HomeMy WebLinkAboutC-2980 - Police Facility Shooting Range Modifications and Electrical System ImprovementsA
4
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92659 -1768
September 22, 1995
(714) 644 -3005
Perera, Inc., Construction & Design
2315 W. Foothill, #1
Upland, CA 91786
Subject: Surety: Gulf Insurance Company
Bond No.: GE5647646
Contract No.: C -2980
Project: Police Facility Shooting Range
Modifications and Electrical System
Improvements
The City Council of Newport Beach on August 14, 1995 accepted the
work of subject project and authorized the City Clerk to file a
Notice of Completion and to release the bonds 35 days after the
Notice of Completion has been recorded in accordance with
applicable portions of the Civil Code.
The Notice was recorded by the Orange County Recorder on August 24,
1995, Reference No. 95- 0368234.
Sincerely, o
Wanda E. Raggio�
City Clerk
WER:pm
cc: Public Works Department
3300 Newport Boulevard, Newport Beach
6
RECORDING REQUESTED BY AND
WHEN RECORDED RETURN TO:
City Clerk,/-e77')w-
City ofNewport Beach
33 Beach, CA 92663
Newport B
0
DOC # 95-0368234
24-AUG-1995 03.41 P
Re,nY_ei iii Official Recrlydc
Cf DYaii3 ^c CGUIiiY� �3iifC Yli:3
-Y :. Granvilie> lerW Re_GY Y
=age l of t Fees: 3
r a n ,,,, il
"Exempt from recording fees pursuant
to Government Code Section -6103"
NOTICE OF COMPLETION
NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport
Boulevard, Newport Beach, California, 92663, as Owner, and
Perera, Inc., Construction & DesiQm. 2315 W. Foothill. G. Upland, CA 91786 as
Contractor, entered into a Contract on December 5, 1994
Said Contract set forth certain improvements, as follows:
Police Facility Shooting Range Modifications and Electrical System Improvements
(C -2980) - located in the City of Newport Beach, County of Orange
Work on said Contract was completed on April 10, 1995 ,
and was found to be acceptable on August 14, 1995
by the City Council. Title to said property is vested in the
Owner, and the Surety for said Contract is Gulf Insurance Company,
i
BY a-0
u >.c or s irec or
City of Newport Beach
VERIFICATION
I certify, under penalty of perjury, that the foregoing is true and
correct to the best of my knowledge.
Executed on �� q 9S a 0
1
Newport Beach, Californ N, ''� a dt
qy g�. r'iR^q/
'� :,�i 1. � �' a �'A RECEIVrD
BY o� �� ��ti��' r� t`� 1,:� SEP 21 1995
City 5h ?`v
w
C
R EWPoT OFD
� F
1
x` '
•
•
r 1
�J
August 14, 1995
CITY COUNCIL AGENDA
ITEM NO. .2-/'
TO: MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: PUBLIC WORKS DEPARTMENT
SUBJECT: ACCEPTANCE OF POLICE FACILITY SHOOTING RANGE
MODIFICATION (C -2980)
RECOMMENDATION:
1. Accept the work.
2. Authorize the City Clerk to file a Notice of Completion.
cm
Al', I '1 IOC ,
3. Authorize the City Clerk to release the bonds 35 days after the
Notice of Completion has been recorded in accordance with
applicable portions of the Civil Code.
DISCUSSION:
The contract for the modifications to the police shooting range has been
completed in compliance with the plans and specifications and to the satisfaction of the
Public Works Department.
The bid price was
Amount of change orders
Total contract cost
$196,000.00
27,668.28
$223,668.28
A total of six (6) change orders were issued to complete the project. The
majority of the Change orders dealt with architectural modifications and construction
modifications to accommodate several building code requirements. Change orders in
excess of $1,000.00 were as follows:
1. A change order in the amount of $1,225.60 provided for the
installation of a fire rated metal door and frame to the shooting
range to meet the building code requirement.
2. A change order in the amount of $24,938.72 provided for the
installation of a new supply air duct and associated work to the
shooting range to meet the building code requirement.
Funds for the project were budgeted in the General fund ( Miscellaneous
& Studies), Account No's. 7014- P182026A and 7014- P182124A
* 6
SUBJECT: ACCEPTANCE OF POLICE FACILITY SHOOTING RANGE MODIFICATIONS, C -2980.
August 14, 1995
Page 2
The contractor is Perera, Inc., City of Upland, CA.
The contract completion date was April 10, 1995.
There is an unresolved issue not related to work performed by the
contractor and this issue involves the installation of the acoustical tiles placed on the
walls and ceiling baffles in the shooting range. The tiles in the shooting range, as
installed, discharge clouds of fibers into the atmosphere when weapons are being fired.
This is unacceptable to the Police Department. The contractor provided the tiles that
were specified and installed them in accordance with manufacturer's recommendations.
Armstrong World Industries, the tile manufacturer, has agreed, after - the -fact, that their
tiles are not suitable for installation in a shooting range. Their representative has
offered to reimburse the City for 50% of the cost of installing a new product. The staff
feels the engineer and architect that specified that the tiles be used in the shooting
range modifications be billed for the remaining 50 %. They have not agreed to
reimburse the City and a legal action may be needed to recover this portion of the cost.
The estimate for the removal of the defective tiles and the installation of new wall
covering acceptable to the Police Department is $19,000. Police, Building and Public
Works staff are currently working on resolving the acoustical tile problem. The
contractor did a good job on this project and should not be penalized by a design and
product deficiency beyond his control.
It is recommended that the work performed by Perera, Inc. under Contract
No. 2980 be accepted and that the appropriate Notice of Completion be filed by the City
Clerk.
Respectfully submitted,
4
PUBLIC WORKS DEPARTMENT
Don Webb, Director
By / 0" /4a
Horst Hlawaty
Acting Field Engineer
•
•
•
,✓
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
TO: FINANCE DIRECTOR
FROM: CITY CLERK
DATE: January 4, 1995
(714) 644 -3005
SUBJECT: Contract No. C -2980
Description of Contract Police Facility Shooting Range
Modifications and Electrical System Improvements
Effective date of Contract December 5 1994
Authorized by Minute Action, approved on November 282 1994
Contract with Perera, Inc Construction & Design
Address 2315 W. Foothill #1
Upland, CA 91786
Amount of Contract $196,000.00
Wanda E. Raggio
City Clerk
WER:pm
Attachment
3300 Newport Boulevard, Newport Beach
CITY CLERK
NOTICE INVITING BIDS
Sealed bids may be received at the office of the City Clerk,
at 3300 Newport Boulevard, P.O. Bog 1768, Newport Beach, Ca. 92658 -8915
until 11:00 AM on the 16th day of November ,1994.
at which time such bids shall be opened and read for:
POLICE FACILITY SHOOTING RANGE MODIFICATIONS
and.
ELECTICAL SYSTEM IMPROVEMENTS
Title of Project
2980
Contract Number
$200.000
Engineer's Estimate
/OQ
F-
,U
C �:k �P
0PC:
Approved by the City Council
this 10th day of October. 1994
Wanda E. Raggio, CI erk
Prospective bidders may obtain one set.of bid documents at no cost at the
office of the Public Works Department, 3300 Newport Boulevard, P. O. Bog
1768, Newport Beach, CA 92658 - 8915.
.. .•
•
CITY OF NEWPPORT BEACH
PUBLIC WORKS DEPARTMENT
PROPOSAL
POLICE FACILITY SHOOTING RANGE MODIFICATIONS AND
ELECTRICAL SYSTEM ROPROVEMENTS
CONTRACT NO. 2980
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard
P.O. Box 1768
Newport Beach, CA 92659 -1768
Gentlemen:
PR 1.1
The undersigned declares that he has carefully examined the location of the work, read the Instructions to
Bidders, and examined the Plans and Special Provisions; that he hereby proposes to furnish all materials and
do all the work required to complete Contract No. 2980 in accordance with the Plans and Special Provisions;
and that he will take in full payment therefor the following lump sum prices for the work, complete in place,
to wit:
ITEM ITEM DESCRIPTION AND LUMP LUMP SUM
NO. SUM PRICE WRITTEN IN WORDS PRICE
1. Mobilization
@ Forty -Two Thousand Dollars
Two Hundred Seventy and
Zero Cents $42,270.00
Per Lump Sum
2. Remodel Shooting Range
Twenty -Five Thousand Dollars
and
Zero Cents $25,000.00
Per Lump Sum
3. Remove Existing and Install New CaswellTM
Model LE6500P Granular Bullet Trap and
related items
@ Thirty Thousand Dollars
and
Zero Cents $30.000.00
Per Lump Sum
9
ITEM ITEM DESCRIPTION AND LUMP
NO. SUM PRICE WRITTEN IN WORDS
4. Install New Filtered Exhaust Air
Ventilation System including Monitoring
Instrumentation
@Thirty -Two Thousand Dollars
Three Hundred Eighty -Two and
Zero Cents
Per Lump Sum
5. Provide New Kent Model KT -709HS
HEPA -Type Vacuum Cleaner
@ Two Thousand Dollars
and
Zero Cents
Per Lump Sum
6. Install Shooting Range Electrical System
Improvements Including Lighting System
@ Fourteen Thousand Dollars
Three Hundred Fiftv and
Zero Cents
Per Lump Sum
7. Install Ventilation System for Armorer
Workshop
@ One Thousand Five Dollars
Hundred Eighteen and
Zero Cents
Per Lump Sum
8. Widen Two (2) Existing Door Openings
@ Three Thousand Dollars
and
Zero Cents
Per Lump Sum
•
9. Replace All Aluminum Feeders with New
Copper Wire and/or Conductors throughout
the Police Facility
@ Twenty Eight ThousandDollars
Three Hundred and
Zero Cents
Per Lump Sum
LUMP SUM
PRICE
$32,382.00
$ 2,000.00
$14,350.00
$1,518.00
$ 3,000.00
$28,300.00
PR 1.2
ITEM ITEM DESCRIPTION AND LUMP LUMP SUM
NO. SUM PRICE WRITTEN IN WORDS PRICE
10. Replace Electrical Panels and Rewire
Panel Circuitry
@ Four Thousand Nine Dollars
Hundred Fifty and
Zero Cents $ 4,950.00
Per Lump Sum
11. Re -route Existing Overloaded Conduits and
Install New Circuits and/or Conductors
@rhrpe ThuusanH Fight Dollars
Hundred Eighty and
Zero Cents $ 3,880.00
Per Lump Sum
One Hundred Eighty -Seven Thousand Six Dollars
Hundred Fifty and
Zero Cents
TOTAL BID PRICE (WORDS) Excluding
Additional Bid Items
$ 187,650.00
TOTAL BID PRICE
(FIGURES)
PR 1.3
* * * * * * * * * * * * * * * * * * * * * * * ** ADDITIONAL BID ITEMS * * * * * * * * * * * * * * * * * * * * * * * **
ITEM ITEM DESCRIPTION AND LUMP LUMP SUM
NO. SUM PRICE WRITTEN IN WORDS PRICE
Al. Re -route Existing/Install New Conduits for
and Install New Receptacles
@ Nine Hundred Seventy Dollars
and
7arn Cents $ 970.00
Per Lump Sum
A2. Install New Disconnects
Four Thousand Five _Dollars
Hundred Thirty and
Zero Cents
Per Lump Sum
A3. Replace /Install New EMTs
@Two Thousand Eight Dollars
Hundred Fifty and
Zero Cents
Per Lump Sum
One Hundred Ninety -Six Thousand
Zero
TOTAL BID PRICE (WORDS) Including
Additional Bid Items
Dollars
and
Cents
PR 1.4
$ 4,530.00
$ 196,000.00
TOTAL BID PRICE
(FIGURES)
Bidders shall provide Total Bid Prices including and excluding Additional Bid Items.
