HomeMy WebLinkAboutStaff Report 11097
City of Palo Alto (ID # 11097)
City Council Staff Report
Meeting Date: 4/11/2022 Report Type: Consent Calendar
City of Palo Alto Page 1
Title: Approval of Contract Number C22181467 with Bureau Veritas Technical
Assessments LLC, for an Amount Not to Exceed $359,779 for a City Facility
Condition and Electrification Assessment and Use of Brightly Cloud-based
Capital Planning Software, Capital Improvement Program Projects (PE-20002
and TE-13004) and Budget Amendments in the Electric Fund and Capital
Improvement Fund.
From: City Manager
Lead Department: Public Works
Recommendation
Staff recommends that the City Council:
1) Approve and authorize the City Manager or their designee to execute contract No.
C22181467 (Attachment A) with Bureau Veritas Technical Assessments LLC, for a not to
exceed amount of $359,779 for professional services, including $327,072 for basic services
and $32,707 for Additional Services by City-approved Task Order, for a City Facility
Condition and Electrification Assessment and Use of Brightly (formerly Dude Solutions)
Cloud-based Capital Planning Software-as-a-Service, Capital Improvement Program projects
(PE-20002 and TE-13004); and
2) Amend the Fiscal Year 2022 Budget Appropriation for the:
a) Electric Fund by:
i) Increasing the Transfer to the Capital Improvement Fund appropriation by $29,887,
and
ii) decreasing the ending fund balance by $29,887.
b) Capital Improvement Fund by:
i) Increasing the Transfer in from the Electric Fund estimate by $29,887, and
ii) Increasing the City Facilities and Record Plan Management System project (PE-
20002) capital project appropriation by $29,887.
Background
The Kitchell Report conducted in 2008 was the last City-wide facility condition assessment. The
American Public Works Association’s accreditation program includes performing facility
condition assessments on a regular basis, and completing assessments on a 10-year cycle is
considered an industry best practice. By this standard, the City is overdue for a new condition
City of Palo Alto Page 2
assessment. In addition, previous assessment work has not included evaluating the potential
for electrification of natural gas-burning equipment in alignment with the City’s
Sustainability/Climate Action Plan (S/CAP).
Discussion
This contract for the City facility condition assessment will include a comprehensive forensic
building evaluation that mirrors the City’s asset management hierarchy per American Society
for Testing and Materials Uniformat II in all City facilities (Attachment B). The assessment will
include 140 City facilities totaling over 2 million square feet, and 47 of those facilities will
receive an electrification assessment.
The scope of services to be performed includes:
1. Corrective and deferred maintenance recommendations.
2. Preventative and keep-up maintenance recommendations.
3. Budget estimates for the corrective, deferred, keep-up and preventative maintenance.
4. Estimated schedule for the completion of all recommended corrective work and
preventative maintenance.
5. Calculation of facility current replacement values and associated facility condition
indices.
6. Calculations of remaining lifespans of primary Mechanical, Electrical, Plumbing
maintainable assets and remaining lifespans of all assets at both the individual and
systems level.
7. Energy Efficiency Measures for all facilities with budgets and schedules.
8. Asset inventory of all maintainable equipment per the scope of work including
permanent barcoding labels for use by facility staff in work order processes.
9. Capital recommendations for electrification at the 47 facilities receiving an
electrification assessment.
10. Schedule and cost estimates for electrification of City facilities to achieve at least an 80
percent reduction in current natural gas usage by 2030.
California must rapidly decarbonize its buildings in order to meet its greenhouse gas (GHG)
reduction goals. The City of Palo Alto has adopted a more aggressive timeline for
decarbonization than the state. In April 2016, Palo Alto City Council unanimously adopted a goal
of 80 percent GHG reduction by 2030 (the 80 x 30 goal), calculated utilizing the 1990 baseline
(Staff Report ID# 6754). This ambitious goal is 20 years ahead of the State of California’s 80
percent by 2050 target, and in line with the carbon neutrality by 2045 goal. In 2019, Palo Alto
reduced GHG emissions an estimated 38.2 percent from the 1990 baseline.
As the current gas equipment in City facilities reach the end of their life span over the next ten
years, they should be replaced with efficient electric alternatives whenever possible. This
assessment will provide a scheduled cost estimate and a timeline for facilities where this
electrification must occur to achieve 80 percent reduction in natural gas usage at City facilities
by 2030.
City of Palo Alto Page 3
A request for proposals (RFP) for the project was sent to prospective consultants and posted on
the City’s electronic procurement website, PlanetBids, on April 19, 2021. A total of eight
submittals were received for this RFP, with two finalists. The following table summarizes the
results of the RFP solicitation.
Summary of Solicitation Process
PROPOSAL DESCRIPTION/NUMBER FACILITY CONDITION ASSESSMENT RFP # 181467
Proposed Length of Project 365 Days
Total Calendar Days to Respond 50
Number of Proposals Received 8
Company Name Location (City, State)
Selected for Oral
Interview
Advance Design Consultants, Inc. San Jose, California No
Bureau Veritas Technical Assessments LLC Owings Mills, Maryland Yes
Facility Engineering Associates, PC Santa Rosa, California No
Kitchell CEM Sacramento, California Yes
P2S Inc. San Jose, California No
Roth IAMS LLC Florida, California No
Terracon Consultants, Inc. Walnut Creek, California No
VFA, Inc. Greenville, South Carolina No
Range of Proposal Amounts Submitted
The cost proposals ranged from $298,500 to
$513,000.
An evaluation committee consisting of representatives from the Public Works Engineering
Services and Public Services Divisions reviewed the proposals. The committee carefully
reviewed each firm’s qualifications and proposal in response to the criteria identified in the
RFP. The committee reviewed each firm’s qualifications relative to its experience in facility
condition assessments, electrification assessments, asset inventory and barcoding, the quality
of its proposed project approach, performance on past projects, the qualifications of the
specific staff to be assigned to the project, and understanding of the project goals.
Bureau Veritas Technical Assessments LLC (Bureau Veritas) was selected as the recommended
consultant because of the depth and quality of their experience with other local jurisdictions’
facility condition and electrification assessments, and the exceptional qualifications of their
assessment team. The recommended consultant has an extensive background in assessing
facilities of other local jurisdictions.
City of Palo Alto Page 4
Bureau Veritas’s assessment services come with the use of Brightly (formerly Dude Solutions)
cloud-based Capital Planning Software-as-a-Service (SAAS) to create detailed reports for “catch-
up”, “keep-up” and “electrification” capital planning. Additionally, the Brightly Capital Planning
Software has the ability to be updated as future CIP projects are completed to repair and
replace facilities as listed in their reports. Use of Brightly is provided pursuant to the agreement
with Bureau Veritas during the term of this agreement only. For continued use after the term
of this agreement, the City would need to contract separately for the Brightly SAAS.
This agreement is on the City’s professional services template, which permits the City to
terminate without cause/for convenience by providing written notice to the contractor. In the
event the City finds itself facing a challenging budget situation, and it is determined that City
resources need to be refocused elsewhere, the City can terminate for convenience. Other
options include termination due to non-appropriation of funds or amending the contract date
to reduce the cost, for example, by reducing the scope of work. The contract may also be
temporarily suspended by written notice of the City Manager.
Timeline and Next Steps
Staff anticipates the data collection, pilot assessment, full assessment and deliverables will take
approximately one year to complete. The report’s recommendations will be used to develop
capital budget recommendations for maintenance of City facilities.
Resource Impact
Based on the scope of the project, funding of $29,887 is recommended to be transferred from
the Electric Fund to the City Facilities Assessment and Record Plan Management System (PE-
20002) capital project in the Capital Improvement Fund for the electrification study portion of
the project. The remaining funding is available in the following CIP projects: City Facilities
Assessment and Record Plan Management System (PE-20002) and Infrastructure Management
System (TE-13004).
The funding allocation is as follows:
Funding Source Contract Additional Services Total Encumbrance
PE-20002 $272,690 $27,269 $299,959
TE-13004 $27,212 $2,721 $29,933
Electric Fund $27,170 $2,717 $29,887
Total $327,072 $32,707 $359,779
Stakeholder Engagement
Development of the scope of services for this project included engagement of staff from the
following workgroups: Public Works Engineering Services, Facilities, Environmental Services,
City of Palo Alto Page 5
and Sustainability; Utilities Resources Management; and Real Estate Property Management.
Environmental Review
The project is categorically exempt from the provisions of the California Environmental Quality
Act (CEQA) under Section 15306 of the CEQA guidelines.
Attachments:
• Attachment A: Bureau Veritas Technical Assessments LLC. Contract, C22181467
• Attachment B: Facility List
Professional Services Rev. Dec.15, 2020 Page 1 of 38
CITY OF PALO ALTO CONTRACT NO. C22181467
AGREEMENT FOR PROFESSIONAL SERVICES
BETWEEN THE CITY OF PALO ALTO AND
BUREAU VERITAS TECHNICAL ASSESSMENTS LLC
This Agreement for Professional Services (this “Agreement”) is entered into as of the 22nd day of
March, 2022 (the “Effective Date”), by and between the CITY OF PALO ALTO, a California
chartered municipal corporation (“CITY”), and BUREAU VERITAS TECHNICAL ASSESSMENTS LLC, a Maryland Limited Liability Company, located at 10461 Mill Run Circle Suite 1100, Owings Mills, Maryland 21117 (“CONSULTANT”).
The following recitals are a substantive portion of this Agreement and are fully incorporated herein
by this reference: RECITALS
A.CITY intends to conduct a City facility and electrification assessment (the “Project”) and
desires to engage a consultant to provide such assessment and online-hosted software-as-a-service
(“SAAS” as detailed more fully in Section 14) to facilitate the assessment process in connectionwith the Project (the “Services”, as detailed more fully in Exhibit A).
B.CONSULTANT represents that it, its employees and subconsultants, if any, possess the
necessary professional expertise, qualifications, and capability, and all required licenses and/or
certifications to provide the Services.
C.CITY, in reliance on these representations, desires to engage CONSULTANT to providethe Services as more fully described in Exhibit A, entitled “SCOPE OF SERVICES”.
NOW, THEREFORE, in consideration of the recitals, covenants, terms, and conditions, in this Agreement, the parties agree as follows:
SECTION 1. SCOPE OF SERVICES. CONSULTANT shall perform the Services described
in Exhibit A in accordance with the terms and conditions contained in this Agreement. The performance of all Services shall be to the reasonable satisfaction of CITY.
SECTION 2. TERM. The term of this Agreement shall be from the date of its full execution
through March 6, 2023 unless terminated earlier pursuant to Section 19 (Termination) of this
Agreement.
SECTION 3. SCHEDULE OF PERFORMANCE. Time is of the essence in the performance of Services under this Agreement. CONSULTANT shall complete the Services within the term of
this Agreement and in accordance with the schedule set forth in Exhibit B, entitled “SCHEDULE
OF PERFORMANCE”. Any Services for which times for performance are not specified in this Agreement shall be commenced and completed by CONSULTANT in a reasonably prompt and timely manner based upon the circumstances and direction communicated to the CONSULTANT.
DocuSign Envelope ID: ED9D1343-8AE1-4A99-ACB6-FD880D91CB27
Professional Services Rev. Dec.15, 2020 Page 2 of 38
CITY’s agreement to extend the term or the schedule for performance shall not preclude recovery of damages for delay if the extension is required due to the fault of CONSULTANT. SECTION 4. NOT TO EXCEED COMPENSATION. The compensation to be paid to
CONSULTANT for performance of the Services shall be based on the compensation structure
detailed in Exhibit C, entitled “COMPENSATION,” including any reimbursable expenses specified therein, and the maximum total compensation shall not to exceed (NTE) Three Hundred Twenty-Seven Thousand Seventy-Two Dollars ($327,072). The hourly schedule of rates, if applicable, is set out in Exhibit C-1, entitled “SCHEDULE OF RATES.” Any work performed or
expenses incurred for which payment would result in a total exceeding the maximum
compensation set forth in this Section 4 shall be at no cost to the CITY. Optional Additional Services Provision (This provision applies only if checked and a not-to-exceed compensation amount for Additional Services is allocated below under this
Section 4.)
In addition to the not-to-exceed compensation specified above, CITY has set aside the not-to-exceed compensation amount of Thirty-Two Thousand Seven Hundred Seven Dollars ($32,707.00) for the performance of Additional Services (as defined below). The
total compensation for performance of the Services, Additional Services and any
reimbursable expenses specified in Exhibit C, shall not exceed Three Hundred Fifty-Nine Thousand Seven Hundred Seventy-Nine Dollars ($359,779), as detailed in Exhibit C. “Additional Services” means any work that is determined by CITY to be necessary for the
proper completion of the Project, but which is not included within the Scope of Services
described at Exhibit A. CITY may elect to, but is not required to, authorize Additional Services up to the maximum amount of compensation set forth for Additional Services in this Section 4. CONSULTANT shall provide Additional Services only by advanced, written authorization from CITY as detailed in this Section. Additional Services, if any,
shall be authorized by CITY with a Task Order assigned and authorized by CITY’s Project
Manager, as identified in Section 13 (Project Management). Each Task Order shall be in substantially the same form as Exhibit A-1, entitled “PROFESSIONAL SERVICES TASK ORDER”. Each Task Order shall contain a specific scope of services, schedule of performance and maximum compensation amount, in accordance with the provisions of
this Agreement. Compensation for Additional Services shall be specified by CITY in the
Task Order, based on whichever is lowest: the compensation structure set forth in Exhibit C, the hourly rates set forth in Exhibit C-1, or a negotiated lump sum. To accept a Task Order, CONSULTANT shall sign the Task Order and return it to CITY’s
Project Manager within the time specified by the Project Manager, and upon authorization
by CITY (defined as counter-signature by the CITY Project Manager), the fully executed Task Order shall become part of this Agreement. The cumulative total compensation to CONSULTANT for all Task Orders authorized under this Agreement shall not exceed the amount of compensation set forth for Additional Services in this Section 4.
CONSULTANT shall only be compensated for Additional Services performed under an
authorized Task Order and only up to the maximum amount of compensation set forth for Additional Services in this Section 4. Performance of and payment for any Additional Services are subject to all requirements and restrictions in this Agreement.
DocuSign Envelope ID: ED9D1343-8AE1-4A99-ACB6-FD880D91CB27
Professional Services Rev. Dec.15, 2020 Page 3 of 38
SECTION 5. INVOICES. In order to request payment, CONSULTANT shall submit monthly invoices to the CITY describing the Services performed and the applicable charges (including, if applicable, an identification of personnel who performed the Services, hours worked, hourly rates,
and reimbursable expenses), based upon Exhibit C or, as applicable, CONSULTANT’s schedule
of rates set forth in Exhibit C-1. If applicable, the invoice shall also describe the percentage of completion of each task. The information in CONSULTANT’s invoices shall be subject to verification by CITY. CONSULTANT shall send all invoices to CITY’s Project Manager at the address specified in Section 13 (Project Management) below. CITY will generally process and
pay invoices within thirty (30) days of receipt of an acceptable invoice.
SECTION 6. QUALIFICATIONS/STANDARD OF CARE. All Services shall be performed by CONSULTANT or under CONSULTANT’s supervision. CONSULTANT represents that it, its employees and subcontractors, if any, possess the professional and technical personnel
necessary to perform the Services required by this Agreement and that the personnel have
sufficient skill and experience to perform the Services assigned to them. CONSULTANT represents that it, its employees and subcontractors, if any, have and shall maintain during the term of this Agreement all licenses, permits, qualifications, insurance and approvals of whatever nature that are legally required to perform the Services. All Services to be furnished by CONSULTANT
under this Agreement shall meet the professional standard and quality that prevail among
professionals in the same discipline and of similar knowledge and skill engaged in related work throughout California under the same or similar circumstances. SECTION 7. COMPLIANCE WITH LAWS. CONSULTANT shall keep itself informed of
and in compliance with all federal, state and local laws, ordinances, regulations, and orders that
may affect in any manner the Project or the performance of the Services or those engaged to perform Services under this Agreement, as amended from time to time. CONSULTANT shall procure all permits and licenses, pay all charges and fees, and give all notices required by law in the performance of the Services.
SECTION 8. ERRORS/OMISSIONS. CONSULTANT is solely responsible for costs, including, but not limited to, increases in the cost of Services, arising from or caused by CONSULTANT’s errors and omissions, including, but not limited to, the costs of corrections such errors and omissions, any change order markup costs, or costs arising from delay caused by the
errors and omissions or unreasonable delay in correcting the errors and omissions.
SECTION 9. COST ESTIMATES. If this Agreement pertains to the design of a public works project, CONSULTANT shall submit estimates of probable construction costs at each phase of design submittal. If the total estimated construction cost at any submittal exceeds the CITY’s
stated construction budget by ten percent (10%) or more, CONSULTANT shall make
recommendations to CITY for aligning the Project design with the budget, incorporate CITY approved recommendations, and revise the design to meet the Project budget, at no additional cost to CITY.
SECTION 10. INDEPENDENT CONTRACTOR. CONSULTANT acknowledges and agrees
that CONSULTANT and any agent or employee of CONSULTANT will act as and shall be deemed at all times to be an independent contractor and shall be wholly responsible for the manner in which CONSULTANT performs the Services requested by CITY under this Agreement.
