Loading...
HomeMy WebLinkAboutItem 5e. Authorization to Advertise Bids for 1166 Higuera Building Demolition (Spec. 2001066B) Item 5f Department: Public Works Cost Center: 9501 For Agenda of: 3/18/2025 Placement: Consent Estimated Time: N/A FROM: Matt Horn, Public Works Director Prepared By: Morgan Edmunson, Engineer I SUBJECT: AUTHORIZATION TO ADVERTISE FOR BIDS FOR 1166 HIGUERA BUILDING DEMOLITION, SPECIFICATION NO. 2001066B RECOMMENDATION 1. Approve the project plans and special provisions for 1166 Higuera Street Demolition, Specification Number 2001066B; and 2. Authorize staff to advertise for bids; and 3. Authorize the City Manager to award the construction contract pursuant to Section 3.24.190 of the Municipal Code for the bid total, if the lowest responsible bid is within the Engineer’s Estimate of $305,000; and 4. Approve a transfer of $205,000 from the Parking Structure Capital Account (2001030) to the project account (2001066); and 5. Authorize the City Engineer to approve Contract Change Orders up to available project budget and up to any amended budget subsequently approved by the City Manager up to $200,000. POLICY CONTEXT On May 17, 2022, Council approved a Purchasing Policy Update to the Financial Management Manual that required Council approval for Public Projects that cost over $200,000. Implementation of the project aligns directly with several City plans, policies and goals, including the application of various elements identified in the City’s Active Transportation Plan aimed at promoting walking and cycling infrastructure. Additionally, the project contributes to the City's major goals of Climate Action, Open Space, and Sustainable Transportation. The project also supports the ongoing creative uses of both vehicle parking and bike parking as outlined in the Access and Parking Management Plan, ensuring safe and efficient mobility for residents while reducing the environmental impact of transportation systems. DISCUSSION Page 123 of 559 Item 5f Background The 1166 Higuera property was purchased by the City to increase parking supply in the upper Monterey Street area in conformance with the City’s General Plan Land Use Element. Development of the upper Monterey Street area of the City supports the evolving needs of the community. The lack of public parking has been a hurdle to realizing this long-term vision, which includes more residential and commercial development. The strategic purchase of 1166 Higuera and improvements supports this vision by creating better access and multi-modal parking to the upper Monterey Street area. On December 21, 2023, the City closed escrow on the acquisition of 1166 Higuera Street for immediate use as a public parking lot. The property is a 21,607 SF parcel located on the corner of Toro Street and Higuera Street addressed as 1166 Higuera Street. The acquisition of this property increased public parking supply with approximately 44 new paid parking spaces and two additional ADA spaces, facilitating greater access and economic development in the upper Monterey Street area in conformance with the Downtown Concept Plan and City’s General Plan Land Use Element. As a part of the November 14, 2023, Council Meeting, $125,000 was appropriated (in addition to the property purchase cost) for improvements to the property, including the demolition of one (1) of two (2) existing structures pictured below in Figure 1. The structure to be demolished was determined to be uninhabitable. According to the City’s Building Official, the structure is considered a dangerous building and qualifies for Exception 1 of “Exemptions for Structures Not Designated Historical” in Section E103.3 of the City’s Municipal Code (codified in Section 15.04.100) meaning the City is not required to offer the structure for sale and relocation to another lot.1 Figure 1: Aerial Map of 1166 Higuera 1 The Surplus Land Act is likewise not implicated by the proposed action, because demolition of a dangerous building is not considered “disposal” of agency property. (See Govt. Code §54221.) Page 124 of 559 Item 5f To address the immediate parking needs in the area, staff divided the parking lot improvements into two phases. The first phase was completed in June 2024 and included only the improvements necessary to allow the parking lot to be operational. The first phase of work was completed by the Mobility Services Staff, and the scope included:  Striping required disabled parking (ADA) spaces  Installation of one (1) solar pay station  Creation of one (1) defined driveway  Installing wheel stops at each parking space The project plans (Attachment A) and specifications (Attachment B) incorporate phase two of the parking lot improvements, which include:  Demolishing the front commercial building (previously known as the Tattoo Shop)  Removing brick perimeter of property  Installation of asphalt in place of the demolished building  Installation of planter boxes in place of brick perimeter  Installation of solar lights around the parking lot  Installation of six BikeLink bike lockers, furnished and installed by the City The BikeLink bike lockers will be installed on the asphalt in place of the demolished building. Previous Council or Advisory Body Action City Staff met with the City Council in closed session on July 18 and October 17, 2023, to discuss the negotiations and project purchase terms and funding strategy. Council provided direction at October 17, 2023 closed session to proceed with negotiations on price and terms of payment for the 1166 Higuera property. On November 14, 2023, City Council approved the purchase of 1166 Higuera Street and authorized the execution of the Purchase and Sale Agreement for immediate use as a public parking lot. At this meeting, the City Council also authorized funding for improvements to the property, including the potential demolition of the existing structure. On December 13, 2023, the acquisition of the property was brought before the Planning Commission for a unanimous determination of General Plan Conformance per California Government Code Section 65402. Public Engagement A public notice to demolish the existing building was advertised in the New Times on April 4 and 25 and May 16, 2024. Per Resolution No. 11464, a notification to the Downtown Association will be provided 30 days prior to the start of construction. Page 125 of 559 Item 5f As a notice to the public of the parking lot closure, a social media post will go out two weeks prior to construction and signage indicating the closure will be posted two weeks prior to construction and during construction. CONCURRENCE The Community Development and Utilities departments concur with the recommendations of this report. ENVIRONMENTAL REVIEW This project falls under the California Environmental Quality Act (CEQA) Guidelines Sec. 15301(c) and 15061(b)(3) exemptions and has been reviewed and approved by the City’s Environmental Coordinator. FISCAL IMPACT Budgeted: Yes Budget Year: 2023 Funding Identified: Yes Fiscal Analysis: This project is funded by the Parking Enterprise Fund, which supports efforts that improve parking infrastructure and services. Funding for this project was approved at the November 14, 2023, City Council meeting via Resolution 11459. Account 2001066 (task 2) has a current balance of $198,604.24, which is insufficient to cover the total estimated project costs of $403,600. At the time of property acquisition, the scope of this demolition project was not fully defined and thus could not be accurately estimated. Now that plans and specifications have been completed, cost estimates have dem onstrated the need for additional funding to support the work, with the primary drivers of cost being unforeseen asbestos removal, placing the planter boxes in place of the existing brick planters , and lighting throughout the parking lot. Staff recommends transferring $205,000 from the General Parking Structure Capital Account into the 1166 Higuera Street project account to support construction of this project. As of January 28, 2025, the General Parking Structure Capital Account (2001030) has a remaining balance of $1,337,516.59. At this time, there is no other projects planning to pull from the Parking Structure Capital Account.The Parking Fund remains the sole funding source for this project. Funding Sources Total Budget Available Current Funding Request (Transfer) Remaining Balance Annual Ongoing Cost General Fund $0 $0 $0 N/A State $0 $0 $0 N/A Federal $0 $0 $0 N/A Fees $0 $0 $0 N/A Page 126 of 559 Item 5f Other: Parking (1166 Higuera Account 2001066) $198,604.24 $0 $0 N/A Other: General Parking Structure Capital Account (2001030) $1,337,516.59 $205,000 $1,132,516.59 N/A Other: Parking Operating Account $0 $0 $0 $720 Total $1,536,120.83 $205,000 $1,132,516.59 $720 There is an ongoing annual operating cost of $120 per BikeLink Locker, totaling $720 annually. There is a small user fee that is insignificant and will not offset these annual operating costs. The first year of funding is planned to be funded from this Capital Improvement Plan project and future funding is planned to be included in the 2025-27 Financial Plan. Page 127 of 559 Item 5f If authorized by Council to transfer $205,000 into the 1166 Higuera Street Project Account, $1,132,516.59 will remain in the General Parking Structure Capital account (2001030). ALTERNATIVES Deny the approval to advertise the project. City Council could choose to deny the authorization to advertise this project. This action would reduce Parking Fund Capital expenditures but could also reduce future parking revenue as this project will add amenities and improve parking lot safety with lights, planter box barriers, and provide secure bike parking. ATTACHMENTS A – 1166 Higuera Project Plans B – 1166 Higuera Special Provisions Page 128 of 559 Page 129 of 559 Page 130 of 559 Page 131 of 559 Page 132 of 559 Page 133 of 559 Page 134 of 559 SPECIAL PROVISIONS FOR CITY OF SAN LUIS OBISPO 1166 Higuera Building Demolition Specification No. 2001066B MARCH 2025 PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION 919 Palm Street San Luis Obispo, CA 93401 (805) 781-7200 Page 135 of 559 1166 Higuera Building Demolition Specification No. 2001066B Approval Date: XXXX <<Signature Date>> Page 136 of 559 TABLE OF CONTENTS NOTICE TO BIDDERS ..................................................................................................... I BID SUBMISSION ...................................................................................................................................... I BID DOCUMENTS .................................................................................................................................... II PROJECT INFORMATION ....................................................................................................................... III QUALIFICATIONS .................................................................................................................................... III AWARD ..................................................................................................................................................... V ACCOMMODATION .................................................................................................................................. V BID FORMS .................................................................................................................... A BID ITEM LIST FOR 1166 HIGUERA BUILDING DEMOLITION, SPECIFICATION NO. 2001066B ....... A LIST OF SUBCONTRACTORS ................................................................................................................ C PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT .............................................................. D PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE ......................................................... D PUBLIC CONTRACT CODE SECTION 10232 STATEMENT ................................................................. D LABOR CODE SECTION 1725.5 STATEMENTS ................................................................................... D NON-COLLUSION DECLARATION .......................................................................................................... F BIDDER ACKNOWLEDGEMENTS .......................................................................................................... G QUALIFICATIONS .................................................................................................................................... H ATTACH BIDDER'S BOND TO ACCOMPANY BID ................................................................................... I SPECIAL PROVISIONS .................................................................................................. 1 DIVISION I GENERAL PROVISIONS ....................................................................................................... 1 1 GENERAL ........................................................................................................................................... 1 3 CONTRACT AWARD AND EXECUTION ........................................................................................... 1 4 SCOPE OF WORK ............................................................................................................................. 2 7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC ....................................................... 2 14 ENVIRONMENTAL STEWARDSHIP ............................................................................................... 3 DIVISION VIII MISCELLANEOUS CONSTRUCTION .............................................................................. 6 77 LOCAL INFRASTRUCTURE ............................................................................................................ 6 84 MARKINGS ....................................................................................................................................... 6 ADD DIVISION XIII APPENDICES ........................................................................................................... 7 APPENDIX A - FORM OF AGREEMENT ....................................................................... 0 Page 137 of 559 NOTICE TO BIDDERS i NOTICE TO BIDDERS BID SUBMISSION Sealed bids will be received by the City of San Luis Obispo at the Public Works Administration Office located at 919 Palm Street, San Luis Obispo, California 93401, until 11:00 a.m. on April 17th, 2025 at which time they will be publicly opened and read aloud. Public bid opening may also be viewed via Microsoft Teams video conference and conference call. Use the following link: XXXXXXXXXX or join by phone with this number: (209)645-4165 with Conference ID:XXXXXX Submit bid in a sealed envelope plainly marked: 1166 Higuera Building Demolition, Specification No. 2001066B Any bid received after the time and date specified will not be considered and will be returned to the bidder unopened. Bids received by Fax or Email will not be considered. By submission of bid you agree to comply with all instruction and requirements in this notice and the contract documents. All bids must be submitted on the Bid Item List form(s) provided and submitted with all other Bid Forms included in these Special Provisions. Each bid must be accompanied by either a: 1. certified check 2. cashier's check 3. bidder's bond made payable to the City of San Luis Obispo for an amount equal to ten percent of the bid amount as a guaranty. Guaranty will be forfeited to the City San Luis Obispo if the bidder, to whom the contract is awarded, fails to enter into the contract. The City of San Luis Obispo reserves the right to accept or reject any or all bids or waive any informality in a bid. All bids are to be compared based on the City Engineer's estimate of the quantities of work to be done, as shown on the Bid Item List. Page 138 of 559 NOTICE TO BIDDERS NOTICE TO BIDDERS ii Bids will only be accepted from bidders that are licensed in compliance with the provisions of Chapter 9, Division III of Business and Professions Code. The award of the contract, if awarded, will be to the lowest responsive bid submitted by a responsible contractor whose bid complies with the requirements prescribed. If the contract is awarded, the contract will be awarded within 60 calendar days after the opening of the bids. Failure to raise defects in the notice to bidders or bid forms prior to bid opening constitute a waiver of those defects. BID DOCUMENTS A copy of the plans and special provisions may be downloaded, free of charge, from the City’s website at: www.slocity.org/government/department-directory/public-works/public-works-bids-proposals No printed copies are available for purchase at the City office. Standard Specifications and Engineering Standards referenced in the Special Provisions may be downloaded, free of charge, from the City’s website at: www.slocity.org/government/department-directory/public-works/documents-online/construction- documents You are responsible to obtain all issued addenda prior to bid opening. Addenda will be available to download at the City’s website listed above or at the office of the City Engineer. Contact the project manager, Morgan Edmunson at (805)783-7745 or the Public Works Department at (805) 781-7200 prior to bid opening to verify the number of addenda issued. You are responsible to verify your contact information is correct on the plan holders list located on the City’s website at: www.slocity.org/government/department-directory/public-works/public-works-bids-proposals Page 139 of 559 NOTICE TO BIDDERS NOTICE TO BIDDERS iii PROJECT INFORMATION In general, the project entails the demolition of a two-story commercial building at 1166 Higuera Street, paving the demolished area, restriping an on-street parking spot, installing solar lights, existing brick removal and placement/planting of City furnished planter boxes. The project estimated construction cost is $305,000.00. Contract time is established as 15 working days. The fixed liquidated damages amount is established at $500 per day for failure to complete the work within the contract time. In compliance with section 1773 of the Labor Code, the State of California Department of Industrial Relations has established prevailing hourly wage rates for each type of workman. Current wage rates may be obtained from the Division of Labor at: https://www.dir.ca.gov/oprl/DPreWageDetermination.htm This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. QUALIFICATIONS You must possess a valid Class A or B Contractor’s License at the time of the bid opening. You and any subcontractors required to pay prevailing wage must be registered with the Department of Industrial Relations pursuant to Section 1725.5 of the Labor Code. You must have experience with projects similar to the work specified for this project. Provide three similar reference projects completed as either the prime or subcontractor, All referenced projects must have been completed within the last five years from this project’s bid opening date. One of the three referenced projects must have been completed under contract with a city, county, state or federal government agency as the prime contractor. Two of the three referenced projects must be for building demolition or related work. One of the three referenced projects must be for landscaping work. Failure to provide reference projects as specified in this section and as required on the qualification form is cause to reject the bid as being non-responsive. The City reserves the right to reject a responsive bid based on the non-responsibility of the bidder if the Director of Public Works or Designee finds, after providing notice and a hearing to the bidder, that the bidder lacks the 1. knowledge 2. experience Page 140 of 559 NOTICE TO BIDDERS NOTICE TO BIDDERS iv 3. or is otherwise not responsible as defined in section 3.24 of the San Luis Obispo Municipal Code to complete the project in the best interest of the City. Rejected bidders may appeal this determination. Appeal must comply with the requirements in this Notice to Bidders. It is the City of San Luis Obispo’s intent to award the contract to the lowest responsive bid submitted by a responsible bidder. If in the bidder’s opinion the contract has been or may be improperly awarded, the bidder may protest the contract award. Protests must be filed no later than five working days after either: 1. bid opening date 2. notification of rejected bid. Protest must be in writing and received by the project manager located at: 919 Palm Street San Luis Obispo, CA 93401. Valid protests must contain the following information: 1. the reasons for the protest 2. any supporting documentation 3. the ruling expected by the City to remedy the protest. Any protest not containing all required information will be deemed invalid and rejected. The City will consider additional documentation or other supporting information regarding the protest if submitted in compliance to the specified time limits. Anything submitted after the specified time limit will be rejected and not be considered. The Director of Public Works or Designee may request additional information to be submitted within three days of the request, unless otherwise specified, and will notify the protester of ruling within ten days of determination. If the protester is not satisfied with ruling, the protester may appeal the ruling to the City Council in compliance with Chapter 1.20 of the City of San Luis Obispo Municipal Code Pursuant to the Public Records Act (Government Code, § 6250, et seq.), the City will make public records available upon request. Page 141 of 559 NOTICE TO BIDDERS NOTICE TO BIDDERS v AWARD The lowest bidder will be determined using the bid total. As a condition to executing a contract with the City, two bonds each equal to one hundred percent of the total contract price are required in compliance with Section 3-1.05 of the Standard Specifications. You may substitute securities for moneys withheld under the contract in compliance with the provisions of the Public Contract Code, Section 10263. THE CONTRACTOR, agrees that they have carefully examined: 1. the location of the proposed work 2. the plans and specifications and propose to furnish all: 3. materials 4. labor to complete all the required work satisfactorily in compliance with 5. plans 6. specifications 7. special provisions for the prices set forth in the agreement. ACCOMMODATION If any accommodations are needed to participate in the bid process, please contact Allie Genard at (805)781-7200 or by Telecommunications Device for the Deaf at (805)781-7107. Requests should be made as early as possible in the bidding process to allow time for accommodation Page 142 of 559 BID FORMS A BID FORMS All bid forms must be completed and submitted with your bid. Failure to submit these forms and required bid bond is cause to reject the bid as nonresponsive. Staple all bid forms together. THE UNDERSIGNED, agrees that they have carefully examined: 8. the location of the proposed work 9. the plans and specifications 10. read the accompanying instructions to bidders and propose to furnish all: 1. materials 2. labor to complete all the required work satisfactorily in compliance with 3. plans 4. specifications 5. special provisions for the prices set forth in the bid item list: BID ITEM LIST FOR 1166 HIGUERA BUILDING DEMOLITION, SPECIFICATION NO. 2001066B Item Item Unit of Estimated Item Price Total No. SS(1) Description Measure Quantity (in figures) (in figures) 1 39 6” HMA SECTION TON 80 2 77,99 BUILDING DEMOLITION SQFT 2,100 3 77,20 PLACE (N) PLANTER BOXES, SOIL AND PLANT LS 1 ---------- 4 77 REMOVE (E) BRICK PLANTERS LS 1 ---------- 5 84 REMOVE (E) STRIPING PER PLAN LS 1 ---------- 6 84 NEW STRIPING CONFIGURATION PER PLAN LS 1 ---------- 7 90,77 ,73 REMOVE AND REPLACE SIDEWALK ALLOWANCE SF 100 8 90,77 ,73 REMOVE (E) DRIVEWAY AND REPLACE WITH MISSION STYLE SIDEWALK SF 225 9 90,77 ,73 REMOVE AND REPLACE CURB AND GUTTER ALLOWANCE LF 100 10 77 ABANDON (E) WATER LINE PER CITY LS 1 ---------- Page 143 of 559 BID FORMS BID FORMS B Item Item Unit of Estimated Item Price Total No. SS(1) Description Measure Quantity (in figures) (in figures) STANDARD 6050 AND CAP AT CORP STOP 11 77 POTHOLE AND LOCATE (E) SEWER LATERAL LS 1 ------ 12 77 ABANDON (E) SEWER LATERAL LS 1 ------ 13 1 OSHA COMPLIANCE LS 1 ------ 14 14 ASBESTOS REMOVAL BY CALIFORNIA CERTIFIED ASBESTOS ABATER LS 1 ------ 15 14 HEALTH AND SAFETY PLAN (HSP) LS 1 ------ 16 86 PROVIDE AND INSTALL SOLAR LIGHTS PER SPECIFICATIONS UNIT 4 17 14 COMPLIANCE WITH OCCUPATIONAL HEALTH AND SAFETY GUIDE LS 1 ------ Bid Total $ Company Name: (1) refers to section in the Standard Specifications, with modifications in the Special Provisions, that describe required work. Page 144 of 559 BID FORMS BID FORMS C LIST OF SUBCONTRACTORS Pursuant to Section 4100 of the Public Contracts Code and section 2-1.33C of the standard specifications, the Bidder is required to furnish the following information for each Subcontractor performing more than 1/2 percent (0.5%) of the total base bid. Do not list alternative subcontractors for the same work. Subcontracting must not total more than fifty percent (50%) of the submitted bid except as allowed in section 5-1.13 of the standard specifications. For Streets & Highways projects, subcontractors performing less than ten thousand dollars ($10,000) worth of work need not be mentioned. Subcontractors required to pay prevailing wage, must be registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 to be listed. NOTE: If there are no subcontractors, write “NONE” and submit with bid. Name Under Which Subcontractor is Licensed License Number DIR Public Works Registration Number Address and Phone Number of Office, Mill or Shop Specific Description of Subcontract % of Total Base Bid Attach additional sheets as needed. Page 145 of 559 BID FORMS BID FORMS D PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT In compliance with Public Contract Code Section 10285.1 (Chapter 376, Stats. 1985), the bidder hereby declares under penalty of perjury under the laws of the State of California that the bidder, or any subcontractor to be engaged by the bidder, has ____, has not ____ been convicted within the preceding three years of any offenses referred to in that section, including any charge of fraud, bribery, collusion, conspiracy, or any other act in violation of any state or federal antitrust law in connection with the bidding upon, award of, or performance of, any public works contract, as defined in Public Contract Code Section 1101, with any public entity, as defined in Public Contract Code Section 1100, including the Regents of the University of California or the Trustees of the California State University. The term "bidder" is understood to include any partner, member, officer, director, responsible managing officer, or responsible managing employee thereof, as referred to in Section 10285.1. NOTE: The bidder must place a check mark after "has" or "has not" in one of the blank spaces provided. The above Statement is part of the Bid. Signing this Bid on the signature portion constitute signature of this Statement. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE In compliance with Public Contract Code Section 10162, the Bidder must complete, under penalty of perjury, the following questionnaire: Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of a violation of law or a safety regulation? Yes No If the answer is yes, attach a letter explaining the circumstances PUBLIC CONTRACT CODE SECTION 10232 STATEMENT In compliance with Public Contract Code Section 10232, you hereby state under penalty of perjury, that no more than one final unappealable finding of contempt of court by a federal court has been issued against you within the immediately preceding two-year period because of your failure to comply with an order of a federal court which orders you to comply with an order of the National Labor Relations Board. LABOR CODE SECTION 1725.5 STATEMENTS The bidder has delinquent liability to an employee or the state for any assessment of back wages or related damages, interest, fines, or penalties pursuant to any final judgment, order, or determination by a court or any federal, state, or local administrative agency, including a confirmed arbitration award. Any judgment, order, or determination that is under appeal is Page 146 of 559 BID FORMS BID FORMS E excluded, provided that the contractor has secured the payment of any amount eventually found due through a bond or other appropriate means. Yes No The bidder is currently debarred under Section 1777.1 or under any other federal or state law providing for the debarment of contractors from public works. Yes No NOTE: The above Statements and Questionnaire are part of the Bid. Signing this Bid on the signature portion constitute signature of this Statement and Questionnaire. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. Page 147 of 559 BID FORMS BID FORMS F NON-COLLUSION DECLARATION I, , declare that I am of , the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone refrained from bidding; that 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; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Executed on , 20 , in __ I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. (Signature and Title of Declarant) (SEAL) Subscribed and sworn to before me this _______day of _________, 20_____ Notary Public Company Name:____________________ Page 148 of 559 BID FORMS BID FORMS G BIDDER ACKNOWLEDGEMENTS By signing below, the bidder acknowledges and confirms that this bid is based on the information contained in all contract documents, including the notice to bidders, plans, specifications, special provisions, and addendum number(s) . (Note: You are responsible to verify the number of addenda prior to the bid opening.) The undersigned further agrees that in case of default in executing the required contract, with necessary bonds, within eight days, (not including Saturdays, Sundays, and legal holidays), after having received a mailed notice that the contract is ready for signature, the proceeds of the check or bond accompanying his bid will become the property of the City of San Luis Obispo. Licensed in accordance with an act providing for the registration of contractors, License No. , Expiration Date . The above statement is made under penalty of perjury, and any bid not containing this information "will be considered non-responsive and will be rejected” by the City. Signature of Bidder (Print Name and Title of Bidder) DIR– Public Works Registration No: Business Name (DBA): Owner/Legal Name: Indicate One: ¨Sole-proprietor ¨ Partnership ¨Corporation List Partners/Corporate Officers: Name Title Name Title Name Title Business Address Street Address Mailing Address City, State, Zip Code Phone Number Fax Number Email Address Date Page 149 of 559 BID FORMS BID FORMS H QUALIFICATIONS Failure to furnish complete reference information ON THIS FORM, as specified in this project’s Notice to Bidders and indicated below, is cause to reject the bid. Additional information may be attached but is not a substitute for this form. Reference Number 1 Customer Name & Contact Individual Telephone & Email Project Name (Site Address): Is this similar to the project being bid or did this project include building demolition activity? Yes □ No □ Describe the services provided and how this project is similar to that which is being bid: Date project completed: Was this contract for a public agency? Yes □ No □ Reference Number 2 Customer Name & Contact Individual Telephone & Email Project Name (Site Address): Is this similar to the project being bid or did this project include building demolition activity? Yes □ No □ Describe the services provided and how this project is similar to that which is being bid: Date project completed: Was this contract for a public agency? Yes □ No □ Reference Number 3 Customer Name & Contact Individual Telephone & Email Project Name (Site Address): Is this similar to the project being bid or did this project include building demolition activity? Yes □ No □ Describe the services provided and how this project is similar to that which is being bid: Date project completed: Was this contract for a public agency? Yes □ No □ Page 150 of 559 BID FORMS BID FORMS I ATTACH BIDDER'S BOND TO ACCOMPANY BID Know all men by these presents: That we ____________________________________________, AS PRINCIPAL, and _______________________________________________________, AS SURETY, are held and firmly bound unto the City of San Luis Obispo in the sum of: ____________________________________________________ Dollars (_____________) to be paid to said City or its certain attorney, its successors and assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents: THE CONDITION OF THIS OBLIGATION IS SUCH, that if the certain bid of the above bounden ______________________________________________________________________ to construct ___________________________________________________________________ (insert name of street and limits to be improved or project) dated _____________________ is accepted by the City of San Luis Obispo, and if the above bounden _______________________________________________________, his heirs, executors, administrators, successors, and assigns shall duly enter into and execute a contract for such construction and shall execute and deliver the two bonds described within ten (10) days (not including Saturdays, Sundays, or legal holidays) after the above bounden, ______________________________________________________, has received notice by and from the said City of San Luis Obispo that said contract is ready for execution, then this obligation shall become null and void; otherwise, it shall be and remain in full force and virtue. IN WITNESS WHEREOF, we hereunto set our hands and seals this ___ day of ______, 20____. Bidder Principal: Signature Date Title: Surety: Bidder's signature is not required to be notarized. Surety's signature must be notarized. Equivalent form may be substituted (Rev. 6-30-14) Page 151 of 559 SPECIAL PROVISIONS 1 SPECIAL PROVISIONS ORGANIZATION Special provisions are under headings that correspond with the main section heading of the Standard Specifications. Each special provision begins with a revision clause that describes or introduces a revision to the Standard Specifications. Any paragraph added or deleted by a revision clause does not change the paragraph number of the Standard Specifications for any other reference to a paragraph of the Standard Specifications. DIVISION I GENERAL PROVISIONS 1 GENERAL Add to Section 1-1.01 GENERAL: The work must be done in compliance with the City of San Luis Obispo, Department of Public Works: 1. 1166 Higuera Building Demolition, Spec. No 2001066B Special Provisions 2. City of San Luis Obispo Standard Specifications and Engineering Standards – 2020 edition 3. State of California, Department of Transportation Standard Specifications and Standard Plans – 2015 edition In case of conflict between documents, governing ranking must comply with section 5-1.02 of the City of San Luis Obispo’s Standard Specifications. Failure to comply with the provisions of these sections is a material breach of contract: 1. Sections 5 through 8 of the Standard Specifications 2. Section 12 through 15 of the Standard Specifications 3. Section 77-1 of the Standard Specifications 4. Section 81 of the Standard Specifications 5. Authorized working hours 6. OSHA compliance 3 CONTRACT AWARD AND EXECUTION Add Section 3-1.18B CONTRACT EXECUTION, Building Permit: 3-1.18B Building Permit The contractor must obtain a no-fee building permit from the Community Development Department. All requirements of the building permit shall be applied to the project. Add Section 3-1.18C CONTRACT EXECUTION, Demo Permit: 3-1.18C Demo Permit The contractor must obtain a no-fee demo permit from the Community Development Department. All requirements of the demo permit shall be applied to the project. Contractor will be responsible for submitting the following to the Community Development Department for the demo permit: Page 152 of 559 SPECIAL PROVISIONS SPECIAL PROVISIONS 2 1. Water Pollution Control Plan (WCPC)/Storm Water Pollution Protection Plan (SWPPP); 2. Copy of liability insurance with the City of San Luis Obispo listed as additionally insured; 3. Copy of approved Asbestos NESHAP Notification Form from APCD. Contractor is responsible for any other information not specified that is necessary to acquire a demo permit. 4 SCOPE OF WORK Add to Section 4-1.03 WORK DESCRIPTION: Comply with the provisions of Section(s) 4, 7, 8, 14, 20, 39, 73, 77 , 84 and 90 or general, material, construction, and payment specifics. 7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC Add Section 7-1.03A(4) Downtown Contractor is responsible for notification, signage, and necessary procedures to minimize impacts on affected businesses to the extent feasible. Notification to Downtown SLO is required at least 30 days prior to the start of construction. Add to Section 7-1.03B PUBLIC CONVENIENCE, Traffic Control Plan Work hours are restricted to 7:00 a.m. to 4:00 p.m. on all public streets. Provide traffic control plan and traffic control application at or before the preconstruction meeting. Traffic control plan must be drawn to scale. Traffic control application may be obtained on the City’s website: www.slocity.org/government/department-directory/public-works/documents-online/construction- documents Upon approval of the traffic control plan, the City will issue a no-fee Encroachment Permit. Permittee is responsible to comply with all conditions of the traffic control plan. Complete work using due diligence to restore free flowing of traffic. Add to Section 7-1.06C Minimum Limits of Insurance: The City/Contractor shall utilize a licensed asbestos abatement contractor and that contract should include the following endorsements: Contractor’s pollution liability insurance. Coverage shall provide for liability arising out of sudden, accidental, and gradual pollution, and remediation. The policy limit shall be no less than $1,000,000 per claim and in the aggregate. All activities contemplated in this agreement shall be specifically scheduled on the policy as “covered operations.” The policy shall provide coverage for remediation of the site in the event of an environmental contamination event arising out of the materials, supplies, products, work, operations, or workmanship. Page 153 of 559 SPECIAL PROVISIONS SPECIAL PROVISIONS 3 Transportation pollution liability insurance. Coverage shall be in an amount not less than $5,000,000 combined single limit per accident and shall include Pollution Liability (CA9948) and MCS-90 Endorsements. The policy shall provide coverage for transportation of pollutants/contaminants to and from the job site and the hauling of waste from the project site to the final disposal location, including non-owned disposal sites. 14 ENVIRONMENTAL STEWARDSHIP Add to Section 14-9.02 AIR POLLUTION CONTROL, General: The City has obtained an annual permit for construction from the Air Pollution Control District (APCD). The annual APCD permit and construction log files are located on the City’s website: http://www.slocity.org/government/department-directory/public-works/documents- online/construction-documents A copy of the permit can also be found in Appendix H of the City Standards. Contractor is required to comply with the APCD permit including all notification and construction logs using the appropriate equipment. Provide training to all workers in the construction area. Contractor must also pay, submit and comply with Asbestos NESHAP notification of demolition and renovation APCD form (Appendix E). You must comply with section 77-1 of the standard specifications. Contractor must comply with the Occupational, Health and Safety guide for this project, attached as Appendix F of these Special Provisions. Add Section 14-9.02A AIR POLLUTION CONTROL, Construction: Where contamination is encountered, you are responsible to: 1. monitor 2. record 3. report H2S and Hydrocarbon FID readings taken every hour during work in the contamination zone or as directed by the Engineer. Appropriate Personal Protective Equipment (PPE) must be used. Asbestos has been identified at various locations of the project site. All existing building materials denoted as containing 2% or higher of asbestos in the attached Asbestos Report (Appendix C) must be removed by an asbestos abatement contractor licensed by the State of California prior to demolition. Lead report has been completed and can be found in Appendix D. There is some lead throughout the building, and it shall be treated as hazardous materials. Any additional suspect paint or surface coating materials that are revealed by demolition activities should be assumed to be lead-based paint and managed as such, until properly sampled and analyzed. Page 154 of 559 SPECIAL PROVISIONS SPECIAL PROVISIONS 4 Contractor must comply with Appendix F for Occupational Health and Safety requirements. Contractor must provide proof of a certified hazardous waste hauler/transporter and identification of hazardous waste disposal site at a licensed hazardous waste facility prior to the start of remediation. Contractor shall submit a complete uniform hazardous waste manifest prior to the start of remediation work. Contractor will not be allowed to haul hazardous waste without City approval of a uniform hazardous waste manifest. Provide a minimum of 5 days for the Engineer to review the manifest before anticipated hauling of hazardous waste. Contractor must adhere to existing asbestos and lead remediation processes according to Title 8 §1529 and 5208 and all other known State and Federal regulations. All work that disturbs painted components should be conducted in compliance with the CAL OSHA Title 8, Section 1532.1, and all applicable EPA regulations. All asbestos abatement must be completed separate from and prior to building demolition. Hazardous materials must be stored separately from any non-hazardous materials. If hazardous materials must be stored on site, Contractor must submit a storage plan to reduce the risk to the public prior to the start of work in compliance with Appendix F. Any hazardous materials stored on site must be secured from public access via a fence and lock. Hazardous materials must not be stored on site for longer than 60 days. If hazardous materials remain on site for longer than 60 days, additional damages in the amount of $1000 per day will be enforced until materials are removed from the site. If contractor fails to properly dispose of hazardous waste after 90 days this constitutes lack of faithful performance of the Contractor. Work will not be deemed complete until hazardous materials have been removed from the site and properly disposed of. Prior to demolition of remainder of building deemed non-hazardous, contractor must supply documentation confirming remaining materials have been tested and verified as non-hazardous. Add Section 14-9.02C AIR POLLUTION CONTROL, Payment: Full compensation for APCD compliance and applicable engineering standards is included in the payment for other bid items unless a bid item of work is shown on the bid list item. Compensation for APCD Permit Compliance includes, but is not limited to the following: 1. Minimum two (2) week notification to APCD before planned excavation. 2. A project description submitted to City and APCD for approval, including: a. Specific work zone boundary where public access is restricted, b. Estimated volume to be excavated, c. Location of nearest residence, business, and schools, d. A project specific Site Health and Safety Plan, Page 155 of 559 SPECIAL PROVISIONS SPECIAL PROVISIONS 5 e. Starting date, project finish date, and operating hours (for hazardous materials excavations) f. Preparation of a Monitoring, Recordkeeping and Reporting Plan (MRRP), complying with provisions listed in Appendix H of the City Standards, g. Completion of a screening health risk assessment for toxic air pollutants associated with the excavation, and project related APCD fee payments. 3. All On-site contaminated soils monitoring needed during hazardous materials excavation. 4. Asbestos NESHAP notification form from APCD. 15 EXISTING FACILITIES Add to Section 15-1.03E Existing Awning and Fence Contractor is responsible for removal of existing awning, fences and any other materials connecting the two buildings in between the garage and the building to be demolished as depicted below. Payment for this work is included in Bid Item number 2. Page 156 of 559 SPECIAL PROVISIONS SPECIAL PROVISIONS 6 DIVISION VIII MISCELLANEOUS CONSTRUCTION 77 LOCAL INFRASTRUCTURE Add to Section 77-3.03F (2) Abandonment of Sewerlines Existing sewer lateral must be potholed and located prior to construction. All costs associated with locating the existing sewer lateral must be covered by bid item 11-Pothole and Locate (E) Sewer Lateral. City Staff will provide guidance on wye abandonment as detailed below: 1. VCP Wye : Cut off the sewer lateral at the wye connection, plug the wye connection with a dollar plug, and use Class 2 concrete over the wye connection. 2. SDR – 35 Wye: Cut the sewer lateral leaving a 12” pup and cap is using approved SDR- 35 cap and glue. 3. HDPE Wye: Cut the sewer lateral leaving 12” pup and use an electro-fusion coupler with a DR17 cap. Upon Utilities Department inspection, the City may remove the existing wye on any pipe type and install new section of plastic pipe with approved couplers. Add to Section 77 LOCAL INFRASTRUCTURE Section 77-5 New Planter Boxes Planter boxes must be placed per plan and the locations must be verified by the Engineer during construction. All plants must follow the specified plant palette shown in the plans and in Appendix B. Fertilizer and soil materials must comply City Specifications section 20. Section 77-6 Solar Lighting Solar lighting must follow Section 86-60.2B and be placed in the locations specified on the plans. Light poles shall be per City Standard 7910, and Contractor shall install pull box and conduit from pull box to the light. Solar panel and battery shall be separate device that retrofits to City Standard poles and shall comply with Appendix G. Section 77-7 Existing Infrastructure All existing infrastructure must be protected throughout construction including existing concrete pad, pay station and bollards. Removal of existing pay station and bollards by the City’s Parking Operations team before construction is necessary. Coordinate temporary removal of pay station and bollards with Project Manager. 84 MARKINGS Add to Section 84-2.03C Application of Stripes and Markings: Preformed thermoplastic is only allowed with the approval of the Engineer. Replace Section 84-9.04 Page 157 of 559 SPECIAL PROVISIONS SPECIAL PROVISIONS 7 Full compensation for work specified in Section 84 and applicable Engineering Standards is included in the payment for other bid items unless a bid item of work is shown on the Bid Item List. Add to Section 84-9.03B REMOVE TRAFFIC STRIPES AND PAVEMENT MARKERS Contractor’s existing striping removal on Higuera Street must include grinding and fog sealing. Contractor must wait three days after fog sealing before applying new striping. Add to Section 86-6.02B LED LUMINAIRES, Material: Submit Solar LED Fixtures and Luminaires for review and approval by the Engineer prior to ordering. Solar LED fixtures must be: 1. All-in-one design 2. Photoelectric sensor, Auto-ON/OFF Dusk to Dawn 3. 4000 Lumen Minimum 4. Dimmable 5. 4000k-6000k 6. Capable of 12-hour lighting after dusk 7. IP65 waterproof, All Weather 8. 5-year warranty Solar LED Fixtures and Luminaires must comply with Appendix G. ADD DIVISION XIII APPENDICES Add Section 100 APPENDICES: Add Section 100-1 GENERAL: Refer to the following Appendices for more information: APPENDIX A – FORM OF AGREEMENT APPENDIX B – PLANT PALETTE APPENDIX C – ASBESTOS REPORT APPENDIX D – LEAD PAINT SURVEY REPORT APPENDIX E – NESHAP NOTFIACATION OF DEMOLITION AND RENOVATION APCD FORM APPENDIX F – OCCUPATIONAL, HEALTH AND SAFETY GUIDELINES APPENDIX G – SOLAR LIGHTING PRODUCT SPECIFICATIONS Page 158 of 559 APPENDIX APPENDIX 0 APPENDIX A - FORM OF AGREEMENT THIS AGREEMENT, made on _____________, by and between the City of San Luis Obispo, a municipal corporation and charter city, San Luis Obispo County, California (hereinafter called the Owner) and COMPANY NAME (hereinafter called the Contractor). WITNESSETH: That the Owner and the Contractor for the consideration stated herein agree as follows: ARTICLE 1, SCOPE OF WORK: The Contractor shall perform everything required to be performed, shall provide and furnish all of the labor, materials, necessary tools, expendable equipment, and all utility and transportation services required to complete all the work of construction of 1166 HIGUERA DEMO, SPEC NO. 2001066B in strict compliance with the plans and specifications therefor, including any and all Addenda, adopted by the Owner, in strict compliance with the Contract Documents hereinafter enumerated. It is agreed that said labor, materials, tools, equipment, and services shall be furnished and said work performed and completed under the direction and supervision and subject to the approval of the Owner or its authorized representatives. ARTICLE II, CONTRACT PRICE: The Owner shall pay the Contractor as full consideration for the faithful performance of this Contract, subject to any additions or deductions as provided in the Contract Documents, the contract prices as follows: Item No. Item Unit of Measure Estimated Quantity Item Price (in figures) Total (in figures) 1. $ $ 2. $ $ 3. $ $ BID TOTAL: $ .00 Payments are to be made to the Contractor in compliance with and subject to the provisions embodied in the documents made a part of this Contract. Should any dispute arise respecting the true value of any work omitted, or of any extra work which the Contractor may be required to do, or respecting the size of any payment to the Contractor, during the performance of this Contract, said dispute shall be decided by the Owner and its decision shall be final, and conclusive. Page 159 of 559 APPENDIX APPENDIX 1 ARTICLE III, COMPONENT PARTS OF THIS CONTRACT: The Contract consists of the following documents, all of which are as fully a part thereof as if herein set out in full, and if not attached, as if hereto attached: 1. Notice to Bidders and Information for Bidders 2. Standard Specifications and Engineering Standards 3. Special Provisions, any Addenda, Plans and Contract Change Orders 4. Caltrans Standard Specifications and Standard Plans 2015 5. Accepted Bid and Bid Bond 6. List of Subcontractors 7. Public Contract Code Sections 10285.1 Statement 8. Public Contract Code Section 10162 Questionnaire 9. Public Contract Code Section 10232 Statement 10. Labor Code Section 1725.5 Statements 11. Bidder Acknowledgements 12. Qualifications 13. Non-collusion Declaration 14. Agreement and Bonds 15. Insurance Requirements and Forms ARTICLE IV INDEMNIFICATION: The Contractor shall indemnify, defend with legal counsel approved by City, and hold harmless City, its officers, officials, employees and volunteers from and against all liability, loss, damage, expense, cost (including without limitation reasonable legal counsel fees, expert fees and all other costs and fees of litigation) of every nature arising out of or in connection with the Contractor’s negligence, recklessness or willful misconduct in the performance of work hereunder or its failure to comply with any of its obligations contained in this Agreement, except such loss or damage which is caused by the sole or active negligence or willful misconduct of the City. Should conflict of interest principles preclude a single legal counsel from representing both the City and the Contractor, or should the City otherwise find the Contractor’s legal counsel unacceptable, then the Contractor shall reimburse the City its costs of defense, including without limitation reasonable legal counsel fees, expert fees and all other costs and fees of litigation. The Contractor shall promptly pay any final judgment rendered against the City (and its officers, officials, employees and volunteers) with respect to claims determined by a trier of fact to have been the result of the Contractor’s negligent, reckless or wrongful performance. It is expressly understood and agreed that the foregoing provisions are intended to be as broad and inclusive as is permitted by the law of the State of California and will survive termination of this Agreement. The Contractor obligations under this section apply regardless of whether such claim, charge, damage, demand, action, proceeding, loss, stop notice, cost, expense, judgment, civil fine or penalty, or liability was caused in part or contributed to by an Indemnitee. However, without affecting the rights of the City under any provision of this agreement, the Contractor shall not be required to indemnify and hold harmless the City for liability attributable to the active negligence of City, provided such active negligence is determined by agreement between the parties or by the findings of a court of competent jurisdiction. In instances where the City is shown to have been actively negligent and where the City’s active negligence accounts for only a percentage of the Page 160 of 559 APPENDIX APPENDIX 2 liability involved, the obligation of the Contractor will be for that entire portion or percentage of liability not attributable to the active negligence of the City. ARTICLE V. It is further expressly agreed by and between the parties hereto that should there be any conflict between the terms of this instrument and the bid of said Contractor, then this instrument shall control and nothing herein shall be considered as an acceptance of the said terms of said bid conflicting herewith. IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands this year and date first above written. CITY OF SAN LUIS OBISPO A Municipal Corporation __________________________________ Whitney McDonald, City Manager APPROVED AS TO FORM CONTRACTOR: Name of Company ________________________________ By:________________________________ J. Christine Dietrick City Attorney Name of CAO/President Its: CAO/PRESIDENT (2nd signature required if Corporation): By:________________________________ Name of Corporate Officer Its: ____________________ Page 161 of 559 APPENDIX APPENDIX 3 APPENDIX B – PLANT PALETTE Page 162 of 559 BOUTELOUA GRACILIS 'BLONDE AMBITION' 1'H ALOE X ' ALWAYS RED ' 1.5' H ALWAYS RED ALOE BLONDE AMBITION BLUE GRAMA 1 GAL 1 GAL 4 3 QTYCONTCOMMON NAMEBOTANICAL NAMESHRUBS 2. FULL SUN PALETTE ERIOGONUM CROCATUM 1' H DUDLEYA PULVERULENTA 1' H CHALK LETTUCE SAFFRON BUCKWHEAT 1 GAL 1 GAL 5 4 QTYCONTCOMMON NAMEBOTANICAL NAMESHRUBS 6. FULL SUN PALETTE SALVIA GREGGII 2.5' H SELECT A VARIETY OF SAGE COLORS: RED, PINK, LAVENDER FESTUCA CALIFORNICA 'RIVER HOUSE BLUES' 1.5' H ALWAYS RED ALOE AUTUMN SAGE 1 GAL 1 GAL 4 2 QTYCONTCOMMON NAMEBOTANICAL NAMESHRUBS 3. FULL SUN PALETTE PENNISETIUM SPATHIOLATUM 3' H KALANCHOE 'MAJESTIC SCALLOPS' 1.5' H LARGE LAVENDER SCALLOPS RYE PUFFS 1 GAL 1 GAL 6 2 QTYCONTCOMMON NAMEBOTANICAL NAMESHRUBS 4. FULL SUN PALETTE SENECIO MANDRALISCAE 1' H SANSEVIERIA TRIFASCIATA 3' H MOTHER-IN-LAW''S TONGUE BLUE FINGERS 1 GAL 1 GAL 3 8 QTYCONTCOMMON NAMEBOTANICAL NAMESHRUBS 5. FULL SUN PALETTE SENECIO MANDRAUSCAE 1' H KALANCHOE LUCIAE 1.5' H PADDLE PLANT BLUE FINGERS 1 GAL 1 GAL 2 4 QTYCONTCOMMON NAMEBOTANICAL NAMESHRUBS 1. FULL SUN PALETTE NOTES: 1. PLANTERS: SYBERTECH GROUND LEVEL PLANTER - RECTANGULAR 54" X 26" 2. SOIL MEDIUM: EQUAL PARTS PERLITE, VERMICULITE, PEAT MOSS, AND COMPOST 3. HAND COMPACT SOUL AND WATER PRIOR TO PLANTING INSTALLATION. DURING PLANTING, ADD SOIL AND PROVIDE FINAL HAND COMPACTION AND WATER. FILL CONTAINERS TO 1" WITHIN THE TOP EDGE OF CONTAINER TO ACCOMMODATE SETTLING. 4. CROWN OF PLANT TO BE AT OR SLIGHTLY ABOVE FINISHED GRADE. CITY OF SAN LUIS OBISPO, SEPTEMBER 2024 Page 163 of 559 APPENDIX APPENDIX 4 APPENDIX C – ASBESTOS REPORT Page 164 of 559 9517 Carmel Road, Atascadero, CA 93422 – (805) 235-0582 – bruffey@att.net ASBESTOS SURVEY REPORT 1166 Higuera Street San Luis Obispo, CA 93401 February 12, 2024 Prepared by: Prepared for: Mike Bruffey City of San Luis Obispo Asbestos Inspections of SLO 990 Palm Street 9517 Carmel Road San Luis Obispo, CA 93401 Atascadero, CA 93422 Phone: (805) 781-7203 Phone: (805) 235-0582 rbernstorff@slocity.org Page 165 of 559 9517 Carmel Road, Atascadero, CA 93422 – (805) 235-0582 – bruffey@att.net 9517 Carmel Road, Atascadero, CA 93422 Phone: (805) 235-0582 Email: bruffey@att.net February 12, 2024 Rebecca Bernstorff City of San Luis Obispo 990 Palm Street San Luis Obispo, CA 93401 Phone: (805) 781-7203 Email: rbernstorff@slocity.org Re: Asbestos Survey Report Summary – Two Story Structure 1166 Higuera Street San Luis Obispo, CA 93401 I have completed the requested asbestos sampling survey on the commercial structure located at 1166 Higuera Street, San Luis Obispo, CA on February 2, 2024. This two-story structure was built in the 1950’s – 1960’s and has approximately 2,100 square feet of space. The structure has four rooms and a restroom on the bottom level and the top level has two large rooms and a restroom. A roof access hatch is located in the closet in the north side room. This survey was conducted prior to a planned demolition and involved sampling, cataloging, and analyzing all suspect materials found in the interior and on the exterior to test for the presence of asbestos. Of the twenty-five (25) samples collected from the location and sent to the lab for analysis, thirteen (13) contained asbestos. The beige joint compound, white plaster skimcoat, beige VFT (vinyl floor tile) & black mastic (upper and lower levels), grey floor backing, exterior block wall texture, closet sheet flooring, and gray/black roof mastic all contain various amounts of chrysotile asbestos. Three materials contained less than 1% and required an additional 400 point-count laboratory analysis to confirm the material contains <1%. The additional analysis indicates that all three contain <0.25% chrysotile asbestos and is ACCM (asbestos containing construction material) and can remain in place during the planned demolition. AISLO appreciates the opportunity to provide these services for you and I look forward to working with you on future projects. If you have any questions or comments regarding the information contained in this report or if I can be of further assistance, please contact me by phone or email. Sincerely, Mike Bruffey Owner Asbestos Inspections of SLO - AISLO CA Certified Asbestos Consultant #19-6499 | CDPH Certified Lead Inspector Assessor Page 166 of 559 9517 Carmel Road, Atascadero, CA 93422 – (805) 235-0582 – bruffey@att.net PURPOSE AND SCOPE OF SERVICES This survey and inspection involved collecting bulk samples of suspect materials from the entire commercial structure and sending those samples to a NVLAP laboratory to analyze for the presence of asbestos. The following is a detailed description of the work performed at this location. 