Loading...
HomeMy WebLinkAboutPW Essential Facilities Construction Project; 52 & 57RA f, Agenda Item No: 5_c Meeting Date: April 17, 2017 a a s o 41 �`Ty �rTH P \hy SAN RAFAEL CITY COUNCIL AGENDA REPORT Department: Public Works Prepared by: Bill Guerin, City Manager Approval: Director of Public Works File No.: 06.01.232 & 06.01.233 TOPIC: CITY OF SAN RAFAEL ESSENTIAL FACILITIES CONSTRUCTION PROJECT — FIRE STATIONS 52 AND 57. SUBJECT: A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL AWARDING A CONSTRUCTION CONTRACT TO ALTEN CONSTRUCTION, INC. FOR THE CITY OF SAN RAFAEL ESSENTIAL FACILITIES CONSTRUCTION PROJECT — FIRE STATION #52 AND FIRE STATION #57 IN THE AMOUNT OF $19,940,000 RECOMMENDATION: Adopt the resolution authorizing the City Manager to award the construction contract to Alten Construction, Inc. BACKGROUND: In 2014, the City hired Mary McGrath Architects and Kitchell to develop the Essential Facilities Strategic Plan for the City of San Rafael. The goal of this Strategic Plan was to create a thorough and operationally forward -thinking Essential Facilities Strategic Plan for the City of San Rafael. The Plan guided the City of San Rafael through the implementation of the replacement and/or seismic upgrade of the City's essential services buildings, herein referred to as "essential facilities", to ensure that the essential facilities within the City are capable of serving the citizens in the event of a major earthquake and other potential disasters. The Strategic Plan identified that the existing Fire Stations 52 and 57 are past their useful life and therefore, were recommended to be replaced. They are proposed to be replaced at their existing locations with increased response capacity by enlarging each station to allow the placement of a medic company at these locations. In addition, Fire Station 52 is the training location for the San Rafael Fire Department and this site will include a replacement training classroom and tower. The purpose of the Council Agenda Report is to award a construction contract to Alten Construction, Inc. for the construction of both Fire Station #52 and Fire Station #57. FOR CITY CLERK ONLY File No.: 4-1-701 x 12-22 Council Meeting: 04/17/2017 Disposition: Resolution 14313 SAN RAFAEL CITY COUNCIL AGENDA REPORT / Paae: 2 ANALYSIS: The project was advertised in accordance with San Rafael's Municipal Code on February 14th, 2017, and on March 15th, 2017 at 2:00 PM the following bids were received and read aloud. Bid summary is as follows: BIDDER AMOUNT Alten Construction, Inc. $19,940,000 Overaa $22,963,000 Alten Construction, Inc., with a proposal in the amount of $19,940,000, is the apparent low bidder. The Department of Public Works and Kitchell have reviewed the bid documents and find them to be complete and in compliance with the contract documents. City Staff along with Kitchell recommend that the City Council authorize the City Manager to award a construction contract with Alten Construction, Inc. in the amount of $19,940,000. The project cost is higher than the consultant's estimate of $17,600,000 for the project; this is due to a very volatile construction market resulting in a shortage of both available labor and select materials, most notably in carpentry, plumbing and mechanical work, Concrete Masonry Unit block, and the fire station apparatus bay doors. To address the discrepancy between the low bid and the available project funding, Staff is recommending that following execution of the contract with Alten, Construction, Inc., a deductive change -order should be executed to reduce the costs of the project. Staff has been working with Alten Construction, Inc. to develop a deductive change -order that will reduce the total project cost by approximately $850,000, for a total contract amount of approximately $19,100,000, In a subsequent item on the Council's agenda for this meeting, Staff will request approval of the deductive change -order. With, this change, and a contingency amount of five percent, the total project cost would be approximately $20,055,000. City staff has also identified contingency savings to offset the balance of the project shortfall. The project has carried a 10 percent construction contingency going into the procurement of construction. The contingency has been reduced to five percent, freeing up approximately $900,000. Other unused administrative contingencies make up the balance needed to ensure the project is fully funded. Those administrative contingencies include unneeded permit and plan check fees (the permitting is completed), legal fees (supporting contract development), State storm water management fees (not required), utility fees (no longer needed), and public art (not required). These unneeded contingencies will be devoted to the construction project in order to make possible the award of this contract. PUBLIC OUTREACH: City staff from Community Development, Public Works, the Fire Department, and the City Manager's Office has participated in extensive public outreach to neighbors and other interested parties regarding the two projects. Both projects were reviewed by the Design Review Board and the Planning Commission. The City Council conducted public meetings and ultimately approved these two Fire Station projects. The public was also contacted prior to demolition and will be noticed prior to the start of construction activities this spring. For more information on public outreach, please see the Essential Facilities Public Input webpage at cityofsanrafael.org which also includes the project - specific communications plan. FISCAL IMPACT: This project is supported by Measure E revenues in the City's General Fund. The City is using a combination of accumulated funds and anticipated, future bond proceeds to support this contract. SAN RAFAEL CITY COUNCIL AGENDA REPORT / Page: 3 Funding Source Funding Source IAmount Note(s) Measure E $20,055,000 Total Available Funds $20,055,000 Exuenses Category -Eden Expense Code Amount I Note(s) Construction -02 $19,940,000 Construction contract (Alten Construction, Inc.) Construction -02 $115,000 Construction contingency Total Expenses $20,055,000 *Note: Construction contingency reflects the amount required to bring the total project cost to the post change -order contract value of approximately $19,100,000 plus a five percent contingency of $955,000. OPTIONS: 1. Adopt the resolution awarding the contract to Alten Construction, Inc. in the amount of $19,940,000. If this option is chosen, construction will commence as soon as possible. 2. Do not award the contract and direct staff to rebid the project. If this option is chosen, rebidding will delay construction and could incur additional costs should the revised bids come in higher. ACTION REQUIRED: Adopt the resolution awarding the construction contract to Alten Construction, Inc. the amount of $19,940,000. ATTACHMENTS: 1. Resolution RESOLUTION NO. 14313 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL AWARDING A CONSTRUCTION CONTRACT TO ALTEN CONSTRUCTION, INC. FOR THE CITY OF SAN RAFAEL ESSENTIAL FACILITIES CONSTRUCTION PROJECT - FIRE STATION #52 AND FIRE STATION #57 IN THE AMOUNT OF $1999409000 WHEREAS, on the 15th day of March, 2017, pursuant to due and legal notice published in the manner provided by law, inviting sealed bids or proposals for the work hereinafter mentioned, as more fully appears from the Affidavit of Publication thereof on file in the office of the City Clerk of the City of San Rafael, California, the City Clerk of said City did publicly open, examine, and declare all sealed bids or proposals for doing the following work in said City, to wit: "Essential Facilities Construction Project — Fire Station #52 & Fire Station #57" City Project No. 11257 in accordance with the plans and specifications therefor on file in the office of said City Clerk; and WHEREAS, City staff has determined that the bid of $19,940,000.00 from Alten Construction, Inc. was and is the lowest and best bid for said work, and said bidder is the lowest responsible and responsive bidder for the aforementioned project; and WHEREAS, the bid specifications for the project specify that the award of the construction agreement for the project shall be based upon the Best Value to the City of San Rafael using a combination of quality ranking factors and the total proposed price; and WHEREAS, Alten Construction, Inc. was the highest ranked firm based on qualifications; and WHEREAS, Alten Construction, Inc. was the lowest responsible and responsive bidder on the aforementioned project; and WHEREAS, there are sufficient funds in the Measure E- Public Safety Improvements fund to support this contract. NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF SAN RAFAEL RESOLVES as follows: 1. The bid from Alten Construction, Inc. is hereby accepted at the unit prices stated in its bid, and the agreement for Essential Facilities Construction Project — Fire Station #52 & Fire Station #57, City Project No. 11257, is hereby awarded to Alten Construction, Inc. at the stated unit prices. 2. The City Manager and the City Clerk are authorized and directed to execute an agreement for the aforementioned project with Alten Construction, Inc., subject to final approval as to form by the City Attorney, in the amount of $19,940,000, and to return the bidder's bond upon the execution of the agreement. 3. Funds totaling $20,055,000 (award amount of $19,940,000 and contingency of $115,000) will be appropriated for City Project No. 11257 from the Measure E - Public Safety Improvements. 