The City of Newport Beach reserves the right to award this contract including or excluding
Additional Bid Items
11 -16 -94 Perera, Inc., Construction & Design
Date Bidder
909 - 920 -9202 S/ C_W P -erera Jr.e President
Bidder's Telephone No. Authorized Signature /Title
5859f,5 -R 2315 W. Foothill, #1 Upland CA 91786
Bidder's License Bidder's Address
No. & Classification
.•
y • • ••m
Page 2
The following documents shall be completed, executed and received
by the City Clerk in accordance with NOTICE INVITING BIDS:
PROPOSAL (Page 1)
INSTRUCTIONS TO BIDDERS (Page 2)
DESIGNATION OF SUBCONTRACTORS (Page 3)
BIDDER'S BOND (Page 4)
NON- COLLUSION AFFIDAVIT (Page 5)
TECHNICAL ABILITY AND EXPERIENCE REFERENCES (Page 6)
except that cash, certified check or cashier's check (sum not less
than 10% of the total bid price) may be received in lieu of the
BIDDER'S BOND. The title of the project and the words "Sealed Bid"
shall be clearly marked on the outside of the envelope containing
the documents.
The City of Newport Beach will not permit a substitute format
for the documents listed above. Bidders are advised to review
their content with bonding and legal agents prior to submission of
bid.
BIDDER'S BOND shall be issued by an insurance organization or
surety (1) currently authorized by the Insurance Commissioner to
transact business of insurance in the State of California, and (2)
listed as an acceptable surety in the latest revision of the
Federal Register Circular 570.
The estimated quantities indicated in the PROPOSAL are
approximate, and are given solely to allow the comparison of bid
totals.
Bids are to be computed upon the estimated quantities
indicated in the PROPOSAL multiplied by unit price submitted by the
bidder. In the event of discrepancy between wording and figures,
bid wording shall prevail over bid figures. In the event of error
in the multiplication of estimated quantity by unit price, the
correct multiplication will be computed and the bids will be
compared with correctly multiplied totals. The City shall not be
held responsible for bidder errors and omissions in the PROPOSAL.
The City of Newport Beach reserves the right to reject any or
all bids and to waive any minor irregularity or informality in such
bids. Pursuant to Public Contract Code Section 22300, at the
request and expense of the Contractor, securities shall be
permitted in substitution of money withheld by the City to ensure
performance under the contract. The securities shall be deposited
in a state or federal chartered bank in California, as the escrow
agent.
5/91
• • Page 2A
In accordance with the California Labor Code (Sections 1770 et
seq.), the Director of Industrial Relations has ascertained the
general prevailing rate of per diem wages in the locality in which
the work is to be performed for each craft, classification, or type
of workman or mechanic needed to execute the contract. A copy of
said determination is available in the office of the City Clerk.
All parties to the contract shall be governed by all provisions of
the California Labor Code relating to prevailing wage rates
(Sections 1770 -7981 inclusive).
The Contractor shall be responsible for insuring compliance
with provisions of Section 1777.5 of the Labor Code Apprenticeship
requirements and Section 4100 et seq. of the Public Contracts Code,
"Subletting and Subcontracting Fair Practices Act."
All documents shall bear
authorized to sign on behalf of
signatures shall be of a co)
authorized by the corporation.
shall be of a general partner.
shall be of the owner.
signatures and titles of persons
the bidder. For corporations, the
-porate officer or an individual
For partnerships, the signatures
For sole ownership, the signature
585965 -B
Contractor's License No. & Classification
Inc., Construction & Desi
11 -16 -94
Date
5/91
nk rera�� ,
President
• • Page 3
State law requires the listing of all subcontractors who will
perform work in an amount in excess of one -half of one percent of
the Contractor's total bid. If a subcontractor is not listed, the
Contractor will be responsible for performing that portion of the
work. Substitution of subcontractors shall be made only in
accordance with State law and /or the Standard Specifications for
Public Works Construction, as applicable.
The Bidder, by signing this designation, certifies that bids
from the following subcontractors have been used in formulating the
bid for the project and that these subcontractors will be used
subject to the approval of the Engineer and in accordance with
State law. No changes may be made in these subcontractors except
with prior approval of the City of Newport Beach.
1.
Subcontract Work
Demo
Subcontractor
Central City
Address
Riverside
2.
Flooring
Renovations
Orange
3.
Accoustical
Hutchison
Dominguez
q,
Millwork
Anaheim Cabs
Anaheim
5,
Baffle
Caswell
MN
6.
VAC
M &B
Corona
7,
Electrical
Maher -Myer
Santa Ana
8.
9.
10.
11.
12.
Perera Inc., C &D
Bidder
6 'ver/
t3nk'Pere�a dr., President
Authorized Signature /Title
5/91
Page 4
BIDDER'S BOND
KNOW ALL MEN BY THESE PRESENTS,
That we, H.P. Contractors, Inc.. dba: Perera. Inc — Constructions Deign
bidder, and Gulf Insurance Com anv , as
Surety, are held and firmly bound unto the City of Newport Beach,
California, in the sum of 107 Not To Exceed Twenty Thousand Dollars
(520,000.00 ),lawful money of the United States for the payment
of which sum well and truly to be made, we bind ourselves, jointly
and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
That if the proposal of the above bounden bidder for the
construction of Police Facility Shooting Range
(Title of Project and Contract No.) in the City of Newport Beach,
is accepted by the City Council of said City, and if the above
bounden bidder shall duly enter into and execute a contract for
such construction and shall execute and deliver to said City the
"Payment" and "Faithful Performance" contract bonds described in
the Specifications within ten (10) days (not including Saturday,
Sunday, and Federal holidays) after the date of the mailing Notice
of Award to the above bounden bidder by and from said City, then
this obligation shall become null and void; otherwise it shall be
forfeited to the said City.
In the event that any bidder above named executed this bond as
an individual, it is agreed that the death of any such bidder shall
not exonerate the Surety from its obligation under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this
' 4th day of November 192L•
H.P. Contractors, Inc., dba:
:. �
Perera, Inc., Construction & Design 5lda k Peleda Jr., President
Bidder (Attach Acknowledgment Authorized Signature /Title
Of Attorney -In -Fact)
SURETY
' KatJ]y Leachman
Notary Public
Commission Expires: 10/8/98
5/91
BY: S/ Cynthia M. Esbona/ Attorney -in -Fact
STATEOF Ca&6oania
ss
COUNTY OF Sacramento
Nn
November 4, 1994
before me. Kathy Leachman
PERSONALLY APPEARED Cynthia M. Ehbona
personally known to me
to be the person(b) whose na ncoo)
Ware subscribed to the within iusstrua+mt and acknowl-
edged to ma that Wshe /they executed the samq In ids/
her /rites authorized capacity(ies), and that by hW/her/
*Air signatumM cn the instrument the personal, or the
entity upon behalf of which the PsrsonK acted, executed
the inst nin=t.
VAINESS my hand and official
OPTIONAL
T7t& era /or CrKW Notarial Sts!
Though to data below is not required by law, It may prave valuable to persoru relying on the document and could prevent
fraudulent reatt Whmant of this form.
CAPACITY CLAIMED BY SIGNER
11 INDIVIDUAL
❑ CORPOPATE OFFICER
mum
❑ PARTNFA(5) - ❑ LIMITED
Q� Q GENERAL
E p�y `ATTORNEYdN•FACT
❑ TRUST[z (s)
U GUARDIANIOONSERVATOR
❑ OTHM
DESCRIPTION OF ATTACHED DOCUMENT
TITLE OR TYPE OF DOCUMENT
NUMBER OF PAGES
DATE OF DOCUMENT
=HER IS REPRESENTING:
wwe of rviearrat on wmvK87
Gu26 IvVUhance Company
WNER(S) OTHER THAN NAMED ABOVE
A*)4n Am 4/% ALL- PURPOSE ACKNOWLEDGEMENT
NOTT
ti! i1<
G \
ill
'.!.
�o� !•„ees..U. P. 's98 a
rCY`C'
c'P'iJpt?r�'V�
T7t& era /or CrKW Notarial Sts!
Though to data below is not required by law, It may prave valuable to persoru relying on the document and could prevent
fraudulent reatt Whmant of this form.
CAPACITY CLAIMED BY SIGNER
11 INDIVIDUAL
❑ CORPOPATE OFFICER
mum
❑ PARTNFA(5) - ❑ LIMITED
Q� Q GENERAL
E p�y `ATTORNEYdN•FACT
❑ TRUST[z (s)
U GUARDIANIOONSERVATOR
❑ OTHM
DESCRIPTION OF ATTACHED DOCUMENT
TITLE OR TYPE OF DOCUMENT
NUMBER OF PAGES
DATE OF DOCUMENT
=HER IS REPRESENTING:
wwe of rviearrat on wmvK87
Gu26 IvVUhance Company
WNER(S) OTHER THAN NAMED ABOVE
A*)4n Am 4/% ALL- PURPOSE ACKNOWLEDGEMENT
GULF INSURANCE CaPANY
KANSAS CITY, MIS RI
POWER OF ATTORNEY
ORIGINALS OF THIS POWER OF ATTORNEY ARE PRINTED ON BLUE
SAFETY PAPER WITH TEAL INK. DUPLICATES SHALL HAVE THE
SAME FORCE AND EFFECT AS AN ORIGINAL ONLY WHEN ISSUED IN
CONJUNCTION WITH THE ORIGINAL.
KNOWN ALL MEN BY THESE PRESENTS: That the Gulf Insurance Com-
pany, a corporation duty organized under the laws of the Slate of Missouri, having
its principal office in the city of Irving, Texas, pursuant to the following resolution,
adopted by the Finance & Executive Committee of the Board of Directors of the said
Company on the 10th day of August, 1993, to wit:
"RESOLVED, that the President, Executive Vice President or any Senior Vice
President of the Company shall have authority to make, execute and deliver a Power
of Attorney constituting as Attorney -in -Fact, such persons, firms, or corporations as
may be selected from time to time; and any such Attorney -in -fact may be removed
and the authority granted him revoked by the President, or any Executive Vice
President, or any Senior Vice President, or by the Board of Directors or by the
Finance and Executive Committee of the Board of Directors.
RESOLVED, that nothing in this Power of Attorney shall be construed as a grant
of authority to the attorney(s) -in -fact to sign, execute, acknowledge, deliver or other-
wise issue a policy or policies of insurance on behalf of Gulf Insurance Company.
RESOLVED, that the signature of the President, Executive Vice President or
any Senior Vice President, and the Seal of the Company may be affixed to any such
Power of Attorney or any certificate relating thereto by facsimile, and any such
powers so executed and certified by facsimile signature and facsimile seal shall be
valid and binding upon the Company in the future with respect to any bond and
documents relating to such bonds to which they are attached.°
Gulf Insurance Company does hereby make, constitute and appoint
Cynthda M. EAbona
BOND
NUMBER GE 5
( PRINCIPAL: NAME, ADDRESS 1
CITY, STATE, ZIP
H.P. ContaactoAA, Inc. dba: Pexeha, Inc.
