HomeMy WebLinkAboutStaff Report 2409-3458CITY OF PALO ALTO
CITY COUNCIL
Regular Meeting
Monday, November 04, 2024
Council Chambers & Hybrid
5:30 PM
Agenda Item
7.Approval of General Service Contract Number C25191700A with Northwest Woodland
Services, Inc. in the Amount Not-to-Exceed $1,209,780 for the Open Space Trails and
Amenities Capital Improvement Program Project (OS-00001) for a Period of Five Years.
CEQA status – Categorically exempt. Consent Questions
City Council
Staff Report
From: City Manager
Report Type: CONSENT CALENDAR
Lead Department: Community Services
Meeting Date: November 4, 2024
Report #:2409-3458
TITLE
Approval of General Service Contract Number C25191700A with Northwest Woodland Services,
Inc. in the Amount Not-to-Exceed $1,209,780 for the Open Space Trails and Amenities Capital
Improvement Program Project (OS-00001) for a Period of Five Years. CEQA status –
Categorically exempt.
RECOMMENDATION
Staff recommends that Council approve and authorize the City Manager or designee to execute
Contract No. C25191700A1 with Northwest Woodland Services, Inc. for the Open Space Trails
and Amenities, Capital Improvement Program Project (OS-00001) for a term of five years in the
amount not to exceed $1,209,780, including $1,099,800 for basic services and $109,980 for
additional services Open Space Trails Contract, pursuant to the Open Space Trails and
Amenities Project (OS-00001).
BACKGROUND
In 2017, the City Council approved the Parks, Trails, Natural Open Space, and Recreation Master
Plan2 which provides guidance on trails and roads in open space. Palo Alto's Open Space
features approximately 43.2 miles of trails, spanning across several preserves. Since 2001, the
City has contracted professional trail maintenance services to ensure these trails are well-
maintained, environmentally sustainable, and safe for public use. Contractors are equipped
with specialized tools and training to perform this work in compliance with environmental best
practices and City standards.
The trail maintenance contract covers the Palo Alto Baylands Preserve, Pearson-Arastradero
Nature Preserve, and Foothills Nature Preserve. Contractors are responsible for providing all
1 Northwest Woodland Services, Inc., Open Space Trials and Amenities, Contract No. C25191700A;
final_c25191700a_open_space_trail_maintenance_gsa.pdf
2 Palo Alto Parks Trails, Natural Open Space and Recreation Master Plan, September 2017; palo-alto-
parks-master-plan.pdf (cityofpaloalto.org)
labor, equipment, supervision, transportation, tools, supplies, and incidentals necessary to
perform the required tasks in accordance with the contract's specifications.
ANALYSIS
The proposed five-year contract covers annual trail maintenance for Foothills Nature Preserve,
Pearson-Arastradero Nature Preserve, and Palo Alto Baylands Preserve. This includes:
•Grooming existing trails
•Reshaping and installing new drainage features such as dips, water bars, and culverts
•Closing unauthorized "social trails" using earth berms and other approved methods
•Seeding and mulching disturbed areas outside of the trail path
•Brushing and trimming vegetation
•Inspecting, repairing, and constructing replacement wooden footbridges
•Spreading and compacting crushed rock and oyster shells on trail surfaces
The contract also includes a day rate for unscheduled but necessary grounds maintenance in
Open Space, such as:
•Tree clearing and brush chipping
•Maintenance of picnic and campground facilities, including retaining walls, and erosion
control structures
•Maintaining trail surfaces
Additionally, a portion of the contract covers work for the Utilities Department, which involves
maintaining roads, brushing infrastructure sites, maintaining roadside drainage ditches, and
culverts within Pearson-Arastradero Preserve and Foothills Nature Preserve. This ensures
access to utility sites and includes grounds maintenance at Hal Well and Mayfield Reservoir
sites.
Procurement Process
A Request for Proposals (RFP) was released August 1, 2024, but was rebid after staff identified
that the initial license requirement was overly restrictive, potentially limiting the contractor
pool. In response, the requirements were revised to allow for either a Class A Engineering
license or a C61/D64 Soft Dirt and Gravel Hiking Trails license, broadening the qualifications for
prospective bidders. At that time staff revised the length of the agreement from a (3) three-
year term agreement to a (5) five-year term.
