HomeMy WebLinkAboutCouncil Reading File - Special Provisions - Small Bore Association
1
SPECIAL PROVISIONS
FOR
CITY OF SAN LUIS OBISPO
SMALL BORE ASSOCIATION LEAD REMEDIATION
Specification No. 91219
DECEMBER 2017
PUBLIC WORKS DEPARTMENT
ENGINEERING DIVISION
919 Palm Street
San Luis Obispo, CA 93401
(805) 781-7200
Change Log – 6-30-17 MG
2
Small Bore Association Lead Remediation
Specification No. 91219
Approval Date: December 12, 2017
12.12.17
12.12.17
3
TABLE OF CONTENTS
Bid Submission ………………........................………………………………………………………….… 1
Bid Documents ………………………………………………………………………………………………. 1
Project Information …………….………………………………………………………………………….... 2
Qualifications ………………………………………………………………………………………………… 2
Award …………………………......………………………………………………………………………….. 3
Accommodation………………….………………………………………………………………………….. 4
Bid Item List …………………….……………………………………………………………………………. 5
List of Subcontractors …………...………………………………………………………………………… 6
Code Section Statements ……..…………………………………………………………………………… 7
Non-Collusion Declaration …..…………………………………………………………………………….. 8
Bidder Acknowledgements ….…………………………………………………………………………….. 9
Qualifications Form …………...…………………………………………………………………………….. 10
Bidder’s Bond ………………….…………………………………………………………………………….. 11
Special Provisions …………….…………………………………………………………………………….. 12
Agreement …………………………………………………………………………………………………….. 20
Appendix B – Gun Range Site Characterization
Appendix C – Asbestos Building Inspection
Appendix D – Lead Building Inspection
NOTICE TO BIDDERS
1
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, California 93401, until
2:00 p.m. on January 18, 2018
at which time they will be publicly opened and read aloud. Submit bid in a sealed envelope plainly
marked:
Small Bore Association Lead Remediation, Specification No. 91219
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 on the basis of the City Engineer's estimate of the quantities of work to be
done, as shown on the Bid Item List.
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
A printed copy may be obtained at the office of the City Engineer by paying a non-refundable fee of:
1. $20.00 if picked up in person, or
2. $30.00 if by mailing to the office of the City Engineer
Request must include Specification Number. The office of the City Engineer is located at:
919 Palm Street
San Luis Obispo, CA 93401
NOTICE TO BIDDERS
2
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
A printed copy may be obtained by paying a non-refundable fee of:
1. $16.00 if picked up in person, or
2. $21.00 if by mailing to the office of the City Engineer
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, Mike McGuire at (805) 783-7716 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.
PROJECT INFORMATION
In general the project consists of demolition of the Small Bore Association Gun Range building and
remediation of contaminated soil.
The project estimated construction cost is $221,500.
Contract time is established as 30 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.
There will be a mandatory walkthrough on January 9, 2018. Bidders should meet at 43 Prado Road
(behind the Prado Day Center) at 10:00 AM or 2:00 PM.
QUALIFICATIONS
You must possess a valid Class A, B or C-21 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 constructing 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 reference projects must have been completed under contract with a city, county,
state or federal government agency as the prime contractor.
All of the referenced projects must be for demolition of a structure containing lead contaminated
materials, and having lead remediation experience for hazardous and non-hazardous abatement.
NOTICE TO BIDDERS
3
Failure to provide reference projects as specified in this section and as required on the qualification form
is cause to reject a bid as being non-responsive.
The City reserves the right to reject any bid based on non-responsiveness if a bidder fails to provide a bid
that complies with all bidding instructions.
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,
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.
In the event that 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.
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.
NOTICE TO BIDDERS
4
You may substitute securities for moneys withheld under the contract in compliance with the provisions of
the Public Contract Code, Section 10263.
ACCOMMODATION
If any accommodations are needed to participate in the bid process, please contact Kathryn Stanley 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.
BID FORMS
5
All bid forms must be completed and submitted with your bid. Failure to submit these forms and required
bid bond will be cause to reject the bid as nonresponsive. Staple all bid forms together.
THE UNDERSIGNED, agrees that they have carefully examined:
1. the location of the proposed work
2. the plans and specifications
3. read the accompanying instructions to bidders
and propose to furnish all:
4. materials
5. labor
to complete all the required work satisfactorily in compliance with
6. plans
7. specifications
8. special provisions
for the prices set forth in the bid item list:
BID ITEM LIST FOR Small Bore Association Lead Remediation, Specification No. 91219
Item Item Unit of Estimated Item Price Total
No. SS(1) Description Measure Quantity (in figures) (in figures)
1 80 Relocate Existing Fencing LF 120
2 14 Structure Lead Paint
Remediation LS 1
3 99 Structure Demolition LS 1
4 14 Lead Remediation LS 1
5 14-
11.01B(3) Health and Safety Plan (HSP) LS 1
6 14-
11.02F(4)
HSP Monitoring / Recording /
Reporting DAY 30
Bid Total $
Company Name:
(1) refers to section in the Standard Specifications, with modifications in the Special Provisions, that describe
required work.
BID FORMS
6
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.
BID FORMS
7
(Rev 9-07)
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 states 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 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.
BID FORMS
8
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:____________________
BID FORMS
9
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
BID FORMS
10
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 lead
remediation 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 lead
remediation 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 lead
remediation 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 □
BID FORMS
11
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)
SPECIAL PROVISIONS
12
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. Small Bore Association Lead Remediation Special Provisions
2. City of San Luis Obispo Standard Specifications and Engineering Standards – 2016 edition
3. State of California, Department of Transportation Standard Specifications and Standard Plans –
2010 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
2 BIDDING
Replace Section 2-1.33A with:
Furnish bid using blank forms provided in the Special Provisions. Bid must include all forms and must be
signed by the bidder.
4 SCOPE OF WORK
Add to Section 4-1.03 Work Description
Comply with the provisions of Sections 14, 80 & 99 for general, material, construction, and payment
specifics.
5 CONTROL OF WORK
Add to Section 5-1.01 Control of Work General
Adjustments to working hours may be imposed, in compliance with section 7-1.03B, because of public
traffic impacts.
Add to Section 5-1.13A Sub-Contracting General
A representative of the prime contractor must be on site when any subcontractor is performing contract
work. Contract work will not be allowed to continue until prime contractor’s representative is on site.
Add to Section 5-1.36A General
Repair to damage must comply with the associated sections of the specifications, standards, and plans.
SPECIAL PROVISIONS
13
Add to Section 5-1.36D Non-highway Facilities
Existing third party (non City-owned) utilities are shown on project plans for information purposes only. It
is your responsibility to contact “Underground Service Alert USA” and have site marked prior to start of
excavation or sawcutting. The City of San Luis Obispo is not responsible for any:
1. damages
2. costs
3. delay
4. expenses
resulting from a third party underground facility operator’s failure to comply with stipulations as set forth in
4216.7.(c) of California Government Code.
Add to Section 5-1.43A Potential Claims and Dispute Resolution General
Potential claim forms are located on the City’s website:
www.slocity.org/government/department-directory/public-works/documents-online/construction-
documents
7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC
Add to Section 7-1.02K(1) General
The project is subject to compliance monitoring and enforcement by the Department of Industrial
Relations.
Replace Section 7-1.06 with:
7-1.06A General
Procure and maintain for the duration of the contract, insurance against claims for:
1. injuries to persons
2. damages to property
which may arise from or in connection with the performance of the work by your:
1. agents
2. representatives
3. employees
4. subcontractor
Provide:
1. Commercial General Liability Insurance
2. Commercial General Liability Insurance Endorsement
3. Automotive Liability Insurance
4. Automotive Liability Insurance Endorsement
5. Workers’ Compensation Insurance
The Contractor agrees to defend, indemnify and hold harmless the City from and against any and all fines
or mitigation measures imposed on the City arising out of the Contractor's actual or alleged violation of
any local, state or federal regulation, as well as all attorney fees, costs and expenses of any kind which
directly or indirectly arise out of or are in any way associated with enforcing this indemnity provision
against the Contractor.
7-1.06B Minimum Scope of Insurance
Coverage must be at least as broad as:
1. Insurance Services Office Commercial General Liability coverage:
a. CG 20 10 Prior to 1993
b. CG 20 10 07 04 with CG 20 37 10 01
2. Insurance Services Office form number CA 0001 (January 1987 Edition) covering Automobile
Liability, code 1 (any auto).
3. Workers' Compensation insurance as required by the State of California and Employer's Liability
Insurance.
SPECIAL PROVISIONS
14
7-1.06C Minimum Limits of Insurance
Maintain insurance limits no less than:
1. General Liability:
a. $2,000,000 per occurrence for bodily injury, personal injury and property damage.
b. If Commercial General Liability or other form with a general aggregate limit is used, either the
c. general aggregate limit must apply separately to this project/location
d. the general aggregate limit must be twice the required occurrence limit.
2. Automobile Liability:
a. $2,000,000 per accident for bodily injury and property damage.
3. Employer's Liability:
a. $1,000,000 per accident for bodily injury or disease.
4. Pollution Liability:
a. $1,000,000 each occurrence/$2,000,000 policy aggregate.
7-1.06D Deductibles and Self-Insured Retentions
Any deductibles or self-insured retentions must be declared to and approved by the City. At the option of
the City, either:
1. the insurer must reduce or eliminate the deductibles
2. procure a bond guaranteeing payment of:
a. losses and related investigations
b. claim administration and defense expenses.
7-1.06E Other Insurance Provisions
The general liability and automobile liability policies are to contain, or be endorsed to contain, the
following provisions:
1. The City, its officers, officials, employees, agents and volunteers are to be covered as insureds
as respects:
a. liability arising out of activities performed by or on behalf of you
b. your products and completed operations
c. premises owned, occupied or used by you
d. automobiles owned, leased, hired or borrowed by you
2. The coverage must not contain special limitations on the scope of protection afforded to the City
and its:
a. officers
b. officials
c. employees
d. agents
e. volunteers
3. For any claims related to this project, your insurance coverage will be the primary insurance for
the City and its:
a. officers
b. officials
c. employees
d. agents
e. volunteers.
4. Any insurance or self-insurance maintained by the City is in excess to your insurance and will not
contribute to it.
5. Any failure to comply with reporting or other provisions of the policies including breaches of
warranties must not affect coverage provided to the City and its
a. officers
b. officials
c. employees
d. agents
e. volunteers
SPECIAL PROVISIONS
15
6. Your insurance must apply separately to each insured against whom claim is made or suit is
brought, except with respect to the limits of the insurer's liability.
7. Each insurance policy required must be endorsed to state that coverage will not be:
a. Suspended
b. Voided
c. canceled by either party
d. reduced in coverage or in limits
except after thirty days prior written notice provided by certified mail with return receipt requested has
been given to the City.
8. Coverage may not extend to any indemnity coverage for the active negligence of the additional
insured in any case where an agreement to indemnify the additional insured would be invalid
under Subdivision (b) of section 2782 of the Civil Code.
7-1.06F Acceptability of Insurers
Insurance is to be placed with insurers with a current A.M. Best's rating of no less than A:VII.
7-1.06G Verification of Coverage
Furnish the City with a certificate of insurance showing required insurance coverage. Original
endorsements effecting general liability and automobile liability coverage must be provided. The
endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. All
endorsements are to be received and approved by the City before work commences.
7-1.06H Subcontractors
Include all subcontractors as insured under its policies or provide separate certificates and endorsements
for each subcontractor. All insurance coverage for subcontractors are subject to same requirements as
the prime contractor.
8 PROSECUTION AND PROGRESS
Section 8-1.02A Schedule
Provide a Level 1 schedule for this work.
Add to Section 8-1.03 Pre-Construction Conference
All listed subcontractors performing contract work must attend the preconstruction meeting.
At a minimum, provide the following submittals at the preconstruction meeting:
1. emergency contact list
2. representative at the site of work authorized to sign extra work tickets
3. representative authorized to sign change orders
4. Caltrans equipment rental rates for equipment used to complete work
5. work schedule
6. water pollution control plan
7. location of disposal site
8. evidence disposal site is correctly permitted.
9. door hanger for notification of adjacent properties
9 PAYMENT
Add to section 9-1.03 Payment Scope.
The City pays 7% annually (0.58% monthly) on unpaid claim amounts that are ultimately approved beginning
60 days after claim approval.
Add to section 9-1.16A General
Undisputed portions of a claim will be paid within 60 days after the City issues its written statement. Claim
resolution payment after 60 days are subject to additional interest payment in compliance with Section 9-
1.03.
SPECIAL PROVISIONS
16
Replace section 9-1.22 with:
Claim Resolution Procedure is as follows:
1. You must submit all claims by registered mail or certified mail with return receipt requested.
You shall furnish reasonable documents to support the claim.
2. The Engineer will submit a written response to you for each claim within 45 days after the
Engineer’s receipt of a claim. The 45-day deadline is extended if mutually agreed by you and
the Engineer. If the Engineer needs approval from the City Council to provide you with a
written statement identifying the disputed portion and the undisputed portion of the claim, and
the City Council does not meet within the 45 days or within the mutually agreed extension of
time, the Engineer shall have up to 3 days following the next duly noticed meeting of the City
Council after the 45 day period, or extension, expires to provide you with a written statement
identifying the disputed portion and the undisputed portion of the claim.
3. If you dispute the Engineer’s written response to any claim, or the Engineer fails to respond
within the time specified, you must notify the Engineer in writing, either within 15 days of the
Engineer’s response or the Engineer’s failure to respond within the specified time period, and
demand an informal meeting to discuss and attempt to settle the issues remaining in dispute.
Upon receipt of such a demand, the Engineer will schedule such a meeting within 30 days.
4. Within 10 business days after the informal meeting, the Engineer will submit a written
response to you for the claim submitted identifying the portion of the claim that remains in
dispute and the portion that is undisputed.
5. Following the informal meeting, if any claim or portion thereof remains in dispute, as identified
by you in writing, the claim will be submitted to non-binding mediation, with parties sharing
the associated costs equally. Both parties must agree to a mediator within 10 working days.
If parties are unable to mutually agree on mediator, each party must select a mediator and
those mediators must select a qualified neutral third party to mediate regarding the disputed
portion of the claim. Each party is responsible for the fees and costs charged by its
respective mediator in connection with selecting the neutral mediator. If mediation is
unsuccessful, the portion of the claim remaining in dispute will be subject to any applicable
procedure outside of this claim resolution procedure.
Failure by the Engineer to respond to a claim from a contractor within the time periods described
result in the claim being rejected in its entirety.
Add to Section 9-1.23 City Billing
After given the opportunity, you fail to complete any of the following:
1. maintain the project site,
2. complete project work,
3. any other cause which requires City staff to complete work at the project site
you must reimburse the City in compliance with section 9-1.23.
DIVISION II GENERAL CONSTRUCTION
13 WATER POLLUTION CONTROL
Add to 2nd paragraph in Section 13-1.01A
A minor WPCP plan form may be obtained on the City’s website:
www.slocity.org/government/department-directory/public-works/documents-online/construction-
documents
SPECIAL PROVISIONS
17
DIVISION III GRADING
Replace Section 19-1.03B with:
Notify the Engineer prior to removal of unsuitable material. Excavate unsuitable material. Ensure that
unsuitable material is separated from other suitable construction materials or removed from the work
area.
Removal of unsuitable material including rock, within contract work area and limits and for which there is
no separate pay item, is paid for in other items on the Bid Item List. Removal of unsuitable material
outside contract work area and limits, as directed by the Engineer, will be paid by force account.
DIVISION XI BUILDING CONSTRUCTION
99 Building Construction
Keep driveways and entrances serving the WRRF and the Transit Facility clear and available to the City,
the public and emergency vehicles at all times. Do not use these areas for parking or storage of
materials. Schedule deliveries to minimize space and time requirements for storage of materials and
equipment on-site.
Access to existing parking at the WRRF will be allowed. The Contractor will have access during
demolition and lead remediation but must allow for access for WRRF staff and City vehicles.
The Contractor will not be allowed to use the WRRF toilet facilities. During demolition and lead
remediation, the Contractor must make arrangements and provide for adequate toilet facilities at the work
site. The Contractor will secure and maintain the sanitary facilities in acceptable condition from the
beginning of work until completion and will remove the facilities and disinfect the premises.
Work will be performed in accordance with a site-specific Health and Safety Plan (HSP) prepared under
Occupational Safety and Health Administration (OSHA) requirements (29 CFR 1910.120) and California
Occupational Health and Safety Administration (Cal-OSHA) guidelines (CCR Title 8, Section 5192). A
formal submittal of the HSP and equipment related to meeting the performance specification of lead
remediation activities must be turned in to the City for review and approval prior to commencement of any
work. After the HSP submittal is approved, the Inspector and the Contractor will review the HSP and
participate in a health and safety tailgate meeting before beginning day of field operations at the site.
Erect and maintain temporary chain-link fencing per City Engineering Standards and Sheet 2 of 2 of these
Special Provisions as required to keep members of the public at a safe distance from demolition
operations.
The following scope work is performance specifications, which requires the contractor to complete the
project based on the outcome to: demolish the subject building, obtain all associated demolition permits,
perform all remediation and disposal activities for RCRA and Non-RCRA materials using DTSC, APCD,
and US-EPA approved means and methods.
The contractor must protect existing items which are not indicated to be demolished.
Disconnect, remove, and cap terminated utility services within the demolition area in compliance with
utility company standards and City requirements.
If asbestos cement pipe is encountered, the Contractor will be responsible for the removal and legal
disposal of the pipe as required by law at no additional cost to the City.
Demolish in an orderly and careful manner. Identify and protect existing improvements to remain.
Except where otherwise noted, immediately remove demolished materials from the site.
SPECIAL PROVISIONS
18
Upon completion of demolition and remediation work, leave the surrounding work area, including public
streets, in a clean condition and with a surface sloped in at 1% to center of the SBA building’s footprint.
Control the spread of dust and odors during site demolition and remediation operations by installing
plastic sheathing or other barriers. Refer to additional dust control provisions in these Special Provisions.
1. Relocate Existing Fencing – Relocation of the existing chain-link fencing must conform to the
provisions in Section 80 “FENCES” of the Standard Specifications, these Special Provisions and as
shown on the Plans. The existing fencing adjacent to the building to be demolished will be dismantled
and relocated as shown on the plans.
Fencing work will be measured by the linear foot for the actual length of fencing dismantled and
relocated.
The contract price paid for lineal feet of “Relocate Existing Fencing” will include full compensation for
furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved with
the relocation of the existing fencing, including any new fencing components needed, as shown on the
plans, as specified in the Standard Specifications, and these Special Provisions, and no additional
compensation will be allowed therefor.
2. Structure Lead Paint Remediation – Structure lead paint remediation must conform to the provisions in
Section 14 “ENVIRONMENTAL STEWARDSHIP” of the Standard Specifications, these Special
Provisions and as shown on the Plans. Those areas identified in Appendix B and the Lead Building
Inspection Report of the Special Provisions will be abated and removed from the structure prior to the
demolition of the structure.
A formal submittal shall be prepared for review and approval of lead paint remediation using DTSC and
US-EPA approved chemical agents, and associated equipment that will be required on-site for
remediation operations.
The contract price paid for “Structure Lead Paint Remediation” will include full compensation for furnishing all
labor, materials, tools, equipment, and incidentals, and for doing all the work involved with the remediation
and removal of the identified areas of lead paint, within and surrounding the structure, as specified in the
Standard Specifications, and these Special Provisions, and no additional compensation will be allowed
therefor.
3. Structure Demolition – Structure demolition must conform to the provisions in Section 99 “BUILDING
CONSTRUCTION” of the Standard Specifications, these Special Provisions and as shown on the Plans.
The contract price paid for “Structure Demolition” will include full compensation for furnishing all labor,
materials, tools, equipment, and incidentals, and for doing all the work involved with the demolition of the
structure, as specified in the Standard Specifications, and these Special Provisions, and no additional
compensation will be allowed therefor.
4. Lead Remediation - Lead remediation must conform to the provisions in Section 14
“ENVIRONMENTAL STEWARDSHIP” of the Standard Specifications, these Special Provisions and as
shown on the Plans. The soil area identified in Appendix B of the Special Provisions will be treated in-
situ, removed and disposed from the site after the demolition of the structure. Lead remediation will
involve treatment of the soil with ECOBOND lead stabilization reagent (or approved equal), HEPA-type
vacuuming of standing dust, and wet-wiping of interior walls and items, as indicated in the Special
Provisions.
A formal submittal must be prepared for review and approval of lead remediation, other than lead paint
remediation, using DTSC and US-EPA approved chemical agents, and associated equipment that will be
required on-site for remediation operations.
SPECIAL PROVISIONS
19
The contract price paid for “Lead Remediation” will include full compensation for furnishing all labor,
materials, tools, equipment, and incidentals, and for doing all the work involved with the remediation of the
lead-contaminated soil, as shown on the plans, as specified in the Standard Specifications, and these
Special Provisions, and no additional compensation will be allowed therefor.
5. Health and Safety Plan (HSP) – A Health and Safety Plan must conform to the provisions in Section 14
“ENVIRONMENTAL STEWARDSHIP” of the Standard Specifications, these Special Provisions and as
shown on the Plans. The purpose of the Plan is to provide detailed information regarding anticipated site
health and safety matters, and to establish policies and procedures adequate to protect workers, the
public and the environment from the predicted site hazards. The HSP is based, in part, on the best
available health hazard information to date and the background information provided in Appendix A of the
Special Provisions. The HSP will be prepared by the Contractor prior to any remediation activities and a
copy of the HSP will be available at the site for the duration of the contract.
The contract price paid for “Health and Safety Plan” will include full compensation for furnishing all labor,
materials, tools, equipment, and incidentals, and for doing all the work involved with the preparation and
distribution of the Health and Safety Plan, as specified in the Standard Specifications, and these Special
Provisions, and no additional compensation will be allowed therefor.
6. HSP Monitoring/Recording/Reporting – HSP Monitoring/Recording/Reporting work must conform to the
provisions in Section 14 “ENVIRONMENTAL STEWARDSHIP” of the Standard Specifications, these
Special Provisions and as shown on the Plans. This work will be conducted as outlined in Appendix B of
the Special Provisions.
HSP Monitoring/Recording/Reporting work will be measured by the day for the actual days of
documentation work conducted. HSP Monitoring/Recording/Reporting work will only be conducted on those
days of work involving lead remediation activities.
The contract price paid for “HSP Monitoring/Recording/Reporting” will include full compensation for furnishing
all labor, materials, tools, equipment, and incidentals, and for doing all the work involved with the Health and
Safety Plan, as specified in the Standard Specifications, and these Special Provisions, and no additional
compensation will be allowed therefor.
DIVISION XII DETAILS AND PLANS
See following pages.
APPENDICES
20
APPENDIX A - FORM OF AGREEMENT
THIS AGREEMENT, made on this ______ day of ___________, 20__, 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
NAME OF PROJECT, SPEC NO.
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.
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, Engineering Standards, Special Provisions, and any Addenda.
3. Plans.
4. Caltrans Standard Specifications and Standard Plans 2010
5. Accepted Bid.
6. List of Subcontractors.
APPENDICES
21
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. Attach Bidders Bond to Accompany Bid.
14. Non-collusion Declaration.
15. Agreement and Bonds.
16. Insurance Requirements and Forms.
ARTICLE IV INDEMNIFICATION: Hold Harmless and Indemnification. The Contractor agrees to defend,
indemnify, protect and hold the City and its agents, officers and employees harmless from and against any
and all claims asserted or liability established for damages or injuries to any person or property, including
injury to the Contractor's employees, agents or officers that arise from or are connected with or are caused
or claimed to be caused by the acts or omissions of the Contractor, and its agents, officers or employees, in
performing the work or services herein, and all expenses of investigating and defending against same;
provided, however, that the Contractor's duty to indemnify and hold harmless shall not include any claims or
liability arising from the established sole negligence or willful misconduct of the City, its agents, officers or
employees. In the event of conflict with any other indemnification or hold harmless provisions of this
Agreement, the provision that provides the most protection to the City shall apply.
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
__________________________________
Derek Johnson, City Manager
APPROVED AS TO FORM CONTRACTOR:
Name of Company
________________________________
By:________________________________
J. Christine Dietrick
City Attorney
Name of CAO/President
Its: CAO/PRESIDENT
Rev. 12-28-09
Rev. 2 5/12/16 DMA
APPENDICES
20
APPENDIX A - FORM OF AGREEMENT
THIS AGREEMENT, made on this ______ day of ___________, 20__, 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
NAME OF PROJECT, SPEC NO.
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.
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, Engineering Standards, Special Provisions, and any Addenda.
3. Plans.
4. Caltrans Standard Specifications and Standard Plans 2010
5. Accepted Bid.
6. List of Subcontractors.
APPENDICES
21
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. Attach Bidders Bond to Accompany Bid.
14. Non-collusion Declaration.
15. Agreement and Bonds.
16. Insurance Requirements and Forms.
ARTICLE IV INDEMNIFICATION: Hold Harmless and Indemnification. The Contractor agrees to defend,
indemnify, protect and hold the City and its agents, officers and employees harmless from and against any
and all claims asserted or liability established for damages or injuries to any person or property, including
injury to the Contractor's employees, agents or officers that arise from or are connected with or are caused
or claimed to be caused by the acts or omissions of the Contractor, and its agents, officers or employees, in
performing the work or services herein, and all expenses of investigating and defending against same;
provided, however, that the Contractor's duty to indemnify and hold harmless shall not include any claims or
liability arising from the established sole negligence or willful misconduct of the City, its agents, officers or
employees. In the event of conflict with any other indemnification or hold harmless provisions of this
Agreement, the provision that provides the most protection to the City shall apply.
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
__________________________________
Derek Johnson, City Manager
APPROVED AS TO FORM CONTRACTOR:
Name of Company
________________________________
By:________________________________
J. Christine Dietrick
City Attorney
Name of CAO/President
Its: CAO/PRESIDENT
Rev. 12-28-09
Rev. 2 5/12/16 DMA
Page 1 of 9
Date: 2/7/2017
Prepared by: Dave Kremer, P.G. – HDR
Reviewed by: Holly Kennedy
Project: San Luis Obispo Indoor Gun Range
SUBJECT: Gun Range Site Characterization
INTRODUCTION
This Site Characterization was prepared to document the methods and results from the
assessment of the indoor small arms range (Range) located at 43 Prado Road in San Luis
Obispo, California (Site) and depicted on Figure 1.
PROJECT UNDERSTANDING
The City of San Luis Obispo (City) intends to raze the Range and adjacent Prado Day Center to
allow for the expansion of the San Luis Obispo Water Resource Recovery Facility (WRRF).
Since the Site was formerly used as a small arms range it is possible that lead may be present
onsite and on building surfaces that may present potential construction work health risk and
limitations on the disposal of any disturbed soil. Prior to construction of the WRRF Upgrade
project, the City desires to determine whether lead is present in the soil and building surfaces
and understand the scope and potential costs associated with the decommission and demolition
of the small arms range and proper disposal of any contaminated materials.
SCOPE OF WORK
The following activities were performed to evaluate the Site and adjacent property:
Prepared the October 2016 Work Plan which identified methods to characterize the Site
and adjacent property;
Advanced ten soil borings to 1.5 feet below ground surface (bgs);
Collected two soil samples from each boring and submitted these samples to a
California certified laboratory for lead analysis via EPA Method 6010B;
Collected eight building surface wipe samples from exterior surfaces and two building
surface interior wipe samples;
Submitted the wipe samples to a California certified laboratory for lead via method
6010B.
Page 2 of 9
SITE CHARACTERIZATION ACTIVITIES
The following sections document the methods used to collect soil and wipe samples from the
Site and adjacent properties.
Soil Boring Construction
On October 25, 2016 HDR was met by Jasmine Diaz with Water Systems Consulting, Inc. and
granted access to the Site and interior of the small arms range. Surface soil samples were
collected from ground surface to approximately 6-inches bgs at the locations depicted on Figure
2. The surface soil samples were collected by scraping the ground surface with a laboratory
supplied glass jar or by hand covered in a new nitrile glove. The surface soil sample was
contained in the laboratory supplied jar, labeled with the sample identification (i.e. SLOGR-001-
0-NS), sample date and time, and analysis required. The sample container was then placed into
an individual zip top bag and stored in an ice chest cooled with ice.
After collection of the surface soil samples, subsurface soil samples were collected by
advancing a 4-inch diameter hand auger to 1-foot bgs at the locations depicted on Figure 2.
After reaching 1-foot bgs the hand auger was removed and a decontaminated slide hammer
fitted with a new 2-inch diameter by 6-inch long stainless steel tube was advanced from 1-foot
bgs to 1.5-feet bgs.
After reaching the desired depth the stainless steel tube was removed from the slide hammer,
capped with Teflon sheets and plastic end caps. The sample tube was labeled with the sample
identification (i.e. SLOGR-001-1-NS) sample date and time, and analysis required. The sample
tube was then placed into an individual zip top bag and stored in an ice chest cooled with ice.
After collection of the soil samples, the borings were backfilled with the excavated soil and
compacted and the boring coordinates were collected with a hand held global position system
(GPS) unit.
Wipe Sample Collection
On October 25, 2016, surface wipe samples were collected from exterior surfaces of the Prado
Day Center and from the exterior and interior of the indoor small arms range to determine if lead
is present (Figure 3). Wipe samples were collected over a 100 square centimeter (cm2) area
with new cotton gauze pads moistened in deionized water. The gauze pad was rubbed over the
entire 100 cm2 area to remove any lead residue from the building surfaces in accordance with
the NIOSH method referenced in the Work Plan. After wiping the area, the wipe sample was
placed into laboratory supplied 4oz glass containers, labeled with the sample identification (i.e.
SLOGR-011-WS-NS), sample date and time, and analysis required. The container was placed
in a zip top bag and stored in an ice chest cooled with ice. The laboratory presents the results in
milligram (mg) which represent mg per 100 cm2.
Page 3 of 9
Equipment Decontamination
Non disposable equipment that came into contact with the samples was decontaminated
between use to prevent cross contamination. Furthermore, care was taken when selecting
sample locations, to work from areas suspected to contain lower lead concentrations to areas
suspected to contain greater lead concentrations. Equipment decontamination was performed
by spraying the used equipment with Alconox and distilled water. A dish brush was used in
some cases to remove soil that was stuck to the sampler. After the washing the equipment with
the Alconox solution, the tool was sprayed with distilled water to rinse and allowed to dry on a
paper towel.
Quality Control Samples
Quality control (QC) samples were collected to evaluate laboratory precision, decontamination
methods, and determine whether the deionized water, wipe sample containers, or new wipes
contained lead. A matrix spike and matrix spike duplicate were prepared and analyzed by the
laboratory to evaluate analytical precision.
To determine whether laboratory containers, the wipes, or the deionized water used to moisten
the wipes contain lead HDR collected blank sample SLOGR-Blank-NS. This blank was prepared
by dipping a new wipe sample into the laboratory supplied container which contained deionized
water to moisten the wipe. The wipe was squeezed to remove any excess water and placed into
the laboratory supplied container and submitted for analysis.
To evaluate equipment decontamination methods the core sampler cup was decontaminated,
as was done between sample locations. Laboratory supplied deionized water was poured onto
the core sampler cup and collected in laboratory supplied containers which contained nitric acid
as a preservative. The rinse blank (SLOGR-RB1-NS) was submitted to the laboratory for
analysis.
RESULTS
The laboratory analytical report is included in Appendix A. The soil sample and wipe sample
results summarized on Table 1 and Table 2, respectively. The following sections document the
analytical results from the soil and wipe sample analysis.
Page 4 of 9
Table 1. Soil Analytical Results
Lead
Units mg/kg mg/L mg/L
EPA
Method
SW6020/
SW6020A
STLC
6000/7000
TCLP
6000/7000
Boring Location Sample ID Sample Date Depth
(ft bgs)
SLOGR-001 SLOGR-001-0-NS 10/26/2016 0 25 -- --
SLOGR-001-1-NS 10/26/2016 1 <5.0 -- --
SLOGR-002 SLOGR-002-0-NS 10/26/2016 0 15 -- --
SLOGR-002-1-NS 10/26/2016 1 15 -- --
SLOGR-003 SLOGR-003-0-NS 10/26/2016 0 17 -- --
SLOGR-003-1-NS 10/26/2016 1 <5.0 -- --
SLOGR-004 SLOGR-004-0-NS 10/26/2016 0 7 -- --
SLOGR-004-1-NS 10/26/2016 1 NC -- --
SLOGR-005 SLOGR-005-0-NS 10/26/2016 0 11 -- --
SLOGR-005-1-NS 10/26/2016 1 33 -- --
SLOGR-006 SLOGR-006-0-NS 10/26/2016 0 42 -- --
SLOGR-006-1-NS 10/26/2016 1 75 -- --
SLOGR-007 SLOGR-007-0-NS 10/26/2016 0 8.1 -- --
SLOGR-007-1-NS 10/26/2016 1 13 -- --
SLOGR-008 SLOGR-008-0-NS 10/26/2016 0 7.1 -- --
SLOGR-008-1-NS 10/26/2016 1 9.3 -- --
SLOGR-009 SLOGR-009-0-NS 10/26/2016 0 930 69 33
SLOGR-009-1-NS 10/26/2016 1 21 -- --
SLOGR-010 SLOGR-010-0-NS 10/26/2016 0 900 170 76
SLOGR-010-1-NS 10/26/2016 1 16 -- --
SLOGR-021 SLOGR-021-0-NS 10/26/2016 0 55 0.72 --
U.S. EPA Industrial Regional Screening Level 800
California Hazardous Waste 5
Federal Hazardous Waste 5
Notes:
mg/kg: milligrams per kilogram
NC: Sample not collected
Bold values indicate analyte was detected above EPA Industrial RSL
ft bgs: feet below ground surface
STLC: soluble threshold limit concentration
TCLP: toxic characterization leaching procedure
<: less that laboratory reporting level
--: not analyzed
Page 5 of 9
Table 2. Wipe Analytical Results
Lead
Units mg/Wipe (100 cm2)
EPA Method SW6020/SW6020A
Sample ID Sample Date
SLOGR-011-WS-NS 10/26/2016 0.0054
SLOGR-012-WS-NS 10/26/2016 <0.002
SLOGR-013-WS-NS 10/26/2016 <0.002
SLOGR-014-WS-NS 10/26/2016 <0.002
SLOGR-015-WS-NS 10/26/2016 <0.002
SLOGR-016-WS-NS 10/26/2016 <0.002
SLOGR-017-WS-NS 10/26/2016 <0.002
SLOGR-018-WS-NS 10/26/2016 0.16
SLOGR-019-WS-NS 10/26/2016 12
SLOGR-020-WS-NS 10/26/2016 0.0058
Notes:
mg: milligrams
mg/cm2: micrograms per 100 square centimeters
<: less that laboratory reporting level
Soil Sample Analytical Results
Soil samples were analyzed at Alpha Analytical Laboratories, Inc. (Alpha) a California ELAP
certified laboratory. The samples were analyzed via United States Environmental Protection
Agency (U.S. EPA) Method 6010B within the U.S. EPA’s recommended holding time. The lead
concentration ranged from 7 milligrams per kilogram (mg/kg) in the surface soil sample collected
from boring SLOGR-004, located north of the Prado Day Center to 930 mg/kg collected from the
ground surface from the unpaved area inside the Range. Subsurface samples collected from
borings SLOGR-001 and SLOGR-003 were the only samples which did not yield lead greater
than the 5.0 mg/kg laboratory reporting limit (Table 1). Detectable lead concentrations in
subsurface soil samples ranged from 9.3 mg/kg, collected from boring SLOGR-008, to 75
mg/kg, collected from soil boring SLOGR-006. A subsurface soil sample could not be collected
from boring SLOGR-004 as asphalt was encountered at approximately 8-inches bgs.
Soil samples collected from boring SLOGR-006, outside of the suspected impact area of the
Range, were intended to establish the naturally occurring lead concentrations in soil. The
surface soil sample collected from boring SLOGR-006 yielded lead at 42 mg/kg and the
subsurface soil sample yielded lead at 75 mg/kg.
Due to elevated lead levels (greater than 50 mg/kg) present on site from SLOGR-009, SLOGR-
010, and SLOGR-021, Soluble Threshold Limit Concentration (STLC) analysis was performed
via EPA Method 6000/7000. The results ranged from 0.72 mg/L in SLOGR-021 to 170 mg/L in
SLOGR-010 (Table 1). Samples with STLC results greater than 5 mg/L were analyzed for Toxic
Characterization Leaching Procedure (TCLP) via EPA Method 6000/7000. The results ranged
from 33 mg/L in SLOGR-009 to 76 mg/L in SLOGR-010 (Table 1).
Page 6 of 9
Wipe Sample Analytical Results
Wipe samples were analyzed at Alpha via U.S. EPA Method 6010B in accordance with U.S.
EPA sample holding times. Four of the ten wipe samples contained lead greater than the 0.002
mg laboratory reporting limit. Detectable lead concentrations ranged from 0.0054 mg/100 cm2 in
the sample collected from the outside of the western wall of the Range to 12 mg/100 cm2 in the
sample collected from the interior wall of the Range. While there is no cleanup standard for
lead concentrations associated with wipe sample results for the demolition and disposal of the
Range materials, these results are used by the lead remediation subcontractor to determine if a
construction worker safety issue is present and to determine the appropriate level of treatment
to mitigate the potential safety concerns.
Quality Control Sample Results
In order to evaluate field decontamination methods a rinse blank sample (SLOGR-RB1-NS) was
collected and analyzed at Alpha. Lead was not detected in the rinse blank greater than the
0.050 milligrams per liter (mg/L) laboratory reporting limit. An unused wipe was moistened in the
field and submitted to Alpha for analysis to determine whether the wipes or water used to
moisten the wipes contained measureable lead. The blank wipe sample (SLOGR-BLANK-NS)
did not contain lead greater than the 0.0020 mg laboratory reporting limit.
In order to evaluate the precision of the laboratory testing methods, Alpha spiked soil with a
known mass of lead referred to as a matrix spike. The spiked soil was analyzed by Alpha to
determine if the recovered result was within the U.S. EPA’s accepted range (70% - 130%) for
Method 6010B. The percent recovered was 265, which is outside the U.S. EPA’s accepted
range. While the spike recovery was outside of QC acceptance limits for the matrix spike due to
analyte concentration at 4 times greater the spike concentration. The QC batch was accepted
by Alpha based on laboratory control spike and/or laboratory control spike duplicate recoveries
within the acceptance limits.
DISCUSSION
The following sections discuss the results from the sampling and how the presence of lead may
impact construction workers, future land use, and waste disposal.
Soil Sample Results
Laboratory analysis of soil samples yielded low concentrations of lead, generally consistent with
background sample results collected from boring SLOGR-006. The lead concentrations reported
in surface and subsurface samples, outside of the Range, demonstrate that use of the Range
has not contaminated shallow soil with lead above concentrations consistent with background.
Surface soil samples collected from boring SLOGR-009 and SLOGR-010, from the Range floor,
yielded lead at 930 mg/kg and 900 mg/kg, respectively. Lead was detected in subsurface soil
samples collected from borings SLOGR-009 and SLOGR-010 at 21 mg/kg and 16 mg/kg,
respectively. These lead concentrations in the subsurface samples collected from the Range
Page 7 of 9
floor are consistent with background and have effectively delineated the vertical extent of lead
detected on the Range floor.
Lead was detected in surface soil samples collected from the Range floor at concentrations
greater than the 800 mg/kg U.S. EPA Regional Screening Level (RSL) for industrial land use
(Table 1). RSLs are generic values calculated by the U.S. EPA using exposure values, toxicity
assumptions, chemical and physical properties that can be used to quickly identify contaminants
that may pose an unacceptable risk to human health. Where contaminant concentrations are
reported less than the RSL it can be safely assumed that the chemical does not present a risk to
human health. When contaminants are detected greater than their applicable screening level,
further action is typically warranted. Further action may include completion of a site specific
human health risk assessment, land use covenant, or remediation.
Waste Profiling and Disposal
In the event that the soil may be transported off-site for disposal, samples SLOGR-009-0-NS,
SLOGR-010-0-NS, and SLOGR-21-0-NS were analyzed for STLC (22 CCR § 66261.24)
because they contained total lead concentrations greater than 10 times the STLC concentration
classified as a California hazardous waste (5 mg/L). The results of the STLC analysis indicate
that the surface soil from borings SLOGR-009 and SLOGR-010 is characterized as a California
hazardous waste. Because samples SLOGR-009-0-NS and SLOGR-010-0-NS had STLC
results greater than 5 mg/L and the total lead concentration is greater than 20 times the TCLP
concentration classified as a Resource Conservation and Recovery Act (RCRA) waste, these
samples were analyzed for TCLP. The results of the TCLP analysis indicate that the surface soil
from borings SLOGR-009 and SLOGR-010 is characterized as a RCRA waste.
Wipe Sample Results
Wipe samples were collected to determine whether surfaces of the Range and adjacent Prado
Day Center contained detectable lead concentrations. The greatest lead concentration was
reported in the sample collected from the inside of the Range near the bullet traps. The wipe
samples indicate that there is a clear presence of lead on the walls from an air borne source
(muzzle blast) and that lead would become air borne during demolition activities. Per Cal/OSHA
CCR Section 1532.1, the presence of lead concentrations within the Range indicates that the
potential airborne lead exposure to construction workers would, if left unabated, require the
contractor’s staff to be properly trained to work in a potentially hazardous environment, use of
specific personal protective equipment, and potentially air and/or medical monitoring.
Abatement would eliminate that potential exposure and reduce or eliminate the need for
monitoring.
CONCLUSIONS
Lead detected in surface and subsurface soil samples collected outside of the Range is
consistent with background and is likely naturally occurring. The surface soil samples collected
from the Range floor yielded total lead concentrations greater than the industrial RSL, as well as
Page 8 of 9
STLC concentration greater than 5 mg/L (California hazardous waste) and TCLP concentration
greater than 5 mg/L (RCRA waste).
Wipe samples collected from the exterior of the Range and the Prado Day Center indicate that there
is no potential construction worker safety concerns associated with airborne lead. The wipe samples
collected from the interior of the Range did contain elevated lead concentrations requiring abatement
prior to demolition to mitigate potential construction worker safety concerns without the need for air
monitoring and specially trained staff to work in a potentially hazardous environment. The technical
approach for the lead abatement and demolition activities are presented in Appendix B.
RECOMMENDATIONS
In order to reduce handling, transportation, and disposal cost, it is recommended that the lead
impacted soil in the interior of the Range be treated in-situ prior to demolition. Based on an
approximate 2,025 square foot unpaved area of the Range floor and an eight inch assumed
depth of lead impacted soil, it is estimated that approximately 60 cubic yards of lead impacted
soil will need to be treated in-situ. Once the Range is demolished and removed, the soil will be
excavated and disposed at a local landfill as non-hazardous waste.
Due to the elevated lead concentrations detected in wipe samples collected from the interior of the
Range, it is recommended that lead treatment on the interior surfaces of the Range be performed
prior to demolition to mitigate potential construction worker safety concerns and ensure disposal of
the waste as construction debris.
The estimated costs to perform the lead abatement, demolition, and required reporting are
summarized in Table 3. As shown, the estimated cost is approximately $220,000.
Table 3. Estimated Cost of Lead Abatement and Demolition
Estimated Costs
Lead Abatement $112,000
Gun Range Demolition $52,000
Construction Oversight and Reporting $45,000
Subtotal $209,000
Contingency (5%) $10,500
Total $219,500
Page 9 of 9
List of Acronyms
bgs below ground surface
City City of San Luis Obispo
cm2 square centimeters
GPS Global Positioning System
mg/kg milligrams per kilogram
mg/L milligrams per liter
QC quality control
Range Former Indoor Small Arms Range
Report Site Characterization Report
RSL Regional Screening Level
Site 43 Prado Road in San Luis Obispo, California
STLC Soluble Threshold Limit Concentration
TCLP Toxicity Characteristic Leaching Procedure
U.S. EPA United States Environmental Protection Agency
WWRF Water Resource Recover Facility
HDR INC- Sacramento
RE: Lead Testing
Sacramento, CA 95833
2379 Gateway Oaks Dr #200
Jeanette L. Poplin For Adam V. Angulo
Project Manager
Enclosed are the results of analyses for samples received by the laboratory on 10/27/16 21:40. If you
have any questions concerning this report, please feel free to contact me.
Sincerely,
11 November 2016
Attn: Dave Kremer
ELAP Certificates 1551, 2728, and 2922
Work Order: 16J2586
11/11/16 16:42
Reported:
-
Lead Testing
Dave Kremer
Project Number:
Project:
Project Manager:
Sacramento, CA 95833
2379 Gateway Oaks Dr #200
HDR INC- Sacramento
ANALYTICAL REPORT FOR SAMPLES
Sample ID Laboratory ID Matrix Date Sampled Date Received
SLOGR-020-WS-NS 16J2586-01 Wipe 10/26/16 08:32 10/27/16 21:40
SLOGR-BLANK-NS 16J2586-02 Wipe 10/26/16 08:35 10/27/16 21:40
SLOGR-C1 16J2586-03 Other (W)10/26/16 10:30 10/27/16 21:40
SLOGR-003-1-NS 16J2586-04 Soil 10/25/16 11:45 10/27/16 21:40
SLOGR-011-WS-NS 16J2586-05 Wipe 10/26/16 07:28 10/27/16 21:40
SLOGR-012-WS-NS 16J2586-06 Wipe 10/26/16 07:34 10/27/16 21:40
SLOGR-013-WS-NS 16J2586-07 Wipe 10/26/16 07:40 10/27/16 21:40
SLOGR-014-WS-NS 16J2586-08 Wipe 10/26/16 07:45 10/27/16 21:40
SLOGR-015-WS-NS 16J2586-09 Wipe 10/26/16 07:52 10/27/16 21:40
SLOGR-016-WS-NS 16J2586-10 Wipe 10/26/16 07:58 10/27/16 21:40
SLOGR-017-WS-NS 16J2586-11 Wipe 10/26/16 08:05 10/27/16 21:40
SLOGR-018-WS-NS 16J2586-12 Wipe 10/26/16 08:15 10/27/16 21:40
SLOGR-019-WS-NS 16J2586-13 Wipe 10/26/16 08:20 10/27/16 21:40
SLOGR-007-0-NS 16J2586-14 Soil 10/25/16 13:21 10/27/16 21:40
SLOGR-007-1-NS 16J2586-15 Soil 10/25/16 13:40 10/27/16 21:40
SLOGR-008-0-NS 16J2586-16 Soil 10/25/16 13:48 10/27/16 21:40
SLOGR-008-1-NS 16J2586-17 Soil 10/25/16 14:00 10/27/16 21:40
SLOGR-009-0-NS 16J2586-18 Soil 10/25/16 15:00 10/27/16 21:40
SLOGR-009-1-NS 16J2586-19 Soil 10/25/16 15:10 10/27/16 21:40
SLOGR-010-0-NS 16J2586-20 Soil 10/25/16 15:19 10/27/16 21:40
SLOGR-010-1-NS 16J2586-21 Soil 10/25/16 15:30 10/27/16 21:40
SLOGR-RB1-NS 16J2586-22 Water 10/25/16 15:45 10/27/16 21:40
SLOGR-021-0-NS 16J2586-23 Soil 10/26/16 09:55 10/27/16 21:40
SLOGR-001-0-NS 16J2586-24 Soil 10/25/16 10:52 10/27/16 21:40
SLOGR-001-1-NS 16J2586-25 Soil 10/25/16 11:06 10/27/16 21:40
SLOGR-002-0-NS 16J2586-26 Soil 10/25/16 11:15 10/27/16 21:40
SLOGR-002-1-NS 16J2586-27 Soil 10/25/16 11:25 10/27/16 21:40
SLOGR-003-0-NS 16J2586-28 Soil 10/25/16 11:34 10/27/16 21:40
The results in this report apply to the samples analyzed in accordance with the chain of custody document. This analytical report must be reproduced in its entirety.
Page 1 of 16
11/11/16 16:42
Reported:
-
Lead Testing
Dave Kremer
Project Number:
Project:
Project Manager:
Sacramento, CA 95833
2379 Gateway Oaks Dr #200
HDR INC- Sacramento
SLOGR-004-0-NS 16J2586-29 Soil 10/25/16 12:00 10/27/16 21:40
SLOGR-005-0-NS 16J2586-30 Soil 10/25/16 12:35 10/27/16 21:40
SLOGR-005-1-NS 16J2586-31 Soil 10/25/16 12:30 10/27/16 21:40
SLOGR-006-0-NS 16J2586-32 Soil 10/25/16 12:53 10/27/16 21:40
SLOGR-006-1-NS 16J2586-33 Soil 10/25/16 13:04 10/27/16 21:40
The results in this report apply to the samples analyzed in accordance with the chain of custody document. This analytical report must be reproduced in its entirety.
Page 2 of 16
11/11/16 16:42
Reported:
-
Lead Testing
Dave Kremer
Project Number:
Project:
Project Manager:
Sacramento, CA 95833
2379 Gateway Oaks Dr #200
HDR INC- Sacramento
Result NoteDilutionBatchPreparedAnalyzedMethodReporting Limit
Sample Type: Wipe Sampled: 10/26/16 08:32SLOGR-020-WS-NS (16J2586-01)
Metals by EPA 6000/7000 Series Methods
Lead 0.0058 0.0020 mg/ Wipe 1 AK63250 11/07/16 13:30 11/10/16 13:26 EPA 6010B
Sample Type: Wipe Sampled: 10/26/16 08:35SLOGR-BLANK-NS (16J2586-02)
Metals by EPA 6000/7000 Series Methods
Lead ND 0.0020 mg/ Wipe 1 AK63250 11/07/16 13:30 11/10/16 13:41 EPA 6010B
Sample Type: Other (W)Sampled: 10/26/16 10:30SLOGR-C1 (16J2586-03)
Metals by EPA 6000/7000 Series Methods
Lead 170 5.0 mg/kg dry 1 AK63231 11/07/16 10:38 11/10/16 16:02 EPA 6010B
Conventional Chemistry Parameters by APHA/EPA Methods
% Solids 95.8 0.100 %1 AJ64100 10/31/16 16:00 11/03/16 16:00 SM2540G
Sample Type: Soil Sampled: 10/25/16 11:45SLOGR-003-1-NS (16J2586-04)
Metals by EPA 6000/7000 Series Methods
Lead ND 5.0 mg/kg dry 1 AK63231 11/08/16 13:30 11/10/16 13:41 EPA 6010B
Conventional Chemistry Parameters by APHA/EPA Methods
% Solids 84.0 0.100 %1 AJ64100 10/31/16 16:00 11/03/16 16:00 SM2540G
Sample Type: Wipe Sampled: 10/26/16 07:28SLOGR-011-WS-NS (16J2586-05)
Metals by EPA 6000/7000 Series Methods
Lead 0.0054 0.0020 mg/ Wipe 1 AK63250 11/07/16 13:30 11/10/16 13:46 EPA 6010B
Sample Type: Wipe Sampled: 10/26/16 07:34SLOGR-012-WS-NS (16J2586-06)
Metals by EPA 6000/7000 Series Methods
Lead ND 0.0020 mg/ Wipe 1 AK63250 11/07/16 13:30 11/10/16 13:51 EPA 6010B
Sample Type: Wipe Sampled: 10/26/16 07:40SLOGR-013-WS-NS (16J2586-07)
Metals by EPA 6000/7000 Series Methods
Lead ND 0.0020 mg/ Wipe 1 AK63250 11/07/16 13:30 11/10/16 13:56 EPA 6010B
Sample Type: Wipe Sampled: 10/26/16 07:45SLOGR-014-WS-NS (16J2586-08)
Metals by EPA 6000/7000 Series Methods
Lead ND 0.0020 mg/ Wipe 1 AK63250 11/07/16 13:30 11/10/16 14:01 EPA 6010B
Sample Type: Wipe Sampled: 10/26/16 07:52SLOGR-015-WS-NS (16J2586-09)
Metals by EPA 6000/7000 Series Methods
The results in this report apply to the samples analyzed in accordance with the chain of custody document. This analytical report must be reproduced in its entirety.
Page 3 of 16
11/11/16 16:42
Reported:
-
Lead Testing
Dave Kremer
Project Number:
Project:
Project Manager:
Sacramento, CA 95833
2379 Gateway Oaks Dr #200
HDR INC- Sacramento
Result NoteDilutionBatchPreparedAnalyzedMethodReporting Limit
Sample Type: Wipe Sampled: 10/26/16 07:52SLOGR-015-WS-NS (16J2586-09)
Metals by EPA 6000/7000 Series Methods (cont’d)
Lead ND 0.0020 mg/ Wipe 1 AK63250 11/07/16 13:30 11/10/16 14:05 EPA 6010B
Sample Type: Wipe Sampled: 10/26/16 07:58SLOGR-016-WS-NS (16J2586-10)
Metals by EPA 6000/7000 Series Methods
Lead ND 0.0020 mg/ Wipe 1 AK63250 11/07/16 13:30 11/10/16 14:11 EPA 6010B
Sample Type: Wipe Sampled: 10/26/16 08:05SLOGR-017-WS-NS (16J2586-11)
Metals by EPA 6000/7000 Series Methods
Lead ND 0.0020 mg/ Wipe 1 AK63250 11/07/16 13:30 11/10/16 14:16 EPA 6010B
Sample Type: Wipe Sampled: 10/26/16 08:15SLOGR-018-WS-NS (16J2586-12)
Metals by EPA 6000/7000 Series Methods
Lead 0.16 0.0020 mg/ Wipe 1 AK63250 11/07/16 13:30 11/10/16 14:20 EPA 6010B
Sample Type: Wipe Sampled: 10/26/16 08:20SLOGR-019-WS-NS (16J2586-13)
Metals by EPA 6000/7000 Series Methods
Lead 12 0.20 mg/ Wipe 100 AK63250 11/07/16 13:30 11/10/16 15:57 EPA 6010B
Sample Type: Soil Sampled: 10/25/16 13:21SLOGR-007-0-NS (16J2586-14)
Metals by EPA 6000/7000 Series Methods
Lead 8.1 5.0 mg/kg dry 1 AK63231 11/08/16 13:30 11/10/16 16:13 EPA 6010B
The results in this report apply to the samples analyzed in accordance with the chain of custody document. This analytical report must be reproduced in its entirety.
Page 4 of 16
11/11/16 16:42
Reported:
-
Lead Testing
Dave Kremer
Project Number:
Project:
Project Manager:
Sacramento, CA 95833
2379 Gateway Oaks Dr #200
HDR INC- Sacramento
Result NoteDilutionBatchPreparedAnalyzedMethodReporting Limit
Sample Type: Soil Sampled: 10/25/16 13:21SLOGR-007-0-NS (16J2586-14)
Conventional Chemistry Parameters by APHA/EPA Methods
% Solids 83.2 0.100 %1 AJ64100 10/31/16 16:00 11/03/16 16:00 SM2540G
Sample Type: Soil Sampled: 10/25/16 13:40SLOGR-007-1-NS (16J2586-15)
Metals by EPA 6000/7000 Series Methods
Lead 13 5.0 mg/kg dry 1 AK63231 11/08/16 13:30 11/10/16 16:18 EPA 6010B
Conventional Chemistry Parameters by APHA/EPA Methods
% Solids 92.5 0.100 %1 AJ64100 10/31/16 16:00 11/03/16 16:00 SM2540G
Sample Type: Soil Sampled: 10/25/16 13:48SLOGR-008-0-NS (16J2586-16)
Metals by EPA 6000/7000 Series Methods
Lead 7.1 5.0 mg/kg dry 1 AK63231 11/08/16 13:30 11/10/16 16:23 EPA 6010B
Conventional Chemistry Parameters by APHA/EPA Methods
% Solids 92.3 0.100 %1 AJ64100 10/31/16 16:00 11/03/16 16:00 SM2540G
Sample Type: Soil Sampled: 10/25/16 14:00SLOGR-008-1-NS (16J2586-17)
Metals by EPA 6000/7000 Series Methods
Lead 9.3 5.0 mg/kg dry 1 AK63231 11/08/16 13:30 11/10/16 16:27 EPA 6010B
The results in this report apply to the samples analyzed in accordance with the chain of custody document. This analytical report must be reproduced in its entirety.
Page 5 of 16
11/11/16 16:42
Reported:
-
Lead Testing
Dave Kremer
Project Number:
Project:
Project Manager:
Sacramento, CA 95833
2379 Gateway Oaks Dr #200
HDR INC- Sacramento
Result NoteDilutionBatchPreparedAnalyzedMethodReporting Limit
Sample Type: Soil Sampled: 10/25/16 14:00SLOGR-008-1-NS (16J2586-17)
Conventional Chemistry Parameters by APHA/EPA Methods
% Solids 93.1 0.100 %1 AJ64100 10/31/16 16:00 11/03/16 16:00 SM2540G
Sample Type: Soil Sampled: 10/25/16 15:00SLOGR-009-0-NS (16J2586-18)
Metals by EPA 6000/7000 Series Methods
Lead 930 5.0 mg/kg dry 1 AK63231 11/08/16 13:30 11/10/16 16:32 EPA 6010B
Conventional Chemistry Parameters by APHA/EPA Methods
% Solids 99.0 0.100 %1 AJ64100 10/31/16 16:00 11/03/16 16:00 SM2540G
Sample Type: Soil Sampled: 10/25/16 15:10SLOGR-009-1-NS (16J2586-19)
Metals by EPA 6000/7000 Series Methods
Lead 21 5.0 mg/kg dry 1 AK63231 11/08/16 13:30 11/10/16 16:37 EPA 6010B
Conventional Chemistry Parameters by APHA/EPA Methods
% Solids 88.4 0.100 %1 AJ64100 10/31/16 16:00 11/03/16 16:00 SM2540G
Sample Type: Soil Sampled: 10/25/16 15:19SLOGR-010-0-NS (16J2586-20)
Metals by EPA 6000/7000 Series Methods
Lead 900 5.0 mg/kg dry 1 AK63321 11/08/16 13:56 11/10/16 18:10 EPA 6010B
The results in this report apply to the samples analyzed in accordance with the chain of custody document. This analytical report must be reproduced in its entirety.
Page 6 of 16
11/11/16 16:42
Reported:
-
Lead Testing
Dave Kremer
Project Number:
Project:
Project Manager:
Sacramento, CA 95833
2379 Gateway Oaks Dr #200
HDR INC- Sacramento
Result NoteDilutionBatchPreparedAnalyzedMethodReporting Limit
Sample Type: Soil Sampled: 10/25/16 15:19SLOGR-010-0-NS (16J2586-20)
Conventional Chemistry Parameters by APHA/EPA Methods
% Solids 97.0 0.100 %1 AJ64100 10/31/16 16:00 11/03/16 16:00 SM2540G
Sample Type: Soil Sampled: 10/25/16 15:30SLOGR-010-1-NS (16J2586-21)
Metals by EPA 6000/7000 Series Methods
Lead 16 5.0 mg/kg dry 1 AK63231 11/08/16 13:30 11/10/16 16:41 EPA 6010B
Conventional Chemistry Parameters by APHA/EPA Methods
% Solids 86.8 0.100 %1 AJ64100 10/31/16 16:00 11/03/16 16:00 SM2540G
Sample Type: Water Sampled: 10/25/16 15:45SLOGR-RB1-NS (16J2586-22)
Metals by EPA 6000/7000 Series Methods
Lead ND 0.050 mg/L 1 AK63184 11/04/16 09:54 11/09/16 19:13 EPA 6010B
Sample Type: Soil Sampled: 10/26/16 09:55SLOGR-021-0-NS (16J2586-23)
Metals by EPA 6000/7000 Series Methods
Lead 55 5.0 mg/kg dry 1 AK63231 11/08/16 13:30 11/10/16 17:01 EPA 6010B
Conventional Chemistry Parameters by APHA/EPA Methods
% Solids 94.7 0.100 %1 AJ64100 10/31/16 16:00 11/03/16 16:00 SM2540G
Sample Type: Soil Sampled: 10/25/16 10:52SLOGR-001-0-NS (16J2586-24)
Metals by EPA 6000/7000 Series Methods
Lead 25 5.0 mg/kg dry 1 AK63231 11/08/16 13:30 11/10/16 17:05 EPA 6010B
The results in this report apply to the samples analyzed in accordance with the chain of custody document. This analytical report must be reproduced in its entirety.
Page 7 of 16
11/11/16 16:42
Reported:
-
Lead Testing
Dave Kremer
Project Number:
Project:
Project Manager:
Sacramento, CA 95833
2379 Gateway Oaks Dr #200
HDR INC- Sacramento
Result NoteDilutionBatchPreparedAnalyzedMethodReporting Limit
Sample Type: Soil Sampled: 10/25/16 10:52SLOGR-001-0-NS (16J2586-24)
Conventional Chemistry Parameters by APHA/EPA Methods
% Solids 88.6 0.100 %1 AJ64100 10/31/16 16:00 11/03/16 16:00 SM2540G
Sample Type: Soil Sampled: 10/25/16 11:06SLOGR-001-1-NS (16J2586-25)
Metals by EPA 6000/7000 Series Methods
Lead ND 5.0 mg/kg dry 1 AK63231 11/08/16 13:30 11/10/16 17:10 EPA 6010B
Conventional Chemistry Parameters by APHA/EPA Methods
% Solids 89.2 0.100 %1 AJ64100 10/31/16 16:00 11/03/16 16:00 SM2540G
Sample Type: Soil Sampled: 10/25/16 11:15SLOGR-002-0-NS (16J2586-26)
Metals by EPA 6000/7000 Series Methods
Lead 15 5.0 mg/kg dry 1 AK63231 11/08/16 13:30 11/10/16 17:14 EPA 6010B
Conventional Chemistry Parameters by APHA/EPA Methods
% Solids 95.6 0.100 %1 AJ64100 10/31/16 16:00 11/03/16 16:00 SM2540G
Sample Type: Soil Sampled: 10/25/16 11:25SLOGR-002-1-NS (16J2586-27)
Metals by EPA 6000/7000 Series Methods
Lead 15 5.0 mg/kg dry 1 AK63231 11/08/16 13:30 11/10/16 17:19 EPA 6010B
The results in this report apply to the samples analyzed in accordance with the chain of custody document. This analytical report must be reproduced in its entirety.
Page 8 of 16
11/11/16 16:42
Reported:
-
Lead Testing
Dave Kremer
Project Number:
Project:
Project Manager:
Sacramento, CA 95833
2379 Gateway Oaks Dr #200
HDR INC- Sacramento
Result NoteDilutionBatchPreparedAnalyzedMethodReporting Limit
Sample Type: Soil Sampled: 10/25/16 11:25SLOGR-002-1-NS (16J2586-27)
Conventional Chemistry Parameters by APHA/EPA Methods
% Solids 81.7 0.100 %1 AJ64100 10/31/16 16:00 11/03/16 16:00 SM2540G
Sample Type: Soil Sampled: 10/25/16 11:34SLOGR-003-0-NS (16J2586-28)
Metals by EPA 6000/7000 Series Methods
Lead 17 5.0 mg/kg dry 1 AK63231 11/08/16 13:30 11/10/16 17:24 EPA 6010B
Conventional Chemistry Parameters by APHA/EPA Methods
% Solids 77.6 0.100 %1 AJ64100 10/31/16 16:00 11/03/16 16:00 SM2540G
Sample Type: Soil Sampled: 10/25/16 12:00SLOGR-004-0-NS (16J2586-29)
Metals by EPA 6000/7000 Series Methods
Lead 7.0 5.0 mg/kg dry 1 AK63321 11/08/16 13:56 11/10/16 18:15 EPA 6010B
Conventional Chemistry Parameters by APHA/EPA Methods
% Solids 90.8 0.100 %1 AJ64100 10/31/16 16:00 11/03/16 16:00 SM2540G
Sample Type: Soil Sampled: 10/25/16 12:35SLOGR-005-0-NS (16J2586-30)
Metals by EPA 6000/7000 Series Methods
Lead 11 5.0 mg/kg dry 1 AK63321 11/08/16 13:56 11/10/16 18:19 EPA 6010B
The results in this report apply to the samples analyzed in accordance with the chain of custody document. This analytical report must be reproduced in its entirety.
Page 9 of 16
11/11/16 16:42
Reported:
-
Lead Testing
Dave Kremer
Project Number:
Project:
Project Manager:
Sacramento, CA 95833
2379 Gateway Oaks Dr #200
HDR INC- Sacramento
Result NoteDilutionBatchPreparedAnalyzedMethodReporting Limit
Sample Type: Soil Sampled: 10/25/16 12:35SLOGR-005-0-NS (16J2586-30)
Conventional Chemistry Parameters by APHA/EPA Methods
% Solids 90.8 0.100 %1 AJ64100 10/31/16 16:00 11/03/16 16:00 SM2540G
Sample Type: Soil Sampled: 10/25/16 12:30SLOGR-005-1-NS (16J2586-31)
Metals by EPA 6000/7000 Series Methods
Lead 33 5.0 mg/kg dry 1 AK63321 11/08/16 13:56 11/10/16 18:24 EPA 6010B
Conventional Chemistry Parameters by APHA/EPA Methods
% Solids 77.2 0.100 %1 AJ64101 10/31/16 16:00 11/03/16 16:00 SM2540G
Sample Type: Soil Sampled: 10/25/16 12:53SLOGR-006-0-NS (16J2586-32)
Metals by EPA 6000/7000 Series Methods
Lead 42 5.0 mg/kg dry 1 AK63321 11/08/16 13:56 11/10/16 18:28 EPA 6010B
Conventional Chemistry Parameters by APHA/EPA Methods
% Solids 73.7 0.100 %1 AJ64101 10/31/16 16:00 11/03/16 16:00 SM2540G
Sample Type: Soil Sampled: 10/25/16 13:04SLOGR-006-1-NS (16J2586-33)
Metals by EPA 6000/7000 Series Methods
Lead 7.5 5.0 mg/kg dry 1 AK63321 11/08/16 13:56 11/10/16 18:33 EPA 6010B
The results in this report apply to the samples analyzed in accordance with the chain of custody document. This analytical report must be reproduced in its entirety.
Page 10 of 16
11/11/16 16:42
Reported:
-
Lead Testing
Dave Kremer
Project Number:
Project:
Project Manager:
Sacramento, CA 95833
2379 Gateway Oaks Dr #200
HDR INC- Sacramento
Result NoteDilutionBatchPreparedAnalyzedMethodReporting Limit
Sample Type: Soil Sampled: 10/25/16 13:04SLOGR-006-1-NS (16J2586-33)
Conventional Chemistry Parameters by APHA/EPA Methods
% Solids 84.9 0.100 %1 AJ64101 10/31/16 16:00 11/03/16 16:00 SM2540G
The results in this report apply to the samples analyzed in accordance with the chain of custody document. This analytical report must be reproduced in its entirety.
Page 11 of 16
11/11/16 16:42
Reported:
-
Lead Testing
Dave Kremer
Project Number:
Project:
Project Manager:
Sacramento, CA 95833
2379 Gateway Oaks Dr #200
HDR INC- Sacramento
Result
Reporting
Units Level
Spike
Result
Source
%REC
%REC
Limits RPD
RPD
Limit Flag Analyte(s)
Metals by EPA 6000/7000 Series Methods - Quality Control
Limit
Batch AK63184 - Metals Digest
Blank (AK63184-BLK1)Prepared: 11/04/16 Analyzed: 11/09/16
Lead 0.050ND mg/L
LCS (AK63184-BS1)Prepared: 11/04/16 Analyzed: 11/09/16
Lead 0.050 0.200 85-1151040.208 mg/L
Duplicate (AK63184-DUP1)Prepared: 11/04/16 Analyzed: 11/09/16 Source: 16K0484-01
Lead 0.050 20NDNDmg/L
Matrix Spike (AK63184-MS1)Prepared: 11/04/16 Analyzed: 11/09/16 Source: 16K0484-01
Lead 0.050 0.200 70-130102ND0.205 mg/L
Matrix Spike (AK63184-MS2)Prepared: 11/04/16 Analyzed: 11/09/16 Source: 16J2621-01
Lead 0.050 0.200 70-13098.2ND0.196 mg/L
Matrix Spike Dup (AK63184-MSD1)Prepared: 11/04/16 Analyzed: 11/09/16 Source: 16K0484-01
Lead 0.050 0.200 2070-130101 1.16ND0.202 mg/L
Batch AK63231 - EPA 3051 Microwave
Blank (AK63231-BLK1)Prepared & Analyzed: 11/07/16
Lead 5.0ND mg/kg wet
LCS (AK63231-BS1)Prepared & Analyzed: 11/07/16
Lead 5.0 20.0 85-11510420.8 mg/kg wet
Duplicate (AK63231-DUP1)Prepared & Analyzed: 11/07/16 Source: 16K0512-01
Lead 5.0 2010.8119132mg/kg wet
The results in this report apply to the samples analyzed in accordance with the chain of custody document. This analytical report must be reproduced in its entirety.
Page 12 of 16
11/11/16 16:42
Reported:
-
Lead Testing
Dave Kremer
Project Number:
Project:
Project Manager:
Sacramento, CA 95833
2379 Gateway Oaks Dr #200
HDR INC- Sacramento
Result
Reporting
Units Level
Spike
Result
Source
%REC
%REC
Limits RPD
RPD
Limit Flag Analyte(s)
Metals by EPA 6000/7000 Series Methods - Quality Control
Limit
Batch AK63231 - EPA 3051 Microwave
Matrix Spike (AK63231-MS1)Prepared & Analyzed: 11/07/16 Source: 16K0512-01
Lead 5.0 20.0 70-130122119143mg/kg wet
Matrix Spike (AK63231-MS2)Prepared & Analyzed: 11/07/16 Source: 16K0424-01
Lead 5.0 20.0 70-1301075.4526.8 mg/kg wet
Matrix Spike Dup (AK63231-MSD1)Prepared & Analyzed: 11/07/16 Source: 16K0512-01
Lead 5.0 20.0 2070-13071.6 7.29119133mg/kg wet
Batch AK63250 - Metals Digest
Blank (AK63250-BLK1)Prepared: 11/07/16 Analyzed: 11/10/16
Lead 0.0020ND mg/ Wipe
LCS (AK63250-BS1)Prepared: 11/07/16 Analyzed: 11/10/16
Lead 0.0020 0.0100 85-1151040.0104 mg/ Wipe
LCS Dup (AK63250-BSD1)Prepared: 11/07/16 Analyzed: 11/10/16
Lead 0.0020 0.0100 2085-11597.8 6.55
0.00978 mg/ Wipe
Batch AK63321 - EPA 3051 Microwave
Blank (AK63321-BLK1)Prepared: 11/08/16 Analyzed: 11/10/16
Lead 5.0ND mg/kg wet
LCS (AK63321-BS1)Prepared: 11/08/16 Analyzed: 11/10/16
Lead 5.0 20.0 85-11510721.5 mg/kg wet
The results in this report apply to the samples analyzed in accordance with the chain of custody document. This analytical report must be reproduced in its entirety.
Page 13 of 16
11/11/16 16:42
Reported:
-
Lead Testing
Dave Kremer
Project Number:
Project:
Project Manager:
Sacramento, CA 95833
2379 Gateway Oaks Dr #200
HDR INC- Sacramento
Result
Reporting
Units Level
Spike
Result
Source
%REC
%REC
Limits RPD
RPD
Limit Flag Analyte(s)
Metals by EPA 6000/7000 Series Methods - Quality Control
Limit
Batch AK63321 - EPA 3051 Microwave
Duplicate (AK63321-DUP1)Prepared: 11/08/16 Analyzed: 11/10/16 Source: 16J2586-20
Lead 5.0 2014.99011050mg/kg dry
Matrix Spike (AK63321-MS1)Prepared: 11/08/16 Analyzed: 11/10/16 Source: 16J2586-20
Lead 5.0 20.6 QM-4X70-130265901955mg/kg dry
Matrix Spike (AK63321-MS2)Prepared: 11/08/16 Analyzed: 11/10/16 Source: 16J2586-29
Lead 5.0 22.0 70-13072.66.9823.0 mg/kg dry
Matrix Spike Dup (AK63321-MSD1)Prepared: 11/08/16 Analyzed: 11/10/16 Source: 16J2586-20
Lead 5.0 20.6 20 QM-4X70-130NR 30.4901703mg/kg dry
The results in this report apply to the samples analyzed in accordance with the chain of custody document. This analytical report must be reproduced in its entirety.
Page 14 of 16
11/11/16 16:42
Reported:
-
Lead Testing
Dave Kremer
Project Number:
Project:
Project Manager:
Sacramento, CA 95833
2379 Gateway Oaks Dr #200
HDR INC- Sacramento
Result
Reporting
Units Level
Spike
Result
Source
%REC
%REC
Limits RPD
RPD
Limit Flag Analyte(s)
Conventional Chemistry Parameters by APHA/EPA Methods - Quality Control
Limit
Batch AJ64100 - General Preparation
Blank (AJ64100-BLK1)Prepared: 10/31/16 Analyzed: 11/03/16
% Solids 0.100ND %
Duplicate (AJ64100-DUP1)Prepared: 10/31/16 Analyzed: 11/03/16 Source: 16J2586-16
% Solids 0.100 200.14192.392.5 %
Duplicate (AJ64100-DUP2)Prepared: 10/31/16 Analyzed: 11/03/16 Source: 16J2586-20
% Solids 0.100 200.21797.096.8 %
Batch AJ64101 - General Preparation
Blank (AJ64101-BLK1)Prepared: 10/31/16 Analyzed: 11/03/16
% Solids 0.100ND %
Duplicate (AJ64101-DUP1)Prepared: 10/31/16 Analyzed: 11/03/16 Source: 16J2586-32
% Solids 0.100 200.14973.773.8 %
The results in this report apply to the samples analyzed in accordance with the chain of custody document. This analytical report must be reproduced in its entirety.
Page 15 of 16
11/11/16 16:42
Reported:
-
Lead Testing
Dave Kremer
Project Number:
Project:
Project Manager:
Sacramento, CA 95833
2379 Gateway Oaks Dr #200
HDR INC- Sacramento
Notes and Definitions
QM-4X The spike recovery was outside of QC acceptance limits for the MS and/or MSD due to analyte concentration at 4 times or
greater the spike concentration. The QC batch was accepted based on LCS and/or LCSD recoveries within the acceptance
limits.
RPD Relative Percent Difference
dry Sample results reported on a dry weight basis
ND Analyte NOT DETECTED at or above the reporting limit
REC Recovery
The results in this report apply to the samples analyzed in accordance with the chain of custody document. This analytical report must be reproduced in its entirety.
Page 16 of 16
HDR INC- Sacramento
RE: Lead Testing
Sacramento, CA 95833
2379 Gateway Oaks Dr #200
Jeanette L. Poplin For Adam V. Angulo
Project Manager
Enclosed are the results of analyses for samples received by the laboratory on 12/20/16 12:00. If you
have any questions concerning this report, please feel free to contact me.
Sincerely,
09 January 2017
Attn: Dave Kremer
ELAP Certificates 1551, 2728, and 2922
Work Order: 16L2031
01/09/17 13:54
Reported:
-
Lead Testing
Dave Kremer
Project Number:
Project:
Project Manager:
Sacramento, CA 95833
2379 Gateway Oaks Dr #200
HDR INC- Sacramento
ANALYTICAL REPORT FOR SAMPLES
Sample ID Laboratory ID Matrix Date Sampled Date Received
SLOGR-009-0-NS (REF#16J2586-18)16L2031-01 Soil 10/25/16 15:00 12/20/16 12:00
SLOGR-010-0-NS (REF#16J2586-20)16L2031-02 Soil 10/25/16 15:19 12/20/16 12:00
SLOGR-021-0-NS (REF#16J2586-23)16L2031-03 Soil 10/26/16 09:55 12/20/16 12:00
Received date indicates date additional analyses requested. Actual received date was 10-27-16 @ 2140.
The results in this report apply to the samples analyzed in accordance with the chain of custody document. This analytical report must be reproduced in its entirety.
Page 1 of 4
01/09/17 13:54
Reported:
-
Lead Testing
Dave Kremer
Project Number:
Project:
Project Manager:
Sacramento, CA 95833
2379 Gateway Oaks Dr #200
HDR INC- Sacramento
Result NoteDilutionBatchPreparedAnalyzedMethodReporting Limit
Sample Type: Soil Sampled: 10/25/16 15:00SLOGR-009-0-NS (REF#16J2586-18) (16L2031-01)
STLC Metals by EPA 6000/7000 Series Methods
Lead 69 0.50 mg/L 1 AA73311 01/05/17 14:23 01/06/17 13:59 EPA 6010B
TCLP Metals by EPA 6000/7000 Series Methods
Lead 33 0.10 mg/L 1 AA73310 01/05/17 14:22 01/06/17 14:12 EPA 6010B
Sample Type: Soil Sampled: 10/25/16 15:19SLOGR-010-0-NS (REF#16J2586-20) (16L2031-02)
STLC Metals by EPA 6000/7000 Series Methods
Lead 170 0.50 mg/L 1 AA73311 01/05/17 14:23 01/06/17 13:53 EPA 6010B
TCLP Metals by EPA 6000/7000 Series Methods
Lead 76 0.10 mg/L 1 AA73310 01/05/17 14:22 01/06/17 14:20 EPA 6010B
Sample Type: Soil Sampled: 10/26/16 09:55SLOGR-021-0-NS (REF#16J2586-23) (16L2031-03)
STLC Metals by EPA 6000/7000 Series Methods
Lead 0.72 0.50 mg/L 1 AA73311 01/05/17 14:23 01/06/17 14:06 EPA 6010B
The results in this report apply to the samples analyzed in accordance with the chain of custody document. This analytical report must be reproduced in its entirety.
Page 2 of 4
01/09/17 13:54
Reported:
-
Lead Testing
Dave Kremer
Project Number:
Project:
Project Manager:
Sacramento, CA 95833
2379 Gateway Oaks Dr #200
HDR INC- Sacramento
Result
Reporting
Units Level
Spike
Result
Source
%REC
%REC
Limits RPD
RPD
Limit Flag Analyte(s)
STLC Metals by EPA 6000/7000 Series Methods - Quality Control
Limit
Batch AA73311 - WET/3015
Blank (AA73311-BLK1)Prepared: 01/05/17 Analyzed: 01/06/17
Lead 0.50ND mg/L
LCS (AA73311-BS1)Prepared: 01/05/17 Analyzed: 01/06/17
Lead 0.50 2.00 85-11599.01.98 mg/L
Duplicate (AA73311-DUP1)Prepared: 01/05/17 Analyzed: 01/06/17 Source: 16L2031-02
Lead 0.50 204.35168161mg/L
Matrix Spike (AA73311-MS1)Prepared: 01/05/17 Analyzed: 01/06/17 Source: 16L2031-02
Lead 0.50 2.00 QM-4X70-130NR168165mg/L
Matrix Spike Dup (AA73311-MSD1)Prepared: 01/05/17 Analyzed: 01/06/17 Source: 16L2031-02
Lead 0.50 2.00 20 QM-4X70-130NR 5.54168156mg/L
The results in this report apply to the samples analyzed in accordance with the chain of custody document. This analytical report must be reproduced in its entirety.
Page 3 of 4
01/09/17 13:54
Reported:
-
Lead Testing
Dave Kremer
Project Number:
Project:
Project Manager:
Sacramento, CA 95833
2379 Gateway Oaks Dr #200
HDR INC- Sacramento
Notes and Definitions
QM-4X The spike recovery was outside of QC acceptance limits for the MS and/or MSD due to analyte concentration at 4 times or
greater the spike concentration. The QC batch was accepted based on LCS and/or LCSD recoveries within the acceptance
limits.
RPD Relative Percent Difference
dry Sample results reported on a dry weight basis
ND Analyte NOT DETECTED at or above the reporting limit
REC Recovery
The results in this report apply to the samples analyzed in accordance with the chain of custody document. This analytical report must be reproduced in its entirety.
Page 4 of 4
HDR | Indoor Gun Range Demolition - Technical Approach
Indoor Gun Range Demolition - Technical Approach
Date: Friday, February 03, 2017
Project: San Luis Obispo Indoor Gun Range
To:
From: Dave Kremer, P.G. – HDR
Subject: Indoor gun range demolition – technical approach
The purpose of this memo is to summarize the technical approach for the lead abatement and
demolition of the San Luis Obispo indoor gun range.
PROJECT OBJECTIVE
The objective of the lead abatement is to provide various services to mitigate/reduce the heath
risks to construction workers and costs associated with lead dust and fragments at the gun
range. The objective of the demolition is to disconnect all utilities to the gun range and remove
the structure down to bare earth.
LEAD ABATEMENT APPROACH
The lead abatement approach will include the following activities.
Lead Removal/Recycling – A contractor would perform lead removal from the bullet
traps and range floor. This service should focus on economically recoverable lead within
these areas. The lead would be stored in drums and transported to a local recycling
facility.
Lead Cleaning/Mitigation – A contractor would perform a “bulk decontamination” of the
building. The goal would be to HEPA vacuum visible, standing dust of accessible areas
that may be considered lead-containing. In addition, limited wet-wiping of interior items
(such as desks, chairs, cabinets, etc.) may also occur.
Guaranteed ECOBOND® Lead Stabilization – HDR’s estimate of probable
construction cost included the use of a contractor that maintains a broad portfolio of
patented and proprietary chemical metals stabilization processes that provide permanent
stabilization of all heavy metals including lead. The resulting treated materials contain
extremely stable metal compounds that virtually eliminate the leaching of metals to the
environment. Application of a lead stabilization reagent, such as ECOBOND®, to firing
range materials is a Best Management Practice (BMP) for range soils as identified in the
US EPA Best Management Practices at Outdoor Shooting Ranges (USE EPA 2005).
Confirmation samples would be collected to confirm that potential health risks to
construction workers have been mitigated, that the structure materials and the contents
within the structure can be disposed of as general construction debris, and the treated
soil can be dispose of as non-hazardous.
Reporting – Finally a lead abatement technical memorandum should be prepared to
summarize the onsite activities performed, the dates and timeframe in which the work
was performed, confirmation sample results and laboratory data packages,
documentation of the amount of lead recovered and recycled from the range, and the
certificate of recycling.
GUN RANGE DEMOLITION APPROACH
Once the lead abatement activities are completed a local demolition company could be
contracted to perform a standard building demolition. The general scope of work would include
the following:
Utility disconnects to the structure,
Remove any contents from within the structure for disposal,
Demolition of the structure to bare earth,
Removal of all construction debris and transport to landfill for disposal and/or
recycling, and
Removal and disposal of 60 cubic yards or 90 tons of soil.
CLOSURE REPORTING
Upon completion of the remediation, demolition, and disposal of wastes, a closure report should
be prepared to document activities that were conducted. This closure report should include, but
would not be limited to the following:
Site assessment findings, conclusions, and recommendations
Equipment and personnel utilized in the remediation and demolition activities
Volumes of wastes generated
Confirmation sample results
Site restoration
Photograph log of activities performed
Daily field logs and sample forms
Laboratory data packages
Signed landfill manifests
Deviations to the methods and/or procedures outlined in the work plan
1
May 10, 2017
Michael McGuire
City of San Luis Obispo – Public Works
919 Palm Street
San Luis Obispo, CA 93401
RE: Asbestos Building Inspection – 43 Prado Road, San Luis Obispo, California
INTRODUCTION
This report presents the findings of West Coast Safety Consultants inspection for asbestos containing building
materials at the old gun range located at 43 Prado Road, San Luis Obispo, California on May 5, 2017. Three small
rooms in the office were locked and inaccessible. All other accessible areas were visibly inspected and samples of
suspect material were obtained and analyzed.
Our survey involved sampling and analyzing suspect materials to test for the presence of asbestos. A detailed
description of the work is outlined below.
1. Inspected all accessible areas of the building for Category I Non-friable, Category II Non-friable, and other
Regulated Asbestos Containing Materials. Samples were collected recording:
a. Sample location
b. Sample description
c. Friability
d. Condition of the material
e. Potential for disturbance
2. Submitted samples to an EPA accredited laboratory which will provide a report containing the following:
a. West Coast Safety Consultants sample identification number
b. Laboratory sample identification number
c. Analytical technique
d. Quality control procedures
e. Type and percentage of asbestos in each material
4581 Wavertree Street $ San Luis Obispo, CA 93401 $ Phone (805) 748-8832
2
3. Analyzed the sample results and generated this report which includes:
a. Definitions
b. Executive Summary
c. Findings
d. Conclusions and Recommendations
e. Sample Result Summary (Appendix A)
f. Sample Location Diagram (Appendix B)
g. Laboratory Report (Appendix C)
h. Inspectors Credentials (Appendix D)
DEFINITIONS
Asbestos
Types of asbestos include chrysotile, amosite, crocidolite, tremolite, anthophyllite, actinolite and any of these minerals
that have been chemically treated and/or altered.
Asbestos Containing Material (ACM)
Means any material containing more than one percent asbestos.
Category I Non-friable ACM
Asbestos containing packings, gaskets, resilient floor coverings, and asphalt roofing products containing more than 1
percent asbestos as determined using the method specified in Appendix A, Subpart F, 40 CFR Part 763, Section 1,
Polarized Light Microscopy (PLM).
Category II Non-friable ACM
Any non-friable material, excluding Category I Non-friable ACM, containing more than 1% asbestos as determined
using PLM.
Friable ACM
Any material containing more than 1% asbestos as determined using PLM that when dry can be crumbled, pulverized,
or reduced to powder by hand pressure.
NESHAPS
The National Emission Standards for Hazardous Air Pollutants (40 CFR Part 61).
Regulated Asbestos Containing Material (RACM)
Any material containing more than 1% asbestos which is:
a. Friable or;
b. Category I Non-friable ACM that has become friable or;
c. Category I Non-friable ACM that will be or has been subjected to sanding, grinding, cutting,
abrading or;
d. Category II ACM that has a high probability of becoming or has become crumbled, pulverized, or
reduced to a powder by the forces expected to act on the material in the course of demolition.
WEST COAST SAFETY CONSULTANTS
3
EXECUTIVE SUMMARY
MATERIALS WHICH CONTAIN ASBESTOS:
Drywall/Joint Compound located on the interior walls contains a trace (<1%) chrysotile asbestos.
SUSPECT MATERIALS WHICH NO ASBESTOS WAS DETECTED:
Shingle and Felt Roofing Materials were sampled and no asbestos was detected in any of the samples.
FINDINGS
West Coast Safety Consultants collected samples of each suspect asbestos containing building material (ACBM)
encountered at the specific site location. The Environmental Protection Agency (EPA) sampling protocol was
utilized which requires multiple samples of suspect asbestos containing materials which are applied by spraying or
troweling. A total of five (5) samples were submitted to Forensic Analytical Services, Inc., an EPA accredited
laboratory for analytical testing. Laboratory results are found in appendix C of this report. The asbestos 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.
Of the five (5) samples that were analyzed for asbestos, three (3) were found to contain asbestos. The location of
these samples, their description, and our recommended solution to mitigate any potential hazards emanating from
contact with these materials is as follows:
Sample Number: GR-01, GR-02, GR-03
Sample Description: Drywall/Joint Compound
Location of Material: Interior Walls
Quantity of Material: Approximately 500 Square Feet
Type and % Asbestos: Trace (<1%) Chrysotile
NESHAP Classification: Not regulated because the material contains less than 1% asbestos.
Overall Condition: The material was generally intact and in good condition, however the bathroom
was significantly damaged from water.
Disturbance Potential: Slight because the asbestos is only located in the joint compound which is covered
by layers of paint.
Recommended Response: This material should be maintained in its current condition, and removed prior to
demolition, renovation, or any other activity which would disturb the material by
an asbestos abatement contractor that is licensed by the State of California. Do
not sand, saw, or abrade the material.
WEST COAST SAFETY CONSULTANTS
4
CONCLUSIONS AND RECOMMENDATIONS
The asbestos containing materials identified in this report are generally intact and in good condition. Intact and
undisturbed asbestos containing building materials do not pose a health risk to the building occupants. Disturbing the
material improperly however, could expose the building occupants to airborne asbestos fibers. West Coast Safety
Consultants recommends all the asbestos containing materials identified in this report be maintained in their current
condition and removed prior to demolition, renovation or any activity which could disturb those materials by an
asbestos abatement contractor licensed by the State of California. If additional suspect materials are discovered
during demolition or renovation activities, the material should be assumed to contain asbestos until sampling proves
otherwise.
Estimated quantities of asbestos containing material identified in this report are intended as estimates only. Prior to
removal of asbestos containing materials, West Coast Safety Consultants recommends the contractor make a
thorough site investigation to independently ascertain the actual quantities prior to submitting a price quote.
These conclusions and recommendations are based on the requirements set forth in 40 CFR Part 61, National Emission
Standards for Hazardous Air Pollutants (NESHAP), and Title 8, Chapter 4, Paragraph 1529, the Asbestos Standard of
the California Occupational Safety and Health Administration.
CLOSURE
The findings and conclusions rendered in this report are opinions based on the scope of work authorized by the client
and laboratory analysis of building material 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, in spite of exhaustive additional testing. Our 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 is made to identify all the asbestos containing materials in a building, it is possible for asbestos
containing materials which are located under sub-floors, behind walls or otherwise hidden from view to go undetected
until demolition or renovation activities uncover the material. If additional suspect materials are discovered, West
Coast Safety Consultants will collect samples and provide a report for no additional cost other than the laboratory fee
for sample analysis.
Enclosed with this report is a sample result summary, sample location diagram, laboratory report from Forensic
Analytical Services and a copy of my asbestos certification. I appreciate this opportunity to be of service. Should you
have any questions or comments regarding this report, please contact this office at your convenience.
West Coast Safety Consultants,
Michael Mc Guire, CSP
Certified Asbestos Consultant (#92-0534)
WEST COAST SAFETY CONSULTANTS
APPENDIX A
ASBESTOS SAMPLE RESULT SUMMARY
Sample # Material Location Asbestos Content
GR-01 Drywall/Joint Compound Range Wall Trace (<1%) Chrysotile
GR-02 Drywall/Joint Compound Office Wall Trace (<1%) Chrysotile
GR-03 Drywall/Joint Compound Restroom Wall Trace (<1%) Chrysotile
GR-04 Shingle Roof None Detected
GR-05 Felt Roof None Detected
WEST COAST SAFETY CONSULTANTS
APPENDIX B
SAMPLE LOCATION DIAGRAM
43 Prado Road
San Luis Obispo, California
PRADO
DAY
CENTER
NOT
INSPECTED
GUN
RANGE
WEST COAST SAFETY CONSULTANTS
PRADO ROAD
GR-04, 05
GR-03
GR-02
GR-01
APPENDIX C
LABORATORY REPORTS
WEST COAST SAFETY CONSULTANTS
Final Report
(EPA Method 600/R-93-116, Visual Area Estimation)
Bulk Asbestos Analysis
5318Client ID:West Coast Safety Consultants
B238994Report Number:Michael McGuire
Date Received:
05/08/17Date Analyzed:4581 Wavertree
05/09/17Date Printed:San Luis Obispo, CA 93405
First Reported:
5318Old Gun Range, 43 Prado Rd., San Luis Obispo FALI Job ID:Job ID/Site:
Date(s) Collected:05/05/2017
5Total Samples Submitted:
Total Samples Analyzed:5
05/08/17
05/09/17
Sample ID Lab Number
Asbestos
Type
Percent in
Layer
Asbestos AsbestosPercent in Percent in
Type TypeLayer Layer
GR-01 11887790
Layer: White Drywall ND
Layer: Off-White Joint Compound Chrysotile 2 %
Layer: Off-White Tape ND
Layer: Off-White Joint Compound Chrysotile 2 %
Layer: Paint ND
Asbestos (Trace)Total Composite Values of Fibrous Components:
Cellulose (20 %) Fibrous Glass (10 %)
GR-02 11887791
Layer: White Drywall ND
Layer: Off-White Joint Compound Chrysotile 2 %
Layer: Paint ND
Asbestos (Trace)Total Composite Values of Fibrous Components:
Cellulose (20 %) Fibrous Glass (10 %)
GR-03 11887792
Layer: White Drywall ND
Layer: Off-White Joint Compound Chrysotile 2 %
Layer: Paint ND
Asbestos (Trace)Total Composite Values of Fibrous Components:
Cellulose (20 %) Fibrous Glass (10 %)
GR-04 11887793
Layer: White Roof Shingle ND
Asbestos (ND)Total Composite Values of Fibrous Components:
Cellulose (55 %)
GR-05 11887794
Layer: Black Felt ND
Asbestos (ND)Total Composite Values of Fibrous Components:
Cellulose (80 %)
1 of 2
3777 Depot Road, Suite 409, Hayward, CA 94545 / Telephone: (510) 887-8828 (800) 827-FASI / Fax: (510) 887-4218
Report Number:B238994
Date Printed:05/09/17Client Name:West Coast Safety Consultants
Sample ID Lab Number
Asbestos
Type
Percent in
Layer
Asbestos AsbestosPercent in Percent in
Type TypeLayer Layer
Analytical results and reports are generated by Forensic Analytical Laboratories Inc. (FALI) at the request of and for the exclusive use of the person or entity (client) named on such
report. Results, reports or copies of same will not be released by FALI to any third party without prior written request from client. This report applies only to the sample(s) tested.
Supporting laboratory documentation is available upon request. This report must not be reproduced except in full, unless approved by FALI. The client is solely responsible for the
use and interpretation of test results and reports requested from FALI. Forensic Analytical Laboratories Inc. is not able to assess the degree of hazard resulting from materials
analyzed. FALI reserves the right to dispose of all samples after a period of thirty (30) days, according to all state and federal guidelines, unless otherwise specified. All samples were
received in acceptable condition unless otherwise noted.
Note: Limit of Quantification ('LOQ') = 1%. 'Trace' denotes the presence of asbestos below the LOQ. 'ND' = 'None Detected'.
Tad Thrower, Laboratory Supervisor, Hayward Laboratory
2 of 2
3777 Depot Road, Suite 409, Hayward, CA 94545 / Telephone: (510) 887-8828 (800) 827-FASI / Fax: (510) 887-4218
1
May 12, 2017
Michael McGuire
City of San Luis Obispo – Public Works
919 Palm Street
San Luis Obispo, CA 93401
RE: Lead Building Inspection – 43 Prado Road, San Luis Obispo, California
INTRODUCTION
This report presents the findings of West Coast Safety Consultants inspection for lead containing
building materials at the old gun range located at 43 Prado Road, San Luis Obispo, California on
May 5, 2017. The inspection was conducted for CAL-OSHA and EPA compliance in
conjunction with the renovation/demolition of the structure. All accessible areas were visibly
inspected and representative samples of suspect materials were obtained and analyzed. Samples
were not collected from every painted surface, however samples were obtained which represent
the majority of the painted surfaces inside and outside the building.
LEAD SAMPLE ANALYSIS
Our survey involved a visual inspection of the structure and sample collection from painted
surfaces. The samples analyzed by Forensic Analytical Specialties using Flame Atomic
Absorption in accordance with the Environmental Protection Agency (EPA) Method
(3050B/7420) to identify lead content. Forensic Analytical Specialties, Incorporated is a
laboratory which is certified to analyze for lead. 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 report.
4581 Wavertree Street $ San Luis Obispo, CA 93401 $ Phone (805) 748-8832
2
LEAD FINDINGS
West Coast Safety Consultants visual inspection indicated the majority of the painted surfaces on
the interior of the building were intact and in good condition. Areas with flaking and peeling
paint were observed on the interior office ceiling, office floor, exterior walls and fascia.
A total of 13 samples were collected and analyzed for lead content. The results in parts per
million (ppm) are as follows:
Sample# Location Description Lead Content
GR-101 Office Drywall Wall Beige Paint 680 ppm
GR-102 Office Block Wall Beige Paint None Detected
GR-103 Office Wood Ceiling Beige Paint 40,000 ppm*
GR-104 Office Wood Window Frame Beige Paint 3,600 ppm
GR-105 Office Metal Door Frame Beige Paint 1,100 ppm
GR-106 Office Concrete Floor Brown Paint 12,000 ppm*
GR-107 Office Metal Post Beige Paint 300 ppm
GR-108 Exterior Block Wall Green Paint None Detected
GR-109 Exterior Wood Eave Brown Paint 1,800 ppm
GR-110 Exterior Wood Wall Brown Paint 3,500 ppm
GR-111 Exterior Wood Fascia Green Paint 490 ppm
GR-112 Exterior Wood Door Green Paint 22,000 ppm
GR-113 Exterior Metal Post Green Paint 1,600 ppm
*Denotes Lead Hazard
As a comparison, the EPA and CDPH consider a material to be lead based paint when it exceeds
.5% or 5,000 ppm. 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.
WEST COAST SAFETY CONSULTANTS
3
SUMMARY
No lead was detected in the samples collected from the interior and exterior painted cinder block
walls.
Low levels of lead (less than 1,000 ppm) were detected in the samples collected from the following
building components:
1. Interior Drywall Walls
2. Interior Metal Posts
3. Exterior Wood Fascia
Moderate levels of lead (1,000 – 3,600 ppm) were detected in the samples collected from the
following building components:
1. Interior Door Frames
2. Interior Window Frames
3. Exterior Wood Walls
4. Exterior Wood Eaves
5. Exterior Metal Posts
High levels of lead (above 5,000 ppm) were detected in the samples collected from the following
building components:
1. Interior Wood Ceiling
2. Interior Concrete Floor
3. Exterior Doors
High levels of lead were detected on the interior painted concrete floor and wood ceiling. These
materials were damaged and flaking and peeling paint was observed. Damaged painted surfaces
containing more than 5,000 ppm lead are considered a lead hazard by the EPA and CDPH .
West Coast Safety Consultants recommends any contractor conducting work which will disturb
painted surfaces receive notification of the lead content and the condition of the lead containing
surfaces prior to demolition, renovation, or any activity which would disturb the material. All
work should be conducted in compliance with the CAL-OSHA and EPA regulations.
CLOSURE
The findings and conclusions rendered in this report are based on the scope of work authorized by
the client and laboratory analysis of building material 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 even with exhaustive
testing. All work has been performed in accordance with generally accepted practices in the field
of lead consultation.
WEST COAST SAFETY CONSULTANTS
4
The conclusions and recommendations listed in this report are based on the requirements set forth
in the Department of Housing and Urban Development Guidelines for the Evaluation and Control
of Lead-Based Paint Hazards in Housing, 40 CFR Part 61, National Emission Standards for
Hazardous Air Pollutants (NESHAP), and Section 1532.1 the Lead Standard of the California
Occupational Safety and Health Administration.
I have enclosed the required CDPH Notification of a Lead Inspection, a laboratory report from
Forensic Analytical, a sample location diagram and a copy of my lead credentials. If you have
any questions, please contact me at 805-748-8832. Thank you for choosing West Coast Safety
Consultants.
Sincerely,
Michael Mc Guire, CSP
CDPH Lead Certification #379
WEST COAST SAFETY CONSULTANTS
SAMPLE LOCATION DIAGRAM
43 Prado Road
San Luis Obispo, California
PRADO
DAY
CENTER
NOT
INSPECTED
GUN
RANGE
WEST COAST SAFETY CONSULTANTS
PRADO ROAD
GR-103
GR-101
GR-102
GR-109
GR-108
GR-107 GR-106
GR-105
GR-104
GR-110
GR-111
GR-112
GR-113
Metals Analysis of Paints
Client ID:
Report Number:
Date Received:
M184546
Job ID / Site:Old Gun Range, 240 16th St., Paso Robles
West Coast Safety Consultants
4581 Wavertree
5318
FALI Job ID:
Date Analyzed:
5318
Michael McGuire
San Luis Obispo, CA 93405 Date Printed:05/09/17
05/09/17
First Reported:05/09/17
05/08/17
Final Report
Date(s) Collected:5/5/17 Total Samples Submitted:
Total Samples Analyzed:
13
13
Sample Number Lab Number Result
Result Reporting Method
Analyte Units Limit*Reference
EPA 3050B/7000B0.068PbGR-101 30767258 wt% 0.006
EPA 3050B/7000B< 0.007PbGR-102 30767259 wt% 0.007
EPA 3050B/7000B4.0PbGR-103 30767260 wt% 0.3
EPA 3050B/7000B0.36PbGR-104 30767261 wt% 0.02
EPA 3050B/7000B0.11PbGR-105 30767262 wt% 0.007
EPA 3050B/7000B1.2PbGR-106 30767263 wt% 0.06
EPA 3050B/7000B0.030PbGR-107 30767264 wt% 0.007
EPA 3050B/7000B< 0.007PbGR-108 30767265 wt% 0.007
EPA 3050B/7000B0.18PbGR-109 30767266 wt% 0.02
EPA 3050B/7000B0.35PbGR-110 30767267 wt% 0.02
EPA 3050B/7000B0.049PbGR-111 30767268 wt% 0.006
EPA 3050B/7000B2.2PbGR-112 30767269 wt% 0.2
EPA 3050B/7000B0.16PbGR-113 30767270 wt% 0.007
Analytical results and reports are generated by Forensic Analytical at the request of and for the exclusive use of the person or entity (client) named on such report. Results,
reports or copies of same will not be released by Forensic Analytical to any third party without prior written request from client. This report applies only to the sample(s)
tested. Supporting laboratory documentation is available upon request. This report must not be reproduced except in full, unless approved by Forensic Analytical. The client
is solely responsible for the use and interpretation of test results and reports requested from Forensic Analytical. Forensic Analytical is not able to assess the degree of hazard
resulting from materials analyzed. Forensic Analytical reserves the right to dispose of all samples after a period of thirty (30) days, according to all state and federal
guidelines, unless otherwise specified. Any modifications that have been made to referenced test methods are documented in Forensic Analytical's Standard Operating
Procedures Manual. Sample results have not been blank corrected. Quality control and sample receipt condition were acceptable unless otherwise noted.
Daniele Siu, Laboratory Supervisor, Hayward Laboratory
* The Reporting Limit represents the lowest amount of analyte that the laboratory can confidently detect in the sample, and is not a
regulatory level. The Units for the Reporting Limit are the same as the Units for the Final Results.
3777 Depot Road, Suite 409, Hayward, CA 94545 / Telephone: (510) 887-8828 (800) 827-FASI / Fax: (510) 887-4218
1 of 1