ConAtAuctCon E DeA<gn
2315 W. foothitt Blvd., Ste. 1
UpPand, CA 91186
/ EFFECTIVE DATE \
November 16, 1994
/ CONTRACT AMOUNT 1
$ 200,000.00 EST
$ 20.000.00
its true and lawful attorney(s) -in -fact, with full power and authority hereby conferred in its name, place and stead, to sign, execute, acknowledge and deliver in its
behalf, as surety, any and all bonds and undertakings of suretyship, and to bind Gulf Insurance Company thereby as fully and to the same extent as if any bonds,
undertakings and documents relating to such bonds and /or undertakings were signed by the duly authorized officer of the Gulf Insurance Company and all the acts of
said attoraey(s) -in -fact, pursuant to the authority herein given, are hereby ratified and confirmed.
The obligation of the Company shall not exceed one million ($1,000,000.00) dollars.
IN WITNESS WHEREOF, the Gulf Insurance Company has caused these presents to be signed by any officer of the Companv and its Corporate Seal to
be hereto affixed.
SuFANCf
°o GULF INSURANCE COMPANY
R 409, PORgJC` 44
SEAL
50JP
(�
STATE OF NEW YORK ) Christopher E. Watson
SS President
COUNTY OF NEW YORK )
On this 1st day of February, 1994 A.D., before me came Christopher E. Watson, known to me personally who being by me duly sworn, did depose and
say; that he resides in the County of Westchester, State of New York; that he is the President of the Gulf Insurance Company, the corporation described in
and which executed the above instrument; that he knows the seal of said corporation; that the seat affixed to the said instruments is such corporate seal, that
it was so affixed by order of the Board of Directors of said corporation and that he signed his name, thereto by like order.
Nt0 JAFp U 041 A-",-
NOTARY
David Jaffa
yr �o No. 24-49586M
STATE OF NEW YORK ) Foq NEB Qualified in Kings County
SS Comm. Expires November 13, 1995
COUNTY OF NEW YORK )
I, the undersigned, Senior Vice President of the Gulf Insurance Company, a Missouri Corporation, DO HEREBY CERTIFY that the foregoing and
attached POWER OF ATTORNEY remains in full force.
1�SURANCf
C
Signed and Sealed at the City of New York. �I OOPPOggT� 0,;9
Z
SEAL Dated the 4th day of NovembeA '19 94
'yiSSOUP
Lawrence P. Miniter
Senior Vice President
•
Page 5
NON - COLLUSION AFFIDAVIT
State of California )
San ) ss.
County of garnadinn )
ara Jr being first duly sworn, deposes and
says that he or she s pres�dQnt of
the party making the foregoing bid; that the b d snot made in the
interest of, or on behalf of, any undisclosed person, partnership,
company, association, organization, or corporation; that the bid is
genuine and not collusive or sham; that the bidder has not directly
or indirectly induced or solicited any other bidder to put in a
false or sham bid, and has not directly or indirectly colluded,
conspired, connived, or agreed with any bidder or anyone else to
put in a sham bid, or that anyone shall refrain from bidding; that
the bidder has not in any manner, directly or indirectly, south by
agreement, communication, or conference with anyone to fix the bid
price of the bidder or any other bidder, or to fix any overhead,
profit, or cost element of the bid price, or of that of any other
bidder, or to secure any advantage against the public body awarding
the contract of anyone interested in the proposed contract; that
all statements contained in the bid are true; and, further, that
the bidder has not, directly or indirectly, submitted his or her
bid price or any breakdown thereof, or the contents thereof, or
divulged information or data relative thereto, or paid, and will
not pay, any fee to any corporation, partnership, company
association, organization, bid depository, or to any member or
agent thereof to effectuate a collusive or sham bid.
I declare under penalty of perjury that the foregoing is true
and correct. /� % ,f � "'
'- , :1
..-
�Nank''Pararaer_ PresideA
Authorized Signature /Title
Subscribed and sworn to before me this .16_ day of Nnvamher
191)4.
Notary Publ c
My Commission Expires: q/2q/g7
5/91
[SEAL)
• 0 Page 6
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
The undersigned submits herewith a statement of the work of
similar character to that proposed herein which he has performed
and successfully completed.
Year For Whom Person Telephone
Completed Performed (Detail) To Contact Number
Please See Attached
Perera, Inc., C &D
Bidder
5/91
S/tt �nk-- Perera Jr.; President
Authorized Signature /Title
- ),'
:k, l
Construction & Design
Uc. a 8- 585965
PROJECT REFERENCES
City of Hope Medical Center
1500 E. Duarte Road
Duarte, CA 91010
Contact: Mr. Bob Fischetti
(818) 359 -8111 Ext. 2262
San Pedro Community Hospital
1300 W. 7th Street
San Pedro, CA
Contact: Mr. John Meis
(213) 832 -3311
Santa Marta Hospital
319 North Humphreys Ave.
Los Angeles, Ca 90022
Contact: Mr. Gunter Blesch
(213) 266 -6500
Pomona Valley Hospital
1798 N. Garey Avenue
Pomona, CA 91767
Contact: Mr. Dave Mulligan
(909) 865 -9151
White Memorial Hospital
1720 Brooklyn Avenue
Los Angeles, CA 90033
Contact: Mr. Larry Coffin
(213) 268 -5000 Ext. 1654
Unocal (76)
376 S. Valencia Ave.
Brea, CA 92621
Contact: Mr. Robert Freid
(714) 528 -7201 Ext. 2479
GTE, Incorporated
One GTE Place
Thousand Oaks, CA 91362
Contact: Mr. Larry Eccleston
(805) 372 -6479
Southern California Edison
100 Long Beach Blvd.
Long Beach, CA 90802
Mr. Orb Coronado (310) 491 -2467
Mr. Greg Sharp (818) 812 -7368
Mr. Richard Smith (909) 820 -5206
Mr. Burl McDaniels (818) 308 -6135
Dominguez Medical Center
171 W. Bort Street
Long Beach, CA 90805
Contact: Mr. Donald Robb
(310) 491 -6412
NYK, Yusen Terminals
701 New Dock Street
Terminal Island, CA 90731
Contact: Mr. Jumi Sato Butler
(310) 548 -8212
Spikes Teriyaki Bowl
843 N. Mountain Ave.
Ontario, CA 91762
Contact: Mr. Bob Takeuchi
(818) 571 -6996
PH: (909) 920 -9202 2315 W. Foothill Blvd., Suite 1 • Upland, CA 91786 FAX: (909) 920 -3231
1
{
Construction & Design
Lic. k 8- 585965
PERERA, INC.
PROJECT REFERENCES
Page 2
JFK Memorial Hospital
47 -111 Monroe Street
Indio, CA 92202
Contact: Mr. Dave Feldenberger
(619) 775 -8027
Doctors Hospital of Montclair
5000 San Bernardino Road
Montclair, CA 91763
Contact: Mr. Chuck Whitlatch
(909) 625 -5411
PH: (909) 920 -9202
Loma Linda Univ. Medical Ctr.
24951 Stewart Street
Loma Linda, CA 92354
Contact: Mr. Kevin Westphal
(909) 824 -4555
11 -16 -94
Hank Perer ? - l Jr. /President
/
2315 W. Foothill Blvd., Suite 1 • Upland, CA 91786 FAX: (909] 920 -3231
0
COMPANY
HEALTH CARE
City of Hope, Medical
1500 East Duarte Ave.
Duarte, CA. 91010
Loma Linda University
24951 Stewart Street
Loma Linda, Ca. 92354
San Pedro Community
1300 W. 7th Street
San Pedro Ca.
6
REFERENCES
WORK COMPLETED OR IN PROGRESS
Center -CT Scanner & Ultrasound Remodel
-Laser Imager Remodel
- Kitchen Remodel
-Cath Lab, Special Procedures Rem.
- Lippman Graf Research Center
West Wing Laboratories Remodel
-OPD Wing Remodel
- N.M.R. Instruments Remodel
-New Blood Donor Unit
-OPD Pediatrics Remodel
Pomona Valley Hospital
1798 North Garey Ave.
Pomona, CA. 91767
Santa Marta Hospital
319 North Humphreys Ave.
Los Angeles, CA. 90022
Los Gatos Community
815 Pollard Rd.
Los Gatos, CA 95030
Medical Center -CT Scanner Remodel
-Spec Scanner Remodel
-Hamo Washer Remodel
Hospital - Industrial Medicine Remodel
- Design Build, Pharmacy Remodel
- Design Build, /Radiology Office
Remodel
- Medical Records Remodel
- Cashier Office Fire Shutters
-X -Ray Rooms #2 and #5
-Major Mechanical Upgrade
-Third Floor Nurses Stations Remodel
-6th Floor Sub -Acute Remodel
- Senographe Mammography Remodel
Hospital - Administrative Office Remodel
- Design Build, Mechanical & Electrical
Upgrade
- Pediatrics Remodel
White Memorial Hospital
1720 Brooklyn Ave.
Los Angeles, CA. 90033
- Doctors Offices Remodel
E
0
PERERA. INC..CONSTRUCTION & DESIGN REFERENCE LIST
Page 2 of 3
Doctor's Hospital of Lakewood
(New Beginnings - Rehabilitation)
5300 N Clark
Lakewood, CA 90712
Sierra Royale Hospital
125 W. Sierra Madre Ave
Azusa, CA 91702
Doctor's Hospital of
5000 San Bernardino Rd
Montclair. CA 91763
-Major Psy. Facility remodel
34,000 sq. ft.
-Psy. Fac. Computer room addition
- Kitchen remodel
Montclair - Design built medical office building suite
- Nursery modification
- Design built X -Ray Room #1
- Design built X -Ray Room #4
JFK Memorial Hospital
47 -111 Monroe Street
Drawer LLLL
Indio, Ca. 92202
Dominguez Medical Center
171 W. Bort St.
Long Beach, CA 90805
RESTAURANTS
Spikes Teriyaki Bowl
843 N. Mountain Ave.
Ontario, Ca. 91762
L.A. Cafes, Inc.
1206 Paseo Los Galvilanes
San Dimas, Ca 91773
Carls Jr.
222 S. Harbor Blvd. Suite 300
Anaheim, Ca. 92805
Wendy's Restaurant
115 West Northern Lts. Blvd.
Anchorage, Ak. 99053
INDUSTRIAL
GTE
One GTE Place, CA500VK
Thousand Oaks, Ca. 91362 -3811
Unocal (76)
376 South Valencia Ave. P.O. Box 76
Brea, Ca. 92621
- Design built medical gas and mechanical
upgrade
- Design built new Cath Lab /surgical
procedure room
- Radiology Department Remodel
-New Design built 3,000 sq. ft. restaurant
Ontario, CA.
-New Bonanza Restaurant, Baldwin Park
8500 sq. ft. restaurant
-New Store type 12, Lakewood Ca.
-12 Remodels throughout California
-New Restaurant
4500 sq. ft. restaurant
-GTE Phone Mart, Whittier T.I.
-GTE Phone Mart, Northridge, Earthqake
-GTE Phone Mart, Huntington Beach
Fred Hartley Research Ctr.
"A" Bldg. Remodel, 2 Phases
• i
PERERA. INC-CONSTRUCTION & DESIGN REFERENCE LIST
Page 3 of 3
Southern California
100 Long Beach Blvd.
Long Beach, CA. 90802
Edison -CTAC High Bay Test Area Remodel
-CTAC East Wing Remodel
- Personnel Office Remodel
-CTAC, New library, classrooms
-San Bernardino Regional Office Remodel
- Design /Build Pomona Bullet Proofing
- Design /Build Pomona Salvage, New Building
- Westminster Warehouse Remodel
-New Heliport, Alhambra
- CTAC,I.T.C. Service Island Remodel
-Santa Monica Svc Ctr. earthquake repair
and seismic upgrading
- Victorville Svc Ctr. Bullet Proofing
Beckman Industrial Corp
4141 Palm Street
Fullerton, CA. 92635
Entenmann's Inc. /Oreweat Foods Co.
