Loading...
HomeMy WebLinkAboutRAL Investment Corporation dba Silverstrand Construction; 2021-10-19; PWS22-1552FACCITY OF CARLSBAD San Diego County . ' California CONTRACT DOCUMENTSJ GENERAL PROVISIONS AND CITY STANDARDS FOR THE POLICE & FIRE HEADQUA.RTERS RENOVATION PROJECT · (Sa£ ety Center) CONTRACT NO. 4715 PWS22-1552F AC -Bidding -TABLE OF CONTENTS Item Page Notice Inviting Bids ...... : ................ ;............................................................................................. 5 Contractor's Proposal.................................................................................................................. 12 Bid Security Form ................................ _. ........................... :··· .............. : ..................... :................... 19 Bidder's Bond to Accompany Proposal... ..................................................... :.............................. 20 Guide for Completing the "Designation of Subcontractors" Form ................... _............................ 21 ' Designation of Subcontractor and Amount of Subcontractor.'s Bid Items ..... ,............................ 22 Bidder's Statement of Technical Ability and Experience ............................ ,................................ 23 Bidder's Certificate of Insurance for General Liability, Employers' Liability, Automotive Liability and Workers' Co111pensation ............................................. .':........................................... 24 Bidder's Statement Re Debarment ... :......................................................................................... 25 Bidder's Disclosure of Discipline Record .. . . .. .. .. .. . . . . . .. . .... .. . . .. . .. . . .. . .. . . . . . . . .. . .. .. . .... ..... .. .. . ... . . 26 Non-collusion Declaration to Be Executed by Bidder and Submitted with Bid............................ 28 Contract Public Works .. :· ............................................ :................................................................. 29 Labor and Materials Bond ...................... · .............................................................. : ............ :......... . 36 Faithful Performanc~/Warranty Bond ............................................................................... :........... 38 Optional Escrow Agreement for Surety Deposits in Lieu of Retention........................................ 40 ATTACHMENTS Attachment A-Criminal BaGkground Check ........................ : ................... :................................... 43 Attachment B-City of Carlsbad Information Technology Infrastructure Requirements............. 45 Attachment C-City Facility Maintenance Design Standards (7/12/21) ...................................... 49 Attachment D -Electronic Submittal Procedures_-Submittai Exchange.·.................................. 52 ~ • ., Revised 6/12/18 Contract No. ~ Page 2 of 123 Pages Section 1 1-1 1-2 1-3 1-4 1.5 Section 2 2-1 2-2 2-3 2-4 2-5 2-6 2-7 2-8 2-9 2-10 2-11 2-12 Section 3 3-1 3-2 3-3 3-4 . ·3-5 Section 4 4-1 4-2 Section 5 5-1 . 5-2 5-3 5-4 .5-5 . 5-6 GENERAL PROVISIONS ·. Terms, Definitions Abbreviations and Symbols Terms .............................................................................. ;.................................. 54 Definitions ................. , .................................................................... :.................... 55 Abbreviations ........................................................................ :............................. .58 Units of Measure ................................................... 1 .......... : .......... ,........................ 61 Symbols ....................................................................... :...................................... 61 Scope and Control of The Work Award and Execution of Contract................. .. . .... .•.. .. . . . . ... . . .. .. .. .. .. .. .. .. .. .. .. . . ... .. . .. 62 Assignment. ...... ,........................................... .................................... .... .......... .... 62 Subcontracts ......... : ...........................................•.................. : .................... :........ 62 Contract Bonds: ................................................................................................... 63 Plans and Specifications ......................................................... :.......................... 64 Work to be Done· ........................................... : ......... :.......................................... 68 Subsurface Data ........................ : ............................... :........................................ 68. Right-of-Way ..... .-........................ -. ........................ : .......................... ., .......... '......... .68 . ' Surveying .................... .,. . . .. . . .... .. .. .. . . . . .. . . .. . . . . . .. . .. .. ... .. . . . . . . . . . . .. .. . . .. .. .. .. .. . . .. . . .. . . . . .. . . · 68 Authority of Board and Engineer ...................... : .................................... :............ 68 Inspection .............................. :: .......................................................... ·................. 69 Statutory References........................................................................................... 69. Changes in Work Changes Requested by the Contractor........ ........................ .. .. .. .. ..... .. . . .. . ... .. . .. .. 70 Changes Initiated by the Agency ................. : ........................... ,.......................... 70 Extra Work .......................................................... :................................................ 71 Changed Conditions .................................... .'...................................................... 7 4 Disputed Work ................................................................................................. ';·· 75 Control of Materials Materials and Workmanship: ..... ,.................. ......... ............................................. 81 Materials Transportat.ion, Handling and Storage................................................. .85 Utilities Location........................................................ ..... ... . ... .. .. .. .. . . .. .. .. .. . . .. . . . . . . . . . . .. ... . .... 86 Protection ..................................................... · .... . . .. . ... .. . . . . .. .. .. .. .. ... . ... . ... . .. .. .. .. . .. ... 86 Removal .. : .... : ........................ :················--····· ..... : ........ :....................................... 87 ·Relocation · .......... :................................................................................................ 87 Delays .......................................................................................... :..................... 88 . Cooperation ............................................................. : ........... : .. :............................. 88 Section 6 Prosecution; Progress and Acceptance of the Work 6-1 Construction Schedule and Commencement of Work ........................................ . 6-2 Prosecution of Work .................................................................................... : ..... . 6-3 Suspension of Work .................................................. · ......................................... · 6-4 Default by Contractor ................ _. ......................................................................... . 6-5 Termination of Contract .................................................................................... .. 6-6 · Delays and Extensions of Time ......................................................................... ; 6-7 Time of Completion .................. : ........................................................ : ........ : ...... . 6-8 Completion, Acceptance, and Warranty' ............................................................ . 6-9 Liquidated Damages .... : ...................................................................................... . 6-10 Use of Improvement buring Construction ........................................................ .. ..... ' ' 89 . 93 104 . 104 105 105 106 107 110 no <'-1 Revised 6/12/18 Contract No.~ Page 3 of 123 Pages Section 7 7-1 7-2 7-3 7-4 7-5 7-6 7;_7 7-8 7-9 7-10 7-11 7-12 7-13. 7-14 Section 8 8-1 9-2 Section 9 9-1 9-2 9-3 9-4 Responsibilities of the Contractor Contractor's Equipment and Facilities ...................................................... :......... 112 Labor.................................................................................................................. 112 Liability Insurance ......................................... ····························••.•······················· 112 Workers' Compensation Insurance ....... :............................................................. 112 Permits ............................................................................................. : .. :.............. 113 The Contractor's Representative ............. ;.... ...................................................... 113 Cooperation and Collateral Work ........................................................... :.:.......... 113 Project Site Maintenance.................................................................................... 114 Protection and Restoration of Existing Improvements .......... ,.............................. 115 Public Convenience and Safety ................... .......................... ............................ 115 Patent. ~ees. or Royalties ............................................ ·······································: 118 Advert1s1ng. .. .. .. .. .... .. ...... .. .. .. . . .. . . ..... ..... ... .... .. . . . . .. . . .. . . .. . . .. . . .. .. .. .. .. .. .. .. . . . . . . . . .. . . .. . . . . 118 Laws to be Observed .. . .. . .. .. . . .. . . ... . . .... .... .... .. . . . . .. . . .. . . .. . . .. . . .. .. .. .. .. .. .. .. . . .. . . .. . . . . .. . . .. 118 Antitrust Claims .......... : ........... :..................... ...................................................... 118 Facilities for Construction Personnel General ................................................................................... ;.............................. 119 Field Offices ............................................................. _. ............ :............................. 119 Measurement.and Payment Measurement of Quantities for Unit Price Work ................................................. . ~~~~:n~~.~~~~::::::::::::::::::::::::·::::::::::::::::::: ::::::::::·:::::::::::::::::::::::::::::::::::::::::::: Bid Items ........................................................................................................... . 120 120 120 123 . EXHIBITS (Separate Attachments) ' Exhibit 1' -Carlsbad Safety Center-EOC Wing, Volume 1 Exhibit 2 -Carlsbad Safety Center-EOC Wing, Volume 2 Exhibit 3 -Carlsbad S~fety Center-Vol 1 Specs 7-28-2021 Exhibit 4 ~ Carlsbad Safety Center-Vol 2 Specs 4-14-2021 l;xhibit 5 -Contractor's Site Logistics Plan 7-28-2921 ('\ ., Revised 6/12/18 Contract No. ~ Page 4 of 123 Pages CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS Until 5 p.m. on September 8, 2021 , the City shall accept bids via electronic format via the City of Carlsbad Electronic Bidding Site, PlanetBids, which may be accessed at Contracting & Purchasing I Carlsbad, CA (carlsbadca.gov). for performing the work as follows: POLICE & FIRE HEADQUARTERS RENOVATION PROJECT (SAFETY CENTER) CONTRACT NO. 4715 BID NO. PWS22-1552FAC ELECTRONIC FORMAT RECEIPT AND OPENING OF BIDS: Bids will be received in electronic format (eBids) EXCLUSIVELY at the City of Carlsbad's electronic bidding (eBidding) site, at: Contracting & Purchasing I Carlsbad, CA (carlsbadca.gov) and are due by the date and time shown on the cover of this solicitation. BIDDERS MUST. BE PRE-REGISTERED with the City's bidding system and possess a system- assigned Digital ID in order to submit an electronic bid. The City's electronic bidding (eBidding) system will automatically track information submitted to the site including IP addresses, browsers being used and the URLs from which information was submitted. In addition, the City's bidding system will keep a history of every login instance including the time of login, and other information about the user's computer configuration such as the operating system, browser type,· version, and more. Because of these security features, Bidders who disable their browsers' cookies will not be able to log in and use the City's bidding system. The City's electronic bidding system is responsible far bid tabulations. Upon the bidder's or proposer's entry of their bid, th~ system will ensure that all required fields are entered. The system will not accept a bid for which any required information is missing. This includes all necessary pricing, subcontractor listing(s) and any other essential documentation and supporting materials and forms requested or contained in these solicitation documents. BIDS REMAIN SEALED UNTIL DUE DATE AND TIME. eBids are transmitted into the City's bidding system via hypertext transfer protocol secure (https) mechanism using SSL 128-256-bit security certificates issued from Verisign/Thawte which encrypts data being transferred from client to server. Bids submitted prior to the Due Date and Time are not available for review by anyone other than the submitter, who will have until the Due Date and Time to change, rescind or retrieve its bid should they desire to do so. BIDS MUST BE SUBMITTED BY DUE DA TE AND TIME. Once the deadline is reached, no further submissions are accepted into the system. Once the Due Date and Time has passed, bidders, proposers, the general public, and City staff are able to immediately see the results online. City staff may then begin reviewing the submissions for respbnsiveness, compliance and other issues. RECAPITULATION OF THE WORK. Bids shall not contain any recapitulation of the Work. Conditional Bids may be rejected as being non- responsive. Alternative proposals will not be considered unless called for. BIDS MAY BE WITHDRAWN by the Bidder prior to, but not after time set as Due Date and Time. ,, •+' Revised 6/1 2/18 Contract No. 4715 Page 5 of 123 Pages Important Note: Submission of the electronic bid into the system may not be instantaneous. Due to the speed and capabilities of the user's internet service provid~r (I SP), bandwidth, computer hardware and other variables, it may take time for the bidder's submission to upload and be received by the City's eBidding system. It is ·the bidder's sole responsibility to ensure their bids are received on time by the City's eBidding system. The City of Carlsbad is not responsible for .bids that do not arrive .bY the.Due Date and Tinie. ELECTRONIC SUBMISSIONS CARRY FULL FORCE AND EFFECT. The Bidder, by submitting their electronic proposal, agrees to and certifies under penalty of ~rjury under the laws of the State of California, that the certification, forms and affidavits submitted as part of this proposal are true and correct. The bidder, by submitting its electronic bid,. acknowledges that doing so carries the same force and full legal effect as a paper submission with a longhand (wet) signature. By submitting an electronic bid, the bidder certifies that the bidder has thoroughly examined and unaerstands the entire Contract Documents (which consist of the plans c1nd specifications, drawings, forms, affidavits and the solicitation documents), and that by submitting the eBid as its bid proposal, the bidder acknowledges, agrees to and is bound by the entire Contract Documents, including any addenda issued thereto, and incorporated by reference in the Contract Documents. BIDS ARE PUBLIC RECORDS . Upon receipt by the City, bids shall become public records subject to public disclosure. It is the responsibility of the Bidder to clearly identify any confidential, proprietary, trade secret or otherwise legally privileged information contained within the proposal's General references to sections of the California Public Records Act (PRA) will not suffice. If the Bidder does not provide applicable case law that clearly establishes that the requested information is exempt from the disclosure requirements. of the PRA, the City shall be free to release the information when required in accordance with the PRA, pursuant to any other applicable law, or by order of any court or government agency, and the Bidder agrees to hold the.City harmless for any such release of this information.. . · This bid and the terms of the Contract Documents and Supplemental Provisions constitute an irrevo- cable offer .that shall remain valid and in full force for a period of 90 days and such additional time as may be mutually agreed upon by the City of Carlsbad and the Bidder. INSTRUCTIONS TO BIDDERS AND BID REQUIREMENTS This bid and the terms of the Contract Documents and General Provisions constitute ~n irrevocable • offer that shall remain valid and in· full force for a period of 90 days and such additional time as may be mutually agreed upon by the City of Carlsbad and .the Bidder. No bid will be received unless it is made on a proposal form furnished by the Purchasing Department. Each bid must be accompanied by security in a form and amount required by law. The bidder's security of the second and third next lowest responsive bidders may be withheld until the Contract has been fully executed. The security submitted by all other unsuccessful bidders· shall be returned to them, or deemed void, within ten (10) days after the Contract is awarded. Pursuant to the provisions of law · (Public Contract Code section 10263), appropriate securities may be substituted for any obligation required by this notice or for any monies withheld by the City to ensure ·performance under this Con- tract. Section 10263 of the Public Contract Code requires monies or ·securities to be deposited with the City or a state or federally chartered bank in California as the escrow agent. The escrow agent shall maintain insurance to cover negligent acts and omissions of the agent in con~ection with the· . handling of retentions under this section in an amount not less than $100,000 per contract. The City of Carlsbad may disqualify a contractor or subcontrac~or frorri participating in bidding when a contractor or subcontractor has peen debarred by the City of Carl$bad or another jurisdiction in the State of. California as an irresponsible bidder. ft ~, Revised 6/12/18 Co.ntract No. 4715 Page 6 of 123 Pages GENERAL SCOPE OF WORK Carlsbad Safety Center is located at 2560 Orion Way, Carlsbad CA 92010. The City desires to reno- vate the Safety Center per the plans and specifications for the work as indicated in the Bid Documents. The work shall be performed in strict conformity with the plans, provisions, and specifications as ap- proved by the City Council of the City of Carlsbad on file with the City Clerk's Office at 1200 Carlsbad -Village Drive, Carlsbad, CA 92008-7314. The specifications for the work include the Specifications for Construction dated April 14, 2021, volumes 1 and 2, and titled City of Carlsbad Safety Center Reno- vation. Specification Reference is hereby made to the plans and specifications for full particulars and description of the work. To optimize document management during the project, the contactor sh.all use Submittal Exchange software (www.submittalexchange.com) to submit, track, distribute and collaborate on project docu- mentation / action items. Contractor to obtain software and necessary licenses for contractor's own staff and up to seven (7) city staff/consultant team members to access project information for collab- orative purposes. See Attachment D, Electronic Submittal Procedures -Submittal Exchange, and specification sections 2-5.3.5 and 6-1.2.4 for additional information. To optimize workflow and.collaboration with all project stakeholders, contractor shall work with City's third-party construction management firm (Griffin Structures). Contractor is encouraged to use pull planning and last planner techniques to manage the project and stay on schedule. The City of Carlsbad encourages the participation of minority and women-owned businesses. The City of Carlsbad also encourages all bidders, suppliers, manufacturers, fabricators and contractors to uti- lize recycled and recyclable materials when available, appropriate and approved by the Engineer. CRIMINAL BACKGROUND CHECK Selected contractor will be required to submit employees' and subcontracted employee names, ad- dresses, social security numbers (last 4 digits), driver's licenses and dates of birth for all personnel conducting work inside the building. Information will be used by Carlsbad Police Department to con- duct a criminal background check. lnformat_ion will be kept confidential under the California Public Records Act and will be destroyed pursuant to the city's retention schedule. Any employees/subcon- tracted personnel that do not pass the criminal background check will not be allowed on site." See Attachment A. BID DOCUMENTS The bid documents comprise the following documents which must be completed arid properly exe- cut_ed including notarization, where indicated. 1 . Contractor's Proposal 2. Bidder's Bond (At Time of Bid Submit PDF Copy via PlanetBids / All Bidders). Bid Bond (Original) Due within Two Business Days After Bid Opening / 3 Apparent Low Bidders. 3. Non-collusion Declaration 4. Designation of Subcontractor and Amount of Subcontractor's Bid 5. Bidder's Statement of Technical Ability and Experience , . 6. Acknowledgement of Addenduhl(s) 7. Certificate of Insurance. The riders covering the City, its official~. employees and volunteers may be omitted at the time of bid submittal but shall be provided by the Bidder prior to award of contract. 8. Bidder's Statement Re Debarment · 9. Bidder's Disclosure of Discipline Record . 10: Escrow Agreement for Security Deposits -(optional, must be completed if the Bidder wishes to use the Escrow Agreement for Security) ,, •+;' Revised 6/12/18 Contract No. 4715 Page 7 of 123 Pages BIDDER'S GUARANTEE OF GOOD FAITH (BID SECURITY) At the time of bid submission, bidders must upload and submit an electronic PDF copy of the afore-· mentioned bid security. Whether in the form of a cashier's check, a properly certified check or an . approved corporate surety bond payable to the City of Carlsbad, the bid security must be uploaded to the City's eBidding system. Within two (2) business days a~er the bid opening date, the first three (3) apparent low bi.ciders must provide the City with the original bid security. Failure to submit the electronic version of the bid security at time of bid submission shall cause the bid to be rejected and deemed non-responsive. Only the three (3) apparent low bidders are required to .submit original bid security to the city within two (2) business days after bid opening date. Failure to provide the original within two (2) business days may deem the bidder non-responsive. ENGINEER'S ESTIMATE All bids will be compared on th_e· basis of the Engineer's Estimate. Th_e estimated quantities listed in the Contractor's Proposal are approximate and serve solely as a basis f~r the comparison of bids. The Engineer's Estimate is $13,700,000. · · TIME OF COMPLETION The contractor shall complete the Work within the time set in the contract as defi_ned in the General Provisions Section 6-7. SPECIAL TY CONTRACTORS: ACCEPTABLE LICENSE TYPES Except as provided herein a bid submitted to the Cify by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be re- jected by the City. In all contracts where federal funds are involved, no bid submitted shall be invalidated . by the failure of the bidder to be licensed in accordance with California law .. Where federal funds are involved the contractor shall be properly licen&ed at t~e time the contract is awarded. In all other cases the contractor shall state their license number, expiration date and classification in the proposal, under penalty of perjury. This i,nvitation to bid .does not include federal funds. The following classifications are acceptable for this contract: _B-General Building. BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE Contractor and his designated subcontractor(s) shall demonstrate, providing proof of their ex- perience and technical ability for construction in the disciplines of construction required to complete this project · · Proof of the Contractor's technical ability and experience (as outlined below) shall be attached to The Bidder's Statement' of Technical Ability and Experience to be Included with the Contrac- tor's bid. The statement and listing of information shall include but not be limited to the suc- cessful ~onstructlon of a mlnlmu·m of the iollowlng: The City will only consider Contractors that demonstrate they have the experience and ability to manage, construct, and staff the project. · · 1. Submit no more than three projects fully completed by the Contractor within the la~t 10 years that are comparable in size, scope, complexity, building, type, technically sound and aesthetically distinctive projects constructed for 'public ·owner or institutional clients. The City will not give additional consideration for submitting more than three projects. Projects presented for consideration must be attached to the Bidders Statement of Technical Ability and Experience form. ' 2 .. TheJead·personnel including superintendent, the foreman, and lead crew personnel for the Contractor and designated subcontractors must have a minimum of three (3) years of-total experience and must have demonstrated competency. and experience to perform·the scope .... ~J Revised 6/12/18 Contract No. 4715 Pa~e 8 of 123 Pages of work contained in this contract. Please provide the name and experience of each lead individual performing work on this contract. Please attach responses to the Bidders State- ment of Technical Ability and Experience. Personnel replaced by the Contractor, on this contract, shall have similar, verifiable experience as the personnel originally submitted for the project. ESCROW AGREEMENT If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu .of the usual 5% retention from each payment, these documents must be completed and submitted with the ·signed contract. The escrow agreement may not be substituted at a later date. OBTAINING PLANS AND SPECIFICATIONS Bid packages, various supplemental provisions and Contract Documents may be obtained on the City of Carlsbad website at www.carlsbadca.gov. Paper copies will not be sold. INTENT OF PLANS AND SPECIFICATIONS Any prospective bidder who is in doubt as to the intended meaning of any part of the drawings, spec- ifications or other contract documents, or finds discrepancies in or omissions from the drawings and specifications may submit to the Engineer a written request for clarification or correction. Any response will be made only by a written addendum duly issued by the Engineer a copy ·of which will be mailed or delivered to each person receiving a set of the contract documents. No oral response will be made to such inquiry. Prior to the award of the contract, no addition to, modification of or interpreta- tion of any provision in the contract documents will be given by any agent, employee or con- tractor of the City of Carlsbad except as hereinbefore specified. No bidder may rely on direc- tions given by any agent, employee or contractor of the City except as hereinbefore specified. REJECTION OF BIDS The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. PREVAILING WAGE TO BE PAID The general prevailing rate of wages for each craft or type of worker needed to execute. the Contract shall be those as determined by the Director of Industrial Relations pursuant to the sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to section 1773.2 of the Labor Code, a current copy of applicable wage rates is on file in the Office of the City Engineer. The Contractor to whom the Contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in the execution of the Contract. The Prime Contractor shall be responsible for insuring compliance with provision~ of section 1777 .5 . of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletting and Subcon- tracting Fair Practices Act." The City Engineer is the City's "duly authorized officer" for the purposes of section 4107 and 4107 .5. The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the Contr.act for work. : · · A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104:of the Public Contract Code, or engage in the performance of any con- tract for public work, unless currently registered and qualified to perform public work pursuant to Sec- tion 1725.5: This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. ,, •~ Revised 6/12/18 Contract No. 4715 Page 9 of 123 Pages The Prime Contractor and all subcontractors shall comply with Section 1776 of the Labor Code, which generally requires keeping accurate payrofl records, verifying and certifying payroll records, and mak- ing them available for inspection. Contractor shall require all subcontractors to comply with Section 1776. MANDATORY PRE-BID MEETING A mandatory pre-bid meeting and tour of the project site will be held at Carlsbad Safety Center, 2560 Orion Way, Carlsbad, CA 92010 on August 11, 2021 at 10:00 a.m .. UNIT PRICES AND COMPUTATION OF BIDS All bids are to be computed on the basis of the given categories and/or units of work, as indicated in the Contractor's Proposal, times the unit price (if applicable) as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated, and the bids will be computed as indicated above and compared on the basis of the corrected totals. All bids are to be complete work including all fees, equipment, labor and materials associated with carrying out the work in accordance with plans and specifications. · · All prices must be in ink or typewritten. Changes or corrections may be crossed out and typed or written in with ink and must be initialed in ink by a person authorized to sign for the Contractor. BIDDER'S INQUIRIES Questions on the bid documents during the bid period s~all be submitted in writing via email to: Janean Hawney, Contract Administrator Janean.Hawney@carlsbadca.gov Questions shall be definite and certain and shall reference applicable drawing sheets, notes, details or specification sheets. Pre-bid substitution requests shall be submitted to Contract Administrator in accordance with the In- structions to Bidders and Technical Specifications Section 002600 a minimum of 14 calendar days prior to bid opening (by August 25, 2021 at 5 p.m.). The cutoff date and time to submit questions regarding this project is August 25, 2021, at 5:00 p.m. No questions will be entertained after that date. · The answers to questions submitted during the bidding period will be published in an addendum and provided to those bidding on the project by September 1, 2021. ADDENDA Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to bidding. Submission of bids without acknowledgment of addenda may be cause of rejection of bid. BOND .AND INSURANCE REQUIREMENTS The Contractor shall provide bonds to secure faithful performance and warranty of the work· in an amount equal to one hundred percent (100%) of the Contract price on this project. The Contractor shall provide bonds to secure payment of laborers and materials suppliers, in an amount equal to one hundred per.cent (100%) of the total amount payable by the terms of the contract. These bonds shall be kept in full force and effect during the course of this project and shall extend in full force and effect and be retained by the City until they are released as stated in the General Provisions section of this contract. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to be accompanied by the following documents: ., f.., Revised 6/12/18 Contract No. 4715 Page 10 of 123 Pages 1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or an- other instrument entitling or authorizing the person who executed the bond to do·so. · 2) A certified copy of the certificate of authority of the insurer issued by the insurQnce commissioner. If the bid is .accepted, the City may require copies of the insurer's most recent annual statement and quarterly statement filed with the Department of Insurance pursuant to Article 10 (commencing with section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance Code, within 1 O calendar days of the insurer's receipt of a request to submit the statements. Insurance is to be placed With insurers that: 1) Have a rating in the most recent Best's K~y Rating Guide of at least A-:VII 2) Are admitted and authorized'to transact the business of insurance in the State of California by the Insurance Com,:nissioner. · Auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated above for all insurance companies. 2) Cover any vehicle used in the performance of the contract, used onsite or·offsite, whether owned, non-owned .or hired, and whether scheduled or non-scheduled. · Workers' compensation insurance required under this contract must be offered by a company meeting the above standards with the exception that the Best's rating condition is waived. The City does accept policies issued by the State Compensation Fund meeting the requirement for workers' compensation , insurance. The Contractor shall be required to maintain insurance as specified in the Contract. Any additional cost of said insurance shall be included in the bid price. The award of the contract by the City Council is contingent upon the Contractor submitting the required bonds and insurance, as described in the contract, within twenty days of bid opening. If the Contractor fails to comply with these requirements, the City may award the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. · BUSINESS LICENSE The prime contractor and all subcontractors are required to have and maintain a valid City of Carlsbad Business License for the duration of the contract Approved by the City Council of the City of Carlsbad, California, by Resolution No. · 2021-178 ad9pted on the ·27th day of July , 2021. july 29, 2021 · Date -~ . , . ~, Revised 6/12/18 . Janear.i Hawney . Deputy Clerk Contract No. 4715 · Page 11 of 123 Pages PWS22-1552FAC-Addenduni No. 1 City Council City of Carlsbad CITY OF CARLSBAD POLICE & FIRE HEADQUARTERS RENOVATION PROJECT (SAFETY CENTER) CONTRACT NO. 4715 CONTRACTOR'S PROPOSAL, R1 1200 Carlsbad Village Drive Carlsbad, California 92008 The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans, Specifications, General Provisions, Contract Documents, and ad- denda thereto, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract No. 4715 in accordance with the Plans, Specifications, General Provisions, Contract Documents, and addenda thereto and that he/she will take in full payment for the work the total bid value stipulated below in the Schedule of Values com- prising the basis of award. The Schedule of Value Items listed below will be made a part of the basis of award and upon City approval of the Contractor's value distributions, will become the Schedule of Values for monthly progress payments. Items of contract work not specifically referenced in the Sched- ule below, but customary in the construction industry for completing the scope of work described in the contract documents, shall be included in Schedule "A" below. Contractor to refer to all contract documents in the preparation of these values. NOTE: Any line items that exceed $500,000 in value will be reviewed by City's Construction Management Consultant on site and will be broken into lesser sub parts. SCHEDULE OF VALUES "A" Item No. Description A-1 Mobilization and Temporary Facilities, per Section 8 Twenty-nine thousand eight hundred fifty-nine dollars (Price iri Words) A-2 General Provisions Thirty-three thousand two hundred ten dollars (Price in Words) A-3 Division 01·; Temp HVAC & Utilities Two hundred eighty-njne thousand five hundred thirty dollars (Price in Words) Approxi- mate Quantity and/or Unit Lump Sum Lump'Sum Lump Sum 0 Revised 6/12/18 Contract No.~ Unit Price (Figures) Total Amount (Figures) $ 2 9.859 $ 33.210 $ 289.530 Page 12 of 123 Pages PWS22-1552FAC-Addendum No. 1 Approxi- Item mate Unit Price Total Amount No. Description Quantity (Figures) (Figures) and/or Unit A-4 Division 01; All other requirements Lump Sum $ ~SQ 55:Z EQUr burn:!red eigb~ lbQusaad fil.ie buadred fifty-seven dollars (Price in Words) A-5 Division 03; Concrete Lump Sum $ 2SQ,S:SJ Two buadred eigb~ tbQusaad eigbt bum:tred fifty-one dollars (Price in Words) A-6 Division 04; Masonry Lump Sum $ :ZQ ,5~:!. Seven~ thousand five hundred forty-one · dollars (Price in Words) A-7 Division 05; Metals Lump Sum $ 1 5~:Z QQ2 One million five hundred fortv-seven thousand two dollars (Price in Words) A-8 Division 06;_ Wood, Plastics and Lump Sum $ 241,999 Composites Two hundred forty-one thousand nine hundred ninety-nine dollars (Price in Words) A-9 Division 07; Thermal and Moisture Protection Lump Sum $ 6'.H , Q3 l Eight hundred seven~-four thousand thirty-one dollars (Price in Words) A-10 Division 08; Openings Lump Sum $ 703,831 Se~f!D buadred tb~ tbQus.aad eigbt hundred thirty-one dollars (Price in Words) A-11 Division 09; Finishes Lump Sum · $1,763,610 One million seven hundred sixty-three ,, ' thousand ·stx hundred ten. dollars (Price in Words) A-12 ;•· Division 1 O; Furnishings Lump Sum $ 256,687 Two hundred fifty-six thousand six hundred eighty-seven dollars (Price in Words) ,, -+' Revised 6/12/18 Contract No. 4715 Page 13 of 123 Pages PWS22-1552FAC-Addendum No. 1 Item No. Description Approxi- mate Quantity and/or Unit A-13 Division 12; Specialties Lump Sum Forty thousand two hundred thirteen dollars (Price in Words) A-14 Elevator Repair Work -Base Bid Lump Sum Two hundred twen~-seven thousand six hundred fifty-two dollars (Price in Words) A-15 Division 21; Fire Suppression Lump Sum Two hundred twen~-three thousand four hundred five dollars (Price in Words) A-16 Division 22; Plumbing Lump Sum Ibt~~ bY □Q[ed thirteen thousand eight hundred fifty-four dollars (Price in Words) A-17 Division 23; Heating, Vent. & AC Lump Sum Two million three hundred flftv-seven thousand five hundred thirteen dollars (Price in Words) A-18 Division 26; Electrical Lump Sum Two million one hundred thirty-nine thousand one· hundred eighteen dollars (Price in Words) A-19 Division 27; Communications Lump Sum One hundred fiftv-three thousand five hundred forty dollars (Price in Words) A-20 Division 28; Electronic Safety/Security Lump Sum Tbrn~ b!.!ndrnd tbi[h'.-eight thousand seven hundred sixty-seven dollars (Price in Words) '·A-21 Divisio_n 31'~ Site/Earthwork ·Lump Sum Se'.1!'.enteen thousand four hundred sevent:t:-nine dollars (Price in Words) A-22 Divi.sion 32; Exterior Improvements Lump Sum Ninety-two thousand twQ hundred forty-seven. dollars (Price in Words) ('\ +1 Revised 6/12/18 Contract No. 4715 Unit Price (Figures) Total Amount (Figures) $ 40.21 3 $ ~2 :Z.652 $ 223,405 $ 313 ,854 $2 .357 ,513 $2 ,139,118 $ 153,540 $ 338 ,767 $· 17,479 $ ~2.2~:Z Page 14 of 123 Pages PWS22-1552FAC-Addendum No. 1 Item No. A-23 Description Demobilization / Site Restoration . Zero dollars (Price in Words) Approxi- mate Quantity and/or Unit Lump Sum Unit Price <Figures). A-24 Allowance for replacement of 900 square feet 900 $ 9 • 3 2 of wet roof insulation, plywood sheathing and square feet framing as needed & approved by city CM Eight thousand three hundred eighty-eight dollars (Price in Words) A-25 . Allowance for 1,500 square feet of spline ceiling system and framing to be replaced with new acoustical ceiling tile and framing system approved for installation elsewhere per . drawings, as requested & approved by city CM Nine thousand four hundred thirty-four dollars (Price in Words) i,soo $ 6. 2 9 square feet ADD ALTERNATE SCHEDULE OF VALUES "B" .Item . No. Description Approx~ mate Quantity and/or Unit B-1 .8-2 , I Additional bid value amount to install 60 mil. fleece back membrane roof system with ½ inch recover board as noted on drawings, IN LIEU of base bid 45 mil. roof system noted on drawings and included in Schedule "A" above.• Twenty-nine thousand six hundred thirteen dollars. (Price in Words) ,,. Lump Sum Additional bid value amount to complete Lump Sum alternate elevator work scope ·as noted on drawings IN LIEU of base bid elevator work scope noted on drawings and included in Schedule NA" above. One hundred ten thousand two hundred forty-nine dollars (Price in Words) ("\ •+' Revised 6/12/18 Contract No. 4715 Unit Price (Figures) Total Amount (Figures) $ ____ 0 $ 8,388 $ 9,435 Total Amount (Figures) $ 29,613 $ 110, 24'9 Page 15 of 123 Pages PWS22-1552FAC-Addendum No. 1 Total amount of bid in words for Schedule "A" Items No. 1-25: ____________ _ Twelve million four hundred ninety-three thousand three hundred nineteen dollars Total amount of bid in numbers for Schedule "A" Items No. 1-25: $_1_2_,_,_4_9_3 ...... ,_3_1_9 _____ _ Total amount of bid in words for Additive Alternate Schedule "B" Items No. 1-2: _______ _ One hundred thirty-nine thousand eight hundred sixty-two dollars Total amount of bid in numbers for Additive Alternate Schedule "B" Items No. 1-2:$ 13 9, 862 Total amount of bid in words for Schedule "A" and Additive Alternate Schedule "B": _____ _ Twelve million six hundred thirty-three thousand one hundred eighty-one dollars Total amount of bid in numbers for Schedule "A" and Additive Alternative Schedule "B'': $12,633,181 The City shall determine the lowest responsive bid based on the calculated sum of the line Items in Schedule "A" alone. After the low bid has been determined, the City may at its sole discretion, award the contract on Schedule "A" alone, or the sum of Schedule "A" and Schedule "B." Price(s) given above are firm for 90 days after date of bid opening. Addendum(a) No(s). ___ 1...:,.,2....,_,3-',_4 _____ _ has/have been received and is/are included in this bid. The Undersigned' has carefully checked all of the above figures and understands that the City will not be responsible for any error or omission on the part of the Undersigned in preparing this bid. The Undersigned agrees that in case of default in executing the required Contract with necessary bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, the City may administratively authorize award of the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed to do business or act in the capacity of a contractor within the State of California, validly licensed under license number 927409 classification A, B, C-61/D34 which expires on 1/31/2023 and Department of Industrial Relations PWC registration number 1000016529 which expires on 6/30/2023 , and that this statement is true and correct and has the legal effect of an affidavit. A bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City § 7028.15(e). lri all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. However, at the time the contract is awarded, the contractor shall be properly licensed. The Undersigned bidder hereby represents as follows: 1. That no Council member, officer agent, or employee of the City of Carlsbad is personally inter- ested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; that no repre- sentation, oral or in writing, of the City Council, its officers, agents, or employees has inducted him/her ,, •+;' Revised 6/12/18 Contract No. 4715 Page 16 of 123 Pages PWS22-1552FAC-Addendum No. 1 to enter into this Contract, excepting only those contained in this form of Contract and the papers made a part hereof by its terms; and 2. That this bid is made without connection with any person, firm, or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud. Accompanying this proposal is Performance, Payment Bond (Cash, Certified Check, Bond or Cashier's Check) for ten percent (10%) of the amount bid. The Undersigned is aware of the provisions of section 3700 of the Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and agrees to comply wit~ such provisions before com- mencing the performance of the work of this Contract and continue to comply until the contract is complete. The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Article 2, relative to the general prevailing rate of wages for each craft or type of worker needed to execute the Contract and agrees to comply with its provisions. · IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) Name under which business is conducted (2) ~ignature (given and surname) of proprietor (3) Place of Business (Street and Number) City and State ___________________________ _ (4) Zip Code ________ Telephone No. _____________ _ (5) E-Mail ____________________ _ IF A PARTNERSHIP, SIGN HERE: (1) Name under which business is conducted _________________ _ (2) Signature (given and surname and character of partner) (Note: Signature must be made by a general partner) (3) Place of Business _________________________ _ (Street and Number) City and State ________________________ _ (4) Zip Code ________ Telephone No. _____________ _ (5) E-Mail ____________________ _ I\ ~;, Revised 6/12/18 Contract No. 4715 Page 17 of 123 Pages PWS22-1552FAC -Addendum No. 1 IF A CORPORATION, SIGN HERE: (1) Name under which business is conducted ________________ _ RA~~~rstrand Construciton (2) (Signat~ _.,..~,::111- Vice President (Title) Impress Corporate. Seal ~ere -. ; (3) Incorporated under the laws of the State ot _C_a_li_fo_r_n_ia ______ _ (4) Place of Business 10065 Old Grove Road, STE 200 (Street and Number) City and State San Diego, California (5) Zip Code _9_2_13_1 ______ Telephone No. _8_5_8-44 __ 4-_1_9_6_3 ______ _ (6) E-Mail keith@sscbuild.com NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE A TT ACHED List below names of president, vice president, secretary and assistant secretary, if a corporation; if a partnership, list names of all general partners, and managing partners: Ricardo Lopez President Alec Lopez CFO Keith Adamek Vice President ~, ~+;' Revised 6/12/18 Contract No. 4715 Page 18 of 123 Pages BID SECURITY FORM (Check to Accompany Bid) POLICE & FIRE HEADQUARTERS RENOVATION PROJECT (SAFETY CENTER) CONTRACT NO. 4715 (NOTE: The following form shall be used if check accompanies bid.) Accompanying this proposal is a "Certified "Cashier's check payable to the order of CITY OF CARLSBAD, in the sum of ________________________ _ _______________________ dollars ($. ______ --1, this amount being ten percent (10%) of the total amount of the bid. The proceeds of this check shall become the property of the City provided this proposal shall be accepted by the City through action of its legally constituted contracting authorities and the undersigned shall fail to execute a contract and furnish the required Performance, Warranty and Payment Bonds and proof of insurance coverage within the stipulated time; otherwise, the check shall be returned to the undersigned. The proceeds of this check shall also become the property of the City if the undersigned shall withdraw his or her bid within the period of fifteen ( 15) days after the date set for the opening thereof, unless otherwise re- quired by law, and notwithstanding the award of the contract to another bidder. BIDDER *Delete the inapplicable word. (NOTE: If the Bidder desires to use a bond instead of check, the Bid Bond form on the following pages shall be executed-the sum of this bond shall be not less than ten percent (10%) of the total amount of the bid.) ft Q Revised 6/12/18 Contract No. ~ Page 19 of 123 Pages GUIDE FOR COMPLETING THE "DESIGNATION OF SUBCONTRACTORS" FORM REFERENCES Prior to preparation of the following "Subcontractor Disclosure Form" Bidders are urged to review the definitions in section 1-2 of the General Provisions to this Contract, especially, "Bid", "Bidder'', "Contract", "Contractor'', "Contract Price", "Contract Unit Price", "Engineer'', "Own Or- ganization", "Subcontractor'', and "Work". Bidders are further urged to review sections 2-3 SUBCONTRACTS of the General Provisions. CAUTIONS This form will be used by the Agency to determine the percentage of work that the Bidder proposes to perform. Bidders are cautioned that failure to provide complete and ·correct information may result in rejection of the bid as non-responsive. Any bid that proposes performance of more than 20 percent of the work by subcontractors or otherwise to be performed by forces other than the Bid- der's ·own organization will be rejected as non-responsive. Specialty items of work that may be so designated by the Engineer on the "Contractor's Proposal" are not included in ~omputing the percent- age of work proposed to be performed by the Bidder. INSTRUCTIONS The Bidder shall set forth the name and location of business of each and every subcontractor whom the Bidder proposes to perform work or labor or render service in or about the work or improvement, and every subcontractor licensed as a contractor by the State of California whom the Bidder proposes to specially fabricate and install any portion of the work or improvement according to detailed drawings contained in the plans and specifications in excess of one-half of one percent (0.5%) of the Bidder's total bid or, in the case of bids or offers for the construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000) whichever is greater. Said name(s) and location(s) of business of subcontractor(s) shall be set forth and included as an integral part of the bid offer. The Designation of Subcontractors form must be submitted as a part of the Bidder's sealed bid. Failure to provide complete and correct information may result in rejection of the bid as non-responsive. Suppliers of materials from sources outside the limits of work are not subcontractors. The value of materials and transport of materials from sources outside the limits of work, as shown on the plans, shall be assigned to the Contractor or the Subcontractor as the case may be, that the Bidder proposes as installer of said materials. The value of material incorporated in any Subcontractor-installed bid item that is supplied by the Bidder shall be included as a part of the work that the Bidder proposes to be performed by the Subcontractor installing said item. When a Subcontractor has a Carlsbad business license, the number must be entered on the proper for·m. If the Subcontractor does not have a valid business license, enter "NONE". When the Bidder proposes using a Subcontractor to construct or install less than 100 percent of a bid item, the Bidder shall attach an explanation sheet to the Designation of Subcontractor form. The ex- planation sheet shall clearly apprise the City of the specific facts that show the Bidder proposes to perform no less than twenty percent (20%) of the work with its own forces. Determination of the sub- contract amounts for purposes of award of the contract shall be determined by the City Council in conformance with the provisions of the contract documents and the various supplemental provisions. The decision of the City Council shall be final. Contractor is prohibited from performing any work on this project with a subcontractor who is ineligible to perform work on a public works project pursuant · to Labor Code Sections 1771.1 or 1777.7. Bidders shall make any additional copies of the disclosure forms as may be necessary to provide the required information. The page number and total number -~-, of additional form pages shall be entered in the location provided on each type of form so duplicated. I.\ •.,-Revised 6/12/18 Contract No. 4715 Page 21 of 123 Pages DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS (To Accompany Proposal) POLICE & FIRE HEADQUARTERS RENOVATION PROJECT (SAFETY CENTER) CONTRACT NO. 4715 The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in this list in accordance with applicable provisions of the specifications and section 41 00 et seq. of the Public Contract Code, "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder's total bid , or in the case of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000), whichever is greater, and that no changes in the subcontractors · listed work will be made except upon the prior approval of the Agency. SUBCONTRACTOR'S BID ITEMS DIR Amount of Subcontractor Name Phone No. Subcontractor's Portion of and and Email Registration License No. and Work by Work Location of Business Address No. and Exp. Classification Subcontractor Date in Dollars* Roofing A Good Roofer Inc 619-847-7150 1000000746 685015 $500,544.00 11651 Riverside Dr 06/30/2022 C39,C43 I Lakeside, CA 92040 mark@agoodrooferin ~.com Bldg Plumbing AR Plumbing Systems 951-442-2486 1000062375 1045861 $268,780.00 29780 Park City Ave 06/30/2023 C36 Menifee, CA 92584 ryan@arplumbingsy~ terns.com Demo Bayview Demolition 951-236-2753 1000002529 764068 $399,900.00 Abatement 6925 San Leandro St. 06/30/2022 B, C21, C22 Oakland, CA 94621 etorres@bayviewser I/ices.com · Flooring DFS Flooring LP 858-630-5200 1000006695 999046 $207,053.00 Cove Base . 15651 Saticoy St. 06/30/2023 C15, C54, C61, 006 Van Nuys, CA 91406 tomb@dfsflooring.cc m Telecom Infinite Technologies 760-798-3900 1000049464 1026676 $131,951.00 ' 1269 Linda Vista Dr 06/30/2022 C7 San Marcos, CA 92078 estimating@infinitetech nologies.net ' Access Control JMG Security 800-900-4564 1000005703 575070 $185,650.00 Security System 17150 NEWHOPE STREET STE 109 06/30/2022, C7,C10 FOUNTAIN VALLEY, CA 92708 mtremblay@jrngsect ity.corn Page _1 __ of _3 __ ·pages of this Subcontractor Designation form • Pursuant to section 4104 (a)(3)(A) California Public Contract Code, receipt of the information preceded by an asterisk may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the "Notice Inviting Bids.• .~ ~, Revised 6/12/18 Contract No. 4715 Page 22 of 123 Pages DESIGNATION OF SUBCONTRACTOR AND. AMOUNT OF SUBCONTRACTOR'S BID ITEMS (To Accompany Proposal) · POLICE & FIRE HEADQUARTERS RENOVATION PROJECT (SAFETY CENTER) CONTRACT NO. 4715 The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in this list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contract Code, "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder's total bid, or in the case·of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. SUBCONTRACTOR'S BID ITEMS Subcontractor Name Phone No. DIR Subcontractor's Amountof Portion of and and Email Registration . License No. and Work by Work Location of Business Address No. and Exp. Classification Subcontractor Date in Dollars* Electrical PES Electrical Inc 619-987-9022 1000033302 581935 $1,950,900.00 4603 Del Monte Ave 06/30/2023 C10 San Diego, CA 92107 psullivan@peselectri c.com Flashing PGC Construction Inc 760-549-4121 1000036314 829086 $199,750.00 Sheet Metal 27475 Ynez Rd #111 06/30/2023 B C43 Temecula CA 92591 alan®oacconstruc com Fire Alarm Pyro-Comm Systems Inc 760-672-8142 1000001401 612153 $54,070.00 15531 Container Ln 06/30/2022 C10 Huntington Beach, CA 92649 kberry@pyrocomm .c bm Glazing Queen City Glass 951-719-3300 1000001153 289252 $334 780.00 30858 Wealth St 06/30/2022 C17 Murrieta, CA 92563 katie@queencitygl, ss.com Elevator Schindler Elevator Corporation 858-282-4436 1000012845 375733 $195,575.00 PO Box 1935 06/30/2022 C11 Morristown, NJ 07962-1935 robert.koch@schindl ~r.com Fire Sprinkler Titan Fire Protection Inc 760-295-3436 1000016631 989280 $191 926.00 l=ire Suppression 1341 Distribution Way #14 06/30/2024 C16 Vista, CA 92081 tscriven@titanfplnc.c lm Page·_.2 __ ot _3 __ pages of this Subcontractor Designatio~ form • Pursuant to section 4104 (a)(3)(A) California Public Contract Code, receipt of the information preceded by an asterisk may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the .. Notice Inviting Bids.• (' +' Revised 6/12/18 Contract No. 4715 .Page 22 of 123 Pages DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS (To Accompany Proposal)· POLICE & FIRE HEADQUARTERS RENOVATION PROJECT {SAFETY CENTER) CONTRACT NO. 4715 The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in this list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contract Code, "Subletting and Subcontracting Fair Practices Act." The Bidder . further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder's total bid, or in the case of bids or offers for construction 9f streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. SUBCONTRACTOR'S BID ITEMS Subcontractor Name Phone No. DIR Subcontractor's Amount of Portion of and and Email Registration License No. and Work by Work Location of Business Address . No. and Exp. . Classification Subcontractor Date in Doll~rs* Drywall . Tubbs Enterprises Inc 760-497-4993 1000005270 314739 . $520,649.00 2620 Aurora Glen 06/30/2022 C9 C33 C61 0 50 Escondido, CA 92027 mcol~tubbsinc.con HVAC Svtems WR Robbins Company 760-842-8800 1000004711 890971 $2,150,000.00 1927 Plaza Real ()~/30/2022 C20 Oceanside, CA 92056 estimatina®wrrobl ins.com Structural Steel West Coast Iron, Inc 619-464-8456 1000000414 574017 $1,393,179.00 (Partial) 9302 Jamacha Rd 06/30/2022 C51 Spring Valley, CA 91977 dave@westcoastlron com . Page~ of _3 __ pages of this Subcont~actor Designation.form • Pursuant to section 4104 (a)(3)(A) California Public Contract Code, receipt of the infonnation preceded by an asterisk may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the "Notice Inviting Bids." · (' +' Revised 6/12/18 Contract No. 4715 Page 22 of 123 Pages Project !itle I Location: SARM Lower Santa Ana River Channel Reach 9 Phase 58, Orange County, CA Government Agency: USAGE, Los Angeles District Gov't POC: Peter Gauer, P.E., Resident Engineer Ph: 949-212-7480 peter.a.gauer@usace.army.mil Contract Amount: $23,260,000 Year Complete: 2022 Contract Number: W912PL20R0103 Brief Scope of Work: The project consists of improvements to and reconstruction of an existing 2.4-mile section of the north bank of the Santa Ana River Channel for the LDYS (Lomas De Yorba-Sur -Levee), City of Yorba Linda, CA. Improvements include construction/reconstruction of riprap and grouted stone and replacement of the ungrouted stone bank with the 24-inch grouted stone bank and protection of an existing Santa Ana River Interceptor (SARI) sewer line and manholes. The new 24-inch grouted stone bank would have an adequate foundation depth to minimize scour and provide erosion control and support the conveyance capacity required by SARMP' (Santa Ana River Mainstem Project) operations. In addition to the 24-inch grouted stone and SARI sewer line and manhole construction, the project also calls for construction of an access ramp, extension of multiple interior RCP (reinforced concrete pipe) side drains, construction of an AC (asphalt concrete) bikeway, a DG (decomposed granite) riding/hiking trail, and an ABC (aggregate base course) operation and maintenance road. Project Title I Location: Sunset Cliffs Natural Hillside Improvements Phase II Public Works Agency: City of San Diego -Public Works Contracts Division Contract Amount: $2,658,975 POC: Ken Wright, Associate Engineer Ph: (619) 804-8554 KAWright@sandiego.gov Year Complete: 2022 Contract Number: K-18-1469-DBB-3 Brief Scope of Work: Project intent is to provide Design-Improvement to 1.82 miles of pedestrian trails and observation points, installation of pedestrian bridge, recontouring of baseball field, removal of exotic nonnative plants and trees and implementation of a 51-acre revegetation program. Project Title I Location: Job Order Contract (JOC) -Naval Base Point Loma Government Agency: NAVFAC Southwest -FEAD Point Loma Gov't POC: Matt Koontz, Supervisory Contract Specialist Ph: (619) 524-8541 matt.koontz@navy.mil Contract Amount: $4,000,000 Year Complete: 2021 Contract Number: N62473-18-R-0403 Brief Scope of Work: Job Order Contract (JOC) for specialized trade work and real property maintenance construction projects at multiple facilities located at Naval Base Point Loma (NBPL), and SPAWAR/NWICP Facilities in San Diego County. Project Title I Location: Santa Ana River Mainstem Phase II, Prado Dam Alcoa Aluminum Plant Dike Government Agency: USAGE, Los Angeles District Gov't POC: Peter Gauer, P.E., Resident Engineer Ph: 949-212-7480 peter.a.gauer@usace.army.mil Contract Amount: $22,280,669 Year Complete: 2021 Contract Number: W912PL-18-8-0006 Brief Scope of Work: Project consisted of dewatering of ground water, 150 acres of clearing and grubbing, 300,000 cy of excavation, 600,000 cy of compacted fill of varying gradations and classifications to construct 5,500 feet in length and 30 feet in height of dike, 400,000 cy of borrowed material (borrow site is 2 miles from project site), 12,000 If of sound wall (12ft high), 10,000 cy of import material, 30,000 tons of riprap placement on slope, 10,000 tons of grouted stone placement on slope, 750 cy of concrete placement, 70 acres of hydroseeding and other minor features of work. Project Title I Location: Westwood Fire Station -Replace Facility Agency: Department of Forestry and Fire Protection -CAL FIRE Contract Amount: $6,285, 181 Year Complete: 2021 Contract Number: 9TSC0059 Brief Scope of Work: Demolition of the existing facility and construction of a new one-story, 7,280 sf wood- framed building which houses CAL FIRE personnel and fire engines. The living quarters of the new fire station has six bedrooms, five bathrooms, kitchen, pantry, storage, laundry room, dining and living room area, office space and radiant hydronic system. The apparatus area of the building has 3 indoor parking stalls for fire engines, storage mezzanine, wheelchair lift, offices, work room, locker room, uniform laundering room, and a public rest room. Project includes a 648 sf CMU generator/storage/boiler building, site demolition, grading and paving, new utilities including fiber optic system, automatic fire sprinklers and fire alarm, sanitary sewer, hose wash rack, fire hydrant, yard hydrants, above ground fuel vaults, site fencing, CMU wall, flagpole, communications tower, CMU trash enclosure (164 sf), bicycle rack, site/curb/gutter/sidewalks, site lighting, landscaping, irrigation, storm drainage, and entrance. Project Title I Location: Construct General Purpose Administration Facility -Fort Irwin CA Government Agency: USAGE, Los Angeles District Gov't POC: Terresa Reed, Project Engineer/CCR Ph: (760) 977-7907 terresa.l.reed@usace.army.mil Contract Amount: $5,098,908 · Year Complete: 2021 Contract Number: W912PL 1980002 Brief Scope of Work: Construction of an 8,000 SF facility. The space will include command group and staff administrative space, latrines, conference areas, a brigade ops center (BOC), and open space to provide flexible and adaptable space for regimental staff. All HVAC, electrical lighting and power, plumbing, mechanical, information/communication systems to be included. Supporting facilities will include site development, storm water management, landscaping, all water, sanitary sewer, data/communications, and electrical connections. ATFP measures and sustainability/energy measures will be provided. Project Title I Location: Cafe Del Monte and Recreation Center -NSA Monterey Government Agency: CNIC, Facilities and Construction Contracting · Contract Amount: $3,039,450 Year Complete: 2021 Contract Number: NAVMWR-18-R-0012 Brief Scope of Work: Design-Build project will include demolishing and preparing the site to receive the building, including the extension of all utility infrastructures for the appropriate point of connection of service to the facility point of connection. The project will include a cafe, indoor and outdoor dining areas, ITT / outdoor activity offices, meeting room and ancillary support spaces. The project also includes a service drive, paved walkways and all landscaping of the areas. The building will be used for the Cafe Del Monte and Recreation Center. This operation will be a 4,459 SF facility with a 720 SF outdoor partially shaded patio: 1,070 SF -Dining. 600 SF -Meeting room for 50 occupants (separate from dining area) 291 SF -ITT/ Outdoor Activity Office 1,174 SF-Kitchen & Storage 1,324 SF-Support Spaces (i.e., Electrical, Fire Riser Room, Restrooms, etc.) 720 SF -Outdoor Dining with partial shade of stretched sail shades Project Title I Location: Carpenteria State Beach -ADA Modification Phase 2 (Project A) Replace Santa Rosa Sewer Loop (Project B) Government Agency: Department of Parks and Recreation -CA State Parks Contract Amount: $3,365,264 Year Complete: 2021 Contract Number: C18E0032 Brief Scope of Work: Project A: Accessibility improvements to Combination Building No. 7 in Anacapa Campground and Combination Building #6 in Santa Cruz Campground. Demolish the existing Combination Building #4 in Santa Rosa Campground. Modify campsites No.105 and No.112 in Santa Rosa Campground and campsites No. 439 and #440 in San Miguel Campground to meet accessibility standards. Construct new Combination Building #4 and adjoining Camp Host campsite to meet accessibility standards. Project B: This project will replace the existing sewer system within the Santa Rosa Campground at Carpinteria State Beach. The existing sewer system will be demolished or abandoned in place, as indicated. The new sewer system will consist of precast concrete manholes, 8" SDR 26 gravity sewer main, and 4" SDR 26 laterals to each RV campsite. A new RV sewer connection and concrete pad will be installed for each RV campsite. Paved surfaces will be returned to existing conditions by an asphalt mill and overlay, and pavement markings will be restored. Completed Proiects ' Project Title I Location: Cathedral City Fire Station No. 411 Replacement Public Works Agency: City Urban Revitalization Corp (CURC) POC: Tom Ottenstein, Assoc. DBIA I Sr. Program & Construction Manager Ph: 949-470-9629 tottenstein@griffinstructures.com Contract Amount: $6,849,760 Year Complete: 2020 Contract Number: N/A Brief Scope of Work: Design-Build new 9,200 sf facility with related Site Improvements. The new Fire Station is located across the street from the existing facility and contains 3 apparatus bays, living quarters, support and equipment storage areas. The approximately 3-acre site is divided between the Fire Station and its dedicated secure parking / training areas and a future Dog Park. The Fire Station is constructed employing a Pre- engineered Metal Building. Features include rapid deployment bay exit doors, firefighter dormitory accommodations and semi-private Captain's quarters, a Great Room, cooking I dining / living space, a public welcome I flex work /study area and equipment maintenance and storage areas. The Site includes public parking areas for the Fire Station as well as a secure employee parking area, training and recreation spaces and back-up utility facilities dedicated to the Fire Station, enhanced with native and drought-tolerant landscaping. Project Title I Location: PE16120M Repair Armory Building 62598, 62 Area, Marine Corps Base Camp Pendleton Government Agency: NAVFAC Southwest -Central I PT Contract Amount: $2,811,352 Year Completed: 2020 Contract Number: N624 73-17-R-3408 Brief Scope of Work: Design-Build project to include design and construction of site to repair Armory Building 62598 to replace non-functioning building systems. The repairs included the non-functioning heating system; malfunctioning Intrusion Detection System (IDS); emergency generator; exposed uncapped electrical wiring; the air compressor; leaks at building joints and roof; and the non- functioning lighting. In addition, replaced degraded weapons cages; degraded issue ports and degraded Class V vault door; repaired existing restroom and shower for compliance with ADA requirements; the deteriorated compressed air system lines; compressor enclosure and gauges; and the stacked furniture surrounding the area utilized as the break room with code compliant construction, to include cabinet/sink. Areas affected by repair were in compliance with applicable ATFP, fire suppression, seismic, accessibility, ASHRAE, and LEED codes Project Title I Location: San Elijo State Beach -Replace Main Lifeguard Tower Government Agency: Department of Parks and Recreation -CA State Parks Contract Amount: $4,559,419 Year Completed: 2019 Contract Number: C17E0001 Brief Scope of Work: This Project consisted of the construction of two buildings, sitework improvements, and fire hydrant in the southern portion of the San Elijo State Beach Campground. A Lifeguard Tower was constructed on the bluff above the campground. The tower is a two story, B Occupancy, Type VB construction type building for the purpose of visual monitoring of the beach and water below. A Support Facility was also constructed below the Lifeguard Tower at the Campground level. This is a one story (with attic mechanical area), mixed Occupancy B/S-2, Type VB construction building for the purpose of supporting Lifeguard activities. Sitework improvements consisted of construction of site retaining walls, a new bluff level to campground level stair with connecting walkway to the Lifeguard Tower, relocation and ADA improvements for a Camp Host camping site, a small parking lot improvement with Accessible Parking, and the relocation of a Lifeguard vehicle access route to the Lifeguard Tower. A new fire hydrant will also be installed in the Campground adjacent to the Support Facility. Project Title I Location: Ocean View Channel Rehabilitation Government Agency: USAGE, Los Angeles District Gov't POC: Peter Gauer, P.E., Resident Engineer Ph: 949-212-7480 peter.a.gauer@usace.army.mil Contract Amount: $3,473,658 Year Completed: 2019 Contract Number: W912PL-18-B-0002 Brief Scope of Work: Construction services for the repair of Ocean View Channel, Orange County, California. The Ocean View Channel Rehabilitation construction required Silverstrand to construct a 2200-foot reinforced concrete trapezoidal channel that will line the existing earthen channel. Key tasks associated with this construction included surveying the channel to establish horizontal and vertical control and calculating . earthwork quantities, conducting dewatering operations, conducting earthwork operations and site preparation, installing steel rebar and placing concrete along the walls and invert of the channel, paving the access road, and mobilization/demobilization operations. Project Title I Location: Miramar La,ndfill Storm Water Improvements Government Agency: City of San Diego -Public Works Contracts Division POC: Ken Wright, Associate Engineer Ph: (619) 804-8554 KAWright@sandiego.gov Contract Amount: $3,588,078 Year Completed: 2019 Contract Number: K-18-1599-DBB-3 Brief Scope of Work: The construction requirement was to reduce sediment and other pollutants in storm water discharges at the West Miramar Waste Disposal Facility (Facility), including stabilizing sections of the Main Haul Road and road shoulders with asphalt concrete pavement, reducing erosive storm water runoff and sediment mobilization through construction of stabilized roadside ditches, tracking controls, stabilized low flow road crossings, gabion check dam structures, slope interruption devices, soil berms, and drainage inlet and outlet protection, and stabilizing disturbed soil areas through soil preparation and application of hydro-seed and hydraulic mulch. Project Title I Location: Cuyamaca Rancho State Park -Green Valley Campground ADA Phase 3 Government Agency: Department of Parks and Recreation -CA State Parks Contract Amount: $1,879,206 Year Completed: 2019. Contract Number: C17E0020 Brief Scope of Work: Construction of the project consisted of the following: Park Entry: a van accessible parking space; a compliant access route to the existing entry kiosk; kiosk exterior modifications for accessible visitor interaction with staff and self-pay station for visitor registration. Dump Station: existing dump and potable water station modified for accessibility. Arroyo Seco Day Use Area: a remodeled existing Comfort Station; a van accessible parking space; a compliant access route to the remodeled existing Comfort Station; six (6) accessible picnic tables connected by ORAR routes, four (4) with shade ramadas -two (2) without; existing ORAR between the picnic area and the Campfire Center improved with a flat resting area. Campfire Center: a van accessible parking space; compliant access route to the Campfire Center; three (3) compliant seats with accessible routes; demolished and reconstructed campfire ring; two (2) modified existing hose bibs to meet ADA requirements and an existing drinking fountain removed. Green Valley Campground: four (4) existing campsites improved for accessibility. Existing Combination Building #1 : Demolish and rebuilt to current CBC and ADA standards. Project Title I Location: Job Order Contract (JOC) -Naval Air Station North Island Government Agency: NAVFAC Southwest -FEAD Coronado Gov't POC: Brandon Montoya, MS, PE -FEAD PM&E Branch Head Ph: (858) 243-4954 brandon.c.montoya1@navy.mil Contract Amount: $4,000,000 Year Completed: 2019 Contract Number: N624 73-15-R-1226 Brief Scope of Work: Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) 8(a): Sole source contract addressed under NAICS code 236220, commercial and institutional building construction. work will consist of new construction, renovation, revitalization, alteration, and repair at the following locations: Naval Air Station North Island (NASNI); Naval Amphibious Base (NAB); Silver Strand Training Complex (SSTC); Naval Outlying Landing Field (NOLF), Imperial Beach; Mountain Warfare Training Facility, La Pasta; Camp Morena, La Pasta; Sere Remote Training Facility, Warner Springs; Naval Auxiliary Landing Field (NALF), San Clemente Island (SCI). Project Title I Location: Direct Bury Replacement Fiber Optic Communication Cable and Repair Camp Wilson Communication Pedestals -Marine Corps Air Ground Combat Center, 29 Palms Government Agency: NAVFAC Southwest-FEAD 29 Palms Contract Amount: $2, 178,532 Year Completed: 2019 Contract Number: N62473-17-R-3209 , Brief Scope of Work: Direct Bury Replacement Fiber Optic Communication Cable (TP17012R): Project was to replace the existing fiber optic with 40,500 LF of 288 strands of single-mode fiber optic cable, installed in year 1990, from Building 1986 at Main side to Building 5007 located at Camp Wilson. The project requirements were to direct bury 30,500 LF and pull through 10,000 LF of existing conduit. Repair Camp Wilson Communication Pedestals (TP18051 M): Project was to replace the Camp Wilson pedestals that have degraded. Complete replacement of new conduit was required to maintain operation of training at Camp Wilson. Project Title I Location: Repair Building 7602 -Fort Irwin, CA Government Agency: USACE, Los Angeles District Gov't POC: Terresa Reed, Project Engineer/CCR Ph: (760) 977-7907 terresa.l.reed@usace.army.mil Contract Amount: $2,709,806 Year Completed: 2018 Contract Number: W912PL-16-R-0031 Brief Scope of Work: REPAIR BUILDING 7602, FORT IRWIN CA. The construction work consisted of replacing the roof, replacing the anti-spark coating on the floor, overhead sectional doors, Lighting (interior and exterior) were replaced with energy efficient lighting. The HVAC and evaporative coolers were replaced, interior repairs to walls and concrete flooring, waterless urinals, service grounding system, eyewash stations, compressor system, Fire Alarm·/ Fire Sprinklers, provided capability for BACNET system as well as other minor repairs. Project Title I Location: Fort Irwin NTC ASP/Langford Lake Road Repair and Drainage Improvement Government Agency: USACE, Los Angeles District Gov't POC: Terresa Reed, Project Engineer/CCR Ph: (760) 977-7907 terresa.l.reed@usace.army.mil Contract Amount: $6, 152,963 Year Completed: 2018 Contract Number: W912PL-16-R-0063 Brief Scope of Work: Construction of ASP Loop Road and intersecting Langford Lake Road consisted of demolishing, excavating, regarding, compacting, and repaved to properly handle heavy vehicle loading. The two channels adjacent to ASP Loop Road were improved to protect the road from future storm events and provide 1. proper storm drainage. Work also included utility re-route, guard rail repair and other minor drainagework. Project Title I Location: Emergency Debris Removal, Santa Barbara County, CA Gov't POC-Chad Allen, P.E., Resident Engineer Ph: (626) 274-6190 Chad.D.Allen@usace.army.mil Government Agency: FEMA/USACE, Los Angeles District Contract Amount: $11,700,000 Year Completed: 2018 Contract Number: W912PL-18-C-0003 Brief Scope of Work: Managing disaster generated debris as a result of the storm on January 8th, 2018 resulting in widespread debris within Santa Barbara County, Montecito and Carpinteria, including several filled debris basins and channels. This contract is an Indefinite Delivery/Indefinite Quantity Contract. Provided services for all debris management operations which included, emergency debris clearance, separation, removal, hauling, disposal, structural demolition on public, commercial, and/or private property. Project Title I Location: Job Order Contract (JOC) -Naval Weapons Station Seal Beach Government Agency: NAVFAC Southwest, Naval Weapons Station Seal Beach Contract Amount: $4,000,000 (Sole-Source) Year Completed: 2018 Contract Number: N62473-16-R-1203 Brief Scope of Work: Job Order Contract (JOC) for specialized trade work and real property maintenance construction projects at multiple facilities located at Naval Weapons Station (NWS) Seal Beach, Seal Beach, CA, NWS Seal Beach Detachment Norco, Corona, CA, March Air Reserve Base, Riverside, CA and Defense Fuel Support Point, San Pedro, CA. Project Title I Location: Performance Oriented Construction Activity (POCA) -Fort Irwin NTC Government Agency: USAGE, Los Angeles District Contract Amount: $4,000,000 Year Completed: 2018 Contract Number: W912PL-14-R-0101 Brief Scope of Work: Performance Oriented Construction Activity, Indefinite Delivery Indefinite Quantity (IDIQ) Contract, primarily for use in the Los Angeles District, but may be used for work at other locations within the South Pacific Division of the Corps of Engineers Project Title I Location: Performance Oriented Construction Activity (POCA) -Edwards AFB, AFRL, Plant 42 Government Agency: USAGE, Los Angeles District Contract Amount: $4,000,000 Year Completed: 2018 Contract Number: W912PL-15-R-0022 Brief Scope of Work: Performance Oriented Construction Activity, Indefinite Delivery Indefinite Quantity (IDIQ) Contract, primarily for use in the Los Angeles District, but may be used for work at other locations within the South Pacific Division of the Corps of Engineers Project Title I Location: Alyce Gereaux Park Renovation -Brawley CA. Government Agency: City of Brawley, Department of Public Works Contract Amount: 2,446,320 Year Completed: 2018 Contract Number: 2015-01 Brief Scope of Work: Renovation of an existing park including: Clear and grubbing of the existing site within the limits shown on the Plans, removal of existing site furnishings, saw cut and removal of asphalt and concrete pavement, resurfacing of an existing basketball court, connections to the existing irrigation system, lime stabilization of expansive soils, other miscellaneous improvements on or adjacent to the site; construction of concrete curbs, gutters, sidewalks, pedestrian walk paths, drainage facilities, landscaping and irrigation, domestic water and sewer services, lighting, pre-fabricated restroom building, splash pad, amenities including shade structures, benches, ADA playground equipment, shade sail structures, bike rack, trash receptacles, and other miscellaneous side improvements. Project Title I Location: Performance Oriented Construction Activity (POCA) -Edwards AFB, AFRL, Plant 42 Government Agency: USAGE, Los Angeles District Contract Amount: $4,000,000 Year Completed: 2017 Contract Number: W912PL-14-R-0060 Brief Scope of Work: Performance Oriented Construction Activity, Indefinite Delivery Indefinite Quantity (IDIQ) Contract, primarily for use in the Los Angeles District, but may be used for work at other locations within the South Pacific Division of the Corps of Engineers Project Title I Location: Performance Oriented Construction Activity (POCA) -Naval Hospital Camp Pendleton (NHCP) Government Agency: USAGE, Los Angeles District Contract Amount: $4,000,000 Year Completed: 2017 Contract Number: W912PL-14-R-0079 Brief Scope of Work: Work consists ·of various renovations/repairs/installations/improvements to all facilities associated with Naval Hospital Camp Pendleton (NHCP). Work shall include site improvements, grading, landscaping, plumbing, electrical, and mechanical, carpentry, with various tenant improvements such as painting, carpet, VCT, tile, roofing, HVAC, window/doors, fixtures, lighting, flooring, ceilings, remodeling, and minor reconfigurations. Project Title I Location: Performance Oriented Construction Activity (POCA) -Naval Hospital Camp Pendleton Government Agency: USAGE, Los Angeles District Contract Amount: $4,000,000 Year Completed: 2017 Contract Number: W912PL-14 -R-0084 Brief Scope of Work: Work consists of various renovations/repairs/installations/improvements to all facilities associated with Naval Hospital Camp Pendleton (NHCP). Work shall include site improvements, grading, landscaping, plumbing, electrical, and mechanical, carpentry, with various tenant improvements such as painting, carpet, VCT, tile, roofing, HVAC, window/doors, fixtures, lighting, flooring, ceilings, remodeling, and minor reconfigurations. Project Title I Location: Job Order Contract (JOC) -Marine Corps Recruit Depot (MCRD), and Marine Corps Air Station (MCAS) Miramar, San Diego, CA. Government Agency: NAVFAC Southwest, Naval Weapons Station Seal Beach Contract Amount: $4,000,000 Year Completed: 2017 Contract Number: N624 73-16-R-1203 Brief Scope of Work: This is a fixed price Indefinite Delivery-Indefinite Quantity (IDIQ) Job Order Contract (JOC) for various construction & repair projects resulting in new construction, additions, alterations, maintenance, and repairs. Work will be at locations within the Marine Corps Recruit Depot (MCRD) San Diego, California, and Marine Corps Air Station (MCAS) Miramar, San Diego, California. Project Title I Location: Single Award Construction Task Order Contract (SATOC) -Naval Health Research Center (NHRC), and Naval Base Point Loma (NBPL), San Diego, CA. Government Agency: NATICK, Contracting Division Contract Amount: $4,000,000 Year Completed: 2017 Contract Number: W911QY-15-D-0013 Brief Scope of Work: This is a fixed price Single Award Construction Task Order Contract (SATOC), for various eonstruction & repair projects resulting in new construction, additions, alterations, maintenance, and repairs. Base Wide Construction and/or Renovations at The Naval Health Research Center in San Diego, and various facilities at Naval Base Point Loma (NBPL). Project Title/ Location: Design-Build Bldg. 8314 Renovate Facility, Vandenberg Air Force Base, CA Government Agency: Air Force, 30th CONS· Contract Amount: $1,828,992 Year Completed: 2017 Contract Number: FA4610-15-C-0011 Brief Scope of Work: Design-Build (D/B) renovations to Building 8314. Work completed on this project included but was not limited to: Take the 35% design and perform required calculations and design work, Relocate Room 106's northwest wall further northwest, Remove new emergency eyewash/shower from Room 107, Relocate Room 116's northwest wall further northwest, Relocate Room 117's northwest wall further northwest, Remove two single leaf interior office doors from Room 117, Add single leaf door to Room 118, and a double leaf door to Room 116, each opening from Corridor 114, Relocate electrical, communication and data receptacles, Demolish non-structural walls, ceilings, doors, door frames, and other facility components, Demolish existing coiling door and replace with new roll-up door, Repair existing facility components as per design documents, Repair exterior building skin, seal cracks and repaint to match existing finish, Demolish and install new bathroom finishes and fixtures, Construct new walls, windows, ceilings, finishes, millwork, doors, hardware, Construct new exterior stair canopy, Construct new patio/BBQ pavilion, Upgrade/modify HVAC and fire protection to meet current safety standards, Install new lights, electrical, and phone/network equipment, Regrade and repave as per design, Strip parking lot striping as per design, Demolish and install new concrete pads, Install bollards to protect fire hydrant, Install gas line to new BBQ area, Install power and telecommunication work as per design, Repair chain-link fencing, Perform landscape maintenance, including pruning trees, removing trees and removing sod. Project Title I Location: Job Order Contract (JOC) -Naval Air Facility, El Centro, CA; the Naval Observatory, Flagstaff, Arizona and NOSC Tucson, AZ Government Agency: NAVFAC Southwest, FEAD El Centro Contract Amount: $4,000,000 Year Completed: 2015 Contract Number: N62473-12-R-1604 Brief Scope of Work: This is a fixed price Indefinite Delivery-Indefinite Quantity (IDIQ) Job Order Contract (JOC) for miscellaneous minor construction, design, alteration, maintenance, repair, and other incidental related work at the Naval Air Facility, El Centro, CA; the Naval Observatory, Flagstaff, Arizona and NOSC Tucson BIDDER'S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS' COMPENSATION (To Accompany Proposal) POLICE & FIRE HEADQUARTERS RENOVATION PROJECT (SAFETY CENTER) CONTRACT NO. 4715 As a required part of the Bidder's proposal the Bidder must attach either of the following to this page. 1) Certificates of insurance showing conformance with the requirements herein for each of: □ Comprehensive General Liability □ Automobile Liability □ Workers Compensation □ Employer's Liability 2) Statement with an insurance carrier's notarized signature stating that the carrier. can, and upon payment of fees and/or premiums by the Bidder, will issue to the Bidder Policies of insurance for Comprehensive General Liability, Automobile Liability, Workers Compensation and Employer's Liability in conformance with the requirements herein and Certificates of insurance to the Agency showing conformance with the requirements herein. All certificates of insurance and statements of willingness to issue insurance for auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated in The Notice Inviting Bids and the General Provisions for this project for each insurance company that the Contractor proposes. 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. ~ ~, Revised 6/12/18 Contract No. 4715 Page 24 of 123 Pages I I ~ ACORD® CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DD/VYYY) ~ 9/10/2021 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW . THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED . REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may _require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER ~ftfCT Certificate Department Cavignac rA~gNtJo Extlo 619-744-0574 I FAX 451 A Street, Suite 1800 !A/C Nol: 619-234-8601 San Diego CA 92101 i~D~~ss: certificates@.cavianac.com INSURER/SI AFFORDING COVERAGE NAIC# INSURER A: Continental Casualtv Co. 20443 INSURED RALINVE--01 INSURER B: Continental Insurance ComDanv 35289 RAL Investment Corporation dba Silverstrand Construction INSURER c: The State Compensation Insurance Fund 35076 10065 Old Grove Road, Ste. 200 San Diego, CA 92131 INSURER D: INSURER E: INSURERF: COVERAGES CERTIFICATE NUMBER: 809403335 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICYEFF POLICY EXP LIMITS LTR ,.,~n .. n,n POLICY NUMBER IMM/DD/YYYYI IMM/DDNYYYI B X COMMERCIAL GENERAL LIABILITY y 6080602972 4/1/2021 4/1/2022 EACH OCCURRENCE $1,000,000 -□ CLAIMS-MADE 0 OCCUR DAMAGt: TO RENTED PREMISES IEa occurrence I $100,000 MED EXP (Any one. person) $15,000 - PERSONAL & ADV INJURY $1,000,000 - GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 =i [8JPRO-DLoc PRODUCTS -COMP/OP AGG $2,000,000 POLICY JECT OTHER: $ A AUTOMOBILE LIABILITY 6080368817 4/1/2021 4/1/2022 fi,~~~~~~~llNGLE LIMIT $ 2 000 000 -X ANY AUTO BODILY INJURY (Per person) $ -ALL OWNED -SCHEDULED BODILY INJURY (Per accident) $ -AUTOS AUTOS X X NON-OWNED /p~~~f:di;.;;i?AMAGE $ HIRED AUTOS AUTOS $ B X UMBRELLA LIAB MOCCUR 6080368820 4/1/2021 4/1/2022 EACH OCCURRENCE $5,000,000 -EXCESS LIAB CLAIMS-MADE AGGREGATE $5,000,000 OED I X I RETENTION$ n $ C WORKERS COMPENSATION y 9273522 4/1/2021 4/1/2022 X I ~f f TUTE I I OTH-ER AND EMPLOYERS' LIABILITY V/N ANY PROPRIETOR/PARTNER/EXECUTIVE □ NiA E.L. EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? (Mandatory in NH) E.L. DISEASE -EA EMPLOYEE $1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE • POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS/ LOCATIONS /VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required) RE: Coverage applies to All Projects performed for the City Additional Insured coverage applies to General Liability for the City of Carlsbad/CMWD per policy form. Waiver of subrogation applies to Workers Compensation per policy form in favor the City of Carlsbad/CMWD. Excess/Umbrella policy follows form over underlying policies: General Liability, Auto Liability & Employers Liability (additional insured and waiver of subrogation apply when afforded on underlying policies). If the insurance company elects to cancel or non-renew coverage for any reason other than nonpayment of premium they will provide 30 days notice of such cancellation or non renewal. CERTIFICATE HOLDER I City of Carlsbad/CMWD c/o EXIGIS Insurance Compliance Services P.O. Box 947 Murrieta CA 92564 CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. A~UT_t~~RESENTATWE .• . : ~-. ' . . '-. , © 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD a .. , .•. ::., •. ,< '• ....... , ;· ... , .