Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
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: