HomeMy WebLinkAboutStaff Report 1420City of Palo Alto (ID # 1420)
City Council Staff Report
Report Type: Consent Calendar Meeting Date: 4/11/2011
April 11, 2011 Page 1 of 4
(ID # 1420)
Summary Title: Approval of Hazmat Removal Contract for Art Center
Title: Approval of a Contract with Tradestaff Contracting Services in a Total
Amount Not to Exceed $167,500 for Hazardous Material Removal at the Palo
Alto Art Center (PF-07000, Art Center Electrical and Mechanical Upgrades)
From:City Manager
Lead Department: Public Works
RECOMMENDATION
Staff recommends that Council:
1. Approve and authorize the City Manager or his designee to execute a general services
agreement between the City of Palo Alto and Tradestaff Contracting Services, Inc.
(Attachment A), in the amount of $139,500 for the hazardous materials abatement at the
Palo Alto Art Center.
2. Authorize the City Manager or his designee to negotiate and execute one or more change
orders to the contract with Tradestaff Contracting Services, Inc., for related, additional but
unforeseen work which may develop during the project, the total value of which shall not
exceed $28,000 (20%).
BACKGROUND
The 28,000 square foot Art Center facility and its building infrastructure and systems have not
been significantly upgraded since the facility was constructed in 1951 as Palo Alto’s City Hall.
The only major repairs made to the facility have been seismic improvements in 1987. In 1999,
the Palo Alto Art Center Foundation (the Foundation) began to address the need for
renovations proactively by focusing on two programmatic concerns and facility challenges: 1)
the need for upgrades to the gallery spaces of the Art Center to support the popular exhibition
program, and 2) the need for additional children’s art classrooms and program space to meet
the demand in the community. In March, 1999, the Palo Alto City Council approved a proposal
from the Palo Alto Art Center Foundation to explore the development of a public/private
partnership that would make possible a capital campaign to expand and renovate the Art
Center.
The City and the Foundation jointly developed a Design Agreement. When the Agreement was
initiated, the Foundation had intended to manage the project through all phases of design and
April 11, 2011 Page 2 of 4
(ID # 1420)
construction, however, during design development, the City’s portion of the project scope
became a larger percentage of the overall project, and more technically involved. As a result of
this change, the Foundation and City staff recommended that, and received Council approval
for the City managing the bid and construction phases (CMR:168:09).
The City’s scope of work includes mechanical, electrical, and accessibility upgrades to the
facility, while the Foundation’s scope of work includes the creation of a Children’s Wing and an
upgrade of the exhibition galleries. While the scope of City-sponsored work differs from the
Foundation-sponsored work, both parties agree that it will be more efficient, cost-effective, and
less disruptive to the community to have the work completed concurrently. In addition to the
above-mentioned electrical, mechanical and Children’s Wing improvements, the City has added
deferred-maintenance items to the project such as a new roof, new gutters, new downspouts,
seismic upgrade to roofing envelope, exterior painting, new carpets, additional interior
painting, termite treatment and dry rot repairs, new window safety glazing, exterior lighting
improvements, and repair to damaged tile planters in the courtyard area. The City will also be
adding a 1% for public art as part of the overall Art Center renovation project. In addition, the
Art Center auditorium was identified as the preferred location for a temporary library during
the renovation of the adjacent Main Library (CMR:435:10). The auditorium was not part of the
Art Center improvement project, but will have improved lighting, carpeting and other amenities
to make it suitable as a temporary library.
Discussion
Hazardous materials such as asbestos and lead must be removed from the Art Center prior to
the main construction effort that will begin this summer. Given the age of the facility, the
hazardous material is located throughout the building, including the roofing underlayment.
Removal of this material by means of a contract with Tradestaff Contracting Services will save
time on the Art Center construction schedule by not waiting until a general contractor is under
contract to begin the removal. It will also save money in that the general contractor will not
mark-up the fees of a hazardous material subcontractor.
A formal Request for Quotations (RFQ) for the Art Center hazardous materials abatement was
advertised on February 28, 2011. The bidding period was 23 days. Bids were received from 13
contractors on March 22, 2011, as listed on the attached bid summary (Attachment B). Bids
ranged from a low of $139,500 to a high of $767,190.
Summary of Bid Process
Bid Name/Number RFQ 140517 Palo Alto Art Center Hazardous Materials Abatement
Project
Proposed Length of Project 30 calendar days
Number of Bids Mailed to
Contractors
22
Number of Bids Mailed to Builder’s
Exchanges
0
April 11, 2011 Page 3 of 4
(ID # 1420)
Total Days to Respond to Bid 23
Pre-Bid Meeting?Yes
Number of Company Attendees at
Pre-Bid Meeting
15
Number of Bids Received 13
Bid Price Range*Low of $139,500 to a high of $767,190
*Bid summary provided in Attachment B
Staff has reviewed all bids submitted and recommends that the bid of $139,500 submitted by
Tradestaff Contracting Services, Inc., be accepted and that Tradestaff Contracting Services, Inc.,
be declared the lowest responsible bidder. The bid is 43 percent below the engineer’s estimate
of $245,000. The low bids for this project can be attributed to the current depressed economic
conditions,which are highly conducive to competitive bidding.
Staff confirmed with the Contractor’s State License Board that the contractor has an active
license on file. Staff checked references supplied by the contractor for previous work
performed and found no major complaints.
A contingency amount of 20 percent is requested because of the age of the building and the
large areas undergoing remediation, which increases the potential for unforeseen building
conditions such as additional termites or dry rot areas.
RESOURCE IMPACT
Funds for the hazardous material removal are available in the Capital Improvement Program
Project PF-07000, Art Center Electrical and Mechanical Upgrades. Per the funding agreement
with the Foundation, the cost of this work will be borne only by the City as it is deferred
maintenance.
Staff may return to Council at the time of the award of the larger construction contract in order
to cover any increased costs due to the inclusion of deferred maintenance items into the
project.
POLICY IMPLICATIONS
Removing hazardous materials is consistent with the City’s goal to reduce the infrastructure
backlog. Hazardous material removal and other deferred maintenance items that are part of
the Art Center renovation project will be removed from the City’s backlog list by the
Infrastructure Task Force.
TIMELINE
Staff relocation to the Lucie Stern Center lower office level and other locations throughout the
City is in progress and once completed will be followed shortly thereafter by the removal of any
hazardous materials. Construction on the primary major renovations, including the temporary
Main Library in the auditorium, is expected to begin in the summer of 2011 and be completed
April 11, 2011 Page 4 of 4
(ID # 1420)
in the summer of 2012. Construction on the Main Library is expected to begin at the end of
2012, shortly after the opening of the new Mitchell Park Library and Community Center.
ENVIRONMENTAL REVIEW
This removal of hazardous materials was determined to be exempt from the California
Environmental Quality Act (CEQA) review pursuant to Section 15301, “existing facilities.”
Attachments:
·Attachment A-Contract (PDF)
·Attachment B-Bid Summary (PDF)
Prepared By:Karen Bengard, Senior Engineer
Department Head:J. Michael Sartor, Interim Director
City Manager Approval: James Keene, City Manager
CITY OF PALO ALTO CONTRACT NO.: C11140517
1 Rev. January 11, 2010
E:\Files from H DRIVE\RFQ Files\RFQ140517 Palo Alto Art Center Hazardous Materials Abatement Project\Docs related to
contract\Contract C11140517 Tradestaff Contracting Services.doc
GENERAL SERVICES AGREEMENT
THIS AGREEMENT made and entered into on the ________ day of April, 2011, by and between the CITY OF
PALO ALTO, a California Chartered Municipal Corporation (“CITY”), and TRADESTAFF
CONTRACTING SERVICES, a California corporation, with offices located at Route 2 Box 347, La Honda, CA
94020, Telephone Number: 650-851-6969 (“CONTRACTOR”). In consideration of their mutual covenants, the
parties hereto agree as follows:
1. SERVICES. CONTRACTOR shall provide or furnish the services (“Services”) described in the Scope of
Services, attached as Exhibit A.
2. EXHIBITS. The following exhibits are attached to and made a part of this Agreement:
“A” - Scope of Services “B” - Schedule of Performance
“C” - Compensation
“D” - Insurance Requirements
“E” - Performance and/or Payment Bond (Not applicable)
“F” - Liquidated Damages (Not applicable)
CONTRACT IS NOT COMPLETE UNLESS ALL EXHIBITS ARE ATTACHED.
3. TERM.
The term of this Agreement shall be from the date of its full execution through the completion of the
services in accordance with the Schedule of Performance attached as Exhibit “B”, subject to the provisions
of Section Q and V of the General Terms and Conditions.
4. SCHEDULE OF PERFORMANCE. CONTRACTOR shall complete the Services within the term of this
Agreement in a reasonably prompt and timely manner based upon the circumstances and direction
communicated to CONTRACTOR, and if applicable, in accordance with the schedule set forth in the
Schedule of Performance, attached as Exhibit B. Time is of the essence in this Agreement.
5. COMPENSATION FOR ORIGINAL TERM. CITY shall pay and CONTRACTOR agrees to accept as
not to exceed compensation for the full performance of the Services and reimbursable expenses, if any:
The total maximum lump sum compensation of dollars ($ ); OR
The sum of dollars ($ ) per hour, not to exceed a total maximum compensation
amount of dollars ($ ); OR
A sum calculated in accordance with the fee schedule set forth in Exhibit C, not to exceed a total
maximum compensation amount of one hundred thirty-nine thousand five hundred dollars
($139,500.00).
CONTRACTOR agrees that it can perform the Services for an amount not to exceed the total maximum
compensation set forth above. Any hours worked or services performed by CONTRACTOR for which
payment would result in a total exceeding the maximum amount of compensation set forth above for
performance of the Services shall be at no cost to CITY.
The City has set aside the sum of twenty-eight thousand ($28,000.00) for Additional
Services. CONTRACTOR shall provide Additional Services only by advanced, written
authorization from the City Manager or designee. CONTRACTOR, at the CITY’s request, shall
submit a detailed written proposal including a description of the scope of services, schedule,
CITY OF PALO ALTO CONTRACT NO.: C11140517
Rev. January 11, 2010
E:\Files from H DRIVE\RFQ Files\RFQ140517 Palo Alto Art Center Hazardous Materials Abatement Project\Docs related to contract\Contract
C11140517 Tradestaff Contracting Services.doc
2
level of effort, and CONTRACTOR’s proposed maximum compensation, including reimbursable
expense, for such services. Compensation shall be based on the hourly rates set forth above or in
Exhibit C (whichever is applicable), or if such rates are not applicable, a negotiated lump sum.
