HomeMy WebLinkAbout1997-05-05 City Council (15)City of Palo Alto
C ty Manager’s Report
7
TO:HONORABLE CITY COUNCIL
FROM:CITY MANAGER DEPARTMENT:UTILITIES
AGENDA DATE: MAY 5, 1997 CMR:221:97
SUBJECT:Amendment No. 1 to Consultant Agreement,No. C7085061 with
Kennedy/Jenks Consultants, for design of Amarillo Avenue and
Embarcadero Way Relief Sewer Project and Preliminary Right-
of-Way Work for CEQA Documentation
REQUEST
This report requests Council approval of three recommendations related to the Amarillo
Avenue and Embarcadero Way Relief Sewer Project.
RECOMMENDATIONS
Staff recommends that Council:
Approve and authorize the Mayor to execute the attached Amendment No. 1 to
Consultant Agreement No. C7085061 with Kennedy/Jenks Consultants, Inc. In the
amount of $13,155. This amendment adds surveying services and review of the
1988 Wastewater Collection System Master Plan relhted to the design of the
Amarillo Avenue and Embarcadero Way Relief Sewer Project.
Authorize staffto proceed with preliminary right-o/f-way discussions on private
property for rights-of-entry, perform surveys to prepare easement descriptions, and
perform some Geotechnical investigations in public rights-of-way and in existing
easements on private property to ensure the viability of the project route for
California Environmental Quality act (CEQA) documentation..
3.Support staff’s recommendation on CEQA documentation for the project.
CMR:221:97 Page 1 of 4
POLICY IMPLICATIONS
The approval of this amendment and staff direction are consistent with existing policies.
EXECUTIVE SUMMARY
In 1988, Camp Dresser &McKee completed the Master Plan of the Wastewater
Collection System (Master Plan) for Palo Alto’s entire sanitary sewer collection system.
The Master Plan indicated certain trunk main facilities were in need of capacity relief to
carry peak wastewater flows and recommended improvements to correct these collection
system deficiencies. One of the recommended major capacity relief projects in the
Master Plan is a capacity relief sewer construction project that crosses US 101 at
Amarillo Avenue and ties in to a manhole riear Embarcadero Way. This major trunk
main is located in the central part of the City’s collection system and conveys more than
50 percent of the City’s wastewater flow to the Regional Water Quality Control Plant.
On September 30, 1996, Council approved a consultant agreement with Kennedy/Jenks
Consultants, Inc. In the amount of $301,000 for the design of the Amarillo Avenue and
Embarcadero Way Relief Sewer Project (CMR:410:96). The agreement with
Kennedy/Jenks did not include surveying services to support acquisition of temporary
construction and permanent easements because the most probable relief sewer route had
not yet been defined. Kennedy/Jenks proposes to provide the City with plats and
descriptions for these easements through their subconsultant, Sandis Humber Jones.
While the plats and easement descriptions are being prepared, staff will begin preliminary
negotiations with property owners for rights of entry to perform site Geotechnical
investigations and surveys, and define the necessary project construction and permanent
easements.
Kennedy/Jenks and staff (Utilities, Public Works, Parks and Open Space and Planning)
have studied the relief sewer project alignment constraints and the key project
construction issues to determine the most likely relief Sewer route. The staff committee
reviewed many project routes and narrowed the group down to three possible route
options. Staffperformed a more in-depth study on each remaining route and determined
the route shown in Attachment A would be the least disruptive to the community, provide
the city with a maintainable gravity relief sewer and would have minimal environmental
impacts to mitigate. The relief sewer will be installed using micro tunneling technology,
which results in minimal surface disruption. This ~technology involves the excavation of
construction pits from which the pipeline is installed beneath the ground surface. The
CMR:221:97 Page 2 of 4
construction pits are used to launch and retrieve the micro tunneling equipment. These
pits vary in size with the depth, diameter and soil conditions surrounding the pipe being
installed. Unlike traditional open trench pipeline construction methods, which can
involve substantial surface disruption and related traffic flow problems, the only surface
disruption with micro tunneling is the creation of the construction pits. As shown in
Attachment A, the relief sewer will pass underneath the Baylands Preserve. Micro
tunneling technology allows the pipeline to be installed in this area without any surface
disruption.
In order to proceed with the final design and implementation of the recommended relief
sewer route, several steps need to occur. Council authorization of these steps is
requested. First, the preliminary negotiations for temporary construction and permanent
easements is required for the project route. This work involves surveying, preparing
easement descriptions, easement cost estimates. Second, a Geotechnical investigation for
the project will be performed. This investigation will require soil borings, which may
involve right-of-entry requests to property owners. Third, CEQA documentation will be
prepared for the project. Although the relief sewer project was granted a Categorical
Exemption in the 1996-98 budget (as part of the City’s approval of the Capital
Improvement Program), Planning staff recommends that an Initial Study/Negative
Declaration be prepared for the project. The Initial Study/Negative Declaration work will
be performed by Kennedy/Jenks’ subconsultant, CH2MHILL. Staff is requesting Council
authorization to proceed with these steps at this time.
NEXT STEPS
Staff anticipates returning to Council in July. 1997, to ask Council to approve the
proposed relief sewer route and for authorization of funds to acquire the necessary
easements for the project. Also at the July Council meeting, staff will ask Council to
certify the CEQA Initial. Study/Negative Declaration. The Initial Study/Negative
Declaration will have completed its 30-day public review period by this time. After
Council takes these actions, Kennedy/Jenks will begin the final design of the relief sewer.
FISCAL IMPACT
Funds for this project are included in the FY 1996-97 Capital Improvement Program
budget for Wastewater Collection System Rehabilitation/Augmentation (9173).
CMR:221:97 Page 3 of 4
ENVIRONMENTAL ASSESSMENT
As discussed above, an Initial Study/Negative Declaration will be prepared for this
project.
ATTACHMENTS
Attachment A: Project Location Map
Attachment B: Amendment to Agreement
PREPARED BY: EDWARD WU, ROGER CWIAK and LARRY STARR
DEPARTMENT HAD APPROVAL:
Director of Utilities
CITY MANAGER APPROVAL:
Assistant City Manager
CMR:221:97 Page 4 of 4
AMENDMENT NO. ONE TO CONTRACT NO. C7085061
BETWEEN T~E CITY OF PALO ALTO AND
KENNEDY/JENKS CONSULTANTS, INC.
This Amendment No. One to Contract No . C7085061
("Contract") is entered into , by and between the
CITY OF PALO ALTO, a chartered city and a municipal corporation of
the State of California ("CITY"), and KENNEDY/JENKS CONSULTANTS,
INC.,. a California corporation, located at 2191 East BayShore Road,
Suite 200, Palo Alto, CA 94303 ("CONSULTANT"). i
RECITALS:
WHEREAS, the Contract was entered into b~tween the
par~ies for the provision of professional services; and
WHEREAS, the parties wish to amend the Contract;
NOW, THEREFORE,in consideration of the covenants, terms,
conditions, and provisions of this Amendment, the parties agree:
SECTION I. Section 6.1 is hereby amended to read as
follows:
"In Consideration for the full.performance
of the Basic Services and reimbursable
~expenses described in Section 4.1 of this
Agreement, CITY agrees to pay CONSULTANT a fee
not to exceed $314,155 as established in
Exhibit "A".
The amount of. CONSULTANT’s compensation
shall be calculated as set forth in Exhibit
"B", Schedule of Charges, attached hereto, on
a time and materials basis, up to the maximum
amount set forth in this paragraph 6.1.
The full payment of charges for extra
work or changes, or both, in the execution of
the Project will be made, provided such
request for payment is initiated by CONSULTANT
and authorized, in. writing, by the project
manager. Payment. will be made within thirty
(30) days Of submission by CONSULTANT of a
statement~ in triplicate, of itemized costs
covering such work or changes, or both~ Prior
to commencing such extra work or changes, or
both, the parties will agree upon an estimated
maximum cost for such extra work or changes.~
CONSULTANT will not be paid for extra.work or
changes, including, without limitation, any
design work or change order preparation, which
970410 ~yn 007 ! 177
1
is made necessary on ac.count of CONSULTANT’s
errors, omissions, or.oversights." :
~u~. The following exhibits to the C~ntract are
hereby amended to read as set forth in the attachment to this
Amendment, which is incorporated in full by this reference:
a. EXHIBIT "A" entitled "SCOPE OF SERVICES".:
B.¯EXHIBIT "B" entitled "PROPOSED BUDGET FOR AMARILLO
.AVENUE AND EMBARCADERO WAY RELIEF SE~ER PROJECT
CITY OF PALO ALTO"
SECTION 3 Except as herein modified, iall other
provisions of the Contract, including any exhibits and~subsequent
amendments thereto, shall remain in full force and effect.
IN WITNESS WHEREOF, the parties have by hheir duly
authorized representatives executed this Amendment o~ the date
first above written.
ATTEST:CITY OF PALO ALTO
City Clerk
APPROVED AS TO FORM:
Senior Asst. City Attorney
APPROVEDi
Mayor
Ta~ayer I.~. No.~ 94’°-2~147007
City Manager
Director of Utilities
Acting Director of
Administrative Services
Risk ~anager
At tachment:
EXHIBIT "A" :
EXHIBIT "B" :
"SCOPEOF SERVICES"
"PROPOSED BUDGET FOR AMARILLO AVENUE AND
EMBARCADERO WAY RELIEF SEWER PROJECT CITY OF
PALO ALTO"
970410 syn 0071177
2
CERTIFICATE ’OF ACKNOWLEDGMENT
(Civil Code § 1189)
On ’~~~~~, before me, the undersigned, a
nota..~r[ public. ~n a~’ for said County, personaliy ~appeared,
personally know~- to me (or proved .to me on thel basis of
satisfactory evidence) to be the person(s)whose ham((s) is/are
subscribed to the within instrument, and acknowledged to me that
he/she/they executed the same in his/her/~heir authorized
capacity(ies), and that by his/her/their signature s) on the
inst~ent the person(s), or the entity upon behalf o~~ which the
person(s) acted, executed the instr~ent.
WITNESS my hand and official seal.
Notan/Public -- CaliforniaSANTA CLARA COUNIY
My Comm. Ex:plres APR 10. 1999
0071
EXHIBIT A - SCOPE OF SERVICES
Amarillo Avenue and Embarcadero Way
Relief Sewer Project
The Consultant shall provide engineering services to design, develop construction drawings, ~
specifications, and a construction cost estimate for the Amarillo Avenue and Embarcadero Way
P, elief Sewer Project.
CONSULTANT SERVICES
The Consultant’s services shall include evaluating the criteria used as a part of the City’s 1989
master planning effort, comparing this criteria to the existing conditions, designing a relief sewer
and preparing construction documents for the installation of the relief sewer. The Consultant’s
basic services shall include the tasks outlined below.
°
Wl, Workshop No. 1
The Consultant shall organize and conduct the first workshop with City personnel to
establish project goals and schedules, identify roles and responsibilities, and discuss the
CEQA and public outreach programs. .
Task 1 - Evaluation of Design Criteria
The Consultant shall evaluate the design criteria used in the 1989 Master Plan Study,
compar.e the design flows with flow records, and verify the need and/or diameter for the
relief sewer. This task shall also include the adjustment of the hydraulic model (SNAP) to
reflect the current existing conditions and then the running of the model to verify the 1989
master flow recommendations. The work in t-his task shall be presented to the City in a
letter report.
W2 - Workshop NO. 2
The Consultant shall organize and conduct a second workshop with City personnel to
review the design criteria, develop project alternative evaluation criteria, assign weighting
factors, and develop project alternatives.
Task 2 - Data Acquisition
The Consultant shall obtain the data. necessary for the analysis of some of the key project
issues. Included in this data shall be record information on the construction of the existing
.¸
sewer, easement information on the existing sewer, and existing utility location
information. Topographic survey information and geotechnical information shall also be
obtained for the most likely relief sewer alignment. This alignment shall be reviewed with
the City Staff.prior to commencing the Work. Should an alternate alignment be selected at
a later date, obtaining additional survey and geotechnical information shall be considered
as additional services.
P1 o Public Meeting No. 1
The Consultant shall organize and conduct the first public meeting with City personnel,
interested groups, and the public to present the general description of the relief sewer
project.
Task 3 - Detailed Analysis of Key Issues
The Consultant shall utilize the information collected in Task 2 to perform an engineering
analysis of the options for constructing the relief sewer. The areas for which various
options shall be evaluated shall include: pipeline alignment, construction methods,
materials of construction, construction scheduling, environmental concerns, and
environmental issues. The factors utilized in the evaluation of selected options shall
include Task 2 data, physical constraints, geotechnical information, permitting
requirements, economics, and weather. The work in this task shall be summarized in a
letter report to the City.
W3- Workshop No. 3
The Consultant shall organize and conduct a-third workshop with City personnel to
present the results of the evaluation of the options, to select the preferred project, and to
initiate the CEQA process.
P2- Public Meeting No. 2
The Consultant shall organize and conduct a second public meeting with City personnel,
interested groups, and the public to present the description of the preferred relief sewer
project. Additional public meetings and public appearances shall be considered as
additional services.
9.Task 4 - Assessment of Permits
The Consultant shall determine which permits and easements are needed, their specific
requirements: and the appropriate contact person within the granting agency. The
Consultant shall assist the City in applying for and obtaining these permits. This work
shall include completing applications from local, state, and federal agencies with
permitting authority over work in the project site locality.
10.
11..
Task 5 - Preparation of Design Documents
The Consultant shall prepare Contract Documents including Plans, Profiles, Details, .and
Specifications for the bidding and construction of the relief sewer project. The documents
shall be submitted for review and. comment by the City at the 50%.and 90% completion
points. This task work shall also included the preparation of a project construction cost
estimate and assistance to the City in the prequalification of specialty tunneling
construction contractors. The City shall provide the document reproduction for this
project.
