Loading...
HomeMy WebLinkAbout2020-03-02 City Council Regular Meeting Agenda Packet February 27, 2020 6:02 PM City Council Regular Meeting Agenda Page1 MAYOR Roland Velasco COUNCIL MEMBERS Marie Blankley Dion Bracco Peter Leroe-Muñoz Carol Marques Fred Tovar Cat Tucker CITY COUNCIL AGENDA CITY OF GILROY CITY COUNCIL CHAMBERS, CITY HALL 7351 ROSANNA STREET GILROY, CA 95020 SPECIAL MEETING 5:00 P.M. REGULAR MEETING 6:00 P.M. (The first regular meeting item will not be considered until a time certain of 7 p.m.) MONDAY, MARCH 2, 2020 CITY COUNCIL PACKET MATERIALS ARE AVAILABLE ONLINE AT www.cityofgilroy.org AGENDA CLOSING TIME IS 5:00 P.M. THE TUESDAY PRIOR TO THE MEETING COMMENTS BY THE PUBLIC WILL BE TAKEN ON AGENDA ITEMS BEFORE ACTION IS TAKEN BY THE CITY COUNCIL. Persons wishing to address the Council are requested, but not required, to complete a Speaker’s Card located at the entrances. Public testimony is subject to reasonable regulations, including but not limited to time restrictions for each individual speaker. A minimum of 12 copies of materials should be provided to the City Clerk for distribution to the Council and Staff. Please limit your comments to 3 minutes. In compliance with the Americans with Disabilities Act, the City will make reasonable arrangements to ensure accessibility to this meeting. If you need special assistance to participate in this meeting, please contact the City Clerk a minimum of 72 hours prior to the meeting a t (408) 846-0204. A sound enhancement system is also available for use in the City Council Chambers. If you challenge any planning or land use decision made at this meeting in court, you may be limited to raising only those issues you or someone else rai sed at the public hearing held at this meeting, or in written correspondence delivered to the City Council at, or prior to, the public hearing. Please take notice that the time within which to seek judicial review of any final administrative determination reached at this meeting is governed by Section 1094.6 of the California Code of Civil Procedure. A Closed Session may be called during this meeting pursuant to Government Code Section 54956.9 (d)(2) if a point has been reached where, in the opinion of t he legislative body of the City on the advice of its legal counsel, based on existing facts and circumstances, there is a significant exposure to litigation against the City. Materials related to an item on this agenda submitted to the City Council after distribution of the agenda packet are available for public inspection with the agenda packet in the lobby of Administration at City Hall, 7351 Rosanna Street during normal business hours. These materials are also available with the agenda packet on the City website at www.cityofgilroy.org subject to Staff’s ability to post the documents before the meeting. The City Council meets regularly on the first and third Monday of each month, at 6:00 p.m. If a holiday, the meeting will be rescheduled to the following Monday, with the exception of the single meeting in July which lands on the first day of the month not a holiday, Friday, Saturday or Sunday. City Council Regular Meeting Agenda 03/2/2020 Page2 KNOW YOUR RIGHTS UNDER THE GILROY OPEN GOVERNMENT ORDINANCE Government's duty is to serve the public, reaching its decisions in full view of the public. Commissions, task forces, councils and other agencies of the City exist to conduct the people's business. This ordinance assures that deliberations are conducted before the people and that City operations are open to the people's review. FOR MORE INFORMATION ON YOUR RIGHTS UNDER THE OPEN GOVERNMENT ORDINANCE, TO RECEIVE A FREE COPY OF THE ORDINANCE OR TO REPORT A VIOLATION OF THE ORDINANCE, CONTACT THE OPEN GOVERNMENT COMMISSION STAFF AT (408) 846-0204 or shawna.freels@cityofgilroy.org SPECIAL MEETING - CLOSED SESSION - 5:00 P.M. CALL TO ORDER AND ROLL CALL CLOSED SESSION A. PUBLIC EMPLOYEE APPOINTMENT/EMPLOYMENT; Pursuant to Government Code Section 54957 and Gilroy City Code Section 17A.11(2) Name/Title Interim or Acting City Administrator 1. Public Comment on Closed Session Item 2. Adjourn to Closed Session 3. ADJOURN TO OPEN SESSION - Report of any action taken in Closed Session and vote or abstention of each Councilmember if required by Government Code Section 54957.1 and Gilroy Code Section 17A.13 (a); Public Report of the vote to continue in closed session if required under Gilroy Code Section 17A.11 (5) 4. ADJOURN SPECIAL MEETING REGULAR MEETING - 6:00 P.M. (The first regular meeting item will not be considered until a time certain of 7:00 p.m.) I. OPENING A. Call to Order 1. Pledge of Allegiance 2. Invocation 3. City Clerk's Report on Posting the Agenda 4. Roll Call B. Orders of the Day C. Employee Introductions II. CEREMONIAL ITEMS City Council Regular Meeting Agenda 03/2/2020 Page3 A. Proclamations, Awards, and Presentations 1. Recognition of Retiring Museum Volunteer Tom Howard 2. Proclamation Naming March Red Cross Month 3. Proclamation Naming the Week of March 9, 2020 Science Fair Week. 4. Recognition of Retiring Employee Mary Gutierrez 5. Recognition of Retiring Employee Joseph Deras 6. Recognition of Gabriel Gonzalez for His Service to the City as City Administrator III. PRESENTATIONS TO THE COUNCIL PUBLIC COMMENT BY MEMBERS OF THE PUBLIC ON ITEMS NOT ON THE AGENDA BUT WITHIN THE SUBJECT MATTER JURISDICTION OF THE CITY COUNCIL (This portion of the meeting is reserved for persons desiring to address the Council on matters not on this agenda. The law does not permit Council action or extended discussion of any item not on the agenda except under special circumstances. If Council action is requested, the Council may place the matter on a future agenda. Written material provided by public members for Council agenda item “public comment by Members of the Public on items not on the agenda” will be limited to 10 pages in hard copy. An unlimited amount of material may be provided electronically.) A. Annual Silicon Valley Clean Energy Presentation City Council Regular Meeting Agenda 03/2/2020 Page4 IV. REPORTS OF COUNCIL MEMBERS Council Member Bracco – Gilroy Downtown Business Association Board (alternate), Gilroy Sister Cities Association (alternate), Santa Clara Co. Library JPA, SCVWD Joint Council-SCRWA-Board Water Resources Committee, South County Joint Planning Advisory Committee (alternate), South County Regional Wastewater Authority Board, South County Youth Task Force Policy Team (alternate), Street Naming Committee Council Member Tucker –CalTrain Policy Group, Cities Association of Santa Clara Co. Board of Directors, General Plan Advisory Committee, Santa Clara Valley Habitat Agency Governing Board, Santa Clara Valley Habitat Agency Implementation Board, Street Naming Committee, Visit Gilroy Board Council Member Blankley - ABAG (alternate), Cities Association of Santa Clara Co. Board of Directors (alternate), Economic Development Corporation Board, Gilroy Sister Cities Association, Gilroy Youth Task Force (alternate), SCVWD Joint Council-SCRWA- Board Water Resources Committee, South County Regional Wastewater Authority Board, VTA Board of Directors Alternate, VTA Policy Advisory Committee, VTA South County City Group Council Member Marques - Gilroy Downtown Business Association Board, Gilroy Gardens Board of Directors, Santa Clara Valley Habitat Agency Governing Board (alternate), Santa Clara Valley Habitat Agency Implementation Board (alternate), Silicon Valley Clean Energy JPA Board (alternate), URM Task Force Sub-Committee, VTA Committee for Transit Accessibility (alternate) Council Member Tovar –Santa Clara Co. Expressway Plan 2040 Policy Advisory Board, Recycling and Waste Reduction Commission, Santa Clara Co. Library JPA (alternate), SCVWD Water Commission (alternate), Silicon Valley Clean Energy JPA Board, South County Regional Wastewater Authority Board, South County United for Health, Street Naming Committee, VTA Committee for Transit Accessibility, VTA Policy Advisory Committee (alternate) Council Member Leroe-Muñoz - ABAG, CalTrain Policy Group (alternate), Gilroy Youth Task Force, Historic Heritage Committee, SCVWD Water Commission, Silicon Valley Regional Interoperability Authority Board, South County Youth Task Force Policy Team, VTA Mobility Partnership Mayor Velasco - Economic Development Corporation Board, General Plan Advisory Committee, Historic Heritage Committee (alternate), Santa Clara Valley Habitat Agency Governing Board, Santa Clara Valley Habitat Agency Implementation Board, South County Joint Planning Advisory Committee, South County Regional Wastewater Authority Board (alternate), URM Task Force Sub-Committee, VTA Mobility Partnership, VTA South County City Group (alternate) V. FUTURE COUNCIL INITIATED AGENDA ITEMS VI. CONSENT CALENDAR (ROLL CALL VOTE) All matters listed under the Consent Calendar are considered by the Cit y Council to be routine and will be enacted by one motion. There will be no separate discussion of these items unless a request is made by a member of the City Council or a member of the public. Any person desiring to speak on any item on the consent calendar should ask to have that item removed from the consent calendar prior to the time the Council votes to approve. If removed, the item will be discussed in the order in which it appears. City Council Regular Meeting Agenda 03/2/2020 Page5 A. Appointment to the Historic Heritage Committee and Opening of a Recruitment for the Planning Commission, Parks and Recreation Commission, Historic Heritage Committee and Building Board of Appeals B. Approval of a Amicus Curiae Letter in Support of the City of Huntington Beach Supreme Court Appeal VII. BIDS AND PROPOSALS A. Award a Contract to McKim Corporation in the Amount of $293,632 with a Contingency of $29,369 for the Construction of the 2020 Annual Sidewalk Gap Closure and Curb Ramp Improvements Project, Project No. 20-PW-256 1. Staff Report: Girum Awoke, Public W orks Director 2. Public Comment 3. Possible Action: Approve a contract with McKim Corporation in the amount of $293,632 with a project contingency of $29,369 for the construction of the 2020 Annual Sidewalk Gap Closure and Curb Ramp Improvements Project, Project No. 20-PW -256, and authorize the City Administrator to execute the contract and associated documents. VIII. PUBLIC HEARINGS - NONE IX. UNFINISHED BUSINESS - NONE X. INTRODUCTION OF NEW BUSINESS A. Consideration of the Appointment of an Interim City Administrator or an Acting City Administrator Effective March 13, 2020 1. Staff Report: Roland Velasco, Mayor 2. Public Comment 3. Possible Action: a) Appoint an Interim City Administrator or an Acting City Administrator effective March 13, 2020. b) Consideration of the formation of a Council Ad-hoc Committee to address Interim City Administrator salary and employment agreement. B. Approval of the Updated City of Gilroy Travel and Expense Policy 1. Staff Report: Jimmy Forbis, Finance Director 2. Public Comment 3. Possible Action: Approve the updated City of Gilroy Travel and Expense Policy. C. Approval of the Updated City of Gilroy Purchasing Policy City Council Regular Meeting Agenda 03/2/2020 Page6 1. Staff Report: Jimmy Forbis, Finance Director 2. Public Comment 3. Possible Action: Approve the updated City of Gilroy Purchasing Policy. D. Consideration of an Exception to the Rental Rates Specified in the Residential Development Ordinance Affordable Housing Exemption Procedure for a Project Located North of Luchessa Avenue, Between Miller Avenue and West 10th Street Assessor Parcel Numbers 808-18-003 (portion), 808-19-022 and 808-19-023, Commonly Known as the Glen Loma Ranch Below Market Rate Apartment Project (M 19-14) 1. Staff Report: Karen Garner, Community Development Director 2. Public Comment 3. Possible Action: a) Adopt a resolution of the City Council of the City of Gilroy approving an exception to the City’s RDO affordable housing exemption procedures to allow rental rates within the Glen Loma Ranch Town Center Apartments project to be affordable to households earning 50% to 80% of area me dian income. b) Direct staff to prepare revisions to the Residential Development Ordinance and related policies to ensure conformance with state legislation and consistency with regional and local housing goals. E. Approval of a Housing Trust Fund Budget Amendment in the Amount of $32,800 for Fiscal Year 2019-2020 and Fiscal Year 2020-2021 and Approval of Project Sentinel's Housing Trust Fund Grant Application for Fair Housing and Tenant Landlord Services 1. Staff Report: Karen Garner, Community Development Director 2. Public Comment 3. Possible Action: a) Adopt a resolution of the City Council of the City of Gilroy amending the Fiscal Year 2019-2020 and Fiscal Year 2020-2021 Housing Trust Fund budgets in the amount of $32,800 to increase the total annual allocation for two Housing Trust Fund programs to $47,000; $21,000 for fair housing services and $26,000 for tenant-landlord services. b) Approve the Housing Trust Fund grant to Project Sentinel for $47,000 to provide fair housing and tenant landlord services in Fiscal Year 2019-2020 and Fiscal Year 2020-2021. F. Lease Agreement with Advantage Peak LLC for a City Owned Property Located at 140 5th Street, Gilroy (Willey House) City Council Regular Meeting Agenda 03/2/2020 Page7 1. Staff Report: Shawna Freels, City Clerk 2. Public Comment 3. Possible Action: Approve lease agreement with Advantage Peak LLC for a City owned property located at 140 5th Street, Gilroy (Willey House). G. Approval of a California Public Utility Commission Mandated Rule 20A Utility Undergrounding District along Monterey Road from South of Eighth Street to Tenth Street 1. Staff Report: Girum Awoke, Public Works Director 2. Public Comment 3. Possible Action: Adopt a resolution of the City Council of the City of Gilroy approving a utility undergrounding district along Monterey Road from South of Eighth Street to Tenth Street. XI. CITY ADMINISTRATOR'S REPORTS XII. CITY ATTORNEY'S REPORTS XIII. CLOSED SESSION A. CONFERENCE WITH LEGAL COUNSEL-EXISTING LITIGATION; Pursuant to Paragraph (1) of Subdivision (d) of 54956.9 and GCC Section 17A.11(3)(a); Law Foundation v. City of Gilroy, Santa Clara Sup. Court Case #20CV263347; Date Filed January 22, 2020 B. CONFERENCE WITH REAL PROPERTY NEGOTIATORS Pursuant to GC Section 54956.8 and GCC Section 17A.8 (a) (2) Property: 3050 Hecker Pass Highway, APN’s 783-05-011; 783-05-012; 783-05-013;810-17-014;015; 021; 024; 025; 026; 029; 810-18-002; 010; 011;801-19 -005;007; 010; 011; 014 (Gilroy Gardens Property); Negotiators: Gabriel Gonzalez, City Administrator; Other Party to Negotiations: Greg Edgar; Under Negotiation: Lease Price and Terms 1. Public Comment on Closed Session Items 2. City Attorney’s Advice Re: Entering into Closed Session 3. Adjourn to Closed Session ADJOURN TO OPEN SESSION Report of any action taken in Closed Session and vote or abstention of each Councilmember if required by Government Code Section 54957.1 and Gilroy Code Section 17A.13 (a); Public Report of the vote to continue in closed session if required under Gilroy Code Section 17A.11 (5) ADJOURNMENT MEETING DATES MARCH, 2020 2* Regular Meeting - 6:00 p.m., City Council Chambers 16* Regular Meeting - 6:00 p.m., City Council Chambers City Council Regular Meeting Agenda 03/2/2020 Page8 APRIL, 2020 6* Regular Meeting - 6:00 p.m., City Council Chambers 20* Regular Meeting - 6:00 p.m., City Council Chambers 27 Special Joint Meeting with Valley Water and MH Council - 6:00 p.m., Morgan Hill Council Chambers MAY, 2020 4* Regular Meeting - 6:00 p.m., City Council Chambers 18* Regular Meeting - 6:00 p.m., City Council Chambers * meeting is webstreamed and televised Proclamation of the City of Gilroy Whereas, the City of Gilroy has a long history of helping our neighbors in need. American Red Cross Month is a special time to recognize and thank our heroes – those Red Cross volunteers and donors who give of their time and resources to help community members; and Whereas, these heroes help families find shelter after a home fire. They give blood to help trauma victims and cancer patients. They deliver comfort items to military members in the hospital. They use their lifesaving skills to save someone from a heart attack, drowning or choking. They enable children around the globe to be vaccinated against measles and rubella; and Whereas, The American Red Cross depends on local heroes to deliver help and hope during a disaster. We applaud our heroes here in Gilroy who give of themselves to assist their neighbors when they need a helping hand; and Whereas, across the country and around the world, the American Red Cross responds to disasters big and small. In fact, every eight minutes the organization responds to a community disaster, providing shelter, food, emotional support and other necessities to those affected. It collects nearly 40 percent of the nation’s blood supply; provides 24-hour support to military members, veterans and their families; teaches millions lifesaving skills, such as lifeguarding and CPR; and through its Restoring Family Links program, connects family members separated by crisis, conflict or migration ; and Whereas, we dedicate the month of March to all those who support the American Red Cross mission to prevent and alleviate human suffering in the face of emergencies. Our community depends on the American Red Cross, which relies on donations of time, money and blood to fulfill its humanitarian mission. NOW, THEREFORE, I, Roland Velasco, Mayor of the City of Gilroy, on behalf of the entire City Council, do hereby proclaim March 2020as American Red Cross Month and encourage all Citizens of Gilroy to support this outstanding organization and its noble humanitarian mission. _____________________ Mayor Roland Velasco 2.A.2 Packet Pg. 9 Communication: Proclamation Naming March Red Cross Month (Proclamations, Awards, and Presentations) Proclamation of the City of Gilroy WHEREAS, the Santa Clara Valley Science and Engineering Fair Association, educators, judges and a host of dedicated volunteers will host the Synopsys Silicon Valley Science and Engineering Championship, an exciting Science and Engineering Fair, the 11th and 12th of March, 2020, and WHEREAS, this Science and Engineering Fair will be held for the benefit of our young people, their parents, teachers and the communities of Santa Clara County to stimulate interest in the various aspects of the sciences and engineering, and WHEREAS, this event will direct public attention towards the fields of science and engineering by setting aside a time for creative participation on the part of all interested students NOW, THEREFORE, I, Roland Velasco, Mayor of the City of Gilroy, on behalf of the entire City Council, do hereby proclaim the week of March 9th, 2020, as SCIENCE FAIR WEEK within our City and hereby urge all residents, particularly young people, to take part in the observation of this inspiring and rewarding event. _____________________ Mayor Roland Velasco 2.A.3 Packet Pg. 10 Communication: Proclamation Naming the Week of March 9, 2020 Science Fair Week. (Proclamations, Awards, and Presentations) City of Gilroy STAFF REPORT Agenda Item Title: Appointment to the Historic Heritage Committee and Opening of a Recruitment for the Planning Commission, Parks and Recreation Commission, Historic Heritage Committee and Building Board of Appeals Meeting Date: March 2, 2020 From: Gabriel Gonzalez, City Administrator Department: City Clerk Submitted By: Shawna Freels Prepared By: Suzanne Guzzetta Suzanne Guzzetta Strategic Plan Goals ☐ Fiscal Stability ☐ Downtown Revitalization ☐ Economic Development ☐ Neighborhood Services ☐ Enhanced Public Safety ☐ Workforce Stability ☐ Public Engagement RECOMMENDATION Appoint a member to the Historic Heritage Committee and continue the recruitment for the Planning Commission, Parks and Recreation Commission, Historic Heritage Committee and Building Board of Appeals. BACKGROUND Three (3) Boards, Commissions and Committees continue to have seats vacant as of December 31, 2019. The City held a recruitment period for a total of 13 weeks and the Council interviewed applicants at your December 9, 2019 and subsequently made several appointments. 6.A Packet Pg. 11 As an insufficient number of applications were submitted for a few of the City Boards and Commissions, and recruitment efforts were extended for the Building Board of Appeals and Historic Heritage Committee, and there was a resignation from the Parks and Recreation Commission. The Council is now asked to consider the appointment of members to the following open seats:  Historic Heritage Committee – 2 seats Applicant(s): David Matuszak All applications are included with this staff report. Recruitment efforts will continue for the Building Board of Appeals, Historic Heritage Committee, and Parks and Recreation Commission. In addition, a vacancy has occurred on the Planning Commission. That vacancy will be added to recruitment efforts. Attachments: 1. HHC Application - Matuszak, David 2. Revised 2020 Recruitment Flyer 6.A Packet Pg. 12 City of Gilroy Application for Board, Commission and Committee Appointment City of Gilroy Application for Board, Commission, and Committee Appointment All Commission, Board and Committee applications are a public record. First Name David Last Name Matuszak Board/Commission/Committee Historic Heritage Committee of Interest Are you a registered voter Yes within the City limits? Physical Address 1 Physical Address 2 Field not completed. Phone Number E-mail Address Alternate Phone Number List your qualifications for this Resident for 20 years. Participant in Mill's Act process appointment: for 2 properties. Life Member of Gilroy Historical Society and current Board Member. Participant in Gilroy Historical Society Architectural Awards Committee and recipient of Architectural Award for Historic Home at 7751 Rosanna Street. Bachelor's Degree in Industrial Education, graduate degrees in management, supervision and administration, and doctorate in adult continuing education. List any service to the Member of Gilroy Chamber of Commerce and board community including any prior member for 3 terms (9 years). Active in Gilroy Historical appointments. Society and Gilroy After Hours Rotary Club. What are you goals while Help recruit more participants in the various historic serving on this preservation programs available to Gilroy residents. Board/Commission/Committee? Provide user perspective to the process so that policy 6.A.a Packet Pg. 13 Attachment: HHC Application - Matuszak, David (2663 : Appointments to City Boards, Commissions and Committees) proposals help the participants effectively restore and preserve their properties. Why are you the most qualified Experience, education, and training in home remodeling to serve on this and interest in historic preservation. Have completed two Board/Commission/Committee? Mills Act applications (one of the first approved in the city) and have assisted two other applicants complete their applications (total of 16 Mills Act participants in city; therefore, I have participated in 25%) 6.A.a Packet Pg. 14 Attachment: HHC Application - Matuszak, David (2663 : Appointments to City Boards, Commissions and Committees) BBuuiillddiinngg BBooaarrdd ooff AAppppeeaallss –– 11 sseeaatt HHiissttoorriicc HHeerriittaaggee CCoommmmiitttteeee –– 11 sseeaatt PPaarrkkss && RReeccrreeaattiioonn CCoommmmiissssiioonn –– 11 sseeaatt PPllaannnniinngg CCoommmmiissssiioonn –– 11 SSeeaatt Building Board of Appeals – 1 seat (term ending 12/31/2023) This Board addresses matters pertaining to building and construction and hears all building appeals. The Board is comprised of five (5) people qualified by experience and training, with one public member, and meets as needed. Historic Heritage Committee – 1 seats (term ending 12/31/2021) This five (5) member body acts as an advisory board to the City Council and Planning Commission on issues relating to the identification, protection, retention and preservation of historic sites and neighborhoods of the City, and meets the 3rd Wednesday of each month at 6:00 p.m. Parks & Recreation Commission – 1 seat (term ending 12/31/22) This seven (7) member body advises the City Council, the Planning Commission and staff on matters pertaining to public parks, urban forestry and recreation in the advancement of park and recreation planning and programming. Meetings are held the 3rd Tuesday of each month at 6:00 p.m. Planning Commission – 1 seats (term ending 12/31/2022) This seven (7) member body acts as an advisory body to the Council in the review of planning applications for land use entitlements including subdivisions, planned unit developments, zone changes, conditional use permits and variances, and participates in comprehensive planning studies. Meetings are held the 1st Thursday of each month at 6:30 p.m. BBooaarrdd aanndd CCoommmmiissssiioonn OOppeenn SSeeaattss AAPPPPLLYY NNOOWW ffoorr 22002200 OOppeenniinnggss!! Applications are available online www.cityofgilroy.org and at City Hall City Council will interview applicants the evening of Monday, April 6, 2020 during the City Council Meeting in Council Chambers at City Hall, 7351 Rosanna St. Applications may be submitted to: shawna.freels@cityofgilroy.org or suzanne.guzzetta@cityofgilroy.org, or by mail to: City Clerk’s Office, 7351 Rosanna Street, Gilroy, CA 95020, and must be received by Wednesday April 1, 2020 at 5:00 p.m. Call (408) 846-0204 or (408) 846-0469 with questions. 6.A.b Packet Pg. 15 Attachment: Revised 2020 Recruitment Flyer (2663 : Appointments to City Boards, Commissions and Committees) City of Gilroy STAFF REPORT Agenda Item Title: Approval of a Amicus Curiae Letter in Support of the City of Huntington Beach Supreme Court Appeal Meeting Date: March 2, 2020 From: Gabriel Gonzalez, City Administrator Department: Administration Submitted By: Gabriel Gonzalez Prepared By: Shawna Freels Trevin Barber Strategic Plan Goals ☐ Fiscal Stability ☐ Downtown Revitalization ☐ Economic Development ☐ Neighborhood Services  Enhanced Public Safety ☐ Workforce Stability ☐ Public Engagement RECOMMENDATION Approve a letter in support of the City of Huntington Beach’s appeal to the California Supreme Court. EXECUTIVE SUMMARY The City of Huntington Beach has requested the support of the City of Gilroy to file a letter of support with the California Supreme Court to review the opinion in City of Huntington Beach v. Xavier Becerra et al., Court of Appeal Case No. G057013. Like the City of Huntington Beach, the City of Gilroy is a Charter City. The outcome of their court case will impact our efforts to provide a safe and secure City. BACKGROUND 6.B Packet Pg. 16 Huntington Beach is one of 121 California Charter Cities which are governed by charters adopted by local voters. Huntington Beach had challenged a California law limiting local law enforcement cooperation with federal agencies, SB 54 “the California Values Act”, also known as the Sanctuary State law, arguing that it violated a section of the State Constitution that gives Charter Cities “supreme authority” over municipal affairs. A local Court of Appeal issued a decision January 10, 2020, in favor of the State, reversing a lower court’s ruling that the Sanctuary State law is unconstitutional as applied to Charter Cities. The precedent right now is that SB54 is constitutional. The Huntington Beach City Council has decided to appeal the January Court of Appeal decision to the California Supreme Court. And will be filing their Petition for California Supreme Court review in the coming weeks. ANALYSIS The City of Huntington Beach has asked all Charter Cities to help by submitting a letter to the California Supreme Court, in Amicus support, to help let the highest court know how important this issue is, how necessary it is to take this Appeal up, and what it means for the future for local governments. Taking action does not mean that the City of Gilroy would be involved in the Appeal itself. A draft letter of support is attached for review and approval by the City Council. FISCAL IMPACT/FUNDING SOURCE None. NEXT STEPS If approved, staff will file the letter of support with the Supreme Court of California to urge review in City of Huntington Beach v. Xavier Becerra et al., Court of Appeal Case No. G057013. Attachments: 1. Huntington Beach Amicus Brief 2020 2. Huntington Beach Amicus Brief 2020 6.B Packet Pg. 17 City of Gilroy Mayor’s Office City Hall 7351 Rosanna Street Gilroy, California 95020-6197 Roland Velasco, Mayor roland.velasco@cityofgilroy.org City Hall Office (408) 846-0227 Cell Phone (408)710-8508 www.cityofgilroy.org February 24, 2020 The Honorable Tani G. Cantil-Sakauye Chief Justice Supreme Court of California State Capitol Building, Room 5100 Sacramento, CA 95814 RE: SB 54 SC AMICUS Request for support; Huntington Beach Appeal to California Supreme Court Dear Chief Justice Tani G. Cantil-Sakauye and the Associate Justices of the Supreme Court of California, Pursuant to Rule 8.500(g) of the California Rules of Court, the City of Gilroy hereby urges the Court to grant the City of Huntington Beach’s Petition for Review in City of Huntington Beach v. Xavier Becerra et al., Court of Appeal Case No. G057013. The City of Gilroy is a Charter City, and its Charter has expressly reserved to the City of Gilroy the full extent of the authority granted to Charter Cities under the California Constitution. The issue presented is an important unsettled question of law that affects the fundamental division of power between home rule Charter Cities and the State Legislature. The impact of the Court of Appeal’s Opinion in this case, applying the four-part test articulated in Cal. Fed. Savings & Loan Assn. v. City of Los Angeles (1991) 54 Cal. 3d 1 to a matter specifically enumerated and defined in Article XI, section 5, Subdivision (b) as a Core Municipal Affair is not limited to whether the state law at issue in this case is unenforceable against Charter Cities. Despite the import of this Court’s analysis in Johnson v. Bradley (1992) 4 Cal. 4th 389, decided a year after Cal. Fed. Savings & Loan Assn., which supports Petitioner’s argument that the four-part test is inapplicable to a matter that clearly qualifies as a Core Municipal Affair under Article XI, section 5, subdivision (b), the Courts of Appeal have mechanistically applied the four-part test to a number of matters that are Core Municipal 6.B.a Packet Pg. 18 Attachment: Huntington Beach Amicus Brief 2020 (2670 : Approval of Letter of Amicus Support for Huntington Beach Supreme Court Petition) Affairs. See Jauregui v. City of Palmdale (2014) 226 Cal. App. 4th 781 (manner of city election), and Marquez v. City of Long Beach (2019) 32 Cal. App. 5th 552 (city employee compensation). The Court of Appeal’s Opinion in this case, similarly, necessarily erodes the home rule authority of Charter Cities, and it will embolden the State Legislature to increasingly encroach on Charter Cities’ exclusive home rule authority. However this Court may decide the matter on the merits, review is necessary to provide clarity to the lower courts, the State Legislature, and Charter Cities about the scope of Charter Cities’ home rule authority and the appropriate test to apply when a state law encroaches on a matter expressly committed to Charter Cities in Article XI, section 5, subdivision (b). Therefore, the City of Gilroy requests that this Court grant the Petition for Review. The City of Gilroy appreciates your individual attention and work effort in bringing about clarity regarding the borders of State and Local powers and jurisdictions. If you have any questions regarding our stance on this matter please contact our City Administrator Gabriel Gonzalez. Mr. Gonzalez can be reached at his office phone number of 408-846- 0202 or by his work e-mail address at gabe.gonzalez@cityofgilroy.org. Sincerely, Roland Velasco Mayor, City of Gilroy cc: Associate Justices of the Supreme Court of California, Gilroy City Council Members: Mayor Pro Tempore Cat Tucker Council Member Dion Bracco Council Member Fred Tovar Council Member Peter Leroe-Muñoz Council Member Marie Blankley Council Member Carol Marques League of California Cities Regional Public Affairs Manager Seth Miller Cities Association of Santa Clara County Executive Director Andi Jordan 6.B.a Packet Pg. 19 Attachment: Huntington Beach Amicus Brief 2020 (2670 : Approval of Letter of Amicus Support for Huntington Beach Supreme Court Petition) City of Gilroy Mayor’s Office City Hall 7351 Rosanna Street Gilroy, California 95020-6197 Roland Velasco, Mayor roland.velasco@cityofgilroy.org City Hall Office (408) 846-0227 Cell Phone (408)710-8508 www.cityofgilroy.org March 2, 2020 The Honorable Tani G. Cantil-Sakauye Chief Justice Supreme Court of California State Capitol Building, Room 5100 Sacramento, CA 95814 RE: SB 54 SC AMICUS Request for support; Huntington Beach Appeal to California Supreme Court; SC #S260766 To the Honorable Chief Justice Tani G. Cantil-Sakauye and the Associate Justices of the Supreme Court of California, Pursuant to Rule 8.500(g) of the California Rules of Court, the City of Gilroy hereby urges the Court to grant the City of Huntington Beach’s Petition for Review in City of Huntington Beach v. Xavier Becerra et al., Court of Appeal Case No. G057013, which was given a Supreme Court file #S260766. The City of Gilroy is a Charter City, and its Charter has expressly reserved to the City of Gilroy the full extent of the authority granted to Charter Cities under the California Constitution. The issue presented is an important unsettled question of law that affects the fundamental division of power between home rule Charter Cities and the State Legislature. The impact of the Court of Appeal’s Opinion in this case, applying the four-part test articulated in Cal. Fed. Savings & Loan Assn. v. City of Los Angeles (1991) 54 Cal. 3d 1 to a matter specifically enumerated and defined in Article XI, section 5, Subdivision (b) as a Core Municipal Affair is not limited to whether the state law at issue in this case is unenforceable against Charter Cities. Despite the import of this Court’s analysis in Johnson v. Bradley (1992) 4 Cal. 4th 389, decided a year after Cal. Fed. Savings & Loan Assn., which supports Petitioner’s argument that the four-part test is inapplicable to a matter that clearly qualifies as a Core Municipal Affair under Article XI, section 5, subdivision (b), the Courts of Appeal have 6.B.b Packet Pg. 20 Attachment: Huntington Beach Amicus Brief 2020 (2670 : Approval of Letter of Amicus Support for Huntington Beach Supreme Court Petition) mechanistically applied the four-part test to a number of matters that are Core Municipal Affairs. See Jauregui v. City of Palmdale (2014) 226 Cal. App. 4th 781 (manner of city election), and Marquez v. City of Long Beach (2019) 32 Cal. App. 5th 552 (city employee compensation). The Court of Appeal’s Opinion in this case, similarly, necessarily erodes the home rule authority of Charter Cities, and it will embolden the State Legislature to increasingly encroach on Charter Cities’ exclusive home rule authority. However this Court may decide the matter on the merits, review is necessary to provide clarity to the lower courts, the State Legislature, and Charter Cities about the scope of Charter Cities’ home rule authority and the appropriate test to apply when a state law encroaches on a matter expressly committed to Charter Cities in Article XI, section 5, subdivision (b). Therefore, the City of Gilroy requests that this Court grant the Petition for Review. The City of Gilroy appreciates your individual attention and work effort in bringing about clarity regarding the borders of State and Local powers and jurisdictions. If you have any questions regarding our stance on this matter please contact our City Administrator Gabriel Gonzalez. Mr. Gonzalez can be reached at his office phone number of 408-846- 0202 or by his work e-mail address at gabe.gonzalez@cityofgilroy.org. Sincerely, Roland Velasco Mayor, City of Gilroy cc: Associate Justices of the Supreme Court of California, Gilroy City Council Members: Mayor Pro Tempore Cat Tucker Council Member Dion Bracco Council Member Fred Tovar Council Member Peter Leroe-Muñoz Council Member Marie Blankley Council Member Carol Marques League of California Cities Regional Public Affairs Manager Seth Miller Cities Association of Santa Clara County Executive Director Andi Jordan 6.B.b Packet Pg. 21 Attachment: Huntington Beach Amicus Brief 2020 (2670 : Approval of Letter of Amicus Support for Huntington Beach Supreme Court Petition) City of Gilroy STAFF REPORT Agenda Item Title: Award a Contract to McKim Corporation in the Amount of $293,632 with a Contingency of $29,369 for the Construction of the 2020 Annual Sidewalk Gap Closure and Curb Ramp Improvements Project, Project No. 20-PW -256 Meeting Date: March 2, 2020 From: Gabriel Gonzalez, City Administrator Department: Public Works Department Submitted By: Girum Awoke Prepared By: Girum Awoke Eric Argamaso Strategic Plan Goals ☐ Fiscal Stability ☐ Downtown Revitalization ☐ Economic Development ☐ Neighborhood Services  Enhanced Public Safety ☐ Workforce Stability ☐ Public Engagement RECOMMENDATION Approve a contract with McKim Corporation in the amount of $293,632 with a project contingency of $29,369 for the construction of the 2020 Annual Sidewalk Gap Closure and Curb Ramp Improvements Project, Project No. 20-PW -256, and authorize the City Administrator to execute the contract and associated documents. EXECUTIVE SUMMARY The City receives Community Development Block Grant (CDBG) Program funds from the U.S. Department of Housing and Urban Development (HUD). One of the eligible activities that can be funded under Capital Improvements is curb ramp and sidewalk 7.A Packet Pg. 22 improvements within the Neighborhood Revitalization Strategy Area (NRSA). For this reason, the 2020 Annual Sidewalk Gap Closure & Curb Ramp Improvements Project, Project No. 20-PW -256 (Project) was created. The Project will install new sidewalks in areas that are lacking safe pedestrian facilities, and construct curb ramps that meet Americans with Disabilities Act (ADA) compliance. The CDBG capital improvement allocation for the Project was approved by City Council on February 24, 2020 after a 30- day comment period. Staff advertised the Project in the San Jose Mercury News and on the City’s website receiving seven bids. Staff recommends awarding a contract to the lowest bidder, McKim Corporation, to construct the Project. The Project will be funded through grant money received from the CDBG Program, Fund 254. BACKGROUND The City is a designated “entitlement” jurisdiction participating in the U.S. Department of Housing and Urban Development’s (HUD) Community Development Block Grant (CDBG) Program. This classification as an “entitlement” jurisdiction allows the City to receive an annual allocation of CDBG funds. The City is required to spend a minimum amount of these funds each year. The City is also required to submit an Annual Action Plan (Plan) which identifies specific projects/activities within that fiscal/program year. Due to unforeseen changes to the Plan, Council approved a substantial amendment to the Plan on February 24, 2020 to re-allocate unspent monies from prior years to be spent by May 2, 2020. The Community Development Department and Public Works Department staff collaborated to identify projects that qualify in the Neighborhood Revitalization Strategy Area (NRSA), as defined by HUD to spend CDBG funds. Staff is also working to ensure all CDBG requirements are met. Staff identified areas within the NRSA and prioritized work for infrastructure improvements based on the following criteria: 1. Sidewalk Gap Closures 2. Construction of new curb ramps 3. Upgrading existing curb ramps on streets to be resurfaced in upcoming projects 4. Upgrading all other existing curb ramps Staff focused on a project that would provide improvements towards an enhanced safe route to school for Eliot Elementary School, Glen View Elementary School, and South Valley Middle School. Based on this criterion, staff selected to do three sidewalk gap closures and 38 curb ramp improvements for the Project. The work consists of new sidewalks in areas that are lacking safe pedestrian facilities, improving existing sidewalks, and constructing ADA compliant curb ramps. The following are specific locations of work: 7.A Packet Pg. 23 1. Installation of new sidewalk along east side of Chestnut Avenue from north of Ninth street to Eighth street 2. Installation of new sidewalk along east side of Alexander Station street from north of Ninth street to south of Eighth street 3. Installation of new sidewalk/improved sidewalk and curb ramps at the intersection of Railroad street and Old Gilroy street 4. ADA curb ramp improvements at the following streets: i. Murray street north of I.O.O.F (6 locations) ii. Alexander Station and Chestnut from Old Gilroy to Lewis street (17 locations) iii. Eighth street from Monterey to Hanna street (5 locations) iv. Eighth street from Alexander Station to Chestnut (4 locations) ANALYSIS On January 24, 2020, staff advertised the Project in the San Jose Mercury News and on the City’s website with a bid opening date of February 19, 2020. One addendum was issued for this bid on February 10, 2020. Staff received seven bids for the Project. A summary of the bid results is shown below: RANK COMPANY NAME BASE BID AMOUNT BID ALTERNATIVE 1 AMOUNT TOTAL BID AMOUNT 1 McKim Corporation $211,794.25 $81,837.29 $293,631.54 2 Precision Grade, Inc. $292,542 $63,400 $355,942 3 Don Chapin Company $298,175 $64,025 $362,200 4 EF&S Concrete, Inc. $310,720 $67,780 $378,500 5 Villalobos & Associates $329,320 $73,680 $403,000 6 JJR Construction $339,175 $79,900 $419,075 7 FBD Vanguard Construction $357,295 $96,140 $453,435 The lowest responsive bidder is McKim Corporation with a base bid of $211,794.25. The Engineer’s Estimate for the base bid is $363,000.00, and bid alternative 1 is $49,000.00. The lowest bid is 41.6% lower than the engineer’s estimate for the base bid and 28.7% below total bid (base bid+alternate 1). Staff recommends awarding the construction contract to McKim Corporation for the following reasons: 7.A Packet Pg. 24 1. McKim Corporation is a local firm having previously worked on projects in the City. 2. The Project is time-sensitive. The City needs to spend CDBG funds which could result in sanctions from HUD for not utilizing funds in a timely manner. 3. Some curb ramp improvements are along streets that will be repaved later this summer using SB-1 funding. Streets that are repaved are required to have their associated curb ramps upgraded. The more curb ramps we can upgrade along these streets in advance of the paving project, the less paving funds will need to be spent on concrete work leaving more funding for the paving of our City streets. Staff anticipates construction of the Project beginning in early March 2020 with tentative completion by the end of May 2020. ALTERNATIVES 1. City Council can award the Base Bid and Bid Alternative 1 to McKim Corporation in the amount of $293,631.54; This cost will be reimbursed through the CDBG Program. Costs will be carried in Fund 254 until reimbursements are received. STAFF RECOMMENDS THIS OPTION. 2. City Council can award only the Base Bid to Mckim Corporation in the amount of $211,794.25 THIS IS NOT THE MOST OPTIMUM ALTERNATIVE as it is much more efficient to perform these additional improvement s using the same contractor. 3. City Council can choose to not award any contract and reject all bids. STAFF DOES NOT RECOMMEND THIS OPTION because this will cause a delay in the Project and potentially incur additional costs due to rebidding. This could also result in sanctions from HUD for not utilizing funds in a timely manner. . FISCAL IMPACT/FUNDING SOURCE The City receives funding from the Community Development Block Grant (CDBG) Program annually from the United States Department of Housing and Urban Development (HUD). McKim Corporation’s base bid amount is $211,794.25, and their bid alternative 1 amount is $81,837.29. Staff recommends awarding both the Base Bid and Bid Alternative 1 (with a 10% contingency). Costs associated with the Project will be offset by CDBG reimbursements. The costs will be borne by the CDBG Fund, Fund 254, until reimbursed. Currently there is insufficient fund balance to cover the project costs. If approved, the costs will drive the fund balance to negative amounts, which is not an uncommon practice with reimbursement funding sources. Once the reimbursements are received, the fund balance will return to a positive balance. 7.A Packet Pg. 25 PUBLIC OUTREACH Staff will mail out letters to the community and schools in the project area informing them of when the Project work will commence. The majority of this work will be completed near Elliot Elementary School with some improvements on EighthStreet near Glen View Elementary School and Murray Avenue near South Valley Middle School. Staff will reach out to these schools to notify them that construction may occur while school is in session. Staff will be providing letters in both English and Spanish. This information will also be provided on our social media through Express, Facebook, Nextdoor, and E-mail Express to ensure the public is aware of the Project. The contractor also will be notifying residents 10 days and 48 -hours in advance of construction. NEXT STEPS Upon Council’s approval of this contract, the contract will be executed and Staff will work with the contractor to develop a final construction schedule to begin construction in March 2020. Attachments: 1. 20-PW -256 Plans 2020 Annual Sidewalk Gap Closure & Curb Ramp Improvements 2. CDBG Project Schedule (draft) 3. Agreement Package 7.A Packet Pg. 26 7.A.a Packet Pg. 27 Attachment: 20-PW-256 Plans 2020 Annual Sidewalk Gap Closure & Curb Ramp Improvements (2625 : Award Contract to McKim Corporation 7.A.a Packet Pg. 28 Attachment: 20-PW-256 Plans 2020 Annual Sidewalk Gap Closure & Curb Ramp Improvements (2625 : Award Contract to McKim Corporation 7.A.a Packet Pg. 29 Attachment: 20-PW-256 Plans 2020 Annual Sidewalk Gap Closure & Curb Ramp Improvements (2625 : Award Contract to McKim Corporation 7.A.a Packet Pg. 30 Attachment: 20-PW-256 Plans 2020 Annual Sidewalk Gap Closure & Curb Ramp Improvements (2625 : Award Contract to McKim Corporation 7.A.a Packet Pg. 31 Attachment: 20-PW-256 Plans 2020 Annual Sidewalk Gap Closure & Curb Ramp Improvements (2625 : Award Contract to McKim Corporation 7.A.a Packet Pg. 32 Attachment: 20-PW-256 Plans 2020 Annual Sidewalk Gap Closure & Curb Ramp Improvements (2625 : Award Contract to McKim Corporation 7.A.a Packet Pg. 33 Attachment: 20-PW-256 Plans 2020 Annual Sidewalk Gap Closure & Curb Ramp Improvements (2625 : Award Contract to McKim Corporation 7.A.a Packet Pg. 34 Attachment: 20-PW-256 Plans 2020 Annual Sidewalk Gap Closure & Curb Ramp Improvements (2625 : Award Contract to McKim Corporation 7.A.a Packet Pg. 35 Attachment: 20-PW-256 Plans 2020 Annual Sidewalk Gap Closure & Curb Ramp Improvements (2625 : Award Contract to McKim Corporation 7.A.a Packet Pg. 36 Attachment: 20-PW-256 Plans 2020 Annual Sidewalk Gap Closure & Curb Ramp Improvements (2625 : Award Contract to McKim Corporation 7.A.a Packet Pg. 37 Attachment: 20-PW-256 Plans 2020 Annual Sidewalk Gap Closure & Curb Ramp Improvements (2625 : Award Contract to McKim Corporation 7.A.a Packet Pg. 38 Attachment: 20-PW-256 Plans 2020 Annual Sidewalk Gap Closure & Curb Ramp Improvements (2625 : Award Contract to McKim Corporation 7.A.a Packet Pg. 39 Attachment: 20-PW-256 Plans 2020 Annual Sidewalk Gap Closure & Curb Ramp Improvements (2625 : Award Contract to McKim Corporation 7.A.a Packet Pg. 40 Attachment: 20-PW-256 Plans 2020 Annual Sidewalk Gap Closure & Curb Ramp Improvements (2625 : Award Contract to McKim Corporation 7.A.a Packet Pg. 41 Attachment: 20-PW-256 Plans 2020 Annual Sidewalk Gap Closure & Curb Ramp Improvements (2625 : Award Contract to McKim Corporation 7.A.a Packet Pg. 42 Attachment: 20-PW-256 Plans 2020 Annual Sidewalk Gap Closure & Curb Ramp Improvements (2625 : Award Contract to McKim Corporation 7.A.a Packet Pg. 43 Attachment: 20-PW-256 Plans 2020 Annual Sidewalk Gap Closure & Curb Ramp Improvements (2625 : Award Contract to McKim Corporation IDTask ModeTask Name Duration Start Finish1Plans, Specifications, and Estimates44 daysTue 11/19/19Tue 1/28/202Different Design Options20 daysTue 11/19/19Thu 12/19/193CEQA24 daysThu 12/19/19Tue 1/28/204NEPA20 daysWed 12/18/19Tue 1/21/20599% PSE11 daysThu 12/19/19Wed 1/8/206Final PSE Review to Paul5 daysWed 1/8/20Wed 1/15/207100% PSE3 daysWed 1/15/20Tue 1/21/208Advertise and Award39 daysTue 1/21/20Mon 3/16/209Request Bid Opening Date and Bid Number5 daysTue 1/21/20Tue 1/28/2010Advertise Bid15 daysTue 1/28/20Tue 2/18/2011Addendum0 daysThu 2/6/20Thu 2/6/2012Open Bid1 dayWed 2/19/20Wed 2/19/2013Review bid1 dayThu 2/20/20Thu 2/20/2014Send out Notice of Intent to Award1 dayFri 2/21/20Fri 2/21/2015Protest Clock5 daysThu 2/20/20Wed 2/26/2016Contract Compliance7 daysFri 2/21/20Mon 3/2/2017Staff Report Draft10 daysTue 1/28/20Mon 2/10/2018Staff Report Review11 daysFri 2/14/20Mon 3/2/2019CC Award of Contract0 daysMon 3/2/20Mon 3/2/2020Notice to Proceed (NTP) Contract Package10 daysTue 3/3/20Mon 3/16/2021Construction42 daysMon 3/9/20Tue 5/5/2022Pre-con meeting1 dayMon 3/9/20Mon 3/9/2023First day of Construction1 dayTue 3/17/20Tue 3/17/2024Construction complete35 daysWed 3/18/20Tue 5/5/202/63/2101724181522295121926291623181522295121926310Nov '19Dec '19Jan '20Feb '20Mar '20Apr '20May '20TaskSplitMilestoneSummaryProject SummaryExternal TasksExternal MilestoneInactive TaskInactive MilestoneInactive SummaryManual TaskDuration-onlyManual Summary RollupManual SummaryStart-onlyFinish-onlyDeadlineCriticalCritical SplitProgressPage 1Project: CDBG Project Schedule 12Date: Tue 1/7/207.A.bPacket Pg. 44Attachment: CDBG Project Schedule (draft) (2625 : Award Contract to McKim Corporation Sidewalk Gap 2020 Annual Sidewalk Gap Closure & Curb Ramp Improvements SECTION 00500-30 Project No. 20-PW-256 SECTION 00500 AGREEMENT 2020 ANNUAL SIDEWALK GAP CLOSURE & CURB RAMP IMPROVEMENTS PROJECT - PROJECT NO. 20-PW-256 THIS AGREEMENT, made this day of , 2020, by and between the City of Gilroy, hereinafter called the “City,” and hereinafter called the “Contractor.” W I T N E S S E T H: WHEREAS, the City has caused the Contract Documents to be prepared comprised of bidding and contract requirements and technical specifications and drawings for the construction of the 2020 ANNUAL SIDEWALK GAP CLOSURE & CURB RAMP IMPROVEMENTS PROJECTs, Project No. 20-PW-256, as described therein, and WHEREAS, the Contractor has offered to perform the proposed work in accordance with the terms of the Contract Documents. NOW, THEREFORE, in consideration of the mutual covenants and agreements of the parties herein contained and to be performed, the City and Contractor agree as follows: Article 1. Work. Contractor shall complete the Work as specified or indicated in the Contract Documents. Article 2. Contract Time. The Work shall be completed by the Contractor in accordance with the Contract Documents within the time period required by Paragraph 00810-2.0, Time Allowed for Completion, subject to extension as expressly provided in the Contract Documents. Article 3. Liquidated Damages. The city and the contractor recognize that the city will suffer substantial damages and significant financial loss as a result of the contractor’s delays in performance of the work described in the contract documents. The city and the contractor hereby acknowledge and agree that the damages and financial loss sustained as a result of any such delays in 7.A.c Packet Pg. 45 Attachment: Agreement Package (2625 : Award Contract to McKim Corporation Sidewalk Gap Closure) 2020 Annual Sidewalk Gap Closure & Curb Ramp Improvements SECTION 00500-31 Project No. 20-PW-256 performance will be extremely difficult and impractical to ascertain. Therefore, the city and contractor hereby agree that in the event of such delays in performance, the city shall be entitled to compensation by way of liquidated damages (and not penalty) for the detriment resulting therefrom in accordance with paragraph 00700-6.5, liquidated damages, of the contract documents. The city and the contractor further agree that the amounts designated as liquidated damages are a reasonable estimate of the city’s damages and financial loss in the event of any such delays in performance considering all of the circumstances existing as of the date of this agreement, including the relationship of such amounts to the range of harm to the city which reasonably could be anticipated as of the date of this agreement and the expectation that proof of actual damages would be extremely difficult and impractical. By initialing this paragraph below, the parties hereto signify their approval and consent to the terms of this article 3. ________________________________ ________________________________ City’s Initials Contractors Initials Article 4. Contract Price. In consideration of the Contractors performance of the Work in accordance with the Contract Documents, the City shall pay the Contract Price set forth in the Contract Documents. Article 5. Contract Documents. The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of this Agreement (Section 00500 of the Contract Documents) and the following, all of which are hereby incorporated into this Agreement by reference with the same force and effect as if set forth in full. Invitation to Bid Instructions to Bidders Bid Documents Designation of Subcontractors Bid Guaranty Bond Agreement Acknowledgements Performance Bond Payment Bond General Conditions Supplementary Conditions General Requirements Standard Specifications (Caltrans) Technical Specifications Drawings 7.A.c Packet Pg. 46 Attachment: Agreement Package (2625 : Award Contract to McKim Corporation Sidewalk Gap Closure) 2020 Annual Sidewalk Gap Closure & Curb Ramp Improvements SECTION 00500-32 Project No. 20-PW-256 Addenda, if any Executed Change Orders, if any Maintenance Bond Notice of Award Notice to Proceed Article 6. Miscellaneous. Capitalized terms used in this Agreement which are defined in Section 01090, References, of the Contract Documents will have the meanings set forth in Section 01090, References. Contractor shall not assign any rights, obligations, duties or responsibilities under or interest in the Contract Documents without the prior written consent of the City, which consent may be withheld by the City in its sole discretion. No assignment by the Contractor of any rights, obligations, duties or responsibilities under or interests in the Contract Documents will be binding on the City without the prior written consent of the City (which consent may be withheld in City’s sole discretion); and specifically but without limitation monies that may become due and monies that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, executed by the City, no assignment will release or discharge the assignor from any liability, duty, obligation, or responsibility under the Contract Documents. Subject to the foregoing, the Contract Documents shall be binding upon and shall inure to the benefit of the parties hereto and their respective successors and assigns. Nothing contained in the Contract Documents shall in any way constitute a personal obligation of or impose any personal liability on any employees, officers, directors, agents or representatives of the City or its successor and assigns. In accordance with California Business and Professions Code Section 7030, the Contractor is required by law to be licensed and regulated by the Contractors’ State License Board which has jurisdiction to investigate complaints against Contractors if a complaint regarding a latent act or omission is filed within four years of the date of the alleged violation. A complaint regarding a latent act or omission pertaining to structural defects must be filed within 10 years of the date of the alleged violation. Any questions concerning the Contractor may be referred to the Registrar, Contractors’ State License Board, P.O. Box 26000, Sacramento, California 95826. IN WITNESS WHEREOF, this agreement has been executed on this day of , . 7.A.c Packet Pg. 47 Attachment: Agreement Package (2625 : Award Contract to McKim Corporation Sidewalk Gap Closure) 2020 Annual Sidewalk Gap Closure & Curb Ramp Improvements SECTION 00500-33 Project No. 20-PW-256 Name of Contractor Signature of City City Administrator Signature of Contractor Title of Signator _____________________ Title of Signator Approved as to form by City Attorney ATTEST: ATTEST: Signature Signature Title of Signator Title of Signator ***END OF SECTION*** 7.A.c Packet Pg. 48 Attachment: Agreement Package (2625 : Award Contract to McKim Corporation Sidewalk Gap Closure) 2020 Annual Sidewalk Gap Closure & Curb Ramp Improvements SECTION 00610-34 Project No. 20-PW-256 SECTION 00610 FAITHFUL PERFORMANCE BOND KNOW ALL PERSONS BY THESE PRESENTS, THAT, WHEREAS, City of Gilroy, hereinafter designated the “City,” has, on , , awarded to, hereinafter designated as the “Principal,” a Contract for the construction of the , and WHEREAS, said Principal is required under the terms of said Contract to furnish a bond for the faithful performance of said Contract: NOW, THEREFORE, WE, the Principal, and , as Surety, are held and firmly bound unto the City the penal sum of dollars ($ ) lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, it or its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and faithfully perform the covenants, conditions, and agreements in the said contract and any alterations made as therein provided, on it or their part to be kept and performed, at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless, the City, its officers and agents as therein stipulated, then this obligation shall become null and void; otherwise it shall be and remain in full force and virtue. It is acknowledged that the Contract provides for a one-year warranty period, during which time this bond remains in full force and effect. And the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall, in any way, affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration, or addition to the terms of the Contract or to the work or to the specifications. Said Surety hereby waives the provisions of Sections 2819 and 2845 of the Civil Code of the State of California. IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their seals this day of , , the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. 7.A.c Packet Pg. 49 Attachment: Agreement Package (2625 : Award Contract to McKim Corporation Sidewalk Gap Closure) 2020 Annual Sidewalk Gap Closure & Curb Ramp Improvements SECTION 00610-35 Project No. 20-PW-256 ____________________________ Principal (Seal) Signature for Principal Title of Signator Surety (Seal) Signature for Surety Title of Signator ***END OF SECTION*** 7.A.c Packet Pg. 50 Attachment: Agreement Package (2625 : Award Contract to McKim Corporation Sidewalk Gap Closure) 2020 Annual Sidewalk Gap Closure & Curb Ramp Improvements SECTION 00620-36 Project No. 20-PW-256 SECTION 00620 PAYMENT BOND KNOW ALL PERSONS BY THESE PRESENTS, THAT, WHEREAS, City of Gilroy , hereinafter designated as the “City,” has, on , , awarded to , hereinafter designated as the “Principal,” a Contract for the construction of the and WHEREAS, said Principal is required to furnish a bond in connection and with said Contract, providing that if said Principal, or any of it or its subcontractors shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work contracted to be done, or for any work or labor done thereon of any kind, the Surety of this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, we, the Principal, and , as Surety, are held and firmly bound unto the City the penal sum of Dollars ($ ) lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, and successors jointly and severally, firmly by these presents. The Payment Bond for which this Section provides shall secure the payment of those persons or entities to whom the Principal, its Subcontractors or its heirs, executors, administrators, successors, or assigns, shall be become legally indebted for labor, materials, tools, equipment or services of any kind used or employed by the bidder in performing the work, or taxes or amounts to be withheld thereon. The Surety or Sureties will pay the following amounts should the Principal or a Subcontractor fail to pay the same, plus reasonable attorneys’ fees to be fixed by the court if suit is brought upon the bond: (1) amounts due to any of the persons named in California Civil Code Section 3181; (2) amounts due under the Unemployment Insurance Code with respect to work contracted to be done or any work or labor thereon of any kind; and (3) any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the Principal and Subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to the work and labor. This Payment Bond shall inure to the benefit of any of the persons named in Civil Code Section 3181 so as to give a right of action to those persons or their assigns in any suit brought upon this bond. And the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition of the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall, in any way, affect its obligations of this bond, and it does hereby waive notice of any change, extension of time, alteration, or addition to the terms of the contract or to the work or to the specifications. Said 7.A.c Packet Pg. 51 Attachment: Agreement Package (2625 : Award Contract to McKim Corporation Sidewalk Gap Closure) 2020 Annual Sidewalk Gap Closure & Curb Ramp Improvements SECTION 00620-37 Project No. 20-PW-256 Surety hereby waives the provisions of Sections 2819 and 2845 of the Civil Code of the State of California. IN WITNESS WHEREOF, the above bounded parties have executed this instrument under their seals this day of , , the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body ___________________________________ Principal (Seal) Signature for Principal Title Surety (Seal) Signature for Surety Title ***END OF SECTION*** 7.A.c Packet Pg. 52 Attachment: Agreement Package (2625 : Award Contract to McKim Corporation Sidewalk Gap Closure) 2020 Annual Sidewalk Gap Closure & Curb Ramp Improvements SECTION 00630-38 Project No. 20-PW-256 SECTION 00630 CERTIFICATE OF INSURANCE Return Completed Certificate to City of Gilroy (Agency) This certifies to the Agency that the following described policies have been issued to the Insured named below and are in force at this time. Insured Address Description of operations/locations/products insured (show contract name and/or number, if any): POLICIES AND INSURERS Bodily LIMITS Property Injury Damage POLICY NUMBER EXPIRATION DATE Workers’ Compensation (Name of Insurer) (Best’s Rating) Employers Liability $ Check policy type: COMPREHENSIVE GENERAL LIABILITY , or COMMERCIAL GENERAL LIABILITY . (Name of Insurer) (Best’s Rating) “Claims Made” Occurrence Each Each Occurrence Occurrence $ $__________ Aggregate Aggregate $ $ or Combined Single Limit $ Aggregate $ BUSINESS AUTO POLICY Liability Coverage Symbol Each Person Each Accident $ $ $ Each Accident $ or, Combined Single Limit $ UMBRELLA LIABILITY (Name of Insurer) (Best’s Rating) “Claims Made” Occurrence Occurrence/Aggregate $ Self-Insured Retention $ 7.A.c Packet Pg. 53 Attachment: Agreement Package (2625 : Award Contract to McKim Corporation Sidewalk Gap Closure) 2020 Annual Sidewalk Gap Closure & Curb Ramp Improvements SECTION 00630-39 Project No. 20-PW-256 The following coverage or conditions are in effect:Yes No The Agency, its officials, and employees are named on all liability policies described above as insureds as respects: (a) activities performed for the Agency by or on behalf of the Named Insured, (b) products and completed operations of the Named Insured, and (c) premises owned, leased or used by the Named Insured. Products and Completed Operations The undersigned will mail to the Agency 30 days written notice of cancellation or reduction of coverage or limits Cross Liability Clause (or equivalent wording) Personal Injury, Perils A, B and C Broad Form Property Damage X, C, U& Hazards included Contractual Liability Coverage applying to this Contract Liquor Liability Coverage afforded the Agency, its officials, employees and volunteers as Insureds applies as primary and not excess or contributing to any insurance issued in the name of the Agency Waiver of subrogation from Workers’ Compensation Insurer This certificate is issued as a matter of information. This certificate is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwithstanding any requirement, term or condition of any contract or other document with respect to which this certificate of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies. Agency or Brokerage Insurance Company Address Home Office Name of Person to be Contacted Authorized Signature Date Telephone No. Note: Authorized signatures may be the agent’s if the agent has placed insurance through an agency agreement with the insurer. If insurance is brokered, authorized signature must be that of official of insurer. 7.A.c Packet Pg. 54 Attachment: Agreement Package (2625 : Award Contract to McKim Corporation Sidewalk Gap Closure) 2020 Annual Sidewalk Gap Closure & Curb Ramp Improvements SECTION 00630-40 Project No. 20-PW-256 GENERAL LIABILITY ENDORSEMENT City of Gilroy (“the Agency”) 7351 Rosanna Street Gilroy, CA 95020 Attn: Risk Manager A. POLICY INFORMATION Endorsement No. 1. Insurance Company Policy No. 2. Policy Term (from) (to) 3. Named Insured 4. Address of Named Insured 5. Limit of Liability Any One Incident/Aggregate $ 6. Deductible or Self-Insured Retention: (Nil unless otherwise specified): $ 7. Coverage is equivalent: Comprehensive General Liability form GL0002 (Ed 1/73) Comprehensive General Liability “occurrence” form CG0001 Comprehensive General Liability “claims-made” form CG0002..................................................................... 8. Bodily Injury and Property Damage Coverage is: “claims-made” - “occurrence” if claims-made, the retroactive date is . NOTE: The Agency’s standard insurance requirements specify “occurrence” coverage. “Claims-made” coverage requires special approval. B. POLICY AMENDMENTS This endorsement is issued in consideration of the policy premium. Notwithstanding any inconsistent statement in the policy to which this endorsement is attached or any other endorsement attached thereto, it is agreed as follows: 1. INSURED. The Agency, its elected and appointed officers, officials, employees and volunteers are included as insureds with regards to damages and defense of claims arising from: (a) activities performed by or on behalf of the Named Insured, (b) products and completed operations of the Named Insured, or (c) premises owned, leased or used by the Named Insured. 2. CONTRIBUTION NOT REQUIRED. As respects: (a) work performed by the Named Insured for or on behalf of the Agency; or (b) products sold by the Named Insured to the Agency; or (c) premises leased by the Named Insured from the Agency, the insurance afforded by this policy shall be primary insurance as respects the Agency, its elected or appointed officers, officials, employees or volunteers; or stand in an unbroken chain of coverage excess of the Named Insured’s scheduled underlying primary coverage. In either event, any other insurance maintained by the Agency, its elected or appointed officers, officials, employees and volunteers shall be in excess of this insurance and shall not contribute with it. 3. SCOPE OF COVERAGE. This coverage, if primary, affords coverage at least as broad as: 7.A.c Packet Pg. 55 Attachment: Agreement Package (2625 : Award Contract to McKim Corporation Sidewalk Gap Closure) 2020 Annual Sidewalk Gap Closure & Curb Ramp Improvements SECTION 00630-41 Project No. 20-PW-256 (1) Insurance Services Office form number GL 002 (Ed. 1/73), Comprehensive General Liability Insurance and Insurance Services Office form number GL 0404 Broad Form comprehensive General Liability endorsement: or (2) Insurance Services Office Commercial General Liability Coverage, “occurrence” form CG 0001 or “claims-made” form CG 0002; or (3) If excess, affords coverage which is at least as broad as the primary insurance forms referenced in the preceding sections (1) and (2). 3. SEVERABILITY OF INTEREST. The insurance afforded by this policy applies separately to each insured who is seeking coverage or against whom a claim is made or a suit is brought, except with respects to the Company’s limit of liability. 4. PROVISIONS REGARDING THE INSURED’S DUTIES AFTER ACCIDENT OR LOSS. Any failure to comply with reporting provisions of the policy shall not affect coverage provided to the Agency, its elected or appointed officers, officials, employees or volunteers. 5. CANCELLATION NOTICE. The insurance afforded by this policy shall not be suspended, voided, cancelled, reduced in coverage or in limits except after thirty (30) days prior written notice by certified mail return receipt requested has been given to the Agency. Such notice shall be addressed as shown in the heading of this endorsement. C. INCIDENT AND CLAIM REPORTING PROCEDURE Incidents and claims are to be reported to the insurer at: ATTN: (Title) (Department) (Company) (Address) (Telephone) D. SIGNATURE OF INSURER OR AUTHORIZED REPRESENTATIVE OF THE INSURER I, (print/type name), warrant that I have authority to bind the below listed insurance company and by my signature hereon do so bind this company. SIGNATURE OF AUTHORIZED REPRESENTATIVE (original signature required on endorsement furnished to the Agency) ORGANIZATION TITLE ADDRESS TELEPHONE 7.A.c Packet Pg. 56 Attachment: Agreement Package (2625 : Award Contract to McKim Corporation Sidewalk Gap Closure) 2020 Annual Sidewalk Gap Closure & Curb Ramp Improvements -42 Project No. 20-PW-256 WORKER’S COMPENSATION/EMPLOYERS LIABILITY ENDORSEMENT The City of Gilroy (“the Agency”) 7351 Rosanna Street Gilroy, CA 95020 Attn: Risk Manager A. POLICY INFORMATION Endorsement # 1. Insurance Company (“the Company”) Policy Number 2. Effective Date of This Endorsement 3. Named Insured 4. Employer’s Liability Limit (Coverage B) B. POLICY AMENDMENTS In consideration of the policy premium and notwithstanding any inconsistent statement in the policy to which this endorsement is attached or any other endorsement attached thereto, it is agreed as follows: 1.Cancellation Notice. The insurance afforded by this policy shall not be suspended, voided, cancelled, reduced in coverage or in limits except after thirty (30) days prior written notice by certified mail return receipt requested has been given to the Agency. Such notice shall be addressed as shown in the heading of this endorsement. 2.Waiver of Subrogation. The Insurance Company agrees to waive all rights of subrogation against the Agency, its elected or appointed officers, officials, agents and employees for losses paid under the terms of this policy which arise from work performed by the Named Insured for the Agency. C. SIGNATURE OF INSURER OR AUTHORIZED REPRESENTATIVE OF THE INSURER I, (print/type name), warrant that I have authority to bind the below listed insurance company and by my signature hereon do so bind this company. SIGNATURE OF AUTHORIZED REPRESENTATIVE (original signature required on endorsement furnished to the Agency) ORGANIZATION TITLE ADDRESS TELEPHONE ***END OF SECTION*** 7.A.c Packet Pg. 57 Attachment: Agreement Package (2625 : Award Contract to McKim Corporation Sidewalk Gap Closure) 2020 Annual Sidewalk Gap Closure & Curb Ramp Improvements SECTION 00650-43 Project No. 20-PW-256 SECTION 00650 WORKERS’ COMPENSATION INSURANCE CERTIFICATE In accordance with California Labor Code Section 1861, prior to commencement of work on the Contract, the Contractor shall sign and file with the City the following certification: “I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers’ compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract.” Signature Name of Contractor Title Date ***END OF SECTION*** 7.A.c Packet Pg. 58 Attachment: Agreement Package (2625 : Award Contract to McKim Corporation Sidewalk Gap Closure) 2020 Annual Sidewalk Gap Closure & Curb Ramp Improvements SECTION 00670-44 Project No. 20-PW-256 SECTION 00670 NOTICE OF NONDISCRIMINATION IN EMPLOYMENT The undersigned contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, age, marital status or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, age, marital status or national origin. Such action shall include, but not be limited to, the following: Employment, upgrading, demotion, or transfer, recruitment advertising; layoff or termination; rates of pay, or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment notice to be provided by the municipality setting forth the provisions of this nondiscrimination clause. Date Licensed General Contractor Company License # ***POST IN CONSPICUOUS PLACE OF EMPLOYMENT*** ***END OF SECTION*** 7.A.c Packet Pg. 59 Attachment: Agreement Package (2625 : Award Contract to McKim Corporation Sidewalk Gap Closure) City of Gilroy STAFF REPORT Agenda Item Title: Consideration of the Appointment of an Interim City Administrator or an Acting City Administrator Effective March 13, 2020 Meeting Date: March 2, 2020 From: Gabriel Gonzalez, City Administrator Department: City Clerk Submitted By: Shawna Freels Prepared By: Roland Velasco Shawna Freels Strategic Plan Goals ☐ Fiscal Stability ☐ Downtown Revitalization ☐ Economic Development ☐ Neighborhood Services ☐ Enhanced Public Safety ☐ W orkforce Stability ☐ Public Engagement RECOMMENDATION a) Appoint an Interim City Administrator or an Acting City Administrator effective March 13, 2020. b) Consideration of the formation of a Council Ad-hoc Committee to address Interim City Administrator salary and employment agreement. BACKGROUND City Administrator Gabriel Gonzalez has resigned effective March 13, 2020. At the opening of the March 2, 2020 meeting in closed session the City Council will interview internal candidates to fill the vacancy for a temporary period, while a transition plan to fill the position permanently is developed. 10.A Packet Pg. 60 At the conclusion of these interviews, in open session, the Council will then have the opportunity to appoint an Interim City Administrator, subject to the approval of an employment agreement to be approved at the March 16, 2020 regular meeting. Alternatively, the Council may appoint an Acting City Administrator effective March 13, 2020 until the item is re-addressed at the March 16, 2020 regular meeting. The Council may also wish to form a Council Ad-hoc Committee to address salary and negotiations of an employment agreement. 