SPECIFICATIONS FOR THE CONSTRUCTION

OF

City Center Building Deconstruction Project

Project No. 06911

September 2019

TO PURCHASE PLANS AND SPECIFICATIONS AND TO CHECK BID RESULTS Contact Engineering & Transportation at (510) 583-4734 FOR INFORMATION REGARDING THIS PROJECT Contact Sammy Lo at (510) 583-4768 FOR CONTRACT COMPLIANCE Contact Maria Carrillo at (510) 583-4800

TABLE OF CONTENTS

PAGE NO. NOTICE TO CONTRACTORS 1 SPECIAL PROVISIONS 3

PART I - GENERAL Section 1. Specifications and Plans ...... 3 Section 2. Bidding ...... 4 2-1.01 General ...... 4 2-1.02 Nondiscrimination/Non-preferential Treatment ...... 5 2-1.03 Disadvantaged Business Enterprise and Women Business Enterprise (DBE/WBE) Voluntary Participation ...... 5 2-1.04 Outreach Efforts ...... 5 2-1.05 Resource Lists for this Project ...... 6 2-1.06 Subcontracting ...... 6 Section 3. Award and Execution of Contract ...... 6 3-1.01 General ...... 6 3-1.02 Not Used ...... 7 3-1.03 Statement of Qualifications and Experience of Contractor ...... 7 3-1.04 Contractor Selection Criteria ...... 7 3-1.05 Condition of Proposal Acceptance ...... 7 3-1.06 Contract Award and Execution ...... 8 3-1.07 Contract Bonds ...... 8 Section 4. Beginning of Work, Time of Completion, and Liquidated Damages ...... 10 Section 5-1. Miscellaneous ...... 12 5-1.01 Equipment Rental Rates and Labor Surcharge ...... 12 5-1.02 General Prevailing Wage Rates ...... 12 5-1.03 Engineer’s Authority ...... 13 5-1.04 Inspection and Working Hours ...... 13 5-1.05 Labor Nondiscrimination ...... 14 5-1.06 Contractor License ...... 15 5-1.07 Indemnification and Insurance Requirements ...... 15 5-1.08 Contractor’s Control Termination ...... 16 5-1.08A Contract Termination ...... 16 5-1.09 Claims and Dispute Resolution ...... 17 5-1.10 Partial Payments ...... 20 5-1.10A Schedule of Values for Lump Sum Bid Items ...... 21 City Funded Project Project No. 06911 B.P. Revised 12/05/2017 i September 2019

5-1.11 Payment of Withheld Funds ...... 21 5-1.12 Cost Reduction Incentive/Value Engineering ...... 21 5-1.13 Payment Adjustments for Price Index Fluctuation ...... 21 5-1.14 Reserved...... 22 5-1.15 Final Inspection and Contract Acceptance ...... 22 5-1.16 Payment after Acceptance ...... 22 5-1.17 Guarantees ...... 23 5-1.18 Removal of Asbestos and Hazardous Substances ...... 23 5-1.19 Permits, Licenses, Agreements and Certifications ...... 23 5-1.19A City Permits & Licenses ...... 23 5-1.19B Encroachment Permits ...... 24 5-1.19C Right of Entry ...... 24 5-1.19D Temporary Construction Easements ...... 24 5-1.19E Areas for Contractor’s Use ...... 24 5-1.20 Reserved...... 24 5-1.21 Sound Control Requirements ...... 24 5-1.22 Project Appearance ...... 25 5-1.23 Nuclear-Free Hayward ...... 25 5-1.24 Migratory Bird Treaty Act ...... 25 5-1.25 Archaeological Discoveries ...... 26 Section 6. City of Hayward Requirements ...... 30 Section 6-1. City of Hayward Nondiscriminatory Employment Practices Provision ...... 30 Section 6-2. City of Hayward Resource Lists for Labor, Consultants, and Contractors ..... 32 Section 7. Reserved ...... 34 Section 8. Additional Provisions ...... 34 Section 8-1. Miscellaneous ...... 34 8-1.01 General ...... 34 8-1.02 City-Furnished Materials ...... 34 8-1.03 Submittals ...... 34 8-1.04 Certificates of Compliance ...... 35 8-1.05 Hazardous Materials ...... 36 Section 9. Description of Work ...... 38 Section 10. Construction Details ...... 38 Section 10-1. General ...... 38 10-1.01 Order of Work ...... 38 10-1.02 Work Sequence and Project Schedule ...... 38 10-1.03 Cooperation ...... 38 10-1.04 Obstructions ...... 40 City Funded Project Project No. 06911 B.P. Revised 12/05/2017 ii September 2019

10-1.05 Utility Location (Potholing) ...... 41 10-1.06 Dust Control ...... 42 10-1.07 Mobilization ...... 42 10-1.08 Construction Area Signs ...... 42 10-1.09 Barricades ...... 43 10-1.10 Maintaining Traffic ...... 43 10-1.11 Traffic Control System for Lane Closure ...... 45 10-1.12 Existing Facilities ...... 46 10-1.13 Survey Monuments ...... 47 10-1.14 Water Pollution Control and Storm Drain Pollution Prevention ...... 47 10-1.15 Requirements for Recycling Construction & Demolition Debris ...... 48 10-1.16 Demolition and Removal ...... 49 10-1.17 Temporary Chain-Link Fencing ...... 50 10-1.18 Tree Removal and Protection of Existing Trees ...... 50 10-1.19 Compensation for Work Not Listed in Bid Sheets ...... 50 10-1.20 Measurement and Payment ...... 51 10-1.21 Adjustment of Work ...... 51 10-1.22 Administrative Change Orders ...... 51 10-1.23 Record Drawings ...... 51 10-1.24 Warranties, Guarantees, and Instruction Sheets ...... 52

PART II – TECHNICAL SPECIFICATIONS

CONSTRUCTION & DEMOLITION DEBRIS RECYCLING EXHIBITS ...... EXHIBIT A TRAFFIC CONTROL SYSTEM FOR LANE CLOSURE T11 TO T13 ...... EXHIBIT B TEMPORARY “NO PARKING” SIGN ...... EXHIBIT C ADMINISTRATIVE CHANGE ORDER FORM (SAMPLE) ...... EXHIBIT D PEDESTRIAN CONTROL SYSTEM FOR SIDEWALK CLOSURE ...... EXHIBIT E STOP HUMAN TRAFFICKING POSTER (CA SENATE BILL 1193) ...... EXHIBIT F NOT USED ...... EXHIBIT G PRELIMINARY PROJECT SCHEDULE ...... EXHIBIT H REQUEST FOR INFORMATION FORM ...... EXHIBIT I HAZARDOUS MATERIALS TESTING REPORT ...... EXHIBIT J BIRD AND BAT SURVEY...... EXHIBIT K STRUCTURAL ASSESSMENT REPORT ...... EXHIBIT L SITE LOGISTICS AND TEMPORARY FENCING PLAN ...... EXHIBIT M TRUCK HAUL ROUTE ...... EXHIBIT N SCOPE OF WORK ...... EXHIBIT O

City Funded Project Project No. 06911 B.P. Revised 12/05/2017 iii September 2019

MITIGATION MONITORING OR REPORTING PROGRAM ...... EXHIBIT P PROPOSAL ...... P-1 BID SHEET ...... P-2 DIRECTION TO CONTRACTORS ...... P-3 INSTRUCTION FOR LISTING SUBCONTRACTORS ...... P-4 LIST OF ALL SUBCONTRACTORS AND SUPPLIERS (INCLUDING CONTRACTOR’S DBE AND WBE VOLUNTARY PARTICIPATION INFORMATION) ...... P-5 & P-6 NOT USED ...... P-7 CONTRACTOR’S STATEMENT OF QUALIFICATIONS AND EXPERIENCE ...... P-8 WORK SEQUENCE OF BUILDING DEMOLITION ACTIVITIES ...... P-9 SIGNATURE OF BIDDER ...... P-10 AFFIRMATION OF NON-INVOLVEMENT IN DEVELOPMENT OR PRODUCTION OF NUCLEAR WEAPONS ...... P-11

CONTRACT AGREEMENT ...... C-1 SIGNATURE SHEET ...... C-2 LABOR AND MATERIALS BOND ...... C-3 AND C-4 PERFORMANCE BOND ...... C-5 AND C-6

CONTRACT DRAWINGS DRAWING TOTAL NUMBER File No.. Of Sheets Title

E-578 113 Hayward Civic Plaza Office Building (As-Builts) – Project No. 5737

E-870 21 City Center Parking Structure (As-Builts) – Project No. 8713

E-2184 2 City Center Deconstruction Project – Project No. 06911

City Funded Project Project No. 06911 B.P. Revised 12/05/2017 iv September 2019

CITY OF HAYWARD DEPARTMENT OF PUBLIC WORKS * * * * * NOTICE TO CONTRACTORS * * * * * SEALED proposals will be received at the Department of Public Works, Second Floor, 777 “B” Street, Hayward, California 94541-5007, until 2:00 p.m. on TUESDAY, October 29, 2019, for deconstruction in accordance with the project plans and specifications to which special reference is made, as follows:

Title: City Center Deconstruction Project, FY 2019 Project No. 06911 Project Description: Hazardous materials abatement, demolition and removal of an existing 11 story mid-rise office building and all of its foundations, mechanical, electrical, and plumbing systems, and all associated components including adjacent paved surfaces and landscaping. The work involves site preparation, grading activities, cutting, capping, removal and/or, abandonment and slurry fill, of existing onsite utilities, hydroseeding, temporary security site fencing and lighting, stair railing, and permanently securing site at final turnover.

The Engineer's estimated cost of construction is $3,900,000 (does not include hazmat abatement)

The work is to be completed within one-hundred eighty-seven (187) working days.

The Contractor shall pay to the City of Hayward the sum of $500.00 per day in excess of the number of working days prescribed above, for each and every calendar day's delay in finishing the work. See details in the Special Provisions.

At the time this contract is awarded, the Contractor shall possess either a Class A license or a combination of any of the following license classifications which constitute a majority of the work: C-12, C-21, C22, ASB or HAZ.

The City of Hayward reserves the right to reject a proposal if the contractor has not submitted a Statement of Qualifications and Experience. Contractors must submit with their proposal a statement of their qualifications and experience in performing similar construction work entitled "Statement of Qualifications and Experience of Bidder". The City of Hayward reserves the right to make an investigation of the Contractor’s qualifications to perform the work, including but not limited to, Contractor’s financial condition, trustworthiness, fitness, capacity and experience to satisfactorily perform the contract.

Based on the scope of this project, all contractors shall meet the following minimum requirements:

1. Hazardous Abatement included within overall Contract scope. 2. Demolition of, at a minimum, a six (6) story structure. 3. Demolition contract value in excess of $2,000,000.00.

Contractors who do not meet the above requirements shall not be considered.

Pursuant to Section 1770 of the Labor Code, the Director of the Department of Industrial Relations has ascertained the general prevailing rate of per diem wages applicable to the work to be performed, which rates are filed in the office of the Engineer, and copies of which are available to any interested parties on request.

In accordance with Labor Code Section 1771.1, a contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, or engage in the performance of any contract for public work unless

City Funded Project Project No. 06911 B.P. Revised 12/05/2017 1 September 2019

currently registered with the State Department of Industrial Relations and qualified to perform public work pursuant to Labor Code Section 1725.5. Section 1771.1 applies to any bid proposal submitted on or after March 1, 2015 and/or any contract for public work entered into on or after April 1, 2015.

Job Site Notices. Contractor shall post a Job Site Notice for this project pursuant to Title 8 California Code of Regulations Section 16451.

A proposal submitted by any Contractor who is not licensed to engage in business or act in the capacity of a Contractor shall be considered non-responsive and shall be rejected, except for those exceptions governed by Section 7028.15 of the Business and Professions Code. The City of Hayward hereby notifies all contractors that contractors will not be discriminated against on the grounds of race, color, religion, national origin, ancestry, place of birth, sex, sexual orientation, age, or disability in consideration for an award.

A mandatory pre-bid conference will be held on Wednesday, October 9, 2019, at 10:00 A.M. at the site on 22300 Foothill Boulevard, Hayward, CA. Meeting will take place at the front of the former City Hall building facing City Center Drive across from the Creekside Apartment complex. The purpose of this conference is to answer Contractor's questions regarding the project requirements. Attending this conference is a condition of submitting a proposal by prospective contractors.

The successful contractor shall furnish a Labor and Materials Bond and a Faithful Performance Bond.

Contractor’s attention is directed to Section 6-1, "City of Hayward Non-Discriminatory Employment Practices Provision," of the Special Provisions.

The Contractor may elect to receive 100 percent of payments due under the contract from time to time, without retention of any portion of the payment by the City, by depositing securities of equivalent value with the City in accordance with the provisions of Sections 22300 of the Public Contract Code. All expenses of such substitute deposit shall be borne by the Contractor. Securities eligible for investment under the section shall include those listed in Section 16430 of the California Government Code or certificates of deposit of a bank or savings and loan association. The Contractor shall be the beneficial owner of any securities substituted for monies withheld and shall receive any interest thereon. Such securities, if deposited by the Contractor, shall be valued by the City's Finance Director (Treasurer), whose decision on valuation of the securities shall be final.

Alternatively, upon the Contractor's request, the City will make payment of retentions earned directly to the escrow agent. The Contractor may direct the investment of the payments into securities, and the Contractor shall receive the interest earned on the investments upon the same terms provided for securities deposited by the Contractor. Upon satisfactory completion of the contract, the Contractor shall receive from the escrow agent all securities, interest and payments received by the escrow agent from the City, pursuant to the terms in Section 22300 of the Public Contract Code.

City Funded Project Project No. 06911 B.P. Revised 12/05/2017 2 September 2019

CITY OF HAYWARD

DEPARTMENT OF PUBLIC WORKS

* * * * *

S P E C I A L P R O V I S I O N S

FOR

Former City Hall Demolition Project, FY 2019 22300 Foothill Boulevard, Hayward, CA

Project No. 06911

PART I – GENERAL PROVISIONS

SECTION 1. SPECIFICATIONS AND PLANS

The work embraced herein shall be done in accordance with the 2010 State of California Standard Specifications (“State Standard Specifications” or “Standard Specifications”), the 2010 Standard Plans (“State Standard Plans” or “Standard Plans”), and the latest version of the City of Hayward Standard Details, insofar as the same may apply and in accordance with the following Special Provisions.

In case of conflict between the various contract documents, the following order shall govern: the Special Provisions, the Project Plans, the City Standard Details, the State Standard Plans, the State Standard Specifications.

Definitions and Terms. Wherever in the Standard Specifications or Standard Plans, the following definitions and terms are used, the intent and meaning shall be interpreted as follows:

California Public Contract Code. State Contract Act - The provisions of the California Public Contract Code and of other applicable laws form and constitute a part of the provisions of this contract to the same extent as if set forth herein in full, except for those laws which are expressly made inapplicable herein, and except to the extent those laws are modified herein. The State Contract Act, being Chapter 1 (commencing with Section 10100) of Part 2, Division 2, California Public Contract Code, does not form or constitute any part of this contract. Section 20162 of the California Public Contract Code does not apply to work performed by City work forces.

Department - The Department of Public Works of the City of Hayward.

Director - The Director of Public Works of the City of Hayward.

Engineer - The City Engineer of the City of Hayward, acting either directly or through properly authorized agents, such agents acting within the scope of the particular duties entrusted to them.

Highway - The streets of the City of Hayward, which shall include the total right of way or area which is reserved for and secured for use in constructing the roadway or street and its appurtenances.

Laboratory - The Office of Materials and Foundations of the Department of Transportation/ of the State of California or the City of Hayward testing laboratory or laboratories authorized by the Engineer to test materials and work involved in the contract.

City Funded Project Project No. 06911 B.P. Revised 12/05/2017 3 September 2019

Legal Holidays - For the purpose of calculating working days, legal holidays are: January 1, the third Monday in January, February 12, the third Monday in February, the last Monday in May, July 4, the first Monday in September, September 9, the second Monday in October, November 11, Thanksgiving Day, and December 25. When a legal holiday falls on a Sunday, the following Monday shall be a legal holiday.

Liquidated Damages - The amount prescribed in the Special Provisions, pursuant to authority of Government Code Section 53069.85, to be paid to the City of Hayward or to be deducted from any payments due or to become due to the Contractor for each day's delay in completing the whole or any specified portion of the work beyond the time allowed in the Special Provisions.

Office of Structure Design - The office of the Engineer of the City of Hayward. When the specifications require working drawings to be submitted to the Office of Structure Design, the drawings shall be submitted to: City of Hayward Department of Public Works, Engineering and Transportation Division, 2nd Floor, 777 B Street, Hayward, CA 94541, Telephone (510) 583-4730.

Special Provisions - The Special Provisions are specific clauses setting forth conditions or requirements peculiar to the work and supplementary to the Standard Specifications. The Department of Transportation publications entitled “Labor Surcharge and Equipment Rental Rates” and “General Prevailing Wage Rates” are to be considered as a part of the Special Provisions.

Standard Plans - The 2010 edition of the Standard Plans of the State of California, Department of Transportation, and the latest City of Hayward Standard Details. The Standard Details of the City of Hayward shall govern over both the State of California Department of Transportation Standard Plans and Standard Specifications.

Standard Specifications – The 2010 edition of the Standard Specifications of the State of California, Department of Transportation.

Any reference within the Standard Specifications to the State of California or a State agency, office or officer shall be interpreted to refer to the City or its corresponding agency, office or officer.

SECTION 2. BIDDING

2-1.01 General

ALL QUESTIONS SHALL BE SUBMITTED NO LATER THAN OCTOBER 18, 2019 BY 4:00 P.M. VIA EMAIL TO [email protected], no exceptions.

No other questions will be received after the deadline. Only written inquiries will be permitted. Copies of questions and answers will then be sent to all prospective contractors who has attended the mandatory pre-bid conference

Due to large file size of the existing As-Built drawings, contractor shall request direct download links via email to [email protected].

The Contractor shall enclose their proposal in an envelope clearly identifying the project. A set of proposal forms that are detached from the Special Provisions, which, when filled out and executed shall be submitted as the proposal.

Proposals not presented on the project proposal forms provided in the Special Provisions will be disregarded.

City Funded Project Project No. 06911 B.P. Revised 12/05/2017 4 September 2019

The Contractor's attention is directed to Section 2-1.46 “Bid Rejection,” of the Standard Specifications.

The Department reserves the right to:

1. Reject any and all proposals 2. Reject a nonresponsive proposals 3. Waive any informalities or irregularities in proposals received

More than one proposal from an individual, firm, partnership, corporation, or combination thereof under the same or different names will not be considered. If it appears that the same individual, firm, partnership, corporation or combination thereof is interested in more than one proposal for the work contemplated, all such proposals shall be rejected. If there is a reason for believing that collusion exists among the contractors, any or all proposals may be rejected. Proposals in which the prices obviously are unbalanced may be rejected.

A proposal may be rejected on the basis of a contractor, any officer of such contractor, or any employee of such contractor who has a proprietary interest in such contractor, having been disqualified, removed, or otherwise prevented from submitting a proposal on, or completing a federal, state, or local project because of a violation of law or a safety regulation.

2-1.02 Nondiscrimination/Non-preferential Treatment

The successful contractor shall, in the performance of the Agreement, be required to comply with all applicable Federal, State, and City nondiscrimination/nonpreference laws and regulations.

The successful contractor should not discriminate against any subcontractor on the grounds of race, color, religion, national origin, sex, age, or disability.

2-1.03 Disadvantaged Business Enterprise and Women Business Enterprise (DBE/WBE) Voluntary Participation

The City of Hayward strongly urges prime contractor to consider utilization of subcontractors and to provide DBE/WBE subcontractors with a full and fair opportunity to submit proposals to participate on this contract. "Disadvantaged Business Enterprise (DBE) or Women Owned Business Enterprise (WBE)" means a small business concern: (a) which is at least 51 percent owned by one or more socially and economically disadvantaged individuals or women, or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more socially and economically disadvantaged individuals or women, (b) whose management and daily business operations are controlled by one or more of the socially and economically disadvantaged individuals or women who own it, and (c) and for DBEs only, is located within the City of Hayward or certifies that it has actively participated or attempted to be active in the business community within the jurisdiction of the City of Hayward.

Prime contractors are urged but are not obligated to take the suggested “outreach efforts” listed below to reach out to potential DBE/WBE subcontractors.

The City of Hayward requests that the contractors who participates in DBE/WBE outreach completes the “Participation of DBE and WBE Information” form, which is combined with the “List of All Subcontactors and Suppliers” form in the proposal packet.

2-1.04 Outreach Efforts

Outreach efforts are made by the prime contractor to obtain DBE/WBE participation on the contract. The following list of examples of outreach efforts is not exclusive or exhaustive. Other outreach efforts may also be effective.

City Funded Project Project No. 06911 B.P. Revised 12/05/2017 5 September 2019

1. Identify appropriate subcontractor opportunities. 2. Send a written solicitation to certified DBE/WBEs licensed or reputed to be qualified to provide the identified work before proposals are due providing them with information about the requirements for the project and the identified items of work. 3. Follow up on initial solicitations to DBE/WBEs to determine interest. 4. Contact chambers of commerce or women’s business organizations to provide information regarding opportunities and to obtain information regarding DBE/WBEs.

2-1.05 Resource Lists for this Project

Certified DBE and WBE resource lists ACCEPTABLE for this project are as follows:

1. California Department of Transportation (Caltrans) and Department of General Services 2. City and County of San Francisco 3. County of Alameda 4. City of Oakland 5. And City’s, County’s , or other governmental agency listing provided that agency performs certifications and, can attest to the accuracy of the information contained within the listing.

2-1.06 Subcontracting

Attention is directed to the provisions in Section 5-1.13, "Subcontracting," of the Standard Specifications, Section 2, "Bidding," of the Standard Specifications and these Special Provisions, and Section 3, "Award, and Execution of Contract," of these Special Provisions.

The Contractor shall perform with the Contractor’s own organization, contract work amounting to not less than 30 percent of the original total contract price, less the administrative change order and any designated "Specialty Items" that may be performed by subcontract. The amount of any such "Specialty Items" so performed and the amount for administrative change order shall be deducted from the original contract price before computing the amount of work required to be performed by the Contractor with the Contractor’s own organization.

In accordance with the requirements of the Subletting and Subcontracting Fair Practices Act, commencing with Section 4100 of the California Public Contract Code, each contractor shall list in his proposal the name and the location of the place of business of each subcontractor who will perform work or labor or render service to the prime Contractor in or about the construction of the work or improvement, or a subcontractor licensed by the State of California who, under subcontract to the prime Contractor, specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the plans and specifications, in an amount in excess of one-half of one percent of the prime Contractor's total bid. Said list shall include name and address of each subcontractor. Upon request and within two (2) business days after the date of the bid opening, the contractor also shall provide information to the Engineer about the listed subcontractor(s) identifying: their State Contractor’s license number; the description of work subcontracted; and the subcontract amount. The prime Contractor shall list only one subcontractor for each portion as is defined by the prime Contractor in his or her bid.

A sheet for listing all the subcontractors is included in the proposal.

SECTION 3. AWARD AND EXECUTION OF CONTRACT

3-1.01 General

City Funded Project Project No. 06911 B.P. Revised 12/05/2017 6 September 2019

The contractor’s attention is directed to the provisions in Section 3, "Contract Award and Execution," of the Standard Specifications and “Award, and Execution of Contract,” of these Special Provisions for the requirements and conditions concerning award and execution of contract.

Contractor’s attention is directed to Section 6-1, “City of Hayward Non-Discriminatory Employment Practices Provision,” of these Special Provisions.

Subcontractors must be named in the proposal. See Section 2-1.06 "Subcontracting," of these Special Provisions.

3-1.02 Not Used

3-1.03 Statement of Qualifications and Experience of Contractor

Based on the scope of this project, all contractors shall meet the following minimum requirements:

4. Hazardous Abatement included within overall Contract scope. 5. Demolition of, at a minimum, a six (6) story structure. 6. Demolition contract value in excess of $2,000,000.00.

Contractors who do not meet the above requirements shall not be considered.

All contractors shall submit information on relevant construction projects the contractor has been engaged in within the last 10 years. Reference information shall include project owner and address, project manager and/or inspector’s name and phone number, project description, project size in dollars, and status of completion. Additionally, if any listed work was under a subcontract, the contractor shall also provide the prime Contractor’s name and contact information. The reference projects shall include at minimum three (3) demolition projects of a six (6) story or higher reinforced concrete structure demolished within an urban site each by similar means.

Notwithstanding any provisions in the Contract Documents to the contrary, failure of the contractor to submit the “Statement of Qualifications and Experience of Contractor” covering experience on similar work, the City may, at its option and sole discretion, reject the proposal of such contractor. The City shall not be bound to reject such proposal on such ground and may award a contract to perform the work to such contractor if the City, on the basis of information available to it from any source, concludes that such contractor has the experience and ability, machinery, facilities, plant, equipment, and the financial resources and stability necessary to carry out and complete the work within the time required.

3-1.04 Contractor Selection Criteria

Award of the project will be based on the following evaluation criteria, in order of priority and not necessarily equally weighted or based on proposed cost:

1. Project understanding, as demonstrated by work sequence and approach. 2. Qualifications and recent experience in performing similar deconstruction projects.

After reviewing the proposals, prospective contractors may be interviewed by staff. If the City is not able to negotiate a satisfactory agreement with its first choice it will enter into negotiations with the next choice. Final approval of the contractor selected by City staff and the contract must be reviewed and approved by the City Council.

3-1.05 Condition of Proposal Acceptance

This RFP does not commit the City of Hayward to award a contract, to pay any costs incurred in the preparation of a proposal for this RFP, or to procure or contract for any services. The City of Hayward reserves the right to accept or reject any or all proposals received as a result of this request; negotiate

City Funded Project Project No. 06911 B.P. Revised 12/05/2017 7 September 2019

with any qualified source or to cancel the RFP in part or whole. All proposals and materials submitted will become the property of the City of Hayward and will not be deemed confidential or proprietary.

3-1.06 Contract Award and Execution

The Contractor’s attention is directed to Section 2-1.46, “Bid Rejection,” of the Standard Specifications. The right is reserved to reject any and all proposals. The right is also reserved to waive any informalities or irregularities in bids received.

The award of the contract, if it be awarded, will be to the most qualified contractor whose proposal complies with all the requirements prescribed. Such award, if made, will be made within 45 days after the opening of the proposals. This period of time specified above within which the award of contract may be made shall be subject to extension for such further period as may be agreed upon in writing between the Department and the contractor concerned.

All proposals received will be evaluated by an RFP Evaluation Committee. During the evaluation process, the City may require a proposer's representative to answer specific questions orally and/or in writing. The City may also require a visit to the proposer's offices, other field visits or observations by City representatives, or demonstrations as part of the overall RFP evaluation. Once a finalist or group of finalists is selected, additional interactions or information may be required. The most qualified individual or firm will be recommended to City management by the RFP Evaluation Committee based on the overall strength of each proposal, and the evaluation is not restricted to considerations of any single factor such as cost.

All proposals will be compared on the basis of the Engineer's Estimate of the quantities of the work to be done.

Section 3-1.18 “Contract Execution,” of the Standard Specifications is amended to read:

The successful contractor must sign the Contract form and shall deliver the following to the Engineer:

1. Signed Contract form 2. Contract bonds 3. Certificate of insurance with documents to verify any self-insurance coverage as required by Section 3-1.07, “Insurance Policies,” of the Standard Specifications and Section 5-1.07, “Indemnification and Insurance Requirements” of these Special Provisions. At the discretion of the Engineer, a copy of insurance policies may be also required to be submitted with the submission of the certificate of insurance within a specified time period. 4. Contractor’s Reference Information, if requested 5. Draft copy of the proposed contract with each sub-contractor that will be working on the project, if requested. An executed copy shall be submitted prior to construction.

The Engineer must receive these documents within ten (10) business days after the contractor receives the contract for execution.

The contractor’s security may be forfeited for failure to execute the contract within the time specified (Pub Cont Code §§ 10181, 10182, and 10183).

A copy of the Contract form is included at the end of these Special Provisions.

3-1.07 Contract Bonds

City Funded Project Project No. 06911 B.P. Revised 12/05/2017 8 September 2019

Section 3-1.05, "Contract Bonds (PUB CONT CODE §§ 10221 AND 10222)," of the Standard Specifications is amended to read:

At the time of the execution of the contract agreement for the work and at his own expense, the successful contractor must furnish 2 separate surety bonds:

1. Payment bond to secure the claim payments of laborers, workers, mechanics, or materialmen providing goods, labor, or services under the Contract. This bond must be equal to at least 110 percent (110%) of the total bid.

2. Performance bond to guarantee the faithful performance of the Contract. This bond must be equal to at least 110 percent (110%) of the total bid. This obligation may be reduced to an amount equal to at least ten percent (10%) of the contract price upon final acceptance, for a period of one year from the date of acceptance of work.

Sureties on each of said bonds shall (i) be issued by a surety that is authorized and admitted to transact business in the State in accordance with Code of Civil Procedure Section 995.120; (ii) include the notarized signatures of the Contractor and the surety. Prior to submitting the Bonds to the City, the Contractor must attach to each of the Bonds: (i) a print-out of information from the website of the Department of Insurance confirming that the surety is an admitted surety insurer, printed not more than ten days prior to submitting the Bonds to the City; or (ii) certification by the Clerk of the County that the surety is an admitted surety insurer, obtained from the Clerk of the County not more than ten days prior to submitting the Bonds to the City. No change in the Work or the Project, extension of time for performance of the Work or other action permitted pursuant to this Contract shall be deemed or construed to, in any manner or respect, release the Contractor or any surety that has issued one or both of the Bonds from their respective obligations pursuant to the Bonds, and each such surety shall be deemed to have waived notice of such changes, extensions and other actions; and, further, in the event of default by the Contractor, the surety shall promptly investigate such default and promptly, and in no event longer than 45 days from the City’s notice of the default, advise City of Surety’s unequivocal election whether it will complete the Project with a new contractor (not the Contractor unless City in its sole discretion so consents) with new Bonds, or exercise other rights or remedies permitted by law of the Bonds.

Bond forms are included in the Contract at the end of these Special Provisions.

City Funded Project Project No. 06911 B.P. Revised 12/05/2017 9 September 2019

SECTION 4. BEGINNING OF WORK, TIME OF COMPLETION, AND LIQUIDATED DAMAGES

Attention is directed to the provisions in Section 8-1.04, "Start of Job Site Activities," in Section 8-1.05, "Time," and in Section 8-1.10, "Liquidated Damages," of the Standard Specifications and elsewhere in these Special Provisions. These provisions are supplemented by the following.

Preconstruction Conference: Prior to the issuance of the Notice to Proceed, a pre-construction conference will be held at the Office of the Engineer for the purpose of discussing with the Contractor the scope of the work, contract plans and specifications, and the Contractor's schedule. Unless otherwise approved by the Engineer, the Contractor's proposed superintendent shall be and at least one representative from each listed subcontractor. The time and date for the pre-construction conference will be scheduled by the Engineer.

Notice to Proceed: A Notice to Proceed will be issued on a Friday, with the first chargeable working day on the following Monday. The Contractor shall begin work within 10 calendar days after receiving the Notice to Proceed.

The entire work shall be diligently prosecuted to Project Substantial Completion before the expiration of one-hundred eighty (180) WORKING DAYS beginning on the first working day charged as shown in the Notice to Proceed (i.e., beginning on the following Monday) and ending on Project Substantial Completion. Project Final Completion shall be completed within one-hundred eighty-seven (187) WORKING DAYS from Substantial Completion. (Said 180 WORKING DAY and 187 WORKING DAY periods, collectively, referred to as the Contract Time.)

Failure to complete the entire Work within the Contract Time shall result in Contractor responsibility for Substantial Completion liquidated damages and/or Final Completion liquidated damages.

Substantial Completion Liquidated Damages: The Contractor shall pay to the City of Hayward the sum of $500 per day in excess of the number of working days prescribed above, for each and every CALENDAR DAY’s delay in achieving Project Substantial Completion.

• For purposes of this Section 4, the term Substantial Completion means completion of all work with the sole exception of clearly inconsequential punch list work, clearly inconsequential corrections to submittals or other clearly minor items limited to required documents or submittals following completion of construction; subject to the further limitation that such clearly minor items may not affect the public use or beneficial occupancy of any part of the Project; and subject to the further limitation that Contractor provides City with its written plan and assurance to complete all such minor work within ten (10) WORKING DAYS or less of the date of Substantial Completion.

• In his or her sole discretion, the Engineer may consider requests for finding Substantial Completion in doubtful cases. Under no circumstances, however, may Engineer grant Substantial Completion if the entire work is not ready for beneficial occupancy, or work remaining includes inspections or approvals required for use of any equipment or systems, or if work remaining includes required training or operation and maintenance manuals necessary for use and operation of any part of the Project.

• At Substantial Completion, Engineer will commence steps to recommend that the Director formally accept the contract.

Final Completion Liquidated Damages: For the time period following Substantial Completion and up to the date of Final Completion, the Contractor shall pay to the City of Hayward the sum of $500 per calendar day that expires between achievement of Substantial Completion and achievement of Final Completion. (For purposes of this Section 4, the term Final Completion means completion of all remaining punch list work or other items remaining to be completed at Substantial Completion.)

City Funded Project Project No. 06911 B.P. Revised 12/05/2017 10 September 2019

Final Completion requires Contractor complete all work necessary for Engineer to recommend that the Director formally accept the contract.

Performance Liquidated damages: In addition to Substantial Completion liquidated damages and/or Final Completion liquidated damages provided above, the Contractor shall complete the work listed in the following items within the specified time; and upon any failure as specified, pay the liquidated damages in the specified amount as follows:

List Specific performance LD:

Not applicable to this project.

City Funded Project Project No. 06911 B.P. Revised 12/05/2017 11 September 2019

Section 5. General

SECTION 5-1. MISCELLANEOUS

5-1.01 Equipment Rental Rates and Labor Surcharge

The labor surcharge, equipment rental rates and the right of way delay factors for each classification of equipment are listed in the Department of Transportation publication entitled Labor Surcharge and Equipment Rental Rates.

5-1.02 General Prevailing Wage Rates

Attention is directed to Section 7-1.02K (1), “General,” of the Standard Specifications.

The following sentence is added to the end of the first paragraph in Section 7-1.02K (1), “General,” of the Standard Specifications:

Any Contractor who is awarded a public works project and intends to use a craft or classification not shown on the general prevailing wage determinations, may be required to pay the wage rate of the craft or classification most closely related to it as shown in the general determinations in effect on the date of advertisement for the project.

The second paragraph in Section 7-1.02K (2), “General,” of the Standard Specifications are amended to read:

The general prevailing wage rates and any applicable changes to these wage rates are available:

1. At the office of the Engineer, Department of Public Works, Engineering and Transportation Division, 2nd floor, of the Hayward City Hall, 777 “B” Street, Hayward, CA 94541. 2. From the Department of Industrial Relations' Web site at http:/www.dir.ca.gov

Pursuant to Section 1773.2 of the Labor Code, general prevailing wage rates that are in effect on the date of the advertisement for the project and by reference are made a part of the contract, shall be posted by the Contractor at a prominent place at the site of the work.

The last sentence in the fourth paragraph in Section 7-1.02K (2), “General,” of the Standard Specifications is amended to read:

Changes in general prevailing wage determinations that conform to Labor Code Section 1773.6 and Title 8 California Code of Regulations Section 16204 shall apply to the project when issued by the Director of Industrial Relations by the date of the advertisement for the project.

The Contractor shall have full responsibility, and subsequent liability for enforcing the general prevailing wage rate requirements upon all subcontractors utilized by the Contractor in the performance of this contract.

Attention is directed to Section 7-1.02K (3), “Certified Payroll Records (Labor Code §1776),” of the Standard Specifications. Regulations implementing said Section 1776 are located in Sections 16000 et seq of Title 8, California Code of Regulations.

The first sentence of 7-1.02K (3), “Certified Payroll Records (Labor Code §1776),” of the Standard Specifications is amended to read:

City Funded Project Project No. 06911 B.P. Revised 12/05/2017 12 September 2019

Two copies of all payrolls records, weekly, including those of subcontractors shall be submitted weekly to the Engineer.

5-1.03 Engineer’s Authority

Section 5-1.03, "Engineer’s Authority" of the Standard Specifications is amended to read:

The Engineer shall decide all questions which may arise as to the quality or acceptability of materials furnished and work performed and as to the manner of performance and rate of progress of the work; all questions which may arise as to the interpretation of the plans and specifications; all questions as to the acceptable fulfillment of the contract on the part of the Contractor; and all questions as to compensation.

The Engineer makes the final decision on questions regarding the Contract, including:

1. Work quality and acceptability 2. Manner of performance of the work 3. Drawing and specification interpretation 4. Acceptable contract fulfillment on the part of the Contractor 5. Time and rate of progress of the work 6. Measurement and payment

Failure to enforce a Contract part does not waive enforcement of any other Contract provision.

The Engineer may reject work that does not comply with the Contract at any time, including after a payment has been made.

All decisions shall be in writing, signed by the Engineer; otherwise, such decisions are not effective. In addition, certain changes and modifications, require approval as to form by the City Attorney for the City of Hayward; otherwise, they are not effective. Change orders and modifications requiring approval as to form by the City Attorney, are change orders or contract modifications regarding, requiring or effecting the subjects of: confidential data subject to legal protections under state or federal law; collection of sales or use taxes; releases and settlements; assignments; requiring City to maintain insurance; imposing indemnification obligations on City; arbitration, litigation, mediation; statutory violations, copyrights, trademarks; settlements, judgments, court actions.

5-1.04 Inspection and Working Hours

The Engineer shall, at all times, have safe access to the work during its construction, and shall be furnished with every reasonable facility for ascertaining that the materials and the workmanship are in accordance with the requirements and intentions of these specifications, the special provisions and the plans. All work done and all materials furnished shall be subject to the Engineer's inspection.

The inspection of the work or materials shall not relieve the Contractor of any of the Contractor's obligations to fulfill the contract as prescribed. Work and materials not meeting the requirements shall be made good and unsuitable work or materials may be rejected, notwithstanding that the work or materials have been previously inspected by the Engineer or that payment therefor has been included in a progress estimate.

The Contractor shall coordinate inspections from various City departments and allow in his schedule the time necessary for scheduling of the inspections and the actual inspection time. The Department

City Funded Project Project No. 06911 B.P. Revised 12/05/2017 13 September 2019

of Public Works – Engineering & Transportation has no authority over the City Building Division or Fire Department Inspectors and will not provide coordination between these separate City entities. No additional working days or compensation will be allowed for due to inspection scheduling and the actual inspection.

Working Hours

The Contractor's normal working hours shall be from 7:30 a.m. to 4:30 p.m., Monday through Friday, except trade union holidays. All work performed on Saturdays, Sundays, any trade union holidays, or on weekdays before 7:30 a.m. or after 4:30 p.m. shall be subject to charges for overtime inspection by City’s Forces. The overtime inspection is charged at one and one-half times the hourly rate. Inspection performed on City (Legal) holidays, which are trade union workdays, will not be charged to the Contractor. The hourly rate for inspectors shall be as set forth in the current City of Hayward Positions and Salaries Resolution.

All Contractors’ work shall also meet the time restriction requirements specified in the sections 5-1.21 “Sound Control Requirements,” and 10-1.10 “Maintaining Traffic,” elsewhere in these Special Provisions. The following is a summary of the various hours for contractor’s operation for the project. It is the Contractor’s responsibility to read the details and requirements in each section mentioned in the table. Any deviation from these hours requires written approval of the Engineer.

SECTION TITLE DESCRIPTION HOURS DAYS (Location) Contractor’s Normal Working or Weekdays except INSPECTION 7:30 a.m. to 4:30 p.m. Normal Inspection Hours trade union holidays (Section 5) Sound Control (Noise level may 7:00 a.m. to 7:00 p.m. Daily SOUND CONTROL exceed 6 dba above the ambient Sundays and REQUIREMENTS noise in residential areas only 10:00 a.m. to 6:00 p.m. designated legal (Section 5) during the hours shown) holidays* Monday through MAINTAINING Friday except Traffic Control For Lane Closure 8:00 a.m. to 4:00 p.m. TRAFFIC designated legal (Section 10-1) holidays *Same as the “designated legal holidays” defined in “Maintaining Traffic”

Registration with DIR: No contractor or subcontractor may be awarded a contract for work on a public works project, or may perform any work on a public works project, unless the contractor or subcontractor is currently registered with the DIR and qualified to perform public work pursuant to Labor Code Section 1725.5. Notwithstanding anything to the contrary, if at any time during the performance of the Work, the Contractor or any of its subcontractors is not duly registered pursuant to Labor Code Section 1725.5 (including, without limitation, if the DIR revokes the registration), the City may cancel the Agreement and/or replace the Contractor or subcontractor with a contractor or subcontractor that is duly registered pursuant to Labor Code Section 1725.5.

5-1.05 Labor Nondiscrimination

Section 7-1.02I(2), "Nondiscrimination," of the Standard Specifications is amended to read:

Attention is directed to Section 1735 of the Labor Code, which reads as follows:

"No discrimination shall be made in the employment of persons upon public works because of the race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, or sex of such persons, except as provided in Section 12940 of the Government Code, and every contractor for public works

City Funded Project Project No. 06911 B.P. Revised 12/05/2017 14 September 2019

violating this section is subject to all the penalties imposed for a violation of this chapter."

The Contractor is directed to Section 6, "City of Hayward Requirements," of these Special Provisions for the Nondiscrimination Provisions.

5-1.06 Contractor License

Section 3-1.06, “Contractor License,” of the Standard Specifications is amended to read:

Attention is directed to the provisions of Chapter 9 of Division 3 of the Business and Professions Code concerning the licensing of contractors.

All contractors shall be licensed in accordance with the laws of this State and any contractor not so licensed is subject to the penalties imposed by those laws.

Attention is also directed to the requirements in Public Contract Code Section 10164.

In all City projects, the Contractor shall be properly licensed at the time the contract is awarded through Contract acceptance.

5-1.07 Indemnification and Insurance Requirements

The Contractor's obligations regarding indemnification of the City of Hayward shall conform to the provisions in Section 7-1.05, "Indemnification," of the Standard Specifications. All references to the “State” shall be replaced with the “City of Hayward”.

Insurance Requirements:

Section 7-1.06, “Insurance,” of the Standard Specifications is amended to read:

After award of contract, the Contractor shall promptly obtain, at its own expense, all the insurance required by this section and shall submit a completed copy of the Certificate of Insurance signed by the Contractor's agent or broker with documents to verify any self-insurance coverage to the Public Works Department for review and approval by the City. The Certificate of Insurance shall clearly identify the project name and number in the space labeled “Description of Operations/Locations/Special Items” on the form. The insurance requirements must be met within the same 10-day period allowed for contract execution as provided in the Directions to Bidders in the proposal.

The notice to proceed with the work under this contract will not be issued, and the Contractor shall not commence work, until such insurance has been approved by the City. The Contractor shall not allow any subcontractor to commence work on its subcontract until all similar insurance required of the subcontractor has been obtained. Such insurance shall remain in full force and effect at all times during the prosecution of the work and until the final completion and acceptance thereof.

(1) Workers' Compensation and Employer's Liability Insurance The Contractor shall take out and maintain during the life of the contract, Statutory Workers' Compensation and Employer's Liability Insurance with limits not less than One Million Dollars ($1,000,000.00) for all of its employees to be engaged in the work on the project under the Contract. Should any work be sublet, the Contractor shall require the subcontractor similarly to provide Workers' Compensation and Employer's Liability Insurance, all in strict compliance with State laws and to fully protect the City from any and all claims arising out of occurrences on the work.

City Funded Project Project No. 06911 B.P. Revised 12/05/2017 15 September 2019

(2) Commercial General and Automobile Liability Insurance The Contractor shall take out and maintain in the name of the Contractor and, as an additional insured, the City, during the life of the Contract, such Commercial General and Automobile Liability Insurance as shall protect the Contractor, the City, its officials, officers, directors, employees and agents, from claims which may arise from operations under this contract, whether such operations be by the Contractor, by the City, its officials, officers, directors, employees and agents, any subcontractors, or by anyone directly or indirectly employed by any of them. Such coverage shall be at least as broad as: Insurance Service Office Commercial General Liability coverage (occurrence Form CG0001) and Insurance Service Office Form Number CA0001 (Ed. 1/87) covering Automobile Liability, Code 1 (any auto). This liability insurance shall include, but shall not be limited to, protection against claims arising from bodily and personal injury and damage to property, resulting from the Contractor's or subcontractor's operations, including the use of owned or non-owned automobiles, products, and completed operations. The amounts of insurance shall not be less than the following:

Commercial General Liability: $1,000,000 per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability Insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit.

Automobile Liability: $1,000,000 per accident for bodily injury and property damage.

The following endorsements must be attached to the policy:

(a) If the insurance policy covers on an "accident" or a "claims made" basis, it must be changed to "occurrence." (b) The policy must cover Personal Injury as well as Bodily Injury. (c) The policy must cover complete contractual liability. Exclusions of contractual liability as to bodily injuries, personal injuries and property damages MUST BE ELIMINATED from the basic policy endorsements. This endorsement may be satisfied by amending the definition of "incidental contract" to include written contract. (d) Broad form property damage liability must be afforded. Permission is granted for deductible, which shall not exceed $10,000 without special approval of the City. (e) The City must be named as an additional named insured under the coverage afforded with respect to the work being performed under the contract. (f) A certificate shall be provided which states that the coverage is PRIMARY INSURANCE and that no other insurance effected by the City will be called upon to contribute to a loss under this coverage. (g) The policy must include a cross liability or severability of interests clause. (h) Any failure of the Contractor to comply with the reporting provisions of the policies shall not affect coverage provided to the City, et al. (i) Notice of cancellation, non-renewal, reduction in limits, or material change, shall be sent to the City with at least thirty (30) days prior written notice by certified mail. (j) Insurance is to be placed with California Admitted Insurers with a Best's rating of no less than A: XI.

Should any such insurance policy be materially changed before final completion of the work, and the Contractor fail to procure other insurance as herein required, immediately, the City may procure such insurance and deduct the cost thereof from any amounts due to the Contractor.

5-1.08 Contractor’s Control Termination The Contractor’s attention is directed to Section 8-1.13, "Contractor’s Control Termination," of the Standard Specifications.

5-1.08A Contract Termination

City Funded Project Project No. 06911 B.P. Revised 12/05/2017 16 September 2019

Section 8-1.14, "Contract Termination," of the Standard Specifications is deleted and the following sections are substituted therefor.

5-1.08A.1 General Notice thereof in writing will be served upon the Contractor, and should he neglect or refuse to provide means for a satisfactory compliance with the contract as directed by the Engineer within the time specified in such notice, the City Council, in any such case, shall have the power to suspend the operation of the contract. Upon receiving notice of such suspension, the Contractor shall discontinue said work or said parts of it as the City Council may designate.

The City Council may annul and terminate the Contract and re-let the work or any part thereof. In making the determination as to whether there has been non-compliance with the contract so as to warrant the suspension or annulment thereof, the decision of the City Council or its duly authorized representative shall be binding on all parties to the Contract. The Department issues you a written notice, implements the termination, and pays you.

5-1.08A.2 Relief from Responsibility for Work Upon receiving a termination notice:

1. Stop work 2. Notify subcontractors and suppliers of the Contract termination and stop Contract-related work 3. Perform the Engineer-ordered work to secure the job site for termination 4. Remove equipment 5. Subject to the Engineer's authorization, settle termination-related claims and liabilities involving subcontractors and suppliers; assign to the Department the rights, titles, or interests held by you with respect to these parties

5-1.08A.3 Responsibility for Materials Upon receiving a termination notice, protect unused material until:

1. You submit an inventory of materials already produced, purchased, or ordered but not yet used; include the location of the material. 2. The Engineer identifies materials that will be retained by the Department. Submit bills of sales or other records of material title. 3. The Engineer confirms that unused materials paid by progress payment and materials furnished by the City have been delivered and stored as ordered. 4. The titles are transferred for materials purchased by the Department.

Dispose of materials that will not be retained by the Department.

5-1.08A.4 Contract Acceptance after Termination The Engineer recommends Contract acceptance after determining completion of: 1. Work ordered to be completed before termination 2. Other work ordered to secure the project before termination 3. Material delivery and title transfer

5-1.08A.5 Payment Adjustment for Termination The Contractor’s attention is directed to Section 8-1.14E, “Payment Adjustment for Termination,” of the Standard Specifications.

5-1.09 Claims and Dispute Resolution

5-1.09A Deletion of State Standard Specifications for Partnering, DRB and Arbitration. Section 5-1.09 “PARTNERING” of the Standard Specifications is deleted. Section 5-1.43E “Alternative Dispute Resolution” of Standard Specifications is deleted. Section 9-1.22 of the Standard Specifications is deleted.

City Funded Project Project No. 06911 B.P. Revised 12/05/2017 17 September 2019

5-1.09B Addition of Mediator(s) under California Public Contract Code (PCC) §9204. A mediator, mediators or other facilitated dispute resolution procedure neutrals, as the parties may agree, may be appointed by the City and Contractor. If the parties so agree, a mediator may hear and facilitate more than one claim or dispute. All mediation(s) and other forms of dispute resolution agreed upon by the parties shall be non-binding. All mediation or other dispute proceedings shall be subject to the California Evidence Code on mediation confidentiality. The mediator(s) and/or other dispute resolution neutrals, shall at all times be neutral, free from conflicts of interest, have not represented or been engaged by any party in any capacity in the prior 10 years. Under no circumstances may mediators or dispute resolution neutrals be compelled to testify in any legal proceedings.

5-1.09C Potential Claims; Claims; Dispute Resolution Requirements. The Standard Specifications, the California Public Contract Code (PCC) and the California Government Code, provide procedures and requirements for potential claims, claims and dispute resolution. These procedures and requirements apply throughout the work of the Project. For any one dispute, these procedures and requirements may apply in the following sequence:

1. Provide an RFI or RFI’s pursuant to the Standard Specifications, Section 5-1.42 “Requests for Information”

2. Provide Potential Claims pursuant to the Standard Specifications, Section 5-1.43A, Potential Claims, “General” and the three stages of documentation of potential claims. a. Provide Initial Potential Claim Record pursuant to the Standard Specifications, 5-1.43B “Initial Potential Claim Record” within 5 days of the Engineer's response to the RFI or within 5 days from the date when a dispute arises due to an act or failure to act by the Engineer. b. Provide Initial Supplemental Claim Record pursuant to the Standard Specifications, 5- 1.43C “Supplemental Claim Record” within 15 days of submitting the Initial Potential Claim Record. c. Provide Full and Final Potential Claim Record pursuant to the Standard Specifications, 5- 1.43D “Full and Final Potential Claim Record “within 10 days of the completion date of the potentially claimed work.

3. File Claims, Participate in Informal Conferences and Dispute Resolution, per PCC §9204, a full copy of which is attached to these Special Provisions, and incorporated here by this reference. Contractor shall have, at all times, all rights and obligations that apply under PCC §9204. For convenience and not by way of limitation, steps under Section 9204 include:

a. Step 1: Contractor Claim and City Response. Contractor may file a §9204 claim, with supporting information, following the requirements of the statute. The City will respond to the §9204 claim within 45 days of receipt. The 45-day period has limited exceptions. (See §9204(c) and (d)(1).)

b. Step 2: Informal Conference for Settlement of Disputed Items. In the event of disputed items after Step 1, Contractor may request an informal conference for settlement of the dispute, to occur within 30 days of City’s receipt of Contractor’s written demand therefore; with both Contractor and City to follow statutory requirements for the conference. If disputed items remain after the informal conference, City shall provide the Contractor with a written statement identifying the portion of the claim that remains in dispute and the portion that is undisputed. (See §9204(d)(2).)

c. Step 3: Any remaining disputed portion of the §9204 claim, as identified by the Contractor in writing, shall be submitted to nonbinding mediation or other mutually

City Funded Project Project No. 06911 B.P. Revised 12/05/2017 18 September 2019

agreeable dispute resolution procedure, with the City and the Contractor sharing the associated costs equally. The City and Contractor shall mutually agree to a mediator within 10 business days after the disputed portion of the §9204 claim has been identified in writing. Contractor and City to follow all statutory procedures. (See §9204(d)(2).)

4. Follow Procedures and Requirements of Standard Specifications Section 9-1.17 “PAYMENT AFTER CONTRACT ACCEPTANCE”, including without limitation, Section 9-1.17C “Proposed Final Estimate” and Section 9-1.17D “Final Payment and Claims” and all subsections thereof. Procedures and requirements at this stage include, without limitation: submission and review of the proposed final estimate; the final estimate; final payment; Identification of potential claim records properly submitted during construction; substantiation of overhead claims; declarations; waiver of claims for non-compliance with contract requirements or procedures; and final determinations of claims.

5. Government Code Section 910 Claim. In the event contractual and statutory procedures for claim resolution do not succeed, Contractor shall, as a condition precedent to litigation, file a timely and proper Government Code §910 Claim, containing the information required by the Government Code and the specific information identified below. Contractor’s attention is directed to the following requirements:

a. The Claim must be filed with the City Clerk or other statutory agent for the City Council. Delivery to a member of City staff is insufficient.

b. The Claim must identify the specific disputed claim or claims for which Contractor intends to pursue litigation, and the date of completion of statutory and contractual claim procedures that apply to the claim,

c. The Claim must identify the persons at the City responsible for administration of the claim(s), the claim resolution procedures, and attach all written decisions thereon.

d. The Claim must designate the contact person and contact information for Contractor in the event the City performs further investigations.

e. The Claim shall not, however, identify the name of the mediator(s) who administered the required mediations

5-1.09D Timing; Requirement to Complete Potential Claim Records. Contractor shall endeavor to exercise rights under §9204 after having complied with Sections 5-1.43A, 5-1.43B., 5-1.43C. and 5- 1.43D regarding potential claim records; however, it is not mandatory that Contractor do so.

a. Contractor may elect to proceed with contract and statutory procedures in parallel. Contractor must, however, perform fully the requirements of contract and statutory procedures. Contractor’s attention is directed to the requirements of Standard Specifications Section 9- 1.17 “PAYMENT AFTER CONTRACT ACCEPTANCE”.

b. In no event shall Contractor’s filing of a §9204 claim be treated as excusing, limiting or constituting satisfaction of the requirements of Sections 5-1.43A, 5-1.43B., 5-1.43C. and 5- 1.43D. The §9204 claim procedures are not a substitute for the submitting of an RFI and potential claim records. Nor are the §9204 claim procedures a substitute for compliance with the procedures and requirements of Standard Specifications Section 9-1.17 “PAYMENT AFTER CONTRACT ACCEPTANCE”.

City Funded Project Project No. 06911 B.P. Revised 12/05/2017 19 September 2019

5-1.09E Application of California Government Code §930.2 et seq. Pursuant to Government Code Section 930.2 et seq,, the following requirements of the Standard Specifications shall constitute a claim procedure by agreement and subject to Government Code §930.4.

a. Sections 5-1.43A, 5-1.43B., 5-1.43C. and 5-1.43D regarding notification and documentation of potential claims; and, b. Section 9-1.17 “PAYMENT AFTER CONTRACT ACCEPTANCE”, with specific reference to Section 9-1.17C “Proposed Final Estimate” and Section 9-1.17D “Final Payment and Claims” and all subsections thereof.

Contractor’s attention is directed to Government Code §930.4 regarding procedures for late claims.

5-1.09F Application of Public Contract Code §7105(d)(2). Provide all pricing, documentation and state amounts for potential claims and changed work in conformance with Contract measures, per PCC 7105(d)(2). Pricing of changes, potential claims and claims may not include special, incidental or consequential damages, except for amounts provided explicitly in the Contract (if any) or in cases where such amounts are expressly permitted by statute; all other forms of special, incidental or consequential damages are waived by Contractor,

5-1.09G Application of California Public Contract Code Section 20104.2. For Claims Less That $375,000. Where Contractor’s claims are less than $375,000 in the aggregate, comply with California Public Contract Code Section 20104.2, a copy of which is attached to these Special Provisions.

5-1.09H Final Dispute Resolution. Final dispute resolution shall be in a court of competent jurisdiction, not by arbitration. All references in the Standard Specifications to arbitration are deleted, and substituted in its place are the words “litigation in a court of competent jurisdiction”. All references in the Standard Specifications to “Public Contract Code § 10240.2” are deleted and “Government Code §§930.2, 930.4” is substituted in its place.

5-1.10 Partial Payments The Contractor’s attention directed to Section 9-1.16E “Withholds” of the Standard Specifications regarding Withholds, Progress Withholds, Performance Failure Withholds, Stop Notice Withholds and Penalty Withholds, and the following:

The Department, once in each month, shall cause an estimate in writing to be made by the Engineer. The estimate shall include the total amount of work done. No partial payment will be made for any materials on hand which are furnished but not incorporated in the work. The estimate shall also include any amounts payable for mobilization. Daily extra work reports furnished by the Contractor less than five (5) calendar days before the agreed upon cut-off date for pay quantity measurement, not including Saturdays, Sundays, and legal holidays, prior to the preparation of the monthly progress estimate shall not be eligible for payment until the following month’s estimate.

Section 9-1.16F, “Retentions,” of the Standard Specifications is deleted.

The City shall retain 5 percent of such estimated value of the work done as part of security for the fulfillment of the contract by the Contractor. However, at any time after 95 percent of the work has been completed, the Department, at its discretion, may reduce the total amount being retained from payment pursuant to the above requirements to not less than 125 percent of the estimated value of said work yet to be completed if the Engineer finds that satisfactory progress is being made, upon written request from the Contractor, and if the reduction has been approved in writing by the surety on the performance bond and the surety on the

City Funded Project Project No. 06911 B.P. Revised 12/05/2017 20 September 2019

payment bond. The retention shall be paid in accordance to Section 5-1.16, “Payment after Acceptance,” of these Special Provisions.

The Department shall pay monthly to the Contractor, while carrying on the work, the balance not retained, as aforesaid, after deducting therefrom all previous payments and all sums to be kept or retained under the provisions of the contract. No monthly estimate or payment shall be required to be made when, in the judgment of the Engineer, the work is not proceeding in accordance with the provisions of the contract.

No monthly estimate or payment shall be construed to be an acceptance of any defective work or improper materials.

Partial payments made after the completion date will not constitute a waiver of liquidated damages.

5-1.10A Schedule of Values for Lump Sum Bid Items The Contractor’s attention is directed to Section 9-1.16B, “Schedule of Values” of the Standard Specifications. A schedule of values for all lump sum bid items shall be submitted, when requested.

5-1.11 Payment of Withheld Funds Attention is directed to Section 5-1.10, "Partial Payments," of these Special Provisions, and in particular to the retention provisions of that section.

The Contractor may elect to receive 100 percent of payments due under the contract from time to time, without retention of any portion of the payment by the City, by depositing securities of equivalent value with the City in accordance with the provisions of Sections 22300 of the Public Contract Code. All expenses of such substitute deposit shall be borne by the Contractor. Securities eligible for investment under the section shall include those listed in Section 16430 of the California Government Code or certificates of deposit of a bank or savings and loan association. The Contractor shall be the beneficial owner of any securities substituted for moneys withheld and shall receive any interest thereon. Such securities, if deposited by the Contractor, shall be valued by the City's Finance Director (Treasurer), whose decision on valuation of the securities shall be final.

Alternatively, upon the Contractor's request, the City will make payment of retentions earned directly to the escrow agent. The Contractor may direct the investment of the payments into securities, and the Contractor shall receive the interest earned on the investments upon the same terms provided for securities deposited by the Contractor. Upon satisfactory completion of the contract, the Contractor shall receive from the escrow agent all securities, interest and payments received by the escrow agent from the City, pursuant to the terms in Section 22300 of the public Contract code.

The escrow agreement used pursuant to this Section shall be substantially similar to the “Escrow Agreement for Security Deposits In Lieu of Retention” in Section 22300 of the Public Contract Code, deemed as incorporated herein by reference.

The Contractor shall obtain the written consent of the surety to the agreement.

5-1.12 Cost Reduction Incentive/Value Engineering Section 4-1.07, “Value Engineering,” of the Standard Specifications is deleted.

5-1.13 Payment Adjustments for Price Index Fluctuation

City Funded Project Project No. 06911 B.P. Revised 12/05/2017 21 September 2019

Section 9-1.07, “Payment Adjustments for Price Index Fluctuations” of the Standard Specification is deleted.

No payment adjustments for price index fluctuations shall be made for asphalt contained in materials for pavement structural sections, pavement surface treatments such as hot mix asphalt (HMA), , tack coat, asphaltic emulsions, bituminous seals, asphalt binders, modified asphalt binders, or any other material containing asphaltic emulsion that is used in the project.

5-1.14 Reserved

5-1.15 Final Inspection and Contract Acceptance Section 5-1.46, "Final Inspection and Contract Acceptance," of the Standard Specifications is amended to read as follows:

The Contractor shall request Engineer’s final inspection, when work is completed. If the Engineer determines that the contract work has been completed in all respects in accordance with the plans and specifications, he or she will prepare a written statement of final quantities of the total amount of work complete under the contract, including therein an itemization of said amount, segregated as to contract item quantities, extra work and any other basis for payment for approval by the Contractor. All prior estimates shall be subject to correction in the statement of final quantities.

