HomeMy WebLinkAboutStaff Report 2312-2318CITY OF PALO ALTO
CITY COUNCIL
Special Meeting
Monday, June 10, 2024
Council Chambers & Hybrid
4:00 PM
Agenda Item
10.Approval and Authorization for the City Manager or Their Designee to Execute the
Following Five Utilities Contract Amendments for the Electric Grid Modernization Pilot:
1) Amendment Number 1 to VIP Powerline Corp C23185980 Increasing Compensation
by $16,000,000 Through April 2028; 2) Amendment Number 1 to Davey Surgery Tree
Company C20176920 Increasing Compensation by $3,103,484 Through May 2025; 3)
Amendment Number 1 to Stella-Jones Blanket Purchase Order Increasing Compensation
by $3,000,000 Through June 2026; 4) Amendment Number 1 to Oldcastle Infrastructure
Blanket Purchase Order Increasing Compensation by $450,000 and Extending the Term
to December 31, 2024; and 5) Amendment Number 1 to Statewide Traffic Safety and
Signs S22183236 Increasing Compensation by $200,000 Through December 2024; CEQA
Status: the Grid Modernization Project is Exempt Under CEQA Guidelines Sections
15302, 15303 and 15183. Consent Questions
City Council
Staff Report
From: City Manager
Report Type: CONSENT CALENDAR
Lead Department: Utilities
Meeting Date: June 10, 2024
Staff Report: 2312-2318
TITLE
Approval and Authorization for the City Manager or Their Designee to Execute the Following
Five Utilities Contract Amendments for the Electric Grid Modernization Pilot: 1) Amendment
Number 1 to VIP Powerline Corp C23185980 Increasing Compensation by $16,000,000 Through
April 2028; 2) Amendment Number 1 to Davey Surgery Tree Company C20176920 Increasing
Compensation by $3,103,484 Through May 2025; 3) Amendment Number 1 to Stella-Jones
Blanket Purchase Order Increasing Compensation by $3,000,000 Through June 2026; 4)
Amendment Number 1 to Oldcastle Infrastructure Blanket Purchase Order Increasing
Compensation by $450,000 and Extending the Term to December 31, 2024; and 5) Amendment
Number 1 to Statewide Traffic Safety and Signs S22183236 Increasing Compensation by
$200,000 Through December 2024; CEQA Status: the Grid Modernization Project is Exempt
Under CEQA Guidelines Sections 15302, 15303 and 15183.
RECOMMENDATION
Staff recommends that the City Council approve and authorize the City Manager or their
designee to execute the following first amendments to two blanket purchase orders and three
contracts, for overhead and underground construction, pole replacement, vegetation
management for line clearing, utility pole and underground equipment purchases, and traffic
control services used for the electric grid modernization pilot project:
(1) Amendment No. 1 to Contract No. C23185980 with VIP Powerline Corp increasing the
contract limit by $16,000,000 for a total not-to-exceed amount of $36,000,000 for the
remaining term of the contract through April 9,2028 (for a total term of five years), to provide
pole replacement, 4/12kV overhead conversion and system improvement work on the electric
distribution system (Attachment A);
(2) Amendment No. 1 to Contract No. C20176920 with Davey Tree Surgery Company increasing
the contract limit by $3,103,484 for a total not-to-exceed amount of $17,589,541 for the
remaining term of the contract through May 31,2025 (for a total term of three years) to provide
utility line clearing and vegetation management (Attachment B);
(3) Amendment No. 1 to Blanket Purchase Order with Stella-Jones increasing the contract limit
by $2,250,000 for a total not-to-exceed amount of $3,000,000 for the remaining term of the
contract through June 30, 2026 to purchase new utility poles (for a total term of three years);
(4) Amendment No. 1 to Blanket Purchase Order with Oldcastle Infrastructure increasing the
contract limit by $450,000 for a total not-to-exceed amount of $2,050,00 and extending the
term of the contract to December 31, 2024 (for a total term of five years) to purchase
equipment for the electric underground system;
(5) Amendment No. 1 to Contract No. S22183236 with Statewide Traffic Safety increasing the
contract limit by $200,000 for a total not-to-exceed amount of $455,000 for the remaining term
of the contract through December 31, 2024 (for a total term of three years) to provide traffic
control services (Attachment C).
EXECUTIVE SUMMARY
On June 19, 2023, the City Council approved the FY 2024 CIP Budget with the new Grid
Modernization for Electrification Project (EL-24000). Staff is deploying a pilot to determine how
to align the grid modernization upgrades (Grid Mod) with fiber-to-the-premise (FTTP) program
Phase 1 buildout, to help minimize utility engineering pole make-ready work, pole
replacements, noise disruption, and construction activity in neighborhoods and these are
necessary contract amendments to support this project. The purpose of the pilot is to
determine the feasibility of engineering designs and construction methods and implement best
practices to facilitate the most cost-effective deployment of resources.
Given the anticipated increase in engineering design work, City of Palo Alto Utilities (CPAU) will
need to add resources to manage and perform a high volume of pole make-ready work and
replacements. In the meantime, staff recommends leveraging existing on-call construction and
engineering contracts to perform the engineering design, overhead and underground
construction including vegetation management, and installation for the pilot area
(approximately 409 poles and 1,224 homes). Authorizing additional services within the scope of
existing contracts will reduce the construction timeline by 6 – 9 months, which would otherwise
be prolonged in the process of issuing multiple invitation for bids (IFBs) to perform the work for
grid modernization. The pilot area will be treated as a testbed to design and construct both
projects in parallel to minimize community disruption and reduce shared construction costs.
The pilot will inform CPAU how to most effectively bid out the engineering, construction and
installation services required for FTTP and grid modernization for the remaining Phase 1 area
(an additional 1,241 poles and 5,560 customers). The City will issue public solicitations for each
of these services for subsequent phases of the grid mod and FTTP projects.
BACKGROUND
One major initiative in the City’s Sustainability and Climate Action Plan (S/CAP) is to promote
the transition to all-electric homes and electric vehicles (EVs) to reduce greenhouse gas
emissions. In 2020, the City launched an update to reduce GHG emissions 80 percent below
1990 levels, i.e., reduce 624,095 metric tons of greenhouse gases by 2030 (the “80 x 30 goal").
This goal exceeds even the state of California's world-leading reduction goal of 80% by 2050;
the California Global Warming Solutions Act of 2006 (AB32) requires the state to reduce its GHG
emissions 40% below 1990 levels by 2030 and set an aspirational goal to reduce emissions 80%
by 2050. A 2021 impact analysis showed that to meet the “80 x 30 goal”, the City must electrify
all of its roughly 15,000 single-family homes, replacing natural gas equipment with efficient
electric alternatives. Also, currently, one in six Palo Altans drive an electric car, and EVs now
account for more than 30% of new car sales in Palo Alto – the highest adoption rate in the
country. One of three newly registered vehicles in Palo Alto is an EV. This transition, or
“electrification,” will require an extensive upgrade to the electric distribution network due to a
large increase in electrical energy needed to replace gas heating equipment with electrical
equipment and to support EVs.
