the use of such equipment ina manner consistent with the California Law Enforcement Mutual Aid Plan or the California Fire Services and Rescue Mutual Aid Plan. d. Is consistent with needs as identified in the State Homeland Security Strategy and will be deployed in conformance with that Strategy. 43. Will comply with all applicable Federal statutes, regulations, policies, guidelines and requirements, including OMB Circulars A102 and A-133, E.O. 12372 and the current Administrative Requirements, Cost Principles, and Audit Requirements. 44. Will comply with all provisions of 2 CFR, including: Part 215 Uniform Administrative Requirements for Grants and Agreements with Institutions of Higher Education, Hospitals, and Other Non-Profit Organizations (OMB Circular A-110); Part 225 Cost Principles for State, Local and Indian Tribal Governments (OMB Circular A-87); Part 220 Cost Principles for Educational Institutions (OMB Circular A-21); Part 230 Cost Principles for Non-Profit Organizations (OMB Circular A-122). 45. Will comply with Subtitle A, Title II of the Americans with Disabilities Act (ADA) 1990. 46. Agrees to cooperate with any assessments, national evaluation efforts, or information or data collection requests, including, but not limited to, the provision of any information required for the assessment or evaluation of any activities within this agreement. 47. Will comply with Federal Acquisition Regulations (FAR), part 31.2 Contract Cost Principles and Procedures, Contracts with Commercial Organizations. 48. Will comply with the financial and administrative requirements set forth in the current edition of the DHS Financial Management Guide. 49. Agrees that all allocations and use of funds under this grant will be in accordance with the FY 2012 Homeland Security Grant Program Funding Opportunity Announcement, and the California Supplement to the FY 2012 Homeland Security Grant Program Funding Opportunity Announcement. All allocations and use of funds under this grant will be in accordance with the Allocations, and use of grant funding must support the goals and objectives included in the State and/or Urban Area Homeland Security Strategies as well as the investments identified in the Investment Justifications which were submitted as part of the California FY2012 Homeland Security Grant Program application. Further, use of FY12 funds is limited to those investments included in the California FY12 Investment Justifications submitted to DHS/FEMA/Cal EMA and evaluated through the peer review process. 50. Will not make any award or permit any award (subgrant or contract) to any party which is debarred or suspended or is otherwise excluded from or ineligible for participation in Federal assistance programs under Executive Order 12549 and 12689, “Debarment and Suspension”. As required by Executive Order 12549, Debarment and Suspension, and implemented at 44 CFR Part 17, for prospective participants in primary covered transactions, the applicant certifies that it and its principals: a. Are not presently debarred, suspended, proposed for debarment, declared ineligible, sentenced to a denial of Federal benefits by a State or Federal court, or voluntarily excluded from covered transactions by any Federal department or agency. b. Have not within a three-year period preceding this application been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or EXHIBIT B Page 8 Initials ___ contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property. c. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (1)(b) of this certification; and have not within a three-year period preceding this application had one or more public transactions (Federal, State, or local) terminated for cause or default; and d. where the applicant is unable to certify to any of the statements in this certification, he or she shall attach an explanation to this application. 51. Will comply with all applicable requirements of all other Federal and State laws, executive orders, regulations, program and administrative requirements, policies and any other requirements governing this program. 52. Will comply with the administrative requirements that apply to most DHS award recipients through a grant or cooperative agreement arise from two sources: - Office of Management and Budget (OMB) Circular A-102, Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments (also known as the "A-102 Common Rule"), found under FEMA regulations at Title 44, Code of Federal Regulations (CFR) Part 13, "Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments." - OMB Circular A-110, Uniform Administrative Requirements for Grants and Agreements with Institutions of Higher Education, Hospitals, and Other Non-Profit Organizations, relocated to 2 CFR Part 215. The requirements for allowable costs/cost principles are contained in the A-102 Common Rule, OMB Circular A-110 (2 CFR § 215.27), DHS program legislation, Federal awarding agency regulations, and the terms and conditions of the award. The four costs principles circulars are as follows: - OMB Circular A-21, Cost Principles for Educational Institutions, relocated to 2 CFR Part 220. - OMB Circular A-87, Cost Principles for State, Local, and Indian Tribal Governments, relocated to 2 CFR Part 225. - OMB Circular A-122, Cost Principles for Non-Profit Organizations, relocated to 2 CFR Part 230. – OMB Circular A-133, Audits of States, Local Governments and Non-Profit Organizations. 53. Will acknowledge, agree, and require any subrecipients, contractors, successors, transferees, and assignees acknowledge and agree-to comply with applicable provisions governing DHS access to records, accounts, documents, information, facilities, and staff. a. Recipients must cooperate with any compliance review or complaint investigation conducted by DHS and/or Cal EMA. b. Recipients must give DHS/Cal EMA access to and the right to examine and copy records, accounts, and other documents and sources of information related to the grant and permit access to facilities, personnel, and other individuals and information as may be necessary, as required by DHS/Cal EMA regulations and other applicable laws or program guidance. c. Recipients must submit timely, complete, and accurate reports to the appropriate DHS/Cal EMA officials and maintain appropriate backup documentation to support the reports. d. Recipients must comply with all other special reporting, data collection, and evaluation requirements, as prescribed by law or detailed in program guidance. e. If, during the past three years, the recipient has been accused of discrimination on the grounds of race, color, national origin (including limited English proficiency), sex, age, disability, religion, or familial status, the recipient must provide a list of all such proceedings, pending or completed, including outcome and copies of settlement agreements to the DHS/Cal EMA awarding office and the DHS Office of Civil Rights and Civil Liberties. f. In the event any court or administrative agency makes a finding of discrimination on grounds of race, color, national origin (including limited English proficiency), sex, age, disability, religion, or familial status against the recipient, or the recipient settles a case or matter alleging such discrimination, EXHIBIT B Page 9 Initials ___ recipients must forward a copy of the complaint and findings to the DHS Component and/or awarding office. The United States has the right to seek judicial enforcement of these obligations. 54. Agrees that none of the funds provided under an award may be expended by the recipient to pay any person to influence, or attempt to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with any Federal action concerning the award or renewal of any Federal contract, grant, loan, cooperative agreement. These lobbying prohibitions can be found at 31 U.S.C. § 1352. 55. Will comply with requirements to acknowledge Federal funding when issuing statements, press releases, requests for proposals, bid invitations, and other documents describing projects or programs funded in whole or in part with Federal funds. 56. Will comply with requirements that publications or other exercise of copyright for any work first produced under Federal financial assistance awards hereto related unless the work includes any information that is otherwise controlled by the Government (e.g., classified information or other information subject to national security or export control laws or regulations). For any scientific, technical, or other copyright work based on or containing data first produced under this award, including those works published in academic, technical or professional journals, symposia proceedings, or similar works, the recipient grants the Government a royalty-free, nonexclusive and irrevocable license to reproduce, display, distribute copies, perform, disseminate, or prepare derivative works, and to authorize others to do so, for Government purposes in all such copyrighted works. The recipient shall affix the applicable copyright notices of 17 U.S.C. § 401 or 402 and an acknowledgement of Government sponsorship (including award number) to any work first produced under an award. 57. Will obtain DHS's approval prior to using the DHS seal(s), logos, crests or reproductions of flags or likenesses of DHS agency officials, including use of the United States Coast Guard seal, logo, crests or reproductions of flags or likenesses of Coast Guard officials. 58. Will comply with the requirements that project activities carried on outside the United States are coordinated as necessary with appropriate government authorities and that appropriate licenses, permits, or approvals are obtained. 59. Will comply with the requirements of the Preference for U.S. Flag Air Carriers: Travel supported by U.S. Government funds requirement, which states preference for the use of U.S. flag air carriers (air carriers holding certificates under 49 U.S.C. § 41102) for international air transportation of people and property to the extent that such service is available, in accordance with the International Air Transportation Fair Competitive Practices Act of 1974 (49 U.S.C. § 40118) and the interpretative guidelines issued by the Comptroller General of the United States in the March 31, 1981, amendment to Comptroller General Decision B138942. 60. Will comply with the requirements of the Drug-Free Workplace Act of 1988 (41 U.S.C. § 701 et seq.), which requires that all organizations receiving grants from any Federal agency agree to maintain a drug- free workplace. The recipient must notify the awarding office if an employee of the recipient is convicted of violating a criminal drug statute. Failure to comply with these requirements may be cause for debarment. These regulations are codified at 2 CFR 3001. 61. Will comply with the requirements of the government-wide award term which implements Section 106(g) of the Trafficking Victims Protection Act (TVPA) of 2000, as amended (22 U.S.C. § 7104), located at 2 CFR Part 175. This is implemented in accordance with OMB Interim Final Guidance, Federal Register, Volume 72, No. 218, November 13, 2007.In accordance with Section 106(g) of the TVPA, as amended, requires the agency to include a condition that authorizes the agency to terminate the award, without penalty, if the recipient or a subrecipient engages in severe forms of trafficking in persons during the EXHIBIT B Page 10 Initials ___ period of time that the award is in effect, procures a commercial sex act during the period of time that the award is in effect; or uses forced labor in the performance of the award or subawards under the award. Full text of theaward term is provided at 2 CFR § 175.15. 62. Will comply with the requirements of Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq.), which provides that no person in the United States will, on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving Federal financial assistance. 63. Will comply with Title VIII of the Civil Rights Act of 1968, which prohibits recipients from discriminating in the sale, rental, financing, and advertising of dwellings, or in the provision of services in connection therewith, on the basis of race, color, national origin, religion, disability, familial status, and sex (42 U.S.C.§ 3601 et seq.), as implemented by the Department of Housing and Urban Development at 24 CFR Part 100. The prohibition on disability discrimination includes the requirement that new multifamily housing with four or more dwelling units-i.e., the public and common use areas and individual apartment units (all units in buildings with elevators and ground-floor units in buildings without elevators)-be designed and constructed with certain accessible features (see 24 CFR § 100.201). 64. Will comply with the requirements of Titles I, II, and III of the Americans with Disabilities Act, which prohibits recipients from discriminating on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12101-12213). 65. Will comply with the requirements of the Age Discrimination Act of 1975 (42 U.S.C. § 6101 et seq.), which prohibits discrimination on the basis of age in any program or activity receiving Federal financial assistance. 66. Will comply with the requirements of Title IX of the Education Amendments of 1972 (20 U.S.C. § 1681 et seq.), which provides that no person in the United States will, on the basis of sex, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any educational program or activity receiving Federal financial assistance. These regulations are codified at 44 CFR Part 19. 67. Will comply with the requirements of Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin and resulting agency guidance, national origin discrimination includes discrimination on the basis of limited English proficiency (LEP). To ensure compliance with Title VI, recipients must take reasonable steps to ensure that LEP persons have meaningful access to your programs. Meaningful access may entail providing language assistance services, including oral and written translation, where necessary. Recipients are encouraged to consider the need for language services for LEP persons served or encountered both in developing budgets and in conducting programs and activities. For assistance and information regarding LEP obligations, go to http://www.lep.gov. 68. Will comply with the requirements of 42 U.S.C. § 7401 et seq. and Executive Order 11738, which provides for the protection and enhancement of the quality of the nation's air resources to promote public health and welfare and for restoring and maintaining the chemical, physical, and biological integrity of the nation's waters is considered research for other purposes. 69. Will comply with the requirements of the Federal regulations at 45 CFR Part 46 and the requirements in DHS Management Directive 026-04, Protection of Human Subjects, prior to implementing any work with human subjects. The regulations specify additional protections for research involving human fetuses, pregnant women, and neonates (Subpart B); prisoners (Subpart C); and children (Subpart D). The use of autopsy materials is governed by applicable State and local law and is not directly regulated by 45 CFR Part 46. EXHIBIT B Page 11 Initials ___ 70. Will comply with the requirements of the National Environmental Policy Act (NEPA), as amended, 42 U.S.C. § 4331 et seq., which establishes national policy goals and procedures to protect and enhance the environment, including protection against natural disasters. To comply with NEPA for its grant-supported activities, DHS requires the environmental aspects of construction grants (and certain non-construction projects as specified by the Component and awarding office) to be reviewed and evaluated before final action on the application. 71. Will comply with the requirements of Section 1306(c) of the National Flood Insurance Act, as amended, which provides for benefit payments under the Standard Flood Insurance Policy for demolition or relocation of a structure insured under the Act that is located along the shore of a lake or other body of water and that is certified by an appropriate State or local land use authority to be subject to imminent collapse or subsidence as a result of erosion or undermining caused by waves or currents of water exceeding anticipated cyclical levels. These regulations are codified at 44 CFR Part 63. 72. Will comply with the requirements of the Flood Disaster Protection Act of 1973, as amended (42 U.S.C. § 4001 et seq.), which provides that no Federal financial assistance to acquire, modernize, or construct property may be provided in identified flood-prone communities in the United States, unless the community participates in the National Flood Insurance Program and flood insurance is purchased within one year of the identification. The flood insurance purchase requirement applies to both public and private applicants for DHS support. Lists of flood-prone areas that are eligible for flood insurance are published in the Federal Register by FEMA. 73. Will comply with the requirements of Executive Order 11990, which provides that federally funded construction and improvements minimize the destruction, loss, or degradation of wetlands. The Executive Order provides that, in furtherance of Section 101(b)(3) of NEPA (42 U.S.C. § 4331(b)(3)), Federal agencies, to the extent permitted by law, must avoid undertaking or assisting with new construction located in wetlands unless the head of the agency finds that there is no practicable alternative to such construction, and that the proposed action includes all practicable measures to minimize harm to wetlands that may result from such use. In making this finding, the head of the agency may take into account economic, environmental, and other pertinent factors. The public disclosure requirement described above also pertains to early public review of any plans or proposals for new construction in wetlands. This is codified at 44 CFR Part 9. 74. Will comply with the requirements of the Uniting and Strengthening America by Providing Appropriate Tools Required to Intercept and Obstruct Terrorism Act (USA PATRIOT Act), which amends 18 U.S.C. §§ 175-175c. Among other things, it prescribes criminal penalties for possession of any biological agent, toxin, or delivery system of a type or in a quantity that is not reasonably justified by a prophylactic, protective, bona fide research, or other peaceful purpose. The act also establishes restrictions on access to specified materials. "Restricted persons," as defined by the act, may not possess, ship, transport, or receive any biological agent or toxin that is listed as a select agent. 75. Understands the reporting of subawards and executive compensation rules, including first tier subawards to Cal EMA. a. Applicability. Unless you are exempt as provided in paragraph d. of this award term, you must report each action that obligates $25,000 or more in Federal funds that does not include Recovery funds (as defined in section 1512(a)(2) of the American Recovery and Reinvestment Act of 2009, b. Where and when to report: you must report on each obligating action described in the following paragraphs to Cal EMA. For subaward information, report no later than the end of the month following the month in which the obligation was made. (For example, if the obligation was made on November 7, 2011, the obligation must be reported by no later than December 31, 2011.) c. What to report: You must report the information about each obligating action that the submission instructions posted in Information Bulletin 350, to Cal EMA. To determine if the public has access to EXHIBIT B Page 12 Initials ___ the compensation information, see the U.S. Security and Exchange Commission total compensation filings at http://www.sec.gov/answers/execomp.htm. Subgrantees must report subrecipient executive total compensation to Cal EMA by the end of the month following the month during which you make the subaward. Exemptions include: If, in the previous tax year, you had gross income, from all sources, under $300,000, you are exempt from the requirements to report on subawards, and the total compensation of the five most highly compensated executives of any subrecipient. d. Reporting Total Compensation of Recipient Executives: You must report total compensation for each of your five most highly compensated executives for the preceding completed fiscal year, if i. the total Federal funding authorized to date under this award is $25,000 or more; ii. in the preceding fiscal year, you received 80 percent or more of your annual gross revenues from Federal procurement contracts (and subcontracts) and Federal financial assistance subject to the Transparency Act, as defined at 2 CFR 170.320 (and subawards); and $25,000,000 or more in annual gross revenues from Federal procurement contracts (and subcontracts) and Federal financial assistance subject to the Transparency Act, as defined at 2 CFR 170.320 (and subawards); and iii. The public does not have access to information about the compensation of the executives through periodic reports filed under section 13(a) or 15(d) of the Securities Exchange Act of 1934 (15 U.S.C. 78m(a), 78o(d)) or section 6104 of the Internal Revenue Code of 1986. (To determine if the public has access to the compensation information, see the U.S. Security and Exchange Commission total compensation filings at http://www.sec.gov/answers/execomp.htm.) iv. Subrecipient Executives. Unless you are exempt as provided above, for each first-tier subrecipient under this award, you shall report the names and total compensation of each of the subrecipient's five most highly compensated executives for the subrecipient's preceding completed fiscal year, if in the subrecipient's preceding fiscal year, the subrecipient received 80 percent or more of its annual gross revenues from Federal procurement contracts (and subcontracts) and Federal financial assistance subject to the Transparency Act, as defined at 2 CFR 170.320 (and subawards); and $25,000,000 or more in annual gross revenues from Federal procurement contracts (and subcontracts), and Federal financial assistance subject to the Transparency Act (and subawards); and the public does not have access to information about the compensation of the executives through periodic reports filed under section 13(a) or 15(d) of the Securities Exchange Act of 1934 (15 U.S.C. 78m(a), 78o(d)) or section 6104 of the Internal Revenue Code of 1986. 76. Understands that failure to comply with any of the above assurances may result in suspension, termination, or reduction of grant funds. The undersigned represents that he/she is authorized by the above named applicant to enter into this agreement for and on behalf of the said applicant. Signature of Authorized Agent:______________________________________________ Printed Name of Authorized Agent:___________________________________________ Title:____________________________________ Date:__________________________ EXHIBIT B Performance Report FISCAL YEAR 2012 Homeland Security Grant Program Reporting City: __________________________________________________ Performance Period: from _________________ to ____________________ (see Agreement with County for Performance Period Report due date) Mailing Instructions: Please complete the performance report and return it by the appropriate due date as indicated: (see Agreement with County for Performance Period Report due dates) Santa Clara County Office of Emergency Services Attention: Melissa Erickson 55 West Younger Ave, Suite 450 San Jose CA, 95110 Questions regarding the completion of this performance report should be directed to Santa Clara County Office of Emergency Services (408)808-7811. Questions can also be sent via email to melissa.erickson@oes.sccgov.org. Reports can be faxed to (408)294-4689, with a hard copy of the report mailed to the above address. Part I –City Contact Information Authorized person who is responsible for completing this form: Name_______________________________________________________________________ Title ________________________________________________________________________ Mailing Address_____________________________________________________________________ Phone_____________________________________Fax______________________________ e-mail _____________________________________________ Exhibit C Part II – Project Activities Directions: Complete the following items to reflect activities completed in your city during this reporting period. 