Loading...
HomeMy WebLinkAboutID-3290_Garage-Feasibility_parking-study-contract City of Palo Alto (ID # 3290) City Council Staff Report Report Type: Consent Calendar Meeting Date: 11/19/2012 Summary Title: Garage Feasibility and Attendant Parking Study Contract Title: Approval of Contract with Sandis Engineers in an Amount Not to Exceed $110,000 for Parking Garage Feasibility and Attendant Parking Study in Downtown Palo Alto From: City Manager Lead Department: Planning and Community Environment Recommendation Staff recommends that Council authorize the City Manager to execute the attached contract in a total amount not to exceed $110,000 (Attachment A), with Sandis Engineers Surveyors Planners (Sandis) for a Parking Garage Feasibility and Attendant Parking Study. Executive Summary The City’s Downtown Parking Program includes identifying opportunities to both increase the Downtown parking supply and to operate the existing parking inventory to better use its capacity. After completion of a Request for Proposals (RFP) process, staff is recommending a consultant services agreement with Sandis Engineers Surveyors Planners in an amount not to exceed $110,000 for completion of a feasibility study to evaluate five surface parking lots in Downtown for potential construction of a parking garage and to compare each site against constructability factors to determine the most appropriate site(s) for construction. The feasibility study also includes an evaluation of four existing parking garages in the Downtown to determine the feasibility of using an Attendant Parking service at each site to help increase permit parking opportunities for Downtown employees. Background Several elements of the Downtown Parking Program were presented to Council on November 13, 2012, including recommendations for the evaluation of five Downtown surface parking lots for construction of a new parking garage (or garages) in efforts to help increase the parking supply. Staff also recommended studying 4 of the City’s 6 downtown parking garages for the consideration of Attendant Parking operations to help increase permit parking opportunities for Downtown employees. Only 4 existing garages were recommended for evaluation of Attendant Valet operations because 2 of the 6 garages comprise public-private partnerships that restrict parking supply for private use. Permit parking in the Downtown is a benefit to employees of businesses in the Downtown Parking Assessment District, which was formed in the 1990’s to help fund the construction of parking structures. Funds from permit sales are used to cover the operations and management responsibilities of the Downtown Parking Program. The Downtown Parking Program inventory offers 3,138 spaces over 6 parking garages and 11 surface parking lots; the inventory is divided into 1,672 permit parking spaces between the hours of 8AM and 5PM and 1,466 hourly parking spaces for Downtown visitors. The City currently sells 2,711 parking permits at any given time, approximately 62% over the permit supply, but permit demand remains steady. The City has implemented changes in the management of permit sales over the past year and has made more permits available to Downtown employees. A new online permit parking management system is scheduled to go live before the end of the year, offering Downtown employees an online wait list and credit card renewal management along with monthly renewal options compared to the current quarterly or annual options. Discussion Request for Proposals (RFP) Process The City released an RFP for the Parking Garage & Attendant Parking Feasibility Study project on August 23, 2012. Two phone-in pre-bid conferences were offered as part of the RFP process. The RFP proposal submittal deadline was extended from its original September 6, 2012 date to September 18, 2012 to allow potential bidders more time to prepare proposals. At the end of the RFP process the City did not receive any proposals. Following the RFP process, Staff outreached to two separate consulting firms with parking garage design experience to solicit bids for the project, Sandis Engineers Surveyors Planners (Sandis) and Swinerton. Swinerton opted not to submit a proposal due to limited staff resources. Sandis partnered with two subconsultants, HNA Pacific and Signature Parking, to offer the City a proposal responding to all the elements of the RFP. Parking Garage Feasibility The Parking Garage Feasibility study element will focus on evaluating the following five surface parking lots for construction of a new garage:  Lot D Hamilton Avenue & Waverly Street  Lot E/G Gilman Street between Hamilton Avenue and Forest Avenue  Lot O High Street between Lytton Avenue and University Avenue  Lot P High Street between University Avenue and Hamilton Avenue  Caltrain Lot Urban Lane between University Loop and PAMF Each site will be evaluated to determine: parking garage footprints, potential parking space counts, parking garage massing, and cost estimates. The study will also include the development of constructability factors so that each site can be compared against one another to determine the most appropriate or cost-effective sites for future parking garages to be constructed. The Study will also include an evaluation of “developability” opportunities so that the City can consider public-private funding opportunities and multiple use of each site if desired. The Caltrain Lot on Urban Lane was identified as appropriate for studying for a parking garage due its proximity to the Downtown; the west side of Downtown is also the City’s highest demand permit parking area. The parking lot is currently used as overflow parking for the University Avenue Caltrain Station. Staff outreached to Caltrains/Samtrans to offer the inclusion of the parking lot for study as part of the project and the offer was accepted to help identify future development opportunities for the site to increase transit and parking opportunities. Attendant Parking Feasibility The Attendant Parking Feasibility study element will evaluate four of the City’s six Downtown parking garages to determine the feasibility of using an Attendant Parking operator to help increase permit parking opportunities. The four sites that will be evaluated include:  Lot CC Civic Center  Lot R Garage between University Avenue and Hamilton Avenue  Lot S Bryant Street Garage  Lot W/C Cowper Street-Webster Street Garage Attendant parking operations can operate in one of two ways: 1) motorists drive up to a designated spot and the attendant takes over and parks the vehicles (a “valet” service), or 2) motorists are guided by an attendant to park at a designated spot and the keys then handed to the operator, who may move the vehicle as needed for access to other parked vehicles. Both options will be evaluated. Staff estimates that such a parking arrangement may result in increases of from 10-30% of the capacity of a garage. The