DocuSign Envelope ID: ED9D1343-8AE1-4A99-ACB6-FD880D91CB27
Professional Services Rev. Dec.15, 2020 Page 4 of 38
CONSULTANT and any agent or employee of CONSULTANT will not have employee status with CITY, nor be entitled to participate in any plans, arrangements, or distributions by CITY pertaining to or in connection with any retirement, health or other benefits that CITY may offer its employees. CONSULTANT will be responsible for all obligations and payments, whether
imposed by federal, state or local law, including, but not limited to, FICA, income tax
withholdings, workers’ compensation, unemployment compensation, insurance, and other similar responsibilities related to CONSULTANT’s performance of the Services, or any agent or employee of CONSULTANT providing same. Nothing in this Agreement shall be construed as creating an employment or agency relationship between CITY and CONSULTANT or any agent
or employee of CONSULTANT. Any terms in this Agreement referring to direction from CITY
shall be construed as providing for direction as to policy and the result of CONSULTANT’s provision of the Services only, and not as to the means by which such a result is obtained. SECTION 11. ASSIGNMENT. The parties agree that the expertise and experience of
CONSULTANT are material considerations for this Agreement. CONSULTANT shall not assign
or transfer any interest in this Agreement nor the performance of any of CONSULTANT’s obligations hereunder without the prior written approval of the City Manager. Any purported assignment made without the prior written approval of the City Manager will be void and without effect. Subject to the foregoing, the covenants, terms, conditions and provisions of this Agreement
will apply to, and will bind, the heirs, successors, executors, administrators and assignees of the
parties. SECTION 12. SUBCONTRACTING. Notwithstanding Section 11 (Assignment) above, CITY agrees that subcontractors may be used to
complete the Services. The subcontractors authorized by CITY to perform work on this Project
are: Brightly (formerly Dude Solutions Inc.), 11000 Regency Parkway, Suite 110, Cary, NC 27518
CONSULTANT shall be responsible for directing the work of any subcontractors and for any compensation due to subcontractors. CITY assumes no responsibility whatsoever concerning compensation of subcontractors. CONSULTANT shall be fully responsible to CITY for all acts and omissions of subcontractors. CONSULTANT shall change or add subcontractors only with
the prior written approval of the City Manager or designee. SECTION 13. PROJECT MANAGEMENT. CONSULTANT will assign Matthew Anderson, 180 Promenade Circle, Suite 150, Sacramento, CA 95834, (800)733-0660, matt.anderson@bureauveritas.com, as the CONSULTANT’s Project Manager to have supervisory
responsibility for the performance, progress, and execution of the Services and represent
CONSULTANT during the day-to-day performance of the Services. If circumstances cause the substitution of the CONSULTANT’s Project Manager or any other of CONSULTANT’s key personnel for any reason, the appointment of a substitute Project Manager and the assignment of any key new or replacement personnel will be subject to the prior written approval of the CITY’s
Project Manager. CONSULTANT, at CITY’s request, shall promptly remove CONSULTANT
personnel who CITY finds do not perform the Services in an acceptable manner, are uncooperative, or present a threat to the adequate or timely completion of the Services or a threat to the safety of persons or property.
DocuSign Envelope ID: ED9D1343-8AE1-4A99-ACB6-FD880D91CB27
Professional Services Rev. Dec.15, 2020 Page 5 of 38
CITY’s Project Manager is Murdo M. Nicolson Jr., Public Works Department, Engineering Division, 250 Hamilton Avenue, Palo Alto, CA, 94301, (650)617-3154, Email Murdo.Nicolson@CityofPaloAlto.org CITY’s Project Manager will be CONSULTANT’s point
of contact with respect to performance, progress and execution of the Services. CITY may
designate an alternate Project Manager from time to time. SECTION 14. INTELLECTUAL PROPERTY; DATA. All work product, including without limitation, all writings, drawings, studies, sketches, photographs, plans, reports, specifications,
computations, models, recordings, data, calculations, documents, and other materials and
copyright interests developed under this Agreement, in any form or media, as unique to this engagement with CITY, shall be and remain the exclusive property of CITY without restriction or limitation upon their use. CONSULTANT makes no representation of the suitability of the work product for use in or application to circumstances not contemplated by the Scope of Services.
14.1 Intellectual Property Rights in the SAAS. CONSULTANT and/or its licensor(s), as applicable, retain all right, title, and interest in and to the SAAS, further defined as the online-hosted SAAS to be provided by CONSULTANT to CITY and its Authorized Users (defined below) pursuant to this Agreement, as detailed in Exhibit A (“Scope of Services”),
including without limitation all Software (defined below) used to provide the SAAS and all
graphics, user interfaces, logos, and trademarks reproduced through the SAAS. This Agreement does not grant CITY any intellectual property license or rights in or to the SAAS or any of its components or any Documentation (defined below) except those expressly granted herein. CITY recognizes that the SAAS and its components and the Documentation are protected by copyright
and other laws. “Software” means the online-hosted computer software application(s) residing on
CONSULTANT-provided servers that CONSULTANT uses to provide to CITY the Services detailed in this Agreement, and that CONSULTANT makes digitally accessible to the CITY and its Authorized Users via the internet. “Documentation” means the technical publications relating to the use of the SAAS, such as reference, installation, administrative and programmer or user
manuals, made available by Contractor to CITY.
14.2 Grant of Right to Use the SAAS. Subject to the terms of this Agreement, CONSULTANT hereby grants to CITY a non-exclusive, non-assignable license to access and use the SAAS for the term of this Agreement as contemplated herein. The license granted to CITY
hereunder includes the right to provide to the CITY’s Authorized Users access to the SAAS in
accordance with this Agreement. “Authorized User” means all persons holding a valid ID and password issued by the CITY pursuant to this Agreement. CONSULTANT warrants that it has the right to provide access to the SAAS to CITY pursuant to this Agreement, that CONSULTANT has obtained any and all necessary permissions from third parties to provide the SAAS, and that
use of the SAAS by CITY and its Authorized Users in accordance with the terms of this Agreement
shall not infringe the copyright of any third party. 14.3 Ownership of Data; Grant of License to City Data. The parties acknowledge and agree that CITY owns the City data, content, documents, materials and other
information, in any format or media, collected, stored, imported or inputted into, or gathered by,
the SAAS, including without limitation data from third parties (“City Data”); that the CITY has a right to control, access and retrieve City Data at any time during the term of the Agreement, in computer-readable format. The CITY hereby grants to CONSULTANT and its subcontractors, if
DocuSign Envelope ID: ED9D1343-8AE1-4A99-ACB6-FD880D91CB27
Professional Services Rev. Dec.15, 2020 Page 6 of 38
any, the limited, non-exclusive, non-transferable, revocable rights to access and use City Data during the term of this Agreement solely for the purposes of performing CONSULTANT’s obligations to CITY hereunder and supporting CITY’s use of the SAAS hereunder, as well as to generate aggregated, system-wide collations of industry and business data in a non-attributed, non-
identifiable manner for product improvement and product creation that does not identify CITY or
detail of its particular data, and as is otherwise expressly permitted under this Agreement. This Agreement does not grant CONSULTANT or its subcontractors, if any, any intellectual property license or rights in or to the City Data except those expressly granted herein. Upon termination or expiration, if CITY will leave the SAAS, CONSULTANT and CITY shall work together to
provide CITY with a copy of City Data in mutually-agreed computer-readable format(s). CITY
shall have the option to choose from one of several methods to obtain a copy of City Data. Once such data has been provided to CITY, CONSULTANT shall use, or cause to be used, industry-standard secure means of destruction or erasure of any City Data remaining in its possession and, at the CITY’s request, certify the same.
14.4. Data Security. CONSULTANT will maintain, or cause to be maintained, a data security program for the SAAS that will include reasonable administrative, physical, technical, organizational and other security measures to protect against unauthorized access to, or destruction, loss, unavailability or alteration of, any City Data accessed by
CONSULTANT and its subcontractors, if any, in the performance of this Agreement including
without limitation City Data processed or stored by the SAAS. SECTION 15. AUDITS. CONSULTANT agrees to permit CITY and its authorized representatives to audit, at any reasonable time during the term of this Agreement and for four (4)
years from the date of final payment, CONSULTANT’s records pertaining to matters covered by
this Agreement, including without limitation records demonstrating compliance with the requirements of Section 10 (Independent Contractor). CONSULTANT further agrees to maintain and retain accurate books and records in accordance with generally accepted accounting principles for at least four (4) years after the expiration or earlier termination of this Agreement or the
completion of any audit hereunder, whichever is later.
SECTION 16. INDEMNITY. 16.1. To the fullest extent permitted by law, CONSULTANT shall indemnify,
defend and hold harmless CITY, its Council members, officers, employees and agents (each an
“Indemnified Party”) from and against any and all third party demands, claims, or liability of any nature, including death or injury to any person, property damage or any other loss, including all costs and expenses of whatever nature including attorney’s fees, experts fees, court costs and disbursements (“Claims”) to the extent that such Claims arise out of, pertain to, or relate to the
negligence, recklessness, or willful misconduct of CONSULTANT, its officers, employees, agents
or contractors under this Agreement, regardless of whether or not it is caused in part by an Indemnified Party. CITY will reimburse CONSULTANT for the proportionate percentage of defense costs exceeding CONSULTANT’s proportionate percentage of fault as determined by the final judgment of a court of competent jurisdiction.
16.2. Notwithstanding the above, nothing in this Section 16 shall be construed to require CONSULTANT to indemnify an Indemnified Party from a Claim arising from the active negligence or willful misconduct of an Indemnified Party that is not contributed to by any act of,
DocuSign Envelope ID: ED9D1343-8AE1-4A99-ACB6-FD880D91CB27
Professional Services Rev. Dec.15, 2020 Page 7 of 38
or by any omission to perform a duty imposed by law or agreement by, CONSULTANT, its officers, employees, agents or contractors under this Agreement. 16.3. The acceptance of CONSULTANT’s Services and duties by CITY shall not
operate as a waiver of the right of indemnification. The provisions of this Section 16 shall survive
the expiration or early termination of this Agreement. SECTION 17. WAIVERS. No waiver of a condition or nonperformance of an obligation under this Agreement is effective unless it is in writing in accordance with Section 29.4 of this
Agreement. No delay or failure to require performance of any provision of this Agreement shall
constitute a waiver of that provision as to that or any other instance. Any waiver granted shall apply solely to the specific instance expressly stated. No single or partial exercise of any right or remedy will preclude any other or further exercise of any right or remedy.
SECTION 18. INSURANCE.
18.1. CONSULTANT, at its sole cost and expense, shall obtain and maintain, in full force and effect during the term of this Agreement, the insurance coverage described in Exhibit D, entitled “INSURANCE REQUIREMENTS”. CONSULTANT and its contractors, if any, shall
obtain a policy endorsement naming CITY as an additional insured under any general liability or
automobile policy or policies. 18.2. All insurance coverage required hereunder shall be provided through carriers with AM Best’s Key Rating Guide ratings of A-:VII or higher which are licensed or
authorized to transact insurance business in the State of California. Any and all contractors of
CONSULTANT retained to perform Services under this Agreement will obtain and maintain, in full force and effect during the term of this Agreement, identical insurance coverage, naming CITY as an additional insured under such policies as required above.
18.3. Certificates evidencing such insurance shall be filed with CITY
concurrently with the execution of this Agreement. The certificates will be subject to the approval of CITY’s Risk Manager and will contain an endorsement stating that the insurance is primary coverage and will not be canceled, or materially reduced in coverage or limits, by the insurer except after filing with the Purchasing Manager thirty (30) days’ prior written notice of the cancellation
or modification. If the insurer cancels or modifies the insurance and provides less than thirty (30)
days’ notice to CONSULTANT, CONSULTANT shall provide the Purchasing Manager written notice of the cancellation or modification within two (2) business days of the CONSULTANT’s receipt of such notice. CONSULTANT shall be responsible for ensuring that current certificates evidencing the insurance are provided to CITY’s Chief Procurement Officer during the entire term
of this Agreement.
18.4. The procuring of such required policy or policies of insurance will not be construed to limit CONSULTANT’s liability hereunder nor to fulfill the indemnification provisions of this Agreement. Notwithstanding the policy or policies of insurance,
CONSULTANT will be obligated for the full and total amount of any damage, injury, or loss
caused by or directly arising as a result of the Services performed under this Agreement, including such damage, injury, or loss arising after the Agreement is terminated or the term has expired.
DocuSign Envelope ID: ED9D1343-8AE1-4A99-ACB6-FD880D91CB27
Professional Services Rev. Dec.15, 2020 Page 8 of 38
SECTION 19. TERMINATION OR SUSPENSION OF AGREEMENT OR SERVICES. 19.1. The City Manager may suspend the performance of the Services, in whole or in part, or terminate this Agreement, with or without cause, by giving ten (10) days prior written
notice thereof to CONSULTANT. If CONSULTANT fails to perform any of its material
obligations under this Agreement, in addition to all other remedies provided under this Agreement or at law, the City Manager may terminate this Agreement sooner upon written notice of termination. Upon receipt of any notice of suspension or termination, CONSULTANT will discontinue its performance of the Services on the effective date in the notice of suspension or
termination.
19.2. In event of suspension or termination, CONSULTANT will deliver to the City Manager on or before the effective date in the notice of suspension or termination, any and all work product, as detailed in Section 14 (Ownership of Materials), whether or not completed,
prepared by CONSULTANT or its contractors, if any, in the performance of this Agreement. Such
work product is the property of CITY, as detailed in Section 14 (Ownership of Materials). 19.3. In event of suspension or termination, CONSULTANT will be paid for the Services rendered and work products delivered to CITY in accordance with the Scope of Services
up to the effective date in the notice of suspension or termination; provided, however, if this
Agreement is suspended or terminated on account of a default by CONSULTANT, CITY will be obligated to compensate CONSULTANT only for that portion of CONSULTANT’s Services provided in material conformity with this Agreement as such determination is made by the City Manager acting in the reasonable exercise of his/her discretion. The following Sections will
survive any expiration or termination of this Agreement: 14, 15, 16, 17, 19.2, 19.3, 19.4, 20, 25,
27, 28, 29 and 30. 19.4. No payment, partial payment, acceptance, or partial acceptance by CITY will operate as a waiver on the part of CITY of any of its rights under this Agreement, unless made
in accordance with Section 17 (Waivers). SECTION 20. NOTICES. All notices hereunder will be given in writing and mailed, postage prepaid, by
certified mail, addressed as follows:
To CITY: Office of the City Clerk City of Palo Alto Post Office Box 10250
Palo Alto, CA 94303
With a copy to the Purchasing Manager To CONSULTANT: Attention of the Project Manager at the address of
CONSULTANT recited on the first page of this Agreement.
CONSULTANT shall provide written notice to CITY of any change of address.
DocuSign Envelope ID: ED9D1343-8AE1-4A99-ACB6-FD880D91CB27
Professional Services Rev. Dec.15, 2020 Page 9 of 38
SECTION 21. CONFLICT OF INTEREST. 21.1. In executing this Agreement, CONSULTANT covenants that it presently has no interest, and will not acquire any interest, direct or indirect, financial or otherwise, which
would conflict in any manner or degree with the performance of the Services.
21.2. CONSULTANT further covenants that, in the performance of this Agreement, it will not employ subcontractors or other persons or parties having such an interest. CONSULTANT certifies that no person who has or will have any financial interest under this
Agreement is an officer or employee of CITY; this provision will be interpreted in accordance
with the applicable provisions of the Palo Alto Municipal Code and the Government Code of the State of California, as amended from time to time. CONSULTANT agrees to notify CITY if any conflict arises.
21.3. If the CONSULTANT meets the definition of a “Consultant” as defined by
the Regulations of the Fair Political Practices Commission, CONSULTANT will file the appropriate financial disclosure documents required by the Palo Alto Municipal Code and the Political Reform Act of 1974, as amended from time to time.
SECTION 22. NONDISCRIMINATION; COMPLIANCE WITH ADA.
22.1. As set forth in Palo Alto Municipal Code Section 2.30.510, as amended from time to time, CONSULTANT certifies that in the performance of this Agreement, it shall not discriminate in the employment of any person due to that person’s race, skin color, gender, gender
identity, age, religion, disability, national origin, ancestry, sexual orientation, pregnancy, genetic
information or condition, housing status, marital status, familial status, weight or height of such person. CONSULTANT acknowledges that it has read and understands the provisions of Section 2.30.510 of the Palo Alto Municipal Code relating to Nondiscrimination Requirements and the penalties for violation thereof, and agrees to meet all requirements of Section 2.30.510 pertaining
to nondiscrimination in employment.
22.2. CONSULTANT understands and agrees that pursuant to the Americans Disabilities Act (“ADA”), programs, services and other activities provided by a public entity to the public, whether directly or through a contractor or subcontractor, are required to be accessible
to the disabled public. CONSULTANT will provide the Services specified in this Agreement in a
manner that complies with the ADA and any other applicable federal, state and local disability rights laws and regulations, as amended from time to time. CONSULTANT will not discriminate against persons with disabilities in the provision of services, benefits or activities provided under this Agreement.