1. Project Title: ______________________________________________________ 2. Please explain the actions/processes being taken and estimated completion date. Part III –Signature of Preparer I certify that I have prepared this report with the most timely and accurate information available. Signature:____________________________________ Date:_________________________ Printed Name:_________________________________ Title:_________________________ City of Palo Alto (ID # 3995) City Council Staff Report Report Type: Consent Calendar Meeting Date: 9/16/2013 City of Palo Alto Page 1 Summary Title: Amendment to Turner Contract for Mitchell Park Library Title: Approval of Amendment No. 1 to Contract C13149552 with Turner Construction Company to Increase Compensation by $785,000 for a Total Amount Not-to-Exceed $1,485,000 for Additional Construction Management Services for the Mitchell Park Library & Community Center Project From: City Manager Lead Department: Public Works Recommendation Staff recommends that Council approve and authorize the City Manager to execute Amendment No. One to Contract C13149552 with Turner Construction Company (Attachment A), to increase the compensation by $785,000 for additional construction management services for the Mitchell Park Library and Community Center project for a total time and materials contract amount of $1,485,000 and a total payment to Turner of $6,615,334. Executive Summary The Mitchell Park Library and Community Center (MPLCC) project has experienced substantial construction delays and a large number of change orders and claims. The current schedule from the prime construction contractor, Flintco Pacific, Inc. (Flintco), indicates the project will be completed in late 2013, approximately one and a half years later than the originally scheduled date for project completion. The delay is primarily the result of construction problems, particularly Flintco’s failure to properly schedule, coordinate and manage the work and inspections, and the City’s rejection of non-compliant work. As a result of the delays, change orders, claims, and non-compliant work, Turner City of Palo Alto Page 2 has had to remain on the job past the original contractual time period. Accordingly, staff recommends to increase Turner’s contract time and compensation by $785,000 in order to compensate Turner for extra work performed and to be performed during the construction phase from June 1 to November 30, 2013 (the currently estimated completion date), and to provide post-construction services for the period of December 1, 2013, to November 30, 2014. Background Measure N, which passed on November 4, 2008, allowed the City to sell bonds to fund the renovation of the Downtown Library, construction of the Mitchell Park Library and Community Center (MPLCC), and renovation and expansion of the Main Library. The City issued a Request for Proposals (RFP) for the construction management services for all of the Library Bond projects and Turner was selected. On September 14, 2009, the City and Turner entered into Contract C10131631. Five amendments were approved by Council to add construction management services and compensation for all of the Library Bond projects and to specify an end date of June 1, 2013, for the construction phase services for the MPLCC project. Also, in entering into the contract amendments, the City agreed to defer any claims against Turner relating to project delay and to set aside the amount of $850,000 as partial security for those claims. When it became apparent that the MPLCC project would extend beyond June 1, 2013, Turner requested that its fixed price contract be transitioned to a time and materials contract. On May 20, 2013, Council approved contract C13149552 with Turner for $700,000 to provide construction management services on a time and materials basis through the completion of the project, including $525,000 for Turner’s construction phase staff services from June 2 to October 31, 2013. The new contract includes safeguards to ensure City review of monthly invoices exceeding $140,000. Discussion City of Palo Alto Page 3 Turner’s construction phase services include: analyzing, estimating and processing change orders and claims; reviewing schedules; coordinating construction and inspections; inspecting and cataloging defective work; and assisting the City and Flintco in resolving construction issues. In May 2013, Turner and staff estimated the amount of work Turner would provide during the first five months of the new contract (June – October 2013). This estimate assumed that Turner’s time and fees would diminish as the project neared completion. However, that has not been the case. Although Flintco has recently stepped up their efforts to complete the project by November 30, 2013, change orders and claims submitted by Flintco have continued, as have failed inspections and non-compliant work. Additionally, the City’s twenty public art, fixtures, furnishings and equipment contractors are now beginning the installation of their work. Although Flintco is contractually obligated to coordinate these contractors’ work with their own, they have generally failed to do so and Turner has had to become involved. The result of all this is that Turner has been unable to wind down their services. An additional $785,000 for Turner’s staff services is recommended in Amendment No. One of the new contract. This includes $325,000 for Turner’s additional services during the construction phase for the months of June to October 2013 as well as one additional month of service in November 2013. It also includes $460,000 for Turner’s post-construction services from December 1, 2013 through November 30, 2014. These post-construction services are primarily for work to deal with construction deficiencies, the punch list, change orders, claims and warranty issues as staff anticipates that it likely will take a considerable amount of time and resources to negotiate and finalize all of the outstanding claims and issues with Flintco after construction is completed. Turner’s assistance during this period is essential as they will have the expertise and historical knowledge and documentation to deal with unresolved issues. Should the issues with Flintco be resolved sooner than anticipated or with fewer resources, staff would direct Turner to suspend their services and would only pay for services rendered up to that point. Resource Impact City of Palo Alto Page 4 Funds for the recommended amendment to the Turner contract are available in the Mitchell Park Library and Community Center project (CIP PE-09006). The original contract with Turner, including five amendments, totals $5,130,334 for MPLCC. Amendment No. One to the new contract with Turner adds $785,000 for a total contract amount of $1,485,000. Turner’s total accumulated payment for services in relation to the Mitchell Park project would be $6,615,334. Flintco’s bid and original contract amount for the project were well below the engineer’s estimate, however the City has authorized $3,781,522 in change orders accumulatively for Flintco through July 2013. Turner’s and the City’s architect, Group 4’s, contracts exceed the amounts originally budgeted for their services. However, the total estimated budget for project costs as are still below the $50,000,000 bond budget and the $49,043,000 engineer’s estimate, as shown below. Flintco original contract $24,365,000 Flintco contingency $ 4,873,000 (over $1,000,000 remains) Group 4 contract $ 6,020,725 Turner old contract $ 5,130,334 Turner new contract $ 1,485,000 (including the $785,000 add) Other City contractors $ 2,936,781 (including contingencies) Allocated Atty & Expert Fees $ 1,050,000 Permits, fees $ 487,174 TOTAL $46,348,014 Policy Implications Amending the contract with Turner does not conflict with any current City policy. Timeline Construction of the new Mitchell Park Library and Community Center began in September of 2010 and staff anticipates the facility opening in late 2013. City of Palo Alto Page 5 Attachments:  Turner Amendment (PDF) Additional Services, if any, shaH be authorized in accordance with and subject to the provisions of Exhibit "C". CONSULTANT shall not receive any compensation for Additional Services performed without the prior written authorization of CITY. Additional Services shall bc defined as set forth in Exhibit "A", and 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 elsewhere in Exhibit "A" . . SECTION 2. EXHIBIT "A" entitled SCOPE OF SERVICES is hereby amended to add the foHowing paragraph at the beginning of Phase III: Post eonstruction Services To Be Provided On A Time And Material Basis: "Post Construction Resolution Services: Consultant shaH assist the City in:' ensuring the Contractor completes the punch list; analyzing, documenting and resolving outstanding construction deficiencies or non-compliance with the Contractor; and analyzing, documenting and resolving outstanding ehange orders and claims from the Contractor." SECTION 3: EXfUBIT "B" entitled SCHEDULE Of PERFORMANCE is hereby amended by revising Task 2 to read, "2. Post Construction (5 months after CO) March 31, 2014" SECTION 4. EXHIBIT "C" entitled COMPENSATION is hereby amended to read as set forth in the following attachment to this Amendment. SECTION 5. Except as herein modified, all other provisions of the Contract, including any exhibits and subsequent amendments thereto, shall r"wain in full force and effect. {REMAINDER INTENTIONALLY BLANK -SIGNATURE PAGE FOLLOWS] 2 EXHIBIT "C" COMPENSATION The CITY agrees to compensate the CONSULTANT on a time and materials basis for professional services performed in accordance with the terms and conditions of this Agreement. Compensation shall be calculated on a time and material basis for the performance of the services specified in Phase II, Construction Phase Services in Exhibit "A". The hourly rate schedule attached as exhibit C-l will be used to compensate CONSULTANT for personnel assigned to each task set forth below. The budget per task below will be used by the CITY for internal accountin~. For Subconsultants, such as Inspections, special inspections, electronic document services, and photographic documentation services, the CITY agrees to compensate the CONSULTANT for services performed in accordance with the terms and conditions of this Agreement and as set forth in the budget schedule below. Compensation for the CONSULTANT shall be calculated based upon the actual cost ofthe subconsultant, plus a fee of five percent (5%), up to the not to exceed budget amounl set forth below. The compensation to be paid to CONSULTANT under this Agreement for the performance of services described in Exhibit "A" ("Basic Services") and reimbursable expenses shall not exceed $1,485,000 (the '~Cap"). If the CITY wants CONSULTANT to perform the Services so that CONSULTANT's compensation (for both professional services and reimbursable expenses) would exceed the Cap, then (a) prior written authorization from the CITY will be required, and (b) CONSULTANT will not be required to perform those Services unkss and until the City Council authorizes a written contract amendment increasing the Cap accordingly. Any work performed or expenses incurred for which payment would result in a total exceeding the Cap without prior authorization from the CITY shall be at no cost to the CITY. CONSULTANT's work shall be performed on a Time and Materials basis and shall perform the tasks and categories of work as outlined below. In the event Consultant's Task 1 Staff Costs exceed $140,000 in any month, CONSULTANT shall promptly notifY the City Manager and Public Works Director in writing once it becomes aware that such Staff Costs have been incurred. CONSULTANT shall submit detailed time records and reimbursables backup in a form acceptable to the CITY. The CITY's Project Manager may approve in writing the transfer ofbudgct amounts between any ofthe tasks or categories listed below provided the total compensation for Basic Services, including reimbursable expenses, does not exceed $1,485,000. 4 REIMBURSABLE EXPENSES The administrative, overhead, secretarial time or secretarial overtime, word processing, photocopying, in-house printing, insurance and other ordinary business expenses are included within the scope of payment for services and are not reimbursable ~xpenses. Then CITY will reimburse CONSULTANT for approved subcontracted services billed at cost plus 5%. ADDITIONAL SERVICES The CONSULTANT shall provide additional services only by advanced, written authorization from the CITY. The CONSULTANT, at the CITY's pn~ject manager's request, shall submit a detailed written proposal including a description of the scope of services, schedule, level of effort, and CONSULTANT's proposed maximum compensation, including reimbursable expense, for such services based on the rates set forth in Exhibit C-l. The additional services scope, schedule and maximum compensation shall be negotiated and agrced to in writing by the CITY's Project Manager and CONSULTANT prior to commencement of the services. Payment for additional services is subject to all requirements and restrictions in this Agreement TIME AND MATERIAl"S WORK Notwithstanding any other provision or anything to the contrary herein, it is expressly understood and agreed by both paI1ies that this contract is for Hourly and Time and Materials work, and that Consultant will provide staff and services up to the total contract authorization of$I,485,000 only, regardless of the status of construction, the status of the project, the performance or actions of the Contractor, the status of milestone dates, or thc status of the Construction Schedule. Consultant will keep the City advised at reasonable intervals as to how the Construction Management compensation is approaching the total authorization of $1,485,000, and will work with the City to manage the level of stafY and the services to work towards the $1,485,000 authorization. 6 EXHIBIT "C-l" HOURLY RATE SCHEDULE Rates for Services Performed in 2013 Project Executive $261 Project Manager $185 Superintendent $179 Project Engineer $118 Administration $ 71 Scheduling $174 Accounting $113 Estimator $188 Estimating Engineer $174 7 Rates for Services Performed in 2014 (because anticipated warranty period extends into 2014) Project Executive $270 Project Manager $191 Superintendent $184 Project Engineer $122 Administration $ 73 Scheduling $179 Accounting $116 City of Palo Alto (ID # 4003) City Council Staff Report Report Type: Consent Calendar Meeting Date: 9/16/2013 City of Palo Alto Page 1 Summary Title: City Hall Contract Amendment 1 with WMB Architects Title: Approval of Amendment No. 1 to Contract No. C12144101 with WMB Architects, Inc. in the Amount of $105,974 for a Total Not-to-Exceed Amount of $284,691 for Design of Improved Public Lobby and Meeting Spaces and Consolidation of Utilities Customer Service Functions on the First Floor as Part of the City Hall First Floor Renovations Capital Improvement Program Project PE-12017 From: City Manager Lead Department: Public Works Recommendation Staff recommends that Council approve and authorize the City Manager or his designee to execute Amendment No. 1 to Contract No. C12144101 with WMB Architects, Inc. (Attachment A) in the amount of $105,974 for expanded design services for the City Hall First Floor Renovations Project PE-12017 for a total not- to-exceed contract amount of $284,691 consisting of $258,810 for basic services and $25,881 for additional services. Background On March 5, 2012 Council approved consultant contract C12144101 with WMB Architects, Inc. (WMB) for design services for renovations on the first floor of City Hall (Staff Report #2457). WMB was selected through the standard consultant selection Request for Proposal (RFP) process. The scope of work in the RFP for the project provided for design upgrades to the Council Conference Room, the Human Resources (HR) Conference Room, the main lobby area, and elevator cabs. It also included design of wayfinding improvements for the entire Civic Center to help visitors navigate to their desired destinations. The FY 2014 Capital City of Palo Alto Page 2 Improvement Plan Budget included additional funding that expands the scope of the City Hall First Floor Renovation Project to consolidate customer service functions on the first floor and provide new, modern public meeting spaces. This contract amendment, in addition to unexpended funds reprogrammed from the original contract will fund the necessary design work to meet those objectives, as described below. Discussion Amendment No. 1 to the consultant contract provides for the design and preparation of construction documents for a larger area of City Hall than was provided for in the original scope of work. During the study phase of the project it was determined that the existing Council Conference Room was incapable of effectively serving the public for its current usage due to its size, location, and configuration. The consultant’s amended design work is further based on a series of discussions and recommendations made by staff and approved by the City Council to create a more open and welcoming atmosphere to encourage public interaction with City activities and City staff. Following the initial design development discussions, the plan evolved to transform the east side of the main lobby including the office area currently used by Human Resources (HR) into a larger, more comfortable Community Conference Room that will better serve larger Council Committee and Commission meetings and be much more accommodating for the public. The existing HR Conference Room will then be expanded into a new larger conference room to be used for smaller Council (Closed Sessions, etc) and Staff meetings. The existing old Council Conference Room will be transformed into a staff training and multi-use room. The existing restrooms serving the Council will be upgraded to conform to Americans with Disabilities Act (ADA) accessibility requirements. The remaining main lobby area will be further remodeled to incorporate public art displays and also to enhance the existing lobby payment counter. The Utilities Department Customer Service functions currently located on the second floor will be moved to the first floor adjacent to the existing Revenue Collection in order to more efficiently serve the public. These changes will require other movements of staff between the first floor, mezzanine, and second floor. City of Palo Alto Page 3 Since the project will include carpeting on much of the first floor, WMB will also assist with the selection of new carpeting for the Council Chambers. Council Chamber carpeting is funded in CIP PF-11001. OVERVIEW The new scope of work, including the additional work authorized by the Amendment No. 1, includes: 1) Main Lobby remodel including public art element 2) Convert existing HR conference room into new Council Conference Room 3) Convert existing Council Conference Room into new Training/Wellness Room 4) Design new community meeting room beside the Main Lobby 5) Design of new lobby payment counter and new doors for architectural consistency 6) Convert Revenue Services into new Utilities Customer Service offices and counter 7) Reconfigure mezzanine level offices (PSOD and Purchasing) 8) Reconfigure second floor offices (IT and Utilities) 9) Selection of new carpeting for Council Chambers 10) Remodel elevator cabs 11) Design new directional (wayfinding) signage for the entire Civic Center area Attachment B presents the final conceptual floor plans that will be refined into a set of construction documents for bidding. The contract with WMB includes services through bid support. Upon successful issuance of a construction contract, the WMB contract will be further amended to include construction administration and related services. Timeline City of Palo Alto Page 4 Staff expects to submit a building permit application by the end of October 2013. The project will then be issued for bids and the estimated six month construction period could begin in early spring 2014. The building will remain occupied during the course of the project. Work will be scheduled to keep systems operational during working hours and to minimize the impacts of construction on staff and the public. There may be some temporary relocation of department staff to accommodate construction. Resource Impact Funding for the expanded scope will be derived from a combination of funds in CIP Project PE-12017 (City Hall First Floor Renovation) and PF-02022 (Interior Finishes) that were approved in the fiscal year 2014 Capital Budget. Policy Implications The project is in conformance with Council policies encouraging public participation, open government, and transparency. Environmental Review This project is categorically exempt from the provisions of the California Environmental Quality Act (CEQA) under Section 15301 of the CEQA Guidelines as repair, maintenance or minor alteration of an existing facility and no further environmental review is necessary. Attachments:  Attachment A (PDF)  Attachment B (PDF) AMENDMENT NO.1 TO CONTRACT NO. C12144101 BETWEEN THE CITY OF PALO ALTO AND WMB ARCHITECTS, INC. This Amendment No.1 to Contract No. Cl2144101 ("Contract") is entered into on 16th of September, 2013, by and between the CITY OF PALO ALTO, a California chartered municipal corporation ("CITY"), and WMB Architects, Inc., a California Corporation, located at 5757 Pacific Avenue, Suite 226, Stockton, CA 95207 ("CONSULTANT"). RECIT ALS: WHEREAS, the Contract was entered into between the parties for the provision of design services for the City Hall First Floor Renovation Project; and WHEREAS, the parties wish to amend the Contract; NOW, THEREFORE, in consideration of the covenants, terms, conditions, and provisions of this Amendment, the parties agree: SECTION 1. Section A of RECITALS is hereby amended to read as follows: "A. CITY intends to implement the City Hall Renovation Project ("Project") and desires to engage a consultant to provide professional architectural design services for architectural upgrades in connection with the Project ("Services")." SECTION 2. Section 4 of the Contract, NOT TO EXCEED COMPENSATION, Paragraph 1, is hereby amended to read as follows: "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 Two Hundred Fifty-Eight Thousand Eight Hundred Ten Dollars [$258,810.00]. In the event Additional Services are authorized, the total compensation for services and reimbursable expenses shall not exceed Two Hundred Eighty-FouroThousand Six Hundred Ninety-One Dollars [$284,691.00]. The applicable rates and schedule of payment are set out in Exhibit "C-l ", entitled "HOURLY RATE SCHEDULE", which is attached to and make a part of this Agreement." SECTION 3. Section 12 of the Contract, SUBCONTRACTING, Paragraph 1 is hereby amended to read as follows: "Notwithstanding Section 11 above, CITY agrees that subconsultants may be used to complete the Services. The subconsultants authorized by CITY to perform work on this Project are: 1 Revision July 25, 2012 1) WSP FLACK + KURTZ (MechanicallElectrical Engineers/Audio Visual) 2) Ingraham DeJesse (Structural Engineers) 3) Square Peg Design (Wayfinding Consultant)" SECTION 4. The following exhibit(s) to the Contract is/are hereby amended to read as set forth in the attachment(s) to this Amendment, which are incorporated in full by this reference: a. Exhibit "A" entitled "Scope of Work" b. Exhibit "B" entitled "Project Schedule" c. Exhibits "C" and "C_I" entitled "Compensation" and "Rate Schedule". SECTION 5. Except as herein modified, all other provisions ofthe Contract, including any exhibits and subsequent amendments thereto, shall remain in full force and effect. IN WITNESS WHEREOF, the parties have by their duly authorized representatives executed this Amendment on the date first above written. CITY OF PALO ALTO City Manager APPROVED AS TO FORM: Senior Asst. City Attorney Attachments: EXHIBIT "A": EXHIBIT "B": EXHIBIT "C": EXHIBIT "C-I": SCOPE OF PROJECT SCHEDULE COMPENSA TION RATE SCHEDULE WMB ARCHITECTS, INC. Tian,4 5 &" Thomas Bowe (Sep 9, 2013) President 2 Revision July 25, 2012 Exhibit "A" -Scope of Work CIP PROJECT PE-12017 Task 1: City Hall Lobby Design Modifications The Lobby is intended to serve as a space that welcomes members of the public to the building and helps direct them to their destination within City Hall. The Lobby should also be modified to better accommodate the display of public art and to create opportunities for small, informal gatherings of staff and the pUblic. A) Transform the Lobby into an attractive and welcoming space to display public art and facilitate gatherings and events. B) Remove the current furniture and cabinets. C) Refinish walls and design an improved display mounting system to create a more attractive, functional, and safe environment for the display of artwork. D) Establish lighting conducive to displaying art, both on walls and freestanding that allows for safe, easy, and efficient bulb replacement. E) Establish signage and an electronic information kiosk to provide wayfinding information to the public. F) Create paths for foot traffic through the lobby which create protected spaces conducive to small gatherings. G) Design and select furniture and carpets which create space for gatherings & meetings. H) Consider changes to ceiling fixtures to modernize the lobby's appearance. Task 2: City Hall Council Conference Room Design Modifications The Council Conference Room is intended to serve as a less formal, more intimate meeting space for the Finance Committee and Policy & Services Committee of the City Council, various advisory Boards and Commissions, public gatherings, and to host larger staff meetings. A) Transform the Council Conference Room into a more modern and usable space which will more readily accommodate the multitude of departments and Committees, Boards, and Commissions that utilize the area. B) Explore opportunities to enlarge the existing area via the removal of the existing east wall and incorporation of the adjoining corridor into a larger and more usable meeting space. A structural analysis for this portion of the design will be required. C) Provide room layout and seating arrangements that will improve the interface between 3 Revision July 25, 2012 CommitteelBoard/Commission members and audience members during public meetings. D) Provide flexible room layout and seating arrangements to accommodate a larger number of occupants during public meetings, public multi-media presentations, and staff meetings. E) Design a more modem method for effective presentation delivery to accommodate conferences and . public presentations via electronic media. Seating arrangements will be critical to allow for easy viewing of the material presented by both board/commission members as well as audience members. F) Modernize the area utilizing newly-designed lighting, wall coverings, flooring, and furniture. Task 3: City Hall Human Resources Conference Room Design Modifications The Human Resources Conference Room serves as one of the larger staff meeting rooms in City Hall and is used by the City Council for private discussion during closed sessions. A) Transform the Human Resources Conference Room into a more modem and usable space which will more readily accommodate the multitude of departments that utilize the area. B) Design a more modem method for effective presentation delivery to accommodate conferences and small department presentations via electronic media. C) Modernize the area utilizing newly-designed lighting, wall coverings, flooring, and furniture. Task 4: City Hall Wayfinding Design Modifications Existing directional signage in City Hall is sparse and inadequate. The proposed wayfinding modifications should provide a simple, attractive, uniform, intuitive system of signage and other directional elements to assist members of the public to locate the service provider within City Hall that can address their needs and to find their vehicle upon returning to the garage. A) Integrate the signage and an electronic information kiosk from Task 1 into a programmatic and unified City Hall signage program that will readily direct members of the public to service locations throughout the various departments on all levels of City Hall (including the Police Wing); including paths of travel from the exterior of the building. B) Improve signage on the building exterior to direct members of the public to the Police Department offices on Forest Avenue. Coordinate the new signage with the signage on the Downtown Library across the street. C) Provide an easy means of identifying parking locations in the underground City Hall Garage which will readily assist customers in relocating their vehicle. D) Incorporate signage to direct customers from the parking garage to the location of an information kiosk on the First Floor. E) Provide signage and terminology that assists the customer to readily locate the service provider 4 Revision July 25, 2012 within City Hall that can address their needs. Integrate service descriptions with department names into unified naming conventions. F) Coordinate the design of informational signage in the elevator lobbies with ongoing efforts by the City Manager's Office to integrate photographs evocative of the services provided on each floor of the building with the accompanying signage. Task 5: City Hall Way Elevator Cabs Refurbishment A) Upgrade and modernize interior cab panels, including all sides, doors. flooring, and ceiling. B) Provide a more energy-efficient lighting system that will provide softer, more diffused illumination. C) Modernize the signage direction/display systems. Integrate same with Task 4, Wayfinding. D) Enhance the appearance of exterior door panels. Possibilities include integration with Task 4, Wayfinding, as well as including artistic concepts that correlate with department themes associated with that individual floor level. B. SCOPE OF SERVICES 1. Study Phase City Hall is an occupied building and will remain so during the entire design process and through the completion of construction. The Consultant will be responsible for surveying all the various departments and end-users that will be utilizing the areas of refurbishment to effectively address their desired needs and concerns. The study shall identify strategies and alternatives that will provide maximum benefit to end1,l.sers and optimize the functionality and usefulness of the work spaces. The analysis and resulting recommendation shall take into account both feasibility and economics. The Consultant shall work with the City's Project Manager to develop the survey strategy, identify the existing conditions and needs, and develop recommended modifications to meet the critical needs. Consultant shall identify implementation methodologies for the renovation to ass'ist in accommodating existing occupants. Relocation alternatives, rebuilding on a "fast-track" basis, and other alternatives proposed by Consultant shall be considered during this phase to accomplish the work with the least cost and/or minimum disruption to the occupants. Consultant shall present the study with alternates and recommendations to the Project Manager and appropriate departmental managers in the affected work areas for review and comment. Once a decision on approach, alternates, and recommendations is made by the City, the next phase of the project shall commence. 