Loading...
HomeMy WebLinkAbout092412-3068-Air-and-Lube-Systems-for-In-Ground-Vehicles-at-MSC-CIP-VR-12001 City of Palo Alto (ID # 3068) City Council Staff Report Report Type: Consent Calendar Meeting Date: 9/24/2012 Summary Title: Contract for Bldg B Hoist Pit Repair Air & Lube Systems, Inc. Title: Approval of a Contract with Air & Lube Systems, Inc., in the Amount of $318,031.78 for Repair of In-Ground Vehicle Lifts at the Municipal Services Center, Capital Improvement Program Project VR-12001 From: City Manager Lead Department: Public Works Recommendation Staff recommends that Council: 1. Authorize the City Manager or his designee to execute the attached contract with Air & Lube Systems, Inc. (Attachment A) in the amount of $318,031.78 to perform necessary repairs to the hydraulic/pneumatic equipment hoisting systems at the City's Municipal Service Center, to make minor concrete repairs, and to permanently waterproof up to seven concrete hoist pits from groundwater intrusion for the Capital Improvement Program project VR-12001 (Evaluation and Replacement of In-ground Vehicle Lifts at the Municipal Service Center); and 2. Authorize the City Manager or his designee to negotiate and execute one or more change orders to the contract with Air & Lube Systems, Inc. for related, additional services as specified in the contract, the total value of which shall not exceed $31,803. Executive Summary The attached contract with Air & Lube Systems, Inc. is to repair an existing hydraulic leak in one of the hydraulic equipment maintenance lifts, repair any potential mechanical and/or hydraulic/pneumatic problems that may be uncovered during the removal of the existing lifts from their pits (utilizing the included $25,000 repair allowance), install seven isolation valves, perform minor concrete repairs, and permanently waterproof up to seven concrete lifts pits from groundwater intrusion. Background Equipment Maintenance, a section of the Public Works Public Services Division, utilizes seven in-ground lifts for equipment maintenance purposes. When not in use, these lifts reside within in-ground pits to maximize the limited floor space available on the premises. These concrete pits were constructed many years ago and are showing signs of deterioration. Groundwater intrusion into these pits was first detected approximately a year ago, via the many joints, cracks, and openings that have developed within the concrete walls and floors of these pits. Water accumulation within these pits can be damaging to the hoisting equipment, and may create other hazards. Public Works staff has reviewed the options available to manage this problem. One option involves filling in the in-ground pits and installing new above-ground lifts. This option is not practical and was disregarded due to the limited floor space and the narrow existing width of vehicle bays. Furthermore, replacing all existing lifts with new above-ground lifts could cost upwards of $1,000,000. The most viable and economical option is to seal and waterproof the existing concrete pits, and perform minor necessary repairs to the existing lifts. Discussion The scope of work to be performed under this contract provides for minor repair of the pneumatic and hydraulic lifts, minor concrete repairs, installation of isolation valves, and waterproofing up to seven hoist pits located at the City’s Municipal Service Center. The goal of the project is two-fold. The primary goal is to eliminate water intrusion that is seeping into the lift pits and potentially damaging the mechanical equipment. The second goal is to remove, inspect and repair the lifts to extend their service life. The entire Municipal Services Center (MSC) will soon undergo an extensive study that may result in a relocation or complete rebuild of the facility. Due to this uncertainty regarding the fate of the MSC, staff selected this project as most prudent. It maintains the existing facility and functionality with the minimum cost. Staff expects to release an RFP for the MSC Feasibility Study by the end of December 2012. It will likely take multiple years before the next course of action for the MSC is known. Similarly staff is bringing on a consulting firm to look at the overall equipment maintenance operation to evaluate the most cost effective approach to performing City-wide equipment maintenance. One option would be to contract- out part or all of the operation. Even if Palo Alto were to contract out equipment maintenance it is likely that the contractor would utilize the current City equipment maintenance facility as is done in other cities that have outside equipment maintenance contract services. This project will be executed in two separate phases. Phase 1 involves the installation of seven isolation valves, repair of a known hydraulic leak in one of the hydraulic lifts, removal of three pneumatic lifts from their pits, performance of any necessary repairs to the lifts, cleaning of these lifts and their respective concrete pits, minor concrete repair work, waterproofing to permanently seal the pits from future water intrusion, and final reassembly of the pneumatic lifts back into their respective pits. Phase 2 will consist of similar work, but will be pursued only if water intrusion is evident into the remaining four hoist pits containing the four hydraulic lifts. If Phase 2 is not required, the contract total will be reduced by $164,000. The total base contract award amount also includes a $25,000 allowance for other mechanical repairs that may discovered during the dissassembly of the lifts. This allowance will be authorized through the standard additional services process for time and materials. Summary of Solicitation Process Proposals were solicited from several firms. Three firms visited the job site, but only one proposal for the Request for Proposal (RFP) was received. The proposal amount is $318,031.78. An evaluation committee consisting of staff from the Public Works Engineering and Public Services Divisions reviewed the proposal. The committee carefully reviewed the firm's qualifications and experience in response to the criteria identified in the RFP. Air & Lube Systems, Inc. was selected for its thorough understanding of the City’s requested services presented in the RFP. They have completed similar projects and communicated with City staff that they are well qualified to perform the work. The proposed cost from Air & Lube Systems appears reasonable considering the complex work involved. Resource Impact Funding for this contract is available in Vehicle Replacement FY 2012 Capital Improvement Program Project VR-12001. Policy Implications This project is in conformance with City of Palo Alto’s Comprehensive Plan and does not represent any changes to existing City policies. Environmental Review The proposed project is a minor alteration and repair to existing facilities and is categorically exempt under the California Environmental Quality Act (CEQA) section 15301 guidelines. Attachments: Description Number Proposed Length of Project: 70 days Total Days to Respond to Proposal: 14 days Number of Proposals Received: 1 Company Name Location (City, State) 1. Air & Lube Systems, Inc. Sacramento, CA Range of Proposal Amounts Submitted $318,031.78.  