HomeMy WebLinkAbout1999-11-22 City CouncilCity of Palo Alto
City Manager’s Report
TO:HONORABLE CITY COUNCIL 4
FROM:
DATE:
SUBJECT:
CITY MANAGER
NOVEMBER 22, 1999
DEPARTMENT: UTILITIES
CMR:399:99
AWARD OF CONSTRUCTION CONTRACT TO ANDES
CONSTRUCTION INC. FOR PROJECT 9 GREER PARK
RELIEF SEWER (CIP PROJECT NO. 37773) FOR A COST NOT
TO EXCEED $606,732
RECOMMENDATION
Staff recommends that Council:
Approve and authorize the Mayor to execute the attached contract with Andes
Construction Inc. in the amount of $551,532 for Project 9 Greer Park Relief Sewer.
Authorize the City Manager or her designee to negotiate and execute one or more
change orders to the contract with Andes Construction Inc. for related, additional but
unforeseen work which may develop during the project, the total value of which shall
not exceed $55,200.
BACKGROUND
On November 15, 1999, Council approved a Park Improvement Ordinance which authorizes
the construction of a new 30-inch diameter sanitary sewer pipe across John Lucas Greer Park
(see Attachment C). The Charter and Municipal Code of the City of Palo Alto require that
a Park Improvement Ordinance be approved prior to any construction on land held by the
City for park purposes. The Greer Park Relief Sewer falls in this category. The project was
also approved by the Planning Department through the staff architectural review process.
CMR:399:99 Page 1 of 4
DISCUSSION
Project Description
In 1988 the Master Plan of the Wastewater Collection System (Master Plan) for Palo Alto’s
entire sanitary sewer collection system was completed. The Master Plan indicated certain
mink 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 projects in the Master Plan is a relief sewer construction project that
crosses under John Lucas Greet Park.
The project involves the construction of approximately 1,800 lineal feet of new, 30-inch
diameter, reinforced concrete, sanitary sewer pipe (RCP). The new sewer pipeline will be
installed at an average depth of 15 feet and offset approximately 50 feet to the southeast of
an existing 27-inch diameter sewer pipe located under Greer Park (see Attachment B -
Location Map). The new RCP will be installed by open trenching method, with the first
1,200 feet within the Greer Park boundary, and the remaining 600 feet installed within
Simkins Court and Colorado Avenue rights of way. Eight new personhole structures will also
be constructed: three to replace the existing personholes on Colorado Avenue; one new
personhole at Simkins Court; and four new personholes in Greer Park. All sewer structures
will be installed underground, with the personhole frame and cover installed flush with the
surround landscaping and the street pavement except for one personhole cover at the end of
an existing soccer field (see Attachment B). Only one of five soccer fields at Greer-Park will
be temporarily affected by the construction of the new sewer pipe and will be unavailable
for public use for approximately six weeks. Athletic events for this field will be rescheduled
and relocated to other available locations throughout the City. One new personhole cover
at the edge of this soccer field will be installed two feet under the playing turf to eliminate
any possible tripping hazard. After construction is completed, only the 24-inch diameter
personhole covers will be visible from the surface and no personhole struCtures will be
installed inside any sports field. All existing landscapes and structures will be replaced in
kind if disturbed or damaged by the construction. One Evergreen Pear tree and three
Sycamore trees, all 2 inches and smaller in diameter, will be removed and replaced with one
36-inch box Evergreen Pear and three 24-inch box Sycamores. All other trees within the
construction zone will be protected from damage by the construction in accordance with the
City Standard Specifications. A temporary chain link fence surrounding the construction
area will be erected during construction for the protection of park users and will remain in
place during the grow in period of the new sod. No above ground improvements are
proposed in this project.
CMR:399:99 Page 2 of 4
This new 30 inch diameter RCP will connect to the new 42-inch diameter sewer pipe being
constructed as part of the Amarillo Avenue~mbarcadero Way Relief Sewer Project (CIP
#37770), currently under construction.
Bid Process
Notices inviting formal bids for the Greer Park Relief Sewer were sent out on August 30,
1999 to thirteen builders’ exchanges and twenty-one contractors. The bidding period was
twenty-eight calendar days. A mandatory pre-bid conference was held on September 15,
1999; nine bidders attended the meeting. Bids were received from four contractors on
September 28, 1999, as listed on the attached bid summary (Attachment D). Bids ranged
from a high of $798,000 to a low bid of $551,532. 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.
Staffhas reviewed all bids submitted and recommends that the bid of $551,532 submitted
by Andes Construction Inc. be accepted and that Andes Construction Inc. be declared the
lowest responsible bidder. The bid is ten percent above the engineer’s estimate of $502,005.
The change order amount of $55,200, which equals ten percent of the total contract, is
requested for additional but unforeseen work which may develop during the project.
Staff checked references supplied by Andes Construction, Inc. for previous work performed
and found it has performed this type of work with no significant complaints. Andes
Construction, Inc. is an experienced general contractor with underground utilities experience
in California. Staff also checked with the Contractor’s State License Board and found that
the contractor has an active license on file.
RESOURCE IMPACT
Funds for this project are included in the FY 98-99 Utilities Department Wastewater CIP
budget.
POLICY IMPLICATIONS
This report does not represent any change to existing City policies.
ENVIRONMENTAL REVIEW
This project is categorically exempt from
environmental review is necessary.
the provisions of CEQA and no further
CMR:399:99 Page 3 of 4
ATTACHMENTS
AttaclSment A: Contract
Attachment B: Project Location Map
Attachment C: Ordinance CMR
Attachment D: Bid Summary
PREPARED BY:Roger Cwiak, WGW-Engineering Manager
Edward Wu, Senior Engineer
An Q. Le, Engineer
DEPARTMENT HEAD:
:H
Director of Utilities
CITY MANAGER APPROVAL:
Assistant City Manager
CONTRACT No.
(Public Work)
This Contract, number dated , 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 Andes Construction, Inc., a California
Corporation ("Contractor").
For and in consideration of the covenants, terms, and condi~ons ("the provisions") of this Contract, City and Contractor
("the parses") 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 Proiect 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:Project 9 Greer Park Relief Sewer, ClP 37773, Invitation for Bid (IFB) Number 115885
Total Bid:$ 551,532.00
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.
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 written invoices and all necessary supporting documentation within the time set forth in the
Contract Specifications and the Standard Drawings and Specitications (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 of insurance
coverage described in the Invitation For Bid on terms and condigons and in 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 cer~ficates 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 address set forth in Section 15 of this
Project 9 Greer Park Relief Sewer, CIP 37773 - PAGE 1 OF 6
ATTACHMENT - A- CONTRACT
Contract.
6o
10.
11.
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, directlyor
indirectly, at any time from any injury to or death of persons or damage to property as a result of the willful acts
or the negligent acts or omissions of Contractor, or which results from Contractor’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 adsing thereafter.
To the extent Contractor will use hazardous materials in connection with the execution of its obligationsunder
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
property 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.
Compliance vv~th 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 we~l as with any provision of a~l 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.
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;
Project 9 Greer Park Relief Sewer, CIP 37773 - PAGE 2 OF 6
bo 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;
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, or, if no such notice is required to
be filed, on the date that final payment is made hereunder;
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 is submitted 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 power 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 C~y’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;
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
12.
13.
!4.
15.
Contractor has fully examined and inspected the Project site and has full knowledge of the physical
conditions of the Project site.
Assi,qnment. This Contract and the performance required hereunder is personal to Contractor, and it shall not
be assigned by Contractor. Any attempted assignment shall be nul! and void.
Claims of Contractor. Art claims pertaining to extra work, add~onal 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.
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.
Notices. All agreements, appointments, approvals, authorizations, claims, demands, Change Orders,
Project 9 Greer Park Relief Sewer, CIP 37773 - PAGE 3 OF 6
16.
