Professional Documents
Culture Documents
29 October 2015
State of California
Department of Industrial Relations
Division of Occupational Safety and Health
Fremont District Offices
Attention: Noemi Herrera
39141 Civic Center Drive, Suite 310
Fremont, CA 94538
DIRDOSHFREMONT@DIR.ca.gov
SUBJECT:
1. 'When it rains the roofs of the Police Station and Public Works Department leak'.
a. True. This is the current situation. However, we have addressed and repaired
several of the leaks over the last year, and are in the process of repairing
what we anticipate are the last two leak sources . These final leak repairs
should be complete by December 30, 2015, if not earlier.
2. "Also, the basement of the Communications Department floods":
a. Note: "Communications Department" is not a department, but is a specific
area within the Police Station.
b. The statement that this area "floods" is inaccurate and an exaggeration of the
situation. During a rain event on December 19, 2014, water entered into the
Police Station: into a corridor adjacent to the communications room, and
roughly 5 feet through the doorway leading into the communications room.
We would describe the amount of water as relatively minor. It did not "flood"
to the point of resulting in a non-habitable space. Staff immediately mitigated
this leak and took clean-up actions as follows:
i. Staff installed sand bags which significantly slowed the source of the
leak.
ii. Staff vacuumed and mopped up the water in the corridor (with the
flooring material being vinyl tile); staff also vacuumed and dried out the
carpet in the Communications Room with fans.
Page 1 of 4
iii. Within a few days following this event, staff and a contractor
performed an exploratory investigation to locate the source of this
leak. The cause was pinpointed to a damaged, built-up asphalt
membrane within an outdoor landscape planter that abuts the Police
Department Head Quarters building. This source of the leak was
further temporarily mitigated by installing a rain tarp over the planter.
Refer to Exhibit "A", Items 1, 2, and 3; and Exhibit "B".
3. "Buckets are used to collect the water":
a. True (historically for some leaks I locations, but not all leaks were mitigated
with buckets).
b. Work performed as listed in Exhibit "A" has permanently fixed all but two
leaks; which are the planter as shown in Exhibit "B" and a planter located
above the Public Works portion of the facility, as shown in Exhibit "C". The
rain tarp has mitigated the leak into the Police Station. A bucket is still used
to mitigate the effects of the one remaining leak into Public Works Building.
The source of this leak is from the planter as shown in Exhibit "C", presumed
to be due to tree root damage to the planter membrane.
4. "This condition has existed for 5 years and has not been corrected":
a. Statement is partly true. The leaks coming from the two planters still exist.
However, as noted above in Response No. 1, these leaks are currently being
addressed. Moreover, over the course of the last year, all other leaks have
been repaired as indicated in Exhibit "A".
b. A summary of the work conducted to date towards addressing leaks is as
follows:
i. October 2014: Executed consultant agreement for "Part 1) Roofing &
Waterproofing Inspection Analysis & Evaluation; and Part 2) an
Asbestos, Lead Paint, and Mold Sampling & Report". Exhibit "D".
ii. December 2014: "Part 1) Roofing & Waterproofing Inspection
Analysis & Evaluation". Exhibit "E".
iii. December 2014: "Part 2) an Asbestos, Lead Paint, and Mold
Sampling & Report". Exhibit "F".
iv. December 19, 2014: Rain event where water entered into the Police
Station, immediately followed by work as described in Exhibit "A".
v. April 2015: Executed consultant agreement for bid specifications for
the "Planter Waterproofing Project at the Public Works & PDHQ
Building" project. Exhibit "G".
vi. June 2015: Publicly advertised for bids for the "Planter Waterproofing
Project at the Public Works & PDHQ Building" project. Exhibit "H".
vii. August 4, 2015: Council rejected bids for the "Planter Waterproofing
Project at the Public Works & PDHQ Building" project due to being
significantly higher than the City Engineer's estimate. Exhibit "1". Staff
commenced value-engineering the project in order to reduce the
project cost.
viii. The following is the Value-Engineered scope of work to resolve the
leaks at the two planters, for which work started approximately one
month ago, with an anticipated completion of November or December
2015, after which we anticipate that the roof will then be watertight with
all leak sources repaired:
1. Staff relocation of the City's nursery out of the eastern planter.
Work completed.
Page 2 of 4
Page 3 of 4
We have also brought on several new staff members to assist with the Department's
workload and responsibilities, including a new Public Works Director, a new Project
Manager, and a new Public Works Superintendent.
We would be happy to further discuss the issues noted in the complaint and the City's past
and present actions to address these issues. If you would like to further discuss, please
contact me at (831) 620-2078. Thank you very much.
Sincerely,
~~~u7
Project Manager
Page 4 of 4
STATE OF CALIFORNIA
City of Carmel-by-the-Sea
OCT 19 2015
Received
Dear Employer:
The Division of Occupational Safety and Health has received a complaint (Complaint No. 1025533) alleging the
following condition(s) at your workplace at 2nd location: Torres & 4th, Carmel By The Sea, which may be a
violation of the Safety Orders found in Title 8 of theCa lifornia Code of Regulations:
Code Section(s) and Alleged Condition(s):
1.
When it rains the roofs of the Police Station and Public Works Department leak. Also, the basement ofthe
Communications Department floods. Buckets are used to collect the water. This condition has existed for
5 years and has not been corrected. As a result, there may be mold growth and there may be areas where
mold on surfaces was painted over. See T8CCR Section 3362
2.
Electrical hazards. Electrical equipment such as circuit breakers and outlet plugs are not protected from
water leaks. The location is at the exit from the Police Station into the Public Works garage. When it rains,
water runs down the wall where the electrical equipment is located. See TBCCR Section 2510.5
To review Title 8, California Code of Regulations, go to www.dir.ca.gov, click on "Title 8 Regulations" then click on
"Cai/OSHA" and enter the code section number mentioned above.
Or you can go directly to
www.dir.ca.gov/samples/search/query.htm.
The Division has not determined whether the hazard(s), as alleged, exist(s) at your workplace and, at this time, the
Division does not Intend to conduct an inspection of your workplace.
However, you are required to investigate the alleged condition(s) and notify this office in writing no later than
fourteen (14) calendar days after receipt of this letter whether the alleged condition(s) exist and, if so, specify
the corrective action(s) you have taken and the estimated date when the corrections will be completed. Please
mail your response to Noemi Herrera, Safety Engineer, or e-mail at DIRDOSHFREMONT@DIR.ca.gov
Please include any written documentation, e.g., equipment purchase orders or contracts for corrective work,
and PHOTOGRAPHS, if appropriate, in your response. If you do not respond in a timely and satisfactory
manner, an unannounced inspection of your workplace will be scheduled, which may result in citation(s) and
monetary penalties. Also, every tenth satisfactory letter response from employers is subject to verification by
an inspection.
You are required to post a copy of this letter in a prominent location in their workplace where it is readily
accessible for employee review for at least three (3) working days or until the hazard is corrected, whichever is
longer.
This letter is not a citation or a notification of a proposed penalty. Citations and penalties can only be issued
after an inspection of your workplace. If the Division does not receive a satisfactory response from you within
fourteen {14) calendar days after receipt of this letter, an on-site inspection will be conducted as appropriate.
If the identity of the complainant is known to the Division, a copy of this letter will be sent to the complainant.
Also, the complainant will be notified that California law protects any person who makes a complaint about
workplace safety or health hazards from being treated differently, discharged or discriminated against in any
manner by their employer. If a complainant believes they have been discriminated against, it is their right to
file a complaint with the Division of labor Standards Enforcement within six {6) months of the discriminatory
action.
If you have any questions concerning this matter, please contact me at the address in the letterhead.
Your interest in the safety and health of your employees is appreciated.
s~~~~;f
Noemi Herrera
Safety Engineer
/ep
reference: Complaint No. 1025533- ltr D
Exhibit A
Scope of Work for Roof Leak Repairs at the Public Works I Police Headquarters Facility:
1. Excavate within the landscape planter exposing the waterproof membrane for
inspection to determine its condition and develop a repair plan.
2. Extend the temporary rain tarp over the entire landscape planter.
3. Caulking of joints in the crawl space under the landscape planter abutting the Police
building.
4. Re-caulking of joints located outside the police building front door, the exterior landing
and steps. Caulking of joints in the crawl space under the landscape planter.
5. Water test deck drain piping system & associated repairs
6. Water test deck drain housings & associated repairs
7. Removal of decomposing wood form work within crawl space (potential source of mold,
and potential health hazard)
8. New water-tight crawl space hatch cover
9. Systematic and repetitive water testing deck areas to troubleshoot leaks
10. Removal of an old retro-fitted exhaust fan and ducting (found to be a major source of
leaks). Cover duct work opening top-side with plate aluminum, and caulk sealing.
Cover opening bottom-side with sheet metal "leader-head" with drain pipe tie-in to the
existing building plumbing.
11. Re-caulking of entire perimeter of parapet wall-to-deck intersecting joint.
12. Re-caulking of joints located outside the police building front door, the exterior landing
and steps.
This work fixed a significant number leaks (all but two) entering into the public works and
police department buildings.
Invoices from contractors for the above mentioned work for amounts of $21 ,855.82, $3,296.21,
$2,422.00 are attached.
Page 1 of 4
CUSTOMER#: CARM
TOMBLESONINCORPORATED
INVOICE#: 1
PO BOX 1388
SALINAS, CA 93902
JOB: 15-712
BILL TO:
DOCUMENT
DATE
( CODE
DESCRIPTION
AMOUNT
LABOR:
ROUGH CARPENTRY
CONSTRUCTION LABOR
01/28115
LABOR TOTAL:
17.640.00
17.640.00
MATERIAL:
CONSTRUCTION MATERIAL
01/28115
PREVIOUSLY BILLED:
MATERIAL TOTAL:
1.365.06
1.365.06
TOTAL COSTS:
15,0 % PROFIT:
19.005.06
2.850.76
INVOICE TOTAL:
21.855 .82
c:J /L
----rb
p~
~d7~
&2---c?-.-l:;-
r?12-?J~./
* 7o 1e1I
!Exhibit A, page 2 of 4
TOMBLESON INCORPORATED
CUSTOMER#: CARM
INVOICE#: 2
PO BOX 1388
SALINAS, CA 93902
(831) 422-9696 Fax {831) 422-0566
BILL TO:
CAMEL-BY-THE-SEA- POLICE DEPT
( CODE
DOCUMENT
DATE
JOB: 15-712
CARMEL POLICE DEPARTMENT
DESCRIPTION
AMOUNT
LABOR:
ROUGH CARPENTRY
02/03/15
CONSTRUCTION LABOR
LABOR TOTAL:
MATERIAL:
02/03/15
CONSTRUCTION MATERIAL
MATERIAL TOTAL:
1. 376. DO
1. 376 . 00
1.314.58
1.314.58
-----
TOTAL COSTS:
15.0 % PROFIT:
2. 690.58
INVOICE TOTAL:
3, 094.17
403 . 59
!Exhibit A, Page 3 of 4
Invoice
Bill To
Date
Invoice#
2/16/2015
8001283-WO
Job Location
CARMEL-BY-THE SEA
POBOXCC
CARMEL-BY-THE SEA, CA 93921
Description
Terms
Project
Due on receipt
8001283
Qly
PO#
Rate
Amount
2,422.00
2,422.00
Total
Payments/Credits
Balance Due
Phone#
Fax#
408-467-0150
408-467-0151
$2,422.00
$0.00
$2,422.00
www.legacyrooting.nct
!Exhibit A, Page 4 of 4
EXHIBIT "D"
@t:/'
7.
Indemnification. CONSULTANT hereby agrees to the following indemnification clause:
To the fullest extent permitted by law (including, without limitation, California Civil Code Sections 2782
and 2782.6), CONSULTANT shall defend (with legal counsel reasonably acceptable to the CITY),
indemnify and hold harmless CITY and its officers, designated agents, departments, officials,
representatives and employees (collectively "lndemnitees") from and against claims, loss, cost,
damage, injury expense and liability (including incidental and consequential damages, court costs,
reasonable attorneys' fees, litigation expenses and fees of expert consultants or expert witnesses
incurred in connection therewith and costs of investigation) to the extent they arise out of, pertain to,
or relate to, the negligence, recklessness, or willful misconduct of CONSULTANT, any
SUB-CONSULTANT, anyone directly or indirectly employed by them , or anyone that they control
(collectively "Liabilities"). Such obligations to defend, hold harmless and indemnify any Indemnitee
shall not apply to the extent that such Liabilities are caused in part by the negligence, or willful
misconduct of such Indemnitee.
Notwithstanding the provisions of the above paragraph, CONSULTANT agrees to
indemnify and hold harmless CITY from and against any and all claims, demands, defense costs,
liability, expense, or damages arising out of or in connection with damage to or loss of any property
belonging to CONSULTANT or CONSULTANT'S employees, contractors, representatives, patrons,
guests or invitees.
CONSULTANT further agrees to indemnify CITY for damage to or loss of CITY OF
CARMEL-BY-THE-SEA property to the proportionate extent they arise out of CONSULTANT'S
negligent performance of the work associated with this Contract or to the proportionate extent they
arise out of any negligent act or omission of CONSULTANT or any of CONSULTANT'S employees,
agents, contractors, representatives, patrons, guests or invitees; excepting such damage or loss
arising out of the negligence of CITY.
8.
Insurance. CONSULTANT shall submit and maintain in full force all insurance as
described herein. Without altering or limiting CONSULTANT'S duty to indemnify, CONSULTANT
shall maintain in effect throughout the term of this Contract a policy or policies of insurance with the
following minimum limits of liability:
Commercial general liability insurance including but not limited to premises, personal
injuries, bodily injuries, products, and completed operations, with a combined single limit of not Jess
than $1 ,000,000 per occurrence and $2,000,000 in the aggregate.
Professional Liability Insurance. CONSULTANT shall maintain in effect throughout the
term of this Contract professional liability insurance with limits of not less than $1,000,000 per claim
and $2,000,000 in the aggregate. CONSULTANT will either maintain or cause to be maintained
professional liability coverage in full force or obtain extended reporting (tail) coverage (with the same
liability limits) for at least three (3) years following CITY'S acceptance of work.
Commercial automobile liability insurance covering all automobiles, including owned,
leased, non-owned, and hired automobiles, used in providing services under this Contract, with a
combined single limit of not less than $1,000,000 per occurrence.
If CONSULTANT employs others in the
Workers' Compensation Insurance.
performance of this Contract, CONSULTANT shall maintain workers' compensation insurance in
accordance with California Labor Code section 3700 and with a minimum of $100,000 per occurrence
for employer's liability.
-2-
Exception may be made for the State Compensation Insurance Fund when not
specifically rated.
B.
Each insurance policy required by this Contract shall be endorsed to state that
CITY shall be given notice in writing at least thirty (30) days in advance of any
cancellation thereof, except CITY shall be given TEN (1 0) days notice for
nonpayment of the premium.
C.
D.
Prior to the start of work under this Contract CONSULTANT shall file certificates
of insurance and endorsements evidencing the coverage required by this
Contract with the City Administrator. CONSULTANT shall file a new or
amended certificate of insurance promptly after any change is made in any
insurance policy which would alter the information on the certificate then on file.
E.
F.
-3-
9.
Ownership of Work. Upon completion of any work under this Contract, ownership and
title to all materials and deliverables produced as part of this Contract will automatically be vested in
CITY and no further contract will be necessary to transfer ownership to CITY.
10.
Licensing . CONSULTANT represents that it is properly licensed to perform the work
specified under this Contract, including but not limited to, possession of a current city business
license.
11.
Termination . This Contract may be terminated by either party upon thirty (30) calendar
days written notice to the other party. In the event of such termination, CITY shall pay CONSULTANT
for all services performed to the satisfaction of CITY to the date of receipt of notice of termination. An
itemized statement of the work performed to the date of termination shall be submitted to CITY. In
ascertaining the services actually rendered hereunder up to the date of termination of this Contract
consideration shall be given to both completed work and work in process of completion , and to
complete and incomplete drawings and other documents whether delivered to CITY or in the
possession of the CONSULTANT.
12.
Agency. In performing the services specified under this Contract CONSULTANT is
hereby deemed to be an independent CONSULTANT and not an agent or employee of CITY.
13.
Authority of the City Administrator. CONSULTANT shall perform all necessary
services provided under this Contract and outlined in the proposal and shall do, perform , and carry out
said work in a satisfactory and proper manner as determined by and to the satisfaction of the City
Administrator. The City Administrator reserves the right to make changes, additions or deletions, to
the scope of work as deemed necessary or advisable to implement and carry out the purposes of this
Contract. The City Administrator is authorized to execute change orders.
14.
Responsibility of Consultant. By executing this CONSULTANT represents and states to
CITY that he/she possesses, or will arrange to secure from others, all necessary professional capabilities,
experience, resources and facilities necessary to provide to CITY the services contemplated under this
Contract. CONSULTANT further warrants that he/she will follow the current generally accepted practices
of the profession to make findings, render opinions, prepare factual presentations, and provide
professional advice and recommendations regarding the project for which services are rendered under
this Contract.
15.
Materials and Equipment. CONSULTANT shall furnish at his/her own expense all materials
and equipment necessary to carry out the terms of this Contract.
16.
Digital Files. CONSULTANT shall furnish copies of all materials and deliverables on
compact disks (for example, final report) in digital format. Files shall be compatible with the current
versions used by PC computers.
17. Audit Authority. CONSULTANT shall keep full and detailed accounts and exercise such
controls as may be necessary for proper financial management under this Contract; the accounting and
control systems shall be satisfactory to CITY. CITY and CITY'S auditor shall be afforded access to
CONSULTANT'S records, books , correspondence and other data relating to this Contract.
CONSULTANT shall preserve these records, books , correspondence and other data relating to this
Contract for a period of four (4) years after final payment, or for such longer period as may be required by
law. In addition, CONSULTANT agrees to make said records, books correspondence and other data
relating to this Contract available to CITY at CITY'S principle place of business upon seventy-two (72)
-4-
hours advance written notice. The City Administrator, or his or her designee, shall at all times have the
right to inspect the work, services, or materials. CONSULTANT shall furnish all reasonable aid and
assistance required by CITY for the proper examination of the work or services and all parts thereof. Such
inspection shall not relieve CONSULTANT form any obligation to perform said work or services strictly in
accordance with the specifications or any modifications thereof and in compliance with the law.
18.
Notices. All notices herein provided to be given, or which may be given by either party to
the other, shall be considered fully received when made in writing and deposited in the United States mail,
certified and postage prepaid, and addressed to the respective parties as follows :
CITY:
City of Carmel-by-the-Sea
Public Services Department
P.O. BoxCC
Carmel-by-the-Sea
California 93921
CONSULTANT:
19.
Entire Contract. This Contract constitutes the entire contract between the parties hereto
and supersedes any and all prior contracts, whether oral or written, relating to the subject matter thereof.
Any modification of this Contract will be effective only if it is in writing signed by both parties hereto.
20.
Validity. If any provision in this Contract is held by a court of competent jurisdiction to be
invalid, void or unenforceable, the remaining provisions will continue in full force without being impaired or
invalidated in any way.
21.
Assignment of Interest. The duties under this Contract shall not be assignable, delegable,
or transferable without the prior written consent of CITY. Any such purported assignment, delegation, or
transfer shall constitute a material breach of this Contract upon which CITY may terminate this Contract
and be entitled to damages.
22.
Conflict of Interest. CONSULTANT shall at all time avoid conflicts of interest, or the
appearance of conflicts of interest, in the performance of this Contract. CONSULTANT shall file
statements of financial interest on forms provided by CITY to the extent and at the times required by
CITY'S Conflict of Interest Code and applicable law.
During the term of this Contract CONSULTANT shall not directly or indirectly, either as a
partner, employer, employee, consultant, principal, agent or in any individual or representative capacity,
engage or participate in any business or voluntary activity on behalf of any other party on any property
located within the City of Carmel-by-the-Sea without notification to City Administrator.
23.
Non-discrimination/Affirmative Action. CONSULTANT will not discriminate against any
employee or applicant for employment because of race, creed, color, sex, age, national origin, marital
status, physical or other motor handicap, unless based upon bonafide occupational disqualification.
CONSULTANT will take affirmative action to ensure that applicants are employed and that
employees are treated during employment without regard to their race, creed, color, sex, age, national
origin, marital status, physical or other motor handicap.
- 5-
24.
Counterparts. This Contract may be executed in multiple originals, each of which is deemed
to be an original, and may be signed in counterparts.
25.
Laws. CONSULTANT agrees that in the performance of this Contract it will reasonably
comply with all applicable state, federal and local laws and regulations. This Contract shall
be governed by and construed in accordance with the laws of the State of California and the
City of Carmel-by-the-Sea.
26.
Attorneys Fees and Court Venue . Should either party to this Contract bring legal action
against the other, (formal judicial proceeding, mediation or arbitration), the case shall be
handled in Monterey County, California, and the party prevailing in such action shall be
entitled to a reasonable attorney's fee which shall be fixed by the judge, mediator or arbitrator
hearing the case and such fee shall be included in the judgment, together with all costs .
27 .
Severability. If any term of this Contract is held invalid by a court of competent jurisdiction the
remainder of this Contract shall remain in effect.
IN WITNESS WHEREOF, this Contract is entered into by the parties hereto in Carmel,
California, on the day and year first above written.
CITY OF CARMEL-BY-THE-SEA
CONSULTANT
By:
By: ~~
City Administrator
By: _____________________
-6-
liur~
Salina~
[
'
~~
t f
e Roarl
CA 33907
..
fl:~ 6s:~.6"c~5
August 5, 2014
Andy Vanderford
City of Carmel by the Sea
PO BoxCC
Carmel by the Sea CA 93921
Skyline Engineering
Page 2
2.
5.
b.
c.
d.
e.
f.
We can perform the above inspection. provide the report, and attend one meeting for a fee
of $4,700.
The police headquarters building and all associated police adjacent buildings are not included in
this proposal. The proposal does not include structural engineering. If structural engineering
inspection is needed, please contact me. This proposal shall be valid for a period of 30 days.
Thank you for allowing me an opportunity to work with you. Please contact me if you have any
questions.
Sincerely,
~~
8100 Wild Horse Road, Salinas CA 93907 - Phone: 831/663-6188 - Fax: 831/663-6187
Email: skylinelnc@ix.netcom.com - www.skylineengineering.com
- - ' - - - - - - ~RI ~ G
NGIN
1
~ ,. ;.
... .
.. .
: .. ..
( .
' :j .
,,
Skyline Engineering
Page 2
The hazardous materials testing will include testing for lead, asbestos, and mold at all
areas associated with the building envelope including the following:
1.
2.
3.
4.
5.
This proposal shall be valid for a period of 30 days. If you have any questions or
concerns, don't hesitate to call.
Sincerely,
~~
8100 Wild Horse Road, Salinas CA 93907 - Phone: 831/663-6188 - Fax: 831/663-6187
Email : skylineinc@lx.netcom.com - www.skylineenglneering.com
CERTIFICATE OF INSURANCE
SUCH INSURANCE AS RESPECTS THE INTEREST OF THE CERTIFICATE HOLDER NAMED BELOW WILL NOT BE
CANCELED OR OTHERWISE TERMINATED WITHOUT GIVING 10 DAYS PRIOR WRITTEN NOTICE TO THE
CERTIFICATE HOLDER, BUT IN NO EVENT SHALL THIS CERTIFICATE BE VALID MORE THAN 30 DAYS FROM
THE DATE WRITTEN. THIS CERTIFICATE OF INSURANCE DOES NOT CHANGE THE COVERAGE PROVIDED BY
ANY POLICY DESCRIBED BELOW.
This certifies that:
STATE FARM
STATE FARM
STATE FARM
has coverage in force for the following
0
0
NAMED INSURED:
SCHALESf:Y , BRY;,N
& ~~AR!..O
93~n7-922 .'l
151 7159-D03-05G
4/3/14-04/03/15
06 TOY l'.VALON
i4TBK36BG6U164421
LIABILITY COVERAGE
[g) YES
LIMITS OF LIABILITY
a. Bodily Injury
Each Person
1,000,0()0
ONO
DYES
ONO
DYES
ONO
DYES
ONO
ONO
Deductible
DYES
0NO
Deductible
DYES
DNO
Deductible
DYES
DNO
Deductible
$ 250
ONO
Deductible
DNO
Deductible
DNO
Deductible
DNO
Deductible
DYES
~NO
DYES
DNO
DYES
DNO
DYES
DNO
DYES
~NO
DYES
DNO
DYES
ONO
DYES
ONO
DYES
~NO
DYES
ONO
DYES
DNO
DYES
DNO
Each Accident
b. Property Damage
Each Accident
c. Bodily Injury &
Property Damage
Single Limit
Each Accident
PHYSICAL DAMAGE
COVERAGES
a. Comprehensive
1,000,000
~YES
$ 100
~YES
b. Collision
EMPLOYERS NON-OWNED
CAR LIABILITY COVERAGE
HIRED CAR LIABILITY
COVERAGE
FLEET - COVERAGE FOR
ALL OWNED AND LICENSED
MOTOR VEHICLES
DYES
l,GENT
DYES
DYES
05/2833
Title
Agent's Code Number
Name and Address of Aqent
STl'.TE F.I\RH
AGE~:T, KEN FELS, Agent
Auto-Life-Health-Home and Business
16360 Monterey St. Ste 270
Morgan Hill, Ca 95037
(408)779-4186 Fax (408)778-5757
INTERNAL STATE FARM USE ONLY : 181 Request permanent Certificate of Insurance for liability coverage.
03/13/2012
Date
This endorsement is 11 par1 of rhe policy. Exce,pr for the changes this endorsement makes, all other
provisions of the policy remain the Slime and apply to this endorsement.
A per.~on or organization shown on the Declarations Page as an Additional lnst1red is provided
Liability Coverage, but only to the extent that person or ot-glmizotion qualifies as an insmed fiS
defined in Liabi Iii)' Coverag~.
2. An Additional Insured has the same right of recovery under Liability Coverage as if they had
not been shown on the Declarations P11ge liS m1 Additional Insured.
3. J f Liability Coverage is changed or terminated as to the interest' of the Additional Insured, unless another number of days notice is shown on \'he Decim-ations Page, we will provide the Additional Insured:
n. J 0 dflyS notice of such change or termination if the policy is nonrenewed or the cance llation is for nonpayment of premium; and
b. 20 days notice of Sllch change or termination if the cancellation is for any reason ocher than
nonpayment of premium.
1.
I
II
I
Ii
I
)
Pagel of I
Automobile )n$UJ'ancc Company, 20 II
6028BU
ACORD
DATE (MMIDDIYYYY)
9/9/2014
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
PRODUCER
~~r:CT
::tJg.NJ'o. Erll:
82
t,~~ss
I iffc. Nol:
(973)284-0100
(913)294-1.655
07058
NJ
Pine Brook
INSURER A :Ha.ll
INSURED
INSURER B:
Inc
Skyline Engineering,
8100
NAIC.
& Company.
INSURERC:
INSURER D:
INSURER E:
93907
CA
Salinas
INSURER F:
CERTIFICATE NUMBERl4-l5 GL
COVERAGES
REVISION NUMBER
llOS IS TO CERTIFY THAT lliE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTIIIIITHSTANDING ANY REQUIREMENT, TERM OR COND!TlON OF ANY CONTRACT OR OTHER DOCUMENT WTH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL lliE TERMS,
EXCLUSIONS AND CON01110NS OF SUCH POLICIES. LIMITS SHOIM-l MAY HAVE BEEN REDUCED BY PAID CLAIMS.
PO~ICY EFF
,,~~~
TYPE OF INSURANCE
LIMITS
1~1:
POUCY NUMBER
lwvn
M
GENERAL ~IABI~ITY
2,000,000
EACH OCCURRENC
s
1
300,000
$
~~~~J 'te~~~~~ncel
er~ERCIAL GENERAL LIABILITY
~/11/2014 9/11/2015 MED EXP (Any one parson)
6B0-9637H280-TIL-13
5,000
$
CLAIMS.MADE
OCCUR
A
'"""
r-r-r--
r--
'--
Xl POLICY
'--
UMBREL~
EXCESS
SCHEDULED
AUTOS
NON-OWNED
r-- AUTOS
2,000,000
4,000,000
4,000,000
r--
LIAB
......-
~lAB
r--
ANYAlJTO
ALL OWNED
AliT
OS
r-HIRED AUTOS
I ~~~~~fiSINGLE LIMIT
AUTOMOBI~ ~IABI~ITY
r--
_fp~~;c%~J!AMAG~o
HOCCUR
C~IMS.MADE
j RETENTION S
DEO j
WORKERS COMPENSATION
AND EMP~OYERS' UABIUTY
YIN
ANY PROPRIETORIPARTNERIEJ(ECUTIVE
NIA
OFFICER/MEMBER EXCLUDED?
(Mandatory In NH)
EACH OCCURRENCE
AGGREGATE
s
s
JT~~T~J#;;J
JOJ:
DESCRIPTION OF OPERATIONS I ~OCATIONS I VEH/C~ES (Attach ACORD 101, .Addlllonal Romarks Schedule, If more space lo required)
The City of Carmel by the Sea, its officers, officials and employees shall be named as additional insured
as per writen contract.
Waiver of SUbrogation applies as per written contract.
CANCELLATION
CERTIFICATE HOLDER
cc
M Caradimitropoulo/JP
ACORD 25(2010/05)
INS025 (201005).01
_c.
<;;;
--=:::-
tions;
b. In connection with premises owned by or
rented to you; or
c. In connection with your woi'X" and Included
Within the 'product$-completed operatiOns
hazard".
that per-
f,
The limits or insurance afforded to the additional insured shall be the limits which you
agreed in that "conttact or agreement requiring insurance to provide for that additional
insured, or !he limits shown in the Dedarations for this Coverage Part, whichever are
!ess. This endorsement does not increase the
limits of insurance stated in the UMITS OF
CG 03 8109 07
!';
Includes :11e Cllpyrighled llta!Pnal of Insurance Services O!'fice, Inc.. with 1IS p&<miSSIOtl
Page 1 of2
,.
CCMM~RCIAL GEt..:I::F-iJ\1.
LIABILITr
to OEFJNrTIONS
(Sec:tlon V):
'Contme; or agreement requir1ng insuranc~
means lhat part or any contract or "9ro&ment un-der whid1 you are required to lni..iude ll ):>(mlOn or
argan!zalton as an aedlt.onol lnl'>\.ln:"d O'l this Cnv-
::;.:.::.:::Jt
:t\e .!:lt~::..
f;n.~
c.
CG 03 61 09 07
St'.J"~"r.,.t
.- 0/ft::e, 1-r. , w~ as
pffr.n.::-~ ;.:,,,
TRAVELERS]
OFFICE PAC
BUSINESS: ENGINEERS
INSURING COMPANY:
TRAVELERS PROPERTY CASUALTY COMPANY OF AMERICA
1.
LOCATIONS:
PREM.
BLDG.
NO.
01
NO.
01
CA 93907
09-11-13 to 09-11-14
OCCUPANCY
ENGINEERS
SALINAS
4.
CA
93907
COVERAGE PARTS AND SUPPLEMENTS FORMING PART OF THIS POLICY AND INSURING
COMPANIES:
COVERAGE PARTS AND SUPPLEMENTS
Businessowners Coverage Part
INSURING COMPANY
TIL
s.
The COMPLETE POLICY consists of this declarations and all other declarations, and the forms and endorsements for which symbol numbers are attached on a separate listing.
6.
SUPPLEMENTAL POLICIES: Each of the following is a separate policy containing its complete provisions.
POLICY
POLICY NUMBER
INSURING COMPANY
DIRECT BILL
7.
PREMIUM SUMMARY:
Provisional Premium
Due at Inception
Due at Each
NAME AND ADDRESS OF AGENT OR BROKER
COUNTERSIGNED BY:
CFC98
Authorized Representative
W:r.
Q~i7n
r'\1\.TI.
POLICYHOLDER COPY
NG
. . . =.--:..
STA"T:t=
.:
"'
CV M~t;J'ol.=, ?r-."r.t<l~
I N ":j lJ ;: ~ 'N ..
G
.F .U
NO""'~
ISSUE DATE :
09-09-2014
NG
This is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the
California Insurance Commissioner to the employer named below for the policy period indicated.
This policy is not subject to cancellation by the Fund except upon 30 days advance written notice to the employer.
We will also give you 30 days advance notice should this policy be cancelled prior to its normal expiration.
This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded
by the policy listed herein. Notwil hstanding any requirement, term or condition of any contract or other document
with respect to which this certificate of insurance may be issued or to which it may pertain, the insurance
afforded by the policy described herein is subject to all the terms, exclusions, and conditions, of such policy.
~tl./
!L_ .J/~~
Authorized Representative
PER OCCURRENCE.
$1,000,000
ENDORSEMENT
#1600-
ENDORSEMENT
#1800 -
09-01-2004
IS
EMPLOYER
NG
[P13.NG]
(REV. 7-2014}
PRINTED
09-09-2014
o;
;..
5~Yl1Nt
uoa
t8J.
(
' ,.r
fNGIUEfFlHr
~JIJ
S'LlNA~ LA
hnr.sl rr,
95~b7
un
9~lj
f\:Jd:;V t.f5,J!.GE!' :
C:t-mp;lny
POLICY NO:
YR:V.AKtlMODf!. :
\tN.;CAIIPE.R:
AQlNTNAMl:
AGENTPHOHf:
(4UBF'> 'olP.<
I:.NOOR&EMENT NO;
~ENF"-!.~
~02111.\U
CD\'EflA(.,f:;
; ''.!
. : .
'
,,,
'
\ _..
~ I
::
ACORD
DATE (MMIDDIYYYY)
1/10/2014
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER .
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s) .
PRODUCER
Pinnacle Risk
82
~~~&fl (973)284-0100
Solutions
~;.,~~
.....
INSURER(S) AfJ'ORDIHG COVERAGE
NJ
Pine Brook
07058
INSURED
INSURER B :
Inc
Skyline Engineering,
8100
NAICII
INSURER A :L l oyds
INSURER C :
INSURER D :
INSURER E :
93907
CA
Salinas
INSURER F:
CERTIFICATE NUMBERl4-15 E
COVERAGES
& 0
REVISION NUMBER
THIS IS TO CERTlFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. N01WITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO VIHICH THIS
CERTlFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
[1~-f:
TYPE OF INSURANCE
ION.<A
lwvn
POLICY NUMBER
GENERAL LIABILITY
r-f--
r--
OCCUR
~~&
POliCY
AUTOMOBILE LIABILITY
r-r-'r-
ANY AUTO
ALL OWNED
AUTOS
HIREOAUTOS
GENERAL AGGREGATE
UMBRELLA LIAB
EXCESS LIAB
SCHEDULED
AUTOS
NON-OWNED
AUTOS
$
$
tP~~~;c~~tPAMAGE
HOCCUR
CLAIM5-M.ODE
I I
EACH OCCURRENCE
AGGREGATE
$
$
IT~~TfJIs I
jOJ:
& Omissions
:;~~~l~E~~.7r~encel
LOC
RETENTION$
OED
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY
YiN
A~ PROPRIETORJPARTNERJEXECUTIVE
N/A
OFFICER/MEMBER EXCLUDED?
(Mandatory In NH)
LIMITS
EACH OCCURRENCE
~1087.264 . 14
/8/.2014.
/8/2015
$1,000,000
$2,000,000
ol Llabilil)' Aggeregate
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Addnlonal Remarks Schedule, If mo,.. spate Is requlrtd)
CANCELLATION
CERTIFICATE HOLDER
***
Evidence Of
Insurance
'***
AUTHORIZED REPRESENTATIVE
~ Caradimitropoulo/SR
ACORD 25 (2010/05)
INS025 (201005)0 1
and logo
c:
--=::::-
CITY OF CARMEL-BY-THE-SEA
Administration Department
"IN and ABOUT" Business License Application
Phone: 831-620-2000
Fax: 831-620-2004
X Corporation
Partnership
FEES: ADMINISTRATION $51.65 ADA STATE TAX $1.00 .................. TOTAL FEE $52.65
I, THE UNDERSIGNED, UNDER PENALTY OF PERJURY, STATE THAT I AM THE APPLICANT FOR THIS
BUSINESS LICENSE. THAT THE INFORMATION FURNISHED BY ME ON THIS APPLICATION IS TRUE
AND CORRECT. I UNDERSTAND THAT THE ADMINISTRATIVE FEE IS NON-REFUNDABLE AND THAT I
AM RESPONSIBLE TO PAY ANY BUSINESS LICENSE TAXES ON ALL REVENUES COLLECTED WITHIN
THE CITY LIMITS . I WILL ALSO NOTIFY THE CITY OF ANY CHANGES IN OWNERSHIP OR ADDRESS.
~~~
9-9-14
Date
Signature of Applicant
[ " - - - - - ------------------------ FOR--OFFICE US-E
ONLY-------------------------------------~
I
i
Ii Date Received:
Receipt #
i Business License#:
ID#
By
-----------
Issue date_ _ _ _ _ _ _ __
I
!
! Renewal Date:
SIC:
CLASS _Mailed
by_____
State law requires that every employer who applies for a business license shall provide valid Workers'
Compensation Insurance or proof of compliance with the State Labor Code. Accordingly, please
respond to one of the following questions:
I have and will provide a Certificate of Self-Insurance issued by the State Director of Industrial
Relations.
I certify that, in the performance of work for which this license is issued, I shall not employ any
person in any manner that is or will become subject to the Workers' Compensation laws of the
State of California.
Bryan Schalesky
Printed Name
~~
Signature of Applicant
President
Title (Owner/Manager/Partner, etc.)
9-9-14
Date
Andrew Vanderford
From:
Sent:
To:
Subject:
Attachments:
Attached is the application . I sent in the check along with this on the 9th . They should have gotten the check by
the11th .
Bryan Schalesky, PE
President
Skyline Engineering, Inc.
831.663.6188 office
831.235.5797 mobile
(
\
I
\'
'
r. . .
'
a~~- 1/cv;1-d~oui
Andy Vanderford
Project Manager
ENGINEER
r . - ;:.r',,
~-!
"':
.,..:
i ,;
NG
jExhibit "E"
p 831.663.6188
F 831.663.6187
December 3, 2014
ROOF ANALYSIS
City of Carmel by the Sea
Administration Buildings
Junipero Street in Carmel
Skyline Engineering
8100 Wild Horse Road, Salinas CA 93907 - Phone: 831/663-6188 - Fax: 831/663-6187
Email: bryan@skylineengineering.com - www.skylineengineering.com
POLICE STATION
PLANTER
PLANTER
HI RANGER
COVER
0::
w
z
1-
5
a.
z
~
~
FLAGPOLE
en
w
u:::
u_
L)
PLANTER
LOADER
SHELTER
PAINT RpOM
& STORJ GE
IP~NTEj
Skyline Engineering
Patio decks are poured concrete slabs varying in thickness as depicted in this
drawing from the 1960's. There is a structural slab underneath. A "membrane" is
installed between the slabs.
The underlying membrane is not visible. We did not take destructive tests to view
it. However, this is extremely typical construction AND condition for a deck this
old. The membrane is most assuredly failing.
8100 Wild Horse Road, Salinas CA 93907 - Phone: 831/663-6188 - Fax: 831/663-6187
Email: bryan@skylineengineering.com - www.skylineengineering.com
Skyline Engineering
tz
._..,..
T~~'f
l .
'
8100 Wild Horse Road, Salinas CA 93907 - Phone: 831/663-6188 - Fax: 831/663-6187
Email: bryan@skylineengineering.com - www.skylineengineering.com
Skyline Engineering
The area around the flag pole used to be a pool. Now it is filled with bark. It also
has a waterproofing "membrane."
I
1:.
'if;,
.,_,
. ~
..
8100 Wild Horse Road, Salinas CA 93907 - Phone: 831/663-6188 - t-ax: 831/663-6187
Email: bryan@skylineengineering.com - www.skylineengineering.com
Skyline Engineering
STEPS
Steps are located throughout the patio decks. This drawing shows likely
construction under steps. Notice the horizontal concrete area that has
waterproofing membrane.
'
i
i,
\Fil-L-
____ l;z.ur.~PU"-L.i
--......,
IMP~E~J.Tfi.D
f!P.>E.~ fi!>O,I>.jLO
-..,.:..'f''Ot.:lflP,ATION WAf&~PJLOOf-fl'l&.
./
-~.:;..WAl-t....
?1 ,A.f~
AT
WALL-
iC(~1~6
-;rT+---;-
'i
L - . L ...
(}I~
~-----......_-+-/I =~t~
8100 Wild Horse Road, Salinas CA 93907 - Phone: 831/663-6188 - Fax: 831/663-6187
Email: bryan@skylineengineering.com - www.skylineengineering.com
NGINffRING
F 831.663.6187
December 2, 2014
PHOTO ANALYSIS
City of Carmel by the Sea
Administration Building Patio Decks
Junipero Street in Carmel
Skyline Engineering
The area around the flag pole used to be a pool. Now covered with bark.
8100 Wild Horse Road, Salinas CA 93907 - Phone: 831/663-6188 - Fax: t131i663-6187
Email: bryan@skylineengineering.com - www.skylineengineering .com
Skyline Engineering
8100 Wild Horse Road, Salinas CA 93907 - Phone: 831/663-6188 - Fax: 831/663-6187
Email: bryan@skylineengineering.com - www.skylineengineering.com
Skyline Engineering
Sealant throughout the perimeter of the patio decks were a previous attempt to
stop leakage. This may have slowed leakage, but would not eliminate it.
8100 Wild Horse Road, Salinas CA 93907 - Phone: 831/663-6188 - Fax: 831/663-6187
Email: bryan@skylineengineering.com - www.skylineengineering.com
Skyline Engineering
Perimeter walls are constructed of framing and exterior plaster system. here the
coating is sagging indicating water entry behind the wall.
8100 Wild Horse Road, Salinas CA 93907 - Phone: 831/663-6188 - Fax: 831/663-6187
Email: bryan@skylineengineering.com - www.skylineengineering.com
Skyline Engineering
Wall cracking. Perimeter walls will need to be repaired and coated as part of any
system that is installed on these decks. These walls are an integral part of the
waterproofing for this building.
8100 Wild Horse Road, Salinas CA 93907 - Phone: 831/663-6188 - ax: 831/663-6187
Email: bryan@skylineengineering.com - www.skylineengineering.com
Skyline Engineering
Interior drain. All interior joints and cracks were previously repaired as an attempt
to stop or slow leakage.
Cellular equipment "hut." As part of any major repair on these patio decks, this
structure will have to be removed and replaced.
8100 Wild Horse Road, Salinas CA 93907 - Phone: 831/663-6188 - Fax: 831/663-6187
Email: bryan@skylineengineering.com - www.skylineengineering.com
Skyline Engineering
8100 Wild Horse Road, Salinas CA 93907 - Phone: 831/663-6188 - Fax: 831/663-6187
Email: bryan@skylineengineering.com - www.skylineengineering.com
Skyline Engineering
8100 Wild Horse Road, Salinas CA 93907 - Phone: 831/663-6188 - Fax: 831/663-6187
Email: bryan@skylineengineering.com - www.skylineengineering.com
Skyline Engineering
Leaking is so severe that structures have been built to divert water away from
interior spaces.
8100 Wild Horse Road, Salinas CA 93907 - Phone: 831/663-6188 - Fax: 831/663-6187
Email: bryan@skylineengineering .com - www.skylineengineering.com
Skyline Engineering
Water entering the system will find cold joints, cracks and openings in the
concrete to actually enter the interior space. This makes it nearly impossible to
track leaks because they travel.
8100 Wild Horse Road, Salinas CA 93907 - Phone: 831/663-6188 - Fax: 831/663-6187
Email: bryan@skylineengineering.com - www.skylineengineering .com
Skyline Engineering
8100 Wild Horse Road, Salinas CA 93907 - Phone: 831/663-6188 - Fax: 831/663-6187
Email : bryan@skylineengineering.com - www.skylineengineering.com
,
K
N G
'
NffRING
December 2, 2014
PHOTO ANALYSIS
City of Carmel by the Sea
Skyline Engineering
This is the planter located adjacent to the Police Admin Building. Planters do
have living plants or trees present.
8100 Wild Horse Road, Salinas CA 93907 - Phone: 831/663-6188 - Fax: 831/663-6187
Email: bryan@skylineengineering .com - www.skylineengineering.com
Skyline Engineering
This is the southernmost planter. The bench surrounding this planter is in poor
condition and should be replaced or eliminated.
This planter is located between the patio decks and the Hi Ranger cover roof.
8100 Wild Horse Road, Salinas CA 93907 - Phone: 831/663-6188 - Fax: 831/663-6187
Email: bryan@skylineengineering.com - www.skylineengineering.com
fNG
'. ~ -
p 831.663.6188
F 831.663.6187
NEfRING
::
. 'f
..
I ....
December 3, 2014
PATIO DECK & PLANTER
RECOMMENDATIONS AND BUDGETS
City of Carmel by the Sea
Administration Buildings
Junipero Street in Carmel
Skyline Engineering
SQUARE FOOTAGES
Repair exterior plaster. Fabricate and install sheet metal coping cap. Install
elastomeric coating over wall. Estimated budget $30,000.
RECOMMENDATIONS AND BUDGETS FOR PLANTERS
Option #1: Remove vegetation and cover planters with framing, plywood, and
roof covering. Estimated cost $50,000.
Option #2: Excavate planters. Install waterproofing membrane to line
planters. Replace soil and vegetation. Estimated cost $150,000.
This is a photo of a planter that was excavated (PG&E 111 Almaden in San
Jose). PVC membrane lines the planter creating a waterproof barrier.
1-l
I
-.
8100 Wild Horse Road, Salinas CA 93907 - Phone: 831/663-6188 - Fax: 831/663-6187
Email: bryan@skylineengineering.com - www.skylineengineering.com
Skyline Engineering
Option #1: Remove topping slab. Install new thermoplastic membrane over
lower structural slab (slope to drain). Install new pavered system set on stands.
There are numerous manufactures and dozens of configurations for these types
of plaza decks. Below are some links to those we have specified in the past.
Approximate budget estimate for this option is $500,000.
49
http://www. hanoverpavers. com/roof. asp
8100 Wild Horse Road, Salinas CA 93907 - Phone: 831/663-6188 - Fax: 831/663-6187
Email: bryan@skylineengineering.com - www.skylineengineering.com
Skyline Engineering
---
--'~~-------- ...,.
-L..:-.
- -- -- - .... - -- -- - - --
8100 Wild Horse Road, ::ialinas CA 93907 - Phone: 831/663-6188 - Fax: 831/663-6187
Email: bryan@skylineengineering .com - www.skylineengineering .com
Skyline Engineering
Option #2: Retrofit % " plywood over existing deck. Install PVC membrane
specially designed for pedestrian traffic. Stairs will need to be specially sealed
and coated in order to integrate into the system. Approximate budget for this
option $200,000.
20 year manufacturer warranties are available for these systems. The system life
expectancy is 25- 30 years.
The following are links to PVC pedestrian traffic membrane systems.
http://ibroof.com/sites/default/files/IB%2060%20Mii%20DeckShield%20SinglePiy%20TDS%20201 11222.pdf
http://www.mulehide.com/home/modular-systems-dectec-walkable-membranepvc
http://www.duradek.com
Photo courtesy of Duradek.
8100 Wild Horse Road, Salinas CA 93907 - Phone: 831/663-618!:! - Fax : 831/663-6187
Email: bryan@skylineengineering.com - www.skylineengineering .com
Skyline Engineering
8100 Wild Horse Road, Salinas CA 93907 - Phone: 831/663-6188 - Fax: 831/663-6187
Email: bryan@skylineengineering.com - www.skylineengineering.com
Skyline Engineering
Option #3: Prep the existing deck. Seal all joints. Install liquid applied urethane
deck coating system. Approximate budget $150,000.
Ten year manufacturer warranties are available for these systems. The estimated
life expectancy is 15 to 20 years before re-coating becomes necessary.
Note: This option would need to be approved by the manufacturer providing the
system. Prior to final approval of this option we would need to invite two or three
manufacturer reps to the site in order to confirm and verify that their systems
could be properly installed and warranted.
Photos of UCSC Kerr Hall deck coating project from 2013. Sika deck coating
system.
I ~
8100 Wild Horse Road, Salinas CA 93907 - Phone: 831/663-6188 - Fax: 831/663-6187
Email : bryan@skylineengineering.com - www.skylineengineering.com
Skyline Engineering
~-- - .
....___
8100 Wild Horse Road, Salinas CA 93907 - Phone: 831/663-6188 - Fax: 831/663-6187
Email: bryan@skylineengineering.com - www.skylineengineering.com
-..._I
fNGINffR
Salinas CA 93907
p 831 .663.6188
F 831.663.6187
NG
December 2, 2014
MEMBRANE ROOFING ANALYSIS
City of Carmel by the Sea
Administration Building Built-up Roofs
Junipero Street in Carmel
SUMMARY OF CONSTRUCTION- CONDITION- RECOMMENDATIONS- BUDGETS
Loader Shelter
Roof system: mineral surfaced built up roof over a wood deck
456 sf
Age: approx. 15 years
Drainage: gutter
Condition: Fair to poor
Recommendation: Replacement in 2016 (Thermoplastic membrane roofing)
Estimated replacement cost: $15,000
Hi Ranger Shelter
Roof system: mineral surfaced built up roof over a wood deck
1,088 sf
Age: approx. 15 years
Drainage: gutter
Condition: Fair to poor
Recommendation: Replacement in 2016 (Thermoplastic membrane roofing)
Estimated replacement cost: $30,000
Paint Room & Storage
Roof system: composition shingle roofing over a wood deck
544 sf
Age: approx. 15 years
Drainage: gutters
Condition: good
Recommendation: None
Offices & Admin
Roof system: gravel surfaced built up roofing over wood deck
856 sf
Age: 25 years
Drainage: scuppers
Condition: Fair to poor
Recommendation : Replacement 2016 (Thermoplastic membrane roofing)
Estimated replacement cost: $30,000
Skyline Engineering
The loader shelter roof is a mineral surfaced built up roof over a wood deck. It is possible
that this awning was constructed about the same time as the Hi Ranger Closure at or
old .
around 2000 . This roof would then be about 15
Vegetation should not be allowed to cover the roof. This will damage the roof in the long
term.
8100 Wild Horse Road, Salinas CA 93907 - Phone: 831/663-6188 - Fax: 831/663-6187
Email: bryan@skylineengineering.com - www.skylineengineering.com
Skyline Engineering
Gutters for both roofs sit close to each other. Roof on right is the Paint Room & Storage.
lacement.
Both utters are in fair condition and would not require
P""""'
8100 Wild Horse Road, Salinas CA 93907 - Phone: 831/663-6188 - Fax: 831/663-6187
Email: bryan@skylineengineering.com - www.skylineengineering.com
Skyline Engineering
Comp shingle roof is in good condition. These roofs have a much longer life expectancy
than fla! built up roofs.
8100 Wild Horse Road, Salinas CA 93907 - Phone: 831/663-6188 - Fax: 831/663-6187
-~~------------------------------~----~------~--------------==~~
Email: bryan@skylineengineering.com - www.skylineengineering.com
Skyline Engineering
8100 Wild Horse Road, Salinas CA 93907 - Phone: 831/663-6188 - Fax: 831/663-6187
Email : bryan@skylineengineering.com - www.skylineengineering.com
Skyline Engineering
Drainage scupper. Previous repairs indicate a history of leaks. Note the needles blocking
drain
on both inside and outside of the scupper.
8100 Wild Horse Road, Salinas CA 93907 - Phone: 831/663-6188 - Fax: 831/663-6187
Email: bryan@skylineengineering.com - www.skylineengineering.com
Skyline Engineering
Questionable flashing. This looks like Grace membrane. This is the incorrect material for
this
Admin roof.
8100 Wild Horse Road , Salinas CA 93907 - Phone: 831/663-6188 - Fax: 831/663-6187
Email: bryan@skylineengineering.com - www.skylineengineering.com
Skyline Engineering
8100 Wild Horse Road, Salinas CA 93907 - Phone: 831/663-6188 - Fax: 831/663-6187
Email: bryan@skylineengineering.com - www.skylineengineering.com
Skyline Engineering
........
----
_..,
_,.,.,.,.
_..,
~/
,..........
.-"
--- ~ /~
/.
....,;
8100 Wild Horse Road, Salinas CA 93907 - Phone: 831/663-6188 - Fax: 831/663-6187
Email: bryan@skylineengineering.com - www.skylineengineering.com
Skyline Engineering
Gutter drainage.
8100 Wild Horse Road, Salinas CA 93907 - Phone: 831/663-6188 - Fax: 831/663-6187
Email: bryan@skylineengineering.com - www.skylineengineering.com
!EXHIBIT "F"
N G
N G
Prepared for:
Andy Vanderford
City of Carmel by the Sea
PO Box CC
Carmel by the Sea, CA 93921
Prepared by:
Nathan Schalesky
Skyline Engineering Inc.
81 00 Wild Horse Road
Salinas, CA 93907
(831) 663-6188
nate@skylineengineering.com
Page 2
Table of Contents
Introduction .................................................................................... 3
Methodology ...................................................................................3
Site Details .....................................................................................4
Findings .........................................................................................4-7
Conclusions ....................................................................................8
Recommendations ........................................................................... 8
Limitations ......................................................................................8-9
Page 3
Introduction
Skyline Engineering Inc. was retained by the City of Carmel by the Sea to
conduct an asbestos, lead, and mold survey at the Police Headquarters and PW/
PS Administration building located at the corner of Junipero St. and 4th Avenue.
The asbestos and lead portion of the survey was limited to the materials on the
various roof levels and patio levels (the patio levels will be referred to below as
roof levels) found at the facility- please refer to the site map found in Appendix A
to locate the areas sampled. The mold portion of the survey was limited to the
interstitial space below the patio deck levels and above the garage area below.
This did not include the inside of the building. Please refer to Appendix D to
locate the mold sample locations and mold survey findings and conclusions.
This section only refers to the asbestos and lead portion of the survey.
Methodology
Page 4
Forensic Analytical Laboratories, Inc. is accredited by the CDPH and the National
Institute of Science and Technology's (NIST) National Voluntary Laboratory
Accreditation program (NVLAP).
Forensic Analytical Laboratories, Inc.
participates in the National Institute for Occupational safety and health (NIOSH)
Proficiency analytical Testing Program, and has substantial experience in the
analysis of asbestos and lead.
Site Details
The asbestos and lead portion of the survey included the materials on the
various roof levels found at the facility to be inspected at the Police HQ & PW/PS
Admin Complex in Carmel by the Sea. The sampled roof levels may be found on
a site map included in this report for reference - Appendix A. The existing roof
levels - associated with the Police Headquarters building - are a BUR (built up
roof) with gravel system. The deck is plywood. This building also has a wood
shake mansard surrounding the main levels flat BUR area. The various patio
levels below are concrete panels with two large planters filled with dirt and
foliage. Three small levels of the patio area are BUR's with gravel. One small
area is asphalt shingles. And the two remaining roof levels are BUR with cap
sheet systems. The purpose of this portion of the survey was to find all asbestos
and/or lead containing building materials on these designated roof and levels.
The survey was limited to the roofing materials.
Findings
Asbestos
Samples were taken from the roofing materials of the Police HQ & PW/PS
Administration Complex. Suspect asbestos materials observed in the roofing
systems included the roofing felts, mastic repairs, coatings, and sealants. If
multiple layers of suspected material were present, the sample was taken all the
way down to the substrate.
On all of the designated roof levels, only three samples from the front Police
Headquarters building (referred to as the Large BUR) came back positive for
asbestos.
Building Sample
Number
ACM
Location
ACM Materiai
Page 5
Color
Result
NESHAP
Category
----- ---- -
current II
ACM I
Condition!
Black
None
Detect
Felts and
Mastic
Black
None
Detect
Small
BUR Pen
Repair Mastic
Black
None
Detect
A4
Small
BUR2
Field
Felts and
Mastic
Black
None
Detect
CCPD
A5
Small
BUR2
Base Flas
Felts and
Mastic
Black
None
Detect
CCPD
A6
Small
BUR2
Scupper
Repair Mastic
Grey
None
Detect
CCPD
A7
Small
BUR3
Field
Felts and
Mastic
Black
None
Detect
CCPD
A8
Small
BUR3
Cap Undr
Felt
Black
None
Detect
CCPD
A9
Patio Con
Panel
Seam
Sealant
Light
Grey
None
Detect
CCPD
A10
Patio Con
Panel
Seam
Sealant
Light
Grey
None
Detect
CCPD
A11
Patio
Parapet
Wall
Coating
Cream
None
Detect
CCPD
A12
Patio
Parapet
Wall
Coating
Cream
None
Detect
CCPD
A13
Small
BUR4
Field
Felts and
Mastic
Black
None
Detect
CCPD
A14
Small
Shingle
Roof
Composition
Shingle
Black
None
Detect
CCPD
A1
Small
BUR Field
Felts and
Mastic
CCPD
A2
Small
BUR Base
Flash
CCPD
A3
CCPD
Building
Sample
Number
ACM
location
ACM Material
Page 6
Color
Result
NESHAP
Category
Current
ACM:
Conditt
on
CCPD
A15
Small
BUR5
Field
Felts and
Mastic
Black
None
Detect
----
CCPD
A16
Small
BUR5
Base Flas
Felts and
Mastic
Grey
None
Detect
CCPD
A17
Small
BUR5
Pen
Repair Mastic
Grey/
Black
None
Detect
CCPD
A18
Large
BURAC
Seam
Mastic
Grey
None
Detect
CCPD
A19
Large
BUR Field
Felts and
Mastic
Black
None
Detect
CCPD
A20
Large
BUR Base
Flash Cap
Felts and
Mastic
Grey
None
Detect
CCPD
A21
Large
BUR BF
Seam
Repair Mastic
Grey
10%
Category II
Fair
CCPD
A22
Large
BUR Pen
Mastic
Black
10%
Category II
Fair
CCPD
A23
Large
BUR Field
Felts and
Mastic
Black
None
Detect
CCPD
A24
Large
Bldg Eye
BUR Field
Felts and
Mastic
Black
None
Detect
CCPD
A25
Large
Bldg Eye
BUR Pen
Repair Mastic
Black
10%
Category II
Fair
----
Page 7
Lead
Samples were taken from the roofing materials of the Police HQ & PW/PS
Administration Complex. Suspect lead materials observed in the roofing systems
included coatings on the patio parapet walls and sitting benches, and coatings on
the HVAC equipment and parapet cap of the large BUR roof level.
Building
Sample
Number
LCM
location
Substrate
CCPD
PB1
BURS
Flashing
Metal
CCPD
PB2
Patio
Parapet
Wall
CCPD
PB3
CCPD
CCPD
Color
Resutts
wt%
LCM
Condition
Yellow
.01S
Intact
Stucco
Cream
None
Detect
Patio Bench
Wood
Brown
.028
Intact
PB4
Large BUR
HVAC Duct
Metal
Tan
.072
Intact
PBS
Large BUR
Edge Cap
Flash
Metal
Tan
.034
Intact
Page 8
Conclusions
Recommendations
Limitations
Page 9
Thank you for the opportunity to work with you. Please do not hesitate to give us
a call with any questions or concerns.
Sincerely,
Skyline Engineering Inc.
Nathan Schalesky
Paulo Parra
Appendix A
Building
Inspectors
Date of Survey
10.30.14
SKYliNE
ENGINEERING
EriGINEERIIIG SERVICES FOR THE BLIILDir;G E~VE~OPE
Appendix B
Skyline Engineering
Date:
#Cl3550
E-mall:
Site:
0
0
0
0
Nathan Schalesky
fax:
831-521-0076
10.30.14
I 0 NIOSH 74008
I 0 CARE 435
0 Rolomete<
nate@skylineengineering.com
5~
Matrix:
Site location:
Analytes:
Comments:
Report Vla;
OFax
Date/
Sample 10
Time
Type
A
CCPD-Al
CCPD-A2
AVK-
Total
lPM
Time
c
A
SMAI..L BUR PEliETl\ATIOll MAS'l'rC BLJ(
CCPD-A4
c
A
CCPD-AS
CCPD-A6
CCPD-A7
CCPD-A8
c
PATIO SEAM SAI.Aitt L'r GJIEY
CCPD-A9
c
PATIO SEAM SEALANT LIGHT GREY
CCPD-AlO
Nathan Schalesky
o Fed ~~UPS
Shipped Via:
Time
OrVOff
OVetbal
Sample
Area/
Air
Volume
c
A
CCPD-A3
Sampled By:
R E..t-.tail
Dare:
D
US Mail
o Courier
c
Time;
10.30.14
D Drop Off
Other.
Relinquished
By-~
~..L-L
Relinquished By;
Date/Time;
10.30.1
Date/Time:
Date/Time:
Reai~By;
Date/Time:
Dau-/Time:
:00 pm
"
Recei~~v
Da.te/l}r(je:- 31-1
4 PO 1 : 3 7
Condition Acceptable?
Yes
RCVD
oNcM~
Condition At;ceptable?
o Yes
ONo
ONe
San Fr.ancisca Office: ;rrn Oepac R.aad. Suite 409, Ha)'Wanl, California 94545-2761/ l'tl: (51 0)887-8828 (800)627.3274/ Fax: (51 0)887-4218
Los Angeles Offi C@: 2959 Padfi c Commuce Drive, Rancho Dominguez, California 90221 I Ph: (31 0)763-1374 (888)813-9417 I Fax: (31 0)763-4450
las Vegas Office: 6765 5. Eastern Avenue, Suite 3, lAs Vegas, Nevada 89119/ Ph: (702)784-0040 I fax: 1702)784-0030
Skyline Engineering
#Cl3550
Tum Around lime: Same Day I 1Da)' I 2Day I 3Day I 4Day I SDif
Cl PCM! t:l
~IOSH
E-mail:
Site:
D Rotameter
Nathan Schalesky
831-521-0076
1 0 . 3 0 . 14
Date:
Fax:
nate@skylineengineering.com
Matrlx:
Site Location:
Comments:
Anal}1es!
ReportVta:
t:IFax
Date/
Sample ID
Time
T}-pe
A
CCPD-All
c
A
c
l'LAS~G
GRtt
CCPD-A17
CCPD-AlB
c
A
c
A
c
A
CCPD-A19
c
LARGE BUR BASE FLASH CAPSHEET
CCPD-A20
c
Date:
Nathan Schalesky
o.n"""'"""'~.A'
Condit
CCPD-A16
0.14 3: 00 pm
1 0- 3 1 - 1 4 P0 1 : 3 7 RC 1
Oaie/.~D{l
Received By:
Air
Volume
CCPD-A15
Total
Time
c
A
CCPD-A14
00!12/lime:
Avg.
LPM
Sample
Area/
CCPD-A13
11me
OrVOff
o Verbal
CCPD-Al2
Sampled By:
ME-Mall
r:fYes
~
t:JNo
Cl
us Mail
Cl Courier
10.30.14
Time:
0 Drop Off
0 Other:
Relinquished By;
Relinquished By:
Da~/Time:
Date/Time:
~eceivedBy:
Recei...ed 8)-:
Date/Time:
Date/Time:
t:INo
t:JNc
San Fra
Los Angeles
Offi~: 3777 Depot Road, Suit 409, Hayward, California 94545-2761/ Ph: (51 0)887.alll8 (800)827-3274/ Fax; (Sl 0)887-4218
ce: 2959 Pacific Commerce Drive, Rancho Dominguez, Callfumia. 90221 I Ph: C310l76J-2374 4 (888}813-9417/ Fax: (31 0)763-4450
Las Vegas Office: 6765 S. Eastern Avenll@, Suite .3, Las Vegas, Nevada 89119 I Ph: 1702)784-0040 I Fax; 1702)784-0030
Skyline Engineering
#C13550
Contact:
Phone:
I faJC
831-521-0076
E-mail:
Site:
0
0
0
0
Nathan Schalesky
S~
ClR~
0 NIOSH 74008
I OPointCount400-1000 I OCARB435
nate@skylineengineering.com
1 0 . 3 0 . 14
Dare:
0 PU.I Opaques/Soot
D Special ProJect
Matrlx:
Site Location:
Comments:
Analytes:
Report Via:
DFax
Sample ID
Date/
Time
Type
A
CCPD-A21
CCPD-A22
Time
Orv'Off
Avg.
LPM
Total
Time
o Verbal
Sample
Area/
Air
Volume
c
A
c
A
CCPD-A23
c
A
CCPD-A24
c
A
CCPD-A25
c
A
p
c
A
c
A
c
A
c
A
p
c
Sampled By:
Nathan
.30 . . 14 3:00 pm
Received By:
Dat.e I nme:
10 - 3 1- 1 4 p 0 1 : 3 7 RcI
~oo~~ thes
b).cisco Ollie~:
Date:
S~alesky
CJ
No~
~oad,
CJ
US Mail
r:J Courier
Time:
10.30.14
o Drop Off
Other:
Relir>quished By:
Relinquished By:
Dale/Time:
Date/Time:
Received By:
Received By:
[!Date/Time:
Date/Time:
CJ No
ONo
S<Jn
37n Depot
Suite 409, Hayward, Califomia 94545-2761 {Ph: (51 0)887-&828 (800)827-3274 /FillC (51 0)887-4218
Los Angeles Office: 2959 Pacific Commerce Drive, Rancho Dominguez, CaUfornia 90221 I Ph: 01 0)7&3-2374 {8&81813-~17 I fax: (31 0)763-4450
l.ts V~!ga! Office: 6765 S. Eastem Avenue, Suite 3, La$ Vegas, NevadA 8911 9/ Ph: (702}784.004{) I Fax: (702)7114-0030
Final Report
Client ID:
Report Number:
Date Received:
Date Analyzed:
Date Printed:
First Reported:
Salinas, CA 93907
Job ID/Site:
Lab Number
CCPD-Al
Layer: Black Tar
Layer: Black Felt
Layer: Black Tar
Layer: Black Felt
Layer: Black Tar
Layer: Black Felt
11577391
Asbestos
Type
Percent in
Layer
Asbestos
Type
Percent in
Layer
Asbestos (ND)
ND
ND
ND
ND
ND
ND
ND
Asbestos (ND)
11577393
ND
Percent in
Layer
11577392
Asbestos
Type
ND
ND
ND
ND
ND
ND
L1355
B197778
10/31114
11107/14
11/07114
11107/14
Asbestos (ND)
11577394
ND
ND
ND
ND
ND
ND
Asbestos (ND)
I of 5
3777 Depot Road, Suite 409, Hayward, CA 94545
Report Number:
Date Printed:
Lab Number
CCPD-AS
Layer: Stones
Layer: Black Tar
Layer: Black Felt
Layer: Black Tar
Layer: Black Felt
Layer: Black Tar
Layer: Black Felt
Layer: Black Tar
Layer: Black Felt
Layer: Black Tar
Layer: Black Felt
11577395
Percent in
Layer
Asbestos (ND)
Asbestos (ND)
ND
ND
ND
ND
ND
ND
Asbestos (ND)
11577398
ND
ND
Asbestos (ND)
11577399
ND
Asbestos
Type
11577397
Percent in
Layer
ND
Asbestos
Type
11577396
Percent in
Layer
ND
ND
ND
ND
ND
ND
ND
ND
ND
ND
ND
Asbestos
Type
Bl97778
11/07114
Asbestos (ND)
11577400
ND
Asbestos (ND)
Cellulose (Trace)
2 of 5
3777 Depol Road, Suite 409, Hayward, CA 94545
Report Number:
Date Printed:
Lab Number
CCPD-All
Layer: Off-White Coating
11577401
Asbestos
Type
Percent in
Layer
Asbestos (ND)
Asbestos (ND)
11577403
ND
ND
ND
ND
ND
ND
Asbestos (ND)
11577404
ND
ND
ND
Percent in
Layer
ND
Asbestos
Type
11577402
Percent in
Layer
ND
Asbestos
Type
B197778
11/07114
Asbestos (ND)
11577405
ND
ND
ND
ND
ND
ND
ND
Asbestos (ND)
3 of 5
3777 Depot Road, Suite 409, Hayward, CA 94545
Report Number:
Date Printed:
Lab Number
CCPD-A16
Layer: Stones
Layer: Black Tar
Layer: Black Felt
Layer: Black Tar
Layer: Black Felt
Layer: Black Tar
Layer: Black Felt
11577406
Percent in
Layer
Asbestos (ND)
Asbestos (ND)
11577408
ND
Asbestos (ND)
11577409
ND
ND
ND
ND
ND
ND
ND
Asbestos
Type
ND
Percent in
Layer
Asbestos
Type
11577407
Percent in
Layer
ND
ND
ND
ND
ND
ND
ND
Asbestos
Type
Bl97778
11/07/14
Asbestos (ND)
I 1577410
ND
ND
ND
ND
ND
ND
ND
ND
Asbestos (ND)
4 of 5
3777 Depot Road, Suite 409, Hayward, CA 94545
Report Number:
Date Printed:
Lab Number
CCPD-A21
Layer: Grey Mastic
11577411
10%
Asbestos
Type
Percent in
Layer
Asbestos
Type
Percent in
Layer
Asbestos (10%)
10%
Asbestos (10%)
11577413
ND
ND
ND
ND
ND
ND
ND
Asbestos (ND)
11577414
ND
ND
ND
ND
ND
ND
ND
Chrysotile
Chrysotile
Percent in
Layer
11577412
Asbestos
Type
B197778
11/07/14
Asbestos (ND)
11577415
Chrysotile
10%
Asbestos (10%)
= 'None Detected'.
Analytical results and reports are generated by Forensic Analytical Laboratories Inc. (fALl) at the request of and for the exclusive use of the person or entity (client) named on such
report. Results, reports or copies of same will not be released by FALl to any third party without prior written request from client. This report applies only to the sample(s) tested.
Supporting laboratory documentation is available upon request. This report must not be reproduced except in full, unless approved by FALL The client is solely responsible for the
use and interpretation of test results and reports requested from FALL Forensic Analytical Laboratories Inc. is not able to assess the degree of hazard resulting from materials
analyzed. FALl reserves the right to dispose of all samples after a period of thirty (30) days, according to all state and federal guidelines, unless otherwise specified. All samples were
received in acceptable condition unless otherwise noted.
5 of 5
Fax: (51 0) 887-4218
CCPD
- - - - - - - - - - - - . . . . ..----:--t
'lum/\roundlime: Same Day /ID<Jy /20ay I 3Day I 40ory IS~
Skyline Engineering
#Cl3550
Rotameter
1------- --- -------......-----0 P\.M: 0 Standard I 0 Polnl Couna.WO- 1000 I n CARll 435
N th
C.ont.ld:
S h l
a an C a es Y
1-,..._:--_n-f!----------r::
IF,-~~-.--------~
rnu .: 831-521-0076
.. ~.
E-mail:
Site:
- - - - - - - - - - -- ...
Carmel Police DepartJnent
_______
Malri~~:
Site l...or.<~linn:
Ana lyles:
~port
0 fax
Time
Type
A
CCPO-PBl
f--- .. ...
COA:rDIG
--------+-----+---
CCPD-PB2
Ill E-Mail
Date/
Samplt~IO
Via:
------------------------
Time
O.YOff
1\VJ(.
LPM
Sample
Ama/
Total
Air
Tl~
Volume
c
A
CCPD-PB3
c
A
CCPD-PB4
c
A
CCPD-PB5
~---
c
A
c
A
"c
,.,
c
---~
c
Sampled By:
~~UPS
/.;r-__,"""
r-..