2. Conceptual Design Consultant's second phase shall be to prepare a preliminary design with estimated construction costs for the City's review. Consultant shall evaluate all parameters and observations in preparing a conceptual design to accomplish the City's objectives as outlined in the four tasks described above. A proposed methodology for completing the renovations during time periods of least impact to the functions of the departments will be proposed; along with refining the full scope of the project. Consultant shall provide conceptual (30%) drawings for review and approval and shall attend 5 Revision July 25, 2012 meetings with City staff to describe and discuss the elements of the conceptual design. Consultant shall provide a preliminary engineer's estimate of the construction contract cost for City review at the 30% design stage to aid the City in determining the final scope of work. 3. Construction Documents In the third phase, Consultant shall prepare the construction documents, including plans, technical specifications, an engineer's estimate, and a preliminary construction schedule which minimizes disruptions to building occupants. Consultant shall prepare the final construction documents for all components defined in the Conceptual Design. Plans and specifications shall be presented to the City at 60% and 90% completion for review and comment. An engineer's estimate shall be prepared at the 90% design stage. Consultant shall assist the City in obtaining all building permits, and other permits as applicable, required for implementation of the work. 4. Bid and Construction Phase The Consultant shall provide assistance to City staff (e.g. pre-bid meeting with prospective bidders, issuance of addenda, etc.) during the bidding phase of the project. Upon award of a construction contract to a general contractor, the City will negotiate with the Consultant an appropriate scope of work for construction phase services to be provided (e.g. assistance with Requests for Information, review of contractor submittals, review of change order requests, periodic site inspections, preparation of record drawings, etc.). Construction phase services will be added to the Consultant's contract at the City's discretion via a contract amendment. C. PROJECT ELEMENTS Preparation Work • City will provide any available existing plans for the City Hall work spaces to be modified during this project. • Consultant will meet with City representatives to develop a schedule for the work. Some tasks will hold a higher priority and may need to be fast tracked in comparison to some of the other tasks. Site Assessment • Consultant will conduct site visits. • Consultant will review and evaluate all available information and determine procedure for acquiring any necessary additional information. Equipment Evaluation • Consultant will evaluate existing lighting for anticipated needs. • Consultant will suggest possible audio/visual equipment to satisfy requirements. Economic Analysis and Feasibility • Consultant will recommend equipment based on functionality and cost. 6 Revision July 25, 2012 WORK PLAN WAYFINDING PARAGRAPH 5.4 SCOPE OF WORK I WORK PLAN PROPOSAL SCOPE WORK The Square Peg Proven Project Approach and Design Process Square Peg employs a proven project process and design approach based on a well defined schedule of evaluation, progress and milestone review meetings with the Client and the Design team. The checks and balances built in the this highly collaborative process ensures that the • Vision and goals are clearly understood at the onset of the project • Pertinent information is collected and analyzed • Design work is concepted and refined based on multiple reviews by the Client and Design Team • Documentation is subjected to multiple reviews • One or more of the key sign types are prototyped prior to final production for Client and Design Team approval. • Construction administration and installation oversight services ensure continuity and eontrol throughollt the entire process. Square Peg will thoroughly review the existing signing. study circulation etc in preparation to develop a new waytinding and signing program. The new program will address the following: 1. Integrate the signage and an electronic information kiosk from Task 1 into a programmatic and unified City Hall signage program that will readily direct members of the public to service locations throughout the various departments on all levels of City Hall (including the Police Wing); including paths of travel from the exterior of the building. 2. Improve signage on the building exterior to direct members of the public to the Police Department offices on Forest Avenue. Coordinate the new signage with the signage on the Downtown Library across the street. 3. Provide an easy means of identifying parking locations in the underground City Hall Garage which will readily assist customers in relocating their vehicle. 4. Incorporate signage to direct customers from the parking garage to the location of an infomlation kiosk on the First rloor. 5. Provide signage and terminology that assists the customer to readily locate the service provider within City Hall that can address their needs. Integrate service descriptions with department names into unified naming conventions. 6. Coordinate the design of informational signage in the elevator lobbies with ongoing efforts by the City Manager's Office to integrate photographs evocative of the services provided on each floor of the building with the accompanying signage. 9 Based on the scope outline f)'om the RFP and past experience with similar projects we anticipate the scope of signs to include, but is nollimited to: Based on the scope outline from the RFP and information gained at the interview with the City, we anticipate the scope of signs may include, but is not limited to: SITE SIGNING Project/Building Identity Signing -Parking Garage Entrance ID Sign Directional Signing Accessibility Signing Signing at Entry Doors Entrance ID Signing Pedestrian Directional & Information Signing Building Entry Identification Graphics at Entry Doors (Address, HC Accessibility, No Smoking, etc,) _ Emergency Assembly Area Signing -Building Address PARKING Parking Entry ID Clearance Bar Vehicular Directional Signing Pedestrian Directional Signing Column and Core Graphics Misc Room ID Signing INTERIOR SIGNING Orientation Directory/infonnation Display or Kiosk (Static / Dynamic) -Main Lobby -Secondary Entry Lobbies -Elevator Lobbies at Upper Levels Floor LevellD in Elevator Lobbies Floor Level Directories and/or Orientation Maps Directional Signing Changeable Displays for Daily Events, Information, etc ( Digital System and/or Static) Service Window Signing ( Digital System and/or Static) Informational Signing in Elevator Cabs (Digital System and/or Static) NOTE: The design process for signing wiII be closely coordinated with WMB Architects and GB Engineers to insure a well integrated design solution. 10 Square Peg will explore and incorporate technology as potential solutions at multiple locations throughout the project. A combination of design, cost and evaluation of benefits will be provided to the client with regard to proposed technology solutions as a means to inform the design decisions and approvals. SCOPE EXCLUSIONS Items that are specifically excluded from the scope of work include: U Signing for Non Public Areas such as office areas and back of house: Room Identification Signing Department! Area Identification Office lD Workstation lD Conference Room ID Mise Room ID Back of House Room ID Evacuation Maps at Elevators, Stairs and Exits ,] Preparation of building floor plans for use in sign location plans. It is assumed that the client will provide SPD with building plans for use in preparation of sign location plans and documents. [] Logo design U Print & Amenity design [1 Sculptures / Feature pieces iJ Content Design of Digital Media for Digital Displays. Note: SPD can provide content solutions as additional service if requested, or recommend other means of creating and/or obtaining content. Should any of these items be required Square Peg Design can provide them as an additional service. PHASE 1 WAYFINDING STRATEGY AND SCHEMATIC DESIGN During this phase of work, SPD will meet with the Client and consultants to review the project goals, existing design concepts, program criteria, and design influences. This phase shall include, but not limited to, the following tasks and design work: 1. Meet with Client and consultants to review the project goals, existing design concepts, program criteria, design influences etc. 2. Conduct wayfinding survey to determine overall signage strategy. Systematically study pedestrian and vehicular traffic flow as it relates to ingress, egress and circulation within the development. 3. Conduct appropriate research on potential design influences, available technologies, materials and finishes. 4. Collect all relevant data available for the Project to include: -Architectural plans and drawings -Existing design themes and details -Details of architectural elements 11 5. Prepare preliminary programming for sign locations and message schedules. 6. Confirm required sign types and environmental graphic elements. 7. Review of municipality and authorities regulations. 8. Produce three (3) design concepts for physical form and scale of signagc including proposed materials, finishes, colors. 9. Coordinate design concepts with the architecture and lighting. 10. Based on design concepts and proposed sign quantities. prepare implementation budgets for review and discussion with client. 11. Present Schematic Design Concepts, budgets and phasing options for comment and approval. MEETINGS 1. Kickoff Meeting 2. Interim Meetings with City Staff and Design Team as needed for coordination 3. Schematic Design presentation PHASE DELIVERABLES I. Schematic drawing package showing three (3) signage concepts 2. Preliminary power, data and structural requirements. 3. Preliminary sign location plans and phasing options 4. Preliminary implementation budgets. PHASE ACTION REQUIRED BY CLIENT Client review, comment, selection of one Schematic design direction and final approval of all phase deliverables to proceed into Phase 2. PHASE 2 DESIGN DEVELOPMENT Based on the approved Schematic Design direction from Phase I, Square Peg will develop and apply the approved design direction to all remaining sign types. The following is expected during this phase of work: I. Develop the approved Schematic Design per comments from Phase I and apply to all remaining sign types. 2. Coordinate all sign sizes, locations, power and structural requirements with the Design Team and project Consultants. 3. Refine and finalize signing typography, icons, materials and finishes 4. Prepare sign message schedules listing all proposed sign types and message copy. 5. Prepare Design Development presentation 6. Present developed materials for approval MEETINGS I. Interim design coordination with the city and design consultants as needed 2. Present Final Design 12 PHASE DELIVERABLES 1. Design Development drawings for all sign types. 2. Sign location plans and message schedule(s) for all required sign types. 3. Power, data and structural requirements per sign type 4. Sign implementation budget. 5. Material samples as necessary for review. PHASE ACTION REQUIRED BY CLIENT Client review, comment and final approval of all phase deliverables to proceed il1to Phase 3. PHASE 3 DOCUMENTATION The purpose of Phase 3 is to provide design intent documentation and technical detailing sufficient in detail to facilitate tendering and fabrication by a qualified sign fabricator. The Documentation Phase shall include. but 110t limited to, the following: T. Prepare design intent documentation drawings sufficient in detail to facilitate bidding and fabrication by a qualified sign fabricator. 2. Coordinate all sign sizes. locations, power and structural requirements with the design team. 3. Document design details for all sign types. 4. Specify and document signing colors. illumination and materials. 5. Write performance specifications for all signing colors. illumination. materials and installation as required. 6. Finalize typography. 7. Finalize sign location plans and message schedules. 8. Produce final set of documentation drawings for signing and graphic elements. MEETINGS I. Coordination with the city and design consultants as required PHASE DELIVERABLE At the completion of the Documentation Phase. we will deliver Final Documents to the Client. Documents shall include, but not limited to. the following deliverables and presentation materials: 1. Design Intent documentation suftlcient in detail to facilitate tendering and fabrication by a qualified sign fabricator. 2. Specifications 3. Final sign location plans and message schcdule(s) for all required sign types. 13 Documents will be issued as follows: I. Design documentation drawings for signing elements in Illustrator CS4 on Mac OS X platform: CD and three (3) hard copies, Tabloid formal 2. Location Plans -CA D 2010, CD and three (3) hard copies 3. Message Schedule -Filemaker: CD and three (3) hard copies 14 City of Palo Alto Contract No. C12144101 Scope Change #1 -Expansion to New Community Meeting Room + Mezzanine Level Offices Task Proposed Scope Change #1 Task l-Investigation Architectural $ 5,438 Engineering $ 5,000 $ 10,438 Task 2 -Needs Assessment Architectural $ 7,000 Engineering $ 7,000 $ 14,000 Task 3 -Concept Design Development Architectural $ 16,500 Engineering $ 12,000 $ 28,500 Task 4 -Construction Documents Architectural $ 39,500 Engineering $ 32,000 $ 71,500 Task 5 -Plan Review I Permitting Architectural $ 5,000 Engineering $ 5,000 $ 10,000 Task 6 -Bidding Architectural $ 3,500 Engineering $ 4,000 $ 7,500 Task 7 -Wayfinding Schematic Design Architectural $ Engineering $ 24,000 $ 24,000 Task 8 -Wayfinding Design Development Architectural $ Engineering $ 20,000 $ 20,000 Task 9 -Wayfinding Documentation Architectural $ Engineering $ 24,000 $ 24,000 Subtotal Fees Architectural $ 76,938 Engineering $ 133,000 $ 209,938 Reimbursable Expenses $ 8,000 Total Basic Services & Reimbursable Expenses $ 217,938 Additional Services (NTEl $ 21,794 MAXIMUM TOTAL COMPENSATION $ 239,732 WMB Architects Inc. City of Palo Alto Contract No. C12144101 Scope Change #2 -Addition of Second Floor Task Proposed Scope Change #2 Task 1 -Investigation Architectural $ 1,500 Engineering $ 1,000 $ 2,500 Task 2 -Needs Assessment Architectural $ 1,700 Engineering $ 1,000 $ 2,700 Task 3 -Concept Design Development Architectural $ 3,377 Engineering $ 4,000 $ 7,377 Task 4 -Construction Documents Architectural $ 7,500 Engineering $ 11,000 $ 18,500 Task 5 -Plan Review I Permitting Architectural $ 1,250 Engineering $ 1,000 $ 2,250 Task 6 -Bidding Architectural $ 1,275 Engineering $ 500 $ 1,775 Subtotal Fees Architectural $ 16,602 Engineering $ 18,500 $ 35,102 Reimbursable Expenses $ 2,000 Total Basic Services & Reimbursable Expenses $ 37,102 Additional Services (NTE) $ 3,710 MAXIMUM TOTAL COMPENSATION $ 40,812 WMB Architects Inc. City of Palo Alto Contract No. C12144101 Scope Change #3 -Council Chambers Flooring & Assisted Listening Task Proposed Scope Change #3 Task 1 -Investigation Arch itectu ra I $ 1,000 Engineering $ 250 $ 1,250 Task 2 -Needs Assessment Architectural $ Engineering $ $ Task 3 -Concept Design Development Architectural $ 800 Engineering $ $ 800 Task 4 -Construction Documents Architectural $ 720 Engineering $ 1,000 $ 1,720 Task 5 -Plan Review I Permitting Architectural $ Engineering $ $ Task 6 -Bidding Architectural $ Engineering $ $ Subtotal Fees Arch itectu ra I $ 2,520 Engineering $ 1,250 $ 3,770 Reimbursable Expenses $ Total Basic Services & Reimbursable Expenses $ 3,770 Additional Services (NTE) $ 377 MAXIMUM TOTAL COMPENSATION $ 4,147 WMB Architects Inc. EXHIBIT "e" 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-l" 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" ("Basi& 5eF¥i&es") ("Scope of Work") and reimbursable expenses shall not exceed Two Hundred Fifty-Eight Thousand Eight Hundred Ten Dollars [$258,810.00]. 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 Two Hundred Eighty-Four Thousand Six Hundred Ninety-One Dollars [$284,691.00]. Any work performed or expenses incurred for wh ich 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 project manager may approve in writing the transfer of budget amounts between any of the tasks or categories listed below provided the total compensation for Basic Services, including reimbursable expenses, does not exceed Two Hundred Fifty-Eight Thousand Eight Hundred Ten Dollars and the total compensation for Additional Services does not exceed Twenty Five Thousand Eight Hundred Eighty-One Dollars. Exhibit C -Compensation Summary .. -~---- Not To Exceed Amount Original Contrac Amendme ,t No.1 Budget Schedule 3/5/2012 SC#l SC#2 SC#3 Task 1 Investigation $ 8,200 $ 10,438 $ 2,500 IT 1,250 Task 2 Needs Assessment $ 13,390 I $ 14,000 $ 2,700 - Task 3 Concept Design Development $ 19, 28,500 ~ I,~II I 800 Task 4 iConstruction Documents $ 39,960 $ 71,500 18, 1,720 iTask 5 i Review/Pennitting $ 4,810 $ 10,000 $ 2,250 $ - ask6 ding $ 3,640 $ 7,500 $ 1,775 $ - ask 7 ayfinding Schematic $ 24,000 $ 24,000 $ -$ - ask8 yfinding Design $ 20,000 $ 20,000 $ -$ - Task 9 Wayfinding Documentation $ 24,000 $ 24,000 $ -$ - Task 10 Temporary Facilities $ -$ -$ -$ - ISubtotal Basic Services $157,470 $209,938 $ 35,102 $ 3~ imbursable Expenses $ 5,000 $ 8,000 $ 2,000 $ - Total Basic Services & Reimbursable Expenses I$~ Additional Services (Not to exceed) 2 __ 16~~?"_ r---"'~"""~-----_"'._0 $ 25, -'-~---Y-'---"r-------r'------"""--"--- MAXIMUM TOTAL COMPENSATION $178,717 $ 284,691 EXHIBIT "C-1" HOURLY RATE SCHEDULE Team Fee Schedule WMB ARCHITEaS Senior Principal Architect Principal Architect Project Architect Staff Architect Project Manager Interior Designer CADD Draftsperson I. Project Support Clerical SQUARE PEG DESIGN Principal/Creative Director Principal/Managing Director Senior Designer Senior Project Manager Design Staff WSP FLACK + KURTZ President Executive Vice President Senior Vice President Vice President Senior Associate Associate Senior Engineer Engineer CAD Manager Design Engineer Designer CAD Operator Administration INGRAHAM DE JESSE STRUaURAL ENGINEERS Principal . Associate, Structural Engineer Structural Engil'!eer Structural Designer CAD Operator / Designer Administrative Assistant • WMB ARCHITECTS T 209.944.9110 F 209.944.5711 $lGO.OO/hour $135.00/hour $125.00/hour $110.00/hour $lOO.OO/hour $lOO.OO/hour $90.00/hour $55.00/hour $230.00/hour $230.00/hour $130.00/hour $130.00/hour $95.00/hour $400.00/hour $300.00/hour $300.00/hour $22S.00/hour $lSO.OO/hour $lG5.00/hour $lSS.OO/hour $130.00/hour $12S:00/hour $110.00/hour $9S.00/hour $9S.00/hour $8S.00/hour $180.00 -$250.00/hour $160.00 -$210.00/hour $120.00 -$180.00/hour $80.00 -S110.00/hour $80.00/ $110.00/hour . $60.00/hour Statements shall be rendered monthly and paid in proportion to amount of services completed. Additional services required beyond the scope of work will be billed on a time plus materials basis. 5757 Pacific Avenue Suite 226 Stockton CA 9S207 CONFERENCE FLEXIBLE MEETING SPACE AV OPEN OFFICE KITCHEN 57 80* COMMUNITY MEETING COPY * CHAIR STORAGE FOR THIS SEATING OPTION NOT AVAILABLE ON FIRST FLOOR (E) WOMENS (E) MENS (E) ELEV. (E) ELEV. (E) ELEV. MENS ELECTRICAL WOMENS LOBBY 101 (E) OFFICE 105 (N) CLOSET 103 (E) OPEN OFFICES 102 (E) OPEN OFFICES 104 (E) STAIRS 106 (N) OFFICE 107 (N) HALL SERVICE 110 (N) OFFICE 108 109 FINANCE UTILITIES / CUSTOMER SERVICES 111 112 114 115 116 117 113 (E) ELEV. LOBBY 118 119120 HALLWAY 121 122 123 124 (E) STAIRS 125 126 City Hall Remodel 11-139 09.04.13 GROUND FLOOR PLAN SCALE :1/4" = 1'-0" 9/4/2013 2:13:44 PM, Copyright WMB, Inc. PURCHASING H.R. LOBBY PURCHASING 123 1 2 3 CPOAD MEETING ROOM COPY COPY MEETING 1 2 3 4 5 6 7 8 9 4 5 6 10 11 12 COPY OFFICE COLLECTION COPY 7 8 910 FI L E S T O R A G E 1 2 8 . 7 " W . x 4 7 . 3 " D . x 9 5 . 5 " H . (E) ELECT. (E) WOMENS (E) MENS (E) ELEV. (E) ELEV. (E) ELEV. MEETING ROOM M07 M08 M06 M05 M09 M10 M17 OPEN OFFICES M12 OPEN OFFICES M19 M13 (E) ELEV. LOBBY M01 M03 M02 HALLWAY M04 M14M15 RECEPTION M16 M18 (E) STAIRS (E) STAIRS STORAGE M11 City Hall Remodel 11-139 09.04.13 MEZZANINE FLOOR PLAN SCALE :1/4" = 1'-0" 9/4/2013 2:13:47 PM, Copyright WMB, Inc. HELP DESK OFFICE 210 OPEN OFFICES 213 WORK AREA 212 RECEPTION 204 OFFICE 209 SHARED CONFERENCE ROOM 208 C.I.O. 207 (E) WOMENS (E) MENS (E) ELEV. (E) ELEV. (E) ELEV. (E) ELEV. LOBBY 201 203 202 STORAGE 211 (E) STAIRS (E) STAIRS (E) CL. 214 (E) DATA ROOM 218 (E) VESTUBILE 215 (E) OFFICE 216 (E) OFFICE 217 OPEN OFFICES 205 OPEN OFFICES 206 OPERATIONS PROJECT SERVICES ENTERPRISE / OPERATIONS UTILITIES WORK AREA 7'X8'7'X8' 7'X8'7'X8' 7'X8' 7'X8' 7'X8' 7'X8' 7'X8'7'X8' 6'X6'6'X6' 6'X6' 6'X6' 6'X6' 6'X6' 6'X6' 6'X6' 6'X6' RECEPTION 9'X10'9'X10'6'X7'6'X7'6'X7'6'X7'6'X7' 6'X7'6'X7'6'X7'6'X7' 6'X7'6'X7'6'X7'6'X7' City Hall Remodel 11-139 09.04.13 SCALE :1/8" = 1'-0" SECOND FLOOR PLAN Opt. 'B' 28 Staff with NO Shared Conference Room 9/4/2013 2:13:52 PM, Copyright WMB, Inc. City of Palo Alto (ID # 4068) City Council Staff Report Report Type: Consent Calendar Meeting Date: 9/16/2013 City of Palo Alto Page 1 Summary Title: Extend the term of Rail Shuttle Bus Administration Title: Approval of Amendment No. 20 to Contract No. S0114750 With The Peninsula Corridor Joint Powers Board for Rail Shuttle Bus Administration to Extend the Term for Six Months and Add $26,684 for a Total Not To Exceed Amount of $2,903,928 From: City Manager Lead Department: Planning and Community Environment Recommendation Staff recommends that Council authorize the City Manager to execute the attached amendment to the Rail Shuttle Bus Administration Agreement with the Peninsula Corridor Joint Powers Board (JPB), extending the term of the agreement for six months through December 31, 2013 and adding $26,684 to cover the City’s Embarcadero shuttle operating costs during the period July 1, 2013 through December 31, 2013. This will increase the cumulative contract expenditure limit since 1999 to $2,903,928. Background The City and JPB entered into the Rail Shuttle Bus Administration agreement in 1999 for the provision of the Palo Alto Shuttle Program through the JPB Caltrain shuttle bus program. The agreement allows the Palo Alto to extend the term of the program upon mutual consent. There have been nineteen contract extensions since the original agreement was executed. The original JPB agreement contained terms and conditions for two distinct services: (1) the basic Embarcadero/Baylands Caltrain commuter peak period shuttle route, which is part of the Caltrain commuter shuttle program and currently subsidized 75% by the JPB, and (2) expanded shuttle routes, including the Crosstown shuttle and special school commute service, funded exclusively by City of Palo Alto. In January 2011, the City Council approved a three year contract with MV Transportation to provide service for expanded shuttle routes, including the Crosstown shuttle that expires in February 2014. The City continues to contract with the JPB for the Embarcadero Shuttle. City of Palo Alto Page 2 Discussion The twentieth amendment to the agreement, in letter format (Attachment A) dated August 19, 2013, provides for continued shuttle services for the Palo Alto shuttle program from July 1, 2013, through December 31, 2013. In previous years, this agreement was extended to cover funding periods in one-year increments. However, this year JPB staff is in the process of updating the original Rail Shuttle Bus Service Administration Agreement from 1999. The new updated agreement will be provided to the City in the next few months and will cover the period of January 1, 2014 through June 30, 2014. If desired by the City, the new updated agreement could be extended by formal amendments to cover additional funding periods of up to one year increments. Staff is requesting that the Council approve the attached amendment to the Rail Shuttle Bus Administration Agreement (S0114750) to provide continuing operation of the Caltrain Embarcadero/Baylands shuttle program for the next six months. The cost of the Embarcadero/Baylands commute period shuttle service for six months from July 1, 2013 through December 31, 2013 is estimated to be $106,734. The contract amendment with the JPB stipulates that the City reimburse the JPB a sum of $26,684, equal to 25 percent of the cost of the peak period Embarcadero/Baylands commute shuttle. Resource Impact Funding included in the 2013/2014 operating budget for the Palo Alto Shuttle program is sufficient to cover the service and operating costs for the Embarcadero Shuttle. No additional resources will be required at this time. The extension of this agreement with the JPB will not impact the contract with MV Transportation that provides service for the Crosstown shuttle. Policy Implications This request is consistent with existing Council direction to continue and expand the Palo Alto shuttle project. Environmental Review On August 2, 1999, the City Council approved a Negative Declaration finding the shuttle project would not result in any significant environmental impact. City of Palo Alto Page 3 Attachments:  Attachment A: Caltrain Joint Powers Board Contract Extension Letter Agreement dated August 19, 2013 (PDF) August 19,2013 Ms. Ruchika Aggarwal City of Palo Alto Transportation Planner POBox 10250 Palo Alto, Ca 94303 RE: EXTENSION OF BAYLANDSIEMBARCADERO SHUTTLE BUS ADl.\tIINISTRATION AGREEMENT Dear Ms. Aggarwal: Peninsula Corridor Joint Powers Board (bJPB") staff is updating and standardizing the many old and outdated Rail Shuttle Bus Service Administration Agreements, some of which go hack almost 20 years. Once this update is complete, the new updated agreement shall replace the existing agreement that past letter extensions have referenced, While the update is in progress, we have decided to provide a six month extension of existing agreements. The new updated agreement shall be provided to you in the next few months and will cover the period ofJanuary 1,2014 through June 30, 2014. It will then be extended, if desired by the parties, by formal amendments, to cover additional funding periods of up to one year increments. The existing Shuttle Bus Administration Agreement between the City of Palo Alto (bCity") and the JPS dated March 30, 1998 ("Agreement")terminates on June 30, 2013. This Letter Agreement extends the term of the Agreement for a SIX MOl'.'TH period from July I, 2013 through December 31, 2013 ("Extension Period") by mutual consent, as permitted in the Agreement. All terms of the Agreement remain in full force and effect, except as expressly revised herein. The City will be required to pay the JPB $26,684 during the Extension Period, constituting twenty-five percent (25%) ofthe $106,734 estimated cost of operating Embarcadero Caltrain Shuttle during the Extension Period. The Embarcadero service is currently operating at a cost per passenger of approximately $3.83. The maximum cost per passenger benchmark is $4.00 per passenger. The additional riders from other entities support continuation of this route. 1 PENINSULA CORRIDOR JOINT POWERS BOARD 1250 San Carlos Ave, -P.O. Box 3006 5263414.1 San Carlos, CA 94070-1306 650.508,6269 City of Palo Alto (ID # 4062) City Council Staff Report Report Type: Consent Calendar Meeting Date: 9/16/2013 City of Palo Alto Page 1 Summary Title: 2014 Municipal Fee Schedule Amendments Title: Adoption of a Resolution Approving the 2014 Municipal Fee Schedule Amendments From: City Manager Lead Department: Administrative Services Recommendation Staff recommends that the Council approve amendments to the FY 2014 Adopted Municipal Fee Schedule effective July 1, 2013, as stated in the resolution. Executive Summary The recommendations included in this report will allow for minor technical adjustments to the Municipal Fee Schedule. These clerical amendments consist of modifying copying costs to ensure consistency and adding three fees which were inadvertently omitted from the 2014 Municipal Fee Schedule due to clerical errors. The fee amendments will have no effect on the Fiscal Year 2014 Adopted Operating Budget, as the correct rates were used in the development of revenue estimates for the budget. Upon approval of the recommendations included in this report, staff will amend the 2014 Adopted Municipal Fee Schedule that is posted on the City’s website. Background On June 10, 2013, the City Council approved the 2014 Operating Budget, which included the Municipal Fee Schedule. Subsequent to the release of the Adopted Municipal Fee Schedule early August 2013, a small number of clerical errors were discovered, and staff now seeks City Council authorization to retroactively correct these errors effective July 1, 2013. Discussion After the release of the FY 2014 Adopted Municipal Fee Schedule early August 2013, a small number of clerical errors were discovered as discussed below. City of Palo Alto Page 2 Zoning Map Booklets: The FY 2014 Adopted Municipal Fee Schedule includes fees for the purchase of Zoning Map Booklets in two different sections of the schedule. In the City-Wide Fee section of the document (page 1-1), the fee is listed as $48.00 + $4.00, if mailed, however, in the Planning and Community Environment Department (page 16-4) the fee is listed as $95.00 + $4.00, if mailed. The fee was increased in Fiscal Year 2010 and then again as part of the 2014 Budget, however, the City-Wide section of the document was not updated to account for these Zoning Map Booklets fee increases. The higher rate, as reflected in the Planning and Community Environment Department, has been used since 2010. Staff recommends to retroactively update the City-Wide Fee Section of the FY 2014 Adopted Municipal Fee Schedule to ensure consistency within the document. Construction and Demolition Fees: Prior to Fiscal Year 2014, the Municipal Fee Schedule for the Public Works Department included fees related to the Construction and Demolition Program. These fees are assessed for various types of projects and construction valuations to ensure proper recycling and disposal of demolition debris. The three fees are itemized below:  Commercial and Multi-family projects greater than or equal to $25,000 in valuation: $225/permit  Single Family and Two Family projects greater than $75,000 in valuation: $205/permit  Single Family and Two Family projects greater than $25,000 and less than $75,000 in valuation: $77/permit Prior to FY 2014, the Revenues and associated expenditures associated with this program were budgeted in the Refuse Fund. As part of the FY 2014 Adopted Budget, the revenues and expenditures related to this program were shifted to the General Fund, in the Planning and Community Environment Department. As part of the development of the 2014 Municipal Fee Schedule, staff correctly eliminated these fees in the Public Works Department – Refuse section; however, inadvertently these fees were not added to the Planning and Community Environment Department Section. Therefore, staff recommends to retroactively approve these three fees effective July 1, 2013 so that staff can amend the Planning and Community Environment Department Section of the FY 2014 Adopted Municipal Fee Schedule. Resource Impact No impact on the Fiscal Year 2014 Budget is anticipated as a result of these recommendations. All recommended fee amendments to the FY 2014 Adopted Municipal Fee Schedule and related revenue estimates were assumed in the development of the Fiscal Year 2014 Budget. Policy Implications This recommendation is consistent with adopted Council policy. Environmental Review The action recommended is not a project for the purposes of the California Environmental Quality Act. City of Palo Alto Page 3 Attachments:  Attachement A: RESO Muni Fee Schedule 2014 (PDF)  Exhibit 1 - Exhibit Revised Muni Fee pages (PDF) *NOT YET APPROVED* 130904 sh 0131121 Resolution No. ________ Resolution of Intention of the Council of the City of Palo Alto Amending the Citywide Section and Planning and Community Environment Department Section of the Fiscal Year 2014 Municipal Fee Schedule R E C I T A L S A. On June 10, 2013, The City Council approved the 2014 Operating Budget, which included the Municipal Fee Schedule. B. Subsequent to the release of the Adopted Municipal Fee Schedule early August 2013, a small number of clerical errors were discovered. C. Prior to FY 2014, the revenues and associated expenditures associated with this program were budgeted in the Refuse Fund. As part of the FY 2014 Adopted Budget, the revenue and expenditures related to this program were shifted to the General Fund, in the Planning and Community Environment Department. As part of the development of the 2014 Municipal Fee Schedule, staff correctly eliminated these fees in the Public Works Department – Refuse Section; however, inadvertently these fees were not added to the Planning and Community Environment Department Section. D. The Municipal Fee Schedule displays the fees for Zoning Map Booklets in the Citywide section as well as the Planning and Community Environment section of the document. The fee included in the Citywide section of the document incorrectly states a lower fee than the Planning and Community Environment section. E. The minor technical adjustments to the Municipal Fee Schedule are for four fees retroactive to July 1, 2013. These adjustments will ensure consistency of two fees (Zoning Map Booklets) across the schedule and add three fees (Construction and Demolition Fees) which were inadvertently omitted from the 2014 Municipal Fee Schedule. F. The fee amendments will have no effect on the Fiscal Year 2014 Operating Budget, as the correct rates were used in the development of revenue estimates for the budget. G. The fee amendments will be retroactive to July 1, 2013. NOW, THEREFORE, the Council of the City of Palo Alto does RESOLVE as follows: SECTION 1. The Municipal Fee Schedule is hereby amended as stated on the attached Exhibit “A” – Citywide Section and Planning and Community Environment Department Section of the Fiscal Year 2014 Municipal Fee Schedule. *NOT YET APPROVED* 130904 sh 0131121 // // // SECTION 2. The Council finds that this is not a project under the California Environmental Quality Act and, therefore, no environmental impact assessment is necessary. INTRODUCED AND PASSED: AYES: NOES: ABSENT: ABSTENTIONS: ATTEST: __________________________ _____________________________ City Clerk Mayor APPROVED AS TO FORM: APPROVED: __________________________ _____________________________ Sr. Assistant City Attorney City Manager _____________________________ Director of Planning & Community Environment _____________________________ Director of Administrative Services FY 2013 FEE FY 2014 FEE Map Scales Zoning Map Booklet $95.00 + $4.00 if mailed $95.00 + $4.00 if mailed CITYWIDE FEES City of Palo Alto FY 2014 Municipal Fee Schedule 1- 1 Construction and Demolition Commercial and Multi-Family projects greater than or equal to $25,000 in valuation Single Family and Two Family projects greater than $75,000 in valuation Single Family and Two Family projects greater than $25,000 and less than $75,000 in valuation FY 2013 FEE FY 2014 FEE PLANNING & COMMUNITY ENVIRONMENT DEPARTMENT Building Division Whenever work is started without application approval, an investigation fee in addition to the permit fee shall be collected whether or not a permit application is then or subsequently approved. The investigation fee shall be equal to the amount of the application fee required. $230.00/permit $230.00/permit $205.00/permit $205.00/permit $77.00/permit $77.00/permit City of Palo Alto FY 2014 Municipal Fee Schedule 15-1 City of Palo Alto (ID # 4057) City Council Staff Report Report Type: Consent Calendar Meeting Date: 9/16/2013 City of Palo Alto Page 1 Summary Title: Mayfield Reservoir Emergency Repairs Contract Title: Approval of Utilities Enterprise Fund Construction Contract No. C141541174 with DN Tanks, Inc. In a Not to Exceed Amount of $340,000 for Repairs at Mayfield Reservoir From: City Manager Lead Department: Utilities Recommendation Staff recommends that Council approve and authorize the City Manager or his designee to execute the attached contract with DN Tanks, Inc. (Attachment A) in a not to exceed amount of $340,000 for repair work completed on the City’s Mayfield Reservoir. Background The Mayfield Reservoir is an underground concrete structure which was built in the late 1920’s. To help ensure its continued functionality the reservoir was drained from October 2011 to January 2013 to allow extensive seismic rehabilitation work to be performed and to rebuild the adjacent pump station. After the rehabilitation work was completed in January 2013, the reservoir was refilled. However, the cracks which had formed in the concrete slabs and floors caused the reservoir to leak. Between January and June 2013, while the reservoir was filled, the City made a number of attempts to locate and repair the cracks and stop the leaks. Divers were hired to enter the tank on two separate occasions (February 25, 2013 and April 1, 2013) to attempt to repair the problem areas. Some of the cracks were located and sealed, however, the amount of water leaking from the reservoir continued unabated. After further analysis, staff found that the rate of water leakage from the reservoir was approaching 10,000 gallons a day and that the leaking water was causing a significant risk of damage to nearby properties, as well as to the reservoir structure itself. To reduce the risks City of Palo Alto Page 2 caused by the leaks, the reservoir was emptied again in mid-June, 2013 to allow further inspection of the concrete and to determine what could be done to repair the cracks. The City’s staff and Engineer of Record (URS) evaluated the problem and determined that the cracks in the reservoir had not been caused by the recent seismic rehabilitation activity but were due to the age of the concrete and the expansion and contraction of the structure during the time the reservoir had been empty for pump station and seismic repairs. The Mayfield reservoir is a critical part of preserving the level of service for the City’s emergency water supply and is an integral part of the City’s water reserve resources for fire suppression. When the reservoir is not filled, the City’s water storage capacity is reduced by 4 million gallons and, as a result, there is an increased risk that the City may not have sufficient water supply to provide adequate fire suppression during certain emergency events. Discussion To minimize the risk of further damage to the reservoir and adjacent properties, and to avoid concerns regarding the City’s ability to respond to emergency fire suppresssion events, staff requested, and the City Manager agreed, that it was critically important to proceed with the required repair work on the Mayfield Reservoir as quickly as possible. DN Tanks, Inc. was determined to be one of the few west coast based contractors which have the ability to perform this specialized repair work. DN Tanks had a repair crew available and was able to commit to perform and complete the necessary repair work before the start of school on August 15th at Lucille Nixon Elementary School, which is next to the reservoir, as the school’s parking lot was affected by staging of construction equipment. The construction work had been disrupting the parking and reducing the available playground space at the school since the construction work began in October, 2011. In response to the schools concerns about continuing disruption to their activities, the City had reached an agreement with the School Principal to make every effort to complete all the work prior to the start of the school year beginning August 15, 2013. Due to the urgent nature of this repair work, the Utilities Department requested approval through Purchasing from the City Manager for a sole-source contract with DN Tanks so that repair work could begin immediately. When the contract was negotiated and awarded during the Council’s July, 2013 summer recess, the cost of the work was not expected to exceed $250,000, which was within the City Manager’s contracting authority. However, as DN Tanks proceeded to perform its crack assessment within the reservoir and City of Palo Alto Page 3 began filling the voids that had developed under the reservoir and sealing cracks in the concrete slab inside the reservoir, it was noted that the joint sealant material between the slabs was delaminating in a number of locations. After additional inspection, DN Tanks recommended that additional work was required to reduce the leakage from the reservoir. These joints had been previously sealed in the early 1990’s, and more recently had been resealed by the seismic rehabiliation contractor, Anderson Pacific. These problems were not found during the intial inspection and were identified near the end of the crack sealing process. Staff and the City’s Engineer of Record (URS) are now reviewing the sealant work performed and materials used during the seismic rehabilition project to determine if the contractor may bear some responsibility for the costs which the City incurred to repair the reservoir leaks. This unanticipated additional repair work was estimated to require an additional cost of $90,000 in labor and materials, and two additional weeks of time to complete. The City’s Engineer of Record (URS) reviewed the need for, and cost estimate related to the additional work and recommended that it be done while DN Tanks was still mobilized on the site. Utilities staff concurred recommended to the City Manager that the City should proceed with the additional repairs immediately, s as taff felt that any delays in contracting for the additional work would result in the de-mobilization of DN Tanks’ work crews at the site and an increase in the cost to re-stage the work site. More delays would also have exacerbated the disruptions for the Lucille Nixon Elementary School and increased the risk associated with having a key fire suppresssion water source continue to be unavailable during the summer fire season. This additional repair work caused the cost for the reservoir repairs to increase to a total not to exceed amount of $340,000, an amount which exceeded the City Manager’s signature authority. It is for this reason that staff now requests that the Council approve, and authorize the City Manager to execute the attached construction contract with DN Tanks, Inc. Staff confirmed with the Contractor’s State License Board that DN Tanks, Inc. has an active California license on file. Staff also checked references supplied by the contractor for previous work performed and found no significant complaints. The work completed on the reservoir ahead of Council’s now requested approval was of an urgent nature and was required to address possible structural problems developing at the reservoir resulting from the undermining of the soil under the reservoir from the water leakage. When the additional problems with the joints was identified at the end of the crack repair work conducted in July, 2013, a business decision was made to keep the contractor on site to avoid increasing the amount of time the reservoir would be out of service during the fire season; to avoid additional charges that would result for the contractor having to demobilize for some uncertain time period and re-mobilize to complete the needed repairs; and to avoid increased disruption to the Lucille Nixon Elementary School. City of Palo Alto Page 4 While Utilities staff learned of the expanded problems in just enough time to have informed the City Manager so that an item could have been placed on the Council agenda for approval of the amendment—last minute if necessary-- before the last August meeting, this was not done as staff focused on the urgency of getting the work done. In review of this item, the City Manager has made it clear that Utilities staff should have made extra efforts to ensure that Council was notified at the time of the decision to move forward quickly with the repair work earlier in the process. Staff certainly concurs. Resource Impact Funds to pay for this repair work to the Mayfield Reservoir, in the amount of up to $340,000 are included in the WS-11004 Water Supply System Improvements. The work was managed by existing Utility Engineering staff and Engineer of Record (URS). Policy Implications The approval of this contract is consistent with the Council-approved Utilities Strategic Plan- Strategic Objections: BP1. Ensure a reliable supply of utility resources, BP2, and operate the utility systems safely, BP3. Environmental Review This project is categorically exempt from California Environmental Quality Act (CEQA) pursuant to CEQA Guidelines 15301 (b) repair, maintenance of existing facilities and 15302 (c) replacement or reconstruction of existing facilities. Attachments:  Attachment A: Revised Construction Contract - DN Tanks, Inc (PDF)    1                             Rev. July 2012  CONSTRUCTION CONTRACT                CONSTRUCTION CONTRACT    Contract No. C14151174         City of Palo Alto    and    DN Tanks, Inc.       PROJECT  “REPAIR AT MAYFIELD RESERVOIR”    2                             Rev. July 2012  CONSTRUCTION CONTRACT       CONSTRUCTION CONTRACT             TABLE OF CONTENTS      SECTION 1. INCORPORATION OF RECITALS AND DEFINITIONS……………………………….. .................... 5  1.1 Recitals ................................................................................................................  5  1.2 Definitions ...........................................................................................................  5  SECTION 2. THE PROJECT……………………………………………………………………………… .............................. 5  SECTION 3. THE CONTRACT DOCUMENTS…………………………………………………………. ......................... 5            3.1           List of Documents …………………………………………………………………………………………. ..... 5            3.2           Order of Precedence …………………………………………………………………………… ................ 6  SECTION 4. THE WORK ………………………………………………………………………………… .............................. 6  SECTION 5. PROJECT TEAM ………………………………………………………………………….. ............................. 7  SECTION 6. TIME OF COMPLETION ………………………………………………………………….. .......................... 7  6.1 Time Is of Essence ........................................................................................ ……… 7  6.2 Commencement of Work .....................................................................................  7  6.3 Contract Time .......................................................................................................  7  6.4 Liquidated Damages .............................................................................................  7  6.4.1 Entitlement…………………………………………………………………………………………….   7  6.4.2 Daily Amount………………………………………………………………………………………….   8  6.4.3 Exclusive Remedy…………………………………………………………………………………..   8  6.4.4 Other Remedies…………………………………………………………………………………...     8  6.5 Adjustments to Contract Time ........................................................................... … 8  SECTION 7. COMPENSATION TO CONTRACTOR………………………………………………………………………...  8  7.1 Contract Sum ……………………………………………………………………………………………………… 8  7.2 Full Compensation …………………………………………………………………………………………….. 9  7.3 Compensation for Extra or Deleted Work …………………………………………………………….9  7.3.1 Self Performed Work………………………………………………………………………………… 9  7.3.2 Subcontractors…………………………………………………………………………………………. 9  SECTION 8. STANDARD OF CARE ...................................................................................................  9  SECTION 9. INDEMNIFICATION ...................................................................................................... 10  9.1 Hold Harmless…………………………………………………………………………………………………….. 10  9.2 Survival………………………………………………………………………………………………………………. 10  SECTION 10. NONDISCRIMINATION .............................................................................................. 10  SECTION 11. INSURANCE AND BONDS .......................................................................................... 10     3                             Rev. July 2012  CONSTRUCTION CONTRACT  SECTION 12. PROHIBITION AGAINST TRANSFERS .......................................................................... 11  SECTION 13. NOTICES .................................................................................................................... 11  13.1 Method of Notice ………………………………………………………………………………………………..11  13.2 Notice Recipients .................................................................................................   11  13.3 Change of Address ...............................................................................................  12  14.1 Resolution of Contract Disputes ...........................................................................  12  14.2 Resolution of Other Disputes ...............................................................................  12  14.2.1 Non‐Contract Disputes ……………………………………………………………………………….12  14.2.2 Litigation, City Election ……………………………………………………...........................13    14.3 Submission of Contract Dispute …………………………………………………………………………..13  14.3.1 By Contractor …………………………………………………………………………………………. 13  14.3.2 By City ……………………………………………………………………………………………………. 13    14.4 Contract Dispute Resolution Process ............................................................... …… 13  14.4.1 Direct Negotiation………………………………………………………………………… ………….13  14.4.2 Deferral of Contract Disputes …………………………………………………………………   14  14.4.3 Mediation ………………………………………………………………………………………………….14  14.4.4 Binding Arbitration ……………………………………………………………………………………15    14.5 Non‐Waiver …………………………………………………………………………………………………………16  SECTION 15. DEFAULT ................................................................................................................... 16  15.1 Notice of Default ..................................................................................................  16  15.2 Opportunity to Cure Default ................................................................................  16  SECTION 16. CITY'S RIGHTS AND REMEDIES .................................................................................. 16  16.1 Remedies Upon Default .......................................................................................  16  16.1.1 Delete Certain Servic………………………………………………………...........................16  16.1.2 Perform and Withhold ……………………………………………………………………………. 