4. The City Manager is hereby authorized to take any and all such actions and make changes as may be necessary to accomplish the purpose of this resolution. I, ESTHER C. BEIRNE, Clerk of the City of San Rafael, hereby certify that the foregoing Resolution was duly and regularly introduced and adopted at a regular meeting of the City Council of said City held on the Monday, the 17th day of April, 2017 by the following vote, to wit: AYES: COUNCILMEMBERS: Bushey, Colin, Gamblin, McCullough & Mayor Phillips NOES: COUNCILMEMBERS: None ABSENT: COUNCILMEMBERS: None A-- Jet' -f ESTHER C. BEIRNE, City Clerk File No.: 06.01.225 00 52 13 - AGREEMENT THIS AGREEMENT, dated this 10 day of May, 2017, by and between ALTEN CONSTRUCTION, INC. whose place of business is located at: 720 121h Street, Richmond, CA 94801 ("Contractor"), and the CITY OF SAN RAFAEL ("Owner") acting under and by virtue of the authority vested in the City of San Rafael by the laws of the State of California. WHEREAS, City of San Rafael, by its Resolution No. 14313 adopted on the 17th day of April, 2017 awarded to Contractor the following contract: CITY OF SAN RAFAEL ESSENTIAL FACILITIES CONSTRUCTION PROJECT — FIRE STATION #52 AND FIRE STATION #57 NOW, THEREFORE, in consideration of the mutual covenants hereinafter set forth, Contractor and City of San Rafael agree as follows: Article 1. Work 1.1 Contractor shall complete all Work specified in the Contract Documents, in accordance with the Specifications, Drawings, and all other terms and conditions of the Contract Documents. Article 2. City of San Rafael Representative and Construction Manager 2.1 City of San Rafael has designated Bill Guerin, Director of Public Works will act as City of San Rafael Representative(s), who will represent City of San Rafael in performing City of San Rafael duties and responsibilities and exercising City of San Rafael rights and authorities in Contract Documents. City of San Rafael may change the individual(s) acting as City of San Rafael Representative(s), or delegate one or more specific functions to one or more specific City of San Rafael Representatives, including without limitation engineering, architectural, inspection and general administrative functions, at any time with notice and without liability to Contractor. Each City of San Rafael Representative is the beneficiary of all Contractor obligations to City of San Rafael, including without limitation, all releases and indemnities. 2.2 City of San Rafael has designated Kitchell to act as Construction Manager (CM). City of San Rafael may assign all or part of the City of San Rafael Representative's rights, responsibilities and duties to Construction Manager. City of San Rafael may change the identity of the Construction Manager at any time with notice and without liability to Contractor. 2.3 All notices or demands to City of San Rafael under the Contract Documents shall be submitted to the City of San Rafael 's Representative at: Kitchell — Raaj Patel, Project Manager c/o The City of San Rafael, 1400 Fifth Avenue San Rafael, CA 94901 or to such other person(s) and address(es) as City of San Rafael shall provide to Contractor. Article 3. Contract Time and Liquidated Damages 3.1 Contract Time. The Notice to Proceed is tentatively set to be issued on June 1, 2017. City of San Rafael AGREEMENT 00 52 13 - 1 of 5 Essential Facilities Project— Fire Stations 52 and 57 Contractor shall immediately apply for necessary approvals and permits, prepare required documents and submittals, and mobilize personnel and equipment to commence the City of San Rafael Work within 10 calendar days from the date when the Notice to Proceed is issued. City of San Rafael reserves the right to modify or alter the Commencement Date of the Work. Contractor shall achieve Final Completion of the entire Work within 436 calendar days from the date of notice to proceed. 3.2 Liouidated Damaoes. City of San Rafael and Contractor recognize that time is of the essence of this Agreement and that City of San Rafael will suffer financial loss in the form of contract administration expenses (such as project management and consultant expenses), if all or any part of the Work is not completed, including consequential loss of use and disruption of normal operations within the times specified above, plus any extensions thereof allowed in accordance with the Contract Documents. Consistent with Article 15 and 16 of Section 00 72 13 (General Conditions), Contractor and City of San Rafael agree that because of the nature of the Project, it would be impractical or extremely difficult to fix the amount of actual damages incurred by City of San Rafael because of a delay in completion of all or any part of the Work. Accordingly, City of San Rafael and Contractor agree that as liquidated damages for delay, Contractor shall pay City of San Rafael 3.2.1 Not used. 3.2.2 $2,500.00 (Two Thousand Five Hundred Dollars) per day for each calendar day that expires after the time specified herein for the Contractor to achieve Substantial Completion of the entire Building Construction Work as indicated in Section 00 31 13 (Preliminary Construction Schedule). These measures of liquidated damages shall apply cumulatively and, except as provided below, shall be presumed to be the damages suffered by City of San Rafael resulting from delay in completion of the Work. 3.3 Liquidated damages for damages as a result of delays shall cover administrative costs, overhead, interest on bonds, and general loss of public use damages suffered by City of San Rafael as a result of delay or costs of substitute facilities. Liquidated damages shall not cover the cost of completion of the Work, damages resulting from defective Work, lost revenues or damages suffered by others who then seek to recover their damages from City of San Rafael (for example, delay claims of other contractors, subcontractors, tenants, or other third -parties), and defense costs thereof. Article 4. Contract Sum 4.1 City of San Rafael shall pay Contractor the Contract Sum for completion of Work in accordance with Contract Documents as follows: Nineteen Million Nine Hundred Forty Thousand and Zero Cents Dollars ($19,940,000.00) City of San Rafael AGREEMENT 00 52 13 - 2 of 5 Essential Facilities Project— Fire Stations 52 and 57 Article 5. Contractor's Representations In order to induce City of San Rafael to enter into this Agreement, Contractor makes the following representations and warranties: 5.1 Contractor has visited the Site and has examined thoroughly and understood the nature and extent of the Contract Documents, Work, Site, locality, actual conditions, as -built conditions, and all local conditions, and federal, state and local laws and regulations that in any manner may affect cost, progress, performance or furnishing of Work or which relate to any aspect of the means, methods, techniques, sequences or procedures of construction to be employed by Contractor and safety precautions and programs incident thereto. 5.2 Contractor has given City of San Rafael prompt written notice of all conflicts, errors, ambiguities, or discrepancies that it has discovered in or among the Contract Documents, and the written resolution thereof through Addenda issued by City of San Rafael is acceptable to Contractor. 5.3 Contractor is duly organized, existing and in good standing under applicable state law, is duly qualified to conduct business in the State of California, is registered with the Department of Industrial Relations and qualified to perform public work pursuant to Section 1725.5 of the Labor Code. 5.4 Contractor has duly authorized the execution, delivery and performance of this Agreement, the other Contract Documents and the Work to be performed herein. 5.5 Contractor has listed the following Subcontractors pursuant to the Subcontractor Listing Law, California Public Contracting Code §4100 et seq. in Section 00430: (Insert List] Article 6. Contract Documents 6.1 Contract Documents consist of the following documents, including all changes, addenda, and modifications thereto: The entirety of Division 00, including: Section 00 51 00 Notice of Award Section 00 52 13 Agreement Section 00 55 00 Notice to Proceed Section 00 65 19 Agreement and Release of Any and All Claims Section 00 65 36 Guaranty Section 00 72 13 General Conditions Section 00 73 00 Special Conditions Section 00 91 13 Addenda The entirety of Specification Division 01 through Division 33, including: Drawings dated January 27, 2017 and Specifications as attached and referred. 6.2 The Contract Documents may only be amended, modified or supplemented as provided in Section 00 72 13 (General Conditions). Article 7. Miscellaneous 7.1 Terms used in this Agreement are defined in Section 00 72 13 (General Conditions) and Section 0142 00 (References) and will have the meaning indicated therein. City of San Rafael AGREEMENT 00 52 13 - 3 of 5 Essential Facilities Project — Fire Stations 52 and 57 7.2 It is understood and agreed that in no instance are the persons signing this Agreement for or on behalf of City of San Rafael or acting as an employee, agent, or representative of City of San Rafael, liable on this Agreement or any of the Contract Documents, or upon any warranty of authority, or otherwise, and it is further understood and agreed that liability of the City of San Rafael is limited and confined to such liability as authorized or imposed by the Contract Documents or applicable law. 7.3 Contractor shall not assign any portion of the Contract Documents, and may subcontract portions of the Contract Documents only in compliance with the Subcontractor Listing Law, California Public Contracting Code §4100 et seg. 7.4 In entering into a public works contract or a subcontract to supply goods, services or materials pursuant to a public works contract, Contractor or Subcontractor offers and agrees to assign to the awarding body all rights, title and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. §15) or under the Cartwright Act (Chapter 2 [commencing with Section 16700] of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services or materials pursuant to the public works contract or the subcontract. This assignment shall be made and become effective at the time City of San Rafael tenders final payment to Contractor, without further acknowledgment by the parties. 