SECTION 23. ENVIRONMENTALLY PREFERRED PURCHASING AND ZERO WASTE REQUIREMENTS. CONSULTANT shall comply with the CITY’s Environmentally Preferred Purchasing policies which are available at CITY’s Purchasing Department, hereby incorporated by reference and as amended from time to time. CONSULTANT shall comply with
waste reduction, reuse, recycling and disposal requirements of CITY’s Zero Waste Program. Zero
Waste best practices include, 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:
DocuSign Envelope ID: ED9D1343-8AE1-4A99-ACB6-FD880D91CB27
Professional Services Rev. Dec.15, 2020 Page 10 of 38
(a) All printed materials provided by CONSULTANT to CITY generated from a personal computer and printer including but not limited to, proposals, quotes, invoices, reports, and public education materials, shall be double-sided and printed on a minimum of 30% or greater post-consumer content paper, unless otherwise approved by CITY’s Project Manager. Any
submitted materials printed by a professional printing company shall be a minimum of 30% or
greater post-consumer material and printed with vegetable-based inks. (b) Goods purchased by CONSULTANT on behalf of CITY shall be purchased in accordance with CITY’s Environmental Purchasing Policy including but not limited to Extended Producer Responsibility requirements for products and packaging. A copy of this policy is on file
at the Purchasing Department’s office.
(c) Reusable/returnable pallets shall be taken back by CONSULTANT, at no additional cost to CITY, for reuse or recycling. CONSULTANT shall provide documentation from the facility accepting the pallets to verify that pallets are not being disposed.
SECTION 24. COMPLIANCE WITH PALO ALTO MINIMUM WAGE ORDINANCE.
CONSULTANT shall comply with all requirements of the Palo Alto Municipal Code Chapter 4.62 (Citywide Minimum Wage), as amended from time to time. In particular, for any employee otherwise entitled to the State minimum wage, who performs at least two (2) hours of work in a calendar week within the geographic boundaries of the City, CONSULTANT shall pay such
employees no less than the minimum wage set forth in Palo Alto Municipal Code Section 4.62.030
for each hour worked within the geographic boundaries of the City of Palo Alto. In addition, CONSULTANT shall post notices regarding the Palo Alto Minimum Wage Ordinance in accordance with Palo Alto Municipal Code Section 4.62.060.
SECTION 25. NON-APPROPRIATION. This Agreement is subject to the fiscal provisions of
the Charter of the City of Palo Alto and the Palo Alto Municipal Code, as amended from time to time. This Agreement will terminate without any penalty (a) at the end of any fiscal year in the event that funds are not appropriated for the following fiscal year, or (b) at any time within a fiscal year in the event that funds are only appropriated for a portion of the fiscal year and funds for this
Agreement are no longer available. This Section shall take precedence in the event of a conflict
with any other covenant, term, condition, or provision of this Agreement. SECTION 26. PREVAILING WAGES AND DIR REGISTRATION FOR PUBLIC WORKS CONTRACTS.
26.1. This Project is subject to prevailing wages and related requirements as a “public works” under California Labor Code Sections 1720 et seq. and related regulations. CONSULTANT is required to pay general prevailing wages as defined in California Labor Code Section 1773.1 and Subchapter 3, Title 8 of the California Code of Regulations Section
16000 et seq., as amended from time to time. Pursuant to Labor Code Section 1773, the CITY has
obtained the general prevailing rate of per diem wages and the general rate for holiday and overtime work in this locality for each craft, classification, or type of worker needed to execute the contract for this Project from the State of California Department of Industrial Relations (“DIR”). Copies of these rates may be obtained at the CITY’s Purchasing Department office. The
general prevailing wage rates are also available at the DIR, Division of Labor Statistics and
Research, web site (see e.g. http://www.dir.ca.gov/DLSR/PWD/index.htm) as amended from time to time. CONSULTANT shall post a copy of the general prevailing wage rates at all Project job sites and shall pay the adopted prevailing wage rates as a minimum. CONSULTANT shall
DocuSign Envelope ID: ED9D1343-8AE1-4A99-ACB6-FD880D91CB27
Professional Services Rev. Dec.15, 2020 Page 11 of 38
comply with all applicable provisions of Division 2, Part 7, Chapter 1 of the California Labor Code (Labor Code Section 1720 et seq.), including but not limited to Sections 1725.5, 1771, 1771.1, 1771.4, 1773.2, 1774, 1775, 1776, 1777.5, 1782, 1810, 1813 and 1815, and all applicable implementing regulations, including but not limited to Subchapter 3, Title 8 of the California Code
of Regulations Section 16000 et seq. (8 CCR Section 16000 et seq.), as amended from time to
time. CONSULTANT shall comply with the requirements of Exhibit E, entitled “DIR REGISTRATION FOR PUBLIC WORKS CONTRACTS”, for any contract for public works construction, alteration, demolition, repair or maintenance, including but not limited to the obligations to register with, and furnish certified payroll records directly to, DIR.
SECTION 27. CLAIMS PROCEDURE FOR “9204 PUBLIC WORKS PROJECTS”. For purposes of this Section 27, a “9204 Public Works Project” means the erection, construction, alteration, repair, or improvement of any public structure, building, road, or other public improvement of any kind. (Cal. Pub. Cont. Code § 9204.) Per California Public Contract Code
Section 9204, for Public Works Projects, certain claims procedures shall apply, as set forth in
Exhibit F, entitled “Claims for Public Contract Code Section 9204 Public Works Projects”. This Project is not a Public Contract Code Section 9204 Public Works Project.
SECTION 28. CONFIDENTIAL INFORMATION.
28.1. In the performance of this Agreement, CONSULTANT may have access to CITY’s Confidential Information (defined below). CONSULTANT will hold Confidential Information in strict confidence, not disclose it to any third party, and will use it only for the
performance of its obligations to CITY under this Agreement and for no other purpose.
CONSULTANT will maintain reasonable and appropriate administrative, technical and physical safeguards to ensure the security, confidentiality and integrity of the Confidential Information. Notwithstanding the foregoing, CONSULTANT may disclose Confidential Information to its employees, agents and subcontractors, if any, to the extent they have a need to know in order to
perform CONSULTANT’s obligations to CITY under this Agreement and for no other purpose,
provided that the CONSULTANT informs them of, and requires them to follow, the confidentiality and security obligations of this Agreement. 28.2. “Confidential Information” means all data, information (including without
limitation “Personal Information” about a California resident as defined in Civil Code Section
1798 et seq., as amended from time to time) and materials, in any form or media, tangible or intangible, provided or otherwise made available to CONSULTANT by CITY, directly or indirectly, pursuant to this Agreement. Confidential Information excludes information that CONSULTANT can show by appropriate documentation: (i) was publicly known at the time it
was provided or has subsequently become publicly known other than by a breach of this
Agreement; (ii) was rightfully in CONSULTANT’s possession free of any obligation of confidence prior to receipt of Confidential Information; (iii) is rightfully obtained by CONSULTANT from a third party without breach of any confidentiality obligation; (iv) is independently developed by employees of CONSULTANT without any use of or access to the
Confidential Information; or (v) CONSULTANT has written consent to disclose signed by an
authorized representative of CITY. 28.3. Notwithstanding the foregoing, CONSULTANT may disclose Confidential
DocuSign Envelope ID: ED9D1343-8AE1-4A99-ACB6-FD880D91CB27
Professional Services Rev. Dec.15, 2020 Page 12 of 38
Information to the extent required by order of a court of competent jurisdiction or governmental body, provided that CONSULTANT will notify CITY in writing of such order immediately upon receipt and prior to any such disclosure (unless CONSULTANT is prohibited by law from doing so), to give CITY an opportunity to oppose or otherwise respond to such order.
28.4. CONSULTANT will notify City promptly upon learning of any breach in the security of its systems or unauthorized disclosure of, or access to, Confidential Information in its possession or control, and if such Confidential Information consists of Personal Information, CONSULTANT will provide information to CITY sufficient to meet the notice requirements of
Civil Code Section 1798 et seq., as applicable, as amended from time to time.
28.5. Prior to or upon termination or expiration of this Agreement, CONSULTANT will honor any request from the CITY to return or securely destroy all copies of Confidential Information. All Confidential Information is and will remain the property of the CITY
and nothing contained in this Agreement grants or confers any rights to such Confidential
Information on CONSULTANT. 28.6. If selected in Section 30 (Exhibits), this Agreement is also subject to the terms and conditions of the Information Privacy Policy and Cybersecurity Terms and Conditions.
SECTION 29. MISCELLANEOUS PROVISIONS. 29.1. This Agreement will be governed by California law, without regard to its conflict of law provisions.
29.2. In the event that an action is brought, the parties agree that trial of such action will be vested exclusively in the state courts of California in the County of Santa Clara, State of California.
29.3. The prevailing party in any action brought to enforce the provisions of this
Agreement may recover its reasonable costs and attorneys’ fees expended in connection with that action. The prevailing party shall be entitled to recover an amount equal to the fair market value of legal services provided by attorneys employed by it as well as any attorneys’ fees paid to third parties.
29.4. This Agreement, including all exhibits, constitutes the entire and integrated agreement between the parties with respect to the subject matter of this Agreement, and supersedes all prior agreements, negotiations, representations, statements and undertakings, either oral or written. This Agreement expressly supersedes any click-through, click-on, “screen wrap” or other
user agreement that may appear on the SAAS application/website. This Agreement may be
amended only by a written instrument, which is signed by the authorized representatives of the parties and approved as required under Palo Alto Municipal Code, as amended from time to time. 29.5. If a court of competent jurisdiction finds or rules that any provision of this
Agreement is void or unenforceable, the unaffected provisions of this Agreement will remain in
full force and effect. 29.6. In the event of a conflict between the terms of this Agreement and the
DocuSign Envelope ID: ED9D1343-8AE1-4A99-ACB6-FD880D91CB27
Professional Services Rev. Dec.15, 2020 Page 13 of 38
exhibits hereto (per Section 30) or CONSULTANT’s proposal (if any), the Agreement shall control. In the event of a conflict between the exhibits hereto and CONSULTANT’s proposal (if any), the exhibits shall control.
29.7. The provisions of all checked boxes in this Agreement shall apply to this
Agreement; the provisions of any unchecked boxes shall not apply to this Agreement. 29.8. All section headings contained in this Agreement are for convenience and reference only and are not intended to define or limit the scope of any provision of this Agreement.
29.9. This Agreement may be signed in multiple counterparts, which, when executed by the authorized representatives of the parties, shall together constitute a single binding agreement.
SECTION 30. EXHIBITS. Each of the following exhibits, if the check box for such exhibit is
selected below, is hereby attached and incorporated into this Agreement by reference as though fully set forth herein: EXHIBIT A: SCOPE OF SERVICES
EXHIBIT A-1 PROFESSIONAL SERVICES TASK ORDER
EXHIBIT B: SCHEDULE OF PERFORMANCE EXHIBIT C: COMPENSATION EXHIBIT C-1: SCHEDULE OF RATES EXHIBIT D: INSURANCE REQUIREMENTS
EXHIBIT E: DIR REGISTRATION FOR PUBLIC WORKS CONTRACTS
EXHIBIT F: CYBERSECURITY TERMS AND CONDITIONS APPENDIX A: FACILITY LIST APPENDIX B: CLASSIFICATION OF BUILDING ELEMENTS – MODIFIED UNIFORMAT
THIS AGREEMENT IS NOT COMPLETE UNLESS ALL SELECTED EXHIBITS ARE ATTACHED.
DocuSign Envelope ID: ED9D1343-8AE1-4A99-ACB6-FD880D91CB27
Professional Services Rev. Dec.15, 2020 Page 14 of 38
CONTRACT NO. C22181467 SIGNATURE PAGE IN WITNESS WHEREOF, the parties hereto have by their duly authorized representatives executed this Agreement as of the date first above written.
CITY OF PALO ALTO
____________________________
City Manager
APPROVED AS TO FORM:
__________________________ City Attorney or designee
BUREAU VERITAS TECHNICAL ASSESSMENTS LLC
Officer 1 By:_____________________________ Name:__________________________
Title:___________________________ Officer 2
By:____________________________ Name:_________________________
Title:__________________________
DocuSign Envelope ID: ED9D1343-8AE1-4A99-ACB6-FD880D91CB27
Senior Vice President
Erik Piller
Matt Munter
EVP
Professional Services Rev. Dec.15, 2020 Page 15 of 38
EXHIBIT A SCOPE OF SERVICES
CONSULTANT shall provide the Services detailed in this Exhibit A, entitled “SCOPE OF
SERVICES”. Task 1 Facility Condition Assessment (FCA) and Report
Consultant shall provide comprehensive Facility Condition Assessments via detailed inspections
and assessments of all facilities to produce an accurate analysis that identifies visible and discernable (through non-destructive means) components and elements requiring maintenance or other planned action. Inspections and assessments shall be done by architectural and engineering professionals or other equivalent facility assessment professionals, such as building surveyors,
utilizing the UNIFORMAT II Elemental Classification for Building Specifications, Cost
Estimating and Cost Analysis, as used in American Society for Testing and Materials (ASTM) Facility Assessment Standards as modified to match the City of Palo Alto’s asset hierarchy per Appendix B (Classification of Building Elements – Modified Uniformat).
1.1 On Site Facility Condition Assessment
A. Conduct a detailed on-site facility condition assessment for each facility and infrastructure in the City of Palo Alto. The assessment should be structured and include all necessary information to assign an industry standard building system classification.
B. The on-site assessment will include entering accessible crawl spaces and attic spaces. Crawl spaces and attic spaces which have suspected environmental hazards will not be entered without approval of the City.
C. The on-site assessment will be performed using both component-level and system-level
inspection methods. The assessment team(s) will evaluate each asset to determine whether there is sufficient evidence to warrant complete replacement of the system, or if repairing only portions of the system is preferable or more cost effective.
D. Example: Assessment may indicate the need to replace all the windows in a facility,
instead of repairing various windows throughout the facility; or that electrical capacity needs to be increased to meet the current and anticipated future needs at a facility. E. The following minimum assessments will be accomplished:
a. Identify all maintenance, repair, and replacement requirements including recommendations for green or more efficient operations. b. Recommend upgrades and improvements where applicable, considering
efficiency and environmental improvements.
c. Assess real property such as buildings, structures, and utilities and their integral components/systems.
DocuSign Envelope ID: ED9D1343-8AE1-4A99-ACB6-FD880D91CB27
Professional Services Rev. Dec.15, 2020 Page 16 of 38
d. Perform a thorough visual assessment of all architectural, civil/structural, mechanical, electrical, fire, plumbing, and sewer components/systems of each facility.
e. Identify and report all civil, structural, roofs, mechanical and electrical deficiencies and recommended upgrades and improvements. f. Identify and immediately report to the City components or situations that are
considered urgent (endangering life and/property).
g. Document the assessment with high resolution images related to the infrastructure conditions and improvements needed pertaining to catch-up or keep-up work.
1.2 This facility condition assessment will focus on the following asset hierarchical system order matching the asset systems in Maintenance Connection (a City of Palo Alto software system).
1. ADA Systems (ADA): This system includes accessible ramps, doors, sidewalks,
bathroom stalls, ingress/egress, handicapped accessibility, compatibility, codes and regulations. The ADA systems have been identified in 2019 through the City of Palo Alto’s ADA Transition Plan cost analysis and replacement recommendations. The Consultant will not assess ADA Systems, but shall incorporate the findings from the
ADA Transition Plan into the assessment of each City facility.
2. Electrical Systems (ES): This system contains all exterior and interior lighting, fuse panels/boxes, GFCI, power sources, conduit, wiring, electric base board heaters, light posts, emergency generators and solar systems.
3. Exterior Envelope Systems (EE): This system consists of doors, roll up doors, windows, siding, keys and locks, and all exterior surface coatings. 4. Fire and Life Safety Systems (FLS): This system includes emergency egress lighting,
fire extinguishers, fire suppression systems, defib units, fire axes, safety signage,
smoke and CO2 alarms/detectors. 5. Interior Systems (IS): This system includes flooring, interior doors, keys and locks, some interior partitioned windows, interior walls, ceilings and furniture.
6. Mechanical Systems (ME): This system pertains to all HVAC related equipment, air compressors, hot water tanks, exhaust, fans, vents and heating. 7. Other Systems (OT-B): This system includes rodent control, general cleanliness issues,
porta potties and other unforeseen items that cannot be classified into the other systems
DocuSign Envelope ID: ED9D1343-8AE1-4A99-ACB6-FD880D91CB27
Professional Services Rev. Dec.15, 2020 Page 17 of 38
8. Plumbing Systems (PL): This system includes all piping pertaining to plumbing fixtures, supply lines, all bathroom fixtures including sinks, toilets, urinals, faucets and drinking fountains.
9. Roofing Systems (R): This system includes sub roofing, roof coatings, sheet metal
edging, roof penetrations, roof structures, dormers and all gutters. 10. Site Work Systems (SW): This system involves everything outside and surrounding the building as a means of access, including utilities, sidewalks, signage, fencing,
irrigation, storm water, retaining walls, sanitary sewer/drainage systems, erosion
control, landscaping, and lighting systems. 11. Structural Systems (SS): foundations, basements, slabs, framing, steel columns, rafters and beams.