1. Visual inspection of the entire structure for the following materials: Category I non-friable ACM, Category II non-friable ACM, and Regulated Asbestos Containing Materials (RACM). Accessible materials were visually inspected and sampled using the methods presented in the Federal AHERA regulations (40 CFR, Part 763). AHERA inspection methodology is required to be used for inspections of K-12 schools and is generally accepted as the industry standard for all ACM inspections regardless of structure or facility type. 2. For each sample, the following information was documented: a) Sample Location b) Sample Description c) Friability d) Condition of Material e) Potential for Disturbance 3. Submission of samples to an EPA accredited lab for analysis that provides a report containing: a) Sample identification number (AISLO) b) Laboratory sample identification number c) Analytical technique d) Quality control procedures e) Type and percentage of asbestos (if any) in each material 4. Analyze the laboratory sample results and produce a comprehensive written report that includes: • Applicable Definitions • Summary of Lab Results • Asbestos Containing Building Materials • Conclusions and Recommendations • Limitations and Disclaimers • Sample Location Diagram (if required or requested) • Bulk Asbestos Analysis – Laboratory Reports • Analysis Request Form - Chain of Custody • Credentials – Inspector Materials visibly identified as non-asbestos (glass, wood, plastic, and metal) were not sampled. Page 167 of 559 9517 Carmel Road, Atascadero, CA 93422 – (805) 235-0582 – bruffey@att.net APPLICABLE ASBESTOS DEFINITIONS Asbestos – Asbestos is a group of six naturally occurring fibrous minerals composed of thin, needle-like fibers. They include chrysotile, amosite, crocidolite, tremolite, anthophyllite, and actinolite. Exposure to asbestos may cause several cancers and diseases, including mesothelioma and asbestosis. Asbestos Containing Material (ACM) – any material containing more than one percent (1%) asbestos. ACM Conditions – Good (intact), Fair (Damaged), and Poor (Significantly Damaged) Asbestos Containing Construction Material (ACCM) - any manufactured construction material which contains more than 1/10th of 1% asbestos (.1%) by weight. Asbestos Related Work - The activity, by disturbing asbestos-containing construction materials (ACCM), may release asbestos fibers into the air and is not related to its manufacture, the mining or excavation of asbestos-bearing ore or materials. Category I Non-Friable ACM – asbestos containing packings, gaskets, resilient floor covering, Galbestos, and asphalt roofing products containing more than 1% asbestos. Category II Non-Friable ACM – any material that is not Cat I that contains more than 1% asbestos. Generally cementitious in nature such as stucco, transite, etc. Friable ACM – any material containing more than 1% asbestos and can be crumbled, pulverized, or reduced to powder/dust by applying hand pressure. NESHAPS – National Emission Standards for Hazardous Air Pollutants – EPA regulation 40 CFR subpart M, Part 61 Regulated Asbestos Containing Material (RACM) – (a) Friable asbestos material, (b) Category I non-friable ACM that has become friable, (c) Category I non-friable ACM that will be or has been subjected to sanding, grinding, cutting, or abrading, or (d) Category II non-friable ACM that has a high probability of becoming or has become crumbled, pulverized, or reduced to powder by the forces expected to act on the material in the course of demolition or renovation operations. Report of Use - See section Title 8, Section 5203. Note: Employers registered with the Chief in accordance with Sections 341.6 to 341.9 for the purpose of conducting asbestos-related work involving over 100 square feet, as defined in Section 341.6(a), of asbestos-containing construction material shall be deemed to be in compliance with section 5203 for the asbestos- related work requiring registration. Except that emergencies as defined in section 5203(a) must be reported as required in section 5203(f). Page 168 of 559 9517 Carmel Road, Atascadero, CA 93422 – (805) 235-0582 – bruffey@att.net SUMMARY OF LAB RESULTS - ASBESTOS Sample# Location or Room # Material Description Asbestos Present Type of Asbestos % Asbestos Quantity Condition NESHAPS Category 1 Room 2 Beige Floor Tile YES CH 2% >1002 ft. Good CAT I NF 2 Kitchen Beige Floor Tile YES CH 2% >1002 ft. Good CAT I NF 3 Room 3 Beige Floor Tile YES CH 2% >1002 ft. Good CAT I NF 4 Restroom Gray/beige Floor Tile NO NA NA NA NA NA 5 Restroom Beige Floor Tile YES CH 2% >1002 ft. Good CAT I NF 6 Entry Tan Floor Tile/Grey backing YES CH 2%/45% 802 Good CAT I NF 7 Entry Gray/beige Floor Tile NO NA NA NA NA NA 8 Room 1 Drywall/White Joint Compound NO NA NA NA NA NA 9 Restroom Drywall/White Joint Compound NO NA NA NA NA NA 10 Room 3 Beige Joint Compound YES CH <0.25% 3502 ft. Good NA/ACCM 11 Kitchen Beige Wall Texture NO NA NA NA NA NA 12 Room 3 White 2’x4’ Ceiling Tile NO NA NA NA NA NA 13 Exterior Wall Stucco/Texture NO NA NA NA NA NA 14 Exterior Wall Red Brick/Gray Mortar NO NA NA NA NA NA 15 Exterior Wall Concrete Block Wall Beige Text. YES CH <0.25% 2502 ft. Good NA/ACCM 16 Exterior Wall Beige/gray Stucco Materials NO NA NA NA NA NA 17 Exterior Window White Window Glaze NO NA NA NA NA NA 18 2nd/South Room Beige VFT/Black Mastic YES CH 2%/10% 250 Good CAT I NF 19 2nd/North Room Beige VFT/Black Mastic YES CH 2%/10% 250 Good CAT I NF 20 2nd/N. Rm Closet Beige Sheet Floor/Black VFT YES CH 25%/3% 302 Good RACM 21 2nd/South Room Brown/White 1x1 Ceiling Tile NO NA NA NA NA NA 22 2nd/Roof Tar and Felt Roofing Layers NO NA NA NA NA NA 23 2nd/Roof Hatch Gray/black mastic YES CH 10% 32 Good CAT I NF 24 2nd/Restroom White plaster skim coat YES CH <0.25% 3502 ft. Good NA/ACCM 25 2nd/Hallway White plaster skim coat YES CH <0.25% 3502 ft. Good NA/ACCM Page 169 of 559 9517 Carmel Road, Atascadero, CA 93422 – (805) 235-0582 – bruffey@att.net MATERIALS THAT CONTAIN ASBESTOS • Beige joint compound found in room 3 contains <0.25% chrysotile asbestos by 400-point count. • White skimcoat on upper level restroom/hallway walls and ceiling contains <0.25% chrysotile asbestos by 400-point count. • Beige texture on north exterior concrete block wall contains <0.25% chrysotile asbestos by 400-point count. • Beige VFT lower and upper level • Tan VFT on lower level entry floor • Black Mastic • Gray fibrous backing in the entry floor • Beige sheet flooring in upper level closet • Gray/black roofing mastic on the access hatch MATERIALS THAT DO NOT CONTAIN ASBESTOS BY LABORATORY ANALYSIS Stucco Roofing materials other than the mastics White joint compound throughout Wall texture throughout Red Brick and Mortar Concrete block Ceiling tiles (2x4’ and 1x1’) Window glaze Page 170 of 559 9517 Carmel Road, Atascadero, CA 93422 – (805) 235-0582 – bruffey@att.net ASBESTOS CONTAINING MATERIALS I collected samples of all suspect materials from the upper and lower levels of the structure from the exterior and the interior. The inspection process was focused on collecting all suspect materials from the structure. A total of twenty-five (25) samples were collected, documented, and submitted to LA Testing in Huntington Beach, CA, an EPA accredited laboratory for analytical testing. Lab results can be found in the Bulk Asbestos Analysis section of this report. The samples were analyzed for the presence of asbestos by Polarized Light Microscopy (PLM) with dispersion staining in accordance with the EPA Method 600/R-93-116, Visual Area Estimation. Regulations in California (Cal OSHA Title 8, CCR 1529) define asbestos containing construction materials (ACCM) as those materials having asbestos content of greater than one tenth of one percent (>0.1%); therefore, for the purpose of this survey, any amount of asbestos detected will be considered positive. The following material contains asbestos: Sample Number: 10, 15, 24 & 25 Sample description: Beige joint compound, Beige Texture & white skimcoat Location of Material: Room 3 and upper level restroom and hallway Quantity of Material: Approximately 350 square feet of each Type and % of Asbestos: Chrysotile – <0.25% by 400-point count analysis (all materials) NESHAP Classification: NA – This is ACCM Overall Condition: Good and intact Disturbance Potential: Low as the material is in good condition. Recommended Response: Since this structure will be demolished, the material can remain during demolition and disposed of as construction debris. Sample Number: 1, 2, 3, 5, 6, 18, 19 & 20 Sample description: Tan, Beige, & Black Vinyl Floor Tile and Black Mastic Location of Material: Entire lower level (under carpet), Upper level, and closet Quantity of Material: 8002 feet (estimate as it is covered by carpet) Type and % of Asbestos: Chrysotile – 2%-10% Page 171 of 559 9517 Carmel Road, Atascadero, CA 93422 – (805) 235-0582 – bruffey@att.net NESHAP Classification: Category I non-friable Overall Condition: Good Disturbance Potential: Low as it is intact and not damaged. Recommended Response: The material should be maintained in the current condition and removed prior to any other activity that could disturb it. It is recommended that it be properly removed by an asbestos abatement contractor certified and licensed by the State of California prior to demolition. Do not dry scrape, sand, or abrade the material as asbestos fibers may become airborne. Sample Number: 6 & 20 Sample description: Gray and Beige Fibrous Material Location of Material: Entry and upper-level closet Quantity of Material: 502 feet (estimate as it is covered by carpet) Type and % of Asbestos: Chrysotile – 45%-25% NESHAP Classification: RACM Overall Condition: Good Disturbance Potential: Low as it is intact and not damaged and covered by carpet. Recommended Response: The material should be maintained in the current condition and removed prior to any other activity that could disturb it. It is recommended that it be properly removed by an asbestos abatement contractor certified and licensed by the State of California prior to demolition. Do not dry scrape, sand, or abrade the material as asbestos fibers may become airborne. Page 172 of 559 9517 Carmel Road, Atascadero, CA 93422 – (805) 235-0582 – bruffey@att.net CONCLUSIONS AND RECOMMENDATIONS Samples 10, 15, 24, and 25 (beige joint compound, beige texture, and white skim coat) were initially analyzed to contain <1% chrysotile asbestos using PLM analysis. The samples were then analyzed by 400-point count analysis to confirm they contain less than 1%. The final lab results show that the materials all contain <0.25% asbestos. These materials are ACCM and can remain in place during the demolition process and be disposed of as C&D (construction debris). All other material must be removed before the structure is demolished. Intact and undisturbed asbestos containing building materials do not pose a health risk. Improperly disturbing the material can, however, expose occupants and construction workers to airborne asbestos fibers. I strongly recommend the ACM (asbestos containing materials) identified in this report be removed and disposed of by an abatement contractor licensed by the State of California in accordance with all applicable regulations. Demolition activities should ensure that no dust is created during the removal of this structure. Any material that contains greater than 1 percent asbestos is considered asbestos containing material (ACM) and if removed, must be handled, transported, and disposed of according to EPA and other applicable local regulations. Quantities of asbestos containing materials noted in this report are intended as estimates only! Prior to removing ACM’s, I recommend the certified contractor(s) conduct a thorough site inspection to determine a more accurate estimation of actual material that will be removed prior to submission of a contract bid. The local County Air Pollution Control District is delegated authority to implement the asbestos NESHAP regulation in any given county. This regulation requires specific actions by the owner or operator of the applicable project. Before beginning the project and for additional information and requirements, be sure to visit the San Luis Obispo County APCD website (https://www.slocleanair.org/rules-regulations/asbestos.php) or call them at (805) 781-5912. Local building and planning departments should also be consulted before any renovation or demolition begins on this project as they may have specific rules and regulations regarding projects involving commercial and residential projects. These conclusions and recommendations are based on the requirements set forth in 40 CFR Part 61, National Emission Standards for Hazardous Air Pollutants (NESHAPS) Subpart M, and Title 8, Chapter 4, Section 1529 – Cal/OSHA Construction Safety Orders for Asbestos. Page 173 of 559 9517 Carmel Road, Atascadero, CA 93422 – (805) 235-0582 – bruffey@att.net LIMITATIONS AND DISCLAIMERS The findings and conclusions rendered in this report are opinions based on the scope of work authorized by the client and laboratory analysis of the samples collected during this inspection. This report does not reflect variations which may exist between sampling points. These variations cannot be anticipated, nor could they be entirely accounted for, despite exhaustive additional testing. My work has been performed in accordance with generally accepted practices in the field of asbestos consultation. No other warranty, either expressed or implied, is made. Although every effort was made to identify all the asbestos containing materials that may be present in this structure, it is possible for other asbestos containing materials to be located within the walls, subfloors, and attic space. If other suspect materials not sampled in this inspection are discovered, assume they contain asbestos. Contact me for further sampling and analysis if required. Enclosed with this report is the Bulk Asbestos Analysis (Laboratory Report) from LA Testing, Analysis Request Form (Chain of Custody), and my Certified Asbestos Consultant certification documentation. Page 174 of 559 Page 175 of 559 LA Testing 5431 Industrial Drive Huntington Beach, CA 92649 Tel/Fax: (714) 828-4999 / (714) 828-4944 http://www.LATesting.com / hblab@latesting.com 332402020LA Testing Order: Customer ID:AISL42 Customer PO: Project ID: Attention:Phone:Mike Bruffey (805) 235-0582 Fax:Asbestos Inspections SLO Received Date:9517 Carmel Road 02/06/2024 2:45 PM Analysis Date:Atascadero, CA 93422 02/08/2024 Collected Date:02/02/2024 Project:1166 HIGUERA SLO Test Report: Asbestos Analysis of Bulk Materials via AHERA Method 40CFR 