Contract S13146457_Air-Lube Sys_MSC Hoist Leak Repair (PDF) Prepared By: Matt Raschke, Senior Engineer Department Head: J. Michael Sartor, Director City Manager Approval: ____________________________________ James Keene, City Manager CITY OF PALO ALTO CONTRACT NO. S13146457 GENERAL SERVICES AGREEMENT THIS AGREEMENT made and entered into on the day of September, 2012, by and between the CITY OF PALO ALTO, a California Chartered Municipal Corporation ("CITY"), and AIR & LUBE SYSTEMS, INC., a California corporation, located at 8530 Fruitridge Road, Suite I, Sacramento, CA 95826-4808, Telephone Number: 800-400-1934 ("CONTRACTOR"). In consideration of their mutual covenants, the parties hereto agree as follows: 1. SERVICES. CONTRACTOR shall provide or furnish the services ("Services") described in the Scope of Services, attached as Exhibit A. 2. EXHIBITS. The following exhibits are attached to and made a part of this Agreement: I:8J "A" -Scope of Services I:8J "B" -Schedule of Performance I:8J "C" -Compensation I:8J "D" -Insurance Requirements I:8J "E" -Performance andlor Payment Bond o "F" -Liquidated Damages CONTRACT IS NOT COMPLETE UNLESS ALL EXHIBITS ARE ATTACHED. 3. TERM. The term of this Agreement is from 9101 /2012 to 12/31 /2012 inclusive, subject to the provisions of Sections Q and V of the General Terms and Conditions. 4. SCHEDULE OF PERFORMANCE. CONTRACTOR shall complete the Services within the term of this Agreement in a reasonably prompt and timely manner based upon the circumstances and direction communicated to CONTRACTOR, and if applicable, in accordance with the schedule set forth in the Schedule of Performance, attached as Exhibit B. Time is of the essence in this Agreement. 5. COMPENSATION FOR ORIGINAL TERM. CITY shall pay and CONTRACTOR agrees to accept as not to exceed compensation for the full performance of the Services and reimbursable expenses, if any: r r The total maximum lump sum compensation of dollars ($ ); OR The sum of amount of dollars ($ dollars ($ ) per hour, not to exceed a total maximum compensation );OR A sum calculated in accordance with the fee schedule set forth in Exhibit C, not to exceed a total maximum compensation amount of two hundred ninety-three thousand thirty-two dollars ($293,032). CONTRACTOR agrees that it can perform the Services for an amount not to exceed the total maximum compensation set forth above. Any hours worked or services performed by CONTRACTOR for which payment would result in a total exceeding the maximum amount of compensation set forth above for performance of the Services shall be at no cost to CITY. r The City has set aside the sum of dollars ($ ) 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, level of effort, and Rev. July 11 ,201 1 IICc-terralshared\ASD\PURCHISOLICITATIONSICURRENT BUYER-CM FOLDERSIPW -JOHN MIContractslFY2013 ContractslS 13146457 _Air-Lube Sys_MSC Hoist RepairlS 13146457 _Air-Lube Sys_MSC Hoist Leak RepaiLdoc 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. r 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: Roger Nguy, Dept.: Public Works, Telephone: (650) 496-6913. 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 I 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 I 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. 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. 2 \\Cc-terralshared\ASD\PURCHISOLlCITA T10NSICURRENT BUYER-CM FOLDERSIPW -JOHN MIContractslFY2013 ContractslS 13146457 _Air-Lube Sys_MSC Hoist RepairlS 13146457 _Air-Lube Sys_MSC Hoist Leak Repair.doc Rev. July 11,20 11 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 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 3 Rev. July 11,2011 \\Cc-terra\shared\ASD\PURCH\SOLlCIT ATIONS\CURRENT BUYER-CM FOLDERS\PW -JOHN M\Conlracts\FY20 13 Contracts\S 13146457 _Air-Lube Sys_MSC Hoist Repair\S 13146457 _Air-Lube Sys_MSC Hoist Leak Repair.doc 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 (\ 0) 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, 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 4 Rev. July 11,2011 \\Cc-terra\shared\ASD\PURCH\SOLICITA TIONS\CURRENT BUYER-CM FOLDERS\PW -JOHN M\Contracts\FY20 13 Contracts\S 13146457 _Air-Lube Sys_MSC Hoist Repair\S 13146457 _Air-Lube Sys_MSC Hoist Leak Repair.doc 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. IN WITNESS WHEREOF, the parties hereto have by their duly authorized representatives executed this Agreement on the date first above written. CITY OF PALO ALTO City Manager or Designee Purchasing Manager or Designee Approved as to form: EXHIBIT A AIR & LUBE SYSTEMS, INC. <::. 