480 S. Vail Ave.
Montebello, CA. 90640
NYK, Yusen Terminals
701 New Dock Street( Berth (212 -215)
Terminal Island, Ca. 90731
- Tenant improvement
- Cafeteria Addition
Rosemead Depot Remodel
- Outbound Gate Modifications
Port of Los Angeles
Additional Information and other references upon request
• a_ Page 7
The following contract documents shall be executed and
delivered to the Engineer within ten (10) days (not including
Saturday, Sunday and Federal holidays) after the date of mailing
Notice of Award to the successful bidders
PAYMENT BOND (Page B)
FAITHFUL PERFORMANCE BOND (Page 9)
CERTIFICATE OF INSURANCE (Page 10)
GENERAL, LIABILITY INSURANCE ENDORSEMENT (Page 11)
AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT (Page 12)
WORKERS' COMPENSATION INSURANCE CERTIFICATION (Page 13)
CONTRACT (Page 14)
The City of Newport Beach will not permit a substitute format
for these contract documents. Bidders are advised to review their
content with bonding, insuring and legal agents prior to submission
of bid.
Payment and faithful performance bonds shall be issued by an
insurance organization or surety (1) currently authorized by the
Insurance Commissioner to transact business of insurance in the
State of California, and (2) listed as an acceptable surety in the
latest revision of the Federal Register Circular 570.
Insurance companies affording coverage shall be (1) currently
authorized by the Insurance Commissioner to transact business of
insurance in the State of California, and (2) assigned
Policyholders' Rating A (or higher) and Financial Size Category
Class VIII (or larger) in accordance with the latest edition of
Best's Key Rating Guide: Property- Casualty. Coverages shall be
provided as specified in the Standard Specifications for Public
Works Construction, except as modified by the Special Provisions.
The Workers' Compensation Insurance Certification shall be
executed and delivered to the Engineer along with a Certificate of
Insurance for workers' compensation prior to City's execution of
the Contract.
5/91
ISSUED IN FOUR ORIGINALS BOND 0 GES647646 Page a
KNOW ALL MEN BY THESE PRESENTS, that
WHEREAS, the City Council of the City 19f94Newport Beach, State
of California, by motion adopted November 28, has awarded
to hereinafter
designated as the "Pr nc pal , a c ntrac or o„ i;ca E gMt�1eti
(Contract No. ) In
the C y of Newport Beach, n s ct conformity with the Draw gs
and Specifications and other contract documents in the office of
the City Clerk of the City of Newport Beach, and all of which are
incorporated herein by this reference;
WHEREAS, said Principal has executed or is about to execute
Contract No ��gggg�� and the terms thereof require the furnishing`
of a bond, providing that if Principal or any of principal's
subcontractors, shall fail to pay for any materials, provisions, or
other supplies used in, upon, for, or about the performance of the
work agreed to be done, or for any work or labor done thereon of
any kind, the Surety on this bond will pay the same to the extent
hereinafter set forth:
NOW, THEREFORE, We, H.P, ContAactoA4. Inc. dba. PeAeAa, Inc. ConAtRuction
as Prineipal,and Guth I n "uAanC Company
as Surety, are held firmly bound unto the City of Newport Reach, n
the sum of ONE HUNDRE Dollars ($196,000.00 )#
said sum be nq aqua o SOOt of he estimated amount payable by the
City of Newport Beach under the terms of the contract; for which
payment well and truly made, we bind ourselves, our heirs,
executors and administrators, successors, or assigns, jointly and
severally, firmly by these presents.
THE CONDITION OF THIS OBLICATION IS SUCH, that if the above
bounden Principal or his /her subcontractors, fail to pay for any
materials, provisions, or other supplies, used in, upon, for, or
about the performance of the work contracted to be done, or for any
other work or labor thereon of any kind or for amounts due under
the unemployment Insurance Code with respect to such work or labor,
or for any amounts required to be deducted, Withheld and paid over
to the Employment Development Department from the wages of
employees of the Principal and subcontractors pursuant to Section
13020 of the Unemployment Insurance Code with respect to such work
and labor, that the Surety or Sureties will pay for the same, in an
amount not exceeding the sum. specified in the bond, and also, in
case suit is brought upon the bond, a reasonable attorney's fee, to
be fixed by the Court as required by the provisions of Section 3250
of the Civil Code of the state of California.
S /9T
page SA
The bond shell inure to the benefit of any and all persons,
companies, and corporations entitled to file claims under Section
3161 of the California Civil Code so as to give a right to them or
their assigns in any suit brought upon this bond, as required by
and in accordance with the provisions of sections 3247 et. seq. of
the Civil Code of the State of California.
And said Surety, for value received, hereby stipulates and
agrees that no change, extension of time, alterations or additions
to the terms of the contract or to the work to be performed
thereunder or the specifications accompanying the same shall in any
wise affect its obligations on this bond, and it does hereby waive
notice of any such change, extension of time, alterations or
additions to the terms of the contract or to the work or to the
specifications.
In the event that any principal above named executed We bond -
as an individual, it is agreed that the death of any such principal
shall not exonerate the Surety from its obligations under this
bond.
IN WITNESS WHEREOF, this instrument has been duly executed by
the above named Principal and Surety, on the 9nd day of
DecembeA , 19 94
H.P. ContAactoAz. Inc. dba:
PeAeAa, Inc. Co"Vzuc #.ion 8 De.a.i n
Name of Contractor (Pr nc pal ) Adthofized Efignaturo/Title
GutA In6utance Company
Name of Surety - gent S gnature
ShaAon J. RuzconUAttoxney -Zn -Pact
5550-W. Touhy 0400 1916)481 -8108
SkoUe, IL 60077
Address of Surety Telephone
NOTARY ACANOWLEDGMANTS OF CONTRACTOR AND SURETY BUST BE ATTACHED
5/91
0 46
ISSUED IN FOUR ORIGINALS BOND # GE5647646 Page 9
FAITHFUL P£RF2RMAKQ3 BONA
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City council of the Cit�yy of Newport Beach, State
of California, by motion adopted November Z8, 1994, has awarded
to hereinafter
des gnatd as th Pr pa a n rac
for VO 11 Ce FdC1 ity Shooting
(Contract No. n
b�rcnyi of Newport- Beach, in strict con formity with the Contract,
Drawings and Specifications and other contract documents in the
office of the city clerk of the City of Newport Beach, all of which
are incorporated herein by this reference;
WHEREAS, Principal has executed or is about to execute
Contract No. and the terms thereof require, the
furnishing of a and for the faithful performance of the Contxaot;-
H.P. Contcaatone, Inc. dba: Pehena, Inc. Con tAuctdon
NOW, THEREFORE, we,
as Principal, and GuQ{� In�cucan e Company
as Surety, are held firmly � ound unto the City Of Newport Beach, n
the sum of ONE HUNDRED NINTY SIX THOUSAND Dollars ($196,000.00 ),
said sum being equal to 100; of Me-estimated amount o the
contract, to be paid to the City or its certain attorney, its
successors, and assigns; for which payment well and truly made, we
bind ourselves, our heirs, executors and administrators,
successors, or assigns, jointly and severally, firmly by these
presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above
bounden Principal, its heirs, executors, administrators,
successors, or assigns, shall in all things stand to and abide by,
and well keep truly and perform the covenants, conditions, and
agreements in the Contract and any alteration thereof made as
therein provided on its part, to be kept and performed at the time
and in the manner therein specified, and in all respects according
to its true intent and meaning, and shall indemnify and save
harmless the City of Newport Beach, its officers, employees and
agents, as therein stipulated, than this obligation shall become
null and void; otherwise it shall remain in full force and effect.
As a part of the obligation secured hereby, and in addition to
the fact amount specified in this Performance Bond, there shall be
included costs and reasonable expenses and fees, including
reasonable attorneys fees, incurred by the City, in the event it is
required by bringing any action in law or equity to enforce the
obligations of this Bond.
Surety, for value received, stipulates and agrees that no
change, extension of time, alterations or additions to the terms of
the contract or to the work to be performed thereunder or to the
specifications accompanying the same shall in any wise affect its
5/91
Ar
•
0
Page 9A
obligations on this bond, and it does hereby waive notice of any
such change, extension of time, alterations or additions of the
contract or to the work or to the specifications.
This Faithful Performance Bond shall be extended and
maintained by the Principal in full force and effect for six (6)
months following the date of formal acceptance of the Project by
the city.
•In the event that the principal executed this bond as an
Individual, it is agreed that the death of any such principal shall
not exonerate the Surety from its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by
the Principal and Surety above named, on the 2nd day of
December , 19,94
H.P. Contnactoaa. Inc. dba:
Pexena, Inc. Conztkuct.ion 9 Dez. gn
Name of Contractor (Principal)
Gu g InsuAance Company
Name oY Sure t
5550 W. Touhy 400
Shokz e, IL 600 17
Address of Surety
tY161481 -8108
Telephone
.NOVAIY ACKNOWLEDGXENTS OP CONTRACTOR AND SURETY MUST BE ATTACHED
5/91
. 0
STATE OF Ca2.t6mcnda
COUNTY OF Saacamento
On December 2, 1994 before ma, Kathy Leachman .
PERSONALLY AITPEA W Sharton J. Ru scond
personally )mown to Tne (or proved to me on the basis of
satistsctory evidence) to be the person(s) whose nama(s)
is /are subscribed to the within instrument and acknowl-
edged to aw that he /she /they &"utad the saM in his/
ha /their authorized capacity(ira), and that by his/her/
their signature(s) on the instnunent the person(s), or the
entity upon behalf of which the persort(s) acted, e0cuted
the Inst17uUbmt.
WrrNESS my
OPTIONAL
am man � 67/1 LIFOq UNT`! . e. t rG8 �
This um f w Offi;'et Nom,sd Sod
Though this data below is not mqulred by law, It may prove valuadlt to persons relying on the document and could prevem
fraudulent realmduntnt of this form.
CAPACITY CLAIMED BY SIGNER
❑ INDIVIDUAL
❑ CORPOAATE OFFICER
❑ PARTNER(s) ❑ LIMITED
❑ GENERAL
ATTORNEY -IN -FACT
❑ TRUSILE(S)
U GUARDIA/rIOONSERVATOR
❑ OTHFA
DESCRIPTION OF ATTACHED DOCUMENT
PeAAonmanee E Payment Bond4
TITLE OR TYPE OF DOCUMENT
5
NUMBER OF PAQES
December 2, 1994
DATE OF DOCUMENT
SIGNER IS REPRESENTING:
Nuts orr•oeorORerrsNSav%S)
6uk6 InI,CUCance Company SIGNERS) OTHER THAN NAMED ABOVE
1 Kn 1".i /% ALL-PURPOSE ACKNOWLEDGEMENT
GULF INSURANCE CqWNY
KANSAS CITY, MISSOURI
POWER OF ATTORNEY
ORIGBVALS OF THIS POWER OF ATTORNEY ARE PRINTED ON BLUE
SAFETY PAPER WITH TEAL INK. DUPLICATES SHALL HAVE THE
SAME FORCE AND EFFECT AS AN ORIGINAL ONLY WHEN ISSUED IN
CONJUNCTION WITH THE ORIGINAL.
KNOWN ALL MEN BY THESE PRESENTS: That the Gulf Insurance Com-
pany, a corporation duly organized under the laws of the State of Missouri, having
its principal office in the city of Irving, Texas, pursuant to the following resolution,
adopted by the Finance & Executive Committee of the Board of Directors of the said
Company on the 10th day of August, 1993, to wit:
"RESOLVED, that the President, Executive Vice President or any Senior Vice
President of the Company shall have authority to make, execute and deliver a Power
of Attorney constituting as Attorney -in -Fact, such persons, firths, or corporations as
may be selected from time to time; and any such Attorney -in -fact may be removed
and the authority granted him revoked by the President, or any Executive Vice
President, or any Senior Vice President, or by the Board of Directors or by the
Finance and Executive Committee of the Board of Directors.
RESOLVED, that nothing in this Power of Attorney shall be construed as a grant
of authority to the anomey(s) -in -fact to sign, execute, acknowledge, deliver or other-
wise issue a policy or policies of insurance on behalf of Gulf Insurance Company.
RESOLVED, that the signature of the President, Executive Vice President or
any Senior Vice President, and the Seal of the Company may be affixed to any such
Power of Attorney or any certificate relating thereto by facsimile, and any such
powers so executed and certified by facsimile signature and facsimile seal shall be
valid and binding upon the Company in the future with respect to any bond and
documents relating to such bonds to which they are attached."
Gulf Insurance Company does hereby make, constitute and appoint
Shcvcon J. Ru eomi
BOND
NUMBER
PRINCIPAL: NAME, ADDRESS }
CITY, STATE, ZIP
H.P. ContAactoAA. Inc. dba: PeAena, Inc.
ConztAuct.r.on 6 Dez <gn
2315 W. Foothitt Md., Ste. 1
Uptand, CA 91786
EFFECTIVE DATE
DecembeA 2, 1994
CONTRACT AMOUNT
$ 196,000.00
1$ 196,000.00 PeAjoamance 8 Payment
its true and lawful attorney(s) -in -fact, with full power and authority hereby conferred in its name, place and stead, to sign, execute, acknowledge and deliver in its
behalf, as surety, any and all bonds and undertakings of suretyship, and to bind Gulf Insurance Company thereby as fully and to the same extent as if any bonds,
undertakings and documents relating to such bonds and /or undertakings were signed by the duly authorized officer of the Gulf Insurance Company and all the acts of
said attomey(s) -in -fact, pursuant to the authority herein given, are hereby ratified and confirmed.
The obligation of the Company shall not exceed one million ($1,000,000.00) dollars.
IN WITNESS WHEREOF, the Gulf Insurance Company has caused these presents to be signed by any officer of the Company and its Corporate Seal to
be hereto affixed. _
S\yRANCp
�lx� DpPORgrCO GULF INSURANCE COMPANY
J 4 F Y
° SEAL ��ztiUl GUt�bi�
S013
STATE OF NEW YORK ) Christopher E. Watson
SS President
COUNTY OF NEW YORK )
On this Ist day of February, 1994 A.D., before me came Christopher E. Watson, known to me personally who being by me duly sworn, did depose and
say; that he resides in the County of Westchester, State of New York; that he is the President of the Gulf Insurance Company, the corporation described in
and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instruments is such corporate seal; that
it was so affixed by order of the Board of Directors of said corporation and that he signed his name. thereto by like order. M
NOTARI,
'Aa �JBUf' Qr David Jaffa
STATE OF NEW YORK ) 9�FOF NE`a �o Qualified in Icings County
) SS Comm. Expires November 13, 1995
COUNTY OF NEW YORK )
I, the undersigned Senior Vice President of the Gulf Insurance Company, a Missouri Corporation, DO HEREBY CERTIFY that the foregoing and
attached POWER OF ATTORNEY remains in full force.
D,JRANCe
C
0 ;9
Signed and Sealed at the City of New York.
j z .
° SEAL a Dated the day of , 19
2nd Decembert 94
yrSso
Lawrence P. Miniter
Senior Vice President
m
ME
I Sly
COMPANIES AFFORDING COVERA08
'� AVCEFI
FREDRICKSEN INSURANCE SERVICES
1600 E. FLORIDA AVE #208
CONPAHV A
HEMET CA 92544 -8637
LETTER GOLDEN EAGLE INSURANCE CO.
GOHPANY
Perera, Inc., Construction & Design
2315 N. Foothill, #1
G cOMrAMf
Upland, CA 91786
LETTEn
hew` %E E
BMW
V101CATER Ho1ri171BUN01 m ANY PEOtrJ1EUEHT, TM on aomn N of ANf DON11WOr OR OTHFA pOWMeg PWPECY TO WtwOH TNB
TO ALL li1H TFRMI,
OMLUgOrAR� AND 0MW7A N! OF WM POl�XIES AND NA OM 0=Q0OROR N.7Yi1ED 9Y ND9 Ckl[I%1G11TCT
?,90
rme Or l6umme
POLM HUMOM
E fNF
E iP r*H
ALL [AM N nbUBANOD
t=.;ilAOO.fTy
.� 8�1: oNLn
oFNEMLA00KCA11
02,000
_
CODUEI0 1.
CCP260120
00
1 -31 -9
$11000
aorwsuffm a
o PAW'7XtPPe1*AK
-31 -9
PFJZ ON+L RIJ4M
$1,000
f
T n
0 �7
HT
(] CORACM& NA "ECIF1c
��
01, 0 0 0
a *arlwr
rwoouculdOWL OPea
xcv h-Zrra 7
Df%W FOW PROP. OLVAOE
Q SeVk MfJ Y OF VNEREST
� oc
0 50
QAUX
CJ FCfmkL Q~ VATH
Em "m U%L%"
MSAV
f 5
Rt�OVFr
µarm
tL"ME""
AvTouos" uAMUTY
11,000
COMMIIIEMN6
rDfNLE�rt
aM4w /SCHEDULED
CCP260120—
ONLY
00
1 -31 -9A
f
—31 -9
.
HoHVYVT+EO
pWADE
f
Pcc�ss Luanlrr
—31 -9
L-31-9!
Ago
vMMtuA FORM
o1"MTHUl UL181teuAFoAM
EXC260121
1 -31 -9
$1,000 f 1, 0 0 0
CrATvrow t:
WOwr>cW CONPEJr3A110H
f ___.. EACH A00103d
AND
f
OtsEAlE•PCLKK UWr
ETAPLOTERf Lmuff
. f
p . EAgI pIPLOYEE
LOH05NOREME" ANCHARSOfq
woFUUJa� COMPEJ15ATtOt1
GTAMOPrf
s
�',,
VG=w1M Of IFENi: ALL OrawicHS PERPOAMEO FOR 7HE Q7Y OF NEWPORT
DEAOH By 00 ON ABOU OF THE H4.ED fbVK0 W OOfc*=M VrtM THE FOLLWAWO CONIMOT9
Police Facility shnnfiog_R�n�� Cad Eye f'rzraT_e,cefenL
. Pf�i¢cr TIRE AND ooNrRACr MBER
:CERrIFICATETi�OLDE `44
GE LATIOH�'ry� —+ yjf, %' s,
".c
Jl�?�fa�%:�G:cra':
,PiKms
_
SNOlAO AHY OF THE ABOVE OB maeo Be NOH•RENEV k
CITY OF NEWPORT BEACH
CAra�LEO OR RmVCrc EFORE THE EXPaA 10H DATE THE
p.0. BOX 1769
CCWANF E tri E m CATS ►OH. A9V r
NoTm to t! of 1 ! REGKTEREA ►1AA
3341 NCVYPOF{7
NLWPORr BEACI{ CA. 92659 -•1768
ATT
A TE
,.... a v
. .. I .... 11, .. —,T . •.,.. 1. - -.-
0 0 page 11
G. F, l7F�1tltJi lBA�[Ll�ta'_.1,1�Uii917CP, 131iUO1(��j$tiC
J L Is agreed that-:
With respect to such insurance as is afforded by the policy
for Genera), Liability, the city of rTawport neaoh, its offioers
and employees are additional insureds, but only with respect
to liability arising out of operations performed by or on
behalf of the named insureds in connection with the contract
designated below or acts and omissions of the additional
insureds in conneot: ion with its general supervision of such
opernticns. The insurance afforded said additional insured(s)
nhnll apply an primary insurance and no other insurance
malntai.nocl by the City of Newport Beach shall be called upon
to contribute %4th insurance provided by this policy.
The lwli.(:y includes tho following provision:
"The insurance afforded by the policy applies
:.eparate.ly to each i.nsu.l:ed against whom claim
Is, made or suit is brought, except with
resprot to the l.inlit:s of liability of the
colup[my affoLding c:over.age.
The i.11Rxirance.. afforded by the policy for Contractual Liability
Insurance (subject to the terms, conditions and exclusions
applicable to such insurance) includes liability assumed by
the named insured under the indemnification or hold harmless
provision contained in the written contract designated below,
bpi-wopn the named insured and the City of rlewport Beach.
Wi.t.ha :expect to such insurance as i.s afforded by this policy,
the eY.C11IS1oils# if any, pertaining to the explosion hazard,
oo)lapne hazard and underground property hazard (commonly
rcinrrc.d to as "XCU" hazards) are deleted.
The llini.t:n of liability under this endorsement for the
additional insmrod(s) seined in Paragraph 1 of this endorsement
nhall be the limits indicated below written on an "Occurrence"
hasi.s.
AX) Cominercial ( ) Coroprellensive
general I..iability $_1,000,000 each occurrence
$ 2,000,000
aggregate
'rile applicable limit: of Contractual Liability for the company
affordinq coverage shall be reduced by any amount, paid as
damages under this endorsement in behalf of the additional
insured(s) .
5/91
• • page 11A
The limits of liability an stated in thin endoreement shall
riot increase the total liability of the company affording
, :uveKago for all dainagen as the result of any one occurrence
in exceee of tits limits of liability stated in the policy as
nppt.icable to General J.i.ability Insurance.
�• GL 1uld the policy be non - renewed, canceled or coverage reduced
befuro the expiration date thereof.', the xssuing Company whall
provide 90 days' advaitoe notice to the city of Newport: Reach
by registered mail, Attentions public Works Department.
Police Pacili
tLCell.gnut.ed Contracts - 4marov"II utj�-
Shooting Range and Electrical System
QP4—
This endorsement '19 effect:i.vo 1 -31 -94 _ at 12,01 a.m.
and fowls a pant of Policy 1To.CCP260120 -OOof GOLDEN EAGLE INS. CO.
(COMP - n_y Affording Coverage) . _ -
Tnsurc'Q: _ pE$.F,gA�_- _111C_, CON.$TRUCTION
AND DESIGN
ar; ;Luau: c•„ ia��nllac
°
ii,:-lo :I;.ed'Rei _esc.�nt:aL ve
C.-
5191
)indorsement tic.: 009
. 1��_J.�InW IIW in.J�un .y_.Iayl / i
t uli_'ttli4MIL- 14MJf.GIT'IL11 r QZ WMAS W=
11, lu nyreed thati
0
5/91
page 12
With respect to such insurance an is afforded by the policy
for Automobile Liability, the City of Newport Saaalt, it:e
offfanrn and employees are additional insureds, but only with
respect to liability for damages arising out of the ownership,
maintenance or use of automobiles (or autos) used by or on
behalf of the named insured in connection with the contraot
deni.gnat:ed below. Tile insurance extended by this endorsement
to snid additional insured does not apply to bodily injury or
pros >ert -y damage ariAing out of automobiles (1) owned by or
regi.ntered Ili the name of an additional insured, or (2) leased
or ranted by an additional insured, or (3) operated by, an
3ddi.tional insured. 'lhe insurance afforded said additional
insured(s). shall apply as primary insurance and no other
lnGnr:ance maintained by the City of Newport 6eaoit shall be
called upon to contribute with insurance provided by this
policy.
'Cha policy i.flclude.r, the following provision:
1,rhe insurance afforded by the policy applies
separately to each insured who is seeking
coverage or against whom a claim is made or
Ault is brought, except with respect to the
limits of liabllit'y of the company affording
(:overage."
The. .li.mi.tn of liability under this endorsement for the
aciciitio ial i.nsuredn named in Paragraph 1. of this endorsement
vhal.l. he the limits indicated below for either Multiple Limits
or single Limit:
( ) llulti.ple limits
Ilodily Xnjuiy Liability
Balily xlrjury Liability
Property Damage Liability $,
U Combined Single Limit
Bodily injury Liability &
Property Damage Liability $ 1,nan,nnn
per person
per accident
The limits of liability as stated in this endorsement shall
hot increase the total liability of the company affording
coverage for all damages as the result of any one accident or
occurrence in excess of the limits of liability stated in the
policy as applicable to Automobile Liability Insurance.
Page 12A
4. Should the policy be non- renewed, canceled or coverage reduced
before the expiration date t:1►ereoC, the Xesuing Company shall
provide 34 dayst advanoe notice to the Citxy of Newport Beach
by registered snail, Attention: Public 11=a Department#
Police Facility Shooting Range and Electrical
5. Ueei.ynated.Contrart: S<itsl:enl.. gjroy- Pfu�uj'c _ C_2900
Y1:ojlect Title and Contract: No.
Thin is effect-iva 1 -31 -94 at 12:01 a.m.
and faruo a t )or.t of Policy tio.CCP2- 60120= UI6fGULDLIT- AGLE INS. CO.
(Compzilly Affording Coverage).'
Ilesured; PERERA, INC. CONSTRUCTION 1SIIdorsemp_ttt No.: 010
A13D..b�ii;TJ - -- -- _
.I:�SIIAUh (AIMPAIJY
501
0 • Page 13
I ' A- • vl• u • . a I MIJIM 01 .
"I am 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 I will comply with such
provisions before commencing the performance of the work of this
contract."
Perer
Date Name of Contractor
C -2980
Contract Number Authbr-fi—ed-61iWature and Title
Police Facil
5/91
Shooti
12/21/94 15:00 FAX 909 920 3231 PERERA,INC. IA 002 /003
Page 14
�';ONTRACT
THIS AGREEMENT, entered into this Sth day of December 0
1994, by and between the CITY OF NEWPORT BRACH, here nafter "City,, N
and Perera Inc. C r i _# hereinafter
"Contractor," s made w th reference to a follow ng facts:
A. City has heretofore advertised for bids for the following
described public work:
Police Facility Shooting Range Modifications
and Electrical S s _ 79R�
Title of Pro eat Contract Ho.
B. Contractor has determined by City to be the lowest
responsible bidder on said public work, and Contractor's
bid, and the compensation set forth in this contract, is
based upon a careful examination of all plans and
specifications by Contractor,
NOW, THEREPORB, the parties hereto agree as follows:
1. Contractor shall furnish all materials and perform all-of
the work for the construction of the following described
public work:
Police Facility Shooting Range Modifications
and Elea
2onn
T tle o Pro ect Contract No.
which project is more fully described in the contract documents.
Contractor. shall perform and complete this work in a good and
workmanlike manner, and in accordance with all of the contract
documents.
2. As full compensation for the performance and completion
of this work as prescribed above, City shall pay to
Contractor the sum of Cme Hundred Ninety Six Thousand Dollars
Dollars ($196,000.00 ). is compensation
includes:
(a) Any loss or damage arising from the nature of the
work,
(b) Any loss or damage arising from any unforeseen
difficulties or obstructions in the performance of
the work,
(c) Any expense incurred as a result of any suspension
or discontinuance of the work,
but excludes any loss resulting from earthquakes of a
magnitude in excess of 3.5 on the Richter Scale and tidal
waves, and which loss or expense occurs prior to
acceptance of the work by City.
5191
0 Page 14A
3. All of the respective rights and obligations of City and
Contractor are set forth in the contract documents. The
contract documents are incorporated herein by reference
as though set out in full and include the following:
(a) Notice Inviting Bids
(b) Instructions to Bidders and documents referenced
therein
(c) Payment Bond
(d) Faithful Performance Bond
(e) Certificate of Insurance and Endorsement(s)
(f) Plans and Special Provisions for Police Facility Shooting Range
Modifications and El Ctle o Pro ct oT ract No.
(g) This Contract
(h) Standard Specifications of Public Works
Construction (current Edition) and all supplements
4. Contractor shall assume the defense of, pay all expenses
of defense and hold harmless, City and its officers,
employees and representatives from all claims, loss or
damage, injury and liability of every kind, nature and
description by reason of or arising out of the negligent
or willful conduct of the Contractor, his /her employees,
agents and subcontractors in the performance of the
Project, except such loss or damage caused solely by the
active negligence of City or its officers, employees and
representatives.
IN WITNESS WHEREOF, the parties hereto have caused this
contract to be executed the day and year first written above.
APPROVED AS FORM:
Y A TORNEY
ATTEST:
CITY OF NEWPORT BEACH
A Municipal Corporati n
By:
Mayor
H.P. Contractors, Inc. DBA
Perera, Inc. Construction & Design _
Name of Contractor
n
Au r zed slgnature and Title
f APPROVED
November 28, 1994
CITY COUNCIL AGENDA
ITEM NO. 7
TO: MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: PUBLIC WORKS DEPARTMENT AND POLICE DEPARTMENT
SUBJECT: POLICE FACILITY SHOOTING RANGE MODIFICATIONS AND
ELECTRICAL SYSTEM IMPROVEMENTS (C -2980)
RECOMMENDATIONS:
1. Approve a budget amendment of $180,000 from the
General Fund.
2. Award Contract No. 2980 , including additional bid items
Al, A2, and A3, to Perera Inc., Construction and Design of
Upland, California for $196,000.00, and authorize the
Mayor and the City Clerk to execute the contract.
DISCUSSION:
At 11:00 a.m. on November 16, 1994, the City Clerk opened and
read the following bids for this project:
Total Bid Price
Bidder Exc. Add. Bid Items Inc. Add. Bid Items
Low
Perera, Inc., Construction & Design
$187,650.00
$196,000.00
2.
Allied Engineering & Construction
$208,345.00
$17,900.00*
3.
TLS Construction, Inc.
$220,472.00
$228,822.00
4.
Wakeham- Baker, Inc.
$231,231.00
$240,431.00
• 5.
States Link Construction, Inc.
$235,354.00 **
$245,648.00 * **
6.
Varkel Construction, Inc.
$242,582.00
$251,932.00
7.
Chaarani & Associates, Inc.
$284,795.00
$299,254.00
* Corrected total bid price including additional bid items: $226,245.00.
** Corrected total bid price excluding additional bid items: $235,356.00.
* ** Corrected total bid price including additional bid items: $245,650.00.
SUBJECT: POLICE FACILITY SHOOTING RANGE MODIFICATIONS AND
ELECTRICAL SYSTEM IMPROVEMENTS (C -2980)
November 28, 1994
Page 2 •
The low Total Bid Price including additional bid items is 2% below
the Engineer's Estimate of $200,000. The low bidder, Perera, Inc.
Construction & Design, is a well - qualified general engineering contractor who
possesses a Class B Contractor's license. Perera has not performed previous
contract work for the City; however, a check with their experience references
and the State Contractors' License Board has shown that Perera has
successfully completed similar projects as a general contractor and has no
pending actions detrimental to their contractor's license, respectively.
This contract provides for the removal and installation of a new
Caswell bullet trap system; modifications, installation of a new filtered supply
air system; installation of a new filtered exhaust air system; installation of
exhaust filter lead concentration monitoring system; purchase of a HEPA -type
vacuum cleaner and negative air pressurization for the Shooting Range,
exhaust and supply air ventilation for the Armorer's Workshop, and electrical
system improvements throughout the Police Facility.
The existing Shooting Range is approximately nineteen years old,
inadequate and out -of service. The remodeled Shooting Range will allow
police officers to resume their required firearms qualifications on -site using
state of the art equipment that exceeds OSHA airborne lead concentration
requirements. In addition, existing inadequate /incorrect electrical
installations throughout the Police Facility will be upgraded to correct
deficiencies revealed by an audit.
Plans, specifications, and estimates for the Shooting Range
modifications and electrical system improvements portions of this project
were prepared by Charles Mistretta and Associates, Inc. and PLH and
Associates, Inc. respectively. The General Provisions portion of the contract
was prepared Public Works and Police Department staffs. Since the Police
Facility is an essential building and operates continuously, the General
Provsions requires the Contractor to provide electrical power to the building
as directed by the Police Department so that their operations will not be
impacted by the work. As such, the Contractor may wish to complete •
portions of the required work at night or during weekends to comply with
this contract requirement.
The proposals contain 11 base bid items plus "additional bid
items" Al, A2, and A3. These additional bid items provide for the re- routing
and installation of new receptacles and related conduits, the installation of
new disconnects, and the installation of new electrical metal tubings (EMTs).
These items are desirable additions to the contract if sufficient funds are
available. The added $8,350 is within the limits anticipated for the funding of
0
0
SUBJECT: POLICE FACILITY SHOOTING RANGE MODIFICATIONS AND
•ELECTRICAL SYSTEM IMPROVEMENTS (C -2980)
November 28, 1994
Page 3
this project. Staff recommends the award of additional bid items A1, A2 and
A3 to complete all necessary improvements at the Police Facility.
Funds for award are proposed to be encumbered from the following
appropriations:
DESCRIPTION ACCOUNT NO. AMOUNT
Police Station Electrical Improvements 7014P182026A $ 29,700.00
Shooting Range Modifications
7014P182124A 166.300.00
TOTAL $196,000.00
• The appropriation of funds for the Police Shooting Range was
described in a September 9, 1994 memo (copy attached) that accompanied
the Capital Project Reappropriations. It was pointed out at that time that the
$172,500.00 estimated cost of the range improvements would be
appropriated from the $389,584.00 deleted from the list of carryover
projects. Based on the low total bid price, $166,300.00 is needed for award.
In a reconstruction and remodeling project of this magnitude, it can be
anticipated that unknown items will occur that will require contract change
orders. An extra $13,700.00 to cover these changes is desired. Accordingly,
a $180,000.00 budget amendement has been prepared for City Council
consideration.
The Contractor is required to complete all work specified under
this Contract within sixty (60) consecutive calender days, but no later than
March 17, 1995. Liquidated damages are $500.00 per calender day.
W
Don Webb
Public Works Director
FT:so
Attachment
Bob McDonel
Police Chief
0
0
September 9, 1994
CITY COUNCIL AGENDA
ITEM NO. --28 ----------
(Supplemental Report)
TO: Mayor and City Council
FROM: Public Works Department
SUBJECT: REAPPROPRIATIONS OF CAPITAL PROJECTS -
POLICE FACILITY SHOOTING RANGE
DISCUSSION:
On February 14, 1994 the Council Approved in concept certain
recommended modifications to the police facility shooting range, and
adopted a budget amendment to fund design consultant services. At the time,
it was believed the contract for the project could be awarded in the 1993 -94
fiscal year; and a subsequent budget amendment was contemplated,
transferring funds for construction' when detailed cost estimates were
available. As a consequence the project was not shown in the F.Y. 1994 -95
budget. A copy of the February 14 memo to the City Council is attached for
reference.