16  16.1.3 Suspend The Construction Contract ………………………………………………………….16  16.1.4 Terminate the Construction Contract for Default ……………………………………..17  16.1.5 Invoke the Performance Bond ………………………………………………………………….17  16.1.6 Additional Provisions ……………………………………………………………………………….17    16.2 Delays by Sureties ................................................................................................  17  16.3 Damages to City ...................................................................................................  17  16.3.1 For Contractor's Default …………………………………………………………………………..17  16.3.2 Compensation for Losses ………………………………………………………………………….17    16.5 Suspension by City for Convenience .....................................................................  18  16.6 Termination Without Cause .................................................................................  18     4                             Rev. July 2012  CONSTRUCTION CONTRACT  16.6.1 Compensation ………………………………………………………………………………………….18  16.6.2 Subcontractors …………………………………………………………………………………………18    16.7 Contractor’s Duties Upon Termination .................................................................  19  SECTION 17. CONTRACTOR'S RIGHTS AND REMEDIES ................................................................... 19  17.1 Contractor’s Remedies .........................................................................................  19  17.1.1 For Work Stoppage ………………………………………………………………………………….. 19  17.1.2 For City's Non‐Payment …………………………………………………………………………… 19    17.2 Damages to Contractor ........................................................................................  19  SECTION 18. ACCOUNTING RECORDS ............................................................................................ 19  18.1 Financial Management and City Access .......................................................... ……. 19  18.2 Compliance with City Requests ........................................................................ …. 20  SECTION 19. INDEPENDENT PARTIES ............................................................................................. 20  SECTION 20. NUISANCE ................................................................................................................. 20  SECTION 21. PERMITS AND LICENSES ............................................................................................ 20  SECTION 22. WAIVER .................................................................................................................... 20  SECTION 23. GOVERNING LAW ..................................................................................................... 20  SECTION 24. COMPLETE AGREEMENT ........................................................................................... 21  SECTION 25. SURVIVAL OF CONTRACT .......................................................................................... 21  SECTION 26. PREVAILING WAGES .................................................................................................. 21  SECTION 27. NON APPROPRIATION .............................................................................................. 21  SECTION 28. GOVERNMENTAL POWERS ........................................................................................ 21  SECTION 29. ATTORNEY FEES ........................................................................................................ 21  SECTION 30. COUNTERPARTS ........................................................................................................ 21  SECTION 31. SEVERABILITY ........................................................................................................... 21                  5                 Rev. July 2012  CONSTRUCTION CONTRACT    CONSTRUCTION CONTRACT    THIS CONSTRUCTION CONTRACT entered into on July 11, 2013 (“Execution Date”) by and between the CITY  OF PALO ALTO, a California chartered municipal corporation ("City"), and DN TANKS, INC. ("Contractor"), is  made with reference to the following:    R E C I T A L S:    A. City is a municipal corporation duly organized and validly existing under the laws of the State of  California with the power to carry on its business as it is now being conducted under the statutes of the  State of California and the Charter of City.    B. Contractor is a corporation duly organized and in good standing in the State of California,  Contractor’s License Number 979914. Contractor represents that it is duly licensed by the State of  California and has the background, knowledge, experience and expertise to perform the obligations set  forth in this Construction Contract.    C. On July 10, 2013, City issued a Sole Source Justification for the Repair at Mayfield Reservoir  (“Project”).  In response to the sole source, Contractor provided a quote.    D. City and Contractor desire to enter into this Construction Contract for the Project, and other  services as identified in the Bid Documents for the Project upon the following terms and conditions.    NOW THEREFORE, in consideration of the mutual promises and undertakings hereinafter set forth  and for other good and valuable consideration, the receipt and sufficiency of which are hereby  acknowledged, it is mutually agreed by and between the undersigned parties as follows:    SECTION 1 INCORPORATION OF RECITALS AND DEFINITIONS.    1.1 Recitals.    All of the recitals are incorporated herein by reference.    1.2 Definitions.    Capitalized terms shall have the meanings set forth in this Construction Contract and/or in the  General Conditions.  If there is a conflict between the definitions in this Construction Contract and  in the General Conditions, the definitions in this Construction Contract shall prevail.  SECTION 2 THE PROJECT.    The Project is the Repair at Mayfield Reservoir ("Project").    SECTION 3 THE CONTRACT DOCUMENTS.    3.1  List of Documents.  The Contract Documents (sometimes collectively referred to as “Agreement” or “Bid Documents”) consist  of the following documents which are on file with the Purchasing Division and are hereby incorporated by  reference.       1) Change Orders    2) Field Change Orders                6                 Rev. July 2012  CONSTRUCTION CONTRACT    3) Contract    4) Project Plans and Drawings    5) Technical Specifications    6) Special Provisions (not applicable)  7)    Notice Inviting Bids (not applicable)  8)    Instructions to Bidders (not applicable)  9)    General Conditions  10) Bidding Addenda (not applicable)  11) Invitation for Bids (not applicable)    12) Contractor's Bid/Non‐Collusion Affidavit (not applicable)    13)   Reports listed in the Bidding Documents (not applicable)    14)   Public Works Department’s Standard Drawings and Specifications dated 2007 and                updated from time to time    15) Utilities Department’s Water, Gas, Wastewater, Electric Utilities Standards dated 2005  and updated from time to time    16)  City of Palo Alto Traffic Control Requirements    17)  City of Palo Alto Truck Route Map and Regulations    18)  Notice Inviting Pre‐Qualification Statements, Pre‐Qualification Statement, and Pre‐  Qualification Checklist (if applicable)    19)  Performance and Payment Bonds    20)  Insurance Forms    21)        URS Memorandum dated August 12, 2013      3.2  Order of Precedence.    For the purposes of construing, interpreting and resolving inconsistencies between and among the  provisions of this Contract, the Contract Documents shall have the order of precedence as set forth in the  preceding section.  If a claimed inconsistency cannot be resolved through the order of precedence, the City  shall have the sole power to decide which document or provision shall govern as may be in the best  interests of the City.  SECTION 4 THE WORK.    The Work includes all labor, materials, equipment, services, permits, fees, licenses and taxes, and all other  things necessary for Contractor to perform its obligations and complete the Project, including, without              7                 Rev. July 2012  CONSTRUCTION CONTRACT    limitation, any Changes approved by City, in accordance with the Contract Documents and all Applicable  Code Requirements.    SECTION 5 PROJECT TEAM.    In addition to Contractor, City has retained, or may retain, consultants and contractors to provide  professional and technical consultation for the design and construction of the Project.  The Project requires  that Contractor operate efficiently, effectively and cooperatively with City as well as all other members of  the Project Team and other contractors retained by City to construct other portions of the Project.    SECTION 6 TIME OF COMPLETION.  6.1 Time Is of Essence.    Time is of the essence with respect to all time limits set forth in the Contract Documents.    6.2 Commencement of Work.    Contractor shall commence the Work on the date specified in City’s Notice to Proceed.       6.3 Contract Time.    Work hereunder shall begin on the date specified on the City’s Notice to Proceed and shall be  completed no later than August 23, 2013.    6.4 Liquidated Damages.    6.4.1 Entitlement.    City and Contractor acknowledge and agree that if Contractor fails to fully and  satisfactorily complete the Work within the Contract Time, City will suffer, as a result of  Contractor’s failure, substantial damages which are both extremely difficult and  impracticable to ascertain.  Such damages may include, but are not limited to:  (i) Loss of public confidence in City and its contractors and consultants.  (ii) Loss of public use of public facilities.  (iii) Extended disruption to public.                8                 Rev. July 2012  CONSTRUCTION CONTRACT    6.4.2 Daily Amount.    City and Contractor have reasonably endeavored, but failed, to ascertain the actual  damage that City will incur if Contractor fails to achieve Substantial Completion of the  entire Work within the Contract Time.  Therefore, the parties agree that in addition to all  other damages to which City may be entitled other than delay damages, in the event  Contractor shall fail to achieve Substantial Completion of the entire Work within the  Contract Time, Contractor shall pay City as liquidated damages the amount of $500 per  day for each Day occurring after the expiration of the Contract Time until Contractor  achieves Substantial Completion of the entire Work.  The liquidated damages amount is  not a penalty but considered to be a reasonable estimate of the amount of damages City  will suffer by delay in completion of the Work.    6.4.3 Exclusive Remedy.    City and Contractor acknowledge and agree that this liquidated damages provision shall  be City’s only remedy for delay damages caused by Contractor’s failure to achieve  Substantial Completion of the entire Work within the Contract Time.    6.4.4 Other Remedies.    City is entitled to any and all available legal and equitable remedies City may have where  City’s Losses are caused by any reason other than Contractor’s failure to achieve  Substantial Completion of the entire Work within the Contract Time.    6.5 Adjustments to Contract Time.    The Contract Time may only be adjusted for time extensions approved by City and agreed to by  Change Order executed by City and Contractor in accordance with the requirements of the  Contract Documents.  SECTION 7 COMPENSATION TO CONTRACTOR.    7.1 Contract Sum.    Contractor shall be compensated for satisfactory completion of the Work in compliance with the  Contract Documents in the not to exceed Contract Sum of Three Hundred Forty Thousand Dollars  ($340,000).        / /    / /    / /    / /    / /    / /    / /    / /                  9                 Rev. July 2012  CONSTRUCTION CONTRACT    7.2 Full Compensation.    The Contract Sum shall be full compensation to Contractor for all Work provided by Contractor  and, except as otherwise expressly permitted by the terms of the Contract Documents, shall cover  all Losses arising out of the nature of the Work or from the acts of the elements or any unforeseen  difficulties or obstructions which may arise or be encountered in performance of the Work until  its Acceptance by City, all risks connected with the Work, and any and all expenses incurred due to  suspension or discontinuance of the Work.  The Contract Sum may only be adjusted for Change  Orders issued, executed and satisfactorily performed in accordance with the requirements of the  Contract Documents.    7.3 Compensation for Extra or Deleted Work.    The Contract Sum shall be adjusted (either by addition or credit) for Changes in the Work involving  Extra Work or Deleted Work based on one or more of the following methods to be selected by  City:  1. Unit prices stated in the Contract Documents or agreed upon by City and Contractor,   which unit prices shall be deemed to include Contractor Markup and   Subcontractor/Sub‐subcontractor Markups permitted by this Section.    2. A lump sum agreed upon by City and Contractor, based on the estimated Allowable   Costs and Contractor Markup and Subcontractor Markup computed in accordance   with this Section.    3. Contractor’s Allowable Costs, plus Contractor Markup and Subcontractor Markups   applicable to such Extra Work computed in accordance with this Section.    Contractor Markup and Subcontractor/Sub‐subcontractor Markups set forth herein are the full  amount of compensation to be added for Extra Work or to be subtracted for Deleted Work that is  attributable to overhead (direct and indirect) and profit of Contractor and of its Subcontractors  and Sub‐subcontractors, of every Tier.  When using this payment methodology, Contractor  Markup and Subcontractor/Sub‐subcontractor Markups, which shall not be compounded, shall be  computed as follows:    7.3.1 Markup Self‐Performed Work.    10% of the Allowable Costs for that portion of the Extra Work or Deleted Work to be  performed by Contractor with its own forces.    7.3.2 Markup for Work Performed by Subcontractors.    15% of the Allowable Costs for that portion of the Extra Work or Deleted Work to be  performed by a first Tier Subcontractor.        SECTION 8 STANDARD OF CARE.    Contractor agrees that the Work shall be performed by qualified, experienced and well‐supervised  personnel.  All services performed in connection with this Construction Contract shall be performed in a  manner consistent with the standard of care under California law applicable to those who specialize in  providing such services for projects of the type, scope and complexity of the Project.                 10                 Rev. July 2012  CONSTRUCTION CONTRACT    SECTION 9 INDEMNIFICATION.    9.1 Hold Harmless.    To the fullest extent allowed by law, Contractor will defend, indemnify, and hold harmless City, its  City Council, boards and commissions, officers, agents, employees, representatives and volunteers  (hereinafter collectively referred to as "Indemnitees"), through legal counsel acceptable to City,  from and against any and all Losses arising directly or indirectly from, or in any manner relating to  any of, the following:  (i) Performance or nonperformance of the Work by Contractor or its Subcontractors or Sub‐ subcontractors, of any tier;  (ii) Performance or nonperformance by Contractor or its Subcontractors or Sub‐ subcontractors of any tier, of any of the obligations under the Contract Documents;  (iii) The construction activities of Contractor or its Subcontractors or Sub‐subcontractors, of  any tier, either on the Site or on other properties;  (iv) The payment or nonpayment by Contractor to any of its employees, Subcontractors or  Sub‐subcontractors of any tier, for Work performed on or off the Site for the Project; and  (v) Any personal injury, property damage or economic loss to third persons associated with  the performance or nonperformance by Contractor or its Subcontractors or Sub‐ subcontractors of any tier, of the Work.    However, nothing herein shall obligate Contractor to indemnify any Indemnitee for Losses  resulting from the sole or active negligence or willful misconduct of the Indemnitee.  Contractor  shall pay City for any costs City incurs to enforce this provision.  Nothing in the Contract  Documents shall be construed to give rise to any implied right of indemnity in favor of Contractor  against City or any other Indemnitee.    9.2 Survival.    The provisions of Section 9 shall survive the termination of this Construction Contract.    SECTION 10 NONDISCRIMINATION.    As set forth in Palo Alto Municipal Code section 2.30.510, Contractor certifies that in the performance of  this Agreement, it shall not discriminate in the employment of any person because of the race, skin color,  gender, age, religion, disability, national origin, ancestry, sexual orientation, housing status, marital status,  familial status, weight or height of such person. Contractor acknowledges that it has read and understands  the provisions of Section 2.30.510 of the Palo Alto Municipal Code relating to Nondiscrimination  Requirements and the penalties for violation thereof, and will comply with all requirements of Section  2.30.510 pertaining to nondiscrimination in employment.    SECTION 11 INSURANCE AND BONDS.    On or before the Execution Date, Contractor shall provide City with evidence that it has obtained insurance  and Performance and Payment Bonds satisfying all requirements in Article 11 of the General Conditions.   Failure to do so shall be deemed a material breach of this Construction Contract.                11                 Rev. July 2012  CONSTRUCTION CONTRACT    SECTION 12 PROHIBITION AGAINST TRANSFERS.    City is entering into this Construction Contract based upon the stated experience and qualifications of the  Contractor and its subcontractors set forth in Contractor’s Bid.  Accordingly, Contractor shall not assign,  hypothecate or transfer this Construction Contract or any interest therein directly or indirectly, by  operation of law or otherwise without the prior written consent of City. Any assignment, hypothecation or  transfer without said consent shall be null and void.    The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of  Contractor or of any general partner or joint venturer or syndicate member of Contractor, if the Contractor  is a partnership or joint venture or syndicate or co‐tenancy shall result in changing the control of  Contractor, shall be construed as an assignment of this Construction Contract. Control means more than  fifty percent (50%) of the voting power of the corporation or other entity.     SECTION 13 NOTICES.    13.1 Method of Notice.    All notices, demands, requests or approvals to be given under this Construction Contract shall be given in  writing and shall be deemed served on the earlier of the following:  (i) On the date delivered if delivered personally;  (ii) On the third business day after the deposit thereof in the United States mail, postage prepaid, and   addressed as hereinafter provided;   (iii) On the date sent if sent by facsimile transmission;   (iv) On the date sent if delivered by electronic mail; or   (v) On the date it is accepted or rejected if sent by certified mail.     13.2 Notice Recipients.     All notices, demands or requests (including, without limitation, Claims) from Contractor to City   shall include the Project name and the number of this Construction Contract and shall be   addressed to City at:      To City:  City of Palo Alto     City Clerk     250 Hamilton Avenue     P.O. Box 10250     Palo Alto, CA 94303     Copy to:  City of Palo Alto     Public Works Administration     250 Hamilton Avenue     Palo Alto, CA 94301     Attn:              Or              12                 Rev. July 2012  CONSTRUCTION CONTRACT      City of Palo Alto    Utilities Engineering    250 Hamilton Avenue    Palo Alto, CA 94301    Attn: Romel Antonio        In addition, copies of all Claims by Contractor under this Construction Contract shall be provided  to the following:    Palo Alto City Attorney’s Office  250 Hamilton Avenue  P.O. Box 10250  Palo Alto, California 94303       All Claims shall be delivered personally or sent by certified mail.    All notices, demands, requests or approvals from City to Contractor shall be addressed to:    DN Tanks, Inc.  351 Cypress Lane  El Cajon, CA  92020      13.3 Change of Address.    In the event of any change of address, the moving party shall notify the other party of the change  of address in writing.  Each party may, by written notice only, add, delete or replace any  individuals to whom and addresses to which notice shall be provided.    SECTION 14 DISPUTE RESOLUTION.     14.1 Resolution of Contract Disputes.    Contract Disputes shall be resolved by the parties in accordance with the provisions of this Section  14, in lieu of any and all rights under the law that either party have its rights adjudged by a trial  court or jury.  All Contract Disputes shall be subject to the Contract Dispute Resolution Process set  forth in this Section 14, which shall be the exclusive  recourse of Contractor and City for such  Contract Disputes.    14.2 Resolution of Other Disputes.     14.2.1 Non‐Contract Disputes.    Contract Disputes shall not include any of the following:  (i) Penalties or forfeitures prescribed by statute or regulation imposed by a  governmental agency;  (ii) Third party tort claims for personal injury, property damage or death relating to  any Work performed by Contractor or its Subcontractors or Sub‐subcontractors  of any tier;  (iii) False claims liability under California Government Code Section 12650, et. seq.;  (iv) Defects in the Work first discovered by City after Final Payment by City to  Contractor;  (v) Stop notices; or  (vi) The right of City to specific performance or injunctive relief to compel  performance of any provision of the Contract Documents.                13                 Rev. July 2012  CONSTRUCTION CONTRACT    14.2.2 Litigation, City Election.    Matters that do not constitute Contract Disputes shall be resolved by way of an action  filed in the Superior Court of the State of California, County of Santa Clara, and shall not  be subject to the Contract Dispute Resolution Process. However, the City reserves the  right, in its sole and absolute discretion, to treat such disputes as Contract Disputes.  Upon written notice by City of its election as provided in the preceding sentence, such  dispute shall be submitted by the parties and finally decided pursuant to the Contract  Dispute Resolution Process in the manner as required for Contract Disputes, including,  without limitation, City’s right under Paragraph 14.4.2 to defer resolution and final  determination until after Final Completion of the Work.    14.3 Submission of Contract Dispute.    14.3.1 By Contractor.    Contractors may commence the Contract Dispute Resolution Process upon City's written  response denying all or part of a Claim pursuant to Paragraph 4.2.9 or 4.2.10 of the  General Conditions.  Contractor shall submit a written Statement of Contract Dispute (as  set forth below) to City within seven (7) Days after City rejects all or a portion of  Contractor's Claim.  Failure by Contractor to submit its Statement of Contract Dispute in a  timely manner shall result in City’s decision by City on the Claim becoming final and  binding.  Contractor’s Statement of Contract Dispute shall be signed under penalty of  perjury and shall state with specificity the events or circumstances giving rise to the  Contract Dispute, the dates of their occurrence and the asserted effect on the Contract  Sum and the Contract Time.  The Statement of Contract Dispute shall include adequate  supporting data to substantiate the disputed Claim.  Adequate supporting data for a  Contract Dispute relating to an adjustment of the Contract Time shall include both of the  following:  (i) All of the scheduling data required to be submitted by Contractor under the  Contract Documents to obtain extensions of time and adjustments to the  Contract Time and  (ii) A detailed, event‐by‐event description of the impact of each event on  completion of Work.  Adequate data to support a Statement of Contract Dispute  involving an adjustment of the Contract Sum must include both of the following:   (a) A detailed cost breakdown and   (b) Supporting cost data in such form and including such information and   other supporting data as required under the Contract Documents for   submission of Change Order Requests and Claims.  14.3.2 By City.    City's right to commence the Contract Dispute Resolution Process shall arise at any time  following City's actual discovery of the circumstances giving rise to the Contract Dispute.   City asserts Contract Disputes in response to a Contract Dispute asserted by Contractor.   A Statement of Contract Dispute submitted by City shall state the events or  circumstances giving rise to the Contract Dispute, the dates of their occurrence and the  damages or other relief claimed by City as a result of such events.    14.4 Contract Dispute Resolution Process.    The parties shall utilize each of the following steps in the Contract Dispute Resolution  Process in the sequence they appear below.  Each party shall participate fully and in good  faith in each step in the Contract Dispute Resolution Process, and good faith effort shall  be a condition precedent to the right of each party to proceed to the next step in the  process.    14.4.1 Direct Negotiations.    Designated representatives of City and Contractor shall meet as soon as possible (but not  later than ten (10) Days after receipt of the Statement of Contract Dispute) in a good              14                 Rev. July 2012  CONSTRUCTION CONTRACT    faith effort to negotiate a resolution to the Contract Dispute.  Each party shall be  represented in such negotiations by an authorized representative with full knowledge of  the details of the Claims or defenses being asserted by such party in the negotiations,  and with full authority to resolve such Contract Dispute then and there, subject only to  City’s obligation to obtain administrative and/or City Council approval of any agreed  settlement or resolution.  If the Contract Dispute involves the assertion of a right or claim  by a Subcontractor or Sub‐subcontractor, of any tier, against Contractor that is in turn  being asserted by Contractor against City (“Pass‐Through Claim”), then the Subcontractor  or Sub‐Subcontractor shall also have a representative attend the negotiations, with the  same authority and knowledge as described above.  Upon completion of the meeting, if  the Contract Dispute is not resolved, the parties may either continue the negotiations or  any party may declare negotiations ended.  