0 By t'\A ~. U,~ __ Name Wl ("cteee , f)EW0 tC 'Y Title P ib Y::;S i K) c \"'-.J T Telephone: Q) 119 ~ 0S 7 -% \?')~ '0 5 Rev. July I I, 201 I IICc-terralshared\ASDlPURCHISOLlCITATIONSICURRENT BUYER-CM FOLDERSIPW -JOHN MIContractslFY20 13 ContractslS I 3146457 _Air-Lube Sys_MSC Hoist RepairlS 13 I 46457 _Air-Lube Sys_MSC Hoist Leak Repair.doc SCOPE OF WORK PROJECT TITLE: MSC Hoist Pits Water Leak Repair PROJECT MANAGERS: PROJECT TECHNICIAN: Matt Raschke John Moran Roger Nguy INTRODUCTION Ph: Ph: Ph: Cell: Fax: (650)496-5937 (650)496-6935 (650)496-6913 (650)833-8165 (650)852-9289 The City of Palo Alto is soliciting proposals to repair, seal, and waterproof all openings/joints/cracks in the concrete vehicle hoist pits located in the fleet maintenance shop (Building B) in the Municipal Service Center (MSC) at 3201 East Bayshore Road, Palo Alto, CA 94303. Water is currently entering these pits via cracks and joint openings in the walls and bottoms of the pits. The work performed shall include the development of a plan to stop the current water leaks and offer a permanent solution to prevent all future water leakage into these pits. Water accumulation within these hoist pits can be both damaging to the hoisting equipment, and present a hazardous working environment. The City's Fleet Services division utilizes seven vehicle hoists for maintenance purposes. Four of the hoists are hydraulically powered , and the remaining three are pneumatically powered. When not in use, components of these hydraulic/pneumatic hoists reside mostly within underground concrete pits. These pits have openings that are approximately 1 foot 5 inches wide by 10 feet 3 inches long, and approximately 8 feet in depth . Work performed within the pits would be classified as "permit-required confined space entry". The concrete walls and floors of these hoist pits have deteriorated over the years due to age and other environmental factors . As a result, water can be seen entering into these pits from cracks and openings that have developed within the concrete . Water penetrates these pits at various rates , some pits can be full of water within 24 hours after drainage, while others may take weeks. Water levels in the various pits have always remained approximately one foot below grade at its highest point and have never overflowed. It's unknown if water penetration is isolated to crack(s) developed within the concrete of just one pit, and then migrates to other adjacent pits through various channels , or if multiple cracks in mulpitle pits are contributing to the problem . The source of water penetration is likely groundwater. Various tests performed on the water within the pits have found no traceable elements normally present in the City's water distribution system. SCOPE OF WORK: 6 Rev. July 11,2011 \\Cc-terra\shared\ASDlPURCH\SOLICIT A T10NS\CURRENT BUYER-CM FOLDERS\PW -JOHN M\Contracts\FY20 13 Contracts\S 13146457 _A ir­ Lube Sys_MSC Hoist Repair\S 13146457 _Air-Lube Sys_MSC Hoist Leak Repair.doc Design a suitable solution to make the existing pits watertight and furnish all labor, materials, equipment, and transportation necessary to implement the design. Proposers shall verify all data supplied in this RFP. By responding to this RFP, the successful proposer certifies that he/she (or a company representative) has attended the mandatory Pre-proposal meeting, has verified and resolved any and all discrepancies between the data provided and the worksite, and thereby agrees to accept field conditions as is. The work plans developed shall minimize disruption to ongoing vehicle and equipment maintenance operations. The successful proposer's workspace shall be confined to areas immediately adjacent to the pits with active repair work, and barriers such as curtains shall be erected to clearly signify and shield this work zone to minimize hazard to pedestrian traffic and minimize disruption/distraction to City crew(s). The successful proposer's vehicles and equipment shall not block vehicular traffic or access to other stalls where no active repair work is being performed. The City will provide the necessary equipment and operators for initial drainage of the bulk of the water within each pit. Once the pits have been sufficiently drained, the successful proposer shall be responsible for supplying the necessary equipment, including, but not limited to pumps, hoses, and water storage containers, to keep the pit(s) sufficiently dry (if necessary) for the remaining duration of the work or until all leaks are sealed. The City will provide a disposal site for emptying full water storage containers at a nearby location. Fluid leak is apparent in one of the four hydraulic lifts. As part of Phase I, the successful proposer shall coordinate and repair the leak(s) at a time that is least disruptive to fleet operations prior to the pit sealing work. At the appropriate interval, the successful proposer shall provide the necessary equipment, labor, and appropriate materials to degrease/clean the lifting components and concrete pits. This step is expected to both prevent contaminants from getting into the newly applied sealant(s), and to expose the concrete pores for bonding agents. Due to deterioration of the concrete in some areas of the pits , some minor concrete repair work may be necessary prior to sealant application. The successful proposer shall provide all labor, equipment, and appropriate materials needed to complete the task. If it is necessary to remove the tanks, casings, hoses, and all other components of the pneumatic and hydraulic lift systems from within each pit in order to perform the repairs properly, the successful proposer shall provide all necessary tools, equipment, labor, and common parts (such as new hoses and seals) typically necessary to remove and reassemble the components. If the lifting components from within the pits need to be removed for proper repair, new isolation valves will need to be installed. As part of Phase I, the successful proposer shall provide all necessary equipment, parts, tools, and labor necessary to complete the installation of these seven new valves. The compressed air system is a critical component 7 Rev. July 11,2011 \\Cc-terra\shared\ASDlPURCH\SOLICIT A TlONS\CURRENT BUYER-CM FOLDERS\PW -JOHN M\Contracts\FY2013 Contracts\S 13146457 Air- Lube Sys_MSC Hoist Repair\S 13146457 _Air-Lube Sys_MSC Hoist Leak Repair.doc - of fleet maintenance operations; therefore, if the system needs to be taken offline for valve installation, installation of valves at each pit shall be limited to an hour or less. During the removal and reinstallation process, if components of the vehicle hoisting systems are discovered to be in need of repair or replacement, the successful proposer shall provide all necessary labor, equipment, and materials/parts to complete the task . For the purpose of this task, a contract line item budget allowance shall be set at $25,000. As part of the proposal, the successful proposer shall indicate that they will itemize fees based on actual Time and Materials for the stated task. PLEASE NOTE: Fleet Services operating hours are Monday-Thursday 6:15am-3:45pm, and Friday 6:15am-2:45pm. Unless prior arrangement can be made with the City, the successful proposer shall adjust their work schedule accordingly and operate within the specified operating days and hours. All chemicals requiring respirators are strictly prohibited on the worksite during Fleet Services operating hours mentioned above . If the use of such chemicals is unavoidable and necessary to complete the tasks, prior arrangement shall be made with the City to allow for the application of such chemicals in the after hours. The repair proposal shall be written so that the work may be done in two phases. Phase I consists of all necessary work for sealing water leaks in the three concrete pits housing the pneumatic hoists, installation of seven isolation valves, and repairing the leak(s) in one of the hydraulic hoists . Phase II consists of repair work in the four remaining concrete pits housing the hydraulic hoists . Notice to Proceed for Phase II will only be issued if water continues to enter into the four hydraulic hoist pits after Phase I has been completed successfully. In addition to the contract line item budget allowance of $25,000, Phase I and Phase II shall each be quoted on a lump sum per phase basis. The repaired hoist pit bottoms and walls shall be guaranteed to be free of water leakage (i.e. groundwater intrusion) for a mimimum of three years from date of project completion. All other repair work not directly related to groundwater instrusion into the concrete pits (such as the hydraulic leak repair), and materials (such as replacement parts and new valves) shall have a minimum one year warranty against defects in materials and workmanship. 8 Rev. July 11 ,2011 \\Cc-terralshared\ASD\PURCHISOLICIT A TIONSICURRENT BUYER-CM rOLDERSIPW -JOHN MIContractslFY20 13 ContractslS 13146457 Air- Lube Sys_MSC Hoist RepairlS 13146457 _A ir-Lube Sys_MSC Hoist Leak Repair.doc - EXHIBITB SCHEDULE OF PERFORMANCE CHOOSE ONE OF THESE AL TERl'JA TIVES TO DESCRIBE SCHEDULE: CONTRACTOR shall perform the Services so as to complete each task within the time period specified below. The time to complete each 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 (Describe task) 1. Phase 1 -Pneumatic Hoist Pit Repair 2. Phase 2 -Hydraulic Hoist Pit Repair 9 Complete Days From NTP 30 70 Rev. July 11,20 11 \\Cc-terralshared\ASDlPURCH\SOLICITA TIONSICURRENT BUYER-CM FOLDERSIPW -JOHN MIContractslFY20 13 ContractslS 13146457 Air- Lube Sys_MSC Hoist RepairlS 13146457 _Air-Lube Sys_MSC Hoist Leak Repairdoc - EXHIBIT C COMPENSATION Compensation based upon task: CONTRACTOR shall perform the tasks as described and budgeted below. The CITY's Project Manager may approve in writing the transfer of budget amounts between any of the tasks or categories listed below provided the total compensation for the Services including reimbursable expenses, does not exceed $360,000.00 . Any services provided or hours worked for which payment would result in a total exceeding the maximum amount of compensation set forth herein shall be at no cost to City. • PHASE 1 • Provide and install PHASE 1 Hoist pit water leak repair per plans and specifications with the following clarifications. • Clarifications: Permitting not included. • Isolation valves for all 7 lifts are included in Phase 1 • Hyd. Hoist seal leak from Phase 2 group is included in Phase 1 • Air and Lube Systems will comply with all Bonding, Insurance and Prevailing wage requirements. • TOTAL PRICE: $129,046.53 INCLUDES: • RATE I HR:$110 • HOURS REQUIRED: 976 • MATERIALS: $ 13,218.25 • BONDING: $ 3,777.78 • RENTAL EQUIPMENT: $ 3,600 • TAX: $ 1,090.51 • PHASE 2 • Provide & install PHASE 2 Hoist pit water leak repair per plans and specifications with the following clarifications. • Clarifications: Permitting not included. • Air and Lube Systems will comply with all Bonding, Insurance and Prevailing wage requirements • TOTAL PRICE: $ 163,985.25 INCLUDES: • RATE / HR: $110 • HOURS REQUIRED: 1,264 • MATERIALS: $ 15,997.67 • BONDING: $ 4,027.78 • RENTAL EQUIPMENT: $ 3,600 • TAX: $ 1,319.81 COMBINED TOTALS FOR PHASE 1 AND PHASE 2: • TOTAL PRICE FOR PHASE 1 AND PHASE 2 COMBINED. $ 293,031.78 • LIFT REPAIR ALLOWANCE: $ 25,000 (not included in totals). 