7.5 Copies of the general prevailing rates of per diem wages for each craft, classification, or type of worker needed to execute the Contract, as determined by Director of the State of California Department of Industrial Relations, are deemed included in the Contract Documents by reference and on file at City of San Rafael office, and shall be made available to any interested party on request. Pursuant to Section 1861 of the Labor Code, Contractor represents that it is aware of the provisions of Section 3700 of the Labor Code 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 Contractor shall comply with such provisions before commencing the performance of the Work of the Contract Documents. 7.6 Contractor and each of Contractor's subcontractors agree to complete and verify construction reports on a form prescribed by the Division of the State Architect and to file the reports no less than quarterly during construction as required by Title 24; at the completion of the Work; at the suspension of work for a period of more than one month; whenever the services of Contractor or any of Contractor's subcontractors are terminated for any reason; and at any time a special verified report is required by the Division of the State Architect. 7.7 Should any part, term or provision of this Agreement or any of the Contract Documents, or any document required herein or therein to be executed or delivered, be declared invalid, void or unenforceable, all remaining parts, terms and provisions shall remain in full force and effect and shall in no way be invalidated, impaired or affected thereby. If the provisions of any law causing such invalidity, illegality or unenforceability may be waived, they are hereby waived to the end that this Agreement and the Contract Documents may be deemed valid and binding agreements, enforceable in accordance with their terms to the greatest extent permitted by applicable law. In the event any provision not otherwise included in the Contract Documents is required to be included by any applicable law, that provision is deemed included herein by this reference (or, if such provision is required to be included in any particular portion of the Contract Documents, that provision is deemed included in that portion). 7.8 This Agreement and the Contract Documents shall be deemed to have been entered into in the County of Marin, State of California, and governed in all respects by California law (excluding choice of law rules). The exclusive venue for all disputes or litigation hereunder shall be in Marin County. Both parties hereby waive their rights under California Code of Civil Procedure Section 394 to file a motion to transfer any action or proceeding arising out of the Contract Documents to another venue. Contractor accepts the Claims Procedure in Section 00700, Article 12, established under the California Government Code, Title 1, Division 3.6, Part 3, Chapter 5. City of San Rafael AGREEMENT 00 52 13 - 4 of 5 Essential Facilities Project — Fire Stations 52 and 57 IN WITNESS WHEREOF the parties have executed this Agreement in quadruplicate the day and year first above written. OWNER: CITY OF SAN RAFAEL B: Y Jim I but ,City Manager Attest . g-r-JtZ c , ,2e1.2gy Esther C. Beirne, City Clerk Approved as to form: L- I &,o-KFE- Robert F. Epstein, City Attdrney CONTRACTOR: ALTEN CONSTRUCTION. INC. By: -Signature Shannon M. Alten Printed Name Vice President Title City of San Rafael AGREEMENT 00 52 13 - 5 of 5 Essential Facilities Project - Fire Stations 52 and 57 00 43 36 - PROPOSED SUBCONTRACTORS LIST Bidder submits the following information as to the subcontractors Bidder intends to employ if awarded the Contract. Pursuant to California Public Contracting Code, Section 4100 et. seq., the following list gives the name, business address, and portion of work (description of work to be done) for each subcontractor that will be used in the work if the bidder is awarded the Contract. (Additional supporting data may be attached to this page.) Each page shall be sequentiaily numbered, and headed "Proposed Subcontractors" and shall be signed. Name and location of the place of business of each subcontractor who will perform work or labor or render service to the prime contractor in or about the construction of the work or the improvement, or a subcontractor :icensed by the State of California who, under subcontract of the prime contractor, specially fabricates and installs portions of the work or improvements according to detailed drawings contained in the plans and specifications in an amount in excess of one-half of one percent (0.5%) of the general contractor's total bid. Contractor will not be permitted to change this listing without prior written approval of the Owner. If the bidder fails to stipulate a subcontractor for any portion of the work under this contract, it shall be understood that the Contractor will perform such work without subcontracting the same, and they will not be permitted to subcontract said work without prior written approval of the Owner. Contractor will be required to show a sample of the proposed subcontract to the owner prior to executing any subcontracts. The Owner will require that each subcontract have a provision where the subcontractor is assignable to the Owner. The percentage of work, labor, or services which will be done or rendered by each subcontractor shal be provided by the Contractor Full Name of Subcontractor, Address and Telephone Number Sacramento Drilling Sacramento Bay Cities Paving & Grading Concord Earth Shelter Developers Lodi Camblin Steel Rocklin Devincenzi Concrete Construction Santa Rosa Neary Landscape Cotati Fence Corp. Sacramento SW Mertz Masonry Winters City of San Rafael Essential Facilities Project — Fire Stations 52 and 57 Description of Work: Reference To Bid Items =W§MNWIt G�� Subcontractor's License No. 759193 GRADING, PAVING & SITE UTILITIES 238650 PERMEABLE PAVERS 494023 REBAR 218839 SITE CONCRETE 326998 LANDSCAPING 814207 FENCES & GATES 886544 CONCRETE MASONRY UNITS 765971 PROPOSED SUBCONTRACTORS LIST Page 1 of 3 004336-1of2 Full Name of Subcontractor, Address Description of Work: Subcontractor's License and Telephone Number Reference To Bid Items No. California Tile Installers ADHERED MASONRY VENEER 439220 San Jose Davison Iron Works STRUCTURAL STEEL 674599 Sacramento BT Mancini STEEL DECK 229210 Sacramento M D B Interiors CASEWORK 824119 Petaluma Platinum Roofing THERMOPLASTIC ROOFING TPO 790139 San Jose Byron Epp OVERHEAD ROLLING DOORS, 433078 Laguna Hills OVERHEAD COILING DOORS, & AUTOMATIC FOLDING DOORS Progress Glass GLASS & GLAZING 261170 Cotati I Robert Boeger Plastering PLASTER 319451 Applegate Reyes Drywall GYPSUM BOARD 706394 Patterson DW Acoustics ACOUSTICAL CEILINGS & WALLS 879037 Santa Rosa California Tile Insta`:lers CERAMIC TILE 439220 San Jose Top End Constructors EPDXY TERRAZZO FLOORING 735804 Benicia (Bidder to attach additional sheets if necessary) -END OF SECTION - Page 2 of 3 City of San Rafael PROPOSED SUBCONTRACTORS LIST 00 43 36 - 2 of 2 Essential Facilities Project Fire Stations 52 and 57 Full Name of Subcontractor, Address Description of Work: and Telephone Number Reference To Bid Items Mike Flynn Painting PAINTING Fairfield Otis Elevator North Highlands Bay Cities Fire Protection Santa Rosa Azevedo Plumbing Windsor Trahan Mechanical San Rafael Mike Brown Electric Cotati Subcontractor's License No. 466542 ELECTRONIC TRACTION ELEVATORS 7031 FIRE SUPPRESSION SYSTEM 731222 PLUMBING 610882 HVAC 774154 ELECTRICAL & 306767 PV SYSTEM QEC - Quality Erectors & Construction PRE-ENGINEERED METAL BUILDING 502736 Benicia (Bidder to attach additional sheets if necessary) -END OF SECTION - Page 3 of 3 City of San Rafael PROPOSED SUBCONTRACTORS LIST 00 43 36 - 2 of 2 Essential Facilities Project — Fire Stations 52 and 57 00 65 36 - GUARANTY TO THE CITY OF SAN RAFAEL for construction of City of San Rafael Essential Facilities Project — Fire Stations 52 and 57 The undersigned guarantees all construction performed on this Projects and also guarantees all material and equipment incorporated therein. Contractor hereby grants to City of San Rafael for a period of one year following the date of Notice of Completion, or such longer period specified in the Contract Documents, its unconditional warranty of the quality and adequacy of all of the Work including, without limitation, all labor, materials and equipment provided by Contractor and its Subcontractors of all tiers in connection with the Work. Neither final payment nor use or occupancy of the Work performed by the Contractor shall constitute an acceptance of