City staff posted a rebid of the RFP on August 29, 2024 on the City of Palo Alto’s e-procurement
website (OpenGov), notifying 3,251 vendors of the bid opening. There were 23 proposal
packages downloaded.
The City received two (2) bids by the bid submission deadline of September 11, 2024. The
Northwest Woodland Services, Inc. and Santa Cruz Mountain Trail Stewardship both met City
specifications. Northwest Woodland Services, Inc. is the lowest responsive bid.
Table 1: Summary of Request for Proposal
Proposal Description RFP 191700A OPEN SPACE TRAIL MAINTENANCE
Proposed Length of Project 5 years
Number of Vendors Notified 3,251
Number of Proposals Packages Downloaded 23
Total Days to Respond to Proposal 14
Pre-Proposal Meeting n/a
Pre-Proposal Meeting Date n/a
Number of Proposals Received 2
Proposal Price Range $1,099,800-$4,359,954
Public Link to Solicitation Project overview (opengov.com)
The proposals were evaluated and determined to be responsive to the criteria identified in the
RFP. Northwest Woodland Services, Inc. was selected because of the quality and effectiveness
of their services, the experience of their field staff, prior record of performance with the City,
and their ability to provide future services. Additionally, Northwest Woodland Services, Inc. cost
for services ($1,099,800) was significantly lower than the other proposal ($4,359,954).
FISCAL/RESOURCE IMPACT
Staff is recommending additional services totaling 10% of basic services as inclement weather
can impact the trail system significantly. In addition, this additional services funding is
necessary for this project because it accounts for unforeseen circumstances and complexities
that can arise during the five-year term. These additional services help ensure we have
appropriate resources available to keep the condition of open space trails to city standards
despite potential challenges that exceed typical expectations.
The annual contract amount is $219,960 with no cost escalation within those five years. The
contract additional services funding could be used within any of those five years.
In FY 2025 the Open Space Trails and Amenities Project (OS-00001) has funding in the amount
of $296,701 with the total five-year capital improvement plan project budget of $1,248,203,
which is sufficient for this contract.
ENVIRONMENTAL REVIEW
The work types to be completed under this contract are categorically exempt from the
California Environmental Quality Act (CEQA) under Title 14 California Code of Regulations
Section 15301 (Existing Facilities), Section 15302 (Replacement or Reconstruction), Section
15303 (New Construction of Small Facilities or Structures), and Section 15311 (Accessory
Structures) because it consists of the redevelopment of an existing facility.
APPROVED BY:
Kristen O'Kane, Community Services Director
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, November 4 Council Meeting.
Item 7: Approval of General Service Contract Number C25191700A with Northwest
Woodland Services, Inc. in the Amount Not-to-Exceed $1,209,780 for the Open Space
Trails and Amenities Capital Improvement Program Project (OS-00001) for a Period of
Five Years. CEQA status – Categorically exempt.
1. What strategies were employed to ensure a robust bidding process that attracted
qualified contractors, given the significant disparity in bids with Northwest
Woodland Services’ proposal being over three times lower than the competing
bid? How can we be sure this lower bid reflects both cost efficiency and the
expected quality of services?
Staff response: The procurement processed detailed in the staff report ensured a
competitive bidding environment. In addition to being the low bid, Northwest Woodland
Services, Inc. was chosen based on service quality, field staff experience, past
performance with the City, and future service capacity, ensuring both cost efficiency
and quality.
2. How does the City plan to address the risks of inflation and rising operational costs
in a fixed five-year contract without cost escalation provisions, and what
contingency measures are in place to ensure service quality isn’t compromised
over time?
Staff response: The fixed rate was proposed by the contractor. The contractor’s work
will be monitored by Open Space Rangers to ensure quality of work.
3. What specific criteria will trigger the use of the 10% additional services fund, and
how will the City ensure stringent oversight to prevent misuse or unanticipated
budget overruns?