__)
Relinqulshl!d82Yoy
:
~.JfR'/
! .... _
D.!t<!ilime:
ltt!~ived
D.lte:
Nathan Schalesky
0.30.14 3:00 pm
By:
01/SMail
1:1 Coorier
Off
OthH:
Rf.llrw)ui..hed By:
I.J<Ite/Time:
D~eiTime;
Rraived By:
By;
D01~ /lime:
c~.d'ves
LA.fS
0 Drop
Time:
Retinqulshe.i Fly:
10-31-14P12=48 RCV
l').f<! Timt':
1:1 No
10. 30. 14
lJate I Time:
0 No
0 No
SanUisco Offia!: .1 777 Oepot Muad, Suite 409, HIIY"o'llrd, (alilomia 94545-2761 I Ph: <510)667-88211 (R00)827-ll74/ fax: 1510)687-4216
Office: 2959 Pacific COI'I'ImP.fTE' Driw. Kardlo DomlnJ!lJeZ, Callfnrni.a '10221 i t'h: (310)763-2374 (OOO)l)D-9417 I Fax: (J 10)7>3--1-450
Las Vega~ Of(i(e; 6765 S. Easllern J\ven~~e, Suit!! l, l. VegdS. NIMida 891191 PI\; 1702)704-0040 I Fall : (702)7640030
to~ A"'!de~
--------------
Final Report
Forensic Analytical Laboratories
Client JD:
Report Number:
Date Received:
Date Analyzed:
Date Printed:
First Reported:
Salinas, CA 93907
Job JD I Site: CCPD, City of Carmel Police Department
Date(s) Collected:
Ll355
M155501
10/31/14
11107/14
11107/14
11/07114
Lab Number
Analyte
Result
Result
Units
Reporting
Limit*
Method
Reference
CCPD-PBI
30699189
Pb
0.015
wt%
0.006
EPA 3050B/7420
CCPD-PB2
30699190
Pb
< 0.006
wt%
0.006
EPA 3050B/7420
CCPD-PB3
30699191
Pb
0.028
wt%
0.007
EPA 3050B/7420
CCPD-PB4
30699192
Pb
0.072
wt%
0.006
EPA 3050B/7420
CCPD-PB5
30699193
Pb
0.034
wt%
0.006
EPA 3050B/7420
Sample Number
* The Reporting Limit represents the lowest amount of analyte that the laboratory can confidently detect in the sample, and is not a
regulatory level. The Units for the Reporting Limit are the same as the Units for the Final Results.
3777 Depot Road, Suite 409, Hayward, CA 94545 I Telephone: (510) 887-8828 (800) 827-FASI I Fax: (510) 887-4218
Appendix C
State of California
Division of Occupational Safety and Health
Certified Asbestos Consultant
Paulo C Parra
Name
1 0/19/15
ei'>d "latet
f'ql'
OI~Struclor
'I
C crt1hcat-
Inspector/Assessor
....
111081201!
Appendix D
Page 1
Introduction
This section contains the findings and recommendations from our limited mold
investigation. The purpose of the investigation was to attempt to identify areas of
mold growth in the lower level parking garage - the area directly related to the
possible re-roofing of the above court yard, make recommendations regarding
corrective actions, and provide information for consideration in assessing risk to
occupants.
The data collected in the course of the investigation is presented in this report as
follows:
Table 1 -visual observations, moisture readings, photo & sample references.
Floor Plan- showing the locations of key observations and samples taken.
Photographs - depicts inspection observations.
Methodology
Site Details
The lower level parking garage is located directly below an open court yard which
may be re-roofed, and is constructed primarily of unfinished concrete floors and
painted concrete walls and ceiling. There are four large planters above the
garage - in the courtyard. These planters seem to be the source of some
Page 2
leakage seen on the ceiling. There is also damage under the main entrance
stairwell from a previous leak.
Page 3
Recommendations
Page 4
3. Inspect for hidden mold growth using appropriate precautions as called for in
Table 2 and the General Mold Remediation Guidelines referenced therein.
4. Remove identified areas of mold growth following appropriate guidelines to
protect workers and control contamination as called for in Table 2 and the
General Mold Remediation Guidelines referenced therein.
5. Dry out any discovered wet organic building materials following appropriate
guidelines as identified in the General Mold Remediation Guidelines
referenced therein.
6. Following completion of mold remediation activities, conduct a postremediation assessment to confirm that the recommended mold cleaning and
removal activities have been completed appropriately. Specific postremediation assessment recommendations are provided in Table 2 and the
General Mold Remediation Guidelines referenced therein.
7. Concurrent with mold remediation efforts, determine and address the causes
of moisture intrusion in consultation with an appropriately qualified
construction professional in order to prevent additional mold growth from
occurring.
Page 5
Table 1: Observations
Ref
Functional
Area or
Location
Stairwell
Parking
Garage
Area
of
Mold
i -6 SF
Area of
Moisture
Moisture
Readings<
'jd
Sample 'jd
1127,
1128,
1130
'
99.9
-2 SF
Photo
-2 SF
(Concrete
Scale)
1133,
1136,
1137,
1139
Notes:
Estimated total surface area of mold growth actually observed and mold growth intensity (light, moderate or heavy).
b Estimated total cross-sectional area of moisture impact actually observed (i.e., staining/damage, elevated moisture
meter readings, visible moisture).
c Moisture meter readings and substrate.
d Refer to photo and laboratory report appendices.
Mold
Growth
6 SF
Moderate
2 SF
Moderate
Repair Levelb
Repair Detail
Preliminary
Cause
M2
MT
Possible Leak
M2
MT
Leak
Notes:
Conclusion regarding presence of mold growth/contamination
, Potential, ~ l$
), total surface
area of mold growth anticipated (visible and hidden) and anticipated mold growth intensity (light, moderate, heavy).
b Refer to appendix containing General Mold Remediation Guidelines for description of work practices and guidance
documents.
c Preliminary cause of moisture intrusion and mold growth based upon general observations. Construction related
causal factors should be confirmed by an appropriately qualified building professional.
..
~- 0
~ ::l
1l
,...
....
,.
. .,
. ... . ...
.....
.. -.- ... f
FLOOR PLAN
Page 6
Page 7
PHOTOGRAPHS
Page 8
Page 9
Location
Substrate
Summary Finding
Wood
TL-1
TL-2
Garage deck
Concrete
TL-3
Concrete
Page 10
CONTENTS
1. General Practices. All work, which may result in the disturbance of mold
growth or contamination, should be performed using work practices that
minimize the disturbance of affected materials and dispersion of mold spores.
Measures should also be taken to protect the health and safety of individuals
performing remediation activities. At a minimum, work should be performed in
accordance with the following guidelines addressing mold/water intrusion
remediation:
Environmental Protection Agency. (September 2008). Mold Remediation in
Schools and Commercial Buildings. EPA 402-K-01-001. Appendix B. Retrieved
6/5/12: http://www.epa.gov/mold/mold_remediation.html
New York City Department of Health. (November 2008). Guidelines on Assessment
and Remediation of Fungi in Indoor Environments. Appendix A. Retrieved 6/5/12:
http://www.nyc.gov/html/doh/html/epi/moldrpt1 .shtml
U.S. Department of Labor Occupational Safety and Health Administration (March
2010). Safety and Health Information Bulletin: A Brief Guide to Mold in the
Workplace. SHIB 03-10-10. Retrieved 6/5/12: http://www.osha .gov/dts/shib/
shib 101003.html
American Industrial Hygiene Association . (2008). Recognition, Evaluation and
Control of Indoor Mold. IMOM08-679.
Institute of Inspection, Cleaning and Restoration Contractors. (2006). IICRC 500
Standard and Reference Guide for Professional Water Damage Restoration. Third
edition .
Institute of Inspection, Cleaning and Restoration Contractors. (2008). IICRC S520
Standard and Reference Guide for Professional Mold Remediation . Second
edition.
Page 11
------------------
The following procedures are provided for general guidance and may be modified as
appropriate to address specific conditions on a case-by-case basis. All work should be
performed in accordance the aforementioned guideline publications.
Example Applications
Surface cleaning and non-aggressive removal of S1 ft. 2 of mold growth.
Surface cleaning of areas with light or minimal mold spore deposition/
contamination.
Typical housekeeping activities.
Personal Protective Equipment
May include the use of an N-95 disposable respirator, gloves and eye protection.
Containment Provisions
None required.
Work Practices
Mist surface and wet-wipe in a manner that minimizes disturbance of growth.
Post-Remediation Assessment
Visual confirmation of removal of growth.
M1: General Procedures for Small Scale Mold Remediation __________________
The following procedures are provided for general guidance and may be modified as
appropriate to address specific conditions on a case-by-case basis. All work should be
performed in accordance the aforementioned guideline publications.
Skyline Engineering- Engineering Services for the Building Envelope
www.skylineengineering .com
Page 12
Example Applications
Surface cleaning and non-aggressive removal of >1 to <1 0 ft.2 of mold growth.
Aggressive removal of materials with :51 ft. 2of dense mold growth, or <1 0 ft.2 of
sparse mold growth.
General construction dust control for removal of building materials.
Personal Protective Equipment
N-95 disposable respirator, gloves and eye protection.
Containment Provisions
Cover the immediate work area with plastic sheeting.
A floor to ceiling plastic barrier should be erected to further isolate the work area
if greater than approximately 5 ft. of material is being aggressively removed (e.g.,
removal of drywall).
Ensure ventilation provisions in the area are turned off.
Work Practices
Remediation performed by maintenance/construction personnel with awareness
training regarding proper clean up methods, personal protection, and potential
health hazards associated with mold.
Clean surfaces using a HEPA vacuum or dust suppression methods (e.g.,
misting).
Remove materials using methods to minimize the disturbance of growth and for
general dust suppression (e.g., HEPA vacuum positioned at the point of
operation/removal and misting).
If removal cannot be accomplished without significant disturbance of mold growth
or more extensive mold growth is encountered, then work should stop and
medium or large scale remediation procedures should be implemented.
All contaminated materials should be removed from the work area in a sealed
plastic bag.
Following removal of mold growth, clean the work area and immediately adjacent
surfaces using a HEPA vacuum or wet-wiping.
Post-Remediation Assessment
Assessment by a designated individual familiar with these procedures and with
mold awareness training.
Visual confirmation of removal of growth and absence of contamination and
debris prior to removal of containment provisions.
Materials should be dried and causes of moisture impact controlled to prevent
future growth.
The following procedures are provided for general guidance and may be modified as
appropriate to address specific conditions on a case-by-case basis. All work should be
performed in accordance the aforementioned guideline publications.
Example Applications
Surface cleaning and non-aggressive removal of 10 to <1 00 ft. 2 of mold growth.
Aggressive removal of materials with >1 to <10 ft. 2 of dense mold growth, or 10 to
<100 ft. 2of sparse mold growth.
Skyline Engineering - Engineering Services for the Building Envelope
www.skylineengineering.com
Page 13
The following procedures are provided for general guidance and may be modified as
appropriate to address specific conditions on a case-by-case basis. All work should be
performed in accordance the aforementioned guideline publications.
Example Applications
Surface cleaning and non-aggressive removal of ~1 00 ft .> of mold growth.
Aggressive removal of materials with ~100ft.> of dense or sparse mold growth.
Personal Protective Equipment
Page 14
Full-face respirator with HEPA filters, gloves, disposable coveralls with head
and foot coverings and goggles. Consider the use of HEPA/organic vapor
combination cartridges if strong musty odors are present.
Containment Provisions
Isolate the work area from the surrounding environment using 2 layers of
plastic sheeting configured with a decontamination area between two slit
entries with covering flaps.
Seal all penetrations to surrounding areas using plastic and tape (e.g., outlets,
light switches, ventilation grills).
Negatively pressurize the work area and exhaust to the outdoor environment
with HEPA filtration.
Work Practices
Remediation performed by professional mold remediation contractors with
appropriate training and experience in mold remediation practices.
Clean surfaces using a HEPA vacuum or dust suppression methods (e.g.,
misting).
Remove materials using methods to minimize the disturbance of growth to the
extent feasible.
All contaminated materials should be removed from the work area in a sealed
plastic bag.
Following removal of mold growth, clean the work area, immediately
surrounding area, and worker egress pathways using a HEPA vacuum or wetwiping .
Mist surface and wet-wipe in a manner that minimizes disturbance of growth.
Post-Remediation Assessment
Assessment performed by a professional mold consultant with appropriate
training and experience.
Visual confirmation of removal of growth and absence of contamination and
debris .
Collection and evaluation of air and surface samples as appropriate to support
visual inspection .
Materials should be dried and causes of moisture impact controlled to prevent
future growth.
Containment provisions remain in place until the work areas has passed the
assessment criteria.
Example Applications
Removal of secondary mold spore deposition from surfaces and contents
resulting from the presence of mold growth reservoirs in the shared
environment.
Skyline Engineering - Engineering Services for the Building Envelope
www.skylineengineering.com
Page 15
The following procedures are provided for general guidance and may be modified as
appropriate to address specific conditions on a case-by-case basis. All work should be
performed in accordance the aforementioned guideline publications.
Example Applications
o Cleaning of ~1 0 ft.2 of mold growth from exterior surfaces.
o General construction dust control for the exterior removal of building materials.
o Note: Cleaning of <1 0 ft.2 of exterior mold growth may be conducted in
accordance with procedure MO.
Personal Protective Equipment
o Minimum of N-95 disposable respirator, gloves and eye protection . More
extensive protective equipment may be appropriate depending on the severity
of growth or intensity of removal activities .
Containment Provisions
Skyline Engineering- Engineering Services for the Building Envelope
www.skylineengineering.com
Page 16
Prior to commencing work, close all windows and doors in or adjacent to the
work area and seal interior window and door penetrations with tape (easy
release or painters tape).
If removal of exterior building materials is to occur, seal all wall penetrations
(i.e., electrical outlets and light switches) and base of wall on the associated
interior wall being repaired with tape (easy release or painters tape).
Work Practices
Remediation performed by maintenance/construction personnel with
awareness training regarding proper clean up methods, personal protection,
and potential health hazards associated with mold. The use of a professional
mold remediation contractor may be appropriate depending on the severity of
mold growth.
Proceed with exterior cleaning or building material removal using dust control
methods (e.g., misting).
Inspect the back of exposed interior wall systems for evidence of mold growth.
If mold growth is observed, proceed with cleaning or removal in accordance
with procedures MO-M3 as appropriate.
Use a HEPA vacuum to remove excess debris from the wall cavity prior to
reconstruction.
Post-Remediation Assessment
Assessment by a designated individual familiar with these procedures and with
mold awareness training.
Visual confirmation of removal of growth and absence of contamination and
debris prior to removal of containment provisions.
Materials should be dried and causes of moisture impact controlled to prevent
future growth.
MT: General Procedures for Invasive Inspection for Mold,_ _ _ _ _ _ _ _ __
The following procedures are provided for general guidance and may be modified as
appropriate to address specific conditions on a case-by-case basis. All work should be
performed in accordance the aforementioned guideline publications.
Example Applications
Removal of building materials in areas where there is the potential for mold
growth (i.e., the presence of mold growth has not been confirmed).
Personal Protective Equipment
May include the use of an N-95 disposable respirator, gloves and eye
protection as appropriate for general construction activities.
Containment Provisions
Follow practices for general construction dust control (see M1 above). No
special provisions for controlling mold growth are required.
Work Practices
Remove a small area of building material from the area in question to facilitate
visual inspection (e.g., <1ft. 2 ).
In the course of removal, proceed in a manner that minimizes disturbance of
potential concealed mold growth reservoirs. For example, cut around and
Skyline Engineering - Engineering Services for the Building Envelope
www.skylineengineering.com
Page 17
Building
Inspectors
Nathan Schalesky
Date of Survey
5.15.15
SKYLINE
ENGINEERING
ENGINEERING SERVICES FOR THE BUilDING f~'VELOPE
,,
...
w: - ------5 -.;
.... -- .
--r--
.. s
PO/Job#;
Skyline Engineering
Date;
CCPW
#Cl3550
5.15.15
I 2Day I 3Day I
I 0 NJOSH 74008
4Day
I SDlW
0 Rotameter
Fax:
831.-521-0076
E-mail:
Site;
Nathan Schalesky
nate@skylineengineering.com
City of Carmel Publfc Works
Comments:
Anal )'US:
ReportVia:
DFax
Time
Type
LUG! PIJIN'1'ER EXTERIOR nLL XEIIBlWIIE
BELOW GRADE BLACK
CCPW-Al
CCPW-A2
ME-Mall
Date/
Sample ID
a Special Project
MattiiC
Site Location: Patio Roof
0 PLM Op1quef/Soot
D Vefbal
. Sample
Area/
Time
Avg.
Total
Air
OrlOff
LPM
Time
Volume
G.IIAOll BIJ>.CJi:
'
c
A
c
A
A
A
c
c
c
Sampled By: Nathan
Schalesky
~Hl
/
../")
Relinquished By: -:::;t:.~~
t1 UPS
,~-~
Dare/Tim
Reuived&J:/
1_5 ~~\am
RECEIVEU
'\;"\
Date:
o US Mail
5.15.15
0 Courier
D Drop Off
Time:
0 Other.
Relinquished By:
Relinquished By:
Date/Time:
Oate/Time;
'
Received By:
Received B)':
Date/Time:
Date /1ii'M!
ConditionAcceptable1
[J
Yes
ONo
.
0 No
Los Angeles
'""" fii'e
merc.e Drive, Rancho Dominguez. Cailfumla 90221/ Ph: (31 0)7632374 {888)813-9417 I fax: (3 10)763-4450
~
; 6765 S. Eutem Avenue, Suite 3, Las Vegas, Nevada 89119/ Ph: (702)784-0040 I Fax: (702)784-0030
Amended Report
Client ID:
Report Number:
Date Received:
Date Analyzed:
Date Printed:
First Reported:
Salinas, CA 93907
Lab Number
CCPW-Al
Layer: Black Semi-Fibrous Tar
11645494
Asbestos
Type
Percent in
Layer
Asbestos
Type
Percent in
Layer
Asbestos
Type
Percent in
Layer
ND
CCPW-A2
Layer: Black Pipe
Ll355
B205910
05/20/15
06/08/15
06/08/15
05/28/15
Asbestos (ND)
11645495
ND
Asbestos (ND)
1 of 1
3777 Depot Road, Suite 409, Hayward, CA 94545 I Telephone: (510) 887-8828 (800) 827-FASI I Fax: (510) 887-4218
jExhbit "G"
CONTRACT FOR PROFESSIONAL CONSULTING SERVICES
THIS CONTRACT is executed this .2()~ day of.Afl?-\ \ , 2015, by and between
the CITY OF CARMEL-BY-THE-SEA, a municipal corporation (hereinafter "CITY"), and Skyline
Engineering, Inc., (hereinafter "CONSULTANT").