· ; "' Blanket Additional Insured -Owners, Lessees or Contractors -with Products-Completed ' Operations Coverage Endorsement With respect to other insurance available to t_he additional insured under which the additionai'insured is a named insured, this insurance is primary to and will not seek contribution from such other insurance, provided that a written contract requires the insurance provided by this policy to be: · · 1. primary and non-contributing with other insurance available to the additional insured; or 2. primary and to not seek contribution from any other insurance available to the additional insured. But except as specified above, this insurance will be excess of all oth_er insurance available to the additional insured. VI. Solely with respectto the insurance granted by this endorsement, the section entitled COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: The Condition entitled Duties In The Event of Occurrence, Offense, Claim or Suit is amended with the addition of the following: Any additional insured pursuant to this endorsement will as soon as practicable: 1. give the Insurer written notice of any claim, or any occurrence or offense which may result in a claim; . - 2. send the Insurer copies of all legal papers received, and otherwise cooperate with the Insurer in the investigation, defense, or settlement of the claim; and 3. make available any other insurance, and tender the defense and indemnity of any claim to any 0th.er insurer or self-insurer, whose policy or program applies to a loss that the Insurer covers under this coverage part. However, if the written contract requires this insurance to be primary and non-contributory, this paragraph 3. does not apply to insurance on wl)ich the additional insured is a named insured: ' The Insurer has no duty to defend or indemnify an additional insured under this endorsement until the Insurer receives written notice of a claim from the additional insured. VII. Solely with respect to the insurance granted by this endorsement, the section entitled DEFINITIONS is ame,nded to add the following definition: C Written contract means a written contract or written agreement that requires you to make a person or organization an additional insured on this ~overage part, provided the contract or agreement: ( A. is currently in effect or be~omes effective during the term of this policy; and B. was executed prior to: 1. the bodily injury or property damage; or 2. the offense that caused the personal and advertising injury; for which the additional insured seeks coverage. Any coverage granted by this endorsement shall apply solely to the extent permissible by law. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for .attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. · CNA75079XX (10-16) Page 2 of2 Insured Name: _ RAL Investment Corporation Policy No: 6080602972 Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement B. Solely for the purpose of the coverage provided by this PROPERTY DAMAGE -ELEVATORS Provision, the Other Insurance conditions is amended to add the following paragraph: This insurance is excess over any of the other insurance, whether primary, excess, contingent or on any other basis that is Property insurance covering property of others damaged from the use of elevators. 23. SUPPLEMENTARY PAYMENTS The section entitled SUPPLEMENTARY PAYMENTS -COVERAGES A AND Bis amended as follows: A. Paragraph 1.b. is amended to delete the $250 limit shown for the cost of bail bonds and replace it with a $5,000. limit; and · · B. Paragraph 1.d. is amended to delete the limit of $250 shown for daily loss of earnings and replace it with a $1,000. limit. · 24. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS If the Named Insured unintentionally fails to disclose all existing hazards at the inception date of the Named lnsured's Coverage Part, the Insurer will not deny coverage under this Coverage Part because of such failure. ~~iWAIV~~~~9J:::,~~-~ROGATl0if~aLAr,ji<Efv Under CONDITIONS, the condition entitled Transfer Of Rights Of Recovery Against Others To Us is amended to add the following: The Insurer waives any "right of recovery the Insurer may have against any person or organization because of payments the Insurer makes for injury or damage arising out of: 1. the Named· lnsured's ongoing operations; or I • 2. your work included in the products-completed operations hazard. However, this waiver applies only when the Named Insured has agreed in writing to waive such rights of recovery in a written contract or written agreement, and only if such contract or ~greement: 1. is in effect or becomes effective during the term of this Coverage Part; and 2. was executed prior to the bodily injury, property damage or personal and advertising injury giving rise to the claim. _26. WRAP-UP EXTENSION: OCIP, CCIP, OR CONSOLIDATED (WRAP-UP) INSURANCE PROGRAMS Note: The following provision does not apply to any public .construction project in the· state of Oklahoma, nor to any construction project in the state of Alaska, that is not permitted to be insured under a consolidated (wrap-up) insurance program by applicable state statute or regulation. If the endorsement EXCLUSION -CONSTRUCTION WRAP-UP is attached to this policy, or another exclusionary endorsement pertaining to Owner Controlled Insurance Programs (O.C.I.P.) or Contractor Controlled Insurance Programs (C.C.I.P.) is attached, then the following changes apply: A. The following wording is added to the above-referenced endorsement: With respect to a consolidated (wrap-up) insurance program project in which the Named Insured is or was involved, this exclusion does not apply to those sums the Named Insured become legally obligated to pay as damages because of: · · 1. Bodily injury, property damage, or personal or advertising injury that occurs.during the Named lnsured's ongoing . operations at the project, or during such operations of anyone acting on the Named lnsured's behalf; nor · CNA74705XX (1-15) Page 16 of 17 . Insured Name: RAL INVESTMENT CORPORATION Policy No: 6080602972 Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission_. m-Cc° •. ·,, . ' / ·,; -:, , ::c~..,-t I • -~. .;' • .:.t"'~o-u"& ~ ii' ~-.,'l,-:~';:g,••::~•~'!:"'-.•!f~•=~ ~~ •= • •• :.:: •• ... ::~~ •. "=,, •:~••$••~:•~"'A.•• : •" :~::,~•: • ~ :"r':£$$~,,, $~~/~1} I N!Oi'ICE OF C~N0ELL~iinl©~fSI, T<5> CEFiZEltJC·~llilfiHOLDEFiS . . :· . . : . · 0 0 .. • • • ~. • ~ •• • 0 « • """ 0 ! ... It is understood and agreed that: If you have agreed under written contract to provide notice of cancellation to a party to whom the Agent of Record has issued a Certificate of Insurance, and if we cancel a policy term described on that Certificate of Insurance for any reason other than nonpayment of premium, then notice of cancellation will be provided to such Certificateholders at least 30 days in advance of the date cancellation is effective. If notice is mailed, then proof of mailing to the last known mailing address of the Certificateholder on file with the Agent of Record will be sufficient to prove notice. Any failure by us to notify such persons or organizations will not extend· or invalidate such cancellation, or impose any liability or obligation upon us or the Agent of Record. All other terms and conditions of the policy remain unchanged. This endorsement, which forms a part of and is for attachment to the policy issued by the designated Insurers, takes effect on the Policy Effective date of said policy at the hour stated in said policy, unless another effective date (the Endorsement Effective Date) is shown below, and expires concurrently with said policy. Form No:· CNA68021 XX (02-2013) © Copyright CNA All Rights Reserved. RAL Investment Corporation Policy No: 6080368817 6080602972 6080368820 CNA CNA PARAMOUNT Contractors' General Lia,bility Extension Endorsement claims arising solely out of their capacity or status as such and, in the case of a spouse, where such claim seeks damages from marital community property, jointly held property or property transferred from such natural person Insured to such spouse. No coverage is provided for any act, error or omission of · an estate, heir, legal representative, or spouse outside the scope of such person's capacity or status as such, provided however that the spouse of a natural person Named Insured and the spouses of members or partners of joint venture or partnership Named Insureds are Insureds with respect to such spouses' acts, errors or omissions in the conduct of the Named lnsured's business. 10. EXPECTED OR INTENDED INJURY -EXCEPTION FOR REASONABLE FORCE · Under COVERAGES, Coverage A -Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is ~mended to delete the exclusion entitled Expected or Intended Injury and replace it with the following: This insurance does not apply to: Expected or Intended Injury Bodily injury or property damage expected or intended from the standpoint of the Insured. This exclusion does not apply to bodily injury or property damage resulting from the use· of reasonable force to protect persons or property. 11. !GENERAbAGGREGATE L.IMIT:SOFINSURANCE • PERJiP .. OJECt1 '• ,,_,,_,>,,«~~w~•~•-;<-,-<'"'-'-''<'_,.,,.,.... :;,.,,.,.~· "'A'-'"•"''"(' '-"'""WW<u,A <O'««,--.w.<w'"-"'< ,,.,,,,,,,_w«,,ua,," .,._.,, ,V,"-"'---'«<w--,-=«'~v«c'>-,,8~,'.C •,••, ,,•x.V A. For each construction project away from premises the Named Insured owns or rents, a separate Construction Project General Aggregate Limit, equal to the amount of the General Aggregate Limit shown in the Declarations, is the most the Insurer will pay for the sum of: 1. All damages under Coverage A, except damages because of bodily injury or property damage included in the products-completed operations hazard; and 2. All medical expenses under Coverage C, that arise from occurrences or accidents which can be attributed solely to ongoing operations at that construction project. Such payments shall hot reduce the General Aggregate Limit shown in the Declarations, nor the Construction Project General Aggregate Limit of any other construction project. B. All: 1. Damages under Coverage B, regardless of the number of locations or construction projects involved; 2. Damages under Coverage A, caused by occurrences which cannot be attributed solely to ongoing operations at a single .construction project, except damages because of bodily injury or property damage included in the products-completed operations hazard; and · 3. Medical expenses under Coverage C caused by accidents which cannot be attributed solely to ongoing operations at a single construction project, will reduce the General Aggregate Limit shown• in the Declarations. C. The limits shown in the Declarations for Each Occurrence, for Damage To Premises Rented To You and for Medical Expense continue to apply, but will be subject to either the Construction Project General Aggregate Limit or the General Aggregate Limit shown in the Declarations, depending on whether the occurrence can be attributed solely to ongoing operations at a particular construction project. D. When coverage for liability arising out of the products-completed operations hazard is provided, any payments for damages because of bodily injury or property damage included in the products-completed operations hazard will reduce the Products-Completed Operations Aggregate Limit shown in the Declarations, regardless of the number of projects involved. CNA74705XX (1-15) Page 8 of 17 Insured Name: RAL INVESTMENT CORPORATION Policy No: 6080602972 Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. BIDDER'S STATEMENT RE DEBARMENT (To Accompany Proposal) POLICE & FIRE HEADQUARTERS RENOVATION PROJECT (SAFETY CENTER) CONTRACT NO. 4715 1) Have you or any of your subcontractors ever been debarred as an irresponsible bidder by another jurisdiction in the State of California? X yes no 2) If yes, what was/were the name(s) of the agency(ies) and what was/were the period(s) of debar- ment(s)? Attach additional copies of this page to accommodate more than two debarments. party debarred party debarred agency agency period of debarment period of debarment BY CONTRACTOR: RAL Investment Corporation dba Silverstrand Construction (name of Contractor~~--~~~-- _By-~~ Keith Adamek, Vice. President (print name/title) Page _1_ of _1_ pages of this Re Debarment form ,, •~ Revised 6/12/18 Contract No. 4715 Page 25 of 123 Pages BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) POLICE & FIRE HEADQUARTERS RENOVATION PROJECT (SAFETY CENTER) CONTRACT NO. 4715 Contractors are required by law to be licensed and regulated by the Contractors' State License Board which has jurisdiction to investigate complaints against contractors if a complaint regarding a patent act or omission is filed within four years of the date of the alleged violation. A complaint regarding a latent act or omission pertaining to structural defects must be filed within 10 years of the date of the alleged violation. Any questions concerning a contractor may be referred to the Registrar, Contractors' State License board, P.O. Box 26000, Sacramento, California 95826. 1) Have you ever had your contractor's license suspended or revoked by the California Contractors' State license Board two or more times within an eight-year period? X yes no 2) Has the suspension or revocation of your contractor's license ever been stayed? X yes no . . 3) Have any subcontractors that you propose to perform any portion of the Work ever had their con- tractor's license suspended or revoked by the California Contractors' State license Board two or more times within an eight-year period? X yes no 4) Has the suspension or revocation of the license of any subcontractor's that you propose to perform any portion of the Work ever been stayed? ·x yes no 5) . If the answer to either of 1. or 3. above is yes fully identify, in each and every case, the party disciplined, the date of and violation that the disciplinary action pertain to, describe the nature of the violation and the disciplinary action taken therefore. (If needed attach additional sheets to provide full disclosure.) Page _1 _ of _2_ pages of this Disclosure of Discipline form ~~ ~, Revised 6/12/18 Contract No. 4715 Page 26 of 123 Pages CONTRACT PUBLIC WORKS This agreement is made this _____ day of _____________ _, 2021, by and between the City of Carlsbad, California, a municipal corporation, (hereinafter called "City"), and RAL Investment Corporation, a California corporation d.b.a. Sihierstrand Construction whose principal place of business is 10065 Old Grove Road, Ste. 200 San Diego CA 92131 (hereinafter called "Con­tractor"). City and Contractor agree as follows: 1.Description of Work. Contractor shall perform all work specified in the Contract documentsfor:POLICE & FIRE HEADQUARTERS RENOVATION PROJECT (SAFETY CENTER) . CONTRACT NO. 4715 (hereinafter called "project") 2.Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, equip­ment, and personnel to perform the work specified by the Contract Documents. 3.Contract Documents. The Contract Documents consist of this Contract, Notice Inviting Bids,Contractor's Proposal, Bidder's Bond, Non-collusion Declarati�n. Designation of Subcontractors,Technical Ability and Experience, Bidder's Statement Re Debarment, Escrow Agreement, Release Form, the Plans and Specifications, the General Provisions, addendum(s) to said Plans and Specifi­cations and General Provisions, and all proper amendments and changes made thereto in accordancewith this Contract or the Plans and Specifications, and all bonds for the project; all of which are incor­porated herein by this reference. Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as indi­ cated, specified, and implied by the Contract Documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at the Contractor's expense to fulfill the intent of said documents. In all instances through the life of the Contract, the City will be the interpreter of the intent of the Contract Documents, and the City's decision relative to said intent will be final and binding. Failure of the Contractor to apprise subcontractors and materials suppliers of this condition of the Contract will not relieve responsibility of compliance. 4.Payment. For all compensation for Contractor's performance of work under this Contract, Cityshall make payment to the Contractor per section 9-3 PAYMENT of the General Provisions section ofthis contract. The Engineer will close the estimate of work completed for progress payments on thelast Working Day of each month. The City shall withhold retention as required by Public Contract CodeSection 9203. 5.Independent Investigation. Contractor has made an independent investigation of the jobsite, the soil conditions at the jobsite, and all other conditions that might affect the progress of the work andis aware of those conditions. The Contract price includes payment for all work that may be done byContractor, whether anticipated or not, in order to overcome underground conditions. Any informationthat may have been furnished to Contractor by City about underground conditions or other job condi­tions is for Contractor's convenience only, and City does not warrant that the conditions are as thusindicated. Contractor is satisfied with all job conditions, including underground conditions and has notrelied on information furnished by City. ft �, Revised 6/12/18 Contract No. � Page 29 of 123 Pages 19th October 6. Hazardous Waste or Other Unusual Conditions. If the contract involves digging trenches or other excavations that extend deeper than four feet below the surface Contractor shall promptly, and before the following conditions are disturbed, notify City, in writing, of any: A. Hazardous Waste. Material that Contractor believes may be material that is hazardous waste, as defined in section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class 11, or Class Ill disposal site in accordance with provisions of existing law. B. Differing Conditions. Subsurface or latent physical conditions at the site differing from those indicated. C. Unknown Physical Conditions. Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the contract. City shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in contractor's costs of, or the time required for, performance of any part of the work shall issue a change order under the procedures described in this contract. In the event that a dispute arises between City and Contractor whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the contractor's cost of, or time re- quired for, performance of any part of the work, contractor shall not be excused from any scheduled completion date provided for by the contract, but shall proceed with all work to be performed under the contract. Contractor shall retain any and all rights provided either by contract or by law which pertain to the resolution of disputes and protests between the contracting parties. 7. Immigration Reform and Control Act. Contractor certifies it is aware of the requirements of the Immigration Reform.and Control Act of 1986 (8 USC sections 1101-1525) and has complied and. will comply with these requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors, and consultants that are included in this Contract. 8. Prevailing Wage. Pursuant to the California Labor Code, the director of the Department of Industrial Relations has determined the general prevailing rate of per diem wages in accordance with California Labor Code, section 1773 and a copy of a schedule of said general prevailing wage rates is on file in the office of the City Engineer, and is incorporated by reference herein. Pursuant to Cali- fornia Labor Code, section 1775, Contractor shall pay prevailing wages. Contractor shall post copies cf all applicable prevailing wagt3s on the job site. Contiactor shall comply with California Labor Code, section 1776, which generally requires keeping accurate payroll records, verifying and certifying pay- roll records, and making them available for inspection. Contractor shall require all subcontractors to comply with Section 1776. 9. Indemnification. Contractor agrees to defend, pay all expenses of defense, and indemnify, and hold harmless City, its affiliated and subsidiary entities, and its elected and appointed officials, officers, directors, managers, employees and agents from and against all claims asserted, liability established, or judgments for damages or injuries to any person or property, including to· Contractor's officers, employees, agents, or subcontractors, arising directly or indirectly out of the Work, which arise from, are connected with, or are caused or claimed to be caused by the acts or omissions of Contractor, its officers, employees, agents or subcontractors. Contractor's duty to defend, indemnify, and hold harm- less shall not include any claims or liabilities arising from the sole negligence or sole willful misconduct of the City, its agents, officers or employees. Contractor shall also defend and indemnify the City from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations in- cluding those relating to safety and health; and from any and all claims, loss, damages, injury and (' fl Revised 6/12/18 Contract No. 4715 Page 30 of 123 Pages liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the City. Contractor further agrees that its duty to defend includes all attorney fees and costs associated with enforcement of this indemnification provision, defense of any claims arising from this Agreement, and, where a conflict of interest exists or may exist between Contractor and City, the reasonable value of attorney fees and costs if City chooses, at its own election, to conduct its own defense or participate in its own defense of any claim related to this Agreement. Contractor shall also defend .and indemnify the City against any challenges to the award of the contract to Contractor, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, arising in whole or in part from alleged inaccuracies or misrepresentation by the Con- tractor, whether intentional or otherwise, and Contractor will pay all costs, including defense costs for the City. Defense costs include.the cost of separate counsel for City, if City requests separate counsel. 10. Insurance. Contractor shall procure and maintain for the duration of the Contract insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his or her agents, representatives, employees or subcontractors. Said insurance shall meet the City's policy for insurance as stated in City Council Policy # 70. (A) Coverages and Limits Contractor shall maintain the types of coverages and minimum limits indicted herein: a. Com~ercia! General Liability (CGL) Insurance: Insurance written on an "occurrencen .. basis, including products-completed operations, personal & advertising injury, with limits no less than $5,000,000 per occurrence and $10,000,000 aggregate. b. Business Automobile Liability Insurance: $2,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. c. Workers' Compensation and Employers' Liability Insurance: Workers' compensation limits as required by the Labor Code of the State of California and Employers' Liability limits of $1 ,000,000 per incident. Workers' compensation offered by the State Compensation Insurance Fund is acceptable to the City. d. Builders Risk (Course of Construction): Throughout coristruction of the Project until final com- pletion of the Project, a Project-specific Builder's Risk (Course of Construction) insurance policy, cov- ering all Work other than design (including testing and commissioning) at the Project site, while in transit and at any temporary off-site location; all materials supplies, machinery, fixtures and equipment intended to become a permanent part of the Project or for permanent use in the Project or incidental to the construction; all temporary structures that are to be used in or incidental to the fabrication, erection, testing, or completion of the Project to the extent the cost thereof is included in the Work upon which the contract price is based, while on or about the Project site awaiting or during construc- tion. The Builder's Risk policy: 1) shall be written on a completed value basis in an amount not less than the full replacement " •.,-Revised 6/12/18 Contract No. 4715 Page 31 of 123 Pages value of the Project ($13,700,000); 2) shall be written on an "All Risk" (Special Perils) coverage form, including reinstatement of limit after loss and no coinsurance penalty provisions; 3) shall specifically cover loss or damage arising out off aulty workmanship or materials or de- sign error; 4) shall include coverage for delay costs to a maximum amount of $500 per day to include loss of revenue, loss of investment income, continued payment of debt service, and the costs of Pro- ject redesign if a covered loss ensues as a result of a design error. The City shall provide information as reasonably requested by the Design-Builder or insurance com- pany, where necessary to complete insurance applications. The s·uilder's Risk insurance policy shall extend until final completion of the Project. e. Pollution/Environmental Impairment Liablllty: $2,000,000 per loss and annual aggregate ap- plicable to bodily injury; property damage, including loss of use of damaged property or of property that has not been physically damaged or destroyed; clean-up costs, including first party cleanup of the City's property and third party cleanup, and bodily injury costs if Project pollutants impact other prop- erties; and defense, including costs, fees and expenses incurred in the investigation, defense, or res- olution of claims. Coverage shall include completed operations and shall apply to sudden and non- sudden pollution conditions. Coverage shall apply to construction activities and to acts, errors or omis- sions arising out of, or in connection with, Contractor's scope of work under this Contract. Coverage shall also apply to non-owned deposit sites or "NODS" that shall protect against, for example, claims regarding bodily injury, property damage, or cleanup costs involving NODS. Coverage shall include transport and disposal of contaminants (including asbestos and lead) and shall include liability as- sumed under contract. Coverage is preferred by the City to be occurrence based. However, if provided on a claims-made basis, Design-Builder warrants that any retroactive date applicable to coverage under the policy precedes the effective date of this Contract, and that continuous coverage shall be maintained or an extended discovery period will be exercised for a period of five (5) years beginning from the time Work under this Contract is completed. (B) Additional Provisions: Contractor shall ensure that the policies of insurance required under this agreement with the exception of Workers' Compensation and Business Automobile Liability Insurance contain, or are endorsed to contain, the following provisions. a. The City, its officials, employees and volunteers are to be covered as additional insured as re- spects: liability arising out of activities performed by or on behalf of the Contractor; products and com- pleted operations of the contractor; premises owned, leased, hired or borrowed by the contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officials, employees or volunteers. All additional insured endorsements must be evidenced using separate doc- uments attached to the certificate of insurance; one for each company affording general liability, and employers' liability coverage. b. The Contractor's insurance coverage shall be primary insurance as respects the City, its officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officials, em- ployees or volunteers shall be in excess of the contractor's insurance and shall not contribute with it. c. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officials, employees or volunteers. d. Coverage shall state that the contractor's insurance shall apply separately to each insured against ,, .,,. Revised 6/12/18 Contract No. 4715 Page 32 of 123 Pages whom claim is made or suit is brought, except w ith respect to the limits of the insurer's liability. (C) Notice of Cancellation. Each insurance policy required by this agreement shall be endorsed to state that coverage shall not be nonrenewed, suspended, voided, canceled, or reduced in coverage or limits except after ten (10) days' prior written notice has been sent to the City by certified mail, return receipt requested. (D) Deductibles and Self-Insured Retention (S.I.R) Levels. Any deductibles or self-insured reten- tion levels must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the City, its officials and employees; or the contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. (E) Waiver of Subrogation. All policies of insurance required under this agreement shall contain a waiver of all rights of subrogation the insurer may have or may acquire against the City or any of its officials or employees. (F) Subcontractors. Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. Coverages for subcontractors shall be subject to all of the requirements stated herein. · (G) Acceptability of Insurers. Insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:VII. Insurers must also be authorized to transact the business of in- surance by the State of California Insurance Commissioner as admitted carriers as evidenced by a listing in the official publication of the Department of Insurance of the State of California and/or under the standards specified by City Council Policy# 70. (H) Verification of Coverage. Contractor shall furnish the City with certificates of insurance and orig- inal ~ndorsements affecting coverage required by this clause. The certificates and _endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be in forms approved by the City and are to be received and approved by the City before the Contract is executed by the City. (I) Coverage and Limits. Contractor shall maintain the types of coverage and minimum limits indi- cated in.this Section 10, unless the Risk Manager or City Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Contract. The City, its officers, agents and employees make no representation that the limits of the insurance specified to be carr!ed by Contractor pursuant to this Contract are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inade- quate, Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. The full limits available to the named insured shall also be available and applicable to the City as an additional insured. (J) Cost of Insurance. The Cost of all insurance required under this agreement shall be included in the Contractor's bid. 11. Claims and Lawsuits. All claims by Contractor shall be resolved in accordance with Public Con- tract Code section 9204, which is incorporated by reference. A copy of Section 9204 is included in Section 3 of the General Provisions. In addition, all claims by Contractor for $375,000 or less shall be resolved in accordance with the provisions in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with section 20104) which are incorporated by reference. A copy of Article 1.5 is included in Section 3 of the General Provisions. If a conflict arises between Section 9204 and Article 1.5, Section 9204 shall apply. Notwithstanding the provisions of this section of the Contract, all -~ ~, Revised 6/12/18 Contract No. ~ Page 33 of 123 Pages claims shall comply with the Government Tort Claim Act (section 900 et seq., of the California Gov- ernment Code) for any claim or cause of action for money or damages prior to filing any lawsuit for breach of this Contract. (A) Assertion of Claims. Contractor hereby agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. (B) False Claims. Contractor acknowledges that if a false claim is submitted to the City, it may be considered fraud and the Contractor may be subject to criminal prosecution. (C) Government Code. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of the information. (D) Penalty Recovery. If the City of Carlsbad seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. (E) Debarment for False Claims. Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the Contractor may be prevented from further bidding on public contracts for a period of up to five years. (F) Carlsbad Municipal Code. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. (G) Debarment from Other Jurisdictions. Contractor hereby acknowledges that debarment by an- other jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcontractor from . participating in future contract bidding. (H) Jurisdiction. Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. With respect to venue, the parties agree that this Agreement is made in and will be per- formed in San Diego County. The Parties waive all provisions of law providing for a change of venue in these proceedings to any other county. I have read and understand all provisions of Section 11 above. 1-;flinit ~ init 12. Maintenance of Records. Contractor shall maintain and make available at no cost to the City, upon request, records in accordance with sections 1776 and 1812 of Part 7, Chapter 1, Article 2, of the Labor Code. If the Contractor does not maintain the records at Contractor's principal place of business as specified above, Contractor shall so inform the City by certified letter accompanying the return of this Contract. Contractor shall notify the City by certified mail of any change of address of such records. 13. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with section 1720 of the Labor Code are incorporated herein by reference. 14. Security. Securities in the form of cash, cashier's check, or certified check may be substituted for any monies withheld by the City to secure performance of this contract for any obligation established by this contract. Any other security that is mutually agreed to by the Contractor and the City may be substituted for monies withheld to ensure performance under this Contract. ,, •fi Revised 6/12/18 Contract No. 4715 Page 34 of 123 Pages Executed in Triplicate Bond No: 1975472 Premium is included in the Performance Bond. LABOR AND MATERIALS BOND WHEREAS, the City of Carlsbad, State of California, has awarded to RAL Investment Corpora- tion, a California corporation d.b.a. Silverstrand Construction (hereinafter designated as the "Prin- cipal"), a Contract for: POLICE & FIRE HEADQUARTERS RENOVATION PROJECT (SAFETY CENTER) CONTRACT NO. 4715 in the City of Carlsbad, in strict conformity with the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad and all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of their subcontractors shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, WE, RAL Investment Corporation, a California corporation d.b.a. Silver- strand Construction, as Principal, (hereinafter designated as the "Contractor'), and The Hanover Insurance Company as Surety, held firmly bound unto the City of <;;arlsbad in the sum of TWELVE MILLION SIX HUNDRED THIRTY THREE THOUSAND ONE HUNDRED EIGHTY ONE Dollars ($12,633,181.00), said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the contract by the City of Carlsbad, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and sev- erally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the Contractor or his/her subcontrac- tors fail to pay for any materials, provisions, provender, supplies, or teams used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind , consistent with California Civil Code section 9100, or for amounts due under the Unemployment Insurance Code with respect to the work or labor performed under this Contract, or for any amounts required to be deducted, withheld, and paid over to the Employment Develop- ment Department from the wages of employees of the contractor and subcontractors pursuant to section 13020 of the Unemployment Insurance Code with respect to the work and labor, that the Surety will pay for the same, and, also, in case suit is brought upon the bond, reasonable attor- ney's fees, to be fixed by the court consistent with California Civil Code section 9554. This bond shall inure to the benefit of any of the persons named in California Civil Code section 9100, so as to give a right of action to those persons or their assigns in any suit brought upon the bond. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed hereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. " • ., Revised 6/12/1 8 Contract No. 4715 Page 36 of 123 Pages Executed in Triplicate Bond No: 1975472 Premium: $81 ,666.00 Premium is for Contract Term and is subject to adjustment based on the Final Contract Price. FAITHFUL PERFORMANCE/WARRANTY BOND WHEREAS, the City Council of the City of Carlsbad, State of California, has awarded to RAL Investment Corporation, a California corporation d.b.a. Silverstrand Construction, (hereinafter designated as the "Principal"), a Contract for: POLICE & FIRE HEADQUARTERS RENOVATION PROJECT (SAFETY CENTER) CONTRACT NO. 4715 in the City of Carlsbad, in strict conformity with the contract, the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond for the faithful performance and warranty of said Contract; NOW, THEREFORE, WE, RAL Investment Corporation, a California corporation d.b.a. Silver- strand Construction, as Principal, (hereinafter designated as the "Contractor"), and The Hanover Insurance Company as Surety, are held firmly bound unto the City of Carlsbad in the sum TWELVE MILLION SIX HUNDRED THIRTY THREE THOUSAND ONE HUNDRED EIGHTY ONE Dollars ($12,633,181.00), said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the contract by the City of Carlsbad, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and sev- erally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor, their heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the Contract and any alteration thereof made as therein provided on their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Carlsbad, its officers, employees and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and effect. As a part of the obligation secured hereby and in addition to the face amount specified therefore, there shall be included costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by the City in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed there under or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. ft ~, Revised 6/1 2/1 8 Contract No. 4715 Page 38 of 123 Pages OPTIONAL ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between the City of Carlsbad whose address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafter called "City" and ____________________________ whose address is _____________________________ hereinafter called "Contractor" and ______________________ whose address is _______________________________ hereinafter called "Escrow Agent." For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agree as follows: 1. Pursuant to section 22300 of the Public Contract Code of the State of California, the Contractor has the option to deposit securities with the Escrow Agent as a substitute for retention earnings re- quired to be withheld by the City pursuant to the Construction Contract entered into between the City and Contractor for POLICE & FIRE HEADQUARTERS RENOVATION PROJECT (SAFETY CENTER) CONTRACT NO. 4715 in the amount of ____________ dated ______ (hereinafter referred to as the "Contract"). Alternatively, on written request of the Contractor, the City shall make payments of the retention earnings directly to the Escrow Agent. When the Contractor deposits the securities as a substitute for Contract earnings, the Escrow Agent shall notify the City within 1 0 days of the deposit. The market value of the securities at the time of the substitution shall be a least equal to the cash amount then required to be withheld as retention under the terms of the contract between the City and Contractor. Securities shall be held in the name of the City and shall designate the Contractor as the beneficial owner. 2. The City shall make progress payments to the Contractor for such funds which otherwise would be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow Agent holds securities in the form and amount specified above. 3. When the City makes payment of retentions earned directly to the Escrow Agent, the Escrow Agent shall hold them for the benefit of the Contractor until such time as the escrow created under this contract is terminated. The Contractor may direct the investment of the payments into securities. All terms and conditions of this agreement and the rights and responsibilities of the parties shall be equally applicable and binding when the City pays the Escrow Agent directly. 4. The Contractor shall be responsible for paying all fees for the expenses incurred by the Escrow Agent in administering the Escrow Account and all expenses of the City. These expenses and payment terms shall be determined by the City, Contractor and Escrow Agent. 5. The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the City. 6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account only by written notice to Escrow Agent accompanied by written authorization from City to the Escrow Agent that City consents to the withdrawal of the amount sought to be withdrawn by Contractor. ,, •+;' Revised 6/12/18 Contract No. 4715 Page 40 of 123 Pages 7. The City shall have a right to draw upon the securities in the event of default by the Contractor. Upon seven days' written notice to the Escrow Agent from the City of the default, the Escrow Agent shall immediately convert the securities to cash and shall distri~ute the cash as instructed by the City. 8. Upon receipt of written notification from the City certifying that the Contract is final and complete and that the Contractor has complied with all requirements and procedures applicable to the Contract, the Escrow Agent shall release to Contractor all securities and interest on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of all moneys and securities on deposit and payments of fees and charges. 9. The Escrow Agent shall rely on the written notifications from the City and the Contractor pursuant to sections (1) to (8), inclusive, of this agreement and the City and Contractor shall hold Escrow Agent harmless from Escrow Agent's release, conversion and disbursement of the securities and interest as set forth above. · 10. The names of the persons who are authorized to give written notices or to receive written notice on behalf of the City and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: For City: For Contractor: For Escrow Agent: Title FINANCE DIRECTOR Name _________________ _ Signature· _______________ _ Address 1635 Faraday Avenue, Carlsbad, CA 92008 Title Name _________________ _ Signature _______________ _ Address _______________ _ Title Name ------------------ Signature _______________ _ Address ----------------- At the time the Escrow Account is opened, the City and Contractor shall deliver to the Escrow Agent a fully executed counterpart of this Agreement. ,, •+;' Revised 6/12/18 Contract No. 4715 Page 41 of 123 Pages IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. For City: Title MAYOR Name ________________ _ Signature ______________ _ Address 1200 Carlsbad Village Drive, Carlsbad, CA 92008 For Contractor: Title Name ________________ _ Signature ______________ _ Address _______________ _ For Escrow Agent: Title ______________ _ Name ________________ _ Signature ______________ _ Address _______________ _ (' +F Revised 6/12/18 Contract No. 4715 Page 42 of 123 Pages Page 43 of 123 Police Department Crime Analysis 2560 Orion Way  Carlsbad, CA 92010  760-931-2100  www.carlsbadca.gov ATTACHMENT A CRIMINAL BACKGROUND CHECK Dear Contractor: Due to the public safety and security requirements of the City of Carlsbad’s Police Department, all contractors wishing to perform construction work on site and/or in the building must first satisfy a Criminal Background Check. Contractors are expected to be licensed professionals, dressed appropriately for the type of work they intend to perform and to follow all commonly ac-cepted safety practices in the performance of their work. To request clearance for working on site and/or in the building, please com- plete the clearance request application and waiver and release of liability on the next page and submit it the City’s representative on site (Griffin Struc- tures). The approval of contactor’s clearance request rests with the Profes- sional Standards and Services Bureau Lieutenant. Upon approval, contrac-tor will be contacted to confirm clearance. Thank you for your interest in the city’s project to renovate the Carlsbad Po-lice Department. Sincerely, Neil Gallucci (Mickey Williams, effective Sept. 6, 2021) Chief of Police Revised 6/15/17 Contract No. 4715 Page 44 of 123 Pages CARLSBAD POLICE DEPARTMENT CLEARANCE REQUEST FOR CONTRACTORS WORKING ON SITE POLICE & FIRE HQ RENOVATION (SAFETY CENTER) CIP PROJECT NO. 4715 CAUTION: THIS IS A WAIVER AND RELEASE OF YOUR LEGAL RIGHTS AND A WAIVER AND RELEASE OF LIABILITY Upon approval, the Carlsbad Police Department will allow Contractor to conduct licensed construction work on site and/or in the building. Upon arrival at the site, Contractor will be expected to show identification to a designated officer to con- firm they have been cleared for work on site and/or in the building. For protection, please follow all instructions given to you by the officer. Contractor is expected to be dressed appropriately per construction industry guidelines with hard hat, safety glasses, shirt, safety vest, long pants and construction shoes. COMPLETE ALL SECTIONS OF THIS FORM Name __________________________________________Date of Birth ______________________________ Address ________________________________________ City ______________________________________ State _______________ Zip Code ____________________Telephone ________________________________ E-mail__________________________________________ Social Security Number (last 4 digits) ___________ Emergency Contact _______________________________ Relationship _______________________________ Address _________________________________________Telephone ________________________________ City & Zip Code ___________________________________Driver License Number ______________________ Medical conditions, limitations, or restrictions ___________________________________________________ Professional Standards and Services Bureau Lieutenant approval signature____________________________ The undersigned understands that the above information will be used in a criminal background search. If illegal behavior is found for the above individual, the City of Carlsbad may deny individual access to the project site. The undersigned has read and understands the implications of this search for criminal background information. Additionally, the undersigned does hereby waive any claim against the City, its officers, agents, volunteers, and employees for injury to my person or damage to my property that may arise out of, or in connection with, said work on site and/or in the building. The under- signed further releases said City, its officers, agents, volunteers, and employees from any liability resulting from any neg- ligent act or omission on their part with respect to the activities described above. The undersigned acknowledges that there is a risk of bodily injury associated with construction work, and the undersigned assumes this risk. The undersigned understands that their name, address and telephone number may be listed in a crime report as a witness, if determined appropriate by the officer, and they may be subject to subpoena by the Courts. The undersigned has read and under- stands every word of this waiver and release. Signed ______________________________________________ Date _______________________________ Department Use ONLY - Background Check Completed: □ □ Application Denied/Reason: ________________________________________________________________ Revised 6/15/17 Contract No. 4715 Page 45 of 123 Pages ATTACHMENT B CITY OF CARLSBAD INFORMATION TECHNOLOGY INFRASTRUCTURE REQUIREMENTS Revised 6/15/17 Contract No. 4715 Page 46 of 123 Pages Attachment B City of Carlsbad Information Technology Infrastructure Requirements DRAFT 2021 –v0.3 PART 1 -GENERAL This guide was developed to assist City of Carlsbad departments in the selection of an appropriate IT infrastructure solutions and equipment for their specific needs or business objectives. All selected solu-tions need to be verified and approved by City of Carlsbad IT department. 1.1 GENERAL REQUIREMENTS Tenderers shall propose and submit an Information Technology comprehensive solution to define the telecommunications infrastructure (patch panels, frames, patch cords, cables, faceplates and outlets) necessary to build a uniform premises distribution system, which will function for a multi-media communications solution to support up to 10,000Mbps (10GBE) and to provide a 20-year warranted system. This solution is to also include the following: A. Network Drop Naming Standards B. Room Dimensions and Backboard C. Power and cooling PART 2 -PRODUCTS 2.1 STRUCTURED CABLING SYSTEM (SCS) A. All COMMSCOPE products supplied under this tender shall be genuine. B. The following horizontal cable is required: 1. Intrabuilding Cable Fiber – 24 strand single mode SMF28 terminated LC at both ends. 2. Intrabuilding copper data cable (if needed) – 24 AWG OSP CAT6 3. Inside copper data cable – Blue Jacket CAT6 24 AWG C. The communications channel shall be capable of supporting 10GBE (10000BASE- T) Ethernet. All copper products in the communications channel shall be capable of sup-porting the provision of power to the Data Terminal Equipment via the electrically con-ductive Media Dependent Interfaces as specified in the latest IEEE 802.3bt “Power over Ethernet” standard. All IDC connectors shall be COMMSCOPE IDC technology for all systems and subsystems. D. Tenderers shall supply and install the wiring or interconnections that connect active terminal devices to the telecommunication outlets. This includes patch cords, patch panels, connectors, faceplates, as well as the work area patch cords (terminal fly leads) needed to make connections. Revised 6/15/17 Contract No. 4715 Page 47 of 123 Pages The faceplates offered shall have the following for Cat 6: 1. A choice of 2 outlets unless otherwise specified. 2. A clear label application of circuit identification. Each piece of equipment, patch panel and outgoing cable from the patch panels shall be labeled. Corresponding labeling and numbering shall also be provided on the telecom-munication outlets. Equipment racks/cabinets should be labeled from bottom to top, left to right, omitting the letters “I” and “O Lettering on the label is to be ma-chine typed. Telecommunication Outlets are to be labeled with an approved label secured to the outlet faceplate/cover in a prominent position, firmly affixed. Ca-ble and TO numbering shall be the same and should be in the format of; “BUILDING-FLOOR-ROOM-NUMBER”. The designations can be letters or numbers. Room is optional. NUMBERS must be in sequential numbers. Use a dash between each designation with no spaces. Example below: Floor/IDF Location Port 1- xxx- A or B E. Telecommunication Outlets (TO) 1. All copper telecommunication outlets supplied by the tenderer shall be modular 8-position / 8-contact outlets, accepting standard modular RJ45 plugs. 2. The socket offered shall be marked to conform to the T568B wiring scheme. F. EQUIPMENT ROOM & TELECOMMUNICATIONS ROOM CABLE TERMINATIONS The Equipment Room (ER) and Telecommunications Room (TR) shall contain 19” Lab Rack units 44 RU in height, fitted with glide cable management bays for vertical cable and patch cord management. All internal horizontal and/or backbone copper cables shall be terminated on rack mounted patch panels. NO CAT6 wiring will be terminated on modular plugs. All wiring to be terminated on patch panels in cabinets or on CAT6 IDC RJ45 jack and box / faceplate. G. Patch cords shall be provided when patching of voice and/or data circuits is required at the cross-connections to facilitate Moves, Adds and Changes (MAC’s). The patch cords supplied shall be able to support the designed application, like 10GBE applications. H. RACKS AND CABLE MANAGEMENT 1. Utilize glide 19” racks, 44 RU high (product number 6460 1 141-00) for cable Termination panels and for equipment mounting as appropriate. Locked cabi-nets may be used if additional security is warranted. 2. Hook and Loop (Velcro) straps are the only approved method of wrapping and bundling cables. NYLON ZIP TIES ARE PROHIBITED. 3. Vertical cable and patch cord management on the 19” rack shall be by attach-ing either a glide 150mm front only cable manager, or a 200mm) or 250mm) front & rear cable manager. Hinged covers matching the vertical cable manage-ment shall be fitted to hide and protect the cables and patch cords. 4. Horizontal cable and patch cord management between patch panels or equip-ment on the 19” glide cable management racks shall be 2 RU glide horizontal cable managers with front hinged-down cover Horizontal cable and patch cord management at the top, middle or bottom of the 19” rack shall be either 2 RU or 4 RU horizontal crossover troughs. I. CROSS-CONNECT SYSTEM 1. Supply appropriate patch cords. 2. RJ45 Cat 6 patch panels for incoming voice and/or data services up to10GBE. Revised 6/15/17 Contract No. 4715 Page 48 of 123 Pages J. COPPER PATCH PANELS 1. The modular outlet patch panel shall be Cat 6 panel with 8 pin modular sockets. 2. The patch panel shall be available in 24 port configurations in one rack unit height or 48 ports in two-rack unit height and shall fit into a 19" rack. 3. The socket offered shall be marked to conform to the T568B wiring scheme. K. OPTICAL FIBER TERMINATION UNIT, RACK AND CABINET-MOUNT 1. 19” rack mount fiber termination unit shall provide cross-connect, interconnect or splicing capabilities. 2. The 19” rack-mounting unit should be either 12 or 24 ports for one rack unit (1RU) and can be either a fixed position unit or have a slide or swing tray to improve access. 3. The 19” rack-mounting unit should be either 12 or 24 ports for one rack unit (1RU) and can be either a fixed position unit or have a slide or swing tray to improve access. 4. The adaptor plates shall be suitable Single Mode fiber LC duplex, and the adap-tor plates should be installed to angle the through adaptors to the left or to the right of the panel to improve the patch cord management and provide eye safety due to accidental exposure to active fibers. 5. Connectors on all single-mode fibers (SMF) shall be fusion spliced on site. 6. Deliverables to including complete mapping of all Network Locations and Drops L. PATCH CORDS AND SYSTEM LEADS 1. Tenderer shall supply Cat 6 patch cords and copper System Leads for cross- connection and/or inter-connection of termination modules, patch panels and network equipment. 2. The type of patch cords and system leads shall match the termination module used, i.e. Cat 6 RJ45 patch panel. 3. All Cat 6 patch cords shall be factory terminated 4-pair UTP cable with lengths of 1.2, 2.1, 3.0, 4.5, 7.5, and 15 meters. 4. System Leads shall be supplied and installed to connect the network equipment to the cross-connect or interconnect modules. The system leads shall have 4-pair conductors with length and construction (stranded or solid) suited to the installation. 2.3 POWER REQUIREMENTS A. Server room (IDF/MDF) power needs for site. Power needs to be located under floor or inside back of cabinet (preferred) to prevent accidental disconnection of power. If server room cannot support power in floor, then power to be installed at top of rack on ladder rack. The examples are dependent on capacity. Over 200 Users – Qty 6 – 208 VAC / 30Amp Redundant Circuits Over 50 Users - Qty 3 – 208 VAC / 30Amp Redundant Circuits Under 50 Users Qty 2 – 120 VAC / 20Amp Redundant Circuits B. Cooling / HVAC for IT spaces is required. Revised 6/15/17 Contract No. 4715 Page 49 of 123 Pages ATTACHMENT C CITY FACILITY MAINTENANCE DESIGN STANDARDS (Version 7/12/21) Revised 6/15/17 Contract No. 4715 Page 50 of 123 Pages Attachment C City Facility Maintenance Design Standards (7/12/21) HVAC Carrier manufacturer Carrier i-Vu EMS controls If VRF to be incorporated in the design, all refrigerant lines must be accessible (not enclosed in a gypsum wall. Plumbing Sloan flush valves Chicago faucets American Standard toilets and urinals (no waterless urinals. Pint flush.) Floor drains in all restrooms and kitchens Isolated shut off valves throughout Mop sink for custodial (faucet must have automatic shutoff feature) Roofing City Standard specifications Tremco products and design Tremco Rep – Sten Johnson 1-858-531-5197 Hardware Schlage lock sets and 6 pin hardware (Keying to be done by City contracted locksmith) ADA automatic entry when requested Keyless entry when requested (Must be an AMAG system) All exterior doors should have continuous hinge hardware Prefer Von Duprin panic hardware Paint Sherwin Williams/ Prefer white shadow for white areas, no flat paints please, eggshell preferred Epoxy paint for gym walls up to eight feet Electrical Siemans products – panels, switch gears, etc. All exterior conduits (above ground) to be galvanized rigid. All exterior enclosures, panel, transformers, disconnects, etc. to be NEMA 4X rated. EMT electrical fittings to be compression type. Galvanized rigid fittings to be threaded only. LCD for low voltage (contractor/manufacturer) LED’s throughout Limit can lights or accent lighting Generators – Global Power (contractor) Prefer Kohler generators and ATS. ATS must include an integral maintenance bypass UPS – Computer Protection Technology (contractor) UPS installations must include a wraparound bypass. Revised 6/15/17 Contract No. 4715 Page 51 of 123 Pages Security Currently – Rancho Santa Fe Security 760-744-4014 Security alarm system must be DMP. Fire Alarm – to be open source (i.e., not Simplex-Grinnell) Prefer Notifier (with BACnet module). Wall Protection Koroguard products/chair rails/wall coverings FRP walls in custodial deep sink area Elevators Equipment to be nonproprietary (i.e. not Schindler, Kone, Otis, or Thyssen Krup). Prefer Motion Control. EV Chargers Prefer ChargePoint systems Acoustics Armstrong ceiling tile Soundproofing where applicable (easy clean materials) Floor coverings Shaw carpets Non-slick surfaces in all entry ways No floating laminate floors (glue down only) Restroom Hardware Electric hand dryers preferred Roll towels – Waxie 850919 (plastic) or Bobrick B-2860 (stainless - check towel will fit) Refillable foam soap dispenser – Waxie 33598 TP/Seat cover - Bobrick B3579 or similar for women’s TP/Seat cover – Bobrick B3479 or similar for men’s TP – is a small core roll In wall trash receptacle Bradley 334 (18 gal) 12-gallon Bobrick units fill up too quickly Free standing trash receptacle ASI 0812 (19 gal) Waxie Representative – Rolando Felizola 858-354-6738 Miscellaneous Project Requests Three sets of As-builts (showing specific locations of conduits, pipes, ducts, etc.) Provide CAD drawing files Blank floor plan for emergency exit plan, etc. Two sets of Owners manuals Periodic project job walks during construction % of materials delivered at final (flooring, tile, paint, etc.) Avoid landscape planters directly adjacent to the building Revised 6/15/17 Contract No. 4715 Page 52 of 123 Pages ATTACHMENT D ELECTRONIC SUBMITTAL PROCEDURES SUBMITTAL EXCHANGE Revised 6/15/17 Contract No. 4715 Page 53 of 123 Pages Attachment D Electronic Submittal Procedures – Submittal Exchange A. Summary: 1. Shop drawing and product data submittals shall be transmitted to Architect in elec- tronic (PDF) format using Submittal Exchange, a website service designed specifi-cally for trans- mitting submittals between construction team members. 2. The intent of electronic submittals is to expedite the construction process by reducing paperwork, improving information flow, and decreasing turnaround time. 3. The electronic submittal process is not intended for color samples, color charts, or physical material samples. B. Procedures: 1. Submittal Preparation - Contractor may use any or all of the following options: a. Subcontractors and Suppliers provide electronic (PDF) submittals to Contractor via the Submittal Exchange website. b. Subcontractors and Suppliers provide paper submittals to General Contractor who electronically scans and converts to PDF format. c. Subcontractors and Suppliers provide paper submittals to Scanning Service which electronically scans and converts to PDF format. a) Contractor shall review and apply electronic stamp certifying that the submittal com-plies with the requirements of the Contract Documents including verification of manu-facturer / product, dimensions and coordination of information with other parts of the work. b) Contractor shall transmit each submittal to Architect using the Submittal Exchange website, www.submittalexchange.com. c) Architect / Engineer review comments will be made available on the Submittal Ex-change website for downloading. Contractor will receive email notice of completed review. d) Distribution of reviewed submittals to subcontractors and suppliers is responsibility of the Contractor. e) Submit paper copies of reviewed submittals at project closeout for record purposes in accordance with city’s specified Closeout Procedures C. Costs: 1. The cost of Submittal Exchange services has been paid in full by the City. 2. At Contractor’s option, training is available from Submittal Exchange regarding use of website and PDF submittals. Contact Submittal Exchange at 1-800-714-0024. 3. Internet Service and Equipment Requirements: a. Email address and Internet access at Contractor’s main office. Adobe Acrobat (www.adobe.com), Bluebeam PDF Revu (www.bluebeam.com), or other similar PDF review software for applying electronic stamps and comments Revised 6/15/17 Contract No. 4715 Page 54 of 123 Pages GENERAL PROVISIONS FOR CITY OF CARLSBAD POLICE & FIRE HEADQUARTERS RENOVATION PROJECT (SAFETY CENTER) CONTRACT NO. 4715 SECTION 1 -- TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS 1-1 TERMS – Unless otherwise stated, the words directed, required, permitted, ordered, in- structed, designated, considered necessary, prescribed, approved, acceptable, satisfactory, or words of like meaning, refer to actions, expressions, and prerogatives of the Engineer. 1-1.1 Reference to Drawings. Where words "shown”, "indicated”, "detailed”, "noted”, "scheduled”, or words of similar import are used, it shall be understood that reference is made to the plans accom-panying these provisions, unless stated otherwise. 1-1.2 Directions. Where words "directed”, "designated”, "selected”, or words of similar import are used, it shall be understood that the direction, designation or selection of the Engineer is intended, unless stated otherwise. The word "required" and words of similar import shall be understood to mean "as required to properly complete the work as required and as approved by the Engineer," unless stated otherwise. 1-1.3 Equals and Approvals. Where the words "equal”, "approved equal”, "equivalent”, and such words of similar import are used, it shall be understood such words are followed by the expression "in the opinion of the Engineer”, unless otherwise stated. Where the words "approved”, "approval”, "ac-ceptance”, or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the Engineer is intended. 1-1.4 Perform. The word "perform" shall be understood to mean that the Contractor, at its expense, shall perform all operations, labor, tools and equipment, and further, including the furnishing and in-stalling of materials that are indicated, specified or required to mean that the Contractor, at its expense, shall furnish and install the work, complete in place and ready to use, including furnishing of necessary labor, materials, tools, equipment, and transportation. 1-2 Definitions. The following words, or groups of words, shall be exclusively defined by the defi-nitions assigned to them herein. Addendum – Written or graphic instrument issued prior to the opening of Bids which clarifies, corrects, or changes the bidding or Contract Documents. The term Addendum shall include bulletins and all other types of written notices issued to potential bidders prior to opening of Bids. Agency – The City of Carlsbad, California. Revised 6/15/17 Contract No. 4715 Page 55 of 123 Pages Agreement – See Contract. Application for Payment – The term “Application for Payment” means the submittal from Contractor wherein payment for certain portions of the completed Work is requested in accordance with Article 9 of the General Provisions Assessment Act Contract – A Contract financed by special assessments authorized under a State Act or procedural ordinance of a City or County. Base – A layer of specified material of planned thickness placed immediately below the pavement or surfacing. Beneficial Occupancy – A The term “Beneficial Occupancy” means the City of Carlsbad’s occu-pancy or use of any part of the Work in accordance with Section 6-8.1. Bid – The offer or proposal of the Bidder submitted on the prescribed form setting forth the prices for the Work. Bidder – Any individual, firm, partnership, corporation, or combination thereof, submitting a Bid for the Work, acting directly or through a duly authorized representative. Board – The officer or body constituting the awarding authority of the Agency, which is the City Council for the City of Carlsbad or the Board of Directors of Carlsbad Municipal Water City. Bond – Bid, performance, and payment bond or other instrument of security. Calendar Day – City Council – the City Council of the City of Carlsbad. City Manager – the City Manager of the City of Carlsbad or his/her approved representative. Cash Contract – A Contract financed by means other than special assessments. Change Order – A written order to the Contractor signed by the Agency directing an addition, deletion, or revision in the Work, or an adjustment in the Contract Price or the Contract time issued after the effective date of the Contract. A Change Order may or may not also be signed by the Contractor. City’s Construction Management Consultant– the city’s agent on site and first level of appeal for informal dispute resolution. Code – The terms Government Code, Labor Code, etc., refer to codes of the State of California. Contract – The written agreement between the Agency and the Contractor covering the Work. Contract Documents – Including but not limited to; the Contract, any Addendum (which pertain to the contract documents), Notice Inviting Bids, Instructions to Bidders; Bid (including documentation accompanying the Bid and any post-bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Contract, the Bonds, the General Provisions, permits from other agencies, the Technical Specifications, the Supplemental Provisions, the Plans, Standard Plans, Standard Spec-ifications, Reference Specifications, and all Modifications issued after the execution of the Contract. Revised 6/15/17 Contract No. 4715 Page 56 of 123 Pages Contractor – The individual, partnership, corporation, joint venture, or other legal entity having a Con-tract with the Agency to perform the Work. In the case of work being done under permit issued by the Agency, the permittee shall be constructed to be the Contractor. The term “prime contractor” shall mean Contractor. Contract Price – The total amount of money for which the Contract is awarded. Contract Unit Price – The amount stated in the Bid for a single unit of an item of work. County Sealer – The Sealer of Weights and Measures of the county in which the Contract is let. Days – Days shall mean consecutive calendar days unless otherwise specified. Dispute Board – Persons designated by the City Manager of the City of Carlsbad, to hear and advise the City Manager on claims submitted by the Contractor. The City Manager for the City of Carlsbad is the last appeal level for informal dispute resolution. Engineer – The City Engineer of the City of Carlsbad or his/her approved representative. The Engi-neer is the fourth level of appeal for informal dispute resolution. Minor Bid Item – A single contract item constituting less than 10 percent (10%) of the original Contract Price bid. Modification – Includes Change Orders and Supplemental Agreements. A Modification may only be used after the effective date of the Contract. Municipal Projects Manager - The City’s Construction Management Consultant’s immediate super-visor and second level of appeal for informal dispute resolution. Notice of Award – The written notice by the Agency to the successful Bidder stating that upon com-pliance by it with the required conditions, the Agency will execute the Contract. Notice to Proceed – A written notice given by the Agency to the Contractor fixing the date on which the Contract time will start. Own Organization - When used in Section 2-3.1 – Employees of the Contractor who are hired, di- rected, supervised and paid by the Contractor to accomplish the completion of the Work. Further, such employees have their employment taxes, State disability insurance payments, State and Federal income taxes paid and administered, as applicable, by the Contractor. When used in Section 2-3.1 ”own organization” means construction equipment that the Contractor owns or leases and uses to accomplish the Work. Equipment that is owner operated or leased equipment with an operator is not part of the Contractor's Own Organization and will not be included for the purpose of compliance with Section 2-3.1. Person – Any individual, firm, association, partnership, corporation, trust, joint venture, or other legal entity. Phase 1 time, Phase 2 time and Phase 3 time – The terms “Phase 1 time,” “Phase 2 time” and “Phase 3 time” are defined in Article 6 of the General Provisions. Revised 6/15/17 Contract No. 4715 Page 57 of 123 Pages Plans – The drawings, profiles, cross sections, working drawings, and supplemental drawings, or reproductions thereof, approved by the Engineer, which show the location, character, dimensions, or details of the Work. Pre-Construction Services – The term “Pre-Construction Services” means the services provided by the Contractor under Phase 1, Phase 2 and Phase 3 prior to commencing construction. The Pre-Construction Services shall continue through Design/Construction Overlap Duration, if any, of the con- struction phases. Private Contract – Work subject to Agency inspection, control, and approval, involving private funds, not administered by the Agency. Project – The term “Project” means the Work of the Contract for all exercised Phases and all other work, labor, equipment, and materials necessary to accomplish the Project. The Project may include construction by City of Carlsbad or by Separate Contractors. Proposal – See Bid. Public Works Manager, Fleet & Facilities – The Municipal Projects Manager’s immediate supervisor and third level of appeal for informal dispute resolution. Reference Specifications – Those bulletins, standards, rules, methods of analysis or test, codes, and specifications of other agencies, engineering societies, or industrial associations referred to in the Contract Documents. These refer to the latest edition, including amendments in effect and published at the time of advertising the project or issuing the permit, unless specifically referred to by edition, volume, or date. Roadway – The portion of a street reserved for vehicular use. Service Connection – Service connections are all or any portion of the conduit, cable, or duct, in-cluding meter, between a utility distribution line and an individual consumer. Sewer – Any conduit intended for the reception and transfer of sewage and fluid industrial waste. Specifications – General Provisions, Standard Specifications, Technical Specifications, Reference Specifications, Supplemental Provisions, and specifications in Supplemental Agreements between the Contractor and the Board. Standard – The shaft or pole used to support street lighting luminaire, traffic signal heads, mast arms, etc. Standard Plans – Details of standard structures, devices, or instructions referred to on the Plans or in Specifications by title or number. State – State of California. Storm Drain – Any conduit and appurtenances intended for the reception and transfer of storm water. Street – Any road, highway, parkway, freeway, alley, walk, or way. Subbase – A layer of specified material of planned thickness between a base and the subgrade. Revised 6/15/17 Contract No. 4715 Page 58 of 123 Pages Subcontractor – An individual, firm, or corporation having a direct contract with the Contractor or with any other Subcontractor for the performance of a part of the Work. Subgrade – For roadways, that portion of the roadbed on which pavement, surfacing, base, subbase, or a layer of other material is placed. For structures, the soil prepared to support a structure. Substantial Completion – The term “Substantial Completion” is defined in Section 6-8.2 of the General Provisions. Superintendent – The term “Superintendent” means the person designated by Contractor to repre-sent Contractor at the Project site in accordance with Article 3 of the General Provisions. Supervision – Supervision, where used to indicate supervision by the Engineer, shall mean the per- formance of obligations, and the exercise of rights, specifically imposed upon and granted to the Agency in becoming a party to the Contract. Except as specifically stated herein, supervision by the Agency shall not mean active and direct superintendence of details of the Work. Supplemental Agreement – A written amendment of the Contract Documents signed by both parties. Supplemental Provisions – Additions and revisions to the Standard Specifications setting forth con-ditions and requirements peculiar to the work. Surety – Any individual, firm, or corporation, bound with and for the Contractor for the acceptable performance, execution, and completion of the Work, and for the satisfaction of all obligations incurred. Utility – Tracks, overhead or underground wires, pipeline, conduits, ducts, or structures, sewers, or storm drains owned, operated, or maintained in or across a public right of way or private easement. Work – The term “Work” means the Pre-Construction Services, all Construction Work, all Work di-rected by City of Carlsbad pursuant to the Additional Improvements Allowance, and other require-ments of the Contract Documents as modified by Change Order, whether completed or partially com-pleted, and includes all labor, materials, equipment, tools, and services provided, or to be provided by, Contractor to fulfill Contractor's obligations without limitation. The Work may constitute the whole or a part of the Project. Working Day – Defined in Section 6-7.2 below 1-3 ABBREVIATIONS 1-3.1 General. The abbreviation herein, together with others in general use, are applicable to these Standard Specifications and to project Plans or other Contract Documents. All abbreviations and symbols used on Plans for structural steel construction shall conform to those given by the “Manual of Steel Construction” published by the American Institute of Steel Construction, Inc. 1-3.2 Common Usage Abbreviation Word or Words ABAN .............................................................Abandon ABAND .......................................................Abandoned ABS ........................ Acrylonitrile – butadiene – styrene AC .................................................... Asphalt Concrete ACP ........................................... Asbestos cement pipe ACWS ..................... Asphalt concrete wearing surface Revised 6/15/17 Contract No. 4715 Page 59 of 123 Pages ALT ................................................................Alternate APTS ................................. Apartment and Apartments AMER STD ................................... American Standard AWG ............... American Wire Gage (nonferrous wire) BC .................................................. Beginning of curve BCR ....................................... Beginning of curb return BDRY ............................................................Boundary BF ..................................................... Bottom of footing BLDG ........................................ Building and Buildings BM .............................................................. Benchmark BVC .................................... Beginning of vertical curve B/W ........................................................... Back of wall C/C ..................................................... Center to center CAB ...................................... Crushed aggregate base CAL/OSHA ............ California Occupational Safety and Health Administration CalTrans ....... California Department of Transportation CAP .................................... Corrugated aluminum pipe CB ............................................................. Catch Basin Cb ........................................................................ Curb CBP ............................... Catch Basin Connection Pipe CBR ....................................... California Bearing Ratio CCR ............................ California Code of Regulations CCTV ............................................... Closed Circuit TV CES .......................... Carlsbad Engineering Standards CF ................................................................ Curb face CF ................................................................ Cubic foot C&G .................................................... Curb and gutter CFR ................................ Code of Federal Regulations CFS ......................................... Cubic Feet per Second CIP ......................................................... Cast iron pipe CIPP ................................................ Cast-in place pipe CL ............................................. Clearance, center line CLF .................................................... Chain link fence CMB ............................... Crushed miscellaneous base CMC ......................................... Cement mortar-coated CML ............................................ Cement mortar-lined CMWD ......................... Carlsbad Municipal Water City CO .................................................... Cleanout (Sewer) COL ..................................................................Column COMM ....................................................... Commercial CONC ........................................................... Concrete CONN ........................................................ Connection CONST .................................. Construct, Construction COORD ...................................................... Coordinate CSP ............................................ Corrugated steel pipe CSD ............................... Carlsbad Standard Drawings CTB ............................................ Cement treated base CV ............................................................ Check valve CY ............................................................... Cubic yard D .............................................................. Load of pipe dB ................................................................... Decibels DBL .................................................................. Double DF ............................................................... Douglas fir DIA ................................................................ Diameter DIP ..................................................... Ductile iron pipe DL ................................................................Dead load DR ...................................................... Dimension Ratio DT .................................................................Drain Tile DWG ............................................................... Drawing DWY .............................................................. Driveway DWY APPR ................................... Driveway approach E ....................................................................... Electric EA ........................................................................ Each EC ............................................................ End of curve ECR ................................................ End of curb return EF ................................................................ Each face EG ......................................................... Edge of gutter EGL .................................................. Energy grade line EI ................................................................... Elevation ELC ..................................... Electrolier lighting conduit ELT ........................................................ Extra long ton ENGR ....................................... Engineer, Engineering EP ................................................... Edge of pavement ESMT ........................................................... Easement ETB .......................................... Emulsion-treated base EVC ............................................... End of vertical curb EWA ............................... Encina Wastewater Authority EXC ............................................................ Excavation EXP JT ................................................. Expansion joint EXST ............................................................... Existing F .................................................................. Fahrenheit F&C ................................................... Frame and cover F&I .................................................. Furnish and install FAB ............................................................... Fabricate FAS ............................................... Flashing arrow sign FD ............................................................... Floor drain FDN ............................................................ Foundation FED SPEC ................................. Federal Specification FG ........................................................ Finished grade FH ............................................................. Fire hydrant FL ................................................................... Flow line FS ...................................................... Finished surface FT-LB .........................................................Foot-pound FTG .................................................................. Footing FW ............................................................ Face of wall G ........................................................................... Gas GA ..................................................................... Gauge GAL ............................................... Gallon and Gallons GALV ......................................................... Galvanized GAR ........................................... Garage and Garages GIP .............................................. Galvanized iron pipe GL ........................................ Ground line or grade line GM .............................................................. Gas meter GNV ............................................... Ground Not Visible GP ..................................................................Guy pole GPM ................................................ gallons per minute GR ...................................................................... Grade GRTG ............................................................... Grating GSP ........................................... Galvanized steel pipe H ............................................................ High or height HB .................................................................. Hose bib HC ................................................... House connection HDWL ........................................................... Headwall HGL .............................................. Hydraulic grade line HORIZ .......................................................... Horizontal HP ............................................................. Horsepower HPG ................................................ High pressure gas HPS ................................ High pressure sodium (Light) HYDR ............................................................ Hydraulic IE ......................................................... Invert Elevation ID ........................................................ Inside diameter INCL ...............................................................Including INSP .............................................................Inspection Revised 6/15/17 Contract No. 4715 Page 60 of 123 Pages INV ...................................................................... Invert IP .................................................................... Iron pipe JC ..................................................... Junction chamber JCT .................................................................Junction JS ..................................................... Junction structure JT ......................................................................... Joint L ........................................................................ Length LAB ............................................................. Laboratory LAT ................................................................... Lateral LB ...................................................................... Pound LD ..................................................... Local depression LF ................................................................ Linear foot LH ............................................................... Lamp hole LL ...................................................................Live load LOL .............................................................Layout line LONG ........................................................Longitudinal LP ................................................................ Lamp post LPS ................................. Low pressure sodium (Light) LS ................................................................ Lump sum LTS .................................................... Lime treated soil LWD ................................... Leucadia Wastewater City MAINT ..................................................... Maintenance MAX ............................................................. Maximum MCR ............................................ Middle of curb return MEAS ............................................................. Measure MH ................................... Manhole, maintenance hole MIL SPEC .................................... Military specification MISC ..................................................... Miscellaneous MOD ................................................... Modified, modify MON ............................................................ Monument MSL .. Mean Sea Level (Reg. Standard Drawing M-12) MTBM ......................... Microtunneling Boring Machine MULT ...............................................................Multiple MUTCD .....Manual on Uniform Traffic Control Devices MVL ............................................... Mercury vapor light NCTD ................................... North County Transit City NRCP .............................. Nonreinforced concrete pipe OBS ...............................................................Obsolete OC ................................................................ On center OD ..................................................... Outside diameter OE .............................................................. Outer edge OHE ................................................ Overhead Electric OMWD ...................... Olivenhain Municipal Water City OPP ...............................................................Opposite ORIG ................................................................Original PB ................................................................... Pull box PC .................................................... Point of curvature PCC ....................... Portland cement concrete or point of compound curvature PCVC ....................... Point of compound vertical curve PE ........................................................... Polyethylene PI .................................................. Point of intersection PL ............................................................. Property line PMB ............................ Processed miscellaneous base POC ...................................................... Point on curve POT .................................................... Point on tangent PP .............................................................. Power pole PRC .......................................... Point of reverse curve PRVC ............................ Point of reverse vertical curve PSI ......................................... Pounds per square inch PT .................................................... Point of tangency PVC .................................................. Polyvinyl chloride PVMT ........................................................... Pavement PVT R/W ....................................... Private right-of-way Q ........................ Rate of flow in cubic feet per second QUAD ....................................... Quadrangle, Quadrant R ....................................................................... Radius R&O ......................................................... Rock and oil R/W .......................................................... Right-of-way RA ...................................................... Recycling agent RAC ................................... Recycled asphalt concrete RAP ................................ Reclaimed asphalt pavement RBAC ............................. Rubberized asphalt concrete RC ................................................ Reinforced concrete RCB ...................................... Reinforced concrete box RCE ...................................... Registered civil engineer RCP ..................................... Reinforced concrete pipe RCV ........................................... Remote control valve REF ............................................................. Reference REINF ..............................Reinforced or reinforcement RES ...............................................................Reservoir RGE ........................ Registered geotechnical engineer ROW ....................................................... Right-of-Way RR ...................................................................Railroad RSE .............................. Registered structural engineer RTE .................................... Registered traffic engineer S .................................... Sewer or Slope, as applicable SCCP ............................... Steel cylinder concrete pipe SD ............................................................. Storm drain SDNR .............................. San Diego Northern Railway SDR ....... Standard thermoplastic pipe dimension ratio (ratio of pipe O.D. to minimum wall thickness) SDRSD ......... San Diego Regional Standard Drawings SE ...................................................... Sand Equivalent SEC .................................................................. Section SF ............................................................. Square foot SFM ................................................ Sewer Force Main SI ....................... International System of Units (Metric) SPEC ..................................................... Specifications SPPWC .......................................... Standard Plans for Public Works Construction SSPWC ............................. Standard Specifications for Public Works Construction ST HWY ................................................ State highway STA ................................................................... Station STD ............................................................... Standard STR ..................................................................Straight STR GR ................................................ Straight grade STRUC .......................................... Structural/Structure SW .................................................................Sidewalk SWD ...................................................... Sidewalk drain SY ............................................................ Square yard T .................................................................. Telephone TAN ................................................................. Tangent TC .............................................................. Top of curb TEL ............................................................. Telephone TF ........................................................... Top of footing TOPO ........................................................ Topography TR ........................................................................ Tract TRANS ......................................................... Transition TS ......................... Traffic signal or transition structure TSC ............................................. Traffic signal conduit TSS ........................................... Traffic signal standard TW ..............................................................Top of wall TYP .................................................................. Typical UE .............................................. Underground Electric USA .................................... Underground Service Alert VAR ..................................................... Varies, Variable VB ................................................................ Valve box VC .......................................................... Vertical curve Revised 6/15/17 Contract No. 4715 Page 61 of 123 Pages VCP ................................................... Vitrified clay pipe VERT ............................................................... Vertical VOL .................................................................. Volume VWD ............................................ Vallecitos Water City W ........................ Water, Wider or Width, as applicable WATCH .............. Work Area Traffic Control Handbook WI ............................................................ Wrought iron WM ........................................................... Water meter WPJ .......................................... Weakened plane joint XCONN ............................................ Cross connection 1-3.3 Institutions. Abbreviation Word or Words AASHTO ................. American Association of State Highway and Transportation Officials AISC ....................................................................American Institute of Steel Construction ANSI ...................................................................... American National Standards Institute API ...................................................................................... American Petroleum Institute AREA ............................................................ American Railway Engineering Association ASTM ............................................................ American Society for Testing and Materials AWPA................................................................. American Wood Preservers Association AWS ........................................................................................ American Welding Society AWWA ....................................................................... American Water Works Association FHWA.............................................................................. Federal Highway Administration GRI ................................................................................. Geosynthetic Research Institute NEMA ......................................................... National Electrical Manufacturers Association NOAA ................ National Oceanic and Atmospheric Administration (Dept. of Commerce) UL .................................................................................... Underwriters’ Laboratories Inc. USGS ............................................................................. United States Geological Survey 1-4 UNITS OF MEASURE. 1-4.1 General. U.S. Standard Measures, also called U.S. Customary System, are the principal measurement system in these specifications. However, certain material specifications and test re-quirements contained herein use SI units specifically and conversions to U.S. Standard Measures may or may not have been included in these circumstances. When U.S. Standard Measures are not included in parenthesis, then the SI units shall control. S.I. units and U.S. Standard Measures in parenthesis may or may not be exactly equivalent. Reference is also made to ASTM E 380 for definitions of various units of the SI system and a more extensive set of conversion factors. 1-4.2 Units of Measure and Their Abbreviations. Not Used. 1-5 SYMBOLS – Not Used. Revised 6/15/17 Contract No. 4715 Page 62 of 123 Pages SECTION 2 – SCOPE AND CONTROL OF WORK 2-1 AWARD AND EXECUTION OF CONTRACT. Award and execution of Contract will be as pro-vided for in the Specifications, Instruction to Bidders, or Notice Inviting Bids. 2-2 ASSIGNMENT. No Contract or portion thereof may be assigned without consent of the Board, except that the Contractor may assign money due or which will accrue to it under the Contract. If given written notice, such assignment will be recognized by the Board to the extent permitted by law. Any assignment of money shall be subject to all proper withholdings in favor of the Agency and to all deductions provided for in the Contract. All money withheld, whether assigned or not, shall be subject to being used by the Agency for completion of the Work, should the Contractor be in default. 2-3 SUBCONTRACTS. 2-3.1 General. Each Bidder shall comply with the Chapter of the Public Contract Code including Sections 4100 through 4113. The following excerpts or summaries of some of the requirements of this Chapter are included below for information: The Bidder shall set forth in the Bid, as provided in 4104: “(a) The name and location of the place of business of each subcontractor who will perform work or labor or render service to the prime contractor in or about the construc- tion of the work or improvements, or a subcontractor licensed by the State of California who, under subcontract to the prime contractor, specially fabricates and installs a por-tion of the work or improvement according to detailed drawings contained in the plans and specifications, in an amount in excess of one-half of 1 percent of the prime contrac-tor’s total bid, or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one-half of 1 percent of the prime contractor’s total bid or ten thousand dollars ($10,000), whichever is greater.” “(b) The portion of the work which will be done by each such subcontractor under this act. The prime contractor shall list only one subcontractor for each such portion as is defined by the prime contractor in his bid.” If the Contractor fails to specify a Subcontractor, or specifies more than one Subcontractor for the same portion of the work to be performed under the Contract (in excess of one-half of 1 percent of the Contractor’s total Bid), the Contractor shall be qualified to perform that portion itself, and shall perform that portion itself, except as otherwise provided in the Code. As provided in Section 4107, no Contractor whose Bid is accepted shall substitute any person as Subcontractor in place of the Subcontractor listed in the original Bid, except for causes and by proce-dures established in Section 4107.5. This section provides procedures to correct a clerical error in the listing of a Subcontractor. Section 4110 provides that a Contractor violating any of the provisions of the Chapter violates the Contract and the Board may exercise the option either to cancel the Contract or assess the Contractor a penalty in an amount of not more than 10 percent of the subcontract involved, after a public hearing. Should the Contractor fail to adhere to the provisions requiring the Contractor to complete 25 percent of the contract price with its own organization, the Agency may at its sole discretion elect to cancel the contract or deduct an amount equal to 10 percent of the value of the work performed in excess of 75 Revised 6/15/17 Contract No. 4715 Page 63 of 123 Pages percent of the contract price by other than the Contractor’s own organization. The Board shall be the sole body for determination of a violation of these provisions. In any proceedings under this section, the prime contractor shall be entitled to a public hearing before the Board and shall be notified ten (10) days in advance of the time and location of said hearing. The determination of the City Council shall be final. 2-3.2 Additional Responsibility. The Contractor shall give personal attention to the fulfillment of the Contract and shall keep the Work under its control. The Contractor shall perform, with its own organization, Contract work amounting to at least 25 per-cent of the Contract Price except that any designated “Specialty Items” may be performed by subcon-tract, and the amount of any such “Specialty Items” so performed may be deducted from the Contract Price before computing the amount required to be performed by the Contractor with its own organiza- tion. “Specialty Items” will be identified by the Agency in the Bid or Proposal. Where an entire item is subcontracted, the value of work subcontracted will be based on the Contract Unit Price. When a portion of an item is subcontracted, the value of work subcontracted will be based on the estimated percentage of the Contract Unit Price. This will be determined from information submitted by the Con-tractor, and subject to approval by the Engineer. Before the work of any Subcontractor is started, the Contractor shall submit to the Engineer for ap-proval a written statement showing the work to be subcontracted giving the name and business of each Subcontractor and description and value of each portion of the work to be so subcontracted. 2-3.3 Status of Subcontractors. Subcontractors shall be considered employees of the Contractor, and the Contractor shall be responsible for their work. 2-4 CONTRACT BONDS. Before execution of the Contract, the Bidder shall file surety bonds with the Agency to be approved by the Board in the amounts and for the purposes noted below. Bonds issued by a surety, who is authorized to issue bonds in California, and whose bonding limitation shown in said circular is sufficient to provide bonds in the amount required by the Contract shall be deemed to be approved unless specifically rejected by the Agency. Bonds from all other sureties shall be ac-companied by all of the documents enumerated in Code of Civil Procedure 995.660 (a). The Bidder shall pay all bond premiums, costs, and incidentals. Each bond shall incorporate, by reference, the Contract and be signed by both the Bidder and Surety and the signature of the authorized agent of the Surety shall be notarized. The Contractor shall provide a faithful performance/warranty bond and payment bond (labor and ma-terials bond) for this Contract. The faithful performance/warranty bond shall be in a sum not less than one hundred percent of the total amount payable by the terms of this Contract. The Contractor shall provide bonds to secure payment of laborers and materials suppliers in a sum not less than one hun-dred percent of the total amount payable by the terms of this Contract. Both bonds shall extend in full force and effect and be retained by the Agency during this project until they are released according to the provisions of this section. The faithful performance/warranty bond will be reduced to 25 percent of the original amount 30 days after recordation of the Notice of Completion and will remain in full force and effect for the one-year warranty period and until all warranty repairs are completed to the satisfaction of the Engineer. The bonds to secure payment of laborers and materials suppliers shall be released six months plus 30 days after recordation of the Notice of Completion if all claims have been paid. All bonds must be placed with a surety insurance carrier admitted and authorized to transact the busi-ness of insurance in California and whose assets exceed their liabilities in an amount equal to or in Revised 6/15/17 Contract No. 4715 Page 64 of 123 Pages excess of the amount of the bond. The bonds must contain the following documents: 1. An original, or a certified copy, of the un-revoked appointment, power of attorney, by laws, or an-other instrument entitling or authorizing the person who executed the bond to do so. 2. A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the Agency may require a financial statement of the assets and liabilities of the insurer at the end of the quarter calendar year prior to 30 days next preceding the date of the execution of the bond. The financial statement shall be made by an officer's certificate as defined in Section 173 of the Corporations Code. In the case of a foreign insurer, the financial statement may be verified by the oath of the principal officer or manager residing within the United States. Should any bond become insufficient, the Contractor shall renew the bond within 10 days after receiv-ing notice from the Agency. Should any Surety at any time be unsatisfactory to the Board, notice will be given the Contractor to that effect. No further payments shall be deemed due or will be made under the contract until a new Surety shall qualify and be accepted by the Board. Changes in the Work or extensions of time, made pursuant to the Contract, shall in no way release the Contractor or Surety from its obligations. Notice of such changes or extensions shall be waived by the Surety. 2-5 PLANS AND SPECIFICATIONS 2-5.1 General. The plans and specifications for this project include the (1) Project Drawings, dated September 11, 2020, volumes 1 and 2, and titled Police & Fire Headquarters Renovation Project (Safety Center), (2) Project Drawings, dated April 14, 2021, volumes 1 and 2, and titled Carlsbad Safety Center / EOC Wing Renovation, and the (3) Specifications for Construction dated April 14, 2021, volumes 1 and 2, and titled City of Police & Fire Headquarters Renovation Project (Safety Center), Construction Change 01 and (4) Standard Specifications for Public Works Construction, (SSPWC), Part 2 & 3, and the latest supplements thereto, current edition at the time of bid opening as published by the "Greenbook" Committee of Public Works Standards, Inc., hereinafter designated "SSPWC", as amended. The Plans, Specifications, and other Contract Documents shall govern the Work. The Contract Documents are intended to be complementary and cooperative. Anything specified in the Specifications and not shown on the Plans, or shown on the Plans and not specified in the Specifications shall be as though shown on or specified in both. The Plans shall be supplemented by such working drawings and shop drawings as are necessary to adequately control the Work. The Contractor shall ascertain the existence of any conditions affecting the cost of the Work through a reasonable examination of the Work site prior to submitting the Bid. Existing improvements visible at the Work site, for which no specific disposition is made on the Plans, but which interfere with the completion of the Work, shall be removed and disposed of by the Contractor. The Contractor shall, upon discovering any error or omission in the Plans or Specifications, immediately call it to the attention of the Engineer. 2-5.2 Precedence of Contract Documents. If there is a conflict between Contract Documents, the document highest in precedence shall control. The precedence shall be the most recent edition of the following documents listed in order of highest Revised 6/15/17 Contract No. 4715 Page 65 of 123 Pages to lowest precedence: a) Permits from other agencies as may be required by law. b) Change orders, whichever occurs last. c) Contract addenda, whichever occurs last. d) Contract e) Carlsbad General Provisions and Technical Specifications f) Plans/drawings for this project. g) Standards plans. 1) City of Carlsbad Standard Drawings. 2) Carlsbad Municipal Water City Standard Drawings. 3) City of Carlsbad modifications to the San Diego Area Regional Standard Drawings. 4) San Diego Area Regional Standard Drawings. h) Standard Specifications for Public Works Construction, as amended. i) Reference Specifications. j) Manufacturer’s Installation Recommendations Detail drawings shall take precedence over general drawings. Change Orders, Supplemental Agreements and approved revisions to Plans and Specifications will take precedence over items b) through f) above. Detailed plans and plan views shall have precedence over general plans. Organization of the Specifications into various subdivisions and the arrangement of the Drawings shall not control Contractor in dividing the Construction Work among Subcontractors or in establish-ing the extent of work to be performed by any trade. Unless otherwise stated in the Contract Documents, technical words and abbreviations contained in the Contract Documents are used in accordance with commonly understood construction industry meanings, and non-technical words and abbreviations are used in accordance with their commonly understood meanings. The Contract Documents may omit modifying words such as “all” and “any,” and articles such as “the” and “an,” but the fact that a modifier or an article is absent from one statement and appears in another is not intended to affect the interpretation of either statement. The use of the word “including,” when following any general statement, shall not be construed to limit such statement to specific items or matters set forth immediately following such word or to similar items or matters, whether or not non-limiting language (such as “without limitation,” “but not limited to,” or words of similar import) is used with reference thereto, but rather shall be deemed to refer to all other items or matters that could reasonably fall within the broadest possible scope of such general statement. Whenever the context so requires, the use of the singular number shall be deemed to include the plural and vice versa. Each gender shall be deemed to include any other gender, and each shall include corporation, partnership, trust, or other legal entity whenever the context so requires. The captions and headings of the various subdivisions of the Contract Documents are intended only for reference and convenience and in no way define, limit, or prescribe the scope or intent of the Contract Documents or any subdivision thereof. 2-5.3 Submittals 2-5.3.1 General. Submittals shall be provided, at the Contractor’s expense, as required in 2-5.3.2, 2-5.3.3 and 2-5.3.4, when required by the Plans or General Provisions, or requested by the Engineer. Revised 6/15/17 Contract No. 4715 Page 66 of 123 Pages Materials shall neither be furnished nor fabricated, nor shall any work for which submittals are required be performed, before the required submittals have been reviewed and accepted by the Engineer. Neither review nor acceptance of submittals by the Engineer shall relieve the Contractor from responsibility for errors, omissions, or deviations from the Contract Documents, unless such deviations were specifically called to the attention of the Engineer in the letter of transmittal. The Contractor shall be responsible for the correctness of the submittals. The Contractor shall allow a minimum of 20 Working Days for review of submittals unless otherwise specified in the General Provisions. Each submittal shall be accompanied by a letter of transmittal. Each submittal shall be consecutively numbered. Resubmittals shall be labeled with the number of the original submittal followed by an ascending alphabetical designation (e.g. The label ‘4-C’ would indi-cate the third instance that the fourth submittal had been given to the Engineer). Each sheet of each submittal shall be consecutively numbered. Each set of shop drawings and submittals shall be ac-companied by a letter of transmittal on the Contractor’s letterhead. The Letter of Transmittal shall contain the following: a) Project title and Agency contract number. b) Number of complete sets. c) Contractor’s certification statement. d) Specification section number(s) pertaining to material submitted for review. e) Submittal number (Submittal numbers shall be consecutive including subsequent submittals for the same materials.) f) Description of the contents of the submittal. g) Identification of deviations from the contract documents. When submitted for the Engineer's review, Shop Drawings shall bear the Contractor's certification that the Contractor has reviewed, checked, and approved the Shop Drawings and that they are in con-formance with the requirements of the Contract Documents. The Contractor shall subscribe to and shall place the following certification on all submittals: "I hereby certify that the (equipment, material) shown and marked in this submittal is that proposed to be incorporated into this Project, is in compliance with the Contract Documents, can be installed in the allocated spaces, and is submitted for approval.” By: Title: ______________________________ Date: __________________________ Company Name: ______________________________________________________________ 2-5.3.2 Working Drawings. Working drawings are drawings showing details not shown on the Plans which are required to be designed by the Contractor. Working drawings shall be of a size and scale to clearly show all necessary details. Six copies and one reproducible shall be submitted. If no revisions are required, three of the copies will be returned to the Contractor. If revisions are required, the Engineer will return one copy along with the reproducible for resubmission. Upon acceptance, the Engineer will return two of the copies to the Contractor and retain the remaining copies and the reproducible. 2-5.3.3 Shop Drawings. Shop drawings are drawings showing details of manufactured or assembled products proposed to be incorporated into the Work. See section 6.-2.11. Revised 6/15/17 Contract No. 4715 Page 67 of 123 Pages 2-5.3.4 Supporting Information. Supporting information is information required by the Specification for the purposes of administration of the Contract, analysis for verification of conformance with the Specifications, the operation and maintenance of a manufactured product or system to be con-structed as part of the Work, and other information as may be required by the Engineer. Six copies of the supporting information shall be submitted to the Engineer prior to the start of the Work unless otherwise specified in the General Provisions or directed by the Engineer. Supporting information for systems shall be bound together and include all manufactured items for the system. If resubmittal is not required, three copies will be returned to the Contractor. Supporting information shall consist of the following and is required unless otherwise specified in the General Provisions: a) List of Subcontractors per 2-3 b) List of Materials c) Certifications d) Construction Schedule per 6-1. e) Confined Space Entry Program per 7-10.4.4. f) Concrete mix designs g) Asphalt concrete mix designs h) Data, including, but not limited to, catalog sheets, manufacturer’s brochures, technical bulle-tins, specifications, diagrams, product samples, and other information necessary to describe a system, product or item. This information is required for irrigation systems, street lighting sys- tems, and traffic signals, and may also be required for any product, manufactured item, or system. 2-5.3.5 Electronic Submittal Procedure (In coordination with Attachment D) 1. Summary: a) Shop drawing and product data submittals shall be transmitted to Architect in electronic (PDF) format using Submittal Exchange, a website service designed specifically for trans- mitting submittals between construction team members. b) The intent of electronic submittals is to expedite the construction process by reducing paperwork improving information flow and decreasing turnaround time. c) The electronic submittal process is not intended for color samples, color charts, or physical material samples. 2. Procedures: a.) Submittal Preparation - Contractor may use any or all of the following options: 1) Subcontractors and Suppliers provide electronic (PDF) submittals to Contractor via the Submittal Exchange website. 2) Subcontractors and Suppliers provide paper submittals to General Contractor who elec-tronically scans and converts to PDF format. 3) Subcontractors and Suppliers provide paper submittals to Scanning Service which elec-tronically scans and converts to PDF format. b.) Contractor shall review and apply electronic stamp certifying that the submittal complies with the requirements of the Contract Documents including verification of manufacturer / product, dimensions and coordination of information with other parts of the work. c.) Contractor shall transmit each submittal to Architect using the Submittal Exchange website, www.submittalexchange.com. d.) Architect / Engineer review comments will be made available on the Submittal Exchange website for downloading. Contractor will receive email notice of completed review. e.) Distribution of reviewed submittals to subcontractors and suppliers is the responsibility of the Contractor. f.) Submit paper copies of reviewed submittals at project closeout for record purposes in accordance with Closeout Procedures Revised 6/15/17 Contract No. 4715 Page 68 of 123 Pages 3. Costs: a.) The cost of Submittal Exchange services has been paid in full by the Owner. b.) At Contractor’s option, training is available from Submittal Exchange regarding use of web-site and PDF submittals. Contact Submittal Exchange at 1-800-714-0024. c.) Internet Service and Equipment Requirements: 1) Email address and Internet access at Contractor’s main office. 2) Adobe Acrobat (www.adobe.com), Bluebeam PDF Revu (www.bluebeam.com), or other similar PDF review software for applying electronic stamps and comments. 2-5.4 RECORD DRAWINGS. The Contractor shall provide and keep up-to-date a complete "as-built" record set of blue-line prints, which shall be corrected in red daily and show every change from the original drawings and specifications and the exact "as-built" locations, sizes and kinds of equipment, underground piping, valves, and all other work not visible at surface grade. Prints for this purpose may be obtained from the Agency at cost. This set of drawings shall be kept on the jobsite and shall be used only as a record set and shall be delivered to the Engineer within ten (10) days of completion of the Work. Payment for performing the Work required by Section 2-5.4 shall be included in the various bid items and no additional payment will be made therefore. 2-6 WORK TO BE DONE. The Contractor shall perform all work necessary to complete the Contract in a satisfactory manner. Unless otherwise provided, the Contractor shall furnish all materials, equip-ment, tools, labor, and incidentals necessary to complete the Work. 2-7 SUBSURFACE DATA. Not used. 2-8 RIGHT-OF-WAY. Rights-of-way, easements, or rights-of-entry for the Work will be provided by the Agency. Unless otherwise provided, the Contractor shall make arrangements, pay for, and assume all responsibility for acquiring, using, and disposing of additional work areas and facilities temporarily required. The Contractor shall indemnify and hold the Agency harmless from all claims for damages caused by such actions. 2-9 SURVEYING. 2-9.1 Permanent Survey Markers. Not used. 2-9.2 Survey Service. Not used. 2-9.2.1 Submittal of Surveying Data. Not used. 2-9.2.2 Survey Requirements. Not used. 2-10 AUTHORITY OF BOARD AND ENGINEER. The Board has the final authority in all matters affecting the Work. Within the scope of the Contract, the Engineer has the authority to enforce com-pliance with the Plans and Specifications. The Contractor shall promptly comply with instructions from the Engineer or an authorized representative. The decision of the Engineer is final and binding on all questions relating to: quantities; acceptability of material, equipment, or work; execution, progress or sequence of work; and interpretation of the Plans, Specifications, or other drawings. This shall be precedent to any payment under the Contract, unless otherwise ordered by the Board. Revised 6/15/17 Contract No. 4715 Page 69 of 123 Pages 2-10.1 Availability of Records, The Contractor shall, at no charge to the Agency, provide copies of all records in the Contractor’s or subcontractor’s possession pertaining to the work that the Engineer may request. 2-10.2 Audit and Inspection, Contractor shall maintain and make available, to the Engineer, accurate books and accounting records regarding all its activities. Contractor shall contractually require all sub-contractors to this Contract to do the same. The Engineer shall have access to the Contractor’s, and any subcontractors’, documents described in this Section 2-10.2 within San Diego County. The Engi-neer shall have the right to monitor, assess, and evaluate Contractor’s and its sub-contractors perfor-mance pursuant to this Contract. The Engineer’s monitoring, assessments, and evaluations will in-clude, but shall not be limited to, audits, inspection of premises, reports, contracts, subcontracts and interviews of Contractor’s staff and the staff of all subcontractors to this Contract. Upon reasonable advance notice, Contractor shall make available to the Engineer for examination, all of its records, and all records from all subcontractors to this Contract, regarding all matters covered by this. Contrac-tor shall also permit the Engineer to audit, examine, copy and make excerpts or transcripts from such data and records, and to make audits of all invoices, materials, payrolls, records of personnel, and other data relating to all matters covered by this Contract. Any inspection described in this Section 2-10.2 shall occur as often as the Engineer deems necessary and during normal business hours. How-ever, any such inspection shall not unreasonably interfere with Contractor’s ongoing business opera- tions. Contractor and all subcontractors to this Contract shall maintain such data and records for as long as may be required by applicable laws and regulations. 2-11 INSPECTION. The Work is subject to inspection and approval by the Engineer. The Contractor shall notify the Engineer before noon of the Working Day before inspection is required. Work shall be done only in the presence of the Engineer, unless otherwise authorized. Any work done without proper inspection will be subject to rejection. The Engineer and any authorized representatives shall at all times have access to the Work during its construction at shops and yards as well as the project site. The Contractor shall provide every reasonable facility for ascertaining that the materials and work-manship are in accordance with these specifications. Inspection of the Work shall not relieve the Con-tractor of the obligation to fulfill all conditions of the Contract. 2-12 STATUTORY REFERENCES. All references in these General Provisions to any statute, rule or regulation are to the statute, rule or regulation as amended, modified, supplemented or replaced from time to time by the corresponding legislative or regulatory body. Revised 6/15/17 Contract No. 4715 Page 70 of 123 Pages SECTION 3 – CHANGES IN WORK 3-1 CHANGES REQUESTED BY THE CONTRACTOR. 3-1.1 General. Changes in the Plans and Specifications, requested in writing by the Contractor, which do not materially affect the Work and which are not detrimental to the Work or to the interests of the Agency, may be granted by the Engineer. Nothing herein shall be construed as granting a right to the Contractor to demand acceptance of such changes. 3-1.2 Payment for Changes Requested by the Contractor. If such changes are granted, they shall be made at a reduction in cost or no additional cost to the Agency. 3-2 CHANGES INITIATED BY THE AGENCY. 3-2.1 General. The Agency may change the Plans, Specifications, character of the work, or quantity of work provided the total arithmetic dollar value of all such changes, both additive and deductive, does not exceed 25 percent of the Contract Price. Should it become necessary to exceed this limita-tion, the change shall be by written Supplemental Agreement between the Contractor and Agency, unless both parties agree to proceed with the change by Change Order. Change Orders shall be in writing and state the dollar value of the change or established method of payment, any adjustment in contract time of completion, and when negotiated prices are involved, shall provide for the Contractor’s signature indicating acceptance. 3-2.2 Payment. 3-2.2.1 Contract Unit Prices. If a change is ordered in an item of work covered by a Contract Unit Price, and such change does not involve substantial change in character of the work from that shown on the Plans or specified in the Specifications, then an adjustment in payment will be made. This adjustment will be based upon the increase or decrease in quantity and the Contract Unit Price. If the actual quantity of an item of work covered by a Contract Unit Price and constructed in conform-ance with the Plans and Specifications varies from the Bid quantity by 50 percent or less, payment will be made at the Contract Unit Price. If the actual quantity of said item of work varies from the Bid quantity by more than 50 percent, payment will be made per Section 3-2.2.2 or 3-2.2.3 as appropriate. If a change is ordered in an item of work covered by a Contract Unit Price, and such change does involve a substantial change in the character of the work from that shown on the Plans or specified in the Specifications, an adjustment in payment will be made per Section 3-2.4. 3-2.2.2 Increases of More Than 50 Percent. Should the actual quantity of an item of work covered by a Contract Unit Price and constructed in conformance with the Plans and Specifications, exceed the Bid quantity by more than 50 percent, payment for the quantity in excess of 150 percent of the Bid quantity will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the option of the Engineer, on the basis of Extra Work per Section 3-3. The Extra Work per Section 3-3, basis of payment, shall not include fixed costs. Fixed costs shall be deemed to have been recovered by the Contractor through payment for 150 percent of the Bid quantity at the Contract Unit Price. 3-2.2.3 Decreases of More Than 50 Percent. Should the actual quantity of an item of work covered by a Contract Unit Price, and constructed in conformance with the Plans and Specifications, be less Revised 6/15/17 Contract No. 4715 Page 71 of 123 Pages than 50 percent of the Bid quantity, an adjustment in payment will not be made unless so requested in writing by the Contractor. If the Contractor so requests, payment will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the option of the Engineer, on the basis of Extra Work per Section 3-3; however, in no case will payment be less than would be made for the actual quantity at the Contract Unit Price nor more than would be made for 50 percent of the Bid quantity at the Contract Unit Price. 3-2.3 Stipulated Unit Prices. Not Used. 3-2.4 Agreed Prices. Agreed Prices are prices for new or unforeseen work, or adjustments in Contract Unit Prices per Section 3-2.2, established by mutual agreement between the Contractor and the Agency. If mutual agreement cannot be reached, the Engineer may direct the Contractor to proceed on the basis of Extra Work in accordance per Section 3-3, except as otherwise specified in Sections 3-2.2.2 and 3-2.2.3. 3.2.4.1 Schedule of Values. Prior to construction, Contractor shall provide a schedule of values for all lump sum bid items in the Contractor’s Proposal. The Contractor’s Proposal shall be used for the purpose of progress payments, though some line items may require further breakdown if requested by City’s Construction Management Consultant. The proposal prices shall be valid for the purpose of change orders to the project. 3.2.5 Eliminated Items. Should any Bid item be eliminated in its entirety, payment will be made to the Contractor for its actual costs incurred in connection with the eliminated item prior to notification in writing from the Engineer so stating its elimination. If material conforming to the Plans and Specifica-tions is ordered by the Contractor for use in the eliminated item prior to the date of notification of elimination by the Engineer, and if the order for that material cannot be canceled, payment will be made to the Contractor for the actual cost of the material. In this case, the material shall become the property of the Agency. Payment will be made to the Contractor for its actual costs for any further handling. If the material is returnable, the material shall be returned and payment will be made to the Contractor for the actual cost of charges made by the supplier for returning the material and for han-dling by the Contractor. Actual costs, as used herein, shall be computed on the basis of Extra Work per Section 3-3. 3-3 EXTRA WORK. 3-3.1 General. New or unforeseen work will be classified as “extra work” when the Engineer deter- mines that it is not covered by Contract Unit Prices or stipulated unit prices. 3-3.2 Payment. 3-3.2.1 General. When the price for the extra work cannot be agreed upon, the Agency will pay for the extra work based on the accumulation of costs as provided herein. 3-3.2.2 Basis for Establishing Costs. a.) Labor. The costs of labor will be the actual cost for wages of workers performing the extra work at the time the extra work is done, plus employer payments of payroll taxes, workers compensation insurance, liability insurance, health and welfare, pension, vacation, apprentice-ship funds, and other direct costs, resulting from Federal, State, or local laws, as well as as-sessments or benefits required by lawful collective bargaining agreements. Revised 6/15/17 Contract No. 4715 Page 72 of 123 Pages The use of a labor classification which would increase the extra work cost will not be permitted unless the Contractor establishes the necessity for such additional costs. Labor costs for equipment operators and helpers shall be reported only when such costs are not included in the invoice for equipment rental. The labor cost for foremen shall be proportioned to all of their assigned work and only that applicable to extra work will be paid. Non-direct labor costs, including superintendence, shall be considered part of the markup of Section 3-3.2.3 (a). b.) Materials. The cost of materials reported shall be at invoice or lowest current price at which such materials are locally available and delivered to the job site in the quantities involved, plus sales tax, freight, and delivery. The Agency reserves the right to approve materials and sources of supply, or to supply mate-rials to the Contractor if necessary, for the progress of the Work. No markup shall be applied to any material provided by the Agency. c.) Tool and Equipment Rental. No payment will be made for the use of tools which have a replacement value of $200 or less. Regardless of ownership, the rates and right-of-way delay factors to be used in determining rental and delay costs shall be the edition of the, “Labor Surcharge and Equipment Rental Rates” published by CALTRANS, current at the time of the actual use of the tool or equipment. The right-of-way delay factors therein shall be used as multipliers of the rental rates for deter-mining the value of costs for delay to the Contractor and subcontractors, if any. The labor surcharge rates published therein are not a part of this contract. The rental rates paid shall include the cost of fuel, oil, lubrication, supplies, small tools, neces-sary attachments, repairs and maintenance of any kind, depreciation, storage, insurance, and all incidentals. Necessary loading and transportation costs for equipment used on the extra work shall be included. If during the project contract time the work is stopped by an unforeseen reason, then the Con- tractor may be due compensation for idled equipment. The Contractor shall use idle time rates (delay factors) in the Caltrans’s latest Labor Surcharge and Equipment Rental Rate Manual for pricing equipment that was idled due to the changed condition that caused the work stoppage of that same equipment. The specified idle time rate in the manual is to be multiplied by the Caltrans’s equipment rate for that same piece of equipment to determine the product, which will be considered the allowable idle time dollar amount acceptable to the City. (Example: delay factor = .10, equipment hourly rate = $50, allowable idle time dollar amount = $5/hr). If equipment is used intermittently and, when not in use, could be returned to its rental source at less expense to the Agency than holding it at the Work site, it shall be returned, unless the Contractor elects to keep it at the Work site, at no expense to the Agency. All equipment shall be acceptable to the Engineer, in good working condition, and suitable for the purpose for which it is to be used. Manufacturer’s ratings and approved modifications shall be used to classify equipment and it shall be powered by a unit of at least the minimum rating recommended by the manufacturer. Revised 6/15/17 Contract No. 4715 Page 73 of 123 Pages The reported rental time for equipment already at the Work site shall be the duration of its use on the extra work. This time begins when equipment is first put into actual operation on the extra work, plus the time required to move it from its previous site and back, or to a closer site. d.) Other Items. The Agency may authorize other items which may be required on the extra work, including labor, services, material, and equipment. These items must be different in their nature from those required for the Work and be of a type not ordinarily available from the Contractor or Subcontractors. Invoices covering all such items in detail shall be submitted with the request for payment. Ven-dors’ invoices for material, equipment rental and other expenditures shall be submitted with the request for payment. If the request for payment is not substantiated by invoices or other documentation, the Agency may establish the cost of the item involved at the lowest price which was current at the time of the report. e.) Sales Tax. No markup will be allowed on sales and/or other taxes. 3-3.2.3 Markup. a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor ........................................ 15 2) Materials.………………………. 15 3) Tools and Equipment Rental … 15 4) Other Items ............................... 15 5) Sales and other taxes ............... 0 To the sum of the costs and markups provided for in this section, 1 percent shall be added as compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcon-tractor, the markup established in Section 3-3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 5 percent of the subcontracted portion of the extra work may be added by the Contractor. Contractor markup shall fully compensate Contractor for all General Conditions expenses, direct and indirect Overhead, and Profit. No additional charges will be made for project management, estimating, or supervision. 3-3.3 Daily Reports by Contractor. When the price for the extra work cannot be agreed upon, the Contractor shall submit a daily report to the Engineer on forms approved by the Agency. Included are applicable delivery tickets, listing all labor, materials, and equipment involved for that day, and other services and expenditures when authorized. Payment for extra work will not be made until such time that the Contractor submits completed daily reports and all supporting documents to the Engineer. Failure to submit the daily report by the close of the next Working Day may waive any rights for that day. An attempt shall be made to reconcile the report daily, and it shall be signed by the Engineer and the Contractor. In the event of disagreement, pertinent notes shall be entered by each party to explain points which cannot be resolved immediately. Each party shall retain a signed copy of the report. Reports by Subcontractors or others shall be submitted through the Contractor. The report shall: 1. Show names of workers, classifications, and hours worked. Revised 6/15/17 Contract No. 4715 Page 74 of 123 Pages 2. Describe and list quantities of materials used. 3. Show type of equipment, size, identification number, and hours of operation, including loading and transportation, if applicable. 4. Describe other services and expenditures in such detail as the Agency may require. 3-4 CHANGED CONDITIONS. The Contractor shall promptly notify the Engineer of the following Work site conditions (hereinafter called changed conditions), in writing, upon their discovery and be-fore they are disturbed: 1. Subsurface or latent physical conditions differing materially from those represented in the Con-tract; 2. Unknown physical conditions of an unusual nature differing materially from those ordinarily encountered and generally recognized as inherent in work of the character being performed; and 3. Material differing from that represented in the Contract which the Contractor believes may be hazardous waste, as defined in Section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law. Regarding suspect hazardous waste, see section 6.2.18 The Engineer will promptly investigate conditions which appear to be changed conditions. If the Engi-neer determines that conditions are changed conditions and they will materially affect performance time, the Contractor, upon submitting a written request, will be granted an extension of time subject to the provisions of 6-6. If the Engineer determines that the conditions do not justify an adjustment in compensation, the Con-tractor will be notified in writing. This notice will also advise the Contractor of its obligation to notify the Engineer in writing if the Contractor disagrees. The Contractor’s failure to give notice of changed conditions promptly upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall not be entitled to the payment of any additional compensation for any act, or failure to act, by the Engineer, including failure or refusal to issue a change order, or for the happening of any event, thing, occurrence, or other cause, unless the Contractor shall have first given the Engi-neer due written notice of potential claim as hereinafter specified. Compliance with this section shall not be required as a prerequisite to notice provisions in Section 6-7.3 Contract Time Accounting, nor to any claim that is based on differences in measurement or errors of computation as to contract quantities. The written notice of potential claim for changed conditions shall be submitted by the Con-tractor to the Engineer upon their discovery and prior to the time that the Contractor performs the work giving rise to the potential claim. The Contractor’s failure to give written notice of potential claim for changed conditions to the agency upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall provide the City with a written document containing a description of the particular circumstances giving rise to the potential claim, the reasons for which the Contractor believes addi-tional compensation may be due and nature of any and all costs involved within 20 Working Days of the date of service of the written notice of potential claim for changed conditions. Verbal notifications are disallowed Revised 6/15/17 Contract No. 4715 Page 75 of 123 Pages The potential claim shall include the following certification relative to the California False Claims Act, Government Code Sections 12650-12655. “The undersigned certifies that the above statements are made in full cognizance of the California False Claims Act, Government Code Sections 12650-12655. The undersigned further understands and agrees that this potential claim, unless resolved, must be restated as a claim in response to the City’s proposed final estimate in order for it to be further considered.” By: Title: ______________________________ Date: _________________________________ Company Name: ____________________________________________________________ The Contractor’s estimate of costs may be updated when actual costs are known. The Contractor shall submit substantiation of its actual costs to the Engineer within 20 Working Days after the affected work is completed. Failure to do so shall be sufficient cause for denial of any claim subsequently filed on the basis of said notice of potential claim. It is the intention of this section that differences between the parties arising under and by virtue of the Contract be brought to the attention of the Engineer at the earliest possible time in order that such matters be settled, if possible, or other appropriate action promptly taken. 3-5 DISPUTED WORK. The Contractor shall give the Agency written notice of potential claim prior to commencing any disputed work. Failure to give said notice shall constitute a waiver of all claims in connection therewith. If the contractor and the agency are unable to reach agreement on disputed work, the Agency may direct the contractor to proceed with the work. Prior to proceeding with dispute resolution pursuant to Public Contract Code provisions specified here-inafter, the Contractor shall attempt to resolve all disputes informally through the following dispute resolution chain of command: 1. City’s Construction Management Consultant 2. City Municipal Projects Manager 3. Public Works Manager, Fleet & Facilities 4. City Engineer 5. City Manager The Contractor shall submit a complete report within 20 Working Days after completion of the disputed work stating its position on the claim, the contractual basis for the claim, along with all documentation supporting the costs and all other evidentiary materials. At each level of claim or appeal of claim the City will, within 10 Working Days of receipt of said claim or appeal of claim, review the Contractor’s report and respond with a position, request additional information or request that the Contractor meet and present its report. When additional information or a meeting is requested the City will provide its position within 10 Working Days of receipt of said additional information or Contractor’s presentation of its report. The Contractor may appeal each level’s position up to the City Manager after which the Contractor may proceed under the provisions of the Public Contract Code. The authority within the dispute resolution chain of command is limited to recommending a resolution to a claim to the City Manager. Actual approval of the claim is subject to the change order provisions in the Contract. Revised 6/15/17 Contract No. 4715 Page 76 of 123 Pages All claims by the Contractor shall be resolved in accordance with Public Contract Code section 9204, which is set forth below: 9204. (a) The Legislature finds and declares that it is in the best interests of the state and its citizens to ensure that all construction business performed on a public works project in the state that is com-plete and not in dispute is paid in full and in a timely manner. (b) Notwithstanding any other law, including, but not limited to, Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2, Chapter 10 (commencing with Section 19100) of Part 2, and Article 1.5 (commencing with Section 20104) of Chapter 1 of Part 3, this section shall apply to any claim by a contractor in connection with a public works project. (c) For purposes of this section: (1) “Claim” means a separate demand by a contractor sent by registered mail or certified mail with return receipt requested, for one or more of the following: (A) A time extension, including, without limitation, for relief from damages or penalties for delay as- sessed by a public entity under a contract for a public works project. (B) Payment by the public entity of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public works project and payment for which is not otherwise expressly provided or to which the claimant is not otherwise entitled. (C) Payment of an amount that is disputed by the public entity. (2) “Contractor” means any type of contractor within the meaning of Chapter 9 (commencing with Section 7000) of Division 3 of the Business and Professions Code who has entered into a direct con-tract with a public entity for a public works project. (3) (A) “Public entity” means, without limitation, except as provided in subparagraph (B), a state agency, department, office, division, bureau, board, or commission, the California State University, the University of California, a city, including a charter city, county, including a charter county, city and county, including a charter city and county, City, special City, public authority, political subdivision, public corporation, or nonprofit transit corporation wholly owned by a public agency and formed to carry out the purposes of the public agency. (B) “Public entity” shall not include the following: (i) The Department of Water Resources as to any project under the jurisdiction of that department. (ii) The Department of Transportation as to any project under the jurisdiction of that department. (iii) The Department of Parks & Recreation as to any project under the jurisdiction of that department. (iv) The Department of Corrections and Rehabilitation with respect to any project under its jurisdiction pursuant to Chapter 11 (commencing with Section 7000) of Title 7 of Part 3 of the Penal Code. (v) The Military Department as to any project under the jurisdiction of that department. (vi) The Department of General Services as to all other projects. (vii) The High-Speed Rail Authority. (4) “Public works project” means the erection, construction, alteration, repair, or improvement of any public structure, building, road, or other public improvement of any kind. (5) “Subcontractor” means any type of contractor within the meaning of Chapter 9 (commencing with Section 7000) of Division 3 of the Business and Professions Code who either is in direct contract with a contractor or is a lower tier subcontractor. (d) (1) (A) Upon receipt of a claim pursuant to this section, the public entity to which the claim applies shall conduct a reasonable review of the claim and, within a period not to exceed 45 days, shall provide the claimant a written statement identifying what portion of the claim is disputed and what portion is undisputed. Upon receipt of a claim, a public entity and a contractor may, by mutual agreement, extend the time period provided in this subdivision. (B) The claimant shall furnish reasonable documentation to support the claim. Revised 6/15/17 Contract No. 4715 Page 77 of 123 Pages (C) If the public entity needs approval from its governing body to provide the claimant a written state-ment identifying the disputed portion and the undisputed portion of the claim, and the governing body does not meet within the 45 days or within the mutually agreed to extension of time following receipt of a claim sent by registered mail or certified mail, return receipt requested, the public entity shall have up to three days following the next duly publicly noticed meeting of the governing body after the 45-day period, or extension, expires to provide the claimant a written statement identifying the disputed portion and the undisputed portion. (D) Any payment due on an undisputed portion of the claim shall be processed and made within 60 days after the public entity issues its written statement. If the public entity fails to issue a written state-ment, paragraph (3) shall apply. (2) (A) If the claimant disputes the public entity’s written response, or if the public entity fails to respond to a claim issued pursuant to this section within the time prescribed, the claimant may demand in writing an informal conference to meet and confer for settlement of the issues in dispute. Upon receipt of a demand in writing sent by registered mail or certified mail, return receipt requested, the public entity shall schedule a meet and confer conference within 30 days for settlement of the dispute. (B) Within 10 business days following the conclusion of the meet and confer conference, if the claim or any portion of the claim remains in dispute, the public entity shall provide the claimant a written statement identifying the portion of the claim that remains in dispute and the portion that is undisputed. Any payment due on an undisputed portion of the claim shall be processed and made within 60 days after the public entity issues its written statement. Any disputed portion of the claim, as identified by the contractor in writing, shall be submitted to nonbinding mediation, with the public entity and the claimant sharing the associated costs equally. The public entity and claimant shall mutually agree to a mediator within 10 business days after the disputed portion of the claim has been identified in writing. If the parties cannot agree upon a mediator, each party shall select a mediator and those mediators shall select a qualified neutral third party to mediate with regard to the disputed portion of the claim. Each party shall bear the fees and costs charged by its respective mediator in connection with the selection of the neutral mediator. If mediation is unsuccessful, the parts of the claim remaining in dispute shall be subject to applicable procedures outside this section. (C) For purposes of this section, mediation includes any nonbinding process, including, but not limited to, neutral evaluation or a dispute review board, in which an independent third party or board assists the parties in dispute resolution through negotiation or by issuance of an evaluation. Any mediation utilized shall conform to the timeframes in this section. (D) Unless otherwise agreed to by the public entity and the contractor in writing, the mediation con- ducted pursuant to this section shall excuse any further obligation under Section 20104.4 to mediate after litigation has been commenced. (E) This section does not preclude a public entity from requiring arbitration of disputes under private arbitration or the Public Works Contract Arbitration Program, if mediation under this section does not resolve the parties’ dispute. (3) Failure by the public entity to respond to a claim from a contractor within the time periods described in this subdivision or to otherwise meet the time requirements of this section shall result in the claim being deemed rejected in its entirety. A claim that is denied by reason of the public entity’s failure to have responded to a claim, or its failure to otherwise meet the time requirements of this section, shall not constitute an adverse finding with regard to the merits of the claim or the responsibility or qualifi-cations of the claimant. (4) Amounts not paid in a timely manner as required by this section shall bear interest at 7 percent per annum. (5) If a subcontractor or a lower tier subcontractor lacks legal standing to assert a claim against a public entity because privity of contract does not exist, the contractor may present to the public entity a claim on behalf of a subcontractor or lower tier subcontractor. A subcontractor may request in writing, either on his or her own behalf or on behalf of a lower tier subcontractor, that the contractor present a claim for work which was performed by the subcontractor or by a lower tier subcontractor on behalf of the subcontractor. The subcontractor requesting that the claim be presented to the public entity shall Revised 6/15/17 Contract No. 4715 Page 78 of 123 Pages furnish reasonable documentation to support the claim. Within 45 days of receipt of this written re-quest, the contractor shall notify the subcontractor in writing as to whether the contractor presented the claim to the public entity and, if the original contractor did not present the claim, provide the sub-contractor with a statement of the reasons for not having done so. (e) The text of this section or a summary of it shall be set forth in the plans or specifications for any public works project that may give rise to a claim under this section. (f) A waiver of the rights granted by this section is void and contrary to public policy, provided, however, that (1) upon receipt of a claim, the parties may mutually agree to waive, in writing, mediation and proceed directly to the commencement of a civil action or binding arbitration, as applicable; and (2) a public entity may prescribe reasonable change order, claim, and dispute resolution procedures and requirements in addition to the provisions of this section, so long as the contractual provisions do not conflict with or otherwise impair the timeframes and procedures set forth in this section. (g) This section applies to contracts entered into on or after January 1, 2017. (h) Nothing in this section shall impose liability upon a public entity that makes loans or grants avail able through a competitive application process, for the failure of an awardee to meet its contractual obligations. (i) This section shall remain in effect only until January 1, 2020, and as of that date is repealed, unless a later enacted statute, that is enacted before January 1, 2020, deletes or extends that date. In addition, all claims by Contractor for $375,000 or less shall be resolved in accordance with the procedures in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with Section 20104) which is set forth below ARTICLE 1.5 RESOLUTION OF CONSTRUCTION CLAIMS 20104. (a)(1) This article applies to all public works claims of three hundred seventy-five thousand dollars ($375,000) or less which arise between a contractor and a local agency. (2) This article shall not apply to any claims resulting from a contract between a contractor and a public agency when the public agency has elected to resolve any disputes pursuant to Article 7.1 (commenc- ing with Section 10240) of Chapter 1 of Part 2. (b)(1) "Public work" has the same meaning as in Sections 3100 and 3106 of the Civil Code, except that "public work" does not include any work or improvement contracted for by the state or the Regents of the University of California. (2) "Claim" means a separate demand by the contractor for (A) a time extension, (B) payment of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public work and payment of which is not otherwise expressly provided for or the claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed by the local agency. (c) The provisions of this article or a summary thereof shall be set forth in the plans or specifications for any work which may give rise to a claim under this article. (d) This article applies only to contracts entered into on or after January 1, 1991. 20104.2. For any claim subject to this article, the following requirements apply: (a) The claim shall be in writing and include the documents necessary to substantiate the claim. Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to extend the time limit or supersede notice requirements otherwise provided by contract for the filing of claims. (b)(1) For claims of less than fifty thousand dollars ($50,000), the local agency shall respond in writing to any written claim within 45 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the Revised 6/15/17 Contract No. 4715 Page 79 of 123 Pages claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 15 days after receipt of the further documentation or within a period of time no greater than that taken by the claimant in producing the additional information, whichever is greater. (c)(1) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all written claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 30 days after receipt of the further documentation, or within a period of time no greater than that taken by the claimant in producing the additional information or requested documentation, whichever is greater. (d) If the claimant disputes the local agency's written response, or the local agency fails to respond within the time prescribed, the claimant may so notify the local agency, in writing, either within 15 days of receipt of the local agency's response or within 15 days of the local agency's failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedule a meet and confer conference within 30 days for settlement of the dispute. (e) Following the meet and confer conference, if the claim or any portion remains in dispute, the claim-ant may file a claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (com-mencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the claimant submits his or her written claim pursuant to subdivision (a) until the time that claim is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process. (f) This article does not apply to tort claims and nothing in this article is intended nor shall be construed to change the time periods for filing tort claims or actions specified by Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. 20104.4. The following procedures are established for all civil actions filed to resolve claims subject to this article: (a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court shall submit the matter to non-binding mediation unless waived by mutual stipulation of both parties. The mediation process shall provide for the selection within 15 days by both parties of a disinterested third person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within 15 days from the commencement of the mediation unless a time requirement is extended upon a good cause showing to the court or by stipulation of both parties. If the parties fail to select a mediator within the 15-day period, any party may petition the court to appoint the mediator. (b)(1) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 1141.11 of that code. The Civil Discovery Act of 1986 (Article 3 (commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil procedure) shall apply to any proceeding brought under the subdivision consistent with the rules pertaining to judicial arbitration. (2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators appointed for purposes of this article shall be experienced in construction law, and, upon stipulation of the parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay not to exceed Revised 6/15/17 Contract No. 4715 Page 80 of 123 Pages their customary rate, and such fees and expenses shall be paid equally by the parties, except in the case of arbitration where the arbitrator, for good cause, determines a different division. In no event shall these fees or expenses be paid by state or county funds. (3) In addition to Chapter 2.5 (commencing with Section 1141.10) Title 3 of Part 3 of the Code of Civil Procedure, any party who after receiving an arbitration award requests a trial de novo but does not obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, pay the attorney's fees of the other party arising out of the trial de novo. (c) The court may, upon request by any party, order any witnesses to participate in the mediation or arbitration process. 20104.6. (a) No local agency shall fail to pay money as to any portion of a claim which is undisputed except as otherwise provided in the contract. (b) In any suit filed under Section 20104.4, the local agency shall pay interest at the legal rate on any arbitration award or judgment. The interest shall begin to accrue on the date the suit is filed in a court of law. Although not to be construed as proceeding under extra work provisions, the Contractor shall keep and furnish records of disputed work in accordance with Section 3-3. Revised 6/15/17 Contract No. 4715 Page 81 of 123 Pages SECTION 4 – CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.1. General. All materials, parts, and equipment furnished by the Contractor in the Work shall be new, high grade, and free from defects. Quality of work shall be in accordance with the generally accepted standards. Material and work quality shall be subject to the Engineer’s approval. Materials and work quality not conforming to the requirements of the Specifications shall be consid-ered defective and will be subject to rejection. Defective work or material, whether in place or not, shall be removed immediately from the site by the Contractor, at its expense, when so directed by the Engineer. If the Contractor fails to replace any defective or damaged work or material after reasonable notice, the Engineer may cause such work or materials to be replaced. The replacement expense will be deducted from the amount to be paid to the Contractor. Used or secondhand materials, parts, and equipment may be used only if permitted by the Specifications. 4-1.2 Protection of Work and Materials. The Contractor shall provide and maintain storage facili- ties and employ such measures as will preserve the specified quality and fitness of materials to be used in the Work. Stored materials shall be reasonably accessible for inspection. The Contractor shall also adequately protect new and existing work and all items of equipment for duration of Contract. The Contractor shall not, without the Agency’s consent, assign, sell, mortgage, hypothecate, or re-move equipment or materials which have been installed or delivered and which may be necessary for the completion of the Contract. 4-1.3 Inspection Requirements 4-1.3.1 General. Unless otherwise specified, inspection is required at the source for such typical ma-terials and fabricated items as bituminous paving mixtures, structural concrete, metal fabrication, metal casting, welding, concrete pipe manufacture, protective coating application, and similar shop or plant operations. Steel pipe in sizes less than 18 inches and vitrified clay and cast-iron pipe in all sizes are acceptable upon certification as to compliance with the Specifications, subject to sampling and testing by the Agency. Standard items of equipment such as electric motors, conveyors, elevators, plumbing fixtures, etc., are subject to inspection at the job site only. Special items of equipment such as designed elec-trical panel boards, large pumps, sewage plant equipment, etc., are subject to inspection at the source, normally only for performance testing. The Specifications may require inspection at the source for other items not typical of those listed in this section. The Contractor shall provide the Engineer free and safe access to any and all parts of work at any time. Such free and safe access shall include means of safe access and egress, ventilation, lighting, shoring, dewatering and all elements pertaining to the safety of persons as contained in the State of California, California Code of Regulations, Title 8, Industrial Relations, Chapter 4, Division of Industrial Safety, Subchapter 4, Construction Safety Orders and such other safety regulations as may apply. Contractor shall furnish Engineer with such information as may be necessary to keep the Engineer fully informed regarding progress and manner of work and character of materials. Inspection or testing of the whole or any portion of the work or materials incorporated in the work shall not relieve Contractor from any obligation to fulfill this Contract. Revised 6/15/17 Contract No. 4715 Page 82 of 123 Pages 4-1.3.2 Inspection of Materials Not Locally Produced. When the Contractor intends to purchase materials, fabricated products, or equipment from sources located more than 50 miles outside the geographical limits of the Agency, an inspector or accredited testing laboratory (approved by the En-gineer), shall be engaged by the Contractor at its expense, to inspect the materials, equipment or process. This approval shall be obtained before producing any material or equipment. The inspector or representative of the testing laboratory shall judge the materials by the requirements of the Plans and Specifications. The Contractor shall forward reports required by the Engineer. No material or equipment shall be shipped nor shall any processing, fabrication or treatment of such materials be done without proper inspection by the approved agent. Approval by said agent shall not relieve the Contractor of responsibility for complying with the Contract requirements. 4-1.3.3 Inspection by the Agency. The Agency will provide all inspection and testing laboratory ser-vices within 50 miles of the geographical limits of the Agency. For private contracts, all costs of in- spection at the source, including salaries and mileage costs, shall be paid by the permittee. 4-1.4 Test of Material. Before incorporation in the Work, the Contractor shall submit samples of materials, as the Engineer may require, at no cost to the Agency. The Contractor, at its expense, shall deliver the materials for testing to the place and at the time designated by the Engineer. Unless oth-erwise provided, all initial testing will be performed under the direction of the Engineer, and at no expense to the Contractor. If the Contractor is to provide and pay for testing, it will be stated in the Specifications. For private contracts, the testing expense shall be borne by the permittee. The Contractor shall notify the Engineer in writing, at least 15 days in advance, of its intention to use materials for which tests are specified, to allow sufficient time to perform the tests. The notice shall name the proposed supplier and source of material. If the notice of intent to use is sent before the materials are available for testing or inspection, or is sent so far in advance that the materials on hand at the time will not last but will be replaced by a new lot prior to use on the Work, it will be the Contractor’s responsibility to renotify the Engineer when samples which are representative may be obtained. Except as specified in these Provisions, the Agency will bear the cost of testing of locally produced materials and/or on-site workmanship where the results of such tests meet or exceed the requirements indicated in the Standard Specifications, Technical Specification, and any Supplemental Provisions. The cost of all other tests shall be borne by the Contractor. At the option of the Engineer, the source of supply of each of the materials shall be approved by the Engineer before the delivery is started. All materials proposed for use may be inspected or tested at any time during their preparation and use. If, after incorporating such materials into the Work, it is found that sources of supply that have been approved do not furnish a uniform product, or if the prod-uct from any source proves unacceptable at any time, the Contractor shall furnish approved material from other approved sources. If any product proves unacceptable after improper storage, handling or for any other reason it shall be rejected, not incorporated into the work and shall be removed from the project site all at the Contractor’s expense. Compaction tests may be made by the Engineer and all costs for tests that meet or exceed the requirements of the specifications shall be borne by the Agency. Said tests may be made at any place along the work as deemed necessary by the Engineer. The costs of any retests made necessary by noncompliance with the specifications shall be borne by the Contractor. 4-1.5 Certification. The Engineer may waive materials testing requirements of the Specifications and accept the manufacturer’s written certification that the materials to be supplied meet those Revised 6/15/17 Contract No. 4715 Page 83 of 123 Pages requirements. Material test data may be required as part of the certification. 4-1.6 Trade Names or Equals. The Contractor may supply any of the materials specified or offer an equivalent. The Engineer shall determine whether the material offered is equivalent to that speci-fied. Adequate time shall be allowed for the Engineer to make this determination. Whenever any particular material, process, or equipment is indicated by patent, proprietary or brand name, or by name of manufacturer, such wording is used for the purpose of facilitating its description and shall be deemed to be followed by the words or equal. A listing of materials is not intended to be comprehensive, or in order of preference. The Contractor may offer any material, process, or equip-ment considered to be equivalent to that indicated. The substantiation of offers shall be submitted as provided in the contract documents. The Contractor shall, at its expense, furnish data concerning items offered by it as equivalent to those specified. The Contractor shall have the material tested as required by the Engineer to determine that the quality, strength, physical, chemical, or other characteristics, including durability, finish, efficiency, dimensions, service, and suitability are such that the item will fulfill its intended function. Test methods shall be subject to the approval of the Engineer. Test results shall be reported promptly to the Engineer, who will evaluate the results and determine if the substitute item is equivalent. The Engineer’s findings shall be final. Installation and use of a substitute item shall not be made until approved by the Engineer. If a substitute offered by the Contractor is not found to be equal to the specified material, the Contractor shall furnish and install the specified material. The specified Contract completion time shall not be affected by any circumstance developing from the provisions of this section. The Contractor is responsible for the satisfactory performance of substituted items. If, in the sole opin-ion of the Engineer, the substitution is determined to be unsatisfactory in performance, appearance, durability, compatibility with associated items, availability of repair parts and suitability of application the Contractor shall remove the substituted item and replace it with the originally specified item at no cost to the Agency. 4-1.7 Weighing and Metering Equipment. All scales and metering equipment used for proportioning materials shall be inspected for accuracy and certified within the past 12 months by the State of California Bureau of Weights and Measures, by the County Director or Sealer of Weights and Measures, or by a scale mechanic registered with or licensed by the County. The accuracy of the work of a scale service agency, except as stated herein, shall meet the standards of the California Business and Professions Code and the California Code of Regulations pertaining to weighing devices. A certificate of compliance shall be presented, prior to operation, to the Engineer for approval and shall be renewed whenever required by the Engineer at no cost to the Agency. All scales shall be arranged so they may be read easily from the operator’s platform or area. They shall indicate the true net weight without the application of any factor. The figures of the scales shall be clearly legible. Scales shall be accurate to within 1 percent when tested with the plant shut down. Weighing equipment shall be so insulated against vibration or moving of other operating equipment in the plant area that the error in weighing with the entire plant running will not exceed 2 percent for any setting nor 1.5 percent for any batch. Revised 6/15/17 Contract No. 4715 Page 84 of 123 Pages 4-1.8 Calibration of Testing Equipment. Testing equipment, such as, but not limited to pressure gages, metering devices, hydraulic systems, force (load) measuring instruments, and strain-measur-ing devices shall be calibrated by a testing agency acceptable to the Engineer at intervals not to ex-ceed 12 months and following repairs, modification, or relocation of the equipment. Calibration certifi-cates shall be provided when requested by the Engineer. 4-1.9 Construction Materials Dispute Resolution (Soils, Rock Materials, Concrete, Mortar and Related Materials, Masonry Materials, Bituminous Materials, Rock Products, and Modified As-phalts). In the interest of safety and public value, whenever credible evidence arises to contradict the test values of materials, the Agency and the Contractor will initiate an immediate and cooperative investigation. Test values of materials are results of the materials’ tests, as defined by these Specifi-cations or by the General provisions, required to accept the Work. Credible evidence is process ob-servations or test values gathered using industry accepted practices. A contradiction exists when- ever test values or process observations of the same or similar materials are diverse enough such that the work acceptance or performance becomes suspect. The investigation shall allow access to all test results, procedures, and facilities relevant to the disputed work and consider all available in- formation and, when necessary, gather new and additional information in an attempt to determine the validity, the cause, and if necessary, the remedy to the contradiction. If the cooperative investiga-tion reaches any resolution mechanism acceptable to both the Agency and the Contractor, the con- tradiction shall be considered resolved and the cooperative investigation concluded. Whenever the cooperative investigation is unable to reach resolution, the investigation may then either conclude without resolution or continue by written notification of one party to the other requesting the imple-mentation of a resolution process by committee. The continuance of the investigation shall be contin-gent upon recipient’s agreement and acknowledged in writing within 3 calendar days after receiving a request. Without acknowledgement, the investigation shall conclude without resolution. The committee shall consist of three State of California Registered Civil Engineers. Within 7 calendar days after the written request notification, the Agency and the Contractor will each select one engineer. Within 14 calendar days of the written request notification, the two selected engineers will select a third engineer. The goal in selection of the third member is to complement the professional experience of the first two engineers. Should the two engineers fail to select the third engineer, the Agency and the Contractor shall each propose 2 engineers to be the third member within 21 calendar days after the written request notification. The first two engineers previously selected shall then select one of the four proposed engineers in a blind draw. The committee shall be a continuance of the cooperative investigation and will re-consider all available information and if necessary, gather new and additional information to determine the validity, the cause, and if necessary, the remedy to the contradiction. The committee will focus upon the performance adequacy of the material(s) using standard engineering principles and practices and to ensure public value, the committee may provide engineering recommendations as necessary. Unless otherwise agreed, the committee will have 30 calendar days from its formation to complete their review and submit their findings. The final resolution of the committee shall be by majority opinion, in writing, stamped and signed. Should the final resolution not be unanimous, the dissenter may attach a written, stamped, and signed minority opinion. Once started, the resolution process by committee shall continue to full conclusion unless: 1. Within 7 days of the formation of the committee, the Agency and the Contractor reach an acceptable resolution mechanism; or 2. Within 14 days of the formation of the committee, the initiating party withdraws its written notification and agrees to bear all investigative related costs thus far incurred; or 3. At any point by the mutual agreement of the Agency and the Contractor. Unless otherwise agreed, the Contractor shall bear and maintain a record for all the investigative costs until resolution. Revised 6/15/17 Contract No. 4715 Page 85 of 123 Pages Should the investigation discover assignable causes for the contradiction, the assignable party, the Agency or the Contractor, shall bear all costs associated with the investigation. Should assignable causes for the contradiction extended to both parties, the investigation will assign costs cooperatively with each party or when necessary, equally. Should the investigation substantiate a contradiction without assignable cause, the investigation will assign costs cooperatively with each party or when necessary, equally. Should the investigation be unable to substantiate a contradiction, the initiator of the investigation shall bear all investigative costs. All claim notification requirements of the contract pertaining to the contradiction shall be suspended until the investigation is concluded. 4-2 MATERIAL TRANSPORTATION, HANDLING AND STORAGE. The Contractor shall order, purchase, transport, coordinate delivery, accept delivery, confirm the quantity and quality received, prepare storage area(s), store, handle, protect, move, relocate, remove and dispose excess of all materials used to accomplish the Work. Materials shall be delivered to the site of the work only dur- ing working hours, as defined in Section 6-7.2, and shall be accompanied by bills of lading that shall clearly state for each delivery: the name of the Contractor as consignee, the project name and num-ber, address of delivery and name of consignor and a description of the material(s) shipped. Prior to storage of any materials which have been shipped to or by the Contractor to any location within the Agency’s boundaries the Contractor shall provide the Engineer a copy of lease agreements for each property where such materials are stored. The lease agreement shall clearly state the term of the lease, the description of materials allowed to be stored and shall provide for the removal of the ma-terials and restoration of the storage site within the time allowed for the Work. All such storage shall conform to all laws and ordinances that may pertain to the materials stored and to preparation of the storage site and the location of the site on which the materials are stored. Loss, damage or deterioration of all stored materials shall be the Contractor’s responsibility. Con-formance to the requirements of this section, both within and outside the limits of work are a part of the Work. The Engineer shall have the right to verify the suitability of materials and their proper stor-age at any time during the Work. Revised 6/15/17 Contract No. 4715 Page 86 of 123 Pages SECTION 5 – UTILITIES 5-1 LOCATION. The Agency and affected utility companies have, by a search of known records, endeavored to locate and indicate on the Plans, all utilities which exist within the limits of the work. However, the accuracy and/or completeness of the nature, size and/or location of utilities indicated on the Plans is not guaranteed. Where underground main distribution conduits such as water, gas, sewer, electric power, telephone, or cable television are shown on the Plans, the Contractor shall assume that every property parcel will be served by a service connection for each type of utility. As provided in Section 4216 of the California Government Code, at least 2 Working Days prior to commencing any excavation, the Contractor shall contact the regional notification center (Under-ground Service Alert of Southern California) and obtain an inquiry identification number. The California Department of Transportation is not required by Section 4216 to become a member of the regional notification center. The Contractor shall contact it for location of its subsurface installa-tions. The Contractor shall determine the location and depth of all utilities, including service connections, which have been marked by the respective owners and which may affect or be affected by its opera-tions. If no pay item is provided in the Contract for this work, full compensation for such work shall be considered as included in the prices bid for other items of work. 5-2 PROTECTION. The Contractor shall not interrupt the service function or disturb the support of any utility without authority from the owner or order from the Agency. All valves, switches, vaults, and meters shall be maintained readily accessible for emergency shutoff. Where protection is required to ensure support of utilities located as shown on the Plans or in accord-ance with Section 5-1, the Contractor shall, unless otherwise provided, furnish and place the neces-sary protection at its expense. Upon learning of the existence and location of any utility omitted from or shown incorrectly on the Plans, the Contractor shall immediately notify the Engineer in writing. When authorized by the Engi-neer, support or protection of the utility will be paid for as provided in Section 3-2.2.3 or 3-3. The Contractor shall immediately notify the Engineer and the utility owner if any utility is disturbed or damaged. The Contractor shall bear the costs of repair or replacement of any utility damaged if located as noted in Section 5-1. When placing concrete around or contiguous to any non-metallic utility installation, the Contractor shall at its expense: 1. Furnish and install a 2-inch cushion of expansion joint material or other similar resilient material; or 2. Provide a sleeve or other opening which will result in a 2-inch minimum-clear annular space be-tween the concrete and the utility; or 3. Provide other acceptable means to prevent embedment in or bonding to the concrete. Revised 6/15/17 Contract No. 4715 Page 87 of 123 Pages Where concrete is used for backfill or for structures which would result in embedment, or partial em-bedment, of a metallic utility installation; or where the coating, bedding or other cathodic protection system is exposed or damaged by the Contractor’s operations, the Contractor shall notify the Engineer and arrange to secure the advice of the affected utility owner regarding the procedures required to maintain or restore the integrity of the system. 5-3 REMOVAL. Unless otherwise specified, the Contractor shall remove all interfering portions of utilities shown on the Plans or indicated in the Bid documents as “abandoned” or “to be abandoned in place”. Before starting removal operations, the Contractor shall ascertain from the Agency whether the abandonment is complete, and the costs involved in the removal and disposal shall be included in the Bid for the items of work necessitating such removals. 5-4 RELOCATION. When feasible, the owners responsible for utilities within the area affected by the Work will complete their necessary installations, relocations, repairs, or replacements before com-mencement of work by the Contractor. When the Plans or Specifications indicate that a utility installa-tion is to be relocated, altered, or constructed by others, the Agency will conduct all negotiations with the owners and work will be done at no cost to the Contractor, except for manhole frame and cover sets to be brought to grade. Utilities which are relocated in order to avoid interference shall be protected in their position and the cost of such protection shall be included in the Bid for the items of work necessitating such relocation. After award of the Contract, portions of utilities which are found to interfere with the Work will be relocated, altered or reconstructed by the owners, or the Engineer may order changes in the Work to avoid interference. Such changes will be paid for in accordance with Section 3-2. When the Plans or Specifications provide for the Contractor to alter, relocate, or reconstruct a utility, all costs for such work shall be included in the Bid for the items of work necessitating such work. Temporary or permanent relocation or alteration of utilities requested by the Contractor for its conven-ience shall be its responsibility and it shall make all arrangements and bear all costs. The utility owner will relocate service connections as necessary within the limits of the Work or within temporary construction or slope easements. When directed by the Engineer, the Contractor shall ar- range for the relocation of service connections as necessary between the meter and property line, or between a meter and the limits of temporary construction or slope easements. The relocation of such service connections will be paid for in accordance with provisions of Section 3-3. Payment will include the restoration of all existing improvements which may be affected thereby. The Contractor may agree with the owner of any utility to disconnect and reconnect interfering service connections. The Agency will not be involved in any such agreement. In conformance with Section 5-6 the Contractor shall coordinate the work with utility agencies and companies. Prior to the installation of any and all utility structures within the limits of work by any utility agency or company, or its contractor, the Contractor shall place all curb or curb and gutter that is a part of the work and adjacent to the location where such utility structures are shown on the plans and are noted as being located, relocated or are otherwise shown as installed by others. In order to mini-mize delays to the Contractor caused by the failure of other parties to relocate utilities that interfere with the construction, the Contractor, upon the Engineer’s approval, may be permitted to temporarily omit the portion of work affected by the utility. If such temporary omission is approved by the Engineer the Contractor shall place survey or other physical control markers sufficient to locate the curb or curb and gutter to the satisfaction of the utility agency or company. Such temporary omission shall be for the Contractor’s convenience and no additional compensation will be allowed therefore or for addi-tional work, materials or delay associated with the temporary omission. The portion thus omitted shall Revised 6/15/17 Contract No. 4715 Page 88 of 123 Pages be constructed by the Contractor immediately following the relocation of the utility involved unless otherwise directed by the Engineer. 5-5 DELAYS. The Contractor shall notify the Engineer of its construction schedule insofar as it affects the protection, removal, or relocation of utilities. Said notification shall be included as a part of the construction schedule required in Section 6-1. The Contractor shall notify the Engineer in writing of any subsequent changes in the construction schedule which will affect the time available for pro- tection, removal, or relocation of utilities. The Contractor will not be entitled to damages or additional payment for delays attributable to utility relocations or alterations if correctly located, noted, and completed in accordance with Section 5-1. The Contractor may be given an extension of time for unforeseen delays attributable to unreasonably protracted interference by utilities in performing work correctly shown on the Plans. The Agency will assume responsibility for the timely removal, relocation, or protection of existing main or trunk line utility facilities within the area affected by the Work if such utilities are not identified in the Contract Documents. The Contractor will not be assessed liquidated damages for any delay caused by failure of Agency to provide for the timely removal, relocation, or protection of such existing facilities. The Contractor will be compensated for damages incurred due to delays for which the Agency is responsible or for delays attributable to interferences, relocations, or alterations not covered by Sec-tion 5-1. These damages for delay will be determined by the Engineer. The Agency shall not be liable for damages which could have been avoided by the judicious handling of forces, equipment, or plant. These avoidable damages will be determined by the Engineer. The Engineer may grant Contractor an extension of time for damages due to delay. 5-6 COOPERATION. It is the Contractor’s responsibility to be aware of all existing field conditions prior to bidding. Contractor shall cooperate and coordinate all construction activities with utility companies, special agencies, city departments, homeowner’s associations, or other entities of any kind as may be required to facilitate the work herein. No additional compensation shall be requested by the Contractor, nor shall any be approved by the City related to this clause. When necessary, the Contractor shall so conduct its operations as to permit access to the Work site and provide time for utility work to be accomplished during the progress of the Work. Revised 6/15/17 Contract No. 4715 Page 89 of 123 Pages SECTION 6 – PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Except as otherwise provided herein and unless otherwise prohibited by permits from other agencies as may be required by law the Contractor shall begin work within 10_calendar days after receipt of the "Notice to Proceed". 6-1.1 Pre-Construction Meeting. After, or upon, notification of contract award, the Engineer will set the time and location for the Preconstruction Meeting. Attendance of the Contractor’s management personnel responsible for the management, administration, and execution of the project is mandatory for the meeting to be convened. Failure of the Contractor to have the Contractor’s responsible project personnel attend the Preconstruction Meeting will be grounds for default by Contractor per Section 6-4. No separate payment will be made for the Contractor’s attendance at the meeting. The notice to proceed will only be issued on or after the completion of the preconstruction meeting. 6-1.1.1 Baseline Construction Schedule Submittal. The Contractor shall submit the Baseline Construction Schedule per the submittal requirements of Section 2-5.3. The submittal of the Base-line Construction Schedule shall be on hard (paper) copy and electronic media conforming to Sec-tion 6-1.3.3 Electronic Media. 6-1.2 Preparation and Review of the Baseline Construction Schedule. The Contractor shall prepare the Baseline Construction Schedule as a Critical Path Method (CPM) Schedule in the prece-dence diagram method (activity-on-node) format. The Baseline Construction Schedule shall depict a workable plan showing the sequence, duration, and interdependence of all activities required to rep-resent the complete performance of all project work as well as periods where work is precluded. The Baseline Construction Schedule shall begin with the projected date of issuance of the notice to pro- ceed and conclude with the date of final completion per the contract duration. The Baseline Con-struction Schedule shall include detail of all project phasing, staging, and sequencing, including all milestones necessary to define beginning and ending of each phase or stage. 6-1.2.1 Time-Scaled Network Diagram. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a complete time-scaled network diagram showing all of the activities, logic relationships, and milestones comprising the schedule. 6-1.2.2 Tabular Listing. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a tabular listing of all of the activities, showing for each activity the identification number, the description, the duration, the early start, the early finish, the late start, the late finish, the total float, and all predecessor and successor activities for the activity described. 6-1.2.3 Bar Chart. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a chart showing individual tasks and their durations arranged with the tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. 6-1.2.4 Schedule Software. The Contractor shall use commercially available software equal to the Windows compatible Primavera “P6” or Microsoft “Project” to prepare the Baseline Construction Schedule and all updates thereto. The City will also use Submittal Exchange project management software for these projects. The Contractor shall submit to the Agency all schedule and data files via Submittal Exchange with all network information contained thereon, in a format readable by Windows 10 software programs and/or Microsoft Project. The Agency will coordinate one Submittal Exchange training session for the Contractor if requested prior to submittal of the first baseline schedule. Any Revised 6/15/17 Contract No. 4715 Page 90 of 123 Pages classes shall be presented on Mondays through Thursdays between the hours of 8:00 a.m. and 5:00 p.m. The on-site training shall be held at 1635 Faraday Avenue, Carlsbad, California. The dates and times of the on-site training shall be submitted to the Engineer for approval five working days before the start of the on-site training. The on-site training shall be completed prior to the submittal of the first Baseline Construction Schedule. 6-1.2.5 Schedule Activities. Except for submittal activities, activity durations shall not be shorter than 1 Working Day nor longer than 15 Working Days, unless specifically and individually allowed by the Engineer. The Baseline Construction Schedule shall include between 100 and 300 activities, in-cluding submittals, interfaces between utility companies and other agencies, project milestones and equipment and material deliveries. The number of activities will be sufficient, in the judgment of the City’s Construction Management Consultant, to communicate the Contractor’s plan for project execu-tion, to accurately describe the project work, and to allow monitoring and evaluation of progress and of time impacts. Each activity’s description shall accurately define the work planned for the activity and each activity shall have recognizable beginning and end points. 6-1.2.6 Float. Float or slack time within the schedule is available without charge or compensation to whatever party or contingency first exhausts it. 6-1.2.7 Restraints to Activities. Any submittals, utility interfaces, or any furnishing of Agency supplied materials, equipment, or services, which may impact any activity’s construction shall be shown as a restraint to those activities. Time periods to accommodate the review and correction of submittals shall be included in the schedule. 6-1.2.8 Late Completion. The Baseline Construction Schedule shall not show a project duration longer than the specified contract duration. 6-1.2.9 Early Completion. The Baseline Construction Schedule will show the Contractor’s plan to support and maintain the project for the entire contractual time span of the project. Should the Con-tractor propose a project duration shorter than contract duration, a complete Baseline Construction Schedule must be submitted, reflecting the shorter duration, in complete accordance with all schedule requirements of Section 6-1. The Engineer may choose to accept the Contractor’s proposal of a project duration shorter than the duration specified; provided the Agency is satisfied the shortened Baseline Construction Schedule is reasonable and the Agency and all other entities, public and pri-vate, which interface with the project are able to support the provisions of the shortened Baseline Construction Schedule. The Agency’s acceptance of a shortened duration project will be confirmed through the execution of a contract change order revising the project duration and implementing all contractual requirements including liquidated damages in accordance with the revised duration. 6-1.2.10 Engineer’s Review. The Construction Schedule is subject to the review of the Engineer. The Engineer’s determination that the Baseline Construction Schedule proposed by the Contractor com-plies with the requirements of these supplemental provisions shall be a condition precedent to issu-ance of the Notice to Proceed by the Engineer. If the Engineer determines that the Construction Schedule does not meet the requirements of these specifications the Contractor shall correct the Con-struction Schedule to meet these specifications and resubmit it to the Engineer. Failure of the Con-tractor to obtain the Engineer’s determination that the initial Construction Schedule proposed by the Contractor complies with the requirements of these supplemental provisions within thirty (30) Working Days after the date of the preconstruction meeting shall be grounds for termination of the contract per Section 6-4. Days used by the Engineer to review the initial Construction Schedule will not be included in the 30 Working Days. The Engineer will review and return to the Contractor, with any comments, the Baseline Construction Revised 6/15/17 Contract No. 4715 Page 91 of 123 Pages Schedule within 15 Working Days of submittal. The Baseline Construction Schedule will be returned marked as per Sections 6-1.2.10.1 through 6-1.2.10.3. 6-1.2.10.1 “Accepted.” The Contractor may proceed with the project work upon issuance of the Notice to Proceed and will receive payment for the schedule in accordance with Section 6-1.8.1. 6-1.2.10.2 “Accepted with Comments.” The Contractor may proceed with the project work upon issuance of the Notice to Proceed. The Contractor must resubmit the schedule incorporating the comments prior to receipt of payment per Section 6-1.8.1. 6-1.2.10.3 “Not Accepted.” The Contractor must resubmit the schedule incorporating the corrections and changes of the comments prior to receipt of payment per Section 6-1.8.1. The Notice to Proceed will not be issued by the Engineer if the changes of the comments are not submitted as required hereinbefore and marked “Accepted” or “Accepted with Comments” by the Engineer. The Contractor, at the sole option of the Engineer, may be considered as having defaulted the contract under the provisions of Section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments are not sub- mitted as required hereinbefore and marked “Accepted” by the Engineer. 6-1.3 Preparation of Schedule Updates and Revisions. The Contractor shall meet with the Engineer during the last week of each month to agree upon each activity’s schedule status and shall submit monthly updates of the Baseline Construction Schedule confirming the agreements no later than the fifth Working Day of the following month. The monthly update will be submitted on hard (pa-per) copy and electronic media conforming to Section 6-1.3.3 Electronic Media per the submittal re-quirements of Section 2-5.3 and will include each item and element of Sections 6-1.2 through 6-1.2.9 and 6-1.3.1 through 6-1.3.6. 6-1.3.1 Actual Activity Dates. The actual dates each activity was started and/or completed during the month. After first reporting an actual date, the Contractor shall not change that actual date in later updates without specific notification to the Engineer with the update. 6-1.3.2 Activity Percent Complete. For each activity underway at the end of the month, the Con-tractor shall report the percentage determined by the Engineer as complete for the activity. 6-1.3.3 Electronic Media. The schedule data shall be submitted on a thumb-drive, labeled with the project name and number, the Contractor’s name and the date of preparation of the schedule data disk. The schedule data disk shall be readable by the software specified in Section 6-1.2.4 “Schedule Software” and shall be free of file locking, encryption or any other protocol that would impede full access of all data stored on it. 6-1.3.4 List of Changes. A list of all changes made to the activities or to the interconnecting logic, with an explanation for each change. 6-1.3.5 Change Orders. Each monthly update will include the addition of the network revisions re-flecting the change orders approved in the previous month. The network revisions will be as agreed upon during the review and acceptance of the Contractor’s change orders. 6-1.3.6 Bar Chart. Each monthly update will include a chart showing individual tasks and their durations arranged with the tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. 6-1.4 Engineer’s Review of Updated Construction Schedule. The Engineer will review and return the Updated Construction Schedule to the Contractor, with any comments, within 5 Working Days of Revised 6/15/17 Contract No. 4715 Page 92 of 123 Pages submittal. The Updated Construction Schedule will be returned marked as per Sections 6-1.4.1 through 6-1.4.3. Any Updated Construction Schedule marked “Accepted with Comments” or “Not Ac-cepted” by the Engineer will be returned to the Contractor for correction. Upon resubmittal the Engi-neer will review and return the resubmitted Updated Construction Schedule to the Contractor, with any comments, within 5 Working Days. Failure of the Contractor to submit a monthly updated construction schedule will invoke the same consequences as the Engineer returning a monthly updated construc-tion schedule marked “Not Accepted”. 6-1.4.1 “Accepted.” The Contractor may proceed with the project work and will receive payment for the schedule in accordance with Section 6-1.8.2. 6-1.4.2 “Accepted with Comments.” The Contractor may proceed with the project work. The Con-tractor must resubmit the Updated Construction Schedule to the Engineer incorporating the correc- tions and changes noted in the Engineer’s comments prior to receipt of payment per Section 6-1.8.2. 6-1.4.3 “Not Accepted.” The Contractor must resubmit the Updated Construction Schedule to the Engineer incorporating the corrections and changes noted in the Engineer’s comments prior to receipt of payment per Section 6-1.8.2. The Contractor, at the sole option of the Engineer, may be considered as having defaulted the contract under the provisions of Section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments are not submitted and marked “Accepted” by the Engineer before the last day of the month in which the Updated Construction Schedule is due. If the Contractor fails to submit the corrected Updated Construction Schedule as required herein the Contractor may elect to proceed with the project at its own risk. Should the Contractor elect not to proceed with the project, any resulting delay, impact, or disruption to the project will be the Contractor’s responsibility. 6-1.5 Late Completion or Milestone Dates. Should the Schedule Update indicate a completion or contractually required milestone date later than the properly adjusted contract or milestone duration, the Agency may withhold Liquidated Damages for the number of days late. Should a subsequent “Accepted” Schedule Update remove all or a portion of the delay, all or the allocated portion of the previously held Liquidated Damages shall be released in the monthly payment to the Contractor im-mediately following the “Accepted” schedule. 6-1.6 Interim Revisions. Should the actual or projected progress of the work become substantially different from that depicted in the Project Schedule, independently of and prior to the next monthly update, the Contractor will submit a revised Baseline Construction Schedule, with a list and explana-tion of each change made to the schedule. The Revised Construction Schedule will be submitted per the submittal requirements of Section 2-5.3 and per the schedule review and acceptance requirements of Section 6-1, including but not limited to the acceptance and payment provisions. As used in this section “substantially different” means a time variance greater than 5 percent of the number of days of duration for the project. 6-1.7 Final Schedule Update. The Contractor shall prepare and submit a final schedule update when one hundred percent of the construction work is completed. The Contractor’s Final Schedule Update must accurately represent the actual dates for all activities. The final schedule update shall be prepared and reviewed per Sections 6-1.3 Preparation of Schedule Updates and Revisions and 6-1.4 Engineer’s Review of Updated Construction Schedule. Acceptance of the final schedule update is required for completion of the project and release of any and all funds retained per Section 9-3.2. 6-1.8 Measurement and Payment of Construction Schedule. The Contractor’s preparation, revi-sion and maintenance of the Construction Schedule is incidental to the work and no separate payment will be made therefore. Revised 6/15/17 Contract No. 4715 Page 93 of 123 Pages 6-2 PROSECUTION OF WORK. To minimize public inconvenience and possible hazard and to restore work areas to their original state of usefulness as soon as practicable, the Contractor shall diligently prosecute the Work to completion. If the Engineer determines that the Contractor is failing to prosecute the Work to the proper extent, the Contractor shall, upon orders from the Engineer, im-mediately take steps to remedy the situation. All costs of prosecuting the Work as described herein shall be included in the Contractor’s Bid. Should the Contractor fail to take the necessary steps to fully accomplish said purposes, after orders of the Engineer, the Engineer may suspend the work in whole or part, until the Contractor takes said steps. If Work is suspended through no fault of the City, all expenses and losses incurred by the Contractor during such suspensions shall be paid for by the Contractor. If the Contractor fails to properly provide for public safety, traffic, and protection of the Work during periods of suspension, the City may elect to do so and deduct the cost thereof from monies due the Contractor. Such failure will not relieve the Contractor from liability if the city suffers damages arising from Contractor’s failure to so provide for public safety, traffic, and protection of the Work during periods of suspension described in this Section 6-2. 6-2.1 Review of Contract Documents and Field Conditions by Contractor 1. Contractor and its Subcontractors shall carefully study and compare each of the Contract Docu-ments with the others and with information furnished or made available by City of Carlsbad and shall promptly report in writing to City’s Construction Management Consultant any errors, incon-sistencies, or omissions in the Contract Documents or inconsistencies with Legal Requirements observed by Contractor or its Subcontractors. 2. Contractor and its Subcontractors shall take field measurements, verify field conditions, and care-fully compare with the Contract Documents such field measurements, conditions, and other infor-mation known to Contractor before commencing any item of Construction Work. Errors, inconsist-encies, or omissions discovered at any time shall be promptly reported in writing to City’s Con-struction Management Consultant. 3. If Contractor and its Subcontractors performs any construction activity involving an error, incon-sistency, or omission referred to in the General Provisions, without giving the notice required to the City’s Construction Management Consultant and obtaining the written consent of the City’s Construction Management Consultant, Contractor shall be responsible for the resultant losses, including, without limitation, the costs of correcting Defective Work. 4. Contractor shall be responsible for all Losses attributable to the errors or omissions of the Con-tractor in the performance of Pre-Construction Services. Prior to the issuance of a notice to pro- ceed for Phase 1, Phase 2 and Phase 3, Contractor shall certify and warrant that the plans for that Phase are constructible and constructible within the applicable Phase Time. 6-2.2 Supervision and Construction Procedures 1. Contractor shall supervise, coordinate, and direct the Construction Work using Contractor's best skill and attention. Contractor shall be solely responsible for and have control over construction means, methods, techniques, sequences, procedures, and the coordination of all portions of the Construction Work. Contractor shall manage and administer all phases of construction activities to achieve the completion of the Construction Work within the requirements of the Contract Docu-ments. The Contractor shall coordinate the work of its Subcontractors to optimize efficiency and minimize conflict and interference between the various Subcontractors on-site. Revised 6/15/17 Contract No. 4715 Page 94 of 123 Pages 2. Contractor shall be responsible to City of Carlsbad for acts and omissions of Contractor's agents, employees, and Subcontractors, and their respective agents and employees. 3. Contractor shall not be relieved of its obligation to perform the Construction Work in accordance with the Contract Documents either by acts or omissions of City of Carlsbad or City’s Construction Management Consultant in the administration of the Contract, or by tests, inspections, or approvals required or performed by persons or firms other than Contractor. 4. Contractor shall be responsible for inspection of all portions of the Construction Work, including those portions already performed under this Contract, to determine that such portions conform to the requirements of the Contract Documents and are ready to receive subsequent Construction Work. 5. Contractor shall at all times maintain good discipline and order among its employees and Subcon-tractors. Contractor shall provide competent, fully qualified personnel to perform the Work and all employees/subcontractors working on site shall have passed a criminal background check with the city per the requirements of Attachment A. 6. Contractor’s responsibility shall include assuring that its Subcontractors are meeting all the terms of the Contract Documents. Contractor shall provide on-site quality control and inspection to en-sure compliance with documents, drawings and contract specifications, schedule coordination and information coordination for all construction activities on the construction site including all General Provisions Work. Contractor shall schedule and coordinate testing and inspection services. This will include coordination with the Subcontractors and the City’s Construction Management Con-sultant, and scheduling of all Inspections, Fire Marshall, Test Labs, Materials Inspectors and other inspections as required. Prior to close-up of concealed areas, the Contractor shall coordinate all applicable inspections with the City’s Construction Management Consultant and create a punch list and distribute to all affected Subcontractors. 7. Contractor shall coordinate all required utility shutdowns, road closures, traffic closures, and the like. This coordination shall follow procedures at the Facility, and or direction as provided by the City’s Construction Management Consultant. 6-2.3 Labor and Materials. Unless otherwise provided in the Contract Documents, Contractor shall provide and pay for all labor, services, materials, equipment, tools, construction equipment and ma-chinery, water, heat, utilities, transportation, and other facilities and services necessary for proper execution and Final Completion of the Construction Work, whether temporary or permanent and whether or not incorporated or to be incorporated in the Construction Work. 6-2.4 Contractor’s Warranty 1. Contractor warrants to City of Carlsbad that all materials and equipment used in or incorporated into the Construction Work will be of good quality, new, and free of liens, claims, and security interests of third parties; that the Construction Work will be of good quality and free from defects; and that the Construction Work will conform with the requirements of the Contract Documents. If required by City’s Construction Management Consultant, Contractor shall furnish satisfactory ev-idence as to the kind and quality of materials and equipment. 2. The Contractor shall assure that there is no damage of existing utilities; and protect trees and root systems both during demolition and construction. Revised 6/15/17 Contract No. 4715 Page 95 of 123 Pages 6-2.5 Taxes. Contractor shall pay all sales, consumer, use, and similar taxes for the Work or por-tions thereof provided by Contractor. 6-2.6 Permits, Fees and Notices. Except for the permits and approvals which are to be obtained by City of Carlsbad or the requirements with respect to which City of Carlsbad is not subject, Con-tractor shall secure and pay for all permits, approvals, government fees, licenses, and inspections necessary for the proper execution and performance of the Construction Work. Contractor shall de- liver to City of Carlsbad all original licenses, permits, and approvals obtained by Contractor in con-nection with the Construction Work prior to the final payment or upon termination of the Contract, whichever is earlier. 6-2.7 Compliance with Laws 1. Contractor shall keep fully informed of and shall comply with all statutes, laws, ordinances, codes, rules, regulations and orders of any properly constituted authority affecting the Work and persons connected with Work and shall protect and indemnify the City of Carlsbad as required per the Contract. Authorized persons may at any time enter upon any part of the Work to ascertain com-pliance of all applicable statutes, laws, ordinances, codes, rules, regulations and orders. 2. Contractor’s Permits and License. Contractor certifies that it possesses and shall continue to maintain or shall cause to be obtained and maintained, at no cost to the City of Carlsbad, all approvals, permissions, permits, licenses, and other forms of documentation required for it and its employees to comply with all applicable statutes, ordinances, and regulations, or other laws, that may apply to performance of work hereunder. City of Carlsbad may reasonably request and review all such applications, permits, and licenses. 3. Equal Opportunity. Contractor shall comply with the provisions of Title VII of the Civil Rights Act of 1964 in that Contractor shall not discriminate against any individual with respect to his or her compensation, terms, conditions, or privileges of employment nor shall Contractor discriminate in any way that would deprive or intend to deprive any individual of employment opportunities or otherwise adversely affect his or her status as an employee because of such individual’s race, color, religion, sex, national origin, age, handicap, medical condition, sexual orientation or marital status. 4. Cartwright Act. Following receipt of final payment under the Contract, Contractor assigns to City of Carlsbad all rights, title and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 1 of Part 2 of Division 7 of the Business and Professions Code, commencing with section 16700), arising from pur-chases of goods, materials, or work by the Contractor for sale to City under this Contract. 5. Hazardous Materials. Consistent with Section 6 of the Contract, Contractor shall comply with all Environmental Laws and all other laws, rules, regulations, and requirements regarding Hazard-ous Materials, health and safety, notices, and training. Contractor shall not store any Hazardous Materials on any City property for more than 90 days or in violation of the applicable site storage limitations imposed by Environmental Law. At its sole expense, Contractor shall take all actions necessary to protect third parties, including, without limitation, employees and agents of City, from any exposure to Hazardous Materials generated or utilized in Contractor’s performance un-der this Contract. Contractor shall report to the appropriate governmental agencies all dis-charges, releases, and spills of Hazardous Materials that are required to be reported by any Environmental Law and to immediately notify the City of it. Contractor shall not be liable to the City for City’s failure to comply with, or for City’s violation of, any Environmental Law. As used in this section, the term “Environmental Laws” means any and all federal, State and local laws, Revised 6/15/17 Contract No. 4715 Page 96 of 123 Pages ordinances, rules, decrees, orders, regulations or court decisions (including the “common law”), relating to hazardous substances, hazardous materials, hazardous waste, toxic substances, en-vironmental conditions or other similar substances or conditions. One such law is the Resource Conservation and Recovery Act. As used in this section, the term “Hazardous Materials” means any chemical, compound, material, substance or other matter that: (a) is a flammable, explosive, asbestos, radioactive nuclear medicine, vaccine, bacteria, virus, hazardous waste, toxic, overtly injurious or potentially injurious material, whether injurious or potentially injurious by itself or in combination with other materials; (b) is controlled, referred to, designated in or governed by any Environmental Laws; (c) gives rise to any reporting, notice or publication requirements under any Environmental Laws; or (d) is any other material or substance for which there may be any liability, responsibility or duty on City or Contractor with respect to any third person under any Environ-mental Laws. 7. Debarment and Suspension. Contractor certifies that it, its principals, its employees and its Sub-contractors: a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or vol- untarily excluded from covered transactions by any State or federal department or agency. b) Have not within a 3-year period preceding this Contract been convicted of, or had a civil judg-ment rendered against them for, the commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, State, or local) transac-tion; violation of federal or State anti-trust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; c) Are not presently indicted or otherwise criminally or civilly charged by a government entity (federal, State, or local) with commission of any of the offenses enumerated in the paragraph above; and d) Have not within a 3-year period preceding this Contract had one or more public transactions (federal, State, or local) terminated for cause or default. 8. To the extent applicable, whenever the Drawings and Specifications require larger sizes or higher standards than are required by any applicable law, ordinance, regulation or order, the Drawings and Specifications shall govern. Whenever the Drawings and Specifications require something, which would violate such laws, ordinances, regulations or orders, then such laws, ordinances, regulations or orders shall govern. 9. During excavation or at any other time that evidence of any archaeological artifacts, human burial remains, or unique paleontology is found, the Contractor shall immediately cease work and notify the City of Carlsbad orally and in writing. a) The Contractor shall grant the City forty-eight (48) hours to evaluate the archaeological evi- dence. The Contractor will be granted an extension of time and will not be assessed with liquidated damages or any penalties for the forty- eight (48) hour period of this provision. The Contractor shall have no claim for any additional damage or compensation due to this delay. 10. For additional time, beyond the forty-eight (48) hours, required by the City to pursue any action relative to the archaeological aspects of the site, the Contractor will be granted an appropriate time extension as provided in this Contract. 6-2.8 Superintendent and Key Personnel 1. Contractor shall employ a competent Superintendent satisfactory to City who shall be present at the Project site at all times during the performance of the Construction Work. Superintendent shall represent Contractor, and communications given to and received from Superintendent shall Revised 6/15/17 Contract No. 4715 Page 97 of 123 Pages be binding on Contractor. Failure to maintain a Superintendent on the Project site at all times Construction Work is in progress shall be considered a material breach of this Contract, entitling City of Carlsbad to terminate the Contract or alternatively, issue a Stop Work Order until the Superintendent is on the Project site. If, by virtue of issuance of said Stop Work Order, Contractor fails to complete the Contract on time, Contractor will be assessed Liquidated Damages in ac-cordance with the Agreement. 2. The Superintendent approved for the Project must be able to read, write and orally communicate in English. The Superintendent may not perform the Construction Work of any trade, pick-up materials, or perform any Construction Work not directly related to the supervision and coordina-tion of the Construction Work at the Project site when Construction Work is in progress. 3. Contractor shall provide the Key Personnel, in addition to the Superintendent as named in the Key Personnel Exhibit to this Contract. Substitution or replacement of any named individual requires the written approval of the City’s Construction Management Consultant, which approval will be at the sole discretion of City of Carlsbad. Failure to provide the listed individuals at all times Work is in progress shall be considered a material breach of this Contract unless the named individuals are no longer employed or retained by Contractor, a company Contractor has a financial interest in, or a parent company of Contractor; such material breach shall entitle City of Carlsbad to termi- nate the Contract or alternatively, issue a Stop Work Order until the individual or an acceptable replacement is provided. If, by virtue of issuance of said Stop Work Order, Contractor fails to com-plete the Contract on time, Contractor will be assessed Liquidated Damages in accordance with the Contract. 6-2.9 As-Built Documents. Contractor shall maintain one set of as-built drawings and specifica- tions on site, which shall be kept up to date during the Construction Work of the Contract. All changes incorporated into the Construction Work that differ from the documents as drawn and written shall be noted on the as-built set. Notations shall reflect the actual materials, equipment and installation meth-ods used for the Construction Work and each revision shall be initialed and dated by Superintendent. Prior to filing of the Notice of Completion, each drawing and the specification cover shall be signed by Contractor and dated attesting to the completeness of the information noted therein. As-built Docu-ments shall be turned over to the City’s Construction Management Consultant and shall become part of the Record Documents. 6-2.10 Documents and Samples at Project Site 1. Contractor shall maintain the following at the Project site a) One as-built copy of the Contract Documents, in good order and marked to record current changes and selections made during construction b) The current accepted Contract Schedule c) Shop Drawings, Product Data, and Samples d) All other required submittals 2. These documents shall be available to City’s Construction Management Consultant and shall be delivered to City’s Construction Management Consultant for submittal to City of Carlsbad upon the earlier of Final Completion or termination of the Contract. 6-2.11 Shop Drawings, Product Data and Samples 1. Definitions: a) Shop Drawings are drawings, diagrams, schedules, and other data specially prepared for the Revised 6/15/17 Contract No. 4715 Page 98 of 123 Pages Construction Work by Contractor or a Subcontractor to illustrate some portion of the Con-struction Work. b) Product Data are illustrations, standard schedules, performance charts, instructions, bro-chures, diagrams, and other information furnished by Contractor to illustrate or describe ma-terials or equipment for some portion of the Construction Work. c) Samples are physical examples which illustrate materials, equipment, or workmanship and establish standards by which the Construction Work will be judged. 2. Shop Drawings, Product Data, Samples, and similar submittals are not Contract Documents. Their purpose is to demonstrate, for those portions of the Construction Work for which submittals are required, how Contractor proposes to conform to the information given and the design con-cept expressed in the Contract Documents. 3. Contractor shall review, approve, and submit to City’s Construction Management Consultant Shop Drawings, Product Data, Samples, and similar submittals required by the Contract Documents with reasonable promptness and in such sequence as to cause no delay in the Construction Work or in the activities of City of Carlsbad or of Separate Contractors. Submittals made by Contractor that are not required by the Contract Documents may be returned without action by City’s Construction Management Consultant. 4. Contractor shall perform no portion of the Construction Work requiring submittal and review of Shop Drawings, Product Data, Samples, or similar submittals until the respective submittal has been reviewed by City’s Construction Management Consultant and no exceptions have been taken by City’s Construction Management Consultant. Such Construction Work shall be in accordance with approved submittals and the Contract Documents. 5. By approving and submitting Shop Drawings, Product Data, Samples, and similar submittals, Contractor represents that it has determined or verified materials and field measurements and conditions related thereto, and that it has checked and coordinated the information contained within such submittals with the requirements of the Contract Documents and Shop Drawings for related Construction Work. 6. If Contractor discovers any conflicts, omissions, or errors in Shop Drawings or other submittals, Contractor shall notify City’s Construction Management Consultant and receive instruction before proceeding with the affected Work. 7. Contractor shall not be relieved of responsibility for deviations from requirements of the Contract Documents by City’s Construction Management Consultant's review of Shop Drawings, Product Data, Samples, or similar submittals, unless Contractor has specifically informed City’s Construc- tion Management Consultant in writing of such deviation at the time of submittal and City’s Con- struction Management Consultant has given written approval of the specific deviation. Contractor shall not be relieved of responsibility for errors or omissions in Shop Drawings, Product Data, Samples, or similar submittals by City’s Construction Management Consultant's review, ac-ceptance, comment, or approval thereof. 8. Contractor shall direct specific attention, in writing or on resubmitted Shop Drawings, Product Data, Samples, or similar submittals, to revisions other than those requested by City’s Construc-tion Management Consultant on previous submittals. 6-2.12 Use of Site and Clean Up 1. Contractor shall confine operations at the Project site to areas affected by the applicable Work Revised 6/15/17 Contract No. 4715 Page 99 of 123 Pages exercised and to those areas permitted by law, ordinances, permits, and the Contract Documents. Contractor shall not unreasonably encumber the Project site with materials or equipment. 2. Contractor shall, during performance of the Construction Work, keep the Project site and sur-rounding area free from the accumulation of excess dirt, waste materials, and rubbish caused by Contractor. Contractor shall remove all dirt, waste material, and rubbish caused by the Contrac-tor; tools; equipment; machinery; and surplus materials from the Project site and surrounding area at the completion of the Construction Work. 3. Personnel of Contractor and Subcontractors shall not occupy, live upon, or otherwise make use of any portion of the Project site during any time that Work is not being performed at that portion the Project site, except as otherwise provided in the Contract Documents. 6-2.13 Cutting, Fitting and Patching 1. Contractor shall do all cutting, fitting, or patching of the Construction Work required to make all parts of the Construction Work come together properly and to allow the Construction Work to receive or be received by work of Separate Contractors shown upon, or reasonably implied by, the Contract Documents. 2. Contractor shall not endanger the Construction Work, the Project, or adjacent property by cutting, digging, or otherwise. Contractor shall not cut or alter the work of any Separate Contractor without the prior consent of City’s Construction Management Consultant. 6-2.14 Access to Construction Work. City representative, their consultants, and other persons au-thorized by City shall at all times have access to the Construction Work wherever it is in preparation or progress. Contractor shall provide safe and proper facilities for such access and for inspection. 6-2.15 Royalties and Patents. Contractor shall pay all royalties and license fees required for the performance of the Work, which are included in the Contract Sum. Contractor shall defend suits or claims resulting from Contractor's or any Subcontractor's infringement of patent rights, and Contrac-tor’s indemnification obligations as required per the Contract. 6-2.16 Differing Site Conditions 1. If Contractor encounters any of the following conditions at the site, Contractor shall immediately notify the City’s Construction Management Consultant in writing of the specific differing conditions before they are disturbed and before any affected Work is performed, and permit investigation of the conditions: a) Subsurface or latent physical conditions at the site (including Hazardous Materials) that differ materially from those indicated in this Contract, or if not indicated in this Contract, in the In-formation Available to Bidders; or b) Unknown physical conditions at the site, of an unusual nature, that differ materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract. 2. Contractor shall be entitled to an adjustment to the Contract Sum and/or Contract Time as the result of extra costs and/or delays resulting from a materially differing site condition, if and only if Contractor fulfills the following conditions: a) Contractor fully complies with the contact documents (including the timely filing of a Change Order Request and all other requirements for Change Orders Requests and Claims). Revised 6/15/17 Contract No. 4715 Page 100 of 123 Pages 3. Adjustments to the Contract Sum and/or Contract Time shall be subject to the procedures and limitations set forth in the contact documents. 6-2.17 Concealed, Unforeseen or Unknown Conditions or Events 1. Except as and only to the extent provided otherwise in the contact documents, by signing the contract agreement, Contractor agrees: a) To bear the risk of concealed, unforeseen or unknown conditions and events, if any, which may be encountered in performing the Contract; and b) That Contractor’s bid for the Contract was made with full knowledge of this risk. 2. In agreeing to bear the risk of concealed, unforeseen or unknown conditions and events, Con-tractor understands that concealed, unforeseen or unknown conditions or events shall not excuse Contractor from its obligation to achieve Final Completion of the Work within the Contract Time, and shall not entitle the Contractor to an adjustment of the Contract Sum. 3. If Contractor encounters concealed, unforeseen or unknown conditions or events that may re-quire a change to the design shown in the Contract Documents, Contractor shall immediately notify City’s Construction Management Consultant in writing such that City’s Construction Man- agement Consultant can determine if a change to the design is required. Contractor shall be liable to City of Carlsbad for any extra costs incurred as the result of Contractor’s failure to immediately give such notice. 4. If, as the result of concealed, unforeseen or unknown conditions or events, the City of Carlsbad issues a Change Order or Field Change that changes the design from the design depicted in the Contract Documents, Contractor shall be entitled, subject to compliance with all the provisions of the Contract, to an adjustment of the Contract Sum and/or Contract Time, for the cost and delay resulting from implementing the changes to the design. Except as may be expressly provided otherwise in the Contract, there shall be no adjustment of the Contract Sum and/or Contract Time as a result of concealed, unforeseen or unknown conditions or events. 5. Contractor shall, as a condition precedent to any adjustment in Contract Sum or Contract Time above, fully comply with the General Provisions (including the timely filing of a Change Order Request and all other requirements for Change Orders Requests and Claims). 6-2.18 Notice of Hazardous Waste or Materials Conditions 1. Written notice of hazardous materials condition by Contractor shall be given to the City of Carls-bad promptly, before any of the following conditions are disturbed and in no event later than twenty-four (24) hours after first observance, of any (a) material that Contractor believes may be material that is hazardous waste or hazardous material, as defined in Section 25117 of the Health and Safety Code (including, without limitation, asbestos, lead, PCBs, petroleum and related hy-drocarbons, and radioactive material) that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law (“hazardous materials”); (b) other material which may present a substantial danger to persons or property exposed thereto in connection with Work at the Site (“other materials”). 2. Except as otherwise provided in the Contract or as required by applicable law, Contractor shall not be required to give any notice for the disturbance or observation of any such hazardous ma-terials or other materials where such matter is disturbed or observed as part of the scope of Work under the Contract (such as hazardous waste or hazardous material investigation, reme-diation or disposal activities which are identified as the subject of Work under the Contract), Revised 6/15/17 Contract No. 4715 Page 101 of 123 Pages where Contractor complies with all requirements in the Contract and applicable law respecting such materials. 3. Contractor's written notice of hazardous materials conditions shall indicate whether the hazard-ous materials or other materials were shown or indicated in the Contract to be within the scope of Work, and whether the hazardous materials or other materials were brought to the Site by Contractor, its Subcontractors, suppliers, or anyone else for whom Contractor is responsible. 4. Contractor shall not be entitled to any adjustment in the Contract Sum or Contract Time regarding claimed hazardous waste or materials if (1) Contractor knew of the existence of such hazardous materials or other materials at the time Contractor submitted its proposal; or (2) Contractor should have known of the existence of such hazardous materials or other materials; or (3) Contractor failed to give the written Notice of Hazardous Materials Conditions within the time required by these General Provisions. Notwithstanding (1) and (2) above, Contractor may (subject to (3) above) be entitled to adjustment in the Contract Sum or Time regarding claimed hazardous waste or materials if not reasonably discernible from the reports and information provided by City of Carlsbad, other information reasonably available to Contractor, visual observation or reasonable investigation. If the City of Carlsbad determines that conditions do involve hazardous materials or other materials or that change in Contract terms is justified, then the City of Carlsbad will either issue a Request for Proposal or an appropriate Change Order under the procedures described in the Contract. 5. If the City of Carlsbad determines that conditions do not involve hazardous materials or other materials or that no change in Contract terms is justified, the City of Carlsbad shall notify Con-tractor in writing, stating the reasons for its determination. If the City of Carlsbad and Contractor cannot agree on any claimed adjustment in Contract Sum or Contract Time, Contractor shall proceed with the Work and as directed by the City of Carlsbad and may file a claim as provided for in these General Provisions. 6. If the Contractor does not agree to resume work based on a reasonable belief that it is unsafe, or does not agree to resume work under special conditions, the City of Carlsbad may order the disputed portion of work deleted from the Work, or performed by others, or the City of Carlsbad may invoke its right to terminate Contractor’s right to proceed under the Contract in whole or in part for convenience or for cause as the facts may warrant. If Contractor does not agree with the City of Carlsbad’s determination of any adjustment in the Contract Sum or Times as a result, Contractor may make a claim as provided in these General Provisions. 6-2.19 Subcontractor Procurement 1. Contractor is responsible as part of Pre-Construction Services, to competitively procure all Sub-contracted Work in accordance with the applicable provisions of the California Public Contract Code, including, without limitation, Section 20146 and the protections afforded subcontractors by Section 4100, et seq. 6-2.20 Order of Work. The work to be done shall consist of furnishing all labor, equipment and ma-terials, and performing all operations necessary to complete the Project Work as shown on the Pro-ject Plans and as specified in the Specifications. The work includes but is not limited to: 1. Phase 1. In coordination with City staff and the City’s Construction Management Consultant on site, Phase 1 includes: a) Establishing temporary power as needed for contractor’s site trailer(s) and temporary HVAC and electrical service for the building as needed during the renovation work, to serve occu- Revised 6/15/17 Contract No. 4715 Page 102 of 123 Pages pied areas of the building. Contractor will need to provide temporary air handler and duct-work to serve the building during work to rebuild existing air handlers and other needs as may arise during the execution of the project work, b) Isolation of HVAC and electrical distribution systems between east and west sides of the building, including the installation of HVAC dampers and valves as may be required to main-tain service to Phase 2 area during Phase 1 work, c) Removal and disposal of all existing systems furniture and free-standing furniture items d) Installation of temporary partitions to separate work area from occupied area, e) Selective demolition, f) Structural, mechanical-electrical-plumbing infrastructure and finish work as shown on draw-ings, g) Installation of new systems furniture using vendors that are “Russell Bassett factory-trained technicians” for the Russell Bassett furniture that may first need to be unpacked and relo- cated prior to its installation in the renovated Dispatch Room, and “Herman Miller factory-trained technicians” for the Herman Miller furniture that may first need to be unpacked and relocated prior to its installation in the other renovated areas of the building at the end of Phase 1 and Phase 2, h) General cleaning throughout sequence of work and fine cleaning upon completion of work, i) Reestablishing HVAC services for re-occupancy of Phase 1 area, j) Standard building inspections throughout progress of work, k) Receipt of a temporary occupancy permit upon completion of Phase 1 work. 2. Phase 2. In coordination with City staff and the City’s Construction Management Consultant on site, Phase 2 includes: a) Removal and disposal of all existing systems furniture and free-standing furniture items b) Isolation of HVAC and electrical distribution systems between east and west sides of the building, including the installation of HVAC dampers and valves as may be required to main-tain service to Phase 1 area during Phase 1 work, c) Installation of temporary partitions to separate work area from occupied area, d) Selective demolition, e) Structural, concrete, mechanical-electrical-plumbing infrastructure and finish work as shown on drawings, f) Installation of new systems furniture using vendors that are “Herman Miller factory-trained technicians” for the Herman Miller furniture that may first need to be unpacked and relocated prior to its installation at the end of Phase 2, g) General cleaning throughout sequence of work and fine cleaning upon completion of work, h) Reestablishing HVAC services for re-occupancy of Phase 1 area, i) Standard building inspections throughout progress of work, j) Receipt of a temporary occupancy permit upon completion of Phase 2 work. 3. Phase 3. In coordination with City staff and the City’s Construction Management Consultant on site, Phase 3 includes: a) Selective demolition, b) Structural, mechanical-electrical-plumbing infrastructure and finish work as shown on draw- ings, c) General cleaning throughout sequence of work and fine cleaning upon completion of work, d) Standard building inspections throughout progress of work, e) Receipt of an occupancy permit for the entire building upon completion of Phase 3. 6-2.21 Project Meetings. The City’s Construction Management Consultant will establish the time and location of Project Meetings. The Contractor’s Representative shall attend each Project Meeting. The Project Representative shall be the individual determined under Section 7-6, “The Contractor’s Representative”. No separate payment for attendance of the Contractor, the Contractor’s Revised 6/15/17 Contract No. 4715 Page 103 of 123 Pages Representative or any other employee or subcontractor or subcontractor’s employee at these meet-ings will be made. 6-2.22 Daily Reporting During Prosecution of Work. 1. Prepare a daily construction report recording the following information concerning events at Pro-ject site: a) List of subcontractors at Project site. b) List of separate contractors at Project site. c) Approximate count of personnel at Project site. d) Equipment at Project site. e) Material deliveries. f) High and low temperatures and general weather conditions, including presence of rain/snow g) Accidents. h) Meetings and significant decisions. i) Unusual events (see special reports). j) Stoppages, delays, shortages, and losses. k) Meter readings and similar recordings. l) Emergency procedures. m) Orders and requests of authorities having jurisdiction. n) Change Orders received and implemented. o) Construction Change Directives received and implemented. p) Services connected and disconnected. q) Equipment or system tests and startups. r) Partial completions and occupancies. s) Substantial Completions authorized. 2. Daily labor sign in sheet logs and construction progress report shall be submitted to the Construction Manager on a daily basis. Copies of the previous day’s reports must be submitted by 9 am of the following Workday. In the event the Contractor fails to provide a daily sign in log and/or construction progress report, the City may impose damages against the Contractor in the amount of fifty dollars ($50.00) for each log/report and deduct from the Contractor’s payment re-quest, for each Day the Contractor does not provide the documentation. 3. Material Location Reports: At weekly intervals, prepare and submit a comprehensive list of materials delivered to and stored at Project site. List shall be cumulative, showing materials pre- viously reported plus items recently delivered. Include with list a statement of progress on and delivery dates for materials or items of equipment fabricated or stored away from Project site. Indicate the following categories for stored materials: a) Material stored prior to previous report and remaining in storage. b) Material stored prior to previous report and since removed from storage and installed. c) Material stored following previous report and remaining in storage. 4. Site Condition Reports: Immediately on discovery of a difference between site conditions and the Contract Documents, prepare and submit a detailed report. Submit with a Request for Information. Include a detailed description of the differing conditions, together with recommendations for chang-ing the Contract Documents. 6-2.23 Special Reports 1. General: Submit special reports directly to Owner within one day(s) of an occurrence. Distribute copies of report to parties affected by the occurrence. Revised 6/15/17 Contract No. 4715 Page 104 of 123 Pages 2. Reporting Unusual Events: When an event of an unusual and significant nature occurs at Pro-ject site, whether or not related directly to the Work, prepare and submit a special report. List chain of events, persons participating, response by Contractor's personnel, evaluation of results or effects, and similar pertinent information. Advise Owner in advance when these events are known or predictable. 6-3 SUSPENSION OF WORK. 6-3.1 General. The Work may be suspended in whole or in part when determined by the Engineer that the suspension is necessary in the interest of the Agency. The Contractor shall comply immedi-ately with any written order of the Engineer. Such suspension shall be without liability to the Contractor on the part of the Agency except as otherwise specified in Section 6-6.3. 6-3.2 Archaeological and Paleontological Discoveries. If discovery is made of items of archaeo-logical or paleontological interest, the Contractor shall immediately cease excavation in the area of discovery and shall not continue until ordered by the Engineer. When resumed, excavation operations within the area of discovery shall be as directed by the Engineer. Discoveries which may be encountered may include, but are not limited to, dwelling sites, stone im- plements or other artifacts, animal bones, human bones, and fossils. If any archaeological and pale-ontological discovery is made as described in this section, the Contractor shall be entitled to an ex-tension of time and may also be entitled to compensation in accordance with the provisions of Section 6-6. 6-4 DEFAULT BY CONTRACTOR. If the Contractor fails to begin delivery of material and equip-ment, to commence the Work within the time specified, to maintain the rate of delivery of material, to execute the Work in the manner and at such locations as specified, or fails to maintain the Work schedule which will insure the Agency’s interest, or, if the Contractor is not carrying out the intent of the Contract, the Agency may serve written notice upon the Contractor and the Surety on its Faithful Performance Bond demanding satisfactory compliance with the Contract. The Contract may be canceled by the Board without liability for damage, when in the Board’s opinion the Contractor is not complying in good faith, has become insolvent, or has assigned or subcontracted any part of the Work without the Board’s consent. In the event of such cancellation, the Contractor will be paid the actual amount due based on Contract Unit Prices or lump sums bid and the quantity of the Work completed at the time of cancellation, less damages caused to the Agency by acts of the Con- tractor. The Contractor, in having tendered a Bid, shall be deemed to have waived any and all claims for damages because of cancellation of Contract for any such reason. If the Agency declares the Contract canceled for any of the above reasons, written notice to that effect shall be served upon the Surety. The Surety shall, within five (5) days, assume control and perform the Work as successor to the Contractor. If the Surety assumes any part of the Work, it shall take the Contractor’s place in all respects for that part and shall be paid by the Agency for all work performed by it in accordance with the Contract. If the Surety assumes the entire Contract, all money due the Contractor at the time of its default shall be payable to the Surety as the Work progresses, subject to the terms of the Contract. If the Surety does not assume control and perform the Work within 5 days after receiving notice of cancellation, or fails to continue to comply, the Agency may exclude the Surety from the premises. The Agency may then take possession of all material and equipment and complete the Work by Agency forces, by letting the unfinished Work to another Contractor, or by a combination of such methods. In any event, the cost of completing the Work shall be charged against the Contractor and Revised 6/15/17 Contract No. 4715 Page 105 of 123 Pages its Surety and may be deducted from any money due or becoming due from the Agency. If the sums due under the Contract are insufficient for completion, the Contractor or Surety shall pay to the Agency within 5 days after the completion, all costs in excess of the sums due. The provisions of this section shall be in addition to all other rights and remedies available to the Agency under law. 6-5 TERMINATION OF CONTRACT. The Board may terminate the Contract at its own discretion or when conditions encountered during the Work make it impossible or impracticable to proceed, or when the Agency is prevented from proceeding with the Contract by act of God, by law, or by official action of a public authority. 6-6 DELAYS AND EXTENSIONS OF TIME. 6-6.1 General. If delays are caused by unforeseen events beyond the control of the Contractor, such delays will entitle the Contractor to an extension of time as provided herein, but the Contractor will not be entitled to damages or additional payment due to such delays, except as provided in 6-6.3. Such unforeseen events may include war, government regulations, labor disputes, strikes, fires, floods, ad-verse weather or elements necessitating cessation of work, inability to obtain materials, labor or equip- ment, required extra work, or other specific events as may be further described in the Specifications. No extension of time will be granted for a delay caused by the Contractor’s inability to obtain materials unless the Contractor furnishes to the Engineer documentary proof. the proof must be provided in a timely manner in accordance with the sequence of the Contractor’s operations and the approved con-struction schedule. If delays beyond the Contractor’s control are caused by events other than those mentioned above, the Engineer may deem an extension of time to be in the best interests of the Agency. The Contractor will not be entitled to damages or additional payment due to such delays, except as provided in Section 6-6.3. If delays beyond the Contractor’s control are caused solely by action or inaction by the Agency, such delays will entitle the Contractor to an extension of time as provided in Section 6-6.2. 6-6.2 Extensions of Time. Extensions of time, when granted, will be based upon the effect of delays to the Work. They will not be granted for noncontrolling delays to minor portions of the Work unless it can be shown that such delays did or will delay the progress of the Work. 6-6.3 Payment for Delays to Contractor. The Contractor will be compensated for damages in-curred due to delays for which the Agency is responsible. Such actual costs will be determined by the Engineer. The Agency will not be liable for damages which the Contractor could have avoided by any reasonable means, such as judicious handling of forces, equipment, or plant. The determination of what damages the Contractor could have avoided will be made by the Engineer. 6-6.4 Written Notice and Report. The Contractor shall provide written notice to the Engineer within two hours of the beginning of any period that the Contractor has placed any workers or equipment on standby for any reason that the Contractor has determined to be caused by the Agency or by any organization that the Agency may otherwise be obligated by. The Contractor shall provide continuing daily written notice to the Engineer, each Working Day, throughout the duration of such period of delay. The initial and continuing written notices shall include the classification of each workman and super-visor and the make and model of each piece of equipment placed on standby, the cumulative duration of the standby, the Contractor’s opinion of the cause of the delay and a cogent explanation of why the Contractor could not avoid the delay by reasonable means. Should the Contractor fail to provide the Revised 6/15/17 Contract No. 4715 Page 106 of 123 Pages notice(s) required by this section the Contractor agrees that no delay has occurred and that it will not submit any claim(s) therefore. 6-7 TIME OF COMPLETION. 6-7.1 General. The Contractor shall complete the Work within the time set forth in the Contract. The Contractor shall complete each portion of the Work within such time as set forth in the Contract for such portion. The time of completion of the Contract shall be expressed in Working Days. The Con-tractor shall diligently prosecute the work to completion within 24 months (approximately 504 Working Days) after the starting date specified in the Notice to Proceed. The sequence of work anticipated is: 1. Notice to Proceed to building permit for Phase 1 temporary occupancy – 8 months (approx. 168 Working Days). 2. Staff and material relocations and commissioning (by others); 1 month (approx. 21 Working Days). 3. Start of construction for Phase 2 to building occupancy permit for building – 8 months (approx. 168 Working Days). 4. Staff and material relocations and commissioning (by others); 1 month (approx. 21 Working Days). 5. Start of construction for Phase 3 to building occupancy permit – 5 months (approx. 105 Working Days). 6. Commissioning (by others) – 1 month; 1 month (approx. 21 Working Days). Total contract duration – 24 months (approximately 504 Working Days) 6-7.2 Working Day. A Working Day is any day within the period between the start of the Contract time as defined in Section 6-1 and the date provided for completion, or upon field acceptance by the Engineer for all work provided for in the Contract, whichever occurs first, other than: 1. Saturday, 2. Sunday, 3. any day designated as a holiday by the Agency, 4. any other day designated as a holiday in a Master Labor Agreement entered into by the Contractor or on behalf of the Contractor as an eligible member of a contractor association, 5. any day the Contractor is prevented from working at the beginning of the workday for cause as defined in Section 6-6.1, 6. any day the Contractor is prevented from working during the first 5 hours with at least 60 percent of the normal work force for cause as defined in Section 6-6.1. Unless otherwise approved in writing by the Engineer, the hours of work shall be between the hours of 7:00 a.m. and 4:00 p.m. on Mondays through Fridays, excluding Agency holidays. The Contractor shall obtain the written approval of the Engineer if the Contractor desires to work outside said hours or at any time during weekends and/or holidays. This written permission must be obtained at least 48 hours prior to such work. The Engineer may approve work outside the hours and/or days stated herein Revised 6/15/17 Contract No. 4715 Page 107 of 123 Pages when, in his/her sole opinion, such work conducted by the Contractor is beneficial to the best interests of the Agency. The Contractor shall pay the inspection costs of such work. The Contractor shall incorporate the dates, areas and types of work prohibited in this section in the Construction Schedule required by Section 6.1. No additional payment, adjustment of bid prices or adjustment of contract time of completion will be allowed as a consequence of the prohibition of work being performed within the dates, areas and/or types of work prohibited in this section. 6-7.3 Safety Center Security. Contractor must provide City a completed list of all potential person-nel that may be present on the Work site within the Safety Center (See Attachment A) thirty (30) days before the date when such personnel need access to the building. a) City will perform a criminal background check for all submitted names and will screen for matters including, without limitation: felonies, security threats, arrests, and gang affiliations. Individuals who do not pass the criminal background search will not be admitted to the Safety Center. b) Contractor’s and its subcontractors’ ability to hire and utilize personnel who can meet the foregoing requirements is a condition precedent to any payment due to Contractor. Failure of Contractor, or its subcontractors, to provide personnel who can meet such requirements of the Project shall constitute a default subject to Section 6-4 (Default by Contractor) with re-spect to the portion of the Scope of Work affected. c) Daily access to the Safety Center building shall be coordinated with the Safety Center Rep-resentative and the initial Contractor Representative a minimum of 24 hours in advance. Con-tractor shall coordinate its and its subcontractors’ efforts in a way that minimizes the number of accesses and egresses to and from the Safety Center. Contractor understands that gaining access and egress to the Safety Center can take time for security reasons and any delays in access and egress are factored into the cost of completing the Work and City shall pay no additional costs for any such delay. d) Every person entering the Safety Center building shall always check-in with the Safety Cen-ter’s designated personnel for each entry and wear the provided identifying badge in a clearly viewed location. Every person shall exit the building by paths of egress approved by the Safety Center or by escort of the designated Safety Center personnel. Badges shall be re-turned to the Safety Center each day. 6-7.4 Contract Time Accounting. The Engineer will make a daily determination of each Working Day to be charged against the Contract time. These determinations will be discussed and the Con- tractor will be furnished a periodic statement showing allowable number of Working Days of Contract time, as adjusted, at the beginning of the reporting period. The statement will also indicate the number of Working Days charged during the reporting period and the number of Working Days of Contract time remaining. If the Contractor does not agree with the statement, it shall file a written protest within 15 days after receipt, setting forth the facts of the protest. Otherwise, the statement will be deemed to have been accepted. 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY. The Work will be inspected by the City for acceptance upon receipt of the Contractor’s written assertion that the Work has been completed. The City will not accept the Work or any portion of the Work before all of the Work is completed and all outstanding deficiencies that may exist are corrected by the Contractor and the City is satisfied that all the materials and workmanship, and all other features of the Work, meet the requirements of all of Revised 6/15/17 Contract No. 4715 Page 108 of 123 Pages the specifications for the Work. The only exception to this requirement is some unfinished work may be provisionally accepted if it still allows a temporary certificate of occupancy to be issued for Phase 1, 2 or 3. 6-8.1 Beneficial Occupancy The City reserves the right, at its option and convenience, to occupy or otherwise make use of any part of the Construction Work at any time prior to Substantial Completion or Final Completion upon ten (10) days' notice to Contractor. Such occupancy or use is herein referred to as “Beneficial Occu-pancy.” Beneficial Occupancy or Temporary Occupancy, shall be subject to the following conditions: 1. City’s Construction Management Consultant will inspect the portion of the Project to be benefi-cially occupied and prepare a list of items to be completed or corrected. Contractor shall obtain approval from City Building Inspector for Beneficial Occupancy. 2. Beneficial Occupancy by City of Carlsbad shall not be construed by Contractor as an acceptance by City of Carlsbad of that portion of the Construction Work which is to be occupied. 3. Beneficial Occupancy by City of Carlsbad shall not constitute a waiver of existing claims of City of Carlsbad or Contractor against each other. 4. Contractor shall provide, in the areas beneficially occupied and on a twenty-four (24) hour and seven (7) day a week basis as required, utility services, heating, and cooling for systems which are in operable condition at the time of Beneficial Occupancy. All responsibility for the operation and maintenance of equipment shall remain with Contractor while the equipment is so operated. Contractor shall submit to City of Carlsbad an itemized list of each piece of equipment so oper-ated with the date operation commences. 5. The Contractor’s guarantee to repair will commence upon the date approved by the City for Ben-eficial Occupancy except that the guarantee to repair periods for that part of equipment or sys-tems that serve portions of the Work for which City has not taken Beneficial Occupancy shall not commence until the City has taken Beneficial Occupancy for that portion of the Work or has issued a Certificate of Substantial Completion with respect to the entire Project. The City will pay all normal operating and maintenance costs resulting from its use of equipment in areas benefi- cially occupied. 6. The City will pay all utility costs that arise out of the Beneficial Occupancy. 7. Contractor shall not be responsible for providing security in areas beneficially occupied. 8. The City will use its best efforts to prevent its Beneficial Occupancy from interfering with the conduct of Contractor's remaining Construction Work. 9. Contractor shall not be required to repair damage caused by the City in its Beneficial Occupancy. 10. There shall be no added cost to the City due to Beneficial Occupancy. 11. Contractor shall continue to maintain all insurance required by the Contract in full force and effect. 6-8.2 Substantial Completion 1. “Substantial Completion” means the stage in the progress of the Construction Work, as deter-mined by City’s Construction Management Consultant, when the Construction Work is complete Revised 6/15/17 Contract No. 4715 Page 109 of 123 Pages and in accordance with the Contract Documents except only for completion of minor items that do not impair City’s ability to occupy and fully utilize the Construction Work for its intended pur-pose and a Certificate of Occupancy for the Work has been issued by the City’s Building Official. 2. When Contractor gives notice to City’s Construction Management Consultant that the Construc-tion Work is substantially complete, unless City’s Construction Management Consultant deter-mines that the Construction Work is not sufficiently complete to warrant an inspection to deter- mine Substantial Completion, City’s Construction Management Consultant will inspect the Con-struction Work. If the City’s Construction Management Consultant determines that the Work is not substantially complete the City’s Construction Management Consultant will prepare and give to Contractor a comprehensive list of items to be completed or corrected before establishing Substantial Completion. Contractor shall proceed promptly to complete and correct items on the list. Failure to include an item on such list does not alter the responsibility of Contractor to com- plete all Construction Work in accordance with the Contract Documents. City’s Construction Management Consultant will inspect to determine whether the Construction Work is substantially complete. Costs for additional inspection by City’s Construction Management Consultant shall be deducted from any monies due and payable to Contractor. 3. When City’s Construction Management Consultant determines that the Construction Work is sub- stantially complete, City’s Construction Management Consultant will arrange for inspection by the City’s Building Official and other officials, as appropriate, for the purpose of issuing a Certificate of Occupancy. After a Certificate of Occupancy has been issued by the City’s Building Official, the City’s Construction Management Consultant will prepare a Certificate of Substantial Completion, which, when signed by the City, shall establish the date of Substantial Completion and the respon-sibilities of City and Contractor for security, maintenance, utilities, insurance, and damage to the Construction Work. The City’s Construction Management Consultant will prepare and furnish to the Contractor a comprehensive “punch list” of items to be completed or corrected prior to Final Completion. 4. Unless otherwise provided in the Certificate of Substantial Completion, the guarantee to repair period for the Construction Work covered by the Certificate of Substantial Completion, shall com-mence on the date of Substantial Completion of the Construction Work except that Substantial Completion shall not commence the guarantee to repair period for any equipment or systems that: a) Are not operational (equipment or systems shall not be considered operational if they cannot be used to provide the intended service); b) Are not accepted by the City; or c) Are part of the Construction Work that is not yet Substantially Complete. The guarantee to repair period for equipment or systems which become operational and accepted subsequent to Substantial Completion will begin on the date of their written acceptance by City. 5. The daily rate included in the Agreement and specifically identified as the rate to be paid to Con-tractor for Compensable Delays shall not apply to any delays occurring after the Construction Work is substantially completed. 6-8.3 Final Completion, Final Payment and Release of Retention 1. Upon receipt of notice from Contractor that the Work is ready for final inspection, City’s Construc-tion Management Consultant will make such inspection. Final Completion shall be when City’s Construction Management Consultant determines that the Work is fully completed and in accord-ance with the Contract Documents, including without limitation, satisfaction of all "punch list" items, and determines that a Certificate of Occupancy has been issued by the City’s Building Revised 6/15/17 Contract No. 4715 Page 110 of 123 Pages Official. When deemed complete by City’s Construction Management Consultant, the City will submit to the San Diego County Recorder, a Notice of Completion for recording. After receipt of the final Application for Payment, if City’s Construction Management Consultant determines that Final Completion has occurred, City’s Construction Management Consultant will approve the final Application for Payment. 2. Final payment and retention shall be released to Contractor, as set forth above, after: a) Contractor submits the final Application for Payment and all submittals required above; b) Contractor submits all guarantees and warranties procured by Contractor from Subcontrac-tors, all operating manuals for equipment installed in the Project, as-built documents, and all other submittals required by the Contract Documents; and c) City’s Construction Management Consultant approves the final Application for Payment. 3. Final payment shall be paid within thirty (30) days after City’s Construction Management Con-sultant approves the final Application for Payment. Retention shall be released to Contractor thirty-five (35) days after the Notice of Completion is filed by the County and the City receives a copy from the San Diego County Recorder. The date of recordation shall be the date of comple-tion of the Work. 4. Acceptance of final payment by Contractor shall constitute a waiver of all claims related to the Work, except claims for retention and claims previously made in writing and identified by Con-tractor as unsettled at the time of the final Application for Payment. 5. The completed project work shall be warranted for one (1) year after receipt of an occupancy permit for the building and conference room wing. Given the staged re-occupancy of the building, the warranties for the Phase 1 and Phase 2 areas will be longer. The warranty for Phase 1 will be approximately 27 months (as it will be occupied during Phases 2 and 3 before the 1 year project warranty begins), the warranty for Phase 2 will be approximately 18 months (as it will be occupied during Phase 3 before the 1 year project warranty begins) and the warranty for Phase 3 will be 12 months, or (1) year following receipt of occupancy permit. Any faulty work or materials discovered during the warranty periods shall be repaired or replaced by the Contractor, at its expense. Twenty-five percent of the faithful performance bond shall be retained as a warranty bond for the warranty periods. The Contractor shall replace or repair any such defective work in a manner satisfactory to the Engineer, after notice to do so from the Engineer, and within the time specified in the notice. If the Contractor fails to make such replacement or repairs within the time specified in the notice, the Agency may perform this work and the Contractor’s sureties shall be liable for the cost thereof. 6-9 LIQUIDATED DAMAGES. Failure of the Contractor to complete the Work within the time al- lowed will result in damages being sustained by the Agency. For each consecutive calendar day in excess of the time specified for completion of Work, as adjusted in accordance with Section 6-6, the Contractor shall pay the Agency, or have withheld monies due it, the sum of one thousand dollars ($1,000.00) Such sum is liquidated damages and shall not be construed as a penalty, and may be deducted from payments due the Contractor if such delay occurs. Execution of the Contract shall constitute agreement by the Agency and Contractor that $1,000 per day is the minimum value of costs and actual damages caused by the Contractor to complete the Work within the allotted time. Any progress payments made after the specified completion date shall not constitute a waiver of this paragraph or of any damages. 6-10 USE OF IMPROVEMENT DURING CONSTRUCTION. The Agency reserves the right to take over and utilize all or part of any completed facility or appurtenance. The Contractor will be notified in Revised 6/15/17 Contract No. 4715 Page 111 of 123 Pages writing in advance of such action. Such action by the Agency will relieve the Contractor of responsibility for injury or damage to said completed portions of the improvement resulting from use by public traffic or from the action of the elements or from any other cause, except Contractor operations or negli-gence. The Contractor will not be required to reclean such portions of the improvement before field acceptance, except for cleanup made necessary by its operations. Nothing in this section shall be construed as relieving the Contractor from full responsibility for correcting defective work or materials. In the event the Agency exercises its right to place into service and utilize all or part of any completed facility or appurtenance, the Agency will assume the responsibility and liability for injury to persons or property resulting from the utilization of the facility or appurtenance so placed into service, except for any such injury to persons or property caused by any willful or negligent act or omission by the Con-tractor, Subcontractor, their officers, employees, or agents. Revised 6/15/17 Contract No. 4715 Page 112 of 123 Pages SECTION 7 – RESPONSIBILITIES OF THE CONTRACTOR 7-1 CONTRACTOR’S EQUIPMENT AND FACILITIES. The Contractor shall furnish and maintain in good condition all equipment and facilities as required for the proper execution and inspection of the Work. Such equipment and facilities shall meet all requirements of applicable ordinances and laws. 7-2 LABOR. 7-2.1 General. Only competent workers shall be employed on the Work. Any person employed who is found to be incompetent, intemperate, troublesome, disorderly, or otherwise objectionable, or who fails or refuses to perform work properly and acceptably, shall be immediately removed from the Work by the Contractor and not be reemployed on the Work. 7-2.2 Laws. The Contractor, its agents, and employees shall be bound by and comply with applica-ble provisions of the Labor Code and Federal, State, and local laws related to labor. The Contractor shall strictly adhere to the provisions of the Labor Code regarding minimum wages; the 8-hour day and 40-hour week; overtime; Saturday, Sunday, and holiday work; and nondiscrimina-tion because of race, color, national origin, sex, or religion. The Contractor shall forfeit to the Agency the penalties prescribed in the Labor Code for violations. In accordance with the Labor Code, the Board has on file and will publish a schedule of prevailing wage rates for the types of work to be done under the Contract. The Contractor shall not pay less than these rates. Each worker shall be paid subsistence and travel as required by the collective bargaining agreement on file with the State of California Department of Industrial Relations. The Contractor’s attention is directed to Section 1776 of the Labor Code which imposes responsibility upon the Contractor for the maintenance, certification, and availability for inspection of such records for all persons employed by the Contractor or Subcontractor in connection with the project. The Con- tractor shall agree through the Contract to comply with this Section and the remaining provisions of the Labor Code. 7-3 LIABILITY INSURANCE. Insurance shall be required as specified in section 10 of the Public Works Contract. The cost of this insurance shall be included in the Contractor’s Bid. 7-4 WORKERS’ COMPENSATION INSURANCE. Before execution of the Contract by the Board, the Contractor shall file with the Engineer the following signed certification: “I am aware of the provisions of Section 3700 of the Labor Code which re-quire every employer to be insured against liability for workers’ compensa-tion or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the perfor-mance of the work of this contract.” The Contractor shall also comply with Section 3800 of the Labor Code by securing, paying for, and maintaining in full force and effect for the duration of the contract, complete Workers’ Compensation Revised 6/15/17 Contract No. 4715 Page 113 of 123 Pages Insurance, and shall furnish a Certificate of Insurance to the Engineer before execution of the Contract. The Agency, its officers, or employees, will not be responsible for any claims in law or equity occa-sioned by failure of the Contractor to comply with this paragraph. All compensation insurance policies shall bear an endorsement or shall have attached a rider whereby it is provided that, in the event of expiration or proposed cancellation of such policies for any reason whatsoever, the Agency shall be notified by registered mail not less than 30 days before expiration or cancellation is effective. All insurance is to be placed with insurers that are admitted and authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. Policies issued by the State Compensation Fund meet the requirement for workers' com-pensation insurance. 7-5 PERMITS. Except as specified herein the Contractor will obtain, at no cost to the Contractor all City of Carlsbad building permits necessary to perform work for this contract on Agency property, streets, or other rights-of-way. Contractor shall not begin work until all permits incidental to the work are obtained. The Contractor shall obtain and pay for all permits for the disposal of all materials re-moved from the project. The cost of said permit(s) shall be included in the price bid for the appropriate bid item and no additional compensation will be allowed therefore. The Contractor shall obtain and pay for all costs incurred for permits necessitated by its operations such as, but not limited to, those permits required for night work, overload, blasting, and demolition. For private contracts, the Contrac-tor shall obtain all permits incidental to the Work or made necessary by its operations, and pay all costs incurred by the permit requirements. The Contractor shall pay all business taxes or license fees that are required for the work. 7-5.1 Resource Agency Permits. Not used. 7-6 THE CONTRACTOR’S REPRESENTATIVE. Before starting work, the Contractor shall desig-nate in writing a representative who shall have complete authority to act for it. An alternative repre-sentative may be designated as well. The representative or alternate shall be present at the Work site whenever work is in progress or whenever actions of the elements necessitate its presence to take measures necessary to protect the Work, persons, or property. Any order or communication given to this representative shall be deemed delivered to the Contractor. A joint venture shall designate only one representative and alternate. In the absence of the Contractor or its representative, instructions or directions may be given by the Engineer to the superintendent or person in charge of the specific work to which the order applies. Such order shall be complied with promptly and referred to the Con-tractor or its representative. In order to communicate with the Agency, the Contractor’s representative, superintendent, or person in charge of specific work shall be able to speak, read, and write the English language. 7-7 COOPERATION AND COLLATERAL WORK. The Contractor shall be responsible for ascer-taining the nature and extent of any simultaneous, collateral, and essential work by others. The Agency, its workers and contractors and others, shall have the right to operate within or adjacent to the Work site during the performance of such work. The Agency, the Contractor, and each of such workers, contractors and others, shall coordinate their operations and cooperate to minimize interference. Revised 6/15/17 Contract No. 4715 Page 114 of 123 Pages The Contractor shall include in its Bid all costs involved as a result of coordinating its work with others. the Contractor will not be entitled to additional compensation from the Agency for damages resulting from such simultaneous, collateral, and essential work. If necessary to avoid or minimize such damage or delay, the Contractor shall redeploy its work force to other parts of the Work. Should the Contractor be delayed by the Agency, and such delay could not have been reasonably foreseen or prevented by the Contractor, the Engineer will determine the extent of the delay, the effect on the project, and any extension of time. 7-7.1 Coordination. The Contractor shall coordinate and cooperate with all the utility companies dur-ing the relocation or construction of their lines. The Contractor may be granted a time extension if, in the opinion of the Engineer, a delay is caused by the utility company. No additional compensation will be made to the Contractor for any such delay. 7-8 PROJECT SITE MAINTENANCE. 7-8.1 Cleanup and Dust Control. Throughout all phases of construction, including suspension of work, and until the final acceptance, the Contractor shall keep the site clean and free from rubbish and debris. The Contractor shall also abate dust nuisance by cleaning, sweeping and sprinkling with water, or other means as necessary. Materials and equipment shall be removed from the site as soon as they are no longer necessary. Before the final inspection, the site shall be cleared of equipment, unused materials, and rubbish so as to present a satisfactory clean and neat appearance. All cleanup costs shall be included in the Contractor’s Bid. Care shall be taken to prevent spillage on haul routes. Any such spillage shall be removed immediately and the area cleaned. Failure of the Contractor to comply with the Engineer’s cleanup orders may result in an order to sus-pend work until the condition is corrected. No additional compensation will be allowed as a result of such suspension. The Contractor shall conduct effective cleanup and dust control throughout the duration of the Con-tract. The Engineer may require increased levels of cleanup and dust control that, in his/her sole discretion, are necessary to preserve the health, safety and welfare of the public. Cleanup and dust control shall be considered incidental to the items of work that they are associated with and no addi-tional payment will be made therefore. 7-8.2 Air Pollution Control. The Contractor shall not discharge smoke, dust, or any other air con-taminants into the atmosphere in such quantity as will violate the regulations of any legally constituted authority. 7-8.3 Vermin Control. At the time of acceptance, structures entirely constructed under the Contract shall be free of rodents, insects, vermin, and pests. Necessary extermination work shall be arranged and paid for by the Contractor as part of the Work within the Contract time and shall be performed by a licensed exterminator in accordance with requirements of governing authorities. The Contractor shall be liable for injury to persons or property and responsible for the elimination of offensive odors result-ing from extermination operations. Revised 6/15/17 Contract No. 4715 Page 115 of 123 Pages 7-8.4 Sanitation. The Contractor shall provide and maintain enclosed toilets for the use of employ-ees engaged in the Work. These accommodations shall be maintained in a neat and sanitary condi-tion. They shall also comply with all applicable laws, ordinances, and regulations pertaining to public health and sanitation of dwellings and camps. Wastewater shall not be interrupted. Should the Contractor disrupt existing sewer facilities, sewage shall be conveyed in closed conduits and disposed of in a sanitary sewer system. Sewage shall not be permitted to flow in trenches or be covered by backfill. 7-8.5 Temporary Light, Power, and Water. The Contractor shall furnish, install, maintain, and re-move all temporary light, power, and water at its own expense. These include piping, wiring, lamps, and other equipment necessary for the Work. The Contractor shall not draw water from any fire hydrant (except to extinguish a fire), without obtaining permission from the water agency concerned. The Contractor shall obtain a construction meter for water used for the construction, plant establishment, maintenance, cleanup, testing and all other work requiring water related to this contract. The Con-tractor shall contact the appropriate water agency for requirements. The Contractor shall pay all costs of temporary light, power and water including hookup, service, meter and any, and all, other charges, deposits and/or fees therefore. Said costs shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefore. 7-8.6 Water Pollution Control. The Contractor shall exercise every reasonable precaution to pro-tect channels, storm drains, and bodies of water from pollution. It shall conduct and schedule opera-tions so as to minimize or avoid muddying and silting of said channels, drains, and waters. Water pollution control work shall consist of constructing those facilities which may be required to provide prevention, control, and abatement of water pollution. 7-8.7 Drainage Control. The Contractor shall maintain drainage within and through the work areas. Earth dams will not be permitted in paved areas. Temporary dams of sandbags, asphaltic concrete, or other acceptable material will be permitted when necessary. Such dams shall be removed from the site as soon as their use is no longer necessary. 7-8.8 Noise Control. All internal combustion engines used in the construction shall be equipped with mufflers in good repair when in use on the project with special attention to the City Noise Control Ordinance, Carlsbad Municipal Code Chapter 8.48. 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. The Contractor shall be responsible for the protection of public and private property adjacent to the Work and shall exercise due caution to avoid damage to such property. The Contractor shall repair or replace any site amenities and/or building finishes which are damaged or removed as a result of its operations. Repairs and replacements shall be at least equal to existing improvements and shall match them in finish and dimension. All costs to the Contractor for protecting, removing, and restoring existing site amenities and/or build-ing finishes shall be included in the Bid. 7-10 PUBLIC CONVENIENCE AND SAFETY. 7-10.1 Traffic and Access. The Contractor’s operations shall cause no unnecessary inconvenience. The access rights of the public shall be considered at all times. Unless otherwise authorized, traffic shall be permitted to pass through the Work, or an approved detour shall be provided. Revised 6/15/17 Contract No. 4715 Page 116 of 123 Pages Safe and adequate pedestrian and vehicular access shall be provided and maintained to fire hydrants; commercial and industrial establishments; churches, schools and parking lots; service stations and motels; hospitals; police and fire stations; and establishments of similar nature. Access to these facil-ities shall be continuous and unobstructed unless otherwise approved by the Engineer. Safe and adequate pedestrian zones and public transportation stops, as well as pedestrian crossings of the Work at intervals not exceeding 90 m (300 feet), shall be maintained unless otherwise approved by the Engineer. The Contractor shall cooperate with the various parties involved in the delivery of mail and the collec-tion and removal of trash and garbage to maintain existing schedules for these services. The Contractor shall schedule the work so as to prevent damage by all traffic, including but not limited to mail delivery. The Contractor shall not schedule work so as to conflict with trash pickup. The trash hauling schedule can be obtained by calling the City’s contracted waste disposal company, Coast Waste Management at 929-9417. The Contractor shall include in its Bid all costs for the above requirements. 7-10.2 Storage of Equipment and Materials in Public Streets. Construction materials shall not be stored in roadways after unloading. All materials or equipment not installed or used in construction after unloading shall be stored elsewhere by the Contractor at its expense unless authorized additional storage time. Construction equipment shall not be stored at the Work site before its actual use on the Work nor for more than 5 days after it is no longer needed. Time necessary for repair or assembly of equipment may be authorized by the Engineer. 7-10.3 Street Closures, Detours, Barricades. Not used 7-10.3.1 Construction Area Signs and Control Devices. All construction signs and control devices shall be maintained throughout the duration of work in good order. The City’s Construction Manage-ment Consultant may require additional signage if deemed necessary. 7-10.3.2 Maintaining Traffic. Not used. 7-10.3.3 Traffic Control System for Lane Closure. Not used. 7-10.3.4 Traffic Control for Permanent and Temporary Traffic Striping. Not used. 7-10.3.5 Temporary Pavement Delineation. Not used 7-10.3.6 Preparation of New, or Modifications and Additions to Existing, Traffic Control Plan Sheets. Not used. 7-10.3.7 Payment. The Contractor shall prepare and install construction signs and control devices and shall furnish all labor and materials to maintain, replace and remove them as incidental expenses to the work with which they are associated and no other compensation will be allowed therefore. 7-10.4 Safety. Revised 6/15/17 Contract No. 4715 Page 117 of 123 Pages 7-10.4.1 Safety Orders. The Contractor shall have at the Work site, copies or suitable extracts of: Construction Safety Orders and General Industry Safety Orders issued by the State Division of Indus-trial Safety. The Contractor shall comply with provisions of these and all other applicable laws, ordi-nances, and regulations. Payment for performing all work necessary to provide safety measures shall be included in the prices bid for each category of work. 7-10.4.2 Use of Explosives. Not used. 7-10.4.3 Special Hazardous Substances and Processes. Materials that contain hazardous sub-stances or mixtures may be required on the Work. A Material Safety Data Sheet as described in Section 5194 of the California Code of Regulations shall be requested by the Contractor from the manufacturer of any hazardous products used. Material usage shall be accomplished with strict adherence to California Division of Industrial Safety requirements and all manufacturer warnings and application instructions listed on the Material Safety Data Sheet and on the product container label. The Contractor shall notify the Engineer if a specified product cannot be used under safe conditions. 7-10.4.4 Confined Spaces. 1. Confined Space Entry Program. The Contractor shall be responsible for implementing, adminis-tering and maintaining a confined space entry program (CSEP) in accordance with Sections 5156, 5157 and 5158, Title 8, CCR. Prior to starting the Work, the Contractor shall prepare and submit its comprehensive CSEP to the Engineer. The CSEP shall address all potential physical and environmental hazards and contain procedures for safe entry into confined spaces, including, but not limited to the following: a) Training of personnel b) Purging and cleaning the space of materials and residue c) Potential isolation and control of energy and material inflow d) Controlled access to the space e) Atmospheric testing of the space f) Ventilation of the space g) Special hazards consideration h) Personal protective equipment i) Rescue plan provisions The Contractor’s submittal shall include the names of its personnel, including subcontractor per-sonnel, assigned to the project who will have CSEP responsibilities, their CSEP training, and their specific assignment and responsibility in carrying out the CSEP. 2. Permit-Required Confined Spaces. Entry into permit-required confined spaces as defined in Sec-tion 5157, Title 8, CCR may be required as a part of the Work. All manholes, tanks, vaults, pipe-lines, excavations, or other enclosed or partially enclosed spaces shall be considered permit-re-quired confined spaces until the pre-entry procedures demonstrate otherwise. The Contractor shall implement a permit space program prior to performing any work in a permit-required confined space. A copy of the permit shall be available at all times for review by Contractor and Agency personnel at the Work site. Revised 6/15/17 Contract No. 4715 Page 118 of 123 Pages 3. Payment. Payment for implementing, administering, and providing all equipment and personnel to perform the CSEP shall be included in the bid items for which the CSEP is required. 7-10.4.5 Safety and Protection of Workers and Public. The Contractor shall take all necessary precautions for the safety of employees on the work and shall comply with all applicable provisions of Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about, or adjacent to the premises where the work is being performed. The Contractor shall erect and properly maintain at all times, as required by the conditions and progress of the work, all neces-sary safeguards for the protection of workers and public, and shall use danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes, and falling materials. 7-11 PATENT FEES OR ROYALTIES. The Contractor shall absorb in its Bid the patent fees or royalties on any patented article or process furnished or used in the Work. The Contractor shall in-demnify and hold the Agency harmless from any legal action that may be brought for infringement of patents. 7-12 ADVERTISING. The names, addresses and specialties of Contractors, Subcontractors, archi-tects, or engineers may be displayed on removable signs. The size and location shall be subject to the Engineer’s approval. Commercial advertising matter shall not be attached to or painted on the surfaces of buildings, fences, canopies, or barricades. 7-13 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of State and National laws and County and Municipal ordinances and regulations which in any manner affect those em-ployed in the Work or the materials used in the Work or in any way affect the conduct of the Work. The Contractor shall at all times observe and comply with such laws, ordinances, and regulations. 7-14 ANTITRUST CLAIMS. Section 7103.5 of the Public Contract Code provides: “In entering into a public works contract or a subcontract to supply goods, services, or materials pur-suant to a public works contract, the contractor or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec 15) or Cartwright Act (Chapter 2 [commencing with Section 16700] of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, ser- vices, or materials pursuant to the public works contract or subcontract. The assignment shall be made and become effective at the time the awarding body tenders final payment to the contractor, without further acknowledgment of the parties.” Revised 6/15/17 Contract No. 4715 Page 119 of 123 Pages SECTION 8 – FACILITIES FOR CONSTRUCTION PERSONNEL 8-1 GENERAL. Temporary facilities for contractor’s use shall be at suitable locations approved by the City’s Construction Management Consultant. See Exhibit 5 to Request of Bid, depicting possible location for contractor’s trailer and limited vehicle parking. All facilities shall conform to the applicable codes, ordinances, and regulations of the local jurisdiction and of the State of California and shall conform to current practice. The temporary facilities shall be in good condition and appearance. The Contractor shall provide janitorial and other maintenance services for all types of facilities pro-vided. Such services shall include the supply of the appropriate paper products and dispensers. Trash receptacles shall be provided and emptied by the Contractor at weekly intervals or sooner as required. The trash shall be removed from the project site. All costs to maintain and service the specified facilities at the project site shall be included in the price bid for the project. If no bid item is provided in the proposal, costs shall be included in other items for which bids are entered. The first progress payment will not be approved until all facilities are in place and fully comply with the Specifications. 8-2 FIELD OFFICES. 8-2.1 Class “A” Field Office. Contractor’s trailer is to be furnished with standard office furniture and equipment, including plan table, desk(s), chairs, large wall mounted dry-erase boards & supplies, bookcase(s) and dual computer monitors on each desk. Electric power shall be provided to include a minimum of four duplex convenience outlets. The office shall be illuminated as necessary and an outdoor lighting fixture with a 300-watt bulb shall be installed. To assist with submittals and document management, Contractor to establish a dedicated high-speed Internet connection capable of 100 Mbps with wireless router for a secure Wi-Fi connection. Include technical support for network/Internet/printer/wireless setup and service as required. Provide a multi-function laser color printer/copier/fax/scanner capable of printing 50 ppm color/55 B&W and ability to print on letter (8½”x11”) and ledger (11”x17”) size paper. Copy Resolution 1200 x 2400 dpi. Connectivity – Wireless Ethernet 802.11b. Collating and stapling capabilities. Heating and air conditioning of sufficient capacity shall be provided in trailers at no expense to the City. The Contractor shall also provide drinking water within the trailer and integral sanitary facilities directly adjoining. Sanitary facilities shall include a toilet and wash basin with hot and cold running water. Extended area, land-line telephone service shall be provided within the office area. The installation shall include sufficient extension cord to serve the plan table and desk. Provide weekly cleaning and service throughout duration of project. Revised 6/15/17 Contract No. 4715 Page 120 of 123 Pages SECTION 9 – MEASUREMENT AND PAYMENT 9-1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK. 9-1.1 General. Unless otherwise provided in Specifications, volumetric quantities shall be the prod-uct of the mean area of vertical or horizontal sections and the intervening horizontal or vertical dimen-sion. 9-1.2 Methods of Measurement. Materials and items of work which are to be paid for on basis of measurement shall be measured in accordance with methods stipulated in the particular sections in-volved. 9-1.3 Certified Weights. Not used 9-1.4 Units of Measurement. The system of measure for this contract shall be the U.S. Standard Measures. 9-2 LUMP SUM WORK. Items for which quantities are indicated “Lump Sum”, “L.S.”, or “Job”, shall be paid for at the price indicated in the Bid. Such payment shall be full compensation for the items of work and all work appurtenant thereto. When required by the Specifications or requested by the City’s Construction Management Consultant, the Contractor shall submit to the City’s Construction Management Consultant within 15 days after award of Contract, a detailed schedule, to be used only as a basis for determining progress payments on a lump sum contract or designated lump sum bid item. This schedule shall equal the lump sum bid and shall be in such form and sufficiently detailed as to satisfy the City’s Construction Management Consultant that it correctly represents a reasonable apportionment of the lump sum. 9-3 PAYMENT 9-3.1 General. Lump sum prices to be paid shall be full compensation for the items of work and all appurtenant work, including furnishing all materials, labor, equipment, tools, and incidentals. Payment will not be made for materials wasted or disposed of in a manner not called for under the Contract. This includes rejected material not unloaded from vehicles, material rejected after it has been placed, and material placed outside of the Plan lines. No compensation will be allowed for dis- posing of rejected or excess material. Payment for work performed or materials furnished under an Assessment Act Contract will be made as provided in particular proceedings or legislative act under which such contract was awarded. Whenever any portion of the Work is performed by the Agency at the Contractor’s request, the cost thereof shall be charged against the Contractor, and may be deducted from any amount due or be-coming due from the Agency. Whenever immediate action is required to prevent injury, death, or property damage, and precautions which are the Contractor’s responsibility have not been taken and are not reasonably expected to be taken, the Agency may, after reasonable attempt to notify the Contractor, cause such precautions to be taken and shall charge the cost thereof against the Contractor, or may deduct such cost from any amount due or becoming due from the Agency. Agency action or inaction under such circumstances shall not be construed as relieving the Contractor or its Surety from liability. Revised 6/15/17 Contract No. 4715 Page 121 of 123 Pages Payment shall not relieve the Contractor from its obligations under the Contract; nor shall such pay-ment be construed to be acceptance of any of the Work. Payment shall not be construed as the trans-fer of ownership of any equipment or materials to the Agency. Responsibility of ownership shall remain with the Contractor who shall be obligated to store any fully or partially completed work or structure for which payment has been made; or replace any materials or equipment required to be provided under the Contract which may be damaged, lost, stolen or otherwise degraded in any way prior to acceptance of the Work, except as provided in Section 6-10. Guarantee periods shall not be affected by any payment but shall commence on the date of re-cordation of the “Notice of Completion.” If, within the time fixed by law, a properly executed notice to stop payment is filed with the Agency, due to the Contractor’s failure to pay for labor or materials used in the Work, all money due for such labor or materials will be withheld from payment to the Contractor in accordance with applicable laws. At the expiration of 35 days from the date of acceptance of the Work by the Board, or as prescribed by law, the amount deducted from the final estimate and retained by the Agency will be paid to the Contractor except such amounts as are required by law to be withheld by properly executed and filed notices to stop payment, or as may be authorized by the Contract to be further retained. 9-3.2 Partial and Final Payment. The Engineer will, after award of Contract, establish a closure date for the purpose of making monthly progress payments. The Contractor may request in writing that such monthly closure date be changed. The Engineer may approve such request when it is com-patible with the Agency’s payment procedure. Each month, the Engineer will make an approximate measurement of the work performed to the clo-sure date as basis for making monthly progress payments. The estimated value will be based on contract unit prices, completed change order work and as provided for in Section 9-2 of these General Provisions. Progress payments shall be made no later than thirty (30) calendar days after the closure date. Five (5) Working Days following the closure date, the Engineer shall complete the detailed progress pay estimate and submit it to the Contractor for the Contractor’s information. Should the Contractor assert that additional payment is due, the Contractor shall within ten (10) days of receipt of the progress estimate, submit a supplemental payment request to the Engineer with adequate jus- tification supporting the amount of supplemental payment request. Upon receipt of the supplemental payment request, the Engineer shall, as soon as practicable after receipt, determine whether the sup-plemental payment request is a proper payment request. If the Engineer determines that the supple- mental payment request is not proper, then the request shall be returned to the Contractor as soon as practicable, but not later than seven (7) days after receipt. The returned request shall be accompanied by a document setting forth in writing the reasons why the supplemental payment request was not proper. In conformance with Public Contract Code Section 20104.50, the City shall make payments within thirty (30) days after receipt of an undisputed and properly submitted supplemental payment request from the Contractor. If payment of the undisputed supplemental payment request is not made within thirty (30) days after receipt by the Engineer, then the City shall pay interest to the Contractor equivalent to the legal rate set forth in subdivision (a) of Section 685.010 of the Code of Civil Proce-dure. From each progress estimate, 5 percent will be deducted and retained by the Agency, and the remain-der less the amount of all previous payments will be paid. No progress payment made to the Contractor or its sureties will constitute a waiver of the liquidated damages under 6-9. Revised 6/15/17 Contract No. 4715 Page 122 of 123 Pages As provided in Section 22300 of the California Public Contract Code, the Contractor may substitute securities for any monies withheld by the Agency to ensure performance under the Contract. After final inspection, the Engineer will make a Final Payment Estimate and process a corresponding payment. This estimate will be in writing and shall be for the total amount owed the Contractor as determined by the Engineer and shall be itemized by the contract bid item and change order item with quantities and payment amounts and shall show all deductions made or to be made for prior payments and amounts to be deducted under provisions of the contract. All prior estimates and progress pay-ments shall be subject to correction in the Final Payment Estimate. The Contractor shall have 30 calendar days from receipt of the Final Payment Estimate to make written statement disputing any bid item or change order item quantity or payment amount. The Contractor shall provide all documentation at the time of submitting the statement supporting its position. Should the Contractor fail to submit the statement and supporting documentation within the time specified, the Contractor acknowledges that full and final payment has been made for all contract bid items and change order items. If the Contractor submits a written statement with documentation in the aforementioned time, the En-gineer will review the disputed item within 30 calendar days and make any appropriate adjustments on the Final Payment. Remaining disputed quantities or amounts not approved by the Engineer will be subject to resolution as specified in Section 3-5, Disputed Work. The written statement filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said disputed items. The Engineer will consider the merits of the Contractor’s claims. It will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying payment for the disputed items. 9-3.2.1 Payment for Claims. Except for those final payment items disputed in the written statement required in Section 9-3.2 all claims of any dollar amount shall be submitted in a written statement by the Contractor no later than the date of receipt of the final payment estimate. Those final payment items disputed in the written statement required in Section 9-3.2 shall be submitted no later than 30 days after receipt of the Final Payment estimate. No claim will be considered that was not included in this written statement, nor will any claim be allowed for which written notice or protest is required under any provision of this contract including Sections 3-4 Changed Conditions, 3-5 Disputed Work, 6-6.3 Payment for Delays to Contractor, 6-6.4 Written Notice and Report, or 6-7.3 Contract Time Accounting, unless the Contractor has complied with notice or protest requirements. The claims filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said claims. The Engineer will consider and determine the Contractor’s claims and it will be the responsibility of the Contractor to furnish within a reasonable time such further infor-mation and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying the claims. Payment for claims shall be processed within 30 calendar days of their resolution for those claims approved by the Engineer. The Contractor shall proceed with informal dispute resolution under Sec-tion 3-5, Disputed Work, for those claims remaining in dispute. Revised 6/15/17 Contract No. 4715 Page 123 of 123 Pages 9-3.3 Delivered Materials. When provided for in the Specifications, and subject to the limitation and conditions therein, the cost of materials and equipment delivered but not incorporated into the Work will be included in the progress estimate. 9-3.4 Mobilization. When a bid item is included in the Proposal form for mobilization and subject to the conditions and limitations in the Specifications, the costs of work in advance of construction oper-ations and not directly attributable to any specific bid item will be included in the progress estimate. When no such bid item is provided, payment for such costs will be considered to be included in the other items of work. 9-3.4.1 Mobilization and Preparatory Work. Payment for mobilization and preparatory Work will be made at the stipulated lump-sum price bid therefore in the bid schedule, and includes full compensa-tion for furnishing all insurance, bonds, licenses, labor, materials, utilities, tools, equipment and inci- dentals, and for doing all the work involved in mobilization and preparatory work and operations, in-cluding, but not limited to, those necessary for the movement of personnel, equipment, supplies, and incidental to preparing to conduct work on and off the project site and other offsite facilities necessary for work on the project; for all other facilities, sureties, work and operations which must be performed or costs incurred prior to beginning work on various contract items on or off the project site, excepting those specifically paid for under separate sections of these specifications. The Contractor hereby agrees that the stipulated lump sum amount is sufficient for Mobilization and Preparatory Work, as described in this section, and that the Contractor shall have no right to additional compensation for Mobilization and Preparatory Work. Progress payments for Mobilization and Preparatory Work will be made as follows: For the first progress payment (after the issuance of the Notice to Proceed), forty percent (40%) of the amount bid for Mobilization and Preparatory Work will be allowed. For the second progress payment, an additional sixty percent (60%) of the amount bid for mobilization and preparatory work will be al-lowed therefore. 9-4 BID ITEMS. Payment for each Bid Item shall be made at the quantity and type as listed in the Contractor's Proposal. All work shown or mentioned on the plans, in the Contract Documents, General Provisions, or Technical Provisions/Specifications shall be considered as included in the Bid Items. Contractor must protect existing utilities, improvements, landscaping, irrigation systems, and vegeta-tion in place. If damaged during the work, Contractor is responsible to repair or replace any utilities, improvements, landscaping, irrigation systems, and vegetation at his expense. Public Works Branch Contract Administration 1635 Faraday Avenue  Carlsbad, CA 92008  760-602-4677 t August 23, 2021 ADDENDUM NO. 1 RE: PWS22-1552FAC - Police and Fire Headquarters Renovation Project (Safety Center) Please include the attached addendum in the Notice to Bidder/Request for Bids you have for the above project. This addendum must be acknowledged via PlanetBids or submitted with your bid proposal. JANEAN HAWNEY Contract Administrator I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 __________________________________________________________ Bidder’s Signature Bid No. PWS22-1552FAC Addendum No. 1 CITY OF CARLSBAD Police & Fire Headquarters Renovation Project (Safety Center) CONTRACT NO. 4715 PWS22-1552FAC Addendum No. 1 From: Janean Hawney, Contract Administrator Phone: 760-607-7965 janean.hawney@carlsbadca.gov 1635 Faraday Ave Carlsbad, CA 92008 No. of Pages: 11 (including this page) Date: August 23, 2021 Bid Due Date: September 8, 2021 - 5:00 p.m. (no change) Notice: This Addendum forms a part of the Contract Documents for the above identified project and modifies portions of the original Contract Documents. Documents not specifically mentioned in this Addendum remain in full force. Contractor must acknowledge receipt of this Addendum via PlanetBids or with RFP response by submitting signed cover page of issued Addendum. Failure to do so may subject bidder to disqualification. I.Edits and Clarifications to Bid Documents: 1.Please see Exhibit 1, PWS22-1552FAC Job Walk Sign In from mandatory job walk held August 11, 2021 attached to and made a part of this Addendum No. 1. 2.City Consultant Construction Management firm, Griffin Structures, Inc. (Griffin) has been hired by the City to oversee this renovation project. Accordingly, Contractor shall communicate, cooperate and coordinate all work of this contract with and through Griffin’s representatives. Bid No. PWS22-1552FAC Addendum No. 1 3. The drawings reference the installation of temporary trailers for city staff use. This work has been removed from this contract work scope and is being done under a separate city contract. 4. Contractor to retain JMG Security for all work associated with card reader and video management work on this project as part of their bid and coordinate closely with them for this work. 5. The electrical specification section lists acceptable manufacturers of electrical panels, switchgear and other electrical components. By this Addendum, this is now revised to state that the only acceptable manufacturer is Siemens. 6. The electrical specification section lists acceptable alternate products for exterior above ground electrical conduit. By this Addendum, this is now revised to state that the only acceptable product for exterior above ground electrical conduit is rigid galvanized metal conduit. 7. The electrical specification section does not require the all exterior enclosures, panels, transformers, disconnects, etc., be NEMA 4X rated. By this Addendum, this is now revised to state that the NEMA 4X rating is now required for all such devices. 8. The electrical specification section does not require an integral maintenance bypass on the automatic transfer switch. By this Addendum, this is now revised to state that this is now required. 9. In the Request for Bid, page 21 Guide for Completing the “Designation of Subcontractors” form, there is the statement “Any bid that proposes performance of more than 20 percent of the work by subcontractors or otherwise to be performed by forces other than the Bidder’s own organization will be rejected as non-responsive.” This statement no longer applies to this project. This section also has the statement “that the Bidder proposes to perform no less than twenty percent (20%) of the work with its own forces.” This statement also will not apply to this project. 10. In the Request for Bid, under paragraph 2-3 of the General Provisions, there are statements regarding the percentage of work to be performed by the Contractor’s own organization. These statements no longer apply to this project. 11. In the specification section 21-22-00 Clean-Agent Fire Suppression System, various systems are listed. By this Addendum, the City requires that the Novec 1230 system be installed. 12. In the specification sections 28-13-11 Electronic Access Control, and 28-23-00 Video Surveillance, various system manufacturers are listed. By this Addendum, the city requires that the AMAG Electronic Access Control system be used and that the ONSSI Video Surveillance system be used. 13. Substitution Request regarding Specification section 10 21 13. Please see Exhibit 8 attached to and made a part of this Addendum No. 1. II. Comments/Responses: 1. Comment: Please provide Division 01 Specs. Response: Division 1 specifications have been incorporated into the 9 sections of the General Provisions included in the RFB Bid No. PWS22-1552FAC Addendum No. 1 2. Comment: Please provide the MEP drawings Response: The MEP drawings reside in Exhibits 1 and 2 of the RFB uploaded to Planet Bids 3. Comment: Page 7 of the bid documents states “Contractor to obtain software and necessary licenses for contractor’s own staff and up to seven (7) city staff/consultant team members to access project information for collaborative purposes. See Attachment D, Electronic Submittal Procedures – Submittal Exchange, and specification sections 2-5.3.5 and 6-1.2.4 for additional information.” Attachment D states “The cost of Submittal Exchange services has been paid in full by the City”. Please clarify the City has paid for the service or the Contractor must purchase the Submittal Exchange Service. Response: City’s Consultant Construction Manager (Griffin Structures) will provide Submittal Exchange. The General Contractor is required to use the City/Griffin provided service for electronic transmittal of all project documents. 4. Comment: Drawing A815 (Elevator Details) has Elevator repair scope with Alternate Bid items. There are no Elevator alternates on the bid form. Please clarify the base bid and alternate for this work. Response: Please see Exhibit 2 Contractor’s Proposal, R1 pages 12-18, to replace the Contractor’s Proposal pages 12-18 in the RFB. This form includes the elevator base bid in Schedule “A” and the increase (only) in that base bid amount to complete the Alternate elevator work scope in Schedule “B”. 5. Comment: Note 10 on A815 (Elevator Details) “for additional information see Elevator equipment assessment report”. Please provide the assessment report. Please clarify if the assessment report has work items that are not shown on the drawings, the Contractor is to follow the Drawings and the report is for information only. Response: Please see Exhibit 7 Elevator Equipment Assessment Report attached to and made a part of this Addendum No. 1. Contractor to follow elevator work scope on drawings, as updated in this Section II Comments and Responses. 6. Comment: Drawing A815 (Elevator Details) base bid keynote #5 and #6 are missing detail and product information. Please provide missing details. pending Response: See previous responses regarding elevator work scope in this Section II. Keynote 5 detail reference is 8B/A815. Keynote 6 “Replacing flooring with LVT, Manufacturer: Shaw Contract, style: 0601V, Collection: Vertical Layers.” 7. Comment: Drawing page G003 states there are Hazardous Materials on the project and a survey has been prepared. Please provide the Hazardous Materials report. Please clarify if the Owner will provide Abatement or if the Contractor will be required to do the Abatement. Response: Please see Exhibit 3 Hazardous Materials Report attached to and made a part of this Addendum No. 1. Per the note on the drawing G003, it is the Contractor’s responsibility to confirm hazardous material locations and quantities prior to bid submittal and initiating renovation and/or demolition activities in areas where hazardous materials are found to exist. Bid No. PWS22-1552FAC Addendum No. 1 8. Comment: Drawing M207 keynote #3 is an Alternate for a new Chiller. There are no alternates on the bid form. Please clarify. Response: Contractor to disregard Keynote 3 bid alternate for new chiller. 9. Comment: Please clarify (if we are) only to put shades at the new windows where detail 6/A807 is called out. Response: Contractor to disregard base bid for blinds and proceed with bidding Mecho Shade per Keynote 12 on drawing A205 (level 1) and Keynote 8 on drawing A207 (level 2) as base bid. 10. Comment: Please provide information on existing shades, (Style, fabric, manufacturer, color). Response: Contractor to note Comments/Responses above. 11. Comment: For bidding purposes, please provide a quantity of shades to be removed, stored and re-installed. Response: Contractor to refer to General Note 1 on drawings A201 and A202, and note Comments/Responses above. 12. Comment: Please clarify are there any Mini Blinds on this project. Response: Contractor to note that there are existing window blinds that will be replaced with new window shades and refer to Comments/Responses above. 13. Comment: Keynote #12 on A205 (Floor Plan level 1) has an alternate bid item. There is no alternate on the bid form for blinds. Please clarify. Contractor to note response to Comments/Responses above. 14. Comment: Metal locker spec calls out lockers for men and women locker rooms. There is no locker layout in either rooms. Please provide a layout for correct locker count. Response: Metal lockers are part of the FF&E package, purchased and installed by city under separate contract. 15. Comment: Spec 10 51 00 calls for lockers at Sheriff Locker Area Room 112. Room 112 is a meeting room. Please clarify the location of these lockers. Response: Contractor to disregard reference in specification section 10 51 00. All new interior lockers will be part of the FF&E package bid under separate contract. Exterior lockers are a part this project for renovation contractor to procure and install, and include in bid value. 16. Comment: General Note on A201 (Demolition Floor Plan – Level 1) direct Contractor to “protect in place” or “Remove, store, and reinstall all existing exhibits”. Please provide photos or a list of what items will need to be removed, stored, and wall mounted. Response: Contractor to disregard General Note 2 on A201 regarding existing exhibits, Bid No. PWS22-1552FAC Addendum No. 1 memorabilia, signage, photos, pictures frames. These items will be removed under separate city contract. Contractor to (1) protect in place, or (2) remove, store and reinstall existing wayfinding and other signage during the work in each phased construction area. 17. Comment: Keynote #12 on A201 and A202 “all equipment, devices and appurtenances shall be relocated if found to conflict with interior modifications”. Since we don’t know what these items are and cannot quantify the labor required to remove and replace. Please clarify these un-known items will be paid by change order to the contract. Response: Equipment items and police radios will be removed under separate city contract. Contractor to abide by requirement of General Note 12 on A201 and A202 for treatment of standard office ventilation and life/safety devices where their location conflicts with interior renovation work. 18. Comment: Please release the sign-in sheet from the job walk / site visit on August 11th. Response: Please see Exhibit 1 PWS22-1522FAC Job Walk Sign In, attached to and made a part of this Addendum No. 1. 19. Comment: In order to install the PV support pipe per S204 and details 6, 8/S502, these pipes need to be welded to the beams. This will require the removal of existing roofing, substrate and decking under the PV areas. Please provide a section of existing roofing so we know how to demo and rebuild these sections of roofing so we can access the weld locations. Response: Please see Exhibit 5 Police & Fire HQ Bid Set Structural Drawings, attached for reference only and made a part of this Addendum No. 1. 20. Comment: Structural Inspections and Testing is by the Owner per sheet S003. The Material Testing described on sheet S004 is by the Contractor. Please confirm the contractor is to obtain/provide samples (and provide access) to the Owner’s Special Inspection and Testing contractor. For bidding purposes, please provide a detail of the existing grade beam to have #7 bar removed per Steel Reinforcing note 1 on S004. Response: Material testing scope specified in notes on S004 to be provided by Contractor. All other building code structural tests and inspections per notes on S003 to be performed by Owner’s inspection and testing contractor. Please see details 1 through 3/S411 for example details of existing grade beams, and sheets S-2, S-5, and S-6 for plans and details of the existing foundation system. 21. Comment: Please provide a detail of reconstruction of the grade beam. Response: Replace in kind the steel reinforcing obtained for testing from existing grade beams. Use welds or couplers to connect replacement rebar to existing rebar. Patch back concrete to original construction using proper patching materials, following manufacturer recommendations. Patching materials to be approved by Structural Engineer of Record. Please see sheets S-2, S-5, and S-6 for plans and details of the existing foundation system. 22. Comment: General Provisions section 6-2.20 1G & 2F describe installation of Systems Furniture. Please confirm System Furniture is OFOI or provide furniture details and specifications. Bid No. PWS22-1552FAC Addendum No. 1 Response: Please see Exhibit 6 Police & Fire HQ Furniture Drawings, attached for reference only and made a part of this Addendum No. 1. Contractor to coordinate with City Consultant Construction Management firm and city vendor for installation of owner furnished, owner installed fixtures and furnishings toward the end of each phase of the work. See electrical drawings E204 and E205 for furniture backgrounds. 23. Comment: Typical details on the elevations in sheets S301, S302, & S303 require access to weld on the exterior side of the walls requiring demolition of the Precast Wall panels shown on architectural elevation sheets A301, A302, & A302.1. Please advise if the architectural elevations demonstrate all the areas needing demolition/infill framing/screen panels per structural sheets. Please confirm that removing sections of the precast concrete wall panels will not undermine the structural integrity of the concrete walls. Response: At the locations indicated Contractor is to install the framing/screen panel similar to detail 13/A820. Locations are as follows: West Elevation – GL 8 at Level 2 and GL 10 at roof level; East Elevation – GL 6 at Level 2; South Elevation – GL D at roof level and Level 2. Contractor to follow the structural drawings for all retrofit locations. 24. Comment: Similarly (to question 9 above), the contractor is directed to install a storefront system at room 102 necessitating the removal of precast concrete and installation of structural framing. Please provide structural details for this work. Response: Contractor to note that demolition drawings are not part of the structural drawing set. The framing for the storefront at the front entrance was coordinated to be metal stud framing and the necessary storefront construction details are provided on A807 and A813. 25. Comment: (Regarding Security Access Control) The bid specifications call out for an access control server and workstation, but since the city is currently set up with VMware and the existing access system, please confirm that these will not be required in the bid submittal. Response: Contractor to note that the equipment schedule is where the equipment is listed, and that the specifications outline a base stock system. A server and workstation will not be needed, and the existing system will be used. 26. Comment: (Regarding Security Access Control) (Please) confirm which door numbers specifically will remain active during the Phase I & Phase II scope for the access control readers. Response: Contractor to note that this will need to be discussed with the city. In general, if the work area is within construction boundaries, the doors within those boundaries can be inactive and should be active if outside of the construction boundaries. III. Questions/Answers: 1. Question: Is this job prevailing wage? Answer: Yes. Bid No. PWS22-1552FAC Addendum No. 1 2. Question: Please let me know how much is the Estimated Bid Value: $137,000.00 or $1,370,000.00? Answer: A zero was missing in the bid estimate field in PlanetBids, that has been corrected. Per PlanetBids and bid documents, the estimated value was and remains $13,700.000.00. 3. Question: Is there any pre-qualifications required with the city for us to bid? Answer: Prequalification on this project is addressed in the RFP under Notice Inviting Bids. See BIDDERS STATEMENT OF TECHNICAL ABILITY AND EXPERTISE beginning on page 8 of RFP. 4. Question: Is the Project subject to Prevailing Wage Requirements or is it covered by a PSA or PLA? Answer: The information you are looking for is stated in the bid documents and on PlanetBids. 5. Question: Will a geotechnical report be provided to bidders for this project? Answer: Please see Exhibit 4, Geotechnical Report attached to and made a part of this Addendum No. 1 6. Question: (Regarding Security Access Control) The access control specifications are noting several software features that the access system can “support” specifically Mustering reports and Guard Touring. AMAG does support these features, but they are specific software modules that require added software costs and licensing fees to the existing platform. Are these programs the city wants to include in the current AMAG software architecture. Answer: Contractor to note that the specifications outline a base system. Selected system may be further detailed in follow up discussions with the city. 7. Question: (Regarding Security Access Control) The bid specifications call out for an ID badging set up and PC workstation. The city currently issues ID badges from another city administrative location. Does the city require another ID badging station? Answer: The city does not require another ID badging station. This is not listed on the equipment schedule and is therefore not a part of this project. 8. Question: (Regarding Security Access Control) The bid specifications call out for request to exit motion sensors at all card reader door locations. The electronic door hardware specifications also (require) request to exit solenoids be installed in all cylindrical and mortise type electronic locks. It is recommended that request to exit solenoids be installed in the electronic door hardware and motion rexes not be used only if necessary. Can the use of the motion-based request to exit device be removed from the bid specifications, if the electronic hardware provides this feature? Answer: The use of the motion-based request to exit devices can be removed from the bid specifications, if the electronic hardware provides this feature. 9. Question: (Regarding Security Access Control) (For) the “existing” card reader doors that are to remain in place, several of the existing to remain doors do not currently have magnetic door Bid No. PWS22-1552FAC Addendum No. 1 contacts and the bid specifications note these on all doors. Do the existing remaining internal doors have to be retrofitted with magnetic door contacts and request to exit devices. Answer: Some of the existing remaining internal doors have to be retrofitted with magnetic door contacts and request to exit devices. 10. Question: (Regarding Security Access Control) The current access control equipment is located in three (3) locations electrical room #172, #207 and IT closet SC-ER2. The two external gate readers (main driveway & employee parking) terminate in electrical room #172 as to maintain the integrity of the existing cabling from this location the request would be to leave the existing AMAG gate controllers and network connections in electrical room #172 this is the only way to continue to use the existing card readers during the Phase I & II construction. Relocating the gate controllers would require splicing the existing cabling and re-routing the wiring to the new room location for the access control equipment. The existing underground conduit from the building to both external gates has been there for a very, very long time and re-pulling that cable is not recommended. Leaving the gate controllers and network connection in the electrical room will allow the city to maintain access to both gate locations as well as other internal readers for programming and scheduling during construction as long as the network connection and 110v power remain in place. Is this acceptable? Answer: Yes, this is acceptable. 11. Question: (Regarding Security Access Control) Please confirm which room locations the new access control equipment is to be installed in on the 1st and 2nd floors? Answer: The new access control equipment is to be installed in the IDF rooms for each floor. 12. Question: (Regarding HID Readers) The existing HID readers at the Safety Center are HID RP10 proximity card readers and HID RMPK40 proximity/keypad readers. Will there be further information on which door locations require the RMPK40 proximity/keypad readers? Answer: Contractor to keep all existing readers and keypads as they are. Example; if the crime lab door has a RMPK40 and that door is being moved then move the RMPK40 to follow that door. This is detailed on the drawings. 13. Question: (Regarding Security Access Control) There are card reader door discrepancies between bid pages T600 (technology) and A701 (door schedule). On the door schedule (A701) there are the following doors noted as having card readers 104/146A/146B/160/183/184/106/107/109B. On the T600 map the doors currently do not have a CR icon noted. Please confirm if these doors do receive card readers. Answer: Contractor to note that card reader information in door schedule on A701 is to be used to update information on Drawing T600 in development of bid. 14. Question: (Regarding Security Access Control) Door discrepancies (appear) on the 2nd floor (also). Page A701 shows doors #245A/#245B, but page T600 show doors #240A/#240B. (Is this) a simple typo? Please confirm. Bid No. PWS22-1552FAC Addendum No. 1 Answer: Contractor to note that door schedule for level 2 is located on Drawing A702, and doors 245A/245B are the correct door numbers. Contractor to follow the door numbering on A702. 15. Question: (Regarding Security Access Control) Will 101B include an electronic locking mechanism so it can be controlled on a schedule to open and close daily? Answer: No, this is not currently part of the design. 16. Question: (Regarding Security Access Control) Will any existing or new doors have an automated handicapped entry assembly? Answer: Yes, contractor to note that doors 102A and 102B will require an automatic handicap entry assembly. 17. Question: (Regarding Security Access Control) (For) Door 122 and 199a will the electronic hardware be replaced on these 2 existing perimeter doors? Answer: Yes, the electronic hardware will be replaced at these two doors. 18. Question: (Regarding Security Access Control) There doesn’t (appear) to be information on the type of new intercoms required for the site. Does the city have a specific manufacture they’d like to use for these locations and what specifications they’d like (for) the intercoms to perform? Are the new intercoms under the security vendor scope? Answer: No new intercom work is a part of this contract. Existing intercoms are to remain. 19. Question: (Regarding Security Access Control) The bid specifications call out for some 40 hours of access control training since the city will remain with AMAG is all of this training still required? Answer: Contractor to disregard this requirement in the preparation of its bid. 20. Question: (Regarding Video Systems/Visitor Management System) The bid specifications require for the pre-approval of any platform other than the HID Easy Lobby. AMAG has a VMS platform that integrates with the existing Symmetry access platform. In reference to a PC workstation being required for the VMS platform due to the city’s requirements and specifications on PC manufactures it is recommended the city provide the necessary PC workstation for the VMS platform. This can be any standard desktop PC is this acceptable? Answer: Contractor to note that city will provide necessary PC workstation(s), as well as all hardware and system configuration for the VMS platform. 21. Question: (Regarding Video Systems/Visitor Management System) The bid specifications call out for external “bullet” type cameras. Can external vandal resistant domes be substituted for the bullet cameras as long as (they meet) the same required specifications and manufacturer? The current facility has existing external dome cameras. Answer: Yes, Contractor to substitute external vandal resistant domes for the bullet cameras meeting the same required specifications and manufacturer. Bid No. PWS22-1552FAC Addendum No. 1 22. Question: (Regarding Video Systems/Visitor Management System) Due to ongoing camera licensing support service, warranties and renewal fees associated with the existing camera licenses it is recommended that the city purchase the necessary ONSSI licensing from their current vendor for the newly installed network cameras. Is this option acceptable, or would it be best for the city to simply buy the necessary added licenses? Answer: Yes, the city will purchase the necessary ONSSI licensing from their current vendor. 23. Question: (Regarding Video Systems/Visitor Management System) The bid specifications request a wide array of features and benefits as well as a video server for all proposed video cameras. (Assuming) the city already has this in place, can this requirement be deleted entirely from the bid package? Answer: Yes, this requirement can be deleted. Contractor to note this change in the preparation of bid. 24. Question: (Regarding Video Systems/Visitor Management System) The bid specifications call for the integration of the network camera platform with the access control system. Would this be for “all” network cameras or just specific locations? Answer: Contractor to note that the existing system will remain. The new work does not require camera to access control integration 25. Question: (Regarding Video Systems/Visitor Management System) The bid specifications do not reference SD cards as back up for the cameras. Would this be something the city is interested in for this design? Answer: This is currently not in the scope of this project. 26. Question: (Regarding Video Systems/Visitor Management System) On the bid specifications, cameras #19 & #20 are located at the two auto entry gate locations. Will the two existing pedestal mount assemblies be replaced? Or will the new cameras be added to the existing pedestals. What is the expected view required of the two (2) cameras? Answer: Contractor to note that existing pedestal mount assemblies will not be replaced. The new cameras will be added to the existing pedestals and their view will be of approaching vehicles. 27. Question: (Regarding Video Systems/Visitor Management System) The bid specifications note License Plate Recognition then it (state) “Specifier to Edit”. There are no license plate cameras on the project, correct? Answer: Contractor to disregard this note in the preparation of bid. 28. Question: (Regarding Video Systems/Visitor Management System) The bid specifications call out for 5.0-megapixel cameras. Can recommendations be made for upgrading camera locations with higher megapixel cameras and multi-sensor type network cameras? Answer: Contractor to install equipment specified in equipment schedule. Bid No. PWS22-1552FAC Addendum No. 1 29. Question: (Regarding Video Systems/Visitor Management System) There are no network cameras specified for the MDF or IDF location should there be? Answer: No network cameras will be required for MDF or IDF locations. 30. Question: (Regarding Video Systems/Visitor Management System) There are no network cameras in lobby E175 entry area should there be? Answer: No network cameras for this area are in currently in the scope of this project. 31. Question: (Regarding Video Systems/Visitor Management System) Due to the city’s network cabling requirements and certifications, is the security vendor going to install the network camera cabling as part of their scope? Or is the network cabling vendor? Answer: The network cabling vendor is required to install the CAT cabling and terminate. 32. Question: (Regarding Video Systems/Visitor Management System) The bid specifications call out video training since the city currently has the ONSSI platform in place is training still required? Answer: No video training will be required. 33. Question: (Regarding Video Systems/Visitor Management System) There are panic/duress buttons noted in the main receptionist lobby area. What will the panics report too? Answer: Any existing panic buttons in the main lobby designated to be moved need to be reconnected to the system they are currently connected to. 34. Question: (Regarding Video Systems/Visitor Management System) Door release buttons. Currently there are no door release buttons noted on the plans. Will the city require internal buttons to release certain internal or perimeter door locations? Answer: No door release buttons are currently in the scope of this project. 35. Question: Are the (4) 24x60 modular buildings and the (5) 10x32 single units - indicated as “Safety Center Staff” - to be provided by the Contractor, or has the City of Carlsbad procured these temp facilities under a separate contract? Answer: See Edits and Clarifications to Bid Documents, item 3 above. PWS22-1552FAC PWS22-1552FAC PWS22-1552FAC PWS22-1552FAC PWS22-1552FAC PWS22-1552FAC PWS22-1552FAC PWS22-1552FAC Revised 6/12/18 Contract No. 4715 Page 12 of 123 Pages CITY OF CARLSBAD POLICE & FIRE HEADQUARTERS RENOVATION PROJECT (SAFETY CENTER) CONTRACT NO. 4715 CONTRACTOR'S PROPOSAL, R1 City Council City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans, Specifications, General Provisions, Contract Documents, and ad- denda thereto, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract No. 4715 in accordance with the Plans, Specifications, General Provisions, Contract Documents, and addenda thereto and that he/she will take in full payment for the work the total bid value stipulated below in the Schedule of Values com- prising the basis of award. The Schedule of Value Items listed below will be made a part of the basis of award and upon City approval of the Contractor’s value distributions, will become the Schedule of Values for monthly progress payments. Items of contract work not specifically referenced in the Sched- ule below, but customary in the construction industry for completing the scope of work described in the contract documents, shall be included in Schedule “A” below. Contractor to refer to all contract documents in the preparation of these values. NOTE: Any line items that exceed $500,000 in value will be reviewed by City’s Construction Management Consultant on site and will be broken into lesser sub parts. SCHEDULE OF VALUES “A” Item No. Description Approxi- mate Quantity and/or Unit Unit Price (Figures) Total Amount (Figures) A-1 Mobilization and Temporary Lump Sum $___________ Facilities, per Section 8 (Price in Words) A-2 General Provisions Lump Sum $___________ (Price in Words) A-3 Division 01; Temp HVAC & Utilities Lump Sum $___________ (Price in Words) PWS22-1552FAC - Addendum No. 1 Revised 6/12/18 Contract No. 4715 Page 13 of 123 Pages Item No. Description Approxi- mate Quantity and/or Unit Unit Price (Figures) Total Amount (Figures) A-4 Division 01; All other requirements Lump Sum $___________ (Price in Words) A-5 Division 03; Concrete Lump Sum $___________ (Price in Words) A-6 Division 04; Masonry Lump Sum $___________ (Price in Words) A-7 Division 05; Metals Lump Sum $___________ (Price in Words) A-8 Division 06; Wood, Plastics and Lump Sum $___________ Composites (Price in Words) A-9 Division 07; Thermal and Lump Sum $___________ Moisture Protection (Price in Words) A-10 Division 08; Openings Lump Sum $___________ (Price in Words) A-11 Division 09; Finishes Lump Sum $___________ (Price in Words) A-12 Division 10; Furnishings Lump Sum $___________ (Price in Words) PWS22-1552FAC - Addendum No. 1 Revised 6/12/18 Contract No. 4715 Page 14 of 123 Pages Item No. Description Approxi- mate Quantity and/or Unit Unit Price (Figures) Total Amount (Figures) A-13 Division 12; Specialties Lump Sum $___________ (Price in Words) A-14 Elevator Repair Work – Base Bid Lump Sum $___________ (Price in Words) A-15 Division 21; Fire Suppression Lump Sum $___________ (Price in Words) A-16 Division 22; Plumbing Lump Sum $___________ (Price in Words) A-17 Division 23; Heating, Vent. & AC Lump Sum $___________ (Price in Words) A-18 Division 26; Electrical Lump Sum $___________ (Price in Words) A-19 Division 27; Communications Lump Sum $___________ (Price in Words) A-20 Division 28; Electronic Safety/Security Lump Sum $___________ (Price in Words) A-21 Division 31; Site/Earthwork Lump Sum $___________ (Price in Words) A-22 Division 32; Exterior Improvements Lump Sum $___________ (Price in Words) PWS22-1552FAC - Addendum No. 1 Revised 6/12/18 Contract No. 4715 Page 15 of 123 Pages Item No. Description Approxi- mate Quantity and/or Unit Unit Price (Figures) Total Amount (Figures) A-23 Demobilization / Site Restoration Lump Sum $___________ (Price in Words) A-24 Allowance for replacement of 900 square feet 900 $___________ $___________ of wet roof insulation, plywood sheathing and square feet framing as needed & approved by city CM (Price in Words) A-25 Allowance for 1,500 square feet of spline 1,500 $___________ $___________ ceiling system and framing to be replaced with square feet new acoustical ceiling tile and framing system approved for installation elsewhere per drawings, as requested & approved by city CM (Price in Words) ADD ALTERNATE SCHEDULE OF VALUES “B” Item No. Description Approxi- mate Quantity and/or Unit Unit Price (Figures) Total Amount (Figures) B-1 Additional bid value amount to install 60 Lump Sum $___________ mil. fleece back membrane roof system with ½ inch recover board as noted on drawings, IN LIEU of base bid 45 mil. roof system noted on drawings and included in Schedule “A” above. (Price in Words) B-2 Additional bid value amount to complete Lump Sum $___________ alternate elevator work scope as noted on drawings IN LIEU of base bid elevator work scope noted on drawings and included in Schedule “A” above. (Price in Words) PWS22-1552FAC - Addendum No. 1 Revised 6/12/18 Contract No. 4715 Page 16 of 123 Pages Total amount of bid in words for Schedule “A” Items No. 1-25: ______________________________ ________________________________________________________________________________ Total amount of bid in numbers for Schedule “A” Items No. 1-25: $__________________________ Total amount of bid in words for Additive Alternate Schedule “B” Items No. 1-2:_________________ ________________________________________________________________________________ Total amount of bid in numbers for Additive Alternate Schedule “B” Items No. 1-2:$_____________ ________________________________________________________________________________ Total amount of bid in words for Schedule “A” and Additive Alternate Schedule “B”: ______________ ________________________________________________________________________________ Total amount of bid in numbers for Schedule “A” and Additive Alternative Schedule “B”: $__________ ________________________________________________________________________________ The City shall determine the lowest responsive bid based on the calculated sum of the line Items in Schedule “A” alone. After the low bid has been determined, the City may at its sole discretion, award the contract on Schedule “A” alone, or the sum of Schedule “A” and Schedule “B.” Price(s) given above are firm for 90 days after date of bid opening. Addendum(a) No(s). _________________________ has/have been received and is/are included in this bid. The Undersigned has carefully checked all of the above figures and understands that the City will not be responsible for any error or omission on the part of the Undersigned in preparing this bid. The Undersigned agrees that in case of default in executing the required Contract with necessary bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, the City may administratively authorize award of the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed to do business or act in the capacity of a contractor within the State of California, validly licensed under license number _______________, classification ______________ which expires on ____________, and Department of Industrial Relations PWC registration number _________________ which expires on ______________, and that this statement is true and correct and has the legal effect of an affidavit. A bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City § 7028.15(e). In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. However, at the time the contract is awarded, the contractor shall be properly licensed. The Undersigned bidder hereby represents as follows: 1. That no Council member, officer agent, or employee of the City of Carlsbad is personally inter- ested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; that no repre- sentation, oral or in writing, of the City Council, its officers, agents, or employees has inducted him/her PWS22-1552FAC - Addendum No. 1 Revised 6/12/18 Contract No. 4715 Page 17 of 123 Pages to enter into this Contract, excepting only those contained in this form of Contract and the papers made a part hereof by its terms; and 2. That this bid is made without connection with any person, firm, or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud. Accompanying this proposal is ______________________________(Cash, Certified Check, Bond or Cashier's Check) for ten percent (10%) of the amount bid. The Undersigned is aware of the provisions of section 3700 of the Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and agrees to comply with such provisions before com- mencing the performance of the work of this Contract and continue to comply until the contract is complete. The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Article 2, relative to the general prevailing rate of wages for each craft or type of worker needed to execute the Contract and agrees to comply with its provisions. IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) Name under which business is conducted _____________________________________ (2) Signature (given and surname) of proprietor ____________________________________ (3) Place of Business ________________________________________________________ (Street and Number) City and State _______________________________________________________________ (4) Zip Code ___________________ Telephone No. _________________________________ (5) E-Mail _____________________________________________________ IF A PARTNERSHIP, SIGN HERE: (1) Name under which business is conducted_________________________________________ (2) Signature (given and surname and character of partner) (Note: Signature must be made by a general partner) __________________________________________________________________________ __________________________________________________________________________ (3) Place of Business ___________________________________________________________ (Street and Number) City and State ______________________________________________________________ (4) Zip Code ___________________ Telephone No. __________________________________ (5) E-Mail _____________________________________________________ PWS22-1552FAC - Addendum No. 1 Revised 6/12/18 Contract No. 4715 Page 18 of 123 Pages IF A CORPORATION, SIGN HERE: (1) Name under which business is conducted ________________________________________ __________________________________________________________________________ (2) __________________________________________________________________________ (Signature) __________________________________________________________________________ (Title) Impress Corporate Seal here (3) Incorporated under the laws of the State of _________________________ (4) Place of Business ________________________________________________________ (Street and Number) City and State ______________________________________________________________ (5) Zip Code _____________________ Telephone No. _______________________________ (6) E-Mail _____________________________________________________ NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED List below names of president, vice president, secretary and assistant secretary, if a corporation; if a partnership, list names of all general partners, and managing partners: _____________________________________ _____________________________________ _____________________________________ _____________________________________ _____________________________________ _____________________________________ _____________________________________ _____________________________________ _____________________________________ _____________________________________ _____________________________________ _____________________________________ PWS22-1552FAC - Addendum No. 1 Hazardous Building Materials Survey Carlsbad Safety Center Renovation 2560 Orion Way Carlsbad, California City of Carlsbad 1635 Faraday Avenue | Carlsbad, California August 21, 2020 | Project No. 108715012 Geotechnical | Environmental | Construction Inspection & Testing | Forensic Engineering & Expert Witness Geophysics | Engineering Geology | Laboratory Testing | Industrial Hygiene | Occupational Safety | Air Quality | GIS August 21, 2020 Project No. 108715012 Mr. Steven Stewart City of Carlsbad - Facilities Engineering Division Public Works, Fleet & Facilities Department 1635 Faraday Avenue Carlsbad, California 92008 Subject: Hazardous Building Materials Survey Carlsbad Safety Center Renovation 2560 Orion Way Carlsbad, California 92008 Dear Mr. Stewart: In accordance with your request and authorization, Ninyo & Moore has performed a hazardous building materials (HBM) survey for the Carlsbad Safety Center (subject building) located at 2560 Orion Way in Carlsbad, California. The attached report presents our methodology, findings, and recommendations regarding the hazardous building materials at the subject building. Sincerely, NINYO & MOORE NSM/NJC/SJW/ Distribution: (1) Addressee (via e-mail) . Nicolas J. Carpenter, CAC# 12-4867 Senior Project Environmental Scientist Stephen J. Waide, CIH, CSP Principal Environmental Scientist 5710 Ruffin Road | San Diego, California 92123 | p. 858.576.1000 | www.ninyoandmoore.com Ninyo & Moore | 2560 Orion Way, Carlsbad, California | 108715012 | August 21, 2020 i CONTENTS 1 INTRODUCTION 13 2 OBJECTIVE AND SCOPE OF SERVICES 13 3 SITE DESCRIPTION 14 4 PHYSICAL LIMITATIONS 14 5 SAMPLE COLLECTION AND ANALYSES 15 5.1 Asbestos-Containing Materials Survey 15 5.2 Lead-Containing Surfaces Survey 16 5.3 Other Potential Hazardous Building Materials 16 6 FINDINGS AND RECOMMENDATIONS 16 6.1 Asbestos-Containing Materials 17 6.2 Lead-Containing Surfaces 17 6.3 Other Potential Hazardous Building Materials 18 7 LIMITATIONS 18 FIGURES 1 – Site Location 2 – Site Plan 3 – Sample Locations, 1st Floor 4 – Sample Locations, 2nd Floor and Roof TABLES 1 – Asbestos Survey Results 2 – Summary of Asbestos-Containing Materials 3 – XRF Data Sheet 4 – Summary of Lead-Containing Surfaces 5 – Summary of Other Potential Hazardous Building Materials Ninyo & Moore | 2560 Orion Way, Carlsbad, California | 108715012 | August 21, 2020 ii APPENDICES A – Suspect Asbestos-Containing Materials Sampling Protocol B – Laboratory Analytical Report and Chain-of-Custody Records C – County of San Diego – Rule 1206 Requirements D – XRF Testing Methodology E – CDPH Form 8552 - Lead Hazard Evaluation Report Ninyo & Moore | 2560 Orion Way, Carlsbad, California | 108715012 | August 21, 2020 1 INTRODUCTION Ninyo & Moore has conducted a HBM survey for the subject building addressed 2560 Orion Way, within the City of Carlsbad and County of San Diego, California (Figure 1). Our services included an asbestos-containing materials (ACM) survey, a lead-containing surfaces (LCS) survey, and visual identification and quantification of building materials potentially falling under the California Department of Toxic Substances Control (DTSC) Universal Waste Rule (UWR) and other potential hazardous building materials. The purpose of this survey was to locate suspect building materials/surfaces, to sample and test materials/surfaces, and to assess conditions and quantities of materials/surfaces in the subject building that may be impacted by proposed renovation activities. For the purposes of this assessment, LCS refers to both lead-based paint, as defined by the California Department of Public Health (CDPH) and U.S. Department of Housing and Urban Development (HUD), and other potential lead-containing materials, including, but not limited to, ceramic tile and porcelain bathroom fixtures. The survey was performed in accordance with established guidelines for the assessment of ACM and LCS, and is based upon conditions of the subject building at the time of the surveying activities. 2 OBJECTIVE AND SCOPE OF SERVICES The purpose of this report is to provide information regarding the current site conditions to assist the City of Carlsbad in implementing future site improvements to the subject building. Our scope of work performed for the study is identified below. • Conducted a visual reconnaissance of the subject building to document homogeneous areas and locate suspect ACM, LCS, building materials potentially falling under the UWR, and other potential hazardous building materials. • Collected 165 bulk samples of suspect ACM and submitted them to an independent laboratory for analysis of asbestos content. Samples were analyzed via the Environmental Protection Agency (EPA) recommended method of polarized light microscopy (PLM) in accordance with EPA Method 600/R-93/116 July 93. • Collected 278 X-Ray Fluorescence (XRF) readings of potential LCS. • Visually assessed building materials potentially falling under the UWR, including, but not limited to non-incandescent light bulbs, mercury-containing thermostat triggers, batteries, and electronic devices. Other potentially hazardous building materials, including, but not limited to, potential polychlorinated biphenyl-containing light ballasts, potential tritium-containing exit signs, potential americium-containing smoke detectors, and potential Freon™-containing air conditioning units and refrigerators, were noted, if observed. Ninyo & Moore | 2560 Orion Way, Carlsbad, California | 108715012 | August 21, 2020 • Prepared sample location maps showing locations where suspect ACM were collected and locations of XRF readings of surfaces with lead concentrations in excess of 0.5 milligram per square centimeter (mg/cm2), if encountered. • Prepared this report presenting our data and summarizing our findings and recommendations regarding ACM, LCS, and other potential hazardous building materials for the subject building. 3 SITE DESCRIPTION The survey encompassed the two-story Carlsbad Safety Center (Main Building) building and a one-story addition (Conference Center) attached to the southwest corner of the Main Building that was built at a later date. The 1st and 2nd Floors consist of various offices, restrooms, locker rooms, storage, and training spaces to support police and fire operations. The finishes consist of 12”x12” acoustic ceiling tiles and associated mastic, 2’x4’ acoustic ceiling panels; drywall ceilings and walls; carpet, vinyl floor tile, rubber and linoleum flooring with ceramic tile floors and walls in the restrooms. The custodial and mechanical spaces are the exceptions, with concrete floors. The exterior of the building consists of mostly concrete with some areas of stucco. The Conference Center consists a large conference room, two small restrooms, office, custodial and storage spaces. The ceiling is finished with 24”x24” acoustic ceiling panels and drywall. The wall finishes include ceramic tile and drywall. The flooring finishes are vinyl floor tile and associated mastic, carpet, linoleum, and ceramic tile. 4 PHYSICAL LIMITATIONS Survey activities were limited to the aboveground structures in the Main and Conference Buildings. Underground utilities, such as suspect cementious water lines or suspect insulated/coated gas or electrical lines were not assessed during survey activities. Physical limitations, such as inaccessible rooms, were encountered during survey activities in the Equipment Room of the Conference Center and the Division Chief’s Office and Crime Room in the Main Building. In addition, since non-destructive sampling techniques were used, there is a possibility that additional suspect materials and/or surfaces may be encountered in inaccessible areas (e.g., interstitial wall and ceiling spaces and canopy soffits) and rooms during building renovation and/or demolition activities. For instance, untested thermal system insulation may be present within wall and ceiling cavities and behind plumbing and heating fixtures (e.g., sinks, boilers, and radiators). Suspect materials and/or surfaces encountered during building Ninyo & Moore | 2560 Orion Way, Carlsbad, California | 108715012 | August 21, 2020 renovation and/or demolition activities that have not been assessed either may be assumed to be asbestos- and/or lead-containing and handled accordingly, or may be sampled and analyzed to assess whether they are asbestos- and/or lead-containing. 5 SAMPLE COLLECTION AND ANALYSES The subject building was assessed for the presence of ACM and LCS, and other potential hazardous building materials. The ACM and LCS surveys followed EPA guidelines, or industry standards, within the limitations of the scope of this assessment. Survey activities are discussed below. 5.1 Asbestos-Containing Materials Survey Ninyo & Moore’s objective was to collect representative samples of suspect ACM observed in the subject building. The asbestos survey was performed by a State of California Certified Site Surveillance Technician and a Certified Asbestos Consultant. Survey activities included a preliminary visual assessment and bulk sampling of suspect ACM and logging and mapping collected samples. Representative samples of suspect ACM were collected after identification of homogeneous sampling areas (areas in which the materials are uniform in color, texture, construction or application date, and general appearance). Material type, location, condition, and friability were noted for each homogeneous area. For the purposes of the assessment, the Main Building and Conference Center were treated as separate homogeneous areas. One hundred and seventy-five samples of suspect ACM were collected, using EPA-recommended sampling procedures (Appendix A). The suspect ACM samples were delivered to EMSL Analytical (EMSL) of San Diego, California for analysis. EMSL is accredited in the National Voluntary Laboratory Accreditation Program for bulk asbestos fiber analysis. The samples were analyzed for the presence and quantification of asbestos fibers, using PLM with dispersion staining, in accordance with EPA Method 600/R-93/116 July 93. Due to material layering, 304 separate PLM analyses were performed. The lower limit of reliable detection for asbestos using the PLM method is approximately 1% by weight. Currently, the EPA and the State of California stipulate that materials containing greater than 1% asbestos constitute ACM and the State of California stipulates that materials containing greater than 0.1% asbestos constitute asbestos-containing construction materials (ACCM). Building materials that were sampled and analyzed for the presence of asbestos in this survey are presented in the attached Table 1, and the locations from which bulk asbestos samples were collected during this survey are shown on Figures 3 and 4. Copies of the laboratory analytical report and chain-of-custody records for this limited survey are presented in Appendix B. County of San Diego - Rule 1206 required information is presented in Appendix C. Ninyo & Moore | 2560 Orion Way, Carlsbad, California | 108715012 | August 21, 2020 5.2 Lead-Containing Surfaces Survey Ninyo & Moore’s objective was to test suspect LCS observed in the subject building and to assess the condition of surfaces found to be lead-containing. The testing was conducted by a CDPH- certified Lead Sampling Technician using a portable NITON XLp 300A XRF spectrum analyzer, in accordance with accepted environmental science and engineering practices for renovation projects. The testing methodology utilized is presented in Appendix D. Two hundred and seventy-eight XRF readings (including calibration checks) were collected during the survey. Building components that were tested for the presence of lead during this limited survey are presented in the attached Table 3. The XRF testing orientation (A, B, C, and D wall orientations) utilized during the testing is depicted on Figures 3 and 4. A copy of CDPH Form 8552 “Lead Hazard Evaluation Report” for the subject building is included in Appendix E. For the purposes of this assessment, LCS refers to both lead-based paint, as defined by CDPH and HUD, and other potential lead-containing materials, including, but not limited to, ceramic tile and porcelain bathroom fixtures. LCS, based on the CDPH and HUD lead-based paint regulatory standards, are surfaces containing concentrations of lead greater than or equal to 1.0 mg/cm2, or 0.5% by weight. The City of San Diego, in Ordinance 19732, requires “lead-safe work practices”, as described in the ordinance, for surfaces with a lead content between 0.5 and 1.0 mg/cm2, effectively lowering the regulated lead concentration at which surfaces are treated as LCS. 5.3 Other Potential Hazardous Building Materials Ninyo & Moore performed a visual assessment of building materials potentially falling under the UWR, including, but not limited to non-incandescent light bulbs, mercury-containing thermostat triggers, batteries, and electronic devices. Other potentially hazardous building materials, including, but not limited to, potential polychlorinated biphenyl-containing light ballasts, potential tritium-containing exit signs, potential americium-containing smoke detectors, and potential Freon™-containing air conditioning units and refrigerators, were noted, if observed. In accordance with the scope of work, positive identification of the suspect hazardous material, via analytical testing, was not performed. Other potentially hazardous building materials are summarized in Table 5. 6 FINDINGS AND RECOMMENDATIONS The findings of these surveys are based on our visual observations and analysis of suspect building materials/surfaces. Our findings are presented below. Ninyo & Moore | 2560 Orion Way, Carlsbad, California | 108715012 | August 21, 2020 6.1 Asbestos-Containing Materials Based on the analytical results from this survey, ACM are located in the subject building. ACM are summarized in Table 2. Materials, which were not sampled as part of this assessment, that are uniform in color, texture, construction or application date, and/or general appearance to materials found to be asbestos-containing, should be assumed to be asbestos-containing. The identified ACM should not be disturbed. Prior to building renovation and/or demolition activities, a licensed asbestos abatement contractor should remove the ACM in accordance with federal, state and local regulations. It is the contractor’s responsibility to confirm ACM locations and quantities prior to bid submittals and initiating renovation and/or demolition activities for the subject building. Should additional suspect materials, not sampled or assessed in this report, be uncovered during building renovation and/or demolition: (a) samples of suspect materials should be collected for laboratory analysis, and all activities that may impact the materials should cease until laboratory analytical results are reviewed; or (b) the materials should be assumed to be asbestos-containing and handled as such. Note that any work involving the disturbance of materials containing asbestos should be performed using appropriate work practices, and be conducted by, and under the supervision of, properly trained, experienced, and certified personnel. 6.2 Lead-Containing Surfaces Based on the results of the XRF assays collected during this survey, surfaces containing concentrations of lead greater than or equal to 1.0 mg/cm2, or 0.5% by weight, were identified in the subject building. Surfaces with a lead content exceeding the regulatory standard for lead in surface coatings are summarized in Table 4. The identified LCS should be handled by an appropriately trained and licensed contractor in accordance with all federal, state, and local regulations. Prior to building renovation and/or demolition activities, a licensed contractor, using CDPH-certified personnel, should perform the LCS abatement in accordance with local, state, and federal regulations. It is the contractor’s responsibility to confirm LCS quantities and locations prior to bid submittals and initiating renovation and/or demolition activities for the subject building. The Contractor is also responsible for waste characterization for all materials removed from the subject building. Please note that disturbing surfaces containing lead concentrations below the LCS criteria, as defined by CDPH and HUD, (e.g., lead concentrations less than 1.0 mg/cm2, or 0.5% by weight) may still trigger the California Occupational Safety and Health Administration (Cal-OSHA) lead in Ninyo & Moore | 2560 Orion Way, Carlsbad, California | 108715012 | August 21, 2020 construction standard (e.g., Title 8, CCR Section 1532.1). In addition, please note that LCS condition was based upon Ninyo & Moore’s visual observations during survey activities and that LCS conditions may further deteriorate prior to renovation and/or demolition activities. Should suspect surfaces, not sampled or assessed in this report, be uncovered during building renovation and/or demolition: (a) samples of suspect surfaces should be collected for laboratory analysis and/or XRF testing of the suspect surfaces, and all activities that impact the suspect surfaces should cease until laboratory analytical results are reviewed and/or XRF testing results become available; or (b) the surfaces should be assumed to contain concentrations of lead greater than or equal to 1.0 mg/cm2, or 0.5% by weight, and handled as such. 6.3 Other Potential Hazardous Building Materials A visual assessment and quantification of all UWR and other potential hazardous building materials that could be impacted by renovation activities was performed. Other potential hazardous building materials observed throughout the subject buildings are summarized in Table 5 and include: • Fluorescent light tubes and associated ballasts, • Non-incandescent lights, • Tritium-powered exit signs, • Smoke detectors. Prior to renovation and/or demolition activities that could potentially disturb these materials, building materials falling under the UWR and other potential hazardous building materials should be removed and properly recycled or disposed of by a licensed contractor in accordance with federal, state and local regulations. It is the contractor’s responsibility to confirm miscellaneous hazardous building materials quantities and locations present prior to bid submittals and initiating renovation and/or demolition activities for the subject building. The Contractor is also responsible for waste characterization for all materials removed from the subject building. 7 LIMITATIONS Ninyo & Moore's opinions and recommendations regarding environmental conditions, as presented in this report, are based on limited sampling and chemical analysis. Further assessment of potential adverse environmental impacts may be accomplished by conducting a more comprehensive assessment. The samples collected and used for testing, and the observations made, are believed to be representative of the area evaluated. However, if additional suspect building materials are encountered during renovation and/or demolition activities, these materials should be sampled by qualified personnel, and analyzed for content Ninyo & Moore | 2560 Orion Way, Carlsbad, California | 108715012 | August 21, 2020 prior to further disturbance. In addition, please note that quantities of impacted building materials are approximate. It is the contractor’s responsibility to confirm quantities present. The environmental services described in this report have been conducted in general accordance with current regulatory guidelines and the standard of care exercised by environmental consultants performing similar work in the project area. No warranty, expressed or implied, is made regarding the professional opinions presented in this report. Variations in site conditions may exist and conditions not observed or described in this report may be encountered during subsequent activities. This document is intended to be used only in its entirety. No portion of the document, by itself, is designed to completely represent any aspect of the project described herein. Ninyo & Moore should be contacted if the reader requires any additional information, or has questions regarding content, interpretations presented, or completeness of this document. The environmental interpretations and opinions contained in this report are based on the results of laboratory tests and analyses intended to detect the presence and concentration of specific chemical or physical constituents in samples collected from the subject site. The testing and analyses have been conducted by an independent laboratory that is certified by the State of California to conduct such tests. Ninyo & Moore has no involvement in, or control over, such testing and analysis. Ninyo & Moore, therefore, disclaims responsibility for any inaccuracy in such laboratory results. Please note the laboratory analytical report states “Due to the magnification limitations inherent in PLM, asbestos fibers below the resolution capability of PLM may not be detected. Samples reported as <1% or none detected may require additional testings by transmission electron microscopy to confirm asbestos quantities.” Our findings, opinions, and recommendations are based on an analysis of the observed site conditions. It should be understood that the conditions of a site can change with time as a result of natural processes or the activities of humans at the subject site or nearby sites. In addition, changes to the applicable laws, regulations, codes, and standards of practice may occur due to government action or the broadening of knowledge. The findings of this report may, therefore, be invalidated over time, in part or in whole, by changes over which Ninyo & Moore has no control. Ninyo & Moore | 2560 Orion Way, Carlsbad, California | 108715012 | August 21, 2020 FIGURES SITE "!o 0 1,500 3,000 FEET MAP INDEX San DiegoCounty 1_108715012_SL.mxd 8/18/2020 AOBNOTE: DIRECTIONS, DIMENSIONS AND LOCATIONS ARE APPROXIMATE. | SOURCE: ESRI WORLD TOPO, 2020 SITE LOCATION FIGURE 1 108715012 | 8/20 CARLSBAD SAFETY CENTER2560 ORION WAY, CARLSBAD, CALIFORNIA LEGEND SITE BOUNDARY 2_108715012_SP.mxd 8/21/2020 AOBNOTE: DIRECTIONS, DIMENSIONS AND LOCATIONS ARE APPROXIMATE. | SOURCE: GOOGLE EARTH, 2020 SITE PLAN FIGURE 2 !o 0 100 200 FEET 108715012 | 8/20 CARLSBAD SAFETY CENTER2560 ORION WAY, CARLSBAD, CALIFORNIAORION WAY SAMPLE LOCATIONS, 1ST FLOOR FIGURE 3 0 FEET 40 80N Geotechnical & Environmental Sciences Consultants3 108715012 SPL 1ST.DWG AOBLEGEND XRF 170 ASB 165 ASBESTOS SAMPLE XRF ASSAY IN EXCESS OF 1.0 mg/cm2 CARLSBAD SAFETY CENTER 2560 ORION WAY, CARLSBAD, CALIFORNIA 108715012 I 8/20 C XRF ORIENTATION AB D NOTE: DIMENSIONS, DIRECTIONS AND LOCATIONS ARE APPROXIMATE.REFERENCE: RUHNAU MCGAVIN RUHNAU ASSOCIATES, DATED 9/16/85. ASB 130XRF 110 ASB 051ASB 131ASB 112 ASB 036ASB 129ASB 041ASB 141ASB 102 ASB 099ASB 147ASB 148ASB 035 ASB 132ASB 111ASB 040 ASB 113 ASB 134ASB 126 ASB 100 ASB 050 ASB 115,125 ASB 127 ASB 155ASB 163ASB 158ASB 154 ASB 165ASB 161ASB 156ASB 160 ASB 159 XRF 026,027 ASB 164ASB 162 ASB 157 ASB 114ASB 133 ASB 153ASB 128ASB 098ASB 107ASB 149ASB 124ASB 122 ASB 103,104,105 ASB 106 ASB 109ASB 146ASB 110 XRF 170 XRF 169 ASB 135 ASB 139ASB 151ASB 119 ASB 116 ASB 142,143 ASB 150 ASB 101 ASB 152 ASB 117 ASB 144,145 ASB 138 ASB 137 ASB 046 ASB 136ASB 118ASB 048 ASB 047ASB 049 XRF 125 ASB 037ASB 042 ASB 039ASB 044 ASB 123 ASB 108 ASB 020 ASB 027 ASB 026 ASB 031 ASB 034ASB 023 ASB 030 ASB 032 ASB 024ASB 029 ASB 025ASB 033 Geotechnical & Environmental Sciences ConsultantsSAMPLE LOCATIONS, 2ND FLOOR AND ROOF0FEETFIGURE4306004 108715012 SPL 2ND ROOF.DWG AOB CARLSBAD SAFETY CENTER2560 ORION WAY, CARLSBAD, CALIFORNIA108715012 I 8/20NOTE: DIMENSIONS, DIRECTIONS AND LOCATIONS ARE APPROXIMATE.REFERENCE: RUHNAU MCGAVIN RUHNAU ASSOCIATES, DATED 9/16/85.LEGENDXRF 245ASB 022ASB 097ASBESTOS SAMPLEASBESTOS ROOF SAMPLEXRF ASSAY IN EXCESS OF 1.0 mg/cm2ASB 007ASB 082ASB 071ASB 009ASB 005ASB 245ASB 067ASB 074ASB 059ASB 054ASB 066ASB 056ASB 006ASB 016ASB 001ASB 010ASB 003ASB 075ASB 022ASB 014ASB 002ASB 004ASB 011ASB 096ASB 014ASB 086ASB 013ASB 085ASB 076ASB 012ASB 021ASB 088ASB 080ASB 065,073ASB 015ASB 058ASB 018ASB 064ASB 053ASB 055ASB 057ASB 081ASB 072ASB 019XRF 079ASB 093ASB 060,069ASB 068, 079ASB 077ASB 061ASB 089ASB 078ASB 070ASB 090ASB 062ASB 091,092ASB 094ASB 095ASB 087ASB 052ASB 084ASB 017ASB 063,083ASB 008N Ninyo & Moore | 2560 Orion Way, Carlsbad, California | 108715012 | August 21, 2020 Appendix A Photographic Documentation TABLES Ninyo & Moore | 2560 Orion Way, Carlsbad, California | 108715012 | August 21, 2020 1 of 24 Sample No.Bldg. No.Room No.Sample Location Sample Description Approx. Quantity (1) Friable Y/N Condition Asbestos Content ASB-001 Conference Roof South lower roof - upper west Black roof assembly --N/A N/A ND ASB-002 Conference Roof South lower roof - upper south Roof assembly - black roofing --N/A N/A ND ASB-002A Conference Roof South lower roof - upper south Roof assembly - brown insulation --N/A N/A ND ASB-003 Conference Roof South lower roof - west Roof assembly - black roofing --N/A N/A ND ASB-003A Conference Roof South lower roof - west Roof assembly - brown insulation --N/A N/A ND ASB-004 Conference Roof South lower roof - south Roof assembly - black roofing --N/A N/A ND ASB-004A Conference Roof South lower roof - south Roof assembly - brown insulation --N/A N/A ND ASB-005 Main Roof Main roof - southwest Roof assembly - black/brown roofing --N/A N/A ND ASB-005A Main Roof Main roof - southwest Roof assembly - brown insulation --N/A N/A ND ASB-006 Main Roof Main roof - south Roof assembly - black roofing --N/A N/A ND ASB-006A Main Roof Main roof - south Roof assembly - brown insulation --N/A N/A ND ASB-007 Main Roof Main roof - east Roof assembly - black roofing --N/A N/A ND ASB-007A Main Roof Main roof - east Roof assembly - brown insulation --N/A N/A ND ASB-008 Main Roof Main roof - north Black roof assembly --N/A N/A ND ASB-009 Main Roof Main roof - west Roof assembly - black roofing --N/A N/A ND ASB-009A Main Roof Main roof - west Roof assembly - brown insulation --N/A N/A ND ASB-010 Conference Roof South lower roof - upper west White roof coating --N/A N/A ND ASB-010A Conference Roof South lower roof - upper west Black/silver roof penetration mastic --N/A N/A ND ASB-011 Conference Roof South lower roof - upper south White roof coating --N/A N/A ND ASB-011A Conference Roof South lower roof - upper south Tan foam insulation --N/A N/A ND ASB-011B Conference Roof South lower roof - upper south Black roof penetration mastic --N/A N/A ND ASB-012 Conference Roof South lower roof - north White roof coating --N/A N/A ND ASB-012A Conference Roof South lower roof - north Black/silver roof penetration mastic 2,000 SF N Good 2% chrysotile ASB-013 Conference Roof South lower roof - east White roof coating --N/A N/A ND Table 1 - Asbestos Survey Results Ninyo & Moore | 2560 Orion Way, Carlsbad, California | 108715012 | August 21, 2020 2 of 24 Sample No.Bldg. No.Room No.Sample Location Sample Description Approx. Quantity (1) Friable Y/N Condition Asbestos Content Table 1 - Asbestos Survey Results ASB-013A Conference Roof South lower roof - east Black/silver roof penetration mastic --N/A N/A ND ASB-014 Conference Roof South lower roof - center White roof coating --N/A N/A ND ASB-014A Conference Roof South lower roof - center Black roof penetration mastic --N/A N/A ND ASB-015 Main Roof Main roof - east White roof coating --N/A N/A ND ASB-015A Main Roof Main roof - east Black roof penetration mastic --N/A N/A ND ASB-016 Main Roof Main roof - south Silver paint --N/A N/A ND ASB-016A Main Roof Main roof - south Black roof penetration mastic --N/A N/A ND ASB-017 Main Roof Main roof - north Black roof penetration mastic --N/A N/A ND ASB-018 Main Roof Main roof - east White roof coating --N/A N/A ND ASB-018A Main Roof Main roof - east Black/silver roof penetration mastic --N/A N/A ND ASB-019 Main Roof Main roof - center Gray/black roof penetration mastic --N/A N/A ND ASB-020 Conference Exterior North lower roof - north wall Stucco - white finish coat --N/A N/A ND ASB-020A Conference Exterior North lower roof - north wall Stucco - gray base coat --N/A N/A ND ASB-021 Conference Exterior North lower roof - east wall Stucco - white finish coat --N/A N/A ND ASB-021A Conference Exterior North lower roof - east wall Stucco - gray base coat --N/A N/A ND ASB-022 Conference Exterior North lower wall - south wall Stucco - beige finish coat --N/A N/A ND ASB-022A Conference Exterior North lower wall - south wall Stucco - gray base coat --N/A N/A ND ASB-023 Main Exterior Main roof - south wall Stucco - white finish coat --N/A N/A ND ASB-023A Main Exterior Main roof - south wall Stucco - gray base coat --N/A N/A ND ASB-024 Main Exterior Main roof - east wall Stucco - beige finish coat --N/A N/A ND ASB-024A Main Exterior Main roof - east wall Stucco - gray base coat --N/A N/A ND ASB-025 Main Exterior Main roof - north wall Stucco - beige finish coat --N/A N/A ND ASB-025A Main Exterior Main roof - north wall Stucco - gray base coat --N/A N/A ND ASB-026 Main Exterior Roof patio - east wall Stucco - white/beige finish coat --N/A N/A ND ASB-026A Main Exterior Roof patio - east wall Stucco - gray base coat --N/A N/A ND ASB-027 Main Exterior Roof patio - south wall Stucco - white/beige finish coat --N/A N/A ND ASB-027A Main Exterior Roof patio - south wall Stucco - gray base coat --N/A N/A ND Ninyo & Moore | 2560 Orion Way, Carlsbad, California | 108715012 | August 21, 2020 3 of 24 Sample No.Bldg. No.Room No.Sample Location Sample Description Approx. Quantity (1) Friable Y/N Condition Asbestos Content Table 1 - Asbestos Survey Results ASB-028 Main Exterior Roof patio - north wall Stucco - white finish coat --N/A N/A ND ASB-028A Main Exterior Roof patio - north wall Stucco - gray base coat --N/A N/A ND ASB-029 Main Roof Main roof - north flashing Gray/beige flashing sealant --N/A N/A ND ASB-030 Main Roof Main roof - south flashing Gray/beige flashing sealant --N/A N/A ND ASB-031 Main Roof Main roof - west flashing White flashing sealant --N/A N/A ND ASB-032 Main Roof Main roof - east Gray/white bolt sealant --N/A N/A ND ASB-033 Main Roof Main roof - north Gray/white bolt sealant --N/A N/A ND ASB-034 Main Roof Main roof - south White bolt sealant --N/A N/A ND ASB-035 Main Exterior Southwest wall Beige concrete --N/A N/A ND ASB-035A Main Exterior Southwest wall Gray caulking --N/A N/A ND ASB-036 Main Exterior West wall Beige concrete --N/A N/A ND ASB-037 Main Exterior Northeast wall Beige concrete --N/A N/A ND ASB-037A Main Exterior Northeast wall Gray caulking --N/A N/A ND ASB-038 Main Exterior East wall Beige concrete --N/A N/A ND ASB-038A Main Exterior East wall Gray caulking --N/A N/A ND ASB-039 Main Exterior North wall Beige concrete --N/A N/A ND ASB-039A Main Exterior North wall Gray caulking --N/A N/A ND ASB-040 Main Exterior Southwest wall Gray sealant --N/A N/A ND ASB-041 Main Exterior West wall Gray sealant --N/A N/A ND ASB-042 Main Exterior Northeast wall Gray sealant --N/A N/A ND ASB-043 Main Exterior East wall Gray sealant --N/A N/A ND ASB-044 Main Exterior North wall Gray sealant --N/A N/A ND ASB-045 Main Exterior South wall (glass)Gray grout --N/A N/A ND ASB-046 Main Sally Port East wall Stucco - white/beige finish coat --N/A N/A ND ASB-046A Main Sally Port East wall Stucco - gray base coat --N/A N/A ND ASB-047 Main Sally Port South wall Stucco - white finish coat --N/A N/A ND ASB-047A Main Sally Port South wall Stucco - gray base coat --N/A N/A ND ASB-048 Main Sally Port North wall Stucco - white finish coat --N/A N/A ND ASB-048A Main Sally Port North wall Stucco - gray base coat --N/A N/A ND ASB-049 Main Sally Port South ceiling Stucco - white finish coat --N/A N/A ND ASB-049A Main Sally Port South ceiling Stucco - gray base coat --N/A N/A ND ASB-050 Main Exterior South wall - between wall and ground Gray sealant --N/A N/A ND ASB-051 Main Exterior West wall - between wall and ground Gray sealant --N/A N/A ND Ninyo & Moore | 2560 Orion Way, Carlsbad, California | 108715012 | August 21, 2020 4 of 24 Sample No.Bldg. No.Room No.Sample Location Sample Description Approx. Quantity (1) Friable Y/N Condition Asbestos Content Table 1 - Asbestos Survey Results ASB-052 Main Conference Northeast ceiling 2'x2' white/beige acoustic ceiling panel --N/A N/A ND ASB-053 Main Investigation Services East ceiling 2'x2' white/beige acoustic ceiling panel --N/A N/A ND ASB-054 Main Fire Chief Secretary Southeast ceiling 2'x2' brown/white acoustic ceiling panel --N/A N/A ND ASB-055 Main North Corridor South ceiling 12"x12" white/beige acoustic ceiling tile --N/A N/A ND ASB-055 Main North Corridor South ceiling Brown acoustic ceiling tile mastic --N/A N/A ND ASB-056 Main Executive Conference Southwest ceiling 12"x12" gray/white acoustic ceiling tile --N/A N/A ND ASB-056A Main Executive Conference Southwest ceiling Brown acoustic ceiling tile mastic --N/A N/A ND ASB-057 Main Custodial East ceiling Brown/white drywall --N/A N/A ND ASB-057A Main Custodial East ceiling White joint compound --N/A N/A ND ASB-057B Main Custodial East ceiling Beige drywall tape --N/A N/A ND ASB-058 Main Investigation Services South ceiling Brown/white drywall --N/A N/A ND ASB-058A Main Investigation Services South ceiling White joint compound --N/A N/A ND ASB-058B Main Investigation Services South ceiling Beige drywall tape --N/A N/A ND ASB-059 Main Fire Chief Restroom Southwest ceiling Brown/white drywall --N/A N/A ND ASB-059A Main Fire Chief Restroom Southwest ceiling White joint compound --N/A N/A ND ASB-059B Main Fire Chief Restroom Southwest ceiling Beige drywall tape --N/A N/A ND ASB-060 Main South Stair North wall White wallpaper --N/A N/A ND ASB-060A Main South Stair North wall White drywall --N/A N/A ND ASB-060B Main South Stair North wall Brown drywall tape --N/A N/A ND ASB-061 Main Work North wall White drywall --N/A N/A ND ASB-061A Main Work North wall Beige joint compound --N/A N/A ND ASB-061B Main Work North wall Brown drywall tape --N/A N/A ND ASB-062 Main Mechanical East wall Brown/white drywall --N/A N/A ND ASB-062A Main Mechanical East wall White joint compound --N/A N/A ND ASB-062B Main Mechanical East wall Beige drywall tape --N/A N/A ND Ninyo & Moore | 2560 Orion Way, Carlsbad, California | 108715012 | August 21, 2020 5 of 24 Sample No.Bldg. No.Room No.Sample Location Sample Description Approx. Quantity (1) Friable Y/N Condition Asbestos Content Table 1 - Asbestos Survey Results ASB-063 Main Conference Southeast wall Brown/white wallpaper --N/A N/A ND ASB-063A Main Conference Southeast wall Beige wallpaper mastic --N/A N/A ND ASB-063B Main Conference Southeast wall Brown/white drywall --N/A N/A ND ASB-063C Main Conference Southeast wall Beige joint compound --N/A N/A ND ASB-063D Main Conference Southeast wall Beige drywall tape --N/A N/A ND ASB-064 Main Interview 222 Northwest wall White drywall --N/A N/A ND ASB-064A Main Interview 222 Northwest wall Beige joint compound --N/A N/A ND ASB-064B Main Interview 222 Northwest wall Brown drywall tape --N/A N/A ND ASB-065 Main Fire Training Southeast wall White drywall --N/A N/A ND ASB-065A Main Fire Training Southeast wall Beige joint compound --N/A N/A ND ASB-065B Main Fire Training Southeast wall Brown drywall tape --N/A N/A ND ASB-066 Main Fire Chief Northeast wall Brown/white drywall --N/A N/A ND ASB-066A Main Fire Chief Northeast wall White joint compound --N/A N/A ND ASB-067 Main Executive Conference North wall Brown/white drywall --N/A N/A ND ASB-067A Main Executive Conference North wall White joint compound --N/A N/A ND ASB-067B Main Executive Conference North wall Silver/beige wallpaper --N/A N/A ND ASB-068 Main Fire Storage West lower wall Gray covebase --N/A N/A ND ASB-068A Main Fire Storage West lower wall Beige covebase glue --N/A N/A ND ASB-069 Main South Stair North lower wall Tan covebase glue --N/A N/A ND ASB-070 Main Photo Lab Northwest floor Yellow carpet glue --N/A N/A ND ASB-071 Main Lounge South floor Gray carpet --N/A N/A ND ASB-071A Main Lounge South floor Tan/yellow carpet glue --N/A N/A ND ASB-072 Main IT Northwest floor Black carpet --N/A N/A ND ASB-072A Main IT Northwest floor Yellow carpet glue --N/A N/A ND ASB-073 Main Fire Training Southeast floor Yellow carpet glue --N/A N/A ND ASB-074 Main Executive Conference South floor Black carpet --N/A N/A ND ASB-074A Main Executive Conference South floor Yellow carpet glue --N/A N/A ND ASB-075 Main Fire Marshall East floor Yellow carpet glue --N/A N/A ND ASB-076 Main Fire Chief Northeast floor Yellow carpet glue --N/A N/A ND ASB-077 Main Work Northeast floor 12"x12" gray vinyl floor tile --N/A N/A ND ASB-077A Main Work Northeast floor Black vinyl floor tile mastic 650 SF N Good 5% chrysotile Ninyo & Moore | 2560 Orion Way, Carlsbad, California | 108715012 | August 21, 2020 6 of 24 Sample No.Bldg. No.Room No.Sample Location Sample Description Approx. Quantity (1) Friable Y/N Condition Asbestos Content Table 1 - Asbestos Survey Results ASB-078 Main Work Northwest floor 12"x12" gray vinyl floor tile --N/A N/A ND ASB-078A Main Work Northwest floor Black vinyl floor tile mastic See ASB- 077A N Good 5% chrysotile ASB-079 Main Fire Storage West floor 12"x12" gray vinyl floor tile --N/A N/A ND ASB-079A Main Fire Storage West floor Black vinyl floor tile mastic See ASB- 077A N Good 7% chrysotile ASB-080 Main Fire Storage 2 Southeast floor 12"x12" tan/gray vinyl floor tile --N/A N/A ND ASB-080A Main Fire Storage 2 Southeast floor Black vinyl floor tile mastic See ASB- 077A N Good 8% chrysotile ASB-081 Main Custodial West floor Gray linoleum --N/A N/A ND ASB-081A Main Custodial West floor Beige linoleum mastic --N/A N/A ND ASB-082 Main Lounge Southwest floor Gray rubber flooring --N/A N/A ND ASB-082A Main Lounge Southwest floor Gray glue --N/A N/A ND ASB-083 Main Conference Southeast floor Beige rubber flooring --N/A N/A ND ASB-083A Main Conference Southeast floor Yellow glue --N/A N/A ND ASB-084 Main North Stair Staircase Gray rubber flooring --N/A N/A ND ASB-084A Main North Stair Staircase Yellow glue --N/A N/A ND ASB-085 Main South Stair Staircase Gray rubber flooring --N/A N/A ND ASB-085A Main South Stair Staircase Yellow glue --N/A N/A ND ASB-086 Main South Stair Staircase Gray rubber flooring --N/A N/A ND ASB-087 Main Conference Southeast sink Beige sink undercoating --N/A N/A ND ASB-088 Main Fire Break East sink White sink undercoating --N/A N/A ND ASB-089 Main Lounge North sink Beige sink undercoating --N/A N/A ND ASB-090 Main Mechanical East upper wall at beam Gray sealant --N/A N/A ND ASB-091 Main Mechanical HVAC unit Gray bolt sealant, layer 1 --N/A N/A ND ASB-091A Main Mechanical HVAC unit Gray bolt sealant, layer 2 --N/A N/A ND ASB-092 Main Mechanical HVAC unit White tape/sealant --N/A N/A ND ASB-093 Main Clerical Pool HVAC ducting above drop-ceiling Beige tape/sealant --N/A N/A ND ASB-094 Main Mechanical HVAC unit Gray/yellow insulation --N/A N/A ND ASB-095 Main Mechanical Piping White insulation wrap --N/A N/A ND ASB-095A Main Mechanical Piping Yellow insulation --N/A N/A ND ASB-096 Main Fire Clerical Piping above drop-ceiling Yellow insulation --N/A N/A ND ASB-096A Main Fire Clerical Piping above drop-ceiling White/silver insulation wrap --N/A N/A ND ASB-097 Main Gym East ceiling 2'x2' tan/white acoustic ceiling panel --N/A N/A ND Ninyo & Moore | 2560 Orion Way, Carlsbad, California | 108715012 | August 21, 2020 7 of 24 Sample No.Bldg. No.Room No.Sample Location Sample Description Approx. Quantity (1) Friable Y/N Condition Asbestos Content Table 1 - Asbestos Survey Results ASB-098 Main Traffic Center ceiling 2'x2' tan/white acoustic ceiling panel --N/A N/A ND ASB-099 Main Briefing East ceiling 2'x2' tan/white acoustic ceiling panel --N/A N/A ND ASB-100 Main Records Work East ceiling 2'x2' brown/white acoustic ceiling panel --N/A N/A ND ASB-101 Main East Corridor South ceiling 12"x12" white/beige acoustic ceiling tile --N/A N/A ND ASB-101A Main East Corridor South ceiling Brown acoustic ceiling tile mastic --N/A N/A ND ASB-102 Main East Entry Southeast ceiling 12"x12" white/beige acoustic ceiling tile --N/A N/A ND ASB-102A Main East Entry Southeast ceiling Brown acoustic ceiling tile mastic --N/A N/A ND ASB-103 Main North Corridor North ceiling 12"x12" gray/white acoustic ceiling tile --N/A N/A ND ASB-103A Main North Corridor North ceiling Brown acoustic ceiling tile mastic --N/A N/A ND ASB-104 Main North Corridor North ceiling 12"x12" gray/white acoustic ceiling tile --N/A N/A ND ASB-104A Main North Corridor North ceiling Brown acoustic ceiling tile mastic --N/A N/A ND ASB-105 Main North Corridor North ceiling White drywall --N/A N/A ND ASB-105A Main North Corridor North ceiling White joint compound --N/A N/A ND ASB-105B Main North Corridor North ceiling Brown drywall tape --N/A N/A ND ASB-106 Main Electrical South ceiling White drywall --N/A N/A ND ASB-106A Main Electrical South ceiling White joint compound --N/A N/A ND ASB-106B Main Electrical South ceiling Brown drywall tape --N/A N/A ND ASB-107 Main Men's Locker South ceiling Brown/white drywall --N/A N/A ND ASB-107A Main Men's Locker South ceiling White joint compound --N/A N/A ND ASB-107B Main Men's Locker South ceiling Beige drywall tape --N/A N/A ND ASB-108 Main Mechanical Northwest wall White drywall --N/A N/A ND ASB-108A Main Mechanical Northwest wall White joint compound --N/A N/A ND ASB-108B Main Mechanical Northwest wall Brown drywall tape --N/A N/A ND ASB-109 Main Elevator North wall White drywall --N/A N/A ND ASB-109A Main Elevator North wall Brown drywall tape --N/A N/A ND ASB-110 Main Electrical East wall Brown/white drywall --N/A N/A ND ASB-110A Main Electrical East wall White joint compound --N/A N/A ND ASB-110B Main Electrical East wall Beige drywall tape --N/A N/A ND ASB-111 Main Briefing South wall White wallpaper --N/A N/A ND Ninyo & Moore | 2560 Orion Way, Carlsbad, California | 108715012 | August 21, 2020 8 of 24 Sample No.Bldg. No.Room No.Sample Location Sample Description Approx. Quantity (1) Friable Y/N Condition Asbestos Content Table 1 - Asbestos Survey Results ASB-111A Main Briefing South wall Brown/white drywall --N/A N/A ND ASB-111 Main Briefing South wall White joint compound --N/A N/A ND ASB-111 Main Briefing South wall Beige drywall tape --N/A N/A ND ASB-112 Main Field Equipment West wall White drywall --N/A N/A ND ASB-112A Main Field Equipment West wall White joint compound --N/A N/A ND ASB-112B Main Field Equipment West wall Brown drywall tape --N/A N/A ND ASB-113 Main Records Supply Northeast wall Brown/white drywall --N/A N/A ND ASB-113A Main Records Supply Northeast wall White joint compound --N/A N/A ND ASB-113B Main Records Supply Northeast wall Beige drywall tape --N/A N/A ND ASB-114 Main Lobby Northwest wall White/purple wallpaper --N/A N/A ND ASB-114A Main Lobby Northwest wall White drywall --N/A N/A ND ASB-114B Main Lobby Northwest wall White/beige joint compound --N/A N/A ND ASB-114C Main Lobby Northwest wall Brown drywall tape --N/A N/A ND ASB-115 Main Press Northwest wall White wallpaper --N/A N/A ND ASB-115A Main Press Northwest wall White drywall --N/A N/A ND ASB-115B Main Press Northwest wall White joint compound --N/A N/A ND ASB-115C Main Press Northwest wall Brown drywall tape --N/A N/A ND ASB-116 Main Dispatch East wall Orange wall padding --N/A N/A ND ASB-117 Main North Corridor East lower wall Beige covebase mastic --N/A N/A ND ASB-117A Main North Corridor East lower wall Brown/white drywall --N/A N/A ND ASB-118 Main Detention East lower wall Beige covebase mastic, layer 1 --N/A N/A ND ASB-118A Main Detention East lower wall Brown covebase mastic, layer 2 --N/A N/A ND ASB-118B Main Detention East lower wall Gray/white cementitious material --N/A N/A ND ASB-119 Main Dispatch Break Southeast lower wall Beige covebase mastic --N/A N/A ND ASB-119A Main Dispatch Break Southeast lower wall Brown/white drywall --N/A N/A ND ASB-119B Main Dispatch Break Southeast lower wall White joint compound --N/A N/A ND ASB-120 Main Detention North ceiling Gray concrete/texture --N/A N/A ND Ninyo & Moore | 2560 Orion Way, Carlsbad, California | 108715012 | August 21, 2020 9 of 24 Sample No.Bldg. No.Room No.Sample Location Sample Description Approx. Quantity (1) Friable Y/N Condition Asbestos Content Table 1 - Asbestos Survey Results ASB-121 Main Women's Locker Benches Yellow glue --N/A N/A ND ASB-122 Main Men's Locker Benches Orange glue --N/A N/A ND ASB-122A Main Men's Locker Benches Gray cementitious material --N/A N/A ND ASB-123 Main North Corridor North floor Yellow carpet glue --N/A N/A ND ASB-124 Main Men's Locker West floor Yellow carpet glue --N/A N/A ND ASB-125 Main Press Northwest floor Yellow carpet glue --N/A N/A ND ASB-125A Main Press Northwest floor Gray carpet --N/A N/A ND ASB-126 Main Records Southeast floor Yellow carpet glue --N/A N/A ND ASB-126A Main Records Southeast floor Gray cementitious material --N/A N/A ND ASB-127 Main Records Southwest floor Gray carpet --N/A N/A ND ASB-127A Main Records Southwest floor Yellow carpet glue --N/A N/A ND ASB-128 Main Traffic West floor Gray/yellow/orange carpet glue --N/A N/A ND ASB-129 Main East Entry East floor Yellow carpet glue --N/A N/A ND ASB-130 Main Evidence Supply Northwest floor 12"x12" tan/beige vinyl floor tile --N/A N/A ND ASB-130A Main Evidence Supply Northwest floor Black vinyl floor tile mastic 2,000 SF N Good 5% chrysotile ASB-131 Main Field Equipment West floor 12"x12" tan/beige vinyl floor tile --N/A N/A ND ASB-131A Main Field Equipment West floor Black vinyl floor tile mastic See ASB- 130A N Good 5% chrysotile ASB-132 Main AV East floor Yellow carpet glue --N/A N/A ND ASB-132A Main AV East floor 12"x12" tan/beige vinyl floor tile --N/A N/A ND ASB-132B Main AV East floor Black vinyl floor tile mastic See ASB- 130A N Good 7% chrysotile ASB-133 Main Finger Printing Southwest floor 12"x12" tan/beige vinyl floor tile --N/A N/A ND ASB-133A Main Finger Printing Southwest floor Black vinyl floor tile mastic See ASB- 130A N Good 8% chrysotile ASB-134 Main Record Storage South floor 12"x12" gray vinyl floor tile --N/A N/A ND ASB-134A Main Record Storage South floor Black vinyl floor tile mastic See ASB- 130A N Good 5% chrysotile ASB-135 Main Atrium South floor Rust colored leveling compound --N/A N/A ND ASB-135A Main Atrium South floor Gray cementitious material --N/A N/A ND ASB-136 Main Detention East floor Gray linoleum --N/A N/A ND ASB-136A Main Detention East floor Yellow linoleum glue --N/A N/A ND Ninyo & Moore | 2560 Orion Way, Carlsbad, California | 108715012 | August 21, 2020 10 of 24 Sample No.Bldg. No.Room No.Sample Location Sample Description Approx. Quantity (1) Friable Y/N Condition Asbestos Content Table 1 - Asbestos Survey Results ASB-137 Main Detention Northwest floor Gray linoleum --N/A N/A ND ASB-137A Main Detention Northwest floor Orange linoleum glue --N/A N/A ND ASB-138 Main Custodial South floor Gray linoleum --N/A N/A ND ASB-138A Main Custodial South floor Yellow linoleum glue --N/A N/A ND ASB-139 Main Dispatch Break Southwest floor Gray linoleum --N/A N/A ND ASB-139A Main Dispatch Break Southwest floor Gray/clear linoleum glue --N/A N/A ND ASB-139B Main Dispatch Break Southwest floor Gray leveling compound --N/A N/A ND ASB-140 Main Gym Southeast floor Black rubber floor --N/A N/A ND ASB-140 Main Gym Southeast floor Yellow glue --N/A N/A ND ASB-141 Main Reports South floor Gray rubber flooring --N/A N/A ND ASB-141A Main Reports South floor Yellow glue --N/A N/A ND ASB-142 Main Mechanical HVAC ducting White tape/sealant --N/A N/A ND ASB-143 Main Mechanical HVAC ducting White sealant --N/A N/A ND ASB-144 Main Mechanical Piping White/silver insulation wrap --N/A N/A ND ASB-144A Main Mechanical Piping Yellow insulation --N/A N/A ND ASB-145 Main Mechanical Piping White/silver insulation wrap --N/A N/A ND ASB-145A Main Mechanical Piping Yellow insulation --N/A N/A ND ASB-146 Main Electrical North ceiling Gray insulation --N/A N/A ND ASB-147 Main Briefing Ducting Yellow insulation --N/A N/A ND ASB-148 Main Briefing East windows Gray caulking --N/A N/A ND ASB-149 Main Men's Shower West windows Gray caulking --N/A N/A ND ASB-149A Main Men's Shower West windows White grout --N/A N/A ND ASB-150 Main Evidence West sink Beige sink undercoating --N/A N/A ND ASB-151 Main Dispatch Break Southeast sink Beige sink undercoating --N/A N/A ND ASB-152 Main Crime Lab North sink Beige sink undercoating --N/A N/A ND ASB-153 Main Finger Printing Southeast sink Beige sink undercoating --N/A N/A ND ASB-154 Conference Office South ceiling 2'x2' white/beige acoustic ceiling panel --N/A N/A ND ASB-155 Conference Men's RR West ceiling Brown/white drywall --N/A N/A ND ASB-155A Conference Men's RR West ceiling White joint compound --N/A N/A ND ASB-155B Conference Men's RR West ceiling Beige drywall tape --N/A N/A ND ASB-156 Conference Storage West wall White drywall --N/A N/A ND Ninyo & Moore | 2560 Orion Way, Carlsbad, California | 108715012 | August 21, 2020 11 of 24 Sample No.Bldg. No.Room No.Sample Location Sample Description Approx. Quantity (1) Friable Y/N Condition Asbestos Content Table 1 - Asbestos Survey Results ASB-156A Conference Storage West wall White joint compound --N/A N/A ND ASB-156B Conference Storage West wall Brown drywall tape --N/A N/A ND ASB-157 Conference Custodial Southeast wall Brown/white drywall --N/A N/A ND ASB-157A Conference Custodial Southeast wall White joint compound --N/A N/A ND ASB-157B Conference Custodial Southeast wall Beige drywall tape --N/A N/A ND ASB-158 Conference Office Southwest floor Gray carpet --N/A N/A ND ASB-158A Conference Office Southwest floor Yellow carpet glue --N/A N/A ND ASB-159 Conference Conference West floor Gray carpet --N/A N/A ND ASB-159A Conference Conference West floor Yellow carpet glue --N/A N/A ND ASB-160 Conference Conference Southeast floor Yellow/green carpet glue --N/A N/A ND ASB-161 Conference Storage Northwest floor 12"x12" tan/beige vinyl floor tile --N/A N/A ND ASB-161A Conference Storage Northwest floor Black vinyl floor tile mastic 350 SF N Good 7% chrysotile ASB-162 Conference Custodial Central floor Gray linoleum --N/A N/A ND ASB-162A Conference Custodial Central floor Yellow linoleum glue --N/A N/A ND ASB-163 Conference Hallway Central ceiling Yellow roll-out insulation --N/A N/A ND ASB-164 Conference Custodial West piping Yellow insulation --N/A N/A ND ASB-164A Conference Custodial West piping Beige insulation wrap --N/A N/A ND ASB-165 Conference Hallway Sink Gray sink undercoating --N/A N/A ND NOTES: Bulk asbestos sample analysis via USEPA 600/R-93/116 method using polarized light microscopy, unless otherwise noted. HVAC = Heating, ventilation and air conditioning EA = Each LF = Linear feet SF = Square feet N/A = Not applicable ND = None detected (1) = Material quantities are approximate and are not intended to be used or interpreted as actual quantities. It is the contractor's responsibility to confirm material quantities prior to bid submittals and initiating renovation and/or demolition activities at the site. Ninyo & Moore | 2560 Orion Way, Carlsbad, California | 108715012 | August 21, 2020 12 of 24 Sample No.(s)ACM Location (1)ACM Description Approx. Quantity (2)Friable Y/N Condition Asbestos Content ASB-012A Roofs throughout - Main and ConferenceBuildings Roof penetration mastic 2,000 SF N Good 2% chrysotile ASB-077A, ASB-078A, ASB-079A, and ASB- 080A Second Floor - Work Room, Fire Storage 1, and Fire Storage 2 - floors throughout under 12"x12" vinyl floor tile Black vinyl floor tile mastic 650 SF N Good 5-8% chrysotile ASB-130A, ASB-131A, ASB-132B, ASB-133A, and ASB-134A First Floor - Evidence Supply, Field Equipment, AV, and Finger Printing - floors throughout under 12"x12" vinyl floor tile and/or carpet Black vinyl floor tile mastic 2,000 SF N Good 5-8% chrysotile ASB-161A Storage - floor throughout under 12"x12" vinyl floor tile Black vinyl floor tile mastic 350 SF N Good 7% chrysotile NOTES: EA = Each LF = Linear feet SF = Square feet Table 2 - Summary of Asbestos-Containing Materials (1) = ACM locations are based upon Ninyo & Moore's visual observations during survey activities. Materials that are uniform in color, texture, construction or application date, and/or general appearance to materials found to be asbestos-containing, should be presumed to be asbestos-containing. (2) = Material quantities are approximate and are not intended to be used or interpreted as actual quantities. It is the contractor's responsibility to confirm material quantities prior to bid submittals and initiating renovation and/or demolition activities at the site. Conference Center Main Building Ninyo & Moore | 2560 Orion Way, Carlsbad, California | 108715012 | August 21, 2020 13 of 24 Reading No.Building Floor Side Room / Area Source / Component Substrate Condition Color Results (Pos/Neg) Approx. Quantity (1) Lead Reading (mg/cm2) Precision (+/- mg/cm2) 1 ----------NA -- 2 -------------- 3 -------------- 4 -------------- 4 Conference 2 B Foyer Wall Drywall Intact Tan NEG --0.00 0.01 5 Conference 2 C Foyer Door frame Metal Intact Grey NEG --0.00 0.02 6 Conference 1 B Foyer Floor Ceramic tile Intact Tan NEG --0.00 0.04 7 Conference 1 B Hallway Floor Ceramic tile Intact Tan NEG --0.00 0.03 8 Conference 1 D Hallway Wall Drywall Intact Tan NEG --0.00 0.02 9 Conference 1 D Hallway Wall Drywall Intact Blue NEG --0.00 0.02 10 Conference 1 B Hallway Door frame Metal Intact Blue NEG --0.00 0.03 11 Conference 1 B Hallway Countertop Wood Intact Grey NEG --0.00 0.03 12 Conference 1 B Hallway Cabinet Wood Intact Brown NEG --0.00 0.02 13 Conference 1 C Hallway Door Metal Intact Blue NEG --0.00 0.01 14 Conference 1 C Hallway Door frame Metal Intact Blue NEG --0.00 0.01 15 Conference 1 D Storage Wall Wood Intact Tan NEG --0.00 0.01 16 Conference 1 B Storage Wall Drywall Intact Tan NEG --0.00 0.02 17 Conference 1 B Storage Door frame Wood Intact Tan NEG --0.00 0.03 18 Conference 1 A Storage Door frame Metal Intact Tan NEG --0.00 0.02 19 Conference 1 A Storage Ceiling Drywall Intact Tan NEG --0.00 0.02 20 Conference 1 C Conference Wall Drywall Intact Tan NEG --0.00 0.01 21 Conference 1 D Conference Door Wood Intact Tan NEG --0.00 0.02 22 Conference 1 D Conference Door frame Metal Intact Tan NEG --0.01 0.03 23 Conference 1 B Conference Door frame Metal Intact Tan NEG --0.00 0.01 24 Conference 1 C Conference Chair Railing Drywall Intact Brown NEG --0.00 0.01 25 Conference 1 A Conference Wall Drywall Intact Brown NEG --0.00 0.01 26 Conference 1 C Conference Sink Porcelain Intact White POS 1 EA 7.92 1.71 27 Conference 1 C Custodian Sink Porcelain Intact White POS 1 EA 11.62 2.46 28 Conference 1 B Women's RR Sink Porcelain Intact White NEG --0.01 0.01 29 Conference 1 B Women's RR Sink Porcelain Intact White NEG --0.01 0.01 30 Conference 1 D Women's RR Toilet Porcelain Intact White NEG --0.07 0.07 31 Conference 1 D Women's RR Toilet Porcelain Intact White NEG --0.04 0.04 32 Conference 1 B Women's RR Wall Ceramic tile Intact Grey NEG --0.02 0.03 33 Conference 1 A Women's RR Floor Ceramic tile Intact Grey NEG --0.02 0.01 34 Conference 1 A Women's RR Wall Drywall Intact Pink NEG --0.02 0.01 Table 3 - XRF Data Sheet Shutter Calibration Standard Calibration 1.04 +/- 0.06 mg/cm2 Standard Calibration 1.04 +/- 0.06 mg/cm2 Standard Calibration 1.04 +/- 0.06 mg/cm2 Ninyo & Moore | 2560 Orion Way, Carlsbad, California | 108715012 | August 21, 2020 14 of 24 Reading No.Building Floor Side Room / Area Source / Component Substrate Condition Color Results (Pos/Neg) Approx. Quantity (1) Lead Reading (mg/cm2) Precision (+/- mg/cm2) Table 3 - XRF Data Sheet 35 Conference 1 A Men's RR Wall Ceramic tile Intact Grey NEG --0.02 0.03 36 Conference 1 C Men's RR Floor Ceramic tile Intact Grey NEG --0.04 0.02 37 Conference 1 C Men's RR Sink Porcelain Intact White NEG --0.05 0.01 38 Conference 1 C Men's RR Sink Porcelain Intact White NEG --0.06 0.02 39 Conference 1 A Men's RR Urinal Porcelain Intact White NEG --0.06 0.01 40 Conference 1 A Men's RR Urinal Porcelain Intact White NEG --0.35 0.10 41 Conference 1 A Men's RR Stall Wall Wood Intact Grey NEG --0.00 0.12 42 Conference 1 A Men's RR Ceiling Drywall Intact White NEG --0.00 0.01 43 Main 1 D Exterior Wall Concrete Intact Tan NEG --0.00 0.01 44 Main 1 D Exterior Railing Metal Intact Grey NEG --0.00 0.02 45 Main 1 D Exterior K9 fence Plastic Intact White NEG --0.00 0.01 46 Main 1 D Exterior Door Metal Intact Blue NEG --0.00 0.02 47 Main 1 D Exterior Door frame Metal Intact Blue NEG --0.00 0.03 48 Main 1 B Exterior Window casing Metal Intact Grey NEG --0.03 0.07 49 Main 1 B Exterior Phone booth Metal Intact Red NEG --0.00 0.03 50 Main 1 B Exterior Phone booth Metal Intact Black NEG --0.00 0.01 51 Main 1 B Exterior Curb Concrete Intact Blue NEG --0.00 0.01 52 Main 1 B Exterior Curb Concrete Intact Red NEG --0.00 0.01 53 Main 1 B Exterior Curb Concrete Intact Green NEG --0.00 0.01 54 Main 1 B Exterior Street stripes Asphalt Intact Blue NEG --0.00 0.03 55 Main 1 B Exterior Street stripes Asphalt Intact White NEG --0.00 0.01 56 Main 1 A Exterior Rolling gate Metal Intact White NEG --0.00 0.04 57 Main 1 A Exterior Traffic post Metal-Concrete Intact White NEG --0.04 0.06 58 Main 1 B Exterior Door Metal Intact Blue NEG --0.00 0.01 59 Main 1 B Exterior Door frame Metal Intact Blue NEG --0.00 0.03 60 Main 1 B Exterior Smoker pole Metal Intact Black NEG --0.00 0.01 61 Sally Port 1 A Exterior Wall Stucco Intact Black NEG --0.00 0.02 62 Sally Port 1 A Exterior Gun Lockers Metal Intact Grey NEG --0.03 0.08 63 Sally Port 1 A Exterior Ceiling Stucco Intact White NEG --0.00 0.03 64 Sally Port 1 A Exterior Roll-up door Metal Intact Grey NEG --0.00 0.05 65 Sally Port 1 A Exterior Roll-up door frame Metal Intact Grey NEG --0.01 0.05 66 Sally Port 1 D Exterior Door Metal Intact Grey NEG --0.00 0.01 67 Sally Port 1 D Exterior Door frame Metal Intact Grey NEG --0.00 0.01 68 Sally Port 1 D Exterior Door frame Metal Intact Blue NEG --0.00 0.01 Ninyo & Moore | 2560 Orion Way, Carlsbad, California | 108715012 | August 21, 2020 15 of 24 Reading No.Building Floor Side Room / Area Source / Component Substrate Condition Color Results (Pos/Neg) Approx. Quantity (1) Lead Reading (mg/cm2) Precision (+/- mg/cm2) Table 3 - XRF Data Sheet 69 Sally Port 1 D Exterior Door Metal Intact Blue NEG --0.00 0.03 70 Police-Fire 1 B Lobby Wall Drywall Intact Beige NEG --0.16 0.18 71 Police-Fire 1 B Lobby Floor Ceramic tile Intact White NEG --0.00 0.04 72 Police-Fire 1 --Lobby Counter top Wood Intact Beige NEG --0.18 0.21 73 Police-Fire 1 --Lobby Door frame Metal Intact Grey NEG --0.00 0.01 74 Police-Fire 1 B Lobby Window frame Metal Intact Grey NEG --0.00 0.03 75 Police-Fire 1 D Lobby Counter top Wood Intact Beige NEG --0.13 0.18 76 Police-Fire 1 A Women's RR Wall Ceramic tile Intact Grey NEG --0.00 0.05 77 Police-Fire 1 A Women's RR Floor Ceramic tile Intact Grey NEG --0.00 0.01 78 Police-Fire 1 C Women's RR Sink Porcelain Intact White NEG --0.00 0.02 79 Police-Fire 1 C Women's RR Toilet Porcelain Intact White NEG --0.00 0.03 80 Police-Fire 1 B Women's RR Ceiling Drywall Intact White NEG --0.00 0.03 81 Police-Fire 1 C Men's RR Sink Porcelain Intact White NEG --0.00 0.02 82 Police-Fire 1 C Men's RR Sink Toilet Porcelain Intact White NEG --0.00 0.04 83 Police-Fire 1 C Fingerprint Wall Drywall Intact White NEG --0.00 0.01 84 Police-Fire 1 C Fingerprint Counter top Wood Intact Beige NEG --0.05 0.13 85 Police-Fire 1 D Interview Wall Drywall Intact Beige NEG --0.00 0.01 86 Police-Fire 1 D Interview Window frame Drywall Intact Grey NEG --0.00 0.01 87 Police-Fire 1 B Public Inquiry- Records Counter top Wood Intact Beige NEG --0.09 0.15 88 Police-Fire 1 A Public Inquiry- Records Wall Drywall Intact White NEG --0.00 0.02 89 Police-Fire 1 A Public Inquiry- Records Door frame Metal Intact Grey NEG --0.00 0.04 90 Police-Fire 1 B Public Inquiry- Records Wall Drywall Intact Beige NEG --0.00 0.02 91 Police-Fire 1 --Public Inquiry- Records File Cabinet Metal Intact Grey NEG --0.04 0.09 92 Police-Fire 1 --Public Inquiry- Records File Cabinet Metal Intact Beige NEG --0.02 0.07 93 Police-Fire 1 B Corridor Mailbox Wood Intact Grey NEG --0.00 0.03 94 Police-Fire 1 D Corridor Window frame Metal Intact Grey NEG --0.00 0.01 95 Police-Fire 1 D Corridor Door frame Metal Intact Grey NEG --0.00 0.01 96 Police-Fire 1 B Watch Command Wall Drywall Intact White NEG --0.00 0.02 97 Police-Fire 1 B VA Equipment Casework Wood Intact Black NEG --0.00 0.02 Ninyo & Moore | 2560 Orion Way, Carlsbad, California | 108715012 | August 21, 2020 16 of 24 Reading No.Building Floor Side Room / Area Source / Component Substrate Condition Color Results (Pos/Neg) Approx. Quantity (1) Lead Reading (mg/cm2) Precision (+/- mg/cm2) Table 3 - XRF Data Sheet 98 Police-Fire 1 B VA Equipment Casework Wood Intact Tan NEG --0.00 0.02 99 Police-Fire 1 B Briefing Casework Wood Intact Grey NEG --0.00 0.04 100 Police-Fire 1 B Briefing Casework Wood Intact Grey NEG --0.00 0.04 101 Police-Fire 1 D Briefing Wall Drywall Intact White NEG --0.00 0.01 102 Police-Fire 1 B Reporting Casework Drywall Intact Beige NEG --0.00 0.01 103 Police-Fire 1 C Reporting Casework Drywall Intact Beige NEG --0.00 0.05 104 Police-Fire 1 C Reporting Counter top Drywall Intact Beige NEG --0.00 0.05 105 Police-Fire 1 D Reporting Door frame Drywall Intact Grey NEG --0.01 0.13 106 Police-Fire 1 D Reporting Window frame Drywall Intact Grey NEG --0.00 0.02 107 Police-Fire 1 --Field Equipment Lockers Drywall Intact Blue NEG --0.00 0.02 108 Police-Fire 1 D Field Equipment Counter top Wood Intact White NEG --0.00 0.03 109 Police-Fire 1 D Field Equipment Lockers Metal Intact Blue NEG --0.00 0.01 110 Police-Fire 1 B Armory Sink Porcelain Intact White POS 2 EA 8.04 1.68 111 Police-Fire 1 --Armory Counter top legs Metal Intact Grey NEG --0.00 0.02 112 Police-Fire 1 D Armory Casework Metal Intact Grey NEG --0.00 0.01 113 Police-Fire 1 D Armory Casework Metal Intact Grey NEG --0.00 0.02 114 Police-Fire 1 B Hallway Lockers Metal Intact Grey NEG --0.00 0.01 115 Police-Fire 1 A Property Roll-up door Metal Intact Grey NEG --0.01 0.04 116 Police-Fire 1 D Property Cabinets Wood Intact Grey NEG --0.01 0.10 117 Police-Fire 1 D Property Cabinets Wood Intact Grey NEG --0.00 0.09 118 Police-Fire 1 D Property Floor Concrete Intact Grey NEG --0.00 0.03 119 Police-Fire 1 B Property Casework Metal Intact Beige NEG --0.03 0.08 120 Police-Fire 1 B Property Casework Metal Intact Grey NEG --0.01 0.06 121 Police-Fire 1 D Property Casework Metal Intact Grey NEG --0.00 0.01 122 Police-Fire 1 D Property Casework Metal Intact Grey NEG --0.00 0.02 123 Police-Fire 1 --Property Casework Metal Intact Grey NEG --0.00 0.01 124 Police-Fire 1 D Hallway Weapons locker Metal Intact Grey NEG --0.00 0.03 125 Police-Fire 1 C Custodian Sink Porcelain Intact White POS 1 EA 7.04 1.47 126 Police-Fire 1 C Detention J Floor Concrete Intact Grey NEG --0.00 0.02 127 Police-Fire 1 A Detention J Bench Concrete Intact Grey NEG --0.00 0.02 128 Police-Fire 1 A Detention F Door Metal Intact Grey NEG --0.00 0.01 129 Police-Fire 1 A Detention F Door frame Metal Intact Grey NEG --0.00 0.01 130 Police-Fire 1 A Detention Casework Wood Intact Grey NEG --0.00 0.06 131 Police-Fire 1 A Detention Casework Wood Intact Grey NEG --0.00 0.03 132 Police-Fire 1 B Detention Wall Concrete Intact White NEG --0.00 0.02 Ninyo & Moore | 2560 Orion Way, Carlsbad, California | 108715012 | August 21, 2020 17 of 24 Reading No.Building Floor Side Room / Area Source / Component Substrate Condition Color Results (Pos/Neg) Approx. Quantity (1) Lead Reading (mg/cm2) Precision (+/- mg/cm2) Table 3 - XRF Data Sheet 133 Police-Fire 1 D Detention Lockers Wood Intact Grey NEG --0.06 0.13 134 Police-Fire 1 A Crime Lab Cabinet Wood Intact Beige NEG --0.00 0.04 135 Police-Fire 1 A Crime Lab Cabinet Wood Intact Beige NEG --0.00 0.02 136 Police-Fire 1 A Crime Lab Counter top Wood Intact NEG --0.00 0.03 137 Police-Fire 1 D Crime Lab Wall Drywall Intact Purple NEG --0.00 0.02 138 Police-Fire 1 --Hallway Tables Metal Intact Black NEG --0.00 0.02 139 Police-Fire 1 --Hallway Tables Metal Intact Black NEG --0.00 0.03 140 Police-Fire 1 --Hallway Tables Metal Intact Black NEG --0.00 0.01 141 Police-Fire 1 --Hallway Planter box Plastic Intact Black NEG --0.00 0.03 142 Police-Fire 1 B Mechanical Ceiling beam Metal Intact Red NEG --0.00 0.01 143 Police-Fire 1 B Mechanical Ceiling beam Metal Intact Red NEG --0.00 0.01 144 Police-Fire 1 B Mechanical Ceiling beam Metal Intact Red NEG --0.01 0.04 145 Police-Fire 1 C Elevator Room Floor Concrete Intact Grey NEG --0.00 0.01 146 Police-Fire 1 C Elevator Room Door Concrete Intact Grey NEG --0.00 0.02 147 Police-Fire 1 C Elevator Room Elevator door Concrete Intact Grey NEG --0.00 0.03 148 Police-Fire 1 C Elevator Room Elevator door frame Concrete Intact Grey NEG --0.00 0.01 149 Police-Fire 1 A Hallway North Railing Metal Intact Grey NEG --0.00 0.03 150 Police-Fire 1 A Hallway North Railing Metal Intact Grey NEG --0.07 0.13 151 Police-Fire 1 A Hallway North Railing Metal Intact Grey NEG --0.00 0.01 152 Police-Fire 1 B Physical Fitness Wall Drywall Intact White NEG --0.00 0.03 153 Police-Fire 1 B Men's Shower Wall Ceramic tile Intact Grey NEG --0.00 0.04 154 Police-Fire 1 A Men's Shower Floor Ceramic tile Intact Grey NEG --0.00 0.01 155 Police-Fire 1 A Men's Shower Ceiling Ceramic tile Intact Grey NEG --0.00 0.03 156 Police-Fire 1 A Men's Shower Ceiling Ceramic tile Intact White NEG --0.00 0.02 157 Police-Fire 1 --Men's Shower Lockers Metal Intact Grey NEG --0.00 0.02 158 Police-Fire 1 --Men's Shower Lockers Metal Intact Grey NEG --0.00 0.02 159 Police-Fire 1 A Men's RR Counter top Wood Intact White NEG --0.00 0.04 160 Police-Fire 1 B Men's RR Wall Ceramic tile Intact Grey NEG --0.00 0.04 161 Police-Fire 1 A Men's RR Floor Ceramic tile Intact Grey NEG --0.00 0.01 162 Police-Fire 1 A Men's RR Sink Porcelain Intact White NEG --0.00 0.02 163 Police-Fire 1 A Men's RR Sink Porcelain Intact White NEG --0.00 0.03 164 Police-Fire 1 A Men's RR Sink Porcelain Intact White NEG --0.00 0.01 165 Police-Fire 1 A Men's RR Sink Porcelain Intact White NEG --0.00 0.02 166 Police-Fire 1 C Men's RR Urinal Porcelain Intact White NEG --0.00 0.01 Ninyo & Moore | 2560 Orion Way, Carlsbad, California | 108715012 | August 21, 2020 18 of 24 Reading No.Building Floor Side Room / Area Source / Component Substrate Condition Color Results (Pos/Neg) Approx. Quantity (1) Lead Reading (mg/cm2) Precision (+/- mg/cm2) Table 3 - XRF Data Sheet 167 Police-Fire 1 C Men's RR Urinal Porcelain Intact White NEG --0.00 0.02 168 Police-Fire 1 C Men's RR Toilet Porcelain Intact White NEG --0.04 0.06 169 Police-Fire 1 C Men's RR Toilet Porcelain Intact White POS 4 EA 1.61 0.54 170 Police-Fire 1 A Women's RR Toilet Porcelain Intact White POS See Reading 170 4.45 0.88 171 Police-Fire 1 C Women's RR Sink Porcelain Intact White NEG --0.00 0.02 172 Police-Fire 1 C Women's RR Sink Porcelain Intact White NEG --0.00 0.01 173 Police-Fire 1 C Women's RR Sink Porcelain Intact White NEG --0.00 0.01 174 Police-Fire 1 B Women's RR Wall Ceramic tile Intact Grey NEG --0.00 0.01 175 Police-Fire 1 B Women's RR Wall Ceramic tile Intact White NEG --0.00 0.01 176 Police-Fire 1 A Women's RR Floor Ceramic tile Intact Grey NEG --0.00 0.05 177 Police-Fire 1 B Women's Locker Lockers Metal Intact Grey NEG --0.00 0.03 178 Police-Fire 1 A Women's Locker Lockers Metal Intact Blue NEG --0.08 0.22 179 Police-Fire 1 A Women's Locker Lockers Metal Intact Blue NEG --0.01 0.02 180 Police-Fire 1 A Women's Locker Ceiling Drywall Intact White NEG --0.00 0.02 181 Police-Fire 1 C Women's Locker Wall Drywall Intact White NEG --0.00 0.01 182 Police-Fire 1 D Traffic Casework Wood Intact Beige NEG --0.12 0.17 183 Police-Fire 1 A Traffic Desk top Wood Intact White NEG --0.00 0.02 184 Police-Fire 1 A Traffic Wall Drywall Intact White NEG --0.00 0.05 185 Police-Fire 1 A Comm. Center- Dispatch Window frame Metal Intact Grey NEG --0.00 0.01 186 Police-Fire 1 D Comm. Center- Dispatch Window frame Metal Intact Grey NEG --0.00 0.02 187 Police-Fire 1 D Comm. Center- Dispatch Door frame Metal Intact Grey NEG --0.00 0.03 188 Police-Fire 1 D Comm. Center- Dispatch Door frame Metal Intact Grey NEG --0.00 0.01 189 Police-Fire 1 C Comm. Center- Dispatch Casework Metal Intact Black NEG --0.00 0.03 190 Police-Fire 1 C Comm. Center- Dispatch Casework Wood Intact Black NEG --0.00 0.01 191 Police-Fire 1 --Comm. Center- Dispatch Work stalls Metal Intact Black NEG --0.00 0.02 192 Police-Fire 1 --Comm. Center- Dispatch Work stalls Metal Intact Black NEG --0.00 0.03 Ninyo & Moore | 2560 Orion Way, Carlsbad, California | 108715012 | August 21, 2020 19 of 24 Reading No.Building Floor Side Room / Area Source / Component Substrate Condition Color Results (Pos/Neg) Approx. Quantity (1) Lead Reading (mg/cm2) Precision (+/- mg/cm2) Table 3 - XRF Data Sheet 193 Police-Fire 1 D Comm. Center- Dispatch Counter top Metal Intact Grey NEG --0.00 0.04 194 Police-Fire 1 D Comm. Center- Dispatch Cabinet Metal Intact Grey NEG --0.04 0.12 195 Police-Fire 1 D Comm. Center- Dispatch Cabinet Metal Intact Grey NEG --0.01 0.08 196 Police-Fire 1 C Comm. Center- Dispatch: Men's RR Sink Porcelain Intact White NEG -- 0.00 0.02 197 Police-Fire 1 C Comm. Center- Dispatch: Men's RR Toilet Porcelain Intact White NEG -- 0.05 0.07 198 Police-Fire 1 C Comm. Center- Dispatch: Women's RR Toilet Porcelain Intact White NEG -- 0.05 0.06 199 Police-Fire 1 C Comm. Center- Dispatch: Women's RR Sink Porcelain Intact White NEG -- 0.00 0.02 200 ------POS --1.20 0.35 201 ------POS --1.06 0.31 202 ------POS --1.25 0.35 203 ----------NA -- 204 ----------NA -- 205 ------POS --0.99 0.29 206 ------POS --1.39 0.40 207 ------POS --1.11 0.31 208 ------NEG --0.00 0.01 209 Police-Fire 3 C Mechanical Ceiling beam Metal Intact Red NEG --0.05 0.19 210 Police-Fire 3 C Mechanical Ceiling beam Metal Intact Red NEG --0.00 0.01 211 Police-Fire 3 C Conference- Lounge Cabinets Wood Intact Beige NEG --0.00 0.04 212 Police-Fire 3 C Conference- Lounge Cabinets Wood Intact Beige NEG --0.01 0.07 213 Police-Fire 3 C Conference- Lounge Counter top Wood Intact Beige NEG --0.01 0.07 214 Police-Fire 3 C Investigation Wall Drywall Intact White NEG --0.00 0.01 Standard Calibration 1.04 +/- 0.06 mg/cm2 Standard Calibration 1.04 +/- 0.06 mg/cm2 Shutter Calibration Standard Calibration 1.04 +/- 0.06 mg/cm2 Standard Calibration 1.04 +/- 0.06 mg/cm2 Standard Calibration 1.04 +/- 0.06 mg/cm2 Standard Calibration 1.04 +/- 0.06 mg/cm2 Standard Calibration 1.04 +/- 0.06 mg/cm2 Shutter Calibration Ninyo & Moore | 2560 Orion Way, Carlsbad, California | 108715012 | August 21, 2020 20 of 24 Reading No.Building Floor Side Room / Area Source / Component Substrate Condition Color Results (Pos/Neg) Approx. Quantity (1) Lead Reading (mg/cm2) Precision (+/- mg/cm2) Table 3 - XRF Data Sheet 215 Police-Fire 3 C Investigation Door frame Metal Intact Grey NEG --0.00 0.03 216 Police-Fire 3 --Investigation Columns Drywall Intact White NEG --0.02 0.11 217 Police-Fire 3 D Investigation Wall Drywall Intact Orange NEG --0.00 0.02 218 Police-Fire 3 C Tape-Monitoring Wall Drywall Intact Black NEG --0.01 0.04 219 Police-Fire 3 C Tape-Monitoring Counter top Wood Intact Black NEG --0.00 0.04 220 Police-Fire 3 C Tape-Monitoring Cabinet Wood Intact Black NEG --0.00 0.04 221 Police-Fire 3 B Hallway Railing Metal Intact Grey NEG --0.01 0.11 222 Police-Fire 3 B Hallway Railing Wood Intact Brown NEG --0.01 0.06 223 Police-Fire 3 C Hallway Window frame Metal Intact Grey NEG --0.00 0.01 224 Police-Fire 1 B Fire Inspection Counter top Wood Intact Grey NEG --0.04 0.09 225 Police-Fire 1 C Fire Inspection Wall Drywall Intact White NEG --0.00 0.03 226 Police-Fire 1 B Fire Inspection Counter top Wood Intact Grey NEG --0.04 0.08 227 Police-Fire 1 B Fire Inspection Counter top Wood Intact Grey NEG --0.10 0.15 228 Police-Fire 1 B Fire Inspection Floor Ceramic tile Intact Grey NEG --0.00 0.02 229 Police-Fire 1 C Work Project Counter top Wood Intact Grey NEG --0.02 0.05 230 Police-Fire 1 C Work Project Cabinet Wood Intact Grey NEG --0.07 0.11 231 Police-Fire 1 D South Staircase Railing Metal Intact Grey NEG --0.02 0.06 232 Police-Fire 1 D Conference Casework Wood Intact Brown NEG --0.01 0.01 233 Police-Fire 1 B Conference Door Wood Intact Brown NEG --0.01 0.01 234 Police-Fire 1 B Conference Door frame Metal Intact Grey NEG --0.01 0.03 235 Police-Fire 1 B Conference Cabinet Wood Intact Beige NEG --0.03 0.07 236 Police-Fire 1 B Conference Cabinet Wood Intact Beige NEG --0.03 0.02 237 Police-Fire 1 B Conference Counter top Wood Intact Beige NEG --0.06 0.05 238 Police-Fire 1 C Conference Baseboard Wood Intact Brown NEG --0.02 0.02 239 Police-Fire 1 B Police RR Wall Ceramic tile Intact Grey NEG --0.05 0.01 240 Police-Fire 1 B Police RR Floor Ceramic tile Intact Grey NEG --0.05 0.03 241 Police-Fire 1 D Police RR Wall Drywall Intact White NEG --0.03 0.01 242 Police-Fire 1 C Police RR Ceiling Drywall Intact White NEG --0.04 0.01 243 Police-Fire 1 A Police RR Cabinet Wood Intact Brown NEG --0.13 0.03 244 Police-Fire 1 A Police RR Sink Porcelain Intact White NEG --0.31 0.10 245 Police-Fire 1 A Police RR Toilet Porcelain Intact White POS 8.25 3.33 246 Police-Fire 1 C Fire RR Toilet Porcelain Intact White NEG --0.02 0.06 247 Police-Fire 1 C Fire RR Toilet Porcelain Intact White NEG --0.03 0.07 248 Police-Fire 1 C Fire RR Sink Porcelain Intact White NEG --0.00 0.01 249 Police-Fire 1 B Roof Terrace Floor Ceramic tile Intact White NEG --0.00 0.03 Ninyo & Moore | 2560 Orion Way, Carlsbad, California | 108715012 | August 21, 2020 21 of 24 Reading No.Building Floor Side Room / Area Source / Component Substrate Condition Color Results (Pos/Neg) Approx. Quantity (1) Lead Reading (mg/cm2) Precision (+/- mg/cm2) Table 3 - XRF Data Sheet 250 Police-Fire 1 C Roof Terrace Exterior wall Stucco Intact White NEG --0.00 0.01 251 Police-Fire 1 D Roof Terrace Exterior railing Metal Intact Grey NEG --0.01 0.06 252 Police-Fire 1 D Roof Terrace Exterior flashing Metal Intact Grey NEG --0.00 0.01 253 Police-Fire 1 A Roof Terrace Exterior door Metal Intact Blue NEG --0.00 0.05 254 Police-Fire 1 A Roof Terrace Exterior door frame Metal Intact Blue NEG --0.00 0.03 255 Police-Fire 1 B Staff Lounge Cabinet Wood Intact Grey NEG --0.01 0.12 256 Police-Fire 1 B Staff Lounge Counter top Wood Intact Grey NEG --0.00 0.04 257 Police-Fire 1 A Staff Lounge Floor Ceramic tile Intact Grey NEG --0.00 0.03 258 Police-Fire 1 C Print Lab Wall Drywall Intact White NEG --0.00 0.03 259 Police-Fire 1 C Print Lab Cabinet Metal Intact Grey NEG --0.00 0.01 260 Police-Fire 1 C Custodian Roof ladder Metal Intact White NEG --0.04 0.09 261 Police-Fire 1 A Custodian Sink Porcelain Intact White POS 9.34 3.37 262 Police-Fire 1 A Women's RR Sink Porcelain Intact White NEG --0.00 0.04 263 Police-Fire 1 A Women's RR Sink Porcelain Intact White NEG --0.00 0.01 264 Police-Fire 1 C Women's RR Toilet Porcelain Intact White NEG --0.00 0.01 265 Police-Fire 1 C Women's RR Toilet Porcelain Intact White NEG --0.02 0.04 266 Police-Fire 1 C Women's RR Toilet Porcelain Intact White NEG --0.04 0.06 267 Police-Fire 1 C Women's RR Toilet Porcelain Intact White NEG --0.09 0.08 268 Police-Fire 1 A Women's RR Wall Ceramic tile Intact White NEG --0.00 0.03 269 Police-Fire 1 B Women's RR Floor Ceramic tile Intact White NEG --0.00 0.03 270 Police-Fire 1 A Women's RR Ceiling Ceramic tile Intact White NEG --0.00 0.03 271 Police-Fire 1 A Men's RR Urinal Porcelain Intact White NEG --0.00 0.01 272 Police-Fire 1 A Men's RR Urinal Porcelain Intact White NEG --0.00 0.01 273 Police-Fire 1 A Men's RR Toilet Porcelain Intact White NEG --0.01 0.03 274 Police-Fire 1 C Men's RR Sink Porcelain Intact White NEG --0.00 0.03 275 Police-Fire 1 C Men's RR Sink Porcelain Intact White NEG --0.00 0.02 276 ------POS --1.15 0.33 277 ------POS --1.55 0.62 278 ------POS --1.42 0.59 NOTES: XRF assays were collected using a portable NITON XLp 300A XRF spectrum analyzer. RR = restroom Standard Calibration 1.04 +/- 0.06 mg/cm2 (1) = Surface quantities are approximate and are not intended to be used or interpreted as actual quantities. It is the contractor's responsibility to confirm material quantities prior to bid submittals and initiating renovation and/or demolition activities at the site. Standard Calibration 1.04 +/- 0.06 mg/cm2 Standard Calibration 1.04 +/- 0.06 mg/cm2 Ninyo & Moore | 2560 Orion Way, Carlsbad, California | 108715012 | August 21, 2020 22 of 24 Reading No.Building Floor Side Room / Area Source / Component Substrate Condition Color Results (Pos/Neg) Approx. Quantity (1) Lead Reading (mg/cm2) Precision (+/- mg/cm2) Table 3 - XRF Data Sheet POS = Positive NEG = Negative INCOM = Incomplete EA = Each LF = Linear feet mg/cm2 = milligrams per square centimeter Ninyo & Moore | 2560 Orion Way, Carlsbad, California | 108715012 | August 21, 2020 23 of 24 Reading No.(s)Room / Area (2)Source / Component Substrate Condition Color(s) Lead Reading(s) (mg/cm2) Approximate Quantity (3) 26 Conference Room Sink Porcelain Intact White 7.92 1 EA 27 Custodial Closet Sink Porcelain Intact White 11.62 1 EA 110 Armory Sink Porcelain Intact White 8.04 2 EA 125 Custodial Closet Sink Porcelain Intact White 7.04 1 EA 169 and 170 Men's and Women's Restrooms Sink Porcelain Intact White 1.61-4.45 4 EA 245 Police Restroom Sink Porcelain Intact White 8.25 1 EA 261 Custodial Closet Sink Porcelain Intact White 9.34 1 EA NOTES: EA = Each LF = Linear feet SF = Square feet mg/cm2 = milligrams per square centimeter Table 4 - Summary of Lead-Containing Surfaces (1) (1) = Note that the LCS in this table are materials that meet or exceed the criteria of CDPH. LCS in this table does not necessarily identify all materials that could contain lead at concentrations less than 1.0 mg/cm2 or 5,000 milligrams per kilogram (mg/kg), which could trigger the Cal-OSHA lead in construction standard. (2) = LCS locations are based upon Ninyo & Moore's visual observations during survey activities. (3) = Surface quantities are approximate and are not intended to be used or interpreted as actual quantities. It is the contractor's responsibility to confirm material quantities prior to bid submittals and initiating renovation and/or demolition activities at the site. Conference Building Main Building Ninyo & Moore | 2560 Orion Way, Carlsbad, California | 108715012 | August 21, 2020 24 of 24BuildingFluorescent Light TubesFluorescent Light BallastsNon-Incandescent LightsSmoke DetectorsMercury Thermostats and SwitchesA/C UnitsTritium-Powered Exit SignsFreon Refrig. SystemsWet TransformersCooling Towers Lead Acid BatteriesHalon Fire Suppression SystemsOtherMain - 1st Floor 411 411 13 18 ----8 ------------ Main - 2nd Floor 552 300 --17 ----9 ------------ Conference 163 108 --------6 ------------ NOTES: A/C = Air Conditioning Material quantities are approximate and are not intended to be used or interpreted as actual quantities. It is the contractor's responsibility to confirm material quantities prior to bid submittals and initiating renovation and/or demolition activities at subject site. Table 5 - Summary of Other Potential Hazardous Building Materials Ninyo & Moore | 2560 Orion Way, Carlsbad, California | 108715012 | August 21, 2020 APPENDIX A Suspect Asbestos-Containing Materials Sampling Protocol SUSPECT ASBESTOS-CONTAINING MATERIALS SAMPLING PROTOCOL Personal Protection Equipment Inhalation of asbestos fibers during asbestos survey poses a serious health and safety hazard, the use of personal protection equipment (PPE) by building inspectors is recom- mended during sampling activities. Our building inspectors generally wear a respirator (either a full- or half-face mask) equipped with high-efficiency disposable filter cartridges. If utilized, full-face masks will also prevent eye irritation from dust, fibers, and debris released during sampling activities. When necessary, disposable clothing is worn during sampling activities. Our building inspectors utilize plastic bags to handle the disposal of drop cloths, protective clothing, wet cloths, and debris. Sampling Equipment Our building inspector(s) will need various tools and materials to accomplish their sampling tasks, including those listed below: • A ladder to access areas and a flash light to aid visibility, • Airtight, sampling containers (e.g., resealable plastic bags), • A plastic spray bottle, filled with amended water, to wet the material to be sampled, • Plastic drop cloths to spread beneath the area to be sampled, • A utility knife, linoleum cutter, or other tool appropriate for collecting samples, • A caulking gun and compound for filling holes once a sample has been extracted, • Spray acrylic or adhesive to encapsulate the small areas from which samples were col- lected, • Duct tape for repairing thermal system insulation jackets, • Cloths and cleaner for decontaminating tools, • A vacuum cleaner equipped with high efficiency particulate air (HEPA) filters, when necessary, • Indelible ink pen for labeling sample containers, and • Camera for photographic documentation, and • Chain-of-Custody documentation forms. Sampling Procedures ACM are divided into three categories: Surfacing Materials, Thermal System Insulation (TSI), and Miscellaneous Materials. The procedures for sampling these three types of mate-rials are as follows: 5710 Ruffin Road | San Diego, California 92123 | p. 858.576.1000 | www.ninyoandmoore.com 5710 Ruffin Road | San Diego, California 92123 | p. 858.576.1000 | www.ninyoandmoore.com Surfacing Materials 1. Select a location where the material has been previously damaged or a low profile area. 2. Spread a plastic drop cloth on the floor and set up other equipment, (e.g., ladder). 3. Put on protective equipment (respirator at all times when sampling friable material and protective clothing, when needed). 4. Moisten area where sample is to be collected (spray the area with amended water). 5. Collect sample using a clean knife or other tool appropriate to cut out or scrape off a small piece of the material. Care is taken to ensure that all layers of material are col- lected, without disturbing any adjacent material. 6. Place the sample in the labeled container and tightly seal it. 7. Wipe the exterior of the container with a wet wipe to remove any residue which may have adhered to the container it during sampling. 8. Clean tools with wet wipes and vacuum area with a HEPA vacuum to clean all debris. 9. Fill hole with caulking compound or appropriate filler (to minimize subsequent fiber re- lease and for appearance). 10. Label container with its sample identification number and fill out location and type of ma- terial being sampled on a Chain-of-Custody documentation form. 11. Mark the location and sample identification number on the sample location map. 12. Repeat the above steps at each sample location. Place sample containers in plastic bags. 13. Discard protective clothing, rags, and drop cloth in a plastic bag. Thermal System Insulation Sampling TSI follows the same procedural sequence as laid out above. Obtain samples from exposed or damaged areas, if possible. However, random sampling will require sam- pling of some intact material. Sampling holes can be patched with plastic spackling, caulk, or fibrous glass. Miscellaneous Materials Sampling miscellaneous materials follows the same procedural sequence as laid out above, making sure that a cross section of the materials have been obtained. Forwarding Samples to Laboratory The samples are transferred, using standard chain-of-custody procedures, to a laboratory accredited in the National Voluntary Laboratory Accreditation Program (NVLAP), for bulk asbestos fiber analysis. The samples are analyzed using polarized light microscopy with dispersion staining (PLM/ds) for the presence and quantification of asbestos fibers, in gen-eral accordance with either United States Environmental Protection Agency (USEPA) Method 600/M4-82-020 or USEPA Method 600/R-93/116. The lower limit of reliable detec-tion for asbestos using the PLM/ds method is approximately 1% by volume. California regulations require certain worker protection standards and have certain contractor re-quirements for disturbing those materials having an asbestos content of greater than one tenth of 1% (0.1%). Ninyo & Moore | 2560 Orion Way, Carlsbad, California | 108715012 | August 21, 2020 APPENDIX B Laboratory Analytical Report and Chain-Of-Custody Records LA Testing 520 Mission Street South Pasadena, CA 91030 Tel/Fax: (323) 254-9960 / (323) 254-9982 http://www.LATesting.com / pasadenalab@latesting.com 322011973LA Testing Order: Customer ID:32NIN63 Customer PO: Project ID: Attention:Phone:Nicolas Carpenter (858) 688-8306 Fax:Ninyo & Moore (858) 576-9600 Received Date:5710 Ruffin Road 07/07/2020 9:30 AM Analysis Date:San Diego, CA 92123 07/07/2020 - 07/08/2020 Collected Date: Project:108715012 | 2560 Orion Way Carlsbad, CA Test Report: Asbestos Analysis of Bulk Materials via EPA 600/R-93/116 Method using Polarized Light Microscopy Sample Description Appearance % Fibrous % Non-Fibrous Non-Asbestos Asbestos % Type ASB-001 322011973-0001 None DetectedNon-fibrous (Other)90%Glass10%Black Fibrous Heterogeneous Roof assembly ASB-002-Roofing 322011973-0002 None DetectedNon-fibrous (Other)90%Glass10%Black Fibrous Heterogeneous Roof assembly ASB-002-Insulation 322011973-0002A None DetectedNon-fibrous (Other)40%Cellulose Min. Wool 40% 20% Brown Fibrous Homogeneous Roof assembly ASB-003-Roofing 322011973-0003 None DetectedNon-fibrous (Other)85%Glass15%Black Fibrous Heterogeneous Roof assembly ASB-003-Insulation 322011973-0003A None DetectedNon-fibrous (Other)50%Cellulose Min. Wool 40% 10% Brown Fibrous Homogeneous Roof assembly ASB-004-Roofing 322011973-0004 None DetectedNon-fibrous (Other)85%Glass15%Black Fibrous Heterogeneous Roof assembly ASB-004-Insulation 322011973-0004A None DetectedNon-fibrous (Other)40%Cellulose Min. Wool 40% 20% Brown Non-Fibrous Homogeneous Roof assembly ASB-005-Roofing 322011973-0005 None DetectedNon-fibrous (Other)85%Glass15%Brown/Black Fibrous Heterogeneous Roof assembly ASB-005-Insulation 322011973-0005A None DetectedNon-fibrous (Other)40%Cellulose Min. Wool 40% 20% Brown Fibrous Homogeneous Roof assembly ASB-006-Roofing 322011973-0006 None DetectedNon-fibrous (Other)85%Glass15%Black Fibrous Heterogeneous Roof assembly ASB-006-Insulation 322011973-0006A None DetectedNon-fibrous (Other)40%Cellulose Min. Wool 40% 20% Brown Fibrous Homogeneous Roof assembly ASB-007-Roofing 322011973-0007 None DetectedNon-fibrous (Other)85%Glass15%Black Fibrous Heterogeneous Roof assembly ASB-007-Insulation 322011973-0007A None DetectedNon-fibrous (Other)40%Cellulose Min. Wool 40% 20% Brown Fibrous Homogeneous Roof assembly ASB-008 322011973-0008 None DetectedNon-fibrous (Other)85%Glass15%Black Fibrous Heterogeneous Roof assembly ASB-009-Roofing 322011973-0009 None DetectedNon-fibrous (Other)85%Glass15%Black Fibrous Heterogeneous Roof assembly ASB-009-Insulation 322011973-0009A None DetectedNon-fibrous (Other)40%Cellulose Min. Wool 40% 20% Brown Fibrous Homogeneous Roof assembly Initial report from: 07/08/2020 13:18:41 Page 1 of 5ASB_PLM_0008_0001 - 1.78 Printed: 7/8/2020 1:18 PM LA Testing 520 Mission Street South Pasadena, CA 91030 Tel/Fax: (323) 254-9960 / (323) 254-9982 http://www.LATesting.com / pasadenalab@latesting.com 322011973LA Testing Order: Customer ID:32NIN63 Customer PO: Project ID: Test Report: Asbestos Analysis of Bulk Materials via EPA 600/R-93/116 Method using Polarized Light Microscopy Sample Description Appearance % Fibrous % Non-Fibrous Non-Asbestos Asbestos % Type ASB-010-Coating 322011973-0010 None DetectedNon-fibrous (Other)100%White Non-Fibrous Homogeneous Roof penetration mastic ASB-010-Mastic 322011973-0010A None DetectedNon-fibrous (Other)95%Cellulose5%Black/Silver Non-Fibrous Homogeneous Roof penetration mastic ASB-011-Coating 322011973-0011 None DetectedNon-fibrous (Other)100%White Non-Fibrous Homogeneous Roof penetration mastic ASB-011-Foam like 322011973-0011A None DetectedNon-fibrous (Other)100%Tan Non-Fibrous Homogeneous Roof penetration mastic ASB-011-Mastic 322011973-0011B None DetectedNon-fibrous (Other)100%Black Non-Fibrous Homogeneous Roof penetration mastic ASB-012-Thin Coating 322011973-0012 None DetectedNon-fibrous (Other)100%White Non-Fibrous Homogeneous Roof penetration mastic ASB-012-Mastic 322011973-0012A 2% ChrysotileNon-fibrous (Other)83%Cellulose Min. Wool 10% 5% Black/Silver Non-Fibrous Homogeneous Roof penetration mastic ASB-013-Coating 322011973-0013 None DetectedNon-fibrous (Other)100%White Non-Fibrous Homogeneous Roof penetration mastic ASB-013-Mastic 322011973-0013A None DetectedNon-fibrous (Other)90%Cellulose Glass 5% 5% Black/Silver Non-Fibrous Homogeneous Roof penetration mastic ASB-014-Coating 322011973-0014 None DetectedNon-fibrous (Other)100%White Non-Fibrous Homogeneous Roof penetration mastic ASB-014-Mastic 322011973-0014A None DetectedNon-fibrous (Other)95%Cellulose5%Black Non-Fibrous Homogeneous Roof penetration mastic ASB-015-Coating 322011973-0015 None DetectedNon-fibrous (Other)100%White Non-Fibrous Homogeneous Roof penetration mastic ASB-015-Mastic 322011973-0015A None DetectedNon-fibrous (Other)90%Cellulose10%Black Non-Fibrous Homogeneous Roof penetration mastic ASB-016-Silver Paint 322011973-0016 None DetectedNon-fibrous (Other)100%Silver Non-Fibrous Homogeneous Roof penetration mastic ASB-016-Mastic 322011973-0016A None DetectedNon-fibrous (Other)95%Cellulose5%Black Non-Fibrous Homogeneous Roof penetration mastic ASB-017 322011973-0017 None DetectedNon-fibrous (Other)95%Cellulose5%Black Non-Fibrous Homogeneous Roof penetration mastic ASB-018-Thin Coating 322011973-0018 None DetectedNon-fibrous (Other)100%White Non-Fibrous Homogeneous Roof penetration mastic ASB-018-Mastic 322011973-0018A None DetectedNon-fibrous (Other)88%Cellulose Min. Wool 10% 2% Black/Silver Non-Fibrous Homogeneous Roof penetration mastic ASB-019 322011973-0019 None DetectedNon-fibrous (Other)88%Cellulose Glass 5% 7% Gray/Black Non-Fibrous Homogeneous Roof penetration mastic Initial report from: 07/08/2020 13:18:41 Page 2 of 5ASB_PLM_0008_0001 - 1.78 Printed: 7/8/2020 1:18 PM LA Testing 520 Mission Street South Pasadena, CA 91030 Tel/Fax: (323) 254-9960 / (323) 254-9982 http://www.LATesting.com / pasadenalab@latesting.com 322011973LA Testing Order: Customer ID:32NIN63 Customer PO: Project ID: Test Report: Asbestos Analysis of Bulk Materials via EPA 600/R-93/116 Method using Polarized Light Microscopy Sample Description Appearance % Fibrous % Non-Fibrous Non-Asbestos Asbestos % Type ASB-020-Finish Coat 322011973-0020 None DetectedNon-fibrous (Other)100%White Non-Fibrous Homogeneous Stucco ASB-020-Base Coat 322011973-0020A None DetectedNon-fibrous (Other)100%Gray Non-Fibrous Homogeneous Stucco ASB-021-Finish Coat 322011973-0021 None DetectedNon-fibrous (Other)100%White Non-Fibrous Homogeneous Stucco ASB-021-Base Coat 322011973-0021A None DetectedNon-fibrous (Other)100%Gray Non-Fibrous Homogeneous Stucco ASB-022-Finish Coat 322011973-0022 None DetectedNon-fibrous (Other)100%Beige Non-Fibrous Homogeneous Stucco ASB-022-Base Coat 322011973-0022A None DetectedNon-fibrous (Other)100%Gray Non-Fibrous Homogeneous Stucco ASB-023-Finish Coat 322011973-0023 None DetectedNon-fibrous (Other)100%White Non-Fibrous Homogeneous Stucco ASB-023-Base Coat 322011973-0023A None DetectedNon-fibrous (Other)100%Gray Non-Fibrous Homogeneous Stucco ASB-024-Finish Coat 322011973-0024 None DetectedNon-fibrous (Other)100%Beige Non-Fibrous Homogeneous Stucco ASB-024-Base Coat 322011973-0024A None DetectedNon-fibrous (Other)100%Gray Non-Fibrous Homogeneous Stucco ASB-025-Finish Coat 322011973-0025 None DetectedNon-fibrous (Other)100%Beige Non-Fibrous Homogeneous Stucco ASB-025-Base Coat 322011973-0025A None DetectedNon-fibrous (Other)100%Gray Non-Fibrous Homogeneous Stucco ASB-026-Finish Coat 322011973-0026 None DetectedNon-fibrous (Other)100%White/Beige Non-Fibrous Homogeneous Stucco ASB-026-Base Coat 322011973-0026A None DetectedNon-fibrous (Other)100%Gray Non-Fibrous Homogeneous Stucco ASB-027-Finish Coat 322011973-0027 None DetectedNon-fibrous (Other)100%White/Beige Non-Fibrous Homogeneous Stucco ASB-027-Base Coat 322011973-0027A None DetectedNon-fibrous (Other)100%Gray Non-Fibrous Homogeneous Stucco ASB-028-Finish Coat 322011973-0028 None DetectedNon-fibrous (Other)100%White Non-Fibrous Homogeneous Stucco ASB-028-Base Coat 322011973-0028A None DetectedNon-fibrous (Other)100%Gray Non-Fibrous Homogeneous Stucco ASB-029 322011973-0029 None DetectedNon-fibrous (Other)100%Gray/Beige Non-Fibrous Homogeneous Bolt sealant Initial report from: 07/08/2020 13:18:41 Page 3 of 5ASB_PLM_0008_0001 - 1.78 Printed: 7/8/2020 1:18 PM LA Testing 520 Mission Street South Pasadena, CA 91030 Tel/Fax: (323) 254-9960 / (323) 254-9982 http://www.LATesting.com / pasadenalab@latesting.com 322011973LA Testing Order: Customer ID:32NIN63 Customer PO: Project ID: Test Report: Asbestos Analysis of Bulk Materials via EPA 600/R-93/116 Method using Polarized Light Microscopy Sample Description Appearance % Fibrous % Non-Fibrous Non-Asbestos Asbestos % Type ASB-030 322011973-0030 None DetectedNon-fibrous (Other)100%Gray/Beige Non-Fibrous Homogeneous Bolt sealant ASB-031 322011973-0031 None DetectedNon-fibrous (Other)100%White Non-Fibrous Homogeneous Bolt sealant ASB-032 322011973-0032 None DetectedNon-fibrous (Other)100%Gray/White Non-Fibrous Homogeneous Flashing sealant ASB-033 322011973-0033 None DetectedNon-fibrous (Other)100%Gray/White Non-Fibrous Homogeneous Flashing sealant ASB-034 322011973-0034 None DetectedNon-fibrous (Other)100%White Non-Fibrous Homogeneous Flashing sealant ASB-035-Concrete 322011973-0035 None DetectedNon-fibrous (Other)100%Beige Non-Fibrous Homogeneous Concrete ASB-035-Caulking like 322011973-0035A None DetectedNon-fibrous (Other)100%Gray Non-Fibrous Homogeneous Concrete ASB-036 322011973-0036 None DetectedNon-fibrous (Other)100%Beige Non-Fibrous Homogeneous Concrete ASB-037-Concrete 322011973-0037 None DetectedNon-fibrous (Other)100%Beige Non-Fibrous Homogeneous Concrete ASB-037-Caulking like 322011973-0037A None DetectedNon-fibrous (Other)100%Gray Non-Fibrous Homogeneous Concrete ASB-038-Concrete 322011973-0038 None DetectedNon-fibrous (Other)100%Beige Non-Fibrous Homogeneous Concrete ASB-038-Caulking Like 322011973-0038A None DetectedNon-fibrous (Other)100%Gray Non-Fibrous Homogeneous Concrete ASB-039-Concrete 322011973-0039 None DetectedNon-fibrous (Other)100%Beige Non-Fibrous Homogeneous Concrete ASB-039-Caulking Like 322011973-0039A None DetectedNon-fibrous (Other)100%Gray Non-Fibrous Homogeneous Concrete ASB-040 322011973-0040 None DetectedNon-fibrous (Other)100%Gray Non-Fibrous Homogeneous Sealant ASB-041 322011973-0041 None DetectedNon-fibrous (Other)100%Gray Non-Fibrous Homogeneous Sealant ASB-042 322011973-0042 None DetectedNon-fibrous (Other)100%Gray Non-Fibrous Homogeneous Sealant ASB-043 322011973-0043 None DetectedNon-fibrous (Other)100%Gray Non-Fibrous Homogeneous Sealant ASB-044 322011973-0044 None DetectedNon-fibrous (Other)100%Gray Non-Fibrous Homogeneous Sealant Initial report from: 07/08/2020 13:18:41 Page 4 of 5ASB_PLM_0008_0001 - 1.78 Printed: 7/8/2020 1:18 PM LA Testing 520 Mission Street South Pasadena, CA 91030 Tel/Fax: (323) 254-9960 / (323) 254-9982 http://www.LATesting.com / pasadenalab@latesting.com 322011973LA Testing Order: Customer ID:32NIN63 Customer PO: Project ID: Test Report: Asbestos Analysis of Bulk Materials via EPA 600/R-93/116 Method using Polarized Light Microscopy Sample Description Appearance % Fibrous % Non-Fibrous Non-Asbestos Asbestos % Type ASB-045 322011973-0045 None DetectedNon-fibrous (Other)100%Gray Non-Fibrous Homogeneous Grout ASB-046-Finish Coat 322011973-0046 None DetectedNon-fibrous (Other)100%White/Beige Non-Fibrous Homogeneous Stucco ASB-046-Base Coat 322011973-0046A None DetectedNon-fibrous (Other)100%Gray Non-Fibrous Homogeneous Stucco ASB-047-Finish Coat 322011973-0047 None DetectedNon-fibrous (Other)100%White Non-Fibrous Homogeneous Stucco ASB-047-Base Coat 322011973-0047A None DetectedNon-fibrous (Other)100%Gray Non-Fibrous Homogeneous Stucco ASB-048-Finish Coat 322011973-0048 None DetectedNon-fibrous (Other)100%White Non-Fibrous Homogeneous Stucco ASB-048-Base Coat 322011973-0048A None DetectedNon-fibrous (Other)100%Gray Non-Fibrous Homogeneous Stucco ASB-049-Finish Coat 322011973-0049 None DetectedNon-fibrous (Other)100%White Non-Fibrous Homogeneous Stucco ASB-049-Base Coat 322011973-0049A None DetectedNon-fibrous (Other)100%Gray Non-Fibrous Homogeneous Stucco ASB-050 322011973-0050 None DetectedNon-fibrous (Other)100%Gray Non-Fibrous Homogeneous Ground sealant ASB-051 322011973-0051 None DetectedNon-fibrous (Other)100%Gray Non-Fibrous Homogeneous Analyst(s) John Talley (55) Rosa Mendoza (29) Jerry Drapala Ph.D, Laboratory Manager or Other Approved Signatory EMSL maintains liability limited to cost of analysis. The above analyses were performed in general compliance with Appendix E to Subpart E of 40 CFR (previously EPA 600/M4-82-020 "Interim Method"), but augmented with procedures outlined in the 1993 ("final") version of the method. This report relates only to the samples reported above, and may not be reproduced, except in full, without written approval by EMSL. EMSL bears no responsibility for sample collection activities or analytical method limitations . Interpretation and use of test results are the responsibility of the client. All samples received in acceptable condition unless otherwise noted. This report must not be used by the client to claim product certification, approval, or endorsement by NVLAP, NIST or any agency of the federal government. EMSL recommends gravimetric reduction for all non-friable organically bound materials prior to analysis. Estimation of uncertainty is available on request. Samples analyzed by LA Testing South Pasadena, CA NVLAP Lab Code 200232-0, CA ELAP 2283 Initial report from: 07/08/2020 13:18:41 Page 5 of 5ASB_PLM_0008_0001 - 1.78 Printed: 7/8/2020 1:18 PM LA Testing 520 Mission Street South Pasadena, CA 91030 Tel/Fax: (323) 254-9960 / (323) 254-9982 http://www.LATesting.com / pasadenalab@latesting.com 322012412LA Testing Order: Customer ID:32NIN63 Customer PO: Project ID: Attention:Phone:Nicolas Carpenter (858) 688-8306 Fax:Ninyo & Moore (858) 576-9600 Received Date:5710 Ruffin Road 07/10/2020 2:30 PM Analysis Date:San Diego, CA 92123 07/14/2020 Collected Date: Project:Carlsbad Safety Center/108715012/2560 Orion Way,Carlsbad,CA Test Report: Asbestos Analysis of Bulk Materials via EPA 600/R-93/116 Method using Polarized Light Microscopy Sample Description Appearance % Fibrous % Non-Fibrous Non-Asbestos Asbestos % Type ASB-052 322012412-0001 None DetectedPerlite Non-fibrous (Other) 30% 10% Cellulose Min. Wool 50% 10% White/Beige Fibrous Heterogeneous 2'x2' ACP ASB-053 322012412-0002 None DetectedPerlite Non-fibrous (Other) 30% 10% Cellulose Min. Wool 50% 10% White/Beige Fibrous Heterogeneous 2'x2' ACP ASB-054 322012412-0003 None DetectedNon-fibrous (Other)70%Min. Wool30%Brown/White Fibrous Heterogeneous 2'x2' ACP ASB-055-Ceiling Tile 322012412-0004 None DetectedPerlite Non-fibrous (Other) 20% 10% Cellulose Min. Wool 50% 20% White/Beige Fibrous Heterogeneous 1'x1' ACT/Mastic ASB-055-Mastic 322012412-0004A None DetectedNon-fibrous (Other)100%Brown Non-Fibrous Homogeneous 1'x1' ACT/Mastic ASB-056-Ceiling Tile 322012412-0005 None DetectedPerlite Non-fibrous (Other) 25% 10% Cellulose Min. Wool 40% 25% Gray/White Fibrous Homogeneous 1'x1' ACT/Mastic ASB-056-Mastic 322012412-0005A None DetectedNon-fibrous (Other)97%Wollastonite3%Brown Non-Fibrous Homogeneous 1'x1' ACT/Mastic ASB-057-Drywall 322012412-0006 None DetectedNon-fibrous (Other)78%Cellulose Glass 20% 2% Brown/White Fibrous Heterogeneous Drywall/joint comp/tape ASB-057-Joint Compound 322012412-0006A None DetectedNon-fibrous (Other)100%White Non-Fibrous Homogeneous Drywall/joint comp/tape ASB-057-Tape 322012412-0006B None DetectedNon-fibrous (Other)5%Cellulose95%Beige Fibrous Homogeneous Drywall/joint comp/tape ASB-058-Drywall 322012412-0007 None DetectedNon-fibrous (Other)88%Cellulose Glass 10% 2% Brown/White Fibrous Heterogeneous Drywall/joint comp/tape ASB-058-Joint Compound 322012412-0007A None DetectedNon-fibrous (Other)100%White Non-Fibrous Homogeneous Drywall/joint comp/tape ASB-058-Tape 322012412-0007B None DetectedNon-fibrous (Other)5%Cellulose95%Beige Fibrous Homogeneous Drywall/joint comp/tape ASB-059-Drywall 322012412-0008 None DetectedNon-fibrous (Other)78%Cellulose Glass 20% 2% Brown/White Fibrous Heterogeneous Drywall/joint comp/tape ASB-059-Joint Compound 322012412-0008A None DetectedNon-fibrous (Other)100%White Non-Fibrous Homogeneous Drywall/joint comp/tape Initial report from: 07/14/2020 14:01:13 Page 1 of 13ASB_PLM_0008_0001 - 1.78 Printed: 7/14/2020 2:09 PM LA Testing 520 Mission Street South Pasadena, CA 91030 Tel/Fax: (323) 254-9960 / (323) 254-9982 http://www.LATesting.com / pasadenalab@latesting.com 322012412LA Testing Order: Customer ID:32NIN63 Customer PO: Project ID: Test Report: Asbestos Analysis of Bulk Materials via EPA 600/R-93/116 Method using Polarized Light Microscopy Sample Description Appearance % Fibrous % Non-Fibrous Non-Asbestos Asbestos % Type ASB-059-Tape 322012412-0008B None DetectedNon-fibrous (Other)2%Cellulose98%Beige Fibrous Homogeneous Drywall/joint comp/tape ASB-060-Wallpaper 322012412-0009 None DetectedNon-fibrous (Other)60%Cellulose Synthetic 10% 30% White Non-Fibrous Homogeneous Drywall/joint comp/tape ASB-060-Drywall 322012412-0009A None DetectedNon-fibrous (Other)95%Cellulose Glass 2% 3% White Non-Fibrous Homogeneous Drywall/joint comp/tape ASB-060-Tape 322012412-0009B None DetectedNon-fibrous (Other)5%Cellulose95%Brown Fibrous Homogeneous Drywall/joint comp/tape No joint compound present for analysis. ASB-061-Drywall 322012412-0010 None DetectedNon-fibrous (Other)95%Cellulose Glass 3% 2% White Non-Fibrous Homogeneous Drywall/joint comp/tape ASB-061-Joint Compound 322012412-0010A None DetectedNon-fibrous (Other)100%Beige Non-Fibrous Homogeneous Drywall/joint comp/tape ASB-061-Tape 322012412-0010B None DetectedNon-fibrous (Other)5%Cellulose95%Brown Fibrous Homogeneous Drywall/joint comp/tape ASB-062-Drywall 322012412-0011 None DetectedNon-fibrous (Other)78%Cellulose Glass 20% 2% Brown/White Fibrous Heterogeneous Drywall/joint comp/tape ASB-062-Joint Compound 322012412-0011A None DetectedNon-fibrous (Other)100%White Non-Fibrous Homogeneous Drywall/joint comp/tape ASB-062-Tape 322012412-0011B None DetectedNon-fibrous (Other)2%Cellulose98%Beige Fibrous Homogeneous Drywall/joint comp/tape ASB-063-Wallpaper 322012412-0012 None DetectedNon-fibrous (Other)70%Synthetic30%Brown/White Non-Fibrous Homogeneous Drywall/joint comp/tape & wall paper ASB-063-Mastic 322012412-0012A None DetectedNon-fibrous (Other)100%Beige Non-Fibrous Homogeneous Drywall/joint comp/tape & wall paper ASB-063-Drywall 322012412-0012B None DetectedNon-fibrous (Other)78%Cellulose Glass 20% 2% Brown/White Fibrous Heterogeneous Drywall/joint comp/tape & wall paper ASB-063-Joint Compound 322012412-0012C None DetectedNon-fibrous (Other)100%Beige Non-Fibrous Homogeneous Drywall/joint comp/tape & wall paper ASB-063-Tape 322012412-0012D None DetectedNon-fibrous (Other)5%Cellulose95%Beige Fibrous Homogeneous Drywall/joint comp/tape & wall paper ASB-064-Drywall 322012412-0013 None DetectedNon-fibrous (Other)95%Cellulose Glass 3% 2% White Non-Fibrous Homogeneous Drywall/joint comp/tape ASB-064-Joint Compound 322012412-0013A None DetectedNon-fibrous (Other)100%Beige Non-Fibrous Homogeneous Drywall/joint comp/tape Initial report from: 07/14/2020 14:01:13 Page 2 of 13ASB_PLM_0008_0001 - 1.78 Printed: 7/14/2020 2:09 PM LA Testing 520 Mission Street South Pasadena, CA 91030 Tel/Fax: (323) 254-9960 / (323) 254-9982 http://www.LATesting.com / pasadenalab@latesting.com 322012412LA Testing Order: Customer ID:32NIN63 Customer PO: Project ID: Test Report: Asbestos Analysis of Bulk Materials via EPA 600/R-93/116 Method using Polarized Light Microscopy Sample Description Appearance % Fibrous % Non-Fibrous Non-Asbestos Asbestos % Type ASB-064-Tape 322012412-0013B None DetectedNon-fibrous (Other)5%Cellulose95%Brown Fibrous Homogeneous Drywall/joint comp/tape ASB-065-Drywall 322012412-0014 None DetectedNon-fibrous (Other)95%Cellulose Glass 3% 2% White Non-Fibrous Homogeneous Drywall/joint comp/tape ASB-065-Joint Compound 322012412-0014A None DetectedNon-fibrous (Other)100%Beige Non-Fibrous Homogeneous Drywall/joint comp/tape ASB-065-Tape 322012412-0014B None DetectedNon-fibrous (Other)5%Cellulose95%Brown Fibrous Homogeneous Drywall/joint comp/tape ASB-066-Drywall 322012412-0015 None DetectedNon-fibrous (Other)78%Cellulose Glass 20% 2% Brown/White Fibrous Heterogeneous Drywall/joint comp/tape ASB-066-Joint Compound 322012412-0015A None DetectedNon-fibrous (Other)100%White Non-Fibrous Homogeneous Drywall/joint comp/tape No tape present for analysis. ASB-067-Drywall 322012412-0016 None DetectedNon-fibrous (Other)78%Cellulose Glass 20% 2% Brown/White Fibrous Heterogeneous Drywall/joint comp/tape & wall paper ASB-067-Joint Compound 322012412-0016A None DetectedNon-fibrous (Other)100%White Non-Fibrous Homogeneous Drywall/joint comp/tape & wall paper No tape present for analysis. ASB-067-Wallpaper 322012412-0016B None DetectedNon-fibrous (Other)75%Synthetic25%Silver/Beige Fibrous Heterogeneous Drywall/joint comp/tape & wall paper ASB-068-Cove Base 322012412-0017 None DetectedNon-fibrous (Other)100%Gray Non-Fibrous Homogeneous Covebase glue ASB-068-Glue 322012412-0017A None DetectedNon-fibrous (Other)100%Beige Non-Fibrous Homogeneous Covebase glue ASB-069 322012412-0018 None DetectedNon-fibrous (Other)100%Tan Non-Fibrous Homogeneous Covebase glue ASB-070 322012412-0019 None DetectedNon-fibrous (Other)100%Yellow Non-Fibrous Homogeneous Carpet glue ASB-071-Carpet 322012412-0020 None DetectedNon-fibrous (Other)5%Synthetic95%Gray Fibrous Homogeneous Carpet glue ASB-071-Glue 322012412-0020A None DetectedNon-fibrous (Other)100%Tan/Yellow Non-Fibrous Homogeneous Carpet glue ASB-072-Carpet 322012412-0021 None DetectedNon-fibrous (Other)5%Synthetic95%Black Fibrous Homogeneous Carpet glue ASB-072-Glue 322012412-0021A None DetectedNon-fibrous (Other)100%Yellow Non-Fibrous Homogeneous Carpet glue Initial report from: 07/14/2020 14:01:13 Page 3 of 13ASB_PLM_0008_0001 - 1.78 Printed: 7/14/2020 2:09 PM LA Testing 520 Mission Street South Pasadena, CA 91030 Tel/Fax: (323) 254-9960 / (323) 254-9982 http://www.LATesting.com / pasadenalab@latesting.com 322012412LA Testing Order: Customer ID:32NIN63 Customer PO: Project ID: Test Report: Asbestos Analysis of Bulk Materials via EPA 600/R-93/116 Method using Polarized Light Microscopy Sample Description Appearance % Fibrous % Non-Fibrous Non-Asbestos Asbestos % Type ASB-073 322012412-0022 None DetectedNon-fibrous (Other)100%Yellow Non-Fibrous Homogeneous Carpet glue ASB-074-Carpet 322012412-0023 None DetectedNon-fibrous (Other)10%Synthetic90%Black Fibrous Homogeneous Carpet glue ASB-074-Glue 322012412-0023A None DetectedNon-fibrous (Other)100%Yellow Non-Fibrous Homogeneous Carpet glue ASB-075 322012412-0024 None DetectedNon-fibrous (Other)100%Yellow Non-Fibrous Homogeneous Carpet glue ASB-076 322012412-0025 None DetectedNon-fibrous (Other)100%Yellow Non-Fibrous Homogeneous Carpet glue ASB-077-Vinyl Floor Tile 322012412-0026 None DetectedNon-fibrous (Other)100%Gray Non-Fibrous Homogeneous 12"x12" VFT/mastic ASB-077-Mastic 322012412-0026A 5% ChrysotileNon-fibrous (Other)95%Black Non-Fibrous Homogeneous 12"x12" VFT/mastic ASB-078-Vinyl Floor Tile 322012412-0027 None DetectedNon-fibrous (Other)100%Gray Non-Fibrous Homogeneous 12"x12" VFT/mastic ASB-078-Mastic 322012412-0027A 5% ChrysotileNon-fibrous (Other)95%Black Non-Fibrous Homogeneous 12"x12" VFT/mastic ASB-079-Vinyl Floor Tile 322012412-0028 None DetectedNon-fibrous (Other)100%Gray Non-Fibrous Homogeneous 12"x12" VFT/mastic ASB-079-Mastic 322012412-0028A 7% ChrysotileNon-fibrous (Other)93%Black Non-Fibrous Homogeneous 12"x12" VFT/mastic ASB-080-VFT 322012412-0029 None DetectedNon-fibrous (Other)100%Gray/Tan Non-Fibrous Homogeneous 12"x12" VFT/mastic ASB-080-Mastic 322012412-0029A 8% ChrysotileNon-fibrous (Other)92%Black Non-Fibrous Homogeneous 12"x12" VFT/mastic ASB-081-Linoleum 322012412-0030 None DetectedNon-fibrous (Other)75%Cellulose Synthetic Glass 20% 3% 2% Gray Fibrous Heterogeneous Linoleum/glue ASB-081-Glue 322012412-0030A None DetectedNon-fibrous (Other)100%Beige Non-Fibrous Homogeneous Linoleum/glue ASB-082-Rubber Floor 322012412-0031 None DetectedNon-fibrous (Other)100%Gray Non-Fibrous Homogeneous Rubber floor/glue ASB-082-Glue 322012412-0031A None DetectedNon-fibrous (Other)100%Gray Non-Fibrous Homogeneous Rubber floor/glue ASB-083-Flooring 322012412-0032 None DetectedNon-fibrous (Other)80%Synthetic20%Beige Fibrous Heterogeneous Rubber floor/glue ASB-083-Glue 322012412-0032A None DetectedNon-fibrous (Other)100%Yellow Non-Fibrous Homogeneous Rubber floor/glue Initial report from: 07/14/2020 14:01:13 Page 4 of 13ASB_PLM_0008_0001 - 1.78 Printed: 7/14/2020 2:09 PM LA Testing 520 Mission Street South Pasadena, CA 91030 Tel/Fax: (323) 254-9960 / (323) 254-9982 http://www.LATesting.com / pasadenalab@latesting.com 322012412LA Testing Order: Customer ID:32NIN63 Customer PO: Project ID: Test Report: Asbestos Analysis of Bulk Materials via EPA 600/R-93/116 Method using Polarized Light Microscopy Sample Description Appearance % Fibrous % Non-Fibrous Non-Asbestos Asbestos % Type ASB-084-Rubber Floor 322012412-0033 None DetectedNon-fibrous (Other)100%Gray Non-Fibrous Homogeneous Rubber floor/glue ASB-084-Glue 322012412-0033A None DetectedNon-fibrous (Other)100%Yellow Non-Fibrous Homogeneous Rubber floor/glue ASB-085-Rubber Floor 322012412-0034 None DetectedNon-fibrous (Other)100%Gray Non-Fibrous Homogeneous Rubber floor/glue ASB-085-Glue 322012412-0034A None DetectedNon-fibrous (Other)100%Yellow Non-Fibrous Homogeneous Rubber floor/glue ASB-086 322012412-0035 None DetectedNon-fibrous (Other)100%Gray Non-Fibrous Homogeneous Rubber floor/glue No glue present for analysis. ASB-087 322012412-0036 None DetectedNon-fibrous (Other)85%Cellulose15%Beige Non-Fibrous Homogeneous Undercoating ASB-088 322012412-0037 None DetectedNon-fibrous (Other)85%Cellulose15%White Non-Fibrous Homogeneous Undercoating ASB-089 322012412-0038 None DetectedNon-fibrous (Other)90%Cellulose10%Beige Non-Fibrous Homogeneous Undercoating ASB-090 322012412-0039 None DetectedNon-fibrous (Other)100%Gray Non-Fibrous Homogeneous Sealant @ beam ASB-091-Sealant 1 322012412-0040 None DetectedNon-fibrous (Other)100%Gray Non-Fibrous Homogeneous Bolt sealant ASB-091-Sealant 2 322012412-0040A None DetectedNon-fibrous (Other)95%Synthetic5%Gray Non-Fibrous Homogeneous Bolt sealant ASB-092 322012412-0041 None DetectedNon-fibrous (Other)60%Cellulose40%White Fibrous Homogeneous HVAC tape & sealant ASB-093 322012412-0042 None DetectedNon-fibrous (Other)5%Cellulose95%Beige Fibrous Homogeneous HVAC tape & sealant ASB-094 322012412-0043 None DetectedNon-fibrous (Other)20%Synthetic Glass 10% 70% Gray/Yellow Fibrous Homogeneous Insulation ASB-095-Wrap 322012412-0044 None DetectedNon-fibrous (Other)40%Cellulose Glass 50% 10% White Non-Fibrous Homogeneous Insulation ASB-095-Insulation 322012412-0044A None DetectedNon-fibrous (Other)2%Glass98%Yellow Fibrous Homogeneous Insulation ASB-096-Insulation 322012412-0045 None DetectedNon-fibrous (Other)2%Glass98%Yellow Fibrous Homogeneous Insulation ASB-096-Wrap 322012412-0045A None DetectedNon-fibrous (Other)50%Cellulose Glass 40% 10% White/Silver Fibrous Heterogeneous Insulation Initial report from: 07/14/2020 14:01:13 Page 5 of 13ASB_PLM_0008_0001 - 1.78 Printed: 7/14/2020 2:09 PM LA Testing 520 Mission Street South Pasadena, CA 91030 Tel/Fax: (323) 254-9960 / (323) 254-9982 http://www.LATesting.com / pasadenalab@latesting.com 322012412LA Testing Order: Customer ID:32NIN63 Customer PO: Project ID: Test Report: Asbestos Analysis of Bulk Materials via EPA 600/R-93/116 Method using Polarized Light Microscopy Sample Description Appearance % Fibrous % Non-Fibrous Non-Asbestos Asbestos % Type ASB-09 322012412-0046 None DetectedPerlite Non-fibrous (Other) 40% 20% Min. Wool40%Tan/White Fibrous Heterogeneous 2'x2' ACP ASB-098 322012412-0047 None DetectedPerlite Non-fibrous (Other) 40% 18% Cellulose Min. Wool 2% 40% Tan/White Non-Fibrous Heterogeneous 2'x2' ACP ASB-099 322012412-0048 None DetectedPerlite Non-fibrous (Other) 40% 20% Min. Wool40%Tan/White Fibrous Heterogeneous 2'x2' ACP ASB-100 322012412-0049 None DetectedNon-fibrous (Other)70%Min. Wool30%Brown/White Fibrous Heterogeneous 2'x2' ACP ASB-101-Ceiling Tile 322012412-0050 None DetectedPerlite Non-fibrous (Other) 20% 10% Cellulose Min. Wool 50% 20% White/Beige Fibrous Heterogeneous 1'x1' ACT/mastic ASB-101-Mastic 322012412-0050A None DetectedNon-fibrous (Other)100%Brown Non-Fibrous Homogeneous 1'x1' ACT/mastic ASB-102-Ceiling Tile 322012412-0051 None DetectedPerlite Non-fibrous (Other) 20% 10% Cellulose Min. Wool 50% 20% White/Beige Fibrous Heterogeneous 1'x1' ACT/mastic ASB-102-Mastic 322012412-0051A None DetectedNon-fibrous (Other)100%Brown Non-Fibrous Homogeneous 1'x1' ACT/mastic ASB-103-Ceiling Tile 322012412-0052 None DetectedPerlite Non-fibrous (Other) 30% 10% Cellulose Min. Wool 40% 20% Gray/White Fibrous Homogeneous 1'x1' ACT ASB-103-Mastic 322012412-0052A None DetectedNon-fibrous (Other)100%Brown Non-Fibrous Homogeneous 1'x1' ACT ASB-104-Ceiling Tile 322012412-0053 None DetectedPerlite Non-fibrous (Other) 30% 10% Cellulose Min. Wool 40% 20% Gray/White Fibrous Homogeneous Drywall/joint comp/tape ASB-104-Mastic 322012412-0053A None DetectedNon-fibrous (Other)100%Brown Non-Fibrous Homogeneous Drywall/joint comp/tape ASB-105-Drywall 322012412-0054 None DetectedNon-fibrous (Other)95%Cellulose Glass 3% 2% White Non-Fibrous Homogeneous Drywall/joint comp/tape ASB-105-Joint Compound 322012412-0054A None DetectedNon-fibrous (Other)100%White Non-Fibrous Homogeneous Drywall/joint comp/tape ASB-105-Tape 322012412-0054B None DetectedNon-fibrous (Other)5%Cellulose95%Brown Fibrous Homogeneous Drywall/joint comp/tape ASB-106-Drywall 322012412-0055 None DetectedNon-fibrous (Other)95%Cellulose Glass 3% 2% White Non-Fibrous Homogeneous Drywall/joint comp/tape ASB-106-Joint Compound 322012412-0055A None DetectedNon-fibrous (Other)100%White Non-Fibrous Homogeneous Drywall/joint comp/tape ASB-106-Tape 322012412-0055B None DetectedNon-fibrous (Other)5%Cellulose95%Brown Fibrous Heterogeneous Drywall/joint comp/tape Initial report from: 07/14/2020 14:01:13 Page 6 of 13ASB_PLM_0008_0001 - 1.78 Printed: 7/14/2020 2:09 PM LA Testing 520 Mission Street South Pasadena, CA 91030 Tel/Fax: (323) 254-9960 / (323) 254-9982 http://www.LATesting.com / pasadenalab@latesting.com 322012412LA Testing Order: Customer ID:32NIN63 Customer PO: Project ID: Test Report: Asbestos Analysis of Bulk Materials via EPA 600/R-93/116 Method using Polarized Light Microscopy Sample Description Appearance % Fibrous % Non-Fibrous Non-Asbestos Asbestos % Type ASB-107-Drywall 322012412-0056 None DetectedNon-fibrous (Other)78%Cellulose Glass 20% 2% Brown/White Fibrous Heterogeneous Drywall/joint comp/tape ASB-107-Joint Compound 322012412-0056A None DetectedNon-fibrous (Other)100%White Non-Fibrous Homogeneous Drywall/joint comp/tape ASB-107-Tape 322012412-0056B None DetectedNon-fibrous (Other)2%Cellulose98%Beige Fibrous Homogeneous Drywall/joint comp/tape ASB-108-Drywall 322012412-0057 None DetectedNon-fibrous (Other)95%Cellulose Glass 3% 2% White Non-Fibrous Homogeneous Drywall/joint comp/tape ASB-108-Joint Compound 322012412-0057A None DetectedNon-fibrous (Other)100%White Non-Fibrous Homogeneous Drywall/joint comp/tape ASB-108-Tape 322012412-0057B None DetectedNon-fibrous (Other)5%Cellulose95%Brown Fibrous Homogeneous Drywall/joint comp/tape ASB-109-Drywall 322012412-0058 None DetectedNon-fibrous (Other)96%Cellulose Glass 2% 2% White Non-Fibrous Homogeneous Drywall/joint comp/tape No joint compound present for analysis. ASB-109-Tape 322012412-0058A None DetectedNon-fibrous (Other)2%Cellulose98%Brown Fibrous Homogeneous Drywall/joint comp/tape ASB-110-Drywall 322012412-0059 None DetectedNon-fibrous (Other)78%Cellulose Glass 20% 2% Brown/White Fibrous Heterogeneous Drywall/joint comp/tape ASB-110-Joint Compound 322012412-0059A None DetectedNon-fibrous (Other)100%White Non-Fibrous Homogeneous Drywall/joint comp/tape ASB-110-Tape 322012412-0059B None DetectedNon-fibrous (Other)2%Cellulose98%Beige Fibrous Homogeneous Drywall/joint comp/tape ASB-111-Wallpaper 322012412-0060 None DetectedNon-fibrous (Other)60%Synthetic40%White Fibrous Heterogeneous Drywall/joint comp/tape ASB-111-Drywall 322012412-0060A None DetectedNon-fibrous (Other)78%Cellulose Glass 20% 2% Brown/White Fibrous Heterogeneous Drywall/joint comp/tape ASB-111-Joint Compound 322012412-0060B None DetectedNon-fibrous (Other)100%White Non-Fibrous Homogeneous Drywall/joint comp/tape ASB-111-Tape 322012412-0060C None DetectedNon-fibrous (Other)2%Cellulose98%Beige Fibrous Homogeneous Drywall/joint comp/tape ASB-112-Drywall 322012412-0061 None DetectedNon-fibrous (Other)93%Cellulose Glass 5% 2% White Non-Fibrous Homogeneous Drywall/joint comp/tape ASB-112-Joint Compound 322012412-0061A None DetectedNon-fibrous (Other)100%White Non-Fibrous Homogeneous Drywall/joint comp/tape Initial report from: 07/14/2020 14:01:13 Page 7 of 13ASB_PLM_0008_0001 - 1.78 Printed: 7/14/2020 2:09 PM LA Testing 520 Mission Street South Pasadena, CA 91030 Tel/Fax: (323) 254-9960 / (323) 254-9982 http://www.LATesting.com / pasadenalab@latesting.com 322012412LA Testing Order: Customer ID:32NIN63 Customer PO: Project ID: Test Report: Asbestos Analysis of Bulk Materials via EPA 600/R-93/116 Method using Polarized Light Microscopy Sample Description Appearance % Fibrous % Non-Fibrous Non-Asbestos Asbestos % Type ASB-112-Tape 322012412-0061B None DetectedNon-fibrous (Other)2%Cellulose98%Brown Fibrous Homogeneous Drywall/joint comp/tape ASB-113-Drywall 322012412-0062 None DetectedNon-fibrous (Other)78%Cellulose Glass 20% 2% Brown/White Fibrous Heterogeneous Drywall/joint comp/tape ASB-113-Joint Compound 322012412-0062A None DetectedNon-fibrous (Other)100%White Non-Fibrous Homogeneous Drywall/joint comp/tape ASB-113-Tape 322012412-0062B None DetectedNon-fibrous (Other)2%Cellulose98%Beige Fibrous Homogeneous Drywall/joint comp/tape ASB-114-Wallpaper 322012412-0063 None DetectedNon-fibrous (Other)60%Synthetic40%White/Purple Fibrous Heterogeneous Drywall/joint comp/tape ASB-114-Drywall 322012412-0063A None DetectedNon-fibrous (Other)95%Cellulose Glass 3% 2% White Non-Fibrous Homogeneous Drywall/joint comp/tape ASB-114-Joint Compound 322012412-0063B None DetectedNon-fibrous (Other)100%White/Beige Non-Fibrous Homogeneous Drywall/joint comp/tape ASB-114-Tape 322012412-0063C None DetectedNon-fibrous (Other)2%Cellulose98%Brown Fibrous Homogeneous Drywall/joint comp/tape ASB-115-Wallpaper 322012412-0064 None DetectedNon-fibrous (Other)60%Synthetic40%White Fibrous Heterogeneous Drywall/joint comp/tape ASB-115-Drywall 322012412-0064A None DetectedNon-fibrous (Other)95%Cellulose Glass 3% 2% White Non-Fibrous Homogeneous Drywall/joint comp/tape ASB-115-Joint Compound 322012412-0064B None DetectedNon-fibrous (Other)100%White Non-Fibrous Homogeneous Drywall/joint comp/tape ASB-115-Tape 322012412-0064C None DetectedNon-fibrous (Other)2%Cellulose98%Brown Fibrous Homogeneous Drywall/joint comp/tape ASB-116 322012412-0065 None DetectedNon-fibrous (Other)5%Glass95%Orange Fibrous Homogeneous Wall padding ASB-117-Glue 322012412-0066 None DetectedNon-fibrous (Other)100%Beige Non-Fibrous Homogeneous Covebase glue ASB-117-Drywall 322012412-0066A None DetectedNon-fibrous (Other)78%Cellulose Glass 20% 2% Brown/White Fibrous Heterogeneous Covebase glue ASB-118-Glue 1 322012412-0067 None DetectedNon-fibrous (Other)100%Beige Non-Fibrous Homogeneous Covebase glue ASB-118-Glue 2 322012412-0067A None DetectedNon-fibrous (Other)97%Wollastonite3%Brown Non-Fibrous Homogeneous Covebase glue ASB-118-Cementitious Material 322012412-0067B None DetectedNon-fibrous (Other)100%Gray/White Non-Fibrous Homogeneous Covebase glue Initial report from: 07/14/2020 14:01:13 Page 8 of 13ASB_PLM_0008_0001 - 1.78 Printed: 7/14/2020 2:09 PM LA Testing 520 Mission Street South Pasadena, CA 91030 Tel/Fax: (323) 254-9960 / (323) 254-9982 http://www.LATesting.com / pasadenalab@latesting.com 322012412LA Testing Order: Customer ID:32NIN63 Customer PO: Project ID: Test Report: Asbestos Analysis of Bulk Materials via EPA 600/R-93/116 Method using Polarized Light Microscopy Sample Description Appearance % Fibrous % Non-Fibrous Non-Asbestos Asbestos % Type ASB-119-Glue 322012412-0068 None DetectedNon-fibrous (Other)100%Beige Non-Fibrous Homogeneous Covebase glue ASB-119-Drywall 322012412-0068A None DetectedNon-fibrous (Other)78%Cellulose Glass 20% 2% Brown/White Fibrous Heterogeneous Covebase glue ASB-119-Joint Compound 322012412-0068B None DetectedNon-fibrous (Other)100%White Non-Fibrous Homogeneous Covebase glue ASB-120 322012412-0069 None DetectedNon-fibrous (Other)100%Gray Non-Fibrous Homogeneous Concrete/texture ASB-121 322012412-0070 None DetectedNon-fibrous (Other)100%Yellow Non-Fibrous Homogeneous Bench glue ASB-122-Glue 322012412-0071 None DetectedNon-fibrous (Other)100%Orange Non-Fibrous Homogeneous Bench glue ASB-122-Cementitious Material 322012412-0071A None DetectedNon-fibrous (Other)100%Gray Non-Fibrous Homogeneous Bench glue ASB-123 322012412-0072 None DetectedNon-fibrous (Other)100%Yellow Non-Fibrous Homogeneous Carpet glue ASB-124 322012412-0073 None DetectedNon-fibrous (Other)100%Yellow Non-Fibrous Homogeneous Carpet glue ASB-125-Glue 322012412-0074 None DetectedNon-fibrous (Other)100%Yellow Non-Fibrous Homogeneous Carpet glue ASB-125-Carpet 322012412-0074A None DetectedNon-fibrous (Other)2%Synthetic98%Gray Fibrous Homogeneous Carpet glue ASB-126-Glue 322012412-0075 None DetectedNon-fibrous (Other)100%Yellow Non-Fibrous Homogeneous Carpet glue ASB-126-Cementitious Material 322012412-0075A None DetectedNon-fibrous (Other)100%Gray Non-Fibrous Homogeneous Carpet glue ASB-127-Carpet 322012412-0076 None DetectedNon-fibrous (Other)2%Synthetic98%Gray Fibrous Homogeneous Carpet glue ASB-127-Glue 322012412-0076A None DetectedNon-fibrous (Other)100%Yellow Non-Fibrous Homogeneous Carpet glue ASB-128 322012412-0077 None DetectedNon-fibrous (Other)100%Gray/Yellow/Orange Non-Fibrous Homogeneous Carpet glue ASB-129 322012412-0078 None DetectedNon-fibrous (Other)100%Yellow Non-Fibrous Homogeneous Carpet glue ASB-130-VFT 322012412-0079 None DetectedNon-fibrous (Other)100%Tan/Beige Non-Fibrous Homogeneous 12"x12" VFT/mastic Initial report from: 07/14/2020 14:01:13 Page 9 of 13ASB_PLM_0008_0001 - 1.78 Printed: 7/14/2020 2:09 PM LA Testing 520 Mission Street South Pasadena, CA 91030 Tel/Fax: (323) 254-9960 / (323) 254-9982 http://www.LATesting.com / pasadenalab@latesting.com 322012412LA Testing Order: Customer ID:32NIN63 Customer PO: Project ID: Test Report: Asbestos Analysis of Bulk Materials via EPA 600/R-93/116 Method using Polarized Light Microscopy Sample Description Appearance % Fibrous % Non-Fibrous Non-Asbestos Asbestos % Type ASB-130-Mastic 322012412-0079A 5%ChrysotileNon-fibrous (Other)95%Black Non-Fibrous Homogeneous 12"x12" VFT/mastic ASB-131-VFT 322012412-0080 None DetectedNon-fibrous (Other)100%Tan/Beige Non-Fibrous Homogeneous 12"x12" VFT/mastic ASB-131-Mastic 322012412-0080A 5% ChrysotileNon-fibrous (Other)95%Black Non-Fibrous Homogeneous 12"x12" VFT/mastic ASB-132-Mastic 1 Top 322012412-0081 None DetectedNon-fibrous (Other)100%Yellow Non-Fibrous Homogeneous 12"x12" VFT/mastic ASB-132-VFT 322012412-0081A None DetectedNon-fibrous (Other)100%Tan/Beige Non-Fibrous Homogeneous 12"x12" VFT/mastic ASB-132-Mastic 2 Bottom 322012412-0081B 7% ChrysotileNon-fibrous (Other)93%Black Non-Fibrous Homogeneous 12"x12" VFT/mastic ASB-133-VFT 322012412-0082 None DetectedNon-fibrous (Other)100%Tan/Beige Non-Fibrous Homogeneous 12"x12" VFT/mastic ASB-133-Mastic 322012412-0082A 8% ChrysotileNon-fibrous (Other)92%Black Non-Fibrous Homogeneous 12"x12" VFT/mastic ASB-134-VFT 322012412-0083 None DetectedNon-fibrous (Other)100%Gray Non-Fibrous Homogeneous 12"x12" VFT/mastic ASB-134-Mastic 322012412-0083A 5% ChrysotileNon-fibrous (Other)95%Black Non-Fibrous Homogeneous 12"x12" VFT/mastic ASB-135-Float Coat 322012412-0084 None DetectedNon-fibrous (Other)100%Rust Non-Fibrous Homogeneous Float coat ASB-135-Cementitious Material 322012412-0084A None DetectedNon-fibrous (Other)100%Gray Non-Fibrous Homogeneous Float coat ASB-136-Linoleum 322012412-0085 None DetectedNon-fibrous (Other)87%Synthetic Glass 10% 3% Gray Fibrous Heterogeneous Linoleum/glue ASB-136-Glue 322012412-0085A None DetectedNon-fibrous (Other)100%Yellow Non-Fibrous Homogeneous Linoleum/glue ASB-137-Linoleum 322012412-0086 None DetectedNon-fibrous (Other)80%Synthetic20%Gray Fibrous Heterogeneous Linoleum/glue ASB-137-Glue 322012412-0086A None DetectedNon-fibrous (Other)100%Orange Non-Fibrous Homogeneous Linoleum/glue ASB-138-Linoleum 322012412-0087 None DetectedNon-fibrous (Other)85%Synthetic Glass 10% 5% Gray Fibrous Heterogeneous Linoleum/glue & float ASB-138-Glue 322012412-0087A None DetectedNon-fibrous (Other)100%Yellow Non-Fibrous Homogeneous Linoleum/glue & float No float present for analysis. Initial report from: 07/14/2020 14:01:13 Page 10 of 13ASB_PLM_0008_0001 - 1.78 Printed: 7/14/2020 2:09 PM LA Testing 520 Mission Street South Pasadena, CA 91030 Tel/Fax: (323) 254-9960 / (323) 254-9982 http://www.LATesting.com / pasadenalab@latesting.com 322012412LA Testing Order: Customer ID:32NIN63 Customer PO: Project ID: Test Report: Asbestos Analysis of Bulk Materials via EPA 600/R-93/116 Method using Polarized Light Microscopy Sample Description Appearance % Fibrous % Non-Fibrous Non-Asbestos Asbestos % Type ASB-139-Linoleum 322012412-0088 None DetectedNon-fibrous (Other)80%Synthetic20%Gray Fibrous Heterogeneous Linoleum/glue ASB-139-Glue 322012412-0088A None DetectedNon-fibrous (Other)100%Gray/Clear Non-Fibrous Homogeneous Linoleum/glue ASB-139-Float 322012412-0088B None DetectedNon-fibrous (Other)95%Cellulose5%Gray Non-Fibrous Homogeneous Linoleum/glue ASB-140-Rubber Floor 322012412-0089 None DetectedNon-fibrous (Other)100%Black Non-Fibrous Homogeneous Rubber floor/glue ASB-140-Glue 322012412-0089A None DetectedNon-fibrous (Other)100%Yellow Non-Fibrous Homogeneous Rubber floor/glue ASB-141-Flooring 322012412-0090 None DetectedNon-fibrous (Other)90%Synthetic10%Gray Fibrous Heterogeneous Rubber floor/glue ASB-141-Glue 322012412-0090A None DetectedNon-fibrous (Other)100%Yellow Non-Fibrous Homogeneous Rubber floor/glue ASB-142 322012412-0091 None DetectedNon-fibrous (Other)20%Cellulose80%White Fibrous Homogeneous HVAC tape & sealant ASB-143 322012412-0092 None DetectedNon-fibrous (Other)100%White Non-Fibrous Homogeneous Sealant ASB-144-Wrap 322012412-0093 None DetectedNon-fibrous (Other)50%Cellulose Glass 40% 10% White/Silver Fibrous Heterogeneous Insulation ASB-144-Insulation 322012412-0093A None DetectedNon-fibrous (Other)2%Glass98%Yellow Fibrous Homogeneous Insulation ASB-145-Wrap 322012412-0094 None DetectedNon-fibrous (Other)50%Cellulose Glass 40% 10% White/Silver Fibrous Heterogeneous Insulation ASB-145-Insulation 322012412-0094A None DetectedNon-fibrous (Other)2%Glass98%Yellow Fibrous Homogeneous Insulation ASB-146 322012412-0095 None DetectedNon-fibrous (Other)2%Glass98%Gray Fibrous Homogeneous Insulation ASB-147 322012412-0096 None DetectedNon-fibrous (Other)2%Glass98%Yellow Fibrous Homogeneous Insulation ASB-148 322012412-0097 None DetectedNon-fibrous (Other)100%Gray Non-Fibrous Homogeneous Caulking ASB-149-Caulk 322012412-0098 None DetectedNon-fibrous (Other)100%Gray Non-Fibrous Homogeneous Caulking ASB-149-Grout-like 322012412-0098A None DetectedNon-fibrous (Other)100%White Non-Fibrous Homogeneous Caulking ASB-150 322012412-0099 None DetectedNon-fibrous (Other)90%Cellulose10%Beige Non-Fibrous Homogeneous Undercoating Initial report from: 07/14/2020 14:01:13 Page 11 of 13ASB_PLM_0008_0001 - 1.78 Printed: 7/14/2020 2:09 PM LA Testing 520 Mission Street South Pasadena, CA 91030 Tel/Fax: (323) 254-9960 / (323) 254-9982 http://www.LATesting.com / pasadenalab@latesting.com 322012412LA Testing Order: Customer ID:32NIN63 Customer PO: Project ID: Test Report: Asbestos Analysis of Bulk Materials via EPA 600/R-93/116 Method using Polarized Light Microscopy Sample Description Appearance % Fibrous % Non-Fibrous Non-Asbestos Asbestos % Type ASB-151 322012412-0100 None DetectedNon-fibrous (Other)90%Cellulose10%Beige Non-Fibrous Homogeneous Undercoating ASB-152 322012412-0101 None DetectedNon-fibrous (Other)90%Cellulose10%Beige Non-Fibrous Homogeneous Undercoating ASB-153 322012412-0102 None DetectedNon-fibrous (Other)90%Cellulose10%Beige Non-Fibrous Homogeneous Undercoating ASB-154 322012412-0103 None DetectedNon-fibrous (Other)40%Min. Wool60%White/Beige Fibrous Homogeneous 2'x2' ACP ASB-155-Drywall 322012412-0104 None DetectedNon-fibrous (Other)80%Cellulose20%Brown/White Fibrous Heterogeneous Drywall/joint comp/tape ASB-155-Joint Compound 322012412-0104A None DetectedNon-fibrous (Other)100%White Non-Fibrous Homogeneous Drywall/joint comp/tape ASB-155-Tape 322012412-0104B None DetectedNon-fibrous (Other)2%Cellulose98%Beige Fibrous Homogeneous Drywall/joint comp/tape ASB-156-Drywall 322012412-0105 None DetectedNon-fibrous (Other)98%Glass2%White Non-Fibrous Homogeneous Drywall/joint comp/tape ASB-156-Joint Compound 322012412-0105A None DetectedNon-fibrous (Other)100%White Non-Fibrous Homogeneous Drywall/joint comp/tape ASB-156-Tape 322012412-0105B None DetectedNon-fibrous (Other)2%Cellulose98%Brown Fibrous Homogeneous Drywall/joint comp/tape ASB-157-Drywall 322012412-0106 None DetectedNon-fibrous (Other)78%Cellulose Glass 20% 2% Brown/White Fibrous Heterogeneous Drywall/joint comp/tape ASB-157-Joint Compound 322012412-0106A None DetectedNon-fibrous (Other)100%White Non-Fibrous Homogeneous Drywall/joint comp/tape ASB-157-Tape 322012412-0106B None DetectedNon-fibrous (Other)2%Cellulose98%Beige Fibrous Homogeneous Drywall/joint comp/tape ASB-158-Carpet 322012412-0107 None DetectedNon-fibrous (Other)2%Synthetic98%Gray Fibrous Homogeneous Carpet glue ASB-158-Glue 322012412-0107A None DetectedNon-fibrous (Other)100%Yellow Non-Fibrous Homogeneous Carpet glue ASB-159-Carpet 322012412-0108 None DetectedNon-fibrous (Other)2%Synthetic98%Gray Fibrous Homogeneous Carpet glue ASB-159-Glue 322012412-0108A None DetectedNon-fibrous (Other)100%Yellow Non-Fibrous Homogeneous Carpet glue ASB-160 322012412-0109 None DetectedNon-fibrous (Other)100%Yellow/Green Non-Fibrous Heterogeneous Carpet glue Initial report from: 07/14/2020 14:01:13 Page 12 of 13ASB_PLM_0008_0001 - 1.78 Printed: 7/14/2020 2:09 PM LA Testing 520 Mission Street South Pasadena, CA 91030 Tel/Fax: (323) 254-9960 / (323) 254-9982 http://www.LATesting.com / pasadenalab@latesting.com 322012412LA Testing Order: Customer ID:32NIN63 Customer PO: Project ID: Test Report: Asbestos Analysis of Bulk Materials via EPA 600/R-93/116 Method using Polarized Light Microscopy Sample Description Appearance % Fibrous % Non-Fibrous Non-Asbestos Asbestos % Type ASB-161-VFT 322012412-0110 None DetectedNon-fibrous (Other)100%Tan/Beige Non-Fibrous Homogeneous 12"x12" VFT/mastic ASB-161-Mastic 322012412-0110A 7% ChrysotileNon-fibrous (Other)93%Black Non-Fibrous Homogeneous 12"x12" VFT/mastic ASB-162-Linoleum 322012412-0111 None DetectedNon-fibrous (Other)85%Synthetic15%Gray Fibrous Heterogeneous Linoleum/glue ASB-162-Glue 322012412-0111A None DetectedNon-fibrous (Other)100%Yellow Non-Fibrous Homogeneous Linoleum/glue ASB-163 322012412-0112 None DetectedNon-fibrous (Other)10%Glass90%Yellow Fibrous Homogeneous Roll-out insulation ASB-164-Insulation 322012412-0113 None DetectedNon-fibrous (Other)2%Glass98%Yellow Fibrous Homogeneous Insulation ASB-164-Wrap 322012412-0113A None DetectedNon-fibrous (Other)100%Beige Non-Fibrous Homogeneous Insulation ASB-165 322012412-0114 None DetectedNon-fibrous (Other)90%Cellulose10%Gray Non-Fibrous Homogeneous Undercoating Analyst(s) Julie Vong (74) Kieu-anh Pham Duong (76) Olivia Santiago (70) Jerry Drapala Ph.D, Laboratory Manager or Other Approved Signatory EMSL maintains liability limited to cost of analysis. The above analyses were performed in general compliance with Appendix E to Subpart E of 40 CFR (previously EPA 600/M4-82-020 "Interim Method"), but augmented with procedures outlined in the 1993 ("final") version of the method. This report relates only to the samples reported above, and may not be reproduced, except in full, without written approval by EMSL. EMSL bears no responsibility for sample collection activities or analytical method limitations . Interpretation and use of test results are the responsibility of the client. All samples received in acceptable condition unless otherwise noted. This report must not be used by the client to claim product certification, approval, or endorsement by NVLAP, NIST or any agency of the federal government. EMSL recommends gravimetric reduction for all non-friable organically bound materials prior to analysis. Estimation of uncertainty is available on request. Samples analyzed by LA Testing South Pasadena, CA NVLAP Lab Code 200232-0, CA ELAP 2283 Initial report from: 07/14/2020 14:01:13 Page 13 of 13ASB_PLM_0008_0001 - 1.78 Printed: 7/14/2020 2:09 PM OrderID: 322011973 Page 1 Of 4 OrderID: 322011973 Page 2 Of 4 OrderID: 322011973 Page 3 Of 4 OrderID: 322011973 Page 4 Of 4 OrderID: 322012412 Page 1 Of 8 OrderID: 322012412 Page 2 Of 8 OrderID: 322012412 Page 3 Of 8 OrderID: 322012412 Page 4 Of 8 OrderID: 322012412 Page 5 Of 8 OrderID: 322012412 Page 6 Of 8 OrderID: 322012412 Page 7 Of 8 OrderID: 322012412 Page 8 Of 8 Ninyo & Moore | 2560 Orion Way, Carlsbad, California | 108715012 | August 21, 2020 APPENDIX C County of San Diego – Rule 1206 Requirements 5710 Ruffin Road | San Diego, California 92123 | p. 858.576.1000 | www.ninyoandmoore.com County of San Diego – Rule 1206 Requirements (d) (5) (i) Facility Information • Name of Building(s): Carlsbad Safety Center • Address of Building(s): 2560 Orion Way Carlsbad, CA 92008 • Building Owner: City of Carlsbad 1635 Faraday Avenue Carlsbad, CA 92008 760-602-7543 (d) (5) (ii) Consultant Information • Name and Title: Nicholas Marinello Senior Staff Environmental Scientist • Company: Ninyo & Moore 5710 Ruffin Road San Diego, CA 92123 858-576-1000 • Qualifications: Certified Asbestos Consultant No. 17-6117 Expires December 13, 2020 USEPA AHERA Building Inspector Design For Health Training Center – Cert. No. 0320BIR187127 Expires March 20, 2021 Ninyo & Moore | 2560 Orion Way, Carlsbad, California | 108715012 | Appendix C 2 (d) (5) (iii) Facility Survey Date • July 2-10, 2020 (d) (5) (vi) Suspect Materials Information • See Table 1 and 2 • See Sample Location Figures 3 and 4 (d) (5) (v) Analytical Laboratory Information • EMSL Analytical, Inc. 7916 Convoy Court San Diego, CA 92111 (858) 499-1303 (d) (5) (vi) Analytical Laboratory Qualifications • Laboratory qualification documents can be found on their website below - https://www.emsl.com/Locations.aspx?laboratoryid=43 (d) (5) (vii) Analytical Test Method Used • Asbestos Analysis of Bulk Materials via EPA Method 600/R-93/116 using Polar-ized Light Microscopy Ninyo & Moore | 2560 Orion Way, Carlsbad, California | 108715012 | August 21, 2020 APPENDIX D XRF Testing Methodology XRF TESTING METHODOLOGY To assess the painted surfaces for future contractor worker safety, x-ray fluorescence (XRF) testing technologies were utilized. The testing was conducted in general accordance with the following regulation: Title 17, California Code of Regulations, Division 1, Chapter 8, Ac- creditation Certification, and Work Practice in Lead Related Construction, Section 36000. After a visual assessment, accessible painted surfaces were screened for lead content with a NITON XLp 300A XRF spectrum analyzer. XRF readings were taken using the standard paint mode. Standard paint mode measurements have no predetermined testing length, and automatically adjust to account for various types of substrates and material’s densities. In the standard paint mode, the NITON 300A XLp XRF collects an XRF assay until either a K-shell or L-shell result is indicated as either positive or negative, compared to the thresh-old level based on the current precision of the test. Correction for paint matrix and substrate effects is performed automatically by the XRF analyzer. XRF readings were made on testing combinations in all room equivalents in an effort to test typical materials that are representative of the room equivalent. Testing combinations were tested non-destructively by holding the shutter of the XRF against the surface being tested. At each XRF assay location, the trigger is depressed to open the shutter, and one reading was made using the standard paint testing mode. Results of each assay were recorded in the memory of the XRF spectrum analyzer and downloaded via the software provided by the manufacturer. In addition, the results of each assay were read and recorded on the XRF Data Sheet field data sheet. The XRF testing orientation is depicted on the attached sample location maps. The “A” di-rection was initially assigned to the direction of the street, and the subsequent directions (“B”, “C”, and “D”) were assigned clockwise from the “A” direction. Should the subject site be located on the corner of two streets, the “A” direction is assigned to the direction of the street address of the subject site. To ensure that the XRF equipment was working properly, various quality control tests were performed before, during, and after the on-site work. At the beginning of the work day, three start up validation measurements were made in the K and L calibration mode, using the cal-ibration check standard associated with the particular XRF that was used. This painted standard contains a known quantity of lead and allows the XRF operator to determine whether the instrument is functioning within acceptable tolerance ranges for accuracy and precision, as determined by the manufacturer. Calibration checks were generally collected on the red 1.06 mg/cm2 and/or yellow 1.57 mg/cm2 Standard Reference Material (SRM) paint film, developed by the National Institute of Standards and Technology (NIST). In addition to the three starts up tests, calibration readings are collected between each building, after four hours, and at the completion of XRF testing. Results of each calibration reading were recorded within the memory of the XRF spectrum analyzer and on the XRF Data Sheet. The quality control tests taken during testing at the subject site were within the acceptable performance range prescribed by the XRF equipment manufacturer. Documen-tation of the quality control calibration check is included in the XRF Data Sheet, Table 3. 5710 Ruffin Road | San Diego, California 92123 | p. 858.576.1000 | www.ninyoandmoore.com Ninyo & Moore | 2560 Orion Way, Carlsbad, California | 108715012 | August 21, 2020 APPENDIX E CDPH Form 8552 - Lead Hazard Evaluation Report LEAD HAZARD EVALUATION REPORT California Department of Public HealthState of California—Health and Human Services Agency Section 1 — Date of Lead Hazard Evaluation _____________________ Section 3 — Structure Where Lead Hazard Evaluation Was Conducted Lead Inspection Risk assessment Clearance Inspection Other (specify) _____________________________ City County Zip Code Construction date (year) of structure Type of structure Multi-unit building School or daycare Single family dwelling Section 4 — Owner of Structure (if business/agency, list contact person) Address [number, street, apartment (if applicable)]City State Name Telephone number Section 5 — Results of Lead Hazard Evaluation (check all that apply) No lead-based paint detected No lead hazards detected Intact lead-based paint detected Lead-contaminated dust found Section 6 — Individual Conducting Lead Hazard Evaluation Name Name and CDPH certification number of any other individuals conducting sampling or testing (if applicable) CDPH certification number Signature Date Section 7 — Attachments A.A foundation diagram or sketch of the structure indicating the specifc locations of each lead hazard or presence of lead-based paint;B. Each testing method, device, and sampling procedure used; C. All data collected, including quality control data, laboratory results, including laboratory name, address, and phone number. First copy and attachments retained by inspector Second copy and attachments retained by owner Third copy only (no attachments) mailed or faxed to: California Department of Public HealthChildhood Lead Poisoning Prevention Branch Reports850 Marina Bay Parkway, Building P, Third FloorRichmond, CA 94804-6403Fax: (510) 620-5656 CDPH 8552 (6/07) Zip Code Address [number, street, apartment (if applicable)]City State Zip Code Telephone number Section 2 — Type of Lead Hazard Evaluation (Check one box only) Address [number, street, apartment (if applicable)] Other____________ No Deteriorated lead-based paint detected Lead-contaminated soil found Other____________________ Yes Don’t Know Children living in structure? Ninyo & Moore | 360 West Grand Avenue, Escondido, California | 107538004 | July 31, 2017 5710 Ruffin Road | San Diego, California 92123 | p. 858.576.1000 SAN DIEGO | IRVINE | LOS ANGELES | FONTANA | OAKLAND | SAN FRANCISCO | SACRAMENTO SAN JOSE | PHOENIX | TUCSON | PRESCOTT | LAS VEGAS | DENVER | BROOMFIELD | HOUSTON www.ninyoandmoore.com Geotechnical Evaluation Carlsbad Safety Center Seismic Retrofit 2560 Orion Way Carlsbad, California City of Carlsbad 1635 Faraday Avenue | Carlsbad, California 92008 August 14, 2020 | Project No. 108715011 Geotechnical | Environmental | Construction Inspection & Testing | Forensic Engineering & Expert Witness Geophysics | Engineering Geology | Laboratory Testing | Industrial Hygiene | Occupational Safety | Air Quality | GIS Ninyo & Moore | Carlsbad Safety Center Seismic Retrofit, 2560 Orion Way, Carlsbad, California | 108715011 | August 14, 2020 i CONTENTS 1 INTRODUCTION 1 2 SCOPE OF SERVICES 1 3 SITE AND PROJECT DESCRIPTION 1 4 FIELD EXPLORATIONS 2 4.1 Subsurface Evaluation 2 4.2 Laboratory Testing 3 4.3 Geophysical Survey 3 4.3.1 ReMi Survey 3 4.3.1.1 Field Methods 3 4.3.1.2 Data Processing and Modeling 3 5 GEOLOGIC AND SUBSURFACE CONDITIONS 4 5.1 Regional Geologic Setting 4 5.2 Site Geology 5 5.2.1 Encountered Pavement Sections 5 5.2.2 Fill 5 5.2.3 Lusardi Formation 6 5.3 Groundwater 6 6 GEOLOGIC HAZARDS 6 6.1 Faulting and Seismicity 7 6.1.1 Seismic Site Class 7 6.1.2 Strong Ground Motion 8 6.1.3 Surface Ground Rupture 10 6.1.4 Liquefaction and Seismically Induced Settlement 10 6.2 Flooding 10 6.3 Tsunamis 10 6.4 Landsliding and Slope Stability 11 7 CONCLUSIONS 11 8 RECOMMENDATIONS 12 8.1 Earthwork 12 8.1.1 Pre-Construction Conference 12 8.1.2 Excavation Characteristics 12 Ninyo & Moore | Carlsbad Safety Center Seismic Retrofit, 2560 Orion Way, Carlsbad, California | 108715011 | August 14, 2020 ii 8.1.3 Temporary Excavations 13 8.1.4 Materials for Fill 13 8.1.5 Compacted Fill 14 8.1.6 Pipe Bedding and Modulus of Soil Reaction (E’) 14 8.1.7 Pipe Zone Backfill 15 8.1.8 Utility Trench Zone Backfill 15 8.2 Seismic Design Considerations 16 8.2.1 Design of New Structures 16 8.2.2 Retrofit of Existing Structures 16 8.3 Foundations 18 8.3.1 Shallow Foundations – Bearing Capacity 18 8.3.2 Shallow Foundations - Lateral Resistance 18 8.3.3 Shallow Foundations – Foundation Stiffness 19 8.4 Corrosivity 20 8.5 Concrete 20 9 PLAN REVIEW AND CONSTRUCTION OBSERVATION 20 10 LIMITATIONS 21 11 REFERENCES 23 TABLES 1 – Summary of Pavement Sections 5 2 – Principal Active Faults 7 3 – Historic Earthquakes that Affected the Site 8 4 – 2019 California Building Code Seismic Design Criteria 16 5 – ASCE 41-17 Seismic Design Criteria BSE-2N Hazard 17 6 – ASCE 41-17 Seismic Design Criteria BSE-1N Hazard 17 7 – ASCE 41-17 Seismic Design Criteria BSE-2E Hazard 18 8 – ASCE 41-17 Seismic Design Criteria BSE-1E Hazard 18 FIGURES 1 – Site Location 2 – Exploration Locations 3 – Fault Locations 4 – Geology Ninyo & Moore | Carlsbad Safety Center Seismic Retrofit, 2560 Orion Way, Carlsbad, California | 108715011 | August 14, 2020 iii 5 – Geologic Cross Section A-A’ 6 – ASCE 7-16 Response Spectra 7 – ASCE 41-17 Site-Specific Response Spectra APPENDICES A – Current and Previous Boring Logs B – Current and Previous Laboratory Testing C – Geophysical Results D – Geotechnical Engineering Calculations Ninyo & Moore | Carlsbad Safety Center Seismic Retrofit, 2560 Orion Way, Carlsbad, California | 108715011 | August 14, 2020 1 1 INTRODUCTION In accordance with your request and authorization, we have performed a geotechnical evaluation for the proposed renovation and seismic retrofit project at the City of Carlsbad’s existing Safety Center Building located at 2560 Orion Way in Carlsbad, California (Figure 1). The purpose of our geotechnical services was to provide a geotechnical design report with soil and site-specific seismic parameters for the retrofit in accordance with the 2019 California Building Code (CBC), American Society of Civil Engineers (ASCE) 7-16 and ASCE 41-17 standards. This report presents our findings, conclusions, and recommendations based on our subsurface evaluation, laboratory testing, and geotechnical analyses. 2 SCOPE OF SERVICES Our scope of services included the following: • Reviewing background information including available geotechnical reports (including our previous geotechnical report), geologic and topographic maps, fault maps, flood zone maps, groundwater data, and aerial photographs. • Performing a geologic reconnaissance of the site and marking of boring locations for clearance by Underground Service Alert (USA). Additionally, we used a private utility locator service to locate underground utilities near our exploratory borings. • Performing a subsurface exploration consisting of the drilling, logging, and sampling of two exploratory borings with a truck-mounted drill rig. Relatively undisturbed and bulk soil samples were obtained at selected intervals from the borings. The collected samples were transported to our in-house geotechnical laboratory for testing. • Performing a surface geophysical survey including one Refraction Micro-tremor (ReMi) survey to evaluate the change in subsurface shear-wave velocity with respect to depth for the purpose of developing a Site Class for seismic design parameters. • Performing geotechnical laboratory testing to evaluate soil characteristics and design parameters. • Compiling and performing an engineering analysis of the data obtained. Site-specific seismic analyses were performed using the BSE-1E, BSE-1N, BSE-2E, and BSE-1E seismic hazard levels, as defined in ASCE 41-17 and ASCE 7-16. • Preparing this report providing our findings, conclusions, and recommendations for the project renovation and seismic retrofit. 3 SITE AND PROJECT DESCRIPTION The City of Carlsbad’s Safety Center is located at 2560 Orion Way in Carlsbad, California (Figure 1). The Safety Center consists of a building complex that includes both one- and two- Ninyo & Moore | Carlsbad Safety Center Seismic Retrofit, 2560 Orion Way, Carlsbad, California | 108715011 | August 14, 2020 2 story buildings that house the City of Carlsbad Police Department, Fire Department, and a conference facility. Existing improvements around the building complex include asphalt concrete (AC) paved parking lots, landscaped areas, and concrete hardscape and sidewalks. The Safety Center was originally constructed in the late 1980’s. Site elevations range from approximately 365 to 370 feet above mean sea level (MSL). Topographically, the complex is atop a relatively flat mesa bounded by steep slopes that descend towards Los Monos Canyon to the east, north, and southeast. The global project site coordinates are approximately 33.137973°N latitude and 117.265245°W longitude. We understand that a renovation of the existing structure is planned. From our correspondence with the project architect, we understand that this will include tenant improvements to over 90 percent of the existing building. Due to the site’s classification as an Essential Service Facility, a seismic retrofit will be performed as part of the renovation. This report provides geotechnical design parameters and recommendations for the proposed retrofit. Ninyo & Moore previously prepared a geotechnical evaluation report for improvements at the site, including a shade canopy, a covered locker complex, and a site retaining wall (Ninyo & Moore, 2019). The data from our previous evaluation was utilized to inform our current evaluation, where appropriate. 4 FIELD EXPLORATIONS Our field exploration activities included a subsurface exploration program and a geophysical survey. Descriptions of these tasks are provided in the following sections. 4.1 Subsurface Evaluation Our subsurface exploration for this evaluation was conducted on July 8, 2020 and consisted of the drilling, logging, and sampling of two small-diameter exploratory borings (NM-1 and NM-2) to depths of up to approximately 18.8 feet using a truck-mounted drill rig equipped with 6-inch diameter, hollow-stem augers. Prior to drilling, the boring locations were cleared of underground utility conflicts by participating members of USA, as well as by a private utility locator. Ninyo & Moore personnel logged the borings in general accordance with the Unified Soil Classification System (USCS) and ASTM International (ASTM) Test Method D 2488 by observing drill cuttings and drive samples. Representative bulk and drive soil samples were collected at selected depths from within the exploratory borings and were transported to our in-house geotechnical laboratory for analysis. The approximate locations of the borings are shown on Figure 2, and the boring logs are presented in Appendix A. Ninyo & Moore | Carlsbad Safety Center Seismic Retrofit, 2560 Orion Way, Carlsbad, California | 108715011 | August 14, 2020 3 We previously performed three exploratory borings (B-1 through B-3) at the site (Ninyo & Moore, 2019). The locations of the borings are shown on Figure 2 and the logs are presented in Appendix A. 4.2 Laboratory Testing Geotechnical laboratory testing was performed on representative soil samples collected from our subsurface exploration. Testing included an evaluation of shear strength and soil corrosivity. Descriptions of the test methods and the results of the laboratory tests are presented in Appendix B. Additionally, geotechnical laboratory tests were performed on the samples obtained from our previous borings (Ninyo & Moore, 2019), the results of which are presented in Appendix B. 4.3 Geophysical Survey As part of our field exploration, we performed a geophysical Refraction Microtremor (ReMi) sur- vey at the site on July 8, 2020. The purpose of the ReMi survey was to evaluate the subsurface shear-wave velocity profile to a nominal depth of approximately 100 feet at the subject site to evaluate Seismic Site Class in general accordance with the American Society of Civil Engineers, ASCE 7-16 (ASCE, 2017a). 4.3.1 ReMi Survey The ReMi survey utilized the passive seismic method of Microtremor Array Measurements (MAM) and consisted of one linear profiles of seismic data collection. The line was generally oriented north to south and was located adjacent to the parking lot on the east side of the site. The method provided a shear wave velocity model to a depth of approximately 100 feet which was then used to calculate the average shear wave velocity (Vs100) to select the Seismic Site Class. The following sections provide a summary of the methods and analyses used in our study. The seismic model results are provided in Appendix C. 4.3.1.1 Field Methods A Geode 24–Channel Seismograph was used for MAM surveying, with 4.5 Hertz (Hz) vertical component geophone placement every 4 meters for a total profile length of 92 meters. Approximately 30 records were collected, with a record length of 30 seconds and 2 millisecond sample interval. The field data were digitally recorded in SEG2 format, reviewed in the field for data quality, and saved electronically. 4.3.1.2 Data Processing and Modeling The MAM seismic data were processed using SeisImager/SW Analysis of Surface Waves software. The dispersive characteristics of surface waves are used to evaluate Ninyo & Moore | Carlsbad Safety Center Seismic Retrofit, 2560 Orion Way, Carlsbad, California | 108715011 | August 14, 2020 4 the subsurface velocity at depth. Longer wavelength (longer-period and lower- frequency) surface waves travel deeper and thus contain more information about deeper velocity structure. Shorter wavelength (shorter-period and higher-frequency) surface waves travel shallower and thus contain more information about shallower velocity structure. The dispersion is dependent on the material properties, such as surface wave velocity, relative material densities, and Poisson's ratio. An inversion is performed on the collected passive seismic shear wave records within SeisImager to produce a model of the variation in shear wave velocities with depth. The following data processing flow was used to calculate Vs100 for the ReMi line: o Collated records into list file and edited any bad channels or records; o Applied 2D Spatial Auto Correlation (SPAC); using a linear array and 24 geophones at 10 feet spacing; o Phase velocity frequency transformation from 2 to 35 Hz; o Automated velocity picks of raw phase velocity were calculated and updated manually; o Created an initial model and carried out a non-linear Least Squares Method (LSM) inversion to produce a final shear wave velocity model; convergence of the inversion was judged whether the model achieved an RMS <5% within 5-7 iterations; o Calculated Vs100 using final shear wave velocity model to be 2,040 feet per second (fps). 5 GEOLOGIC AND SUBSURFACE CONDITIONS Our findings regarding regional and site geology at the subject site are provided in the following sections. 5.1 Regional Geologic Setting The project area is situated in the coastal foothill section of the Peninsular Ranges Geomorphic Province. This geomorphic province encompasses an area that extends approximately 900 miles from the Transverse Ranges and the Los Angeles Basin south to the southern tip of Baja California (Norris and Webb, 1990; Harden, 2004). The province varies in width from approximately 30 to 100 miles. In general, the province consists of rugged mountains underlain by Jurassic metavolcanic and metasedimentary rocks, and Cretaceous igneous rocks of the southern California batholith. The Peninsular Ranges Province is traversed by a group of sub-parallel faults and fault zones trending roughly northwest (Jennings, 2010). Several of these faults are considered to be active. Ninyo & Moore | Carlsbad Safety Center Seismic Retrofit, 2560 Orion Way, Carlsbad, California | 108715011 | August 14, 2020 5 The Elsinore, San Jacinto and San Andreas faults are active fault systems located northeast of the project area and the Rose Canyon, Coronado Bank, San Diego Trough, and San Clemente faults are active faults located west of the project area. Major tectonic activity associated with these and other faults within this regional tectonic framework consists primarily of right-lateral, strike-slip movement. The Rose Canyon Fault Zone, the nearest active fault system, has been mapped approximately 7.6 miles west of the project site (Figure 3). Major tectonic activity associated with these and other faults within this regional tectonic framework consists primarily of right-lateral, strike-slip movement. 5.2 Site Geology The site is mapped as being underlain by the Lusardi Formation (Kennedy and Tan, 2007; Figure 4). Geologic units encountered during our subsurface exploration included fill and materials of the Lusardi Formation. Generalized descriptions of the earth units encountered during our subsurface exploration and mapped at the site are provided in the subsequent sections. Additional descriptions of the subsurface units are provided on the boring logs in Appendix A. The geology of the site is shown on Figure 4 and a geologic cross section is shown on Figure 5. 5.2.1 Encountered Pavement Sections AC pavements were encountered in each of the borings performed during our subsurface exploration for this evaluation. The encountered AC pavements measured 3 to 3.5 inches in thickness. Aggregate base materials were encountered underlying the AC in borings NM-1 and NM-2 and ranged in thickness from 4 to 8 inches. Aggregate base was not encountered in boring B-1 through B-3. Where encountered, the aggregate base materials generally consisted of brown, moist, medium dense, poorly graded gravel. A summary of the encountered pavement thicknesses is presented in Table 1. Table 1 – Summary of Pavement Sections Boring Encountered Asphalt Concrete (AC) Thickness Encountered Aggregate Base Thickness NM-1 3½ inches 4 inches NM-2 3 inches 8 inches B-1 3 inches -- B-2 3 inches -- B-3 3 inches -- 5.2.2 Fill Fill materials were encountered in borings NM-1, NM-2, and B-1 underlying the existing pavement section and extending to depths up to approximately 6 feet. Fill materials were Ninyo & Moore | Carlsbad Safety Center Seismic Retrofit, 2560 Orion Way, Carlsbad, California | 108715011 | August 14, 2020 6 not encountered in borings B-2 and B-3. As encountered, the fill soils generally consisted of yellowish brown and brown, moist, medium dense, clayey sand. Gravel and cobbles were encountered within the fill materials. Based on our review of background information, we understand that mass grading operations for the Safety Center was completed by 1985 (Testing Engineers, 1987). However, documentation regarding the placement of fill materials was not available for our review. 5.2.3 Lusardi Formation Materials of the Cretaceous-aged Lusardi Formation are mapped at the site (Figure 4, Kennedy and Tan, 2007) and were encountered underlying the fill in borings NM-1, NM-2, and B-1 and underlying the pavement sections in borings B-2 and B-3. The Lusardi Formation extended to the total depths explored. As encountered, these materials generally consisted of yellowish brown and brown, moist, moderately to strongly cemented, silty sandstone and cobble and boulder conglomerate with a clayey sand matrix. Gravel, cobbles, and possible boulders were encountered in the Lusardi Formation and drilling refusal occurred in borings B-1 and B-3 within the Lusardi Formation at depths of approximately 12.9 feet and 12 feet, respectively. In addition, boulders were observed at the ground surface in the vicinity of the borings. 5.3 Groundwater Groundwater was not encountered in our exploratory borings at the site. Based on review of topographic and geologic data in the site vicinity, groundwater is anticipated at depths greater than 50 feet. However, perched water may be encountered at shallower depths such as the contact between fill and formational materials, as well as within existing utility trench backfill materials, as they tend to act as conduits for perched water. Fluctuations in the level of groundwater may occur due to variations in ground surface topography, subsurface stratification, rainfall, irrigation practices, groundwater pumping, and other factors, which may not have been evident at the time of our field evaluation. 6 GEOLOGIC HAZARDS In general, hazards associated with faulting and seismic activity include strong ground motion, ground rupture, and liquefaction. These considerations and other potential geologic hazards such as flooding, tsunamis, and landsliding are discussed in the following sections. Ninyo & Moore | Carlsbad Safety Center Seismic Retrofit, 2560 Orion Way, Carlsbad, California | 108715011 | August 14, 2020 7 6.1 Faulting and Seismicity Based on our review of the referenced geologic maps and stereoscopic aerial photographs, as well as on our subsurface exploration, the subject site is not underlain by known active or potentially active faults (i.e., faults that exhibit evidence of ground displacement in the last 11,000 years and 2,000,000 years, respectively). The site is not located within a state of California Earthquake Fault Zone (EFZ), formerly known as an Alquist-Priolo Special Studies Zone (Hart and Bryant, 2007). However, like the majority of southern California, the site is located in a seismically active area and the potential for strong ground motion is considered significant during the design life of the proposed structures. Figure 3 shows the approximate site location relative to the major faults in the region. The nearest known active fault is the Rose Canyon fault, located approximately 7.6 miles west of the site. Table 2 lists selected principal known active faults that may affect the subject site, the approximate fault to site distance, and the maximum moment magnitude (Mmax) and the fault types provided by the United States Geological Survey (USGS) National Seismic Hazard Maps – Fault Parameters website (USGS, 2020a). Table 2 – Principal Active Faults Fault Approximate Fault-to-Site Distance miles (kilometers)1 Maximum Moment Magnitude (Mmax) Rose Canyon 7.6 (12.3) 6.9 Newport-Inglewood (Offshore Segment) 9.6 (15.5) 7.0 Elsinore (Temecula Segment) 20.4 (32.8) 7.1 Elsinore (Julian Segment) 20.4 (32.8) 7.4 Coronado Bank 23.2 (37.3) 7.4 Elsinore (Glen Ivy Segment) 33.7 (54.2) 6.9 Palos Verdes 39.1 (62.8) 7.3 Earthquake Valley 39.4 (63.5) 6.8 San Joaquin Hills 39.5 (63.6) 7.1 San Jacinto (Anza Segment) 45.4 (73).0 7.3 San Jacinto (San Jacinto Valley Segment) 47.4 (76.3) 7.0 San Jacinto (Coyote Creek Segment) 47.6 (76.6) 7.0 San Jacinto (Clark Segment) 49.8 (80.1) 7.1 Chino 50.7 (81.6) 6.8 Newport-Inglewood (LA Basin Segment) 51.2 (82.4) 7.2 Whittier 52.8 (85.0) 7.0 Elsinore (Coyote Mountain Segment) 55.0 (88.5) 6.9 San Jacinto (San Bernardino Valley Segment) 60.6 (97.5) 7.1 San Jacinto (Borrego Segment) 61.6 (99.1) 6.8 San Andreas (Banning/Garnet Hill Segment) 61.8 (99.5) 7.1 6.1.1 Seismic Site Class As previously discussed, we performed a ReMi survey to evaluate the Vs100 for the project site in order to select the Seismic Site Class. Shear wave data resolution generally Ninyo & Moore | Carlsbad Safety Center Seismic Retrofit, 2560 Orion Way, Carlsbad, California | 108715011 | August 14, 2020 8 decreases with depth, due to the loss of sensitivity of the dispersion curve to changes in shear wave velocity as depth increases. Figures showing our MAM seismic modeling results are provided in Appendix C. The layered model in Appendix C indicates our interpretation of the approximate changes in shear wave velocity vertically with depth across the surveyed location. The results indicate a Vs100 value of 2,040 feet per second (fps). Based on comparison of the calculated Vs100 values with ASCE 7-16 Table 20.3-1, the site is considered Seismic Site Class C. 6.1.2 Strong Ground Motion Based on our review of background information, data pertaining to the historical seismicity of the San Diego area are summarized in Table 3 below. This table presents historic earthquakes within a radius of approximately 62 miles (100 kilometers) of the site with a magnitude 6.0 or greater. Table 3 – Historic Earthquakes that Affected the Site Date Magnitude (M) Approximate Epicentral Distance Miles (Kilometers) November 22, 1800 6.3 35.1 (56.4) October 23, 1894 6.1 35.7 (57.4) May 15, 1910 6.0 39.6 (63.7) May 27, 1862 6.2 41.2 (66.3) April 21, 1918 6.8 45.0 (72.4) December 25, 1899 6.7 48.2 (77.6) March 11, 1933 6.4 57.5 (92.5) February 9, 1890 6.8 58.6 (94.4) July 23, 1923 6.2 59.6 (95.9) May 28, 1892 6.5 61.8 (99.4) The 2019 California Building Code (CBC) specifies that the Risk-Targeted, Maximum Considered Earthquake (MCER) ground motion response accelerations be used to evaluate seismic loads for design of new buildings and other structures. We obtained the site amplification factors and spectral acceleration values for 5 percent damping in accordance with Section 11.4 of ASCE 7-16, using a web-based seismic design tool (SEAOC/OSHPD, 2020). A site-specific ground motion hazard analysis was performed for the project site, in accordance with ASCE 7-16. The site-specific ground motion hazard analysis consisted of the review of available seismologic information for nearby faults and performance of probabilistic seismic hazard analysis (PSHA) and deterministic seismic hazard analysis (DSHA) to develop acceleration response spectrum (ARS) curves corresponding to the MCER for 5 percent damping. Prior to the site-specific ground motion hazard analysis, we Ninyo & Moore | Carlsbad Safety Center Seismic Retrofit, 2560 Orion Way, Carlsbad, California | 108715011 | August 14, 2020 9 obtained the mapped seismic ground motion values and developed the general MCER response spectrum for 5 percent damping in accordance with Section 11.4 of ASCE 7-16. Based on the results of our ReMi survey, the average shear wave velocity of the upper 100 feet of soil is calculated as 2,040 feet per second (620 meters per second). The depths to VS = 1,000 m/s and VS = 2,500 m/s were assumed to be 40 meters and 210 meters, respectively (Southern California Earthquake Center [SCEC] Harvard Community Velocity Model Version 11.9.0 Basin Depth). These values were calculated using the Open Seismic Hazard Analysis (OpenSHA) software developed by USGS (USGS, 2020b). The 2014 next generation attenuation (NGA) West-2 relationships were used to evaluate the site-specific ground motions. The NGA relationships that we used for developing the probabilistic and deterministic response spectra are by Chiou and Youngs (2014), Campbell and Bozorgnia (2014), Boore, Stewart, Seyhan, and Atkinson (2014), and Abrahamson, Silva, and Kamai (2014). The OpenSHA software developed by USGS (USGS, 2020b) was used for performing the PSHA. The Calculation of Weighted Average 2014 NGA Models spreadsheet by the Pacific Earthquake Engineering Research Center was used for performing the DSHA (Seyhan, 2014). The PSHA was performed for earthquake hazards having a 2 percent chance of being exceeded in 50 years multiplied by the risk coefficients per ASCE 7-16. The maximum rotated components of ground motions were considered in PSHA with 5 percent damping. For the DSHA, we analyzed accelerations from characteristic earthquakes on active faults within the region using the hazard curves and deaggregation plots from the USGS Unified Hazard Tool application (USGS, 2020a) and the California Department of Transportation (Caltrans) ARS (Caltrans, 2020) seismic design tool (web-based). A magnitude 7.0 event on the Rose Canyon fault with a rupture distance of 12.3 kilometers from the site was evaluated to be the controlling earthquake. Hence, the deterministic seismic hazard analysis was performed for the site using this event and corrections were made to the spectral accelerations for the 84th percentile of the maximum rotated component of ground motion with 5 percent damping. The site-specific MCER response spectrum was taken as the lesser of the spectral response acceleration at any period from the PSHA and DSHA, and the site-specific general response spectrum was calculated by taking two-thirds of the MCER response spectrum with some conditions in accordance with Section 21.3 of ASCE 7-16. Figure 6 presents the site-specific MCER response spectrum and the site-specific design response spectrum. The general mapped design response spectrum calculated in accordance with Ninyo & Moore | Carlsbad Safety Center Seismic Retrofit, 2560 Orion Way, Carlsbad, California | 108715011 | August 14, 2020 10 Section 11.4 of ASCE 7-16 is also presented on Figure 6 for comparison. The site-specific mapped maximum considered earthquake geometric mean (MCEG) peak ground acceleration, PGAM, was calculated as 0.45g. Appendix D presents our ground motion calculations. The site-specific Maximum Considered Earthquake Geometric Mean (MCEG) peak ground acceleration (PGAM) was calculated as 0.452g. 6.1.3 Surface Ground Rupture Based on our review of the referenced literature and our site reconnaissance, active faults are not known to cross the project vicinity. Therefore, the potential for ground surface rupture due to faulting at the site is considered low. However, lurching or cracking of the ground surface as a result of nearby seismic events is possible. 6.1.4 Liquefaction and Seismically Induced Settlement Liquefaction of cohesionless soils can be caused by strong vibratory motion due to earthquakes. Research and historical data indicate that loose granular soils and non-plastic silts that are saturated by a relatively shallow ground water table are susceptible to liquefaction. Based on the relatively dense nature of the encountered subsurface materials and the anticipated depth to groundwater, liquefaction and seismically induced settlement are not design considerations. 6.2 Flooding Based on review of Federal Emergency Management Agency (FEMA) Mapping Information Platform website (2020), the site is mapped as being within “Area of Minimal Flood Hazard - Zone X”, which includes areas assigned to be outside of the 500-year flood zone. The site is also not located within a mapped dam inundation area (CDWR, 2020). Based on this review and our reconnaissance, the potential for significant flooding and dam inundation at the site are not design considerations. 6.3 Tsunamis Tsunamis are long wavelength seismic sea waves (long compared to the ocean depth) generated by sudden movements of the ocean bottom during submarine earthquakes, landslides, or volcanic activity. Seiches are similar oscillating waves on inland or enclosed bodies of water. Based on the location and elevation of the site, the potential for a tsunami or seiche to affect the site is not a design consideration. Ninyo & Moore | Carlsbad Safety Center Seismic Retrofit, 2560 Orion Way, Carlsbad, California | 108715011 | August 14, 2020 11 6.4 Landsliding and Slope Stability Landslides are not mapped at the site (Kennedy and Tan, 2007; Tan and Giffen, 1995) and our subsurface exploration did not indicate landslide-related features as underlying the project site. However, due to the proximity of the structure to the slope on the southeast side, we have performed a slope stability analysis to evaluate the long-term global stability of the slope. A two- dimensional stability analysis program, SLOPE/W (GeoStudio, 2020), was used for this purpose. The slope stability analysis was performed along cross-section A-A’. A horizontal acceleration coefficient of 0.11g was used to evaluate the pseudo-static stability, in accordance with the guidelines presented in CGS Special Publication 117A (CGS, 2008). The design factors of safety under static and pseudo-static loading conditions were greater than 1.5 and 1.15, respectively, in accordance with CGS Special Publication 117A. The global slope stability analyses are presented in Appendix D. Accordingly, it is our opinion that slope instability is not a design consideration for this project. 7 CONCLUSIONS Based on our background review, subsurface and geotechnical laboratory evaluation, the following conclusions were made: • The site is underlain by fill soils and materials of the Lusardi Formation. The fill materials and Lusardi Formation contained gravel and cobbles. Possible boulders are also present in the Lusardi Formation. • The onsite materials are generally considered suitable for reuse provided that they are processed in accordance with the recommendations herein. The contractor should be prepared to remove/screen oversize materials and moisture condition the materials prior to reuse as engineered fill. • Excavations within the fill materials are generally considered feasible with heavy-duty earthmoving equipment in good working order. However, the contractor should anticipate encountering gravel and cobbles which may require heavy ripping and additional efforts. • Drilling refusal was encountered in borings B-1 and B-3 within materials of the Lusardi Formation. Difficult drilling and/or excavating should be anticipated within the Lusardi Formation due to the presence of cobbles and boulders, and the potential for strongly cemented zones and/or concretions. Such conditions may require the use of heavy ripping, rock breaking, and/or core barrels. The contractor should be prepared for these conditions. • Groundwater was not encountered during our subsurface exploration. However, seepage and/or perched conditions should be anticipated. • The site is not located within a State of California Earthquake Fault Zone (formerly Alquist-Priolo Special Studies Zone). Based on our review of published geologic maps and aerial photographs, no known active or potentially active faults underlie the site. The potential for surface fault rupture at the site is considered to be low. Ninyo & Moore | Carlsbad Safety Center Seismic Retrofit, 2560 Orion Way, Carlsbad, California | 108715011 | August 14, 2020 12 8 RECOMMENDATIONS Based on our understanding of the project, the following recommendations are provided for the seismic retrofit at the site. The proposed site improvements should be constructed in accordance with the requirements of the applicable governing agencies. 8.1 Earthwork Earthwork at the site should be performed in accordance with the requirements of applicable governing agencies, and the recommendations presented in the following sections. Ninyo & Moore should be contacted for questions regarding the recommendations or guidelines presented herein. 8.1.1 Pre-Construction Conference We recommend that a pre-construction conference be held. The owner and/or their representative, the governing agencies’ representatives, the civil engineer, Ninyo & Moore, and the contractor should be in attendance to discuss the work plan, project schedule, and project requirements. 8.1.2 Excavation Characteristics The results of our subsurface exploration indicate that the site is underlain by a thin layer of fill material that is in turn underlain by Lusardi Formation. The fill should be generally excavatable with heavy-duty earth moving equipment in good working condition. However, zones containing gravel, cobbles, and boulders may be encountered and additional efforts including heavy ripping should be anticipated. Drilling refusal was encountered in borings B-1 and B-3 within materials of the Lusardi Formation. Excavations extending into materials of the Lusardi Formation will encounter very difficult excavation conditions, and the contractor should be prepared to utilize heavy ripping, rock breaking, and coring for drilling operations. Drilling of holes within the Lusardi Formation can also be expected to be difficult and the use of specialized equipment may be needed to advance to design depths, such methods may include core barrels or the drilling of pilot holes. Excavations (including utility trenches) extending into portions of the fill and Lusardi Formation will generate oversize material and additional processing and handling of these materials, including screening or rock picking should be anticipated. Ninyo & Moore | Carlsbad Safety Center Seismic Retrofit, 2560 Orion Way, Carlsbad, California | 108715011 | August 14, 2020 13 8.1.3 Temporary Excavations For temporary excavations, we recommend that the following Occupational Safety and Health Administration (OSHA) soil classifications be used: Fill Type C Lusardi Formation Type B Upon making the excavations, the soil classifications and excavation performance should be evaluated in the field by the geotechnical consultant in accordance with the OSHA regulations. Temporary excavations should be constructed in accordance with OSHA recommendations. For trenches or other excavations, OSHA requirements regarding personnel safety should be met using appropriate shoring (including trench boxes) or by laying back the slopes to no steeper than 1.5:1 (horizontal to vertical) in fill and 1:1 for materials of the Lusardi Formation. Temporary excavations that encounter seepage may be shored or stabilized by placing sandbags or gravel along the base of the seepage zone. Excavations encountering seepage should be evaluated on a case-by-case basis. On-site safety of personnel is the responsibility of the contractor. 8.1.4 Materials for Fill In general, the existing onsite materials are considered suitable for reuse as fill, provided that the oversize materials (i.e., materials with dimensions in excess of those outlined herein) are removed from the soil mass prior to reuse. Fill material should be free of trash, debris or other deleterious materials. Additional processing and handling of materials including screening and/or rock picking should be anticipated. Engineered fill soils should possess an organic content of less than approximately 3 percent by volume (or 1 percent by weight). In general, engineered fill material should not contain rocks or lumps over approximately 3 inches in diameter, and not more than approximately 30 percent larger than ¾ inch. Imported fill material, if used, should generally be granular soils with a low expansion potential (i.e., an expansion index [EI] of 50 or less evaluated in accordance ASTM D 4829). Import fill material should not contain rocks or lumps over approximately 3 inches in diameter, and not more than approximately 30 percent larger than ¾ inch. Import material should also be non-corrosive in accordance with the California amended (Caltrans, 2019) AASHTO (2017) corrosion criteria. Non-corrosive soils are soils that possess an electrical resistivity more than 1,100 ohm-centimeter (ohm-cm), a chloride content less than Ninyo & Moore | Carlsbad Safety Center Seismic Retrofit, 2560 Orion Way, Carlsbad, California | 108715011 | August 14, 2020 14 500 parts per million (ppm), less than 0.15 percent sulfates, and a pH more than 5.5. Ninyo & Moore should evaluate materials for use as fill prior to filling or importing. 8.1.5 Compacted Fill Prior to placement of compacted fill the contractor should request an evaluation of the exposed ground surface by Ninyo & Moore. Unless otherwise recommended, the exposed ground surface should then be scarified to a depth of approximately 8 inches and watered or dried, as needed, to achieve generally consistent moisture contents at or slightly above the laboratory optimum. The scarified materials should then be compacted to 90 percent relative compaction in accordance with ASTM D 1557. The evaluation of compaction by the geotechnical consultant should not be considered to preclude any requirements for observation or approval by governing agencies. It is the contractor's responsibility to notify the geotechnical consultant and the appropriate governing agency when project areas are ready for observation, and to provide reasonable time for that review. Fill materials should be moisture conditioned to generally at or slightly above the laboratory optimum moisture content prior to placement. The optimum moisture content will vary with material type and other factors. Moisture conditioning of fill soils should be generally consistent within the soil mass. Prior to placement of additional compacted fill material following a delay in the grading operations, the exposed surface of previously compacted fill should be prepared to receive fill. Preparation may include scarification, moisture conditioning, and recompaction. Compacted fill should be placed in horizontal lifts of approximately 8 inches in loose thickness. Prior to compaction, each lift should be watered or dried as needed to achieve generally above at or slightly above optimum moisture content, mixed, and then compacted by mechanical methods to a relative compaction of 90 percent as evaluated by ASTM D 1557. The upper 12 inches of subgrade for areas that will be subject to vehicle loading should be compacted by mechanical methods to 95 percent as evaluated by ASTM D 1557. Successive lifts should be treated in a like manner until the desired finished grades are achieved. 8.1.6 Pipe Bedding and Modulus of Soil Reaction (E’) We recommend that new pipelines, where constructed in an open excavation, be supported on 6 or more inches of granular bedding material. Granular pipe bedding should be provided to distribute vertical loads around the pipe. Bedding material and compaction Ninyo & Moore | Carlsbad Safety Center Seismic Retrofit, 2560 Orion Way, Carlsbad, California | 108715011 | August 14, 2020 15 requirements should be in accordance with this report. Pipe bedding typically consists of graded aggregate with a coefficient of uniformity of three or greater. The modulus of soil reaction (E’) is used to characterize the stiffness of soil backfill placed at the sides of buried flexible pipes for the purpose of evaluating deflection caused by the weight of the backfill over the pipe (Hartley and Duncan, 1987). A soil reaction modulus of 1,500 pounds per square inch (psi) may be used for an excavation depth of up to approximately 5 feet when backfilled with granular soil compacted to a relative compaction of 90 percent as evaluated by the ASTM D 1557. A soil reaction modulus of 2,000 psi may be used for trenches deeper than 5 feet. 8.1.7 Pipe Zone Backfill The pipe zone backfill should from the top of the pipe bedding material and extend to 1 foot or more above the top of the pipe in accordance with the recent edition of the Standard Specifications for Public Works Construction (“Greenbook”). Pipe zone backfill should have a Sand Equivalent (SE) of 30 or greater, and be placed around the sides and top of the pipe. Special care should be taken not to allow voids beneath and around the pipe. Compaction of the pipe zone backfill should proceed up both sides of the pipe. It has been our experience that the voids within a crushed rock material are sufficiently large to allow fines to migrate into the voids, thereby creating the potential for sinkholes and depressions to develop at the ground surface. If open-graded gravel is utilized as pipe zone backfill, this material should be separated from the adjacent trench sidewalls and overlying trench backfill with a geosynthetic filter fabric. 8.1.8 Utility Trench Zone Backfill Trench zone backfill material should be generally free of trash, debris, roots, vegetation, or deleterious materials. Trench zone backfill should generally be free of rocks or hard lumps of material in excess of 3 inches in diameter. Rocks or hard lumps larger than about 3 inches in diameter should be broken into smaller pieces or should be removed from the site. On-site trench excavations may generate cobbles larger than 3 inches in diameter. Oversize materials should be separated from material to be used as trench backfill. Moisture conditioning (including drying and/or mixing) of existing on-site materials is anticipated if reused as trench backfill. As noted earlier, imported fill material should generally be granular soils with a very low to low expansion potential (i.e., an expansion index [EI] of 50 or less). Imported fill should also Ninyo & Moore | Carlsbad Safety Center Seismic Retrofit, 2560 Orion Way, Carlsbad, California | 108715011 | August 14, 2020 16 be non-corrosive in accordance with the California amended (Caltrans, 2019) AASHTO (2017) corrosion criteria. To reduce the potential of importing contaminated materials to the site, prior to delivery, soil materials obtained from off-site sources should be sampled and tested in accordance with standard practice (Department of Toxic Substances Control [DTSC], 2001). Soils that exhibit a known risk to human health, the environment, or both, should not be imported to the site. Materials for use as fill should be evaluated by Ninyo & Moore’s representative prior to filling or importing. 8.2 Seismic Design Considerations The following sections provide seismic design parameters for new and existing structures. 8.2.1 Design of New Structures Design of new structures should be performed in accordance with the requirements of governing jurisdictions and applicable building codes. Table 4 presents the site-specific spectral response acceleration parameters in accordance with the CBC (2019) guidelines. Table 4 – 2019 California Building Code Seismic Design Criteria Site Coefficients and Spectral Response Acceleration Parameters Value Site Class C Site Amplification Factor, Fa 1.200 Site Amplification Factor, Fv 1.500 Mapped Spectral Response Acceleration at 0.2-second Period, Ss 0.947g Mapped Spectral Response Acceleration at 1.0-second Period, S1 0.347g Site-Specific Spectral Response Acceleration at 0.2-second Period, SMS 0.952g Site-Specific Spectral Response Acceleration at 1.0-second Period, SM1 0.416g Site-Specific Design Spectral Response Acceleration at 0.2-second Period, SDS 0.635g Site-Specific Design Spectral Response Acceleration at 1.0-second Period, SD1 0.278g Site Specific Mapped Maximum Considered Earthquake Geometric Mean (MCEG) Peak Ground Acceleration, PGAM 0.452g 8.2.2 Retrofit of Existing Structures For the proposed seismic retrofit of the existing Safety Center building, we performed an evaluation of site-specific seismic ground motions for the project in general accordance with Section 2.4.2 of ASCE 41-17. Accordingly, our seismic evaluation included development of 5 percent damped site-specific target response spectra for the BSE-2N (MCER), BSE-1N (two thirds of BSE-2N), BSE-2E (5 percent/50-year probability of exceedance), and BSE-1E (20 percent/50-year probability of exceedance) seismic hazard levels. Ninyo & Moore | Carlsbad Safety Center Seismic Retrofit, 2560 Orion Way, Carlsbad, California | 108715011 | August 14, 2020 17 The BSE-2N seismic hazard level is consistent with the MCER ground motion from ASCE 7-16 and the BSE-1N seismic hazard level is two-thirds of the BSE-2N seismic hazard level. In order to develop the response spectra for the BSE-2E seismic hazard level, the smaller of the probabilistic seismic hazard analysis for earthquake hazards having a 5 percent probability of being exceeded in 50 years and the BSE-2N Seismic Hazard Level was selected. In order to develop the response spectra for the BSE-1E seismic hazard level, the smaller of the probabilistic seismic hazard analysis for earthquake hazards having a 20 percent probability of being exceeded in 50 years and the BSE-1N Seismic Hazard Level was selected. The response spectra were developed considering an effective viscous damping ratio of 5 percent of critical damping and rotating the maximum components of the ground motions. The 2014 NGA West-2 relationships described previously were used to evaluate the site-specific ground motions and the OpenSHA software was used for performing the DSHA. The target response spectra for the BSE-2E and BSE-1E seismic hazard levels were not taken as less than 80 percent of the spectral amplitudes of the general response spectra in accordance with ASCE 41-17, Section 2.4.1. The general and site-specific spectral response acceleration parameters for the BSE-2N, BSE-1N, BSE-2E, and BSE-1E seismic hazard levels are presented in Tables 5 through 8 below and the response spectra are presented in Figure 7. Table 5 – ASCE 41-17 Seismic Design Criteria BSE-2N Hazard Site Coefficients and Spectral Response Acceleration Parameters Values Site Class C Site Coefficient, Fa 1.200 Site Coefficient, Fv 1.500 Mapped Spectral Response Acceleration at 0.2-second Period, Ss 0.947g Mapped Spectral Response Acceleration at 1.0-second Period, S1 0.347g Spectral Response Acceleration at 0.2-second Period Adjusted for Site Class, SXS 1.136 g Spectral Response Acceleration at 1.0-second Period Adjusted for Site Class, SX1 0.521 g Site-Specific Spectral Response Acceleration at 0.2-second Period, SXS 0.952 g Site-Specific Spectral Response Acceleration at 1.0-second Period, SX1 0.416 g Table 6 – ASCE 41-17 Seismic Design Criteria BSE-1N Hazard Site Coefficients and Spectral Response Acceleration Parameters Values Site Class C Spectral Response Acceleration at 0.2-second Period Adjusted for Site Class, SXS 0.758 g Spectral Response Acceleration at 1.0-second Period Adjusted for Site Class, SX1 0.347 g Site-Specific Spectral Response Acceleration at 0.2-second Period, SXS 0.635 g Site-Specific Spectral Response Acceleration at 1.0-second Period, SX1 0.278 g Ninyo & Moore | Carlsbad Safety Center Seismic Retrofit, 2560 Orion Way, Carlsbad, California | 108715011 | August 14, 2020 18 Table 7 – ASCE 41-17 Seismic Design Criteria BSE-2E Hazard Site Coefficients and Spectral Response Acceleration Parameters Values Site Class C Site Coefficient, Fa 1.214 Site Coefficient, Fv 1.500 Mapped Spectral Response Acceleration at 0.2-second Period, Ss 0.715 g Mapped Spectral Response Acceleration at 1.0-second Period, S1 0.260 g Spectral Response Acceleration at 0.2-second Period Adjusted for Site Class, SXS 0.868 g Spectral Response Acceleration at 1.0-second Period Adjusted for Site Class, SX1 0.390 g Site-Specific Spectral Response Acceleration at 0.2-second Period, SXS 0.750 g Site-Specific Spectral Response Acceleration at 1.0-second Period, SX1 0.312 g Table 8 – ASCE 41-17 Seismic Design Criteria BSE-1E Hazard Site Coefficients and Spectral Response Acceleration Parameters Values Site Class C Site Coefficient, Fa 1.300 Site Coefficient, Fv 1.500 Mapped Spectral Response Acceleration at 0.2-second Period, Ss 0.348 g Mapped Spectral Response Acceleration at 1.0-second Period, S1 0.129 g Spectral Response Acceleration at 0.2-second Period Adjusted for Site Class, SXS 0.452 g Spectral Response Acceleration at 1.0-second Period Adjusted for Site Class, SX1 0.194 g Site-Specific Spectral Response Acceleration at 0.2-second Period, SXS 0.394 g Site-Specific Spectral Response Acceleration at 1.0-second Period, SX1 0.155 g 8.3 Foundations Based on our understanding of the project and the encountered subsurface conditions, we provide the following recommendations for assessment of existing shallow foundations. 8.3.1 Shallow Foundations – Bearing Capacity Shallow, spread, or continuous footings supported on competent formational materials at that are 1-foot wide and embedded a depth of 1-foot may be considered to have a net allowable bearing capacity of 3,000 pounds per square foot (psf). The allowable bearing capacity may be increased by 250 psf for each additional foot of foundation depth or width up to a value of 4,000 psf. These allowable bearing capacities may be increased by one- third when considering loads of short duration such as wind or seismic forces. 8.3.2 Shallow Foundations - Lateral Resistance For resistance of footings to lateral loads, supported on competent formational material, we recommend an allowable passive pressure of 350 pounds per cubic foot (pcf) be used with a maximum value of up to 3,500 psf. This value assumes that the ground is horizontal for a distance of 10 feet, or three times the height generating the passive pressure, whichever is greater. For frictional resistance to lateral loads, we recommend a coefficient of friction of 0.4 be used between formational material and concrete. The allowable lateral resistance Ninyo & Moore | Carlsbad Safety Center Seismic Retrofit, 2560 Orion Way, Carlsbad, California | 108715011 | August 14, 2020 19 can be taken as the sum of the frictional resistance and passive resistance. The passive resistance may be increased by one-third when considering loads of short duration such as wind or seismic forces. We recommend that the upper 1 foot of soil not protected by pavement or a concrete slab be neglected when calculating passive resistance. 8.3.3 Shallow Foundations – Foundation Stiffness The dynamic stiffness or the spring constant of a structural foundation depends on the nature and deformability of the supporting soils, the geometry and inertia of the foundation and superstructure, and the nature of the dynamic excitation. Dynamic stiffness values are useful in the evaluation of soil-structure interaction of embedded structures under dynamic loads. Since soil deformation and structural response are different in vertical and lateral directions under a given load cycle, the stiffness values are also different in these directions. The depth and dimension of the footings have not been confirmed at this time. The dynamic vertical (Kzf) and lateral (Kxf and Kyf) stiffness values in the vertical (i.e., z) and two horizontal directions (i.e., x and y, respectively) are, therefore, presented below as functions of depth, width, length, and shear modulus. Kzf = Kzs[1 + 0.05{(D/B) + 1.3(D/L)}].[1 + 0.2{(D/B) + (D/L)}0.7], (pounds per foot) Kxf = Kxs[1 + 0.15(D/B)0.5].[1 + 0.52{D2(2B + 2L)/(BL2)}0.4], (pounds per foot) Kyf = Kys[1 + 0.15(D/B)0.5].[1 + 0.52{D2(2B + 2L)/(BL2)}0.4], (pounds per foot) Where, Kzs = 1.1GL + 2.4GL0.25B0.75, (pounds per foot) Kxs = 1.0GL + 0.3GB + 1.5GL0.15B0.85, (pounds per foot) Kys = 1.2GL + 1.5GL0.15B0.85, (pounds per foot) D = depth of footing below the finish grade (feet) 2B = width of footing (feet) 2L = length of footing (feet) G = low-strain shear modulus of foundation soils (psf) Based on an estimated an average shear wave velocity of 2,040 feet per second (fps) for the site, we estimate a low-strain shear modulus, G, of 7,500,000 psf or 7,500 kips per square foot (ksf) for the foundation soils, using a Factor of Safety of 2. It should be noted that the x-direction considered in developing the stiffness equations corresponds to the long direction (i.e., parallel to the longer side of the footing), the y-direction corresponds to the short direction (i.e., parallel to the shorter side of the footing), and the z-direction corresponds to the vertical direction (i.e., perpendicular to the plane of the footing bottom surface). Ninyo & Moore | Carlsbad Safety Center Seismic Retrofit, 2560 Orion Way, Carlsbad, California | 108715011 | August 14, 2020 20 8.4 Corrosivity Laboratory testing was performed on a representative sample of the on-site earth materials to evaluate pH and electrical resistivity, as well as chloride and sulfate contents. The pH and electrical resistivity tests were performed in accordance with California Test (CT) 643 and the sulfate and chloride content tests were performed in accordance with CT 417 and CT 422, respectively. These laboratory test results are presented in Appendix B. The results of the corrosivity testing for this and our previous evaluation (Ninyo & Moore, 2019) indicated electrical resistivities ranging from 950 to 2,200 ohm-cm, soil pH values ranging from 6.5 to 7.0, chloride contents ranging from 35 to 410 parts per million (ppm), and sulfate contents ranging from 0.004 to 0.021 percent (i.e., 40 to 210 ppm). Based on the California amended (Caltrans, 2019) AASHTO (2017) corrosion criteria, a project site is classified as corrosive if one or more of the following conditions exist for the representative soil samples retrieved from the site: chloride concentration of 500 ppm or greater, soluble sulfate concentration of 1,500 ppm or greater, an electrical resistivity of 1,100 ohm-cm or less, and/or a pH 5.5 or less. Based on the results of the corrosivity testing at the site, the site soils are considered to be corrosive. 8.5 Concrete Concrete in contact with soil or water that contains high concentrations of water-soluble sulfates can be subject to premature chemical and/or physical deterioration. As stated previously, the soil samples tested indicated water-soluble sulfate contents of 0.004 to 0.021 percent by weight (i.e., about 40 to 210 ppm). Based on the American Concrete Institute (ACI) 318 criteria, the site soils would correspond to exposure class S0. For this exposure class, ACI 318 recommends that normal weight concrete in contact with soil possess a compressive strength of 2,500 pounds per square inch (psi) or more. Furthermore, due to the potential for variability of site soils, we also recommend that normal weight concrete in contact with soil use Type II, II/V, or V cement. 9 PLAN REVIEW AND CONSTRUCTION OBSERVATION The conclusions and recommendations presented in this report are based on analysis of observed conditions in widely spaced exploratory excavations. If conditions are found to vary from those described in this report, Ninyo & Moore should be notified, and additional recommendations will be provided upon request. Ninyo & Moore should review the final project drawings and specifications prior to the commencement of construction. Ninyo & Moore should perform the needed observation and testing services during construction operations. Ninyo & Moore | Carlsbad Safety Center Seismic Retrofit, 2560 Orion Way, Carlsbad, California | 108715011 | August 14, 2020 21 The recommendations provided in this report are based on the assumption that Ninyo & Moore will provide geotechnical observation and testing services during construction. In the event that it is decided not to utilize the services of Ninyo & Moore during construction, we request that the selected consultant provide the client with a letter (with a copy to Ninyo & Moore) indicating that they fully understand Ninyo & Moore’s recommendations, and that they are in full agreement with the design parameters and recommendations contained in this report. Construction of proposed improvements should be performed by qualified subcontractors utilizing appropriate techniques and construction materials. 10 LIMITATIONS The field evaluation, laboratory testing, and geotechnical analyses presented in this geotechnical report have been conducted in general accordance with current practice and the standard of care exercised by geotechnical consultants performing similar tasks in the project area. No warranty, expressed or implied, is made regarding the conclusions, recommendations, and opinions presented in this report. There is no evaluation detailed enough to reveal every subsurface condition. Variations may exist and conditions not observed or described in this report may be encountered during construction. Uncertainties relative to subsurface conditions can be reduced through additional subsurface exploration. Additional subsurface evaluation will be performed upon request. This document is intended to be used only in its entirety. No portion of the document, by itself, is designed to completely represent any aspect of the project described herein. Ninyo & Moore should be contacted if the reader requires additional information or has questions regarding the content, interpretations presented, or completeness of this document. This report is intended for design purposes only. It does not provide sufficient data to prepare an accurate bid by contractors. It is suggested that the bidders and their geotechnical consultant perform an independent evaluation of the subsurface conditions in the project areas. The independent evaluations may include, but not be limited to, review of other geotechnical reports prepared for the adjacent areas, site reconnaissance, and additional exploration and laboratory testing. Our conclusions, recommendations, and opinions are based on an analysis of the observed site conditions. If geotechnical conditions different from those described in this report are encountered, our office should be notified, and additional recommendations, if warranted, will be provided upon request. It should be understood that the conditions of a site could change with time as a result of natural processes or the activities of man at the subject site or nearby sites. Ninyo & Moore | Carlsbad Safety Center Seismic Retrofit, 2560 Orion Way, Carlsbad, California | 108715011 | August 14, 2020 22 In addition, changes to the applicable laws, regulations, codes, and standards of practice may occur due to government action or the broadening of knowledge. The findings of this report may, therefore, be invalidated over time, in part or in whole, by changes over which Ninyo & Moore has no control. This report is intended exclusively for use by the client. Any use or reuse of the findings, conclusions, and/or recommendations of this report by parties other than the client is undertaken at said parties’ sole risk. Ninyo & Moore | Carlsbad Safety Center Seismic Retrofit, 2560 Orion Way, Carlsbad, California | 108715011 | August 14, 2020 23 11 REFERENCES Abrahamson, N.A., Silva, W.J. and Kamai, R., 2014, Summary of the ASK14 Ground Motion Relation for Active Crustal Regions, Earthquake Spectra: Vol. 30, No. 3, pp. 1025-1055, dated August. American Association of State Highway and Transportation Officials (AASHTO), 2017, AASHTO LRFD Bridge Design Specifications, 8th Edition: dated September. American Concrete Institute (ACI), 2019, ACI 318 Building Code Requirements for Structural Concrete and Commentary. American Society of Civil Engineers (ASCE), 2017a, Minimum Design Loads for Buildings and Other Structures, ASCE 7-16. American Society of Civil Engineers (ASCE), 2017b, Seismic Evaluation and Retrofit of Existing Buildings, ASCE Standard 41-17. Boore, D.M., Stewart, J.P., Seyhan, E., and Atkinson, G.M., 2014, NGA-West2 Equations for Predicting PGA, PGV, and 5% Damped PSA for Shallow Crustal Earthquakes, Earthquake Spectra, Vol. 30, No. 3, pp. 1057-1085, dated August. Building News, 2018, “Greenbook,” Standard Specifications for Public Works Construction: BNI Publications. California Building Standards Commission, 2019, California Building Code (CBC), Title 24, Part 2, Volumes 1 and 2. California Department of Transportation (Caltrans), 2019, California Amendments to the AASHTO LRFD Bridge Design Specifications (2017 Eighth Edition): dated April. California Department of Transportation, 2020, ARS Online Web Tool, version 2.3.09, http:// http://dap3.dot.ca.gov/ARS_Online/. California Department of Water Resources (CDWR), 2020, Division of Safety of Dams (DSOD), California Dam Breach Inundation Maps, https://fmds.water.ca.gov/maps/damim/: accessed in July. California Geological Survey (CGS), 2008, Special Publication 117A: Guidelines for Evaluating and Mitigating Seismic Hazards in California. Campbell, K.W., and Bozorgnia, Y., 2014, NGA-West Ground Motion Model for the Average Horizontal Components of PGA, PGV, and 5% Damped Linear Acceleration Response Spectra, Earthquake Spectra Volume 30, Issue 3, pp. 1087-1115, dated August. Chiou, B. S.-J., and Youngs, R.R., 2014, Update of the Chiou and Youngs NGA Model for the Average Horizontal Component of Peak Ground Motion and Response Spectra, Earthquake Spectra, August 2014, Vol. 30, No. 3, dated August. GeoStudio, 2020, SLOPE/W, Version 10.2.2.20559. Geotracker website, 2020, www.geotracker.waterboards,ca.gov: accessed in June. Google Earth, 2020, http://earth.google.com: accessed June. Harden, D.R., 2004, California Geology – 2nd ed.: Prentice Hall, Inc. Ninyo & Moore | Carlsbad Safety Center Seismic Retrofit, 2560 Orion Way, Carlsbad, California | 108715011 | August 14, 2020 24 Hart, E.W., and Bryant, W.A., 2007, Fault-Rupture Hazard Zones in California, Alquist-Priolo Earthquake Fault Zoning Act with Index to Earthquake Fault Zones Maps: California Department of Conservation, California Geological Survey, Special Publication 42, with Supplement 1 added in 2012, Supplement 2 added in 2014, Supplement 3 added in 2015, and Supplement 4 added in 2016. Hartley, J.D., and Duncan, J.M., 1987, E’ and Its Variation With Depth: American Society of Civil Engineers (ASCE), Journal of Transportation Engineering, Vol. 113, No. 5: dated September. Historic Aerials website, 2020, www.historicaerials.com: accessed in June. Jennings, C.W., 2010, Fault Activity Map of California: California Geological Survey, California Geologic Data Map Series, Map No. 6, Scale 1: 750,000. Kennedy, M.P., and Tan, S.S., 2007, Geologic Map of the Oceanside 30’ x 60’ Quadrangle, California, Scale 1:100,000. Ninyo & Moore, In-House Proprietary Information. Ninyo & Moore, 2019, Geotechnical Evaluation, Safety Center Renovation, 2560 Orion Way, Carlsbad, California, Project No. 108715003: dated August 16. Ninyo & Moore, 2020, Proposal for Geotechnical and Environmental Consulting Services, Safety Center Renovation and Seismic Retrofit, 2560 Orion Way, Carlsbad, San Diego, California, Project No. 108715000: dated April 24. Norris, R. M. and Webb, R. W., 1990, Geology of California, Second Edition: John Wiley & Sons, Inc. Runhau Associates, 1985, City of Carlsbad Public Safety & Service Center, Carlsbad, California, Bid Set. Seyhan, E, 2014, Weighted Average 2014 NGA West-2 GMPE, Pacific Earthquake Engineering Research Center. Structural Engineering Association of California (SEAOC), Office of Statewide Health Planning and Development (OSHPD), 2020, U.S. Seismic Design Maps website, https://seismicmaps.org/: accessed in July. Tan, S.S. and Giffen, D.G., 1995, Landslide Hazards in the Northern Part of the San Diego Metropolitan Area, San Diego County, California, DMG Open-File Report 95-04, Scale 1:24,000. Testing Engineers, 1987, Geotechnical Investigation, Carlsbad Safety Center, Phase III, Carlsbad, California: dated February 17. United States Department of Agriculture (USDA), 1953, Aerial Photograph, Flight AXN-8M, Numbers -70, and -71, Flown April 14, Scale 1:20,000. United States Department of the Interior, Bureau of Reclamation, 1989, Engineering Geology Field Manual. United States Federal Emergency Management Agency (FEMA), 2020, FEMA Mapping Information Platform, World Wide Web, https://hazards.fema.gov/femaportal/wps/portal/: accessed in July. United States Geological Survey (USGS), 1948, San Luis Rey Quadrangle, 7.5-Minute Series Topographic Map, Scale 1:24,000. Ninyo & Moore | Carlsbad Safety Center Seismic Retrofit, 2560 Orion Way, Carlsbad, California | 108715011 | August 14, 2020 25 United States Geological Survey (USGS), 1997, San Luis Rey Quadrangle, 7.5-Minute Series Topographic Map, Scale 1:24,000. United States Geological Survey (USGS), 2018, San Luis Rey Quadrangle, 7.5-Minute Series Topographic Map, Scale 1:24,000. United States Geological Survey (USGS), 2020a, National Seismic Hazard Maps - Fault Parameters, World Wide Web, http://earthquake.usgs.gov/cfusion/hazfaults_2008_search/query_main.cfm/. United States Geological Survey and Southern California Earthquake Center, 2020b, Open Seismic Hazard Analysis, http://www.opensha.org/. United States Geological Survey, 2020c, Unified Hazard Tool; https://earthquake.usgs.gov/hazards/interactive/. Ninyo & Moore | Carlsbad Safety Center Seismic Retrofit, 2560 Orion Way, Carlsbad, California | 108715011 | August 14, 2020 Appendix A Photographic Documentation FIGURES WayOrion 1_108715011_SL.mxd 7/27/2020 JDLNOTE: DIRECTIONS, DIMENSIONS AND LOCATIONS ARE APPROXIMATE. | SOURCE: ESRI WORLD TOPO, 2020 SITE LOCATION !o 0 1,500 3,000 FEET SITE "CARLSBAD SAFETY CENTER SEISMIC RETROFIT2560 ORION WAY, CARLSBAD, CALIFORNIA 108715011 | 8/20 UV94 UV52 §¨¦5 §¨¦8 §¨¦805 §¨¦15 UV78 MAP INDEX San Diego County FIGURE 1 UÒ UÑ %%%%@? @? @? @A @AORIONWAY F A R A D A Y A V E N U E NM-1TD=14.5 NM-2TD=18.8 B-1TD=12.9 B-2TD=15.9 B-3TD=12.0 2_108715011_BL.mxd 7/28/2020 JDLNOTE: DIRECTIONS, DIMENSIONS AND LOCATIONS ARE APPROXIMATE. | SOURCES: GOOGLE EARTH, 2020;PACIFIC ARCHITECTURE & ENGINEERING, 2017 EXPLORATION LOCATIONS !o 0150300 FEET FIGURE 2 A BORING (NINYO & MOORE, 2020)TD=TOTAL DEPTH IN FEET@A NM-2 TD=18.8 LEGEND SITE BOUNDARY A ' CROSS SECTION %%A A' ReMi SURVEY LINE%% BORING (NINYO & MOORE, 2019)TD=TOTAL DEPTH IN FEET@? B-3TD=12.0 CARLSBAD SAFETY CENTER SEISMIC RETROFIT2560 ORION WAY, CARLSBAD, CALIFORNIA 108715011 | 8/20 M E X I C O U S A Pacific Ocean N E V A D A C A LIF O R NIA S A N J A CIN T O E L SIN O R E I MP E R I AL WHITTIER N E WP O R T-IN G L E W O O D CORONADOBANKSANDI EGOTROUGHS A N C L E M E N T ESANTAC R U Z-SANTACATALINARIDGEPALOS V E RDES O FF S H O R E Z O NE O F D EF O R M A TIO N G A R L O C K CLEARWATER SAN G ABRIEL SIERRAMADRE BANNING MISSION CREEK B L AC K WAT E RH ARPER LOCKHART L E N WOODCA MP R O C K C A LIC OLUDLOWPI SGAHB ULLIO N M O UNT AI NJ O H N S O N V A LLEY E ME R S O N P I N T O MO UNTAIN M A N IX MIRAGE VALLEY NO R TH H E L E N D A L E FRONTAL C HI N O S A N J OSECUCAMON GA MALIBU COAST S A N TA MONICA SAN CAYETANO SANTASUSANASANTA ROSA N OR T HR I D G E C H A R N O C K S A WPIT C A N Y O N SUPERSTITIO N HIL L SROS ECANYONNTAIN W H IT E W O L F SAN ANDREAS FAULT ZONEITO R EK BLUE CUT SALTON CREEK S A N A N D R E A S FA U LT Z O N EC O Y O T E C REEK CLARK G L E N IV Y E A R T H Q U A K E V A L L E Y ELMORERANCHL A G U N A S AL A D ABRAWLEY SEI SMI CZONESan Bernardino County Kern County Riverside County San Diego County Imperial County Los Angeles County Inyo County Tulare County Ventura County Orange County HOLOCENE ACTIVE CALIFORNIA FAULT ACTIVITY HISTORICALLY ACTIVE LATE QUATERNARY (POTENTIALLY ACTIVE)STATE/COUNTY BOUNDARY QUATERNARY (POTENTIALLY ACTIVE) SITE LEGEND 3_108715011_FL.mxd 8/10/2020 JDLNOTE: DIRECTIONS, DIMENSIONS AND LOCATIONS ARE APPROXIMATE. FAULT LOCATIONS !o 03060 MILES SOURCE: U.S. GEOLOGICAL SURVEY AND CALIFORNIA GEOLOGICAL SURVEY, 2006,QUATERNARY FAULT AND FOLD DATABASE FOR THE UNITED STATES. !!"CARLSBAD SAFETY CENTER SEISMIC RETROFIT2560 ORION WAY, CARLSBAD, CALIFORNIA 108715011 | 8/20 FIGURE 3 CALIFORNIA 4_108715011_G.mxd 8/10/2020 JDLNOTE: DIRECTIONS, DIMENSIONS AND LOCATIONS ARE APPROXIMATE. | SOURCE: KENNEDY, M.P., TAN,, 2007,GEOLOGIC MAP OF THE OCEANSIDE 30X60-MINUTE QUADRANGLE, CALIFORNIA GEOLOGY 0 1,500 3,000 FEET FIGURE 4 LEGEND Kt Qa SITE Mzu Qya CARLSBAD SAFETY CENTER SEISMIC RETROFIT2560 ORION WAY, CARLSBAD, CALIFORNIA 108715011 | 8/20 GEOLOGIC CROSS SECTION A-A' NOTE: DIMENSIONS, DIRECTIONS AND LOCATIONS ARE APPROXIMATE.0 FEET FIGURE 5 200 4000 5 108715011 CS A-A'.DWG AOBCARLSBAD SAFETY CENTER SEISMIC RETROFIT 2560 ORION WAY, CARLSBAD, CALIFORNIA 108715011 I 8/20 Geotechnical & Environmental Sciences Consultants 400 200 A ELEVATION (FEET, MSL)ELEVATION (FEET, MSL)400 200 600 600 A' 0 0 TD=14.5' NM-1 (PROJECTED 130'SOUTHWEST) TD=12.9' B-1 (PROJECTED 70' NORTHEAST) TD=18.8' NM-2 (PROJECTED 40' SOUTHWEST) SAFETY CENTERBUILDING Kl LEGEND Kl LUSARDI FORMATION NM-2 TD=18.8' BORING TD=TOTAL DEPTH IN FEET SDS =gSD1 =g SMS =gSM1 =g g NOTES: 1 exceedance in 50 years in the maximum direction using the Chiou & Youngs (2014), Campbell & Bozorgnia (2014), Boore et al. (2014), and Abrahamson et al. (2014) attenuation relationships and the risk coefficients. 2 The deterministic ground motion spectral response accelerations are for the 84th percentile of the geometric mean values in the maximum direction using the Chiou & Youngs (2014), Campbell & Bozorgnia (2014), Boore et al. (2014), and Abrahamson et al. (2014) attenuation relationships for deep soil sites considering a Mw 7.0 event on the Rose Canyon fault zone located 12.3 kilometers from the site. It conforms with the lower bound limit per ASCE 7-16 Section 21.2.2. 3 The Site-Specific MCER Response Spectrum is the lesser of spectral ordinates of deterministic and probabilistic accelerations at each period per ASCE 7-16 Section 21.2.3. The Site-Specific Design Response Spectrum conforms with lower bound limit per ASCE 7-16 Section 21.3. 4 The Mapped Design MCE Response Spectrum is computed from mapped spectral ordinates modified for Site Class C (very dense soil and soft rock profile) per ASCE 7-16 Section 11.4. It is presented for the sake of comparison. 0.606 0.056 7.500 0.037 0.400 0.606 0.250 0.650 10.000 0.0220.300 0.555 0.370 0.278 0.185 2.000 4.000 0.139 0.093 0.069 3.000 0.572 0.660 0.725 0.705 0.500 0.750 1.000 1.500 5.000 0.075 0.100 0.150 0.200 0.300 0.322 0.362 0.441 0.010 0.020 0.030 0.050 PERIOD (seconds) SITE-SPECIFICDESIGN RESPONSE SPECTRUMSa (g) SITE-SPECIFIC MCER RESPONSE SPECTRUM Sa (g) PERIOD (seconds) SITE-SPECIFICDESIGN RESPONSE SPECTRUMSa (g) 0.555 0.416 0.278 The probabilistic ground motion spectral response accelerations are based on the risk-targeted Maximum Considered Earthquake (MCER) having a 2% probability of 0.976 0.909 0.909 SITE-SPECIFIC MCER RESPONSE SPECTRUM Sa (g) 0.450 0.483 0.542 0.661 0.858 0.833 0.635 0.208 0.139 0.104 0.083 0.056 0.033 0.990 1.088 1.058 0.278 0.952 0.416 PGAM =0.452 0.0 0.5 1.0 1.5 012345678910SPECTRAL ACCELERATION, Sa (g)PERIOD, T (seconds) Mapped Design MCE Response Spectrum Site-Specific Design Response Spectrum Site-Specific MCE R esponse SpectrumR R FIGURE 6 ASCE 7-16 RESPONSE SPECTRA CARLSBAD SAFETY CENTER SEISMIC RETROFIT2560 ORION WAY, CARLSBAD, CALIFORNIA R Copy of ASCE 41-17 ###SAMPLE LOCATIONSASOIL TYPE R-VALUE ASCE 41-17 SITE-SPECIFIC RESPONSE SPECTRACARLSBAD SAFETY CENTER SEISMIC RETROFIT2560 ORION WAY, CARLSBAD, CALIFORNIA108715011 | 8/20FIGURE 70.000.501.001.50012345678910SPECTRAL ACCELERATION, Sa (g)PERIOD, T (seconds)BSE-2NBSE-1NBSE-2EBSE-1E Ninyo & Moore | Carlsbad Safety Center Seismic Retrofit, 2560 Orion Way, Carlsbad, California | 108715011 | August 14, 2020 APPENDIX A Current and Previous Boring Logs Ninyo & Moore | Carlsbad Safety Center Seismic Retrofit, 2560 Orion Way, Carlsbad, California | 108715011 | August 14, 2020 APPENDIX A CURRENT AND PREVIOUS BORING LOGS Field Procedure for the Collection of Disturbed Samples Disturbed soil samples were obtained in the field using the following method. Bulk Samples Bulk samples of representative earth materials were obtained from the exploratory borings. The samples were bagged and transported to the laboratory for testing. The Standard Penetration Test (SPT) Sampler Disturbed drive samples of earth materials were obtained by means of a Standard Penetration Test sampler. The sampler is composed of a split barrel with an external diameter of 2 inches and an unlined internal diameter of 1-3/8 inches. The sampler was driven into the ground 12 to 18 inches with a 140-pound hammer free-falling from a height of 30 inches in general accordance with ASTM D 1586. The blow counts were recorded for every 6 inches of penetration; the blow counts reported on the logs are those for the last 12 inches of penetration. Soil samples were observed and removed from the sampler, bagged, sealed and transported to the laboratory for testing. Field Procedure for the Collection of Relatively Undisturbed Samples Relatively undisturbed soil samples were obtained in the field using the following method. The Modified Split-Barrel Drive Sampler The sampler, with an external diameter of 3 inches, was lined with 1-inch long, thin brass rings with inside diameters of approximately 2.4 inches. The sample barrel was driven into the ground with the weight of a hammer in general accordance with ASTM D 3550. The driving weight was permitted to fall freely. The approximate length of the fall, the weight of the hammer, and the number of blows per foot of driving are presented on the boring logs as an index to the relative resistance of the materials sampled. The samples were removed from the sample barrel in the brass rings, sealed, and transported to the laboratory for testing. 0 10 20 30 40 50/5"50/4" 33 50/5" 50/5" GP SC ASPHALT CONCRETE:Approximately 3.5 inches thick. AGGREGATE BASE:Brown, moist, medium dense, poorly graded GRAVEL; approximately 4 inches thick. FILL:Yellowish brown, moist, medium dense, clayey medium to coarse SAND; trace cobbles.@ 2.5': Cobble. LUSARDI FORMATION:Yellowish brown, moist, strongly-cemented, cobble and boulder CONGLOMERATE; with aclayey sand matrix.@ 7': Seepage. @ 8': Boulder. @ 9': Possible boulder; difficult drilling. @ 12': Possible boulder; difficult drilling. Total Depth = 14.5 feet.Groundwater not encountered. Seepage encountered at approximately 7 feet duringdrilling.Backfilled and patched with Aquaphalt shortly after drilling on 7/08/20. Note: Groundwater may rise to a level higher than that measured in borehole due torelatively slow rate of seepage in clay and several other factors as discussed in the report.Please refer to the report for groundwater monitoring recommendations. The ground elevation shown above is an estimation only. It is based on our interpretationsof published maps and other documents reviewed for the purposes of this evaluation. It isnot sufficiently accurate for preparing construction bids and design documents. FIGURE A- 1 CARLSBAD SAFETY CENTER SEISMIC RETROFIT2560 ORION WAY, CARLSBAD, CALIFORNIA 108715011 |8/20DEPTH (feet)BulkSAMPLESDrivenBLOWS/FOOTMOISTURE (%)DRY DENSITY (PCF)SYMBOLCLASSIFICATIONU.S.C.S.DESCRIPTION/INTERPRETATION DATE DRILLED 7/08/20 BORING NO.NM-1 GROUND ELEVATION 364'  (MSL)SHEET 1 OF METHOD OF DRILLING 6" Diameter Hollow Stem Auger (Pacific Drilling) DRIVE WEIGHT 140 lbs. (Auto-Trip)DROP 30" SAMPLED BY BRH/ZH LOGGED BY BRH/ZH REVIEWED BY ZH 1 0 10 20 30 40 50/3" 50/3" 50/4" 50/4" GP SC ASPHALT CONCRETE:Approximately 3 inches thick. AGGREGATE BASE:Brown, moist, medium dense, poorly graded GRAVEL; approximately 8 inches thick. FILL:Yellowish brown, moist, medium dense, clayey medium to coarse SAND.LUSARDI FORMATION:Brown to yellowish brown, moist, moderately- to strongly-cemented, cobble and boulderCONGLOMERATE in a clayey sand matrix.@ 1.5': Possible boulder.@ 6': Possible boulder.@ 8': Yellowish brown. Possible boulder. Total Depth = 18.8 feet.Groundwater not encountered.Backfilled and patched with Aquaphalt shortly after drilling on 7/08/20. Note: Groundwater, though not encountered at the time of drilling, may rise to a higher level due to seasonal variations in precipitation and several other factors as discussed inthe report. The ground elevation shown above is an estimation only. It is based on our interpretationsof published maps and other documents reviewed for the purposes of this evaluation. It isnot sufficiently accurate for preparing construction bids and design documents. FIGURE A- 2 CARLSBAD SAFETY CENTER SEISMIC RETROFIT2560 ORION WAY, CARLSBAD, CALIFORNIA 108715011 |8/20DEPTH (feet)BulkSAMPLESDrivenBLOWS/FOOTMOISTURE (%)DRY DENSITY (PCF)SYMBOLCLASSIFICATIONU.S.C.S.DESCRIPTION/INTERPRETATION DATE DRILLED 7/08/20 BORING NO.NM-2 GROUND ELEVATION 364'  (MSL)SHEET 1 OF METHOD OF DRILLING 6" Diameter Hollow Stem Auger (Pacific Drilling) DRIVE WEIGHT 140 lbs. (Auto-Trip)DROP 30" SAMPLED BY BRH/ZH LOGGED BY BRH/ZH REVIEWED BY ZH 1 Ninyo & Moore | Carlsbad Safety Center Seismic Retrofit, 2560 Orion Way, Carlsbad, California | 108715011 | August 14, 2020 Previous Boring Logs 0 5 10 15 20 68/8" 50/3" 50/4" 9.9 109.3 SC ASPHALT CONCRETE:Approximately 3 inches thick over 8 inches base material. FILL:Brown, moist, medium dense, clayey fine to coarse SAND; few gravel; scattered cobbles. Cobbles; scattered zones of sandy clay. LUSARDI FORMATION:Yellowish brown to brown, moist, moderately cemented, silty fine- to medium-grainedSANDSTONE. Weathered granitic rock/boulder. Grinding on rock. Total Depth = 12.9 feet. (Refusal)Groundwater not encountered during drilling.Backfilled and capped with black-dyed concrete shortly after drilling on 7/19/19. Note: Groundwater, though not encountered at the time of drilling, may rise to a higher level due to seasonal variations in precipitation and several other factors as discussed inthe report. The ground elevation shown above is an estimation only. It is based on our interpretationsof published maps and other documents reviewed for the purposes of this evaluation. It isnot sufficiently accurate for preparing construction bids and design documents. FIGURE A- 1 SAFETY CENTER RENOVATION2560 ORION WAY, CARLSBAD, CALIFORNIA 108715003 |8/19DEPTH (feet)BulkSAMPLESDrivenBLOWS/FOOTMOISTURE (%)DRY DENSITY (PCF)SYMBOLCLASSIFICATIONU.S.C.S.DESCRIPTION/INTERPRETATION DATE DRILLED 7/19/19 BORING NO.B-1 GROUND ELEVATION 370'  (MSL)SHEET 1 OF METHOD OF DRILLING 8" Diameter Hollow Stem Auger (CME-95) (Baja Exploration) DRIVE WEIGHT 140 lbs. (Auto-Trip)DROP 30" SAMPLED BY NMM LOGGED BY NMM REVIEWED BY CAT 1 0 5 10 15 20 50/5" 50/5" 50/5" 11.5 117.6 ASPHALT CONCRETE:Approximately 3 inches thick over 9 inches base material. LUSARDI FORMATION:Brown and yellowish brown, moist, moderately to strongly cemented, silty fine- to medium-grained SANDSTONE; trace gravel; scattered layers of brown sandy claystone. Yellowish brown; fine-grained. @ 13.5': Grinding on cobble. @ 15': Weathered granitic rock/boulder.; Total Depth = 15.9 feet.Groundwater not encountered during drilling.Backfilled and capped with black-dyed concrete shortly after drilling on 7/19/19. Note: Groundwater, though not encountered at the time of drilling, may rise to a higherlevel due to seasonal variations in precipitation and several other factors as discussed inthe report. The ground elevation shown above is an estimation only. It is based on our interpretationsof published maps and other documents reviewed for the purposes of this evaluation. It isnot sufficiently accurate for preparing construction bids and design documents. FIGURE A- 2 SAFETY CENTER RENOVATION2560 ORION WAY, CARLSBAD, CALIFORNIA 108715003 |8/19DEPTH (feet)BulkSAMPLESDrivenBLOWS/FOOTMOISTURE (%)DRY DENSITY (PCF)SYMBOLCLASSIFICATIONU.S.C.S.DESCRIPTION/INTERPRETATION DATE DRILLED 7/19/19 BORING NO.B-2 GROUND ELEVATION 365'  (MSL)SHEET 1 OF METHOD OF DRILLING 8" Diameter Hollow Stem Auger (CME-95) (Baja Exploration) DRIVE WEIGHT 140 lbs. (Auto-Trip)DROP 30" SAMPLED BY NMM LOGGED BY NMM REVIEWED BY CAT 1 0 5 10 15 20 50/3" 50/2" ASPHALT CONCRETE:Approximately 3 inches thick over 8 inches base material. LUSARDI FORMATION:Yellowish brown, moist, moderately cemented, silty fine- to coarse-grained SANDSTONE; few gravel; trace cobbles. Brown to yellowish brown, silty fine- to medium-grained; scattered cobbles; possibleboulders. Grinding on rock from approximately 11 to 12 feet; granitic rock/boulder. Total Depth = 12 feet. (Refusal)Groundwater not encountered during drilling.Backfilled and capped with black-dyed concrete shortly after drilling on 7/19/19. Note: Groundwater, though not encountered at the time of drilling, may rise to a higherlevel due to seasonal variations in precipitation and several other factors as discussed inthe report. The ground elevation shown above is an estimation only. It is based on our interpretationsof published maps and other documents reviewed for the purposes of this evaluation. It isnot sufficiently accurate for preparing construction bids and design documents. FIGURE A- 3 SAFETY CENTER RENOVATION2560 ORION WAY, CARLSBAD, CALIFORNIA 108715003 |8/19DEPTH (feet)BulkSAMPLESDrivenBLOWS/FOOTMOISTURE (%)DRY DENSITY (PCF)SYMBOLCLASSIFICATIONU.S.C.S.DESCRIPTION/INTERPRETATION DATE DRILLED 7/19/19 BORING NO.B-3 GROUND ELEVATION 365'  (MSL)SHEET 1 OF METHOD OF DRILLING 8" Diameter Hollow Stem Auger (CME-95) (Baja Exploration) DRIVE WEIGHT 140 lbs. (Auto-Trip)DROP 30" SAMPLED BY NMM LOGGED BY NMM REVIEWED BY CAT 1 Ninyo & Moore | Carlsbad Safety Center Seismic Retrofit, 2560 Orion Way, Carlsbad, California | 108715011 | August 14, 2020 APPENDIX B Current and Previous Laboratory Testing Ninyo & Moore | Carlsbad Safety Center Seismic Retrofit, 2560 Orion Way, Carlsbad, California | 108715011 | August 14, 2020 APPENDIX B CURRENT AND PREVIOUS LABORATORY TESTING Classification Soils were visually and texturally classified in accordance with the Unified Soil Classification System (USCS) in general accordance with ASTM D 2488. Soil classifications are indicated on the logs of the exploratory borings in Appendix A. In-Place Moisture and Density Tests The moisture content and dry density of relatively undisturbed samples obtained from the exploratory borings were evaluated in general accordance with ASTM D 2937. The test results are presented on the logs of the exploratory borings in Appendix A. Direct Shear Test A direct shear test was performed on a relatively undisturbed sample in general accordance with ASTM D 3080 to evaluate the shear strength characteristics of selected materials. The sample was inundated during shearing to represent adverse field conditions. The results are shown on Figure B-1. Soil Corrosivity Tests Soil pH, and minimum resistivity tests were performed on a representative sample in general accordance with CT 643. The sulfate and chloride contents of the selected sample were evaluated in general accordance with CT 417 and 422, respectively. The results of the tests are presented on Figure B-2. 5.0-6.3CONGLOMERATE NM-2 Peak Cohesion (psf) Friction Angle (degrees)Soil Type Formation37 38 150 Formation Description Symbol Sample Location 520 Depth (ft) Shear Strength PERFORMED IN GENERAL ACCORDANCE WITH ASTM D 3080 CONGLOMERATE X Ultimate5.0-6.3NM-2 0 1000 2000 3000 4000 5000 6000 7000 0 1000 2000 3000 4000 5000 6000 7000SHEAR STRESS (PSF)NORMAL STRESS (PSF) FIGURE B-1 DIRECT SHEAR TEST RESULTS CARLSBAD SAFETY CENTER SEISMIC RETROFIT 2560 ORION WAY, CARLSBAD, CALIFORNIA 108715011 | 8/20 108715011_DIRECT SHEAR B-2 @ 5.0-6.25 1 PERFORMED IN ACCORDANCE WITH CALIFORNIA TEST METHOD 643 2 PERFORMED IN ACCORDANCE WITH CALIFORNIA TEST METHOD 417 3 PERFORMED IN ACCORDANCE WITH CALIFORNIA TEST METHOD 422 SULFATE CONTENT 2 (ppm) (%) CHLORIDE CONTENT 3 (ppm) pH 1SAMPLE DEPTH (ft) SAMPLE LOCATION RESISTIVITY 1 (ohm-cm) 7.0 410950 210 0.021NM-2 1.0-5.0 CORROSIVITY TEST RESULTS CARLSBAD SAFETY CENTER SEISMIC RETROFIT2560 ORION WAY, CARLSBAD, CALIFORNIA 108715011 | 8/20 FIGURE B-2 108715011_CORROSIVITY B-2 @ 1.0-5.0 Ninyo & Moore | Carlsbad Safety Center Seismic Retrofit, 2560 Orion Way, Carlsbad, California | 108715011 | August 14, 2020 Previous Laboratory Testing Ninyo & Moore | Carlsbad Safety Center Seismic Retrofit, 2560 Orion Way, Carlsbad, California | 108715011 | August 14, 2020 APPENDIX B CURRENT AND PREVIOUS LABORATORY TESTING Classification Soils were visually and texturally classified in accordance with the Unified Soil Classification System (USCS) in general accordance with ASTM D 2488. Soil classifications are indicated on the logs of the exploratory borings in Appendix A. In-Place Moisture and Density Tests The moisture content and dry density of relatively undisturbed samples obtained from the exploratory borings were evaluated in general accordance with ASTM D 2937. The test results are presented on the logs of the exploratory borings in Appendix A. Gradation Analysis A gradation analysis test was performed on a selected representative soil sample in general accordance with ASTM D 422. The grain-size distribution curve is shown on Figure B-1. These test results were utilized in evaluating the soil classifications in accordance with the USCS. Direct Shear Test A direct shear test was performed on a relatively undisturbed sample in general accordance with ASTM D 3080 to evaluate the shear strength characteristics of selected materials. The sample was inundated during shearing to represent adverse field conditions. The results are shown on Figure B-2. Expansion Index Test The expansion index of a selected material was evaluated in general accordance with ASTM D 4829. The specimen was molded under a specified compactive energy at approximately 50 percent saturation. The prepared 1-inch thick by 4-inch diameter specimen was loaded with a surcharge of 144 psf and inundated with tap water. Readings of volumetric swell were made for a period of 24 hours. The result of the testing is presented on Figure B-3. Soil Corrosivity Tests Soil pH, and minimum resistivity tests were performed on a representative sample in general accordance with CT 643. The sulfate and chloride contents of the selected sample were evaluated in general accordance with CT 417 and 422, respectively. The results of the tests are presented on Figure B-4. Coarse Fine Coarse Medium SILT CLAY 3" 2"¾"½" ⅜"4 8 30 50 PERFORMED IN GENERAL ACCORDANCE WITH ASTM D 422 Passing No. 200 (percent) Cc GRAVEL SAND FINES Symbol Plasticity Index Plastic Limit Liquid Limit 1½" 1" Depth (ft)D30 Cu Equivalent USCSD60 Fine Sample Location 100 D10 16 200 B-3 1.5-5.0 -- -- -- -- --SM-- -- -- 14 0.0 10.0 20.0 30.0 40.0 50.0 60.0 70.0 80.0 90.0 100.0 0.00010.0010.010.1110100PERCENT FINER BY WEIGHTGRAIN SIZE IN MILLIMETERS U.S. STANDARD SIEVE NUMBERS HYDROMETER GRADATION TEST RESULTS SAFETY CENTER RENOVATION2560 ORION WAY, CARLSBAD, CALIFORNIA 108715003 | 8/19 FIGURE B-1 108715003_SIEVE w No 8 B-3 @ 1.5-5.0.xlsx 5.0-6.2Silty SANDSTONE B-1 Peak Cohesion (psf) Friction Angle (degrees)Soil Type Formation41 43 0 Formation Description Symbol Sample Location 0 Depth (ft) Shear Strength PERFORMED IN GENERAL ACCORDANCE WITH ASTM D 3080 Silty SANDSTONE X Ultimate5.0-6.2B-1 0 1000 2000 3000 4000 5000 0 1000 2000 3000 4000 5000SHEAR STRESS (PSF)NORMAL STRESS (PSF) FIGURE B-2 DIRECT SHEAR TEST RESULTS SAFETY CENTER RENOVATION2560 ORION WAY, CARLSBAD, CALIFORNIA 108715003 | 8/19 108715003_DIRECT SHEAR B-1 @ 5.0-6.2.xlsx PERFORMED IN GENERAL ACCORDANCE WITH Very Low15.9 0.006 67.5 120.9 POTENTIAL EXPANSION FINAL MOISTURE (percent) VOLUMETRIC SWELL (in) SAMPLE LOCATION B-1 SAMPLE DEPTH (ft) 1.0-5.0 INITIAL MOISTURE (percent) COMPACTED DRY DENSITY (pcf) EXPANSION INDEX UBC STANDARD 18-2 ASTM D 4829 EXPANSION INDEX TEST RESULTS SAFETY CENTER RENOVATION2560 ORION WAY, CARLSBAD, CALIFORNIA 108715003 | 8/19 FIGURE B-3 108715003_EXPANSION - SD B-1 @ 1.0-5.0.xlsx 1 PERFORMED IN ACCORDANCE WITH CALIFORNIA TEST METHOD 643 2 PERFORMED IN ACCORDANCE WITH CALIFORNIA TEST METHOD 417 3 PERFORMED IN ACCORDANCE WITH CALIFORNIA TEST METHOD 422 SULFATE CONTENT 2 (ppm) (%) CHLORIDE CONTENT 3 (ppm) pH 1SAMPLE DEPTH (ft) SAMPLE LOCATION RESISTIVITY 1 (ohm-cm) 6.5 352,200 40 0.004B-1 1.0-5.0 CORROSIVITY TEST RESULTS SAFETY CENTER RENOVATION2560 ORION WAY, CARLSBAD, CALIFORNIA 108715003 | 8/19 FIGURE B-4 108715003_CORROSIVITY B-1 @ 1.0-5.0.xlsx Ninyo & Moore | Carlsbad Safety Center Seismic Retrofit, 2560 Orion Way, Carlsbad, California | 108715011 | August 14, 2020 APPENDIX C Geophysical Results -100 -90 -80 -70 -60 -50 -40 -30 -20 -10 0 0 500 1000 1500 2000 2500 3000 3500 4000 4500 Depth, ftShear-Wave Velocity, ft/s VS 100'=2,040 ft/sVelocity Ninyo & Moore | Carlsbad Safety Center Seismic Retrofit, 2560 Orion Way, Carlsbad, California | 108715011 | August 14, 2020 Historic Earthquakes that Affected the Site APPENDIX D Geotechnical Engineering Calculations 2.222 Color Name Model Unit Weight (pcf) Cohesion' (psf) Phi' (°) Phi-B (°) Lusardi Formation Mohr-Coulomb 130 150 37 0 Carlsbad Safety Center Seismic Retrofit Static Slope Stability 1.679 Color Name Model Unit Weight (pcf) Cohesion' (psf) Phi' (°) Phi-B (°) Lusardi Formation Mohr-Coulomb 130 150 37 0 Carlsbad Safety Center Seismic Retrofit Pseudostatic Slope Stability kh=0.11 BEARING CAPACITY OF SHALLOW FOUNDATIONS Terzaghi and Vesic Methods Date August 7, 2020 Identification 108715011 Carlsbad Safety Center Input Results Units of Measurement Terzaghi Vesic E SI or E Bearing Capacity q ult = 9,727 lb/ft^2 13,573 lb/ft^2 Foundation Information q a = 3,242 lb/ft^2 4,524 lb/ft^2 Shape SQ SQ, CI, CO, or RE B =1 ft Allowable Column Load L =1 ft P = 3 k 5 k D =1 ft Soil Information c =0 lb/ft^2 phi =37 deg gamma =120 lb/ft^3 Dw =100 ft Factor of Safety F =3 Copyright 2000 by Donald P. Coduto Ninyo and Moore/Bearing Capacity of Square Footing_1 ft deep x1 ft wide BEARING CAPACITY OF SHALLOW FOUNDATIONS Terzaghi and Vesic Methods Date August 7, 2020 Identification 108715011 Carlsbad Safety Center Input Results Units of Measurement Terzaghi Vesic E SI or E Bearing Capacity q ult = 12,998 lb/ft^2 14,876 lb/ft^2 Foundation Information q a = 4,333 lb/ft^2 4,959 lb/ft^2 Shape SQ SQ, CI, CO, or RE B =2 ft Allowable Column Load L =2 ft P = 17 k 20 k D =1 ft Soil Information c =0 lb/ft^2 phi =37 deg gamma =120 lb/ft^3 Dw =100 ft Factor of Safety F =3 Copyright 2000 by Donald P. Coduto Ninyo and Moore/Bearing Capacity of Square Footing_1 ft deep x 2 ft wide BEARING CAPACITY OF SHALLOW FOUNDATIONS Terzaghi and Vesic Methods Date August 7, 2020 Identification 108715011 Carlsbad Safety Center Input Results Units of Measurement Terzaghi Vesic E SI or E Bearing Capacity q ult = 16,183 lb/ft^2 25,225 lb/ft^2 Foundation Information q a = 5,394 lb/ft^2 8,408 lb/ft^2 Shape SQ SQ, CI, CO, or RE B =1 ft Allowable Column Load L =1 ft P = 5 k 8 k D =2 ft Soil Information c =0 lb/ft^2 phi =37 deg gamma =120 lb/ft^3 Dw =100 ft Factor of Safety F =3 Copyright 2000 by Donald P. Coduto Ninyo and Moore/Bearing Capacity of Square Footing_2 ft deep x 1 ft wide BEARING CAPACITY OF SHALLOW FOUNDATIONS Terzaghi and Vesic Methods Date August 7, 2020 Identification 108715011 Carlsbad Safety Center Input Results Units of Measurement Terzaghi Vesic E SI or E Bearing Capacity q ult = 21,089 lb/ft^2 20,705 lb/ft^2 Foundation Information q a = 7,030 lb/ft^2 6,902 lb/ft^2 Shape CO SQ, CI, CO, or RE B =2 ft Allowable Wall Load L =100 ft P/b = 14 k/ft 14 k/ft D =2 ft Soil Information c =0 lb/ft^2 phi =37 deg gamma =120 lb/ft^3 Dw =100 ft Factor of Safety F =3 Copyright 2000 by Donald P. Coduto Ninyo and Moore/Bearing Capacity of Continuous Footing_2 ft deep x 2 ft wide BEARING CAPACITY OF SHALLOW FOUNDATIONS Terzaghi and Vesic Methods Date August 7, 2020 Identification 108715011 Carlsbad Safety Center Input Results Units of Measurement Terzaghi Vesic E SI or E Bearing Capacity q ult = 10,545 lb/ft^2 10,353 lb/ft^2 Foundation Information q a = 3,515 lb/ft^2 3,451 lb/ft^2 Shape CO SQ, CI, CO, or RE B =1 ft Allowable Wall Load L =100 ft P/b = 4 k/ft 3 k/ft D =1 ft Soil Information c =0 lb/ft^2 phi =37 deg gamma =120 lb/ft^3 Dw =100 ft Factor of Safety F =3 Copyright 2000 by Donald P. Coduto Ninyo and Moore/Bearing Capacity of Continuous Footing_1 ft deep x1 ft wide BEARING CAPACITY OF SHALLOW FOUNDATIONS Terzaghi and Vesic Methods Date August 7, 2020 Identification 108715011 Carlsbad Safety Center Input Results Units of Measurement Terzaghi Vesic E SI or E Bearing Capacity q ult = 14,633 lb/ft^2 13,709 lb/ft^2 Foundation Information q a = 4,878 lb/ft^2 4,570 lb/ft^2 Shape CO SQ, CI, CO, or RE B =2 ft Allowable Wall Load L =100 ft P/b = 10 k/ft 9 k/ft D =1 ft Soil Information c =0 lb/ft^2 phi =37 deg gamma =120 lb/ft^3 Dw =100 ft Factor of Safety F =3 Copyright 2000 by Donald P. Coduto Ninyo and Moore/Bearing Capacity of Continuous Footing_1 ft deep x 2 ft wide BEARING CAPACITY OF SHALLOW FOUNDATIONS Terzaghi and Vesic Methods Date August 7, 2020 Identification 108715011 Carlsbad Safety Center Input Results Units of Measurement Terzaghi Vesic E SI or E Bearing Capacity q ult = 17,000 lb/ft^2 16,997 lb/ft^2 Foundation Information q a = 5,667 lb/ft^2 5,666 lb/ft^2 Shape CO SQ, CI, CO, or RE B =1 ft Allowable Wall Load L =100 ft P/b = 6 k/ft 6 k/ft D =2 ft Soil Information c =0 lb/ft^2 phi =37 deg gamma =120 lb/ft^3 Dw =100 ft Factor of Safety F =3 Copyright 2000 by Donald P. Coduto Ninyo and Moore/Bearing Capacity of Continuous Footing_2 ft deep x 1 ft wide BEARING CAPACITY OF SHALLOW FOUNDATIONS Terzaghi and Vesic Methods Date August 7, 2020 Identification 108715011 Carlsbad Safety Center Input Results Units of Measurement Terzaghi Vesic E SI or E Bearing Capacity q ult = 19,454 lb/ft^2 27,145 lb/ft^2 Foundation Information q a = 6,485 lb/ft^2 9,048 lb/ft^2 Shape SQ SQ, CI, CO, or RE B =2 ft Allowable Column Load L =2 ft P = 26 k 36 k D =2 ft Soil Information c =0 lb/ft^2 phi =37 deg gamma =120 lb/ft^3 Dw =100 ft Factor of Safety F =3 Copyright 2000 by Donald P. Coduto Ninyo and Moore/Bearing Capacity of Square Footing_2 ft deep x 2 ft wide 108715011 Carlsbad Safety Center ASCE 41-17 Site Specific Response Spectra Period (sec)Sa (g)Period (sec)Sa (g) 0.010 0.450 0.010 0.300 0.020 0.483 0.020 0.322 0.030 0.542 0.030 0.362 0.050 0.661 0.050 0.441 0.075 0.858 0.075 0.572 0.100 0.990 0.100 0.660 0.150 1.088 0.150 0.725 0.200 1.058 0.200 0.705 0.250 0.976 0.250 0.650 0.300 0.909 0.300 0.606 0.400 0.909 0.400 0.606 0.500 0.833 0.500 0.555 0.750 0.555 0.750 0.370 1.000 0.416 1.000 0.278 1.500 0.278 1.500 0.185 2.000 0.208 2.000 0.139 3.000 0.139 3.000 0.093 4.000 0.104 4.000 0.069 5.000 0.083 5.000 0.056 7.500 0.056 7.500 0.037 10.000 0.033 10.000 0.022 Period (sec)Sa (g)Period (sec)Sa (g) 0.010 0.360 0.010 0.194 0.020 0.370 0.020 0.196 0.030 0.416 0.030 0.220 0.050 0.519 0.050 0.274 0.075 0.678 0.075 0.356 0.100 0.780 0.100 0.410 0.150 0.859 0.150 0.451 0.200 0.834 0.200 0.437 0.250 0.768 0.250 0.406 0.300 0.704 0.300 0.373 0.400 0.693 0.400 0.361 0.500 0.693 0.500 0.361 0.750 0.415 0.750 0.206 1.000 0.311 1.000 0.155 1.500 0.208 1.500 0.103 2.000 0.156 2.000 0.077 3.000 0.104 3.000 0.052 4.000 0.078 4.000 0.039 5.000 0.062 5.000 0.031 7.500 0.042 7.500 0.021 10.000 0.025 10.000 0.012 BSE-2N Site-Specific Response Spectrum BSE-1N Site-Specific Response Spectrum BSE-2E Site-Specific Response Spectrum BSE-1E Site-Specific Response Spectrum Ninyo & Moore | Carlsbad Safety Center Seismic Retrofit, 2560 Orion Way, Carlsbad, California | 108715011 | August 14, 2020 5710 Ruffin Road | San Diego, California 92123 | p. 858.576.1000 ARIZONA | CALIFORNIA | COLORADO | NEVADA | TEXAS | UTAH www.ninyoandmoore.com UP UPJ06SJ06SAAAA A A06 J06SJ06SAAAA A A06 J06SJ06SJ06SJ06SAAAAAAAAAAAA06 J06S06A AA J06S06 AA AJ06SJ06SJ06SJ06SAAAAAA06 J06SJ06SJ06SJ06SJ06SAAA A06AA J06STTT1111111ADJ ADJADJ ADJ FLO/SSMFLO/SSMFLO/SSM FLO/SSM FLO/SSM FLO/SSM FLO/SSM FLO/SSM FLO/SSM FLO/SSMFLO/SSMFLO/SSM FLO/SSMFLO/SSM FLO/SSM FLO/SSM FLO/SSM FLO/SSMFLO/SSMWJ WJWJ WJ Min. Circuits Required Receptacle UsedWJ Min. Circuits Required Receptacle UsedWJ Min. Circuits Required Receptacle UsedWJ Min. Circuits Required Receptacle UsedWJ WJ Min. Circuits Required Receptacle UsedWJ FM Min. Circuits Required Receptacle UsedFM WJ Min. Circuits Required Receptacle UsedWJ WJ Min. Circuits Required Receptacle UsedWJ WJ Min. Circuits Required Receptacle UsedWJ WJ Min. Circuits Required Receptacle UsedWJ WJ Min. Circuits Required Receptacle UsedWJ WJ Min. Circuits Required Receptacle UsedWJ WJ Min. Circuits Required Receptacle UsedWJ WJ Min. Circuits Required Receptacle UsedWJ WJ Min. Circuits Required Receptacle UsedWJ WJWJ Min. Circuits Required Receptacle UsedWJ Min. Circuits Required Receptacle UsedWJ 1 1 1 1 1 2 1 1 1 2 1 1 1 1 1 1 1 A A A A A A, B A A A A, D A A A A A A A AA06AA06AA06AA06AA06AA06AA06AA06AA06ECT/ECECT/CPECT/ECECT/ECECT/CPECT/ECECT/ECECT/ECECT/CPCPECT/CPECT/ECECT/CPECCPECT/EC28/54R28/54R28/54R28/54R28/54R28/54RF/7217/60R17/60R17/60RBBFRLSTF43SLSLRRL OS12AL STF43SLSLSLSLSTF62SLSLSLSLRR OS24OS12AL STF43SLSLSLSLLR OS24OS12AL RL OS12AL RL OS12AL ROS30FR OS30FS RL RLR OS24OS12ALRL STF62SLSLSLSL STF57 SL SL SL SL RL RROS24F RLSTF48SLSLSLSLSTF57CL30CL30OS24 OS24 STF8 1STF43CL30CL30RLOS12ALRLOS12ALSLSLSLSLSTF43 RLOS12ALRLOS12A LSTF4 3CL24 CL24 RLOS12ALRL OS12AL R OS24FLR OS24FLRLOS12ALOS30FS RLR OS24ALLLRSTF43 CL24CL24SLSLSLSLSLSLCL24 CL24 STF43RLOS12ALRLOS12ALRLOS12ALROS24FLOS12ALTL/TW TL/TW TL/TW TL/TW TL/TW TL/TW TL/TW TL/TW TL/TWTL/TW TL/TW TL/TW TL/TW TL/TW TL/TW TL/TW TL/TWTL/TW TL/TW TL/TW TL/TW TL/TW TL/TW TL/TW TL/TWTL/TWTL/TW TL/TWTL/TWTL/TWTL/TWTL/TWTL/TWTL/TW TL/TW TL/TWTL/TW TL/TW TL/TW TL/TW TL/TW TL/TWTL/TWTL/TW TL/TWTL/TW TL/TW TL/TW TBW23/60TBW23/60TBW23/42TBW23/48TBW23/48TBW23/48TBW23/60TBW23/48TBW23/4230/60E30/48E30/48E30/60E30/60E30/66E 30/54E30/60E30/60E30/60E30/60E30/60E30/54E30/60E30/60E30/60E30/60E36/12030/66E 30/54E30/60E 30/60E30/60E30/60E30/60E30/60E30/60E30/54E30/60E30/60E30/60E 30/72/48E30/60E 24/48E30/60E30/60E30/60E30/60E30/54E30/84E30/60E30/60E30/60E30/60E36/12042/FFF BF 42/FFR BF42/64 BBF BF BBF BF 36/64 42/38FFBBF L46/48/16BFBF BBF BBF BBF 42/FF42/FFFFBBF42/FFFFBF42/FFFF30/64 42/6442/64 BBF BBF BBF FF42/FFFFFF BFBF30/FFRL46/48/16L46/48/16 FF30/FFR 30/FFR BF42/FF FF 42/FFFFD BBFBFBBF 30/FFR BFBFBFBBFBFBF BF30/64 BBF BF FF BBF 36/64 42/FFF BF42/FFFFD 42/FFF BBF 42/FFF BBF30/FFR36/FFR30/FFR BBF FF FFBBFBBF 42/FFF FF30/FFR FF BBFFFFFFF30/64 BBFBBFBBFBBF BBFFF36/26BBFBBFBBFBFBBF53R/BBFBBF30/FFR 30/FFR 30/FFRBBF30/2630/FFR30/FFFFD BBF BBFBBFBBFBBFBBFBBF BBF 42/FFFF42/FFFF 42/FFFF42/FFFF30/FFF30/38PH/BPH/B PH/B PH/B11 1PH/B 1 111PH/B PH/B1 PH/BPH/B1PH/B 1PH/B 1PH/B11 111 1 PH/B DBB1DBB42 1 PH/B1111 106 LPH/B1PH/B 1 PH/BPH/B 111DBB111 DBB42PH/BPH/B PH/B 1 1PH/B 1 1 DBB4211 PH/B 1 PH/B 06 L1 1PH/B DBBPH/B PH/B 11 PH/B PH/B1PH/B1PH/B 1PH/BPH/B1PH/B 111 11 PH/B 06 LPH/B1 PH/B1PH/B PH/B 1PH/B1PH/B PH/BPH/B 1PH/BPH/B11 PH/B PH/BPH/B 11 PH/BPH/BPH/B1PH/BPH/B 1 1PH/B1 PH/B 1 PH/B PH/B 1 PH/BPH/BPH/B1 1 PH/B PH/B PH/B 1 PH/B1PH/BPH/B PH/B1 1 PH/B11 PH/B 1PH/B 1PH/B 1 PH/B PH/BPH/B1PH/BPH/B PH/BPH/BPH/BPH/BPH/BPH/BPH/BPH/BPH/BPH/B DBBDBB48DBB48DBB48DBB48DBB12222112121111111106L06LA A 6 AA 6 A6 AAAA A A 6 A A A AAAA A A AAA6A A AAA AA A AAAAA A A AA 6 AA AAA AA A A AA A A A6 6 AA AAAAA A A AAA AA 6AAA A A A6 A AA 6 AAAA A 6 A AA A A AA AA A6AAAAAAAAAAAAA C1C1C1C1C1C1C1C1C1C1C1 FTL/084/20C1 C1C1C1 C1C1C1C1FTL/030/20C124/84 24/6624/9024/6024/7824/54EE24/54EE24/60 24/9024/9024/54EE30/5424/54EE24/54EE24/9624/54EE24/9624/96 24/7824/7224/9624/84 24/6630/7224/9630/6024/66 30/6030/5424/6024/6624/9624/4824/9624/9624/8424/8424/6024/42 24/6024/90 24/90 24/90 24/90 30/60E30/60EE30/60EE30/60E30/60E30/60EEFD/B42BP/B42 FD/B42BP/B42 FD/B48BP/B48 FD/B48BP/B48FD/B36BP/B36 FD/B36BP/B36FD/B36BP/B36 OHW/F15FD/B36BP/B36 FD/B48BP/B48 FD/B36BP/B36 FD/B48BP/B48 FD/B48BP/B48 FD/B36BP/B36 FD/B42BP/B42FD/B48BP/B48 OHW/F15OHW/F15 FD/B48BP/B48 OHW/F15FD/B48BP/B48 FD/B48BP/B48 OHW/F15 FD/B36BP/B36 FD/B48BP/B48 OHW/F15FD/B48BP/B48 FD/B48BP/B48 FD/B48BP/B48 FD/B36BP/B36OHW/F15OHW/F15OH/F15 OH/F15OH/F15OH/F15OH/F15OH/F15OH/F15OH/F15OH/F15 OH/F15OH/F15OH/F15OH/F15 OH/F15 OH/F15 OHW/F15OH/F15 OH/F15OH/F15 OH/F15OH/F15 OH/F15OH/F15 OH/F15 OH/F15 OHW/F15 OHW/F15 OH/F15OH/F15 OH/F15OH/F15OH/F15OH/F15OH/F15 OH/F15 BCBCXXAR ARACACXX AYAY AE AEADADXXAR ARAE AEWW ADADADADAEAE AYAY AEAE TTTTDEDETTDEDEAX AXAX AXACAC AYAYANANADAD XXADADAR ARARAR AX AXXXAS ASAR ARXXAR ARADADCW CWXXXXADADXXANANDEDEARAR AEAEARARANAN ADAD AS ASAEAEAEAEADAD ADAD XX AEAEAEAEADAD XX AEAEXX AEAEAEAEADAD AEAEAFAFXX AR ARAR ARAEAEAMAMDEDEDEDEAR ARDFDFADADXX AR ARAR ARXXBA BAXXADADAR ARW WW WAC ACADADW WXXAR ARAR ARGLGLGLGLGCGCGCGCGLGLGCGCGLGLGCGCGA GAGN GNGA GAGA GAGN GNGN GNGA GAGN GN1/68B1/152BA35BA68B2/35B3/331A A AA 53B A 1/68B1/152B A 1/68B1/332B1/68B1/152BAAA A A53B AA35B A2/53B3/151A AA2/35B3/331AAAAAAA A A AAA53B AA53B 53B 35B A A A 1A2/53B3/1568B1/68B1/152B1/68B1/152BAA 2/53B3/151A53BAAA53BAA 53B A53BAA53BA2/53B 3/151A AA68 BA A A A2/53B3/151AA A A53B AA A 68B 53B68B68BA 53B 1/68B1/152BAAA A 1/68B1/152BAA AA1/68B1/152B53B1A2/35B 3/33 A5 3BAAA A A AAAAA 2/42B3/261AA2/53B3/151AA68B2/53B3/151A A A 53B 42BA 35B68BA1/68B1/152BA1/68B1/152B68B53BAAA 53B2/53B3/151AA 53B1/68B1/152BA 53B68B AAA A2/53B3/151A A 53BAA AA 2/53B 3/15 1A2/53 B3/151A53B1/68B1/152B 1/68B1/152B 1/68B1/152B2/53B3/151 AAAAAAAAA53B53B53B53BAAAAAA A A 68B53/36J53/42J68/48J 68/42J53/42J68/36J68/36J 53/42N53/42J68/48J 68/36J 68/42J53/42N53/42N68/36J68/36J68/36J53/36N53/36N35/42N53/36N35/42N68/48J 68/48J 68/42J68/36J35/42J53/42N53/42J53/42N68/48J 68/48J68/48J 53/42J68/48J 68/48J53/42J68/48J 53/42N68/48J 53/42J53/42J53/42N53/42J35/42J35/42N68/48J68/36J68/48J35/42J53/42N68/48J 68/36J68/36J53/42N53/42N53/42J68/36J68/36J53/42N53/42J68/36J53/42J68/36J68/36J53/42N68/36J68/24J53/42J68/48J 68/48J 68/36J42/42J35/42N35/42N68/48J 42/42N53/42N53/42J68/48J 68/48J 53/42J68/30J 53/42J53/42N68/48J 68/42J 68/42J 53/24J53/24J68/42J 53/42N68/42J 53/42J68/48J 53/24J68/48J 53/42J53/42J53/42N53/42N53/42J53/42N53/42J53/42N68/48J68/42J68/48J 68/48J68/42J 68/42J 68/48J 68/42JNEW AERONVERUSNEW AERONNEW AERONVERUSVERUS42/84 NEW AERON 28/48DRNEW AERONNEW AERONVERUSNEW AERON28/48DRJ6 VERUS NEW AERONVERUSVERUS36/36 NEW AERON24/72NEW AERON42/20NEW AERON36/36 NEW AERONNEW AERON24/72NEW AERONVERUSNEW AERON68/15/20 NEW AERONNEW AERONNEW AERONVERUSNEW AERONVERUS36/60VERUSVERUS36/72NEW AERONJ6VERUSNEW AERON VERUSNEW AERONVERUSNEW AERONJ636/36VERUSJ6 68/15/20VERUS 42/20 68/15/20 NEW AERON NEW AERONNEW AERONNEW AERONVERUS24/72NEW AERONNEW AERON68/15/20 NEW AERON 68/15/20 NEW AERONVERUSNEW AERON NEW AERONNEW AERONVERUSVERUSNEW AERON BKTNEW AERONBKTNEW AERON68/24/20SBFW24/7224/72VERUSNEW AERONNEW AERON68/24/20WSBFNEW AERONVERUSNEW AERON3838 38J6 24/72J6 24/72J6 NEW AERONNEW AERON68/24/20SBFWNEW AERONNEW AERON68/24/24WSBFA12A/48 24/72NEW AERON68/24/24SBFWJ6 VERUS42/20 36/2068/24/24SBFW68/24/24WSBFVERUSNEW AERONNEW AERONVERUS42 VERUSVERUS VERUSNEW AERON48BKT 48NEW AERONNEW AERON24/6024/724836/60 VERUSVERUSVERUS CAPERCAPERCAPERCAPERCAPERCAPER68/24 /20SBFWNEW AERONVERUS J6VERUS VERUS68/15/20SF72 NEW AERONVERUS42 90/20F/60NEW AERONNEW AERONNEW AERONNEW AERONJ6J6J6J6NEW AERONNEW AERONNEW AERONNEW AERONNEW AERONNEW AERONNEW AERONNEW AERONNEW AERONCAPERCAPERCAPER60/20ED1-2444AVLEC 42/2042/201/42/201/42/201/42/201/42/2042/2042/201/42/201/42/201/42/20VERIFY IF THESE CHAIRS SHOULD HAVE ARMS STANDING HEIGHT DESK EXISTING STORAGE, DIMENSIONS TO BE VERIFIED THERE IS NOT ADEQUATE CLEARANCE FOR AN ADDITIONAL STORAGE CASE INSERTION POINT GRID LINE 1, AA FIELD CUT VERIFY TV LOCATION VERIFY COLUMN PENDING UPDATED LAYOUT FROM SPACESAVER PENDING UPDATED LAYOUT FROM SPACESAVER 4'-2" 3'-5" 7'-11" 3'-10" 3'-6" 3'-10" 5'-3" 4'-2"3'-6" 5'-6" 7'-6" 5'-5" 1'-7"10"GAP 7"GAP3'-6" 3' 4' 4'-11" 3'-5" 3'-11" 3'-11"6'5'-11"3'-10" 2'-11"3'-3"PINCH POINT PINCH POINT 4'-4" 3'-2" 5'-2" 4'-2" 5'-5" 4'-11" 4'-2" 3'-6" 8'-1" 5'-1" 2'-10"3'-4" PINCH POINT 7'-11" 4'-3" 6'-6" 6'-7" 2'-11" 2'-9"4'4'-4" 2'-10" 3'-10"3'-9" 3'-4" 3'-6" 3' 4' 3'-6" 4'-10" 4'-5" 9'-7" 3'-5" 4'-2" 3'-8" 4'-9" 9'-8" 3'-8" 4'-2" 3'-6" 3'-5" 3'-1" 5'-5" 4'-3" 3'-6" 3'-6" 3'-6" 3'-6" 3'-7" 4'-7" 6' 3'-6" 7' 14'-5" 5'-2" ***D RECEPTACLE IS 20 AMP*** 24X72 24X72 24X72 24X72 24X72 24X72 24X72 24X72 24X72 24X72 24X72 24X72 24X72 24X72 24X72 24X72 24X72 24X72 24/4224/42 24/42Y1414.J06SY1414.J06SFT155.AFT155.A FT155.AFT155.A FT155.A FT155.A FT140.06FT150.42FT150.48FT150.48 FT150.42FT150.48FT150.48 Y1414.J06SY1414.J06SFT155.AFT155.A FT155.AFT155.A FT155.A FT155.A FT140.06FT150.42FT150.48FT150.48 FT150.42FT150.48FT150.48 Y1414.J06SY1414.J06SY1414.J06SY1414.J06SFT155.AFT155.AFT155.AFT155.AFT155.AFT155.AFT155.AFT155.AFT150.42FT150.48FT150.48FT150.42FT150.48FT150.48FT155.AFT155.AFT155.AFT155.AFT140.06 FT150.42FT150.48FT150.48FT150.42FT150.42FT150.48FT150.48Y1414.J06SFT140.06FT155.A FT155.AFT155.AFT150.42FT150.36FT150.36 Y1414.J06SFT140.06 FT155.AFT155.AFT155.AFT150.42FT150.36FT150.36Y1414.J06SY1414.J06SY1414.J06SY1414.J06SFT155.A FT155.AFT155.A FT155.A FT155.A FT155.A FT140.06FT150.42FT150.48FT150.48FT150.42FT150.48FT150.48 FT151.Y1414.J06SY1414.J06SY1414.J06SY1414.J06SFT150.48 Y1414.J06SFT155.A FT155.AFT155.A FT150.36FT150.36 FT155.AFT140.06FT155.AFT155.AFT150.42FT150.36FT150.36 Y1414.J06SSEAT-VIEWSEAT-TYPESEAT-OTHERSEAT-FINISH SEAT-PROD_NO TABLE-TPYETABLE-OTHERTABLE-FINISH TABLE-PROD_NO HARDWARE-VIEW A-FURN-PSEAT-PROD_NO-T CNTRTOP-FINISHCNTRTOP-OTHER CNTRVIEW-VIEW DESK-VIEWDESK-TYPE ELECT-PROD_NO LIGHT-VIEWLIGHT-TYPE LIGHT-OTHERLIGHT-FINISH LIGHT-PROD_NO TERRITORY-VIEW TABLE-VIEW TERRITORY-TYPETERRITORY-OTHERTERRITORY-FINISH TERRITORY-PROD_NO HARDWARE-TYPEHARDWARE-OTHERHARDWARE-FINISH HARDWARE-PROD_NO TILE-VIEWTILE-TYPE TILE-OTHER TOPCAP-OTHER TILE-FINISH TILE-PROD_NO TOPCAP-PROD_NO TOPCAP-VIEWTOPCAP-TYPE WORKTL-OTHER TOPCAP-FINISH WKSURF-PROD_NO PHWALL-FINISH ELECT-OTHERELECT-FINISH 9191CLCLCLCL CL CL LZLZLZLZ LZLZLZ 9191CLCLCLCL CL CL LZLZLZLZ LZLZLZ 91919191CLCLCLCLCLCLCLCLLZLZLZLZLZLZCLCLCLCLLZ LZLZLZLZLZLZLZ91LZCL CLCLLZLZLZ 91LZ CLCLCLLZLZLZ91919191CL CLCL CL CL CL LZLZLZLZLZLZLZ 91919191LZ 91CLCLCL LZLZ CLLZCLCLLZLZLZ 91STORAGE-VIEWSTORAGE-TYPE STORAGE-OTHERSTORAGE-FINISH WORKTL-VIEWWORKTL-TYPE WORKTL-FINISHWORKTL-PROD_NO WKSURF-VIEW WKSURF-TYPE WKSURF-OTHERWKSURF-FINISH PANEL-VIEW PHWALL-VIEW PANEL-TYPE PHWALL-TYPE PANEL-OTHERPANEL-FINISH PANEL-PROD_NO PHWALL-PROD_NO STORAGE-PROD_NO CUSHIONCUSHION CUSHION CUSHION CUSHIONCUSHION CUSHION ***TABLES TO HAVE LOGIC VINE*** LAMINATE HALF HEIGHT LOCKERS LECTERN BENCH 72X20 BENCH 72X20 BENCH 72 X20CASHDRAWER MINIFRIDGE 1 2 3 4 5 6 7 8 9 10 11 12 133.1 A B C D E F G H AA WOMEN'S LOCKERS 169 MECH EQUIP 171 ELEV EQUIP 172 ELEC. ROOM 174 PHYSICAL FITNESS 161 MEN'S 163 MEN'S LOCKERS 164 VEST 166 TRAFFIC SUPERVISOR 108 SALLY PORT 181 PROPERTY & EVIDENCE 159 EVIDENCE 157 NARCOTICS 158 DISPATCH CENTER 144 MASTER MPOE / MDF ROOM 143 COMM SUPERVISOR 145CRIME ANALYST 141 WOMEN 148 MEN 149 BATTERY CHARGING/ SHOTGUN STORAGE 126 COFFEE 123 TRAFFIC 116 ELEV EQUIP 175 ELEV. #1 EL01 METER ROOM 173 VESTIBULE 167 VESTIBULE 162 VESTIBULE ROOM 199 RECORDS SUPERVISOR 110 EVIDENCE LOCKERS 194 STAIR #1 ST01 ELEV. #2 EL02 WOMEN'S 168 CST 151 PUBLIC COUNTER 104 WATCH COMMANDER 133 LOBBY 101 BRIEFING 121 TRAFFIC OFFICE 114 TRAFFIC OFFICE 115 PATROL SERGEANT 111 MEETING ROOM 112 RECORDS 109 LOUNGE 146 ELECT. 142 HALLWAY 192 HALLWAY 191 HALLWAY 193 HALLWAY 195 OFFICE 152 STORAGE 182 STORAGE 185 MEETING 106 DRY CLEANING 125 HALLWAY 103 CRIME LIVESCAN 107 PUBLIC INQUIRY 105 BAG TAG 156 REAR ENTRY 122 STAIR #2 ST02 INTERVIEW 160 OFFICE 154 5' - 6"5' - 6"5' - 6"5' - 6"5' - 6"1 WOMEN'S SHOWERS 170 MEN'S SHOWERS 165 TRAFFIC OFFICE 113 DRYING ROOM 184 AV ROOM 124 IDF ROOM 1 132 HOMLESS OUTREACH 155 CST OFFICE 153 2 3 HALLWAY 196 HALLWAY 197 ATRIUM / REPORT WRITING 131 HALLWAY 198 LECTERN 14' - 2"5' - 2"INTERVIEW ROOM 183 ice maker (WORK LIMITED TO STRUCTURAL RETROFIT @ CEILINGS ) (WORK LIMITED TO STRUCTURAL RETROFIT @ CEILINGS ) 14 SCALE: 1/8" = 1'-0" REF: A301 VOID-A712 1 FURNITURE PLAN - LEVEL 1 CIP 4715 DWN BY: CHKD BY: RVWD BY: PROJECT NO.DRAWING NO. SHEET:SHEETS: ENGINEERING DEPARTMENT: CITY OF CARLSBAD: REVISION DESCRIPTION:ENGINEER OF WORK: DATE INITIAL DATE INITIAL DATE INITIAL OTHER APPROVAL:CITY APPROVAL:MB 7515 METROPOLITAN DRIVE, SUITE 400 SAN DIEGO, CA 92108 T 619.294.7515 F 619.294.97592 WWW.SILLMANWRIGHT.COM REGISTRATION STAMP:DESIGN CONSULTANT: SCALE: ISSUE: CITY OF CARLSBAD PUBLIC WORKS CONTRACTS ADMINISTRATION 1635 FARADAY AVE CARLSBAD, CA 92008 811-4A MARK DATE DESCRIPTION SCALE: SUBMITTAL: DATE: CARLSBAD POLICE AND FIRE HEADQUARTERS RENOVATION 1/8" = 1'-0" VOID-A712 FURNITURE PLAN -LEVEL 1 CARLSBAD POLICE AND FIRE HEADQUARTERS RENOVATION AG JM100% CD SUBMITTAL 06.04.21 2560 ORION WAY CARLSBAD, CA 92010 1.FOR DIMENSIONS AND WALL TYPES, SEE SHEET A206 & A208 2.FIELD VERIFY DIMENSIONS PRIOR TO CONSTRUCTION. GENERAL NOTES KEYNOTES SCALE: 1/8" = 1'-0" (1:96) 0'4'8'16'32'N 1 (N) ELECTRICAL FLOOR BOXES, REFER TO ELECTRICAL DRAWINGS 2 LAMINATE HALF HEIGHT LOCKERS 3 PINCH POINT REFERENCE ONLY DN DN FD FD FD PFT T 4 4 4 444OWO7OWO7132332 2 2WJ Min. Circuits Required Receptacle Used WJ Min. Circuits Required Receptacle Used2 1122 AB AB AB J10SBBFBBFC C CB BBCA AA06EFFELECT-VIEWELECT-TYPE FFTTTTT WJ WJ Min. Circuits Required Receptacle Used WJ WJ Min. Circuits Required Receptacle Used FM Min. Circuits Required Receptacle Used FM WJ WJ Min. Circuits Required Receptacle Used WJ WJ Min. Circuits Required Receptacle Used WJ WJ Min. Circuits Required Receptacle Used WJ WJ Min. Circuits Required Receptacle Used WJ WJ Min. Circuits Required Receptacle Used WJ WJ Min. Circuits Required Receptacle Used WJ WJ Min. Circuits Required Receptacle Used WJ WJ Min. Circuits Required Receptacle Used WJ WJ Min. Circuits Required Receptacle Used WJ WJ Min. Circuits Required Receptacle Used WJ WJ Min. Circuits Required Receptacle Used WJ WJ 3 3 1 1 3 1 11 1 1 1 22 1 1 1 A A, B & C A A A, B, C A AA A A A A, BA, B A A A 46/30LR 46/30LL 46/30LR46/30LR46/30LL46/30LL46/30LL 46/30LL 46/30LR46/30LR46/30LR46/30LL 46/30LL46/30LL 46/30LR 46/30LR F/72F/72F/72F/72F/72F/72F/72F/72F/72F/72F/72F/72F/72F/72F/72F/72AAAA AA A AAAAAA 6 6A AA AA AA A A A AAAA 6 A 6 A A A AAA A A AAAA AA A A6 A A A AA A AAAA A6A AAA 6A AA A A AAAAAAA A A A AAA6 AA AA A A AA AA AAAA AAAA AAAA AA A AAAA AAA AAA A A AA AAAAA A AA 66AA AA AAAAAA AA AAAA6AAA A AA AAA AAA AA30/60E 30/60E30/60E30/60E30/60E30/60E30/60E30/72E 30/60E30/54E30/60E 30/60E30/60E30/60E30/54E30/60E30/60E30/60E 30/60E 30/72E 30/60E 30/60E30/60E30/60E30/60E30/60E30/60E30/60E 30/54E 30/54E30/60E30/60E30/60E 30/60E30/60E30/54E 30/60E30/60E30/60E 30/60E 30/60E30/60E30/60E30/60E30/60E30/60E30/54E30/60E 30/60E 30/66E30/60E30/60E30/60E30/60E30/60E30/60E 30/60E 30/60E30/60E 30/60E30/60E30/60E30/54E30/60E30/60E30/60E30/54E30/60E30/54E30/54E 30/60E30/60E 30/54E30/54E30/54E30/60E30/48E30/54E30/54E30/54E30/60E24/10868/48J53/24N68/48J53/42N53/30N53/42J68/48J53/42J53/30N 53/42N53/42N53/42N53/42N53/24N53/30N53/42N53/42J53/42N68/48J68/48J53/24N53/30N 53/42N53/42J68/48J68/48J68/48J53/24N68/42J68/48J68/36J53/42N68/48J68/42J53/42N53/42N53/42N53/42N53/42N68/36J53/42J53/42N53/42J68/42J79/24J68/36J68/48J68/42J68/42J68/36J79/48J68/48J53/42N35/30N68/42J42/42J68/36J68/42J53/42J68/48J53/42N42/42N53/42N42/42N53/36J 53/36N53/42N42/42N68/42J 35/30N42/42N42/42N68/42N68/48J 53/42N68/48J 42/42J53/30N35/30N68/42J35/30N53/30N53/30N35/30N53/30N53/30N68/48J 53/42N53/42N 53/30N53/42J 53/42J35/30N53/42N 53/30N68/42J 68/42J68/36J53/42N 53/42J 53/42J53/42J42/42N68/48J53/48N68/48J35/30N 68/42J68/48J42/42J53/30N53/48N35/30N53/42N42/42J68/42J53/42J42/42N35/30N35/30N35/30N53/42N68/48J68/48J35/30N 68/48J53/36J35/30N53/42N53/42N53/42N42/42N53/42N68/42J53/42J68/42J68/48J68/48J53/42N 35/30N53/42J 53/42N53/36N68/42J53/42N68/42J35/30N35/30N 53/42N53/42N 53/48N68/48J53/42J53/42J68/42J53/42N53/42N 53/42N 53/42J53/36J53/42N53/24N68/42J53/42N 42/30N42/24N42/30N53/42N68/42J68/48J53/42N53/42N 42/30N53/42J 53/42N42/30N53/42J53/42N68/48J68/42J42/30N 68/48J68/48J53/42J53/42N 53/42N68/48J68/48J53/42J42/30N68/42J68/42J68/42J53/42J 53/42J 53/42J 53/42N 68/42J53/42N 42/24N68/48J42/24N42/30N 42/30N42/24N42/24N42/30N53/42NASASCVCVARARADADBBBBXXARARXXBBBBADADADAD ADADADADCVCVBB BBADADXXADADASDY ARAR CVCVBB BBADADXXARAR ARDX ARAR CVCV WW ARARAEAEADADARAR WW ADADADADADADADADADADAEAEXX ADADBTXWWFCFFAEAEASASWWWW AYAY EQEQARARADAD CM CMWWAMAM AEAEWW XXARARADADDFDFADAD DFDF BC BCENTADADDFDFW WCMCM DFDFDFDFABABAR ARADAD AR ARAMAMBBBBCMCMWW CMCM BBBBBBBBCMCM BBBBBBBBAR ARADADAD ADBBBBX XXXCMCM AD ADBBBBAC ACAC ACAEAEAD ADX XXXXXDFDFARAR EGEGARARCM CMACACARARAMAM BBBBEGEGCMCM ADADAMAMWWXXDFDFCMCM CMCM CMCMADAD ARAR ARARCM CMARARBCBC CMCM ADADADADADAD DFDFADADWWXXWWASASARAR AD ADCMCM X XADADENTWWWW CMCM CM CMADADAD ADEGEGARAR XXXX WWADAD AD ADAD ADXXBCBC ADAD CV CVWWAD ADCLCLCOCOCLCLADAD WWARARADADAD ADCLCLX XADAD CLCLXX ADAD ARARWWCL CLARARARARXXAD ADADAD ASASARARXX CLCLACACACACWWXXXXXXAD ADWWAD ADCOCOARARCOCOCL CLCLCLCOCOCOCOCLCL AD ADTBW23/48TBW23/36TBW23/36 TBW23/48TBW23/36TBW23/36TBW23/48TBW23/72TBW23/48 TBW23/72TBW23/72TBW23/721/53B3A A A A 53BAA2/53B3/15 1A 2/53B2A53BAA AA 53B A2/53 B3/151A2/53B3/151AA1/68B1/152BAAAAAA AAA A2/53B2AA AAA 2/53B3/151A1/53B3A 53B53B53B2/53B2A1/68B1/152B53BA 2/53B 2A A 53B A 1/152B A 07P A 3/151A1/53BAA68B68B 07PA A 1/152B 1/152B 1/15 2BA07P3/151A1/53BA07P 07 P1/68B1/152B A07P53BA07P 1A2/35B 3/18A A A AAAAA AA A2/53B3/151AA AAA AAA A A 53B AA1/68B1/152BAA42BA A 68BA AA2/42 B3/261A A68B1/68B1/262B A A 1A3/181/35B53B1A 2/42B3/26 53BAAA53B A 1/35B1A3/18A A AA2/35B3/181A 53B1A2/42B3/26 A 1/35B 1A3/18AAA1/35B 1A3/18 AA AAA A1/35B 1A3/18 A A68B A AA A 53BA2/53B3/151A A 2/53B3/151A A53BAA42B A AAA53B53BA AAA 53B AAA53B2/35B 3/18 1A AA07P2/53B 3/151A 53B A AAAAA07PA53B A 42B53BA A 53B A A2/53B3/151A2/53B3/151A A 53B A A 1/68B1/152B07PA AA2/35B3/181A A AA53B1/68 B1/152BAAA53B07P07PAA A A A 53BA1/68B1/152B AA2/53B3/151A A2/79B2A 42BA 07PA 1A2/42B3/26 A 1A2/35B3/18AA07P 1/68B1/152BA1A2/68B 3/1142BA AA A A A A 1A 2/42B 3/26 AA 1A 2/35B3/18 42BA 53BA53BAA AA2/42B 2A42 BA53BA A53B3A1/42BAA53B5 3BA 53BAA A AA A AA53B1/68B1/152B A A42B53B1/68B1/152BA42 BAA A AA53B 2/53B3/151AA 2/53B 3/151A 3A1/42B1/68B1/152BAA2/53B3/151A AA53BA A A 42BA 1/68B1/152B AA A1/68B1/152B AAA 2/53B3/151A AAAA A 2A2/42B 4268 6868 42 PH/B11PH/BPH/B 1 PH/B1 1 1PH/B1 1PH/B 1 PH/BPH/B PH/BPH/B PH/B1 PH/BPH/B1PH/B1PH/BPH/B 1PH/B11PH/B 1 PH/BPH/B1PH/B PH/BPH/B1PH/B PH/B PH/B 1PH/B PH/B PH/BPH/B1 1 PH/B1PH/BPH/BPH/B1PH/B 1 PH/B 1 1 PH/BPH/B PH/B1PH/B PH/B11PH/BPH/B1PH/B PH/BPH/B1 1PH/B1 1 1 PH/B PH/B PH/B 1PH/B11 1PH/B PH/B PH/B1PH/BPH/BPH/BPH/BPH/BPH/BPH/BPH/B1 PH/BPH/B PH/B 11PH/B11PH/B1111 111PH/BPH/B PH/BPH/BPH/B PH/B1PH/B1 PH/BPH/BPH/B 1PH/BPH/B1PH/BPH/B11PH/B1PH/B1PH/BPH/B1 PH/BPH/B PH/BPH/BPH/B 1PH/B1 1PH/B1PH/B11 PH/B PH/BPH/B 11PH/B1 PH/B 111PH/B PH/B11 PH/BLT/24LT/30 LT/36 C1C1C1 C1 C1 FTL/084/20FTL/060/20C1 C1 C1C1C1 C1C1C1 C1C1C1C1C1C1C1C1C1C1C1C130/96 24/8424/8424/8430/96 24/8424/90 36/8424/9024/90 30/72 24/9024/9024/9030/7230/5424/9024/9024/9024/90 30/7224/9024/8424/9024/9024/9024/60 30/72 30/7230/72 24/8436/72 30/7230/72 24/9024/90 24/90 24/9024/9024/9030/72 30/54 24/66 24/9036/7824/9024/4236/7224/90 30/72 24/9030/7224/9024/9030/72 24/7824/9030/72 24/9024/9024/9024/7224/9024/7224/9024/9024/9024/72LL R L R L R L OS30FROS30F LOS24FRL OS12ALOS24FRL OS12 ALL OS24FRL OS12 ALLL RLR OS24FRL OS12ALRLOS12ALSTF67SLSLSLSLSLRSLSLSTF71 SL SL RLOS12ALSTF57CL30CL3 0RL OS12AL LRL OS12AL RL OS12AL STF57CL30CL30L SLSLRLOS12ALSLSLSTF71 SLSL LLSL L SLSLSLSLSTF71 SLSL OS30FS RLOS12ALRL STF57 CL30 CL30 RL OS12AL SLSL STF67 SLSL RL RL OS12AL SLSLSTF71 SL SL RLOS12ALSLSTF43OS24 FL STF57CL30CL30LLSTF57CL30CL3 0R L STF57CL30CL30 ROS24FL OS12ALLRSTF57CL36CL36STF57CL3 0CL30 STF57CL30CL3 0SLRLOS12ALRLOS12ALRLOS12ALLRL OS12ALRLOS12ALRRL SLSLSTF71 SLSL STF57CL30CL30 ROS12ALRL OS12AL RSTF 62SLSLSLSLRLOS12ALSLOS30FSRLSLSTF5 7CL36 CL36 RLOS12ALRSTF57CL30CL 30R SLRLOS12AL STF57CL30 CL30 RL OS12ALRLOS12ALSL RSTF57CL30CL3 0RLSLSLSTF71 SL SL STF57CL30CL3 0RLOS12ALRLOS12ALRLOS12ALRSTF5 7OS24 OS24R RLOS12ALSTF57OS24OS24LLLRLOS12ALRLOS12A LRLOS12ALSTF57CL24CL24OHW/HD15OHW/HD15OHW/HD15 FD/B48BP/B48 FD/B48BP/B48 OHW/HD15 FD/B48BP/B48 FD/B48BP/B48 FD/B48BP/B48 FD/B48BP/B48 FD/B48BP/B48 FD/B48BP/B48 OHW/HD15 OH/F15OH/F15 OH/F15 OHW/F15OH/F15 OHW/F15OH/F15 OH/F15OH/F15OHW/F15OH/F15OHW/F15OH/F15 OH/F15OH/F15OH/F15OH/F15OH/F15OH/F15OHW/F15OHW/F15OH/F15OHW/F15 OH/F15OH/F15 OH/F15 OH/F15 OH/F15 OH/F15 OHW/F15OH/F15 OHW/F15OH/F15OH/F15OH/F15 OH/F15OHW/F15OHW/F15 OH/F15OH/F15OH/F15 OH/F15 OH/F15 OH/F15 OH/F15OH/F15 OH/F15 OH/F15 OH/F15 OH/F15 OH/F15 OH/F15OH/F15 OH/F15OH/F15OH/F15OH/F15OH/F15OH/F15OHW/F15OH/F15 OH/F15 OH/F15 OH/F15OHW/F15FD/B42BP/B42OHW/F15FD/B48BP/B48FD/B42BP/B42FD/B48BP/B48FD/B42BP/B42FD/B48BP/B48FD/B48BP/B48FD/B42BP/B42FD/B48BP/B48FD/B42BP/B42FD/B42BP/B42FD/B42BP/B42OHW/F15FD/B48BP/B48OHW/F15FD/B48BP/B48TL/T WTL/TWTL/TW TL/TWTL/TW TL/TW TL/TW TL/TW TL/TW TL/TWTL/TWTL/TWTL/TW TL/TWTL/TWTL/TWTL/TWTL/TW TL/TW TL/TW TL/TWTL/TWTL/TWTL/TWTL/TWTL/TWTL/TW TL/TWTL/TW TL/TWTL/TW TL/TWTL/TWTL/TW TL/TW TL/TWTL/TWTL/T WTL/T WTL/TWTL/TW TL/TWTL/TWTL/TWTL/TW TL/TW TL/TW TL/TW TL/TWTL/TWTL/TWTL/TWTL/TW TL/TW TL/TW TL/TW TL/TWTL/TWTL/TW TL/TWTL/TWTL/TW TL/TWTL/TWTL/TWTL/TWTL/TWTL/TWTL/TWTL/TWTL/TWTL/TWTL/TWTL/TWTL/TWTL/TWBF 36/FFR36/FFR BF 30/26 BF 30/FFR30/FFRBBF36/26 30/38 BBFBBFBBF30/38 36/2630/FFR30/38 30/FFR30/FFR FF 30/FFRBBF BBF 53L/BBFBBF30/FFRFF BBF42/FFF FF 30/FFR BFBBF42/64 30/FFR30/2630/FFR 30/FFR 30/FFR53R/BBF30/FFR30/26 53L/BBFBF 30/FFRBF BBF53R/BBF 30/26 53R/BBFBFBBF 42/FFF 30/FFR30/2630/FFR BBF BF 30/FFR BBF BF 42/6430/FFR BBFBBF30/FFR BBF30/FFRFF FF30/FFRBF30/FFRBBFBBFBBF 30/FFR30/FFR30/FFR 53R/BBF 30/FFR30/FFR 53L/BBF 30/2630/FFR53L/BBF 53L/BBF30/FFR42/6453L/BBF30/FFR30/26BBF53R/BBF 30/FFR FF42/6430/26 BBFBBF30/26 BF BBF 30/64 BBF BF30/FFR BBF 30/26 53R/BBF 42/FF 53R/BBF30/26 BBFBF42/64BBF 30/FFR53R/BBF30/FFR 30/FFR BF 30/FFRBF 30/FFRBBF 30/FFR53L/BBF30/FFR 30/26 30/FFR 30/64 30/FFR53L/BBF 30/26 30/FFR BBF 30/26 30/FFR42/64 FF53L/BBF BBF42/64 BF42/64 BBF30/FFR53L/BBF BFBFBBF BFBF30/FFR42/64 53R/BBF BFFFBBF BFBBF53L/BBF BBF BBF BF53R/BBF30/FFR53L/BBF BF30/FFR30/FFRBBF 42/64 53R/BBF BBF BF30/FFR 42/38 42/38 42/FFR42/FFR42/FFR42/FFRMIRRA 224/48/72 60 36/26NEW AERON30/NNNPT/10PT/10PT/10PT/1030/NNN NEW AERONPT/10PT/10PT/1030/NNNBKTPT/10PT/10NEW AERONNEW AERON PT/10NEW AERONBKT30/NNN PT/10NEW AERON 108/36 PT/1024/72 24/72 24/72 PT/1024/72 BKTPT/10PT/10PT/10PT/10BKTPT/10PT/10PT/10PT/10PT/1038PT/10NEW AERONPT/1090/20 84/20VERUSBKT365213NEW AERON NEW AERON68/24 /20SBFWNEW AERONNEW AERON24/36BKT24/36 VERUS BKTVERUS90/20NEW AERON36NEW AERON24/36 NEW AERONVERUSNEW AERONNEW AERON30/NNN84/36VERUSVERUSNEW AERON BKTVERUSBKTNEW AERONBKTNEW AERON 5213VERUSBKTNEW AERONVERUS 68/24/20SBFW VERUSVERUSNEW AERON VERUS 36NEW AERONBKTNEW AERON 84/20NEW AERONNEW AERON24/3668/24/20SBFWNEW AERONVERUS NEW AERONBKTNEW AERON NEW AERON 24/36NEW AERON24/72VERUSNEW AERON 24/3638 24/36 24/7268/24 /20SBFW84/2090/20NEW AERONBKT24/36 NEW AERONNEW AERONVERUSBKTVERUSVERUS72/20GB-F-NM-4860BKTNEW AERON NEW AERON BKTNEW AERONBKTVERUSNEW AERONNEW AERON68/24/20SBFWNEW AERONNEW AERON90/20NEW AERON BKT24/3624/3690/20NEW AERON NEW AERONNEW AERONNEW AERONVERUS NEW AERONVERUS36 VERUSVERUSNEW AERON24/3624/3624/36 NEW AERONVERUS24/36NEW AERON42NEW AERON 90/20VERUSNEW AERONBKTBKTNEW AERONNEW AERONNEW AERONVERUS68/24/20SBFWVERUSBKT36 BKTVERUSVERUS36 GB-F-NM-4860VERUS VERUSNEW AERON 24/3630/NNNVERUSNEW AERON GB-F-NM-4860NEW AERON VERUSVERUSVER US 24/36VERUS VERUSVERUS NEW AERONVERUSVERUSVERUSVERUSNEW AERON36 30/4824/36BKT 84/20 NEW AERONVERUSVERUSBKTBKT BKT BKTBKT 30/NNN30/1868/24/20SBFW68/24/20SBFW68/24/20WSBF68/24/20WSBFNEW AERONNEW AERON24/36NEW AERONNEW AERONNEW AERONBKT NEW AERON24/36FLO/SSMFLO/SSMNEW AERON30/18 FLO/SSMNEW AERON30/NNNBKT 24/3624/3624/36NEW AERONNEW AERON NEW AERONFLO/SSM24/36NEW AERONNEW AERONNEW AERONNEW AERON NEW AERON24/36FLO/SSMNEW AERONNEW AERONNEW AERONVERUSVERUSPT/10 PT/10PT/10 PT/10PT/10PT/10 PT/10PT/10 PT/10PT/10 PT/10PT/10PT/10PT/10 PT/10PT/10PT/10PT/10 PT/10 VERUSPT/10PT/10PT/10 84/20 PT/10PT/10 PT/10PT/10 PT/10 PT/10PT/10 PT/10 PT/10PT/10PT/10 30/48 PT/10PT/10 PT/10PT/10 PT/10PT/10 PT/10PT/10 PT/10PT/10 VERUS PT/10 PT/10PT/10 PT/10 30/48 PT/10 CAPERCAPER 24/72CAPERCAPER24/72CAPERCAPER24/72CAPERCAPERCAPERCAPERCAPER36/36 CAPERCAPERCAPERCAPERCAPER CAPERCAPERCAPERCAPERCAPERCAPER CAPER36/36 CAPER CAPERCAPER 24/7236/36 CAPERCAPER36/36 CAPERFV980.WM2366RHMIHC81...FV2D2.S2AFSHMIHFT1...FT29B.1HMIHFT1...CLEATA2820.1467LCABINETS WILL BE DIFFICULT TO ACCESSVERIFICAT ION REQU IREDDISTANCE AFF UNKNOWNBOOKSHELF MAY BLOCK WHITEBOARDHALF HEIGHT AND FULL HEIGHT LOCKERS 3'-3"PINCH POINT VERIFY BUILT IN VERIFY BUILT IN BUA3610.36 F39/30NF39/30NF39/48GF39/48GF67/24GF67/36GF67/48GF39/24NF39/48G67/48G67/48GF67/48NF67/48G F53/36GF53/24GF39/30GF39/30GF39/18GF39/24GF39/42GF67/24GF67/42GF39/42GF39/24GF39/18N53/30N53/36NF39/18NF39/24GF39/42GF67/24GF67/42GF53/30GF/72TBW23/66TBW24/42TBW24/42 TBW24/42 92^18 92^18 5E^145E^14 5E^14 A3410.1648 A3410.1648 FV980.WM2366RFV980.WM2442RFV980.WM2442R FV980.WM2442R30/6024/60/6030/7278/48SA######SA729014 SA767976SA079678SA729014SA729014SA729014SA7290143'-5" 3'-6" 5'-3" 1'-4" 2'-6" 6'-8"VERIFICATION REQUIRED6'-2"ADA CLEARANCEADA CLEARANCEADA CLEARANCEIF802.C002 C002 IF802.C021 C021 IF802.PO01 PO01 250 251 253 254 257 256 255 252 300BBF BBF FF OWD15 OWD15 OWD15 BBFBBFBBF 20' 3' 3'-10" 10'-8" 9"WINDOW 37"AFF WINDOW HEIGHT 48" 11'-6" 10" 7'-11" 15'-5" 1'-7" 1'-10" WINDOW 38"AFF WINDOW HEIGHT 47" 12'-4" 27'-6"FIELD MEASURE 152471 07/2018FIELD MEASURE 168949 05/2019FURN DIMENSIONFURN DIM. FIELD DIM. PINCH POINT GAP EXISTING ELECTRICAL LOCATION HAS NOT BEEN FIELD VERIFIED. 06.22.2018 3'PINCH POINT INSERTION POINT GRID LINE 1, AA 2'72"W X 48"H GLASS BOARD24/4824/4824/4824/42LG500.3626LW100.28BBF A3353.1324 A3353.1348A3353.1336 LW150.20BBF A3353.1348 A3353.1348 LG500.4226 LW200.422LW200.422 LW100.20FF FV43H.WM1542L03L FV43H.WM1542L03L FV43H.WM1542L03L A3353.1324A3353.1342LW150.20BBFA3353.1324 A3353.1342 A3353.1342A3353.1324LW150.20BBFLW150.20BBFFT2B2.ALFT2B2.ARFTS10.3072LSFV2E2.S30FLFV2E2.S30FLFT29B.2A2393.24LA2310.2424LFTS26.7248LSA2380.24L A2380.24L A2310.2484LA2310.2448LA2310.2472L A2310.2496L FV2E2.S24FLA2310.2442LA2333.2442LA2310.2424LA2310.2442LA2310.2442LA2333.2442LA2310.2424LA2310.2424L A2333.2442LFV2D2.S2AFSFT29B.1A1311.C A1311.CA1311.C A1311.CA1311.CA1311.BA1311.BA1311.BA1311.CA1311.A A1311.AA1311.AA1322.06ESEAT-VIEWSEAT-TYPE SEAT-OTHERSEAT-FINISH SSL^BK^6504^BK^BB^14A^20MS^U5^6504^14A^20MS^U5^6504^14A^20PJ^G1^BB^BK^3D^01PJ^G1^BB^BK^3D^01MA^SG^BK^8T^24PJ^G1^BB^BK^3D^01PJ^G1^BB^BK^3D^01 MA^SG^BK^8T^24 MA^SG^BK^8T^24MA^SG^BK^8T^24MA^SG^BK^8T^24PJ^G1^BB^BK^3D^01PJ^G1^BB^BK^3D^01 PJ^G1^BB^BK^3D^01 P J^G1^BB^BK^3D^01 SEAT-PROD_NO PI1B325AAPI4S1SNPI4S1SNAE113AWBAE113AWBAD10PBAE113AWBAE113A WB AD10PB AD10PBAD10PBAD10PBAE113AWBAE113A WB AE113AWB AE113AWB TABLE-TPYE TABLE-OTHERTABLE-FINISH NNP^SUD^LBC^LBC^MS^PSC^NNN^57WNNNP^SUD^2X^WA^G2^PSC^NNN^578Q^8Q^BK^BK^G TABLE-PROD_NO DU6ATS.3060LEY1113.54NLDU6ECS.246060LEET123CLNG HARDWARE-VIEW A-FURN-PSEAT-PROD_NO-T CNTRTOP-FINISHCNTRTOP-OTHER 2X^28CNTRVIEW-VIEW ELECT-PROD_NO LIGHT-VIEWLIGHT-TYPELIGHT-OTHERLIGHT-FINISH BU BUBU BU BU BUBUBU BU BUBULIGHT-PROD_NO G6120.24NS G6120.48NSG6120.36NS G6120.48NS G6120.48NS G6160.AB G6160.AB G6160.AB G6120.24NSG6120.42NSG6120.24NS G6120.42NS G6120.42NSG6120.24NSTERRITORY-VIEW TABLE-VIEW TERRITORY-TYPETERRITORY-OTHERTERRITORY-FINISH 8QTERRITORY-PROD_NO FV697.72FLHARDWARE-TYPEHARDWARE-OTHERHARDWARE-FINISH BU^BUBU^BU BU^BUBU BU^BUBU^BUBUBU^BU BU^BU BU^BUBUBUBU^BUBU^BUBUBUBU^BUBU^BUBUBU^BUBU^BUBU^BUHARDWARE-PROD_NO A1230.67HAO215.62A1271.67H AO215.62A1220.67H AO259.AO215.34 A1271.39HAO215.62AO215.62A1220.67HAO259.AO215.34A1220.39H AO215.34 A1271.39H A1230.67HAO259.AO259.AO215.62A1271.67HAO215.34 AO215.34A1230.53HAO259.AO259.AO215.48A1271.53HAO215.34AO215.34A1220.67HAO259.AO215.62A1271.67HAO215.34 AO215.34 AO215.34AO215.34A1220.39HAO215.34AO215.34A1271.39HTILE-VIEWTILE-TYPETILE-OTHER TOPCAP-OTHER TILE-FINISH TILE-PROD_NO TOPCAP-PROD_NO TOPCAP-VIEWTOPCAP-TYPE WORKTL-OTHER TOPCAP-FINISH WKSURF-PROD_NO PHWALL-FINISH ELECT-OTHERELECT-FINISH BUBUBU BUBUBUBUBUBUBU BUBUSTORAGE-VIEWSTORAGE-TYPE STORAGE-OTHERSTORAGE-FINISH SS^MSSB^SS^MS^KD^2F^NNKD^BU^BU KD^BU^BUKD^BU^BU SR^SS^BU^2A^KD^NN KD^BU^BU KD^BU^BU SS^SGSS^BU^KD^CB^1RSS^BU^KD^CB^1R SB^SS^BU^KD^1F^NN KA^76^76^76 KA^76^76^76 KA^76^76^76 KD^BU^BUKD^BU^BUSR^SS^BU^2A^KD^NNKD^BU^BU KD^BU^BU KD^BU^BUKD^BU^BUSR^SS^BU^2A^KD^NNSR^SS^BU^2A^KD^NN WORKTL-VIEWWORKTL-TYPE WORKTL-FINISH 0I0IWORKTL-PROD_NO Y95111.1CMY95111.1CMWKSURF-VIEW WKSURF-TYPE WKSURF-OTHERWKSURF-FINISH MS^MSMS^MS28^768Q8Q8Q2X^28^8Q2X^76BU BU 2X^WA^BU2X^WA^BU2X^WA^BU 2X^WA^BU 8Q2X^WA^BU2X^WA^BU2X^WA^BU2X^WA^BU2X^WA^BU2X^WA^BU2X^WA^BU2X^WA^BU 2X^WA^BU PANEL-VIEW PHWALL-VIEW PANEL-TYPE PHWALL-TYPE PANEL-OTHERPANEL-FINISH BU^BU^5E^14^5E^14BU^BU^5E^14^5E^14BU^BU^5E^14^5E^14BU^BU^5E^14^5E^14BU^BU^5E^14^5E^14BU^BU^5E^14^5E^14BU^BU^5E^14^5E^14BU^BU^5E^14^5E^14BU^BU^5E^14^5E^14TR^BU^BU^5E^14^5E^14TR^BU^BU^5E^14^5E^14BU^BU^5E^14^5E^14BU^BU^5E^14^5E^14 BU^BU^5E^14^5E^14BU^BU^5E^14^5E^14BU^BU^5E^14^5E^14BU^BU^5E^14^5E^14BU^BU^5E^14^5E^14BU^BU^5E^14^5E^14BU^BU^5E^14^5E^14BU^BU^5E^14^5E^14BU^BU^5E^14^5E^14BU^BU^5E^14^5E^14 BU^BU^5E^14^5E^14BU^BU^5E^14^5E^14TR^BU^BU^5E^14^5E^14TR^BU^BU^5E^14^5E^14BU^BU^5E^14^5E^14BU^BU^5E^14^5E^14BU^BU^5E^14^5E^14BU^BU^5E^14^5E^14BU^BU^5E^14^5E^14BU^BU^5E^14^5E^14PANEL-PROD_NO PHWALL-PROD_NO STORAGE-PROD_NO A1120.3930NA1120.3930NA1120.3948NA1120.3948NA1120.6724NA1120.6736NA1120.6748NA1120.3924NA1120.3948NA1164.6748NA1164.6748N A1120.6748NA1120.6748N A1120.3936GA1120.3924GA1120.3930GA1120.3930GA1120.3918GA1120.3924GA1120.3942GA1120.6724GA1120.6742GA1120.3942GA1120.3924GA1120.3918NA1164.5330NA1164.5336NA1120.3918NA1120.3924GA1120.3942GA1120.6724GA1120.6742GA1120.3930G24/6030W30W 36W 36W36W36W36/72 BUILT-IN42W42W 42W 30WCOMMONTOP20/6036W36W 24/90FIELD CUT 30"DTO 24"D24/84 24/4824/2424/96 24/72 42W42"42WRAISED HEIGHT STORAGE FOR SUPPORT 42W 42W 48" 42/42 42/4224/2424/4224/4224/24 42/4224/4224/24 24/24 24/60NI C NIC 3"24/4224/6024/722 4/48/72STAINLESS STEEL TABLE 72X36 PRINTER,SIZE TOBEVERIFIEDSTAINLESS STEEL TABLE72X36STAINLESS STEEL TABLE72X36TV LOCATIONGM-TBLK 1 2 3 4 5 6 7 8 9 10 11 12 133.1 A B C D E F G H AATRAINING COORDINATOR'S OFFICE 252 TECH SERVICE CAPTAIN 255 LIEUT. 256 FIELD SERVICE CAPT. 257 ADMIN ASSIST. 258 SECRETARY 291 POLICE CHIEF 289 CONFERENCE 288 FIRE CHIEF 283 FIRE DIV. CHEIF 281 FIRE ANALYST 277 EMS MGR 276 EMPTY 275 CRIME OF VIOLENCE 210 OFFICE 209 MAILROOM 214 INTERVIEW 213 INTERVIEW 212 JUVENILE SERVICES SERGEANT 211 EOC DIRECTOR 271 SGT. OFFICE 204 ELEC. ROOM 207 VICE / NARCOTICS 202 MECHANICAL EQUIP. 221 JANITOR 233 MEN 232 WORKROOM / IDF ROOM 237 WOMEN 235 WOMEN 285 SECRETARY 282 CLOSET 290 COFFEE 286 STOR. 287 CLOSET 284 FIRE ADMIN 280 CLERICAL 278 STORAGE 274 STORAGE 279 FIRE TRAINING OFFICER 272 WORK REPRO 294 MEN 292 CSI 225 HALLWAY 273 HALLWAY 215 VEST. 268 HALLWAY 264 RES. ASSIST. 240 SGT. OFFICE 205 OFFICE 254 CLEAN OFFICE 251 IT MEETING 239 HALLWAY 262 ADMIN CSO 241IN-PROCESS EVID./STOR. 223 ALS ROOM 224 LOUNGE 244 OFFICE 253 CLERICAL POOL 261 OFFICE 208 ROOF TERRACE 246 INVESTIGATIVE SERVICES 201 JANITOR 243 STORAGE 242 OFFICE 206 OPEN TO BELOW IDF ROOM 2 259 IT OFFICE 238JANITOR OFFICE 222 INTERVIEW 203 CORRIDOR 263 59' - 3"103' - 8" TRAINING COORDINATOR'S OFFICE 252 14 105 SF HALLWAY 269 SCALE: 1/8" = 1'-0" REF: A301 VOID-A713 1 FURNITURE PLAN - LEVEL 2 CIP 4715 DWN BY: CHKD BY: RVWD BY: PROJECT NO.DRAWING NO. SHEET:SHEETS: ENGINEERING DEPARTMENT: CITY OF CARLSBAD: REVISION DESCRIPTION:ENGINEER OF WORK: DATE INITIAL DATE INITIAL DATE INITIAL OTHER APPROVAL:CITY APPROVAL:MB 7515 METROPOLITAN DRIVE, SUITE 400 SAN DIEGO, CA 92108 T 619.294.7515 F 619.294.97592 WWW.SILLMANWRIGHT.COM REGISTRATION STAMP:DESIGN CONSULTANT: SCALE: ISSUE: CITY OF CARLSBAD PUBLIC WORKS CONTRACTS ADMINISTRATION 1635 FARADAY AVE CARLSBAD, CA 92008 811-4A MARK DATE DESCRIPTION SCALE: SUBMITTAL: DATE: CARLSBAD POLICE AND FIRE HEADQUARTERS RENOVATION 1/8" = 1'-0" VOID-A713 FURNITURE PLAN -LEVEL 2 CARLSBAD POLICE AND FIRE HEADQUARTERS RENOVATION AG JM100% CD SUBMITTAL 06.04.21 2560 ORION WAY CARLSBAD, CA 92010 GENERAL NOTES KEYNOTES 1.FOR DIMENSIONS AND WALL TYPES, SEE SHEET A206 & A208 2.FIELD VERIFY DIMENSIONS PRIOR TO CONSTRUCTION. SCALE: 1/8" = 1'-0" (1:96) 0'4'8'16'32'N REFERENCE ONLY Public Works Branch Contract Administration 1635 Faraday Avenue  Carlsbad, CA 92008  760-602-4677 t August 31, 2021 ADDENDUM NO. 2 RE: PWS22-1552FAC - Police and Fire Headquarters Renovation Project (Safety Center) Please include the attached addendum in the Notice to Bidder/Request for Bids you have for the above project. This addendum must be acknowledged via PlanetBids or submitted with your bid proposal. JANEAN HAWNEY Contract Administrator I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 2 __________________________________________________________ Bidder’s Signature Bid No. PWS22-1552FAC Addendum No. 2 CITY OF CARLSBAD Police & Fire Headquarters Renovation Project (Safety Center) CONTRACT NO. 4715 PWS22-1552FAC Addendum No. 2 From: Janean Hawney, Contract Administrator Phone: 760-607-7965 janean.hawney@carlsbadca.gov 1635 Faraday Ave Carlsbad, CA 92008 No. of Pages: 31 with Exhibits (including this page) Date: August 31, 2021 Bid Due Date: September 8, 2021 - 5:00 p.m. (no change) Notice: This Addendum forms a part of the Contract Documents for the above identified project and modifies portions of the original Contract Documents. Documents not specifically mentioned in this Addendum remain in full force. Contractor must acknowledge receipt of this Addendum via PlanetBids or with RFP response by submitting signed cover page of issued Addendum. Failure to do so may subject bidder to disqualification. I. Edits and Clarifications to Bid Documents: 1. Substitution Request – Locker/Partition Products. Contractor to note Exhibit 1 - CSC Restroom Partitions Approved, attached to and made a part of this Addendum No. 2. If opted for, Contractor to prepare and submit submittals in accordance with Specification Substitution Procedures. 2. Substitution Request – Keyless 360 Locks. No Substitution Form was submitted with the request for this substitution but based on information submitted with request, the City has no objection to Bid No. PWS22-1552FAC Addendum No. 2 the use of these locks where applicable. If opted for, Contractor to prepare and submit submittals in accordance with Specification Substitution Procedures. 3. Substitution Request – Fire Rated Glass. Contractor to note Exhibit 2 - CSC Fire Rated Glass_Approved, attached to and made a part of this Addendum No. 2. If opted for, Contractor to prepare and submit submittals in accordance with Specification Substitution Procedures. 4. Substitution Request – Restroom Hand Dryers. Contractor to note Exhibit 3 - CSC Hand Dryers_Approved, attached to and made a part of this Addendum No. 2. If opted for, Contractor to prepare and submit submittals in accordance with Specification Substitution Procedures. 5. Work Scope Change - Contractor to note Exhibit 4 - CSC Addendum 02_Delta 02_08.30.21, attached to and made a part of this Addendum No. 2 for additional work scope in rooms 283 and 284. II. Comments/Responses: 1. Comment: The specified TD-1 and TD-2 linier drains for the showers only come in full one foot increments. Architectural drawing A206 appears to show the liner drain running from wall to wall. This would make the drains odd sizes and therefore special order with considerable extra cost & lead time. Please confirm the shower linier drains can be in full foot increments and do not need to run wall to wall. Response: Contractor to procure linear drains in maximum whole foot increments that will make maximum use of spaces designated for such drains. 2. Comment: Keynotes 2 and 3 on page A209 and page 210 call for Security Plaster and Acoustical Treatments in the Interview room ceilings. Please provide a detail for the plaster and location and materials for the Acoustical Treatments. Response: Contractor to note that Keynote 3 on A209 is hereby edited to read “interview room to have tamper-resistant ceiling tiles.” Contractor to also disregard wording regarding security plaster and is directed to see finish schedule on sheet A712, LCT-1 for additional information. 3. Comment: General Provision 6-2.20; 1; c) Removal and disposal of all existing systems furniture and free-standing furniture items. (page102) And General Provisions 6-2.20; 2; a) Removal and disposal of all existing systems furniture and free-standing furniture items. (page102). This work is not indicated on the plans. Please clarify if this is in the scope of work and provide plan for what is being removed. Response: Contractor to note that the removal of existing furnishings is in the scope of work. Contractor to refer to layout for new furniture shown on E204 and E205 for bidding furniture volume to be removed, as there will be no more to remove that what is shown to be installed. 4. Comment: General Provisions 6-2.20; 1; g) Installation of new systems furniture… (page102) And General Provisions 6-2.20; 2; f) Installation of new systems furniture… (page102) This work is not indicated on the plans and there is no specification. Please clarify if this is in the scope of work. Response: Contractor to note that the removal of existing furnishings is in the scope of work. Bid No. PWS22-1552FAC Addendum No. 2 5. Comment: Self-performance requirements are indicated in the “Contract Documents, General Provisions and City Standards” Guide for Completing the “Designation of Subcontractors” Form (page21): CAUTIONS… Any bid that proposes performance of more than 20 percent of the work by subcontractors or otherwise to be performed by forces other than the Bidder’s own organization will be rejected as non-responsive. And further down the page under INSTRUCTIONS: When the Bidder proposes using a Subcontractor to construct or install less than 100 percent of a bid item, the Bidder shall attach an explanation sheet to the Designation of Subcontractor form. The ex- planation sheet shall clearly apprise the City of the specific facts that show the Bidder proposes to perform no less than twenty percent (20%) of the work with its own forces. General Provisions 2- 3.2 The Contractor shall perform, with its own organization, Contract work amounting to at least 25 per-cent of the Contract Price… (page 63). Please clarify if there is a self-performance requirement for this project and if so what percentage it is. Response: Contractor to note that the self-performance requirement has been removed from the project per Addendum No. 1. 6. Comment: Resilient rubber athletic flooring spec 09 65 66 shows a 4' sheet good and a 24" x 24" tile product. Please clarify if we are to figure a sheet good or tile good in areas calling for RB-1. Response: Contractor to proceed with direction to use a 24” x 24” tile, following approval of product submittal. 7. Comment: Drawing page A502 detail 5 shows lobby interior elevation with the glass having a butt joint. Detail 4/A502 is the west elevation which shows mullions or some other vertical supports. Please clarify this glass location uses a Butt joint or other connection methods. Response: Contractor to note that at the transaction window there will be no vertical mullion. Instead, there will be an overlap of the bullet resistant panel with a gap in between the panels for voice transfer. Contractor to install spacers for connection of the 2 panels. 8. Comment: Drawing page A501 keynote 7 is for the New Floor Plaque with City Logo. Please clarify is this an aluminum or bronze plaque or something else. Please provide the size, thickness and an example of the logo. Response: Contractor to note that floor plaque is to be bronze plated with a 4-foot diameter. Thickness of the plaque is to be determined. The plaque and flooring shall be level when installed. Logo graphics to be provided. Contractor to see Exhibit 5 – Carlsbad Police Badge Logo, attached to and made a part of this Addendum No. 2. III. Questions/Answers: 1. Question: Doors 101A, 104, 105, 107, & 108B on door sch 811-4A comments call for bullet resistant glazing. Are the doors themselves required to be bullet resistant? The only reference to bullet resistance in the specs are for fibreglass panels. If the doors are required to be BR can we bid or do we need pre approval? Answer: Contractor to note that the doors themselves are not required to be bullet resistant. Bid No. PWS22-1552FAC Addendum No. 2 2. Question: Plumbing plans do not mention roof drains. Architectural plans seem to call for a re-roof of the building. What is to be done regarding roof drains and which scope of work will this fall under? Answer: Contractor to note that all existing roof drains are to be replaced and refer to sheet A211 Keynote 3 and details 1 and 9 on sheet A822 for new drain installation details. 3. Question: (Regarding Video Systems) Do the two (2) external cameras located higher up on the building near the roofline need to be removed and reinstalled for any roofing work that will happen as part of the project? Answer: Contractor to note that there are cameras that will need to be removed and reinstalled or replaced as part of the work scope, and that camera removal and reinstallation/replacement in the vicinity of the roofing work will need to be coordinated. 4. Question: (Regarding Video Systems) Does the network camera wiring for both levels have to be run to one central MDF location? Or can the 2nd floor network cabling be installed to the IDF on the 2nd floor. And the 1st floor network cabling be installed to the 1st floor MDF room. Assuming the security vendor is installing the camera network cabling. Answer: Contractor to note requirement to pull network camera wiring to closest IDF room in vicinity of camera, given that all cameras are networked together by the fiberoptic system. 5. Question: (Regarding Video Systems) Code Blue intercom. The Code Blue part number in the bid specifications does not exist. The unit best suited to match the bid documents is the #CB-1-S please confirm this is acceptable substitute. Answer: Contractor to note equipment schedule on the drawings which provide this information. 6. Question: (Regarding Video Systems) The Code Blue unit comes with either 12/24v power, POE power or 110v power requirements does the city have a preference on which power requirement is needed? Answer: Contractor to refer to Question/Answer 5 above. 7. Question: (Regarding Video Systems) The Code Blue unit also comes with the following communication options: VOIP/CELLULAR/IP WIRELESS. Which option is preferred? Answer: Contractor to refer to Question/Answer 5 above. 8. Question: (Regarding Video Systems) The Code Blue unit also comes in various colors (6 options). Is Blue the preferred color? Answer: Contractor to refer to Question/Answer 5 above. 9. Question: The bid specifications call out for a Kiosk design for the visitor management system and there are many to choose from. Desk, podium, post, etc… which one is preferred? Bid No. PWS22-1552FAC Addendum No. 2 Answer: Contractor to disregard statement(s) regarding provision of Kiosk. A Kiosk will not be needed for this project. The project will be equipped with a lobby monitor to display information to the public. The drawings account for the lobby display monitor. 10. Question: Can you confirm that MC cable can be used for all branch circuits that are not fed from the emergency panels? Answer: Contractor to note that all branch circuitry shall be completed using appropriately sized metal conduit and appropriately rating electrical wiring. 11. Question: Who is responsible for connecting Panel EPC to the new command center? Answer: Contractor to note that electrical subcontractor is responsible for installing new panel EPC at the new command center and to provide final connections for lighting and outlets including all electrical equipment. 12. Question: (Regarding Video Systems) In the Drawings on page T600 under the INDIVIDUAL CAMERA REQUIREMENT SCHEDULE matrix, it notes all cameras are to be either “existing-replace with new” or “new camera” can the city confirm that their existing network cameras actually do have to be replaced with new? Answer: Contractor to note that the City wants all cameras in/on the building, with the exception of the holding cell area, to be replaced as shown of the drawings. 13. Question: The Bid Form asks for each bid amount to be written out in words which can cause errors in spelling / typing rendering the bid unacceptable. Would it be acceptable to submit the total bid amount at the posted bid time and the breakdown submitted 24 hours after? Answer: Contractor to note that this bid is being conducted electronically; therefore, all bid items need to be filled in at time of bid submittal. The Contractor’s Proposal, pages 12 to 18 will be a required bid submittal and basis of award. 14. Question: There are no line items to insert General Conditions, Insurance, Bonds, Fees, etc. Since this form is the Schedule of Values for the contract these items are typically stated on a SOV, similar to the AIA Document A702. Are the mark-ups to be distributed over each line item? Answer: Contractor to note that they may choose to enter their valuation for General Conditions, etc. on the General Provisions line item. General contractor markup on subcontractor bids should be placed in the category of work for each subcontractor. 15. Question: Should line item A-12 Division 10 be Specialties, and line A-13 Division 12 be Furnishings? Answer: Contractor to note that the Contractor’s Proposal is based on the project specification sections, so it is correct as shown. 16. Question: On the Designation of Subcontractor’s Form can we submit the Portion of Work and Subcontractor Name at the bid time and the rest of the information, phone, email, DIR, License and dollar amount, submitted within 24 hours. Bid No. PWS22-1552FAC Addendum No. 2 Answer: Contractor to note that subcontractor information must be submitted on PlanetBids under the subcontractor tab at time of bid, except as noted on the bottom of page 22: Pursuant to section 4104 (a)(3)(A) California Public Contract Code, receipt of the information preceded by an asterisk may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the “Notice Inviting Bids.” 17. Question: Looks like the bid specifications are missing the controls spec, 230923. It was not provided in addendum #1. Can you provide that missing spec? Answer: Contractor to note that this specification section was removed from the technical specifications for the project and that all controls information in on the drawing sheets. Public Works Branch Contract Administration 1635 Faraday Avenue  Carlsbad, CA 92008  760-602-4677 t Sept. 2, 2021 ADDENDUM NO. 3 RE: PWS22-1552FAC - Police and Fire Headquarters Renovation Project (Safety Center) Please include the attached addendum in the Notice to Bidder/Request for Bids you have for the above project. This addendum must be acknowledged via PlanetBids or submitted with your bid proposal. JANEAN HAWNEY Contract Administrator I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 3 __________________________________________________________ Bidder’s Signature Bid No. PWS22-1552FAC Addendum No. 3 CITY OF CARLSBAD Police & Fire Headquarters Renovation Project (Safety Center) CONTRACT NO. 4715 PWS22-1552FAC Addendum No. 3 From: Janean Hawney, Contract Administrator Phone: 760-607-7965 janean.hawney@carlsbadca.gov 1635 Faraday Ave Carlsbad, CA 92008 No. of Pages: 1 (including this page) Date: Sept. 2, 2021 New Bid Due Date: Sept. 8, 2021 - 5:00 p.m. (no date change) Notice: This Addendum forms a part of the Contract Documents for the above identified project and modifies portions of the original Contract Documents. Documents not specifically mentioned in this Addendum remain in full force. Contractor must acknowledge receipt of this Addendum via PlanetBids or with RFP response by submitting signed cover page of issued Addendum. Failure to do so may subject bidder to disqualification. I. Edits and Clarifications to Bid Documents: 1. In the technical specifications for the project, there are two sections titled 07 62 00 Sheet Metal Flashing and Trim. Contractor to note that only the first of these two sections is to be used, relating to low sloped roof metal fabrications and miscellaneous flashings and trim. Public Works Branch Contract Administration 1635 Faraday Avenue  Carlsbad, CA 92008  760-602-4677 t September 2, 2021 ADDENDUM NO. 4 RE: PWS22-1552FAC - Police and Fire Headquarters Renovation Project (Safety Center) Please include the attached addendum in the Notice to Bidder/Request for Bids you have for the above project. This addendum must be acknowledged via PlanetBids or submitted with your bid proposal. JANEAN HAWNEY Contract Administrator I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 4 __________________________________________________________ Bidder’s Signature Bid No. PWS22-1552FAC Addendum No. 4 CITY OF CARLSBAD Police & Fire Headquarters Renovation Project (Safety Center) CONTRACT NO. 4715 PWS22-1552FAC Addendum No. 4 From: Janean Hawney, Contract Administrator Phone: 760-607-7965 janean.hawney@carlsbadca.gov 1635 Faraday Ave Carlsbad, CA 92008 No. of Pages: 2 (including this page) Date: Sept. 2, 2021 New Bid Due Date: Sept. 8, 2021 - 5:00 p.m. (no date change) Notice: This Addendum forms a part of the Contract Documents for the above identified project and modifies portions of the original Contract Documents. Documents not specifically mentioned in this Addendum remain in full force. Contractor must acknowledge receipt of this Addendum via PlanetBids or with RFP response by submitting signed cover page of issued Addendum. Failure to do so may subject bidder to disqualification. I. Edits and Clarifications to Bid Documents: Clarification for Addendum No. 2 - Question No. 13 13. Question: The Bid Form asks for each bid amount to be written out in words which can cause errors in spelling / typing rendering the bid unacceptable. Would it be acceptable to submit the total bid amount at the posted bid time and the breakdown submitted 24 hours after? Bid No. PWS22-1552FAC Addendum No. 4 Answer: Contractor to note that this bid is being conducted electronically; therefore, all bid items on PlanetBids need to be filled in at time of bid submittal. The Contractor’s Proposal, pages 12 to 18 will only be a required upon notification to the successful bidder. bid submittal and basis of award.