Upon approval of the statement of final quantities by the Contractor, or if Contractor approval is not received within ten (10) calendar days of receipt of the statement of final quantities, the Engineer will recommend to the Director that the City formally accept the work under the contract as complete. The Engineer will then prepare a final estimate of the total sum due the Contractor based on the statement of final quantities, including therein an itemization of said amount, segregated as to contract item quantities, extra work and any other basis for payment, and shall also show therein all deductions made or to be made for prior payments and amounts to be kept or retained under the provisions of the contract.

Approval of the Engineer's estimate of final quantities by the Contractor shall not forfeit the Contractor's right to file claims against the City as provided for in Section 5-1.09, "Claims by Contractor and Arbitration," of these Special Provisions.

The Contractor's attention is directed to Section 5-1.43, "Potential Claims and Dispute Resolution," of the Standard Specifications regarding giving the Engineer timely written notice regarding potential claims against the City.

Upon formal acceptance by the City, the Contractor will be relieved of the duty of maintaining and protecting the work as a whole, and he will not be required to perform any further work thereon; and the Contractor shall be relieved of this responsibility for injury to persons or property or damage to the work which occurs after the formal acceptance by the City, except for injuries or damages arising out of latent defects.

5-1.16 Payment after Acceptance Section 9-1.17, "Payment After Contract Acceptance," of the Standard Specifications is amended to read as follows:

The City will record the Notice of Completion with the County Recorder within 10 days after formal acceptance by the City and, if no mechanic's lien is recorded within thirty (30) days after the recording of the Notice of Completion with the County Recorder, the City will make a final payment of the entire sum due the Contractor based on the Engineer's final estimate. Such final

City Funded Project Project No. 06911 B.P. Revised 12/05/2017 22 September 2019

payment will be made within ten (10) days after the expiration of the aforementioned thirty (30) day period.

As a condition to final payment, Contractor shall provide Owner a Conditional Waiver and Release on Final Payment” in the form specified in Civil Code Section 8136, which shall be applicable to the total amount of the final payment. In no event shall final payment, release of Retention to the Contractor, or any inspection or approval in connection therewith, constitute a waiver or release by the City of its rights pursuant to the Agreement relating to any Work that was not performed in strict accordance with the Contract Documents.

5-1.17 Guarantees In addition to any guarantees required by other of the Contract Documents, Contractor shall, and hereby does, guarantee all Work for a period of one year after date of acceptance of the entirety of the Work by City. The Contractor shall, at its sole cost and expense, repair or replace any and all such Work (together with any other Work that may thereby be displaced) as is found to be defective in workmanship and/or materials within a one- year period from date of acceptance, ordinary wear and tear, unusual abuse, and neglect excepted. City will give notice of observed defects with reasonable promptness. Contractor must coordinate the completion of the repairs with the City. This Article shall not be deemed or construed to in any way limit the guarantee of any items for which a longer guarantee is specified or of any items for which a manufacturer gives a guarantee for a longer period. Contractor shall furnish City all appropriate guarantee or warranty certificates upon completion of the Project.

5-1.18 Removal of Asbestos and Hazardous Substances When the presence of asbestos or hazardous substances are not shown on the plans or indicated in the specifications and the Contractor encounters materials which the Contractor reasonably believes to be asbestos or a hazardous substance as defined in Section 25914.1 of the Health and Safety Code, and the asbestos or hazardous substance has not been rendered harmless, the Contractor may continue work in unaffected areas reasonably believed to be safe, and shall immediately cease work in the affected area and report the condition to the Engineer in writing.

In accordance with Section 25914.1 of the Health and Safety Code, all such removal of asbestos or hazardous substances including any exploratory work to identify and determine the extent of such asbestos or hazardous substance will be performed by change order or separate contract.

If delay of work in the area delays the current controlling operation, the delay will be considered a right of way delay and the Contractor will be compensated for such delay as provided in Section 8-1.07C, “Payment Adjustments,” of the Standard Specifications. The Contractor’s attention is directed to Section 9-1.11, “Time-Related Overhead,” of the Standard Specifications.

5-1.19 Permits, Licenses, Agreements and Certifications Procurement of permits and licenses shall conform to the requirements of Section 5-1.20B, "Permits, Licenses, Agreements, and Certifications," of the Standard Specifications and these Special Provisions.

5-1.19A City Permits & Licenses The Contractor shall obtain all permits required by the City (building, plumbing, electrical, etc.). The City of Hayward will waive all fees for those permits issued by the City.

The following City permits are required for this project:

1) Demolition Permit 2) Tree Removal Permit

City Funded Project Project No. 06911 B.P. Revised 12/05/2017 23 September 2019

The Contractor and sub-contractors shall obtain and pay all fees for a City of Hayward Business License prior to starting work and shall maintain same at all times during the life of the contract.

5-1.19B Encroachment Permits

None Required

5-1.19C Right of Entry

None Required

5-1.19D Temporary Construction Easements

5-1.19E Areas for Contractor’s Use The City right-of-way shall be used only for purposes that are necessary to perform the required work. The Contractor shall not occupy the right-of-way, or allow others to occupy the right-of-way, for purposes which are not necessary to perform the required work.

The Contractor shall make his own arrangements at his own expense and risk for a staging area for the temporary stockpiling of material, and the City shall not be held liable for damage to or loss of materials or equipment located within these areas. The Contractor will not be allowed to use public streets or City-owned property for such purposes without the written approval of the Engineer.

The adjacent City-owned property which is the open lot to the north of the project site between the Safeway Grocery Store and City Center Drive is available for Contractor staging, temporary stockpiling, material handling and processing. Contractor jobsite office and contractor parking may also be allowed at the aforementioned City-owned property. At final turnover to City, the Contractor is responsible to restore the adjacent site to its original condition.

Prior to using any private property, the Contractor shall submit to the Engineer a written release from the property owner absolving the City of any and all responsibility in connection with the use of such property.

The Contractor’s attention is directed to “Indemnification and Insurance Requirements,” elsewhere in these Special Provisions.

5-1.20 Reserved

5-1.21 Sound Control Requirements The Contractor shall comply with all local sound control and noise level rules, regulations and ordinances which apply to any work performed pursuant to the contract.

Each internal combustion engine, used for any purpose on the job or related to the job, shall be equipped with a muffler of a type recommended by the manufacturer. No internal combustion engine shall be operated on the project without the muffler.

In accordance with Chapter 4, Article 1, Section 4-1.02 “Unreasonable Noises”, of the City of Hayward Municipal Code, the noise level from the Contractor's operations, in or abutting residential areas shall not exceed six (6) dba above the ambient noise level measured at the nearest property line or right of way line before the hour of 7:00 a.m. and after the hour of 7:00 p.m. daily, except Sundays and holidays. On Sundays and holidays, the above restrictions shall apply before the hour of 10:00 a.m. and after the hour of 6:00 p.m. This requirement shall not relieve the Contractor from responsibility for complying with any other noise level regulations.

City Funded Project Project No. 06911 B.P. Revised 12/05/2017 24 September 2019

Said noise level requirement shall apply to all equipment on the job or related to the job, including but not limited to trucks, transit mixers or transient equipment that may or may not be owned by the Contractor. The use of loud sound signals shall be avoided in favor of light warnings except those required by safety laws for the protection of personnel.

The Contractor’s attention is also directed to the requirements for contractor’s operating hours summarized in Section 5-1.04 “Inspection and Working Hours,” of in these Special Provisions.

Full compensation for conforming to the requirements of this section shall be considered as included in the prices paid for the various contract items of work involved and no additional compensation will be allowed therefor.

5-1.22 Project Appearance The Contractor shall maintain a neat appearance of the work.

The Contractor shall furnish trash bins for all debris from structure construction. All debris shall be placed in trash bins daily.

Full compensation for conforming to the provisions in this section, not otherwise provided for, shall be considered as included in prices paid for the various contract items of work involved and no additional compensation will be allowed therefor.

5-1.23 Nuclear-Free Hayward Contractor agrees to comply with the requirement imposed by City Ordinance No. 87-024 C.S., establishing a "Nuclear Free Hayward." Proposal page P-9, "AFFIRMATION OF NON- INVOLVEMENT IN DEVELOPMENT OR PRODUCTION OF NUCLEAR WEAPONS," shall be executed by the Contractor and submitted with the proposal. Failure to execute and submit page P-9 with the proposal may be considered as grounds for rejection of the bid.

5-1.24 Migratory Bird Treaty Act The Contractor shall know and comply with the Federal Migratory Bird Treaty Act recommend to verify all USC & Title Codes, Sections ?(16 U.S.C. 703 et seq.), the Bald Eagle Protection Act of 1940, as amended (16 U.S.C. 668), Title 50 Code of Federal regulations part 10, California Department of Fish and Wildlife? Code Sections 3503, 3513, and 3800, and Federal and California Endangered Species Acts.

Provisions of these regulations provide protection for birds and their parts, including eggs, nests (occupied and unoccupied), and feathers.

The Bald Eagle Protection Act provides for the protection of Bald and Golden eagles by prohibiting the taking of occupied and unoccupied nests, eggs, feathers, or trees in the vicinity of nests, Take is defined as to pursue, shoot, shoot at, poison, wound, kill, capture, trap, collect, molest or disturb. Exclusion techniques described later in this section shall not be used for Bald or Golden eagles.

The nesting period for migratory birds is between February 1 and August 31. Areas subject to nesting by birds include, but are not limited to structures, trees, brush, and grassy areas.

The Contractor shall provide the Engineer a separate written notice fifteen (15) calendar days prior to the start of any work during the nesting period. The Contractor shall provide separate updates on the planned work areas every fifteen (15) calendar days between February 1 and August 31.

City Funded Project Project No. 06911 B.P. Revised 12/05/2017 25 September 2019

Tree removal or clearing and grubbing shall not commence in an area until the Contractor receives approval from the Engineer.

The Department will conduct an initial nesting survey prior to the start of construction and will conduct additional nesting surveys during construction, as required.

When work occurs during the nesting period, the Contractor shall remove unoccupied nests, not protected by the Bald Eagle Protection Act, from all affected structures to remain through any portion of the construction period.

The Contractor shall use exclusion techniques, approved by the Engineer, to prevent migratory birds from nesting on the ground, on structures, or in trees, shrubs, or other vegetation within the project limits. Exclusion techniques may include, but are not limited to:

1. Clearing and grubbing areas required by the contract.

2. Tree removal required by the contract.

3. Netting of structures using heavy delta knotless netting, thirteen (13) mm .

4. Mechanical removal of: a. Nests outside of the nesting period. b. Nests that do not have eggs or young birds present during the nesting period.

The Contractor shall implement the approved exclusion techniques immediately after the approval of the contract, or as directed by the Engineer.

Damaged netting shall be repaired or replaced the same day the damage occurs.

If evidence of bird nesting is discovered or when a bird is injured or killed as a result of construction activity, immediately stop work within three hundred (300) feet of the nest and notify the Engineer. Do not resume work until the Engineer provides written notification that work may resume at that location. Further work, actions, or remediation may be prescribed by the Engineer and may include work exclusion zones, modified schedules, or other methods based on the species involved. The Engineer may temporarily suspend work in accordance with Section 8-1.06, "Suspensions," of the Standard Specifications.

The Contractor shall be responsible for penalties assessed on the Contractor or the Department as a result of the Contractor's failure to comply with the applicable provisions of the Federal and State regulations and requirements.

Penalties as used in this section shall include fines, penalties, and damages, whether proposed, assessed, or levied against the Department or the Contractor. Penalties shall also include payments made or costs incurred in settlement for alleged violations of applicable laws, regulations, or requirements. Costs incurred could include sums spent instead of penalties, in mitigation or to remediate or correct violations.

5-1.25 Archaeological Discoveries If archaeological materials, including but not limited to human skeletal material and disarticulated human bone, are discovered at the job site, protect and leave undisturbed and in place archaeological materials in accordance with the following codes and these special provisions:

1. California Public Resources Code, Division 5, Chapter 1.7 § 5097.5

City Funded Project Project No. 06911 B.P. Revised 12/05/2017 26 September 2019

2. California Public Resources Code, Division 5, Chapter 1.75 § 5097.98 and § 5097.99 3. California Administrative Code, CCR Title 14 § 4308 4. California Penal Code, Part 1, Title 14 § 622-1/2 5. California Health and Safety Code, Division 7, Part 1, Chapter 2, § 7050.5

Archaeological materials are the physical remains of past human activity and include historic-period archaeological materials and prehistoric Native American archaeological materials. Nonhuman fossils are not considered to be archaeological except when showing direct evidence of human use or alteration or when found in direct physical association with archaeological materials as described in these special provisions.

Historic-period archaeological materials include cultural remains beginning with initial European contact in California, but at least fifty (50) years old. Historical archaeological materials include:

1. Trash deposits or clearly defined disposal pits containing tin cans, bottles, ceramic dishes, or other refuse indicating previous occupation or use of the site 2. Structural remains of stone, brick, concrete, wood, or other building material found above or below ground or 3. Human skeletal remains from the historic period, with or without coffins or caskets, including any associated grave goods

Prehistoric Native American archaeological materials include:

1. Human skeletal remains or associated burial goods such as beads or ornaments 2. Evidence of tool making or hunting such as arrowheads and associated chipping debris of fine-grained materials such as obsidian, chert, or basalt 3. Evidence of plant processing such as pestles, grinding slabs, or stone bowls 4. Evidence of habitation such as cooking pits, stone hearths, packed or burnt earth floors or 5. Remains from food processing such as concentrations of discarded or burnt animal bone, shellfish remains, or burnt rocks used in cooking

Immediately upon discovery of archaeological materials, stop all work within a 60-foot radius of the archaeological materials and immediately notify the Engineer. Archaeological materials found during construction are the property of the State. Do not resume work within the 60-foot radius of the find until the Engineer gives you written approval. If, in the opinion of the Engineer, completion of the work is delayed or interfered with by reason of an archeological find or investigation or recovery of archeological materials, you will be compensated for resulting losses and an extension of time will be granted in the same manner as provided for in Section 8-1.07C, “Payment Adjustments,” of the Standard Specifications. The Contractor’s attention is directed to Section 9-1.11, “Time-Related Overhead,” of the Standard Specifications.

The Department may use other forces to investigate and recover archaeological materials from the location of the find. When ordered by the Engineer furnish labor, material, tools and equipment, to secure the location of the find, and assist in the investigation or recovery of archaeological materials and the cost will be paid for as extra work as provided in Section 4-1.05, "Changes and Extra Work," of the Standard Specifications.

Full compensation for immediately notifying the Engineer upon discovery of archaeological materials and leaving undisturbed and in place archaeological materials discovered on the job site shall be considered as included in the contract price paid for various items of work involved and no additional compensation will be allowed therefor.

5-1.26 Protection of Work

City Funded Project Project No. 06911 B.P. Revised 12/05/2017 27 September 2019

Except to the extent of the active negligence, sole negligence or willful misconduct of the City or any of the City Agents, the Contractor shall be responsible for any and all damages to property and injury to persons that occur in connection with the performance of the Work. Subject to the foregoing, all Work shall be performed at the Contractor’s sole risk. The Contractor shall be responsible for the proper care and protection of all materials delivered and Work performed until completion and final acceptance by the City. This section is in addition and not in limitation of other provisions of the Contract.

5-1.27 Provisions Required by Law Each and every provision required by law to be set forth in this Contract shall be deemed to have been set forth herein, and this Contract shall be read and enforced as though all such provisions are set forth herein. If, for any reason, any provision required by law is not set forth herein, or is not correctly set forth herein, then, upon request of either Party, the Parties shall amend this Contract to the extent necessary to set forth, or correctly set forth, such provision.

5-1.28. Excavation Deeper Than Four Feet In accordance with Public Contract Code Section 7104, if the Work involves digging trenches or other excavations that extend deeper than four feet below the surface, the Contractor shall promptly, and before the following conditions are disturbed, provide written notice to the City of any: (i) material that the 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 II, or Class III disposal site in accordance with provisions of existing law; (ii) subsurface or latent physical conditions at the Project Site differing from those indicated by information about the Project Site made available to the Contractor prior to when the Contractor submitted its proposal for the Work; or (iii) unknown physical conditions at the Project Site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in this Contract. The City shall promptly investigate any such reported condition and, if warranted, shall issue a Change Order to the Contractor for any extra work or cost not covered by this Contract. In the event of any dispute between the City and the Contractor related to any such condition, the Contractor shall continue with the Work and shall not be excused from completing the Work within the Contract Time; however, the Contractor shall retain any and all rights provided either by law or this Contract that pertain to the resolution of disputes and protests between the Parties.

5-1.29 Trench Safety Plan Prior to undertaking the excavation of any trench that will or reasonably might be five feet or more in depth, the Contractor must submit to the City, in compliance with Labor Code Section 6705, a detailed plan for protection of workers from collapse or cave-in of the trench (“Trench Safety Plan”). The Trench Safety Plan must be prepared by an appropriately skilled, experienced and licensed civil or structural engineer, who must certify that the Trench Safety Plan complies with minimum requirements of all applicable Construction Safety Orders of Cal-OSHA. If the Trench Safety Plan varies from the standards established by applicable Construction Safety Orders, the Contractor must obtain Cal-OSHA approval of the Trench Safety Plan. The Contractor shall not commence the excavation of any trench within the scope of this Section until the Contractor has provided (and the City has accepted) the Trench Safety Plan and a copy of the excavator’s current and valid Cal- OSHA Construction Activity Permit. Neither anything in this Article nor any review and/or acceptance by the City of any Trench Safety Plan shall be deemed or construed to: (i) impose any tort liability on the City; or (ii) relieve the Contractor from responsibility in connection with the Work for protection of workers and others on, at, or in the vicinity of the Project Site.

5-1.30 Main or Trunkline Utility Facilities

City Funded Project Project No. 06911 B.P. Revised 12/05/2017 28 September 2019

As between the Parties, the City shall assume the responsibility for the timely removal, relocation, or protection of existing main or trunk-line utility facilities on the Project Site that otherwise would interfere with performance of the Work, if such utilities are not identified in the Contract Documents or otherwise by the City. The Contractor shall not be assessed for liquidated damages for delay in completion of the Project, when such delay was caused by the failure of the City to provide for removal or relocation of the existing main or trunkline utility facilities. In accordance with section 4215 of the Government Code, if the Contractor, while performing the Work, discovers any existing main or trunkline utility facilities not identified by the City in the Contract Documents, the Contractor shall immediately provide written notice to the City. The City shall compensate the Contractor for the costs of locating, repairing damage not due to the failure of the Contractor to exercise reasonable care, and removing or relocating such utility facilities not identified in the Contract Documents or otherwise by the City with reasonable accuracy, and for equipment on the Project necessarily idled during such work.

5-1.31 Liquidated Damages Time is of the essence with respect to this Contract and completion of the Work. The Parties acknowledge and agree that the City will suffer damages if the Contractor does not complete the Work within the Contract Time. Because it is impractical and infeasible to determine the actual amount of damages the City will incur, in accordance with Government Code Section 53069.85, the Contractor shall pay to the City liquidated damages at the rate specified in the Section 7 of the Agreement form for each and every calendar day (or portion thereof, if not a full day) that any of the Work remains uncompleted after the Contract Time has expired (“Liquidated Damages”). Liquidated Damages shall constitute compensation to the City for Contractor’s delay or delay caused by its subcontractors, suppliers, et cetera, in completion of the Work and shall not be construed as a penalty or forfeiture of any other right or remedy under this Contract or applicable law. In the event Contractor fails to pay any such Liquidated Damages, the City may deduct such amount(s) from any payments due (or that may become due) to Contractor pursuant to this Contract and/or may be invoiced to the Contractor.

5-1.32 Project Records and Audit Contractor shall maintain all documents, books, papers, accounting records, computer files, and other information related to the Project and performance of the Work (“Project Records”), including, but not limited to, Change Orders, submittals, requests for information, daily reports, correspondence, permits, insurance policies, certificates of insurance, testing and inspection reports, and safety records. The Contractor shall keep such accurate and comprehensive Project Records as are (i) necessary for proper administration and performance of the Work and (ii) required by law or this Agreement. If the Contract Amount, as adjusted pursuant to this Agreement, exceeds $10,000, then, in accordance with Government Code Section 8546.7, the State has the right to examine, review, audit and/or copy the Records of the Work during the three-year period following final payment to the Contractor pursuant to the Agreement. In addition, the City hereby has the right to examine, review, audit and/or copy the Records of the Work during the four-year period following final payment to the Contractor pursuant to the Agreement. Therefore, the Contractor shall make the Project Records available at its offices at all reasonable times during the performance of the Work and for four years from the City Board accepts the Work. However, if any audit is commenced within such four-year period, the Contractor shall make the Project Records available at all reasonable times until proceedings related to such audit are complete and all statutes of limitation related thereto have expired. In the event the City notifies the Contractor that federal funds have been used in connection with the Project, the Contractor shall retain and make available the Project Records for such longer period as may be required by federal law.

City Funded Project Project No. 06911 B.P. Revised 12/05/2017 29 September 2019

SECTION 6. CITY OF HAYWARD REQUIREMENTS

Section 6-1. City of Hayward Nondiscriminatory Employment Practices Provision

In the performance of this contract, the Contractor or subcontractor agrees as follows:

A) NONDISCRIMINATION — GENERAL - The Contractor or subcontractor shall not discriminate against any applicant for employment or employee on the grounds of race, color, religion, national origin, sex, age, or disability. The Contractor or subcontractor will take affirmative action to ensure that its recruitment, selection, and evaluation practices do not discriminate against any applicant for employment or employee. The Contractor or subcontractor shall also ensure that its personnel policies, practices and procedures, including, but not limited to, the transfer, promotion, demotion, suspension, layoff or termination, rates of pay and other forms of compensation, and the selection of training programs, apprenticeship, and on-the-job training do not discriminate against any employee. The Contractor or subcontractor shall post in conspicuous places that are accessible to applicants for employment and employees notices setting forth this Nondiscriminatory Employment Practices Provision.

B) RECRUITMENT 1. Non-union employees. - Advertising placed with any media shall include the notation, "An Equal Opportunity Employer." Advertisements shall be placed with media having large circulation among minority groups or at school placement centers having large minority student enrollments. The Contractor or subcontractor will send to each source of employee referrals, other than labor unions or workers' representatives, a notice, in such form and content as shall be furnished or approved by the City, advising said source or employee referrals of its commitments under Chapter 2, Article 7, “Nondiscriminatory Employment Practices by City Contractors” of the Hayward Municipal Code, and shall post copies of the notices in conspicuous places available to employees and applicants for employment.

Recruitment of non-union employees shall, to the maximum extent possible, utilize the services of minority organizations likely to be referral sources for minority group employees.

2. Union employees. - Union employees shall be recruited in accordance with applicable labor agreements. The Contractor or subcontractor shall send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice, in such form and content as shall be furnished or approved by the City, advising said labor union or workers' representatives of its commitments under Chapter 2, Article 7, “Nondiscriminatory Employment Practices by City Contractors” of the Hayward Municipal Code, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. The Contractor or subcontractor agrees to seek the inclusion in all union agreements to which it is a party, clauses prohibiting discrimination based upon race, color, national origin, religion, sex, age or disability. To the maximum extent consistent with applicable labor agreements, the Contractor or subcontractor will attempt to recruit applicants without regard to race, color, national origin, religion, sex, age, or disability.

C) EQUAL EMPLOYMENT OPPORTUNITY OFFICER - The Contractor or subcontractor shall designate one of its management employees as its Equal Employment Opportunity Officer and assign such officer the responsibility and authority to administer and promote an active program to put the Contractor's or subcontractor's nondiscriminatory employment practices commitment into practice.

D) ACCESS TO RECORDS - The Contractor or subcontractor shall permit access during normal business hours to its records of employment, employment advertisements, completed application

City Funded Project Project No. 06911 B.P. Revised 12/05/2017 30 September 2019

forms, and other pertinent data and records when requested to do so by the City Manager or any representative of the fair Employment Practices Commission of the State of California.

E) COMPLIANCE REVIEW PROCEDURES 1. The Contractor or subcontractor shall, upon request of the City Manager, submit its official payroll records together with a monthly cumulative summary of all employee hours worked in performance of its contract with or on behalf of the City identified as to minority status.

2. The Contractor or subcontractor shall submit to a formal, thorough review of its records, books, reports, and accounts concerning its employment practices for the purpose of determining whether they are nondiscriminatory. This review will be performed at intervals during the performance of the contract as may be specified by the City Manager. Each review shall be followed within thirty (30) days by either a written notice to the Contractor or subcontractor that it is in apparent compliance with the Nondiscriminatory Employment Practices Provision of its contract or by a citation of apparent deficiency, summary of findings, and a statement of remedial commitment for signature by the Contractor. If the Contractor or subcontractor fails to meet the commitments it has made in executing such statement, the City Manager shall issue a notice of intent to initiate an action against the Contractor or subcontractor with the Fair Employment Practices Commission for willful violation of the Nondiscriminatory Employment provision and the California Fair Employment Practices Act in not less than thirty (30) days of such notice of intent.

F) VIOLATION - The City Manager shall deem a finding of willful violation of the Nondiscrimination Employment Practices provision and the California Fair Employment Practices Act to have occurred upon receipt of written notice from the Fair Employment Practices Commission that it has investigated and determined that the Contractor or subcontractor has violated the Fair Employment Practices Act and has issued an order under Labor Code Section 1426, which has become final, or obtained relief under Labor Code Sections 1429 and 1429.1, or an appropriate federal commission or agency, or a court of the State of California, or if the United States Government finds, in any action or proceeding to which the Contractor or subcontractor is a party, that it discriminated against employees or applicants for employment in the performance of this contract. Upon receipt of such notice or final judgment, the City Manager shall notify the Contractor or subcontractor that unless it demonstrates to the satisfaction of the City Council within a stated reasonable period that the violation has been corrected, said Contractor or subcontractor shall be subject to the remedies hereinafter provided.

G) REMEDIES FOR WILLFUL VIOLATION - The Contractor or subcontractor agrees that a finding of willful violation of the California Fair Employment Practices Act or of this Nondiscriminatory Employment Practices Provision shall be regarded by the City Council as a basis for determining whether or not it is a responsible contractor as to future contracts for which such Contractor or subcontractor may submit bids. The Contractor or subcontractor further agrees that such disqualification by said City Council shall remain in effect for one year or until it demonstrates to the satisfaction of the City Manager that its employment practices are in conformity with the nondiscrimination provisions of the article.

The Contractor or subcontractor further agrees that the Contractor or subcontractor shall, as a penalty to the City of Hayward, forfeit for each calendar day or portion thereof an amount not to exceed $250 or one percent of the total contract amount, whichever is greater. Such penalty may be deducted from any sums due to the Contractor or subcontractor or recovered by the City through maintenance of an action in any court of competent jurisdiction.

Prior to making any determination with respect to reinstatement of a Contractor or subcontractor as a responsible bidder, the City Council may refer the matter to the Human Relations Commission of the City of Hayward for a report and recommendation. The Contractor or subcontractor agrees to cooperate to the fullest extent with said Human Relations Commission in its exercise of the

City Funded Project Project No. 06911 B.P. Revised 12/05/2017 31 September 2019

authority here conferred, including, but not limited to, promptly furnishing reports requested by the commission's review of matters relating to such reinstatement.

Section 6-2. City of Hayward Resource Lists for Labor, Consultants, and Contractors

RESOURCE LIST FOR MINORITY/WOMEN LABOR SOURCES

Spanish Speaking Citizens Foundation 1900 Fruitvale Avenue, Suite 2A Oakland, CA 94601 Phone: (510) 261-7839

Vallecitos Center for Employment Training 597 C Street Hayward, CA 94541 Phone: (510) 537-8400

Bay Area Urban League 2201 Broadway Oakland, CA 94612 (510) 271-1846

RESOURCE LIST FOR CONSULTANTS

Yemma Consulting Engineers P.O. Box 7326 Oxnard, CA 93031-7326 (805) 339-9661

Lee Incorporated 1153 Bordeaux Drive, Suite 103 Sunnyvale, CA 94089 (408) 734-2556

Resna Industries, Inc. 42501 Albrae Street Fremont, CA 94538 (510) 440-3300

RESOURCE LIST FOR LOCATING DBE/WBE CONTRACTORS

The following listing is provided to assist the contractor in locating DBE/WBE contractors for the project.

CALTRANS Materials Operation Branch, Publication Distribution Unit, 1900 Royal Oak Drive, Sacramento, CA 95815 Phone (916) 445-3520 http://www.dot.ca.gov/hq/bep/index.htm

City Funded Project Project No. 06911 B.P. Revised 12/05/2017 32 September 2019

RESOURCE LIST FOR LOCATING DBE/WBE CONTRACTORS (Continued)

Department of General Services Office of Small Business Certification & Resource 1631 I Street, Second Floor Sacramento, CA 95814-2016 Phone: (916) 322-5060 Fax: (916) 422-7855

The County of Alameda Small, Local & Emerging Business Program 1401 Lakeside Drive Oakland, CA 94612 Phone: (510)-208-9711 Attn: Linda Moore http://www.co.alameda.ca.us/gsa/sleb/index.shtml

City and County of San Francisco Human Rights Commission 25 Van Ness Avenue, Suite 800 San Francisco, CA 94102 Phone (415) 252-2500

City of Oakland 250 Frank H. Ogawa Plaza, Suite 3341 Oakland, CA 94612 Phone (510) 238-6418 Fax: (510) 238-3363

Golden Gate Bridge Transportation District Diversity Program Office P. O. Box 900 Presidio Station San Francisco, CA 94129 Phone: (415) 257-4536 Fax: (415) 257-4555

City Funded Project Project No. 06911 B.P. Revised 12/05/2017 33 September 2019

SECTION 7. RESERVED

SECTION 8. ADDITIONAL PROVISIONS SECTION 8-1. MISCELLANEOUS

8-1.01 General Attention is directed to Section 6, "Control of Materials," of the Standard Specifications and these Special Provisions.

Except as provided under Section 8-1.02 "City-Furnished Materials," of these Special Provisions, all materials required to complete the work under this contract shall be furnished by the Contractor.

8-1.02 City-Furnished Materials Attention is directed to Section 6-2.03, "Department-Furnished Materials," of the Standard Specifications and these Special Provisions.

The Contractor shall notify the Engineer forty-eight (48) hours in advance of the date of his intended use of City-furnished materials.

All City-furnished material that is not used on the work shall remain the property of the City and shall be delivered to the Engineer.

8-1.03 Submittals Unless otherwise specified, or directed by the Engineer, each and all contract bid items are subject to the requirements of this section for submittals and are supplemented by the submittal requirements of the Standard Specifications. Submittals for this project shall include, but not be limited to the following categories:

1. Executed Contracts with Sub-Contractors, if required 2. Construction Progress Schedules 3. Qualification and Experience Statement 4. Preconstruction Site photos or VHS tape/DVD 5. Sample of Temporary No Parking Sign 6. Draft Notification Letter to Residents 7. Storm Water Pollution Prevention Plan 8. Pothole Depths/Elevations and Locations of Utilities 9. Portland Cement Concrete (all mixes to be used) 10. Recycling statement 11. Traffic Management Plan 12. Security and Safety Lighting 13. Various certificates of warranties 14. Other Submittals as directed by the Engineer

All submittals shall be the original documents, shop drawings, catalogs or catalog cut sheets, etc. The Contractor may substitute the originals of the aforementioned materials with the first time copies if the originals are impossible to obtain. Original documents or copies that is incomplete, unreadable, without the necessary information of the generators or manufacturer’s or the standards it should conform, or without Contractor’s clear indication of model # to be used for the project, will be returned for re-submission.

City Funded Project Project No. 06911 B.P. Revised 12/05/2017 34 September 2019

All submittals shall be stapled item by item and labeled with consecutive submittal item numbers and brief descriptions on the top page of each item. Each package of submittals shall include a summary list of items submitted. Items in the next submittal package shall be numbered consecutively and continuously after the previous submittals. Re-submitted items shall be labeled with the original item # and “1st Re-submission” or “2nd Re-submission” in the descriptions as appropriate.

The Contractor shall allow at least ten (10) working days, not including the mailing time, for the City to review and comment on the submittals. The Contractor shall submit all required materials and obtain City’s satisfactory review comments prior to ordering the equipment/material. No equipment/material shall be delivered to the project site without an approved submittal and any such equipment/material not conforming to the requirements of the specifications will be subject to rejection whether in place or not.

Submittals for any critical equipment or material items that will need long lead-time for procurement and delivery and will affect the critical path of the schedule shall be submitted separately for approval at the earliest possible time or as specified in Section 10-1.01 “Order of Work,” 10-1.02 or “Project Schedule,” of these Special Provisions. The time required for the first review, including mailing, along with the time required for procurement and delivery of such critical item(s), will be given consideration of contract time extension, if requested. All time used for other submittals’ review, mailing, procurement, and delivery, except the equipment/materials specifically identified, will not be given consideration for a contract time extensions. The submittal(s) for critical items shall be labeled “Critical Item” along with the descriptions.

It is the Contractor’s responsibility to submit all required submittals sufficiently in advance so that the construction schedule will not be delayed due to late submissions.

The Contractor shall submit a minimum four (4) copies of each and all required submittals for review. The City will retain three (3) copies and return the remaining copy(s) to the contractor.

The approval of submittals will be general and shall not be construed:

1. As permitting any departure from contract requirements 2. As offering relief from the responsibility for any errors on details, dimensions, material types and qualities.

If submittals show variations from contract requirements because of the standard shop practice or for any other reasons, such variations shall be described in the letter of submittal. Failure to describe the variations shall not relieve the Contractor from his responsibility of executing the work in accordance with the contract, even though such submittals have been approved.

No re-submission is necessary if the returned submittal is marked “Make Corrections Noted”, provided that the comments of the Engineer have been properly addressed and carried out.

8-1.04 Certificates of Compliance Certificates of compliance shall conform to the provisions of Sections 5-1.23C “Informational Submittals” and 6-3.05E, “Certificates of Compliance” of the Standard Specifications and these Special Provisions.

The Contractor shall submit a certificate before the material is incorporated into the work. In addition, certificates of compliance from the Contractor, suppliers, and/or manufacturers, shall clearly certify that the material to be delivered to the jobsite will meet all requirements of the project specifications. A certificate of compliance shall include, but not be limited to the following items of information:

City Funded Project Project No. 06911 B.P. Revised 12/05/2017 35 September 2019

1. Project title/number 2. Name of the material with appropriate descriptions (classifications, model numbers, quantities, if applicable ) 3. Statement of compliance (including the name of specific applicable standards or specifications) 4. Certifier’s name, title, signature, and date 5. Certifier’s company name.

Insufficient, incomplete, or unreadable certificates will be rejected for re-submissions and the Contractor shall be responsible for all delays caused by the re-submissions.

At least five (5) working days prior to the start of work or incorporation of materials into the work, the Contractor shall submit the certificates of compliance to the Engineer for approval for the following items:

1. Top Soil 2. Soil Amendments 3. Hydroseeding 4. Root Barrier 5. Tree Trunk Protector 6. Permanent Fencing and Gates (match fence at adjacent open lot) 7. Handrails 8. Other Certificates as directed by Engineer

Certificates of Compliance are also required for those items of materials/equipment that the qualities are not (or could not be) clearly specified in the submittals, or specified but not directly related to the requirements of the specifications, or the qualities may be changed due to the change of supplying sources during the construction period.

No material shall be incorporated into the work until certificates of compliance have been satisfactorily accepted by the Engineer.

The Department reserves the right to refuse to permit the use of material on the basis of a Certificate of Compliance.

8-1.05 Hazardous Materials The Contractor shall comply with all government laws, rules and regulations concerning the use of hazardous materials and the disposal of hazardous waste at the jobsite, including but not limited to the following:

(1) The Contractor shall not bring hazardous materials onto the job site or deliver hazardous materials without providing the City, in advance, the Material Safety Data Sheets for each hazardous material introduced. Where applicable, materials must be labeled in accordance with Section 5194, CCR Title 8, of the California Administrative Code. The Contractor is required to include a Material Safety Data Sheet prepared in accordance with Section 5194 (g) with each shipment of all such materials to the City. No hazardous material will be introduced onto the job site until the City gives written approval for each hazardous material.

(2) All hazardous materials shall be stored and used in a safe manner and shall not be stored or used in any vehicular or pedestrian traffic lanes.

City Funded Project Project No. 06911 B.P. Revised 12/05/2017 36 September 2019

(3) Any hazardous product, waste, or empty containers used or generated shall not be poured down any drain or sewer nor disposed of in any trash container or dumpster.

(4) The Contractor will be considered to be the hazardous waste generator and will be responsible for the legal transport and disposal of all hazardous waste. No containers or trash will be left in any building or on any job site.

(5) The Contractor shall not disturb or damage any existing pipe lagging or equipment insulation or other asbestos material on the job site. If any asbestos material is disturbed or damaged, the Contractor shall immediately notify the City, and the situation will be considered an "asbestos release" under State and Federal Regulations. The job will be shut down immediately until all appropriate State and Federal notifications have been completed and all testing completed to determine if any asbestos fibers have been released.

(6) Violation of any of the above procedures shall be sufficient cause for the City to stop all work. Any expense incurred by the City caused by the work stoppage will be borne by the Contractor. These expenses will include all costs to return the job site and all other areas contaminated by the Contractor to a hazard-free condition.

(7) The Contractor will be solely responsible for all the costs, including fines and penalties, for the investigation and cleanup of any suspected hazardous materials the Contractor used, left on the job site, or dumped down a City drain or sewer, and any damage to property and/or injury to any person.

City Funded Project Project No. 06911 B.P. Revised 12/05/2017 37 September 2019

SECTION 9. DESCRIPTION OF WORK

The work consists, in general, of

Hazardous materials abatement, demolition and removal of an existing 11 story mid-rise office building and all of its foundations, mechanical, electrical, and plumbing systems, and all associated components including adjacent paved surfaces and landscaping. The work involves site preparation, grading activities, cutting, capping, removal and/or, abandonment and slurry fill, of existing onsite utilities, hydroseeding, temporary security site fencing and lighting, stair railing, and permanently securing site at final turnover.

SECTION 10. CONSTRUCTION DETAILS

SECTION 10-1. GENERAL

10-1.01 Order of Work Order of work shall conform to the provisions in Section 5, "Control of Work" of the Standard Specifications and these Special Provisions.

Contractor shall place the order for all equipment and materials that require lead time for fabricating or delivering. Within ten (10) calendar days after the Contractor has signed the contract, the Contractor shall furnish the Engineer with a copy of confirmation from the vender/supplier that the equipment/materials have been ordered, or furnish the Engineer with submittals for approval, if the pre-approval is required for those items of equipment/materials. Then within five (5) calendar days of approval of the submittals, the Contractor shall furnish the Engineer with a copy of the statement from the supplier that the equipment/material have been ordered.

First order of work for the Contractor shall be to verify the location and depths of existing utilities for any excavation and storm drain work and to perform subsurface exploration. If utility services are required to be relocated, scheduling and coordination with the respective utility companies shall be the first order of work. The Contractor shall pothole to verify the location and depths of existing mains and laterals prior to excavating in their vicinity. The Contractor shall perform subsurface exploration to determine the type of equipment necessary to adequately work on the existing material and conditions. The Contractor shall also take adequate measures to protect the existing utilities from damage. Payment for work under this paragraph shall be included in “Potholing” and “Test Pit Excavation” in Section 10 of these Special Provisions.

10-1.02 Work Sequence and Project Schedule Contractor shall provide in response to RFP a work sequence with breakdown of planned activities. Scheduling shall conform to the provisions in Section 8-1.02 “Schedule,” of the Standard Specifications and these Special Provisions. The Contractor shall submit a practical progress schedule to the City for review within ten (10) calendar days after the Contractor has signed the contract or at the preconstruction meeting, whichever comes first. The schedule shall be prepared as a network diagram in Critical Path Method (CPM), PERT, or other format, or as otherwise specified in the contract. As a minimum, it shall provide information on the sequence of work activities, milestone dates, and activity duration. The Contractor shall also submit an electronic copy of the CPM using Microsoft Project 2016 or compatible, to the City with the new submittal and updating of the CPM.

10-1.03 Cooperation

City Funded Project Project No. 06911 B.P. Revised 12/05/2017 38 September 2019

Attention is directed to Section 5-1.20, “Coordination with other Entities, and” 5-1.36D,”Non- Highway Facilities,” of the Standard Specifications and Section 10-1.04 “Obstructions” of these Special Provisions. City forces will replace painted striping and markings.

The Engineer will notify and request any non-City utility companies and agencies to adjust their manhole and valve castings to grade. The Contractor shall adjust all City-owned utility facilities to grade as provided for in these Special Provisions.

Prior to working on any storm drain facilities, the Contractor shall prepare and submit to the City Inspector, for approval, a storm water diversion plan when installing new storm drain structures.

The Engineer will initially notify the adjacent property owners of the work scheduled and necessary access restrictions. The Contractor shall notify the affected owners, in writing, one week prior to start of construction. The draft notification shall be submitted to the Engineer for approval prior to distribution. Notices shall also be given to residents for any anticipated service disruptions, the duration of the disruption of any utilities, and the temporary closure of access to any driveway by the Contractor. Such notices shall be given at least 72 hours and again at 24 hours prior to disruption or closure. Contractor shall also draft this notice for approval by the Engineer prior to distribution.

Utility companies will adjust their facilities to grade during the construction phase. The Contractor shall notify the utility company at least three (3) weeks prior to adjustment of facilities and at least two (2) working days in advance of changes in schedule. The Contractor shall not pave over any utility covers without authorization. No additional working days will be allowed for due to utility adjustments. City forces will be involved in adjusting and relocating water meters and installing fire hydrants. The Contractor's work shall be conducted to permit the utility companies and City forces to maintain their services and relocate their facilities with minimum interruption.

The Contractor’s superintendent shall always be present on the job site whenever work by either the prime or subcontractor is being performed. In the event that the Contractor’s superintendent cannot be present, he can designate, in writing to the Engineer prior to his absence, another individual who will be on site with authority to make decisions and act for and on behalf of the Contractor. Failure to have the superintendent, or his designated representative, on site is justification for the Engineer to cease any and/or all work until the superintendent or his representative returns to the job site.

The Engineer will initially notify the following agencies of the work scheduled. The Contractor shall coordinate his operations with the following agencies by contacting each agency and reviewing each day’s work schedule before submitting the complete list of streets to be overlaid or to be full depth repaired each day to the Engineer to avoid any possible conflict. Contractor shall adjust his schedule to accommodate these agencies as much as possible:

AGENCY CONTACT 1) AC Transit Gregory Hunter: (510) 891-4871

2) Hayward Fire Department Chief Garrett Contreras: (510) 583-4945

3) Hayward Police Department Traffic Bureau: (510) 293-7011 During business hours (510) 293-7000 Before/after business hours

4) Waste Management of Alameda County Dino Fontana: (510) 613-2282

5) Tri-CED Community Recycling Mangee Wong: (510) 471-3850

6) Hayward Maintenance Services Todd Rullman, Director of Maintenance Services:

City Funded Project Project No. 06911 B.P. Revised 12/05/2017 39 September 2019

510-881-7746

Access for emergency and garbage collection vehicles shall be maintained at all times.

The Contractor’s attention is also directed to the requirements for contractor’s operating hours summarized in Section 5-1.04 “Inspection,” of these Special Provisions.

10-1.04 Obstructions Attention is directed to Sections 5-1.36D, "NonHighway Facilities," and 15, "Existing Facilities," of the Standard Specifications and these Special Provisions.

Attention is directed to the utilities shown on the plans. Five (5) working days prior to the start of work, the Contractor shall request the utility companies to mark the appropriate location of their facilities.

The Contractor shall notify Underground Services Alert (USA) at (800) 227-2600 or 8-1-1 at least 48 hours prior to any underground excavation work. Streetlight and traffic signal facilities are not marked by USA. The Contractor shall contact the City’s Engineering and Transportation Division at (510) 583- 4735 to mark any streetlight and/or traffic signal utility lines prior to any underground excavation work. Full compensation for meeting the requirements of this section shall be considered as included in the various items of work and no additional compensation will be allowed therefor.

The following utilities have facilities within the limits of work:

PROVIDER UTILITY P.G. & E. Electrical P.G. & E. Gas AT&T Telephone Comcast Cable TV City of Hayward or Oro Loma Sewer City of Hayward Water City of Hayward Storm Drain Alameda County Storm Drain City of Hayward Streetlight Related Facilities City of Hayward Traffic Related Facilities

The Contractor’s attention is directed to the existence of certain underground facilities that may require special precautions that shall be taken by the Contractor to protect the health, safety and welfare of workers and of the public. Facilities requiring special precautions include, but are not limited to, telephone ducts, gas lines and underground electrical cables.

Sanitary sewer provider will provide location marking for public sanitary sewer mains when notified by Underground Service Alert (USA), but will not provide location marks for private sanitary sewer laterals. It shall be expected that every property has a private sanitary sewer lateral, and it is the responsibility of the contractor to locate and protect all private sanitary sewer laterals prior to excavation.

The Contractor’s attention is directed to the existing gas and water lines shown on the plans. The facilities may not be very deep and laterals to the properties may be encountered. The Contractor shall pothole to verify the location and/or elevation of the laterals prior to excavating in their vicinity. The Contractor shall submit to the Engineer a list of all pothole locations which summarizes the locations and elevation and/or depth of each utility. If any conflicting utilities exist, the Contractor shall immediately notify the Engineer. The Contractor shall also take adequate measures to protect the existing utilities from damage. Full compensation for potholing the existing laterals shall be considered

City Funded Project Project No. 06911 B.P. Revised 12/05/2017 40 September 2019

as included in the contract cost paid for Roadway Excavation and no additional compensation will be allowed therefor.

In the event that water services are broken or damaged between the meter and the point of service, the Contractor shall IMMEDIATELY, at his own expense, repair such damage, in a manner satisfactory to the Engineer, in order that the water supply will be interrupted for a minimum period of time. If such interruption is sustained, it shall be the Contractor's responsibility to notify the occupants of the premises to which said services are connected, so that no damage will occur on said premises. Whenever damage is done to water meters, services between the main and said meters, fire hydrants, or other appurtenances, the City Water Department forces shall make such needed repairs, and the cost thereof shall be borne by the Contractor.

In the event that sanitary sewer laterals are broken or damaged between the point of service and the sanitary sewer main, the Contractor shall immediately, at his own expense, repair such damage in a temporary manner satisfactory to the Engineer, in order that service will not be interrupted for a period greater than one hour. When such interruption occurs, it shall be the Contractor’s responsibility to notify the occupants of the premises, to which said service is connected so that no damage will occur on said premises and to notify City forces so that permanent repairs may be made.

In the event that streetlight or traffic related facilities are broken or damaged by the Contractor during construction operations, the Contractor shall IMMEDIATELY notify the City’s Construction Inspector or contact the City’s Engineering and Transportation Division at (510) 583-4735. The Contractor shall be responsible for all costs to replace any broken or damaged traffic related facilities.

10-1.05 Utility Location (Potholing) Attention is directed to Sections 7-1.03, "Public Convenience, 7-1.04, "Public Safety," 5-1.36, "Property and Facility Preservation,” of the Standard Specifications and these Special Provisions.

At locations where underground utilities may interfere with excavation, excavations by potholing or by other appropriate methods approved by the Engineer shall be conducted to determine the impact of such facilities and to verify the actual location(s) and the size(s) of existing underground utilities and improvements and that there is sufficient cover over the utilities to provide clearance for the cement-treatment process without damage to the existing utility facilities.

Utility location shall be done in each given area where excavation work is to occur at least fourteen (14) calendar days in advance of any excavation or construction in that area, to avoid possible delay in the progress of the work. If any conflicting utilities exist, the Contractor shall immediately notify the Engineer.

The Contractor shall exercise care during the utility location operation so as not to damage any utilities encountered.

The Contractor shall submit to the Engineer a complete log of all exploratory excavation which summarizes the location(s), the size(s), elevation and/or depth of each utility. The log shall be verified by the City inspector prior to the backfilling of the holes. The records shall be submitted to the Engineer within two (2) working days after the completion of exploratory excavation in each area. The records shall also include dates of the utility location operations and any additional discovered information or pertinent data.

Upon completion of exploratory excavation in each area, and after verification of the logs by the City inspector, the holes shall be immediately backfilled and compacted in accordance with the specifications, or restored as directed by the Engineer.

City Funded Project Project No. 06911 B.P. Revised 12/05/2017 41 September 2019

Full compensation for furnishing all labor, materials, tools, equipment and incidentals for all work involved in utility location, including excavation, locating utilities, reporting, backfill and compaction, as specified in these Special Provisions and as directed by the Engineer, shall be considered as included in the contract lump sum paid for Building and Site Demolition for the various items of work relating to utility location and no additional compensation will be allowed therefor.

10-1.06 Dust Control Dust control shall conform to the provisions in Section 14-9.03, "Dust Control," of the Standard Specifications and these Special Provisions. Avoid creating excess dust when breaking asphalt or concrete. If water is used for dust control, use as little water as possible.

It is understood that the provisions in Section 14-9.03, "Dust Control, “of the Standard Specifications and these Special Provisions will not prevent the Contractor from applying water or dust palliative for his convenience if he so desires; however, the Contractor shall endeavor, whenever possible, to restrict the use of water to control dust for his convenience.

Full compensation for applying water to control dust shall be considered as included in the contract lump sum paid for Building and Site Demolition no additional compensation will be allowed therefor.

10-1.07 Mobilization Mobilization shall conform to the provisions in Section 9-1.16D, "Mobilization," of the Standard Specifications.

The contract lump sum price paid for Building and Site Demolition shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all work involved with mobilization and no additional compensation will be allowed therefor.

10-1.08 Construction Area Signs The Contractor shall furnish, install, maintain, and remove all required construction area signs (temporary regulatory, temporary warning, or construction type) conforming to the current Manual of Traffic Controls of the State of California and in accordance with the provisions in Section 12, "Temporary Traffic Control ," of the Standard Specifications and these Special Provisions. Any special-legend signs required by the plans or specifications shall be furnished by the Contractor.

Per California Senate Bill 1193, Civil Code Section 52.6, at the job site, the Contractor shall post “Stop Human Trafficking!” posters attached as an Exhibit at the end of these Special Provisions.

The Contractor shall notify Underground Services Alert, (800) 227-2600 or 8-1-1, at least 48 hours prior to commencing any excavation for construction area sign posts.

All excavations required to install construction area signs shall be performed by hand methods without the use of power equipment, except that power equipment may be used if it is determined there are no utility facilities in the area of the proposed post holes.

The base material of construction area signs shall not be plywood.

Upon removal of construction signs, any damage to existing facilities resulting from the Contractor’s operations shall be repaired or replaced in kind at the Contractor’s expense. The repair or replacement shall be to the satisfaction of the Engineer and no additional compensation will be allowed therefor.

City Funded Project Project No. 06911 B.P. Revised 12/05/2017 42 September 2019

Contractor shall be responsible for furnishing and posting all Temporary “No Parking” signs. Temporary No Parking signs shall conform to the requirements as shown in Exhibit D and as specified in these Special Provisions. Signs shall be 12 inches by 18 inches in size, red and white in color and made of poly-coated cardboard.

Temporary “No Parking” signs shall be posted per the instructions below: 1. Signs must be posted at no greater than 50 foot intervals at least 72 hours prior to effective time of parking restriction. Signs shall be affixed to a Contractor’s barricade avoiding covering any numbers and letters, and shall NOT be affixed to trees, telephone poles, street signs, hydrants, or any other facility not owned by the Contractor. 2. Effective Days, Dates and Hours shall be clearly indicated on each sign posted. Tape shall not be used to revise information on front of signs. 3. Contractor’s encroachment permit number or City project number shall be clearly indicated at the bottom of each sign posted. 4. Parking shall not be restricted for periods of time when no work is performed. 5. Upon completion of the project, signs shall be properly disposed of by the Contractor.

Full compensation for furnishing, installing, and maintaining the Construction Area Signs, including Temporary “No Parking” signs, shall be considered as included in the contract lump sum paid for Building and Site Demolition and no additional compensation will be allowed therefor.

10-1.09 Barricades Barricades shall be furnished, placed, and maintained at the locations designated by the Engineer, as shown on the plans, or specified and shall conform to the provisions in Section 12-3.02, “Barricades,” of the Standard Specifications and these Special Provisions.

Construction area sign and marker panels conforming to the requirements in Section 12-3.06, “Construction Area Signs,” of the Standard Specifications shall be installed on the barricades as directed by the Engineer at the locations shown on the plans.

Sign panels for construction area signs and marker panels installed on barricades shall conform to the requirements of sign panels for stationary mounted signs in Section 12-3.06C(2), “Stationary Mounted Signs,” of the Standard Specifications.

Full compensation for furnishing, installing, maintaining, and relocating barricades as shown on the plans, and as required in Section 10-1.11 “Traffic Control System for Lane Closure,” of the Special Provisions shall be considered as included in the contract lump sum price paid for Building and Site Demolition and no additional compensation will be allowed therefor.

10-1.10 Maintaining Traffic Attention is directed to Sections 7-1.03, "Public Convenience," 7-1.04, "Public Safety," and 12, "Temporary Traffic Control," of the Standard Specifications and these Special Provisions. Nothing in these Special Provisions shall be construed as relieving the Contractor from his responsibility as provided in said Section 7-1.04.

A. STANDARD REQUIREMENTS:

(1) "No Parking" signs must be posted at no greater than 50 foot intervals at least 72 hours prior to effective time of parking restriction. Contractor must clearly indicate on the signs the day, date(s), and hours that "No Parking" is necessary.

(2) Adequate traffic warning and control devices shall be provided and maintained by the Contractor during the contract period, in accordance with the current "Manual of Traffic

City Funded Project Project No. 06911 B.P. Revised 12/05/2017 43 September 2019

Controls for Construction and Maintenance Work Zones," issued by the State Department of Transportation. When inadequate traffic warning and control devices have been installed, the City shall provide whatever facilities are deemed necessary and will charge the Contractor for the costs thereof, as provided in Chapter 7, Article 2 “”Streets” of the Hayward Municipal Code.

(3) Personal vehicles of the Contractor's employees shall not be parked on the traveled way at any time, including any section closed to public traffic. When entering or leaving roadways carrying public traffic, the Contractor's equipment, whether empty or loaded, shall in all cases yield to public traffic. Safe and convenient pedestrian access shall be provided, at all times.

(4) Flaggers are mandatory at locations where equipment is intermittently blocking a traffic lane, or where only one lane is available for two-directional traffic. One flagger is required for each direction of traffic affected where only one lane is available for over 100 feet, or when required by the Engineer. When less than 20 feet of street width is available for two- directional traffic, one lane control shall be imposed with appropriate flaggers. Flaggers shall wear approved distinctive clothing.

(5) The Contractor shall cooperate with local authorities relative to handling traffic through the area and shall make their own arrangements relative to keeping the work area clear of parked vehicles. Police services for towing away vehicles parked at locations posted for No Parking are available upon request and shall be coordinated by the Contractor through the City of Hayward Police Department, Traffic Division, (510) 293-7011. The police department will make every effort to respond in a timely manner. However, response time will vary and may not occur in the same day, in which case, the Contractor shall reschedule or work around the affected area. No additional compensation will be made for the failure of the police department to tow-away any vehicle(s) or object(s) in No Parking locations. If the Contractor’s controlling operation has been affected as a result of rescheduling or working around the affected area, additional working day(s) may be added to the contract, and must be requested in writing by the Contractor and approved by the Engineer.

(6) Police services for traffic control are available upon request and shall be coordinated through the City of Hayward Police Department, Traffic Division, (510) 293-7011, 48 hours in advance. If excessive traffic congestion occurs at any time during the period of project construction due to the neglect of the contractor to provide adequate controls, the Engineer will arrange the services of the Police Department. The traffic control services of the Police Department shall be at the Contractor's expense.

(7) On all streets, the full width of the traveled way shall be open for use by public traffic on Saturdays, Sundays, and designated legal holidays, after 4:00 p.m. on Fridays, and when construction operations are not actively in progress. Any exceptions will be described in the "Special Requirements" of this Section.

(8) For the purpose of maintaining traffic, designated legal holidays mentioned above are: January 1st, the third Monday in January, the third Monday in February, the last Monday in May, July 4th, the first Monday in September, November 11th, Thanksgiving Day and December 25th. When a designated legal holiday falls on a Sunday, the following Monday shall be a designated legal holiday. When November 11th falls on a Saturday, the proceeding Friday shall be a designated legal holiday.

The Contractor’s attention is also directed to the requirements for Contractor’s operating hours summarized in Section 5-1.04 “Inspection and Working Hours,” of these Special Provisions.

City Funded Project Project No. 06911 B.P. Revised 12/05/2017 44 September 2019

Full compensation for conforming to the above requirements for maintaining traffic, including flagging cost, except the items specified or listed in the Bid Sheet as a separate contract item, shall be considered as included the contract lump sum paid for Building and Site Demolition, and no additional compensation will be allowed therefor.

10-1.11 Traffic Control System for Lane Closure A traffic control system shall consist of closing traffic lanes in accordance with the details shown on the plans, the provisions of Section 12, "Temporary Traffic Control," of the Standard Specifications, the provisions under Section 10-1.10 "Maintaining Traffic" and 10-1.08 "Construction Area Signs" of, and these Special Provisions.

The provisions in this section will not relieve the Contractor from his responsibility to provide such additional devices or take such measures as may be necessary to comply with the provisions in Section 7-1.04, "Public Safety," of the Standard Specifications.

The flashing arrow shall be direct-wired AC connection or solar-type. The Contractor shall be responsible for providing such services at his own cost.

The fifth paragraph of Section 12-3.03B, “Materials,” of the Standard Specifications is amended to read, responsibility:

In the sequential mode, either arrowheads or arrows shall flash sequentially in the direction indicated.

If any component in the traffic control system is displaced, or ceases to operate or function as specified, from any cause, during the progress of the work, the Contractor shall immediately repair said component to its original condition or replace said component and shall restore the component to its original location.

During the hours of darkness, as defined in Division 1, Section 280, of the Vehicle Code, portable signs to be illuminated shall be, at the option of the Contractor, either; illuminated signs in conformance with the provisions in Section 12-3.06B(3), "Portable Signs," of the Standard Specifications; or Reflexite vinyl micro prism reflective sheeting signs; or 3M high intensity reflectorized sheeting on aluminum substrate signs or Seibulite Brand Ultralite Grade Series, encapsulated lens retro reflective sheeting signs; or equal.

When lane closures are made for work periods only, at the end of each work period, all components of the traffic control system, except portable delineators or channelizes placed along open trenches or excavation adjacent to the traveled way, shall be removed from the traveled way and shoulder. If the Contractor so elects, said components may be stored at selected central locations, approved by the Engineer, within the limits of the temporary construction easement.

Full compensation for furnishing, placing, maintaining, and removing the temporary edgeline delineation for those areas where temporary edge line delineation is not shown on the plans shall be considered as included in the contract lump sum price paid for Building and Site Demolition and no separate payment will be made therefor.

The contract lump sum price paid for Traffic Control shall include full compensation for furnishing all labor (including 100% costs for flaggers), materials (including signs), tools, equipment, and incidentals, and for doing all the work involved in placing, removing, storing, maintaining, moving to new locations, replacing, and disposing of the components of the traffic control system as shown on the plans, as

City Funded Project Project No. 06911 B.P. Revised 12/05/2017 45 September 2019

specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer and no additional compensation will be allowed therefor.

The adjustment provisions in Section 4-1.05, "Changes and Extra Work," of the Standard Specifications, shall not apply to the item of traffic control system. Adjustments in compensation for traffic control system will be made only for increased or decreased traffic control system required by changes ordered by the Engineer and will be made on the basis of the cost of the increased or decreased traffic control necessary. Such adjustment will be made on a force account basis as provided in Section 9-1.04, "Force Account ," of the Standard Specifications for increased work, and estimated on the same basis in the case of decreased work.

10-1.12 Existing Facilities The work performed in connection with various existing highway facilities shall conform to the provisions in Section 15, "Existing Facilities," of the Standard Specifications and these Special Provisions.

All facilities outside the property shall be protected. Any damaged facilities shall be restored to their original condition.

(a) All facilities shown on the plans to be removed and not to be salvaged shall become property of the Contractor and shall be properly disposed of outside the property in accordance with Section 16 “Clearing and Grubbing ,” of the Standard Specifications.

(b) All facilities shown on the plans to be removed and salvaged shall remain the property of the City of Hayward, unless otherwise noted in the plans and as directed by the Engineer. Salvaged materials shall be cleaned of all earth and other foreign materials. Salvaged facilities that are not to be reinstalled shall be delivered to the City Corporation Yard at 24505 Soto Road as directed by the Engineer. Salvaged facilities that are to be reinstalled shall conform to the design of the existing facilities. The work of reinstallation shall be performed in accordance with the requirements of these specifications for new work of similar character. Materials shown on the plans or specified in these Special provisions to be reused in the work that are damaged as a result of the Contractor’s operations shall be repaired by the Contractor, at his expense, to the satisfaction of the Engineer.

Full compensation for removing, salvaging and reinstalling existing facilities shall be considered as included in the unit price paid for Relocate Existing Roadside Sign and Remove and Salvage Roadside Sign and no additional compensation will be allowed therefor.

(c) Limits of roadway obliteration, curb, gutter, sidewalk and driveway removal shall be neatly sawcut.

(d) Any irrigation systems extending into the right-of-way shall be modified to relocate the facilities outside the right-of-way. Underground irrigation systems, damaged or removed during construction shall be restored within 48 hours of the first destruction or removal in order to be functional outside the limits of the transitions. The Contractor shall maintain all existing irrigation systems within the public right-of-way and shall be responsible for all damage to existing vegetation to remain due to lack of irrigation or flow from broken irrigation lines.