IT IS HEREBY MUTUALLY AGREED AS FOLLOWS:
1.
Scope. CONSULTANT hereby agrees to provide to CITY, as the scope of
services under this Contract the services set forth in the proposal for services dated March 25,
2015 (Exhibit "A), for Planter Waterproofing Project at the Public Works & PDHQ Building,
attached hereto and incorporated herein by this reference.
CONSULTANT is bound by the contents of CITY'S Request for Proposal,
attached as Exhibit "B" and incorporated herein by this reference, and the contents of the
proposal submitted by CONSULTANT (Exhibit "A"). In the event of conflict the requirements of
CITY'S Request for Proposal and this Agreement shall take precedence over those contained in
CONSULTANTS proposal.
2.
Timely Work. CONSULTANT shall perform all duties incidental or necessary in
a timely fashion; and shall be performed diligently, competently, and in accordance with
professional standards of performance. Failure to so perform is hereby deemed a material
breach of this Contract, and CITY may terminate this Contract with no further liability hereunder.
City may agree in writing with CONSULTANT to an extension of time. It is expressly agreed and
understood that CONSULTANT shall not be held responsible for delays occasioned by factors
beyond their control, nor by factors that could not reasonably have been foreseen at the time of
execution of this CONTRACT.
3.
Term. The work under this Contract shall commence upon the issuance of the
Notice to Proceed, and shall terminate 365 days thereafter. The parties may agree to extend or
amend this Contract prior to its expiration.
4.
Compensation. CITY shall pay CONSULTANT in an amount not to exceed
$6,350.00 which said sum shall include all costs, as presented in the proposal dated March 25,
2015 (Exhibit "A"), and in accordance with this Contract.
Compensation under this Contract shall become due and payable thirty (30) days
after CITY's approval of CONSULTANT'S submission of monthly written invoices. Written
invoices shall clear1y itemize each charge. The payment of any compensation to CONSULTANT
hereunder shall be contingent upon performance of the terms and conditions of this Contract to
the reasonable satisfaction of the City Administrator.
If the City Administrator determines that the work set forth in the written invoice
has not been performed in accordance with the terms of this Contract, CITY shall not be
responsible for payment until such time as the work has been performed to the reasonable
satisfaction of the City Administrator.
5.
Additional Services. In the event that CITY should request additional services
not covered by the terms of this Contract, said additional services and compensation shall be
agreed upon in advance and in writing by CONSULTANT and the City Administrator.
CONSULTANT shall not be compensated for any additional services unless such additional
services and compensation are approved by the City Council inasmuch as all contracts
exceeding $24,999.00 require City Council approval to be valid .
6.
Meet and Confer. CONSULTANT agrees to meet and confer with CITY or its
agents or employees with regard to services as set forth herein as may be required by City
Administrator to insure timely and adequate performance of this Contract.
7.
Suspension or Termination of Contract Without Cause. CITY may at any
time , for any reason , with or without cause, suspend or terminate this Contract, or any portion
hereof, by serving upon the CONSULTANT at least ten (10) business days prior written notice.
Upon receipt of said notice CONSULTANT shall immediately cease all work under this Contract
unless the notice provides otherwise. If CITY suspends or terminates a portion of this Contract
such suspension or termination shall not make void or invalidate the remainder of this Contract.
In the event this Contract is terminated pursuant to this section CITY shall pay
CONSULTANT the actual value of the work performed up to the time of termination provided
that the work performed is of value and approved by CITY. Upon termination of this Contract
pursuant to this section CONSULTANT will submit an invoice to CITY pursuant to section 4 of
this Contract.
8.
Default of CONSULTANT.
CONSULTANTS failure to comply with the
provisions of this Contract shall constitute a default. In the event that CONSULTANT is in
default for cause under the terms of this Contract, CITY shall have no obligation or duty to
continue compensating CONSULTANT for any work performed after the date of default and can
terminate this Contract immediately by written notice to CONSULTANT. If such failure by
CONSULTANT to make progress in the performance of work hereunder arises out of causes
beyond CONSULTANT'S control, and without fault or negligence of CONSULTANT, it shall not
be considered a default.
9.
clause:
To the fullest extent permitted by law (including, without limitation, California Civil
Code Sections 2782 and 2782.6, if applicable), CONSULTANT shall defend (with legal counsel
reasonably acceptable to designated agents, departments, officials, representatives, and
employees, collectively "lndemnitees") from and against claims, loss, cost, damage, injury
expense and liability (including incidental and consequential damages, court costs, reasonable
attorneys' fees, litigation expenses and fees of expert consultants or expert witnesses incurred in
connection therewith and costs of investigation) to the extent they arise out of, pertain to, or
relate to, the negligence, recklessness, or willful misconduct of CONSULTANT, any subconsultant, anyone directly or indirectly employed by them, or anyone that they control
(collectively "Liabilities"). Such obligations to defend, hold harmless and Indemnify any
Indemnitee shall not apply to the extent that such Liabilities are caused in part by the negligence,
or willful misconduct of such Indemnitee.
Notwithstanding the provisions of the above paragraph, CONSULTANT agrees to
indemnify and hold harmless CITY from and against any and all claims, demands, defense costs ,
liability, expense, or damages arising out of or in connection with damage to or loss of any
property belonging to CONSULTANT or CONSULTANT'S employees, contractors,
representatives, patrons, guests or invitees.
CONSULTANT further agrees to indemnify CITY for damage to or loss of CITY
OF CARMEL-BY-THE-SEA property to the proportionate extent they arise out of
CONSULTANT'S negligent performance of the work associated with this Contract or to the
-2-
proportionate extent they arise out of any negligent act or omission of CONSULTANT or any of
CONSULTANT'S employees, agents, contractors, representatives, patrons, guests or invitees;
excepting such damage or loss arising out of the negligence of CITY.
10.
Insurance. CONSULTANT shall submit and maintain in full force insurance as
described herein. Without altering or limiting CONSULTANT'S duty to indemnify,
CONSULTANT shall maintain in effect throughout the term of this Contract, a policy or policies
of insurance with the following minimum limits of liability:
Commercial general liability insurance including but not limited to premises,
personal injuries, bodily injuries, products, and completed operations, with a combined single
limit of not less than $1,000,000 per occurrence and $2,000,000 in the aggregate.
Workers' Compensation Insurance If CONSULTANT employs others in the
performance of this Contract, CONSULTANT shall maintain workers' compensation insurance in
accordance with California Labor Code section 3700 and with a minimum of $100,000 per
occurrence for employers' liability.
Professional Liability Insurance. CONSULTANT shall maintain in effect
throughout the term of this Contract professional liability insurance with limits of not less than
$1,000,000 per claim and $2,000,000 in the aggregate. CONSULTANT will either maintain or
cause to be maintained professional liability coverage in full force or obtain extended reporting
(tail) coverage (with the same liability limits) for at least three (3) years following CITY'S
acceptance of work.
Commercial automobile liability insurance covering all automobiles, including
owned, leased, non-owned, and hired automobiles, used in providing services under this
Contract, with a combined single limit of not less than $1,000,000 per occurrence.
Other Insurance Requirements
A.
Or
2)
An insurance company with a current AM. Best rating of no less
that A: VII
Exception may be made for the State Compensation Insurance Fund
when not specifically rated.
B.
C.
- 3-
1)
Provide an endorsement naming CITY, its officers, officials, and
employees as additional insureds under an ISO CG 20 10 07 04 and ISO
20 37 07 04 or their equivalent.
2)
Provide that such insurance is primary and non-contributing
insurance to any insurance or self-insurance maintained by CITY.
3)
Contain a "Separation of Insureds" provision substantially
equivalent to that used in the ISO form CG 00 01 10 01 or their
equivalent.
4)
D.
Prior to the start of work under this Contract CONSULTANT shall file
certificates of insurance and endorsements evidencing the coverage
required by this Contract with the City Administrator. CONSULTANT shall
file a new or amended certificate of insurance promptly after any change
is made in any insurance policy which would alter the information on the
certificate then on file.
E.
F.
11 .
Ownership of Work. Upon completion of the work under this Contract,
ownership and title to all materials and deliverables produced as part of this Contract will
automatically be vested in CITY and no further contract will be necessary to transfer ownership
to CITY. CONSULTANT shall not be held liable for any modification or re-use of CITY-owned
materials and deliverables for purposes outside their original intent.
12.
Licensing. CONSULTANT represents that it is properly licensed to perform the
work specified under this Contract, including but not limited to, possession of a current city
business license.
13.
Termination. This Contract may be terminated by either party upon thirty (30)
calendar day's written notice to the other party. In the event of such termination, CITY shall pay
CONSULTANT for all services performed in accordance with this Contract to the date of receipt
of notice of termination . An itemized statement of the work performed to the date of termination
shall be submitted to CITY. In ascertaining the services actually rendered hereunder up to the
-4-
date of termination of this Contract, consideration shall be given to both completed work and
work in process of completion, and to complete and incomplete drawings and other documents
whether delivered to CITY or in the possession of the CONSULTANT.
14.
Agency. In performing the services specified under this Contract, CONSULTANT
is hereby deemed to be an independent CONSULTANT and not an agent or employee of CITY.
15.
Authority of the City Administrator.
CONSULTANT shall perform all
necessary services provided under this Contract and outlined in the proposal and shall do,
perform, and carry out said work in accordance with this Contract as determined by and to the
reasonable satisfaction of the City Administrator. The City Administrator reserves the right to
make changes, additions or deletions, to the scope of work as deemed necessary or advisable to
implement and carry out the purposes of this Contract. The City Administrator is authorized to
execute change orders.
16.
Responsibility of Consultant.
By executing this CONSULTANT represents
and state to CITY that he/she possesses, or will arrange to secure from others, all necessary
professional capabilities, experience, resources and facilities necessary to provide to city the
services contemplated under this Contract. CONSULTANT further represents that he/she will
follow the current generally accepted practices of the profession to make findings, render
opinions, prepare factual presentations, and provide professional advice and recommendations
regarding the project for which services are rendered under this Contract.
17.
Materials and Equipment. CONSULTANT shall furnish at his/her own expense,
all materials and equipment necessary to carry out the terms of this Contract.
18.
Digital Files. CONSULTANT shall furnish copies of all deliverables on compact
disks (for example, final report) in digital format. Files shall be compatible with the current
versions used by PC computers.
Audit AuthoritY. CONSULTANT shall keep full and detailed accounts and
19.
exercise such controls as may be necessary for proper financial management under this
Contract; the accounting and control systems shall be satisfactory to CITY. CITY and CITY's
auditor shall be afforded access to CONSULTANT's records, books, correspondence and other
data relating to this Contract. CONSULTANT shall preserve these records, books,
correspondence and other data relating to this Contract for a period of four (4) years after final
payment or for such longer period as may be required by law. In addition, CONSULTANT agrees
to make said records, books, correspondence and other data relating to this Contract available to
CITY at CITY's principle place of business upon seventy-two (72) hours advance written notice.
The City Administrator, or his or her designee, shall at all times have the right to inspect the
work, services, or materials. CONSULTANT shall furnish all reasonable aid and assistance
required by CITY for the proper examination of the work or services and all parts thereof. Such
inspection shall not relieve CONSULTANT form any obligation to perform said work or services
strictly in accordance with the specifications of any modifications thereof and in compliance with
the taw.
20.
Notices. All notices herein provided to be given, or which may be given by either
party to the other, shall be considered fully received when made in writing and deposited in the
United States mail, certified and postage prepaid, and addressed to the respective parties as
follows:
CITY:
City of Carmel-by-the-Sea
- 5-
21.
Entire Contract. This Contract constitutes the entire contract between the
parties hereto and supersedes any and all prior contracts, whether oral or written, relating to the
subject matter thereof. Any modification of this Contract will be effective only if it is in writing
signed by both parties hereto.
22.
Validity. If any provision in this Contract is held by a court of competent
jurisdiction to be invalid, void or unenforceable, the remaining provisions will continue in full
force without being impaired or invalidated in any way.
23.
Assignment of Interest. The duties under this Contract shall not be assignable,
delegable, or transferable without the prior written consent of CITY. Any such purported
assignment, delegation, or transfer shall constitute a material breach of this Contract upon
which CITY may terminate this Contract and be entitled to damages.
Conflict of Interest/Political Reform Act. CONSULTANT shall at all times
24.
avoid conflicts of interest, or the appearance of conflicts of interest, in the performance of this
Contract.
During the term of this Contract CONSULTANT shall not directly or indirectly,
either as a partner, employer, employee, consultant, principal, and agent or in any individual or
representative capacity, engage or participate in any business or voluntary activity on behalf of
any other party on any property located within the City of Carmel-by-the-Sea without notification
to City Administrator.
If CITY determines CONSULTANT comes within the definition of CONSULTANT
under the Political Reform Act (Government Code Sections 87100 et seq.) CONSULTANT shall
complete and file, and shall require any other person doing work under this Contract, to
complete and file a "Statement of Economic Interest" with CITY disclosing CONSULTANT'S
and/or such other person's financial interests.
25.
Non-discrimination/Affirmative Action. CONSULTANT will not discriminate
against any employee or applicant for employment because of race, creed, color, sex, age,
national origin, marital status, physical or other motor handicap, unless based upon bonafide
occupational disqualification.
CONSULTANT will take affirmative action to ensure that applicants are employed
and that employees are treated during employment without regard to their race, creed, color,
sex, age, national origin, marital status, physical or other motor handicap.
Counterparts. This Contract may be executed in multiple originals, each of
26.
which is deemed to be an original , and may be signed in counterparts.
-6-
27.
Laws. CONSULTANT agrees that in the performance of this Contract it will
reasonably comply with all applicable state, federal and local laws and regulations. This
Contract shall be governed by and construed in accordance with the laws of the State of
California and the City of Carmel-By-The-Sea.
28.
Attorneys Fees and Court Venue. Should either party to this Contract bring
legal action against the other, (formal judicial proceeding, mediation or arbitration), the case
shall be handled in Monterey County, California, and the party prevailing in such action shall be
entitled to a reasonable attorney's fee which shall be fixed by the judge, mediator or arbitrator
hearing the case and such fee shall be included in the judgment, together with all costs.
29.
Severabllltv. If any term of this Contract is held invalid by a court of competent
jurisdiction, the remainder of this Contract shall remain in effect.
IN WITNESS WHEREOF, this Contract is entered into by the parties hereto in Carmel,
California, on the day and year first written above.
By:
Its:
CONSULTANT
By:
Its:
By:
Its:
City Cieri<
-7-
ORIG.
'J]{A~S.
REF.
CL-\SS
DATE ISSCED
09110/14
:------~
ENGINEERING
LOCATION:
.
[ No.
-~--
--
l
24430
-
E"Xpircs:
SKY0003
8711
O\VNER1
B./JJN. SCHALESKV
DBA:
MAILING
ADDRE;:;;~:
I::~C.\XCE
!
I
09/09/15 -<---__]
SIC~
ID::
VAUDATED:
?)x'tW-a0
Cit\' Clerk
OF TIHS UCE::--:SE DOES ~OT GR.r\~1 COMJ'IJA:-.:CE \\'ITH fu~Y OTHER STATE LA\V OR Cln ORDtN1\l"C
ACORD
DATE (r.uNDDIVYYY)
9/9/2014
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFARMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certiricate does not confer rights to the
certificate holder in lieu of such endorsement(s) .
PRODUCER
~~~CT
fl~NJ~
"vn (973)284-0100
11=~~.
NJ
Pine Brook
07058
NAIC#
INSURED
INSURER B :
Inc
skyline Engineering,
INSURER C:
INSURERO :
INSURER E:
CA
Salinas
9390'7
INSURER F :
CERTIFICATE NUMBER14-15 GL
REVISION NUMBER
COVERAGES
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR lHE POLICY PERIOD
INDICATED. N01WITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCWENT WTH RESPECT TO w-IICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, TliE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOW~! MAY HAVE BEEN REDUCED BY PAID CLAIMS.
POLICY EFF
POLICY E.XP
LIMITS
TYPE OF INSURANCE
POUCY NUMBER
r.i.l.:.> lwvr.
[l~~:
--
GENERAL LIABLITY
1-f---
CLAIIoiS.MADE
~/11/2014
~B0-9637M280-TIL-13
OCCUR
~/ll/2015
1--
rxl' POLICYO~&
-
HIRED A\JTOS
300,000
2,000,000
&
ADV INJURY
r - SCHEDULED
AUTOS
f--- NON-OWNED
AliTOS
GENERAL AGGREGATE
4,000,000
4,000,000
's
EACH OCCURRENCE
Per acadenl
1--
EJ(CESS UAB
5,000
UMBRELLA LIAB
1--
2,000,000
s
s
~~~~nSING(E lllillT
'---
~~~~~i?e~=~encel
LOC
AUTOMOBILE LIABIUTY
ANY AUTO
All 0'1\'NED
AUTOS
EACH OCCURRENCE
HOCCUR
CLAIMS.MAOE
AGGREGATE
I I
RETENTIONS
OED
lo\IORI<ERS COMPENSATION
ANO EMPLOYRS' UABIUTY
V/N
ANY PROPRIETOR/PARTNER/EXECUTIVE
N/A
OFFICER/MEMBER EXCLUDED?
(Mandalol)l In NH)
E L. DISEASE EA EMPLOYEE $
EL
~T~!f~g;.]
jOJt
DESCRIPTION OF OPERATIONS/ LOCATIONS /VEHICLES (AnacM ACORD 101 , AddiUonal Remarks Schedule , If more space Ia required)
The City of Carmel by the Sea, its officers, officials and employees shall be named as additional insured
as per writen contract.
waiver of Subrogation applies as per written contract.
CANCELLATION
CERTIFICATE HOLDER
cc
M
ACORD
25 (2010/05)
INS025 !201005) 01
Caradimitropoulo/JP
<
.:;;;;;:::
POLICYHOLDER COPY
NG
STATE: ,!
~ OM .... ':':V~ATil,l\=
.F.ugNo
t
-- -
ISSUE DATE:
GROUP:
1595532-2014
POLICY NUMBER:
CERTIFICATE ID:
139
CERTIFICATE EXPIRES: 09-01-2015
09-01-2014/09-01-2015
09-09-2014
NG
This is to certify that we have issued a valid Workers' Compensatton insurance policy in a form approved by the
California Insurance Commissioner to the employer named below for the policy period indicated.
This policy ts not subject to cancellation by the Fund except upon 30 days advance written notice to the employer.
We will also give you 30 days advance notice should this policy be cancelled prior to its normal expiration.
This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded
by the policy listed herein. Notwithstanding any requirement, term or condition or any contract or other document
with respect to which this certificate of insurance may be issued or to which it may pertain, the insurance
afforded by the policy described herein is subject to all the terms, exclusions. and conditions, of such policy.
~tl-6?1'
!L~ xll~~
Authorized Representative
PER OCCURRENCE.
$1,000,000
ENDORSEMENT
#1600-
ENDORSEMENT
#1600 -
09-01-2004
IS
EMPLOYER
NG
[P13,NG]
(REV.7 - 20141
PRINTED
09-09-2014
t~...)
DATE OF NOTICE
APR 08 2013
CODE
E~A-.rr;~I(J
17BA
All
02
A
llf<?l.t
).~;J
SKYLINE lHGINEERING
8100 WILD HORSE RD
~:~
SALINAS CA
939079223
SAUNAS CA 93907922~
Jij
POLICY NO;
YRIMAKEIMOOEL:
VINICAMPER:
AGENT NAME:
AGENTPHONE:
ENDORSEMENT NO:
151 715!i-00305L
2006 TOYOTA 401'1
4T1BJ<J6856U164427
KEN FELS
(408)7794186
6028BU
COVERAGE:
e ,.. rm'"')L".Pll.l;,
i'l'l,
~
wo or~
f ;'5:J 1>!::;)
C~'-'~
('!.}l..(
POLICY EFFECTIVE
APR 03 2013 UNTIL TERMINATED
POLJC Y t.U.SSAGES: 'Thll poiiO'J anown Abo.., auperndee pollc)'f 151 715~05K
i h~ pc;hcy Include ~ loar poy&ble duuoe proll>cUne lho oddibonal ineur&darnterul rn lhe aeconbed Q;lr to lht ulenl
of'""
rnoumnoe
" proJKII!d ~nd aubjt>CIIo &li policy piDYIIIOna Tho odaobon~lonaunod will be giVIIn 20 ~~ no~ce If tno policy II terminated . UnUituoh not~e
.,; "proVIded, ott hall b pr~1urnod lho11he '"""'~ ren-~t pren'llun no"" beon paid Tlw addolionol inaultld mull notry ua wll!\in 10 ""Y" "'
~ nny change- of 1ntereet or own~I'Jhlp com~ng to thetr llUanlon FIIJ.Iure to dO ao ..n r.ncr tt\11 pohcy null and votd
ACORD@,
DATE(MMIDOIYYYY)
3/3/2015
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
PRODUCER
82
r~N:ft ~~ (973)284-o1oo
l~o~ss:
NJ
Pine Brook
07058
NAICII
INSURED
INSURER B:
INSURERC:
INSURERD:
INSURER E:
93907
CA
Salinas
INSURER F:
CERTIFICATE NUMBER15-16 E&O
REVISION NUMBER
COVERAGES
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. N01WITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WiiCH THIS
CERTlFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
~~::
TYPE OF INSURMICE
GENERAL LIABILITY
IJNSR IWVD
POUCV
HUMBER
--
~~~~~~?E:~~nce
EXCESS
UAB
GENERAL AGGREGATE
s
1S
r~~~J.:;~MAGE
1
EACH OCCURRENCE
HOCCUR
CLAIMS-MADE
AGGREGATE
OED I I RETENTION s
WORKERS COMPENSATION
AHD EMPLOYERS' UABJLITY
YIN
A~ PROPRIETOR/PARTNER/EXECUTIVE
H/A
OFFICER/MEMBER EXCLUDED?
(Mandatory In NH)
IT~.nfli#s I
E.L EAOi ACCIDENT
IOJ~
E L DISEASE EA EMPlOYEE
s
s
-----
UMBRELLA UAB
s
s
I ~~~~n"'""'Lt LIM I
1--
LIMITS
EACH OCCURRENCE
s
$
$
/B/2015
/B/2016
$1,000,000
ol Llatxllty A990f"'jate
$2,000,000
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Addhlonal Re"'arks Schedule, If "'on: space Is n:qulred)
CERTIFICATE HOLDER
Evidence of Insurance
CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTNOR~DREPRESENTATNE
~ Caradimitropoulo/JG
:s:: c:
--=
hazard".
a.
tions;
c.
e.
This insurance does not apply to the rendering of or faaure to render any 'professional
services' .
f.
The limits of insurance afforded to the addJ!Jonal insured shall be the limits which you
agreed in that "contract or agreement reQuiring insurance to provide for that additional
insured. or the limits shown in the Dedarations for this Coverage Part, whichever are
!es.s. This endorsement does not increase the
limits of insurance stated in the UMITS OF
CG 03 81 09 07
Page I or 2
fif1
This endorsement is a par1 of the policy. Except for the changes this endorsement makes, all other
provisions of the policy remain the same and apply to this endorsement.
3. If Linbility Coverage is changed or terminated AS to the interest of' the Additional Insured. unless another mlmbcr of days notice Js shown on the Decimations Page, wa will provide the Ad~
ditionallnsured:
a. I 0 days notice of such change or terminatior. if the policy is non renewed or the cancellation is for nonpnyment of premium: and
b. 20 days no rice of s\lch change or tenn ination if the cancellation is for any reason ocher than
nonpa)ment of premium.
1.
~.
Page I of I
C<pyright, Stale Fnnn MuiUill Au1omobile lm:umncc Company, 20 II
60288U
b.
c.
P~ge
2 of 2
CG 03 81 09 07
lr&U ,._.
CERTIFICATE OF INSURANCE
SUCH INSURANCE AS RESPECTS THE INTEREST OF THE CERTIFICATE HOLDER NAMED BELOW WILL NOT BE
CANCELED OR OTHERWISE TERMINATED WITHOUT GIVING 10 DAYS PRIOR WRITIEN NOTICE TO THE
CERTIFICATE HOLDER, BUT IN NO EVENT SHALL THIS CERTIFICATE BE VALID MORE THAN 30 DAYS FROM
THE DATE WRITTEN. THIS CERTIFICATE OF INSURANCE DOES NOT CHANGE THE COVERAGE PROVIDED BY
ANY POLICY DESCRIBED BELOW.
This certifies that:
[8J
STATE FARM
STATE FARM
STATE FARM
STATE FARM
has coverage in force for lhe following
NAMED INSURED:
0
0
0
1~1
11~9-D03-05G
4/3/15-04/03/16
06 TOY AVALON
~~TBK36B66U164427
LIABILITY COVERAGE
~YES
LIMITS OF LIABILITY
a. Bodily Injury
Each Person
1,000,000
ONO
DYES
DNO
DYES
ONO
DYES
ONO
ONO
Deductible
DYES
ONO
Deduclible
DYES
DNO
Deductible
DYES
DNO
Deductible
Each Accident
b. Property Damage
Each Accident
c. Bodily Injury &
Property Damage
Single Limit
Each Accident
PHYSICAL DAMAGE
COVERAGES
a. Comprehensive
$ 100
b. Collision
$ 250
DNO
Deductible
DNO
Deductible
DNO
Deductible
DNO
Deductible
DYES
181 NO
DYES
DNO
DYES
DNO
DYES
DNO
DYES
~NO
DYES
DNO
DYES
DNO
DYES
DNO
DYES
181 NO
DYES
DNO
DYES
DNO
DYES
DNO
1,000,000
~YES
~YES
EMPLOYERS NON-OWNED
CAR LIABILITY COVERAGE
HIRED CAR LIABILITY
COVERAGE
FLEET- COVERAGE FOR
ALL 0\t\NED AND UCENSED
MOTOR VEHICLES
DYES
AGENT
Signature of Authorized Representative
Name and Address of Certificate Holder
Add'! Insured:
DYES
DYES
05/2833
Title
Agent's Code Number
Name and Address of Agent
STATE FARM
AGENT , KEN FELS, Agent
Auto-Life-Health-Home and Business
16360 Monterey St. Ste 270
Morgan Hill, Ca 95037
(408)779-4186 Fax (408)778-5757
INTERNAL STATE FARM USE ONLY: 181 Request permanent Certificate of Insurance for liability coverage .
03/13/2012
Date
TRAVELERSJ
BUSINESS: ENGINEERS
INSURING COMPANY:
CA
93907
to 09-11-15
3. LOCATIONS:
BLDG.
OCCUPANCY
PREM .
NO.
NO.
01
01
ENGINEERS
HORSE ROAD
SALINAS
4.
CA
9390'1
COVERAGE PARTS AND SUPPLEMENTS FORMING PART OF THIS POLICY AND INSURING
COMPANIES:
COVERAGE PARTS AND SUPPLEMENTS
Businessowners Coverage Part
INSURING COMPANY
TCT
5.
The COMPLETE POLICY consists of this declarations and all other declarations. and the forms and endorsements for which symbol numbers are attached on a separate listmg.
G.
SUPPLEMENTAL POLICIES: Each of the following is a separate policy containing its complete provisions.
POLICY
POLICY NUMBER
INSURING COMPANY
DIRECT BILL
7.
PREMIUM SUMMARY:
$
$
$
Provisional Premium
Due at Inception
Due at Each
COUNTERSIGNED BY
CPC98
Aulhonzed Representative
19660 lOTH
POULSBO
IL TO 25 08 01 (Page 1 of 01)
Office: SPECIALIST A&E
WA
DOWN
9 83 7 0
DATE:
TRAVELERSJ
OFFICE PAC
INSURING COMPANY:
THE TRAVELERS INDEMNITY COMPANY OF CONNECTICUT
POLICY PERIOD:
From 09-11-14 to 09-11-15 12:01 A.M. Standard Time at your mailing address.
FORM OF BUSINESS:
CORPORATION
COVERAGES AND LIMITS OF INSURANCE: Insurance applies only to an item for which a
"limit" or the word "includeda is shown.
COMMERCIAL GENBRAL LIABILITY COVERAGE
LIMITS OF INSURANCE
OCCURRENCE FORM
4,000,000
General Aggregate (except Products-Completed Operations Limit)
$
4,000,000
Products-Completed Operations Aggregate Limit
$
2,000,000
Personal and Advertising Injury Limit
$
2,000,000
Each Occurrence Limit
$
300,000
Damage to Premises Rented to You
$
Medical Payments Limit (any one person)
5,000
$
BUSINESSOWNERS PROPERTY COVERAGE
DEDUCTIBLE AMOUNT:
$
$
Immediately
ADDITIONAL COVERAGE:
Fine Arts:
SPECiAL PROVISIONS:
(Page 1 of 02)
Please
I.
[~
-~i?Ef??-
City ofCarmel-by-the-Sea
PUBLIC SERVICES DEPARTMENT
POST OFFICE BOX CC
CARMEL-BY-THE-SEA, CA 93921
(831) 620-2070 OFFICE
(831) 624-2132 FAX
October 9, 2014
I. Introduction
The City of Carmel-by-the-Sea Public Services Department (City) is requesting SOQs
from qualified Roofing I Waterproofing consulting firms to provide consulting services for
various types of construction and maintenance projects on an as-needed I on-demand
basis.
11. Synopsis of Scope of Services
The City is seeking Roofing I Waterproofing consultants for various construction and
maintenance projects over the next two (2) years whom can provide comprehensive fullservice consulting services. Consultant services may include but are not limited to the
following:
1. Project design which may include; planning, estimating, and preparation of
phased designs (schematic, design development and construction documents).
Construction projects typically range in estimate from $1,000 to $250,000.
2. Processing construction documents through all applicable permitting agencies.
3. Participation during bidding, which may include; pre-bid meetings, bid questions,
addendums, evaluation of bids, etc.
4. Construction administration which may include; Requests for Information, project
meetings, inspections, punch lists, close-out reports, etc.
5. A wide range of projects for the repair or improvements to various city owned
facilities is anticipated, such as: Building remodels. Re-roofs or major
maintenance. New or modifying HVAC systems. Roof I Waterproofing
evaluations & remedies. Etc.
If your firm is interested then please submit two (2) copies of your SOQs by October 22,
2014 at 4:00PM, which includes the following information:
1. Overview of the consultant.
2. Summary of the consultant's project experience within the last five years within
the relevant discipline(s), including references.
3. Resumes for the Project Manager(s) and key staff relevant to project experience.
The SOQs shall not exceed 20 single sided pages.
Page 1 of 3
All firms or individuals interested in responding to this Request for Qualifications shall
do so by submitting two (2) copies of their SOQs by October 22, 2014 at 4:00PM to
the following location:
City of Carmel-by-the-Sea
Attention: Andy Vanderford
Public Services Department
Post Office Box CC
Carmel-by-the-Sea CA, 93921
Hand-in submittals may be delivered to Carmel-by-the-Sea City Hall.
Ill. Schedule to select consultants:
The tentative schedule for selecting consultants is as follows:
SOQs submitted to City by 4:00 PM on October 22, 2014.
Optional interviews of candidates by October 29, 2014.
Notify selected consultants by October 31, 2014.
IV. Consultants selection policy & process:
Consultant selection shall be in accordance with City's consultant selection
policy.
The City reserves the right to make the consultant selection based on any
factors, whether quantitatively and/or qualitatively identifiable or not.
The City reserves the right to choose the scope of services which may be
assigned to the consultant.
The City may select one or more consultants within each discipline in meeting
the interest of the City.
The City reserves the right to define and/or redefine the scope of services
through amendments to an Agreement.
The City reserves the right to select consultants and /or assemble selected
consultants into implementation teams as it sees fit.
This solicitation for SOQs does not commit the City to enter into a contract.
This solicitation for SOQs does not commit the City to pay any costs incurred by
a consultant in the preparation of their SOQs.
The City reserves the right to accept or reject any SOQs, or to cancel in part or in
its entirety this solicitation for SOQs.
The City reserves the right to re-advertise for consulting services at any time in
this process.
Consultants may propose on some or all of the areas of expertise within a
discipline.
The scope of services and fee will be negotiated for each individual project under
a base Agreement. The aggregate sum of fees for all projects performed under a
base Agreement shall not exceed $25,000.
Page 2 of 3
V. Award of an Agreement
A City of Carmel-by-the-Sea "Professional Services Agreement" will be
developed and administered for the base Agreement, and applicable portions of
the same may be used for each project that arises. Refer to attachment.
A base Agreement will typically be executed once negotiations have been
successful and a consultant is approved for award of the Agreement.
Sincerely,
~c~r 1/~k}o~rt
Andy Vanderford
Project Manager
City of Carmel-by-the-Sea
Public Services Department
Office: 831-620-2078
avanderford@ci. carmel. ca. us
C:
Attachments:
Page 3 of 3
. i
N G
I N G
F 831.663.6187
Andy,
Thank you for giving us consideration for Roofing/Waterproofing Engineering
Services for your City. We ask that you keep this information close-held as
confidential proprietary information in compliance with the Public Records Act of
California especially reference lists with contact names and phone numbers.
Skyline Engineering, Inc. has been in business since 1998. Our firm specializes
in engineering and consulting services for the building envelope (roofing,
waterproofing, walls, below grade, etc.) as well as roof mounted mechanical
equipment. We also provide haz mat consulting, testing and engineering
services for the same building components as listed above. Below are some of
the services we provide:
1. Initial
evaluation
of building
envelope
components.
Provide
recommendations for repair or replacement including engineer's estimates
of recommended work.
2. Engineering design services: Planning, estimating, and preparation of bid
documents and CAD drawings. Consulting during any permitting process
necessary.
3. Construction management services including assembling bidders lists,
conducting pre-bid meetings, pre-construction meetings, quality control
inspections, and final inspection. Provide RFI responses during entire
process.
Skyline is independent of any and all material manufactures and contractors and
does not receive benefits from the use of any particular brand or contracting firm.
Skyline is certified by the DGS (Department of General Services) Small Business
and DVBE Services (registration #0018468).
We work primarily with public agencies such as school districts, colleges,
universities, and city/county governments.
--
-:~..~:
;:
-.-.:.:;;~-
H - - - - -
--.-. :_ ,.
-- - - - - - - - -
8100 Wild Horse Road, Salinas CA 93907 - Phone: 831/663-6188 - Fax: 831/663-6187
Email: bryan@skylineengineering.com - www.skylineengineering.com
Skyline Engineering
Page 2
PROJECT EXPERIENCE
Please refer to attached reference list for specific projects. Projects are listed by
name along with responsibilities that were assumed by our firm .
I am confident that few local engineering firms have more experience working
with public agencies than Skyline Engineering. We are currently working with
four city governments and have worked with many others in the past. We work
with about ten public schools, three college districts, and two universities. County
of Monterey is our client as well.
PROJECT TEAM
1 shall be the principal in charge as well as project manager for all work
performed under this contract. Nathan will be heading up any haz mat testing
and removal design. Mike Perry, Director of Quality Control will manage site
inspections during ongoing projects. Any of us can be available to handle all
requests and tasks for the City. If structural engineering is needed, we will work
with one of several local registered engineers as a sub-constultant.
Special Note: Some firms will respond to this RFQ using resumes and
qualifications for their principals that are very impressive. However, you will likely
not work with the principal engineers. Rather, you will be working with newer less
experienced people in their organization who have no ownership or personal
liability. With Skyline Engineering you will be working directly with me. I am the
owner and principal registered engineer for our firm.
~~
Bryan Schalesky, PE
President
Skyline Engineering, Inc.
l"'-
.,. ~-~-
8100 Wild Horse Road, Salinas CA 93907 - Phone: 831/663-6188 - Fax: 831/663-6187
Email: bryan@skylineengineering .com - www.skylineengineering.com
..:::...::
-.o:.:-:r.
'--
'
(' fl
~) l
vI
fNG
INflR
.... --
------
l.
[.{ IL
N G
CITY GOVERNMENT
CITY OF SANTA CLARA
Eight Buildings
Five Buildings
Two Buildings
Jim Parisentti
(408) 615-3061
(650) 8293830
Larkey Park & Clarke Swim Centers Roof inspections and recommendations
City of San Jose: Skyline was the official roofing/waterproofing consultant between
2001 and 2006.
City of Sunnyvale
City of Mountainview
Page2
Skyline Engineering
UNIVERSITIES
UC SANTA CRUZ
Henry Salameh
Damon Adlao
Josephine Ortega
831-459-2094
831-459-2338
831-459-2152
Dorm #6
McHenry Library
Kerr Hall
Oaks College
Stevenson dorms
Music Hall
Provost House
Heat Plant
MBEST
Barn G
Old Theater
Stores
Village Housing
Skyline Engineering
-:~...::..;.:- ..~-:.~.;..-.
'"1:.!"":-- .;..
.... ~~.;.-_.-._.::-..............
.:--...:.- ....'!.":".=..:::.:.~..:.."::.
--
.-
Page3
-~:.~ ... -:
c .. ,:;.:.
College 8
STANFORD UNIVERSITY
Kevin Hutcherson
650-723-6072
mike.ham@sjsu.edu
Joyce Fan
joyce.fan@sjsu.edu
Old Engineering
Sweeney Hall
Clark Library
Student Union
Walquist Library
Old Engineering
Art Building
Music Building
Skyline Engineering
-
----------------
:.-.'n
----.-;-.-.:-.._;.:.. - ---:- --.: ..:~:r;:::r. ...
:::-::=-.-:-~-"":;"
-:.:~.
-~.;;;:.
Page4
--~-:~--:;_-...:...:..
-~
.-.~-
--
--- --
--:-.;:.;-~~
Cafeteria Building
.;...:..1"'
Moulder Hall
Markham Hall
Dining Commons
Campus Village
Science Bldg
Library Bldg
UC BERKELEY
Law School
Press Building
Consulting services for various facilities for HVAC installation on roofing systems
Business Building
Skyline Engineering
Page 5
~:-: .-~.;
COLLEGES
CONTRA COSTA COMMUNTIY COLLEGE DISTRICT
Ray Pyle (no longer at CCCD)
Carriage House
2012 New construction projects- Classroom & Lab Wings. Quality control
inspections
2013 New construction projects- 5100, 5600 & 5800 bldgs. Quality control
inspections
CABRILLO COLLEGE
Richard Kurk 831-477-3217
HARTNELL COLLEGE
Barbara Yesnosky (831) 755-6914
Damon Felice (831) 770-7044
CAB Building
--::-..,..,.---- ---- . .
...
.. -.;::....--- . -- ..:. .... .. .. '
(831) 663-6188- bryan@skylineengineering.com- skylineengineering.com
;:.""-:~-
~ :;
~ --
,;
-- --
Page6
Skyline Engineering
In 2009 Skyline was successful in the RFQ process for this district. The primary directive was to provide
design and project management services for roof replacement projects under their Measure L bond program.
We also provide peer reviews for roofing projects provided by architects.
1. Borel Middle School 2010
2.
3.
4.
5.
7.
B.
9.
In 2010 Skyline was successful in the RFQ process for this district. The primary directive was to provide
design and project management services for roof replacement projects. We also provide general consulting
services for roofing and waterproofing issues throughout the district.
1. McKinley Elementary
2.
5.
Nutrition Center
6. Nourse Auditorium
7.
Roof inspection/analysis
8.
9. Tenderloin School
Page 7
Skyline Engineering
=:.::::
--~
- =::-;;::
:r=--=
...-.. -.=-- =
=
. -::
.,._
=.,..,..
z=
.-"
~-
In 2008 Skyline was successful in the RFQ process for this district. The primary directive was to provide
design and project management services for roof replacement projects. We also provide general consulting
services for existing roofing systems that are under warranty.
Harbor High School
In 2014 Skyline was successful in the RFQ process for this district. The primary directive was to provide
design and project management services for roof replacement projects.
District-wide roof assessments and report for 19 high schools.
In 2011 Skyline was successful in the RFQ process for this district. The primary purpose of the RFQ was to
provide inspections on existing roofing systems in order to determine recommendations for replacement
under their current bond. We also provide quality control inspections during roof replacement.
1.
2.
3.
4.
5.
~::..-r-:-.::.: . . !:::.t'.. .a-:-;.:-~:~-~ ..:'.- ' .::.:.... ..::-::--~~~;: -.- -: ... :"":''.~
....
...
-.
- -- .
":~-
PageS
Skyline Engineering
1.
Cole School
2.
Lowell School
4. Cox School
5. Marshall School
6.
7.
8.
Roosevelt School
9. Glenview School
2012 Roof inspections for Solar Initiative project for the following schools.
Victor Manansala (510) 535-7089
0
0
0
0
0
0
0
0
0
0
0
o
o
o
c
o
o
o
o
Montara MS
Carter MS
Oakland Tech HS
Claremont MS
Washington ES
Lowell MS
McCiymonds HS
Westlake MS
Cleveland School
Burbank School
1.
2.
Blackford School
3.
Lynhaven School
4.
5.
Castleman! School
1.
Spangler School
2.
District Office
3.
Rose School
Skyline Engineering
-.;...;;:--.:;;-:-~
~.:--
..
__
.. -
...!..:.~.-
. -=-..
___
_____ Page 9
,..
,..
--=:~
-~-~.:..:~~---:;:
4.
Burnett School
5.
1. Jefferson School
2. Willard School
Oxford School
4. Hillside School
3.
MLK School
6. Emerson School
5.
7.
In 2012 we assisted the District by providing roof inspections and budget numbers in preparation for Measure
G which was successful last November.
Los Paseos
5. Nordstrom
6. Paradise Valley
7.
San Martin/Gwinn
B.
Walsh
Encinal Charter
Machado
Britton
Martin Murphy
Live Oak HS
14. Central Continuation
9.
10.
11.
12.
13.
recommendation
report.
Roof
Skyline Engineering
~,.t.iz-:-
Page 10
----------- - - - - - - - - - - - -
:::--!.:-~-.-.-; ....... -
"'"::-:-- -.:..
. .... __ ,. __ , ---
The following are school districts that Skyline Engineering has provided services for
throughout the years. They are not currently references due to changes in personnel or
roofing/waterproofing needs have been completely met.
NORTH MONTEREY COUNTY USD
Prunedale Elementary
Castroville Elementary
Strandwood Elementary
-------------------....
---~:.;;:.._;,_:,
-~~
~-7"
Page 11
Skyline Engineering
-- - - - - - - - - - ..
-....
~ .
COUNTY GOVERNMENT
COUNTY OF MONTEREY
Dave Pratt
(831) 755-4982
prattdw@co.monterey .ca.us
Men's Jail
Women's Jail
Rehabilitation Center
Agricultural Bldg
Courthouse
Courthouse
Skyline Engineering
Page 12
UTILITIES
PACIFIC GAS & ELECTRIC
Skyline Engineering provides a variety of consulting services for PG&E throughout Northern
California. We currently manage their roofing inventory and inspection program. This is a
comprehensive program of inspection, analysis, reporting, recommendations, and planning for
roof repair and replacement.
Skyline has provided roof surveys and roof replacement design and inspection services for
the following PG&E facilities:
Page 13
Skyline Engineering
2008
Tracy Maintenance Station
Bethany Compressor Station
Delevan Compressor Station
Willows District Office
Gerber Compressor Station
Burney Compressor Station
Tionesta Compressor Station
2003
Milpitas Terminal
Los Medanos Compressor Station
Antioch Terminal
Hinkley Compressor Station
Topock Compressor Station
Kettleman Compressor Station
Hollister Station
RESUME
Bryan Schalesky, P.E.
8100 Wild Horse Road
Salinas CA 93907
BIOGRAPHY
Bryan Schalesky is a registered Professional Engineer in lhe State of CA (License #M030834) and has been
president of Skyline Engineering since 1998. Bryan obtained a Bachelor of Science Degree in Mechanical
Engineering from Stanford University in 19BB.
Bryan has extensive experience providing specification documents for public agencies and districts. In 2010 Bryan
was invited to testify before the California State Assembly on behalf of the Assembly Committee on Accountability
and Administrative Review in support of Assembly Bill 635. This bill, which was eventually made into law and added
to the Public Contract Code Section 3400, helped better define the legalities associated with fair public bidding
practices in the roofing Industry.
Prior to founding Skyline in 1998, Bryan worked as Field Engineer for Tremco. As representative of this major roofing
and sealant manufacturer, Bryan learned the inner wort<ings of materials manufacturing and the manner in which
manufacturers develop new products and mart<el their systems. He became involved In litigation when roofing
systems did not meet building owner expectations. Bryan now uses this unique expertise and insight to provide his
current clients with consulting services when specifying and designing roofing and waterproofing projects.
While with Tremco, Bryan became knowledgeable and efficient in the discipline of water infiltration detection
technology including infra-red and capacitance scanning. Bryan's most notable accomplishment during the decade of
the 90s while with Tremco included the management of roof replacement at the campus of San Jose State University.
Most roofing systems on campus were replaced during this lime under Bryan's management and design services.
Today Bryan uses his Mechanical Engineering background and license to analyze and design building envelope
systems (roofing and waterproofing) as well as exterior mechanical systems that affect the building envelope.
Building envelope systems are mechanical systems experiencing stress, strain, heat transfer, and vapor flow. The
selection of new roofing and waterproofing systems requires knowledge of material science. Engineering of roofing
systems to withstand high winds requires knowledge of fastener technology and building dynamics. All of these
disciplines are integral to the field of Mechanical Engineering. As a licensed mechanical engineer Bryan also has the
ability to address rooftop mechanical equipment along with roofing projects. Design Integration of these two industries
can become seamless complimentary rather than at odds with one another.
Bryan's most notable clients include HCA (Healthcare Corporation of America) where he manages the roofing and
waterproofing program from the Mid-West to West Coast. HCA is the largest private health care system in the USA.
Bryan also manages the Pacific Gas and Electric roofing program in Northern California.
Universities and School Districts comprise over half of the wort< performed by Skyline Engineering. UC Santa Cruz
uses Bryan and Skyline Engineering for most of its roofing and waterproofing projects. The most notable school
districts include East Side USD in San Jose, Oakland USD, Berkeley USD, Milpitas USD, San Francisco USD, San
Mateo- Foster City School District, and Santa Cruz City Schools.
Bryan is the author of several articles on roofing technology and has investigated building envelope failures from the
Lorna Prietta Earthquake . Bryan has lectured to industry groups and building owners regarding building envelope
design and maintenance on numerous occasions throughout the years.
Bryan has been married to Mario for twenty five years and has five beautiful daughters ages 14, 11 , 9 (twins), and 3.
He has only one little boy age 5. When not wort<ing or chasing after the twins, Bryan spends time swimming and
playing stable boy while girls ride horses.
8100 Wild Horse Road, Salinas CA 93907- phone: 831/663/6188- fax: 831/663/6187
email : bryan@skylineengineering.com- website: skylineeningeering.com
Skyline Engineering
Page 2
------~--- --~----~::::1.:::
-::~-~::..::;;&..-
...;;:_ -
--~-
..--:::..~.":!==~
';.."""";.;:_;;a,-
EXPERIENCE
Field Engineer
TREMCO, INC.
1986 -1998
CALIFORNIA (SANTA CLARA, SANTA CRUZ, MONTEREY COUNTIES)
Responsibilities include providing roof consulting services and asset management as follows:
-Roof inspections and assessments.
-Roof asset management services and leak management programs.
-Specification design for roof repair, replacement, and restoration
-Roof construction management
-conduct pre-bid job conferences
-conduct pre-construction conferences
-conduct field inspections and quality control
-conduct final inspections
-conduct follow up warranty inspections
President
SKYLINE ENGINEERING , INC .
1998 - PRESENT
CALIFORNIA, NEVADA, WASHINGTON, TEXAS, IDAHO, UTAH,
KANSAS, MISSOURI , MINNESOTA, OKLAHOMA, ALASKA,
COLORADO
EDUCATION
Bachelor of Science Mechanical Engineering 1988
Certifications:
Stanford University
Affiliations:
8100 Wild Horse Road, Salinas CA 93907- phone: 831/663/6188- fax: 831/663/6187 email: bryan@skylineengineering.com- website: skylineeningeering.com
Michael Perry
BIOGRAPHY
Mike Perry is acting Director of Quality Control for Skyline Engineering. His primary
responsibilities include the following:
Roofing and waterproofing system inspection and analysis.
Quality control inspection services during construction.
Project management services including conducting pre-bid and preconstruction meetings.
Mike Perry came to California from his childhood home in Indiana in the early 1980s.
After working odd jobs for a while Mike began working for a roofing contractor
repairing leaking roofing systems. Here he gained valuable experience tracking and
solving difficult leaks.
Later Mike began working on roof replacement crews where he soon became foreman
and superintendent. Mike came to Skyline Engineering in 2002 to perform quality
assurance inspections. Mike's inside experience as a roofing foreman and
superintendent made him uniquely qualified to monitor the work performed during
construction .
Over the years with Skyline Engineering, Mike has become proficient at using
capacitance scanning to help detect moisture under roofs and behind walls. He has
taken on design responsibilities for new roofing systems and has developed skills as a
CAD technician. Mike also provides most of the field inspections required for roof
management programs. He is proficient at RoofPro roof management software.
i'
I,
f.,
I
I,
.'
.(
'
l , [
l
I,
'..
..
! '
RESUME/810
NATHAN SCHALESKY
EDUCATION
Bachelor of Science in Environmental Studies at the University of California
Santa Barbara
CERTIFICATIONS
1(
-...-...-...
8100 Wild Horse Road, Salinas CA 93907 - Phone : 831/663-6188 - Fax: 831/663-6187
Email: bryan@skylineengineering.com - www.skylineengineering.com
CARMEL-BY-THE-SEA
AccountNo.2140473
PO DRAWERG
CARMEL BY THE SEA, CA 93921
Lega1No.0005509860
waterproofing raised planters
Total Cost: $1778.30
Ordered by: AVanderford@ci.marina.ca
PROOF OF
PUBLICATION
STATE OF CALIFORNIA
County of Monterey
06/25/15, 06/30/15
I certify (or declare) under penalty of perjury that the foregoing is true
and correct.
Signature
!EXHIBIT "H"
CITY OF CARMEL-BY-THE-SEA
Council Report
August4,2015
To:
From:
Subject:
RECOMMENDATION: Approve a resolution rejecting bids for a construction contract for the
Waterproofing Raised Planters project.
EXECUTIVE SUMMARY: On July 10, 2015, two bids were submitted to the City for the
Waterproofing Raised Planters project (located at the Public Works I Police Headquarters
facility). The project primarily consists of excavating two existing raised planters, replacing the
waterproof membrane, and filling back-in the planters with top soil. Per Municipal Code
3 .12.420, public works contracts for more than $24,999 shall be let by formal written
contract, or if rejecting bids, approved by resolution of City Council. Therefore, this item is on
the agenda for Council to reject bids.
ANALYSIS/DISCUSSION:
The bids received included :
Contractor
Best Contractinq Services
Legacy Roofing
Bid
$91,250.00
$100,938.00
The engineer's estimate for the project is $55,000.00. The low bid is 66% above the
engineer's estimate. Staff recommends that the Council reject the bids and direct staff to
expeditiously pursue a different design approach with the anticipation for a much less
expensive solution to keep water from entering the facility. Staff estimates a re-design and
rebid effort will result in project a completion sometime this coming winter.
FISCAL IMPACT:
The PD/PW Roof/Patio Replacement project was funded as part of the Fiscal Year 2014-15
budget for a project cost of $75,000. During the course of the year, staff spent approximately
$46,000 on this project, including about $11,000 on engineering and design and $20,000 on
emergency repair work related to the December 2014 rain. Staff estimates a total project cost
of $42,1 00 by using a different design approach, which would be paid for primarily through the
remaining project fund balance. Any project shortfall would require either reallocating funds
from another capital project or using Measure D prior fund balance, both which require
Council approval. These options would be brought forward for consideration after redesigning and rebidding the project.
Budgeted (yes/no)
Funding Source
Partially
MeasureD
Council approved the Fiscal Year 2014-15 budget on June 10, 2014, and approved the
carryover of FY 14-15 projects and their associated fund balances as part of the Fiscal Year
2015-16 budget on June 15, 2015.
ATTACHMENTS:
Attachment 1 - Resolution
APPROVED:
Date: _ _ _ _ _ _ __
Invoice
IEXHIIB!T "J" I
Date
Bill To
9!23/2015
Invoice#
6174
Terms
City of Carmel
Attn Andrew Vanderford
Project
P.O. No.
License #: 684975
Phone: (831) 393-9661
Fax no: (831) 394-2667
Email: offtcechrisdinnerheatinginc. net
Description
Rate
Qty
Manufacture and install plenum with two 20" round flexible outside air vents
10 - Labor hours
1/2 - Roll of duct tape
2- Boxes 20" flex
40# - 26 gauge galvanized
10
0.5
2
40
90.00
24.00
183.00
2.00
Amount
900.00
12.00
366.00
80.00
f--~-;r
~~/
13-7010/
J/l<kl~
t7\.) cf==\
le-
t ~~
<!M~.
t...carc:G
Total
Payments/Credits
Balance Due
$1,358.00
$0.00
$1,358.00
LAST ONE TO
LfAVfTHlS
BlJ!LDING
-rt'J1~~
~r.!-11~
.l
I