evaluation will include development of an Attendant Parking Program at each site, to identify where vehicles should be parked, signage program elements, and proposed hours of operation. The study will also determine the likely number of additional vehicles that can parked as part of the permit program and identify innovation strategies to better manage the garages if attendant parking is found to be an infeasible or cost-prohibitive alternative. Additional Services The project includes an Additional Services element so that consultant resources are available if necessary for additional community meetings that are not included in the tasks described above or if staff determines that there are other parking technology elements that would be helpful to study. Timeline The City anticipates the study taking up to 6 months to complete. The study results will be presented to the Palo Alto Downtown (PAD) – Parking Committee, Planning & Transportation Commission and City Council in the Spring 2013 as part of staff’s regular reporting on the City’s Parking Program. Resource Impact The Consultant Services Agreement with Sandis for the completion of the Parking Garage & Attendant Parking Study project is for $110,000; this includes $10,000 for an Additional Services element. The project will be funded initially by the City’s CIP Project PL-12000 (Transportation & Parking Improvements). The recently approved 101 Lytton/Gateway project offered the City a $60,000 community benefit contribution towards the completion of the parking study. Upon receipt of the Gateway payment or when permits for the project are issued, Project PL-12000 will be reimbursed by $60,000. The ultimate, net effect on PL-12000 from the parking study will be to reduce it by $50,000. Policy Implications The City’s Comprehensive Plan supports the implementation of this project through the following sections: Goal T-8: Attractive, Convenient Public and Private Parking Facilities Policy T-45: Provide Sufficient Parking in the University Avenue/Downtown and California Avenue Business Districts to Address Long-Range Needs Program T-53: Evaluate Options to ensure Maximum Use of the City Parking Structures in the University Avenue/Downtown and California Avenue areas. Environmental Review CEQA Guidelines section 15262 does not require environmental review for feasibility and planning studies. Environmental review may be required if and when the Council chooses to implement any options evaluated in the study. Attachments:  Attachment A: Contract with Sandis Engineers (PDF) Prepared By: Jaime Rodriguez, Chief Transportation Official Department Head: Curtis Williams, Director City Manager Approval: ____________________________________ James Keene, City Manager CITY OF PALO ALTO CONTRACT NO. C13147526 AGREEMENT BETWEEN THE CITY OF PALO ALTO AND SANDlS CIVIL ENGTh~ERSSL~VEYORSPLANNF~ FOR PROFESSIONAL SERVICES This Agreement is entered into on this day of , ("Agreement") by and between the CITY OF PALO ALTO, a California chartered municipal corporation ("CITY"), and SAl\1)IS CIVIL ENGINEERS SURVEYORS PLANNERS, a California corporation, located at 936 E. Duane Avenue, Sunnyvale, California, 94085, Telephone Number (408) 636-0900 ("CONSULTANT"). RECITALS The following recitals are a substantive portion of this Agreement A. CITY intends to identify the location(s) for future parking garage site(s) and to determine whether the use of attendant/valet parking at existing garage(s) is a feasible alternative to help provide additional permit parking spaces for downtown patrons. ("Project") and desires to engage a consultant to develop and provide a feasibility study in connection with the Project ("Services"). B. CONSULTANT has represented that it has the necessary professional expertise, qualifications, and capability, and all required licenses and/or certifications to provide the Services. C. CITY in reliance on these representations desires to engage CONSULTANT to provide the Services as more fully described in Exhibit "A", attached to and made a part of this Agreement. NOW, THEREFORE, in consideration of the recitals, covenants, terms, and conditions, this Agreement, the parties agree: AGREEl\'lENT SECTION 1. SCOPE OF SERVICES. CONSULTANT shall perform the Services described in Exhibit "A" in accordance with the terms and conditions contained in this Agreement. The performance of all Services shall be to the reasonable satisfaction of CITY. SECTION 2. TERM. The term of this Agreement shall be from the date of its full execution through December 31, 2013 unless terminated earlier pursuant to Section 19 of this Agreement. SECTION 3. SCHEDULE OF PERFORMANCE. Time is of the essence in the petformance of Services under this Agreement. CONSULTANT shall complete the Services within the term ofthis Agreement and in accordance with the schedule set forth in Exhibit "B", attached to and made a part of this Agreement. Any Services for which times for performance are not specified in this Agreement shall be commenced and completed by CONSULTANT in a reasonably prompt and timely mannet based upon the circumstances and direction communicated to the CONSULTANT. CITY's agreement to extend the term or the schedule for performance shall not preclude recovery of damages for delay if the extension is required due to the fault of CONSULTANT. C13l47526 10f22 Professional Services Rev June 2. 2010 The applicable rates and schedule of payment are set out in Exhibit "C-l", entitled "HOURLY RATE SCHEDULE," which is attached to and made a part of this Agreement. Additional Services, if any, shall be authorized in aecordance 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. Additiona,l Services shall mean any work that is determined by CITY to be necessary for the proper completion of the Project, but which is not included within the Scope of Services described in Exhibit "A". SECTION 4. NOT TO EXCEED COMPENSATION. The compensation to be paid to CONSULTANT for performance of the Services described in Exhibit "A", including both payment for professional services and reimbursable expenses, shall not exceed One Hundred Thousand Dollars ($100,000.00). In the event Additional Services are authorized, the total compensation for services and reimbursable expenses shall not exceed One Hundred Ten Thousand Dollars ($110,000.00). The applicable rates and schedule of payment are set out in Exhibit "C-l", entitled "HOURLY RATE SCHEDULE," which is attached to and made a part of this Agreement. Additional Services, if any, shall be authorized in accordance with and subject to the provisions of Exhibit "C". CONSULTANT shall not receive any compensation for Additional Services performed without the prior written authorization of CITY. Additional Services shall mean any work that is determined hy CITY to be necessary for the proper completion of the Project, but which is not included within the Scope of Services described