CITY shall not authorize and CONTRACTOR shall not perform any Additional Services for
which payment would exceed the amount set forth above for Additional Services. Payment for
Additional Services is subject to all requirements and restrictions in this Agreement.
6. COMPENSATION DURING ADDITIONAL TERMS.
CONTRACTOR’S compensation rates for each additional term shall be the same as the original
term; OR
CONTRACTOR’s compensation rates shall be adjusted effective on the commencement of each
Additional Term. The lump sum compensation amount, hourly rates, or fees, whichever is
applicable as set forth in section 5 above, shall be adjusted by a percentage equal to the change in
the Consumer Price Index for Urban Wage Earners and Clerical Workers for the San Francisco-
Oakland- San Jose area, published by the United States Department of Labor Statistics (CPI)
which is published most immediately preceding the commencement of the applicable Additional
Term, which shall be compared with the CPI published most immediately preceding the
commencement date of the then expiring term. Notwithstanding the foregoing, in no event shall
CONTRACTOR’s compensation rates be increased by an amount exceeding five percent of the
rates effective during the immediately preceding term. Any adjustment to CONTRACTOR’s
compensation rates shall be reflected in a written amendment to this Agreement.
7. INVOICING. Send all invoices to the CITY, Attention: Project Manager. The Project Manager is: Karen
Bengard, Public Works Department, P.O. Box 10250, Palo Alto, CA 94303, Telephone: 650-329-2636.
Invoices shall be submitted in arrears for Services performed. Invoices shall not be submitted more
frequently than monthly. Invoices shall provide a detailed statement of Services performed during the
invoice period and are subject to verification by CITY. CITY shall pay the undisputed amount of invoices
within 30 days of receipt.
GENERAL TERMS AND CONDITIONS
A. ACCEPTANCE. CONTRACTOR accepts and agrees to all terms and conditions of this Agreement. This
Agreement includes and is limited to the terms and conditions set forth in sections 1 through 6 above, these
general terms and conditions and the attached exhibits.
B. QUALIFICATIONS. CONTRACTOR represents and warrants that it has the expertise and qualifications
to complete the services described in Section 1 of this Agreement, entitled “SERVICES,” and that every
individual charged with the performance of the services under this Agreement has sufficient skill and
experience and is duly licensed or certified, to the extent such licensing or certification is required by law,
to perform the Services. CITY expressly relies on CONTRACTOR’s representations regarding its skills,
knowledge, and certifications. CONTRACTOR shall perform all work in accordance with generally
accepted business practices and performance standards of the industry, including all federal, state, and local
operation and safety regulations.
C. INDEPENDENT CONTRACTOR. It is understood and agreed that in the performance of this
Agreement, CONTRACTOR and any person employed by CONTRACTOR shall at all times be considered
an independent CONTRACTOR and not an agent or employee of CITY. CONTRACTOR shall be
responsible for employing or engaging all persons necessary to complete the work required under this
Agreement.
D. SUBCONTRACTORS. CONTRACTOR may not use subcontractors to perform any Services under this
Agreement unless CONTRACTOR obtains prior written consent of CITY. CONTRACTOR shall be solely
responsible for directing the work of approved subcontractors and for any compensation due to
subcontractors.
CITY OF PALO ALTO CONTRACT NO.: C11140517
Rev. January 11, 2010
E:\Files from H DRIVE\RFQ Files\RFQ140517 Palo Alto Art Center Hazardous Materials Abatement Project\Docs related to contract\Contract
C11140517 Tradestaff Contracting Services.doc
3
E. TAXES AND CHARGES. CONTRACTOR shall be responsible for payment of all taxes, fees,
contributions or charges applicable to the conduct of CONTRACTOR’s business.
F. COMPLIANCE WITH LAWS. CONTRACTOR shall in the performance of the Services comply with
all applicable federal, state and local laws, ordinances, regulations, and orders.
G. DAMAGE TO PUBLIC OR PRIVATE PROPERTY. CONTRACTOR shall, at its sole expense, repair
in kind, or as the City Manager or designee shall direct, any damage to public or private property that
occurs in connection with CONTRACTOR’s performance of the Services.
CITY may decline to approve and may withhold payment in whole or in part to such extent as may be
necessary to protect CITY from loss because of defective work not remedied or other damage to the CITY
occurring in connection with CONTRACTOR’s performance of the Services. CITY shall submit written
documentation in support of such withholding upon CONTRACTOR’s request. When the grounds
described above are removed, payment shall be made for amounts withheld because of them.
H. WARRANTIES. CONTRACTOR expressly warrants that all services provided under this Agreement shall
be performed in a professional and workmanlike manner in accordance with generally accepted business
practices and performance standards of the industry and the requirements of this Agreement.
CONTRACTOR expressly warrants that all materials, goods and equipment provided by CONTRACTOR
under this Agreement shall be fit for the particular purpose intended, shall be free from defects, and shall
conform to the requirements of this Agreement. CONTRACTOR agrees to promptly replace or correct any
material or service not in compliance with these warranties, including incomplete, inaccurate, or defective
material or service, at no further cost to CITY. The warranties set forth in this section shall be in effect for
a period of one year from completion of the Services and shall survive the completion of the Services or
termination of this Agreement.
I. MONITORING OF SERVICES. CITY may monitor the Services performed under this Agreement to
determine whether CONTRACTOR’s work is completed in a satisfactory manner and complies with the
provisions of this Agreement.