As a result, Grid Mod was developed to enhance the distribution system’s grid resiliency and
reliability in a manner that will continue to accelerate the City’s clean energy and
decarbonization goals. Palo Alto already supplies customers electricity from a 100% carbon
neutral portfolio and has been in the forefront of efforts to design programs allowing
customers to easily utilize clean energy through EVs and electric appliances.
Palo Alto’s grid must be modernized to reach the capacity required to electrify all homes and
cars. The modernized system will be designed to fully accommodate energy received from local
generation such as rooftop solar and battery storage, an important element in decarbonization
goals. There will be an upgrade to the distribution system to incorporate local generation, allow
two-way power flow, meet projected capacity needs, enhance voltage regulation and system
protection requirements, and provide a high level of resiliency and reliability.
The City conducted an electrification study to evaluate the impacts of projected electrification
loads on Palo Alto’s distribution and substation transformers, primary/secondary distribution
circuits, and to propose upgrades needed to mitigate overloads. The estimated cost to
construct the necessary electric system upgrades for a 100% electrification scenario is between
$220 million to $306 million, depending on the approach. Of the nine substations in Palo Alto,
the study recommends major design and equipment upgrades at two of the nine substations,
and minor to moderate upgrades at four substations to meet projected loads to support 100%
electrification.
The Grid Mod Project requires bringing online more transformers, replacing aging
infrastructure, upgrading, or replacing poles, and providing battery storage and solar energy
system support to the interconnected grid. Specifically, the Project involves replacing the City’s
current 1,413 single-phase pole-top transformers rated less than 50kVA with the same type of
transformers rated 50kVA or larger. Additionally, there are currently 261 single-phase pad-
mounted transformers and 231 single-phase underground transformers installed on the
distribution system. Based on the projected average peak load of 6kVA per customer, 341 of
these transformers (including all 231 underground transformers) will need to be replaced with
75kVA or larger transformers to mitigate overloads. In order to limit the maximum number of
customers per transformer to 15 (90kVA), the City will need to install an additional 83
transformers. Furthermore, 296,300 circuit feet of open wire secondary conductors in the
distribution system will be replaced with aluminum aerial cable. These design aspects will
accommodate 100% residential electrification of end uses in the Palo Alto community, aligning
with the City’s primary goal of decarbonization. For future housing development, the City will
perform new analyses and make appropriate electric distribution network changes as needed
for electrification.
ANALYSIS
As noted, staff routinely use a cohort of contract support to build, maintain, and invest in the
City’s electric system infrastructure. To achieve efficiencies in timing for this pilot phase of
electrification and fiber to the premise build, leveraging these existing resources is
recommended. The recommended contract amendments reviewed below will enable current
routine daily business to proceed while ensuring capacity to support this pilot phase one build.
VIP Powerline Corp (VIP) – Electrical Construction - Contract No. C23185980
For more than 25 years, CPAU has routinely hired contractors to assist Electric Operations
crews in offsetting the labor shortage of qualified electrical journey-level workers throughout
the industry. Over the past 10 years, CPAU has not been able to successfully hire and retain
qualified electrical journey-level staff, specifically in the line construction section, to perform
the required work on the electric distribution system. Given the magnitude of work that is
required to upgrade the electric distribution system and to meet the 2030 emissions reduction
goal through electrification, staff recommends increasing the annual amount for VIP’s electrical
contractors from $4 million to $8 million for the remaining four years of the contract and
increasing the five-year not-to-exceed amount of the contract from $20 million to $36 million.
This will enable VIP to bring in one or two additional crews to perform Grid Mod work on a
regular basis. The estimated cost for a 5 day/5 person crew is approximately $72,000 weekly or
$3,500,000 annually (Attachment A). The original contract was approved by Council on April
10, 2023 (Staff Report #2303-11191)
1 Staff Report 2303-1119
https://cityofpaloalto.primegov.com/meeting/document/1862.pdf?name=Item%2010%20Staff%20Report
Davey Tree Surgery Company (Davey Tree) – Line Clearing - Contract No. C20176920
The City has contracted for utility vegetation management services since the mid-1980s to
ensure the clearing of trees and other vegetation from electrical conductors, poles, substations,
fiber optic lines, traffic signals, and streetlights throughout Palo Alto that meets or exceeds
regulatory requirements. There is increased pressure on Investor-Owned Utilities such as PG&E
to reduce the potential for fires around their electric infrastructure through enhanced
vegetation management. This has contributed to a statewide shortage of qualified line
clearance tree workers. In addition to this increased demand for qualified workers, a recent
State Assembly Bill, SB 247, has mandated that these tree workers be “…paid a rate no less than
the prevailing wage rate for a first period apprentice electrical utility lineman…”. This increased
base pay rate is 36% higher than the 2019 prevailing wage document for this trade.
Given the number of trees that will need to be pruned and the extra time it will take to fully
clear heavily vegetated areas, CPAU requires a significant increase to the capacity of line
clearance crews. Staff estimates needing a 100% increase of line clearance capacity to continue
vegetation maintenance, hazard tree removal, and pruning for the primary, secondary, and
electric service drop cables for Grid Mod. Of the 409 poles in the pilot area, staff estimates 25%
or 100 poles will require significant pruning to achieve 1-3’ radial clearance along the path of
the various cables. Staff recommends increasing the contract limit by $3,103,484 for the
remaining term, which will increase the total not-to-exceed amount from $14,486,057 to
$17,589,541 for the five year contract term through May 31, 2025 (Attachment B). The original
contract was approved by Council on June 1, 2020 (Staff Report #108832).
Stella-Jones – Utility Wood Poles – Blanket Purchase Order
CPAU has a recurring capital improvement project Wood Pole Replacement (EL-19004) to
replace between 50 to 100 wood poles on an annual basis because the poles have exceeded
their average service life of 50 years and/or other weakening conditions. Wood poles are used
to support overhead utility lines throughout the city. Though poles are inspected, tested, and
treated to maintain their integrity, over time poles will degrade and require replacement for
the safety of the community or utility workers. The City issued a formal solicitation (Request for
Quotation # 188453) on June 13, 2023 for the purchase and delivery of treated wooden poles.
Stella-Jones was one of two responsible bidders. Stella-Jones was awarded a blanket purchase
order to purchase wood poles, in an annual amount of $250,000 for a total not-to-exceed
amount of $750,000 over three years. For Grid Mod, staff estimates a replacement of 25% or
1500 of 6000 poles over the next several years to accommodate the weight of the new
transformers and distribution cables while maintaining compliance with rules for overhead
electric line construction (California Public Utilities Commission General Order 953) . Since CPAU
2 Staff Report 10883 https://www.cityofpaloalto.org/files/assets/public/v/1/agendas-minutes-
reports/reports/city-manager-reports-cmrs/year-archive/2020/id-10883.pdf?t=62508.97
3 California Public Utilities Commission General Order
https://docs.cpuc.ca.gov/PublishedDocs/Published/G000/M338/K730/338730245.pdf
will be replacing about 300 to 400 poles annually over the next five years, staff recommends
increasing the annual purchase order amount from $250,000 to $1,000,000 with Stella-Jones
for the remaining three years of the contract, increasing the total not-to-exceed amount from
$750,000 to $3,000,000 over the three-year term. In addition, staff separately solicited for H-
class poles in March 2024 and Stella-Jones was the lowest responsible bidder, so staff
recommends adding H-class wood poles under the Stella-Jones contract. The H-class poles are
larger in diameter and will support more equipment load, otherwise, the City would need to
install additional poles. The City will issue new purchase orders on an as-needed basis as the
quantity, size and type of pole replacements are determined for the Grid Mod project.