Work not done in accordance with this Guaranty or relieve Contractor of liability in respect to any express warranties or responsibilities for faulty materials or workmanship. Contractor shall remedy any defects in the Work and pay for any damage resulting therefrom, which shall appear within one year, or longer if specified, from the date of Final Completion. If within one year after the date of Final Completion, or such longer period of time as may be prescribed by laws or regulations, or by the terms of Contract Documents, any Work is found to be defective, Contractor shall promptly, without cost to City of San Rafael and in accordance with City of San Rafael written instructions, correct such defective Work. Contractor shall remove any defective Work rejected by City of San Rafael and replace it with Work that is not defective, and satisfactorily correct or remove and replace any damage to other Work or the work of others resulting therefrom. If Contractor fails to promptly comply with the terms of such instructions, or in an emergency where delay would cause serious risk of loss or damage, City of San Rafael may have the defective Work corrected or the rejected Work removed and replaced. Contractor shall pay for all claims, costs, losses and damages caused by or resulting from such removal and replacement. Where Contractor fails to correct defective Work, or defects are discovered outside the correction period, City of San Rafael shall have all rights and remedies granted by law. Inspection of the Work shall not relieve Contractor of any of its obligations under the Contract Documents. Even though equipment, materials, or Work required to be provided under the Contract Documents have been inspected, accepted, and estimated for payment, Contractor shall, at its own expense, replace or repair any such equipment, material, or Work found to be defective or otherwise not to comply with the requirements of the Contract Documents up to the end of the guaranty period. All abbreviations and definitions of terms used in this Agreement shall have the meanings set forth in the Contract Documents, including, without means of limitation, Section 014200 (References and Definitions). The foregoing Guaranty is in addition to any other warranties of Contractor contained in the Contract Documents, and not in lieu of, any and all other liability imposed on Contractor under the Contract Documents and at law with respect to Contractor's duties, obligations, and performance under the Contract Documents. In the event of any conflict or inconsistency between the terms of this Guaranty and any warranty or obligation of the Contractor under the Contract Documents or at law, such inconsistency or conflict shall be resolved in favor of the higher level of obligation of the Contractor. Alten Co structioq Ind. Firm S(gnature F� Shannon M. Alten, Vice President Name and Title 720 12th Street Address Richmond, CA 94801 City/State/Zip 5/12/17 Date -END OF SECTION - City of San Rafael GUARANTY 00 65 36 - 1 of 1 Essential Facilities Project — Fire Stations 52 and 57 0&' CHANGE ORDER Project: City of San Rafael Essential Facilities Phase 1- Fire Stations 52 & 57 Fire Station 52, 210 3rd Street, San Rafael, CA 94901 Fire Station 57, 3530 Civiv Center Drive, San Rafael, CA 94903 Contractor: Alten Construction, Inc. 72012 1h Street Richmond, CA 94801 Owner Contract fl: 06.01.225 Contract Date: 1 -Jun -17 Construction Manager: Kitchell Project Architect: Mary McGrath Architect's Add/Deduct Description Deduct Fire Station 52— Value Engineering (See Exhibit A attached) Deduct Fire Station 57—Value Engineering (See Exhibit A attached) Contract Sum: The original Contract Sum (without Alternates) is: Net change by previously authorized Change Orders The Contract Sum (without Alternates) prior to this Change Order is: The Contract Sum (without Alternates) will be changed by this Change Order in the amount of The new Contract Sum (without Alternates) including this Change Order is: Contract Time: The Contract Time will be change by ZERO (0) days. The date of Substantial Completion is 400 calendar days after the Notice to Proceed. Date: 10 -May -17 Change Order p. 001 Amount ($623,458) ($217,708) Total: ($841,166) $19,940,000 $0 $19,940,000 ($841,166) $19,098,834 This Change Order is issued pursuant to the provisions of the General Conditions of the Contract for Constrcution Article 17 Changes in the work, The Contractor is directed to proceed with the constrcution activities in such a manner as to preclude the necessity for later altering the work in order to accomplish this change. The Contractor agrees that this Change Order includes all costs (direct and indirect) and time related to or caused by the change in the scope of Work, including costs and time associated with coordinating the scope of this Change Order with all other aspects of the Work and resolving any conflicts or future changes to the Work as a result thereof. It is the express intent of the Contractor to waive any and all claims that it has against the Owner, including any which are presently unknown, unsuspected, unanticipated or undisclosed, related to or caused by this change. Contractor expressly waives the provisions of section 1542 of the Civil Code of California, which provides: A general release does not extend to claims which the creditor does not know or suspect to exist in his or her favor at the time of executing the release, which if known by him or her must have materially affected his or her settlement with the debtor. Authorized: Not valid unt'I signed by both the Owner and Owner's Representative. Contractor: Alten Construction, Inc. 720 12`h Street Richmond, CA 94801 Byr (hainIn Name: Date: 5/10/17 Owner's Representative Kitchell CEM 2450 Venture Oaks Way Sacramento, CA 95833 Bv: Name: Date: Owner: City of San Rafae 1400 Fifth Avenue San Rafael, CA 94901 By: ame Date: -C---3 d vl —7 RAP,q�` SubContractor: Value: yP� ASI -001a T c ss ASI.001a -Service Doors Byron Epp ($345,982) Credit for all doors on station Exhibit A Thor Door $252,619 SAN RAFAEL FIRE STATIONS 52 & 57 A51 -001a - OH Coiling Doors The Door Company VALUE ENGINEERING Alternate Contractor for Coiling Doors A51 -001a - Electrical Mike Brown Electric $0 ACCEPTED STATION 52 Davison VALUE Apparatus Bay Doors -Thar Door ASI -001a ($50,363) Site Wall and Fencing Revisions - Ahlbom A51 -002c ($211,819) Exterior Material Finish Changes Honed & Running A51 -004b ($159,218) Precast Concrete in lieu of Terrazzo - Alten ASI -005a ($24,074) Delete Gray Water System ASI -009 ($5,894) Hydraulic in lieu of Traction Elevator ASI -010 ($37,684) Acaust Baffle (Hallway) in lieu of Clouds ASI -011 ($10,161) Alternate Wood Ceilings - 3" Slats ASI -012a ($19,421) Face Shell Lt Wt CMU ASI -013 $0 Delete Extractor and Dryer from Contract ACI ($26,170) Alten SUBTOTAL ($544,804) ASI.002c - Gate Controls OH&P ($19,068) B&I ($9,586) Change Training Tower Allowance to$1,000,000 ALLOW ($50,000) TOTAL ($623,458) ACCEPTED STATION 57 VALUE Ceilings from Clouds to ACT ASI -001 ($5,880) Patio Roof Overhang Adjustment ASI -002 ($22,539) Precast Concrete in lieu of Terrazzo -Allen ASI -003a ($10,660) Delete Gray Water System ASI -007 ($4,313) Alternate Wood Ceilings - 3" Slats ASI -008a ($10,789) Alternate Metal Ceiling Product ACI ($15,000) 3 ea Bi Fold Doors & 3 ea Alt Rytec Doors ACI ($111,479) Delete Extractor and Dryer from Contract ACI ($26,170) SUBTOTAL ($206,830) OH&P ($7,239) B&I ($3,639) TOTAL ($217,708) COMBINED TOTAL ($841,166) STATION 52 ACCEPTED VALUE ENGINEERING- INDIVIDUAL ASI BREAKDOWNS Document: SubContractor: Value: Notation: ASI -001a ASI.001a -Service Doors Byron Epp ($345,982) Credit for all doors on station A51 -001a - OH Rolling Doors Thor Door $252,619 Full Vision per Cary Request A51 -001a - OH Coiling Doors The Door Company $11,000 Alternate Contractor for Coiling Doors A51 -001a - Electrical Mike Brown Electric $0 No Cost Change ASI -001@ - Steel Davison $22,000 TOTAL ($50,363) ASI -002c A51 -002c -CMU SW Mertz ($44,813) ASI -002c - Rebar Camblin $3,500 A51 -002c - Concrete Devincenzi $14,175 ASI-002ac- Plaster Robert Boeger ($12,500) ASI -002c - Fencing (As Bid) Fence Corp ($284,112) ASI -002c - Steel Gate Alten $5,000 ASI.002c - Gate Controls The Door Company $32,480 A51 -002c - Fencing (Ornamental) Ahlborn $74,450 Mising Gate Controls and Steel Gate TOTAL ($211,819) ASI -003 VOID ,)pXkrot ItAFq�` 2 0 �y Y WIiH PH ASI -004b ASI.004b - CMU - Honed & Running ASI -004a -CMU Face Shell (LT WT) A51 -004a - Balcony Rail A51 -004a - Plaster@ Metal Panels ASI.004a - Plaster at Thin Brick ASI.004a -Waterproofing ASI -004a -Metal Panels A51 -004a -Thin Brick ASI.005a ASI -005a - DeleteTerrazzo ASI -005a - Concrete ASI -005a - install ASI -006 VOID ASI -007 VOID ASI -009 VOID ASI -009 ASI -009 - Plumbing ASI -009 - Electrical ASI -009 - Landscaping ASI -009 - Site Utilites ASI -010 ASI -010 - Elevator ASI -010 - Electrical ASI -010 - CMU ASI -010 - Steel ASI -011 ASI -011- Accoustical Clouds ASI -011- 2x4 & Baffles ASI.012a A51 -012a - Specified Wood Ceiling ASI -012a -Alternate Wood Ceiling ASI -013 ASI -013 - CMU ASI -013 -Thin Brick ASI -013 - Plaster at Thin Brick ASI -013 - Waterproofing ACI DELETE EXTRACTOR & DRYER Extractor & Dryer becomes OF01 SW Mertz $38,178 SW Mertz $2,520 Davison $8,000 Robert Boeger $4,000 Robert Boeger ($16,740) Mike Flynn $0 Tricore Panels ($61,977) California Tile ($133,199) Davison TOTAL ($159,218) Top End ($43,864) Universal Precast $13,254 