12. Conveyor Systems (CS): This system includes elevators, library book deposit systems, dumbwaiters. 1.3 Inventory and asset tag all maintainable equipment and systems with barcodes within each
building sorted by the asset hierarchical order. This needs to be performed to verify the
assets in Maintenance Connection are accurately entered into the system. The data collected will be uploaded into the bulk upload template for Maintenance Connection for all inventoried assets per the locations as listed on Facility list:
1. Equipment Type
2. Location 3. Function and area served 4. Manufacturer 5. Model Number
6. Serial Number
7. Capacity if applicable 8. Estimated remaining life 9. Cost to replace or repair
1.4 Maintainable equipment includes but is not limited to the following types of items:
1. Boilers 2. Chillers 3. Cooling Towers
4. Package HVAC Units
5. Major Exhaust Equipment 6. Hot Water Heaters (electric and gas) 7. Air Handling Units and Controls 8. Commercial Overhead Doors/Sliders
9. Emergency Generators
10. Electric Vehicle Charging Stations 11. Drinking Fountains 12. Fire, Life, Safety Equipment: AED’s
DocuSign Envelope ID: ED9D1343-8AE1-4A99-ACB6-FD880D91CB27
Professional Services Rev. Dec.15, 2020 Page 18 of 38
1.5 Analysis of Facility Condition Assessment: The contractor shall evaluate, analyze and provide projections for the following areas:
1. Deficiency costs summarized by building system across all facilities.
2. Deficiency costs summarized by Priority across all facilities. 3. Deficiency costs summarized by Asset Hierarchical Type across all facilities. 4. Deficiency costs summarized by Category type across all facilities. 5. Calculation of the Facility Condition Index (FCI) for each facility.
6. Multi-year annual expenditure forecast for each facility.
1.6 The contractor shall develop a thirty-year expenditure plan, which is a schedule of all capital expenditures and actions required to maintain and repair facilities, including projects developed during the analysis of facility condition information, unconstrained by
available funding limitations.
1.7 Deficiency Priorities: Each deficiency and project shall include the following decision-making classifications prioritizing each action according to its criticality and classification type:
Priority 1 Currently Critical: A corrective action plan is needed. Conditions in this category require immediate action to: • Correct a cited safety hazard • Stop accelerated deterioration
• Return a facility or equipment to operation
Priority 2 Potentially Critical: A corrective action plan is needed. Conditions in this category, if not corrected expeditiously, will become critical within a year. Situations within this category include:
• Intermittent operations
• Rapid deterioration • Potential life safety hazards Priority 3 Necessary - Not yet critical: Conditions in this category require appropriate
attention to preclude deterioration or potential downtime and the associated damage or
higher costs if deferred further. Priority 4 Recommended: Conditions in this category include items that represent a sensible improvement to existing conditions. These are not required for the most basic
function of the facility.
Priority 5 Appearance: Conditions in this category include finishes that have deteriorated and are required to maintain the required aesthetic standards.
Priority 6 Does Not Meet Current Codes/Standards - “Grandfathered”: Conditions in this
category include items that do not conform to existing code, but are “grandfathered” in their condition. No action is required at this time, but should substantial work be undertaken in contiguous areas, certain existing conditions may require correction to
DocuSign Envelope ID: ED9D1343-8AE1-4A99-ACB6-FD880D91CB27
Professional Services Rev. Dec.15, 2020 Page 19 of 38
comply with current code standards. 1.8 Each deficiency identified in the assessment shall be classified in the following:
Category 1 – Security/Safety: When a system requires replacement due to a security or
safety risk. Category 2 - Scheduled Maintenance (Keep-Up): Maintenance that is planned and performed on a routine basis to preserve the condition.
Category 3 - Deferred Maintenance (Catch-Up): Maintenance that was not performed when it was scheduled or is past its useful life resulting in immediate repair or replacement. Category 4 - Capital Renewal (New): Planned replacement of building systems that have
reached the end of their useful life.
Category 5 - Energy & Sustainability: When the repair or replacement of equipment or systems are recommended to improve energy and sustainability performance.
1.9 Facility Condition Assessment Report: Using the data collected during the on-site facility
condition assessment and analysis phase, the contractor shall provide a separate comprehensive condition assessment report for each facility. The reports shall contain the following minimum information:
a. Capital requirement costs summarized by building system across all facilities.
b. Capital requirement costs summarized by Priority across all facilities. c. Capital Requirement costs summarized by Category type across all facilities.
d. Multi-year annual expenditure forecast for each facility. e. A detailed description of building assets and equipment detailing the observed condition and deficiency cause providing recommendations to correct the
deficiency
f. A list of the information provided and collected for each asset, such as equipment type, manufacturer, model number, serial number, capacity and year installed.
g. Digital photographs for each facility and each piece of equipment inventoried.
Exterior photographs will be used for identification and documentation of structural problems, major deficiencies or special conditions. Interior photographs will be used to document critical or unusual conditions. Photographs will be used to explain and/or justify the prioritization of corrective actions.
h. A schedule of annual forecast expenditures itemizing each deficiency against each asset classification of the total cost for the actions required to correct the deficiencies for each facility by building system.
DocuSign Envelope ID: ED9D1343-8AE1-4A99-ACB6-FD880D91CB27
Professional Services Rev. Dec.15, 2020 Page 20 of 38
1.10 Review existing facility condition data, including information provided in the following reports (uploaded to Planet Bids under separate cover): 1) Kitchell Assessment 2009 APWA 40.4
2) Catch-Up Work, Capital Maintenance Report (FY2021)
3) Keep-Up Work, Capital Maintenance Report (25 years) 4) CIP Cost Tracking Report 1.11 Evaluate and document physical conditions, asset effective age, code related deficiencies,
estimated remaining service life and determine corrective measures for facilities.
1.12 Provide detailed high-resolution photos of deferred maintenance, such that they are stored and named in a manner that matches the unique identification system as used in Maintenance Connection.
1.13 Prepare preventive maintenance recommendations for facilities. 1.14 Provide budget estimates for all recommended corrective and preventative maintenance measures.
1.15 Provide projected schedule for the completion of all recommended corrective and preventative maintenance measures. 1.16 Deliver electronic and hard copy report with findings and recommendations
1.17 Provide a detailed asset inventory and condition analysis of all major Mechanical, Electrical and Plumbing elements (e.g. size, age, condition, capacity). During the inventory process, the assets shall be tagged with barcodes, for use with Maintenance Connection.
1.18 Provide a detailed summary of the energy efficiency of all gas burning equipment in
comparison to the existing building electrical capacity. Current energy consumption per facility will be provided by Staff. 1.19 Special Conditions and Exclusions: Generally, and unless otherwise noted as additional
services in the contract:
a. The Facilities Condition Assessment shall not include scientific equipment, furniture or moveable equipment.
b. The Facilities Condition Assessment shall not include Americans with Disability Act
requirements (ADA), as that was assessed previously. c. The Facilities Condition Assessment shall not include asbestos inspection.
d. The Consultant must conduct ALL work of the Facilities Condition Assessment in a
manner that is sensitive to the operations, activities and needs of the City of Palo Alto’s staff and occupants.
DocuSign Envelope ID: ED9D1343-8AE1-4A99-ACB6-FD880D91CB27
Professional Services Rev. Dec.15, 2020 Page 21 of 38
e. The Facilities Condition Assessment will not require any digging, demolition, disassembly or special testing equipment. f. If required, the Consultant’s FCA team shall be able to lift ceiling tiles, open access
doors or move building components in order to perform the Work. All items that are
opened or moved must be returned immediately to its original condition without damage upon completion of the inspection. Task 2 Electrification Assessment (EA) and Planning
2.1 Evaluate and document physical conditions, each asset’s effective age and estimated remaining lifespans of gas burning assets. 2.2 Evaluate information provided by City on current natural gas usage for each facility.
2.3 For each facility, evaluate and propose energy efficient electric equipment as replacement for current natural gas equipment, including estimating the anticipated electricity usage. 2.4 For each facility, evaluate the existing electrical systems and capacity to determine any
necessary upgrade to support electrification.
2.5 For each facility, determine recommended locations for new electrical equipment and identify any space or structural constraints and any required improvements (e.g. rooftop heat pump equipment may exceed allowable structural loading and require retrofit).
2.6 Using information gathered and summarized from 2.1 through 2.5, develop a plan for electrification that results in an 80 percent reduction in natural gas usage at City facilities by 2030, including the following for each facility:
a. Electrical equipment types recommended
b. Electrical capacity and any necessary upgrades c. Any structural upgrades necessary d. Natural gas usage reduction for each facility (Therms/Year) e. Cost estimate for equipment, installation, and other costs such as electric and/or
structural upgrades needed to support electrification
f. Operating cost impacts including change in energy costs and maintenance impacts g. Incremental capital cost of electrification in comparison to “business as usual” replacement of existing systems at their end-of-life
Task 3 Capital Planning Software (also referred to in this Agreement at the “SAAS”) 3.1 In performing the Services, the Consultant will utilize, and provide access to the City and its Authorized Users to utilize, Brightly software (formerly Dude Solutions), a capital
planning cloud-based software-as-a-service (also referred to in this Agreement as the
“SAAS”) provided by Consultant from its subcontractor, Brightly (formerly Dude Solutions, Inc.). This software will meet the needs of the Facility Condition Assessment (FCA), the Electrification Assessment (EA), and other services detailed in this Scope of
DocuSign Envelope ID: ED9D1343-8AE1-4A99-ACB6-FD880D91CB27
Professional Services Rev. Dec.15, 2020 Page 22 of 38
Services. This software combines all the data and analysis included in this Scope of Services in all phases of this project and the software shall be able to: a. Ensure estimate accuracy with industry cost and benchmarking data, such as RS
Means®, BCIS, and BOMA to ensure reliable cost projections for deferred
maintenance and systems renewal. b. Will employ multiple cost sources within the software, including third-party solutions and your own cost estimation data.
c. Will streamline cost estimation with a library of building and system model templates to estimate the cost of capital asset renewal and replacement. d. Will estimate system renewal costs and timelines based on both observed condition and
asset age.
e. Will forecast long-term costs and explore the impact of different spending levels on facility conditions.
f. Will create multi-year budgets based on organization-wide priorities and strategies.
g. Will develop multiple ranking strategies for different types of assets and compare various budget scenarios, including baseline, deep energy retrofit, and conventional energy retrofit.
h. Will evaluate different project scenarios and develop cost-effective capital projects from prioritized capital needs and from prioritized sustainability goals of the City of Palo Alto.
i. Will benchmark progress using industry - standard benchmarks, such as the Facility
Condition Index (FCI), Extended Facility Condition Index (EFCI), Facility Needs Index (FNI) and to compare assets across a portfolio or against industry standards. j. Will evaluate and prioritize green options by incorporating sustainability requirements
into long-term capital plans that meet the needs of the City of Palo Alto’s Electrification
and SIP goals. k. The Consultant will provide an integration between the Capital Planning Software and Maintenance Connection, the City of Palo Alto’s Infrastructure Management System.
The City of Palo Alto may choose to pass one or more Capital Requirements (deficiencies) from the Capital Planning Software to Maintenance Connection to create an associated Work Order. While the Work Order is being executed and completed, the Capital Planning Software will be updated with the work order status and cost. When
the Work Order is closed in Maintenance Connection, the Capital Requirement
(deficiency) in the Capital Planning Software will be closed, and the FCI will be updated, if applicable.
DocuSign Envelope ID: ED9D1343-8AE1-4A99-ACB6-FD880D91CB27
Professional Services Rev. Dec.15, 2020 Page 23 of 38
3.2 Discovery Workshop: The Consultant will conduct a discovery workshop to assist the City of Palo Alto in determining whether additional software functionality is required. The Consultant will provide recommendations and estimated additional costs for the additional software functionality as a deliverable of the workshop. If City will add any such additional
software functionality and if such added functionality will be at an added cost to the City,
the Parties shall either add such functionalities and costs pursuant to a Task Order as detailed in Section 4 (Not to Exceed Compensation) of this Agreement, or pursuant to a written amendment to this Agreement in accordance with Section 29.4 herein.
3.3 The Consultant will provide onsite training of City staff to sufficiently utilize the software
and to provide annual Services. 3.4 Pursuant to this Agreement, included as a part of the Services at no additional cost, Consultant will provide access to and use of the software for City and its Authorized Users,
including:
i) Annual licensing to access and use the software ii) Annual support for the software iii) Annual maintenance and updates for the software
3.5 At the conclusion of this Agreement, the City may choose to enter into a software-as-a-
service (SaaS) contract with Brightly (formerly Dude Solutions) for continued access to the software if the City chooses. 3.5 Acceptance Testing
i. The City anticipates performing formal acceptance testing of all deliverables
obtained from Consultant. This acceptance testing will begin upon formal written
notification from Consultant to the City that a deliverable has been completed and
is ready for testing. Upon receipt of this notification, the City will have fifteen (15)
days in which to complete the acceptance testing for the FCA, EFCI, FNI, FNI(e)
and all reports deliverables in section 4.0.
ii. In the event the City determines that a deliverable does not meet the requirements
as defined in the contract documents and project documentation, the City will notify
Consultant of such in writing, at which time acceptance for that specific deliverable
will be suspended. Brightly (formerly Dude Solutions, Inc.) will then have thirty
(30) days to satisfy the deficiency, at which time a new acceptance testing period
for that deliverable will be available for the City to review the corrections to said
deliverable.
Task 4 Deliverables
4.1 Facilities Condition Assessment Report (FCAR) Outline: The Outline and contents of the Facilities Condition Assessment Report (FCAR) shall be as follows.
A. FCAR Cover Sheet: Provide a Cover Sheet that identifies the Facilities Condition
Assessment Report, including:
DocuSign Envelope ID: ED9D1343-8AE1-4A99-ACB6-FD880D91CB27
Professional Services Rev. Dec.15, 2020 Page 24 of 38
i. Facilities Condition Assessment Report (Title) ii. Photo of facility (Satellite or Elevation) iii. Institution’s Name
iv. Name of project, Address (City-State-Zip Code)
v. Current Date of Report vi. FCA Vendor Information (Name, Address, Telephone Number, Preparer) B. Table of Contents: Provide a Table of Contents that includes all components of the
Facilities Condition Assessment Report.
C. Executive Report Cover Sheet: Provide a Cover Sheet for the Executive Report that includes: i. Division I - Executive Report
ii. City of Palo Alto
iii. Name of project, Address (City-State-Zip Code) iv. Current Date of Report v. FCAS Vendor Information (Name, Address, Telephone Number, Preparer vi. Elevation Photo of each facility
D. Executive Report per Facility a) The Executive Report of the Facilities Condition Assessment Report is for the City of Palo Alto. It shall be in accordance with the “Facilities Condition Assessment Report
Template”. The information, data and metrics shown in the template are not factual
and are for reference only. The Consultant must not deviate from the template’s outline, category, exhibits and appendices. b) The Executive Report shall be a summary of the Facilities Condition Assessment that
includes observations, results and conclusions that describe the current physical
condition of the facility, identify and prioritize the critical deficiencies, recommend corrective action, estimate associated costs and provide other relevant data and metrics pertaining to the facility.
c) The Executive Report shall contain information that is accurate, useful and reliable in
order to aid the City of Palo Alto in the forecasting, planning and budgeting the repairs, replacements and maintenance needs for the facility for the next thirty (30) years at a minimum.
d) The Executive Report shall describe the level of maintenance and custodial care of
the facility according to the Public Works facility Project managers reports. e) An individualized chart per facility that plots FCI and EFCI versus Building age, that highlights the area to show the “extended Life of a building” by plotting:
1. Facility condition without scheduled maintenance. 2. Facility condition with the scheduled maintenance in the report. 3. An FCI or EFCI of .9 indicates building replacement is needed.
DocuSign Envelope ID: ED9D1343-8AE1-4A99-ACB6-FD880D91CB27
Professional Services Rev. Dec.15, 2020 Page 25 of 38
f) The outline for the Executive Report shall be as follows: 1. General Description: Provide a narrative containing the facility’s name,
location, type, square footage, use, age, other attributes and pertinent and
historical information describing the facility. 2. General Physical Condition: Provide the overall condition of the facility components and systems describing any Capital improvement and
Maintenance critical needs with an estimated cost of repairs and replacements
for the next thirty years. 3. Priorities 1 And 2 Needs: Identify and describe all critical Priority 1 & 2 deficiencies, provide corrective actions and associated estimate of costs.
4. Recommendation for Additional Investigations: Identify any facility component or system that the Field Inspector observes may cause concern regarding the soundness of the structure, the systems, and/or threats to the overall health and safety of the occupants, if left uncorrected. and for those
that would be improvements through Sustainable methods.
5. Recent Capital Improvements: Describe any recent capital improvements including the year and associated costs as provided by City staff.