Oldcastle Infrastructure – Underground Vaults and Pads - Blanket Purchase Order
CPAU purchases large, pre-cast concrete pads, vaults, covers, and extensions for its
underground infrastructure. The materials come in various sizes and styles to meet unique
design requirements and field conditions. The vaults contain electric distribution system cables
and equipment used to provide power to customers throughout the City. In December 2014,
Council authorized Utilities to standardize with Oldcastle for this underground equipment (Staff
Report #53094) because Oldcastle is one of two vendors on the West coast that manufacture
concrete pads, vaults, extensions, and covers in the sizes and styles that meet Utilities’
standards for the construction of the utility underground electric system (Electric Service
Requirements5). Oldcastle is the City’s preferred supplier because of lower costs and higher
quality than the other West coast supplier. On February 24, 2020 Council approved a blanket
purchase order with Oldcastle as the City’s standard supplier of certain equipment for the
electric underground system, in an annual amount of $350,000 for a total not-to-exceed
purchase amount of $1,600,000 over 4.5 years (Staff Report #109606). Staff recommends
extending the contract term for an additional six months from June 30, 2024 to December 31,
2024, and staff is recommending increasing the annual amount from $350,000 to $800,000, for
a total not-to-exceed amount of the contract from $1,600,000 to $2,050,000 over the five year
term. The City will issue new purchase orders on an as-needed basis as the quantity, size and
type of underground equipment are determined for the Grid Mod project.
4 Staff Report 5309 https://www.cityofpaloalto.org/files/assets/public/v/1/agendas-minutes-reports/reports/city-
manager-reports-cmrs/year-archive/2014/final-staff-report-id-5309_utilities-substructure-standardization-with-
oldcastle.pdf
5 Electric Service Requirements https://www.cityofpaloalto.org/Departments/Utilities/Utilities-Services-
Safety/Engineering-and-Operations/Electric-Service-Requirements
6 Staff Report 10960 https://www.cityofpaloalto.org/files/assets/public/v/1/agendas-minutes-
reports/reports/city-manager-reports-cmrs/year-archive/2020/id-10960-mini-packet-022420.pdf?t=53347.87
Statewide Traffic Safety and Signs – Traffic Control - Contract No. S22183236
A traffic control plan must be included in every permit application submitted to the
Development Center and Transportation Department for projects that involve work within the
public right-of-way. The traffic control plan must be approved prior to the start of work. The
City may require additional measures of traffic control or time-of-work restrictions on a case-
by-case basis. The City issued a formal solicitation (Request for Proposals # 183236) in 2021 for
Utilities Construction On-Call Traffic Control Services, and Statewide was awarded the three-
year contract. In the pilot area, CPAU will have to replace and upgrade about 90 wooden poles
to accommodate the weight of the new transformers and distribution cables. Most of these
poles are in the public right of way which will require traffic control services (i.e. flagging, traffic
shifts, sign boards) when performing the construction work. Staff recommends increasing the
annual amount of the Statewide contract from $85,000 to $285,000 per year for the remaining
term through December 31, 2024, which increases the total not-to-exceed amount from
$255,000 to $455,000 over the three-year term. (Attachment C).
FISCAL/RESOURCE IMPACT
Funding for the five contract amendments is available in the FY 2024 Electric capital budget
under CIP Grid Modernization for Electrification (EL-24000). All the contract amendments are
for on-call services or as-needed purchase orders. Any unspent funds from the contracts will be
returned to the Electric Grid Modernization CIP. Funding in subsequent years is subject to
Council’s approval of each fiscal year’s budget appropriation.
STAKEHOLDER ENGAGEMENT
The services are coordinated with internal stakeholders and the service providers.
ENVIRONMENTAL REVIEW
The grid modernization project will replace aging infrastructure and install modern network
infrastructure to meet future needs related to home electrification. This project does not
expand the existing footprint of the City’s network; there is sufficient capacity on the existing
sub-transmission lines, substations, and primary feeders to serve the energy load that is being
added to the system. Changes to the equipment on the network will include replacement and
Vendor
Contract
No
Original Not-to-
Exceed Amount
Original
Term Date
Amendment
Amount*
Years
Remaining
Revised Not-
to-Exceed
Amount
Revised
Term Date*
VIP Powerline C23185980 20,000,000$ 4/9/2028 16,000,000 4 36,000,000$ 4/9/2028
Davey Tree C20176920 14,486,057$ 5/31/2025 3,103,484 1 17,589,541$ 5/31/2025
Stella-Jones Blanket PO 750,000$ 6/30/2026 2,250,000 3 3,000,000$ 6/30/2026
Oldcastle Infrastructure Blanket PO 1,600,000$ 6/30/2024 450,000 1 2,050,000$ 12/31/2024
Statewide Traffic Safety S22183236 255,000$ 12/31/2024 200,000 1 455,000$ 12/31/2024
Total 37,091,057$ 22,003,484$ 59,094,541$
* Changes in contract amounts and term date are bolded
installation of pad-mounted transformers and new protective devices to improve reliability, and
system controls to allow for the import and export of energy from homes on the network. This
project is categorically exempt from California Environmental Quality Act (CEQA) review under
CEQA Guidelines section 15303 (construction and location of limited numbers of new, small
facilities or structures; installation of small new equipment and facilities in small structures) and
section 15302 (replacement or reconstruction of existing structures and facilities). In addition,
Council’s approval of the grid modernization project does not require additional environmental
review under CEQA Guidelines section 15183, because the grid modernization project, an
element of the Council-approved S/CAP, is consistent with the Environmental Impact Report
(EIR) Addendum to the City of Palo Alto Comprehensive Plan Final Environmental Impact Report
Council approved on June 5, 20237.
ATTACHMENTS
Attachment A: Contract With VIP Powerline; C23185980, Amendment 1
Attachment B: Contract With Davey Surgery Tree; C20176920, Amendment 1
Attachment C: Contract With Statewide Traffic Safety and Signs; S22183236, Amendment 1
APPROVED BY:
Dean Batchelor, Director of Utilities
Staff: Dave Yuan, Strategic Business Manager
7Environmental Impact Report https://cityofpaloalto.primegov.com/Portal/Meeting?meetingTemplateId=12530
CONTRACT CHANGE ORDER
CITY OF PALO ALTO
DEPARTMENT: ELECTRIC UTILITIES OPERATIONS
Electric Utility Construction Services Project
Contract Change Order # 1
Project Title: Grid Modernization Project No.: EL-24000
Contract Number: C23185980 Date: 4/16/2024
Contractor: VIP Powerline Corp Change Order No.: 1
Description of Change Order
Background Information: The Electric Grid Modernization project is to enhance the distribution system’s grid resiliency and
reliability in a manner that will continue to accelerate the City’s clean energy and decarbonization
goals. Palo Alto’s grid must be modernized to reach the capacity required to electrify all homes
and cars.