All discussions that occur during such  negotiations and all documents prepared solely for the purpose of such negotiations shall  be confidential and privileged pursuant to California Evidence Code Sections 1119 and  1152.    14.4.2 Deferral of Contract Disputes.    Following the completion of the negotiations required by Paragraph 14.4.1, all  unresolved Contract Disputes shall be deferred pending Final Completion of the Project,  subject to City’s right, in its sole and absolute discretion, to require that the Contract  Dispute Resolution Process proceed prior to Final Completion.  All Contract Disputes that  have been deferred until Final Completion shall be consolidated within a reasonable time  after Final Completion and thereafter pursued to resolution pursuant to this Contract  Dispute Resolution Process. The parties can continue informal negotiations of Contract  Disputes; provided, however, that such informal negotiations shall not be alter the  provisions of the Agreement deferring final determination and resolution of unresolved  Contract Disputes until after Final Completion.    14.4.3 Mediation.    If the Contract Dispute remains unresolved after negotiations pursuant to Paragraph  14.4.1, the parties shall submit the Contract Dispute to non‐binding mediation before a  mutually acceptable third party mediator.    .1 Qualifications of Mediator.  The parties shall endeavor to select a mediator who  is a retired judge or an attorney with at least five (5) years of experience in  public works construction contract law and in mediating public works  construction disputes.  In addition, the mediator shall have at least twenty (20)  hours of formal training in mediation skills.    .2 Submission to Mediation and Selection of Mediator.  The party initiating  mediation of a Contract Dispute shall provide written notice to the other party  of its decision to mediate.  In the event the parties are unable to agree upon a  mediator within fifteen (15) Days after the receipt of such written notice, then  the parties shall submit the matter to the American Arbitration Association  (AAA) at its San Francisco Regional Office for selection of a mediator in  accordance with the AAA Construction Industry Mediation Rules.    .3 Mediation Process.  The location of the mediation shall be at the offices of City.   The costs of mediation shall be shared equally by both parties.  The mediator  shall provide an independent assessment on the merits of the Contract Dispute  and recommendations for resolution.  All discussions that occur during the  mediation and all documents prepared solely for the purpose of the mediation  shall be confidential and privileged pursuant to California Evidence Code  Sections 1119 and 1152.                15                 Rev. July 2012  CONSTRUCTION CONTRACT    14.4.4 Binding Arbitration.    If the Contract Dispute is not resolved by mediation, then any party may submit the  Contract Dispute for final and binding arbitration pursuant to the provisions of California  Public Contract Code Sections 10240, et seq.  The award of the arbitrator therein shall be  final and may be entered as a judgment by any court of competent jurisdiction.  Such  arbitration shall be conducted in accordance with the following:    .1 Arbitration Initiation.  The arbitration shall be initiated by filing a complaint in  arbitration in accordance with the regulations promulgated pursuant to  California Public Contract Code Section 10240.5.    .2 Qualifications of the Arbitrator.  The arbitrator shall be approved by all parties.  The arbitrator shall be a retired judge or an attorney with at least five (5) years  of experience in public works construction contract law and in arbitrating public  works construction disputes.  In addition, the arbitrator shall have at least  twenty (20) hours of formal training in arbitration skills.  In the event the parties  cannot agree upon an arbitrator, the provisions of California Public Contract  Code Section 10240.3 shall be followed in selecting an arbitrator possessing the  qualifications required herein.    .3 Hearing Days and Location.  Arbitration hearings shall be held at the offices of  City and shall, except for good cause shown to and determined by the arbitrator,  be conducted on consecutive business days, without interruption or  continuance.    .4 Hearing Delays.  Arbitration hearings shall not be delayed except upon good  cause shown.    .5 Recording Hearings.  All hearings to receive evidence shall be recorded by a  certified stenographic reporter, with the costs thereof borne equally by City and  Contractor and allocated by the arbitrator in the final award.    .6 Limitation of Depositions.  The parties may conduct discovery in accordance  with the provisions of section 10240.11 of the Public Contract Code; provided,  however, that depositions shall be limited to both of the following:    (i) Ten (10) percipient witnesses for each party and 5 expert witnesses per  party.      Upon a showing of good cause, the arbitrator may increase the number of  permitted depositions.  An individual who is both percipient and expert shall, for  purposes of applying the foregoing numerical limitation only, be deemed an  expert.  Expert reports shall be exchanged prior to receipt of evidence, in  accordance with the direction of the arbitrator, and expert reports (including  initial and rebuttal reports) not so submitted shall not be admissible as  evidence.    .7 Authority of the Arbitrator.  The arbitrator shall have the authority to hear  dispositive motions and issue interim orders and interim or executory awards.                16                 Rev. July 2012  CONSTRUCTION CONTRACT    .8 Waiver of Jury Trial.  Contractor and City each voluntarily waives its right to a  jury trial with respect to any Contract Dispute that is subject to binding  arbitration in accordance with the provisions of this Paragraph 14.4.4.   Contractor shall include this provision in its contracts with its Subcontractors  who provide any portion of the Work.    14.5 Non‐Waiver.    Participation in the Contract Dispute Resolution Process shall not waive, release or compromise  any defense of City, including, without limitation, any defense based on the assertion that the  rights or Claims of Contractor that are the basis of a Contract Dispute were previously waived by  Contractor due to Contractor’s failure to comply with the Contract Documents, including, without  limitation, Contractor’s failure to comply with any time periods for providing notice of requests  for adjustments of the Contract Sum or Contract Time or for submission of Claims or supporting  documentation of Claims.    SECTION 15 DEFAULT.    15.1 Notice of Default.    In the event that City determines, in its sole discretion, that Contractor has failed or refused to  perform any of the obligations set forth in the Contract Documents, or is in breach of any  provision of the Contract Documents, City may give written notice of default to Contractor in the  manner specified for the giving of notices in the Construction Contract.    15.2 Opportunity to Cure Default.  Except for emergencies, Contractor shall cure any default in performance of its obligations under  the Contract Documents within two (2) Days (or such shorter time as City may reasonably require)  after receipt of written notice.  However, if the breach cannot be reasonably cured within such  time, Contractor will commence to cure the breach within two (2) Days (or such shorter time as  City may reasonably require) and will diligently and continuously prosecute such cure to  completion within a reasonable time, which shall in no event be later than ten (10) Days after  receipt of such written notice.  SECTION 16 CITY'S RIGHTS AND REMEDIES.    16.1 Remedies Upon Default.    If Contractor fails to cure any default of this Construction Contract within the time period set forth  above in Section 15, then City may pursue any remedies available under law or equity, including,  without limitation, the following:    16.1.1 Delete Certain Services.    City may, without terminating the Construction Contract, delete certain portions of the Work,  reserving to itself all rights to Losses related thereto.    16.1.2 Perform and Withhold.    City may, without terminating the Construction Contract, engage others to perform the Work or  portion of the Work that has not been adequately performed by Contractor and withhold the cost  thereof to City from future payments to Contractor, reserving to itself all rights to Losses related  thereto.    16.1.3 Suspend The Construction Contract.    City may, without terminating the Construction Contract and reserving to itself all rights to Losses  related thereto, suspend all or any portion of this Construction Contract for as long a period of  time as City determines, in its sole discretion, appropriate, in which event City shall have no              17                 Rev. July 2012  CONSTRUCTION CONTRACT    obligation to adjust the Contract Sum or Contract Time, and shall have no liability to Contractor  for damages if City directs Contractor to resume Work.    16.1.4 Terminate the Construction Contract for Default.    City shall have the right to terminate this Construction Contract, in whole or in part, upon the  failure of Contractor to promptly cure any default as required by Section 15.  City’s election to  terminate the Construction Contract for default shall be communicated by giving Contractor a  written notice of termination in the manner specified for the giving of notices in the Construction  Contract.  Any notice of termination given to Contractor by City shall be effective immediately,  unless otherwise provided therein.    16.1.5 Invoke the Performance Bond.    City may, with or without terminating the Construction Contract and reserving to itself all rights to  Losses related thereto, exercise its rights under the Performance Bond.    16.1.6 Additional Provisions.    All of City’s rights and remedies under this Construction Contract are cumulative, and shall be in  addition to those rights and remedies available in law or in equity.  Designation in the Contract  Documents of certain breaches as material shall not waive the City’s authority to designate other  breaches as material nor limit City’s right to terminate the Construction Contract, or prevent the  City from terminating the Agreement for breaches that are not material.  City’s determination of  whether there has been noncompliance with the Construction Contract so as to warrant exercise  by City of its rights and remedies for default under the Construction Contract, shall be binding on  all parties.  No termination or action taken by City after such termination shall prejudice any other  rights or remedies of City provided by law or equity or by the Contract Documents upon such  termination; and City may proceed against Contractor to recover all liquidated damages and  Losses suffered by City.    16.2 Delays by Sureties.    Without limiting to any of City’s other rights or remedies, City has the right to suspend the  performance of the Work by Contractor’s sureties in the event of any of the following:  (i) The sureties’ failure to begin Work within a reasonable time in such manner as to insure  full compliance with the Construction Contract within the Contract Time;  (ii) The sureties’ abandonment of the Work;  (iii) If at any time City is of the opinion the sureties’ Work is unnecessarily or unreasonably  delaying the Work;  (iv) The sureties’ violation of any terms of the Construction Contract;  (v) The sureties’ failure to perform according to the Contract Documents; or  (vi) The sureties’ failure to follow City’s instructions for completion of the Work within the  Contract Time.    16.3 Damages to City.    16.3.1 For Contractor's Default.    City will be entitled to recovery of all Losses under law or equity in the event of  Contractor’s default under the Contract Documents.     16.3.2 Compensation for Losses.   In the event that City's Losses arise from Contractor’s default under the Contract Documents, City  shall be entitled to withhold monies otherwise payable to Contractor until Final Completion of the  Project.  If City incurs Losses due to Contractor’s default, then the amount of Losses shall be  deducted from the amounts withheld.  Should the amount withheld exceed the amount deducted,  the balance will be paid to Contractor or its designee upon Final Completion of the Project.  If the  Losses incurred by City exceed the amount withheld, Contractor shall be liable to City for the  difference and shall promptly remit same to City.              18                 Rev. July 2012  CONSTRUCTION CONTRACT    16.4 Suspension by City for Convenience.    City may, at any time and from time to time, without cause, order Contractor, in writing, to  suspend, delay, or interrupt the Work in whole or in part for such period of time, up to an  aggregate of fifty percent (50%) of the Contract Time.  The order shall be specifically identified as  a Suspension Order by City.  Upon receipt of a Suspension Order, Contractor shall, at City’s  expense, comply with the order and take all reasonable steps to minimize costs allocable to the  Work covered by the Suspension Order.  During the Suspension or extension of the Suspension, if  any, City shall either cancel the Suspension Order or, by Change Order, delete the Work covered  by the Suspension Order.  If a Suspension Order is canceled or expires, Contractor shall resume  and continue with the Work.  A Change Order will be issued to cover any adjustments of the  Contract Sum or the Contract Time necessarily caused by such suspension.    A Suspension Order  shall not be the exclusive method for City to stop the Work.    16.5 Termination Without Cause.    City may, at its sole discretion and without cause, terminate this Construction Contract in part or  in whole by giving thirty (30) Days written notice to Contractor. The compensation allowed under  this Paragraph 16.5 shall be the Contractor’s sole and exclusive compensation for such  termination and Contractor waives any claim for other compensation or Losses, including, but not  limited to, loss of anticipated profits, loss of revenue, lost opportunity, or other consequential,  direct, indirect or incidental damages of any kind resulting from termination without cause.      16.5.1 Compensation.    Following such termination and within forty‐five (45) Days after receipt of a billing from  Contractor seeking payment of sums authorized by this Paragraph 16.5, City shall pay the  following to Contractor as Contractor’s sole compensation for performance of the Work :    .1 For Work Performed.  The amount of the Contract Sum allocable to the portion  of the Work properly performed by Contractor as of the date of termination,  less sums previously paid to Contractor.    .2 For Close‐out Costs.  Reasonable costs of Contractor and its Subcontractors and  Sub‐subcontractors for:  (i) Demobilizing and  (ii) Administering the close‐out of its participation in the Project (including,  without limitation, all billing and accounting functions, not including  attorney or expert fees) for a period of no longer than thirty (30) Days  after receipt of the notice of termination.    .3 For Fabricated Items.  Previously unpaid cost of any items delivered to the  Project Site which were fabricated for subsequent incorporation in the Work.    16.5.2 Subcontractors.      Contractor shall include provisions in all of its subcontracts, purchase orders and other contracts  permitting termination for convenience by Contractor on terms that are consistent with this  Construction Contract and that afford no greater rights of recovery against Contractor than are  afforded to Contractor against City under this Section.                19                 Rev. July 2012  CONSTRUCTION CONTRACT    16.6 Contractor’s Duties Upon Termination.    Upon receipt of a notice of termination for default or for convenience, Contractor shall, unless the  notice directs otherwise, do the following:  (i) Immediately discontinue the Work to the extent specified in the notice;  (ii) Place no further orders or subcontracts for materials, equipment, services or facilities,  except as may be necessary for completion of such portion of the Work that is not  discontinued;  (iii) Provide to City a description, in writing no later than fifteen (15) days after receipt of the  notice of termination, of all subcontracts, purchase orders and contracts that are  outstanding, including, without limitation, the terms of the original price, any changes,  payments, balance owing, the status of the portion of the Work covered and a copy of  the subcontract, purchase order or contract and any written changes, amendments or  modifications thereto, together with such other information as City may determine  necessary in order to decide whether to accept assignment of or request Contractor to  terminate the subcontract, purchase order or contract;  (iv) Promptly assign to City those subcontracts, purchase orders or contracts, or portions  thereof, that City elects to accept by assignment and cancel, on the most favorable terms  reasonably possible, all subcontracts, purchase orders or contracts, or portions thereof,  that City does not elect to accept by assignment; and  (v) Thereafter do only such Work as may be necessary to preserve and protect Work already   in progress and to protect materials, plants, and equipment on the Project Site or in   transit thereto.  SECTION 17 CONTRACTOR'S RIGHTS AND REMEDIES.    17.1 Contractor’s Remedies.    Contractor may terminate this Construction Contract only upon the occurrence of one of the  following:    17.1.1 For Work Stoppage.    The Work is stopped for sixty (60) consecutive Days, through no act or fault of Contractor, any  Subcontractor, or any employee or agent of Contractor or any Subcontractor, due to issuance of  an order of a court or other public authority other than City having jurisdiction or due to an act of  government, such as a declaration of a national emergency making material unavailable.  This  provision shall not apply to any work stoppage resulting from the City’s issuance of a suspension  notice issued either for cause or for convenience.    17.1.2 For City's Non‐Payment.    If City does not make pay Contractor undisputed sums within ninety (90) Days after receipt of  notice from Contractor, Contractor may terminate the Construction Contract (30) days following a  second notice to City of Contractor’s intention to terminate the Construction Contract.    17.2 Damages to Contractor.   In the event of termination for cause by Contractor, City shall pay Contractor the sums provided  for in Paragraph 16.5.1 above.  Contractor agrees to accept such sums as its sole and exclusive  compensation and agrees to waive any claim for other compensation or Losses, including, but not  limited to, loss of anticipated profits, loss of revenue, lost opportunity, or other consequential,  direct, indirect and incidental damages, of any kind.  SECTION 18 ACCOUNTING RECORDS.    18.1 Financial Management and City Access.    Contractor shall keep full and detailed accounts and exercise such controls as may be necessary  for proper financial management under this Construction Contract in accordance with generally              20                 Rev. July 2012  CONSTRUCTION CONTRACT    accepted accounting principles and practices. City and City's accountants  during normal business  hours, may  inspect, audit and copy Contractor's records, books, estimates, take‐offs, cost reports,  ledgers, schedules, correspondence, instructions, drawings, receipts, subcontracts, purchase  orders, vouchers, memoranda and other data relating to this Project. Contractor shall retain these  documents for a period of three (3) years after the later of (i) final payment or (ii) final resolution  of all Contract Disputes and other disputes, or (iii) for such longer period as may be required by  law.    18.2 Compliance with City Requests.    Contractor's compliance with any request by City pursuant to this Section 18 shall be a condition  precedent to filing or maintenance of any legal action or proceeding by Contractor against City  and to Contractor's right to receive further payments under the Contract Documents.  City many  enforce Contractor’s obligation to provide access to City of its business and other records referred  to in Section 18.1 for inspection or copying by  issuance of a writ or a provisional or permanent  mandatory injunction by a court of competent jurisdiction based on affidavits submitted to such  court, without the necessity of oral testimony.    SECTION 19 INDEPENDENT PARTIES.    Each party is acting in its independent capacity and not as agents, employees, partners, or joint ventures’  of the other party.  City, its officers or employees shall have no control over the conduct of Contractor or  its respective agents, employees, subconsultants, or subcontractors, except as herein set forth.  SECTION 20 NUISANCE.    Contractor shall not maintain, commit, nor permit the maintenance or commission of any nuisance in  connection in the performance of services under this Construction Contract.  SECTION 21 PERMITS AND LICENSES.    Except as otherwise provided in the Special Provisions and Technical Specifications, The Contractor shall  provide, procure and pay for all licenses, permits, and fees, required by the City or other government  jurisdictions or agencies necessary to carry out and complete the Work.  Payment of all costs and expenses  for such licenses, permits, and fees shall be included in one or more Bid items. No other compensation  shall be paid to the Contractor for these items or for delays caused by non‐City inspectors or conditions set  forth in the licenses or permits issued by other agencies.  SECTION 22 WAIVER.    A waiver by either party of any breach of any term, covenant, or condition contained herein shall not be  deemed to be a waiver of any subsequent breach of the same or any other term, covenant, or condition  contained herein, whether of the same or a different character.  SECTION 23 GOVERNING LAW.    This Construction Contract shall be construed in accordance with and governed by the laws of the State of  California.                21                 Rev. July 2012  CONSTRUCTION CONTRACT    SECTION 24 COMPLETE AGREEMENT.    This Agreement represents the entire and integrated agreement between the parties and supersedes all  prior negotiations, representations, and contracts, either written or oral. This Agreement may be amended  only by a written instrument, which is signed by the parties.  SECTION 25 SURVIVAL OF CONTRACT.    The provisions of the Construction Contract which by their nature survive termination of the Construction  Contract or Final Completion, including, without limitation, all warranties, indemnities, payment  obligations, and City’s right to audit Contractor’s books and records, shall remain in full force and effect  after Final Completion or any termination of the Construction Contract.  SECTION 26 PREVAILING WAGES.         This Project is not subject to prevailing wages. The Contractor is not required to pay prevailing wages in the  performance and implementation of the Project, because the City, pursuant to its authority as a chartered  city, has adopted Resolution No. 5981 exempting the City from prevailing wages.  The City invokes the  exemption from the state prevailing wage requirement for this Project and declares that the Project is  funded one hundred percent (100%) by the City of Palo Alto.  SECTION 27 NON APPROPRIATION.    This Agreement is subject to the fiscal provisions of the Charter of the City of Palo Alto and the Palo Alto  Municipal Code. This Agreement will terminate without any penalty (a) at the end of any fiscal year in the  event that the City does not appropriate funds for the following fiscal year for this event, 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 Construction Contract are no longer available.  This section shall take precedence in the event of a  conflict with any other covenant, term, condition, or provision of this Agreement.   SECTION 28 AUTHORITY.    The individuals executing this Agreement represent and warrant that they have the legal capacity and  authority to do so on behalf of their respective legal entities.  SECTION 29 ATTORNEY FEES.    Each Party shall bear its own costs, including attorney’s fees through the completion of mediation. If the  claim or dispute is not resolved through mediation and in any dispute described in Paragraph 14.2, the prevailing party in any action brought to enforce the provision of this Agreement may recover its  reasonable costs and attorney’s fees expended in connection with that action.  The prevailing party shall be  entitled to recover an amount equal to the fair market value of legal services provided by attorneys  employed by it as well as any attorney’s’ fees paid to third parties.  SECTION 30 COUNTERPARTS  This Agreement may be signed in multiple counterparts, which shall, when executed by all the parties,  constitute a single binding agreement.  SECTION 31 SEVERABILITY.    In case a provision of this Construction Contract is held to be invalid, illegal or unenforceable, the validity,  legality and enforceability of the remaining provisions shall not be affected.    