J. CITY’S PROPERTY. Any reports, information, data or other material (including copyright interests)
developed, collected, assembled, prepared, or caused to be prepared under this Agreement will become the
property of CITY without restriction or limitation upon their use and will not be made available to any
individual or organization by CONTRACTOR or its subcontractors, if any, without the prior written
approval of the City Manager.
K. AUDITS. CONTRACTOR agrees to permit CITY and its authorized representatives to audit, at any
reasonable time during the term of this Agreement and for three (3) years from the date of final payment,
CONTRACTOR’s records pertaining to matters covered by this Agreement. CONTRACTOR agrees to
maintain accurate books and records in accordance with generally accepted accounting principles for at
least three (3) following the terms of this Agreement.
L. NO IMPLIED WAIVER. No payment, partial payment, acceptance, or partial acceptance by CITY shall
operate as a waiver on the part of CITY of any of its rights under this Agreement.
M. INSURANCE. CONTRACTOR, at its sole cost, shall purchase and maintain in full force during the term
of this Agreement, the insurance coverage described in Exhibit D. Insurance must be provided by
companies with a Best’s Key rating of A-:VII or higher and which are otherwise acceptable to the City’s
Risk Manager. The City’s Risk Manager must approve deductibles and self-insured retentions. In addition,
all policies, endorsements, certificates and/or binders are subject to approval by the Risk Manager as to
form and content. CONTRACTOR shall obtain a policy endorsement naming the City of Palo Alto as an
additional insured under any general liability or automobile policy. CONTRACTOR shall obtain an
endorsement stating that the insurance is primary coverage and will not be canceled or materially reduced
in coverage or limits until after providing 30 days prior written notice of the cancellation or modification to
the City’s Risk Manager. CONTRACTOR shall provide certificates of such policies or other evidence of
coverage satisfactory to CITY’s Risk Manager, together with the required endorsements and evidence of
payment of premiums, to CITY concurrently with the execution of this Agreement and shall throughout the
term of this Agreement provide current certificates evidencing the required insurance coverages and
CITY OF PALO ALTO CONTRACT NO.: C11140517
Rev. January 11, 2010
E:\Files from H DRIVE\RFQ Files\RFQ140517 Palo Alto Art Center Hazardous Materials Abatement Project\Docs related to contract\Contract
C11140517 Tradestaff Contracting Services.doc
4
endorsements to the CITY’s Risk Manager. CONTRACTOR shall include all subcontractors as insured
under its policies or shall obtain and provide to CITY separate certificates and endorsements for each
subcontractor that meet all the requirements of this section. The procuring of such required policies of
insurance shall not operate to limit CONTRACTOR’s liability or obligation to indemnify CITY under this
Agreement.
N. HOLD HARMLESS. To the fullest extent permitted by law and without limitation by the provisions of
section M relating to insurance, CONTRACTOR shall indemnify, defend and hold harmless CITY, its
Council members, officers, employees and agents from and against any and all demands, claims, injuries,
losses, or liabilities of any nature, including death or injury to any person, property damage or any other
loss and including without limitation all damages, penalties, fines and judgments, associated investigation
and administrative expenses and defense costs, including, but not limited to reasonable attorney’s fees,
courts costs and costs of alternative dispute resolution), arising out of, or resulting in any way from or in
connection with the performance of this Agreement. The CONTRACTOR’s obligations under this Section
apply regardless of whether or not a liability is caused or contributed to by any negligent (passive or active)
act or omission of CITY, except that the CONTRACTOR shall not be obligated to indemnify for liability
arising from the sole negligence or willful misconduct of the CITY. The acceptance of the Services by
CITY shall not operate as a waiver of the right of indemnification. The provisions of this Section survive
the completion of the Services or termination of this Contract.
O. NON-DISCRIMINATION. As set forth in Palo Alto Municipal Code section 2.30.510, CONTRACTOR
certifies that in the performance of this Agreement, it shall not discriminate in the employment of any
person because of the race, skin color, gender, age, religion, disability, national origin, ancestry, sexual
orientation, housing status, marital status, familial status, weight or height of such person. CONTRACTOR
acknowledges that it has read and understands the provisions of Section 2.30.510 of the Palo Alto
Municipal Code relating to Nondiscrimination Requirements and the penalties for violation thereof, and
agrees to meet all requirements of Section 2.30.510 pertaining to nondiscrimination in employment.
P. WORKERS' COMPENSATION. CONTRACTOR, by executing this Agreement, certifies that it is aware
of the provisions of the Labor Code of the State of California which require every employer to be insured
against liability for workers' compensation or to undertake self-insurance in accordance with the provisions
of that Code, and certifies that it will comply with such provisions, as applicable, before commencing and
during the performance of the Services.
Q. TERMINATION. The City Manager may terminate this Agreement without cause by giving ten (10)
days’ prior written notice thereof to CONTRACTOR. If CONTRACTOR fails to perform any of its
material obligations under this Agreement, in addition to all other remedies provided by law, the City
Manager may terminate this Agreement immediately upon written notice of termination. Upon receipt of
such notice of termination, CONTRACTOR shall immediately discontinue performance. CITY, CITY
shall pay CONTRACTOR for services satisfactorily performed up to the effective date of termination. If
the termination if for cause, CITY may deduct from such payment the amount of actual damage, if any,
sustained by CITY due to Contractor’s failure to perform its material obligations under this Agreement.