10.A Packet Pg. 61 City of Gilroy STAFF REPORT Agenda Item Title: Approval of the Updated City of Gilroy Travel and Expense Policy Meeting Date: March 2, 2020 From: Gabriel Gonzalez, City Administrator Department: Finance Department Submitted By: Jimmy Forbis Prepared By: Jimmy Forbis Bryce Atkins Strategic Plan Goals  Fiscal Stability ☐ Downtown Revitalization ☐ Economic Development ☐ Neighborhood Services ☐ Enhanced Public Safety ☐ Workforce Stability ☐ Public Engagement RECOMMENDATION Approve the updated City of Gilroy Travel and Expense Policy. BACKGROUND At the City Council Study Session on February 10, 2020, staff presented to Council the draft updated travel policy for Council comment and direction. After the presentation, there were no additional questions nor direction to make changes to the draft policy update. Staff has prepared this report for Council approval of the updated travel policy. ANALYSIS Attached to this staff report is the staff report presented on February 10, 2020, which contains the background and analysis regarding the proposed changes. The only 10.B Packet Pg. 62 changes made since the version presented at the February 10 th meeting is the addition of the last revised date in the header of the document. ALTERNATIVES Council may: 1. Adopt the proposed policy update. Recommended. Staff has worked to update the policy with best practices and changes that meet the operational needs and efficiencies of the City. 2. Modify or reject the proposed policy update. Not recommended. If rejected, the current policy will remain in effect, and the efficiencies and best practices will remain unrealized. If modified, additional time will be required to consider the proposed modifications and its impact to other provisions within the draft policy. FISCAL IMPACT/FUNDING SOURCE None. The policy establishes procedural requirements and guidelines for costs related to travel, but does not establish nor modify appropriations apart from those adopted by the City Council in the operating budget of the City. Attachments: 1. Travel and Expense Policy (Updated March 2, 2020) 2. Travel Policy Introduction Staff Report - February 10, 2020 10.B Packet Pg. 63 Page 1 of 12 CITY OF GILROY TRAVEL AND MEETING EXPENSE POLICY Expense and Use of Public Resources Originally Adopted by City Council on November 6, 2006 Last Revised on March 2, 2020 FINDINGS Whereas, the City of Gilroy (the “City”) takes its stewardship over the use of its limited public resources seriously; and, Whereas, public resources should only be used when there is a substantial benefit to the City. W hereas, such benefits include: 1. The opportunity to discuss the community’s concerns with state and federal officials; 2. Participating in regional, state and national organizations whose activities affect the City’s interest; 3. Attending educational seminars designed to improve officials’ and employees’ skill and information levels; and 4. Promoting public service and morale by recognizing such service; and, Whereas, legislative and other regional, state and federal agency business is frequently conducted over meals. Sharing a meal with regional, state and federal officials is frequently the best opportunity for a more extensive, focused and uninterrupted communication about the City’s policy concerns; and, Whereas, each meal expenditure must comply with the limits and reporting requirements of local, state and federal law; and, Whereas, this Policy provides guidance to elected and appointed officials (officials) and employees on the use and expenditure of City resources, as well as the standards against which those expenditures will be measured; and, Whereas, this Policy satisfies the requirements of Government Code section 53232.2; and, Whereas, this Policy supplements the definition of actual and necessary expenses for purposes of state laws relating to permissible uses of public resources; and, Whereas, this Policy also supplements the definition of necessary and reasonable expenses for purposes of federal and state income tax laws; and, Whereas, this Policy also applies to any related charges made to a City credit card, cash advances or other line of credit; and, Whereas, this Policy complies with AB 1234. AUTHORIZED EXPENSES City funds, equipment, supplies (including letterhead), titles, and staff time must only be used for authorized City business. Expenses incurred in connection with the following types of 10.B.a Packet Pg. 64 Attachment: Travel and Expense Policy (Updated March 2, 2020) (2657 : Travel Policy Update Adoption) Page 2 of 12 activities generally constitute authorized expenses, as long as the other requirements of this Policy are met. Effective and efficient implementation of these guidelines requires that employees and Department Heads use sound and reasonable judgment in the expenditure of City funds. 1. Communicating with representatives of regional, state and national government on City adopted policy positions; 2. Participating in regional, state and national organizations whose activities affect the City’s interests; 3. Attending educational seminars, conferences, training, conventions and other functions designed to improve officials’ and employees’ skill and information levels; 4. Attending City events; 5. Implementing a Cit y approved strategy for attracting or retaining businesses to the Cit y, which will typically involve at least one staff member; 6. Attending business meetings, functions of local civic or community organizations where there is a clear nexus between the event and City employee duty, i.e. not purely social events; 7. Events where the City is a formal sponsor or participant, in performance of official duties for the City, and when acting as an official City representative; or 8. Serving on professional organization or governmental committees, boards or task forces. All other expenditures require prior approval by the City governing body, including international travel. Examples of personal expenses that the City will not reimburse include, but are not limited to: 1. The personal portion of any trip (i.e. dry cleaning, laundry, etc.); 2. Political or charitable contributions or events; 3. Family expenses, including partner’s expenses when accompanying official or employee on agency-related business, as well as children - or pet-related expenses; 4. Entertainment expenses, including theater, movies (either in-room or at the theater), video games, sporting events (including gym, massage and/or golf related expenses), or other cultural events; 5. Non-mileage personal automobile expenses, including repairs, traffic citations, insurance or gasoline; 6. Personal losses incurred while on City business; and 7. Inaccurate receipts that are greater than the approvable cost of the item. 10.B.a Packet Pg. 65 Attachment: Travel and Expense Policy (Updated March 2, 2020) (2657 : Travel Policy Update Adoption) Page 3 of 12 Any questions regarding the propriety of a particular type of expense should be resolved by the approving authority before the expense is incurred. REIM BURSEMENTS FOR MEETINGS General Consistent with this Policy, expenses will be advanced and/or reimbursed for meals, lodging, travel and expenses, utilizing the Cit y of Gilroy Travel and Expense Request Form. Meetings and Service Subject To Reimbursements To be entitled to payment under this Policy, the event in question must constitute one of the following: 1. A meeting of the City Council within the meaning of Government Code section 54952.2(a); 2. A meeting of a City committee/board/commission or a meeting for Cit y staff within the meaning of Government Code section 54952(b); 3. An advisory bod y meeting within the meaning of Government Code section 54952(b); 4. A conference or organized educational activit y conducted in compliance with Government Code section 54952.2(c), including ethics training required b y Government Code sections 53234 and following; 5. A meeting of any multi-jurisdictional governmental body on which a City Councilmember serves as the City’s designated representative; 6. Any meeting attended or service provided on a given day at the formal request of the City Council and for which the City Council approves payment; 7. Business meetings, functions of local civic or community organizations where there is a clear nexus between the event and City employee duty, i.e. not purely social events; 8. Events where the City is a formal sponsor or participant, in performance of official duties for the City, and when acting as an official City representative; or, 9. Meetings of a professional organization or governmental committees, boards or task forces where an employee or official serves as a member of such a body. COST CONTROL To conserve City resources and keep expenses within community standards for public officials and employees, expenditures should adhere to the following guidelines. In the event that expenses are incurred which exceed these guidelines, the cost borne or reimbursed by the City will be limited to the costs that fall within the guidelines. P.O.S.T. (Officers Standards and Training) 10.B.a Packet Pg. 66 Attachment: Travel and Expense Policy (Updated March 2, 2020) (2657 : Travel Policy Update Adoption) Page 4 of 12 Police employees will be reimbursed under P.O.S.T. guidelines when eligible. Transportation The most economical mode and class of transportation reasonably consistent with scheduling needs and cargo space requirements must be used, using the most direct and time-efficient route. Government and group rates must be used when available. When planning the transportation portion of a trip, the employee shall consider all aspects of cost to the City including daily expenses, overtime, lost work time as well as actual transportation costs. If an employee elects to use a mode of transportation other than the most economical, the City will pay only the cost of the least expensive mode. The difference in cost will be borne by the employee. No overtime or compensatory time off is granted for attendance or travel to out-of-town functions other than that mandated by Federal Fair Labor Standards Act requirements and/or approved Memoranda of Understanding. Overtime in connection with travel on City business requires authorization from the Department Director. The City will not pay for any additional costs related to the extension of stay beyond what is required for business-related purposes (except due to travel restrictions caused by inclement weather, lack of available transportation, or similar reasons), unless pre-approved by the employee’s supervisor, Department Director, and City Administrator. If an employee extends his/her stay beyond the business-related purpose, during normal work hours, the employee must charge the time to his/her available leave balance. Automobile General When two or more employees are traveling by vehicle, the employees should make every effort to travel together. The City will pay all expenses, such as bridge tolls and parking fees, incurred as the result of an employee’s authorized use of a vehicle while traveling on City business. Employees requesting reimbursement for the payment of such expenses shall obtain receipts and submit them with their reimbursement request. To drive a City or privately- owned vehicle on City business an employee must possess a valid California driver’s license. A driver of a privately-owned vehicle must also carry adequate liability insurance coverage, and be responsible for any damage, service, or repair to the car occurring on the trip, as these costs are included in the City’s per mile cost reimbursement. City Vehicles Use of City pool vehicles is encouraged if deemed the most economical mode of transportation and no other family member or non-City employee will be accompanying the official or employee. See attached City of Gilroy Use of City-Owned Vehicles Policy for additional details. An employee who has been assigned a City vehicle on a full-time basis should use that vehicle for business travel (except when air travel is the least costly mode of transportation) and may not request compensation for the use of a private vehicle. Personal Vehicles Automobile mileage for use of a personal vehicle is reimbursed at Internal Revenue Service 10.B.a Packet Pg. 67 Attachment: Travel and Expense Policy (Updated March 2, 2020) (2657 : Travel Policy Update Adoption) Page 5 of 12 (“IRS”) rates presently in effect (see www.irs.gov ). These rates are designed to compensate the driver for gasoline, insurance, maintenance, and other expenses associated with operating the vehicle. This amount does not include bridge and road tolls, which are also approvable. The IRS rates will not be paid for rental vehicles; only receipted fuel expenses and the rental car cost will be reimbursed. If an official or employee elects to use a personal vehicle, the mileage will only be reimbursed up to the most economical mode of transportation cost (i.e. if a flight and shuttle/rental car would be less than the cost of reimbursement for mileage cost, they would be reimbursed for the lesser amount.) Employees who receive a car allowance shall, as a condition for receipt of this allowance, utilize their private vehicles for all City-related business and activities taking place within a 40 mile radius from Gilroy City Hall. Officials receiving auto allowance may claim mileage reimbursement for City related business activities only for miles in excess of the 40 mile radius from Gilroy City Hall in accord with the published IRS mileage rate. Rental Vehicles The use of rental vehicles is generally prohibited under this travel policy. However, special exceptions may be recommended by department heads, and must be approved by the City Administrator in order to be paid for, or reimbursed, by the City. Ai rfare Economy class airfares are presumed to be the most economical and reasonable for the purposes of this Policy. City officials and employees on official business are prohibited from traveling by private non-scheduled airplane unless a waiver of all claims for death and injury is first executed to the satisfaction of the City Attorney and City Risk Manager. Travelers are encouraged to make air reservations as early as feasible to obtain the greatest discount and to consider the use of alternate but nearby airports to take advantage of the lowest fares. Extension of the trip to cover a weekend stay to obtain a lower airfare does not entitle the traveler to be reimbursed for the extra day's hotel costs or meal expenses. Travelers that choose to use their personal frequent flyer miles for City business shall not be reimbursed for the value of the tickets. If the airline charges for all checked baggage, the City will cover the cost for one checked bag only. Excess baggage charges are not approvable. Upgrades of any kind shall not be reimbursed, including early boarding. If a trip is cancelled and the employee receives credit for the value of the airfare, the employee should use that credit for future business travel. If the credit is used for personal travel, the employee should reimburse the City for that amount. All cancelled trips must be reported. Airport Parking Long-term parking must be used for travel exceeding 24 hours. Transportation to/from airports, bus or train stations will be reimbursed for either actual mileage if a personal vehicle is used or for reasonable taxi fare, airport shuttle, van or other public transportation. If a personal vehicle is left at the airport for more than one day, parking will be reimbursed per day based on long- term parking rates or other transportation fare to/from the airport, whichever is lower. Parking at the short-term rate will not be reimbursed for more than one day. 10.B.a Packet Pg. 68 Attachment: Travel and Expense Policy (Updated March 2, 2020) (2657 : Travel Policy Update Adoption) Page 6 of 12 Taxis/Shuttles/Trains/Other Mass Transit Employees shall be compensated for train or other mass transit fares and fees provided that it is the most logical and least expensive method of travel. Supplementary transportation within the destination city shall be accomplished by hotel courtesy buses, local shuttle services or public transportation, if available and logical. Taxi or car service shall be used only when no other convenient, less costly mode of transportation is available. Taxi or shuttle fares may be reimbursed, including a 15 percent gratuity per fare, when the cost of such fares is equal or less than the cost of car rentals, gasoline and parking combined, or when such transportation is necessary for time-efficiency. Lodging Lodging expenses will be reimbursed or paid for when travel on official City business (including hotel parking fees) is greater than 50 miles from Gilroy City Hall or the employee’s residence, or less if the travel reasonably requires an overnight stay at the discretion of the employee’s Department Head, or the City Administrator in the case that the traveling employee is a Department Head or appointed official. If multiple officials/employees are attending, room sharing is not required. Some hotels provide exemptions from transient occupancy tax for government employees. Employees should request exemption for hotel transient occupancy taxes if applicable. No reimbursement will be made when lodging is at a family/friend’s residence. Lodging expenses will be limited to single occupant room rates. Travelers shall select single occupancy, standard, non-deluxe accommodations and should stay at hotels offering economical lodging rates. Unless authorized by the approving authority, fees to travel agents and travel agencies will not be reimbursed for in-state, out-of-state travel, and international travel. Conferences/Meetings If such lodging is in connection with a conference, lodging expenses must not exceed the group rate published by the conference sponsor for the meeting in question if such rates are available at the time of booking. If the group rate is not available, see next section. Other Lodging Travelers must request government rates, when available. Lodging rates that are equal to or less than government rates are presumed to be reasonable and hence approvable for purposes of this Policy. In the event that government rates are not available at a given time or in a given area, lodging rates that do not exceed the median retail price for lodging for that area listed on travel websites or an equivalent service shall be considered reasonable and hence approvable. The employee must make an effort to obtain lodging at or near the facility where business-related activity is to take place in order to minimize travel time and transportation costs. If an employee registers too late to receive the discounted rate ordinarily offered for business-related activity, the employee will make every effort to find accommodations near the location of the business- related activity at a rate similar to the discounted rate. 10.B.a Packet Pg. 69 Attachment: Travel and Expense Policy (Updated March 2, 2020) (2657 : Travel Policy Update Adoption) Page 7 of 12 Meals Conference and Overnight Travel Meals The City will provide a per diem (“per day”) allowance for meals and incidentals to employees who travel overnight for official City business. Travelers will receive a flat rate for meals and will not be required to submit receipts. If travelers use a City Purchase Card to pay for meals, it negates the per diem. The per diem rate varies and is dependent on the destination of travel. The rates for the various travel destinations are available on the U.S. General Services Administration website (http://www.gsa.gov/portal/content/104877) (these amounts are subject to change every year). Each city has a dollar value for the full day depending on the relative cost of meals in that jurisdiction. When meals are provided as part of the cost of an event, that meal will be deducted from the full day per diem rate. For days requiring transportation to and from the location (i.e. departure day and return day), the meals allowed shall be reduced based on the time of departure and return. If departure happens after 8:30 am, no breakfast is provided. If after 1:30 pm, no lunch is provided. If return time is before 12:30 pm, then no lunch or dinner is provided. If the return time is before 6:30 pm, no dinner is provided. Meals provided on days of travel shall be deducted at full-value. Local and One-Day Travel Meals Local and one-day travel meals shall be reimbursed, as opposed to advanced via per diem rates. Reimbursement for meals will be allowed only where the employee is attending a seminar or conference as a representative of the City for a specific purpose, or where the employee ’s attendance will directly benefit the City. No reimbursement will be allowed for meetings that are of a social nature. Meal expenses and associated gratuities should be moderate, taking into account community standards and the prevailing restaurant costs of the area. These reimbursements shall not exceed the rates specified in the Internal Revenue Service guidelines. See Government Code section 53232.2(c) and Publication 1542 at www.irs.gov or www.policyworks.gov/perdiem. The City will not pay for alcohol/bar expenses. Additionally, snacks, sodas, or water outside of a meeting or meal are not approvable. For group meal events organized b y others (for example, business meetings and other types of activities that fall within the list of “authorized expenditures” above), the City recognizes that the per person cost may exceed these maximums. Additionally, it is sometimes appropriate to conduct City business with non-employees, such as consultants, oral board participants, prospective businesses, etc., whereb y expenses will be incurred for food, beverage, taxes, tip, etc. Actual amounts will be reimbursed with prior approval from the Department Head and/or Cit y Administrator. Meals will be reimbursed for a staff working breakfast, lunch, or dinner whether for an outside meeting or held within a City of Gilroy facility or Gilroy dining establishment and approved by a Department Head or City Administrator. In addition, employees have the option of using a City credit card for meal expenses, which 10.B.a Packet Pg. 70 Attachment: Travel and Expense Policy (Updated March 2, 2020) (2657 : Travel Policy Update Adoption) Page 8 of 12 will be for the actual amount plus tip, and must be within the established limits as noted above. Telephone/Fax/Cellular Officials and employees will be reimbursed for actual telephone and fax expenses incurred on City business. Other Baggage handling fees of up to $1 per bag and gratuities (when not associated with a per diem amount) of up to 15 percent will be reimbursed. Expenses for which City officials and employees receive reimbursement from another agency are not approvable. Other incidental expenses related to City business (e.g. fax, tolls, parking fees, internet access, public transportation) will be reimbursed at cost as supported by submitted receipts. Personal expenses such as shoe shine, in-room entertainment, personal phone calls, traffic fines, excess baggage charges, etc. will not be paid by the City. Laundry services are generally not eligible for reimbursement. On a case-by-case basis, when an extended business trip extends over seven (7) or more calendar days and the employee is required to conduct City business in excess of five (5) days, reasonable laundry expenses may be reimbursed for necessary business clothing. Travel Time An employee will be allowed travel time during work hours in excess of normal commute time. If a non-exempt employee is required to travel beyond the normal work hours, they may be entitled to overtime. CREDIT CARD USE POLICY City officials and employees may use City credit cards for such purposes as airline tickets and hotel reservations by following the same procedures for cash advances. Receipts documenting expenses incurred on the City credit card and compliance with this Policy must be submitted within five business days of use. All other requirements and policies in effect regarding purchasing and use of City credit cards apply. City credit cards may not be used for personal expenses, even if the official or employee subsequently reimburses the City. Utilizing a City credit card for meals will negate the per diem advance per the meal discussion above. Non-Attendance at Meeting/Conference If an official or employee has registered for a conference or meeting and either determines that they are unable to attend or do not attend, they will be responsible for all expenses that are charged to the City of Gilroy that were not able to be refunded. Exceptions to this section of the policy will be at the discretion of the employee’s Department Head. APPROVAL AUTHORITY No individual may authorize his/her own travel. Employee travel requests must be approved by their supervisor or Department Head. Department Head travel shall be approved by the City Administrator or designee and the City Administrator’s travel shall be approved by the 10.B.a Packet Pg. 71 Attachment: Travel and Expense Policy (Updated March 2, 2020) (2657 : Travel Policy Update Adoption) Page 9 of 12 Finance Director or designee. Councilmember travel shall be approved by the City Council. Board, commission and/or committee member travel shall be limited to the budget that Council has assigned for their advisory body, allocated by the staff liaison in cooperation with the Chairperson of the advisory body, and approved by the respective commission and/or committee. Approval must be secured from appropriate approval authority before reimbursement will be made. Officials and employees must substantiate all expenses, excepting per diem advances. If an official or employee receives an advance for an expense and fails to substantiate the expense, such official or employee must return the advance to the City. The following constitutes “substantiate” for the purpose of this policy: Within 30 days after the expense is incurred, the official or employee shall submit to the City all receipts and other documentary evidence substantiating the time, place, amount, and business connection of the expenditure. Excepting the portion of an advance made to an employee as a per diem allowance (that does not exceed the per diem rates of the federal government), an official or employee shall return to the City, within 30 days upon return to work (or within 120 days after the expense was incurred, whichever is earlier), any amount of an advance that is in excess of the actual expense incurred. For example, if an employee receives an advance from the City of $100 to cover the cost of attending a seminar and the actual cost turns out to be $95, such employee shall return to the City the excess $5 within 30 days upon return to work. AUDITS OF EXPENSE REPORTS All expenses are subject to verification that they comply with this Policy. Requirements for documentation and processing of travel and expense requests shall be at the discretion of the Finance Department, approved by the City Administrator. REPORTS TO GOVERNING BOARD At the following City governing body meeting, each official shall briefly report on any meetings attended for which reimbursement was paid. If multiple officials attended, a joint report may be made. The report may be made orally or in writing. COM PLIANCE WITH LAWS City officials should keep in mind that some expenditures may be subject to reporting under the Political Reform Act and other laws. All agency expenditures are public records subject to disclosure under the Public Records Act and other laws. VIOLATION OF THIS POLICY Under state law, use of public resources or falsifying Reimbursement Request Forms in violation of this Policy may result in any or all of the following: 1) loss of reimbursement privileges, 2) a demand for restitution to the City, 3) the agency’s reporting the expenses as income to the elected or appointed official or employee to state and federal tax authorities 10.B.a Packet Pg. 72 Attachment: Travel and Expense Policy (Updated March 2, 2020) (2657 : Travel Policy Update Adoption) Page 10 of 12 (may result in additional tax liabilities), 4) civil penalties of up to $1,000 per day and three times the value of the resources used, 5) prosecution for misuse of public resources, and 6) discipline up to and including termination for employees. The Travel and Expense Request Form shall include the above paragraph as an advisory on each form. If there are any questions regarding this Policy, contact your Department Head. If any clarification is needed, they will discuss the issue with the Finance Director. 10.B.a Packet Pg. 73 Attachment: Travel and Expense Policy (Updated March 2, 2020) (2657 : Travel Policy Update Adoption) Page 11 of 12 CITY OF GILROY USE OF CITY-OWNED VEHICLES POLICY Revised 9-20-2006 The City of Gilro y provides vehicles to a few City emplo yees for the conducting of Cit y business. The following are the Cit y policies in regards to such use. 1. In certain cases an employee is assigned a vehicle in the performance of his or her dail y dut y. The vehicle is not to be used for personal purposes, including the commute to and from home. 2. In other cases, employees are, from time to time, directed to take a City-owned vehicle home with them for use in case of emergency call outs. Such vehicles would include all police vehicles, marked fire vehicles, and specialized utility repair trucks. Such vehicles are not to be used for personal use except as required in order to take the vehicle to the emplo yee’s home and minimum personal use en route. Employees on “on-call duty” may take City vehicles home with the Department Head’s approval, if the employee lives within the Gilroy General Plan area. Excluded from this need for Department Head approval or living within the Gilroy General Plan area are the detectives and current Police Department Communications Supervisor. Use of Police and Fire vehicles for personal use other than commuting, when required in order to allow the employee to respond at an y time in performance of Cit y business, will be addressed by separate policy. In some cases, employees would be allowed to take a City-owned vehicle home if that would be the most economical way to start a trip to a conference or meeting. 3. Some specified employees are permitted to use a City-owned vehicle to commute to and from their home and their worksite. Such vehicles are expressl y not to be used for personal purposes other than commuting or minimum personal use (such as a stop for a personal errand on the way between the employee’s home and worksite). In compliance with regulations of the Internal Revenue Service (“IRS”), use of a Cit y-owned vehicle by an employee only for commuting and minimal personal purposes will be reported to the IRS as a taxable fringe benefit at the current rate per one-way trip for such use or by an amount determined by actual mileage calculation. In the latter case, the employee must keep an up-to-date monthly mileage record in his or her vehicle, and the employee’s W-2 form will reflect the actual mileage of personal use multiplied by the IRS-approved rate per mile. The current one-way trip rate and IRS mileage allowance figures are available from Human Resources. In reporting this taxable fringe benefit to the IRS, the City will: a. Once the method of calculation (per trip or per mile) is agreed upon with an employee, that method of calculation (per trip or per mile) will be used for that employee for the entire tax year. In the City of Gilroy, the tax year includes monthly paychecks received December 1 through November 30. 10.B.a Packet Pg. 74 Attachment: Travel and Expense Policy (Updated March 2, 2020) (2657 : Travel Policy Update Adoption) Page 12 of 12 b. The City will not withhold taxes on the vehicle use benefit. The value for the able use will be included annually in gross income on the employee’s W-2 form, without an increase in withholding. 10.B.a Packet Pg. 75 Attachment: Travel and Expense Policy (Updated March 2, 2020) (2657 : Travel Policy Update Adoption) City of Gilroy STAFF REPORT Agenda Item Title: Introduction of the Draft Travel and Expense Policy Update Meeting Date: February 10, 2020 From: Gabriel Gonzalez, City Administrator Department: Finance Department Submitted By: Jimmy Forbis Prepared By: Jimmy Forbis Bryce Atkins Strategic Plan Goals  Fiscal Stability ☐ Downtown Revitalization ☐ Economic Development ☐ Neighborhood Services ☐ Enhanced Public Safety ☐ Workforce Stability ☐ Public Engagement RECOMMENDATION Receive report and provide direction to staff. POLICY DISCUSSION Should the City update its Travel and Expense Policy to reflect Per Diem rates, among other changes? BACKGROUND Council adopted the City of Gilroy Reimbursement Policy: Expense and Use of Public Resources (“Travel Policy”) on November 6, 2006. As time has progressed and the City has adopted updated procedures and processes, particularly after the 2009 recession, edits are being suggested to the City’s Travel Policy. These edits are intended to make certain clarifications, streamline processes, and generally lessen the burden to manage 10.B.b Packet Pg. 76 Attachment: Travel Policy Introduction Staff Report - February 10, 2020 (2657 : Travel Policy Update Adoption) the Travel Policy while insuring that the proper reviews and approvals are conducted before travel and other external meeting costs are incurred as a part of the work conducted with the City. ANALYSIS Both the draft revised policy document and a document showing redline edits identifying the changes from the original policy document are attached to this staff report. Below are descriptions of the larger, substantive changes that are proposed. Convert Reimbursement for Meals to Government Per Diem Rates The proposed change would result in savings of staff time for the review of receipts from employees travelling. Review and reconciliation of receipts, and the process to obtain attestation for lost receipts takes a significant amount of staff time compared to the amount of reimbursements granted. Additionally, staff is seeing frequent lost receipts, which requires a paperwork process to reimburse the employee the expense. Per Diem rates are a viable alternative to actual reimbursements and are a common practice in many governmental agencies. Per Diem is distributed to the employee before the trip is taken; ensuring adequate funds for meals and incidentals are available to the employee for travel. Additionally, there are no requirements for receipts and no additional staff time required to verify and reconcile the receipts. Rates are determined based upon the destination locality. Of the 10 Santa Clara County cities whose policies address meals specifically, 6 (or 60%) utilize per diem payments. The remaining cities either reimburses up to the per diem rates, other established rates, or state only reasonable expenses are to be reimbursed. The General Services Administration (GSA) of the federal government maintains and updates annually a list of IRS supported per diem rates for localities in the United States. The proposed amendment would defer to the GSA rates for determining the amount of per diem an employee is eligible for. Additionally, the daily rates are modified to reflect departure and arrival times, and for when meals are provided for such training or other purposes of the travel instance. Currently, the City’s existing policy does not have a ceiling in place for the costs of the meal expenses, however IRS regulations do determine the maximum amount that can be reimbursed – anything over that amount could become a reportable tax liability. The per diem rates would effectuate a maximum amount for meals. Additionally, by having a set amount per eligible meal, neither the traveler nor supervisory and finance staff will be required to maintain receipts and compel affidavits of missing receipts. The proof of the meal expense amounts falls on the employee to retain for their tax purposes. 10.B.b Packet Pg. 77 Attachment: Travel Policy Introduction Staff Report - February 10, 2020 (2657 : Travel Policy Update Adoption) Should the employee not use all of the per diem distributed in the course of the trip, the employee will keep the remaining balance, and is to report the surplus amount on their tax filings. It is the sole responsibility of the employee to report this, and is a matter between the employee and both the Federal Internal Revenue Service and the California Franchise Tax Board. Lodging The City’s existing policy established the reimbursement and granting of lodging for overnight stays when travel reasonably requires an overnight stay. The proposed policy would establish that any travel in excess of 50 miles from either City Hall or the employee’s residence would allow for lodging to be provided at the City’s expense. Lodging may also be granted at distances less than 50 miles with the approval of the Department Head, or the City Administrator for Department Heads and appointed officials. For example, the City Administrator may authorize lodging for planning commissioners to stay overnight at the League of California Cities’ Planning Commissioner Conferences held in the Monterey area, within the 50 mile radius, due to the time that the event starts and stops each day, and the commute time to and from the event. Of the ten Santa Clara County cities that reference a distance requirement for lodging in their policies, four are set for 50 miles, two state when the city’s business reasonably requires an overnight stay, one city each requiring 40, 75, and 100 mile ranges, and one city that authorizes overnight stay depending upon required departure and arrival times back to City Hall or the employee’s residence. As an illustrative example, with a requirement of 50 miles of travel, overnight stays would be eligible by default beginning with the following cities, depending upon which direction is travelled and where within the City the event is: • North: Menlo Park via Highway 101; Union City via Highway 101 and Highway 880 • East: Eastern side of Los Banos via Highway 152; Gustine via Highway 152 and Highway 33 • South: Soledad via Highway 101; Notley’s Landing (south of Carmel Highlands) via Highway 101 and Highway 1 • West: Swanton via 152 and Highway 1 Rental Vehicles Generally Prohibited Under the current policy, employees are reimbursed for use of rental vehicles. However, with the breadth of public transportation and ridesharing options, the need for rental vehicles is diminishing. The policy would generally prohibit the use of rental vehicles, and are no longer subject to reimbursement. The draft policy language would allow the 10.B.b Packet Pg. 78 Attachment: Travel Policy Introduction Staff Report - February 10, 2020 (2657 : Travel Policy Update Adoption) City Administrator to authorize an exception to this prohibition of the use of rental vehicles if conditions exist which require its use. Increased authorized expenses list The list of authorized expenses is proposed to include the addition of attending business meetings, function of local civic or community organizations where there is a clear nexus between the event and City employee duty; events where the City is a formal sponsor or participant in performance of official duties when acting as a City representative, and serving on professional organization or government committees, boards or task forces. Most economical means of travel means more than just cost The proposed policy update adds a statement that an employee planning the travel component in determining the most economical cost must consider any overtime, daily expenses, lost work time and all other economic/fiscal impacts, and validate/include them as part of the pre-approval application for travel expenses. Employees may choose a higher cost travel, but the City will only reimburse the most economical means of transportation and any difference is borne by the employee. ALTERNATIVES Council may determine any number of modifications to this updated policy, or direct staff to not update the policy at this time. FISCAL IMPACT/FUNDING SOURCE The fiscal impact is neutral. The City’s adopted budget sets the amount of travel expenses that could be incurred in the fiscal year, and the total appropriated amount is not increasing nor decreasing as a result of this policy change. The amount of travel will adjust to accommodate the changes in the policy. CONCLUSION Staff is of the opinion that the conversion to per diem rates, curtailments of rental vehicle use, and other adjustments to the policy will help to protect public resources, while streamlining the work historically done to validate the expenditures claimed for travel. NEXT STEPS Once Council provides comments and direction on the policy, staff will then bring back the policy, inclusive of the amendments, to Council for adoption. Attachments: 1. DRAFT Updated Travel Policy 10.B.b Packet Pg. 79 Attachment: Travel Policy Introduction Staff Report - February 10, 2020 (2657 : Travel Policy Update Adoption) 2. Travel Policy Redline Edits 10.B.b Packet Pg. 80 Attachment: Travel Policy Introduction Staff Report - February 10, 2020 (2657 : Travel Policy Update Adoption) City of Gilroy STAFF REPORT Agenda Item Title: Approval of the Updated City of Gilroy Purchasing Policy Meeting Date: March 2, 2020 From: Gabriel Gonzalez, City Administrator Department: Finance Department Submitted By: Jimmy Forbis Prepared By: Jimmy Forbis Bryce Atkins Strategic Plan Goals  Fiscal Stability ☐ Downtown Revitalization ☐ Economic Development ☐ Neighborhood Services ☐ Enhanced Public Safety ☐ Workforce Stability ☐ Public Engagement RECOMMENDATION Approve the updated City of Gilroy Purchasing Policy. BACKGROUND At the City Council Study Session on February 10, 2020, staff presented to Council the draft updated purchasing policy for Council comment and direction. After the presentation, there were no additional questions nor direction to make changes to the draft policy update. Staff has prepared this report for Council approval of the updated purchasing policy. ANALYSIS Attached to this staff report is the staff report presented on February 10, 2020, which contains the background and analysis regarding the proposed changes. The only 10.C Packet Pg. 81 changes made between the version presented at the February 10th meeting is the removal of the word draft from the title page and headers, and the month on the cover page being changed to March from February. ALTERNATIVES Council may: 1. Adopt the proposed policy update. Recommended. Staff has worked with a purchasing consultant to develop a policy in keeping with best practices and legal provisions regarding purchasing policies. 2. Modify or reject the proposed policy update. Not recommended. If rejected, the current policy will remain in effect, and the efficiencies and best practices will remain unrealized. If modified, additional time will be required to consider the proposed modifications and its impact to other provisions within the draft policy update and other purchasing requirements of the City Code. FISCAL IMPACT/FUNDING SOURCE None. The policy establishes procedural requirements and guidelines for procurement, but does not establish nor modify appropriations apart from those adopted by the City Council in the operating budget of the City. Attachments: 1. Gilroy Purchasing Policy (Updated March 2, 2020) 2. February 10, 2020 Purchasing Policy Introduction Staff Report 10.C Packet Pg. 82 March 2020 City of Gilroy Purchasing Policy 10.C.a Packet Pg. 83 Attachment: Gilroy Purchasing Policy (Updated March 2, 2020) (2656 : Purchasing Policy Adoption) Purchasing Policy Table of Contents i Table of Contents Section 1 – Purchasing Policy Overview .............................................................................................. 1 1.1 Purchasing Policy Overview .................................................................................................... 1 Section 2 – Code of Conduct and Ethics ............................................................................................... 3 2.1 Code of Conduct Overview ...................................................................................................... 3 2.2 Conflict of Interest ...................................................................................................................... 3 2.3 No Gratuities ............................................................................................................................... 3 2.4 Conduct with Vendors .............................................................................................................. 3 2.5 Disciplinary Actions for Policy Violations.............................................................................. 4 Governing Law(s) and Reference Documents ............................................................................ 4 Section 3 – Purchasing System Authorities and Responsibilities ................................................... 5 3.1 Decentralized Purchasing System Overview ......................................................................... 5 3.2 General Categories of Purchases .............................................................................................. 5 3.3 Authority to Award Contracts ................................................................................................. 6 3.4 Responsibilities of Purchasing Division .................................................................................. 7 3.5 Responsibilities of City Staff ..................................................................................................... 7 3.6 Authorized and Unauthorized Purchases .............................................................................. 8 3.7 Contracting Requirements ........................................................................................................ 8 Governing Law(s) and Reference Documents .......................................................................... 10 Section 4 – Procurement Methods........................................................................................................ 11 4.1 Procurement Methods Overview ........................................................................................... 11 4.2 Selecting the Appropriate Procurement Method ................................................................. 11 4.3 Purchasing Card Program ................................................................................................... 12 4.4 Informal Procurement Procedures ......................................................................................... 12 4.5 Formal Bidding Procedures .................................................................................................... 13 4.6 Request for Proposals .............................................................................................................. 16 4.7 Two-step Competitive Bidding Processes ............................................................................ 19 Governing Law(s) and Reference Documents .......................................................................... 19 4.8 Emergency Procurement ......................................................................................................... 19 4.9 Purchases Exempt from Competitive Bidding ..................................................................... 20 Governing Law(s) and Reference Documents .......................................................................... 21 4.10 Cooperative Purchases .......................................................................................................... 21 10.C.a Packet Pg. 84 Attachment: Gilroy Purchasing Policy (Updated March 2, 2020) (2656 : Purchasing Policy Adoption) Purchasing Policy Table of Contents ii Governing Law(s) and Reference Documents .......................................................................... 23 Section 5 – Specification Development .............................................................................................. 24 5.1 Specifications for Competitive Bidding – Overview ........................................................... 24 Governing Law(s) and Reference Documents .......................................................................... 25 Section 6 – Sourcing and Standardization ......................................................................................... 26 6.1 Sourcing and Standardization Overview ............................................................................. 26 6.2 Single and Sole Sourcing ......................................................................................................... 26 6.3 Standardization ........................................................................................................................ 26 Section 7 – Special Policies and Programs ......................................................................................... 27 7.1 Special Programs and Policies Overview ............................................................................. 27 7.2 Local Purchasing Preference ................................................................................................... 27 7.3 Minority, Disabled and Woman Owned Business Policy Statement ................................ 28 7.4 Environmentally Preferable Purchasing Policy ................................................................... 29 7.5 Policies and Procedures for Purchases Utilizing Federal Grant Funding ........................ 29 Section 8 – Purchasing-related Instructions and Procedures .......................................................... 30 8.1 Bid/Proposal Protest Procedures ............................................................................................ 30 8.2 Central Supply Stores .............................................................................................................. 31 8.3 Certificates of Insurance and Coverage Requirements ....................................................... 31 8.4 Instructions to Bidders............................................................................................................. 31 8.5 Lease, Rental and Lease-to-Purchase Procurements ........................................................... 32 8.6 Life Cycle Cost Analysis .......................................................................................................... 32 8.7 Service Provider Evaluation ................................................................................................... 33 8.8 Surplus Property Disposal ...................................................................................................... 33 8.9 Used Automobile Purchases ................................................................................................... 35 Section 9 – Glossary of Terms............................................................................................................... 36 9.1 Definitions ................................................................................................................................. 36 10.C.a Packet Pg. 85 Attachment: Gilroy Purchasing Policy (Updated March 2, 2020) (2656 : Purchasing Policy Adoption) Purchasing Policy Section 1 – Purchasing Policy Overview 1 Section 1 – Purchasing Policy Overview 1.1 Purchasing Policy Overview The purpose of this manual is to provide basic information for procuring goods and services consistent with adopted policies and procedures, and best practices. This manual is intended to provide sufficient information and reference detail to enable City employees to be fully aware of, and comply with, City purchasing policies, and to effectively participate in the purchasing program. This section of the purchasing policies and procedures manual establishes the legal requirements of the procurement function within the City organization and establishes procurement expectations to safeguard fairness, system integrity and ethical practices. 1. Legal Requirements. The legal bases for the purchasing system are established below.  Several sections of the City Charter enumerate authorities relative to purchasing- related functions:  Section 703. Establishes that the City Administrator: • Can enter into contracts on behalf of the city involving Council- appropriated expenditures and bid or proposals approved by Council. • Will implement a citywide purchasing system.  Section 800. Requires in paragraph 4 that purchasing rules and regulations be included in the administrative code which shall be amended by ordinance as necessary.  Section 1104. Specifies in paragraph 3 that during any fiscal year city employees cannot spend or incur any obligations to spend money for any purpose without a budgeted appropriation.  Section 1109. Contains requirements for bidding public works construction projects.  Section 1110. Contains certain requirements that bidders must follow when bidding on city projects. 10.C.a Packet Pg. 86 Attachment: Gilroy Purchasing Policy (Updated March 2, 2020) (2656 : Purchasing Policy Adoption) Purchasing Policy Section 1 – Purchasing Policy Overview 2  The City Code Section 2.43(c) establishes the responsibilities of the purchasing function. 2. Expectations of Fair and Open Procurement.  Secure goods and services at the lowest possible cost commensurate with the quality needed.  Endeavor to obtain the most open competition possible for all purchases.  Encourage competitive pricing from responsive and responsible business providers that are qualified, capable and willing to meet the city’s requirements.  Fulfill the requirements of Charter and City Code in the procurement of goods and services.  Safeguard the city’s reputation for fairness, integrity and ethical practices. 10.C.a Packet Pg. 87 Attachment: Gilroy Purchasing Policy (Updated March 2, 2020) (2656 : Purchasing Policy Adoption) Purchasing Policy Section 2 – Code of Conduct and Ethics 3 Section 2 – Code of Conduct and Ethics 2.1 Code of Conduct Overview All employees are responsible for impartially assuring fair competitive access to city procurement opportunities by responsible suppliers and contractors. In addition, all employees shall conduct themselves in a manner that avoids any impropriety, or appearance of impropriety, and that fosters the highest level of public confidence in the integrity of Gilroy’s purchasing system. 2.2 Conflict of Interest No employee shall participate in a city procurement when the employee knows that: 1. The employee or the employee’s spouse, domestic partner, child, stepchild, parent or stepparent will benefit financially from the procurement; and/or 2. The employee or the employee’s spouse, domestic partner, child, stepchild, parent or stepparent is negotiating or has an employment arrangement contingent on or will be affected by the procurement. Upon discovery of an actual or potential conflict of interest, an employee shall immediately withdraw from further participation in the procurement. 2.3 No Gratuities No city employee shall solicit, demand, accept or agree to accept a gift of goods or services, payment, loan, advance, deposit of money, or employment offer presented, promised in return for, or in anticipation of favorable consideration in a city procurement. 2.4 Conduct with Vendors Conduct with vendors who provide goods or services to the city shall be fair, open and transparent. City employees shall: 1. Refrain from showing favoritism to vendors or being unduly influenced. 2. Safeguard confidentiality when required to do so. 3. Select vendors on the basis of meeting appropriate and fair criteria. 10.C.a Packet Pg. 88 Attachment: Gilroy Purchasing Policy (Updated March 2, 2020) (2656 : Purchasing Policy Adoption) Purchasing Policy Section 2 – Code of Conduct and Ethics 4 2.5 Disciplinary Actions for Policy Violations City employees shall abide by and be accountable for the codes of conduct established in this section. Policy violations may result in disciplinary actions in accordance with the city’s established procedures, consistent with state law. Governing Law(s) and Reference Documents 1. Section 809 of the City Charter 10.C.a Packet Pg. 89 Attachment: Gilroy Purchasing Policy (Updated March 2, 2020) (2656 : Purchasing Policy Adoption) Purchasing Policy Section 3 – Purchasing System Authorities and Responsibilities 5 Section 3 – Purchasing System Authorities and Responsibilities 3.1 Decentralized Purchasing System Overview The city has adopted a decentralized purchasing system. This means that for most purchases, requesting departments can directly solicit bids or proposals and place orders with suppliers, subject to the limitations established in policy and subject to the approval of the appropriate award authority. Nothing precludes staff from seeking procurement assistance from the finance director or purchasing coordinator, especially to clarify policies, processes and procedures. In a decentralized purchasing system, it is very important that all employees understand and abide by the city’s procurement rules/polices and ensure their fair and consistent application. 3.2 General Categories of Purchases City purchase categories generally consist of the following categories, for which different procurement methods may apply (see Section 4, Procurement Methods, page 11): 1. Goods. The purchase of goods consists of materials, equipment and supplies needed by any department. 2. Services. City staff may require contracts for services, which fall into two categories: a. General Services. Services rendered such as custodial services, building/ equipment maintenance, and machinery/equipment rental, excluding contracts for public works projects or professional services. b. Professional Services. Services provided by a person or firm engaged in a profession based on highly specialized and/or technical knowledge or skill, such as the professions of accountant, attorney, artist, architect, landscape architect, construction manager, engineer, environmental consultant, dentist, physician, training or educational consultant, or land surveyor, and whose services are considered distinct and unique to such a degree that bidding of such services may not be feasible, if appropriately justified and documented (see Subsection 4.9, Exemptions from Competitive Bidding, page 20). 3. Public Works Projects. Public works pertain to the construction, alteration, repair, or improvement of any public structure, building, road, or other public improvement of any kind, including demolitions, and the construction and installation of drainage systems, lighting and signaling systems, sewer and water systems, and park and 10.C.a Packet Pg. 90 Attachment: Gilroy Purchasing Policy (Updated March 2, 2020) (2656 : Purchasing Policy Adoption) Purchasing Policy Section 3 – Purchasing System Authorities and Responsibilities 6 recreational facilities. Maintenance required to preserve a public improvement is not considered a public work. 3.3 Authority to Award Contracts The following section outlines the various contract award authorities established under the decentralized Purchasing System. 1. Award Authority. Contract award authority is established by dollar threshold for each of the following entities: a. City Council. Purchases or contracts for goods and services of $100,000 or more, and public works contracts exceeding $35,000, must be awarded by the City Council. b. City Administrator. Purchases or contracts up to $99,999 may be awarded by the City Administrator, with the exception of public works contracts exceeding $35,000. c. Department Heads. As authorized by the City Administrator, department heads may make purchases and enter into contracts for goods and services up to $49,999, and for public works construction contracts up to $34,999. d. Staff. Purchases up to $2,999 may be made at the staff level as designated by department directors. 2. Authority to Legally Bind City. Unless specifically authorized as established in this section or elsewhere in City policy, staff other than the City Administrator and department heads cannot enter into contractual arrangements to purchase goods or services or otherwise legally bind the City for such purchases. 3. Award Authority Determined by One Transaction. For the purpose of determining the appropriate award authority, contract amounts are defined by what constitutes a single or one transaction. This rule also applies to competitive bidding (the estimate of dollar value of the transaction dictates the level of bidding required). a. One-time Purchases. Each discrete, one-time purchase is a single transaction. b. Blanket Purchase Orders. The contract term of a blanket purchase order is generally considered a single transaction, subject to total contract length requirements established in a competitive bidding process. See also Subsection 3.7.6.b on page 9. Examples: A blanket order in the amount of $10,000 that is issued for vehicle parts for a one-year period is a single transaction. Subsequent annual renewals of the blanket order are considered separate, single transactions. 10.C.a Packet Pg. 91 Attachment: Gilroy Purchasing Policy (Updated March 2, 2020) (2656 : Purchasing Policy Adoption) Purchasing Policy Section 3 – Purchasing System Authorities and Responsibilities 7 A five-year blanket order for on-call maintenance work in the amount of $25,000 each year (for a total of $125,000) requires Council approval. c. Contract Amendments. Dollar increases to existing contracts require the sum of the original contract to be added to the amount of the amendment to determine the single transaction value. Example: The City Administrator awards a contract for $75,000 and a $30,000 amendment is required. The resulting transaction is $105,000, now requiring Council approval. 3.4 Responsibilities of Purchasing Division 1. Purchasing Function. As established in Section 2.43(c) of the City Code, the purchasing division is responsible for: a. Purchasing materials, supplies, and equipment (goods) and services for use by all departments when appropriate. b. Preparing standard specifications for goods and services wherever possible. c. Maintaining a purchase order system and issuing purchase orders as required. d. Verifying that all bids and proposals are in accordance with policy requirements. e. Establishing and operating a system of stores for the bulk purchase of commonly used items. f. Selling surplus personal property of the City, subject to the determinations and approval of department heads, the City Administrator and the City Council. 3.5 Responsibilities of City Staff 1. Responsibilities of all employees. As keepers of the public trust, all City employees are required to discharge their duties fairly, impartially and with the highest degree of integrity. In support of these concepts as they apply to the purchase of goods and services, City staff shall: a. Clearly identify procurement needs and the availability of funding. b. Work with the purchasing coordinator to develop suitable competitive specifications. c. Participate in the evaluation of bids and proposals as required. d. Inspect goods delivered and services performed to determine conformity with established requirements and contractual obligations. e. Authorize payment for conforming goods and services. f. Notify the purchasing coordinator of non-conforming goods or services. g. Document tangible or intangible value to the city when requisitioning goods or services without competition. h. Recognize that fair and open competition results in better value to the city. i. Understand and be accountable for the policies and procedures established for purchasing goods and services. 10.C.a Packet Pg. 92 Attachment: Gilroy Purchasing Policy (Updated March 2, 2020) (2656 : Purchasing Policy Adoption) Purchasing Policy Section 3 – Purchasing System Authorities and Responsibilities 8 2. Purchasing Requisition Required. Goods and services purchases that will require a contract, purchase order, or blanket purchase order, including public works construction, must be initiated with a properly documented and approved purchase requisition which includes: a. Concise description of the purchase which adequately communicates need. b. Actual or estimated dollar amount. c. Valid charge/project and object number. d. Verification of available funding or identification that funding is needed. e. Price quotes with recommended vendor selection and appropriate award justification. f. Bid exemption documentation as required. 3.6 Authorized and Unauthorized Purchases This section defines authorized and unauthorized purchases and how they are memorialized and establishes that employees can be held responsible for unauthorized purchases that are not ratified by the appropriate award authority. 1. Authorized Purchases. Purchases are authorized only when the appropriate award authority has approved the purchase. Only the City Council, City Administrator, and department heads, or authorized designee in writing from the City Administrator, may legally bind the city to a contract. 2. Unauthorized Purchases. Purchases approved by anyone other than the designated award authorities are unauthorized. It is the responsibility of every employee to understand the policy requirements and avoid unauthorized purchases to the greatest extent possible. 3. Ratification Process Required. Unauthorized purchases are required to be ratified by the appropriate award authority. For unauthorized purchases to be considered for ratification, the following steps must occur: a. The employee making the unauthorized purchase must provide a written explanation of why the purchase was made. b. The written explanation must be reviewed and approved by the appropriate award authority. 4. Restitution. In the event that a vendor has been paid and the unauthorized purchase is not subsequently ratified, the employee may be held responsible for reimbursing the city. 3.7 Contracting Requirements The following section explains the various contracting requirements associated with making purchases with City funds. 10.C.a Packet Pg. 93 Attachment: Gilroy Purchasing Policy (Updated March 2, 2020) (2656 : Purchasing Policy Adoption) Purchasing Policy Section 3 – Purchasing System Authorities and Responsibilities 9 1. Contract Award. A contract is not considered to be awarded until it is approved by the appropriate award authority, i.e., the City Council, City Administrator or authorized department head as described in Section 3.6 above. 2. Standard Contract Terms and Conditions. Use of the city’s standard contracts (or terms and conditions for purchase orders) provided by the City Attorney are preferable to using vendor-provided contracts. If presented with a vendor-provided agreement, staff should attempt to replace it with the city’s standard agreement or standard terms and conditions for purchase orders. The purchasing coordinator can assist with the negotiation process as necessary. 3. Written Contract Requirement. Written contracts on city templates provided by the City Attorney are required for services with a value of $10,000 or more. Services with a value of less than $10,000 should be put on purchase orders with standard terms and conditions, unless compelling factors such as liability or risk dictate the use of a written agreement. 4. City-provided Scope of Work Requirement. Contracts should include well-defined scopes of work provided by city staff and the use of consultant or vendor-provided work scopes should be minimized to the greatest extent possible. 5. No Contract Splitting. Under no circumstances can any contract be split or separated into smaller components to determine the appropriate award authority or for any other purpose. 6. Contract Types. The city utilizes several different types of contracts depending on the nature of the purchase and requirements of the City Attorney’s Office. a. Purchase Orders. Purchase orders are used to make discrete, non-recurring purchases of goods and/or services. Depending on the cost and complexity of the purchase, a written agreement may be required. Purchase orders are required for most city transactions. b. Blanket Purchase Orders. Blanket purchase orders are term contracts, usually established for one-year periods for routine, recurring or as-needed purchases of goods and/or services. Blanket purchase orders can be renewed annually according to the terms established through competitive bidding or negotiation, or as approved by the appropriate award authority. Blanket purchase orders may also be established for multi-year periods and/or as master goods/services agreements. Blanket purchase orders may be established for as-needed small construction or maintenance projects and/or for urgent or emergency repairs where time is of the essence. These types of arrangements are referred to as Job Order Contracts (JOCs) and are bid on a unit cost basis with contracts awarded based on not-to- exceed amounts approved by the appropriate award authority. 10.C.a Packet Pg. 94 Attachment: Gilroy Purchasing Policy (Updated March 2, 2020) (2656 : Purchasing Policy Adoption) Purchasing Policy Section 3 – Purchasing System Authorities and Responsibilities 10 c. Service Agreements. Depending on the cost and complexity, agreements may be required for general or professional services. These are referred to as General Services Agreements (GSAs), Professional Services Agreements (PSAs), Master Service Agreements (MSAs) or Master Professional Service Agreements (MPSA). d. Confirming Orders. Confirming orders are written purchase orders that confirm previously placed verbal orders. This form of contract may be utilized for urgent or emergency purchases but requesting departments must use prudent judgment. 7. Key Contracting Prerequisites. Contractors or vendors conducting business in the city or working on city property or in city rights-of-way must be properly licensed, insured, and otherwise comply with all lawful requirements such as obtaining a business license as required by the Finance Department and having appropriate insurance coverage as required by the risk manager. The contractor or vendor must include the City of Gilroy as an “additional insured” on their insurance policy and provide up-to-date insurance certificates with required policy endorsements. These requirements must be met before any work can commence. Governing Law(s) and Reference Documents 1. Section 2.43(c) of the City Code 10.C.a Packet Pg. 95 Attachment: Gilroy Purchasing Policy (Updated March 2, 2020) (2656 : Purchasing Policy Adoption) Purchasing Policy Section 4 – Procurement Methods 11 Section 4 – Procurement Methods 4.1 Procurement Methods Overview This section outlines the various methods of procurement to be used by employees who have authority and/or responsibility for procurement processes and procedures. Below are guiding principles by which staff participating in procurement processes must abide:  Purchases shall be based on competitive bidding processes whenever possible, unless otherwise exempt in accordance with Subsection 4.9, Purchases Exempt from Competitive Bidding on page 20.  The complexity of the bidding process, and the applicable requirements, increase with the dollar value of the procurement.  Under no circumstances shall purchases be artificially split to use a more simplified process.  In situations where goods and/or services can be defined with a high degree of specificity, then a contract will be awarded to the lowest responsive and responsible bidder through a bid process.  If the purchase is solution-based and cannot be exactly defined, then a best-value process may be used where the city can pay a higher price for a good and/or service if the overall value can be justified.  Measured use of cooperative purchasing programs and piggyback agreements, which leverage volume purchases, secure value pricing and reduce administrative overhead, is encouraged.  Staff must take into account the city’s special policies and procedures for many procurements. These include environmental procurement, application of the 3% local purchasing preference (except for public works construction and professional services), disadvantaged business enterprises and purchases using federal grant funds (see Section 7, Special Policies and Programs, page 27). 4.2 Selecting the Appropriate Procurement Method To select an appropriate procurement method, employees should know the category of purchase (type of goods, services or public works project) and have an estimated cost in mind. 10.C.a Packet Pg. 96 Attachment: Gilroy Purchasing Policy (Updated March 2, 2020) (2656 : Purchasing Policy Adoption) Purchasing Policy Section 4 – Procurement Methods 12 For goods and services purchases, competitive bidding and approval thresholds are determined by each transaction. 1. Goods and services transactions $2,999 or less. Goods and services $2,999 or less may be made without a competitive process. This amount is consistent with the threshold established for purchases utilizing federal funding (see Subsection 7.5, Policies and Procedures for Purchases Utilizing Federal Grant Funding, page 29). However, nothing should preclude employees from “value shopping” to help ensure that the best possible value is being obtained in exchange for public funds. 2. Goods and services transactions between $3,000 and $99,999. Goods and services with an estimated value between $3,000 and $99,999 in a single transaction must be procured using the methods established in the Informal Procurement Procedures in Subsection 4.4 below. 3. Goods and services purchases $100,000 or more. Goods and services purchases with an estimated value of $100,000 or more in a single transaction must be procured using formal bidding or proposal procedures established in Subsection 4.5, Formal Bidding Procedures on page 13. 4. Public works projects. In accordance with Section 1109 of the City Charter, Public works projects anticipated to exceed $35,000 must be conducted through sealed bidding and awarded by Council, in further accordance with the bidding procedures established in Subsection 4.5, Formal Bidding Procedures, page 13. 4.3 Purchasing Card Program As an alternative, efficient method of making small dollar purchases, a purchasing card program has been established for use by employees based on operational need. In many instances, purchasing cards can be used to buy needed materials and supplies, rather than using purchase orders. Purchasing cards are approved by department heads and issued by the purchasing coordinator, to be used in strict accordance with the Purchasing Card Policy. 4.4 Informal Procurement Procedures Informal procurement procedures apply to purchases of goods and services anticipated to be less than $100,000, and for public works project less than $35,000. Such purchases may be made by staff in accordance with this section. 1. Purchases $2,999 or less. Purchases of goods and services less than $3,000 may be made by staff without obtaining price quotes. However, staff are encouraged to price shop whenever possible to ensure the city is receiving the best value in exchange for public funds. 2. Purchases between $3,000 and $24,999. Purchases in this estimated price range may be made by staff with department director approval and based, to the best extent possible, on at least three written price quotes. Contracts are typically awarded to the lowest responsive 10.C.a Packet Pg. 97 Attachment: Gilroy Purchasing Policy (Updated March 2, 2020) (2656 : Purchasing Policy Adoption) Purchasing Policy Section 4 – Procurement Methods 13 and responsible provider, but best value determinations can be made on factors in addition to pricing if the justification is properly documented and in the best interest of the City. 3. Purchases between $25,000 and $99,999. Purchases of goods and services in this estimated price range (and public works projects less than $35,000) may be made using informal bid and/or request for proposal documents, as follows: a. Invitation to Quote. Use this template for goods and/or services with an estimated cost at or below $49,999 (or for a lower threshold amount if required by a department head or the purchasing coordinator). If a contract is not being awarded to the lowest responsive and responsible bidder, the purchasing requisition must contain a concise explanation to justify the selection, including evaluation factors if appropriate or requested by the purchasing coordinator. b. Informal Request for Proposals (RFP). Use this template for services (or in some cases specialized goods or a mix of goods and services) between $50,000 and $99,999 that are procured through a best value, rather than low bid, process. Informal RFPs may also be required for professional services less than $50,000 as required by department heads. Best value procurements are awarded based on factors in addition to price (e.g., the city may pay more for a solution if the overall value can be justified), and are conducted through an evaluation process similar to but less formal than that required for formal competitive proposals (see Subsection 4.6, Request for Proposals, on page 16). 4. Prevailing Wage Requirements. The payment of prevailing wages is required for maintenance contracts over $15,000 and construction contracts over $25,000. Additionally, such contracts must follow California Department of Industrial Relations (DIR) contractor registration requirements for contractors and their subcontractors (see also Subsection 4.5.3.h on page 15). 4.5 Formal Bidding Procedures Formal sealed bidding using an Invitation for Bids (IFB) is required for purchases anticipated to be more than $100,000, including materials and equipment (goods), certain services, and public works construction projects greater than $35,000. Contracts associated with formal bids are awarded to the lowest responsive and responsible bidder. The requirements detailed below apply. 1. Coordination with Purchasing. These actions must be coordinated with Purchasing before conducting a formal bid process: a. Obtain a Bid Number. The purchasing coordinator will assign a bid number that will be used to track the project throughout its life cycle. b. Request Bid Opening Date. The purchasing coordinator will determine availability of Council chambers to conduct the public bid opening. 10.C.a Packet Pg. 98 Attachment: Gilroy Purchasing Policy (Updated March 2, 2020) (2656 : Purchasing Policy Adoption) Purchasing Policy Section 4 – Procurement Methods 14 c. Creation of Bid File. All bidding documents created in conjunction with each bid must be sent to the purchasing coordinator so that a bid file constituting the city’s official record can be kept in strict accordance with the records retention schedule. 2. Advertising the Bid Opportunity. All formal bids should be publicly noticed by the purchasing coordinator or designated staff for at least 14 calendar days prior to the date and time set for receiving bids, either in a local newspaper (for public works construction) or on the City’s website, unless a shorter timeframe is warranted. a. Notice Inviting Bids. The Notice Inviting Bids (NIB) specifies: i. The date, time and place where and when bids will be received, publicly opened and the bids of each bidder read out loud. ii. The name of the staff member to whom bids must be addressed. iii. General description of the goods, services or construction work required. 3. Invitation for Bids (IFB). An Invitation for Bids (IFB) is the bid template required for use with formal bids. The IFB must include at least the following elements: a. Notice Inviting Bids. The IFB must include the bid notice that was used to advertise the bid. b. Instructions to Bidders. Bid documents must include instructions to bidders to explain the bidding process and explain the city’s requirements (see also Subsection 8.4, Instructions to Bidders, page 31). c. Bid Specifications. Detailed specifications that provide technical design and/or performance requirements are required for all IFBs. d. Subcontractor Listing. Contractors bidding on city projects must include a listing of subcontractors. e. Non-collusion Affidavit. Contractors bidding on city projects must provide a notarized affidavit certifying that they have not colluded with any other entity in providing a bid. f. Bid Forms and Schedules. The bid document must include applicable bid forms and schedules necessary for determining the lowest responsive and responsible bidders. g. Bond Forms as Required. Many awarded projects will require that contractors provide executed faithful performance bonds (to guarantee their work) and payment bonds (to guarantee payments to subcontractors). h. Contractor/Subcontractor DIR Registration Section. Bids for construction and maintenance work must include a form for contractors to provide their 10.C.a Packet Pg. 99 Attachment: Gilroy Purchasing Policy (Updated March 2, 2020) (2656 : Purchasing Policy Adoption) Purchasing Policy Section 4 – Procurement Methods 15 Department of Industrial Relations (DIR) contractor registration numbers (applies to contractors and their subcontractors) to ensure prevailing wage compliance. This information must be provided by City staff to the DIR on the PWC-100 Form following contract award. i. Draft Contract if required. The bid documents must include a draft contract with the city’s terms and conditions. j. Instructions for Bid Addenda. Questions received within 10 business days of the due date will be answered in the form of a properly issued bid addendum. No change or modification to the plans or specifications can be made without such notification. Bid addenda must be provided to all holders of official bid documents and posted to the city’s website. 4. Bid Security. A bid security in the form of a bid bond, cash, certified check or other acceptable instrument, in an amount not exceeding 10% of the bid price, may be required. If a bid security is required, it must be stated in the bid documents. 5. Public Bid Opening. Sealed bids will be publicly opened in the presence of at least one witness (typically the purchasing coordinator) at the time and location specified. If members of the public are present, the names of each bidder and their total bid pricing will be read aloud, and the apparent low bidder will be announced. 6. Late Bids. Under no circumstances can late bids be accepted. 7. Bid Summary. Following the bid opening a bid summary will be prepared by the user department and posted to the city’s website. 8. Evaluating Bids and Awarding a Contract. The contract award process includes steps detailed below. a. Bid Analysis. Each bidder will be evaluated by designated staff to determine whether their bid is responsive (complies with all material requirements of the bid) and if they are responsible (have the skill and ability necessary to complete the work). b. Council Report. The user department will prepare a report to Council recommending contract award to the lowest responsive and responsible bidder and/or a recommendation for bid rejection. c. Bid Rejection. The finance director will issue any notice of rejection of any and all bids, or any non-responsive bids, and the bid may be re-advertised at the city’s discretion, except that Council is the rejecting authority for all public works bids deemed excessive or unsatisfactory, per Section 1109 of the City Charter. If a contractor provides more than one bid for the same work, those bids must be rejected by the appropriate rejection authority (Section 1110 of the City Charter). 10.C.a Packet Pg. 100 Attachment: Gilroy Purchasing Policy (Updated March 2, 2020) (2656 : Purchasing Policy Adoption) Purchasing Policy Section 4 – Procurement Methods 16 d. Determining Bidder’s Responsiveness and/or Responsibility. Bids determined to be non-responsive at the bid opening shall not be accepted. Subsequent determinations of bid responsiveness and bidder responsibility during the due diligence period must be carefully considered, with the latter requiring a much higher level of due process for contractors. e. Bid Protest Procedures. In the event of a protest by a contractor who has submitted a timely bid, the protesting party must be afforded the opportunity to voice their concerns through the formal process outlined in Section 8, Purchasing-related Instructions and Procedures on page 30. f. Contract Execution. Upon Council approval, designated staff will prepare and send a contract package, including performance and payment bonds and identification of any other requirements such as insurance, business license, etc., to the awarded contractor. If the contractor fails to enter into the contract, their bid bond will be forfeited and deposited in the general fund. If a bid bond was not required (in the case of goods or services purchases), then the contractor who fails to execute the contract will be liable for the difference between its bid and the next lowest bid, plus administrative expenses and any required legal costs. 9. Prevailing Wage Requirements. Maintenance contracts exceeding $15,000 and construction contracts exceeding $25,000 can only be awarded to contractors who are registered with the DIR (including any subcontractors) for the purpose of determining prevailing wage compliance. Awarded contracts must be registered with the DIR by designated staff within 30 days of award. Awarding a contract to a contractor who is not registered with the DIR can result in penalties to the City. 10. Return of Bid Securities. Once a contract has been executed, the security accompanying the accepted bids, and the unsuccessful bids, must be returned. 11. Submit Purchasing Requisition. Following contract approval by Council, a requisition must be submitted to the purchasing coordinator so a purchase order can be generated. 4.6 Request for Proposals Competitive sealed proposals using a Request for Proposals (RFP) process are used when contracting for services estimated to be more than $100,000, or for solutions where procurement needs cannot be determined with a high degree of specificity, unless otherwise exempt from competition as described in Subsection 4.9, Purchases Exempt from Competitive Bidding on page 20. Such procurements are conducted by competitive negotiation processes, rather than awarding a contract to the lowest responsive and responsible bidder, as follows: 1. Coordination with Purchasing. These actions must be coordinated with the purchasing coordinator before conducting a formal proposal process: 10.C.a Packet Pg. 101 Attachment: Gilroy Purchasing Policy (Updated March 2, 2020) (2656 : Purchasing Policy Adoption) Purchasing Policy Section 4 – Procurement Methods 17 a. Obtain an RFP Number. The purchasing coordinator will assign an RFP number that will be used to track the project throughout its life cycle. b. Creation of an RFP File. All proposal documents created in conjunction with each RFP must be sent to the purchasing coordinator so that a file constituting the city’s official record can be kept in strict accordance with records retention policies. 2. Request for Proposals. An RFP using the city’s standard template(s) must be prepared and advertised. 3. Best Value. RFPs are awarded based on the best overall value to the city, as opposed to lowest responsive and responsible bid, and include evaluation of qualitative and/or quantitative factors in addition to price. 4. Advertising the RFP Opportunity. RFPs will be publicly noticed by the purchasing coordinator at least 14 calendar days prior to the date and time set for receiving proposals, either in a local newspaper (if required) or on the city’s website, unless a shorter timeframe is warranted. 5. RFP Document Contents. The RFP document shall include, at minimum, a Notice Inviting Proposals; instructions to proposers, including protest procedures if warranted; evaluation factors and their relative importance; specifications, requirements or scope(s) of work describing the required goods and/or services; proposal forms and schedules; any required bond forms; insurance requirements; and contract terms and conditions. 6. Evaluation Program. Once RFP responses are received, the proposals will be confidentially evaluated and scored in accordance with criteria and procedures established by the user department with input of the purchasing coordinator as necessary. Interviews, presentations, site visits, etc., may be conducted depending on the nature of the procurement. Once a top-rated proposer is identified, good faith negotiations will commence. If an agreement cannot be reached in consideration of cost and/or scope, the next highest- rated proposer will be engaged, and so on, until a mutually acceptable agreement is reached. 7. Qualifications-Based Selection Procedures. RFPs for certain professional or specialized services may, by law, require Qualifications-Based Selection (QBS) procedures where consultants or consulting firms are evaluated on their demonstrated competence and professional qualifications before pricing can be considered. The QBS selection process is typically associated with architectural, engineering, environmental, land surveying and construction management firms in accordance with Section 4525 et. seq. of the California Government Code or its federal counterpart, the Brooks Act. However, nothing shall preclude staff from utilizing a QBS process for other types of RFPs if in the best interest of the city. 10.C.a Packet Pg. 102 Attachment: Gilroy Purchasing Policy (Updated March 2, 2020) (2656 : Purchasing Policy Adoption) Purchasing Policy Section 4 – Procurement Methods 18 Once a top-rated proposer is identified, then scope and fee negotiations commence. If an acceptable contract cannot be finalized in consideration of scope and/or cost, then the purchasing coordinator may commence scope and fee discussions with the next highest- rated proposer, and so on, until a mutually acceptable agreement is reached. This type of process is also referred to as a Request for Qualifications (RFQL) or Request for Statements of Qualifications (RSQ). 8. Process Integrity. To protect the identity of the proposers and safeguard the integrity of the evaluation process, all City employees participating in the evaluation of competitively sealed proposals shall maintain strict confidentiality as well as disclose any real or perceived conflicts of interest that may arise. The Finance Director and/or City Attorney will review any disclosed potential conflicts of interest and make a determination about the evaluator’s continued participation in the procurement. 9. One Response Received. If only one RFP response is received and staff wishes to proceed with the procurement (rather than rejecting the proposal), the purchasing coordinator will document the effort used to generate proposal responses prior contract negotiations. 10. Rejection of proposals. The finance director will issue any notice of rejection of any and all proposals, or any non-responsive proposals, and the RFP would then be re- advertised at the City’s discretion. If a proposer provides more than one RFP response for the same work, those responses must be rejected (Section 1110 of the City Charter). 11. Late Proposals Refused. RFP responses received after the designated closing date and time cannot be accepted and must be returned unopened unless opening is required for identification purposes. 12. Awarding a Contract. The contract award process includes the following steps: a. Council Report. Following the technical evaluation and competitive negotiation processes, the user department will prepare a report to Council recommending contract award to the firm whose solution provides the best value to the city. b. Determining Proposer Responsiveness and/or Responsibility. Determinations of proposer responsiveness and responsibility must be carefully considered, with the latter requiring a much higher level of due process for contractors. c. Proposal Protest Procedures. In the event of a protest by a proposer who has submitted a timely RFP response, the protesting party must be afforded the opportunity to voice their concerns through the formal process outlined in Section 8, Purchasing-related Instructions and Procedures on page 30. 10.C.a Packet Pg. 103 Attachment: Gilroy Purchasing Policy (Updated March 2, 2020) (2656 : Purchasing Policy Adoption) Purchasing Policy Section 4 – Procurement Methods 19 d. Contract Execution. Prior to Council approval, staff can begin the contract execution process by obtaining signature(s) from the awardee. Upon Council approval, the contract execution process can be completed. 13. Submit Purchasing Requisition. Following contract approval by Council, a requisition must be submitted to the purchasing coordinator so that a purchase order can be generated. 4.7 Two-step Competitive Bidding Processes For some procurements, it may be advantageous to conduct a two-step competitive process where the first step is used to “shortlist” or prequalify interested firms. This type of procurement begins with a Request for Qualifications (RFQ or RFQL) process, followed by either an Invitation for Bids (IFB) or a Request for Proposals (RFP) process, depending on the situation. The RFQ/IFB process (RFQ/B) can be utilized to contract for important construction projects or maintenance service contracts for which detailed specifications can be articulated. At the outset, the prequalification process utilizes minimum threshold requirements that prospective bidders must meet (determined by an evaluation process) to provide a sealed bid, to be awarded to the lowest responsive and responsible bidder. The RFQ/RFP process (RFQ/P) can be an effective way to contract for services or system solutions where professional or technical expertise or complex functional requirements, are critical and overriding considerations. In this type of procurement, submitting firms are evaluated based on their qualifications (which can include minimum threshold requirements), followed by a competitive negotiation. Governing Law(s) and Reference Documents 1. City Charter 2. City Code 3. California Department of Industrial Relations (DIR) Contractor Registration Information 4. California Qualifications Based Selection (QBS) Requirements 5. Federal Brooks Act 4.8 Emergency Procurement This section establishes the fundamental elements required for emergency procurements. 1. Emergency Procurements Defined. Emergency procurements are those purchases defined as immediately necessary for the preservation of life, health or property, or for the continued operation of a department. Emergency procurements required as the result full or partial activations of the Emergency Organization shall be conducted in conjunction with Chapter 9 of the City Code (Emergency Organization and Functions). 2. Authority and Responsibility. The City Administrator or their designee may make or authorize others to make emergency procurements, regardless of cost. 10.C.a Packet Pg. 104 Attachment: Gilroy Purchasing Policy (Updated March 2, 2020) (2656 : Purchasing Policy Adoption) Purchasing Policy Section 4 – Procurement Methods 20 3. Competitive Bidding. Emergency procurements shall be made with such competition as is practical under the circumstances, or that is required for reimbursement funding, and shall be limited to those goods and services necessary to satisfy the emergency need. 4. Written Report and Ratification Required. In such circumstances where emergency procurements are required, the department head or designee shall provide a written report of the procurement to the appropriate award authority, including a description of the emergency and the basis for selection of the contractor. A copy of this report shall be included in the procurement records maintained by the purchasing coordinator. 4.9 Purchases Exempt from Competitive Bidding This section describes the types of purchases that may be exempted from competitive bidding requirements, subject to the appropriate approvals. 1. Enumerated Bid Exemptions. The following may be appropriately justified as exemptions to the competitive bidding requirement: a. Emergency procurements as defined herein. b. Situations where solicitations of bids or proposals would for any reason be unavailing or impossible. c. Professional or specialized services as defined in Subsection 3.2, General Categories of Purchases on page 5. d. Public library collection materials. e. Insurance, bonds or financial services. f. Single or sole source goods or services as defined herein. g. Highly specialized equipment developed or designed for a special activity or function or whose purpose is in the best interests of the City due to compatibility with existing equipment or training of personnel. h. Procurements funded by grants, donations or gifts when any special conditions require the purchase of particular materials and/or services. i. Purchase of surplus property owned by another public entity, or payment to other public entities or utilities. j. Membership dues, conventions, training, travel arrangements, or advertisements in magazines, newspapers, or other media. k. Works of art, entertainment or performance. l. Goods procured for resale to the public. m. Where competitive bids or proposals have been solicited and no bid or proposal has been received. In such situations the City Administrator may proceed to have the goods procured or services performed without further competitive bidding. n. Computer software license or subscription renewals. 10.C.a Packet Pg. 105 Attachment: Gilroy Purchasing Policy (Updated March 2, 2020) (2656 : Purchasing Policy Adoption) Purchasing Policy Section 4 – Procurement Methods 21 o. Human Resources investigation, legal services, and medical services, including but not limited to, fitness for duty evaluations, expert witnesses, and other employment related medical services. p. Regulatory permits. q. Subscriptions. r. Reimbursements and/or refunds of payments made to the City. s. In other cases when specifically authorized by the Council (if over $100,000) after a finding and determination that it is in the best interests of the city. 2. Negotiations. The purchasing coordinator or designated staff can conduct negotiations, if/as appropriate, as to price, delivery and terms and may require the submission of cost or price data in connection with the award of a contract that does not require competitive bidding. 3. Competitive Bidding When Possible. Nothing in this section shall preclude the solicitations of competitive bids or proposals, when possible. 4. Documentation and Approval Required. Goods or services proposed to be exempt from a competitive bidding process must be appropriately documented and approved before a transaction can be conducted, as follows: a. Purchases greater than $50,000 require City Administrator approval that must accompany a purchase requisition before a purchase is made. b. Purchases between $3,000 and $49,999 require approval by the Finance Director or designee that must accompany a purchase requisition before a purchase is made. Governing Law(s) and Reference Documents 1. Chapter 9 of the City Code 4.10 Cooperative Purchases This section discusses fundamental elements of cooperative purchasing programs. Use of purchasing cooperatives is encouraged as a way of obtaining goods and services by aggregating volume, securing value pricing, and reducing administrative overhead. Measured use of purchasing cooperatives can significantly reduce the time and resources needed to competitively bid goods and services contracts. 1. Authority to Use Cooperative Purchasing Programs. The purchase of goods and/or services made under cooperative purchase programs, leveraging purchasing agreements maintained or utilized by the state, county or other public or quasi-public agencies, is authorized under Section 703 of the City Charter, Powers and Duties of the City Administrator. Cooperative purchasing contracts must be approved by the appropriate award authority. 10.C.a Packet Pg. 106 Attachment: Gilroy Purchasing Policy (Updated March 2, 2020) (2656 : Purchasing Policy Adoption) Purchasing Policy Section 4 – Procurement Methods 22 2. Competitive Bidding. Cooperative purchasing programs should be based on competitively awarded contracts whenever possible, and documentation as to the advantage of the cooperative purchase will be retained by the purchasing coordinator in conjunction with the value analysis requirements listed below. 3. Purchasing Cooperatives. There are numerous purchasing cooperatives the staff can evaluate for use. Some leading cooperatives include state contracts such as California Multiple Award Schedules (CMAS) of the Department of General Services (DGS); U.S. Communities Cooperative Purchasing; National Joint Powers Alliance (NJPA); NASPO ValuePoint (formerly WSCA-NASPO, or the Western States Contracting Alliance- National Association of State Procurement Officials); and federal General Services Administration (GSA) procurements (GSA Advantage for State and Local Governments). 4. Value Analysis. The determination to make a purchase using a purchasing cooperative agreement requires an analysis to determine whether the procurement represents the best value to the city. Purchases using any given cooperative need not be based on the absolute lowest pricing and may consider factors in addition to price such as the time and/or resources needed to competitively bid the good or service. The analysis will be performed and documented by user departments, with assistance provided by the purchasing coordinator. 5. Piggyback Contracting. Subject to the appropriate approval authority, authorized staff may enter into contracts for goods and services purchases, the pricing and terms of which have been previously established by another public agency. The following requirements apply to piggyback contracts, and must be verified by the purchasing coordinator prior to contract award: a. The parties to the original contract agree to the piggyback. b. The contract is for identical or nearly identical goods and/or services. c. The original contract resulted from competitive bidding or proposal procedures similar to those required by the city. d. The original contract was awarded within two years of the city’s purchase, or written justification is provided to support the use of an older solicitation. e. The price of the purchase is comparable to that estimated by the requesting department. Provided that the above conditions are met and the purchase is approved by the appropriate award authority, the purchasing coordinator will issue a purchase order and/or execute (or cause to be executed) a separate contract with the vendor selected by the originating agency which incorporates by reference the original solicitation, terms, conditions and prices. 10.C.a Packet Pg. 107 Attachment: Gilroy Purchasing Policy (Updated March 2, 2020) (2656 : Purchasing Policy Adoption) Purchasing Policy Section 4 – Procurement Methods 23 Governing Law(s) and Reference Documents 1. Section 703 of the City Charter 10.C.a Packet Pg. 108 Attachment: Gilroy Purchasing Policy (Updated March 2, 2020) (2656 : Purchasing Policy Adoption) Purchasing Policy Section 5 – Specification Development 24 Section 5 – Specification Development 5.1 Specifications for Competitive Bidding – Overview Specifications define precise requirements for the solicitation of goods and/or services. Writing specifications is a collaborative process between user departments and the purchasing coordinator to translate specific needs into detailed requirements. 1. Definition. A specification is a precise description of the physical characteristics, quality, or desired outcomes of a commodity to be procured, which a supplier must be able to produce or deliver to be considered for contract award. 2. Collaborative Process. Writing bids or proposal specifications is a collaborative process between user department and purchasing to develop specifications with the goal of promoting competition. 3. Clear Language. Specifications should use plain language that is relevant to and understood by the bidding community. 4. Promote Competition. Good specifications should promote and not unduly restrict competition. Use of restrictive specifications must be properly justified in accordance with the provisions of this section. 5. Specification Attributes. There are essentially two types of specifications: design and performance. Specifications typically contain elements of design and performance and may be viewed as a continuum with each element on opposing ends. a. Design Specifications. Design specifications establish the characteristics that a commodity must possess, and may include manufacturing details such as engineered plans, drawings or blueprints. b. Performance Specifications. Performance specifications describe a commodity’s desired outcome. i. Functional Descriptions or Requirements. Performance specifications may utilize functional descriptions of defined tasks or desired results. Functional requirements are typically used for solutions such as software systems. ii. Brand Name Specifications. In areas where the city has standardized a particular product such as fleet vehicles, staff may use one brand name manufacturer, subject to approval by a department head (see also Section 6, Sourcing and Standardization on page 26). Brand name specifications are restrictive, limit competition, and can result in increased cost. Use of brand name specifications must be carefully evaluated before using them in competitive bid documents. 10.C.a Packet Pg. 109 Attachment: Gilroy Purchasing Policy (Updated March 2, 2020) (2656 : Purchasing Policy Adoption) Purchasing Policy Section 5 – Specification Development 25 iii. Brand Name or Approved Equal. Specifications that contain “brand name or approved equal” are based on functional equivalency and should be used whenever possible to promote competition and reduce pricing. 6. Specification Development. Specification development is a critical part of the competitive bidding process. In many cases specifications can be highly complex and technical and require subject-matter expertise beyond that of city staff. The following steps should be considered when developing specifications. a. Collaborate. Meet with stakeholders of the procurement to formulate and understand needs, and to internally peer review the specifications. b. Conduct Market Research and Analysis. Research and analysis help inform product design and/or performance and create understanding of market and supply chain trends. c. Contact Other Public Agencies. Other public agencies may have conducted a similar procurement and can share information and valuable insight. d. Seek Professional Assistance. In some instances, contractors or consultants must be engaged to create complex or highly technical specifications. Note: NEVER obtain or accept specifications directly from a potential bidder. This will give the bidder an unfair competitive advantage, require that the bidder be disqualified, and may result in protest actions or legal challenges. Governing Law(s) and Reference Documents 1. Best practice document on specifications 10.C.a Packet Pg. 110 Attachment: Gilroy Purchasing Policy (Updated March 2, 2020) (2656 : Purchasing Policy Adoption) Purchasing Policy Section 6 – Sourcing and Standardization 26 Section 6 – Sourcing and Standardization 6.1 Sourcing and Standardization Overview It is city policy that purchases be based on competitive bidding whenever possible to maximize the best value in the expenditure of public funds. Competition tends to be limited when goods or services are sourced to one entity or standardized to one particular brand or manufacturer. Careful consideration must be given before a decision is made to standardize products and/or to request single or sole sourced procurements. 6.2 Single and Sole Sourcing 1. Single Source. Single source is defined as the selection of a good or service that may be available from two or more sources, but there is compelling reason to select one particular vendor. 2. Sole Source. Sole source is defined as the selection of a good or service that can only be obtained from one supplier or manufacturer because of its specialized, proprietary or unique in character. Single and sole source procurements must be properly documented and approved in accordance with city policies and procedures. 6.3 Standardization 1. Standardization. Standardization is an organized process to adopt one product or group of products to be used by the city, such as particular computer hardware or software. Product standardization may be utilized to create efficiencies, enhance safety, increase productivity, promote brand consistency, or to foster interoperability. Product standardization decisions are made by consensus of the executive team after careful consideration and review of recommendations from staff. 10.C.a Packet Pg. 111 Attachment: Gilroy Purchasing Policy (Updated March 2, 2020) (2656 : Purchasing Policy Adoption) Purchasing Policy Section 7 – Special Policies and Programs 27 Section 7 – Special Policies and Programs 7.1 Special Programs and Policies Overview Depending on the amount and/or type of purchase, there are several policies and programs that must be considered. These include:  Application of Local Purchasing Preference;  Minority, Disabled and Woman Owned Business Policy Statement;  Environmentally Preferable Products; and  Policies and Procedures for Purchases Utilizing Federal Grant Funds. Each is described below. 7.2 Local Purchasing Preference The City Council has established a 5% local purchasing preference to be given to local businesses who respond to bidding opportunities or otherwise contract with the city (excluding public works construction and professional services), under the following guidelines and conditions. 1. Definition of Local Business. A local business is defined as a vendor or contractor who: a. Has a fixed place of business in the city limits and the point of sale occurs within the city limits, b. Is current in the payment of their business license tax, and c. Is in compliance with city laws and does not owe money to the city. 2. Applicable Purchasing Methods. The local preference will be applied to competitive bidding or letting contracts for the purchase of goods and applicable/associated services, whether by formal bid, informal bid, or competitive proposal processes. 3. Making the Calculation. The local preference calculation will be determined as follows: a. The purchasing coordinator will apply a 5% discount to the total bid pricing provided by the local business for the purpose of calculating the lowest responsive and responsible bidder. 10.C.a Packet Pg. 112 Attachment: Gilroy Purchasing Policy (Updated March 2, 2020) (2656 : Purchasing Policy Adoption) Purchasing Policy Section 7 – Special Policies and Programs 28 b. If a competitive negotiation process is used, then the local business will be assigned 5% of the total evaluation points. 4. Inapplicability. Application of the local business preference does not apply in the following situations: a. Purchases of goods and services through legal contracts of other governmental jurisdictions or public agencies, or cooperative purchasing agreements; b. Contracts for professional or legal services; c. Purchases or contracts which are funded, in whole or in part, by a governmental entity, or private and public grants and the laws, regulations or policies governing such funding prohibit application of the local preference; and d. Purchases made under emergency situations. 5. Reserved Rights. The local purchasing preference does not prohibit the Council or purchasing coordinator from comparing quality or basing purchasing decisions on the quality of goods and/or services. 6. Notification. Information regarding the local purchasing preference should be provided to prospective bidders to the best extent possible, but failure to do so will not be grounds for invalidation of any purchase order or contract awarded under the city’s purchasing policies. 7.3 Minority, Disabled and Woman Owned Business Policy Statement It is the policy of the City to ensure full and equitable opportunities for minority business enterprises, women business enterprises, disabled business enterprises, and local small businesses. To assure equitable opportunities for participation, the purchasing coordinator or designated staff carry out the following programs:  Contractors must sign a certification that they and their subcontractors are in compliance with the City’s Fair Employment Practices Policy  City staff works to actively develop vendors in these disadvantaged classifications on a day-to-day basis.  Bidding opportunities will be provided to known vendors in targeted groups.  The purchasing coordinator will assist in the development of technical assistance programs for these disadvantaged classifications. 10.C.a Packet Pg. 113 Attachment: Gilroy Purchasing Policy (Updated March 2, 2020) (2656 : Purchasing Policy Adoption) Purchasing Policy Section 7 – Special Policies and Programs 29 7.4 Environmentally Preferable Purchasing Policy Purchases for goods and services shall ascribe, wherever and whenever possible, to the Environmentally Preferable Purchasing Policy. The current policy can be found at the below link. \\org-srvr\depts$\Finance\Purchasing\Policy\Reso 2007-50 Environmental Preferable Purchasing Policy.pdf 7.5 Policies and Procedures for Purchases Utilizing Federal Grant Funding When purchasing goods and services under a federal grant award, the city is required to follow the provisions of 2 CFR Part 200 Subpart A §200.318 General Procurement Standards through §200.326 Contract Provisions. 10.C.a Packet Pg. 114 Attachment: Gilroy Purchasing Policy (Updated March 2, 2020) (2656 : Purchasing Policy Adoption) Purchasing Policy Section 8 – Purchasing-related Instructions and Procedures 30 Section 8 – Purchasing-related Instructions and Procedures This section contains several purchasing-related instructions and procedures. 8.1 Bid/Proposal Protest Procedures Contractors who have submitted timely bids or proposals may wish to protest or appeal a contracting decision or procurement made by the appropriate award authority. Protest actions must follow the procedures provided below. Protests of appeals, which are not submitted in accordance with these procedures, will not be considered. 1. Protesting Party. Only bidders or proposers who have submitted timely bids or proposals can initiate a protest action or appeal. 2. Protest Procedures. The following procedural steps must be followed to consider a protest: a. The protest must be in writing and delivered/sent by registered mail. Once received, it will be date stamped at the Finance Department counter. b. The protest must be filed within five working days after the announced decision to award a contract. c. Copies of the protest and all supporting documentation must be concurrently transmitted to all other parties with a direct financial interest that may be adversely impacted by the outcome of the protest. Such parties shall include all other bidders who appear to have a reasonable prospect of receiving an award depending upon the outcome of the protest. d. The protesting party must bear all of its own costs and fees in conjunction with protest or appeals processes. 3. Protest Filing. The written protest shall: a. Include the name, street address, business phone number and email address of the protestor. b. Identify the project under protest by name, IFB, RFP or quotation number. c. Contain a concise statement of the grounds for protest. d. Include all supporting documentation. 10.C.a Packet Pg. 115 Attachment: Gilroy Purchasing Policy (Updated March 2, 2020) (2656 : Purchasing Policy Adoption) Purchasing Policy Section 8 – Purchasing-related Instructions and Procedures 31 4. Protest Review Prior to Award. The purchasing coordinator or designated staff will withhold contract award pending disposition of the protest unless it is determined that an emergency exists. Upon review with the City Attorney, the purchasing coordinator or designee will respond in writing to the material issues raised in the protest no later than ten working days after receipt of the protest. 5. Right of Appeal. The protestor may appeal the initial determination to the finance director in writing within five working days after notification of the purchasing coordinator’s decision. The finance director will review the submitted information and render a final decision within ten working days. 6. Protest Received and Reviewed After Contract Award. Protests after award will not be considered unless the protest concerns a matter which arises after the award or could not have been discovered or reasonably known prior to award. 8.2 Central Supply Stores A central supply storeroom for commonly used supplies has been established in the Finance Department and may be accessed by all employees on a self-serve basis. Departments are not charged for supplies. Notify the purchasing coordinator if a stock outage is noticed or if any specific supply is getting low, and the item(s) will be restocked. Office supplies not carried in the central storeroom can be evaluated for stock based on need (notify the purchasing coordinator) or obtained through blanket purchase orders or on purchasing cards. The purchasing coordinator can also assist with special orders for items not commonly carried. 8.3 Certificates of Insurance and Coverage Requirements To minimize the city’s exposure to loss, all contractors must be appropriately insured and must include the city as an “additional insured” on their insurance policy. Contractors are also responsible for up-to-date insurance certificates with required policy endorsements that provide the city with required insurance coverage and indemnity provisions. The Human Resources/Risk Management Department maintains current insurance requirements. Please refer to the insurance requirements in effect at the time of procurement. 8.4 Instructions to Bidders Clear, concise and consistent instructions to bidders and proposers (hereafter “bidders”) are a key part of the bidding process and help to enhance process clarity and ensure that prospective offerors are informed of all city requirements. The instructions inform bidders how to prepare and submit bids, establish mandatory requirements, cover the bid addendum process, and how to withdraw or protest bids, among many other items. The instructions for IFBs and RFPs are similar but contain important differences due to the way contracts are awarded (low bid versus best value). The instructions for each type of competitive process are contained in the bidding templates. 10.C.a Packet Pg. 116 Attachment: Gilroy Purchasing Policy (Updated March 2, 2020) (2656 : Purchasing Policy Adoption) Purchasing Policy Section 8 – Purchasing-related Instructions and Procedures 32 In some cases, modifications can be made to the instructions, but this must be done in consultation with the purchasing coordinator and/or City Attorney’s Office. 8.5 Lease, Rental and Lease-to-Purchase Procurements In some cases it may be beneficial to rent or lease equipment rather than purchasing it due to funding availability, length of time the equipment is needed, etc. Under certain circumstances it may be optimal to purchase the equipment at the end of the lease period. Equipment rentals or leasing may make the best economic sense in these situations:  Week-to-week or month-to-month rentals of short duration (less than one year).  Leasing for short timeframes (more than six months but less than three years).  Renting/leasing to evaluate equipment suitability prior to purchase. In these instances, a “no-cost” purchase order may be a better option if the vendor is willing.  Leasing equipment when a new or improved design is imminent and the leasing charges can be applied to the purchase cost of the new item.  Securing a lease to purchase because the purchase price exceeds the current appropriation. When considering equipment rental, lease or lease-to-purchase agreements, it is highly recommended that the following provisions be negotiated and included in the agreement:  Lease and lease-to-purchase agreements should include a non-appropriation clause for multi-year financing.  Agreements under any scenario should include a “cancellation for convenience” clause.  A percentage of payments should be applied to an eventual purchase.  Leasing agreements must include the annual interest rate, along with a payment schedule that shows each principal and interest payment (to be forwarded to the Accounting Division).  A lease-to-purchase agreement for capital equipment should have a minimum life expectancy of five years. Equipment leasing must be carefully considered. Leased equipment costs more than purchasing outright, and if the equipment is not purchased, the city cannot take advantage of any residual value. 8.6 Life Cycle Cost Analysis Life cycle analysis, or total cost of ownership (TCO), considers the long-term cost of equipment assets and citywide systems such as the financial system. Costs include acquisition, installation, ongoing maintenance and end of life disposal. 10.C.a Packet Pg. 117 Attachment: Gilroy Purchasing Policy (Updated March 2, 2020) (2656 : Purchasing Policy Adoption) Purchasing Policy Section 8 – Purchasing-related Instructions and Procedures 33 8.7 Service Provider Evaluation When preparing to contract for services, it is important to evaluate service providers to determine whether they are independent contractors or if they are more appropriately characterized as temporary employees. 8.8 Surplus Property Disposal All city equipment, supplies, and vehicles (“personal property” or “property”) will eventually reach the end of their useful life and must be disposed of, and to the best extent possible, generate revenue through sale or traded-in when new equipment is purchased. The following procedures apply to the disposal of surplus property:  Surplus Disposal. It is the responsibility of department heads to determine when an item is obsolete or excess surplus property. After such determination is made, the surplus property may be transferred to another department or used as a trade-in for new equipment. Surplused items may be donated, sold through a competitive sealed bid process, or sold at public auction to another governmental or non-profit entity. For final disposal, City Council shall approve of items to be surplused.  Sale of Surplus Property. As required by Section 2.43(c)(6) of the City Code, the sale of surplus property is subject the approval of the City Administrator except that sale of property having a value consistent with those classified as fixed assets by the fixed asset accounting rules in effect at the time of the request must be approved by Council.  Property List. The department surplusing an item shall submit a list of property items, the current value, and the asset number, if applicable, to the purchasing coordinator. The purchasing coordinator will periodically compile a list of excess items and provide it to all departments for review, and will subsequently obtain approval from the City Administrator and/or City Council. Upon approval, the following three options are available to dispose of the items: o Sale to Another Governmental Entity. Surplus personal property may be sold at fair market value to another governmental entity (or non-profit organization). Such entity will have no more than 3 weeks to accept or reject the offer. If accepted, the entity will be invoiced by Accounts Receivable. All applicable sales tax shall be included. Note: The receiving entity is responsible for transportation and liability of the item o Auction. This option provides a convenient and efficient means of disposing surplus. After an item has been declared surplus, the purchasing coordinator will coordinate with the surplusing department to arrange for pickup by the auction company. o Competitive Bids. The purchasing coordinator may require that sealed bids be obtained for certain surplus equipment, such as vehicles with considerable resale value. Sealed bids shall be advertised in a newspaper of general 10.C.a Packet Pg. 118 Attachment: Gilroy Purchasing Policy (Updated March 2, 2020) (2656 : Purchasing Policy Adoption) Purchasing Policy Section 8 – Purchasing-related Instructions and Procedures 34 circulation 10 days prior to the bid opening. Prospective bidders shall have the opportunity to evaluate the equipment prior to bid opening as prescribed by the purchasing coordinator. Award will be made to the bidder most responsive to the City’s needs. The equipment shall be bid upon in “as-is” condition with no warranty, and a 10% deposit in the form of a money order or cashier’s check must be submitted at the time of bid opening, with a balance due within 7 calendar days. Deposits will be returned to unsuccessful bidders within 14 calendar days.  Donations of Surplus and Preferred Recipients. In order of preference, surplus items may be donated to: 1) the Gilroy Unified School District; 2) the Gilroy Chamber of Commerce. Surplus property unlikely to generate significant revenue and that are not transferred to other departments may be donated to other public agencies, to Gilroy’s sister cities, or to non-profit organizations. Any donation of surplus property to a non-profit organization shall be approved by the City Council upon findings that the non-profit is qualified under section 501(c)(3) of the Internal Revenue Code and that the donation will benefit the City and its constituents. All donations pursuant to this section shall be without warranty, express or implied, and the transferee shall agree to defend, indemnify and hold harmless the City, its officers and employees, from any claim, cause of action, damage, loss or liability arising out of the condition of the property or its use by the organization or subsequent transferee.  Specialized Police Department Surplus. Upon the request of the Gilroy Police Chief and with City Council approval, surplus items of a unique nature, i.e., guns, vests, and other protective equipment may be disposed of in an appropriate manner to suitable recipients. Disposal shall incorporate the Range Master’s Policy in regard to the sale of guns to a Gilroy police officer or other law enforcement officer.  Stolen Property. All stolen property shall be held by the police department for a period of 6 months. Periodic lists shall be prepared by the police department and submitted to the purchasing coordinator, to be agendized and declared surplus. Items will be disposed of in the most equitable manner. The only exception is Bicycles, which shall only be sold at public auction once declared surplus.  Tracking Surplus. Regardless of the value established in policy, departments shall furnish a memorandum to the purchasing coordinator for tracking low value items. Broken or unrepairable items considered trash need not be listed in the memorandum.  Revenue. The revenue received for the sale of surplus property shall be deposited in the General Fund or other appropriate fund for certain equipment sales. 10.C.a Packet Pg. 119 Attachment: Gilroy Purchasing Policy (Updated March 2, 2020) (2656 : Purchasing Policy Adoption) Purchasing Policy Section 8 – Purchasing-related Instructions and Procedures 35 8.9 Used Automobile Purchases For efficiency purposes, the Council has waived formal bidding procedures for purchasing used vehicles under the following conditions:  A budgeted appropriation exists.  A determination is made by the fleet manager that purchasing a used vehicle is in the city’s best interest.  All Gilroy used-car vendors are notified of the city’s intent to purchase. The following procedures and requirements must be followed to purchase a used vehicle:  The fleet manager will develop specifications based on the user department’s needs.  The fleet manager will solicit at least three written quotes utilizing informal procurement procedures; two of which must be solicited from Gilroy vendors.  The used vehicle must have less than 25,000 miles and be less than 2 years old.  A thorough inspection of each vehicle under consideration will be performed by Fleet Division staff, who will make a recommendation for purchase.  The fleet manager will submit a purchasing requisition for department head authorization.  After the issuance of a purchase order, Fleet Division staff will arrange for transportation to the city and ensure vehicle registration. They are also responsible for submitting sale documentation to accounts payable in a timely manner.  The fleet manager will prepare a report for Council review. 10.C.a Packet Pg. 120 Attachment: Gilroy Purchasing Policy (Updated March 2, 2020) (2656 : Purchasing Policy Adoption) Purchasing Policy Section 9 – Glossary of Terms 36 Section 9 – Glossary of Terms 9.1 Definitions This section defines relevant purchasing terms and terminology in use by the City of Gilroy. Agreement. A mutual, written understanding between two or more competent parties, whereby one party agrees to perform as defined in the agreement and the other party agrees to compensation for the performance rendered in accordance with the agreement conditions. Agreement and contract may be used synonymously. Amendment. An agreed upon modification to an existing contract. Appropriation. Authorization by the City Council to expend budgeted funding for city operations and infrastructure, or other designated purposes. Award. The acceptance of a bid or proposal; the presentation of a purchase agreement by the award authority to a bidder or offeror. Award Authority. The governing body or staff person authorized to approve the purchase of goods and services on behalf of the city; the staff person(s) authorized to approve or execute procurement contracts and otherwise legally bind the city. Best Value Procurement. A procurement that is awarded based on factors in addition to price. Best value procurements are mainly conducted through the competitive proposal process. Bid Addendum. A bid addendum is a document issued to all known participants (“planholders”) in a competitive bid process that makes a change to the bid documents/project (i.e., changes to specifications), or process (like a bid due date extension). Bid Opening. The process in which sealed bids are publicly opened, in the presence of at least one witness, at the time and place specified in the invitation for bids. Blanket Purchase Order (BPO). A limited-term contract for goods and/or services based on unit pricing, typically for one-year renewable periods. BPOs may be established with indefinite quantities, allowing end users flexibility to order products when needed, or for on-call services. Change Order. A contract modification consisting of additions or reductions in work or materials approved by the City Council or purchasing coordinator. Commodity. Goods consisting of supplies, materials and equipment. 10.C.a Packet Pg. 121 Attachment: Gilroy Purchasing Policy (Updated March 2, 2020) (2656 : Purchasing Policy Adoption) Purchasing Policy Section 9 – Glossary of Terms 37 Competitive Bidding. The process of soliciting and obtaining formal and informal bids, including price quotations, from competing sources, by which an award is made to the lowest responsive and responsible bidder. Competitive Proposals. The process of soliciting and obtaining formal and informal proposals from competing sources, by which an award is made to the proposer whose solution provides the best value to the city. The award may be made based on factors in addition to price, e.g., a higher price can be paid for goods and/or services if the value can be justified. Conflict of Interest. A conflict of interest in conjunction with a city purchase is a situation where an employee or a member of the employee’s family stands to benefit financially from the procurement. Contract. See Agreement. Cooperative Procurements. A variety of arrangements whereby two or more public entities purchase goods and/or services from the same supplier or multiple suppliers using a single competitive bid or proposal; the combining of the requirements of two or more public entities to leverage the benefits of volume purchases, including administrative savings and other demonstrable advantages. Encumbrance. An accounting entry that commits an appropriated dollar amount to be spent. Formal Sealed Bid. A procurement method for goods and/or services anticipated to be greater than $100,000 whereby sealed Invitations for Bids (IFBs) are submitted and publicly opened, with a contract awarded to the lowest responsive and responsible bidder. Formal Sealed Proposal. A procurement method for goods and/or services anticipated to be greater than $100,000 whereby sealed Requests for Proposals (RFPs) or similar proposal documents are submitted and reviewed by an evaluation committee based on established criteria, with a contract awarded to the responsive and responsible proposer whose solution provides the best overall value to the city. General Services. Work performed or services rendered by independent contractors such as custodial services, building and equipment maintenance, machinery and equipment rental, and utility services, excluding contracts for public works. Goods. Supplies, materials and equipment to be furnished or used by any department of the city, including items purchased by the city and furnished to contractors for use in public works projects. Informal Bid or Proposal. Competitive bids or proposals anticipated to be $100,000 or less conducted under informal procurement procedures. Invitation for Bids (IFB). The type of bid document typically used in a competitive (formal) sealed bidding process. Components include but may not be limited to a bid invitation, instructions to bidders, bid schedule(s), terms and conditions and technical specifications. Job Order Contract. As-needed contracts for small construction or maintenance projects and/or for urgent or emergency repairs where time is of the essence. These types of contracts are bid on a unit 10.C.a Packet Pg. 122 Attachment: Gilroy Purchasing Policy (Updated March 2, 2020) (2656 : Purchasing Policy Adoption) Purchasing Policy Section 9 – Glossary of Terms 38 cost basis and awarded based on not-to-exceed amounts approved by the appropriate award authority. Job Order Contracts may be established as Master Agreements. Local Purchasing Preference. A 3% bid preference granted to local bidders whose principal place of business is located within city limits, subject to policy limitations. Lowest Responsive and Responsible Bidder. The bidder to be awarded a contract who fully complies with all material bid requirements, whose past performance and financial capacity is determined to be acceptable and has offered the lowest price. Master Agreement. A contract that is awarded to multiple qualified providers pursuant to a primary agreement with a standard set of terms and conditions, typically created under a competitive proposal process. Once established, services are distributed among providers with discrete project work negotiated through task orders; also referred to as Master Service Agreements (MSA) or Master Professional Service Agreements (MPSA). Piggybacking. A form of intergovernmental cooperative purchasing whereby the city utilizes the contract pricing and terms of another government agency. Prevailing Wages. The wage rates, including fringe benefits, paid to a majority of workers in a geographic area for the same type of work on similar projects as established by the California Department of Industrial Relations. Professional Services. Services provided by a person or firm engaged in a profession based on highly specialized and/or technical knowledge or skill; services considered distinct and unique to such a degree that bidding may not be feasible, if appropriately justified and documented. Some examples include accountants, attorneys, artists, architects, engineers and physicians. Public Works. The construction, alteration, repair, or improvement of any public structure, building, road, or other public improvement of any kind, including demolitions, and the construction and installation of drainage systems, lighting and signaling systems, sewer and water systems, and park and recreational facilities. Purchase Order. A legally binding contract issued by purchasing staff to a vendor which includes the terms and conditions of a transaction. Purchase Requisition. The document required to be submitted through the financial system to begin the procurement process. Purchase requisitions must be properly documented and approved for the procurement process to proceed. Ratification. The process by which an unauthorized purchase is approved or ratified by the appropriate award authority after-the-fact. Request for Proposals (RFP). The solicitation document used to solicit proposals for goods and/or services from potential providers. Request for Qualifications (RFQL). Also referred to as Requests for Statements of Qualifications (RSQ), this type of solicitation seeks to establish qualified applicants or pools of applicants for as- 10.C.a Packet Pg. 123 Attachment: Gilroy Purchasing Policy (Updated March 2, 2020) (2656 : Purchasing Policy Adoption) Purchasing Policy Section 9 – Glossary of Terms 39 needed services, sometimes under Master Professional Service Agreements (MPSA); most commonly used for architectural and engineering services or other highly specialized consultants. Request for Quotations (RFQ). The type of bid document used for obtaining competitive quotes through the informal procurement procedures. Responsible Bidder. A bidder is considered responsible if they possess the demonstrated ability, capacity, experience and skill to provide the goods and/or services in accordance with the city’s requirements; has a record of satisfactory or better performance under prior contracts with the city and other entities; and has complied with laws, regulations and guidelines governing prior or existing contracts. Responsive Bidder. A person or entity who has submitted a bid which conforms in all material respects to a bid or proposal solicitation. Single Source. A good or service that may be available from more than one source, but a compelling justification can be made to obtain the good or service from one particular vendor. Sole Source. A situation where a good or service can only be obtained from one source due to its proprietary or specialized nature. Specification. A precise description of the physical characteristics, quality, or desired outcomes of a commodity to be procured, which a supplier must be able to produce or deliver to be considered for award of a contract. There are two types of specifications: design and performance. Standardization. The process to adopt one product or group of products to be used by the city, such as particular computer hardware or software. Surplus Property. Supplies, materials, and equipment that is no longer used or has become obsolete, to be sold, exchanged or donated by the purchasing coordinator in accordance with policy provisions covering surplus property donations. 10.C.a Packet Pg. 124 Attachment: Gilroy Purchasing Policy (Updated March 2, 2020) (2656 : Purchasing Policy Adoption) City of Gilroy STAFF REPORT Agenda Item Title: Introduction of the Draft Purchasing Policy Update Meeting Date: February 10, 2020 From: Gabriel Gonzalez, City Administrator Department: Finance Department Submitted By: Jimmy Forbis Prepared By: Jimmy Forbis Bryce Atkins Strategic Plan Goals  Fiscal Stability ☐ Downtown Revitalization ☐ Economic Development ☐ Neighborhood Services ☐ Enhanced Public Safety ☐ Workforce Stability ☐ Public Engagement RECOMMENDATION Receive report and provide direction to staff. EXECUTIVE SUMMARY Staff has been working to update the City’s Purchasing Policy to meet the current operational needs of the City, while maintaining the values of transparency, open competition, and prudent fiscal management. The proposed update to the policy is being introduced to obtain Council comments and direction, which will be incorporated into the proposed policy for later consideration of adoption by the City Council. BACKGROUND In 1993 the City of Gilroy adopted the City’s current Purchasing Policy. Since then, the policy has been updated in piecemeal over the course of the last 17 years. Staff 10.C.b Packet Pg. 125 Attachment: February 10, 2020 Purchasing Policy Introduction Staff Report (2656 : Purchasing Policy Adoption) recognized the significant undertaking to update the policy and thus engaged the assistance of Management Partners to provide experienced consultants to facilitate the update. Management Partners has assisted several entities, including Sunnyvale in updating their purchasing policies to ensure that they adhere to not only legal requirements, but also recognized best practices. Management Partners met with each City department to obtain input from City staff. The resulting update to the purchasing policy is being presented to Council tonight in draft form. ANALYSIS There are numerous changes within the updated policy and thus staff has included the entire policy as part of this Council report. Staff believes that there are significant policy changes for Council to consider and thus, a list of substantive changes proposed in the policy update are described below. 1. Consolidated multiple separate policy sub-sections into a cohesive single policy The City’s current policy is a document comprised of numerous independent policy statements adopted over several years. The statements do not effectively cross-relate (at times creating conflicting policies). Over time, components of the purchasing policy have been updated in individual components as opposed to comprehensive reviews and updates. Additionally, the statements include procedures that are specific to the current financial software, or processes that are ministerial in nature and subject to staffing and organization role changes. A sound policy document typically does not include specific organizational procedures. Local purchasing preference The City’s current local preference level constitutes a 3% discount to the estimate or bid for a good or service that is not associated with a Public Works project. The draft policy update increases the local purchasing preference to provide a 5% discount amount for the purposes of selecting the lowest quote or bid. A survey of other cities was conducted, and the 5% rate is consistent with the general practice of other municipalities. The definition of what constitutes a local vendor is contained in the draft policy and requires a vendor to have a place of business within the boundaries of the City, the point of sale be located within the City of Gilroy, be current in the payment of their business license tax, and is in compliance with city laws and does not currently have an outstanding debt to the City. It is important to note that this discount cannot be applied to a public works project. These projects are governed by the California Public Contracting Code, 10.C.b Packet Pg. 126 Attachment: February 10, 2020 Purchasing Policy Introduction Staff Report (2656 : Purchasing Policy Adoption) and outlines requirements that the lowest responsive and responsible bidder will be awarded the project. This type of bidding prohibits the application of a local preference policy for the purposes of selecting a contractor. The Purchasing Policy, like the City Charter, delineates the requirements for public works projects separately from the other goods and services that may be purchased. 2. Increased staff level of award authority from $999 to $2,999 The current purchasing policy grants all staff the authority to make purchases totaling less than $1,000, and to make such purchases without the requirement of competitive bidding. The latest update to this section of the policy was in 1993. At that time, this amount provided sufficient level of authorization, but over the years the cost of products and basic/small services has increased dramatically. Staff is therefore requesting that the Council grant staff level positions the ability to make purchases that are up to $2,999 and to do so without competitive bidding. The policy still identifies that staff should continue to seek competitive bidding whenever possible. The intent of noncompetitive bidding at this amount is to avoid having businesses invest their time in developing proposals and subsequently be eliminated in the competitive process. The other award authority levels remain intact from the most recent Council approved update to the current purchasing policy. 3. Increased amount that requires a contract from $1,000 to $10,000 In the current purchasing policy, staff is required to enter into the City’s standard form of agreement for all purchases of services over $1,000. For larger contracts this does not present an issue. However, vendors with smaller contracts are reluctant to enter lengthy contractual agreements for such services at very low dollar amounts. The time to review the contract, significant insurance requirements, contract management, and the formalized structure for small projects had relegated this process to be considered unfriendly to small businesses. Staff is requesting through the draft policy update to exempt the purchase of goods, and the purchase of services up to $10,000 from requiring a written contract. Instead, the purchase will be made via purchase order, which provides the City’s standard terms and conditions (T&C) of the purchase as a part of the purchase order, and essentially operates as a smaller contract form. The purchase order T&C will act in similar fashion to the terms of a contract, but in a manner consistent with the smaller level of purchasing and risk from the procurement. This recommendation is consistent with other cities of Gilroy’s size. 4. Clarification of award authority 10.C.b Packet Pg. 127 Attachment: February 10, 2020 Purchasing Policy Introduction Staff Report (2656 : Purchasing Policy Adoption) The proposed policy clarifies that the level of award authority required is based on a single transaction (the value of the contract or purchase as a whole). If a contract is being awarded for multiple years with an annual cost, the award authority is determined by the product of the annual cost multiplied by all of the years to be awarded. The policy continues to enforce the standard that purchases are not to be split over several years to avoid or reduce the proper level of award authority required to complete the purchase. 5. Enhanced listing of purchases that are exempt from competitive bidding The City’s current policy identifies three main areas of exemption from purchase orders, though it leaves ambiguity about exception to competitive purchasing: a) 801 fund reimbursement/contracts b) Contract employment agencies c) Legal fee expenses d) Employment benefits, payroll transactions e) Employee Reimbursement The updated policy is more specific and lists types of purchases being recommended for exemption. These recommendations are based on the nature of the purchases themselves or the potentially sensitive information that would be exposed in pursing competitive bidding. The list of exemptions are below taken from the policy, section 4.9.1: a) Emergency procurements as defined herein. b) Situations where solicitations of bids or proposals would for any reason be unavailing or impossible. c) Professional or specialized services as defined in Subsection 3.2, General Categories of Purchases on page 5. d) Public library collection materials. e) Insurance, bonds or financial services. f) Single or sole source goods or services as defined herein. g) Highly specialized equipment developed or designed for a special activity or function or whose purpose is in the best interests of the City due to compatibility with existing equipment or training of personnel. 10.C.b Packet Pg. 128 Attachment: February 10, 2020 Purchasing Policy Introduction Staff Report (2656 : Purchasing Policy Adoption) h) Procurements funded by grants, donations or gifts when any special conditions require the purchase of particular materials and/or services. i) Purchase of surplus property owned by another public entity, or payment to other public entities or utilities. j) Membership dues, conventions, training, travel arrangements, or advertisements in magazines, newspapers, or other media. k) Works of art, entertainment or performance. l) Goods procured for resale to the public. m) Where competitive bids or proposals have been solicited and no bid or proposal has been received. In such situations the City Administrator may proceed to have the goods procured or services performed without further competitive bidding. n) Computer software license or subscription renewals. o) Human Resources investigation, legal services, and medical services, including but not limited to, fitness for duty evaluations, expert witnesses, and other employment related medical services. p) Regulatory permits. q) Subscriptions. r) Reimbursements and/or refunds of payments made to the City. s) In other cases when specifically authorized by the Council (if over $100,000) after a finding and determination that it is in the best interests of the city. 6. Clarification about which methods to use for competitive purchasing The current policy identifies request for proposals and bidding processes, however there are aspects to the processes that are ambiguous or missing. Additionally, updates to the levels of authority made in the past are in many instances conflict with the sections regarding the identification of the proper method of securing competitive bids, proposals and quotes. The policy clarifies the methods themselves, the reasons why certain methods are used for the types of deliverables, and additional guidance to staff on the proper requirements to evaluate the resulting bids and proposals. It further clarifies the requirements for each method of procurement in clear language compared to the approval requirements currently in the purchasing policy. 7. Cooperative purchases including piggyback contracting 10.C.b Packet Pg. 129 Attachment: February 10, 2020 Purchasing Policy Introduction Staff Report (2656 : Purchasing Policy Adoption) The proposed policy more thoroughly describes the ability to utilize cooperative purchases, including joint purchasing authorities and collaboratives. The update also authorizes the practice of using piggyback contracting, which would allow staff to use a contract for goods and/or services that another public agency utilizes, so long as the contract was reached through competitive bidding. The provision requires that the product is the same that was awarded through the contract, and cannot be significantly modified. 8. Minor updates to the surplus process The update proposes to remove the Gilroy Youth Center from the priority of outside organizations to which staff may donate surplussed items, as the Youth Center is operated by the City and would therefore not meet the definition of a surplus item. Additionally, the value of the sale that requires Council approval is proposed to be based on the fixed asset accounting rules in effect at the time of surplus. This would set the amount of the sale which needs Council approval to be $10,000. ALTERNATIVES This is an introductory item. Council may provide direction to staff to bring the draft policy update as-is for Council adoption, recommend changes to the proposed policy update, or direct staff to cease the update efforts for the City’s Purchasing Policy. FISCAL IMPACT/FUNDING SOURCE None. This is an introductory item, and does not bear an impact on the City’s financial position. CONCLUSION Once direction is received, staff will make the changes directed and return to Council for adoption at a future Council meeting. Attachments: 1. Gilroy Draft Purchasing Policy (February 2020) 2. Current Purchasing Policy 10.C.b Packet Pg. 130 Attachment: February 10, 2020 Purchasing Policy Introduction Staff Report (2656 : Purchasing Policy Adoption) City of Gilroy STAFF REPORT Agenda Item Title: Consideration of an Exception to the Rental Rates Specified in the Residential Development Ordinance Affordable Housing Exemption Procedure for a Project Located North of Luchessa Avenue, Between Miller Avenue and West 10th Street Assessor Parcel Numbers 808-18-003 (portion), 808-19-022 and 808-19-023, Commonly Known as the Glen Loma Ranch Below Market Rate Apartment Project (M 19-14) Meeting Date: March 2, 2020 From: Gabriel Gonzalez, City Administrator Department: Community Development Department Submitted By: Karen Garner Prepared By: Karen Garner Melissa Durkin Strategic Plan Goals ☐ Fiscal Stability ☐ Downtown Revitalization ☐ Economic Development ☐ Neighborhood Services ☐ Enhanced Public Safety ☐ Workforce Stability ☐ Public Engagement RECOMMENDATION a) Adopt a resolution of the City Council of the City of Gilroy approving an exception to the City’s RDO affordable housing exemption procedures to allow rental rates within the Glen Loma Ranch Town Center Apartments project to be affordable to households earning 50% to 80% of area median income . b) Direct staff to prepare revisions to the Residential Development Ordinance and related policies to ensure conformance with state legislation and consistency with regional and local housing goals. 