8 Rev. July 11,2011 \\Cc-terralsharedIASDlPURCHISOLICITA TIONSICURRENT BUYER-CM FOLDERSIPW -JOHN MIContractslFY20 13 ContractslS 13146457 _Air-Lube Sys_MSC Hoist RepairlS 13146457 _Air-Lube Sys_MSC Hoist Leak Repair.doc EXHIBITD INSURANCE REQUIREMENTS CONTRACTORS TO THE CITY OF PALO ALTO (CITY), AT THEIR SOLE EXPENSE, SHALL FOR THE TERM OF THE CONTRACT OBTAIN AND MAINTAIN INSURANCE IN THE AMOUNTS FOR THE COVERAGE SPECIFIED BELOW, AFFORDED BY COMPANIES WITH AM BEST'S KEY RATING OF A-:VII, OR HIGHER, LICENSED OR AUTHORIZED TO TRANSACT INSURANCE BUSINESS IN THE STATE OF CALIFORNIA. A WARD IS CONTINGENT ON COMPLIANCE WITH CITY'S INSURANCE REQUIREMENTS, AS SPECIFIED, BELOW' MINIMUM LIMITS REQUIRED TYPE OF COVERAGE REQUIREMENT EACH YES YES YES YES NO YES OCCURRENCE AGGREGATE WORKER'S COMPENSATION STATUTORY EMPLOYER'S LIABILITY STATUTORY BODILY INJURY $1,000,000 $1,000,000 GENERAL LIABILITY, INCLUDING PERSONAL INJURY, BROAD FORM PROPERTY DAMAGE $1,000,000 $1,000,000 PROPERTY DAMAGE BLANKET CONTRACTUAL, AND FIRE LEGAL BODIL Y INJURY & PROPERTY $1,000,000 $1,000,000 LIABILITY DAMAGE COMBINED. BODIL Y INJURY $1,000,000 $1,000,000 -EACH PERSON $1,000,000 $1,000,000 AUTOMOBILE LIABILITY, -EACH OCCURRENCE $1 ,000,000 $1,000,000 INCLUDING ALL OWNED, HIRED, PROPERTY DAMAGE $1 ,000,000 $1,000,000 NON-OWNED BODILY INJURY AND PROPERTY $1,000,000 $1,000,000 DAMAGE, COMBINED PROFESSIONAL LIABILITY, INCLUDING, ERRORS AND OMISSIONS, MALPRACTICE (WHEN APPLICABLE), AND NEGLIGENT PERFORMANCE ALL DAMAGES $1,000,000 THE CITY OF PALO ALTO IS TO BE NAMED AS AN ADD ITIONAL INSURED: CONTRACTOR, AT ITS SOLE COST AND EXPENSE, SHALL OBTAIN AND MAINTAIN, IN FULL FORCE AND EFFECT THROUGHOUT THE ENTIRE TERM OF ANY RESULTANT AGREEMENT, THE INSURANCE COVERAGE HEREIN DESCRIBED, INSURING NOT ONLY CONTRACTOR AND ITS SUBCONSULTANTS, IF ANY, BUT ALSO, WITH THE EXCEPTION OF WORKERS' COMPENSATION, EMPLOYER'S LIABILITY AND PROFESSIONAL INSURANCE, NAMING AS ADDITIONAL INSUREDS CITY, ITS COUNCIL MEMBERS, OFFICERS, AGENTS, AND EMPLOYEES. I. INSURANCE COVERAGE MUST INCLUDE: A. A PROVISION FOR A WRITTEN THIRTY DAY ADVANCE NOTICE TO CITY OF CHANGE IN COVERAGE OR OF COVERAGE CANCELLATION; AND B. A CONTRACTUAL LIABILITY ENDORSEMENT PROVIDING INSURANCE COVERAGE FOR CONTRACTOR'S AGREEMENT TO INDEMNIFY CITY. C. DEDUCTIBLE AMOUNTS IN EXCESS OF $5,000 REQUIRE CITY'S PRIOR APPROVAL. II. CONTACTOR MUST SUBMIT CERTIFICATES(S) OF INSURANCE EVIDENCING REQUIRED COVERAGE. III. ENDORSEMENT PROVISIONS, WITH RESPECT TO THE Il'ISURANCE AFFORDED TO "ADDITIONAL INSUREDS" 12 Rev. July 11 ,201 1 \\Cc-terralsharedIASD\PURCHISOLICITATIONSICURRENT BUYER-CM FOLDERSIPW -JOHN MIContractslFY20 13 ContractslS 13146457 _Air-Lube Sys_MSC Hoist RepairlS 13146457 _Air-Lube Sys_MSC Hoist Leak Repair.doc A. PRIMARY COVERAGE WITH RESPECT TO CLAIMS ARISING OUT OF THE OPERATIONS OF THE NAMED [NSURED, INSURANCE AS AFFORDED BY THIS POLICY IS PRIMARY AND IS NOT ADDlTIONAL TO OR CONTRIBUTING WITH ANY OTHER INSURANCE CARRJED BY OR FOR THE BENEFIT OF THE ADDlTIONAL INSUREDS. B. CROSS LlAB[LlTY THE NAMING OF MORE THAN ONE PERSON, FIRM, OR CORPORATION AS INSUREDS UNDER THE POLICY SHALL NOT, FOR THAT REASON ALONE, EXTINGUISH ANY RIGHTS OF THE [NSURED AGA[NST ANOTHER, BUT THlS ENDORSEMENT, AND THE NAMING OF MULTIPLE [NSUREDS, SHALL NOT INCREASE THE TOTAL LlAB[LITY OF THE COMPANY UNDER T[-{[S POLICY. C. NOTICE OF CANCELLATION I. [F THE POLICY [S CANCELED BEFORE ITS EXPIRAT[ON DATE FOR ANY REASON OTHER THAN THE NON-PAYMENT OF PREMIUM, THE [SSUING COMPANY SHALL PROVIDE CITY AT LEAST A THIRTY (30) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION. 2. [F THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR THE NON­ PAYMENT OF PREM[UM, THE ISSUING COMPANY SHALL PROVIDE CITY AT LEAST A TEN (I 0) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLA TION. NOTICES SHALL BE MAILED TO: PURCHASING AND CONTRACT ADMINISTRATION CITY OF PALO ALTO P.O. BOX 10250 PALO ALTO, CA 94303 13 Rev. July 11 ,2011 IICc-terralsharedIASDlPURCHISOLICITA TJONSICURRENT BUYER-CM FOLDERSIPW -JOHN MIContractslFY20 13 ContractslS 13146457 _Air-Lube Sys_MSC Hoist RepairlS 13146457 _Air-Lube Sys_MSC Hoist Leak Repair.doc