Upon termination, CONTRACTOR shall immediately deliver to the City Manager any and all copies of
studies, sketches, drawings, computations, and other material or products, whether or not completed,
prepared by CONTRACTOR or given to CONTRACTOR, in connection with this Agreement. Such
materials shall become the property of CITY.
R. ASSIGNMENTS/CHANGES. This Agreement binds the parties and their successors and assigns to all
covenants of this Agreement. This Agreement shall not be assigned or transferred without the prior written
consent of the CITY. No amendments, changes or variations of any kind are authorized without the written
consent of the CITY.
S. CONFLICT OF INTEREST. In accepting this Agreement, CONTRACTOR covenants that it presently
has no interest, and will not acquire any interest, direct or indirect, financial or otherwise, which would
conflict in any manner or degree with the performance of this Contract. CONTRACTOR further covenants
that, in the performance of this Contract, it will not employ any person having such an interest.
CONTRACTOR certifies that no City Officer, employee, or authorized representative has any financial
interest in the business of CONTRACTOR and that no person associated with contractor has any interest,
CITY OF PALO ALTO CONTRACT NO.: C11140517
Rev. January 11, 2010
E:\Files from H DRIVE\RFQ Files\RFQ140517 Palo Alto Art Center Hazardous Materials Abatement Project\Docs related to contract\Contract
C11140517 Tradestaff Contracting Services.doc
5
direct or indirect, which could conflict with the faithful performance of this Contract. CONTRACTOR
agrees to advise CITY if any conflict arises.
T. GOVERNING LAW. This contract shall be governed and interpreted by the laws of the State of
California.
U. ENTIRE AGREEMENT. This Agreement, including all exhibits, represents the entire agreement
between the parties with respect to the services that may be the subject of this Agreement. Any variance in
the exhibits does not affect the validity of the Agreement and the Agreement itself controls over any
conflicting provisions in the exhibits. This Agreement supersedes all prior agreements, representations,
statements, negotiations and undertakings whether oral or written.
V. NON-APPROPRIATION. This Agreement is subject to the fiscal provisions of the Charter of the City of
Palo Alto and the Palo Alto Municipal Code. This Agreement will terminate without any penalty (a) at the
end of any fiscal year in the event that funds are not appropriated for the following fiscal year, or (b) 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 shall take precedence in the event of a conflict
with any other covenant, term, condition, or provision of this Contract.
W. ENVIRONMENTALLY PREFERRED PURCHASING AND ZERO WASTE REQUIREMENTS.
CONTRACTOR shall comply with the City’s Environmentally Preferred Purchasing policies which are
available at the City’s Purchasing Department which are incorporated by reference and may be amended
from time to time. CONTRACTOR shall comply with waste reduction, reuse, recycling and disposal
requirements of the City’s Zero Waste Program. Zero Waste best practices include first minimizing and
reducing waste; second, reusing waste and third, recycling or composting waste. In particular, Contractor
shall comply with the following zero waste requirements:
• All printed materials provided by Contractor to City generated from a personal computer and
printer including but not limited to, proposals, quotes, invoices, reports, and public education
materials, shall be double-sided and printed on a minimum of 30% or greater post-consumer
content paper, unless otherwise approved by the City’s Project Manager. Any submitted materials
printed by a professional printing company shall be a minimum of 30% or greater post-consumer
material and printed with vegetable based inks.
• Goods purchased by Contractor on behalf of the City shall be purchased in accordance with the
City’s Environmental Purchasing Policy including but not limited to Extended Producer
Responsibility requirements for products and packaging. A copy of this policy is on file at the
Purchasing Office.
• Reusable/returnable pallets shall be taken back by the Contractor, at no additional cost to the City,
for reuse or recycling. Contractor shall provide documentation from the facility accepting the
pallets to verify that pallets are not being disposed.
X. AUTHORITY. The individual(s) executing this Agreement represent and warrant that they have the legal
capacity and authority to do so on behalf of their respective legal entities.
Y. CONTRACT TERMS: All unchecked boxes do not apply to this Contract.
EXHIBIT A
Rev. 01/15/04
PALO ALTO ART CENTER HAZARDOUS MATERIALS
ABATEMENT PROJECT
CONTRACT C11140517
Contractor shall perform the hazardous materials abatement at the
Palo Alto Art Center located at 1313 Newell Road, Palo Alto, CA.
Contractors to furnish all labor, material, facilities, equipment,
transportation, services, employee training and testing as required to
perform the work at the Palo Alto Art Center for mold and asbestos
removal and lead related construction work, encapsulation,
decontamination, disposal, and all other work per the latest
regulations from the US. Environmental Protections Agency (EPA);
Cal-EPA; the Occupational Safety and Health Administration (OSHA);
the State of California Department of Industrial Relations (Cal/OSHA);
the recommendations of the National Institute of Occupations Safety
and Health (NIOSH); and any other applicable federal state and local
government regulations, including all incidental and related work as
required by the scope of services and general requirements detailed
on the specifications in Exhibit A herein. The Asbestos Survey and
Evaluation, and the Lead Survey and Evaluation included in the
Request for Quotations (RFQ) 140517 are incorporated here by
reference.