IN WITNESS WHEREOF, the parties have caused this Construction Contract to be executed the date and year first above written. CITY OF PALO ALTO City M anager Name: William J. Hendrickson APPROVED AS TO FORM: Title: Executive Vice President Sen ior Asst. City Attorney 22 Rev. July 2012 CONSTRUCTION CONTRACT California AII·Purpose Acknowledgment State of California Cou nty of _____ "'S"'a"'nC!O"'i"'e"'g"'o ____ _ o n _----'S"'e"'p"'te"'-m=be"'r--'4!.,,-'2~O'_'1_"3'_____ before me, ____ ---:-?R"'o':-'-n ,cK",1 u"c]t",hcO;' ",N"o!"tac-rY:,-;,;;P;,u",b",,1 ic"----_______ _ Name and Title of the Officer personally appeared ____ --'W=ill"'ia"'m"-';'J;-, ""H"'e"'nd"'r,;'ic"'k"'s"'o"'n _________________ _ Name of Signer who proved to me on the basis of satisfactory evidence to be the person(s1 whose name(s1 isiafe subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacityfje&), and that by his/her/their signature(s1 on the instrument the person(s1, or the entity upon behalf of which the person(s1 acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. (Seal) City of Palo Alto (ID # 4099) City Council Staff Report Report Type: Consent Calendar Meeting Date: 9/16/2013 City of Palo Alto Page 1 Summary Title: Confirmation of Appointment of Hilary Gitelman as Director of Planning and Community Environment Title: Confirmation of Appointment of Hillary Gitelman as Director of Planning and Community Environment From: City Manager Lead Department: City Manager RECOMMENDATION The City Manager recommends that the City Council approve the appointment of Hillary Gitelman as Director of Planning and Community Environment. BACKGROUND Municipal Code Section 2.08.020 requires that the City Council approve the City Manager’s appointment to certain positions, including the Director of Planning and Community Environment. DISCUSSION Hillary Gitelman was selected as a result of a national search conducted by the executive recruitment firm of Teri Black & Company. The City received 46 applications for the PCE Director position. Six candidates were interviewed by two panels, made up of staff, community members and peer professionals. The City Manager selected Ms. Gitelman based on his interviews and the recommendations of the interview panels and enthusiastically offered her the position, which she has accepted. Her starting date will be October 28, 2013. City of Palo Alto Page 2 Please see the attached press release which outlines Ms. Gitelman’s extensive experience. Ms. Gitelman will be an outstanding addition to the City at a very important time in the City. RESOURCE IMPACT The annual salary for the Director of Planning and Community Environment will be $197,500. All benefits and terms are consistent with the Management & Professional Compensation Plan approved by Council. Attachments:  Hillary Gitelman Press Release (PDF) City of Palo Alto – 9/10/2013 Page 1 of 2 NEWS RELEASE Contact: Claudia Keith Chief Communications Officer 650/329-2607 September 10, 2013 For Immediate Release Hillary E. Gitelman Named Palo Alto Director of Planning and Community Environment Palo Alto, CA – City Manager James Keene announced today that he has selected Hillary E. Gitelman to serve as the City’s next Director of Planning and Community Environment, and will bring her appointment to the City Council on September 16 for confirmation. Gitelman currently serves as the Director of Planning, Building and Environmental Services for Napa County. She is expected to begin in her new position on Oct. 28 at a salary of $197,500. The selection was made following a national search and recruitment process that included extensive input from community and business stakeholders, as well as two interview panels with broad representation from the community. “Hillary was our top candidate and we are fortunate to have someone with her breadth of experience join the City in this critical leadership position as we address the very complex planning and development issues facing us today and in the future,” said City Manager James Keene. “The role of Director of Planning is central to the future our city. This is an especially important point in time for Palo Alto. The Director position requires a person with the drive to make necessary changes in our plans and policies and meet the demands of our community, and do so with diplomacy, and a commitment to inclusiveness and open government. Hillary brings all of these qualities to her new role and will be a tremendous asset to Palo Alto.” For the past eight years, Gitelman has directed Napa County’s Department of Planning, Building and Environmental Services where she leads a staff of 70 and is responsible for current and long-range planning, engineering and conservation, parks, environmental health, building permits and code enforcement. From 2001 to 2004, she directed the planning department of the Presidio Trust, a federal agency established to preserve the Presidio of San Francisco for public use while making the park financially self-sufficient. As part of this role, she was responsible for developing the award-winning Presidio Trust Management Plan, as well as the PresidiGo shuttle system, and parking management program, among others. Gitelman also served as the Environmental Review Officer for the San Francisco Planning Department, where she was responsible for the City and County’s compliance with the California Environmental Quality Act and related laws. During her decade-long tenure with the City and County of San Francisco, she conducted major environmental reviews for PacBell (now ATT) Park, the Mission Bay Redevelopment Project, the Mid-Embarcadero Roadway, the Third Street Light Rail Project, and many other private and public projects. Previously, she held increasingly senior positions in planning and historic preservation, and is affiliated with the San Francisco Planning and Urban Research Association; the Association of Environmental Professionals; the American Planning Association, and the National Trust for Historic Preservation. City of Palo Alto – 9/10/2013 Page 2 of 2 Gitelman holds a bachelor’s degree in the history of art from Yale and a master’s degree in historic preservation from Columbia University, School of Architecture, Planning & Preservation. “I am thrilled to have this opportunity, and look forward to working with the staff and citizens of Palo Alto on a wide variety of planning and transportation issues,” said Gitelman. City of Palo Alto (ID # 3959) City Council Staff Report Report Type: Action Items Meeting Date: 9/16/2013 City of Palo Alto Page 1 Summary Title: Preliminary Public Benefit Economic Analysis for 395 PMR/3045 Park Title: Review of Preliminary Economic Analysis Report for a Planned Community (PC) Rezoning to Accommodate: 1) Four-Story Office Development at 395 Page Mill Road and; 2) Three-Story Public Safety Building with Attached Six-Level Parking Structure Located at 3045 Park Boulevard From: City Manager Lead Department: Planning and Community Environment Recommendation Staff recommends that the Council review and provide comment on the Public Benefit economic analysis for a proposed Planned Community development at 395 Page Mill Road and 3045 Park Boulevard. The proposed Planned Community project would consist of an office development at 395 Page Mill Road and a Public Safety building and parking garage at 3045 Park Boulevard as described below. Background The project applicant, the Jay Paul Company, is proposing to construct two (2) four-story office buildings totaling 311,000 sq. ft at 395 Page Mill Road. The proposal would retain the existing three-story 219,377 sq. ft. office building on the same site (AOL’s current location). A total of 1,170 parking spaces would be provided in basement garages and in an above grade parking deck. The second part of the proposed development includes a new 44,420 sq. ft. Public Safety Building and 579 on-site parking spaces. 388 spaces would serve the development at 395 Page Mill Road, and 191 secured parking spaces would serve the Public Safety Building. A complete description of the project is provided below. The applicant is proposing that the development be approved as part of a Planned Community (PC) zone. A Planned Community Zone may be approved if the following findings are made: City of Palo Alto Page 2 (a) The site is so situated, and the use or uses proposed for the site are of such characteristics that the application of general districts or combining districts will not provide sufficient flexibility to allow the proposed development. (b) Development of the site under the provisions of the PC planned community district will result in public benefits not otherwise attainable by application of the regulations of general districts or combining districts. (c) The use or uses permitted, and the site development regulations applicable within the district shall be consistent with the Palo Alto Comprehensive Plan, and shall be compatible with existing and potential uses on adjoining sites or within the general vicinity. In summary, PC zones allow for consideration by the City Council of the standard zoning regulations to be exceeded in exchange for a public benefit. Of course, the project also must meet many other conditions and mitigate impacts as determined by the Council. In this case, the primary exception being proposed by the developer is an increase in overall floor area. In other words, the developer is proposing a building that is larger than would typically be permitted in the existing zoning district. In exchange for this increase in floor area, the developer is proposing to construct and give the City a new Public Safety Building and associated land. The building would include tenant improvements, except for IT cabling and furnishings. In the past, PC zones did not undergo a specific public benefit economic analysis. However, earlier this year the City Manager gave direction to staff to incorporate an economic analysis as a standard part of all Planned Community review processes. The purpose of this review is to quantify the private gain/increased value associated with the land use changes requested under the PC zone, in order to better understand the adequacy of the proposed public benefit. This project is the first to be reviewed under this new policy. Several months ago the City hired Applied Development Economics (ADE) to complete this analysis. ADE is expert in fiscal impact and pro-forma analysis. ADE conducted fiscal analysis on behalf of the City for the Stanford Development Agreement and for updates to the Comprehensive Plan. ADE has met with staff on several occasions and with the developer once to verify several assumptions made within the analysis. The analysis is attached to this report and described below. To date, the project has been the subject of: a Prescreening Hearing by the City Council; four meetings of the Planning and Transportation Commission (PTC) for Initiation and Scoping of the project and EIR, and twice discussed by the Council Infrastructure Committee to discuss the Public Safety Building component of the project. Staff reports and available minutes for these meetings can be found on the City’s Project webpage at http://www.cityofpaloalto.org/news/displaynews.asp?NewsID=2269&TargetID=319. The Planning and Transportation Commission initiated the Planned Community Zoning process in City of Palo Alto Page 3 May. This additional “check-in” point, where the Council will review public benefit analysis, is not a typical part of the review process. Given the scope of this project, however, the Council requested this additional step. The preliminary (draft) traffic study, which was also tentatively scheduled to be reviewed, will now be reviewed in early 2014. Staff was concerned about a number of assumptions made in the traffic report, and therefore did not believe it accurately described potential impacts. If the Council chooses to move forward with this project, the full review by the ARB, PTC and Council will be required. Additional community meetings will be also be scheduled. Project Description Over the past year, this project has been the subject of extensive staff review and multiple public hearings. After receiving direction from staff and at these hearings, the applicant revised the development plan and public benefit proposal, as described below: 395 Page Mill Road The components of this project include:  Construction of two four-story R&D/ Office buildings totaling 311,000 square feet of floor area;  Retention of the existing three-story 219,377 square feet of R&D/Office (AOL) building;  1,329 on-site parking spaces provided on three levels, including a basement level and one above-grade parking deck. A total of 388 parking spaces for the R&D/Office uses would be provided off-site at 3045 Park Boulevard;  Setbacks of up to a 100 feet along Ash Street;  Stepping the 3rd and 4th stories back 10 feet from the stories below;  Significant setback along Olive Avenue for storm water retention and useable open space. The applicant is proposing to provide the following public benefit(s): 3045 Park Blvd  Complete construction of an approximately 44,500 square foot Public Safety Building with 191 dedicated parking spaces. The Public Safety Building would be located on the southern portion of the site. A 388 space parking structure in six above--grade levels providing the parking required for 395 Page Mill Road tenants would be located on the northern portion of the site. The two structures would be connected by two levels of underground parking. The City would only be responsible for the cost of furniture and IT equipment/cabling. City of Palo Alto Page 4 Discussion of Pubic Benefit Economic Analysis The pro-forma analysis memo written by Applied Development Economics (ADE) is attached to this report. This memo was created using a number of assumptions that are based on market research, ADE’s knowledge of the Bay Area real estate market, meetings with City staff, and a meeting with the Jay Paul Company. While the fluid nature of development markets makes it difficult to predict the future with complete precision, the analysis provides a solid framework for determining the adequacy of the proposed public benefit. The City Council is not bound by the analysis and could request more in public benefit. But this third-party analysis provides a beneficial perspective to inform the City’s review and ultimate decision. In addition to outlining the assumptions, the analysis discusses the adequacy of the proposed public benefit. The memo also includes a “sensitivity analysis” which details what public benefit could be expected if the project were reduced in size. Overall, the memo concludes that the current proposed public benefit is reasonable from a financial perspective and would allow the developer to obtain a return on investment (ROI) consistent with market standards. There are, however, a number of variables that could change, reducing the developer’s return on investment and the proposed public benefit. For example, if interest rates were to rise (long- term rates are currently rising) or if extensive CEQA mitigations measures were required, the developer may not be able to obtain an adequate ROI to support the proposed public benefit. On the other hand, should interest rates, lease rates, or other factors increase beyond the assumptions, the public benefit level could grow. Furthermore, due to initial foundation and overhead (sunk) costs that are less variable, reducing the project size could disproportionally reduce the possible public benefit. These are important factors for the City and developer to consider as review of the project moves forward. Staff suggests that the Council and public review the attached six-page memo, particularly the summary, conclusion and sensitivity analysis which can be found in the first two-pages. Data and an explanation of the underlying assumptions follow these pages. Obviously, the conclusions that can be drawn are dependent upon the assumptions. Attachments:  Attachment A: Pro Forma Analysis for 395 Page Mill Project (PDF) 255 Ygnacio Valley Road, Suite 200  Walnut Creek, CA 94596  Tel 925.934.8712 2320 Broadway, Sacramento, CA 95818  916.454.1537 www.adeusa.com MEMO TO: Joe Saccio FROM: Doug Svensson CC: Aaron Aknin, Lalo Perez DATE: September 3, 2013 SUBJECT: Pro Forma Analysis for 395 Page Mill Project The pro forma analysis is based on the plans for the 395 Page Mill Rd. project submitted by the Jay Paul Company, dated 5/22/2013. The analysis is structured to determine the amount of time and cost needed for the developer to build the proposed project and recoup that investment as well as the added cost of the proposed public benefit, which is the construction of the City Public Safety Building (PSB) and related parking structures. SUMMARY We have assumed that the construction period for the two office buildings would be 18 months and that it would take six months to fully lease up the properties. Given current market conditions, we expect the developer to be able to lease up to 98 percent occupancy. The PSB would be built during year 2 of the construction period and has been incorporated into the developer's overall construction cost. Table 1 shows the pro forma through the construction and lease up period (Years 1-3), the first stabilized year of full operation (Year 4), the first year with a positive cumulative cash flow (Year 18) and at subsequent Years 20, 25 and 30. As indicated at the bottom of Year 2, under the financing scenario we have portrayed in this analysis, the developer would need to invest $122.6 million in equity to get the project started, including the sunk cost in the sites for the new office buildings and the construction of the PSB. The project would require a sustained financial investment of about $88 million, which eventually is recouped in Year 18, although the net present value (NPV) of the investment is not positive until year 28 (assuming a 5 percent discount rate). By year 30, the NPV profit is about $15.7 million, for an Internal Rate of Return (IRR) of 6.0 percent. Calculated as a return on the developer’s long term investment in the project of about $88 million, the NPV profit of $15.7 million equates to a 17.4 percent return on equity. CONCLUSION The proposed project would potentially cover the cost of the PSB and still return a profit of about 17% on the equity investment in the project over a thirty year period. While this appears to be a healthy return on investment, it should be considered a best case scenario, since there are a number of risk Page 2 | Applied Development Economics factors and unknown costs that could reduce this figure when the project is actually implemented. Of particular concern are mitigation costs that maybe identified in the CEQA process and further escalations in construction costs by the time the project is actually built. Increases in interest rates would also have a big impact on the cost to build and operate the project. Interest rates have been at very low levels but are beginning to rise. In addition, there is risk related to the market for office leases and the long term vacancy rates in the market. This analysis assumes the project can achieve a two percent vacancy rate, but most areas within the market currently continue to report double-digit vacancy rates. For these kinds of reasons, developers typically require a pro forma result in excess of 20% IRR so there is a margin to cover inevitable cost increases when projects are actually developed. SENSITIVITY ANALYSIS In order to understand the tolerance of the project for changes in the proposed intensity of development, we have run two scenarios with reduced project sizes to see what public benefit, if any, could be supported. Two major cost categories are relatively fixed and affect the ablity of the project to absorb size reduction: the cost of the land, which is now a sunk cost, and the cost of site development, which will be complicated under any development scenario due to the superfund issues with the property. If the project were reduced by 25 percent, the public benefit potential would need to be reduced to about 6o percent of the level currently proposed in order to achieve the same return on investment as the full project described above. The public benefit amount would be about $26.9 million rather than the $49.3 million currently estimated. However, if the project were reduced by half, there would be no possibility of any public benefit contributions and still achieve the same rate of return. Applied Development Economics | Page 3 Table 1 Summary Pro Forma for 395 Page Mill Rd. (Current Dollars Except NPV) Year 1 Year 2 Year 3 Year 4 Year 18 Year 20 Year 25 Year 30 Project Costs Land $30,447,961 Land Holding Costs $2,906,770 $400,663 $408,676 $416,850 $550,024 $572,245 $631,805 $697,564 Building Construction $137,509,307 $70,379,991 Other costs $17,830,530 $8,917,319 Const. Loan Finance $6,058,254 $3,092,595 $144,888,008 Operating Costs $5,806,355 $8,129,510 $8,292,100 $9,338,252 $9,338,252 $9,338,252 $9,338,252 Debt Service $9,343,823 $9,343,823 $9,343,823 $9,343,823 $9,343,823 Total Costs $194,752,821 $88,596,923 $153,426,194 $18,052,773 $19,232,099 $19,254,320 $19,313,880 $19,379,639 Project Revenues Construction Loan Proceeds $100,970,894 $43,917,114 Lease Revenue $7,981,376 $21,562,658 $21,993,911 $29,020,499 $30,192,927 $33,335,431 $36,805,009 Mortgage Proceeds* $171,852,020 Annual Cash Flow ($93,781,928) ($36,698,432) $39,988,483 $3,941,138 $9,788,400 $10,938,607 $14,021,551 $17,425,371 Cumulative Cash Flow ($93,781,928) ($130,480,360) ($90,491,877) ($86,550,739) $6,140,059 $27,436,474 $91,256,261 $171,440,688 Net Present Value ($93,781,928) ($122,602,682) ($88,059,126) ($84,816,742) ($33,661,430) ($25,439,848) ($4,711,461) $15,706,158 Annual IRR -51.4% -45.9% 0.6% 2.1% 4.6% 6.0% Page 4 | Applied Development Economics DISCUSSION OF DATA AND METHODOLOGY LAND The property records for 395 Page Mill indicate that Whisman Ventures LLC in partnership with Jay Paul Co. bought the property in May 2006. The land value is assessed currently at $38.08 million ($88.66 per sq.ft.). Based on the proposed addition of 311,000 sq.ft. of building space to the existing 224,000 sq.ft. building, we have allocated 60 percent of the land cost to the proposed project. In addition, the site across the street at 3045 Park Blvd. would house the City Public Safety Building and a parking garage for the 395 Page Mill site. This property was purchased in September 2011 for a reported sale price of $7.6 million. However, it is currently assessed at $4.9 million, with $3.2 million for land ($54.81 per sq.ft.). We have included the entire purchase price of this property as a land cost for the proposed project. Since this site will house parking for the 395 Page Mill offices as well as the PSB, we have included it as a cost of the office development. Land holding costs are estimated at 1.2% annually and escalate by 2% per year. We have accumulated holding costs from the purchase dates for each site, 2006 and 2011, respectively, into the first year of the pro forma. Year 1 of the pro forma is assumed to be 2014. CONSTRUCTION COSTS We used the most recent available edition of the Commercial Square Foot Building Costs manual by Deloitte and Saylor Publications to estimate the construction costs of the office building and parking garage.1 The costs in this manual reflect 2009 prices and we escalated the costs to 2014 using the Engineering News Record (ENR) building cost index for the San Francisco area. The manual uses San Francisco as its base location for costs. The office costs are for precast panel construction with steel frame, and include architects fees (6%) and builder’s overhead and profit (30%). We added a $20 per sq.ft. allowance for tenant improvements and an additional cost of $18.3 million for site grading and excavation of the basement parking areas. The site is an EPA superfund site and will require special treatment during the excavation and disposal process, as well as ongoing dewatering treatment. The hard construction costs and site development for the office buildings is estimated at $594.00 per sq.ft. (including cost of basement parking and other parking structures) for a total of $184.8 million. SOFT COSTS Since architects fees and builder’s profit are included in the hard construction costs, additional soft costs include City fees and allowances for accounting, legal, and marketing functions. Table 2 presents our estimates of City fees and permit costs. We did not attempt to estimate electrical, mechanical or plumbing permit fees, but we did include an allowance of $250,000 for an EIR. Also, any other mitigation costs that are identified through the CEQA process would need to be added when they are available. 1 Horvath, Jim, Stychaz, Stan, Haigh, Ian, and Kimmel, Matt. Commercial Square Foot Building Costs, Deloitte and Saylor Publications.2010. Applied Development Economics | Page 5 The allocations for accounting and legal are $3.00 per sq.ft. each plus $15.00 per sq.ft. for marketing expenses and $1.50 for other miscellaneous expenses. The total soft costs, excluding financing, for the project are $23.8 million. In addition we have assumed the developers would secure a construction loan for 65% of the development cost at an interest rate of 4% plus a 1% fee. The total cost of this financing for both office building plus all the parking would be $8.1 million. The total development cost of the project, excluding land, would be $216.7 million. This creates a cost basis for the office space, assuming the parking space is ancillary and not counted in the building size, of $697.00 per sq.ft. Table 2 Palo Alto Permit and Development Fees Type Estimated Total Fee Per SQFT Per Project Building Permit application $54 $54 Building Permit Fee $937,482 $3.01 SB 1473 Fee (Bldg. Stds. Admin.) $1,443 $0.00 Elective Plan Check $262,495 $0.84 Grading Permit $3,682 $0.01 Fire and Life Safety Plan Check $421,867 $1.36 Zoning Plan Check $281,245 $0.90 Public Works Plan Check $112,498 $0.36 SMIP Fee $30,231 $0.10 Comp Plan fee $79,176 $0.25 Outside Verification Review $865 $865 Architectural Review (Major Project) $3,712 $3,712 Environmental Impact Assessment (EIA) $1,738 $1,738 Development Impact Fees Parks $1,405,098 $4.52 Community centers $79,305 $0.26 Libraries $75,573 $0.24 Housing $5,734,840 $18.44 Traffic Impact - Stanford Research Park $3,445,880 $11.08 Total $13,478,196 $43.32 $6,369 OPERATING COSTS AND REVENUES For an operating cost profile, we were able to obtain two years of operating cost data for a major 176,000 sq.ft. Class A office building in Walnut Creek. Table 3 shows the sq.ft. cost factors derived from that data. Page 6 | Applied Development Economics Table 3 Annual Operating Costs Cost category Per sq.ft. Annual for Proposed Project Management $ 1.63 $ 505,921 Maint./Repairs $ 3.04 $ 946,694 Utilities $ 3.79 $ 1,177,448 Operations $ 1.89 $ 589,236 Insurance $ 1.12 $ 349,235 Landscape $ 0.36 $ 110,450 In addition to these costs, we included property tax at 1.1% of market value reserves at 5% of revenue, which may be used for capital replacement costs at longer term intervals. Annual debt service is assumed to reflect a 70% loan-to-value ratio, a 30-year term, and a 3.5% fixed interest rate. The pro forma uses an office lease rate of $5.40 per month. Other data range from as low as $3.32 up to $5.50 as indicated below, but the higher rates appear to reflect more specific conditions in Palo Alto and the Stanford Business Park. We have also assumed $80 per space in parking income. Reported Rental Rates o Kidder Mathews, Real Estate Market Review, Northern California, Santa Clara and Alameda Counties, first quarter to fourth quarter of 2012. - $5.60 (Palo Alto) o Marcus & Millichap, Office Research Market Review - $3.23 (PA/Mtn Vw/Los Altos) o Colliers International, Silicon Valley Research and Forecast Report - $5.17 (Palo Alto) o Cresa, Tenant’s Guide, North American Markets - $5.50 (Stanford Park) PROJECT CAPITALIZED VALUE Cassidy Turley has reported office sales transactions for the first quarter of 2013.2 Sales occurred in San Francisco and in Silicon valley but not on the Peninsula. The average capitalization rate for all sales was 5.8%, ranging from 4.8% in San Francisco to 7% in Silicon Valley. Jay Paul Company is reported to have purchased an office building in San Francisco at an average price of $1,489 per sq.ft., while the average transaction in San Francisco was $582 per sq.ft. and $353 per sq.ft. in Silicon Valley. For this analysis, we have used the regional average of 5.75%, which translates to a per sq.ft. value of $789.40 and a total value of $245.5 million. 