6. Current Replacement Value (CRV): Provide current replacement value of the
property or facility using one of the accepted methods for calculating the value. 7. Exhibits: Fully complete the following exhibits. Do not modify exhibits.
i. Exhibit A Facility Information Form
ii. Exhibit B List of Deficiencies – By Priority & Building Components iii. Exhibit C-1 30-Year Projected CIP Expenses – By Year and/or 5 year increments out 30 years iv. Exhibit C-2 30-Year Projected Maintenance & Other Expenses – By Year
and/or 5 year increments out 30 years
v. Exhibit D Recommendations for Additional Investigations vi. Exhibit E Special Reports (If Applicable) Appendices: Fully complete 8. Appendix A (Facility List) for all recommended CIP Expenses and Appendix
B for all recommended Maintenance and Other Expenses (OE) for the next 30
years. Provide estimates of costs for each recommended item. Provide Special Reports for applicable items. i. Appendix A 30-Year Projected CIP Expenses ii. Appendix B 30-Year Cost Projected Maintenance & Other Expenses
9. Provide the calculated FCI, EFCI and FNI for each facility. 10. Include photos of all Level 3 and Level 4 UNIFORMAT II deficiencies per
DocuSign Envelope ID: ED9D1343-8AE1-4A99-ACB6-FD880D91CB27
Professional Services Rev. Dec.15, 2020 Page 26 of 38
facility. E. Executive Summary Report for all Facilities
1. Provide a detailed summary report for all facilities per 4.1.D above, that is sorted and
summarized by: a. Asset Hierarchy per 1.2 above. b. Building type as utilized in the CRV calculations c. Per the condition index scores: FCI, EFCI and FNI
2. A summary table of FCI, age of building, remaining service life (years) with no maintenance and extended service life (years) with “catch-up” and “keep-up”. F. Electrification Assessment Report
1. Scenario 1: Schedule and cost estimates for electrification of City facilities to achieve at least an 80 percent reduction in current natural gas usage by 2030. This assessment will provide a scheduled cost estimate and a timeline of what facilities this electrification must occur at to achieve the goals of the SCAP per this scenario.
2. Scenario 2: Schedule and cost estimates for electrification of City facilities to achieve at least a 40 percent reduction in current natural gas usage by 2030 and a 80 percent reduction in current natural gas usage by 2040. This assessment will provide a scheduled cost estimate and a timeline of what facilities this electrification must occur
at to achieve the goals of the SCAP per this scenario.
3. A report of each facility detailing current gas burning assets: (i) Electrical equipment types recommended (ii) Electrical capacity and any necessary upgrades
(iii) Any structural upgrades necessary
(iv) Natural gas usage reduction for each facility (Therms/Year) (v) Cost estimate for equipment, installation, and other costs such as electric and/or structural upgrades needed to support electrification (vi) Operating cost impacts including change in energy costs and maintenance
impacts
(vii) Incremental capital cost of electrification in comparison to “business as usual” replacement of existing systems at their end-of-life
DocuSign Envelope ID: ED9D1343-8AE1-4A99-ACB6-FD880D91CB27
Professional Services Rev. Dec.15, 2020 Page 27 of 38
EXHIBIT A-1 PROFESSIONAL SERVICES TASK ORDER CONSULTANT shall perform the Services detailed below in accordance with all the terms and conditions
of the Agreement referenced in Item 1A below. All exhibits referenced in Item 8 are incorporated into this Task Order by this reference. CONSULTANT shall furnish the necessary facilities, professional, technical and supporting personnel required by this Task Order as described below.
CONTRACT NO. OR PURCHASE ORDER REQUISITION NO. (AS APPLICABLE) 1A. MASTER AGREEMENT NO. (MAY BE SAME AS CONTRACT / P.O. NO. ABOVE): 1B. TASK ORDER NO.: 2. CONSULTANT NAME: 3. PERIOD OF PERFORMANCE: START: COMPLETION: 4 TOTAL TASK ORDER PRICE: $__________________ BALANCE REMAINING IN MASTER AGREEMENT/CONTRACT $_______________ 5. BUDGET CODE_______________ COST CENTER________________ COST ELEMENT______________ WBS/CIP__________ PHASE__________ 6. CITY PROJECT MANAGER’S NAME & DEPARTMENT:_____________________________________ 7. DESCRIPTION OF SCOPE OF SERVICES (Attachment A) MUST INCLUDE:
SERVICES AND DELIVERABLES TO BE PROVIDED
SCHEDULE OF PERFORMANCE
MAXIMUM COMPENSATION AMOUNT AND RATE SCHEDULE (as applicable)
REIMBURSABLE EXPENSES, if any (with “not to exceed” amount) 8. ATTACHMENTS: A: Task Order Scope of Services B (if any): _____________________________
I hereby authorize the performance of the work described in this Task Order. APPROVED: CITY OF PALO ALTO BY:____________________________________ Name __________________________________ Title___________________________________ Date ___________________________________
I hereby acknowledge receipt and acceptance of this Task Order and warrant that I have authority to sign on behalf of Consultant. APPROVED: COMPANY NAME: ______________________ BY:____________________________________ Name __________________________________ Title___________________________________ Date ___________________________________
DocuSign Envelope ID: ED9D1343-8AE1-4A99-ACB6-FD880D91CB27
Professional Services Rev. Dec.15, 2020 Page 28 of 38
EXHIBIT B SCHEDULE OF PERFORMANCE CONSULTANT shall perform the Services so as to complete each milestone within the number of
days/weeks specified in the table below. The time to complete each milestone may be increased or decreased by mutual written agreement of the Project Managers for CONSULTANT and CITY so long as all work is completed within the term of the Agreement. CONSULTANT shall provide a detailed schedule of work consistent with the schedule below within 2 weeks of receipt of the notice to proceed (“NTP”) from the CITY.
Milestones Correlation to Exhibit A (Scope
of Services)
Completion No. of Days from NTP
1. Consultant will work with the Client’s designated Project Manager to facilitate a Kick-Off Meeting and prepare themselves and the Client’s project team for data gathering and the upcoming workshop activities.
Task 1.1 – 2.6 20 days
2. Kick-off Meeting and selection of Pilot Project building Task 1.1 – 2.6 40 days
3. Pre workshop Preparation: Data gathering and review for workshop, review of ADA Transition plan, decision support processes, capital plans, capital work reports, assessment reports, and other information that will be beneficial to the project outcomes. Software installation requirements will be reviewed during the Kick-Off meeting, and access to DSI online Capital Predictor Enterprise resources will be provided.
Task 1.1 – 2.6 70 Days
4. Assessment of Pilot Project Building for both Facility Condition Assessment and Electrification Assessment Task 1.1 – 2.6 100 Days
5. Pilot Project Draft Report of Deliverables for FCA and EA Task 1.1 -4.1 120 Days
6. Pilot Project Final Approval Task 1.1 -4.1 130 Days
7. Full Assessment of all Buildings, for Facility Condition Assessment scope Task 1.1 – 1.19 180 Days
8. Full Assessment of all buildings per Electrification Assessment Scope Task 2.1 – 2.6 190 Days
9. Asset Inventory Report and Asset Tagging Task 1.1 – 1.19 220 Days
10. Draft final report of Facility Condition Assessment and electrification
assessment Task 4.1 250 Days
11. Lifecycle Model Training and Model Building Workshop using Brightly (formerly Dude Solutions) capital predictor software Task 3.1 – 3.5 275 Days
12. Final report of Facility Condition Assessment and electrification assessment Task 4.1 300 Days
13. Consultant to provide final report for Council Task 1.1 – 4.1 360 Days
Optional Schedule of Performance Provision for On-Call or Additional Services Agreements. (This provision only applies if checked and only applies to on-call agreements per Section 1 or agreements with Additional Services per Section 4.) The schedule of performance shall be as provided in the approved Task Order, as detailed in Section 1 (Scope of Services) in the case of on-call Services, or as detailed in Section 4 in the case of Additional Services, provided in all cases that the schedule of performance shall fall within the term as provided in
Section 2 (Term) of this Agreement.
DocuSign Envelope ID: ED9D1343-8AE1-4A99-ACB6-FD880D91CB27
Professional Services Rev. Dec.15, 2020 Page 29 of 38
EXHIBIT C COMPENSATION CITY agrees to compensate CONSULTANT for Services performed in accordance with the terms
and conditions of this Agreement, and as set forth in the budget schedule below. Compensation
shall be calculated based on the rate schedule attached as Exhibit C-1 up to the not to exceed budget amount for each task set forth below. CITY’s Project Manager may approve in writing the transfer of budget amounts between any of
the tasks or categories listed below, provided that the total compensation for the Services,
including any specified reimbursable expenses, and the total compensation for Additional Services (if any, per Section 4 of the Agreement) do not exceed the amounts set forth in Section 4 of this Agreement.
CONSULTANT agrees to complete all Services, any specified reimbursable expenses, and
Additional Services (if any, per Section 4), within this/these amount(s). Any work performed or expenses incurred for which payment would result in a total exceeding the maximum amount of compensation set forth in this Agreement shall be at no cost to the CITY.
BUDGET SCHEDULE
TASK Correlation to Exhibit A (Scope of Services)
NOT TO EXCEED AMOUNT
Facility Condition Assessment and Report
Pilot Program: CONSULTANT will perform an assessment of a single building and prepare a written Draft Report for review that meets the scope of work for both the FCA and EA. Task 1.1 – 2.6 $30,000.00
CONSULTANT Assessment Team will conduct a walk-through survey of all facilities and site to observe systems and components, identify physical deficiencies, and formulate recommendations to remedy the physical deficiencies, perform inventory and barcoding per the scope of work.
Task 1.1 – 2.6 $111,889.00
Delivery of all Facility Condition Assessment reports per the scope of work. Task 4.1 $100,000.00
Electrification Assessment and Planning
Perform the electrification assessment and planning at the facilities with
GHG consuming equipment per the scope of work. Task 2.1 – 2.6 $30,000.00
Delivery of the Electrification Assessment reports per the scope of work. Task 4.1 $22,940.00
Capital Planning Software
Consultant use of CPS per Exhibit A (Scope of Services) Task 3.1 - 3.5 $19,400.00
Year 1: Prorated license fee (11/1/22-6/30/22) Task 3.1 – 3.5 $12,843.00
Subtotal for Services $327,072.00
Reimbursable Expenses (if any) $0
Total for Services and Reimbursable Expenses $327,072.00
Additional Services (if any per Section 4) $32,707.00
Maximum Total Compensation $359,779.00
DocuSign Envelope ID: ED9D1343-8AE1-4A99-ACB6-FD880D91CB27
Professional Services Rev. Dec.15, 2020 Page 30 of 38
REIMBURSABLE EXPENSES CONSULTANT’S ordinary business expenses, such as administrative, overhead,
administrative support time/overtime, information systems, software and hardware,
photocopying, telecommunications (telephone, internet), in-house printing, insurance and other ordinary business expenses, are included within the scope of payment for Services and are not reimbursable expenses hereunder.
Reimbursable expenses, if any are specified as reimbursable under this section, will be
reimbursed at actual cost. The expenses (by type, e.g. travel) for which CONSULTANT will be reimbursed are: NONE up to the not-to-exceed amount of: $0.00. EXHIBIT C-1
SCHEDULE OF RATES
CONSULTANT’s schedule of rates is as follows:
Team Role Hourly Rate
Project Executive $ 175.00
Program Manager $ 135.00
Project Manager I/Assessor $ 115.00
Project Manager II/Assessor/CASp $ 125.00
Quality Control Manager $ 135.00
Technical Report Reviewer $ 105.00
Administrative $ 60.00
DocuSign Envelope ID: ED9D1343-8AE1-4A99-ACB6-FD880D91CB27
Professional Services Rev. Dec.15, 2020 Page 31 of 38
EXHIBIT D INSURANCE REQUIREMENTS
CONSULTANTS TO THE CITY OF PALO ALTO (CITY), AT THEIR SOLE EXPENSE, SHALL FOR THE TERM OF THE CONTRACT OBTAIN AND MAINTAIN INSURANCE IN THE AMOUNTS FOR THE COVERAGE SPECIFIED BELOW, AFFORDED BY COMPANIES WITH AM BEST’S KEY RATING OF A-:VII, OR HIGHER, LICENSED OR AUTHORIZED TO TRANSACT INSURANCE BUSINESS IN THE STATE OF CALIFORNIA. AWARD IS CONTINGENT ON COMPLIANCE WITH CITY’S INSURANCE REQUIREMENTS AS SPECIFIED HEREIN.
REQUIRED TYPE OF COVERAGE REQUIREMENT
MINIMUM LIMITS
EACH OCCURRENCE AGGREGATE
YES YES
WORKER’S COMPENSATION EMPLOYER’S LIABILITY STATUTORY STATUTORY
YES GENERAL LIABILITY, INCLUDING PERSONAL INJURY, BROAD FORM PROPERTY DAMAGE BLANKET CONTRACTUAL, AND FIRE LEGAL LIABILITY
BODILY INJURY PROPERTY DAMAGE BODILY INJURY & PROPERTY DAMAGE COMBINED.
$1,000,000 $1,000,000 $1,000,000
$1,000,000 $1,000,000 $1,000,000
YES AUTOMOBILE LIABILITY, INCLUDING ALL OWNED, HIRED, NON-OWNED
BODILY INJURY - EACH PERSON - EACH OCCURRENCE PROPERTY DAMAGE BODILY INJURY AND PROPERTY DAMAGE, COMBINED
$1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000
$1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000
YES
TECHNOLOGY ERRORS AND OMISSIONS LIABILITY COVERAGE. THE POLICY SHALL AT A MINIMUM COVER PROFESSIONAL MISCONDUCT OR LACK OF REQUISITE SKILL FOR THE PERFORMANCE OF SERVICES DEFINED IN THE CONTRACT AND SHALL ALSO PROVIDE COVERAGE FOR THE FOLLOWING RISKS: (i) NETWORK SECURITY LIABILITYARISING FROM UNAUTHORIZED ACCESS TO, USE OF, OR TAMPERING WITH COMPUTERS OR COMPUTER SYSTEMS, INCLUDING HACKERS, EXTORTION, AND (ii) LIABILITY ARISING FROM INTRODUCTION OF ANY FORM OF MALICIOUS SOFTWARE INCLUDING COMPUTER VIRUSES INTO, OR OTHERWISE CAUSING DAMAGE TO THE CITY’S OR THIRD PERSON’S COMPUTER, COMPUTER SYSTEM, NETWORK, OR SIMILAR COMPUTER RELATED PROPERTY AND THE DATA, SOFTWARE AND PROGRAMS THEREON. CONTRACTOR SHALL MAINTAIN IN FORCE DURING THE FULL LIFE OF THE CONTRACT. THE POLICY SHALL PROVIDE COVERAGE FOR BREACH RESPONSE COSTS AS WELL AS REGULATORY FINES AND PENALTIES AS WELL AS CREDIT MONITORING EXPENSES WITH LIMITS SUFFICIENT TO RESPOND TO THESE OBLIGATIONS.
ALL DAMAGES $2,000,000 $2,000,000
DocuSign Envelope ID: ED9D1343-8AE1-4A99-ACB6-FD880D91CB27
Professional Services Rev. Dec.15, 2020 Page 32 of 38
YES
CYBER AND PRIVACY INSURANCE. SUCH INSURANCE SHALL INCLUDE COVERAGE FOR LIABILITY ARISING FROM COVERAGE IN AN AMOUNT SUFFICIENT TO COVER THE FULL REPLACEMENT VALUE OF DAMAGE TO, ALTERATION OF, LOSS OF, THEFT, DISSEMINATION OR DESTRUCTION OF ELECTRONIC DATA AND/OR USE OF CONFIDENTIAL INFORMATION, “PROPERTY” OF THE CITY OF PALO ALTO THAT WILL BE IN THE CARE, CUSTODY, OR CONTROL OF VENDOR, INFORMATION INCLUDING BUT NOT LIMITED TO, BANK AND CREDIT CARD ACCOUNT INFORMATION OR PERSONAL INFORMATION, SUCH AS NAME, ADDRESS, SOCIAL SECURITY NUMBERS, PROTECTED HEALTH INFORMATION OR OTHER PERSONAL IDENTIFICATION INFORMATION, STORED OR TRAMSITTED IN ELECTRONIC FORM.
