H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Boilerplate_LS Building 9819 B755.docx ii

Size: px
Start display at page:

Download "H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Boilerplate_LS Building 9819 B755.docx ii"

Transcription

1

2 H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Boilerplate_LS Building 9819 B755.docx ii

3 TABLE OF CONTENTS PAGE TABLE OF CONTENTS... i NOTICE TO CONTRACTORS... 1 INSTRUCTIONS TO BIDDERS... 5 BID FORM BID SHEET CONTRACTOR QUALIFICATIONS NONCOLLUSION AFFIDAVIT STATEMENT OF COMPLIANCE DESIGNATION OF SUBCONTRACTORS BIDDER'S BOND CONTRACT FAITHFUL PERFORMANCE BOND PAYMENT (LABOR AND MATERIALS) BOND CONTRACTOR QUALIFICATION QUESTIONNAIRE CONTRACT CHANGE ORDER SECTION A GENERAL CONDITIONS 1. BASIC DEFINITIONS CONTRACT DOCUMENTS: TESTING AND EXAMINATION OF THE SITE OF WORK AND THE CONTRACT DOCUMENTS: DIFFERING SITE CONDITIONS ADDENDA PROPOSAL LIST OF SUBCONTRACTORS WITHDRAWAL OF PROPOSAL OPENING OF PROPOSALS PROPOSAL GUARANTY CONSIDERATION OF PROPOSALS COMPETENCY OF BIDDER DISQUALIFICATION OF BIDDERS i

4 TABLE OF CONTENTS PAGE 14. RELIEF OF BIDDERS AWARD OF CONTRACT RETURN OF PROPOSAL GUARANTEES SIGNING OF CONTRACT PAYMENT AND PERFORMANCE BONDS NOTIFICATION OF SURETY COMPANIES INSURANCE PRE CONSTRUCTION CONFERENCE INTENT OF PLANS AND SPECIFICATIONS CLARIFICATION OF CONTRACT DOCUMENTS PLANS AND SPECIFICATIONS SUPPLEMENTAL DRAWINGS AND INSTRUCTIONS CONFORMANCE WITH CODES AND STANDARDS PERSONAL ATTENTION AND SUPERINTENDENCE BEGINNING OF WORK PROGRESS SCHEDULE RESPONSIBILITY FOR ACCURACY EFFECT OF INSPECTION OR USE INSPECTION REMOVAL OF REJECTED MATERIALS OR WORK USE OF COMPLETED PORTIONS MEANS AND METHODS LIQUIDATED DAMAGES FOR DELAY CHANGES IN THE WORK CLAIMS FALSE CLAIMS CERTIFICATION DELAYS PAYMENTS COST AND PRICING DATA PROCEED WITH WORK H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Boilerplate_LS Building 9819 B755.docx ii

5 TABLE OF CONTENTS PAGE 44. ACCESS TO RECORDS DISMISSAL OF UNSATISFACTORY EMPLOYEES TERMINATION OF UNSATISFACTORY SUBCONTRACTS TEMPORARY SUSPENSION OF WORK TERMINATION OF CONTRACTOR'S CONTROL OVER THE WORK FINAL INSPECTION, FIELD ACCEPTANCE, AND ACCEPTANCE CLEANING UP RELIEF FROM MAINTENANCE AND RESPONSIBILITY COMPLIANCE WITH LAWS AND REGULATIONS RESPONSIBILITY OF THE CONTRACTOR INDEMNIFICATION PERMITS AND LICENSES PROTECTION OF CITY AGAINST PATENT CLAIMS PROTECTION OF WORKERS PROTECTION OF MATERIALS AND EQUIPMENT SANITARY PROVISIONS EXISTING UTILITIES COOPERATION WITH OTHERS AIR POLLUTION CONTROL WATER POLLUTION SOUND CONTROL REQUIREMENTS UNFAVORABLE WEATHER AND OTHER CONDITIONS WEEKEND, HOLIDAY, AND NIGHT WORK OVERLOADING SUBCONTRACTING AND ASSIGNMENT NON RECOGNITION OF SUBCONTRACTORS LANDS AND RIGHTS OF WAY LIABILITY OF CITY OFFICIALS CONTRACTOR NOT AN AGENT OF THE CITY THIRD PARTY CLAIMS H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Boilerplate_LS Building 9819 B755.docx iii

6 TABLE OF CONTENTS PAGE 74. GUARANTEE ASSIGNMENT OF ANTITRUST ACTIONS LEGAL ADDRESS OF THE CONTRACTOR SURVEYS MATERIALS OR EQUIPMENT SPECIFIED BY NAME PROPERTY RIGHTS IN MATERIAL CONTRACTOR'S EQUIPMENT SAFETY AND PROTECTION MISCELLANEOUS PROVISIONS PUBLIC CONTRACT CODE SECTION 20104, ET SEQ SECTION B SUPPLEMENTARY CONDITIONS SC-1 BASIC DEFINITIONS SC-1A TERMINOLOGY SC-22 INTENT OF THE PLANS AND SPECIFICATIONS SECTION C - ( BLANK ) SECTION D - TECHNICAL SPECIFICATIONS SECTION D ORDER OF WORK... D-1 SECTION D MOBILIZTION... D-3 SECTION D TRAFFIC CONTROL... D-5 SECTION D.7520 ABATEMENT OF ASBESTOS CONTAINING MATERIALS (ACM) & ASBESTOS CONTAINING CONSTRUCTION MATERIALS (ACCM) D-7 SECTION D.7521 ABATEMENT OF LEAD BASED PAINT & LEAD CONTAINING PAINT MATERIALS... D-41 SECTION D.7522 ABATEMENT OF BALLASTS AND LIGHT TUBES, PCB CONTAINING BALLAST AND MERCURY CONTAINING FLOURESCENT TUBES... D-59 SECTION D.7600 DEMOLITION AND REMOVAL OF EXSITING STRUCTURES.... D-69 H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Boilerplate_LS Building 9819 B755.docx iv

7 TABLE OF CONTENTS PAGE SECTION E PLAN & DETAILS... E-1 SECTION F INSPECTION REPORT... F-1 SECTION G - PHOTOS... G-1 APPENDIX A STATE WAGE RATE DETERMINATION... APP A-1 H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Boilerplate_LS Building 9819 B755.docx v

8 H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Boilerplate_LS Building 9819 B755.docx vi

9 CITY OF VALLEJO DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION NOTICE TO CONTRACTORS NOTICE IS HEREBY GIVEN THAT SEALED BIDS will be received at the office of the City Clerk, third (3rd) floor, City Hall, Vallejo, California, during the business hours of 8:30 AM through 5:00 PM, Monday through Friday, holidays excepted, until the hour of 2:00 p.m. on June 19, 2014, at which time they will be publicly opened and read aloud in the City Council s Chamber, second (2nd) floor of said City Hall for DEMOLITION & ABATEMENT PROJECT - MARE ISLAND BUILDING 755 City of Vallejo, County of Solano, California according to the drawings and specifications prepared by City Engineer of the City of Vallejo The work to be done includes: Mobilizing equipment and personnel, abatement, removal and disposal of asbestos containing materials (ACM), removal and disposal of lead based paint & lead containing materials, and PCM and mercury containing light ballasts and tubes, demolition. removal and disposal of building structure, import material and backfilling of basement space, recycling of non-hazardous materials, transportation and legal disposal of all debris, cleanup in and around work area The bidder shall include in his bid and provide all labor, tools and materials for a complete and working project in conformance with the intent shown on the drawings and specified herein. This City of Vallejo affirms that in any Contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full opportunity to submit bids in response to this invitation. Bids are required for the entire work described herein. A pre-bid conference will be held June 10, 2014 at 2:00 p.m., in the Public Works Conference Room on 4th Floor, City Hall, Vallejo, California. This meeting is to inform bidders of project requirements and subcontractors of subcontracting and material supply opportunities. Time of completion of the work is 100 working days from the date of issuance of the Notice to Proceed work by the City. Each Bidder must submit a proposal to the City Council on the Bid Form enclosed. Said proposal shall be accompanied by cash, a cashier's check, a certified check or Bidder's bond of ten percent (10%) of the amount of the bid submitted, to be made payable to the City of Vallejo. Bid bonds shall be issued by a corporate surety duly admitted and authorized to issue bonds and undertakings by the State of California. H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Boilerplate_LS Building 9819 B755.docx 1 Rev. 06/2012

10 Pursuant to Section 1700, and following, of the California Labor Code, the Contractor shall pay not less than the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations. Copies of such prevailing rate of per diem wages are on file at the office of the City of Vallejo, Department of Public Works, 555 Santa Clara Street, 4th Floor, Vallejo, CA Those copies shall be made available to any interested party upon request. The Contractor shall forfeit, as penalty to the City of Vallejo, Fifty Dollars ($50.00) for each calendar day or portion thereof, for each workman paid less than the stipulated prevailing rates for any work done under the contract by it or by any subcontractor under it, in violation of the provisions of such Labor Code. The Contractor shall post a copy of the general prevailing rates per diem wages in a conspicuous place at the job site forthwith upon undertaking the public work called for herein. The Contractor shall also keep an accurate certified payroll record in accordance with requirements set forth in Section 1776 of the Labor Code of the State of California and these Contract Documents. If there is a difference between the minimum wage rates predetermined by the U.S. Secretary of Labor and the general prevailing wage rates determined by the Director of the California Department of Industrial Relations for similar classifications of labor, the Contractor and subcontractors shall pay not less than the higher wage rate. The Department will not accept lower State wage rates not specifically included in the Federal minimum wage determinations. This includes "helper" (or other classifications based on hours of experience) or any other classification not appearing in the Federal wage determinations. Where Federal wage determinations do not contain the State wage rate determination otherwise available for use by the Contractor and subcontractors, the Contractor and subcontractors shall pay not less than the Federal minimum wage rate, which most closely approximates the duties of the employees in question. Bidders are advised that this project is subjected to all federal, state and local nondiscrimination laws including Vallejo Municipal Code sections and Proposed Contract Documents may be examined at: Builders Exchange of Alameda 3055 Alvarado St., San Leandro, CA Contra Costa Builders Exchange 2440 Stanwell Drive, Concord, CA San Francisco Builders Exchange 850 So. Van Ness Avenue, San Francisco, CA Marin Builders Association 660 Las Gallinas Avenue, San Rafael, CA Napa Solano Builders Exchange 135 Camino Dorado, Napa, CA Sacramento Builders Exchange 1331 T Street, Sacramento, CA North Coast Builders Exchange 1030 Apollo Way, Santa Rosa, CA Small Business Exchange 703 Market Street, Suite 1000, San Francisco, CA H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Boilerplate_LS Building 9819 B755.docx 2 Rev. 06/2012

11 Peninsula Builders Exchange 735 Industrial Road, San Carlos, CA Construction Bidboard 4420 Hotel Circle Court, #215, San Diego, CA Placer County Builders Exchange 231 Cherry Avenue, Suite 101, Auburn, CA McGraw Hill-Dodge Plan Room 4020 Lennane Dr Bldg 2 Suite 104, Sacramento, CA The Plans, Specifications, Contract Documents and proposal forms may be obtained at the office of the Utilities/Public Works Director, City Hall, 4th Floor, 555 Santa Clara Street, Vallejo, California, with a charge of Fifty dollars ( $50 ) which is not refundable. Documents are also available online at Interested bidders may register as Planholders (only Planholders receive information regarding addenda, and other notices from the City) online via the City website (at no cost) or upon purchase of plans and specifications from the City. Users of documents posted on the internet in electronic form are cautioned that the City of Vallejo does not assume any liability or responsibility based on these electronic files for any defective or incomplete copying, excerpting, scanning, faxing or downloading of the contract documents. Complete sets of documents shall be used in preparing Bids; neither City nor Engineer assumes any responsibility for errors or misinterpretations resulting from the use of incomplete sets of documents. Pursuant to Section of the Public Contract Code, the Contractor may substitute a deposit of securities in lieu of the City of Vallejo withholding any monies to ensure Contractor's performance under the Contract, or alternatively, request that the City of Vallejo make payment of retentions earned directly to an escrow agent at the expense of Contractor. The provisions of Public Contract Code section are incorporated herein by reference as though set forth in full, and shall govern the substitution of securities and/or escrow account. Securities eligible for investment under this section shall include those listed in Section of the Government Code, and bank or savings and loan certificates of deposit. The City of Vallejo reserves the right to reject any or all bids or portions thereof, to accept a bid or portion thereof or to waive any minor irregularity. Bidders and Contractor shall be licensed in accordance with the provisions of Chapter 9, Division III, of the Business and Professions Code, Section 7000 et seq., known as the Contractors License Law. The license classification required for this project is A or C-21 with HAZ and ASB certification; A or C-21 with subcontractor with HAZ and ASB certification. H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Boilerplate_LS Building 9819 B755.docx 3 Rev. 06/2012

12 DAWN G. ABRAHAMSON City Clerk Dated: H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Boilerplate_LS Building 9819 B755.docx 4 Rev. 06/2012

13 CITY OF VALLEJO DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION INSTRUCTIONS TO BIDDERS 1) All portions of the Bid Form must be completed before the bid is submitted. Failure to do so may result in the bid being rejected as nonresponsive. Attached to and submitted with the Bid Form, Bidder must provide the completed (a) (b) (c) (d) (e) (f) Contractor Qualifications Non-collusion Affidavit signed by Bidder Statement of Compliance signed by the Bidder Designation of Subcontractors Bid Form The appropriate bid security. Failure to submit all required documents may result in the bid being rejected as nonresponsive. 2) An original of the Bid Form shall be filled in and submitted as the bid. 3) Sealed bids will be addressed to: Dawn G. Abrahamson, City Clerk 555 Santa Clara Street P.O. Box 3068 Vallejo, California ) City of Vallejo has obtained report: (a) Limited Asbestos Containing Materials and Lead Based Paint Survey City of Vallejo Building 755 Mare Island, Vallejo, Calfornia prepared by: Cardno ATC Project Number: date: March 27, 2013 H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Boilerplate_LS Building 9819 B755.docx 5 Rev. 06/2012

14 (b) As Built Plans Navy Yard, Mare Island, California Fleet Training Facility Building 755 web link: 28&objectId.2810=73563&contextId.2810=28229 Technical Data of this Project Manual contains reports and drawings, including, but not limited to explorations and tests of subsurface conditions and hazardous environmental conditions at or contiguous to the project site. The technical data may contain facts that may materially affect Bidders' bids. Bidder is responsible for any interpretation or conclusion Bidder draws from any technical data or any other data, interpretations, opinions, or information contained in such reports or shown or indicated in such drawings. In addition, City has constructed other public works projects throughout the City, and obtained reports and other information in the course of the design and construction of those other public works construction projects, all of which may contain facts that may materially effect Bidders' bids. Bidders are strongly encouraged to inspect all of City's reports, records and documents. Said reports and documents will be made available upon written request sent by Certified Mail to: Director of Public Works, City of Vallejo, 555 Santa Clara Street, 4th Floor, Vallejo, CA for inspection and copying at Bidders' sole cost and expense, during normal working hours. 5) Written questions will be the only questions that receive an official response from the City. Written questions may be submitted: a) By Fax (707) ; or b) By to the Project Manager c) By Letter addressed to: DEMOLITION & ABATEMENT PROJECT - MARE ISLAND BUILDING 755 City of Vallejo Public Works Department P.O. Box Santa Clara Street, 4 th Floor Vallejo, CA Bidders are advised that oral or written communication from the City not in the form of an official addendum do not alter the bid plans or specifications. H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Boilerplate_LS Building 9819 B755.docx 6 Rev. 06/2012

15 6) The cut off time for submission of bid questions is 5:00 P.M. (Pacific Time) on Friday, June 13, Any questions received after this time will not be responded to. 7) If a pre-bid conference has been scheduled, all Bidders, subcontractors (regardless of tier), material suppliers and others who may be working on the work of improvement are strongly encouraged to attend this pre-bid conference. 8) Testing or investigations of subsurface conditions or any other conditions by the City or its agents, are made for the purpose of design, and the City assumes no responsibility whatsoever with respect to the sufficiency or accuracy of borings, the log of test borings, or other preliminary testing or investigations, or of the interpretation thereof, and there is no guaranty, either expressed or implied, that the conditions indicated are representative of those existing throughout the work, or any part of it, or that unanticipated conditions may not occur. When a log of test borings, reports of testing or investigation is made available to Bidders or Contractor or included in the Contract Documents, it is expressly understood and agreed that said log of test borings or other reports does not constitute a part of the Contract, and represents only an opinion of the City as to the character of the materials to be encountered, and is made available or included in the Contract Documents only for the convenience of the Bidders. Bidders must satisfy themselves, through their own testing and investigation, as to conditions to be encountered. 9) Following the public opening of bids, the City may request that the apparent low Bidder complete the Contractor Qualification Questionnaire included in these Contract Documents and furnish all required supporting documentation to enable the City to determine whether the apparent low Bidder is qualified to perform the work described in the Contract Documents. By submission of a bid, Bidder agrees to complete the Contractor Qualification Questionnaire, furnish all required attachments, sign the Contractor Qualification Questionnaire, all in strict conformance with the requirements of the Contract Documents and Contractor Qualification Questionnaire, and return to the Owner s Representative within five (5) days of City's written request. If Bidder fails or refuses to complete the Contractor Qualification Questionnaire, furnish all required attachments, sign the Contractor Qualification Questionnaire, or return it to the Owner s Representative within (five (5) days of City's request, Bidder will not be considered for award of the contract, and further, Bidder agrees that the City of Vallejo may award the work to another Bidder or call for new bids. In such event, the Bidder shall be liable to the City of Vallejo for the difference between the amount of the disqualified bid and the larger amount for which the City procures the work plus all of the City's costs, damages, expenses and liabilities. 10) If for any reason the City elects to not award the Contract to the apparent low Bidder, the City may request that the apparent second lowest Bidder complete the Contractor Qualification Questionnaire and furnish all required supporting documentation to enable the City to determine whether the second low Bidder is qualified to perform the work described in the Contract Documents. If for any H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Boilerplate_LS Building 9819 B755.docx 7 Rev. 06/2012

16 reason the City elects to not award the Contract to the apparent second lowest Bidder, the City may request the third lowest Bidder complete the Contractor Qualification Questionnaire and furnish all required supporting documentation, and so on. 11) If the City receives from a Bidder within the time set forth in these Contract Documents, a complete Contractor Qualification Questionnaire and all required supporting documentation as required by the Contract Documents, and if the City determines that a Bidder is not qualified to perform the work required by the Contract Documents, and if the City elects to not award the Contract to that Bidder, the City will promptly return that Bidder's bid security. 12) Bid Protests - Only Bidders may protest Bids. All Bid protests must be submitted in writing along with a non-refundable $2, Bid protest fee. a) All Bid protests must be addressed to Director, Public Works Department, City of Vallejo, 555 Santa Clara Street, P. O. Box 3068, Vallejo, CA re: DEMOLITION & ABATEMENT PROJECT - MARE ISLAND BUILDING 755 and received, by said Director along with the non-refundable Bid protest fee, by the Bid Protest Deadline. The Bid protest submitted to the Director shall include one original and two complete copies. The original Bid protest and two complete copies shall be transmitted to the Director via certified mail, return receipt, or hand delivery. b) The Bid Protest Deadline shall be the earlier of any of the following that may apply: (i) (ii) If the Bid protest is based on the responsiveness of a particular Bid or the responsibility of a particular Bidder, the Bid Protest Deadline is 5:00 p.m. on the 4th business day after the Bid opening; If the Bid protest is based on the City's determination that a Bid is not responsive or a Bidder is not responsible, then the affected Bidder's Bid Protest Deadline is 5:00 p.m. on the 4th business day after the date of the City's notice to the affected Bidder. c) Additionally, the following shall apply to all Bid protests: (i) (ii) The written bid protest must state all facts and each legal basis for the protest. The written bid protest must specifically identify each portion of each document that forms the basis for the protest and include a copy of each document. (iii) The protest must include the name, address and telephone number of the person representing the protesting party. H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Boilerplate_LS Building 9819 B755.docx 8 Rev. 06/2012

17 (iv) (v) (vi) Before the Bid Protest Deadline, the Bidder protesting a Bid shall transmit to all other parties having a potential interest that may be adversely affected by the outcome of the protest, a complete copy of the Bid protest and all supporting documents, including but not limited to all other Bidders who may have a reasonable prospect of losing or obtaining an award of the Contract depending on the outcome of the protest. The procedures and time limits set forth in this section for Bid Protests are strictly construed and are Bidder's sole and exclusive remedy in the event of a Bid protest. Bidders' failure to strictly comply with these procedures and time limits shall constitute a waiver of any right to further pursue the Bid protest, including but not limited to, the filing of a Government Code Claim or legal proceedings. A Bidder may not rely on a Bid protest submitted by another Bidder, but must timely pursue its own Bid protest. 13) Liquidated damages that may be assessed by City of Vallejo for late completion is ONE THOUSAND FIVE HUNDRED DOLLARS ($1,500.00) for each calendar day delay. 14) Terms used in the Instructions to Bidders have the same meanings indicated in the General Conditions and Supplementary Conditions. H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Boilerplate_LS Building 9819 B755.docx 9 Rev. 06/2012

18 H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Boilerplate_LS Building 9819 B755.docx 10 Rev. 06/2012

19 CITY OF VALLEJO DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION BID FORM FOR THE DEMOLITION & ABATEMENT PROJECT - MARE ISLAND BUILDING 755 BID TO: The Honorable Mayor and City Council City of Vallejo 555 Santa Clara Street Vallejo, CA BID FROM: (Name of firm submitting Proposal) (Address) (City, State, Zip Code) (Telephone) ( ) DATE BID SUBMITTED: H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Boilerplate_LS Building 9819 B755.docx 11 Rev. 06/2012

20 NOTE: The Bidder, having the appropriate active license required by the State of California; and meeting all of the requirements of the Contract Documents; and having carefully read and examined the Contract Documents, and all related bidding documents as prepared by City Engineer of the City of Vallejo for the construction of the DEMOLITION & ABATEMENT PROJECT - MARE ISLAND BUILDING 755, having carefully and completely investigated and tested the site of the proposed work, and having completely examined all other information available to Bidder, and being familiar with all the conditions related to the proposed work, including the availability of materials, equipment, and labor, hereby offers to furnish all labor, materials, tools, transportation, services, and equipment necessary to complete the work of the described project in accordance with the Contract Documents, and to complete all requirements of the Contract Documents for the sums quoted in this Bid Form. The Bidder agrees that it will not withdraw its bid within sixty (60) days after the bid deadline. Bidder agrees, if requested by City, to complete and sign the Contractor Qualification Questionnaire, furnishing all required attachments, and return it to City within five (5) days of request by City. If the Bidder is selected as the apparent lowest responsible Bidder, the Bidder agrees, within five (5) days after receipt of notice of selection, to sign and deliver the Contract, and to furnish the Performance Bond, the Payment Bond, Certificates of Insurance, and other required items. H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Boilerplate_LS Building 9819 B755.docx 12 Rev. 06/2012

21 CITY OF VALLEJO DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION BID SHEET FOR THE DEMOLITION & ABATEMENT PROJECT - MARE ISLAND BUILDING 755 BID SCHEDULE A Item No. Description of Item Estimated Quantity Unit Total Amount 1 Mobilization 1 LS $ 2 Abatement of Asbestos Containing Materials (ACM) & Asbestos Containing Construction Materials (ACCM), Lead Base Paint & Lead Containing Paint Materials, PCB Containing Light Ballasts and Mercury Containing Fluorescent Light Tubes 1 LS $ 3 Demolition and Removal of Existing Building Structure 1 LS $ 4 Import Borrow 350 CY H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Boilerplate_LS Building 9819 B755.docx 13 Rev. 06/2012

22 TOTAL BID SUMMARY Total Bid $ $ (IN FIGURES) (IN WORDS) BIDDER S SIGNATURE The Contract, if it is awarded, shall be awarded to the Contractor submitting the lowest Total Bid that complies with these Contract Documents. In case of discrepancy between the unit prices and the total amount, the unit prices shall prevail, except as provided in (a) or (b), as follows: (a) (b) (c) If the amount set forth as a Unit Price for a said item is not readable or otherwise not clear, or is omitted, or is the same amount as the entry in the Total Amount column, then the amount set forth in the Total Amount column for the line item shall prevail and shall be divided by the Estimated Quantity for the said item and the price thus obtained shall be the Unit Price amount. (Decimal Errors) If the total of the entered Unit Price multiplied by the given Estimated Quantity is exactly off by a decimal factor (i.e., ten, one hundred, etc. or, one-tenth, one-hundredth, etc.) from the entered Total Amount, the discrepancy will be resolved by using the entered Unit Price or entered Total Amount, whichever most closely approximates (by percentage) the Unit Price or Total Amount in the City -Engineer's Cost Estimate. In order for a bid to be valid, all aspects of the Bid Sheet must be filled out completely. An incomplete Bid Sheet is grounds for bid reject. Any bid price for items indicated above which are unbalanced as to price may be rejected as non-responsive. An unbalanced bid is one which is based on price significantly less than cost for some work and price which is significantly overstated for other work. Bidder represents warrants and agrees that if awarded the Contract, Bidder shall perform a minimum of Fifteen percent (15%) of the total of all work with its own forces. H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Boilerplate_LS Building 9819 B755.docx 14 Rev. 06/2012

23 Bidder agrees to complete all work required of Contractor by the Contract Documents, within of the City s issuance of the Notice to Proceed. If the Contractor fails to complete all work within the time specified, the Contractor shall pay to the City, as Liquidated Damages, the sum of for each consecutive calendar day the work remains uncompleted beyond the time specified for completion. The City of Vallejo desires wherever possible to hire qualified City of Vallejo residents to work on City projects. Contractors, subcontractors, consultants, and developers will, wherever possible, solicit proposals from qualified local firms and will, wherever possible, employ qualified local residents to work on City projects. Bidder declares that he/she/it has not accepted any bid from any subcontractor or vendor through any bid depository, the by-laws, rules or regulations of which prohibit or prevent the Bidder from considering any bid from any subcontractor which is not processed through said bid depository or which prevent any subcontractor or vendor from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository. The Bidder agrees that if the Bidder is selected as the apparent lowest responsible Bidder, and the Bidder fails to sign the Contract and furnish the Performance Bond, the Payment Bond, Certificates of Insurance, and other required items within the time limit specified in the Contract Documents, the City of Vallejo may award the work to another Bidder or call for new bids. In such event, the Bidder shall be liable to the City of Vallejo for the difference between the amount of the disqualified bid and the larger amount for which the City procures the work plus all of the City's costs, damages, expenses and liabilities arising from Bidder's failure to sign the Contract and/or furnish the required documents. H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Boilerplate_LS Building 9819 B755.docx 15 Rev. 06/2012

24 Bidder is a: (circle one) Corporation Partnership Individual Joint Venture Other (Specify) NAMES AND TITLES OF KEY MEMBERS OF FIRM: (Name of person signing the bid on behalf of the Bidder and all general partners, if a partnership, must be included.) NAME OF PRESIDENT IF A CORPORATION: NAME OF SECRETARY IF A CORPORATION: CALIFORNIA CONTRACTORS LICENSE(S): Name of License(s): Classification(s) Number Expiration Date (For Joint Ventures, list Joint Venture's license or licenses for all Joint Venture partners.) The following documents are submitted with and made a condition of this bid: 1. Bid security in the form of (fill in type of bid security) Corporation is organized under the laws of the State of H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Boilerplate_LS Building 9819 B755.docx 16 Rev. 06/2012

25 Name of Bidder's firm: Address: By: (Signature) (Print or Type Name) (Print or Type Title) By: (Signature) (Print or Type Name) (Print or Type Title) (If signature is by other than the sole proprietor, general partner, or corporate officer, attach an original Power of Attorney.) H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Boilerplate_LS Building 9819 B755.docx 17 Rev. 06/2012

26 H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Boilerplate_LS Building 9819 B755.docx 18 Rev. 06/2012

27 CITY OF VALLEJO DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION CONTRACTOR QUALIFICATIONS This form must be completed, signed by Bidder, and submitted to City of Vallejo with Bidder s bid. Failure to complete, sign and submit with Bidder s bid may result in Bidder s bid being rejected as not responsive. City of Vallejo has determined that Bidders must meet the following minimum qualifications to bid the work of improvement contemplated herein: Have possessed a valid, active and in good standing, State of California Department of Consumer Affairs, Contractor s License Board, for a minimum of five (5) continuous years prior to the date of bid opening. Not have any pending disciplinary proceedings or investigations by the Contractor s State License Board. Have completed to the public owner s satisfaction, no less than two (2) public works projects similar in nature in the State of California, each with an original contract price of no less than $2,000,000, within the past five (5) years prior to the date of bid opening. Currently (as of the date of bid opening) or within the past five years, not have any suspensions, disbarments, or similar proceedings (including stipulated agreements), restricting, limiting or prohibiting Bidder from bidding or performing other public works for any other public agency. I, being the (insert title) of Bidder herein, declare that Bidder meets all of the minimum criteria set forth above. Signature Print Name Date H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Boilerplate_LS Building 9819 B755.docx 19 Rev. 06/2012

28 H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Boilerplate_LS Building 9819 B755.docx 20 Rev. 06/2012

29 NONCOLLUSION AFFIDAVIT (TO BE SIGNEDBY BIDDER AND SUBMITTED WITH BID) Pursuant to Section 7106 of the Public Contract Code, (Name) being first duly sworn, deposes and says that he or she is (Title) of, (DBA) the party making the foregoing bid; the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; the bid is genuine and not collusive or sham; 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; the Bidder has not in any manner, directly or indirectly, sought 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; 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 sham bid. Signature H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Boilerplate_LS Building 9819 B755.docx 21 Rev. 06/2012

30 H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Boilerplate_LS Building 9819 B755.docx 22 Rev. 06/2012

31 CITY OF VALLEJO DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION STATEMENT OF COMPLIANCE (Company Name) (hereinafter referred to as "prospective Contractor") hereby certifies, unless specifically exempted, compliance with Government Code Section and California Administrative Code, Title II, Division 4, Chapter 5, in matters relating to the development, implementation, and maintenance of a nondiscrimination program. Prospective Contractor agrees not to unlawfully discriminate against any employee or applicants for employment because of race, religion, color, national origin, ancestry, physical handicap, medical condition, marital status, sex, sexual orientation, physical and mental disabilities, or age (over forty). I, hereby swear that I am duly authorized to legally bind the (Name of Official) prospective Contractor to the above - described certification. I am fully aware that this certification, signed on (Date) in the County of of the State of California. (County), is under the laws (Signature) (Print or Type Title) H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Boilerplate_LS Building 9819 B755.docx 23 Rev. 06/2012

32 H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Boilerplate_LS Building 9819 B755.docx 24 Rev. 06/2012

33 CITY OF VALLEJO DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION DESIGNATION OF SUBCONTRACTORS In compliance with the provisions of Section 4100 through 4114, inclusive, of the Public Contract Code, and any amendments thereto, each Bidder shall set forth in his or her bid, the name and location of the place of business of each subcontractor who will perform work or labor or render service to the prime contractor in or about the construction of the work or improvement, or a subcontractor licensed by the State of California who, under subcontract to the prime contractor, specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the plans and specifications, in an amount in excess of one-half of 1 percent of the prime contractor's total bid, or ten thousand ($10,000) whichever is greater, and the dollar amount of the work which will be done by each subcontractor under this act. The prime contractor shall list only one subcontractor for each portion as is defined by the prime contractor in his or her bid. Prime Contractor Self Perform requirement is 15% (exclusive of specialty items). The Engineer shall use the Designation of Subcontractors form to determine the percentage of contract work amount performed by the contractor. NAME LOCATION OF BUSINESS DESCRIPTION OF SUBCONTRACTED WORK BID ITEM (S) MBE (Y/N) WBE (Y/N) CERT. NO. DOLLAR AMOUNT OF SUBCONTRACTED WORK ($$) NOTICE TO BIDDERS: Listing of subcontractors is mandatory under Sections of the California Public Contract Code. If this form is incomplete or inaccurate, your bid may be rejected. H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Boilerplate_LS Building 9819 B755.docx 25 Rev. 06/2012

34 NAME LOCATION OF BUSINESS DOLLAR AMOUNT OF SUBCONTRACTED WORK BID ITEM MBE (Y/N) WBE (Y/N) CERT. NO. DOLLAR AMOUNT OF SUBCONTRACTED WORK ($$) H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Boilerplate_LS Building 9819 B755.docx 26 Rev. 06/2012

35 CITY OF VALLEJO DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION BIDDER'S BOND KNOW ALL MEN/WOMEN BY THESE PRESENTS, THAT we,, as Principal, and, as Surety, are held and firmly bound unto the City of Vallejo, hereinafter called CITY, in the penal sum of TEN PERCENT (10%) OF THE TOTAL AMOUNT OF THE BID of the Principal above named, submitted by said Principal to the City of Vallejo, for the work described below, for the payment of which sum in lawful money of the United States, well and truly to be made, we bind ourselves, our heirs, administrators, and executors and successors, jointly and severally, firmly by these presents; in the sum of: $ THE CONDITION OF THIS OBLIGATION IS SUCH THAT, WHEREAS, the Principal has submitted the above-mentioned bid to the City of Vallejo, for certain construction specifically described as follows, for which bids are to be opened at Vallejo, California, on June 19, 2014 for the DEMOLITION & ABATEMENT PROJECT - MARE ISLAND BUILDING 755 NOW, THEREFORE, if the aforesaid Principal is awarded the contract and within the time and manner required under the Specifications, after the prescribed forms are presented to him/her for signature, enters into a written contract, in the prescribed form, in accordance with the bid, and files the two bonds with the City of Vallejo, one to guarantee faithful performance and the other to guarantee payment for labor and materials, as required by law, then this obligation shall be null and void; otherwise, it shall be and remain in full force and virtue. In the event suit is brought upon this bond by the Obligee and judgment is recovered, the Surety shall pay all costs incurred by the Obligee in such suit including a reasonable attorney's fee to be fixed by the court. H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Boilerplate_LS Building 9819 B755.docx 27 Rev. 06/2012

36 IN WITNESS WHEREOF, we have hereunto set our hands and seals on this day of, 201 Principal Surety Address: NOTES: 1. Signature of those executing for the Surety must be properly acknowledged. H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Boilerplate_LS Building 9819 B755.docx 28 Rev. 06/2012

37 CITY OF VALLEJO DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION CONTRACT FOR THE THIS CONTRACT ( Contract ), made and concluded in duplicate this day of, 201 at Vallejo, California, by and between the City of Vallejo, a municipal corporation of the State of California, acting by and through its City Council, hereinafter referred to as City, and, [type in type of entity] hereinafter referred to as CONTRACTOR; WITNESSETH: WHEREAS, the City Council of said City heretofore caused plans and specifications for the work hereinafter mentioned to be prepared, and thereafter did approve and adopt said plans and specifications; and, WHEREAS, the City Council of City did cause to be noticed for the time and in the manner required by law a Notice inviting sealed bids for the performance of said work; and, WHEREAS, Contractor, in response to such Notice, submitted to the City Council of said City within the time specified in said Notice, and in the manner provided for therein, a sealed bid for the performance of the work specified in said plans and specifications, which said bid and proposal, and the other bids and proposals submitted in response to said Notice, the City Council of City publicly opened and canvassed in the manner provided by law; and, WHEREAS, Contractor was the lowest responsible Bidder for the performance of said work, and said City Council of City, as a result of the canvass of said bids, did determine and declare Contractor to be the lowest responsible Bidder for the work and award to it a contract therefor. NOW, THEREFORE, in consideration of the above, it is mutually agreed between the parties hereto as follows, to wit: 1. SCOPE OF WORK Mobilizing equipment and personnel, abatement, removal and disposal of asbestos containing materials (ACM), removal and disposal of lead based paint & lead containing materials, and PCM and mercury containing light ballasts and tubes, demolition. removal and disposal of building structure, import material and backfilling of basement space, recycling of non-hazardous materials, transportation and legal disposal of all debris, cleanup in and around work area The Contractor shall provide all labor, tools, and materials for a complete H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Boilerplate_LS Building 9819 B755.docx 29 Rev. 06/2012

38 and working project in conformance with the intent shown on the drawings and specified herein and as provided for and set forth in said plans, specifications, and any addendum that may be issued prior to the date of bid, or in either of them, which said plans and specifications are hereby referred to by such reference, incorporated herein, and made a part of this Contract. 2. TERMS AND CONDITIONS This Contract, and the Contract Documents, consist of the Contract Documents identified in the General Conditions, Paragraph 2, all of which are incorporated herein by reference as though set forth in full, and all of which are part of this Contract, and Contractor and City agree to comply with and fulfill all obligations, promises, covenants and conditions imposed upon each of them in the Contract Documents. All of said work done under this Contract shall be performed to the satisfaction of the City Council of City, or its representative, who shall have the right to reject any and all materials and supplies furnished by Contractor which do not strictly comply with said plans and specifications, together with the right to require Contractor to replace any and all work furnished by Contractor which shall not either in workmanship or material be in strict accordance with said plans and specifications. Upon condition the Contractor faithfully performs its obligations herein, City agrees pay to Contractor (subject to the terms and conditions of the Contract Documents) the sum as set forth on Exhibit A. SIGNATURES ARE ON THE FOLLOWING PAGE H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Boilerplate_LS Building 9819 B755.docx 30 Rev. 06/2012

39 IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands and affixed their seal the day and year first above written. CITY OF VALLEJO, a municipal corporation [TYPE IN CONTRACTOR S NAME] [Type in type of entity] By: David A. Kleinschmidt Public Works Director By: [Type in name] [Type in title] Attest: Dawn G. Abrahamson City Clerk (Corporate Seal) (City Seal) Approved as to Content: Jill A. Mercurio Assistant Public Works Director / City Engineer Approved as to Form and Insurance: Claudia Quintana City Attorney H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Boilerplate_LS Building 9819 B755.docx 31 Rev. 06/2012

40 EXHIBIT A [TO BE INSERTED] H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Boilerplate_LS Building 9819 B755.docx 32 Rev. 06/2012

41 CITY OF VALLEJO PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION FAITHFUL PERFORMANCE BOND Bond Number: Premium: KNOW ALL MEN/WOMEN BY THESE PRESENTS, that we,, as Principal, and, as Surety, are held and firmly bound unto the City of Vallejo, a municipal corporation of the State of California, hereinafter called the City, in the penal sum of DOLLARS ($ ), and no more, for the work described below, for the payments of which sum in lawful money of the United States of America well and truly to be made to the City of Vallejo, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents as herein above provided. THAT WHEREAS, the Principal has entered into a contract with said City for the construction of: DEMOLITION & ABATEMENT PROJECT - MARE ISLAND BUILDING 755 NOW, THEREFORE, the condition of this obligation is such that if the above bounded Principal shall in all things stand to abide by, and well and truly keep and perform the covenants, conditions and agreements in the foregoing contract agreed on his/her or their part to be kept and performed at the time and in the manner herein specified, and shall indemnify and save harmless the City of Vallejo, its officers, agents and employees as therein stipulated, then this obligation shall become null and void; otherwise, it shall remain in full force and virtue to guarantee Contractor s faithful performance of its obligations in the Contract Documents, and Principal and Surety, in the event suit is brought on this bond, will pay to the Obligee such reasonable attorneys' fees as may be fixed by the Court. The Surety herein, for value received, hereby stipulates and agrees that no change, extension of time, alteration, addition or modification to the terms and conditions of said contract, or the specifications accompanying the same shall in any manner affect its obligations on this bond, and said Surety does hereby waive notice of any such change, extension, alteration or addition. Said Surety hereby waives the provisions of Section 2819 and 2845 of the Civil Code of the State of California. 33

42 Faithful Performance Bond Page 2 IN WITNESS WHEREOF, the above bounded parties have executed this Instrument under their several seals this day of, 20. The name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative pursuant to authority of its governing body. PRINCIPAL SURETY SURETY INFORMATION: Contact Person: Name of Company: Address: Telephone: ( ) Fax no. : ( ) NOTE: (1) Signatures of those executing for the Surety must be properly acknowledged. (2) This Bond must be in an amount equal to 100% of the amount bid. APPROVED AS TO FORM: Claudia Quntana City Attorney H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Boilerplate_LS Building 9819 B755.docx 34 Rev. 06/2012

43 CITY OF VALLEJO PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION PAYMENT (LABOR AND MATERIALS) BOND Bond Number: Premium: KNOW ALL MEN/WOMEN BY THESE PRESENTS, that whereas, the City of Vallejo, a municipal corporation of the State of California, acting through its City Council, has awarded: hereinafter designated as the Principal, a contract for: DEMOLITION & ABATEMENT PROJECT - MARE ISLAND BUILDING 755 AND WHEREAS, said Principal is required to furnish a bond in connection with said contract, provided that if said Contractor, or any of his/her or its subcontractors, shall fail to pay for any materials, provisions, provender or other supplies, or teams, used in, upon, for or about the performance of the work contracted to be done, or any work or labor done thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such labor, the Surety of this bond will pay the same. NOW, THEREFORE, we, as Principal and, as Surety, are held firmly bound unto the City of Vallejo, a municipal corporation, hereinafter called City, in the penal sum of DOLLARS ($ ), and no more, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents, as herein provided. The condition of this obligation is such that, if said Principal, or his/her or its Subcontractors, shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon, for or about the performance of the work contracted to be done, or for any work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, as required by the provisions of Title 15, Part 4, Third Division of the Civil Code of the State of California, commencing with Section 3082, and providing that the persons, companies or corporations so furnishing said materials, provisions, or other supplies, appliances or power used in, for or about the performance of the work contracted to be executed or performed, or any person, company, or corporation, renting, or hiring implements, or machinery, or power, for, or contributing to said work to be done, or any person who performs work or labor upon the same, or any person who supplies both work and materials therefor, shall have complied with the provisions of said Title 15, the Surety, or Sureties, hereon will pay the same in an amount not exceeding the sum specified in his/her or its bond, and also, in case suit is brought upon this bond, a reasonable attorney's fee to be fixed by the Court, then this obligation shall become null and void; otherwise, it shall remain in full force and virtue. 35

44 Payment (Labor and Materials) Bond Page 2 This bond shall inure to the benefit of any and all persons, companies and corporations entitled to file claims under Section 3181 of the Civil Code of the State of California so as to give a right of action to them or their assigns in any suit brought upon this bond. The Surety herein, for value received, hereby stipulates and agrees that no change, extension of time, alteration, addition or modification to the terms and conditions of said contract, or the specifications accompanying the same, shall in any manner affect its obligation on this bond, and said Surety does hereby waive notice of any such change, extension, alteration or addition. IN WITNESS WHEREOF, the above bounden parties have executed this Instrument under several seals this day of, 20. The name and Corporate Seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representatives, pursuant to authority of its governing body. PRINCIPAL: SURETY: SURETY INFORMATION: Contact Person: Name of Company: Address: Telephone: ( ) Fax no.: ( ) NOTE: (1) Signatures of those executing for the Surety must be properly acknowledged. (2) This Bond must be in an amount equal to 100% of the amount bid. APPROVED AS TO FORM: Claudia Quintana City Attorney H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Boilerplate_LS Building 9819 B755.docx 36 Rev. 06/2012

45 CITY OF VALLEJO DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION CONTRACTOR QUALIFICATION QUESTIONNAIRE If requested by City, Bidder agrees to complete, sign and return this Contractor Qualification Questionnaire, including all required supporting documentation, within five (5) days of being requested by City. If Bidder fails or refuses to complete the Contractor Qualification Questionnaire, furnish all required attachments, sign the Contractor Qualification Questionnaire, or return it to the City within five (5) days of City's written request, Bidder will not be considered for award of the contract, and further, Bidder agrees that the City of Vallejo may award the work to another Bidder or call for new bids. In such event, the Bidder shall be liable to the City of Vallejo for the difference between the amount of the disqualified bid and the larger amount for which the City procures the work plus all of the City's costs, damages, expenses and liabilities. Bidder shall fully and completely answer each question set forth below. If necessary attach additional sheets. Print or type each response. If your response to any question is "no" or "none," you must state "no" or "none." "Not applicable" or other similar response, will not be accepted. 1. State the full legal name of the Bidder. 2. State the nature of the Bidder's business entity. (Sole proprietorship, joint venture, partnership, corporation, or other [describe]). 3. State the name and address of each person or other legal entity, which has a legal or equitable ownership of ten percent (10%) or more of the Bidder. For each such person or legal entity, state that person or entity's ownership interest, title and responsibilities, if any. 4. Has any person or legal entity holding a legal or equitable ownership of ten percent (10%) or more of the Bidder, ever been accused of a civil violation of California Government Code section 12650, et seq., (False Claims Act)? If so, describe in detail all facts, circumstances and the outcome. 5. Has any person or legal entity holding a legal or equitable ownership of ten percent (10%) or more of the Bidder, ever been determined by a public agency to not be a responsible Bidder? If so, state the name, address and telephone number of the public agency, including the name of the agencies' contact person. H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Boilerplate_LS Building 9819 B755.docx 37 Rev. 06/2012

46 6. State the Bidder's contractor's license number. 7. State the date Bidder first began business. 8. State any other names that Bidder has used or done business under in the past five (5) years. 9. Describe in general, Bidder's experience. 10. Has Bidder ever failed to complete a construction contract? 11. Has Bidder's control over a work of improvement, ever been terminated? 12. For each of the following project types that Bidder has furnished labor, services, materials or equipment in the past five (5) years, state: the name of each project; the contract amount for each project; the name, address and telephone number of the owner and owner's representative, for each project; and a general description of the work performed by Bidder on each project: 13. For every public work of improvement upon which Bidder has furnished labor, services, materials or equipment in the past five years, whether completed or not, for which the Bidder's original contract was greater than $2,000,000 but not more than $5,000,000, state the name, address and telephone number of the owner and principal designer (Engineer or engineer). 14. For every lawsuit or arbitration between Bidder and the owner of any work of improvement, limited to such lawsuits or arbitrations initiated or completed within the past five (5) years, state the name and address of the tribunal, the matter number, the parties, a general description of the nature of the dispute, and the outcome, if any. 15. Has Bidder ever been charged with a felony? If so, describe in detail all facts, circumstances and the outcome, furnishing the name and address of the court in which the charge(s) were filed, including the matter name and case number. H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Boilerplate_LS Building 9819 B755.docx 38 Rev. 06/2012

47 16. Has Bidder ever been accused of a civil violation of California Government Code section 12650, et seq.,(false Claims Act)? If so, describe in detail all facts, circumstances and the outcome. 17. Has Bidder ever been accused of presenting false claims to a public agency or public owner, as such claims are defined in California Government Code section 12650, et seq, or 31 United States Code section 3729, et seq.? 18. Has any public agency ever determined or ruled that Bidder is not a responsible Bidder? If so, state the name, address and telephone number of the public agency, including the name of the agencies' contact person. 19. Within the past five (5) years, has Bidder ever failed to complete a public works construction project, within the time allowed by the contract, plus written agreed upon contract time extensions? If so, state the name, address and telephone number of the owner of such public works construction project including the name of the agencies' contact person, and further, describe in detail the nature of the work of improvement. 20. Has any surety ever paid or satisfied any claim on behalf of Bidder? 21. For each project or work of improvement that Bidder is either (a) currently furnishing labor, services, materials or goods, or (b) under contract to furnish labor, services, materials or goods, state: A general description of the project; the current status of the project and Bidder's work thereon; the owner's name, address and telephone number; the amount of Bidder's contract on such project. 22. State Bidder's annual gross sales for each of the last five fiscal years. 23. If requested by City of Vallejo (as indicated below) attach a current financial statement. As used herein, "current financial statement" means a balance sheet and profit and loss statement prepared and presented in a format that complies with Generally Accepted Accounting Principles (GAAP), covering a period of time that is no less than H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Boilerplate_LS Building 9819 B755.docx 39 Rev. 06/2012

48 the most recent fiscal year for Bidder. If Bidder's most recent fiscal year ended more than six (6) months prior to the date when the Contract Documents require this Contractor Qualification Questionnaire be completed and returned to City, then "current financial statement" shall also include an interim balance sheet and profit and loss statement covering the period of time from the end of Bidder's most recent fiscal year to a period of time no greater than sixty (60) days prior to the date when the Contract Documents require this Contractor Qualification Questionnaire be completed and returned to City. CONTRACTOR MUST FURNISH: YES [ ] NO [ ] 24. The following certification must be signed by an owner, general partner, or officer of Bidder. I DECLARE UNDER PENALTY OF PERJURY UNDER THE LAWS OF THE STATE OF CALIFORNIA, AND DO PERSONALLY CERTIFY AND ATTEST THAT: I HAVE THOROUGHLY REVIEWED THE ATTACHED CONTRACTOR QUALIFICATION QUESTIONNAIRE AND ATTACHMENTS, IF ANY, AND KNOW ITS CONTENTS, AND SAID CONTRACTOR QUALIFICATION QUESTIONNAIRE AND ATTACHMENTS, IF ANY, ARE TRUTHFUL, COMPLETE AND ACCURATE; AND THAT City of Vallejo MAY REASONABLY RELY UPON THE CONTENTS AS BEING COMPLETE AND ACCURATE; AND, FURTHER, THAT I AM FAMILIAR WITH CALIFORNIA PENAL CODE SECTION 72 AND CALIFORNIA GOVERNMENT CODE SECTION 12650, ET SEQ, PERTAINING TO FALSE CLAIMS, AND FURTHER KNOW AND UNDERSTAND THAT SUBMISSION OR CERTIFICATION OF A FALSE CLAIM MAY LEAD TO FINES, IMPRISONMENT AND/OR OTHER SEVERE LEGAL CONSEQUENCES. EXECUTED ON THE DATE INDICATED BELOW, AT THE LOCATION INDICATED BELOW. Dated: Bidder By: (Printed name of signor.) (Title of signor.) H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Boilerplate_LS Building 9819 B755.docx 40 Rev. 06/2012

49 CITY OF VALLEJO DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION CONTRACT CHANGE ORDER NO.: DATE: TO: PROJECT: DEMOLITION & ABATEMENT PROJECT - MARE ISLAND BUILDING 755 FROM: CITY OF VALLEJO This change order modifies and amends the provisions of that certain Contract dated by and between the City and. REFERENCE: Contract Plans, Sheet No. or other Plans attached Contractor is hereby directed to make the following changes to the Work: By signing this Change Order, Contractor understands and agrees that it is accepting the specified sums and adjustment of Contract Time of completion (if any) set forth herein as full, final and complete satisfaction of any and all claims by Contractor for all costs and expenses of Contractor and anyone for whom Contractor may be responsible for the work referred to herein, including but not limited to costs or expenses of the Contractor or any of its subcontractors, materials suppliers, vendors or anyone else for whom Contractor is responsible, for labor, materials, services or equipment, no matter how characterized, whether known or unknown to Contractor, including but not limited to, all field and home office overhead, delay costs/claims, acceleration costs/claims, unabsorbed or under-absorbed home office overhead, extended field costs, general conditions, claim preparation costs, inefficiencies, or the like, no matter how characterized. Contractor further understands and agrees by signing this Change Order that any attempt by Contractor to purportedly reserve rights to claim additional time or compensation for the work referred to herein, is void. H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Boilerplate_LS Building 9819 B755.docx 41 Rev. 06/2012

50 ADJUSTMENT OF CONTRACT TIME OF COMPLETION: working days AGREED PRICE: BASE CONTRACT PRICE: FORCE ACCOUNT PREVIOUS CONTRACT CHANGE ORDER: NEW ADJUSTED CONTRACT PRICE: EXCEPT AS SET FORTH ABOVE, ALL TERMS AND PROVISIONS OF THE CONTRACT AND ALL PRIOR CHANGE ORDERS REMAIN IN FULL FORCE AND EFFECT. RECOMMENDED: PROJECT MANAGER, TITLE Execution of this Change Order by both parties constitutes a binding agreement. This document constitutes the entire agreement between the parties. The person signing this Change Order for Contractor hereby represents and warrants that he/she is fully authorized to sign this Agreement on behalf of Contractor. ACCEPTED AND AGREED Contractor: CONTRACTOR S SIGNATURE AND TITLE DATE: APPROVED BY: City Engineer: JILL MERCURIO, City Engineer DATE: H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Boilerplate_LS Building 9819 B755.docx 42 Rev. 06/2012

51 SECTION A - GENERAL CONDITIONS DEMOLITION & ABATEMENT PROJECT - MARE ISLAND BUILDING 755 i

52 ii

53 TABLE OF CONTENTS PAGE 1. BASIC DEFINITIONS CONTRACT DOCUMENTS: TESTING AND EXAMINATION OF THE SITE OF WORK AND THE CONTRACT DOCUMENTS: DIFFERING SITE CONDITIONS ADDENDA PROPOSAL LIST OF SUBCONTRACTORS WITHDRAWAL OF PROPOSAL OPENING OF PROPOSALS PROPOSAL GUARANTY CONSIDERATION OF PROPOSALS COMPETENCY OF BIDDER DISQUALIFICATION OF BIDDERS RELIEF OF BIDDERS AWARD OF CONTRACT RETURN OF PROPOSAL GUARANTEES SIGNING OF CONTRACT PAYMENT AND PERFORMANCE BONDS NOTIFICATION OF SURETY COMPANIES INSURANCE PRE-CONSTRUCTION CONFERENCE INTENT OF PLANS AND SPECIFICATIONS CLARIFICATION OF CONTRACT DOCUMENTS PLANS AND SPECIFICATIONS SUPPLEMENTAL DRAWINGS AND INSTRUCTIONS CONFORMANCE WITH CODES AND STANDARDS PERSONAL ATTENTION AND SUPERINTENDENCE BEGINNING OF WORK PROGRESS SCHEDULE RESPONSIBILITY FOR ACCURACY EFFECT OF INSPECTION OR USE iii

54 32. INSPECTION REMOVAL OF REJECTED MATERIALS OR WORK USE OF COMPLETED PORTIONS MEANS AND METHODS LIQUIDATED DAMAGES FOR DELAY CHANGES IN THE WORK CLAIMS FALSE CLAIMS CERTIFICATION DELAYS PAYMENTS COST AND PRICING DATA PROCEED WITH WORK ACCESS TO RECORDS DISMISSAL OF UNSATISFACTORY EMPLOYEES TERMINATION OF UNSATISFACTORY SUBCONTRACTS TEMPORARY SUSPENSION OF WORK TERMINATION OF CONTRACTOR'S CONTROL OVER THE WORK FINAL INSPECTION, FIELD ACCEPTANCE, AND ACCEPTANCE CLEANING UP RELIEF FROM MAINTENANCE AND RESPONSIBILITY COMPLIANCE WITH LAWS AND REGULATIONS RESPONSIBILITY OF THE CONTRACTOR INDEMNIFICATION PERMITS AND LICENSES PROTECTION OF CITY AGAINST PATENT CLAIMS PROTECTION OF WORKERS PROTECTION OF MATERIALS AND EQUIPMENT SANITARY PROVISIONS EXISTING UTILITIES COOPERATION WITH OTHERS AIR POLLUTION CONTROL WATER POLLUTION SOUND CONTROL REQUIREMENTS UNFAVORABLE WEATHER AND OTHER CONDITIONS WEEKEND, HOLIDAY, AND NIGHT WORK iv

55 67. OVERLOADING SUBCONTRACTING AND ASSIGNMENT NON-RECOGNITION OF SUBCONTRACTORS LANDS AND RIGHTS OF WAY LIABILITY OF CITY OFFICIALS CONTRACTOR NOT AN AGENT OF THE CITY THIRD-PARTY CLAIMS GUARANTEE ASSIGNMENT OF ANTITRUST ACTIONS LEGAL ADDRESS OF THE CONTRACTOR SURVEYS MATERIALS OR EQUIPMENT SPECIFIED BY NAME PROPERTY RIGHTS IN MATERIAL CONTRACTOR'S EQUIPMENT SAFETY AND PROTECTION MISCELLANEOUS PROVISIONS PUBLIC CONTRACT CODE SECTION 20104, ET SEQ v

56 vi

57 1. BASIC DEFINITIONS SECTION A - GENERAL CONDITIONS (a) (b) (c) (d) (e) The term "Engineer" means City Engineer of the City of Vallejo, its officers, directors, employees, consultants, and sub-consultants. The City may, at any time, without prior notice to or approval by Contractor, replace Engineer with a new Engineer. Upon Contractor's receipt of notice from City of such replacement, Contractor shall recognize such person or firm as Engineer for all purposes under the Contract Documents. The term "Bidder" means the person or entity that submits a bid to the City on the Bid Form. The term "Change Order" shall refer to a written agreement on the form included in these Contract Documents, signed by the City, Engineer, Owner's Representative and Contractor, modifying the Contract. The term "Construction Change Directive" (C.C.D.) shall refer to a written directive, signed by City, directing Contractor to perform and/or omit certain work as specified within the Construction Change Directive. The Contractor shall promptly comply with the Construction Change Directive and promptly perform and/or omit the work specified in the Construction Change Directive. The term "Contract" means the Contract Documents. (f) The term "Contract Documents" consists of all documents listed in Paragraph 2, Contract Documents, of these General Conditions. (g) (h) (i) (j) (k) (l) The term "Contract Sum" means the total compensation specified in the Contract to be paid to Contractor. The Contract Sum may only be changed by Change Order. The term "Contract Time" means the number of days set forth in the Bid Form within which the full completion of Contractor's work must be achieved. The Contract Time may only be changed by Change Order. The term "Contractor" means the person or firm identified as such in the Contract, or its authorized representative. The term "Day" means calendar day unless otherwise specified. The term "City" means the City of Vallejo. The term "Owner's Representative" means the person designated as such by City. The City may, at any time, without prior notice to or approval by Contractor, replace Owner's Representative with a new Owner's Representative. Upon Contractor's H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Section A General Conditions 9819 B755.docx Section A General Conditions Rev. 09/

58 receipt of notice from City of such replacement, Contractor shall recognize such person or firm as Owner's Representative for all purposes under the Contract Documents. The Engineer may also be the Owner's Representative, if so designated by the City. (m) (n) (o) (n) (m) (o) (p) (q) (r) (s) The term "Project" means the total of the work and obligations agreed to be performed by Contractor under the Contract. The term Addenda means written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. The term Drawings means that part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Shop Drawings and other Contractor submittals are not Drawings as so defined. The term Shop Drawings means all drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. The term Schedule of Submittals means schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. The term Site means lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights-of-way and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. The term Specifications means that part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. The term Subcontractor means an individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. The term Supplementary Conditions means that part of the Contract Documents which amends or supplements these General Conditions. The term Supplier means a manufacturer, fabricator, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Section A General Conditions 9819 B755.docx Section A General Conditions Rev. 09/

59 (t) (u) (v) (w) The term Substantial Completion means the time at which the Work (or a specified part thereof ) has progressed to the point where, in the opinion of Engineer, the Work (or a specified part thereof ) is sufficiently complete, in accordance with the Contract Documents, so that the Work (or a specified part thereof ) can be utilized for the purposes for which it is intended. The terms substantially complete and substantially completed as applied to all or part of the Work refer to Substantial Completion thereof. The term Samples mean physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. The term Laws and Regulations; Laws or Regulations means any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. The term Work means the entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 2. CONTRACT DOCUMENTS: The Contract Documents consist of the following: (a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (j) (l) Notice to Contractors; Instructions to Bidders; Bid Form; Noncollusion Affidavit; Statement of Compliance; Designation of Subcontractors; Contract; General Conditions; Supplementary Conditions; specifications, and drawings prepared by City Engineer of the City of Vallejo any addenda issued; Change Orders; and any other documents described as such within these Contract Documents. After award of the Contract, the Contractor will be furnished, free of charge, five (5) copies of the Contract Documents. H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Section A General Conditions 9819 B755.docx Section A General Conditions Rev. 09/

60 Any data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies (also known as hard copies ). Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user s sole risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. 3. TESTING AND EXAMINATION OF THE SITE OF WORK AND THE CONTRACT DOCUMENTS: A. In the performance of other public works projects, the City has encountered numerous site conditions including but not limited to contaminated materials, hazardous materials, ground water, unstable soils, unstable fills, abnormally hard/soft subsurface conditions, asbestos, lead paint, hydrocarbons, archeological sites, human remains, existing or abandoned utilities, and others, any or all of which the parties to this Contract contemplate may be found on the site of the Project. B. Prior to submitting a bid proposal, each Bidder and subcontractor regardless of tier, shall completely investigate and test the site of the work and completely examine the Contract Documents, and shall satisfy itself as to all aspects of the work, requirements of the Project and character, quality, and quantity of the surface and subsurface materials or obstacles to be encountered in its work. If a Bidder or subcontractor needs additional time to complete its investigation and testing of the site or other pre - bid obligations set forth in these Contract Documents, they must notify the Public Works Director in writing, via certified or registered mail, no less than ten work days before the bid opening date, to request additional time. The written request must include an estimate of the amount of additional time required. The submission of a bid proposal shall be conclusive evidence that: The Bidder and each subcontractor regardless of tier has satisfied itself through its own examination, investigation and testing as to the conditions to be encountered; the character, quality, and scope of work to be performed; the materials and equipment to be furnished; and that the Bidder s Base Bid includes full compensation for the acceptance of the risk of differing site conditions and all conditions that may be encountered by Contractor. C. Bidders, Contractor and all subcontractors regardless of tier, shall immediately inform the City and the Engineer in writing of any errors or omissions discovered in the Contract Documents. 4. DIFFERING SITE CONDITIONS A. After award of the Contract, the Contractor shall promptly, and before the following conditions are disturbed, notify the Owner s Representative and Engineer, in writing, of any: (1) Material that the Contractor believes may be material that is hazardous H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Section A General Conditions 9819 B755.docx Section A General Conditions Rev. 09/

61 waste, as defined in Section of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law, including but not limited to PCB's, lead or asbestos. (2) Subsurface or latent physical conditions at the site differing from those indicated. (3) Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract. B. The City shall promptly cause an investigation of the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in the Contractor's cost of, or the time required for, performance of any part of the work, shall issue a Change Order or Construction Change Directive. C. In the event that a dispute arises between the City and the Contractor whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the Contractor's cost of, or time required for, performance of any part of the work, the Contractor shall not be excused from any scheduled completion date required by the Contract, but shall proceed with all work to be performed under the Contract. Nothing in this Section relieves the Bidder of its obligation to completely investigate and test the site of the work. D. Nothing within this section relieves the Bidder, Contractor or any subcontractor of its obligations set forth elsewhere in this Contract. 5. ADDENDA A. If discrepancies or apparent errors are found in the Contract Documents prior to the date of bid opening, Bidders shall submit a written request for clarification, which response to said request will be given in the form of addenda to all Bidders, if time permits. Otherwise, in figuring the work, Bidders shall consider that any discrepancies or conflict between Contract Documents shall be governed by Paragraph 22, Intent of Plans and Specifications, and Paragraph 26, Conformance with Codes and Standards, of the General Conditions. B. The correction of any discrepancies in, or omissions from the drawings, specifications, or other Contract Documents, or any interpretation thereof, during the bidding period will be made only by an addendum issued by the Engineer. A copy of each such addendum issued by the Engineer will be electronically mailed to each person receiving a set of the Contract Documents, and shall be made a part of the Contract. Any other interpretation or explanation of such documents will not be considered binding. H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Section A General Conditions 9819 B755.docx Section A General Conditions Rev. 09/

62 6. PROPOSAL A. The Bidder s proposal shall be made on the Bid Form provided, with all items filled out, and properly signed. The proposal shall be signed in longhand; by the Bidder if an individual, by a member of the partnership, or by an officer of a corporation authorized to sign contracts in its behalf. If made by a corporation, the proposal shall show the name of the State under the laws of which the corporation is chartered or organized. B. Bidders are warned against making erasures or alterations of any kind on their proposal. Proposals which contain omissions, erasures, alterations, conditions, or additions not called for may be rejected. C. The proposal shall be enclosed in a sealed envelope having the name of the Project, as it appears on the proposal, and the name and address of the Bidder shown thereon. 7. LIST OF SUBCONTRACTORS A. In accordance with California Public Contract Code, Chapter 4 (commencing with Section 4100), Part 1, Division 2 of the Public Contract Code of the State of California (Subletting and Subcontracting Fair Practices Act), each proposal shall have listed on the form provided with the proposal: (a) the name and location of the place of business of each subcontractor who will perform work or labor or render service to the general contractor, in or about the construction of the work or improvement, or a subcontractor licensed by the State of California, who, under subcontract to the general contractor, specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the plans and specifications, in an amount in excess of one-half of one percent (0.5%) of the general contractor's total bid, and (b) the portion of the work which will be done by each subcontractor. The Contractor shall list only one subcontractor for each such portion of work as defined by the Bidder in Bidder's bid. B. If Bidder fails to specify a subcontractor for any portion of the work to be performed under this Contract in excess of one-half of one percent (0.5%) of the total bid, Bidder agrees to perform that portion itself. C. If a Contractor requests consent of the City to substitute a listed subcontractor with another subcontractor or itself, Contractor agrees to pay City for all costs, expenses and damages City may incur arising from such request, including but not limited to the cost of a City selected hearing officer to conduct a subcontractor substitution hearing. H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Section A General Conditions 9819 B755.docx Section A General Conditions Rev. 09/

63 8. WITHDRAWAL OF PROPOSAL A. A proposal may be withdrawn at any time prior to the time fixed in the Notice to Contractors for the opening of bids by a written request of the Bidder, filed with the City. The withdrawal of a bid will not prejudice the right of a Bidder to file a new proposal within the time prescribed. 9. OPENING OF PROPOSALS A. Proposals will be opened and read publicly at the time and place indicated in the Notice to Contractors, or as soon thereafter as is reasonable. Bidders or their representatives and others interested are invited to be present. 10. PROPOSAL GUARANTY A. The proposal must be accompanied by cash, a Bidder's bond, certified check, or cashier's check in an amount not less than ten percent (10%) of the amount bid. The Bidder's bond must be signed in favor of the City, and the certified check or cashier's check must be made payable to the City of Vallejo. The Bidder shall pay to the City such sums from said cash, bond, certified check, or cashier's check as necessary to reimburse the City for costs and damages incurred for failure of the successful Bidder to complete, sign and return in strict compliance with these Contract Documents, if requested to do so, all required documents, or enter into the Contract. The amount of said cash, bond, certified check, or cashier's check shall not be deemed to constitute a penalty or liquidated damages. The City shall not be precluded by such cash, bond, certified check, or cashier's check from recovering from the defaulting Bidder costs and damages in excess of the amount of said cash, bond, certified check, or cashier's check incurred as a result of the failure of the successful Bidder to complete, sign and return in strict compliance with these Contract Documents, if requested to do so, all required documents, or enter into the Contract. 11. CONSIDERATION OF PROPOSALS A. After the proposals have been opened and read, they will be checked for accuracy and compliance with these Contract Documents. B. Bid prices shall include all labor, materials, equipment, investigations, tests, and risks agreed to be assumed by Contractor, overhead and taxes, including, but not limited to, all Federal, State, and local taxes. C. The City reserves the right to reject any and all bid proposals; to waive any minor irregularity in a bid; and to accept one schedule of a proposal and reject another. H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Section A General Conditions 9819 B755.docx Section A General Conditions Rev. 09/

64 12. COMPETENCY OF BIDDER A. The Bidder shall be licensed under the provisions of Chapter 9, Division 3, of the Business and Professions Code of the State of California to do the type of work contemplated in the Project, and shall be skilled and regularly engaged in the general class or type of work called for under this contract. 13. DISQUALIFICATION OF BIDDERS A. More than one proposal from any individual, firm, partnership, corporation, or association, under the same or different names, will not be considered. Reasonable grounds for believing that any Bidder is interested in more than one proposal for the work will cause the rejection of all proposals in which such Bidder is interested. If there is reason to believe that collusion exists among the Bidders, none of the participants in such collusion will be considered. Any proposal in which the prices obviously are unbalanced may be rejected. 14. RELIEF OF BIDDERS A. Attention is directed to the provisions of Public Contract Code section 5100, and following, concerning relief of Bidders, and in particular to the requirement therein that if the Bidder claims a mistake was made in Bidder's bid, the Bidder shall give the City written notice within five (5) days after opening of the bids of the alleged mistake, specifying in the notice in detail how the mistake occurred. 15. AWARD OF CONTRACT A. Award of the Contract, if awarded at all, will be to the lowest responsible Bidder whose proposal complies with the Contract Documents. The award, if it be awarded, will be made by the City within sixty (60) days after opening of the proposals. B. Contractor agrees that the Contractor s Daily Delay Damages set forth in the Bid Form shall be full compensation to Contractor, all material suppliers and subcontractors regardless of tier, and anyone for whom they may be legally responsible, for each day of delay that may be caused by City of Vallejo or anyone for whom City of Vallejo is legally responsible. Contractor agrees Contractor s Daily Delay Damages shall be full compensation for all delay damages including but not limited to, extended field costs, extended home office overhead costs, idle equipment, demobilization, remobilization, impact, inefficiency, unabsorbed home office overhead, underabsorbed home office overhead, hindrance, disruption or any other damage arising from delay, no matter how characterized and regardless of the cause, extent or duration of the delay. Inclusion of Contractor s Daily Delay Damages within the Bid Sheet is solely for the purpose of determining the low H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Section A General Conditions 9819 B755.docx Section A General Conditions Rev. 09/

65 Bidder and establishing the City of Vallejo s maximum daily liability as a result of City of Vallejo delays to Contractor, if any, and City of Vallejo has no obligation to pay any Contractor s Daily Delay Damages except as provided for in these Contract Documents for Compensable Delays. In the event that City of Vallejo becomes liable to Contractor for Compensable Delays, Contractor agrees to accept the Contractor s Daily Delay Damages set forth in the Bid Form or Contractor s actual delay damages, whichever is less, as full compensation for each day of Compensable Delay as provided for by these Contract Documents. 16. RETURN OF PROPOSAL GUARANTEES A. When the award of the Contract has been made, the proposal guarantees accompanying the three lowest bids shall be retained. All other guarantees for bids not to be further considered in making the award will be returned. The retained guarantees will be returned when the Contract has been fully signed. 17. SIGNING OF CONTRACT A. The Contract shall be signed by the successful Bidder in triplicate on the form provided and returned, within five (5) days after receipt of the forms. After signing by the City, one copy will be delivered to the Owner s Representative, and one copy shall be returned to the Contractor. B. If the Bidder to whom the award is made fails or refuses to enter into the Contract within five (5) calendar days from the time the Contract forms are first received by the Bidder, the City may then award the Contract to the next lowest responsible Bidder. This will be done after the failure or refusal of the low Bidder to enter into the Contract, as is convenient for the City. If the next lowest responsible Bidder fails or refuses to enter into the Contract, the City may then award the Contract to the next lowest responsible Bidder. 18. PAYMENT AND PERFORMANCE BONDS A. Within ten (10) days of City Council award of contract, the Contractor shall furnish corporate surety bonds to the benefit of the City, issued by a surety company acceptable to the City and authorized and admitted to do business in the State of California, as follows: i. Faithful Performance Bond - In a sum not less than one hundred percent (100%) of the total contract price as set forth in the Contract to guarantee the Contractor's faithful performance of all covenants and stipulations of the Contract. The bond shall contain a provision that the surety thereon waives the provisions of Sections 2819 and 2845 of the Civil Code of the State of California. H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Section A General Conditions 9819 B755.docx Section A General Conditions Rev. 09/

66 ii. Payment Bond - In a sum not less than one hundred percent (100%) of the total contract price as set forth in the Contract to guarantee the payment of wage, and bills contracted for materials, supplies, or equipment used in the performance of the Contract. The bond shall be in accordance with the provisions of Sections 3225, 3226, and 3247 to 3252, inclusive, of the Civil Code of the State of California, and Section of the Unemployment Insurance Code of the State of California. Said bond shall also contain a provision that the surety thereon waives the provisions of Sections 2819 and 2845 of the Civil Code of the State of California. b. Faithful Performance Bond and Payment Bond shall be on the forms provided by City. 19. NOTIFICATION OF SURETY COMPANIES A. The surety companies shall familiarize themselves with all provisions and conditions of the Contract Documents. It is understood and agreed that the surety or sureties waive the right of special notification of any modifications or alterations, omissions or reductions, extra or additional work, extensions of time, or any other act or acts by the City or its authorized agents under the terms of the Contract; and failure to so notify the surety companies of such changes shall in no way relieve the surety or sureties of their obligations under this Contract. The surety expressly waives the provisions of Sections 2819 and 2845 of the Civil Code of the State of California. 20. INSURANCE Insurance shall conform to the following requirements: The Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his/her agents, representatives, employees or SUBCONTRACTORS. Such insurance shall not be construed to relieve the Contractor of any liability in excess of such coverage. The cost of such insurance shall be included in the Contractor's bid. A.. Minimum Scope of Insurance Coverage shall be at least as broad as: 1. Comprehensive General Liability Insurance Services. 2. Automobile Liability insurance. 3. Umbrella/Excess Liability insurance. 4. Workers' Compensation insurance as required by the Labor Code of the State of California and Employers Liability insurance. H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Section A General Conditions 9819 B755.docx Section A General Conditions Rev. 09/

67 5. Pollution Liability Insurance. B. Minimum Limits of Insurance Contractor shall maintain limits no less than: 1. General Liability: $1,000,000 per occurrence. $2,000,000 general aggregate for bodily injury, personal injury, and property damage including blanket contractual liability. $2,000,000 completed operations aggregate that shall extend a minimum of three (3) years beyond project completion.. 2. Automobile Liability: $1,000,000 per occurrence, including owned, non-owned and hired vehicles. 3. Umbrella/Excess Liability: $5,000,000; for bodily injury, personal injury and property damage liability coverage at least as broad as the primary coverages above, including commercial general liability and employer s liability, to include the following terms and conditions: a. A drop down feature requiring the policy to respond in the event that any primary insurance that would otherwise have applied proves to be uncollectable in whole or in part for any reason; i. Pay on Behalf of Insured wording (NOT reimbursement) ii. Concurrency of effective dates with primary policies; and iii. Policies shall follow form to the underlying primary policies. 4. Workers' Compensation and Employers Liability: Workers' compensation limits as required by the Labor Code of the State of California and Employers Liability limits of $5,000,000 per accident. 5. Pollution Liability Insurance: $5,000,000 per claim and in the aggregate. C. Deductibles and Self Insured Retention Any deductibles or self - insured retention must be declared to and accepted by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self - insured retention as respects the City, its officers, officials, employees and volunteers; or the Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Section A General Conditions 9819 B755.docx Section A General Conditions Rev. 09/

68 D. Other Insurance Provisions 1. General Liability and Automobile Liability Coverage a. The City must be named an additional insured on the ACORD form and on an endorsement form using the following language: The City, its officers, officials, employees and volunteers are to be covered as insured as respects: liability arising out of activities performed by or on behalf of the Contractor, including the insured's general supervision of the Contractor; products and completed operations of the Contractor, premises owned, occupied or used by the Contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officers, officials, employees or volunteers and the Engineer, its officers, directors, employees and subconsultants. b. The endorsement must state that the Contractor's insurance coverage shall be primary insurance as respects the City, its officers, officials, employees, and volunteers. Any insurance or self - insurance maintained by the City, its officers, officials, employees or volunteers and the Engineer, its officers, directors, employees and subconsultants shall be excess of the Contractor's insurance and shall not contribute with it. c Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officers, officials, employees or volunteers and the Engineer, its officers, directors, employees and subconsultants. d. The Contractor's coverage applies separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. 2. Workers' Compensation and Employers Liability Coverage a. The insurer shall agree to waive all rights of subrogation against the City, its officers, officials, employees and volunteers for losses arising from work performed by the Contractor for the City and the Engineer, its officers, directors, employees and subconsultants. 3. All Coverage a. Each insurance policy required by this clause shall be endorsed H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Section A General Conditions 9819 B755.docx Section A General Conditions Rev. 09/

69 E. Acceptability of Insurers to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice has been given to the City. Insurance is to be placed with insurers with a Best's rating of no less than A:VII. F. Verification of Coverage Contractor shall furnish the City with certificates of insurance and with original endorsements effecting coverage required by this section. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. All certificates and endorsements are to be received and accepted by the City before work commences. The City reserves the right to require complete, certified copies of all required insurance policies, at any time. Include insurer s NAIC numbers on ACCORD form. G. Subcontractors Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverage for subcontractors shall be subject to all of the requirements stated herein. H. Builder's Risk Insurance Upon commencement of construction, contractor shall obtain and maintain builder s risk insurance as specified below: I. Exclusions i) Completed Operations Coverage: $2,000,000 which shall extend three (3) years beyond project completion. This insurance does not cover tools owned by mechanics, any tools, equipment, scaffolding, staging, towers, and forms rented or owned by the Contractor, the capital value of which is not included in the cost of the work or any shanties or other structures erected for the sole convenience of the workers. J. Cancellation or Non-Renewal H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Section A General Conditions 9819 B755.docx Section A General Conditions Rev. 09/

70 Policies must provide that notice of cancellation or non-renewal must be received by the City at least thirty days prior to such event. 21. PRE-CONSTRUCTION CONFERENCE A. Prior to the start of construction, a conference may be called by the City for the purpose of reviewing the construction program with the Contractor. At this conference, the sequence of work, methods of access to the construction site and temporary facilities shall be reviewed by the Contractor and City. 22. INTENT OF PLANS AND SPECIFICATIONS A. It is the intent of these Contract Documents that the work performed under the Contract shall result in a complete operating system in satisfactory working condition with respect to the functional purposes of the installation, and no extra compensation will be allowed for anything omitted but fairly implied. The prices paid for the various items in the proposal shall include full compensation for furnishing all labor, materials, tools, equipment, overhead, profit, incidentals, and doing all work necessary to complete the finished product as provided in the Contract Documents. All workmanship and materials shall be to the highest possible standards. B. The specifications and drawings are intended to be explanatory of each other. Any work shown on the drawings, and not in the specifications, or vice versa, is to be treated as if indicated in both. In the case of conflict or inconsistency, the Supplementary Conditions (if any) shall control over the General Conditions, and the specifications shall control over the drawings. Figured dimensions shall control over scaled measurements. In all cases, the more costly or expensive interpretation is deemed to control and be the interpretation incorporated into the Contract Documents and Contract Sum. C. Organization of the specifications into various subdivisions and the arrangement of the drawings shall not control Contractor in dividing the work among subcontractors or in establishing the extent of work to be performed by any trade. D. Unless otherwise stated in the Contract Documents, technical words and abbreviations contained in the Contract Documents are used in accordance with commonly understood construction industry meanings, and nontechnical words and abbreviations are used in accordance with their commonly understood meanings. E. The Contract Documents may omit modifying words such as "all" and "any", and articles such as "the" and "an", but the fact that a modifier or an article is absent from one statement and appears in another is not intended to affect the interpretation of either statement. The use of the word "including," when following any general statement, shall not be construed to limit such statement to specific items or matters set forth immediately following such word or to similar items or H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Section A General Conditions 9819 B755.docx Section A General Conditions Rev. 09/

71 matters, whether or not non-limiting language (such as "without limitation," "but not limited to," or words of similar import) is used with reference thereto, but rather shall be deemed to refer to all other items or matters that could reasonably be deemed to fall within the broadest possible scope of such general statement. F. Whenever the context so requires, the use of the singular number shall be deemed to include the plural and vice versa. Each gender shall be deemed to include any other gender, and each shall include corporation, partnership, trust, or other legal entity whenever the context so requires. The captions and headings of the various subdivisions of the Contract Documents are intended only as a matter of reference and convenience, and in no way define, limit, or prescribe the scope or intent of the Contract Documents or any subdivision thereof. G. Contractor is responsible for design of systems and fabrications needed to meet performance criterion described in the Contract Documents. Design by Contractor includes but is not limited to, concrete form work, casework joinery, framing, fire sprinkler systems, and mechanical, plumbing and electrical systems represented diagrammatically on Contract Drawings. Design shall be governed by descriptive criterion specified for each item. Contractor shall also assume responsibility for temporary structures used to implement construction such as shoring and scaffolding. 23. CLARIFICATION OF CONTRACT DOCUMENTS A. Should it appear that the work to be done, or any of the matters relative thereto, are not sufficiently detailed or explained in the Contract Documents, or in the event of any doubt or question arising respecting the true meaning of the Contract Documents, the Contractor shall submit a Request for Information (RFI) to the Engineer for such further explanations as may be necessary, and the Engineer shall render his or her decisions thereon. The Contractor has first and primary responsibility for answering RFI s from its subcontractors and shall thoroughly review all RFIs submitted by subcontractors prior to submission to the Engineer to determine whether such RFI's is already answered in the Contract Documents. Contractor represents to City and Engineer, that by submission of an RFI, Contractor has thoroughly reviewed the RFI and thoroughly reviewed the Contract Documents, and determined that the RFI is not answered or inferable in the Contract Documents, and that the RFI pertains to an unforeseen condition or circumstance that is not described in the Contract Documents, that there is a conflict or discrepancy in the Contract Documents, or there is an omission in the Contract Documents. In the event any RFI is answered or reasonably inferable from the Contract Documents, Contractor agrees to pay the Engineer and City the cost for their time and expenses associated with reviewing and responding to RFI's which are already answered or reasonably inferable from the Contract Documents. In the event of a disagreement over such compensation, the judgment of the Owner s Representative shall control. H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Section A General Conditions 9819 B755.docx Section A General Conditions Rev. 09/

72 24. PLANS AND SPECIFICATIONS A. The Contractor shall retain an approved set of plans and specifications on the job at all times during the progress of the work. 25. SUPPLEMENTAL DRAWINGS AND INSTRUCTIONS A. In addition to the drawings incorporated in the Contract at the time of signing, the Engineer may furnish such working drawings, supplemental drawings or instructions from time to time as may be necessary to make clear, or to define in greater detail, the intent of the Contract drawings and specifications. In furnishing such additional drawings and/or instructions, the Engineer shall have authority to make minor changes in the work, not involving extra cost, and not inconsistent with the nature of the work. These working drawings and supplemental drawings shall become a part of the Contract Documents, and the Contractor shall make its work conform to them. 26. CONFORMANCE WITH CODES AND STANDARDS A. All of Contractor s work and materials shall be in full accordance with the latest adopted standards and regulations of the State Fire Marshal; the California Building Code; Title 24 of the California Code of Regulations; the California Electrical Code; the California Plumbing Code; Americans With Disabilities Act; and all other applicable codes, laws, or regulations. Nothing in these Contract Documents is to be construed to permit work not conforming to these requirements. Should Contractor discover work within the Contract Documents not in conformance with these requirements, Contractor agrees to immediately notify Engineer in writing of said nonconformance, and to not proceed with nonconforming work. When the work detailed in the Contract Documents differs from governing codes, it is understood and agreed that the Contract Sum is based upon the more costly or expensive standard of the two. 27. PERSONAL ATTENTION AND SUPERINTENDENCE A. The Contractor shall give Contractor's personal attention to, and shall supervise the work to the end that it shall be faithfully prosecuted. Contractor shall keep on the work at all times throughout its progress, a competent superintendent who shall represent the Contractor in Contractor's absence, and shall have complete authority to represent and act for the Contractor. Whenever the Contractor or Contractor's superintendent is not present on a particular part of the work, the Engineer or Owner s Representative may stop the work until the Contractor or Contractor's superintendent arrives. B. The Contractor shall be liable for the faithful observation of any instructions H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Section A General Conditions 9819 B755.docx Section A General Conditions Rev. 09/

73 delivered to Contractor or to Contractor's authorized representatives. Any order given by the Owner s Representative not otherwise required by the specifications to be in writing will, on request of the Contractor, be given or confirmed by the Owner s Representative in writing. 28. BEGINNING OF WORK A. The Notice to Proceed shall constitute authority for the Contractor to enter upon the site of the work and to begin operations, upon condition that the Contractor has strictly complied with all requirements of these Contract Documents, including but not limited to, furnishing all required documentation, bonds and certificates of insurance. If Contractor has not provided City with all documents required by these Contract Documents as of the date of the Notice to Proceed, Contractor shall not be allowed on the site of the work or allowed to start work on the Project. B. When the Contractor has started work on the Project, the Contractor shall diligently prosecute the work to completion within the time limit provided in the Contract Documents. C. The Contractor shall give the City and Owner s Representative at least two (2) working days' notice of Contractor's intention to start work, specifying the time, date, and location at which the Contractor intends to begin. D. The Contract Time shall begin on the date of the Notice to Proceed, whether or not Contractor is allowed on the work site due to Contractor's failure to furnish City with all documentation required by these Contract Documents. 29. PROGRESS SCHEDULE A. The City's receipt of an initial (as - planned) progress schedule and monthly updated progress schedules, all in strict compliance with these Contract Documents shall be conditions precedent to the Owner s Representative's or City's approval of the Contractor's periodic pay requests and the City's obligation to pay Contractor. B. The Contractor shall, to every reasonable extent, carry on the work of construction of the various elements of the project concurrently, and shall not defer construction of any portion of the work in favor of any other portion without the express written approval of the City. C. The Contractor shall carry on the Work and adhere to the Progress Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements except as City and Contractor may otherwise agree in writing. H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Section A General Conditions 9819 B755.docx Section A General Conditions Rev. 09/

74 30. RESPONSIBILITY FOR ACCURACY A. The Contractor shall obtain all necessary measurements for and from the work, and shall check dimensions, elevations, and grades for all layout and construction work and shall supervise such work, the accuracy for all of which Contractor shall be responsible. Each subcontractor shall adjust, correct, and coordinate Contractor's work with the work of others so that no discrepancies will result in the whole work. B. Contractor is responsible for verifying that all information and data contained and set forth in all of Contractor's submittals that may be required by the Contract Documents, strictly comply in all respects with the Contract Documents. 31. EFFECT OF INSPECTION OR USE A. Neither the inspection by an inspector, Owner s Representative, the Engineer, or any representative or agent of City, nor any measurement, approved modification, accepted submittal, shop drawing, order, or certificate, nor acceptance of any part or whole of the work, or payment of money, nor any possession or use by the City or its agents, operate as a waiver of any provisions of the Contract or of any power or authority reserved therein, or of any right to damages thereunder; nor shall the waiver of any breach of this Contract be held to be a waiver of any subsequent or other breach. 32. INSPECTION A. All work done and all materials and equipment furnished under this Contract shall be subject to the inspection and acceptance of the Engineer and City. They shall at all times have access to the work during its construction, and shall be furnished with every reasonable facility and assistance for ascertaining that the materials and workmanship are in accordance with the requirements and intent of the Contract Documents. Any work constructed without inspection as provided above, except with the specific written consent of the Engineer, or constructed contrary to the instructions or orders of the City, must, if requested by the City, be uncovered for examination and properly restored at the Contractor's expense. B. The inspection of the work by City, the City's inspector(s), the Engineer or their consultants, does not relieve the Contractor of any of Contractor's obligation to fulfill the Contract as prescribed. Any work, materials, or equipment not meeting the requirements of the Contract Documents shall be rejected, and unsuitable work or materials shall be made good, notwithstanding the fact that such work or materials may have previously been inspected or accepted and payment therefor may have been made. If nonconforming work, materials, or equipment not meeting the requirements of the Contract Documents is discovered, and the Contractor fails to remedy the nonconforming work, materials, or equipment, or the City agrees in writing to accept the nonconforming work, materials, or equipment, Contractor H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Section A General Conditions 9819 B755.docx Section A General Conditions Rev. 09/

75 agrees to pay City a sum equal to the cost to remedy the nonconforming work, materials, or equipment. It is expressly understood and agreed that the City will be entitled to recover from Contractor of the full cost of remedying nonconforming work, materials, or equipment, and that diminution in value will not be considered as a method for valuing the City's damages for nonconforming work, materials, or equipment, and further that the doctrine of economic waste will not be a defense to the City's recovery from Contractor the full and complete cost and expense of correcting nonconforming work, materials, or equipment. C. Re-examination of any work may be ordered by the City or Engineer, and such work must be uncovered by the Contractor. The Contractor shall pay the entire cost of such uncovering, re-examination, and replacement if the work does not conform to the Contract Documents. 33. REMOVAL OF REJECTED MATERIALS OR WORK A. The Contractor shall, upon request and without delay, remove from the site of the work, all rejected or condemned materials of any kind brought to, or incorporated in, the work. No such rejected or condemned materials shall again be offered for use in any work under the Contract. All work which has been rejected shall be remedied, or removed and replaced, by the Contractor in an acceptable manner at Contractor's expense. B. Upon failure of the Contractor to comply within forty-eight (48) hours with any written order of the City or Engineer made under this Section, or to make satisfactory progress in so doing, the City may cause such rejected materials to be removed, or such rejected work to be remedied, or removed and replaced, and Contractor shall pay City for doing so. 34. USE OF COMPLETED PORTIONS A. The City shall have the right at any time to take over and place in service any completed or partially completed portion of the work, notwithstanding the time for completion of the entire work or such portions which may not have expired; but such taking possession thereof shall not be deemed an acceptance of any of the work, nor work on those portions not completed in accordance with the Contract Documents. 35. MEANS AND METHODS A. Neither Engineer nor City will have control over, be in charge of, nor be responsible for construction means, methods, techniques, sequences, or procedures, or for the safety precautions and programs in connection with the work, since these are solely Contractor's responsibility, unless otherwise required by the Contract Documents. H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Section A General Conditions 9819 B755.docx Section A General Conditions Rev. 09/

76 B. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, testing, start up, and completion of the Work. C. All materials and equipment shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. 36. LIQUIDATED DAMAGES FOR DELAY A. It is agreed by the parties to this Contract that time is of the essence to the performance of this Contract by Contractor, and that in case all work called for under in the Contract Documents is not completed in all respects and requirements within the time called for in the Contract Documents, plus any agreed upon extensions of time, damage will be sustained by the City, and that it is and will be impracticable to determine the actual amount of damage by reason of such delay; and the Contractor agrees that the sum set forth in the Bid Form as Liquidated Damages is a reasonable amount to be charged as Liquidated damages; and it is therefore agreed that the Contractor will pay to the City the sum set forth in the Bid Form as Liquidated Damages for each and every calendar days delay beyond the time prescribed; and the Contractor further agrees that the City may deduct and retain the amount thereof from any monies due the Contractor under the Contract. 37. CHANGES IN THE WORK A. The City reserves the right to make changes to the work. Changes in the work made by the City may or may not involve a change to the Contract Sum or the Contract Time. Changes in the work by City may only be made in a writing signed by a representative of the City authorized to make the specific change identified in the writing. B. The City may request that Contractor provide City with estimated costs, if any, for proposed changes to the work. If requested, Contractor agrees to immediately provide City with detailed, itemized costs for proposed changes to the work and scheduling data demonstrating the impact, if any, of the proposed changes to the work on the Contract Time. C. Changes to the Contract Sum or Contract Time, may only be made by a written Change Order on the City s Change Order Form, signed by the Contractor and City. A Change Order may utilize any one or more of the following pricing methods for an H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Section A General Conditions 9819 B755.docx Section A General Conditions Rev. 09/

77 increase or decrease in the Contract Sum: i. Lump Sum Price - By an acceptable lump sum proposal from the Contractor. Lump sum proposals provided by Contractor shall not include costs or markups greater than the costs or markups permitted for Force Account work, as set forth below. ii. iii. Unit Prices - By unit prices fixed by agreement between the City and the Contractor. Force Account - By ordering the Contractor to proceed with the work and to keep and present in such form as the Engineer or Owner s Representative may direct, a correct account of the cost of the change, together with all vouchers therefor. The Contractor may be paid for labor, materials, and equipment rental actually used on changed work as follows: (1) Labor - the Contractor will be paid the reasonable cost of labor for the workmen (including foremen when authorized in writing by the Owner s Representative), used in the actual and direct performance of the work. The cost of labor, whether the employer is the Contractor, subcontractor, or other forces, will be the sum of the following: (1-1) Actual Wages - The actual wages paid shall include any reasonable employer payments to or on behalf of the workmen for health and welfare, pension, vacation, and similar purposes. (1-2) Labor Surcharge - The labor surcharge to be added to the actual wages shall be the reasonable cost of all additional payments made to, or on behalf of the workers, other than actual wages, as required by State or Federal laws, including by way of example but not limited to, workers' compensation, SUTA, FUTA and FICA. (1-3) Subsistence and Travel Allowance - The actual reasonable and necessary subsistence and travel allowance paid to such workers. (2) Materials - The actual cost of the materials to the purchaser, whether the Contractor, a subcontractor, or other forces. The Contractor shall furnish satisfactory evidence of the actual cost of such materials. The City reserves the right to furnish such materials as it deems advisable, and the Contractor shall have no claims for costs or profit on such City furnished materials. (3) Equipment - The use of equipment shall be paid for at the rates listed for such equipment in the current compilation of rental rates of the H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Section A General Conditions 9819 B755.docx Section A General Conditions Rev. 09/

78 State of California, Division of Highways, applicable to the local City or competitive local rental rates of established rental agencies serving the area of the work, whichever is less. If the equipment is not shown on the above-mentioned list, Contractor shall be paid such hourly rental rates as are agreed upon by the Contractor and the Owner s Representative prior to use of the equipment, except that in no case shall such agreed rate exceed the rental rates of established distributors or equipment rental agencies serving the area, plus thirtythree and one-third percent (33-1/3%) for the cost of fuel, oil, lubrication, and field repairs and maintenance. a. If the equipment is moved onto the work and used exclusively for extra work, the Contractor will be paid for the cost of transporting it to the job and returning it to its original location. The rental period shall begin when the equipment is unloaded at the site of the extra work, and shall include each day that the equipment is at the site of, and performing or utilized for, such extra work, excluding Saturdays, Sundays, and legal holidays, unless extra work is performed on such days, and shall terminate at the end of the day on which such extra work is completed or the Owner s Representative directs the Contractor to discontinue the use of such equipment. b. The rental time to be paid for equipment already on the work, or which is used for other than such extra work, shall be the actual and reasonable time the equipment is in operation on the extra work, plus the time required to move the equipment to the site of the extra work and return it to its original location. (4) To the totals as computed above, may be added the following percentages for profit and overhead, which such markup shall be full compensation for Contractor and all subcontractors regardless of tier, for all items of overhead including but not limited to, superintendence, project management, field overhead, home office overhead (absorbed and unabsorbed), Contractor bonds, insurance, general conditions, suspensions, delays, clean-up, safety meetings, mandated programs and processing of Claim and Change Order documents: Labor Fifteen Percent (15%) Materials Fifteen Percent (15%) Equipment Rental Fifteen Percent (15%) (5) For changed work performed in whole or in part by a subcontractor regardless of tier, compensation for such work shall be based on the direct costs allowed above and as listed in the subcontractor's portion of the proposal plus the above percentages. The Contractor may add H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Section A General Conditions 9819 B755.docx Section A General Conditions Rev. 09/

79 ten percent (10%) to the subcontractor's proposal for overhead and profit plus actual cost of subcontractor's bond when incurred not to exceed one percent (1%) markup. Overhead and profit for all tiers of Contractor and subcontractors shall in no event exceed fifteen percent (15%) of the cost of the work. Distribution of the overhead and profit among the Contractor and the subcontractors is the responsibility of the Contractor. D. For a decrease in the Contract Sum due to changes in the work, the Contract Sum shall be decreased by that portion of the Contractor s bid allocated to the deleted work, plus markup for overhead and profit. For a decrease in the Contract Time due to changes in the work, the Contract Time shall be decreased by that portion of the Contractor s initial (as-planned) schedule allocated to the deleted work. 38. CLAIMS A. A Claim is any request by Contractor to adjust, alter, modify, or otherwise change the Contract Sum or the Contract Time, or both. A Claim must be stated with specificity, including identification of the event or occurrence giving rise to the Claim, the date of the event, and the asserted affect on the Contract Sum and the Contract Time, if any. The Claim shall include adequate supporting data. Adequate supporting data for a Claim for an adjustment of the Contract Time shall include scheduling data demonstrating the impact of the event on the critical path and completion of the Project. Adequate supporting data for a Claim for an adjustment to the Contract Sum shall include a detailed cost breakdown of items included within the Claim and documentation supporting each item of cost. A Claim by Contractor for an adjustment in the Contract Sum shall not include any costs or markups greater than the costs and markups allowed for Force Account work as set forth in the preceding Section. B. All Claims by Contractor shall strictly comply with all requirements of the Contract Documents including but not limited to the following: All Claims shall be in writing, signed by the Contractor, and contain a False Claims Certification (as set forth below) duly signed by the Contractor and each subcontractor regardless of tier who may be making a claim. All Claims shall be submitted in writing to the City before Contractor performs the work, or portions of the work, giving rise to such Claim. All Claims for an adjustment to the Contract Sum shall be submitted to Owner s Representative and Engineer within ten (10) days of the beginning of the event or occurrence giving rise to the Claim. All Claims for an adjustment to the Contract Time shall be submitted to the Owner s Representative and Engineer within three (3) days of the beginning of the event or occurrence giving rising to the Claim. Claims for an adjustment to the Contract Time shall include the event or occurrence giving rise to the delay, the estimated duration of the delay, and the impact of the event or occurrence upon the critical path and completion of the Project. Claims must be submitted to City before the date of final payment. H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Section A General Conditions 9819 B755.docx Section A General Conditions Rev. 09/

80 C. Contractor waives all Claims not in strict compliance with all requirements of these Contract Documents. Contractor s strict compliance with the Claims procedures and time limits set forth in the Contract Documents, and City s rejection of the Claim, is a condition precedent to Contractor filing a Government Code claim (California Government Code section 900, et seq.) with the City, demanding arbitration (if arbitration is expressly permitted in the Contract Documents) or commencing a lawsuit or other legal action against the City. 39. FALSE CLAIMS CERTIFICATION A. California Penal Code section 72, provides that any person who presents for payment with intent to defraud any City board or officer, any false or fraudulent claim, bill, account, voucher, or writing, is punishable by fines not exceeding ten thousand dollars ($10,000.00) and/or imprisonment in the state prison. B. Government Code sections 12650, et seq., pertains to civil penalties that may be recovered from persons (including corporations, etc.) for presenting a false claim for payment or approval, presents a false record or statement to get a false claim paid or approved, or other acts, to any officer or employee of any political subdivision of the State of California. Any person or corporation violating the provisions of Government Code sections 12650, et seq., shall be liable for three times the amount of the damages of the political subdivision, plus a civil penalty, plus costs. C. All Claims by Contractor and any subcontractor regardless of tier, shall include the following False Claims Certification, properly completed and executed by Contractor or an officer of Contractor and subcontractor: I,, BEING THE (MUST BE AN OFFICER) OF (CONTRACTOR), DECLARE UNDER PENALTY OF PERJURY UNDER THE LAWS OF THE STATE OF CALIFORNIA, AND DO PERSONALLY CERTIFY AND ATTEST THAT: I HAVE THOROUGHLY REVIEWED THE ATTACHED CLAIM FOR ADDITIONAL COMPENSATION AND/OR EXTENSION OF TIME, AND KNOW ITS CONTENTS, AND SAID CLAIM IS TRUTHFUL AND ACCURATE; THAT THE AMOUNT REQUESTED ACCURATELY REFLECTS THE CONTRACT ADJUSTMENT FOR WHICH THE OWNER IS LIABLE AND DOES NOT EXCEED AMOUNTS OR TIME ALLOWABLE BY THE CONTRACT BETWEEN THE OWNER AND CONTRACTOR; AND, FURTHER, THAT I AM FAMILIAR WITH CALIFORNIA PENAL CODE SECTION 72 AND CALIFORNIA GOVERNMENT CODE SECTION 12650, ET SEQ, PERTAINING TO FALSE CLAIMS, AND FURTHER KNOW AND UNDERSTAND THAT SUBMISSION OR CERTIFICATION OF A FALSE CLAIM MAY LEAD TO FINES, IMPRISONMENT AND/OR OTHER SEVERE LEGAL CONSEQUENCES. H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Section A General Conditions 9819 B755.docx Section A General Conditions Rev. 09/

81 40. DELAYS A. As used in these Contract Documents, the following terms shall have the following meanings: (1) "Excusable Delay" means any delay of the completion of the Project beyond the expiration of the Contract Time caused by conditions beyond the control and without the fault or negligence of the Contractor such as strikes, embargoes, fire, unavoidable casualties, national emergency, weather, and during which time the work cannot continue. Acts or omissions of the Contractor or any subcontractor regardless of tier, or the financial inability of the Contractor or any subcontractor, or default of any subcontractor, without limitation, shall not be deemed conditions beyond the Contractor's control. An Excusable Delay may entitle the Contractor to an adjustment in the Contract Time. B. Contractor will be entitled to adjustments to the Contract Time for delays attributable to weather, only if all of the following conditions are satisfied: (1) A weather condition was the sole cause that prevented Contractor from performing a critical path activity while that activity was on the critical path; (2) The weather condition giving rise to (1), above, was abnormal; and, (3) Abnormal as used herein means the specific weather condition exceeded, over the entire Contract Time, the most recent twenty year average National Oceanic and Atmospheric Administration data number of days for that weather condition by 30% or more, at the locale of the work. C. "Compensable Delay" means any delay of the completion of the Project beyond the expiration date of the Contract Time caused by the gross negligence or willful acts of the City, and which delay is unreasonable under the circumstances involved, and not within the contemplation of the parties. A Compensable Delay may entitle the Contractor to an extension of the Contract Time and/or Contract Sum. Except as provided herein, the Contractor shall have no claim for damage or compensation for any suspension, delay, interruption, hinderance, or disruption. D. "Unexcusable Delay" means any delay of the completion of the Project beyond the expiration of the Contract Time resulting from causes other than those listed above. An Unexcusable Delay shall not entitle the Contractor to an extension of the Contract Time or an adjustment of the Contract Sum. E. The Contractor may make a Claim for an extension of the Contract Time, for an Excusable Delay or a Compensable Delay, subject to the following: (1) If an Excusable Delay and a Compensable Delay occur concurrently, the maximum extension of the Contract Time shall be the number of days from the commencement of the first delay to the cessation of the delay which ends H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Section A General Conditions 9819 B755.docx Section A General Conditions Rev. 09/

82 last. (2) If an Unexcusable Delay occurs concurrently with either an Excusable Delay or a Compensable Delay, the maximum extension of the Contract Time shall be the number of days, if any, by which the Excusable Delay or the Compensable Delay exceeds the Unexcusable Delay. (3) If an Unexcusable Delay occurs concurrently with both an Excusable Delay and a Compensable Delay, the maximum extension in the Contract Time shall be the number of days, if any, by which the number of days determined pursuant to Subparagraph (a) exceeds the number of days of the Unexcusable Delay. (4) For a Compensable Delay, the Contractor shall only be entitled to an adjustment in the Contract Sum in an amount equal to: (1) the actual additional labor costs, material costs, and unavoidable equipment costs incurred by the Contractor as a result of the Compensable Delay, plus the actual additional wages or salaries and fringe benefits and payroll taxes of supervisory and administrative personnel necessary and directly employed at the Project site for the supervision of the work during the period of Compensable Delay; or (2) the Contractor s Daily Delay Damages set forth in the Bid Form, whichever is less. F. There shall be no Compensable Delay unless the event or occurrence giving rise to the Compensable Delay extends the actual completion of the Project past the Contract Time. G. Contractor understands and agrees that Contractor s work may be changed by the City. The parties agree that the City's exercise of its right to order changes in the work, regardless of the extent and number of changes, or to suspend the work, is within the contemplation of the parties and shall not entitle the Contractor to a Claim for Compensable Delay. 41. PAYMENTS A. Within ten (10) days after signing the Contract, but in any event prior to the first application for payment, Contractor shall submit to Engineer and Owner s Representative a cost breakdown of the Contract Sum. The cost breakdown shall itemize, as separate line items, the cost of each work activity and all other costs, including warranties, record documents, insurance, bonds, overhead expenses, and the total allowance for profit, the total of which shall equal the Contract Sum. At a minimum, the cost breakdown shall include a separate line item cost for each activity listed on Contractor's initial (as-planned) schedule. The cost breakdown, when accepted by the City and Engineer, shall become the basis for determining the cost of work performed for the Contractor's applications for payment. H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Section A General Conditions 9819 B755.docx Section A General Conditions Rev. 09/

83 B. On or before the first (1st) day of the month, Contractor shall submit to Owner s Representative and Engineer an itemized application for payment for the cost of the work in permanent place, which has been completed in accordance with the Contract Documents as of the twentieth (20th) day of the preceding month, less amounts previously paid. The application for payment shall be prepared in a form acceptable to Owner s Representative and Engineer, and shall contain itemized amounts in accordance with the cost breakdown. The applications for payment shall not include requests for payment on account of changes which have not been authorized by Change Orders, or for amounts Contractor does not intend to pay a subcontractor because of a dispute or other reason. C. Each progress pay request constitutes a representation by Contractor to City that all work performed by Contractor as of the date of the request, has been performed in strict compliance with the Contract Documents. D. If requested by the City, an application for payment shall be accompanied by a summary showing payments that will be made to subcontractors covered by such application, and unconditional waivers and releases of claims and stop notices, from Contractor and each subcontractor listed in the preceding application for payment covering sums disbursed pursuant to that preceding application for payment. E. Contractor warrants that upon submittal of each application for payment, all work for which certificates of payment have been previously issued and payment has been received from City, shall be free and clear of all claims, stop notices, security interests, and encumbrances in favor of Contractor, subcontractors or other persons or firms entitled to make claims by reason of having provided labor, materials, or equipment related to the work. F. Payment of all, or any part, of an application for payment may be withheld, a certificate of payment may be withheld, all or part of a previous certificate for payment may be nullified and that amount withheld from a current certificate for payment, or the City may withhold from an Engineer's certificate for payment, on account of any of the following: (1) Defective work not remedied; (2) Third - party claims against Contractor or City arising from the acts or omissions of Contractor or subcontractors; (3) Stop notices; (4) Failure of Contractor to make timely payments due to subcontractors for material or labor; (5) A reasonable doubt that the work can be completed for the balance of the Contract Sum then unpaid; H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Section A General Conditions 9819 B755.docx Section A General Conditions Rev. 09/

84 (6) Damage to the City or others for which Contractor is responsible; (7) Reasonable evidence that the work cannot be completed within the Contract Time, and the unpaid balance of the Contract Sum would not be adequate to complete the work and cover City's damages for the anticipated delay; (8) Failure of Contractor to maintain, update, and submit record documents; (9) Failure of Contractor to submit schedules or their updates as required by the Contract Documents; (10) Performance of the work by Contractor without properly processed shop drawings; (11) Liquidated damages assessed; (12) Any other failure of Contractor to perform its obligations under the Contract Documents. G. By resolution of the City's City Council, a fund has been established, money appropriated in the current budget, and assigned to the account which is the sole source of funds available for payment of the Contract Sum and Claims. Contractor understands and agrees that Contractor will be paid only from this special fund and if for any reason this fund is not sufficient to pay Contractor, Contractor will not be entitled to payment. The availability of money in this fund, and City's ability to draw from this fund, are conditions precedent to City's obligation to pay Contractor. H. Within thirty (30) days of receipt of an approved certificate for payment, properly executed by the Contractor, Owner s Representative (if any), Engineer, and City's inspector of record for the Project, City agrees to pay Contractor, subject to all of the terms and conditions of these Contract Documents, an amount equal to ninety five percent (95%) of the sum of the following: (a) (b) (c) Cost of the work in permanent place as of the end of the preceding month as set forth and approved on the certificate for payment; Less amounts previously paid; Less amounts withheld by City as allowed in the Contract Documents. I. Within thirty five (35) days of recordation of a Notice of Completion, City agrees to pay Contractor, subject to all of the terms and conditions of these Contract Documents, the remaining contract balance, after all offsets and subject to the withholding of amounts due from Contractor. H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Section A General Conditions 9819 B755.docx Section A General Conditions Rev. 09/

85 42. COST AND PRICING DATA A. All cost and pricing data submitted by the Contractor to the City with respect to any change, prospective or completed, or any Claim for extra compensation shall be a true, complete, accurate, and current representation of actual cost and pricing of the work. 43. PROCEED WITH WORK A. Notwithstanding the making of any Claim or the existence of any dispute between Contractor and City, Contractor shall not cause any delay, cessation, or termination in or of Contractor's performance of the work, but shall diligently proceed with performance of the work in accordance with the Contract Documents. 44. ACCESS TO RECORDS A. The Engineer and/or City, or their authorized representatives, shall have unconditional access, upon reasonable notice, during normal business hours, to Contractor and subcontractors' books, documents and accounting records, including but not limited to, bid worksheets, bids, subcontractor bids and proposals, estimates, cost accounting data, accounting records, payroll records, time sheets, canceled checks, profit and loss statements, balance sheets, project correspondence including but not limited to all correspondence between Contractor and its sureties and subcontractors/vendors, project files, scheduling information, and other records of the Contractor and all subcontractors directly or indirectly pertinent to the work, original as well as change and claimed extra work, to verify and evaluate the accuracy of cost and pricing data submitted with any Change Order, prospective or completed, or any Claim for which additional compensation has been requested. B. Such access shall include the right to examine and audit such records, and make excerpts, transcriptions, and photocopies at City's cost. C. The parties agree that in the event Contractor or any subcontractor fails to comply with this section, it would be difficult for the City to determine its actual damages; therefore, Contractor agrees to pay City, as liquidated damages, the sum of Two Hundred Dollars ($200.00), which Contractor agrees is reasonable under the circumstances, for each and every calendar day which Contractor and each subcontractor fails or refuses to provide the City, Engineer, and/or their authorized representatives, access to the materials specified in this section. D. Contractor shall maintain in a safe place at the Site one record copy of all Drawings, Specifications, Addenda, Change Orders, Construction Change Directives, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Section A General Conditions 9819 B755.docx Section A General Conditions Rev. 09/

86 approved Samples and a counterpart of all approved Shop Drawings will be available to Engineer for reference. Upon completion of the Work, these record documents, Samples, and Shop Drawings will be delivered to City. 45. DISMISSAL OF UNSATISFACTORY EMPLOYEES A. If any person employed by the Contractor, or any subcontractor, shall fail or refuse to carry out the directions of the Engineer or City; or, in the opinion of the Engineer or City, is incompetent, unfaithful, intemperate, or disorderly; uses threatening or abusive language to any person representing the Engineer or City on the work; or is otherwise unsatisfactory, he or she shall be removed from the work immediately, and shall not again be employed on the work. 46. TERMINATION OF UNSATISFACTORY SUBCONTRACTS A. When any portion of the work which has been subcontracted by the Contractor is not being prosecuted in a satisfactory manner, the subcontract for such work shall be terminated immediately by the Contractor upon written notice from the Engineer or City, and the subcontractor shall not again be employed on the type of work in which his or her performance was unsatisfactory. 47. TEMPORARY SUSPENSION OF WORK A. The City shall have the authority to suspend the work wholly or in part for such period as it may deem necessary, due to unsuitable weather, or to any other conditions it considers unfavorable for the suitable prosecution of the work, or for such time as it may deem necessary, due to the failure on the part of the Contractor to carry out orders given or to perform any provisions of the Contract, or for any other reason. The Contractor shall immediately comply with such written order of the City to suspend the work wholly or in part. The suspended work shall be resumed only when conditions are favorable or methods are corrected, as ordered or approved in writing by the City. Except as may be provided elsewhere in the Contract Documents, Contractor shall not be entitled to any damages or compensation on account of such suspension or delay. 48. TERMINATION OF CONTRACTOR'S CONTROL OVER THE WORK A. Whenever, in the opinion of the City, the Contractor has failed to supply an adequate force of labor, equipment, or materials of proper quality, or has failed in any other respect to prosecute the work with the diligence specified in the Contract; or if Contractor should refuse or fail to comply with laws, ordinances, or directions of the Engineer; or if Contractor should fail to make prompt payments to subcontractors or for labor or materials; or otherwise be in breach of this Contract; H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Section A General Conditions 9819 B755.docx Section A General Conditions Rev. 09/

87 the City may give written notice of at least five (5) calendar days to the Contractor and Contractor's sureties that if the defaults are not remedied within a time specified in such notice, the Contractor's control over the work will be terminated. B. If the Contractor should be adjudged a bankrupt, or make an assignment for the benefit of Contractor's creditors, or if a receiver should be appointed on account of Contractor's insolvency, the City may declare the Contractor's control over the work terminated, and so notify the Contractor and Contractor's sureties. C. Upon such termination, the City may take possession, and use all or any part of the Contractor's materials, tools, equipment, and appliances upon the premises to complete the work; the City assuming responsibility for the final relinquishment of such equipment at the conclusion of the work, or sooner, at its option, in as good condition as when it was taken over, reasonable wear and tear excepted; and the City agrees to pay for such materials and the use of said equipment at a reasonable compensation. D. Upon such termination or the City's declaration that the Contractor is in default, the City may direct the surety to complete, or cause to be completed, the Contract work, or the City may direct that all or any part of the work be completed by day labor, or by employment of other contractors on informal contracts, or both. If the City directs the surety to complete or cause to be completed, the Contract work, Contractor's performance bond surety agrees to immediately undertake to complete or cause to be completed, all Contract work. If surety fails or refuses to immediately undertake to complete or cause to be completed, all Contract work, surety agrees that damage will be sustained by the City, and that it is and will be impracticable to determine the actual amount of damage by reason of such acts; and the Contractor and surety agree that in addition to any other damages City may sustain and may be recovered pursuant to these Contract Documents from Contractor (including but not limited to, Liquidated Damages), the surety shall pay to City the additional sum of one-half (1/2) of the Liquidated Damages set forth in the Bid Form and due from Contractor for Contractor s late completion of the work, and such sum is a reasonable amount to be charged as liquidated damages for each day surety fails or refuses to complete or cause to be completed, all Contract work, and it is therefore agreed that the Contractor and surety will pay to the City this sum, for each and every calendar day surety fails or refuses to complete or cause to be completed, the Contract work; and the Contractor and surety further agree that the City may deduct and retain the amount thereof from any monies due the Contractor under the Contract. E. If the Contractor's control over the work is terminated, the Contractor is not entitled to receive any portion of the amount to be paid under the Contract until the work is fully completed. After completion, if the unpaid balance exceeds the sum of the amount expended by the City in finishing the work, plus all damages sustained, or to be sustained, by the City, plus any unpaid claims on account of labor, materials, tools, equipment, or supplies contracted for by the Contractor for the work herein contemplated, the excess not otherwise required by these Contract Documents to H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Section A General Conditions 9819 B755.docx Section A General Conditions Rev. 09/

88 be retained shall be paid the Contractor. If the sum so expended exceeds the unpaid balance, the Contractor and Contractor's surety are liable to the City for the amount of such excess. If the surety completes the Contract work as provided above, such surety shall be subrogated to money due under the Contract, and to money which shall become due in the course of completion by the surety. However, Contractor and Surety agree that any subrogation rights of surety are subordinate to and inferior to rights of City. F. The City reserves the right to terminate the work for its convenience upon written notice to Contractor. In such event, the Contractor shall be paid its reasonable costs for that portion of the work performed to the date of termination, reasonable costs associated with demobilization, plus fifteen percent (15%) of all such costs for overhead and profit, which shall be full compensation to the Contractor and all subcontractors regardless of tier, and material suppliers, for any and all damages arising from City s termination. 49. FINAL INSPECTION, FIELD ACCEPTANCE, AND ACCEPTANCE A. The Contractor shall notify the Engineer in writing of the completion of the work, and the Engineer shall promptly inspect the work. The Contractor, or Contractor's representatives, may be present at the final inspection. The Contractor will be notified in writing of any defects or deficiencies to be remedied prior to final acceptance. Within ten (10) calendar days of such notification, the Contractor shall proceed to correct such defects or deficiencies. B. When the Engineer has made the final inspection and determines that the Contract work has been completed in all respects in accordance with the Contract Documents, the Engineer will recommend that the Director formally accept the Work as complete. Upon satisfactory completion of the Work and following the written acceptance of the Work as such by the Director or the Director s designated representative, the Engineer shall recommend the acceptance of the Contract to the City Council. Upon acceptance of the Contract as complete by the City Council, the said Council shall cause a Notice of Completion to be filed and recorded in the records of the Solano County Recorder's Office. C. Final acceptance by the City shall cause the commencement of guarantee periods. 50. CLEANING UP A. Throughout the construction period, the Contractor shall keep the site of the work in a presentable condition, dispose of any surplus materials, clean out all drainage ditches and structures, and repair any fences or other property damaged during the progress of the work, to the satisfaction of the Engineer and City. Upon completion of the work, and prior to requesting final inspection, the Contractor shall thoroughly clean the site of the work of all rubbish, excess material, and equipment, and all H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Section A General Conditions 9819 B755.docx Section A General Conditions Rev. 09/

89 portions of the work shall be left in a neat and orderly condition. The final inspection may not be made until this has been accomplished. B. If Contractor fails or refuses to fulfill these obligations to the City's satisfaction, City may, at its option, undertake these obligations, and withhold the cost of performing these obligations, plus an additional fee of twenty-five (25%) for administrative costs, from payments to Contractor. 51. RELIEF FROM MAINTENANCE AND RESPONSIBILITY A. Upon request of the Contractor, the Director, or the Director s designated representative, may relieve the Contractor of the duty of maintaining and protecting certain portions of the work as described below, which have been completed in all respects in accordance with the requirements of the Contract and to the satisfaction of the Engineer, and thereafter except with the Contractor's consent, the Contractor will not be required to do further work thereon. In addition, the action by the Director will relieve the Contractor of responsibility for injury or damage to those completed portions of the work resulting from use by public traffic or from the action of the elements or from any other cause but not from injury or damage resulting from the Contractor's own operations or from the Contractor's negligence. B. Portions of the work for which the Contractor may be relieved of the duty of maintenance and protection as provided in the above paragraph. C. However, nothing in this section providing for relief from maintenance and responsibility will be construed as relieving the Contractor of full responsibility for making good any defective work or materials found at any time before the formal written acceptance of the entire Contract by the Director. Furthermore, nothing in this section shall obligate the Director to relieve the Contractor for responsibility for any portion of the work and the Director may refuse to relieve the Contractor from responsibility for any reason, at the Director s sole discretion. 52. COMPLIANCE WITH LAWS AND REGULATIONS A. The Contract Price includes full compensation to Contractor for compliance with all current and future laws, rules, regulations, orders or decrees, affecting the work. The Contractor shall keep itself fully informed of, and shall observe and comply with, and shall cause any and all persons, firms, or corporations employed by Contractor or under it, to observe and comply with all State and national laws, and County and municipal ordinances, regulations, orders, and decrees which in any manner affect those engaged or employed in the work, or the materials used in the work, or which in any way affect the conduct of the work. Particular attention is called to the following: (1) HOURS OF LABOR - Eight hours of labor shall constitute a legal days' work, H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Section A General Conditions 9819 B755.docx Section A General Conditions Rev. 09/

90 and the Contractor or any subcontractor under it, in the performance of the Contract, shall not require more than eight hours of labor in any calendar day, and forty hours of labor in any calendar week, from any person employed by Contractor in the performance of the work under this Contract, except as permitted under the provisions of Section 1815 of the Labor Code of the State of California. The Contractor shall forfeit, as penalty to the City, Fifty Dollars ($50.00) for each workman employed by Contractor or any subcontractor under Contractor in the performance of the Contract for each calendar day during which any workman is required or permitted to labor more than eight hours and for each calendar week during which any workman is required or permitted to labor more than forty hours, in violation of the provisions of such Labor Code. B. No work other than overtime and shift work shall be done between the hours of 7:00PM and 7:00AM, except such work as is necessary for the proper care and protection of the work already performed or except in case of an emergency; excepting that overtime and shift work may be established by the Contractor with reasonable notice and the written permission of the Engineer and Owner s Representative. C. PREVAILING WAGE - Pursuant to Section 1770, and following, of the California Labor Code, the Contractor shall pay not less than the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations. Copies of such prevailing rate of per diem wages are on file at the office of City of Vallejo, 555 Santa Clara Street, Vallejo, CA, which copies shall be made available to any interested party on request. D. The Contractor shall forfeit, as penalty to the City, Fifty Dollars ($50.00) for each calendar day or portion thereof, for each workman paid less than the stipulated prevailing rates for any work done under the Contract by Contractor or by any subcontractor under it, in violation of the provisions of such Labor Code. E. LABOR DISCRIMINATION - Contractor shall comply with Section 1735 of the Labor Code of the State of California, which prohibits discrimination in the employment of persons upon public works because of the race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, or sex of such persons. F. APPRENTICES - Attention is directed to Section of the Labor Code of the State of California concerning employment of apprentices, and the Contractor is required to comply with the provisions of said Section. G. TRAVEL AND SUBSISTENCE PAYMENTS - Attention is directed to the requirements of Section of the Labor Code of the State of California. The Contractor shall make travel and subsistence payments to each workman needed to complete the work in accordance with the requirements in said Section H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Section A General Conditions 9819 B755.docx Section A General Conditions Rev. 09/

91 H. WORKERS COMPENSATION Pursuant to the requirements of Section 1860 of the Labor Code, the Contractor is required to secure the payment of Workers Compensation to Contractor s employees in accordance with the provisions of Section 3700 of the Labor Code. 1) Prior to the commencement of work, the Contractor shall sign and file with the Engineer a certification in the following form: "I am aware of the provisions of Section 3700 of the Labor Code, which requires 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." 2) Said certification is included in the Contract, and signature and return of the Contract as provided in Paragraph 17 of these General Conditions, "Signing of Contract," shall constitute signing and filing of the said certificate. I. USE OF PESTICIDES - The Contractor shall comply with all rules and regulations of the Department of Food and Agriculture, the Department of Health, the Department of Industrial Relations, and all other agencies which govern the use of pesticides required in the performance of the work on the Contract. 1) Pesticides shall include, but shall not be limited to, herbicides, insecticides, fungicides, rodenticides, germicides, nematocides, bactericides, inhibitors, fumigants, defoliants, desiccants, soil sterilants, and repellents. 2) Any substance or mixture of substances intended for preventing, repelling, mitigating, or destroying weeds, insects, diseases, rodents, or nematodes, and any substance or mixture of substances intended for use as a plant regulator, defoliant, or desiccant shall be considered a pesticide. J. PAYROLL RECORDS - Attention is directed to Section 1776 of the California Labor Code, a portion of which is quoted below. Regulations implementing said Section 1776 are located in Section 16000, and Sections through of Title 8, California Administrative Code. The Contractor shall be responsible for compliance by Contractor's subcontractors. (a) (b) Each contractor and subcontractor shall keep an accurate payroll record showing the name, address, Social Security number, work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker or other employee employed by him or her in conjunction with the public work. The payroll records enumerated under subdivision (a) shall be certified and H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Section A General Conditions 9819 B755.docx Section A General Conditions Rev. 09/

92 shall be available for inspection at all reasonable hours at the principal office of the Contractor on the following basis: (1) A certified copy of an employee's payroll record shall be made available for inspection or furnished to the employee or his or her authorized representative on request. (2) A certified copy of all payroll records enumerated in subdivision (a) shall be made available for inspection or furnished upon request to a representative of the body awarding the contract, the Division of Labor Standards Enforcement, and the Division of Apprenticeship Standards of the Department of Industrial Relations. (3) A certified copy of all payroll records enumerated in subdivision (a) shall be made available upon request by the public for inspection and copies thereof made; provided, however, that a request by the public shall be made through either the body awarding the contract, the Division of Apprenticeship Standards, or the Division of Labor Standards Enforcement. If the requested payroll records have not been provided pursuant to paragraph (2), the requesting party shall, prior to being provided the records, reimburse the costs of preparation by the contractor, subcontractors, and the entity through which the request was made. The public shall not be given access to the records at the principal office of the contractor. (c) (d) (e) (f) Each contractor shall file a certified copy of the records enumerated in subdivision (a) with the entity that requested the records within ten (10) days after receipt of a written request. Any copy of records made available for inspection as copies and furnished upon request to the public or any public agency by the awarding body, the Division of Apprenticeship Standards, or the Division of Labor Standards Enforcement shall be marked or obliterated in such a manner as to prevent disclosure of an individual's name, address, and Social Security number. The name and address of the contractor awarded the contract or performing the contract shall not be marked or obliterated. The contractor shall inform the body awarding the contract of the location of the records enumerated under subdivision (a), including the street address, city and county, and shall, within five (5) working days provide a notice of a change of location and address. In the event of noncompliance with the requirements of this section, the contractor shall have ten (10) days in which to comply subsequent to receipt of written notice specifying in what respects the contractor must comply with this section. Should noncompliance still be evident after the ten-day period, H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Section A General Conditions 9819 B755.docx Section A General Conditions Rev. 09/

93 the contractor shall, as a penalty to the state or political subdivision on whose behalf the contract is made or awarded, forfeit Twenty-five Dollars ($25.00) for each calendar day, or portion thereof, for each worker, until strict compliance is effectuated. Upon the request of the Apprenticeship Standards or the Division of Labor Standards Enforcement, these penalties shall be withheld from progress payments then due. The penalties specified in subdivision (f) of Labor Code Section 1776 for noncompliance with the provisions of said Section 1776 may be deducted from any moneys due or which may become due to the Contractor. L. REPORTING REQUIREMENTS AND SANCTIONS - Failure to deliver to City specific information, records, reports, certifications, or any other documents required for compliance with these Contract Documents shall be considered noncompliance. 1) Contractors found by the City to be in noncompliance are to be advised of the specific deficiencies and urged to make immediate corrections. They should also be advised that monetary deductions may be made for failure to effect corrections or delinquencies. 2) If the Contractor fails to correct a deficiency within fifteen (15) days after notification, a deduction may be made. In such cases, the deduction shall be ten percent (10%) of the estimated value of the work done during the month, except that the deduction will not exceed Ten Thousand Dollars ($10,000.00), nor be less than One Thousand Dollars ($1,000.00), and shall be deducted from the next progress payment. 3) Deductions for noncompliance will be in addition to all other deductions provided for in this Contract, and will apply irrespective of the number of instances of noncompliance. Deductions may be made separately and additively for each estimate period in which a new deficiency appears. When all deficiencies for a period have been corrected, the deduction covering that period will be released on the next progress payment. Otherwise, the deduction will be retained. 4) Contractor shall provide a written certification to City stating that all materials incorporated into the Project are lead and asbestos free. 53. RESPONSIBILITY OF THE CONTRACTOR A. The Contractor shall do all of the work and furnish all labor, materials, tools, equipment, and appliances, except as otherwise herein expressly stipulated, necessary, or proper for performing and completing the work herein required, including any Change Order work, disputed work or extra work directed by the City or Engineer, within the time specified. H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Section A General Conditions 9819 B755.docx Section A General Conditions Rev. 09/

94 B. If the Contractor discovers any discrepancies during the course of the work between the Contract Documents and conditions in the field, or any errors or omissions in the Contract Documents and conditions in the field, or any errors or omissions in the Contract drawings, specifications, or layout given by stakes, points, or instructions, it shall be the Contractor's duty to inform the Engineer immediately in writing, and the Engineer shall promptly verify the same. Any work done after such discovery until authorized in writing by the Engineer will be done at the Contractor's risk. C. In no case shall the use of subcontractors in any way alter the position of the Contractor or Contractor's sureties with relation to this Contract. When a subcontractor is used, the responsibility for every portion of the work shall still remain with the Contractor. D. The Contractor shall pay, when due, all valid claims of subcontractors, suppliers, and workmen with respect to the project. E. The mention herein of any specific duty or responsibility imposed upon the Contractor shall not be construed as a limitation or restriction of any other responsibility or duty imposed upon the Contractor by the Contract, said reference being made herein merely for the purpose of explaining the specific duty or responsibility. 54. INDEMNIFICATION A. Contractor shall defend, indemnify, and save harmless City, Owner s Representative and Engineer (including their inspectors, project managers, trustees, officers, agents, members, employees, affiliates, consultants, subconsultants, and representatives), and each of them, of and from any and all claims, demands, suits, causes of action, damages, costs, expenses, attorneys' fees, losses, or liability, in law or in equity, of every kind and nature whatsoever arising out of, or in connection with, Contractor's operations to be performed under this Contract, including, but not limited to: 1. Personal injury (including, but not limited to, bodily injury, emotional injury or distress, sickness, or disease) or death to persons, including, but not limited to, any employees or agents of Contractor, City, Engineer, or any subcontractor, or damage to property of anyone including the work itself (including loss of use thereof), caused or alleged to be caused in whole or in part by any negligent act or omission of Contractor, City, or Engineer, or anyone directly or indirectly employed by them, or anyone for whose acts they may be liable; 2. Penalties threatened, sought, or imposed on account of the violation of any law, order, citation, rule, regulation, standard, ordinance, or statute, caused by the action or inaction of Contractor; H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Section A General Conditions 9819 B755.docx Section A General Conditions Rev. 09/

95 3. Alleged infringement of any patent rights which may be brought arising out of Contractor's work; 4. Claims and liens for labor performed or materials used or furnished to be used on the job, including all incidental or consequential damages from such claims or liens; 5. Contractor's failure to fulfill any of the covenants set forth in these Contract Documents; 6. Failure of Contractor to comply with the provisions of the Contract Documents relating to insurance; and, 7. Any violation or infraction by Contractor of any law, order, citation, rule, regulation, standard, ordinance, or statute in any way relating to the occupational, health, or safety of employees. B. The indemnities set forth in these Contract Documents shall not be limited by the insurance requirements set forth in these Contract Documents. C. Contractor's indemnification of City will not include indemnification for claims which arise as the result of the active negligence of City, or the sole negligence or willful misconduct of City, its agents, servants or independent contractors who are directly responsible to City, or for defects in design furnished by such persons. 55. PERMITS AND LICENSES A. The Contractor shall procure all permits and licenses necessary for the normal conduct of its business and construction operations, and all costs associated therewith shall be paid by Contractor. B. The Environmental Quality Act of 1970 may be applicable to permits, licenses, and other authorizations which the Contractor must obtain from local agencies in connection with performing the work of the Contract. The Contractor shall comply with the provisions of said statutes in obtaining such permits, licenses, and other authorizations, and they shall be obtained in sufficient time to prevent delays to the work. C. In the event that the City has obtained permits, licenses, or other authorizations applicable to the work in conformance with the requirements in said Environmental Quality Act of 1970, the Contractor shall comply with the provisions of said permits, licenses, and other authorizations. D. City shall waive all fees to all City permits. Contractor shall procure a City building permit prior to start of construction. H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Section A General Conditions 9819 B755.docx Section A General Conditions Rev. 09/

96 56. PROTECTION OF CITY AGAINST PATENT CLAIMS A. The Contractor shall assume all costs arising from the use of patented materials, equipment, devices, or processes used on or incorporated in the work. 57. PROTECTION OF WORKERS A. The Contractor shall conform to the rules and regulations pertaining to safety established by the California Division of Industrial Safety and any other governing body having jurisdiction over the work. The Contractor shall immediately replace or repair any unsafe ladder, scaffolding, shoring, or bracing, or correct any other dangerous or hazardous situation that may exist or that the Engineer may indicate. Failure of the City or Engineer to suspend the work or notify the Contractor of the inadequacy of the safety precautions or noncompliance with the law shall not relieve the Contractor of this responsibility. B. The Contractor is warned that when the work involves existing sewers and appurtenances that have been exposed to sewage and industrial wastes, these facilities shall be considered contaminated with disease-causing organisms. Personnel in contact with contaminated facilities, debris, waste water, or similar items shall be advised by the Contractor of the necessary precautions that must be taken to avoid becoming diseased. It is the Contractor's responsibility to urge his/her personnel to observe a strict regimen of proper hygienic precautions, including any inoculations recommended by the local public health officer. C. Because of the potential danger of solvents, gasoline, and other hazardous material in the existing sewers and storm drain pipes, these areas shall be considered hazardous. The Contractor shall be aware of these dangers and shall comply with Article 108, "Confined Spaces," of the General Industrial Safety Orders contained in Title 8 of the California Administrative Code. D. In the event that this Contract requires the excavation of any trench or trenches in excess of five feet in depth, Contractor shall prepare a detailed design plan showing the design of shoring, bracing, sloping, or other provisions to be made for worker protection from the hazard of caving ground during the excavation of such trenches. Said detailed design plan and subsequent excavating operations shall fully comply with all local, state and federal regulations including, but not limited to, the Construction Safety Orders, Section 1539, Permits and Section 1540 et seq., Excavation. 58. PROTECTION OF MATERIALS AND EQUIPMENT A. The Contractor shall protect all of the work, materials, and equipment from damage H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Section A General Conditions 9819 B755.docx Section A General Conditions Rev. 09/

97 due to the nature of the work, the action of the elements, trespassers, or other causes until the Project is accepted by the City. The Contractor shall properly store materials and equipment, and erect such temporary structures as are required to protect them from damage, including, but not limited to, construction fencing. 59. SANITARY PROVISIONS A. The necessary sanitary conveniences for the use of the workers on the project, properly obscured from public observance, shall be furnished and maintained by the Contractor. 60. EXISTING UTILITIES A. Contractor is solely responsible for determining the actual location of all utilities on the site of the work or that may be affected by Contractor s operations or the work, before Contractor begins its operations on the Project, which risk and cost the Contractor included in its Base Bid and is included in the Contract Sum. Contractor agrees that its failure to determine the actual location of all utilities on the site of the work before it begins its operations on the Project is a breach of this Contract and constitutes a failure by the Contractor to exercise reasonable care. B. It is recognized by the Contractor that the location of existing utility facilities as shown on Contract drawings and specifications are approximate, may be incomplete and their exact location is unknown. There may be additional utilities existing on the property unknown to City. Location of utilities as shown on drawings and specifications represent information obtainable from utility maps and other information furnished by the various agencies involved. The City warrants neither the accuracy nor the extent of actual installations as shown on the drawings and specifications. Because of this uncertainty, it may become necessary for the Engineer to make adjustments in the line or grade of sewers or storm drains. Installation of such adjusted lines shall be made at the regular unit price bid for the work, and no additional compensation will be paid therefor, unless the scope and character of the work has been changed. C. The Contractor shall coordinate and fully cooperate with the City and utility owners for the location, relocation, and protection of utilities. The Contractor's attention is directed to the existence of utilities, underground and overhead, necessary for normal house and commercial service for all buildings along the line of work. The Contractor shall make arrangements with utility owners for the location of house and commercial services lines in advance of the actual construction and for the relocation of such facilities, if necessary, by the utility owner or the Contractor. D. In accordance with Section 4215 of the Government Code of the State of California, the City shall make provisions to compensate the Contractor for the costs of repairing damage not due to the failure of the Contractor to exercise reasonable H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Section A General Conditions 9819 B755.docx Section A General Conditions Rev. 09/

98 care, and removing or relocating main and trunk line utility facilities not indicated in the plans and specifications with reasonable accuracy, and for equipment on the project necessarily idled during such work. Compensation will be in accordance with the section in these Contract Documents titled and subject to all of the requirements of section in these Contract Documents titled Claims. In the event the Contractor discovers utilities not identified in the Contract Documents, the Contractor shall immediately notify the City, Engineer and the utility owner by the most expeditious means available and later confirm in writing. 61. COOPERATION WITH OTHERS A. The City or adjacent property owners may perform other work adjacent to or within the project area, concurrent with the Contractor's operations. The Contractor shall cooperate fully with City in all operations which coincide with other work being performed, and provide City with such scheduling and other information as may be required by City to perform such other work. The Contractor shall conduct operations to minimize interference with the work of other forces or contractors performing such work. his work performed by a second contractor may include work which is incomplete or in dispute with the Contractor. B. Any disputes or conflicts which may arise between the Contractor and any other forces or contractors retained by the City, causing delays or hindrance to each other, shall be referred to the Owner s Representative for resolution. C. If the work of the Contractor is delayed because of any acts or omissions of any other forces or contractor, the Contractor shall on that account have no claim against the City other than for an extension of time. 62. AIR POLLUTION CONTROL A. The Contractor shall comply with all air pollution control rules, regulations, ordinances, and statutes which apply to any work performed pursuant to the Contract, including any air pollution control rules, regulations, ordinances, and statutes specified in Section of the Government Code. B. Unless otherwise provided in the Contract Documents, material to be disposed of shall not be burned. 63. WATER POLLUTION A. The Contractor shall comply with all rules, regulations, ordinances, and statues which apply to water pollution, including but not limited to, erosion control and Section 7-1.G of the State specifications. H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Section A General Conditions 9819 B755.docx Section A General Conditions Rev. 09/

99 64. SOUND CONTROL REQUIREMENTS A. The Contractor shall comply with all sound control and noise level rules, regulations, and ordinances which apply to any work performed pursuant to the Contract. B. Each internal combustion engine, used for any purpose on the job or related to the job, shall be equipped with a muffler of a type recommended by the manufacturer. No internal combustion engine shall be operated on the project without said muffler. 65. UNFAVORABLE WEATHER AND OTHER CONDITIONS A. During unfavorable weather and other conditions, the Contractor shall pursue only such portions of the work as will not be damaged thereby. No portions of the work the satisfactory quality or efficiency of which will be affected by any unfavorable conditions shall be constructed while these conditions remain, unless, by special means or precautions approved by the Engineer, the Contractor shall be able to overcome these conditions. 66. WEEKEND, HOLIDAY, AND NIGHT WORK A. No work shall be done between the hours of 7:00PM and 7:00AM, or on Saturdays and Sundays or legal holidays, except with written permission of the Owner s Representative and Engineer. Requests to work between 7:00PM and 7:00AM, or on Sundays or legal holidays, must be submitted in writing at least two working days in advance of the intended work. In case of an emergency, the Contractor will be allowed to work at night or on Sundays or legal holidays, but must notify the Engineer immediately. An emergency shall be considered an unforeseen event that poses a danger to the public or to the uncompleted work. B. It is understood, however, that two or three shift operations may be established as a regular procedure by the Contractor if Contractor first obtains written permission from the Owner s Representative or Engineer. Such permission may be revoked by the Owner s Representative or Engineer at any time, without cause, or if the Contractor fails to maintain adequate force and equipment for reasonable prosecution and to justify inspection of the work, or fails to provide sufficient artificial light to permit the work to be carried on properly and safely and to permit proper inspection. C. The Contractor shall give the Owner s Representative and Engineer two working days prior written notice of any work to be done on a Saturday, with the location and type of work to be done specified; and any work done without such notice and without the supervision of an inspector may be ordered removed and replaced at the Contractor's expense. D. Contractor shall reimburse City and Engineer for all costs and expenses incurred by H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Section A General Conditions 9819 B755.docx Section A General Conditions Rev. 09/

100 either, including but not limited to, overtime pay, when Contractor works more than one eight hour shift each day, or works on weekends or holidays. 67. OVERLOADING A. The Contractor shall determine safe loading capacities and shall not overload any structure beyond its safe capacity during construction. In addition to assuming full responsibility for all property damage and bodily injury resulting from any such overloading, the Contractor shall repair to the Engineer's satisfaction or reimburse the City for the costs of repairing damage resulting therefrom. 68. SUBCONTRACTING AND ASSIGNMENT A. The performance of the Contract may not be assigned except upon written consent of the City, and no assignment shall be permitted which would relieve the original Contractor or Contractor's surety of their responsibilities under the Contract. Any attempt by Contractor to assign this Contract is void. 69. NON-RECOGNITION OF SUBCONTRACTORS A. No subcontractor will be recognized as such, and all persons engaged in the work under this Contract will be considered as employees of the Contractor, and their work shall be subject to all the provisions of the Contract. The City and its representatives will deal only with the Contractor, who shall be responsible for the proper performance of the entire work. Except as otherwise provided in the Contract Documents, or when direct communications have been specifically authorized, the City and Contractor shall communicate through Owner s Representative. Communications by Contractor with the Engineer shall be through the Owner s Representative. Communications by the City and Engineer with subcontractors shall be through the Contractor. 70. LANDS AND RIGHTS OF WAY A. The City may provide the lands, rights of way, and easements upon which the work under this Contract is to be done, and such other lands as may be designated on the Contract drawings for the use of the Contractor, and the Contractor shall confine Contractor's operations to within these limits. The Contractor shall provide, at Contractor's own expense, any additional land and access thereto that may be required for temporary construction facilities or storage of materials. 71. LIABILITY OF CITY OFFICIALS A. Neither the Engineer, nor officers, employees, agents, or representatives of the H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Section A General Conditions 9819 B755.docx Section A General Conditions Rev. 09/

101 City, nor any of them, shall be responsible for any liability arising under this Contract, except such obligations as are specifically set forth herein. 72. CONTRACTOR NOT AN AGENT OF THE CITY A. The right of general supervision shall not make the Contractor an agent of the City and the liability of the Contractor for all damages to persons or to public or private property arising from the performance of the work shall not be lessened because of such general supervision. 73. THIRD-PARTY CLAIMS A. The Contractor shall be responsible for all third-party claims, and for costs or injuries incurred by a third party which result from the operations of the Contractor, or its performance under the Contract. 74. GUARANTEE A. Should any failure of the work occur within a period of one year after recordation of the notice of completion of the project or portions thereof, which can be attributed to faulty materials, poor workmanship, or defective equipment, the Contractor shall promptly make the needed repairs at Contractor's expense. B. The City is hereby authorized to make such repairs if the Contractor fails to make or undertake with due diligence the aforesaid repairs within ten (10) days after Contractor is given notice of such failure and without notice to the surety provided, however, that in case of emergency where, in the opinion of the City, delay would cause serious loss or damages, or a hazard to the public, the repairs may be made or lights, signs, and barricades erected, without prior notice to the Contractor or surety, and the Contractor shall pay the entire costs thereof. C. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. 75. ASSIGNMENT OF ANTITRUST ACTIONS A. Pursuant to Section 4552 of the Government Code of the State of California, the following provisions shall be a part of this Contract: B. In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the contractor or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Section A General Conditions 9819 B755.docx Section A General Conditions Rev. 09/

102 Sec. 15), or under Cartwright Act (Chapter 2, commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the public works contract or the subcontract. This assignment shall be made and become effective at the time the awarding body tenders final payment to the contractor without further acknowledgment by the parties. 76. LEGAL ADDRESS OF THE CONTRACTOR A. Both the address given in the Bid Form and the Contractor's office in the vicinity of the work are hereby designated as places to either of which drawings, letters, notices, or other articles or communications to the Contractor may be mailed, transmitted electronically or delivered. The mailing, electronic transmission or delivery at either of these places shall be deemed sufficient notice thereof upon the Contractor. Nothing herein contained shall be deemed to preclude the service of any drawing, letter, notice, article, or communication to, or upon, the Contractor or Contractor's representative personally. The address named in the proposal may be changed at any time by written notice from the Contractor to the Engineer and City. 77. SURVEYS A. When set forth in the Contract Documents that the Contractor is to provide staking and engineering services, the Contractor shall be responsible to do all necessary staking and engineering services to layout and control the work to the elevations, lines, and dimensions shown on the plans. Any deviations must receive prior written approval of the Engineer. All staking and engineering services affecting the line or elevation of underground drainage, sewers, or utilities, and all other work within public rights of way or easements shall be performed by or under the direction and supervision of a Registered Civil Engineer or Licensed Land Surveyor, licensed by the state of California. B. The Contractor shall keep the Owner s Representative informed, at least two working days in advance, of the times and places at which Contractor will need lines, elevations, and reference points. Unless authorized by the Engineer, any work done without line and grade will be done at the Contractor's risk. The Contractor shall be responsible for the accuracy of Contractor's own layout work, and shall be liable for the preservation of all established lines and grades. Stakes damaged or destroyed by the operations of the Contractor will be replaced at Contractor's expense. 78. MATERIALS OR EQUIPMENT SPECIFIED BY NAME A. When any materials or equipment is indicated or specified by patent or proprietary H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Section A General Conditions 9819 B755.docx Section A General Conditions Rev. 09/

103 name or by the name and catalogue number of the manufacturer, it shall be considered as used for convenience in describing the material or equipment desired. The use of an alternative material or equipment which is of equal quality and of the required characteristics for the purpose intended may be permitted. Request for such substitution shall be made in writing by the Contractor within ten (10) days of the Notice to Proceed. Failure by the Contractor to request substitution within ten (10) days of the Notice to Proceed constitutes an agreement by Contractor to furnish only the materials or equipment listed in the Contract Documents and Contractor agrees no other materials or equipment other than that listed in the Contract Documents shall be incorporated into any submittal or the Project. B. Until and unless such substitutions are accepted in writing by the Engineer, no deviations from the specifications shall be allowed. All requests for substitutions by the Contractor shall be in a writing clearly and prominently titled Request for Substitution. The burden of proof as to the quality and suitability of the alternative shall be upon the Contractor. The City shall be the sole judge as to the quality and suitability of alternative materials or equipment, and its decision shall be final. 79. PROPERTY RIGHTS IN MATERIAL A. Nothing in this Contract shall be construed as vesting in the Contractor any right of property in the materials used, after they have been installed, attached, or affixed to the work, but all such materials shall be the property of the Contractor and the City jointly as their interest may appear, and cannot be removed from the work without the consent of the City. 80. CONTRACTOR'S EQUIPMENT A. The Contractor shall provide adequate and suitable equipment and means of construction to meet all the requirements of the work, including completion within the time allotted. Only equipment suitable to produce the quality of work required will be permitted to operate on the project, and specific types of equipment may be requested on component parts of the work. B. In any case where the use of a particular type or piece of equipment has been banned, or in cases where the Engineer has condemned for use on the work, any piece or pieces of equipment, the Contractor shall promptly remove such equipment from the site of the work. Failure to do so within a reasonable time may be considered a breach of contract. 81. SAFETY AND PROTECTION A. Contractor shall be solely responsible for initiating, maintaining and supervising all H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Section A General Conditions 9819 B755.docx Section A General Conditions Rev. 09/

104 safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: (1) all persons on the Site or who may be affected by the Work; (2) all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and (3) other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify City of adjacent property and of Underground Facilities and other facilities when prosecution of the Work may affect said facilities, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City s safety programs. D. Contractor shall inform City and Engineer of the specific requirements of Contractor s safety program with which City s and Engineer s employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph SC-83 a.(2) or SC-83 a. (3) caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of City or Engineer or anyone employed by any of them, or anyone for whose acts any of them may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of Contractor or any Subcontractor, Supplier, or other individual or entity directly or indirectly employed by any of them). F. Contractor s duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work in accordance with Paragraph 49. G. Safety Representative: Contractor shall designate a qualified and experienced safety representative at the Site whose duties and responsibilities shall be the H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Section A General Conditions 9819 B755.docx Section A General Conditions Rev. 09/

105 prevention of accidents and the maintaining and supervising of safety precautions and programs. H. Hazard Communication Programs: Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers at the Site in accordance with Laws or Regulations. I. Emergencies: In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give Engineer prompt written notice if Contractor believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. 82. MISCELLANEOUS PROVISIONS A. This Contract shall bind and inure to the heirs, devisees, assignees, and successors in interest of Contractor, and to the successors in interest of City, in the same manner as if such parties had been expressly named herein. B. This Contract shall be governed by the laws of the State of California. C. If any one or more of the provisions contained in the Contract should be invalid, illegal, or unenforceable in any respect, the validity, legality, and enforceability of the remaining provisions contained herein shall not in any way be affected or impaired thereby. D. This Contract constitutes the full and complete agreement of the parties, and supersedes any previous agreements or understandings, oral or written, with respect to the subject matter hereof. No amendment, modification or waiver of any of the terms of this Contract is valid unless contained in a written instrument, signed by both parties, expressly agreeing to such amendment, modification or waiver. E. Contractor hereby assigns to City all its first-tier subcontracts now or hereafter entered into by Contractor for performance of any part of the work. The assignment will be effective upon acceptance by City in writing, and only as to those subcontracts which City designates in writing. Such assignment is part of the consideration to City for entering into the Contract with Contractor, and may not be withdrawn. 83. PUBLIC CONTRACT CODE SECTION 20104, ET SEQ. Public Contract Code section 20104, et seq., requires that the following language be set forth in the specifications: H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Section A General Conditions 9819 B755.docx Section A General Conditions Rev. 09/

106 ' Application of article; provisions included in plans and specifications 1. (1) This article applies to all public works claims of three hundred seventy-five thousand dollars ($375,000) or less which arise between a contractor and a local agency. (2) This article shall not apply to any claims resulting from a contract between a contractor and a public agency when the public agency has elected to resolve any disputes pursuant to Article 7.1 (commencing with Section 10240) of Chapter 1 of Part (1) "Public work" has the same meaning as in Sections 3100 and 3106 of the Civil Code, except that "public work" does not include any work or improvement contracted for by the state or the Regents of the University of California. (2) "Claim" means a separate demand by the contractor for (A) a time extension, (B) payment of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public work and payment of which is not otherwise expressly provided for or the claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed by the local agency. 3. The provisions of this article or a summary thereof shall be set forth in the plans or specification for any work which may give rise to a claim under this article. 4. This article applies only to contracts entered into on or after January 1, Claims; requirements; tort claims excluded For any claim subject to this article, the following requirements apply: 1. The claim shall be in writing and include the documents necessary to substantiate the claim. Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to extend the time limit or supersede notice requirements otherwise provided by contract for the filing of claims. 2. (1) For claims of less than fifty thousand dollars ($50,000), the local agency shall respond in writing to any written claim within 45 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Section A General Conditions 9819 B755.docx Section A General Conditions Rev. 09/

107 (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 15 days after receipt of the further documentation or within a period of time no greater than that taken by the claimant in producing the additional information, whichever is greater. 3. (1) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all written claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 30 days after receipt of the further documentation, or within a period of time no greater than that taken by the claimant in producing the additional information or requested documentation, whichever is greater. (4) If the claimant disputes the local agency's written response, or the local agency fails to respond within the time prescribed, the claimant may so notify the local agency, in writing, either within 15 days of receipt of the local agency's response or within 15 days of the local agency's failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedule a meet and confer conference within 30 days for settlement of the dispute. (5) Following the meet and confer conference, if the claim or any portion remains in dispute, the claimant may file a claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the claimant submits his or her written claim pursuant to subdivision (a) until the time that claim is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process. (6) This article does not apply to tort claims and nothing in this article is intended nor shall be construed to change the time periods for filing tort claims or actions specified by Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. ' Civil action procedures; mediation and arbitration; trial de novo; witnesses H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Section A General Conditions 9819 B755.docx Section A General Conditions Rev. 09/

108 The following procedures are established for all civil actions filed to resolve claims subject to this article: 1. Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court shall submit the matter to nonbinding mediation unless waived by mutual stipulation of both parties. The mediation process shall provide for the selection within 15 days by both parties of a disinterested third person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within 15 days from the commencement of the mediation unless a time requirement is extended upon a good cause showing to the court or by stipulation of both parties. If the parties fail to select a mediator within the 15-day period, any party may petition the court to appoint the mediator. 2. (1) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 (commencing with Section ) of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section of that code. The Civil Discovery Act of 1986 (Article 3 (commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil Procedure) shall apply to any proceeding brought under this subdivision consistent with the rules pertaining to judicial arbitration. (2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators appointed for purposes of this article shall be experienced in construction law, and, upon stipulation of the parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay not to exceed their customary rate, and such fees and expenses shall be paid equally by the parties, except in the case of arbitration where the arbitrator, for good cause, determines a different division. In no event shall these fees or expenses be paid by state or county funds. (3) In addition to Chapter 2.5 (commencing with Section ) of Title 3 of Part 3 of the Code of Civil Procedure, any party who after receiving an arbitration award requests a trial de novo but does not obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, pay the attorney's fees of the other party arising out of the trial de novo. 3. The court may, upon request by any party, order any witnesses to participate in the mediation or arbitration process. ' Payment on undisputed portion of claim; interest on arbitration awards or judgments 1. No local agency shall fail to pay money as to any portion of a claim which is undisputed except as otherwise provided in the contract. 2. In any suit filed under Section , the local agency shall pay interest at the H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Section A General Conditions 9819 B755.docx Section A General Conditions Rev. 09/

109 legal rate on any arbitration award or judgment. The interest shall begin to accrue on the date the suit is filed in a court of law. END OF SECTION H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Section A General Conditions 9819 B755.docx Section A General Conditions Rev. 09/

110 H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Section A General Conditions 9819 B755.docx Section A General Conditions Rev. 09/

111 SECTION B - SUPPLEMENTARY CONDITIONS DEMOLITION & ABATEMENT PROJECT - MARE ISLAND BUILDING 755 i

112 ii

113 TABLE OF CONTENTS PAGE SC-1 BASIC DEFINITIONS SC-1A TERMINOLOGY SC-22 INTENT OF THE PLANS AND SPECIFICATIONS iii

114 iv

115 SECTION B - SUPPLEMENTARY CONDITIONS These Supplementary Conditions amend or supplement the General Conditions of the Construction Contract. All provisions which are not so amended or supplemented remain in full force and effect. The terms used in these Supplementary Conditions have the meanings stated in the General Conditions. Additional terms used in these Supplementary Conditions have the meanings stated below, which are applicable to both the singular and plural thereof. The paragraph numbering system used in these Supplementary Conditions is the same as the paragraph numbering system used in the General Conditions, with the prefix "SC" added thereto. SC-1 BASIC DEFINITIONS Add the following definitions to Paragraph 1: (a ) (b ) (c ) (d ) (e ) (f ) (g ) Asbestos - Any material that contains more than one percent (1%) asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. Hazardous Environmental Condition - The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, or Radioactive Material in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. Hazardous Waste - The term Hazardous Waste shall have the meaning provided in Section 1004 of the Solid Waste Disposal Act (42 USC Section 6903 ) as amended from time to time. PCBs - Polychlorinated biphenyls. Petroleum - Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute ), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non Hazardous Waste and crude oils. Radioactive Material - Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq. ) as amended from time to time. Underground Facilities - All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Section B Supplementary Conditions 9819 B755.docx Supplementary Conditions Rev. 06/

116 encasements containing such facilities, including those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. Add the following new paragraphs immediately following Paragraph 1 SC-1A TERMINOLOGY a. The words and terms discussed in the following Paragraphs b. through e. are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. b. Intent of Certain Terms or Adjectives: The Contract Documents include the terms as allowed, as approved, as ordered, as directed or terms of like effect or import to authorize an exercise of professional judgment by Engineer. In addition, the adjectives reasonable, suitable, acceptable, proper, satisfactory, or adjectives of like effect or import are used to describe an action or determination of Engineer as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). The use of any such term or adjective is not intended to and shall not be effective to assign to Engineer any duty or authority to supervise or direct the performance of the Work, or any duty or authority to undertake responsibility contrary to r any provision of the Contract Documents. c. Defective: The word defective, when modifying the word Work, refers to Work that is unsatisfactory, faulty, or deficient in that it: (1) does not conform to the Contract Documents; or (2) does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or (3) has been damaged prior to Engineer s recommendation of final payment. d. Furnish, Install, Perform, Provide: (1) The word furnish, when used in connection with services, materials, or equipment, shall mean to supply and deliver said services, materials, or equipment to the Site (or some other specified location) ready for use or installation and in usable or operable condition. (2) The word install, when used in connection with services, materials, or equipment, shall mean to put into use or place in final position said services, materials, or equipment complete and ready for intended use. (3) The words perform or provide, when used in connection with services, materials, or equipment, shall mean to furnish and install said services, materials, or equipment complete and ready for intended use. (4) When furnish, install, perform, or provide is not used in connection with services, materials, or equipment in a context clearly requiring an obligation H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Section B Supplementary Conditions 9819 B755.docx Supplementary Conditions Rev. 06/

117 of Contractor, provide is implied. e. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. SC-22 INTENT OF THE PLANS AND SPECIFICATIONS Add the following paragraphs to the end of Paragraph 22: Standards, Specifications, Codes, Laws, and Regulations a. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids, except as may be otherwise specifically stated in the Contract Documents. b. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or Engineer, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, Engineer, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. Reporting Discrepancies: a. Contractor s Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein and all applicable field measurements. Contractor shall promptly report in writing to Engineer any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from Engineer before proceeding with any Work affected thereby. b. Contractor s Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation, (b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to Engineer in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency, as required by Paragraph SC-84) until an amendment or supplement to the Contract Documents has been issued. H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Section B Supplementary Conditions 9819 B755.docx Supplementary Conditions Rev. 06/

118 Resolving Discrepancies: a. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and: b. the provisions of any standard, specification, manual, or code, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents); or c. the provisions of any Laws or Regulations applicable to the performance of the Work (unless such an interpretation of the provisions of the Contract Documents would result in violation of such Law or Regulation). END OF SECTION H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Section B Supplementary Conditions 9819 B755.docx Supplementary Conditions Rev. 06/

119 SECTION D TECHNICAL SPECIFICATIONS SECTION D TECHNICAL SPECIFICATIONS... I SECTION D ORDER OF WORK... D-1 SECTION D MOBILIZATION... D-3 SECTION D TRAFFIC CONTROL... D-5 SECTION D EARTHWORK... D-7 SECTION D.7520 ABATEMENT OF ASBESTOS CONTAINING MATERIALS (ACM) & ASBESTOS CONTAINING CONSTRUCTION MATERIALS (ACCM) D-11 SECTION D.7521 ABATEMENT OF LEAD BASED PAINT & LEAD CONTAINING PAINT MATERIALS... D-45 SECTION D.7522 ABATEMENT OF BALLASTS AND LIGHT TUBES, PCB CONTAINING BALLAST AND MERCURY CONTAINING FLUORESCENT TUBES... D-63 SECTION D.7600 DEMOLITION AND REMOVAL OF EXISTING STRUCTURES D-73 D-i

120 D-ii

121 SECTION D ORDER OF WORK PART 1 GENERAL 1.01 SCOPE OF WORK A. Order of work shall conform to the following provisions. PART 2 MATERIALS NOT APPLICABLE PART 3 EXECUTION 3.01 PERMITS AND INSURANCE A B Prior to beginning construction on any portion of the project all bonds and insurance shall be obtained by the Contractor. Contractor shall notify Bay Area Air Quality Management District (BAAQMD) after the Notice to Proceed has been issued by the City. Contractor shall present said notification to the City at least 10 working days prior to commencement of abatement and demolition operations. See web links below. BAAQMD Demolition and Renovation Programs/Demolition-and-Renovation.aspx Demolition Notification form: _demolition.ashx?la=en 3.02 TRAFFIC CONTROL A. Prior to daily start of work, contractor shall set up all traffic control measures (i.e. signs, cones) in areas of the private parking lots and in the public right of way (sidewalks) which are affected by the work PRE-CONSTRUCTION MEETING A. Contractor and Engineer shall meet to discuss the project prior to any start of work. B. All material submittal shall be reviewed and approved by the Engineer prior to start of work. Any rejected material and work will not be subject to compensation. H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Section D Technical Specs 9819 B755.docx SECTION 0001 ORDER OF WORK D-1

122 PART 4 MEASUREMENT AND PAYMENT 4.01 MEASUREMENT AND PAYMENT A. Payment for all aspects of Order of Work is considered to be included in the various items of work and no additional compensation will be allowed therefore. END OF SECTION H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Section D Technical Specs 9819 B755.docx SECTION 0001 ORDER OF WORK D-2

123 SECTION D MOBILIZATION PART 1 GENERAL 1.01 SCOPE OF WORK A. Organization and mobilization of the Contractor s forces. B. Transporting equipment to the jobsite and setting up of same. C. Transporting various tools, materials and equipment to the jobsite. D. Erection of temporary facilities as required for field offices, staging, storage and construction operations. E. Assembly of equipment, tools, materials and supplies for the prosecution of work; the completed assembly, in working order of equipment necessary to perform the required work. F. Installation of temporary fencing PART 2 MATERIALS NOT APPLICABLE PART 3 EXECUTION 3.01 MOBILIZATION A. See Section D 0001 Order of Work, Part 1 General, 1.01 Scope of Work. PART 4 MEASUREMENT AND PAYMENT 4.01 MEASUREMENT A. This item shall not be measured PAYMENT A. Payment for Item No. 1, Mobilization shall be paid for by the contract Lump Sum (LS) price shown on the Bid Sheet. The contract lump sum price paid shall include: H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Section D Technical Specs 9819 B755.docx SECTION 0100 MOBILIZATION D-3

124 a) mobilizing equipment and other appurtenances b) bonds c) insurance d) permit application & fees e. installation, maintenance and breakdown of temporary fencing e) demobilizing all equipment and other appurtenances The contract lump sum paid shall also include full compensation for all work involved for furnishing all labor, tools, equipment, materials, and incidentals, complete in place, as shown on the plans, as specified in the specifications, and as directed by the Engineer. B. The contract lump sum price will be paid as follows: 1. Forty five percent (45%) of the contract item price within 15 days of the effective date of the Notice to Proceed. 2. Fifty percent (50%) of the contract item price within45 days of the effective date of the Notice to Proceed and approximately 30% of the work has been completed. 3. Five percent (5%) of the contract item price after the Engineer has determined that the Contractor has left the work site in a clean condition and the Engineer has issued the Relief of Maintenance END OF SECTION H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Section D Technical Specs 9819 B755.docx SECTION 0100 MOBILIZATION D-4

125 SECTION D TRAFFIC CONTROL PART 1 GENERAL 1.01 SCOPE OF WORK A. This work shall include installation of temporary signs, flagging, traffic-handling equipment, devices and other related items to provide for safety and convenience to the public and public traffic during all phases of construction. B. Nothing in these special provisions shall be construed as relieving the Contractor from his responsibility to provide such additional devices or take such measures as may be necessary to comply with the provisions in Section , "Public Safety," of the Standard Specifications. PART 2 MATERIALS A. All traffic control devices shall conform to Section 12 of the Caltrans Standard Specifications. PART 3 EXECUTION 3.01 SCHEDULE OF OPERATIONS AND TRAFFIC CONTROL PLAN A. The contractor must submit a detailed schedule of operations and a traffic control plan to the City by the date of the pre-construction meeting for its review, comment and approval. No work will begin until the construction schedule and traffic control plan have been approved in writing TRAFFIC CONTROL DEVICES A. Traffic Control Devices. Installation of all traffic control devices shall conform to Section 12 of the Caltrans Standard Specifications. B. If any component in the traffic control system is displaced, or ceases to operate or function as specified, from any cause, during the progress of the work, the Contractor shall immediately repair said component to its original condition or replace said component and shall restore the component to its original location PARKING RESTRICTIONS A. Attention is directed to Section 7 of the Caltrans Standard Specifications. Restriction of parking on the street will be permitted only when authorized by the Engineer. H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Section D Technical Specs 9819 B755.docx SECTION 0200 TRAFFIC CONTROL D-5

126 B. A minimum of 72 hours (3 days) posted notification of restricted parking is required for all areas authorized for no parking. 72 hours prior notification is required to legally tow vehicles parked in construction zones. C. Length of parking restriction shall be as approved by the Engineer FLAGGING A. The contractor must provide all flag persons necessary for the direction of public traffic either through or around the work, including but not limited to providing a flag person at all times during the unloading of materials. PART 4 MEASUREMENT AND PAYMENT A. Payment for all aspects of Traffic Control is considered to be included in the various items of work and no additional compensation will be allowed therefore. END OF SECTION H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Section D Technical Specs 9819 B755.docx SECTION 0200 TRAFFIC CONTROL D-6

127 SECTION D EARTHWORK PART 1 GENERAL 1.01 SCOPE OF WORK A. General - Earthwork shall conform to Section 2 of the City of Vallejo Standard Specifications and to Section 19, Earthwork of the Caltrans Standard Specifications and to these Technical Specifications. Earthwork shall include roadway excavation, ditch excavation, import of borrow material, scarifying, recompaction, construction of embankments, preparation of the subgrade, removal and disposal of surface improvements, over excavation and backfill, excavating and handling selected material, and all other operations necessary to construct surface improvements, except as specifically provided for in other items of work SUBMITTALS A. The Contractor shall submit analytical test data for any material to be used as Imported Borrow to the Engineer prior to the placement of any Imported Borrow. Samples shall be gathered by a qualified environmental or geotechnical professional. Laboratories performing chemical analysis shall be certified by the California Department of Health Services Environmental Laboratory Accreditation Program (DHS-ELAP) for the specific test method required. PART 2 MATERIALS 2.01 IMPORTED BORROW A. Imported borrow material for project fill and embankment areas, exclusive of landscaping fill, shall conform to Section 19-7, Borrow Material, of the Caltrans Standard Specifications and these Technical Specifications. Imported borrow material shall conform to the following requirements: Grading: Std. Sieve Size Percent Passing 6 inches inches # Plasticity (P.I.) = 12 or less Liquid Limit (L.L.) = 30 or less B. Backfill must be free of organic or other unsatisfactory material such as residue from grooving or grinding operations, metal, rubber, mixed debris or rubble. H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Section D Technical Specs 9819 B755.docx SECTION 0220 EARTHWORK D-7

128 C. Imported Borrow shall not contain any elements or compounds that could result in the Imported Borrow being characterized as a hazardous waste as defined in Title 22 Section of the California Code of Regulations (CCR) and Title 40 Section 261 of the Code of Federal Regulations (CFR). D. Imported Borrow shall not contain any elements or compounds in concentrations that exceed the preliminary remediation goals (PRG) for residential land use promulgated by Region IX of the United Stated Environmental Protection Agency. E. The Contractor shall sample and test Imported Borrow at the rate of one sample per 1,000 cubic yards of Imported Borrow to demonstrate compliance with these special provisions. The Contractor shall obtain no less than four (4) samples from each source of Imported Borrow. Soil samples shall be obtained in as undisturbed a state as possible. Soil samples shall be obtained in stainless steel sleeves during drilling or hand sampling. Sample tubes shall be capped with Teflon film or aluminum foil and plastic caps, sealed with the appropriate tape and preserved immediately at 4 degrees Celsius. Duct tape is not acceptable for sealing sample tubes. PART 3 EXECUTION 3.01 IMPORTED BORROW A. All fill should be placed in lifts no greater than 8 inches in loose thickness and compacted. Imported borrow material should be compacted to a minimum of 85 percent with the soil moisture at or above the optimum level, as determined by the ASTM D-1557 test procedures. B. Any necessary watering of fill material to obtain the required compaction shall not constitute an extra item of work and no direct or additional payment will be made therefore. C. All ruts and/or uneven surfaces shall be surface-graded prior to any fill placement. All disrupted soils, removed facilities, and/or exposed areas shall be compacted to the minimum relative compaction stated previously in this Technical Specification Section SELECTED MATERIAL A. Under the direction of the Engineer, on site topsoil excavated within the right-ofway/ limits of demolition shall be stockpiled in an area within the project limits. Contractor shall indicate stockpile area to the Engineer for acceptance prior to excavation operations. B. On-site topsoil shall be analyzed to determine soil fertility and suitability in accordance to these Specifications. H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Section D Technical Specs 9819 B755.docx SECTION 0220 EARTHWORK D-8

129 C. Upon completion of application of recommended soil amendments, Contractor shall commence placement of on-site stockpile topsoil to final position. PART 4 MEASUREMENT AND PAYMENT 4.01 MEASUREMENT A. This bid item shall be measured in cubic yards (CY). B. The quantities are based upon the field measurement by the contractor s licensed surveyor. Before imported borrow operations, the contractor will call for the surveyors to provide a topographical survey of the intermediate compacted fill. The calculation will be made using average end areas and center line distances method. After compaction operations, the contractor will call for the surveyors to provide a topographical survey of the finished compacted fill. A calculation of the Imported Borrow will be made by the engineer by taking the difference of the topography measured by the intermediate compacted fill and the topography after the finished compacted fill PAYMENT A. Payment for Item No. 4 Imported Borrow shall be paid for by the contract Cubic Yard (CY) price shown on the Bid Sheet. The contract unit bid price paid shall include: a) obtaining imported borrow material b) loading, hauling and transporting material c) depositing, spreading and compacting the material within the work area d) topographic surveys to verify quantity The contract lump sum paid shall also include full compensation for all work involved for furnishing all labor, tools, equipment, materials, and incidentals, complete in place, as shown on the plans, as specified in the specifications, and as directed by the Engineer. END OF SECTION H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Section D Technical Specs 9819 B755.docx SECTION 0220 EARTHWORK D-9

130 H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Section D Technical Specs 9819 B755.docx SECTION 0220 EARTHWORK D-10

131 SECTION D.7520 ABATEMENT OF ASBESTOS CONTAINING MATERIALS (ACM) & ASBESTOS CONTAINING CONSTRUCTION MATERIALS (ACCM) H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Section D Technical Specs 9819 B755.docx SECTION 7520 ABATEMENT OF ACM & ACCM D-11

132 SECTION I- ASBESTOS ASBESTOS CONTAINING MATERIALS & ASBESTOS CONTAININING CONSTRUCTION MATERIALS ABATEMENT SPECIFICATIONS PART 1 - GENERAL 1.0 DESCRIPTION A. Work included: Contractor shall furnish all labor, materials, services, permits, insurance (specifically covering the handling and transportation of Asbestos-Containing Material, Asbestos-Containing Construction Material and Asbestos-Containing Waste Material), and equipment which is specified, shown, or reasonably implied for Asbestos Abatement materials/activities specified in the following table: Location Table I Asbestos Survey Results Homogenous Material Approx. Quantity Asbestos Content 1 st Floor Throughout Wallboard w/ Joint Compound 11,200 SF 0.5% CH Throughout 12 x 12 Cream w/ Beige Specks Floor Tile and associated Yellow Mastic (Multi-Layered - over 9 x 9 Brown Floor Tile w/ Black Mastic) (Throughout Building) 14,500 SF Tile: 2% CH Mastic: ND Tile: 2% CH Mastic: 3% CH Throughout 4 x 10 Transite Wall Paneling 58,800 SF 25% CH Throughout Throughout Throughout Concealed Throughout 1 st Fl. SE Faculty Office 1 st Fl. SE Faculty Office Corner Debris Pile 1 st Fl. Classroom Walls and Ceilings 1 st Fl. West Corridor Electrical Closet 2 nd Fl. Room x 12 Gray w/ White Specks Floor Tile and associated Mastic (Multi- Layered - over 9 x 9 Brown Floor Tile w/ Black Mastic) (Throughout Building) 4 Hard Packed White Pipe Insulation 4 Hard Packed White Pipe Elbow Insulation 9 x 9 Brown Floor Tile and associated Black Mastic Tan/ Brown Concealed Floor Tile and associated Black Mastic 4 Canvas Wrapped Air-Cell Pipe Insulation Debris Texturing Compound over Transite, Wood and Wallboard 9 x 9 Peach Floor Tile and associated Black Mastic 43,500 SF 2,250 LF 200 LF 58,000 SF 900 SF Tile: 2% CH Mastic: ND Tile: 10% CH Mastic: 3% CH 15% CH 15% AM 10% CH 5% AM Tile: 3% CH Mastic: 3% CH Tile: 2% CH Mastic: ND 20 LF 15% CH 33,700 SF <0.25% CH 250 SF Tile: 5% CH Mastic: ND D-12

133 Location Throughout Throughout 1 st Fl. Room Floor Throughout 1 st Fl. Room 108, File Room 1 st Fl. Boiler Room Boiler Exterior Throughout Homogenous Material 6 Hard Packed White Pipe Insulation 6 Hard Packed White Pipe Elbow Insulation 12 x 12 Orange Speckled Floor Tile and associated Black Mastic 8 Canvas and/or Metal Jacket Wrapped Hard Packed White Pipe Insulation 12 x 12 Green Floor Tile and associated Mastic (Multi- Layered) White Hard Packed Boiler Tank Insulation 10 Hard Packed White Pipe Insulation Approx. Quantity 2,250 LF 200 LF 200 SF 2,250 LF 200 SF 800 SF 2,250 LF Asbestos Content 15% CH 15% AM 15% CH 15% AM Tile: 2% CH Mastic: ND 15% CH 15% AM Tile: 2% CH Mastic: ND Tile: 5% CH Mastic: ND 15% CH 15% AM 15% CH 15% AM 2 nd Floor Throughout Wallboard w/ Joint Compound 11,200 SF 0.95% CH 3 rd Floor Throughout Wallboard w/ Joint Compound 11,200 SF 0.63% CH 3 rd Fl. Room 308 Roof Penetrations All Levels 4 th Floor South Exterior Roof/ Building Threshold Brown Mastic for Wooden Wall Paneling Black Roofing Penetration Mastic Black Exterior Window Caulking SE Building Corner Throughout 12 O.D. Transite Pipe 1,510 SF 1,920 SF 2% CH 180 SF 3% CH 20 LF 5% CH 15% CH 15% CR 4 th Floor Throughout Wallboard w/ Joint Compound 5,600 SF <0.25% CH Additional hazardous materials outside the scope of this survey and/or in inaccessible or concealed spaces may be present in the site building. These spaces include, but are not limited to, roof, pipe chases, spaces between wall/ceiling/floor/door cavities and the interior of mechanical components such as boiler cavities and interior ducts. If the demolition/renovation activities make these areas accessible, Cardno ATC recommends that a thorough assessment of these spaces be conducted at that time to identify and confirm the presence or absence of additional hazardous materials. Contractor has sole responsibility for confirming the location, quantity and degree of difficulty in removing the identified materials. B. Applicable Publications: The publications listed below form a part of these Specifications to the extent referenced. The publications are referred to in the text by the basic designation only. Where applicable, all work shall be conducted in accordance with the following regulations. 1. Code of Federal Regulations (CFR) Publications: 29 CFR Occupational Exposure to Asbestos, Tremolite, Anthophyllite and Actinolite 29 CFR Asbestos D-13

134 1.1 SCHEDULE 29 CFR Hazard Communication 29 CFR Access to Employee Exposure and Medical Records 29 CFR General Requirements - Personal Protective Equipment 29 CFR Eye and Face Protection 29 CFR Respiratory Protection 29 CFR Specifications for Accident Prevention, Signs and Tags 29 CFR Asbestos, Tremolite, Anthophyllite and Actinolite 40 CFR 61, Subpart A General Conditions 40 CFR 61, Subpart M National Emission Standards for Asbestos 40 CFR Standard for Waste Disposal for Manufacturing, Demolition, Renovation, Spraying and Fabrication Operations 2. American National Standard Institute (ANSI) Publications: Z Fundamentals Governing The Design and Operation of Local Exhaust Systems Z Practices for Respiratory Protection 3. National Fire Protection Association (NFPA): Standard 90A Installation of Air Conditioning and Ventilation Systems. 4. U. S. Environmental Protection Agency (EPA): Publication No. 560/ Guidance for Controlling Asbestos-Containing Materials in Buildings, June, American Society for Testing and Materials (ASTM) Publications: E Safety and Health Requirements Relating to Occupational Exposures to Asbestos P-189 Specifications for Encapsulates for Friable Asbestos- Containing Materials 6. National Institute of Occupational Safety and Health (NIOSH) Publications: Manual of Analytical Methods, 2nd Ed., Vol. 1. Physical and Chemical Analysis Method (P&CAM): Method 239 Asbestos Fibers in Air Method 7400 Fibers (N1, 3rd Ed., Vol. 1.) 7. Underwriters Laboratories, Inc. (UL) Publications: Test Performance of High Efficiency, (R1982) Particulate, Air Filter Units 8. Title 8 California Code of Regulations (CCR): Section 1529 Asbestos Section 5208 General Industry Safety Orders Section 5144 Respirator Regulations 9. Bay Area Air Quality Management District (BAAQMD): Regulation 11 Hazardous Pollutants, Rule 2, Asbestos Demolition, Renovation and Manufacturing 10. Other Local or Regional Regulations that apply to Asbestos-Related Work. A. All abatement work shall be completed within thirty (30) calendar days after receipt of notice to proceed by the Owner or Owner s Representative. 1.2 DEFINITIONS A. Owner: City of Vallejo B. Abatement: Procedures to control fiber release from Asbestos-Containing building materials. Includes removal, encapsulation, and enclosure. D-14

135 C. Air Lock: A system for permitting ingress and egress with minimum air movement between a contaminated area and an uncontaminated area (See Decontamination Enclosure System Plan in the Drawing section of this Project Manual). D. Air Monitoring: The process of measuring the fiber content of a specific volume of air in a stated period of time. E. Air Sampling Professional: The professional contracted or employed to supervise air monitoring and analysis schemes. This individual is also responsible for recognition of technical deficiencies in Worker protection equipment and procedures during both planning and on-site phases of an Abatement Project. Acceptable Air Sampling Professionals include Industrial Hygienists, Environmental Engineers and Environmental Scientists with equivalent experience in Asbestos air monitoring and Worker protection. F. Amended Water: Water to which a surfactant has been added. G. Area Monitoring: Sampling of airborne fiber concentrations within the Asbestos Work Area and outside the Asbestos Work Area which are representative of the airborne concentrations of Asbestos fibers which may reach the breathing zone. H. Asbestos: (29 CFR and CCR Title 8 Section 1529 Definitions) Includes Chrysotile, Amosite, Crocidolite, Tremolite asbestos, and any of these minerals that has been chemically treated and/or altered. I. Asbestos (CCR definitions): Means fibrous forms of various hydrated minerals including Chrysotile, (fibrous serpentine), Crocidolite (fibrous Riebeckite), Amosite (fibrous Cummintonite-Grunerite), Fibrous Tremolite, fibrous Actinolite, and fibrous Anthophyllite. J. Asbestos-Containing Material (ACM): Material composed of asbestos of any type in an amount greater than one percent (1%) by weight, either alone or mixed with other fibrous or nonfibrous materials. K. Asbestos-Containing Construction Material (ACCM): Means any manufactured construction material which contains more than one-tenth of one percent (0.1%) asbestos by weight. L. Asbestos-Containing Waste Material: Means friable asbestos waste and asbestos waste from control devices (Pollution Control Devices). M. Asbestos Fibers: Asbestos fibers having an aspect ratio of at least 3:1 and 5 micrometers in length. N. Authorized Visitor: The Owner's Project Team members, the Owner's Representative, Observation Service and any representative of a regulatory or other agency having jurisdiction over the Project. O. Clean Room: An uncontaminated area or room which is a part of the Worker Decontamination Enclosure with provisions for storage of Workers' street clothes and protective equipment. P. Contained Work Area: A Work Area which has been Isolated, Plasticized, and equipped with a Decontamination Enclosure System. Q. Curtained Doorway: A device to allow ingress or egress from one area to another while permitting minimal air movement between the areas, typically constructed by placing three overlapping sheets of plastic over an existing or temporarily framed doorway, securing each along the top of the doorway, and securing the vertical edge of the outer two sheets along the opposite vertical side of the doorway (see detail on Decontamination Enclosure System Plan in the Drawing section of this Project Manual.) R. Decontamination Enclosure System: A series of connected rooms, with Air Locks or Curtained Doorways between any two adjacent rooms, for the decontamination of Workers and of materials and equipment. A Decontamination Enclosure System always contains at least one Air Lock to the Work Area. S. Encapsulant (sealant): A liquid material which can be applied to Asbestos-Containing material and which controls the possible release of Asbestos fibers from the material either by creating a D-15

136 membrane over the surface (bridging encapsulant) or by penetrating into the material and binding its components together (penetrating encapsulant). T. Encapsulation: All herein-specified procedures necessary to apply an encapsulant to Asbestos- Containing building materials to control the possible release of Asbestos fibers into the ambient air. U. Enclosure: All herein-specified procedures necessary to enclose completely Asbestos-Containing Material behind airtight, impermeable, permanent barriers. V. Excursion Limit: An exposure of airborne concentrations of Asbestos fibers of one fiber per cubic centimeter of air (1f/cc) as averaged over a sampling period of thirty (30) minutes. W. Equipment Room: A contaminated area or room which is part of the Worker Decontamination Enclosure with provisions for storage of contaminated clothing and equipment. X. Equipment Decontamination Enclosure: That portion of a Decontamination Enclosure System designed for controlled transfer of materials, waste containers and equipment, typically consisting of a Washroom and a Holding Area. Y. Friable Asbestos Material (40 CFR, Subpart M Definition): Material that contains more than one percent (1%) Asbestos by weight and that can be broken, crumbled, pulverized, or reduced to powder by hand pressure when dry. Z. Fixed Object: A unit of equipment or furniture or other building component which cannot be detached from the building or can only be detached by destructive methods resulting in irreparable damage to the item. AA. Glovebag Method: A method with limited applications for removing small amounts of friable Asbestos-Containing material from heating ventilation and air-conditioning ducts, short piping runs, valves, joints, elbows, and other nonplanar surfaces in an Isolated (noncontained) Work Area. The glovebag (typically constructed of six [6] mil transparent Regulite plastic) has two inward-projecting longsleeve rubber gloves, one inward-projecting waterwand sleeve, an internal tool pouch, and an attached, labeled receptacle for Asbestos waste. The glovebag is constructed and installed in such a manner that it surrounds the object or area to be decontaminated and contains all Asbestos fibers released during the removal process. All Workers who are permitted to use the Glovebag Method must be highly trained, experienced, and skilled in this method. AB. HEPA Filter: A high-efficiency particulate air (HEPA) filter capable of trapping and retaining percent of all monodispersed particles (Asbestos fibers) equal to or greater than 0.3 microns in mass median aerodynamic equivalent diameter. AC. AD. AE. AF. AG. AH. AI. HEPA Vacuum Equipment: Vacuuming equipment with a HEPA filter system. Holding Area: A room in the Equipment Decontamination Enclosure located between the Washroom and an uncontaminated area. The Holding Area consists of a chamber with an Air Lock connecting it to the Washroom and an Air Lock connecting it to the uncontaminated area. Isolation: The sealing of all openings into a Work Area. Isolated (noncontained) Work Area: A Work Area which is Isolated, but has not been Plasticized and may or may not be equipped with a Decontamination Enclosure System. Movable Object: A unit of equipment, furniture or other building component which is detached or can be detached from the building without destructive methods or results. Negative Air Pressure Equipment: A portable local exhaust system equipped with HEPA filtration and capable of maintaining a constant, low velocity air flow into contaminated areas from adjacent uncontaminated areas. Non-friable Asbestos-Containing Material: Material that contains more than one (1) percent Asbestos by weight in which the fibers have been locked in by a bonding agent, coating, binder, or other material so that the Asbestos is well bound and will not release fibers during any appropriate enduse, handling, demolition, storage, transportation, processing, or disposal. D-16

137 AJ. AK. AL. AM. AN. AO. AP. Observation Service: The agent of the Owner or the Owner's Representative who shall observe the Work, perform tests, verify that abatement methods and procedures specified by the Contract Documents are being complied with, and reports all observations and test results to the Owner or the Owner's Representative. Permissible Exposure Limit (PEL): An airborne concentration of asbestos, (Tremolite, Anthophyllite, Actinolite, or a combination of these minerals) in excess of 0.1 fibers per cubic centimeter (f/cc) of air as an eight (8) hour time-weighted average (TWA), as determined by the method prescribed in Appendix A of Section Five, Part 1925(amended) (c).cfr. Personal Monitoring: Sampling of Asbestos fiber concentrations within the breathing zone of an Asbestos Worker. Plasticize: To cover floors, walls and other structural elements of a Work Area with plastic sheeting as herein specified with all seams securely taped. Removal: All herein-specified procedures necessary to remove Asbestos-Containing materials from the designated areas and to dispose of these materials at an acceptable site. Shower Room: A room between the Clean Room and the Equipment Room in the Worker Decontamination Enclosure with hot and cold or warm running water, and suitably arranged for complete showering during decontamination. The Shower Room comprises an Air Lock between contaminated and clean areas. Surfactant: A chemical wetting agent added to water to reduce surface tension and improve penetration. AQ. Washroom: A room between the Work Area and the Holding Area in the Equipment Decontamination Enclosure System where equipment and waste containers are decontaminated. The Washroom comprises an Air Lock. AR. AS. AT. 1.3 QUALITY CONTROL Wet Cleaning: The process of eliminating Asbestos contamination from building surfaces and objects by using cloths, mops, or other cleaning tools which have been dampened with water, and by afterwards disposing of these cleaning tools as Asbestos-contaminated waste. Work Area (Also known as "Regulated Area"): Designated rooms, spaces, or areas of the Project in which Asbestos Abatement actions are to be undertaken or which may become contaminated as a result of such abatement actions. A Contained Work Area is a Work Area which has been Isolated, Plasticized, and equipped with a Decontamination Enclosure System. An Isolated (noncontained) Work Area is a Work Area which is Isolated, but has not been Plasticized and may or may not be equipped with a Decontamination Enclosure System. Worker Decontamination Enclosure System: That portion of a Decontamination Enclosure System designed for controlled passage of Workers, and other personnel and Authorized Visitors, typically consisting of a Clean Room, a Shower Room, and an Equipment Room. A. Safety Compliance: In addition to detailed requirements of this Specification, comply with laws, ordinances, rules, and regulations of federal, state, regional, and local authorities and publications regarding handling, storing, transporting, and disposing of Asbestos and Asbestos Waste materials. Submit matters of interpretation of standards to the appropriate administrative agency for resolution before starting the Work. Where the requirements of this Specification and referenced documents vary, the most stringent requirement shall apply. B. Contractor shall have at least one copy each of 29 CFR Part Occupational Safety and Health Standards, 29 CFR , 40 CFR Part 61, Subparts A & M, CCR Title 8 Section 1529, Bay Area Air Quality Management District (BAAQMD), Regulation 11 Hazardous Pollutants, Rule 2, and all pertinent state and local regulations at his office and at the job site. D-17

138 C. Before the commencement of any work at the site, the Contractor shall post bilingual (as appropriate) EPA, OSHA and DOSH caution signs in and around the Work Area to comply with EPA, OSHA and DOSH regulations. D. Area Monitoring shall be performed by the Observation Service, which will conduct air sampling of the Abatement Project (1) immediately outside the Work Area, (2) in the Work Area, and (3) for Work Area Clearance Testing after decontamination operations. E. Personal Monitoring and other monitoring, which are required by law, or considered necessary by the Contractor for Worker protection shall be the responsibility of the Contractor. F. Job Walk: The Contractor must attend the Job Walk to qualify to bid on any or all portions of this Contract. 1.4 SUBMITTALS AND NOTIFICATIONS A. Personnel Training: At the Preconstruction Meeting, Contractor shall submit (1) declaration certifying that all Contractor's employees have been adequately trained, and (2) a photocopy of training certificates for each employee from their respective training agency or organization. When certified or other formal worker training is required by state or local agencies, Contractor may submit a photocopy of the employee's Asbestos Worker Certification card in lieu of training certificates. B. Respirators: Submit at Preconstruction Meeting manufacturer's certification that the respirators to be used in this Project comply with government agency requirements. Contractor's certifications for each employee must clearly state that each employee has been fit tested and properly trained for respirators. C. Medical Examinations: Submit proof that all persons providing labor and/or professional services who will be entering contaminated areas have had current (less than one year prior to the date of their participation on the Project) medical examinations. Furnish physician's interpretation of said examinations to the Owner on the Certificate of Medical Compliance form provided in the Supplementary General Conditions section of these Construction Documents at the Preconstruction Meeting, or prior to that person's commencing work on this Project, and for each person subsequently providing labor and/or professional services at the job site for whom a certificate was not initially furnished. Refer to Article 2.5, A. NOTE: In lieu of the above certificate, current medicals will be acceptable providing that a statement in the medical exam declares that the worker can wear a negative pressure respirator while performing their work. Contractor shall resubmit physician's interpretation of medical examination for each worker or professional employed by him whose physician or regulatory required annual or employment termination examination becomes due while said worker or professional is participating in the Project. This requirement can be waived or modified only by the Owner in writing or verbally, followed up in writing. D. Product Submittals and Substitutions: Comply with pertinent provisions of Section E. Abatement Product Data: Within 24-hours after Contractor has received the Owner's Notice of Award, submit manufacturer's catalogue, samples, Material Data Safety Sheets, (MSDS) and other items needed to demonstrate fully the quality of the proposed abatement materials. Under no circumstances shall proposed materials be used before written approval from the Owner, Owner's Representative or Observation Service. Submittals are required if the following materials are proposed (not necessarily a complete list): 1. Encapsulant 2. Surfactant 3. Protective packaging 4. Lagging adhesive 5. Solvents Do not submit data on products not proposed for this Project. D-18

139 F. Permits: Submit at Preconstruction Meeting proof satisfactory to the Owner, Owner's Representative or Observation Service that all required permits have been obtained. If no permits are required, submit notarized letter stating such. G. Waste Transportation: Submit at Preconstruction Meeting the method of transport of Hazardous Waste, including the name, address, EPA ID number, and telephone number of the Transporter(s). H. Hazardous Waste Disposal Facility: Submit for approval at the Preconstruction Meeting the name, address, EPA ID number, and telephone number of the Hazardous Waste Disposal Facility(s) to be used. I. Contractor s Work Plan: Submit at the Preconstruction Meeting for approval a detailed plan of the work procedures to be used in the removal, repair, clean-up or encapsulation of materials containing Asbestos. Such a plan shall include: 1. Location of Asbestos Work Areas. 2. Layout and construction details of Decontamination Enclosure Systems. 3. Project schedule including important milestones, critical paths and interface of trades involved in the Work. 4. Personal air monitoring procedures. 5. Detailed description of the method to be employed in order to control pollution, including negative air equipment calculations. 6. Names of Superintendent, Foremen, Project Manager and other key personnel, and their day time and emergency telephone numbers. 7. Security Plan including sketches necessary to clearly describe the plan. 8. Emergency evacuation plan for injured workers, compressor failure, fire and other emergencies. 9. Firewatch Plan including any sketches necessary to clearly describe the plan. 10. A contingency plan, in the event of a major contamination incident caused by fire (on or off the floor being abated), a large breech in the Work area containment barrier, the opening of stairwell doors, breakage of the buildings exterior windows or sabotage. Such a plan will focus on how to maintain safety and order when the building is fully occupied by office employees and other building users. 11. The Asbestos Plan must be approved in writing by the Observation Service and Owner before the start of any work. J. Equipment Certification: Submit at Preconstruction Meeting manufacturers' certification that vacuums, negative air pressure equipment filters, and other local exhaust ventilation equipment conform to ANSI Z and have been challenge tested. K. Rental Equipment: When rental equipment is to be used in removal areas or to transport waste materials, a copy of the written notification provided to the rental company informing them of the nature of use of the rented equipment shall be signed by the rental company and submitted to the Observation Service at the Preconstruction Meeting. L. Notifications: If required, contact the following government agencies in writing by certified/registered mail or overnight mail service, postmarked or delivered at least ten (10) days prior to Project commencement: 1. EPA Regional Asbestos Coordinator: EPA Region IX 75 Hawthorne Street San Francisco, California Occupational Safety and Health Administration: D-19

140 90 7th Street, Suite San Francisco, California Air Pollution Control District or Air Quality Management District: BAAQMD 939 Ellis Street San Francisco, California All notifications shall contain as a minimum the following information: 1. Name, address and telephone number of the Owner including the contact person. 2. Name, address, EPA numbers, license number and telephone number of the Contractor including the contact person. 3. Name, address and description of the building, including size, age, and prior use of building. 4. The type and quantity of friable Asbestos material involved and the description of the Work. 5. Scheduled starting and completion dates for Abatement Work. 6. Procedures that shall be employed to comply with the regulations. 7. The name, address, EPA number and telephone number of the Transporter. 8. The name and address of the Hazardous Waste Disposal Facility where the Asbestos Waste shall be deposited. Copies of all required government agency correspondence and proof of delivery shall be delivered to the Owner, Owner s Representative or the Observation Service at the Preconstruction Meeting. NOTE: No work shall commence until verification of required notifications is made by the Owner, Owner s Representative or the Observation Service. M. Certificate of Worker's Release: The Contractor shall have any person providing labor and professional services at the Project site sign a Certificate of Worker's Release, on the form provided in the Supplementary General Conditions section of these Construction Documents, before commencing work on this Project. Contractor shall furnish the notarized original of such Certificate of Worker's Release for each such person at the Preconstruction Meeting or before that person's commencement of Work, and for each person subsequently providing labor or professional services at the job site for whom a Certificate was not initially furnished. This requirement can be waived or modified only by the Owner, in writing or verbally, followed in writing. N. Provide proof of Contractor's License and Asbestos Certification from the Contractor Licensing Board, and proof of registration with the Division of Occupational Safety and Health in accordance with California Labor Code, Section Submit proof with Bid. O. Encapsulant manufacturer's certification (when required) that the Contractor is an approved applicator of the encapsulants to be used on this project P. Scaffolding: Submit to the Owner's Representative or Observation Service prior to abatement work, certification from a licensed Civil or Structural Engineer that the scaffolding design and installation is safe and adequate for the purpose for which it will be used. Submit copy of scaffolding permit when required by local regulatory agencies. Q. Certification naming the manufacturer of supplied-air (Type C) respirator equipment. Include certification of compliance with Occupational Safety and Health Administration, United States Environmental Protection Agency, and all other pertinent regulatory agencies. Include testing reports (previous and current). Include the rated capacity of each type of equipment used. D-20

141 1.5 ADMINISTRATION OF THE CONTRACT A. All Work is to be performed under the observation of the Observation Service and the Owner's Representative, who shall be free to enter and review all Work. 1.6 SAFETY A. Submit at the Preconstruction Meeting written procedures for evacuation of injured Workers. Aid for seriously injured Workers shall not be delayed in order to comply with standard decontamination procedures. It is the responsibility of the Contractor to decide if the seriousness of the injury warrants noncompliance with the standard decontamination procedures. 1.7 TRAINING PROGRAM A. Each employee shall receive training in the proper handling of materials that contain Asbestos, including all aspects of work procedures and protective measures, use of protective clothing and respiratory protection, use of showers, entry and exit procedures from Work Areas and in OSHA and DOSH regulations. All workers who are scheduled to use the Glovebag Method must be highly trained, experienced and skilled in this method. Each employee shall also understand the health implications and risks involved, including the illness possible from exposure to airborne Asbestos fibers and the increased risk of lung cancer associated with smoking cigarettes and Asbestos exposure, understand the use and limits of the respiratory equipment to be used, and understand the purpose of medical surveillance and the monitoring of airborne quantities of Asbestos as related to health and respiratory equipment. The training program shall comply with federal, state or local regulatory requirements. B. Emergency evacuation procedures to be followed in the event of Worker injury or compressor failure, shall be included in Worker Training program. 1.8 DRESS AND EQUIPMENT A. Work clothes shall consist of disposable full-body coveralls, head covers, boots, rubber gloves, sneakers or equivalent. Sleeves at wrists and cuffs at ankles shall be secured. Fire retardant fullbody coveralls are required in areas of open flame, or where required by local regulations. B. Eye protection and hard hats shall be available as appropriate or as required by applicable safety regulations. C. Provide Authorized Visitors with suitable protective clothing, headgear, eye protection, and footwear whenever they are required to enter the Work Area. 1.9 RESPIRATORS A. Respiratory protective equipment shall be Mine Safety and Health Administration (MSHA) National Institute of Occupational Safety and Health (NIOSH) approved in accordance with the provisions of 30 CFR Part 11 unless superseded by local regulations with more stringent requirements. Respiratory instructions shall be posted in the Clean Room. B. Use Type C Supplied-Air Respirator in the following locations or for the abatement of the following materials until the Contractor establishes the average airborne concentrations of Asbestos fibers the employees will confront. Determine in accordance with 29 CFR and CCR Title 8 Section 1529 regulations both the Excursion Limit and the 8-hour, time-weighted average (TWA) concentration of Asbestos fibers to which employees will be exposed in each Work Area. When the exposure limits are established, the respirators presented in 30 CFR Part 11, that afford greater protection at such upper concentrations of airborne Asbestos, may be used. 1. When required by regulations or Owner. D-21

142 C. At the sole discretion of the Contractor use Powered Air Purifying Respirators in lieu of Type C Supplied Air Respirators in the following locations or for the abatement of the following materials until the Contractor establishes the average airborne concentrations of Asbestos fibers the employees will confront. Determine, in accordance with 29 CFR regulations, both the 30 minute Excursion Limit and the 8-hour TWA concentration of Asbestos fibers to which employees will be exposed in each Work Area. When the exposure levels are established the respirators presented in 30 CFR Part 11, that afford greater protection at such upper concentrations of airborne Asbestos fibers, may be used. 1. When required by regulations or Owner. D. Half-mask or full-face air-purifying respirators with HEPA filters may be worn during the preparation of the Work Area, performance of repair work, use of glovebag techniques and decontamination work, provided Work Area fiber concentrations are less than 0.1 f/cc. E. Compressed air systems shall be designed to provide air volumes and pressures to accommodate respirator manufacturer's specifications. The compressed air systems shall have a receiver of adequate capacity to allow escape of all respirator wearers from contaminated areas in the event of compressor failure. Compressors must meet the requirements of 29 CFR (d) or local regulations. Compressors must have an in-line carbon monoxide monitor, and periodic inspection of the carbon monoxide monitor must be evidenced. Documentation of adequacy of compressed air system/respiratory protection system must be retained on site. This documentation will include a list of compatible components, with the maximum number and type of respirators that may be used with the system. Periodic testing of compressed air shall insure that systems provide air of sufficient quality. F. When Type C respirators are not required, the Contractor shall provide Workers with approved, permanently personally-issued and marked respirators with changeable filters. The Contractor shall provide a sufficient quantity of filters approved for Asbestos so that Workers can change filters during the workday. Filters shall not be used any longer than one (1) workday or whenever an increase in breathing resistance is detected. The respirator filters shall be stored at the job site in the Clean Room and shall be totally protected from exposure to Asbestos before their use. G. Workers shall always wear a respirator, properly fitted on the face, in the Work Area, from the initiation of preparation work until all areas have been given written clearance by the Observation Service. H. Provide at least two (2) extra air hoses and respirators when Type C respirators are required. Provide at least two (2) extra Powered Air Purifying Respirator (PAPR) respirators when this type of respirator is required. Provide instruction on the use of the above respirators to Authorized Visitors. PART 2 - PRODUCTS 2.0 GENERAL A. Contractor shall furnish, provide and utilize the following products in the Work as specified. 2.1 PROTECTIVE COVERING (PLASTIC) 2.2 TAPE A. Ten (10) mil, six (6) mil, and four (4) mil fire-retardant polyethylene plastic sheets in sizes to minimize the frequency of joints. A. Duct Tape 2" or wider, or equal, and capable of sealing joints of adjacent sheets of plastic, and for attachment of plastic sheet to finished or unfinished surfaces of dissimilar materials, and capable of adhering under both dry and wet conditions, including use of amended water. 2.3 PROTECTIVE PACKAGING D-22

143 A. Appropriately labeled clear, double six (6) mil sealable polyethylene bags as a minimum. B. Appropriately labeled, sealable, impermeable drum containers. C. Bilingual labels (English and other appropriate language[s]) on containment glovebags, waste packages, contaminated material packages and other containers shall be in accordance with EPA, OSHA and DOSH standards. 2.4 WARNING LABELS AND SIGNS A. As required by 29 CFR , 29 CFR , 29 CFR , CCR Title 8 Section 1529, and other pertinent state and local regulations, whichever is the most stringent. 2.5 SURFACTANT A. Surfactant, or wetting agent, for amending water will be 50 percent polyoxyethylene polyglycol ester and 50 percent polyoxyethylene ether, or equivalent, at a concentration of one (1) ounce per five (5) gallons of water. 2.6 ENCAPSULATING SEALER A. Shall be a penetrating or bridging type, pollution-free, nontoxic, with a Class A fire classification as specified herein. Encapsulants with the ingredient Methylene Chloride are not acceptable unless the contractor can prove to the Owner's satisfaction that equal substitute materials are not available. If substitutes are not used, the Contractor shall submit with the Asbestos Plan, for Owner approval, respiratory protection and negative air discharge procedures to protect workers, authorized personnel and the public from Methylene Chloride exposure. Material shall be flexible when cured, resistant to weathering, oxidation, aging and abuse. Approved manufacturer for encapsulation of spray-applied or trowel-applied materials includes American Coatings, Niles, Illinois, (800) No substitutions will be considered. Approved manufacturers for all other encapsulation work include American Coatings, HB Fuller Company - Fosters Product Division, (713) , or equal. B. Shall be a water-dispensed coating, insoluble in water when cured. C. Shall be used undiluted. D. Shall have a written certification from the manufacturer that the encapsulant is compatible with the replacement material and will safely withstand temperatures of all surfaces on which the encapsulation will be applied. E. The Owner's Representative may at any time take random samples of encapsulant from open containers or spray equipment for testing to insure product quality and compliance with the Specifications. F. Encapsulant found not to be in conformance with requirements of these Specifications shall be removed from the site immediately. All areas where the defective encapsulant has been applied shall be re-sprayed with approved encapsulant or remedied in a manner, including the possibility of removal and replacement of the subject Asbestos-Containing Material, acceptable to the Owner. Reencapsulation expense shall be borne by the Contractor. G. Encapsulant to be applied to structural members before reapplication of spray-applied or trowelapplied fireproofing must be a component of the fireproofing system when it was tested and rated by the underwriters laboratory (UL), American Society for Testing and Materials (ASTM), Factory Mutual (FM) or other building code approved testing agencies. 2.7 LAGGING ADHESIVE A. Shall meet NFPA 90A Code, such as Arabol, Childers CP52, Insul-Coustic 102, or approved equal. 2.8 GLOVEBAGS D-23

144 A. The glovebag (typically constructed of six [6] mil transparent regulated plastic) has two (2) inwardprojecting longsleeve rubber gloves, one (1) inward-projecting waterwand sleeve, an internal tool pouch, and an attached labeled receptacle for Asbestos Waste. 2.9 TOOLS AND EQUIPMENT A. Provide suitable tools for Asbestos removal and encapsulation. B. Negative air pressure equipment: HEPA filtration systems shall have filtration equipment in compliance with ANSI Z , local exhaust ventilation. No air movement system or air filtering equipment shall discharge unfiltered air outside the Work Area. C. Manometer: 1. Shall have a built-in alarm. Continuous hard copy readout optional. D. HEPA Vacuums: 1. Shall comply with ANSI Z E. Vacuum Loaders: 1. Shall have HEPA filtration system in compliance with ANSI Z Meets or exceeds OSHA, DOSH and EPA safety regulations. 3. Fully-enclosed negative pressure system LUMBER A. Shall be flame retardant and carrying markings certifying such properties SOLVENTS A. Shall be non-toxic, non-carcinogenic, nonflammable (flash-point in excess of 200 F.), non-reactive with or damaging to materials it will come in contact with and approved for indoor use by regulatory agencies. Provide ventilation of Work Area as required by manufacturer. Vent exhaust to the exterior of the building and in a manner that will not result in adverse affects to other areas of the facility, adjacent facilities or public areas. Solvents shall not be used in areas which food stuffs are stored. PART 3 EXECUTION 3.0 WORKER PROTECTION A. Worker protection procedures to be posted in clean room: 1. Bilingual (English and other appropriate language[s]) Worker Protection Procedures must be posted in the Clean Room. If the first language of all Workers is English, the bilingual procedures are excepted. 2. Each Worker and Authorized Visitor shall, upon entering the job site: remove street clothes in the Clean Room and put on a respirator and clean protective clothing before entering the Equipment Room or the Work Area. 3. All Workers shall, each time they leave the Work Area: remove gross contamination from clothing before leaving the Work Area; proceed to the Equipment Room and remove all clothing except respirators; still wearing the respirator, proceed naked to the showers; clean the outside of the respirator with soap and water while showering; remove the respirator; thoroughly shampoo and wash themselves. D-24

145 4. Following showering and drying off, each Worker shall proceed directly to the Clean Room and dress in their personal clothing. Before reentering the Work Area, each Worker and Authorized Visitor shall put on a clean respirator and shall dress in clean protective clothing. 5. Contaminated protective clothing and work footwear shall be stored in the Equipment Room when not in use in the Work Area. At appropriate times or upon completion of Asbestos Abatement, dispose of protective clothing and footwear as contaminated waste, or launder in accordance with government regulations. 6. Workers removing waste containers from the Equipment Decontamination Enclosure shall enter the Holding Area from outside wearing a respirator and dressed in clean disposable coveralls. No Worker shall use this system as a means to leave or enter the Washroom or the Work Area. 7. The disposable clothing worn outside the Work Area shall be of different color or markings from the disposable clothing worn inside the Work Area. 8. Workers shall not eat, drink, smoke, or chew gum or tobacco while in the Work Area. 9. Workers and Authorized Visitors with beards or who are unshaven shall not enter the Work Area. B. Medical Examinations and Histories 1. Before exposure to airborne Asbestos, the Contractor will provide each employee providing labor or professional services at the Project site with a current comprehensive medical exam, including a history of respiratory and gastrointestinal diseases, meeting the general definition outlined in 29 CFR , 29 CFR , and 29 CFR and CCR Title 8 Section Contractor shall submit the signed original "Certificate of Medical Compliance" form provided in these Contract documents as proof of compliance with regulatory medical requirements. In lieu of the above form, a current Medical Examination report will be accepted. The medical report shall contain a statement from the examining physician that the employee can (or cannot) function normally wearing a respirator or that the safety or health of the employee or other employees will or will not be impaired by his use of a respirator. Submission of medicals or completed Certificates of Medical Compliance is not required when local jurisdictions (New York City, Massachusetts, etc.) require proof of current medical examination before issuance or renewal of Asbestos Worker Certificates. No employee will be allowed to enter the Work Area without having first provided the completed Certificate of Medical Compliance form, or a copy of their Medical Examination, to the Owner's Representative and until the submitted form or medical has been approved by the Observation Service. Local medical requirements shall apply if they are more stringent. C. Employee Identification 1. The Contractor shall furnish an employee roster to the Owner's Representative for each work shift. Each employee entering the Work Area shall have in his possession a plastic-coated identification tag with the employee's photograph, name, age, height, weight, and eye color. Each employee shall bring to the job at least two forms of identification, one of which has his/her photograph. 3.1 WORK AREA PREPARATION A. Preparation procedures for removal of TSI, surfacing materials and other friable materials: 1. Removal of friable ACM, unless specified otherwise, shall be executed in a "Contained" Work Area. 2. Contractor shall Isolate the Work Area for the duration of the Project, completely sealing all openings including, but not limited to, HVAC ducts, diffusers and grilles, skylights, doorways, D-25

146 and windows, with six (6) mil polyethylene taped securely to a clean surface. Spray adhesive, used on finished surfaces, should be avoided where possible. Particular attention shall be paid to the sealing of cracks in the field area of the floor deck, openings along the perimeter of the floor, openings at floor/wall intersection adjacent to stairwell, elevator and utility shafts and any other openings in the floor in general that would provide an avenue for water migration to occupied areas below. Construct barriers that enclose or separate Work Areas with wood or metal framing members and sheathed with 3/8" min. plywood, or as required by Owner. Barriers shall form a seal at vertical walls and at the floor deck above and below. Particular attention shall be paid to providing the appropriate seal at the floor deck above without causing unnecessary disturbance to the Asbestos-Containing fireproofing, acoustical materials or other ACM. 3. HVAC systems shall be shut down. Contractor shall design his Work Area preparation and engineering controls as specified and/or as required to prevent damage to and contamination of the affected HVAC system. 4. Contractor shall remove all movable Objects from the Work Area that are vulnerable to damage or contamination, or that will impede or prevent the completion of the Work. All movable Objects removed from the Work Area shall be clean before being moved to the designated storage area. 5. Clean and cover Fixed and Movable Objects that can remain in the Work Area with six (6) mil polyethylene sheeting taped securely in place. Special precautions shall be taken to protect Fixed Objects vulnerable to damage or contamination. 6. All Fixed and Movable Objects requiring cleaning shall be washed with amended water or cleaned with a HEPA filtered vacuum. 7. All objects removed shall be adequately marked and charted on a plan to ensure proper reinstallation upon completion of the decontamination of the Work Area. The objects shall be stored in a location designated by the Owner, and in a manner that will prevent contamination or damage to the objects. Damaged and missing objects will be replaced by the Contractor at his own expense and to the satisfaction of the Owner. 8. Seal and protect all light fixtures, computer systems, communication systems, lighted exit signs and other electrical items, etc., that will remain within the Work Area, with six (6) mil polyethylene, taped securely. The polyethylene cover shall be kept away from heatgenerating electrical devices where fire or damage to the device is possible. Light fixtures and all other electrical items shall be thoroughly cleaned before covering. Make waterproof all electrical conduit connections and other electrical devices that will be exposed to moisture. 9. After Work Area abatement but prior to clearance testing, if Owner directs, the Contractor shall remove heating, ventilation and air conditioning system filters, and pack them in protective six (6) mil polyethylene sheeting for burial in the approved Waste Disposal Facility. Installation of new filters upon completion of all Work by Contractor. 10. After Work Area abatement but prior to clearance testing the air handling and duct system shall be cleaned, if required by Owner. The Contractor shall possess the necessary skills or shall retain the services of a professional company that is experienced in the decontamination of air handling and duct systems. 11. Clean the proposed Work Areas before plasticizing floors and walls, using HEPA vacuum equipment or wet-cleaning methods, as appropriate. Do not use methods that raise dust, such as dry sweeping or vacuuming with equipment not equipped with HEPA filters. 12. Work Area (Containment): Contractor shall cover entire floor with a minimum of two (2) six (6) mil protective coverings. Cover wall and column surfaces with a minimum of two (2) four (4) mil protective coverings. Floor coverings shall extend a minimum of 12" up vertical surfaces and behind wall covers. All seams shall be staggered and securely taped. D-26

147 a. If required by Owner, Contractor shall cover entire floor with a heavy duty tarpaulin (reinforced polyethylene) followed by three (3) layers of six (6) mil protective coverings and a single ten mil protective floater sheet. Cover walls and columns with three (3) four (4) mil protective covering. Floor coverings shall extend a minimum of 12" up vertical surfaces and behind wall coverings. All seams shall be staggered, adhesive sprayed and securely taped. 13. Install 2' x 2' plexiglass observation window(s) at strategic location(s) in the "Containment" barrier to allow observation of work from outside the Work Area. Do not install observation windows at locations accessible to building occupants or the public. 14. Seal all wall, plumbing, duct and other cavities to prevent Asbestos materials from falling into such cavities during the Work. 15. The Contractor shall check regularly (at beginning, middle and end of each shift as a minimum) all polyethylene isolation and containment (protective) barriers for punctures, loose seals, and contact with heat-generating devices, etc. Problem areas shall be repaired or mended immediately. 16. Maintain existing emergency exits from the building. Maintain a minimum of two (2) exits from Work Areas where possible. The first exit shall be the Worker the Decontamination Enclosure System. The second exit may be the Equipment Decontamination Enclosure System or a ripcord type, emergency only exit in the plastic containment at a door, window or other appropriate location. Exits, where possible, shall be on opposite ends of the Work Area. All exits shall be labeled in bright letters or signage. The second exit shall be labeled "Emergency Exit Only." Establish alternative exits satisfactory to fire officials where existing building or Work Area emergency exits are unavoidably blocked by activities of this project. 17. Provide and maintain appropriate fire extinguisher inside and outside the Work Area. [One 30-pound type "ABC" fire extinguisher is required for each 2,000 sq. ft. of floor area.] 18. Install and maintain temporary emergency exit lighting with battery backup power in all Work Areas. Work Areas with natural lighting, and no night work to be performed, are exempt from this requirement. 19. Shutdown of electric power during the wet removal or encapsulation phase of the Project is mandatory unless directed otherwise. Provide temporary power and lighting when necessary, and ensure safe installation of temporary power sources and equipment per applicable electrical code requirements including appropriate Ground Fault protection. Temporary light fixtures will be explosion proof. Provide and maintain auxiliary diesel generator equipment where existing facility power is insufficient. Locate generator or vent generator exhaust in a manner that will prevent carbon monoxide hazards to workers and the public. When power shutdown is required, the Contractor shall check for conditions where shutdown will pose a danger to the building or to the building's components. Contractor shall take all precautions necessary, including inspections and testing, to insure the safety of his employees and other building occupants from electrical hazards during the course of the Project. Existing fire, smoke detection and other life safety systems shall be kept in operation at all times, or, the Contractor shall install and maintain a temporary system or alternate acceptable to the Owner and fire officials. 20. The Contractor shall install and maintain Negative Air Pressure Equipment during the abatement and decontamination phases of the Project until the Clearance Test has passed. In unoccupied facilities a sufficient amount of air shall be exhausted by the unit(s) to create a pressure of inches of water within the Work Area with respect to the area outside the Work Area. The negative pressure for occupied facilities shall be inches of water. If only one unit is necessary to provide the specified negative air pressure in a Work Area, the Contractor shall have a backup unit in place should the first unit fail, and for filter changes. [Install and maintain emergency self-starting diesel generator back-up power for negative pressure equipment in the event of power loss in the facility. Locate generator or vent generator exhaust in a manner that will prevent carbon monoxide hazards to workers and the D-27

148 public. When more than one negative air pressure unit is required, emergency power backup is required for only 50% of the units.] 21. Install and maintain a manometer from the time abatement begins until the Clearance Test has passed in Work Areas where adjacent areas are occupied by unprotected workers, other building users or the public and when dry removal methods are required to be employed due to restrictive project conditions. Report readings to the Observation Service at the start and end of each work shift. 22. Notify the Observation Service twenty-four (24) hours in advance of when preparatory steps will be completed. Asbestos Abatement Work shall not commence until: all preparation requirements have been completed; all tools, equipment, and materials are on hand; all required submittals, notices and permits have been approved, and until the Observation Service authorizes in writing that Work may commence. B. Preparation Procedures for: The removal of resilient floor tile, resilient sheet flooring, flooring mastic and the removal of pipe insulation by the Glovebag Method (when approved) and for minor or localized debris cleanup: 1. Above removal, repair and debris cleanup activities unless specified otherwise, shall be executed in an "Isolated" Work Area. 2. Contractor shall isolate the Work Area for the duration of the Project, completely sealing all openings, including but not limited to, HVAC ducts, diffusers and grilles, skylights, doorways and windows, with six (6) mil polyethylene sheet plastic securely taped to a clean surface. Spray adhesive applied on finished surfaces should be avoided where possible. As an option to isolating an entire room or area, the Contractor may construct a single-layer six (6) mil polyethylene plastic sheet isolation barrier (Mini Containment) around pipe, equipment or debris being worked on or removed. Work Areas with permeable finishes and/or components, permanent fixtures, equipment, and school supplies will require the covering of such items with one layer of six (6) mil polyethylene plastic. In addition, when removing floor tile and/or floor tile mastic, a 4-foot high wainscot (splash-guard) shall be constructed around the Work Area and other items within the Work Area. 3. Curtained Doorway: Contractor shall construct a Curtained Doorway of clear plastic sheeting, using six (6) mil polyethylene plastic, at entrances and exits to the Work Area. If the Mini Containment option is used, move the construction of the Curtained Doorway from the room entrance to the Mini Containment itself. 4. HVAC systems shall be shut down. If the air handling system cannot be shut down and there is an avenue for asbestos fibers generated during abatement work to enter into the air stream of the HVAC system, construct a single-layer six (6) mil polyethylene plastic barrier (Mini Containment) around the item(s) being abated. In addition contain/secure HVAC System when possible without interfering with service to areas outside the Work Area. 5. Shutdown of electric power during work unless directed otherwise is mandatory where electrical hazards are possible. Provide temporary power and lighting when necessary, and ensure safe installation of temporary sources and equipment per applicable electrical code requirements, including appropriate ground-fault protection. [Temporary light fixtures must be explosion proof.] Provide and maintain auxiliary diesel generator equipment where existing facility power is insufficient. Locate generator or vent generator exhaust in a manner that will prevent carbon monoxide hazards to workers and the public. When power shutdown is required, the Contractor shall check for conditions where shutdown will pose a danger to the building or to the building's contents. Contractor shall take all precautions necessary, including inspections and testing, to insure the safety of his employees and other building occupants from electrical hazards during the course of the Project. Existing fire, smoke detection and other life safety systems shall be kept in operation at all times or, the Contractor shall install and maintain a temporary system or alternative acceptable to the Owner and fire officials. D-28

149 6. The Contractor shall check regularly (at the beginning, middle and end of each shift as a minimum) all polyethylene isolation barriers for punctures, loose seals, contact with heatgenerating devices, etc. Problem areas shall be repaired or mended immediately. 7. The Contractor shall install and maintain Negative Air Pressure Equipment during the abatement and decontamination phases of the Project until the Clearance Test has passed. In unoccupied facilities a sufficient amount of air shall be exhausted by the unit(s) to create a pressure of inches of a column of water within the Work Area in respect to the area outside the Work Area. If only one unit is necessary to provide the specified negative air pressure in a Work Area, the Contractor shall have a backup unit in place should the first unit fail and for filter changes. When the "Mini Containment" option is utilized the Contractor may substitute a HEPA vacuum to create the specified negative air pressure within the Work Area when standard Negative Air Pressure Equipment volumes are too great. [Install and maintain emergency self-starting diesel generator backup power for negative pressure equipment in the event of power loss in the facility. Locate generator or vent generator exhaust in a manner that will prevent carbon monoxide hazards to workers and the public. When more than one negative air pressure unit is required emergency power back -up is required only for 50% of the units.] 8. Maintain existing emergency exits from the building. Maintain a minimum of two (2) exits from the Work Area where possible. The first exit shall be the Worker Decontamination Enclosure system. The second exit, when possible, shall be a second door, window, or other appropriate opening with a rip cord emergency only exit seal. Exits, where possible, shall be on opposite ends of the Work Area. All exits shall be labeled in bright letters or signage. The second exit shall be labeled "Emergency Exit Only." Establish alternative exits satisfactory to fire officials when existing building Work Area emergency exits are unavoidably blocked by activities of this project. 9. Provide and maintain appropriate "ABC" type fire extinguishers in the Work Area. The size and number of extinguishers shall be as required by local fire officials, but shall not be less than one (1) fire extinguisher inside and outside the Work Area. 10. Provide temporary emergency lighting with battery backup power in all Work Areas where none exists. Work Areas with natural lighting, and no night work to be performed, are exempt from this requirement. 11. Notify the Observation Service twenty-four (24) hours in advance of when preparatory steps will be completed. Asbestos Abatement Work shall not commence until: all preparation requirements have been completed; all tools, equipment, and materials are on hand; all required submittals, notices and permits have been approved, and until the Observation Service authorizes in writing that Work is to commence. C. Preparation procedures for removal of nonfriable Asbestos-Containing roofing materials. 1. Above removal and debris cleanup activities unless specified otherwise, shall be executed in a Regulated Work Area. 2. The Contractor shall check regularly (at the beginning, middle and end of each shift as a minimum) all polyethylene isolation barriers for punctures, loose seals, contact with heatgenerating devices, etc. Problem areas shall be repaired or mended immediately. 3. Provide temporary lighting in Work Areas when required to perform work with limited lighting, such as night work. D. Preparation procedures for removal of nonfriable Asbestos-Containing Transite materials (in good condition). 1. No Work Area preparation required. 3.2 DECONTAMINATION ENCLOSURE SYSTEMS A. Decontamination Enclosure Systems (Worker and Equipment) general requirements: D-29

150 1. Build suitable wood, metal or Polyvinyl Chloride (PVC) framing as described herein and as approved by the Observation Service at the shop drawing submittal stage. [Framed walls susceptible to damage or which also form a security barrier between Work Areas and public areas shall be sheathed with 3/8" min. plywood. Paint public facing side of plywood (color to be selected by Owner).] Portable prefab units, if utilized, must be submitted for review and approval by the Observation Service before start of construction. Submittal shall include, but not be limited to, a floor plan layout complying with the schematic layouts bound herein, showing dimensions, materials, sizes, thickness, plumbing, and electrical outlets, etc. B. Decontamination Enclosure System for asbestos abatement work in "Contained" Work Areas: 1. Construct a Workers' Decontamination Enclosure System contiguous to the Work Area consisting of three totally enclosed chambers to conform with standard drawings bound herein as follows: a. An Equipment Room with an Air Lock to the Work Area and a Curtained Doorway to the Shower Room. b. A Shower Room with two Curtained Doorways, one to the Equipment Room and one to the Clean Room. Plastic on Shower Room and adjoining Equipment and Clean Rooms shall be opaque. The Shower Room shall contain at least one shower with hot and cold or warm water. Careful attention shall be paid to the shower enclosure to ensure against leaking of any kind. Trap shower waste using filters having a maximum pore size of 1.0 micron, and drain into a sanitary sewer. Replace filters when they become clogged. Ensure a supply of soap and disposable towels at all times in the Shower Room. c. A Clean Room with one Curtained Doorway into the shower and one entrance or exit to noncontaminated areas of the building. The Clean Room shall have sufficient space for storage of the Workers' street clothes, towels, and other noncontaminated items. Joint use of this space for other functions, such as offices, storage of equipment, materials, or tools, shall be prohibited. 2. Construct an Equipment Decontamination Enclosure System consisting of two totally enclosed chambers as follows: a. A Washroom with an Air Lock to a designated staging area of the Work Area and a Curtained Doorway to the Holding Room. b. A Holding Room with a Curtained Doorway to the Washroom and a doorway to an uncontaminated area. C. Decontamination Enclosure System for asbestos-abatement work in "Isolated" Work Areas: 1. Construct a Decontamination Enclosure System consisting of two totally enclosed chambers, as follows: a. An Equipment Room, consisting of a Curtained Doorway to the Isolated Work Area and a Curtained Doorway to the Shower Room. b. A Shower Room, consisting of a Curtained Doorway to the Equipment Room and a Curtained Doorway to an uncontaminated area. Plastic on Shower Room and adjoining Equipment and Clean Rooms shall be opaque. The Shower Room shall contain at least one shower with hot and cold or warm water. Careful attention shall be paid to the shower enclosure to ensure against leaking of any kind. Trap shower waste using filters having a maximum pore size of 1.0 micron, and drain into a sanitary sewer. Replace filters when they become clogged. Ensure a supply of soap and disposable towels at all times in the Shower Room. 2. Construction of an Equipment Decontamination Enclosure System is optional. D-30

151 a. A Washroom with an Air Lock to a designated staging area of the Work Area and a Curtained Doorway to the Holding Room. b. A Holding Room with a Curtained Doorway to the Washroom and a doorway to an uncontaminated area. D. Decontamination Enclosure System for encapsulation of spray-applied or trowel-applied materials: 1. Construct a Decontamination Enclosure System (Worker and Equipment) in accordance with Article 4.2.B. E. Decontamination Enclosure System for nonfriable Asbestos-Containing materials: 1. None required. However, workers shall wash exposed portion of the body with soap and water each time they leave the Work Area. F. Movable Decontamination Enclosure Unit for ceiling panel removal and ceiling debris removal: 3.3 ASBESTOS REMOVAL 1. A Movable Decontamination Enclosure Unit shall be erected for the ceiling panel removal and ceiling debris removal work. The enclosure shall be of a scaffold frame type on locked casters with six (6) mil polyethylene sheeting at floor and all four sides, one side to serve as a Curtained Doorway with a double-layer polyethylene sheeting. (See standard drawing). Construction of enclosure to comply with EPA, OSHA, DOSH and local regulatory requirements. Install and operate negative air equipment connected to or within the unit. Negative pressure within the enclosure shall be sufficient to create a high flow of air into the top of the enclosure. a. Build suitable framing as described herein and as approved by the Observation Service at the shop drawing submittal stage. Portable prefab units, if utilized, must be submitted for review and approved by the Observation Service before start of construction. Submittal shall include, but not be limited to, a floor plan layout complying with the schematic layouts bound herein, showing dimension, materials, size, thickness, plumbing, and electrical outlets, etc. A. Before removal, Asbestos materials shall be sprayed with Amended Water. The Asbestos materials shall be sufficiently saturated without causing excessive dripping and to prevent emission of airborne fibers, at any time, in excess of Maximum Acceptable Level. Spray materials repeatedly during the work process to maintain a wet condition. If the materials are not easily saturated, then the Work Area shall be constantly misted to keep fiber emission minimal. B. Asbestos material shall be removed in manageable sections by a multi-person team, some of whom are wetting and the remainder removing and cleaning. Any material which falls to the floor shall be wetted and picked up immediately. Material shall not be allowed to dry out. Material drop shall not exceed 15 feet. For heights up to 50 feet, provide inclined chutes or scaffolding to intercept drop. For heights exceeding 50 feet, provide enclosed dust-proof chutes. Before a second area can be started, removed material shall be packed into approved and labeled packaging while it is still wet. The outside of all containers shall be clean before leaving the Work Area. Move containers to the Washroom (Shower Room when Equipment Decontamination System is not required), wet-clean each container thoroughly, and move to Holding Area pending removal to uncontaminated areas. C. Asbestos material applied to concrete, steel decks, beams, columns, pipes, tanks, and other nonporous surfaces shall be wet-cleaned to a degree that no traces of debris or residue are visible. D. Asbestos material debris, drippings, splatters, and overspray on surfaces within accessible ceiling cavities and other accessible areas shall be removed in the same manner and cleaned to the degree as specified above. D-31

152 E. The Work Area shall be kept orderly, clean and clear of work materials, polyethylene sheeting, tape, cleaning material, and clothing, and all other disposable material or items used in the Work Area shall be packed into properly labeled protective packaging and removed from the Work Area. F. Protective packages and drums containing Asbestos materials shall be cleaned and stored in the isolated Holding Area until that time when the materials are to be loaded and hauled to the Hazardous Waste Disposal Facility for burial. The packages and drums shall be stored in piles no higher than four (4) feet, and in a manner that will not result in damage to the packages or drums. Transport bags in covered drums or carts from the Holding Area to the transport. G. Equipment removal procedures: Clean surfaces of contaminated equipment thoroughly by wetsponging or wiping before moving such items into the Washroom (Shower Room when Equipment Decontamination System is not required) for final cleaning and removal to uncontaminated areas. Ensure that personnel do not leave Work Area through the Equipment Decontamination Enclosure. H. Do not bag water used during abatement activities. Properly filter and drain water into building sanitary drain unless prohibited by local regulations. Filter shall have a maximum pore size of 1.0 micron. I. Friable materials: 1. TSI, Wallboard and Insulated Wire: a. Remove TSI, wallboard and insulated wire materials with wet methods and in a manner that will not create exposures above the PEL. Do not use saws or other such mechanical equipment. Adequately wet the TSI materials before, during and after removal. b. The Work Area shall be kept orderly, clean and clear of work materials. c. Package TSI, wallboard and insulated wire materials in labeled double six (6) mil lined containers or bags, or in accordance with the disposal facility's requirements. 2. Ceiling Tiles: J. Non-friable materials: a. Remove ceiling tiles with wet methods and in a manner that will keep the material substantially intact. Do not use saws or other such mechanical equipment. Adequately wet the ceiling tiles before, during and after removal. b. The Work Area shall be kept orderly, clean and clear of work materials. c. Package ceiling tiles in labeled double six (6) mil lined containers or bags, or in accordance with the disposal facility's requirements. 1. Roofing Materials: a. Use removal methods that will keep the tearing and fraying of the roof membrane to a minimum. If sawing tools are used, they must be factory equipped with HEPA filtering devices, or perform in a manner that will not release visible dust emissions. Roofing debris made friable shall be misted before transportation to dumpsters and also mist roofing debris if necessary when the roofing debris is in the dumpster. b. Use dust control methods as required to hold dust generation to a minimum. c. Roofing shall be removed so that no felts are visible. Asphalt bitumen residue need not be removed from the substrate unless directed otherwise in the Contract Documents. d. The Work Area shall be kept orderly, clean and clear of work materials. e. Package roofing materials in labeled double six (6) mil lined containers or bags, or in with the disposal facilities requirements. D-32

153 2. Floor Tile, Floor Tile Mastic and Carpet Adhesive: a. Remove floor tile and mastic and carpet adhesive with wet methods and in a manner that will not create friable debris. Do not use chipper, bead blasters, buffers or other such mechanical equipment. Use hand tools and manual removal methods. Remove tile and mastic and carpet adhesive until no residue is visible other than that which is embedded in the pores, cracks, or other voids below the surface of the floor substrate. b. The Work Area shall be kept orderly, clean and clear of work materials. c. Package floor tile and mastic in labeled double six (6) mil lined containers or bags, or in accordance with the disposal facilities requirements. 3. Window Glazing and Transite Material: a. Remove window glazing and transite materials with wet methods and in a manner that will not create friable debris. Do not use saws or other such mechanical equipment. 3.4 DECONTAMINATION OF WORK AREA b. The Work Area shall be kept orderly, clean and clear of work materials. c. Package window glazing and transite materials in labeled double six (6) mil lined containers or bags, or in accordance with the disposal facility's requirements. A. Decontaminated procedures for "Contained" Work Areas, excluding Asbestos-Containing Material encapsulation work: 1. Remove all visible accumulations of Asbestos material and debris. Wet-clean all surfaces within the Work Area to remove Asbestos residue. 2. After cleaning, the Contractor shall perform a complete visual inspection of the Work Area to ensure that the Work Area is free of any visible debris or residue. 3. Upon completion of his visual inspection, the Contractor shall notify the Observation Service in advance that the Work Area is ready for Initial Review. 4. Upon proper notification, the Observation Service will review the Work Area for general conformance with the Specifications. Any nonconformance of the Work shall be remedied by the Contractor until the Work Area is in compliance, and at the Contractor's expense. 5. Upon successful compliance with the Initial Review by the Observation Service and after written notification, the Contractor shall encapsulate surfaces where Asbestos materials have been removed. Unless specified otherwise encapsulate those portions of the items where the Asbestos-Containing material was missing prior to the start of this Contract. All surfaces within ceiling and other accessible cavities where spray-applied or trowel-applied materials have been removed shall also be encapsulated. Apply encapsulant in sufficient amounts to render the affected surface tacky to the touch. The encapsulant shall be compatible with the existing substrate and replacement materials and shall be rated to safely withstand the temperature of the items to which it will be applied. Encapsulants to be applied to structural members prior to reapplication of spray-applied or trowel-applied fireproofing must be a component of the fireproofing system when it was tested and rated by the UL, ASTM, FM or other building code approved testing agencies. 6. Upon completion of the Encapsulation Work, the Contractor shall notify the Observation Service in advance that the encapsulated surfaces are ready for Encapsulation Review. 7. Upon proper notification, the Observation Service will review the encapsulated surfaces for general conformance with the Specifications. Any nonconformance of the Work shall be remedied by the Contractor until the Work is in compliance and at the Contractor's expense. D-33

154 8. Upon successful compliance with the Encapsulation Review by the Observation Service and after written notification, the Contractor shall remove the outer layer of plastic on the walls, floors, and ceilings (where applicable). The inner plastic layer and isolation barriers on vents, grilles, diffusers, etc., shall remain in place. 9. Wet-clean the Work Area, wait twenty-four (24) hours to allow for the settlement of dust, and again wet-clean, or clean with HEPA vacuum equipment, all surfaces within the Work Area. After completing of the second cleaning operation the Contractor shall perform a complete visual inspection of the Work Area to ensure that the Work Area is free of contamination. 10. Sealed drums and bags, and all equipment used in the Work Area, shall be included in the cleanup and shall be removed from the Work Area via the Equipment Decontamination Enclosure System, at the appropriate time in the cleaning sequence. 11. Upon completion of the second cleaning operation, the Contractor shall notify the Observation Service twenty-four (24) hours in advance that the Work Area is ready for Pretesting Review and Clearance Testing. Refer to appropriate Article on Air Monitoring in this Section for Clearance Testing standards. Contamination found during the Pre-testing Review shall be remedied by the Contractor, at his expense, prior to clearance testing. 12. Upon written notification from the Observation Service that the Work Area has passed the standard for Clearance Testing, the Contractor shall apply, when included in the Contract, the Asbestos-free replacement materials and re-establish objects and systems as specified in these specifications. The inner plastic layer and isolation barriers may be removed by the Contractor at any time after written notification. 13. Upon completion of the application of replacement materials, or if no replacement materials are required, after the removal of the inner plastic layer, isolation barriers and the reestablishment of objects and systems the Contractor shall notify the Observation Service and/or Owner's Representative twenty-four (24) hours in advance that the Work Area is ready for Pre-final Review. 14. Upon notification, the Observation Service and Owner's Representative will review the Work Area. Improper application of replacement materials, unapproved damage to the facility or its contents, or improper re-establishment of objects and systems discovered during the Prefinal Review shall be itemized on a Punch List for correction by the Contractor at his expense. If no deficiencies are discovered the Contract or this portion of the Contract shall be approved in writing by the Observation Service and Owner's Representative as complete. If deficiencies are noted, continue with the subsequent procedures. NOTE: If deficiencies noted do not prevent the Owner from occupancy or proceeding with reconstruction work, the Contract,or this portion of the Contract, shall be specified in writing by the Observation Service and the Owner's Representative Substantially Complete. 15. Upon correction of Punch List deficiencies the Contractor shall notify the Observation Service and Owner's Representative in advance that the Work Area is ready for Final Review. 16. Upon notification the Observation Service and Owner's Representative will review the corrected Punch List deficiencies. If all deficiencies have been corrected, the Contract, or this portion of the Contract, shall be approved in writing by the Observation Service and Owner's Representative as complete. If deficiencies have not been properly corrected the Contractor shall repeat, at his expense, procedures 15 and 16 until all deficiencies have been corrected and approved. NOTE: If deficiencies noted do not prevent the Owner from occupancy or proceeding with reconstruction work, the Contract or this portion of the Contract shall be specified in writing by the Observation Service and the Owner's Representative Substantially Complete. B. Decontamination procedures for "Isolated" Work Areas: 1. Contractor shall perform a complete visual inspection of the Work Area to ensure that the Work Area is free of any contamination. D-34

155 2. If any evidence of Asbestos material or debris is encountered, the Contractor shall remove the contaminants and shall wet-clean all surfaces within the Work Area to remove Asbestos residue. 3. Sealed drums and bags, and all equipment used in the Work Area, shall be included in the cleanup and shall be removed from the Work Area at the appropriate time in the cleaning sequence. 4. Upon completion of his visual inspection and any necessary cleaning, the Contractor shall notify the Observation Service in advance that the Work Area is ready for Initial Review. 5. Upon proper notification, the Observation Service will review the Work Area for general conformance with the Specifications. Any nonconformance of the Work shall be remedied by the Contractor until the Work Area is in compliance, and at the Contractor's expense. 6. Upon successful compliance with the Initial Review of the Observation Service and after written notification, the Contractor shall encapsulate surfaces where Asbestos-Containing Materials were removed. Unless specified otherwise, encapsulate those portions of the items where the Asbestos-Containing Material was missing prior to the start of this Contract. Apply encapsulant in sufficient amounts to render the affected surface tacky to the touch. The encapsulant shall be compatible with the existing substrate and replacement materials and shall be rated to safely withstand the temperatures of the surface to which it will be applied. Do not encapsulate substrates from which resilient flooring (tile or sheets), flooring mastic, or roofing materials have been removed. Encapsulants to be applied to structural members, prior to reapplication of spray-applied or trowel-applied fireproofing, must be a component of the fireproofing system when it was tested and rated by the UL, ASTM, FM or other building code approved testing agencies. 7. Upon completion of the Encapsulation Work, the Contractor shall notify the Observation Service twenty-four (24) hours in advance that the encapsulated surfaces are ready for Encapsulation Review and Clearance Testing. 8. Upon proper notification, the Observation Service will review the encapsulated surfaces for general conformance with the Specifications. Any nonconformance of the Work shall be remedied by the Contractor until the Work is in compliance, and at the Contractor's expense. 9. Upon successful compliance with the Encapsulation Review of the Observation Service, the Work Area is ready for Clearance Testing. Refer to the appropriate Article on Air Monitoring in this Section for Clearance Testing standards. 10. Upon written notification from the Observation Service that the Work Area has passed the standard for Clearance Testing, the Contractor shall, when included in the Contract, apply Asbestos-free replacement materials and re-establish objects and systems as specified in these Specifications. The isolation barriers may be removed by the Contractor at any time after the written notification. 11. Upon completion of the application of replacement material, or if no replacement materials are required, after the removal of the isolation barriers and the re-establishment of objects and systems, the Contractor shall notify the Observation Service and Owner's Representative twenty-four (24) hours in advance that the Work Area is ready for Pre-final Review. 12. Upon notification, the Observation Service and Owner's Representative will review the Work Area. Improper application of replacement materials, unapproved damage to the facility or its contents or improper re-establishment of objects and systems discovered during the Prefinal Review shall be itemized on a Punch List for correction by the Contractor at his expense. If no deficiencies are discovered, the Contract, or this portion of the Contract, shall be approved in writing by the Observation Service and Owner's Representative as complete. If deficiencies are noted continue with the subsequent procedures. NOTE: If deficiencies noted do not prevent the Owner from occupancy or proceeding with reconstruction work, the Contract, or this portion of the Contract, shall be specified in writing by the Observation Service and the Owner's Representative Substantially Complete. D-35

156 13. Upon correction of the Punch Lists deficiencies, the Contractor shall notify the Observation Service and Owner's Representative in advance that Work Area is ready for Final Review. 14. Upon notification, the Observation Service and the Owner's Representative will review the corrected Punch List deficiencies. If all deficiencies have been corrected to the satisfaction of the Observation Service and the Owner's Representative, the Contract or this portion of the Contract, shall be approved in writing by the Observation Service and Owner's Representative as completed. If deficiencies have not been properly corrected the Contractor shall repeat, at his expense, procedures 13 and 14 until all deficiencies have been corrected and approved. NOTE: If deficiencies noted do not prevent the Owner from occupancy or proceeding with reconstruction work, the Contract, or this portion of the Contract, shall be specified in writing by the Observation Service and the Owner's Representative Substantially Complete. C. Decontamination procedures for encapsulation of spray-applied, trowel-applied or other friable materials in a "Contained" Work Area: 1. Upon completion of the Encapsulation Work, the Contractor shall notify the Observation Service in advance that the encapsulated surfaces are ready for Encapsulation Review. 2. Upon proper notification, the Observation Service will review the encapsulated surfaces for general conformance with the Specifications. Any nonconformance of the Work shall be remedied by the Contractor until the Work is in compliance, and at the Contractor's expense. 3. Upon successful compliance with the Encapsulation Review by the Observation Service and after written notification, the Contractor shall remove all visible accumulations of Asbestos material debris, and wet-clean all surfaces within the Work Area to remove any Asbestos residue. 4. After cleaning, the Contractor shall perform a complete visual inspection of the Work Area to ensure that the Work Area is free of any debris or residue. 5. Upon completion of his visual inspection, the Contractor shall notify the Observation Service in advance that the Work Area is ready for Initial Review. 6. Upon successful compliance with the Observation Service's Initial Review, and after written notification, the Contractor shall remove the layer of plastic on the walls and floors. The isolation barriers on vents, grilles, diffuser, etc., shall remain in place. 7. After removal of the plastic covering, clean the Work Area, vacuuming with HEPA vacuum equipment all surfaces within the Work Area. After the completion of the cleaning operation, the Contractor shall perform a complete visual inspection of the Work Area to ensure that it is free of contamination. 8. Sealed drums and bags, and all equipment used in the Work Area shall be included in the cleanup, and shall be removed from the Work Area via the Equipment Decontamination Enclosure at the appropriate time in the cleaning sequence. 9. Upon completion of the cleaning operation, the Contractor shall notify the Observation Service twenty-four (24) hours in advance that the Work Area is ready for review and Clearance Testing. Refer to the appropriate Article on Air Monitoring in this Section for Clearance Testing standards. 10. Upon written notification from the Observation Service that the Work Area has passed the standard for Clearance Testing, the Contractor shall remove the isolation barriers, proceed with the re-establishment of objects and systems and when included in the Contract, apply Asbestos-free replacement materials as specified in these Specifications. 11. Upon completion of the application of replacement materials, or if no replacement materials are required, after the removal of isolation barriers and the re-establishment of objects and systems, the Contractor shall notify the Observation Service and Owner's Representative twenty-four (24) hours in advance that the Work Area is ready for Pre-final Review. D-36

157 12. Upon notification, the Observation Service and Owner's Representative will review the Work Area. Improper application of replacement materials or improper re-establishment of objects and systems, or unapproved damage to the facility or its contents, discovered during the Prefinal Review, shall be itemized on a Punch List for correction by the Contractor at his expense. If no deficiencies are discovered, the Contract, or this portion of the Contract, shall be approved in writing by the Observation Service and Owner's representative as complete. If deficiencies are noted continue with the subsequent procedures. NOTE: If deficiencies noted do not prevent the Owner from occupancy or proceeding with reconstruction work, the Contract, or this portion of the Contract, shall be specified in writing by the Observation Service and the Owner's Representative Substantially Complete. 13. Upon correction of the Punch List deficiencies, the Contractor shall notify the Observation Service and the Owner's Representative in advance that the Work Area is ready for Final Review. 14. Upon notification, the Observation Service and the Owner's Representative will review the corrected Punch List deficiencies. If all deficiencies have been corrected, the Contract, or this portion of the Contract, shall be approved in writing by the Observation Service and Owner's representative as complete. If deficiencies have not been properly corrected, the Contractor shall repeat, at his expense, procedures 13 and 14 until all deficiencies have been corrected and approved. NOTE: If deficiencies noted do not prevent the Owner from occupancy or proceeding with reconstruction work, the Contract, or this portion of the Contract, shall be specified in writing by the Observation Service and the Owner's Representative Substantially Complete. D. Decontamination procedures for ceiling panel removal in non-prepared Work Areas: 1. Set up movable decontamination enclosure unit under selected ceiling panels to be removed. 2. Remove the panels carefully so that damage to the panels and resultant fiber generation will be kept to a minimum. Place panels in appropriately labeled protective packaging. 3. HEPA vacuum and wet wipe all surfaces of the suspension system including adjacent light fixtures, HVAC diffusers, and other components of the suspension system to remove debris. 4. After cleaning, the Contractor shall perform a complete visual inspection of the Work Area to insure that the suspension system and other ceiling components are free of debris. 5. Upon completion of his inspection the Contractor shall notify the Observation Service in advance that the Work Area is ready for Initial Review. 6. Upon notification the Observation Service will review the Work Area for general conformance with the specifications. Any nonconformance of the work shall be remedied by the Contractor until the Work Area is in compliance, and at the Contractor's expense. 7. At the appropriate time after each work shift and after the cleaning operation is complete, the Contractor shall HEPA vacuum and wet wipe the movable decontamination enclosure system to remove all ceiling panel debris and residue prior to dismantling the unit. The Contractor shall obtain the review and approval of the Observation Service prior to dismantlement. 8. Upon successful compliance with the Observation Service's Initial Review the Observation Service shall perform Clearance Testing. Refer to the appropriate Article on Air Monitoring in this section for Clearance Testing standards. 9. Upon written notification from the Observation Service that the Work Area has passed the standard for Clearance Testing, the Contractor shall, when included in the Contract, install asbestos-free replacement panels and reestablish objects and systems as specified in these Specifications. 10. Upon completion of application of replacement materials, or if no replacement materials are required, after the re-establishment of objects and systems, the Contractor shall notify the D-37

158 Observation Service and Owner's Representative twenty-four (24) hours in advance that the Work Area is ready for Pre-final Review. 11. Upon notification, the Observation Service and Owner's Representative will review the Work Area. Improper application of replacement materials, unapproved damage to the facility or its contents, or improper re-establishment of objects and systems discovered during the Prefinal Review, shall be itemized on a Punch List for correction by the Contractor at his expense. If no deficiencies are discovered, this Contract, or this portion of the Contract, shall be approved in writing by the Observation Service and Owner's Representative as complete. If deficiencies are noted continue with the subsequent procedures. NOTE: If deficiencies noted do not prevent the Owner from occupancy or proceeding with reconstruction work, the Contract, or this portion of the Contract, shall be specified in writing by the Observation Service and the Owner's Representative Substantially Complete. 12. Upon completion of Punch List deficiencies, the Contractor shall notify the Observation Service and Owner's Representative in advance that the Work Area is ready for Final Review. 13. Upon notification the Observation Service and the Owner's Representative will review the corrected Punch List deficiencies. If all deficiencies have been corrected to the satisfaction of the Observation Service and Owner's Representative, the Contract, or this portion of the Contract, shall be approved in writing by the Observation Service and Owner's Representative as complete. If deficiencies have not been properly corrected the Contractor shall repeat procedures 12 and 13 until all deficiencies have been corrected and approved. NOTE: If deficiencies noted do not prevent the Owner from occupancy or proceeding with reconstruction work, the Contract or this portion of the Contract shall be specified in writing by the Observation Service and the Owner's Representative Substantially Complete. E. Decontamination procedures for ceiling debris removal in non-prepared Work Areas: 1. Set up movable decontamination enclosure unit under selected ceiling tile, panels, access holes, or light fixtures in a pattern that will provide adequate coverage of the designated areas. 2. Remove the panels, light fixtures, or other access items carefully so that debris on top of the items will not fall. NOTE: Seal all access openings, after each work shift, with temporary six (6) mil plastic seals, if the opening cannot be permanently sealed prior to the next business day. 3. Remove visible fireproofing or other Asbestos-Containing debris from top of ceiling panels, light fixtures and other surfaces, etc., with HEPA vacuum equipment, or wet cleaning method, in a manner that will not raise dust. 4. After cleaning, the Contractor shall perform a complete visual inspection of the Work Area to ensure that the Work Area is free of any debris or residue. 5. Upon completion of his visual inspection, the Contractor shall notify the Observation Service in advance that the Work Area is ready for Initial Review. 6. Upon proper notification, the Observation Service will review the Work Area for general conformance with the Specifications. Any nonconformance of the Work shall be remedied by the Contractor until the Work Area is in compliance, and at the Contractor's expense. 7. Upon successful compliance with the Observation Service s Initial Review, and after written notification, the Contractor shall encapsulate the top surface of the ceiling. Encapsulant shall be applied in a manner that will provide complete coverage of the ceiling surface while also minimizing encapsulation drippage through openings in the ceiling to the area below. 8. After the completion of the encapsulation operation, the Contractor shall perform a complete visual inspection of the Work Area to ensure that uniform encapsulation coverage has been achieved. D-38

159 9. Sealed drums and bags, and all equipment used in the Work Area shall be included in the cleanup and shall be removed from the Work Area at the appropriate time in the cleaning sequence. 10. Upon completion of his encapsulation inspection, the Contractor shall notify the Observation Service twenty-four (24) hours in advance that the Work Area is ready for Encapsulation Review and Clearance Testing. Refer to the appropriate Article on Air Monitoring in this Section for Clearance Testing standards. 11. Upon written notification from the Observation Service that the Work Area has passed the standard for Clearance Testing, the Contractor shall re-establish objects and systems as stipulated in these Specifications. 12. Upon completion of the re-establishment of objects and systems, the Contractor shall notify the Observation Service and Owner's Representative twenty-four (24) hours in advance that the Work Area is ready for Pre-final Review. 13. Upon notification, the Observation Service and Owner's Representative will review the Work Area. Improper re-establishment of objects and systems or unapproved damage to the facility or its contents discovered during the Pre-final review shall be itemized on a Punch List for correction by the Contractor at his expense. If no deficiencies are discovered, the Contract, or this portion of the Contract, shall be approved in writing by the Observation Service and Owner's Representative as complete. If deficiencies are noted continue with the subsequent procedures. NOTE: If deficiencies noted do not prevent the Owner from occupancy or proceeding with reconstruction work, the Contract or this portion of the Contract shall be specified in writing by the Observation Service and the Owner's Representative Substantially Complete. 14. Upon correction of the Punch List deficiencies the Contractor shall notify the Observation Service and Owner's Representative in advance that the Work Area is ready for Final Review. 15. Upon notification, the Observation Service and Owner's Representative will review the corrected Punch List deficiencies. If all deficiencies have been corrected, the Contract or this portion of the Contract, shall be approved in writing by the Observation Service and the Owner's representative as complete. If deficiencies have not been properly corrected, the Contractor shall repeat, at his expense, procedures 14 and 15 until all deficiencies have been corrected and approved. NOTE: If deficiencies noted do not prevent the Owner from occupancy or proceeding with reconstruction work, the Contract or this portion of the Contract shall be specified in writing by the Observation Service and the Owner's Representative Substantially Complete. F. Decontamination procedure for removal of nonfriable materials in non-prepared Work Areas: 1. The Contractor shall perform a complete visual inspection of the Work Area. 2. Asbestos debris encountered shall be removed. 3. Sealed drums and bags, and all equipment used in the Work Area shall be included in the cleanup, and shall be removed from the Work Area at the appropriate time in the cleaning sequence. 4. Upon completion of his visual inspection and any necessary cleaning, the Contractor shall notify the Observation Service that the Work Area is ready for Initial Review. 5. Upon proper notification, the Observation Service will review the Work Area for general conformance with the Specifications. Any nonconformance of the Work shall be remedied by the Contractor until the Work Area is in compliance, and at the Contractor's expense. 6. Upon successful compliance with the Initial Review, the Observation Service shall conduct Clearance Testing. Refer to appropriate Article in this Section on Air Monitoring for Clearance Testing standards. D-39

160 7. Upon written notification from the Owner's Representative that the Work Area has passed the standard for Clearance Testing, the Contractor shall apply the asbestos-free replacement materials, when included in the contract, and re-establish objects and systems as specified in these Specifications. 3.5 ASBESTOS DISPOSAL 8. Upon completion of the application of replacement materials, or if no replacement materials are required, after the re-establishment of objects and systems, the Contractor shall notify the Observation Service and the Owner's Representative within twenty-four (24) hours, in advance, that the Work Area is ready for Pre-final Review. 9. Upon notification, the Observation Service and the Owner's Representative will review the Work Area. Improper application of the replacement materials, unapproved damage to the facility or its contents or improper re-establishment of objects and systems shall be itemized on a Punch List for correction by the Contractor at his expense. If no deficiencies are discovered, the Contract, or this portion of the Contract, shall be approved in writing by the Observation Service as complete. If deficiencies are noted continue with the subsequent procedures. NOTE: If deficiencies noted do not prevent the Owner from occupancy or proceeding with reconstruction work, the Contract, or this portion of the Contract, shall be specified in writing by the Observation Service and the Owner's Representative Substantially Complete. 10. Upon correction of Punch List deficiencies the Contractor shall notify the Observation Service and Owner's Representative in advance that the Work Area is ready for Final Review. 11. Upon notification the Observation Service and the Owner's Representative will review the corrected Punch List deficiencies. If all deficiencies have been corrected, the Contract or this portion of the Contract, shall be approved in writing by the Observation Service as complete. If deficiencies have not been properly corrected, the Contractor shall repeat, at his expense, procedures 10 and 11 until all deficiencies have been corrected and approved. NOTE: If deficiencies noted do not prevent the Owner from occupancy or proceeding with reconstruction work, the Contract or this portion of the Contract shall be specified in writing by the Observation Service and the Owner's Representative Substantially Complete. A. Asbestos-Containing Waste Materials shall be packed into approved sealed and labeled protective packaging. B. Containers removed from the Holding Area must be removed by Workers who have entered from uncontaminated areas dressed in clean coveralls. Workers must not enter from uncontaminated areas into the Washroom or the Work Area; contaminated Workers must not exit the Work Area through the Equipment Decontamination Enclosure System. C. Contractor shall deliver Asbestos-Containing Waste Materials to the pre-designated Hazardous Waste Disposal Facility in accordance with the guidelines of the EPA. D. The Contractor shall notify the Observation Service twenty-four (24) hours, in advance, when Asbestos-Containing Waste Materials are to be removed from the site. The Observation Service must be present during the removal of Asbestos-Containing Waste Materials from the Work Area. A copy of the Uniform Hazardous Waste Manifest, or other document required by State or Local agencies, shall be submitted to the Observation Service for review and signature prior to transporting Asbestos-Containing Waste Materials to the disposal facility. E. At the conclusion of Work, the Contractor shall provide evidence (such as a "Bill of Lading" or "Hazardous Waste Manifest") that the Asbestos-Containing Waste Material was disposed of at the approved EPA Hazardous Waste Disposal Facility. The evidence shall be submitted with the final request for payment, the Contractor shall indicate on the "Bill of Lading" or "Hazardous Waste Manifest" the weight, in tons, of the Asbestos-Containing Waste Material generated from the Project. This weight amount must be confirmed by a party independent from the Contractor. F. The Contractor shall be responsible for the safe handling and transportation of all Non-Hazardous and/or Hazardous Waste, generated by the Project of this Contract, to the designated Non- D-40

161 Hazardous and/or Hazardous Waste Disposal Facility. The Contractor shall bear all costs for all claims, damages, losses, and clean up expenses against the Owner or the Observation Service, including but not limited to attorney's fees rising out of, or resulting from, Asbestos spills on the site or spills en route to the Hazardous Waste Disposal Facility. G. Friable Debris Disposal: Friable Asbestos-Containing Materials shall be disposed of as hazardous waste. H. Non-friable Debris Disposal: Non-friable Asbestos-Containing Materials shall be disposed of as nonfriable asbestos waste. 3.6 AIR MONITORING AND TESTING A. Area Air Monitoring: 1. Throughout removal, encapsulation, and cleaning operations, Area Air Monitoring shall be conducted by the Observation Service to ensure that the Contractor's engineering controls and work practices are minimizing worker and public exposures to airborne asbestos fibers, in accordance with applicable codes, regulations, and ordinances. Fiber counting shall be done by the PCM Method No established by NIOSH, with the following as minimum samplings recommended by the EPA: Areas To Be Minimum Number Minimum Sampled of Samples Volume Work Area 1/work shift 1200L Adjacent to Work Area 1/work shift 1200L At Negative Air Equipment Exhausts 1/work shift 1200L 2. The Observation Service shall report the Area Air Monitoring results to the Contractor on the following day. If Area Air Monitoring results are unsatisfactory, the Contractor shall make changes in his engineering controls and work practices to assure compliance with the following standards. Unsatisfactory results are fiber counts within the Work Area in excess of the Maximum Acceptable Level or fiber counts outside the Work Area in excess of the Benchmark. B. Personal Air Monitoring: 1. The Contractor shall conduct initial and periodic eight (8) hour TWA and thirty (30) minute excursion limit air monitoring of Worker exposures to airborne concentrations of Asbestos fibers in accordance with OSHA (CFR ) and DOSH (CCR Title 8 Section 1529) requirements. 2. Once OSHA and DOSH sampling requirements are satisfied the Contractor shall conduct, as a requirement of this Contract, not less than one (1) personal air sample, twice per calendar week, to determine 8-hour TWA exposures and thirty (30) minute Excursion Limit exposures of workers operating in each Work Area. Samples shall be collected within the Workers' breathing zones. Samples shall be taken for each ten (10) workers from the time preparation work is started until the Work Area has passed Clearance Testing. NOTE: Contract required personal sampling is not necessary while the Contractor is conducting OHSA and/or DOSH required sampling or when Type C Respirators are in use. 3. The Contractor shall report Personal Monitoring results to the Observation Service within 48 hours from the end of the work shift. Worker exposures to airborne Asbestos concentrations shall not exceed the Permissible Exposure Limit (PEL) of 8-hour TWA of 0.1 fibers (longer than 5 micrometers) per cubic centimeter of air, or the 1f/cc 30 minute period Excursion Limit. C. Clearance Testing: D-41

162 1. The Contractor shall not be released until final inspection and air testing are performed in each Work Area using PCM Method No in accordance with the guidelines set forth in EPA Document 560/ Guidance for Controlling Asbestos-Containing Materials in Buildings with the exception that a minimum of one (1) air sample be taken for each Work Area and that 1,200 liters of air is required. 3.7 REIMBURSEMENT OF COSTS OF THE OWNER OR THE OBSERVATION SERVICE A. In the event that reviews and/or Clearance Testing by the Observation Service or regulatory agencies shows that the Work Area or any portion of the Work Area is not decontaminated or if the Work is not in conformance with the Contract Documents, the Owner, Observation Service and his Consultants will record all time, tests and project related expenses expended to monitor the Work until the work is in compliance. All time, and expenses recorded by the Owner, Observation Service and his Consultants to monitor the above work, and all time, tests and project related expenses incurred by the Owner and Observation Service and his Consultants outside the Project Work Days, Work Hours or Contract Time shall, at the discretion of the Owner, be paid for by the Contractor. The Contractor, promptly upon receipt of the billing from the Owner, or the Observation Service, shall reimburse the Owner at the normal billing rate of the Owner or the Observation Service and his Consultants, or the Owner is authorized to withhold funds from the Contract Sum, for all time spent by the Owner, Observation Service and his Consultants for reviews, testing, and other project related expenses when any of the above conditions occur. 3.8 STOPPING THE WORK A. If, at any time, the Observation Service decides that Work Practices are violating pertinent regulations, these Specifications or, in his opinion, endangering Workers or the public, he will immediately notify the Contractor (followed up in writing) that operations shall cease until corrective action is taken, and the Contractor shall take such corrective action before proceeding with the Work. Loss or Damages due to a Stop Work Order shall be borne by the Contractor. 3.9 CLEANUP A. Contractor shall maintain a clean Project site during and upon completion of the Project. All debris, materials and wastes shall be removed from the Project site. END OF SECTION I D-42

163 PART 4 MEASUREMENT AND PAYMENT 4.01 MEASUREMENT A. This bid item shall not be measured PAYMENT A. Payment for Item No. 2 Abatement of Asbestos Containing Materials (ACM) & Asbestos Containing Construction Materials (ACCM), Lead Base Paint & Lead Containing Paint Materials, PCB Containing Light Ballasts and Mercury Containing Fluorescent Light Tubes shall be paid for by the contract Lump Sum (LS) price shown on the Bid Sheet. The contract lump sum price paid shall include: a) preparation of work area b) worker protection c) removal of asbestos containing material (ACM) and asbestos containing construction material (ACCM) d) decontamination of work area d) cleanup of the work area e) disposal and transport of ACM and ACCM f) securing and fees for a legal dump site The contract lump sum paid shall also include full compensation for all work involved for furnishing all labor, tools, equipment, materials, and incidentals, complete in place, as shown on the plans, as specified in the specifications, and as directed by the Engineer. END OF SECTION H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Section D Technical Specs 9819 B755.docx SECTION 7520 ABATEMENT OF ACM & ACCM D-43

164 H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Section D Technical Specs 9819 B755.docx SECTION 7520 ABATEMENT OF ACM & ACCM D-44

165 SECTION D.7521 ABATEMENT OF LEAD BASED PAINT & LEAD CONTAINING PAINT MATERIALS H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Section D Technical Specs 9819 B755.docx SECTION 7521 ABATEMENT OF LBP & LCPM D-45

166 SECTION II- LEAD LEAD BASED PAINT & LEAD CONTAINING PAINT ABATEMENT SPECIFICATIONS PART 1 - GENERAL 1.0 DESCRIPTION A. Work included: Contractor shall furnish all labor, materials, services, permits, insurance (specifically covering the handling and transportation of Lead Based Material & Lead-Containing Material and Lead-Containing Waste Material), and equipment which is specified, shown, or reasonably implied for Lead Abatement materials/activities. Table II Lead-Based Paint Survey Results Location Material Condition Lead Content (mg/cm 2 ) Interior Throughout White Paint on Concrete Wall Poor 0.03 Interior Throughout White Paint on Wood Door Frame Poor 2.6 Interior Throughout Beige Paint on Wood Door Casing Poor 4 Interior Throughout Light Blue Paint on Metal Door Frame Poor 2.8 Interior Throughout Light Blue Paint on Wood Wall Trim Poor 2.8 Interior Throughout Light Blue Paint on Wood Door Poor 0.1 Restrooms Throughout Tan/Brown Ceramic Tile Floor Poor 0.01 Restrooms Throughout Tan/Brown Ceramic Tile Baseboard Poor 0.01 Restrooms Throughout Yellow Paint on Wood Panel Wall Poor 0.3 Interior Throughout White Paint on Wallboard Wall Poor 0.4 Restrooms Throughout White Paint on Wood Door Casing Poor 2.1 Throughout Classrooms White Paint on Wallboard Wall Poor 0.18 Throughout Classrooms Blue Paint on Wood Window Frame Poor 0.15 Throughout Classrooms Blue Paint on Wood Window Trim Poor 1.7 Throughout Classrooms Blue/Green Paint on Wallboard Wall Poor 0.25 Throughout Classrooms White Paint on Wallboard Wall Poor 0.23 Boiler Room Silver Paint on Canvas Boiler Exterior Poor 0.07 Boiler Room Gray Paint on Concrete Wall Poor 0.09 Boiler Room Gray Paint on Metal Door Poor 6.1 Boiler Room White Paint on Concrete Wall Poor 0.06 Boiler Room Gray Paint on Metal Window Frame Poor 9.3 Boiler Room Gray Paint on Metal Door Frame Poor 9.8 Interior Throughout White Paint on Wallboard Ceiling Poor 0.24 Interior Throughout Peach Paint on Wallboard Wall Poor 0.4 Interior Throughout White Paint on Concrete Wall Poor 0.03 Interior Throughout Beige Paint on Metal Window Frame Poor 4 Interior Throughout Beige Paint on Transite Wall Poor 0.34 Interior Throughout Beige Paint on Wood Wall Trim Poor 1.5 Exterior Throughout White Paint on Wood Wall Poor 4.6 D-46

167 Location Material Condition Lead Content (mg/cm 2 ) Exterior Thorughout White Paint on Concrete Wall Poor 0.21 Exterior Throughout Blue Paint on Concrete Wall Poor 0.03 Exterior Throughout Blue Paint on Wood Door Trim Poor 3.2 Exterior Throughout Blue Paint on Wood Window Trim Poor 4.4 Exterior Yellow Paint on Concrete Blocks Poor 1.7 Exterior Throughout White Paint on Metal Down Spout Poor 8.1 Additional hazardous materials outside the scope of this survey and/or in inaccessible or concealed spaces may be present in the site building. These spaces include, but are not limited to, roof, pipe chases, spaces between wall/ceiling/floor/door cavities and the interior of mechanical components such as boiler cavities and interior ducts. If the demolition/renovation activities make these areas accessible, Cardno ATC recommends that a thorough assessment of these spaces be conducted at that time to identify and confirm the presence or absence of additional hazardous materials. Contractor has sole responsibility for confirming the location, quantity and degree of difficulty in removing the identified materials. B. Applicable Publications: The work conducted shall comply with all applicable federal, state and local regulations. Applicable guidelines and standards listed in this Scope of Work include, but are not necessarily limited to: 1. Department of Housing & Urban Development (HUD) "Guidelines for the Evaluation and Control of Lead-Based Paint Hazards in Housing dated June, Code of Federal Regulations (CFR) Publications: 29 CFR Access to Employee Exposure & Medical Records 29 CFR Respiratory Protection 29 CFR Specifications for Accident Prevention Signs & Tags 29 CFR General Industry Standards - Lead 29 CFR Hazard Communication 29 CFR Gases, Vapors, Fumes, Dusts & Mists 29 CFR Construction Standards 29 CFR Lead Exposure In Construction 29 CFR Signs, Signals & Barricades 40 CFR 61 Subpart A General Provisions 40 CFR Standard for Waste Manufacturing, Demolition, Spraying and Fabricating Operations 40 CFR 241 Guidelines for the Land Disposal of Solid Wastes 40 CFR 257 Criteria for Classification of Solid Waste 40 CFR 261 & 262 Waste Disposal Facilities & Practices 40 CFR 745 Lead; Requirements for Lead-Based Paint Activities 3. California Code of Regulations - General Industry Safety Orders (GISO) Section 5216 Lead Regulations Section 5155 Airborne Contaminants 4. American National Standards Institute (ANSI) Publications: Z Practices for Respiratory Protection Z87.1 Eye Protection D-47

168 1.1 DEFINITIONS 5. National Institute of Occupational Safety & Health (NIOSH) Publications: Manual of Analytical Methods, 2nd Edition, Volume 1, Physical & Chemical Analysis Method (P&CAM) Method 7082 Method 7105 General Explanation: A substantial amount of specification language constitutes definitions for terms found in other contract documents. Certain terms used in Contract Documents are defined in this article. A. Owner: City of Vallejo B. Abate or Abatement: Means the elimination of exposure to lead-based substances that may result in lead toxicity or poisoning, by the removal or encapsulation of lead-containing substances, by thorough cleanup procedures, and by post-cleanup treatment of surfaces. C. Accredited or Accreditation: A person or laboratory accredited in accordance with Section 206 of Title II of the Toxic Substances Control Act (TSCA) and/or accredited by the American Industrial Hygiene Association (AIHA) D. Aerosol: A system consisting of particles, solid or liquid, suspended in air. E. Air Monitoring: The process of measuring the lead content of a specific volume of air. F. Authorized Visitor: The Owner, the Owner's Representative, the Consultant/Engineer, emergency personnel or a representative of any federal, state and local regulatory or other agency having authority over the project. G. Barrier: Any surface that seals off the work area to inhibit the movement of particles. H. Breathing Zone: A hemisphere forward of the shoulders with a radius of approximately 6 to 9 inches. I. Ceiling Concentration: The concentration of an airborne substance that shall not be exceeded. J. Certified Industrial Hygienist (C.I.H.): An industrial hygienist certified in Comprehensive Practice by the American Board of Industrial Hygiene. K. Contractor: Means any business entity, public unit, or person performing the actual abatement for a lead abatement project. L. Dangerous Level of Lead: When present in paint offered for sale is 0.06% by weight or 600 parts per million (ppm) as determined by atomic absorption (AA). M. Demolition: The wrecking or taking out of any building component, system, finish or assembly of a facility together with any related handling operations. N. Disposal Bag: A properly labeled 6 mil thick leak-tight plastic bags used for transporting lead waste from work and to disposal site. O. Encapsulation: Means to resurface or cover surfaces and to seal or caulk seams with a durable material, so as to prevent or control chalking, flaking lead-containing substances from becoming part of construction dust. P. Filter: A media component used in respirators to remove solid or liquid particles from the inspired air. D-48

169 Q. HEPA Filter: A High Efficiency Particulate Air (HEPA) filter capable of trapping and retaining 99.97% of particles greater than 0.3 microns in diameter. R. HEPA Filter Vacuum Collection Equipment (or vacuum cleaner): High efficiency particulate air filtered vacuum collection equipment with a filter system capable of collecting and retaining lead particles. Filters should be of 99.97% efficiency for retaining particles of 0.3 microns or larger. S. High-efficiency particulate air filter: HEPA refers to a filtering system capable of trapping and retaining percent of all monodispersed particles 0.3 um in diameter or larger. T. Interior Work Area: A hallway, room or group of rooms in which abatement takes place on the inside of a property. U. Lead Abatement Project: Any work performed in order to abate the presence of lead-containing substances. V. Lead-Based Coating (LBC): Paint or other surface coatings that contain lead equal to or greater than one milligram per square centimeter (1 mg/cm 2 ) or more than half of one percent (0.5 %) by weight or more than five-thousand parts per million (5,000 ppm) by weight. W. Lead-Containing Coating (LCC): For the purposes of this survey, Lead-Containing Coating is defined as paint or other surface coatings that contain lead greater than 0.00 mg/cm 2. X. Negative Pressure Respirator: A respirator in which the air pressure inside the respiratory-inlet covering is positive during exhalation in relation to the air pressure of the outside atmosphere and negative during inhalation in relation to the air pressure of the outside atmosphere. Y. Negative Pressure Ventilation System: A pressure differential and ventilation system. Z. Personal Monitoring: Sampling of the lead concentrations within the breathing zone of an employee. AA. AB. AC. AD. AE. AF. AG. Pressure Differential and Ventilation System: A local exhaust system, utilizing HEPA filtration capable of maintaining a pressure differential with the inside of the Work Area at a lower pressure than any adjacent area, and which cleans recirculated air or generates a constant air flow from adjacent areas into the Work Area. Protection Factor: The ratio of the ambient concentration of an airborne substance to the concentration of the substance inside the respirator at the breathing zone of the wearer. The protection factor is a measure of the degree of protection provided by a respirator to the wearer. Repair: Returning damaged lead-based paint to an undamaged condition or to an intact state so as to prevent particle release. Time Weighted Average (TWA): The average concentration of a contaminant in air during a specific time period. Visible Emissions: Any emissions containing particulate material that are visually detectable without the aid of instruments. This does not include condensed uncombined water vapor. Wet Cleaning: The process of eliminating lead contamination from building surfaces and objects by using cloths, mops, or other cleaning utensils which have been dampened with water containing 5% trisodium phosphate (TSP) or diluted removal encapsulant and afterwards thoroughly decontaminated or disposed of as lead-contaminated waste. Work Area: The area where lead-related work or removal operations are performed which is defined and/or isolated to prevent the spread of lead dust or debris, and entry by unauthorized personnel. Work area is a Regulated Area as defined by 29 CFR D-49

170 1.2 SUBMITTALS A. Copies of medical records and blood testing results of workers to be utilized on the project, as performed by an occupational physician or medical doctor and appropriate blood laboratory, as applicable. B. Record of successful fit testing performed by a qualified individual within the previous six months, for each employee to be used on this project with the employee's name and social security number with each record. C. Proposed respiratory protection program for employees throughout all phases of the job, including make, model and NIOSH approval number of the respirators to be used. D. Material Safety Data Sheets (MSDS) on potentially hazardous materials to be used on the project. E. The name and address of the Contractor's blood lead testing lab, OSHA- CDC listing and Certification in the State where the work is located. F. Contractor shall submit certification that the job supervisor/foreperson and each deleading abatement workers have successfully completed a DPH training course that each has had instruction on the dangers of lead exposure, respirator use, decontamination an applicable regulations. 1.3 PERSONAL PROTECTION & HYGIENE A. All persons working on a lead abatement site shall, when present in the work area, wear disposable clothing with attached foot and head covers and at minimum a half face air purifying respirator equipped with high efficiency particulate air filters. B. The Contractor shall ensure that all persons entering the work area without exception: 1. Change from street clothes to protective clothing at designated areas prior to starting the day's work. 2. No smoking, eating or drinking is to take place beyond the established critical barrier. Prior to smoking, eating or drinking, the workers will be fully decontaminated. Each worker will then dress in clean overalls to eat, drink or smoke. These new coveralls can then be worn back into the work area. C. The Contractor shall require that each person entering the Work Area shall wear an approved respirator and protective clothing. There shall be no exceptions to this rule. D. Protective clothing shall consist of disposable full-body clothing of non-woven material comprised of heat and pressure-bonded polyethylene fibers. Material shall be chemically and biologically inert, lowlinting and static free(unless laundered); durable enough to resist abrasion, puncturing and tearing; highly resistant to penetration of air-borne particulate when wet or dry. Suits may be fabricated with integral head and foot covering. Disposable clothing shall be adequately sealed to the footwear to prevent body contamination. E. The Contractor shall require a minimum of a half-face negative pressure respirator with high efficiency filters during the removal and clean-up operations. Supply a sufficient quantity of respirator filters so that workers can change filters as needed. Require that respirators be wet-rinsed and filters discarded each time a worker exits the work area. Require that new filters be installed each time a worker re-enters the work area. Store respirators and filters at the job site and protect them totally from exposure to lead dust prior to their use. F. Wearing of contact lenses in the contaminated atmosphere shall not be permitted. 1.4 RESPIRATORS D-50

171 A. The Contractor shall provide approved respirators to all workers at no charge. B. The Contractor shall require that each person entering the work area shall wear an approved respirator. There shall be no exceptions to this rule. C. The Contractor shall instruct and train each worker involved in lead abatement or maintenance and repair of lead-containing materials in proper respiratory use and require that each worker always wear a respirator, properly fitted on the face in the work area from the start of any operation which may cause airborne lead particles until the work area is completely decontaminated. D. The Contractor shall ensure that the employees will use respiratory protection that is appropriate for the lead level encountered in the work place or as required for other toxic or oxygen-deficient situations encountered. E. Except to the extent that more stringent requirements are written directly into the Contract Documents, the following regulations and standards have the same force and effect (and are made a part of the Contract Documents by reference) as if copied directly into the Contract Documents, or as if published copies were bound herewith. Where there is a conflict in requirements set forth in these regulations and standards, meet the more stringent requirement. OSHA - U.S. Department of Labor Occupational Safety and Health Administration, Safety and Health Standards 29 CFR 1910, Section 1001 and Section CFR ANSI - American National Standard Practices for Respiratory Protection, ANSI Z NIOSH - National Institute for Occupational Safety and Health MSHA - Mine Safety and Health Administration DOSH - State of California, Department of Industrial Relations, Division of Occupational Safety and Health DPH California Department of Public Health F. Air Purifying Respirators 1. Respirator Bodies: Provide half face or full face type respirators. Equip full face respirators with a nose cup or other anti-fogging device. 2. Filter Cartridges: Provide, at a minimum, HEPA type filters labeled with NIOSH and MSHA Certification for "Radionuclides, Radon Daughters, Dust, Fumes, Mists including Asbestos- Containing Dusts and Mists" and color coded in accordance with ANSI Z88.2 (1980). In addition, a chemical cartridge section may be added, if required, for solvents, etc., in use. In this case, provide cartridges that have each section of the combination canister labeled with the appropriate color code and NIOSH/MSHA Certification. 3. Non-permitted respirators: Do not use single use, disposable or quarter face respirators. G. Fit Testing: 1. Initial Fitting: Provide initial fitting of respiratory protection during a respiratory protection training course. Fit types of respirator to be actually worn by each individual. Allow an individual to use only those respirators for which training and fit testing has been provided. 2. On a Semi-Annual Basis: check the fit of worker's respirator by having irritant smoke blown onto the respirator from a smoke tube. 3. Upon Each Wearing: Require that each time an air-purifying respirator is put on it be checked for fit with a positive and negative pressure fit test in accordance with the D-51

172 manufacturer's instructions or ANSI Z88.2 (1980)..11 TYPE OF RESPIRATORY PROTECTION REQUIRED: H. Permissible Exposure Limit (PEL): 1. 8-Hour Time Weighted Average: TWA of lead to which any worker may be exposed shall not exceed 50 ug/m3. I. Respiratory Protection Factor: Respirator Type Protection Factor Air purifying: 10 Negative pressure respirator High efficiency filter Half facepiece Air purifying: 50 Negative pressure respirator High efficiency filter Full facepiece Powered Air Purifying (PAPR): 50 Positive pressure respirator High efficiency filter Half or Full facepiece Type C supplied air: 1,000 Positive pressure respirator Pressure demand or other positive pressure mode Half facepiece Type C supplied air: 2,000 Positive pressure respirator Pressure demand or other positive pressure mode Full facepiece Type C supplied air: 10,000 Positive pressure respirator Pressure demand or other positive pressure mode Full facepiece Equipped with an auxiliary positive pressure Self-contained breathing apparatus (SCBA) Self-contained breathing apparatus (SCBA): 10,000 Positive Pressure respirator Pressure demand or other positive pressure mode 1.5 DRESS AND EQUIPMENT A. The Contractor shall provide approved protective clothing to all workers, and to all official representatives of the Owner, State or other governmental entity, and the Consultant who may inspect the job site. B. Protective clothing shall consist of disposable full-body clothing of non- woven material comprised of heat and pressure-bonded polyethylene fibers. Material shall be chemically and biologically inert, lowlinting and static free (unless laundered); durable enough to resist abrasion, puncturing and tearing; highly resistant to penetration of air-borne particulate when wet or dry. Suits may be fabricated with D-52

173 integral head and foot covering. Disposable clothing shall be adequately sealed to the footwear to prevent body contamination. C. Disposable protective clothing shall be disposed of as lead waste every time the wearer exists from the work space/equipment room to the shower room while proceeding to the clean area. Workers shall thoroughly wash with soap and water before exiting the shower room. D. If launderable clothing is to be worn underneath disposable protective clothing, it shall be provided by the Contractors to all abatement workers. (It is recommended that launderable clothing be a unique, specific color to enable it to be distinguished from general purpose blue, gray or black coveralls which are commonly worn). It is preferable that the following procedures be utilized: 1. Launders must be trained in proper techniques for handling lead contaminated clothing and provided with personal protective equipment consisting of appropriate respirators and disposable clothing for use when needed. 2. Machines used for laundering contaminated clothing shall be isolated and restricted for such use. 3. Discharged water shall not exceed 0.02 mg/l of lead. 4. Dryers shall be isolated and restricted for use with contaminated fabrics and have HEPA filtered exhaust. 5. Such maintenance shall be performed by protected individuals (as per paragraph a above). E. Additional safety equipment: Hard hats shall meet the requirements of ANSI Standard Z ; eye protection shall meet the requirements of ANSI Standard Z87.1 and foot protection shall meet the requirements of ANSI Standard Z ; disposable PVC gloves as necessary shall be provided to all workers and authorized visitors. Non-skid footwear shall be provided to all abatement workers. PART 2 - PRODUCTS 2.0 WASHING AGENT A. 5% Tri-Sodium phosphate (TSP) at one ounce per gallon of water. 2.1 PROTECTIVE COVERING A. Protective sheeting for floors and walls shall be a minimum of 6 mil in thickness and conform to ASTM E154, D-124B, D-2103 and D4379. B. Polyethylene sheeting shall be fire resistive. C. Polyethylene sheeting shall be opaque in color. 2.2 PROTECTIVE PACKAGING A. Bags utilized for waste shall be a minimum of 6 mil in thickness and labeled for hazardous waste. Drums utilized for waste shall be 55-gallon drums with a sealable lid and properly labeled. 2.3 CAUTION SIGNS A. At each separate work area, the contractor performing abatement shall display a caution sign in the following manner wherever the treatment process is expected to break or disturb any lead-containing substances. B. Before removing lead, the Contractor shall post signs immediately outside all entrances and exits to the work area. C. The Contractor shall ensure that caution signs meet the following description: 1. The sign is at least 20" by 14", and states the date and place of the lead abatement project. D-53

174 2. The sign shall state in bold lettering at least 2" high: 2.4 CHEMICAL STRIPPING AGENT WARNING LEAD WORK AREA NO EATING OR DRINKING A. Contractor shall receive Environmental Consultant's approval of chemical stripping agents prior to implementation. Stripping agents shall not contain methylene chloride. PART 3 - EXECUTION 3.0 WORK AREA PREPARATION A. Contractor shall ensure that the lead contamination is confined within the work area and that all surfaces located in the work area are free from any lead accumulation when the work is completed. This shall be accomplished by creation of an impermeable containment. B. Procedures for the removal of lead-based paint from interior walls and ceilings, woodwork, windows, doors, trim, etc., and removal of lead-containing ceramic tile, removal shall be executed in a Contained Work Area: 1. Establish critical barriers to contain and prevent the movement of lead out of the work area. Critical barriers will be established over all penetrations leading to areas adjacent to work areas, utilizing two layers of 6-mil polyethylene sheeting. 2. Cover floor in the work area with a minimum of two layers of polyethylene sheeting at least 6 mils in thickness and duct tape. All seams and joints shall be at least six (6) feet apart, where applicable, and sealed with duct tape. 3. Erect containment walls utilizing a minimum of two of fire resistive and opaque 4-mil polyethylene sheeting. 4. Connect a two-stage de-contamination unit to the contained work area. Decontamination unit shall consist of a clean room and an equipment room. Z locks shall be established to contain and prevent the movement of lead out of the work area. 5. Containment shall not impede ingress or egress from residences. C. Procedures for the removal of lead-based paint from exterior walls and ceilings, woodwork, trim, railings, downspouts, etc., removal shall be executed in an Isolated Work Area: 1. Establish barriers to contain and prevent the movement of lead out of the work area. Barriers will be established to isolate the Work Area utilizing barricade tape. 2. Cover ground in the Work Area with a minimum of one layer of polyethylene sheeting at least 6 mils in thickness. All seams and joints shall be at least six (6) feet apart, where applicable, and sealed with duct tape. Sheeting is to extend a minimum of 15 feet out from walls. 3. Decontamination equipment shall consist of a wash station and HEPA equipment. Steps shall be taken to contain and prevent the movement of lead out of the Work Area. 5. Containment shall not impede ingress or egress from non-work Area. 3.1 DECONTAMINATION PROCEDURES A. The employer shall assure that all employees, who work in areas where airborne exposure to lead is expected, decontaminate whenever exiting the work area and at the end of the work shift. B. Decontaminating will consist of rinsing the whole body and protective clothing with water from a water sprayer or portable shower located in the two stage decontamination unit and then disposing of the protective clothing. D-54

175 C. All shower waste water will be filtered through a final stage 5 micron filter prior to disposal. D. Disposable protective clothing shall be disposed of as lead waste every time the wearer exits from the work area. 3.2 REMOVAL PROCEDURES A. Begin work by applying a light mist of TSP-treated water to painted surfaces to be abated. Scrape off flaking paint using soft nylon bristled brushes. B. If chemical stripping agents are to be utilized, use of said products shall be used in strict accordance with the manufacture's instructions. Products containing Methylene Chloride are prohibited, unless approved in writing. C. In the case of lead-containing ceramic tiles, the tile must be removed in manageable sections by a multi-person team, some of whom are wetting to prevent emission of lead-based paint dust and the remainder removing and cleaning. D. Prevent build up of excess water and debris by regularly using a HEPA vacuumed system to containerize debris and water. E. Once all flaking paint has been removed, prepare surface for re-painting by lightly feathering painted surface with sand paper and primer. F. Wash all work area surfaces with TSP solution and HEPA vacuum area. 3.3 CLEANUP OF THE WORK AREA A. After completion of the removal, separate and deposit all lead waste, including sealing tape, plastic sheeting, mop heads, sponges filters, and disposable clothing in double polyethylene bags of at least 6 mils thick and seal each bag separately; B. Again wash with TSP, vacuum-clean all surfaces in the work area woodwork, walls, floors, etc. with a HEPA vacuum. C. No equipment, supplies or materials (except properly containerized waste materials) shall be removed from the project work area unless such equipment, supplies and/or materials have been cleaned free of lead debris. Where the configuration of the equipment, supplies and/or materials in such that decontamination and cleaning free of lead debris is neither possible or feasible, then the object shall be thoroughly wrapped in a minimum of two (2) layers of six (6) mil fire-resistant polyethylene sheeting with all joints, seams and overlaps sealed with duct tape; or containerized in a metal drum with a locking lid. Examples include, but are not limited to Air Filtration or HEPA vacuuming equipment which may be wrapped in plastic rather than dismantling beyond the filters for cleaning purposes; sections of woodwork or other objects to be disposed of intact may be wrapped in plastic without prior removal of lead; wood or other materials used to construct on-site decon or shower units may be wrapped in plastic for transport to another contaminated work site for reuse. D. HEPA vacuums shall be emptied of collected lead waste contents prior to removal of the equipment from the work area. E. Plastic shall be bagged as contaminated waste, until testing can prove otherwise. F. Following the verification, by an independent third party, that "no visible debris remains", the critical barriers and floor covering may be removed and disposed. 3.4 AIR MONITORING AND CLEARANCE TESTING D-55

176 A. Throughout removal operations, Area Air Monitoring shall be conducted by the Observation Service to ensure that the Contractor's engineering controls and work practices are effective. Air sample analysis shall be performed by NIOSH Methods No and 7105 for lead. The following sampling protocol may be employed: Areas To Be Sampled Minimum No. Minimum of Samples Volume Benchmark at Work Area 1/work area 1200L Common Area Adjacent to Work Area 1/work area 1200L Work Area 1/work shift 800L Common Area Adjacent to Work Area 1/work shift 1200L At Negative Air Equipment (if exhausts inside building) 1/work shift 1200L B. If Area Monitoring results are unsatisfactory Contractor shall make changes in his engineering controls and work practices to ensure compliance with the following standards. Unsatisfactory results are dust levels within the Work Area in excess of the PEL (50 micrograms per cubic meter) or dust levels outside the Work Area in excess of the benchmark. C. Clearance Testing 1. After the final clean-up, a preliminary visual inspection will be conducted by the Owner s Representative to ensure that all visible dust and debris has been removed. The Contractor shall provide the Owner s Representative at least 24 hours notice prior to scheduling inspections. If the results of the initial visual inspection are satisfactory, the Owner s Representative will proceed to collect clearance dust wipe samples within 24 hours of the inspection. 2. If the Work Area is not visibly clean, as determined by the preliminary visual inspection by the Owner s Representative, the Contractor shall reclean and decontaminate, until the work area passes inspection. 3. All clearance wipe samples shall be collected in accordance with Regulatory Guidelines at the discretion of the Owner s Representative, 1 sample per 1,000 SF with a minimum of three samples. 3.5 BUILDING CONTAMINATION a. Clearance Guidelines: 40 µg/ft 2 (floors) 250 µg/ft 2 (window sills) 800 µg/ft 2 (window jamb) A. If it is determined by visual identification or air samples that building contamination has occurred as a result of the negligence and/or poor work practices of the Contractor, the Contractor agrees to clean the affected premises at no charge to the Owner. The Contractor also agrees to accept all liability for damages claimed or lawsuits brought by person(s) exposed to such contamination. B. The Contractor shall be responsible for all costs incurred by the Consultant should other portions of the building become contaminated with lead dust as a result of the Contractors poor work practices or other activities. 3.6 REPAIR AND PAINTING D-56

177 A. Contractor shall leave all finished surfaces and other items in Work Areas in the condition in which they were prior to the commencement of the Project. Damage to finishes and other items as the result of Work under this Contract shall be repaired or replaced, painted or cleaned to the satisfaction of the Owner's Representative. Delays due to repair Work are not cause for extension of the deadline for the completion of the Project. Repairs shall be in accordance with standard construction methods for the item(s) in need of repair. Submit for approval all repair materials and methods. All costs for cleaning, painting, and repair as the result of the Contractor's or his Subcontractors' activities shall be borne by the Contractor. 3.7 DISPOSAL OF LEAD-BASED PAINT WASTE A. The Deleading Contractor shall contact the regional EPA, state, and local authorities to determine lead-based paint debris disposal requirements. The requirements of RCRA shall be complied with as well as applicable state solid waste plan requirements. During abatement, the Deleading Contractor shall not leave debris on the property, incinerate debris, dump waste by the road or in an unauthorized dumpster, or introduce lead-contaminated water into storm (will not be flushed down yard inlet or street drain) or sanitary sewers (will not be flushed down toilet or other household drain). B. The following materials, individually and at a minimum, shall be tested by Contractor and results made available to Owner and Industrial Hygienist, to determine whether or not they are to be considered hazardous: 1. paint chips 2. waste water 3. dust from HEPA filters and from damp sweeping 4. woodwork, plaster, windows, doors, and other components removed from building 5. plastic sheets, duct tape, or tape used to cover floors and other services during the leadbased paint abatement 6. liquid waste, such as wash water used to decontaminate wood after removal has been performed 7. rags, sponges, mops, HEPA filters, respirator cartridges, scrapers, and other materials used for testing, abatement, and clean up 8. disposable work clothes and respirator filters 9. Representative samples of components being removed 10. any other items intended for non-hazardous disposal. C. In order to determine whether the wastes are classified as nonhazardous solid or hazardous waste as defined under the Resource Conservation and Recovery Act, the Toxicity Characteristic Leaching Procedure (TCLP) must be performed. Representative samples shall be required of all material to be disposed. Representative sampling shall be at a minimum, one sample of each component with leadbased paint to be disposed of. Contractor must comply with California regulations on projects in California and conduct tests for SW- 846 for Total Threshold Limit Concentration (TTLC) and the Waste Extraction Test (WET) for Soluble Threshold Limit Concentration (STLC). If any of these samples are above the TTLC, STLC, or TCLP regulatory limits, the Deleading Sub-Contractor shall dispose of all of that type of material in accordance with regulations for hazardous material. D. Deleading Sub-Contractor shall submit written manifest to Owner prior to removing any waste from site and shall submit complete manifest to Owner after waste is disposed at the approved landfill. E. For waste disposal and classification, the following documents are made applicable and part of this Section: 40 CFR 241, -257, -261, -262, and 49 CFR 172, -173, -178, and DISPOSAL OF NON-HAZARDOUS CONTAMINATED SOLID WASTE D-57

178 A. The Deleading Sub-Contractor shall place lead-based paint chips, debris, and lead dust in double sixmil polyethylene bags that are air-tight and puncture resistant. Pieces of wood or other types of substrates that do not fit into plastic bags shall be wrapped and labeled "DANGER, LEAD DUST". B. Deleading Sub-Contractor shall place all disposable cleaning materials, such as sponges, mop heads, filters, disposable clothing in double 6-mil plastic bags and seal. C. Deleading Sub-Contractor shall clean surfaces and equipment and bag large debris. Deleading Sub- Contractor shall then remove plastic sheeting and tape from covered surfaces. Prior to removing the plastic sheeting, Deleading Sub-Contractor shall lightly mist the sheeting in order to keep dust down and fold inward to form tight bundles to bag for disposal. Deleading Sub-Contractor shall place all plastic sheeting in double 6-mil thick plastic bags and seal. Any bags shall be labeled "Danger, Lead Dust". D. Deleading Sub-Contractor shall bag and seal vacuum bags and filters in double 6-mil thick plastic bags. E. Deleading Sub-Contractor shall place all contaminated clothing or work area clothing used during abatement, in plastic bags for disposal prior to leaving the work area. F Deleading Sub-Contractor shall place caustic paste residues in drums made out of materials that cannot be dissolved or corroded by chemicals. Caustic and acid waste must be segregated and not stored in the same containers. G. Deleading Sub-Contractor shall contain and properly dispose of all liquid waste, including lead-dust contaminated waste water. H. Deleading Sub-Contractor shall HEPA vacuum the exterior of all liquid waste containers. Prior to removing the waste containers from the work area, and wet wipe the containers to ensure that there is no residual contamination. Containers shall then be moved out of the work area into the designated storage area. I. Deleading Sub-Contractor shall carefully place the containers into the truck or dumpster used for disposal. J. Deleading Sub-Contractor shall ensure that all waste is transported in covered vehicles to a landfill, or lined landfill, if available, in accordance with applicable United States Department of Transportation (DOT) and EPA Regulations. K. Deleading Sub-Contractor shall submit to Owner, the waste transfer procedure and route, and shall comply with all DEP and DOT regulations concerning hazardous and non-hazardous waste removal and transportation. If a Deleading Sub-Contractor is utilized for the disposal procedure, Deleading Sub-Contractor shall submit for Owner s approval, the Sub-Contractor qualifications to perform the work as specified in this Specification. Deleading Sub-Contractor shall be responsible for all actions of the waste hauler as pertaining to waste removal and disposal under this Section. 3.9 DISPOSAL OF HAZARDOUS WASTE A. Deleading Sub-Contractor and transporting Sub-Contractor will be required to comply with the RCRA and with all applicable state and local regulations. B. Deleading Sub-Contractor shall comply with all EPA regulations. C. Deleading Sub-Contractor shall place caustic paste residues in drums made out of materials that cannot be dissolved or corroded by chemicals. Caustic and acid waste must be segregated from each other and cannot be stored in the same containers. Other materials testing as hazardous shall be prepared for disposal as follows: D-58

179 1. Packaged and sealed in containers approved under 49 CFR 173, -178, and Containers shall be numbered to correspond to the seal number, labeled with the type of materials, date it was filled and sealed, seal number, weight of sealed container in addition to the information required under 49 CFR A log shall be prepared at time of filling, identifying each numbered container and the information from "b" above. A copy of this log shall be turned over to the Industrial Hygienist within 3 working days after the containers are filled. 4. Name, location and telephone number of the disposal site used. A copy of the sites state and locally issued license, and a signed agreement that they will accept the hazardous lead waste, shall be provided to the Industrial Hygienist. 5. Name, address and telephone number of any waste Sub-Contractors used. Provide copies of licenses and signed agreements to the Industrial Hygienist. 6. Submit copies of the Hazardous Waste manifest as required by these specifications. D. Waste Containers: Deleading Sub-Contractor will comply with EPA and DOT regulations for containers. Deleading Sub-Contractor shall contact state and local authorities to determine their criteria for containers, with such information presented to the Owner and Industrial Hygienist. The more stringent regulation shall apply. E. Waste Transportation: If the Deleading Sub-Contractor is not a certified hazardous waste transporter, a contract shall be entered into with a certified transporter to move the waste who shall be at the approval of Owner. Deleading Sub-Contractor shall require the certified hazardous waste transport to follow RCRA and DOT regulations. F. Prior to the removal of any hazardous waste the below listed information must be received in writing to the Industrial Hygienist and Owner for their review and approval. Once approval is received by the Deleading Sub-Contractor from the Industrial Hygienist, the waste may be transported as required. 1. Quantity of Hazardous Waste. 2. Type of Waste Materials. 3. Method of Containerizing Waste or Waste Treatment and appropriate licensing, certification and regulatory approvals. 4. Proposed Waste Hauler and Disposal Route. 5. Proposed Waste Disposal Site or Landfill. G. Receipts from the Waste Hauler and waste disposal site or landfill must be received and approved by Owner and Industrial Hygienist prior to approval of completion of the applicable phase of work COST FOR DISPOSAL OF HAZARDOUS WASTE A. The cost for the correct disposal of all waste of this project shall be included in the Total Base Bid, including the lead abatement waste to be disposed of as hazardous waste based upon TTLC, STLC, and TCLP testing as outlined in this section, and according to 40 CFR 241, -261, and The cost for the disposal as hazardous waste shall include all fees, permits, labor, materials, profit, overhead, waste transfer costs, and all other costs incidental of hazardous disposal. B. Deleading Sub-Contractor shall submit to its approved laboratory for testing, samples of each type of component removed as part of the work of this project. General Contractor's total base bid shall include minimum requirements of the testing of materials referred to in this Section. In addition to D-59

180 these materials, General Contractor's base bid shall include the cost of two samples of each type component that was not removed in the sample dwelling units but will be removed during the project. C. Any additional TTLC, STLC, and TCLP testing requested by the Owner shall be at cost agreed to between Owner and Sub-Contractor. This cost shall be based upon required turnaround time for sample analysis results, and upon type of analysis requested. Sub-Contractor shall provide a minimum of three (3) competitive prices for review by Owner. General Contractor shall apply for payment for additional testing costs under proper change order procedures as defined in the Contract Documents. The acceptance of the application for change order is subject to the review and approval of the Owner. END OF SECTION II D-60

181 PART 4 MEASUREMENT AND PAYMENT 4.01 MEASUREMENT A. This bid item shall not be measured PAYMENT A. Payment for Item No. 2 Abatement of Asbestos Containing Materials (ACM) & Asbestos Containing Construction Materials (ACCM), Lead Base Paint & Lead Containing Paint Materials, PCB Containing Light Ballasts and Mercury Containing Fluorescent Light Tubes shall be paid for by the contract Lump Sum (LS) price shown on the Bid Sheet. The contract lump sum price paid shall also include: a) preparation of work area b) decontamination procedure c) removal of lead based paint and lead containing paint material d) cleanup of the work area e) disposal and transport of lead base paint & lead containing paint materials f) securing and fees for a legal dump site The contract lump sum paid shall also include full compensation for all work involved for furnishing all labor, tools, equipment, materials, and incidentals, complete in place, as shown on the plans, as specified in the specifications, and as directed by the Engineer. END OF SECTION H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Section D Technical Specs 9819 B755.docx SECTION 7521 ABATEMENT OF LBP & LCPM D-61

182 H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Section D Technical Specs 9819 B755.docx SECTION 7521 ABATEMENT OF LBP & LCPM D-62

183 SECTION D.7522 ABATEMENT OF BALLASTS AND LIGHT TUBES, PCB CONTAINING BALLAST AND MERCURY CONTAINING FLUORESCENT TUBES H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Section D Technical Specs 9819 B755.docx SECTION 7522 ABATEMENT OF BALLASTS AND LIGHT TUBES, PCB CONTAINING BALLAST AND MERCURY CONTAINING FLUORESCENT TUBE D-63

184 SECTION III BALLASTS AND LIGHT TUBES PCB CONTAINING BALLAST AND MERCURY CONTAINING FLUORESCENT TUBE ABATEMENT SPECIFICATIONS PART 1 - GENERAL 1.1 DESCRIPTION A. This section applies to all fluorescent light ballasts and mercury-containing fluorescent light tubes at the Site. The work includes, but is not limited to, the following: 1. Partial dismantling of light fixtures and/or other PCB contaminated electrical components to permit removal and separation of oils and ballasts. 2. Cleaning any PCB contamination on fixtures surfaces. 3. Placement of all mercury light tubes, PCB or PCB-contaminated items generated as a result of work activities in approved drums or containers. 4. Appropriate disposal offsite of all mercury light tubes, PCB or PCB-contaminated items. B. Quantity of materials to be removed: Light ballasts and fluorescent tubes were not noted during the survey or in the survey report for the site. Additional hazardous materials outside the scope of this survey and/or in inaccessible or concealed spaces may be present in the site building. These spaces include, but are not limited to, roof, pipe chases, spaces between wall/ceiling/floor/door cavities and the interior of mechanical components such as boiler cavities and interior ducts. If the demolition/renovation activities make these areas accessible, Cardno ATC recommends that a thorough assessment of these spaces be conducted at that time to identify and confirm the presence or absence of additional hazardous materials. C. Contractor is required to verify the scope of work prior to commencing work, including quantities of mercury- and PCB- containing equipment, and to determine the degree of difficulty in removing the identified materials. 1.2 APPLICABLE REGULATIONS The applicable sections, latest editions and addenda of the following government regulations, codes, industry standards and recommended practices, form a part of these specifications. EPA - Environmental Protection Agency Title 40 Code of Federal Regulations (CFR) 761, Polychlorinated Biphenyls (PCBs), Manufacturing, Processing, Distribution in Commerce, and Use Prohibitions. Generators of Hazardous Waste 40 CFR 262 General Information, Regulation and Definitions 49 CFR 171 Hazardous Materials, Tables, and Hazardous Materials Communications Regulations 49 CFR 172 NEC - National Electrical Code NEMA - National Electrical Manufacturers Association RCRA - Resource Conservation and Recovery Act (RCRA) Title 40 CFR 761 TSCA - Toxic Substances and Control Act Title 15 USC 2695 DOT - Department of Transportation 49 CFR , Shipping Container Specifications DOSH State of California, Department of Industrial Relations, Division of Occupational Safety and Health D-64

185 Cal/DTSC State of California Department of Toxic Substances Control (DTSC) Title 22 CCR Chapter 23 and 42 All other applicable Federal, State and local Standards and Regulations. Please note Contractor is responsible for ascertaining the extent to which these regulations will affect removal operations and to comply therewith. 1.3 DEFINITIONS A. Capacitor: A device for accumulating and holding a charge of electricity and consisting of conducting surfaces separated by a dielectric. A Small Capacitor is a capacitor, which contains less than 1.36 kg (3 Lbs.) of dielectric fluid. B. Fluorescent Light Ballast: A device that electrically controls fluorescent light fixtures and includes a capacitor containing 0.1 kg or less of dielectric fluid. C. Leak or Leaking: Any instance in which a PCB Article, PCB Container or PCB Equipment has any PCBs on any portion of its external surface. D. Mark: Means the descriptive name instructions, cautions or any other information applied to PCBs and PCB items, or other objects subject to these Specifications. E. Marked: The marking of PCB items and PCB storage areas and transport vehicles by means of applying a legible mark by painting, fixation of an adhesive label, or by any other method that meets the requirements of these Specifications. F. Mercury containing light tubes as used in this specification shall mean all fluorescent and highintensity discharge (HID) light tubes scheduled for demolition and/or removal as indicated in the Contract documents that: 1. Fails the TCLP test for mercury, or 2. According to the Manufacturer, would fail the TCLP test for mercury by calculation of equivalent TCLP mercury level from total metal analysis would fail the TCLP test for mercury. G. PCB and PCBs: Any chemical substance that is limited to the biphenyl molecule that has been chlorinated to varying degrees of any combination of substances, which contains such substance. H. PCB Article: Any manufactured article, other than a PCB Container, that contains PCBs and whose surface(s) has been in direct contact with PCBs. PCB Article includes capacitors. I. PCB Article Container: Any package, can, bottle, bag, barrel, drum, tank, or other device used to contain PCB Articles, or PCB Equipment, and whose surface(s) has not been in direct contact with PCBs. J. PCB Container: Any package, can, bottle, bag, barrel, drum, tank, or other device used that contains PCBs, or PCB Articles, and whose surface(s) has not been in direct contact with PCBs. K. PCB Equipment: Any manufactured item, other than a PCB Container or a PCB Article Container, which contains a PCB Article or other PCB Equipment, and includes fluorescent light ballasts and fixtures. L. PCB Item: Any PCB Article Container, PCB Container, or PCB Equipment that deliberately or unintentionally contains, or has part of it, any PCB or PCBs. M. PCB-Contaminated Electrical Equipment: Any electrical equipment (including capacitors), that contain 50 ppm or greater PCB, but less than 500 ppm PCB. 1.4 SUBMITTALS A. The Contractor shall be required to submit the following data: D-65

186 1. PREWORK SUBMITTALS a. A list of full-time personnel to be engaged in the contract and their training and job experience. b. An outline of the worker training course and medical surveillance program conducted by the company. c. Proposed respiratory protection program for employees throughout all phases of the job, including make, model and NIOSH approval number of the respirators to be used. d. The name of and evidence that the project supervisor/foreperson has completed an OSHA approved 40 hour HAZWOPER, and that abatement workers have each successfully completed a training course and/or been instructed on the dangers of PCBs and mercury exposure, respirator use, and decontamination per applicable regulations. e. A basic procedures manual endorsed or authorized by the company describing working procedures, equipment, type of decontamination facilities, respirator program, special removal techniques, etc. f. PCB and Mercury Removal Workplan. 2. CLOSEOUT SUBMITTALS a. Certificate(s) of Disposal b. Waste Manifests (as applicable) B. No portion of the work requiring submittals shall be commenced until the submittals are approved by Owner or its designated representative. C. Delays to the work caused by late or disapproved submittals shall be the sole responsibility of the Contractor. No extensions will be made to the contract time on account of such delays. 1.5 PERSONAL PROTECTION & HYGIENE A. The Contractor shall take all precautions and measures required to protect employees, related trade employees, inspection personnel, and the general public from exposure to PCB and mercury solids, liquids and vapors. B. All electrical equipment upon which PCB-related activities are to be performed shall be disconnected from any power source prior to commencing any work. C. All equipment shall be confined to the work area until work is complete and containers are sealed and equipped properly and safely stored for transport. D. Barricades: No additional PCB-related temporary enclosures need be constructed, except as needed in the event of a PCB-related emergency. E. Signs: During the PCB work phase, the Contractor shall place at integrals of approximately ten feet, warning signs. The warning signs for the work are shall comply with OSHA 1910:145, and shall have black letters in a white background, with the word "DANGER" in red. Signs shall read: "DANGER - KEEP OUT - TOXIC CHEMICAL WORK AREA". F. Protective measures shall be provided with the transporting of PCB materials within the building for the entire pathway. G. Protective clothing and equipment: At all times when PCB materials in any volume are not sealed in drums, containers, or electrical equipment, workers shall wear: i. Disposable, nonporous gloves. D-66

187 ii. Disposable whole body clothing impermeable to PCBs. H. If asbestos abatement activities are being performed simultaneously, the level of particulate respiratory protection must be at least the level required of at that stage work. The level of organic vapor respiratory protection is dependent upon particular solvent being used in spill cleanup/ decontamination procedure - refer to solvent Material Safety Data Sheet of specific solvent for respiratory protection requirements. I. Workers with cuts or scratches shall seal and cover these wounds before entering the work area. Similarly, workers who incur cuts or scratches in the course of work activities shall leave the work area, cleanse the wound with medical grade soap, and seal and cover the wound before returning to the work area. 1.6 DRESS AND EQUIPMENT A. The Contractor shall provide approved protective clothing to all workers, and to all official representatives of the Owner, State or other governmental entity, and the Consultant who may inspect the job site. B. Protective clothing shall consist of disposable full-body clothing of non- woven material comprised of heat and pressure-bonded polyethylene fibers. Material shall be chemically and biologically inert, lowlinting and static free (unless laundered); durable enough to resist abrasion, puncturing and tearing; highly resistant to penetration of air-borne particulate when wet or dry. Suits may be fabricated with integral head and foot covering. Disposable clothing shall be adequately sealed to the footwear to prevent body contamination. C. Disposable protective clothing shall be disposed as waste every time the wearer exists from the work space to a clean area. D. If launderable clothing is to be worn underneath disposable protective clothing, it shall be provided by the Contractors to all abatement workers. (It is recommended that launderable clothing be a unique, specific color to enable it to be distinguished from general purpose blue, gray or black coveralls which are commonly worn). It is preferable that the following procedures be utilized: E. Additional safety equipment: Hard hats shall meet the requirements of ANSI Standard Z ; eye protection shall meet the requirements of ANSI Standard Z87.1 and foot protection shall meet the requirements of ANSI Standard Z ; disposable PVC gloves as necessary shall be provided to all workers and authorized visitors. Non-skid footwear shall be provided to all abatement workers. PART 2 - PRODUCTS 2.1 MATERIALS AND EQUIPMENT A. Storage containers: 1. All ballasts containing PCB material shall be stored in sealed DOT 5, SB, or 17C open top drums. 2. All PCB solid wastes, and items including disposable items used in the course of the work such as rags, sorbents, protective clothing, etc., shall be stored in sealed DOT 5, SB, or 17C open type drums. 3. All liquids generated as a result of clean up activities shall be disposed of in DOT 17E closed top drums. B. Solvents, Sorbents, And Cleaners: 1. Solvents: Diesel fuel, deodorized kerosene, or other solvents recognized for high degree of PCB solubility (minimum of 5 percent solubility by weight). D-67

188 2. Sorbents: Material recognized for high degree of absorption such as perlite, or oil-dry. 3. Liquid Cleaners: Concentrated liquid alkaline base cleaner. C. PCB Spill Kit Assemble a spill kit to include the following items: PART 3 - EXECUTION 1. Disposable gloves (Polyethylene) 2. Gloves with a high degree of impermeability to PCB 3. Disposal coveralls with permeation resistance to PCB 4. Chemical safety goggles 5. Disposable foot covers (polyethylene) 6. PCB Caution Sign PCB Spill Authorized Personnel Only 7. Banner guard or equivalent banner material 8. Absorbent material 9. Blue polyethylene waste bags 10. Cloth backed tape 11. Area access logs, blank 12. Brattice cloth, 6 x Rags 14. Waste containers 55 gallon DOT approved. 3.1 BALLAST REMOVAL A. Disconnect power from all light fixtures in the work area. B. All brands of ballasts shall be removed. C. All ballasts shall be individually inspected for no-pcb labeling. 1. If no labeling is observed, ballasts shall be assumed to contain PCBs, and placed in DOT 5, SB, or 17C open top drums. 2. If no-pcb labeling is observed, ballasts should be segregated and placed into appropriate packaging with applicable labeling. D. All leaking ballasts shall be segregated and containerized in DOT 5, SB, or 17C open top drums. All light troffers and other electrical equipment which has come in contact with leaking dielectric fluid shall be disposed of in the same manner as the ballasts (DOT 5, SB, or 17C open top drums). E. Sufficient sorbent material shall be placed in containers with PCB-containing ballasts and leaking ballasts to absorb any leaking dielectric fluid. F. Containers with PCB-containing ballasts and leaking ballasts shall be sealed and labeled according to Section 3.5.C. 3.2 FLUORESCENT & MERCURY VAPOR LIGHT TUBES A. Spent fluorescent light tubes contain mercury-vapor, which is considered a hazardous waste. All light tubes shall be removed and placed in appropriate packaging pending offsite disposal. 3.3 CLEAN-UP OF WORK AREA, PCB ARTICLES, AND SPILLS A. Equipment and Tools: After the last ballast has been removed from the light fixture, and following complete draining of the transformer, all tools and equipment used in the work shall be decontaminated. D-68

189 1. Where work surfaces have contacted PCB-containing dielectric fluids, they shall be scraped clean, flushed with solvent, wiped clean and all debris placed in DOT 5, 5B, or 17C open top drums. 2. All tools that may have come in contact with PCBs at any concentration shall be thoroughly flushed with solvent, wiped clean, and disposed of as conventional waste, or not cleaned and disposed of as described in paragraph of this Section. B. PCB Articles (Electrical Equipment): All external surfaces of electrical equipment to be removed that may have come in contact with PCB-containing dielectric fluid either during the course of work activities or due to past leaks shall be thoroughly cleaned with solvent and wiped clean. C. Slabs, Floors, and Walls: All surfaces which have come in contact with PCB containing dielectric fluid or PCB-contaminated cleaning fluids or mixtures in the course of the work, or as a result of past leaks shall be thoroughly cleaned using a combination of sorbents, solvents, and cleaners. 3.4 BUILDING CONTAMINATION A. If it is determined by visual identification or other means that building contamination has occurred as a result of the negligence and/or poor work practices of the Contractor, the Contractor agrees to clean the affected premises at no charge to the Owner. The Contractor also agrees to accept all liability for damages claimed or lawsuits brought by person(s) exposed to such contamination. B. The Contractor shall be responsible for all costs incurred by the Consultant should other portions of the building become contaminated with PCBs or mercury as a result of the Contractor s poor work practices or other activities. 3.5 CONTAINERIZATION AND MARKING A. All liquids generated as a result of work activities and clean up operation shall be placed in DOT 17E closed top drums and sealed. B. All solids such as sorbents, rags, disposable protective clothing, and other incidentals shall be placed in DOT 17C open top drums and sealed. C. All drums shall be permanently marked as to specific contents and dated. In addition each drum shall be marked with the standard EPA, PCB ML label, as shown below: CAUTION CONTAINS PCBS (Polychlorinated Biphenyls) A toxic environmental contaminant requiring special handling and disposal in accordance with US Environmental Protection Agency Regulations 40 CFR For Disposal Information contact the nearest US EPA Office 3.6 ON-SITE STORAGE In case of accident or spill, call toll free the US Coast Guard National Response Center A. All drums shall be permanently sealed and labeled before being moved to a location acceptable to the Owner. Handle drums with utmost care during transportation between removal area and storage area. D-69

190 3.7 REMOVAL AND DISPOSAL A. Contractor will be responsible for the removal and disposal of all ballasts and fluorescent light tubes. B. All light tubes and ballasts with no-pcb labeling shall be transported to an accepting recycling facility. The Contractor shall maintain a log of shipment dates and quantities. C. All PCB-containing ballasts, leaking ballasts, and containerized liquids shall be transported to an offsite hazardous waste disposal facility according to DTSC, RCRA, TSCA, and other applicable regulations. The Contractor shall maintain copies of all hazardous waste manifests. END OF SECTION III D-70

191 PART 4 MEASUREMENT AND PAYMENT 4.01 MEASUREMENT A. This bid item shall not be measured PAYMENT A. Payment for Item No. 2 Abatement of Asbestos Containing Materials (ACM) & Asbestos Containing Construction Materials (ACCM), Lead Base Paint & Lead Containing Paint Materials, PCB Containing Light Ballasts and Mercury Containing Fluorescent Light Tubes shall be paid for by the contract Lump Sum (LS) price shown on the Bid Sheet. The contract lump sum price paid shall also include: a) ballast removal b) segregation and containerization of all leaking ballasts c) removal of fluorescent & mercury vapor light tubes d) cleanup of work area, PCB articles (electrical equipment) and spills e) containerization and marking of PCB s f) disposal to an offsite recycling facility of all non-hazardous waste g) disposal to an offsite hazardous waste disposal facility of all hazardous waste The contract lump sum paid shall also include full compensation for all work involved for furnishing all labor, tools, equipment, materials, and incidentals, complete in place, as shown on the plans, as specified in the specifications, and as directed by the Engineer. END OF SECTION H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Section D Technical Specs 9819 B755.docx SECTION 7522 ABATEMENT OF BALLASTS AND LIGHT TUBES, PCB CONTAINING BALLAST AND MERCURY CONTAINING FLUORESCENT TUBE D-71

192 H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Section D Technical Specs 9819 B755.docx SECTION 7522 ABATEMENT OF BALLASTS AND LIGHT TUBES, PCB CONTAINING BALLAST AND MERCURY CONTAINING FLUORESCENT TUBE D-72

193 SECTION D.7600 DEMOLITION AND REMOVAL OF EXISTING STRUCTURES PART 1 GENERAL 1.01 SCOPE OF WORK A. Demolition, removal and site preparation shall include, but is not limited to: the demolition of the primary structure and removal of all buildings, retaining walls, pavements, sheds, fences, and all other structures in their entirety from the Work Area. B. Processing existing concrete walls, foundations, footings and slabs into crushed aggregate C. Utilities - Before starting demolition of any building where utility connections exist, the Contractor shall verify with the Utility Company that all such utility connections have been disconnected. However this shall not relieve the Contractor from the responsibility of complying with all code regulations or general practices as required by the City or Utility Company or District having jurisdiction over such utility. D. The contractor shall prevent any foreign material from entering the sewer lateral to be abandoned and shall employ suitable devices to prevent any material entering the sewer. E, Contractor shall implement dust and vapor control techniques at all times during the work to prevent the formation and migration of dust and vapors during excavation and removal of debris at the work area. F. It is the responsibility of the contractor to have full knowledge of the existing sites before commencing demolition. The contractor shall raze all structures and completely clear the sites of debris as described in the specifications MATERIAL OWNERSHIP A. Except for items or materials indicated to be reused, salvaged, reinstalled or otherwise indicated to remain, demolished materials shall become the Contractor s property and shall be removed, recycled, or disposed from the Work Area in an appropriate and legal manner. PART 2 MATERIALS A. The use of explosives for any work to be performed under this contract is prohibited. B. The use of a "Headache Ball" or other battering device on any building or structure shall not be permitted when such device will swing or will be swung over public right H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Section D Technical Specs 9819 B755.docx SECTION 7600 DEMOLITION AND REMOVAL OF EXISTING STRUCTURES D-73

194 of way or adjacent private property or that through its use will cause building material particles to fall or to be driven onto public right of way or adjacent private property. C. Genesis processors/ breakers or approved equal shall be utilized by the contractor to process the existing structural concrete. PART 3 EXECUTION 3.01 EXAMINATIONS A. Verity that all utilities have been located and marked. B. Examine existing conditions and correlate with requirements indicated to determine extent of demolition and recycling required. C. Examine condition of building to determine whether removing any element might result in a structural deficiency or unplanned collapse of any portion of the structure or adjacent structures during demolition. D. Retain a licensed and qualified civil or structural engineer to provide analysis, including calculations, necessary to ensure the safe execution of the demolition work PREPARATION A. Perform visual surveys as the work progresses to detect hazards resulting from demolition activities. B. Conduct demolition operations and remove construction and demolition materials to ensure minimum interferences with roads, streets, walks, and other adjacent occupied and utilized facilities. C. Do not close or obstruct streets, walks or other adjacent occupied or utilized facilities without prior permission from the Engineer. D. Ensure safe passage of people around demolition areas and the public around the work site boundary. E. Erect temporary protection such as walks, fences, railings, canopies and covered passageways, where required in the plans DEMOLISH BUILDINGS AND STRUCTURES A. Contractor shall demolish, remove, transport and dispose of all building materials, as shown on the Plans. H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Section D Technical Specs 9819 B755.docx SECTION 7600 DEMOLITION AND REMOVAL OF EXISTING STRUCTURES D-74

195 B. Building concrete walls, foundations, columns, footings, beams, slabs and other structural elements shall be processed and recycled. C. The extent of concrete foundations and footings are uncertain and may not be shown on the as-built plans TRANSPORT AND DISPOSAL OF DEMOLITION MATERIALS A. Contractor shall transport and dispose of all demolished materials to a legal and proper landfill PROCESSED CONCRETE MATERIALS A. Contractor shall process in place all concrete walls, foundations, columns, footings, beams, slabs and other structural elements to produce a 3-inch minus material. B. The processed material shall be transported to the former Building 655 site located near the intersection of Railroad Avenue and L Street. C. The processed material shall be placed in a windrow in a neat and organized fashion. C. Structural rebar or reinforcement shall be recycled by the Contractor TEMPORARY FENCE A. Contractor shall erect temporary fence as shown on the plans. B. Contractor shall maintain temporary fence throughout the abatement, demolition and processing operations. C. Contractor shall dismantle and demobilize temporary fence after imported borrow has been graded and compacted. PART 4 MEASUREMENT AND PAYMENT 4.01 MEASUREMENT A. This item shall not be measured PAYMENT A. Payment for Item No. 3 - Demolish and Remove Existing Structure shall be paid for by the contract Lump Sum price shown on the Bid Sheet. The contract lump sum price paid shall include: H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Section D Technical Specs 9819 B755.docx SECTION 7600 DEMOLITION AND REMOVAL OF EXISTING STRUCTURES D-75

196 a) safely demolishing the existing structure b) capping sanitary sewer lateral and water service at edge of work area c) coordinating with gas utility company to cap gas line d) sorting and separating salvageable and/or recyclable materials e) disposal and transportation of all debris and refuse from within the work area f) processing all existing concrete material from within the work area g) transporting and placing the processed material to the designated location h) providing temporary fence during operations and dismantling temporary fence after demolition operations i) securing fees to a legal dump site B. Weight tags from the dump site and recycler shall be presented to the Engineer. No payment shall be made until the weight tags have been presented to the Engineer. END OF SECTION H:\0PROJECT\9819 Mare Island Bldg Demo\B755\Doc\14 PSE\02 Specs\Section D Technical Specs 9819 B755.docx SECTION 7600 DEMOLITION AND REMOVAL OF EXISTING STRUCTURES D-76

197 SECTION E PLAN & DETAILS DEMOLITION & ABATEMENT PROJECT - MARE ISLAND BUILDING 755 E-1

198 E-2

199 PROJECT LOCATION (BLDG 755) PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION DWG. NO. -- SHEET 1 OF 1 DEMOLITION & ABATEMENT PROJECT - MARE ISLAND BUILDING 755 DRAWN BY DATE SVK FILE NO. REF. PW9819 E-3 VICINITY MAP CHECKED AAP SCALE

200

201 N. PIER STRE TO SR RAILROAD AVENUE (TRAFFIC) 6'± 5 49'± '± 3 FROM SR37 Q STREET 7 14'± 41'± 37'± 5 WALNUT AVENUE (TRAFFIC) "CRAWL" SPACE 151'± 4 6 BASEMENT AREA 30'X30' 5 54'± 210'± DEMOLITION & ABATEMENT PROJECT: MARE ISLAND BUILDING 755 SITE PLAN PW9819 AAP SK DEMOLITION NOTES 1 ABATE HAZ. MATERIAL FROM EX. BUILDING 2 DEMOLISH EXISTING BUILDING. 3 CAP SS LINE & WATER LATERAL 4 FILL VOID W/ SOIL MATERIAL. PROVIDE POSITIVE DRAINAGE. 5 REMOVE TREES & VEGETATION AROUND BUILDING. 6 REMOVE & RE-PLACE ROCK BARRIER. 7 INSTALL TEMPORARY CHAIN LINK FENCE 05/19/14 HORIZ: 1"=40' VERT: n/a 1 E

202 BLDG 655 STOCKPILE PROCESSED MATERIAL AT BLDG 655 SITE DEMOLITION & ABATEMENT PROJECT: MARE ISLAND BUILDING 755 LOCATION PLAN PW9819 AAP SK /19/14 HORIZ: 1"=40' VERT: n/a 1 E-6 1

203 SECTION F INSPECTION REPORT DEMOLITION & ABATEMENT PROJECT - MARE ISLAND BUILDING 755 F-1

204 F-2

205 Limited Asbestos Containing Materials and Lead-Based Paint Survey City of Vallejo Building 755 Mare Island, Vallejo, California Cardno ATC Project Number: Prepared for: Ms. Jill Mercurio City of Vallejo 555 Santa Clara Street Vallejo, California Prepared by: Cardno ATC 6602 Owens Drive, Suite 100 Pleasanton, California Fax March 27, 2013

206 March 27, 2013 Ms. Jill Mercurio City of Vallejo 555 Santa Clara Street Vallejo, California Subject: Limited Hazardous Materials Survey Building 755 Mare Island, Vallejo, California Cardno ATC Project Number Owens Drive, Suite 100 Pleasanton, CA Phone Fax Dear Ms. Mercurio: At the request of the City of Vallejo, Cardno ATC (Cardno) performed a limited hazardous materials survey at Building 755, located at Mare Island, Vallejo, California on February 28 and March 1, The purpose of this survey was to determine the presence of hazardous materials which may be impacted at the above-referenced property. Hazardous materials are defined as: asbestos-containing materials (ACMs), lead-based paint (LBP), poly-chlorinated biphenyl (PCB s) containing light ballasts, and mercury containing fluorescent light tubes. The limited survey was performed by Mr. Paul Lowe, State of California Division of Occupational Safety and Health (DOSH) Certified Asbestos Consultant (CAC No ) and State of California Department of Public Health (DPH) Lead Inspector/Assessor (No ) and Mr. James Estes (DOSH CAC No ) and DPH Certified Lead Sampling Technician (CLST No ). The asbestos and lead certifications are included in Appendix A. Asbestos Sampling Methodology and Analysis The methodologies and procedures employed during the survey were based on the United States Environmental Protection Agency (USEPA) Asbestos Hazard Emergency Response Act (AHERA) inspection protocol. Cardno field staff utilized semi-destructive sampling methods to collect samples of accessible suspect asbestos-containing building materials. A total of one hundred twenty one (121) bulk asbestos samples were collected and one hundred twenty nine (129) total layers were analyzed by Polarized Light Microscopy with Dispersion Staining (PLM) techniques. The PLM techniques were performed in accordance with the methodology approved by the United States Environmental Protection Agency (EPA) Method for the Determination of Asbestos in Bulk Building Materials (EPA/600/R93/116, July 1993). Samples identified as containing less than one percent (<1%) asbestos by PLM analysis were Point Counted utilizing the EPA 600/R-93/116 point count method to verify the asbestos content of the samples. The samples were analyzed by Hygeia Laboratories, Inc. (Hygeia) located in Sierra Madre, California. Hygeia is certified by the State of California Department of Health Services Environmental Laboratory Accreditation Program (ELAP) and accredited by the United States Department of Commerce National Institutes of Standards and Technology s (NIST) National Voluntary Laboratory Accreditation Program (NVLAP) for asbestos bulk fiber analysis. Please note, in California, materials containing greater than one-tenth of one percent (>0.1%) asbestos are defined as asbestos-containing construction material (ACCM) and therefore considered positive in this report. Materials

207 March 27, 2013 Cardno ATC Project Number Mare Island, Vallejo, California containing any detectable amount in milligrams per square centimeter (>0.00 mg/cm 2 ) lead are defined as leadcontaining paint and therefore considered positive in this report. Asbestos Results The following table (Table I Asbestos Survey Results) summarizes the results of the survey. Materials identified as ACM or ACCM are denoted in bold. The asbestos laboratory analytical report and asbestos sampling logs of the materials sampled during the field survey are included in Appendix B. Site sampling diagrams are included in Appendix D. Sample No. 1A 1B 1C 1D 1E 2A 2B 3A 3B 4A 4B 4C 5A 5B 5C 5D 5E 6A 6B 6C 7A 7B 8A 8B 8C 9A 9B 9C Location A. SE Corridor, outside Room Wall B. Room Wall C. North Corridor Wall D. West Corridor Electrical Closet - Wall E. Restroom Wall A. 1 st Fl. SE Faculty Room Ceiling B. 1 st Fl. Auditorium Entrance - Wall A. 1 st Fl. SE Faculty Room Floor B. 1 st Fl. SE Faculty Room Floor A. 1 st Fl. SE Corridor, outside Room Wall B. 1 st Fl. West Corridor - Wall C. 3 rd Fl. SE Corridor - Ceiling A. 1 st Fl. SE Corridor, outside Room Floor B. 1 st Fl. Classroom Floor C. 1 st Fl. Auditorium Floor D. 3 rd Fl. SE Corridor Floor E. 4 th Fl. Room Floor A. 1 st Fl. SE Faculty Room Floor B. 1 st Fl. Classroom Floor C. 2 nd Fl. Room 212 Floor A. 1 st Fl. SE Faculty Room Office - Wall B. 1 st Fl. SE Faculty Room Office - Wall A. 1 st Fl. SE Faculty Room Wall B. 1 st Fl. Classroom Wall C. 1 st Fl. Classroom Wall A. 1 st Fl. SE Faculty Room Wall B. 1 st Fl. Classroom Wall C. 1 st Fl. Classroom Wall Table I Asbestos Survey Results Homogenous Material Wallboard w/ Joint Compound (1 st Floor) 12 x 12 White Ceiling Tiles w/ Uniform Holes (Splined) 12 x 12 Cream w/ Beige Specks Floor Tile and associated Yellow Mastic (Multi-Layered - over 9 x 9 Brown Floor Tile w/ Black Mastic) (Throughout Building) 4 x 10 Transite Wall Paneling (Throughout Building Walls, Ceilings and Exteriors) 12 x 12 Gray w/ White Specks Floor Tile and associated Mastic (Multi-Layered - over 9 x 9 Brown Floor Tile w/ Black Mastic) (Throughout Building) Cove Base Mastic for Rubber Cove Base (Throughout Building) 24 x 36 White Acoustical Wall Paneling w/ White Seam Tape 4 Hard Packed White Pipe Insulation (Throughout Building) 4 Hard Packed White Pipe Elbow Insulation (Throughout Building) Approx. Quantity Asbestos Content 11,200 SF 0.5% CH NA 14,500 SF ND Tile: 2% CH Mastic: ND Tile: 2% CH Mastic: 3% CH 58,800 SF 25% CH 43,500 SF NA NA 2,250 LF 200 LF Tile: 2% CH Mastic: ND Tile: 10% CH Mastic: 3% CH ND ND 15% CH 15% AM 10% CH 5% AM 3

208 March 27, 2013 Cardno ATC Project Number Mare Island, Vallejo, California Sample No. 10A 10B 11A 11B 12A 12B 12C 13A 13B 13C 14A 15A 15B 16A 16B 16C 17A 17B 17C 17D 17E 17F 17G 18A 18B Location A. 1 st Fl. Auditorium - Ceiling B. 1 st Fl. Auditorium - Ceiling A. 1 st Fl. Room Floor B. 1 st Fl. Auditorium - Floor A. 1 st Fl. SW Men s Restroom - Floor B. 1 st Fl. SW Women s Restroom - Floor C. 3 rd Fl. Men s Restroom Floor A. 1 st Fl. SW Men s Restroom - Floor B. 1 st Fl. SW Women s Restroom - Floor C. 3 rd Fl. Men s Restroom Floor A. 1 st Fl. SE Faculty Office - Floor A. 1 st Fl. SE Faculty Office Corner Debris Pile B. 1 st Fl. SE Faculty Office Corner Debris Pile A. 1 st Fl. Classroom Wall B. 1 st Fl. Classroom Wall C. 1 st Fl. Classroom Wall A. 1 st Fl. Classroom Wall B. 1 st Fl. Classroom Wall C. 1 st Fl. Classroom 119 Wall D. 1 st Fl. Classroom 120 Wall E. 1 st Fl. Classroom 118 Wall F. 1 st Fl. Classroom 114 Wall G. 1 st Fl. Classroom Wall A. 1 st Fl. West Corridor Electrical Closet - Floor B. 2 nd Fl. Room Floor 19A A. 2 nd Fl. Room A A. 2 nd Fl. Room A 21B A. 1 st Fl. Room Floor B. 1 st Fl. Room Floor Homogenous Material 12 x 12 White Ceiling Tile w/ Fissures and associated Brown Mastic 9 x 9 Brown Floor Tile and associated Black Mastic (Concealed under Floor Tile throughout Building) Gray Tile Grout for Multi-Sized Brown and Tan Ceramic Floor Tiles (Throughout Building Restrooms) Ceramic Underlayment for Multi- Sized Brown and Tan Ceramic Floor Tiles (Throughout Building Restrooms) Tan/ Brown Concealed Floor Tile and associated Black Mastic 4 Canvas Wrapped Air-Cell Pipe Insulation Debris Black Mastic for Wood and/or Canvas Chalk Boards Texturing Compound over Transite, Wood and Wallboard (1 st Fl. Classroom Walls and Ceilings) 9 x 9 Peach Floor Tile and associated Black Mastic 6 Hard Packed White Pipe Insulation (Throughout Building) 6 Hard Packed White Pipe Elbow Insulation (Throughout Building) 12 x 12 Orange Speckled Floor Tile and associated Black Mastic Approx. Quantity NA 58,000 SF NA NA 900 SF Asbestos Content ND Tile: 3% CH Mastic: 3% CH ND ND Tile: 2% CH Mastic: ND 20 LF 15% CH NA ND 33,700 SF <0.25% CH 250 SF 2,250 LF 200 LF 200 SF Tile: 5% CH Mastic: ND 15% CH 15% AM 15% CH 15% AM Tile: 2% CH Mastic: ND 4

209 March 27, 2013 Cardno ATC Project Number Mare Island, Vallejo, California Sample No. 22A 22B 23A 23B 23C 24A 25A 25B 25C 26A 26B 26C 27A 27B 28A 28B 28C 29A 30A 30B 30C 30D 30E 31A 31B 32A 32B 32C 32D 33A 33B 34A 34B 35A 35B A. 1 st Fl. Room 123 B. 1 st Fl. Boiler Room Location A. 1 st Fl. Men s Restroom SE Wall B. 1 st Fl. Men s Restroom SE Wall C. 2 nd Fl. Men s Restroom Wall A. 1 st Fl. Room 108, File Room - Floor A. 1 st Fl. Boiler Room Boiler Exterior B. 1 st Fl. Boiler Room Boiler Exterior C. 1 st Fl. Boiler Room Boiler Exterior A. 1 st Fl. Boiler Room B. 1 st Fl. Boiler Room C. 1 st Fl. Boiler Room A. 1 st Fl. Boiler Room Boiler Interior B. 1 st Fl. Boiler Room Boiler Interior A. 1 st Fl. Boiler Room - Window B. 1 st Fl. Boiler Room - Window C. 1 st / 2 nd Fl. West Stairwell Window A. 1 st Fl. Boiler Room A. Room Wall B. Room Wall C. West Corridor Wall D. Men s Restroom - Wall E. Fan Room - Wall A. 2 nd Fl. Corridor Debris Pile B. 2 nd Fl. Corridor Debris Pile A. SE Corridor - Wall B. Room Wall C. Women s Restroom Wall D. Room Wall A. 3 rd Fl. Room Floor B. 3 rd Fl. Room Floor A. 3 rd Fl. Room Ceiling B. 3 rd Fl. Room Ceiling A. 3 rd Fl. Room Wall B. 3 rd Fl. Room Wall Homogenous Material 8 Canvas and/or Metal Jacket Wrapped Hard Packed White Pipe Insulation (Throughout Building) Yellow Wall Panel Adhesive (Restroom Walls Throughout Building) 12 x 12 Green Floor Tile and associated Mastic (Multi- Layered) White Hard Packed Boiler Tank Insulation (1 st Floor Boiler Room) 10 Hard Packed White Pipe Insulation (Throughout Building) Approx. Quantity 2,250 LF NA 200 SF 800 SF 2,250 LF Asbestos Content 15% CH 15% AM ND Tile: 2% CH Mastic: ND Tile: 5% CH Mastic: ND 15% CH 15% AM 15% CH 15% AM Interior Boiler Brick NA ND White Window Putty (Interior and Exterior) Fiberglass Pipe Insulation w/ White Canvas Wrap Wallboard w/ Joint Compound (2 nd Floor) Miscellaneous Black Electrical Wire Wrap Debris Wallboard w/ Joint Compound (3 rd Floor) 12 x 12 White w/ Gray and Beige Specks Floor Tile and associated Yellow Mastic 12 x 12 White Ceiling Tile (Nailed) Brown Mastic for Wooden Wall Paneling NA NA ND ND 11,200 SF 0.95% CH NA ND 11,200 SF 0.63% CH NA NA ND ND 1,920 SF 2% CH 5

210 March 27, 2013 Cardno ATC Project Number Mare Island, Vallejo, California Sample No. 36A 36B 37A 37B 37C 38A 38B 38C 39A 39B 39C 39D 39E 40A 40B 40C 40D 41A 41B 41C 42A 43A 43B Location A. 3 rd Fl. Room 323- Ceiling B. 3 rd Fl. Room 321- Ceiling A. Room Wall B. Room Wall C. Room Wall A. 3 rd Fl. West Roof Penetration B. 3 rd Fl. SE Roof Penetration C. 2 nd Fl. North Roof Penetration A. 3 rd Fl. West Roof Field B. 3 rd Fl. SE Roof Field C. 3 rd Fl. NE Roof Perimeter D. 3 rd Fl. North Roof Field E. 3 rd Fl. North Roof Perimeter A. 3 rd Fl. South Parapet Wall B. 3 rd Fl. SE Parapet Wall C. 3 rd Fl. North Parapet Wall D. 2 nd Fl. North Parapet Wall A. 3 rd Fl. South Parapet Wall B. 3 rd Fl. North Parapet Wall C. 2 nd Fl. North Parapet Wall A. 4 th Floor South Exterior Roof/ Building Threshold A. 4 th Fl. Room Ceiling B. 4 th Fl. Room Ceiling Homogenous Material 12 x 12 White Ceiling Tile w/ Random Holes (Nailed) Texturing Compound for Walls and Ceilings (3 rd Floor) Black Roofing Penetration Mastic Approx. Quantity NA NA Asbestos Content ND ND 180 SF 3% CH Tar & Gravel Roofing NA ND Rolled Composite Parapet Wall Roofing Material Gray Caulking for Parapet Wall Metal Cap Black Exterior Window Caulking 12 x 24 White Ceiling Tile (Nailed) 44A A. 4 th Fl. Room Wall 12 O.D. Transite Pipe 1,510 SF 45A 45B 46A 46B A. 4 th Fl. Room Wall B. 4 th Fl. Room Wall A. 2 nd Fl. NE Roof - Field B. 2 nd Fl. NE Roof - Field Wallboard w/ Joint Compound (4 th Floor) NA NA ND ND 20 LF 5% CH NA ND 15% CH 15% CR 5,600 SF <0.25% CH Tar & Gravel Roofing NA ND 47A A. Exterior - West Concrete NA ND N/A = Not Applicable; ND = Not Detected; SF = Square Feet; LF = Linear Feet; CH = Chrysotile; AM = Amosite; CR = Crocidolite Asbestos is a hazardous substance. Its condition, handling and disposal are regulated by Federal, State and local agencies. ACMs generally do not pose a health threat unless the asbestos fibers are disturbed, become airborne and are inhaled. Contractors working in an area where asbestos is present must be informed of the type and location of ACMs. Abatement of ACMs, including non-friable ACMs, must be performed by a California licensed, certified and registered asbestos abatement contractor in accordance with State and Federal Occupational Safety and Health Administration (Cal-OSHA and OSHA) and local air quality management regulations. In Summary, twenty five (25) materials sampled during the survey and analyzed did have detectable amounts of asbestos fibers. Cardno recommends proper removal of these materials prior to any construction at the site. 6

211 March 27, 2013 Cardno ATC Project Number Mare Island, Vallejo, California Lead-Based Paint Sampling Methodology and Analysis Cardno utilized a Niton X-Ray Fluorescence (XRF) Analyzer to conduct a limited lead paint survey in the proposed survey areas. Calibration of the Niton XRF Analyzer was conducted prior to the survey and verified both before and after the survey. A total of twenty (20) XRF assays of suspect lead paint were collected in the project areas on March 1, Lead-Based Paint Results The table below provides a summary of the XRF results of the coatings sampled in the project areas. The results are reported in milligrams per square centimeter (mg/cm 2 ). Samples found to contain levels considered by HUD to be LCP (>0.00 mg/cm 2 ) are denoted in bold. Sample No. Table II Lead-Based Paint Survey Results Location Component Substrate Color Condition Lead Content (mg/cm 2 ) 4 Stairwell - South Side Wall Concrete White Poor Stairwell - South Side Door Frame Wood White Poor Stairwell - South Side Door Casing Wood Beige Poor 4 7 Stairwell - South Side Door Wood Beige Poor 0 8 Stairwell - South Side Door Wood Beige Poor 0 9 Corridor - South Door Frame Metal Light Blue Poor Corridor - South Wall Transite Light Blue Poor Corridor - South Wall Wallboard White Poor Corridor - South Wall Trim Wood Light Blue Poor Corridor - South Double Door Wood Light Blue Poor Restroom (113) Floor Ceramic Tile Tan/Brown Poor Restroom (113) Baseboard Ceramic Tile Tan/Brown Poor Restroom (113) Wall Wood Panel Yellow Poor Restroom (113) Wall Trim Wood White Poor 0 18 Restroom (113) Wall Wallboard White Poor Restroom (113) Door Casing Wood White Poor Restroom (113) Toilet Ceramic White Poor Classroom 115 Wall Wallboard White Poor Classroom 115 Window Frame Wood Blue Poor Classroom 115 Wall Wallboard Blue/Green Poor Classroom 114 Wall Wallboard White Poor Classroom 114 Window Trim Wood Blue Poor Classroom 114 Wall Wallboard Blue/ Green Poor Classroom 119 Wall Wallboard White Poor Classroom 119 Window Trim Wood Blue Poor Classroom 119 Wall Wallboard Blue/ Green Poor Boiler Room Boiler Exterior Canvas Silver Poor

212 March 27, 2013 Cardno ATC Project Number Mare Island, Vallejo, California Sample No. Location Component Substrate Color Condition Lead Content (mg/cm 2 ) 31 Boiler Room Wall Concrete Gray Poor Boiler Room Door Metal Gray Poor Boiler Room Wall Concrete White Poor Boiler Room Window Frame Metal Gray Poor Boiler Room Door Frame Metal Gray Poor Boiler Room Boiler Exterior Canvas Silver Poor 0 37 Corridor - North Ceiling Wallboard White Poor Storage Room Closet Wall Wallboard Peach Poor Stairwell - West Wall Concrete White Poor Stairwell - West Window Frame Metal Beige Poor 4 41 Corridor - North Wall Transite Beige Poor Corridor - North Wall Trim Wood Beige Poor Corridor - North Wall Wallboard White Poor Corridor - North Ceiling Wallboard White Poor Classroom (221) Wall Wood Light Blue Poor Classroom (221) Baseboard Wood Light Blue Poor Exterior - South Wall Wood White Poor Exterior - South Wall Concrete White Poor Exterior - South Wall Concrete Blue Poor Exterior - South Door Trim Wood Blue Poor Exterior - South Window Trim Wood Blue Poor Exterior - South, Parking Area Concrete Blocks Concrete Yellow Poor Exterior - South Down Spout Metal White Poor Exterior - East Wheelchair Ramp Hand Rail Wood Blue Poor 0 55 Exterior - East Wheelchair Ramp Hand Rail Wood Blue Poor 0 Lead-containing paint is paint that contains lead greater than the detection limit (>0.00) Lead-based paint is paint that contains greater than 1.0 milligram per square centimeter (mg/cm 2 ) (HUD Guidelines) N/A = Not Applicable Lead is a hazardous substance. Its condition, handling and disposal are regulated by Federal, State, and local agencies. Lead in paint generally does not pose a health threat unless the material is disturbed or sufficiently deteriorated to produce dust, which may become airborne and inhaled or ingested. Contractors working in the facility where lead-containing paint (LCP) or LBP is present should be informed and use lead safe work practices. As shown by the analytical results, the paint samples were found to contain concentrations of lead greater than the detection limit of 0.00 mg/cm 2, and are considered to be LCP. Based on the findings of the lead paint survey performed, Cardno makes the following recommendations: 8

213 March 27, 2013 Cardno ATC Project Number Mare Island, Vallejo, California All damaged lead containing paints should be handled by DPH certified workers in accordance with all local, state and federal regulations. Any disturbance in the subject areas should be conducted by DPH certified workers in accordance with all local, state and federal regulations. In addition, Cardno recommends a lead safe work plan for any lead paint work conducted at the site. Waste should be profiled and should be sent for proper disposal in accordance with all local, state and federal regulations. PCB Containing Light Ballasts and Mercury Containing Fluorescent Light Tube Survey Cardno ATC performed a visual survey of PCB containing light ballasts and Mercury containing fluorescent light tubes in the proposed survey areas. Cardno observed approximately four hundred forty (440) suspect PCB containing light ballasts and approximately seven hundred eighty (780) suspect mercury containing fluorescent light tubes during our survey. Based on these findings Cardno ATC makes the following recommendations: All light ballasts should be inspected for non-pcb labeling during demolition activities and all ballasts that do not have non-pcb labeling should be disposed of in accordance with CCR Title 22, Section 4.5, Chapter 42 (Section to ), and CFR Title 40. Fluorescent tubes should be removed and disposed according to CCR Title 22, Section 4.5, Chapter 23 (Sections ), and CFR Title 40, and all other applicable local, state and federal regulations. Limitations Our professional services have been performed, our findings obtained, and our recommendations prepared in accordance with principles and practices in the fields of environmental science and engineering. The results, findings, conclusions, and recommendations expressed in the report are based only on conditions that were noted during the February 28 and March 1, 2013 survey of the impacted areas located at the site. This warranty is in lieu of all other warranties either expressed or implied. This company is not responsible for the independent conclusions, opinions, or recommendations made by others based on the results and designs presented in this report. The passage of time may result in a change in the environment characteristics at this site and surrounding properties. This report does not warrant against future operations or conditions, nor does it warrant operations or conditions present of a type or at a location not investigated Reasonable effort is made by Cardno personnel to locate and sample materials representative of the impacted areas. However, for any facility the existence of unique or concealed materials or debris is a possibility. Cardno does not warrant, guarantee or profess to have the ability to locate or identify all concealed ACM s, ACCM s, LBP s, lead-containing materials or other hazardous substances at the facility. This report is intended for the sole use of City of Vallejo. This report is not intended to be a construction document. The scope of services performed in execution of this evaluation may not be appropriate to satisfy the needs of other users, and use or re-use of this document or the findings, conclusions, or recommendations is at the risk of said user. Cardno ATC was unable to access the Basement of the survey site due to flooding. All materials should be assumed to contain hazardous materials until sampling can be performed. 9

214 March 27, 2013 Cardno ATC Project Number Mare Island, Vallejo, California Cardno appreciates the opportunity to be of technical assistance to the City of Vallejo. If you have any questions about this survey, please contact the undersigned at (925) Thank you for allowing our firm to perform consulting services. Your business is important to us and we sincerely appreciate your patronage. Respectfully Submitted, Cardno ATC Paul Lowe, CAC # Project Manager for Cardno ATC Direct Line x Cory Suppes, CAC # Branch Manager for Cardno ATC Direct Line x Enc: Appendix A State of California Asbestos and Lead-Based Paint Inspector Certifications Appendix B Asbestos Laboratory Analytical Report & Asbestos Sample Logs Appendix C Lead-Based Paint Results & Lead-Based Paint Sample Logs Appendix D Site Plans 10

215 ATTACHMENT A: Asbestos and Lead Inspector Certifications

216

217

218

219 ATTACHMENT B: Asbestos Laboratory Analytical Report & Asbestos Sample Logs

220 WolastonainFoilitetNIST/NVLAP Lab Code California ELAP Certificate No Hygeia Laboratories Inc. 82 W. Sierra Madre Blvd Sierra Madre, CA (626) (626) Fax Bulk Sample Analysis Summary Analytical Method: EPA 600/R-93/116 Mr. Paul Lowe Cardno ATC Pleasanton 6602 Owens Drive, STE 100 Pleasanton, CA Asbestos Detected Samples Analyzed: 129 Sampler: J. Estes Sample Condition: Acceptable Chrysotile Amosite Crocidolite Tremolite / Actinolite Anthophyllite Other Cellulose Fiberglass March 11, 2013 Hygeia Reference No.: Date Collected: Feb. 28-March 1, 20 Date Received: March 5, 2013 Date Analyzed: March 8, 2013 PClient Reference: City of Vallejo - Asbestos Type, % Non-Asbestos Constituents, % Client Sample ID Sample Description - color Mare Island (B755) Hygeia Sample ID Comments 1A Wallboard/joint compound - tan No X B Wallboard/joint compound - tan/white Yes < Asbestos concentartion reflects joint compound only 1C Wallboard/joint compound - grey/white Yes < Asbestos concentartion reflects joint compound only 1D Wallboard/joint compound - green/white Yes < Asbestos concentartion reflects joint compound only 1E Wallboard/joint compound - white No X A 12" x 12" ceiling tile - white/grey No A 2A Ceiling tile mastic - brown No B 2B 12" x 12" ceiling tile - white/brown No A 2B Ceiling tile mastic - brown No B 3A 12" x 12" floor tile - white No A 3A Floor tile mastic - black No B 3B 12" x 12" floor tile - white No X A 3B Floor tile mastic - black No B Synthetic Mineral Fillers Vermiculite Organic Binders QC fg Hygeia Ref. No.: Page 1 of 9

221 WolastonainFoilitetBulk Sample Analysis Summary Analytical Method: EPA 600/R-93/116 March 11, 2013 Client Reference: City of Vallejo - Asbestos Type, % Non-Asbestos Constituents, % Mare Island (B755) PClient Sample ID Sample Description - color Hygeia Sample ID Comments Asbestos Detected Crocidolite Amosite Chrysotile Tremolite / Actinolite Anthophyllite Cellulose Other 3B Floor tile - grey Yes C No mastic 3B Floor tile mastic - black No D Associated with brown floor tile Fiberglass Synthetic Mineral Fillers Vermiculite Organic Binders QC 3B Floor tile - brown Yes E 3B Floor tile mastic - black Yes F Associated with brown floor tile 4A Wall paneling - grey Yes A 12" x 12" floor tile - grey Yes A 5A Floor tile mastic - black No B 5A Floor tile - black Yes C Insufficient mastic 5B Floor tile mastic - black No C Floor tile mastic - black No E Floor tile mastic - black No A Covebase mastic - yellow No X B Covebase mastic - yellow No C Covebase mastic - brown No A 24" x 36" wall panel - white/yellow No B 24" x 36" wall panel - white/yellow No A Pipe insulation - white Yes A Pipe insulation - green Yes fg Hygeia Ref. No.: Page 2 of 9

222 WolastonainFoilitetBulk Sample Analysis Summary Analytical Method: EPA 600/R-93/116 March 11, 2013 Client Reference: City of Vallejo - Asbestos Type, % Non-Asbestos Constituents, % Mare Island (B755) PClient Sample ID Sample Description - color Hygeia Sample ID Comments Asbestos Detected Crocidolite Amosite Chrysotile Tremolite / Actinolite Anthophyllite Cellulose Other 10A 12" x 12" ceiling tile - white/tan No X No mastic 10B 12" x 12" ceiling tile - white/tan No No mastic 11A 9" x 9" floor tile - brown Yes A 11A Floor tile mastic - black No B 11A Floor tile - black Yes C 11A Floor tile mastic - black No D 11B Floor tile mastic - black No A Grout - brown No B Grout - brown No C Grout - grey No A Underlayment - white/grey No B Underlayment - white No C Underlayment - tan No A Floor tile - brown Yes A 14A Floor tile mastic - black No B 15A Pipe insulation debris - grey Yes A Chalkboard mastic - green/brown No Fiberglass Synthetic Mineral Fillers Vermiculite Organic Binders QC fg Hygeia Ref. No.: Page 3 of 9

223 WolastonainFoilitetBulk Sample Analysis Summary Analytical Method: EPA 600/R-93/116 March 11, 2013 Client Reference: City of Vallejo - Asbestos Type, % Non-Asbestos Constituents, % Mare Island (B755) PClient Sample ID Sample Description - color Hygeia Sample ID Comments Asbestos Detected Crocidolite Amosite Chrysotile Tremolite / Actinolite Anthophyllite Cellulose Other 16B Chalkboard mastic - brown No C Chalkboard mastic - brown No A 16C Texture coat - tan Yes < B 17A Texture coat - tan No B Texture coat - white Yes < C Texture coat - tan No D Texture coat - grey/tan No E Texture coat - blue/white No F Texture coat - tan No G Texture coat - grey/white No A 9" x 9" floor tile - brown Yes A 18A Floor tile mastic - black No B 18B Floor tile mastic - black No A Pipe insulation - tan Yes Fiberglass Synthetic Mineral Fillers Vermiculite Organic Binders QC 20A Pipe insulation - white Yes X A 12" x 12" floor tile - brown Yes A 21A Floor tile mastic - black No B 21B Floor tile mastic - black No fg Hygeia Ref. No.: Page 4 of 9

224 WolastonainFoilitetBulk Sample Analysis Summary Analytical Method: EPA 600/R-93/116 March 11, 2013 Client Reference: City of Vallejo - Asbestos Type, % Non-Asbestos Constituents, % Mare Island (B755) PClient Sample ID Sample Description - color Hygeia Sample ID Comments Asbestos Detected Crocidolite Amosite Chrysotile Tremolite / Actinolite Anthophyllite Cellulose Other 22A Pipe insulation - green/white Yes A Wall panel adhesive - brown No X B Wall panel adhesive - brown No C Wall panel adhesive - brown No A 12" x 12" floor tile - green Yes A 24A Floor tile mastic - black No B 24A Floor tile - brown Yes C 24A Floor tile mastic - black No D 25A Tank insulation - tan/white Yes A Pipe insulation - white No X B Pipe insulation - white No C Pipe insulation - white Yes A Boiler brick - tan No B Boiler brick - tan No A Window putty - grey No B Window putty - grey No C Window putty - grey No Fiberglass Synthetic Mineral Fillers Vermiculite Organic Binders QC fg Hygeia Ref. No.: Page 5 of 9

225 WolastonainFoilitetBulk Sample Analysis Summary Analytical Method: EPA 600/R-93/116 March 11, 2013 Client Reference: City of Vallejo - Asbestos Type, % Non-Asbestos Constituents, % Client Sample ID Hygeia Sample ID Mare Island (B755) PSample Description - color Comments Asbestos Detected Chrysotile Amosite 29A Pipe insulation - tan/silver/yellow No A Wallboard/joint compound - black/white No B Wallboard/joint compound - No X black/tan/white C Wallboard/joint Yes < compound - white Asbestos concentration reflects joint compound only 30D Wallboard/joint compound - green/tan No E Wallboard/joint compound - tan No A Electrical wire wrap - black No B Electrical wire wrap - black No A Wallboard/joint compound - grey/white No B Wallboard/joint compound - Yes < green/black/white Asbestos concentration reflects joint compound only 32C Wallboard/joint Yes < compound - tan Asbestos concentration reflects joint compound only 32D Wallboard/joint Yes < X compound - tan/white Asbestos concentration reflects joint compound only 33A 12" x 12" floor tile - white No X A Crocidolite Tremolite / Actinolite Anthophyllite Other Cellulose Fiberglass Synthetic Mineral Fillers Vermiculite Organic Binders QC fg Hygeia Ref. No.: Page 6 of 9

226 WolastonainFoilitetBulk Sample Analysis Summary Analytical Method: EPA 600/R-93/116 March 11, 2013 Client Reference: City of Vallejo - Asbestos Type, % Non-Asbestos Constituents, % Mare Island (B755) PClient Sample ID Sample Description - color Hygeia Sample ID Comments Asbestos Detected Crocidolite Amosite Chrysotile Tremolite / Actinolite Anthophyllite Cellulose Other 33A Floor tile mastic - yellow No B 33B 12" x 12" floor tile - white No A 33B Floor tile mastic - yellow No B 34A 12" x 12" ceiling tile - white/brown No B 12" x 12" ceiling tile - white/brown No A Wall panel mastic - brown Yes Fiberglass Synthetic Mineral Fillers Vermiculite Organic Binders QC A 12" x 12" ceiling tile - white/yellow No X B 12" x 12" ceiling tile - white/yellow No A Texture coat - tan/white No B Texture coat - tan/white No 98 2 X C Texture coat - tan/white No A Penetration mastic - black Yes A Roof tar/gravel - black No B Roof tar/gravel - black No C Roof tar/gravel - black No D Roof tar/gravel - black No E Roof tar/gravel - black No fg Hygeia Ref. No.: Page 7 of 9

227 WolastonainFoilitetBulk Sample Analysis Summary Analytical Method: EPA 600/R-93/116 March 11, 2013 Client Reference: City of Vallejo - Asbestos Type, % Non-Asbestos Constituents, % Mare Island (B755) PClient Sample ID Sample Description - color Hygeia Sample ID Comments Asbestos Detected Crocidolite Amosite Chrysotile Tremolite / Actinolite Anthophyllite Cellulose Other 40A Roof composite - grey/black No B Roof composite - grey/black No C Roof composite - grey/black No D Roof composite - grey/black No A Roof caulking - grey No B Roof caulking - grey No C Roof caulking - grey No Fiberglass Synthetic Mineral Fillers Vermiculite Organic Binders QC 42A Window caulking - black Yes X A 12" x 24" ceiling tile - white/yellow No B 12" x 24" ceiling tile - white/yellow No A Transite pipe - tan/grey Yes A Wallboard/joint compound - green/tan No B Wallboard/joint Yes < compound - grey/white Asbsetos concentration reflects joint compound only 46A Roof tar/gravel - black No B Roof tar/gravel - black No A Concrete - blue/grey No fg Hygeia Ref. No.: Page 8 of 9

228 Bulk Sample Analysis Summary Analytical Method: EPA 600/R-93/116 March 11, 2013 Microscopist - Fidel Gutierrez The analyses of the samples in this report were performed using polarized light microscopy using the EPA method 600/R-93/116. The phase abundances provided are visually estimated and expressed as percent area. Total percentage of sample constituents may total greater than 100 due to trace amounts. The limit of detection for this analytical method is less than one percent. In multilayer samples, unless otherwise specified, the asbestos concentration is reported for the layer where asbestos is found. These results lie within the statistical limits of variability calculated for standard reference samples routinely analyzed in the laboratory. On a per sample basis, the accuracy and precision of the results depend on the type of sample and its asbestos content. Hygeia recommends transmission electron microscopy (TEM) analysis on organically bound bulk materials (eg., vinyl floor tile, mastics, roofing materials, joint compounds) when PLM analysis shows undetectable quantities of asbestos. These materials often contain milled asbestos with fiber diameters and lengths too small to be resolved by the PLM and the analysis may yield a false negative result. Hygeia Laboratories Inc. is accredited under the NIST/NVLAP program for asbestos in bulk material by polarized light microscopy and the State of California for asbestos analysis. Hygeia Laboratories Inc. and its personnel shall not be liable for any misinformation provided to us by the client regarding these samples or for any misuse or interpretation of information supplied by us. Liability shall extend to providing replicate analyses only. This report must not be used to claim product endorsement by NVLAP or any agency of the US Government. Hygeia will retain samples for a period of three months unless otherwise specified. This report relates only to samples submitted and analyzed. This report may not be reproduced except for in full, without the written approval of this laboratory. Please feel free to contact Hygeia regarding any questions about these results, this report, or the analytical methods employed. Arturo Casas - Supervisor of Optical Microscopy fg Hygeia Ref. No.: Page 9 of 9

229

230

231

232

233

234 Hygeia Laboratories Inc. NIST / NVLAP Lab Code No California ELAP Certificate No W. Sierra Madre Blvd Sierra Madre, CA (626) (626) Fa Bulk Sample Analysis Summary Analytical Method: EPA 600/R-93/116 Point Count Points March 14, 2013 Mr. Paul Lowe Cardno ATC Pleasanton 6602 Owens Drive, STE 100 Pleasanton, CA Client Reference: City of Vallejo - Mare Island (B755) Samples Analyzed: 10 Sampler: J. Estes Sample Condition: Acceptable Hygeia Reference No.: Date Collected: Feb. 28-Mar Date Received: March 5, 2013 Date Analyzed: March 14, 2013 Client Sample ID Hygeia Sample ID Sample Description Comments Detection Limit Gravimetric Reduction Analytical Results QC 1B p 1C p 1D p 16C Bp 17B p 30C p 32B p 32C p 32D p 45B p Joint compound Joint compound Joint compound Texture coat Texture coat Joint compound Joint compound Joint compound Joint compound Joint compound 0.15% 20% organic <0.25% chrysotile 20% acid soluble 0.09% 34% organic <0.25% chrysotile 30% acid soluble 0.13% 19% organic 0.5% chrysotile 30% acid soluble 0.11% 44% organic <0.25% chrysotile 11% acid soluble 0.09% 11% organic <0.25% chrysotile 52% acid soluble 0.12% 9% organic 0.95% chrysotile 44% acid soluble 0.13% 13% organic 0.63% chrysotile 36% acid soluble 0.1% 33% organic <0.25% chrysotile 28% acid soluble 0.12% 21% organic <0.25% chrysotile 31% acid soluble 0.1% 23% organic <0.25% chrysotile 37% acid soluble Microscopist - Guillermo Hernandez The analyses of the samples in this report were performed using gravimetric matrix reduction and polarized light microscopy (PLM) in accordance with the EPA method 600/R-93/116 July The asbestos concentration was determined using the semi-quantitative point count method. On a per sample basis, the accuracy and precision of point count results are not known. The result should lie within the statistical limits of variability calculated for standard reference samples routinely analyzed in the laboratory using the point count method. The limit of detection for this analytical method is 0.25 percent using 400 points and 0.10 percent using 1000 points (visual area estimates). Hygeia recommends trasmission electron microscopy (TEM) analysis on organically bound bulk materials (eg., vinyl floor tile, mastics, roofing materials, joint compounds) when PLM analysis shows undetectable quantities of asbestos. These materials often contain milled asbestos with fiber diameters and lengths too small to be resolved by the PLM and the analysis may yield a false negative result. Hygeia Laboratories Inc. is accredited under the NIST/NVLAP program for asbestos in bulk material by polarized light microscopy and the State of California for asbestos analysis. Hygeia Laboratories Inc. and its personnel shall not be liable for any misinformation provided to us by the client regarding these samples or for any misuse or interpretation of information supplied by us. Liability shall extend to providing replicate analyses only. This report must not be used to claim product endorsement by NVLAP or any agency of the US Government. Hygeia will retain samples for a period of three months unless otherwise specified. This report relates only to samples submitted and analyzed. This report may not be reproduced except for in full, without the written approval of this laboratory. Please feel free to contact Hygiea regarding any questions about these results, this report, or the analytical methods employed. Arturo Casas - Supervisor of Optical Microscopy Hygeia Ref. No.: Page 1 of 1

235 ATTACHMENT C: Lead-Based Paint Laboratory Analytical Report & Lead-Based Paint Sample Logs

236 XRF Testing Results City of Vallejo Address: Building 755, Mare Island, Vallejo Cardno ATC Project # XRF Shot # Floor Room Component Substrate Color Condition (Intact/ Fair/ Poor) PbC Classification LCP/ LBP 1 NA Start Calibration: 3/1/13, 12:50 NIST Calibration Film SRM 2579 Level III (1.02) Orange NA 0.9 NA 2 NA Start Calibration: 3/1/13, 12:50 NIST Calibration Film SRM 2579 Level III (1.02) Orange NA 1 NA 3 NA Start Calibration: 3/1/13, 12:50 NIST Calibration Film SRM 2579 Level III (1.02) Orange NA 1 NA 4 B Stairwell - South Side Wall Concrete White Poor 0.03 LCP 5 B Stairwell - South Side Door Frame Wood White Poor 2.6 LBP 6 B Stairwell - South Side Door Casing Wood Beige Poor 4 LBP 7 B Stairwell - South Side Door Wood Beige Poor 0 NA 8 B Stairwell - South Side Door Wood Beige Poor 0 NA 9 1 Corridor - South Door Frame Metal Light Blue Poor 2.8 LBP 10 1 Corridor - South Wall Transite Light Blue Poor 0.01 LCP 11 1 Corridor - South Wall Wallboard White Poor 0.07 LCP 12 1 Corridor - South Wall Trim Wood Light Blue Poor 2.8 LBP 13 1 Corridor - South Double Door Wood Light Blue Poor 0.1 LCP 14 1 Restroom (113) Floor Ceramic Tile Tan/Brown Poor 0.01 LCP 15 1 Restroom (113) Baseboard Ceramic Tile Tan/Brown Poor 0.01 LCP 16 1 Restroom (113) Wall Wood Panel Yellow Poor 0.3 LCP 17 1 Restroom (113) Wall Trim Wood White Poor 0 NA 18 1 Restroom (113) Wall Wallboard White Poor 0.4 LCP 19 1 Restroom (113) Door Casing Wood White Poor 2.1 LBP 20 1 Restroom (113) Toilet Ceramic White Poor 0.01 L:C 21 1 Classroom 115 Wall Wallboard White Poor 0.18 LCP 22 1 Classroom 115 Window Frame Wood Blue Poor 0.15 LCP 23 1 Classroom 115 Wall Wallboard Blue/Green Poor 0.03 LCP 24 1 Classroom 114 Wall Wallboard White Poor 0.1 LCP Inspector: Paul Lowe, CLIA #14752 XRF Unit: Niton, Serial No

237 XRF Testing Results City of Vallejo Address: Building 755, Mare Island, Vallejo Cardno ATC Project # XRF Shot # Floor Room Component Substrate Color Condition (Intact/ Fair/ Poor) PbC Classification LCP/ LBP 25 1 Classroom 114 Window Trim Wood Blue Poor 1.7 LBP 26 1 Classroom 114 Wall Wallboard Blue/ Green Poor 0.25 LCP 27 1 Classroom 119 Wall Wallboard White Poor 0.23 LCP 28 1 Classroom 119 Window Trim Wood Blue Poor 1.7 LBP 29 1 Classroom 119 Wall Wallboard Blue/ Green Poor 0.01 LCP 30 1 Boiler Room Boiler Exterior Canvas Silver Poor 0.07 LCP 31 1 Boiler Room Wall Concrete Gray Poor 0.09 LCP 32 1 Boiler Room Door Metal Gray Poor 6.1 LBP 33 1 Boiler Room Wall Concrete White Poor 0.06 LCP 34 1 Boiler Room Window Frame Metal Gray Poor 9.3 LBP 35 1 Boiler Room Door Frame Metal Gray Poor 9.8 LBP 36 1 Boiler Room Boiler Exterior Canvas Silver Poor 0 NA 37 1 Corridor - North Ceiling Wallboard White Poor 0.24 LCP 38 1 Storage Room Closet Wall Wallboard Peach Poor 0.4 LCP 39 2 Stairwell - West Wall Concrete White Poor 0.03 LCP 40 2 Stairwell - West Window Frame Metal Beige Poor 4 LBP 41 2 Corridor - North Wall Transite Beige Poor 0.34 LCP 42 2 Corridor - North Wall Trim Wood Beige Poor 1.5 LBP 43 2 Corridor - North Wall Wallboard White Poor 0.05 LCP 44 2 Corridor - North Ceiling Wallboard White Poor 0.05 LCP 45 2 Classroom (221) Wall Wood Light Blue Poor 0.06 LCP 46 2 Classroom (221) Baseboard Wood Light Blue Poor 0.06 LCP 47 EXT Exterior - South Wall Wood White Poor 4.6 LBP 48 EXT Exterior - South Wall Concrete White Poor 0.21 LCP Inspector: Paul Lowe, CLIA #14752 XRF Unit: Niton, Serial No

238 XRF Testing Results City of Vallejo Address: Building 755, Mare Island, Vallejo Cardno ATC Project # XRF Shot # Floor Room Component Substrate Color Condition (Intact/ Fair/ Poor) PbC Classification LCP/ LBP 49 EXT Exterior - South Wall Concrete Blue Poor 0.03 LCP 50 EXT Exterior - South Door Trim Wood Blue Poor 3.2 LBP 51 EXT Exterior - South Window Trim Wood Blue Poor 4.4 LBP 52 EXT Exterior - South, Parking Area Concrete Blocks Concrete Yellow Poor 1.7 LBP 53 EXT Exterior - South Down Spout Metal White Poor 8.1 LBP 54 EXT Exterior - East Wheelchair Ramp Hand Rail Wood Blue Poor 0 NA 55 EXT Exterior - East Wheelchair Ramp Hand Rail Wood Blue Poor 0 NA 56 NA Start Calibration: 3/1/13, 1435 NIST Calibration Film SRM 2579 Level III (1.02) Orange NA 1 NA 57 NA Start Calibration: 3/1/13, 1435 NIST Calibration Film SRM 2579 Level III (1.02) Orange NA 1 NA 58 NA Start Calibration: 3/1/13, 1435 NIST Calibration Film SRM 2579 Level III (1.02) Orange NA 1 NA Inspector: Paul Lowe, CLIA #14752 XRF Unit: Niton, Serial No

239 State of California Health and Human Services Agency California Department of Public Health LEAD HAZARD EVALUATION REPORT Section 1 Date of Lead Hazard Evaluation Section 2 Type of Lead Hazard Evaluation (Check one box only) Lead Inspection Risk assessment Clearance Inspection Other (specify) Section 3 Structure Where Lead Hazard Evaluation Was Conducted Address [number, street, apartment (if applicable)] City County Zip Code Construction date (year) of structure Type of structure Multi-unit building School or daycare Children living in structure? Yes No Single family dwelling Other Don t Know Section 4 Owner of Structure (if business/agency, list contact person) Name Telephone number Address [number, street, apartment (if applicable)] City State Zip Code Section 5 Results of Lead Hazard Evaluation (check all that apply) No lead-based paint detected Intact lead-based paint detected Deteriorated lead-based paint detected No lead hazards detected Lead-contaminated dust found Lead-contaminated soil found Other Section 6 Individual Conducting Lead Hazard Evaluation Name Telephone number Address [number, street, apartment (if applicable)] City State Zip Code CDPH certification number Signature Date Name and CDPH certification number of any other individuals conducting sampling or testing (if applicable) Section 7 Attachments A. A foundation diagram or sketch of the structure indicating the specifc locations of each lead hazard or presence of lead-based paint; B. Each testing method, device, and sampling procedure used; C. All data collected, including quality control data, laboratory results, including laboratory name, address, and phone number. First copy and attachments retained by inspector Second copy and attachments retained by owner Third copy only (no attachments) mailed or faxed to: California Department of Public Health Childhood Lead Poisoning Prevention Branch Reports 850 Marina Bay Parkway, Building P, Third Floor Richmond, CA Fax: (510) CDPH 8552 (6/07)

240 ATTACHMENT D: Site Plans and Sample Locations

241 4B 28A 12B 13B 12A 13A 1A 4A 1D 18A 24A 5B 6B 28C 8C 9C 17B 17G 25A 25B 27A 26B 26C 28B 25C 27B 17C 1B 21A 21B 22A 3A 5A 2A 8A 9A 3B 2B 11B 10B 7B 7A 1E 23A 23B 16A 17A 8B 9B 16B 17F 16C 17E 22B 26A 29A 17D 1C 11A 6A 14A N 15A 15B 5C 10A ACM Sample Location Map City of Vallejo Building #755 First Floor Vallejo, California Cardno ATC Job #: Drawn By: PL Scale: NTS 6602 Owens Drive, Suite 100 Pleasanton, CA Phone: Date: 3/27/2013 Reviewed By: PL Figure 1

242 30C 31A 30A 19A 20A 30B 23C 30D 6C 31B 30E 18B N ACM Sample Location Map City of Vallejo Building #755 Second Floor Vallejo, California Cardno ATC Job #: Drawn By: PL Scale: NTS 6602 Owens Drive, Suite 100 Pleasanton, CA Phone: Date: 3/27/2013 Reviewed By: PL Figure 1

243 37C 37B 37A 33A 34A 35A 32B 33B 34B 35B 36B 36A 32D 4C 5D 32A 32C 12C 13C N ACM Sample Location Map City of Vallejo Building #755 Third Floor Vallejo, California Cardno ATC Job #: Drawn By: PL Scale: NTS 6602 Owens Drive, Suite 100 Pleasanton, CA Phone: Date: 3/27/2013 Reviewed By: PL Figure 1

244 45A 45B 5E 43A 43B 44A N ACM Sample Location Map City of Vallejo Building #755 Fourth Floor Vallejo, California Cardno ATC Job #: Drawn By: PL Scale: NTS 6602 Owens Drive, Suite 100 Pleasanton, CA Phone: Date: 3/27/2013 Reviewed By: PL Figure 1

245 38A 39A 40A 3 rd FLOOR ROOF 39B 38B 39D 40C 38C 40D 41A 4 TH FLOOR ROOF 3 rd FLOOR ROOF 2 nd FLOOR ROOF 40B 39C 42A 2 nd FLOOR ROOF 39E 41B 41C 1 st FLOOR ROOF N ACM Sample Location Map City of Vallejo Building #755 Roof Areas Vallejo, California Cardno ATC Job #: Drawn By: PL Scale: NTS 6602 Owens Drive, Suite 100 Pleasanton, CA Phone: Date: 3/27/2013 Reviewed By: PL Figure 1

246

247 SECTION G PHOTOS DEMOLITION & ABATEMENT PROJECT: MARE ISLAND BUILDING 755 G-1

248 G-2

249 Looking at the south east corner of the building Looking at the north west corner of building G-3

250 Looking at the east side of the building Looking at the south side of the building G-4

251 Interior auditorium (located at south east corner of building) Equipment inside building G-5

252 Office equipment inside building Room in building G-6

253 Room in building Interior hallway G-7

254 Crawl space Exterior vent holes G-8

255 Crawl space Concrete beams and footings G-9

256 Concrete beams and footings Equipment in basement (located at southern end of building) G-10

257 Flooded basement View from roof looking north toward Hwy 37 on/off ramp G-11