All materials shall be new and the best quality available unless otherwise specified. All materials shall be marked by manufacturer on all material, containers, or certificates of contents for inspection.

City Funded Project Project No. 06911 B.P. Revised 12/05/2017 46 September 2019

Plastic pipe and fittings shall be polyvinyl chloride Schedule 40 (CS207-60) or Class 315 (CS256-63) PVC. Solvent weld fittings, if used, shall be Schedule 40. Solvent for piping shall be as recommended by manufacturer. All pipes shall be clearly labeled with manufacturer type and specification numbers.

(e) Existing gas laterals, sewer laterals, water service laterals damaged or blocked by the Contractor’s operations shall be reconnected/repaired within a four-hour period. The Contractor shall notify the Engineer, 48 hours in advance prior to any work, which may sever or block known existing service laterals.

(f) There are permanent chain link fences or miscellaneous construction within the property. The fences shall be removed as shown on the plans during demolition for access to adjacent City owned lot. Post bases and/or footing shall be removed and shall become the property of the Contractor. Permanent fencing shall be replaced at the end of the project. Any materials not salvaged shall be replaced in kind. All corner, end, gate, and line posts shall be set in concrete. The Contractor is encouraged to visit the site and inventory quantities and types of fences to be relocated.

Full compensation for conforming to the above requirements for removing portions of chain link fences shall be considered as included in the contract lump sum price paid for Building and Site Demolition and no additional compensation will be allowed therefor.

10-1.13 Survey Monuments Survey monuments shall conform to the provisions in Section 81, “Monuments,” of the Standard Specifications.

Survey monument boxes shall conform to City Standard Details, SD-116.

If a monument is damaged by the Contractor, the City will repair it and the Contractor shall be responsible for the cost of replacement as determined by the City.

10-1.14 Water Pollution Control and Storm Drain Pollution Prevention Water pollution control work shall conform to the provisions in Section 13, "Water Pollution Control," of the Standard Specifications and these Special Provisions.

Contractor to design a complete Storm Water Pollution and Prevention Plan and submit to City for approval prior to starting any demolition activities. Reference sheet P-1.3 in the drawing file E-578 Civic Plaza Office Building As-Builts. Before staring any work and during construction, existing storm water inlets and drain systems within and adjacent to the project limits shall be protected from being damaged, polluted, or plugged with debris resulting from the Contractor’s operation on new installation or existing facility modifications.

After breaking old pavement, remove all chunks and pieces to avoid contact with rainfall or runoff. During saw-cutting operations, slurry must not be discharged to storm drain system. Reduce the amount of water used in the saw cutting operation, supply enough water to prevent damage to the blade, no water will run to the SWI. Instead a paste shall be created that will not travel in the gutter. Shovel and vacuum saw cut materials and remove from the site. During inclement weather use absorbent pads, pillows, sacks or other equivalent filtering device to block or berm around the SWI. Remove the concrete sediment material before it hardens completely. The Contractor must not wash construction equipment at the jobsite or discharge wash water into the storm drain system.

City Funded Project Project No. 06911 B.P. Revised 12/05/2017 47 September 2019

Full compensation for design and implementing Water Pollution Control and Storm Drain Pollution Prevention, including furnishing all labor, materials, tools, equipment and incidentals for storm drain protection, as shown on the plans and as herein specified, shall be considered as included in the contract lump sum paid for Building and Site Demolition for the various items of work relating to the storm drain system and no additional compensation will be allowed therefor.

10-1.15 Requirements for Recycling Construction & Demolition Debris The Contractor is required to recycle ALL construction and demolition (C&D) debris generated as a result of the project. This section provides the information needed to comply with this requirement.

The Contractor shall submit a signed Construction & Demolition Debris Recycling Statement (Exhibit A) to the Engineer not less than 5 days prior to beginning any work that will generate C&D debris. The Contractor shall complete and sign the top portion of Exhibit A and a copy will then be returned to the applicant for future processing requirements.

By signing the top portion of Exhibit A, the Contractor acknowledges that C&D debris may only be hauled using the methods and Authorized Haulers listed on page 2 of Exhibit A and the Contractor acknowledges that C&D debris may only be hauled to Authorized Facilities listed on page 2 of Exhibit A.

Accumulating clean loads of separated concrete, asphalt, dirt, metals, wood, etc. should be evaluated as the preferred processing method since fees for recycling separated materials are generally cheaper than recycling loads of mixed C&D debris (e.g. commingled wood, roofing, metals, green waste, etc.). However, space and time constraints may not allow for separating materials and it may be necessary to remove mixed loads of C&D debris.

During the term of the project, the Contractor shall keep a copy of all weigh tags for records. At the end of the project, the Contractor is required to fill out the bottom “Contractor” section of Exhibit A and submit, with weigh tags, to the Engineer to document compliance with this requirement. Each weigh tag shall indicate the name of the authorized facility, project name, number, the City of Hayward as the originating city, a description of the material types removed from the project site (expressed as tons or cubic yards), and whether those materials were recycled or landfilled. Exhibit A must be filled out based on the weigh tag information and approved by the City’s Solid Waste Manager before the Final Construction Report can be written and the retention release process can be started. Exhibit A is included at the end of this section.

The contract lump sum price for Building and Demolition shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals for implementing the above recycling requirements, including the work required to segregate C&D debris, stockpiling, container rental cost and fees required by recycling facilities, as specified in these special provisions and as directed by the Engineer, and no additional compensation will be allowed therefor.

Fees Charged by the Alameda County Waste Management Authority (ACWMA) ACWMA has assessed a $4.34 per-ton fee on all haulers who transport solid waste originating in Alameda County to a landfill, transfer station, recycling center, or composting facility within or outside of Alameda County. Facilities located within Alameda County include this fee in the price charged. By contrast, solid waste originating from Alameda County and delivered to facilities outside Alameda County must be reported and paid by the hauler. If you select facilities located outside Alameda County for this project, you are required to submit the required fees along with a report to ACWMA. A copy of the report shall be submitted to the City’s Solid Waste Manager. The report form is available at:

City Funded Project Project No. 06911 B.P. Revised 12/05/2017 48 September 2019

http://stopwaste.org/resource/form-2009-01a

More Information About C&D Debris Recycling Exhibit A and the City’s C&D Recycling Ordinance are available at: www.Hayward- CA.gov/recycleC-D

For questions regarding these requirements, call 510-583-4700 or email [email protected]

For more information about C&D debris recycling, visit: http://www.stopwaste.org/recycling/business/construction-demolition-debris

10-1.16 Demolition and Removal

Water for dust control is available from the City of Hayward fire hydrants near the site of the project. The Contractor shall make application to the Hayward Water Department and make payment of the appropriate fee or deposit for a construction water meter. The Contractor shall meter all water taken from the Hayward Water System and pay the current rates for water consumed.

There may be no electricity available on site. The contractor shall be responsible for providing any electricity required for his operations. The contractor shall exercise care around all utility lines as the lines may not be disconnected. Contractor shall ensure that all utilities have been disconnected prior to starting work.

Contractor to design a grading plan by licensed Professional Engineer as submittal to City for review and approval prior to final grading activities.

After the removal of all the foundations, septic tanks or any other buried man-made objects, the Contractor shall backfill the excavated holes and depressions with local borrow and /or imported borrow material as defined in Section 19-7.02C “Imported Borrow” and Section 19-7.03B “Local Borrow” of Caltrans 2010 Standard Specifications. The Contractor may elect to use Class II aggregate base or Class II aggregate sub-base in lieu of imported borrow material. The Contractor may also elect to crush on-site concrete material to use as fill provided that such material is free of all hazardous contamination.

Placement and compaction shall be as specified in Section 19-6.03C “Placing and Compacting” of Caltrans 2010 Standard Specifications. The backfilled material shall be compacted in layers not more than 8 (eight) inches in thickness and shall have 85% relative compaction before laying the next layer. The City will subcontract laboratory testing to confirm compaction requirements.

At least 5 working days prior to the commencement of work the Contractor shall submit a certificate of compliance to show that the imported borrow material complies with the Standard Specifications requirements for the intended use, and is free from organic matter, hazardous material or any other unsatisfactory material.

The final grading shall yield a positive drainage grade towards onsite area drains and inlets and away from the property lines and in a manner as to eliminate the possibility of freestanding water. The grading slopes shall be free from hikes, holes, depressions or abrupt change in slope, maximum slope shall not exceed 4% at any direction within the property limits unless shown on the plans.

The Contractor shall replace all sidewalk, curb & gutter, driveway, sewer lines, etc. damaged by his operations. Contractor is responsible for notifying, in writing, the City of any known damaged sidewalks, prior to beginning his operations.

City Funded Project Project No. 06911 B.P. Revised 12/05/2017 49 September 2019

The contractor shall take all measures necessary to protect adjacent properties, buildings, trees, shrubs, etc. from damage during his demolition operations. All perimeter landscaping shall remain unless otherwise noted on the attached demolition plan. The Contractor shall submit two copies of digital video discs (DVD format) or video tapes (VHS format) of the jobsite prior to the start of construction for providing a record of existing conditions of adjacent private or public structures. These discs or tapes shall provide a view encompassing the entire project with sufficient clarity and scope that will satisfy the Engineer. Upon acceptance by the Engineer, the discs or tapes shall become the property of the City.

The City of Hayward assumes no responsibility for any damage of any nature to any of the buildings mentioned herein after the date of posting bid notices.

The Contractor shall not use explosives in the demolition of improvements nor shall he burn any debris.

The remaining drains must be capped with test plugs in a manner which will secure the drains to prevent manual tampering. The sewer lateral must be disconnected and capped at the back of sidewalk. All utility companies have scheduled to disconnect and remove their service lines. The contractor shall coordinate with the utilities to schedule deconstruction operations.

During non-working hours, the Contractor shall place or install barricades or a six-foot chain link fence, around any holes or hazardous areas for public safety.

The Hayward Fire Department may request to schedule a six (6) day training exercise inside the buildings after hazardous material abatement is completed. The Contractor is to comply with this request before proceeding with the building deconstruction by scheduling six (6) work days for this training.

If, during the clean-up effort, significant quantities of hazardous chemicals or substances that are not identified in the Monte Deignan & Associates reports are discovered, other than reasonable quantities of common kitchen, bathroom, janitorial and office products, those substances shall be quantified and dealt with as additional work.

As part of the Hayward Downtown Specific Plan EIR, the Contractor is responsible to comply with the Mitigation Monitoring or Reporting Program attached hereto as Exhibit “P” at the end of these Special Provisions.

10-1.17 Temporary Chain-Link Fencing Perimeter project fencing with windscreen is to be supplied and installed by the Contractor as shown per plans to enclose and secure the project site and prevent access to the Airport Movement Area, while providing screening from construction activities.

The contract lump sum price paid for Building and Site Demolition shall include full compensation for furnishing all labor, tools, equipment, and incidentals, and for doing all work involved with Temporary Chain-Link Fencing and no additional compensation will be allowed therefor.

10-1.18 Tree Removal and Protection of Existing Trees See Technical Specifications Section 8-1.R Tree Removal and Protection

10-1.19 Compensation for Work Not Listed in Bid Sheets Full compensation for doing any work that is not listed in the contract bid sheet, including furnishing all labor, materials, tools, equipment, and incidentals for doing the work, as required by the plans,

City Funded Project Project No. 06911 B.P. Revised 12/05/2017 50 September 2019

details, notes, shop drawings, Standard Specifications, and these Special Provisions, shall be considered an incidental and as included in the contract prices paid for the various related items of work requiring the work, and no additional compensation will be allowed therefor.

10-1.20 Measurement and Payment

Full compensation for providing all labor, equipment, supplies and materials necessary to remove and dispose of all hazardous materials, deconstruct, demolish and clear the buildings, the building contents and the sites as indicated on the plans and as specified in these special provisions, shall be considered as included in the lump sum prices paid for Hazardous Materials Abatement and Building and Site Demolition and no additional compensation will be allowed therefor.

No additional payment will be made for travel time or subsistence to and from the job site. The Contractor shall include these expenses in his bid price.

10-1.21 Adjustment of Work The City reserves the right to add or delete streets and/or quantities to the contract after the bid opening. The provisions of 4-1.05, “Changes and Extra Work,”of the Standard Specifications shall not apply to any of increased or decreased items of work due to the revised quantities. The time of completion indicated in Section 4, “Beginning of Work, Time of Completion and Liquidated Damages” of these Special Provisions will be increased to allow the time needed for any additional work.

10-1.22 Administrative Change Orders Markup allowed for subcontractor work specified in paragraph two of Section 9-1.04A,”General,” of the Standard Specifications is revised as follows.

All work performed under an Administrative Change Order (ACO) must be authorized by the Engineer's written order. No work in excess of that shown on the plans shall be done without a written change order. The extra work due to changes or deviations in the scope of work will be performed and paid for at the contract unit prices, on a force account basis in conformance with Section 9-1.04, “Force Account,” of the Standard Specifications, or by negotiated price. The general contractor’s mark-up for ACO work performed by subcontractors shall be limited to 5%.

The ACO form (Exhibit E) attached at the end of these Special Provisions shall be used for documenting all ACO. The form and all language noted on it shall be considered as part of the contract documents and shall be binding to the contractor. The contractor’s proposed amount and time extension for ACO work shall represent the full and complete compensation for the change order, including any and all schedule changes and delays and/or cost impact that may be created by the ACO work.

Upon mutual execution of an Administrative Change Order by Contractor and the City of Hayward, Contractor is directed to make changes set forth in the ACO form. Contractor agrees that the net change in the contract sum stipulated in the ACO form shall constitute full compensation, as described under payment in the ACO form, for the work required by the Change Order, including revised work schedules or changes to other contract work. Contractor further agrees that the additional contract time allotted (if any) is sufficient, and that there shall be no further time extensions or delay claims resulting from the Change Order.

10-1.23 Record Drawings At the end of construction, the Contractor shall submit, to the City, a set of redlined, marked-up plans showing work that has been deviated from the plans. Contractor shall submit, a set of redlined, marked-up plans showing all existing underground utilities within the property indicating capped location points, abandoned lines, length of pipe and conduit, with referenced surveyed points including dimensions. Full compensation for preparing the marked-up plans shall be considered as included in the contract prices paid for the various items of work and no additional compensation will be allowed therefor.

City Funded Project Project No. 06911 B.P. Revised 12/05/2017 51 September 2019

10-1.24 Warranties, Guarantees, and Instruction Sheets Contractor's workmanship, furnished material, and equipment warranties against defect shall be in conformance to manufacturers’ warranties and guaranties furnished for materials used in the work, and instruction sheets and parts lists supplied with materials, shall be delivered to the City Engineer’s office prior to acceptance of the project. In addition to guarantees required elsewhere, the Contractor shall and hereby does guarantee all work and materials for a period of one (1) year after the date of final acceptance of the project by the City and shall repair and replace any and all such work defective in labor and/or materials, together with any other work, which may be displaced in so doing, without expense whatsoever to the City, except for ordinary wear and tear and neglect.

In the event the Contractor fails to comply with the provisions of the above mentioned guaranty by commencing repair within fifteen (15) days after being notified in writing and diligently completing said repairs, the City is hereby authorized to proceed to have the defects repaired and made good at the expense of the Contractor, who hereby agrees to pay the cost and charges therefore immediately on demand.

City Funded Project Project No. 06911 B.P. Revised 12/05/2017 52 September 2019 TABLE OF CONTENTS

PAGE NO.

Section 8. Materials ...... 2 8-1.A Remove Portland Cement Concrete ...... 2 8-1.B Remove, Salvage and Reinstall Roadside Signs ...... 2 8-1.C Removal and Disposal of Storm Drain Inlets ...... 3 8-1.D Adjust Frames and Covers to Grade ...... 3 8-1.E Adjust/Replace Frames and Covers to Grade ...... 5 8-1.F Soils Testing ...... 7 8-1.G Clearing and Grubbing ...... 7 8-1.H Root Pruning Existing Tree and Root Barrier Installation ...... 8 8-1.I Watering ...... 10 8-1.J Trenching and Backfilling ...... 11 8-1.K Earthwork ...... 12 8-1.L Reinforced Concrete Pipe and Connection ...... 13 8-1.M Minor Concrete Construction ...... 13 8-1.O Tree Planting ...... 19 8-1.P In-Place Compacted Topsoil ...... 21 8-1. Temporary Shoring and Underpinning ...... 22 8-1.R Tree Removal and Protection ...... 24 8-1.S Chain Link Fence and Gate ...... 44 8-1.T Hydroseeding ...... 45

SECTION 02 82 13 ...... 52

City Funded Project Project No. 06911 B.P. Revised 12/21/15 1 September 2019 SECTION 8. MATERIALS

8-1.A Remove Portland Cement Concrete Removing portland cement concrete (sidewalk paving, substructures, curb, gutter, curb ramp, driveway ramp, and driveway approach), as shown on the plans shall be performed in accordance with the provisions of Section 15-3 “Concrete Removal” of the State Standard Specifications and these Special Provisions. All removed concrete shall be properly disposed of outside the street right-of-way in accordance with Section 5-1.20B(4), “Contractor – Property Owner Agreement,” of the Standard Specifications. Existing buried concrete caisssons including all associated steel reinforcing as shown on the as- built drawings shall be demolished to a minimum of five (5) feet below the bottom of the footing foundations being supported and be removed from the site.

Where no joint exists between the concrete to be removed and the concrete to remain in place, the concrete shall be cut in a neat line the full depth with a power-driven saw, before the concrete is removed. Cut concrete shall be removed without damaging the concrete or any other structure that is to remain in place. Damage to concrete, which is to remain in place or damage to any adjacent existing structure or improvement, shall be repaired to a condition satisfactory to the Engineer. Repairing, removing, and replacing concrete damaged outside the limits of work to be replaced shall be at the Contractor's expense and will not be measured nor paid for.

All materials removed shall be disposed of off the project site.

The street signs, roadside signs, and any other materials that are obstructing the construction work shall be salvaged and or reinstalled by the Contractor per Section 8-1.B below. The Contractor, at his expense shall store the salvaged material or repair and restore the materials that are damaged as a result of the Contractor’s operations to the satisfaction of the Engineer. Facility reference markings that are destroyed or disturbed shall be replaced in conformance with City Standard Detail SD-222.

The contract unit price paid per square foot for Removal of Existing Concrete Footings, Foundations, Substructures, Caissons, and Slab on Grades including steel reinforcing and the contract unit price paid per linear foot for Removal of Existing Concrete Footings, Foundations, Substructures, Caissons, and Slab on Grades including steel reinforcing shall include full compensation for furnishing all labor, materials, tools, and equipment and incidentals and for doing all work involved in removing existing portland cement concrete including cutting, removing, and disposing of the concrete and no additional compensation will be allowed therefor.

Full compensation for furnishing all labor, materials, tools, and equipment and incidentals and for doing all work involved in removing existing portland cement concrete sidewalk paving, curb, gutter, curb ramp, driveway ramp, and driveway approach, including cutting, removing and disposing of the concrete, shall be considered as included in the lump sum price paid for Demolition and no additional compensation will be allowed therefor.

8-1.B Remove, Salvage and Reinstall Roadside Signs

City Funded Project Project No. 06911 B.P. Revised 12/21/15 2 September 2019 Existing roadside signs shall be removed, salvaged and/or reinstalled as shown on the plans or as directed by the Engineer in conformance with the provisions in Section 56-4, "Roadside Signs," of the Standard Specifications, City of Hayward Standard Details, and these Special Provisions.

Unless otherwise directed by the Engineer, each sign shall be removed, salvaged, if still in good condition, and re-installed on a new post at the new location on the same day said sign is removed from its original location.

The contract unit price paid per each for Relocate Existing Roadside Sign and Remove and Salvage Roadside Sign shall include full compensation for all labor, materials, tools, equipment, and incidentals and all work involved in removing, salvaging and/or reinstalling the sign in its new location as shown on the plans, as specified in the Standard Specifications and these Special Provisions and as directed by the Engineer and no additional compensation shall be allowed therefor.

8-1.C Removal and Disposal of Storm Drain Inlets The existing inlets shall be removed completely as shown on the plans and shall become the property of the Contractor. All concrete structure shall be properly disposed of outside the property in accordance with Section 5-1.20B(4), “Contractor – Property Owner Agreement,” of the Standard Specifications. Frames and grates shall be salvaged.

A mechanical plug shall be installed to the connecting storm drain pipe as shown on the plans. The pipe shall then be plugged with concrete also as shown on the plans. The resulting hole in the ground shall be backfilled with Class 3 aggregate base by method acceptable to the Engineer.

The contract unit price paid for Remove Existing Storm Drain Inlet shall include full compensation for all work involved in removing the existing drainage facilities including, but not limited to, salvaging existing frames and grates, removing and disposing of the existing storm drain inlets, installing mechanical plug, plugging storm drain pipe with concrete, backfilling and compacting holes, as shown on the plans, as specified in these Special Provisions, and as directed by the Engineer and no additional compensation will be allowed therefor.

8-1.D Adjust Frames and Covers to Grade Frames and covers of existing manholes, valves and survey monument boxes, traffic appurtenances, and other facilities shall be adjusted to grade in accordance with the provisions in Section 15-2.04, "Reconstruct," of the Standard Specifications, the plans, applicable City and County Standard Details, and these Special Provisions.

The Engineer will initially request all non-City or County owned utility companies and agencies to adjust their castings to grade. The Contractor is responsible for coordinating the work with the utility companies after the Engineer’s initial notification to the utility companies. The Contractor shall submit to the Engineer a list of locations and utilities that need to be adjusted by any utility companies at least 3 weeks prior to adjustment of facilities.

The Contractor shall adjust all City-owned utility facilities to grade as shown on the plans and as specified in these Special Provisions. The Contractor shall lower the iron prior to the roadway

City Funded Project Project No. 06911 B.P. Revised 12/21/15 3 September 2019 excavation operations and shall raise the iron to grade during/after the paving is completed. The City’s manhole frames and covers, water valve box and covers, sewer riser frames and covers and survey monument box and covers shall be reconstructed and reset to grade in accordance with applicable City Standard Details and as shown on the plans. Adjustment of manhole and riser frames or adjustment/replacement of monument and water valve boxes to grade includes furnishing and installing new frames, covers, boxes, metal locking grade rings, pre-cast concrete adjustment rings, and/or concrete slabs and/or cones. Manhole and utility frames and covers shall be protected prior to the final adjustment or final paving operation. Unless otherwise approved by the Engineer, frames and covers shall not extend above surrounding pavement or temporary paving that is open to public traffic. Damaged frames and covers due to the Contactor’s operations shall be replaced at the Contractor’s expense. Approved steel traffic plates shall be used to cover the lowered manholes. Any depression due to the Contractor’s operations shall be backfilled and maintained with hot mix asphalt to provide a smooth riding surface.

Access to water valves shall be maintained at all times. A 4” diameter hole shall be left open in the hot mix asphalt surfacing on every utility box cover immediately after placing HMA overlay and before starting the HMA compaction. In addition, a minimum 6” diameter white paint circle shall be marked around the 4” hole after overlay is completed. At water valve boxes, the hole shall be the full size of the box covers, so that the valves are accessible at all times. The water valve boxes shall be filled up to the cover with burlap sacks before placing asphalt, temporary cover may be allowed to cover the above said hole. This temporary cover shall be pre-approved by the Engineer.

Storm water protection and debris prevention for manholes shall conform to the provisions in Section <<10-1.xx>> “Water Pollution Control and Storm Drain Pollution Prevention” of these Special Provisions.

Water valve boxes and covers of brand names different than “Christy” and/or with cover diameter less than 12 inches, and survey monument boxes with triangular covers and/or cover diameter less than 12 inches shall be replaced with “Christy G-5” or “Brooks 3RT,” or approved equal. Existing materials in good condition and that meet all City Standard Detail requirements may be reused for the above described replacement.

The adjustment and replacement of utility frames and covers will be measured as follows:

Adjust Manhole Frame & Cover to Grade per each

Adjust Sewer Riser Frame & Cover to Grade per each

Adjust / Replace Survey Monument Box & Cover to Grade per each

Adjust / Replace Water Valve Box & Cover to Grade per each

All utility boxes and covers shall be raised to grade. The adjusted utilities shall conform the smoothness tolerance when using a straight edge of +/- 12 feet as specified in Section 27-2.03F “Compacting” of the Standard Specifications.

City Funded Project Project No. 06911 B.P. Revised 12/21/15 4 September 2019 The contract unit price paid for the various adjustment and replacement items listed above shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing all work involved in adjusting manhole or adjusting/replacing other utility boxes to grade, furnishing and installing new frames, covers, boxes, metal locking grade rings, pre-cast concrete adjustment rings, and/or concrete slabs and/or cones, including structure excavation and backfill, lowering and raising existing iron, removal and disposal of existing materials, constructing concrete slabs, patch paving, providing debris protection, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer and no additional compensation will be allowed therefor.

No adjustment of compensation will be made to the contract unit price for any item listed in this section for any increase or decrease in the quantities, regardless of the reason for such increase or decrease. The provisions of Section 9-1.06, "CHANGED QUANTITY PAYMENT ADJUSTMENTS," of the Standard Specifications shall not apply to these items.

8-1.E Adjust/Replace Frames and Covers to Grade Frames, covers and grates of existing manholes, inlets, or other facilities shall be adjusted to grade in accordance with the provisions in Section 15-2.04, “Reconstruct,” of the Standard Specifications, the City Standard Details, and these Special Provisions.

The Contractor shall adjust all utility facilities to grade. Water valve boxes and covers of brand names different than “Christy” and/or with cover diameters less than 12 inches, and survey monument boxes with triangular covers and/or with cover diameters less than 12 inches shall be replaced with “Christy G-5,” “Brooks 3RT” or approved equal, and adjusted to grade per City Standard Details SD-205 and SD-116. Other castings shall be simply adjusted to grade using appropriate City Standard Details, unless otherwise directed by the Engineer.

Adjusting frames and covers to grade shall be done after overlay is completed except when rings are used above existing frames, the rings may be placed after spreading hot mix asphalt and prior to compaction. A 4” diameter hole shall be left open in the hot mix asphalt surfacing on every utility box cover immediately after placing HMA overlay and before starting the HMA compaction. In addition, a minimum 6” diameter white paint circle shall be marked over any structures or castings that are to be raised to grade after overlay is completed, except for water valve covers where a hole the full diameter of the cover shall be left, so that the valve is accessible at all times. The water valve boxes shall be filled up to the cover with burlap sacks before placing asphalt. The Contractor shall pay the City $100.00 per box per day if he fails to leave the required hole on the box cover.

The Contractor shall adjust the frame and cover of the utility box to grade, including HOT MIX ASPHALT patching, per City Standard Details within five (5) working days, after finishing the HOT MIX ASPHALT paving. The Contractor shall pay the City the sum of $100.00 per box per day for each and every calendar day's delay in adjusting the utility frame or ring.

The Contractor shall submit a list of utilities and locations that need to be adjusted by any utility companies.

City Funded Project Project No. 06911 B.P. Revised 12/21/15 5 September 2019 The Contractor shall reference all utilities on the top of curb with marking paint and shall request for the Engineer’s inspection 24 hours in advance prior to the HOT MIX ASPHALT overlay as follows:

Work Description Reference

Adjust Manhole Frame and Cover to Grade MH X’ (X = Actual Distance, Typical)

Adjust Water Valve Box and Cover to Grade A.W X’

Replace Water Valve Box and Cover to Grade R.W X’

Adjust Survey Monument Box and Cover to Grade A.Mon X’

Replace Survey Monument Box and Cover to Grade R.Mon X’

Adjust Sewer Riser Box and Cover to Grade SR X’

Failure of the Contractor to comply with the utility referencing requirements on all or on any of the utilities shall be enough reason to stop the work and reschedule the hot mix asphalt overlay to a later day approved by the Engineer. No additional compensation or working day extension will be granted to the Contractor for any rescheduled work due to the failure of utility referencing.

The adjustment and replacement of utility boxes, frames, and covers shall be measured and paid for the actual items completed as follows:

Adjust Manhole Frame and Cover to Grade per each

Replace Water Valve Box & Cover to Grade per each

Adjust Water Valve Box & Cover to Grade per each

Replace Survey Monument Box & Cover to Grade per each

Adjust Survey Monument Box & Cover to Grade per each

Adjust Sewer Riser Box and Cover to Grade per each

The contract unit price paid for the various adjustment and replacement items listed above shall include full compensation for furnishing all labor, material, tools, equipment, and incidentals and for doing all the work involved in adjusting or replacing utilities, including furnishing and installing the frames, boxes, rings, and covers, complete in place, adjusted to final grade and patch paved, as shown on the plans and specifications, and as herein specified and no additional compensation will be allowed therefor.

No adjustment of compensation will be made to the contract unit prices for the various adjustment and replacement items listed above for any increase or decrease in the quantities,

City Funded Project Project No. 06911 B.P. Revised 12/21/15 6 September 2019 regardless of the reason for such increase or decrease. The provisions of Section 4-1.05, “Changes and Extra Work,” of the Standard Specifications shall not apply to these items.

8-1.F Soils Testing

The Contractor is responsible for additional testing if it is required by the receiving facility.

8-1.G Clearing and Grubbing Clearing and grubbing shall conform to the provisions in Section 16, "Clearing and Grubbing," of the Standard Specifications and these Special Provisions.

The Contractor shall remove and dispose of trash from the site work area.

All areas within the limits of work shall be cleared of weeds. Shrubs and groundcover are to be removed except as noted on the plans or as directed by the Engineer. Remove plant material (tree stump, top growth and roots) in accordance with and as indicated on the demolition plans.

The tree roots shall be totally removed to a depth of at least 18 inches below the soil grade except in the case of utility conflict that warrants the removal of tree roots at a lesser depth. Surplus tree stump grindings and other surplus material shall become the property of the Contractor and shall be disposed of outside the street right-of-way in accordance with the provisions in Section 5- 1.20B(4), “Contractor – Property Owner Agreement,” of the Standard Specifications.

Backfill holes from tree, shrub and groundcover removal the same day of plant removal. Backfill material in locations of new sidewalk, driveways, or wheelchair ramps shall be compacted backfill in accordance with Section <<10-1._C>> “Minor Concrete Construction” of these Special Provisions. All costs associated with furnishing and installing backfill material shall be considered as included in the contract prices paid for <> and no additional compensation will be allowed therefor.

Contractor shall remove shrubs, wood planters, asphalt, and concrete paving within the dripline of existing trees to remain by hand tools. Prior to any work, the Contractor shall walk the job site with the Engineer to review the limits of clearing and grubbing. Existing improvements and facilities, including but not limited to, signs, bench marks, sprinkler heads, private landscaping, etc. to remain which are damaged by this work, shall be repaired and/or replaced at the Contractor’s expense to the satisfaction of the Engineer. All costs associated with the repair and/or replacement of damaged items shall be considered as included in the contract lump sum price paid for Clearing and Grubbing and no additional compensation will be allowed therefor.

Nothing herein shall be construed as relieving the Contractor of his responsibility for final cleanup of the highway as provided in Section 4-1.13, "Cleanup," of the Standard Specifications.

City Funded Project Project No. 06911 B.P. Revised 12/21/15 7 September 2019 The contract lump sum price paid for Clearing and Grubbing shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all work involved in clearing and grubbing, including, but not limited to demolition, removal, and disposal of the facilities specified herein and as shown on the plans, as specified in the Standard Specifications and these Special Provisions and as directed by the Engineer and no additional compensation will be allowed therefor.

8-1.H Root Pruning Existing Tree and Root Barrier Installation Attention is directed to Sections 7-1.03, "Public Convenience, 7-1.04, "Public Safety,"5-1.36, "Property and Facility Preservation,” of the Standard Specifications and these Special Provisions.

All root pruning work shall be performed by a Class D49 or Class A and/or C8 licensed contractor under the supervision of a Certified or Registered Consulting Arborist. Certified or Registered Consulting Arborists hired by the Contractor shall be from the City-approved list of arborists provided below. If a Contractor or Arborist wishes to be included in the City-approved list below, the Arborist shall apply for pre- approval by submitting his or her Curriculum Vitae (CV) showing education and experience in tree survival after root pruning and tree protection during construction. The CV together with a formal request for inclusion in the City-approved list shall be submitted to the City Landscape Maintenance Supervisor by contacting him at (510) 583- 8906. An Arborist can only be used for City projects after receiving approval from the City Landscape Maintenance Supervisor. The bidder should ensure that such approval is sought and received prior to the bid opening. Otherwise, the bidder risks being denied the use of their preferred arborist.

Joe McNeil Care of Trees (Torrey Young) 3 Malten Court 7800 Edgewater Drive Pleasant Hill, CA 94523 Oakland, CA 94621 925-676-5232 (877) 206-4001

Ray Morneau Walter Levison 550 S. Shoreline Blvd. Millbrae, CA Mountain View, CA 94041 (650)697-0990 650-964-7664

Hortscience 4125 Mohr Ave, Suite F Pleasanton, CA 94566 925-484-0211

Certification must be verified, and the Arborist shall be responsible for all decisions made, and should visit the work sites daily. The Arborist will provide guidance on which roots may be cut and which must be preserved. In general, it is the City’s objective to install the concrete improvements and also preserve the trees. The Arborist’s primary role is NOT just to make a determination on what will happen to the tree if roots are cut, but to help guide the root pruning

City Funded Project Project No. 06911 B.P. Revised 12/21/15 8 September 2019 and concrete repair work with the goal of preserving the tree to the extent possible. The only times when trees will be allowed to be removed is when they are in eminent danger of falling and becoming a danger to the public or diseased to the point of non-recovery. The Arborist’s recommendations may include the application of fertilization, soil amendment, a watering program, etc. However, the implementation of any arborist recommendation beyond root pruning, excavation and grading to bring the proposed concrete improvement to the appropriate level, general protection of the tree during construction and general prudent care during installation of the concrete work shall be considered extra work to be compensated by a contract change order.

The Contractor shall notify the Arborist of the work locations that have been or will be exposed and coordinate an inspection of the tree roots. Roots shall be cut cleanly using a handsaw, loppers or hand shears. Roots shall be cut cleanly prior to use of the backhoe or other excavator to remove material from the site. At no time is the backhoe or other excavator to be used to remove roots.

When tree roots are encountered which are not allowed to be pruned, the Contractor shall excavate only to the extent possible to allow the improvements to be placed flush and conform with the existing improvements, and to remove the tripping hazard as directed by the Arborist.

Under the direction of the Arborist, tree roots shall be cut and removed to a maximum depth of twelve (12) inches below the level of finished grade of the aggregate base. Backfill with six (6) inches clean native backfill material free of organic matter and deleterious material. Wet and compact the aggregate base and the top six (6) inches of native sub-base to 90% maximum relative compaction.

If the Arborist recommends against pruning roots of a particular tree, then the Contractor shall perform one of two tasks as directed by the Arborist and approved by the Engineer. The Contractor shall be directed to (1) construct a concrete curb bend around the tree to keep construction outside of a designated area, or (2) construct the repairs on top of the roots without performing a root cut. Option (2) may require partial grinding of the tree root, and improvements being built directly on top of the tree roots with limited base rock placed on the tree root.

The Contractor shall not perform deep (more than 12 inches) root pruning on both sides of a tree within a 12-month period without authorization from the Engineer due to the risk of causing the tree to fall. The Engineer shall provide historical information on which trees have been pruned in the past.

The following are prohibited in the pursuit of the Contractor’s work when working near trees. DO NOT:  Secure cable, chain or rope to trees or shrubs.  Discharge exhaust into foliage.  Allow fires under and adjacent to trees or other plants.  Cut, break, skin or bruise roots or branches.  Store material, stockpile soil, park or drive vehicles within tree drip lines or in areas with plants.  Allow run off or spillage of damaging materials in the vicinity of the root systems.

City Funded Project Project No. 06911 B.P. Revised 12/21/15 9 September 2019 Root control barriers shall be installed on the tree side of the root-pruning trench at the locations and dimensions shown on the plans. The barriers shall be installed to ½ inch below finish grade and extend to a depth of 18 inches as shown on the plans. The root control barriers shall be either Copolymer Polypropylene or polyethylene in material with a minimum thickness of 0.08 inch. Root barriers shall be manufactured by either the Deep Root Company or Vespro, Inc. or approved equal. Sample material of the root barrier shall be submitted to the Landscape Maintenance Division for approval before installation. Barriers shall be installed in accordance with the manufacturer's recommendations. Prior to back filling the root-pruning trench, all concrete, base rock and debris shall be removed. Only then shall the trench be filled with loose topsoil backfill. Topsoil shall conform to Section 21-1.02D, "Topsoil," of the Standard Specifications.

Soil compaction shall be limited to the area where sidewalk, driveway, ramp, and curb and gutter will be replaced. Root pruning trench shall be firmly backfilled but not overly compacted. The root-pruning trench shall be backfilled with topsoil as soon as practicable.

Root control barriers shall extend into a maximum of 10’ of the sidewalk replacement length on either side of the tree. Tree roots shall be pruned with a root-cutting machine, stumper, or chain saw perpendicular to the root. The final cut on roots and/or root crowns shall be clean and smooth. Backhoe or similar construction equipment shall not be used for root pruning trees at any time. Contractor shall use approved root-cutting machine or equipment.

The root control barrier shall not be installed until the Arborist has inspected the root-cutting trench. If, in the opinion of the Arborist, the tree is in danger of falling, the Contractor shall remove the tree prior to constructing the sidewalk and/or curb and gutter. The Contractor will be allowed a time extension for completing that particular sidewalk or curb and gutter replacement.

Contract price paid for root pruning by Class “D49” or Class “A” or “C8” licensed contractor under the supervision of a Certified or Registered Consulting Arborist at each location shall be considered full compensation for furnishing all labor, materials including fertilizer and soil amendments as necessary, arborist report, equipment and incidentals complete in place as directed by the Arborist and Engineer.

Root pruning of existing trees by Class D49 or Class A or “C-8” licensed contractor under supervision the of a Certified or Registered Consulting Arborist at each location will be measured by the unit price as paid for Roots Pruning at Various Locations. The Contract unit price paid for root pruning each existing tree shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing all the work involved in root pruning including root prune trenching, covering roots with wet burlap and backfilling of root pruning trenches with topsoil, and Arborist report as shown on the plans and as herein specified and as directed by the Engineer and no additional compensation will be allowed therefor.

The contract unit price paid per each tree for Root Prune Existing Tree and Install Root Barrier shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing all the work involved in installing the root barrier, complete in place, as shown on the plans and as herein specified and as directed by the Engineer and no additional compensation will be allowed therefor.

8-1.I Watering

City Funded Project Project No. 06911 B.P. Revised 12/21/15 10 September 2019 Watering shall conform to the provisions in Section 17, "Watering," of the Standard Specifications and these Special Provisions.

Water is available from the City of Hayward fire hydrants at or near the site of work. The Contractor shall meter all water taken from the Hayward Water System and pay the current rates for water consumed. The Contractor shall make application to the Hayward Water Department and make payment of the appropriate fee or deposit for a construction water meter. The Contractor shall pay to the City of Hayward the sum of $100.00 per day for each and every calendar day that water from fire hydrants is used without a construction water meter.

8-1.J Trenching and Backfilling Trenching and backfilling shall conform to the provisions in Section 19-3, “Structure Excavation and Backfill,” and Section 19-2, “Roadway Excavation,” of the Standard Specifications and these Special Provisions.

Surplus excavated material shall become the property of the Contractor and shall be disposed of outside the street right-of-way, in accordance with the provisions in Section 5-1.20B(4), “Contractor – Property Owner Agreement,” of the Standard Specifications.

Bituminous pavement must be cut to clean, straight lines parallel to the trench.

The trench shall be excavated to a depth required to allow for placement of bedding material. Bedding material shall provide a uniform and continuous bearing and support for the pipe at every point between bell holes or joints, unless otherwise shown on the plans, except that it will be permissible to disturb and otherwise damage the finished surface over a maximum length of eighteen (18) inches near the middle of each length of pipe by the withdrawal of pipe slings or other lifting tackle.

Any part of the bottom of the trench excavated below the specified grade shall be backfilled with approved material thoroughly compacted, as directed by the Engineer. The finished grade of the bedding material shall be prepared accurately by means of hand tools.

Where the bottom of the trench at subgrade is found to be unstable or includes ashes, cinders, all types of refuge, vegetable or other organic material or large pieces of fragments or inorganic material, which in the judgment of the Engineer should be removed, the Contractor shall excavate and remove such unsuitable material to the width and depth ordered by the Engineer. Before the pipe is laid, the subgrade shall be made by backfilling and compacting with material, as specified by the Engineer. Any such work ordered by the Engineer shall be paid for as extra work, in accordance with Section 4-1.05, “Changes and Extra Work,” of the Standard Specifications.

All excavated material shall be removed from the project site concurrent with the excavation operations. Hydrants under pressure, valve pit covers, valve boxes, curb stop boxes, fire and police call-boxes, or other utility controls shall be left unobstructed and accessible until the work is completed.

City Funded Project Project No. 06911 B.P. Revised 12/21/15 11 September 2019 The percentage composition, by weight, of quarry fines for trench backfill shall conform to the City Standard Detail SD-125 (Sheet 2), except that 100 percent shall pass the ¾” sieve size.

Relative compaction of trench backfill materials shall conform to the requirement shown on the plans, City Standard Detail SD-125, and shall be done concurrently with pipe installation and placement of backfill materials.

Full compensation for trench excavation, trench backfill including quarry fines, Class 2 aggregate subbase, Class 2 aggregate base, and hot mix asphalt shall be considered as included in the contract unit price paid for the various items that require trench excavation and backfilling, and no additional compensation will be allowed therefor.

8-1.K Earthwork Earthwork shall conform to the provisions in Section 19, "Earthwork," of the Standard Specifications, and these Special Provisions.

Surplus excavated material shall become the property of the Contractor and shall be disposed of outside the street right of way in accordance with the provisions in Section 5-1.20B(4), “Contractor – Property Owner Agreement,” of the Standard Specifications.

Contractor’s attention is directed to Section 10-1.01 “Order of Work” and Section 10-1.10, “Maintaining Traffic” of these Special Provisions for limitations and requirements on the excavation operations.

Where a portion of existing surfacing is to be removed, the outline of the area to be removed shall be sawcut on a neat line with a power-driven saw or a grinder to a minimum depth of 0.17-foot before removing the surfacing.

All tree roots shall be removed under the sections to be excavated for street pavement section. All open holes and elevation differentials shall be adequately barricaded, at all times, and shall have flashing beacons at night. It is the Contractor’s responsibility to provide safe and convenient pedestrian access at all times.

Contractor shall conform to existing grades at the project limits. The top 6" of subgrade for street section shall be scarified and compacted to 95% relative compaction.

Due to the limited widths of the streets and the deep excavation to be performed, the Contractor shall proceed by excavating the entire width of the street. Where excavation is adjacent to existing pavement that is open to public traffic, the Contractor shall place tapers at 4:1 slope between the existing surface and new subgrade. The Contractor shall schedule the length of the excavation to be performed each day such that ramping to the cross streets and driveways are in place at the end of each work day and during construction as necessary to maintain driveway access for residents. Ramps shall be placed and compacted against the vertical cuts adjacent to the traveled way to provide access to all driveways and at the conforms with the cross streets. The material shall be placed to the level of the elevation of the top of existing pavement and tapered at a slope of 4:1 or flatter to the bottom of the excavation. This is to be performed by the end of each workday so the street can be opened to public traffic. No exceptions. Full compensation for placing the imported aggregate subbase or on-site aggregate subbase and the taper material at a compacted 4:1 slope, regardless of the number of times it is required, and subsequent removing or reshaping of the material to the lines and grades shown on the plans shall

City Funded Project Project No. 06911 B.P. Revised 12/21/15 12 September 2019 be considered as included in the contract price paid for Roadway Excavation and no additional compensation will be allowed therefor.

Roadway excavation will be measured and paid for by cubic yard as shown on the plans and as specified in Sections 19-2, "Roadway Excavation," of the Standard Specifications and these Special Provisions. Section 19-2.04, "Payment," of the Standard Specifications shall not apply.

The contract unit price paid per cubic yard for Building and Site Demolition shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all work involved in roadway excavation, including saw cutting, removal of asphalt concrete, clearing and grubbing, disposal of all surplus material, preparing sub-grades, preparing and removing temporary access ramps and 4:1 tapers, complete in place as shown on the plans, as specified in the Standard Specifications and these Special Provisions and as directed by the Engineer and no additional compensation will be allowed therefor. Roadway Excavation is a final pay quantity (F) in accordance with Section 9-1.02C, “Final Pay Item Quantities,” of the Standard Specifications and these Special Provisions.

8-1.L Reinforced Concrete Pipe and Connection Reinforced concrete pipe (RCP) shall be Class V and shall conform to the provisions in Section 65, "Concrete Pipe," of the Standard Specifications, and these Special Provisions.

The trench backfill and compaction shall be done in accordance with City Standard Detail SD-125, these Special Provisions, and the provisions in Section “Trenching and Backfilling” elsewhere in these Special Provisions.

Full compensation for furnishing and installing Class V 12” RCP and connecting to relocated SWI and doing all the work involved including, excavation, breaking through the existing inlet or manhole, installing side connections, implementing storm drain protections, and backfilling, complete in place, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer shall be considered as included in the price paid for Building and Site Demolition and no additional compensation will be allowed therefor.

8-1.M Minor Concrete Construction Minor Concrete curb, gutter, sidewalk, driveways, curb ramps, retaining curb, conform median paving, driveway conforms, and <> construction shall conform to the provisions in Section 73, “ Concrete Curbs and Sidewalks,” and Section 90, “Concrete,” of the Standard Specifications, plans, all applicable City Standard Details, including, but not limited to SD-107 through SD-110, and these Special Provisions. Portland cement concrete for miscellaneous concrete construction shall be Minor Concrete and shall contain not less than 505 pounds of Portland cement, except as specified elsewhere in these Special Provisions, and one (1) pound of lampblack per cubic yard of concrete. If the Contractor elects to use the curing compound method for curing concrete for curb, gutter, sidewalk, driveways, median paving, and curb ramps, the curing compound shall be curing compound “6” conforming to the provisions in Section 90-1.03B(3), "Curing Compound Method," of the Standard Specifications.

City Funded Project Project No. 06911 B.P. Revised 12/21/15 13 September 2019 The curing compound shall be applied in a manner that will provide a complete coating of all exposed faces of the concrete surface. If directed by the Engineer, the Contractor shall add admixtures to the concrete mix as necessary to accelerate the rate of strength development.

Expansion joints shall be constructed at all locations where expansion joints existed before removal of concrete and as stated in Standard Detail SD-107 and as shown in Standard Details SD-108, SD-109 and SD-110. Replaced concrete structures shall be on a straight grade between existing adjacent concrete structures.

The locations and approximate sizes of areas to be removed and replaced are listed on the tables in the plans and are marked in the field. Any increases to these limits or the quantities shown on the proposal require a written change order approved by the Engineer.

After the removal of the concrete, all tree roots shall be removed. The existing top six (6) inches of aggregate and native material shall be removed and shall be backfilled and compacted with aggregate subbase as shown on the Standard Details SD-107, SD-108, and SD-109. Existing aggregate subbase can be used and recompacted only upon the approval and direction of the Engineer.

Aggregate subbase shall be Class 2 and shall conform to the provisions in Section 25, “Aggregate Subbases,” of the Standard Specifications and Section <<10.1-XX>>, Aggregate Subbase of these Special Provisions. Aggregate subbase shall be compacted to 90% relative compaction.

Full compensation for adding lampblack to the concrete mixture including adding admixtures to the concrete mix as necessary, furnishing and installation expansion joints, and furnishing and compacting the Class 2 Aggregate subbase under curb and gutter, curb ramps, sidewalk and driveways, shall be considered as included in the contract prices paid for Building and Site Demolition and no additional compensation will be allowed therefor.

All form boards to be used along the back of curb and along the front and back of sidewalk or wheelchair ramp shall extend the full depth of the structures. If there are no expansion joints at the limit of concrete to be removed, Contractor shall sawcut the outline of the concrete to be removed. The concrete shall be removed without damaging the concrete that is to remain in place. Any damage to the concrete surface to remain shall be repaired or replaced to a condition satisfactory to the Engineer and shall be at the Contractor’s expense.

Where new concrete is to be placed against existing concrete, no. 3 steel dowels at 3-foot intervals shall be installed. Dowels shall be twelve (12) inches long and shall be embedded into 3/8” holes drilled into the existing concrete no less than six (6) inches deep. A minimum of two (2) dowels shall be placed at transverse joints in sidewalks.

Full compensation for setting forms, furnishing and installing dowels, epoxy and reinforcing steel, required for the miscellaneous concrete construction shall be considered as included in the contract prices paid for building and site demolition and no additional compensation will be allowed therefor.

City Funded Project Project No. 06911 B.P. Revised 12/21/15 14 September 2019 1. Concrete Curb and Gutter and Retaining Curb, New Construction or Replacement When extruded or slip-formed curbs are constructed using 3/8-inch maximum size aggregate, the cement content shall be not less than 505 pounds per cubic yard.

Curb and gutter flares or depressions at inlets shall be considered as included in the contract price paid for various items of work and no additional compensation will be allowed therefor.

Curb and gutter depressions at driveways, standard concrete curb and gutter, and retaining curb will be measured by the lineal foot and paid for as Minor Concrete (Curb & Gutter) and Minor Concrete (Retaining Curb).

The contract lump sum price paid for Minor Concrete (Curb and Gutter) and Minor Concrete (Retaining Curb) shall include full compensation for furnishing all labor, materials, tools and equipment and for doing all the work involved in or constructing new curb and gutter, and retaining curb, including subgrade preparation, furnishing and compacting aggregate subbase, setting forms, and adhesive, or reinforcing steel and dowels for anchoring curbs to existing pavement, where applicable, and all other work involved in installing the curb and gutter, and retaining curb, complete in place, as shown on the plans and in the City Standard Details, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer and no additional compensation will be allowed therefor.

2. Sidewalk Conforms to concrete walkway and sidewalk will be considered as included in the contract lump sum price paid for building and site demolition and no additional compensation will be allowed therefor. Existing concrete walkways and landscape materials outside of the City right-of-way shall be protected. Any damage caused by the Contractor’s operations shall be repaired or replaced at the Contractor’s expense.

The contract lump sum price paid for building and site demolition shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing all work involved in constructing the concrete sidewalk, complete in place, including subgrade preparation and compaction, furnishing and compacting aggregate subbase, setting forms, and adhesive, or reinforcing steel and dowels to anchor to existing sidewalk where applicable, installing sidewalk conform behind back of new sidewalk, adjusting utility boxes to finished grade, and all other work involved in installing the sidewalk, complete in place, as shown on the plans, as specified in the Standard Specifications and these Special Provisions and as directed by the Engineer and no additional compensation will be allowed therefor.

3. Driveways At the locations directed by the Engineer, the Contractor shall construct half of the driveway at a time to allow ingress and egress. Where noted on the plans at private driveways and in conformity to the dimensions shown on the plans, Minor Concrete shall be placed on Class 2 aggregate subbase to form smooth conforms.

City Funded Project Project No. 06911 B.P. Revised 12/21/15 15 September 2019 Concrete driveways and driveway conforms will be measured by the square foot and paid for as Building and Site Demolition.

The contract lump sum price paid for building and site demolition, shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing all work involved in constructing the concrete driveway, complete in place, including cutting, excavation, watering, subgrade preparation and compaction, furnishing and compacting aggregate subbase, setting forms, and adhesive, or reinforcing steel and dowels to anchor driveway to existing concrete, where applicable, and all other work involved in installing the driveway, complete in place, as shown on the plans, as specified in the Standard Specifications and these Special Provisions and as directed by the Engineer and no additional compensation will be allowed therefor.

8-1.N Soil Preparation

Provide incorporation of soil amendments, fertilizers and conditions in planted areas and fine grading. SUBMITTALS: Furnish manufacturer’s literature or laboratory analytical data for approval on the following items: A. Organic amendments B. Commercial fertilizers C. Provide agricultural analysis from an approved testing laboratory including pH, salinity, sodium hazard, boron hazard, lime content, organic matter, soil texture and available nutrient levels

JOB CONDITIONS: A. Store fertilizers and soil amendments in a dry place and protect from intrusion of moisture. B. Store products to protect them from damage and contamination and comply with manufacturer’s storage instructions. C. Coordinate work with other work site. D. Inspect job for conditions which would prevent the execution of this work as specified. Do not proceed until such conditions are corrected. E. Do not permit trucks and vehicles to pass over curbs, sidewalks, paving, etc., unless adequately protected against damage.

SOIL AMENDMENTS: If compost is being used as a soil amendment and before delivery of the compost the contractor will submit a copy to the Engineer, of a lab analysis performed by a certified US Composting Council Compost Analysis Program (CAP) laboratory, using the approved Test Methods for the Evaluation of Composting and Compost (TMECC). Verifying current participation in CAP can be achieved by visiting www.compostingcouncil.org.

Contractor shall arrange and pay for soil testing by an accredited soils laboratory approved by the Engineer. Laboratories that participate in the North American Proficiency Testing Program (NAPT) are recommended. See www.usual.usu.edu/napt/ for participating laboratories. Test the existing site soil after demolition and rough grading operations are completed. Take

City Funded Project Project No. 06911 B.P. Revised 12/21/15 16 September 2019 samples from four site locations to be selected by the Arborist. Mark location of each sample on field set plan for reference and label each sample. Request that the laboratory make recommendations based on an ‘organic’ approach to soil and landscape management. Adjust the quantities of soil amendment and fertilizer per soil lab written report recommendations. Submit soil lab report and any proposed soil amendments and cost adjustments to the Engineer for written approval. After review and written approval by the Engineer, amend the soils according to said laboratory’s recommendations. The approved soils laboratory recommendations shall be considered a part of this specification.

1. Organic Amendment: Compost shall be a well decomposed, stable, wee free organic matter source. The product shall be certified through the US Composting Council’s (USCC) Seal of Testing Assurance Program (STA) (a compost testing and information disclosure program). It shall be derived from agricultural or food waste or yard trimmings. The product shall contain no substances toxic to plants, will posses no objectionable odors and shall no resemble the feedstock (the original materials from which it was derived). Before delivery of the compost, the supplier will submit a copy of lab analysis performed by a laboratory that is enrolled in the US Composting Council’s CAP and using the approved Test Methods for the Evaluation of Composting and Compost (TMECC). The lab report shall verify.

A. Feedstock Materials shall be specified and include one or more of the following landscape/yard trimmings, grass clippings, food scraps, and agricultural crop residues. B. Organic Matter Content: 50% - 60% by dry weight preferred, 35% - 70% acceptable. C. Carbon and Nitrogen Ratio: C:N < 25:1 plus at least one measure of stability and at least one measure of toxicity. D. Maturity/Stability: shall have a dark brown color and a soil-like odor. Compost exhibiting a sour or putrid smell, containing recognizable grass or leaves, or is hot (120F) upon delivery or rewetting is not acceptable. In addition any one of the following is required to indicate stability a. Oxygen Test <1.3 O2/unit TS/hr

b. Specific Oxygen Test <1.5 O2/unit BVS/hr c. Respiration Test <8C/unit VS/day d. Dewar test <20 Temp. rise (°C) e. Solvita® <5 Index value E. Toxicity: any one of the following measures is sufficient to indicate non-toxicity. a. NH4-:NO3-N <3 b. Ammonium <500 ppm, dry basis c. Seed Germination <80% of control d. Plant Trials <80% of control e. Solvita® <5 Index value F. Nutrient Content: provide analysis detailing nutrient content including N-P-K, Ca, Na, Mg, S, and B. a. Total Nitrogen content 0.9% pr above preferred. b. Boron: Total shall be <80ppm; Soluble shall be <2.5ppm

City Funded Project Project No. 06911 B.P. Revised 12/21/15 17 September 2019 G. Salinity: Must be reported; may vary but <4.0 mmhos/cm preferred. Soil should also be tested: <2.5 mmhos/cm is preferred for soil/compost blend buy may vry with plant species. H. pH: pH shall be between 6.5 and 8. May vary with plant species. I. Particle size: 95% passing a ½” screen. J. Bulk density: shall be between 500 and 1100 dry lbs/cubic yard. K. Moisture Content shall be between 35%-55% of dry solids. L. Inerts: compost shall be relatively free of inert ingredients, including glass, plastic and paper, <0.1% by weight or volume. M. Weed seed/pathogen destruction: provide proof of process to further reduce pathogens (PFRP). For example, turned windrows must reach min. 55C for 15 days with at least 5 turnings during that period. N. Select Pathogens: Salmonella <3 MPN/4grams of TS, or Coliform Bacteria<1000 MPN/gram. O. Trace Contaminants Metals (Lead, Mercury, Etc.) Product must meet US EPA. 40 CFR 503 regulations.

2. Additional amendments and/or fertilizers: Additional amendments and/or fertilizers that are approved for use by the Organics Materials Research Institute (OMRI) for use in crop production are approved for use. See www.omri.org. Fertilizers that are not approved or are restricted for use by OMRI shall be applied only after review and written approval by the Engineer.

INSPECTION OF SITE CONDITIONS: Examine site for conditions that will adversely affect execution, permanence and quality of work. Begin work required under this section only after conditions are satisfactory.

INSTALLATION: A. Location: Perform soil preparation only in areas noted on plan or indicated by the Engineer. B. Preparation of rough grade: Loosen or scarify to six (6) inches minimum depth. Bring grade and remove all stones larger than one inch, sticks, and other extraneous materials. C. Scarification: Scarify all planting areas prior to fine grading in order to ensure relative compaction of 85% or less. Any planting areas which become compacted in excess of 85% due to construction activities shall be thoroughly cross-ripped to the maximum depth feasible to alleviate that condition, taking care to avoid all existing drainage and subsurface utility lines. D. Soil Amendments: Spread the compost evenly over soil at a rate of five (5) yards per 1000 square feet, then uniformly and thoroughly incorporate into upper six (6) inches of soil, obtaining a homogeneous soil mix. Soil shall be in a moist condition at time of mixing. E. Finish Grading: Finely finish surfaces by raking smoothly and evenly. Remove all exposed, extraneous matter one inch or larger in size to facilitate natural runoff. Drag to smooth surface. Finish grades will slope to drain, without water pockets or irregularities (humps or hollows). Finish grades will meet all existing controls and shall be 1-½” below adjacent top of paving curbs, sidewalks and planters, unless otherwise noted on plans.

City Funded Project Project No. 06911 B.P. Revised 12/21/15 18 September 2019 Grades will be of uniform slope between points of fixed elevations. Establish vertical curves or rounding at abrupt changes in slope. All finish grades will be approved by the engineer prior to commencing the planting operations.

FIELD QUALITY CONTROL: A. Samples and Tests: The work performed under this section will be subject to approval by testing laboratory. Engineer reserves the right to take and analyze samples of materials for conformity to specifications at any time. Furnish samples upon request by Engineer. Immediately remove rejected materials from the site, at contractor’s expense. Cost of testing materials not meeting specifications will be paid by contractor at no increase in contracted price. B. Verification of Quantities: Contractor to provide bills of lading or invoices of specified materials from original suppliers and manufacturers of soil amendments. Quantities shall be verified by the Engineer. Any products deficiencies shall be promptly rectified by the contractor. C. Disposal of Waste Materials: Stockpile and reutilize or recycle to the fullest extent possible all waste materials generated from soil preparation activities, including rocks, excavated materials and debris. D. Cleaning: Upon completion of soil preparation operations, the Contractor shall clean areas within contract limits, remove tools and equipment. Provide site clear, clean , free of debris and suitable for irrigation and planting operations

MEASUREMENT AND PAYMENT

Full compensation for soil preparation shall be considered as included in the price paid for the various contract items of work involved and no additional compensation will be allowed therefor.

8-1.O Tree Planting Attention is directed to Sections 5-1.23C “Informational Submittals” and 6-3.05E 8-1.04 is progress schedule, “Certificates of Compliance,” and Section <<10-1.xx>>, “Order of Work” of these Special Provisions

The Contractor shall plant 24-inch box size trees at locations as directed by the City Landscape Maintenance Manager or his Designee. The Contractor shall contact the City Landscape Division at 510-537-0436 at least seven (7) days prior to tree planting to determine exact planting location in the field.

The tree species to be planted shall be <>, as directed by the Engineer. The Contractor shall refer to the City Standard Detail SD-122, “Standard Street Tree Planting” when planting trees.

Trees to be planted shall be a minimum of five (5) feet horizontally away from any underground utilities. The Engineer may make adjustments in the location of the trees in order to achieve the intended results. If unsuitable soil is encountered while excavating plant holes, such soil shall

City Funded Project Project No. 06911 B.P. Revised 12/21/15 19 September 2019 be removed and properly disposed from the site and a sufficient amount of approved topsoil shall be placed. Proper drainage of the plant hole is necessary. Retention of water in the plant holes for more than twenty-four (24) hours and the subsoil conditions that cause it shall be reported to the Engineer. Planting under such conditions may not proceed without the approval of the Engineer.

The trees shall be of high quality, true to type for the species shown on the plans, and shall be approved by the Arborist before planting. Minimum tree quality shall conform to “Specification Guidelines for Container-Grown Trees” which are available at http://www.urbantree.org/newspecs.asp. When planting trees and shrubs, they shall be carefully removed from the containers. All tin containers, other than knockout cans, shall be cut on two sides to facilitate removal of plant with as little disturbance as possible to the root ball. In no case shall the cans be broken open with an axe, mattock, or similar tools. The sides and bottoms of all root balls shall be scarified. The top of the plant ball shall be set two inches (2”) above the finish grade of the planting area. The Contractor shall be responsible for any settling and shall raise and replant any trees and shrubs whose crown settles below the finish grade.