in Exhibit "A". SECTION 5. INVOICES. In order to request payment, CONSULTk'-!T shall submit monthly invoices to the CITY describing the services performed and the applicable charges (including an identification of personnel who performed the services, hours worked, hourly rates, and reimbursable expenses), based upon the CONSULTANT's billing rates (set forth in Exhibit "C-I "). If applicable, the invoice shall also describe the percentage of completion of each task. The information in CONSULTAl\'T's payment requests shall be subject to verification by CITY. CONSULTANT shall send all invoices to the City's project manager at the address specified in Section 13 below. The City will generally process and pay invoices within thirty (30) days of receipt. SECTION 6. QUALIFICATIONSISTANDARD OF CARE. All of the Services shall be performed by CONSULTANT or under CONSULTANT's supervision. CONSULTANT represents that it possesses the professional and technical personnel necessary to perform the Services requiren by this Agreement and that the personnel have sufficient skill and experience to perform the Services assigned to them. CONSULTANT represents that it, its employees and subconsultants, if permitted, have and shall maintain during the term of this Agreement all licenses, permits, qualifications, insurance and approvals of whatever nature that are legally required to perform the Services. All of the services to be furnished by CONSULTANT under this agreement shall meet the professional standard and quality that prevail among professionals in the same discipline and of similar knowledge and skill engaged in related work throughout Cal ifornia under the same or similar circumstances. Cl3147526 2 of 21 Professional Services Rev June 2, 2010 SECTION 7. COMPLIANCE WITH LAWS. CONSULTANT shall keep itself informed of and in compliance with all federal, state and local laws, ordinances, regulations, and orders that may affect in any manner the Project or the performance of the Services or those engaged to perform Services under this Agreement CONSULTANT shall procure all permits and licenses, pay all charges and fees, and give all notices required by law in the performance of the Services. SECTION 8. ERROR,.'l/OMISSIONS. CONSULTANT shall correct, at no cost to CITY, any and all errors, omissions, or ambiguities in the work product submitted to CITY, provided CITY gives notice to CONSULTANT. If CONSULT ANT has prepated plans and specifications or other design documents to construct the Project, CONSULTANT shall be obligated to correct any and all errors, omissions or ambiguities discovered prior to and during the course of construction of the Project. This obligation shall survive termination of the Agreement. SECTION 9. COST ESTIMATES. If this Agreement pertains to the design of a public works project, CONSULTANT shall submit estimates of probable construction costs at each phase of design submittal. Ifthe total estimated construction cost at any submittal exceeds ten percent (10%) of the CITY's stated construction budget, CONSULTANT shall make recommendations to the CITY for aligning the PROJECT design with the budget, incorporate CITY approved recommendations, and revise the design to meet the Project budget, at no additional cost to CITY. SECTION 10. INDEPENDENT CONTRACTOR. It is understood and agreed that in performing the Services under this Agreement CONSULTANT, and any person employed by or contracted with CONSULTANT to furnish labor and/or materials under this Agreement, shall act as and be an independent contractor and not an agent or employee of the CITY. SECTION 11. ASSIGNMENT. The parties agree that the expertise and experience of CONSULTANT are material considerations for this Agreement. CONSULTANT shall not assign or transfer any interest in this Agreement nor the performance of any of CONSULTANT's obligations hereunder without the prior written consent of the city manager. Consentto one assignment will not be deemed to be consent to any subsequent assignment. Any assignment made without the approval of the city manager will be void. SECTION 12. SUBCONTRACTING. DOption A: No Subcontractor: CONSULTANT shall not subcontract any portion of the work to be performed under this Agreement without the prior written authorization of the city manager or designee. [8JOption B: Subcontracts Authorized: 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: HNAlPacific (parking Structure Design) 78-7239 Puupele Road Kailua Kona, HI 96740 (808) 322-2250 Cl3l47526 30f22 Professional Services Rev June 2, 2010 Signature Parking (Valet! Attendant Services) 1630 North Main Street, Suite 87 Walnut Creek, CA 94596 (925) 934-7275 CONSULTANT shall be responsible for directing the work of any subconsultants and for any compensation due to subconsultants. CITY assumes no responsibility whatsoever concerning compensation. CONSULTANT shall be fully responsible to CITY for all acts and omissions of a subconsultant. CONSULTANT shall change or add subconsultants only with the prior approval of the city manager or his designee. SECTION 13. PROJECT MANAGEMENT . CONSULTANT will assign Ron Sanzo as the Project Manager, Email: rsanzor@sandis.net , Telephone: (408) 636-0900 to have supervisory responsibility for the performance, progress, and execution of the Services and as the Project Manager to represent CONSULTANT during the day-to-day work on the Project. If circumstances cause the substitution of the project director, project coordinator, or any other key personnel for any reason, the appointment of a substitute project director and the assignment of any key new or replacement personnel will be subject to the prior written approval of the CITY's project manager. CONSULTANT, at CITY's request, shall promptly remove personnel who CITY finds do not perform the Services in an acceptable manner, are uncooperative, or present a threat to the adequate or timely completion of the Project or a threat to the safety of persons or property. The City'S project manager is Jaime Rodriguez, Planning & Community Environmental Department, Planning Transportation Division, 245 Hamilton Avenue, Palo Alto, CA 94303, Telephone (650) 329-2136, e-mail; jaime.rodriguez@cityofpaloalto.org.. The project manager will be CONSULTANT's point of contact with respect to performance, progress and execution of the Services. The CITY may designate an alternate project manager from time to time. SECTION 14. OWNERSHIP OF MATERIALS. Upon delivery, all work product, including without limitation, all writings, drawings, plans, reports, specifications, calculations, documents, other materials and copyright interests developed under this Agreement shall be and remain the exclusive property of CITY without restriction or limitation upon their use. CONSULTANT agrees that all copyrights which arise from creation of the work pursuant to this Agreement shall be vested in CITY, and CONSULTANT