ALL DAMAGES $2,000,000 $2,000,000
NO PROFESSIONAL LIABILITY, INCLUDING, ERRORS AND OMISSIONS, MALPRACTICE (WHEN APPLICABLE), AND NEGLIGENT PERFORMANCE
ALL DAMAGES $1,000,000
YES THE CITY OF PALO ALTO IS TO BE NAMED AS AN ADDITIONAL INSURED: CONTRACTOR, AT ITS SOLE COST AND EXPENSE, SHALL OBTAIN AND MAINTAIN, IN FULL FORCE AND EFFECT THROUGHOUT THE ENTIRE TERM OF ANY RESULTANT AGREEMENT, THE INSURANCE COVERAGE HEREIN DESCRIBED, INSURING NOT ONLY CONTRACTOR AND ITS SUBCONTRACTORS, IF ANY, BUT ALSO, WITH THE EXCEPTION OF WORKERS’ COMPENSATION, EMPLOYER’S LIABILITY AND PROFESSIONAL INSURANCE, NAMING AS ADDITIONAL INSUREDS CITY, ITS COUNCIL MEMBERS, OFFICERS, AGENTS, AND EMPLOYEES. I. INSURANCE COVERAGE MUST INCLUDE:
A. A CONTRACTUAL LIABILITY ENDORSEMENT PROVIDING INSURANCE COVERAGE FOR CONSULTANT’S AGREEMENT TO INDEMNIFY CITY. II. THE CONSULTANT MUST SUBMIT CERTIFICATES(S) OF INSURANCE EVIDENCING REQUIRED COVERAGE AT THE FOLLOWING URL: HTTPS://WWW.PLANETBIDS.COM/PORTAL/PORTAL.CFM?COMPANYID=25569 III. ENDORSEMENT PROVISIONS WITH RESPECT TO THE INSURANCE AFFORDED TO ADDITIONAL INSUREDS: A. PRIMARY COVERAGE WITH RESPECT TO CLAIMS ARISING OUT OF THE OPERATIONS OF THE NAMED INSURED, INSURANCE AS AFFORDED BY THIS POLICY IS PRIMARY AND IS NOT ADDITIONAL TO OR CONTRIBUTING WITH ANY OTHER INSURANCE CARRIED BY OR FOR THE BENEFIT OF THE ADDITIONAL INSUREDS. B. CROSS LIABILITY
THE NAMING OF MORE THAN ONE PERSON, FIRM, OR CORPORATION AS INSUREDS UNDER THE POLICY SHALL NOT, FOR THAT REASON ALONE, EXTINGUISH ANY RIGHTS OF THE INSURED AGAINST ANOTHER, BUT THIS ENDORSEMENT, AND THE NAMING OF MULTIPLE INSUREDS, SHALL NOT INCREASE THE TOTAL LIABILITY OF THE COMPANY UNDER THIS POLICY. C. NOTICE OF CANCELLATION
DocuSign Envelope ID: ED9D1343-8AE1-4A99-ACB6-FD880D91CB27
Professional Services Rev. Dec.15, 2020 Page 33 of 38
1. IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR ANY REASON OTHER THAN THE NON-PAYMENT OF PREMIUM, THE CONSULTANT SHALL PROVIDE CITY AT LEAST A THIRTY (30) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION. 2. IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR THE NON-PAYMENT OF PREMIUM, THE CONSULTANT SHALL PROVIDE CITY AT LEAST A TEN (10) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION. EVIDENCE OF INSURANCE AND OTHER RELATED NOTICES ARE REQUIRED TO BE FILED WITH THE CITY OF PALO ALTO AT THE FOLLOWING URL: HTTPS://WWW.PLANETBIDS.COM/PORTAL/PORTAL.CFM?COMPANYID=25569 OR HTTP://WWW.CITYOFPALOALTO.ORG/GOV/DEPTS/ASD/PLANET_BIDS_HOW_TO.ASP
DocuSign Envelope ID: ED9D1343-8AE1-4A99-ACB6-FD880D91CB27
Professional Services Rev. Dec.15, 2020 Page 34 of 38
EXHIBIT E DIR REGISTRATION FOR PUBLIC WORKS CONTRACTS
This Exhibit shall apply only to a contract for public works construction, alteration, demolition,
repair or maintenance work, CITY will not accept a bid proposal from or enter into this Agreement with CONSULTANT without proof that CONSULTANT and its listed subcontractors are registered with the California Department of Industrial Relations (“DIR”) to perform public work, subject to limited exceptions. City requires CONSULTANT and its listed subcontractors, if any,
to comply with all applicable requirements of the California Labor Code including but not limited
to Labor Code Sections 1720 through 1861, and all applicable related regulations, including but not limited to Subchapter 3, Title 8 of the California Code of Regulations Section 16000 et seq., as amended from time to time. This Exhibit E applies in addition to the provisions of Section 26 (Prevailing Wages and DIR Registration for Public Works Contracts) of the Agreement.
CITY provides notice to CONSULTANT of the requirements of California Labor Code Section 1771.1(a), which reads: “A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject
to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of
any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or Section 10164 or 20103.5 of the Public Contract Code, provided the
contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract
is awarded.” This Project is subject to compliance monitoring and enforcement by DIR. All contractors must be registered with DIR per Labor Code Section 1725.5 in order to submit a bid. All subcontractors
must also be registered with DIR. No contractor or subcontractor may be awarded a contract for
public work on a public works project unless registered with DIR. Additional information regarding public works and prevailing wage requirements is available on the DIR web site (see e.g. http://www.dir.ca.gov) as amended from time to time.
CITY gives notice to CONSULTANT and its listed subcontractors that CONSULTANT is
required to post all job site notices prescribed by law or regulation. CONSULTANT shall furnish certified payroll records directly to the Labor Commissioner (DIR) in accordance with Subchapter 3, Title 8 of the California Code of Regulations Section 16461 (8
CCR Section 16461).
CITY requires CONSULTANT and its listed subcontractors to comply with the requirements of Labor Code Section 1776, including but not limited to:
Keep accurate payroll records, showing the name, address, social security number, work
classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by, respectively, CONSULTANT and its listed subcontractors, in connection with the Project.
DocuSign Envelope ID: ED9D1343-8AE1-4A99-ACB6-FD880D91CB27
Professional Services Rev. Dec.15, 2020 Page 35 of 38
The payroll records shall be verified as true and correct and shall be certified and made available for inspection at all reasonable hours at the principal office of CONSULTANT and its listed subcontractors, respectively.
At the request of CITY, acting by its Project Manager, CONSULTANT and its listed subcontractors shall make the certified payroll records available for inspection or furnished upon request to the CITY Project Manager within ten (10) days of receipt of CITY’s request.
CITY requests CONSULTANT and its listed subcontractors to submit the certified
payroll records to CITY’s Project Manager at the end of each week during the Project. If the certified payroll records are not provided as required within the 10-day period, then CONSULTANT and its listed subcontractors shall be subject to a penalty of one hundred dollars
($100.00) per calendar day, or portion thereof, for each worker, and CITY shall withhold the sum
total of penalties from the progress payment(s) then due and payable to CONSULTANT. Inform CITY’s Project Manager of the location of CONSULTANT’s and its listed subcontractors’ payroll records (street address, city and county) at the commencement of the Project, and also
provide notice to CITY’s Project Manager within five (5) business days of any change of location
of those payroll records. Eight (8) hours labor constitutes a legal day’s work. CONSULTANT shall forfeit as a penalty to CITY, $25.00 for each worker employed in the execution of the Agreement by CONSULTANT
or any subcontractor for each calendar day during which such worker is required or permitted to
work more than eight (8) hours in any one calendar day or forty (40) hours in any one calendar week in violation of the provisions of the Labor Code, and in particular, Sections 1810 through 1815 thereof, except that work performed by employees of CONSULTANT or any subcontractor in excess of eight (8) hours per day, or forty (40) hours during any one week, shall be permitted
upon compensation for all hours worked in excess of eight (8) hours per day, or forty (40) hours
per week, at not less than one and one-half (1&1/2) times the basic rate of pay, as provided in Section 1815. CONSULTANT shall secure the payment of workers’ compensation to its employees as provided
in Labor Code Sections 1860 and 3700 (Labor Code 1861). CONSULTANT shall sign and file
with the CITY a statutorily prescribed statement acknowledging its obligation to secure the payment of workers’ compensation to its employees before beginning work (Labor Code 1861). CONSULTANT shall post job site notices per regulation (Labor Code 1771.4(a)(2)).
CONSULTANT shall comply with the statutory requirements regarding employment of
apprentices including without limitation Labor Code Section 1777.5. The statutory provisions will be enforced for penalties for failure to pay prevailing wages and for failure to comply with wage and hour laws.
DocuSign Envelope ID: ED9D1343-8AE1-4A99-ACB6-FD880D91CB27
ty Document Version: V3.0 Doc:
InfoSec 110
Page 1 of 3
ATTACHMENT F
CYBERSECURITY TERMS AND
CONDITIONS
In order to assure the privacy and security of the personal information of the City's customers and people who do business with the City, including, without limitation, vendors, utility
customers, library patrons, and other individuals and companies, who are required to share such information with the City, as a condition of receiving services from the City or selling goods and services to the City, including, without limitation, the Software as a Service services provider (the "Consultant") and its subcontractors, if any, including, without limitation, any Information Technology ("IT") infrastructure services provider, shall design, install, provide, and maintain a secure IT environment, described below, while it renders and performs the Services
and furnishes goods, if any, described in the Statement of Work, Exhibit B, to the extent any scope of work implicates the confidentiality and privacy of the personal information of the City's customers. The Consultant shall fulfill the data and information security requirements (the "Requirements") set forth in Part A below.
A "secure IT environment" includes (a) the IT infrastructure, by which the Services are provided to the City, including connection to the City's IT systems; (b) the Consultant's operations and maintenance processes needed to support the environment, including disaster recovery and business continuity planning; and (c) the IT infrastructure performance monitoring services to ensure a secure and reliable environment and service availability to the City. "IT infrastructure" refers to the integrated framework, including, without limitation, data centers, computers, and database management devices, upon which digital networks operate.
In the event that, after the Effective Date, the Consultant reasonably determines that it cannot
fulfill the Requirements, the Consultant shall promptly inform the City of its determination and submit, in writing, one or more alternate countermeasure options to the Requirements (the "Alternate Requirements" as set forth in Part B), which may be accepted or rejected in the reasonable satisfaction of the Information Security Manager (the "ISM"). Part A. Requirements:
The Consultant shall at all times during the term of any contract between the City and the Consultant: (a) Appoint or designate an employee, preferably an executive officer, as the security liaison to the City with respect to the Services to be performed under this Agreement. (b) Comply with the City's Information Privacy Policy if such policy is an incorporated attachment to the Agreement. (c) Have adopted and implemented information security and privacy policies that are documented, are accessible to the City, and conform to ISO 27001/2 – Information Security Management Systems (ISMS) Standards. See the following: http://www.iso.org/iso/home/store/catalogue_tc/catalogue_detail.htm?csnumber=4210
3 http://www.iso.org/iso/iso_catalogue/catalogue_tc/catalogue_detail.htm?csnumber=50297
(d) Conduct routine data and information security compliance training of its personnel that is appropriate to their role. (e) Develop and maintain detailed documentation of the IT infrastructure, including software versions and patch levels.
DocuSign Envelope ID: ED9D1343-8AE1-4A99-ACB6-FD880D91CB27
ty Document Version: V3.0 Doc:
InfoSec 110
Page 2 of 3
(f) Develop an independently verifiable process, consistent with industry standards, for performing professional and criminal background checks of its employees that (1) would
permit verification of employees' personal identity and employment status, and (2) would enable the immediate denial of access to the City's confidential data and information by any of its employees who no longer would require access to that information or who are terminated. (g) Provide a list of IT infrastructure components in order to verify whether the Consultant has met or has failed to meet any objective terms and conditions. (h) Implement access accountability (identification and authentication) architecture and support role-based access control ("RBAC") and segregation of duties ("SoD") mechanisms for all personnel, systems, and Software used to provide the Services. "RBAC" refers to a computer systems security approach to restricting access only to authorized users. "SoD" is an approach that would require more than one individual to
complete a security task in order to promote the detection and prevention of fraud and errors. (i) Assist the City in undertaking annually an assessment to assure that: (1) all elements
of the Services' environment design and deployment are known to the City, and (2) it has implemented measures in accordance with industry best practices applicable to secure coding and secure IT architecture. (j) Provide and maintain secure intersystem communication paths that would ensure the confidentiality, integrity, and availability of the City's information. (k) Deploy and maintain IT system upgrades, patches and configurations conforming to current patch and/or release levels by not later than one (1) week after its date of release. Emergency security patches must be installed within 24 hours after its date of
release. (l) Provide for the timely detection of, response to, and the reporting of security incidents, including on-going incident monitoring with logging. (m) Notify the City within one (1) hour of detecting a security incident that results in the unauthorized access to or the misuse of the City's confidential data and information. (n) Inform the City that any third party service provider(s) meet(s) all of the Requirements. (o) Perform security self-audits on a regular basis and not less frequently than on a quarterly basis, and provide the required summary reports of those self-audits to the ISM on the
annual anniversary date or any other date agreed to by the Parties. (p) Accommodate, as practicable, and upon reasonable prior notice by the City, the City's performance of random site security audits at the Consultant's site(s), including the site(s) of a third-party service provider(s), as applicable. The scope of these audits will extend to the Consultant's and its third-party service provider(s)' awareness of security policies and practices, systems configurations, access authentication and authorization, and incident detection and response. (q) Cooperate with the City to ensure that to the extent required by applicable laws, rules and regulations, and the Confidential Information will be accessible only by the Consultant and any authorized third-party service provider's personnel. (r) Perform regular, reliable secured backups of all data needed to maximize the
availability of the Services. Adequately encrypt the City of Palo Alto's data, during the operational process, hosted at rest, and the backup stage at the Vendors' environment (including Vendor's contracting organization's environment).
DocuSign Envelope ID: ED9D1343-8AE1-4A99-ACB6-FD880D91CB27
ty Document Version: V3.0 Doc:
InfoSec 110
Page 3 of 3
(s) Maintain records relating to the Services for a period of three (3) years after the
expiration or earlier termination of this Agreement and in a mutually agreeable storage medium. Within thirty (30) days after the effective date of expiration or earlier termination of this Agreement, all of those records relating to the performance of the Services shall be provided to the ISM.
(t) Maintain the Confidential Information in accordance with applicable federal, state, and local data and information privacy laws, rules, and regulations. (u) Encrypt the Confidential Information before delivering the same by electronic mail to the City and or any authorized recipient. (v) Provide Network Layer IP filtering services to allow access only from the City of Palo Alto's IP address to the Vendor environment (primarily hosted for the City of Palo
Alto). (w) Offer a robust disaster recovery and business continuity (DR-BCP) solutions to the City for the systems and services the Vendor provides to the City.
(x) Provide and support Single Sign-on (SSO) and Multifactor Authentication (MFA) solutions for authentication and authorization services from the "City's environment to the Vendor's environment," and Vendor's environment to the Vendor's cloud services/hosted environment." The Vendor shall allow two employees of the City to
have superuser and super-admin access to the Vendor's IT environment, and a cloud-hosted IT environment belongs to the City. (y) Unless otherwise addressed in the Agreement, shall not hold the City liable for any
direct, indirect or punitive damages whatsoever including, without limitation, damages for loss of use, data or profits, arising out of or in any way connected with the City's IT environment, including, without limitation, IT infrastructure communications.
(z) The Vendor must provide evidence of valid cyber liability insurance policy per the City’s EXHIBIT “D” INSURANCE REQUIREMENTS.
DocuSign Envelope ID: ED9D1343-8AE1-4A99-ACB6-FD880D91CB27
APPENDIX A - PE‐20002
FACILITY CONDITION ASSESSMENT AND ASSET INVENTORY BUILDING LIST
Asset Name Asset ID BLDG (FT^2) Year
Built Address Facility
(BUILDINGS)
Facility
(PARKING
GARAGES)
Inventory and
Asset tagging
Alma Community Room 11‐BLDG‐ACR 200 200 0 0
Animal Services Center: Euthanasia Building 112‐BLDG‐ASC‐EB 203 1986 3281 E. Bayshore Rd.203 0 0
Animal Services Center: Kitchen/Kennels/Storage 113‐BLDG‐ASC‐KKS 3,268 1972 3281 E. Bayshore Rd.3268 0 3268
Animal Services Center: Modular Building 114‐BLDG‐ASC‐MOB 2,160 2019 3281 E. Bayshore Rd.2160 0 2160
Animal Services Center: Office/Clinic 1‐BLDG‐ASC ‐OC 2,186 1972 3281 E. Bayshore Rd.2186 0 2186
Arastradero Preserve Gateway Facility 9‐BLDG‐APB 969 2003 1530 Arastradero Rd.1000 0 1000
Art Center 94‐BLDG‐ART 26,441 2011 1313 Newell Rd.26441 0 26441
Avenidas Senior Center and Garden Room 103‐BLDG‐SC 18,925 1927 450 Bryant St.18925 0 18925
Baylands Athletic Center Grandstands 115‐BLDG‐BACG 2,250 1969 1900 Geng Rd.2250 0 2250
Baylands Athletic Center Restroom 4‐BLDG‐BAC 2,250 1969 1900 Geng Rd.2250 0 2250
Baylands Duck Pond Storage 116‐BLDG‐DPS 364 1969 2500 Embarcadero Rd. 364 0 0
Baylands Harbor Master Storage Shed 117‐BLDG‐HMSS 200 1969 2500 Embarcadero Rd. 200 0 0
Baylands Interpretive Center 5‐BLDG‐BIC 3,600 1969 2775 Embarcadero Rd. 3600 0 3600
Baylands Ranger Station 62‐BLDG‐BRS 475 1986 2500 Embarcadero Rd. 475 0 0
Baylands Sea Scout Building 118‐BLDG‐SSB 2,209 2012 2560 Embarcadero Rd. 2209 0 2209
Byxbee Park Restroom 8‐BLDG‐BYX 568 1972 2380 Embarcadero Rd. 568 0 0
Cambridge Parking Garage 100‐BLDG‐PGC 57,830 1968 475 Cambridge St. 0 57830 57830
Childrens Library 12‐BLDG‐CL 6,043 2007 1275 Harriet St.6043 0 6043
Civic Center Office Building 10‐BLDG‐CCOB 140,357 1968 250 Hamilton Ave.140357 0 140357
Civic Center Parking Garage 135‐BLDG‐CCPG 251,508 1970 250 Hamilton Ave. 0 251508 251508
College Terrace Library 14‐BLDG‐CTL 5,050 2010 2300 Wellesley St.5050 0 5050
Cubberley Building A 17‐BLDG‐CUBBA 5,400 1955 4000 Middlefield Rd.5400 0 0
Cubberley Building B 18‐BLDG‐CUBBB 5,400 1955 4000 Middlefield Rd.5400 0 0
Cubberley Building C 19‐BLDG‐CUBBC 5,400 1955 4000 Middlefield Rd.5400 0 5400
Cubberley Building D 20‐BLDG‐CUBBD 5,400 1955 4000 Middlefield Rd.5400 0 5400
Cubberley Building E 22‐BLDG‐CUBBE 5,400 1955 4000 Middlefield Rd.5400 0 5400
Cubberley Building F 23‐BLDG‐CUBBF 5,400 1955 4000 Middlefield Rd.5400 0 5400
Cubberley Building FH 24‐BLDG‐CUBBFH 1,000 1968 4000 Middlefield Rd.1000 0 1000
Cubberley Building G 97‐BLDG‐CUBBG 1,500 1968 4000 Middlefield Rd.1500 0 0
Cubberley Building H 27‐BLDG‐CUBBH 8,115 1955 4000 Middlefield Rd.8115 0 0
Cubberley Building I (Foothill College)28‐BLDG‐CUBBI 13,575 1968 4000 Middlefield Rd.13575 0 0
Cubberley Building J 40‐BLDG‐CUBBJ 7,875 1955 4000 Middlefield Rd.7875 0 7875
Cubberley Building K 30‐BLDG‐CUBBK 7,875 1955 4000 Middlefield Rd.7875 0 7875
Cubberley Building L 31‐BLDG‐CUBBL 14,415 1955 4000 Middlefield Rd.14415 0 14415
Cubberley Building M2 32‐BLDG‐CUBB‐M2 4,000 1968 4000 Middlefield Rd.4000 0 0
Cubberley Building M3 33‐BLDG‐CUBB‐M3 3,900 1968 4000 Middlefield Rd.3900 0 0
Cubberley Building M4 34‐BLDG‐CUBB‐M4 3,900 1968 4000 Middlefield Rd.3900 0 0
Cubberley Building P 35‐BLDG‐CUBB‐P 3,610 1968 4000 Middlefield Rd.3610 0 3610
Cubberley Building S 37‐BLDG‐CUBB‐S 5,650 1945 4000 Middlefield Rd.5650 0 0
Cubberley Building T1 38‐BLDG‐CUBB‐T1 4,025 1945 4000 Middlefield Rd.4025 0 0
Cubberley Building T2 39‐BLDG‐CUBB‐T2 4,025 1945 4000 Middlefield Rd.4025 0 0
Cubberley Building U 42‐BLDG‐CUBB‐U 4,865 1945 4000 Middlefield Rd.4865 0 4865
Cubberley Building V 43‐BLDG‐CUBB‐V 1,000 1968 4000 Middlefield Rd.1000 0 1000
Cubberley Covered Walkways 16‐BLDG‐CUBBCW 5,000 1968 4000 Middlefield Rd.5000 0 5000
Cubberley Gym A 26‐BLDG‐CUBBGA 14,074 1945 4000 Middlefield Rd.14074 0 14074
Cubberley Gym B 25‐BLDG‐CUBBGB 14,074 1945 4000 Middlefield Rd.14074 0 14074
Cubberley Multi Use Auditorium 98‐BLDG‐CUBB‐MULTI 13,790 1945 4000 Middlefield Rd.13790 0 13790
Cubberley Pavilion 36‐BLDG‐CUBB‐PAV 17,577 1968 4000 Middlefield Rd.17577 0 17577
Cubberley Theater 41‐BLDG‐CUBB‐TH 11,800 1945 4000 Middlefield Rd.11800 0 11800
Downtown Library 46‐BLDG‐DL 8,741 2011 270 Forest Ave.8741 0 8741
El Camino Park Restroom 47‐BLDG‐ECPR 900 2015 155 El Camino Real 900 0 0
El Camino Park Scorekeeper Facility 121‐BLDG‐ECPSF 329 2015 155 El Camino Real 329 0 0
Fire Station 1 51‐BLDG‐FIRE‐1 10,436 1965 301 Alma St.10436 0 10436
Fire Station 2 52‐BLDG‐FIRE‐2 8,131 1965 2675 Hanover St.8131 0 8131
Fire Station 3 53‐BLDG‐FIRE‐3 6,937 2019 799 Embarcadero Rd.6937 0 6937
Fire Station 4 54‐BLDG‐FIRE‐4 2,659 1954 3600 middlefield Rd.2659 0 2659
Fire Station 5 55‐BLDG‐FIRE‐5 3,666 1962 600 Arastradero Rd.3666 0 3666
Fire Station 6 56‐BLDG‐FIRE‐6 1,500 1500 0 0
Fire Station 8 57‐BLDG‐FIRE‐8 1,569 1986 3300 Page Mill Rd.1569 0 1569
Foothills Park Equipment and Storage Building Garage 123‐BLDG‐FPESBG 2,624 1975 3300 Page Mill Rd.2624 0 2624
Foothills Park Entrance Station 122‐BLDG‐FPES 71 1985 3300 Page Mill Rd.0 0 0
Foothills Park Covered Equipment Storage 124‐BLDG‐FPCES 2,928 1968 3300 Page Mill Rd.2928 0 2928
Foothills Park Covered Storage 125‐BLDG‐FPCS 710 1968 3300 Page Mill Rd.710 0 0
Foothills Park Interpretive Center 58‐BLDG‐FPIC 5,035 1967 3300 Page Mill Rd.5035 0 5035
Foothills Park Lake Restroom 86‐BLDG‐FPLR 422 1965 3300 Page Mill Rd.422 0 0
Foothills Park Maintenance Building 48‐BLDG‐FPMB 3,414 1968 3300 Page Mill Rd.3414 0 3414
DocuSign Envelope ID: ED9D1343-8AE1-4A99-ACB6-FD880D91CB27
APPENDIX A - PE‐20002
FACILITY CONDITION ASSESSMENT AND ASSET INVENTORY BUILDING LIST
Foothills Park Oak Grove Restroom 88‐BLDG‐FPOGR 70 1965 3300 Page Mill Rd.70 0 0
Foothills Park Orchard Glen Restroom 87‐BLDG‐FPORGR 422 1965 3300 Page Mill Rd.422 0 0
Gamble Garden Center 126‐BLDG‐GGC 8,200 1987 1431 Waverley St.8200 0 8200
Girl Scouts Building 134‐BLDG‐GSB 6,000 1932 1305 Middlefield Rd.6000 0 6000
Golf Course Workshop 45‐BLDG‐GCWS 905 1958 1875 Embarcadero Rd. 905 0 0
Golf Course Office 128‐BLDG‐GCO 2,288 1958 1875 Embarcadero Rd. 2288 0 2288
Golf Course Restroom(12th Hole)129‐BLDG‐GCRR 300 2018 1875 Embarcadero Rd. 300 0 0
Golf Course Pro Shop & Restaurant 59‐BLDG‐GCPSR 8,516 1986 1875 Embarcadero Rd. 8516 0 8516
Golf Course Storage 127‐BLDG‐GCS 397 1958 1875 Embarcadero Rd. 397 0 0
Greenwaste Office Building 130‐BLDG‐GOB 2,256 2007 2000 Geng Rd.2256 0 2256
Greenwaste Garage 131‐BLDG‐GG 1,560 1950 2000 Geng Rd.1560 0 1560
Greenwaste Storage 132‐BLDG‐GS 480 1950 2000 Geng Rd.480 0 0
Greenwaste Workshop 133‐BLDG‐GW 750 1950 2000 Geng Rd.750 0 0
Greer Park Restroom 49‐BLDG‐GPR 597 1983 1098 Amarillo Ave.597 0 0
Hoover Park Restroom 70‐BLDG‐HOO 500 2901 Cowper St.500 0 0
Juana Briones Park Restroom 7‐BLDG‐BRI 129 2014 609 Maybell Ave.129 0 0
Junior Museum and Zoo 64‐BLDG‐JM 11,955 1941 1451 Middlefield Rd.11955 0 11955
Landfill Buildings/Sheds 65‐BLDG‐LAND 1,716 2012 2380 Embarcadero Rd. 1716 0 1716
Lawn Bowling Green Clubhouse 106‐BLDG‐LBG 2,400 2010 474 Embarcadero Rd.2400 0 2400
Lawn Bowling Green Restrooms 136‐BLDG‐LBGRR 1,210 2010 474 Embarcadero Rd.1210 0 1210
Lot J Parking Garage 101‐BLDG‐PGJ 269,138 2007 520 Webster St. 0 269138 269138
Lot Q Parking Garage 67‐BLDG‐PGQ 48,000 1984 430 High St. 0 48000 48000
Lot R Parking Garage 74‐BLDG‐PGR 93,930 2003 528 High St. 0 93930 93930
Lot S/L Parking Garage (Bryant Street)75‐BLDG‐PGSL 229,380 2003 445 Bryant St. 0 229380 229380
Lucie Stern Childrens Theater 13‐BLDG‐LSCHT 17,619 1936 1305 Middlefield Rd.17619 0 17619
Lucie Stern Childrens Theater Storage Shed 119‐BLDG‐LSCHTS 569 1932 1305 Middlefield Rd.569 0 0
Lucie Stern Community Center 68‐BLDG‐LSCC 12,203 1933 1305 Middlefield Rd.12203 0 12203
Lucie Stern Community Theater 15‐BLDG‐LSCT 33,716 1933 1305 Middlefield Rd.33716 0 33716
Lucie Stern Community Theatre Scene Shop 120‐BLDG‐CTSS 1,823 1972 1305 Middlefield Rd.1823 0 1823
Mitchell Park Childrens Restroom 80‐BLDG‐MPCR 385 600 E. Meadow Dr.385 0 0
Mitchell Park Community Center ‐ Bldg B 91‐BLDG‐MPCC‐B 10,400 2014 3700 Middlefield Rd.10400 0 10400
Mitchell Park Community Center ‐ Bldg C 92‐BLDG‐MPCC‐C 4,600 2014 3700 Middlefield Rd.4600 0 4600
Mitchell Park Field House Restroom 108‐BLDG‐MPFHR 1,078 1957 600 E. Meadow Dr.1078 0 1078
Mitchell Park Library 93‐BLDG‐MPL 41,000 2014 3700 Middlefield Rd.41000 0 41000
Mitchell Park Tennis Court Restroom 109‐BLDG‐MPTCR 306 1956 600 E. Meadow Dr.306 0 0
Mitchell Park Storage/Pool Filter Facility 138‐BLDG‐MPS 1,255 1957 600 E. Meadow Dr.1255 0 1255
Municipal Service Center Building A 76‐BLDG‐MSC‐A 29,157 1966 3201 E Bayshore Rd.29157 0 29157
Municipal Service Center Building B 77‐BLDG‐MSC‐B 24,777 1966 3201 E Bayshore Rd.24777 0 24777
Municipal Service Center Building C 78‐BLDG‐MSC‐C 38,152 1966 3201 E Bayshore Rd.38152 0 38152
Municipal Service Center Facilities Shop 66‐BLDG‐MSCFS 2,500 3201 E Bayshore Rd.2500 0 2500
Municipal Service Center Utility Control Center 89‐BLDG‐UCC 5,488 1980 3241 E Bayshore Rd.5488 0 5488
Municipal Service Center Yard Buildings 29‐BLDG‐MSCY 1,603 3201 E Bayshore Rd.1603 0 1603
Peers Park Field House and Restroom 79‐BLDG‐PPR 1,082 1940 1899 Park Ave.1082 0 1082
Rinconada Library 95‐BLDG‐RL 31,082 2014 1213 Newell Rd.31082 0 31082
Rinconada Park Restroom 82‐BLDG‐RINC 465 1930 777 Embarcadero Rd.465 0 0
Rinconada Park Buildings ( Gardeners Shed, Gazebo, Snack Bar) 139‐BLDG‐RPB 1,173 1957 777 Embarcadero Rd.1173 0 1173
Rinconada Pool Building 83‐BLDG‐RP 3,585 1930 777 Embarcadero Rd.3585 0 3585
Roth Building 96‐BLDG‐RB 17,784 1932 300 Homer Ave.17784 0 17784
Seale Park Restroom 107‐BLDG‐SEA 156 2011 3100 Stockton Place 156 0 0
Stanford Palo Alto Community Field Building 81‐BLDG‐SPACF 969 2006 2700 El Camino Real 969 0 0
Thompson Parking Garage 102‐BLDG‐PGT 55,000 1994 275 Cambridge St. 0 55000 55000
Ventura Community Center 84‐BLDG‐VCC 21,481 1957 3990 Ventura Ct.21481 0 21481
WQCP Operations Building 105‐BLDG‐WQCP‐OB 6,670 1970 2501 Embarcadero Way 6670 0 6670
WQCP Administration Building 140‐BLDG‐WQCP‐AB 3,120 1975 2501 Embarcadero Way 3120 0 3120
WQCP Maintenance Building 141‐BLDG‐WQCP‐MB 2,610 1978 2501 Embarcadero Way 2610 0 2610
Williams House 142‐BLDG‐WH 7,978 1907 351 Homer Ave.7978 0 7978
Winter Lodge 143‐BLDG‐WL 18,118 1956 3005 Middlefield Rd.18118 0 18118
1,874,176 869350 1004786 1801375
DocuSign Envelope ID: ED9D1343-8AE1-4A99-ACB6-FD880D91CB27
APPENDIX B
Uniformat II
Modified for City of Palo Alto to match Maintenance Connection Asset Hierarchy
Level 1 Level 2 Level 3
Major Group Elements Group Elements Individual Elements
A1010 Standard Foundations
A1020 Special Foundations
A1030 Slab on Grade
A2010 Basement Excavation
A2020 Basement Walls
B10 Superstructure B1010 Floor Construction
B2010 Exterior Walls
B2020 Exterior Windows
B2030 Exterior Doors
C1010 Partitions
C1020 Interior Doors
C1030 Specialty Finishes
C2010 Stair Construction
C2020 Stair Finishes
C3010 Wall Finishes
C3020 Floor Finishes
C3030 Ceiling Finishes
D1010 Elevators
D1020 Escalators and moving walks
D1030 Material Handling Systems
D2010 Plumbing Fixtures
D2020 Domestic water Distribution
D2030 Sanitary Waste
D2040 Rain water Drainage
D2050 Special Plumbing Systems
D3010 Energy Supply
D3020 Heat Generating Systems
D3030 Cool Generating Systems
D3040 Distribution Systems
D3050 Terminal and package units
D3060 Controls and Instrumentation
D3070 Special HVAC Systems and Equipment
D3080 Systems Testing and balancing
G3040 Heating Distribution
G3050 Cooling Distribution
D4010 Fire Protection Sprinkler Systems
D4020 Stand‐pipe and Hose Systems
D4030 Fire Protection Specialties
D4040 Special Electrical Systems
D5030 Communication and Security Systems
D5010 Electrical Service and Distribution
D5020 Lighting and Branch Wiring
D5040 Special Electrical Systems
E1010 Commercial Equipment
D30 HVAC
G30 Site Civil/Mechanical Utilities
8
E10 EquipmentE. Equipment and Furnishings…want the
ititd ith ht t it
D.4 Fire Life Safety Systems
D50 ElectricalD.5 Electrical Systems
1
2
3
4
5
6
7
D20 PlumbingD.2 Plumbing Systems
D.3 Mechanical Systems
D40 Fire Protection
C10 Interior Construction
C20 Staircases