The original contract C23185980 was approved by City Council on April 10, 2023 under staff
report 2303:1119. The original terms of the contract was an annual not-to-exceed amount of
$4,000,000 per year, for a five-year contract not-to-exceed a total amount of 20,000,000 from
April 10, 2023 through April 9, 2028.
https://cityofpaloalto.primegov.com/meeting/document/1862.pdf?name=Item%2010%20Staff%
20Report
Change Order Justification: To meet the expected increase in demands, Grid Mod will increase network capacity. Capacity
increases will include the following work: converting 4kV systems to 12kV; installing more
distribution transformers with greater capacity; and rebuilding secondary networks by increasing
conductor size, replacing utility poles, and creating more secondary networks.
Staff recommends increasing the annual amount from $4 million to $8 million for the remaining
four years of the contract and increasing the five-year not-to-exceed amount of the contract from
$20 million to $36 million.
Description of Work to be Performed: Contractor will provide electric line construction crew(s) to be used on an ongoing
basis to assist with construction and operating activities on the City’s 12kV and 4kV Electric
Distribution System. The City proposes to utilize contract labor and equipment to supplement
the City’s crews in the construction of necessary maintenance, pole replacements, and existing
facilities upgrades on its Electric System. The project includes replacing 1,400 pole top
transformers and 341 underground transformers. Furthermore, 296,300 circuit feet of open wire
secondary conductors in the distribution system will be replaced with aluminum aerial cable.
Approximately 1,500 or 25% of 6,000 poles will need to be replaced and increased in size to
support the weight of the new transformers, wires, and equipment.
Incorporates Field Order Number(s): Bid items 1 - 20
Cost Time
DocuSign Envelope ID: 62DD72C0-4AF6-4490-BEC3-AA490040557D
This Change Order will:
No cost change: N/A
X Increase cost by $ 16,000,000.00
Decrease cost by $ N/A
This Change Order will:
X Not change time
Increase time by ____ days
o ___ days Excusable Delay
o ___ days Compensable Delay
Decrease time by ____ days
The date of completion as of this Change Order is:
Requesting this change for year 2 (current) through year 5
contract.
G/L account number (s): 40029013 / 31650
Basis for change in cost:
Unit price(s)
Lump sum
X Time and Materials
Compensation for Compensable Delay
X Other: Time and Equipment
Contract Change Order – continued
CONTRACTOR CERTIFICATION: By signing below, Contractor agrees that this Change Order constitutes full resolution, settlement, accord and
satisfaction with respect to any and all pending or future Claims for cost and extensions of time that were asserted, or that could have been
asserted, in connection with the Work covered by this Change Order, as more fully set forth in Article 7 of the Contract General Conditions.
FAILURE TO EXECUTE: If Contractor fails to promptly execute this Change Order after it has been submitted for Contractor’s signature, the City
may unilaterally approve this Change Order as set forth in Article 7 of the Contract General Conditions. Contractor may dispute the terms of a
unilaterally-approved Change Order, in whole or in part, by submitting a Claim in accordance with the Dispute Resolution Procedures set forth
herein within fourteen (14) days after the Change Order is approved by the City. If Contractor fails to submit a Claim within that 14-day period,
with respect to all or part of the unilaterally-approved Change Order, those portions of the Change Order which have not been disputed by timely
submission of a Claim shall be deemed to have the same effect as if the Change Order was fully executed by both parties as set forth above.
Accepted for Contractor: Accepted for City of Palo Alto:
By: Ryan Tufnail By: Jose Ibarra
Title:
President Title:
Utilities Supervisor
Date: Date:
PC
O
N
o
.
AS
I
FO
CO
R
CO
Description Amount Reason for Change
1 Foreman/ Crew Leader (12 kV rubber glove
certification required) $514,000 Electric Grid Modernization Project
2 Line Person/ Journeyman (12 kV rubber glove
certification required) $892,000 Electric Grid Modernization Project
3 Line Person/Journeyman Apprentice (12 kV rubber
glove certification required) $394,000 Electric Grid Modernization Project
4 Truck Driver/ Ground Person (12 kV rubber glove
certification required) $314,000 Electric Grid Modernization Project
Scope of Work
DocuSign Envelope ID: 62DD72C0-4AF6-4490-BEC3-AA490040557D
4/25/20244/25/2024
5 Overtime Foreman/ Crew Leader (12 kV rubber
glove certification required) $293,000 Electric Grid Modernization Project
6 Overtime Line Person/ Journeyman (12 kV rubber
glove certification $247,000 Electric Grid Modernization Project
7 Overtime Line Person/ Journeyman Apprentice (12
kV rubber glove certification required) $214,000
Electric Grid Modernization Project
8 Overtime Truck Driver/ Ground Person (12 kV
rubber glove certification required) $162,000
Electric Grid Modernization Project
9 Line Truck Capable of setting and removing poles up
to 70’ $192,000
Electric Grid Modernization Project
10 Line Truck Capable of setting and removing poles up
to 80’ $90,000
Electric Grid Modernization Project
11 Material Handler/ Bucket Truck capable of
facilitating live line work at 55’ $192,000
Electric Grid Modernization Project
12 Material Handler/ Bucket Truck capable of
facilitating live line work at 70’ $100,000
Electric Grid Modernization Project
13 Cargo Trailer capable of hauling material including
poles up to 80’ $20,000
Electric Grid Modernization Project
14 Bucket Truck capable of working on electric
secondary level (35’) $70,000
Electric Grid Modernization Project
15 18k LB Boom Truck (e.g. Small Crane) $70,000
Electric Grid Modernization Project
16 Single Reel Dolly Trailer $20,000
Electric Grid Modernization Project
17 3 Reel Dolly/Trailer or Truck $20,000
Electric Grid Modernization Project
18 40k LB Take up Dolly (e.g. 4k Hogg Davis Cable
Puller) $70,000
Electric Grid Modernization Project
19 Underground Splicing Van $70,000
Electric Grid Modernization Project
20 Traffic Control Services $56,000
Electric Grid Modernization Project
Total for this Change Order $4,000,000
Annual incremental percentage increases in bid prices shall be listed for each additional year of the contract.
YEAR 2 - 1st Optional 12-month extension (Items 001 – 0020) 3.90%
YEAR 3 - 2nd Optional 12-month extension (Items 001 – 0020) 3.70%
YEAR 4 - 3rd Optional 12-month extension (Items 001 – 0020) 3.50%
YEAR 5 - 4th Optional 12-month extension (Items 001 – 0020) 3.30%
DocuSign Envelope ID: 62DD72C0-4AF6-4490-BEC3-AA490040557D
Document Preparation
By: Dave Yuan
Title: Utilities Strategic Business Manager
Date: April 16, 2024
City Approval – Division Head
Signature required on all Change Orders
By :
Title : Tomm Marshall
Assistant Director, Electric Engineering and Operations
Date:
City Approval – Department Head
Signature required when any individual Change Order exceeds $10,000.
By:
Title: Dean Batchelor
Director of Utilities
Date:
Contract Change Order – continued
Summary of Amounts Payable Under Contract (For Internal Purposes Only)
Original Contract Sum: $ 20,000,000.00
Previous Change Orders $ 0.00
This Change Order $ 16,000,000.00
Revised Contract Sum: $ 36,000,000.00
Compare to:
Original Contract
Authorization: $ 20,000,000.00 Contingency: 0.00
Contract Amendment
Authorizations $ 0.00 Contingency added: 0.00
Contingency Authorizations: $ 0.00 Used to date (0.00)
Total Authorized Funding: $ 20,000,000.00 Balance remaining 0.00
Change Orders shall not be initiated for Council-approved contracts if the revised Contract Sum exceeds the
total authorized funding amount.
DocuSign Envelope ID: 62DD72C0-4AF6-4490-BEC3-AA490040557D
4/30/2024
4/30/2024
Vers.: Aug. 5, 2019
Page 1 of 6
AMENDMENT NO. 1 TO CONTRACT NO. C20176920
BETWEEN THE CITY OF PALO ALTO AND
DAVEY TREE SURGERY COMPANY
This Amendment No. 1 (this “Amendment”) to Contract No. C20176920 (the “Contract” as defined
below) is entered into as of June 17, 2024 by and between the CITY OF PALO ALTO, a California chartered
municipal corporation (“CITY”), and DAVEY TREE SURGERY COMPANY, a Delaware corporation, located at 2617
South Vasco Road, Livermore, CA 94550 (“CONTRACTOR ”). CITY and CONTRACTOR are referred to collectively
as the “Parties” in this Amendment.
R E C I T A L S
A. The Contract (as defined below) was entered into by and between the Parties hereto for the
provision of utility line and pole tree clearing services, as detailed therein.
B. The Parties now wish to amend the Contract in order to add more hourly line clearing and
contingency funding for the electric grid modernization pilot project, increasing compensation by Three Million
One Hundred Three Thousand Four Hundred Eighty-Four Dollars ($3,103,484.00) from Fourteen Million Four
Hundred Eighty-Six Thousand Fifty-Six Dollars and Eighty-Eight Cents ($14,486,056.88) to a new total not to
exceed amount of Seventeen Million Five Hundred Eighty-Nine Thousand Five Hundred Forty Dollars and Eighty-
Eight Cents ($17,589,540.88).
NOW, THEREFORE, in consideration of the covenants, terms, conditions, and provisions of this
Amendment, the Parties agree:
SECTION 1. Definitions. The following definitions shall apply to this Amendment:
a. Contract. The term “Contract” shall mean Contract No. C20176920 between
CONSULTANT and CITY, dated June 1, 2020.
b. Other Terms. Capitalized terms used and not defined in this Amendment shall have the
meanings assigned to such terms in the Contract.
SECTION 2. Section 5 “COMPENSATION FOR ORIGINAL TERM” of the Contract is hereby amended to
read as follows:
“COMPENSATION FOR ORIGINAL TERM. CITY shall pay and CONTRACTOR agrees to accept as not-to-
exceed compensation for the full performance of the Services and reimbursable expenses, if any:
A sum calculated in accordance with the fee schedule set forth at Exhibit C, not to exceed a total
maximum compensation amount of Seventeen Million Five Hundred Eighty-Nine Thousand Five
Hundred Forty Dollars and Eighty-Eight Cents ($17,589,540.88).
CONTRACTOR agrees that it can perform the Services for an amount not to exceed the total maximum
compensation set forth above. Any hours worked or services performed by CONTRACTOR for which
payment would result in a total exceeding the maximum amount of compensation set forth above for
performance of the Services shall be at no cost to CITY.
DocuSign Envelope ID: 50FB16F1-F3CC-4D3F-9A1E-70288021EB07
Vers.: Aug. 5, 2019
Page 2 of 6
Included in the maximum compensation amount set forth above, CITY has set aside the sum of Three
Million One Hundred Eighty-Four Thousand Ten dollars and Sixty cents ($3,184,010.60) for Additional
Services. If requested by CITY, CONTRACTOR shall provide Additional Services only by advanced,
written authorization from the City Manager or designee. CONTRACTOR, at the CITY’s request, shall
submit a detailed written proposal including a description of the scope of services, schedule, level of
effort, and CONTRACTOR’s proposed maximum compensation, including reimbursable expense, for
such services. Compensation shall be based on the rates set forth in Exhibit C-1 (whichever is
applicable), or if such rates are not applicable, a negotiated lump sum. CITY shall not authorize and
CONTRACTOR shall not perform any Additional Services for which payment would exceed the amount
set forth above for Additional Services. Performance of and payment for Additional Services is subject
to all requirements and restrictions in this Agreement.”
SECTION 3. The following exhibit(s) to the Contract is/are hereby amended or added, as indicated below,
to read as set forth in the attachment(s) to this Amendment, which is/are hereby incorporated in full into this
Amendment and into the Contract by this reference:
a. Exhibit “C” entitled “SCHEDULE OF FEES”, AMENDED, REPLACES PREVIOUS.
b. The portion of Exhibit C-1 entitled “RATE SCHEDULE YEAR 5 (6/1/2024- 5/31/2025)”,
AMENDED, REPLACES PREVIOUS.
SECTION 4. Legal Effect. Except as modified by this Amendment, all other provisions of the Contract,
including any exhibits thereto, shall remain in full force and effect.
SECTION 5. Incorporation of Recitals. The recitals set forth above are terms of this Amendment and are
fully incorporated herein by this reference.
(SIGNATURE BLOCK FOLLOWS ON THE NEXT PAGE.)
DocuSign Envelope ID: 50FB16F1-F3CC-4D3F-9A1E-70288021EB07
Vers.: Aug. 5, 2019
Page 3 of 6
SIGNATURES OF THE PARTIES
IN WITNESS WHEREOF, the Parties have by their duly authorized representatives executed this
Amendment effective as of the date first above written.
CITY OF PALO ALTO
_____________________________
City Manager
APPROVED AS TO FORM:
_____________________________
City Attorney or designee
DAVEY TREE SURGERY COMPANY
By:______________________________
Name:___________________________
Title:____________________________
By:______________________________
Name:___________________________
Title:____________________________
DocuSign Envelope ID: 50FB16F1-F3CC-4D3F-9A1E-70288021EB07
President & General Manager
Larry Evans
Erika Schoenberger
General Counsel, Secretary
Vers.: Aug. 5, 2019
Page 4 of 6
EXHIBIT C SCHEDULE OF FEES
Compensation based upon fee schedule
CITY shall pay CONTRACTOR for Services rendered as assigned by the City
according to the contract year fee schedule table below and the detailed rate
schedule provided in Exhibit C-1 for the applicable contract year. The maximum
amount of compensation to be paid to CONTRACTOR, including both payment for
Services and any specified reimbursable expenses, shall not exceed the amounts
set forth in Section 5 of the Agreement. Any Services provided or hours worked
for which payment would result in a total exceeding the maximum amount of
compensation set forth herein shall be at no cost to CITY. Unless a different
timeframe is agreed upon by CITY and CONTRACTOR, the CONTRACTOR will
invoice completed work to the CITY monthly.
Hourly Basis and Per-Unit Basis
The parties understand and agree that the CITY may assign work to the
CONTRACTOR on an hourly basis or a per-unit basis, in the CITY’s sole discretion,
based on the nature of the work and the CITY’s needs. Hourly pricing and per-unit
pricing are set forth in Exhibit C-1.
90-day Per-Unit Pricing Review
The CITY’s assignment of per-unit work to the CONTRACTOR depends in part on the
CONTRACTOR’s per-unit pricing. Within 90 calendar days of the start of this Agreement, after having completed work for the CITY hereunder and having gained greater familiarity with the CITY’s trees and work assignments, CONTRACTOR will assess whether its perunit pricing can be decreased, and CONTRACTOR will notify the CITY of the results of
its assessment in writing to the CITY’s Project Manager. If CONTRACTOR does find
that it can lower its per-unit pricing, it will include its revised, lower per-unit price in the aforementioned notice to the CITY’s Project Manager. This 90-day per-unit pricing review will benefit the CONTRACTOR by providing the potential to be assigned more work by the CITY on a per-unit basis, and will benefit the CITY by providing the potential of greater
affordability for per-unit work. During the initial 90-day period, CONTRACTOR will be paid at the hourly rate. If production results during the 90-day period are mutually favorable to the CITY and the
CONTRACTOR, and the CONTRACTOR provides a lower per-unit rate, as detailed
above, the parties will execute an amendment to this Agreement as provided for in Section 27.4 herein, memorializing the lower per-unit rate, and the line clearance trimming work will be shifted to per-unit cost pricing. If unfavorable, CONTRACTOR will be assigned and paid at the hourly rate unless and until a re-proposed, lower per-unit price is mutually
agreed to via an amendment to this Agreement. Notwithstanding the forgoing two
DocuSign Envelope ID: 50FB16F1-F3CC-4D3F-9A1E-70288021EB07
Vers.: Aug. 5, 2019
Page 5 of 6
sentences, the assignment and payment of work on an hourly basis or a per-unit basis will remain a determination made by the City in its sole discretion, based on the CITY’s needs.
Additional Services (if any,
per Section 5)
Services Subtotals /
Totals
Contract Year 1 $2,598,989.60 $129,949.48 $2,728,939.08
Contract Year 2 $2,676,563.39 $133,828.17 $2,810,391.56
Contract Year 3 $2,756,827.12 $137,841.36 $2,894,668.48
Contract Year 4 $2,839,500.77 $141,975.04 $2,981,475.81
Contract Year 5 $3,533,649.40 $2,640,416.55 $6,174,065.95
Subtotals /
Totals $14,405,530.28 $3,184,010.60 $17,589,540.88
DocuSign Envelope ID: 50FB16F1-F3CC-4D3F-9A1E-70288021EB07
Vers.: Aug. 5, 2019
Page 6 of 6
EXHIBIT C-1 RATE SCHEDULE - YEAR 5 (6/1/2024 to 5/31/2025)
EXHIBIT C-1
RATE SCHEDULE - YEAR 5 (6/1/2024 to 5/31/2025)
ITEM ESTIMATED QUANTITIES
PER YEAR
UNITS DESCRIPTION & PROPOSALITEM RATE TOTALPRICE
01 3100 EA UNIT COST LINE CLEARING(PER TREE UNIT) $306.60 $950,460.00
02 20 EA UNIT COST POLE CLEARING(PER POLE) $168.83 $3,376.60
03 10 EA UNIT COST POLE CLEARING& SPRAYING(PER POLE) $196.96 $1,969.60
04 7453 HR HOURLYCOST LINECLEARING- 2 PERSON CREW +
EQUIPMENT & TOOLS
$296.67 $2,211,081.51
05 80 HR
HOURLYCOST
LINECLEARING
(AS NEEDED)
2 PERSON CREW OVERTIME $430.36 $34,428.80
06 525 HR 3 PERSON CREW + EQUIP & TOOLS $401.12 $210,588.00
07 10 HR 3 PERSON CREW OVERTIME $581.69 $5,816.90
08 475 HR 1 PERSON CREW + EQUIP & TOOLS $153.17 $72,755.75
09 10 HR 1 PERSON CREW OVERTIME $222.12 $2,221.20
10 16 HR
EMERGENCY
RESPONSERATES
(AS NEEDED)
2 PERSON CREW M-F AFTER HOURS
AND ALL DAY ON WEEKENDS/HOLIDAYS
$430.36 $6,885.76
11 16 HR
3 PERSON CREW M-F AFTER HOURS
AND ALL DAY ON
WEEKENDS/HOLIDAYS
$581.64 $9,306.24
12 17 HR
1 PERSON CREW M-F AFTER HOURS
AND ALL DAY ON
WEEKENDS/HOLIDAYS
$222.12 $3,776.04
13 200 HR SPECIAL
EQUIPMENT (AS
NEEDED)
70 FT AERIAL LIFT TRUCK $44.14 $8,828.00
14 100 HR 100 FT AERIAL LIFT TRUCK $121.55 $12,155.00
TOTAL, ITEMS 01-14
$3,533,649.40
TOTAL IN WORDS: Three Million Five Hundred Thirty-Three Thousand Six Hundred Forty-Nine Dollars
and Forty Cents
DocuSign Envelope ID: 50FB16F1-F3CC-4D3F-9A1E-70288021EB07
Vers.: Aug. 5, 2019
Page 1 of 3
AMENDMENT NO. 1 TO CONTRACT NO. S22183236
BETWEEN THE CITY OF PALO ALTO AND
STATEWIDE TRAFFIC SAFETY AND SIGNS INC.
This Amendment No. 1 (this “Amendment”) to Contract No. S22183236 (the “Contract” as
defined below) is entered into as of April 15, 2024, by and between the CITY OF PALO ALTO,
a California chartered municipal corporation (“CITY”), and STATEWIDE TRAFFIC SAFETY AND
SIGNS INC., a Delaware corporation, located at PO Box 31001-2620, Pasadena, CA
91110-2620 (“CONSULTANT”). CITY and CONSULTANT are referred to collectively as the
“Parties” in this Amendment.
R E C I T A L S
A. The Contract (as defined below) was entered into by and between the Parties hereto
for the provision of providing on-call traffic control services, as detailed therein.
B. The Parties now wish to amend the Contract in order to increase the total not-to-
exceed amount of the Contract by Two Hundred Thousand Dollars ($200,000) from Two Hundred
Fifty-Five Thousand Dollars ($255,000) to a new total not-to-exceed amount of Four Hundred Fifty-
Five Thousand Dollars ($455,000) over the three-year term.
NOW, THEREFORE, in consideration of the covenants, terms, conditions, and provisions of
this Amendment, the Parties agree:
SECTION 1. Definitions. The following definitions shall apply to this Amendment:
a.Contract. The term “Contract” shall mean Contract No. S22183236 between
CONSULTANT and CITY, dated December 23, 2021.
b.Other Terms. Capitalized terms used and not defined in this Amendment
shall have the meanings assigned to such terms in the Contract.
SECTION 2. Section 4 “NOT TO EXCEED COMPENSATION” of the Contract is hereby
amended to read as follows:
“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 Not to Exceed
Compensation of Four Hundred Fifty-Five Thousand Dollars ($455,000). 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.”