2 Cassidy Turley, Investment Market Snapshot, Bay Area, First Quarter 2013.www.cassidyturley.com. City of Palo Alto COLLEAGUES MEMO September 16, 2013 Page 1 of 3 (ID # 4087) DATE: September 16, 2013 TO: City Council Members FROM: Council Member Kniss, Price, Mayor Scharff, and Vice Mayor Shepherd, SUBJECT: PALO ALTO TRAFFIC DEMAND MANAGEMENT PLAN Recommendation: Direct staff to develop a comprehensive Transit Demand Management (TDM) plan for the California Ave and University Ave Downtown Districts and the Stanford Research Park with the goal of reducing solo car trips by at least 30% and return to the full Council for further policy direction prior to initiating CEQA review, soliciting contracts, or proposing new fees, ordinances or resolutions. If appropriate, the City Manager may wish to consider retaining a consultant to assist in the expeditious development of a rigorous TDM plan. The TDM plan should: 1) Create a defined TDM boundary area for the University Avenue TDM District, the California Avenue TDM District and the Research Park TDM District; 2) Provide a funding mechanism for the TDM districts (such as, for example, assessments on existing businesses, impact fees on new developments, or a combination of both) that will fund a robust TDM plan with measurable outcomes based on identified goals; 3) Develop a request for proposals (RFP), based on identified goals to contract out ongoing TDM services which would include, but are not limited to, using revenue offsets for subsidizing public transit, parking strategies and management, carpooling incentives, biking, car sharing services, etc. for the purpose of reducing car trips into, out of and within Palo Alto, and supplementing existing services provided by Caltrain, SamTrans, VTA, Margarite Shuttles, AC transit and links to surrounding transit systems such as Bart, ACE and the Capital Corridor express; 4) Outreach to Stanford's TDM director for the purpose of collaboration and integration of services; 5) Develop tools to monitor, evaluate and measure utilization of the various TDM elements and progress towards the overall goal of reducing solo car trips throughout the city. Enforcement could include penalties for applicants not meeting approved TDM criteria. 6) Return to full City Council for discussion and approval. September 16, 2013 Page 2 of 3 (ID # 4087) Background: Parking and traffic are one of the toughest challenges facing the City at this time and a major concern for our residents. The twin challenges of parking and traffic are being dealt with in a multi-pronged approach. The infrastructure committee is working on using a funding mechanism such as a Mello Roos district to create new parking garages both downtown and on California Ave. The City Manager advises that staff is developing a framework for a Comprehensive Residential Parking Permit system for Council to consider in the next 90 days to deal with the substantial issues of parking intrusion into our neighborhoods. In the next 45 days, staff will also bring to Council proposals to suspend parking exceptions so that new developments provide an appropriate amount of parking spaces. However, a Residential Permit Parking program, new parking garages and requiring new developments to be parked appropriately will not alone solve the issues of parking and traffic. The City needs a comprehensive TDM program that will reduce trips by at least 30%. Stanford has reduced trips by 40% or more through a comprehensive TDM program, and with the right focus and attention Palo Alto could have similar results. Comprehensive TDM ordinances and policies cover a range of areas and use various types of management models in the public and private sectors. Over the past 30 years, numerous cities, counties and states have successfully developed comprehensive TDM programs specifically designed to reduce single occupant vehicle trips. During that period, a number of TDM specialists and consultants have prepared plans for both the public and private sectors. In general, the key elements of these comprehensive TDM programs focus on reducing use and reliance on single-occupant vehicles through a combination of regulation, incentives and demand pricing. Ultimate solutions have included transportation options (walking, biking, pedestrian, transit), promotion of the use of alternative transportation modes and parking management/pricing. The key elements of a TDM program should focus on reducing use and reliance on single- occupant vehicles through the promotion of various strategies such as improving transportation options (walking, biking, transit); promotion of alternative transportation modes (ridesharing, vanpools, shuttles), parking management of various types and mass transportation (i.e Caltrain, BART, etc.). Palo Alto now finds itself experiencing significant economic development and prosperity. Although the City has existing Municipal Code provisions that address TDM measures, they are not comprehensive, mandatory or current in nature or consider these districts as a unit. Furthermore, the Municipal Code includes several “by right” parking reductions for new commercial buildings. These provisions, in combination with nearby, unrestricted (free) residential neighborhood parking, have encouraged the use of single-occupant vehicles, while affecting the quality of life in residential neighborhoods. Finally, the workplace itself has changed. The tech and start-up industry have abandoned cubicles and offices in exchange for collaborative rooms that hold more people per square foot. For these and many other reasons traffic and parking demands are currently unmanageable, and a comprehensive, district-wide TDM program needs to emerge in our jobs intensive areas. September 16, 2013 Page 3 of 3 (ID # 4087) In August, Vice Mayor Shepherd, Councilmembers Price and Kniss, and Interim Planning Director Aaron Aknin, took a field trip to the Contra Costa Transit Center to see firsthand how its TDM program has successfully reduced single car trips by more than 30%. The program emerged as BART ridership expanded in the 1980s and large and small companies brought jobs into the area. Palo Alto could have a similar experience as both Contra Costa and Stanford have shown with the right TDM policies and focus in place. The Contra Costa Transit Center offers on-site services for commuters employed by companies of anywhere from 2 to 1,000 employees. The Center’s initial capital came from new commercial development of 50 cents per square foot, grants, and now a voluntary transit district assessment. BART fare subsidies, gas cards and special parking for carpools are examples of their TDM strategies. Car share services are available for mid-day errands or emergency trips home, and a contract with the local taxi company gives the commuter vouchers for final leg journeys if needed. This is all being done in conjunction with a mandatory TDM ordinance that applies to this entire district, thereby creating the regulation that is necessary to create the critical mass of employers participating in the program. This approach actually created a Transportation Management Agency (TMA) to manage these programs. Palo Alto’s review of TDM options should consider a TMA and also explore ways to capture funding and participation related to existing development and existing traffic, in addition to new projects. One emerging trend in terms of demographics is that young adults are choosing not to own a car if there are viable alternative transportation options. A significant percentage of young workers want to live in San Francisco and commute via Caltrain to work in Palo Alto As this trend matures, commute options into, out of and within Palo Alto also need to reflect what is called a "shared economy" where people borrow, rent or pay for the short time use of vehicles and equipment. A TDM program could support and encourage this new trend. Conclusion: Alternative transportation models are not a new idea in Palo Alto. Many of our policy documents have identified the importance of alternative modes as a means of reducing greenhouse gas reductions. The City, employers and transit agencies have already promoted trip reduction and alternative transportation options. Yet, these initiatives are not comprehensive in nature, and have not been effective from a district wide standpoint. The idea of considering downtown districts as a unit, with an experienced TDM contractor, working directly with employers and commuters is a smart, and proven strategy to address the City’s traffic and parking issues. Staff Impact: The implementation of this program will take a considerable amount of staff time in the short term during the RFP and consultant selection process. In addition, an ongoing connection with the TDM contractor will be necessary, and take additional staff time. To some extent, however, this will be offset in the long run. As the more comprehensive strategy takes effect, staff will not have to tackle individual issues to the same degree. A new position in the department, Parking Manager, will soon be hired and will provide needed support in the above mention efforts, under the direction of the Chief Transportation Official. City of Palo Alto (ID # 4066) City Council Staff Report Report Type: Action Items Meeting Date: 9/16/2013 City of Palo Alto Page 1 Summary Title: Response to SCC Grand Jury Report on Disability Retirements Title: Approval of City of Palo Alto's Response to the 2012-2013 Santa Clara County Civil Grand Jury Report - "The State of Public Safety Disability Retirement Rates In The County" From: City Manager Lead Department: Human Resources RECOMMENDATON Staff recommends that Council approve the following response to the 2012-2013 Santa Clara County Civil Grand Jury Report, “The State of Public Safety Disability Retirement Rates In The County.” Staff further recommends that the Mayor send a letter to the Grand Jury with the City’s Response by the deadline, September 30, 2013. BACKGROUND On June 21, 2013, the Civil Grand Jury of Santa Clara County issued a report that surveyed the extent to which job-related Industrial Disability Retirements are occurring for all Public Safety agencies in Santa Clara County. The Grand Jury also focused on the processes agencies use to review disability retirement applications between July, 2008 and July, 2012. A copy of the Grand Jury report is included as Attachment A. DISCUSSION The City’s detailed response to the finding and two recommendations are included in Attachment B. The City does not agree with the Grand Jury’s finding that the City of Palo Alto has the highest IDR rate in the county. Staff did not have an opportunity to reconcile the differences because the Grand Jury had disbanded. However, the City agrees wholly with the Grand Jury’s assessment that it is beneficial to keep public safety employees healthy and productive, reducing their injuries and illnesses. Attachments:  Attachment A. Santa Clara County Grand Jury Report (PDF) City of Palo Alto Page 2  Attachment B. Grand Jury Response (DOC)  Exhibit 1. City Response to Grand Jury Request for Information (PDF)  Exhibit 2. Number of Worker's Compensation Claims (PDF) Attachment A. Santa Clara County Grand Jury Report Attachment A. Santa Clara County Grand Jury Report Attachment A. Santa Clara County Grand Jury Report Attachment A. Santa Clara County Grand Jury Report Attachment A. Santa Clara County Grand Jury Report Attachment A. Santa Clara County Grand Jury Report Attachment A. Santa Clara County Grand Jury Report Attachment A. Santa Clara County Grand Jury Report Attachment A. Santa Clara County Grand Jury Report Attachment A. Santa Clara County Grand Jury Report Attachment A. Santa Clara County Grand Jury Report Attachment A. Santa Clara County Grand Jury Report Attachment A. Santa Clara County Grand Jury Report Attachment A. Santa Clara County Grand Jury Report Attachment A. Santa Clara County Grand Jury Report Attachment A. Santa Clara County Grand Jury Report Attachment A. Santa Clara County Grand Jury Report Attachment A. Santa Clara County Grand Jury Report Attachment A. Santa Clara County Grand Jury Report Attachment A. Santa Clara County Grand Jury Report Attachment A. Santa Clara County Grand Jury Report Attachment A. Santa Clara County Grand Jury Report Attachment B. City of Palo Alto Response to Grand Jury Report 1 9/11/2013 City of Palo Alto’s Response to the 2012-2013 Santa Clara County Civil grand Jury report – “The State of Public Safety Disability Retirement rates in the County” FINDINGS AND RECOMMEDNATIONS Finding 3 Averaged over the past five years, the City of Palo Alto has the highest IDR rate in the county at 51%. RESPONSE: The City of Palo Alto disagrees with the finding. The Grand Jury reported that Palo Alto has the highest percentage of Industrial Disability Retirements in the county at 51%. The City of Palo Alto is not clear on how the total was calculated. Based on the data provided to the Grand Jury on November 9, 2012 (see Exhibit 1) the City found the percentage to be lower than indicated in the Grand Jury report. As illustrated in the table below, the City finds its percentage of Industrial Disability Retirements (IDR) to be 34%. While the City found one IDR incorrectly reported to the Grand Jury as an Industrial Disability Retirement for a non-sworn employee who suffered an occupational injury, this would not account for the difference. Total Requirements Service Retirements Industrial Disability Retirements Percentage IDR Fire 35 25 10 28.6% Police 27 16 11 40.1% Total 62 41 21 33.87% Based on the City’s figures, the City of Palo Alto’s IDR rates for safety personnel are consistent with the average of other entities in Santa Clara County. In addition, Palo Alto’s safety IDR rates from July, 2008 - July, 2012 represent a decrease in the industrial disability rate for Firefighters and for Police personnel since a separate audit on this issue in April 2005, by the Palo Alto City Auditor. That report indicated that 40.7% of Firefighter and 45.5% of Police retirements were classified as IDR. IDRs result from injuries on the job; therefore it is helpful to begin the analysis with workers’ compensation claim rates. During the last five years at the City, workers’ compensation rates for Police have declined 12% and for rates for Fire have declined 20%. The graphs in Exhibit 2 indicate a gradual decline in the total number of claims. In FY 12-13, the Fire Department experienced an all-time low of 14 total claims while Police decreased their total claims to 22. The decrease in claims for Police and Fire substantiates that the City of Palo Alto is actively preventing injuries and providing safe work conditions; however, the goal must be to continue this trend of reduced claim numbers. Attachment B. City of Palo Alto Response to Grand Jury Report 2 9/11/2013 Lower workers compensation claim rates are reflected in lower IDR rates for the City. The City’s’ IDR rates averaged 34% over the past five years (FY 08 to FY 12 – the span of time studied by the Grand Jury). This places Palo Alto near the average of entities reporting to the Grand Jury - 30% IDR rate over the past five years. Thus Palo Alto, with more firefighters than other cities in the County except San Jose, experiences an average number of IDRs compared with cities in the County. Recommendation 3a The City of Palo Alto should identify what factors other than its high percentage of firefighters influence its IDR rate. RESPONSE: The City of Palo Alto agrees with this recommendation 3a. Identifying the factors that may contribute to the City’s IDR rate is critical to understanding what actions are needed to lower the rate. And, low IDR rates reflect higher levels of health and productivity in the work force, and low IDR rates reduce Workers’ Compensation costs that can be used for other department programs. The City evaluated both the types of claims and the process for submitting claims to inform this analysis. Based on the City’s analysis of claims, the public safety officers identified in the Grand Jury report were an average age of 49.5 years old. The nature of claims involved varied significantly primarily involving injuries to knees, backs, neck and heart. This average age is common for public safety officers as found in the Rand report, “Occupational Safety and Health for Public Safety Employees,” which analyzed data from 29 different public employers in California and found that both firefighters and police officers become more susceptible to disability as they age. Public Safety Officers are more likely to claim permanent disability benefits after an injury at older ages. The Palo Alto experience is the same as that described in the Rand Report. Public Safety Officers had served an average of 22 years on the job in the Palo Alto Fire Department. The Police Officers personnel had served an average of 13 years on the job in the Palo Alto Police Department. Some of the personnel had years of work in other organizations prior to their Palo Alto service. While most public safety officers identified in this report suffered serious permanent disabilities, others suffered injuries or illnesses that were not as severe yet incapacitated the officer from performing work duties. Although all officers completed long term medical treatment, their injuries still precluded them from performing their public safety officer duties and thus were unable to continue working in their jobs on a permanent basis and therefore sought retirement. Some agencies, such as the City of San Jose, provide an option for permanently disabled officers to remain employed in a permanent light duty capacity. This may involve desk work or other limited-duty functions. Palo Alto does not offer this option. In Palo Alto, all permanent public safety positions require the ability to perform the full duties of the job, such as fighting fires, lifting gurneys and making forcible arrests. Palo Alto offers light duty on a temporary basis for sworn personnel who are continuing in treatment and Attachment B. City of Palo Alto Response to Grand Jury Report 3 9/11/2013 expected to progress towards recovery. At the point that an officer is certified to have a permanent disability that prevents performance of essential duties, the officer must elect retirement or may retain in public employment in a non-sworn capacity. By requiring that all sworn personnel maintain the ability to perform the full duties of their positions, Palo Alto ensures that the Police and Fire Departments prioritize direct and essential services to the public. At the same time, the decision not to create permanent light duty positions may contribute to a somewhat higher IDR rate compared to agencies that retain sworn officers who are permanently unable to perform the essential duties of a police officer or firefighter. Because the City of Palo Alto is bound to follow the California Workers Compensation and CalPERS retirement laws, it is limited in its ability to dispute retirements as not being entitled to an IDR. A public safety officer applying for IDR is required to provide documentation based on competent medical opinion that substantiates they are a Qualified Injured Worker and “incapacitated for the performance of duty” as defined under the Public Employee’s Retirement Law (PERL) Government Code Section 20026. Once City of Palo Alto staff receives medical documentation from the officer’s treating physician and a second opinion from a Workers’ Compensation Board certified Qualified Medical Examiner (QME), it is reviewed to determine if it meets the criteria based on this state law. The QME is not selected by the City of Palo Alto. As part of the workers’ compensation claim process, the public safety officer can select a QME from a list of state-certified doctors specializing in specific medical conditions, such as orthopedics, cardiology, podiatry, etc. If an employee is represented by an attorney (the majority of public safety officers in this report had decided to be represented), their attorney can work with a City’s attorney to select an Agreed Medical Examiner. On several occasions, the City has not certified an industrial disability retirement due to inadequate medical documentation. As indicated in the Grand Jury report, IDR is available for Public Safety officers, which include firefighters, whose job-related injuries or presumptive illnesses result in their inability to perform the usual and customary duties of their job. This outcome can be the end result of a workers’ compensation claim in cases where the claimant does not recover sufficiently to return to full duty. One of the first steps in the City’s workers’ compensation process is to ensure that injuries and illness are work-related. Public Safety supervisors complete a report identifying witnesses, and interviewing witnesses, if needed, about how the injury or illness occurred. If there is any question that an injury did not occur on the job (for example if a claim is filed late), the City’s workers’ compensation administrator will question an employee and may send an investigator to interview witnesses. If there is a question whether an employee is able to perform more activities than they are stating to a treating doctor during the life of a workers’ compensation claim, the City’s workers’ compensation administrator may hire an investigator to conduct surveillance. Also key is to evaluate what preventive action can be completed to prevent reoccurrence. Attachment B. City of Palo Alto Response to Grand Jury Report 4 9/11/2013 Recommendation 3b RESPONSE: The City of Palo Alto should implement a plan to lower its IDR rate. The City agrees with this recommendation 3b. The City will continue its efforts to reduce the rate of disability retirements through proactive measures to prevent occurrence of injuries. Most importantly, the Public Safety Department is reviewing its injury and illness prevention program. The City’s response to the Grand Jury described various activities such as comprehensive training that are strong tools for improving safety that have led to a decrease in claims over the last ten years. In support of complying with CalOSHA’s general orders for an effective injury and illness prevention program, the Fire Department conducts monthly safety committee meetings in which all injury claims, vehicle accidents and near-miss incidents are reviewed in order to review and suggest worksite or equipment improvement to prevent reoccurrence. Examples of improvements which have resulted from this committee are the purchase of alternate gurneys that are lighter and easier to maneuver, and, a safety video produced to train firefighters on how to safely exit fire engines without causing knee injuries. The video was developed after staff analyzed a trend that was occurring involving knees when firefighters stepped on and off engines. Public Safety also conducts a wellness program that allows officers to work out on a daily, limited basis to maintain the physical fitness required by their jobs. In addition, Police and Fire conduct physical exams that have been successful in proactively identifying medical conditions. These exams include blood pressure and lipid profile tests, and treadmill fitness exercise. The Fire Department plans to explore the implementation of the International Association of Fire Chiefs and the International Foundation of Firefighters Fitness Initiative Program to increase the participation in fitness training by all firefighters. One option that the City will evaluate and consider is to establish a review committee including a physician to review IDR applications and supporting medical reports. A second option that will be explored with the City Attorney’s office is the criteria a City can use to deny an industrial disability retirement and still be in compliance with state law. Finally, legislative changes would be helpful to eliminate the incentive against returning to work that is created under state law that provides for 50% of the disability retirement benefit tax- free. According to the Rand report, public safety retirees are considerably more likely to have made a workers’ compensation claim prior to retirement. This finding is based on data from individuals making a workers’ compensation claim for a lost-time injury between 1991 and 1996 and looked at CalPERS retirement data as well. Their findings reflected that public safety officers might be more susceptible to work limitations because of the physically demanding nature of their work; that public safety employees claim a work-related disability at a higher Attachment B. City of Palo Alto Response to Grand Jury Report 5 9/11/2013 rate than employees in non-safety occupations, and that this is more pronounced at older ages. In addition, an increase in disability benefits could be an incentive for not returning to work. Thank you for this opportunity to respond to this 2012-13 Civil Grand Jury report and develop strategies to further decrease the City of Palo Alto Industrial Disability Retirement rates. Exhibit 1. City Response to Grand Jury Request for Information Exhibit 1. City Response to Grand Jury Request for Information Exhibit 1. City Response to Grand Jury Request for Information Exhibit 1. City Response to Grand Jury Request for Information Exhibit 1. City Response to Grand Jury Request for Information Exhibit 1. City Response to Grand Jury Request for Information Exhibit 1. City Response to Grand Jury Request for Information Exhibit 1. City Response to Grand Jury Request for Information Exhibit 1. City Response to Grand Jury Request for Information Exhibit 1. City Response to Grand Jury Request for Information Exhibit 1. City Response to Grand Jury Request for Information Exhibit 1. City Response to Grand Jury Request for Information 0 5 10 15 20 25 30 35 2007-2008 2008-2009 2009-2010 2010-2011 2011-2012 Police - Total Number of Claims Fiscal Year 0 5 10 15 20 25 30 35 40 2007-2008 2008-2009 2009-2010 2010-2011 2011-2012 Fire - Total Number of Claims Fiscal Year