763 Subpart E Appendix E supplemented with EPA 600/R-93/116 using Polarized Light Microscopy Sample Description Appearance % Fibrous % Non-Fibrous Non-Asbestos Asbestos % Type 1-Mastic 1 332402020-0001 None DetectedNon-fibrous (Other)100%Yellow Non-Fibrous Homogeneous LOWER/RM 2/TILE/MASTIC 1-Leveler 332402020-0001A None DetectedNon-fibrous (Other)100%White Non-Fibrous Homogeneous LOWER/RM 2/TILE/MASTIC 1-Mastic 2 332402020-0001B None DetectedNon-fibrous (Other)100%Orange Non-Fibrous Homogeneous LOWER/RM 2/TILE/MASTIC 1-Floor Tile 332402020-0001C 2%ChrysotileNon-fibrous (Other)98%Beige Non-Fibrous Homogeneous LOWER/RM 2/TILE/MASTIC 1-Mastic 3 332402020-0001D None DetectedNon-fibrous (Other)100%Black/Orange Non-Fibrous Heterogeneous LOWER/RM 2/TILE/MASTIC 2-Floor Tile 332402020-0002 2%ChrysotileNon-fibrous (Other)98%Beige Non-Fibrous Homogeneous LOWER/KITCHEN/TI LE/MASTIC 2-Mastic 332402020-0002A None DetectedNon-fibrous (Other)100%Black/Yellow Non-Fibrous Heterogeneous LOWER/KITCHEN/TI LE/MASTIC 3-Floor Tile 332402020-0003 2%ChrysotileNon-fibrous (Other)98%Beige Non-Fibrous Homogeneous LOWER/RM 3/TILE/MASTIC 3-Mastic 332402020-0003A None DetectedNon-fibrous (Other)100%Yellow Non-Fibrous Homogeneous LOWER/RM 3/TILE/MASTIC 4-Floor Tile 332402020-0004 None DetectedNon-fibrous (Other)100%Gray/Beige Non-Fibrous Homogeneous LOWER/RESTROOM /TILE/TOP 4-Mastic 332402020-0004A None DetectedNon-fibrous (Other)100%Orange Non-Fibrous Homogeneous LOWER/RESTROOM /TILE/TOP 5-Mastic 1 332402020-0005 None DetectedNon-fibrous (Other)100%Yellow Non-Fibrous Homogeneous LOWER/RESTROOM /TILE/BOTTOM 5-Floor Tile 332402020-0005A 2%ChrysotileNon-fibrous (Other)98%Beige Non-Fibrous Homogeneous LOWER/RESTROOM /TILE/BOTTOM 5-Mastic 2 332402020-0005B None DetectedNon-fibrous (Other)100%Brown/Black Non-Fibrous Heterogeneous LOWER/RESTROOM /TILE/BOTTOM 6-Mastic 1 332402020-0006 None DetectedNon-fibrous (Other)100%Brown/Black Non-Fibrous Homogeneous LOWER/ENTRY/TILE /TOP 6-Floor Tile 332402020-0006A 2%ChrysotileNon-fibrous (Other)98%Tan Non-Fibrous Homogeneous LOWER/ENTRY/TILE /TOP Initial report from: 02/08/2024 19:07:34 Page 1 of 4ASB_PLM_0008_0001 - 1.78 Printed: 2/8/2024 4:07 PM Page 176 of 559 LA Testing 5431 Industrial Drive Huntington Beach, CA 92649 Tel/Fax: (714) 828-4999 / (714) 828-4944 http://www.LATesting.com / hblab@latesting.com 332402020LA Testing Order: Customer ID:AISL42 Customer PO: Project ID: Test Report: Asbestos Analysis of Bulk Materials via AHERA Method 40CFR 763 Subpart E Appendix E supplemented with EPA 600/R-93/116 using Polarized Light Microscopy Sample Description Appearance % Fibrous % Non-Fibrous Non-Asbestos Asbestos % Type 6-Mastic 2 332402020-0006B None DetectedNon-fibrous (Other)100%Yellow Non-Fibrous Homogeneous LOWER/ENTRY/TILE /TOP 6-Backing 332402020-0006C 45%ChrysotileNon-fibrous (Other)55%Gray Fibrous Homogeneous LOWER/ENTRY/TILE /TOP 6-Leveler 332402020-0006D None DetectedNon-fibrous (Other)100%Gray Non-Fibrous Homogeneous LOWER/ENTRY/TILE /TOP 6-Mastic 3 332402020-0006E None DetectedNon-fibrous (Other)100%Orange Non-Fibrous Homogeneous LOWER/ENTRY/TILE /TOP 7-Floor Tile 332402020-0007 None DetectedNon-fibrous (Other)100%Gray/Beige Non-Fibrous Homogeneous LOWER/ENTRY/TILE /BOTTOM 7-Mastic 332402020-0007A None DetectedNon-fibrous (Other)100%Brown/Orange Non-Fibrous Homogeneous LOWER/ENTRY/TILE /BOTTOM 8-Joint Compound 332402020-0008 None DetectedNon-fibrous (Other)100%White Non-Fibrous Homogeneous LOWER/RM 1 DRYWALL/JOINT COMP. 8-Drywall 332402020-0008A None DetectedNon-fibrous (Other)88%Cellulose Glass 10% 2% Brown/White Fibrous Heterogeneous LOWER/RM 1 DRYWALL/JOINT COMP. 9-Joint Compound 332402020-0009 None DetectedNon-fibrous (Other)100%White Non-Fibrous Homogeneous LOWER/RESTROOM /DRYWALL/JOINT COMP. 9-Mesh 332402020-0009A None DetectedNon-fibrous (Other)10%Synthetic Glass 60% 30% White Fibrous Homogeneous LOWER/RESTROOM /DRYWALL/JOINT COMP. 9-Drywall 332402020-0009B None DetectedNon-fibrous (Other)90%Cellulose10%Brown/White Fibrous Heterogeneous LOWER/RESTROOM /DRYWALL/JOINT COMP. 10-Joint Compound 332402020-0010 <1%ChrysotileNon-fibrous (Other)100%Beige Non-Fibrous Homogeneous LOWER/ROOM 3/DRYWALL/JOINT COMP 10-Drywall 332402020-0010A None DetectedNon-fibrous (Other)88%Cellulose Glass 10% 2% Brown/White Fibrous Homogeneous LOWER/ROOM 3/DRYWALL/JOINT COMP 11 332402020-0011 None DetectedNon-fibrous (Other)100%Beige Non-Fibrous Homogeneous LOWER/KITCHEN/W OOD WALL TEXTURE 12 332402020-0012 None DetectedPerlite Non-fibrous (Other) 30% 10% Cellulose Min. Wool 50% 10% Gray/White Fibrous Homogeneous LOWER/ROOM 3 CEILING TILE 13-Texture 332402020-0013 None DetectedNon-fibrous (Other)100%White Non-Fibrous Homogeneous LOWER/EXTERIOR WALL STUCCO 13-Stucco 332402020-0013A None DetectedNon-fibrous (Other)100%Gray Non-Fibrous Homogeneous LOWER/EXTERIOR WALL STUCCO 14-Brick 332402020-0014 None DetectedNon-fibrous (Other)100%Red Non-Fibrous Homogeneous LOWER/ EXTERIOR BRICK/MORTAR 14-Mortar 332402020-0014A None DetectedNon-fibrous (Other)100%Gray Non-Fibrous Homogeneous LOWER/ EXTERIOR BRICK/MORTAR Initial report from: 02/08/2024 19:07:34 Page 2 of 4ASB_PLM_0008_0001 - 1.78 Printed: 2/8/2024 4:07 PM Page 177 of 559 LA Testing 5431 Industrial Drive Huntington Beach, CA 92649 Tel/Fax: (714) 828-4999 / (714) 828-4944 http://www.LATesting.com / hblab@latesting.com 332402020LA Testing Order: Customer ID:AISL42 Customer PO: Project ID: Test Report: Asbestos Analysis of Bulk Materials via AHERA Method 40CFR 763 Subpart E Appendix E supplemented with EPA 600/R-93/116 using Polarized Light Microscopy Sample Description Appearance % Fibrous % Non-Fibrous Non-Asbestos Asbestos % Type 15-Texture 332402020-0015 <1%ChrysotileNon-fibrous (Other)100%Beige Non-Fibrous Homogeneous LOWER/EXTERIOR/ BLOCK WALL 15-Block Wall 332402020-0015A None DetectedNon-fibrous (Other)100%Brown Non-Fibrous Homogeneous LOWER/EXTERIOR/ BLOCK WALL 16-Finish Coat 332402020-0016 None DetectedNon-fibrous (Other)100%Beige Non-Fibrous Homogeneous LOWER/EXTERIOR WALL STUCCO 16-Base Coat 332402020-0016A None DetectedNon-fibrous (Other)100%Gray Non-Fibrous Homogeneous LOWER/EXTERIOR WALL STUCCO 17 332402020-0017 None DetectedNon-fibrous (Other)100%White Non-Fibrous Homogeneous LOWER/EXTERIOR WINDOW GLAZE 18-Mastic 1 332402020-0018 None DetectedNon-fibrous (Other)100%Brown/Yellow Non-Fibrous Homogeneous UPPER/12X12" VFT/BL MASTIC 18-Floor Tile 332402020-0018A 2%ChrysotileNon-fibrous (Other)98%Beige Non-Fibrous Homogeneous UPPER/12X12" VFT/BL MASTIC 18-Mastic 2 332402020-0018B 10%ChrysotileNon-fibrous (Other)90%Black Non-Fibrous Homogeneous UPPER/12X12" VFT/BL MASTIC 19-Floor Tile 332402020-0019 2%ChrysotileNon-fibrous (Other)98%Beige Non-Fibrous Homogeneous UPPER/12X12" VFT/BL MASTIC 19-Mastic 332402020-0019A 8%ChrysotileNon-fibrous (Other)92%Black Non-Fibrous Homogeneous UPPER/12X12" VFT/BL MASTIC 20-Sheet Flooring 332402020-0020 25%ChrysotileNon-fibrous (Other)75%Beige Fibrous Heterogeneous UPPER/CLOSET/SH EET FLOORING 20-Mastic 332402020-0020A None DetectedNon-fibrous (Other)100%Yellow Non-Fibrous Homogeneous UPPER/CLOSET/SH EET FLOORING 20-Floor Tile 332402020-0020B 3%ChrysotileNon-fibrous (Other)97%Black Non-Fibrous Homogeneous UPPER/CLOSET/SH EET FLOORING 21 332402020-0021 None DetectedNon-fibrous (Other)10%Cellulose90%Brown/White Fibrous Heterogeneous UPPER/1X1' CEILING TILES 22-Felt 1 332402020-0022 None DetectedNon-fibrous (Other)80%Glass20%Black Fibrous Homogeneous ROOF/LAYERS/TAR/ FELT 22-Felt 2 332402020-0022A None DetectedNon-fibrous (Other)65%Cellulose35%Black Fibrous Homogeneous ROOF/LAYERS/TAR/ FELT 22-Tar 332402020-0022B None DetectedNon-fibrous (Other)100%Black Non-Fibrous Homogeneous ROOF/LAYERS/TAR/ FELT 22-Insulation 332402020-0022C None DetectedNon-fibrous (Other)2%Cellulose98%Brown Fibrous Homogeneous ROOF/LAYERS/TAR/ FELT 23-Mastic 332402020-0023 10%ChrysotileNon-fibrous (Other)90%Gray/Black Fibrous Homogeneous ROOF HATCH/TAR/MASTIC Initial report from: 02/08/2024 19:07:34 Page 3 of 4ASB_PLM_0008_0001 - 1.78 Printed: 2/8/2024 4:07 PM Page 178 of 559 LA Testing 5431 Industrial Drive Huntington Beach, CA 92649 Tel/Fax: (714) 828-4999 / (714) 828-4944 http://www.LATesting.com / hblab@latesting.com 332402020LA Testing Order: Customer ID:AISL42 Customer PO: Project ID: Test Report: Asbestos Analysis of Bulk Materials via AHERA Method 40CFR 763 Subpart E Appendix E supplemented with EPA 600/R-93/116 using Polarized Light Microscopy Sample Description Appearance % Fibrous % Non-Fibrous Non-Asbestos Asbestos % Type 23-Shingle 332402020-0023A None DetectedNon-fibrous (Other)80%Synthetic20%Brown/Black Fibrous Heterogeneous ROOF HATCH/TAR/MASTIC 24-Skim Coat 332402020-0024 <1%ChrysotileNon-fibrous (Other)100%White Non-Fibrous Homogeneous UPPER/RESTROOM PLASTER 24-Plaster 332402020-0024A None DetectedNon-fibrous (Other)100%Gray Non-Fibrous Homogeneous UPPER/RESTROOM PLASTER 25-Skim Coat 332402020-0025 <1%ChrysotileNon-fibrous (Other)100%White Non-Fibrous Homogeneous UPPER/HALL BY BATHROOM/PLAST ER 25-Plaster 332402020-0025A None DetectedNon-fibrous (Other)100%Gray Non-Fibrous Homogeneous UPPER/HALL BY BATHROOM/PLAST ER Analyst(s) Guillermo Hernandez (10) Olivia Santiago (49) Michael Chapman, Laboratory Manager or Other Approved Signatory LA Testing maintains liability limited to cost of analysis . Interpretation and use of test results are the responsibility of the client. This report relates only to the samples reported above, and may not be reproduced, except in full, without written approval by LA Testing . LA Testing bears no responsibility for sample collection activities or analytical method limitations . The report reflects the samples as received. Results are generated from the field sampling data (sampling volumes and areas, locations, etc.) provided by the client on the Chain of Custody. Samples are within quality control criteria and met method specifications unless otherwise noted. The above analyses were performed in general compliance with Appendix E to Subpart E of 40 CFR (previously EPA 600/M4-82-020 “Interim Method”) but augmented with procedures outlined in the 1993 (”final”) version of the method. This report must not be used by the client to claim product certification, approval, or endorsement by NVLAP, NIST or any agency of the federal government . Non-friable organically bound materials present a problem matrix and therefore LA Testing recommends gravimetric reduction prior to analysis . Unless requested by the client, building materials manufactured with multiple layers (i.e. linoleum, wallboard, etc.) are reported as a single sample. Estimation of uncertainty is available on request. Samples analyzed by LA Testing Ontario, CA NVLAP Lab Code 600239-0; CA ELAP 3053 Initial report from: 02/08/2024 19:07:34 Page 4 of 4ASB_PLM_0008_0001 - 1.78 Printed: 2/8/2024 4:07 PM Page 179 of 559 LA Testing 5431 Industrial Drive Huntington Beach, CA 92649 Phone/Fax: (714) 828-4999 / (714) 828-4944 http://www.LATesting.com / hblab@latesting.com LA Testing Order:332402020 Customer ID:AISL42 Customer PO: Project ID: Attention:Mike Bruffey Phone:(805) 235-0582 Asbestos Inspections SLO Fax: 9517 Carmel Road Received:02/06/2024 2:45 PM Atascadero, CA 93422 Analysis Date:02/12/2024 Collected:02/02/2024 Project:1166 HIGUERA SLO Test Report: Asbestos Analysis of Bulk Materials via AHERA Method 40CFR 763 Subpart E Appendix E supplemented with EPA 600/R-93/116 using Polarized Light Microscopy. Quantitation using 400 Point Count Procedure Sample Description Appearance % Fibrous % Non-Fibrous % Type Non-Asbestos Asbestos Beige Fibrous Homogeneous LOWER/ROOM 3/DRYWALL/JOINT COMP 10-Joint Compound 332402020-0010 Non-fibrous (Other)100.0%<0.25%Chrysotile Beige Non-Fibrous Homogeneous LOWER/EXTERIOR/BL OCK WALL 15-Texture 332402020-0015 Non-fibrous (Other)100.0%<0.25%Chrysotile White Non-Fibrous Homogeneous UPPER/RESTROOM PLASTER 24-Skim Coat 332402020-0024 Non-fibrous (Other)100.0%<0.25%Chrysotile Analyst(s) Guillermo Hernandez (3)Michael Chapman, Laboratory Manager or other approved signatory LA Testing maintains liability limited to cost of analysis. Interpretation and use of test results are the responsibility of the client. This report relates only to the samples reported above, and may not be reproduced, except in full, without written approval by LA Testing. LA Testing bears no responsibility for sample collection activities or analytical method limitations. The report reflects the samples as received. Results are generated from the field sampling data (sampling volumes and areas, locations, etc.) provided by the client on the Chain of Custody. Samples are within quality control criteria and met method specifications unless otherwise noted. The above analyses were performed in general compliance with Appendix E to Subpart E of 40 CFR (previously EPA 600/M4-82-020 “Interim Method”) but augmented with procedures outlined in the 1993 (”final”) version of the method. This report must not be used by the client to claim product certification, approval, or endorsement by NVLAP, NIST or any agency of the federal government. Non-friable organically bound materials present a problem matrix and therefore LA Testing recommends gravimetric reduction prior to analysis. Unless requested by the client, building materials manufactured with multiple layers (i.e. linoleum, wallboard, etc.) are reported as a single sample. Estimation of uncertainty is available on request. Samples analyzed by LA Testing Ontario, CA NVLAP Lab Code 600239-0; CA ELAP 3053 Initial report from: 02/12/2024 09:30:56 ASB_PLMPC_0006_0003 Printed 2/12/2024 9:30:58AM Page 1 of 1Page 180 of 559 OrderID: 332402020 Page 1 Of 2 Page 181 of 559 OrderID: 332402020 Page 2 Of 2 Page 182 of 559 Page 183 of 559 APPENDIX APPENDIX 5 APPENDIX D – LEAD PAINT SURVEY REPORT Page 184 of 559 9517 Carmel Road, Atascadero, CA 93422 – Phone: (805) 235-0582 – Email: bruffey@att.net LEAD PAINT SURVEY Two Story Structure 1166 Higuera Street San Luis Obispo, CA 93401 February 12, 2024 Prepared by: Prepared for: Mike Bruffey City of San Luis Obispo Asbestos Inspections SLO 990 Palm Street 9517 Carmel Road San Luis Obispo, CA 93401 Atascadero, CA 93422 Phone: (805) 781-7203 Phone: (805) 235-0582 Email: rbernstorff@slocity.org Page 185 of 559 9517 Carmel Road, Atascadero, CA 93422 – Phone: (805) 235-0582 – Email: bruffey@att.net 9517 Carmel Road, Atascadero, CA 93422 Phone: (805) 235-0582 Email: bruffey@att.net February 13, 2024 Rebecca Bernstorff City of San Luis Obispo 990 Palm Street San Luis Obispo, CA 93401 Phone: (805) 781-7203 Email: rbernstorff@slocity.org Re: Summary: Lead Paint Survey Report – Two Story Building 1166 Higuera Street San Luis Obispo, CA 93401 The findings contained in this report are based on my inspection of suspect lead paint on the interior and exterior painted components on the two-story structure at 1166 Higuera Street. This inspection was conducted on February 2, 2024. This structure was constructed in the 1950’s – 1960’s during which time, lead was used in low to moderate levels in paint. The inspection of this structure was conducted for Cal/OSHA and EPA compliance in conjunction with a scheduled demolition project. The various building components were visually inspected, and twelve (12) representative samples of paint were obtained, documented, and sent to a laboratory for analysis. Not every building component was sampled, but a representative sample of at least one of each was. To obtain approximately 4 in2 of paint, I used a Bahco paint scraper to remove the paint down to the substrate. Low to moderate levels of lead paint are present on all components sampled. Levels of lead between <80 ppm to 2,800 ppm (parts per million) were reported by LA Testing in Huntington Beach, CA. Lead based paint is anything above 5,000 ppm. The paint is mostly intact, but a few areas showed signs of flaking and peeling. No lead hazards are present due to the low levels of lead in the deteriorated paint. AISLO appreciates the opportunity to perform these services and I look forward to working with you on future projects. If you have any questions or comments regarding the information contained in this report or if I can be of further assistance, please contact me by phone or email. Sincerely, Mike Bruffey Asbestos Inspections SLO - AISLO CA Certified Asbestos Consultant #19-6499 | CDPH Lead Inspector Assessor LRC-00003723 Page 186 of 559 9517 Carmel Road, Atascadero, CA 93422 – Phone: (805) 235-0582 – Email: bruffey@att.net SAMPLING AND ANALYSIS This inspection involved sampling the various components on both levels inside and outside at this location and sending those samples to an accredited laboratory for analysis for the presence and amount of lead. The samples were analyzed by LA Testing using Flame Atomic Absorption or ICP in accordance with the Environmental Protection Agency (EPA) Method (3050B/7420 FAA) or (3050B/6010D ICP) to identify lead content. The method used is noted on the final report. LA Testing Laboratory is certified to analyze for lead in materials and is located in Huntington Beach, CA. They are accredited by the American Industrial Hygiene Association, the National Institute of Standards and Technology, and the California Department of Public Health (CDPH). Please note the attached laboratory reports. The following is a detailed description of the work performed at this location: 1. Submission of samples to an EPA accredited lab for analysis that provides a report containing: i. Sample identification number (Asbestos Inspections of SLO) ii. Laboratory sample identification number iii. Analytical technique iv. Quality control procedures v. Amount of lead (if any) in each material 2. Analyze the laboratory sample results and produce a comprehensive written report that includes: • Applicable Definitions • Summary of Laboratory Results • Conclusions and Recommendations • Disclaimers • Sample Location Diagram (if requested) • Metals Analysis of Paints • Analysis Request Form - Chain of Custody • CDPH Lead Hazard Evaluation Report Form 8552 • Credentials – Inspector Page 187 of 559 9517 Carmel Road, Atascadero, CA 93422 – Phone: (805) 235-0582 – Email: bruffey@att.net APPLICABLE DEFINITIONS Abatement – any set of measures designed to reduce or eliminate lead hazards or lead-based paint for public and residential buildings but does not include containment or cleaning. Component – a structural element or fixture, such as a wall, floor, ceiling, door, window, molding, trim, railing, cabinet, gutter, or downspout. Deteriorated Lead-Based Paint – lead-based paint or presumed LBP that is cracking, chalking, flaking, chipping, peeling, non-intact, failed or otherwise separating from a component. Lead-Based Paint – paint or other surface coatings that contain an amount of lead equal to or in excess of: (a) one milligram per square centimeter (1.0 mg/cm2) (b) half of one percent (.05%) by weight (5000 parts per million (ppm) Lead Hazard – deteriorated lead-based paint, lead contaminated dust, lead contaminated soil, disturbing lead-based paint or presumed lead-based paint without containment, or any other nuisance which may result in persistent and quantifiable lead exposure. Lead-Related Construction Work – any construction, alteration, painting, demolition, salvage, renovation, repair, or maintenance of any residential or public building, including preparation, and cleanup, that, by using or disturbing lead-containing material or soil, may result in significant exposure of adults or children to lead. Presumed Lead-Based Paint – paint or surface coating affixed to a component in or on a structure constructed prior to January 1, 1978. Renovation, Repair and Painting Rule (RRP) – requires that firms performing renovation, repair, and painting projects that disturb lead-based paint in homes, childcare facilities and pre- schools built before 1978 have their firm certified by EPA, use certified renovators who are trained by EPA-approved training providers and follow lead-safe work practices. Page 188 of 559 9517 Carmel Road, Atascadero, CA 93422 – Phone: (805) 235-0582 – Email: bruffey@att.net SUMMARY OF LAB RESULTS - LEAD A total of 12 samples were collected, documented, and sent to LA Testing to be analyzed for lead content. Most of the paint was in fair to good condition and only a small amount of flaking, peeling, and deteriorated paint was observed. Sample # Location or Room # Material Description and Building Component Lead Content ppm 1L LL Throughout Yellow painted components <80 2L LL Restroom Grey paint <80 3L LL Kitchen White window frame <80 4L LL Entry Grey door jamb 610 5L LL Entry Grey door <80 6L LL Exterior Window Grey/green windowsill <80 7L LL Exterior Grey/green window divider <80 8L LL/UL Exterior Beige metal handrail 140 9L UL Entry Black/white door jamb 2,800 10L UL Window White windowsill 970 11L UL Restroom White door jamb 1,400 12L UL Wall Grey stucco 550 As a comparison, the EPA and CDPH consider a material to be lead-based paint when it exceeds .5% or 5,000 ppm (parts per million). In addition, the Consumer Product Safety Commission (CPSC) set a limit of .009% or 90 ppm of lead in paint for children’s toys and CAL OSHA regulates workers who disturb lead coated surfaces at any detectable lead level. Moderate levels of lead were detected in the following samples: 9L Entry door jamb upper level 11L Restroom door jamb upper level All other paint sampled was between <80 ppm and 970 ppm. Page 189 of 559 9517 Carmel Road, Atascadero, CA 93422 – Phone: (805) 235-0582 – Email: bruffey@att.net CONCLUSIONS and RECOMMENDATIONS Low to moderate levels of lead are present on all components sampled and analyzed at this location. No lead-based paint was detected, and no lead hazards are present. The State of California, Title 17, Division 1, and Chapter 8 pertains to all public and residential buildings in California and is enforced by the CDPH. Pursuant to Title 17 and EPA regulations, lead-based paint is defined as paint or other surface coatings containing an amount of lead equal to or greater than one milligram per square centimeter (1.0 mg/cm2) or more than half of one percent >0.5% or 5,000 parts per million (ppm) by weight. Title 17 also defines a lead hazard as deteriorated lead-based paint, disturbing lead-based paint or presumed lead-based paint without containment, or any other nuisances which may result in persistent or quantifiable lead exposure. Additionally, worker exposure to materials containing lead during construction work is regulated by the Federal OSHA 29 CFR 1926.62(a) and CAL OSHA 8 CCR §1532.1(a). These regulations require worker protection during construction “…where lead or materials containing lead are present.” Any contractor conducting work which will disturb the painted surfaces in this location should receive proper notification of the lead content and the condition of the lead containing surfaces prior to demolition, renovation, or any activity which may disturb the material. All work that disturbs painted components should be conducted in compliance with the CAL OSHA Title 8, Section 1532.1, and all applicable EPA regulations. These conclusions and recommendations are based on the requirements set forth by the Department of Housing and Urban Development Guidelines for the Evaluation and Control of Lead-Based Paint Hazards in Housing, 40 CFR Part 61 and CAL OSHA Construction Safety Orders, Title 8, Chapter 4, Section 1532.1. Work which disturbs lead based paint in quantities of more than 6 square feet inside or 20 square feet outside in a single-family residence or child occupied facility built prior to 1978, requires a certified renovator to conduct the work in accordance with EPA’s 2008 Lead-Based Paint Renovation, Repair and Painting (RRP) Rule. Any additional suspect paint or surface coating materials that are revealed by repair, renovation, remodel, or demolition activities should be assumed to be lead-based paint and managed as such, until properly sampled and analyzed. Contact me for additional sampling should the contractor request additional information regarding painted components at this location. Page 190 of 559 9517 Carmel Road, Atascadero, CA 93422 – Phone: (805) 235-0582 – Email: bruffey@att.net DISCLAIMERS The findings and conclusions rendered in this report are opinions based on the scope of work authorized by the client and laboratory analysis of samples collected during this inspection. This report does not reflect variations which may exist between sampling points. These variations cannot be anticipated, nor could they be entirely accounted for, despite exhaustive additional testing. My work has been performed in accordance with generally accepted practices in the field of lead consultation. Enclosed with this report are the following documents: Metals Analysis of Paints (Laboratory Report) Analysis Request Form (Chain of Custody) Lead Hazard Evaluation Report (CDPH 8552) Inspector Credentials Page 191 of 559 ConcentrationAnalyzedWeightRDLLeadClient SampleDescription Collected Test Report: Lead in Paint Chips by Flame AAS (SW 846 3050B/7000B)* LA Testing 5431 Industrial Drive, Huntington Beach, CA 92649 Phone/Fax:(714) 828-4999 / (714) 828-4944 http://www.LATesting.com hblab@latesting.com Attn:Mike Bruffey Asbestos Inspections SLO 9517 Carmel Road Atascadero, CA 93422 Received:2/6/2024 02:45 PM 1166 HIGUERA ST SLO Fax: Phone:(805) 235-0582 Project: 2/2/2024Collected: 332402049 CustomerID:AISL42 CustomerPO: ProjectID: LA Testing Order: Site: LOWER/YELLOW PAINT THROUGHOUT <0.0080% wt2/12/2024 0.2768g 332402049-0001 0.00802/2/20241L % wt Site: LOWER/GREY RESTROOM <0.0080% wt2/12/2024 0.2695g 332402049-0002 0.00802/2/20242L % wt Site: KITCHEN WINDOW FRAME WHITE <0.0080% wt2/12/2024 0.2734g 332402049-0003 0.00802/2/20243L % wt Site: FRONT DOOR JAM/FRAME 0.061% wt2/12/2024 0.287g 332402049-0004 0.00802/2/20244L % wt Site: FRONT DOOR GREY <0.0080% wt2/12/2024 0.2653g 332402049-0005 0.00802/2/20245L % wt Site: EXTERIOR/WINDOWSILL <0.0080% wt2/12/2024 0.3012g 332402049-0006 0.00802/2/20246L % wt Site: EXTERIOR/VRT. WINDOW DIVIDER <0.0080% wt2/12/2024 0.2665g 332402049-0007 0.00802/2/20247L % wt Site: EXTERIOR METAL STAIR HANDRAIL 0.014% wt2/12/2024 0.2878g 332402049-0008 0.00802/2/20248L % wt Site: UPPER/DOOR JAM B/W 0.28% wt2/12/2024 0.3088g 332402049-0009 0.00802/2/20249L % wt Site: UPPER/WINDOWSILLS 0.097% wt2/12/2024 0.2778g 332402049-0010 0.00802/2/202410L % wt Site: UPPER/RESTROOM/DOOR JAM/FR 0.14% wt2/12/2024 0.261g 332402049-0011 0.00802/2/202411L % wt Page 1 of 2Test Report PB w/RDL-2.0.0.0 Printed: 2/12/2024 1:30:04 PM Michael Chapman, Laboratory Manager or other approved signatory LA Testing maintains liability limited to cost of analysis. Interpretation and use of test results are the responsibility of the client. This report relates only to the samples reported above, and may not be reproduced, except in full, without written approval by LA Testing. LA Testing bears no responsibility for sample collection activities or analytical method limitations. The report reflects the samples as received. Results are generated from the field sampling data (sampling volumes and areas, locations, etc.) provided by the client on the Chain of Custody. Samples are within quality control criteria and met method specifications unless otherwise noted. Analysis following Lead in Paint by LA Testing SOP/Determination of Environmental Lead by FLAA. Reporting limit is 0.008% wt based on the minimum sample weight per our SOP. "<" (less than) result signifies the analyte was not detected at or above the reporting limit. Measurement of uncertainty is available upon request. Definitions of modifications are available upon request. Samples analyzed by LA Testing Huntington Beach, CA AIHA LAP, LLC-ELLAP Accredited #101650, CA ELAP 1406 Initial report from 02/12/2024 13:30:04 Page 192 of 559 ConcentrationAnalyzedWeightRDLLeadClient SampleDescription Collected Test Report: Lead in Paint Chips by Flame AAS (SW 846 3050B/7000B)* LA Testing 5431 Industrial Drive, Huntington Beach, CA 92649 Phone/Fax:(714) 828-4999 / (714) 828-4944 http://www.LATesting.com hblab@latesting.com Attn:Mike Bruffey Asbestos Inspections SLO 9517 Carmel Road Atascadero, CA 93422 Received:2/6/2024 02:45 PM 1166 HIGUERA ST SLO Fax: Phone:(805) 235-0582 Project: 2/2/2024Collected: 332402049 CustomerID:AISL42 CustomerPO: ProjectID: LA Testing Order: Site: EXTERIOR STUCCO 0.055% wt2/12/2024 0.364g 332402049-0012 0.00802/2/202412L % wt Page 2 of 2Test Report PB w/RDL-2.0.0.0 Printed: 2/12/2024 1:30:04 PM Michael Chapman, Laboratory Manager or other approved signatory LA Testing maintains liability limited to cost of analysis. Interpretation and use of test results are the responsibility of the client. This report relates only to the samples reported above, and may not be reproduced, except in full, without written approval by LA Testing. LA Testing bears no responsibility for sample collection activities or analytical method limitations. The report reflects the samples as received. Results are generated from the field sampling data (sampling volumes and areas, locations, etc.) provided by the client on the Chain of Custody. Samples are within quality control criteria and met method specifications unless otherwise noted. Analysis following Lead in Paint by LA Testing SOP/Determination of Environmental Lead by FLAA. Reporting limit is 0.008% wt based on the minimum sample weight per our SOP. "<" (less than) result signifies the analyte was not detected at or above the reporting limit. Measurement of uncertainty is available upon request. Definitions of modifications are available upon request. Samples analyzed by LA Testing Huntington Beach, CA AIHA LAP, LLC-ELLAP Accredited #101650, CA ELAP 1406 Initial report from 02/12/2024 13:30:04 Page 193 of 559 OrderID: 332402049 Page 1 Of 2 Page 194 of 559 OrderID: 332402049 Page 2 Of 2 Page 195 of 559 Page 196 of 559 Page 197 of 559 APPENDIX APPENDIX 6 APPENDIX E – NESHAP NOTIFICATION OF DEMOLITION AND RENOVATION APCD FORM Page 198 of 559 U.S. EPA NOTIFICATION OF DEMOLITION AND RENOVATION Page 1 of 2 Operator Project # Postmark Date Received Notification # I. Type of Notification (check one): Original Revised Canceled II. Facility Description Building Name: ____________________________________________________________________________________________ Address: _________________________________________________________________________________________________ City: __________________________________ State: __________ Zip Code: _____________ County: ______________ Site Location : _____________________________________________________________________________________________ Building Size (square feet): __________________________ # of Floors: ________________ Age in Years: __________ Present Use: _______________________________________ Prior Use: ___________________________________________ III. Type of Operation (check one): Demo Ordered Demo Renovation Emergency Renovation Fire Training IV. Is Asbestos Present? (check one): Yes No V. Facility Information Owner Name: ______________________________________________________________________________________ Address: ___________________________________________________________________________________________ City: ____________________________________________ State: _______________ Zip Code: _______________ Contact: ___________________________________ Telephone: (____)__________________ Fax: _________________ Removal Contractor Name: __________________________________________________________________________ Address: __________________________________________________________________________________________ City: ____________________________________________ State: _______________ Zip Code: _______________ Contact: ___________________________________ Telephone: (____)__________________ Fax: _________________ Other Operator (demolition/general): __________________________________________________________________ Address: ___________________________________________________________________________________________ City: ____________________________________________ State: _______________ Zip Code: _______________ Contact: ___________________________________ Telephone: (____)__________________ Fax: _________________ VI. Procedure, including analytical methods, employed to detect the presence of and to estimate the quantity of RACM and Category I and Category II non-friable ACM: VII. Approximate Amount of Asbestos Materials: RACM to be Removed Non-friable Asbestos Material to be Removed Non-friable Asbestos Material NOT to be Removed Category I Category II Category I Category II Pipes (linear feet) Surface Area (square feet) Facility Components (cubic feet) VIII. Scheduled Dates Demolition or Renovation: Start: Complete: IX. Dates for Asbestos Removal (MM/DD/YY) Start: Complete: Days of the Week: Monday Tuesday Wednesday Thursday Friday Saturday Sunday Hours of Operation: Page 199 of 559 U.S. EPA NOTIFICATION OF DEMOLITION AND RENOVATION Page 2 of 2 X. Description of planned Demolition or Renovation work to be performed and method(s) to be employed, including demolition or renovation techniques to be used and description of affected facility component s: XI. Description of work practices and engineering controls to be used to comply with the requirements, including asbestos removal and waste handling emission control procedures: XII. Waste Transporter #1 Name: Address: City: State: Zip Code: Contact: Telephone: ( ) Waste Transporter #2 Name: Address: City: State: Zip Code: Contact: Telephone: ( ) XIII. Waste Disposal Name: Address: City: State: Zip Code: Contact: Telephone: ( ) XIV. Emergency Demolition (complete Item XIV only if this project is an Emergency Demo.) 1. Attach a copy of the Order to this notice. 2. Name of Authority Issuing Order: Title: 3. Authority of Order (Citation of Code): 4. Date of Order (MM/DD/YY): Date Ordered to Begin XV. Emergency Renovation (Attach separate sheet with the following information if project is Emergency Renovation.) 1. Date and Hour of the Emergency: 2. Description of the Sudden, Unexpected Event: 3. Explanation of how the event caused unsafe conditions or equipment damage or an unreasonable financial burden. XVI. Description of procedures to be followed in the event that unexpected RACM is found or non -friable ACM becomes crumbled, pulverized, or reduced to powder. I certify that an individual trained in the provisions of NESHAP (40 CFR PART 61, SUBPART M) will be on -site during the Demolition or Renovation, and evidence that the required training has been accomplished by this person will be available during normal business hours. XVII. Signature of Owner/Operator Date Type or Print Name and Title I acknowledge the existence of laws prohibiting the submission of false or misleading statements, and I certify that facts contained in this notification are true, accur ate, and complete. XVIII. Signature of Owner/Operator Date Type or Print Name and Title Page 200 of 559 APPENDIX APPENDIX 7 APPENDIX F – OCCUPATIONAL, HEALTH AND SAFETY GUIDELINES Page 201 of 559 Occupational, Health and Safety RE: Health and Safety review of expectations and requirements for seeking asbestos abatement contractors at 1166 Higuera Demolition. Jake Parsons, Safety Manager Morgan Edmunson, Public Works Engineer Survey and Inspection Contractor should refer to prior completed asbestos survey as provided by the City. Licensing The contractor or their listed subcontractor performing asbestos abatement shall maintain a C-22 Asbestos Abatement Contractor License from the California Contractors State License Board (CSLB) for the duration of the contract. The contractor shall be registered with the Division of Occupational Safety and Health (Cal/OSHA). This registration is required for any work involving 100 square feet or more of asbestos-containing construction materials (ACCM). The contractor shall file a Report of Use with the Department of Safety and Health (Cal/OSHA) if the total square footage of asbestos abatement is less than 100 square feet. Training and Certification The contractor shall ensure that all supervisors and workers involved in asbestos abatement receive training in courses approved by Cal/OSHA under the Asbestos Hazard Emergency Response Act (AHERA) prior to the start of work. The contractor shall maintain a list of applicable trainings which verify the notification and training of the contractor’s employees on relevant topics including but not limited to those known or assumed hazards at the worksite. Complete training records shall be submitted to the City prior to the start of jobsite activities. Insurance The contractor shall possess worker’s compensation insurance in compliance with City Standards 7-1.06 and State insurance requirements for the duration of the project. Standard Operating Procedures The contractor shall provide a written asbestos removal plan prior to the start of work. This plan shall include, but is not limited to, policies and procedures which address the following:  Procedures for the removal of asbestos addressing unique circumstance where they exist. Page 202 of 559 City of San Luis Obispo, Title, Subtitle  Procedures for the protection of workers.  Procedures for the decontamination of equipment, materials, vehicles and personnel.  Housekeeping procedures including wetting procedures.  Ventilation and air-toxics monitoring throughout construction and after the conclusion of construction.  Final custodial and decontamination procedures.  Procedures for the notification and protection of the public. All procedures shall be compliant with all applicable asbestos-related standards and regulations in the State of California and approved by the City’s designated person. Equipment and Tools The contractor shall maintain a list of necessary equipment to perform asbestos abatement including the decontamination processes for each. Personal Protective Equipment (PPE) The contractor shall maintain a list of necessary personnel protective equipment. The contractor shall provide the following personal protective equipment due to the nature of the hazards of this work:  Respiratory protection  Fall prevention/arrest (if applicable)  Head, hands and feet protection  Skin protection Signage, Public Notifications and Warnings The contractor shall post visual signage indicating the presence or an active asbestos abatement construction project. This signage shall be on the exterior of the construction site or the exterior of any buildings within the construction site. Warning signs must be posted at all entrances to regulated areas where asbestos work is being conducted. All signs shall contain specific language to inform workers and others of the asbestos hazard. Exterior signage shall include statements such as the following: DANGER ASBESTOS CANCER AND LUNG DISEASE HAZARD AUTHORIZED PERSONNEL ONLY RESPIRATORS AND PROTECTIVE CLOTHING MAY BE REQUIRED IN THIS AREA Page 203 of 559 City of San Luis Obispo, Title, Subtitle Hazardous Waste Remediation and Hauling EPA IDs Contractor shall use the City PW EPA ID. No Temporary EPA ID will be accepted. Contact Project Manager for assistance getting the existing City Public Works EPA ID number. Manifesting and Documentation of Hazardous Waste Accumulation The contractor shall supply the City with a uniform hazardous waste manifest with appropriate weights for all containers, discussed and agreed to prior to the removal of any containers from the jobsite. No other form of hazardous waste transportation documentation will be accepted. Security The contractor shall effectively secure all hazardous waste containers ensuring that at no time, containers are opened, contents removed, or contents exposed to unprotected individuals throughout the duration of construction. The City may require increased measures to secure containers of hazardous materials and/or waste. These requirements shall be enacted immediately. The cost of properly securing hazardous waste containers is included in Bid Item 14. This price will not be adjusted if additional security measures are required. Containerization The contractor shall ensure that non-friable asbestos is placed in leak-tight containers or wrappings which are sealed to prevent the release of asbestos fibers. This may be done using heavy-duty plastic bags (minimum 6 mil thickness) or other suitable containers. Any alternative container shall be submitted for review and approval by the City prior to the start of work. The contractor shall clearly label with a warning that hazardous waste containers containing asbestos. The labeling shall include the following compliant text: DANGER CONTAINS ASBESTOS FIBERS MAY CAUSE CANCER CAUSES DAMAGE TO LUNGS DO NOT BREATHE DUST AVOID CREATING DUST Page 204 of 559 City of San Luis Obispo, Title, Subtitle The contractor shall “double bag” all non-friable asbestos removed from the construction site. Each bag shall be independently sealed. Each bag shall be labeled in keeping with compliant standards in the State of California. The contractor shall maintain wetting procedures throughout the removal, bagging, and containerization process. The contractor shall line all large containers, beds, trailers and the like with plastic sheeting prior to the remediation of hazardous waste, ensuring zero-loss of waste throughout remediation and transportation. Transportation The contractor shall identify a licensed hazardous waste hauler prior to the start of work. Contractor shall submit licensed hazardous waste hauler for review and approval by the City’s engineer. Only a licensed hazardous waste transporter can haul asbestos waste. Transporters must comply with both California Department of Toxic Substances Control (DTSC) regulations and U.S. Department of Transportation (DOT) regulations regarding hazardous materials. The contractor and their identified hazardous waste hauler shall provide uniform hazardous waste manifest and it shall accompany any and all hazardous waste throughout the remediation and transportation process. The contractor’s designated hazardous waste hauler must provide a vehicle that is properly equipped and sealed to prevent any release of asbestos fibers during transit. At any time, the City may request procedures for the decontamination of any equipment and vehicles used in the remediation and transportation of hazardous Air Pollution Control District waste. Disposal The contractor shall provide the name, address and contact information for the designated landfill prior to the start of work. The contractor shall remove and dispose of non-friable asbestos waste to a landfill that is approved to accept asbestos-containing materials. The contractor shall not remove any hazardous waste from the job site until a uniform hazardous waste manifest is created and signed by the City’s designated person. The contractor shall comply with all requirements of the Air Pollution Control District (APCD) prior to the start of construction and throughout. Ongoing Obligations The contractor shall continuously meet all regulatory requirements, including maintaining their CSLB license and DOSH registration. Page 205 of 559 City of San Luis Obispo, Title, Subtitle The contractor shall continuously monitor existing hazards and notify all affected personnel and the City when new hazards emerge. Other Requirements The contractor shall provide immediately all documentation at the City’s request and without prior notice. Regulatory Requirements Contractor shall ensure compliance with all listed laws and regulations below, as well as any additional laws or regulations that may apply to this contract. 49 CFR §172.304 Marking Requirements 49 CFR §172 Transportation of asbestos-containing waste. 40 CFR §61.145, Subpart M National Emissions Standard for Asbestos: Standard for Demolition and Renovation 40 CFR §763 Subpart G Protection of State and Local Government Employees 29 CFR §1926.1101 Safety and Health Regulations for Construction: Toxic and Hazardous Substances CCR Title 8 §1529 Construction Safety Orders: Dusts, Fumes, Vapors and Gases CCR Title 8 §5208 General Industry Safety Orders: Control of Hazardous Substances - Asbestos CCR Title 22 §66261.24 Characteristics of Toxicity CCR Title 22, Division 4.5 Hazardous Waste Management Page 206 of 559 APPENDIX APPENDIX 8 APPENDIX G – SOLAR LIGHTING PRODUCT SPECIFICATIONS Page 207 of 559 Page 208 of 559