It was not possible to contract the work in F.Y. 1993 -94, and the
need for a later appropriation in 1994-95 was conveyed in the report of June
13, 1994 on the proposed 1994 -95 capital projects budget (see attached copy
of page 4 of the June 13 report).
The purpose of this memo is to inform the Council, in conjunction
with the Capital Project Reappropriations, that the plans for the shooting
range rehabilitation are complete, a request for authorization to advertise for
bids will be forthcoming shortly, and a request to approve a budget
amendment appropriating construction funds will be forthcoming.
The estimated cost is $172,500.00. A total of $389,584.00 has
been deleted from the proposed list of carry over appropriations in the
General Fund. (See attached copy of memo to City Manager dated September
1, 1994.) Thus there will still be a net return to surplus, even with the
proposed future budget amendment to appropriate funds for construction of
the shooting shooting rann�1ge/Iw,or�k.
Benjamin B. Nolan
Public Works Director
Attachments
•
C
CITY OF NEWPORT BEACH
f PUBLIC WORKS DEPARTMENT
Memorandum
•
TO: City Manager
FROM: Public Works Director
•
•
September 1, 1994
SUBJECT: PROPOSED RE- APPROPRIATIONS OF F.Y. 1993 -94 CAPITAL
PROJECTS TO 1994 -95
The review of the proposed capital project re- appropriation list
has been completed. The following projects and costs are being deleted from
the August 24 draft list which we discussed:
Upper Newport Bay /San Diego Creek Sed. Control Fac. '92
Bicycle Parking Oceanfront '92
Santa Ana River Sand Hauling
Channelization/Traffic Control Safety
PCH Widening /Modified City Entrance '92
Balboa Blvd. Rehabilitation /Adams to 29th Street
Balboa Island Fire Station Construction
Central Balboa Specific Area Plan /EIR Documentation
General Plan Air Quality Element '92
Microfilming City Records
Bicycle Trails Program '92
Library Automation 91 /92
City Computer Network Upgrade
Deletions from Re- Appropriations list, General Fund Total
Notes:
S 76,819
.1 7,000
102,758
10,000
10,000
62,000
12,366
5,528
50,000
10,246
5,000
12,7S6
15.111
$389,584
Microfilming City Records. $20,000 is recommended for re-
appropriation to meet 1994 -95 needs, 510,246 returned to
surplus.
2. Some returns to surplus (i.e.: $102,7S8 for Sand Hauling, $50,000
for Air Quality Element) may conceivably require re- appropriation
at a later date, depending on future events.
a
Benjamin B. Nolan
Public Works Director
110 wo
xc: Finance Director
11
0
SUBJECT: PROPOSED 1994 -95 CAPITAL PROJECTS BUDGET
June 13, 1994
Page 4
12. Bicycle Trails Program (General Fund, Miscellaneous Projects). •
This is a modest annual program intended to continue the
development of the City's bikeway systems. Specific projects are
determined from time to time during the year. Specific projects
are determined from time to time during the year. Funds are also
provided for the City's Bicycle Safety Program, and for
miscellaneous activities of the Bicycle Trails Citizens Advisory
Committee.
13. Police Facility Shooting Range Refurbishment (General Fund,
Miscellaneous Projects). This project was not included in the
proposed 1994 -95 Capital Projects budget as it had been hoped
to contract the work in the current fiscal year, with funds
transferred from other project appropriations. It was not possible
to meet that desired schedule.
This project will provide for constructing improvements to the
shooting range in the Police Facility. An OSHA - acceptable •
ventilation system will be installed and the range will be
narrowed and the ceiling lowered to increase the rate of air
change, thus reducing the concentration of contaminants in the
room. Lighting, bullet baffles, target carriers, shooting booths,
the bullet trap, cabinetry, etc., will likewise be modified. Lead -
laden carpet and acoustic tiles will be replaced with surfaces that
may be readily cleaned free of contaminants.
The estimated cost of the work is $172,500. It is proposed to
fund the project with 1993 -94 Capital Project funds which will not
be needed for the originally intended purposes, and will be
returned to surplus. Please refer to Attachment D for a
preliminary tabulation of the 1993 -94 projects status.
14. Corona del Mar Lookout Point Stairway Replacement (Park and
Recreation Fund). The existing railroad tie stairway is
deteriorated, and is proposed for replacement with a reinforced
concrete stairway. •
15. Newport Boulevard Irrigation Improvements. This project, which
would have provided $314,600 for design and installation of
irrigation, hardscape, and landscape improvements in Newport
Boulevard from Coast Highway to Industrial Way, is not shown in
the Preliminary Budget as it was one of the projects deferred
during initial review for budget balancing purposes. The current
shortage of revenues makes it very difficult to fund projects of
this type.
February 14,199Y
CITY COUNCIL AGENDA
ITEM NO. 25
• TO: CITY COUNCIL B.A. No. 035
FROM: PUBLIC WORKS DEPARTMENT AND POLICE DEPARTMENT
SUBJECT: POLICE FACILITY SHOOTING RANGE MODIFICATIONS (C -2980)
RECOMMENDATIONS:
Approve in concept the consultants and stall's recommended shooting range modifications.
2. Adopt a budget amendment appropriating $15,455.21 for final design consultant services.
DISCUSSION:
Last fall, the City awarded a contract to re-root and to replace 28 heating, ventilation and air conditioning
(HVAC) units atop the Police Facility. Plans and specifications for the re -roof and HVAC replacement were prepared by
the firms of Independent Roofing Associates, Inc. and Ludovise and Associates, respectively.
While the above work was being performed, it was discovered that an evaporative cooler that serves
• the indoor shooting range was so badly deteriorated that it was removed from the roof and discarded by the Contractor
along with all of the HVAC units. The shooting range has not been in use since the cooler and ventilation fan were
removed.
•
In order to restore the range to service as soon as possible, it is recommended that final design, plans
and specifications be prepared for the necessary work.
The new installation must be designed to conform with current OSHA standards for exposure to
airborne lead, both within the range and in the exhaust air. Conformance with these standards will require substantial
interior modifications in the range, and an elaborate filtration system for the new HVAC system.
A preliminary report outlining the recommended scope of work has been prepared by a mechanical
engineering consultant who has considerable expertise in the requirements for indoor firing ranges. The preliminary
estimated construction cost for both the new HVAC system and the interior modifications is $115,000.
A budget amendment transferring and appropriating $15,455.21 for consultant services to prepare the
final plans and specifications has been prepared for Council consideration. A further budget amendment for the
construction contract will be submitted for Council consideration at a later date when detailed cost figures are available. It
is believed that this project can be funded by transfers from existing appropriations in the current budget.
YC
Benjamin B. Nolan
Public Works Director
LD:so
Attachments
Bob MCDonell
Police Chief
APPROVED "'Y CE 1-` COUNI CIL
DATE;.._2 r y -gV
is
TO:
FROM
S U BJ ECT:
•
OCT 1 a
Mayor and Members of the City Council
Public Works Department
•
October 10, 1994
CITY COUNCIL AGENDA
ITEM NO.____ 14 ____
POLICE FACILITY SHOOTING RANGE MODIFICATIONS AND
ELECTRICAL SYSTEM IMPROVEMENTS (C-2980)
RECOMMENDATIONS:
1. Approve an exception to the Capital Projects moratorium.
2. Approve the plans and specifications.
3. Authorize Staff to advertise for bids.
DISCUSSION:
Plans and specifications for modifications to the Police Facility
shooting range have been completed pursuant to the City Council's direction
of February 14, 1994. The modifications include:
1. Shortening the range's length by 7 feet. This provides adequate
space to introduce fresh supply air behind the shooting positions.
2. Enclosing an area along one wall of the range to reduce the
range's cross - sectional area. This causes air flow to be more
laminar. It also increases the velocity of air flow down the range
and permits smaller HVAC units to be installed.
3. Lowering the ceiling of the range. In addition to causing more
laminar air flow, increasing air velocity and permitting smaller
HVAC units, this eliminates some surfaces where lead dust may
collect. Lighting and public address speakers may be
incorporated into the new ceiling. In addition, the lowered
second ceiling will help attenuate sound transmission to the area
above the range.
(31fJ
0 0
SUBJECT: POLICE FACILITY SHOOTING RANGE MODIFICATIONS AND
ELECTRICAL SYSTEM IMPROVEMENTS (C -2980)
October 10, 1994
Page 2
4. Revampina the existing supply and exhaust ductwork. and
modifying ductwork within the range. This will increase the
velocity and streamline the flow of air to, from, and within the
range. The intent is to provide air supply at OSHA- recommended
velocities as uniformly as possible throughout the range.
5. Installing a new filtered supply air system. This will be a
ventilation air handler only, such that range temperature will
equal outside air temperature. If desired, chilled water cooling
may be added to the air handler in the future so that the range
may be cooled.
6. Installing a new filtered exhaust air system. This system will
remove approximately 99.9% of airborne lead from the exhausted
air. The new exhaust air system will also maintain the required
negative air pressure within the range to eliminate the passage of
contaminated air into adjacent portions of the building.
7. Sealing the Rangemaster's room to preclude exposure to air from
the range. This minimizes the possibility of long -term exposure
to contaminated air.
8. Purchasing a HEPA -type vacuum cleaner for range cleanup. This
unit does not allow lead dust to exhaust back into the range, and
will vacuum up used bullet casings.
9. Installing a lead concentration monitoring system in the
Rangemaster's room. This will enable the Rangemaster to
monitor the lead concentration in the exhaust filters to provide
for timely filter maintenance.
The coordinating consultant for the shooting range modifications
was Charles Mistretta & Associates, Inc. of Santa Barbara. Mistretta was the
City of Santa Barbara's mechanical engineering consultant in a similar, quite
successful remodeling of their shooting range.
Additionally, an electrical audit of the Police Facility has been
completed, and plans and specifications for electrical system improvements
have been prepared. The electrical system improvements will correct many of
the undersized and improperly installed electrical components that have been
placed in service over the years.
0
•
9
0
SUBJECT: POLICE FACILITY SHOOTING RANGE MODIFICATIONS AND
ELECTRICAL SYSTEM IMPROVEMENTS (C-2980)
October 10, 1994
Page 3
The consultant for the electrical system improvements was PLH &
Associates, Inc. PLH's construction estimate is $34,000. Since only $30,000
has been budgeted for the electrical work, the bid proposal will list a number
of electrical system "alternative bid items" so that the contract may be
tailored as needed to satisfy budget limitations for electrical system
improvements, and accomplish electrical work which is necessary outside of
the shooting range.
Mistretta's estimate for shooting range modifications is $166,000.
To award the shooting range portion of the contract, Staff will prepare a
budget amendment for Council consideration, as described in the attached
copy of a report dated September 9, 1994. (Also attached for reference are
copies of the February 14, 1994 report; an excerpt from the June 13, 1994
Capital Projects report; and a September 1, 1994 memo to the City Manager
regarding reappropriations.)
• Police officers are currently accomplishing their required firearms
qualifications at the City of Fountain Valley's shooting range. This is a costly
and inefficient drain upon scarce staff hours, and the Police Department has
been forced to reduce their training standard to a bi- monthly qualification
until these revisions are complete. The Police Department will provide any
additional background on the project, if necessary.
