Loading...
HomeMy WebLinkAbout1998-02-17 City CouncilCity of Palo Alto City Manager’s Report 8 TO: FROM: HONO~LE CITY COUNCIL CITY MANAGER DEPARTMENT: FIRE PUBLIC WORKS CMR: 100:98 DATE:FEBRUARY 17, 1998 SUBJECT:REQUEST FOR APPROVAL OF AGREEMENT FOR JOINT PURCHASE RESERVE AERIAL LADDER TRUCK APPARATUS WITH THE CITY OF MOUNTAIN VIEW AND BUDGET AMENDENT ORDINANCE REPORT IN BRIEF This report requests Council approval to purchase a reserve aerial ladder truck as a joint purchase with the City of Mountain View. The cost of the apparatus will be $520,000, of which $260,000 will be reimbursed by the City of Mountain View, and 25 percent of Palo Alto’s share, or $65,000, will be reimbursed by Stanford University. A Budget Amendment Ordinance (BAO) is requested for the full amount, with the City’s net share of $195,000 to be funded from retained earnings in the Vehicle Replacement Fund. Approval of an agreement between P alo Alto and Mountain View for joint purchase of the truck is also requested. This agreement provides for sharing of maintenance costs, possession of the truck and procedures for termination of the agreement. CMR 100:98 Page 1 of 6 RECOMMENDATION Staff recommends that Council approve the purchase of a second aerial ladder truck, which will be a joint purchase with the City of Mountain View, for use as a reserve aerial ladder truck for both jurisdictions. The following actions are required: - Approval of a BAO appropriating $520,000 for the purchase of a second aerial ladder truck, with a net reduction of $195,000 in retained earnings from the Vehicle Replacement Fund for the City’s share of the cost. - Approval of an agreement for joint-purchase between the City of Palo Alto and the City of Mountain View of an aerial ladder truck. BACKGROUND The Fire Department currently staffs one aerial ladder truckas a first-line apparatus. This unit is a 1984 Grumman aerial ladder truck. In recent years, this unit has been out of service on many occasions due to serious mechanical problems. The unit is not cost effective to maintain and has been scheduled for replacement as part of the 1997/98 vehicle replacement program at an estimated cost of $800,000. The reserve aerial ladder truck is a 1975 Seagrave. By virtue of its age, parts are increasingly difficult to find; it has also become costly to maintain. Replacement funding for the reserve truck was deleted from the budget approximately five years ago as a budget reduction measure. There are currently no funds set aside for the replacement of the reserve aerial truck. Because the reserve truck is used infrequently~ staff identified an opportunity to address an operational need and to save costs through a joint purchase of a reserve aerial ladder truck with the City of Mountain View, which is also replacing a reserve ladder truck. DISCUSSION For the past six months, staff from the Fire Department, and Fleet Services in both Palo Alto and Mountain View have been meeting together to develop a joint specification that would meet the needs of both jurisdictions. In September, staff from both cities agreed upon a specification developed by the City of San Jose for a 75-foot aerial truck with tank and pump, known as a "quint." The City of San Jose, through competitive bidding in February 1996, awarded the specification to the Simon LTI Corporation of Ephrata, Pennsylvania. The opportunity exists to utilize the San Jose specifications, with minor changes made to address special needs in Palo Alto and Mountain View, and to secure the San Jose bid price. The total cost to purchase an aerial ladder truck will be approximately $520,000. Palo Alto’s share for the reserve unit will be 50 percent of these costs, or approximately $260,000. for the vehicle and $10,000 for radios and equipment, resulting in a total cost to Palo Alto CMR 100:98 Page 2 of 6 of approximately $270,000. The unit specified will not only Provide aerial ladder capability, it also has a pump and hose, similar to an engine company, thus providing increased water delivery capability on the fire ground. This unit will be able to perform as either an engine or a truck, depending on the dictates of the incident. Staffmg will remain at three personnel, just as it is with the current aerial ladder truck. Staff from both cities have developed a use agreement that covers the purchase of the vehicle and ongoing maintenance and operational issues (see Attachment 1). The objectives of this agreement are to raise the efficiency of the parties’ respective to maintaining truck company capabilities at emergency incidents by providing adequate equipment to perform such tasks to reduce overall costs through joint purchase and use of equipment, and shared maintenance costs. This document contemplates that the two Fire Chiefs or their designated alternates, will establish protocols which will address various operational issues that may arise during the term of the agreement. It also establishes a formula for Mountain View to pay 50 percent of the maintenance costs for the vehicle, which will be maintained by the City of Palo Alto. Costs incurred as a result of accidents will be the responsibility of the City whose personnel were operating the vehicle at the time of the incident if that City was at fault in any way; otherwise repair costs are shared equally between Palo Alto and Mountain View if damage was not the fault of either party. The reserve aerial ladder truck will be housed at a fire station in the City of Mountain View. This will allow Mountain View firefighters an opportunity to train and become proficient using the truck. Since Palo Alto will have an identical unit in first-line service, training and familiarization with the unit for Palo Alto ¯ firefighters will be by virtue of training and working on the unit on a daily basis. The agreement provides for a buy-out clause, should either city wish to terminate the agreement early for any reason. ALTERNATIVES Because of the age and maintenance concerns of the current Palo Alto reserve aerial ladder truck, and the unreliability of the first-line aerial truck, it is not feasible to keep either in service for much longer. Palo Alto could proceed with replacing both units without utilizing the joint-purchase concept with Mountain View, but the cost would be much higher, approximately $1,000,000. This amount would substantially exceed the amount established in the Vehicle Replacement Fund for the replacement of Palo Alto fire apparatus. If Palo Alto decides to replace only the first-line aerial ladder truck, and no consideration is given to a reserve unit, it is most likely the City will be without a reserve unit and totally dependent upon mutual aid should the first-line truck go out of service for maintenance: Depending on the type of maintenance required, it is not uncommon to have a truck out of service for an extended period of time (i.e., several days to several weeks due to the special CMR 100:98 Page 3 of 6 nature of parts or availability of contract vendors to perform the repairs). RESOURCE IMPACT The original replacement cost for the aerial ladder was $800,000. This amount was based upon the estimated replacement cost associated with a larger apparatus than is currently being recommended, and projected manufacturing costs for apparatus built in FY 97-98. However, through an evaluation of actual use of the existing aerial apparatus, staff determined that a 75 foot aerial ladder, instead of a 100 foot aerial ladder, would be sufficient. The cost savings for downsizing the apparatus made it possible to realize not only the purchase of a first-line aerial apparatus, but to also explore the concept of a joint- purchase reserve unit, while keeping within the original $800,000 replacement cost estimated. This recommendation will reduce the net purchase cost to Palo Alto from $800,000 (estimated cost to replace one unit) to the cost of replacing a first-line unit ($520,000), plus Palo Alto’s share of a joint-purchase reserve unit ($195,000). The City of Mountain View has agreed to jointly purchase one of the aerial ladder units and will contribute approximately $260,000 for that unit. In addition, the City’s contract with Stanford University for fire and communications services provides for Stanford to reimburse 25 percent of the City’s cost of purchasing fire vehicles. Stanford would reimburse $195,000 for the two aerial ladder trucks; $130,000 for the first unit and $65,000 for the second reserve (joint-purchase) unit. Maintenance costs for the first-line unit will be borne by the City of Palo Alto, which is the current practice for the first-line truck. Maintenance and repairs for the joint purchase unit will be provided by the City of Palo Alto. The City of Mountain View will pay 50 percent of the maintenance charges, which will be billed on a monthly basis. Palo Alto currently pays 100 percent of the repair and maintenance costs for the reserve truck. The agreement will not only result in a cost saving of 50 percent, it should also result in lower overall maintenance costs due to the newness of the unit. Future budget implications will include Palo Alto’s share (50 percent) of maintenance costs and small tools and equipment purchases required to outfit the reserve unit. Should major repairs be necessary for which the City of Palo Alto is responsible (damage occurring for which Palo Alto is at fault), Palo Alto will be contractually committed to the financial obligation for those repairs (unless the repair cost exceeds salvage value). If the repair costs exceed the amount of money in the Fire Department vehicle allocation fund, it may be necessary to seek approval for additional funding from the City Council. At the completion of the term of this Agreement, or in the event of a buy-out by the City of Mountain View, there is no insurance source or funding established, through the existing Vehicle CMR 100:98 Page 4 of 6 Replacement Fund, or otherwise, for the purchase of a replacement reserve unit. This is consistent with the current status of the Vehicle Replacement Fund for replacing the reserve aerial truck. At the appropriate vehicle replacement time, the existing first-line unit will be rotated to reserve status in conjunction with the purchase of a new first-line unit. The reserve aerial ladder truck is maintained only as long as it is financial responsible to do so. When maintenance costs become prohibitive, the unit is disposed of.through established policies for disposition of City vehicles. If the Agreement Continues through to maturity (15 years), both parties will meet to discuss the options available at that time (buy out by one party, extension of the existing Agreement; or liquidation of the unit and dividing of funds obtains from the sale of the unit). The funds for the purchase of the first (Palo Alto) unit have already been encumbered in the amount of $495,720 from the available FY 97/98 budget appropriations, and outfitting costs will be required when theunit is delivered. The FY 97/98 approved vehicle replacement schedule included this first unit at an estimated cost of $800,000. For various reasons (see related CMR 136:98 on the Status of the Vehicle Replacement Fund), there are not sufficient funds remaining in the adopted FY 97-98Vehicle Replacement budget to purchase the second aerial ladder unit. In order to complete the joint purchase of the second (reserve) unit, adoption of a BAO will be required. The proposed ordinance appropriates funds for the full cost of the second unit in the amount of $520,000, with a 50 percent reimbursement from Mountain View ($260,000), and Stanford’s reimbursement of 25 percent of Palo Alto’s share ($65,000). The net impact on the retained earnings in the Vehicle Replacement Fund will be $195,000. In order to enable the completion of this agreement for joint purchase of the reserve unit, an appropriation will be required to provide for the Mountain View share ($260,000) and the Palo Alto share ($260,000) for a total of $520,000. POLICY IMPLICATIONS Traditionally, a city has exclusive ownership of the vehicles operated by the city and is able to establish policies for purchase, use, maintenance, and disposition of those vehicles without legal commitment to or consulting with another entity. This Agreement provides for joint ownership and use of the vehicle, and establishes procedures for equipping, maintaining, insuring, and disposing of the unit upon termination of the Agreement. Decisions made regarding the joint reserve aerial ladder truck will required input and consent from both jurisdictions. CMR 100:98 Page 5 of 6 ENVIRONMENTAL REVIEW This project is categorically exempt from the provisions of the California Environmental Quality Act (CEQA), under Section 15061 (b)(3) of the CEQA guidelines. ATTACHMENT Attachment 1: Attachment 2: PREPARED BY: REVIEWED BY: Budget Amendment Ordinance Agreement For Joint Purchase Track Between the City of Palo Alto and the City of Mountain View. Judith A. Jewell, Deputy Fire Chief Glenn Roberts, Director of Public Works DEPARTMENT HEAD REVIEW: RUBEN Fire CITY MANAGER APPROVAL: CMR 100:98 Page 6 of 6 ATTACHMENT 1 ORDINANCE NO. ORDINANCE OF THE COUNCIL OF THE CITY OF PALO ALTO AMENDING THE BUDGET FOR THE FISCAL YEAR 1997-98 TO PROVIDE AN ADDITIONAL APPROPRIATION TO FUND THE PURCHASE OF A RESERVE AERIAL LADDER TRUCK APPARATUS WITHIN THE VEHICLE REPLACEMENT AND MAINTENANCE INTERNAL SERVICE FUND AND TO REDUCE THE FUND RESERVES BY $195,000 WHEREAS, pursuant to the provisions of Section 12 of Article III of the Charter of the City of Palo Alto, the Council on June 23, 1997 did adopt a budget for fiscal year 1997-98; and WHEREAS, the City provides fire services to its businesses and residents; and WHEREAS, the City has an agreement for Fire Services within Stanford University whereby Stanford agrees to reimburse the City twenty-five percent of the cost. of fire vehicles purchased and placed in service; and WHEREAS, through a joint purchase with the City of Mountain View, the City can have available a reserve aerial ladder truck; and WHEREAS, the City can fund the reserve unit with available retained earnings in the Vehicle and Maintenance Internal Service Fund; and WHEREAS, there is insufficient funding in the adopted 1997-98 budget to purchase the reserve aerial ladder truck; and WHEREAS, the City Council authorization is needed to amend the 1997-98 budget as hereinafter set forth. NOW, THEREFORE, the Council of the City of Palo Alto does ORDAIN as follows: SECTION i. The sum of five hundred twenty thousand dollars ($520,000) is hereby appropriated to non-salary expenses in the Functional Area Vehicle Replacement and Additions in the Vehicle Replacement and Maintenance Internal Service Fund. SECTION 2. Revenue from other Agencies in the Functional Area Vehicle Replacement and Additions is increased by the sum of two hundred sixty thousand dollars ($260,000) . SECTION 3. Revenue from Stanford Fire Vehicle Reimbursement in the. Functional Area Vehicle Replacement and Additions is increased by the sum of sixty five thousand dollars ($65,000). SECTION 4. This transaction will reduce the retained earnings within the Fund from $5,389,958 to $5,194,958. SECTION 5. As specified in Section 2.28.080(a) of the Palo Alto Municipal Code, a two-thirds vote of the City Council is required to adopt this ordinance. SECTION 6. This project has been determined to be categorically exempt under Section 15302 of the California Environmental Quality Act. SECTION 7. As provided in Secbion 2.04.350 of the Palo Alto Municipal Code, this ordinance shall become effective upon adoption. INTRODUCED AND PASSED: AYES: NOES: ABSTENTIONS: ABSENT: ATTEST:APPROVED: City Clerk Mayor APPROVED AS TO FORM: City Manager Senior Asst. City Attorney Acting Director, Administrative Services Department Fire Chief Director of Public Works ATTACHMENT 2 AGREEMENT BETWEEN THE CITY OF PALO ALTO AND THE CITY OF MOUNTAIN VIEW FOR JOINT PURCHASE AND USE OF AERIAL LADDER FIRE TRUCK This agreement is made and entered into on February __, 1998, by ~nd between the CITY OF PALO ALTO (Palo Alto) and the CITY OF MOUNTAIN VIEW (Mountain View). RECITALS: WHEREAS, Palo Alto and Mountain View each require an aerial ladder fire truck for use as a reserve apparatus; and, WHEREAS, the opportunity exists to conduct a sole source purchase of an aerial ladder fire truck for $520,000 that meets the requirements of both cities; and, WHEREAS, Palo Alto and Mountain View have determined that the joint purchase and use of the fire truck will result in a financial savings and will improve fire protection services to each city; and, WHEREAS, Palo Alto and Mountain View are each empowered and authorized to purchase the truck and to do all of the other things authorized and agreed to under this agreement; NOW, THEREFORE, the parties hereto agree as follows: ARTICLE I Purpose and Objectives i. Purpose. The parties shall participate jointly in the manner and to the extent hereinafter specified, in the purchase, maintenance, operation and use of an aerial ladder fire truck. The specific purpose for the truck is to provide an emergency response apparatus, jointly owned, operated, and maintained. The truck will serve in the capacity of a reserve ~vehicle (not first-line) for each agency. It will be placed into first-line service only when the agency’s first-line truck is out of service due to such events as routine maintenance, mechanical failures, extended repairs, etc. 2. Objectives. The objectives of this agreement are to raise the efficiency of each pa.rty with respect to maintaining fire truck company capabilities at emergency incidents by providing adequate equipment to perform such tasks; to reduce overall costs through joint purchase and use of equipment and shared maintenance costs. 980210 syn 0043295 ARTICLE II Commencement and Termination of Agreement I. Effective Date and Termination Date. This agreement shall become effective on the date first hereinabove written, which date shall be the date on which the last party (either Palo Alto or Mountain View) signed the agreement. This agreement shall terminate fifteen (15) years following the effective date of this agreement, unless sooner terminated by withdrawal of either Palo Alto or Mountain View, as provided in Section 2 and 3 of this article. 2. Withdrawal from the Aqreement. Either party may withdraw from this agreement by resolution of its governing body and upon not less than one year’s written notice to the other party that the option to withdraw from this agreement is being exercised. 3. Failure to Appropriate Maintenance Funds. In the event the governing body of either party declines to appropriate the funds required by this agreement to be paid for the continued maintenance, supplemental equipment, and operation of the truck, such action shall constitute an election by that party to withdraw from this agreement and shall require that party to give the other party the one year’s written notice of the election to withdraw from this agreement. 4. Force Majeure. No party hereto shall be liable for any failure to perform as required by this agreement, or any amendment hereto to the extent such failure to perform is caused by any reason beyond the control of such party, or by reason of any of the following occurrences: strikes, labor disturbances or labor disputes of any character, failure of any governmental approval required for full performance, riots, civil disorders or commotions, war acts of aggression, floods, earthquakes, acts of God, or similar occurrences; provided that such party shall exercise its best efforts to provide the best possible alternative performance and to prevent the foregoing occurrences from obstructing full performance. Such occurrences shall not cause the termination of this agreement and shall not affect this agreement except as provided in this paragraph. 5. Reimbursement Upon Early~ Termination. If either party to this agreement withdraws from the agreement, that party shall not be entitled to reimbursement of any funds previously paid pursuant to this agreement. Further, in the event of early withdrawal, any’ moneys owing and unpaid shall be paid by such party. 6. Disposition of Assets. Upon termination of or withdrawal from this agreement, the fire truck, all equipment therefor, and all personal property acquired with, or traceable to, money provided by the parties hereto shall be liquidated and the proceeds distributed equally between the parties. At any time during the duration of this agreement, either party.may choose to 980210 syn 0043295 2 purchase the other party’s share of the truck and any equipment utilized and functionally necessary to the truck; the purchase price shall be established by professional appraisal. , ARTICLE III Administration of Aqreement I. Decision Making Authority. This agreement memorializes the joint effort of the parties to carry out the purposes and objectives set forth herein; and no Separate entity shall be created hereby, nor shall there be created a board of directors. Decisions concerning the equipping, use and maintenance of the apparatus shall be made by consensus of the City Managers of Palo Alto and Mountain View upon the advice of their respective Fire Chiefs and pertinent staff. 2. General Administration and Operation. Palo Alto shall be the general administrator for the purchase, use and maintenance of the fire truck and supplemental equipment. In connection therewith, Palo Alto shall: a. Maintain records of all revenues and expenditures incurred in connection with the purchase, maintenance, and operation of the fire truck and supplemental equipment in auditable form and available to Mountain View upon request. b. Act as depository of any and all monies received from any source for the implementation of this agreement. In this regard, the Director of Administrative Services of Palo Alto shall be responsible upon an official bond for the safekeeping and disbursement of all said monies, provided, that Palo Alto may self- insure for this liability. 3. Accountinq. Each party shall be strictly accountable for all funds received by it and shall maintain adequate records of all receipts and disbursements pursuant to this agreement. In addition thereto, each party shall maintain such additional records relating to the establishment, ownership, maintenance, operation, and use of the truck and equipment thereof, as is appropriate. Each party shall have the right, at any reasonable time, to inspect and examine the books and other records of each other party insofar as they relate to the fire truck. The parties agree that accounts maintained pursuant to the agreement shall not accrue interest. 5. Limitation of Financial Obliqation. No party shall have the power or the authority to incur any obligation pursuant to this agreement in excess of the amount apportioned therefore by the budget or otherwise specifically authorized by the Parties. 9~0210 syn 0043295 3 ARTICLE IV Purchase, Maintenance and Use of Reserve Aerial Fire Truck i. Purchase. Palo Alto and Mountain view shall each contribute one-half toward the cost of acquiring one reserve aerial fire truck as described as follows: One Simon-LTI quint aerial ladder truck with a 75 foot rear-mounted aerial ladder, having the pumping capacity of 1500 gallons per minute and equipped with on board generator as well as a two-stage fire pump and 103 feet of ground ladders. The contribution of each party for the initial purchase of the truck shall not exceed $260,000. Mountain View shall pay its share of the purchase price to Palo Alto within thirty (30) days after receiving and approving a billing statement from Palo Alto, which shall issue upon execution of the purchase agreement for the truck. 2. Ownership. The .truck shall be jointly owned and registered in the name of Palo Alto and Mountain View, and each city shall take title in equal shares. 3. Maintenance of Equipment. Palo Alto shall perform all maintenance for the fire truck. Mountain View shall pay 50 percent of the maintenance costs for the fire truck, in quarterly payments within ~thirty (30) days of ~receiving and~ approving a quarterly billing statement submitted by Palo Alto. 4. Repairs. Palo Alto shall perform all repairs for the truck.~ Mountain View shall pay 50 percent of the costs of any repairs for the fire truck within thirty (30) days of receiving and approving a billing statement submitted by Palo Alto. In the case of an accident resulting in damage to the fire truck or its equipment, the party in possession of the truck when the accident occurred shall be financially responsible for repair to the truck or equipment caused bY the fault of the party in possession at the time of the achident. That party in possession shall be entitled to recover damages caused by the other party to this agreement or by persons not party to this agreement whose fault caused or contributed to the need for repairs. If the truck or any of its equipment is destroyed or damaged for reasons not attributable in whole or in part to the fault of either party to this agreement, then the parties agree to share equally the financial responsibility to repair the truck or equipment as well as the costs (including attorney fees and other litigation expenses) incurred by Palo Alto in recovering damages from any person whose fault contributed to the damage. In the event that the cost to repair the truck equals or exceeds the salvage value of the truck, as established by professional appraisal, the parties will salvage the truck rather than effectuate the repairs and will divide the proceeds equally. 980210 syn 0043295 4 5. Property Damage.....and Liability Insurance. Either party may maintain property damage and/or liability insurance on its interest in the truck and~equipment. ARTICLE V I. Present Equipment. Palo Alto and Mountain View will provide supplemental equipment for the truck that is presently in their respective inventories, consisting of various tools and rescue equipment, upon delivery of the truck from the manufacturer. That supplemental equipment shall be inventoried and shall be returned to the donating party upon termination of this agreement to the extent that it still exists. 2. Acquisition of Additional Equipment. Simultaneously with the delivery of the truck from the manufacturer, Palo Alto will acquire supplemental equipment necessary for the operation of the truck in an amount not to exceed $20,000.. Mountain View agrees to reimburse Palo Alto for its equal share of this cost of supplemental equipment within thirty days~ after being billed therefor. 3. Procedure for Acquiring Equipment. Following the initial purchase of supplemental equipment necessary to render the truck operational, Palo Alto shall purchase additional or replacement supplemental equipment identified and agreed by their respective city managers as being desirable for the operation of the truck. Mountain View agrees to reimburse Palo Alto for its equal share of this cost of supplemental equipment within thirty days after being billed therefor. 4. Use of Equipment. Each party shall be entitled to equivalent use of the equipment for training purposes and emergency operations under terms established by the Fire Chiefs in operational protocols supplementary to this agreement. ARTICLE Training i. Training standards. The parties toothis agreement ~shall, through operational protocols jointly established by their Fire Chiefs, develop standardized training procedures, operations and training materials for the use of the truck. 2. Traininq Exercises. Joint training exercises in the use of the truck may be conducted under operational protocols jointly established by the Fire Chiefs; provided, however, that in the conduct of such joint training exercises, each participating agency will be responsible for the personnel costs and obligations associated with the staff which it assigns to the training operation, including base salary, overtime salary, and fringe benefits, workers compensation, retirement, etc. and the employees 980210 syn 0043295 5 of each participating agency shall not be deemed special employees of the other participating agency for purposes of workers’ compensation. ARTICLE VII General Provisions I. Notices. All notices required or given pursuant to this agreement shall be deemed sufficiently given if in writing and if either personally served upon, or mailed by registered or certified mail to the Clerk of the governing body of the receiving party. 2. Settlement of Disputes. Should any dispute arise in connection with this agreement, the city managers of the cities shall meet and confer in an attempt to resolve the dispute and, if unsuccessful, shall employ professional mediation (sharing the costs equally) in a further extent to resolve the dispute. If those measures do not resolve the dispute, judicial review in the Santa Clara County Superior Court may be requested by either party. 3. Modification of Agreement. No term, provision, or condition of this agreement shall be altered, amended, or departed from or be held or construed to have been waived except by the unanimous agreement and consent of the city councils of Palo Alto and Mountain View. 4. Indemnification. Except. as otherwise provided herein, each party agrees to indemnify, defend and hold harmless the other parties, their officers, agents, and employees from any and all demands, claims, or liabilities of any nature, including death or injury to any person, property damage, or any other loss caused by or arising out of the performance or failure to perform the obligation assumed under this agreement. 5. Standing to Enforce Agreement. This agreement is entered into solely for the mutual benefit of the signatory parties~ and not for the benefit of any resident or other person or entity. No person or entity not a party hereto shall have any-right to enforce this agreement or bring any action as a consequence of this agreement arising out of a failure or omission on the part of any of the parties to provide the services described herein. 6. Supplement to Other Agreements. This agreement is intended to supplement rather than supplant any agreements or arrangements between the parties for automatic aid or mutual aid in emergencies requiring fire protection, fire suppression, or first responder medical care into the areas covered by this. agreement. 7. Joint Powers Provisions. This agreement shall not be construed to create any joint powers entity under the provisions of Government Code §6500, et seq. Notwithstanding the provisions for allocation of loss or liability provided therein, the provisions of this agreement for loss allocation shall govern. 9802 [0 syn 0043295 6 IN WITNESS WHEREOF, the parties hereto have caused this agreement to be executed on the date first hereinabove written. ATTEST:CITY OF PALO ALTO City Clerk APPROVED AS TO FORM: Mayor Senior Asst. City Attorney APPROVED: Assist~ity ~nager Fire/ ~hlef~ ’ ’ Acting Director of Administrative Services Director of Public Works Risk Manager CITY OF MOUNTAIN VIEW APPROVED AS TO FORM: City Manager ATTEST: City Attorney City Clerk 980210 syn 0043295 Source: Kennedy/Jenks Consultants, 1997. BAYLANDS NA’I1JR~ PRESERVe: PROPOSED 42" RELIEF SEWER ALIGNMENT PROPERTY LINES (APPROX.) CONSTRUCTION AREA (JACKING AND RECEIVING PITS) 0 100 200 300 SCALE IN FEET Figure 2 Project Schematic C;H2MHILL-------- LEGEND NEW 42" RELIEF SEWER Not To Scale Figure 3 Aerial Photograph of Project Area Source: City of Palo Alto, 1997.CI’12MHILL -50 - 60 Feet Truck Access for Muck Removal From Slurry Separation Tanks Slurry Separation Tanks Crane Suppod Facilities Pipe and Materials Storage Control Cabin and Shop Facilities Pipe Advance Truck Access for DeliveringPipe and Materials NON-LINEAR Nol To Scale Pipe and Materials ~I Storage ! -100 - 150 Feet 1 SlurrySupportSeparation Facilities Tanks ~, Crane I~Jacking Pit~~ Truck Access for Delivery of Materials and Muck Removal Pipe Advance LINEAR Not To Scale Figure 4 Typical Site Layouts for Microtunneling Equipment Source: Woodward Clyde, 1997.CH2MHILL-- 8 ENVIRONMENTAL FACTORS POTENTIALLY AFFECTED: The environmental factors checked below would be potentially affected by this project, as indicated by the checklist on the following pages. Land Use and Planning Population and Housing Geology, Soils, and Seismicity Water x x Air Quality Transportation and Circulation x X X Biological Resources Energy and Mineral Resources Hazards ’Noise Pub’lic Services Utilities and Service Systems Aesthetics Cultural Resources Recreation ’ ’ "Mandatory Findings of Significance DETERMINATION: On the basis of this initial evaluation: I find that the proposed project COULD NOT have a significant effect on the environment, and a NEGATIVE DECLARATION will be prepared. I find that although the proposed project" could h’ave a significant effect on the environment, there will not be a significant effect ’in this case because the mitigation measures described on an attached sheet have been added to the project. A NEGATIVE DECLARATION will be prepared. I" find that the proposed proj’~ct’MA~’ have a significant effect(s) on the environmen~t, but at least one effect (1) has been adequately analyzed in an earlier document pursuant to applicable legal standards, and (2) has been addressed by mitigation measures based on the earlier analysis as described on attached sheets, if the effect is a "Potentially Significant Impact" or "Potentially Significant Unless Mitigated." An ENVIRONMENTAL IMPACT REPORT is required, but it must analyze only the effects that remain to be addressed. I fina that although the proP’~sed project could have"a significant effect"on the environment, there WILL NOT be a significant effect in this case because all potentially significant effects (1) have been analyzed in an earlier EIR pursuant to applicable standards and (2) have been avoided or mitigated pursuant to that earlier EIR, including revisions or mitigation measures that are imposed upon the proposed project. ~ect Planner _ Kenneth Schreiber Director of Planning & Community Environment October 31, 1997 Date October 31, 1997 Date X J :\WORK\ 139139\1S FORM 1 .doc 9 Michael J. Ackerman ~Attachment "B" Law Office o~ M~chaeI ~. Acke~rna~ Attorneys al Law 2666 East Bayshore Road Palo Mto, CA 94303-32| 1 (415) 493-25G0 Fax (415) 856-3772 " November 13, 1997 Mr. Edward Wu, Senior Engineer Mr. An Le, Engineer City of Palo Alto Utilities 250 Hamilton Palo Alto, CA 94301 RE :Amarillo/Embarcadero Relief Sewer Project Our Address: 2666 East Bayshore Rd APN#:008-03-076 Dear Sirs: I am writing to you at this time regarding the Initial Study and Negative Declaration for the Amarillo Avenue and Embarcadero Way Relief Sewer Project which I have recently reviewed. In reviewing these materials prepared by the Utility Department, it is entirely unclear exactly what effect this project will have upon our property commonly known as 2666 East Bayshore Road and the extent to which the relief sewer system will encroaoh onto. our property. The map and aerial~ photo provided indicate that the public right of way easement known as Amarillo Avenue is still in effect~on the Eastern side of U.S. i01 all the way up to East Bayshore Road. This is not the case as that portion of Amarillo Avenue to the East of U.S. i01 and the public right-of- way :it embodied, was vacated under Resolution No. 4123, Filed for Record on June 18, 1968 in Book 8160 Official Records at Page 608. Given the physical location on our property of the existing manhole which is part of the existing 36 inch sewer system, it seems to be a given that the new 42 inch relief system is also going to be physically located on our property. However, no mention of this is made in your report and the maps provided are. UT l L 1 T I ES ENG 1 NEERHO F~X ~I0, 4153292608 ?, 02 not indicating any such encroachment. In any event, given The physic~l proximity of The existing sewer line, it would appear that at the very least our normal and customary usage of the building and premises will severely disrupted. Your report fails to address these concerns. It should also be noted that the entire area in proximity to the existing sewer line as it crosses our property, is directly adjacent to, and/or part of, the surface drainage and runoff system for a relatively large part of East Bayshore Road. In short, during heavy rains, there is a great deal of water running off of East Bayshore Road down the middle of our ingress driveway, and draining (when possible) into a runoff sloush adjacent to the highway. Frankly, it appears that your Relief Sewer Project is to be placed right smack in ~he middle of this drainage/runoff system. Due to the volume of runoff during heavy rains, and the close proximity of our building and this drainage to the planned sewer system placement, I am extremely concerned that this project, both during construction and following completion, poses a serious threat to the structural integrity of our building. Your report fails to address these concerns. I would ask that you please correct your report, and address these issues as set forth above, at your earliest convenience. Please contact me at the above number if you have any questions. Thank you for your assistance in this matter and I will look forward to hearing from you. I would also ask that you please provide me wlZh a complete, copy Of the City of Palo Afro’s utility easement affecting cur property as recorded on June 18, 1968, Book 8160, Official Ee~ords, Page 608. Apparenzly, this easement was recorded as part o£ the City having vacated the subject portion of Amarillo Avenue as described above. ca: John M. Ackerman Anne D. Ackerman IIOV- 17-,97 14:08 UTILITIES ENGINEER~iO FAX NO,4153292608 P, -- I I ,7. AN EASEMENT FOR THE PURPOSE SHOWN BELOW AND RIGHTs. INCIDENTAL THERET[ AS SET FORTH IN A DOCUMENT GRANTED TO:CITY OF PALO ALTO PURPOSE:SANITARY SEWERS, STORH DRAINAGE AND PUBLIC UTiLi" TIES RECORDED:JUNE 18, i£68, BOOK 8160, OFFICIAL RECORDS. PA6E 608 SERIES NO.:NONE SHOWN AFFECTS:THE NORTHWESTERLY 20 FEET OF SAID LAND December 4, 1997 Attachment "C~Palo A to Utilities Dct~Trtmc~t Mr. Michael J. Ackerm~ 2666 East Bayshore Road Palo Alto, CA 94303-3211 SUBJECT:AMARILLO/EMBARCADERO RELIEF SE~’~T~R PROJECT Dear Mr. Ackerman: DMsions Administration Directorg Office 415.329.22/"7 415.321.0651 Fax AdnKnistratlve Services 1 ) 415.329.2148 415,321,0651 Fax Customer Service Center 415.329.216l 415.321.0651 Fax Credit and Collection 415.329.9_333 415.321.0651 Fax Engineering 415.329.2204 415.329.2608 Fax Electric 415.329.2386 415.329.2608 Fax Water- Gas-Wastewater 415.329.Z387 415.329.2608 Fax Resource Ivlarmgement Supply Resources 415.329.2689 2) 415.326.1507 Fax Utility Mark¢ ring Sere’ices 415.329.2241 415.617.3140 Fax Competitive Assessment 415.329.2595 415.6123140 Fax Electric 415.4%.6983 415.496.6959 Fax Water- Gas-Wastewater 415.496.6982 415.496.692-4 Fax Thank you for your letter regarding the Initial Study/Negative Declaration (IS/ND) for the City ofPalo Alto’s Amarillo Avenue and Embarcadero Way Relief Sewer Project. The purpose of this letter is to respond to the concerns and questions raised in your letter. LOCATION OF NEW 42-INCH RELIEF SEWER AND STATUS OF PUBLIC EASEMENT You are correct in indicating that a portion of former Amarillo Avenue fight-of-way east of Highway 101 has been vacated. However, there is currently a City utility easement in this vacated right-of-way, and several underground utilities are located in this easement including sanitary sewer, water, telephone, and electrical utilities. A copy of the easement description is enclosed for your informatiori. The centerline of the new 42-inch diameter relief sanitary sewer will be located approximately 3.6 feet north of the centerline of the existing 15-inch diameter sanitary sewer that is located in the utility easement along the vacated portion of Amarillo Avenue east of Highway 101. Therefore, the new relief sewer will be located in the portion of the City’s utility easement located on APN#008- 03-058, and will not encroach onto your property at 2666 East Bayshore Road (APN #008-03-076). DISRUPTION TO NORMAL AND CUSTOMARY USAGE OF THE BUILDING AT 2666 EAST BAYSHORE ROAD As described inthe IS/ND, the new 42-inch relief sewer will be installed underground using "trenchless" technology methods, to minimize surface disruptions during construction. A large auger will drill a horizontal path underground in which the pipeline will be installed. For the pipeline segment that crosses under Highway 101 and near your property, two pits will be excavated from which the underground tunneling will be conducted. As shown in Figure 2 of the IS/ND, one pit will be located in Amarillo Avenue to the west of Highway 101; this pit will be used to advance the auger and push.the pipe segments into place under Highway 101. The second pit will be located in East Bayshore Road east of your RO, Box 10Z7~0 Palo Alto, CA 94303 property’, and will be used to retrieve the auger head. Normal construction activity, such as pit excavation and the use of trucks and other construction equipment, can be expected at eadh pit location. It is not the intent of the project to disrupt the normal and customary usage, including access, of the buildin.g at 2666 East Bayshore Road. 3)SURFACE DRAINAGE CONCEP, NS AND STRUCTURAL INTEGRITY OF BUILDING AT 2666 EAST BAYSHORE ROAD Because the new relief sewer will be installed underground, there will be no effect on the existing surface drainage patterns in the project vicinity. The building at 2666 East Bayshore Road is located approximately 23.5 feet from the centerline of the new relief sewer at its closest corner. Since trenchless technology will be used to install the pipe, the project is not expected to negatively affect the structural integrity of the building. However, the contractor will be required to monitor ground settlement during construction, and construction techniques and equipment will be adjusted to existing soil conditions to minimize ground settlement. A geotechnical report has been prepared for the project, and it addresses potential ground surface settlement issues associated with microtunneling activity. Pages 4-1 to 4-3, which address microtunneling methods, are attached for your information. If you would like to review the entire copy of the geotechnical’ report, please feel free to contact me, as it is available for public review in my department here at City Hall. 4)COPY OF UTILITY EASEMENT A copy of the City of Palo Alto’s utility easement affecting APN #008-03- 076 is enclosed. If you have any questions about this easement, please contact the City of Palo Alto Real Estate Division for more information. We trust this letter responds to your concerns and questions about the relief sewer project. If you have any additional questions, please do not hesitate to contact me at (650) 329-2126. Sincerely, Edward O. Wu, P.E. , Senior Engineer, Water-(3as-Wastewater Engineering Division Larry Starr, Assistant Director, Utilities Engineering & Operations Grant Kolling, Senior Assistant City Attorney Roger Cwiak, Engineering Manager, Utilities Engineering WGW John Wyckoff, Project Manager, Kennedy Jenks Consultants Valerie Young, Vice-President, CH2M Hill ¯ " I ~,OW~ &S TO FO~X: Nicrotunnaling Nethotls [Four of’the six main pipeline segments (as described in .Section 2.1.2) totaling about 2,800 feet of. the proposed sewer pipeline will be constructed using microtunneling methods. These four pipeline segments will be constructed in six microtunneling drives. The other two pipeline segments may be constructed using rnicrotunneling methods, in either three or four drives depending on the type of’ microtunneling equipment utilized. This section discusses the geotechnical considerations for microtunneling methods including anticipated ground conditions, groundwater control, microtunneling equipment requirements, surface settlement, jacking and receiving pits, jacking pipe and construction considerations. ANTICIPATED GROUND CONDITIONS Based on the available subsurface data, it is anticipated that the ground conditions to be encountered during microtunneling ,,’All consist mainly of’soft: tovery stiff alluvial clays interbedded. with loose to medium dense alluvial sands and gravels. The clays at the depth of the pipeline vary in strenNh ranging from about 150 to 5,680 psfin unconfined compressive strength and exhibit low to high plasticity characteristics (i.e. CL and CH). The clay fraction (minus 2 micron material) ranges from about 20 to 40 percent. Based on the observation well readings (Table 3), groundwater is expected to be about 8 to 12 feet above the proposed pipe invert. The sands and gravels at the depth ofthe pipeline are loose to medium dense with a fines content ranging from 5 to 29 percent. An assessment of likely ground behavior is important for evaluating the stability of’ the heading and for determining appropriate microtunneling methods and equipment that will minimize loss of ground, surface settlement, and potential damage tO existing utilities, streets, buildings, and other improvements as a result of" microtunneling. Ground behavior in soft: ground tunnels can generally be described by the six categories summarized in Table 5. In general, clays which are stiff to very stiff’ are expected to exhibit firm behavior, while sot~ to medium clays are expected to exhibit squeezing behavior. Sands and gravels below the groundwater table will exNbit iloMng behavior unless positive groundwater control measures are implemented. The clay deposits at this project are expected to range from firm to squeezing ground and the sand and gravel deposits are expected to be flowing ground. These ground conditions indicate the need for positive groundwater control and special microtunneling equipment to minimize loss of ground and surface settlement. An underground classification will have to be obtained from CAL/OSHA during final design. All microtunneling work should be Performed in accordance with this classification and applicable OSHAand CAL/OSHA regulations. 4.2 GROUNDWATER CONTROL Groundwater was encountered in all of’the borings and it is expected that the entire pipeline will be constructed below current groundwater levels. Groundwater control is necessary to prevent flowing ground and loss of"ground at the tunnel heading where sandy and gravely soils are present. Groundwater control methods include dewaterlng methods using wells or well points, balancing the hydrostatic pressure using pressurized face rnicroturmeling equipment, ground freezing methods, and cement or chemical grouting. Dewatering methods may be feasible but close well (or well point) spacings would probably be required to adequately dcwater the thin sand a.nd gravel layers that will be encountered in the microtunnel segments. Surface constraints in most areas along the alignment (i.e. Bayshore Freeway; Woodward-Clyde X:%d~umenL%lSg~’~6~22naL~::~2.a.doc 31-0~t.97 SNJ 4-1 along the hea,,ily traveled streets like East Bayshore Road; and the Baylands Nature Preserve) will preclude installing wells at the close spacings that would be needed to adequately dewater the sand layers. In addition, dewatering methods could lead to consolidation of the soft clay layers (Bay Mud) leading to subsidence and surface settlement. Pressurized face microtunneling e@pment has the capability to provide a pressure at the face that balances the groundwater pressure, preventing groundwater inflows and avoiding the need for dewatering. Ground freezing or grouting methods, although possibly feasible from a technical point-of-vie% would probably be more expensive than other options. For these reasons, l:Sressuized face rnicrotunneling equipment is considered to be the most effective method of providing groundwater control for this project where microtunneling is to be ut’tlized.. Groundwater control v,i[1 also be required for the shaft excavations for the inciting and receiving pits. Continuous, interlocking sheetpiles should be used to control groundwater by providing a groundwater cutoff. Use o[’sheetpiles will rniniMze the need for dewatering and minimize surface settlement. Sumps should be provided to collect groundwater that percolates up into the base of’the shaft or water that infiltrates throu2~ the sheet piles. Localized groundwater control such as dewatering wells (or well points) or jet grouting to prevent inflows and loss o£ground ,Mll be required at jacking and receiving pits when breaking out of or into sh~s if sand deposits are present in the area where the shoring system is to be breached. The duration of’such dewatering shc~uld be minimized to avoid the potential for surface settlement. 