10.D Packet Pg. 131 EXECUTIVE SUMMARY The primary funding agency for affordable housing projects in California, California Housing Finance Agency (CalHFA), recognizes that inadequate housing is being produced for very-low income and middle income households. To bolster housing production targeted to these income groups, CalHFA is funding housing in the middle income range, in exchange for producing housing in the very-low income range. The Pacific Companies would like to rent units in the Glen Loma Ranch below-market rate apartment project at rates consistent with CalHFA funding. The Pacific Companies would need an exception to Gilroy’s affordable housing policy to implement this rental structure. The proposed rental structure would help Gilroy meets its Regional Housing Needs Allocation (RHNA) requirements and would provide housing to under-served very-low income and middle income families. If The Pacific Companies does not obtain approval of this exception, all apartments within this project would rent in accordance with the City’s policy. The City’s policy is outdated and does not address current RHNA requirements. Because of this, renting units in accordance with the City policy would not advance the City in meeting its RHNA requirements. POLICY DISCUSSION Policy Question Should the City Council approve an exception to the rental rates specified in the “RDO Affordable Housing Exemption Procedure”? Con The proposed rental structure would not contribute to the City’s progress toward meeting Moderate Income RHNA Requirements. Pro The proposed rental structure would result in 76 units being affordable to Very-low Income households. Allowing units to rent at this level would reduce the City’s outstanding Very-low Income RHNA obligation from 163 units to 87 units. In addition, 38 of the units would be affordable to “missing Middle” income households, which is an underserved segment of Gilroy’s housing market. BACKGROUND Gilroy’s Affordable Housing Policy The City’s “RDO Affordable Housing Exemption Procedure” (Policy) was first adopted in 1992 as a policy of the Residential Development Ordinance (RDO). The RDO is the City’s growth management ordinance and regulates the amount of residential development that can occur over specified time periods. The Policy’s original intent was 10.D Packet Pg. 132 to ensure affordable projects provided housing at defined levels of affordability (see attachment). It should be noted that with the passage of SB 330, the City’s RDO related to limiting the number of housing units is no longer valid. Some policies related to affordability may still be valid, but are outdated and not reflective of Regional Housing Needs Allocation (RHNA) goals. Since its initial adoption, the Policy has become the City’s de facto affordable housing policy. The Policy sets forth required affordability levels for all affordable projects, including projects within Neighborhood District areas, such as Glen Loma Ranch. The Policy states that affordable projects must rent 100% of units at rents restricted to households earning up to 60% of Area Median Income (AMI), which is within the Low income housing range. In practice, most affordable rental projects constructed in Gilroy have rent structures requiring a deeper level of affordability, due to requirements of the developers’ funding sources. Glen Loma Ranch Affordable Housing Requirements The Glen Loma Ranch (GLR) Development Agreement (DA) requires 15.1% of the units constructed in GLR to be affordable. Most of the affordable units are slated to be developed in the Town Center neighborhood, on a lot designated in the Specific Plan as the “Affordable Housing Area” (see GLR Land Use Plan attachment). The DA requires up to 256 affordable units to be constructed in GLR, if the project develops the Specific Plan maximum of 1,693 units. The DA requires affordable units to be constructed as follows: a. 106 units income-restricted in conformance with the Policy. These would be multi-family units; b. 75 senior affordable units. These units would be both income-restricted in conformance with the Policy and restricted to households in which at least one resident is 62 or older. c. 75 senior non-restricted units. These units would be affordable by design (i.e. smaller units, with correspondingly smaller sales prices or rental rates), but would not be income-restricted. If fewer than 1,693 units are constructed, the number of affordable units required would be reduced proportionately. Since we now know that it is likely that a maximum of 1,350 units will be constructed, Glen Loma Ranch would likely need to provide only 204 affordable/senior units. Most of these units would be constructed in the Town Center neighborhood of Glen Loma Ranch, which includes the Affordable Housing Area wh ere The Pacific Companies will develop the below-market rate apartment project. Affordable units not constructed within the Town Center neighborhood will be constructed in neighborhoods that have not yet received development approval, specifically, the Malvasia multi-family area, Rocky Knoll and Canyon Creek. Gilroy’s Progress toward Meeting RHNA Requirements 10.D Packet Pg. 133 The California Department of Housing and Community Development (HCD) determines the total number of new homes that need to be constructed in each region in California, and the affordability levels of those homes. The Association of Bay Area Governments (ABAG), the regional governmental agency for Santa Clara County, determines the fair share of housing each city, town and county in the Bay Area must develop. The process by which ABAG allocates this housing is called the Regional Housing Needs Allocation (RHNA) process. The RHNA cycle is concurrent with each agency’s Housing Element cycle, so Housing Element policies and goals can be tailored to facilitate development of the required housing. Gilroy’s current Housing Element/RHNA cycle runs from 2015-2023. The chart below shows the progress Gilroy has made toward meeting the RHNA requirements through 2018. Regional Housing Needs Assessment Progress (2015 – 2018) Income Level RHNA Allocation by Income 2015 2016 2017 2018 Units Permitted To-date Units Remaining Extremely-Low Income (0 – 30% AMI) 236 0 0 0 37 37 163 Very-Low (31 – 50% AMI) 26 0 10 0 36 Low (51 – 80% AMI) 160 249 0 192 38 479 0 Moderate (81 – 120%AMI) 217 7 0 0 0 7 210 Above Moderate (Above 120% AMI) 475 406 321 243 156 1,126 0 Total 1,088 688 321 445 231 1,685 Remaining Need 373 10.D Packet Pg. 134 AMI=Area Median Income As the chart shows, Gilroy has exceeded Low and Above -Moderate RHNA requirements, but still needs to make significant progress toward meeting Extremely- low/Very-low and Moderate RHNA requirements. Missing Middle Housing The term “missing middle” applies to households that earn too much money to qualify for low income housing, but not enough money to pay market rates for housing. Most of the apartment projects constructed in Gilroy in recent years (Harvest Park Apartments, Alexander Station, and The Cannery at Lewis Street) are Tax Credit-funded projects that rent apartments to Low and Very-Low income households. Households earning above 60% AMI do not qualify to rent any of these apartments, and have to compete for the limited number of market-rate apartments available in Gilroy, which tend to be older housing stock. CalHFA has chosen to fund production of housing targeted to households earning up to 80% AMI to address the needs of the “missing middle.” Under the CalHFA program, in exchange for providing housing affordable to households earning up to 80% AMI, developers must also provide housing affordable to households earning up to 50% AMI. Households earning up to 50% AMI are considered Very-Low Income, another income group for which inadequate housing has been constructed. This rental structure meets the dual need of providing housing to middle income and very-low income households. Planning Commission Action The Planning Commission recommended approval of the proposed Policy exception by a vote of 5-1-1 at their January 16, 2020 meeting. The Commission discus sion focused on project financing. There was no public comment related to this application. The Planning Commission recommended that Council direct staff to revise the “RDO Affordable Housing Exemption Procedure” by a vote of 6-0-1 at their January 16, 2020 meeting. ANALYSIS The Pacific Companies requests a Policy exception to rent 24% of the apartments in the Glen Loma Ranch Town Center apartment project to households earning up to 80% AMI, in exchange for renting 48% of the units to households earning 50 % AMI (see developer’s attached letter). The proposed rental structure is consistent with CalHFA funding requirements. The apartments will be constructed on the site designated within the Town Center neighborhood as “Affordable.” In addition, as required by state law, two units must be occupied by on-site managers, and would be unrestricted. The proposed rental structure is as follows: 10.D Packet Pg. 135 *Indicates units designated for on-site managers For reference, the following 2019 Tax Credit income limits and rental rates would apply to Santa Clara County; the California Tax Credit Allocation Committee (CTCAC) adjusts these rates annually. Income Limits Income Limits One-Person Household Two-Person Household Three-Person Household Four-Person Household 50% AMI $51,250 $58,550 $65,850 $73,150 60% AMI $61,500 $70,260 $79,020 $87,780 80% AMI $82,000 $93,680 $105,360 $117,040 Rental Rates Income Limits One-Bedroom Two-Bedroom Three-Bedroom 50% AMI $1,372 $1,646 $1,902 60% AMI $1,647 $1,975 $2,283 80% AMI $2,196 $2,634 $3,044 Under The Pacific Company’s proposal, 48% of the units would be rented to households earning up to 50% AMI, which is considered Very-Low Income. In exchange for renting 48% of the units to Very-Low Income households, 24% of the units would be rented to households, earning up to 80% AMI, which is still in the Low income range. If the City’s current Policy requirements were applied to this project, 100% of the units would be rented to Low income households. The City has already fulfilled its RHNA Income Levels Family Apartments Senior Apartments Percent out of 158 units 50% AMI (Very-low) 49 27 48% 60% AMI (Low) 26 16 27% 80% AMI (Low) 4 34 24% 120% AMI (Moderate) No Restriction 1* 1* 1% Totals 80 78 10.D Packet Pg. 136 requirements for that income group. Therefore, applying the Policy requirements to this project would not further assist the City in meeting that RHNA requirement. Allowing the proposed Policy exception and implementing the proposed rental structure would allow the city to make significant progress toward meeting Very-Low income housing requirements. The project would provide 76 units at that level, bringing the remaining needed Very-Low income units down to 87. The project would also rent 80 units to Low income households. As stated above, the City has already fulfilled its RHNA requirements for that income group, so these additional units will not further assist the City in meeting that RHNA requirement. The two manager’s units may be eligible to count toward Moderate income housing; that determination will be made through discussions with the State Department of Housing and Community Development, based on the rents of those units. Amendments to the Affordable Housing Policy Several recent changes in state law and specifically SB 330, have eliminated cities’ abilities to place numerical growth limits on residential development invalidating Gilroy’s RDO Ordinance. In addition, the current affordability requirements contained within related policies are not addressing RHNA requirements for Very-Low Income or Moderate income housing. For these reasons, several provisions of the ordinance and related policies are either no longer enforceable or no longer meet the City’s needs. Therefore, along with recommending approval of the proposed policy exceptions, the Planning Commission and staff recommend that Council direct staff to propose policy revisions to ensure compliance with state housing laws and RHNA requirements. Staff would bring back the proposed revisions to the Planning Commission and City Council at a later date. ALTERNATIVES 1. The City Council could adopt a resolution approving M 19-14, which would allow the applicant to rent 48% of the units in the Glen Loma Ranch BMR apartment project at rents affordable to Very-low Income households. The City Council could also direct staff to revise the Policy to reflect current state law and better address Gilroy’s RHNA requirements. STAFF RECOMMENDS THIS OPTION because it would allow Gilroy to make progress toward meeting its RHNA obligations and would bring the Policy into compliance with state law. 2. The City Council could deny M 19-14 if the Council determines that revising the rent structure is not in Gilroy’s best interest. A denial would result in all units within this project renting to Low Income households. STAFF DOES NOT RECOMMEND THIS OPTION because Gilroy has already met its Low Income RHNA obligations for this Housing Element cycle. 10.D Packet Pg. 137 The City Council could also allow the Policy to remain unchanged. STAFF DOES NOT RECOMMEND THIS OPTION because the Policy is out of compliance with state law and is inconsistent with Gilroy’s RHNA requirements. FISCAL IMPACT/FUNDING SOURCE The applicant paid all costs associated with processing this request. Revision of the RDO ordinance and related policies will be completed by staff with no additional fiscal impact anticipated. CONCLUSION If The Pacific Companies does do not receive approval of this exception request, all units in this project will rent at 60% AMI, in accordance with the Policy. The City does not need additional units in this income category to meet RHNA requirements. The City does need additional units in the 50% AMI (Very-low Income) category to meet RHNA requirements, and needs units in the 80% AMI (Low Income) category to address the needs of middle income households. Therefore, staff believes approval of the applicant’s request would benefit the City. NEXT STEPS If the City Council approves this exception request, the City Attorney would prepare a regulatory agreement memorializing the approved rental rates. T he City and the developer would be parties to the agreement. If the City Council directs staff to revise the RDO Ordinance and related policies, staff will add the revisions to the Community Development Department work plan and bring back recommended revisions in accordance with that work plan. Attachments: 1. RDO Affordable Housing Exemption Policy 2. GLR Land Use Plan 3. Developer's Request 4. Resolution M 19-16 10.D Packet Pg. 138 RDO AFFORDABLE HOUSING EXEMPTION PROCEDURE City of Gilroy Revised October 7, 2013 Section 1.00 Statement of Intent It is the intent of this policy to set forth the specific criteria and guidelines for the affordable housing exemption provided in the City of Gilroy Zoning Ordinance, Section 50.62 (b) (3) and (4). The goal of this exemption is to enhance public welfare by meeting the current and future housing needs of all segments of the community. This exemption is intended to encourage private developers to construct housing that is affordable to Very Low, Low and Moderate income households, as specified in this document. Section 1.01 Definitions Affordable Housing: A dwelling unit, either rented or owned, which is affordable to households with Very Low, Low, or Moderate incomes, as specified by this document. Applicant: Any person, partnership, corporation, firm, or any entity or combination of entities, which seek permits or approval for residential development in the City of Gilroy. Dwelling Unit: Housing which is designed and intended for occupancy as a residence by one (1) household. This term includes condominiums, townhouses, single- family homes, multi-family homes and apartments. HUD: United States Department of Housing and Urban Development. Resale Controls: Legal restrictions imposed upon property owners by the City to ensure that the dwelling units will remain affordable to Very Low, Low, and Moderate income households, as defined in this document, for a specified time. 10.D.a Packet Pg. 139 Attachment: RDO Affordable Housing Exemption Policy (2632 : Exception to RDO Affordable Housing Exemption (M 19-14)) Residential Development (RDO): All development that includes single family dwellings, multi-family dwellings, condominiums, townhouses, cooperative developments, and land subdivisions intended to be sold to the public for residential use. Residential Development Ordinance: Section 50.60 of the City of Gilroy Zoning Ordinance that encourages responsible growth in the community, and restricts the amount of housing which may be constructed each year. Very Low, Low and, Moderate Income Levels: Income categories established by HUD for Santa Clara County. Very Low and Low income levels are calculated based on Median household size and income. Section 1.02 General Requirements (A) One hundred percent (100%) of the housing units granted an exemption from the Residential Development Ordinance under this program must be sold and/or rented at prices that are affordable to Very Low, Low, or Moderate income households, as specified by sections 1.03 and 1.04. The procedure for this exemption shall be as follows: Procedure: (1) The applicant must apply for an "RDO Affordable Housing Exemption," and must submit all required fees at the time of application. Consideration for approval of this application shall be made in accordance with the criteria contained within Zoning Ordinance section 50.62. (2) At the time of application for the exemption, the applicant must specify the number of units to be constructed. The applicant must also identify the number of units that will be affordable to households with Very Low, Low, and Moderate incomes, as defined by this document. (3) Rental and/or sale prices of all units shall be reviewed and approved by the City, and shall be affordable to households with Very Low, Low, and Moderate incomes, as specified by sections 1.03 and 1.04. (4) Approval of the application will be based upon compliance with this policy and all other City requirements, as may be updated from time to time. The applicant must receive approval of the RDO exemption prior to Tentative Map approval. In situations where a Tentative Map is not required, the applicant must receive approval of the RDO exemption prior to Architectural and Site Review approval. (5) After approval of this application, and prior to receiving Tentative Map 10.D.a Packet Pg. 140 Attachment: RDO Affordable Housing Exemption Policy (2632 : Exception to RDO Affordable Housing Exemption (M 19-14)) approval (or Architectural and Site Review approval in situations where Tentative Maps are not required), the applicant must enter into a contract with the City (hereafter referred to as Agreement) agreeing to provide affordable housing as delineated in this policy, and as approved by the City Council. This Agreement will assure affordability of the units. Failure to comply with the terms of the Agreement will void all approvals, and the project will not be allowed to proceed without complying with the Residential Development competition procedures of Zoning Ordinance section 50.60, regardless of the stage of construction of the project. 10.D.a Packet Pg. 141 Attachment: RDO Affordable Housing Exemption Policy (2632 : Exception to RDO Affordable Housing Exemption (M 19-14)) (B) The applicant shall advertise the existence and terms of this policy to the general public and accept applications from prospective purchasers and tenants. The applicant shall keep a list of all qualified purchasers and tenants, and shall make this list, along with pertinent financial data, available to the City upon request. (C) All tentative maps, architectural and site reviews, or other development permits approving residential development shall contain conditions sufficient to ensure compliance with the requirements set forth in this policy. These conditions shall include but not be limited to conditions that specify the number of affordable units (whether for sale or rental), their prices and Resale Controls. (D) All dwelling units proposed under this program must be constructed with the same quality of design, construction and materials as required for market rate housing. This requirement shall apply to projects that consist solely of affordable housing units, as well as projects that combine affordable housing with market rate housing. (E) Low and Very Low income rental units constructed through this program shall be affordable for a minimum of 55 years, and Low and Very Low income for-sale units shall be affordable for a minimum of 30 years. Grant deeds and/or Codes, Covenants and Restrictions (CC&Rs) for units constructed under this program shall state that these units are required to remain affordable for these time periods, and shall be recorded against the property with the County Recorder of Santa Clara County. (F) Resale controls shall be incorporated as part of the Agreement signed by individual purchasers of these units. This Agreement shall be recorded against the property with the county recorder of Santa Clara County. (G) The developer shall provide the City with a detailed outreach and advertising plan, in order to insure the housing needs of existing Gilroy Very Low, Low, and Moderate Income residents are met. Section 1.03 Procedure for Renting Affordable Units (A) The City reserves the right to review documents and verify the eligibility of all prospective tenants. (B) In the event an income increase disqualifies a tenant [from hereon referred to as Over-Income Tenant] from meeting the income requirements to rent a unit through this program, the following rules shall apply: (1) The property owner shall re-certify incomes annually. If a tenant is found to make more than 120% of the maximum income to qualify as a Low Income household, the tenant will be given up to 90 days to relocate. 10.D.a Packet Pg. 142 Attachment: RDO Affordable Housing Exemption Policy (2632 : Exception to RDO Affordable Housing Exemption (M 19-14)) (2) During the time the Over-Income Tenant continues to rent the unit, the rental rate of the unit may not increase above the maximum rental rates per bedroom size which are determined by the City (see Appendix). (C) The developer shall specify, in the Agreement entered into with the City, the number of units that are to be constructed and the number of bedrooms in each unit. (D) Cost of Housing: 10.D.a Packet Pg. 143 Attachment: RDO Affordable Housing Exemption Policy (2632 : Exception to RDO Affordable Housing Exemption (M 19-14)) Rental housing constructed through this program shall be affordable to Very Low, Low, and Moderate income households, consistent with the intent of this policy. Rental rates shall be equivalent to the California Tax Credit Allocation Committee (CTCAC) 60% income level rental rates for Santa Clara County. The rental rates shall be revised with every published revision of California Tax Credit Allocation Committee (CTCAC) rental rates. (See Appendix) Tenants in this program may be required to pay a cleaning and/or security deposit of not more than the cost of the monthly rent. 10.D.a Packet Pg. 144 Attachment: RDO Affordable Housing Exemption Policy (2632 : Exception to RDO Affordable Housing Exemption (M 19-14)) Section 1.04 Procedure for Selling Affordable Dwelling Units (A) All saleable dwelling units constructed through this program shall be sold to households that qualify for affordable housing, as defined in this document. For thirty years from the sales date, resale of these homes shall be subject to a resale Agreement that will ensure that these units remain affordable housing for a period of years as specified in the Agreement. The standard time period for affordability should be no less than 30 years. Transfer of these homes shall be to Very Low, Low, and Moderate Income households, and will be subject to the same resale restrictions applied to the original sale. Transfers by gift, devise, or inheritance to an existing spouse, surviving joint tenant, or a spouse as part of a dissolution proceeding, or in connection with marriage shall not be considered a transfer for the purpose of this policy. (B) The City reserves the right to review and approve documents verifying the eligibility of all homebuyers, prior to sale and transfer of each property. (C) All dwelling units constructed under the terms of this program shall be sold to owners who occupy the residences as their principal place of residence. (D) Resale of these units shall be conducted as provided for in this policy. Upon resale, the purchaser's income must correspond to the initial income category established for this unit by the developer. (E) All homebuyers shall enter into an Agreement, recorded on the property, which provides that the home shall be subject to Resale Controls. (F) Cost of Housing: a. Houses constructed in this program should be affordable to Low and Moderate Income households in the following ratios: 1 At least 40% of the units should be affordable to households earning below 60% of Median Income. 2 At least 15% of the units should be affordable to households earning above 60% up to 80% of Median Income. 3 At least 15% of the units should be affordable to households earning above 80% up to 100% of the Median Income. 4 Not more than 30% of the units should be sold to households earning above 100% up to 120% of Median Income. 10.D.a Packet Pg. 145 Attachment: RDO Affordable Housing Exemption Policy (2632 : Exception to RDO Affordable Housing Exemption (M 19-14)) The Median Income shall be as published by the California Department of Housing and Community Development for Santa Clara County. b. Residences constructed in this program shall be sold at or below the City of Gilroy’s published sales prices based on the pricing structure calculated using the factors contained in section c., below. Such sales shall be undertaken , prior to initiating outreach and marketing efforts required in Section 1.02.G of this document. c. The following factors shall be incorporated into the calculation of the sales prices for all future affordable housing units in Gilroy. Each item shall be separately documented. i. Downpayment: 3.5% of the loan amount ii. Interest Rate: FHA rate at time of purchase iii. Property Tax: City of Gilroy property tax rate of 1.26706% of assessed value iv. Homeowners Insurance: Include in sales price calculation v. Length of Deed Restriction: 30 years vi. Private Mortgage Insurance: FHA rate of 1.35% of the loan amount vii. Homeowner’s Association Dues: Include in sales price calculation viii. Mid-Range Income Categories: Evenly distribute the price points in 10% increments over the income categories, rounding to whole units starting from the low point of each category. For example, if the project is required to provide five low income units in the above 60% to 80% of the Average Median Income (AMI) range, three of the units would be priced for households at 70% of the AMI and two at 80%. (G) If the developer is unable to find Low and Moderate Income buyers who are qualified to purchase homes through this program, the developer shall be required to continue to solicit potential Low and Moderate Income buyers for eight (8) months after the date of issuance of the Certificate of Occupancy. After this time, the developer shall be allowed to sell the homes to any person, without regard to income levels. These homes shall, however, be sold at Low and Moderate Income prices, as determined by the City, and shall remain affordable, in accordance with this policy. The applicant shall provide the City with a report on the marketing efforts of these projects, prior to the end of the eight (8) month period. 10.D.a Packet Pg. 146 Attachment: RDO Affordable Housing Exemption Policy (2632 : Exception to RDO Affordable Housing Exemption (M 19-14)) (H) For sale homes constructed through this program shall not be leased or rented, unless exceptional circumstances are established by the owner that the leasing or renting of the home is necessary and approved by the City Planning Division and Division of Housing and Community Development. Any such lease or rental shall be consistent with the rental rates as established by this policy for Very Low, Low, and Moderate Income households and limited in time to not more than one-year. 10.D.a Packet Pg. 147 Attachment: RDO Affordable Housing Exemption Policy (2632 : Exception to RDO Affordable Housing Exemption (M 19-14)) APPENDIX RENTAL UNITS Rental rates will be based on unit size, and will not distinguish between the income levels of the renters. The rental rate for a unit is found by using the following steps: 1. The typical household size each unit can accommodate is determined by using figure 1, although the number of people actually housed in each unit will vary by circumstance. 2. Rental rates shall be equivalent to the California Tax Credit Allocation Committee (CTCAC) 60% income-level rental rates for Santa Clara County. Figure 1 The project manager shall provide the City with a rental report in January, April, July and October of each year. This report shall provide the following elements: 1. Name of the project 2. Number of Units in the project 3. Rental rate of each unit 4. Name, unit number, and income level of each lease holder Number of Bedrooms In Dwelling Unit Typical Household Size Single Residential Occupancy 1 Studios 1 1 2 2 3 3 4 4 6 5 8 10.D.a Packet Pg. 148 Attachment: RDO Affordable Housing Exemption Policy (2632 : Exception to RDO Affordable Housing Exemption (M 19-14)) FOR-SALE UNITS: HUD income limits shall be used to determine eligibility for participation in this program. Houses constructed in this program should be affordable to Low and Median Income households in the following ratios: 1 At least 40% of the units should be affordable to households earning 50% to 60% of Santa Clara County Median Income, as defined in the Policy. 2 At least 15% of the units should be affordable to households earning above 60% up to 80% of Median Income. 3 At least 15% of the units should be affordable to households earning above 80% up to 100% of the Median Income. 4 Not more than 30% of the units should be sold to households earning above 100% up to 120% of Median Income. The City Council may permit an exception to the above ratios and approve the allocation of market-rate units from the Market-Rate Exempt pool, not to exceed 25% of the total units in a development, if the development meets the following criteria: a) Total Affordable Units in a project meet the following affordability levels (calculated as a percentage of the total affordable units): • 20% below 50% of Santa Clara Median Income • 25% between 50% and 80% of Santa Clara Median Income • 25% between 80% and 100% of Santa Clara Median Income • 30% between 100% and 120% of Santa Clara Median Income b) The project complies with the requirements of the Neighborhood District policy. c) A Master Plan is required d) The development provides substantial public and/or private infrastructure improvements, beyond those required by the “Neighborhood District Policy,” as negotiated through a Development Agreement. The applicant shall submit proposed sales rates to staff, with backup documentation demonstrating that the units will be affordable to buyers in each income category in the specified percentages. The following provisions will apply to all homes sold under this program: • Prices for homes sold in this program will be based on the homebuyer putting a maximum of a 10% down payment on the home. • The monthly mortgage shall include PITI. • All projects constructed through this program must provide a minimum of 10.D.a Packet Pg. 149 Attachment: RDO Affordable Housing Exemption Policy (2632 : Exception to RDO Affordable Housing Exemption (M 19-14)) three bedrooms in twenty percent (20%) of the units. • Applicants are responsible for financing their units. 10.D.a Packet Pg. 150 Attachment: RDO Affordable Housing Exemption Policy (2632 : Exception to RDO Affordable Housing Exemption (M 19-14)) 10.D.bPacket Pg. 151Attachment: GLR Land Use Plan (2632 : Exception to RDO Affordable Housing Exemption (M 19-14)) Ph: 208.461.0022 // Fax: 208.461.3267 // 430 E. State Street, Ste. 100 // Eagle, ID 83616 // www.tpchousing.com December 27, 2019 Melissa Durkin Planner II City of Gilroy Community Development Department 7351 Rosanna Street Gilroy, CA 95020 Re: Request for Exception to “RDO Affordable Housing Exemption Procedure” Glen Loma Ranch Rental Affordable Housing Project Dear Ms. Durkin, Thank you for your continued support of our efforts to develop affordable housing in the City of Gilroy. I am writing to request that the City allow an exception to its RDO Affordable Housing Exemption Procedure (“RDO Procedure”) for the rental units to be constructed as part of the Glen Loma Ranch project. As you are aware, we have received approvals from the City for the 158-unit Glen Loma Ranch affordable rental project. The allocation of units at various types and income levels is as follows: Income Targeting Family Affordable Senior Affordable Senior Affordable by Design 50% AMI 8 6 60% AMI 71 55 16 No Restriction 1* 1* Totals 80 62 16 *Indicates units designated for on-site managers In an effort to finance the project, we applied for and were awarded funding from CalHFA’s Mixed-Income Program. One of the requirements of this program is that at least 20% of the tax credit financed units be reserved for households earning up to 80% AMI and at least another 10% of the total units serve households up to 120% AMI. The introduction of units targeted at 80% AMI triggers a new federal election not previously available to tax credit projects known as “income averaging” wherein the project can earn tax credits on units at 80% AMI (as opposed to the previous cap of 60% AMI) so long as the income targeting on the tax credit units averages 60% AMI or less. Note that any units above 80% AMI are not eligible for tax credits and are not included in the income averaging calculation. 10.D.c Packet Pg. 152 Attachment: Developer's Request (2632 : Exception to RDO Affordable Housing Exemption (M 19-14)) Page 2 of 3 With the addition of the CalHFA Mixed-Income Program financing, we are requesting that the City approve the income-targeting below while concurrently satisfying 158 units of the total Glen Loma Ranch inclusionary housing obligations: Income Targeting Family Affordable Senior Affordable 50% AMI 49 27 60% AMI 26 16 80% AMI 4 34 120% AMI 0 0 No Restriction 1* 1* Totals 80 78 *Indicates units designated for on-site managers We offer the following in support of our request: 1) The City of Gilroy has seen substantial construction of rental units targeted at the 60% area median income level over the past several years. Our company alone has delivered over 300 such units. We are aware of one other project developed by Meta Housing which will also cover this income level. While it is clear that there continues to be a need for rental housing targeted at this level by virtue of the fact that our projects are fully occupied, there is also a need for affordable housing at both lower and higher income levels based on how many individuals and families we’ve had to turn away, some of whom were over income. Units targeted above 60% of the area median income will serve schoolteachers, nurses, government officials, firefighters and other essential members of the workforce who normally do not qualify at lower affordability levels. More units targeted at 50% AMI will help an underserved segment of the Gilroy workforce while delivering much-needed very-low income units to meet the City’s RHNA goals. 2) Policy makers in the state have come to realize that the housing shortage crisis has significantly increased the amount of people adversely affected. As such, they have designed specific funding programs to target this “missing middle” that has been historically neglected. CalHFA’s Mixed-Income Program is one such program and incentivizes and funds the production of housing targeted at 80% and 120% of the area median income. The current RDO Procedure pre-dates these recent policy initiatives and programs and would prevent a developer from accessing this funding source, which is why we are asking for this exception. Note, we did successfully petition CalHFA to allow us to forego producing any units targeted at 120% of area median income because we provided evidence that such rents would not provide a sufficient discount to prevailing market rents in Gilroy. Here is a link to CalHFA’s program for your reference: https://www.calhfa.ca.gov/multifamily/mixedincome/forms/termsheet- mixedIncome.pdf?v=1.007. 10.D.c Packet Pg. 153 Attachment: Developer's Request (2632 : Exception to RDO Affordable Housing Exemption (M 19-14)) Page 3 of 3 3) For decades, existing federal, state and local funding programs have targeted below 60% of area median income while the free market has served individuals and families who can pay the highest prices the market will support. With the price of homes and rents continuing to climb over the last 5 years, more and more of the workforce find themselves in a position where they do not qualify at 60% of area median income, yet they cannot afford market prices. This results in longer commutes from more affordable places or complete relocations altogether. Having units produced in the City at higher income levels but still below market will help alleviate this problem. An exception to the RDO Procedure for this project will produce a more balanced inclusionary housing development that serves a broader spectrum of the workforce who need affordable housing while at the same time bringing more diversity to the Glen Loma Ranch neighborhood. Thank you for considering this request, and please contact me with any questions. We look forward to our continued partnership with the City to address its affordable housing needs. Sincerely, Caleb Roope President / C.E.O. 10.D.c Packet Pg. 154 Attachment: Developer's Request (2632 : Exception to RDO Affordable Housing Exemption (M 19-14)) RESOLUTION NO. 2020-XX RESOLUTION NO. 2020-XX A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF GILROY APPROVING AN EXCEPTION TO THE CITY'S RDO AFFORABLE HOUSING EXEMPTION PROCEDURE TO ALLOW RENTAL RATES WITHIN THE GLEN LOMA RANCH TOWN CENTER APARTMENT PROJECT TO BE AFFORDABLE TO HOUSEHOLDS EARNING 50% TO 80% OF AREA MEDIAN INCOME WHEREAS, The Pacific Companies received approval to construct 158 below market rate apartment units within the Glen Loma Ranch Specific Plan Town Center Neighborhood (“Apartments”); and WHEREAS, the Glen Loma Ranch Development Agreement requires 15.1% of the units constructed in Glen Loma Ranch to be affordable in accordance with the City of Gilroy’s RDO Affordable Housing Exemption Procedure; and WHEREAS, 156 of the Apartments will be subject to regulatory restrictions that require affordability in accordance with the City of Gilroy’s RDO Affordable Housing Exemption Procedure; and WHEREAS, the existing percentages defining affordability within the RDO Affordable Housing Exemption Procedure make it difficult for the City to address the housing needs of Very Low-Income and middle-income households, or meet state Regional Housing Needs Allocation requirements; and WHEREAS, the primary funding agency for affordable housing projects in California is the California Housing Finance Agency (CalHFA); and WHEREAS, CalHFA recognizes that inadequate housing is being produced for Very Low-income and middle-income households; and WHEREAS, to bolster housing production targeted to these income groups, CalHFA is funding housing in the middle-income range, up to 80% Area Median Income, in exchange for producing housing in the Very Low-Income range, up to 50% Area Median Income. WHEREAS, The Pacific Companies would like to rent Apartment units at rates consistent with CalHFA funding; and 10.D.d Packet Pg. 155 Attachment: Resolution M 19-16 (2632 : Exception to RDO Affordable Housing Exemption (M 19-14)) RESOLUTION NO. 2020-XX WHEREAS, The Pacific Companies proposes to rent 24% of the Apartments to households earning up to 80% Area Median Income, in exchange for renting 48% of the units to households earning 50% Area Median Income, consistent with CalHFA funding; WHEREAS, The Pacific Companies would need an exception to the RDO Affordable Housing Exemption Procedure to implement this rental structure; and WHEREAS, the proposed rental structure would help the City meet Regional Housing Need Allocation requirements for Very Low-Income households, and provide housing for middle-income households; and WHEREAS, the Planning Commission held a duly noticed public meeting on January 16, 2020, at which time the Planning Commission considered the staff report dated January 16, 2020 ("Planning Commission Staff Report") as well as all evidence received, including public testimony. WHEREAS, the City Council held a duly noticed public meeting on March 2, 2020, at which time the City Council considered the staff report dated March 2, 2020 ("City Council Staff Report") as well as all evidence received, including public testimony; and WHEREAS, the location and custodian of the documents or other materials that constitute the record of proceedings upon which this policy exception is based is the office of the City Clerk. NOW, THEREFORE, BE IT RESOLVED THAT: 1. The City Council of the City of Gilroy hereby approves re a proposed policy exception to the RDO Affordable Housing Exemption Procedure; and 2. The City Council of the City of Gilroy hereby directs staff to propose revisions to the RDO Affordable Housing Exemption Procedure to ensure compliance with state housing laws and Regional Housing Needs Allocation requirements 10.D.d Packet Pg. 156 Attachment: Resolution M 19-16 (2632 : Exception to RDO Affordable Housing Exemption (M 19-14)) RESOLUTION NO. 2020-XX PASSED AND ADOPTED BY THE CITY COUNCIL OF THE CITY OF GILROY on this 2nd day of March, 2020 by the following roll call vote: AYES: COUNCILMEMBERS: NOES: COUNCILMEMBERS: ABSENT: COUNCILMEMBERS: APPROVED: ___________________________ Roland Velasco, Mayor ATTEST: __________________________________ Shawna Freels, City Clerk 10.D.d Packet Pg. 157 Attachment: Resolution M 19-16 (2632 : Exception to RDO Affordable Housing Exemption (M 19-14)) City of Gilroy STAFF REPORT Agenda Item Title: Approval of a Housing Trust Fund Budget Amendment in the Amount of $32,800 for Fiscal Year 2019-2020 and Fiscal Year 2020-2021 and Approval of Project Sentinel's Housing Trust Fund Grant Application for Fair Housing and Tenant Landlord Services Meeting Date: March 2, 2020 From: Gabriel Gonzalez, City Administrator Department: Community Development Department Submitted By: Karen Garner Prepared By: Karen Garner Robert Carrera Strategic Plan Goals ☐ Fiscal Stability ☐ Downtown Revitalization ☐ Economic Development ☐ Neighborhood Services ☐ Enhanced Public Safety ☐ Workforce Stability ☐ Public Engagement RECOMMENDATION a) Adopt a resolution of the City Council of the City of Gilroy amending the Fiscal Year 2019-2020 and Fiscal Year 2020-2021 Housing Trust Fund budgets in the amount of $32,800 to increase the total annual allocation for two Housing Trust Fund programs to $47,000; $21,000 for fair housing services and $26,000 for tenant-landlord services. b) Approve the Housing Trust Fund grant to Project Sentinel for $47,000 to provide fair housing and tenant landlord services in Fiscal Year 2019-2020 and Fiscal Year 2020-2021. 10.E Packet Pg. 158 EXECUTIVE SUMMARY The City provides public service grants to community benefit organizations through two funds; the federal Community Development Block Grant (CDBG) and the local Housing Trust Fund (HTF). On May 6, 2019, Council approved the Fiscal Year 2020 (FY20) and Fiscal Year 2021 (FY21) budget which included $388,352 to several community benefit organizations to provide public services and housing rehabilitation services. These services help fulfill the goals and objectives of CDBG and HTF funds. At the time of adoption, $14,200 of this budgeted amount was set aside for Fair Housing and Tenant Landlord Services, although no provider was identified at that time. At the December 4, 2019 Community and Neighborhood Revitalization Committee (now the Housing and Neighborhood Revitalization Committee), the committee recommended that the City Council approve award of Fair Housing and Tenant Landlord Services to Project Sentinel. The committee also recommended that the amount of the award be increased from $14,200 to $47,000 annually based on Project Sentinel’s proposal and consistent with the amount to provide those services in previous years. These services would be funded solely with HTF funds and the fund can support the increase of $32,800. Of the $47,000, $21,000 would be allocated to Fair Housing Programs and $26,000 for Landlord-Tenant Counseling and Dispute Resolution Services. Project Sentinel will provide these important services at no -cost to low-income Gilroy residents. With the implementation of AB 1482, SB 329, and SB 222 effective January 1, 2020, Project Sentinel’s services will be even more important to help residents understand the new tenant protections afforded under these recently enacted laws. POLICY DISCUSSION Should the Council approve the Project Sentinel grant application for $47,000 to provide Fair Housing and Tenant Landlord Services in FY 2020 and 2021? Also, should the Council increase the annual allocation in the HTF from $14,200 annually to $47,000 annually in the FY 2020 and 2021 budget, for a total allocation of $94,000 among both annual budgets, for the purpose of providing grant funds for Fair Housing and Tenant-Landlord services to Gilroy clients? BACKGROUND The City of Gilroy currently provides grants to non-profits for community programs and services through two funding sources; the federal Community Development Block Grant (CDBG) and the local Housing Trust Fund (HTF) and has historically approved grants for services for two-year periods. The City of Gilroy is a CDBG recipient and administers the grant under the rules and regulations set forth by the United States Department of Housing and Urban Development (HUD). The Housing Trust Fund is a local fund that is administered based on the rules and regulations set forth by the City Council. Although 10.E Packet Pg. 159 the HTF and CDBG are separate funds, administration and timing of distribution of the funds have been similar due to the similar goals and objectives of the two funds. On May 6, 2019, the City Council approved funding allocations for combined CDBG and HTF grant distributions for Public Service and Housing Rehabilitation Projects in the FY 2020 and FY 2021 budgets. The Council’s action included allocations totaling $388,352 for HTF, CDBG (Public Services), and CDBG (Housing Rehabilitation) projects, as follows: Figure 1: Chart of City Budget Allocations to Community Benefit Organizations Available Funding Source Agency Project Housing Trust Fund CDBG Block Grant (Public Service) CDBG Block Grant (Housing Rehabilitation) The Health Trust Meals on Wheels $20,000 N/A N/A Gilroy Compassion Center Day Care for the Homeless $23,800 $16,318 N/A St. Joseph’s Family Center Homeless Prevention and Safety Net Services $50,000 N/A N/A St. Joseph’s Family Center Gilroy Street Team $35,000 N/A N/A Silicon Valley Independent Living Center Housing and Emergency Services for Persons with Disabilities $25,000 N/A N/A Catholic Charities Long Term Care Ombudsman N/A $9,624 N/A Live Oak Adult Day Services Adult Day Care Gilroy N/A $11,549 N/A Gilroy Recreation Department Swim Lessons and Youth Center N/A $38,497 N/A Rebuilding Together Silicon Valley Rebuilding Home Repair, Rehabilitation and Accessibility Modification N/A N/A $144,364 (Future Proposal) Fair Housing and Tenant- Landlord Services $14,200 N/A N/A TOTALS FOR EACH FUNDING SOURCE $168,000 $75,988 $144,364 GRAND TOTAL $388,352 When these allocations were approved, no applications had been received for Fair Housing and Tenant Landlord Services. Project Sentinel had intended to apply, but missed the deadline for submitting their proposal. The CNRC recommended, and the Council approved setting aside $14,200 annually for these services, although it was known that proposals for these services would likely be significantly more based on 10.E Packet Pg. 160 agreements in previous years. Staff also noted that a subsequent Request For Proposals (RFP) would be issued for both of these services and that a budget amendment to the HTF may be necessary. On October 25, 2019, the City issued an RFP for Fair Housing and Tenant Landlord Services. The RFP stated that the current funding allocation for both of these services was $14,200 annually, but there may be a potential to increase that funding to $47,000 annually. A total of one proposal was received for these services, submitted by Project Sentinel, who has historically provided both these services in the City of Gilroy. Project Sentinel’s application proposed providing Fair Housing Services at $21,000 annually and Landlord-Tenant Counseling and Dispute Resolution Services at $26,000 annually. The CNRC met on December 4, 2019 to review Project Sentinel’s proposal. It was suggested that the CNRC consider the request under both the approved funding amount (i.e. $14,200) and a potential amended funding (i.e. $47,000). As such, the CNRC made the following recommendations:  Approve HTF funded grant allocation recommendations to Council in the amount of $7,810 for Fair Housing services and $6,390 for Landlord-Tenant Counseling and Dispute Resolution services based for a total of $14,200.  Approve HTF funded grant allocation recommendations to Council in the amount of $21,000 for Fair Housing services and $26,000 for Landlord-Tenant Counseling and Dispute Resolution services if the City Council approves a $47,000 HTF funding allocation for these programs. ANALYSIS The budget amendment for these two services will restore the grant funding level back to its historic funding levels. From Fiscal Year 2012 to Fiscal Year 2019, the funding level for Fair Housing services has been $21,000 annually, while funding for Tenant Landlord Services during that same time period has been between $20,000 to $30,000 annually, with it being $26,000 in FY 2019. These services were all provided by Project Sentinel during that timeframe. Increasing the grant allocation to $47,000 annually will provide Project Sentinel the funds to serve more Gilroy clients for these services. In their grant application, Proje ct Sentinel projected that the grant funds at these increased levels would allow them to serve approximately 38 unduplicated Gilroy clients for Fair Housing services and 237 unduplicated Gilroy clients for Tenant Landlord services. The majority of clients benefiting from these services fall into the Low to Extremely Low spectrum of income. ALTERNATIVES 1. Amend Budget: Council may approve the Project Sentinel grant application for both services and approve a budget amendment to increase the annual allocation of HTF grants for Fair Housing and Landlord-Tenant Counseling and 10.E Packet Pg. 161 Dispute Resolution Programs by $32,800 to $47,000 annually for FY 2020 and FY 2021. This action is recommended, as it would provide needed services to support Gilroy clients. 2. Maintain Budget: Council may keep funding level for both of these services at $14,200 annually and award Project Sentinel with the HTF funded grant allocation recommendations in the amount of $7,810 for the Fair Housing Program and $6,390 for the Landlord-Tenant Counseling and Dispute Resolution Program. This would lead to a reduction in Gilroy clients served by Project Sentinel for these services. As such, this action is not recommended. 3. Reject the Bid and Budget Amendment: Council may reject both the grant application by Project Sentinel for both services and the budget amendment. This would restart the application process for these services and create a gap in services for Gilroy clients. As such, this action is not recommended. FISCAL IMPACT/FUNDING SOURCE The budget amendment would increase the annual allocation of public service grants from the Housing Trust Fund for FY 2020 and 2021 from $168,000 annually to $200,800 annually. Revenue from the Housing Trust Fund is primarily funded through the repayment of promissory notes secured by and trust deeds recorded on property titles and equity share payments from sale, or resale, of Below-Market Rate (BMR) properties. There is an adequate fund balance to absorb the additional expenditure of $32,800 and it will not negatively impact the Fund. This budget amendment will not have any impact to the General Fund. CONCLUSION For years, Project Sentinel has successfully provided these services to many low- income Gilroy residents to help protect them from housing discrimination and tenant/landlord issues. Project Sentinel provides these services at no-charge. Similar services sought from a private attorney would be cost prohibitive for most low-income residents. This grant approval and increased allocation will allow Project Sentinel to continue to provide these services to Gilroy residents at a level they have been providing for the past decade. PUBLIC OUTREACH Regarding outreach of the grant opportunities, the Housing Division released RFPs and notified nonprofits in the south county area of the available opportunities thorough an established network. The Community and Neighborhood Revitalization Committee meetings are publicly noticed with opportunities for members of the public to provide comment on recommendations for the award of funds for the various services. 10.E Packet Pg. 162 Regarding outreach on the services that Project Sentinel will provide, the City and Project Sentinel work together to market and promote their services and refer potential clients directly to Project Sentinel. Attachments: 1. CNRC Meeting Minutes (12-4-2019) 2. FY 20 and 21 Grant Application (Project Sentinel Fair Housing) 3. FY 20 and 21 Grant Application (Project Sentinel Tenant Landlord Resolution) 4. Resolution HTF Budget Amendment 10.E Packet Pg. 163 10.E.a Packet Pg. 164 Attachment: CNRC Meeting Minutes (12-4-2019) (2489 : Housing Trust Fund Budget Amendment: Fair Housing and Tenant Landlord Services) 10.E.a Packet Pg. 165 Attachment: CNRC Meeting Minutes (12-4-2019) (2489 : Housing Trust Fund Budget Amendment: Fair Housing and Tenant Landlord Services) 10.E.b Packet Pg. 166 Attachment: FY 20 and 21 Grant Application (Project Sentinel Fair Housing) (2489 : Housing Trust Fund Budget Amendment: Fair Housing and 10.E.b Packet Pg. 167 Attachment: FY 20 and 21 Grant Application (Project Sentinel Fair Housing) (2489 : Housing Trust Fund Budget Amendment: Fair Housing and 10.E.b Packet Pg. 168 Attachment: FY 20 and 21 Grant Application (Project Sentinel Fair Housing) (2489 : Housing Trust Fund Budget Amendment: Fair Housing and 10.E.b Packet Pg. 169 Attachment: FY 20 and 21 Grant Application (Project Sentinel Fair Housing) (2489 : Housing Trust Fund Budget Amendment: Fair Housing and 10.E.b Packet Pg. 170 Attachment: FY 20 and 21 Grant Application (Project Sentinel Fair Housing) (2489 : Housing Trust Fund Budget Amendment: Fair Housing and 10.E.b Packet Pg. 171 Attachment: FY 20 and 21 Grant Application (Project Sentinel Fair Housing) (2489 : Housing Trust Fund Budget Amendment: Fair Housing and 10.E.b Packet Pg. 172 Attachment: FY 20 and 21 Grant Application (Project Sentinel Fair Housing) (2489 : Housing Trust Fund Budget Amendment: Fair Housing and 10.E.b Packet Pg. 173 Attachment: FY 20 and 21 Grant Application (Project Sentinel Fair Housing) (2489 : Housing Trust Fund Budget Amendment: Fair Housing and 10.E.b Packet Pg. 174 Attachment: FY 20 and 21 Grant Application (Project Sentinel Fair Housing) (2489 : Housing Trust Fund Budget Amendment: Fair Housing and 10.E.b Packet Pg. 175 Attachment: FY 20 and 21 Grant Application (Project Sentinel Fair Housing) (2489 : Housing Trust Fund Budget Amendment: Fair Housing and 10.E.b Packet Pg. 176 Attachment: FY 20 and 21 Grant Application (Project Sentinel Fair Housing) (2489 : Housing Trust Fund Budget Amendment: Fair Housing and 10.E.b Packet Pg. 177 Attachment: FY 20 and 21 Grant Application (Project Sentinel Fair Housing) (2489 : Housing Trust Fund Budget Amendment: Fair Housing and 10.E.b Packet Pg. 178 Attachment: FY 20 and 21 Grant Application (Project Sentinel Fair Housing) (2489 : Housing Trust Fund Budget Amendment: Fair Housing and 10.E.b Packet Pg. 179 Attachment: FY 20 and 21 Grant Application (Project Sentinel Fair Housing) (2489 : Housing Trust Fund Budget Amendment: Fair Housing and 10.E.c Packet Pg. 180 Attachment: FY 20 and 21 Grant Application (Project Sentinel Tenant Landlord Resolution) (2489 : Housing Trust Fund Budget Amendment: 10.E.c Packet Pg. 181 Attachment: FY 20 and 21 Grant Application (Project Sentinel Tenant Landlord Resolution) (2489 : Housing Trust Fund Budget Amendment: 10.E.c Packet Pg. 182 Attachment: FY 20 and 21 Grant Application (Project Sentinel Tenant Landlord Resolution) (2489 : Housing Trust Fund Budget Amendment: 10.E.c Packet Pg. 183 Attachment: FY 20 and 21 Grant Application (Project Sentinel Tenant Landlord Resolution) (2489 : Housing Trust Fund Budget Amendment: 10.E.c Packet Pg. 184 Attachment: FY 20 and 21 Grant Application (Project Sentinel Tenant Landlord Resolution) (2489 : Housing Trust Fund Budget Amendment: 10.E.c Packet Pg. 185 Attachment: FY 20 and 21 Grant Application (Project Sentinel Tenant Landlord Resolution) (2489 : Housing Trust Fund Budget Amendment: 10.E.c Packet Pg. 186 Attachment: FY 20 and 21 Grant Application (Project Sentinel Tenant Landlord Resolution) (2489 : Housing Trust Fund Budget Amendment: 10.E.c Packet Pg. 187 Attachment: FY 20 and 21 Grant Application (Project Sentinel Tenant Landlord Resolution) (2489 : Housing Trust Fund Budget Amendment: 10.E.c Packet Pg. 188 Attachment: FY 20 and 21 Grant Application (Project Sentinel Tenant Landlord Resolution) (2489 : Housing Trust Fund Budget Amendment: 10.E.c Packet Pg. 189 Attachment: FY 20 and 21 Grant Application (Project Sentinel Tenant Landlord Resolution) (2489 : Housing Trust Fund Budget Amendment: 10.E.c Packet Pg. 190 Attachment: FY 20 and 21 Grant Application (Project Sentinel Tenant Landlord Resolution) (2489 : Housing Trust Fund Budget Amendment: 10.E.c Packet Pg. 191 Attachment: FY 20 and 21 Grant Application (Project Sentinel Tenant Landlord Resolution) (2489 : Housing Trust Fund Budget Amendment: 10.E.c Packet Pg. 192 Attachment: FY 20 and 21 Grant Application (Project Sentinel Tenant Landlord Resolution) (2489 : Housing Trust Fund Budget Amendment: 10.E.c Packet Pg. 193 Attachment: FY 20 and 21 Grant Application (Project Sentinel Tenant Landlord Resolution) (2489 : Housing Trust Fund Budget Amendment: RESOLUTION NO. 2020-XX RESOLUTION NO. 2020-XX A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF GILROY AMENDING THE BUDGET FOR THE CITY OF GILROY FOR FISCAL YEAR 2019-2020 AND FISCAL YEAR 2020-2021 IN THE HOUSING TRUST FUND AND APROPRIATING PROPOSED EXPENDITURE AMENDMENTS WHEREAS, the City Administrator prepared and submitted to the City Council a budget for the City of Gilroy for Fiscal Years 2019-2020 and 2020-2021, and the City Council carefully examined, considered and adopted the same on June 3, 2019; and WHEREAS, City Staff has prepared and submitted to the City Council a proposed amendment to said budget for Fiscal Year 2019-2020 and Fiscal Year 2020-2021 for the City of Gilroy in the staff report dated March 2, 2020 for the approval of Project Sentinel's FY 2020 and FY 2021 Housing Trust Fund Grant Application for Fair Housing and Tenant Landlord Services; and WHEREAS, the City Council has carefully examined and considered the same and is satisfied with said budget amendments. NOW, THEREFORE, BE IT RESOLVED THAT appropriations for both Fiscal Year 2019-2020 and 2020-2021 are each hereby increased in the Housing Trust Fund, Fund 259, by $32,800. PASSED AND ADOPTED this March 2, 2020 by the following roll call vote: AYES: COUNCILMEMBERS: NOES: COUNCILMEMBERS: ABSENT: COUNCILMEMBERS: APPROVED: ___________________________ 10.E.d Packet Pg. 194 Attachment: Resolution HTF Budget Amendment [Revision 1] (2489 : Housing Trust Fund Budget Amendment: Fair Housing and Tenant RESOLUTION NO. 2020-XX ATTEST: Roland Velasco, Mayor _________________________ Shawna Freels, City Clerk 10.E.d Packet Pg. 195 Attachment: Resolution HTF Budget Amendment [Revision 1] (2489 : Housing Trust Fund Budget Amendment: Fair Housing and Tenant City of Gilroy STAFF REPORT Agenda Item Title: Lease Agreement with Advantage Peak LLC for a City Owned Property Located at 140 5th Street, Gilroy (Willey House) Meeting Date: March 2, 2020 From: Gabriel Gonzalez, City Administrator Department: Administration Submitted By: Gabriel Gonzalez Prepared By: Shawna Freels Trevin Barber Strategic Plan Goals  Fiscal Stability  Downtown Revitalization ☐ Economic Development ☐ Neighborhood Services ☐ Enhanced Public Safety ☐ Workforce Stability ☐ Public Engagement RECOMMENDATION Approve lease agreement with Advantage Peak LLC for a City owned property located at 140 5th Street, Gilroy (Willey House). BACKGROUND History of Center The Willey Cultural Center (the Center) borrows its name from Judge Howard Willey, one of the city’s earliest justices of the peace. The home was originally built in 1857 for James K. Rule, who worked as a pastor next door at the Gilroy Christian Church. When he purchased the home from Rule’s daughter in 1893, Willey added bay windows and other improvements so his daughters could hold music recitals. The property changed hands several times over the years until the city purchased it in 1988. Since then, the 10.F Packet Pg. 196 City has used the Center to host (a) city-led meetings (i.e. developer’s roundtable, city commission retreats, and South County Youth Task Force), (b) an election polling station, and (c) other small, private events. Description of Center The Willey Cultural Center’s address is 140 5th St, Gilroy, CA 95020. The property consists of 2,187 rentable square foot. It is a Folk Victorian/Classic Revival, two -story, wood-frame, building that was constructed circa 1857, has been periodically maintained over the ensuring years, and is in average condition. T he building is situated on a land parcel of approximately .26 acres or 11,347 square feet. The inside of the facility is relatively small with a maximum dinning occupancy of 30 and assembly occupancy of 49. The house is set with multiple rooms which present an opportunity to utilize the house as a permanent commercial office space. The City has operated the facility as a community center that can be rented hourly for special events. ANALYSIS The City was presented with an offer from Advantage Peak LLC to rent the Center and use it as their principal place of business on a long-term basis. Under the proposed lease terms Advantage Peak LLC would also be allowed to rent the space to individuals or organizations for special events. Proposed Lease Agreement Terms The proposed lease agreement stipulates the terms and conditions of the agreement. In summary, the agreement would have a term of five years beginning March 1, 2020. The monthly base rent would be $3,000 and commencing in year two and each year through year five a CPI adjustment of three percent 3% will be added to the monthly rent. The lease agreement has three options to extend, each of two years. Per the City’s independent appraisal of the property the market rent for the property is concluded a t $1.40 per square foot per month on a triple net basis. The proposed monthly rent of $3,000 is almost equal to the appraised market rent of $3,061.80 (2,187 sq.ft. X $1.40 = $3,061.80). Potential Benefits The proposed lease agreement would provide an additional $36,000 per year in gross revenue. Further, leasing to a single tenant reduces the overhead and labor task associated with managing a revolving door of occupants at the Center. Although the value of that reduction has not been precisely calculated, staff estimates a savings of approximately $9,600 a year. In sum, the total net benefit to the City could be $45,600 in value equivalent terms. 10.F Packet Pg. 197 Pivoting from a special event space to a single tenant lease could add value to both the City and the community. The City would receive a more stable revenue source while the business community may receive an additional rent-space to utilize for meetings. ALTERNATIVES 1. Approve the Proposed Lease: The proposed lease agreement is attached for review and approval. If approved it would be executed per Council’s direction. Staff recommends this option because it would bring needed financial stability to the City and provide room for another business to operate in Gilroy. 2. Deny the Proposed Lease: Staff does not recommend this option because it would limit revues to the City and deny a business an opportunity to operate in the City of Gilroy FISCAL IMPACT/FUNDING SOURCE The proposed lease agreement would provide an additional $36,000 per year in gross revenue to the General Fund. Attachments: 1. Lease Agreement with Advantage Peak LLC 10.F Packet Pg. 198 10.F.a Packet Pg. 199 Attachment: Lease Agreement with Advantage Peak LLC (2669 : Lease Agreement for the Wiley House) 10.F.a Packet Pg. 200 Attachment: Lease Agreement with Advantage Peak LLC (2669 : Lease Agreement for the Wiley House) 10.F.a Packet Pg. 201 Attachment: Lease Agreement with Advantage Peak LLC (2669 : Lease Agreement for the Wiley House) 10.F.a Packet Pg. 202 Attachment: Lease Agreement with Advantage Peak LLC (2669 : Lease Agreement for the Wiley House) 10.F.a Packet Pg. 203 Attachment: Lease Agreement with Advantage Peak LLC (2669 : Lease Agreement for the Wiley House) 10.F.a Packet Pg. 204 Attachment: Lease Agreement with Advantage Peak LLC (2669 : Lease Agreement for the Wiley House) 10.F.a Packet Pg. 205 Attachment: Lease Agreement with Advantage Peak LLC (2669 : Lease Agreement for the Wiley House) 10.F.a Packet Pg. 206 Attachment: Lease Agreement with Advantage Peak LLC (2669 : Lease Agreement for the Wiley House) 10.F.a Packet Pg. 207 Attachment: Lease Agreement with Advantage Peak LLC (2669 : Lease Agreement for the Wiley House) 10.F.a Packet Pg. 208 Attachment: Lease Agreement with Advantage Peak LLC (2669 : Lease Agreement for the Wiley House) 10.F.a Packet Pg. 209 Attachment: Lease Agreement with Advantage Peak LLC (2669 : Lease Agreement for the Wiley House) 10.F.a Packet Pg. 210 Attachment: Lease Agreement with Advantage Peak LLC (2669 : Lease Agreement for the Wiley House) 10.F.a Packet Pg. 211 Attachment: Lease Agreement with Advantage Peak LLC (2669 : Lease Agreement for the Wiley House) 10.F.a Packet Pg. 212 Attachment: Lease Agreement with Advantage Peak LLC (2669 : Lease Agreement for the Wiley House) 10.F.a Packet Pg. 213 Attachment: Lease Agreement with Advantage Peak LLC (2669 : Lease Agreement for the Wiley House) 10.F.a Packet Pg. 214 Attachment: Lease Agreement with Advantage Peak LLC (2669 : Lease Agreement for the Wiley House) 10.F.a Packet Pg. 215 Attachment: Lease Agreement with Advantage Peak LLC (2669 : Lease Agreement for the Wiley House) 10.F.a Packet Pg. 216 Attachment: Lease Agreement with Advantage Peak LLC (2669 : Lease Agreement for the Wiley House) City of Gilroy STAFF REPORT Agenda Item Title: Approval of a California Public Utility Commission Mandated Rule 20A Utility Undergrounding District along Monterey Road from South of Eighth Street to Tenth Street Meeting Date: March 2, 2020 From: Gabriel Gonzalez, City Administrator Department: Public Works Department Submitted By: Girum Awoke Prepared By: Girum Awoke Gary Heap Strategic Plan Goals ☐ Fiscal Stability ☐ Downtown Revitalization ☐ Economic Development ☐ Neighborhood Services  Enhanced Public Safety ☐ Workforce Stability ☐ Public Engagement RECOMMENDATION Adopt a resolution of the City Council of the City of Gilroy approving a utility undergrounding district along Monterey Road from South of Eighth Street to Tenth Street. BACKGROUND In 1967, the California Public Utility Commission (CPUC) established tariff rules (now commonly referred to as the Rule 20A) for a Utility Undergrounding Program. This statewide program was created to eliminate the concentration of overhead electric and telecommunication lines and wooden utility poles along major arterial streets, public areas of scenic value, and the downtown or civic center core. 10.G Packet Pg. 217 Rule 20A allows cities and counties to receive an annual allocation of monetary credits that are allowed to accumulate for the eventual expenditure and benefit of undergrounding unattractive overhead wires in their community. The program is financed by the rate payers under the Public Purpose Program. The citywide priorities for utility undergrounding through the Rule 20A program should be based on a regular review and update of a long term master plan. When a city’s Rule 20A balance is adequate enough to finance the cost of a utility undergrounding project, the City Council elects to establish an undergrounding district and create a capital improvement project. When a city elects to move forward with the planning, design, and construction of a Rule 20A project, the total projected cost of eligible soft and hard costs will eventually be deducted from an agency’s Rule 20A balance. One of the beneficial features of the Rule 20A program is that it allows an agency to obtain an advance, up to five years, from their annual allocation and to acquire additional Rule 20A funds from another agency. The provision to utilize future allocations allows a high priority project to strategically move forward into construction where present value dollars will provide more value than deferring for a future and costlier construction project. Additionally, with the heavy volume of private development construction activities in the Bay Area, another consideration is the possibility of combining Rule 20A funds with a private development’s requirement to underground overhead lines within their development project through the use of the Rule 20B program. ANALYSIS The City of Gilroy currently has approximately $3,268,000 in Rule 20A credits. PG&E allocates Rule 20A Work Credits to communities to convert overhead electric infrastructure to underground infrastructure. Once a community has identified a project that is in the public interest and passed a municipal resolution forming an underground district, the community can initiate the project with the utility. To fund the project, a community may utilize its accrued annual Rule 20A Work Credits plus borrow forward future Work Credits for a maximum of five years from the utility. When communities do not utilize their available credits, a portion of their credits may be re-assigned to other communities that are ready and able to use those credits for undergrounding projects. Based on CPUC Resolution E-4971, communities can become active (and avoid transferring their Rule 20A Work Credits) by forming an undergrounding district. The CPUC considers any community to be active and not subject to reallocation if it satisfies any of the following criteria: 1. Formally adopts an undergrounding district ordinance which expires at completion of work within the district boundaries; or 2. Has started or completed construction of an undergrounding conversion project within the last 8 years, defined as 2011 or later; or 10.G Packet Pg. 218 3. Has received Rule 20A allocations from the utility for only 5 years or fewer due to recent incorporation. RECOMMENDATION Staff recommends the City Council adopt a resolution designating a utility undergrounding district as shown in the attached exhibit, thereby avoiding reallocation of any Rule 20A credits. ALTERNATIVES Council may elect not to adopt this resolution, however, this alternative is NOT RECOMMENDED for the following reasons:  This will result in the potential reassignment of Rule 20A credits  This will result in potential delay if and when the City is ready to implement an undergrounding project in the downtown core area FISCAL IMPACT/FUNDING SOURCE Adoption of this resolution will not result in any financial impacts. However, the City may have to allocate funds in the future for a utility undergrounding project that will include ancillary improvements not paid for by PG&E and/or the other utilities such as street scape, landscaping, sidewalk reconstruction and other downtown beautification efforts. Attachments: 1. Resolution PG&E Undergrounding 2. UG UTILITY DISTRICT MAP rev 1 10.G Packet Pg. 219 RESOLUTION NO. 2020-XX A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF GILROY CREATING A UTILITY UNDERGROUNDING DISTRICT ALONG MONTEREY ROAD FROM SOUTH OF EIGHTH STREET TO TENTH STREET WHEREAS, the California Public Utilities Commission (CPUC) has authorized electric and telecommunication utilities to convert overhead utility lines and facilities to underground pursuant to Electric Rule 20 and Telecommunication Rule 32, and WHEREAS, pursuant to certain criteria, CPUC rules allow participating cities and counties to establish legislation authorizing the creation of underground utility districts within which existing overhead electric distribution and telecommunication distribution and service facilities will be converted to underground, and WHEREAS, the City of Gilroy, has adopted an ordinance authorizing the City Council to designate areas within which all existing overhead poles, overhead wires and overhead equipment associated with the distribution of electric power, telecommunication services and cable television should be removed and replaced with underground wires and facilities; and WHEREAS, each year the City of Gilroy is notified by PG&E regarding the allocation of work credits for conversion of overhead electric distribution lines and facilities to underground, known as Rule 20A allocations, and WHEREAS, the Director of Public Works for City of Gilroy has consulted with PG&E and determined that the City has accumulated Rule 20A work credits or PG&E has agreed that the City may borrow against future credits sufficient to complete a future overhead to underground conversion project, and WHEREAS, the City of Gilroy and the affected utilities will agree that each utility shall complete the engineering of their respective portion of the Overhead to Underground Utility Conversion in the Monterey Road Undergrounding district, and WHEREAS, the City Council of the City of Gilroy has now received the report from the Director of Public Works recommending that the area identified in Exhibit 1 should be designated as an underground utility district within which all existing overhead poles, overhead wires and overhead equipment associated with the distribution of electric power, telecommunication services and cable television should be removed and replaced with underground wires and facilities; and 10.G.a Packet Pg. 220 Attachment: Resolution PG&E Undergrounding [Revision 2] (2634 : PGE Rule 20A Undergrounding Project District Adoption Resolution) NOW, THEREFORE, BE IT RESOLVED, by the City Council of the City of Gilroy that: Section 1. The public interest requires the removal of all existing utility poles [excepting those poles supporting streetlights or traffic signals], overhead wires and associated overhead structures and installation of underground wires and facilities for supplying electric power, communication, or similar associated services within the areas as shown in Exhibit 1, attached hereto, with such area being designated as the Monterey Road Underground Utility District, and Section 2, That the utility companies, cable television services and other affected services shall commence work on installation of underground facility installation in Monterey Road Underground Utility District and that as each phase of undergrounding is complete and ready for conversion from overhead to underground utility facilities, all fronting property owners shall be notified of the schedule for conversion of all utility service lines, and Section 3, The electric utility shall use the underground conversion allocation computed pursuant to decisions of the California Public Utilities Commission for the purpose of providing to each premises requiring it in Monterey Road Underground Utility District a maximum of one hundred feet of individual electric service trenching and conductor (as well as backfill, paving and conduit, if required) and each other serving utility shall provide service trenching and conductor in accordance with its rules and tariffs on file with the California Public Utilities Commission or as required by its Franchise Agreement with the City of Gilroy, and Section 4. The electric utility shall use said underground conversion allowance allocation, up to a maximum amount of $1,500 per service entrance excluding permit fees, for the conversion of electric service panels to accept underground service in the Monterey Road Underground Utility District, and Section 5. That upon notification as specified in Section 2, all property owners in Monterey Road Underground Utility District shall have each property served from such electric overhead facilities shall have installed in accordance with PG&E’s rules for underground service, all electrical facility changes on the premises necessary to receive service from the underground facilities of PG&E as soon as it is available; and underground electrical entrance facilities installed and inspected pursuant to the City of Gilroy Electrical Code within sixty (60) days and that should any property owner fail to install satisfactory underground electrical entrance facilities by the date specified in the notice, the electric utility shall notify the Director of Public Works who shall, within thirty (30) days direct the electric utility in writing to discontinue electrical service to the property, without recourse, pursuant to Rule 11 until electrical entrance facilities are ready to accept underground electrical conductors and have passed the necessary inspection requirements, and 10.G.a Packet Pg. 221 Attachment: Resolution PG&E Undergrounding [Revision 2] (2634 : PGE Rule 20A Undergrounding Project District Adoption Resolution) Section 6. That once all services have been converted from overhead to underground, the utility companies, cable television services and other affected services shall remove all poles (except as specified above) and associated overhead facilities in Monterey Road Underground Utility District, and PG&E is authorized to discontinue its overhead electric service upon completion of the underground distribution system. PASSED AND ADOPTED this 2nd day of March, 2020 by the following roll call vote: AYES: COUNCILMEMBERS: NOES: COUNCILMEMBERS: ABSENT: COUNCILMEMBERS: APPROVED: ________________________ ATTEST: Roland Velasco, Mayor _________________________ Shawna Freels, City Clerk 10.G.a Packet Pg. 222 Attachment: Resolution PG&E Undergrounding [Revision 2] (2634 : PGE Rule 20A Undergrounding Project District Adoption Resolution) City of Gilroy 6,803 City of Gilroy, GIS Services 1,133.8 1:NAD_1983_StatePlane_California_III_FIPS_0403_Feet 566.90 Feet1,133.80 10.G.b Packet Pg. 223 Attachment: UG UTILITY DISTRICT MAP rev 1 (2634 : PGE Rule 20A Undergrounding Project District Adoption Resolution)