Staff response: Additional services can be used for an extreme weather event(s) or for
other unforeseen complexities during the five-year term, triggered when the day rate is
exceeded. Additional services must be approved by the project manager.
4. What performance metrics will be established to monitor the contractor’s work
throughout the contract, and how will these metrics inform future contract
adjustments if standards are not met?
Staff response: A project manager and Open Space Rangers will oversee and monitor
the contractor’s work, ensuring adherence to performance standards and informing
any necessary adjustments.
Item 8: Approval of Contract Amendment Number 1 to Contract Number C24189849
with Ecology Action of Santa Cruz in the amount of $485,243 for the City of Palo Alto
Safe Routes to School Bicycle and Pedestrian Life Skills Education Programs for Three
Years (January 2025 - November 2027) for a new not-to-exceed of $625,211; CEQA
status 15322 – categorically exempt (educational program).
1. How was the proposed cost of $485,243 determined, and what benchmarks were
used to compare it to similar educational programs in other jurisdictions?
Staff response: The cost proposal reflects the scope of work for three years,
maintaining current service levels with minor curriculum updates. Ecology Action has
delivered exemplary performance during the pilot program. This comprehensive
programming is unique to Palo Alto, helping sustain and grow student active
transportation. The proposal was evaluated based on their strong understanding of
Palo Alto’s needs and their proven track record from the previous year.
2. Why was only one proposal received from Ecology Action, and what measures will
the City implement to improve the procurement process and ensure competitive
bidding in the future?
Staff response: 175 firms were notified, but only one proposal was received. The City
used its eProcurement platform and directly contacted three additional firms. A follow-
up survey revealed that one cited timing, and two mentioned capacity constraints.
3. What specific metrics will be used to evaluate the program's success in improving
student outcomes, and how will this information be reported to the Council and
the community?
Staff response: Pilot success metrics included timely deliverables, age-appropriate
curriculum, and 92% teacher approval. These metrics—number of lessons, student
participation, teacher satisfaction, and student safety outcomes—will continue to
guide evaluation. Program performance will be reported to the Council and the
community.
4. What contingency plans are in place for potential funding shortfalls from Measure
B, and how will the City ensure program continuity in the event of decreased
funding?
Staff response: The City plans to use Measure B Bicycle and Pedestrian Grant funds
for FY 2025 and beyond. If funding decreases, the City will seek other funding sources.
The Safe Routes to School Capital Improvement Project also serves as a backup,
pending Council approval.
Item 11: Approval of Amendment 1 to Contract Number C24187853 with All City
Management Services, Inc. to Increase Compensation by $228,768 for Additional
Crossing Guard Services and Add a Contingency of $414,933 for a New Not-to-Exceed
Amount of $4,564,566; and Approve a Budget Amendment in the General Fund; CEQA
status - Not a Project.
1. What specific metrics will be used to evaluate the effectiveness of the proposed
$228,768 increase in contract costs, and how will we measure the expected
reduction in traffic incidents at the new crossing guard locations?
Staff response: Through the City’s Safe Routes to School program, pedestrian and
bicycle tallies are measured through annual counts. Traffic collision data can also be
analyzed after implementation. Guards serve an integral role to help promote City
goals to encourage alternative transportation methods.
2. With the proposed increase extending financial obligations through August 2028,
how will future budgets accommodate these ongoing costs, particularly after the
PAUSD cost-sharing agreement ends in June 2025?
Staff response: Please refer to the staff report; the City will bear the continued cost of
maintaining the additional guard.
3. How will adding crossing guards affect the Police Department's resource
allocation, and what measures ensure that public safety priorities are not
compromised?
Staff response: Presence of a crossing guard allows patrol and traffic officers to focus
traffic enforcement on areas of more concern and general calls for service.
4. What community engagement has been conducted regarding this crossing guard
program, and have alternative solutions like volunteer programs or traffic calming
measures been considered?
Staff response: Changes were spearheaded as a result of community engagement.
The City/School Transportation Safety Committee, of which the Police are members,
constantly interact with school PTA’s, PAUSD staff and local transportation safety
representatives. Volunteer programs and traffic calming measures are not feasible.