Loading...
HomeMy WebLinkAbout1999-05-17 City Council (14)TO: City of Palo Alto City Manager’s Report HONORABLE CITY COUNCIL 9 FROM: DATE: CITY MANAGER MAY 17, 1999 DEPARTMENT: UTILITIES CMR: 249:99 SUBJECT:AWARD OF CONSTRUCTION CONTRACT TO MOUNTAIN CASCADE INC. AND APPROV~ OF AMENDMENT NO. 2 TO CONSULTANT CONTRACT NO. C7085061 WITH KENNEDY/JENKS CONSULTANTS, INC. FOR AMARILLO AVENUE AND EMBARCADERO WAY RELIEF SEWER PROJECT RECOMMENDATION Staff recommends that Council: 1. Approve and authorize the Mayor to execute the attached contract with Mountain Cascade Inc. in the amount of $4,253,500, for Amarillo Avenue and Embarcadero Way Relief Sewer Project. Authorize the City Manager or her designee to negotiate and execute one or more change orders to the contract with Mountain Cascade Inc. for related, additional but unforeseen work which may develop during the project, the total value of which shall not exceed $425,350. _ . Approve and authorize the Mayor to execute Amendment No. 2 to Consultant Contract No. C7085061 with. Kennedy/Jenks Consultants, Inc. in the amount of $599,073 for Task 7, Support During Construction, project construction management services for the Amarillo Avenue and Embarcadero Way Relief Sewer Project. Authorize the City Manager or her designee to negotiate and execute one or more change orders to the consultant contract with Kennedy/Jenks Consultants, Inc. the total value of which shall not exceed $60,000. CMR:249:99 Page 1 of 4 A separate staff report in this packet (CMR:243:99) recommends that Council approve and authorize the purchase of the required fights of way for the Amarillo Project, through either eminent domain proceedings or negotiated settlements. DISCUSSION Project Description ~ The work to be performed under the contract is construction of approximately 4340 Lineal Feet of 42 inch gravity sanitary sewer, primarily by micro tunneling; and construction of associated facilities from Amarillo Avenue near Tanland Drive to commercial property adjoining Embarcadero Way, all within the City of Palo Alto. The project involves micro tunneling under State Highway 101 and adjacent sensitive marsh lands. 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 the manhole at 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. The majority of this relief sewer will be installed using microtunneling 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 construction pits are used to launch and retrieve the microtunneling equipment. Unlike traditional open trench pipeline construction methods, which can involve.substantial surface disruption and related traffic flow problems, the only surface disruption with microtunneling is the creation of the construction pits.-- 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). On May 5, 1997, Council approved Amendment No. 1 for surveying services and limited update of the Master Plan, authorized staff to proceed with preliminaryright-of-way discussions on private property for rights-of- entry and preparation of easement descriptions, authorized staff to proceed with geotechnical investigations in public rights-of-way and in easements on private property, and supported staff’s recommendation on CEQA documentation for the project (CMR:221:97). On January 12, 1998, Council approved ~taff’s recommendation for the proposed relief sewer route and CMR:249:99 Page 2 of 4 the expenditure of funds in the amount of $160,000 for the purchase of the necessary rights- of-way for the project; and adopted the Negative.Declaration with a finding of no significant .environmental impact (CMR: 101:98). Bid Process A notice inviting formal bids for the -Amarillo Avenue and Embarcadero Way Relief Sewer Project were sent on February 3, 1999 to thirteen builders’ exchanges and twenty six contractors. The bidding period was 27 c~lendar days. A pre-bid meeting was held on February 16, 1999; two bidders attended the-meeting. Bids were received from eight qualified contractors on March 9, 1999, as listed on the attached bid summary (Attachment B). Bids ranged from a high of $5,436,000 to a low of $4,253,500. Contractors not responding indicated that they did not submit a bid because they were too busy to bid or they were not experienced in this type of work. Staff has reviewed all bids submitted and recommends that the bid of $4,253,500 submitted by Mountain Cascade Inc. be accepted and that Mountain Cascade Inc. be declared the lowest responsible bidder. The bid is 24 percent below the engineer’s estimate, Kennedy /Jenks, of $5,628,000. The change order amount of $425,350.00 which equals 10 percent of the total contract is requested because of additional related but unforseen work which may develop during the project. Staff checked references supplied by the contractor for previous work performed and found no significant complaints. Mountain Cascade Inc. is an experienced general contractor with microtunneling experience in California. Last year Mountain Cascade, Inc.’s project, South Orinda Sewer Improvements, was selected as the "Trenchless Technology Project of the Year" by Trenchless Technology. Staff also checked with the Contractor’s State License Board and found that the contractor has an active license on file. Amendment Number 2 - Task 7- Support During Construction - Consultant Services Description - The attached Amendment No. 2 (Attachment E)~ to the consultant contract with Kermedy/Jenks Consultants, Inc. in the amount of $599,073 is for work described in Exhibit A, Item 12, Task 7 A - E, Support During Construction services for the Amarillo Avenue and Embarcadero Way Relief Sewer Project. The consultant will provide full time construction management-services throughout the planned 340 calendar day duration of the Amarillo Project. Services to be provided include: reviewing contractor submittals, conducting and recording preconstruction and weekly project meetings, preconstruction job site photography and video, delineation of construction work areas adjacent to wetlands, full time on-site project inspection and engineering services, conducting public coordination CMR:249:99 Page 3 of 4 meetings, outside agency coordination, change order review and processing during construction, scheduling of all project testing, project schedule review and monitoring, .progress payment review, preparation of final project record drawings, and project closeout. The construction management services described above usually vary in a range of between 10 to 20 percent of micro tunnelling project construction costs, depending on the extent of consultant services included. The City has included an extensive amount of consultant services because of the complexity of the~project. Staff checked costs on other similar microtunneling projects in California and has concluded that the costs for Task 7 are in the range typically paid on microtunneling projects for these professional services. RESOURCE IMPACT Funds for this project (including right of way acquisition) have been included in the FY 96- 97 and FY97-98 Wastewatei: Collection System Rehabilitation/Augmentation budgets and were carried forward into the FY 98-99 Capital Improvement Program budget for Wastewater Collection System Rehabilitation/Augmentation Major Project Number 9173. POLICY IMPLICATIONS This report does not represent any change to existing City policies. ENVIRONMENTAL REVIEW An environmental assessment has been prepared, and the Negative Declaration of no significant environmental impact is attached to this report (Attachment A). ATTACHMENTS Attachment A: Mitigated Negative Declaration Attachment B: Bid Summary Attachment C: Contract ’ " Attachment D: Project Location Map Attachment E: Amendment Number 2 to Contract C7085061 with Kennedy/Jenks Consultants, Inc. PREPARED BY:Roger Cwiak, Engineering Manager Water-Gas-Wastewater Edward Wu, Senior Engineer CMR:249:99 Page 4 of 4 DEPARTMENT HEAD: of Utilities CITY MANAGER APPROVAL: Assistant City Manager CMR:249:99 Page 5 of 4 ATTACHMENT A NOTICE OF AVAILABILITY AND NOTICE OF PUBLIC MEETING INITIAL STUDY AND NEGATIVE DECLARATION FOR AMARILLO AVENUE AND EMBARCADERO WAY RELIEF SEWER PROJECT TO: DATE: All Interested Parties October 31, 1997 FROM:City 0f Pal0 Alto, Utilities Dept. 250 Hamilton Avenue Palo Alto, CA 94301 SUBJECT:NOTICE OF AVAILABILITY AND NOTICE OF PUBLIC MEETING FOR INITIAL STUDY AND NEGATIVE DECLARATION FOR THE AMARILLO AND EMBARCADERO WAY RELIEF SEWER PROJECT LEAD AGENCY: CONTACT: City of Palo Alto, Utilities Department 250 Hamilton Avenue Palo Alto, CA 94301 Edward Wu, Senior Engineer Public notice is hereby given that the City of Palo Alto Utilities Department has prepared an Initial Study/Negative Declaration (IS/ND) for the .proposed Amarillo and Embarcadero Way Relief Sewer Project, and the IS/ND is available for public review. The Relief Sewer Project involves the construction of a 42-inch relief sewer in a portion of Amarillo Avenue, East Bayshore Road, and other private and public properties in Palo Alto. The need for this project was identified in the City’s 1988 Wastewater Collection System Master Plan. The existing 36-inch sewer line extends from the southwest corner of Greer Park in Amarillo Ayenue, under the Bayshore Freeway (U.S. 101), and under the Baylands Nature Preserve to the Palo Alto Regional Water Quality Control Plant, and was identified as not having sufficient capacity to accommodate expected wastewater flOWS in the year 2000. The proposed project will provide a 42-inch sanitary sewer to relieve the existing 36-inch trunk se~wer. The project description and location, along with a discussion of potential environmental effects that may occur as a result of project implementation, are contained in the attached Initial Study/Negative Declaration, pursuant to Article 6 (Negative D.eclaration Process) of the California Environmental Quality Act (CEQA) Guidelines. PUBLIC HEARING: The Palo Alto City Council will conduct a public hearing on the proposed IS/ND at its regular meeting on Monday, December 15, 1997. The meeting will be held at 7:00 p.m. in the City Council Chambers at 250 Hah~ilton Avenue, Palo Alto, CA 94301. RESPONSES: Due to limits mandated by State law, your response to this notice must be sent no later than 30 days after receipt. Based on our mailing, this 30 day period will run from November 3 to December3, 199Z~ PLEASE SEND YOUR RESPONSES TO: Mr. Edward- Wu, Senior Engineer, at the address shown above. Please remember to include your name and/or the name of the contact person in your agency. We will be pleased to receive your input and comments. Please contact Mr. Wu at (650) 329-2126 should you need more information. CITY OF PALO ALTO -ENVIRONMENTAL CHECKLIST FORM 1. Project Title: Amarillo Avenue and Embarcadero Way Relief Sewer Project 2. Lead Agency Name and Address: City of Palo Alto Utilities Department 250 Hamilton Avenue Palo Alto, CA 94301 3. Contact Person and Phone Number: Edward Wu, Senior Engineer (650) 329-2126 4. Project Location: Amarillo Avenue and East Bayshore Road in Palo Alto, California 5. Application Number(s): Not applicable. 