waives and relinquishes all claims to copyright or other intellectual property rights in favor of the CITY. Neither CONSULTANT nor its contractors, if any, shall make any of such materials available to any individual or organization without the prior written approval of the City Manager or designee. CONSULTANT makes no representation of the suitability of the work product for use in or application to circumstances not contemplated by the scope of work. SECTION 15. AUDITS. CONSULTANT will permit CITY to audit, at any reasonable time during the term of this Agreement and for three (3) years thereafter, CONSULTANT's records pertaining to matters covered by this Agreement. CONSULTANT further agrees to maintain and retain such records for at least three (3) years after the expiration or earlier termination of this Agreement. SECTION 16. INDEMNITY. C13147526 40f22 Professional Services Rev JlUle 2, 20 I 0 ~[Option A applies to the following design professionals pursuant to Civil Code Section 2782.8: architects; landscape architects; registered professional engineers and licensed professional land surveyors.! 16.1. To the fullest extentpennitted by law, CONSULTANT shall protect, indemnify, defend and hold hannless CITY, its Council members, officers, employees and agents (each an "Indemnified Party") from and against any and all demands, claims, or liability of any nature, including death or injury to any person, property damage or any other loss, including all costs and expenses of whatever nature including attorneys iees, experts fees, court costs and disbursements ("Claims") that arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of the CONSULTANT, its officers, employees, agents or contractors under this Agreement, regardless of whether or not it is caused in part by an Indemnified Party. OIOption B applies to any consultant who does not quaIifyas a design professional as defined in Civil Code Section 2782.8.) 16.1. T o the fullest extent pennitted by law, CONSULTANT shall protect, indemnify, defend and hold harmless CITY, its Council members, officers, employees and agents (each an "Indemnified Party") from and against any and all demands, claims, or liability of any nature, including death or injury to any person, property damage or any other loss, including all costs and expenses of whatever nature including attorneys fees, experts fees, court costs and disbursements ("Claims") resulting from, arising out of or in any manner related to performance or nonperformance by CONSULTANT, its officers, employees, agents or contractors under this Agreement, regardless of whether or not it is caused in part by an Indemnified Party. 16.2. Notwithstanding the above, nothing in this Section 16 shall be construed to require CONSULTANT to indemnify an Indemnified Party from Claims arising from the active negligence, sole negligence or willful misconduct of an Indemnified Party. 16.3. The acceptance of CONSULTANT's services and duties by CITY shaH not operate as a waiver of the right of indemnification. The provisions of this Section 16 shall survive the expiration or early termination of this Agreement. SECTION 17. WAIVERS. The waiver by either party of any breach or violation of any covenant, term, condition or provision ofthis Agreement, or of the provisions of any ordinance Of law, will not be deemed to be a waiver of any other term, covenant, condition, provisions, ordinance or law, or of any subsequent breach or violation of the same or of any other term, covenant, condition, provision, ordinance or law. SECTION 18, INSURANCE. 18.1. CONSULTANT, at its sole cost and expense, shall obtain and maintain, in full force and effect during the term of this Agreement, the insurance coverage described in Exhibit "D". CONSULTANT and its contractors, if any, shall obtain a policy endorsement naming CITY as an additional insured under any general liability or automobile policy or policies. 18.2. All insurance coverage required hereunder shall be provided through carriers with AM Best's Key Rating Guide ratings of A-:VII or higher which are licensed or authorized to transact insurance business in the State of California. Any and all contractors of CONSULTANT retained to perform Services under this Agreement will obtain and maintain, in full force and effect during the term of this Agreement, identical insurance coverage, naming CITY as an additional insured under such policies as required above. C13147526 50f22 Professional Services Rev June 2" 2010 18.3. Certificates evidencing such insurance shall be filed with CITY concurrently with the execution ofthis Agreement. The certificates will be subject to the approval of CITY's Risk Manager and will contain an endorsement stating that the insurance is primary coverage and will not be canceled, or materially reduced in coverage or limits, by the insurer except after filing with the Purchasing Manager thirty (30) days' prior written notice of the cancellation or modification, CONSULT ANT shall be responsible for ensuring that current certificates evidencing the insurance are provided to CITY's Purchasing Manager during the entire term of this Agreement. 1804. The procuring of such required policy or policies of insurance will not be construed to limit CONSULTANT's liability hereunder nor to fulfill the indemnification provisions of this Agreement. Notwithstanding the policy or policies of insurance, CONSULTANT will be obligated for the full and total amount of any damage, injury, or loss caused by or directly arising as a result of the Services performed under this Agreement, including such damage, injury, or loss arising after the Agreement is terminated or the term has expired. SECTION 19. TERMINATION OR SUSPENSION OF AGREEMENT OR SERVICES. 19.1. The City Manager may suspend the performance of the Services, in whole or in part, or terminate this Agreement, with or without cause, by giving ten (l0) days prior written notice thereofto CONSULTANT. Upon receipt of such notice, CONSULTANT will immediately discontinue its performance of the Services. 19.2. CONSULTANT may terminate this Agreement or suspend its performance of the Services by giving thirty (30) days prior written notice thereof to CITY, but only in the event of a substantial failure of performance by CITY. 19.3. Upon such suspension or termination, CONSULTANT shall deliver to the City Manager immediately any and all copies of studies, sketches, drawings, computations, and other data, whether or not completed, prepared by CONSULTANT or its contractors, if any, or given to CONSULTANT or its contractors, if any, in connection with this Agreement. Such materials will become the property of CITY. 19 A. Upon such suspension or termination by CITY, CONSULTANT will be paid for the Services rendered or materials delivered to CITY in accordance with the scope of services on or before the effective date (i.e., 10 days after giving notice) of suspension or termination; provided, however, if this Agreement is suspended or terminated on account of a default by CONSULTANT, CITY will be obligated to compensate CONSULTANT only for that portion of CONSULTANT's services which are of direct and immediate benefit to CITY as such determination may be made by the City Manager acting in the reasonable exercise ofhislher discretion. The following Sections will survive any expiration or termination of this Agreement: 14, 15, 16, 1904, 20, and 25. 19.5. No payment, partial payment, acceptance, or partial acceptance by CITY will operate as a waiver on the part of CITY of any of its rights under this Agreement. SECTION 20. NOTICES. All notices hereunder will be given in writing and mailed, postage prepaid, by Cl3147526 6of22 Professional Services Rev June 2,2010 certified mail, addressed as follows: To CITY: Office of the City Clerk City of Palo Alto Post Office Box 10250 Palo Alto, CA 94303 With a copy to the Purchasing Manager To CONSULTANT: Attention of the project director at the address of CONSliLTANT recited above SECTION 21. CONFLICT OF INTEREST. 21.1. In accepting this Agreement, CONSULTANT covenants that it presently has no interest, and 'Will not acquire any interest, direct or indirect, financial or otherwise, which would conflict in any manner or degree with the performance of the Services. 21.2. CONSULTANT further covenants that, in the performance of this Agreement, it will not employ subconsultants, contractors or persons having such an interest CONSULTANT certifies that no person who has or will have any financial interest under this Agreement is an officer or employec of CITY; this provision will be interpreted in accordance with the applicable provisions of the Palo Alto Municipal Code and the Government Code of the State of California. 21.3. If the Project Manager determines that CONSULTANT is a "Consultant" as that term is defmed by the Regulations of the Fair Political Practices Commission, CONSULTANT shall be required and agrees to file the appropriate financial disclosure document~ required by the Palo Alto Municipal Code and the Political Reform Act. SECTION 22. NONDISCRIMINATION. As set forth in Palo Alto Municipal Code section 2.30510, CONSULTANT 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. CONSULTANT acknowledges that it has read and understands the provisions of Section 2.30.510 of the Palo Alto Municipal Code relating to Nondiscrimination Requirements and the penalties for violation thereof, and agrees to meet all requirements of Section 2.30.510 pertaining to nondiscrimination in employment. SECTION 23. ENVIRONMENTALLY PREFERRED PURCHASING AND ZERO WASTE REQUIREMENTS. CONSULTANT shall comply with the City's Environmentally Preferred Purchasing policies which are available at the City's Purchasing Department, incorporated by reference and may be amended from time to time. CONSULTANT shall comply with waste reduction, reuse, recycling and disposal requirements of the City'S Zero Waste Program. Zero Waste best practices include first minimizing and reducing waste; second, reusing waste and third, recycling or composting waste. In particular, Consultant shall comply with the following zero waste requirements: C13l47526 • All printed materials provided by Consultant to City generated from a personal computer and printer including but not limited to, proposals, quotes, invoices, 70fll Professional Services Rev June 2, 2010 reports, and public education materials, shall be double-sided and printed on a minimum of30% or greater post-consumer content paper, unless otherwise approved by the City's Project Manager. Any submitted materials printed by a professional printing company shall be a minimum of 30% or greater post-consumer material and printed with vegetable based inks. • Goods purchased by Consultant on behalf of the City shall be purchased in accordance with the City's Enviromnental Purchasing Policy including but not limited to Extended Producer Responsibility requirements for products and packaging. A copy of this policy is on file at the Purchasing Office. • Reusable/returnable pallets shall be taken back by the Consultant, at no additional cost to the City, for reuse or recycling. Consultant shall provide documentation from the facility accepting the pallets to verify that pallets are not being disposed. SECTION 24. NON-APPROPRIATION 24.1. This Agreement is subject to the fiscal provisions of the Charter ofthe City of Palo Alto and the Palo Alto Municipal Code. This Agreement will tenninate without any penalty (a) at the end of any fiscal year in the event that funds are not appropriated for the following fiscal year, or (b) at any time within a fiscal year in the event that funds are only appropriated for a portion of the fiscal year and funds for this Agreement are no longer available. This section shall take precedence in the event of a conflict with any other covenant, tenn, condition, or provision of this Agreement. SECTION 25. MISCELLANEOUS PROVISIONS. 25.1. This Agreement will be governed by the laws of the State of California. 25.2. In the event that an action is brought, the parties agree that trial of such action will be vested exclusively in the state courts of California in the County of Santa Clara, State of California. 25.3. The prevailing party in any action brought to enforce the provisions of this Agreement may recover its reasonable costs and attorneys' fees expended in connection with that action. The prevailing party shall be entitled to recover an amount equal to the fair market value of legal services provided by attorneys employed by it as well as any attorneys' fees paid to third parties. 25.4. This document represents the entire and integrated agreement between the parties and supersedes all prior negotiations, representations, and contracts, either written or oral. This document may be amended only by a written instrument, which is signed by the parties. 25.5. The covenants, tenns, conditions and provisions of this Agreement will apply to, and will bind, the heirs, successors, executors, administrators, assignees, and consultants of the parties. 25.6. If a court of competent jurisdiction finds or rules that any provision of this Agreement or any amendment thereto is void or unenforceable, the unaffected provisions of this Agreement and any amendments thereto will remain in full force and effect. CI3I47526 25.7. All exhibits referred to in this Agreement and any addenda, appendices, 80f22 Professional Services Rev June 2, 2010 I . attachments, and schedules to this Agreement which, from time to time, may be referred to in any duly executed amendment hereto are by such reference incotporatcd in this Agreement and will be deemed to be a part of this Agreement. 