CITY OF PALO ALTO CONTRACT NO.: C11140517
Rev. January 11, 2010
E:\Files from H DRIVE\RFQ Files\RFQ140517 Palo Alto Art Center Hazardous Materials Abatement Project\Docs related to
contract\Contract C11140517 Tradestaff Contracting Services.doc
EXHIBIT B
SCHEDULE OF PERFORMANCE
CONTRACTOR shall perform the Services so as to complete the task within the time period specified
below. The time to complete the task may be increased or decreased by mutual written agreement of the
project managers for CONTRACTOR and CITY so long as all work is completed within the term of the
Agreement. Upon request CONTRACTOR shall provide a detailed schedule of work consistent with the
schedule below.
Task Complete
_X_ Days or
___ Weeks
From NTP
1. Perform all hazardous materials abatement at the
Palo Alto Art Center facility in accordance with the
Scope listed in Exhibit A. 30 Calendar days
Art Center Haz Mat Abatement Project
Attachment D - Bid Summary
RFQ# 140517
# BASE BID A DESCRIPTION QUANTITY UNITS
1 Wall/Ceiling sheetrock, joint tape and compound 60,000 SF 0.73$ 43,800.00$ 0.94$ 56,400.00$ 1.00$ 60,000.00$
2 Tan 12 x 12 vinyl floor tile w/black mastic 40 SF 3.00$ 120.00$ 7.93$ 317.20$ 3.00$ 120.00$
3 Gray 9 x 9 vinyl floor tile w/non-asbestos mastic 40 SF 2.00$ 80.00$ 5.92$ 236.80$ 3.00$ 120.00$
4 Tan 12 x 12 vinyl floor tile (w/fissures) w/black mastic 3,500 SF 1.60$ 5,600.00$ 1.44$ 5,040.00$ 2.50$ 8,750.00$
5 Gray 9 x 9 vinyl floor tile w/black mastic 1,500 SF 1.50$ 2,250.00$ 1.44$ 2,160.00$ 2.50$ 3,750.00$
6 Black mastic below black 12 x 12 vinyl floor tile 2,000 SF 1.00$ 2,000.00$ 1.45$ 2,900.00$ 2.50$ 5,000.00$
7 Beige 12 x 12 vinyl floor tile and black mastic 7,500 SF 1.50$ 11,250.00$ 1.21$ 9,075.00$ 2.25$ 16,875.00$
8 White TSI on water pipes 3,000 SF 2.00$ 6,000.00$ 5.08$ 15,240.00$ 4.00$ 12,000.00$
9 White pipe hanger insulation paper 100 SF 1.50$ 150.00$ 6.62$ 662.00$ 5.00$ 500.00$
10 Gray/black roof felt below roof shake 32,000 SF 0.90$ 28,800.00$ 1.56$ 49,920.00$ 1.70$ 54,400.00$
11 Gray mastic for roof mounted mechanical 10 SF 30.00$ 300.00$ 67.20$ 672.00$ 15.00$ 150.00$
12 Roof covering 1 LS 19,520.00$ 19,520.00$ 11,204.70$ 11,204.70$ 17,000.00$ 17,000.00$
13 Mold remediation 1 SF 370.00$ 370.00$ 361.73$ 361.73$ 5.00$ 5.00$
14 Lights removal 1 LS 2,810.00$ 2,810.00$ 3,134.99$ 3,134.99$ 1,800.00$ 1,800.00$
15 Dry rot allowance 1 LS 2,000.00$ 2,000.00$ 2,000.00$ 2,000.00$ 2,000.00$ 2,000.00$
16 Tree protection 1 LS 1,800.00$ 1,800.00$ 1,231.15$ 1,231.15$ 1,500.00$ 1,500.00$
17 Art protection 1 LS 2,650.00$ 2,650.00$ 1,427.98$ 1,427.98$ 5,000.00$ 5,000.00$
18 Fencing 1 LS 2,500.00$ 2,500.00$ 3,725.00$ 3,725.00$ 4,800.00$ 4,800.00$
19 Drywall ceiling allowance 1 LS 7,500.00$ 7,500.00$ 7,500.00$ 7,500.00$ 7,500.00$ 7,500.00$
BASE BID A TOTAL 139,500.00$ 173,208.55$ 201,270.00$
Tradestaff Contracting Asbestos ManagementMidwest Env.