DocuSign Envelope ID: AB08A23C-A5E7-44AD-842C-A0F5FA2F5C77
Vers.: Aug. 5, 2019
Page 2 of 3
SECTION 4. Legal Effect. Except as modified by this Amendment, all other provisions of
the Contract, including any exhibits thereto, shall remain in full force and effect.
SECTION 5. Incorporation of Recitals. The recitals set forth above are terms of this
Amendment and are fully incorporated herein by this reference.
(SIGNATURE BLOCK FOLLOWS ON THE NEXT PAGE.)
DocuSign Envelope ID: AB08A23C-A5E7-44AD-842C-A0F5FA2F5C77
Vers.: Aug. 5, 2019
Page 3 of 3
SIGNATURES OF THE PARTIES
IN WITNESS WHEREOF, the Parties have by their duly authorized representatives executed
this Amendment effective as of the date first above written.
CITY OF PALO ALTO
_____________________________
City Manager
APPROVED AS TO FORM:
_____________________________
City Attorney or designee
STATEWIDE TRAFFIC SAFETY AND
SIGNS INC.
Officer 1
By:______________________________
Name:___________________________
Title:____________________________
Officer 2
By:______________________________
Name:___________________________
Title:____________________________
DocuSign Envelope ID: AB08A23C-A5E7-44AD-842C-A0F5FA2F5C77
Director of Contracts
Anthony Amato
Chief Legal Officer
Matthew Hunt
Dear Mayor and Council Members,
On behalf of City Manager Ed Shikada, please see staff responses below for questions from
Council Member Tanaka on the Monday, June 10 Council Meeting.
Item 6: Approval of Contract for Long-Range Facilities Plan Update at RWQCP
1. Given the substantial investment of $2,742,774 for the Long Range Facilities Plan update,
what specific, detailed contingency plans and risk mitigation strategies have been put in
place to address potential implementation challenges? What metrics or historical data
demonstrate the effectiveness of similar contingency plans in past projects of this scale
and complexity? Additionally, how can we ensure that these plans are robust enough to
handle unforeseen delays or cost overruns, and what are the projected impacts on the
project timeline and budget if such issues arise?
Staff response: Contingency planning for an advanced planning consultant contract was
unnecessary, as significant implementation challenges are not anticipated. There was no
need for contingency planning on the prior Long Range Facilities Plan completed in 2012.
Standard tools for addressing implementation issues include the use of additional services
funding, amendments to the contract for time extensions or additional fees, and so forth.
2. How does the current Long Range Facilities Plan update ensure that the new technologies
and infrastructure will remain effective and compliant with future regulatory
requirements and environmental standards? What detailed projections and scenarios
consider potential increases in wastewater flow, changes in pollutant loads, and emerging
contaminants? What specific strategies and investments are planned to adapt to these
future challenges and to ensure the plant’s operations are sustainable and resilient in the
long term?
Staff response: The Long Range Facilities Plan Update report will answer this question; the
report will inform on the specific strategies and investments needed to meet future
challenges. As part of advanced planning, the consulting firm, Carollo Engineers, will
evaluate potential future regulatory requirements and advise the City with experienced
engineering staff on the infrastructure options to meet those requirements. The Long Range
Facilities Plan Update would be followed by additional planning and design analyses before
committing to a particular pathway. The Long Range Facilities Plan Update is not the only
planning and design study that will be used to ensure the City’s infrastructure will have a
useful life beyond the investment. The main projection components will be for population,
per capita flow assumptions, and pollutant loading projections.
3. Given the significant financial commitment required for this project, what is the detailed
cost-benefit analysis that justifies the expenditure of $2,742,774, including specific
metrics on the anticipated environmental, operational, and community benefits? How do
these benefits compare to alternative, potentially less costly solutions? Additionally, what
assurances can you provide that this investment will deliver the projected outcomes, and
how will we measure and report on the project’s success to ensure accountability to our
constituents?
Staff response: The Wastewater Treatment Fund has a significant long-term capital
program and is currently planning, designing, and constructing approximately $350 million
in capital work. The level of financial commitment for this project is in line with the size of
the capital program and the complex nature of a 24/7 industrial wastewater treatment
facility. The project itself has many benefits. It answers Council questions about whether
the Wastewater Treatment Fund has a need to use the Measure E site and it provides a
technical basis for the evaluation of the fixed and operating flow shares between partner
agencies. It also provides needed space planning analysis and prioritizes needed capital
improvements going forward. These benefits are worth the expense required. Specific
metrics for environmental, operational, and community benefits were not developed, and it
is unclear how such a metric would be determined.
Item 7: Approval of JJR Construction Contract for 2024 Sidewalk, Curb, and Gutter Repairs
1. Given the significant impact of the sidewalk repair project on local residents and
businesses, what is the comprehensive breakdown of the methods used to solicit and
incorporate stakeholder feedback? Specifically, what were the primary concerns raised by
these stakeholders, and how have these concerns been addressed in the project plan?
Without clear evidence of robust stakeholder engagement, how can we ensure that the
community's needs and preferences are being adequately met?
Staff response: The locations in this project were compiled through surveying, input from
stakeholders via email and phone call, and 311 Requests submitted by the community.
Primary concerns raised by stakeholders included tripping hazards, cracked sidewalks, and
drainage issues. To address all these concerns, the project expanded its work area to go
beyond sidewalk districts 1 and 2 (limits are from Palo Alto Avenue to Embarcadero Road
and from Alma Street to Middlefield Road). The project also includes add-alternate bid
items to support additional sidewalk repairs to address community requests received during
construction that meet repair requirements, in addition to other locations that staff
determine need to be repaired.
2. Given the scope of the sidewalk repair project, could you provide a detailed construction
timeline that includes specific phases, key milestones, and expected completion dates?
Additionally, what comprehensive measures are being implemented to minimize
disruptions to residents and businesses, particularly in high-density areas? How will these
measures be monitored and adjusted based on community feedback during the
construction period?
Staff response: The project is organized into two phases, differentiating between
improvements that are funded by the Community Development Block Grant (CDBG)
program and improvements funded through the Capital Improvement Fund. Due to grant
invoice deadlines, the project will address all locations funded by the CDBG program first,
before moving on to repair other locations. It is expected that all of the work will be
completed in about seven months. Staff understands the impact construction has to the
community, especially in high-density areas. Work adjacent to food businesses will be
paused during lunch hours from 11 am to 2 pm to help minimize the inconvenience, and
access to businesses will be provided at all times.
Item 8: Approval of Funding Increase and Contract Extension for Local Advanced Water
Purification System Project
1. In light of the proposed budget increase for the Local AWPS project, what detailed
analysis has been conducted to ensure that this expenditure is prioritized over other
critical infrastructure and service needs within the city? Could you elaborate on the
criteria and metrics used to determine this project's precedence, and how this aligns with
our long-term financial sustainability goals? Additionally, what are the potential
opportunity costs associated with this allocation, and how will they impact other essential
city services and projects?
Staff response: The report does not propose an increase to the budget for the Local AWPS
project. A financial plan for this project was approved unanimously by Council on October
16, 2023, including directions to proceed with securing the construction management
services recommended in this report. This capital project’s funding sources are entirely
funded from outside agencies and it was therefore not necessary to compare against the
City’s long-term financial goals. Staff is working with Mountain View to provide adequate
funding, including up-front cash, to ensure there are no cashflow impacts to the City of Palo
Alto during construction.