25.8 If, pursuant to this contract with CONSULTANT, City shares with CONSULTANT personal infonnation as defllled in California Civil Code section 1798.8I.5(d) about a California resident ("Personal Information"), CONSULTANT shall maintain reasonable and appropriate security procedures to protect that Personal Information, and shall inform City immediately upon learning that there has been a breach in the security of the system or in the security of the Personal Information. CONSULTANT shall not use Personal Information for direct marketing purposes without City'S express written consent. 25.9 All unchecked boxes do not apply to this agreement. 25.10 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. C13!47526 90f22 Professional Services Rev June 2, 2010 IN WI1NESS WHEREOF, the parties hereto have by their duly authorized representatives executed this Agreement on the date first above written. CITY OF PALO ALTO SANDIS CML ENGINEERS SURVEYORS PLANNERS City Manager APPROVED AS TO FORM: Senior Deputy City Attorney Attachments: EXHIBIT "A": EXHIB IT "B": EXHIBIT "C": EXHIBIT "C-J": EXHIBIT "D": CI3147526 SCOPE OF WORK SCHEDULE OF PERFORMANCE COMPENSATION SCHEDULE OF RATES INSURANCE REQUIREMENTS 100f22 Professional Services Rev lune2, 2010 EXHIBIT "A" SCOPE OF SERVICES BACKGROUND The City of Palo Alto is a partner in the Downtown Parking Assessment District with local property owners and merchants. The assessment district is responsible for managing and providing input on the parking operations to ensure the vitality of the Downtown Business District. Within the assessment district the City operates and maintains four parking garages and is partners with private development for the use of structured parking at three additional sites. As part of the assessment district, the City also owns and operates twelve additional surface parking lots in and around the Downtown, see Table 1 and Figure 1 below. Table 1 Downtown Bnsiness District Parking Facilities ~o: Name StMus Bourly ['ermit Total ~~~ Name Houri) Pel"mit Total CC Civic Center City 187 519 706 R AlmalHigh (South) City 77 134 211 SIL Bryant St City 381 307 307 WC Cowper/Webster City 201 388 589 B RamonaiUniversity Partner 63 63 Q AlmaIHigb (North) Partner 134 134 800 High Street Partner 10 53 63 Totals: 919 1,535 2,454 Figure 1 C13147526 II of22 A Emerson/Lytton C RamonalLytton D HarniltonIW averly E GilrnanlBryant F FlorencelL:;1ton G Gilrnan/Waverly H CowperiHatnillOn K LyttonlWaverly N EmersoniRamona 0 EmersoniHigh P HiglllHamilton T L)1toruKipling Totals: 63 18 32 86 34 46 53 90 15 42 48 78 51 25 25 525 186 Professional Services Rev June 2, lOW 68 50 86 34 46 53 90 57 48 78 51 50 711 o Emot""' ...... "" 011. __ ,01 0""""" ...... -. .... '0..... (;) 1!.!oJ/,j~."""" ...... G R __ ... ~."" 0 1'.""'J",,$W.n~.~,. CD ""~"""'o..... e .......... .."tt< .. 0-...,_ .. 1.« G c""""""",",,,,",ot 0 ... -.... "', o''''''~~ .. '''' 0"---1,"'" Of .. """""","'" G~_·_L.« 0' __ "' ........ Q:) "" ...... ,..,..0....,. O$l'.t,_~o\IrI"" CD9.,.T_ IiJiI PWIc~_ o "","",p",G«>go ~"""""""'-"''''' ... !Iij-.M"""' ....... , ..... i T""-I9 T ....... S"qI @e,, __ (iii ~".",,,,,60"';'s..~ ~~""" ... ""- ......... "' ..... , ...... ""'\.0",, ......... <'" _ .............. okIo .n,_,,,",·_I._~'_ -~ ... _n ...... .-.. __ " .... Y'_CO~I"'''~'''''''''_ »"," ... ,.~,,,,,.,,, .. ..... "' ...... .,~ ..... -""'~",-...,., ... '". Downtown Business District Parking Facilities The City utilizes a Colored-Zone Parking Management System to regulate its on-street parking supply. The colored-zone system allows downtown visitors to park on-street for up to 2-hours within the same colored zone on the same business day, 8:00AM -5:00PM. The colored-zone system is also used to regulate hourly parking spaces within the parking garages but visitors are allowed to park for 3-hours at hourly parking spaces. CONSULTANT shall review several pre-selected City owned surface lots within the Downtown District to help determine parking garage footprints, structure massing, potential parking space counts, to list benefits and shortcoming from each site for parking garage construction, and to identify the cost-benefit ratio for construction of a garage at each site. The information gathered from the report will be used to help the City identify which location(s) may be appropriate for construction of new parking garage(s). The following surface parking lot sites will be evaluated for parking garages construction as part of this study (alphabetical order): • Lot D Hamilton Avenue & Waverly Street • Lots E &G Gilman St between Hamilton Avenue and Forest Avenue • Lot P High Street between University Avenue and Hamilton Avenue • Lot 0 High Street between Lytton Avenue and University Avenue • Caltrain Lot Urban Lane between University Avenue and Forest Avenue C13147526 120f22 Professional Services Rev June 2, 2010 The CONSULTANT shall be responsible for evaluating the use of an attendant/valet at each of the City-owned and operated parking garages to help increase parking supply as a temporary or long-term parking solution: Lot CC, Lot R, Lot SiL, and Lot W/C. As part of the parking attendant/valet study the CONSULT ANT shall be responsible for estimating the number of additional parking spaces that can be gained as part of an attendant/valet program and to determine whether the structures can physically sustain the additional loads from vehicles parked within the structure. The analysis shall identify the type of attendantlvalet program most appropriate for each parking garage, the location of attendant stations, recommended hours of operation, and after-hours key-recovery solutions for drivers whom do not return to the valet station during normal operating hours. The findings of the attendant/valet study shall be reviewed for accuracy by an experienced parking attendant operator. SCOPE OF WORK The CONSULTANT shall assist the City in determining the feasibility of constructing new parking garage(s) within the Downtown Business District and to determine the feasibility of implementation of an AttendantN alet Parking Program at one or all of the City's existing downtown parking garages, as specified by the City TASK 1: PARKING GARAGE FEASIBILITY STUDY The CONSULTANT shall be responsible for evaluating up to five existing parking lots selected by the City to determine the feasibility of each site for a new parking garage. Eaeh site will be evaluated for the following criteria: Parking Garage Footprint: Using Google maps or other appropriate mapping programs, the CONSULTANT shall provide a potential parking garage footprint onto a scaled-aerial to show the impact to adjacent alleys and private parking facilities. The footprint shall highlight the location oframps, stairwells, and elevator shafts. For Lots E & G, the consultant shall develop options that provide one structure over both lots, public roadway and two separate structures (one on each lot), Potential Parking Spaces: For each garage footprint, the CONSULTANT shall estimate the number of parking spaces that can be provided per floor based on