Alten $6,536 TOTAL ($24,074) $0 $0 $0 Azevedo Plumbing ($5,894) Mike Brown Electric $0 Neary Landscape $0 Bay Citiess Grading & Paving $0 TOTAL ($5,894) OTIS ($36,284) Mike Brown Electric $0 SW Mertz ($1,400) Davison $0 DW Acoustics DW Acoustics TOTAL DW Acoustics SW Mertz California Tile Robert Boeger Mike Flynn Taylor Houseman STATION S7 ACCEPTED VALUE ENGINEERING - INDIVIDUAL ASI BREAKDOWNS Document: Subcontractor: ASI -001 ASI -001- Acoustical Clouds DW ACoustics ASI -001- 2x4 Ceiling DW ACoustics TOTAL ($37,684) ($26,882) $16,721 TOTAL ($10,161) ($42,749) $23,328 TOTAL ($19,421) $30,367 ($30,111) $0 $0 TOTAL $0 ($26,170) TOTAL ($26,170) Value: ($9,120) $3,240 TOTAL ($5,880) No Cost Change No Cost Change No Cost Change No Cost Change 3" Slat Material Must use Lt We ght CMU Notation: yp„� t2AF,q�! o ry wirM oM ASI -002 ASI -002 - Metal Deck ASI -002 - Roofing ASI -002 - Lt Weight Concrete ASI -002 - CMU ASI -002 - Steel ASI -003a ASI -003a -Terrazzo ASI -003a -Concrete ASI -003a - Installation ASI -004 VOID ASI -005 VOID ASI -006 VOID ASI -007 ASI -007 - Plumbing ASI -007 - Electrical ASI -007 - Landscaping ASI -007 -Site Utilities ASI -008a ASI -008a -Specified Wood Ceiling ASI -008a -Alternate Woad Ceiling ACI Alternate Metal Ceiling Specified Metal Ceiling Alternate Metal Ceiling ACI 3 ea BI FOLD (SPEC'd) & 3 ea RYTEC (Alt) Bid Day Pricing as Specified Revised Pricing as Apecified ACI DELETE EXTRACTOR & DRYER Extractor & Dryer becomes OFO1 BT Mancini ($1,100) Platinum ($10,088) Alten ($2,351) SW Mertz ($1,400) Davison ($7,600) $0 TOTAL ($22,539) Top End ($17,960) Universal Precast $3,764 Alten $3,536 DW Acoustics TOTAL ($10,660) $0 $0 $0 Azevedo Plumbing ($4,313) Mike Brown Electric $0 No Cost Change Neary Landscape $0 No Cost Change Bay Cities Grading & Paving $0 No Cost Change TOTAL ($4,313) DW Acoustics ($23,749) DW Acoustics $12,960 3" Slat Material TOTAL ($10,789) DW Acoustics DW Acoustics Byron Epp Byron Epp Taylor Houseman ($192,425) $177,425 TOTAL ($15,000) ($365,300) $253,821 TOTAL ($111,479) ($26,170) TOTAL ($26,170) The Roll ng Doors are Rytek VP Direct Drive Doors "N `- ALTEN "CONSTRUCTION S,(VCE 199b VIA COURIER May 19, 2017 Ms. Cindy Ray Project Manager City of San Rafael 111 Morphew Street San Rafael, CA 94901 RE: Signed Contracts, Bonds, Insurance and other Start -Up Documentation City of San Rafael Essential Facilities Construction Project — Fire Station #52 & Fire Station #57 Dear Ms. Ray: Enclosed, please find the following per the Notice of Award Dated 5/10/17: 1) Two (2) original, fully executed Agreements 2) Two (2) original, fully executed Change Order 001 3) One (1) original, fully executed and notarized Performance Bond & One (1) original, fully executed and notarized Construction Labor & Material Payment Bond 4) One (1) original set of insurance certificate and endorsements & One (1) Builder's Risk Certificate 5) Two (2) original, fully executed Guaranty forms I look forward to hearing back from Kitchell/City of San Rafael regarding a template for the Escrow Agreement for Security Payments in Lieu of Retention so that we can put that in place. When the contracts are executed by the City, please send Alten's original to my attention for processing. Please let me know if you have any questions about the above noted documents. Sincerely, I �f 4 Karin M. Romeo Bid Coordinator ALTEN CONSTRUCTION, INC. Enclosures 720 12th Street, Richmond, CA 94801 510-234-4200 Phone • 510-234-4402 Fax License#705713 ALTEN CONSTRUCT ON May 19, 2017 Cindy Ray Project Manager City of San Rafael 111 Morphew Street San Rafael, CA 94901 RE: PROOF OF DELIVERY - PROJECT START-UP DOCUMENTATION City of San Rafael Essential Facilities Construction Project — Fire Station #52 & Fire Station #57 By signing below, a Representative of the City of San Rafael acknowledges that he or she received a package referencing the above noted documents from Alten Construction on May 19, 2017. Thank you! Signatur yP�rint Name 7___ Titl Date & Time 72012`h St Richmond CA I 2"d Office: 8055 Collins Dr Oakland CA 1510.234.4200 1510.234.4402 1 Lic 705713 A B ACORD TM CERTIFICATE OF LIABILITY INSURANCE I Date5/16/DDlYR) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Heffernan Insurance Brokers NAME: PHO101 Second Street, Suite 120 I (A/ ,No,Ext): 707-781-3400 I AA/C,No): 707-781-0e00 Petaluma, CA 94952 EMAIL CA License# 0564249 ADDRESS: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH 'OLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF POLICY EXP LIMITS LTR INSR WVO (MMIDDIYYYY) (MMIDDIYYYY) GENERAL L LIABILITY EACH OCCURRENCE $2,000,000 A X COMMERCIAL GENERAL LIABILITY X X SF17CGL2186501C 03/25/17 03/25/21 DAMAGE TO RENTED _ I PREMISES (Ea occurrence) CLAIMS -MADE ❑X OCCUR I MED EXP (Any one person) PERSONAL & ADV INJURY $1,000,000 GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER 7 POLICY n PROJECT n LOC B AUTOMOBILE LIABILITY X ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS D UMBRELLA LIAB X OCCUR X EXCESS LIAR CLAIMS -MADE DED I I RETENTION NIL WORKERS COMPENSAT'ON AND EMPLOYERS LIAB.LiTY YIN ANY PROPRIETORIPARTNERIEXECL;TIVE/ C OFFICERIMEMBER EXCLUDED' ❑N (Mandatory in N H ) If yes describe under DESCRIPTION OF OPERATIONS below E 1" EXCESS LAYER of EXCESS LIAR LiTY X x 6024385396 06/01/16 06/01/17 X x ELU621876-01-2017 03/25/17 03/25/21 NIA x 7600016809161 NHA242277 10/01/16 10/01/17 03/25/17 03/25/21 PRODUCTS - COMP/OP AGG $2,000,000 COMBINED SINGLE LIMIT $1,000,000 (Ea accident) BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE $ (Per accident) EACH OCCURRENCE $10,000,000 AGGREGATE $10,000,000 WC STATU- INSURERS AFFORDING COVERAGE NAIC # INSURED INSURER A: Navigators Specialty Insurance Company 36056 Alten Construction, Inc. INSURER B: Continental Casualty Company 20443 72012 th Street INSURER C: Everest National Insurance Company 10120 INSURER D: Axis Surplus Insurance Company Richmond, CA 94801 INSURER E: RSUI Indemnity Company INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH 'OLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF POLICY EXP LIMITS LTR INSR WVO (MMIDDIYYYY) (MMIDDIYYYY) GENERAL L LIABILITY EACH OCCURRENCE $2,000,000 A X COMMERCIAL GENERAL LIABILITY X X SF17CGL2186501C 03/25/17 03/25/21 DAMAGE TO RENTED _ I PREMISES (Ea occurrence) CLAIMS -MADE ❑X OCCUR I MED EXP (Any one person) PERSONAL & ADV INJURY $1,000,000 GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER 7 POLICY n PROJECT n LOC B AUTOMOBILE LIABILITY X ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS D UMBRELLA LIAB X OCCUR X EXCESS LIAR CLAIMS -MADE DED I I RETENTION NIL WORKERS COMPENSAT'ON AND EMPLOYERS LIAB.LiTY YIN ANY PROPRIETORIPARTNERIEXECL;TIVE/ C OFFICERIMEMBER EXCLUDED' ❑N (Mandatory in N H ) If yes describe under DESCRIPTION OF OPERATIONS below E 1" EXCESS LAYER of EXCESS LIAR LiTY X x 6024385396 06/01/16 06/01/17 X x ELU621876-01-2017 03/25/17 03/25/21 NIA x 7600016809161 NHA242277 10/01/16 10/01/17 03/25/17 03/25/21 PRODUCTS - COMP/OP AGG $2,000,000 COMBINED SINGLE LIMIT $1,000,000 (Ea accident) BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE $ (Per accident) EACH OCCURRENCE $10,000,000 AGGREGATE $10,000,000 WC STATU- OTH- x TORY LIMITS ER EL EACH ACCIDENT $1,000,000 EL DISEASE - EA EMPLOYEE $1,000,000 EL DISEASE -POLICY LIMIT $1,000,000 EACH OCCURRENCE $15,000,000 AGGREGATE $15,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / WEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) Re: Essential Facilities Project; Fire Station #52; 210 Third Street, San Rafael, CA, Job# 201707 and Fire Station #57; 3530 Civic Center Drive, San Rafael, CA, Job# 201708. City of San Rafael, it's officers, agents, employees and volunteers, the State of California, Construction Manager(s), Project Manager(s), Inspector(s) and Architect(s) are named additional insured as respects General & Auto Liability policies per endorsements attached, when required and are named additional insured as respects Umbrella Liability policy as follows policy forms and endorsements of underlying General & Auto Liability policies. Such insurance shall be primary to any insurance or selfinsurance maintaned by Owner, the State of California, Construction Manager(s), Project Manager(s), Project Inspector(s), Architect(s) and their agents, representatives and employees per endorsement attached, when required. Waiver of Subrogation applies to Wokers Compensation policy per attached endorsement, General and Auto Liability policies per endorsements attached, when required and as respects to Umbrella Liability policy as follows policy forms and endorsements of underlying General & Auto Liability policies. Cancellation notices for General and Automobile Liability policies are attached, if required. CERTIFICATE HOLDER CANCELLATION City of San Rafael c/o Raaj Patel 1400 Fifth Avenue San Rafael„ CA 94901 ACORD 25 (2010105) The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE f 15 // ! "-- 01-8-2010 ACORD CORPORATION. All rights reserved. COMMERCIAL GENERAL LIABILITY NPC 715 0711 ADDITIONAL INSURED or "CERTIFICATE" HOLDER NOTICE OF CANCELLATION -BLANKET THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following. ALL COVERAGE FORMS If you are required by written contract to provide Notice of Cancellation (for reasons other than non- payment of premium or deductible reimbursement) to any additional insured or "certificate" holder under this policy, we agree to provide such Notice stating when, no less than 30 days from the date of mailing, such cancellation shall