2. The staff report mentions the current use of recycled water for irrigation and industrial
purposes. What specific deficiencies were identified in these applications that necessitate
the proposed quality improvements? What limitations are currently being faced with the
800 ppm TDS level, and how will reducing this to approximately 450 ppm address these
issues? Please include detailed data or case studies illustrating these points.
Staff response: The RWQCP recycled water TDS level of 800 mg/L significantly impacts salt
sensitive plants. Mountain View has cut down many of their trees in the Shoreline area due
to salt from the recycled water and has paused the expansion of their recycled water
system while waiting for the outcome of this project. These impacts were described in more
detail in the October 16, 2023 Council report.
3. What empirical evidence supports the assertion that reducing TDS levels in recycled water
will have a significant, positive impact on the daily lives of Palo Alto residents? What were
the findings in projections on how these changes will enhance community well-being or
provide economic benefits, particularly in areas currently relying on potable water for
applications that could utilize improved recycled water?
Staff report: The report does not make such a claim about the impact on the daily lives of
Palo Alto residents. The October 16, 2023 Council report states that the project benefits
Palo Alto by providing higher quality recycled water for the Golf Course and Greer Park,
reducing conversion of marsh near the RWQCP outfall, and reducing discharge to the Bay.
The project also furthers our collaborative efforts with treatment plant partner agencies
and sets up potential for future recycled water customers within Palo Alto.
4. Have enhanced water conservation programs been considered as a more cost-effective
alternative to the significant investment in the Local AWPS project? What detailed
projections on the potential water savings and efficiency gains from these programs,
supported by data from similar initiatives in other cities, can be provided? How do these
projected benefits compare to the expected outcomes of the AWPS project, and what
cost-benefit analysis has been conducted to evaluate these options?
Staff report: Both Palo Alto and Mountain View have evaluated water conservation against
other projects to reduce potable water consumption as part of citywide feasibility studies.
Again, the October 16, 2023 Council report reviewed the history of the development of the
project, and its recommendation to proceed with the project was approved unanimously by
Council.
Item 10: Palo Alto Electric Grid Modernization Project Approval
1. Considering the substantial investment of up to $350 million in the grid modernization
project, what detailed analysis can be provided on how the benefits will be distributed
across different neighborhoods, particularly those that have historically been
underserved? Specifically, what criteria are being used to prioritize areas for upgrades,
and how will the project ensure equitable service improvements for all residents, not just
corporate areas like Stanford Research Park?
Staff response: The pilot serves as a testbed to refine engineering designs and construction
methods, ensuring efficient resource deployment and minimizing community
disruption. The grid modernization project includes major upgrades of the citywide
distribution infrastructure and improvements at multiple substations, ensuring that
enhancements are spread across all residential areas of the city. Prioritization is based on
factors such as current infrastructure conditions, projected load increases, and the need for
enhanced reliability and resiliency.
2. Given the projected timeline of 2024 to 2032 for the grid modernization project, what
specific technological advancements are anticipated during this period, and how does the
project plan to integrate these advancements without causing significant disruptions or
additional costs? Can you provide scenarios or case studies where similar long-term
projects successfully adapted to technological changes?
Staff response: Grid modernization allows the City to advance technological assets and
improve grid functionality over time. Specifically, Palo Alto intends to utilize “smart grid”
automation by installing two-way communication and enhanced control systems, allowing
enhancements to demand reduction efforts. There will be new capabilities, such as
providing nearly real time data on energy consumption and voltage information through
advanced metering. Additional benefits from real time data includes improving fault
detection and isolation, thus improving response time for restoration, and overall
reliability. In future stages of the Grid Mod project Utilities will evaluate and implement
viable tested technologies that are introduced to the market. The City will also be tracking
the progress and technological advancements of the Grid Resilience and Innovation
Partnerships (GRIP) Program recipients.
3. What specific contingency plans does the city have to ensure project continuity in the
event of unforeseen external factors, such as economic downturns or changes in
regulatory requirements? How will these plans be activated, and what metrics will be
used to evaluate their effectiveness?
Staff response: The project’s phased approach allows for adjustments in response to
economic or regulatory changes. By issuing new solicitations for subsequent phases, the
City can adapt to budget constraints or new compliance requirements. The City can also
reallocate resources, adjust project scope, and modify timelines depending on the
situation. The City has implemented contingency plans and risk mitigation strategies to
navigate global supply chain challenges for the Grid Modernization Project. These include
prequalifying and diversifying suppliers, adding new procurement resources, and leveraging
local utilities if needed. In addition, strategic vendor partnerships and regular
communication with suppliers help anticipate and address potential disruptions. Project
success and effectiveness of contingency plans can be measured by adherence to project
timeline and budget, successful integration of new technologies, and conversion rate to
fully electrification.
Item 11: Approval of Contract Amendment for Integrated Design 360, LLC: Additional
$100,000 Funding and Six-Month Extension for Sustainability Services
1. Considering the proposed additional expenditure of $100,000 for the contract
amendment with Integrated Design 360, LLC, provide a comprehensive financial
breakdown detailing how these funds will be allocated across various activities and
services? Specifically, what are the anticipated costs for each segment of their work, such
as policy development, training, and program administration? Moreover, what safeguards
are in place to ensure that this additional funding is utilized efficiently and without
leading to cost overruns?
Staff response: A significant portion of the associated contract capacity is associated with
providing applicants and design professionals technical support on the enhanced green
building and energy compliance standards. The secondary priority will be policy
development, more specifically, the upcoming building code outreach and development
cycle, expected to begin later this year. Funding for this program will be allocated as part of
the FY2025 Operating Budget approved by Council, and no additional budget will be
allocated without Council consideration and approval.
2. Regarding the performance metrics and key performance indicators (KPIs) for Integrated
Design 360, LLC, detail the specific metrics used to assess their effectiveness in delivering
sustainability services? How frequently are these metrics reviewed, and what have the
evaluations revealed about their performance to date? Furthermore, are there any
independent audit reports or comprehensive performance reviews available that could
substantiate the contractor’s contributions towards our sustainability goals?
Staff response: Integrated Design 360, LLC’s services augment in-house staff knowledge of
green building services and the majority of the work is associated with policy development,
code updates, and compliance. Due to the collaborative effort and type of service provided,
there are no direct metrics associated solely with this firm. However, some of their
contributions can be reflected in general permit activity, such as the increase in
electrification permits over the last few years.
3. What contingency plans have been developed to address potential failures or
underperformance by Integrated Design 360, LLC? Outline the specific risk management
strategies that will be implemented to mitigate any adverse impacts arising from this
contract extension? Additionally, could you provide historical examples of how similar
risk management approaches have been effectively applied to past contracts?
Staff response: The Department does not expect any adverse impacts arising from this
minor contract extension. Staff will be pursuing a request for proposal (RFP) this summer
associated with green building support at the Development Center, and the procurement
process is one of the risk management approaches to evaluate and deploy the most
appropriate and cost-effective consultant for ongoing services.