the parking garage footprint by floor and by location. The number of recommended accessible and electric vehicle parking stations per site shall also be identified along with a typical parking floor; parking space configurations complying with City of Palo Alto design standards. Parking Garage Massing: Cl3l47526 The CONSULTANT shall prepare a 3D rendering on a Google map or other visual aid that replicates the approximate massing of the proposed parking structure on the recommended footprint 1J of22 Professional Services Rev Jun;; 2, 20 I 0 Construetability Factor: The CONSIJL TANT shall prepare a matrix that compares the constructability factors of each garsge option. The minimum number of factors that shall be evaluated includes: parking space count; private property impacts, construction staging impacts, access points (driveways on more than one street; number of driveways per street, etc.); adjacent land uses (residential vs. commercial); and utility relocation impacts. Engineer's Estimates: Based on the information developed above, the CONSULTANT shall prepare a preliminary engineer's cost estimate for each parking garage site studied as part of the project. The cost estimate shall be used to determine the cost-benefit factor of building a parking garage at each site. TASK 2: ATTENDANTN ALET -PARKING ATTENDANT STUDY The CONSULTANT shall he responsible for evaluating the use of an attendant/valet parking program at each of the City-owned and operated parking garages including Lots CC, R, S, and W/C. The City envisions a valet program where either: I) a motorists is guided to a location where they park their vehicle and turn over the keys to an attendant or 2) where a motorist leaves their vehicle/keys with an attendant at an entry point in the garage and the attendant proceeds to park the vehicle for the owner. In each case, the attendant may be required to move the car periodically throughout the day to accommodate the removal of self-parked vehicles v.ithin the garage before the attendant valet hours are in operation. Only motorists with parking permits will participate within the valet program and should be operated as "no tip" operation. The City anticipates valet operations to occur along the aisles of the garage and motorists self­ parking into marked parking spaces on their own. For each site the CONSULTANT shall be responsible for the following: Attendant VaIet Program: For each site the CONSULTANT shall develop a detail that shows that location of an attendant parking program including valet station; vehicle drop off signage and marking detail; recommended hours of operation; recommended parking floors where valet parking is appropriate; articulated details shov.ing rypical parking floor in a garage with self-parked and valet-parked vehicles to demonstrate garage measurements; an after-hours key-recovery program structure for drivers whom do not arrive in time to recover their vehicle during the normal valet working hours; and annual cost of the program. Potential Parking Spaces: C13147526 The CONSULTANT shall identify the number of additional parking spaces that can be gained through the use of the attendant valet parking program. The City 14of22 Professional Services RevJune2,2010 anticipates the attendant valet program to be used only for the pennit parking areas of the existing garages. Innovation Strategies: The CONSULTANT shall provide an Independent Assessment of the operation of each of the garages being studied for attendanilvalet operations and provide recommendations including cost, to enhance operations at each facility such as access controls, monitoring additional parking spaces, tiered pennits that allow access to pennit spaces by time-of-day, cloud-based revenue collection systems, vehicle counting stations, or other solutions that Consultant identifies as potentially appropriate for improvement garage operations. The CONSULTANT shall provide an Independent Assessment of Access Gate Control to be applied as part oftrus study. The Assessment shall be used to develop a check-list of desirable features in future Access Gate Control Systems for the City. To assist the CONSULTANT in identify appropriate parking solutions, the City will make available in-house staff and equipment resources to assist the CONSULTANT in collecting vehicle count data using both tube count and manual occupancy count surveys as requested. The City shall supply seasonal occupancy count data ofhouriy versus permit parking spaces by time-of-day and shall make that data available to the CONSULTANT. TASK 3: PROJECT STUDY REPORT CONSULTANT shall assemble the results of Tasks I and II into a comprehensive feasibility report describing existing conditions, potential new garage alternatives, construetability evaluation, cost estimates, potential valet parking alternatives at existing garages, and a cost benefit analysis. CONSULTANT shall provide reduced copies of site drawings where each preliminary functional design in both 2D and 3D are placed showing the location of the site on Google maps or other appropriate mapping programs and potential impacts in the context of existing surrounding uses, streets and alleys will be included together with a matrix summarizing the results of the garage constructability evaluation. CONSULTANT shall prepare draft and final reports responding to City Staff and Transportation Commission comments. CONSULTANT shall assist and participate in the City's approval/review process by attending up to two staff level meetings and two public hearings as part of the review process, including Planning & Transportation Commission and City Council. ADDITIONAL SERVICE The City may require additional services as part of the project to assist the City in the development of its on-going parking program development additional services may include additional community meetings outside of the struetured meetings included in Task 3 or the review oftecbnology opportunities for use within existing and proposed parking structures to C13I47526 I50f22 Professional Servlces Rev June 2, 2010 help improve garages operations and efficiencies. The City and Consultant will agree in writing in Additional Tasks on scope and cost prior to the Consultant beginning work on tasks. C!3I47526 160f12 Professional Services Rev June 2, 2010 EXHIBIT "B" SCHEDULE OF PERFORMANCE CONSULTANT shall perform the Services so as to complete each milestone within the number of dayslweeks specified below. The time to complete each milestone may be increased or decreased by mutual written agreement of the project managers for CONSULTANT and CITY so long as all work is completed within the term of the Agreement. CONSULTANT shall provide a detailed schedule of work consistent with the schedule below within 2 weeks of receipt of the notice to proceed. Milestones 1. Task 1 -Parking Garage Feasibility Study 2. Task 2 -AttendantlValet-Parking Attendant Study 3. Task 3 -Project Study Report C13147526 17 of22 Completion No. of DayslWeeks FromNTP 12 Weeks 12 Weeks 18 Weeks Professional Services Rev June 2, 2010 EXHmIT "C" COMPENSATION The CITY agrees to compensate the CONSULTANT for professional services perfonned in accordance with the tenns 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-I up to the not to exceed budget amount for each task set forth below. The compensation to be paid to CONSULTANT under this Agreement for all services described in Exhibit "A" ("Basic Services") and reimbursable expenses shall not exceed $100,000.00. 