Loading...
HomeMy WebLinkAboutPW Essential Facilities Construction Project; 52 & 5700 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 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 �✓