1 of 5
Art Center Haz Mat Abatement Project
Attachment D - Bid Summary
RFQ# 140517
# BASE BID A DESCRIPTION QUANTITY UNITS
1 Wall/Ceiling sheetrock, joint tape and compound 60,000 SF
2 Tan 12 x 12 vinyl floor tile w/black mastic 40 SF
3 Gray 9 x 9 vinyl floor tile w/non-asbestos mastic 40 SF
4 Tan 12 x 12 vinyl floor tile (w/fissures) w/black mastic 3,500 SF
5 Gray 9 x 9 vinyl floor tile w/black mastic 1,500 SF
6 Black mastic below black 12 x 12 vinyl floor tile 2,000 SF
7 Beige 12 x 12 vinyl floor tile and black mastic 7,500 SF
8 White TSI on water pipes 3,000 SF
9 White pipe hanger insulation paper 100 SF
10 Gray/black roof felt below roof shake 32,000 SF
11 Gray mastic for roof mounted mechanical 10 SF
12 Roof covering 1 LS
13 Mold remediation 1 SF
14 Lights removal 1 LS
15 Dry rot allowance 1 LS
16 Tree protection 1 LS
17 Art protection 1 LS
18 Fencing 1 LS
19 Drywall ceiling allowance 1 LS
BASE BID A TOTAL
0.95$ 57,000.00$ 2.01$ 120,600.00$ 1.00$ 60,000.00$
10.00$ 400.00$ 1.85$ 74.00$ 2.75$ 110.00$
10.00$ 400.00$ 1.85$ 74.00$ 2.75$ 110.00$
1.75$ 6,125.00$ 1.85$ 6,475.00$ 2.25$ 7,875.00$
1.75$ 2,625.00$ 1.85$ 2,775.00$ 2.25$ 3,375.00$
1.75$ 3,500.00$ 1.85$ 3,700.00$ 2.25$ 4,500.00$
1.75$ 13,125.00$ 1.85$ 13,875.00$ 2.00$ 15,000.00$
8.00$ 24,000.00$ 2.00$ 6,000.00$ 4.00$ 12,000.00$
10.00$ 1,000.00$ 3.00$ 300.00$ 5.00$ 500.00$
1.75$ 56,000.00$ 1.85$ 59,200.00$ 3.00$ 96,000.00$
75.00$ 750.00$ 1.85$ 18.50$ 2.75$ 27.50$
25,500.00$ 25,500.00$ 2,904.00$ 2,904.00$ 25,000.00$ 25,000.00$
1,000.00$ 1,000.00$ 5.00$ 5.00$ 5.00$ 5.00$
4,800.00$ 4,800.00$ 4,000.00$ 4,000.00$ 4,614.00$ 4,614.00$
2,000.00$ 2,000.00$ 2,000.00$ 2,000.00$ 2,000.00$ 2,000.00$
8,000.00$ 8,000.00$ 5,000.00$ 5,000.00$ 5,000.00$ 5,000.00$
7,500.00$ 7,500.00$ 5,000.00$ 5,000.00$ 4,000.00$ 4,000.00$
5,000.00$ 5,000.00$ 15,000.00$ 15,000.00$ 2,200.00$ 2,200.00$
7,500.00$ 7,500.00$ 7,500.00$ 7,500.00$ 7,500.00$ 7,500.00$
226,225.00$ 254,500.50$ 249,816.50$
Flores SierraProfessional Asbestos Urban Metro Env.
2 of 5
Art Center Haz Mat Abatement Project
Attachment D - Bid Summary
RFQ# 140517
# BASE BID A DESCRIPTION QUANTITY UNITS
1 Wall/Ceiling sheetrock, joint tape and compound 60,000 SF
2 Tan 12 x 12 vinyl floor tile w/black mastic 40 SF
3 Gray 9 x 9 vinyl floor tile w/non-asbestos mastic 40 SF
4 Tan 12 x 12 vinyl floor tile (w/fissures) w/black mastic 3,500 SF
5 Gray 9 x 9 vinyl floor tile w/black mastic 1,500 SF
6 Black mastic below black 12 x 12 vinyl floor tile 2,000 SF
7 Beige 12 x 12 vinyl floor tile and black mastic 7,500 SF
8 White TSI on water pipes 3,000 SF
9 White pipe hanger insulation paper 100 SF
10 Gray/black roof felt below roof shake 32,000 SF
11 Gray mastic for roof mounted mechanical 10 SF
12 Roof covering 1 LS
13 Mold remediation 1 SF
14 Lights removal 1 LS
15 Dry rot allowance 1 LS
16 Tree protection 1 LS
17 Art protection 1 LS
18 Fencing 1 LS
19 Drywall ceiling allowance 1 LS
BASE BID A TOTAL
0.80$ 48,000.00$ 1.80$ 108,000.00$ 1.35$ 81,000.00$
1.8000$ 72.00$ 2.00$ 80.00$ 4.30$ 172.00$
0.90$ 36.00$ 2.00$ 80.00$ 4.30$ 172.00$
1.80$ 6,300.00$ 2.00$ 7,000.00$ 4.30$ 15,050.00$
1.80$ 2,700.00$ 2.00$ 3,000.00$ 4.30$ 6,450.00$
1.50$ 3,000.00$ 2.00$ 4,000.00$ 4.30$ 8,600.00$
1.80$ 13,500.00$ 2.00$ 15,000.00$ 4.30$ 32,250.00$
12.00$ 36,000.00$ 7.00$ 21,000.00$ 24.80$ 74,400.00$
25.00$ 2,500.00$ 10.00$ 1,000.00$ 45.00$ 4,500.00$
2.90$ 92,800.00$ 2.00$ 64,000.00$ 1.88$ 60,160.00$
4.00$ 40.00$ 80.00$ 800.00$ 6.00$ 60.00$
15,500.00$ 15,500.00$ 14,000.00$ 14,000.00$ 11,000.00$ 11,000.00$
5.00$ 5.00$ 200.00$ 200.00$ 330.00$ 330.00$
1,608.00$ 1,608.00$ 15,000.00$ 15,000.00$ 1,700.00$ 1,700.00$
2,000.00$ 2,000.00$ 2,000.00$ 2,000.00$ 2,000.00$ 2,000.00$