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 $110,000.00. Any work perfonned or expenses incurred for which payment would result in a total exceeding the maximum amount of compensation set forth herein shall be at no cost to the CITY. CONSULTANT shall perfonn 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 $100,000.00 and the total compensation for Additional Services does not exceed $10,000.00. BUDGET SCHEDULE Task 1 (parking Garage Feasibility Study) Task 2 (AttendantIV alet -Parking Attendant Study) Task 3 (project Study Report) Su b-total Basic Services Reimbursable Expenses Total Basic Services and Reimbursable Expenses Additional Services Maximum Total Compensation NOT TO EXCEED AMOUNT $47,630.00 $34,160 $18,105 $99,895.00 $105.00 $100,000.00 $10,000.00 $110,000.00 REIMBURSABLE EXPENSES C13l47526 180f22 Professional Services Rev June 2, 2010 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 expenses. CITY shall reimburse CONSULTANT for the following reimbursable expenses at cost. Expenses for which CONSULT ANT shall be reimbursed are: A. Travel outside the San Francisco Bay area, including transportation and meals, will be reimbursed at actual cost subject to the City of Palo Alto's policy for reimbursement of travel and meal expenses for City of Palo Alto employees. B. Long distance telephone service charges, cellular phone service charges, facsimile transmission and postage charges are reimbursable at actual cost All reque:,ts for payment of expenses shall be accompanied by appropriate backup information. Any expense anticipated to be more than $105.00 shall be approved in advance by the CITY's project manager. ADDITIONAL SERVICES The CONSULTANT shall provide additional services only by advanced, written authorization from the CITY. The CONSULTANT, at the CITY's project manager's request, shall submit a detailed written proposal including a description of the scope of services, schedule, level of effort, and CONSULTANT's proposed maximum compensation, including reimbursable expense, for such services based on the rates set forth in Exhibit Col. The additional services scope, schedule and maximum compensation shall be negotiated and agreed 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 re<juirements and restrictions in this Agreement. C13l47526 190f22 Professional Services Rev June 2, 2010 COMPANY Sandis HNAIPacific Signature Parking C13147526 EXHIBIT "C-l" HOURLY RATE SCHEDULE TITLE Senior Traffic Engineer Project Engineer CAD Technician Principal in Charge Admin Principal Graphic Designer Regional Manager 20 uf22 HOURLY RATE 155 110 95 175 55 200 110 200 Professional Services Rev June 2,2010 EXHIBIT "D" INSURANCE REQUIREMENTS COXfRACTORS TO TIlE CITY OF PALO ALTO (CITY1 AT TIlElR SOLE EXPENSE, SHALL FOR TIlE TERM OF THE CON1RACT OBTAIN AND MAINTAIN INSURANCE IN THE AMOUNTS FOR THE COVERAGE SPECIHED BELOW, AFFORDED BY COMPA1'<"IES WITH AM BEST'S KEY RATING OF A-:VII, OR HIGHER, l.ICENSED OR AUTHORIZED TO TRANSACT IN~ "ICE BUSINESS IN THE STATE OF CALIFORNIA. AWARD IS CONTINGENT ON COMPLIANCE WlTII CITY'S INSURANCE Ril9UIREMENTS AS SPECIFIED BELOW; MINH-ruM LIMITS REQUIRED TYPE OF COVERAGE f8QUIR3MENT EACri YES YES YES YES Y3S YES OCCU1<RENCE A\¥JiiEGATE WORKER'S CCMPENSATION STATIlTORY I EMPLOYER'S LIABILITY STATIlTORY BODILY INJURY $1,000.000 $1,000,000 GENERAL LIABILITY, INCLt:DING PERSONAL INJURY, BROAD FORM PROPERTY DAMAGE $1,000,000 $1,000,000 . PROPERTY DA.'dAGE BLANKET CON1RACTUAL, AND FIRE LEGAL BODILY INJURY & PROPERTY DAMAGE $1,000,000 $1,000,000 : LIABILITY COMBINED. i : BODILY INJURY : $1,000,000 $1,000,000 ! , -EACH PERSON $1,000,000 $1,000,000 : EACH OCCI.1\RENCE $1,000,000 $1,000,000 • AUTOMOBILE LIABILITY, INCLt:DING ALL OWNED. HIRED, NON-OWNED PROPERTY DAMAGE i $1,000,000 $1,000,000 $1,000,000 I BODILY INJURY AND PROPERTY $1,000,000 DAMAGE, COMBINED , PROFESSIONAL LIABILITY, INCLUDING, ERRORS AND OMISSIONS, MALPRACTICE (WHEN APPLICABLE), AIm NEGLIGENT PERFORMANCE ALL DAMAGES $1000000 THE CITY OF PALO AI,TO IS TO BE NAMED AS AN ADDITIONAl, L"ISURED CONTRACTOR, AT ITS SOLE COST AND EXPENSE, SHALL OBTAIN AKD MAINTAIN, IN FULL FORCE Al\l) EFFECT TIlROT;GHOUT TIlE ENTIRE TERM OF ANY RESULTANT AGREEMEI,'T, TIlE lNSURANCECOVERAGElIEREINDESCRlBED, INSURING NOT ONLY COmRACTORAAl) ITS SUBCONSULTANTS, IF A,'lY, BUT ALSO, wrrn TIlE EXCEPTION OF WORKERS' COMPENSATlON, EMPWYER'S LlABD..ITY AND PROFESSIONAL INSURANCE, NAMING AS ADDITIONAL INSUREDS CITY, ITS COUNCIL MEMllERS, OFFICERS, AGENTS, AND EMPLOYEES. I. INS~'lCE COVERAGE MUST INCLUDE: A. A PROVISION FOR A WRITTEN THlRTY DAY ADV A,'!CE NOTICE TO CITY OF CHA;'1GE IN COVERAGE OR OF COVERAGE CANCELLATION; AND B. A CONTRACTUAL I.LABILITY ENDORSEMENT PROVIDING INSURANCE COVERAGE FOR CONTRACTOR'S AGREEMENT TO lNDEMJ>.lFY CITY. C. DEDUCTIBLE AMOUNTS IN EXCESS OF 85,000 REQURE CITY'S PRIOR APPROVAL. II. CONTACTOR MUST SUDMIT CERTIFlCA 1ES(S) OF INSURANCE EVIDENCING REQUIRED COVERAGE. m. h'NDORSEMENT PROVISIONS, v,'l1H RESPECT TO THE INSURANCE AFFORDED TO "ADDITIONAl, INSUREDS" A. PRIMARY COVERAGE WITH RESPECT TO CLAIMS ARISING OUT OF THE OPERATIONS OF THE NAMED INSURED, INSURANCE AS AFFORDED BY THlS POLICY IS PRIMARY AND IS NOT ADDITIONAL TO OR CONTRIBUTING WITH ANY OTHER INSURANCE CARRIED BY OR FOR THE BENEFIT OF TIIB ADDITIONAL INSUREDS. B. CROSS LIABILITY CI3I47526 210f22 Professional Services Rev Junc2, 2010 THE NAMIKG OF MORE THAN ONE PERSON, FIRM, OR CORPORATION AS INSUREDS UNDER THE POllCY SHALL NOT, FOR THAT REASON ALONE, EXTINGUISH ANY RIGHTS OF THE INSURED AGAINST ANOTHER, BUT TIllS ENDORSEMENT, AND THE NAMIKG OF MUI" TIFLE INS!:REDS, SHA.LL NOT INCREASE THE TOTAL LIABILITY OF THE COMPANY UNDER THIS POllCY. C. NOTICE OF CANCELLATION l. IF THE POllCYIS CANCELED BEFORE ITS EXPIRATION DATE FOR ANY REASON OTHER THANTHENON·PA YMENT OF PREMIUM, THE ISSUING COMPANY SHALL PROVIDE CITY AT LEAST A THIRTY (30) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION. 2. IF THE POllCY IS CANCELED BEFORE ITS EXPIRA TIONDATEFOR THE NON·PA ThIENT OF PRF.M1UM, THEISSUING (X)M1' ANY SHALL PROVIDE CITY AT LEAST A TEN (10) DAY \\!IUTTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION. NOTICES SHALL BE MAILED TO: C13147526 PURCHASING AND CONTRACT ADIl-IINISTRATlON CITY OF PALO ALTO P.O. BOX 10250 PALO ALTO, CA 94Jil3 22 of22 Professlonal Services Rev June 2,2010