The specifications permit the Contractor to work around -the-
clock, if desired. Assuming no unforeseen complications, all work should be
completed by March 3, 1995. Liquidated damages will be assessed at
$500.00 per calendar day.
(0" xff
Don Webb
• Public Works Director
LD:so
Attachments
odwlegx
Bob McDonell
Chief of Police
0
September 9, 1 994
CITY COUNCIL AGENDA
ITEM NO. --28 ----------
(Supplemental Report)
TO: Mayor and City Council
FROM: Public Works Department
SUBJECT: REAPPROPRIATIONS OF CAPITAL PROJECTS -
POLICE FACILITY SHOOTING RANGE
DISCUSSION:
On February 14, 1994 the Council approved in concept certain
recommended modifications to the police facility shooting range, and
adopted a budget amendment to fund design consultant services. At the time,
it was believed the contract for the project could be awarded in the 1993-94
fiscal year; and a subsequent budget amendment was contemplated,
transferring funds for construction' when detailed cost estimates were
available. As a consequence the project was not shown in the F.Y. 1994 -95
budget. A copy of the February 14 memo to the City Council is attached for
reference.
It was not possible to contract the work in F.Y. 1993-94, and the
need for a later appropriation in 1994 -95 was conveyed in the report of June
13, 1994 on the proposed 1994 -95 capital projects budget (see attached copy
of page 4 of the June 13 report).
The purpose of this memo is to inform the Council, in conjunction
with the Capital Project Reappropriations, that the plans for the shooting
range rehabilitation are complete, a request for authorization to advertise for
bids will be forthcoming shortly, and a request to approve a budget
amendment appropriating construction funds will be forthcoming.
The estimated cost is $172,500.00. A total of $389,584.00 has
been deleted from the proposed list of carry over appropriations in the
General Fund. (See attached copy of memo to City Manager dated September
1, 1994.) Thus there will still be a net return to surplus, even with the
proposed future budget amendment to appropriate funds for construction of
the shooting range work.
Az - 4�a
Benjamin B. Nolan
Public Works Director
Attachments
is
•
•
•
•
L
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
Memorandum
TO: City Manager
FROM: Public Works Director
0
September 1, 1994
SUBJECT: PROPOSED RE- APPROPRIATIONS OF F.Y. 1993 -94 CAPITAL
PROJECTS TO 1994 -95
The review of the proposed capital project re- appropriation list
has been completed. The following projects and costs are being deleted from
the August 24 draft list which we discussed:
Upper Newport Bay /San Diego Creek Sed. Control Fac. '92
Bicycle Parking Oceanfront '92
Santa Ana River Sand Hauling
Channelization/Traffic Control Safety
PCH Widening /Modified City Entrance '92
Balboa Blvd. Rehabilitation /Adams to 29th Street
Balboa Island Fire Station Construction
Central Balboa Specific Area Plan /EIR Documentation
General Plan Air Quality Element '92
Microfilming City Records
Bicycle Trails Program '92
Library Automation 91/92
City Computer Network Upgrade
Deletions from Re- Appropriations list, General Fund Total
Notes:
5 76,819
.17,000
1 02,758
10,000
10,000
62,000
12,366
5,528
50,000
10,246
5,000
12,756
15.111
$389,584
1. Microfilming City Records. $20,000 is recommended for re-
appropriation to meet 1994 -95 needs, 510,246 returned to
surplus.
2. Some returns to surplus (i.e.: $102,758 for Sand Hauling, $50,000
for Air Quality Element) may conceivably require re- appropriation
at a later date, depending on future events.
Benjamin B. Nolan
Public Works Director
xc: Finance Director
0 0
SUBJECT: PROPOSED 1994 -95 CAPITAL PROJECTS BUDGET
June 13, 1994
Page 4
12. Bicycle Trails Program (General Fund, Miscellaneous Projects).
This is a modest annual program intended to continue the
development of the City's bikeway systems. Specific projects are
determined from time to time during the year. Specific projects
are determined from time to time during the year. Funds are also
provided for the City's Bicycle Safety Program, and for
miscellaneous activities of the Bicycle Trails Citizens Advisory
Committee.
13. Police Facility Shooting Range Refurbishment (General Fund,
Miscellaneous Projects). This project was not included in the
proposed 1994 -95 Capital Projects budget as it had been hoped
to contract the work in the current fiscal year, with funds
transferred from other project appropriations. It was not possible
to meet that desired schedule.
This project will provide for constructing improvements to the
shooting range in the Police Facility. An OSHA - acceptable
ventilation system will be installed and the range will be
narrowed and the ceiling lowered to increase the rate of air
change, thus reducing the concentration of contaminants in the
room. Lighting, bullet baffles, target carriers, shooting booths,..
the bullet trap, cabinetry, etc., will likewise be modified. Lead -
laden carpet and acoustic tiles will be replaced with surfaces that
may be readily cleaned free of contaminants.
The estimated cost of the work is $172,500. It is proposed to
fund the project with 1993 -94 Capital Project funds which will not
be needed for the originally intended purposes, and will be
returned to surplus. Please refer to Attachment D for a
preliminary tabulation of the 1993 -94 projects status.
14. Corona del Mar Lookout Point Stairway Replacement (Park and
Recreation Fund). The existing railroad tie stairway is
deteriorated, and is proposed for replacement with a reinforced
concrete stairway.
15. Newport Boulevard Irrigation Improvements. This project, which
would have provided $314,600 for design and installation of
irrigation, hardscape, and landscape improvements in Newport
Boulevard from Coast Highway to Industrial Way, is not shown in
the Preliminary Budget as it was one of the projects deferred
during initial review for budget balancing purposes. The current
shortage of revenues makes it very difficult to fund projects of
this type.
•
•
•
February 14,199
CITY COUNCIL AGENDA
ITEM NO. 25
• TO: CITY COUNCIL B.A, No. 035
FROM: PUBLIC WORKS DEPARTMENT AND POLICE DEPARTMENT
SUBJECT: POLICE FACILITY SHOOTING RANGE MODIFICATIONS (C -2980)
RECOMMENDATIONS:
1. Approve in concept the consultants and staffs recommended shooting range modifications.
2. Adopt a budget amendment appropriating $15,455.21 for final design consultant services.
DISCUSSION:
Last fall, the City awarded a contract to re -roof and to replace 28 heating, ventilation and air conditioning
(HVAC) units atop the Police Facility. Plans and specifications for the re -roof and HVAC replacement were prepared by
the firms of Independent Roofing Associates, Inc. and Ludovise and Associates, respectively.
• While the above work was being performed, it was discovered that an evaporative cooler that serves
the indoor shooting range was so badly deteriorated that it was removed from the roof and discarded by the Contractor
along with all of the HVAC units. The shooting range has not been in use since the cooler and ventilation fan were
removed.
In order to restore the range to service as soon as possible, it is recommended that final design, plans
and specifications be prepared for the necessary work.
The new installation must be designed to conform with current OSHA standards for exposure to
airborne lead, both within the range and in the exhaust air. Conformance with these standards will require substantial
interior modifications in the range, and an elaborate filtration system for the new HVAC system.
A preliminary report outlining the recommended scope of work has been prepared by a mechanical
engineering consultant who has considerable expertise in the requirements for indoor firing ranges. The preliminary
estimated construction cost for both the new HVAC system and the interior modifications is $115,100.
A budget amendment transferring and appropriating $15,455.21 for consultant services to prepare the
final plans and specifications has been prepared for Council consideration. A further budget amendment for the
construction contract will be submitted for Council consideration at a later date when detailed cost figures are available. II
• is believed that this project can be funded by transfers from existing appropriations in the current budget.
A��" J, 9z
Benjamin B. Nolan
Public Works Director
LD:so
Attachments
Bob McDonell
Police Chief
APPROVED IBY CITY GIOUI VCIL
DATF, 2 - I L/ -I `7
Authorized to Publish Advertisements of all kinds i�ing public notices by
Acute of the Superior Court of orange County, rnia. Number A -6214,
September 29, 1961, and A•24831 )une 11, 1963.
PROOF OF PUBLICATION
STATE OF CALIFORNIA)
) SS.
County of Orange )
I am a Citizen of the United States and a
resident of the County aforesaid; I am over
the age of eighteen years, and not a party to
or interested in the below entitled matter. I
am a principal clerk of the NEWPORT
BEACH -COSTA MESA DAILY PILOT, a
newspaper of general circulation, printed and
published in the City.of Costa Mesa, County
of Orange, State of California, and that
attached Notice is a true and complete copy
as was printed and published on the
following dates:
October 2B, 1994
noveaber 2, 1994
I declare, under penalty of perjury, that the
foregoing is true and correct.
Executed on Novenber 2 , 199 4
at Costa Mesa, California.
l Z_
Signature
•
Engtneer'a Estimatt
Approved by the Clh
:ounea 1198 10th day o
3ctober, 1994
Wotldr E. RaoWu
611y Clark.
PrpapotWo blddsn.tila,
optobt one tot of;bld doh
mwrM 41 no cost at.tM`ol
Iq of ; fhi• Public Wprlu
1oulward, P.O. Box 1768
1awPO" S(rach, CA -0260
615,
For further Intonnatloh,
all Fop Too at (714) 844
340...
Published 14owport
'eachCosps' Mesa Daily
IM OC#W: 2,1k jaovwn.
•
February 14, 1993
CITY COUNCIL AGENDA
FFB 1 4' ITEM NO. 25
• T0: CITY COUNCIL
APPROVED B.A. No. 035
FROM: PUBLIC WORKS DEPARTMENT AND POLICE DEPARTMENT
SUBJECT: POLICE FACILITY SHOOTING RANGE MODIFICATIONS (C -2980)
RECOMMENDATIONS:
1. Approve in concept the consultant's and staffs recommended shooting range modifications.
2. Adopt a budget amendment appropriating $15,455.21 for final design consultant services.
DISCUSSION:
Last fall, the City awarded a contract to re -roof and to replace 28 heating, ventilation and air conditioning
(HVAC) units atop the Police Facility. Plans and specifications for the re -roof and HVAC replacement were prepared by
the firms of Independent Roofing Associates, Inc. and Ludovise and Associates, respectively.
While the above work was being performed, it was discovered that an evaporative cooler that serves
• the indoor shooting range was so badly deteriorated that it was removed from the roof and discarded by the Contractor
along with all of the HVAC units. The shooting range has not been in use since the cooler and ventilation fan were
removed.
In order to restore the range to service as soon as possible, it is recommended that final design, plans
and specifications be prepared for the necessary work.
The new installation must be designed to conform with current OSHA standards for exposure to
airborne lead, both within the range and in the exhaust air. Conformance with these standards will require substantial
interior modifications in the range, and an elaborate filtration system for the new HVAC system.
A preliminary report outlining the recommended scope of work has been prepared by a mechanical
engineering consultant who has considerable expertise in the requirements for indoor firing ranges. The preliminary
estimated construction cost for both the new HVAC system and the interior modifications is $115,000.
A budget amendment transferring and appropriating $15,455.21 for consultant services to prepare the
final plans and specifications has been prepared for Council consideration. A further budget amendment for the
construction contract will be submitted for Council consideration at a later date when detailed cost figures are available. It
is believed that this project can be funded by transfers from existing appropriations in the current budget
oj�'i
Benjamin B. Nolan Bob McDonell
Public Works Director Police Chief
LD:so
Attachments