9,000.00$ 9,000.00$ 2,000.00$ 2,000.00$ 1,500.00$ 1,500.00$
9,000.00$ 9,000.00$ 1,500.00$ 1,500.00$ 1,000.00$ 1,000.00$
6,000.00$ 6,000.00$ 4,000.00$ 4,000.00$ 6,200.00$ 6,200.00$
7,500.00$ 7,500.00$ 7,500.00$ 7,500.00$ 7,500.00$ 7,500.00$
255,561.00$ 270,160.00$ 314,044.00$
Reliance Construction PARCRestec Contractors
3 of 5
Art Center Haz Mat Abatement Project
Attachment D - Bid Summary
RFQ# 140517
# BASE BID A DESCRIPTION QUANTITY UNITS
1 Wall/Ceiling sheetrock, joint tape and compound 60,000 SF
2 Tan 12 x 12 vinyl floor tile w/black mastic 40 SF
3 Gray 9 x 9 vinyl floor tile w/non-asbestos mastic 40 SF
4 Tan 12 x 12 vinyl floor tile (w/fissures) w/black mastic 3,500 SF
5 Gray 9 x 9 vinyl floor tile w/black mastic 1,500 SF
6 Black mastic below black 12 x 12 vinyl floor tile 2,000 SF
7 Beige 12 x 12 vinyl floor tile and black mastic 7,500 SF
8 White TSI on water pipes 3,000 SF
9 White pipe hanger insulation paper 100 SF
10 Gray/black roof felt below roof shake 32,000 SF
11 Gray mastic for roof mounted mechanical 10 SF
12 Roof covering 1 LS
13 Mold remediation 1 SF
14 Lights removal 1 LS
15 Dry rot allowance 1 LS
16 Tree protection 1 LS
17 Art protection 1 LS
18 Fencing 1 LS
19 Drywall ceiling allowance 1 LS
BASE BID A TOTAL
2.00$ 120,000.00$ 2.00$ 120,000.00$ 3.00$ 180,000.00$
8.00$ 320.00$ 2.00$ 80.00$ 3.00$ 120.00$
8.00$ 320.00$ 2.00$ 80.00$ 3.00$ 120.00$
2.00$ 7,000.00$ 2.00$ 7,000.00$ 3.00$ 10,500.00$
2.00$ 3,000.00$ 2.00$ 3,000.00$ 3.00$ 4,500.00$
2.00$ 4,000.00$ 2.00$ 4,000.00$ 3.00$ 6,000.00$
2.00$ 15,000.00$ 2.00$ 15,000.00$ 3.00$ 22,500.00$
7.00$ 21,000.00$ 15.00$ 45,000.00$ 20.00$ 60,000.00$
40.00$ 4,000.00$ 50.00$ 5,000.00$ 20.00$ 2,000.00$
2.50$ 80,000.00$ 3.24$ 103,680.00$ 3.00$ 96,000.00$
60.00$ 600.00$ 10.00$ 100.00$ 10.00$ 100.00$
38,000.00$ 38,000.00$ 16,000.00$ 16,000.00$ 44,000.00$ 44,000.00$
500.00$ 500.00$ 100.00$ 100.00$ 10.00$ 10.00$
4,300.00$ 4,300.00$ 5,000.00$ 5,000.00$ 5,000.00$ 5,000.00$
2,000.00$ 2,000.00$ 2,000.00$ 2,000.00$ 2,000.00$ 2,000.00$
2,500.00$ 2,500.00$ 2,000.00$ 2,000.00$ 20,000.00$ 20,000.00$
2,500.00$ 2,500.00$ 3,000.00$ 3,000.00$ 10,000.00$ 10,000.00$
7,500.00$ 7,500.00$ 1,500.00$ 1,500.00$ 10,000.00$ 10,000.00$
7,500.00$ 7,500.00$ 7,500.00$ 7,500.00$ 75,000.00$ 75,000.00$
320,040.00$ 340,040.00$ 547,850.00$
American TechBayview Env. Janus Corp
4 of 5
Art Center Haz Mat Abatement Project
Attachment D - Bid Summary
RFQ# 140517
# BASE BID A DESCRIPTION QUANTITY UNITS
1 Wall/Ceiling sheetrock, joint tape and compound 60,000 SF
2 Tan 12 x 12 vinyl floor tile w/black mastic 40 SF
3 Gray 9 x 9 vinyl floor tile w/non-asbestos mastic 40 SF
4 Tan 12 x 12 vinyl floor tile (w/fissures) w/black mastic 3,500 SF
5 Gray 9 x 9 vinyl floor tile w/black mastic 1,500 SF
6 Black mastic below black 12 x 12 vinyl floor tile 2,000 SF
7 Beige 12 x 12 vinyl floor tile and black mastic 7,500 SF
8 White TSI on water pipes 3,000 SF
9 White pipe hanger insulation paper 100 SF
10 Gray/black roof felt below roof shake 32,000 SF
11 Gray mastic for roof mounted mechanical 10 SF
12 Roof covering 1 LS
13 Mold remediation 1 SF
14 Lights removal 1 LS
15 Dry rot allowance 1 LS
16 Tree protection 1 LS
17 Art protection 1 LS
18 Fencing 1 LS
19 Drywall ceiling allowance 1 LS
BASE BID A TOTAL
2.50$ 150,000.00$
2.2500$ 90.00$
2.25$ 90.00$
2.25$ 7,875.00$
2.25$ 3,375.00$
2.25$ 4,500.00$
2.25$ 16,875.00$
20.00$ 60,000.00$
20.00$ 2,000.00$
14.50$ 464,000.00$
50.00$ 500.00$
27,000.00$ 27,000.00$
100.00$ 100.00$
3,760.00$ 3,760.00$
2,000.00$ 2,000.00$
4,000.00$ 4,000.00$
6,000.00$ 6,000.00$
78,000.00$ 78,000.00$
7,500.00$ 7,500.00$
837,665.00$
Meza Env.
5 of 5