4.3 MICROTUNNELING EQUIPI~IENT CONSIDERATIONS Based on the available geotechnical data, rnicrotunneling methods for construction ot~this sewer should utilize a pressurized, closed-face rnicrotunneling machine to control unstable floMng and squeezing ground conditions and groundwater inflows, and minimize loss of’ground and surface settlement that could damage adjacent streets, utilities, buildings and other improvements. A slurry or auger microtunneling machine may be used as long as it has the capability to positively balance the hydrostatic pressures. Use of an auger machine is considered feasible because the groundwater head above the p~pelines is typically less than 10 feet provided drive lenNhs can be reduced to less than 500 feet. lvficroturmeling systems used for this project should be remotely controlled and should have an articulated, steerable, closed-face machine; a laser guidance system; a lubrication injection system; and an automated slurry spoil transportation system capable o£coordinating the volume o[’material excavated with the rate of pipe installation to avoid overexcavation and loss of ground. A closed-face, pressurized microturmeling machine is ideal for this project because it can control squeezing and floMng ground conditions Mthout the need for dewatering along the pipeline alignment. This type ofmicroturmeling equipment ,,411 also minimize surface settlement and potential damage to " adjacent structures and utilities that could result from dewatering or loss of ground during microtunneling. If these machines are operated properly, then it should be possible to limit surface settlement resulting from microturmeling to less than about 112 inch. Along most areas ofthe alignment this magnitude of’surface settlement would not be expected to damage the existing.utilities and improvements. Nonetheless, the Contractor should be responsible for repairing any damage resulting from microturmeling or other construction operations. Ira slurry machine is used, slurry pressures will have to be carefully controlled to avoid the discharge of slurry at the ground surface particularly beneath the sensitive marsh area in the Baylands Nature Preserve. Special slurry additives (such as certain polymers) and frequent changes of the slurry will be required to keep the slurry thin so pumping pressures can be minimized. In addition, only biodegradable SECTIOHFOUR ] ] ] ] slurdes and additives should be used beneath the marsh area, Alternatively, an auger machine could be used which will avoid the potential for slurry releases, Due to the high clay content of’the clay soils (approximately 20 to 40 percent) along the alignment, a slurry separation plant with shakers, hydrocyclones, and centrifuges will be required to adequately remove the spoils from the slurry, ifa slurry machine is used. Ira slurry microtunneling machine is used, it should have as large a jet as practical for . this pipe size and the ability to bac!dlush the slurry lines to avoid clogging up the cutterhead and slurry ports if’tree roots are encountered (such as beneath the Harbor Business Park). A reinforced concrete tba"ust block or thrust block constructed of’other similar r~d materials is required to provide resistance for the forces developed by the main jacking system. The pressure exerted by the thrust block on the surrounding soils should be limited to 2,000 psf’to avoid excessive deformations. The laser should be supported independently of’the thrust block, main jacks, and jacking frame to keep it from shifting as a result of’deformations during pipe jacking. 4.4 SETTLEMENT MONITORING To document existing conditions prior to construction, it is recommended that a careful reconnaissance and photographic or video survey be performed of’the four existing buildings adjacent to the ali~’trnent, Highway 101 and streets, sidewalks, and any other improvements in close pro,,dmity to the alignment (i.e. Mthin about 25 feet of’the pipeline centerline). This survey will serve as an aid in evaluating possible damage due to settlement resulting from the microtunneling operations. Following construction a post- construction survey similar to the pre-construction survey should be completed. To check for surfacesettlement during construction, a survey system for verticalcontrol points should be established prior to construction, and elevations should be surveyed periodically during construction in accordance with the project specifications. Surface settlement will be monitored by the use of survey control points spaced every 50 feet on the ground surface along the centerline or’the alignment in the sections to be installed using microtunneling methods where there is access available. Several additional control points should also be located on or next to the four existing buildings adjacent to the aligm’nent. The survey measurements will consistof’determining the elevation of each of the control points Mth respect to a benchmark determined by the Contractor’s Surveyor to an accuracy of 0.01± foot. 4.5 JACKING AND RECEIVING PITS The expected subsurface conditions at the jacking and receiving pits generally consist of fill consisting of gravely and sandy clay, c!ayey gravel, and clayey sand underlain by soft to stiffclay interbedded with sand and gravel layers. Groundwater levels are expected to range from 4 to 6 feet below the ground surface. The jacking and receiving pit excavations should be sup’ported with interlocked steel sheetpiles. The Contractor is responsible for designing and constructing the excavation support systems and groundwater control systems. The lateral earth pressures recommended in Section 3 for design of internally-braced sheetpiling (see Figure 4) also are applicable to the design of the jacking and receiving pits. The excavation support system must be designed for hydrostatic pressures, as well as lateral earth pressures. Construction surcharge pressures and pressures resulting from adjacent street.traffic should also be included in determining the total lateral pressures for design. Sheetpiles should penetrate a minimum o[’5 feet below the base of the excavation and at least 3 feet into an underlying clay layer, so that an adequate groundwater cutoffis provided. A minimum factor of safety of’ 1.5 should be used in calculating passive resistance below the base of the excavation. For a watertight excavation support Woodward-Clyde Y