6. Project Sponsor’s Name and Address:City of Palo Alto Utilities Department 250 Hamilton Avenue Palo Alto, CA 94301 Edward Wu, Senior Engineer - - 7. General Plan Designation: Not applicable. 8. Zoning: Not applicable. Description of the Project: The project evaluated in this Initial Study/Negative Declaration (IS/ND) is a 42-inch relief sewer to be constructed in Amarillo Avenue, East Bayshore Road, and other private and public properties in Palo Alto. The need for this project was identified in the City’s 1988 Wastewater Collection System Master Plan (Camp Dresser & McKee, 1988): The 1988 Plan recommended a Capital Improvement Program (CIP) to address the wastewater system’s current and expected capacity deficiencies through the year 2000. The existing 36-inch diameter trunk sewer line extending from the southwest corner-of Greet Park in Amarillo Avenue, under the Bayshore Freeway (U.S. 101), and under the Baylands Nature Preserve to the Palo Alto Regional Water Quality Control Plant (PARWQCP) was identified in 1988 as having insufficient flow capacity, using a 5-year storm event. Studies performed by the City in 1996 indicated that the additional required capacity can be provided by constructing a new 42-inch diameter sewer line to relieve the existing 36-inch diameter trunk sewer. The existing trunk sewer carries flow from the lower basin area of Palo Alto identified as Basin B07 in the Master Plan (the area encircling the intersection of East Meadow Drive and Louis Road). The sewer system in Basin B07 has experienced significant surcharging during periods of heavy rainfall. Though recent CIP projects have reduced the potential of manholes overflowing, surcharging still occurs during storm events. The relief sewer project, along with other improvements included in the City’s CIP, are designed to correct capacity deficiencies and to convey the wastewater flows anticipated in the year 2000. J :\WORK\ 139139\ISFOR M 1 .doc Several alignment options were evaluated for locating the relief sewer project. To identify the preferred alignment for the project, a series of workshops were held to discuss the feasible options, define the criteria that would be used to evaluate the alternatives, determine weighting factors, and ranl~ the alternatives to identify the best apparent solution. These workshops were usually attended by City staff from the following departments or divisions: o Utilities Engineering o Regional Water Quality Control Plant ,,Field Operations ~ ¯Planning and Community Environment o Real Estate ¯Recreation, Open Space & Sciences The design team for the project identified the feasible alternatives for conveying the flow to the Palo Alto Regional Water Quality Control Plant. These alternatives were discussed at the first workshop and a decision matrix was developed that considered the short term construction impacts and the longer term operation and maintenance issues associated with each alternative. Weighting factors for each impact were also established. The design team then developed the feasible alternatives for the project and applied the decision criteria with weighting factors to each alternative. Through this process, it was determined that the best solution was an alignment that parallels the existing 36-inch sewer at the beginning and end of its alignment, but goes around the edge of the Baylands Nature Preserve in the middle segment; it was also determined that trenchless construction technologies should be used to minimize the construction-related impacts in the project area. This alignment was then selected and work was initiated to secure the necessary easements and geotechnical investigations for the project. The proposed relief sewer will begin at City manhole #21-4-16 in Amarillo Way near Greer Park, and travel eastward adjacent to an existing 15-inch _diameter sanitary sewer under U.S. 101 to East BayshoreRoad. The alignment continues north to parallelthe existing 15-inch diameter sanitary sewer in East Bayshore Road for about 730 feet, where it turns eastward along an existing pedestrian path located between two office buildings. The alignment then crosses eastward underneath the northwest Corner of the Baylands Nature Preserve from the end of the pedestrian path to a point at the rear of an office building parking lot west of Faber Place, and then to the parking lot at the rear of The Harbor Business Park located southeast of Faber Place. The alignment then traver~ses east through the parking lot to parallel the existing 36-inch trunk sanitary sewer, and terminates at City manhole #15-1-18 located in the parking lot approximately 220 feet west of Embarcadero Way. A junction box structure will be required at the beginning and end of the alignment to connect to the existing 36-inch diameter trunk sewer. Figure 1 shows the project vicinity. Figure 2 shows the relief sewer schematic design, and Figure 3 shows an aerial photograph of the project area. The proposed alignment was developed to avoid conflicts with existing utilities while maintaining service in the existing sewers. Criteria for the separation of water mains and sanitary sewer mains have been incorporated into the design. To minimize disruption to the public, traffic flow, and the environment, trenchless construction methods (including microtunneling) will be used to install major portions of the relief sewer pipeline. J:\WORK\I39139\ISFORM 1 .doe 2 The alignment portions which cross the Bayshore Freeway, the Baylands Preserve, and The Harbor Business Park will use microtunneling technology. The alignments in Amarillo Avenue and East Bayshore Road will have the option of being microtunneled or traditional "ope~ cut" construction. Microtunneling technology involves the excavation of "jacking" and "receiving" pits, from which the pip~line is pushed (or "jacked") underground from one pit and received at another pit. The only surface disruption with this technology is related to construction activities which take place at the jacking and receiving pits; unlike traditional "cut and cover" (or trench) methods, which can involve substantial surface disruption and related traffic flow bottlenecks), microtunneling is performed underground, with virtually no surface disruption. The proposed locations of jacking and receiving pits are shown in Figure 2. Schematic drawihgs of typical jacking and receiving pit configurations are .shown in Figure 4. Jacking pits are typically about 12 to 15 feetwide and 20 feet long, for a total area of 240 to 340 square feet. Receiving pits are usually smaller than jacking pits, and measure approximately 10’ x 10’ or 12’ x 12’ square. The entire pit staging area would be approximately 2,500 to 4,000 square feet in area. The newly-installed pipe would be located approximately 12 feet below ground surface. This depth is at a sufficient elevation so as not to affect the ground surface and_tree roots above. There is virtually no surface vibration from the microtunneling activity. The total length of the relief sewer is approximately 4,334 feet, with an overall slope of 0.11 percent. The relief sewer will be completed in eight segments. The pipe material for the alignment will need to be resistant to corrosion and will be selected in a competitive bidding process, except for th_e~_~.S. 101 crossing, which will likely be T-lock lined reinforced concrete cylinder pipe; steel casing- may also be required for this crossing. Actual construction of the project is anticipated to last approximately 6 months. When completed, the Amarillo Avenue and Embarcadero Way Relief Sewer Project will meet the City’s Wastewater Master Plan and CIP goals by providing the capacity that the wastewater collection system needs to convey design flows during major storm events. 10. Surrounding Land Uses and Setting: Following is a description of the land uses and setting along the various segments of the pipeline alignment. _ Amarillo Avenue - Greer Park is located on the southeast side of Amarillo Avenue, and apartment complexes and units are located on the northeast side. Single-family residences line both sides of Amarillo Avenue west of Greer Park. West Bayshore Road, which parallels the west side of Bayshore Freeway, is lined with apartment complexes on its west side and a freeway sound wall on its east side. Large eucalyptus and cypress trees line the southwest side of Amarillo Avenue in Greer Park. East Bayshore Road = Commercial office buildings are located along both sides of East Bayshore Road. High tension PG&E wires and towers are located along the northeast side of this road. Pedestrian Path - The pipeline will turn eastward from East Bayshore Road and be installed underneath an existing pedestrian path that provides recreational access from East Bayshore Road to the Baylands Preserve. Both sides of the path are abutted by parking lots and offices, and are landscaped with ornamental species, including oleander and eucalyptus. J :\WORK\ 139139\ISFORM 1 .doc 3 Baylands Nature Preserve - The pipeline will run underneath the Baylands Preserve which, in this location, consists primarily of open space and marsh vegetation. This portion of the Preserve does not typically contain water from the bay. The pedestrian path described above, along with its continuation to the terminus of Faber Place, provide access to the Preserve from East Bayshore Road and Faber Place. Although access to some portions of the path may be temporarily restricted due to construction activities, alternate pedestrian and bicycle access routes will be identified and remain open during project construction. Harbor Business Park - The final leg of the pipeline will be located at the rear of the Harbor Business Park, where parking lots an~i’ornamental landscaping are the primary land use features. 11. Other public agencies whose approval is required (e.g. permits, financing approval, or participation agreement): Various encroachment permits will be required for the project, including encroachment permits for construction in city rights-of-way, a permit from Caltrans for the U.S.,101 crossing, possible encroachment or other permits fro_mother utilities (such as PG&E, Brooks Fiber Optic, etc.). Temporary construction easements and permanent public works easements will be required from a few private property owners in the project vicinity. The following approvals will be required for the pipeline construction underneath the Baylands Nature Preserve: a) Park Improvement Ordinance from City of Palo Alto; 2) Letter of Permission from the U.S. Army Corps of Engineers; and 3) Notice of Intent to Proceed from the San Francisco Bay Conservation and Development Commission. In addition, the California Department of Fish and Game and the U.S. Fish and Wildlife Service will be notified of the project to solicit their input on issues relating to threatened/endangered species. J:\WORK\ 139139\ISFORM 1 .doc 4 PALO ALTO MUNICIPAL GOLF COUPE Scale: 1"= 2,900 Feet AREA VIEW Figure 1 Vicinity Map Source: Kennedy/Jenks Consultants, 1997. 0 100 200 300 SCALE IN FEET Figure 2 Project Schematic Source: City of Palo Alto, 1997. Not To Scale Figure 3 Aerial Photograph of Project Area -50 - 60 Feet ~’Truck Access for Muck Removal From Slurry Separation Tanks Slurry Separation Tanks Crane Jacking Pit |I Support Facilities Pipe and Materials Storage Control Cabin and Shop Facilities Truck Access for Delivering Pipe and Materials Pipe Advance NON-LINEAR Not To Scale ~ Pipe andI~ Materials , Storage -100 - 150 Feet IISlurry Support Separation Facilities Tanks ~n Advance g P~ Truck Access for Delivery of Materials and Muck Removal LINEAR Not To Scale Figure 4 Typical Site Layouts for Microtunneling Equipment_ Source: Woodward Clyde, 1997. -’NVIRONMENTAL FACTORS POTENTIALLY AFFECTED: The environmental factors checked oelow would be potentially affected by this project, as indicated by the checklist on the following pages. Land Use and Planning Biological Resources Population and Energy and Mineral Housing Resources ,~ Geology, Soils, and Hazards Seismicity Water × Noise Air Quality Public Services Transportation and x Utilities and Service Circulation 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 have 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 project MAY have a significant effect(s) on the environment, 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 find that although the proposed 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’. P~.~~:/~ect Planner _" - - ’~,enneth Schreiber ,Jirector of Planning & Community Environment October 31, 1997 Date October 31, 1997 Date X J:\WOR K\ 139139\ISFORM 1 .doe Environmental Issues Information Sources (see list on page 1 5) Potentially Significant Issues Potentially Significant Unless Mitigation Incorporated Less Than Signifi- cant Impact No Impact 1. LA’ND USE AND PLANNING. Would the proposal: a)Conflict with general plan designation or zoning?1 x -- b)Conflict with applicable environmental plans o[~1, 6 -- policies adopted by agencies with jurisdiction over the project? c)Be incompatible with existing land use in the 1 -- vicinity? d)Affect agricultural resources or operations (e.g.1 impact to soils or farmlands, or impacts from incompatible land uses)? e) Disrupt or divide the physical arrangement of an 1 established community (including a low-income or minority community)? 2.POPULATION AND HOUSING. Would the proposal: a) Cumulatively exceed official regional or local 1 x population projections? b) Induce substantial growth in an area either directly 1 x or indirectly (e.g. through projects in an undeveloped area or major infrastructure)? c) Displace existing housing, especially affordable 1 x housing? 3.GEOLOGY, SOILS, SEISMICITY-" Would the proposal result in or expose people to potential impacts involving: a)Fault rupture?1, 2 x b)Seismic ground shaking?1, 2 x c)Seismic ground failure, including liquefaction?1, 2 x d)Seiche, tsunami, or volcanic hazard?i, e)Landslides or mudflows?1, 2 x f) Erosion, changes in topography or unstable soil 5 x conditions from excavation, grading or fill? g)Subsidence of the land?5 x h)Expansive soils?5 x i)Unique geologic or physical features?1, 2 x J:\WORI~139139\ISFORM l.doc 10 Environmental Issues 4.WATER. Would the proposal result in: Information Sources (see list on page 15) Potentially Significant Issues Potentially Significant Unless Mitigation -~ Incorporated a) Changes in absorption rates, drainage patterns, or the rate and amount of surface runoff? b) Exposure of people or property to water relate~l haZards such as flooding? c) Discharge into surface waters or other alteration of surface water quality, including but not limited to temperature, dissolved oxygen, turbidity or other typical storm water pollutants (e.g. sediment and debris from construction, hydrocarbons and metals from vehicle use, nutrients and pesticides from landscape maintenance)? d) Changes in the amount of surface water in any water body or wetland? e) Changes in currents, or the course or direction of. water _movements, in marine or freshwater, or wetlands? f) Change in the quantity of ground waters, either through direct additions or withdrawals, or through interception of an aquifer by cuts or excavations or through substantial loss of groundwater recharge capability? g) Altered direction or rate of flow of groundwater? h) Impacts to groundwater quality through infiltration of reclaimed water or storm water runoff that has contacted pollutants from urban or industrial activities? i) Substantial reduction in the amount of groundwater otherwise available for public water supplies? j) 5. Alteration of wetlands in any way? 3 2 3 3 3 3 3 AIR QUALITY. Would the proposal: a)Violate any air quality standard or contribute to an exiting or projected air quality violation? b)Expose sensitive receptors to pollutants? c) Alter air movement, moisture, or temperature, or cause any change in climate? d)Create objectionable odors? 2, 3 2 2,3 Less Than Signifi- cant Impact x No Impact X X x x x X X x x x J:\WORK\139139\ISFORM 1 .doe 1 ! Environmental Issues Information Sources (see list on page 15) 6.TRANSPORTATION/CIRCULATION. Would the proposal result in: Potentially Significant Issues Potentially Significant Unless Mitigation Incorporated Less No Than Impact Signifi- cant Impact a)Increased vehicle trips or traffic congestion?2, 4 x b) Hazards to safety from design features (e.g. s,barp 2, 3 x curves or dangerous intersections) or incompatible uses (e.g. farm equipment)? Inadequate eme~rgency access or access to nearby 3 x X c) uses? d) e~ f~ Insufficient parking capacity on-site or off-site? Hazards or barriers for pedestrians or bicyclists? Conflicts wffh adopted policies supporting 3 1,2 1,2 x alternative transportation (e.g. bus turnouts, bicycle racks)? g) a) Endangered, threatened or rare species-or their habitats (including but not limited to plants, fish, insects, animals or birds)? Rail, waterborne or air traffic impacts?1, 2 BIOLOGICAL RESOURCES. Would the proposal result in reduction or interference in: 2,4,6 b)Locally designated species (e.g. heritage trees)? c) Locally designated natural communities (e.g. oak forest, coastal habitat, etc.)? d) e) 1, 3,4,7 1,2 Wetland habitat (e.g. marsh, riparian, vernal pool?) Wildlife dispersal or migration corridors? X x X X X X 8.ENERGY AND MINERAL RESOURCES. Would the proposal: a)Conflict with adopted energy conservation plans?1 x b)Use non-renewable resources in a wasteful and 3 x inefficient manner? c) Result in the loss of availability of a known mineral 1 x resource that would be of future value to the region and the residents of the State? 9.HAZARDS. Would the proposal involve: 3 xa)A risk of accidental explosion or release of hazardous substances (including, but not limited to: oil, pesticides, chemicals or radiation)? J:\WORK\I39139\ISFORMI.doc _12 Environmental Issues b) Possible interference with an emergency response plan or emergency evacuation plan? c) The creation of any health I~azard or potential health hazard? f d) Exposure of people to existing sources of poten.tial health hazards? e) Increased fire hazard in areas with flammable brush, grass or trees? 10. NOISE. Would the proposal result in: Information Sources (see list on page 1 5) 1,3 1,3 Potentially Significant Issues Potentially Significant Unless Mitigation Incorporated Less No Than Impact Signifi- - cant Impact X x x a) b) 11. Increase in e_xisting noise levels?1, 2, 4 Exposure of people to severe noise levels?1, 2, 4 PUBLIC SERVICES. Would the proposal have an effect upon, or result in a need for new or altered government services in any of the following areas: a) b) c) d) Fire protection? Police protection? Schools? Maintenance of public facilities, including roads or 1 1 1 1,3 storm drain facilities? e)Other governmental services?1 12.UTILITIES AND SERVICE SYSTEMS, Would the proposal result in a need for new systems or supplies, or substantial alterations to the following utilities: a)Power or natural gas? b)Communications systems? c) Local or regional water treatment or distribution facilities? d)Sewer or septic tanks? e)Stormwater drainage or stormwater quality? f)Solid waste disposal? g)Local or regional water supplies? 1,3 1,3 1,3 1,3 1,3 1,3 1,3 X X. X J:\WORK\ 139139\ISFORM 1 .doe ~13 Environmental Issues Information Potentially Potentially 13. AESTHETICS. Would the proposal: a)Affect a scenic vista or scenic highway? b)Have a demonstrable negative aesthetic effect? c)Create light or glare? 14.CULTURAL RESOURCES. Would the proposal: Sources (see list on page 1 5) 1,2 1,2 3 Significant Issues Significant Unless Mitigation Incorporated Less Than Signifi- cant Impact a) b) c) d) Disturb paleontological resources? Disturb archaeological resources? Affect historical resourcesL . _ Have the potential to cause a physical change which would affect unique ethnic cultural values? e) Restrict existing religious or sacred uses within the potential impact area? 1,2 1,2 ~1,2 1,2 1,2 X X 15, RECREATION. Would the proposal: a) Increase the demand for neighborhood or regional parks or other recreational facilities? b)Affect existing recreational opportunities? 16. MANDATORY FINDINGS OF SIGNIFICANCE. a) Does the project have the potential to degrade the quality of the environment, substantially reduce the habitat of a fish or wildlife species, cause a fish or ~vildlife. population to drop below self-sustaining levels, threaten to eliminate a plant or animal community, reduce the number or restrict the range of a rare or endangered plant or animal or eliminate important examples of the major periods of California history or prehis{ory? b) " Does the project have the potential to achieve short- term, to the disadvantage of long-term, environmental goals? c) Does the project have impacts that are individually limited, but cumulatively considerable? ("Cumulatively considerable" means that the incremental effects of a project are considerable when viewed in connection with the effects of past projects, the effects of other current projects, and the effects of probable future projects) d) Does the project have environmental effects which will cause substantial adverse effects on human beings, either directly or indirectly? No Impact X J :\WORK\ 139139\IS FORM 1 .doc 14 17. INFORMATION SOURCES 1 Draft Palo Alto Comprehensive Plan, 1996-2010, Embracing the New Century. 2’Draft Environmental Impact Report for Palo Alto Comprehensive Plan Update, prepared for City of Palo Alto by Brady and Associates, December 1996. 3’Task 5 Schematic Design Submittal for the Amarillo Avenue/Embarcadero Way Relief Sewer Project, prepared for the City of Palo Alto by Kennedy/Jenks Consultants, April 1997. 4 Telephone conversation with Stephen J,~lein, Woodward-Clyde Consultants, on April 8, 1997. 5 Geotechnical Investigation for the Amarillo Avenue and Embarcadero Way Relief Sewer Project, Palo AIto,.California, prepared by Woodward Clyde Consultants, September 1997. 6 Baylands Nature Preserve Master Plan, adopted by City of Palo Alto in 1978. 7 Conversation and field-visit with Palo Alto City Arborist, David Sandage, April 21, 1 997. J :\WOR K\ 139139\lSFORM 1 .doc 15 19. EXPLANATIONS FOR CHECKLIST RESPONSES lb 1C 2b 3a 3b 3c 3d Approximately 1,000 feet of the relief sewer would be located underneath the northwesternmost ’ portion of the Baylands Nature Preserve. The preserve is owned by the City and is zoned for public facilities. The preserve has one of the largest undisturbed areas of native marsh vegetation, endangered species habitats, and habitats for waterfowl and shorebirds in the South Bay. Recreational facilities for the Baylands Preserve have been planned and implemented through the Baylands Master Plan, which was adopted l?y the City in 1978. The Master Plan is a detailed plan that seeks to balance ecological preservation of the area with controlled commercial and recreational use of the area. The relief sewer would be installed underneath this portion of the preserve using microtunneling technology; a jacking/receiving pit would be located approximately at the mid- point of the 1,200-foot length, about 500 feet west-of the end of Faber Place. It is possible that access to the pedestrian/bicycle path in this location may be temporarily restricted by construction activities associated with this pit, but there would be no surface disruption of the preserve itself. After construction is completed in this vicinity, the pipeline would not be visible, and there would be a manhole on the north side of the pathway. Construction activities in this vicinity will be coordinated with the City’s Recreation, Open Space & Sciences Division, and may require temporary signage t6 direct pathway users of alternate routes to access the Preserve. Because there would be no permanent affects on the Preserve, the project would not conflict with the Baylands Master Plan. Although construction activities may cause short-term temporary disruption to some land uses in the vicinity of the pipeline project, the project itself would not be incompatible with existing land uses. The relief sewer project is not growth-inducing because it does not provide additional capacity to or expansion of sewer collection or treatment infrastructure in Palo Alto. The relief sewer is designed- and intended to provide flow capacity for peak storm events. Based on available information, no active faults are located in the immediate project vicinity; therefore, the likelihood of surface rupture or fault creep along the proposed alignment is considered remote. The Palo Alto Comprehensive Plan designates the project area to be prone to very violent shaking in the event of a major earthquake. This shaking could cause significant damage to underground infrastructure if not properly designed and constructed. A geotechnical report for the project has been prepared and is available for public review at the City Utilities Department at the address listed on the front page of this document. The recommended seismic design measures identified in that report will be incorporated into the project to reduce potential seismic impacts to a less than significant level. _ ~ Liquefaction can occur when loose, saturated, relatively dean cohesionless soils are subjected to ground vibrations. The geotechnical investigation prepared for the project indicates that the soil conditions in the project vicinity consist primarily of day soils, with occasional sand and gravel layers. The clay layers are judged not to be susceptible to liquefaction, but there is some potential for liquefaction to occur in the medium dense sand and gravel layers encountered at some boring locations. Design measures will be incorporated into the project to address liquefaction issues. Tsunami, seiche, or vol~_anic hazard are geologic problems not associated with the San Francisco Bay and its environs. Therefore, this does not represent a significant impact to the project. J:\WORK\139139\ISFORM 1 .doe 16 3e The project vicinity is relatively flat, so landslides and/or mudflows would not occur and no impact would result. 3f Excavation and fill activities would be associated wi’th the microtunneling jacking and receiving pits. ’Excavation and subsequent fill of these pits will be performed in accordance with standard construction practices, which indude protective measures to prevent erosion and unstable soil conditions. Temporary shoring will be utilized, in accordance with recommendations contained in the geotechnicalinvestigation: Based on the available subsurface data, it i~ anticipated that the ground conditions that will be encountered during microtunneling will consist mainly of soft to very stiff alluvial days, interbedded with loose to medium dense alluvial sands and gravels. These ground conditions indicate the need for positive groundwater control during construction and special rnicrotunneling equipment to minimize the loss of ground and surface settlement. Although no land subsidence is anticipated, either during or after pipeline installation, special design and construction measures, as recommended in the geotechnical investigation, will be incorporated into the project to reduce potential geotechnical impacts to a less than significant level. 3h See response to Item 3g above.- 3i There are no unique geologic or physical features in the project vicinity. 4c Construction activities could temporarily cause surface runoff to storm drains or adjacent properties. However, pursuant to RWQCB permit requirements, a Stormwater Pollution Prevent Plan (SWPPP) will be developed and implemented for the project. The plan will include a description of all construction practices that would be employed to control pollutants in stormwater discharges. The SWPPP will be submitted to and reviewed by the City Public Works Department to ensure that .. _ suitable specifications are included in the plan. 4d -The project will not involve any disruptions to surface waters or wetlands. For the jacking/receiving pits located near the pedestrian path and Baylands Nature Preserve, the marsh and wetlands areas will be dearly delineated to the contractor, and no construction activity will be permitted in the Preserve itself. In addition, erosion control measures will be used to prevent accidental discharge of construction materials to wetlands. 4e See response to Item 4d above. 4t.Shallow groundwater in the project vicinity was encountered in all test borings at depths ranging between 4 !6 to 616 feet below present ground surface. The shallowest groundwater depths measured in the borings are typically within or just above the Bay Mud layer. It is anticipated that the groundwater level will be about 10 to 15 feet above the bottom of the proposed pipe trench;~ therefore, a dewatering system will be installed to minimize groundwater infiltration into the microtunneling operation. The ~dewatering system will be designed and implemented in accordance with the recommendations of the geotechnical investigation. See response to Item 4d above. 5b An increase in dust and emissions from heavy machinery and truck traffic is expected during project construction. This could create a temporary air quaJity impact to nearby residents and businesses. To reduce this impact_to a less than significant level, construction equipment will be properly maintained and tuned, engine idling will be minimized, regular street cleaning will be conducted, and construction zones will be watered as appropriate to reduce construction dust. Trucks hauling dirt will also be covered. J:\WORK\I39139\ISFORM l.doe 17 With microtunneling technology, approximately 6-8 trucks per day would arrive and depart from the jacking pits with pipe delivery, and approximately 6-8 trucks per day would arrive and depart from the same pits carrying waste or slurry spoils. Construction spoils would be taken to a nearby landfill. While this truck traffic increase is not considered significant and would not add to traffic congestion, the trucks would represent a different type of vehicular movement on the local Palo Alto streets (particularly Amarillo Avenue) where construction would occur. The construction contractor Will be required to prepare.and implement a traffic management plan for construction activities that have the potential to disrupt traffic flow or affect neighboring properties, and to identify appropriate travel routes for trucks. Both West Bayshcrfe and East Bayshore Roads are designated through truck routes in the City of Palo Alto, so construction trucks would be limited to these routes. Truck access to the Amarillo Avenue construction area should be directed to West Bayshore Road, rather than Greer Road. Bicycle travel is an important component of the transportation system that connects Palo Alto, Menlo Park, Mountain View, and Stanford University. Bicycle facilities are defined as: Class I - bike path (an exclusive right-of-way for bicyclists and pedestrians, with cross flows of motorists minimized); Class II - bike lane (an area designated by lane striping within the paved roadway that is restricted to bicycle and moped use); Class III- bike route (a right-of-way, usually a paved street, designated by signs that is shared by bicycle and motor vehicle traffic, and where bicycle usage is encouraged); shared roadway (no bikeway designation, usage of any street by bicyclists unless specifically prohibited); and bicycle boulevard (a local street on which bicycle travel is given precedence, and on which impediments to bicycle travel are removed or minimized). Designated bike routes in the project vicinity include the following: ® ® East Bayshore - on-street bike lane and off-road bike path West Bayshore - on-street bike lane Amarillo and Greer Avenues - signed bike route Oregon Avenue or Oregon frontage road (between Greer and U.S. 101) - on-street bike lane Pedestrian path off East Bayshore - off-road bike path Construction activities have the potential to affect_ these nearby bicycle facilities. The traffic management plan discussed in Item 6a above will include measures to protect bicyclists and pedestrians from construction activities and traffic, and to provide for adequate bicycle movement. As indicated in Item #1b above, a portion of the relief sewer would be located underneath the northwesternmost portion of the Baylands Preserve. The Preserve contains significant native marsh vegetation and endangered species habitat. Prior to construction of the jacking/receiving pits near the pedestrian pathway, the limits of the marsh will be clearly delineated and protected from construction activities. Therefore, there would be no surface disruption to any part of the preserve, and no endangered, threatened, or rare species or their habitats would be affected by the project. No heritage trees would be affected by the project. The microtttnneling activity would occur about 8 to 14 feet beneath the ground surface, with an average of 11 feet of cover. Tree root systems along the aligrtrnent are expected to reside in the first 3 feet of cover, and roots are not expected at more than 6 feet of depth, especially with the reduced oxygen available at deeper elevations. Therefore, tree roots along the alignment would not be affected by the microtunneling activity. See response to Items #1b and #7a above. J:\WORKM 39139\ISFORM 1 .doc 18 9b 9d lOa 10b Chemicals such as gasoline, diesel, fuels, lubricating oils, hydraulic oil, lubricating grease, automatic transmission fluid, paints, and solvents may be used during construction activities. An accidental spill of any of these substances could occur during construction Of the project. Handling and storage of fuels and other flammable materials is governed by the California Occupational Safety and Health Administration (CAL/OSHA) standards. ConstructiQn documents will include a Substance Control Program for construction activities to reduce and prevent the potential for chemical spills. This program will require the safe collection and disposal of hazardous substances generated during construction activities, and ~ill include an Emergency Response Program to ensure quick and safe cleanup of accidental spills. ~ The project would not interfere with an emergency response or evacuation plan. However, because some project construction would occur within City rights-of-way, some traffic obstruction, including emergency vehicle travel, may be affected. The contractor will be required to obtain permits for construction in City rights-of-way, and will notify the City regarding which streets may be affected. It is not anticipated that the pipeline construction will encounter contaminated soils or groundwater. In addition, the primary method of pipeline installation will be via trenchless technology; therefore, the potential for construction wOrkers to come into contact with potentially contaminated materials would be minimized. Nonetheless, the contractor will be required to prepare and irriplement a health and safety plan which will include protocols to be followed in the event that contaminated !_soils or groundwater are encountered. The project would result temporary increased noise levels during construction, but no long-term noise increases from operations. Sensitive receptors to construction noise include the residences and Greer Park along Amarillo Avenue, office building employees along East Bayshore Road and in The Harbor Business Park, and animals inhabiting the Baylands Preserve. Construction activities associated with the project would include earth-moving equipment required for excavating and filling the microtunneling pits, the microtunneling machinery itself, and truck traffic associated with the mi_’crotunneling activity. Construhtion activities and microtunneling operations may generate noise levels around 85 to 90 dBA. According to the City’s Noise Ordinance (City of Palo Alto Municipal Code, Chapter 9.10), construction activities that are authorized by a city permit ai:e allowed between 8:00 a.m. and 8:00 pxa. Monday through Friday; 9:00 a.m. and 8:00 p.m. on Saturday; and 10:00 a.m. and 6:00 p.m. on Sundays and holidays, if the construction activities meet at least one of the following requirements: No individual piece of equipment may produce a noise level exceeding 110 dBA at a distance of 25 feet. -The noise level at any point outside the property plane of the project must not exceed 110 dBA. ~ - Construction on residential property shall be allowed only during the hours between 8:00 a.m. and 6:00 p.m. Monday through Friday; 9:00 a.m. and 6:00 p.m. on Saturday; and 10:00 a.m. and 6:00 p.m. on Sundays and holidays. The contractor will be required to comply with City noise standards during project construction in both residential and non-residential areas. If construction activities require exceptions to the noise standards or ordinance, appropriate permits will be obtained. The noise levels from construction activities could potentially be considered severe by adjacent sensitive receptors, although they would be temporary. As noted in Item #10a above, construction activities will be required to comply with all applicable City noise standards and ordinances. J:kWOR K\ 139139\1S FORM 1 .doc 19 11d 12c. 12d 13b 14a-e 15b The proposed relief sewer would be required to be maintained by the City of Palo Alto. This is not a significant impact on City services. The project would not require any modifications to the Palo Alto Regional Water Quality Control Plant, or any other pipelines in the City’s sewage collection system. See response to Item #11c above. The project would be located underground, with no visible components on the ground surface except manholes. There would be no change to the visual environment in the project vicinity after_~ construction is completed. The portion of the project located adjacent to and west of the Bayshore Freeway is considered to be an area of "Moderate Sensitivity" for archaeological resources in. Palo Alto. Areas east of the freeway are considered to have low archaeological sensitivity. There are no known archaeological or historical resources in the project construction area. However, in the event that cultural resources are discovered during construction activities, all work would cease, and a qualified archaeologist would be consulted to determine the significance of the findings. Recreatior~al users of Greer Park and the pedestrian path leading from East Bayshore Road through the Nature Preserve to Faber Place (under which the relief sewer would be located) could be temporarily affected by project construction activities. Greer Park users may be affected by construction noise, but there would be no construction activities within the park itself. The pedestrian path may need to be temporarily restricted to bicyclists and pedestrians during construction activities. If access to the path needs to be restricted, users would be directed by ........ temporary signage to alternate routes in the Preserve vicinity. Pathway closures, notices to users, and temporary signage will be coordinated with the City’s Recreation, Open Space and Sciences Division. Impacts to recreational users are considered short-term temporary impacts related to construction only; no long-term effects to the Preserve would occur. Any damage to the pedestrian/bicycle path due to construction activities shall be repaired, and the path reconstructed to City standards. Pre- and post-construction surveys of the pathway will be performed; after construction, the City Engineer will use the surveys to determine if the pathway has been-restored to its original condition. J:\WORK\I39139\ISFORMI.doc 20 i,i 00000~0~00- 000~000~0 0000000 ~000DO(DO OOOO ~ 0000~OOo oooo~~~ooo~0000 000 ~o~~o~ oooo~~~oooo~~0000 0000~000~00 ~ oooo~oooo~~00000 0000 0000~0000 .0 0 ~ooo~OOoooo o~~oooo~o~O o..... oOo~ooo 00000000 ~00 ~0000000 ~o~oooo oo~ ~ ~~oooo~0~0-0 0000io oo ~BooSBo~ OOOoo ooo~ oo ~~ ATTACHMENT "C" FORMAL CONTRACT SECTION 500 ,CONTRACT No. (Public Work) Utilities Engineering This Contract, number x dated x.._~_, is entered into by,.,end between the City of Palo AIto,_a chartered city and a municipal corporation of the State of California ("City"), and Mountain Cascade, Inc ....... a Ca forn a Corporation , ("Contractor"). For and in consideration of the covenants, terms, and conditions ("the provisions") of this contract, City and Contractor ("the parties") agree: Term. This Contract shall commence and be binding on the parties on the Date of Execution of this Contract, and shall expire on the date of recordation of the Notice of Substantial Completion, or, if no such notice is required to be filed, on the date that final payment is made hereunder, subject to the earlier termination of this Contract. General Scope of Project and Work. Contractor shall furnish labor, services, materials and equipment in connection with the construction of the Project and complete the Work in accordance with the covenants, terms and conditions of this Contract to the satisfaction of City. The Project and Work is generally described as follows: Title of Project: Total Bid: Amarillo Avenue and Embarcadero Way Relief Sewer Project, Invitation For Bid (IFB) Number 112122 $ 4,253,500 Contract Documents. ~This Contract shall consist of the documents set forth below, which are on file with the City Clerk and are hereby incorporated by reference. For the purposes of construing, interpreting and resolving inconsistencies between and among the provisions of this Contract, these documents and the provisions thereof are set forth in the following descending order of precedence. ao g. h. I.j. k. This Contract. Invitation For Bid. Project Specifications. Drawings. Change Orders. Bid. Supplementary Conditions. General Conditions;Standard Drawings and Specifications (1992). Certificate of Insurance, Performance Bond, Labor & Materials (Payment) Bond. Other Specifications, or part thereof, not expressly incorporated in the Contract Specifications or the Standard Drawings and Specifications (1992). Any other document not expressly mentioned herein which is issued by City or entered into by the parties. Compensation. In consideration of Contractor’s performance of its obligations hereunder, City shall pay to Contractor the amount set forth in Contractor’s Bid in accordance with the provisions of this Contract and upon the receipt of wdtten invoices and all necessary supporting documentation within the time set forth in the Contract Specifications and the Standard Drawings and Specifications (1992), or, if no time is stated, within thirty (30) Days of the date of receipt of Contractor’s invoices. Insurance. On or before the Date of Execution, Contractor shall obtain and maintain the policies o~f~nst~rance coverage described in the Invitation For Bid on terms and conditions and i,n amounts as may be required by the Risk Manager. City shall not be obligated to take out insurance on Contractor’s personal property or the personal property of any person performing labor or services or supplying materials or equipment under the Project. Contractor shall furnish City with the certificates of insurance and with original endorsements affecting coverage required under this Contract on or before the Date of Execution. The certificates and endorsements for each insurance policy shall be signed by a person who is authorized by that insurer to bind coverage in its behalf. Proof of insurance shall be mailed to the Project Manager to the ~I~/"Y’OE~PALQ_ALTO IFB ’1 PAGE 1 OF 6 ATTACHMENT "C" FORMAL CONTRACT address set forth in Section 15 of this Contract. SECTION 500 o Indemnification. Contractor agrees to protect, defend, indemnify and hold City, its Council members, officers, employees, agents and representatives harmless from and against any and all claims, demands, liabilities, losses, damages, costs, expenses, liens, penalties, suits, or judgments, arising, in whole or in part, directly or indirectly, at any time from any injury to or death of persons or dam~age to property as a result of the willful acts or the negligent acts oromissions of Contractor, or which results from CSntractor’s noncompliance with any Law respecting the condition, use, occupation or safety of the Project site, or any part thereof, or which arises from Contractor’s failure to do anything required under this Contract or for doing anything which Contractor is required not to do under this Contract, or which arises from conduct for which any Law may impose strict liability on Contractor in the performance of or failure to perform the provisions of this Contract, except as may arise from the sole willful acts or negligent acts or omissions of City or any of its Council members, officers, employees, agents or representatives. This indemnification shall extend to any and all claims, demands, or liens made or filed by reason of any work performed by Contractor under this Contract at any time during the term of this Contract, or arising thereafter. To the extent Contractor will use hazardous materials in connection with the execution of its obligations under this Contract, Contractor further expressly agrees to protect, indemnify, hold harmless and defend City, its City Council members, officers and employees from and against any and all claims, demands, liabilities, losses, damages, costs, expenses, liens, penalties, suits, or judgments City may incur, arising, in whole or in part, in connection with or as a result of Contractor’s willful acts or negligent acts or omissions under this Contract, under the Comprehensive Environmental Response, Compensation and Liability Act (42 U.S:C: §§9601-6975, as amended); the Resource Conservation and Recovery Act (42 U.S.C. §§6901-6992k, as amended); the Toxic Substances Control Act (15 U.S.C. §§2601-2692, as amended); the Carpenter-Presley-Tanner Hazardous Substance Account Act (Health & Safety Code, §§25300-25395, as amended); the Hazardous Waste Control Law (Health & Safety Code, §§25100-25250.25, as amended); the Safe Drinking Water and Toxic Enforcement Act (Health & Safety Code, §§25249.5-25249.13, as amended); the Underground Storage of Hazardous Substances Act (Health & Safety Code, §§25280-25299.7, as amended); or under any other local, state or federal law, statute or ordinance, or at common law. Assumption of Risk. Contractor agrees to voluntarily assume any and all risk of loss, damage, or injury to the propeffy of Contractor which may occur in, on, or about the Project site at any time and in any manner, excepting such loss, injury, or damage as may be caused by the sole willful act or negligent act or omission of City or any of its Council members, officers, employees, agents or representatives. Waiver. The acceptance of any payment or performance, or any part thereof, shall not operate as a waiver by City of its rights under this Contract. A waiver by City of any breach of any part or provision of this Contract by Contractor shall not operate as a waiver or continuing waiver of any subsequent breach of the same or any other provision, nor shall any custom or practice which may arise between the parties in the administration of any part or provision of this Contract be construed to waive or to lessen the right of City to insist upon the performance of Contractor in strict compliance with the covenants, terms and conditions of this Contract. o ¯ Compliance with Laws. Contractor shall comply with all Laws now in force or which may hereafter be in force pertaining to the Project and Work and this Contract, with the requirement of any bond or fire underwriters or other similar body now or hereafter constituted, with any discretionary license or permit issued pursuant to any Law of any public agency or official as well as with any provision of all recorded documents affecting the Project site, insofar as any are required by reason of the use or occupancy of the Project site, and with all Laws pertaining to nondiscrimination in employment and hazardous materials. 10. 11. Bonds. As a condition precedent to City’s obligation to pay compensation to Contractor, and on or before the Date of Execution, Contractor shall furnish to the Project Manager the Bonds as required under the Invitation For Bid. Representations and Warranties. In the supply of any materials and equipment and the rendering of labor and services during the course and scope of the Project and Work, Contractor represents and warrants: Any materials and equipment which shall be used during the course and scope of the Project and Work shall be vested in Contractor; - - CITY OF PALO ALTO IFB 112122 PAGE 2 OF 6 ATTACHMENT "C" FORMAL CONTRACT SECTION 500 ,b.Any materials and equipment which shall be used during the course and scope of the Project and Work shall be merchantable and fit to be used for the particular purpose for which the materials are required; Co Any labor and services rendered and materials and equipment used or employed during the course and scope of the Project and Work shall be free of defects in workmanship for a period of one (1) year after the recordation of the Notice of Substantial Completion,~, if no such notice is required to be filed, on the date that finalpayment is made hereunder; do Any manufacturer’s warranty obtained by Contractor shall be obtained or shall be deemed obtained by Contractor for and in behalf of City. Any information submitted by Contractor prior to the award of Contract, or thereafter, upon request, whether or not submitted under a continuing obligation by the terms of the Contract to do so, is true and correct at the time such information issubmitted or made available to the City; Contractor has not colluded, conspired, or agreed, directly or indirectly, with any person in regard to the terms and conditions of Contractor’s Bid, except as may be permitted by the Invitation For Bid; Contractor has the power and authority to enter into this Contract with City, that the individual executing this Contract is duly authorized to do so by appropriate resolution, and that this Contract shall be executed, delivered and performed pursuant to the p0~r and authority conferred upon the person or persons authorized to bind Contractor; Contractor has not made an attempt to exert undue influence with the Purchasing Manager or Project Manager or any other person who has directly contributed to City’s decision to award the contract to Contractor; There are no unresolved claims or disputes between Contractor and City which would materially affect Contractor’s ability to perform under the Contract; Contractor has furnished and will furnish true and accurate statements, records, reports, resolutions, certifications, and other written information as may be requested of Contractor by City from time to time during the term of this Contract; ko Contractor and any person performing labor and services under this Project are duly licensed by the State of -California as required by California Business & Professions Code Section 7028, as amended; and Contractor has fully-examined and inspected the Project site and has full knowledge of the physical conditions of the Project site.’ 12. 13,, Assiqnment. This Contract and the performance required hereunder is personal to Contractor, and it shall not be assigned by Contractor. Any attempted assignment shall be null and void. Claims of Contractor. All claims pertaining to extra work, additional charges, or delays within~the-Contract Time or other disputes arising out of the Contract shall be submitted by Contractor to City in writing by certified or registered mail within ten (10) Days after the claim arose or within such other time as may be permitted or required by law, and shall be described in sufficient detail to give adequate notice of the substance of the claim to City. 14.Audits by’ City. During the term of this Contract and for a period of not less than three (3) years after the expiration or earlier termination of this Contract, City shall have the right to audit Contractor’s Project-related and Work-related writings and business records, as such terms are defined in California Evidence Code Sections 250 and 1271, as amended, during the regular business hours of Contractor, or, if Contractor has no such hours, during the regular business hours of City. 15.Notices. All agreements, appointments, approvals, authorizations,-claims, demands, Change Orders, consents, designations, notices, offers, requests and statements given by either party to the other shall be in writing and shall be sufficiently given and served upon the other party if (1) personally served, (2) sent by the United States mail, postag.e CITY OF PALO ALTO IFB 112122 PAGE 3 OF 6 ATTACHMENT "C" PART II FORMAL CONTRACT (SAMPLE) SECTION 500 prepaid, (3) sent by private express delivery service, or (4) in the case of a facsimiletransmission, if sent to the telephone FAX number set fo~h below during regular business hours of the receiving party and followed within two (2) Days by delivery of a hard copy of the material sent by facsimile transmission, in accordance with (1), (2) or (3) above. Personal service shall include, without limitation, service by delivery and service by facsimile transmission. To City:City of Palo Alto City Clerk f 250 Hamilton Avenue P.O. Box 10250 Palo Alto, CA 94303 Copy to:City of Palo Alto Utilities Department, Attn: Edward Wu, Project Manager 250 Hamilton Ave P.O. Box 10250 Palo Alto, CA 94303 To Contractor: ÷ Attn: 16. 17. Appropriation of City Funds. This Contract is subject to the fiscal provisions of Article III, Section 12 of the Charter of the City of Palo Alto. Any charges hereunder for labor, services, materials and equipment may accrue only after such expenditures have been approved in advance in writing in accordance with applicable Laws. This Contract shall terminate without penalty (I) at the end of any fiscal year in the event that funds are not appropriated for the following fiscal year, or (ii) at any time within a fiscal year in the event that funds are only appropriated for a portion of the fiscal year and funds for this Contract are no longer available. This Section 16 shall control in theevent of a conflict with any other provision of this Contract. Miscellaneous. Bailee Disclaimer. The parties understand and agree that City does not purport to be Contractor’s bailee, and City is, therefore, not responsible for any damage to the personal property of Contractor. Consent. Whenever in this Contract the approval or consent of a party is required, such approval or consent shall be in writing and shall be executed by a person having the express authority to grant such approval or consent. Co Controlling Law. The parties agree that this Contract shall be governed and construed by and in accordance with the Laws of the State of California. do Definitions. The definitions and terms set forth in Section I of the Standard Drawings and Specifications (1992) of this Contract are incorporated herein by reference. Force Majeure. Neither party shall be deemed to be in default on account of any delay or failure to perform its obligations under this Contract which directly results from an Act of God or an act of a superior governmental authority. Headings. The paragraph headings are not a part of this Contract and shall have no effect upon the construction or interpretation of any part of this Contract. Incorporation of Documents. All do.cuments constituting the Contract documents described in Section ~3 hereof and all documents which may, from time to time, be referred to in any duly executed amendment hereto are by PAGE 4 OF 6CITY OF PALO ALTO IFB 112122 ATTACHMENT "C" PART II FORMAL CONTRACT !SAMPLE! SECTION 500 such reference incorporated in this Contract and shall be deemed to be part of this Contract. ho Integration. This Contract and any amendments hereto between the parties constitute the entire agreement between the parties concerning the Project and Work, and there are no other prior oral or written agreements between the parties that are not incorporated in this Contract. Modification of Agreement. This Contra~ shall not be modified or be bindir~g upon the parties, unless such modification is agreed to in writing and signed by the parties. Provision. Any agreement, covenant, condition, clause, qualification, restriction, reservation, term or other stipulation in the Contract shall define or otherwise control, establish, or limit the performance required or permitted or to be required of or permitted by either party. All provisions, whether covenants or conditions, shall be deemed to be both covenants and conditions. ko Resolution. Contractor shall submit with its Bid a copy of any corporate or partnership resolution or other writing, which authorizes any director, officer or other employee or partner to act for or in behalf of Contractor or which authorizes Contractor to enter into this Contract. Severability. If a court of competent jurisdiction finds or rules that any provision of this Contract is void or unenforceable, the provisions of this Contract not so affected shall remain in ,full force and effect. Status of Contractor. In the exercise of rights and obligations under this Contract, Contractor acts as an independent contractor and not as an agent or employee of City. Contractor shall not be entitled to any rights and benefits accorded or accruing to the City Council members, officers or employees of City, and Contractor expressly waives any and all claims to such rights and benefits. no Successors and Assigns. The provisions of this Contract shall inure to the benefit of, and shall apply to and bind, the successors and assigns of the parties. Time of the Essence. Time is of the essence of this Contract and each of its provisions. In the calculation of time hereunder, the time in which an act is to be performed shall be computed by excluding the first Day and including the last. If the time in which an act is to be performed falls on a Saturday, Sunday, or any Day observed as a legal holiday by-City,the time for performance shall be extended to the following Business Day. go Venue. In the event that suit is brought by either party hereunder, the parties agree that trial of such action shall be vested exclusively in the state courts of California in the County of Santa Clara in the City of San Jose or in the United States District Court for the Northern District of California in the City of San Jose. qo Recovery of costs. The prevailing party in any action brought to enforce the terms of this Contract or arising out of this Contract may recover its reasonable costs, including reasonable attorney’s fees, incurred or expended in connection with such action against the non-prevailing party. IN WITNESS WHEREOF, the parties have by their duly appointed representatives executed this Contract in the city of Palo Alto, County of Santa Clara, State of California on the date first stated above. ATTEST:CITY OF PALO ALTO By: City Clerk Its: Mayor APPROVED AS TO FORM: Senior Assistant City Attorney CITY OF PALO ALTO IFB 112122 PAGE 5 OF 6 ATTACHMENT "C" PART II FORMAL CONTRACT (SAMPLE) APPROVED: Assistant City Manager Director of Utilities Director of Administrative Services Contract Manager(insurance review) SECTION 5O0 CONTRACTOR: By: Name: Title: By: Name: Title: (Compliance with California Corporations Code § 313 is required if the entity on whose behalf this Contract is signed is a corporation In the alternative, a certified corporate resolution attesting to the signatory authority of the individuals signing in their respective capacities is acceptable.) CERTIFICATE OF ACKNOWLEDGMENT (Civil Code § 1189) STATE OF COUNTY OF On , before me, public in and for said County, personally appeared , a notary , personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the Within instrument and acknowledged to me that he/she/they executed the same in hislherltheir authorized capacity(ies), and that by his/her/theiP signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Signature (,Seal) "CITY OF PALO ALTO IFB 112122 PAGE 6 OF 6 PROPOSED L2" SANITARY RELIEF SEWER 101 BAYSHORE FREEVAY GREER PARK ANL4RILLO AVENUE / EMBARCADERO WAY RELIEF SEWER. PROIECT - CIP 37770 ATTACHM-F:.NT D - ~R (~’T l ~0 ATr~ ~,4 ~,0 ATTACHMENT E AMENDMENT NO. 2 TO CONTRACT NO. C7085061 BETWEEN THE CITY OF PALO ALTO AND KENNEDY/JENKS CONSULTANTS, INC. Amendment No. 2 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 KE~CNEDY/JENKS CONSULTANTS, INC., a California Corporation, located at 2191 East Bayshore Road, Suite 200, Palo Alto, CA 94303 ("CONSULTANT"). RE C I TAL S: WHEREAS, the Contract was entered into between the parties 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: follows: SECTION i.Section 6.1 is hereby amended to read as "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 Nine Hundred Thirteen Thousand Two Hundred Twenty-eight Dollars ($913,228.00) as itemized in Exhibit ~B", as may be revised from time to time. 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 com~!.encing 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 is 990510 syn 0071608 1 SECTION 2. The following exhibits to the-Contract are hereby amended to read as set forth in the attachments to this Amendment, which are incorporated in full by this reference: a.Exhibit "A" entitled "Scope of Services" b.Exhibit "B" entitled "Proposed Budget". SECTION 3. Except as herein modified, all 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 their duly authorized representatives executed this Amendment No. Two on the date first above written. ATTEST:CITY OF PALO ALTO City Clerk Mayor APPROVED AS TO FORM: Senior Asst. City Attorney APPROVED: Assistant City Manager KENNEDY/JENKS CONSULTANTS, INC. Title : q%~-- --’~eS\~5~J~ Director of Administrative Services By Director of Utilities Insurance Review Nam~ Title :--~\~K~\]~<_ Taxpayer Identification No. .94- Attachments : EXHIBIT ~A" : EXHIBIT "B" : (Compliance with Corp. Code § 313 is required if the entity on whose behalf this contract is signed is a corporation. In the alternative, a certified corporate resolution attesting to the signatory authority of the individuals signing in their respective capacities is acceptable) SCOPE OF SERVICES (Revised). PROPOSED BUDGET (Revised) 990506 syn 0071608 2 CERTIFICATE OF ACKNOWLEDGMENT (Civil Code § 1189) STATE OF COUNTY OF ) ) ) On /~ I~ /qy~, before me, the undersigned, a notary, public in and for said County, personally appeared personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within instrument, and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on~ the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. signa~ t~a~y Public 990506 syn 0071608 CERTIFICATE OF ACKNOWLEDGMENT (Civil Code § 1189) STATE OF COUNTY OF On /~y/~, /~YY, before me, the undersigned, a notary pub~l ic in a.n~ for said County, personally appeared personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within instrument, and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the-person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Signat~N~ic 990506 syn 0071608 EXHIBIT A - SCOPE OF SERVICES Amarillo Avenue and Embarcadero Way Relief Sewer Project GENERAL The Consultant shall provide engine_e~ng se~rvices to design, develop construction drawings, specifications, and a construction cost estimate for the Amarillo Avenue and Embarcadero Way Relief Sewer Project. ¯ CONSULTANT SERVICES The Consultant’s services shall include evaluating the criteria used as a part of the City’s 1989 master plarpa_ ing effort, comparing this criteria to the existing conditions, designing a relief sewer and preparing construction documents for the installation of the relief sewer. The Cons~altant’s basic services shall include the tasks outlined below. W1 - 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, compare 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 this 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 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. o o P 1 - Public Meeting No. 1 The Consultant shall organize.and c~0nduct 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 ana!ysis of the options for constructing the relief sewer. The areas for which various c~ptions 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. Task 4 - Assessment of Permits 10. 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. Task 5 - Preparation of Design Documents 11. 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 fro this project. Task 6 - 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 of addendums as required, attending a pre-bid conference and job walk with the City and bidders, and the evaluation of the bids. 12.Tasl~ 7 - Support during Construction Definitions: .- Contract Documents: The construction Contract Documents Contractor: The construction contractor Engineer: Kennedy/Jenks Consultants Inc. Task 7A:Preconstruction Services 7A.1 7A.2 Project initiation: Set up project procedures and job files, set up and organize field and office work spaces, obtain equipment and furnishings, review the design documents, and perform other work required to initiate the project. Preconstruction meeting: Conduct a Preconstruction Meeting with the City and. the Contractor to establish project working relationships and procedures and to review job conditions and requirements. Prepare a meeting agenda and meeting minutes. 7A.2 Preconstruction photographs and video: Take preconstruction photographs and videos of the work sites including construction staging areas, temporary easement areas, and landscaping, traffic markings, bike path markings and other structures along the sewer alignment, and faces of buildings or other structures on eithe~ side of the alignment. Two copies of photographs and videos will be made, one for the City and one for the Engineer’s project file. Task 7B:Onsite Services 7B.1 Full time resident engineering and inspection: Provide onsite technical personnel to observe the construction activities for compliance with requirements of the 7B.l.1 7B.2 7B.3 7B.4 7B.5 7B.6 7B.7 7B.8 7B.9 contract plans and specifications. Excavation observation: Observe completed excavations to determine the condition of the soils at the bottom of the excavations. Identify unsuitable base soils and extent of any required remediation. Schedule review and monitoring: Review monthly updates to Contractor’s schedule to assess complian~ with contract requirements and to monitor the schedule versus actual work~progress. Project meetings: Conduct weekly meetings with the City and the Contractor’s representative to review project schedule, issues regarding compli_ance with contract requirements, coordination with the City and other entities, and activities planned for the next two weeks. Project records: Maintain job files .... - Prepare daily construction activity reports, meeting minutes of weekly project meetings, field clarifications, requests for quotation, change orders and other documents. Maintain logs of submittals, RFIs, change orders and test results. Materials testing: Schedule testing of materials in accordance with the project specifications including soil compaction tests, and_ testing of concrete and field welds (as necessary). Testing of materials will be performed under the City’s existing contract with Testing Engineers, Inc (TEI). Review TEI invoices confirming testing services pe.rformed to assist City’s invoice processing. Insofar as conditions allow, record number of hours TEl spends on site. -Field reports: Receive and file Contractor generated reports and records of field operations including: survey notes and records of laser setup, layout of work, etc. microtunneling records and shift reports of thrust force, slurry pressure, etc. in accordance with Paragraph 1.05G of Section 02315. field test results and test reports. Review and verify Contractor’s proposed percentage of work complete in accordance with the requirements of the project specifications. Make ,_ recommendation for City approval of the Contractor’s progress payment requests. Delineate in the field the boundaries of the marsh and wetlands areas in the vicinity of the project for the Contractor’s reference in erecting barriers and signage in accordance with the project specifications. Coordination: Respond to requests from City departments or from other agencies as may result from the construction. Work may include assistance with obtaining City use permits and providing notifications to and/or informational meetings with parties affected by construction activities. 7B. 10 Observe and monitor field testing performed by the Contractor including leakage testing of pipe, manholes and slide gates, and testing of flowmeter equipment. Task 7C:office Support Services 7C.1 Schedule: Review the Contractor:s proposed Construction Schedule for compliance with the requirements of the Contract Documents. 7C.2 submittals: Provide review, consultation and processing of Contractor’s shop drawings, materials testing reports, work plans and other submittals for conformance with the requirements of the Contract Documents. The Engineer will receive the submittals from the Contractor, distribute a copy to the appropriate reviewer and conform the other four copies (of 5 copies received) to the reviewer’s comments. The five conformed submittal copies will be distributed as follows: One copy each to the City and the Engineer’s onsite office, two copies will be returned to the Contractor, and one copy will be retained for the office file. The budget for submittal review is based on an anticipated maximum total of 60 submittals and resubmittals at an average of four hours of review time each. : 7C.3 7C.5 Coordinate review of certain submittals with the City, as appropriate, such as review of the Traffic Control Plan by the City Traffic Department and approval of backfill material by the Public Works Department. Provide the following design-related office support services: Review and negotiate requests for modifications with the Contractor. -- - Recommend change orders to the City and prepare justifications for change orders. Provide interpretation of contract specifications and drawings. Review and respond to Contractor generated RFIs. The budget for responding to RFIs is based on an anticipated maximum of 100 RFIs, each with an average review and response time Of four hours. Review claims made by the Contractor. Record Drawings: Prepare and deliver to the City one set of reproducible Ree’ord Drawingsand one set of Record Drawings oft he completed construction project in an electronic format (Autocad 1-4). Record Drawings will reflect field changes that have been recorded by the Contractor. Project Management: Manage the project including monitoring and tracking schedule and budget, coordination with subcontractors and keeping the City informed of project status. 7C.5.1 Project kickoff meeting: Meet with the City to establish procedures for coordination with the City including routing of submittals and other documents and other administrative details. Also review agenda for Preconstruction Meeting. 7C.5.2 Project status meetings: .Conduct monthly project meetings with the City to review project status, including schedule and budget status, and to discuss administrative or technical issues as required. Provide the City with minutes of the project status meetings. Task7D Project Closeout 7D.1 Provide project closeout services including: -Conduct Final Walk-through -Review final payment request -Review pipe post video tapes -Finalize project documents and records for future reference -File Notice of Completion Task 7E Additional Services 13. 7E.1 Provide, on a time and expense reimbursable basis, additional construction services as may be authorized by the City. 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 task is for Kennedy/Jenks to review the Sewer System Master Plan update and to work with Talavera and 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 stafftime will be required to complete this task for a total cost of $4,416. 14.Task 9 - Right-of-Way Support Services Our surveying subconsultant, Sandis Humber Jon~s, 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~Amaxillo 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 of Palo Alto’s Real Estate Department will perform the title searches and other activities related to the right-of-way acquisition process. Our subconsu~tant has estimated a cost of $5,500 to complete their scope of work. 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 t.ask shall be negotiated and agreed upon prior to providing the service. Cons_ultant 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 withe 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 ~cquisition 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 W1 - Workshop No. 1 Task 1 - Evaluation of Design Criteria~ W2 Workshop No. 2 Task 2 - Data Acquisition P 1 - Public Meeting No. 1 Task 3 - Detailed Analysis of Key Issues Cost $5,000.00 $16,000.00 s lO,O0d.oo $70,000.00 $ 6,000.00 $ 55,000.00 W3 - Workshop No. 3 P2 - Public Meeting No. 2 Task 4 - Assessment of Permits $15,000.00 $ 7,000.00 $ 7,000.00 Task 5 - Preparation of Design Documents Task 6 - Bid Support Task 7 - Support During Construction Task 8 - Review Sewer Master Plan Update Task 9 - Right-of-Way Support Services Total $ 100,000.00 $--10,000.00 $ 599,073.00 $ 4,416.00 $ 8,739.00 $ 913,228.00 Cost of Task 1 increased $11,000 for System Modeling Client/Address:Kennedy/Jenks Consultants Contract/Proposal Date: , Schedule of Charges January 1, 1999 Personnel Compensation Classification -Hourly Rate Drafter/Technician ........................................................... ..............................$62 Deslgner/Senior Technician ........,~ .................................................~. ...........$78 Staff Engineer-Scientist ......................................................................; .........$72 Senior Staff Engineer-Scientist .....................................................................$78 Engineer-Scientist .......................................................................................$96 Associate Engineer-Scientist ......................................................................$110 Senior Associate Engineer-Scientist ..........................................................$120 Senior Engineer-Scientist ...........................................................................$135 Principal Engineer.Scientist ........................................................................$145 Senior Principal ..........................................................................................$150 Word Processor/Project Administrator" ........................................................$53 Non-Technical*. ..............................; .............................................................$42 *Time will be charged only for preparation of technical reports/matedab, and special documentation and does not apply to routine administrative activities. -- ~ The above Hourly Rates include normal and Incidental costs such as routine communications, postage and off~ce supptlss. Direct Expenses Reimbursement for direct expenses, as listed below, Incurred in connection with the work, v~ll be at cost plus ten percent for ;terns such as: a.Maps, photographs, reproductions, printing, equipment rental, and special supplies related to the work. b.Consultants, soils engineers, surveyors, contractors, and other outside services. c.Rented vehicles, local public transportation and taxis, travel and subsistence. d.Specific telecommunications and delivery charges. e.Special ~ees, Insurance, pe~rnlts, and licenses applicable to the work. f.Outside computer processIl~g, computatbn, and proprietary programs purchased for the work. Reimbursement for owned ~utomobilss, except trucks and four.wheel drive vehicles, used in connection with the work will be at the rate of 35 cents per mile. The rate for tNcks and four.wheel drive vehicles will be $25 per day and 40 cents per mlle. ’ Reimbursement for use of rnlcrocornputers will be at the rate of $10 per hour. Reimbursement for use of computerized drafting systems (CADD) will be at the rate of $20 per hour for microcomputer based systems and $25 per hour for minicomputer based systems. Rates for professional staff for legal proceedings or as expert witnesses will be at rates one and one-half times the Hourly Rates specified above, Other in-house charges for pdnts and reproduction, equipment usage, laboratory analyses, etc. will be st ¯ .standard company rates. Excise and gross receipts taxes, if any, will be added as a direct expense. The foregoing Schedule of Charge.~ is Incorporated into the agreement for the services provided, effective January 1, 1999through December 31,199~. After December 31, t999, invoices will reflect the Schedule of Charges currently In effect.