C30 Interior Finishes
C. Interior Systems (IS)
D10 Conveying SystemsD.1 Conveyor Systems
B20 Exterior Closure
B. Exterior Envelope Systems (EE)
Modified ASTM UNIFORMAT II
Classification of Building Elements for the City of Palo Alto for the Building Assessment
A10 Foundations
A20 Basement Construction
A. Structural Systems (SS)
DocuSign Envelope ID: ED9D1343-8AE1-4A99-ACB6-FD880D91CB27
APPENDIX B
Uniformat II
Modified for City of Palo Alto to match Maintenance Connection Asset Hierarchy
E1020 Institutional Equipment
E1030 Vehicular Equipment
E1040 Other Equipment
E2010 Fixed Furnishings
E2020 Moveable Furnishings
F1010 Special Structures
F1020 Integrated Construction
F1030 Special Construction Systems
F1040 Special facilities
F1050 Special Controls and Instrumentation
F2010 Building Elements Demolition
F2020 Hazardous Components Abatement
G1010 Site Clearing
G1020 Site Demolition and Relocations
G1030 Site Earthwork
G1040 Hazardous Waste Remediation
G2010 Roadways (excluded)
G2020 Parking Lots (exluded)
G2040 Site Development
G2050 Landscaping
G3010 Water Supply and Distribution Systems
G3020 Sanitary Sewer Systems
G3030 Storm Sewer Systems
G3060 Fuel Distribution
G3070 Other Civil/Mechanical Utilities
B10 Superstructure B1020 Roof Construction
B3010 Roof Coverings
B3020 Roof Openings
G20 Site Improvements G2030 Pedestrian Paving
C30 Interior Finishes C1030 Specialty Finishes for ADA
* Note: All level 4 classifications that fall under their corresponding Level 3, classes will roll up to the Level 1 classification in Column B
I. ADA Systems
12
G. Site Work Systems
10
G20 Site Improvements
G30 Site Civil/Mechanical Utilities
E20 Furnishings
equipment associated with what system it
belongs too
H. Roofing Systems
11
F10 Special Construction
F20 Selective Building Demolition
F.Other Systems
B30 Roofing
9
G10 Site Preparation
DocuSign Envelope ID: ED9D1343-8AE1-4A99-ACB6-FD880D91CB27
ATTACHMENT B
PE‐20002
FACILITY CONDITION ASSESSMENT AND ASSET INVENTORY BUILDING LIST
Asset Name Asset ID BLDG (FT^2) Year
Built Address Facility
(BUILDINGS)
Facility
(PARKING
GARAGES)
Inventory and
Asset tagging
Alma Community Room 11‐BLDG‐ACR 200 200 0 0
Animal Services Center: Euthanasia Building 112‐BLDG‐ASC‐EB 203 1986 3281 E. Bayshore Rd.203 0 0
Animal Services Center: Kitchen/Kennels/Storage 113‐BLDG‐ASC‐KKS 3,268 1972 3281 E. Bayshore Rd.3268 0 3268
Animal Services Center: Modular Building 114‐BLDG‐ASC‐MOB 2,160 2019 3281 E. Bayshore Rd.2160 0 2160
Animal Services Center: Office/Clinic 1‐BLDG‐ASC ‐OC 2,186 1972 3281 E. Bayshore Rd.2186 0 2186
Arastradero Preserve Gateway Facility 9‐BLDG‐APB 969 2003 1530 Arastradero Rd.1000 0 1000
Art Center 94‐BLDG‐ART 26,441 2011 1313 Newell Rd.26441 0 26441
Avenidas Senior Center and Garden Room 103‐BLDG‐SC 18,925 1927 450 Bryant St.18925 0 18925
Baylands Athletic Center Grandstands 115‐BLDG‐BACG 2,250 1969 1900 Geng Rd.2250 0 2250
Baylands Athletic Center Restroom 4‐BLDG‐BAC 2,250 1969 1900 Geng Rd.2250 0 2250
Baylands Duck Pond Storage 116‐BLDG‐DPS 364 1969 2500 Embarcadero Rd. 364 0 0
Baylands Harbor Master Storage Shed 117‐BLDG‐HMSS 200 1969 2500 Embarcadero Rd. 200 0 0
Baylands Interpretive Center 5‐BLDG‐BIC 3,600 1969 2775 Embarcadero Rd. 3600 0 3600
Baylands Ranger Station 62‐BLDG‐BRS 475 1986 2500 Embarcadero Rd. 475 0 0
Baylands Sea Scout Building 118‐BLDG‐SSB 2,209 2012 2560 Embarcadero Rd. 2209 0 2209
Byxbee Park Restroom 8‐BLDG‐BYX 568 1972 2380 Embarcadero Rd. 568 0 0
Cambridge Parking Garage 100‐BLDG‐PGC 57,830 1968 475 Cambridge St. 0 57830 57830
Childrens Library 12‐BLDG‐CL 6,043 2007 1275 Harriet St.6043 0 6043
Civic Center Office Building 10‐BLDG‐CCOB 140,357 1968 250 Hamilton Ave.140357 0 140357
Civic Center Parking Garage 135‐BLDG‐CCPG 251,508 1970 250 Hamilton Ave. 0 251508 251508
College Terrace Library 14‐BLDG‐CTL 5,050 2010 2300 Wellesley St.5050 0 5050
Cubberley Building A 17‐BLDG‐CUBBA 5,400 1955 4000 Middlefield Rd.5400 0 0
Cubberley Building B 18‐BLDG‐CUBBB 5,400 1955 4000 Middlefield Rd.5400 0 0
Cubberley Building C 19‐BLDG‐CUBBC 5,400 1955 4000 Middlefield Rd.5400 0 5400
Cubberley Building D 20‐BLDG‐CUBBD 5,400 1955 4000 Middlefield Rd.5400 0 5400
Cubberley Building E 22‐BLDG‐CUBBE 5,400 1955 4000 Middlefield Rd.5400 0 5400
Cubberley Building F 23‐BLDG‐CUBBF 5,400 1955 4000 Middlefield Rd.5400 0 5400
Cubberley Building FH 24‐BLDG‐CUBBFH 1,000 1968 4000 Middlefield Rd.1000 0 1000
Cubberley Building G 97‐BLDG‐CUBBG 1,500 1968 4000 Middlefield Rd.1500 0 0
Cubberley Building H 27‐BLDG‐CUBBH 8,115 1955 4000 Middlefield Rd.8115 0 0
Cubberley Building I (Foothill College)28‐BLDG‐CUBBI 13,575 1968 4000 Middlefield Rd.13575 0 0
Cubberley Building J 40‐BLDG‐CUBBJ 7,875 1955 4000 Middlefield Rd.7875 0 7875
Cubberley Building K 30‐BLDG‐CUBBK 7,875 1955 4000 Middlefield Rd.7875 0 7875
Cubberley Building L 31‐BLDG‐CUBBL 14,415 1955 4000 Middlefield Rd.14415 0 14415
Cubberley Building M2 32‐BLDG‐CUBB‐M2 4,000 1968 4000 Middlefield Rd.4000 0 0
Cubberley Building M3 33‐BLDG‐CUBB‐M3 3,900 1968 4000 Middlefield Rd.3900 0 0
Cubberley Building M4 34‐BLDG‐CUBB‐M4 3,900 1968 4000 Middlefield Rd.3900 0 0
Cubberley Building P 35‐BLDG‐CUBB‐P 3,610 1968 4000 Middlefield Rd.3610 0 3610
Cubberley Building S 37‐BLDG‐CUBB‐S 5,650 1945 4000 Middlefield Rd.5650 0 0
Cubberley Building T1 38‐BLDG‐CUBB‐T1 4,025 1945 4000 Middlefield Rd.4025 0 0
Cubberley Building T2 39‐BLDG‐CUBB‐T2 4,025 1945 4000 Middlefield Rd.4025 0 0
Cubberley Building U 42‐BLDG‐CUBB‐U 4,865 1945 4000 Middlefield Rd.4865 0 4865
Cubberley Building V 43‐BLDG‐CUBB‐V 1,000 1968 4000 Middlefield Rd.1000 0 1000
Cubberley Covered Walkways 16‐BLDG‐CUBBCW 5,000 1968 4000 Middlefield Rd.5000 0 5000
Cubberley Gym A 26‐BLDG‐CUBBGA 14,074 1945 4000 Middlefield Rd.14074 0 14074
Cubberley Gym B 25‐BLDG‐CUBBGB 14,074 1945 4000 Middlefield Rd.14074 0 14074
Cubberley Multi Use Auditorium 98‐BLDG‐CUBB‐MULTI 13,790 1945 4000 Middlefield Rd.13790 0 13790
Cubberley Pavilion 36‐BLDG‐CUBB‐PAV 17,577 1968 4000 Middlefield Rd.17577 0 17577
Cubberley Theater 41‐BLDG‐CUBB‐TH 11,800 1945 4000 Middlefield Rd.11800 0 11800
Downtown Library 46‐BLDG‐DL 8,741 2011 270 Forest Ave.8741 0 8741
El Camino Park Restroom 47‐BLDG‐ECPR 900 2015 155 El Camino Real 900 0 0
El Camino Park Scorekeeper Facility 121‐BLDG‐ECPSF 329 2015 155 El Camino Real 329 0 0
Fire Station 1 51‐BLDG‐FIRE‐1 10,436 1965 301 Alma St.10436 0 10436
Fire Station 2 52‐BLDG‐FIRE‐2 8,131 1965 2675 Hanover St.8131 0 8131
Fire Station 3 53‐BLDG‐FIRE‐3 6,937 2019 799 Embarcadero Rd.6937 0 6937
Fire Station 4 54‐BLDG‐FIRE‐4 2,659 1954 3600 middlefield Rd.2659 0 2659
Fire Station 5 55‐BLDG‐FIRE‐5 3,666 1962 600 Arastradero Rd.3666 0 3666
Fire Station 6 56‐BLDG‐FIRE‐6 1,500 1500 0 0
Fire Station 8 57‐BLDG‐FIRE‐8 1,569 1986 3300 Page Mill Rd.1569 0 1569
Foothills Park Equipment and Storage Building Garage 123‐BLDG‐FPESBG 2,624 1975 3300 Page Mill Rd.2624 0 2624
Foothills Park Entrance Station 122‐BLDG‐FPES 71 1985 3300 Page Mill Rd.0 0 0
Foothills Park Covered Equipment Storage 124‐BLDG‐FPCES 2,928 1968 3300 Page Mill Rd.2928 0 2928
Foothills Park Covered Storage 125‐BLDG‐FPCS 710 1968 3300 Page Mill Rd.710 0 0
Foothills Park Interpretive Center 58‐BLDG‐FPIC 5,035 1967 3300 Page Mill Rd.5035 0 5035
Foothills Park Lake Restroom 86‐BLDG‐FPLR 422 1965 3300 Page Mill Rd.422 0 0
Foothills Park Maintenance Building 48‐BLDG‐FPMB 3,414 1968 3300 Page Mill Rd.3414 0 3414
ATTACHMENT B
PE‐20002
FACILITY CONDITION ASSESSMENT AND ASSET INVENTORY BUILDING LIST
Foothills Park Oak Grove Restroom 88‐BLDG‐FPOGR 70 1965 3300 Page Mill Rd.70 0 0
Foothills Park Orchard Glen Restroom 87‐BLDG‐FPORGR 422 1965 3300 Page Mill Rd.422 0 0
Gamble Garden Center 126‐BLDG‐GGC 8,200 1987 1431 Waverley St.8200 0 8200
Girl Scouts Building 134‐BLDG‐GSB 6,000 1932 1305 Middlefield Rd.6000 0 6000
Golf Course Workshop 45‐BLDG‐GCWS 905 1958 1875 Embarcadero Rd. 905 0 0
Golf Course Office 128‐BLDG‐GCO 2,288 1958 1875 Embarcadero Rd. 2288 0 2288
Golf Course Restroom(12th Hole)129‐BLDG‐GCRR 300 2018 1875 Embarcadero Rd. 300 0 0
Golf Course Pro Shop & Restaurant 59‐BLDG‐GCPSR 8,516 1986 1875 Embarcadero Rd. 8516 0 8516
Golf Course Storage 127‐BLDG‐GCS 397 1958 1875 Embarcadero Rd. 397 0 0
Greenwaste Office Building 130‐BLDG‐GOB 2,256 2007 2000 Geng Rd.2256 0 2256
Greenwaste Garage 131‐BLDG‐GG 1,560 1950 2000 Geng Rd.1560 0 1560
Greenwaste Storage 132‐BLDG‐GS 480 1950 2000 Geng Rd.480 0 0
Greenwaste Workshop 133‐BLDG‐GW 750 1950 2000 Geng Rd.750 0 0
Greer Park Restroom 49‐BLDG‐GPR 597 1983 1098 Amarillo Ave.597 0 0
Hoover Park Restroom 70‐BLDG‐HOO 500 2901 Cowper St.500 0 0
Juana Briones Park Restroom 7‐BLDG‐BRI 129 2014 609 Maybell Ave.129 0 0
Junior Museum and Zoo 64‐BLDG‐JM 11,955 1941 1451 Middlefield Rd.11955 0 11955
Landfill Buildings/Sheds 65‐BLDG‐LAND 1,716 2012 2380 Embarcadero Rd. 1716 0 1716
Lawn Bowling Green Clubhouse 106‐BLDG‐LBG 2,400 2010 474 Embarcadero Rd.2400 0 2400
Lawn Bowling Green Restrooms 136‐BLDG‐LBGRR 1,210 2010 474 Embarcadero Rd.1210 0 1210
Lot J Parking Garage 101‐BLDG‐PGJ 269,138 2007 520 Webster St. 0 269138 269138
Lot Q Parking Garage 67‐BLDG‐PGQ 48,000 1984 430 High St. 0 48000 48000
Lot R Parking Garage 74‐BLDG‐PGR 93,930 2003 528 High St. 0 93930 93930
Lot S/L Parking Garage (Bryant Street)75‐BLDG‐PGSL 229,380 2003 445 Bryant St. 0 229380 229380
Lucie Stern Childrens Theater 13‐BLDG‐LSCHT 17,619 1936 1305 Middlefield Rd.17619 0 17619
Lucie Stern Childrens Theater Storage Shed 119‐BLDG‐LSCHTS 569 1932 1305 Middlefield Rd.569 0 0
Lucie Stern Community Center 68‐BLDG‐LSCC 12,203 1933 1305 Middlefield Rd.12203 0 12203
Lucie Stern Community Theater 15‐BLDG‐LSCT 33,716 1933 1305 Middlefield Rd.33716 0 33716
Lucie Stern Community Theatre Scene Shop 120‐BLDG‐CTSS 1,823 1972 1305 Middlefield Rd.1823 0 1823
Mitchell Park Childrens Restroom 80‐BLDG‐MPCR 385 600 E. Meadow Dr.385 0 0
Mitchell Park Community Center ‐ Bldg B 91‐BLDG‐MPCC‐B 10,400 2014 3700 Middlefield Rd.10400 0 10400
Mitchell Park Community Center ‐ Bldg C 92‐BLDG‐MPCC‐C 4,600 2014 3700 Middlefield Rd.4600 0 4600
Mitchell Park Field House Restroom 108‐BLDG‐MPFHR 1,078 1957 600 E. Meadow Dr.1078 0 1078
Mitchell Park Library 93‐BLDG‐MPL 41,000 2014 3700 Middlefield Rd.41000 0 41000
Mitchell Park Tennis Court Restroom 109‐BLDG‐MPTCR 306 1956 600 E. Meadow Dr.306 0 0
Mitchell Park Storage/Pool Filter Facility 138‐BLDG‐MPS 1,255 1957 600 E. Meadow Dr.1255 0 1255
Municipal Service Center Building A 76‐BLDG‐MSC‐A 29,157 1966 3201 E Bayshore Rd.29157 0 29157
Municipal Service Center Building B 77‐BLDG‐MSC‐B 24,777 1966 3201 E Bayshore Rd.24777 0 24777
Municipal Service Center Building C 78‐BLDG‐MSC‐C 38,152 1966 3201 E Bayshore Rd.38152 0 38152
Municipal Service Center Facilities Shop 66‐BLDG‐MSCFS 2,500 3201 E Bayshore Rd.2500 0 2500
Municipal Service Center Utility Control Center 89‐BLDG‐UCC 5,488 1980 3241 E Bayshore Rd.5488 0 5488
Municipal Service Center Yard Buildings 29‐BLDG‐MSCY 1,603 3201 E Bayshore Rd.1603 0 1603
Peers Park Field House and Restroom 79‐BLDG‐PPR 1,082 1940 1899 Park Ave.1082 0 1082
Rinconada Library 95‐BLDG‐RL 31,082 2014 1213 Newell Rd.31082 0 31082
Rinconada Park Restroom 82‐BLDG‐RINC 465 1930 777 Embarcadero Rd.465 0 0
Rinconada Park Buildings ( Gardeners Shed, Gazebo, Snack Bar) 139‐BLDG‐RPB 1,173 1957 777 Embarcadero Rd.1173 0 1173
Rinconada Pool Building 83‐BLDG‐RP 3,585 1930 777 Embarcadero Rd.3585 0 3585
Roth Building 96‐BLDG‐RB 17,784 1932 300 Homer Ave.17784 0 17784
Seale Park Restroom 107‐BLDG‐SEA 156 2011 3100 Stockton Place 156 0 0
Stanford Palo Alto Community Field Building 81‐BLDG‐SPACF 969 2006 2700 El Camino Real 969 0 0
Thompson Parking Garage 102‐BLDG‐PGT 55,000 1994 275 Cambridge St. 0 55000 55000
Ventura Community Center 84‐BLDG‐VCC 21,481 1957 3990 Ventura Ct.21481 0 21481
WQCP Operations Building 105‐BLDG‐WQCP‐OB 6,670 1970 2501 Embarcadero Way 6670 0 6670
WQCP Administration Building 140‐BLDG‐WQCP‐AB 3,120 1975 2501 Embarcadero Way 3120 0 3120
WQCP Maintenance Building 141‐BLDG‐WQCP‐MB 2,610 1978 2501 Embarcadero Way 2610 0 2610
Williams House 142‐BLDG‐WH 7,978 1907 351 Homer Ave.7978 0 7978
Winter Lodge 143‐BLDG‐WL 18,118 1956 3005 Middlefield Rd.18118 0 18118
1,874,176 869350 1004786 1801375