Loading...
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