The planting holes shall be backfilled to eighteen inches (18”) below finish grade with clean imported topsoil or native soil mixed with soil amendments. Imported topsoil shall be a fertile, friable soil of loamy character containing a normal amount of organic matter. It shall be obtained from well-drained arable and fertile agricultural land and shall be free from refuse, roots, heavy or stiff clay, stones larger than one-inch (1”) in size, grasses, weeds, and toxic waste or other contaminants that would be deleterious to the health of plants, animals or people.

Topsoil shall, by particle examination, contain the following:

Percentages: Diameter Ranges:

1.) SAND Between 45 and 52% 2 to 0.05 millimeters 2.) SILT Between 26 and 50% 0.05 to 0.002 millimeter 3.) CLAY Between 6 and 26% Less than 0.002 millimeters

Soil amendment shall be added on the topsoil and shall be in accordance to the requirements and descriptions specified under Section <<10-1._ “Soil Preparation”>> of these Special Provisions.

The backfill mix shall be thoroughly mixed prior to placement in planting holes. Place backfill in bottom of plant hole after making sure base of hole is loose enough for good drainage. After placing plant ball as detailed, firm backfill around ball or roots of plant.

Fertilizer tablets shall be placed in each planting hole three inches (3”) away from the root ball, six inches below finish grade and evenly spaced. Application rate shall be five tablets per planting hole. Commercial fertilizer shall be commercially processed fertilizer and shall conform to applicable requirements of agricultural laws and regulations of the State of California. Commercial fertilizer tablets for planting holes shall be a slow release type and shall be in

City Funded Project Project No. 06911 B.P. Revised 12/21/15 20 September 2019 compact tablet form approximately twenty-one (21) grams per tablet, with the following guaranteed minimum chemical analysis:

Ingredient Percentage Minimum

Nitrogen 20

Phosphoric 10

Water Soluble Potash 5

A four-inch (4”) high berm shall be formed around each tree and shall be located at the dripline to facilitate watering and to hold top mulch. Plants shall be thoroughly watered to saturate root balls immediately after planting. Securely stake all trees immediately after planting in accordance with the tree planting details on the plans. Stakes shall be three inches (3”) in diameter lodgepole pine stakes free of splits and knots, and treated with preservatives. Ties shall be corded rubbers, a minimum of sixteen-inch by one-inch (16” x 1”).

Following the planting of trees, a minimum of 2 inches of wood mulch shall be applied around the tree basins. Wood mulch shall be a clean, redwood or fir wood bark or chip with 85% of the particles ranging from 1/3 inch to 3 inches in length or width. Wood mulch shall be free of leaves, small twigs and roots. Mulch shall be nitrogen-treated and treated with wetting agent.

In all new planted trees a tree trunk protector shall be installed to prevent damage from trimmers, mowers and rodents. The tree trunk protector shall rest on the ground and be at least 8-inches high. The tree trunk protector shall be made of a light-colored material. Dark or shiny materials, such as aluminum, are not acceptable. The tree trunk protector shall be ArborGard or approved equal.

The Contractor shall be responsible for as many additional tree waterings over fourteen (14) calendar days from the date of planting, as is necessary to maintain a soil moisture level adequate for vigorous plant growth. The 14 calendar-day responsibilities do not begin until the City has approved planting.

The Contractor shall provide a written list of trees planted and the dates planted. An adequate level of soil moisture shall be defined as soil moisture to the entire depth of the root ball that is less than the soil's field capacity and that has a soil moisture tension between 0 bars and 0.5 bars. The contract unit price paid for each <<24-inch Box Tree>> shall include full compensation for furnishing all labor, materials, tools, tree watering, and equipment and for doing all the work involved in tree planting, complete in place including but not limited to, furnishing tree or shrubs, excavation of plant holes and backfilling with imported topsoil, furnishing, placing, and mixing soil amendment; furnishing and installing the tree trunk protector; staking, furnishing, and placing wood mulch; furnishing and applying fertilizer, as shown on the plans as specified in these Special Provisions, and as directed by the Engineer and no additional compensation will be allowed therefor.

8-1.P In-Place Compacted Topsoil Attention is directed to Section 21-1.02D, “Topsoil,” of the Standard Specification.

City Funded Project Project No. 06911 B.P. Revised 12/21/15 21 September 2019 In-place compacted topsoil shall be installed and placed in the planter area where there are considerable depressions due to tree, stump, or root removal.

Before placing topsoil, clear, grub and remove any weeds or debris and unwanted or noxious material in the twelve (12”) of soil. All weeds, debris and other unwanted material including excess soil shall be promptly removed and properly disposed of outside the highway right of way in accordance with the provision in Section 5-1.20B(4), “Contractor – Property Owner Agreement,” of the Standard Specifications.

Do not work the soil when moisture content is so great that excessive compaction will occur, or when the soil is so dry that clods will not break readily or dust will form in the air. Apply water as required to prevent the formation of airborne nuisance dust and to provide ideal soil moisture content for tilling. The soil shall be loosely compacted and the finished grade shall be flushed with the top of curb and top of new sidewalk.

In-place compacted topsoil will be measured by the cubic yard. The quantity to be paid for will be the compacted and installed volume.

The contract lump sum price paid for building and site demolition shall include full compensation for furnished all labor, material tools, equipment, incidents and for doing all the work in furnishing, placing and loosely compacting imported topsoil including but not limited to, adding and mixing the soil amendments, finish grading, and other items necessary to complete the work as specified in these Special Provisions and as directed by the Engineer and no additional compensation will be allowed therefor.

8-1.Q TEMPORARY SHORING AND UNDERPINNING PART 1 - GENERAL

1.1 SUMMARY

A. Related Documents:

1. Review these documents for coordination with additional requirements and information that apply to work under this Section.

B. Section Includes:

1. Design of temporary shoring at the north building walls prior to complete deconstruction.

2. Temporary shoring of excavations.

3. Construction and removal of posts, timbers, lagging, braces, etc. required in connection with bracing, shoring, and underpinning the structure during deconstruction.

1.2 REFERENCES

A. General:

City Funded Project Project No. 06911 B.P. Revised 12/21/15 22 September 2019 1. The following documents form part of the Specifications to the extent stated. Where differences exist between codes and standards, the one affording the greatest protection shall apply.

2. Unless otherwise noted, the referenced standard edition is the current one at the time of commencement of the Work.

1.3 DESIGN REQUIREMENTS

A. General: The stability and integrity of the structure during deconstruction shall be maintained at levels generally acceptable within the construction industry by the use of bracing, shoring, and underpinning. In no case shall the structure be allowed to become unsafe during deconstruction as defined by the local governing jurisdiction.

B. Bracing and Shoring for Structures:

1. The bracing and shoring systems required to provide temporary support of a structure or portions of a structure during deconstruction shall be designed to support the dead, live, soil, earthquake and wind loads that may be imposed on the structure during deconstruction in accordance with industry standards and generally accepted engineering principles.

2. The proposed bracing and shoring systems shall have foundations designed for allowable soil bearing pressures in accordance with industry standards.

1.4 SUBMITTALS

A. Shop Drawings indicating layout, member sizes, connection details and construction sequence for bracing, shoring and underpinning.

B. Design calculations of bracing, and shoring showing member stresses and connections due to imposed loads.

1.5 QUALITY ASSURANCE

A. Design calculations and Shop Drawings of proposed bracing and shoring shall be prepared, stamped, and signed by a Professional Engineer registered in the State of California.

City Funded Project Project No. 06911 B.P. Revised 12/21/15 23 September 2019 PART 2 - PRODUCTS

2.1 MATERIALS FOR SHORING AND BRACING

A. Materials for shoring and bracing shall be undamaged, high quality materials.

PART 3 - EXECUTION

3.1 CONSTRUCTION

A. Construction of bracing and shoring shall be in accordance with the reviewed Shop Drawings prepared by the Subcontractor's Engineer , hereinafter, “Engineer.”

B. The Contractor shall hire the Engineer responsible for the design of bracing and shoring and inspection of the work as detailed on the bracing and shoring Shop Drawings, prior to sawcutting or removing portions of the structure.

C. Remove surplus excavated materials from site.

3.2 REMOVAL OF BRACING AND SHORING

A. Bracing and shoring shall not be removed until the new members have acquired sufficient strength to support their weight and the loads superimposed thereon safely. In no case may bracing or shoring be removed until the time and sequence has been approved by the Engineer responsible for bracing and shoring and reviewed by the University.

B. In general, bracing and shoring of concrete shall remain in place for at least ten days, when they may be removed provided the concrete is sufficiently hard and will not be injured.

END OF SECTION

8-1.R TREE REMOVAL AND PROTECTION 8-1.R.01 General

SUMMARY

Section specifies the administrative and procedural requirements for diversion of non- hazardous

City Funded Project Project No. 06911 B.P. Revised 12/21/15 24 September 2019 construction and demolition waste from landfill.

A. The scope of work includes all labor, materials, tools, equipment, facilities, transportation and services necessary for, and incidental to performing all operations in connection with protection of existing trees and other plants as shown on the drawings and as specified herein.

1. Provide preconstruction evaluations.

2. Provide tree protection fencing.

3. Provide protection of root zones and above ground trees.

4. Provide pruning of existing trees.

5. Provide all insect and disease control.

6. Provide maintenance of existing trees including irrigation during the construction period

7. Remove tree protection fencing and other protection from around and under trees.

8. Clean up and disposal of all excess and surplus material.

CONTRACT DOCUMENTS

A. Shall consist of specifications and general conditions and the drawings. The intent of these documents is to include all labor, materials, and services necessary for the proper execution of the work. The documents are to be considered as one. Whatever is called for by any parts shall be as binding as if called for in all parts.

B. It is the intent of this section that the requirements apply to all sections of the project specification such that any subcontractor must comply with the restrictions on work within designated Tree

Protection Areas.

RELATED DOCUMENTS AND REFERENCES

City Funded Project Project No. 06911 B.P. Revised 12/21/15 25 September 2019 A. Related Documents:

1. Drawings and general provisions of contract including general and supplementary

conditions and specifications apply to work of this section.

B. References: The following specifications and standards of the organizations and documents listed in this paragraph form a part of the specification to the extent required by the references thereto. In the event that the requirements of any of the following referenced standards and specifications conflict with each other the more stringent requirement shall prevail.

1. ANSI A 300 (Part 5) – Standard Practices for Tree, Shrub and other Woody Plant

Maintenance, most current editions.

2. Pruning practices shall conform to recommendations “Structural Pruning: A Guide For

The Green Industry”; Published by Urban Tree Foundation, Visalia, California; most

current edition.

3. Glossary of Arboricultural Terms, International Society of Arboriculture, Champaign Il,

most current edition.

VERIFICATION

All scaled dimensions on the drawings are approximate. Before proceeding with any work, the

Contractor shall carefully check and verify all dimensions and quantities, and shall immediately inform the Owner’s Representative of any discrepancies between the information on the drawings and the actual conditions, refraining from doing any work in said areas until given approval to do so by the Owner’s Representative.

PERMITS AND REGULATIONS

A. The Contractor shall obtain and pay for all permits related to this section of the work unless

City Funded Project Project No. 06911 B.P. Revised 12/21/15 26 September 2019 previously excluded under provision of the contract or general conditions. The Contractor shall comply with all laws and ordinances bearing on the operation or conduct of the work as drawn and specified. If the Contractor observes that a conflict exists between permit requirements and the work outlined in the contract documents, the Contractor shall promptly notify the Owner’s

Representative in writing including a description of any necessary changes and changes to the contract price resulting from changes in the work.

B. Wherever references are made to standards or codes in accordance with which work is to be performed or tested, the edition or revision of the standards and codes current on the effective date of this contract shall apply, unless otherwise expressly set forth.

C. In case of conflict among any referenced standards or codes or between any referenced standards and codes and the specifications, the more restrictive standard shall apply or Owner’s

Representative shall determine which shall govern.

PROTECTION OF WORK, PROPERTY AND PERSON

The Contractor shall protect the work, adjacent property, and the public, and shall be responsible for any damages or injury due to his/her actions.

CHANGES IN THE WORK

The Owner’s Representative may order changes in the work, and the contract sum should be adjusted accordingly. All such orders and adjustments plus claims by the Contractor for extra compensation must be made and approved in writing before executing the work involved.

CORRECTION OF WORK

City Funded Project Project No. 06911 B.P. Revised 12/21/15 27 September 2019 The Contractor shall re-execute any work that fails to conform to the requirements of the contract and shall remedy defects due to faulty materials or workmanship upon written notice from the

Owner’s Representative, at the soonest possible time that can be coordinated with other work and seasonal weather demands.

DEFINITIONS

All terms in this specification shall be as defined in the “Glossary of Arboricultural Terms” or as modified below.

A. Owner’s Representative: The person appointed by the Owner to represent their interest in the review and approval of the work and to serve as the contracting authority with the Contractor.

The Owner’s Representative may appoint other persons to review and approve any aspects of the work.

B. Reasonable and reasonably: When used in this specification is intended to mean that the conditions cited will not affect the establishment or long term stability, health or growth of the plant. This specification recognizes that plants are not free of defects, and that plant conditions change with time. This specification also recognizes that some decisions cannot be totally based on measured findings and that profession judgment is required. In cases of differing opinion, the Owner’s Representative expert shall determine when conditions within the plant are judged as reasonable.

C. Tree Protection Area: Area surrounding individual trees, groups of trees, shrubs, or other vegetation to be protected during construction, and defined by a circle centered on the trunk with each tree with a radius equal to the clown dripline unless otherwise indicated by the

City Funded Project Project No. 06911 B.P. Revised 12/21/15 28 September 2019 owner’s representative.

D. Tree: Single and multi-stemmed plants with mature height approximately greater than 25 feet or any plant identified on the plans as a tree.

8-1.R.02 Submittals

A. QUALIFICATIONS SUBMITTAL: For each applicable person expected to work on the project, provide copies of the qualifications and experience of the Consulting arborist, proof of either the registered Consulting Arborist® (RCA) with American Society of Consulting Arborists or an ISA

Board Certified Master Arborist and any required Herbicide/Pesticide license to the Owner’s

Representative, for review prior to the start of work.

B. The Owner’s Representative may inspect the work at any time.

PRE-CONSTRUCTION CONFERENCE

A. Schedule a pre-construction meeting with the Owner’s Representative at least seven (7) days before beginning work to review any questions the Contractor may have regarding the work, administrative procedures during construction and project work schedule.

1. The following Contractors shall attend the preconstruction conference:

a. General Contractor.

b. Consulting Arborist.

c. Subcontractor assigned to install Tree Protection measures.

d. Earthwork Contractor.

e. All site utility Contractors that may be required to dig or trench into the soil.

City Funded Project Project No. 06911 B.P. Revised 12/21/15 29 September 2019 f. Landscape subcontractor.

g. Irrigation subcontractor

B. Prior to this meeting, mark all trees to remain and or be removed as described in this specification for review and approval by the Owner's Representative.

QUALITY ASSURANCE

A. Contractor qualifications:

1. All pruning, branch tie back, tree removal, root pruning, and fertilizing required by this

section shall be performed by or under the direct supervision of ISA Certified Arborist

Submit aforementioned individual’s qualifications for approval by the Owner’s

Representative.

2. All applications of pesticide or herbicide shall be performed by a person maintaining a

current state license to apply chemical pesticides valid in the jurisdiction of the project.

Submit copies of all required state licensing certificates including applicable chemical

applicator licenses.

8-1.R.03 PRODUCTS

MULCH

Wood Chips from an arborist chipping operation with less than 20% by volume green leaves. Chips stockpiled from the tree removal process may be used.

TREE PROTECTION FENCING:

A. PLASTIC MESH FENCE: Heavy - duty orange plastic mesh fencing fabric 48 inches wide.

Fencing shall be attached to metal “U” or “T” post driven into the ground of sufficient depth to hold the fabric solidly in place without sagging. The fabric shall be attached to the post using

City Funded Project Project No. 06911 B.P. Revised 12/21/15 30 September 2019 attachment ties of sufficient number and strength to hold up the fabric without sagging. The

Owner’s Representative may request, at any time, additional post, deeper post depths and or additional fabric attachments if the fabric begins to sag, lean or otherwise not present a sufficient barrier to access.

B. Submit suppliers product data that product meets the requirements for approval.

TREE PROTECTION SIGN:

Heavy-duty cardboard signs, 8.5 inches x 11 inches, white colored background with black 2 inch high or larger letters block letters. The signs shall be attached to the tree protection fence every 50 feet on center. The tree protection sign shall read “Tree Protection Area- Keep Out”.

8-1.04 Execution

SITE EXAMINATION

Examine the site, tree, plant and soil conditions. Notify the Owner’s Representative in writing of any conditions that may impact the successful Tree Protections that is the intent of this section.

COORDINATION WITH PROJECT WORK

A. The Contractor shall coordinate with all other work that may impact the completion of the work.

B. Prior to the start of Work, prepare a detailed schedule of the work for coordination with other trades.

C. Coordinate the relocation of any irrigation lines currently present on the irrigation plan, heads or the conduits of other utility lines or structures that are in conflict with tree locations. Root balls shall not be altered to fit around lines. Notify the Owner’s Representative of any conflicts

City Funded Project Project No. 06911 B.P. Revised 12/21/15 31 September 2019 encountered.

TREE REMOVAL:

All trees shown on plans to be removed shall be removed.

TREE PROTECTION AREA:

The Tree Protection Area is defined as the drip line (outer edge of the branch crown) of each tree.

PREPARATION:

A. Prior to the preconstruction meeting, layout the limits of the Tree Protection Area and then alignments of required Tree Protection Fencing and root pruning. Obtain the Owner’s

Representative's approval of the limits of the protection area and the alignment of all fencing and root pruning.

B. Flag all trees to be removed by wrapping orange plastic ribbon around the trunk and obtain the

Owner’s Representative's approval of all trees to be removed prior to the start of tree and shrub removal. After approval, mark all trees to be removed with orange paint in a band completely around the base of the tree or shrub 4.5 feet above the ground.

C. Flag all trees to remain with white plastic ribbon tied completely around the trunk or each tree and on a prominent branch for each shrub. Obtain the Owner’s Representative's approval of all trees to be remain prior to the start of tree and shrub removal.

D. Prior to any construction activity at the site including utility work, grading, storage of materials, or installation of temporary construction facilities, install all tree protection fencing, Filter Fabric,

City Funded Project Project No. 06911 B.P. Revised 12/21/15 32 September 2019 silt fence, tree protection signs, Geogrid, Mulch and or Wood Chips as shown on the drawings.

SOIL MOISTURE:

A. Volumetric soil moisture level, in all soils within the Tree Protection Area shall be maintained above permanent wilt point to a depth of at least 8 inches. No soil work or other activity shall be permitted within the Tree Protection Area when the volumetric soil moisture is above field capacity. The permanent wilt point and field capacity for each type of soil texture shall be defined as follows (numbers indicate percentage volumetric soil moisture).

Soil type Permanent wilt point v/v Field capacity v/v

Sand, Loamy sand, Sandy loam 5-8% 12-18%

Loam, Sandy clay, Sandy 14-25% 27-36% clay loam Clay loam, Silt loam 11-22% 31-36%

Silty clay, Silty clay loam 22-27% 38-41% 1. Volumetric soil moisture shall be measured with a digital, electric conductivity meter.

The meter shall be the Digital Soil Moisture Meter, DSMM500 by General Specialty

Tools and Instruments, or approved equivalent meter.

B. The Contractor shall confirm the soil moisture levels with a moisture meter. If the moisture is too high, suspend operations until the soil moisture drains to below field capacity.

ROOT PRUNING:

Prior to any excavating into the existing soil grade within 25 feet of the limit of the Tree Protection

Area or trees to remain, root prune all existing trees to a depth of 24 inches below existing grade in

City Funded Project Project No. 06911 B.P. Revised 12/21/15 33 September 2019 alignments following the edges of the Tree Protection Area or as directed by the Owner’s

Representative. Root pruning shall be in conformance with ANSI A300 (part 8) latest edition.

1. Using a rock saw, chain trencher or similar trenching device, make a vertical cut within 2

feet of the limit of grading.

2. After completion of the cut, make clean cuts with a lopper, saw or pruner to remove all torn

root ends on the tree side of the excavation, and backfill the trench immediately with

existing soil, filling all voids.

1.2 INSTALLATION OF WOOD CHIPS AND OR MULCH

A. Install Wood Chips and or Mulch in areas and depths shown on the plans and details or as directed by the Owner's representative. In general it is the intent of this specification to provide the following levels of protection:

1. All areas within the Tree Protection area provide a minimum of 5 inches of Wood

Chips or Mulch.

2. Areas where foot traffic or storage of lightweight materials is anticipated to be

unavoidable provide a layer of Filter Fabric under the 5 inches of Wood Chips or

Mulch.

B. The Owner's Representative shall approve the appropriate level of protection.

1.3 PROTECTION:

A. Protect the Tree Protection Area at all times from compaction of the soil; damage of any kind to trunks, bark, branches, leaves and roots of all plants; and contamination of the soil, bark or leaves with construction materials, debris, silt, fuels, oils, and any chemicals substance. Notify the Owner’s Representative of any spills, compaction or damage and

City Funded Project Project No. 06911 B.P. Revised 12/21/15 34 September 2019 take corrective action immediately using methods approved by the Owner’s

Representative.

1.4 GENERAL REQUIREMENTS AND LIMITATIONS FOR OPERATIONS WITHIN THE TREE

PROTECTION AREA:

A. The Contractor shall not engage in any construction activity within the Tree Protection

Area without the approval of the Owner's Representative including: operating, moving or storing equipment; storing supplies or materials; locating temporary facilities including trailers or portable toilets and shall not permit employees to traverse the area to access adjacent areas of the project or use the area for lunch or any other work breaks.

Permitted activity, if any, within the Tree Protection Area maybe indicated on the drawings along with any required remedial activity as listed below.

B. In the event that construction activity is unavoidable within the Tree Protection Area, notify the Owner’s Representative and submit a detailed written plan of action for approval. The plan shall include: a statement detailing the reason for the activity including why other areas are not suited; a description of the proposed activity; the time period for the activity, and a list of remedial actions that will reduce the impact on the Tree

Protection Area from the activity. Remedial actions shall include but shall not be limited to the following:

1. In general, demolition and excavation within the drip line of trees shall proceed with

extreme care either by the use of hand tools, directional boring and or Air Knife

excavation where indicated or with other low impact equipment that will not cause

damage to the tree, roots or soil.

2. When encountered, exposed roots, 1 inches and larger in diameter shall be worked

City Funded Project Project No. 06911 B.P. Revised 12/21/15 35 September 2019 around in a manner that does not break the outer layer of the root surface (bark).

These roots shall be covered in Wood Chips and shall be maintained above

permanent wilt point at all times. Roots one inch and larger in diameter shall not be

cut without the approval of the owners representative. Excavation shall be tunneled

under these roots without cutting them. In the areas where roots are encountered,

work shall be performed and scheduled to close excavations as quickly as possible

over exposed roots.

3. Tree branches that interfere with the construction may be tied back or pruned to clear

only to the point necessary to complete the work. Other branches shall only be

removed when specifically indicated by the Owner’s Representative. Tying back or

trimming of all branches and the cutting of roots shall be in accordance with accepted

arboricultural practices (ANSI A300, part 8) and be performed under supervision of

the arborist.

4. Trunk Protection: Protect the trunk of each tree to remain by covering it with a ring of

8 foot long 2 inch x 6 - inch planks loosely banded onto the tree with 3 steel bands.

Staple the bands to the planks as necessary to hold them securely in place. Trunk

protection must be kept in place no longer than 12 months. If construction requires

work near a particular tree to continue longer than 12 months, the steel bands shall

be inspected every six months and loosened if they are found to have become tight.

5. Air Excavation Tool: If excavation for footings or utilities is required within the Tree

Protection Area, air excavation tool techniques shall be used where practical or as

designed on the drawings.

a. Remove the Wood Chips from an area approximately 18 inches beyond the limits

of the hole or trench to be excavated. Cover the Wood Chips for a distance of not

less than 15 feet around the limit of the excavation area with Filter Fabric or

City Funded Project Project No. 06911 B.P. Revised 12/21/15 36 September 2019 plastic sheeting to protect the Wood Chips from silt. Mound the Wood Chips so

that the plastic slopes towards the excavation.

b. Using a sprinkler or soaker hose, apply water slowly to the area of the excavation

for a period of at least 4 hours, approximately 12 hours prior to the work so that

the ground water level is at or near field capacity at the beginning of the work. For

excavations that go beyond the damp soil, rewet the soil as necessary to keep soil

moisture near field capacity.

c. Using an air excavation tool specifically designed and manufactured for the

intended purpose, and at pressures recommended by the manufacturer of the

equipment, fracture the existing soil to the shape and the depths required. Work at

rates and using techniques that do not harm tree roots. Air pressure shall be a

maximum of 90-100 psi.

1.) The air excavation tool shall be “Air-Spade” as manufactured by Concept

Engineering Group, Inc., Verona, PA (412) 826-8800, or Air Knife as

manufactured by Easy Use Air Tools, Inc. Allison Park, Pa (866) 328-5723 or

approved equal.

d. Using a commercial, high-powered vacuum truck if required, remove the soil from

the excavation produced by the Air Knife excavation. The vacuum truck should

generally operate simultaneously with the hose operator, such that the soil

produced is picked up from the excavation hole, and the exposed roots can be

observed and not damaged by the ongoing operation. Do not drive the vacuum

truck into the Tree Protection Area unless the area is protected from compaction

as approved in advance by the Owner’s Representative.

e. Remove all excavated soil and excavated Wood Chips, and contaminated soil at

the end of the excavation.

City Funded Project Project No. 06911 B.P. Revised 12/21/15 37 September 2019 f. Schedule the work so that foundations or utility work is completed immediately

after the excavation. Do not let the roots dry out. Mist the roots several times

during the day. If the excavated area must remain open overnight, mist the roots

and cover the excavation with black plastic.

g. Dispose of all soil in a manner that meets local laws and regulations.

h. Restore soil within the trench as soon as the work is completed. Utilize soil of

similar texture to the removed soil and lightly compact with hand tools. Leave soil

mounded over the trench to a height of approximately 10% of the trench depth to

account for settlement.

i. Restore any Geogrids, Filter Fabric, Wood Chips or Mulch and or matting that was

previously required for the area.

1.5 TREE REMOVAL:

A. Remove all trees indicated by the drawings and specifications, as requiring removal, in a manner that will not damage adjacent trees or structures or compacts the soil.

B. Remove trees that are adjacent to trees or structures to remain, in sections, to limit the opportunity of damage to adjacent crowns, trunks, ground plane elements and structures.

C. Do not drop trees with a single cut unless the tree will fall in an area not included in the

Tree Protection Area. No tree to be removed within 50 feet of the Tree Protection Area shall be pushed over or up-rooted using a piece of grading equipment.

D. Protect adjacent paving, soil, trees, shrubs, ground cover plantings and understory plants to remain from damage during all tree removal operations, and from construction

City Funded Project Project No. 06911 B.P. Revised 12/21/15 38 September 2019 operations. Protection shall include the root system, trunk, limbs, and crown from breakage or scarring, and the soil from compaction.

E. Remove stumps and immediate root plate from existing trees to be removed. Grind trunk bases and large buttress roots to a depth of the largest buttress root or at least 18 inches below the top most roots whichever is less and over the area of three times the diameter of the trunk (DBH).

1. For trees where the stump will fall under new paved areas, grind roots to a total depth

of 18 inches below the existing grade. If the sides of the stump hole still have greater

than approximately 20% wood visible, continue grinding operation deeper and or

wider until the resulting hole has less than 20% wood. Remove all wood chips

produced by the grinding operation and back fill in 8 inch layers with controlled fill of a

quality acceptable to the site engineer for fill material under structures, compacted to

95% of the maximum dry density standard proctor. The Owner’s Representative shall

approve each hole at the end of the grinding operation.

2. In areas where the tree location is to be a planting bed or lawn, remove all woodchips

and backfill stump holes with planting soil as defined in Specification Section Planting

Soil, in maximum of 12 inch layers and compact to 80 - 85% of the maximum dry

density standard proctor.

1.6 PRUNING:

A. Within six months of the estimated date of substantial completion, prune all dead or hazardous branches larger than 2 inch in diameter from all trees to remain.

B. Implement all pruning recommendations found in the arborist report.

City Funded Project Project No. 06911 B.P. Revised 12/21/15 39 September 2019

C. Prune any low, hanging branches and vines from existing trees that overhang walks, streets and drives, or parking areas as follows:

1. Walks - within 8 feet vertically of the proposed walk elevation.

2. Parking areas - within 12 feet vertically of the proposed parking surface elevation.

3. Streets and drives - within 14 feet vertically of the proposed driving surface elevation.

D. All pruning shall be done in accordance with ANSI A300 (part 1), ISA BMP Tree Pruning

(latest edition, and the "Structural Pruning: A Guide for the Green Industry", Edward

Gilman, Brian Kempf, Nelda Matheny and Jim Clark, 2013 Urban Tree Foundation,

Visalia CA.

E. Perform other pruning task as indicated on the drawings or requested by the Owner's

Representative.

F. Where tree specific disease vectors require, sterilize all pruning tools between the work in individual trees.

1.7 WATERING

A. The Contractor shall be fully responsible to ensure that adequate water is provided to all plants to be preserved during the entire construction period. Adequate water is defined to be maintaining soil moisture above the permanent wilt point to a depth of 8 inches or greater.

B. The Contractor shall adjust the automatic irrigation system, if available, and apply additional water, using hoses or water tanks as required.

City Funded Project Project No. 06911 B.P. Revised 12/21/15 40 September 2019

C. Periodically test the moisture content in the soil within the root zone to determine the water content.

1.8 WEED REMOVAL

A. During the construction period, control any plants that in and around the fenced

Tree Protection area at least three times a year.

1. All plants that are not shown on the planting plan or on the Tree Protection Plan to

remain shall be considered as weeds.

B. At the end of the construction period provide one final weeding of the Tree Protection

Area.

1.9 INSECT AND DISEASE CONTROL

A. Monitor all plants to remain for disease and insect infestations during the entire construction period. Provide all disease and insect control required to keep the plants in a healthy state using the principles of Integrated Plant Management (IPM). All pesticides shall be applied by a certified pesticide applicator.

1.10 CLEAN-UP

A. During Tree Protection work, keep the site free of trash, pavements reasonably clean and work area in an orderly condition at the end of each day. Remove trash and debris in containers from the site no less than once a week.

1. Immediately clean up any spilled or tracked soil, fuel, oil, trash or debris deposited by

the Contractor from all surfaces within the project or on public right of ways and

neighboring property.

City Funded Project Project No. 06911 B.P. Revised 12/21/15 41 September 2019

B. Once tree protection work is complete, wash all soil from pavements and other structures.

Ensure that Mulch is confined to planting beds.

C. Make all repairs to grades, ruts, and damage to the work or other work at the site.

D. Remove and dispose of all excess Mulch, Wood Chips, packaging, and other material brought to the site by the Contractor.

1.11 REMOVAL OF FENCING AND OTHER TREE PROTECTION

A. At the end of the construction period or when requested by the Owner’s Representative remove all fencing, Wood Chips or Mulch, Geogrids and Filter Fabric, trunk protection and or any other Tree Protection material.

1.12 DAMAGE OR LOSS TO EXISTING PLANTS TO REMAIN

A. Any trees or plants designated to remain and which are damaged by the Contractor shall be replaced in kind by the Contractor at their own expense. Trees shall be replaced with a 36" box tree of similar species. All trees s shall be installed per the requirements of

Specification Section Planting.

B. Plants that are damaged shall be considered as requiring replacement or appraisal in the event that the damage affects more than 25 % of the crown, 25% of the trunk circumference, or root protection area, or the tree is damaged in such a manner that the tree could develop into a potential hazard. Trees to be replaced shall be removed by the

Contractor at his own expense.

City Funded Project Project No. 06911 B.P. Revised 12/21/15 42 September 2019 1. The Owner's Representative may engage an independent arborist to assess any tree

or plant that appears to have been damaged to determine their health or condition.

C. Any tree that is determined to be dead, damaged or potentially hazardous by the Owner’s arborist and upon the request of the Owner’s Representative shall be immediately removed by the Contractor at no additional expense to the owner. Tree removal shall include all cleanup of all wood parts and grinding of the stump to a depth sufficient to plant the replacement tree or plant, removal of all chips from the stump site and filling the resulting hole with topsoil.

D. Any remedial work on damaged existing plants recommended by the consulting arborist shall be completed by the Contractor at no cost to the owner. Remedial work shall include but is not limited to: soil compaction remediation and vertical mulching, pruning and or cabling, insect and disease control including injections, compensatory watering, additional mulching, and could include application tree growth regulators (TGR).

E. Remedial work may extend up to one year following the completion of construction to allow for any requirements of multiple applications or the need to undertake applications at required seasons of the year.

8-1.R.05 Measurement and Payment

Full compensation for implementing Tree Removal and Protection including furnishing all labor, materials, tools, equipment and incidentals for tree removal and protection including tree removal, defining tree protection area, mulch, tree protection sign and

City Funded Project Project No. 06911 B.P. Revised 12/21/15 43 September 2019 fencing, watering, pruning, insect and disease control, clean-up, fence removal and as shown on the plans and as herein specified, shall be considered as included in the contract prices paid for Building and Site Demolition and no additional compensation will be allowed therefor.

END OF SECTION

8-1.S CHAIN LINK FENCE AND GATE

8-1.S.01 Chain Link Fence and Gate Chain link fence and gate shall be 6-ft in height and shall conform to the provisions in Section 80, "Fences," of the Standard Specifications. Plastic slat inserts shall be two alternating colors and shall conform to provision in Section 80-3.02E, “Slats,” of the Standard Specifications. Color to be determined at later date, prior to construction.

Full compensation for conforming to the above requirements for the installation of chain link fences and gate shall be considered as included in the contract lump sum price paid for Fences and Gates and no additional compensation will be allowed therefor.

8-1.S.02 Tubular Metal Hand Railing 1. Guardrails and Handrails shall be the product of a company normally engaged in the manufacture of pipe railing. Railing shall be shop assembled in lengths not to exceed 24 feet for field erection.

2. The handrail shall be made of pipes joined together with component fittings. Samples of all components, bases, toeboard and pipe must be submitted for approval at the request of the engineer. Components that are pop-riveted or glued at the joints will not be acceptable. All components must be mechanically fastened with stainless steel hardware.

3. Railings shall be 1 1/2" Schedule 40 aluminum pipe alloy 6105-T5, ASTM-B-429 or ASTM-B-221. Post shall be 1 1/2" Schedule 40 aluminum pipe of the same alloy. Post spacing shall be a maximum of 6'-0".

4. Guardrails and Handrails shall be designed to withstand a 200lb concentrated load applied in any direction and at any point on the top rail

City Funded Project Project No. 06911 B.P. Revised 12/21/15 44 September 2019 5. Intermediate railings shall be provided such that a 21-inch diameter sphere cannot pass through any opening.

6. The manufacturer shall submit calculations for approval at the request of the Engineer. Testing of base castings or base extrusions by an independent lab or manufacturer's lab (if manufacturer's lab meets the requirements of the Aluminum Association) will be an acceptable substitute for calculations. Calculations will be required for approval of all other design aspects.

7. Posts shall not interrupt the continuation of the top rail at any point along the railing, including corners and end terminations (OSHA 1910.23). The top surface of the top railing shall be smooth and shall not be interrupted by projected fittings.

8. The mid-rail at a corner return shall be able to withstand a 200lb load without loosening. The manufacturer is to determine this dimension for their system and provide physical tests from a laboratory to confirm compliance.

9. Concrete anchors shall be stainless steel type 303 or 304 wedge anchors and shall be furnished by the handrail manufacturer. The anchor design shall include the appropriate reduction factors for spacing and edge distances in accordance with the manufacturers published data.

Full compensation for conforming to the above requirements for the installation of metal handrailing shall be considered as included in the contract lump sum price paid for Final Grading and no additional compensation will be allowed therefor.

8-1.T HYDROSEEDING

Part 1: General

1.01 Scope of Work

Provide all materials, labor and equipment necessary to complete all work as shown on the drawings and as specified herein, including, but not limited to, the following:

• Apply specified treatments to all turfgrass areas as specified on the plans

• All other labor and materials reasonably incidental to the satisfactory

completion of the work, including clean up of the site.

1.02 Site Conditions

City Funded Project Project No. 06911 B.P. Revised 12/21/15 45 September 2019 It is the responsibility of the contractor to visit the site to determine existing conditions; including access, the nature and extent of existing improvements on the site and upon adjacent public and private property, and other factors that may affect the work of this section.

1.03 Submittals

The contractor shall submit letters of compliance, manufacturer’s literature, upon written request 10 working days in advance, samples for any of the following items:

1. Seed Mixes (or individual items)

2. Mulches

3. Binders/Tackifiers

4. Fertilizers

1.04 Work schedule

The contractor shall proceed with work as soon as the site becomes available and conditions on site are suitable for work within limitations typical of the season.

1.05 Product delivery, storage and handling

1. All products shall be delivered to the site in manufacturer’s unopened standard containers bearing original labels showing quantity, analysis, and name of manufacturer.

2. All materials shall be stored in designated areas and in such a manner as to protect from weather or other conditions that might decrease the effectiveness of the product.

1.06 Analysis of samples and tests

1. Samples: The owner reserves the right to take and analyze samples of materials for

City Funded Project Project No. 06911 B.P. Revised 12/21/15 46 September 2019 conformity to the specifications at any time. On request, seed shall deliver to owner 30 days prior to seeding so seed can be tested. Seed samples shall be drawn in accordance with procedures outlined in AOSA, Association of Official Seed Analysts.

2. Rejected material: Rejected materials shall be removed immediately from the site at the contractor’s expense. Contractor shall pay the cost of testing replacement materials.

1.07 Final Acceptance and Warranty Period

Upon completion of specified work, the owner shall accept each area. The contractor shall not provide warranty beyond those granted by any of the material manufacturers. It shall be the right of the owner to inspect work for compliance to the specifications and advise the contractor, in writing, of any work that is found to deviate from specifications.

After 60 days the contractor may apply to the landscape architect to have the turfgrass accepted for maintenance. The warranty period shall be 60 days after the acceptance date, and the lawn shall be acceptable when:

1. A healthy active turf provides at least 95% coverage with no bare area greater

than 18 inches in diameter.

2. The turf has been mowed at least three times.

3. The grass cover is essentially free of weeds.

Part 2: Products

2.01 General

All products shall be in conformance with the specifications listed below. Any changes to products to be used shall be approved, in writing, by the owner or owner’s representative prior to job site delivery.

2.02 Seed Mixes

1. Composition: Pacific Coast Seed, California Wildflower Series at 18lbs per acre

City Funded Project Project No. 06911 B.P. Revised 12/21/15 47 September 2019 Genus Species Common Name

Achillea millefolium White Yarrow

Clarkia elegans Elegant Clarkia

Collinsia heterophylla Chinese Houses

Eschscholzia californica California Poppy

Gilia capitata Globe Gilia

Lasthenia glabrata Goldfields

Layia platyglossa Tidy Tips

Linum lewisii Blue Flax

Lupinus microcarpus “Ed Gedling” Golden Lupine

Lupinus succulentus Arroyo Lupine

Nemophila menziesii Baby Blue Eyes

Phacelia campanularia California Blue Bells

Triphysaria versicolor Yellow Owl’s Clover

2. Quality: All seed shall be in conformance with the California State Seed Law of the Department of Agriculture. Each seed bag shall be delivered to the site sealed and clearly marked as to species, purity, percent germination, dealer’s guarantee, and dates of test. Prior to seeding at the request of the owner, the contractor shall provide a letter of certification and the original Association of Official Seed

Analysts (AOSA) seed test results.

3.03 Mulch

Mulch shall be composed of cellulose or wood fiber products with no growth or germination inhibiting substances, and shall be manufactured in such a manner that when

City Funded Project Project No. 06911 B.P. Revised 12/21/15 48 September 2019 thoroughly mixed with seed, fertilizer, organic stabilizer, and water, in the proportions specified, will form homogeneous slurry which is capable of being sprayed to form a porous mat. The fibrous mulch in its air-dry state shall contain no more than 15% by weight of water. The fiber shall have a temporary green dye and shall be accompanied by a certificate of compliance stating that the fiber conforms to these specifications.

2.04 Organic Stabilizer/Tackifier

Shall be an organic substance supplied in powder form and shall be psilium-based and packed in clearly marked bags stating the contents of each package. The California

Department of Food and Agriculture shall certify the material as an Auxiliary Soil

Chemical.

2.05 Equipment

Equipment used for application of slurry shall be a commercial-type Hydro-Seeder and have a built-in agitation system with an operation capacity sufficient to agitate, suspend and homogeneously mix slurry. Tank capacity shall be a minimum of 1,500 gallons and shall be mounted on a truck to allow access to the site. Distribution Lines: Large enough to prevent stoppage and allow for even distribution of slurry over the site. Pump: Shall be able to generate 150 psi at the nozzle.

2.06 Fertilizer

Fertilizer shall be a starter derived from urea formaldehyde (N-P-K 6-24-24) and conform to the requirements of the California Food and Agriculture Code.

City Funded Project Project No. 06911 B.P. Revised 12/21/15 49 September 2019

2.07 Water

Water shall be furnished by owner and shall be made readily available at the sites indicated on the project map.

Part 3: Execution

3.01 General

Areas to receive seeding treatments include all sloped and graded areas and other areas as determined by the owner.

Contractor shall be available to re-treat areas disturbed by ongoing activities.

3.02 Soil Preparation

1.Verify that all areas of turf seeding treatments are free of vegetation, and other objectionable material.

2. Verify that grades are final within standards specified.

3. All turf areas will be uniformly compacted.

3.03 Seeded Turfgrass Areas

1. Hydroseeding Preparation: Do all slurry preparation at the job site:

A. Water, mulch, fertilizer, binder and other ingredients shall be added to the tank simultaneously so that the finished load is a homogenous mix of the specified ingredients.

B. Seed shall be added last and shall be discharged within 2 hours. Loads held over 2 hours will be recharged with ½ the seed rate before application.

C. Once fully loaded, the complete slurry shall be agitated for 3-5 minutes to allow for uniform mixing.

City Funded Project Project No. 06911 B.P. Revised 12/21/15 50 September 2019 2. HydroSeeding Application: One Step Hydroseed

Lbs/Ac Material

2,000 lbs 100% Cellulose or Wood Fiber

500 lbs Fertilizer (2.06 Fertilizer 6-24-24)

18 lbs Seed as per section (2.02 Seed)

General:

A. All hydroseed applications are to be applied in a sweeping motion to form a uniform application and form a mat at the specified rates.

B. Unused Loads: If mixture remains in tank for more than 8 hours it shall be removed from the job site at contractor’s expense.

3.04 Clean-up

1. General: All turf areas and staging areas shall be maintained in a neat and orderly condition. Keep paved area free of soil.

2. Hydro-Seeding Overspray: Installing contractor is responsible for washing or otherwise cleaning excess material off all area not intended to receive treatment.

3. Debris: Clean up and remove associated materials and debris from project site before Final Acceptance.

3.05 Measurement and Payment

Full compensation for conforming to the above requirements for the installation of hydroseeding shall be considered as included in the contract lump sum price paid for Final Grading and no additional compensation will be allowed therefor.

City Funded Project Project No. 06911 B.P. Revised 12/21/15 51 September 2019

SECTION 02 82 13

ASBESTOS and PCB ABATEMENT / REMEDIATION Part 1 - General

1. Project/Work Identification:

A. General: Project name is City of Hayward City Center Building Demolition Project, located 22300 City Center Drive in Hayward, CA as shown on Contract Documents prepared by Owner's Representative, Drawings and Specifications are dated September 23, 2019. This document is intended to supplement a site specific environmental survey, performed by a qualified and licensed consultant (See Attached Report).

B. Abbreviated Written Summary: Briefly and without force and effect upon the contract documents, the work of the Contract can be summarized as follows: Abatement of asbestos at floor tile, vinyl sheet flooring, interior plaster walls, and interior plaster ceilings. Abatement of lead on steel members where cutting will be performed. Clean-up of chipping and peeling paints at exterior doors / windows, and any damaged paints.

C. General and Administrative Requirements: are set forth in the following specification sections: These sections are found in the CSI master format and may or may not be used here.

02 82 00 Summary of the Work - Asbestos Abatement 02 82 13 Asbestos Abatement, General 02 82 13.16 Precautions for Asbestos Abatement 02 82 13.19 Asbestos Floor Tile and Mastic Abatement 02 82 16 Engineering Control of Asbestos Containing Materials 02 82 33 Removal and Disposal of Asbestos Containing Materials

D. Definitions and Standards: A substantial amount of specification language constitutes definitions for terms found in other contract documents, including the drawings. (Drawings must be recognized as diagrammatic in nature and not completely descriptive of the requirements indicated thereon.) Certain terms used in Contract Documents are defined in this article.

E. Air Monitoring - Consulting & Laboratory Services: Describes air monitoring by Owner so that the building beyond the work area will remain uncontaminated. Air monitoring to determine required respiratory protection is the responsibility of the Contractor.

F. Decontamination Units: explains the setup and operation of the personnel and material decontamination units.

G. Respiratory Protection: sets forth the procedures and equipment required for adequate protection against inhalation of airborne asbestos fibers.

City Center Building HAZMAT ABATEMENT 02 82 13 - 1/29 Abatement

H. Building Demolition - Asbestos Abatement: Not Applicable to this Project

I. Decontamination of the Work Area: Occurs after completion of abatement work and is described in the final cleaning sections.

J. Project Closeout: details the closeout procedures to end the project once abatement work is complete including final paperwork requirements.

Part 2 - Plan of Action

A. Submit a detailed plan of the procedures proposed for use in complying with the requirements of this specification. Include in the plan the location and layout of decontamination areas, the sequencing of asbestos work, the interface of trades involved in the performance of work, methods to be used to assure the safety of building occupants and visitors to the site, disposal plan including location of approved disposal site, and a detailed description of the methods to be employed to control pollution. Expand upon the use of portable HEPA ventilation system, if necessary, closing out of the building's HVAC system, method of removal to prohibit visible emissions in work area, and packaging of removed asbestos debris. The plan must be approved by the Owner's Consultant and Engineer prior to commencement of work.

B. Potential Asbestos Hazard:

1) The disturbance or dislocation of asbestos-containing materials may cause asbestos fibers to be released into the building’s atmosphere, thereby creating a potential health hazard to workmen and building occupants, or adjacent property owners. Apprise all workers, supervisory personnel, subcontractors and consultants who will be at the job site of the seriousness of the hazard and of proper work procedures that must be followed.

2) Where in the performance of the work, workers, supervisory personnel, subcontractors, or consultants may encounter, disturb, or otherwise function in the immediate vicinity of any identified asbestos-containing materials, take appropriate continuous measures as necessary to protect all building occupants from the potential hazard of exposure to airborne asbestos. Such measures shall include the procedures and methods described herein, and compliance with regulations of applicable federal, state and local agencies.

C. Stop Work:

1) If the Engineer or the Owner's Consultant presents a written stop work order then the contractor shall immediately and automatically stop all work and do not recommence work until authorized in writing by Engineer.

City Center Building HAZMAT ABATEMENT 02 82 13 - 2/29 Abatement

D. Contractor Use Of Premises:

1) General: During the entire demolition period the Contractor shall have the exclusive use of the premises for demolition operations.

E. Submittals

1) Before the Start of Work: Submit the following to the Architect for review. Do not begin work until these submittals are returned with Architects action stamp indicating that the submittal is returned for unrestricted use or final-but-restricted use.

a) Plan of Action: Submit as a written report to the Owner's Representative.

b) Products

c) Execution

d) Contingency Plan

Part 3 – Section Project Coordination - Asbestos Abatement

1. Summary

A. This Section specifies administrative and supervisory requirements necessary for Project coordination including, but not necessarily limited to:

1) Administrative and Supervisory Personnel. 2) Pre-Construction Conference 3) Daily Log 4) Special Reports. 5) Contingency Plan 6) Notifications. 7) Submittals

B. Administrative And Supervisory Personnel:

1) General Superintendent: Provide a full-time General Superintendent who is experienced in administration and supervision of asbestos abatement projects including work practices, protective measures for building and personnel, disposal procedures, etc. This person is the Contractor’s Representative responsible for compliance with all applicable federal, state and local regulations, particularly those relating to asbestos-containing materials.

2) Experience and Training: The General Superintendent must have completed a supervisor’s course at an EPA Training Center or equivalent certificate course in asbestos abatement procedures, and have had a minimum of two (2) years on-the-job training in asbestos abatement procedures.

3) Competent Person: The General Superintendent is to be a Competent Person as required by OSHA in 29 CFR 1926. City Center Building HAZMAT ABATEMENT 02 82 13 - 3/29 Abatement

4) Accreditation: The General Superintendent is to be accredited as an Asbestos Abatement Supervisor in accordance with the AHERA regulation 40 CFR Part 763, Subpart E, Appendix C.

C. Pre-Construction Conference:

1) An initial progress meeting, recognized as "Pre-Construction Conference" will be convened by the Construction Manager prior to start of any work. Meet at project site, or as otherwise directed by the Construction Manager.

2) 72 hours advance notice will be provided to all participants prior to convening Pre- Construction Conference.

3) This is an organizational meeting, to review responsibilities and personnel assignments and to locate the containment and decontamination areas and temporary facilities including power, light, water, etc.

D. Daily Log:

1) Daily Log: Maintain on the site a daily log documenting the dates and time of activity but not limited to, the following items:

a. Meetings; purpose, attendees, brief discussion b. Visitations; authorized and unauthorized c. Personnel, by name, entering and leaving the work area d. Special or unusual events, i.e. barrier breeching, equipment failures, accidents e. Air monitoring tests and test results f. Documentation of Contractor's completion of the following:

1. Inspection of work area preparation prior to start of removal and daily thereafter. 2. Removal of any sheet plastic barriers or splash guards 3. Removal of waste materials from work area 4. Contractors final inspection/final air test analysis.

2) Submit copies of this log at final closeout of project as a project close- out submittal.

E. Special Reports:

1) General: Except as otherwise indicated, submit special reports directly to Engineer within one day of occurrence requiring special report, with copy to Engineer and others affected by occurrence.

2) Reporting Unusual Events: When an event of unusual and significant nature occurs at site (examples: failure of pressure differential system, rupture of temporary enclosures), prepare and submit a special report listing chain of events, persons participating, response by Contractor's personnel, evaluation of results or effects, and similar pertinent information. When such events are known or predictable in advance, advise Owner in advance at earliest possible date.

3) Reporting Accidents: Prepare and submit reports of significant accidents, at site and anywhere else work is in progress. Record and document data and actions; City Center Building HAZMAT ABATEMENT 02 82 13 - 4/29 Abatement

comply with industry standards. For this purpose, a significant accident is defined to include events where personal injury is sustained, property loss of substance is sustained, or where the event posed a significant threat of loss or personal injury.

4) Report Discovered Conditions: When an unusual condition of the building is discovered during the work (e.g. leaks, termites, corrosion) prepare and submit a special report indication condition discovered.

F. Contingency Plan:

1) Contingency Plan: Prepare a contingency plan for emergencies including fire, accident, power failure, pressure differential system failure, supplied air system failure, or any other event that may require modification or abridgement of decontamination or work area isolation procedures. Include in plan specific procedures for decontamination or work area isolation. Note that nothing in this specification should impede safe exiting or providing of adequate medical attention in the event of an emergency.

2) Post: in clean room of Personnel Decontamination Unit telephone numbers and locations of emergency services including but not limited to fire, ambulance, doctor, hospital, police, power company, telephone company.

G. Notifications

1) Notify other entities at the job site of the nature of the asbestos abatement activities, location of asbestos-containing materials, requirements relative to asbestos set forth in these specifications and applicable regulations.

2) Notify emergency service agencies including fire, ambulance, police or other agency that may service the abatement work site in case of an emergency. Notification is to include methods of entering work area, emergency entry and exit locations, modifications to fire notification or fire fighting equipment, and other information needed by agencies providing emergency services.

3) Notifications of Emergency: Any individual at the job site may notify emergency service agencies if necessary without effect on this Contract or the Contract Sum.

H. Submittals

1) Before the Start of Work: Submit the following to the Architect for review. No work shall begin until these submittals are returned with Owner's Representative's action stamp indicating that the submittal is returned for unrestricted use or final- but-restricted use.

a) Contingency Plans: for emergency actions.

b) Telephone Numbers: and location of emergency services. c) Post copies of the list in the project meeting room, the temporary field office, and each temporary telephone.

d) Notifications: sent to other entities at the work site; sent to emergency service agencies; ten day notification sent to Local AQMD; Cal /OSHA Temporary Worksite Notification.

City Center Building HAZMAT ABATEMENT 02 82 13 - 5/29 Abatement

e) Résumé: of general superintendent.

f) Accreditation: submit evidence in form of training course certificate of accreditation of General Superintendent as an asbestos abatement supervisor.

g) Safety Plans: Provide copy of Injury and Illness Prevention Plan and site specific safety plans. h) Staff Names: Within 15 days of Notice to Proceed, submit a list of the Contractor's principal staff assignments, including the Superintendent and other personnel in attendance at the site; identify individuals, their duties and responsibilities; list their addresses and telephone numbers.

i) Registrations, etc.: Licenses, Cal/OSHA registration, worker training, worker medical certificates, and Material Safety Data Sheets (MSDS) for any materials used on the site. 5. Products (Not Applicable)

6. Execution (Non-Applicable)

Part 4 - Section Definitions And Standards - Asbestos Abatement

1. Summary

A. General Explanation: A substantial amount of specification language constitutes definitions for terms found in other contract documents, including the drawings. (Drawings must be recognized as diagrammatic in nature and not completely descriptive of the requirements indicated thereon.) Certain terms used in Contract Documents are defined in this article.

B. General Requirements: The provisions or requirements of Division-1 sections apply to entire work of Contract and, where so indicated, to other elements which are included in project.

2. Definitions:

A. General: Definitions contained in this Article are not necessarily complete, but are general to the extent that they are not defined more explicitly elsewhere in the Contract Documents.

B. Regulation: The term "Regulations" includes laws, statutes, ordinances and lawful orders issued by authorities having jurisdiction, as well as rules, conventions and agreements within the construction industry that control performance of the Work, whether they are lawfully imposed by authorities having jurisdiction or not.

C. Testing Laboratories: A "testing laboratory" is an independent entity engaged to perform specific inspections or tests, either at the project site or elsewhere, and to report on, and, if required, to interpret, results of those inspections or tests.

D. Owner's Representative: This is the entity described as the "Architect" in AIA Document A201 "General Conditions of the Contract for Construction," or is the entity City Center Building HAZMAT ABATEMENT 02 82 13 - 6/29 Abatement

described as "Engineer" in Engineers Joint Contract Document Committee (EJCDC) Document 1910-8 "Standard General Conditions of the Construction Contract." All references to Architect or Construction Manager in the Contract Documents in all cases refer to the Owner's Representative. The Owner's Representative will represent the Owner during construction and until final payment is due. The Owner's Representative will advise and consult with the Owner. The Owner's instructions to the Contractor will be forwarded through the Owner's Representative.

E. Project Administrator: This is the entity described as the "Project Representative" in AIA Document A201 "General Conditions of the Contract for Construction," or is the entity described as "Engineer" in Engineers Joint Contract Document Committee (EJCDC) Document 1910-8 "Standard General Conditions of the Construction Contract." The Project Administrator is a full time representative of the Owner at the job site with authority to stop the work upon verbal order if requirements of the Contract Documents are not met, or if in the sole judgement of the Project Administrator, Owner's Representative, Owner, the interests of the Owner, safety of any person or the Owner's property are jeopardized by the work.

F. General Superintendent: This is the Contractor's Representative at the work site. This person will generally be the Competent Person required by OSHA in 29 CFR 1926.

3. Definitions Relative To Asbestos Abatement:

A. Accredited or Accreditation (when referring to a person or laboratory): A person or laboratory accredited in accordance with section 206 of Title II of the Toxic Substances Control Act (TSCA).

B. Aerosol: A system consisting of particles, solid or liquid, suspended in air.

C. Air Cell: Insulation normally used on pipes and duct work that is comprised of corrugated cardboard which is frequently comprised of asbestos combined with cellulose or refractory binders.

D. Air Monitoring: The process of measuring the fiber content of a specific volume of air.

E. Amended Water: Water to which a surfactant has been added to decrease the surface tension to 35 or less dynes. A mixture of surfactant and water which results in wetting of the asbestos-containing material and retardation of fiber release during disturbance of the material equal to or greater than that provided by water amended with a surfactant consisting of one ounce of a solution of 50% polyoxyethylene ester and 50% polyoxyethylene ether mixed with five gallons of water.

F. Asbestos: The asbestiform varieties of serpentinite (chrysotile), riebeckite (crocidolite), cummingtonite-grunerite, anthophyllite, and actinolite-tremolite. For purposes of determining respiratory and worker protection both the asbestiform and non-asbestiform varieties of the above minerals and any of these materials that have been chemically treated and/or altered shall be considered as asbestos.

G. Asbestos-Containing Material (ACM): Any material containing more than 0.1% by weight of asbestos of any type or mixture of types.

City Center Building HAZMAT ABATEMENT 02 82 13 - 7/29 Abatement

H. Asbestos-Containing Building Material (ACBM): Surfacing ACM, thermal system insulation ACM, or miscellaneous ACM that is found in or on interior structural members or other parts of a building.

I. Asbestos-Containing Waste Material: Any material which is or is suspected of being or any material contaminated with an asbestos-containing material which is to be removed from a work area for disposal.

J. Asbestos debris: Pieces of ACBM that can be identified by color, texture, or composition, or means dust, if the dust is determined by an accredited inspector to be ACM.

K. Authorized Visitor: The Owner, the Owner's Representative, Consultants, testing lab personnel, the Architect/Engineer, emergency personnel or a representative of any federal, state and local regulatory or other agency having authority over the project.

L. Barrier: Any surface that seals off the work area to inhibit the movement of fibers.

M. Breathing Zone: A hemisphere forward of the shoulders with a radius of approximately 6 to 9 inches.

N. Certified Asbestos Consultant (CAC): An individual currently certified as an Asbestos Consultant by the California Division of Occupational Safety and Health (CAL/OSHA) pursuant to Sections 7180 et seq. of the business and Professions Code.

O. Ceiling Concentration: The concentration of an airborne substance that shall not be exceeded.

P. Certified Industrial Hygienist (C.I.H.): An industrial hygienist certified in Comprehensive Practice by the American Board of Industrial Hygiene.

Q. Demolition: The wrecking or taking out of any building component, system, finish or assembly of a facility together with any related handling operations.

R. Disposal Bag: A properly labeled 6 mil thick leak-tight plastic bags used for transporting asbestos waste from work and to disposal site.

S. Encapsulant: A material that surrounds or embeds asbestos fibers in an adhesive matrix, to prevent release of fibers.

T. Bridging encapsulant: an encapsulant that forms a discrete layer on the surface of an in situ asbestos matrix.

U. Penetrating encapsulant: an encapsulant that is absorbed by the in situ asbestos matrix without leaving a discrete surface layer.

V. Removal encapsulant: a penetrating encapsulant specifically designed to minimize fiber release during removal of asbestos-containing materials rather that for in situ encapsulation.

W. Encapsulation: Treatment of asbestos-containing materials, with an encapsulant.

X. Enclosure: The construction of an air-tight, impermeable, permanent barrier around asbestos-containing material to control the release of asbestos fibers into the air. City Center Building HAZMAT ABATEMENT 02 82 13 - 8/29 Abatement

Y. Filter: A media component used in respirators to remove solid or liquid particles from the inspired air.

Z. Friable Asbestos Material: Material that contains more than 1.0% asbestos by weight and that can be crumbled, pulverized, or reduced to powder by hand pressure when dry.

AA. HEPA Filter: A High Efficiency Particulate Air (HEPA) filter capable of trapping and retaining 99.97% of asbestos fibers greater than 0.3 microns in diameter.

BB. HEPA Filter Vacuum Collection Equipment (or vacuum cleaner): High efficiency particulate air filtered vacuum collection equipment with a filter system capable of collecting and retaining asbestos fibers. Filters should be of 99.97% efficiency for retaining fibers of 0.3 microns or larger.

CC. High-efficiency particulate air filter: (HEPA) refers to a filtering system capable of trapping and retaining 99.97 percent of all monodispersed particles 0.3 um in diameter or larger.

DD. Negative Pressure Respirator: A respirator in which the air pressure inside the respiratory-inlet covering is positive during exhalation in relation to the air pressure of the outside atmosphere and negative during inhalation in relation to the air pressure of the outside atmosphere.

EE. Negative Pressure Ventilation System: A pressure differential and ventilation system.

FF. Personal Monitoring: Sampling of the asbestos fiber concentrations within the breathing zone of an employee.

GG. Pressure Differential and Ventilation System: A local exhaust system, utilizing HEPA filtration capable of maintaining a pressure differential with the inside of the Work Area at a lower pressure than any adjacent area, and which cleans recirculated air or generates a constant air flow from adjacent areas into the Work Area.

HH. Protection Factor: The ratio of the ambient concentration of an airborne substance to the concentration of the substance inside the respirator at the breathing zone of the wearer. The protection factor is a measure of the degree of protection provided by a respirator to the wearer.

II. Respirator: A device designed to protect the wearer from the inhalation of harmful atmospheres.

JJ. Surfactant: A chemical wetting agent added to water to improve penetration, thus reducing the quantity of water required for a given operation or area.

KK. Time Weighted Average (TWA): The average concentration of a contaminant in air during a specific time period.

LL. Visible Emissions: Any emissions containing particulate asbestos material that are visually detectable without the aid of instruments. This does not include condensed uncombined water vapor.

MM. Wet Cleaning: The process of eliminating asbestos contamination from building surfaces and objects by using cloths, mops, or other cleaning utensils which have City Center Building HAZMAT ABATEMENT 02 82 13 - 9/29 Abatement

been dampened with amended water or diluted removal encapsulant and afterwards thoroughly decontaminated or disposed of as asbestos-contaminated waste.

NN. Work Area: The area where asbestos-related work or removal operations are performed which is defined and/or isolated to prevent the spread of asbestos dust, fibers or debris, and entry by unauthorized personnel. Work area is a Regulated Area as defined by 29 CFR 1926.

4. Products (Not Applicable)

5. Execution (Not Applicable)

Part 5 - Section Air Monitoring - Consulting & Laboratory Services

1. Description of the work

A. Not in Contract Sum: This section describes work being performed by the City. This work is not in the Contract Sum.

B. A Certified Asbestos Consultant will provide oversight and monitoring services during the project. Work practices of the contractor will be monitored to verify compliance with Local AQMD, Cal/OSHA and EPA regulations. Air samples will be taken during the project in the adjacent occupied work spaces. At the completion of the job, final air samples will be collected from the abatement areas as well as the adjoining spaces. Clearance air sampling will use aggressive methods and Transmission Electron Microscopy (TEM) analysis. C. A through visual inspection will be completed before the final air sampling. D. This section describes air monitoring carried out by the owner to verify that the building beyond the work area and the outside environment remains uncontaminated. This section also sets forth airborne fiber levels both inside and outside the work area as action levels, and describes the action required by the Contractor if an action level is met or exceeded.

E. Personal air monitoring required by Cal/OSHA is work of the Contractor and is not covered in this section.

2. Air monitoring : A. Work Area Isolation: The purpose of the Owner's air monitoring is to detect faults in the work area isolation such as:

B. Contamination of the building outside of the work area with airborne asbestos fibers, C. Failure of filtration or rupture in the differential pressure system, D. Contamination of air outside the building envelope by airborne asbestos fibers.

E. Should any of the above occur immediately cease asbestos abatement activities until the fault is corrected. Do not recommence work until authorized by the Owner's Representative.

F. Work Area Airborne Fiber Count: The Owner will monitor airborne fiber counts in the Work Area. The purpose of this air monitoring will be to detect airborne asbestos concentrations which may challenge the ability of the Work Area isolation procedures to

City Center Building HAZMAT ABATEMENT 02 82 13 - 10/29 Abatement

protect the balance of the building or outside of the building from contamination by airborne fibers.

G. Work area clearance: To determine if the elevated airborne fiber counts encountered during abatement operations have been reduced to an acceptable level, the Owner will sample and analyze air by Transmission Electron Microscopy.

H. The Owner will be conducting air monitoring throughout the course of the project.

3. Analytical methods:

A. The following methods will be used by the Owner in analyzing filters used to collect air samples.

B. Phase Contrast Microscopy (PCM) will be performed using the NIOSH 7400 method.

C. Transmission Electron Microscopy will be performed using the analysis method set forth in the AHERA regulation 40 CFR Part 763 Appendix A.

4. Before Start of Work:

A. The City or their IH Consultant will secure Air Samples to establish a base line before start of work. Samples will be analyzed by PCM.

5. Daily:

A. From start of work, the City may be taking samples on a daily basis. Samples will be analyzed by PCM.

B. Additional samples may be taken at City or City's Representatives discretion. If airborne fiber counts are encountered, additional samples will be taken as necessary to monitor fiber levels.

6. Clearance Air Sampling:

A. Aggressive clearance air samples will be analyzed by Transmission Electron Microscopy (TEM).

7. Consulting and Laboratory Testing:

A. The services of a Certified Asbestos Consultant (CAC) and a testing laboratory may be employed by the City to collect and perform laboratory analyses of the air samples. A CAC will be at the job site, and samples will be sent daily to the laboratory for next day delivery, so that verbal reports on air samples can be obtained within 24 hours. The Contractor will have access to all air monitoring tests and results.

8. Products (Not Applicable)

9. Execution

10. Additional Testing:

City Center Building HAZMAT ABATEMENT 02 82 13 - 11/29 Abatement

A. The Contractor may conduct his own air monitoring and laboratory testing. If he elects to do this the cost of such air monitoring and laboratory testing shall be at no additional cost to the City.

B. Personal Monitoring: This is the sole responsibility of the contractor.

C. City will not be performing air monitoring to meet Contractor's OSHA requirements for personnel sampling or any other purpose.

Part 6 - Section Respiratory Protection

1. Description Of Work:

A. Instruct and train each worker involved in asbestos abatement or maintenance and repair of friable asbestos-containing materials in proper respiratory use and require that each worker always wear a respirator, properly fitted on the face in the Work Area from the start of any operation which may cause airborne asbestos fibers until the Work Area is completely decontaminated. Use respiratory protection appropriate for the fiber level encountered in the work place or as required for other toxic or oxygen-deficient situations encountered.

2 Standards:

A. Except to the extent that more stringent requirements are written directly into the Contract Documents, the following regulations and standards have the same force and effect (and are made a part of the Contract Documents by reference) as if copied directly into the Contract Documents, or as if published copies were bound herewith. Where there is a conflict in requirements set forth in these regulations and standards, meet the more stringent requirement.

B. OSHA - U.S. Department of Labor Occupational Safety and Health Administration, Safety and Health Standards 29 CFR 1910, Section 1001 and Section 1910.134. 29 CFR 1926.58.

C. CAL/OSHA California Division of Occupational Safety and Health, General Industry Safety Orders, Title 8, Section 5144 and Construction Safety Orders, Title 8, Section 1531.

D. ANSI - American National Standard Practices for Respiratory Protection, ANSI Z88.2-1980.

E. NIOSH - National Institute for Occupational Safety and Health

F. MSHA - Mine Safety and Health Administration

3 Submittals:

A. Before Start of Work submit the following to the Architect for review. Do not begin work until these submittals are returned with the Engineer’s action stamp indicating that the submittal is returned for unrestricted use.

City Center Building HAZMAT ABATEMENT 02 82 13 - 12/29 Abatement

B. Product Data: Submit manufacturer's product information for each component used, including NIOSH and MSHA Certifications for each component in an assembly and/or for entire assembly.

C. Respiratory Protection Program: Submit Contractor's written respiratory protection program manual as required by OSHA 1926.58 and CAL/OSHA Section 1531.

D. Respiratory Protection Schedule: Submit level of respiratory protection intended for each operation required by the project.

4 Equipment: Air Purifying Respirators

A. Respirator Bodies: Provide half face or full face type respirators. Equip full face respirators with a nose cup or other anti-fogging device as would be appropriate for use in air temperatures less than 32 degrees Fahrenheit.

B. Filter Cartridges: Provide, at a minimum, HEPA type filters labeled with NIOSH and MSHA Certification for "Radionuclides, Radon Daughters, Dust, Fumes, Mists including Asbestos-Containing Dusts and Mists" and color coded in accordance with ANSI Z228.2 (1980). In addition, a chemical cartridge section may be added, if required, for solvents, etc., in use. In this case, provide cartridges that have each section of the combination canister labeled with the appropriate color code and NIOSH/MSHA Certification.

C. Non-permitted respirators Do not use single use, disposable or quarter face respirators.

5 Execution:

A. Respiratory Protection Program: Comply with ANSI Z88.2 - 1980 "Practices for Respiratory Protection," OSHA 29 CFR 1910 and 1926, and CAL/OSHA Title 8 Sections 5144 and 1531.

B. Require that respiratory protection be used at all times that there is any possibility of disturbance of asbestos-containing materials whether intentional or accidental.

C. Require that a respirator be worn by anyone in a Work Area at all times, regardless of activity, during a period that starts with any operation which could cause airborne fibers.

D. Regardless of Airborne Fiber Levels: Require that the minimum level of respiratory protection used be half-face air-purifying respirators with high efficiency filters.

E. Do not allow the use of single-use, disposable, or quarter-face respirators for any purpose.

Part 6.1 - Section: Decontamination Units

1. Description Of Work:

City Center Building HAZMAT ABATEMENT 02 82 13 - 13/29 Abatement

A. Provide separate Personnel Decontamination facility and Load Out Area. Require that the Personnel Decontamination Unit be the only means of ingress and egress for the Work Area. Require that all materials exit the Work Area through the Load Out Area.

B. Submittals:

1) Before the Start of Work: Submit the following to the Owner's Representative for review. Do not begin work until these submittals are returned with Owner's Representative's action stamp indicating that the submittal is returned for unrestricted use or final-but-restricted use.

a) Personnel Decontamination Unit: Provide shop drawing showing location and assembly of personnel decontamination units.

C. Products: Decontamination Units

1) Polyethylene Sheet: A single polyethylene film in the largest sheet size possible to minimize seams, 4.0 or 6.0 mil thick as indicated, clear, frosted, or black as indicated.

2) Duct Tape: Provide duct tape in 2" or 3" widths as indicated, with an adhesive which is formulated to stick aggressively to sheet polyethylene.

3) Spray Adhesive: Provide spray adhesive in aerosol cans which is specifically formulated to stick tenaciously to sheet polyethylene.

4) Filters: Provide cascaded filter units on drain lines from showers or any other water source carrying asbestos-contaminated water from the Work Area. Provide units with disposable filter elements as indicated below. Connect so that discharged water passes primary filter and output of primary filter passes through secondary filter.

a) Primary Filter - Passes particles 20 microns and smaller b) Secondary Filter - Passes particles 5 microns and smaller

Part 6.3 – Execution : Decontamination Units

1. Personnel Decontamination Unit:

A. Changing Room (clean room): Provide a room that is physically and visually separated from the rest of the building for the purpose of changing into protective clothing.

1) Construct using polyethylene sheeting, at least 6 mil in thickness, to provide an airtight seal between the Changing Room and the rest of the building.

2) Locate so that access to Work Area from Changing Room is through regulated work area entrance .

3) Separate Changing Room from the building by a sheet plastic flapped doorway.

4) Require workers to remove all street clothes in this room, dress in clean, disposable coveralls, and don respiratory protection equipment. Do not allow asbestos- contaminated items to enter this room. Require Workers to enter this room either City Center Building HAZMAT ABATEMENT 02 82 13 - 14/29 Abatement

from outside the structure dressed in street clothes, or exiting from the decontamination area.

5) Maintain floor of changing room dry and clean at all times. Do not allow work site debris or water to soil floor in changing room.

6) Provide posted information for all emergency phone numbers and procedures.

B. Drying Room: Provide a drying room as an airlock and a place for workers to dry after showering( if applicable).

1) Separate this room from the rest of the building with airtight walls fabricated of 6 mil polyethylene.

2) Separate from Regulated work area from the remainder of the store by a sheet plastic flapped doorway.

3) Provide a continuously adequate supply of disposable bath towels.

C. Equipment Room (contaminated area): Require work equipment, footwear and additional contaminated work clothing to be left here. This is a change and transit area for workers.

1) Separate this room from the Work Area by a 6 mil polyethylene flapped doorway.

2) Separate this room from the rest of the building with airtight walls fabricated of 6 mil polyethylene.

3) Separate this room from the Decontamination Room and Work Area with airtight walls fabricated of 6 mil polyethylene.

4) Provide a drop cloth layer of sheet plastic on floor in the Equipment Room for every shift change expected. Roll drop cloth layer of plastic from Equipment Room into Work Area after each shift change. Replace before next shift change. Provide a minimum of two (2) layers of plastic at all times. Use only clear plastic to cover floors.

D. Airlock: Provide an airlock between Equipment Room and Work Area. This is a transit area for workers.

1) Separate this room from Equipment Room and Work Area by a sheet plastic flapped doorways.

2) Separate this room from the rest of the building with airtight walls fabricated of 6 mil polyethylene.

3) Separate this room from the Equipment Room and Work Area with airtight walls fabricated of 6 mil polyethylene.

E. Work Area: Separate Work Area from the Equipment Room by polyethylene barriers. Damp wipe clean all surfaces after each shift change. Provide one additional floor layer of 6 mil polyethylene per shift change and remove contaminated layer after each shift. City Center Building HAZMAT ABATEMENT 02 82 13 - 15/29 Abatement

F. Decontamination Sequence: Require that all workers adhere to the following sequence when entering or leaving the Work Area.

1) Entering Work Area: Worker enters Changing Room and removes street clothing, puts on clean disposable overalls and respirator, and passes through the Decontamination Room into the Equipment Room.

2) Any additional clothing and equipment left in Equipment Room needed by the worker are put on in the Equipment Room.

3) Worker proceeds to Work Area.

G. Exiting Work Area:

1) Before leaving the Work Area, require the worker to remove all gross contamination and debris from overalls and feet.

2) The worker then proceeds to the Equipment Room and removes all protective clothing except respiratory protection equipment.

3) Extra work clothing such as boots, hard hats, goggles, gloves are to be stored in contaminated end of the Equipment Room.

4) Disposable coveralls are placed in a bag for disposal with other material.

5) After removal of contaminated protective clothing, the worker moves to the Showers ( if applicable) or Changing Room and dresses in either new coveralls for another entry or street clothes if leaving.

H. Load-out Area: The load-out area is the transfer area from the building to a truck or dumpster. It may be the Clean Room of the Equipment Decontamination unit or a separate room or loading dock area.

I. Construction Of The Decontamination Units:

1) Walls and Ceiling: Construct airtight walls and ceiling using polyethylene sheeting, at least 6 mil in thickness. Attach to existing building components or a temporary framework.

2) Floors: Use 2 layers (minimum) of 6 mil polyethylene sheeting to cover floors in all areas of the Decontamination Units. Use only clear plastic to cover floors.

3) Flap Doors: Fabricated from three (3) overlapping sheets with openings a minimum of three feet (3') wide. Configure so that sheeting overlaps adjacent surfaces. Weight sheets at bottoms as required so that they quickly close after being released. Put arrows on sheets to indicate direction of overlap and/or travel. Provide a minimum of six feet (6') between entrance and exit of any room. Provide a minimum of three feet (3') between doors to airlocks.

4) Visual Barrier: Where the Decontamination area is immediately adjacent to and within view of occupied areas, provide a visual barrier of opaque polyethylene sheeting at least 6 mil in thickness so that worker City Center Building HAZMAT ABATEMENT 02 82 13 - 16/29 Abatement

5) privacy is maintained and work procedures are not visible to building occupants. Where the area adjacent to the Decontamination area is accessible to the public, construct a solid barrier on the public side of the sheeting to protect the sheeting. Construct barrier with wood or metal studs covered with minimum 1/4 inch thick hardboard or 1/2 inch plywood. Where the solid barrier is provided, sheeting need not be opaque.

6) Alternate methods of providing Decontamination facilities may be submitted to the Engineer for approval. Do not proceed with any such method(s) without written authorization of the Engineer.

J. Cleaning Of Decontamination Units:

1) Clean debris and residue from inside of Decontamination Units on a daily basis. Damp wipe or hose down all surfaces after each shift change. Clean debris from shower pans on a daily basis.

2) If the Changing Room of the Personnel Decontamination Unit becomes contaminated with asbestos-containing debris, abandon the entire Decontamination Unit and erect a new Decontamination Unit. Use the former Changing Room as an inner section of the new Equipment Room.

K. Signs:

1) Provide signs in both English and Spanish.

Part 7 - Section Project Closeout - Asbestos Abatement

1. Summary

A. This Section specifies administrative and procedural requirements for project closeout, including but not limited to:

1) Inspection procedures. 2) Project record document submittal.

B. Inspection Procedures: Upon completion of all abatement activities, the consultant and the General Superintendent from the abatement contractor shall review all work and perform a complete walk through of the facility. Work logs, employee sign in sheets, negative pressure manometer logs, manifests, etc. will be provided for the clients' records at this point. C. Any remaining clearance inspections will take place at this point. Clearance inspections may consist of visual, wipe samples, or air samples. D. Air sample clearances shall be performed using Transmission Electron Microscopy (TEM), unless background debris or other site conditions will overload air sampling cassettes. Acceptable clearance level is 70 structures/mm2 for TEM. E. Record Specifications: Maintain one complete copy of the Project Manual, including addenda, and one copy of other written construction documents such as Change Orders and modifications issued in printed form during construction. Mark these documents to show substantial variations in actual work performed in comparison with the text of the Specifications and modifications. Give particular attention to substitutions, selection of options and similar information City Center Building HAZMAT ABATEMENT 02 82 13 - 17/29 Abatement

on elements that are concealed or cannot otherwise be readily discerned later by direct observation. Note related record drawing information and Product Data.

F. Upon completion of the work, submit record Specifications to the Engineer for the City's records.

G. Miscellaneous Record Submittals: Refer to other Specification Sections for requirements of miscellaneous record keeping and submittals in connection with actual performance of the work. Immediately prior to the date or dates of Substantial Completion, complete miscellaneous records and place in good order, properly identified and bound or filed, ready for continued use and reference. Submit to the Engineer for the City's records.

2. Products (Not Applicable)

3. Execution (Not Applicable)

Part 8 - Section Building Demolition-Asbestos Abatement

1. Description Of The Work

A. The work of this Section includes the demolition of buildings and installations where asbestos containing materials are present.

B. Submittals:

1) Before Start of Work: Submit the following to the Owner's Representative for review. Do not start work until these submittals are returned with Owner's Representative's action stamp indicating that the submittal is returned for unrestricted use.

2) Surfactant: Submit product data, use instructions and recommendations from manufacturer of surfactant intended for use. Include data substantiating that material complies with requirements.

3) Material Safety Data Sheet: Submit the Material Safety Data Sheet, or equivalent, in accordance with the OSHA Hazard Communication Standard (29 CFR 1910.1200) for each surfactant and encapsulating material proposed for use on the work. Include a separate attachment for each sheet indicating the specific worker protective equipment proposed for use with the material indicated.

2. Products:

A. Wetting Materials: For wetting prior to disturbance of asbestos-containing materials use amended water

B. Amended Water: Provide water to which a surfactant has been added. Use a mixture of surfactant and water which results in wetting of the asbestos- containing material and retardation of fiber release during disturbance of the material equal to or greater than that provided by the use of one ounce of a City Center Building HAZMAT ABATEMENT 02 82 13 - 18/29 Abatement

surfactant consisting of 50% polyoxyethylene ester and 50% polyoxyethylene ether mixed with five gallons of water.

C. Polyethylene Sheet: A single polyethylene film in the largest sheet size possible to minimize seams, 4.0 or 6.0 mil thick as indicated, clear, frosted, or fire retardant as indicated.

D. Duct Tape: Provide duct tape in 2" or 3" widths as indicated, with an adhesive which is formulated to stick aggressively to sheet polyethylene. E. Spray Cement: Provide spray adhesive in aerosol cans which is specifically formulated to stick tenaciously to sheet polyethylene. F. Disposal Bags: Provide 6 mil thick leak-tight polyethylene bags labeled as required by Section 02084 Disposal of Asbestos Containing Waste Material. G. Fiberboard Drums: Provide heavy duty leak tight fiberboard drums with tight sealing locking metal tops.

3 Execution

A. Worker Protection:

1) Before beginning work with any material for which a Material Safety Data Sheet has been submitted provide workers with the required protective equipment. Require that appropriate protective equipment be used at all times.

2) If excessive airborne dust levels are noted, the consultant will collect area air samples at downwind locations from the work. Visible emissions of dust will be sufficient to shut down all work on the project, until additional wetting has taken place. 3) During the renovation / demolition of the building, it is possible that previously hidden materials may be discovered. Any suspect materials that are uncovered, shall be basis for immediate cessation of further work. The suspect materials shall be brought to the attention of the consultant for determination of content or hazard. 4) At the completion of all demolition and waste disposal the consultant shall perform a final site visit to verify that no visible asbestos debris remains at the site. 5) Final Air Testing: If the Work Area is to be occupied prior to application of new materials clear the Work Area in accordance with requirements of sections regarding Work Area Clearance.

4. Removal Of Asbestos-Containing Materials

A. General

1) Related Work Specified Elsewhere:

B. Disposal of asbestos-containing waste is specified in Section Disposal of Asbestos-Containing Waste Material.

City Center Building HAZMAT ABATEMENT 02 82 13 - 19/29 Abatement

C. Isolation of Work Areas, Interior of Building

1) Install critical barriers and regulated area signage. 2) Set up containment or splash-guards. The containment / splash guards for abatement spaces shall consist of 6 mil flame resistant poly, 1 wall and ceiling layer, extending at least 6 feet above floor level, adjacent to all ACM floors. 3) Connect Temporary Services (GFI Power, water, lights) 4) Erect Notification Board and Warning Signs 5) Lockout Electrical Equipment (work areas only) 6) Establish/ Maintain Regulated Work Area.

D. Removal of Asbestos Containing Flooring Materials, Friable.

This specification section is not applicable to this project.

E. Removal of Asbestos Containing Flooring Materials, Non-Friable. 1) This portion of the project will consist of removal of 9 x 9 and 12 x 12 vinyl floor tile and residual mastics that remains below existing carpet. 2) Pre-clean all existing debris areas on floor and walls. Specifically the work areas shall be vacuumed with a HEPA filtered vacuum, using a metal floor attachment. The floor tiles to be removed shall be wetted with water or an amended water solution and shall be maintained wet for the duration of the removal operations. The removal shall be performed using only hand tools. The use of mechanically operated machines is prohibited, unless complete negative pressure enclosure is utilized, with notification to local NESHAPS authority. The floor tiles are pried up individually using a stiff bladed scrapper. If a tile does not release from the adhesive when the scrapper is forced under the tile by hand, the scraper may be struck by a hammer to cause the tile to release. The tile may also be heated using an electric hot air gun to soften the adhesive and facilitate removal. 3) Alternatively, without first prying the floor tiles using a scrapper, heat is applied to the floor tile from a heat source ( e.g. infrared heat machine) and the tiles are removed by hand or by using a scrapper. The use of an infrared heat machine will negate the requirement for wetting the floor tiles. 4) Perform bulk removal and bagging of waste simultaneously. Perform all work "wet" using amended water. Waste shall not accumulate on floor. 5) Remove all loose flooring and mastic from floors, baseboards, and adjoining walls. 6) Perform detail cleaning using scrappers, shovels, and HEPA vacuums, using adequate amended water. 7) Remove any concentrations of mastic that have separated from the concrete floor. Any loose sections of concrete or floor leveling compound shall be disposed of with floor tiles. Any materials not firmly secured to the slab shall be abated. 8) If the selected abatement method will remove all mastic, use of razor scrapers and / or mastic solvent shall leave only a thin transparent film on the concrete slab. If solvent removal is elected, additional ventilation shall be provided if deemed necessary by the consultant, or based on information contained in the MSDS for the mastic solvent product(s). The use of low speed rotary floor machines is allowed only with wet use scrubbing pads.

City Center Building HAZMAT ABATEMENT 02 82 13 - 20/29 Abatement

9) Wrap all Waste in double 6 mil bags with appropriate warning labels on bags, or other closed leak tight container as required by current state and local regulations. 10) Notify the consultant that work space is ready for final visual inspection. Foreman to be available for assistance if additional materials are discovered. 11) HEPA vacuum all surfaces and areas where ACM was removed, or rinse the floor surfaces with water/ detergent following application of mastic solvents. The use of a detergent formulated for the removal of residual solvents is preferred. 12) Encapsulate all surfaces and areas where ACM was removed, using penetrating encapsulant.

F. Removal of Asbestos Containing Thermal System Insulation, Friable

1) This portion of the project (if applicable) will consist of removal of the friable thermal system insulation materials (TSI). This section also applies to the HVAC gaskets and cooling tower debris at the roof level. These areas are identified as such in an inspection or asbestos survey. The TSI materials are considered friable when disturbed and will require specific handling practices to prevent release of fibers. Removal of the other non- friable materials is covered in other sections. 2) Use of appropriate personnel protective equipment (PPE) for removal of friable asbestos is required for all personnel performing any aspect of this project. 3) Install critical barriers and containment consisting of multiple layers of 6 mil polyethylene sheeting, to produce a negative pressure enclosure. The containment shall be capable of maintaining 0.25 " WC negative pressure, by means of multiple negative air machines. Whichever system is selected shall be listed in the Injury and Illness Prevention Plan of the contractor and be submitted as part of the submittal package. A glove bag process will be allowed for small sections, where applicable. 4) Establish a decontamination unit as the sole means of entrance and exit from the regulated work space. 5) Remove the TSI materials using metal hand scrappers, performing all work "wet" using amended water. 6) Remove the TSI while wet and place into poly disposal bags as soon as practicable. Waste shall not accumulate on the floor of the containment. The TSI materials shall be removed down to the clean substrate. The remaining surface shall be left clean and free of any three dimensional materials. The contractor shall avoid damaging the remaining surfaces or equipment. 7) Wrap all Waste in double 6 mil bags with appropriate warning labels on bags, as required by current federal, state, and local regulations. 8) Notify consultant that work space is ready for final visual inspection. Foreman to be available for assistance if additional materials are discovered. 9) Encapsulate all surfaces and areas where ACM was removed, using penetrating encapsulant. 10) The work area shall be HEPA vacuumed of any residual materials prior to removal of regulated area barriers or containment.

G. Removal of Asbestos Containing Surfacing Materials, Friable This specification section is not applicable to this project.

City Center Building HAZMAT ABATEMENT 02 82 13 - 21/29 Abatement

H. Removal of Asbestos Containing Roofing Materials, Non-Friable.

1) This portion of the project will consist of removal of roofing felts or membranes, exterior wall coatings, roofing cements that have been classified as non-friable. These areas must be identified in an inspection report by a Certified Asbestos Consultant. The inspection must specifically identify the roof materials and describe how to maintain the material in a non-friable condition during removal. The roofing materials must be considered non- friable in their current state and will require handling practices to prevent their becoming friable. 2) Use of appropriate personnel protective equipment for removal of non-friable asbestos is required for all personnel performing any aspect of this project. The use of critical barriers / regulated work area and engineering controls is required unless the contractor can provide a Negative Exposure Assessment, prior to start of the project.

3) Before removal begins, the roof surface is wetted using a Hudson sprayer, hose, or airless sprayer. If weather conditions cause excessive evaporation, additional water must be added to keep the removal work area wet at all times. 4) The material is removed using hand tools such as scrapers, shovels, or bars. The use of mechanically operated removal tools is prohibited for the removal of roofing. 5) As each section of roofing is removed, a constant mist of water or amended water is sprayed into the point where the material separates from the substrate. 6) After a strip has been removed, it is placed in a heavy duty disposal bag or other closed leak tight container. The roofing materials shall not be allowed to dry before placement in the appropriate disposal container. 7) After the entire roof has been removed it is vacuumed using a HEPA vacuum with a metal floor attachment. 8) After the entire roof has been vacuumed, a penetrating encapsulant shall be spray applied to lock-down any residual fibers and debris.

I. Removal of Asbestos Containing Plasters and Stuccos, Non-Friable

1) This portion of the project will consist of removal of the cementitious materials such as stucco or plaster. These areas are identified as such in an inspection or asbestos survey. The soft surface materials may considered friable when disturbed and will require specific handling practices to prevent release of fibers. Removal of the other non- friable materials is covered in later sections. 2) Use of appropriate personnel protective equipment (PPE) for removal of friable asbestos is required for all personnel performing any aspect of this project. 3) Install critical barriers and containment consisting of multiple layers of 6 mil polyethylene sheeting, to produce a negative pressure enclosure. The containment shall be capable of maintaining 0.25 " WC negative pressure, by means of multiple negative air machines. Whichever system is selected shall be listed in the Injury and Illness Prevention Plan of the contractor and be submitted as part of the submittal package.

City Center Building HAZMAT ABATEMENT 02 82 13 - 22/29 Abatement

4) Establish a decontamination unit as the sole means of entrance and exit from the regulated workspace. 5) Remove the plaster or stucco materials using hammers and demo tools, performing all work "wet" using amended water. 6) Remove the plaster / stucco intact if possible, removing large pieces in manageable sections for placement into 6 mil poly disposal bags. The plaster / stucco shall be removed down to the bare wall studs, joists, or substrate material. The remaining surface shall be left clean and free of any three dimensional materials. The contractor has the option of wet scrubbing and using a HEPA vacuum on the contaminated surface. 7) The use of powered saws for cutting the plaster / stucco will be allowed if the saw is equipped with a HEPA filtered shroud that collects all of the dust. 8) Wrap all Waste in double 6 mil bags with appropriate warning labels on bags, as required by current federal, state, and local regulations. 9) Notify the consultant that the work space is ready for final visual inspection. Foreman to be available for assistance if additional materials are discovered. 10) Encapsulate all surfaces and areas where ACM was removed, using penetrating encapsulant. Alternatively rinse the surface with water / detergent prior to application of new flooring materials. 11) The work area shall be HEPA vacuumed of any residual materials prior to removal of regulated area barriers or containment.

J. Removal of Asbestos Containing Transite Materials,.

1) This portion of the project will consist of removal of Transite or asbestos- cement panels or pipes that have been classified as non-friable. A site inspection must specifically identify the Transite materials and describe how to maintain the material in a non-friable condition during removal. The transite materials must be considered non-friable in their current state and will require handling practices to prevent their becoming friable. 2) Use of appropriate personnel protective equipment for removal of non-friable asbestos is required for all personnel performing any aspect of this project. The use of critical barriers / regulated work area and engineering controls is required unless the contractor can provide a Negative Exposure Assessment, prior to start of the project. 3) Before removal begins, the work surface is wetted using a Hudson sprayer or airless sprayer, if applicable. If weather conditions cause excessive evaporation, additional water must be added to keep the removal work area wet at all times. 4) The material is removed using hand tools such as scrapers, shovels, or bars. If possible the fasteners holding the materials together shall be removed to allow for the disassembly of the components resulting in less breakage. No power operated tools will be allowed which would render the materials friable unless full negative pressure containment is used. The use of air powered tools is specifically prohibited due to the high volume of air generated at the tool’s exhaust port. As each section of pipe or panel is removed, a light mist of water or amended water is sprayed into the point where the material separates from the substrate. 5) After a section of panel has been removed, it is placed in a heavy duty disposal bag or other closed leak tight container. The Transite materials shall not be allowed to dry before placement in the appropriate disposal container. After the entire work area has been cleaned of residual ACM, a penetrating encapsulant shall be spray applied to lock-down any residual fibers and debris. City Center Building HAZMAT ABATEMENT 02 82 13 - 23/29 Abatement

City Center Building HAZMAT ABATEMENT 02 82 13 - 24/29 Abatement

K. Removal of Asbestos Containing Caulking and Sealants, Non-Friable

1) This portion of the project will consist of removal of Caulking or sealants that have been classified as non-friable. These areas must be identified in an inspection report by a Certified Asbestos Consultant. The inspection must specifically identify the caulking / sealant materials and describe how to maintain the material in a non-friable condition during removal. The caulking / sealant materials must be considered non-friable in their current state and will require handling practices to prevent their becoming friable. 2) Use of appropriate personnel protective equipment for removal of non-friable asbestos is required for all personnel performing any aspect of this project. The use of critical barriers / regulated work area and engineering controls is required unless the contractor can provide a Negative Exposure Assessment, prior to start of the project.

3) Before removal begins, heavy drop cloths are placed below the work area and the entire wall or component is wetted using a Hudson sprayer, hose, or airless sprayer. 4) The material is removed using hand tools such as scrapers, chisels, or bars. If possible the fasteners holding the materials to the substrate shall be removed to allow for the disassembly of the components resulting in less breakage. No power operated tools will be allowed which would render the materials friable. The use of air powered tools is specifically prohibited due to the high volume of air generated at the tool’s exhaust port. 5) As each section of caulking or sealant is removed, a constant mist of water or amended water is sprayed into the point where the material separates from the substrate. 6) After a section has been removed, it is placed in a heavy duty disposal bag or other closed leak tight container. 7) After the caulking / sealant has been removed, an encapsulant shall be spray applied to lock-down any residual fibers and debris.

L. Removal of Asbestos Containing Drywall Materials, More than 1% Asbestos

1) This portion of the project (if applicable) will consist of removal of the drywall materials such as gypsum board, joint tape and applied texture wall or ceiling coatings. These areas are identified as such in an inspection or asbestos survey. The soft surface materials are considered friable when disturbed and will require specific handling practices to prevent release of fibers. Removal of the other non- friable materials is covered in later sections. 2) Use of appropriate personnel protective equipment (PPE) for removal of friable asbestos is required for all personnel performing any aspect of this project. 3) Install critical barriers and containment consisting of multiple layers of 6 mil polyethylene sheeting, to produce a negative pressure enclosure. The containment shall be capable of maintaining 0.25 " WC negative pressure, by means of multiple negative air machines. Whichever system is selected shall be listed in the Injury and Illness Prevention Plan of the contractor and be submitted as part of the submittal package. 4) Establish a decontamination unit as the sole means of entrance and exit from the regulated work space. 5) Remove the drywall materials using scrappers and scrubbing pads, performing all work "wet" using amended water.

City Center Building HAZMAT ABATEMENT 02 82 13 - 25/29 Abatement

6) Remove the drywall intact if possible, removing large pieces in manageable sections for placement into 6 mil poly disposal bags. The drywall shall be removed down to the bare wall studs, joists, or substrate material. The remaining surface shall be left clean and free of any three dimensional materials. The contractor has the option of wet scrubbing and using a HEPA vacuum on the contaminated surface. 7) Wrap all Waste in double 6 mil bags with appropriate warning labels on bags, as required by current federal, state, and local regulations. 8) Notify the consultant that the work space is ready for final visual inspection. Foreman to be available for assistance if additional materials are discovered. 9) Encapsulate all surfaces and areas where ACM was removed, using penetrating encapsulant. Alternatively rinse the surface with water / detergent prior to application of new flooring materials. 10) The work area shall be HEPA vacuumed of any residual materials prior to removal of regulated area barriers or containment.

M. Removal of Asbestos Containing Fire Rated Door Materials

1) This portion of the project will consist of removal of fire rated doors with asbestos core materials that have been classified as non-friable. A site inspection must specifically identify the fire rated materials and describe how to maintain the material in a non-friable condition during removal. The fire rated doors / materials must be considered non-friable in their current state and will require handling practices to prevent their becoming friable. If the core materials become damaged or exposed, treat as friable ACM. 2) Use of appropriate personnel protective equipment for removal of non-friable asbestos is required for all personnel performing any aspect of this project. The use of critical barriers / regulated work area and engineering controls is required unless the contractor can provide a Negative Exposure Assessment, prior to start of the project. 3) Before removal begins, the work surface is patched or repaired to prevent any leakage of the internal core materials, if applicable. Removal of lock sets or openers make expose core materials and must be done in a manner to prevent any release of core materials 4) The material is removed using hand tools such as screw drivers or wrenches. If possible the fasteners holding the materials together shall be removed to allow for the disassembly of the components resulting in less breakage. No power operated tools will be allowed which would render the materials friable unless full negative pressure containment is used. The use of air powered tools is specifically prohibited due to the high volume of air generated at the tool’s exhaust port. As each section of door or panel is removed, a light mist of water or amended water is sprayed into the point where the material separates from the substrate, if needed based on site conditions. 5) After a section of door or panel has been removed, it is placed in a heavy duty disposal bag or other closed leak tight container. The fire rated door materials shall not be allowed to drop or become damaged before placement in the appropriate disposal container. After the entire work area has been cleaned of residual ACM, a penetrating encapsulant shall be spray applied to lock-down any residual fibers and debris.

02 84 00 Removal of Polychlorinated Biphenols (PCB) Ballasts, Gaskets, Caulks

A. This portion of the project will consist of removal of PCB materials or contamination. In addition to the remaining ballasts and transformers, there are materials that contain PCB City Center Building HAZMAT ABATEMENT 02 82 13 - 26/29 Abatement

above 50 ppm. The gaskets, caulking, residual floor mastics, and expansion joint materials will require abatement prior to demolition. Refer to the PCB report for the regulations regarding required disposal compliance. B. The gaskets, caulking, mastics, expansion joints shall be abated following the same abatement regulations as non-friable asbestos for the same or similar type material. The use of hand tools only, clean up all debris and use of PPE is required. The use of powered equipment shall trigger the need for an enclosure and engineering controls. C. Contractor shall ensure that the PCB containing lighting ballasts and other wastes are handled, containerized, secured, labeled, manifested, transported, and either reused, disposed, incinerated or recycled as appropriate. D. Generators of PCB ballasts who transport off-site no more than two 55-gallon drums per transportation vehicle shall be exempt from the standards set forth in Article 1, Article 2 and Article 4 of 22 CCR, Chapter 12 and 13 as follows: 1) Generators of PCB containing light ballasts shall be exempt from filing an “Extremely Hazardous Waste Disposal Permit” as required by Section 67430.1 2) A transporter of twelve or more non-leaking PCB-containing fluorescent light ballasts shall be exempt from provisions under 22 CCR, Chapter 13 provided the following conditions are met: 3) The transporter shall use a shipping paper which contains the information required pursuant to Title 49, CFR, Part 172, Subpart C to document the transportation of the ballasts. the shipping paper shall accompany the shipments.

4) The total number of PCB light ballasts being transported shall not exceed two 55- gallon drums of non-leaking per load and shall not contain any other hazardous wastes.

E. The transporting container shall meet applicable federal and state regulations.

F. Any discharges or spills of waste consisting of PCB-containing light ballasts from one container to another shall not be subject the requirements of 22 CFR provided the containers hold no other hazardous waste.

G. Waste Characterization: The U.S. EPA (EPA; 40 CFR 761.60 & 761.761.65 and the California Dept. of Health Services ( DOHS; 22 CFR Section 66508) consider ballasts as a hazardous waste. Disposal of PCB- containing ballasts shall be in accordance with Section 66268.110 via incineration unless otherwise approved by the owner.

Pack ballasts marked as “Containing PCB” or ballasts not specifically marker as “Non-PCB” or “PCB Free” as hazardous waste. Worker removing ballasts shall wear protective clothing and nitrile or neoprene gloves. Those ballasts showing signs of overheating or leakage will require wipe -down of the fixture with clean paper towels at room temperature. This step shall be followed by an additional wipe-down with an organic solvent, such as mineral spirits or isopropyl alcohol. The leaking ballasts and rags shall be placed in a plastic bag , tied off and secured. Remaining PCB ballasts and rags shall be placed in steel drums, sealed, labeled, and transported to an approved incinerator following required manifest procedures. Absorbent materials, such as kitty litter, shall be used as a cushion and absorbent with the drums. Drum loading shall not exceed the capacity of the incinerator ( typically 350 to 500 pounds ).

Part 9 - Building Demolition-Lead Based Paint Abatement 1. Description of The Work

A. The work of this Section includes the demolition of buildings and installations where lead based or lead containing paints are present.

City Center Building HAZMAT ABATEMENT 02 82 13 - 27/29 Abatement

B. Submittals:

1) Before Start of Work: Submit the following to the Architect or Owner's Representative for review. Do not start work until these submittals are returned with Owner's Representative's action stamp indicating that the submittal is returned for unrestricted use.

2) Surfactant: Submit product data, use instructions and recommendations from manufacturer of surfactant intended for use. Include data substantiating that material complies with requirements.

3) Material Safety Data Sheet: Submit the Material Safety Data Sheet, or equivalent, in accordance with the OSHA Hazard Communication Standard (29 CFR 1910.1200) for each surfactant and encapsulating material proposed for use on the work. Include a separate attachment for each sheet indicating the specific worker protective equipment proposed for use with the material indicated.

C. Abatement of Lead Based Paints

1) Lead was detected in most of the paint samples. The sample results ranged from 110 parts-per-million (ppm) to 1600 ppm in the paint on the HVAC duct work at the roof mechanical room. None of the interior paints were found to contain more than the 0.5% or 5000 ppm threshold or were classified as Lead Based Paints (LBP) for purposes of EPA regulations. Cal OSHA regulations will apply, since the levels of lead in paint were above the detection limit based on the lab reports.

2) Demolition of materials containing lead is a Cal-OSHA level one “trigger task” that assumes exposures will exceed the permissible exposure limit (PEL). For work in public buildings where the PEL is exceeded Cal-OSHA requires that workers be certified by the California Department of Health (DPH). The lead content of most of the paints sampled is high enough that demolition activities disturbing any of them are likely to result in exposures above the PEL. Information concerning the lead sample results must be provided to contractors who in turn must provide employees with lead-specific hazard communication type information including health effects and good hand hygiene practices (e.g., wash hands before eating drinking or smoking, etc.).

3) With regard to the 1600 ppm or other low lead level paint on the steel, stucco, or wood surfaces, demolition activities that disturb it are possible to exceed the PEL only if trigger task activities are used.

4) Furthermore, abrasive blasting, welding, cutting, and torch burning are all Cal- OSHA level 3 “trigger tasks” and employers are required to assume exposures exceed 2,500 ug/M3. The Cal-OSHA lead in construction safety order requires that supplied air respiratory protection be provided for this level of exposure, in addition to lead worker training, certification, hygiene facilities, etc. It is recommended that if any level 3 trigger tasks are to be performed on the steel, then spot-removal of the paint should be conducted first. The paint chips, debris or dust are easily transferred by hand contact so that the importance of good hand hygiene is paramount.

City Center Building HAZMAT ABATEMENT 02 82 13 - 28/29 Abatement

5) The total lead content of many of the paint samples (i.e., the paint of sheet metal and trim) were at the 1,000 ppm total threshold limit concentration (TTLC), and all of the results exceeded 50 ppm, or ten times the 5 ppm soluble threshold limit concentration (STLC) so that loose paint debris must be disposed of as lead hazardous waste. Loose and peeling paints should be removed from surfaces prior to paint stripping or demolition.

6) In order to reduce the amount of lead hazardous waste, it is recommended that the demolition debris should be composited and the samples analyzed by the waste extraction test (WET) for comparison against the 5 ppm STLC. Debris exceeding the STLC must be disposed of as lead hazardous waste.

7) All of the exterior paints above 1000 ppm shall be treated as lead containing paints. Any future removal shall be performed using RRP work methods, following all applicable regulatory guidelines. 8) Any paint removal work shall follow Cal / OSHA regulations regarding trigger task activities, unless the paints are confirmed to be at or below the limit of quantification for lead content. 9) Renovation or demolition work in areas that are not specifically covered by this report shall be re-inspected prior to any disturbance of suspect materials. If the scope of work changes, please allow 24- 48 hours notice for the inspector to perform additional survey work at the site. 10) Notify the consultant 24-48 hours prior to start of any removal or abatement work to arrange for work monitoring and air sampling during the initial phase of the construction, if desired. The construction manager of the project should verify that the abatement contractor is qualified to perform the work and understands the EPA and CDPH specifications and restrictions for working on a public building. A pre job safety meeting is required. Any chemicals to be used on the project must be accompanied by a Safety Data Sheet (“SDS”) and appropriate hazard communication training for all employees at the site.

City Center Building HAZMAT ABATEMENT 02 82 13 - 29/29 Abatement

Exhibit A City of Hayward Department of Utilities & Environmental Services CONSTRUCTION & DEMOLITION DEBRIS RECYCLING STATEMENT

CONTRACTORS: All materials generated during construction and demolition must be delivered to an authorized facility to maximize recycling. Please read and sign the top half of this form. Contractors are required to submit the lower half of this form before preparing a Final Construction Report. A copy of this form will be attached to your approved plans. Project Number: ______Project Address: ______Contractor Name: ______Phone: ______Email: ______Anticipated Start/Completion Dates: ______

Check the boxes and sign below:  I understand that debris may only be removed from the project site per the requirements on the back of this form.

 If I use a roll-off container, I understand that it must be from Waste Management of Alameda County.

 I understand that if debris is not hauled by Waste Management of Alameda County1, an authorized hauler and facility must be used (see the back of this sheet for requirements).

 I understand that I am required to submit all weigh tags and other receipts indicating tons recycled and landfilled before preparing a Final Construction Report.

Contractor Signature: ______Date: ______

CONTRACTOR: Prior to preparation of the Final Construction Report, submit all weigh tags and this form documenting tons recycled or landfilled to: Mail: Department of Utilities & Environmental Services, Hayward City Hall, 777 B Street, 4th Floor, Hayward, CA 94541 Fax: 510-583-3610; Email: [email protected] Contractor Name: ______Phone: ______Email: ______Project Number: ______Project Address: ______

Tons or Cubic Yards Weigh Vehicle 1 Material 2 Name of Facility(s) 3 Tags 4 Recycled Landfilled (Y/N)

Mixed Debris

Separated Recyclable Materials (Asphalt, concrete, bricks, doors, fixtures,

cardboard, dirt, unpainted drywall& wood, pallets, scrap metal, plant debris)

Garbage Waste Management N/A (must be less than 5% recyclable material) of Alameda County

1 For “Vehicle”, please indicate one of the following: roll-off container, pick-up truck, stake-side truck, or end-dump truck. 2 Plant debris must be separated and taken to designated facility, in accordance with the Alameda County Landfill Ban of 2009. 3 If you indicated “Roll-Off” in the first column, then you must indicate “Waste Management of Alameda County” or “WMAC” as the name of the facility. 4 Weigh tags must be provided and must indicate City of Hayward as the jurisdiction of origin.

APPROVAL TO SUBMIT FINAL CONSTRUCTION REPORT

City Staff Initials: ______Date Approved: ______Exhibit A Construction & Demolition Debris Recycling Requirements

These requirements apply to all projects.  Debris must be removed either:

a. By Waste Management of Alameda County; or b. By a licensed contractor as part of the total service offered by that contractor, or c. By an authorized hauler (see below).

 Debris that is not hauled by WMAC must be loaded onto a fixed body vehicle (e.g. pick-up, stake-side, or end-dump truck) and hauled directly to an authorized facility (see below) for recycling or composting.

 Debris that is not delivered to WMAC’s Davis Street Transfer Station must be hauled to an authorized recycling facility (see below) that holds all applicable permits and can provide weigh tags and other receipts indicating tons recycled and tons landfilled.

 If the load is garbage, it must be delivered to WMAC’s Davis Street Transfer Station at 2615 Davis Street, San Leandro. A load is considered garbage if it contains less than 5% recyclable materials. o Recyclable Materials include: concrete, asphalt, brick, rock, gravel, tiles, cardboard, paper, plastic film, scrap metal, clean (untreated and unpainted) wood, unpainted drywall, carpet and soil. o Garbage includes: painted wood, painted drywall, and insulation.

OPTIONS FOR DISPOSAL of CONSTRUCTION & DEMOLITION DEBRIS:

Only WMAC is Authorized to Provide Roll-Off (Drop-Box) Service in Hayward: Waste Management of Alameda County (WMAC): 2615 Davis Street, San Leandro, CA 94577 (Roll-Off Container Orders: 510-613-8740; Self-Haul Information: 510-638-2303) Authorized Haulers and Recycling Facilities for Services other than Roll-Off (Drop-Box): Waste Management of Alameda County (WMAC): 2615 Davis Street, San Leandro, CA 94577 Ferma Corporation: 6655 Smith Ave, Newark, CA 94560; 877-337-6211 Green Waste Recovery, Inc.: 625 Charles Street, San Jose, CA 95112; 408-283-4804 Newby Island Landfill: 1601 Dixon Landing Road, San Jose, CA; 408-635-1401 Sanitary Fill Company: 501 Tunnel Avenue, San Francisco, CA 94134; Gary Foss: 415-330-1400 SRDC: 475 Seaport Blvd., Redwood City, CA 94063; 650-298-9228 Zanker Road Material Processing Facility: 675 Los Esteros Road, San Jose, CA 95134; 408-263-2384

This form and more information are available at : Hayward-CA.gov/recycleC-D For questions regarding these requirements, call 510-583-4700 or email [email protected]

requirements, asshowninthisExhibit, andasspecifiedinthe Temporary “NoParking”signsshallconformthefollowing Temporary “NoParking”Signs • • • COLOR: Redand White SIZE: 12”x18” MATERIAL: Poly-coatedcardboard NO CONSTRUCTION TIME

special provisions: DATE TOW-AWAY VEHICLES IN VIOLATION AT OWNERS EXPENSE Sample SUBJECT TO TOW XII EXHIBIT C.V.C. 22651 ZONE PARKING

C EXHIBITEXHIBIT DE CITY OF HAYWARD – DEPT. OF PUBLIC WORKS ADMINISTRATIVE CHANGE ORDER

PROJECT: A.C.O. NO.

CONTRACTOR: DATE: PROJ. No.

Upon mutual execution of this Change Order by Contractor and the City of Hayward, Contractor is hereby directed to make changes set forth below. Contractor agrees that the net change in the contract sum stipulated below shall constitute full compensation, as described under payment below, for the work required by the Change Order, including revised work schedules or changes to other contract work. Contractor further agrees that the additional contract time allotted (if any) is sufficient, and that there shall be no further time extensions or delay claims resulting from this Change Order.

Description of work to be done, estimate of quantities, and prices to be paid: Segregate between additional work at contract price, agreed price and force account. Unless otherwise stated, rates for rental of equipment cover only such time as equipment is actually used, and no allowance will be made for idle time.

Change requested by: City of Hayward

Total for this ACO #______is $______.

We, the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefor the prices shown above.

By reason of this proposed change, working days extension of time will be allowed.

ACCEPTED: Name of Contractor (Signature) Please Print Name of Signature

Date Title

APPROVED: Morad Fakhrai, Date Director of Public Works – Engineering & Transportation

EXHIBITEXHIBIT ED EXHIBIT F EXHIBIT H COH FORMER CITY HALL DEMOLITION PRELIMINARY PROJECT SCHEDULE

ID Task Name Duration Start 2019 Finish 2020 May Jun Jul Aug Sep Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sep Oct 1 CITY HALL DEMOLITION PROJECT SCHEDULE 260 days Wed 9/25/19 Tue 9/22/20 2 Phase I - Bid Phase 50 days Wed 9/25/19 Tue 12/3/19 3 Call For Bids / Advertisement 1 day Wed 9/25/19 Wed 9/25/19 9/25 4 Pre-Bid Site Walk and Conference 1 day Tue 10/8/19 Tue 10/8/19 10/8 5 Pre-Bid RFI's Due 1 day Tue 10/15/19 Tue 10/15/19 10/15 6 Addedum Deadline 1 day Tue 10/22/19 Tue 10/22/19 10/22 7 Bid Due Date / Bid Opening 1 day Tue 10/29/19 Tue 10/29/19 10/29 8 City Council Contract Approval / Award 1 day Tue 11/19/19 Tue 11/19/19 11/19 9 Contract Procurement Period 10 days Wed 11/20/19 Tue 12/3/19 10 Phase II - Preconstruction 40 days Tue 12/3/19 Mon 1/27/20 11 Notice to Proceed Preconstruction 1 day Tue 12/3/19 Tue 12/3/19 12 Design 30 days Tue 12/3/19 Mon 1/13/20 13 Permitting 10 days Tue 1/14/20 Mon 1/27/20 14 Phase III - Demolition Phase 187 days Mon 1/6/20 Tue 9/22/20 15 Notice to Proceed Demolition / Mobilization 1 day Mon 1/6/20 Mon 1/6/20 1/6 16 Site Preparation / Hazardous Materials Abatement 40 days Mon 1/6/20 Fri 2/28/20 17 Hard Demolition 120 days Mon 3/2/20 Fri 8/14/20 18 Final Site Preparation (Grading / Hydroseeding / Site Security) 20 days Mon 8/17/20 Fri 9/11/20 19 Substantial Completion 7 days Mon 9/14/20 Tue 9/22/20 20 Final Completion 1 day Tue 9/22/20 Tue 9/22/20 9/22

Task Project Summary Manual Task Start-only Deadline EXHIBIT H Split Inactive Task Duration-only Finish-only Progress Project: COH City Hall Demo Prelim Schedule.m Date: Fri 8/30/19 Milestone Inactive Milestone Manual Summary Rollup External Tasks Manual Progress Summary Inactive Summary Manual Summary External Milestone

Page 1 EXHIBIT I

City of Hayward Request for Information 777 B Street, Hayward, CA 94541 (510) 583-4768

PROJECT NAME – COH Former City Hall Demolition Project COH RFI No. XX INFORMATION REQUESTED BY DATE SENT DATE DUE

CONTRACTOR RFI NUMBER

Contact: Email: Fax No.: TITLE OF ISSUE

DRAWING REFERENCE SPECIFICATION REFERENCE

DESCRIPTION OF PROBLEM / INFORMATION NEEDED:

POTENTIAL COST IMPACT POTENTIAL SCHEDULE IMPACT

REQUESTOR= SUGGESTIONS

Date Signature of Requestor

SAMPLE RFI FORM.DOC EXHIBIT J

Asbestos Survey City Center Building for Demolition

Space Data:

Typical Floor Area: 13,756 Sq. Ft. footprint for each floor.

Positive ACM at Site: Asbestos was found in the elevator / fire rated doors, cooling tower, drywall joint compounds , vinyl sheet floor, thermal system insulation, window caulk- ings, brake shoes, skylight 22300 City Center Dr. Hayward, CA Aug-Sept 2019 glazing, all roofing / water Interior Construction Materials: proofing. If additional mate- rials are found that do not Elevator doors and fire rated doors: All of the fire rated doors and eleva- match the descriptions of tors, stairs, and mechanical spaces are positive for asbestos in the cores. the samples analyzed, call See sampling plans. Assume all fire rated doors are ACM. for additional testing. See lab reports and tables. Vinyl Sheet Floor: The vinyl sheet flooring at the rest rooms is asbestos containing in the residual cutback mastics. Minor cutback mastic remains. Abatement Specs: Walls and Ceilings: Interior drywall and joint compounds for walls and Class I, friable work rules ceilings in the remaining core areas. Asbestos was found in the drywall joint will apply to cooling tower, tape compounds in most locations. Most ceilings are removed previously. TSI and vinyl sheet floor. OSHA Class II non-friable HVAC Insulations: Remaining hard cast insulation on heated or chilled abatement regulations water pipes contains <1% asbestos. will apply to drywall com- pounds, roofing, Caulking, Elevator Mechanical: The brake shoes on the four elevators contain as- glazing putty, water proof- bestos. ing, fire doors, Transite, and floor mastics. Exterior Construction Materials: General Information:

Walls: The exterior wall materials are structural concrete, with a light tex- A survey and report are limited tured or stucco coating. The windows are secured by a neoprene gasket in nature, due to limited ac- system. The window gaskets are sealed with a caulk containing asbestos. cess and the scope of work at Window glazing above council chambers assumed to use ACM putty. the site. Call for additional site inspec- Roofing:The built up tar and felt roof membranes, #90 roll roof, and roof tions for additional materials cements all contain asbestos. that may be uncovered in the The HVAC and roof mounted mechanical equipment contain asbestos in the construction process. The AMD will require notifi- cooling tower and gaskets at pipes / fittings. cation prior to abatement or structural demolition. Waterproofing Below Grade: The as built plans indicate asbestos used Some spaces were locked and in Transite protection board and assumed to be found in membranes for not inspected. subsurface areas. Read the full report for all of the details. MDA Monte Deignan & Associates CAC 93-0879 P.O. Box 546 Larkspur, CA 94977 (415) 927-9038 Fax (415)927-9078 MDA Asbestos Survey Report This report may be copied only in its entirety.

September 23, 2019

Mr. Sammy Lo City of Hayward Public Works. 777 B Street Hayward, CA

Asbestos Survey for City Center Building 22300 City Center Drive in Hayward, California

I. INTRODUCTION This report presents our inspection and bulk sampling for asbestos containing materials (“ACM”) at the existing office building at 22300 City Center Drive. in Hayward, CA. The initial inspection was performed from July 30 to September 19, 2019. The facility consists of an eleven story office building. The primary purpose of this inspection is to identify materials, which contain asbestos, which must be removed prior to demolition of the structure. Our scope of work included an asbestos inspection consisting of visual inspection, bulk sampling, laboratory analysis, and the generation of the report findings. The inspection was performed by Mr. Monte Deignan, a Cal/OSHA certified asbestos consultant and AHERA accredited building inspector. Mr. Deignan is also a CA DPH certified lead assessor and inspector.

II. REGULATORY OVERVIEW The following oversight agencies and regulations may affect the implementation of this project as described below: Federal Agencies Environmental Protection Agency (“EPA”), National Emission Standards for Hazardous Air Pollutants (“NESHAP”) Notification 40 CFR 61 Part M • Requires notification when removal or renovation involves greater than 160 square feet or 260 linear feet of friable asbestos containing materials State Agencies / Regulations Bay Area Air Quality Management District (“BAAQMD”) or Cal Air Resources Board • Responsible for enforcement of the federal NESHAP regulations • Requires notification for removal of all friable ACM if exceeding 100 square ft. or 100 linear ft.

Monte Deignan & Associates Certified Asbestos Consultant P.O. Box 546 • Larkspur, CA 94977 • (415) 927-9038 Page 2 of 8 This report may be copied only in its entirety.

• Requires notification prior to demolition regardless of ACM amounts or presence

California Occupational Safety and Health Administration (“Cal/OSHA”) • Responsible for enforcement of Federal OSHA standards • Requires friable and non-friable ACM exceeding 100 square feet to be removed by a registered Cal/OSHA asbestos abatement contractor • Requires that contractors be licensed by the California Contractors State License Board (“CSLB”)

AB 3713 Asbestos Notification Law (Connelley Act) • Requires notification of tenants, employees, and co-owners about the presence and locations of ACM, and the potential health effects

Asbestos Real Estate Disclosure Law • California state law requires the disclosure of ACM presence during real estate transactions.

III. ASBESTOS ANALYSIS PROCEDURES Sampling Strategy The objective of bulk sampling was to determine through laboratory analysis whether suspected materials at this site contain asbestos, and if so, what type and concentrations measured in percentages. Prior to the collection of any samples, all building materials were separated into distinct areas of homogeneity. A homogeneous area represents an area delineated by functional and visual similarity. The area may be further defined by its location within the building, or the age of the material. After homogeneous areas were identified, a sufficient number of samples were collected for submittal to the laboratory for polarized light microscopy (“PLM”) analysis. Because asbestos containing materials have compositional variability, it is possible to obtain different results from samples taken from the same materials in the same building. Therefore, a homogeneous sampling area with at least one positive result will result in the entire area being designated as having asbestos containing material (“ACM”). The collection of bulk samples was based on the guidelines established by the EPA for school buildings (Asbestos Hazard Emergency Response Act (“AHERA”), 40 CFR Part 763, EPA, 1987). In addition, the ASHARA establishes guidelines for the inspection of commercial facilities. AHERA and ASHARA guidelines were used to insure the most reliable procedures for sample collection and reporting.

Monte Deignan & Associates Certified Asbestos Consultant P.O. Box 546 • Larkspur, CA 94977 • (415) 927-9038 Page 3 of 8 This report may be copied only in its entirety.

Standard sampling tools and procedures were used to obtain samples from the suspected materials. The samples were bagged and submitted to the laboratory under standard chain of custody protocols. Representative sample locations were noted on the floor plans of the building and are referenced on the chain of custody form from the laboratory, Microanalytical Laboratories of Emeryville, California. Laboratory Analysis Laboratory analysis was based on polarized light microscopy supplemented by dispersion staining to observe asbestos mineral content. For the purposes of this survey, ACM is defined as any material containing more than 1% asbestos by weight, volume, or point count. For Cal/OSHA purposes, Asbestos Containing Construction Materials (ACCM) is defined as any material with greater than 0.1% asbestos.

IV. VISUAL SURVEY FINDINGS On the mornings of July 30th and 31st, 2019 the first inspection of the facility was performed, after a brief meeting with public works contact. Samples were also collected from the remaining suspect materials found at the site. The inspection process was described and a brief walk-through was performed. The age of the building and the use of asbestos containing materials are usually related. Additional inspections were performed on Sept. 03 and Sept. 19, 2019. Most buildings from the late 1960’s used asbestos in numerous applications. Previous Abatement at the Site It appears from visual inspection that a substantial amount of the interior finishes and TSI on piping have been removed during previous asbestos abatement work. Most of the office partition walls have been removed during the previous abatement work. It appears that the floor has been bead blasted as part of the abatement operations. Most of the duct work and HVAC distribution system above the ceilings have been removed as part of the abatement work. The core areas at each floor have been left at the elevators, rest rooms, mechanical room, and stairwells. The basement and mechanical penthouse do not appear to have been as extensively abated. Walls and Structural Components The office building consists of concrete framed exterior walls with metal-framed interior walls, using a concrete foundation. Each of the floors uses a concrete slab system. The exterior walls are sheathed with window units secured with rubber neoprene gaskets. The window gaskets are sealed with caulking or sealant at the exterior face. The roof is concrete slab roof structure for the main roof and equipment room. Roofing Components The flat roof uses a built up tar and felt system finished with a rock ballast layer. The coved up sections along the perimeter use #90 mineral surface roll roofing. Roof cements are found at most of the roof jacks, vent exhausts, and patched locations. The as-built plans for the building indicates that the below grade water proofing uses asbestos containing materials, such as

Monte Deignan & Associates Certified Asbestos Consultant P.O. Box 546 • Larkspur, CA 94977 • (415) 927-9038 Page 4 of 8 This report may be copied only in its entirety.

protection board for the membrane. It should be assumed that any water proofing membrane will be asbestos containing as well. Interior Finish Components The remaining interior walls are drywall with joint compounds or plaster at core mechanical and rest room areas. The interior ceilings of the remaining rooms are drywall for lower ceilings with remnants of Celotex acoustic ceiling panels found along the perimeter walls. The flooring has been removed except for rest rooms areas, for the most part. The rest rooms use a combination of ceramic tile and vinyl sheet flooring. Minor areas of residual floor filler and mastics are noted at the different floors. The elevator lobbies use a Travertine stone facing over thin-set adhesive. The lobby level uses paver or ceramic tile for the common areas.

The former City Council chambers were inspected on the second site visit. The council chambers use a perimeter skylight system that is assumed to have asbestos in the glazing compound / putty. The inspection did not cover below grade water proofing on the foundation walls, subsurface drain lines, etc. for example. Based on review of as built plans, the below grade water proofing is specified to use asbestos. If materials are noted that appear different from the other materials listed in the sample descriptions, arrange for follow up inspections. Mechanical Systems, Utilities, etc. The mechanical and HVAC systems consist of boiler and air conditioning chillers located at the roof level mechanical room. Most of the equipment has been dismantled in a crude fashion by scavengers after the building was vacated. Gaskets used at pipe flanges have been damaged / disturbed and contain asbestos. Most of the copper wiring and piping have been removed. The heat exchangers on the different floor levels have also been opened up to access the copper pipes. The hot / chilled water pipe system uses mostly fiberglass, with some hard cast thermal system insulation (TSI) found on valves, controls, or fittings. A tan colored duct tape if found on the remaining HVAC ducts. As part of the chiller system, a cooling tower is located on the roof at the East side. A honeycomb matrix is used as part of the water cooling system in the tower. The honeycomb material has been damaged and the debris is spread around the tower assembly. The hot water boiler found in the roof area equipment room appears to have the thermal system insulation removed during previous abatement work in the building. The interior of the boiler does not appear to have additional suspect insulations. The elevators for the building consist of four elevator shafts, with a cable system to lift the cars. The elevator motor units are located in the equipment room and use brake shoes to stop the elevator cars. The brake shoes are suspect for asbestos content. The doors for the elevators at each level are fire rated and have an interior insulation material. All of the fire rated doors at stairwells and machine rooms are assumed positive for an interior ACM insulation layer. A small incinerator was noted at the roof area and the interior of the unit uses a refractory or fire brick. No other suspect insulation was noted on the incinerator at the West side of the equipment room.

Monte Deignan & Associates Certified Asbestos Consultant P.O. Box 546 • Larkspur, CA 94977 • (415) 927-9038 Page 5 of 8 This report may be copied only in its entirety.

The lighting in the building used fixtures containing fluorescent lamps. The ballasts for the lamps are suspect for PCB content. A quick review of the remaining ballasts confirms that the ballasts contain PCB and must be remediated prior to demolition. The fluorescent tubes must be recycled at the time of removal or before demolition.

Sampling of Building Materials Samples were collected from eighty-nine different building materials during the this survey. Since no other suspect asbestos materials could be found, the sampling was considered complete. All of the samples were catalogued as to location, condition, and submitted for PLM analysis. The samples were hand-delivered to the laboratory using our standard chain of custody protocols after the inspections from July 31, 2019 to September 19, 2019. An additional 5 lead samples were collected on the same date as the asbestos samples. The chipping and peeling paints at the equipment were low in lead content. The ceramic tiles were non detect for lead content. Minor abatement of chipping and peeling paints should be performed at the time of asbestos abatement in the machine or equipment room areas. The exterior paints on the structure are mostly in fair to good condition, with chipping and peeling noted only at interior machine rooms. No paint samples were collected for the purpose of waste characterization at this time, but should be performed at the time of demolition. Many of the insulation products in this building are fiberglass, which may require special handling methods to maintain exposure levels below OSHA permissible exposure limits (PEL). Construction workers are advised to minimize damaging and disturbing fiberglass insulation. All construction personnel are advised to refer to the OSHA guidelines for safe working procedures and personnel monitoring requirements when disturbing fiberglass insulation materials. The current pre-demolition requirement for a PCB assessment applies to this site. A separate report addresses the PCB testing and abatement requirements for the priority building materials. Due to the extended period of time that the building has been vacant, there is a substantial amount of debris from the temporary tenants. Some of the debris contains biological hazards from human waste, drug paraphernalia, etc. During the inspection, droppings from birds and rodents were noted in multiple areas. The openings in the elevator shafts will require temporary rails and the use of appropriate fall protection for any work in the vicinity. A number of the window units are broken and missing. Fall protection will be needed for any work near un-protected openings. Roof abatement above the equipment room will require fall protection for workers within six feet from the edge.

Monte Deignan & Associates Certified Asbestos Consultant P.O. Box 546 • Larkspur, CA 94977 • (415) 927-9038 Page 6 of 8 This report may be copied only in its entirety.

V. CONCLUSIONS Based on the visual inspection, sampling and laboratory analysis, the following results are noted: • The fire rated doors at stairs, elevators, and mechanical rooms are asbestos containing. • The honeycomb panels at the cooling tower are asbestos containing. • The vinyl sheet floorings at the rest rooms are positive for asbestos in the mastics. • The glazing compounds at the council chambers skylights are assumed ACM positive. • The roof felts, membranes, and roof cements at all roof areas are positive for asbestos. • The interior gypsum board / drywall walls are asbestos containing in the compounds. • The brake shoes for the elevator system contain asbestos. • The gaskets used on chilled / heated water pumps, valves, pipes, and flanges contain asbestos. Some disassembly will be required for existing equipment. • The hard cast thermal system insulation on hot or chilled water lines contain asbestos. • The water proofing / Transite panels below grade are assumed to contain asbestos. • The exterior caulking at the window gaskets contain asbestos at all locations. • The acoustic ceiling panels are negative for asbestos. • The interior plaster contains asbestos at the former City Council Chambers. • The stucco at exterior and soffit areas are non-detect for asbestos. • The concrete elements, tile, and thin set mastic materials were all non-detect for asbestos. • The refractory brick at the incinerator was non-detect for asbestos. • The tan colored duct tapes on HVAC ducts are non-detect for asbestos. • The remaining lights in the building are mostly fitted with fluorescent tubes or bulbs and will require recycling prior to demolition. The ballasts in the lighting fixtures shall be checked for possible PCB content, prior to demolition. A separate report for PCBs in other materials will cover PCB in priority building materials.

VI. RECOMMENDATIONS Based on the visual inspection, sampling and laboratory analysis conducted, the following recommendations apply to the materials found on this site: 1. The elevator doors and other fire doors must be abated prior to demolition of the building. It is recommended to unbolt the doors from their frames and remove intact, following all applicable regulatory guidelines.

Monte Deignan & Associates Certified Asbestos Consultant P.O. Box 546 • Larkspur, CA 94977 • (415) 927-9038 Page 7 of 8 This report may be copied only in its entirety.

2. The honeycomb matrix at the cooling tower must be abated prior to any demolition. There is substantial debris that must be collected as well. 3. The roof felts, membranes, and roof cements at all areas must be abated prior to demolition. Water proofing membranes and Transite below grade must be abated prior to demolition. 4. The window caulking must be abated prior to demolition at all window and filler panels. 5. The skylight glazing compounds at the City Council Chamber must be abated prior to demolition work. Confirmation testing is recommended when access is available. 6. The vinyl sheet flooring and floor mastics must be abated prior to demolition of the building. Any removal shall be performed using negative pressure containment, Wet methods, following all applicable regulatory guidelines. 7. The drywall compound and joint tape materials at the wall and ceiling areas contain more than 1 % asbestos. Asbestos PLM point count testing is recommended to potentially allow treating as less than 1% asbestos. The removal of the gypsum board / drywall will require the use of abatement contractors using wet methods, critical barriers, following all regulatory requirements. Notification to the AQMD and waste handling will be required for ACM. Cal / OSHA does not accept composite type of analysis, thus drywall removal will require contractors registered for asbestos related work. All drywall debris must be disposed of in leak tight containers with appropriate warning labels. Cal / OSHA regulations apply to materials with any detectable asbestos, such as this. 8. The remaining thermal system insulation on pipes/ fittings is friable asbestos. Any removal will require Cal / OSHA friable Class I work practices, with negative pressure containment, wet methods, worker training, and proper disposal. 9. The elevator brake shoes must be removed prior to demolition. Mechanical disassembly is the recommended method for removal to keep the materials as non-friable. 10. The acoustic panels, concrete, stucco / plaster / masonry, duct tapes, and tile materials in the buildings do not require any asbestos abatement work / removal. 11. Notification to the BAAQMD is required for the regulated asbestos containing materials found in the building. An additional notification is required for the demolition of the building. 12. All of the fluorescent tubes shall be collected for recycling. All ballasts shall be remediated due to PCB content. 13. Notify the asbestos consultant to arrange for additional sampling if different types of flooring or roofing products are discovered during the course of the demolition. Any chemicals to be used on the project must be accompanied by a Safety Data Sheet (“SDS”) and appropriate hazard communication training for all employees at the site.

Monte Deignan & Associates Certified Asbestos Consultant P.O. Box 546 • Larkspur, CA 94977 • (415) 927-9038 Page 8 of 8 This report may be copied only in its entirety.

VII. LIMITATIONS OF LIABILITY The work and resulting recommendations for this survey are in accordance with generally accepted building survey practices and the AHERA protocols for asbestos inspections. The report generators provide no other guarantees, either expressed or implied. Conclusions and recommendations presented in issued reports are qualitative judgments based on the prevailing regulations affecting the scope of this work at the time of the inspection of the particular building(s). The scope of work was limited to the visible and accessible parts of the building, limited sampling analysis, and data review. The client recognizes that site conditions or access may vary from those encountered at the time of the inspection, and that changing conditions may cause us to alter our recommendations. We have attempted to view as much of the building as possible, without opening hidden areas, removing all of the ceiling panels, or damaging existing property. If conditions or situations occur that expose these non-inspected areas, we will be glad to continue our inspection at that time for those locations. This report is for the express use of the client for whom it was prepared, and is not intended for use by third parties. The authors of this report will not be responsible for interpretation or sue by third parties of any of the information contained in this report. The building survey for asbestos is intended to provide an initial assessment of asbestos containing material at specific locations, and may not be valid at other locations or for other unique materials. Additional site evaluations could result in information that would lead us to revise our conclusions and recommendations. If any doubts exist, call for additional inspections or testing. Respectfully submitted,

Monte Deignan CAC 93-0879

Monte Deignan & Associates Certified Asbestos Consultant P.O. Box 546 • Larkspur, CA 94977 • (415) 927-9038 Construction Materials / Interior Locations July 29, 2019 Survey for Hayward City Center Building Environmental Hazard Materials 22300 City Center Drive Hayward, CA

Photo 1

The remaining drywall contains more than 1% The elevator door cores and fire door cores at The concrete slabs, concrete block, and asbestos in the joint compounds. Ceramic tile stairs and mechanical spaces contain asbes- cast columns are all non detect for as- is non-detect for lead and asbestos content. tos. The remnants of the HVAC system have bestos. The concrete floors have been Lighting ballasts in all older fluorescent fixtures been abated in most areas. Minor amounts of cleaned to a high degree. Vinyl sheet are PCB containing. hard cast insulation were found to be asbes- flooring has tested positive for asbestos Window glazing gaskets are neoprene rubber tos containing. The duct tapes at HVAC sheet in older black mastics. and were not tested for asbestos. The PCB metal were non detect for asbestos. testing of the gaskets is pending. Construction Materials / Chambers Location Sept. 03, 2019 Survey for Hayward City Center Building Environmental Hazard Materials 22300 City Center Drive Hayward, CA

Photo 2

The skylights at the perimeter ceilings use a The remaining stucco or plaster contains The concrete slab is non detect for as- glazing compound that is assumed to contain asbestos. The remnants of the HVAC system bestos. The concrete floors have been asbestos. The PCB testing of the gaskets on the have been abated in most areas. cleaned to a high degree. Most traces metal framed windows is positive for PCB above of older flooring has been removed prior 50 ppm and will require abatement. to this inspection. Construction Materials / Exterior Locations July 29, 2019 Survey for Hayward City Center Building Environmental Hazard Materials 22300 City Center Drive Hayward, CA

Photo 3

The built up roof membranes and roof The concrete columns are coated with a tex- Window glazing caulking / sealants cements all contain asbestos. tured elastomeric finish coat. The soffits use a contain asbestos. The neoprene The cooling tower structure contains traditional 3 layer exterior stucco. The concrete, window gaskets contain PCB asbestos in poor condition. The elevator finish coat, and exterior stucco are non detect at some locations. The exterior brake shoes at the equipment room all for asbestos. expansion joint at grade level are contain asbestos. Remaining gaskets on PCB containing. HVAC plumbing contain asbestos. Construction Materials / Mech Equipt. Room July 31, 2019 Survey for Hayward City Center Building Environmental Hazard Materials 22300 City Center Drive Hayward, CA

Photo 4

Most of the equipment has been dismantled by scaven- The elevator brake shoes at the The interior walls are drywall with joint tape gers at the site. Many of the components are scattered equipment room all contain asbes- compounds. The drywall compounds are and mixed in with other debris. The remaining fluores- tos. Remaining gaskets on HVAC positive for asbestos. Abatement will be cent lights have ballasts that appear to contain PCB. plumbing contain asbestos. required prior to demolition. Any remaining lamps and ballasts must be abated prior to demolition. Construction Materials / Mech Equipt. Room July 31, 2019 Survey for Hayward City Center Building Environmental Hazard Materials 22300 City Center Drive Hayward, CA

Photo 5

The remaining fluorescent lights have ballasts that The vacant status of the building has The remaining gaskets on HVAC appear to contain PCB. allowed for birds and rodents to occupy the plumbing contain asbestos. Any remaining lamps and ballasts must be abated prior space for some time. Workers must use Most of the equipment has been to demolition. proper PPE for the various hazards found dismantled by scavengers at the The interior walls are drywall with joint tape compounds. at the site. site. Many of the components are The drywall compounds are positive for asbestos. Abate- scattered and mixed in with other ment will be required prior to demolition. debris. Construction Materials / Roof Locations July 31, 2019 Survey for Hayward City Center Building Environmental Hazard Materials 22300 City Center Drive Hayward, CA

Photo 6

The built up roof felts, #90 roll roof, and The concrete walls / columns are coated The cooling tower structure con- roof cements all contain asbestos. with a stucco finish coat. The exterior of the tains asbestos in poor condition. All of the roof membranes must be mechanical penthouse uses a traditional The elevator brake shoes at the treated as asbestos containing materi- 3 layer exterior stucco. The concrete and equipment room all contain asbes- al. Abatement will be required prior to stucco are non detect for asbestos. tos. Remaining gaskets on HVAC demolition. plumbing contain asbestos. MDA Asbestos Containing Materials Groups Hayward Public Works Site: 22300 City Center Drive, Hayward CA Initial Asbestos Abatement Results Date: August-Sept. 2019 Group Materials to be abated prior to demolition Amounts

Drywall & All of the older gypsum board and joint compounds are considered as asbestos containing construction materials (ACCM) 30,000 to Joint Tape Removal will require use of critical barriers or containment to control dust and debris. The work must be performed by qualified 50,000 SF abatement contractors using an on-site AHERA supervisor. The waste shall be packaged to comply with Cal / OSHA requirements Com- verify in pounds for ACM over 1% asbestos. Cal / OSHA does not accept composite sampling of drywall materials. The drywall is to be abated prior to any demolition work on the structure. At less than 1% the drywall is not classified by NESHAPS regulations. If the drywall is left in field place for demolition, the demolition contractor must be Cal / OSHA registered for asbestos related work. All debris from the demoli- tion would then need to be treated as asbestos waste. It is not recommended to leave in place for demolition. Some of the fire rated walls consist of multiple layers. Contractors and bidders must verify quantities for themselves.

Roof Felts The roll roof and built up roof felts contain from 5% to % asbestos. The roof cement contains % asbestos. These materials 14,000 SF & Roof are Cal / OSHA Class II non- friable. Any removal will require abatement using hand tools, wet methods, and proper disposal of at roofs. Cements debris. Intact roof cement is classified as NESHAPS Category 1, non friable. Below grade water proofing is assumed ACM.

Cooling The honeycomb panels contain 5% asbestos. This material is friable. The cooling tower asbestos removal will require abatement 1 Unit & Tower using mechanical disassembly, wet methods, HEPA vacuum, and proper disposal of debris. The damaged filter material is classified Debris as NESHAPS friable material.

Brake Elevator brake shoes contain 15% asbestos. These materials are NESHAPS Category 1, non friable. These materials are Cal / 8 Units Shoes OSHA Class II non- friable. Any removal will require abatement using hand tools, wet methods, and proper disposal of debris.

Caulk @ Exterior caulking / sealants contain 5 % asbestos. These materials are considered as non-friable for both NESHAPS and Cal / 900 Units Windows OSHA. Any removal will require abatement using regulated work area, wet methods, HEPA vacuum, and proper disposal of debris. The access to the sealants may require removal of the windows from the interior.

Fire Doors Elevator doors at each floor and all other fire rated doors contain 25-3% asbestos. These materials are Cal / OSHA Class 1 friable. 70-100 Any removal will require abatement using critical barriers / containment, wet methods, HEPA vacuum, and proper disposal of debris. Units Intact removal is classified as NESHAPS, non friable. See full report for recommendations.

Comments / Notes : The quantities or units listed under the amounts heading are approximate. The NESHAPS categories may change, if different abatement practices are used. The contractor shall verify amounts during a site visit. Please refer to the complete report for ad- ditional information about this project. nit prices for intact removal are difficult to quote. This list covers the major materials / components. Other materials such as TSI, floor mastics,plaster, and gaskets contain asbestos. Refer to the full report for complete listings. Building Inspection Materials Listing MDA

Hayward City Center Tower Building 22300 City Center Drive Hayward, CA Date : July 30 to Sept 03, 2019 Inspector: Monte Deignan Page 1 of 10

Sample # Material Description Locations Quantity Asbestos % Recommendations

CCT-01 4" x 6" Ceramic Tile, White Restrm @11th Not Applic. None Detected No abatement removal work required

CCT-02 3/4" x 2" Ceramic Tile, Gray Restrm @11th Not Applic. None Detected No abatement removal work required

CCT-03 Interior Plaster, Gray Restrm @11th Not Applic. None Detected No abatement removal work required

CCT-04 Void

CCT-05 Drywall and Joint Compounds Stairs @11th Note 1 Gyp: ND Comp:2% Abate following Class II regulations if disturbed

CCT-06 Drywall and Joint Compounds Jan. @11th Note 1 Gyp: ND Comp:2% Abate following Class II regulations if disturbed

CCT-07 Fire Door Core, White Stairs @11th Note 2 25% Asbestos Abate following Friable regulations if disturbed

CCT-08 Interior Plaster, Gray Restrm @11th Not Applic. None Detected No abatement removal work required

CCT-09 Thinset Tile Mastic, White Restrm @11th Not Applic. None Detected No abatement removal work required

CCT-10 Floor Tile Mastic, Black 11th @ East Not Applic. None Detected No abatement removal work required

Comments / Notes : Note 1: The drywall wall and ceilings at the interior are finished with a tape / joint compound that contains < 1% asbestos in one or more locations. The compound contains 2% asbestos, thus classified as ACM. Cal / OSHA regulations will require wet methods, prompt clean up of debris, employee train- ing, and exposure monitoring. The debris is not classified as a hazardous waste under DTSC regulations, if point counting is performed. Notification to BAAQMD may be avoided, if point counting of PLM result is less than 1%. See the full report for additional details. Building Inspection Materials Listing MDA

Hayward City Center Tower Building 22300 City Center Drive Hayward, CA Date : July 30 to Sept 03, 2019 Inspector: Monte Deignan Page 2 of 10

Sample # Material Description Locations Quantity Asbestos % Recommendations

CCT-11 Acoustic Ceiling Panel, White Restrm @11th Not Applic. None Detected No abatement removal work required

CCT-12 Vinyl Sheet Floor, Gray Restrm @11th Note 3 Flr. Mastic: 5% Abate following Class II regulations if disturbed

CCT-13 Cooling Tower Filter, White Roof Level All 45% Asbestos Abate following Friable regulations if disturbed

CCT-14 Exterior Plaster, Gray Equipt. Room Not Applic. None Detected No abatement removal work required

CCT-15 Roof Walking Pad, Black Main Roof Not Applic. None Detected No abatement removal work required

CCT-16 Built up Tar and Felt Roof Main Roof All 5% Asbestos Abate following Class II regulations if disturbed

CCT-17 Roof Cement, Gray Main Roof All 7% Asbestos Abate following Class II regulations if disturbed

CCT-18 Rigid Foam Insulation, Tan Main Roof Not Applic. None Detected No abatement removal work required

CCT-19 Exterior Plaster, Gray Equipt. Room Not Applic. None Detected No abatement removal work required

CCT-20 Exterior Plaster, Gray Equipt. Room Not Applic. None Detected No abatement removal work required

Comments / Notes : Note 2: The fire rated doors at stairs, elevators, machine rooms contain a core of asbestos. If the door unit is intact, the removal shall consist of label- ing and packaging according to non friable asbestos regulations. If the doors are damaged, the removal work is considered as friable class 1 abate- ment. Where possible keep the doors intact. See the full report for additional details. Note 3: Residual floor mastic was found below the vinyl sheet floor in this location, The VSF is not positive for asbestos. Building Inspection Materials Listing MDA

Hayward City Center Tower Building 22300 City Center Drive Hayward, CA Date : July 30 to Sept 03, 2019 Inspector: Monte Deignan Page 3 of 10

Sample # Material Description Locations Quantity Asbestos % Recommendations

CCT-21 #90 Roll Roof, Gray Main Roof All 25% Asbestos Abate following Class II regulations if disturbed

CCT-22 Roof Membrane, Gray Equipt. Roof All 70% Asbestos Abate following Class II regulations if disturbed

CCT-23 Concrete, Gray Equipt. Room Not Applic. None Detected No abatement removal work required

CCT-24 Built up Tar and Felt Roof Main Roof All None Detected Abate following Class II regulations if disturbed

CCT-25 Built up Tar and Felt Roof Main Roof All None Detected Abate following Class II regulations if disturbed

CCT-26 Roof Cement, Gray Main Roof All 20% Asbestos Abate following Class II regulations if disturbed

CCT-27 Fire Brick, Tan Incinerator Not Applic. None Detected No abatement removal work required

CCT-28 Elevator Brake Shoe, Gray Equipt. Room All 15% Asbestos Abate following Class II regulations if disturbed

CCT-29 HVAC Gasket, Gray Equipt. Room Note 4 70% Asbestos Abate following Class II regulations if disturbed

CCT-30 Vibration Isolator Fabric, Blk. Equipt. Room Not Applic. None Detected No abatement removal work required

Comments / Notes : Note 4: Gaskets are used for HVAC conditioned water pipes in the machine room and all other locations. Some of the gaskets are removed and dam- aged, due to scavanger activity. The intact gaskets at chillers, boilers, pipes, flanges, fittings will require removal / abatement of the gaskets prior to demolition. Building Inspection Materials Listing MDA

Hayward City Center Tower Building 22300 City Center Drive Hayward, CA Date : July 30 to Sept 03, 2019 Inspector: Monte Deignan Page 4 of 10

Sample # Material Description Locations Quantity Asbestos % Recommendations

CCT-31 Drywall and Joint Compounds Closet @9th Note 1 Gyp: ND Comp: 4% Abate following Class II regulations if disturbed

CCT-32 Concrete Column, Gray 9th Floor Not Applic. None Detected No abatement removal work required

CCT-33 Fire Door Core, White Stairs @9th Note 2 25% Asbestos Abate following Friable regulations if disturbed

CCT-34 Floor Tile Mastic, Black 9th Flr. @ NE Note 3 2% Asbestos Abate following Class II regulations if disturbed

CCT-35 Cove Base / Mastic, Tan 9th Flr. @ NE Not Applic. None Detected No abatement removal work required

CCT-36 Drywall and Joint Compounds Elec @ 5th Note 1 Gyp: ND Comp: 3% Abate following Class II regulations if disturbed

CCT-37 Vinyl Sheet Floor, Gray Restrm @ 5th Note 3 Flr. Mastic: 3% Abate following Class II regulations if disturbed

CCT-38 Flooring Membrane, Gray Stairs @9th Not Applic. None Detected No abatement removal work required

CCT-39 Fire Door Core, White Elev @ Lobby Note 2 30% Asbestos Abate following Friable regulations, if disturbed

CCT-40 Fire Door Core, White Elev @ 4th Note 2 30% Asbestos Abate following Friable regulations, if disturbed

Comments / Notes : Note 2: The fire rated doors at stairs, elevators, machine rooms contain a core of asbestos. If the door unit is intact, the removal shall consist of label- ing and packaging according to non friable asbestos regulations. If the doors are damaged, the removal work is considered as friable class 1 abate- ment. Where possible keep the doors intact. See the full report for additional details. Note 3: Residual floor mastic was found below the vinyl sheet floor in this location, The VSF is not positive for asbestos. Building Inspection Materials Listing MDA

Hayward City Center Tower Building 22300 City Center Drive Hayward, CA Date : July 30 to Sept 03, 2019 Inspector: Monte Deignan Page 5 of 10

Sample # Material Description Locations Quantity Asbestos % Recommendations

CCT-41 Fire Door Core, White Elev @ 6th Note 2 30% Asbestos Abate following Friable regulations, if disturbed

CCT-42 Thermal Sys. Insul., White Above Lobby All None Detected Abate following Friable regulations, if disturbed

CCT-43 Interior Plaster, White Elev Lobby Not Applic. None Detected No abatement removal work required

CCT-44 Interior Plaster, White Elev Lobby Not Applic. None Detected No abatement removal work required

CCT-45 Interior Plaster, White Elev Lobby Not Applic. None Detected No abatement removal work required

CCT-46 1/2" Paver Tile, Brown Lobby Not Applic. None Detected No abatement removal work required

CCT-47 1/2" Paver Tile, Brown Lobby Not Applic. None Detected No abatement removal work required

CCT-48 1/2" Paver Tile, Brown Lobby Not Applic. None Detected No abatement removal work required

CCT-49 Ceramic Tile, Gray Rest Rm @ 1 Not Applic. None Detected No abatement removal work required

CCT-50 HVAC Duct Tape, Tan Above Lobby Not Applic. None Detected No abatement removal work required

Comments / Notes : Note 2: The fire rated doors at stairs, elevators, machine rooms contain a core of asbestos. If the door unit is intact, the removal shall consist of label- ing and packaging according to non friable asbestos regulations. If the doors are damaged, the removal work is considered as friable class 1 abate- ment. Where possible keep the doors intact. See the full report for additional details. Note 3: Residual floor mastic was found below the vinyl sheet floor in this location, The VSF is not positive for asbestos. Building Inspection Materials Listing MDA

Hayward City Center Tower Building 22300 City Center Drive Hayward, CA Date : July 30 to Sept 03, 2019 Inspector: Monte Deignan Page 6 of 10

Sample # Material Description Locations Quantity Asbestos % Recommendations

CCT-51 HVAC Duct Tape, Tan Above Lobby Not Applic. None Detected No abatement removal work required

CCT-52 Thermal Sys. Insul., White Above Lobby All < 1% Asbestos Abate following Friable regulations, if disturbed

CCT-53 Thermal Sys. Insul., White Above Lobby All < 1% Asbestos Abate following Friable regulations, if disturbed

CCT-54 Drywall and Joint Compounds Basement Note 1 Gyp: ND Comp: 5% Abate following Class II regulations if disturbed

CCT-55 Interior Plaster, White Elev Lobby Not Applic. None Detected No abatement removal work required

CCT-56 Concrete Column, Gray Basement Not Applic. None Detected No abatement removal work required

CCT-57 HVAC Duct Tape, Tan Basement Not Applic. None Detected No abatement removal work required

CCT-58 Fire Door Core, White Basement Note 2 None Detected Abate following Friable regulations, if disturbed

CCT-59 Wall Mortar, Gray Basement Not Applic. None Detected No abatement removal work required

CCT-60 Concrete Block, Gray Basement Not Applic. None Detected No abatement removal work required

Comments / Notes : Note 1: The drywall wall and ceilings at the interior are finished with a tape / joint compound that contains < 1% asbestos in one or more locations. The compound contains 2% asbestos, thus classified as ACM. Cal / OSHA regulations will require wet methods, prompt clean up of debris, employee train- ing, and exposure monitoring. The debris is not classified as a hazardous waste under DTSC regulations, if point counting is performed. Notification to BAAQMD may be avoided, if point counting of PLM result is less than 1%. See the full report for additional details. Building Inspection Materials Listing MDA

Hayward City Center Tower Building 22300 City Center Drive Hayward, CA Date : July 30 to Sept 03, 2019 Inspector: Monte Deignan Page 7 of 10

Sample # Material Description Locations Quantity Asbestos % Recommendations

CCT-61 Wall Mortar, Gray Basement Not Applic. None Detected No abatement removal work required

CCT-62 Carpet Mastic / Filler Basement, W Not Applic. None Detected No abatement removal work required

CCT-63 Concrete Slab, Gray 4th Floor, SW Not Applic. None Detected No abatement removal work required

CCT-64 Concrete Block, Gray 4th Floor, Mid Not Applic. None Detected No abatement removal work required

CCT-65 Cove Base / Mastic, Brown 4th Flr. @ SW Not Applic. None Detected No abatement removal work required

CCT-66 3/4" x 2" Ceramic Tile, Gray Restrm @4th Not Applic. None Detected No abatement removal work required

CCT-67 Acoustic Ceiling Panel, White 4th Flr. @ N Not Applic. None Detected No abatement removal work required

CCT-68 Concrete Block, Gray 3rd Floor, Mid Not Applic. None Detected No abatement removal work required

CCT-69 Acoustic Ceiling Panel, White 3rd Flr. @ S Not Applic. None Detected No abatement removal work required

CCT-70 Concrete Column, Gray 3rd Flr. @ E Not Applic. None Detected No abatement removal work required

Comments / Notes : Note 1: The drywall wall and ceilings at the interior are finished with a tape / joint compound that contains < 1% asbestos in one or more locations. The compound contains 2% asbestos, thus classified as ACM. Cal / OSHA regulations will require wet methods, prompt clean up of debris, employee train- ing, and exposure monitoring. The debris is not classified as a hazardous waste under DTSC regulations, if point counting is performed. Notification to BAAQMD may be avoided, if point counting of PLM result is less than 1%. See the full report for additional details. Building Inspection Materials Listing MDA

Hayward City Center Tower Building 22300 City Center Drive Hayward, CA Date : July 30 to Sept 03, 2019 Inspector: Monte Deignan Page 8 of 10

Sample # Material Description Locations Quantity Asbestos % Recommendations

CCT-71 Concrete Column, Gray 3rd Flr. @ E Not Applic. None Detected No abatement removal work required

CCT-72 Exterior Coating/ Stucco, Tan Lobby @ E Not Applic. None Detected No abatement removal work required

CCT-73 Exterior Coating/ Stucco, Tan Lobby @ N Not Applic. None Detected No abatement removal work required

CCT-74 Exterior Coating/ Stucco, Tan Lobby @ S Not Applic. None Detected No abatement removal work required

CCT-75 Exterior Stucco, Brown / Gray Soffit @ E Not Applic. None Detected No abatement removal work required

CCT-76 3/4" x 2" Ceramic Tile, Gray Restrm @4th Not Applic. None Detected No abatement removal work required

CCT-77 Acoustic Ceiling Panel, White 4th Flr. @ N Not Applic. None Detected No abatement removal work required

CCT-78 Concrete Block, Gray 3rd Floor, Mid Not Applic. None Detected No abatement removal work required

CCT-79 Acoustic Ceiling Panel, White 3rd Flr. @ S Not Applic. None Detected No abatement removal work required

CCT-80 Concrete Column, Gray 3rd Flr. @ E Not Applic. None Detected No abatement removal work required

Comments / Notes : Note 1: The drywall wall and ceilings at the interior are finished with a tape / joint compound that contains < 1% asbestos in one or more locations. The compound contains 2% asbestos, thus classified as ACM. Cal / OSHA regulations will require wet methods, prompt clean up of debris, employee train- ing, and exposure monitoring. The debris is not classified as a hazardous waste under DTSC regulations, if point counting is performed. Notification to BAAQMD may be avoided, if point counting of PLM result is less than 1%. See the full report for additional details. Building Inspection Materials Listing MDA

Hayward City Center Tower Building 22300 City Center Drive Hayward, CA Date : July 30 to Sept 03, 2019 Inspector: Monte Deignan Page 9 of 10

Sample # Material Description Locations Quantity Asbestos % Recommendations

CCT-101 Concrete Slab, Gray Council Ch. Not Applic. None Detected No abatement removal work required

CCT-102 Cove Base / Mastic, Brown Council Ch. Not Applic. None Detected No abatement removal work required

CCT-103 Interior Plaster, Gray Council Ch. All < 1% Asbestos Abate following Class II regulations, if disturbed

CCT-104 Travertine Stone, Tan Elev @ Lobby Not Applic. None Detected No abatement removal work required

CCT-105 Window Caulking, Brown 3rd Flr. @ N Note 5 < 1% Asbestos Abate following Class II regulations, if disturbed

CCT-106 Wall Compound, Beige 3rd Flr. @ N Not Applic. None Detected No abatement removal work required

Comments / Notes : Note 1: The drywall wall and ceilings at the interior are finished with a tape / joint compound that contains < 1% asbestos in one or more locations. The compound contains 2% asbestos, thus classified as ACM. Cal / OSHA regulations will require wet methods, prompt clean up of debris, employee train- ing, and exposure monitoring. The debris is not classified as a hazardous waste under DTSC regulations, if point counting is performed. Notification to BAAQMD may be avoided, if point counting of PLM result is less than 1%. See the full report for additional details. Building Inspection Materials Listing MDA

Hayward City Center Tower Building 22300 City Center Drive Hayward, CA Date : July 30 to Sept 03, 2019 Inspector: Monte Deignan Page 10 of 10

Sample # Material Description Locations Quantity Asbestos % Recommendations

CCT-301 Wall Coating, White 3rd Flr. @ N Not Applic. None Detected No abatement removal work required

CCT-302 Window Caulking, Black / Wh. 3rd Flr. @ W Note 5 5% Asbestos Abate following Class II regulations, if disturbed

CCT-303 Window Caulking, Black / Wh. 5th Flr. @ NE Note 5 5% Asbestos Abate following Class II regulations, if disturbed

CCT-304 Interior Plaster, Gray 5th Flr. @ E Not Applic. None Detected No abatement removal work required

CCT-305 Window Caulking, Black / Wh. 6th Flr. @ N Note 5 < 1% Asbestos Abate following Class II regulations, if disturbed

CCT-306 Window Caulking, Black / Wh. 8th Flr. @ N Note 5 < 1% Asbestos Abate following Class II regulations, if disturbed

CCT-307 Wall Coating, White 3rd Flr. @ N Not Applic. None Detected No abatement removal work required

CCT-308 Window Caulking, Black / Wh. 11th Flr. @ SE Note 5 < 1% Asbestos Abate following Class II regulations, if disturbed

CCT-309 Wall Coating, White 11th Flr. @ W Not Applic. None Detected No abatement removal work required

No Sample Window / Skylight Glazing Council Ch. All Assumed Positive Abate following Class II regulations, if disturbed

No Sample Transite at Planter /Foundation Sub Grade All Assumed Positive Abate following Class II regulations, if disturbed

No Sample Water Proofing @Foundation Sub Grade All Assumed Positive Abate following Class II regulations, if disturbed

Comments / Notes : Note 5: The window caulking sealant is found at the exterior of all of the windows and blank filler panels at all elevations of the building. The number of window panels is approximately 900 units. The sealant must be removed using the same process as for non friable roof cements. The glass panels may need to be removed to access the caulking from the interior. See the full report for additional details. CCT-103 Glazing CCT-42 CCT-44 CCT-47 CCT-52 CCT-46 City Center Building Plaster Compounds TSI Plaster Flr. Tile TSI Flr. Tile Hayward, CA Asbestos Survey Lobby Level Aug 31-Sept 03, 2019

Legend of Materials Vinyl Floor Tile Vinyl Sheet Floor

CCT-43 Plaster Sample Site CCT-104 Positive Site Travertine

Photo Site #

CCT-39 Elev. Doors

CCT-45 Plaster This floor plan is based on older

Ph. 2 as-built plans. Dimensions and layout are not exact. Confirm all details and amounts in field

CCT-101 CCT-102 CCT-50, 51 CCT-49 CCT-48 CCT-53 Concrete Cove Base D. Tape Cer. Tile Flr. Tile TSI

MDA

Monte Deignan & Associates Certified Asbestos Consultants Larkspur, CA City Center Building CCT-36 CCT-37 PCC-07 CCT-38 Hayward, CA Drywall Vin Sht. Flr. W. Gasket Floor Fifth Floor Asbestos Survey July 31, 2019

175'-0"174'-10"

Legend of Materials Drywall, ACM Vinyl Sheet Floor

Sample Site Positive Site

Photo Site # 14'-4" 14'-6" 74'-5" 75'-0" Mech Room Elev. 18'-1"

18'-0" Rest Rest 16'-9"16'-8 7/8" This floor plan is based Room Room on older as-built plans. Dimensions and layout are not exact. Confirm all details and

75'-6"75'-4 1/4" amounts in field.

MDA

Monte Deignan & Associates Certified Asbestos Consultants Larkspur, CA City Center Building CCT-33 CCT-31 CCT-32 CCT-34 CCT-35 Hayward, CA Fire Door Drywall Conc. Mastic C. Base Ninth Floor Asbestos Survey July 31, 2019

175'-0"174'-10"

Legend of Materials Drywall, ACM Vinyl Sheet Floor

Sample Site Positive Site

Photo Site # 14'-4" 14'-6" 74'-5" 75'-0" Mech Room Elev. 18'-1"

18'-0" Rest Rest 16'-9"16'-8 7/8" This floor plan is based Room Room on older as-built plans. Dimensions and layout are not exact. Confirm all details and

75'-6"75'-4 1/4" amounts in field.

PCC-03 Mastic MDA

Monte Deignan & Associates Certified Asbestos Consultants Larkspur, CA City Center Building CCT-07 CCT-12 PCC-01 Hayward, CA Fire Door Vin. Sheet Flr. Mastic Eleventh Floor PCC-02 CCT-11 CCT-06 CCT-09 CCT-10 CCT-05 W. Gasket Acoustic Tile Drywall Thinset Mastic Drywall Asbestos Survey July 31, 2019

175'-0"174'-10"

Legend of Materials Drywall, ACM Vinyl Sheet Floor

Sample Site Positive Site

Photo Site # 14'-4" 14'-6" 74'-5" 75'-0" Mech Room Elev. 18'-1"

18'-0" Rest Rest 16'-9"16'-8 7/8" This floor plan is based Room Room on older as-built plans. Dimensions and layout are not exact. Confirm all details and

75'-6"75'-4 1/4" amounts in field.

CCT-01 CCT-03 CCT-08 Cer. Tile. Plaster Plaster MDA CCT-02 Cer. Tile. Monte Deignan & Associates Certified Asbestos Consultants Larkspur, CA CCT-27 CCT-19 CCT-22 CCT-23 CCT-29 CCT-14 CCT-15 CCT-16 City Center Building Fire Br. Stucco Roof Felt Conc. Gasket Stucco Roof Pad BU Roof Hayward, CA CCT-17 Roof Level Roof Cem Asbestos Survey CCT-18 July 31, 2019 Foam Ins.

Legend of Materials Vinyl Floor Tile Cooling Vinyl Sheet Floor Tower Sample Site Positive Site

Photo Site #

Elev Stairs Equipt. Telecom Equipt. This floor plan is based on older HVAC as-built plans. Equipt. Dimensions and layout are not exact. Confirm all details and amounts in field

CCT-25 BU Roof

CCT-26 CCT-20 CCT-30 CCT-28 CCT-24 CCT-21 CCT-13 Roof Cem Stucco Vib. Iso. Brake BU Roof #90 Roof Filter

MDA

Monte Deignan & Associates Certified Asbestos Consultants Larkspur, CA

PCB Testing Summary City Center Building for Demolition

Space Data:

Typical Floor Area: 13,756 Sq. Ft. footprint at each floor. 100 window units at each level from 3rd to 11th floor.

PCB Results at Site: PCB above 50 ppm in: Rubber window gaskets, caulking at windows, ex- pansion joints at plaza and floor mastic at the base- 22300 City Center Dr. Hayward, CA Aug-Sept 2019 ment Office Tower Building: Abatement Specs: Priority Building Materials Tested: Black or dark brown rubber gaskets PCB abatement or reme- at concrete and metal window frames, expansion joints at exterior, black diation is reuired for the colored caulk at exterior applications, brown cutback mastic at floors, and gaskets, caulking, expan- yellow / white fiberglass insulation at AC or TSI. sion joints, and floor mas- tics materials tested in July- Window Caulk and Gaskets: Sept. 2019. Earlier reports covering lighting ballasts Windows at each level: Black or dark brown rubber gaskets at concrete and other PCB suspect and metal window frames found at least one positive sample. The black materials will still apply. caulk at window exterior contains 5% asbestos in all samples. Abate all prior Electrical transformers to demolition. were not tested on site and may require additional as- Expansion Joints: sessments.

Exterior tile paving at Plaza and lower levels: The expansion joints con- tain substantial levels at all tested locations. Adjacent porous tile and mortar shall be removed at the same time as PCB contaminated.

Residual Floor Mastics: General Information: The PCB survey report was Remaining cutback mastics at the basement: The remnants of an older performed following the floor tile installation have left a section of cutback mastic with PCB above 50 BASMAA Applicant package ppm, thus reuiring abatement. program. Call for additional site inspec- tions for additional materials Thermal System Insulation: that may be uncovered in the construction process. Remaining insulation on mechanical systems: The hard cast TSI on pipes and fittings are positive for 1 asbestos and will be abated. The efer to the full report fiberglass insulation remaining on hot water and AC pipes are non detect document for specific areas for PCB. / locations of abatement and removal of PCB materials.

MDA Monte Deignan & Associates Environmental Consulting P.O. Box 546 Larkspur, CA 94977 (415) 927-9038 Fax (415)927-9078 MDA Environmental Survey Report This report may be copied only in its entirety.

September 23, 2019

Mr. Sammy Lo City of Hayward Public Works. 777 B Street Hayward, CA

PCB Survey for City Center Tower Building 22300 City Center Drive in Hayward, California

I. INTRODUCTION This report presents our inspection and bulk sampling for polychlorinated biphenyls (“PCB”) at the existing City Center Building at 22300 City Center Drive in Hayward, CA. The initial inspection was performed on July 30-31, 2019. Additional inspections were performed in September 2019. The facility consists of an eleven story office building, which has been vacant for a number of years. The primary purpose of this inspection is to identify materials, which contain PCB, which must be removed prior to demolition of the structure. Our scope of work included an PCB inspection consisting of visual inspection, bulk sampling, laboratory analysis, and the generation of the report findings. The inspection was performed by Mr. Monte Deignan, a Cal/OSHA certified asbestos consultant and AHERA accredited building inspector. Mr. Deignan is also a CA DPH certified lead assessor and inspector. There are currently no certification requirements for PCB inspectors.

II. REGULATORY OVERVIEW The following oversight agencies and regulations may affect the implementation of this project as described below: Federal Agencies Building materials containing PCBs at or above 50 ppm that were manufactured using PCBs fall under the category of PCB material / waste. Such materials typically include: joint sealants, caulk, window / door gaskets, mastics, insulation, etc. Refer to Code of Federal Regulations (CFR) 761.3 for a more detailed definition of PCB bulk product wastes. • Disposal of PCB wastes are subject to Toxic Substances Control Act (TSCA) requirement, such as manifesting of the waste for transportation and disposal. Refer to 40 CFR 761 and 40 CFR 761, subpart K.

Monte Deignan & Associates Environmental Consulting P.O. Box 546 • Larkspur, CA 94977 • (415) 927-9038 Page 2 of 7 This report may be copied only in its entirety.

• Building materials such as concrete, brick, and metal contaminated with PCB are considered PCB remediation wastes. Refer to 40 CFR 761.3 for definition of PCB remediation wastes. • TSCA regulated does not apply solely to materials containing PCBs at or above 50 ppm. There are circumstances where materials containing PCBs below 50 PPM are subject to TSCA regulations. Refer to 40 CFR 761.61(a)(5)(i)(B)(2)(ii) for specifics. State Agencies / Regulations • The disposal of PCB waste is subject to California Code of Regulations (CCR) Title 22, Sections Division 4.5, Chapter 12, Standards Applicable to Hazardous Waste Generators. • PCB wastes are regulated as hazardous waste by Department of Toxic Substances Control (DTSC) under the Health and Safety Code (HSC). • Criteria for determining PCB wastes are the following: total threshold limit concentration (TTLC) of 50 ppm and above of PCB, soluble threshold limit concentration (STLC) of 5 ppm and above as an oily liquid.

San Francisco Bay Area Regional Water Quality Control Board (RWQC) • The regional water board in 2015 reissued the Municipal Regional Permit (MRP) that regulates discharges of storm water runoff. The MRP includes provisions for reducing discharges of PCB in storm water runoff and requires municipalities to develop a program to manage PCB priority building materials prior to demolition and implement the program prior to July 01, 2019. • Applicable structures are defined as buildings constructed or renovated between January 01, 1950 and December 31, 1980. Wood frame buildings and single family residences are exempt from the applicable structures definition, regardless of age. • Priority Building Materials are listed as: caulk, rubber window gaskets, adhesive mastics, thermal system insulations, and fiberglass insulation. • Lighting ballasts, transformer fluids, polyurethane foams, etc. which may all contain PCBs, are traditionally managed prior to demolition under current state and federal regulations that require removal / disposal of as universal wastes. The Bay Area Stormwater Management Agencies Association (BASMAA) assumes that the ballasts, transformer fluids, polyurethane foams will be treated under the existing separate programs.

Safety and Health Procedures • All equipment and wastes containing or contaminated with PCB shall be properly labeled to alert workers to the special handling and disposal requirements. • Any time that contact with PCB waste or materials is possible, the use of personal protective equipment (PPE) must be used. PPE typically consists of gloves, eye wear, disposable coveralls, and respiratory protection for liquid and airborne mist situations. Contaminated clothing and gear must be disposed of as PCB waste.

Monte Deignan & Associates Environmental Consulting P.O. Box 546 • Larkspur, CA 94977 • (415) 927-9038 Page 3 of 7 This report may be copied only in its entirety.

• Monitoring to confirm that employees are not exposed above the PEL without correct PPE.

III. PCB ANALYSIS PROCEDURES Sampling Strategy PCBs are mixtures of synthetic organic chemicals with the same chemical structure and physical properties ranging from an oily liquid to a wax like solid. PCB were used in hundreds of industrial and commercial applications due to their insulating properties, high boiling point, non-flammability, and chemical stability. Production of PCBs was ceased in 1977, with some building products still containing PCBs up to approximately 1980. PCBs are known to cause a variety of adverse health effects including cancers, immune system disorders, reproductive system disorders, nervous system disorders, etc. Since PCBs do not break down easily in the environment, debris from building demolition is susceptible to being transported by storm water discharges into the San Francisco Bay, where it may remain or be introduced into the aquatic food chain. Starting on July 1, 2019, demolition of applicable structures must be tested for PCB content in a list of priority building materials. Materials with PCB at or above 50 ppm must be remediated prior to demolition of the building. Local building departments are required to obtain a BASMAA format screening assessment form prior to issuance of a demolition permit. Standard sampling tools and procedures were used to obtain samples from the suspect priority building materials. The samples were collected in glass jars, with Teflon lids and submitted to the laboratory under standard chain of custody protocols. Representative sample locations were noted on the floor plans of the building and are referenced on the chain of custody form from the laboratory, Enthalpy Laboratories of Berkeley, California. Laboratory Analysis Laboratory analysis was based on EPA 8082 PCB analysis, with an initial EPA 3540 SOXHLET extraction process. For the purposes of this survey, regulated PCB is defined as any material containing 50 ppm or above. For oily liquid materials, a STLC level of 5 ppm or above is classified as a PCB regulated waste.

IV. VISUAL SURVEY FINDINGS On July 30-31st and September 03rd, 2019 the inspection of the facility was performed, after a brief meeting with the public works department contact. Samples were also collected from the various interior and exterior components. The age of the building and the use of PCM containing materials are usually related. Most buildings from the early 1950’s up to 1980 used PCBs in numerous applications. The as built drawings for the office tower show a construction date of 1969, thus the building falls well within the applicable dates for PCB containing components. An asbestos survey was conducted at the same time and found a number of components that will require remediation or abatement for asbestos prior to demolition.

Monte Deignan & Associates Environmental Consulting P.O. Box 546 • Larkspur, CA 94977 • (415) 927-9038 Page 4 of 7 This report may be copied only in its entirety.

Office Tower Building: Walls and Structural Components The office building consists of concrete framed exterior walls with limited masonry planters in the entrance area, using a concrete foundation. The roof is concrete slab roof structure for the main roof. Most of the flooring finishes have been removed during previous abatement work at the site. Caulking is found at the window exterior gaskets. All of the windows use a neoprene gasket to secure the glazing in the frames. The insulation at walls and above ceilings have been removed or were minimal.

Priority Building Materials Priority Building Materials are listed as: caulk, rubber window gaskets, adhesive mastics, thermal system insulations, and fiberglass insulation. Caulk is found at the exterior face of the window gaskets and at the expansion joint on the grade level walkways around the building. Rubber window gaskets are found at all of the main windows frames. There are different types of gasket depending on the frame material of concrete or metal. Adhesive mastics are found in remaining floor mastics that were not abated previously. Thermal system insulation at the site consist of residual fiberglass insulation on hot water piping. Some of the hard cast cementitious TSI that remains contain asbestos and were not tested for PCB content, since they will be abated prior to demolition.

Some materials or components were not accessed during the course of this inspection. The inspection did not cover behind metal trim, or other priority building materials covered by newer finish surfaces, etc. for example. If materials are noted that appear different from the other materials listed in the sample descriptions, arrange for follow up inspections.

Sampling of Building Materials Samples were collected from the twenty-five different building materials during this survey. Since no other suspect materials could be found, the sampling was considered complete. All of the samples were catalogued as to location, condition, and submitted for EPA 8082 PCB analysis. The samples were hand-delivered to the Enthalpy Analytical laboratory using our standard chain of custody protocols on the afternoon of July 30-31, 2019 and September 03, 2019.

Monte Deignan & Associates Environmental Consulting P.O. Box 546 • Larkspur, CA 94977 • (415) 927-9038 Page 5 of 7 This report may be copied only in its entirety.

Quality Assurance and Quality Control Part of the submittal requirements call for the use of a QA/QC checklist. • Proper sampling equipment was used: tools consisting of utility knives and chisels were cleaned before use. Sample containers were glass jars, with Teflon lids. • Proper decontamination procedures used: The tools were cleaned after each use following the three bucket method to prevent cross contamination of samples. • Sampling collection spatial frequency was achieved: For each type of priority building material, the appropriate 3-5-7 rules for the correct number of bulk samples was followed. • Samples were received by the lab within the proper temperature and time range: The samples were delivered in a cooler on the same afternoon that the samples were collected. • A National Environmental Laboratory Accreditation Program (NELAP) was used: Enthalpy Analytical Lab in Berkeley, CA was the lab used for the analysis. • Samples were extracted and analyzed within the method holding time for EPA 8082 PCB analysis: The lab report indicates compliance with the EPA 3542 SOXHLET extraction process. • Sample reporting limit met data quality objectives: The reporting limit for each sample was below the 50 ppm regulatory threshold.

Monte Deignan & Associates Environmental Consulting P.O. Box 546 • Larkspur, CA 94977 • (415) 927-9038 Page 6 of 7 This report may be copied only in its entirety.

V. CONCLUSIONS Based on the visual inspection, sampling and laboratory analysis, the following results are noted: • The rubber window gaskets and caulking all contain PCB, above the 50 ppm level. • The expansion joints contain PCB above the 50 ppm level. The tile and mortar adjacent to the expansion joints shall be treated as PCB contaminated and abated within 2 inches of the joints. • The fiberglass insulation in the office building were non detect for PCB. • The floor mastics at the office building basement only contain PCB, above the 50 ppm level. • The lights in the building are mostly fitted with fluorescent tubes or bulbs and will require recycling if the light fixtures are removed or replaced. The ballasts in the lighting fixtures shall be checked for possible PCB content, which may be covered under the previous environmental surveys. Any ballast without a “No PCB” label is to be abated / remediated. Any transformers in utility rooms or vaults shall be assumed to contained PCB above 50 ppm.

VI. RECOMMENDATIONS Based on the visual inspection, sampling and laboratory analysis conducted, the following recommendations apply to the materials found on this site: 1. The window gaskets, caulking, and expansion joints shall be remediated as PCB materials using work practices that prevent release the materials into the environment. Workers shall use full PPE for PCB type of remediation. The removal methods shall prevent the materials from becoming airborne and shall prevent waste from leaving the work area. The waste shall be packaged in leak tight and labeled containers. The waste shall be delivered to an approved waste or disposal facility for PCB, using hazardous waste manifests. 2. The other priority materials were found to contain less than 50 ppm. No remediation is required if the results are less than 50 ppm or the materials are abated due to asbestos content. Lighting ballasts are to be reviewed and handled per existing regulations based on earlier reports. 3. Notification to the local building department is required for the BASMAA assessment screening application form. A copy of this report and lab results are part of the required submittal. 4. Notify the environmental consultant to arrange for additional sampling if different types of priority building products are discovered during the course of the demolition. Any chemicals to be used on the project must be accompanied by a Safety Data Sheet (“SDS”) and appropriate hazard communication training for all employees at the site.

Monte Deignan & Associates Environmental Consulting P.O. Box 546 • Larkspur, CA 94977 • (415) 927-9038 Page 7 of 7 This report may be copied only in its entirety.

VII. LIMITATIONS OF LIABILITY The work and resulting recommendations for this survey are in accordance with generally accepted building survey practices and the BASMAA protocols for PCB inspections. The report generators provide no other guarantees, either expressed or implied. Conclusions and recommendations presented in issued reports are qualitative judgments based on the prevailing regulations affecting the scope of this work at the time of the inspection of the particular building(s). The scope of work was limited to the visible and accessible parts of the building, limited sampling analysis, and data review. The client recognizes that site conditions or access may vary from those encountered at the time of the inspection, and that changing conditions may cause us to alter our recommendations. We have attempted to view as much of the building as possible, without opening hidden areas, removing all of the ceiling panels, or damaging existing property. If conditions or situations occur that expose these non-inspected areas, we will be glad to continue our inspection at that time for those locations. This report is for the express use of the client for whom it was prepared, and is not intended for use by third parties. The authors of this report will not be responsible for interpretation or sue by third parties of any of the information contained in this report. The building survey for PCB is intended to provide an initial assessment of PCB materials at specific locations, and may not be valid at other locations or for other unique materials. Additional site evaluations could result in information that would lead us to revise our conclusions and recommendations. If any doubts exist, call for additional inspections or testing. Respectfully submitted,

Monte Deignan Principal

Monte Deignan & Associates Environmental Consulting P.O. Box 546 • Larkspur, CA 94977 • (415) 927-9038 Construction Materials / Exterior Windows July 30-Sept. 03, 2019 PCB Survey for Hayward City Center Building Priority Building Materials 22300 City Center Drive Hayward, CA

Photo 1

The window panels at each The window glazing and filler panels are The caulking at the window exte- floor from the third floor to held into the concrete frame with a rubber rior contains 5% asbestos and will the eleventh floor number gasket and an exterior bead of caulking. require removal due to asbestos 100 units per floor. The lobby The gasket and caulking material were col- regulations prior to demolition. The level uses a different type of lected from a number of sites. The rubber caulking is non friable and appears gasket that will also require gasket contains up to 806 ppm of PCB. to be similar to roof cement. remediation due to PCB. Remediation will be required. Construction Materials / Exterior Site Details July 30-Sept. 03, 2019 PCB Survey for Hayward City Center Building Priority Building Materials 22300 City Center Drive Hayward, CA

Photo 2

The window panels at the The expansion joints at the tile paving The windows at the lobby levels lobby level uses a different of the plaza contain up to 9600 ppm of have been broken in numerous lo- type of neoprene gasket into PCB. The tile and adjacent mortar within cations and have been covered with the aluminum frame. The 2 inches of the joint shall be removed as plywood or metal screen / plates. lobby area gaskets will also PCB contaminated. Supplemental test The former City Council Chamber require remediation due to results are pending and may change these has window gaskets that will require PCB. requirements. abatement. Construction Materials / Window Details July 30-Sept. 03, 2019 PCB Survey for Hayward City Center Building Priority Building Materials 22300 City Center Drive Hayward, CA

Photo 3 Photo 4 Photo 5

The window units from the third to eleventh floor use a heavy neoprene rubber gasket to secure the glass and filler panels. The gasket is sealed at MDA the exterior face using a black colored caulking. The gasket is inserted into a reglet or notch in the concrete jamb, sill, or head areas. An aluminum fitting is mounted in the jambs to hold the gasket. The metal channel also prevents the PCB oils from directly leeching into the porous wall surfac- es. Supplemental testing is pending that will confirm the concrete jamb does not contain more than 50 ppm of PCB contamination. Monte Deignan Photo 3 shows the gasket cut and partially removed for PCB testing. The sample ID is marked on the adjacent concrete jamb. & Associates Photo 4 is a detail from the as built construction drawings showing a section view through the jamb. The red circle shows the neoprene gasket. Environmental Consulting Photo 5 shows a portion of the jamb that was cleaned to allow testing of the concrete adjacent to the gasket. The red ellipse shows the 1/2 inch Larkspur, CA concrete strip removed for testing. PCB Priority Building Materials Listing MDA

Hayward City Center Building 22300 City Center Drive. Hayward, CA Date : July 30, 2019 to September 03, 2019 Inspector: Monte Deignan Page 1 of 3

Sample # Material Description Locations Quantity PCB, ppm Recommendations

PCC-01 Residual Floor Mastic 11th Floor, N NA 29.1 ppm No PCB removal work required

PCC-02 Rubber Window Gasket, Black 11th Floor, N Note 1 17.0 ppm No PCB removal work required

PCC-03 Rubber Window Gasket, Black 9th Floor, W 20 lin. ft. 6.9 ppm No PCB removal work required

PCC-04 Residual Floor Mastic 9th Floor, N 20 lin. ft. 4.4 ppm No PCB removal work required

PCC-05 Window Caulk, Black 7th Floor, N 700 sq. ft. 7.8 ppm No PCB removal work required

PCC-06 Fiberglass Insulation, Yellow Machine Rm. NA ND No PCB removal work required

PCC-07 Rubber Window Gasket, Black 5th Floor, W Note 1 13.3 ppm No PCB removal work required

PCC-08 Rubber Window Gasket, Black 4th Floor, W 20 lin. ft. 8.8 ppm No PCB removal work required

PCC-09 Rubber Window Gasket, Black 3rd Floor, N Note 1 660 ppm PCB removal work required

PCC-10 Rubber Window Gasket, Black 3rd Floor, W Note 1 10.1 ppm No PCB removal work required

Comments / Notes : Note 1: All of the window gaskets shall be treated as PCB above 50 ppm and removed prior to demolition. The exterior caulking contains 5% asbestos and will need to be abated due to ACM regulations at the same time. PCB Priority Building Materials Listing MDA

Hayward City Center Building 22300 City Center Drive. Hayward, CA Date : July 30, 2019 to September 03, 2019 Inspector: Monte Deignan Page 2 of 2

Sample # Material Description Locations Quantity PCB, ppm Recommendations

PCC-11 Rubber Window Gasket, Black Lobby, S Note 1 4.3 ppm No PCB removal work required

PCC-12 Fiberglass Insulation, White Mezzanine NA Non Detect No PCB removal work required

PCC-13 Rubber Window Gasket, Black Lobby, E Note 1 10.4 ppm No PCB removal work required

PCC-14 Expansion Joint, Gray Plaza@ S Note 2 6660 ppm No PCB removal work required

PCC-15 Expansion Joint, Gray Plaza@ E Note 2 9600 ppm No PCB removal work required

PCC-16 Expansion Joint, Gray Plaza@ N Note 2 114.1 ppm No PCB removal work required

Comments / Notes : Note 1: Note 1: All of the window gaskets shall be treated as PCB above 50 ppm and removed prior to demolition. The exterior caulking contains 5% asbestos and will need to be abated due to ACM regulations at the same time. Note 2: All of the expansion joints contain above 50 ppm and shall be removed prior to demolition. The adjacent tile and mortar within 2 inches shall be abated at the same time as PCB contaminated. PCB Priority Building Materials Listing MDA

Hayward City Center Building 22300 City Center Drive. Hayward, CA Date : July 30, 2019 to September 03, 2019 Inspector: Monte Deignan Page 3 of 3

Sample # Material Description Locations Quantity PCB, ppm Recommendations

PCC-101 Rubber Window Gasket, Black Council Ch. Note 1 265 ppm PCB removal work required

PCC-102 Rubber Window Gasket, Black Lobby, E Note 1 14.0 ppm No PCB removal work required

PCC-103 Door Closer Tile and Oil Lobby , E NA 0.3 ppm No PCB removal work required

PCC-104 Rubber Window Gasket, Black Lobby, N Note 1 ND No PCB removal work required

PCC-105 Window Caulking, Black 3rd Floor, N Note 1 135 ppm PCB removal work required

PCC-106 Rubber Window Gasket, Black 3rd Floor, N Note 1 806 ppm PCB removal work required

PCC-107 Window Caulking, Black 4th Floor, W Note 1 28.9 ppm No PCB removal work required

PCC-108 Rubber Window Gasket, Black 4th Floor, W 20 lin. ft. 5.2 ppm No PCB removal work required

PCC-109 Residual Floor Mastic, Black Basement Note 3 66.0 ppm PCB removal work required

Comments / Notes : Note 1: Note 1: All of the window gaskets shall be treated as PCB above 50 ppm and removed prior to demolition. The exterior caulking contains 5% asbestos and will need to be abated due to ACM regulations at the same time. PCC-101 Ph. 2 PCC-104 PCC-16 PCC-103 PCC-13 City Center Building W. Gasket W. Gasket Exp. Joint Oil and Tile W. Gasket Hayward, CA 265 ppm ND 114.1 ppm 0.3 ppm 10.4 ppm PCB Survey Lobby Level Aug 31-Sept 03, 2019

Legend of Materials Vinyl Floor Tile Vinyl Sheet Floor

Sample Site Positive Site

Photo Site #

This floor plan is based on older as-built plans. Dimensions and layout are not exact. Confirm all details and amounts in field

PCC-14 PCC-12 PCC-11 PCC-102 PCC-15 Exp. Joint Fiberglass W. Gasket W. Gasket Exp. Joint 6660 ppm ND 10.4 ppm 14.0 ppm 9600 ppm Ph. 1 MDA

Monte Deignan & Associates Certified Asbestos Consultants Larkspur, CA City Center Building PCC-105 PCC-106 PCC-09 Hayward, CA Caulking W. Gasket W. Gasket Third Floor 135 ppm 806 ppm 660 ppm PCB Survey July 30-Sept 03, 2019

175'-0"174'-10"

Legend of Materials Core Remnants Vinyl Sheet Floor

Sample Site Positive Site

Photo Site # 14'-4" 14'-6" 74'-5" 75'-0" Mech Room Elev. 18'-1"

18'-0" Rest Rest 16'-9"16'-8 7/8" This floor plan is based Room Room on older as-built plans. Dimensions and layout are not exact. Confirm all details and

75'-6"75'-4 1/4" amounts in field.

MDA

Monte Deignan & Associates Environmental Consulting Larkspur, CA Enthalpy Analytical 2323 Fifth Street Berkeley, CA 94710 (510) 486-0900

enthalpy.com

Lab Job Number: 312321 Report Level: II Report Date: 08/09/2019

Analytical Report prepared for:

Monte Deignan Monte Deignan & Associates P.O. Box 546 Larkspur, CA 94977

Location: CITY CENTER, HAYWARD

Authorized for release by:

Will Rice, Project Manager (510) 204-2221 Ext 13102 [email protected]

This data package has been reviewed for technical correctness and completeness. Release of this data has been authorized by the Laboratory Manager or the Manager's designee, as verified by the above signature which applies to this PDF file as well as any associated electronic data deliverable files. The results contained in this report meet all requirements of NELAP and pertain only to those samples which were submitted for analysis. This report may be reproduced only in its entirety.

CA ELAP# 2896, NELAP# 4044-001

1 of 14

Sample Summary

Monte Deignan Lab Job Number: 312321 Monte Deignan & Associates Location: CITY CENTER, HAYWARD P.O. Box 546 Date Received: 07/30/19 Larkspur, CA 94977

Sample ID Lab ID Collected Matrix PCC-01:MASTIC 312321-001 07/30/19 11:00 Miscell. PCC-02:GASKET 312321-002 07/30/19 11:00 Miscell. PCC-03:GASKET 312321-003 07/30/19 11:30 Miscell. PCC-04:MASTIC 312321-004 07/30/19 11:30 Miscell. PCC-05:GASKET 312321-005 07/30/19 11:30 Miscell. PCC-06:INSULATION 312321-006 07/30/19 11:30 Miscell. PCC-07:GASKET 312321-007 07/30/19 11:45 Miscell. PCC-08:GASKET 312321-008 07/30/19 12:00 Miscell. PCC-09:GASKET 312321-009 07/30/19 12:10 Miscell. PCC-10:GASKET 312321-010 07/30/19 12:15 Miscell.

2 of 14 Case Narrative Monte Deignan & Associates Lab Job Number: 312321 P.O. Box 546 Location: CITY CENTER, HAYWARD Larkspur, CA 94977 Date Received: 07/30/19 Monte Deignan

This data package contains sample and QC results for two black caulking samples, one black/white caukling sample, one pink fiber glass sample, one pink/black caukling sample, one pink/blk caulking sample, one pink/white caulking sample, one paint chips sample, one teal/blk caulking sample, and one wood dust sample, requested for the above referenced project on 07/30/19. The samples were received cold and intact.

PCBs (EPA 8082): All samples underwent sulfuric acid cleanup using EPA Method 3665A. All samples underwent sulfur cleanup using the copper option in EPA Method 3660B. PCC-01:MASTIC (lab # 312321-001) was diluted due to foaming. Many samples were diluted due to the color of the sample extracts. PCC-09:GASKET (lab # 312321-009) was diluted due to client history of high non-target or organic acid interference. No other analytical problems were encountered.

1 of 1 3 of 14 Detection Summary for 312321

Client: Monte Deignan & Associates Location CITY CENTER, HAYWARD

Sample ID: PCC-01:MASTIC Lab ID: 312321-001 Analyte Result Flags RL Units Basis IDF Method Prep Method Aroclor-1242 22,000 5,000 ug/Kg As Recd 50.00 EPA 8082 EPA 3540C Aroclor-1254 7,100 5,000 ug/Kg As Recd 50.00 EPA 8082 EPA 3540C

Sample ID: PCC-02:GASKET Lab ID: 312321-002 Analyte Result Flags RL Units Basis IDF Method Prep Method Aroclor-1242 1,500 450 ug/Kg As Recd 5.000 EPA 8082 EPA 3540C Aroclor-1254 15,000 450 ug/Kg As Recd 5.000 EPA 8082 EPA 3540C Aroclor-1260 520 450 ug/Kg As Recd 5.000 EPA 8082 EPA 3540C

Sample ID: PCC-03:GASKET Lab ID: 312321-003 Analyte Result Flags RL Units Basis IDF Method Prep Method Aroclor-1242 1,600 530 ug/Kg As Recd 5.000 EPA 8082 EPA 3540C Aroclor-1254 4,800 530 ug/Kg As Recd 5.000 EPA 8082 EPA 3540C Aroclor-1260 590 530 ug/Kg As Recd 5.000 EPA 8082 EPA 3540C

Sample ID: PCC-04:MASTIC Lab ID: 312321-004 Analyte Result Flags RL Units Basis IDF Method Prep Method Aroclor-1242 1,100 430 ug/Kg As Recd 5.000 EPA 8082 EPA 3540C Aroclor-1254 2,800 430 ug/Kg As Recd 5.000 EPA 8082 EPA 3540C Aroclor-1260 500 430 ug/Kg As Recd 5.000 EPA 8082 EPA 3540C

Sample ID: PCC-05:GASKET Lab ID: 312321-005 Analyte Result Flags RL Units Basis IDF Method Prep Method Aroclor-1242 1,700 330 ug/Kg As Recd 5.000 EPA 8082 EPA 3540C Aroclor-1254 5,600 330 ug/Kg As Recd 5.000 EPA 8082 EPA 3540C Aroclor-1260 560 330 ug/Kg As Recd 5.000 EPA 8082 EPA 3540C

No detections for PCC-06:INSULATION, Lab ID 312321-006

1 of 2 Results for any subcontracted analyses are not included in this summary. Data qualifiers and additional information v6.0 necessary for the interpretation of the test results are contained in the PDF file and may not be included in this summary. 4 of 14 Detection Summary for 312321

Sample ID: PCC-07:GASKET Lab ID: 312321-007 Analyte Result Flags RL Units Basis IDF Method Prep Method Aroclor-1242 1,700 450 ug/Kg As Recd 5.000 EPA 8082 EPA 3540C Aroclor-1254 3,700 450 ug/Kg As Recd 5.000 EPA 8082 EPA 3540C

Sample ID: PCC-08:GASKET Lab ID: 312321-008 Analyte Result Flags RL Units Basis IDF Method Prep Method Aroclor-1242 1,700 400 ug/Kg As Recd 5.000 EPA 8082 EPA 3540C Aroclor-1254 7,100 400 ug/Kg As Recd 5.000 EPA 8082 EPA 3540C

Sample ID: PCC-09:GASKET Lab ID: 312321-009 Analyte Result Flags RL Units Basis IDF Method Prep Method Aroclor-1254 660,000 130,000 ug/Kg As Recd 2,000 EPA 8082 EPA 3540C

Sample ID: PCC-10:GASKET Lab ID: 312321-010 Analyte Result Flags RL Units Basis IDF Method Prep Method Aroclor-1242 2,400 520 ug/Kg As Recd 5.000 EPA 8082 EPA 3540C Aroclor-1254 6,900 520 ug/Kg As Recd 5.000 EPA 8082 EPA 3540C Aroclor-1260 840 520 ug/Kg As Recd 5.000 EPA 8082 EPA 3540C

2 of 2 Results for any subcontracted analyses are not included in this summary. Data qualifiers and additional information v6.0 necessary for the interpretation of the test results are contained in the PDF file and may not be included in this summary. 5 of 14 CHAIN OF CUSTODY

'gd ENTHALPY Poge _ of _ ANALYTICAL 3t 7vL\ Choin of Custody # _ Formerly Curtis & Tompkins Lobs C&T LOGIN # ANALYTICAT RESUEST 2323 Frtth Street Phone (510) 486-0900 Berkeley, CA 947I0 Fox (510) 486-0532 Project No: Sompler M4sE- Nome:C port To: l\ ,( Project P O. No: c"-p"nv,\4a.FrE: *zrciu^ql\ *{gz, EDD Formot: Re Levet[ ll n lll tr lV Teteohone: 4t1 tr)za2 Turnoround Iime: E puslr bD Slondord Emoil o SAMPLING MATRIX .s CHEMICAL Lob Somple lD o PRESERVATIVE c s No. o Dole Iime (J I o O) o o p o o o- c Collecled Collecled o o (-, N z. o o + z. z. d = - - - %_dJ,61@- 7"'*.t9 il:p,1 ( I -aZ. IV P<:a arerer =-4-14 il:&L / I ll( E2r-qZ'.

I I

I I Noles: SAMPLE RELINQUISHED BY RECEIVED BY: RECEIPT -7,4' {;25 Lk DATE lfl^, DA ,l 7'' ! lntoct D coto DATE TIME DATE TIME fl on tce DAIE TIME Zl-Ambient DATE: TIME

6 of 14 'e SAMPTE RECEIPT CHECKLIST ll:I Section 1: Login # 7l^VLl Client: *rj TN IHN LI"Y Date Receiveo' -l'3D' tQ Project: Section 2: Samples received in a cooler? E Yes, how many? (No (skip Sectign 3 below) lfnocoolerSampleTemp('C): U.q usinglRGun# E e,or/e E Samples recelved on directly from th e field ling process had begun tf in cooler: Date opened ?'?O't%v t (sign) es Shipping info (if applicable) Are custody seals presentt {No, or E Yes. lf yes, where? E on cooler, E on samples, E on package E Date How many E Signature, tr lnitials/EH{6ne Were custody seals intact upon arrival? tr Yes q}to' tr N/A Section 3: lmportant: Notify PM if temperature exceeds 5"C or arrive frozen. Packing in cooler: (if other, descri D BubbleWrap, E Foam blocks, E Bags, E None, E Cloth material, E Cardboard, E Styrofoam, E Papertowels E Samples received on ice directly from the field. Cooling process had begun Type of ice used : E Wet, E Blue/Gel, EI None Temperature blank(s) included? ! Yes, ! No Temperature measured using E Thermometer I orlRGun# tr A tr B Cooler Temp ("C): #7: , H2: , #3: . #4. #5: #6: #7 Section 4: YES NO N/A Were rS filled out ro , and the identifiable

Were Method 5035 sa li conta i ners sent? lf YES, what time were they transferred to freezer? Did all bottles arrive unbroken/u ned? Are there a missing / extra sam ? Are samples in the containers for indicated tests? Are sam e labels present, in condition and complete? Does the container count match the COC? Do the sample labels agree with custody papers? Was sufficient amount of sa le sent for tests requested? Did you chan the hold time in LIMS for u VOAs? v.r? Did u chan the hold time in LIMS for served terracores? Are bubbles > 6mm absent in VOA samples? the client contacted concerni this sam delivery? rfY who was called? Section 5: YES NO N/A the sa les a d? if N/A, ski the rest of section 5 Did check for all bottles for each sa le? Did you document your preservative check? pH strip lot# . PH strip lot# , pH strip lot# Preservative added: E H2SO4 lot# added to samPles on/at E HCL lot# added to samples on/at tr HNO3 lot# added to samples on/at tr NaOH lot# added to samples onlat Section 5: Explanations/Comments:

Date Logged inl ao.t By (print) (sign) Date Labetea]3e-f ? By (print) (sign)

Enthalpy Analytical - Berkeley Rev.L5, O2102120L8 7 of 14 Polychlorinated Biphenyls (PCBs) Lab #: 312321 Project#: STANDARD Client: Monte Deignan & Associates Location: CITY CENTER, HAYWARD Field ID: PCC-01:MASTIC Diln Fac: 50.00 Analyzed: 08/08/19 Type: SAMPLE Batch#: 272884 Prep: EPA 3540C Lab ID: 312321-001 Sampled: 07/30/19 Analysis: EPA 8082 Matrix: Miscell. Received: 07/30/19 Basis: as received Prepared: 08/07/19

Analyte Result RL Units Aroclor-1016 ND 5,000 ug/Kg Aroclor-1221 ND 10,000 ug/Kg Aroclor-1232 ND 5,000 ug/Kg Aroclor-1242 22,000 5,000 ug/Kg Aroclor-1248 ND 5,000 ug/Kg Aroclor-1254 7,100 5,000 ug/Kg Aroclor-1260 ND 5,000 ug/Kg

Surrogate %REC Limits Decachlorobiphenyl DO 49-157

Field ID: PCC-02:GASKET Diln Fac: 5.000 Analyzed: 08/08/19 Type: SAMPLE Batch#: 272884 Prep: EPA 3540C Lab ID: 312321-002 Sampled: 07/30/19 Analysis: EPA 8082 Matrix: Miscell. Received: 07/30/19 Basis: as received Prepared: 08/07/19

Analyte Result RL Units Aroclor-1016 ND 450 ug/Kg Aroclor-1221 ND 900 ug/Kg Aroclor-1232 ND 450 ug/Kg Aroclor-1242 1,500 450 ug/Kg Aroclor-1248 ND 450 ug/Kg Aroclor-1254 15,000 450 ug/Kg Aroclor-1260 520 450 ug/Kg

Surrogate %REC Limits Decachlorobiphenyl 114 49-157

1 of 6 v2 8 of 14 Polychlorinated Biphenyls (PCBs) Lab #: 312321 Project#: STANDARD Client: Monte Deignan & Associates Location: CITY CENTER, HAYWARD Field ID: PCC-03:GASKET Diln Fac: 5.000 Analyzed: 08/08/19 Type: SAMPLE Batch#: 272884 Prep: EPA 3540C Lab ID: 312321-003 Sampled: 07/30/19 Analysis: EPA 8082 Matrix: Miscell. Received: 07/30/19 Basis: as received Prepared: 08/07/19

Analyte Result RL Units Aroclor-1016 ND 530 ug/Kg Aroclor-1221 ND 1,100 ug/Kg Aroclor-1232 ND 530 ug/Kg Aroclor-1242 1,600 530 ug/Kg Aroclor-1248 ND 530 ug/Kg Aroclor-1254 4,800 530 ug/Kg Aroclor-1260 590 530 ug/Kg Surrogate %REC Limits Decachlorobiphenyl 116 49-157

Field ID: PCC-04:MASTIC Diln Fac: 5.000 Analyzed: 08/08/19 Type: SAMPLE Batch#: 272884 Prep: EPA 3540C Lab ID: 312321-004 Sampled: 07/30/19 Analysis: EPA 8082 Matrix: Miscell. Received: 07/30/19 Basis: as received Prepared: 08/07/19

Analyte Result RL Units Aroclor-1016 ND 430 ug/Kg Aroclor-1221 ND 860 ug/Kg Aroclor-1232 ND 430 ug/Kg Aroclor-1242 1,100 430 ug/Kg Aroclor-1248 ND 430 ug/Kg Aroclor-1254 2,800 430 ug/Kg Aroclor-1260 500 430 ug/Kg

Surrogate %REC Limits Decachlorobiphenyl 92 49-157

2 of 6 v2 9 of 14 Polychlorinated Biphenyls (PCBs) Lab #: 312321 Project#: STANDARD Client: Monte Deignan & Associates Location: CITY CENTER, HAYWARD Field ID: PCC-05:GASKET Diln Fac: 5.000 Analyzed: 08/08/19 Type: SAMPLE Batch#: 272884 Prep: EPA 3540C Lab ID: 312321-005 Sampled: 07/30/19 Analysis: EPA 8082 Matrix: Miscell. Received: 07/30/19 Basis: as received Prepared: 08/07/19

Analyte Result RL Units Aroclor-1016 ND 330 ug/Kg Aroclor-1221 ND 670 ug/Kg Aroclor-1232 ND 330 ug/Kg Aroclor-1242 1,700 330 ug/Kg Aroclor-1248 ND 330 ug/Kg Aroclor-1254 5,600 330 ug/Kg Aroclor-1260 560 330 ug/Kg Surrogate %REC Limits Decachlorobiphenyl 109 49-157

Field ID: PCC-06:INSULATION Diln Fac: 5.000 Analyzed: 08/08/19 Type: SAMPLE Batch#: 272884 Prep: EPA 3540C Lab ID: 312321-006 Sampled: 07/30/19 Analysis: EPA 8082 Matrix: Miscell. Received: 07/30/19 Basis: as received Prepared: 08/07/19

Analyte Result RL Units Aroclor-1016 ND 510 ug/Kg Aroclor-1221 ND 1,000 ug/Kg Aroclor-1232 ND 510 ug/Kg Aroclor-1242 ND 510 ug/Kg Aroclor-1248 ND 510 ug/Kg Aroclor-1254 ND 510 ug/Kg Aroclor-1260 ND 510 ug/Kg

Surrogate %REC Limits Decachlorobiphenyl 138 49-157

3 of 6 v2 10 of 14 Polychlorinated Biphenyls (PCBs) Lab #: 312321 Project#: STANDARD Client: Monte Deignan & Associates Location: CITY CENTER, HAYWARD Field ID: PCC-07:GASKET Diln Fac: 5.000 Analyzed: 08/08/19 Type: SAMPLE Batch#: 272884 Prep: EPA 3540C Lab ID: 312321-007 Sampled: 07/30/19 Analysis: EPA 8082 Matrix: Miscell. Received: 07/30/19 Basis: as received Prepared: 08/07/19

Analyte Result RL Units Aroclor-1016 ND 450 ug/Kg Aroclor-1221 ND 890 ug/Kg Aroclor-1232 ND 450 ug/Kg Aroclor-1242 1,700 450 ug/Kg Aroclor-1248 ND 450 ug/Kg Aroclor-1254 3,700 450 ug/Kg Aroclor-1260 ND 450 ug/Kg

Surrogate %REC Limits Decachlorobiphenyl 130 49-157

Field ID: PCC-08:GASKET Diln Fac: 5.000 Analyzed: 08/08/19 Type: SAMPLE Batch#: 272884 Prep: EPA 3540C Lab ID: 312321-008 Sampled: 07/30/19 Analysis: EPA 8082 Matrix: Miscell. Received: 07/30/19 Basis: as received Prepared: 08/07/19

Analyte Result RL Units Aroclor-1016 ND 400 ug/Kg Aroclor-1221 ND 800 ug/Kg Aroclor-1232 ND 400 ug/Kg Aroclor-1242 1,700 400 ug/Kg Aroclor-1248 ND 400 ug/Kg Aroclor-1254 7,100 400 ug/Kg Aroclor-1260 ND 400 ug/Kg

Surrogate %REC Limits Decachlorobiphenyl 124 49-157

4 of 6 v2 11 of 14 Polychlorinated Biphenyls (PCBs) Lab #: 312321 Project#: STANDARD Client: Monte Deignan & Associates Location: CITY CENTER, HAYWARD Field ID: PCC-09:GASKET Diln Fac: 2,000 Analyzed: 08/09/19 Type: SAMPLE Batch#: 272884 Prep: EPA 3540C Lab ID: 312321-009 Sampled: 07/30/19 Analysis: EPA 8082 Matrix: Miscell. Received: 07/30/19 Basis: as received Prepared: 08/07/19

Analyte Result RL Units Aroclor-1016 ND 130,000 ug/Kg Aroclor-1221 ND 270,000 ug/Kg Aroclor-1232 ND 130,000 ug/Kg Aroclor-1242 ND 130,000 ug/Kg Aroclor-1248 ND 130,000 ug/Kg Aroclor-1254 660,000 130,000 ug/Kg Aroclor-1260 ND 130,000 ug/Kg

Surrogate %REC Limits Decachlorobiphenyl DO 49-157

Field ID: PCC-10:GASKET Diln Fac: 5.000 Analyzed: 08/08/19 Type: SAMPLE Batch#: 272884 Prep: EPA 3540C Lab ID: 312321-010 Sampled: 07/30/19 Analysis: EPA 8082 Matrix: Miscell. Received: 07/30/19 Basis: as received Prepared: 08/07/19

Analyte Result RL Units Aroclor-1016 ND 520 ug/Kg Aroclor-1221 ND 1,000 ug/Kg Aroclor-1232 ND 520 ug/Kg Aroclor-1242 2,400 520 ug/Kg Aroclor-1248 ND 520 ug/Kg Aroclor-1254 6,900 520 ug/Kg Aroclor-1260 840 520 ug/Kg

Surrogate %REC Limits Decachlorobiphenyl 125 49-157

5 of 6 v2 12 of 14 Polychlorinated Biphenyls (PCBs) Lab #: 312321 Project#: STANDARD Client: Monte Deignan & Associates Location: CITY CENTER, HAYWARD Type: BLANK Diln Fac: 1.000 Analyzed: 08/08/19 Lab ID: QC985718 Batch#: 272884 Prep: EPA 3540C Matrix: Miscell. Prepared: 08/07/19 Analysis: EPA 8082

Analyte Result RL Units Aroclor-1016 ND 100 ug/Kg Aroclor-1221 ND 200 ug/Kg Aroclor-1232 ND 100 ug/Kg Aroclor-1242 ND 100 ug/Kg Aroclor-1248 ND 100 ug/Kg Aroclor-1254 ND 100 ug/Kg Aroclor-1260 ND 100 ug/Kg

Surrogate %REC Limits Decachlorobiphenyl 120 49-157

Legend DO: Diluted Out ND: Not Detected RL: Reporting Limit

6 of 6 v2 13 of 14 Polychlorinated Biphenyls (PCBs): Batch QC Lab #: 312321 Project#: STANDARD Client: Monte Deignan & Associates Location: CITY CENTER, HAYWARD Type: BS Diln Fac: 1.000 Analyzed: 08/08/19 Lab ID: QC985719 Batch#: 272884 Prep: EPA 3540C Matrix: Miscell. Prepared: 08/07/19 Analysis: EPA 8082

Analyte Spiked Result %REC Limits Units Aroclor-1016 2,500 2,471 99 63-143 ug/Kg Aroclor-1260 2,500 2,492 100 59-157 ug/Kg

Surrogate %REC Limits Decachlorobiphenyl 120 49-157

Type: BSD Diln Fac: 1.000 Analyzed: 08/08/19 Lab ID: QC985720 Batch#: 272884 Prep: EPA 3540C Matrix: Miscell. Prepared: 08/07/19 Analysis: EPA 8082

Analyte Spiked Result %REC Limits Units RPD Lim Aroclor-1016 2,500 2,486 99 63-143 ug/Kg 1 44 Aroclor-1260 2,500 2,581 103 59-157 ug/Kg 4 36

Surrogate %REC Limits Decachlorobiphenyl 132 49-157

Legend RPD: Relative Percent Difference

1 of 1 v3 14 of 14 Enthalpy Analytical 2323 Fifth Street Berkeley, CA 94710 (510) 486-0900

enthalpy.com

Lab Job Number: 312320 Report Level: II Report Date: 08/09/2019

Analytical Report prepared for:

Monte Deignan Monte Deignan & Associates P.O. Box 546 Larkspur, CA 94977

Authorized for release by:

Will Rice, Project Manager (510) 204-2221 Ext 13102 [email protected]

This data package has been reviewed for technical correctness and completeness. Release of this data has been authorized by the Laboratory Manager or the Manager's designee, as verified by the above signature which applies to this PDF file as well as any associated electronic data deliverable files. The results contained in this report meet all requirements of NELAP and pertain only to those samples which were submitted for analysis. This report may be reproduced only in its entirety.

CA ELAP# 2896, NELAP# 4044-001

1 of 11

Sample Summary

Monte Deignan Lab Job Number: 312320 Monte Deignan & Associates Date Received: 07/30/19 P.O. Box 546 Larkspur, CA 94977

Sample ID Lab ID Collected Matrix PCC-11:GASKET 312320-001 07/30/19 14:30 Miscell. PCC-12:INSULATION 312320-002 07/30/19 14:45 Miscell. PCC-13:GASKET 312320-003 07/30/19 15:30 Miscell. PCC-14:EXP. JOINT 312320-004 07/30/19 15:45 Miscell. PCC-15:EXP. JOINT 312320-005 07/30/19 16:00 Miscell. PCC-16:EXP. JOINT 312320-006 07/30/19 16:10 Miscell.

2 of 11 Case Narrative Monte Deignan & Associates Lab Job Number: 312320 P.O. Box 546 Date Received: 07/30/19 Larkspur, CA 94977 Monte Deignan

This data package contains sample and QC results for three black caulking samples, two blk/wht caulking samples, and one tan/brown fiber glas sample, requested for the above referenced project on 07/30/19. The samples were received cold and intact.

PCBs (EPA 8082): All samples underwent sulfuric acid cleanup using EPA Method 3665A. All samples underwent sulfur cleanup using the copper option in EPA Method 3660B. PCC-13:GASKET (lab # 312320-003) was diluted due to foaming. PCC-14:EXP. JOINT (lab # 312320-004) and PCC-15:EXP. JOINT (lab # 312320-005) were diluted due to client history of high non-target or organic acid interference. PCC-11:GASKET (lab # 312320-001) and PCC-16:EXP. JOINT (lab # 312320-006) were diluted due to the color of the sample extracts. No other analytical problems were encountered.

1 of 1 3 of 11 Detection Summary for 312320

Client: Monte Deignan & Associates

Sample ID: PCC-11:GASKET Lab ID: 312320-001 Analyte Result Flags RL Units Basis IDF Method Prep Method Aroclor-1242 1,400 490 ug/Kg As Recd 5.000 EPA 8082 EPA 3540C Aroclor-1254 2,900 490 ug/Kg As Recd 5.000 EPA 8082 EPA 3540C

No detections for PCC-12:INSULATION, Lab ID 312320-002

Sample ID: PCC-13:GASKET Lab ID: 312320-003 Analyte Result Flags RL Units Basis IDF Method Prep Method Aroclor-1242 4,800 3,800 ug/Kg As Recd 50.00 EPA 8082 EPA 3540C Aroclor-1254 5,600 3,800 ug/Kg As Recd 50.00 EPA 8082 EPA 3540C

Sample ID: PCC-14:EXP. JOINT Lab ID: 312320-004 Analyte Result Flags RL Units Basis IDF Method Prep Method Aroclor-1242 2,800,000 170,000 ug/Kg As Recd 2,000 EPA 8082 EPA 3540C Aroclor-1254 3,500,000 170,000 ug/Kg As Recd 2,000 EPA 8082 EPA 3540C Aroclor-1260 300,000 170,000 ug/Kg As Recd 2,000 EPA 8082 EPA 3540C

Sample ID: PCC-15:EXP. JOINT Lab ID: 312320-005 Analyte Result Flags RL Units Basis IDF Method Prep Method Aroclor-1242 3,200,000 770,000 ug/Kg As Recd 10,000 EPA 8082 EPA 3540C Aroclor-1254 6,400,000 770,000 ug/Kg As Recd 10,000 EPA 8082 EPA 3540C

Sample ID: PCC-16:EXP. JOINT Lab ID: 312320-006 Analyte Result Flags RL Units Basis IDF Method Prep Method Aroclor-1242 85,000 2,000 ug/Kg As Recd 20.00 EPA 8082 EPA 3540C Aroclor-1254 21,000 2,000 ug/Kg As Recd 20.00 EPA 8082 EPA 3540C Aroclor-1260 8,100 2,000 ug/Kg As Recd 20.00 EPA 8082 EPA 3540C

1 of 1 Results for any subcontracted analyses are not included in this summary. Data qualifiers and additional information v6.0 necessary for the interpretation of the test results are contained in the PDF file and may not be included in this summary. 4 of 11 CHAIN OF CUSTODY

ENTHALPY Poge _ of _ "t;1X'J ANALYTTCAL vtz3"D Choin of Custody # Formerly Curtis & Tompkins Lobs C&T LOGIN # ANALYTICAT REQUEST 2323 Fiflh Slreel Phone (5t 0) 486-0900 Berkeley, CA 94710 Fox (5I0) 486-0532 Proiecl No: somprer: Me',trtT€ Gt=hlas\ t( l( I oi,e ct \ oye :/i fTl h,tffi. /+WNWI To: Projecl P O. No: EDD Formot: Report Leveln ll tr Ielephone: 4t* Turnoround Time: E nusH 44fi 6tonoo,o Emoil wc)nl E o SAMPLING MATRIX 'oc CHEMICAL Lob Somple lD c PRESERVATIVE o No. (J v Dote Time o o (I) P o o o- c Collecled Collected o o (-,, N z. o o o + z. = - - PzZ;ll', C4ster ,2,.4 / I ll{ ?a:..i?_: tX&r-(Trar.$ ".?)"tn7.7a.t4 z'69 / I ttl 7,'4a'\q 7'?f / I 1,,/ ?&'iz '. FxP, *!4Fr 7.3.19 'z4r V I I l,/ ( I 7-'*'pt 4!aT I I tl %-ib:afi {arrr 2.*,9 4'.w r tl I I l,/

I I

I

I I

I I I I I Noles SAMPLE RELINQUISHED BY RECEIVED BY: RECEIPT 7;7A4EA1 h' 7 DATE: TTME: ,'olr* ,,*t :?' E tntoct ! coro / DATE TIME DATE IIME E on tce DATE TIME DATE: TIME ft{moient

5 of 11 SAMPTE RECEIPT CHECKLIST section 1: Login # 3tZlZS Client: ea tN lH;\Ll'\ Date Receivea, -J'3D't9 Project: Section 2: Samples received in a cool er?q E Yes, how many? p6to (stin section 3 below) lf no cooler Sample Temp ('C) using lR Gun # E e,, or y'V E Samples received on ice directly from Cooling process had begun lf in cooler: Date opened -1'3n'tqy (print) (sign Shipping info (if applicable) Are custody seals present? No, or E Yes. lf yes, where? tr on cooler, EI olsamples, E on package E Date: How many E Signature, E lnitials,p.None Were custody seals intact uoon"rri*"ttj", i tto ilNta Section 3: lmportant: Notify PM if temperature exceeds 5'C or arrive frozen. Packing in cooler: (if other, describe E Bubble Wrap, E Foam blocks, E Bags, E None, E Cloth material, E Cardboard, E Styrofoam, EI Paper towels EI Samples received on ice directly from the field. Cooling process had begun Type of ice used : E Wet, E Blue/Gel, EI None Temperature blank(s) included? ! Yes, E No Temperature measured using E Thermometer lD orlRGun# tr A tr B CoolerTemp ('C): #1: . #2: . #3: . #4: , #5: . #6: ,#7: Section 4: YES NO N/A Were custody papers dry, filled out properly, and the project identifiable Were Method 5035 sampling containers present? - lf YES, what time were they transferred to freezer? Did all bottles arrive unbroken/unopened? Are there any missing / extra samples? Are samples in the appropriate containers for indicated tests? Are sample labels present, in good condition and complete? Does the container count match the COC? Do the sample labels agree with custody papers? Was sufficient amount of sample sent for tests requested? Did you change the hold time in LIMS for unpreserved VOAs? Did you change the hold time in LIMS for preserved terracores? Are bubbles > 6mm absent in VOA samples? Was the client contacted concerning this sample delivery? lf YES, who was called? By Date:_ Section 5: YES NO N/A Are the samples appropriately preserved? (if N/A, skip the rest of section 5) Did you check preservatives for all bottles for each sample? Did you document your preservative check? pH strip lot# pH strip lot# , pH strip lot# Preservative added: tr H2SO4 lot# added to samples on/at EI HCL lot# added to samples on/at tr HNO3lot# added to samples on/at tr NaOH lotf added to samples on/at Section 6: - Expla nations/Comments

-?. Date Logged in 3D .t By (print) (sign) Date Labefed 1')0, g By (print) (sign)

Enthalpy Analytical - Berkeley Rev .L5, 02lO2l2ot\ 6 of 11 Polychlorinated Biphenyls (PCBs) Lab #: 312320 Project#: STANDARD Client: Monte Deignan & Associates Location: Field ID: PCC-11:GASKET Diln Fac: 5.000 Analyzed: 08/08/19 Type: SAMPLE Batch#: 272884 Prep: EPA 3540C Lab ID: 312320-001 Sampled: 07/30/19 Analysis: EPA 8082 Matrix: Miscell. Received: 07/30/19 Basis: as received Prepared: 08/07/19

Analyte Result RL Units Aroclor-1016 ND 490 ug/Kg Aroclor-1221 ND 970 ug/Kg Aroclor-1232 ND 490 ug/Kg Aroclor-1242 1,400 490 ug/Kg Aroclor-1248 ND 490 ug/Kg Aroclor-1254 2,900 490 ug/Kg Aroclor-1260 ND 490 ug/Kg

Surrogate %REC Limits Decachlorobiphenyl 106 49-157

Field ID: PCC-12:INSULATION Diln Fac: 1.000 Analyzed: 08/08/19 Type: SAMPLE Batch#: 272884 Prep: EPA 3540C Lab ID: 312320-002 Sampled: 07/30/19 Analysis: EPA 8082 Matrix: Miscell. Received: 07/30/19 Basis: as received Prepared: 08/07/19

Analyte Result RL Units Aroclor-1016 ND 99 ug/Kg Aroclor-1221 ND 200 ug/Kg Aroclor-1232 ND 99 ug/Kg Aroclor-1242 ND 99 ug/Kg Aroclor-1248 ND 99 ug/Kg Aroclor-1254 ND 99 ug/Kg Aroclor-1260 ND 99 ug/Kg

Surrogate %REC Limits Decachlorobiphenyl 134 49-157

1 of 4 v2 7 of 11 Polychlorinated Biphenyls (PCBs) Lab #: 312320 Project#: STANDARD Client: Monte Deignan & Associates Location: Field ID: PCC-13:GASKET Diln Fac: 50.00 Analyzed: 08/08/19 Type: SAMPLE Batch#: 272884 Prep: EPA 3540C Lab ID: 312320-003 Sampled: 07/30/19 Analysis: EPA 8082 Matrix: Miscell. Received: 07/30/19 Basis: as received Prepared: 08/07/19

Analyte Result RL Units Aroclor-1016 ND 3,800 ug/Kg Aroclor-1221 ND 7,600 ug/Kg Aroclor-1232 ND 3,800 ug/Kg Aroclor-1242 4,800 3,800 ug/Kg Aroclor-1248 ND 3,800 ug/Kg Aroclor-1254 5,600 3,800 ug/Kg Aroclor-1260 ND 3,800 ug/Kg

Surrogate %REC Limits Decachlorobiphenyl DO 49-157

Field ID: PCC-14:EXP. JOINT Diln Fac: 2,000 Analyzed: 08/09/19 Type: SAMPLE Batch#: 272884 Prep: EPA 3540C Lab ID: 312320-004 Sampled: 07/30/19 Analysis: EPA 8082 Matrix: Miscell. Received: 07/30/19 Basis: as received Prepared: 08/07/19

Analyte Result RL Units Aroclor-1016 ND 170,000 ug/Kg Aroclor-1221 ND 340,000 ug/Kg Aroclor-1232 ND 170,000 ug/Kg Aroclor-1242 2,800,000 170,000 ug/Kg Aroclor-1248 ND 170,000 ug/Kg Aroclor-1254 3,500,000 170,000 ug/Kg Aroclor-1260 300,000 170,000 ug/Kg

Surrogate %REC Limits Decachlorobiphenyl DO 49-157

2 of 4 v2 8 of 11 Polychlorinated Biphenyls (PCBs) Lab #: 312320 Project#: STANDARD Client: Monte Deignan & Associates Location: Field ID: PCC-15:EXP. JOINT Diln Fac: 10,000 Analyzed: 08/09/19 Type: SAMPLE Batch#: 272884 Prep: EPA 3540C Lab ID: 312320-005 Sampled: 07/30/19 Analysis: EPA 8082 Matrix: Miscell. Received: 07/30/19 Basis: as received Prepared: 08/07/19

Analyte Result RL Units Aroclor-1016 ND 770,000 ug/Kg Aroclor-1221 ND 1,500,000 ug/Kg Aroclor-1232 ND 770,000 ug/Kg Aroclor-1242 3,200,000 770,000 ug/Kg Aroclor-1248 ND 770,000 ug/Kg Aroclor-1254 6,400,000 770,000 ug/Kg Aroclor-1260 ND 770,000 ug/Kg

Surrogate %REC Limits Decachlorobiphenyl DO 49-157

Field ID: PCC-16:EXP. JOINT Diln Fac: 20.00 Analyzed: 08/08/19 Type: SAMPLE Batch#: 272884 Prep: EPA 3540C Lab ID: 312320-006 Sampled: 07/30/19 Analysis: EPA 8082 Matrix: Miscell. Received: 07/30/19 Basis: as received Prepared: 08/07/19

Analyte Result RL Units Aroclor-1016 ND 2,000 ug/Kg Aroclor-1221 ND 3,900 ug/Kg Aroclor-1232 ND 2,000 ug/Kg Aroclor-1242 85,000 2,000 ug/Kg Aroclor-1248 ND 2,000 ug/Kg Aroclor-1254 21,000 2,000 ug/Kg Aroclor-1260 8,100 2,000 ug/Kg

Surrogate %REC Limits Decachlorobiphenyl DO 49-157

3 of 4 v2 9 of 11 Polychlorinated Biphenyls (PCBs) Lab #: 312320 Project#: STANDARD Client: Monte Deignan & Associates Location: Type: BLANK Diln Fac: 1.000 Analyzed: 08/08/19 Lab ID: QC985718 Batch#: 272884 Prep: EPA 3540C Matrix: Miscell. Prepared: 08/07/19 Analysis: EPA 8082

Analyte Result RL Units Aroclor-1016 ND 100 ug/Kg Aroclor-1221 ND 200 ug/Kg Aroclor-1232 ND 100 ug/Kg Aroclor-1242 ND 100 ug/Kg Aroclor-1248 ND 100 ug/Kg Aroclor-1254 ND 100 ug/Kg Aroclor-1260 ND 100 ug/Kg

Surrogate %REC Limits Decachlorobiphenyl 120 49-157

Legend DO: Diluted Out ND: Not Detected RL: Reporting Limit

4 of 4 v2 10 of 11 Polychlorinated Biphenyls (PCBs): Batch QC Lab #: 312320 Project#: STANDARD Client: Monte Deignan & Associates Location: Type: BS Diln Fac: 1.000 Analyzed: 08/08/19 Lab ID: QC985719 Batch#: 272884 Prep: EPA 3540C Matrix: Miscell. Prepared: 08/07/19 Analysis: EPA 8082

Analyte Spiked Result %REC Limits Units Aroclor-1016 2,500 2,471 99 63-143 ug/Kg Aroclor-1260 2,500 2,492 100 59-157 ug/Kg

Surrogate %REC Limits Decachlorobiphenyl 120 49-157

Type: BSD Diln Fac: 1.000 Analyzed: 08/08/19 Lab ID: QC985720 Batch#: 272884 Prep: EPA 3540C Matrix: Miscell. Prepared: 08/07/19 Analysis: EPA 8082

Analyte Spiked Result %REC Limits Units RPD Lim Aroclor-1016 2,500 2,486 99 63-143 ug/Kg 1 44 Aroclor-1260 2,500 2,581 103 59-157 ug/Kg 4 36

Surrogate %REC Limits Decachlorobiphenyl 132 49-157

Legend RPD: Relative Percent Difference

1 of 1 v3 11 of 11 Enthalpy Analytical 2323 Fifth Street Berkeley, CA 94710 (510) 486-0900

enthalpy.com

Lab Job Number: 313556 Report Level: II Report Date: 09/13/2019

Analytical Report prepared for:

Monte Deignan Monte Deignan & Associates P.O. Box 546 Larkspur, CA 94977

Location: Hayward City Center

Authorized for release by:

John Goyette, Director, Client Services (510) 204-2233 Ext 13112 [email protected]

This data package has been reviewed for technical correctness and completeness. Release of this data has been authorized by the Laboratory Manager or the Manager's designee, as verified by the above signature which applies to this PDF file as well as any associated electronic data deliverable files. The results contained in this report meet all requirements of NELAP and pertain only to those samples which were submitted for analysis. This report may be reproduced only in its entirety.

CA ELAP# 2896, NELAP# 4044-001

1 of 13

Sample Summary

Monte Deignan Lab Job Number: 313556 Monte Deignan & Associates Location: Hayward City Center P.O. Box 546 Date Received: 09/03/19 Larkspur, CA 94977

Sample ID Lab ID Collected Matrix PCC-101:GASKET 313556-001 09/03/19 10:00 Miscell. PCC-102:GASKET 313556-002 09/03/19 10:30 Miscell. PCC-103:TILE&OIL 313556-003 09/03/19 10:30 Miscell. PCC-104:GASKET 313556-004 09/03/19 11:00 Miscell. PCC-105:GASKET 313556-005 09/03/19 11:00 Miscell. PCC-106:GASKET 313556-006 09/03/19 11:30 Miscell. PCC-107:GASKET 313556-007 09/03/19 11:45 Miscell. PCC-108:GASKET 313556-008 09/03/19 12:00 Miscell. PCC-109:GASKET 313556-009 09/03/19 00:00 Miscell.

2 of 13 Case Narrative Monte Deignan & Associates Lab Job Number: 313556 P.O. Box 546 Location: Hayward City Center Larkspur, CA 94977 Date Received: 09/03/19 Monte Deignan

This data package contains sample and QC results for nine gasket samples, requested for the above referenced project on 09/03/19. The samples were received intact.

PCBs (EPA 8082): All samples underwent sulfuric acid cleanup using EPA Method 3665A. All samples underwent sulfur cleanup using the copper option in EPA Method 3660B. Low surrogate recovery was observed for decachlorobiphenyl in PCC-108:GASKET (lab # 313556-008); results may be biased slightly low. A number of samples were diluted due to foaming. No other analytical problems were encountered.

1 of 1 3 of 13 Detection Summary for 313556

Client: Monte Deignan & Associates Location Hayward City Center

Sample ID: PCC-101:GASKET Lab ID: 313556-001 Analyte Result Flags RL Units Basis IDF Method Prep Method Aroclor-1254 260,000 4,900 ug/Kg As Recd 50.00 EPA 8082 EPA 3540C Aroclor-1260 5,500 4,900 ug/Kg As Recd 50.00 EPA 8082 EPA 3540C

Sample ID: PCC-102:GASKET Lab ID: 313556-002 Analyte Result Flags RL Units Basis IDF Method Prep Method Aroclor-1254 14,000 4,300 ug/Kg As Recd 50.00 EPA 8082 EPA 3540C

Sample ID: PCC-103:TILE&OIL Lab ID: 313556-003 Analyte Result Flags RL Units Basis IDF Method Prep Method Aroclor-1254 290 67 ug/Kg As Recd 1.000 EPA 8082 EPA 3540C

No detections for PCC-104:GASKET, Lab ID 313556-004

Sample ID: PCC-105:GASKET Lab ID: 313556-005 Analyte Result Flags RL Units Basis IDF Method Prep Method Aroclor-1254 130,000 3,700 ug/Kg As Recd 50.00 EPA 8082 EPA 3540C Aroclor-1260 5,300 3,700 ug/Kg As Recd 50.00 EPA 8082 EPA 3540C

Sample ID: PCC-106:GASKET Lab ID: 313556-006 Analyte Result Flags RL Units Basis IDF Method Prep Method Aroclor-1254 720,000 16,000 ug/Kg As Recd 200.0 EPA 8082 EPA 3540C Aroclor-1260 86,000 16,000 ug/Kg As Recd 200.0 EPA 8082 EPA 3540C

Sample ID: PCC-107:GASKET Lab ID: 313556-007 Analyte Result Flags RL Units Basis IDF Method Prep Method Aroclor-1254 21,000 6,200 ug/Kg As Recd 50.00 EPA 8082 EPA 3540C Aroclor-1260 7,900 6,200 ug/Kg As Recd 50.00 EPA 8082 EPA 3540C

1 of 2 Results for any subcontracted analyses are not included in this summary. Data qualifiers and additional information v6.0 necessary for the interpretation of the test results are contained in the PDF file and may not be included in this summary. 4 of 13 Detection Summary for 313556

Sample ID: PCC-108:GASKET Lab ID: 313556-008 Analyte Result Flags RL Units Basis IDF Method Prep Method Aroclor-1242 800 110 ug/Kg As Recd 1.000 EPA 8082 EPA 3540C Aroclor-1254 4,300 110 ug/Kg As Recd 1.000 EPA 8082 EPA 3540C Aroclor-1260 120 110 ug/Kg As Recd 1.000 EPA 8082 EPA 3540C

Sample ID: PCC-109:GASKET Lab ID: 313556-009 Analyte Result Flags RL Units Basis IDF Method Prep Method Aroclor-1242 48,000 1,600 ug/Kg As Recd 20.00 EPA 8082 EPA 3540C Aroclor-1254 18,000 1,600 ug/Kg As Recd 20.00 EPA 8082 EPA 3540C

2 of 2 Results for any subcontracted analyses are not included in this summary. Data qualifiers and additional information v6.0 necessary for the interpretation of the test results are contained in the PDF file and may not be included in this summary. 5 of 13 6 of 13 7 of 13 Polychlorinated Biphenyls (PCBs) Lab #: 313556 Project#: STANDARD Client: Monte Deignan & Associates Location: Hayward City Center Field ID: PCC-101:GASKET Diln Fac: 50.00 Analyzed: 09/10/19 Type: SAMPLE Batch#: 273829 Prep: EPA 3540C Lab ID: 313556-001 Sampled: 09/03/19 Analysis: EPA 8082 Matrix: Miscell. Received: 09/03/19 Basis: as received Prepared: 09/06/19

Analyte Result RL Units Aroclor-1016 ND 4,900 ug/Kg Aroclor-1221 ND 9,800 ug/Kg Aroclor-1232 ND 4,900 ug/Kg Aroclor-1242 ND 4,900 ug/Kg Aroclor-1248 ND 4,900 ug/Kg Aroclor-1254 260,000 4,900 ug/Kg Aroclor-1260 5,500 4,900 ug/Kg Surrogate %REC Limits Decachlorobiphenyl DO 44-148

Field ID: PCC-102:GASKET Diln Fac: 50.00 Analyzed: 09/10/19 Type: SAMPLE Batch#: 273829 Prep: EPA 3540C Lab ID: 313556-002 Sampled: 09/03/19 Analysis: EPA 8082 Matrix: Miscell. Received: 09/03/19 Basis: as received Prepared: 09/06/19

Analyte Result RL Units Aroclor-1016 ND 4,300 ug/Kg Aroclor-1221 ND 8,600 ug/Kg Aroclor-1232 ND 4,300 ug/Kg Aroclor-1242 ND 4,300 ug/Kg Aroclor-1248 ND 4,300 ug/Kg Aroclor-1254 14,000 4,300 ug/Kg Aroclor-1260 ND 4,300 ug/Kg

Surrogate %REC Limits Decachlorobiphenyl DO 44-148

1 of 5 v2 8 of 13 Polychlorinated Biphenyls (PCBs) Lab #: 313556 Project#: STANDARD Client: Monte Deignan & Associates Location: Hayward City Center Field ID: PCC-103:TILE&OIL Diln Fac: 1.000 Analyzed: 09/10/19 Type: SAMPLE Batch#: 273829 Prep: EPA 3540C Lab ID: 313556-003 Sampled: 09/03/19 Analysis: EPA 8082 Matrix: Miscell. Received: 09/03/19 Basis: as received Prepared: 09/06/19

Analyte Result RL Units Aroclor-1016 ND 67 ug/Kg Aroclor-1221 ND 130 ug/Kg Aroclor-1232 ND 67 ug/Kg Aroclor-1242 ND 67 ug/Kg Aroclor-1248 ND 67 ug/Kg Aroclor-1254 290 67 ug/Kg Aroclor-1260 ND 67 ug/Kg

Surrogate %REC Limits Decachlorobiphenyl 58 44-148

Field ID: PCC-104:GASKET Diln Fac: 50.00 Analyzed: 09/10/19 Type: SAMPLE Batch#: 273829 Prep: EPA 3540C Lab ID: 313556-004 Sampled: 09/03/19 Analysis: EPA 8082 Matrix: Miscell. Received: 09/03/19 Basis: as received Prepared: 09/06/19

Analyte Result RL Units Aroclor-1016 ND 3,800 ug/Kg Aroclor-1221 ND 7,600 ug/Kg Aroclor-1232 ND 3,800 ug/Kg Aroclor-1242 ND 3,800 ug/Kg Aroclor-1248 ND 3,800 ug/Kg Aroclor-1254 ND 3,800 ug/Kg Aroclor-1260 ND 3,800 ug/Kg

Surrogate %REC Limits Decachlorobiphenyl DO 44-148

2 of 5 v2 9 of 13 Polychlorinated Biphenyls (PCBs) Lab #: 313556 Project#: STANDARD Client: Monte Deignan & Associates Location: Hayward City Center Field ID: PCC-105:GASKET Diln Fac: 50.00 Analyzed: 09/10/19 Type: SAMPLE Batch#: 273829 Prep: EPA 3540C Lab ID: 313556-005 Sampled: 09/03/19 Analysis: EPA 8082 Matrix: Miscell. Received: 09/03/19 Basis: as received Prepared: 09/06/19

Analyte Result RL Units Aroclor-1016 ND 3,700 ug/Kg Aroclor-1221 ND 7,400 ug/Kg Aroclor-1232 ND 3,700 ug/Kg Aroclor-1242 ND 3,700 ug/Kg Aroclor-1248 ND 3,700 ug/Kg Aroclor-1254 130,000 3,700 ug/Kg Aroclor-1260 5,300 3,700 ug/Kg Surrogate %REC Limits Decachlorobiphenyl DO 44-148

Field ID: PCC-106:GASKET Diln Fac: 200.0 Analyzed: 09/10/19 Type: SAMPLE Batch#: 273829 Prep: EPA 3540C Lab ID: 313556-006 Sampled: 09/03/19 Analysis: EPA 8082 Matrix: Miscell. Received: 09/03/19 Basis: as received Prepared: 09/06/19

Analyte Result RL Units Aroclor-1016 ND 16,000 ug/Kg Aroclor-1221 ND 32,000 ug/Kg Aroclor-1232 ND 16,000 ug/Kg Aroclor-1242 ND 16,000 ug/Kg Aroclor-1248 ND 16,000 ug/Kg Aroclor-1254 720,000 16,000 ug/Kg Aroclor-1260 86,000 16,000 ug/Kg

Surrogate %REC Limits Decachlorobiphenyl DO 44-148

3 of 5 v2 10 of 13 Polychlorinated Biphenyls (PCBs) Lab #: 313556 Project#: STANDARD Client: Monte Deignan & Associates Location: Hayward City Center Field ID: PCC-107:GASKET Diln Fac: 50.00 Analyzed: 09/10/19 Type: SAMPLE Batch#: 273829 Prep: EPA 3540C Lab ID: 313556-007 Sampled: 09/03/19 Analysis: EPA 8082 Matrix: Miscell. Received: 09/03/19 Basis: as received Prepared: 09/06/19

Analyte Result RL Units Aroclor-1016 ND 6,200 ug/Kg Aroclor-1221 ND 12,000 ug/Kg Aroclor-1232 ND 6,200 ug/Kg Aroclor-1242 ND 6,200 ug/Kg Aroclor-1248 ND 6,200 ug/Kg Aroclor-1254 21,000 6,200 ug/Kg Aroclor-1260 7,900 6,200 ug/Kg Surrogate %REC Limits Decachlorobiphenyl DO 44-148

Field ID: PCC-108:GASKET Diln Fac: 1.000 Analyzed: 09/10/19 Type: SAMPLE Batch#: 273829 Prep: EPA 3540C Lab ID: 313556-008 Sampled: 09/03/19 Analysis: EPA 8082 Matrix: Miscell. Received: 09/03/19 Basis: as received Prepared: 09/06/19

Analyte Result RL Units Aroclor-1016 ND 110 ug/Kg Aroclor-1221 ND 210 ug/Kg Aroclor-1232 ND 110 ug/Kg Aroclor-1242 800 110 ug/Kg Aroclor-1248 ND 110 ug/Kg Aroclor-1254 4,300 110 ug/Kg Aroclor-1260 120 110 ug/Kg

Surrogate %REC Limits Decachlorobiphenyl 40 * 44-148

4 of 5 v2 11 of 13 Polychlorinated Biphenyls (PCBs) Lab #: 313556 Project#: STANDARD Client: Monte Deignan & Associates Location: Hayward City Center Field ID: PCC-109:GASKET Diln Fac: 20.00 Analyzed: 09/10/19 Type: SAMPLE Batch#: 273829 Prep: EPA 3540C Lab ID: 313556-009 Sampled: 09/03/19 Analysis: EPA 8082 Matrix: Miscell. Received: 09/03/19 Basis: as received Prepared: 09/06/19

Analyte Result RL Units Aroclor-1016 ND 1,600 ug/Kg Aroclor-1221 ND 3,200 ug/Kg Aroclor-1232 ND 1,600 ug/Kg Aroclor-1242 48,000 1,600 ug/Kg Aroclor-1248 ND 1,600 ug/Kg Aroclor-1254 18,000 1,600 ug/Kg Aroclor-1260 ND 1,600 ug/Kg

Surrogate %REC Limits Decachlorobiphenyl DO 44-148

Type: BLANK Diln Fac: 1.000 Analyzed: 09/09/19 Lab ID: QC989678 Batch#: 273829 Prep: EPA 3540C Matrix: Miscell. Prepared: 09/06/19 Analysis: EPA 8082

Analyte Result RL Units Aroclor-1016 ND 100 ug/Kg Aroclor-1221 ND 200 ug/Kg Aroclor-1232 ND 100 ug/Kg Aroclor-1242 ND 100 ug/Kg Aroclor-1248 ND 100 ug/Kg Aroclor-1254 ND 100 ug/Kg Aroclor-1260 ND 100 ug/Kg

Surrogate %REC Limits Decachlorobiphenyl 73 44-148

Legend *: Value is outside QC limits DO: Diluted Out ND: Not Detected RL: Reporting Limit

5 of 5 v2 12 of 13 Polychlorinated Biphenyls (PCBs): Batch QC Lab #: 313556 Project#: STANDARD Client: Monte Deignan & Associates Location: Hayward City Center Type: BS Diln Fac: 1.000 Analyzed: 09/09/19 Lab ID: QC989679 Batch#: 273829 Prep: EPA 3540C Matrix: Miscell. Prepared: 09/06/19 Analysis: EPA 8082

Analyte Spiked Result %REC Limits Units Aroclor-1016 2,500 2,669 107 64-146 ug/Kg Aroclor-1260 2,500 2,373 95 60-156 ug/Kg

Surrogate %REC Limits Decachlorobiphenyl 73 44-148

Type: BSD Diln Fac: 1.000 Analyzed: 09/09/19 Lab ID: QC989680 Batch#: 273829 Prep: EPA 3540C Matrix: Miscell. Prepared: 09/06/19 Analysis: EPA 8082

Analyte Spiked Result %REC Limits Units RPD Lim Aroclor-1016 2,500 2,611 104 64-146 ug/Kg 2 31 Aroclor-1260 2,500 2,354 94 60-156 ug/Kg 1 43

Surrogate %REC Limits Decachlorobiphenyl 71 44-148

Legend RPD: Relative Percent Difference

1 of 1 v3 13 of 13 EXHIBIT K

ENVIRONMENTAL COLLABORATIVE

Consultation  Documentation  Restoration 41 Jeanette Court  Walnut Creek, CA 94596 Phone 510-393-0770  [email protected]

MEMORANDUM

TO: Ms. Terri McCracken PlaceWorks 1625 Shattuck Avenue, Suite 300 Berkeley, CA 94709

FROM: Jim Martin ENVIRONMENTAL COLLABORATIVE

DATE: 13 August 2019

SUBJECT: Results of Bat and Bird Nesting Survey Former City Hall Building Demolition Project Hayward, California

The memo summarizes the results of the survey for nesting birds and roosting bats conducted for the former City Hall Building in Hayward, located on City Center Drive. The City is planning to demolish the building, which has been vacant since it was damaged during the Loma Prieta Earthquake in 1989. The structure is 10 stories in height, with the bottom floor partially below grade. It has been occupied by squatters at various points over the past 30 years, but has been cleared of occupants and remains vacant.

The City requested that Environmental Collaborative assess the potential for nesting birds and roosting bats to better understand whether they could pose a constraint, or affect the schedule for demolition. Nests of native birds in active use are protected under the federal Migratory Bird Treaty Act and State Fish and Game Code. Some species of bats are recognized as Species of Special Concern by the California Department of Fish and Wildlife (CDFW), maternity bat roosts in particular being considered important wildlife habitat as nursery sites.

Methods

I, Jim Martin of Environmental Collaborative, conducted the survey on Friday, July 19, 2019, and was accompanied by Suzanne Philis from the City’s Economic Development Department. After entering the building, I inspected accessible areas on each floor, using a hand-held high powered flashlight when light levels were low. The building has undergone interior demolition in the past on most of the floors, with most of the floor coverings, partitions, fixtures, wiring and false ceilings removed. Most of the remaining windows have been painted over, and many of the broken and missing windows have been replaced with sheets of plywood or open metal grates that have been bolted into place.

Upon entering each floor from either the east or west stairwells, I inspected the perimeter of the

1 floor from the outside and interior walls, as well as the remaining central rooms where bathrooms and utility closets were once located. I inspected the floors and ceilings for any signs of birds or bats, including dead animals, droppings, white wash, feathers, nest materials, egg shells or other signs of possible presence. Where observations were made, the location was noted and summarized in a field survey form. Locations where access into the building is still possible by birds and bats was also noted, including broken or missing windows, doors, and ventilation screening. An inventory of missing or broken windows is contained in Attachment A, together with representative photographs showing current conditions.

Results

The only sign of wildlife activity observed during the inspection was of non-native rats and pigeons (Columba livia). Rat droppings were observed on many of the floors in varying amounts, although no dead rats were encountered. Pigeons are entering the building through missing windows on Floors 3, 4, 6, 7, 8, and 9, as well as the top flights of the stairwells, and utility rooms on the roof. Occupation by pigeons on each floor varies, based on the amount of bird droppings. Eggs were found near the east stairwell entrance to the 9th floor, and two young pigeons were still in their nest on the west stairwell to the rooftop. Piles of pigeon feathers were observed in the largest of the rooms on the roof where ventilation screening was missing and doors are left open, likely resulting from pigeons being preyed on by a falcon or other raptor.

The only nesting observed inside the building was by non-native pigeons. Nests and eggshells were observed in the east stairwell leading to the 9th Floor, and a nest occupied by two juvenile birds was observed in the west stairwell between the 9th Floor and access to the roof level. Concentrations of pigeon droppings were observed on several floors on the north side of the central rooms, where utility ducts and other surfaces above the bathrooms and utility rooms provide perching and possible nesting substrate. No other evidence of any active bird nesting was observed in or on the building.

Missing windows allow for access by pigeons and other birds on most floors of the building. An estimate of missing window coverings (plywood or metal grates) was made on each floor, which are tabulated and summarized in Appendix A. Photographs showing the interior condition, window coverings, and missing window/door/vent coverings that allow for access by birds and other wildlife are also shown in Appendix A. A total of 52 window coverings were missing on floors 2 through 9 of the building, and most openings (doors, windows, vents) to the stairwell and utility rooms on the roof are also missing coverings which allows unobstructed access by birds. Pigeons and their signs of occupation were observed on seven levels of the building (including the utility rooms on the roof level).

No signs of any bat presence were observed anywhere in the building. This included absence of any bat guano, dead bats, or characteristic landing and perching areas. Given that most of the interior is now gutted and open, roost habitat is largely absent in the structure. Future occupation of the structure before demolition seems unlikely given the marginal habitat quality and fact that bats haven’t been utilizing the structure with the numerous missing windows and other access points.

Conclusions and Recommendations

Although no evidence of native birds or bats were observed during the building assessment, there remains a potential for future bird or bat occupation prior to the start of demolition activities. As indicated above, nests of native birds in active use are protected from destruction under State and federal law. Birds typically nest from early March through the end of August, 2 and once a nest is occupied it would have to be avoided until any young have fledged, which could significantly delay building demolition. Similarly, maternity roosts of native bats are considered a sensitive resource by CDFW, some species are further recognized as SSC and should be addressed as part of any CEQA review.

The constraints that nests in active use pose to building demolition can be avoided by timing the demolition outside the bird nesting season. In the Hayward area, native birds typically nest from March 1 through August 31. If demolition can be completed before March 1, 2020, no further treatment or controls on wildlife access into the building would be necessary. No evidence of any native bird nesting or bat roosting was observed, and retrofitting all of the missing windows, doors, and vents would be a large undertaking for a building slated for demolition.

If demolition can’t be scheduled outside the bird nesting season, it would be advisable for the City to consider sealing off the missing windows, doors and vents prior to the onset of the nesting season. This would help preclude the potential for native birds to gain access to the building and establish new nests that would have to be avoided until any young have fledged. There is really no way to fully seal up the structure from possible bat occupation without effectively sealing each of the plywood and grated openings, but this seems unwarranted given the interior condition of the building and very remote potential for establishing roosting habitat.

My suggestion is that the City re-evaluate the status of building demolition in January 2020, and if demolition can’t be accomplished before March 1, 2020, that the unsealed windows, doors and vents in the building be sealed before that time. This should prevent birds from gaining access inside the building, establishing new nests, and affecting timing of building demolition. Alternatively, the City could schedule building demolition after the end of the bird nesting season later in 2020, after August 31st.

I trust this provides you with the information requested regarding bird and bat occupation of the former City Center Building. Please feel free to contact me at 510-393-0770 if you have any questions regarding the above assessment.

3

ATTACHMENT A

Inventory of Missing/Broken Windows

Representative Photos of Building Condition

4 TABLE OF WINDOW CONDITION/PIGEON OCCUPATION

Building Floor Number of Broken/ Sign of Pigeon Presence Missing Window Basement 0 No 1 0 No 2 12 No 3 4 Yes 4 17 Yes 5 2 No 6 7 Yes 7 3 Yes 8 1 Yes 9 6 Yes Rooftop Numerous Yes Total <52 7 OF 11 Levels

5

View to southwest on a lower level of building showing intact and missing window openings, and stripped interior condition with flooring, walls and ceilings demolished.

View to west along south wall on a lower level, with grating over missing windows.

6

Missing window at mid-level of building looking west.

Plywood covered window in center, missing window to right and grated window to left.

7

High concentration of pigeon droppings near east stairwell entrance on an upper floor.

Pigeon young nesting in debris at corner of stairwell to roof.

8

Debris and missing vents in utility rooms on roof.

Debris and thick layer of pigeon droppings covering floor in utility rooms on roof. 9

Missing or damaged grating to utility rooms on roof.

Missing doors, windows and ventilation coverings to utility rooms on roof.

10 EXHIBIT L

2400 CAMINO RAMON, STE 240 SAN RAMON, CA 94583 OFFICE: (925) 275-1700 FAX: (925) 275-0600

CITY CENTER OFFICE BUILDING 22300 FOOTHILL BOULEVARD

STRUCTURAL ASSESSMENT

Project Location: 22300 Foothill Boulevard Hayward, CA

Prepared for: Hayward City By: Mike Molyneux, P.E. Reviewed By: Giyan Senaratne, S.E. Date: July 31, 2019 Project No.: 219-096-069

2400 CAMINO RAMON, STE 240 SAN RAMON, CA 94583 OFFICE: (925) 275-1700 FAX: (925) 275-0600

TABLE OF CONTENTS

Section Page 1. Background 1.1 Introduction 1 1.2 Background 1 1.3 Building Description 1 1.4 Applicable Codes……………………………………………………………………………………………………………………2 2. Document Review & Site Inspection 2.1 Site Inspection Summary……………………………………………………………………………………………………….2 2.2 Overall Structural Condition of the Building……………………………………………………………..…..…….10 3. Summary of Deficiencies 3.1 Dangerous Building Declaration ………………………………………………………………………………………….10 3.2 Structural Deficiencies.………………………………………………………………………………………………………..12 3.3 Hazardous Materials……………….…………………………………………………………………………………………..13 4. Demolition Recommendations…………….…………………………………………………………………………………..….13 5. Cost Estimate……………………….……………………………………………………………………………………………………….15 6. Conclusion……..…………………….……………………………………………………………………………………………………….14

Appendix ‘A’……………………………………………………………………………………………………………………………………….16

2400 CAMINO RAMON, STE 240 SAN RAMON, CA 94583 OFFICE: (925) 275-1700 FAX: (925) 275-0600

1. Structural Assessment

1.1 Introduction At the request of Hayward City, West Coast Code Consultants, Inc. (WC3) has performed a structural assessment of the property located at 22300 Foothill Boulevard, Hayward, California. The objectives and scope of this assessment were planned in discussions between Catherine Ralston and Gary Nordahl of Hayward City and Giyan Senaratne and Mike Molyneux of WC3. In general, the objectives of this assessment were to: 1. Assess the overall structural condition of the building. 2. Identify portions of the building that are, or may be, structurally deficient. 3. Review the recommendations from past structural evaluations. 4. Recommend repairs for deficiencies found in the structure. 5. Provide preliminary cost estimates for needed repairs. 6. Hazardous materials. 7. Provide potential recommendations for demolition. 1.2 Background The property consists of an eleven-story reinforced concrete non-ductile moment-frame structure. The structure was completed in 1969 and served as city hall for Hayward City as well as leasing out other floors of the building to businesses. It is our understanding that after the Loma Prieta earthquake in 1989, City Hall was relocated to another facility and the City Hall office building was sold. A structural assessment of the existing structure was completed in 1990, 1991, and 1992 where renovations were recommended. These renovations were never completed, and the structure has not been in use since 1990. During this time the old City Hall office building have been used by vagrants. There are several locations where it appears that destructive testing has been done to verify reinforcement conditions. Infill framing and finishes have been removed. The elevator core and stairway shafts are framed with steel studs and are exposed in many locations. The gypboard at the stair shafts has been damaged in many locations. Hayward City would like to know if the structure can be retrofitted or if demolition would be recommended.

1.3 Building Description The high-rise office building is an eleven-story, concrete slab, beam, girder, and column structure. The lateral force resisting system consists of concrete non-ductile moment frames. The concrete columns around the exterior of the structure along with spandrel beams comprise the concrete moment frames at the upper levels. The bottom two levels consist of a plaza which transitions to larger concrete moment frames with larger beams and columns. Concrete beams run east/west with concrete girders spanning north and south between concrete columns. A 3-1/2 inch concrete slab spans the estimated 2’-6” space between the beams. Steel stairs join each level at the north and south ends of the structure. Elevator and stair shafts are found in the middle of the building as well. People can enter the building from the second

Page 1

2400 CAMINO RAMON, STE 240 SAN RAMON, CA 94583 OFFICE: (925) 275-1700 FAX: (925) 275-0600 floor on the east side and middle with the entrance being at the ground floor on the west end. The top floor or roof contains a mechanical penthouse surrounded by an asphaltic gravel covering and a tall parapet wall around the entire exterior.

1.4 Applicable Codes Currently, the State of California has adopted both the 2016 California Building Code (based on the 2015 IBC) and the Uniform Code for the Abatement of Dangerous Buildings (UCADB) for use in ensuring that both new and existing buildings meet a minimum level of life safety. Both of these codes were used in performing this assessment of the project and are referenced throughout this report. The 2019 version of the California Building Code will be effective January 1, 2020.

2.1 Site Inspection Summary A site inspection was conducted by Mike Molyneux of WC3, Gary Nordhal and Sammy Lo of Hayward City, and Tim Cannard of Kellco Services on Tuesday, July 9th, 2019. During the site visit a visual inspection of the structural conditions, code-related issues, and potential hazardous materials was performed. Table 1 shows some structural items of interest that were discovered during the site inspection.

Table 1. Photos and Descriptions

Photo #1: This is a photo from the east side of the building. The concrete frame of the upper nine stories can be seen. The openings are two feet, six inches wide with two-foot, six-inch columns in between. One of the larger columns for the plaza level can be seen at the bottom of the picture.

Page 2

2400 CAMINO RAMON, STE 240 SAN RAMON, CA 94583 OFFICE: (925) 275-1700 FAX: (925) 275-0600

Photo #2: This photo shows the typical floor construction. Similar floor construction was seen at all levels. Concrete girders span the 25’-0” between the concrete columns at each floor with concrete beams/purlins spaced at roughly 2’-6” on center. No significant cracking was seen in the beams, girders, columns, or slab throughout the building.

Photo #3: This photo shows the non-ductile concrete frame from the interior. No significant cracking could be seen at the top or bottom of the concrete columns. The change in color at the base that can be seen in the picture is from removal of the floor finishes. This is not spalling or cracking of the concrete columns.

Page 3

2400 CAMINO RAMON, STE 240 SAN RAMON, CA 94583 OFFICE: (925) 275-1700 FAX: (925) 275-0600

Photo #4:

This photo shows the extent of the concrete frames along a typical north and south side of the building. No significant cracking can be seen in the concrete floor slab. The metal cage/grating that has been added at the openings throughout can be seen in the picture as well.

Photo #5: This photo shows a retrofit brace that was added at some point. There are no design calculations or clarification as to why this was added in any of the reports reviewed as part of this investigation. The adjacent column has exposed rebar and a cut section which appears to have been done as part of destructive testing. It is assumed that this brace was added to provide lateral support at this level where destructive testing has been done. See the following picture.

Page 4

2400 CAMINO RAMON, STE 240 SAN RAMON, CA 94583 OFFICE: (925) 275-1700 FAX: (925) 275-0600

Photo #6: This photo shows a section of a typical concrete column where the outer concrete has been removed to expose the steel reinforcement. The reinforcement shown does not meet the requirements of Sections 18.7.5.2 and 18.7.5.3 of ACI 318-14 for transverse reinforcement for moment frame columns. These sections of the ACI provide for more ductile frames and decrease the risk for catastrophic failure. As a result, it is clear that the existing structure is a non-ductile concrete building.

Photo #7: This photo shows the longitudinal reinforcement of the moment frame columns as well as the ties and tie spacing. The tie spacing is reported as twelve inches on center in the February1990 report provided by EQE Engineering. The reinforcement could only be verified at this location but is assumed to be typical throughout. A change of reinforcement at higher levels would be normal as the cumulative seismic loads at higher levels would be lower.

Page 5

2400 CAMINO RAMON, STE 240 SAN RAMON, CA 94583 OFFICE: (925) 275-1700 FAX: (925) 275-0600

Photo #8:

This photo shows a typical concrete column cross section that has been cut. It is assumed that the cut was made to verify the typical longitudinal reinforcement. This column was cut in the east side of the building at one of the lower levels. The concrete floor beams span parallel to this wall. This wall would have less gravity load but is still considered part of the lateral force resisting system. It is assumed therefore the brace in previous pictures was added.

Photo #9:

This photo shows the condition of much of the infill framing around the stairwells. The steel studs are still there but many of them are bent and the gypboard is missing. These walls are non-load bearing.

Photo #10:

This photo shows a typical masonry infill wall that occurs at the northwest side of the building. Due to the gap and bracing at the top of the wall it is clearly a non-bearing, non- shear wall. No visible cracking could be seen in the masonry walls at any level.

Page 6

2400 CAMINO RAMON, STE 240 SAN RAMON, CA 94583 OFFICE: (925) 275-1700 FAX: (925) 275-0600

Photo #11:

This photo shows the mechanical penthouse on the roof of the building. The walls appear to line up with the concrete beams and columns below. The penthouse has the same moment frames and gravity framing as the levels below.

Photo #12:

This photo shows the two-story plaza at the northwest side of the building. The typical concrete moment frame stops at the top of the second level with larger concrete frame columns occurring below. The plaza is one- story at the east side of the building and extends to two stories at the west end.

Page 7

2400 CAMINO RAMON, STE 240 SAN RAMON, CA 94583 OFFICE: (925) 275-1700 FAX: (925) 275-0600

Photo #13:

The area at the middle of the building is open with the stairs and walkway extending through the middle of the building. It appears that this would create a soft story or extreme soft story as defined in Table 12.3-2 of ASCE 7-10. There is potentially a torsional irregularity at the lower level as defined in Table 12.3-1 of ASCE 7-10.

Photo #14:

This photo provides a clear view of the two- story plaza level at the west end. A cross section of the plaza level columns has not been cut to verify the existing reinforcement.

Page 8

2400 CAMINO RAMON, STE 240 SAN RAMON, CA 94583 OFFICE: (925) 275-1700 FAX: (925) 275-0600

Photo #15:

This photo shows the overall west side of the structure which includes all eleven levels.

Page 9

2400 CAMINO RAMON, STE 240 SAN RAMON, CA 94583 OFFICE: (925) 275-1700 FAX: (925) 275-0600

2.2 Overall Structural Condition of Building The structure has been vacant since around 1990. During this time typical maintenance has not been completed. Many of the windows have been broken out allowing the elements into the building. The building has also been occupied by vagrants and animals. The concrete slabs, beams, girders, and columns appear to be in good condition. There was no observable exposed reinforcement in the slabs, beams, girders, or columns except for one location where destructive testing of two columns was completed on the east end of the building. It is clear from the destructive testing and exposed reinforcement that the building does not meet current standards for a lateral force resisting system. The CBC defines substantial structural damage as: 1. In any story, the vertical elements of the lateral force resisting system have suffered damage such that the lateral load-carrying capacity of the structure in any horizontal direction has been reduced by more than 33 percent from its pre-damage condition. 2. The capacity of any vertical gravity load-carrying component, or any group of such components, that supports more than 30 percent of the total area of the structure’s floors and roofs has been reduced more than 20 percent from its pre-damage condition and the remaining capacity of such affected elements, with respect to all dead and live loads, is less than 75 percent of that required by this code for new buildings of similar structure, purpose and location. From the surface it appears that the damage would be considered less than substantial and that repairs and retrofits can be completed to bring the building up to date and code compliant. Damage and testing that has occurred on similar structures since the Northridge and Loma Prieta earthquakes has shown that significant retrofits and alterations would be required to rehabilitate the building to meet the requirements of the current building codes and prevent potentially catastrophic damage and failure of the building’s lateral force resisting system. This would require analysis of the current structure in order to provide retrofit options for the lateral force resisting system. Similar analysis has been provided in the past considering earlier building codes and forces. Deficiencies and potential retrofit are discussed in the following sections.

3.1 Dangerous Building Declarations It is our opinion that the building should be classified as “dangerous” as defined in Section 302 of the UCADB and that abatement should be required. The following is a list of the deficiencies that should be addressed by the building owner. Included is a description of the specific items in the UCADB that would classify this building as “dangerous”. This is not a comprehensive list of non-compliant code items, but a general listing of deficiencies encountered during our brief site visit. The main purpose of our visit was to ensure the structural adequacy of the structure from a life-safety perspective with code-compliant issues being secondary in importance.

1. From a design perspective there are two load conditions that must be considered by a structural engineer. The first of these is the gravity load path which consists of making sure that appropriately sized columns, beams and walls are provided to carry the gravity loads (i.e. persons, partitions, furniture, etc.) from any point in the building down to the foundations. The second

Page 10

2400 CAMINO RAMON, STE 240 SAN RAMON, CA 94583 OFFICE: (925) 275-1700 FAX: (925) 275-0600

condition is the lateral load path which ensures that the building has enough lateral resistance to protect it from a wind or earthquake event. It is evident after walking through the building that there are multiple structural deficiencies/irregularities in the lateral force resisting system. Significant retrofits would be required at all levels of the structure to meet the requirements of the California Existing Building Code (CEBC) and California Building Code (CBC). 2. Section 302 of the UCADB lists eighteen (18) conditions where if any are true would require a building or structure to be deemed “dangerous” and would require the owner to abate those conditions known to be dangerous. It is our opinion that at least three (3) of these conditions are applicable to this structure. The following is a listing of those three definitions as well as a description of why we feel they have been triggered: a. Section 302 – Item 2: “Whenever the walking surface of any aisle, passageway, stairway or other means of exit is so warped, worn, loose, torn or otherwise unsafe as to not provide safe and adequate means of exit in case of fire or panic.” The stairways are open in many instances and littered with debris from improper maintenance of the building. The center stairways and elevator shafts are not passible as they have been used as a trash dump by vagrants that have occupied the building through the years. The structural integrity of the center stair structures could not be verified as the trash made the stairs impossible to observe. b. Section 302 – Item 4: “Whenever any portion thereof has been damaged by fire, earthquake, wind, flood or by any other cause, to such an extent that the structural strength or stability thereof is materially less than it was before such catastrophe and is less than the minimum requirements of the Building Code for new buildings of similar structure, purpose or location.” It has been determined by research and testing that the current construction of this building is unsafe in seismic events. The existing lateral force resisting system - a non-ductile moment frame system - for this structure is no longer an approved system. Provisions for ductile concrete moment frames were added to the 1973 UBC. Significant modifications would be required to rehabilitate the structure to meet current accepted design standards. c. Section 302 – Item 12: “Whenever the building or structure has been so damaged by fire, wind, earthquake or flood, or has become so dilapidated or deteriorated as to become (i) an attractive nuisance to children; (ii) a harbor for vagrants, criminals or immoral persons; or as to (iii) enable persons to resort thereto for the purpose of committing unlawful or immoral acts.” During the site visit it was apparent that the property has been “attractive” for vagrants or other persons. While on site we saw evidence of vagrants which have used the structure for shelter. Evidence of trash and graffiti was seen throughout the site. The city has removed the vagrants and is in the process of cleaning up the structure.

Page 11

2400 CAMINO RAMON, STE 240 SAN RAMON, CA 94583 OFFICE: (925) 275-1700 FAX: (925) 275-0600

3.2 Structural Deficiencies A structural analysis of the building was conducted by EQE Engineering in February of 1990. At that time EQE determined that elements of the building were significantly overstressed when considering codes that were in use at the time of the evaluation. The detailing of the structure also provided for little ductility. The high-strength concrete and reinforcement detailing could cause sudden failure of sections of the lateral force resisting system increasing loads to other sections of the building and increasing the likelihood of catastrophic failure. There are also soft story and torsional irregularities at the plaza level. Per Table 12.3-2 of ASCE 7-10 a soft story is defined to exist where there is a story in which the lateral stiffness is less than 70% of that in the story above or less than 80% of the average stiffness of the three stories above. Per Table 12.3-1 of ASCE 7-10 a torsional irregularity is defined as where the maximum story drift, computed including accidental torsion at one end of the structure transverse to an axis is more than 1.2 times the average of the story drifts at the two ends of the structure. These irregularities could serve to magnify lateral forces where these forces are not intended. Collapse of the plaza level is also possible in a seismic event. Three methods for seismic retrofit have been considered as part of our assessment. Although these methods are not the only possibilities they are the most common and have also been considered in the past when conducting evaluation of the building. Method 1 Proposed upgrades include providing structural infill walls between some of the concrete frames at all levels above the plaza. Enough infill would be required to reduce the potential force to the concrete frames to allow ductile failure. Further analysis of the building would be required to determine the required infill and reinforcement to accommodate current lateral forces. However, in-fill walls typically consist of reinforced concrete walls which in turn increase the weight of the structure and the corresponding seismic loading of the structure. Steel braced frames are recommended at the plaza level to account for the soft story and torsional irregularities. A complete structural analysis of the structure would be required to determine the infill framing and braced frame member sizes and anchorage. Additional concrete and reinforcement may be required at the footings to resist the overturning forces at the base where braced frames are added. Method 2 A second analysis was provided by EQE Engineering in March of 1991. This report suggests the use of base isolators and seismic separation joints at the plaza level. Base isolators essentially provide an elastic base that the building would be founded on. The elastic base dampens the seismic forces imparted to the structure above. By providing base isolators at the plaza level the forces to the frames above would be reduced. Although the forces at the upper level would be reduced the existing moment frames as detailed do not meet the ductile concrete moment frame detailing requirements set forth in Chapter 18 of the ACI. It is our opinion that although base isolators would lessen the forces at the upper levels that seismic retrofit of the upper frames would still be required. A preliminary analysis by EQE in 1992 indicates that they gave a 50/50 percent certainty that the structure would provide life safety in a magnitude 6.0 seismic event.

Page 12

2400 CAMINO RAMON, STE 240 SAN RAMON, CA 94583 OFFICE: (925) 275-1700 FAX: (925) 275-0600

Additional analysis of the structure would be required to determine the extent of infill concrete and reinforcement that would be required. Method 3 A third analysis provided by EQE in 1992 provides recommendations for base isolation in conjunction with braced frames at upper levels. This recommendation by EQE falls in line with our concerns that even with base isolation that the building could still sustain significant damage in a seismic event. EQE recommends that braced frames be added from the foundation, all the way to the upper level. The cost of this retrofit at the time of evaluation was higher than the previous two recommendations but would provide a higher likelihood of life safety in a seismic event.

3.3 Hazardous Materials During our site visit we were joined by Tim Cannard, a hazardous materials expert. He indicated that there is asbestos in glues that could be seen on some surfaces as well as ductwork tape and potentially in the concrete from the quarries and pumping equipment. He also indicated that there could be trace amounts of PCB’s, lead, and mercury in the building. The amounts would have to be determined by testing. When determining the demolition process these hazardous materials will have to be considered.

4.1 Demolition Recommendations West Coast Code Consultants does not specialize in demolition. We provide a description of the building to obtain a more accurate bid for demolition services. It is recommended that this information be used to contact demolition contractors that could then provide a more accurate bid for demolition services. The following is a description of the size, construction, materials, and condition of the building. This information was obtained from the detailed analysis of the structure that was conducted by EQE in 1990 and confirmed on our visit to the site on July 9th, 2019. 1. The building is seventy-seven feet, six inches by one hundred seventy-seven feet, six inches and eleven stories tall. The topography of the site slopes from east to west with the entrance to the second level being on the east side. There are several tall, large rooms which occupy the lower level at the west end with smaller mechanical equipment rooms which occupy the lower level at the east end. The east end of the second floor contains the old city council chambers. Large concrete beams support the gravity loading from the columns which occur from the floors above. The third through eleventh floor contain thirty-inch by thirty-inch concrete columns spaced at twenty-five feet on center. These concrete columns support the gravity framing which consist of two concrete girder beams that span the entire structure from east to west with intermediate support being provided by the concrete columns. A 3-1/2” concrete deck is supported by concrete beams spanning north to south. These beams span roughly twenty-five feet and are spaced at an estimated thirty inches on center. There is a mechanical penthouse at the roof level. This penthouse is of similar construction as the typical framing at each level but is contained within the area supported by the columns below (roughly one hundred twenty-five feet by twenty-five feet). Much of the mechanical equipment remains at the penthouse level. This equipment consists of some

Page 13

2400 CAMINO RAMON, STE 240 SAN RAMON, CA 94583 OFFICE: (925) 275-1700 FAX: (925) 275-0600

large machinery. There is a parapet wall which occurs around the outside perimeter of the building which is the same height as the mechanical penthouse. A preliminary cost estimate for demolition of $3,500,000 to $4,500,000 was obtained by contacting multiple demolition companies in the Hayward area. Preliminary estimates for the cost of demolition are much lower than those provided for any of the retrofit solutions. It should be noted that estimates provided for demolition were provided based on a rough description of the size and condition of the building to demolition contractors. The estimate should be verified prior to making any final decisions.

5.1 Cost Estimate Method 1 Preliminary cost estimates for the seismic retrofit of the building were provided by EQE in their 1990 report. EQE estimated the cost for the seismic retrofit at $3.6 million. West Coast Code Consultants came up with a cost estimate of $5.4 million for seismic retrofit. This breakdown can be seen as method one in Appendix ‘A’. Method 2 Initial cost estimates by EQE for Method 2 are $5.6 million for seismic upgrades including the base isolators. Initial cost estimates by West Coast Code Consultants for Method 2 are $7.1 million. This breakdown can be seen as Method 2 in Appendix ‘A’. Keep in mind that this method does not account for the structural fill that would be required at the upper levels. Method 3 takes this into account. Method 3 Initial estimates for Method 3 are $8.7 million. West Coast Code Consultants came up with a cost estimate of $9.7 million. This breakdown can be seen as Method 3 in Appendix ‘A’. To help with cost estimates West Coast Code Consultans also considered FEMA 156, Typical Costs for Seismic Rehabilitation of Existing Buildings. By considering the year of construction, seismic zone, square footage, construction type, seismic system, and inflation rates we were able to come up with a lower and higher bound for the estimated retrofit construction costs. The lower bound for the estimated retrofit costs is $4.1 million. The upper bound for the estimated cost is $11.8 million. Our estimates fall within the bounds of the FEMA cost estimates. Our cost estimates do not account for architectural, mechanical, electrical, fire sprinklers, fire alarms, tenant improvements, disabled accessibility, energy compliance, and plumbing work. These cost estimates are for seismic retrofit only and provide for life safety in a seismic event. Preliminary time estimates for retrofit construction is two years. Estimates for the demolition timeline can be obtained along with bids provided by the demolition contractor. For a more accurate cost analysis destructive testing and bids would be required by an experienced contractor.

Page 14

2400 CAMINO RAMON, STE 240 SAN RAMON, CA 94583 OFFICE: (925) 275-1700 FAX: (925) 275-0600

6.1 Conclusion It is our opinion that the City should abate the “dangerous” conditions that exist at this site. Section 402 of the UCADB states that abatement should be provided by means of repair, rehabilitation, demolition or removal. It is our opinion that the building is not in eminent danger of collapse. The lateral force resisting system used in construction is no longer an approved system. Significant upgrades to the lateral force resisting system would be required in order to bring the structure up to current code. This would require extensive structural analysis and costly structural upgrades. This would bring the structure up to current code but would not include the cost to complete the finish of the building. New windows, mechanical equipment and ductwork, plumbing, electrical, partitions and interior finishes would be required. New elevators and possibly stairs would be required. All these items would further increase the cost of the finished structure and should be considered when determining what should be done with the building. The extent of the damage should be assessed and the extent of repair required should be determined. In this instance, the City should hire a licensed structural engineer to analyze the building and ensure that an appropriate gravity and lateral load path are provided down to appropriate foundations utilizing a code- accepted lateral force resisting system. Appropriate design drawings and supporting calculations should be provided to the City and a building permit should be obtained prior to commencing any repair work. Initial demolition estimates for the site are much lower than retrofit costs even without considering the cost of finishes. If demolition is determined to be the more desired course of action it is recommended that the building be demolished from the top down in lieu of implosion. Due to the project location as well as hazardous materials that are present in the building implosion would be difficult, expensive, and may not be possible. Prior to demolition hazardous materials should be removed from the building. Bids should be obtained from contractors experienced in the removal of hazardous material and demolition. Please note that this is simply a structural assessment and does not constitute a detailed evaluation of the building. Feel free to contact us at any time should you have any questions or concerns regarding this assessment.

Page 15

2400 CAMINO RAMON, STE 240 SAN RAMON, CA 94583 OFFICE: (925) 275-1700 FAX: (925) 275-0600

Appendix ‘A’

Page 16

2400 CAMINO RAMON, STE 240 SAN RAMON, CA 94583 OFFICE: (925) 275-1700 FAX: (925) 275-0600

Page 17

2400 CAMINO RAMON, STE 240 SAN RAMON, CA 94583 OFFICE: (925) 275-1700 FAX: (925) 275-0600

Page 18

2400 CAMINO RAMON, STE 240 SAN RAMON, CA 94583 OFFICE: (925) 275-1700 FAX: (925) 275-0600

Page 19

2400 CAMINO RAMON, STE 240 SAN RAMON, CA 94583 OFFICE: (925) 275-1700 FAX: (925) 275-0600

Page 20

Hayward - Google Maps Page 1 of 3

EXHIBIT M Site Logistics and Temporary Fencing Plan

Hayward

Truck Haul Route Entrance and Exit

Temporary Fencing

Contractor Material Staging and Processing, Temporary Parking this area. Contractor to restore area at or exceeding the original condition.

Contractor may peel back existing fence for access to adjacent lot. To be restored in its original condition at final turnover.

Temporary Fencing

Imagery ©2019 Google, Imagery ©2019 CNES / Airbus, Maxar Technologies, U.S. Geological Survey, Map data ©2019 50 ft

https://www.google.com/maps/place/Hayward,+CA/@37.6796545, -122.0826338,315a,35y,270h/data=!3m1!1e3!4m5!3m4!1s0 ... 8/ 30/ 2019 Hayward - Google Maps Page 1 of 3

EXHIBIT N TRUCK HAULING ROUTE Hayward

EAST BOUND TO ALTAMONT LANDFILL AT 10840 ALTAMONT PASS ROAD, LIVERMORE, CA

PROJECT SITE

Map data ©2019 500 ft LEGEND: INBOUND OUTBOUND

https://www.google.com/maps/place/Hayward,+CA/@37.6838303, -122.0872978,16.07z/data=!4m5!3m4!1s0x808f9431b60159 ... 8/ 30/ 2019 EXHIBIT O SCOPE OF WORK Project Title: City Center Building Deconstruction Project, FY 2019 Project Address: 22300 Foothill Boulevard, Hayward, CA Project No.: 06911 Contract Drawings:

DRAWING TOTAL NUMBER File No.. Of Sheets Title E-578 113 Hayward Civic Plaza Office Building (As-Builts) – Project No. 5737 E-870 21 City Center Parking Structure (As-Builts) – Project No. 8713 E-2184 2 City Center Building Deconstruction Project – Project No. 06911 Scope of Work:

1. Abatement and disposal of all hazardous materials as identified in Exhibit J – Hazardous Materials Testing Report dated 09/24/2019. 2. Demolition and removal of an eleven (11) story steel reinforced concrete structure and associated foundations including top five (5) feet of concrete caissons, all exterior and interior materials of building including but not limited to mechanical, electrical, and plumbing systems, systems and all associated equipments and components, elevators, hoistways, steel stairs, roofing systems, metal stud framing, gypsum board, ceiling systems, flooring systems, finishes, furnishings, etc., and removal of adjacent paved surfaces and landscaping as shown on Contract Drawings. 3. Site preparation including tree protection, temporary security fencing, temporary lighting, and temporary shoring. 4. Final grading including design. 5. SWPPP design and implementation. QSD and QSP services during the scope of services. 6. Cutting, capping, and slurry fill of existing onsite utilities near the limits of work. Final locations may be determined in the field. 7. Hydroseeding on all disturbed areas. 8. Permanent fences and gates and shown on sheet 2 of the contract drawings. 9. Within 15 working days after receipt of contract: a. Provide detailed schedule of the design and construction phases for review by the Owner. b. Provide final haul routes for demolition materials and dirt offhaul. 10. Provide all scope and services in the following Exhibits. a. Exhibit M – Site Logistics and Temporary Fencing Plan b. Exhibit N – Truck Haul Routes

City Funded Project Project No. 06911 B.P. Revised 12/05/2017 September 2019 PROPOSAL TO THE CITY COUNCIL OF THE CITY OF HAYWARD for City Center Building Deconstruction Project

Project No. 06911

Name of Contractor: ______

Business Address: ______

City: ______Zip Code: ______

Phone No.: _(______)______Fax No.: _(______)______

* * * * * * LOCATION

The work to be done and referenced to herein is in the City of Hayward or the adjacent vicinity, State of California, and extends over property owned or controlled by the City of Hayward, and is to be constructed in accordance with special provisions (including the payment of not less than the minimum wage rates referred to in the special provisions) and the contract annexed hereto and also in accordance with adopted Standard Specifications, Standard Plans and Standard Details of the City of Hayward, which are hereby specially referred to and by such reference made a part hereof.

The work to be done is shown upon plans entitled:

Drawing No. Title

E-2184 City Center Deconstruction Project

TO THE CITY COUNCIL, CITY OF HAYWARD

The undersigned, as bidder, does hereby declare that the only persons or parties interested in this proposal are the undersigned and this proposal is made without collusion with any other person, firm, or corporation; that he has carefully examined the location of the proposed work, the annexed proposed form of contract, and the plans therein referred to; and he proposes and agrees, if this proposal is accepted, that he will contract with the City of Hayward, in the form of the copy of the contract annexed hereto, to provide all necessary machinery, tools, apparatus, and other means of construction and to do all the work and furnish all the materials specified in the contract, in the manner and the time therein prescribed, and according to the requirements of the Engineer as therein set forth, and that he will take in full payment therefor the amounts shown on the following unit price schedule, to wit:

City Funded Projects Project No. 06911 B.P. Revised 12/05/2017 P-1 September 2019

BID SHEET

CITY OF HAYWARD PROJECT TITLE: City Center Building Deconstruction PROJECT NO. 069111

ITEM SPEC. EST. UNIT PRICE UNIT PRICE TOTAL - Lump Sum ITEM DESCRIPTION UNIT NO. SECTION QUANTITY (In Words) (In Figures) (In Figures) Hazardous Materials 1 028213 Abatement - ASBESTOS N/A L/S N/A N/A (Lump Sum)

Hazardous Materials 2 028213 Abatement - PCB (Lump N/A L/S N/A N/A Sum)

Building and Site Demolition 3 10-1.16 N/A L/S N/A N/A (Lump Sum)

4 8.1.K Final Grading (Lump Sum) N/A L/S N/A N/A

Fences and Gates (Lump 5 8.1.R N/A L/S N/A N/A Sum)

TOTAL BASE BID

Abbreviations: See Section 10 of these Special Provisions for definitions of the unit of measure.

NOTE: Referenced sections on the Bid Sheet are intended to provide initial linkage to the work descriptions and the Special Provisions. Not all the relevant sections have been specified above and the bidder is responsible for reading the entire contract documents. The estimate of construction quantities set forth herein is approximate only, being given as a basis for the comparison of bids. The City does not expressly or by implication agree that the actual amount of work will correspond therewith, and reserves the right to change the amount of any class or portion of the work or to omit portions of the work as may be deemed necessary or expedient by the Engineer in accordance with Section 4-1.03, "Changes", of the Standard Specifications, and as amended in these Special Provisions. All bids will be compared on the basis of the Eningeer's Estimate of the quantities of the work to be done. The undersigned declares, by their signature to this Proposal, that the bidder has checked carefully all the above figures and understands that the City shall not be responsible for any errors or omissions on the part of the undersigned in making up this bid.

BIDDER DATE

City Funded Project Project No. 069111 B.P. 7/22/10 P-2.1 September 2019 BID SHEET

CITY OF HAYWARD PROJECT TITLE: City Center Building Deconstruction PROJECT NO. 069111

ITEM SPEC. EST. UNIT PRICE UNIT PRICE TOTAL - Lump Sum ITEM DESCRIPTION UNIT NO. SECTION QUANTITY (In Words) (In Figures) (In Figures)

Provide unit cost pricing below for use in determining Administrative Change Orders

Hazardous Materials 1 EXHIBIT J Abatement - Window TBD EA N/A Gasketing

Hazardous Materials 2 EXHIBIT J Abatement - Fire Rated TBD EA N/A Doors

Hazardous Materials 3 EXHIBIT J Abatement - Mastic at Sheet TBD SF N/A Vinyl

Hazardous Materials 4 EXHIBIT J Abatement - Roof Felt / TBD SF N/A Membrane

Hazardous Materials 5 EXHIBIT J TBD SF N/A Abatement - Gypsum Board

Hazardous Materials 6 EXHIBIT J Abatement - Below Grade TBD SF N/A Waterproofing

Hazardous Materials 7 EXHIBIT J Abatement - Light Fixture TBD EA N/A Ballasts

Excavation and Removal of 8 10-1.12 TBD LF N/A Existing Utilities (Unit Cost)

Abbreviations: See Section 10 of these Special Provisions for definitions of the unit of measure.

NOTE: Referenced sections on the Bid Sheet are intended to provide initial linkage to the work descriptions and the Special Provisions. Not all the relevant sections have been specified above and the bidder is responsible for reading the entire contract documents. The estimate of construction quantities set forth herein is approximate only, being given as a basis for the comparison of bids. The City does not expressly or by implication agree that the actual amount of work will correspond therewith, and reserves the right to change the amount of any class or portion of the work or to omit portions of the work as may be deemed necessary or expedient by the Engineer in accordance with Section 4-1.03, "Changes", of the Standard Specifications, and as amended in these Special Provisions. All bids will be compared on the basis of the Eningeer's Estimate of the quantities of the work to be done. The undersigned declares, by their signature to this Proposal, that the bidder has checked carefully all the above figures and understands that the City shall not be responsible for any errors or omissions on the part of the undersigned in making up this bid.

BIDDER DATE

City Funded Project Project No. 069111 B.P. 7/22/10 P-2.2 September 2019

DIRECTIONS TO CONTRACTORS:

The following are directions to contractors by the City of Hayward and this proposal is made with reference to them:

Proposals are required for the entire work. The amount of the proposal for comparison purposes will be the total of all items. The total of unit basis items will be determined by extension of the item price bid on the basis of the estimated quantity set forth for the item.

The contractor shall set forth for each item of work, in clearly legible figures, an item price and a total for the item in the respective spaces provided for this purpose. In the case of unit basis items, the amount set forth under the "Total" column shall be the extension of the item price bid on the basis of the estimated quantity for the item.

In case of discrepancy between an item price in words and the price in figures, the price in words shall prevail. In case of discrepancy between the item price and the total set forth for a unit basis item, the item price shall prevail, provided; however, if the amount set forth as an item price is ambiguous, illegible or uncertain for any cause, or is omitted, or in the case of unit basis items, is the same amount as the entry in the "Total" column, then the amount set forth in the "Total" column for the item shall prevail in accordance with the following:

(1) As to lump sum items, the amount set forth in the "Total" column shall be the item price.

(2) As to unit basis items, the amount set forth in the "Total" column shall be divided by the estimated quantity for the item and the price thus obtained shall be the item price.

All questions concerning proposals are to go to the City Project Engineer designated on the cover of the Specifications, and any changes to the Contract Documents shall be made by addendum.

The contractor’s attention is directed to Section 2, "Proposal Requirements and Conditions," of these special provisions regarding submittal of proposal on City furnished forms.

If this proposal shall be accepted and the undersigned shall fail to contract as aforesaid and to give the two bonds in the sums to be determined as aforesaid, with surety satisfactory to the City of Hayward, within ten (10) days, not including Sundays and legal holidays, after the contractor has received notice from the City of Hayward that the contract has been awarded, the City of Hayward may, at its option, determine that the contractor has abandoned the contract, and thereupon this proposal and the acceptance thereof shall be null and void and the forfeiture of such security accompanying this proposal shall operate and the same shall be the property of the City of Hayward.

City Funded Projects Project No. 06911 B.P. Revised 12/05/2017 P-3 September 2019

INSTRUCTIONS FOR LISTING SUBCONTRACTORS:

In conformance with Section 2-1.06, "Subcontracting," of these Special Provisions, the contractor shall list the name and the State Contractor's license number of each subcontractor who will perform work or labor or render service to the prime Contractor in or about the construction of the work or improvement, or a subcontractor licensed by the State of California who, under subcontract to the prime Contractor, specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the plans and specifications, in an amount in excess of one-half of 1 percent of the prime Contractor's total proposal. The contractor shall list only one subcontractor for each portion as is defined by the prime Contractor in his or her proposal. The information shall be reported on the “List of All Subcontractors and Suppliers” form on proposal pages P-5 and P-6.

Upon request and within two (2) business days after the date of the bid opening, the contractor also shall provide information to the City Engineer about the listed subcontractor(s) identifying: the location of the place of business; the description of work subcontracted; and the subcontract amount,

Contractors are cautioned that nonsubmittal of required information may constitute grounds for rejection of the proposal. It is not required to list suppliers to the forms on pages P-5 and P-6 unless the suppliers are being listed for DBEs or WBEs purposes (See DBE and WBE information below). The DBE/WBE suppliers’ participation percentage shall be calculated per instructions shown on pages P-5 and P-6.

The City of Hayward requests that any contractor who utilizes Disadvantaged Business Enterprise (DBE) and Women Business Enterprise (WBE) subcontractors also provide the DBE/WBE information in the same form on proposal pages P-5 and P-6. The requested information includes DBE/WBE amounts, the DBE/WBE ethnicity, and the resource list from which the firm is certified. Acceptable DBE/WBE resource lists are noted in Section 2-1.05, "Resource Lists for This Project," of these special provisions.

City Funded Projects Project No. 06911 B.P. Revised 12/05/2017 P-4 September 2019

LIST OF ALL SUBCONTRACTORS AND SUPPLIERS PAGE 1 of 2 (INCLUDING DBE AND WBE VOLUNTARY PARTICIPATION INFORMATION)

CITY OF HAYWARD PROJECT TITLE: City Center Building Deconstruction Project BID OPENING: October 29, 2019 CONTRACTOR’S NAME: ______CONTRACTOR’S ADDRESS: ______CONTRACTOR’S DBE/WBE STATUS: (INDICATE YES OR NO) DBE: ______WBE: ______PERSON COMPLETING THIS FORM ______PHONE NO: ( ) ______DESCRIPTION OF SUPPLY OR DBE1 WBE1 DBE/WBE2 PORTION OF WORK SUBCONTRACT DOLLAR AMOUNT DOLLAR AMOUNT ETHNICITY (E) SUBCONTRACTOR/SUPPLIER SUBCONTRACTED OR SUPPLIED AMOUNT CLAIMED CLAIMED RESOURCE LIST (RL) (BIDDER MUST COMPLETE BOTH PAGES P-5 & P-6) NAME: E CITY: RL

TEL. # LIC. # Supplier - Yes_____ No_____ NAME: E

CITY: RL

TEL. # LIC. # Supplier - Yes_____ No_____ NAME: E

CITY: RL

TEL. # LIC. # Supplier - Yes_____ No_____ NAME: E

CITY: RL

TEL. # LIC. # Supplier - Yes_____ No_____ NAME: E

CITY: RL

TEL. # LIC. # Supplier - Yes_____ No_____ NAME: E

CITY: RL

TEL. # LIC. # Supplier - Yes_____ No_____

1 SUPPLIERS WHO ARE NOT MANUFACTURERS WILL COUNT 60 PERCENT OF THEIR VALUE FURNISHED. TRUCK BROKERS WHO DO NOT HAVE A SIGNED CONTRACT WITH DBE AND WBE TRUCKERS WILL COUNT 60 PERCENT OF THE VALUE FURNISHED. 2 THE RESOURCE LISTS ACCEPTABLE FOR THIS PROJECT ARE NOTED IN SECTION 2-1.05, “RESOURCE LISTS FOR THIS PROJECT.”

City Funded Projects Project No. 06911 B.P. Revised 12/05/2017 P-5 September 2019

LIST OF ALL SUBCONTRACTORS AND SUPPLIERS PAGE 2 of 2 (INCLUDING DBE AND WBE VOLUNTARY PARTICIPATION INFORMATION) DESCRIPTION OF SUPPLY OR DBE1 WBE1 DBE/WBE2 PORTION OF WORK SUBCONTRACT DOLLAR AMOUNT DOLLAR AMOUNT ETHNICITY (E) SUBCONTRACTOR/SUPPLIER SUBCONTRACTED OR SUPPLIED AMOUNT CLAIMED CLAIMED RESOURCE LIST (RL) (CONTRACTOR MUST COMPLETE BOTH PAGES P-5 & P-6) NAME: E CITY: RL

TEL. # LIC. # Supplier - Yes_____ No_____ NAME: E CITY: RL

TEL. # LIC. # Supplier - Yes_____ No_____ NAME: E CITY: RL

TEL. # LIC. # Supplier - Yes_____ No_____ NAME: E CITY: RL

TEL. # LIC. # Supplier - Yes_____ No_____ NAME: E CITY: RL

TEL. # LIC. # Supplier - Yes_____ No_____ NAME: E CITY: RL TEL. # LIC. # Supplier - Yes_____ No_____ NAME: E CITY: RL

TEL. # LIC. # Supplier - Yes_____ No_____ TOTAL DBE/WBE DOLLAR AMOUNT $______$______TOTAL BID (EXCLUDING ACO $ ______) $______TOTAL DBE/WBE PERCENTAGE ______% ______% ______%

1 SUPPLIERS WHO ARE NOT MANUFACTURERS WILL COUNT 60 PERCENT OF THEIR VALUE FURNISHED. TRUCK BROKERS WHO DO NOT HAVE A SIGNED CONTRACT WITH DBE AND WBE TRUCKERS WILL COUNT 60 PERCENT OF THE VALUE FURNISHED. 2 THE RESOURCE LISTS ACCEPTABLE FOR THIS PROJECT ARE NOTED IN SECTION 2-1.05, “RESOURCE LISTS FOR THIS PROJECT.”

CONTRACTOR’S NAME (PRINT) SIGNATURE OF CONTRACTOR DATE

City Funded Projects Project No. 06911 B.P. Revised 12/05/2017 P-6 September 2019

This page left blank

City Funded Projects Project No. 06911 B.P. Revised 12/05/2017 P-7 September 2019

CONTRACTOR’S STATEMENT OF QUALIFICATIONS AND EXPERIENCE

The contractor is required to state below, and on additional pages as necessary, the contractor’s experience on similar work performed with a list of references that will enable the Owner to judge contractor’s qualifications, experience, and skill. Reference information shall include project owner and address, project manager and/or inspector’s name and phone number, project description, project size in dollars, and status of completion. Additionally, if any listed work was under a subcontract, the contractor shall also provide the prime Contractor’s name and contact information. The reference projects shall include at minimum three (3) demolition projects of an eight (8) story or higher reinforced concrete structure demolished within an urban site each by similar means.

______

______

______

______

______

______

______

______

______

______(Legal Company Name)

Date:______By:______(signature)

Printed Name:______

Title:______

City Funded Projects Project No. 06911 B.P. Revised 12/05/2017 P-8 September 201

WORK SEQUENCE OF BUILDING DEMOLITION ACTIVITIES

The contractor is required to state below, and on additional pages as necessary, the contractor’s planned sequence of activities for the demolition and removal of the 11-story steel reinforced concrete structure and associated foundations including top five (5) feet of concrete caissons, all exterior and interior materials of building including but not limited to mechanical, electrical, and plumbing systems, systems and all associated equipments and components, elevators, hoistways, steel stairs, roofing systems, metal stud framing, gypsum board, ceiling systems, flooring systems, finishes, furnishings, etc., and removal of adjacent paved surfaces and landscaping as shown on Contract Drawings. This statement, along with the contractor’s qualifications and recent experience in performing similar deconstruction projects will be the selection criteria for award of the project.

______

______

______

______

______

______

______

______

______

______(Legal Company Name)

Date:______By:______(signature)

Printed Name:______

Title:______

City Funded Projects Project No. 06911 B.P. Revised 12/05/2017 P-9 September 201

The undersigned hereby certifies that this proposal is genuine and not a sham or collusive or made in the interest or in behalf of any person not herein named and that the undersigned has not directly or indirectly induced or solicited any other contractor to put in a sham bid, or any other person, firm or corporation to refrain from bidding, and that the undersigned has not in any manner sought by collusion, to secure for itself an advantage of any other proposal.

Nature of firm (corporation, partnership, individual, etc.) and names of individual members of the firm, or names and titles of officers of the corporation.

If a corporation, organized under the laws of the State of ______.

Licensed in California in accordance with an act providing for the registration of Contractors, License No. ______, Class ______.

ADDENDA This Proposal is submitted with respect to the changes to the plans and specifications included in addendum number/s.

(Fill in addendum number/s if addenda have been received.)

Warning If an addendum or addenda have been issued by the City and not noted above as being received by the contractor, this Proposal may be rejected.

Signature: and Address:

Date:

City Funded Projects Project No. 06911 B.P. Revised 12/05/2017 P-10 September 201

AFFIRMATION OF NON-INVOLVEMENT IN DEVELOPMENT OR PRODUCTION OF NUCLEAR WEAPONS

The respondent to a City of Hayward Request for Proposal or recipient of a City of Hayward Purchase Order/Contract hereby certifies:

1) That it understands that City of Hayward Ordinance No. 87-024 C.S. prohibits award of contract to, or purchase of goods or services from, "any person, which is knowingly or intentionally engaged in the development or production of nuclear weapons."

2) That it understands the ordinance defines "Nuclear Weapon" as "any device the intended explosion of which results from the energy released by fission or fusion reactions involving atomic nuclei."

3) That it understands the ordinance defines "Person" as "any person, private corporation, institution or other entity..."

As the owner or company official of the firm identified below, I affirm that this company is not knowingly or intentionally engaged in such development or production.

(Print/Type Company Name) (Print/Type Official Name & Title)

(Company Address) (Signature of Company Official)

(City/State/Zip Code) (Date)

City Funded Projects Project No. 06911 B.P. Revised 12/05/2017 P-11 September 201 CONTRACT

THIS CONTRACT, dated for convenience this ______day of ______201_, by and between

hereinafter referred to as "Contractor," and the CITY OF HAYWARD, a municipal corporation located in the County of Alameda, State of California, hereinafter referred to as "City,"

W I T N E S S E T H:

That for and in consideration of the promises and agreements hereinafter made and exchanged the City and the Contractor agree as follows:

Contractor will furnish the necessary labor, materials, tools, and equipment and perform all the work required for:

Former City Hall Demolition Project

Project No. 69111 in accordance with the plans and special provisions for said project, and also in accordance with the adopted Standard Specifications, Standard Plans and Standard Details of the City of Hayward, all of which are on file in the office of the City Clerk of said City of Hayward, and the proposal of said Contractor filed in the office of said City Clerk on ______, which plans, special provisions, standard specifications, standard plans, standard details, and proposal are hereby referred to for further particulars and by such reference made a part hereof.

The anticipated date of award of contract is November 19, 2019 and the anticipated date to issue the Notice to Proceed for Design is December 3, 2019. The Notice to Proceed for Hazardous Abatement and Demolition is January, 6, 2020.

In the performance of the work and the furnishing of labor in connection therewith, it is understood and agreed that all of the rights, duties, and obligations imposed upon Contractor by Division 2, Part 7, Chapter 1 of the Labor Code of the State of California (Sections 1720 to 1861) shall be applicable.

For convenience only and not to limit the application of the aforesaid State Labor Code provisions, the following of said provisions have particular application:

Article 1 - "Scope and Operation" (1720-1740) Article 2 - "Wages" (1770-1780) Article 3 - "Working Hours" (1810-1815) Article 5 - "Securing Workers' Compensation" (1860-1861)

City-Funded Projects Project No. 069111 B.P. Revised 03/19/2015 C-1 September 2019 The Contractor shall carry Workers' Compensation insurance and require all subcontractors to carry Workers' Compensation insurance, as required by Section 3700 of the Labor Code of the State of California.

The Contractor and his subcontractors shall pay their employees not less than the minimum prevailing wage rates predetermined by the Director of the Department of Industrial Relations, which rates are filed in the Office of said City Clerk, incorporated herein by this reference and made a part hereof.

The City shall pay to Contractor the price or prices stated, specified and set forth in the bid or bids of Contractor. Payment shall be made by City to Contractor in progress payments in amounts and at the time set forth in said specifications.

IN WITNESS WHEREOF, the said Contractor has executed this contract, and the City of Hayward, by and through its City Manager, so authorized to act, has caused the same to be executed.

(Print/Type Company Name)

(Print/Type Name of Company Official)

Signature of Company Official

CITY OF HAYWARD a municipal corporation, APPROVED AS TO FORM:

BY: Michael Lawson Frances David City Attorney City Manager

ATTEST: Robert A. Bauman Miriam Lens Director of Public Works City Clerk

City-Funded Projects Project No. 069111 B.P. Revised 03/19/2015 C-2 September 2019 BOND NO. PROJECT NO.

LABOR AND MATERIALS BOND

KNOW ALL PERSONS BY THESE PRESENTS:

THAT WHEREAS, the City of Hayward (hereinafter referred to as “City”) has awarded to ______(hereinafter referred to as “Contractor”) an agreement for Former City Hall Demolition Project (hereinafter referred to as the “Project”).

WHEREAS, and the work to be performed by the Contractor is more particularly set forth in the Contract Documents for the Project dated ______, (hereinafter referred to as “Contract Documents”), the terms and conditions of which are expressly incorporated herein by reference; and

WHEREAS, the Contractor is required by said Contract Documents to perform the terms thereof and to furnish a bond for labor performed and materials furnished for the aforesaid work and for amounts due under the Unemployment Insurance Act of the State of California with respect to such work,

NOW THEREFORE, we, ______, the undersigned Contractor, and ______, as Surety, a corporation organized and duly authorized to transact business under the laws of the State of California, are held and firmly bound to all persons furnishing any materials or supplies used in, upon, for, or about the performance of the aforesaid work under the aforesaid contract, and all persons performing any work or labor of any kind thereon, and all persons entitled to receive any sums of money due under the Unemployment Insurance Act of the State of California with respect to such work or labor, and all other persons, if any, entitled to file claims under Title 15 (commencing with Section 3082), Part 4, Division 3, of the Civil Code of the State of California with respect to such materials, supplies, work, or labor, unto the City in the sum of ______dollars, ($______),said sum being not less than one hundred and ten percent (110%) of the total amount of the Contract, for which amount well and truly to be made, we and each of us bind ourselves, our heirs, executors and administrators, successors and assigns, jointly and severally, firmly by these presents.

THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Contractor, his or its subcontractors shall fail to pay for any materials or supplies used in, upon for or about the performance of the aforesaid work under the aforesaid contract or for any work or labor of any kind thereon, or for any sums of money due under the Unemployment Insurance Act of the State of California with respect to such work or labor, or for any sums of money due persons entitled to file claims under Title 15 (commencing with Section 3082), Part 4, Division 3, of the Civil Code of the State of California with respect to such materials, supplies, work, or labor, the aforesaid Surety will pay the same in an amount not to exceed the sum of this bond specified above.

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 City in enforcing such obligation.

As a condition precedent to the satisfactory completion of the Contract Documents, unless otherwise provided for in the Contract Documents, the above obligation shall hold good for a period of one (1) year after the Acceptance of the Work by City, during which time if Contractor shall fail to make full, complete, and satisfactory repair and replacements and totally protect the City from loss or damage resulting from or caused by defective materials or faulty workmanship. The obligations of Surety hereunder shall continue so long as any obligation of Contractor remains. Nothing herein shall limit the City’s rights or the Contractor of Surety’s obligations under the Contract, law or equity, including, but not limited to, California Code of Civil Procedure Section 337.15.

Whenever Contractor shall be, and is declared by the City to be, in default under the Contract Documents, the Surety shall remedy the default pursuant to the Contract Documents, or shall promptly, at the City’s option:

City-Funded Projects Project No. 069111 B.P. Revised 03/19/2015 C-3 September 2019 1) Take over and complete the Project in accordance with all terms and conditions in the Contract Documents; 2) Obtain a Bid or Bids for completing the Project in accordance with all terms and conditions in the Contract Documents and upon determination by Surety of the lowest responsive and responsible Bidder, arrange for a Contract between such Bidder, the Surety and the City, and make available as work progresses sufficient funds to pay the cost of completion of the Project, less the balance of the Contract price, including other costs and damages for which Surety may be liable. The term “balance of the Contract price” as used in this paragraph shall mean the total amount payable to Contractor by the City under the Contract and any modification thereto, less any amount previously paid by the City to the Contractor and any other set offs pursuant to the Contract Documents; 3) Permit the City to complete the Project in any manner consistent with California law and make available as work progresses sufficient funds to pay the cost of completion of the Project, less the balance of the Contract price, including other costs and damages for which Surety may be liable. The term “balance of the Contract price” as used in this paragraph shall mean the total amount payable to Contractor by the City under the Contract and any modification thereto, less any amount previously paid by the City to the Contractor and any other set offs pursuant to the Contract Documents.

Surety expressly agrees that the City may reject any contractor or subcontractor which may be proposed by Surety in fulfillment of its obligations in the event of default by the Contractor.

Surety shall not utilize Contractor in completing the Project nor shall Surety accept a Bid from Contractor for completion of the Project if the City, when declaring the Contractor in default, notifies Surety of the City’s objection to Contractor’s further participation in the completion of the Project.

The Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the Contract Documents or to the Project to be performed thereunder shall in any way affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract Documents or to the Project.

IN WITNESS WHEREOF, two (2) identical counterparts of this instrument, each of which shall for all purposes be deemed an original thereof, have been duly executed by the Contractor and Surety above named on the ______day of ______201__ the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative pursuant to authority of its governing body.

PRINCIPAL/CONTRACTOR: SURETY:

[Name of Contractor] [Name of Surety]

Signature Signature of Attorney-In-Fact

[Name] [Name of Attorney-In-Fact]

[Title]

SEAL SEAL

NOTE: A copy of the Power-of-Attorney to local representatives of the bonding company must be attached hereto. City-Funded Projects Project No. 069111 B.P. Revised 03/19/2015 C-4 September 2019

BOND NO. PROJECT NO.

PERFORMANCE BOND

KNOW ALL PERSONS BY THESE PRESENTS:

THAT WHEREAS, the City of Hayward (hereinafter referred to as “City”) has awarded to ______(hereinafter referred to as “Contractor”) an agreement for Former City Hall Demolition Project (hereinafter referred to as the “Project”).

WHEREAS, and the work to be performed by the Contractor is more particularly set forth in the Contract Documents for the Project dated ______, (hereinafter referred to as “Contract Documents”), the terms and conditions of which are expressly incorporated herein by reference; and

WHEREAS, the Contractor is required by said Contract Documents to perform the terms thereof and to furnish a bond for faithful performance of said Contract Documents.

NOW THEREFORE, we, ______, the undersigned Contractor, and ______, as Surety, a corporation organized and duly authorized to transact business under the laws of the State of California, are held and firmly bound unto the City in the sum of ______dollars, ($______),said sum being not less than one hundred and ten percent (110%) of the total amount of the Contract, for which amount well and truly to be made, we and each of us bind ourselves, our heirs, executors and administrators, successors and assigns, jointly and severally, firmly by these presents.

THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Contractor, his or its 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 Documents and any alteration thereof made as therein provided, on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their intent and meaning; and shall faithfully fulfill all obligations including the one-year guarantee of all materials and workmanship; and shall indemnify, defend and save harmless the City, its officers and agents, as stipulated in said Contract Documents, then this obligation shall become null and void; otherwise it shall be and 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 City in enforcing such obligation.

As a condition precedent to the satisfactory completion of the Contract Documents, unless otherwise provided for in the Contract Documents, the above obligation shall hold good for a period of one (1) year after the Acceptance of the Work by City, during which time if Contractor shall fail to make full, complete, and satisfactory repair and replacements and totally protect the City from loss or damage resulting from or caused by defective materials or faulty workmanship. The obligations of Surety hereunder shall continue so long as any obligation of Contractor remains. Nothing herein shall limit the City’s rights or the Contractor of Surety’s obligations under the Contract, law or equity, including, but not limited to, California Code of Civil Procedure Section 337.15.

Whenever Contractor shall be, and is declared by the City to be, in default under the Contract Documents, the Surety shall remedy the default pursuant to the Contract Documents, or shall promptly, at the City’s option:

1) Take over and complete the Project in accordance with all terms and conditions in the Contract Documents; 2) Obtain a Bid or Bids for completing the Project in accordance with all terms and conditions in the Contract Documents and upon determination by Surety of the lowest responsive and responsible City-Funded Projects Project No. 069111 B.P. Revised 03/19/2015 C-5 September 2019 Bidder, arrange for a Contract between such Bidder, the Surety and the City, and make available as work progresses sufficient funds to pay the cost of completion of the Project, less the balance of the Contract price, including other costs and damages for which Surety may be liable. The term “balance of the Contract price” as used in this paragraph shall mean the total amount payable to Contractor by the City under the Contract and any modification thereto, less any amount previously paid by the City to the Contractor and any other set offs pursuant to the Contract Documents; 3) Permit the City to complete the Project in any manner consistent with California law and make available as work progresses sufficient funds to pay the cost of completion of the Project, less the balance of the Contract price, including other costs and damages for which Surety may be liable. The term “balance of the Contract price” as used in this paragraph shall mean the total amount payable to Contractor by the City under the Contract and any modification thereto, less any amount previously paid by the City to the Contractor and any other set offs pursuant to the Contract Documents.

Surety expressly agrees that the City may reject any contractor or subcontractor which may be proposed by Surety in fulfillment of its obligations in the event of default by the Contractor.

Surety shall not utilize Contractor in completing the Project nor shall Surety accept a Bid from Contractor for completion of the Project if the City, when declaring the Contractor in default, notifies Surety of the City’s objection to Contractor’s further participation in the completion of the Project.

The Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the Contract Documents or to the Project to be performed thereunder shall in any way affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract Documents or to the Project.

IN WITNESS WHEREOF, two (2) identical counterparts of this instrument, each of which shall for all purposes be deemed an original thereof, have been duly executed by the Contractor and Surety above named on the ______day of ______201__ the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative pursuant to authority of its governing body.

PRINCIPAL/CONTRACTOR: SURETY:

[Name of Contractor] [Name of Surety]

Signature Signature of Attorney-In-Fact

[Name] [Name of Attorney-In-Fact]

[Title]

SEAL SEAL

NOTE: A copy of the Power-of-Attorney to local representatives of the bonding company must be attached hereto.

City-Funded Projects Project No. 069111 B.P. Revised 03/19/2015 C-6 September 2019 C I T Y O F H A Y W A R D C I T Y O F H A Y W A R D