take effect. You agree that as a condition precedent to us providing such notice, you will provide us with a complete list of such additional insureds or "certificate" holders including appropriate designees and complete mailing addresses. Such list shall be provided no less than 7 days from the date it is electronically requested. Such list shall be in a format acceptable to us. If notice is mailed, proof of mailing is sufficient proof of notice For purpose of this endorsement, "certificate" shall mean a certificate of insurance issued as evidence of this insurance. NPC 715 0711 Page 1 of 1 POLICY NUMBER: SF17CGL2186501C COMMERCIAL GENERAL LIABILITY CG 2010 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Any person or organization for whom you are performing operations during the policy period when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as an additional insured on your policy. Location(s) Of Covered Operations Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to B. include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for 'bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) desig- nated above. With respect to the insurance afforded to these additional insureds, the following additional exclu- sions apply: This insurance does not apply to 'bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equip- ment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its in- tended use by any person or organization other than another contractor or subcontractor en- gaged in performing operations for a principal as a part of the same project. CG 2010 07 04 0 ISO Properties, Inc., 2004 Page 1 of 1 CNA Alten Construction, Inc CNA63359XX Policy #6024335396 (Ed 04'12) Effective 06101/2106 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS EXTENDED COVERAGE ENDORSEMENT - BUSINESS AUTO PLUS - This endorsement modifies insurance provided under the following_ BUSINESS AUTO COVERAGE FORM Il!11IL11tR1"KOUT4-T&I� A. Who Is An Insured The following is added to Section II, Paragraph A.1., Who Is An Insured: 1. a. Any incorporated entity of which the Named Insured owns a majority of the voting stock on the date of inception of this Coverage Form provided that, b. The insurance afforded by this provision A.I. does not apply to any such entity that is an "insured" under any other liability "poricy" providing 'auto" coverage 2. Any organization you newly acquire or form, other than a limited riabitity company partnership or joint venture, and over which you maintain majority ownership interest The insurance afforded by this provision A.2._ a. Is effective on the acquisition or formation date, and is afforded only until the end of the policy period of this Coverage Form, or the next anniversary of its inception date whichever is earlier. b. Does not apply to (1) "Bodily injury" or "property damage" caused by an "accident that occurred before you acquired or formed the organization, or (2) Any such organization that is an insured" under any other liability .policy" providing "auto" coverage 3. Any person or organization that you are required by a written contract to name as an additional insured is an "insured' but only With respect to their legal liability for acts or omissions of a person.. who qualifies as an "insured" under Section II - Who Is An Insured and for whom Liability Coverage is afforded under this policy_ If required by written contract, this insurance will be primary and non-contributory to insurance on which the additional insured is a Named Insured 4. An "employee" of yours is an "Insured" while operating an "auto" hired or rented under a contract or agreement in that "employee's" name, with your permission, while performing duties related to the conduct of your business_ "Policy." as used in this provision A. Who Is An Insured, includes those policies that were in force on the inception date of this Coverage Form but 1. Which are no longer in force, or 2. Whose limits have been exhausted B. Bail Bonds and Loss of Earnings Section II, Paragraphs A.2. (2) and A.2. (4) are revised as follows - 1. In a.(2), the limit for the cost of bail bonds is changed from $2,000 to $5 000; and 2. In a.(4). the limit for the toss of earnings is changed from $250 to $500 a day C. Fellow Employee Section II, Paragraph B.5 does not apply Such coverage as is afforded by this provision C is excess over any other collectible insurance 11. PHYSICAL DAMAGE COVERAGE A. Glass Breakage - Hitting A Bird Or Animal - Falling Objects Or Missiles The following is added to Section 111, Paragraph A.3 - With respect to any covered "auto " any deductible shown in the Declarations will not apply to glass breakage if such glass is repaired. in a manner acceptable to us, rather than replaced B. Transportation Expenses Section III, Paragraph A.4.a. is revised with respect to transportation expense incurred by you, to provide: a. $60 per day, in lieu of S20, subject to b. $1,800 maximum, in lieu of $600 CNA63359XX UpAght, CNA Corporation 20M Page 1 of 3 (Ed 04/12) Includes capgaigMed m ie al of the insurance Services Office used with its pennisston C. Loss of Use Expenses Section III, Paragraph A.4.b. is revised. with respect to loss of use expenses incurred by you. to provide. a. $1,000 maximum, in lieu of $600 D. Hired "Autos" The following is added to Section III. Paragraph A- 5. Hired "Autos" If Physical Damage coverage is provided under this policy, and such coverage does not extend to Hired Autos, then Physical Damage coverage is extended to: a. Any covered "auto" you lease, hire, rent or borrow without a driver, and b. Any covered "auto" hired or rented by your "employee" without a driver, under a contract in that individual "employee's" name, with your permission, while performing duties related to the conduct of your business c. The most we will pay for any one "accident" or "loss" is the actual cash value cost of repair, cost of replacement or $75,000, whichever is less, minus a S500 deductible for each covered auto. No deductible applies to "loss" caused by fire or lightning d. The physical damage coverage as is provided by this provision is equal to the physical damage coverage(s) provided on your ovmed "autos ' e. Such physical damage coverage for hired "autos" will (1) Include loss of use, provided it is the consequence of an "accident" for which the Named Insured is legally Gable and as a result of which a monetary loss is sustained by the leasing or rental concern (2) Such coverage as is provided by this provision will be subject to a limit of $750 per 'accident." E. Airbag Coverage The following is added to Section III, Paragraph B.3. - The accidental discharge of an airbag shall not be considered mechanical breakdown F. Electronic Equipment CNA63359XX (Ed 04112) Section III, Paragraphs B.4.c and B.4.d. are deleted and replaced by the following c. Physical Damage Coverage on a covered "auto" also applies to "loss' to any permanently Installed electronic equipment including its antennas and other accessories d. A $100 per occurrence deductible applies to the coverage provided by this provision G. Diminution In Value The following is added to Section III. Paragraph B.6. Subject to the following the "diminution in value" exclusion does not apply to a. Any covered "auto' of the private passenger type you lease hire, rent or borrow, without a driver for a period of 30 days or less, while performing duties related to the conduct of your business, and b. Any covered "auto" of the private passenger type hired or rented by your "employee" without a driver for a period of 30 days or less, under a contract in that individual "employee's" name, with your permission, while performing duties related to the conduct of your business. c. Such coverage as Is provided by this provision is limited to a "duninution In value" loss ansing directly out of accidental damage and not as a result of the failure to make repairs. faulty or incomplete maintenance or repairs, or the installation of substandard parts d. The most we will pay for 'loss" to a covered "auto" in any one accident is the lesser of (1) $5,000; or (2) 20110 of the "auto's" actual cash value (ACV)_ III. Drive Other Car Coverage — Executive Officers The following is added to Sections 11 and III 1. Any "auto" you don't own, hire or borrow is a covered "auto" for Liability Coverage while being used by, and for Physical Damage Coverage while in the care, custody or control of, any of your "executive officers," except_ a. An "auto" owned by that "executive officer" or a member of that person's household or CNA63359XX Coppight, CNA Corporation, MW Page 2 of 3 (Ed_ 04/12) Indudes copg4hted nmzatial of the +nsurwxe Services Office used wilt► its pennisnon CNA b. An "auto" used by that "executive officer' while working in a business of selling servicing, repairing or parking "autos " Such Liability andlor Physical Damage Coverage as is afforded by this provision (1) Equal to the greatest of those coverages afforded any covered "auto", and (2) Excess over any other collectible insurance. 2. For purposes of this provision. "executive officer" means a person holding any of the officer positions created by your charter, constitution by-laws or any other similar governing document, and, while a resident of the same household, includes that person's spouse Such "executive officers" are insureds" while using a covered "auto' described in this provision. IV. BUSINESS AUTO CONDITIONS A. Duties In The Event Of Accident, Claim, Suit Or Loss The following is added to Section IV, Paragraph A.2.a.: (4) Your "employees" may know of an "accident" or 'loss.' This will not mean that you have such knowledge unless such "accident" or "loss" is known to you or if you are not an individual, to any of your executive officers or partners or your insurance manager_ The following is added to Section IV, Paragraph A.2.b. (6) Your "employees" may know of documents received concerning a claim or "surf" This will not mean that you have such knowledge unless receipt of such documents is known to you or if you are not an individual to any of your executive officers or partners or your insurance manager B. Transfer Of Rights Of Recovery Against Others To Us CNA63359XX (Ed 04112) The following is added to Section IV, Paragraph A.5. Transfer Of Rights Of Recovery Against Others To Us We waive any right of recovery we may have, because of payments we make for injury or damage, against any person or organization for whom or which you are required by written contract or agreement to obtain this waiver from us This injury or damage must anse out of your activities under a contract with that person or organization You must agree to that requirement prior to an "accident" or "loss " C. Concealment, Misrepresentation or Fraud The following is added to Section IV, Paragraph B.2._ Your failure to disclose all hazards existing on the date of inception of this Coverage Form shall not prejudice you with respect to the coverage afforded provided such failure or omission is not intentional. D. Other Insurance The following is added to Section IV, Paragraph B.5.. Regardless of the provisions of Paragraphs 5.a. and 5.d. above. the coverage provided by this policy shall be on a primary non-contributory basis. This provision is applicable only when required by a written contract That written contract must have been entered into prior to "Accident" or "Loss " E. Policy Period, Coverage Territory Section IV, Paragraph B. 7.(5).(a). is revised to provide: a. 45 days of coverage in lieu of 30 days V. DEFINITIONS Section V. Paragraph C. is deleted and replaced by the following - "Bodily injury" means bodily injury, sickness or disease sustained by a person, including mental anguish, mental injury or death resulting from any of these_ CNA63359XX Copyright CNA corporation, 2000 Page 3 of 3 (Ed_ 04112) Includes copyrighted mar_arial of the Insurance Services office used WM its permission COMMERCIAL GENERAL LIABILITY CG 20 01 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance (2) You have agreed in writing in a contract or Condition and supersedes any provision to the agreement that this insurance would be primary contrary: and would not seek contribution from any other Primary And Noncontributory Insurance insurance available to the additional insured. This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and CO 20 0104 13 0 Insurance Services Office, Inc., 2012 Page 1 of 1 POLICY NUMBER: SF17CGL2186501C COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: Any person or organization when you and such person or organization have agreed in writing in a contract or agreement that you will waive any right of recovery against such person or organization. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph B. Transfer Of Rights Of Recovery Against Others To Us of Section IV - Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or 'Your work" done under a contract with that person or organization and included in the "products - completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 05 09 0 Insurance Services Office, Inc., 2008 Page 1 of 1 MORMAIS (.'O\11'F.NSA [ION AND I-. %I PLO) ERS 1-1%fit L11% INSURANCE 1'01.1('1' NC 04 of ori WAIVER OF OUR RIGHTTO RECOVER MUM OTHERS ENUORSEI'IENT - CALIFORINIA We have the right to recover our payments from anyone liable for an injury covered by this policy. We wtll not cid'orce our right against the portion or organi/ation named ill the Schedule, (1 heti myeement applies only to the extent That you perlorm \wrk under a wrilten contract than requires you to obtain this agreement from IN 1 You must rnault;lin payroll records accurately scgrcpatin4 the re a nerttion ol'your employees while engaged in the work described in the Schedule. The additional pretllium Iiu this endorsenicnl shall be'_" of the Calilornia workcts' compensation preoliunl othenvtse due on such remuneration, �r~ISH nl+t.F' PERSON OR ORGANmvrim JOB DI'.SCRIPTION ANY PERSON OR ORGANIZATION FOR \l HONI THE BLANKET 1'l UVER OF SUBROGATION NAMED INSURED HAS AGRFED BY \VRMFN CON fRAC'T I'0 F I RNISI I fins N MVI R )'his endorsement changes the policy to %shich it li attached and is elTcetive on the date 1„ued unless othcmise ,tats d (The information heloll is required only when this endorsement is issued subsequent to preparation or the ponicl •) Endorsement Efl�ctwe- 10/01/2010 Policv No, 76000161109161 Lndorsenlent No 1101 Insured Alten Conslruclion. Inc. Premium S INCL. Insurance Company I.ierest National Insurance Company Countersigned By - 1998 hi rhe \lurker: C eimpen.atiun Imurunce Rutin); Rureuu ul'('sdilirrniu W right, ie,eried Frani the N(UD%( 01im-n1a Marker,' Compen+ution In,urunee Fnnn, Manual 1979. A t" EVIDENCE OF PROPERTY INSURANCE Date �MM/DDD/WY) THIS EVIDENCE OF PROPERTY INSURANCE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE ADDITIONAL INTEREST NAMED BELOW. THIS EVIDENCE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS EVIDENCE OF INSURANCE DOES NOT CONSITITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE ADDITIONAL INTEREST. PRODUCER NAME, CONTACT, PERSON I Phone (AIC, No, Ext): COMPANY NAME AND ADDRESS NAIC NO: AND ADDRESS 707-781-3400 20443 Heffernan Insurance Brokers 101 Second Street, #120 Petaluma, CA 94952 CA License# 0564249 FAX (A/C,No): I E-MAIL ADDRESS: 213-623-1388 CODE: I SUB CODE: AGENCY CUSTOMER ID#: NAMED INSURED AND ADDRESS Allen Construction, Inc. 720 121h Street Richmond, CA 94801 PROPERTY INFORMATION LOCATION/DESCRIPTION Continental Casualty Insurance Company IF MULTIPLE COMPANIES, COMPLETE SEPARATE FORM FOR EACH POLICY TYPE: BUILDERS RISK LOAN NUMBER POLICY NUMBER 2090343814 EFFECTIVE DATE EXPIRATION DATE CONTINUED UNTIL TERMINATED IF 6/01/2015 06/01/2017 n CHECKED Re: Essential Facilities Projects; Fire Station #52; 210 Third Street, San Rafael, CA 94901, Job #201707 & Fire Station #57; 3530 Civic Center Drive, San Rafael, CA 94903; Job #201708. THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD �NDICATED. NOT WITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS EVIDENCE OF PROPERTY INSURANCE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL OF THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. COVERAGE INFORMATION COVERAGE/PERILS/FORMS AMOUNT OF INSURANCE DEDUCTIBLE Builders Risk Limit $21,019,717 $10,000 Earthquake I I U $5,000,000 5% (subject to ) minnimuimum REMARKS (Including Special Conditions) CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS ADDITIONAL INTEREST NAME AND ADDRESS City of San Rafael c/o Raaj Patel 1400 Fifth Avenue San Rafael, CA 94901 ACORD 27 (2009/12) The ACORD name and logo are registered marks of ACORD MORTGAGEE ADDITIONAL INSURED LOSS PAYEE LOAN AUTHORIZED REPRESENTATIVE 2003-2009 ACORD CORPORATION. All rights reserved CONTRACT ROUTING FORM INSTRUCTIONS: Use this cover sheet to circulate all contracts for review and approval in the order shown below. TO BE COMPLETED BY INITIATING DEPARTMENT PROJECT MANAGER: Contracting Department: Department of Public Works Project Manager: Cindy Ray Extension: x5326 Project Name: City of San Rafael Essential Faclities Constructin Project - FS #52 and FS #57 Contractor Name: Alten Construction Contractor's Contact: Shannon Alten Contact's Email: salten@altenconstruction.com ❑ FPPC: Check if Contractor/Consultant must file Form 700 Step RESPONSIBLE DESCRIPTION COMPLETED REVIEWER DEPARTMENT DATE Check/Initial 1 Project Manager a. Email PINS Introductory Notice to Contractor 5/19/2017 PRINT CONTINUE ROUTING PROCESS WITH HARD COPY ® CR Project Manager b. Email contract (in Word) & attachments to City 5/19/2017 CR i Atty c/o Laraine.Gittens@cityofsanrafael.org Attorney with printed copy of this routing form 2 City Attorney a. Review, revise, and comment on draft agreement Click here to ❑ LAG and return to Project Manager enter a date. agreement b. Confirm insurance requirements, create Job on ❑ LAG City Attorney PINS, send PINS insurance notice to contractor Click here to a Q� enter a date. I J 3 Project Manager Forward three (3) originals of final agreement to ❑ CR contractor for their signature 4 Project Manager When necessary, * contractor -signed agreement ® N/A agendized for Council approval *PSA > $20,000; or Purchase > $35,000; or Or ❑ CR Public Works Contract > $125,000 Date of Council approval Click here toenter a date. PRINT CONTINUE ROUTING PROCESS WITH HARD COPY 5 Project Manager Forward signed original agreements to City ! CR i Attorney with printed copy of this routing form 6 City Attorney Review and approve hard copy of signed agreement 7 City Attorney I Review and approve insurance in PINS, and bonds! /2y�/ a Q� (for Public Works Contracts) I J f�Cl 8 City Manager/ Mayor Agreement executed by Council authorized official 36,�� 9 City Clerk ! Attest signatures, retains original agreement and j forwards copies to Project Manager I �✓ 00 55 00 - NOTICE TO PROCEED Dated: June 1, 2017 To: Alten Construction, Inc. Address: 720 12'h Street Richmond, CA 94801 CONTRACT FOR: City of San Rafael Essential Facilities Construction Project — Fire Station 52 and Fire Station 57 You are notified that the Contract Time under the above Contract will commence to start on June 1, 2017. Contractor shall immediately apply for necessary approvals and permits, prepare required documents and submittals, and mobilize personnel and equipment to commence construction of the City of San Rafael Essential Facilities Construction Project — Fire Station 52 and Fire Station 57 within 10 calendar days from the date when this Notice to Proceed is issued. City of San Rafael reserves the right to modify or alter the Commencement Date of the Work. Contractor shall achieve Final Completion of the City of San Rafael Essential Facilities Construction Project — Fire Station 52 and Fire Station 57 within 420 calendar days from the date when the Contract Time commences to run as provided in Section 00 31 13 (Preliminary Construction Schedule) and 00 72 13 (General Conditions). Contractor shall achieve Final Completion of the entire Work and be ready for Final Payment Application in accordance with Section 01 77 00 (Contract Closeout). Before you may start any Work at the Site, you must: 1. Submit certified Safety Program and related information, and comply with all requests of/by, the City of San Rafael safety officer. 