Task6 - Bid Support
The Consultant shall provide engineering support to the City during the bidding process
for the construction of the relief sewer project. The engineering support during bidding
shall include the recording of questions by bidders, the preparation ofaddendums as
required, attending a pre-bid conference and job walk with the City and bidders, and the
evaluation of the bids. ~
12.
13.
14.
Task 7 - Support During Construction (Pending Consultant Services)
The Consultant shall provide engineering support services during construction. These
services shall include attending a pre-construction meeting, construction observation and
site meetings, submittal reviews, change order and contract clarification preparation, final
inspection and recommendation, and record drawing preparation.
Task 8 - Review Sewer Master Plan Update
The City will prepare a separate agreement with our subconsultant, Talavera and
Richardson to complete a limited update of the City’s Sewer System Master Plan. The
work to be completed for this tasl~ is for Kennedy/Jenks to review the Sewer System
Master Plan update and to work With Talaveraand Richardson to provide an updated
master plan that meets the overall objectives of the Amarillo Avenue and Embarcadero
Way Relief Sewer Project. We have estimated that 32 hours of engineering and 2 hours of
administrative staff‘time will be required.to complete this task for a total cost of $4,416.
Task 9 - Right-of-Way Support Services
Our surveying subco’nsultant, Sandis Humber Jones, has prepared a proposal to provide
the plats and descriptions for the new sewer line and the temporary construction
easements along Alignment Option B for the Amarillo Avenue and Embarcadero Way
Relief Sewer Project. They have estimated that seven (7) plats and descriptions will be
required for this effort based upon the alignment for option B and their knowledge of the
property ownership along the alignment. They have assumed that the City ofPalo Alto’s
Real Estate Department will perform the title searches and other activities related to the
right-of-way acquisition process.
Our s~bconsultant has estimated a cost of.$5,500 to complete their scope of work. A
copy of the Sandis Humber Jones proposal is attached to this letter for your reference.
Kennedy/Jenks Consultants will manage their work as part of our existing contract with
the City. However; we have included 32 hours of engineering and 8 hours of
designer/CAD time to support the City’s Right-of-Way staff during the easement
acquisition process. The total cost for engineering labor, subconsultant costs, and markup
for Task 9 is $8,739..
ADDITIONAL CONSULTANT SERVICES
The Consultant may be required to perform additional services. Additional services shall be
performed only upon written authorization from the City. Payment for the additional services.
shall be time and expense based on the schedule of charges. The maximum limit for each’
additional task shall be negotiated and agreed upon prior to providing the service. Consultant
shall provide a schedule of charges with the fee information.
PENDING CONSULTANT SERVICES
Upon completion of the design documents, staff will review the design and negotiate with the
Consultant the level of support needed during construction. The detailed Consultant services for
this task will be developed at such time. As a minimum, the services shall include those listed in.
Task 7.
WORK NOT INCLUDED IN SCOPE
This includes title searches and the negotiation and acquisition of the easements..
Exhibit B
Proposed Budget for
Amarillo Avenue and Embarcadero Way Relief Sewer Project
City of Palo Alto
A
B
C
D
E
F
G
H
I
.j
K
L.
M
N
Task Cost
W1 - Workshop No. 1
Task 1 - Evaluation of Design Criteria1
W2 - Workshop No. 2
Task 2 - Data Acquisition
P1 - Public Meeting No. 1
Task 3 .- Detailed Analysis of Key Issues
W3 - Workshop No. 3
P2 - Public Meeting No. 2
Task 4 - Assessment of Permits
$ 5,000.00
$16,000.00
$10,000.00
$ 7O,0O0.OO
$ .6,000.00
$ 55,000.00
$15,000.00
$ 7,000..00
$ 7,000.00
Task
Task
Task
Task
Task
Total
5 - Preparation of Design Documents
6 - Bid Support
7 - Support During Construction
8 - Review Sewer Master Plan Update
9 - Right-of-Way Support Services
$100,000.00
$10~000.00
(a)
$ 4,416.00
$-8,739.00
$314,155.00
Cost of Task 1 increased $11,000 for System Modeling
The cost of this task will be dependent on the project
that is ultimately designed as well as the type of
construction support services requested by the City.
The cost for this task can be negotiated following Task 5:
C.cmttol
EMBARCADERO VY Alternative Routes Evaluated
But Not Recommended By Staff
For Further Consideration
Bore Pit Locations
Recommended Relief Sewer
Marsh City
Palo Alto
/
.
//
////Emily Renzel
Marsh
FREEWAY US 101
Greet Park
L
Amarillo Ave. and Embarcadero Way Relief Sewer Project (9173)
CIP ~ 37770, Attachment A - Project Location Map