17.
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, postage prepaid, (3) sent by private express delivery service, or (4) in the case of a facsimile
transmission, if sent to the telephone FAX number set forth 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
250 Hamilton Avenue
P.O. Box 10250
Palo Alto, CA 94303
Copy to:City of Palo Alto
Utilrdes Department
250 Hamilton Ave
P.O. Box 10250
Palo Alto, CA 94303
Attn: Edward Wu, Project Manager
To Contractor:Andes Construction, Inc.
53O5 E. 12th St.
Oakland, CA 94601
Attn: Danito Mayorga
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 po~on of the fiscal year and funds for this Contract are no longer available. This
Section 16 shall control in the event of a conflict with any other provision of this Contract_
Miscellaneous.
bo
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.
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.
Definitions. The definitions and terms set forth in Section 1 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 documents constituting the Contract documents described in
Project 9 Greer Park Relief Sewer, CIP 37773 - PAGE 4 OF 6
Section 3 hereof and a!l documents which may, from time to time, be referred to in any duly executed
amendment hereto are by such reference incorporated in this Contract and shall be deemed to be
part of this Contract.
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 5ral or
wdtten agreements between the parties that are not incorporated in this Contract.
Modification of Agreement. This Contract shall not be modified or be binding 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.
Resolution. Contractor shall submit with its Bid a copy of any corporate or partnership resolution or
other wdting, 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.
Successors and Assigns. The provisions of this Contract shal~ 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.
Venue. In the event that suit is brought by either party hereunder, the parties agree that tria~ of such
action shall be vested exclusiveiy 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.
Recoveq/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
City Clerk By:
Its Mayor
APPROVED AS TO FORM:
Senior Assistant City Attorney
Project 9 Greer Park Relief Sewer, CIP 37773 - PAGE 5 OF 6
APPROVED:CONTRACTOR:
Assistant City Manager
Director of Utilities
Director of Administrative Services
Contract Manager (Insurance Review)
By:
Title:
By:
Name:
Name:
Tile:
(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,
__, 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.
Signature (Seal)
Project 9 Greer Park Relief Sewer, CIP 37773 - PAGE 6 OF 6
PROJECT 9
CITY OF PALO ALTO
UTILITIES DEPARTMENT
GREER PARK
CIP 37773
RELIEF SEWER
EAST B^YSHORE ROAD
BAYSHORE FREE~/AY
NO SCALE
LEGEND:
PROPOSED SEVER AND PERSONHOLE
-------=~,- ....EXISTING SEVER AND PERSONHOLE
~/EST BAYSHORE ROAD
GREER PARK
/;;//
SI~KINS COURT
PERSONHOLE :- -
TO_BE BURIED __UNDER .TURF
ATTACHMENT -B- LOCATION MAP
TO:
City of Palo Alto
City Manager’s Report
HONORABLE CITY COUNCIL
4
FROM:CITY MANAGER DEPARTMENT:UTILITIES
DATE:
SUBJECT:
NOVEMBER 15, 1999 CMR:386:99
ADOPTION OF PARK IMPROVEMENT ORDINANCE
AUTHORIZING THE CONSTRUCTION OF A NEW
UNDERGROUND SANITARY SEWER PIPE ACROSS JOHN
LUCAS GREER PARK
RECOMMENDATION
Staff recommends that Council adopt the attached Park Improvement Ordinance authorizing
the construction of a new underground sanitary sewer pipe across John Lucas Greer Park.
BACKGROUND
In 1988 the Master Plan of the Wastewater Collection System for Palo Alto’s entire sanitary
sewer collection system was completed. The Master Plan indicated certain mink 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 relief sewer construction project that
crosses under John Lucas Greer Park.
The Charter and Municipal Code of the City of Palo Alto require that a Park Improvement
Ordinance be approved prior to any construction on land held by the City for park purposes.
The Greet Park Relief Sewer project falls in this category. The project has also been
approved with conditions by the Planning Department through the staff review process (see
Attachment C). This project is part of the Wastewater System FY 98-99 Capital
Improvement Program.
DISCUSSION
The project involves the construction of approximately 1,800 lineal feet of new 30-inch
diameter reinforced concrete sanitary sewer pipe (RCP). The new sewer pipeline will be
CMR:386:99 Page 1 of 3
installed at an average depth of 15 feet and at approximately 50 feet offset to the southeast
of an existing 27-inch diameter sewer pipe already located under Greer Park (see Attachment
B). This new pipe will connect to the new 42-inch diameter sewer pipe of the Amarillo
Avenue/Embarcadero Way Relief Sewer Project (CIP #37770) which is currently under
construction.
The new sanitary sewer pipe will be installed by open trenching (cut and cover) method, with
the first 1,200 feet within Greer Park boundary, and the remaining 600 feet installed within
Simkins Court and Colorado Avenue right of ways. Also, in this project, eight new
personhole structures will be constructed; three to replace the existing personholes on
Colorado Avenue; one new personhole at Simldns Court; and four new personholes in Greer
Park. All sewer structures will be installed underground, with the personhole frame and
cover installed flush with the surrounding landscape and in the street pavement except for
one personhole cover at the end of an existing soccer field (see Attachment B). Only one of
five soccer fields at Greer Park will be temporarily affected by the construction of the new
sewer pipe and will be unavailable for public use for approximately six weeks. Athletic
events for this field will be reschednled and relocated to other available locations throughout
the City. One new personhole cover at the edge of this soccer field will be installed two feet
under the playing turf to eliminate any possible tripping hazard. After construction is
completed, only the 24-inch diameter personhole covers will be visible from the surface and
no persorthole structures will be installed inside any sports field. All existing landscapes and
structures will be replaced in kind if disturbed or damaged by the construction. One
Evergreen Pear tree and three Sycamore trees, all 2 inches and smaller in diameter, will be
removed and replaced with one 36-inch box Evergreen Pear and three 24-inch box
Sycamores. All other trees within the construction zone will be protected from damage by
the construction in accordance with the City Standard Specifications. A temporary chain link
fence surrounding the construction area will be erected during construction for the protection
of park users and will remain in place during the grow in period of the new sod. No above
ground improvements are proposed in this project.
RESOURCE IMPACT
Funds for this project are included in the FY 98-99 Utilities Departmem Wastewater CIP
budget. The engineer’s estimate for this project is $502,005.
POLICY IMPLICATIONS
This report does not represent any change to existing City policies.
CMR:386:99 Page 2 of 3
TIMELINE
The contract for the construction of the proposed 30-inch diameter sewer pipe at Greet.Park
is scheduled to go to the Council for approval on November 22, 1999. Construction is
expected to begin in early January 2000 and will last approximately ninety calendar days.
This winter construction schedule has been designed in order to minimize any construction-
related inconvenience to the park users.
ENVIRONMENTAL REVIEW
This project is categorically exempt as part of the Council approval of Wastewater
Rehabilitation!Augmentation CIP and no further environmental review is necessary.
ATTACHMENTS
Attachment A: Ordinance
Attachment B: Project Location Map
Attachment C: ARB Conditions of Approval
PREPARED BY:Roger Cwiak, Engineering Manager, W-G-W
Edward Wu, Senior Engineer, W-G-W
An Q. Le, Engineer, W-G-W
Department Head:H
,1rector of Utilities
City Manager’s Approval: E~TL’Y’~S~)~ ~
Assistant City Manager
CMR:386:99 Page 3 of 3
ORDINANCE NO.
ORDINANCE OF THE COUNCIL OF THE CITY OF PALO ALTO
APPROVING AND ADOPTING A PLAN OF IMPROVEMENTS AT
THE JOHN LUCAS GREER PARK
WHEREAS, Article VIII of the Charter of the City of Palo
Alto and Section 22.08.005 of the Palo Alto Municipa! Code require
that, before any substantia! building, construction, reconstruction
or development is commenced or approved, ~upon or with respect to
any !ind held by the City for park purposes, the Counci! shal!
first cause to be prepared and by ordinance approve and adopt a
plan therefor; and
WHEREAS, the John Lucas Greer Park is dedicated to park
purposes; and
WHEREAS, the City intends to construct certain relief sewer
capita! improvements to the Southwesterly border of the John Lucas
Greer Park, including, without limitation: construction of
approximately 1,800 feet of new 30-inch diameter concrete sewer
pipe ("Plan") under ground, running parallel to an existing 27-inch
diameter sewer pipe under ground in the John Lucas Greer Park;
placement of four manholes; and the necessary landscaping; and
WHEREAS, the site and design review of the Plan has been
conducted and the Plan has been recommended for approval by the
City boards and commissions having jurisdiction over such matters,
because it conforms to the provisions of Chapter 18.82 of the Palo
Alto Municipal Code and the Palo Alto Comprehensive Plan; and
WHEREAS, the Council desires to approve the Plan and to
adopt it as part of the officia! plan for the construction of
improvements at the John Lucas Greer Park;
NOW, THEREFORE, the Council of the City of Palo Alto does
ORDAIN as follows:
.SECTION...!. The Plan, a copy of which is on file in the
office of the Division o~ Planning, Department of Planning and
Community Environment, and to which copy reference is hereby made
concerning the full particulars thereof, is hereby approved and
adopted.
SECTION 2. The City Council hereby finds that this project
is categorically exempt under Section 15304 of Title 14 of the
California Code of Regulations.
990910 syn 0071736
1
ATTACHMENT-A- ORDINANCE
~. This ordinance shall become effective upon the
commencement of the thirty-first day after the day of its adoption.
INTRODUCED:
PASSED:
AYES:
NOES:
ABSENT:
ABSTENTIONS:
ATTEST:APPROVED:
City Clerk Mayor
City Manager
APPROVED AS TO FORM:
Senior Asst. City Attorney
Director of Utilities
Director of Planning and
Community Environment
Director of Community Services
Director of Parks and Golf
Course
990gi0 syn 0071736
2
ARB CONDITIONS OF APPROVAL
September 22, 1999
RE: 1098 Amarillo Road~ File No. 99-ARB-71
City of Palo Alto-
Utilities Department, An Le
250 Hamikon Avenue
Palo Alto, CA 94301
(650) 566-4528
Planning
The project is approved at 1098 Amarillo Road (Greer Park) subject to the
approval of City Council on October 12, 1999 for a Park Improvement Ordinance.
The project shall be constructed and shown on the plans submitted May 10, 1999
on file with the City of Palo Alto Planning Department.
Carolynn Bisgett
Associate Planner
ATTACHMENT -C- ARB CONDITIONS OF APPROVAL
BID SUMMARY
PROJECT 9 GREER PARK RELIEF SEWER ciP 37773
IFB No. 115885
Bid open September 28, 1999
ENGINEER’S ESTIMATE
I
$502,005.25
ANDES~CONSTRUCTION INC.-: .~ 1;~’.’~-: ~.~’/ ’~ ~$551,532.00
Oakland, CA 94601 " ~- - "t , .... :i~:..- :~i
I
MOUNTAIN CASCADE INC.$729,808.00
Livermore, CA 94551
I
I.J. KRIZICH PIPELINE I $773,198.00
San Jose, CA 95112 I
!
K.J. WOODS CONSTRUCTION I $798,000.00
San Francisco CA 94116 !
ATTACHMENT D-BIDSUMMAKY
PROJECT 9
CITY OF PALO ALTO
UTILITIES DEPARTMENT
GREER PARK
ClP 37773
RELIEF SEWER
1" = 200’
BAYSHORE FREEVAY
GREER
| !
U
PARK
!i
ATTACHMENT -B- LOCATION I%IAP