2. Submit copies of applicable permits and approvals, including but not limited to: o Contractor to obtain a Grading and Hauling Permit from City of San Rafael prior to commencement of work. o Contractor to obtain an approval from City of San Rafael on Traffic Management Plan. o Contractor to obtain a specific approval from City of San Rafael, Public Works Department, prior to any tree removal. o Contractor to obtain a specific approval from the City of San Rafael, Public Works Department, building demolition. o All necessary "General Approval' Requirements 3. Submit approved fire protection plan, as required. 4. Attend preconstruction conference. The preconstruction conference shall be arranged by the City of San Rafael Representative. bimSohutz, FS R A L By: City n ger San Rafael -END OF SECTION - City of San Rafael NOTICE TO PROCEED 00 55 00 - 1 of 1 Essential Facilities Project — Fire Stations 52 and 57 CONTRACT ROUTING FORM INSTRUCTIONS: Use this cover sheet to circulate all contracts for review and approval in the order shown below. TO BE COMPLETED BY INITIATING DEPARTMENT PROJECT MANAGER: Contracting Department: Department of Public Works Project Manager: Cindy Ray Extension: x5326 Project Name: NOTICE TO PROCEED Contractor Name: Alten Construction Contractor's Contact: Shannon Alten Contact's Email: salten((baltenconstruction.com ❑ FPPC: Check if Contractor/Consultant must file Form 700 Step RESPONSIBLE DESCRIPTION COMPLETED REVIEWER DEPARTMENT DATE Check/Initial 1 Project Manager a. Email PINS Introductory Notice to Contractor n/a © CR b. Email contract (in Word) & attachments to City 5/26/2017 Atty c/o Laraine.Gittens@cityofsanrafael.org 2 City Attorney a. Review, revise, and comment on draft agreement Che]. herc Its �' LAG and return to Project Manager cater a datc. b. Confirm insurance requirements, create Job on LAG PINS, send PINS insurance notice to contractor ('lick lick 10 CCItCr a t.lillC. 3 Project Manager Forward three (3) originals of final agreement to I. I CR contractor for their signature 4 Project Manager When necessary, * contractor -signed agreement ® N/A agendized for Council approval *PSA > $20,000; or Purchase > $35,000; or Or ❑ CR Public Works Contract > $125,000 Click here to Date of Council approval onter a ciatc. PRINT CONTINUE ROUTING PROCESS WITH HARD COPY 5 Project Manager Forward signed original agreements to City ❑ CR Attorney with printed copy of this routing form 6 City Attorney Review and approve hard copy of signed agreement 7 City Attorney Review and approve insurance in PINS , and bonds (for Public Works Contracts) t�f� 8 City Manager/ Mayor Agreement executed by Council authorized official _ _ , -t 9 City Clerk Attest signatures, retains original agreement and forwards copies to Project Manager 7 '��� 00 55 00 - NOTICE TO PROCEED Dated: June 5. 2017 To: Allen Construction. Inc. Address: 720 12th Street Richmond. CA 94801 CONTRACT FOR: City of San Rafael Essential Facilities Construction Project — Fire Station 52 and Fire Station 57 You are notified that the Contract Time under the above Contract will commence to start on June 5. 2017. Contractor shall immediately apply for necessary approvals and permits, prepare required documents and submittals, and mobilize personnel and equipment to commence construction of the City of San Rafael Essential Facilities Construction Project — Fire Station 52 and Fire Station 57 within 10 calendar days from the date when this Notice to Proceed is issued. City of San Rafael reserves the right to modify or alter the Commencement Date of the Work. Contractor shall achieve Final Completion of the City of San Rafael Essential Facilities Construction Project — Fire Station 52 and Fire Station 57 within 420 calendar days from the date when the Contract Time commences to run as provided in Section 00 31 13 (Preliminary Construction Schedule) and 00 72 13 (General Conditions). Contractor shall achieve Final Completion of the entire Work and be ready for Final Payment Application in accordance with Section 0177 00 (Contract Closeout). Before you may start any Work at the Site, you must: 1. Submit certified Safety Program and related information, and comply with all requests of/by, the City of San Rafael safety officer. 2. Submit copies of applicable permits and approvals, including but not limited to: o Contractor to obtain a Grading and Hauling Permit from City of San Rafael prior to commencement of work. o Contractor to obtain an approval from City of San Rafael on Traffic Management Plan. o Contractor to obtain a specific approval from City of San Rafael, Public Works Department, prior to any tree removal. o Contractor to obtain a specific approval from the City of San Rafael, Public Works Department, building demolition. o All necessary "General Approval" Requirements 3. Submit approved fire protection plan, as required. 4. Attend preconstruction conference. The preconstruction conference shall be arranged by the City of San Rafael Representative. CITTF SAN EL By: Jim Sch , City Mana er City f n Rafael r City of San Rafael Essential Facilities Project — Fire Stations 52 and 57 -END OF SECTION - NOTICE TO PROCEED 00 55 00 -1 of 1 CONTRACT ROUTING FORM INSTRUCTIONS: Use this cover sheet to circulate all contracts for review and approval in the order shown below. TO BE COMPLETED BY INITIATING DEPARTMENT PROJECT MANAGER: Contracting Department: Department of Public Works Project Manager: Cindy Ray Extension: x5326 Project Name: NOTICE TO PROCEED THIS IS REVISED WAITING FOR LETTER FROM SFO WATERBOARD Contractor Name: Alten Construction Contractor's Contact: Shannon Alten Contact's Email: salten@altenconstniction.com ❑ FPPC: Check if Contractor/Consultant must file Form 700 Step RESPONSIBLE DESCRIPTION COMPLETED REVIEWER DEPARTMENT DATE Check/Initial 1 Project Manager a. Email PINS Introductory Notice to Contractor n/a N CR b. Email contract (in Word) & attachments to City 06/012017 Atty c/o Laraine.Gittens@cityofsanrafael.org 2 City Attorney a. Review, revise, and comment on draft agreement Click here to ❑ LAG and return to Project Manager enter a date. b. Confirm insurance requirements, create Job on !_ LAG PINS, send PINS insurance notice to contractor Click here to enter a date. 3 Project Manager Forward three (3) originals of final agreement to ❑ CR contractor for their signature 4 Project Manager When necessary, * contractor -signed agreement N N/A agendized for Council approval *PSA > $20,000; or Purchase > $35,000; or Or ❑ CR Public Works Contract > $125,000 Click here to Date of Council approval enter a date. PRINT CONTINUE ROUTING PROCESS WITH HARD COPY 5 Project Manager Forward signed original agreements to City ❑ CR Attorney with printed copy of this routing form 6 City Attorney Review and approve hard copy of signed agreement / 7 City Attorney Review and approve insurance in PINS, and bonds (for Public Works Contracts) 8 City Manager/ Mayor Agreement executed by Council authorized official I ]I I 9 City Clerk Attest signatures, retains original agreement and ���-� forwards copies to Project Manager ROUTING SLIP / APPROVAL FORM INSTRUCTIONS: Use this cover sheet with each submittal of a staff report before approval by the City Council. Save staff report (including this cover sheet) along with all related attachments in the Team Drive (T:) --> CITY COUNCIL AGENDA ITEMS 4 AGENDA ITEM APPROVAL PROCESS 4 [DEPT - AGENDA TOPIC] Agenda Item # Date of Meeting: 4/17/2017 From: Bill Guerin Department: Public Works Date: 4/10/2017 Topic: CITY OF SAN RAFAEL ESSENTIAL FACILITIES CONSTRUCTION PROJECT — FIRE STATIONS 52 AND 57. Subject: A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL AUTHORIZING THE CITY MANAGER TO AWARD A CONSTRUCTION CONTRACT FOR CITY OF SAN RAFAEL ESSENTIAL FACILITIES CONSTRUCTION PROJECT — FIRE STATIONS 52 AND 57, IN THE AMOUNT OF $19,940.000 Type: ® Resolution ❑ Ordinance ❑ Professional Services Agreement ❑ Other: Staff Report APPROVALS ® Finance Director Remarks: approved final 4/12 ® City Attorney Remarks: LG -Approved 4/12/17. ® Author, review and accept City Attorney / Finance changes Remarks: ® City Manager Remarks: FOR CITY CLERK ONLY File No.: Council Meeting: Disposition: