Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutR-2014-110 Former Tiger Oil Site Interim Remedial Action ContractsG irk( CLS
City of Yakima
BID PROPOSAL, CONTRACT DOCUMENTS, AND SPECIAL PROVISIONS
FOR;
FORMER TIGER OIL SITE INTERIM
REMEDIAL ACTION
City of Yakima
129 N 2nd Street
Yakima, \N A 98901
Phone (5c :i) 576-6797
Project No. 2389
Winter/Spring 2015
Maui roster 3, Alongi
1329 N State Street, Suitc 301
1 E.&i;ingham, VIA 922225
r'*,one (360) 594-6260
Contac' Brett Sheffield, PE Contat::i Justin Clary PE
`mail 3rett.Sheffield@yakimawa uov
Emc.,l. J(I3, } msulior.,ter ccm
City of Yiicirna — Engineering Project 1
N 1 i♦ N IIIIII i♦ i♦ MI I MI NM N MN N i♦ N = -M
BID SUMMARY
Former Tiger Oil Site Interim Remedial Action
CITY PROJECT NO. 2389
ENGINEERS
ESTIMATE
10 ENVIRONMENTAL
& INFRASTRUCTURE INC.
Bellevue, WA
PACIFIC NORTHERN
CONTRACTING, LLC
Longview, WA
ANDERSON ENVIRONMENTAL
CONTRACTING, LLC
Kelso, WA
'
WYSER CONSTRUCTION CO.,
INC.
Snohomish, WA
ITEM
NO.
Bid Security
5% BID BOND
5% BID BOND
5% BID BOND
5% BID BOND
ITEM
QTY
UNIT
UNIT PRICE
AMOUNT
UNIT PRICE
AMOUNT
UNIT PRICE
AMOUNT
UNIT PRICE
AMOUNT
UNIT PRICE
AMOUNT
1
MOBILIZATION
1
LS
$18,000.00
$18,000.00
$5,000.00
$5,000.00
$20,795.00
$20,795.00
$34,199.00
$34,199.00
$26,450.00
$26,450.00
2
EROSION AND SEDIMENT CONTROL
1
LS
$2,500.00
$2,500.00
$1,500.00
$1,500.00
$711.00
$711.00
$9,124.00
$9,124.00
$4,500.00
$4,500.00
3
HIGH VISIBILITY FENCE
1
LS
$2,450.00
$2,450.00
51,000.00
$1,000.00
$591.00
$591.00
$2,514.00
$2,514.00
$2,800.00
$2,800.00
4
REMOVAL OF STRUCTURE, EXISTING BUILDING
1
LS
$25,000.00
$25,000.00
$5,000.00
$5,000.00
$17,087.00
$17,087.00
$8,973.00
$8,973.00
$8,600.00
$8,600.00
5
ASBESTOS ABATEMENT
1
LS
$14,000.00
$14,000.00
$10,000.00
$10,000.00
$12,794.00
$12,794.00
$9,675.00
$9,675.00
$8,500.00
$8,500.00
6
REMOVAL OF STRUCTURE, CONCRETE PADS
1
LS
$3,000.00
$3,000.00
$11,250.00
511,250.00
$3,350.00
$3,350.00
$6,202.00
$6,202.00
$4,500.00
$4,500.00
7
DECOMMISSION, MONITORING WELL
6
EACH
$1,000.00
$6,000.00
$500.00
$3,000.00
$574.60
$3,447.60
$824.58
$4,947.48
$900.00
$5,400.00
8
REMOVAL OF ASPHALT PAVEMENT
3,025
SY
$0.32
$968.00
$0.80
$2,420.00
$1.83
$5,535.75
$2.30
$6,957.50
$5.00
$15,125.00
9
EXCAVATION AND MANAGEMENT OF STOCKPILES
3,730
CY
$12.80
$47,744.00
$12.00
$44,760.00
$6.00
$22,380.00
$6.07
$22,641.10
$8.00
529,840.00
10
TRANSPORT AND DISPOSAL OF EXCAVATED MATERIALS
4,700
TON
$40.00
$188,000.00
$42.50
$199,750.00
$40.57
$190,679.00
$44.08
$207,176.00
$46.00
$216,200.00
11
DEWATERING (PUMP, TANK, AND TREATMENT SYSTEM)
1
EACH
$20,000.00
$20,000.00
$12,500.00
$12,500.00
$26,188.00
$26,188.00
$14,347.36
$14,347.36
$28,300.00
$28,300.00
12
CLEANOUT OF STORAGE TANK AND GAC REMOVAL/RECYCLING
1
EACH
$2,500.00
$2,500.00
$4,000.00
$4,000.00
$15,318.00
$15,318.00
$5,348.76
$5,348.76
$4,500.00
$4,500.00
13
INSITU BIOREMEDIATION AND SOIL MIXING
1
LS
$66,600.00
$66,600.00
$68,500.00
$68,500.00
$61,449.00
$61,449.00
$69,789.00
$69,789.00
$79,800.00
$79,800.00
14
HORIZONTAL INFILTRATION GALLERY
1
LS
$5,000.00
$5,000.00
$3,500.00
$3,500.00
$4,318.00
$4,318.00
$6,431.00
$6,431.00
$19,800.00
$19,800.00
15
6"-8" QUARRY SPALLS
130
TON
$36.39
$4,730.70
$25.00
$3,250.00
$22.72
$2,953.60
$27.76
$3,608.80
$30.00
$3,900.00
16
IMPORTED BACKFILL (INCLUDING COMPACTION)
3,750
TON
$13.04
$48,900.00
$10.00
$37,500.00
$14.81
$55,537.50
$18.81
$70,537.50
$17.00
$63,750.00
17
CRUSHED SURFACING BASE COURSE
290
TON
$49.66
$14,401.40
$16.00
$4,640.00
$35.13
$10,187.70
$25.97
$7,531.30
$30.00
$8,700.00
18
HOT MIX ASPHALT (HMA) 1/2" PG 64-28
40
TON
$150.00
$6,000.00
$112.50
$4,500.00
$181.72
$7,268.80
$137.43
$5,497.20
$200.00
$8,000.00
19
PAINT LINE, STRIPING
1
LS
$400.00
$400.00
$1,050.00
$1,050.00
$3,354.00
$3,354.00
$880.00
$880.00
$3,000.00
$3,000.00
20
AS -BUILT SURVEY
1
LS
$7,500.00
$7,500.00
$2,000.00
$2,000.00
$3,190.00
$3,190.00
$3,298.00
$3,298.00
$19,500.00
$19,500.00
SUBTOTAL
$483,694.10
SUBTOTAL
5425,120.00
SUBTOTAL
$467,134.95
SUBTOTAL
$499,678.00
SUBTOTAL
$561,165.00
SALES TAX (8 2%)
$39,662.92
SALES TAX (8 2%)
$34,859.84
SALES TAX (8.2%)
$38,305.07
SALES TAX (8.2%)
$40,973.60
SALES TAX (8.2%)
$46,015.53
TOTAL
$523,357.02
TOTAL
$459,979.84
TOTAL
$505,440.02
TOTAL
$540,651.60
TOTAL
$607,180.53
(continued on page 2)
CITY ENGINEERS REPORT r - CITY OF YAKIMA
COMPETITIVE BIDS WERE OPENED ON JANUARY 21ST, 2015 "�'++w
ALL BIDS HAVE BEEN REVIEWED BY THIS OFFICE. �� +
it Former Tiger Oil Site
I RECOMMEND THE CONTRACT BE AWARDED TO.�:
_- I ,
'++
‘
Interim Remedial Action
AWARD MADE BY CITY ANAGER
10 Environmental & Infrastructure, Inc.
//
1,'&5•15 is )�' n0(C 1 C77/(/'
.t.''''
i
++,*. ,,r*
r I� y
r)/
:0'
1
PROJECT NO 2389
/{}� DATE. January 22nd, 2015
17 �� �i FILE. Tiger Oil Remediation Bid Summary.pub
1 plt..�f t. p....
DATE CITY ENGINEER 4 ` a. DATE CITY MANAGER
SHEET 1 of 2
1 I NM I 1 M NM M E N IMIN 1 MN EN 1 N ME NE
BID SUMMARY
Former Tiger Oil Site Interim Remedial Action
CITY PROJECT NO. 2389
ENGINEERS
ESTIMATE
ENGINEERING REMEDIATION
RESOURCES GROUP, INC.
Seattle, WA
3 KINGS
ENVIRONMENTAL, INC.
Battle Ground, WA
ITEM
NO.
Bid Security
5% BID BOND
5% BID BOND
ITEM
QTY
UNIT
UNIT PRICE
AMOUNT
UNIT PRICE
AMOUNT
UNIT PRICE
AMOUNT
UNIT PRICE
AMOUNT
UNIT PRICE
AMOUNT
1
MOBILIZATION
1
LS
518,000.00
$18,000.00
542,214.31
$42,214.31
560,000.00
$60,000.00
2
EROSION AND SEDIMENT CONTROL
1
LS
52,500.00
$2,500.00
57,480.39
$7,480.39
55,000.00
55,000.00
3
HIGH VISIBILITY FENCE
1
LS
52,450.00
$2,450.00
$3,391.39
$3,391.39
$4,000.00
$4,000.00
4
REMOVAL OF STRUCTURE, EXISTING BUILDING
1
LS
$25,000.00
525,000.00
$10,614.43
$10,614.43
$30,000.00
$30,000.00
5
ASBESTOS ABATEMENT
1
LS
$14,000.00
514,000.00
510,277.73
$10,277.73
$4,000.00
$4,000.00
6
REMOVAL OF STRUCTURE, CONCRETE PADS
1
LS
53,000.00
53,000.00
$2,793.85
52,793.85
512,000.00
512,000.00
7
DECOMMISSION, MONITORING WELL
6
EACH
$1,000.00
56,000.00
$851.55
55,109.30
$800.00
$4,800.00
8
REMOVAL OF ASPHALT PAVEMENT
3,025
SY
50.32
$968.00
$2.67
58,076.75
$2.00
56,050.00
9
EXCAVATION AND MANAGEMENT OF STOCKPILES
3,730
CY
$12.80
$47,744.00
$10.72
$39,985.60
520.00
574,600.00
10
TRANSPORT AND DISPOSAL OF EXCAVATED MATERIALS
4,700
TON
$40.00
$188,000.00
$47.39
$222,733 00
$55.00
$258,500.00
11
DEWATERING (PUMP, TANK, AND TREATMENT SYSTEM)
1
EACH
$20,000.00
$20,000.00
$35,184.02
$35,184.02
$75,000.00
$75,000.00
12
CLEANOUT OF STORAGE TANK AND GAC REMOVAL/RECYCLING
1
EACH
$2,500.00
$2,500.00
$3,276.70
$3,276.70
510,000.00
$10,000.00
13
INSITU BIOREMEDIATION AND SOIL MIXING
1
LS
$66,600.00
$66,600.00
563,325.40
563,325.40
5100,000.0
5100,000.00
14
HORIZONTAL INFILTRATION GALLERY
1
LS
55,000.00
$5,000.00
$8,571.18
$8,571.18
58,000.00
$8,000.00
15
6"-8" QUARRY SPALLS
130
TON
$36.39
54,730.70
$26.68
$3,468.62
$24.00
$3,120.00
16
IMPORTED BACKFILL (INCLUDING COMPACTION)
3,750
TON
$13.04
$48,900.00
521.95
$82,312.50
$16.00
560,000.00
17
CRUSHED SURFACING BASE COURSE
290
TON
549.66
514,401.40
545.14
$13,090.60
$21.00
56,090.00
18
HOT MIX ASPHALT (HMA) 1/2" PG 64-28
40
TON
$150.00
$6,000.00
$182.05
57,282.00
$100.00
$4,000.00
19
PAINT LINE, STRIPING
1
LS
5400.00
$400.00
$2,074.67
$2,074.67
$2,500.00
52,500.00
20
AS -BUILT SURVEY
1
LS
57,500.00
$7,500.00
$5,698.88
$5,698.88
$4,500.00
$4,500.00
SUBTOTAL
$483,694.10
SUBTOTAL
$576,961.32
SUBTOTAL
5732,160.00
SALES TAX
$39,662.92
SALES TAX
$47,310.83
SALES TAX
560,037.12
TOTAL
$523,357.02
TOTAL
$624 272.15
TOTAL
$792,197.12
".,..L
? J
i1A
�r1^
d
CITY OF YAKIMA
Former Tiger Oil Site
�� 'NA
;:•
Interim Remedial Action
PROJECT NO 2389
DATE. January 22nd, 2015
FILE. Tiger Oil Remediation Bid Summary.pub
SHEET 2 of 2
lar>4iGYg�
lh�`hb'�""°�
January 9, 2015
City of Yakima, Washington
ADDENDUM NO. 1
to the
Bid Proposal, Contract Documents, and Special Provisions
for
FORMER TIGER OIL SITE INTERIM REMEDIAL ACTION
Project No. 2389
TO ALL PLANHOLDERS:
Your are hereby notified of the following changes, deletions, additions and corrections to the plans,
specifications, and other documents comprising the contract documents for the City of Yakima's Former
Tiger Oil Interim Remedial Action project.
1. Invitation to Bid
REVISE INVITATION TO BID•
Modify the bid due date and time specified in the first paragraph from "3.00 p m. on January 14,
2015" to "3.00 p m on January 21, 2015"
2. Item Proposal Bid Sheet
REVISE ITEM QUANTITY
Modify Item No. 15, 6"-8" Quarry Spalls, from "1 TON" to "130 TON"
3 Technical Specification Section 01 10.00
REPLACE SECTION 01.10 00 in its entirety with the attached, revised section Note that changes
to Section 01 10.00 have been identified as.
ADDITIONS arc red and bold.
4 Technical Specification Section 02.61.13
REPLACE SECTION 02.61 13 in its entirety with the attached, revised section. Note that changes
to Section 02.61 13 have been identified as.
ADDITIONS are red and bold.
Construction Plan Set Sheet C7.0
REPLACE SHEET C7 0 in its entirety with the attached, revised sheet. Note that changes to Sheet
C7.0 include:
ADD "REPLACE PARKING CURB STOPS REMOVED DURING REMEDIAL
ACTION (TYP)" specific to parking stalls within the excavation footprint on the
neighboring properties.
6 Pre -Bid Questions
ATTACHED TO THIS ADDENDUM arc questions and corresponding answers received by the
City of Yakima a minimum of five working days prior to the scheduled bid opening
Addendum No 1 1 Project No 2389
1
1
7 Prevailing Wage Rates
A'I"I:'ACHED TO THIS ADDENDUM are the applicable Prevailing Wage Rates effective on the
initial date of advertisement of the contemplated work.
1
8. Hazardous Building Materials Inspection Report
ATTACI--IED 'I'O THIS ADDENDUM is the Hazardous Building Materials Inspection Report
completed by Fulcrum Environmental Consulting dated November 20, 2014
MAUI. FOSTER & ALONGI, INC.
Justin L. Clary, PE
Issued. January 9, 2015
Received and Acknowledged:
Addendum No 1
Contractor
By
Title
Date
2 Project No. 2389
1
1
1
1
1
1
1
1
1
1
1
1
1
INVITATION TO BID
NOTICE IS HEREBY GIVEN that sealed bids will be received by the City Clerk of the City of
Yakima, 129 North 2nd Street, Yakima, Washington, 98901 until 3:00 p.m. on January 4421,
2015 and will then and there be opened and publicly read for the construction of
CITY OF YAKIMA
Former Tiger Oil Site Interim Remedial Action
City Project No. 2389
This project consists of furnishing all labor, materials and equipment to cleanup contamination at
the former Tiger Oil Site located at 2312 W. Nob Hill Boulevard, including building demolition,
asbestos abatement, excavation, stockpiling and management of petroleum -impacted soil,
application of oxygen releasing compounds as part of the in situ treatment, hauling and
disposing of the petroleum -impacted soil to an appropriately certified landfill, backfill,
compaction, grading, paving and all related work. All work is to be in accordance with the plans
and specifications as prepared by the City Engineer of the City of Yakima.
All bid proposals shall be accompanied by a bid proposal deposit in cash, certified check,
cashier's check or surety bond in an amount equal to five percent (5%) of the amount of such
bid proposal. Should the successful bidder fail to enter into such contract and furnish
satisfactory performance bond within the time stated in the specifications, the bid proposal
deposit shall be forfeited to the City of Yakima.
Complete digital project bidding documents are available at www questcdn com. You may
download the digital plan documents for $20.00 by inputting Quest project #3620632 on the
website's Project Search page. Please contact QuestCDN com at (952) 233-1632 or
info@questcdn.com for assistance in free membership registration, downloading, and working
with this digital project information. An optional paper set of project plans and specifications may
be obtained at the Office of the City Engineer, (509) 575-6111, located at 129 North 2nd Street,
Yakima, WA 98901, upon payment in the amount of $25.00 for each set, non-refundable
Project questions should be directed to Brett Sheffield at (509) 576-6797.
Informational copies of maps, plans, and specifications are on file for inspection in the Office of
the City Engineer of Yakima in Yakima, Washington and at plan centers in Yakima and
Kennewick, Washington.
There will be a pre-bid conference held to discuss this project and answer questions from
prospective bidders. The meeting is scheduled for 10:00 am on January 6, 2015 in the Council
Chambers in the Yakima City Hall at 129 North 2nd Street, Yakima, Washington. Attendance at
this meeting is voluntary and will not be considered in the City's review of bids.
The City of Yakima in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252,
42 U.S.C. 2000d to 2000-4 and Title 49, Code of Federal Regulations, Department of
Transportation, subtitle A, Office of the Secretary, Part 21, nondiscrimination in federally
assisted programs of the Department of Transportation issued pursuant to such Act,
hereby notifies all bidders that it will affirmatively insure that in any contract entered into
pursuant to this advertisement, disadvantaged business enterprises will be afforded full
opportunity to submit bids in response to this invitation and will not be discriminated
against on the grounds of race, color or national origin in consideration for an award.
City of Yakima — Engineering Project 3
The City reserves the right to reject any or all bids and proposals
DATED this 14th day of December, 2014
PUBLISH: December 15, 2014
December 22, 2014
City of Yakima — Engineering Project 4
ITEM PROPOSAL BID SHEET
Tiger Oil Site Interim Remedial Action — Nob Hill Blvd & 24th
Avenue
City Project No. 2389
ITEM
NO.
PROPOSAL ITEM
ITEM PAYMENT SECTION PER SPECIFICATIONS
QTY
UNIT
UNIT PRICE
DOLLARS
AMOUNT
DOLLARS
1
MOBILIZATION
1
LS
1.22 00 Part 2-2 2
2
EROSION AND SEDIMENT CONTROL
1
LS
1.22 00 Part 2-2 3
3
HIGH VISIBILITY FENCE
1
LS
1.22 00 Part 2-2 4
4
REMOVAL OF STRUCTURE, EXISTING BUILDING
1
LS
1.22.00 Part 2-2.5
5
ASBESTOS ABATEMENT
1
LS
1.22.00 Part 2-2.6
6
REMOVAL OF STRUCTURE, CONCRETE PADS
1
LS
1 22 00 Part 2-2 7
7
DECOMMISSION, MONITORING WELL
6
EACH
1.22 00 Part 2-2 8
8
REMOVAL OF ASPHALT PAVEMENT
3025
SY
1.22 00 Part 2-2 9
9
EXCAVATION AND MANAGEMENT OF STOCKPILES
3730
CY
1.22 00 Part 2-2 10
10
TRANSPORT AND DISPOSAL OF EXCAVATED
MATERIALS
4700
TON
1 22 00 Part 2-2.11
11
DEWATERING (PUMP, TANK, AND TREATMENT
SYSTEM)
1
EACH
1.22 00 Part 2-2 12
12
CLEANOUT OF STORAGE TANK AND GAC
REMOVAL/RECYCLING
1
EACH
1.22 00 Part 2-2 13
13
INSITU BIOREMEDIATION AND SOIL MIXING
1
LS
1 22 00 Part 2-2 14
14
HORIZONTAL INFILTRATION GALLERY
1
LS
1.22 00 Part 2-2 15
15
6"-8" QUARRY SPALLS
130
TON
1.22.00 Part 2-2 16
16
IMPORTED BACKFILL (INCLUDING COMPACTION)
3750
TON
1.22.00 Part 2-2 17
17
CRUSHED SURFACING BASE COURSE
290
TON
1 22 00 Part 2-2 18
18
HOT MIX ASPHALT (HMA) 1/2" PG 64-28
40
TON
1.22 00 Part 2-2 19
19
PAINT LINE, STRIPING
1
LS
1.22 00 Part 2-2.20
20
AS -BUILT SURVEY
1
LS
1.22 00 Part 2-2.21
City of Yakima — Engineering Project
12
SUBTOTAL
SALES TAX (8.2%)
TOTAL
SECTION 01 10 00
SUMMARY
PART 1 GENERAL
1.1 PROJECT
A. Project Name: Tiger Oil Site Remedial Action.
B. OWNER's Name: City of Yakima.
C. ENGINEER's Name: Maul Foster & Alongi, Inc.
D. The Project consists of demolition of the existing building, the
excavation and disposal of contaminated soil, and installation of a
groundwater treatment system.
1.2 CONTRACT DESCRIPTION
A. Contract Type: A single prime contract based on a Stipulated Price.
1.3 WORK BY OWNER
A. None.
1.4 OWNER OCCUPANCY
A. OWNER intends to occupy the Project upon Substantial Completion.
B. Cooperate with OWNER to minimize conflict and to facilitate OWNER's
operations.
C. Schedule the Work to accommodate OWNER occupancy.
1.5 CONTRACTOR USE OF SITE
A. Construction Operations: Limited to areas noted on Drawings.
B. Provide access to and from site as required by law and by OWNER:
1. Do not obstruct roadways, sidewalks, or other public ways without
permit.
C. Time Restrictions:
1. Limit conduct of especially noisy exterior work to the hours of
7:00 AM to 7:00 PM.
2. All in ground construction activities shall be completed by April
1, 2015, unless a written extension is provided by ENGINEER.
D. Utility Outages and Shutdown:
1. Prevent accidental disruption of utility services to other
facilities.
1.6 WORK SEQUENCE
A. Coordinate construction schedule and operations with OWNER.
PART 2 PRODUCTS - NOT USED
PART 3 EXECUTION - NOT USED
END OF SECTION
0818 02.01 / Tiger Oil Site Remedial Action 01 10 00 - 1 SUMMARY
SECTION 02 61 13
EXCAVATION AND HANDLING OF CONTAMINATED SOILS
PART 1 GENERAL
1.1 SECTION INCLUDES
A. This work includes excavation and handling of contaminated soils,
onsite stockpiling, off-site disposal, excavation backfilling and
final site grading identified on the Contract Drawings.
1.2 SUBMITTALS
A. See Section 01 30 00 - Administrative Requirements, for submittal
procedures.
1. Preconstruction Submittals
a. Copies of licenses and certifications as required by all
applicable jurisdictions to complete the specified work
including all appropriate HAZWOPER certifications.
b. Health and Safety Plan specific to CONTRACTOR operations.
2. Construction Submittals
a. Disposal receipts from an approved disposal facility for all
materials disposed offsite.
b. The CONTRACTOR shall furnish daily logs of all excavation,
fill, and disposal quantities to the OWNER and ENGINEER on a
weekly basis.
c. Receipts for any materials recycled or salvaged at an off-site
facility.
3. Post Construction Submittals
a. One topographic survey stamped and certified by a licensed
Surveyor in the State of Washington showing the final limits of
excavation for each contaminated area.
1.3 DEFINITIONS
A. Qualified Personnel: Workers meeting the requirements as outlined by
the Occupational Safety and Health Administration (OSHA) and
Washington OSHA standards for work in which contact with hazardous
materials during removal activities may occur.
B. Finish Grading: Establishment of final surface grades and contours to
match grades specified on Contract Drawings.
C. On-site Fill: Soils originating from the project site to be utilized
as backfill of excavations at the direction of the ENGINEER.
D. Cleanup site: Tiger Oil Site (as shown on the Contract Drawings) from
which contaminated soils will be remediated or handled.
1.4 HEALTH AND SAFETY
A. QUALIFIED PERSONNEL
1. All on-site activities in which workers may come in contact with
soil not designated as clean fill must be conducted by qualified
personnel.
2. Qualified personnel shall be certified in an OSHA 40 hour approved
hazardous waste operations and emergency response (HAZWOPER)
training course before commencing work and have at least three
days of field experience under a trained, experienced supervisor
as well as refresher training obtained within the past year (if
applicable).
0818.02.01 / Tiger Oil Site Remedial Action 02 61 13 - 1 EXCAVATION & HANDLING OF CONTAM SOILS
3. Managers and supervisors directly responsible for work shall have
an additional eight hours of specialized training in hazardous
waste management supervision.
B. PERSONAL PROTECTIVE EQUIPMENT (PPE) AND PERSONAL HYGIENE MEASURES
1. Workers shall be equipped with PPE as described in the contractor -
prepared health and safety plan (HASP).
2. The CONTRACTOR shall provide personal hygiene measures as required
for work in hazardous waste areas as described in the contractor -
prepared HASP.
PART 2 PRODUCTS
2.1 BACKFILL
A. The following materials shall be considered acceptable as backfill:
1. Overburden material that has been excavated (assumed from ground
surface to approximately 5 -feet below ground surface) and
stockpiled onsite and deemed by the ENGINGEER to be clean and of
sufficient physical qualities for use as backfill.
2. Clean import from a local source that has been accepted by
ENGINEER.
3. Bottom one foot of excavation backfill shall consist of 4- to 6 -
inch diameter quarry spalls, or equivalent approved by the
ENGINEER.
4. Provide a written, notarized certification from the landowner of
each proposed off-site soil borrow source stating that the borrow
site has never been contaminated with hazardous or toxic materials
and include detailed historical information on past borrow site
use as well as analytical laboratory test data.
B. No other material shall be used as backfill without prior approval
from the ENGINEER.
2.2 GRAVEL
A. Gravel for final ground cover shall consist of 1 -1/4 -inch minus well
graded crushed rock free of roots, organic matter, and other
unsuitable materials.
2.3 ASPHALT PAVEMENT
A. Asphalt concrete pavement shall consist of Class A asphalt concrete
shall conform to the following American Society of Highway and
Transportation Officials (AASHTO) designations.
Meets AASHTO M-320 and the following:
Performance Grade Asphalt binder PG 64-28
Softening Point, minimum AASHTO T-53) 125 deg. F
Toughness, minimum (ASTM D5801) 110 in -lbs
Tenacity, minimum (ASTM D5801) 75 in -lbs.
2.4 GROUNDWATER TREATMENT MATERIAL
A. Dry powder form oxygen releasing agent, Regenesis Oxygen Release
Compound Advanced (ORCa®), or equivalent approved by the ENGINEER.
B. Dry powder form chemical oxidation agent, Regenesis RegenOx®, or
equivalent approved by the ENGINEER.
0818 02 01 / Tiger Oil Site Remedial Action 02 61 13 - 2 EXCAVATION & HANDLING OF CONTAM SOILS
PART 3 EXECUTION
3.1 EXISTING STRUCTURES AND UTILITIES
A. No excavation shall be performed until site utilities have been field
located by the CONTRACTOR.
B. The CONTRACTOR shall take the necessary precautions to ensure that no
damage occurs to existing active utilities, except those identified
for demolition on the Contract Drawings.
C. Damage to existing structures and active utilities, not identified for
demolition on the Contract Drawings, resulting from the CONTRACTOR's
operations shall be repaired at no additional cost to the OWNER.
3.2 PREPARATION
A. Prior to any excavation, the OWNER will establish minimum lateral
extent of excavations as shown on the Contract Drawings.
B. CONTRACTOR shall give ENGINEER 48 -hours notice prior to commencing
excavation.
3.3 GENERAL EXCAVATION
A. Excavation shall be performed in a manner that will control dust
generation, limit spills, and prevent contaminated material mixing
with uncontaminated material.
B. Excavations shall be completed to the lateral extents and vertical
depths shown on the Contract Drawings.
C. Excavation shall not be conducted without the presence of ENGINEER
3.4 EXCAVATION
A. Once the lateral and vertical extents of all excavation areas have
been reached, ENGINEER shall collect soil samples as discussed in Part
3.5 of this Section.
B. Excavations shall remain open, with safety measures in place, until
ENGINEER informs CONTRACTOR that the excavation is complete. Adequate
barriers shall be installed to protect against unauthorized entry
while excavation is open.
C. SHORING:
1. The CONTRACTOR shall be responsible for trench and excavation
safety. Either shoring or a benched (where feasible) excavation
approach may be used.
D. UTILITIES:
1. The CONTRACTOR shall remove all utilities located within the
excavation footprint. Utilities shall be abandoned via capping at
the excavation extent in accordance with ENGINEER direction. Each
abandoned utility will be surveyed by CONTRACTOR.
E. DEWATERING:
1. Surface water shall be diverted away from all excavations.
2. Excavation will extend into the water table as specified on the
Contract Drawings. Water extracted associated with dewatering
shall be treated by CONTRACTOR on-site prior to discharge to
OWNER's sanitary sewer collection system.
3.5 POST EXCAVATION SAMPLING
A. GENERAL EXCAVATION:
1. Discrete soil samples shall be collected by the ENGINEER from each
side wall of the excavation at predetermined locations.
0818.02.01 / Tiger Oil Site Remedial Action 02 61 13 - 3 EXCAVATION & HANDLING OF CONTAM. SOILS
2. Soil samples shall be submitted to the OWNER's selected analytical
laboratory for analysis.
3.6 OVERBURDEN MATERIAL STORAGE
A. At the discretion of the ENGINEER, all soil excavated between ground
surface and 5 -feet below ground surface may be temporarily placed in
stockpiles in the designated stockpile area specified on the Contract
Drawings.
B. All soil placed in stockpiles shall await waste profiling analytical
results. The ENGINEER shall collect soil samples for determination if
the soil is suitable for onsite use as backfill. The ENGINEER shall
provide analytical results indicating disposal requirements within 10
days of obtaining the characterization sample(s). After
characterization is complete, the ENGINEER will direct the CONTRACTOR
to dispose of the excavated materials at an appropriate facility or to
use the soil as onsite backfill.
C. Excavated overburden soil shall be placed in constructed stockpiles in
accordance with Subpart 3.7. Additional area to accommodate stockpile
material may be approved at the discretion of the OWNER.
D. CONTRACTOR shall take necessary precautions to prevent mixing of
overburden soils with contaminated soil.
3.7 STOCKPILE CONSTRUCTION
A. Stockpiles shall be constructed at the location indicated on the
Contract Drawings.
B. Stockpiles placed over surfaces other than concrete or asphalt shall
be underlain with 10 -mil plastic sheeting or approved equal. Before
placing liners, the CONTRACTOR shall clear the existing ground surface
of debris and sharp objects.
C. Stockpiles shall be constructed to allow access to all portions of the
site.
D. Stockpiles shall not exceed 15 feet in height.
E. Stock piles shall be covered using liners meeting the following
requirements:
1. Stockpile cover materials shall be plastic sheeting.
2. The cover liner shall be free of holes or other damage to prevent
dust generation.
3. The cover material shall be anchored and ballasted to prevent
removal or damage by wind.
F. The CONTRACTOR shall cover stockpiles overnight, during high winds or
precipitation events, or as directed by the ENGINEER.
G. Erosion control shall be constructed around stockpiles to prevent run-
on and run-off.
3.8 CONTAMINATED MATERIAL TRANSPORT AND DISPOSAL
A. The CONTRACTOR shall transport all excavated soils designated for
disposal to an appropriate Subtitle D landfill, or at a municipal
solid waste or limited purpose landfill, provided that the landfill is
allowed to accept petroleum -contaminated soil under its operating
permit. The soil shall be transported by a properly licensed hauler
operating in compliance with Washington State Department of Ecology
Dangerous and Hazardous Waste Requirements, WAC 173-303 and USDOT
hazardous and non -hazardous materials requirements.
0818 02 01 / Tiger Oil Site Remedial Action 02 61 13 - 4 EXCAVATION & HANDLING OF CONTAM SOILS
B. The CONTRACTOR shall load the contaminated material onto trucks in a
manner that prevents spilling or tracking of contaminated soil.
C. Loose material that falls onto the truck exterior during loading shall
be removed before the truck leaves the loading area.
D. All truckloads of contaminated soil shall be tarped prior to exiting
the site.
E. Any material collected on the ground surface in the loading area shall
be placed back into the truck.
3.9 TREATMENT APPLICATION
A. Upon reaching the vertical extent of excavation defined in the
Contract Drawings, the ENGINEER will be consulted regarding
application of treatment materials at the excavation base.
B. Following ENGINEER approval, CONTRACTOR shall apply Regenesis RegenOx®
and Regenesis Oxygen Release Compound Advanced (ORCa®), or equivalent
approved by ENGINEER, by mixing into backfill in accordance with
Manufacturer's instructions at depths indicated on the Contract
Drawings.
C. Treatment materials shall be applied and mixed into the backfill at
rates consistent with the ENGINEER's direction
3.10 BACKFILL
A. Excavations shall remain open until the ENGINEER provides the
CONTRACTOR approval to backfill. CONTRACTOR shall be responsible for
survey of the final excavation extents prior to backfill.
B. CONTRACTOR shall install a groundwater treatment system per Section 02
52 00 and the Contract Drawings during backfill activities.
C. The bottom one foot of the excavation extents shall be filled using
approved, clean backfill material specified in SubPart 2.1.A.3.
D. The excavation extents shall be filled using approved, clean backfill
material, Part 2.1.
E. Backfill shall be placed in maximum 12 -inch lifts. Placed fill shall
be moisture conditioned prior to compaction.
F. Once processed and moisture conditioned, each lift shall be compacted
using a minimum of three passes of a Caterpillar 825 or equivalent.
G. All excavations shall be backfilled and finish graded to match
surrounding existing grade.
3.11 FINAL SURFACE
A. Final surface shall consist of 6 inches of 1-1/4 inch minus crushed
rock, or 2 -inch thick asphalt concrete pavement directly overlying 6
inches of 1-1/4 inch minus crushed rock at locations indicated on
Contract Drawings.
B. Moisture condition crushed rock prior to compaction.
C. Crushed rock shall be fine graded to approximately meet the prior
existing grade and compacted with a minimum of 3 passes with a
vibratory smooth drum roller.
D. Asphalt concrete shall be placed in accordance with relevant AASHTO
standards.
E. Parking striping shall be placed on asphalt concrete pavement
consistent with parking striping alignments existing prior to
construction.
0818.02 01 / Tiger Oil Site Remedial Action 02 61 13 - 5 EXCAVATION & HANDLING OF CONTAM SOILS
-- END OF SECTION --
0818 02.01 / Tiger Oil Site Remedial Action 02 61 13 - 6 EXCAVATION & HANDLING OF CONTAM SOILS
MIN DEPTH
/� CRUSHED GRAVEL
SUBGR ADE
TYPICAL GRAVEL LAYDOWN SECTION
1
i SCALE. NTS
17' HMA CL PG 64-28 AC PAVEMENT
MIN DEPTH CRUSHED SURFACING
BASE COURSE COMP 4 95%
SUBGR ADE COMP 4 92%
ASPHALT CONCRETE SECTION
SCALE' NTS
LEGEND
onmi
EXCAVAIION EXIENI/SAWCUT LINE
GRAVEL LAYDOWN
AC PAVEMENT
Ek ISTING AC PAVEMENT
1
I E
Contractor Bid Questions Received by January 7, 2015
Former Tiger Oil Site Interim Remedial Action Bid Package (Project No. 2389)
City of Yakima, Washington
1 Would the project require Hazmat and specific certifications to bid?
Response. Per Section 02.61.13, Part 1 2._Al of the Technical Specifications, all personnelpolo. rring work on the site null
require current/Ip-to-date Hazardous Waste Operations (and E_mergeny Response (F -I.-1 ZIVOPER) certification.
2 In order to supply the City with a compliant and highly competitive bid, it is necessary we respectfully
request the City consider an extension to the bid submittal deadline to no earlier than Monday, January 26,
2015
Response: To ensure meeting construction completion schedule ofApril 1, 2015, the bid opening will revised to 3.00 p.m ,
Vednesd[!y, January 21, 2015.
3 The estimated quantity for Bid Item 15 6"-S" Quarry Spalls shows 1 ton, which does not match the plans.
What quantity should contractors Include in their bids?
Response• The Item Proposal Bid .S'beet will he revised and included in Addendum No 1 to spec, 130 tons of 6 -8 -inch
quarry spalls.
4 Please provide as -built structural drawings of the building to be demolished.
Response. The City of Yakima does not possess as -built drawings of the building.
5. Please provide well logs for the wells to be decommissioned.
Response- Well logs for tzvo (2) of the groundwater monitoring wells requiring decommissioning prior to soil removal activities
(Kldll"20 and KilltV22) are attached. The City of Yakima does not possess logs associated with the four (4) other
groundwater monitoring wells requiring demolition 611[17, 7, ['vIld' 8, Illlhl 1, and MIV15).
6 Can the vacant parking lot west of S 24th Ave be used as a staging/parking area during construction?
Response• The CO, of Yakima has attempted to gain access from the property owner Because authorisation has not been
granted, the bid should assume that the parking lot will not be available. The success_ fin! bidder null be encouraged to pursue
authorization for use of the parking lot.
7 Are the parking stops in the rear parking lot to be replaced, along with the striping?
Response• Parking stops that are removed associated with the interim remedial action will require replacement Sheet C7 0 will
be revised and included in Addendum No 1 to specitY this.
8. We understand the City will coordinate telephone line and power disconnects on the existing poles. Will the
City be scheduling relocation/removal of those poles, or is that up to the contractor?
Response: Per beet C3.0, Erosion Control & Demo Plan, of the Construction Plan Set, the contractor will be responsible for
removal and appropriate disposal of the power/light poles.
9. Engineers estimate.
Response: The kJ/pacer's construction estimate is $523,000
10. Disposal facility (Yakima County Landfill take this soils or anyone else in your area).
Response: Technical .Specification Section 02.61.13, Excavation & Handling of Contaminated .Soils, Part 3 8.A will be
revised and included zra Addendum No. 1 to speczfji disposal at a RCR/I ,Subtitle D facilio, or at a municipal solid waste or
lrinrted piapose landfill, provided that the landfill is allowed to receive petroleum contaminated sod under its operating perulit
Ultimate disposal is ap to the contractor, as long as disposal meets appropriate regulations. It is the City's understanding that
the Anderson Rock Demolition Pit in the Yakima area carr receive the material (should he confirmed by the bidder).
11 Does the site get restored with asphalt of crushrock?
Response: Please refer to Sheet C7.0, Surf• citing Plan, o/ the Construction Plan Se/* direction on areas df the site requiring
gravel surfacing and areas requmng asphalt surfrwag
LOG LEGEND
UNIFIED SOIL CLASSIFICATION SYSTEM (USCS)
MAJOR DIVISIONS
LTR
DFSCRIPRON
MAJOR DIVISIONS
LTR
DESCRIPTION
COARSE
GRAINF1)
SOILS
'RAVE
AND
GRAVELLY
SODS
OY!
Well graded gravels or gravel sant
mixtures, little Of no tires
FINE
SOILS
SILTS
AND
CLAYS
LL < 50
hII.
h»rganio silts end very fine sands,
rode flour, silty Of clayey fine seeds,
ilt
or clayey ss with slight plasticity
GP
Poorly graded gravels or gravel
Send mixtures, lithe Of nO fines
CL
Inorganic clays of low to medium
plasticity, gravelly clays, sandy
clays, silty clays, letm clays
Ohf
Silty gravels, gravel sand sill
mixtures
Clayoy gravels, gravel sand day
mixturesORAINID
OL
Organic silts end orgmio silt -clays
of low plasticity
SAND
AND
SANDY
SOILS
SW
Well graded sends or gravelly
wads, little or no fines
SILTS
AND
CLAYS
IL > 50
Inorganic silts, mioaous of
star wts�sand or silty
soils, elastic ts
Sp
Poorly graded sands or gravelly
sends, little or no furs
mf
Inorganic clays of high plasticity,
fat clays
SM
Silty sands,
ply grated sand silt mixtures
OH
Organic days of medium to high
plasticity
SC
Clayey sands,
poody graded sand day mixtures
HIGHLY ORGANIC
SOILSsoils
Pt
Ped and other highly organic
SOIL SAMPLES
D
1 7
Disturbed, bag, bulk, or grab sample
Standard penetration split spoon sample
Modified California Sampler (Porter)
Shelby Tube sample
FIELD MEASUREMENTS
2
OVA
PID
ppmv
Water level observed during drilling
Water level observed alter drilling
Organic Vapor Analyzer
Photoionization Detector
Parts Per Million by Volume
ANALYTICAL RESULTS
ND ( ) Not Detected (Detection Limit)
NA Not Analyzed
TPH Total Petroleum Hydrocarbons
BTEX Benzene, Toluene, Ethylbenzene, 8c
Xylenes
Herb. Herbicides, EPA Method 8150
Pest. Pesticides, EPA Method 8080
WELL CONSTRUCTION
/
1
Blank casing
Screened casing
Cement grout
Native material mixed
with bentonite
Sand pack or gravel pack
Bentonite
Native backfill or cavings
Bentonite -cement grout
Note: Blows per foot is the number of blows used to drive a sampler
through the last 12 inched of an 18 -inch sampling attempt. One
blow is a 30 -inch fall of a 140 -pound hammer.
Note: The line separating strata on the logs represents approximate
boundaries only. The actual transition may be gradual. No
warranty is provided as to the continuity of the strata between
borings. Logs represent the soil section observed at the boring
location on the date of drilling only.
KLEINFELDER
Copyrir1a 1991 IOdnfeklcr, Ire.
LEG END 1)1.DRW
Boring Log Legend
Plate D-1
NOTE: Logs am to be used only for the designated purposes and in context with
the attached report.
Tgelof1
Q
-W
CHEMICAL
u
SAMPLE
z
v
v
w
ANALYSES
O
x
MI
CaZO
04
E-'
U
, >.,
p2pqig
1$`
PID
(ppmv)
S
a
N
a
>
w
z
NUMBER
vi I~
U z
0
A
SOIL DESCRIPTION
0
0-7,zi,=T
a
Asphalt e,rC3r
:r
60.0
21.0
50
III
KMW-20A
GP
SANDY GRAVEL, black, slightly moist, stiff, hydrocarbon odor
SANDY GRAVEL with silt, gray, moist, very dense., _
hydrocarbon odor. 5 —
10 ^_..
_
—.;;.
I<>
122
15
19
14
KMW-20B
ML
CLAYEY SILT/SILTY SAND interbedded, light brown, 10 _I
moist, hard, hydrocarbon odor.
15 —
—
348
12
19
18
KMW-20C
SP
SAND, brown, wet, very dense, hydrocarbon odor 15 —
_
104
SM
SILTY SAND, black, wet, very dense, hydrocarbon odor.
20 —
.., �`
5
50
KMW-20D
GP
SILTY SANDY GRAVEL, brown and gray, wet, very 20
\ dense (caliche) 11
_
25
—25
LOGGED BY JAS/MAW SURFACE ELEVATION (feet)' DRILLING METHOD: Hollow Siert Auger
DATE DRILLED: 01-11-94 TOTAL DEPTH (feet): 20.5 SCREEN SIZE: 0.02"
CASING TYPE: PVC DIAMETER OF BORING: 12" CASING SIZE: 4"
Comments:
Vr
RI KLEINFELDER
Copyright 1994 Ktcinfekter, Inc. tf2 U6[3C.PRE
LOG OF GROUNDWATER WELL, KMW-20
TIGER OIL FACILITY
SOUTH 24T11 AND NOB HILL, YAK1MA, WASHINGTON
Project 1/ 60-1127-06
PLATE D-24
NOTE: Logs am to be used only for the designated purposes and in context with
the attached report.
Tgelof1
-----U
—0
z0wCHEMICAL
04
p
U
w
...1
W
ANALYSES
rn
O
,-,--I
as
SAMPLE
z
O
(1? d
t3
z
i 3WA
p
SOIL DESCRIPTION
4+
NUMBER
Oa
a:
FID
: ppny)
Asphalt surface 0
J:
4
ML
SANDY CLAY with silt and gravel, black, moist, stiff, _
hydrocarbon odor.
4A
—
SM
SILTY SAND trace gravel, black, moist, dense, strong
5
-: —
13
hydrocarbon odor. 5 —
172
9
17
KMW-22A
_
10 ---,
15
10`
19
NR
_
24
Slt:1'Y SAND, black, moist, very dense, hydrocarbon odor.
15
—
274
19
24
KMW-22B
—
15 —.
135
26
30
SILTY SAND, black, wet, fine grained, dense, strong 15 —
hydrocarbon odor.
35
—1.4-
KMW-22C
_
SILTY SAND, brown, wet, fine grained, dense, strong
150
22
hydrocarbon odor. —
29
KMW-22D
24
—
29
SILTY SAND with gravel, brown, wet, fine grained, strong
33
KMW-22E
hydrocarbon odor.
20
120
25
27
NR
GP
SANDY GRAVEL, gray, wet, dense, slight hydrocarbon odo?0 —
_30
(only enough recovery for PID reading). ...
10
25
24
NR
7.
GRAVEL with sand, gray, wet, very dense. —
6
50/3"
50/1"
GRAVEL, gray, wet, very dense.
50/5.5'
KMW-22F
i--25
2
50/2"
Backfilled with bentonite from 16-24'. —
25
LOGGED BY. JAS SURFACE ELEVATION (feet)• DRILLING METHOD. Hollow Stein Auger
DATE DRILLED: 01-13-94 TOTAL DEPTH (feet)- 24 SCREEN SIZE: 0.02"
CASING TYPE. PVC DIAMETER OF BORING: 12" CASING SIZE: 4"
Comments• Completed as a vapor extraction test well.
Backfilled with bentonite from 16-24'.
NR = No recovery.
LOG OF GROUNDWW1'ER WELL, KMW-22
TIGER OIL FACILITY
RI KLEINFELDER
SOUTH 24TH AND NOB HILL, 1AKIMA, WISHINGTON
Copyright 1991 Kleinfelder, Inc, 117 6E(.:.PRE
Project If 60-1127-06 1 PLATE D-26
NOTE: togs are to be used only for the designated purposes and in context with
the attached report.
1ige1of1
Page 1 of 16
State of Washington
Department of Labor & Industries
Prevailing Wage Section - Telephone 360-902-5335
PO Box 44540, Olympia, WA 98504-4540
Washington State Prevailing Wage
The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate
of fringe benefits. On public works projects, worker's wage and benefit rates must add to
not less than this total. A brief description of overtime calculation requirements are
provided on the Benefit Code Key.
Journey Level Prevailing Wage Rates for the Effective Date:
12/23/2014
[County
Trade
Job Classification
Wage
Holiday
Overtime
Note
'Yakima
Asbestos Abatement Workers
Journey Level
$17.83
1
'Yakima
Boilermakers
Journey Level
$64.44
5N
1C
'Yakima
Brick Mason
Journey Level
$43.34
5A
1M
'Yakima
Building Service Employees
Janitor
$9.32
1
'Yakima
Building Service Employees
Shampooer
$11.14
1
Yakima
Building Service Employees
Waxer
$9.32
1
'Yakima
Building Service Employees
Window Cleaner
$9.32
1
'Yakima
Cabinet Makers (In Shop)
Journey Level
$16.35
1
Yakima
Carpenters
Journey Level
$29.72
1
Yakima
Cement Masons
Journey Level
$38.85
7B
1N
'Yakima
Divers Et Tenders
Diver
$105.37
5D
4C
8A
'Yakima
Divers Et Tenders
Diver On Standby
$59.50
5D
4C
'Yakima
Divers Et Tenders
Diver Tender
$54.82
5D
4C
'Yakima
Divers Et Tenders
Surface Rcv Et Rov Operator
$54.82
5D
4C
'Yakima
Divers Et Tenders
Surface Rcv Et Rov Operator
Tender
$51.07
5A
4C
'Yakima
Dredge Workers
Assistant Engineer
$53.00
5D
3F
'Yakima
Dredge Workers
Assistant Mate (Deckhand)
$52.58
5D
3F
'Yakima
Dredge Workers
Boatmen
$52.30
5D
3F
'Yakima
Dredge Workers
Engineer Welder
$54.04
5D
3F
]Yakima
Dredge Workers
Leverman, Hydraulic
$55.17
5D
3F
'Yakima
Dredge Workers
Mates
$52.30
5D
3F
'Yakima
Dredge Workers
Oiler
$52.58
5D
3F
'Yakima
Drywall Applicator
Journey Level
$40.13
5D
4C
$Yakima
Drywall Tapers
Journey Level
$35.00
7E
1P
Yakima
Electrical Fixture Maintenance
Journey Level
$43.32
1
Workers
'Yakima
Electricians - Inside
Cable Splicer
$57.94
5A
1E
https://fortress.wa.gov/lndwagelookup/prvWagelookup.aspx
12/23/2014
Page 2 of 16
Yakima
Electricians - Inside
Journey Level
$55.98
5A
1 E
Yakima
Electricians - Inside
Welder
$59.91
5A
1E
Yakima
Electricians - Motor Shop
Craftsman
$15.37
1
Yakima
Electricians - Motor Shop
Journey Level
$14.69
1
Yakima
Electricians - Powerline
Cable Splicer
$68.33
5A
4A
Construction
Yakima
Electricians - Powerline
Certified Line Welder
$62.50
5A
4A
Construction
Yakima
Electricians - Powerline
Groundperson
$42.56
5A
4A
Construction
Yakima
Electricians - Powerline
Heavy Line Equipment
Operator
$62.50
5A
4A
Construction
Yakima
Electricians - Powerline
Journey Level Lineperson
$62.50
5A
4A
Construction
Yakima
Electricians - Powerline
Line Equipment Operator
$52.47
5A
4A
Construction
Yakima
Electricians - Powerline
Pole Sprayer
$62.50
5A
4A
Construction
Yakima
Electricians - Powerline
Powderperson
$46.55
5A
4A
Construction
Yakima
Electronic Technicians
Journey Level
$23.40
1
Yakima
Elevator Constructors
Mechanic
$80.14
7D
4A
Yakima
Elevator Constructors
Mechanic In Charge
$86.77
7D
4A
Yakima
Fabricated Precast Concrete
Craftsman - In -Factory Work
Only
$9.32
1
Products
Yakima
Fabricated Precast Concrete
Journey Level - In -Factory
Work Only
$9.32
1
Products
Yakima
Fence Erectors
Fence Erector
$13.79
1
Yakima
Flaggers
Journey Level
$24.62
1
Yakima
Glaziers
Journey Level
$22.43
61
1B
Yakima
Heat Et Frost Insulators And
Journey Level
$25.32
1
Asbestos Workers
Yakima
Heating Equipment Mechanics
Journey Level
$34.85
1
Yakima
Hod Carriers Et Mason Tenders
Journey Level
$35.23
7A
31
Yakima
Industrial Power Vacuum
Journey Level
$9.32
1
Cleaner
Yakima
Inland Boatmen
Journey Level
$9.32
1
Yakima
Inspection/Cleaning/Sealing Of
Cleaner Operator, Foamer
Operator
$9.73
1
Sewer Et Water Systems By
Remote Control
Yakima
Inspection/Cleaning/Sealing Of
Grout Truck Operator
$11.48
1
Sewer Et Water Systems By
Remote Control
Yakima
Inspection/Cleaning/Sealing Of
Head Operator
$12.78
1
Sewer Et Water Systems By
Remote Control
Yakima
Inspection/Cleaning/Sealing Of
Technician
$9.32
1
Sewer Et Water Systems By
Remote Control
haps://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
i2/'V'nia
Yakima
1
'Yakima
Yakima
Inspection/Cleaning/Sealing Of
Sewer Et Water Systems By
Remote Control
Tv Truck Operator
$10.53
Page 3 of 16
Insulation Applicators
Journey Level
$40.13
5D
4C
Ironworkers
Journeyman
$54.69 7N
10
Yakima
Laborers
Mr, Gas Or Electric Vibrating
$34.07
7A
31
Yakima
Laborers
Screed
$34.81
7A
31
Yakima
'Yakima
'Yakima
Yakima
Yakima
Yakima
Yakima
Yakima
'Yakima
'Yakima
'Yakima
Yakima
'Yakima
Laborers
Airtrac Drill Operator
$35.23 7A
31
Laborers
Ballast Regular Machine
$34.07
7A
31
Laborers
Batch Weighman
$32.14
7A
31
Laborers
Brick Pavers
$34.07
7A
31
Laborers
Brush Cutter
$34.07
7A
31
Laborers
Brush Hog Feeder
$34.07
7A
31
Laborers
Burner
$34.07
7A
31
Laborers
Caisson Worker
$35.23
7A
31
Laborers
Carpenter Tender
$34.07
7A
31
Laborers
Cement Dumper -paving
$34.81
7A
31
Laborers
Cement Finisher Tender
$34.07
7A
31
Laborers
Change House Or Dry Shack
$34.07
7A
31
Laborers
Chipping Gun (under 30 Lbs.) $34.07
7A
31
Yakima
Laborers
Chipping Gun(30 Lbs. And
$34.81
7A
31
Yakima
Laborers
Over)
$34.81
7A
31
Yakima
Yakima
Yakima
Yakima
Yakima
Laborers
Choker Setter
$34.07
7A
31
Laborers
Chuck Tender
$34.07
7A
31
Laborers
Clary Power Spreader
$34.81
7A
31
Laborers
Clean-up Laborer
$34.07
7A
31
Laborers
Concrete Dumper/chute
Operator
$34.81
7A
31
Yakima
Laborers
Concrete Form Stripper
$34.07
7A
31
Yakima
Laborers
Concrete Placement Crew
$34.81
7A
31
Yakima Laborers
Concrete Saw Operator/core
Driller
$34.81
7A
31
Yakima Laborers
Yakima Laborers
Crusher Feeder
$32.14
7A
31
Curing Laborer
$34.07
7A
31
Yakima
Laborers
Demolition: Wrecking a Moving
$34.07
7A
31
Yakima
Laborers
(incl. Charred Material)
$34.07
7A
31
Yakima
'Yakima Laborers
Laborers
Ditch Digger
$34.07
7A
31
Diver
$35.23
7A
31
Yakima
Laborers
Drill Operator
$34.81
7A
31
Yakima
Laborers
(hydraulic,diamond)
$34.07
7A
31
'Yakima
'Yakima
Laborers
Laborers
Dry Stack Walls
$34.07
7A
31
Dump Person
$34.07
7A
31
Yakima
Laborers
Epoxy Technician
$34.07
7A
31
Yakima
Laborers
Erosion Control Worker
$34.07
7A
31
'Yakima Laborers
Yakima
Faller Et Bucker Chain Saw
$34.81
7A
31
Laborers
Fine Graders
$34.07
7A
31
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
12/23/2014
Page 4 of 16
Yakima
Laborers
Firewatch
$32.14
7A
31
Yakima
Laborers
Form Setter
$34.07
7A
31
Yakima
Laborers
Gabian Basket Builders
$34.07
7A
31
Yakima
Laborers
General Laborer
$34.07
7A
31
Yakima
Laborers
Grade Checker Et Transit
Person
$35.23
7A
31
Yakima
Laborers
Grinders
$34.07
7A
31
Yakima
Laborers
Grout Machine Tender
$34.07
7A
31
Yakima
Laborers
Groutmen (pressure)including
Post Tension Beams
$34.81
7A
31
Yakima
Laborers
Guage and Lock Tender
$35.33
7A
31
8Q
Yakima
Laborers
Guardrail Erector
$34.07
7A
31
Yakima
Laborers
Hazardous Waste Worker (level
A)
$35.23
7A
31
Yakima
Laborers
Hazardous Waste Worker (level
B)
$34.81
7A
31
Yakima
Laborers
Hazardous Waste Worker (level
C)
$34.07
7A
31
Yakima
Laborers
High Scaler
$35.23
7A
31
Yakima
Laborers
Jackhammer
$34.81
7A
31
Yakima
Laborers
Laserbeam Operator
$34.81
7A
31
Yakima
Laborers
Maintenance Person
$34.07
7,4
31
Yakima
Laborers
Manhole Builder-mudman
$34.81
7A
31
Yakima
Laborers
Material Yard Person
$34.07
7A
31
Yakima
Laborers
Motorman -dinky Locomotive
$34.81
7,4
31
Yakima
Laborers
Nozzleman (concrete Pump,
Green Cutter When Using
Combination Of High Pressure
Air Et Water On Concrete Et
Rock, Sandblast, Gunite,
Shotcrete, Water Bla
$34.81
7A
31
Yakima
Laborers
Pavement Breaker
$34.81
7A
31
Yakima
Laborers
Pilot Car
$32 14
7A
31
Yakima
Laborers
Pipe Layer(lead)
$35.23
7A
31
Yakima
Laborers
Pipe Layer/tailor
$34.81
7A
31
Yakima
Laborers
Pipe Pot Tender
$34.81
7A
31
Yakima
Laborers
Pipe Reliner
$34.81
7A
31
Yakima
Laborers
Pipe Wrapper
$34.81
7A
31
Yakima
Laborers
Pot Tender
$34.07
7A
31
Yakima
Laborers
Powderman
$35.23
7A
31
Yakima
Laborers
Powderman's Helper
$34.07
7A
31
Yakima
Laborers
Power Jacks
$34.81
7A
31
Yakima
Laborers
Railroad Spike Puller - Power
$34.81
7A
31
Yakima
Laborers
Raker - Asphalt
$35.23
7A
31
Yakima
Laborers
Re-timberman
$35.23
7A
31
Yakima
Laborers
Remote Equipment Operator
$34.81
7A
31
https://fortress.wa.gov/Ini/wagelookup/prvWagelookup.aspx
12/23/')(114
'Yakima
#Yakima
Laborers
Laborers
Rigger/signal Person
Rip Rap Person
534.81
7A
Page 5 of 16
31
$34.07
7A
31
Yakima
Laborers
Rivet Buster
$34.81
7A
31
Yakima
Laborers
Rodder
$34.81
7A
31
Yakima
Laborers
Scaffold Erector
$34.07
7A
31
Yakima
Laborers
Scale Person
$34.07
7A
31
Yakima
Laborers
Stopper (over 20")
$34.81
7A
31
Yakima
Laborers
Sipper Sprayer
$34.07
7A
31
Yakima
Laborers
Spreader (concrete)
$34.81
7A
31
Yakima
Laborers
Stake Hopper
$34.07
7A
31
Yakima
Laborers
Stock Piler
$34.07
7A
31
Yakima
Laborers
Tamper Et Similar Electric, Air
Et Gas Operated Tools
$34.81
7A
31
Yakima
Laborers
Tamper (multiple Et Self-
propelled)
$34.81
7A
31
Yakima
Laborers
Timber Person - Sewer (tagger,
Shorer Et Cribber)
$34.81
7A
31
Yakima
Laborers
Toolroom Person (at Jobsite)
$34.07
7A
31
Yakima
Laborers
Topper
$34.07
7A
31
Yakima
Laborers
Track Laborer
$34.07
7A
31
Yakima
Laborers
Track Liner (power)
$34.81
7A
31
Yakima
Laborers
Traffic Control Laborer
534.07
7A
31
8R
Yakima
Laborers
Traffic Control Supervisor
$34.07
7A
31
8R
Yakima
Laborers
Truck Spotter
$34.07
7A
31
Yakima
Laborers
Tugger Operator
$34.81
7A
31
Yakima
Laborers
Tunnel Work -Miner
$35.33
7A
31
Yakima
Laborers
Vibrator
$34.81
7A
31
Yakima
Laborers
Vinyl Seamer
$34.07
7A
31
Yakima
Laborers
Watchman
$29.33
7A
31
Yakima
Laborers
Welder
$34.81
7A
31
Yakima
Laborers
Welt Point Laborer
$34.81
7A
31
Yakima
Laborers
Window Washer/cleaner
$29.33
7A
31
Yakima
Laborers - Underground Sewer
General Laborer Et Topman
$34.07
7A
31
Et Water
Yakima
Laborers - Underground Sewer
Pipe Layer
$34.81
7A
31
Et Water
Yakima
Landscape Construction
Irrigation Or Lawn Sprinkler
Installers
$9.32
1
Yakima
Landscape Construction
Landscape Equipment
Operators Or Truck Drivers
$15.45
1
Yakima
Landscape Construction
Landscaping Or Planting
Laborers
$9.32
1
Yakima
Lathers
Journey Level
$40.13
5D
4C
Yakima
Marble Setters
Journey Level
$43.34
5A
1M
Yakima
Metal Fabrication (In Shop)
Fitter
$12.00
1
Yakima
Metal Fabrication (In Shop)
Laborer
$10.31
1
https://fortress.wa.gov/lm/wagelookup/prvWagelookup.aspx
17/Y3/71114
Page 6 of 16
Yakima
Metal Fabrication (In Shop)
Machine Operator
$11.32
1
Yakima
Metal Fabrication (In Shop)
Painter
$12.00
1
Yakima
Metal Fabrication (In Shop)
Welder
$11.32
1
Yakima
Millwright
Journey Level
$26.05
1
Yakima
Modular BuildingsJourney
Level
Yakima
Painters
Journey Level
$29.36
6Z
1W
Yakima
Pile Driver
Journey Level
$52.03
5D
4C
Yakima
Plasterers
Journey Level
$50 42
7D
1R
Yakima
Playground 8 Park Equipment
Journey Level
$9 32
1
Installers
Yakima
Plumbers Et Pipefitters
Journey Level
$76.31
6Z
14
Yakima
Power Equipment Operators
Asphalt Plant Operators
$55.24
7A
3C
8P
Yakima
Power Equipment Operators
Assistant Engineer
$51.97
7A
3C
8P
Yakima
Power Equipment Operators
Barrier Machine (zipper)
$54.75
7A
3C
8P
Yakima
Power Equipment Operators
Batch Plant Operator,
Concrete
$54.75
7A
3C
8P
Yakima
Power Equipment Operators
Bobcat
$51.97
7A
3C
8P
Yakima
Power Equipment Operators
Brokk - Remote Demolition
Equipment
$51.97
7A
3C
8P
Yakima
Power Equipment Operators
Brooms
$51.97
7A
3C
8P
Yakima
Power Equipment Operators
Bump Cutter
$54.75
7A
3C
8P
Yakima
Power Equipment Operators
Cableways
$55.24
7A
3C
8P
Yakima
Power Equipment Operators
Chipper
$54.75
7A
3C
8P
Yakima
Power Equipment Operators
Compressor
$51.97
7A
3C
8P
Yakima
Power Equipment Operators
Concrete Pump: Truck Mount
With Boom Attachment Over 42
M
$55.24
7A
3C
8P
Yakima
Power Equipment Operators
Concrete Finish Machine -laser
Screed
$51.97
7A
3C
8P
Yakima
Power Equipment Operators
Concrete Pump - Mounted Or
Trailer High Pressure Line
Pump, Pump High Pressure.
$54.33
7A
3C
8P
Yakima
Power Equipment Operators
Concrete Pump: Truck Mount
With Boom Attachment Up To
42m
$54.75
7A
3C
8P
Yakima
Power Equipment Operators
Conveyors
$54.33
7A
3C
8P
Yakima
Power Equipment Operators
Cranes: 20 Tons Through 44
Tons With Attachments
$54.75
7A
3C
8P
Yakima
Power Equipment Operators
Cranes: 100 Tons Through 199
Tons, Or 150' Of Boom
(Including Jib With
Attachments)
$55.79
7A
3C
8P
Yakima
Power Equipment Operators
Cranes: 200 Tons To 300 Tons,
Or 250' Of Boom (including Jib
With Attachments)
$56.36
7A
3C
8P
Yakima
Power Equipment Operators
Cranes: 45 Tons Through 99
Tons, Under 150' Of Boom
(including Jib With
$55.24
7A
3C
8P
haps.//fortress wa.gov/lni/wagelookup/prvWagelookup aspx
12/23/2014
Page 7 of 16
Attachments)
Yakima
Power Equipment Operators
Cranes: A -frame - 10 Tons And
Under
$51.97
7A
3C
8P
!Yakima
!Yakima
Yakima
Power Equipment Operators
Cranes: Friction 100 Tons
Through 199 Tons
$56.36
7A
3C
8P
Power Equipment Operators
Cranes: Friction Over 200 Tons
$56.92
7A
3C
8P
Power Equipment Operators
Cranes: Over 300 Tons Or 300'
Of Boom (including Jib With
Attachments)
$56.92
7A
3C
8P
Yakima
Power Equipment Operators
Cranes: Through 19 Tons With
Attachments A -frame Over 10
Tons
$54.33
7A
3C
8P
Yakima
Yakima
Power Equipment Operators
Crusher
$54.75
7A
3C
8P
Power Equipment Operators
Deck Engineer/deck Winches
(power)
$54.75
7A
3C
8P
Yakima
Yakima
Yakima
Yakima
Yakima
Power Equipment Operators
Derricks, On Building Work
$55.24
7A
3C
Power Equipment Operators
Dozers D-9 Et Under
$54.33
7A
3C
Power Equipment Operators
Drill Oilers: Auger Type, Truck
Or Crane Mount
$54.33
7A
3C
8P
8P
8P
Power Equipment Operators
Drilling Machine
$54.75
7A
3C
8P
Power Equipment Operators
Elevator And Man -lift:
Permanent And Shaft Type
$51.97
7A
3C
8P
Yakima
Power Equipment Operators
Finishing Machine, Bidwell And
Gamaco Et Similar Equipment
$54.75
7A
3C
Yakima
Power Equipment Operators
Forklift: 3000 Lbs And Over
With Attachments
$54.33
7A
3C
Yakima
Power Equipment Operators
Forklifts: Under 3000 Lbs. With
Attachments
$51.97
7A
3C
!Yakima
Power Equipment Operators
Grade Engineer: Using Blue
Prints, Cut Sheets, Etc
$54.75
7A
3C
Yakima
Yakima
Yakima
Power Equipment Operators
Gradechecker/stakeman
$51.97
7A
3C
Power Equipment Operators
Guardrail Punch
$54.75
7A
3C
Power Equipment Operators
Hard Tail End Dump
Articulating Off- Road
Equipment 45 Yards. Et Over
$55.24
7A
3C
Yakima Power Equipment Operators
Hard Tail End Dump
Articulating Off-road
Equipment Under 45 Yards
$54.75
7A
3C
Yakima
Power Equipment Operators
Horizontal/directional Drill
$54.33
7A
3C
8P
Locator
Yakima
Yakima
Yakima
!Yakima
!Yakima
Power Equipment Operators
Horizontal/directional Drill
Operator
$54.75
7A
3C
8P
Power Equipment Operators
Hydralifts/boom Trucks Over
10 Tons
$54.33
7A
3C
8P
Power Equipment Operators
Hydralifts/boom Trucks, 10
Tons And Under
$51.97
7A
3C
8P
Power Equipment Operators
Loader, Overhead 8 Yards. Et
Over
$55.79
7A
3C
8P
Power Equipment Operators
Loader, Overhead, 6 Yards. But $55.24
https://fortress.wa.gov/lm/wagelookup/prvWagelookup.aspx
7A
3C
8P
17/71/M14
Page 8 of 16
https.//fortress.wa.gov/Ini/wagelookup/prvWagelookup.aspx
12/23/2014
Not Including 8 Yards
Yakima
Power Equipment Operators
Loaders, Overhead Under 6
Yards
$54.75
7A
3C
8P
Yakima
Power Equipment Operators
Loaders, Plant Feed
$54 75
7A
3C
8P
Yakima
Power Equipment Operators
Loaders: Elevating Type Belt
$54.33
7A
3C
8P
Yakima
Power Equipment Operators
Locomotives, All
$54.75
7A
3C
8P
Yakima
Power Equipment Operators
Material Transfer Device
$54.75
7A
3C
8P
Yakima
Power Equipment Operators
Mechanics, All (leadmen -
$0.50 Per Hour Over Mechanic)
$55.79
7A
3C
8P
Yakima
Power Equipment Operators
Motor Patrol Grader - Non-
finishing
$54.33
7A
3C
8P
Yakima
Power Equipment Operators
Motor Patrol Graders, Finishing
$55.24
7A
3C
8P
Yakima
Power Equipment Operators
Mucking Machine, Mole, Tunnel
Drill, Boring, Road Header
And/or Shield
$55.24
7A
3C
8P
Yakima
Power Equipment Operators
Oil Distributors, Blower
Distribution Et Mulch Seeding
Operator
$51.97
7A
3C
8P
Yakima
Power Equipment Operators
Outside Hoists (elevators And
Manlifts), Air Tuggers,strato
$54.33
7A
3C
8P
Yakima
Power Equipment Operators
Overhead, Bridge Type Crane:
20 Tons Through 44 Tons
$54.75
7A
3C
8P
Yakima
Power Equipment Operators
Overhead, Bridge Type: 100
Tons And Over
$55.79
7A
3C
8P
Yakima
Power Equipment Operators
Overhead, Bridge Type: 45
Tons Through 99 Tons
$55.24
7A
3C
8P
Yakima
Power Equipment Operators
Pavement Breaker
$51 97
7A
3C
8P
Yakima
Power Equipment Operators
Pile Driver (other Than Crane
Mount)
$54.75
7A
3C
8P
Yakima
Power Equipment Operators
Plant Oiler - Asphalt, Crusher
$54.33
7A
3C
8P
Yakima
Power Equipment Operators
Posthole Digger, Mechanical
$51.97
7A
3C
8P
Yakima
Power Equipment Operators
Power Plant
$51.97
7A
3C
8P
Yakima
Power Equipment Operators
Pumps - Water
$51.97
7A
3C
8P
Yakima
Power Equipment Operators
Quad 9, Hd 41, D10 And Over
$55.24
7A
3C
8P
Yakima
Power Equipment Operators
Quick Tower - No Cab, Under
100 Feet In Height Based To
Boom
$51.97
7A
3C
8P
Yakima
Power Equipment Operators
Remote Control Operator On
Rubber Tired Earth Moving
Equipment
$55.24
7A
3C
8P
Yakima
Power Equipment Operators
Rigger And Bellman
$51.97
7A
3C
8P
Yakima
Power Equipment Operators
Rollagon
$55.24
7A
3C
8P
Yakima
Power Equipment Operators
Roller, Other Than Plant Mix
$51.97
7A
3C
8P
Yakima
Power Equipment Operators
Roller, Plant Mix Or Multi -lift
Materials
$54.33
7A
3C
8P
Yakima
Power Equipment Operators
Roto -mill, Roto -grinder
$54.75
7A
3C
8P
Yakima
Power Equipment Operators
Saws - Concrete
$54.33
7A
3C
8P
Yakima
Power Equipment Operators
Scraper, Self Propelled Under
$54.75
7A
3C
8P
https.//fortress.wa.gov/Ini/wagelookup/prvWagelookup.aspx
12/23/2014
1
1
Page 9 of 16
45 Yards
'Yakima
1 Yakima
'Yakima
jYakima
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Power Equipment Operators
Scrapers - Concrete Et Carry All
$54.33
7A
3C
8P
Power Equipment Operators
Scrapers, Self-propelled: 45
Yards And Over
$55.24
7A
3C
8P
Power Equipment Operators
Service Engineers - Equipment
$54.33
7A
3C
8P
Power Equipment Operators
Shotcrete/gunite Equipment
$51.97 7A
3C
8P
Yakima
Power Equipment Operators
Shovel , Excavator, Backhoe,
Tractors Under 15 Metric Tons.
$54.33
7A
3C
8P
Yakima
Power Equipment Operators
Shovel, Excavator, Backhoe:
Over 30 Metric Tons To 50
Metric Tons
$55.24
7A
3C
8P
Yakima
Power Equipment Operators
Shovel, Excavator, Backhoes,
Tractors: 15 To 30 Metric Tons
$54.75
7A
3C
8P
Yakima Power Equipment Operators
Shovel, Excavator, Backhoes:
Over 50 Metric Tons To 90
Metric Tons
$55.79 7A
3C
8P
'Yakima
Power Equipment Operators
Shovel, Excavator, Backhoes:
Over 90 Metric Tons
$56.36
7A
3C
8P
'Yakima
'Yakima
Power Equipment Operators
Slipform Pavers
$55.24
7A
3C
8P
Power Equipment Operators
Spreader, Topsider &
Screedman
$55.24
7A
3C
8P
Yakima
Yakima
Yakima
Power Equipment Operators
Subgrader Trimmer
$54.75
7A
3C
Power Equipment Operators
Tower Bucket Elevators
$54.33
7A
3C
Power Equipment Operators
Tower Crane Over 175'in
Height, Base To Boom
$56.36
7A
3C
8P
8P
8P
Yakima
Power Equipment Operators
Tower Crane Up To 175' In
Height Base To Boom
$55.79
7A
3C
8P
Yakima
Power Equipment Operators
Transporters, All Track Or
Truck Type
$55.24
7A
3C
8P
'Yakima
'Yakima
jYakima
'Yakima
Yakima
Power Equipment Operators
Trenching Machines
$54.33
7A
3C
8P
Power Equipment Operators
Truck Crane Oiler/driver - 100
Tons And Over
$54.75
7A
3C
8P
Power Equipment Operators
Truck Crane Oiler/driver Under
100 Tons
$54.33
7A
3C
8P
Power Equipment Operators
Truck Mount Portable Conveyor
$54.75
7A
3C
Power Equipment Operators
Welder
$55.24
7A
3C
'Yakima
'Yakima
Power Equipment Operators
Wheel Tractors, Farmall Type
551.97
7A
3C
Power Equipment Operators
Yo Yo Pay Dozer
$54.75
7A
3C
Yakima
/Yakima
jYakima
Power Equipment Operators -
Underground Sewer Et Water
Asphalt Plant Operators
$55.24
7A
3C
8P
8P
8P
8P
8P
Power Equipment Operators -
Underground Sewer Et Water
Assistant Engineer
$51.97
7A
3C
8P
Power Equipment Operators -
Underground Sewer Et Water
Barrier Machine (zipper)
$54.75
7A
3C
8P
'Yakima
Power Equipment Operators -
Underground Sewer Et Water
Batch Plant Operator,
Concrete
$54.75
7A
3C
8P
Yakima
Power Equipment Operators -
Underground Sewer Et Water
Bobcat
$51.97
7A
3C
8P
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
12/23/2014
Page lO of 16
Yakima
Power Equipment Operators-
Brokk - Remote Demolition
Equipment
$51.97
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Brooms
$51.97
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Bump Cutter
$54.75
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Cableways
$55.24
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Chipper
$54.75
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Compressor
$51.97
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Concrete Pump: Truck Mount
With Boom Attachment Over 42
M
$55.24
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Concrete Finish Machine -laser
Screed
$51.97
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Concrete Pump - Mounted Or
Trailer High Pressure Line
Pump, Pump High Pressure.
$54.33
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Concrete Pump: Truck Mount
With Boom Attachment Up To
42m
$54.75
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Conveyors
$54.33
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Cranes: 20 Tons Through 44
Tons With Attachments
$54.75
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Cranes: 100 Tons Through 199
Tons, Or 150' Of Boom
(Including Jib With
Attachments)
$55.79
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Cranes: 200 Tons To 300 Tons,
Or 250' Of Boom (including Jib
With Attachments)
$56.36
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Cranes: 45 Tons Through 99
Tons, Under 150' Of Boom
(including Jib With
Attachments)
$55.24
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Cranes: A -frame - 10 Tons And
Under
$51.97
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Cranes: Friction 100 Tons
Through 199 Tons
$56.36
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Cranes: Friction Over 200 Tons
$56.92
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Cranes: Over 300 Tons Or 300'
Of Boom (including Jib With
Attachments)
$56.92
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Cranes: Through 19 Tons With
Attachments A -frame Over 10
Tons
$54.33
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Crusher
$54.75
7A
3C
8P
https://fortress.wa.gov/lm/wagelookup/prvWagelookup.aspx
I '')/Y101114
Page 11 of 16
https://fortress wa.gov/lni/wagelookup/prvWagelookup.aspx
12/23/2014
Underground Sewer Ex Water
;Yakima
1
Power Equipment Operators-
Deck Engineer/deck Winches
(power)
$54.75
7A
3C
8P
Underground Sewer Et Water
1Yakima
j
Power Equipment Operators-
Derricks, On Building Work
$55.24
7A
3C
8P
Underground Sewer a Water
Yakima
j
Power Equipment Operators-
Dozers D-9 Et Under
$54.33
7A
3C
8P
Underground Sewer a Water
Yakima
1
Power Equipment Operators-
Drill Oilers: Auger Type, Truck
Or Crane Mount
$54.33
7A
3C
8P
Underground Sewer a Water
1Yakima
Power Equipment Operators-
Drilling Machine
$54.75
7A
3C
8P
Underground Sewer a Water
1Yakima
1
Power Equipment Operators-
Elevator And Man -lift:
Permanent And Shaft Type
$51.97
7A
3C
8P
Underground Sewer a Water
Yakima
Power Equipment Operators-
Finishing Machine, Bidwell And
Gamaco a Similar Equipment
$54.75
7A
3C
8P
Underground Sewer a Water
Yakima
Power Equipment Operators-
Forklift: 3000 Lbs And Over
With Attachments
$54.33
7A
3C
8P
Underground Sewer a Water
!Yakima
Power Equipment Operators-
Forklifts: Under 3000 Lbs. With
Attachments
$51.97
7A
3C
8P
Underground Sewer a Water
Yakima
Power Equipment Operators-
Grade Engineer: Using Blue
Prints, Cut Sheets, Etc
$54.75
7A
3C
8P
Underground Sewer a Water
Yakima
Power Equipment Operators-
Gradechecker/stakeman
$51.97
7A
3C
8P
Underground Sewer a Water
Yakima
Power Equipment Operators-
Guardrail Punch
$54.75
7A
3C
8P
Underground Sewer a Water
Yakima
Power Equipment Operators-
Hard Tail End Dump
Articulating Off- Road
Equipment 45 Yards. a Over
$55.24
7A
3C
8P
Underground Sewer a Water
Yakima
Power Equipment Operators-
Hard Tail End Dump
Articulating Off-road
Equipment Under 45 Yards
$54.75
7A
3C
8P
Underground Sewer a Water
Yakima
Power Equipment Operators-
Horizontal/directional Drill
Locator
$54.33
7A
3C
8P
Underground Sewer a Water
Yakima
Power Equipment Operators-
Horizontal/directional Drill
Operator
$54.75
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Hydralifts/boom Trucks Over
10 Tons
$54.33
7A
3C
8P
Underground Sewer a Water
Yakima
Power Equipment Operators-
Hydralifts/boom Trucks, 10
Tons And Under
$51.97
7A
3C
8P
Underground Sewer a Water
Yakima
Power Equipment Operators-
Loader, Overhead 8 Yards. Et
Over
$55.79
7A
3C
8P
Underground Sewer a Water
Yakima
Power Equipment Operators-
Loader, Overhead, 6 Yards. But
Not Including 8 Yards
$55.24
7A
3C
8P
Underground Sewer a Water
Yakima
Power Equipment Operators-
Loaders, Overhead Under 6
Yards
$54.75
7A
3C
8P
Underground Sewer a Water
Yakima
Power Equipment Operators-
Loaders, Plant Feed
$54.75
7A
3C
8P
Underground Sewer a Water
Yakima
Power Equipment Operators-
Loaders: Elevating Type Belt
$54.33
7A
3C
8P
Underground Sewer a Water
Yakima
Power Equipment Operators-
Locomotives, All
$54.75
7A
3C
8P
https://fortress wa.gov/lni/wagelookup/prvWagelookup.aspx
12/23/2014
Page 12 of 16
haps.//fortress.wa.gov/1ni/wagelookup/prvWagelookup.aspx
12/23/2014
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Material Transfer Device
$54.75
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Mechanics, All (leadmen -
$0.50 Per Hour Over Mechanic)
$55.79
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Motor Patrol Grader - Non-
finishing
$54.33
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Motor Patrol Graders, Finishing
$55.24
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Mucking Machine, Mole, Tunnel
Drill, Boring, Road Header
And/or Shield
$55.24
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Oil Distributors, Blower
Distribution Et Mulch Seeding
Operator
$51.97
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Outside Hoists (elevators And
Manlifts), Air Tuggers,strato
$54 33
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Overhead, Bridge Type Crane:
20 Tons Through 44 Tons
$54.75
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Overhead, Bridge Type: 100
Tons And Over
$55.79
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Overhead, Bridge Type: 45
Tons Through 99 Tons
$55.24
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Pavement Breaker
$51.97
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Pile Driver (other Than Crane
Mount)
$54.75
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Plant Oiler - Asphalt, Crusher
$54.33
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Posthole Digger, Mechanical
$51.97
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Power Plant
$51.97
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Pumps - Water
$51.97
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Quad 9, Hd 41, D10 And Over
$55.24
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Quick Tower - No Cab, Under
100 Feet In Height Based To
Boom
$51.97
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Remote Control Operator On
Rubber Tired Earth Moving
Equipment
$55.24
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Rigger And Bellman
$51.97
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Rollagon
$55.24
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Roller, Other Than Plant Mix
$51.97
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Roller, Plant Mix Or Multi -lift
$54.33
7A
3C
8P
haps.//fortress.wa.gov/1ni/wagelookup/prvWagelookup.aspx
12/23/2014
Underground Sewer Et Water
Materials
Page 13 of 16
Yakima
Power Equipment Operators -
Underground Sewer Et Water
Roto -mill, Roto -grinder
$54.75
7A
3C
8P
Yakima
Power Equipment Operators -
Underground Sewer Et Water
Saws - Concrete
$54.33
7A
3C
8P
Yakima Power Equipment Operators- Scraper, Self Propelled Under $54.75
Underground Sewer & Water 45 Yards
7A
3C
8P
Yakima
Power Equipment Operators-
Scrapers - Concrete & Carry All
$54.33
7A
3C
8P
I
Underground Sewer & Water
1 Yakima
1 Yakima
Yakima
1 Yakima
Power Equipment Operators -
Underground Sewer & Water
Scrapers, Self-propelled: 45
Yards And Over
$55.24
7A
3C
8P
Power Equipment Operators -
Underground Sewer Et Water
Service Engineers - Equipment
$54.33
7A
3C
8P
Power Equipment Operators -
Underground Sewer Et Water
Shotcrete/gunite Equipment
$51.97
7A
3C
8P
Power Equipment Operators -
Underground Sewer Et Water
Shovel , Excavator, Backhoe,
Tractors Under 15 Metric Tons.
$54.33
7A
3C
8P
Yakima
Power Equipment Operators -
Underground Sewer Et Water
Shovel, Excavator, Backhoe:
Over 30 Metric Tons To 50
Metric Tons
$55.24
7A
3C
8P
Yakima
Power Equipment Operators -
Underground Sewer Et Water
Shovel, Excavator, Backhoes,
Tractors: 15 To 30 Metric Tons
$54.75
7A
3C
8P
Yakima
Power Equipment Operators -
Underground Sewer Et Water
Shovel, Excavator, Backhoes:
Over 50 Metric Tons To 90
Metric Tons
$55.79
7A
3C
8P
'Yakima
Power Equipment Operators -
Underground Sewer Et Water
Shovel, Excavator, Backhoes:
Over 90 Metric Tons
$56.36
7A
3C
8P
'Yakima
Power Equipment Operators -
Underground Sewer Et Water
Slipform Pavers
$55.24
7A
3C
8P
Yakima
Power Equipment Operators -
Underground Sewer Et Water
Spreader, Topsider Et
Screed man
$55.24
7A
3C
8P
!Yakima Power Equipment Operators -
Underground Sewer Et Water
Subgrader Trimmer
$54.75 7A
3C
8P
{Yakima
Power Equipment Operators-
Tower Bucket Elevators
$54.33
7A
3C
8P
I
Underground Sewer Et Water
Yakima
Power Equipment Operators -
Underground Sewer Et Water
Tower Crane Over 175'in
Height, Base To Boom
$56.36
7A
3C
8P
Yakima
Power Equipment Operators -
Underground Sewer Et Water
Tower Crane Up To 175' In
Height Base To Boom
$55.79
7A
3C
8P
Yakima
Power Equipment Operators -
Underground Sewer Et Water
Transporters, All Track Or
Truck Type
$55.24
7A
3C
8P
Yakima
Power Equipment Operators -
Underground Sewer Et Water
Trenching Machines
$54.33
7A
3C
8P
Yakima
Power Equipment Operators -
Underground Sewer Et Water
Truck Crane Oiler/driver - 100
Tons And Over
$54.75
7A
3C
8P
Yakima
Power Equipment Operators -
Underground Sewer Et Water
Truck Crane Oiler/driver Under
100 Tons
$54.33
7A
3C
8P
Yakima
Power Equipment Operators -
Underground Sewer Et Water
Truck Mount Portable Conveyor
$54.75
7A
3C
8P
Yakima
Power Equipment Operators -
Welder
https://fortress.wa.gov/lni/wagelookup/prvWagelookup aspx
$55.24 7A
3C
8P
12/23/2014
Page 14 of 16
https //fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
12/23/2014
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Wheel Tractors, Farmall Type
$51.97
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Yo Yo Pay Dozer
$54.75
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Line Clearance Tree
Journey Level In Charge
$44 86
5A
4A
Trimmers
Yakima
Power Line Clearance Tree
Spray Person
$42.58
5A
4A
Trimmers
Yakima
Power Line Clearance Tree
Tree Equipment Operator
$44.86
5A
4A
Trimmers
Yakima
Power Line Clearance Tree
Tree Trimmer
$40.08
5A
4A
Trimmers
Yakima
Power Line Clearance Tree
Tree Trimmer Groundperson
$30.20
5A
4A
Trimmers
Yakima
Refrigeration Et Air
Journey Level
$28.11
1
Conditioning Mechanics
Yakima
Residential Brick Mason
Journey Level
$29.00
1
Yakima
Residential Carpenters
Journey Level
$17.14
1
Yakima
Residential Cement Masons
Journey Level
$11.86
1
Yakima
Residential Drywall Applicators
Journey Level
$18.00
1
Yakima
Residential Drywall Tapers
Journey Level
$17.00
1
Yakima
Residential Electricians
Journey Level
$21.98
1
Yakima
Residential Glaziers
Journey Level
$22.43
61
1B
Yakima
Residential Insulation
Journey Level
$14.38
1
Applicators
Yakima
Residential Laborers
Journey Level
$11.02
1
Yakima
Residential Marble Setters
Journey Level
$29.00
1
Yakima
Residential Painters
Journey Level
$16.32
1
Yakima
Residential Plumbers Et
Journey Level
$20.55
1
Pipefitters
Yakima
Residential Refrigeration Et Air
Journey Level
$28.11
1
Conditioning Mechanics
Yakima
Residential Sheet Metal
Journey Level (Field or Shop)
$38.97
5A
1X
Workers
Yakima
Residential Soft Floor Layers
Journey Level
$17.55
1
Yakima
Residential Sprinkler Fitters
Journey Level
$9.32
1
(Fire Protection)
Yakima
Residential Stone Masons
Journey Level
$16.00
1
Yakima
Residential Terrazzo Workers
Journey Level
$9.32
1
Yakima
Residential Terrazzo/Tile
Journey Level
$17.00
1
Finishers
Yakima
Residential Tile Setters
Journey Level
$16.78
1
Yakima
Roofers
Journey Level
$12.00
1
Yakima
Sheet Metal Workers
Journey Level (Field or Shop)
$53.31
5A
1X
Yakima
Sign Makers Et Installers
Journey Level
$14.65
1
(Electrical)
Yakima
Sign Makers Et Installers (Non-
Journey Level
$14.65
1
https //fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
12/23/2014
Page 15 of 16
https.//fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
12/23/2014
Electrical)
;Yakima
Soft Floor Layers
Journey Level
$23.11
5A
1N
Yakima
Solar Controls For Windows
Journey Level
$9.32
1
!Yakima
Sprinkler Fitters (Fire
Journey Level
$26.36
1
Protection)
Yakima
Stage Rigging Mechanics (Non
Journey Level
$13.23
1
Structural)
IYakima
Stone Masons
Journey Level
$43.34
5A
1M
jYakima
Street And Parking Lot
Journey Level
$9.32
1
Sweeper Workers
Yakima
Surveyors
Assistant Construction Site
Surveyor
$54.33
7A
3C
8P
Yakima
Surveyors
Chainman
$53.81
7A
3C
8P
Yakima
Surveyors
Construction Site Surveyor
$55.24
7A
3C
8P
Yakima
Telecommunication
Journey Level
$20.00
1
Technicians
Yakima
Telephone Line Construction -
Cable Splicer
$36.96
5A
2B
Outside
Yakima
Telephone Line Construction -
Hole Digger/Ground Person
$20.49
5A
2B
Outside
;Yakima
Telephone Line Construction -
Installer (Repairer)
$35.40
5A
2B
Outside
'Yakima
Telephone Line Construction -
Special Aparatus Installer I
$36.96
5A
2B
Outside
;Yakima
a
1
Telephone Line Construction -
Special Apparatus Installer II
$36.19
5A
2B
Outside
Yakima
Telephone Line Construction -
Telephone Equipment Operator
(Heavy)
$36.96
5A
2B
Outside
Yakima
I
Telephone Line Construction -
Telephone Equipment Operator
(Light)
$34.34
5A
2B
Outside
!Yakima
Telephone Line Construction -
Telephone Lineperson
$34.34
5A
2B
Outside
Yakima
Telephone Line Construction -
Television Groundperson
$19.45
5A
2B
Outside
IYakima
Telephone Line Construction -
Television Lineperson/Installer
$25.89
5A
2B
Outside
Yakima
Telephone Line Construction -
Television System Technician
$30.97
5A
2B
Outside
Yakima
I
Telephone Line Construction -
Television Technician
$27.77
5A
2B
Outside
]Yakima
Telephone Line Construction -
Tree Trimmer
$34.34
5A
2B
Outside
jYakima
Terrazzo Workers
Journey Level
$33.85
5A
1M
!Yakima
Tile Setters
Journey Level
$33.85
5A
1M
(Yakima
Tile, Marble a Terrazzo
Journey Level
$29.85
5A
1M
Finishers
(Yakima
Traffic Control Stripers
Journey Level
$43.11
7A
1K
Yakima
Truck Drivers
Asphalt Mix
$14.19
1
https.//fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
12/23/2014
Page 16 of 16
Yakima
Truck Drivers
Dump Truck & Trailer(c.wa-
760)
$38.40
61
2G
Yakima
Truck Drivers
Dump Truck(c.wa-760)
$38.40
61
2G
Yakima
Truck Drivers
Other Trucks(c.wa-760)
$38.40
61
2G
Yakima
Truck Drivers
Transit Mixer
$38.96
1
Yakima
Well Drillers Et Irrigation Pump
Irrigation Pump Installer
$25.44
1
Installers
Yakima
Well Drillers Et Irrigation Pump
Oiler
$9.32
1
Installers
Yakima
Well Drillers Et Irrigation Pump
Well Driller
$18.00
1
Installers
haps://fortress wa.gov/lni/wagelookup/prvWagelookup.aspx
12/23/2014
'experience
literafa naal
RAC 17I
environmental consulting
HAZARDOUS BUILDING
MATERIALS INSPECTION
REPO!
•
Former Tiger Mart
2312 West Nob Hill Boulevard
Yakima, Washington 98902
Project Number: 141342.00
November 20, 2014
Prepared for:
Maul Foster & Along', Inc.
Attn: Michael Stringer
411 First Avenue Suite 610
Seattle, Washington 98104
Prepared by:
Fulcrum (Environmental Consulting, Inc.
406 North Second Street
Yakima, Washington 98901
Mp�eommitment `' e: 'z,. " �"� °�,ri. "+ ''
Wit.,,. _,. ��.....�.W.,. �: . x � , :w�z.r. ,,3,_.£�� r s..r.�."'e'a.,.x.,��.....
spokane, washington
509 459 9220
yakima, washington
509 574,0839
Report Title:
Project Number:
Date:
Site:
Prepared for:
Prepared by:
The professional,
Irmited to•
Authored by:
Reviewed by:
Report integrity:
Hazardous Building Materials Inspection Report
141342.00
November 20, 2014
Former Tiger Mart
2312 West Nob Hill Boulevard
Yakima, Washington 98902
Maul Foster Alongi, Inc.
Attn. Michael Stringer
41 I First Avenue South Suite 610
Seattle, Washington 98104
Fulcrum Environmental Consulting, Inc.
406 North Second Street
Yakima, Washington 98901
509.574 0839
who completed site services, prepared, and reviewed this report include but are not
Date: 11/20/2014
Daniel A Orozco, Environmental Chemist
Fulcrum Environmental Consulting, Inc
tom/ Date: 11/20/2014
Peggy S Williamson, CHMM, Principal
Fulcrum Environmental Consulting, Inc.
14`,01014.000000000,
ag04 0010 c w..,� 0.rrr
0 VSr
z ce.•':,:cORF0R.1rf.•.••'S'9 a
(z- • CENUM ERN •. %C '
�:T.
• a i )916 CP .• z '
O. w e
S
• z EXPIRE,$ m •
T. Y
• 0 12-1-2016 a
00'00 �0MATI 0� 1040''4
Fulcrum Environmental Consulting Inc '1' scope a/ service for This project was limited In those services
as established 117 the proposal, contract, verbal direction, and/or agreement. This report is subject to
applicable federal, state, and local reg-ulations governing project -specific conditions and was per/Orl'ne(l
1,111' recognized procedures and standards of the i; -dust))) Scientific data collected in situ may document
conditions that may be specific to the (line Nuel c/ai of service, and subject to change as a remit o f.
conditions beyond Fulcrum's 'S control of knowledge Fulcrum makes /70 warranties, e pre.ssecl or implied
as to the accuracy 01' completeness of other 'S work included herein Fulcrum has perjOrined these services
117 accordance FVIIh ,generally accepted environmental science standards Uf eche a/ /he Iline of the
inspection No warranty, al7l v, expressed of implied, is made.
TABLE OF CONTENTS
SECTION
PAGE
1.0 INTRODUCTION 1
2.0 SCOPE OF WORK... 1
3.0 PURPOSE I
4 0 BUILDING DESCR.IPTIONS . . I
5.0 ASBESTOS CONTAINING MATERIALS 2
5.1 Regulatory Basis 2
5.2 Sampling Methodology 2
5.2.1 Visual Inspection 3
5.2.2 AI -SERA Material Classification 3
5.2.3 Homogeneous Areas 3
5.2.4 Representative Samples 4
5.2.5 Friability 4
5.3 Homogeneous Materials identified During the Inspection 5
5.3.1 Assumed ACM .............. • 5
5.3.2 Assumed Non -ACM 5
5.4 Laboratory Methodologies 5
5.5 Laboratory Results 6
5.5.1 Asbestos Containing Materials 6
5.5.2 Non -ACM 6
5 6 Summary 8
6.0 LEAD CONTAINING MATERIALS 8
6.1 Regulatory l3asis 8
6.2 Sampling Methodology ...... 10
6.2.1 Identification of Homogeneous Areas and Components 10
6.2.2 Field Testing of Homogeneous Areas and Components 10
6.2.3 Paint Chip Sample for Laboratory Analysis 11
6.2.4 Waste Characterization Sampling I 1
6 3 Components Identified During the Inspection. 12
6.3 I Assumed Lead Containing Materials Identified 12
6.3.2 Assumed Non -Lead Containing Materials....... 12
6.3.3 X.R.F Field Testing Results. 13
6.3.4 Paint Chip Results............. .................... 13
6.3.5 Waste Characterization Results 13
6.5 LCM Summary 14
7.0 LIGHTING AND ELECTRICAL COMPONENTS 14
7.1 LEC Regulatory I3asis 14
7.2 Inspection Methodology 15
7.3 Results 15
7.4 Conclusions 15
7.5 Summary ... 15
8.0
OZONE DEPLETING COMPOI_UNDS
8.1 ODC Regulatory Basis ........
8.2 Inspection Methodology
8.3 ODC Inspection Results
8.4 Conclusions.. ................................
9 0 CONCLUSION and Recommendations ....
Hazardous Building fvlaterials Inspection
2312 West •Noh Hill Boulevard, Yakima, Washington
16
16
16
16
17
17
9.1 Asbestos Containing Materials , ... 17
9.2 Lead Containing Materials. . .. 17
9 3 Lighting and Electrical Components
9.4 Ozone Depleting Compounds ...... ... 17
10.0 LIMITA'T'IONS. . , . 18
Tables
Table I Site Location Map
Table 2 Sample Location Map
FIGURES
Figure I
Figure 2
APPENDICES
Site Location Map
Sample Location Map
Appendix A
Appendix 13
Appendix C
Professional CetliFcations
Asbestos Containing Materials Results
Lead Containing Materials Results
Hazardous Building Materials Inspection
2312 West Nob 11111 Boulevard, Yakima. \Vaslungion
INSPECTOR CERTIFICATION SUMMARY
The following summarizes the relevant professionals and their certification(s) responsible for the
completion of field inspection services for this project. See certificates in Appendix A.
Levi Wyatt
• AHERA Building Inspector # 148752, Expiration Date: October 15, 2015
n State of Washington Department of Commerce Certified Lead Risk Assessor # 6590,
Expiration Date: May 14, 2015
Daniel A. Orozco
▪ AHERA Building Inspector # 147069, Expiration Date: June 4, 2015
Peggy Williamson
a AHERA Building Inspector ti 146468, Expiration Date: April 16, 2015
c AHERA Project Designer # 146498, Expiration Date: April 17, 2015
• Washington Certified Lead Risk Assessor # 0625, Expiration Date: April I I, 2017
▪ Certified Hazardous Materials Manager # 04189, Expiration Date: May 31, 2019
Hazardous Building Materials Inspection
2312 West Nob Hill Boulevard, Yakima, Washington
1,0 INTRODUCTION
This report provides the methods, results, and summary of inspection for hazardous building materials
(l -IBM) completed by Fulcrum Environmental Consulting, Inc. (Fulcrum) of the former Tiger Mart
convenience store building located at 2312 West Nob Hill Boulevard in Yakima, Washington.
Fulcrum understands that the City of Yakima recently purchased the former Tiger- Mart site and plans
to demolish the building and conduct environmental remediation of the site. Maul Foster & Alongi,
Inc., was contracted by the City of Yakima to provide remediation, design, and oversight. See Figure
1 for the site location.
Fulcrum completed H13M inspections for asbestos containing materials (ACM), lead containing
materials (LCM), lighting and electrical components (LEC) and ozone depleting compounds (ODC).
On October 30, 2014, Daniel Orozco (#147069), an Asbestos Hazard Emergency Response Act
(ARERA) accredited Building Inspector, and Levi Wyatt (1#6590), a Washington State Department
of Commerce certified Lead Inspector with Fulcrum, completed the inspection The purpose of this
project was to complete al -IBM inspection prior to planned structure demolition.
2.0 SCOPE OF WORK
Fulcrum was retained by the Maul Foster & Alongi, Inc , to complete a hazardous building materials
(1 -IBM) inspection prior to demolition of the former Tiger Mart building located at 2312 West Nob
Hill Boulevard in Yakima, Washington. Fulcrum's inspection was limited to the following I-HBM•
• Asbestos Containing Materials
• Lead Containing Materials
▪ Lighting and Electrical Components
▪ Ozone Depleting Compounds
The inspection consisted of site inspections, material sampling, sample analysis, and reporting All
HBM inspection tasks were completed by accredited, certified, or qualified professionals Fulcrum
did not dismantle onsite equipment to determine II' potentially hazardous material components were
present.
3.0 PURPOSE
Purpose ofthis 1-113M inspection was to complete an inspection prior to demolition of the former Tiger
Mart building located at the 2312 West Nob Hill in Yakima. Washington
4.0 BUILDING DESCRIPTIONS
According to the Yakima County Assessor's Office; the 2,400 square foot convenience store building
was built in 1978. Ihe building includes an open sales floor, a kitchen, one office, one bathroom, and
walk in refrigerator. Exterior building materials consist or red brick and wood panel walls supported
on a concrete foundation. Interior building materials consist of wood framing, gypsum wallboard
Hazardous Building Materials Inspection
2112 West Nob Hill Boulevard, Yakima Washurgiun
1
1
1 system materials, and 12 -inch vinyl tile flooring. The roofing consists of thermoplastic membrane
roofing system (TPC)) over insulation.
5.0 ASBESTOS CONTAINING MATERIALS
1
1
Asbestos containing materials (ACM) were used extensively from the early 1900s to the late 1970s,
when the manufacture of most asbestos products was banned in the U.S. The ban did not include all
products nor the use and application of asbestos products. Therefore, suspect ACM may be present
in structures built after the initial ACM ban and in newly constructed facilities. Since the 1990s,
importation of building materials from foreign countries, perhaps unknowingly, has resulted in the
use of ACM in new construction.
5.1 Regulatory Basis
I Asbestos inspection purpose is in compliance with regulatory requirements enforced by local, state
and federal agencies, including: 40 Code of Federal Regulations (CFR) Part 61 National Emission
Standards for Hazardous Air Pollutants (NESIIAP) administered by the Washington State
I Department of Ecology; 40 CFR Part 763 Asbestos Hazard Emergency Response Act (AHERA), 29
CFR Part 1926.1101 Asbestos Administered by Environmental Protection Agency (EPA);
Administered by Washington State Department of Labor and Industries (L&I) Division of
Occupational Safety and Health (DOSFI), Washington Administrative Code (WAC) 296-62-077,
I
Asbestos, tremolite, anthrophyllite, and actinolite: and Yakima Clean Air Agency (YCAA),
Regulation 1. Under these regulations an ACM is defined as any material containing greater than one
(1) percent asbestos.
IRegulations require the owner to inspect a facility for the presence of ACM prior to undertaking a
construction, remodel, renovation, maintenance, or demolition project, and to provide inspection
1 results to affected contractors or employees.
5.2 Sampling Methodology
1
1
1
1
1
1
The asbestos inspection was conducted by the AHLERA accredited Building Inspector(s), as specified
in pertinent regulatory references.
Fulcrum's ACM sampling method consists of the following tasks:
▪ Visual inspection of the area of investigation for the presence of suspect ACM, determination
of friability, and any damage to highly suspect ACM.
▪ Identification of homogeneous materials present within the area of investigation and the
AH ERA classification of the material as either a surfacing material (SUR), thermal system
insulation (TSI), or miscellaneous (MSC) material.
▪ Establishment of the homogeneous material identifier and a description attic homogeneous
material, such as, dimensions, color, texture, etc.
▪ Collection of representative sample(s) of the homogeneous material per AHERA sampling
requirements.
Hazardous Building Materials Inspection
2312 \Vest Nob Hill Boulevard, Yakima. Washington
2
.5 2.1 Visual InspFxtlon
A visual inspection of all accessible spaces within the identified investigation area(s) was conducted
in accordance with applicable regulatory and industry standards. Equipment systems were visually
inspected for suspect materials; however, systems were not dismantled to determine if suspect ACM
were present in interior components.
During the inspection of the "tiger Mart building, Fulcrum inspected all piping systems and identified
only plastic covers with no fiberglass -type insulation, therefore no samples were collected. Fulcrum
observed 110 insulation materials between suspended ceiling tile of the building. No attic spaces,
crawlspaces or hatches were observed at the time of the inspection.
5 2.2 AHERA Maienal Classification
Under All ERA, suspect ACM are classified as SUR, TSI, or Miscellaneous As defined in AI-IERA,
40 CFR 763:
"Surfacing Material" (SUR) means material m a school building that is sprayed -on, troweled -
on, or otherwise applied to surfaces, such as acoustical plaster on ceilings and fireproofing
materials on structural members, or other materials on surfaces for acoustical, fireproofing, or
other purposes.
"Thermal Ststenn Insulation" (TSI) means material in a school building applied 10 pipes,
fittings, boilers, breeching tanks, ducts, or other interior structural components to prevent heat
loss or gain, or water condensation, or for other purposes
-Miscellaneous Material" (MSC) means interior building material on structural components,
structural members or fixtures, such as floor and ceiling tiles, and does not include SUR. or
TSI.
Subsequent revisions and regulatory guidance has applied these definitions to all buildings, regardless
of use, and inclusion of exterior ACM based on their material type For instance, pipe insulation in
an exterior tunnel is considered TSI.
5.23 Momogentrous Ames
An AHERA material classification WAS further subdivided into '`Homogeneous Areas".
Homogeneous Areas are those materials that are consistent throughout a building and are based on
color, texture and/or construction era Identification of suspect building materials using this
homogeneous area definition is the current industry standard, and is the process used by federal, state,
and local agencies for determining regulatory compliance
Homogeneous Areas are often then subcategorized into general material type groups or systems, such
as vinyl tile, that can be indexed with an abbreviation such as VT, for ease of reference in summary
data tables.
Hazardous Iluildiii4, ivlateruils Inspection
2312 West Nub Hill Boulevard, Yakima. Washington
5,24. _$earesenlative Samples
Fulcrum collected samples of suspect materials per AHERA regulations, the industry standard for
both sample collection and analysis. Except where the AHERA accredited Building Inspector has
identified a limited quantity of suspect MSC, Fulcrum's standard sampling method requires that
analytical results from three (3) samples of each suspect material are collected to determine if a
material is non -ACM. Of each suspect ACM, a representative, full depth sample of the material is
sampled and placed into a labeled resealable bag.
Where Fulcrum's AHERA accredited Building Inspector identifies a suspect ACM to be unique, the
total area/length of the suspect ACM to be limited, or simply an additional confirmatory sample is
useful to conclude a report, less than three may be determined by the inspector to be sufficient.
5,2.5 FrlabIltly
Friability is an indicator ofa material's potential to release asbestos fibers. Materials are divided 'into two
general friability categories, friable or non -friable.
"Friable" means that the material, when dry, may be crumbled, pulverized, or reduced to powder
by hand pressure. Friable material also includes previously non -friable material that has become
damaged to the extent that when dry it may be crumbled, pulverized, or reduced to powder by
hand pressure
"Nin friable" materials are defined as materials which when dry may not be crumbled,
pulverized, or reduced to a powder by hand pressure.
Friable materials are the most hazardous form of ACM. Their physical composition lends them more
susceptible to releasing asbestos fibers into the aur when they are disturbed.
Non -friable ACM are generally associated with materials that have the asbestos fibers bound within a
protective covering or in an asphalt or concrete/mortar matrix. The release of asbestos fibers by these
materials is typically associated with an external force or aggressive action being applied to the material:
sawing, grinding, chipping, sanding, etc. Non -friable ACM are considered the less hazardous of these
two categories.
The friability ofa material is an important consideration when assessing and recommending a material's
response action. In addition to the assessment considerations, the friability ofa material is important with
respect to regulatory compliance. Compliance considerations include, but not limited to, worker
certification and protection, engineering controls, notification and disposal requirements.
When determining the friability ofa material, Fulcrum inspectors utilize the "hand pressure or touch"
test as required by law However, this friability test was further supplemented by visual observations
as to the material's matrix structure and judging whether an external aggressive action (cutting,
sawing, grinding, sanding, etc.) would be required to release asbestos fibers. if a non-aggressive
action, such as striking or bumping the material With a sharp object, water damage, delamination, etc.
is anticipated to release fibers, the material is classified as a friable material by Fulcrum.
Hazardous Building iNlaterials Inspection 4
2312 West Nob Hill I3oulevard, Yakima, Washington
5.3 Homogeneous Materials Identified During the Inspection
The following summary presents the homogeneous areas identified during the inspection by AHERA
material classification. Following the homogeneous area general description is the associated
abbreviations used during sample collection and reported in summary tables:
SUR: The AHEM accredited Building Inspection clnl not class fY any suspect ilCA4s as surfacing
materials.
TSI: (he AHERA accredited Building Inspection did not classi/i% any suspect ACMs as thermal
surfacing insulation.
MSC. The AHERA accredited Building Inspector classified the following suspected ACMs as
miscellaneous materials and assigned the associated homogenous abbreviation:
o Vinyl ole (VT)
• Ceiling tile (C]')
• Adhesive (ADV)
• Floorbase (FB)
• Gypsum wallboard system materials (CWB)
o Roofing materials (R.FM)
3.1 Assumed ACM
An assumed ACM is any material that the inspector assumes contains greater than 1 percent asbestos
based on previous inspection results; manufacturers' labels, age, appearance; or inspector's expertise.
No materials were assumed to be ACM during this inspection.
5.3,2 Assumed Non -ACM
Under AHERA inspection criteria, some materials can he assumed to be non -ACM based on
manufacturers' labels, age, appearance, or inspector's expertise. The following materials were
identified throughout the Facility and were assumed to be non -ACM based on manufacturers' labels,
age, appearance, or inspector's expertise
o Wood components -- shelves, doors, trim, framing, throughout
• Class — windows, exterior/interior, throughout
▪ Concrete — foundation, throughout
o Metal — plumbing, ducting, throughout
• Fiberglass -like insulation — plumbing, ducting, throughout
5.4 Laboratory Methodologies
Seattle Asbestos Test (SAT) Laboratories, a NVLAP accredited laboratory (#200876-0) located in
Seattle, Washington was utilized for ashestos analysis. All materials sampled during the inspection
were analyzed by Polarized Light Microscopy (I'LN1). EPA Method 600/R-93/116
Hazardous Building Materials Inspection
2312 West Nob 1-1111 Boulevard, Yakima, Washington
5
5.5 Laboratory Results
5.5.1 Asbestgs Contairdnq Materials
Asbestos Containing Materials (ACM) are any homogeneous areas that contains greater than I
percent asbestos in one or more of the samples analyzed or were classified as ACM based on the
inability to differentiate between ACM and non -ACM areas. See Figure 2 for Sample Location Map.
Table 1•ASI t- Containing Materials Locations, Tiler Mart Results
SampleFriability
Number
Index
Description
Sample Location
Comment '
& Condition
103014-01
VT -0I
Non -ACM 12 -inch off-white
with gray speckles vinyl tile
over ACM black adhesive
Store floor, north
3% Chrysotile
Non -Friable
Good
103014-02
VT -01
Non -ACM I2 -inch off-white
with gray speckles vinyl tile
over ACM black adhesive
Store floor, center
3% Chrysotile
Non -Friable
Good
103014-03
VT -01
Non -ACM 12 -inch off-white
with gray speckles vinyl tile
over ACM black adhesive
Store floor, east
3% Chrysotile
Non -Friable
Gond
Locations identified in the table reflect locations sampled anti may not represent all Ioca ions of Identified materials.
5.52 Non -ACM
Non -ACM is any materials that contain I percent or less asbestos. All materials sampled during the
inspection were analyzed by PLM, EPA Method 600/R -93/l 16. The following tables list
homogeneous materials that were identified through laboratory analysis as non -asbestos containing.
See Appendix B for details of sample locations and analytical results See Figure 2 for Sample
Location Map.
-Asbestos Containing Materials, Locations, Tiger Mart Results
Sample
Number
Index
-Description
Sarnple.Location
- .
103014-04
CT -0 1
2 -feet by 4 -feet suspended white ceiling tile
Store floor, north
103014-05
CI' -01
2 -feet by 4 -feta suspended white ceiling tile
Store floor, center
103014-06
CT -01
2 -feet hy 4 -feet suspended white ceiling tile
Store floor, east
103014-07
ADV -01
Orange counter -top over clear adhesive
Cashiers counter -top, south
103014-08
ADV -01
Orange counter -top over clear adhesive
Cashiers counter -top, center
103014-09
ADV -01
Orange counter -top over clear adhesive
Cashiers counter -top, north
1 030 14-1 0
FB -01
2 -inch black floorbase with black adhesive
Cashiers counter -top
103014-1 1
F13 -0I
2 -inch black tloorbase with black adhesive
Cashiers counter -top
Hazardous 13uilding Materials Inspection
2312 'Vest Nob Hill 13oulevard, Yakima, Washington
6
Sample
Number
Index
Description
Sample Location
103014-12
FB -01
2 -inch black floorbase with black adhesive
Cashiers counter -top
103014-13
F13-02
4 -inch wood pattern floorbase over white adhesive
Hallway
103014-14
11:3-02
4 -inch wood pattern floorbase over white adhesive
Hallway
103014-15
FB -02
4 -inch wood pattern floorbase over white adhesive
Hallway
1031)14-16
GWB-01
3/4 -inch white gypsum wallboard over brown paper
Hallway, east wall
103014-17
GWB-01
3/4 -inch white gypsum wallboard over brown paper
Store floor, entrance wall
103014-18
Ci W I3-01
3/4 -inch white gypsum wallboard over brown paper
Store floor, east wall
103014-19
CiWB-02
5/8 -inch white gypsum wallboard over brown paper
Hallway
1 030 1 4-20
GWB-02
5/8 -inch white gypsum wallboard over brown paper
Cashiers area
103014-21
GWB-02
5/8 -inch white gypsum wallboard over brown paper
Hallway
103014-22
FB -03
`-inch black foorbase over adhesive over white
gypsum wallboard debris
north entrance
103014-23
1'B_03
4 -inch black foorbase over adhesive over white
gypsum wallboard debris
North wall, center
103014-24
I 13-03
4 -inch black foorbase over adhesive over white
gypsum wallboard debris
North wall, west area
103014-25
RNR` -01
White painted yellow foam insulation over black
asphaltic adhesive over black asphaltic felt paper
over brown perlite material
Wes( area
103014-26
R FM -01
White painted yellow foam insulation over black
asphaltic adhesive over black asphaltic felt paper
over brown perlite material
Center area
103014-27
RIF -01
White painted yellow foam insulation over black
asphaltic adhesive over black asphaltic felt paper
over brown perlite material
East area
Locations identified in the table reflect locations sampled and may not represent a I locations of identified materials.
Hazardous Building Materials Inspection 7
2312 West Nob Hill Boulevard, Yakima. Washington
5.6 Summary
Laboratory analysis identified the following asbestos containing materials:
• Black adhesive associated with non -ACM I2 -inch off -while with gray speckles vinyl tile —
estimat:ed 2,400 square -feet
Asbestos containing materials should be removed and disposed of by a Washington Asbestos
Contractor following all pertinent regulations prior to building demolition. If any new suspect
material(s) is identified during demolition, work should be halted until the material(s) is sampled.
6,0 LEAD CONTAINING MATERIALS
Lead containing materials (LCM) are any product, with naturally occurring lead, or manufactured, or
produced with lead. Lead materials can include, but are not limited to, paint, varnish, mortar, alloys,
etc. Lead containing material inspections may be performed using paint chip sampling and laboratory
analysis, field x-ray fluorescence (XRF) instrumentation, or a combination of both approaches.
6.1 Regulatory Basis
The purpose of'the LCM investigation is to facilitate pending modernization and demolition activities
in compliance with pertinent regulations while protecting workers, the public, and the environment.
For purposes of this investigation, LCM are being evaluated under or based upon the following
regulations:
• Worker Protection: WAC 296-155-176, Lead; and 29 CFR 1910.1025(a)(2), Lead
• Consumer Protection 16 CFR 1303 Ban of Lead -Containing Paint and Certain Consumer
Products Bearing Lead -Containing Pcrint and 16 CFR 1500 Federal Hazardous Substance
Act
• Target Housing and Occupants. WAC 365-230 Accreditation of Lead -Based Paint Training
Programs and the Certification of Firms and Individuals Conduction Lead -Based Paint
Activities and Renovation and 40 CFR Part 745 Lead -Based Paint Poisoning Prevention in
Certain Residential Structures, Subpart E, Residential Properly Renovation, commonly
referred to as the Renovation, Repair, and Painting (RRP) regulations
w Lead Safe Housing: 24 CFR Part 35 Lead -Based Paint Poisoning Prevention in Certain
Residential Structures
® Waste Characterization: WAC 173-303, Dangerous Waste; and 40 CFR 261, identifcation
and Listing of /-Hazardous !gave
The most stringent lead regulations are Found in the lead in construction regulations administered by
the Occupational Safety and Health Administration (OSI -IA), in federally managed areas, and the
Department of Occupational Safety and Health (UOS/ -1) in Washington State. Under these worker
protection regulations any material containing a detectable concentration of lead is a LCM. Lead in
construction regulations apply to all work environments during many types of tasks including, but
not limited to, the following:
Hazardous Building Materials Inspection
2312 West Nob Mill Boulevard, Yakima, Washington
s
(1) Demolition or salvage of structures where lead or materials containing lead arc present,
(2) Removal or encapsulation of materials containing lead;
(3) New construction, alteration, repair, or renovation of structures, substrates, or portions
thereof, that contain lead, or materials containing lead;
(4) Installation of products containing lead:
(5) Lead contamination/emergency cleanup,
(6) Transportation, disposal, storage, or containment of lead or materials containing lead on the
site or location at which construction activities are performed; and
(7) Maintenance operations associated with the construction activities described in this section.
In 1978, the Consumer Product Safety Commission (CPSC), under 16 CFR Part 1303, enacted limits
on the lead concentration in household paints to not more than 0 06°!0 lead by weight, or 600 mg/Kg,.
Under the Consumer Product Safety Improvement Act of 2008, the acceptable concentration of lead
in consumer products was lowered to 0.009/ or 90 mg/Kg. While the OSHA has not identified a
specific lead concentration below which the lead in construction regulations do not apply, they have
Issued guidance that the CPSC established values are a reasonable lower concentration for
determining applicability of the lead in construction regulations.
Under the R.RP regulations, only impact to painted components with lead concentrations at or above
1 00 milligrams per square centimeter (mg/cm2) or 5,000 parts per Inilhon are regulated as lead-based
paint when they occur in target housing or where target occupants frequent. "1 arget occupants include
children Icss than 6 years of age and women of childbearing age Much of the regulatory basis for the
RR]) regulations are sourced in the regulations first established under I -IUD for the management of'
public houses. In Washington State, the regulations are further Intertwined in that the regulations
governing the performance and record keeping of lead inspection and risk assessment tasks also
Include the state R.RP program. While lead in construction still applies to all properties, the RR.P
regulations only address residential housing and target -occupied facilities where read -based paint is
present.
Except under specific allowance for some residential renovation debris, all demolition debris must be
evaluated for potential toxicity to the environment and evaluated by a process referred to as waste
characterization. Under Ecology's Dangerous Waste regulations any waste must be analyzed for the
known and potential constituents, including lead, to determine if the material is leachable above
acceptable levels Demolition debris containing lead must be characterized for leachable lead prior to
transport, recycling, or disposal. Lead concentration above 5 0 parts per million (ppm) as measured
by the Toxic Characterization Leaching Procedure (TCLP) analytical methodology is considered
dangerous waste and must. be disposed of at a Resource, Conservation, and Recovery Act (RCRA)
Subtitle C landfill.
Under the RRP regulations homogenous components where the lead concentrations is above 1.00
mg/cm2 or 5,000 mg/Kg are considered 1,131'. "Typically, Fulcrum will evaluate Components with XRF
readings 0f less than (<) 1.00 mg/cm2 by paint chip analysis or recommend that the material be
assumed LCM. For purposes of worker protection paint chip samples collected from homogeneous
areas where ale lead concentrations above the 1978 CPSC value of 600 mg/Kg total lead will be
considered lead containing materials
I't;tzardous Building NLuerials Inspcclion
?3 12 \Vest Nob Hill 13oulhvard, Yaima, \Vashinv,ton
c.1
See Appendix C for complete summary of LCM results, values above 1.00 mg/cm2 are identified with
bold text, and values above the method reporting limit are shown with italic text.
6.2 Sampling Methodology
A visual inspection of accessible portions or the investigation area was conducted. The inspection
was conducted in substantial conformance with applicable regulatory and industry standards.
Relevant portions of the 1995 HUD guidance (Revised in 2012) and Washington State lead-based
paint regulations, including the use of Feld x-ray fluorescent (XRF) and paint chip sampling protocol.
The LCM inspection consists of following basic steps:
c Identification of homogenous areas and components
▪ XRF field testing of homogenous areas and components
• Paint Chip sample collection for laboratory analysis
6.2.1 Ic(entiticationof Homoieneous Areas and Components
Characteristic painted surfaces were classified as homogeneous areas based on color of surface paint,
substrate, construction era, and in some cases, color ofsublayers. Homogeneous materials are one of
the key elements for referencing both lead and non -lead materials identified during the inspection and
used within this report. Sample locations in the facility were selected to be representative of the
various homogeneous areas. Full -layer thicknesses of existing paint were evaluated to obtain a
historical representation of all paints applied to the tested component.
Paints that appear homogeneous for a given substrate may have been manufactured during different
time periods and by different companies or may obscure the underlying variations in paint history
and application areas. To counterbalance this possibility, multiple XRF analysis or paint chip samples
of suspect homogeneous components with surface areas greater than (>) 1,000 square feet were
collected in different locations and analytical results compared to confirm lead content conclusions.
For this inspection report, homogeneous areas/materials were developed using the site figures, surface
color, and component composition as primary considerations, supported by visual observations made
in the field regarding material appearance, texture, size, color, and/or manufacturers' labels. Suspect
painted surfaces were then sampled to determine tithey contain lead or are non -lead containing based
on XRF or laboratory results. Once the analytical results were received and reviewed, additional
samples may be collected for materials with inconsistent results.
6.2.2 Field Teslino of Homocieneous.Areas and Components
Fulcrum utilized a Niton XLp Portable XRF Analyzer, manufactured by 'Thermo Scientific, Inc.,
model number XLp 306A, serial number 91 112, with an April 15, 2014 radioactive source, to field
test for lead in painted or stained surfaces. The XRF sends energy in the form ail gamma ray photon
into the sample material Sorne gamma rays dislodge electrons in the inner shell of atoms, causing the
atom to become unstable Electrons from the outer shell of the atom Fill vacant gaps in the inner shells
During this process, the electrons release an x-ray photon. An x-ray photon has an energy level
characteristic ()Idle type oil element that it came from The XRF instrument measures the energy level
Hazardous 13uilding Materials Inspection 10
2312 west Nob I-1111 Boulevard, Yakima, Washington
and quantity of returning x-ray photons to determine the amount of lead present at the sample point.
Calibration samples collected per sampling protocol were within acceptable ranges.
An XRF instrument directly reads the lead concentrations in mg/cm2 lead and cannot determine
percent by weight, often reported as mg/Kg. There is no direct relationship between mg/crn2 and
percent lead by weight. Determination of percent by weight can only be confirmed by laboratory
analysis.
For XRF analysis, all painted surfaces are initially tested with a variable analytical precision Test
results below the variable analytical precision arc classified as non-LCM and show in the data table
as < the limit of detection (LOD). Results above the variable analytical precision are classified as
LCIVI and where > 1.00 mg/cm2 as lead-based paint. The following system was used to identify
homogeneous materials:
• Materials that were assumed to contain lead, based on the experience and expertise of the Lead
Inspector/Risk Assessor, are considered homogenous
Analyses of multiple samples from a homogeneous material were compared for classification
purposes.
▪ Materials that were sampled and reported as LCM via XRF analysts and materials that were
applied during the same construction/renovation phase and appeared the same were assigned
to a homogenous material group
• If all samples analyzed from a homogeneous material have analytical results (analytical
reading plus method variability) less than the applicable detection limit, then the
homogeneous area is considered a potential low risk for worker protection purposes and
additional paint chip confirmation sampling is completed or recommended
5.2.3 Paint Chip Sample for Laboratory Analysis
Fulcrum's certified Lead Inspector or Risk Assessor collected paint chip samples of select building
materials where XRF field testing identified homogenous area lead concentrations at or below the
XRF method detection limits Paint chip sample analytical results are used to determine if the Iead
concentrations in the paint or varnish is above 600 mg/Kg and appropriate for disclosure to the project
contractor for worker protection purposes.
Lead paint chip samples were submitted to NVL Laboratories, Inc., a NV LAP accredited laboratory
(#102063-0) located in Seattle, Washington, an Environmental Lead Proficiency Analytical Testing
(LLPA'F) Program certified laboratory Submitted samples arc analyzed by EPA Method 7000B for
total lead See Attachment C for complete Lead Analytical Results
6,2.4 Waste Charactartzaiton Sarbbltnct
The purpose of waste characterization is to evaluate the concentration of' leachable lead with the
component, component system, or whole structure that is anticipated to be deposited into a landfill.
To evaluate the structure, Fulcrum's certified Lead Inspector or Risk Assessor reviews the site
structure, X RF field testing and/or paint chip laboratory results, and extent of lead impacting; work
planned by the owner or contractor(s) Some materials, such as metal components that will be recycled
Hazardous Building N4aterials Inspection 11
2312 Nest Nob l lilt Ltuutevard. 1 akinn3, wushington
or cement asbestos siding that will be abated, are excluded from evaluation of lead waste
characterization and may be more properly evaluated separately.
When the content of the waste stream has been determined, fulcrum's certified Lead Inspector or
Risk Assessor completes measurements of the building systems and calculates a percent composition
()leach component type in the whole structure volume. The waste characterization method requires a
composite sample of representative building components, including both LCM and non-LCM in
conformance with ASTM Standard E 1908-10 Standard Guile fir Sample Selection of Debris Waste
from a Building Renovation or Lead Abatement Project for Toxicity Characteristic Leaching
Procedure (TCLP) Testing for Leachable Lead (Pb) and Ecology's suggested `composite sample and
demolition' sampling plan.
Sampled materials include, but are not limited to: painted components, unpainted "natural"
components, concrete, fiberglass -type insulation, glazed ceramic tile, ceiling tiles, carpet, carpet pad,
roofing, flooring, etc. Aggregation of all building components allows for whole demolition debris
characterization as required under the method. Components composing less than 1 percent of the
building volume are generally not included in the sample unless the components were identified with
lead-based paint.
The TCLP sample was collected and submitted to NVL Laboratories, a Washington State Department
of Ecology accredited laboratory, located in Seattle, Washington, for analysis by EPA Method
13 I I /7000B.
6.3 Components Identified During the Inspection
Painted components identified during the inspection are identified in Appendix C.
611 .AssUmed.LeaJ1 CantelninA Malorials,Identifed
The following materials are assumed to contain lead greater than the limit of detection:
a Metal pipe caps and plumbing, roof jackets
• Plumbing components
• Solder or plumbing and metal brazed components
6.3.2 Assumed Non -Lead ConlbininQ Materials
The following materials are assumed to be non -lead containing materials:
13 Glass
▪ Unpainted wood
a Unpainted concrete
a Unpainted pipe
▪ Unpainted plastics
a Insulations
• Roofing materials
Hazardous Building Materials Inspection 12
2312 west Nob Hill Boulevard, Yakima, Washington
6.•33 :{RF Field Tesliqg Results
Results of this inspection indicate that lead was detected in amounts Tess than or equal to the method
limit of detection. Instrument calibrations were performed before and after lead testing. ]'he
instrument in all 56 XR.F field testing locations was performing within acceptable limits. See
Appendix C for materials analyzed and XR.F results.
6.3.4 Pant Cid Results
Results of this inspection indicate that lead was detected in concentrations less than or equal to the
method reporting [Unit of detection for the following homogenous area. See Figure 2 for paint chip
Sample Location Map. Sample results shown in Gold represent analytical results greater than 600
mg/Kg for total lead and a potential worker protection concern Sample results shown in Italics'
represent analytical results greater than the limit oI' detection but less than 600 mg/Kg for total lead.
See Appendix C for all paint chip laboratory analysis.
Table 3: Lead Paint Laboratory Results
Sample
Number
Sample
Location
Paint Color
Reporting Limit
in mg/Kg
Results in
mg/Kg
Results in Percent
PC -01
East store wall,
gypsum
wallboard
White
510
<510
<0.0051
PC -02
Door frame on
food prep,
wood
Cray
60 0
<60 0
<0.0060
PC -03
\Vest store
wall, gypsum
wallboard
White
50 0
<50.0
<0 0050
PC -04 C-04
Itestrooni doer,
wood
Light gray
49.0
<49.0
<0 0049
PC -05
HVAC
ductwork,
metal
White
49.0
<49.0
<0.0049
PC -06
East exterior
wall, metal
White
49 0
260 0
0.0260
PC -07
Pipe of west
exterior, metal
Pale green
50.0
140 0
0 0140
PC -0H
West exterior
pipe, metal
Beige
56 0
<56 0
<0.0056
PC -09
soffit,
metal
White
50.0
470 0
0 0470
PC -10
West exterior
trini, metal
Beige/gray
47 0
47 0
0 0047
6,35 Waste Characterization Results
Results of this inspection indicated that leachable lead vas Tess than the analytical method reporting
limit of detection. Samples of representative building components were composite(' in the following
proportions estimated to he characteristic of the demolition debris associated with the structure
Hazardous Building Materials Inspection 13
2312 \Vest Nob 1-011 Boulevard. Yakima. Washiniton
Former Tiger Mart:
• Unpainted wood — 10%
• Painted wood — 13%
n Metal — 17%
• Concrete — 30%
• Gypsum wallboard material — 0.5%
® Brick — 9%
• Insulation — 0.5%
• Rooting material — 20%
Laboratory analytical results documented that the sample had <0.5 ppm of leachable lead. Results of
the TCLP analysis can be found in Appendix C.
6.5 LCM Summary
Fulcrum's LCM inspection included field XRF testing, paint chip analysis, and waste
characterization. All XRF samples indicate that lead was detected in amounts Tess than or equal to the
method limit of detection. Paint chip analysis identified six of the ten samples to be less than the
method limit of detection, of the four were greater than the method limit ofdetection and all were less
than 600 mg/Kg. Waste characterization of building composite resulted in <0.5 ppm of leachable lead
and below the dangerous waste threshold. Disposable waste of demolition debris can be managed as
a solid waste.
In accordance with worker protection regulations, work practices should be evaluated and employee
exposure should be monitored to assess the need for more stringent controls during component impact
where lead has been identified.
7.0 LIGHTING AND ELECTRICAL COMPONENTS
7.1 LEC Regulatory Basis
This investigation was designed to identify LEC that may require segregation and special handling or
waste characterization prior to disposal as a result of planned demolition activities. Requirements for
waste characterization are identified in Ecology's Dangerous Waste Regulations, WA.0 173-303;
EPA's Toxic Substance Control Act (TSCA) 40 CFR Part 761; and EPA's Identification and Listing
of Hazardous Waste in 40 CFR Part 261.
Lighting and electrical equipment components is a general term that refers to potential waste streams
associated with all electrical equipment when components fail, are replaced, or are removed during
renovation or demolition activities. Waste can include transformers and ballasts with PCB; non -PCB
ballasts; mercury vapor lamps, mercury switches, and other waste streams.
Electrical transformers have utilized mineral oil mixed with varying quantities of PCB as dielectric
fluid since the early 1950s. Polychlorinated biphenyls (PCB) were also commonly used in light
ballasts prior to 1978 Light ballasts have also been shown to contain other hazardous materials
Hazardous building Materials Inspection
2312 Wesi Nob Mill Boulevard, Yakima, Washington
14
besides PCB, both in newer and older ballasts. Ballasts that have been manufactured without PCB are
labeled as "No PCB" or "Non -PCB." Individual ballasts that. are not labeled are assumed to be PCIS
containing. Sampling of individual ballasts is not traditionally completed as the analytical costs
exceed disposal costs
Fluorescent lamps have historically contained mercury. 'Pubes and bulbs that are manufactured with
low concentrations of mercury may be designated with green ends or caps. Although typically act
low quantity, the mercury present in these tubes and bulbs should be captured and recycled, not
disposed of in landfills. Mercury containing tuhes and bulbs can be managed as universal waste
7.2 Inspection Methodology
Fulcrum's Hazardous Waste Operations and Emergency Response (I-IAZWOPER) trained inspector
conducted a visual inspection of LEC to determine potential hazardous constituents such as PCB,
(diethylhexyl) phthalate (DEHP), or mercury. Fulcrum completed the following inspection procedure
during this LEC inspection:
I. Record and Identify the work space or functional area being inspected
2 Identify the type and number of all lighting fixtures and record tube length, size, and number.
3. Observe any plastic or metal diffusers or other covers for indications of oil staining or
discoloration that may be associated with an oil release, electrical lire or sparking, failed
ballast, etc.
4 Record observations.
7.3 Results
Fulcrum's review oldie buildings identified several types of fluorescent fixtures. The following table
summarizes number of' fixtures, number and size of lamps in the fixtures.
Table 6: Summary of Fluorescent Fixtures, Lamps, and Ballast
Location
Fixture Type
Fixtures
Lamps
Ballasts
Compact
Fluorescent Lamps
Tiger Mart
Single 4-fooi
Single 6 -moot
Single 8 -foot
60
60
30
5
7.4 Conclusions
Fulcrum's inspection confirmed the presence of fluorescent lamps, compact fluorescent lamps, and
assumed PCB -containing ballasts associated with the forma' "Tiger Mart convenience store building.
7.5 Summary
Fulcrum recommends that all lighting lamps, ballasts. and bulbs he removed from the property for
recycling prior to demolition
Hazardous Building i\9aten:ils Inspection 15
2312 West `Joh Hill Boulevard, Yakima Washington
8.0 OZONE DEPLET1NC COMPOUNDS
8.1 ODC Regulatory Basis
The 1990 Clean Air Act. Amendments, codified in 42 CFR Part 85, and titled Air Pollution Prevention
and Control, commonly known as the Clean Air Act, phase out manufacture of some ODCs. The
primary targets of the cutback are Chlorofluorocarbons (CFCs), Halon, carbon tetrachloride, and
methyl chloroform. The goal of the program is to prevent releases of ODCs to the atmosphere. In
addition to restricting the production of these materials, EPA's Protection of Stratospheric Ozone
Program, 40 CFR Part 82, Protection of Stratospheric Ozone: Substitute Refrigerant Recycling;
Amendment to the Definition of Refrigerant, includes requirements for reporting, tracking, and
registration.
Effective November 15, 1995, the Clean Air Act prohibited the knowing venting, release, or disposal
or any substitute for CFC and Hydrochlorofluorocarbons (HCFC) refrigerants by any person
maintaining, servicing, repairing, or disposing of air conditioning and refrigeration equipment.
Recovery and reuse or disposal of CFCs and l-ICFC is required.
Further, under Washington State's Dangerous Waste Regulations, WAC 173-303-506 Special
requirements for the recycling of spent CPC' or !-(CFC' refrigerants, refrigerants are to be recycled
and when recycled, are not considered dangerous wastes. Refrigerants eligible for these special
requirements are those CFCs and HCFCs that were used as heat transfer material in a refrigeration
cycle in totally enclosed heat transfer equipment and are subsequently reclaimed or recycled.
8.2 Inspection Methodology
Fulcrum's HAZWOPER-trained inspector conducted a visual inspection of suspect ODC containing
systems to determine potential hazardous constituents such as CFCs and HCFCs: No effort was made
to distinguish between modern hydrofluorocarbons (l -IFC) or perfluorocarbons (PFC) containing
equipment. Fulcrum completed the following inspection procedure during this ODC inspection:
1. Record and identify the work space or functional area being inspected.
2. Identify the type and number of all suspect refrigerant containing building components or
contents, such as standalone refrigerators.
3. Observe if the components or contents are operable.
4. Record observations.
8.3 ODC Inspection Results
Fulcrum's review of the work space identified the following within the Tiger Mart building: a water
heater tank, walk-in refrigerator, three freezers, one external refrigerator, multiple disassembled
Fryers, a kitchen fryer and stove with a ventilation system, and a heating ventilation and air
conditioning system.
Hazardous Building Materials Inspection 16
2312 \Vest Nob Hill Boulevard, Yakima, Washington
8.4 Conclusions
Fulcrum recommends that all refrigerants and coolants be recovered from the abandoned systems by
a certified technician prior to demolition of the former Tiger Mart building.
9,0 CONCLUSION and Recommendations
9.1 Asbestos Containing Materials
Laboratory analysis identified the following asbestos containing materials.
Black adhesive associated with non -ACM 12 -inch off-white with gray speckles vinyl tile —
estimated 2,400 square -feet
Fulcrum recommends that all asbestos containing materials he abated by a license asbestos abatement
contractor prior to structure demolition.
9.2 Lead Containing Materials
Results of this inspection indicate that lead was detected in amounts below 600 ppm and consistent
with OSI -IA interpretation, not subject to lead in construction standard.
Additionally, TCLI' analysis of building composite indicates building waste was below the dangerous
waste threshold, and disposal of demolition debris can be managed as a solid waste.
9.3 Lighting and Electrical Components
Fulcrum's inspection confirmed the presence of 60 fluorescent lamps and 5 compact fluorescent
lamps and 30 presumed PCB -containing ballasts associated with the former Tiger Mart convenience
store building
Fulcrum recommends that all LIC's be removed from the structure prior to demolition for recycling
or disposal.
9.4 Ozone Depleting Compounds
Fulcrum identified 7 installed components that likely contain some type. of OIC.
Fulcrum recommends that all refrigerants and coolants be removed for recycling or disposal prior to
the demolition of the Tiger Mart building.
Hazardous Building Materials Inspection 17
2312 West Nob I -hill noulevard, YaI:nna. \Vashmgton
10.0 LIMITATIONS
Fulcrum Environmental Consulting, Inc.'s scope of services for this project was limited to a
Hazardous Building Materials inspection oldie former Tiger Mart convenience store located at 2312
West Nob Hill in Yakima, Washington as outlined in the preceding sections. Results are specific to
the time and day of inspection and niay not reflect conditions at other times. Fulcrum makes no
warranties, expressed or implied as to the accuracy or completeness of other's work included herein.
Fulcrum has performed these services in accordance with generally accepted industry standards of
care at the time of the inspection. No warranty, expressed or implied, is made.
Hazardous Building Materials Inspection 18
2112 West Nob Hill Boulevard, Yakima, Washington
Figures
Site Location Map
Sample Location Map
Hazardous 13uilding Materials (iishc(tiun
2312 \Vest Nub 1-1111 13uulevnid, Yakini;i, Washington
environmental consulting D
Fulcrum Environmental Consulting, Inc.
406 North Second Street, Yakima, Washington 98901
p: 509.574.0839 ft 509.575.8453 calk:mm.11cl
2312 WetNob 1-1111 Blvd 1.11.3M. 141342. LMW 111314
2312 West Nob Hill Boulevard
Yakima, Washington
Site Location
FIGURE
1
N 1 NM M MI MN 1 En M r 1111111 M r11111 111111 11111
24 17 22
Cashier/Registe
Area
10
11
12
09
08
07
01
Detached
Water Heater
Office Space
16\ 1
Mobile
Refrigerator
04
23
To West Nob Hill Boulevard
Freezer
Food Storage Aisle
02
05
Food Storage Aisle
06
•
environmental consulting
03
m
rn
N
Storage
Cook and Food
Prep Room
Beverage
Storage
Beverage
Storage
Beverage
Storage
Beverage
Storage
Walk-in Fridge
Legend
Interior Sample
Location 103014- ##
Roofing Sample
Location 103014-0
LCM Sides
A -North B -East
C -South D -West
Paint Chip Sam le
Location PC -
Not Drawn to Scale
Fulcnnn Environmental Consulting, Inc.
406 North Second Street, Yakima Washington 96901
p: 509.574.0339 f: 509.575.3453 efukmm.net
2312 West Nob Hill Blvd MM. 141342 . [.MW . 111314
2312 West Nob Hill Boulevard
Yakima,Washington
Sample Location Map
FIGURE
2
APPENDIX A
Professional Certifications
Hazardous Budding Materials Inspection
2312 West Nob Hill Boulevard, Yakima, Washington
111111 INN 1111i I EN I NS MI NM MS N N N N MI M M
has satisfactorily completed
4 hours of refresher training as an
to comply with the training requirements of
TSCA Title II / 40 CFR 763 (AHERA)
Instructor
EPA Provider Cert. Number: 1085
Date(s) of Training
Exam Score: NA
Argus Pacific. Inc. • 1900 W. Nickerson, Suite 315 • Seattle, Washington • 98119 • 206.285.3373 • fax 206.285.3927
M M r M IIIIII M M M M M M alll N NMI — ' E NM
has satisfactorily completed
4 hours of refresher training as an
to comply with the training requirements of
TSCA Title 11/ 40 CFR 763 (AHERA)
Instructor
EPA Provider Cert. Number: 1085
Date(s) of Training
Exam Score: NA
Argus Pacific, Inc. • 1900 W. Nickerson, Suite 315 • Seattle, Washington • 981 19 • 206.285.3373 • fax 206.285.3927
NMI MIN Mill MINI — MIN IIIIIII 11111111 INN INN NINE NMI MIMI Ili Eli — INN 111111
_
" .,te-tienr?••
,±1
„.„
STATE OF WASHINGTON
Department. of Commerce
Lead -Based Paintyrogram
Lqvi Wyatt:
IN.
Has fulfilled the certificatiOh.requirements of:Washindton Administrative
code (WAC) 365-23.0,anOas beep certified tO;condOct lead-based paint
activities PqrsOant to WAO-365-230-?90 as a:
Rik Assessor
Certification # Issuance Date Expiration Date
6590 5/14/2014 5/14/2017
NM r t• UM NM /II MN NM 1111.1 NM NM IIIIIIII NNE iNIM min mom Imo
has satisfactorily completed
8 hours of refresher training as a
to comply with the training requirements of
TSCA Title 11/ 40 CFR 763 (AHERA)
uctor
EPA Provider Cert. Number: 1085
Date(s) of Training
Exam Score: NA
Expiration Date: Apr 17, 2015
Argus Pacific, Inc. • 1900 W. Nickerson, Suite 315 • Seattle, Washington • 98119 • 206.285.3373 • fax 206.285.3927
has satisfactorily completed
4 hours of refresher training as an
to comply with the training requirements of
Instructor
EPA Provider Cert. Number: 1085
Exam Score: NA
Expiration Date: Apr 16, 2015
Argus Pacific, Inc. • 1900 W Nickerson, Suite 315 • Seattle, Washington • 98119 • 206.285.3373 • fax 206.285.3927
MN MN EN 11111 U 1111111 111111 S NM NE 1111111 11111 MI N 111111 111111
STATE F WASHINGT l�T
1�epartment of Commerce
Lead -Based Paint Program
Has fulfilled the certification requirements of Washington Administrative
code (WAC) 365-230 and has been certified to conduct lead-based paint
activities pursuant to WAC 365-230-200 as a:
1
1
1
1
1
1
1
1
1
ice■ M i♦ 11111— — M i♦ M i♦ i♦ NM ' — 111 IMMI— i♦ M
Ins to
This certifies that
Peggy S. Williamson
has successfully met all the requirements of education,
experience and examination, and is hereby designated a
C rti a us ateri
May 1993
Date of Certification
May 31, 2019
Certification Expires
04189
er®
Credential Number
Valid so long as this credential is renewed according to schedule and is not otherwise revoked.
APPENDIX B
Asbestos Containing Materials Results
Hazardous Building Materials Inspection
2312 West Nob Hill Boulevard, Yakima, Washington
Asbestos Laboratory Results Summary: Tiger Mart
Sample
Number
Index
Laboratory
Description
Sample Location
#
Layers
ACM
Layers
Comment
>1%
ACM
Condition
Friability
Less than
1%
Material
103014 -01
VT -0I
SAT
12 -inch off-white with
gray speckles vinyl tile
over black adhesive
Store floor, north
2
1
3% Chrysotile
Yes
Good
Non -
friable
None
103014-02
VT -01
SAT
12 -inch off-white with
gray speckles vinyl tile
over black adhesive
Store floor, center
2
1
3% Chrysotile
Yes
Good
Non -None
friable
103014-03
VT -01
SAT
12 -inch off-white with
gray speckles vinyl tile
over black adhesive
Store floor. east
2
1
3% Chrysotile
Yes
Good
Non
friable
None
103014-04
CT -01
SAT
2 -feet by 4 -feet
suspended white ceiling
tilefriable
Store floor, north
1
0
No
Good
Non-
None
103014-05
CT -01
SAT
2 -feet by 4 -feet
suspended white ceiling
Ole
Store floor, center
1
0
No
Good
Non -None
friable
103014-06
CT -0l
SAT
2 -feet by 4 -feet
suspended white ceiling
tile V
Store floor, east
1
0
No
Good
i _
N°n
friable
None
103014-2
ADV -01
SAT
Orange counter -top over
clear adhesive
Cashiers counter
top, south
0
No
Good
Non
friable
None
103014 -OS
ADV -01
SAT
Orange counter -top over
clear adhesive
Cashiers counter
top, center
?
0
No
Good
Non
friable
Nang
103014-09
ADV -0 1
SAT
Orange counter -top over
clear adhesive
Cashiers counter
top, north
0
No
Good
Non -None
fnable
103014 -10
FB O1
SAT
2 -inch black toorbase
with black adhesive
Cashiers counter
top
3
0
No
Good
Non -
friable
None
103014-11None
FB FB -01
SAT
2 -inch black floorbase
with black adhesive
Cashiers counter
top
0
No
Good
Non-
friable
103014 -12
FB -01
SAT
2 -inch black floorbase
with black adhesive
Cashiers counter
top
0
No
Good
Non -
friable
None
Hazardous Building Materials Inspection
2312 Nob Hill Boulevard, Yakima. Washington
Appendix B-1
— INN —mu sou — — .. "_No Ns um um mu— —um um—
NMI MIN MI ME MN MEI =I MN EMI NMI IMM
Sample
Number
Index
'Laboratory
.Des'cription , :
' SampleLocation.
- #
Layers
ACNi`.
- - .,
Layers
:'Comment-
>1%-
ACV1'
F Condition•
::Friability,'
-Less than
' ' P%
,:Material
103014 -13
FB -02
SAT
4 -inch wood pattern
floorbase over white
adhesive
Hallway
2
0
No
Good
Non -
friable
None
103014-14
FB -02
SAT
4 -inch wood pattern
floorbase over white
adhesive
Hallway
2
0
No
Good
Non-
friable
None
103014 -15
FB -02
SAT
4 -inch wood pattern
floorbase over white
adhesive
Hallway
3
0
No
Good
Non -
friable
None
103014 -16
GWB-01
SAT
3/4 -inch white gypsum
wallboard over brown
paper
Hallway, east wall
2
0
No
Good
Non -
friable
None
103014 -17
GWB-01
SAT
3/4 -inch white gypsum
wallboard over brown
paper
Store floor,
entrance wall
i
0
No
Good
Non -
friable
None
103014 -18
GWB-01
SAT
3/4 inch white gypsum
wallboard over brown
paper
Store floor, east
wall
1
0
No
Good
Non -
friable
None
103014 -19
GLIB -02
SAT
5/8 -inch white gypsum
wallboard over brown
paper
Hallway
2
0
No
Good
Non -
friable
None
103014-20
GWB-02
SAT
5/8 -inch white gypsum
wallboard over brown
paper
Cashiers area
2
0
No
Good
Non_
friable
None
103014 -21
GWB-02
SAT
5/8 -inch white gypsum
wallboard over brown
paper
Halfway
3
0
No
Good
Non -
friable
None
103014-22
FB 03
SAT
4 -inch black foorbase
over adhesive over
white gypsum wallboard
debris
North entrance
3
0
No
Good
Non-
friable
None
103014-23
FB 03
SAT
4 -inch black foorbase
over adhesive over
white gypsum wallboard
debris
North wallcenter
,
3
0
No
Good
Non-
friable
None
Hazardous Building Materials Inspection
2312 Nob Hill Boulevard, Yakima, Washington
Appendix B-2
Sample
Number
Laboratory
Description
Sample Location
#
Layers
Layers
ACM
Layers
Comment
>1%Less
ACMCondition
Friability
than
1%
Material
f 0 0l #-24
FB -03
SAT
4 -inch black foorbase
over adhesive over
white gypsum wallboard
debris
North wall, west
area
0
No
Good
Non
fnable
None
10;014-25
RFM-0I
SAT
\Vhite painted yellow
foam insulation over
black asphaltic adhesive
over black asphaltic felt
paper over brown perlite
material
West area
4
0
No
Good
N°n
friable
None
103014-26
12FM-01
SAT
White painted yellow
foam insulation over
black asphaltic adhesive
over black asphaltic felt
paper over brown perlite
material
area
4
0
No
Good
°n
NCenter
friable
None
103014 -27
RFM-01
SAT
\Vhite painted yellow
foam insulation over
black asphaltic adhesive
over black asphaltic felt
paper over brown perlite
material
East area
4
0
No
Good
Non -
friable
None
Locations identified in the table reflect locations sampled and may not represent all locations of identified n aterials.
Hazardous Buildinu Materials Inspection Appendix B-3
2312 Nob Hill Boulevard, Yakima. Washington
Imo -mil INN INE En Ism NO— NE No- MINI NM NM
20l4-1584-6
CHAF! OF CUST:DY
Bulk Asbestos Test
Turn -Around Time 5 -Day Number of Samples 27 Project Number 14-1342
Client Name: Fulcrum Environmental Consulting, Inc.
Address: 406 N, 2nd St City: Yakima State: WA Zip: 98901
Phone: 509.574.0839 Fax: 509.575.8453 Email: dorozco(a,efulcrum.net
Project Location 2312 West Nob Hill, Yakima,_WA Project Manager: Daniel Orozco
Sample Condition: Good: Damaged: x Severe Damage:
SEQ#
SAMPLE ID
SAMPLE DESCRIPTION
Lab ID
Comment
A/R
Date
103014-01
103014-02
103014-03
VT -01: 12 -inch off-white with gray
speckles vinyl tile over black
adhesive
p OrozcJ
First Positive
lir
103014-04
103014-05
103014-06
CT -01: 2 -feet by 4 -feet white
suspended ceiling tile
3:30 PM
First Positive
t\
\..
103014-07
103014-08
103014-09
ADV -01. Orange counter -top over
'clear adhesive
First Positive'
6N(/;20-4---`
—..
103014-10
_ -103014-11
103614-12
FB -01: 2 -inch black floorbase over
adhesive - - -. _ _
Q' _ i,,.r
First Positive __...
— -.
i
10301413
103014-14
103014-15
FB -02: 4 -inch wood pattern
floorbase over white adhesive
First Positive
103014-16
103014-17
103014-18
GWB-0 1: '%-inch white gypsum
wallboard over brown paper
First Positive
103014-19
1.03014-20
103014-21
GWB-02: 5/8 -inch white gypsum
wallboard -over brown paper
First Positive
103014-22
103014-23
103014-24
FB -03: 4 -inch floorbase over white
adhesive over white gypsum
wallboard
First Positive
103014-25
103014-26
103014-27
RFM-01: White painted yellow
foam insulation over black
asphaltic roofing adhesive over
black felt paper, over b
material ei r r-pFrlitc
-
.
First Positive
Print
Sign
r
Company Name
Date
Time
Relinquished by
p OrozcJ
1
lir
Fulcrum, nvironmental
10/30/14
3:30 PM
Delivered by
t\
\..
Received by
6N(/;20-4---`
0 ;''U 1,,.
Q' _ i,,.r
Analyzed by
i
/
Result reported by
SEATTLE ASBESTOS TEST
Lynnwood Laboratory: 10701 Sallow Loki) Road, Sudo 103,
Lynnwood, WA 08038, Tot: 425.073,0650, Fav: 425.873.8810
Ann.:
Mr. Daniel Orozco
Jost 14-1342
Samples Reo'd: 27
NVLAP Accreditation Lab Codes: Bellevue -200876, Lynnwood -200768
Oellewo Laboratory. 12727 Notthup Way, Suite 1, Bellevue, San010 Laawalory. 4500 0111 Ave. NO. Swat 300. Seattle, WA 88105,
WA 90005, Tal; 425 091,1111 Fax' 425.061.1118 Tal: 200.033.1111, For 208,833,4747
ANALYTICAL LABORATORY REPORT
PLM by Method EPA/600/R 931116
chem: Fulcrum Environmental,
Yakima
BalrAft: 201415846
t]ata Analyood: 11/4/2014
Project ion: 2312 West Nob Hill, Yakima, WA
Address: 406 North Second Street, Yakima, WA 98901
Hato Received: 10/31/2014
Samples Analyzed: 27
Analy7nd by: Pools Pate
bevy
Flovlewod by: Stave (Fanyned Zheng, Prbaidcnt
Lab ID
Client Sample ID
Layer
Description
%
Asbestos Fibers
Non-fibrous Components
%
Non -asbestos Fibers
1
103014-01
1
Off-white/ tile
Off-white/gray
g y
Norte
detected
Vinyl/binder,
Mineral grains
2
Cellulose
2
Black mastic
3
Chrysotile
Mastic/binder
4
Cellulose
2
103014-02
1
Off-white/Gray
Off-white/Gra tile
None
detected
Vinyl/binder,
Mineral grains
2
Cellulose
2
Black mastic
3
Chrysolite
Mastic/binder
6
Cellulose
3
103014-03
1
Off-white/Gray
Off-white/Gra tile
None
detected
Vinyl/binder,
Mineral grains
2
Cellulose
2
Black mastic
3
Chrysotile
Mastic/binder
5
Cellulose
4
103014-04
1
Brown fibrous
material with paint
None
detected
Filler, Paint, Perlite
90
Cellulose
5
103014-05
1
Brown fibrous
material with paint
Non®
detected
Filler, Paint, Perlite
88
Cellulose
6
103014-06
1
Brown fibrous
material with paint
None
detected
Filler, Paint, Perlite
89
Cellulose
7
103014-07
1
Orange brittle/rigid
material
None
detected
Filler, Binder, Fine
debris
65
Cellulase
2
Brown mastic
None
detected
Mastic/binder
4
Cellulose
8
103014-08
1
Orange brittle/rigid
material
None
detected
Filler, Binder, Fine
debris
63
Cellulose
2
Brown mastic
de�tneectad
Mastic/binder
4
Cellulose
9
103014-09
1
Orange brittle/rigid
material
None
detected
Filler, Binder, Fine
debris
64
Cellulose
2
Brown mastic
None
detected
Mastic/binder
4
Cellulose
10
103014-10
1
Black rubbery
material
None
detected
Rubber/binder
2
Cellulose
2
Brown/tan mastic
with debris
None
detected
Mastic/binder,
Debris
4
Cellulose
3
Brown paper
None
detected
Filler
75
Cellulose
11
103014-11
1
Black rubbery
material
None
detected
Rubber/binder
2
Cellulose
2
Brown/tan mastic
with debris
None
detected
Mastic/binder,
Debris
5
Cellulose
12
103014-12
1
Black rubbery
material
None
detected
Rubber/binder
2
Cellulose
2
Brown/tan mastic
with debris
None
detected
Mastic/binder,
Debris
4
Cellulase
13
103014-13
1
Brown rubbery
material
None
detected
Rubber/binder
2
Cellulose
2
White/yellow
mastic
None
detected
Mastic/binder
2
Cellulose
14
103014-14
1
Brown rubbery
material
None
detected
Rubber/binder
2
Cellulose
2
White/clear mastic
de ntected
Mastic/binder
3
Cellulose
1
SEATTLE ASBESTOS TEST
Lynnwood Laboratory: 16701 Safbor Lake Road, Sella 103,
Lynnwood; WA 98038, Tet 425.873,9860, FEW 426873.0810
/Wn. Mr. Daniel Orozco
Ado 14-1342
Samplea Rodd: 27
Caen:
aatchtt
Oaro Analymd:
ProlstxL0c 2312 West Nob Hill, Yakima, WA
NVLAP Accreditatioh Lab Codes: Bellevue -200878, Lynnwood -200768
Balluvua Laboratory: 12727 Nonhup Way, Sults 1, ei8iMGcle, Soallle Labomioty 4800 $it1 Avo. NE, Suite 300, Seattle, WA 98105,
WA 98005, 701; 425,881.1111; Fox 425.861,1118 Tel: 206,833,1111, FOX 206,833.4747
ANALYTICAL LABORATORY REPORT
PLM by Method EPA/800/R-93/116
Fulcrum Environmental,
Yakima
201415846
11)412014
Address: 408 North Second Street, Yakima, WA 98001
0610 R00e11rod: :10/31/2014
Samples Analyzed 27
Analyzed by; Po4a Patel! Oaeo Henry
flovlewee by: Stove Foil ea Sloon
15
103014-15
1
Brown rubbery.
material
None
detected
Rubber/binder
2
Cellulose
2
White/yellow mastic
None
detected
-
Mastic/binder
5
Cellulose
3
White paper with
paint
None
detected
Filler, Paint
75.
Cellulose
16
103014-16
1White
powdery
material with paint
None
detected
Binder/filler, Paint
5
Cellulose
2
White chalky
material. with paper
None
detected
Binder/filler,.
Gypsum/binder
25
Cellulose,
Glass fibers
17
103014-17
1
White chalky
material with paint
and paper
None
detected
Binder/filler,
Gypsum/binder,
Paint
33
Cellulose,
Glass fibers
18
103014-18
1
White chalky
material with paint
and paper
p p
None
detected
Binder/filler,
Gypsum/binder,
Paint
32
Cellulose,
Glass fibers
19103014-19
1
White powdery
material with paint
None
detected
Binder/filler, Paint
3
Cellulose
2
White chalky
material with paper
None
detected
Binder/filler„
Gypsum/binder
28
Cellulose,
Glass fibers
20
103014-20
1
Trace white
powdery material
with paint,
None
detected
Binder/filler, Paint
3
Cellulose
2
White chalky
material with paper
None
detected
Binder/filler,
Gypsum/binder
25
Cellulose,
Glass fibers
21
103014-21
1
Cream soft/elastic
material with paper
None
detected
Binder, Filler
35
Cellulose
2
Yellow mastic
None
detected
Mastic/binder
3
Cellulose
3
White chalky
material with paper
None
detected
Binder/filter,
Gypsum/binder
25
Cellulose,
Glass: fibers
22
103014-22
1
Black rubbery
material
None
detected
Rubber/binder
2
Cellulose
2
Clear mastic with
debris
None
detected
Mastic/binder,
,Debris
5
Cellulose
3
White powdery
material with paint
None
detected
Binder/filler, Paint
3
Cellulose
23
1
Black rubbery
material
None
detected
Rubber/binder
2
Cellulose
103014-232
Clear mastic with
debris
None
detected
Mastic/binder,
Debris
4
Cellulose
White powdery
material with paint
None
detected
Binder/filler, Paint
3
Cellulose
24
1
Black rubbery
material
None
detected
Rubber/binder
2
Cellulose
103014-24
2
Clear mastic with
debris
None
detected
Mastic/binder,
Debris
5
Cellulose
3
White powdery
material with paint
None
detected
Binder/filler, Paint
3
Cellulose
2
SEATTLE ASBESTOS TEST
Lynnwood Labarelery, 10701 Scriber Lupe Fad, Suite 103.
Lynnwood, WA 08038, Tel: 425.073.9850, Fo. 425.873.8810
Amt.. Mr. Daniel Orozco Moon
Job#: 14-1342
Snniplea Recd: 27
Batcldt
Mao Analyzed:
ProlectLoa: 2312 West Nob Hill, Yakima, WA
NVLAP Accreditation Lab Codes: Bellevue -200876, Lynnwood -200768
aallevuo Laboratory: 12727 Notthup Way, Sudo 1, Bellevue, Snaffle Laboratory: 4500 901 Avo. NE, Suite 300, Sonata, WA 0810.5,
WA 98005, 114: 425.881,1111, Fa),: 425.861.1118 Tol: 206,633.1111, Fax-. 208.633.4747
ANALYTICAL LABORATORY REPORT
PLM by Method EPA/600/12-93/116
Fulcrum Environmental,
Yakima
201415846
11/412014
Addmee: 406 North Second Street, Yakima, WA 98901
Date Reaetvvbd: 10/31 /2014
Samples Analyzed: 27
Annlyzad by: Poole Ketal /Dave Henry
Reviewed by: Steva
25
103014-25
1
Yellow foamy
material with paint
None
detected
Synthetic foam,
Paint
2
Cellulose
2
Black asphaltic
material
Norte
detected
Asphalt/binder
3
Cellulose
3
Black asphaltic
fibrous material
None
detected
Filler, Asphalt,
Binder
67
Glass fibers
4
Brown fibrous
material with
perlite
None
detected
Filler, Perlite
65
Cellulose
26
103014-26
1
Yellow foamy
material with paint
None
detected
Synthetic foam,
Paint
4
Cellulose
2
Black asphaltic
material
None
detected
Asphalt/binder
5
Cellulose
3
Black asphaltic
fibrous material
None
detected
Filler, Asphalt,
Binder
68
Glass fibers
4
Brown fibrous
material
None
detected
Filler
85
Cellulose
27
1
Yellow foamy
material with paint
None
detected
Synthetic foam,
Paint
3
Cellulose
2
Black asphaltic
material
None
detected
Asphalt/binder
4
Cellulose
103014-27
3
Black asphaltic
fibrous material
None
detected
Filler, Asphalt,
Binder
65
Glass fibers
4
Brown fibrous
material with
Perlite
None
detected
Filler, Perlite
67
Cellulose
3
APPENDIX C
Lead Containing Materials Results
Hazardous 13u ilding Materials Inspection
2312 West Nob Hill Boulevard, Yakima, Washington
2312 West Nob Hill Blvd. XRF Results
Reading`or
TAltj11:41)'07fiF::,-,1!-1;t4
VA 445§14;4in
WW1
0744.101
F 1 0174.442
t41 Pit
- . 14-4-4.ilVin
0.7e#1000-01,112.
45
CAL
CAL.
Positive
1.1
46
CAL
CAL
Positive
1.1
47
CAL
CAL
Positive
1.3
43
CAL
CAL
Positive
1.2
49
CAL
CAL
Positive
1 1
50
PAINT
WALL
DRYWALL
A
FAIR
WHITE
Negative
<.03
51
PAINT
WALL
DRYWALL
B
FAIR
WHITE
Negative
< 03
5")
PAINT
WALL
VINYL
C
FAIR
WHITE
Negative
< 03
53
PAINT
WALL
DRYWALL
D
FAIR
WHITE
STORE
Negative
< 03
54
PAINT
MIRROR FRAME
DRYWALL
C
FAIR
GREY
STORE
Negative
< 09
55
PANT
MIRROR FRAME
WOOD
B
FAIR
GREY
STORE
Negative
< 03
56
PAINT
FLOOR
VINYL
FAIR
WHITE
STORE
Negative
<.03
57
PAINT
CEILING
CEILING TILE
FAIR
WHITE
STORE
Negative
<.03
58
PAINT
DOOR FRAME
WOOD
C
FAIR
GREY
STORE
Negative
<.06
59
PAINT
DOOR JAMB
WOOD
C
FAIR
GREY
STORE
Negative
<.03
60
PAINT
DOOR JAMB
WOOD
D
FAIR
GREY
STORE
Negative
< .03
61
PANT
DOOR FRAME
WOOD
D
FAIR
GREY
STORE
Null
< 43
62
PAINT
DOOR FRAME
WOOD
D
FAIR
GREY
RESTROOM
Negative
<.04
63
PAINT
DOOR JAMB
WOOD
A
FAIR
GREY
RESTROOM
Negative
<.03
64
I PAINT
DOOR
WOOD
A
FAIR
GREY
RESTROOM
Negative
< 03
65
PAINT
WALL
DRYWALL
A
FAIR
WHITE
RESTROOM
Negative
< 03
66
PAINT
WALL
DRYWALL
B
FAIR
WHITE
RESTROOM
Negative
<.03
67
PAINT
WALL
DRYWALL
C
FAIR
WHITE
RESTROOM
Negative
<.03
68
PAINT
WALL
DRYWALL
D
FAIR
WHITE
RESTROOM
Negative
< 03
69
PANT
CEILING
DRYWALL
FAIR
WHITE
RESTROOM
Negative
<.03
70
PAINT
CLOSET DOOR FRAME
WOOD
A
FAIR
GREY
RESTROOM
Negative
<.03
Hazardous Building Materials Inspection
2312 West Nob Hill Boulevard, Yakima, Washington
Appendix C-1
1111111- MN— MIN 11111-11111111– AIM —1111111-1111111-11111111- INN NM
M M I N N MN M NM N NM NM I NM NM 1 r M 11111
2312 West Nob Hill Blvd. XRF Results
Reading No
Type
Component
Substrate-
- Side
-Condition
Color
Fioo`r•'
Result `
l Results (mg/cm2)
71
PAINT
CLOSET DOOR JAMB
WOOD
A
FAIR
GREY
RESTROOM
Negative
<.03
72
PAINT
WALL
DRYWALL
A
FAIR
WHITE
FOOD PREP
Negative
< .03
73
PAINT
WALL
DRYWALL
B
FAIR
WHITE
FOOD PREP
Negative
<.03
74
PAINT
WALL
DRYWALL
C
FAIR
WHITE
FOOD PREP
Negative
<.03
75
PAINT
CEILING
DRYWALL
FAIR
WHITE
FOOD PREP
Negative
< 03
76
PAINT
FLOOR
VINYL
FAIR
WHITE
FOOD PREP
Negative
<.03
77
PAINT
HVAC DUCT
METAL
FAIR
WHITE
FOOD PREP
Negative
<.03
78
PAINT
WALL
DRYWALL
A
FAIR
WHITE
OFFICE
Negative
<.03
79
PAINT
WALL
DRYWALL
B
FAIR
WHITE
OFFICE
Negative
<.03
80
PAINT
WALL
DRYWALL
C
FAIR
WHITE
OFFICE
Negative
<.03
81
PAINT
WALL
DRYWALL
D
FAIR
WHITE
OFFICE
Negative
< .03
82
PAINT
CEILING
DRYWALL
FAIR
WHITE
OFFICE
Negative
<.03
83
PAINT
DOOR FRAME
WOOD
A
FAIR
GREY
OFFICE
Negative
< .03
84
PANT
DOOR JAMB
WOOD
B
FAIR
GREY
OFFICE
Negative
<.03
S5
PAINT
DOOR
WOOD
D
FAIR
GREY
OFFICE
Negative
< .03
S6
PAINT
DOOR FRAME
WOOD
D
FAIR
GREY
OFFICE
Negative
<.03
87
PAINT
DOOR JAMB
WOOD
D
FAIR
GREY
OFFICE
Negative
<.03
S8
PAINT
DOOR
METAL
D
FAIR
METAL
FREEZER
Negative
<.07
89
PAINT
DOOR JAMB
METAL
A
FAIR
METAL
FREEZER
Negative
<.06
90
PAINT
WALL
METAL
A
FAIR
METAL
FREEZER
Negative
<.06
91
PAINT
WALL
METAL
B
FAIR
METAL
FREEZER
Negative
<.05
92
PAINT
WALL
METAL
C
FAIR
METAL
FREEZER
Negative
<.08
93
PAINT
WALL
METAL
D
FAIR
METAL
FREEZER
Negative
< .04
94
PANT
CEILING
METAL
FAIR
METAL
FREEZER
Negative
<.06
95
PANT
WALL
BRICK
A
FAIR
RED
EXTERIOR
Negative
< .03
Hazardous Building Materials Inspection
2312 West Nob Hill Boulevard, Yakima, Washington
Appendix C-2
2312 West Nob Hill Blvd. XRF Results
Reading No
Type
Component
Substrate
Side
Condition
Color
Floor
Result
Results (mg/cm2)
96
PAINT
WALL
BRICK
D
FAIR
RED
EXTERIOR
Neeative
<.08
97
PAINT
WALL
METAL
B
FAIR
WHITE
EXTERIOR
Negative
<.3
98
PAINT
WALL
METAL
C
FAIR
WHITE
EXTERIOR
Negative
<.1
99
PAINT
WALL
BRICK
A
FAIR
BEIGE
EXTERIOR
Null
<.07
100
PAINT
WALL
BRICK
D
FAIR
BEIGE
EXTERIOR
Negative
< .03
101
PAINT
PIPE
METAL
D
FAIR
PALE GREEN
EXTERIOR
Negative
< 06
102
PAINT
SOFFIT
METAL
D
FAIR
WHITE
EXTERIOR
Negative
< .39
103
PAINT
TRI\1
METAL
D
FAIR
PALE GREEN
EXTERIOR
Negative
<.08
104
PAINT
TRIM
METAL
D
FAIR
PALE GREEN
EXTERIOR
Negative
<.14
105
PAINT
SOFFIT
METAL
D
FAIR
WHITE
EXTERIOR
Negative
<.38
106
PAINT
CAL
Positive
1.1
107
PAINT
CAL
Positive
1
108
PAINT
CAL
Positive
1.2
109
PANT
CAL
Positive
1.1
110
PAINT
CAL
Positive
1
Instrument calibrations were performed before and after lead testing. The instrument was performing within acceptable limits. Due
to method variability, <1 00 mg/cm' is the limit of detection (LOD) for this report, unless stated otherwise.
Equipment: Thermo Scientific Portable XRF Analyzers. model XLP, serial #91112
Source date' April 15, 2014
Technician Levi Wyatt
Date Used: 10/30/14
Hazardous Building Materials Inspection Appendix C-3
2312 West Nob Hill Boulevard, Yakima. Washington
INN am mu am Noir im—mour- -mu mu- am um
1.888.NVL.LABS
tf,
www.nvlIabs.com
November 3, 2014
Levi Wyatt
Fulcrum Environmental Consulting, Inc. -Y
406 N. 2nd Street
Yakima, WA 98901
RE: Metals Analysis; NVL Batch # 1419517.00
Dear Mr. Wyatt,
INK\710,.
L A B S
INDUSTRIAL
HYGIENE
SERVICES
L„oorerory I Monigernent I Training
Enclosed please find the test results for samples submitted to our laboratory for analysis
Preparation of these samples was conducted following protocol outlined in EPA Method SW 846
-3051 unless stated otherwise. Analysis of these samples was performed using analytical
instruments in accordance with U.S. EPA, NIOSH, OSHA and other ASTM methods.
For matrix materials submitted as paint, dust wipe, soil or TCLP samples, analysis for the presence
of total metals is conducted using published U.S EPA Methods. Paint and soil results are usually
expressed in mg/Kg which is equivalent to parts per million (ppm). Lead (Pb) in paint is usually
expressed in mg/Kg (ppm) , Percent (%) or mg/cm2 by area. Dust wipe sample results are usually
expressed in ug/wipe and ug/ft2 TCLP samples are reported in mg/L (ppm). For air filter samples,
analyses are conducted using NIOSH and OSHA Methods. Results are expressed in ug/filter and
ug/m3. Other matrix materials are analyzed accordingly using published methods or specified by
client. The reported test results pertain only to items tested. Lead test results are not blank
corrected.
For recent regulation updates pertaining to current regulatory levels or permissible exposure
levels, please call your local regulatory agencies for more details.
This report is considered highly confidential and will not be released without your approval.
Samples are archived for two weeks following analysis. Samples that are not retrieved by the
client are discarded after two weeks.
Thank you for using our laboratory services. if you need further assistance please feel free to call
us at 206-547-0100 or 1-888-NVLLABS.
Sincerely,
ACCREDITED IABO A1Oflk'
NVL Laboratories, Inc
4708 Aurora Ave N, Seattle, WA 98103
p 206.517.0100 I 1206.634,1936
NVL Laboratories, Inc.
470$ Aurora Ave N, Seattle WA YA lQi
p 2I) 547 011111 1 1 ,Ol) 6:•1 I`.).i(% I v.vnv 11141.d6s cr
Analysis Report
Total Lead (Pb)
Client: Fulcrum Environmental Consulting, Inc. -Y
Address: 406 N. 2nd Street
Yakima, WA 98901
Attention: Mr. Levi Wyatt
Project Location' 2312 West Nob Hill Blvd. HBM
Lab ID Client Sample #
L ABS
Batch #: 1419517.00
Matrix. Paint
Method. EPA 3051/70006
Client Project #. 141342
Date Received: 10/31/2014
Samples Received: 10
Samples Analyzed: 10
Sample RL in Results Results in
Weight (g) mg/Kg in mg/Kg percent
14136521 PC -01
0.1877 51.0
<51.0 <0.0051
14136522 PC -02 0.1589 60.0 < 60.0 <0.0060
14136523 PC -03 0 1930 50.0 < 50.0 <0 0050
14136524 PC -04 0.1947 49 0 <49.0 <0.0049
14136525 PC -05 0.1936 49.0 <49.0 <0.0049
14136526 PC -06 0.1966 49.0 260 0 0 0260
14136527 PC -07 0.1933 50.0 140.0 0 0140
14136528 PC -08 0.1699 56.0 < 56.0 <0 0056
14136529 PC -09 0 1916 50.0 470 0 0 0470
14136530 PC -10 0.2050 47.0 47 0 0.0047
Sampled by: Client
Analyzed by: Yasuyuki Hide
Reviewed by: Nick Ly
Date Analyzed: 11/03/2014
Date Issued: 11/03/2014
mg/ Kg =Milligrams per kilogram
Percent = Milligrams per kilogram / 10000
Note • Method QC results are acceptable unless stated otherwise.
Unless otherwise indicated, the condition of all samples was acceptable at time of receipt.
RL = Reporting Limit
'<' = Below the reporting Limit
Bench Run No 34-1103-3 Page 1 of 1
LABS
INDUSTRIAL
HYGIENE
SERVICES
Laboratory ( Management 1 Training
METALS
CHAIN OF CUSTODY
Company Fulcrum Enviornmental Consulting Inc
Address 406 North Second Street
Yakima, Washington
Phone 509-574-0839
Turn Around Tirr
D 2 Hour
3 2 Days
J 5 Days
1
J 3 Days
3 6-10 Days
19Y17
Please call for TAT less than 24 Hours
Project Manager Levi Wyatt
Cell
3 4 Days
Email Iwyatt@efulcrum.net
Fax ( 509 ) 575 - 8453
Project Name/Number 141342 I ProjectLOCation 2312 West Nob Hill Blvd HBM
*total Metals
J rcu'
J FAA (ppm
_t It" P tPPM
J GFA/\ lupin
_I t. VAn torn;
J Air Filter Paint Chips (%) 7 Soil
J Paint Chips (cm) J Dust Wipes
3 Otinking Water J Waste Water
7 Othet_
RCRA 8
3 Barium J Chromium 7 Silver
3 Arsenic 3 Mercury Lead
7 Selenium 3 Cadmium
RCRA 11
7 Copper
.3 Zinc
3 Othet
Reporting Instructions
.Call ( )
J Fax ( )
El Email Iwyatt@efulcrum.net
Total Number of Samples
Sampled by
Relinquish by
n,..
1
PC -01
White paint on east store wall/GWB
Futemtn Environmental Canu I sg
2
PC -02
Grey paint on door frame to food prep/wood
3
PC -03
White paint on west store wall/GWB
4
PC -04
Light grey paint on restroom door/wood
5
PC -05
White paiint on HVAC ductwork/metal
6
PC -06
White paint on east exterior wall/metal
7
PC -07
Pale green paint on pipe of west exterior/metal
8
PC -08
Beige paint on west exterior/brick
9
PC -09
White paint on north soffit/metal
10
PC -10
Beige/grey paint on west exterior trim/metal
11
12
13
14
15
Sampled by
Relinquish by
Office Use Only
Received by
Analyzed by
Called by
Faxed/Email by
f ,LNn nn•
Yasuyukl H da
Si na , re _ ter Comparjt( L L
Da
7iteon , Py
4708 Aurora Ave N, Seattle, WA 98103 1 p 206.547.0100 1 f 206 6343.936 1 www.nvllabs.com
Levi Wyatt
Futemtn Environmental Canu I sg
10/30/14
3:00
Office Use Only
Received by
Analyzed by
Called by
Faxed/Email by
f ,LNn nn•
Yasuyukl H da
Si na , re _ ter Comparjt( L L
Da
7iteon , Py
4708 Aurora Ave N, Seattle, WA 98103 1 p 206.547.0100 1 f 206 6343.936 1 www.nvllabs.com
1.888.NVL.LABS
www.nvllz hs.corn
November 5, 2014
Levi Wyatt
Fulcrum Environmental Consulting, Inc. -Y
406 N. 2nd Street
Yakima, WA 98901
RE: Metals Analysis; NVL Batch # 1419493.00
Dear Mr. Wyatt,
L ABS
INDUSTRIAL
HYGIENE
SERVICES
L,iorabut y A9anayenu}nt I Tt;tiltintg
Enclosed please find the test results for samples submitted to our laboratory for analysis
Preparation of these samples was conducted following protocol outlined in EPA Method SW 846
-3051 unless stated otherwise Analysis of these samples was performed using analytical
instruments in accordance with U S EPA, NIOSH, OSHA and other ASTM methods
For matrix materials submitted as paint, dust wipe, soil or TCLP samples, analysis for the presence
of total metals is conducted using published U S. EPA Methods. Paint and soil results are usually
expressed in mg/Kg which is equivalent to parts per million (ppm). Lead (Pb) in paint is usually
expressed in mg/Kg (ppm) . Percent (%) or mg/cm2 by area. Dust wipe sample results are usually
expressed in ug/wipe and ug/ft' TCLP samples are reported in mg/L (ppm). For air filter samples
analyses are conducted using NIOSH and OSHA Methods Results are expressed in ug/filter and
ug/m3. Other matrix materials are analyzed accordingly using published methods or specified by
client. The reported test results pertain only to items tested. Lead test results are not blank
corrected
For recent regulation updates pertaining to current regulatory levels or permissible exposure
levels, please call your local regulatory agencies for more details.
This report is considered highly confidential and will not be released without your approval.
Samples are archived for two weeks following analysis Samples that are not retrieved by the
client are discarded after two weeks
Thank you for using our laboratory services. if you need further assistance please feel free to call
us at 206-547-0100 or 1-888-NVLLABS
Sincerely,
Nic Ly, Technical Director
tAIHA°up; LIC,
tiVtfa LORiDaub
nozirairm,
Rt�}iQI.N7R,.U0r5 r- ,
14341086i
NVL LaborsttOries, inc.
4708 AitirJrA Ave N, Seattle, WA 98101
r, 906,S47.0.100 206 5311 1936
NVL Laboratories, Inc.
4708 Aurora Avo N, Scania, WA 98101
p.(G.Sv170100 1 >10(i514 WM, worn nvIlahtisum
Client:
Address:
Analysis Report
Toxicity Characteristic Leaching Procedure • Lead (Pb)
Fulcrum Environmental Consulting, Inc. -Y
406 N. 2nd Street.
Yakima, WA 98901
Attention: Mr. Levi Wyatt
Project Location: 2312 West Nob Hill Blvd. HBM
Lab ID Client Sample #
14136441 A -I
INVIL
L ABS
Batch #: 1419493.00
Matrix: Bulk
Method: EPA 1311/7000B
Client Project #: 141342
Date Received: 10/31/2014
Samples Received: 1
Samples Analyzed: 1
RL Results Results In
mg/ L in mg/L ppm
0.5 < 0.5 < 0.5
Sampled by: Client
Analyzed by: Yasuyuki Hida
Reviewed by: Nick Ly
Date Analyzed: 11/05/2014
Date Issued: 11/05/2014
mg/ L =Milligrams per liter
ppm = parts per million
Note : Method QC results are acceptable unless stated otherwise.
Unless otherwise indicated, the condition of all sam+les was acce.table at time of recei
Bench Run No: 34-1104-9
RL = Reporting Limit
'<' = Below the reporting Limit
Page1of1
IN�VIV .
LARS
INDUSTRIAL
HYGIENE
SERVICES
Laboratory 1 Management 1 Training
METALS
CHAIN OF CUSTODY
Company Fulcrum Enviornmental Consulting Inc
Address 406 North Second Street
Yakima, Washington
Phone 509-574-0839
Turn Around Time
112 Hour
J 2 Days
J5 Days
J 4 Hours
J 3 l:)ays
6-1.0 Days
Please call for TAT less than 24 Hours
Project Manager Levi__Wyatt_
Cell ( 1
Email Iwyatt@efulcrum.net
Fax t 509 1 575.8453
J 24 Hours
J 4 Days
Project Name/Number 141342 1P-jectLucati- 2312 West Nob Hill Blvd HBM
J Total Metals
rCtP
J Air Filter J Paan Chips (%)
J Paint Chips (cm) J Dust Wipes
J Drinking Water 7 Waste Water
J Other
Soil
RCRA 8
J barium J Chromwn, J Silver
J Arsenic J Mercury At.ead
J Selen,um J Cadmium
RCRA 11
J Copper
J Zinc
J Other
Reporting Instructions
JCall
J Fax i )
Email Iwyatt@efulcrumnet
Total Number of Samples
Sample ID
2
Description
Painted wood I %o
Concrete 80.4
3
4
5
6
7
8
9
C Unpainted wood ,p
Metal 11 °/,
E GWB-drywall 0,
F Brick 9'70
A/R
H Insulation 0.5%
Roofing material a01
10
11..
12
13
14
15 .,
Sampled by
Relinquish by
Office Use Only
Pont ";i
Received by
Print Name
Signature
Levi Wyatt
Company
rulcruni Envlranolontal Consulting
Date
10/30/14
lime
3:00
Analyzed by YesUyulM Hide
Called by
Faxed/Email by
4708 Aurora Ave N, Seattle, WA 08103 I p 206.5470100 1 f 206.634.1936 1 www nvllahs.com
January 16, 2015
City of Yakima, Washington
ADDENDUM NO. 2
to the
Bid Proposal, Contract Documents, and Special Provisions
for
FORMER TIGER OIL SITE INTERIM REMEDIAL ACTION
Project No. 2389
TO ALL PLANHOLDERS:
Your are hereby notified of the following changes, deletions, additions and corrections to the plans,
specifications, and other documents comprising the contract documents for the City of Yakisna's Former
Tiger Oil Interim Remedial Action project.
1. Technical Specification Section 02.52.00
REPLACE SECTION 02.52.00 in its entirety with the attached, revised section. Note that changes
to Section 02.52.00 have been identified as:
DELETIONS are provided in stritigk.
ADDITIONS are red and bold.
2. Construction Plan Set Sheet C6.0
REPLACE SHEET C6.0 in its entirety with the attached, revised sheet. Note that changes to Sheet
C6.0 include:
REPLACE "0.003 -SLOTTED" with "0.030 -INCH SLOTTED" specific to the infiltration
gallery screen size.
3. Constriction Plan Set Sheet C6 1
REPLACE SHEET C6.1 in its entirety with the attached, revised sheet. Note that changes to Sheet
C6.1 include:
REPLACE "0.003-SLO 1"1 ED" with "0.030 -INCH SLOTTED" specific to the infiltration
gallery screen size.
4 Pre -Bid Questions
ATTACHED TO THIS ADDENDUM are questions and corresponding answers received by the
City of Yakima a minimum of five working days prior to the revised bid opening of January 21, 2015.
MAUL FOSTER & ALONGI, INC.
Justin L. Clary, PE
Issued. January 16, 2015
Addendum No 2
1 Project No. 2389
Received and Acknowledged.
Addendum No. 2
Contractor
By
Title
Date
2
Proleer No 2389
SECTION 02 52 00
GROUNDWATER TREATMENT SYSTEM
PART 1 GENERAL
1.1 SECTION INCLUDES
A. This work includes construction of a subsurface, horizontal treatment
injection manifold system identified on the Contract Drawings.
1.2 SUBMITTALS
A. See Section 01 30 00 - Administrative Requirements, for submittal
procedures.
1. Preconstruction Submittals
a. Copies of licenses and certifications as required by all
applicable jurisdictions to complete the specified work
including all appropriate HAZWOPER certifications.
b. Health and Safety Plan specific to CONTRACTOR operations.
c. Flush -mount treatment system access vault design.
2. Construction Submittals
a. Infiltration pipe bedding sand sieve analyses.
3. Post Construction Submittals
a. One as -built survey stamped and certified by a licensed
Surveyor in the State of Washington showing the final
groundwater treatment system piping alignment and elevation.
1.3 REFERENCE STANDARDS
A. ASTM D2855 - Standard Practice for Making Solvent -Cemented Joints with
Poly(Vinyl Chloride) (PVC) Pipe and Fittings; 2010.
1.4 DEFINITIONS
A. Qualified Personnel: Workers meeting the requirements as outlined by
the Occupational Safety and Health Administration (OSHA) and
Washington OSHA standards for work in which contact with hazardous
materials during removal activities may occur.
1.5 HEALTH AND SAFETY
A. QUALIFIED PERSONNEL
1. All on-site activities in which workers may come in contact with
soil not designated as clean fill must be conducted by qualified
personnel.
2. Qualified personnel shall be certified in an OSHA 40 hour approved
hazardous waste operations and emergency response (HAZWOPER)
training course before commencing work and have at least three
days of field experience under a trained, experienced supervisor
as well as refresher training obtained within the past year (if
applicable).
3. Managers and supervisors directly responsible for work shall have
an additional eight hours of specialized training in hazardous
waste management supervision.
B. PERSONAL PROTECTIVE EQUIPMENT (PPE) AND PERSONAL HYGIENE MEASURES
1. Workers shall be equipped with PPE as described in the contractor -
prepared health and safety plan (HASP).
2. The CONTRACTOR shall provide personal hygiene measures as required
for work in hazardous waste areas as described in the contractor -
prepared HASP.
0818 02.01 / Tiger Oil Site Remedial Action 02 52 00 - 1 GROUNDWATER TREATMENT SYSTEM
PART 2 PRODUCTS
2.1 GROUNDWATER TREATMENT SYSTEM PIPING
A The following materials shall be used in construction of the:
1 Conveyance Pipe. 4 -inch diameter, Schedule 40 polyvinyl chloride
(PVC) pipe.
2. Infiltration Pipe. 4 -inch diameter, 0.003 inch slot0.030-inch
slot, Schedule 40 PVC screened pipe.
3. Fittings. 4 -inch diameter, Schedule 40 PVC pipe fittings, as
applicable.
4. Primer/Cement. Industry standard primer and cement applicable to
Schedule 40 PVC pipe and fittings.
2.2 GROUNDWATER TREATMENT SYSTEM INFILTRATION PIPE BEDDING
A. 10-20 Colorado Silica Sand, or equivalent approved by ENGINEER.
2.3 PLASTIC COVER SHEETING
A. Plastic sheeting shall be minimum 10 -mil thickness, polyethylene
sheeting, or equivalent approved by the ENGINEER.
2.4 GROUNDWATER TREATMENT SYSTEM ACCESS
A. Treatment System Injection Access. Industry standard flush -mount well
vault design approved by ENGINEER.
B. Cleanout Access. Industry standard flush -mount well vault design
approved by ENGINEER.
PART 3 EXECUTION
3.1 HORIZONTAL INFILTRATION MANIFOLD CONSTRUCTION
A. Bedding material shall be placed following the infiltration pipe
alignment and in accordance with depths defined in the Contract
Drawings. Bedding material shall be brought up evenly on both sides of
the pipe for the full length and to a height above the pipe as defined
in the Contract Drawings.
B. Infiltration pipe shall be run as straight as practicable along the
alignment indicated on the Contract Drawings and with a minimum of
joints. Piping shall be installed to allow the freedom to expand and
contract at least 0.75 inch per 100 feet. All PVC pipe joints shall be
solvent cemented. A11 joining and curing shall comply with ASTM D2855
and with the instructions of piping and cement manufacturers.
C. Plastic sheeting, minimum 2.5 -foot width, shall be placed above and
centered on the infiltration pipe alignment in accordance with the
Contract Drawings.
3.2 CONVEYANCE PIPE CONSTRUCTION
A. Conveyance pipe may be placed upon standard backfill material, as long
as it is free from roots and other organic matter, trash, debris,
frozen materials, and stones larger than 3 inches.
B. Conveyance pipe shall be run as straight as practicable along the
alignment indicated on the Contract Drawings and with a minimum of
joints. Piping shall be installed to allow the freedom to expand and
contract at least 0.75 inch per 100 feet. All PVC pipe joints shall be
solvent cemented. A11 joining and curing shall comply with ASTM D2855
and with the instructions of piping and cement manufacturers.
3.3 GROUNDWATER TREATMENT SYSTEM ACCESS CONSTRUCTION
A. Treatment system injection and cleanout access points shall be
constructed at the locations identified on the Contract Drawings and
0818 02 01 / Tiger Oil Site Remedial Action 02 52 00 - 2 GROUNDWATER TREATMENT SYSTEM
in accordance with the ENGINEER -approved flush -mount treatment system
access vault design.
-- END OF SECTION --
0818 02.01 / Tiger Oil Site Remedial Action 02 52 00 - 3 GROUNDWATER TREATMENT SYSTEM
42 LF 4' DIA
SCH 40 PVC PIPE
DISPERSAL POINT AND CLEAN OUT
INJECTION POINT
4' PVC RISER
—30 LF 4 DIA 0 030 -INCH
SLOTTED SCH 40 PJC PIPE
30 LF 4' DIA 0 030-I8CH
SLOTTED SCH. 40 PVC PIPE
23 LE 4 DIA.—\
SCH 40 PVC PIPE
DISPERSAL POINT
UTILITY CPOSSIIIO
MAINTAIN MIDI C LEA PA NOES
INJECTION POINT
4' PVC RISER
AN 2 •
7
r A1Vr
/
/
/
/
/
r,1va lu
/
/
/
/
/
/
8/20/14
TIGER OIL WEST NOB HILL
CITY OF YAKIMA
YAKIMA, WASHINGTON
PROJECT 4415 J_
DESIGNED .
DRAWN J CA/LE/
CHECKED _I 7,P`
SCALE
SHEET TITLE
Elevation (Feet)
1100
1075
Elevation (Feet)
-Ex"
CLEAIJ OUT (CAPPED)
POINT OF INJECTION
I00 GPADE / SEE DETAIL 1 SHT o.2
8' BGS
9' BGS
BA C0FILL MIX
WITH ORC
R 0 4' DIA SCH, 40 PVC P.ISERE
SEE CROSS SECTION
POINT OF DISPERSAL
FINISH GRADE
42 LF 4' DIA
SCH, 40 PVC PIPE
1100
1095
1090
2.5' T 30' POLYVINYL SHEETING 10 MIL. MIN. 1085
30 LF 4
DIA, 0 030 -INCH
SLOTTED 500 40 PVC PIPE
1080
3' MINUS WASHED DPAINFIELD POCK
Station (Feet)
PROFILE VIEW OF SECTION INFILTRATION GALLERY 1 SW -NE (1 )
HORIZONTAL SCALE. 1" = 10' VERTICAL SCALE. 1"= 5'
VERTICAL EXAGGERATION: 2
INFILTRATION GALLERY 1 PROFILE VIEW
1100
1075
8' BGS
R'1305
CLEAN OUT (CAPPED)
FINISH GRADE
9 LF 4' DIA, SCH 40 PVC RISER
POINT OF DISPERSAL
BA01 FILL MIX�
WITH ORC
SEE CROSS SECTION
EXISTING GRADE POINT OF INJECTION
SEE DETAIL 1 SHT 62
42 LF 4' DIA
SCH. 40 PVC PIP)
'ii '�E;`
A:MI„
S:MTFlL243�
2 5' n 30' POLYVINYL
SHEETING 10 MIL MIN.
30 LF 4' DIA 0.030 -INCH
SLOTTED SCH 40 PVC PIPE
MUS WASHED DRA INFIELD ROCK
1075
1100
- — 1095
— 1090
— 1085
— 1080
Station (Feet)
PROFILE VIEW OF SECTION INFILTRATION GALLERY 1 E -W (1 )
HORIZONTAL SCALE. 1" = 10' VERTICAL SCALE. 1"= 5'
VERTICAL EXAGGERATION: 2
1075
4
Elevation (Feet)
1100
1075
FINISH GRADE
�EXISTII-IG GPAC
POINT OF DISPERSAL
2 5'r 30' POLYVINYL
SHEETING 10 MIL. MIS.
20
SCH 40
8' BGS
9' BGS
30 LF 4' DIA, 0030 -INCH
SLOTTED SCH.40 PVC PIPE
3" MINUS WASHED DRAIPIFIELD POCK.
PROFILE VIEW OF SECTIO
HORIZONTAL SCAT
VERT)
INFILTRATION GALLERY 2 PROFILE VIEW
4
85'800
a
2<
G=
4 J s
G
Contractor Bid Questions Received by January 14, 2015
Former Tiger Oil Site Interim Remedial Action Bid Package (Project No. 2389)
City of Yakima, Washington
1 Will the interior items in the former convenience store, such as counters, shelving, freezers, be moved out
prior to abatement or is that the responsibility of the contractor?
Response: Demolition of the building, including removal and appropriate disposal of all building contents, shall be the
responszbiliy of the contractor.
2 If benching/sloping the excavation in areas not associated with building foundations is necessary, will the
contractor be paid for work to install benching/sloping under Bid Item 9?
Response: The contractor i hall be required to conduct all work in accordance with applicable U.S Occupational Safe Oz and
Health Administration (O51 -L/1) regulations. Any equipment/ processes necessary to comply with OSFL/11 regulations should
be built into the bidder's proposal.
3 What is the planned turn -around time for confirmation and stockpile samples? If it is not 24 -hours, is that
an option?
Response: The analytical laboratory turnaround time far excavation base and sidewall conformational soil samples is the
standard two week turnaround (note that base/szdewall results will not drwe additional excavation under this antenna remedial
action). The turnaround time for stockpile charactentiatzon soil samples will be dictated by how quickly a laboratory can process
toxicity characteristic leaching procedure (TCLP) soil samples (typically three to four dcys).
4. Please provide tabulated analytical data from previous investigations associated with the proposed
excavation area.
Response: In December 2004, Tetra Tech FIE'; Inc. conducted underground storage tank removal, limited petroleum
contaminated soil removal and installation of a soil vapor extraction system, the activities of which are documented in a letter
report dated March 11, 2005 During this effo. rt, soil samples were collected and analytied for petroleum hydrocarbon -related
contaminants from within the anticipated extent of excavation proposed under the pending interim remedial action. %1 ttached is
Table 1, Analytical Results, and Figure 2, UST Removal/SI- E Installation, from the referenced report. Samples ES -01-
08, ES -24-12, ES -25-12, ES -26-12, ES -27-11, ES -28-12, and ES -29-11 were collectedf root within the approximate
extent of the planned excavation.
5 Can we get analytical reports for the soil so we can get pre -approved for disposal and cost?
Response: See response to Question No 4
6. I need clarification on the well screen size for the infiltration piping Typical pipe slot size is 0 010 and
0 020 I have asked drilling companies and they are not familiar with your spec of 0 003
Response: The screen slot sz:ze spec fed in Technical Specification Section 02.52.00, Part 2.1.4.1 and on Plan Set Sheets
C6 0 and C6.1 should be 0.030 -inch.
7 Flow many CY of backfill are to be treated with ORC?
Response:: Based on the excavation estimates, approximately 200 czzbzcyards of backfill will require mixing with RegenOx, or
equivalent, and approximately 620 cubic yards of backfill will require mixing with ORC'a, or equivalent.
MI MN i N — — N = = W r — ! I 111111
WEST NOB HILL BOULEVARD
N
N
S MW -12
RW -12
DIESEL ES -30-11 (ABANDONED)
UST EXCAVATIONS
,�
® KMW-8 ,*A
ES -15-02 44,
ES -13-10 EAST TRENCH ‘.
Y'��:�CC
ES -09-11 �
�I 111 ES -10-11 (DUP) ES -29-11 j
ES -08-13
•
L,J
o 0 (0l
MW -15
ES -11-10 SOUTH TRENCH
0_
�j
ES -16-02 ®1 ��I
•
ES
MW -10
-12-10 ES -28-12 .'*AVf ` ,�1 ®KMW-20
.+�����
ES -27-11 �.��
MW -09
ES -24-12 ♦4•�1:, &REMOVED)
LEGEND
LJ �' A.
,
ES -02-13
ES -17-02 ES -01-08 ES -25-12 �4k. S MW -7
Z ES -04-09 ES -26-12 (DUP)
I
KMW-01 ® MONITORING WELL
ES Q EYGAVAroN SOIL
-L1 KMW-07®
> v
-12-10 SAMPLE
Q
C�1 ES -06-10
0
0
o
o
'�
TI GER
0 25 50
ES -05-13
MART
0 ES -03-13
c
Ill
IES -07-10
9MW-8
APPROXIMATE SCALE IN FEET
J
6)MW-11
GASOLINE UST
S RW -3
(ABANDONED)
Ci TRAAT IN
®�' 12100 NE 195th Street
NE
00
BBoott�ie11 Wa, 98011
ea
TEL s 7503 DX (4�g'
EXCAVATION
MUSIC STORE
Figure 2
UST Removal/SVE InstAllation
Tiger Oil Facility
r i
2312 West Nob Hill Blvd
Yakima, Washington
MI MN i N — — N = = W r — ! I 111111
M IIIIII E - 11111111 M N M I M I = M N N
Table 1. Analytical Results
Gasoline USTs Excavation
Diesel UST Excavation
Diesel
Stockpile
Dispensers
SAMPLES
SS -19-00
ES -01-08
ES -02-13
ES -03-13
ES -04-09
ES -05-13
ES -06-10
ES -07-10
ES -08-13
ES -09-11
ES -10-11
ES -11-10
ES -12-10
ES -13-10
SS -14-06
ES -15-02
ES -16-02
ES -17-02
LOCATION
stockpile
sample # 3
E wall of
gas UST
excavation
under E
tank of gas
UST
excavation
under
center tank
of gas UST
excavation
N wall of
gas UST
excavation
under W
tank of gas
UST
excavation
W wall of
gas UST
excavation
S wall of
gas UST
excavation
under tank
of diesel
UST
excavation
W wall of
diesel UST
excavation
W wall of
diesel UST
excavation
(DUP)
E wall of
diesel UST
excavation
S wall of
diesel UST
excavation
N wall of
diesel UST
excavation
diesel
stockpile
sample
Under E
end of N
island
dispenser
Under E end
of center
island
dispenser
Under E
end of S
island
dispenser
Depth (ft)
NA
8
13
13
9
13
10
10
13
11
11
10
10
10
NA
2
2
2
1100
-
-
ND (<0.6)
3.6
10
82
81
-
-
ND (<0.06)
0.09
0.2-
0.8
680
-
-
ND (<0.6)
2.1
6.3
42
Analytes
units
TPH-G
TPH-D
TPH-lube
benzene
toluene
ethylbenzene
xytenes
mg/kg
mg/kg
mg/kg
mg/kg
mg/kg
mg/kg
mo/kg
ND (<3)
-
-
ND (<0.03)
ND (<0.05)
ND (<0.05)
ND (<0.2)
ND (<3)
-
-
ND (<0.03)
ND (<0.05)
ND (<0.05)
ND (<0.2)
6
-
0.3
ND (<0.05)
0.2
0.4
350
-
-
1.3
2.8
3.1
25
150
-
-
0.7
0.3
2.2
8.3
3
-
-
ND (<0.03)
ND (<0.05)
ND (<0.05)
ND (<0.2)
8500
-
-
5.1
100
120
700
54
450
ND (<50)
ND (<0.03)
ND (<0.05)
0.2
0.4
-
ND (<25)
ND (<50)
ND (<0.03)
NO (<0.05)
ND (<0.05)
ND (<0.2)
-
ND (<25)
ND (<50)
ND (<0.03)
ND (<0.05)
ND (<0.05)
ND (<0.2)
-
NO (<25)
81
ND (<0.03)
ND (<0.05)
ND (<0.05)
ND (<0.2)
-
ND (<25)
NO (<50)
NO (<0,03)
ND (<0.05)
ND (<0.05)
ND (<0.2)
-
ND (<25)
ND (<50)
ND (<0.03)
ND (<0.05)
ND (<0.05)
ND (<0.2)
-
ND (<25)
ND (<50)
-
-
-
-
NO (<3)
-
-
NO (<0.03)
ND (<0.05)
ND (<0.05)
ND (<0.2)
ND (<3)
-
-
ND (<0.03)
ND (<0.05)
ND (<0.05)
ND (<0.2)
ND (<3)
-
-
ND (<0.03)
ND (<0.05)
ND (<0.05)
ND (<0.2)
MTBE
EDC
EDB
uglkg
ug/kg
uglkg
-
-
-
-
ND (<10)
ND (<10)
ND (<5)
-
-
-
-
-
-
-
-
ND (<10)
ND (<10)
NO (<5)
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
lead
mg/kg
-
-
ND (<4.4)
-
-
32
-
-
-
-
-
-
-
Stockpile
SVE Trenches
SAMPLES
SS -18-00
SS -19-00
SS -20-00
SS -21-00
SS -22-00
SS -23-00
SS -31-11
SS -32-10
ES -24-12
ES -25-12
ES -26-12
ES -27-11
ES -28-12
ES -29-11
ES -30-11
LOCATION
stockpile
sample # 1
stockpile
sample # 1
(DUP)
stockpile
sample # 2
stockpile
sample # 3
stockpile
sample # 4
stockpile
sample # 5
stockpile
sample # 6
stockpile
sample # 7
center of S
trench
S end of E
trench
S end of E
trench
(DUP)
center -W
end of S
trench
W end of S
trench
center of E
trench
N end of E
trench
Depth (ft)
NA
NA
NA
NA
NA
NA
NA
NA
12
12
12
11
12
11
11
Analytes
units
TPH-G
TPH-D
TPH-Iube
benzene
toluene
ethylbenzene
xylenes
mg/kg
mg/kg
mg/kg
mg/kg
mg/kg
mg/kg
mg/kg
1400
-
-
ND (<1.5)
9.7
19
120
1100
-
-
ND (<0.6)
3.6
10
82
81
-
-
ND (<0.06)
0.09
0.2-
0.8
680
-
-
ND (<0.6)
2.1
6.3
42
1500
-
- -
8.1
42
26
170
1800
-
-
5.2
59
31
210
2700
-
ND (<3.0)
33
38
200
1200
-
-
0.8
ND (<1.0)
4.3
16
7500
-
25
200
110
530
91
-
0.6
0.9
0.8
4.2
170
-
1.3
2.3
1.8
9.3
8400
-
-
40
220
130
630
400
-
0.8
6.5
5.3
30
11
-
-
0.13
ND (<0.05)
0.06
0.3
1900
-
-
7.8
30
15
77
MTBE
EDC
EDB
ug/kg
ug/kg
ug/kg
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
lead
mg/kg
-
-
-
-
-
-
-
-
-
-
-
-
-
-
DEPARTMENT OF UTILITES AND ENGINEERING
Debbie Cook, PE, Director
Engineering Division
129 North Second Street
Yakima, Washington 98901
(509) 575-6111 • Fax (509) 576-6305
Monday, January 26, 2015
10 Environmental & Infrastructure, Inc.
2200 118th Avenue SE
Bellevue, WA 98005
Re Former Tiger Oil Site Interim Remedial Action
City Project No 2389
Dear Sirs
The City Manager of the City of Yakima has authorized an award of the contract for the above referenced
project to your company on the basis of your low bid submitted on January 21, 2015 in the amount of
$459,979.84.
This letter is official notification of the award of the contract to your company by the City of Yakima
Enclosed are a copy of the proposal, three copies of the contract and a performance bond form Please Ii
sign and return all copies of the contract form to this office, along with the fully executed performance bond
and certificate of insurance, within ten (10) calendar days
We have also included a Liability Certificate Checklist for you and your surety's convenience When these
items have been approved, the City will execute the contract form and bind a signed contract, certificate,
and proposal into contract document books The three completed books will be distributed to the City
Clerk, City Engineer and Contractor
Once the Performance Bond and Insurance Certificate have been approved we will notify you to contact
Bruce Floyd, Construction Supervisor, of our office to schedule a pre -construction conference and to
discuss various forms and documentation that must be completed and turned into him at the Pre -
construction Conference The Notice to Proceed will also be discussed at the Pre -construction Conference
Bruce's office phone is (509) 575-6138
For your information, we are enclosing a copy of the bid summary for this project.
Sincerely,
Brett Sheffield, PE
Chief Engineer
encl.
cc: Debbie Cook, Director of Engineering & Utilities
Bruce Floyd, Construction Engineer
Michael Stringer, Maul Foster & Alongi, Inc.
Susie Cutter, Contract Specialist
City Clerk
Finance
File
City of Yakima
BID PROPOSAL, CONTRACT DOCUMENTS, AND SPECIAL PROVISIONS
FOR:
FORMER TIGER OIL SITE INTERIM
REMEDIAL ACTION
Project No. 2389
Winter/Spring 2015
City of Yakima
129 N 2nd Street
Yakima, WA 98901
Phone (509) 576-6797
Contact: Brett Sheffield, PE
Email Brett.Sheffield@yakimawa gov
Maul Foster & Alongi
1329 N State Street, Suite 301
Bellingham, WA 98225
Phone (360) 594-6260
Contact: Justin Clary, PE
Email JCIary@maulfoster com
City of Yakima - Engineering Project 1
City of Yakima
Former Tiger Oil Site
TABLE OF CONTENTS
INSTRUCTIONS TO BIDDERS...... 5
BIDDER'S CHECK LIST 9
BID FORMS 10
PROPOSAL. 11
ITEM PROPOSAL BID SHEET 12
BID BOND FORM 13
BIDDER CERTIFICATION 14
PROPOSAL 15
QUALIFICATION OF BIDDER 16
NON -COLLUSION DECLARATION 17
SUBCONTRACTOR CERTIFICATION 18
NOTICE TO ALL BIDDERS 19
CONTRACT FORMS .......... 20
PERFORMANCE BOND. 22
MINIMUM WAGE AFFIDAVIT........ 24
PREVAILING WAGE RATES .. 28
COMPLIANCE WITH IMMIGRATION AND NATURALIZATION ACT.. 29
NON-DISCRIMINATION PROVISION . 30
WOMEN AND MINORITY BUSINESS ENTERPRISE POLICY. . 31
AFFIRMATIVE ACTION PLAN 33
MATERIALLY AND RESPONSIVENESS 35
City of Yakima — Engineering Project 2
INVITATION TO BID
NOTICE IS HEREBY GIVEN that sealed bids will be received by the City Clerk of the
City of Yakima, 129 North 2nd Street, Yakima, Washington, 98901 until 3:00 p.m. on
January 14, 2015 and will then and there be opened and publicly read for the
construction of
CITY OF YAKIMA
Former Tiger Oil Site Interim Remedial Action
City Project No. 2389
This project consists of furnishing all labor, materials and equipment to cleanup
contamination at the former Tiger Oil Site located at 2312 W. Nob Hill Boulevard,
including building demolition, asbestos abatement, excavation, stockpiling and
management of petroleum -impacted soil, application of oxygen releasing compounds as
part of the in situ treatment, hauling and disposing of the petroleum -impacted soil to an
appropriately certified landfill, backfill, compaction, grading, paving and all related work.
All work is to be in accordance with the plans and specifications as prepared by the City
Engineer of the City of Yakima.
All bid proposals shall be accompanied by a bid proposal deposit in cash, certified
check, cashier's check or surety bond in an amount equal to five percent (5%) of the
amount of such bid proposal. Should the successful bidder fail to enter into such
contract and furnish satisfactory performance bond within the time stated in the
specifications, the bid proposal deposit shall be forfeited to the City of Yakima.
Complete digital project bidding documents are available at www.questcdn.com. You
may download the digital plan documents for $20.00 by inputting Quest project
#3620632 on the website's Project Search page. Please contact QuestCDN.com at
(952) 233-1632 or info@questcdn.com for assistance in free membership registration,
downloading, and working with this digital project information. An optional paper set of
project plans and specifications may be obtained at the Office of the City Engineer, (509)
575-6111, located at 129 North 2nd Street, Yakima, WA 98901, upon payment in the
amount of $150.00 for each set, non-refundable. Project questions should be directed
to Brett Sheffield at (509) 576-6797.
Informational copies of maps, plans, and specifications are on file for inspection in the
Office of the City Engineer of Yakima in Yakima, Washington and at plan centers in
Yakima and Kennewick, Washington.
There will be a pre-bid conference held to discuss this project and answer questions
from prospective bidders. The meeting is scheduled for 10:00 am on January 6, 2015 in
the Council Chambers in the Yakima City Hall at 129 North 2nd Street, Yakima,
Washington. Attendance at this meeting is voluntary and will not be considered in the
City's review of bids.
The City of Yakima in accordance with Title VI of the Civil Rights Act of 1964, 78
Stat. 252, 42 U.S.C. 2000d to 2000-4 and Title 49, Code of Federal Regulations,
Department of Transportation, subtitle A, Office of the Secretary, Part 21,
nondiscrimination in federally assisted programs of the Department of
City of Yakima Engineering Project 3
Transportation issued pursuant to such Act, hereby notifies all bidders that it will
affirmatively insure that in any contract entered into pursuant to this
advertisement, disadvantaged business enterprises will be afforded full
opportunity to submit bids in response to this invitation and will not be
discriminated against on the grounds of race, color or national origin in
consideration for an award.
The City reserves the right to reject any or all bids and proposals.
DATED this 18th day of December, 2014
PUBLISH: December 23, 2014
December 30, 2014
City of Yakima Engineering Project 4
INSTRUCTIONS TO BIDDERS
Former Tiger Oil Site Interim Remedial Action
City of Yakima
1. Plans and Specifications
Engineering design report, contract specifications and plan drawings may be obtained at the
City of Yakima Public Works Office, 2301 Fruitvale Blvd , Yakima, WA 98901, at the Yakima Plan
Center, 1212 N 16`h Ave., #2, Yakima, WA 98902, or at www questcdn com
Project work will be completed in accordance with the current revision of the Washington State
Department of Transportation Standard Specifications for Road, Bridge, and Municipal
Construction In cases where the Standard Specifications do not apply to the contemplated
work, Special Specifications have been developed and are provided as part of the bid package.
It is the intention of the plans and specifications to provide for careful, thorough and
workmanlike construction procedures in the implementation of the work specified within the
subject contract. The bidder to whom the contract is awarded shall furnish all the material and
labor necessary to complete said contract in accordance with all of its terms and conditions.
The plans and specifications shall be considered and used together Anything appearing as a
requirement of either shall be accepted as applicable to both even though not so stated therein
or shown The City may furnish supplemental plans and specifications to define more clearly
any requirement of the original documents, these shall be accepted by the Contractor as of the
same force and effect as though they had been included among the listed drawings and in case
of any conflict between the listed and the supplemental drawings, the latter shall govern The
Contractor shall not be entitled to extra payment because of his compliance with the
requirements of such supplemental drawings unless they contain new requirements involving
costs which clearly could not have been anticipated by an experienced contractor in his
examination of the original listed drawings or could not reasonably be inferred there from the
requirements of the contract.
All specifications and notes appearing on the plans shall have the same force and effect as
though they were repeated herein and by this reference are incorporated herein and made a
part hereof
2. Examination of the Contract Documents
Each bidder shall thoroughly examine and be familiar with legal and procedural documents,
general conditions, special provisions, specifications, drawings and addenda (if any) The
submission of a proposal shall constitute an acknowledgment that the bidder has thoroughly
examined and is familiar with the contract documents The failure or neglect of a bidder to
receive or examine any of the contract documents shall in no way relieve him from any
obligations with respect to his proposal or to the contract. No claim for additional compensation
will be allowed which is based upon a lack of knowledge of any contract document, and the City
will in no case be responsible for any loss or for unanticipated costs that may be suffered by the
Contractor as a result of conditions pertaining to the work.
3. Examination of Site and Conditions
Before making a proposal, the bidder shall examine the site of the work and ascertain for
himself all the physical conditions in relation thereto Failure to take this precaution shall not
release him from his obligation as implied by the proposal he submits nor excuse him from
performing the work in strict accordance with the requirements of the contract documents
City of Yakima - Engineering Project 5
To assist prospective bidders, a pre-bid site tour will be performed by the City No statement
made by any officer, agent, or employee of the City pertaining to the site of the work or the
conditions under which the work must be performed will be binding on the City
4. Addenda and Interpretations of Documents
No interpretation of meaning of the plans, specifications or other prebid documents will be made
to any bidder orally Every request for such interpretation shall be submitted in writing, to the
City of Yakima, and to be given consideration, shall be received at least five working days prior
to date fixed for opening bids Any and all such interpretations and any supplemental
instructions will be in the form of written addenda to the specifications which, if issued, will be
mailed, faxed or otherwise delivered to each prospective bidder Failure of any bidder to receive
any such addendum shall not relieve such bidder from any obligation under his bid as
submitted All addenda so issued shall become a part of the contract documents Where
changes to plans, specifications or both or supplemental information of significant importance,
additional bid time will be provided
5. Preparation of Proposal
Bids must be submitted by filling in with ink (or typing), on the form headed "Bid Proposal," each
and every blank on each schedule for which the bidder has submitted a proposal If the bidder
is required to provide a special form appropriate to the nature of his bid, then such form shall be
complete in all respects as required by the specifications if it is to merit consideration by the
City
All bid prices must be equal to the Bidder's estimated cost to perform the work. Prices that are
weighted and disproportionate to the actual cost, as may be compared to other bidders and
evaluation by the Engineer, may be considered non-responsive and their bid rejected If the
proposal is made by a partnership, it should contain the name of each partner and should be
signed in the firm name, followed by the signature of partner or that of a person duly authorized
to act for and on behalf of such partnership If made by a corporation, the proposal should be
signed with the name of the corporation and the state in which incorporated, followed by the
written signature of the qualified officer and the designation of the office he holds in the
corporation The address of the person, firm or corporation in whose behalf the proposal is
submitted shall be given The bidder shall comply with all other specific requirements of the
proposal form.
6. Alteration of Documents Prohibited
Except as may be provided otherwise herein, proposals which are incomplete, are conditioned
in any way which the plans or specifications do not authorize, contain unverified erasures or
alterations, include items which are not named in the proposal form or which are unlawful, may
be rejected as non-responsive
7. Submission of Proposal
Each proposal shall be completely sealed in a package addressed as required by the official
advertisement, marked with the name of the bidder and the title of the project, and must be
delivered to the address, at or before the time named in said advertisement. If forwarded by
mail, the sealed envelope containing the proposal shall be enclosed in another envelope
addressed to the City Clerk at Yakima City Hall, 129 N 2nd Street, Yakima, Washington 98901 If
hand delivered, the sealed envelope containing the proposal shall be enclosed in another
envelope addressed to the City Clerk at Yakima City Hall, 129 N 2nd Street, Yakima, Washington
98901
City of Yakima - Engineering Project 6
8. Modification of Proposal
Change in a proposal already delivered will be permitted only if a request for the privilege of
making such modification is made in writing, signed by the bidder, and the specific modification
itself is stated prior to the scheduled closing time for the receipt of proposals To be effective,
every modification must be made in writing over the signature of the bidder; no other form of
procedure will be accepted
9. Substitutions
The contract, if awarded, will be on the basis of materials and equipment shown on the
Drawings or specified in the Specifications without consideration of possible substitute or "or -
equal" items Inclusion of such alternatives in the bid is the responsibility of the bidder
Inclusion should only be considered if the bidder believes the offered alternative is equal in
quality to the specified product. Approval of materials to be used on the project and possible
substitutions thereof shall not be addressed during the bidding process Materials shall meet
the specifications and the bids shall be based on specified items
10. Prevailing Wage Rates
This project is funded from state, so is subject to the provisions of Washington State (RCW
39 12) prevailing wage requirements
11. Bid Security
Each bid must be accompanied by cash, certified check of the bidder, or a bid bond duly
executed by the bidder as principal and having as surety thereon a surety company authorized
to issue bonds in Washington in the amount of 5% of the bid Such cash, checks or bid bonds
will be returned promptly after the City and the accepted bidders have executed the contract, or,
if no award has been made within thirty (30) days after the date of the opening of bids, upon
demand of the bidder at any time thereafter, so long as he has not been notified of the
acceptance of his bid The successful bidder, upon his failure or refusal to execute and deliver
the contract, bonds and certificates of insurance required within ten (10) calendar days after he
has received notice of the acceptance of his bid, shall forfeit to the City, as liquidated damages
for such failure or refusal, the security deposited with his bid Attorney-in-fact who signs bid
bonds or contract bonds must file with each bond a certified and effectively dated copy of their
power of attorney
12. Withdrawal of Proposal
A proposal may be withdrawn at any time prior to the scheduled closing time for filing bids This
may be done by the bidder in person or upon written request. A telephone request for
withdrawal of a proposal will not be recognized for this purpose If withdrawal is made
personally, a written acknowledgment thereof will be required. After the scheduled closing time
for filing bids, no bidder will be permitted to withdraw his proposal unless no award of contract
has been made prior to the expiration of fourteen (14) days immediately following the time when
bids are submitted Bids received after the scheduled closing time will be returned to the bidder
unopened
13. Opening Bids
All bid proposals received prior to the scheduled closing time and which are not withdrawn as
above provided, will be publicly opened and read aloud even though there may be irregularities
or informalities therein, except that any form required as part of the proposal (see Bidder's
Checklist below) which is not signed, said proposal will not be read and consequently, will be
rejected without consideration
City of Yakima — Engineering Project 7
14. Recommended Pre -Bid Conference and Site Walk
A recommended pre-bid conference and site walk will begin at the project site, 2312 W Nob Hill
Blvd , Yakima, Washington, on Tuesday, January 6, 2015 at 1100 a m
15. Award of Contract
Within two (2) working days after Council has approved the award, notice will be given via
regular mail to the successful bidder and to all non -successful bidders Performance and
Payment Bonds in the amount of one -hundred percent of the contract price will be required for
the faithful performance of the contract. The bond forms contained in the contract documents
must be utilized In addition, all contractual forms contained in the Contract Documents will be
required for the faithful performance of the contract.
16. Basis of Award
If the City awards the contract, the award will be given to the lowest responsive, responsible,
qualified Bidder submitting the lowest Bid Proposal acceptable to the City Discrepancies
between words and figures shall be resolved in favor of words Discrepancies between the
indicated sum of any column of figures and the correct sum thereof shall be resolved in favor of
the correct sum Discrepancies between unit price and total price shall be resolved in favor of
the unit price
17. Rejection of Bids
The City reserves the right before or after opening to reject any or all bids or to waive any
informality therein if it is believed that the best interest of the City will be served thereby
18. Bidder's Risk
The submission of bid shall constitute an acknowledgment that the bidder has thoroughly
examined and is familiar with the contract documents, and has reviewed and inspected all
applicable statutes, regulations, ordinances and resolutions dealing with or related to the service
to be provided herein The failure or neglect of a bidder to examine such documents, statutes,
regulations, ordinances or resolutions shall in no way relieve the bidder from any obligations
with respect to the bidder's bid or to the contract. No claim for additional compensation will be
allowed which is based upon a lack of knowledge of any contract documents, statutes,
regulations, ordinances or resolutions.
City of Yakima — Engineering Project 8
BIDDER'S CHECK LIST
The bidder's attention is especially called to the following forms, which must be executed, as required,
and submitted on the form purchased from the City and bound in the Contract Documents:
A. PROPOSAL
The unit prices, extensions and total amounts bid must be shown in the spaces provided.
B. BID BOND ACCOMPANYING BID
This Bid Bond form is to be executed by the bidder and the surety company unless bid is
accompanied by a certified check, cashier's check or cash The amount shall be not Tess than 5%
of the total amount bid and may be shown in dollars or on a percentage basis.
C. BIDDER'S CERTIFICATION
D. PROPOSAL SIGNATURE SHEET
Must be filled in and signed by the bidder.
E. MBE/WBE FORM
It is requested that The Bidder's Certification of the "Affirmative Action Profile" in the MBE/WBE
Form be filled in and signed by the bidder Failure to provide this information WILL NOT render
the bid non-responsive.
The following forms must be received prior to the Contract being executed:
A. CONTRACT
This agreement is to be executed by the successful bidder.
B. PERFORMANCE BOND
To be executed by the successful bidder and his/her Surety Company
C. CERTIFICATE OF INSURANCE
Refer to attached Informational Certificate of Insurance and Additional Insured Endorsement.
Also refer to Section 1-07.18 (APWA) of the Standard Specifications and Special Provisions.
D. E -VERIFY COMPLIANCE DECLARATION
Refer to Section 1-02.15 A signed E -Verify Compliance Declaration must be submitted or on file
with the City
City of Yakima — Engineering Project 9
BID FORMS
City of Yakima — Engineering Project 10
PROPOSAL
To the City Clerk
Yakima, Washington
This certifies that the undersigned has examined the location of.
NOB HILL BLVD AND 24TH AVE
CITY OF YAKIMA
Tiger Oil Site Interim Remedial Action
Project Limits
City Project No. 2389
and that the plans, specifications and contract governing the work embraced in this
improvement, and the method by which payment will be made for said work, is understood The
undersigned hereby proposes to undertake and complete the work embraced in this
improvement, or as much thereof as can be completed with the money available in accordance
with the said plans, specifications and contract, and the following schedule of rates and prices
NOTE Unit prices for all items, all extensions, and total amount of bid, shall be shown, and be
written in ink or typed Show unit prices in figures only Figures written to the right of the dot
(decimal) in the dollars column shall be considered as cents
City of Yakima — Engineering Project 11
ITEM PROPOSAL BID SHEET
Tiger Oil Site Interim Remedial Action — Nob Hill Blvd & 24th
Avenue
City Project No. 2389
ITEM
NO.
PROPOSAL ITEM
ITEM PAYMENT SECTION PER SPECIFICATIONS
QTY
UNIT
UNIT PRICE
DOLLARS
AMOUNT
DOLLARS
1
MOBILIZATION
1
LS
$5,000
$5,000
1.22.00 Part 2-2.2
2
EROSION AND SEDIMENT CONTROL
1
LS
$1 , 5 0 0
$1,500
1 22 00 Part 2-2 3
3
HIGH VISIBILITY FENCE
1
LS
$1,000
$1,000
1.22.00 Part 2-2 4
4
REMOVAL OF STRUCTURE, EXISTING BUILDING
1
LS
$5,000
$5,000
1.22.00 Part 2-2.5
5
ASBESTOS ABATEMENT
1
LS
$10,000
$10,000
1.22 00 Part 2-2.6
6
REMOVAL OF STRUCTURE, CONCRETE PADS
1
LS
$11, 2 5 0
$11,250
1.22.00 Part 2-2.7
7
DECOMMISSION, MONITORING WELL
6
EACH
500.00
$3,000
1.22.00 Part 2-2.8
8
REMOVAL OF ASPHALT PAVEMENT
3025
SY
$ • 80
$2,420
1.22 00 Part 2-2.9
9
EXCAVATION AND MANAGEMENT OF STOCKPILES
3730
CY
12.00
$44,760
1.22 00 Part 2-2.10
10
TRANSPORT AND DISPOSAL OF EXCAVATED
MATERIALS
4700
TON
$42.50
$199,75C
1.22 00 Part 2-2.11
11
DEWATERING (PUMP, TANK, AND TREATMENT
SYSTEM)
1
EACH
$12,500
$12,500
1.22 00 Part 2-2 12
12
CLEANOUT OF STORAGE TANK AND GAC
REMOVAL/RECYCLING
1
EACH
$4,000
$4,000
1.22.00 Part 2-2 13
13
INSITU BIOREMEDIATION AND SOIL MIXING
1
LS
(:03,500
$68,50U
1.22.00 Part 2-2.14
14
HORIZONTAL INFILTRATION GALLERY
1
LS
$3 , 5UU
$3,500
1.22.00 Part 2-2.15
15
6"-8" QUARRY SPALLS
130
TON
$25.00
$3,250
1.22.00 Part 2-2 16
16
IMPORTED BACKFILL (INCLUDING COMPACTION)
3750
TON
$10 . 00
$37, 500
1.22 00 Part 2-2.17
17
CRUSHED SURFACING BASE COURSE
290
TON
$16.00
4,640.0U
1.22.00 Part 2-2 18
18
HOT MIX ASPHALT (HMA) 1/2" PG 64-28
40
TON
$112.50
$4,500
1.22 00 Part 2-2.19
19
PAINT LINE, STRIPING
1
LS
$1,050
$1,050
1.22.00 Part 2-2 20
20
-BUILT SURVEY
1
LS
$2,000
$2,000
,AS
1.22.00 Part 2-2.21
City of Yakima — Engineering Project
12
SUBTOTAL
SALES TAX (8.2%)
TOTAL
BID BOND FORM
Herewith find deposit in the form of a certified check, cashiers check, or cash in the amount of
$ NA which amount is not less than five percent of the total bid
Sign Here
BID BOND
KNOW ALL MEN BY THESE PRESENTS.
That we, 10 Environmental & Infrastructure, Inc. as principal, and
International Fidelity Insurance Company as Surety, are held and firmly bound unto the City of
City of Yakima, as Obligee, in the penal sum of five percent of total amount bid Dollars, for the
payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators,
successors and assigns, jointly and severally, by these presents.
The condition of this obligation is such that if the Obligee shall make any award to the Principal
for City of Yakima, Former Tiger Oil Site Interim Remedial Action, City Project No 2389 , according to the terms of
the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a
contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give
bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the
Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit
specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in
full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated
damages, the amount of this bond
SIGNED, SEALED AND DATED THIS 9thDAY Of January 2015
10 Environmental ra tructure
J�
International Fidelity Insurance Company Inctt'pp I1d `
C_—
Michael R: Strahan, Attorney -In -Fact Surety
Received return of deposit in the sum of $
City of Yakima — Engineering Project 13
20
INTERNATIONAL'~FIDELITY INSURANCE COMPANY.; s.
ALLEGHENY CASUALTY COMPANY
ONE NEWARK CENTER, 20TH FLOOR NEWARK, NEW JERSEY 07102-5207
KNOW ALL MEN BY THESE PRESENTS: That INTERNATIONAL FIDELITY INSURANCE COMPANY , a corporation organized and existing under
the laws of the State of New Jersey, and ALLEGHENY CASUALTY COMPANY a corporation organized and existing under the laws of the State of
Pennsylvania, having their principal office in the City of Newark, New Jersey, do hereby constitute and appoint
MICHAEL R. STRAHAN, MARLENE E. CARLES
San Diego, CA.
their true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity
and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise,
and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said INTERNATIONAL FIDELITY INSURANCE
COMPANY and ALLEGHENY CASUALTY COMPANY, as fully and amply, to all intents and purposes, as if the same had been duly executed and
acknowledged by their regularly elected officers at their principal offices.
This Power of Attorney is executed, and may be revoked, pursuant to and by authority of the By -Laws- of INTERNATIONAL FIDELITY INSURANCE
COMPANY and ALLEGHENY CASUALTY COMPANY and is granted under and by authority of the following resolution adopted by the Board of Directors
of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting duly held on the 20th day of July, 2010 and by the Board of Directors of ALLEGHENY
CASUALTY COMPANY at a meeting duly held on the 15th day of August, 2000•
"RESOLVED, that (1) the President, Vice President, Executive Vice President or Secretary of the Corporation shall have the power to appoint, and to revoke
the appointments of, Attorneys -in -Fact or agents with power and authority as defined or limited in their respective powers of attorney, and to execute on behalf
of the Corporation and affix the Corporation's seal thereto, bonds, undertakings, recognizances, contracts of indemnity'and other written obligations in the
nature thereof or related thereto; and (2) any such Officers of the Corporation may appoint and revoke the appointments of joint -control custodians, agents
for acceptance of process, and Attorneys -in -fact with authority to execute waivers and consents on behalf of the Corporation; and (3) the signature of any
such Officer of the Corporation and the Corporation's seal may be affixed by facsimile to any power of attomey or certification given for the execution of any
bond, undertaking, recognizance, contract of indemnity or other written obligation in the nature thereof or related thereto, such signature and seals when
so used whether heretofore or hereafter, being hereby adopted by the Corporation as the original signature of such officer and the original seal of. the
Corporation, to be valid and binding upon the Corporation with the same force and effect as though manually affixed."
IN WITNESS WHEREOF, INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY have each executed and
attested these presents on this 22nd day of July, 2014
STATE OF NEW JERSEY
County of Essex
ROBERT W MINSTER
Executive Vice President/Chief Operating Officer
(International Fidelity Insurance Company)
and President (Allegheny. Casualty Company)
On this 22nd day of July 2014, before me came the individual who executed the preceding instrument, to me personally known, and, being by me duly
sworn,said he is the therein described and authorized officer of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY
COMPANY , that the seals affixed to said instrument are the Corporate Seals of said Companies, that the said Corporate Seals and his signature were
duly affixed by order of the Boards of Directors of said Companies.
IN TESTIMONY -WHEREOF, I have hereunto set myhand affixed my Official Seal,
at the City of Newark, New Jersey the day and year frst above written.
',,,,,,„u,,,,,,,,,
P•( 4Y CR
•U
NOTARY
:* PUBLIC y
Ni*5. • .x!tlY.'. • ..,,_4P
• ,4P
'', �”' '. OF NEW 5—
`'�,
"',,,,,,,,,,,,,,,, CERTIFICATION
A NOTARY PUBLIC OF NEW JERSEY
My Commission Expires April 16, 2019
I, the undersigned officer of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY do hereby certify that I have
compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Sections of the By -Laws of said Companies as set forth in said
Power of Attorney, with the originals on file in the home office of said companies, and that the same are correct transcripts thereof; and of the whole
of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect.
IN TESTIMONY WHEREOF, I have hereunto set my hand this
7/4
day of .Ji`ctr\j' R.IZ L t ``' lr
MARIA, BRANCO;:AssistarttSecretary
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of
San Diego
On January 9th, 2015 before me, E.B. Strahan, Notary Public
(insert name and title of the officer)
personally appeared Michael R. Strahan
who proved to me on the basis of satisfactory evidence to be the person) whose name is re
s .scribed to the within instrument and acknowledged to me tha 4 he/they executed the same in
l er/their authorized capacityairg), and that b h lber/their signature0). on the instrument the
person f, or the entity upon behalf of which the personj,2/ acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Signature
0
(Seal)
�nuuunnuummmammnmuuuununnnuuununuunuunnumL
E. B. STRAHAN
Commission # 2069654
Notary Public -California 5
San Diego County
My Comm.
Eiuunmu5naaumuuunuwmnwnumuummiaumuu ua
BIDDER CERTIFICATION
A bidder will not be eligible for award f a contract under this invitation for bids unlessuch bidder has
submitted as a part of its bid the foil 4 wing certification, which will be deemed a part of the resulting
contract:
IO Environmental and Infrastructure Inc.
(BIDDER)
certif
1 It intends to use the followirg listed construction trades in the work under the
Heavy Equipment Operator
General Laborer
es that:
contract
as to those trades for which it is required by these Bid Conditions to comply with these B
adopts the minimum minority and vV omen workforce utilization goals and the specific affil
steps for all construction work (both federal and non-federal) in the Yakima, Washington
these Bid Conditions, those trades being:
Tank Cleaning
Asbestos Abatement
and;
d Conditions, it
mative action
area subject to
Transport of waste a
nd
Backfill
Surveying
2. It will obtain from each
agency prior to the award of any su
by these Bid Conditions.
R/i/
of itp subcontractors and submit to the contracting or
b -contract under this contract the Subcontractor Cert
and;
administering
fication required
(Signature
City of Yakima — Engineering Project
f Authorized Representative of Bidder)
14
Tiger Oil ' it
Nabi
The bidder is hereby advised that b sig
all requirements and signed all certi cats
A proposal guaranty in an amount o fiv
estimate of quantities at the above • rice
CASH
CASHIER'S CHECK
CERTIFIED CHECK
PROPOSAL BOND
**Receipt is hereby acknowledged ofadde du
PHONE NUMBER
PROPOSAL
Interim Remedial Action
ill Blvd & 24th Avenue
City Project No. 2389
ature of this proposal he/she is deemed to have acknowledged
s contained herein.
percent (5%) of the total bid, based upon the ap
s and in the form as indicated below, is attached
STATE OF WASHINGTON CONT" AC
IN THE AMOUNT OF
proximate
hereto:
($ )PAYABLE TO THE
IN THE AMOUNT OF 5% OF THE BID
(s) No.(s) 001 &
SI71217'F ¢CIJTHO ED7 j1
DOLLARS
TY TREASURER
L
FIRM NAME
(ADDRESS)
Bellevue, WA 98005
IOEI
2200 118th Ave
ue SE
ORS LICENSE NUMBER IOENVEI880P
FEDERAL
aZ.
O
2
0
WA STATE EMPLOY E T SECURITY REFERENCE NO. UBI## 603
Note:
(1) This proposal form is not transferable
the Secretary of Transportation wi I be
(2) Please refer to section 1-02.B oft e st
to Bidders for building constructio job
(3) Should it be necessary to modthis
following proposal number in your com
City of Yakima — Engineering Project
0
078-399
nd any alteration of the firm's name entered hereon without
ause for considering the proposal irregular and subsequent
ndard specifications, re: "Preparation of Proposal," or "Articl
•
proposal either in writing or by electronic means, please
�unication.
a3
15
prior permission from
jection of the bid.
4" of the Instructions
ake reference to the
Project:
QUA
IFICATION OF BIDDER
City of Yakima — Former Tiger Oil Site
Two recent projects completed or substantially completed by our company invoyving removal of
petroleum soil contaminated and application of oxygen releasing compounds as part of in situ
treatment:
1. Project Name: Taque'ria R4nconsito Spring 2014
Dollar amount of Contract: $ 100,000.00
Client: Terracon
Client's Representative: Mike Kroll Phone No.: 425-409-2 1 02
Contractor's Superintendent on this project: James Decker
Brief Description of Project Scope: Removal of 5 USTs, excavation of approx.
500 tons of PCS, dewate4ed approximately 5,000 -gallon -, mixed and
applied ORC, backfilled paved, restriped, and replac-d parking areas
2. Project Name: Former Bellingham Sears Fall 2014
Dollar amount of Contract: $ $180
,000
presentative.
Re resentative. Mike NJ11 Phone No.:
Contractor's Superintendenton this project: Scot Overdick
Brief Description of Project Scope: c Removal of 10,000 gallon UST
dewatering of 20,000 al�lons, 500 tons PCS removal
installation of infiltration gallery. Backfill, repay
Client: Terracon
425-409-2102
0
illed with CDF,
C application, and
, re -stripe, and
restore site.
Title of Person completing this form
Signature
Project Manager
Phone No. 425-698-3093
Date \(���
Please note that IOEI h -s completed over $3M in large complex excavations
in Washington over:th- past year. Many were very similar in scope and
price but did not :in•lu e ORC.
City of Yakima — Engineering Project
16
NON -C
I, by signing the proposal, here
States that the following statem
1. That the aforesigned pe
directly or indirectly, entered in
taken any action in 'restraint of f
this proposal is submitted.
d
nts
0
o;
ee
2. That by signing the sign=tu
have agreed to the provisions of thi
(Name of Firm)
BY:
U 1 MA
),* 0
CONTRACT
LL SION DECLARATION
cla under penalty of unit
p ty perjury er the la
are true and correct:
(s),
Iny
CO
firm, association or corporation has (
greement, participated in any collusi
petitive bidding in connection with the
e page of this proposal, I am deemed to
dedlaration.
s of the United
ave) not, either
n, or otherwise
roject for which
ve signed and
°(Authori ed Signature)
Mti0&0Le cS• c%\oc
Title: G D
Sworn to before me this
Not
a; lodeac),
day of afwarl) , 20.16; ?-e sinatL�
A /'_7
1.-Asske. i -r
Corporate Seal:
tr 4 i,SYZ C. f 2k
,ter; (A es v1/4A^o S"Areek
35 a ctied i and
a -r- .clowweAg-1--.
City of Yakima — Engineering Protect
z
z
z
0+
BRENDA LISSETTE BELTRAN
Commission # 1983340
Notary Public - Califo-nia
San Diego County
M Comm. Expires Jun 25, 2016
z
p xrared 'M\c el
Cel coryel-i(n k \S ce( -Fi Ca -
en'},; p w\ni VW -is c-erf s -ca+e
CAA,qeSS i cAccv,aaciA / c>c VG\; kr-km
17
7 Prevailing Wage Rates
.ATTACHED TO THI$ ADDS
initial date of advertisement Of t
yDUM are the applicable.Prevailing-Wge Rates effective on. the
e contemplated work.
8. Hazatdous Building Materials pection Report
ATTACHED TO THIS A DBiNDUM is the Hazardous.Building Materials 'rived
completed hy.Fulctutn En�onrhental Consulting dated November 20, 2014.
MAUL, FOSTER & ALONGI,,INC.
C1,7
Justin L. Clary, PE
Issued: January 9, 2015
Received and Acknowledged:
CEO
1-17-15
Addendum No. 1
COntt'ilctor
By
Title
Date
2
on Report
Project:NO.2389
Received and Acknowledged:
IOEI
CEO
1-17-15
Addendum No. 2
Contractor
By
Title
Date
2
Project No. 2389
SUBCONTRACTOR CERTIFICATION
Subcontractors' Certification is not required at the time of bid. This Certification must be completed by
each subcontractor prior to award of any subcontract.
certifies that:
(SUBCONTRACTOR)
1 It intends to use the following listed construction trades in the work under the subcontract
and,
As to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it
adopts the minimum minority andwomen workforce utilization goals and the specific affirmative action
steps for all construction work (both federal and non-federal) in Yakima, Washington, subject to these Bid
Condition, those trades being
and,
2 It will obtain from each of its subcontractors prior to the award of any subcontract under this
subcontract the Subcontractor Certification required by these Bid conditions
(Signature of Authorized Representative of Subcontractor)
City of Yakima — Engineering Project 18
NOTICE TO ALL BIDDERS
To report bid rigging activities call.
1 -800-424-9071
The U S Department of Transportation (USDOT) operates the above toll-free "hotline" Monday
through Friday, 8 00 a m to 5 00 p m , Eastern time Anyone with knowledge of possible bid
rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such
activities
The "hotline" is part of USDOT's continuing effort to identify and investigate highway
construction contract fraud and abuse and is operated under the direction of the USDOT
Inspector General. All information will be treated confidentially and caller anonymity will be
respected
City of Yakima — Engineering Project 19
CONTRACT FORMS
City of Yakima — Engineering Project 20
CONTRACT
THIS AGREEMENT, made and entered into in triplicate, this day of f'�I2iYti-Gi✓1f/ _ , 2015, by and between the City of Yakima,
hereinafter called the Owner, and 10 Environmental & Infrastructure, Inc., a California Corporat'oo , hereinafter called the Contractor
WITNESSETH:
That in consideration of the terms and conditions contained herein and attached and made a part of this agreement, the parties hereto covenant
and agree as follows:
I. The Contractor shall do all work and furnish all tools, materials, labor and equipment for THE BID AMOUNT OF
$ 459,979.84, for Former Tiger Oil Site Interim Remedial Action, City Project No. 2389, all in accordance with, and as described in the
attached plans and specifications and the 2012 Standard Specifications for Road, Bridge, and Municipal Construction which are by this reference
incorporated herein and made a part hereof, and shall perform any alterations in or additions to the work provided under this contract and every
part thereof
Work shall start within ten (10) days after the Notice to Proceed and shall be completed in Seventy (70) or One Hundred (100) working days
depending on which schedule(s) are selected. If work has not commenced within the ten (10) days after the Notice to Proceed, the first chargeable
working day shall be the 11th day after the date on which the City issues the Notice to Proceed.
If said work is not completed within the time specified, the Contractor agrees to pay to the Owner the sum specified in the Standard Specifications
for each and every day said work remains uncompleted after expiration of the specified time, as liquidated damages.
The Contractors shall provide and bear the expense of all equipment, work and labor of any sort whatsoever that may be required for the transfer
of materials and for constructing and completing the work provided for in this contract and every part thereof, except such as are mentioned in the
specifications to be furnished by the City of Yakima.
11 The City of Yakima hereby promises and agrees with the Contractor to employ, and does employ the Contractor to provide the materials and
to do and cause to be done the above described work and to complete and finish the same according to the attached plans and specifications and
the terms and conditions herein contained and hereby contracts to pay for the same according to the attached specifications and the schedule of
unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this contract.
111 INDEMNIFICATION The Contractor shall defend, indemnify, and hold harmless the City, its officers, elected officials, employees and agents
from and against any and all claims, causes of action, damages, losses, and expenses of any kind or nature whatsoever, including but not limited
to, attorney's fees and court costs, arising out of, relating to, or resulting from the Contractor's performance or non-performance of the services,
duties and obligations required of it under this Agreement.
IV The Contractor for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of
all the covenants herein contained upon the part of the Contractor
V It is further provided that no liability shall attach to the City of Yakima by reason of entering into this contract, except as expressly provided
herein.
IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first herein above written.
Countersigned CITY OF YAKIMA
this I day of r -e/6 2015.
Ci
Manager
Attest:
ity Clerk
• _l•
CITY CONTRACT NO1729/5-7; °77 • '
RESOLUTION NO: 1-71-0/11-1/0
10 Enviro
By.
Its
CONTRACTOR
ental & Infrastructure, 1 a California Corporation
Contrac
A M 6(>(1)66-:i
C()
(Print Name)
�i (President,, wner, etc.) 4-teddress. j J �I ►"f O �(%dikJ (,� W
PERFORMANCE BOND
BOND TO CITY OF YAKIMA
KNOW ALL MEN BY THESE PRESENTS.
Bond no. 0662080
Premium. $6,624 00
Premium is for contract term and
subject to adjustment based on
final contract amount.
That whereas the City of Yakima, Washington has awarded to 10 Environmental & Infrastructure, Inc. (Contractor) hereinafter
designated as the "Principal" a contract for the construction of the project designated Former Tiger Oil Site Interim Remedial
Action, City Project No. 2389, all as hereto attached and made a part hereof and whereas, said principal is required under the terms of
said contract to furnish a bond for the faithful performance of said contract:
NOW, THEREFORE, we, the principal, and International Fidelity Insurance Company (Surety), a
corporation, organized and existing under and by virtue of the laws of the State of New Jersey , duly authorized to do
business in the State of Washington, as surety, are jointly and severally held and firmly bound unto the City of Yakima, Washington, in the penal
sum of $ (Total Contract Amount) lawful money of the United States, the payment of which we jointly and severally bind
ourselves, our heirs, executors, administrators and assigns, and successors and assigns, firmly by these presents.
THE CONDITIONS OF THIS BOND IS SUCH, that if the above bonded principal shall faithfully perform all of the provisions of said contract in
the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all
laborers, mechanics, sub -contractors and materialmen; the claims of any person or persons arising under the contract to the extent such claims
are provided for in RCW 39 08 010; the state with respect to taxes imposed pursuant to Titles 50, 51 and 82 RCW which may be due; and all
persons who shall supply said principal or sub -contractors with provisions and supplies for the carrying on of said work, and shall hold said City
of Yakima, Washington, their employees, agents, and elected or appointed officials, harmless from any damage occasioned to any person or
property by reason of any carelessness or negligence on the part of said principal, or any sub -contractor in the performance of said work, and
shall indemnify and hold the City of Yakima, Washington, its employees, agents, and elected or appointed officials, harmless from any damage
or expense by reason of failure of performance as specified in said contract, or from defects appearing or developing in the material or
workmanship provided or performed under said contract after its acceptance thereof by the City of Yakima, Washington, and all claims filed in
compliance with Chapter 39.08 RCW are resolved and all taxes pursuant to Titles 50 and 51 and 82 RCW have been paid, then and in that event
this obligation shall be void; but otherwise it shall be and remain in full force and effect.
This obligation is entered into in pursuance of the statutes of the State of Washington, and the Ordinances of the City of Yakima, Washington.
IN WITNESS WHEREOF, the said principal and the said surety have caused this bond to be signed and sealed by their duly authorized officers
this
"*($459,979 84) Four Hundred Fifty Nine Thousand, Nine Hundred Seventy Nine and 84/100 dollars
28th day of January , 2015
Approved as to form:
(Title/�)
9gAttomey)
10 En,Qjf ental & I .str_re Inc.
/r (Signature)
(Print Name)
International Fidelity Insurance Company '
(Surety
(Signature)
Michael R. Strahan
(Print Name)
Attorney -in -Fact
(Title)
INTERNATIONAL FIDELITY INSURANCE.COMPANY
ALLEGHENY CASUALTY COMPANY
ONE NEWARK CENTER, 20TH FLOOR NEWARK, NEW JERSEY 07102-5207
KNOW ALL MEN BY THESE PRESENTS: That INTERNATIONAL FIDELITY INSURANCE COMPANY , a corporation organized and existing under
the laws of the State of New Jersey, and ALLEGHENY CASUALTY COMPANY a corporation organized and existing under the laws of the State of
Pennsylvania, having their prihcipal office in the City of Newark, New Jersey, do hereby constitute and appoint
MICHAEL R. STRAHAN, MARLENE E. CARLES
San Diego,_ CA.
their true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity
and other writings obligatory in the nature thereof, which are or may be allowed, required or peritted by law, statute, rule, regulation, contract or otherwise,
and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said INTERNATIONAL FIDELITY INSURANCE
COMPANY and ALLEGHENY CASUALTY COMPANY, as fully and amply, to all intents and purposes, as if the same had been duly executed and
acknowledged by their regularly elected officers at their principal offices.
This Power of Attorney is executed, and may be revoked, pursuant to and by authority of the By -Laws of INTERNATIONAL FIDELITY INSURANCE
COMPANY and ALLEGHENY CASUALTY COMPANY and is granted under and by authority of the following resolution adopted by the Board of Directors
of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting duly held on the 20th day of July, 2010 and by the Board of Directors of ALLEGHENY
CASUALTY COMPANY at a meeting duly held on the 15th day of August, 2000.
"RESOLVED, that (1) the President, Vice President Executive Vice President or Secretary of the Corporation shall have the power to appoint, and to revoke
the appointments of, Attorneys -in -Fact or agents with power and authority as defined or limited in their respective powers of attorney, and to execute on behalf
of the Corporation and affix the Corporation's seal thereto, bonds, undertakings, recognizances, contracts of indemnity and other written obligations in the
nature thereof or related thereto; and (2) any such Officers of the Corporation may appoint and revoke the appointments of joint -control custodians, agents
for acceptance of process, and Attorneys -in -fact with authority to execute waivers and consents on behalf of the Corporation; and (3) the signature of any
such Officer of the Corporation and the Corporation's seal may be affixed by facsimile to any power of attorney or certification given for the execution of any
bond, undertaking, recognizance, contract of indemnity or other written obligation in the nature thereof or related thereto, such signature and seals when
so used whether heretofore or hereafter, being hereby adopted by the Corporation as the original signature of such officer and the original seal of the
Corporation, to be valid and binding upon the Corporation with the same force and effect as though manually affixed."
IN WITNESS WHEREOF, INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY have each executed and
attested these presents on this 22nd day of July, 2014
STATE OF NEW JERSEY
County of Essex
ROBERT W MINSTER
Executive Vice President/Chief Operating Officer
(International Fidelity Insurance Company)
and President (Allegheny Casualty Company)
On this 22nd day of July 2014, before me came the individual who executed the preceding instrument, to me personally known, and, being by me duly
sworn, said he is the therein described and authorized officer of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY
COMPANY , that the seals affixed to said instrument are the Corporate Seals of said Companies; that the said Corporate Seals and his signature were
duly affixed by order of the Boards of Directors of said Companies.
IN TESTIMONY WHEREOF, I have hereunto set myhand affixed my Official Seal,
at the City of Newark, New Jersey the day and year frst above written.
CERTIFICATION
A NOTARY PUBLIC OF NEW JERSEY
My Commission Expires April 16, 2019
I, the undersigned officer of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY do hereby certify that I have
compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Sections of the By -Laws of said Companies as set forth in said
Power of Attorney, with the originals on file in the home officeof said companies, and that the same are correct transcripts thereof; and of the whole
of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect.
IN TESTIMONY WHEREOF, I have hereunto set my hand this
day of
MARIA,BRANCO, Assi'sfant Secretary
(`n'%:'....n::sx'Ti•_ .. n'. :y.' "..:.:df�iY •l:s..:'•14s�'..'. . M"? 'i:.•$i'::,
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of
San Diego
On January 28, 2015 before me, E.B. Strahan, Notary Public
(insert name and title of the officer)
personally appeared Michael R. Strahan
who proved to me on the basis of satisfactory evidence to be the persons') whose name*Oare
s .scribed to the within instrument and acknowled • ed to me tha 4 he/they executed the same in
er/their authorized capacity)), and that b 4271; er/their signature0y on the instrument the
person*)', or the entity upon behalf of which the person/OJ acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Signature
(Seal)
''�tllllllllllllllllllllllllllllllll IIIIIIIIIIIIIIIIIIIIplllllllllllllll11 II IIIIIIIII IIIIL
E. B. STRAHAN
Commission # 2069654
Notary Public - California
San Diego County
My Comm.nn enimuuu201aaminuumuumm�WMltulliunr
AAm
e CERTIFICATE OF LIABILITY INSURANCE
DATE(01/5D YYYY)
1/29/2 015
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
DORIAN INSURANCE SERVICES
25115 Avenue Stanford # B-118
Valencia, CA 91355
0E11893
c -CONTACT
NAME
PHONE Pxt' (661) 702-0882 I FAX 661) 702-0883
A/C No)(
E-MAL
ADD REE SS J lmmy@dorlarilnsurance : COm
INSURER(S) AFFORDING COVERAGE
NAIC#
INSURERA Evanston Insurance Company
LIABILITY
COMMERCIAL GENERAL LIABILITY
INSURED IO Environmental & Infrastructure, Inc.
2840 Adams Ave. Ste 301
San Diego, CA 92116
INSURERB. American States Insurance Company
14PKGWE00625
INSURERC. State Compensation Insurance Fund
9-3-15
INSURERD.
$ 1,000,000
INSURER E
$ 50 , 000
INSURER F
$ 5 , 000
COVERAGES
CERTIFICATE NUMBER:
REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
INSR
LTR
TYPE OF INSURANCE
ADUL
INSR
SUER
WVD
POLICY NUMBER
POLICY EFF
(MM/DD/YYYY)
POLICY EXP
(MM/DD/YYYY)
LIMITS
A
GENERAL
X
LIABILITY
COMMERCIAL GENERAL LIABILITY
X
Y
14PKGWE00625
9-3-14
9-3-15
EACH OCCURRENCE
$ 1,000,000
DAMAGE
PREMISES t(Ea occurrence)
$ 50 , 000
MED EXP (Anyone person)
$ 5 , 000
ICLAIMS -MADE X OCCUR
PERSONAL &ADV INJURY
$ 1 000 000
GENERAL AGGREGATE
$ 2,000,000
PRODUCTS - COMP/OPAGG
$ 2 000 000
GEN'L AGGREGATE LIMIT APPLIES
D POLICY D PRS
III
PER:
LOC
BI PD Ded
$ 2,500
B
AUTOMOBILE
X
LIABILITY
AN
ALL OWNED
OVVNE
AUTOS
HIRED AUTOS
-
SCHEDULED
AUTNONS
-OWNED
AUTOS
X
Y
01 -CI -754111-1
01 -SU -432666-10
5-11-145-11-15
8-27-145-11-15
COMBINED
cident SINGLE LIMIT
2,000,000
BODILY INJURY (Per person)
$
BODILY INJURY (Per accident)
$
PROPERTY DAMAGE
(Per accident)
$
$
A
X
UMBRELLA LIAB
EXCESS LIAB
X
OCCUR
CLAIMS -MADE
X
Y
14EFXWE00210
9-3-14
9-3-15
EACH OCCURRENCE
$10,000,000
AGGREGATE
$10,000,000
DED U RETENTION$ 10,000
$
C
WORKERS COMPENSATION
AN D EMPLOYERS' LIABILITY
ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N
OFFICER/MEMBER EXCLUDED? a
(Mandatory in NH)
If yes, describe under
DESCRIPTION OF OPERATIONS below
N /A
Y
9114131-14
10-1-1410-1-15
X T STATUS IW -
E L EACH ACCIDENT
1 000 000
$
E.L DISEASE- EA EMPLOYEE
$ 1,000,000
E L DISEASE - POLICY LIMIT
1 000 000
$ r r
A
A
Contractors Poll Liab/
Professional Liab
14PKGWE00625
14PKGWE00625
9-3-14
9-3-14
9-3-15
9-3-15
1,000,000 occ / 2,000,000 Agg
1,000,000 occ / 2,000,000 Agg
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD101, Additional Remarks Schedule, if more space is required)
Project Former Tiger Oil Site Interim Remedial Action - City Project No 2389
***Commercial Auto consists of Sim limit on Auto with an additional $1m
Umbrella prior to $10m Excess Liability***
City of Yakima, their agents, employees and elected and appointed officials are named as Additional Insured as pertains to the
Commercial General Liability, Contractors Pollution Liability and Commercial Auto Waiver of Subrogation and Primary and Non-
Contributory applies
City of Yakima, Washington
129 North 2nd Street
Yakima, WA 98901
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS
AUTHORIZED REPRESENTATIV•1,
ACORD 25 (2010/05)
© 1988-2010 ACORD CORPORATION. All rights reserved
The ACORD name and logo are registered marks of ACORD
111 II
MARKEL
ENVIRONMENTAL
POLICY NUMBER: 14PKGWE00625
EVANSTON INSURANCE COMPANY
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US
WRITTEN CONTRACT LIMITATION
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE FORM
PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE FORM
CONTRACTOR'S POLLUTION LIABILITY COVERAGE FORM
SCHEDULE
Name of Person or Organization:
Any person(s) or organization(s) to whom the insured agrees, in a written contract, signed by both parties and executed
prior to the commencement of operations to provide a waiver of transfer of rights of recovery.
The following is added to Transfer Of Rights Of Recovery Against Others To Us of Section IV — Conditions:
We waive any right of recovery we may have against the person or organization shown in the Schedule above because of
payments we make for injury or damage arising out of your ongoing operations or "your work" done under a written
contract with that person or organization and included in the "products -completed operations hazard". This waiver applies
only to the person or organization shown in the Schedule above. This waiver shall not apply for occurrences resulting
from the sole negligence of the person or organization shown in the schedule.
All other terms and conditions remain unchanged.
MEEI 2211 08 10
Includes copyrighted material of Insurance Services Office, Inc., Page 1 of 1
with its permission
1''
MARKEL°
EVANSTON INSURANCE COMPANY
ENVIRONMENTAL
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
AUTOMATIC PRIMARY AND NON-CONTRIBUTORY INSURANCE
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE FORM
PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE FORM
CONTRACTOR'S POLLUTION LIABILITY COVERAGE FORM
SCHEDULE
Name of Person or Organization:
Any additional insured to whom you agree in a written contract signed by both parties and executed prior to the
commencement of operations to provide Primary and/or Non -Contributory status under this insurance
As respects the above scheduled person(s) or organization(s), the following changes are made a part of this insurance:
1. Coverage available under this coverage part shall apply as primary insurance.
2. Any other insurance available to the above scheduled person(s) or organization(s) under any other third party liability
policy shall apply as excess and not contribute as primary to the insurance afforded by this endorsement.
It is further agreed that coverage provided by this endorsement for the entities identified by the above schedule shall not
apply as respects any claim, loss or liability resulting from the sole negligence of the entities identified by the above
schedule.
All other terms and conditions remain unchanged.
MEEI 2274 05 11
Includes copyrighted material of Insurance Services Office, Inc., Page 1 of 1
with its permission.
POLICY NUMBER: 14PKGWE00625 COMMERCIAL GENERAL LIABILITY
CG 20 37 07 04
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS - COMPLETED OPERATIONS
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Name Of Additional Insured Person(s)
Or Organization(s):
Location And Description Of Completed Opera -
tions
Any person(s) or organization(s) to whom the insured
agrees to provide Additional Insured status in a written
contract signed by both parties and executed prior to
the commencement of operations.
Not Applicable
Information required to complete this Schedule, if not shown above, will be shown in the Declarations.
Section II — Who Is An Insured is amended to
include as an additional insured the person(s) or
organization(s) shown in the Schedule, but only with
respect to liability for "bodily injury" or "property
damage" caused, in whole or in part, by "your work"
at the location designated and described in the
schedule of this endorsement performed for that
additional insured and included in the "products -
completed operations hazard".
CG 20 37 07 04
© ISO Properties, Inc., 2004 Page 1 of 1 0
MARKEL®
COMMERCIAL GENERAL LIABILITY
POLICY NUMBER: 14PKGWE00625
EVANSTON INSURANCE COMPANY
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS
(BLANKET)
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE FORM
SCHEDULE
Name of Person or Organization:
Any person(s) or organization(s) to whom the insured agrees to provide Additional Insured status in a written contract
signed by both parties and executed prior to the commencement of operations.
A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s)
shown in the Schedule above, but only with respect to liability for "bodily injury", "property damage" or "personal and
advertising injury" caused in whole or in part by:
1. Your acts or omissions; or
2. The acts or omissions of those acting on your behalf;
in the performance of your ongoing operations for the additional insured(s) scheduled above.
B. With respect to coverage provided to these additional insureds by this endorsement, the following additional exclu-
sions apply:
This insurance does not apply to "bodily injury", "property damage", or "personal and advertising injury" occurring af-
ter:
1. All work on the project (other than service, maintenance or repairs) to be performed by or on behalf of the addi-
tional insured(s) at the location of the covered operations, including materials, parts or equipment furnished in
connection with such work, has been completed; or
2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any per-
son or organization other than contractor or subcontractor engaged in performing operations for a principal as a
part of the same project.
All other terms and conditions remain unchanged.
MEGL 1542 0411 Includes copyrighted material of Insurance Services Office, Inc., Page 1 of 1
with its permission
REPRINTED FROM THE ARCHIVE. THE ORIGINAL TRANSACTION MAY INCLUDE ADDITIONAL FORMS ""
COMMERCIAL AUTO
CA71100307
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
AUTO PLUS ENDORSEMENT
This endorsement modifies insurance provided under the following:
BUSINESS AUTO COVERAGE FORM
With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless
modified by the endorsement.
EXTENDED CANCELLATION CONDITION BLANKET ADDITIONAL INSURED
Paragraph 2.b. of the CANCELLATION Common
Policy Condition is replaced by the following:
b. 60 days before the effective date of cancellation
if we cancel for any other reason.
TEMPORARY SUBSTITUTE AUTO — PHYSICAL
DAMAGE COVERAGE
Under paragraph C. — CERTAIN TRAILERS, MO-
BILE EQUIPMENT AND TEMPORARY SUBSTITUTE
AUTOS of SECTION 1 — COVERED AUTOS, the
following is added:
If Physical Damage coverage is provided by this Cov-
erage Form, then you have coverage for
Any "auto" you do not own while used with the per-
mission of its owner as a temporary substitute for a
covered "auto" you own that is out of service be-
cause of its breakdown, repair, servicing, loss" or
destruction.
BROAD FORM NAMED INSURED
SECTION II — LIABILITY COVERAGE — A.1. WHO
IS AN INSURED provision is amended by the addition
of the following:
d. Any business entity newly acquired or formed by
you during the policy period provided you own
50% or more of the business entity and the
business entity is not separately insured for
Business Auto Coverage Coverage is extended
up to a maximum of 180 days following acquisi-
tion or formation of the business entity Coverage
under this provision is afforded only until the end
of the policy period.
SECTION II — LIABILITY COVERAGE — A.1. WHO
IS AN INSURED provision is amended by the addition
of the following:
e. Any person or organization for whom you are re-
quired by an "insured contract" to provide insur-
ance is an "insured", subject to the following
additional provisions:
(1)
The Insured contract" must be in effect
during the policy period shown in the Decla-
rations, and must have been executed prior
to the "bodily injury" or "property damage"
(2) This person or organization is an `insured"
only to the extent you are liable due to your
ongoing operations for that insured, whether
the work is performed by you or for you, and
only to the extent you are held liable for an
"accident" occurring while a covered "auto"
is being driven by you or one of your em-
ployees.
There is no coverage provided to this person
or organization for bodily injury" to its em-
ployees, nor for "property damage" to its
property.
(4) Coverage for this person or organization
shall be limited to the extent of your negli-
gence or fault according to the applicable
principles of comparative negligence or fault.
The defense of any claim or "suit" must be
tendered by this person or organization as
soon as practicable to all other insurers
which potentially provide insurance for such
claim or "suit".
(3)
(5)
Includes copyrighted material of Insurance Services Office, Inc., with its permission.
Copyright, Insurance Services Office, Inc., 1997
CA 71 10 03 07 Page 1 of 6 EP
REPRINTED FROM THE ARCHIVE. THE ORIGINAL TRANSACTION MAY INCLUDE ADDITIONAL FORMS ""
(6) The coverage provided will not exceed the
lesser of.
(7)
(a) The coverage and/or limits of this policy;
or
(b) The coverage and/or limits required by
the "insured contract"
A person's or organization's status as an
"insured" under this subparagraph d ends
when your operations for that 'insured" are
completed
EMPLOYEE AS INSURED
Under Paragraph A. of Section II — LIABILITY COV-
ERAGE item f is added as follows:
Your "employee" while using his owned "auto", or an
"auto" owned by a member of his or her household,
in your business or your personal affairs, provided you
do not own, hire or borrow that "auto". This coverage
is excess to any other collectible insurance coverage
FELLOW EMPLOYEE COVERAGE
Exclusion 5. FELLOW EMPLOYEE of SECTION II —
LIABILITY COVERAGE — B. EXCLUSIONS is
amended by the addition of the following:
However, this exclusion does not apply if the "bodily
injury" results from the use of a covered "auto" you
own or hire, and provided that any coverage under
this provision only applies in excess over any other
collectible insurance.
BLANKET WAIVER OF SUBROGATION
We waive the right of recovery we may have for pay-
ments made for "bodily injury" or "property damage"
on behalf of the persons or organizations added as
"insureds" under Section II — LIABILITY COVERAGE
— A.1.D. BROAD FORM NAMED INSURED and
A.1.e. BLANKET ADDITIONAL INSURED.
PHYSICAL DAMAGE — ADDITIONAL TRANS-
PORTATION EXPENSE COVERAGE
The first sentence of paragraph A.4. of SECTION 111
— PHYSICAL DAMAGE COVERAGE is amended as
follows:
We will pay up to $50 per day to a maximum of
$1,500 for temporary transportation expense incurred
by you because of the total theft of a covered "auto"
of the private passenger type
PERSONAL EFFECTS COVERAGE
A. SECTION 111 — PHYSICAL DAMAGE COVER-
AGE, A.4. COVERAGE EXTENSIONS, is
amended by adding the following:
c. Personal Effects Coverage
For any Owned "auto" that is involved in a
covered "loss", we will pay up to $500 for
"personal effects" that are lost or damaged
as a result of the covered "loss", without
applying a deductible.
EXTRA EXPENSE — BROADENED COVERAGE
Paragraph A. — COVERAGE of SECTION 11I —
PHYSICAL DAMAGE COVERAGE is amended to
add:
5. We will pay for the expense of returning a stolen
covered "auto" to you
AIRBAG COVERAGE
Under paragraph B. — EXCLUSIONS of SECTION 111
— PHYSICAL DAMAGE COVERAGE, the following is
added:
The exclusion relating to mechanical breakdown does
not apply to the accidental discharge of an airbag.
NEW VEHICLE REPLACEMENT COST
Under Paragraph C — LIMIT OF INSURANCE of
Section 111 — PHYSICAL DAMAGE COVERAGE sec-
tion 2 is amended as follows:
2. An adjustment for depreciation and physical con-
dition will be made in determining actual cash
value in the event of a total loss. However, in the
event of a total loss to your "new vehicle" to
which this coverage applies, as shown in the
declarations, we will pay at your option
a. The verifiable "new vehicle" purchase price
you paid for your damaged vehicle, not in-
cluding any insurance or warranties pur-
chased;
b. The purchase price, as negotiated by us, of
a new vehicle of the same make, model and
equipment, not including any furnishings,
parts or equipment not installed by the
manufacturer or manufacturer's dealership.
If the same model is not available pay the
purchase price of the most similar model
available;
Page 2 of 6
_STATE_
COMPENSATION
INSURANCE
-FUN D -
HOME OFFICE
SAN FRANCISCO
ALL EFFECTIVE DATES ARE
AT 12:01 AM PACIFIC
STANDARD TIME OR THE
TIME INDICATED AT
PACIFIC STANDARD TIME
ENDORSEMENT AGREEMENT
WAIVER OF SUBROGATION
BLANKET BASIS
EFFECTIVE OCTOBER 1, 2014
AND EXPIRING OCTOBER 1,
IO ENVIRONMENTAL & INFRASTRUCT
2840 ADAMS AVE. STE 301
SAN DIEGO, CA 92116
COUNTERSIGNED
AT 12.01 A.M.
BROKER COPY
REP 04
9114131-14
NEW
SC
5-28-33-24
PAGE 1 OF 1
2015 AT 12.01 A.M.
WE HAVE THE RIGHT TO RECOVER OUR PAYMENTS FROM ANYONE
LIABLE FOR AN INJURY COVERED BY THIS POLICY. WE WILL
NOT ENFORCE OUR RIGHT AGAINST THE PERSON OR
ORGANIZATION NAMED IN THE SCHEDULE.
THIS AGREEMENT APPLIES ONLY TO THE EXTENT THAT YOU
PERFORM WORK UNDER A WRITTEN CONTRACT THAT REQUIRES YOU
TO OBTAIN THIS AGREEMENT FROM US.
THE ADDITIONAL PREMIUM FOR THIS ENDORSEMENT SHALL BE
2.00. OF THE TOTAL POLICY PREMIUM.
SCHEDULE
PERSON OR ORGANIZATION
ANY PERSON OR ORGANIZATION
FOR WHOM THE NAMED INSURED
HAS AGREED BY WRITTEN
CONTRACT TO FURNISH THIS
WAIVER
JOB DESCRIPTION
BLANKET WAIVER OF
SUBROGATION
NOTHING IN THIS ENDORSEMENT CONTAINED SHALL BE HELD TO VARY, ALTER, WAIVE
OR EXTEND ANY OF THE TERMS, CONDITIONS, AGREEMENTS, OR LIMITATIONS OF THIS
POLICY OTHER THAN AS STATED. NOTHING ELSEWHERE IN THIS POLICY SHALL BE
HELD TO VARY, ALTER, WAIVE OR LIMIT THE TERMS, CONDITIONS, AGREEMENTS OR
LIMITATIONS OF THIS ENDORSEMENT.
AND ISSUED AT SAN FRANCISCO:
OCTOBER 23, 2014
'/
AUTHORIZED REPRESENT IVE PRESIDENT AND CEO
SCIF FORM 10217 (REV.7-2014) OLD DP 217
2572
MINIMUM WAGE AFFIDAVIT
STATE OF WASHINGTON )
) ss
COUNTY OF YAKIMA
I, the undersigned, having been duly sworn, depose, say and certify that in connection with the
performance of the work, payment for which this voucher is submitted, I have paid the following
rate per hour to each classification of laborers, workmen, or mechanics, as indicated upon the
attached list, now referred to and by such reference incorporated in and made an integral part
hereof, for all such employed in the performance of such work, and no laborer, workman or
mechanic so employed upon such work has been paid less than the prevailing rate of wage or
less than the minimum rate of wages as specified in the principal contract; that I have read the
above and foregoing statement and certificate, know the contents thereof and the substance as
set forth therein is true to my knowledge and belief
Subscribed and sworn to before me on this
Contractor
day of , 20
Notary Public in and for the State of
Washington residing at
City of Yakima — Engineering Project 27
PREVAILING WAGE RATES
The prevailing rate of wages to be paid to all workmen, laborers, or mechanics employed in the
performance of any part of this contract shall be in accordance with the provisions of Chapter
39 12 RCW, as amended. The rules and regulations of the Department of Labor and Industries
are by reference made a part of this contract as though fully set forth herein The current
schedule of prevailing wage rates for the locality or localities where this contract will be
performed, as determined by the Industrial Statistician of the Department of Labor and
Industries, are included in these contract documents
Inasmuch as the contractor will be held responsible for paying the prevailing wages, it is
imperative that all contractors familiarize themselves with the current wage rates, as determined
by the Industrial Statistician of the Department of Labor and Industries, before submitting bids
based on these specifications
In case any dispute arises as to what are the prevailing rates of wages for work of a similar
nature and such dispute cannot be adjusted by the parties in interest, including labor and
management representatives, the matter shall be referred for arbitration to the Director of the
Department of Labor and Industries of the State and his decision therein shall be final and
conclusive and biding on all parties involved in the dispute as provided for by RCW 39 12 060
as amended
Current prevailing wage rules and data can be furnished by the Industrial Statistician upon
request. You may submit your request to
Department of Labor and Industries
ESAC Division
PO Box 44540
Olympia, Washington 98504-4540
Telephone. 360-902-5335
City of Yakima — Engineering Project 28
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Page 1 of 16
State of Washington
Department of Labor & Industries
Prevailing Wage Section - Telephone 360-902-5335
PO Box 44540, Olympia, WA 98504-4540
Washington State Prevailing Wage
The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate
of fringe benefits. On public works projects, worker's wage and benefit rates must add to
not less than this total. A brief description of overtime calculation requirements are
provided on the Benefit Code Key.
Journey Level Prevailing Wage Rates for the Effective Date:
12/23/2014
County
Trade
Job Classification
Wage
Holiday
Overtime
Note
Yakima
Asbestos Abatement Workers
Journey Level
$17.83
1
Yakima
Boilermakers
Journey Level
$64.44
5N
1C
Yakima
Brick Mason
Journey Level
$43.34
5A
1M
Yakima
Building Service Employees
Janitor
$9.32
1
Yakima
Building Service Employees
Shampooer
$11.14
1
Yakima
Building Service Employees
Waxer
$9.32
1
Yakima
Building Service Employees
Window Cleaner
$9.32
1
'Yakima
Cabinet Makers (In Shop)
Journey Level
$16.35
1
Yakima
Carpenters
Journey Level
$29.72
1
Yakima
Cement Masons
Journey Level
$38.85
7B
1N
Yakima
Divers Et Tenders
Diver
$105.37
5D
4C
8A
Yakima
Divers Et Tenders
Diver On Standby
$59.50
5D
4C
Yakima
Divers Et Tenders
Diver Tender
$54.82
5D
4C
'Yakima
Divers a Tenders
Surface Rcv Et Rov Operator
$54.82
5D
4C
Yakima
Divers Et Tenders
Surface Rcv Et Rov Operator
Tender
$51.07
5A
4C
Yakima
Dredge Workers
Assistant Engineer
$53.00
5D
3F
Yakima
Dredge Workers
Assistant Mate (Deckhand)
$52.58
5D
3F
Yakima
Dredge Workers
Boatmen
$52.30
5D
3F
Yakima
Dredge Workers
Engineer Welder
$54.04
5D
3F
Yakima
Dredge Workers
Leverman, Hydraulic
$55.17
5D
3F
Yakima
Dredge Workers
Mates
$52.30
5D
3F
Yakima
Dredge Workers
Oiler
$52.58
5D
3F
Yakima
Drywall Applicator
Journey Level
$40.13
5D
4C
Yakima
Drywall Tapers
Journey Level
$35.00
7E
1P
Yakima
Electrical Fixture Maintenance
Journey Level
$43.32
1
Workers
Yakima
Electricians - Inside
Cable Splicer
$57.94
5A
1E
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
U/23/2014
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Page 2 of 16
Yakima
Electricians - Inside
Journey Level
$55.98
5A
1E
Yakima
Electricians - Inside
Welder
$59.91
5A
1E
Yakima
Electricians - Motor Shop
Craftsman
$15.37
1
Yakima
Electricians - Motor Shop
Journey Level
$14.69
1
Yakima
Electricians - Powerline
Cable Splicer
$68.33
5A
4A
Construction
Yakima
Electricians - Powerline
Certified Line Welder
$62.50
5A
4A
Construction
Yakima
Electricians - Powerline
Groundperson
$42.56
5A
4A
Construction
Yakima
Electricians - Powerline
Heavy Line Equipment
Operator
$62.50
5A
4A
Construction
Yakima
Electricians - Powerline
Journey Level Lineperson
$62.50
5A
4A
Construction
-Yakima
Electricians - Powerline
Line Equipment Operator
$52.47
5A
4A
Construction
Yakima
Electricians - Powerline
Pole Sprayer
$62.50
5A
4A
Construction
Yakima
Electricians - Powerline
Powderperson
$46.55
5A
4A
Construction
Yakima
Electronic Technicians
Journey Level
$23.40
1
Yakima
Elevator Constructors
Mechanic
$80.14
7D
4A
Yakima
Elevator Constructors
Mechanic In Charge
$86.77
7D
4A
Yakima
Fabricated Precast Concrete
Craftsman - In -Factory Work
Only
$9.32
1
Products
Yakima
Fabricated Precast Concrete
Journey Level - In -Factory
Work Only
$9.32
1
Products
Yakima
Fence Erectors
Fence Erector
$13.79
1
Yakima
Flaggers
Journey Level
$24.62
1
Yakima
Glaziers
Journey Level
$22.43
61
1B
Yakima
Heat & Frost Insulators And
Journey Level
$25.32
1
Asbestos Workers
Yakima
Heating Equipment Mechanics
Journey Level
$34.85
1
Yakima
Hod Carriers Et Mason Tenders
Journey Level
$35.23
7A
31
Yakima
Industrial Power Vacuum
Journey Level
$9.32
1
Cleaner
Yakima
Inland Boatmen
Journey Level
$9.32
1
Yakima
Inspection/Cleaning/Sealing Of
Cleaner Operator, Foamer
Operator
$9.73
1
Sewer & Water Systems By
Remote Control
Yakima
Inspection/Cleaning/Sealing Of
Grout Truck Operator
$11.48
1
Sewer & Water Systems By
Remote Control
Yakima
Inspection/Cleaning/Sealing Of
Head Operator
$12.78
1
Sewer & Water Systems By
Remote Control
Yakima
Inspection/Cleaning/Sealing Of
Technician
$9.32
1
Sewer & Water Systems By
Remote Control
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
12/23/2014
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Page 3 of 16
Yakima
Inspection/Cleaning/Sealing Of
Tv Truck Operator
$10.53
1
Sewer Et Water Systems By
Remote Control
Yakima
Insulation Applicators
Journey Level
$40.13
5D
4C
Yakima
Ironworkers
Journeyman
$54.69
7N
10
Yakima
Laborers
Air, Gas Or Electric Vibrating
Screed
$34.07
7A
31
.Yakima
Laborers
Airtrac Drill Operator
$35.23
7A
31
Yakima
Laborers
Ballast Regular Machine
$34.07
7A
31
Yakima
Laborers
Batch Weighman
$32.14
7A
31
:Yakima
Laborers
Brick Pavers
$34.07
7A
31
Yakima
Laborers
Brush Cutter
$34.07
7A
31
,Yakima
Laborers
Brush Hog Feeder
$34.07
7A
31
Yakima
Laborers
Burner
$34.07
7A
31
Yakima
Laborers
Caisson Worker
$35.23
7A
31
Yakima
Laborers
Carpenter Tender
$34.07
7A
31
'Yakima
Laborers
Cement Dumper -paving
$34.81
7A
31
Yakima
Laborers
Cement Finisher Tender
$34.07
7A
31
Yakima
Laborers
Change House Or Dry Shack
$34.07
7A
31
'Yakima
Laborers
Chipping Gun (under 30 Lbs.)
$34.07
7A
31
,Yakima
Laborers
Chipping Gun(30 Lbs. And
Over)
$34.81
7A
31
Yakima
Laborers
Choker Setter
$34.07
7A
31
'Yakima
Laborers
Chuck Tender
$34.07
7A
31
Yakima
Laborers
Clary Power Spreader
$34.81
7A
31
Yakima
Laborers
Clean-up Laborer
$34.07
7A
31
Yakima
Laborers
Concrete Dumper/chute
Operator
$34.81
7A
31
Yakima
Laborers
Concrete Form Stripper
$34.07
7A
31
Yakima
Laborers
Concrete Placement Crew
$34.81
7A
31
Yakima
Laborers
Concrete Saw Operator/core
Driller
$34.81
7A
31
Yakima
Laborers
Crusher Feeder
$32.14
7A
31
Yakima
Laborers
Curing Laborer
$34.07
7A
31
Yakima
Laborers
Demolition: Wrecking Et Moving
(incl. Charred Material)
$34.07
7A
31
Yakima
Laborers
Ditch Digger
$34.07
7A
31
;Yakima
Laborers
Diver
$35.23
7A
31
Yakima
Laborers
Drill Operator
(hydraulic,diamond)
$34.81
7A
31
Yakima
Laborers
Dry Stack Walls
$34.07
7A
31
Yakima
Laborers
Dump Person
$34.07
7A
31
Yakima
Laborers
Epoxy Technician
$34.07
7A
31
Yakima
Laborers
Erosion Control Worker
$34.07
7A
31
Yakima
Laborers
Faller Et Bucker Chain Saw
$34.81
7A
31
Yakima
Laborers
Fine Graders
$34.07
7A
31
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
12/23/2014
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Page 4 of 16
Yakima
Laborers
Firewatch
$32.14
7A
31
Yakima
Laborers
Form Setter
$34.07
7A
31
'Yakima
Laborers
Gabian Basket Builders
$34.07
7A
31
Yakima
Laborers
General Laborer
$34.07
7A
31
Yakima
Laborers
Grade Checker Et Transit
Person
$35.23
7A
31
Yakima
Laborers
Grinders
$34.07
7A
31
'Yakima
Laborers
Grout Machine Tender
$34.07
7A
31
Yakima
Laborers
Groutmen (pressure)including
Post Tension Beams
$34.81
7A
31
Yakima
Laborers
Guage and Lock Tender
$35.33
7A
31
Yakima
Laborers
Guardrail Erector
$34.07
7A
31
Yakima
Laborers
Hazardous Waste Worker (level
A)
$35.23
7A
31
Yakima
Laborers
Hazardous Waste Worker (level
B)
$34.81
7A
31
Yakima
Laborers
Hazardous Waste Worker (level
C)
$34.07
7A
31
Yakima
Laborers
High Scaler
$35.23
7A
31
Yakima
Laborers
Jackhammer
$34.81
7A
31
Yakima
Laborers
Laserbeam Operator
$34.81
7A
31
Yakima
Laborers
Maintenance Person
$34.07
7A
31
Yakima
Laborers
Manhole Builder-mudman
$34.81
7A
31
Yakima
Laborers
Material Yard Person
$34.07
7A
31
Yakima
Laborers
Motorman -dinky Locomotive
$34.81
7A
31
Yakima
Laborers
Nozzleman (concrete Pump,
Green Cutter When Using
Combination Of High Pressure
Air Et Water On Concrete Et
Rock, Sandblast, Gunite,
Shotcrete, Water Bla
$34.81
7A
31
Yakima
Laborers
Pavement Breaker
$34.81
7A
31
Yakima
Laborers
Pilot Car
$32.14
7A
31
Yakima
Laborers
Pipe Layer(lead)
$35.23
7A
31
;Yakima
Laborers
Pipe Layer/tailor
$34.81
7A
31
Yakima
Laborers
Pipe Pot Tender
$34.81
7A
31
Yakima
Laborers
Pipe Reliner
$34.81
7A
31
Yakima
Laborers
Pipe Wrapper
$34.81
7A
31
Yakima
Laborers
Pot Tender
$34.07
7A
31
Yakima
Laborers
Powderman
$35.23
7A
31
Yakima
Laborers
Powderman's Helper
$34.07
7A
31
Yakima
Laborers
Power Jacks
$34.81
7A
31
Yakima
Laborers
Railroad Spike Puller - Power
$34.81
7A
31
Yakima
Laborers
Raker - Asphalt
$35.23
7A
31
Yakima
Laborers
Re-timberman
$35.23
7A
31
Yakima
Laborers
Remote Equipment Operator
$34.81
7A
31
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
12/23/2014
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Page 5 of 16
Yakima
Laborers
Rigger/signal Person
$34.81
7A
31
Yakima
Laborers
Rip Rap Person
$34.07
7A
31
Yakima
Laborers
Rivet Buster
$34.81
7A
31
Yakima
Laborers
Rodder
$34.81
7A
31
Yakima
Laborers
Scaffold Erector
$34.07
7A
31
;Yakima
Laborers
Scale Person
$34.07
7A
31
Yakima
Laborers
Sloper (over 20")
$34.81
7A
31
Yakima
Laborers
Sloper Sprayer
$34.07
7A
31
Yakima
Laborers
Spreader (concrete)
$34.81
7A
31
Yakima
Laborers
Stake Hopper
$34.07
7A
31
Yakima
Laborers
Stock Piler
$34.07
7A
31
Yakima
Laborers
Tamper Et Similar Electric, Air
Et Gas Operated Tools
$34.81
7A
31
Yakima
Laborers
Tamper (multiple & Self-
propelled)
$34.81
7A
31
Yakima
Laborers
Timber Person - Sewer (tagger,
Shorer & Cribber)
$34.81
7A
31
Yakima
Laborers
Toolroom Person (at Jobsite)
$34.07
7A
31
Yakima
Laborers
Topper
$34.07
7A
31
Yakima
Laborers
Track Laborer
$34.07
7A
31
Yakima
Laborers
Track Liner (power)
$34.81
7A
31
Yakima
Laborers
Traffic Control Laborer
$34.07
7A
31
8R
Yakima
Laborers
Traffic Control Supervisor
$34.07
7A
31
8R
Yakima
Laborers
Truck Spotter
$34.07
7A
31
Yakima
Laborers
Tugger Operator
$34.81
7A
31
Yakima
Laborers
Tunnel Work -Miner
$35.33
7A
31
Yakima
Laborers
Vibrator
$34.81
7A
31
Yakima
Laborers
Vinyl Seamer
$34.07
7A
31
Yakima
Laborers
Watchman
$29.33
7A
31
Yakima
Laborers
Welder
$34.81
7A
31
Yakima
Laborers
Well Point Laborer
$34.81
7A
31
Yakima
Laborers
Window Washer/cleaner
$29.33
7A
31
Yakima
Laborers - Underground Sewer
General Laborer & Topman
$34.07
7A
31
& Water
Yakima
Laborers - Underground Sewer
Pipe Layer
$34.81
7A
31
& Water
Yakima
Landscape Construction
Irrigation Or Lawn Sprinkler
Installers
$9.32
1
Yakima
Landscape Construction
Landscape Equipment
Operators Or Truck Drivers
$15.45
1
Yakima
Landscape Construction
Landscaping Or Planting
Laborers
$9.32
1
Yakima
Lathers
Journey Level
$40.13
5D
4C
Yakima
Marble Setters
Journey Level
$43.34
5A
1M
Yakima
Metal Fabrication (In Shop)
Fitter
$12.00
1
Yakima
Metal Fabrication (In Shop)
Laborer
$10.31
1
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
12/23/2014
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Page 6of16
Yakima
Metal Fabrication (In Shop)
Machine Operator
$11.32
1
Yakima
Metal Fabrication (In Shop)
Painter
$12.00
1
Yakima
Metal Fabrication (In Shop)
Welder
$11.32
1
Yakima
Millwright
Journey Level
$26.05
1
'Yakima
Modular Buildings
Journey Level
$14.11
1
;Yakima
Painters
Journey Level
$29.36
6Z
1W
Yakima
Pile Driver
Journey Level
$52.03
5D
4C
Yakima
Plasterers
Journey Level
$50.42
M.
1R
Yakima
Playground Et Park Equipment
Journey Level
$9.32
1
Installers
Yakima
Plumbers Et Pipefitters
Journey Level
$76.31
6Z
1Q
Yakima
Power Equipment Operators
Asphalt Plant Operators
$55.24
7A
3C
8P
Yakima
Power Equipment Operators
Assistant Engineer
$51.97
7A
3C
8P
'Yakima
Power Equipment Operators
Barrier Machine (zipper)
$54.75
7A
3C
8P
Yakima
Power Equipment Operators
Batch Plant Operator,
Concrete
$54.75
7A
3C
8P
,Yakima
Power Equipment Operators
Bobcat
$51.97
7A
3C
8P ,
Yakima
Power Equipment Operators
Brokk - Remote Demolition
Equipment
$51.97
7A
3C
8P
Yakima
Power Equipment Operators
Brooms
$51.97
7A
3C
8P
Yakima
Power Equipment Operators
Bump Cutter
$54.75
7A
3C
8P
Yakima
Power Equipment Operators
Cableways
$55.24
7A
3C
8P
Yakima
Power Equipment Operators
Chipper
$54.75
7A
3C
8P
Yakima
Power Equipment Operators
Compressor
$51.97
7A
3C
8P
Yakima
Power Equipment Operators
Concrete Pump: Truck Mount
With Boom Attachment Over 42
M
$55.24
7A
3C
8P
Yakima
Power Equipment Operators
Concrete Finish Machine -laser
Screed
$51.97
7A
3C
8P
Yakima
Power Equipment Operators
Concrete Pump - Mounted Or
Trailer High Pressure Line
Pump, Pump High Pressure.
$54.33
7A
3C
8P
Yakima
Power Equipment Operators
Concrete Pump: Truck Mount
With Boom Attachment Up To
42m
$54.75
7A
3C
8P
,Yakima
Power Equipment Operators
Conveyors
$54.33
7A
3C
8P
Yakima
Power Equipment Operators
Cranes: 20 Tons Through 44
Tons With Attachments
$54.75
7A
3C
8P
Yakima
Power Equipment Operators
Cranes: 100 Tons Through 199
Tons, Or 150' Of Boom
(Including Jib With
Attachments)
$55.79
7A
3C
8P
Yakima
Power Equipment Operators
Cranes: 200 Tons To 300 Tons,
Or 250' Of Boom (including Jib
With Attachments)
$56.36
7A
3C
8P ,
Yakima
Power Equipment Operators
Cranes: 45 Tons Through 99
Tons, Under 150' Of Boom
(including Jib With
$55.24
7A
3C
8P
haps://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
12/23/2014
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Page 7 of 16
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
12/23/2014
Attachments)
Yakima
,
Power Equipment Operators
Cranes: A -frame - 10 Tons And
Under
$51.97
7A
3C
8P
Yakima
Power Equipment Operators
Cranes: Friction 100 Tons
Through 199 Tons
$56.36
7A
3C
8P
;Yakima
Power Equipment Operators
Cranes: Friction Over 200 Tons
$56.92
7A
3C
8P
;Yakima
Power Equipment Operators
Cranes: Over 300 Tons Or 300'
Of Boom (including Jib With
Attachments)
$56.92
7A
3C
8P
Yakima
Power Equipment Operators
Cranes: Through 19 Tons With
Attachments A -frame Over 10
Tons
$54.33
7A
3C
8P
Yakima
Power Equipment Operators
Crusher
$54.75
7A
3C
8P
Yakima
Power Equipment Operators
Deck Engineer/deck Winches
(power)
$54.75
7A
3C
8P
Yakima
Power Equipment Operators
Derricks, On Building Work
$55.24
7A
3C
8P
Yakima
Power Equipment Operators
Dozers D-9 Et Under
$54.33
7A
3C
8P
Yakima
Power Equipment Operators
Drill Oilers: Auger Type, Truck
Or Crane Mount
$54.33
7A
3C
8P
Yakima
Power Equipment Operators
Drilling Machine
$54.75
7A
3C
8P
Yakima
Power Equipment Operators
Elevator And Man -lift:
Permanent And Shaft Type
$51.97
7A
3C
8P
Yakima
Power Equipment Operators
Finishing Machine, Bidwell And
Gamaco Et Similar Equipment
$54.75
7A
3C
8P
Yakima
Power Equipment Operators
Forklift: 3000 Lbs And Over
With Attachments
$54.33
7A
3C
8P
Yakima
Power Equipment Operators
Forklifts: Under 3000 Lbs. With
Attachments
$51.97
7A
3C
8P
Yakima
Power Equipment Operators
Grade Engineer: Using Blue
Prints, Cut Sheets, Etc
$54.75
7A
3C
8P
Yakima
Power Equipment Operators
Gradechecker/stakeman
$51.97
7A
3C
8P
Yakima
Power Equipment Operators
Guardrail Punch
$54.75
7A
3C
8P
Yakima
Power Equipment Operators
Hard Tail End Dump
Articulating Off- Road
Equipment 45 Yards. Et Over
$55.24
7A
3C
8P
Yakima
Power Equipment Operators
Hard Tail End Dump
Articulating Off-road
Equipment Under 45 Yards
$54.75
7A
3C
8P
'Yakima
Power Equipment Operators
Horizontal/directional Drill
Locator
$54.33
7A
3C
8P
Yakima
Power Equipment Operators
Horizontal/directional Drill
Operator
$54.75
7A
3C
8P
Yakima
Power Equipment Operators
Hydralifts/boom Trucks Over
10 Tons
$54.33
7A
3C
8P
Yakima
Power Equipment Operators
Hydralifts/boom Trucks, 10
Tons And Under
$51.97
7A
3C
8P
Yakima
Power Equipment Operators
Loader, Overhead 8 Yards. Et
Over
$55.79
7A
3C
8P
Yakima
Power Equipment Operators
Loader, Overhead, 6 Yards. But
$55.24
7A
3C
8P
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
12/23/2014
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Page 8 of 16
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
12/23/2014
Not Including 8 Yards
Yakima
Power Equipment Operators
Loaders, Overhead Under 6
Yards
$54.75
7A
3C
8P
Yakima
Power Equipment Operators
Loaders, Plant Feed
$54.75
7A
3C
8P
,Yakima
Power Equipment Operators
Loaders: Elevating Type Belt
$54.33
7A
3C
8P
'Yakima
Power Equipment Operators
Locomotives, All
$54.75
7A
3C
8P
Yakima
Power Equipment Operators
Material Transfer Device
$54.75
7A
3C
8P
Yakima
Power Equipment Operators
Mechanics, All (leadmen -
$0.50 Per Hour Over Mechanic)
$55.79
7A
3C
8P
Yakima
Power Equipment Operators
Motor Patrol Grader - Non-
finishing
$54.33
7A
3C
8P
Yakima
Power Equipment Operators
Motor Patrol Graders, Finishing
$55.24
7A
3C
8P
Yakima
Power Equipment Operators
Mucking Machine, Mole, Tunnel
Drill, Boring, Road Header
And/or Shield
$55.24
7A
3C
8P
Yakima
Power Equipment Operators
Oil Distributors, Blower
Distribution & Mulch Seeding
Operator
$51.97
7A
3C
8P
Yakima
Power Equipment Operators
Outside Hoists (elevators And
Manlifts), Air Tuggers,strato
$54.33
7A
3C
8P
Yakima
Power Equipment Operators
Overhead, Bridge Type Crane:
20 Tons Through 44 Tons
$54.75
7A
3C
8P
'Yakima
Power Equipment Operators
Overhead, Bridge Type: 100
Tons And Over
$55.79
7A
3C
8P
Yakima
Power Equipment Operators
Overhead, Bridge Type: 45
Tons Through 99 Tons
$55.24
7A
3C
8P
Yakima
Power Equipment Operators
Pavement Breaker
$51.97
7A
3C
8P
Yakima
Power Equipment Operators
Pile Driver (other Than Crane
Mount)
$54.75
7A
3C
8P
Yakima
Power Equipment Operators
Plant Oiler - Asphalt, Crusher
$54.33
7A
3C
8P
Yakima
Power Equipment Operators
Posthole Digger, Mechanical
$51.97
7A
3C
8P
Yakima
Power Equipment Operators
Power Plant
$51.97
7A
3C
8P
Yakima
Power Equipment Operators
Pumps - Water
$51.97
7A
3C
8P
Yakima
Power Equipment Operators
Quad 9, Hd 41, D10 And Over
$55.24
7A
3C
8P
Yakima
Power Equipment Operators
Quick Tower - No Cab, Under
100 Feet In Height Based To
Boom
$51.97
7A
3C
8P
Yakima
Power Equipment Operators
Remote Control Operator On
Rubber Tired Earth Moving
Equipment
$55.24
7A
3C
8P
Yakima
Power Equipment Operators
Rigger And Bellman
$51.97
7A
3C
8P
Yakima
Power Equipment Operators
Rollagon
$55.24
7A
3C
8P
Yakima
Power Equipment Operators
Roller, Other Than Plant Mix
$51.97
7A
3C
8P
Yakima
Power Equipment Operators
Roller, Plant Mix Or Multi -lift
Materials
$54.33
7A
3C
8P
Yakima
Power Equipment Operators
Roto -mill, Roto -grinder
$54.75
7A
3C
8P
Yakima
Power Equipment Operators
Saws - Concrete
$54.33
7A
3C
8P
Yakima
Power Equipment Operators
Scraper, Self Propelled Under
$54.75
7A
3C
8P
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
12/23/2014
1
1
1
1
1
1
1
1
1
1
1
1
1
Page 9 of 16
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
12/23/2014
45 Yards
Yakima
Power Equipment Operators
Scrapers - Concrete Et Carry All
$54.33
7A
3C
8P
Yakima
Power Equipment Operators
Scrapers, Self-propelled: 45
Yards And Over
$55.24
7A
3C
8P
Yakima
Power Equipment Operators
Service Engineers - Equipment
$54.33
7A
3C
8P
Yakima
Power Equipment Operators
Shotcrete/gunite Equipment
$51.97
7A
3C
8P
Yakima
Power Equipment Operators
Shovel , Excavator, Backhoe,
Tractors Under 15 Metric Tons.
$54.33
7A
3C
8P
'Yakima
Power Equipment Operators
Shovel, Excavator, Backhoe:
Over 30 Metric Tons To 50
Metric Tons
$55.24
7A
3C
8P
Yakima
Power Equipment Operators
Shovel, Excavator, Backhoes,
Tractors: 15 To 30 Metric Tons
$54.75
7A
3C
8P
Yakima
Power Equipment Operators
Shovel, Excavator, Backhoes:
Over 50 Metric Tons To 90
Metric Tons
$55.79
7A
3C
8P
Yakima
Power Equipment Operators
Shovel, Excavator, Backhoes:
Over 90 Metric Tons
$56.36
7A
3C
8P
Yakima
Power Equipment Operators
Slipform Pavers
$55.24
7A
3C
8P ,
Yakima
Power Equipment Operators
Spreader, Topsider Et
Screedman
$55.24
7A
3C
8P
;Yakima
Power Equipment Operators
Subgrader Trimmer
$54.75
7A
3C
8P
Yakima
Power Equipment Operators
Tower Bucket Elevators
$54.33
7A
3C
8P
Yakima
Power Equipment Operators
Tower Crane Over 175'in
Height, Base To Boom
$56.36
7A
3C
8P
Yakima
Power Equipment Operators
Tower Crane Up To 175' In
Height Base To Boom
$55.79
7A
3C
8P
Yakima
Power Equipment Operators
Transporters, All Track Or
Truck Type
$55.24
7A
3C
8P
Yakima
Power Equipment Operators
Trenching Machines
$54.33
7A
3C
8P
Yakima
Power Equipment Operators
Truck Crane Oiler/driver - 100
Tons And Over
$54.75
7A
3C
8P
Yakima
Power Equipment Operators
Truck Crane Oiler/driver Under
100 Tons
$54.33
7A
3C
8P
Yakima
Power Equipment Operators
Truck Mount Portable Conveyor
$54.75
7A
3C
8P
Yakima
Power Equipment Operators
Welder
$55.24
7A
3C
8P
Yakima
Power Equipment Operators
Wheel Tractors, Farmall Type
$51.97
7A
3C
8P
;Yakima
Power Equipment Operators
Yo Yo Pay Dozer
$54.75
7A
3C
8P
Yakima
Power Equipment Operators-
Asphalt Plant Operators
$55.24
7A
3C
8P
Underground Sewer a Water
Yakima
Power Equipment Operators-
Assistant Engineer
$51.97
7A
3C
8P
Underground Sewer a Water
Yakima
Power Equipment Operators-
Barrier Machine (zipper)
$54.75
7A
3C
8P
Underground Sewer & Water
Yakima
Power Equipment Operators-
Batch Plant Operator,
Concrete
$54.75
7A
3C
8P
Underground Sewer Ft Water
Yakima
Power Equipment Operators-
Bobcat
$51.97
7A
3C
8P '
Underground Sewer Et Water
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
12/23/2014
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Page 10 of 16
Yakima
Power Equipment Operators-
Brokk - Remote Demolition
Equipment
$51.97
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Brooms
$51.97
7A
3C
8P
Underground Sewer & Water
Yakima
Power Equipment Operators-
Bump Cutter
$54.75
7A
3C
8P
Underground Sewer & Water
Yakima
Power Equipment Operators-
Cableways
$55.24
7A
3C
8P
Underground Sewer & Water
Yakima
Power Equipment Operators-
Chipper
$54.75
7A
3C
8P
Underground Sewer & Water
Yakima
Power Equipment Operators-
Compressor
$51.97
7A
3C
8P
Underground Sewer & Water
;Yakima
Power Equipment Operators-
Concrete Pump: Truck Mount
With Boom Attachment Over 42
M
$55.24
7A
3C
8P
Underground Sewer & Water
Yakima
Power Equipment Operators-
Concrete Finish Machine -laser
Screed
$51.97
7A
3C
8P
Underground Sewer & Water
Yakima
Power Equipment Operators-
Concrete Pump - Mounted Or
Trailer High Pressure Line
Pump, Pump High Pressure.
$54.33
7A
3C
8P
Underground Sewer & Water
Yakima
Power Equipment Operators-
Concrete Pump: Truck Mount
With Boom Attachment Up To
42m
$54.75
7A
3C
8P
Underground Sewer & Water
Yakima
Power Equipment Operators-
Conveyors
$54.33
7A
3C
8P
Underground Sewer & Water
Yakima
Power Equipment Operators-
Cranes: 20 Tons Through 44
Tons With Attachments
$54.75
7A
3C
8P
Underground Sewer & Water
Yakima
Power Equipment Operators-
Cranes: 100 Tons Through 199
Tons, Or 150' Of Boom
(Including Jib With
Attachments)
$55.79
7A
3C
8P
Underground Sewer & Water
Yakima
Power Equipment Operators-
Cranes: 200 Tons To 300 Tons,
Or 250' Of Boom (including Jib
With Attachments)
$56.36
7A
3C
8P
Underground Sewer & Water
Yakima
Power Equipment Operators-
Cranes: 45 Tons Through 99
Tons, Under 150' Of Boom
(including Jib With
Attachments)
$55.24
7A
3C
8P
Underground Sewer & Water
Yakima
Power Equipment Operators-
Cranes: A -frame - 10 Tons And
Under
$51.97
7A
3C
8P
Underground Sewer & Water
Yakima
Power Equipment Operators-
Cranes: Friction 100 Tons
Through 199 Tons
$56.36
7A
3C
8P
Underground Sewer & Water
Yakima
Power Equipment Operators-
Cranes: Friction Over 200 Tons
$56.92
7A
3C
8P
Underground Sewer & Water
Yakima
Power Equipment Operators-
Cranes: Over 300 Tons Or 300'
Of Boom (including Jib With
Attachments)
$56.92
7A
3C
8P
Underground Sewer & Water
Yakima
Power Equipment Operators-
Cranes: Through 19 Tons With
Attachments A -frame Over 10
Tons
$54.33
7A
3C
8P
Underground Sewer & Water
Yakima
Power Equipment Operators-
Crusher
$54.75
7A
3C
8P
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
12/23/2014
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Page 11 of 16
haps://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx
12/23/2014
Underground Sewer & Water
Yakima
Power Equipment Operators-
Deck Engineer/deck Winches
(power)
$54.75
7A
3C
8P
Underground Sewer & Water
,Yakima
Power Equipment Operators-
Derricks, On Building Work
$55.24
7A
3C
8P '
Underground Sewer & Water
Yakima
Power Equipment Operators-
Dozers D-9 & Under
$54.33
7A
3C
8P
Underground Sewer & Water
;Yakima
Power Equipment Operators-
Drill Oilers: Auger Type, Truck
Or Crane Mount
$54.33
7A
3C
8P
Underground Sewer & Water
Yakima
Power Equipment Operators-
Drilling Machine
$54.75
7A
3C
8P
Underground Sewer & Water
Yakima
Power Equipment Operators-
Elevator And Man -lift:
Permanent And Shaft Type
$51.97
7A
3C
8P '
Underground Sewer & Water
'Yakima
Power Equipment Operators-
Finishing Machine, Bidwell And
Gamaco & Similar Equipment
$54.75
7A
3C
8P
Underground Sewer & Water
Yakima
Power Equipment Operators-
Forklift: 3000 Lbs And Over
With Attachments
$54.33
7A
3C
8P
Underground Sewer & Water
'Yakima
Power Equipment Operators-
Forklifts: Under 3000 Lbs. With
Attachments
$51.97
7A
3C
8P
Underground Sewer & Water
;Yakima
Power Equipment Operators-
Grade Engineer: Using Blue
Prints, Cut Sheets, Etc
$54.75
7A
3C
8P
Underground Sewer & Water
Yakima
Power Equipment Operators-
Gradechecker/stakeman
$51.97
7A
3C
8P
Underground Sewer & Water
Yakima
Power Equipment Operators-
Guardrail Punch
$54.75
7A
3C
8P
Underground Sewer & Water
Yakima
Power Equipment Operators-
Hard Tail End Dump
Articulating Off- Road
Equipment 45 Yards. & Over
$55.24
7A
3C
8P
Underground Sewer & Water
Yakima
Power Equipment Operators-
Hard Tail End Dump
Articulating Off-road
Equipment Under 45 Yards
$54.75
7A
3C
8P
Underground Sewer & Water
Yakima
Power Equipment Operators-
Horizontal/directional Drill
Locator
$54.33
7A
3C
8P
Underground Sewer & Water
'Yakima
Power Equipment Operators-
Horizontal/directional Drill
Operator
$54.75
7A
3C
8P
Underground Sewer & Water
Yakima
Power Equipment Operators-
Hydralifts/boom Trucks Over
10 Tons
$54.33
7A
3C
8P ,
Underground Sewer & Water
Yakima
Power Equipment Operators-
Hydralifts/boom Trucks, 10
Tons And Under
$51.97
7A
3C
8P
Underground Sewer & Water
Yakima
Power Equipment Operators-
Loader, Overhead 8 Yards. &
Over
$55.79
7A
3C
8P
Underground Sewer & Water
Yakima
Power Equipment Operators-
Loader, Overhead, 6 Yards. But
Not Including 8 Yards
$55.24
7A
3C
8P
Underground Sewer & Water
Yakima
Power Equipment Operators-
Loaders, Overhead Under 6
Yards
$54.75
7A
3C
8P
Underground Sewer & Water
Yakima
Power Equipment Operators-
Loaders, Plant Feed
$54.75
7A
3C
8P
Underground Sewer & Water
Yakima
Power Equipment Operators-
Loaders: Elevating Type Belt
$54.33
7A
3C
8P
Underground Sewer & Water
Yakima
Power Equipment Operators-
Locomotives, All
$54.75
7A
3C
8P
haps://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx
12/23/2014
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Page 12 of 16
https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx
12/23/2014
Underground Sewer a Water
Yakima
Power Equipment Operators-
Material Transfer Device
$54.75
7A
3C
8P
Underground Sewer a Water
Yakima
Power Equipment Operators-
Mechanics, All (leadmen -
$0.50 Per Hour Over Mechanic)
$55.79
7A
3C
8P
Underground Sewer a Water
Yakima
Power Equipment Operators-
Motor Patrol Grader - Non-
finishing
$54.33
7A
3C
8P
Underground Sewer & Water
Yakima
Power Equipment Operators-
Motor Patrol Graders, Finishing
$55.24
7A
3C
8P
Underground Sewer a Water
Yakima
Power Equipment Operators-
Mucking Machine, Mole, Tunnel
Drill, Boring, Road Header
And/or Shield
$55.24
7A
3C
8P
Underground Sewer & Water
Yakima
Power Equipment Operators-
Oil Distributors, Blower
Distribution a Mulch Seeding
Operator
$51.97
7A
3C
8P
Underground Sewer & Water
Yakima
Power Equipment Operators-
Outside Hoists (elevators And
Manlifts), Air Tuggers,strato
$54.33
7A
3C
8P
Underground Sewer & Water
Yakima
Power Equipment Operators-
Overhead, Bridge Type Crane:
20 Tons Through 44 Tons
$54.75
7A
3C
8P
Underground Sewer & Water
Yakima
Power Equipment Operators-
Overhead, Bridge Type: 100
Tons And Over
$55.79
7A
3C
8P
Underground Sewer & Water
Yakima
Power Equipment Operators-
Overhead, Bridge Type: 45
Tons Through 99 Tons
$55.24
7A
3C
8P
Underground Sewer & Water
Yakima
Power Equipment Operators-
Pavement Breaker
$51.97
7A
3C
8P
Underground Sewer & Water
Yakima
Power Equipment Operators-
Pile Driver (other Than Crane
Mount)
$54.75
7A
3C
8P
Underground Sewer & Water
Yakima
Power Equipment Operators-
Plant Oiler - Asphalt, Crusher
$54.33
7A
3C
8P
Underground Sewer & Water
Yakima
Power Equipment Operators-
Posthole Digger, Mechanical
$51.97
7A
3C
8P
Underground Sewer & Water
Yakima
Power Equipment Operators-
Power Plant
$51.97
7A
3C
8P
Underground Sewer & Water
Yakima
Power Equipment Operators-
Pumps - Water
$51.97
7A
3C
8P
Underground Sewer & Water
;Yakima
Power Equipment Operators-
Quad 9, Hd 41, D10 And Over
$55.24
7A
3C
8P
Underground Sewer & Water
Yakima
Power Equipment Operators-
Quick Tower - No Cab, Under
100 Feet In Height Based To
Boom
$51.97
7A
3C
8P
Underground Sewer & Water
Yakima
Power Equipment Operators-
Remote Control Operator On
Rubber Tired Earth Moving
Equipment
$55.24
7A
3C
8P
Underground Sewer & Water
Yakima
Power Equipment Operators-
Rigger And Bellman
$51.97
7A
3C
8P
Underground Sewer & Water
Yakima
Power Equipment Operators-
Rollagon
$55.24
7A
3C
8P
Underground Sewer & Water
Yakima
Power Equipment Operators-
Roller, Other Than Plant Mix
$51.97
7A
3C
8P
Underground Sewer & Water
Yakima
Power Equipment Operators-
Roller, Plant Mix Or Multi -lift
$54.33
7A
3C
8P
https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx
12/23/2014
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Page 13 of 16
https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx
12/23/2014
Underground Sewer & Water
Materials
Yakima
Power Equipment Operators-
Roto -mill, Roto -grinder
$54.75
7A
3C
8P
Underground Sewer & Water
Yakima
Power Equipment Operators-
Saws - Concrete
$54.33
7A
3C
8P
Underground Sewer & Water
Yakima
Power Equipment Operators-
Scraper, Self Propelled Under
45 Yards
$54.75
7A
3C
8P
Underground Sewer & Water
Yakima
Power Equipment Operators-
Scrapers - Concrete & Carry All
$54.33
7A
3C
8P
Underground Sewer & Water
Yakima
Power Equipment Operators-
Scrapers, Self-propelled: 45
Yards And Over
$55.24
7A
3C
8P
Underground Sewer & Water
Yakima
Power Equipment Operators-
Service Engineers - Equipment
$54.33
7A
3C
8P
Underground Sewer & Water
Yakima
Power Equipment Operators-
Shotcrete/gunite Equipment
$51.97
7A
3C
8P
Underground Sewer & Water
Yakima
Power Equipment Operators-
Shovel , Excavator, Backhoe,
Tractors Under 15 Metric Tons.
$54.33
7A
3C
8P
Underground Sewer & Water
Yakima
Power Equipment Operators-
Shovel, Excavator, Backhoe:
Over 30 Metric Tons To 50
Metric Tons
$55.24
7A
3C
8P
Underground Sewer & Water
Yakima
Power Equipment Operators-
Shovel, Excavator, Backhoes,
Tractors: 15 To 30 Metric Tons
$54.75
7A
3C
8P
Underground Sewer & Water
Yakima
Power Equipment Operators-
Shovel, Excavator, Backhoes:
Over 50 Metric Tons To 90
Metric Tons
$55.79
7A
3C
8P
Underground Sewer & Water
Yakima
Power Equipment Operators-
Shovel, Excavator, Backhoes:
Over 90 Metric Tons
$56.36
7A
3C
8P
Underground Sewer & Water
Yakima
Power Equipment Operators-
Slipform Pavers
$55.24
7A
3C
8P
Underground Sewer & Water
Yakima
Power Equipment Operators-
Spreader, Topsider &
Screedman
$55.24
7A
3C
8P
Underground Sewer & Water
Yakima
Power Equipment Operators-
Subgrader Trimmer
$54.75
7A
3C
8P
Underground Sewer & Water
Yakima
Power Equipment Operators-
Tower Bucket Elevators
$54.33
7A
3C
8P
Underground Sewer & Water
Yakima
Power Equipment Operators-
Tower Crane Over 175'in
Height, Base To Boom
$56.36
7A
3C
8P
Underground Sewer & Water
Yakima
Power Equipment Operators-
Tower Crane Up To 175' In
Height Base To Boom
$55.79
7A
3C
8P
Underground Sewer & Water
Yakima
Power Equipment Operators-
Transporters, All Track Or
Truck Type
$55.24
7A
3C
8P
Underground Sewer & Water
Yakima
Power Equipment Operators-
Trenching Machines
$54.33
7A
3C
8P
Underground Sewer & Water
Yakima
Power Equipment Operators-
Truck Crane Oiler/driver - 100
Tons And Over
$54.75
7A
3C
8P
Underground Sewer & Water
Yakima
Power Equipment Operators-
Truck Crane Oiler/driver Under
100 Tons
$54.33
7A
3C
8P
Underground Sewer & Water
Yakima
Power Equipment Operators-
Truck Mount Portable Conveyor
$54.75
7A
3C
8P
Underground Sewer & Water
Yakima
Power Equipment Operators-
Welder
$55.24
7A
3C
8P
https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx
12/23/2014
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Page 14 of 16
https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx
12/23/2014
Underground Sewer & Water
Yakima
Power Equipment Operators-
Wheel Tractors, Farmall Type
$51.97
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Yo Yo Pay Dozer
$54.75
7A
3C
8P
Underground Sewer & Water
Yakima
Power Line Clearance Tree
Journey Level In Charge
$44.86
5A
4A
Trimmers
Yakima
Power Line Clearance Tree
Spray Person
$42.58
5A
4A
Trimmers
Yakima
Power Line Clearance Tree
Tree Equipment Operator
$44.86
5A
4A
Trimmers
Yakima
Power Line Clearance Tree
Tree Trimmer
$40.08
5A
4A
Trimmers
Yakima
Power Line Clearance Tree
Tree Trimmer Groundperson
$30.20
5A
4A
Trimmers
Yakima
Refrigeration Et Air
Journey Level
$28.11
1
Conditioning Mechanics
Yakima
Residential Brick Mason
Journey Level
$29.00
1
Yakima
Residential Carpenters
Journey Level
$17.14
1
Yakima
Residential Cement Masons
Journey Level
$11.86
1
Yakima
Residential Drywall Applicators
Journey Level
$18.00
1
Yakima
Residential Drywall Tapers
Journey Level
$17.00
1
Yakima
Residential Electricians
Journey Level
$21.98
1
Yakima
Residential Glaziers
Journey Level
$22.43
61
1B
Yakima
Residential Insulation
Journey Level
$14.38
1
Applicators
Yakima
Residential Laborers
Journey Level
$11.02
1
Yakima
Residential Marble Setters
Journey Level
$29.00
1
Yakima
Residential Painters
Journey Level
$16.32
1
Yakima
Residential Plumbers Et
Journey Level
$20.55
1
Pipefitters
Yakima
Residential Refrigeration Et Air
Journey Level
$28.11
1
Conditioning Mechanics
Yakima
Residential Sheet Metal
Journey Level (Field or Shop)
$38.97
5A
1X
Workers
Yakima
Residential Soft Floor Layers
Journey Level
$17.55
1
Yakima
Residential Sprinkler Fitters
Journey Level
$9.32
1
(Fire Protection)
Yakima
Residential Stone Masons
Journey Level
$16.00
1
Yakima
Residential Terrazzo Workers
Journey Level
$9.32
1
Yakima
Residential Terrazzo/Tile
Journey Level
$17.00
1
Finishers
Yakima
Residential Tile Setters
Journey Level
$16.78
1
Yakima
Roofers
Journey Level
$12.00
1
Yakima
Sheet Metal Workers
Journey Level (Field or Shop)
$53.31
5A
1X
Yakima
Sign Makers & Installers
Journey Level
$14.65
1
(Electrical)
Yakima
Sign Makers & Installers (Non-
Journey Level
$14.65
1
https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx
12/23/2014
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Page 15 of 16
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
12/23/2014
Electrical)
Yakima
Soft Floor Layers
Journey Level
$23.11
5A
1N
Yakima
Solar Controls For Windows
Journey Levet
$9.32
1
'Yakima
Sprinkler Fitters (Fire
Journey Level
$26.36
1
Protection)
Yakima
Stage Rigging Mechanics (Non
Journey Level
$13.23
1
Structural)
Yakima
Stone Masons
Journey Level
$43.34
5A
1M
Yakima
Street And Parking Lot
Journey Levet
$9.32
1
Sweeper Workers
Yakima
Surveyors
Assistant Construction Site
Surveyor
$54.33
7A
3C
8P
Yakima
Surveyors
Chainman
$53.81
7A
3C
8P
Yakima
Surveyors
Construction Site Surveyor
$55.24
7A
3C
8P
Yakima
Telecommunication
Journey Level
$20.00
1
Technicians
Yakima
Telephone Line Construction -
Cable Splicer
$36.96
5A
2B
Outside
Yakima
Telephone Line Construction -
Hole Digger/Ground Person
$20.49
5A
2B
Outside
Yakima
Telephone Line Construction -
Installer (Repairer)
$35.40
5A
2B
Outside
Yakima
Telephone Line Construction -
Special Aparatus Installer I
$36.96
5A
2B
Outside
Yakima
Telephone Line Construction -
Special Apparatus Installer 11
$36.19
5A
2B
Outside
Yakima
Telephone Line Construction -
Telephone Equipment Operator
(Heavy)
$36.96
5A
2B
Outside
Yakima
Telephone Line Construction -
Telephone Equipment Operator
(Light)
$34.34
5A
2B
Outside
Yakima
Telephone Line Construction -
Telephone Lineperson
$34.34
5A
2B
Outside
Yakima
Telephone Line Construction -
Television Groundperson
$19.45
5A
213
Outside
Yakima
Telephone Line Construction -
Television Lineperson/Installer
$25.89
5A
213
Outside
Yakima
Telephone Line Construction -
Television System Technician
$30.97
5A
2B
Outside
Yakima
Telephone Line Construction -
Television Technician
$27.77
5A
213
Outside
Yakima
Telephone Line Construction -
Tree Trimmer
$34.34
5A
213
Outside
Yakima
Terrazzo Workers
Journey Level
$33.85
5A
1M
Yakima
Tile Setters
Journey Level
$33.85
5A
1M
Yakima
Tile, Marble Et Terrazzo
Journey Levet
$29.85
5A
1M
Finishers
Yakima
Traffic Control Stripers
Journey Level
$43.11
7A
1K
Yakima
Truck Drivers
Asphalt Mix
$14.19
1
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
12/23/2014
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Page 16 of 16
Yakima
Truck Drivers
Dump Truck Er Trailer(c.wa-
760)
$38.40
61
2G
Yakima
Truck Drivers
Dump Truck(c.wa-760)
$38.40
61
2G
Yakima
Truck Drivers
Other Trucks(c.wa-760)
$38.40
61
2G
Yakima
Truck Drivers
Transit Mixer
$38.96
1
Yakima
Well Drillers Et Irrigation Pump
Irrigation Pump Installer
$25.44
1
Installers
Yakima
Well Drillers Et Irrigation Pump
Oiler
$9.32
1
Installers
Yakima
Well Drillers &t Irrigation Pump
Well Driller
$18.00
1
Installers
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 12/23/2014
Benefit Code Key — Effective 8-31-2014 thru 3-3-2015
************************************************************************************************************
Overtime Codes
Overtime calculations are based on the hourly rate actually paid to the worker. On public works projects, the hourly rate
must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for
the worker
1 ALL FLOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL
BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
B All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked
on Sundays and holidays shall be paid at double the hourly rate of wage.
C. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on
Sundays and holidays shall be paid at double the hourly rate of wage
D The first two (2) hours before or after a five -eight (8) hour workweek day or a four -ten (10) hour workweek day and
the first eight (8) hours worked the next day after either workweek shall be paid at one and one-half times the hourly
rate ofwage All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly
rate of wage.
E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday,
and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.
F The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day,
shall be paid at double the hourly rate of wage All hours worked on Labor Day shall be paid at three times the
hourly rate of wage.
G The first ten (10) hours worked on Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a
four -ten hour schedule, shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess
often (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at
double the hourly rate of wage
H All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or
equipment breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday
through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the
hourly rate ofwage
All hours worked on Sundays and holidays shall also be paid at double the hourly rate ofwage.
J The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday
through Saturday. Sundays and holidays shall be paid at double the hourly rate of wage
K All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All
hours worked on holidays shall be paid at double the hourly rate of wage.
M All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be
paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at
double the hourly rate of wage.
1
Benefit Code Key — Effective 8-31-2014 thru 3-3-2015
1 N All hours ‘vorkcd on Saturdays (except makeup days) shall be paid at one and one-half times the hourly rate of
wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.
O The first ten (10) hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All
hours worked on Sundays, holidays and atter twelve (12) hours, Monday through Friday and after ten (10) hours on
Saturday shall be paid at double the hourly rate of wage.
P All hours worked on Saturdays (except makeup days if circumstances warrant) and Sundays shall be paid at one and
one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage.
Q The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on
Saturdays shall be paid at one and one-half times the hourly rate of wage All hours worked in excess of ten (10)
hours per day Monday through Saturday and all hours worked on Sundays and holidays (except Christmas day) shall
be paid at double the hourly rate of wage All hours worked on Christmas day shall be paid at two and one-half
times the hourly rate of wage.
R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage
S The first two (2) hours atter eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays and all other
overtime hours worked, except Labor Day. shall be paid at double the hourly, rate of wage. All hours worked on
Labor Day shall be paid at three times the hourly rate of wage.
• All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on
Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on
Labor Day shall be paid at three times the hourly rate of wage.
✓ All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and
one-half times the hourly rate of wage All hours worked on Thanksgiving Day and Christmas day shall be paid at
double the hourly rate of wage.
W All hours ‘vorked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the
employer)) shall be paid at one and one-half tunes the hourly_ rate of wage All hours worked on holidays shall be
paid at double the hourly rate of wage.
X The first (Our (4) hours after eight (8) regular hours Monday through 1 riday and the first twelve (12) hours on
Saturday shall be paid at one and one-half times the hourly rate of wage All hours worked over twelve (12) hours
Monday through Saturday', Sundays and holidays shall he paid at double the hourly rate of wage When holiday, falls
on Saturday or Sunday. the day before Saturday, Friday, and the day after Sunday. Monday, shall be considered the
holiday and all work performed shall be paid at double the hourly rate of wage.
Y All hours worked outside the hours of 5.00 am and 5•00 pm (or such other hours as may, be agreed upon by any
employer and the employee) and all hours worked in excess of eight (8) hours per day (10 hours per day for a 4 x 10
workweek) and on Saturdays and holidays (except labor day) shall be paid at one and one-half times the hourly rate
of wage. (except for employees who are absent from work without prior approval on a scheduled workday during
the workweek shall be paid at the straight -time rate until they have worked 8 hours in a day (10 in a 4 x 10
workweek) or 40 hours during that workweek.) All hours worked Monday through Saturday over twelve (12) hours
and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage.
Z. All hours worked on Saturdays and Sundays shall he paid at one and one-half times the hourly rate of wage All
hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay
2
Benefit Code Key — Effective 8-31-2014 thru 3-3-2015
2 ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL
BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
B All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage.
C All hours xvorked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on
holidays shall be paid at two times the hourly rate of wage.
F The first eight (8) hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the
holiday pay All hours worked in excess of eight (8) hours on holidays shall be paid at double the hourly rate of
wage.
G All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays
shall be paid at two and one-half times the hourly rate of wage including holiday pay
H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall
be paid at one and one-halftimes the hourly rate of wage.
O All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage.
R All hours worked on Sundays and holidays and all hours worked over sixty (60) in one week shall be paid at double
the hourly rate of wage.
U All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked
over 12 hours in a day or on Sundays and holidays shall he paid at double the hourly rate of wage.
W The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday,
and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day,
ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked alter ten
shall he paid at double the hourly rate of wage. The first eight (8) hours worked on the fifth day shall be paid at one
and one -hal fumes the hourly rate of wage. All other hours worked on the fifth, sixth, and seventh days and on
holidays shall be paid at double the hourly rate of wage.
3 ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID
AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
A Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when
four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or
outside the normal shift, and all work on Saturdays shall be paid at time and one-half the straight time rate. Hours
worked over twelve hours (12) in a single shift and all work performed after 6.00 pm Saturday to 6.00 am Monday
and holidays shall be paid at double the straight time rate of pay. Any shift starting between the hours of 6.00 pm
and midnight shall receive an additional one dollar ($1 00) per hour for all hours worked that shift. The employer
shall have the sole discretion to assign overtime work to employees. Primary consideration for overtime work shall
be given to employees regularly assigned to the work to be performed on overtime situations. After an employee has
worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate
until such time as the employee has had a break of eight (8) hours or more.
3
Benefit Code Key — Effective 8-31-2014 thru 3-3-2015
3 C Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when
four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or
outside the normal shift, and all work on Saturdays shall be paid at one and one -hall -times the hourly rate of wage.
All work performed after 6.00 pm Saturday, to 5 00 am Monday and Holiday's shall be paid at double the hourly rate
of wage. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at
the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more.
U All hours worked between the hours of 6.00 pm and 6.00 am, Monday through Saturday, shall be paid at a premium
rate or 15% over the hourly rate of wage. All other hours worked after 6.00 am on Saturdays, shall be paid at one
and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the
hourly rate of wage.
E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage. Each week. once 40 hours of
straight time work is achieved, then any hours worked over 10 hours per day Monday through Saturday shall be paid
at double the hourly, wage rate.
All hours worked on Saturday shall be paid at one and one-half times the hourly rate ofwage All hours worked on
Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid al two
and one-half times the hourly rate of wage including holiday pay
I I All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at
two (2) times the regular rate of pay Work performed on Sundays between October 15th and March 15th shall he
compensated at one and one half (1-1/2) times the regular rate of pay
All hours worked on Saturdays shall he paid at one and one-half times the hourly rate of wage In the event the joh is
down due to weather conditions during a five day work week (Monday through Friday,) or a four day -ten hour work
week (Tuesday through Friday,) then Saturday may be worked as a voluntary make-up day at the straight time rate.
However, Saturday shall not be utilized as a make-up day when a holiday falls on Friday All hours worked Monday
through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall he paid at double the
hourly rate of wage
4 AI. L HOURS WORKED IN EXCESS OF EIGI-IT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL 13E PAID
AT ONE AND ONE-HALF TIMES TI-lE HOURLY RATE OF WAGE
A All hours worked in excess of eight (8) hours per day or !bay (40) hours per week shall he paid at double the hourly
rate of wage All hours worked on Saturdays. Sundays and holidays shall be paid at double the hourly rate of wage
13 All hours worked over twelve (12) hours per day and all hours worked 00 holidays shall be paid at double the hourly
rate of wage.
C On Monday through Friday, the first four (4) hours of overtone after eight (8) hours of straight time work shall be
paid at one and one half (l-1/2) times the straight time rate of pay, unless a four (4) day ten (10) hour workweek has
been established. On a lour (4) day ten (10) hour workweek scheduled Monday through Thursday. or Tuesday
through Friday, the first two (2) hours of overtime after ten (10) hours of straight time work shall be paid at one and
one half (1-1/2) times the straight time rate of pay On Saturday, the first twelve (12) hours of work shall be paid at
one and one half (1-1/2) times the straight time rate of pay. except that if the lob is down on Monday through Friday
due to weather conditions or other conditions outside the control of the employer, the first ten (I0) hours on
Saturday may be worked at the straight time rate of pay All hours worked over twelve (12) hours in a day and all
hours worked on Sunday and Holidays shall be paid at two (2) times the straight time rate of pay
4
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Benefit Code Key — Effective 8-31-2014 thru 3-3-2015
Holiday Codes
5 A Holidays. New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after
Thanksgiving Day, and Christmas Day (7)
B. Holidays. New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after
Thanksgiving Day, the day before Christmas, and Christmas Day (8).
C
Holidays. New Year's Day, Presidents' Day. Memorial Day, Independence Day, Labor Day, Thanksgiving Day,
the Friday after Thanksgiving Day, And Christmas Day (8).
D Holidays. New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and
Saturday after Thanksgiving Day, And Christmas Day (8).
H Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Day after Thanksgiving Day,
And Christmas (6)
1 Holidays. New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day
(6)
J Holidays. New Year's Day, Memorial Day. Independence Day, Thanksgiving Day, Friday after Thanksgiving Day,
Christmas Eve Day, And Christmas Day (7)
K Holidays New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,
Friday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9)
L. Holiday's New Year's Day, Martin Luther King Jr Day, Memorial Day, Independence Day, Labor Day,
Thanksgiving Day, Friday After Thanksgiving Day, And Christmas Day (8).
N Holidays. New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day,
"'Thanksgiving Day, The Friday Atter Thanksgiving Day, And Christmas Day (9)
P
Holiday's New Year's Day. Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday And Saturday
After Thanksgiving Day, The Day Before Christmas. And Christmas Day (9) 11A Holiday Falls On Sunday, The
Following Monday Shall Be Considered As A Holiday
Q Paid Holidays. New Year's Day, Memorial Day; Independence Day, Labor Day, Thanksgiving Day, and Christmas
Day (6).
R. Paid Holidays New Year's Day, Memorial Day; Independence Day, Labor Dav, Thanksgiving Day, Day After
Thanksgiving Day, One -Half Day Before Christmas Day, And Christmas Day (7 1/2)
S Paid Holidays. New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving
Day, And Christmas Day (7)
Paid Holidays. New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day,
Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And The Day Before Or After Christmas
(9)•
L. Holidays. New Year's Day, Memorial Day, Independence Day, Labor Day. Veterans Day, Thanksgiving Day, the
Friday after Thanksgiving Day. And Christmas Day (8)
Holiday Codes Continued
5
Benefit Code Key — Effective 8-31-2014 thru 3-3-2015
6 A Paid Holidays• New Year's Dav, Presidents' Day, Memorial Day. Independence Day. Labor Day, Thanksgiving
Dav, The Friday After Thanksgiving Day, And Christmas Day (8)
E. Pard Holiday's New Year's Day, Day Before Or After New Year's Day, Presidents Day, Memorial Day,
Independence Day, Labor Day, Thanksgiving Day, Day Alter Thanksgiving Day, Christmas Day, And A Half -Day
On Christmas Eve Day (9 1/2)
G Paid Holidays. New Year's Day, Martin Luther King Jr Day, Presidents' Day, Memorial Day, Independence Day,
Labor Day, Veterans' Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And Christmas
Eve Day (11)
11 Paid Holidays. New Year's Day, New Year's Eve Day, Memorial Day, Independence Day, Labor Day,
Thanksgiving Day, Friday After Thanksgiving Day. Christmas Day. The Day After Christmas, And A Floating
Holiday (10)
Paid Holidays. New Year's Day, Memorial Dav, Independence Day, Labor Day, Thanksgiving Day, Friday
After Thanksgiving Day, And Christmas Day (7)
Paid Holidays New Year's Day Presidents' Day, Memorial Day, Independence Day, Labor Day.
Thanksgiving Day. The Friday After Thanksgiving Day, The Last Working Day Before Christmas Day,
And Christmas Day (9)
Z. Holidays New Year's Day. Memorial Dav, Independence Dav, Labor Day, Thanksgiving Day. Friday after
Thanksgiving Day. And Christmas Dav (7) If a holiday falls on Saturday. the preceding Friday shall he
considered as the holiday If a holiday falls on Sunday, the following Monday shall be considered as the
holiday
Holiday Codes Continued
7 A 1lolidays. New Year's Day, Memorial Day. Independence Day, Labor Day, Thanksgiving Dav, The Friday And
Saturday After 'Thanksgiving Day. And Christmas Day (8) Any Holiday Which Falls On A Sunday Shall Be
Observed As A Holiday On The Following Monday !Carly of the listed holidays falls on a Saturday. the preceding
Friday shall he a regular work day
Holiday's. New Year's Day. Memorial Day, Independence Dav, Labor Day. Thanksgiving Day, the Friday and
Saturday after Thanksgiving Day, And Christmas Day (8) Any hohdav which falls on a Sunday shall be observed as
a holiday on the following Monday Any holiday which falls on a Saturday shall be observed as a holiday, on the
preceding Friday
C Holidays. New Year's Day, Martin Luther King Jr Dav, Memorial Day, independence Dav, Labor Day,
Thanksgiving Day, The Friday After Thanksgiving Day. And Christmas Day (8) Any holiday which falls on a
Sunday shall be observed as a holiday on the following Monday Any holiday, which falls on a Saturday shall be
observed as a holiday on the preceding Friday
D Paid Holidays New Year's Day. Memorial Day Independence Day. Labor Day, Veteran's Day, Thanksgiving
Day. the Friday after Thanksgiving Day, And Christmas Day, (8) Unpaid Holidays. President's Day Any paid
holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any paid holiday which
falls on a Saturday shall he observed as a holiday on the preceding Friday
Holidays New Year's Dav, Memorial Dav, Independence Day. Labor Day. Thanksgiving Day. the Friday after
Thanksgiving Day, And Christmas Day (7) Any holiday which falls on a Sunday shall be observed as a holiday on
the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding
Friday
6
Benefit Code Key — Effective 8-31-2014 thru 3-3-2015
7 F Holidays New Year's Day. Memorial Day. Independence Day, Labor Day, Thanksgiving Day, the Friday after
Thanksgiving Day, the last working day before Christmas day and Christmas day (8) Any holiday which falls on a
Sunday shall be observed as a holiday on the following Monday Any holiday which falls on a Saturday shall be
observed as a holiday on the preceding Friday
G
Holidays. New Year's Day, Memorial Dav, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day
(6) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.
H Holidays. New Year's Day, Martin Luther King Jr Day, Independence Day, Memorial Day. Labor Day,
Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas
Day (9) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any holiday
which falls on a Saturday shall be observed as a holida} on the preceding Friday
J
Holidays. New Year's Day, President's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The
Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9) Any holiday which falls
on a Sunday shall he observed as a holiday on the following Monday Any holiday which falls on a Saturday shall
be observed as a holiday on the preceding Friday
Holidays. New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day
(6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any holiday
which falls on a Saturday shall be observed as a holiday on the preceding Friday
K. Holidays. New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after
Thanksgiving Day, And Christmas Day (8) Any holiday which falls on a Sunday shall be observed as a holiday ori
the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding
Friday
L. Holidays. New Year's Day. Memorial Day. Labor Day, Independence Day, Thanksgiving Day, the Last Work Day
before Christmas Day, And Christmas Day (7) Any holiday \which falls on a Sunday shall be observed as a holiday
011 the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding
Friday
M Paid Holidays. New Year's Day, The Day after or before New Year's Day, President's Day, Memorial Day,
Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day. Christmas Day. And the Day
after or before Christmas Day 10) Any holiday which falls on a Sunday shall be observed as a holiday on the
following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday
N Holidays Ncw Year's Day, Memorial Day, independence Day, Labor Day, Thanksgiving Day, the Friday after
Thanksgiving Day, And Christmas Day (7) Any holiday which falls on a Sunday shall be observed as a holiday on
the following Monday. When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday
P Holidays. New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after
Thanksgiving Day, And Christmas Day (7) Any holiday which falls on a Sunday shall be observed as a holiday on
the following Monday
Q
Holidays. New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after
Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (8). Any holiday which falls on
a Sunday shall be observed as a holiday on the following Monday If any of the listed holidays falls on a Saturday,
the preceding Friday shall be a regular work day.
R. Paid Holidays. New Year's Day. the day after or before New Year's Day, President's Day, Memorial Day,
Independence Day, Labor Day. Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day
after or before Christmas Day (10) If any of the listed holidays fall on Saturday, the preceding Friday shall be
observed as the holiday If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be
considered a holiday and compensated accordingly
7
Benefit Code Key — Effective 8-31-2014 thru 3-3-2015
7 S Paid Holidays New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After
Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating Holiday (9) If any of the listed
holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated
accordingly
Paid Holidays New Year's Day, The Day Atter Or Before New Year's Day, President's Day, Memorial Day,
Independence Dav, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, and The
Day After Or Before Christmas Day (10). If any of the listed holidays falls on a Sunday. the day observed by the
Nation shall be considered a holiday and compensated accordingly Any holiday which falls on a Saturday shall be
observed as a holiday on the preceding Friday
Note Codes
8 A In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or
more:
Over 50' To 100' -$2 00 per Foot for Each Foot Over 50 Feet
Over 100' To 150' -$3 00 per Foot for Each Foot Over 100 Feet
Over 150' To 220' -54 00 per Foot for Each Foot Over 150 Feet
Over 220' -$5 00 per Foot for Each Foot Over 220 Feet
C In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or
more ✓
Over 50' To 100' -51 00 per Foot fbr Each Foot Over 50 Feet
Over 100' To 150' -51.50 per Foot for Each Foot Over 100 Feet
Over 150' To 200' -52 00 per Foot for Each Foot Over 150 Feet
Over 200' -Divers May Name Their Own Price
D Workers working with supplied air on hazmat projects receive an additional $1 00 per hour
M
N
P
Q
R.
Workers on hazmat projects receive additional hourly premiums as follows -Level A $0 75, Level B 50 50. And
Level C 50.25
Workers on hazmat protects receive additional hourly premiums as follows. Levels A & 13 $1 00, Levels C R D
$0.50
Workers on hazmat projects receive additional hourly premiums as follows -Level A $1 00. Level B- 50 75. Level
C $0.50. And Level D $0.25
Workers on hazmat projects receive additional hourly, premiums as lollows -Class A Suit. $2 00, Class B Suit.
$1.50. Class C Suit. $1 00. And Class D Suit $0.50
The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during. the
shift shall be used in determining the scale paid.
Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or
spotting or other traffic control labor is being utilized. A Traffic Control Laborer performs the setup, maintenance
and removal of all temporary traffic control devices and construction signs necessary, to control vehicular, bicycle,
and pedestrian traffic during construction operations Flaggers and Spotters shall be posted where shown on
approved Traffic Control Plans or where directed by the Engineer All daggers and spotters shall possess a current
flagging card issued by the State of Washington, Oregon. Montana. or Idaho These classifications are only, effective
on or after August 31, 2012.
8
Benefit Code Key — Effective 8-31-2014 thru 3-3-2015
8 S Effective August 31. 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or
spotting or other traffic control labor is being utilized Flaggers and Spotters shall be posted where shown on
approved Traffic Control Plans or where directed by the Engineer All flaggers and spotters shall possess a current
flagging card issued by the State of Washington, Oregon. Montana, or Idaho This classification is only effective on
or after August 31, 2012
T. Effective August 31, 2012 — A Traffic Control Laborer performs the setup, maintenance and removal of all
temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian
traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic
Control Plans or where directed by the Engineer All flaggers and spotters shall possess a current flagging card
issued by the State of Washington, Oregon, Montana, or Idaho This classification is only effective on or after
August 31, 2012.
9
Washington State Department of Labor and Industries
Policy Statement
(Regarding the Production of "Standard" or "Non-standard" Items)
Below is the department's (State L&I's) list of criteria to be used in determining whether a
prefabricated item is "standard" or "non-standard" For items not appearing on
WSDOT's predetermined list, these criteria shall be used by the Contractor (and the
Contractor's subcontractors, agents to subcontractors, suppliers, manufacturers, and
fabricators) to determine coverage under RCW 39 12. The production, in the State of
Washington, of non-standard items is covered by RCW 39 12, and the production of
standard items is not. The production of any item outside the State of Washington is not
covered by RCW 39 12
1. Is the item fabricated for a public works project? If not, it is not subject to RCW
39.12 If it is, go to question 2
2 Is the item fabricated on the public works jobsite? If it is, the work is covered under
RCW 39 12 If not, go to question 3
3 Is the item fabricated in an assembly/fabrication plant set up for, and dedicated
primarily to, the public works project? If it is, the work is covered by RCW 39 12 If not,
go to question 4
4 Does the item require any assembly, cutting, modification or other fabrication by the
supplier? If not, the work is not covered by RCW 39 12 If yes, go to question 5
5 Is the prefabricated item intended for the public works project typically an inventory
item which could reasonably be sold on the general market? If not, the work is covered
by RCW 39 12 If yes, go to question 6
6 Does the specific prefabricated item, generally defined as standard, have any
unusual characteristics such as shape, type of material, strength requirements, finish,
etc? If yes, the work is covered under RCW 39 12
Any firm with questions regarding the policy, WSDOT's Predetermined List, or for
determinations of covered and non -covered workers shall be directed to State L&I at
(360) 902-5330
Supplemental to Wage Rates 1
08/31/2014 Edition, Published August 1st, 2014
WSDOT's
Predetermined List for
Suppliers - Manufactures - Fabricator
Below is a list of potentially prefabricated items, originally furnished by WSDOT to
Washington State Department of Labor and Industries, that may be considered non-
standard and therefore covered by the prevailing wage law, RCW 39 12 Items marked
with an X in the "YES" column should be considered to be non-standard and therefore
covered by RCW 3912 Items marked with an X in the "NO" column should be
considered to be standard and therefore not covered Of course, exceptions to this
general list may occur, and in that case shall be evaluated according to the criteria
described in State and L&I's policy statement.
ITEM DESCRIPTION YES
1 Metal rectangular frames, solid metal covers, herringbone grates,
and bi-directional vaned grates for Catch Basin
Types 1, 1 L, 1 P, and 2 and Concrete Inlets See Std Plans
2 Metal circular frames (rings) and covers, circular grates,
and prefabricated ladders for Manhole Types 1, 2, and 3,
Drywell Types 1, 2, and 3 and Catch Basin Type 2
See Std Plans
3 Prefabricated steel grate supports and welded grates,
metal frames and dual vaned grates, and Type 1, 2, and
3 structural tubing grates for Drop Inlets See Std Plans
Concrete Pipe - Plain Concrete pipe and reinforced
concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter
Concrete Pipe - Plain Concrete pipe and reinforced
concrete pipe Class 2 to 5 sizes larger than 60 inch diameter
Corrugated Steel Pipe - Steel lock seam corrugated
pipe for culverts and storm sewers, sizes 30 inch
to 120 inches in diameter May also be treated, 1 thru 5
7 Corrugated Aluminum Pipe - Aluminum lock seam corrugated pipe
for culverts and storm sewers, sizes 30 inch to 120 inches in
diameter May also be treated, #5
NO
X
X
X
X
X
X
X
Supplemental to Wage Rates 2
08/31/2014 Edition, Published August 1st, 2014
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
ITEM DESCRIPTION
YES NO
8 Anchor Bolts & Nuts - Anchor Bolts and Nuts, for
mounting sign structures, luminaries and other items, shall be
made from commercial bolt stock
See Contract Plans and Std. Plans for size and material type
X
9 Aluminum Pedestrian Handrail - Pedestrian handrail
conforming to the type and material specifications set forth in the
contract plans. Welding of aluminum shall be
in accordance with Section 9-28 14(3)
X
10 Major Structural Steel Fabrication - Fabrication of major steel
items such as trusses, beams, girders, etc , for bridges
X
11 Minor Structural Steel Fabrication - Fabrication of minor steel
Items such as special hangers, brackets, access doors for
structures, access ladders for irrigation boxes, bridge expansion
joint systems, etc , involving welding, cutting, punching and/or
boring of holes See Contact Plans for item description and shop
drawings
12 Aluminum Bridge Railing Type BP - Metal bridge railing
conforming to the type and material specifications set forth
in the Contract Plans Welding of aluminum shall be in
accordance with Section 9-28 14(3)
X
X
13 Concrete Piling--Precast-Prestressed concrete piling for use as 55
and 70 ton concrete piling Concrete to conform to
Section 9-19 1 of Std Spec
X
X
14 Precast Manhole Types 1, 2, and 3 with cones, adjustment
sections and flat top slabs. See Std Plans.
15 Precast Drywell Types 1, 2, and with cones and adjustment
Sections
See Std Plans
X
16 Precast Catch Basin - Catch Basin type 1, 1 L, 1 P, and 2
With adjustment sections See Std Plans
X
Supplemental to Wage Rates
08/31/2014 Edition, Published August 1st, 2014
3
ITEM DESCRIPTION
YES NO
17 Precast Concrete Inlet - with adjustment sections,
See Std Plans
X
18 Precast Drop Inlet Type 1 and 2 with metal grate supports
See Std Plans
X
19 Precast Grate Inlet Type 2 with extension and top units
See Std Plans
X
20 Metal frames, vaned grates, and hoods for Combination
Inlets See Std Plans
X
21 Precast Concrete Utility Vaults - Precast Concrete utility vaults of
various sizes Used for in ground storage of utility facilities and
controls See Contract Plans for size and construction
requirements Shop drawings are to be provided for approval
prior to casting
X
X
22 Vault Risers - For use with Valve Vaults and Utilities
Vaults
23 Valve Vault - For use with underground utilities
See Contract Plans for details
X
X
X
X
24 Precast Concrete Barrier - Precast Concrete Barrier for
use as new barrier or may also be used as Temporary Concrete
Barrier Only new state approved barrier may be used as
permanent barrier
25 Reinforced Earth Wall Panels — Reinforced Earth Wall Panels in
size and shape as shown in the Plans Fabrication plant has
annual approval for methods and materials to be used
See Shop Drawing
Fabrication at other locations may be approved, after facilities
inspection, contact HQ Lab
26 Precast Concrete Walls - Precast Concrete Walls - tilt -up wall
panel in size and shape as shown in Plans
Fabrication plant has annual approval for methods and materials
to be used
Supplemental to Wage Rates
08/31/2014 Edition, Published August 1st, 2014
4
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
ITEM DESCRIPTION
YES NO
27
Precast Railroad Crossings - Concrete Crossing Structure
Slabs
X
28
12, 18 and 26 inch Standard Precast Prestressed Girder —
Standard Precast Prestressed Girder for use in structures
Fabricator plant has annual approval of methods and materials to
be used Shop Drawing to be provided for approval prior to
casting girders
See Std Spec Section 6-02.3(25)A
X
29
Prestressed Concrete Girder Series 4-14 - Prestressed Concrete
Girders for use in structures Fabricator plant has annual approval
of methods and materials to be used Shop Drawing to be
provided for approval prior to casting girders
See Std Spec. Section 6-02 3(25)A
X
30
Prestressed Tri -Beam Girder - Prestressed Tri -Beam Girders for
use in structures Fabricator plant has annual approval of
methods and materials to be used. Shop Drawing to be provided
for approval prior to casting girders
See Std Spec Section 6-02 3(25)A
X
J
31
Prestressed Precast Hollow -Core Slab — Precast Prestressed
Hollow -core slab for use in structures Fabricator plant has annual
approval of methods and materials to be used Shop Drawing to
be provided for approval prior to casting girders
See Std Spec Section 6-02 3(25)A.
X
32
Prestressed -Bulb Tee Girder - Bulb Tee Prestressed Girder for
use in structures Fabricator plant has annual approval of
methods and materials to be used Shop Drawing to be provided
for approval prior to casting girders
See Std Spec Section 6-02 3(25)A
33
Monument Case and Cover
See Std Plan
X
Supplemental to Wage Rates
08/31/2014 Edition, Published August 1st, 2014
5
ITEM DESCRIPTION
YES NO
34 Cantilever Sign Structure - Cantilever Sign Structure
fabricated from steel tubing meeting AASHTO-M-183 See Std
Plans, and Contract Plans for details The steel structure
shall be galvanized after fabrication in accordance with
AASHTO-M-111
X
35 Mono -tube Sign Structures - Mono -tube Sign Bridge
fabricated to details shown in the Plans Shop drawings for
approval are required prior to fabrication
36 Steel Sign Bridges - Steel Sign Bridges fabricated from steel
tubing meeting AASHTO-M-138 for Aluminum Alloys
See Std Plans, and Contract Plans for details The steel
structure
shall be galvanized after fabrication in accordance
with AASHTO-M-111
37 Steel Sign Post - Fabricated Steel Sign Posts as detailed in Std
Plans Shop drawings for approval are to be provided prior to
fabrication
38 Light Standard -Prestressed - Spun, prestressed, hollow
concrete poles
39 Light Standards - Lighting Standards for use on highway
illumination systems, poles to be fabricated to conform with
methods and materials as specified on Std Plans See Specia
Provisions for pre -approved drawings
40 Traffic Signal Standards - Traffic Signal Standards for use on
highway and/or street signal systems Standards to be fabricated
to conform with methods and material as specified on Std Plans
See Special Provisions for pre -approved drawings
41 Precast Concrete Sloped Mountable Curb (Single and DualFaced)
See Std Plans
X
X
X
Supplemental to Wage Rates 6
08/31/2014 Edition, Published August 1st, 2014
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
ITEM DESCRIPTION
YES NO
42
Traffic Signs - Prior to approval of a Fabricator of Traffic Signs,
the sources of the following materials must be submitted and
approved for reflective sheeting, legend material, and aluminum
sheeting
NOTE: *** Fabrication inspection required Only signs tagged
"Fabrication Approved" by WSDOT Sign Fabrication Inspector to
be installed
X X
StCustom Signing
Message Message
X
X X
43
44
Cutting & bending reinforcing steel
Guardrail components
Custom ' Standard
End Sec Sec
45
Aggregates/Concrete mixes
Covered by
WAC 296-127-018
46
Asphalt
Covered by
WAC 296-127-018
47
Fiber fabrics
I X
48
Electrical wiring/components
X
49
treated or untreated timber pile
X
50
Girder pads (elastomeric bearing)
X
51
Standard Dimension lumber
X
52
Irrigation components
X
Supplemental to Wage Rates
08/31/2014 Edition, Published August 1St, 2014
7
ITEM DESCRIPTION
YES NO
53
54
55
Fencing materials
X
Guide Posts
X
Traffic Buttons
X
56
Epoxy
X
57
Cribbing
X
58
Water distribution materials
X
59
Steel "H" piles
X
60
Steel pipe for concrete pile casings
i
61 Steel pile tips, standard
62 Steel pile tips, custom
X
Prefabricated items specifically produced for public works projects that are prefabricated in a
county other than the county wherein the public works project is to be completed, the wage for
the offsite prefabrication shall be the applicable prevailing wage for the county in which the actual
prefabrication takes place
It is the manufacturer of the prefabricated product to verify that the correct county wage rates are
applied to work they perform
See RCW 39.12.010
(The definition of "locality" in RCW 39.12.010(2) contains the phrase "wherein the physical work is being performed " The
department interprets this phrase to mean the actual work site
Supplemental to Wage Rates 8
08/31/2014 Edition, Published August 1st, 2014
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
WSDOT's List of State Occupations not applicable to Heavy and
Highway Construction Projects
This project is subject to the state hourly minimum rates for wages and fringe benefits in
the contract provisions, as provided by the state Department of Labor and Industries
The following list of occupations, is comprised of those occupations that are not normally
used in the construction of heavy and highway projects.
When considering job classifications for use and / or payment when bidding on, or
building heavy and highway construction projects for, or administered by WSDOT, these
Occupations will be excepted from the included 'Washington State Prevailing Wage
Rates For Public Work Contracts" documents.
• Building Service Employees
• Electrical Fixture Maintenance Workers
• Electricians - Motor Shop
• Heating Equipment Mechanics
• Industrial Engine and Machine Mechanics
• Industrial Power Vacuum Cleaners
• Inspection, Cleaning, Sealing of Water Systems by Remote Control
• Laborers - Underground Sewer & Water
• Machinists (Hydroelectric Site Work)
• Modular Buildings
• Playground & Park Equipment Installers
• Power Equipment Operators - Underground Sewer & Water
• Residential ***ALL ASSOCIATED RATES ***
• Sign Makers and Installers (Non -Electrical)
• Sign Makers and Installers (Electrical)
• Stage Rigging Mechanics (Non Structural)
The following occupations may be used only as outlined in the preceding text concerning
"WSDOT's list for Suppliers - Manufacturers - Fabricators"
• Fabricated Precast Concrete Products
• Metal Fabrication (In Shop)
Definitions for the Scope of Work for prevailing wages may be found at the Washington
State Department of Labor and Industries web site and in WAC Chapter 296-127
Supplemental to Wage Rates 9
08/31/2014 Edition, Published August 1st, 2014
Washington State Department of Labor and Industries
Policy Statements
(Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.)
WAC 296-127-018 Agency filings affecting this section
Coverage and exemptions of workers involved in the production and delivery of
gravel, concrete, asphalt, or similar materials.
(1) The materials covered under this section include but are not limited to Sand,
gravel, crushed rock, concrete, asphalt, or other similar materials
(2) All workers, regardless of by whom employed, are subject to the provisions of
chapter 39 12 RCW when they perform any or all of the following functions
(a) They deliver or discharge any of the above -listed materials to a public works
project site
(i) At one or more point(s) directly upon the location where the material will be
incorporated into the project; or
(ii) At multiple points at the project; or
(iii) Adjacent to the location and coordinated with the incorporation of those materials
(b) They wait at or near a public works project site to perform any tasks subject to this
section of the rule
(c) They remove any materials from a public works construction site pursuant to
contract requirements or specifications (e g , excavated materials, materials from
demolished structures, clean-up materials, etc )
(d) They work in a materials production facility (e.g , batch plant, borrow pit, rock
quarry, etc ,) which is established for a public works project for the specific, but not
necessarily exclusive, purpose of supplying materials for the project.
(e) They deliver concrete to a public works site regardless of the method of
incorporation
(f) They assist or participate in the incorporation of any materials into the public works
project.
Supplemental to Wage Rates 10
08/31/2014 Edition, Published August 1st, 2014
(3) All travel time that relates to the work covered under subsection (2) of this section
requires the payment of prevailing wages Travel time includes time spent waiting to
load, loading, transporting, waiting to unload, and delivering materials Travel time would
include all time spent in travel in support of a public works project whether the vehicle is
empty or full For example, travel time spent returning to a supply source to obtain
another load of material for use on a public works site or returning to the public works
site to obtain another load of excavated material is time spent in travel that is subject to
prevailing wage Travel to a supply source, including travel from a public works site, to
obtain materials for use on a private project would not be travel subject to the prevailing
wage
(4) Workers are not subject to the provisions of chapter 39 12 RCW when they deliver
materials to a stockpile
(a) A "stockpile" is defined as materials delivered to a pile located away from the site
of incorporation such that the stockpiled materials must be physically moved from the
stockpile and transported to another location on the project site in order to be
incorporated into the project.
(b) A stockpile does not include any of the functions described in subsection (2)(a)
through (f) of this section, nor does a stockpile include materials delivered or distributed
to multiple locations upon the project site, nor does a stockpile include materials dumped
at the place of incorporation, or adjacent to the location and coordinated with the
incorporation
(5) The applicable prevailing wage rate shall be determined by the locality in which
the work is performed Workers subject to subsection (2)(d) of this section, who produce
such materials at an off-site facility shall be paid the applicable prevailing wage rates for
the county in which the off-site facility is located Workers subject to subsection (2) of
this section, who deliver such materials to a public works project site shall be paid the
applicable prevailing wage rates for the county in which the public works project is
located
[Statutory Authority. Chapter 39 12 RCW, RCW 43 22 051 and 43.22 270 08-24-101, §
296-127-018, filed 12/2/08, effective 1/2/09. Statutory Authority. Chapters 39 04 and
39 12 RCW and RCW 43 22 270 92-01-104 and 92-08-101, § 296-127-018, filed
12/18/91 and 4/1/92, effective 8/31/92 ]
Supplemental to Wage Rates 11
08/31/2014 Edition, Published August lSt, 2014
COMPLIANCE WITH IMMIGRATION AND NATURALIZATION ACT
The City of Yakima supports the Federal Immigration, Reform and Control Act of 1986, as
amended The City requires that all contractors or business entities that contract with the City
for the award of any City contract for public works in excess of Five Thousand Dollars ($5,000),
or any other city contract in excess of Two Thousand Five Hundred Dollars ($2,500), enroll in
the E -Verify program or its successor, and thereafter to verify its employees' proof of citizenship
and authorization to work in the United States
E -Verify will be used for newly hired employees during the term of the contract ONLY. it is NOT
to be used for existing employees.
The Contractor must remain enrolled in the program for the duration of the contract and be
responsible for verification of every applicable subcontractor The contractor shall sign and
return with their bid response the E -Verify Declaration below Failure to do so may be cause for
rejection of bid.
E -VERIFY COMPLIANCE DECLARATION
The undersigned declares, under penalty of perjury under the laws of Washington State that:
1 By submitting this Declaration, I certify that I do not and will not, during the performance
of this contract, employ illegal alien workers, or otherwise violate the provisions of the
Federal Immigration Reform and Control Act of 1986
2 I agree to enroll in E -Verify prior to the start date of any contract issued by the City of
Yakima to ensure that my workforce is legal to work in the United States of America I
agree to use E -Verify for all newly hired employees during the length of the contract.
3 I certify that I am duly authorized to sign this declaration on behalf of my company
4 I acknowledge that the City of Yakima reserves the right to require evidence of
enrollment of the E -Verify program at any time and that non-compliance could lead to
suspension of this contract.
Firm Name
Dated this day of , 20
Signature
Printed Name
Phone #. Email Address
City of Yakima — Engineering Project 29
NON-DISCRIMINATION PROVISION
During the performance of this contract, the contractor agrees as follows
(1) The contractor will not discriminate against any employee or applicant for employment because of
race, color, religion, sex, or national origin The contractor will take affirmative action to ensure that
applicants are employed, and that employees are treated during employment, without regard to their race,
color, religion, sex or national origin Such action shall include, but not be limited to the following
employment, upgrading, demotion, or transfer; recruitment or recruitment advertising, layoff or
termination, rates of pay or other forms of compensation, and selection for training, including
apprenticeship The contractor agrees to post in conspicuous places, available to employees and
applicants for employment, notices to be provided by the contracting officer setting forth the provisions of
this nondiscrimination clause
*(2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the
contractor, state that all qualified applicants will receive consideration for employment without regard to
race, color, religion, sex or national origin
*(3) The contractor will send to each labor union or representative of workers with which he has a
collective bargaining agreement or other contract or understanding, a notice, to be provided by the
agency contracting officer, advising the labor union or workers' representative of the contractor's
commitments under Section 202 of Executive Order No 11246 of September 24, 1965, and shall post
copies of the notice in conspicuous places available to employees and applicants for employment.
"(4) The contractor will comply with all provisions of Executive Order No 11246 of September 24, 1965,
and of the rules, regulations, and relevant orders of the Secretary of Labor
*(5) The contractor will furnish all information and reports required by Executive Order No 11246 of
September 24, 1965, and by the rules regulations, and orders of the Secretary of Labor, or pursuant
thereto, and will permit access to his books, records, and accounts by the contracting agency and the
Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and
orders
"(6) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or
with any such rules, regulations, or orders, this contract may be canceled, terminated, or suspended in
whole or in part and the contractor may be declared ineligible for further Government contracts in
accordance with procedures authorized in Executive Order No 11246 of September 24, 1965, and such
other sanctions may be imposed and remedies involved as provided in Executive Order No 11246 of
September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided
by law
"(7) The contractor will include the provisions of Paragraphs (1) through (7) in every subcontract or
purchase order unless exempted by rules, regulations, or orders 01 the Secretary of Labor issued
pursuant to Section 204 of Executive Order No 11246 of September 24, 1965, so that such provisions
will be binding upon each subcontractor or vendor The contractor will take such action with respect _to
any subcontract or purchase order as the contracting agency may direct as a means of enforcing such
provisions including sanctions for noncompliance
Provided however, that in the event the contractor becomes involved in, or is threatened with, litigation
with a subcontractor or vendor as a result of such direction by the contracting agency, the contractor may
request the United States to enter into such litigation to protect the interests of the United States "
City of Yakima — Engineering Project 30
WOMEN AND MINORITY BUSINESS ENTERPRISE POLICY
It is the policy of the City of Yakima that women and minority business enterprises shall have
the maximum opportunity to participate in the performance of work relating to the City's
activities To this end, the City is committed to take all necessary and reasonable steps in
accordance with state and federal rules and regulations to ensure women and minority business
enterprises the maximum opportunity to compete for and to perform contracts
In order to enhance opportunities for women and minority businesses to participate in certain
contractor opportunities with the City of Yakima, and as a recipient of federal and state financial
assistance, the City is committed to a women and minority business enterprise utilization
program The City is determined to maximize women and minority business opportunities
through participation in the competitive bidding process through women and minority business
enterprise affirmative action programs administratively established by the City Manager and
monitored and implemented in accordance with state and federal rules and regulations All
women and minority business enterprise programs shall include specific goals for participation
of women and minority businesses in City projects of at least ten percent (10%) of the total
dollar value of City contract over $10,000 Goals shall be reviewed and updated annually by the
City Manager for applicability and to ensure that the intent of this policy is accomplished
This statement of policy will be widely disseminated to all managers, supervisors, minorities and
women employed by the City of Yakima as well as to contractors, vendors, suppliers, minorities
and women who may seek the City's procurement and construction contracts related to the
women and minority business enterprise programs Contractors associations will be made
aware of construction projects affected by this policy through all available avenues to assure
that plans/specifications, bid forms, and invitations to bid are as widely distributed as possible
City of Yakima — Engineering Project 31
RESOLUTION NO. D - 413 1 6
A RESOLUTION adopting a "Women And Minority Business Enterprise
Policy" for the City of Yakima.
WHEREAS, the City of Yakima is the recipient of federal
and state assistance which assistance carries with it the obli-
gation of contracting with Women And Minority Business Enter-
prises for the performance of public works, and
WHEREAS, it is the intention of the City of Yakima that
Women And Minority Business Enterprises shall have the maximum
practicable opportunity to participate in the performance of
such public works, and
WHEREAS, the City of Yakima is determined to maximize
Women And Minority Business Enterprise opportunities for parti-
cipation in its competitive bidding process through the adoption
of the "Women And Minority Business Enterprise Policy" statement
attached hereto, now, therefore,
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA:
The City Council hereby adopts the "Women And Minority
Business Enterprise Policy", a copy of which is attached hereto
and by reference made a part hereof. �Q
ADOPTED BY THE CITY COUNCIL this .TQ Lit day of
1983.
A.NAc� X
Mayor
ATTEST:
City Clerk
City of Yakima — Engineering Project 32
AFFIRMATIVE ACTION PLAN
The bidders, contractors and subcontractors will not be eligible for award of a contract under
this Advertisement for Bids unless it certifies as prescribed, that it adopts the minimum goals
and timetable of minority and women workforce utilization and specific affirmative action steps
as set forth by the City of Yakima, This is directed at increasing minority and women workforce
utilization by means of applying good faith efforts to carrying out such steps
However, no contractor or subcontractor shall be found to be in noncompliance solely on
account of its failure to meet its goals within its timetables, but such contractor shall be given the
opportunity to demonstrate that it has instituted all of the specific affirmative action steps
specified by the City of Yakima, and has made every good faith effort to make these steps work
toward the attainment of its goals, all to the purpose of expanding minority and women
workforce utilization on all of its projects in the City of Yakima, Washington In all cases, the
compliance of a bidder, contractor or subcontractor will be determined in accordance with its
respective obligations under the terms of these Bid Conditions
All bidders and all contractors and subcontractors performing or to perform work on projects
subject to these Bid Conditions hereby agree to inform their subcontractors of their respective
obligations under the terms and requirements of these Bid Conditions, including the provisions
relating to goals of minority and women employment and training
Specific Affirmative Action Steps
Bidders, contractors and subcontractors subject to this contract must engage in affirmative
action directed at increasing minority and women workforce utilization, which is at least as
extensive and as specific as the following steps
a The contractor shall notify community organizations that the contractor has employment
opportunities available and shall maintain records of the organizations' response.
b The contractor shall maintain a file of the names and addresses of each minority and
women worker referred to him and what action was taken with respect to each such
referred worker, and if the worker was not employed, the reasons therefore If such worker
was not sent to the union hiring hall for referral or if such worker was not employed by the
contractor, the contractor's file shall document this and the reasons therefore
c The contractor shall promptly notify the City of Yakima Engineering Division an Contract
Compliance Officer when the union or unions with whom the contractor has collective
bargaining agreement has not referred to the contractor a minority or woman worker sent
by the contractor or the contractor has other information that the union referral process has
impeded him in his efforts to meet his goal
d The contractor shall participate in training programs in the area, especially those funded by
the Department of Labor
e The contractor shall disseminate his EEO policy within his own organization by including it
in any policy manual, by publicizing it in company newspapers, annual reports, etc , by
conducting staff, employee and union representatives' meetings to explain and discuss the
policy, by posting of the policy; and by specific review of the policy with minority employees
f The contractor shall disseminate his EEO policy externally by informing and discussing it
with all recruitment sources, by advertising in news media, specifically including minority
news media, and by notifying and discussing it with all subcontractors and suppliers
City of Yakima — Engineering Project 33
g The contractor shall make specific efforts and constant personal (both written and oral)
recruitment efforts directed at all minority or women organizations, schools with minority
students, minority recruitment organizations and minority training organizations, within the
contractor's recruitment areas
h. The contractor shall make specific efforts to encourage present minority employees to
recruit their friends and relatives
i The contractor shall validate all man specifications, selection requirements, tests, etc.
j The contractor shall make every effort to promote after school, summer and vacation
employment to minority youth
k. The contractor shall develop on-the-job training opportunities and participate and assist in
any association or employer group training programs relevant to the contractor's employee
needs consistent with its obligations under this bid.
I The contractor shall continually inventory and evaluate all minority and women personnel
for promotion opportunities and encourage minority and women employees to seek such
opportunities.
m The contractor shall make sure that seniority practices, job classifications, etc , do not have
a discriminatory effect.
n The contractor shall make certain that all facilities and company activities are non-
segregated
o The contractor shall continually monitor all personnel activities to ensure that his EEO
policy is being carried out.
p The contractor shall solicit bids for subcontracts from available minority and women
subcontractors, engaged in the trades covered by these Bid Conditions, including
circulation of minority and women contractor associations
q Non cooperation In the event the union is unable to provide the contractor with a
reasonable flow of minority and women referrals within the time limit set forth in the
collective bargaining agreements, the contractor shall, through independent recruitment
efforts, fill the employment vacancies without regard to race, color, religion, sex or national
origin, making full efforts to obtain qualified and/or qualifiable minorities and women. (The
U S Department of Labor has held that it shall be no excuse that the union with which the
contractor has a collective bargaining agreement providing for exclusive referral failed to
refer minority or women employees) In the event the union referral practice prevents the
contractor from meeting the obligations pursuant to Executive Order 11246 and 23 CFR
Part 230 as amended, and the Standard Specifications, such contractor shall immediately
notify the City of Yakima Engineering Department or the City of Yakima Compliance Officer
City of Yakima — Engineering Project 34
MATERIALLY AND RESPONSIVENESS
The certification required to be made by the bidder pursuant to these Bid Conditions is material, and will govern the
bidder's performance on the project and will be made a part of his bid Failure to submit the certification will render
the bid non responsive
Compliance and Enforcement
Contractors are responsible for informing their subcontractor (regardless of tier) as to their respective obligations
under the conditions of the contract here (as applicable). Bidders, contractors and subcontractors hereby agree to
refrain from entering into any contract or contract modification subject to Executive Order 11246, as amended on
September 24, 1965, with a contractor debarred from, or who is determined not to be a responsible' bidder for,
government contracts and federally assisted construction contracts pursuant to Executive Order. The bidder,
contractor or subcontractor shall carry out such sanctions and penalties for violation of the equal opportunity clause
including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered by the
administering agency, the contracting agency or the Office of Federal Contract Compliance pursuant to the Executive
Order Any bidder, or contractor or subcontractor who shall fail to carry out such sanctions and penalties shall be
deemed to be in non-compliance with these Bid Conditions and Executive Order 11246, as amended
Nothing herein is intended to relieve any contractor or subcontractor during the term of its contract on this project
from compliance with Executive Order 11246, as amended, and the Equal Opportunity Clause of its contract.
Violation of any substantial requirement in the affirmative action plan by a contractor or subcontractor covered by
these Bid Conditions including the failure of such contractor or subcontractor to make a good faith effort to meet it fair
share of the trade's goals of minority and women workforce utilization, and shall be grounds for imposition of the
sanctions and penalties provided at Section 209 (a) of Executive Order 11246, as amended
Each agency shall review its contractors' and subcontractors' employment practices during the performance of the
contract. If the agency determines that the affirmative action plan no longer represents effective affirmative action, it
shall so notify the Office of Federal Contract Compliance which shall be solely responsible for any final determination
of that question and the Consequences thereof
In regard to these conditions, if the contractor or subcontractor meets its goals or if the contractor or subcontractor
can demonstrate that it has made every good faith effort to meet those goals, the contractor of the subcontractor
shall be presumed to be in compliance with Executive Order 11246, as amended, the implementing regulations and
its obligations under these Bid Conditions and no formal sanctions or proceedings leading toward sanctions shall be
instituted unless the agency otherwise determines that the contractor or subcontractor is not providing equal
employment opportunities. In judging whether a contractor or subcontractor has met its goals, the agency will
consider each contractors or subcontractor's minority and women workforce utilization and will not take into
consideration the minority and women workforce utilization of its subcontractors Where the agency finds that the
contractor or subcontractor has failed to comply with the requirement of Executive Order 11246, as amended, the
implementing regulations and its obligations under these Bid Conditions, the agency shall take such action and
impose such sanctions as may be appropriate under Executive Order and the regulations. When the agency
proceeds with such formal action, it has the burden of proving that the contractor has not met the requirements of
these Bid Conditions, but the contractor's failure to meet his goals shall shift to him the requirement to come forward
with evidence to show that he has met the "good faith" requirements of these Bid Conditions by instituting at least the
Specific Affirmative Action steps listed above and by making every good faith effort to make those steps work toward
the attainment of its goals within its timetables. The pendency of such formal proceedings shall be taken into
consideration by Federal agencies in determining whether such contractor or Subcontractor can comply with the
requirements of Executive Order 11246, as amended, and is therefore a "responsible prospective contractor" within
the meaning of the Federal Procurement Regulations.
City of Yakima — Engineering Project 35
It shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for
exclusive referral failed to refer minority and women employees.
The procedures set forth in these conditions shall not apply to any contract when the head of the contracting or
administering agency determines that such contract is essential to the national security and that its award without
following such procedures is necessary to the national security. Upon making such a determination, the agency head
will notify, in writing, the Director of the Office of Federal Contractor Compliance within thirty days.
Requests for exemptions from these Bid Conditions must be made in writing, with justification, to the'
Director
Office of Federal Contractor Compliance
U.S Department of Labor
Washington, D C. 20210
and shall be forwarded through and with the endorsement of the agency head Contractors and subcontractors must
keep such records and file such reports relating to the provisions of these Bid Conditions as shall be required by the
contracting or administering agency or the Office of Federal Contractor Compliance
City of Yakima — Engineering Project 36
SECTION 00 01 01
PROJECT TITLE PAGE
TECHNICAL SPECIFICATIONS
FOR
TIGER OIL SITE INTERIM REMEDIAL ACTION
FORMER TIGER OIL FUELING STATION
2312 WEST NOB HILL BOULEVARD
YAKIMA, WASHINGTON
CITY OF YAKIMA
129 NORTH SECOND STREET
YAKIMA, WASHINGTON
END OF PROJECT TITLE PAGE
0818 02 01 / Tiger Oil Site Remedial Action 00 01 01 - 1 PROJECT TITLE PAGE
SECTION 00 01 10
TABLE OF CONTENTS
PROCUREMENT AND CONTRACTING REQUIREMENTS
1.1 DIVISION 00 -- PROCUREMENT AND CONTRACTING REQUIREMENTS
A. 00 01 01 - Project Title Page
B. 00 01 10 - Table of Contents
SPECIFICATIONS
2.1 DIVISION 01 -- GENERAL REQUIREMENTS
A. 01 10 00 - Summary
B. 01 22 00 - Measurement and Payment
C. 01 30 00 - Administrative Requirements
D. 01 40 00 - Quality Requirements
E. 01 50 00 - Temporary Facilities and Controls
F. 01 57 13 - Temporary Erosion and Sediment Control
G. 01 70 00 - Execution and Closeout Requirements
H. 01 74 19 - Construction Waste Management and Disposal
I. 01 78 00 - Closeout Submittals
2.2 DIVISION 02 -- EXISTING CONDITIONS
A. 02 41 00 - Demolition
B. 06 52 00 Groundwater Treatment System
C. 02 61 13 - Excavation and Handling of Contaminated Soil
END OF TABLE OF CONTENTS
0818 02 01 / Tiger Oil Site Remedial Action 00 01 10 - 1 TABLE OF CONTENTS
SECTION 01 10 00
SUMMARY
PART 1 GENERAL
1.1 PROJECT
A. Project Name: Tiger Oil Site Remedial Action.
B. OWNER's Name: City of Yakima.
C. ENGINEER's Name: Maul Foster & Alongi, Inc.
D. The Project consists of demolition of the existing building, the
excavation and disposal of contaminated soil, and installation of a
groundwater treatment system.
1.2 CONTRACT DESCRIPTION
A. Contract Type: A single prime contract based on a Stipulated Price.
1.3 WORK BY OWNER
A. None.
1.4 OWNER OCCUPANCY
A. OWNER intends to occupy the Project upon Substantial Completion.
B. Cooperate with OWNER to minimize conflict and to facilitate OWNER's
operations.
C. Schedule the Work to accommodate OWNER occupancy.
1.5 CONTRACTOR USE OF SITE
A. Construction Operations: Limited to areas noted on Drawings.
B. Provide access to and from site as required by law and by OWNER:
1. Do not obstruct roadways, sidewalks, or other public ways without
permit.
C Time Restrictions:
1 Limit conduct of especially nnisy exterior work to the hours of
7:00 AM to 7:00 PM.
D. Utility Outages and Shutdown:
1. Prevent accidental disruption of utility services to other
facilities.
1.6 WORK SEQUENCE
A. Coordinate construction schedule and operations with OWNER.
PART 2 PRODUCTS - NOT USED
PART 3 EXECUTION - NOT USED
END OF SECTION
0818 02 01 / Tiger Oil Site Remedial Action 01 10 00 - 1 SUMMARY
SECTION 01 22 00
MEASUREMENT AND PAYMENT
PART 1 GENERAL
1.1 SUMMARY
A. This section provides the basis of payment for the contract. Part I
provides various payment explanations (e.g., payment for stored
materials, substantiating data, measurement standards, and unit of
measure) while Part II describes the individual pay items and includes
a copy of the bid forms.
1.2 RELATED SECTIONS
A. [NOT USED]
1.3 REFERENCES
A. [NOT USED]
1.4 UNIT PRICES
A. Any unit prices listed, including the prices for lump sum items, on
the bid form are complete including labor, equipment, any materials,
incidental charges, and include allowance for overhead and profit.
1.5 ESTIMATED QUANTITIES
A. Quantities shown on the bid schedules are estimates, provided only as
the basis for the comparison of bids, and OWNER does not warrant,
expressly or by implication, that the actual amount of work will
correspond therewith. The right to increase or decrease the amount of
any amount of work, or to make changes in the work required, as may be
deemed necessary, is reserved by OWNER. All quantities shall be
verified by the CONTRACTOR prior to proposal. Any discrepancies shall
be noted in the proposal submitted by the CONTRACTOR. The basis of
payment will be the actual unit bid items of work performed and
measured in accordance with the contract. Alternate bid items are
included in the Schedule of Values to establish a unit price should
the use of those items become necessary during construction. Allowance
with not be made for loss of anticipated profits or additional
compensation should the use of these items be deemed unnecessary.
B. If the adjusted (measured) final quantity of any item does not vary
from the quantity shown on the bid forms by more than 25%(overrun or
underrun), then the CONTRACTOR will perform all work under that item
at the original contract unit price.
C. Proposals may be rejected if it is determined by the OWNER that the
unit prices listed on the bid forms are unbalanced to the potential
detriment of the OWNER.
1.6 MEASUREMENT STANDARDS
A. Measurement and payment descriptions for each item listed on the bid
schedules are as set forth throughout the applicable sections of the
technical specifications as noted herein.
1. All bid items of work acceptably completed under the contract will
be measured as described in these specifications according to
United States standard measure.
2. Measurements will be made hereinafter as provided.
3. The method of measurement and computations to be used in
determination of quantities of material furnished or work
performed under the contract will be those methods generally
recognized as conforming to accepted engineering practice.
0818 02 01 / Tiger Oil Site Remedial Action 01 22 00 - 1 MEASUREMENT AND PAYMENT
4. Items of work for which payment is made by lump sum will be
measured as a complete unit. Partial payment, if considered, will
be made according to the completed percentage of the various
components of the lump sum item and will be determined by the
ENGINEER.
5. Measurement of Quantities:
a. Unless otherwise specified, measurements will be made
horizontally or vertically. In determining the area for items
bid on the basis of a material quantity (e.g., by the lineal
foot, square foot, ton, or cubic yard basis), the measurements
will be on the neat dimension indicated on the plans or as
altered by ENGINEER. No deduction in area will be made for
individual fixtures having an area of 9 square feet or less.
b. All items that are measured by the linear foot will be
measured parallel to the base or foundation upon which such
structures are placed, unless otherwise noted on the Plans or
otherwise specified.
c Trucks used to haul material being measured by weight will be
weighed empty at least daily or such times as ENGINEER
directs, and each truck will bear a plainly legible
identification.
d. Weights will be measured using certified scales.
e. No payment will be made for work performed or materials placed
outside of lines indicated on the plans or established by
ENGINEER; materials wasted, used, or disposed of in a manner
not called for under the contract; material rejected after it
has been placed by reason of failure of the CONTRACTOR to
conform to the provisions of the contract; hauling and
disposing of rejected materials; materials remaining on hand
after completion of the work; or other work or material
payment that is contrary to the provisions of the contract.
6. Units of Measurement:
a. Lump Sum: Lump sum items will be measured as a job and do not
indicate a quantity value.
b. Linear Feet: All items measured by the linear foot, such as
fence, pipes, silt fence, etc., will be measured along or
parallel to the centerline and/or base upon which such items
are placed or constructed, unless specified otherwise on the
plans or otherwise expressly set forth in these
specifications. Incidentals such as fittings, overlaps at
connections, or joining materials will be included in the
overall measurements.
c. Surface Area: Surface area, when used in these specifications,
will mean the actual area of the exposed surface taking into
account lengths and widths measured as slope distances.
Adjustments for waste, overruns, or overlap are not included.
d. Volumes: All items measured by the cubic yard, such as
excavations or fill placements, will be measured by computing
the volume between the surface shown by survey of pre work
conditions and the surface shown by survey of post work
conditions.
e. Weight: The term "ton" means the short ton consisting of 2,000
pounds. Quantity shall be determined based on either weighing
trucks full and empty on a state certified scale. Draft
measurement will be done by procedure submitted by CONTRACTOR
and approved by ENGINEER.
0818 02 01 / Tiger Oil Site Remedial Action 01 22 00 - 2 MEASUREMENT AND PAYMENT
PART 2 BASIS OF PAYMENT
2.1 SUMMARY
A. The quantity of work done will be paid at the contract bid price or
lump sum price, for which price and payment will be full compensation
for doing all the work herein described in a skilled manner.
' B. The work is comprised of the individual bid items presented in the Bid
Form.
C. Any item of work not specifically listed on the bid form shall be
' considered incidental to the total contract price. The CONTRACTOR
shall make note of any such items in the proposal.
D. The total price will be determined by combining each cost from all Bid
item lines 1 through 20 and will be considered in award of the
' contract as "Total Construction Cost" in comparing the cost of
proposals.
2.2 MOBILIZATION
' A. Payment will be made for Mobilization related to preparatory work
performed by the CONTRACTOR related to the project, as well as
demobilization. This will include costs for preparation of CONTRACTORS
equipment for transit to and from the site, indirect supervision of
the work, insurance and bonding, on site offices and administration,
Project Management, temporary utilities, and other costs not
associated with the direct execution of the work.
B. Based on the lump sum contract price (by schedule) for "Mobilization",
' partial payments will be made as follows
1. When 5% of the original contract amount (by schedule) is earned
from other contract bid items, excluding amounts paid for
' materials on hand, 50% of the amount bid for Mobilization (by
schedule) or 5% of the total original contract amount (by
schedule), whichever is less, will be paid.
2. When 10% of the total original contract amount (by schedule) is
earned from other contract items, excluding amounts paid for
material on hand, 100% of the amount bid for Mobilization (by
schedule), or 10% of the total contract amount (by schedule)
whichever is less, will be paid.
' 3. When the Substantial Completion Date has been established for the
project, payment of any amount bid for Mobilization (by schedule)
in excess of 10% of the total contract amount (by schedule) will
' be paid.
C. Mobilization is line 1 on the bid form.
2.3 EROSION AND SEDIMENT CONTROL
' A. Payment for Erosion Control will be by the lump sum. CONTRACTOR shall
provide a schedule of values for various best management practices
that are anticipated to be used on the site in the plans.
B. Payment shall include all costs for erosion control inspection,
' reporting and required maintenance to remain in compliance of the
project Plans.
C. These items shall cover the costs of all erosion control work not
' otherwise stated in the bid items such as construction entrances and
roadway sweeping.
D. Erosion and Sediment Control is line 2 in the bid form.
1
0818 02 01 / Tiger Oil Site Remedial Action 01 22 00 - 3 MEASUREMENT AND PAYMENT
1
2.4 HIGH VISIBILITY FENCING
A. Payment for site access control fencing will cover the installation of
site control fencing in the location noted on the plans, fully
surrounding and securing the site.
B. Payment for Fencing will be paid by the lump sum. This will include
all costs paid by the CONTRACTOR of the installation of the fence.
C. High Visibility Fencing is line 3 in the bid form.
2.5 REMOVAL OF STRUCTURE
A. Payment for Removal of Structure will cover all permitting and
physical removal and disposal of the existing building noted on the
plans.
B. Payment for Removal of Structure will be paid by the lump sum. This
will include all costs paid by the CONTRACTOR for the demolition,
hauling and disposal of the materials generated from this item to an
approved landfill or salvage facility. CONTRACTOR will provide
ENGINEER all records from the facility regarding trucking and disposal
or salvage with the pay application.
C. Removal of Structure is line 4 in the bid form.
2.6 ASBESTOS ABATEMENT
A. Payment for Asbestos Abatement will cover the appropriate removal and
disposal of all asbestos -containing materials found in the existing
building noted on the plans and in the Fulcrum report.
B. Payment for Asbestos Abatement will be paid by the lump sum. This will
include all costs paid by the CONTRACTOR for the permitting, removal,
hauling and disposal of the materials generated from this item to an
approved landfill. CONTRACTOR will provide ENGINEER all records from
the facility regarding trucking and disposal or salvage with the pay
application.
C. Asbestos Abatement is line 5 in the bid form.
2.7 REMOVAL OF CONCRETE PADS
A. Payment for Removal of Concrete Pads will cover the removal and
disposal of all items noted on the plans to be removed including the
concrete slabs and footings on the site.
B. Payment for Removal of Concrete Pads will be paid by the lump sum.
This will include all costs paid by the CONTRACTOR for the demolition,
hauling and disposal of the materials generated from this item to an
approved landfill or salvage facility. CONTRACTOR will provide
ENGINEER all records from the facility regarding trucking and disposal
or salvage with the pay application.
C. Removal of Concrete Pads is line 6 in the bid form.
2.6 DECOMMISSION MONITORING WELLS
A. Payment for Decommission Monitoring Wells will cover the permitting
and decommissioning of groundwater monitoring wells noted on the
plans
B. Payment for Decommission Monitoring Wells will be paid by the per unit
basis (each). This will include all costs paid by the CONTRACTOR for
the decommissioning each monitoring well in-place in accordance with
applicable regulations. CONTRACTOR will provide ENGINEER all records
associated with the activity.
C. Decommission Monitoring Wells is line 7 in the bid form.
0818 02 01 / Tiger Oil Site Remedial Action 01 22 00 - 4 MEASUREMENT AND PAYMENT
2.9 REMOVAL OF ASPHALT PAVEMENT
A. Payment for Removal of Asphalt Pavement will cover the removal and
disposal of all items noted on the plans to be removed including the
asphalt located within the bounds of the excavation.
B. Payment for Removal of Asphalt Pavement will be paid by the square
yard. This will include all costs paid by the CONTRACTOR for the
demolition, hauling and disposal of the materials generated from this
item to an approved landfill or salvage facility. CONTRACTOR will
provide ENGINEER all records from the facility regarding trucking and
disposal or salvage with the pay application.
C. Remove Removal of Asphalt Pavement is line 8 in the bid form.
2.10EXCAVATION AND MANAGEMENT OF STOCKPILES
A. Payment for Excavation and Management of Stockpiles includes all work
for excavating, hauling, and handling soils prior to testing for
determination of re -use eligibility or off-site disposal. This also
includes covering and maintaining covers on temporary stockpiles, silt
fences, compost socks, or other appropriate BMPs associated with the
stockpiles, and costs of inspection and reporting per the project
requirements.
B. Payment will be made for neatline excavation quantities as shown on
the plans. Any over excavation for equipment access, removal of
overburden, or benching prior to placement of fills shall be
incidental to this pay item.
C. Excavation to Stockpile is line 9 in the bid form.
2.11 TRANSPORT AND DISPOSAL OF EXCAVATED MATERIALS
A. Payment for Transport and Disposal of Excavated Materials includes all
work required for excavation and handling of soil for direct
transport, as well as soil originating from stockpiles post testing
requiring disposal at a RCRA Subtitle D Landfill.
B. Payment will be made by the ton, based on weigh tickets from the
approved landfill.
C. Transport and Disposal of Excavated Materials is line 10 in the bid
form.
2.12 DEWATERING
A. Payment for Dewatering will be by the unit. CONTRACTOR shall provide a
complete dewatering system of sufficient capacity to remove and
adequately treat all water accumulating in the bottom of the
excavation as the remedial action proceeds.
B. Payment shall include all costs for pumping, storage, treatment and
discharge to the existing City sanitary sewer system.
C. Dewatering is line 11 in the bid form.
2.13 CLEANOUT OF STORAGE TANK AND GAC REMOVAL/RECYCLING
A. Payment for Cleanout of Storage Tank and Granular Activated Carbon
(GAC) Removal/Recycling will be by the unit. CONTRACTOR shall be
responsible for adequate cleanout and return of the dewatering
effluent storage tank rented under Dewatering, and appropriate
removal/recycling of the GAC system used during Dewatering effluent
treatment.
B. Payment shall include all costs for storage tank cleanout and return,
and GAC removal/recycling.
C. Cleanout of Storage Tank and GAC Removal/Recycling is line 12 in the
bid form.
0818 02 01 / Tiger Oil Site Remedial Action 01 22 00 - 5 MEASUREMENT AND PAYMENT
2.14 IN SITU BIOREMEDIATION AND SOIL MIXING
A. Payment for In Situ Bioremediation and Soil Mixing will be by the lump
sum. CONTRACTOR shall procure and mix, in accordance with
manufacturer's recommendations and direction by the ENGINEER, in situ
treatment chemicals as defined in these specifications and Contract
drawings.
B. Payment shall include all costs for procurement, delivery to the site,
mixing and placement of the in situ treatment chemicals.
C. In Situ Bioremediation and Soil Mixing is line 13 in the bid form.
2.15 HORIZONTAL INFILTRATION GALLERY
A. Payment for Horizontal Infiltration Gallery will be by the lump sum.
CONTRACTOR shall procure all necessary materials and install the
system as defined in these specifications and Contract drawings.
B. Payment shall include all costs for procurement, delivery to the site,
and installation of the horizontal infiltration gallery.
C. Horizontal Infiltration Gallery is line 14 in the bid form.
2.16 QUARRY SPALLS
A. Payment for Quarry Spalls will be for all
labor, and equipment to place, grade, and
diameter quarry spalls into all excavated
B. Payment will be made by the ton, based on
source.
C. Quarry Spalls is line 15 in the bid form.
2.17 IMPORTED BACKFILL
materials, incidentals,
compact clean 6- to 8 -inch
areas
weigh tickets from the
A. Payment for Imported Backfill will be for all materials, incidentals,
labor, and equipment to place, grade, and compact clean backfill into
all excavated areas and to prepare surface for final cover.
B. Payment will be made by the ton, based on weigh tickets from the
source.
C. Imported Backfill is line 16 in the bid form.
2.18 CRUSHED SURFACING BASE COURSE
A. Payment for Crushed Surfacing Base Course includes providing surface
materials, labor, and equipment to place and compact the crushed
aggregate over the entire site as shown on the plans.
B. Payment will be made by the ton, based on weigh tickets from the
source.
C. Crushed Surfacing Base Course is line 17 in the bid form.
2.19 HOT MIX ASPHALT
A. Payment for Hot Mix Asphalt includes all labor, materials, and
equipment to resurface parking areas impacted by the remedial action
on the adjacent properties.
B. Payment for Hot Mix Asphalt will be made by the ton, based on weigh
tickets from the batch plant.
C. Hot Mix Asphalt is line item 18 in the bid form.
2.20 PAINT LINE, STRIPING
A. Payment for Paint Line, Striping includes all labor, materials, and
equipment required to replace parking striping on the repaved portions
of the adjacent properties.
Payment for Paint Line, Striping will be paid by lump sum.
Paint Line, Striping is line 19 in the bid form.
B.
C.
0818 02 01 / Tiger Oil Site Remedial Action 01 22 00 - 6 MEASUREMENT AND PAYMENT
1
1
2.21 AS -BUILT SURVEY
I
A. Payment for As -Built Survey includes all labor, materials, and
equipment required to perform survey of the final limits of the
excavation, the alignment of the horizontal infiltration galleries, as
well as complete a final, as -built survey of the site following
I backfiii and final grading.
Payment for As -Built Survey will be paid by lump sum.
C. As -Build Survey is line 20 in the bid form.
II END OF SECTION
1
1
1
1
1
1
1
1
1
1
1
1
1 0818 02.01 / Tiger Oil Site Remedial Action 01 22 00 - 7 MEASUREMENT AND PAYMENT
SECTION 01 30 00
ADMINISTRATIVE REQUIREMENTS
PART 1 GENERAL
1.1 SECTION INCLUDES
A. Preconstruction meeting.
B. Progress meetings.
C. Construction progress schedule.
D. Submittals for review, information, and project closeout.
E. Submittal procedures.
1.2 RELATED REQUIREMENTS - NOT USED
1.3 PROJECT COORDINATION
A. Project Coordinator: Construction Manager.
B. During construction, coordinate use of site and facilities through the
Project Coordinator.
C. Comply with Project Coordinator's procedures for intra -project
communications; submittals, reports and records, schedules,
coordination drawings, and recommendations; and resolution of
ambiguities and conflicts.
D. Comply with instructions of the Project Coordinator for use of
temporary utilities and construction facilities.
E. Coordinate field engineering and layout work under instructions of the
Project Coordinator.
Make the following types of submittals ro ENGINEER through the Project
Coordinator:
1. Requests for interpretation.
2. Requests for substitution.
3. Shop drawings, product data, and samples.
4. Test and inspection reports.
5. Manufacturer's instructions and field reports.
6. Applications for payment and change order requests.
7. Progress schedules.
8. Coordination drawings.
9. Closeout submittals.
PART 2 PRODUCTS - NOT USED
PART 3 EXECUTION
3.1 PRECONSTRUCTION MEETING
A. OWNER will schedule a meeting after Notice of Award.
B. Attendance Required:
1. OWNER.
2. ENGINEER.
3. CONTRACTOR.
C. Agenda:
1. Execution of OWNER -CONTRACTOR Agreement.
2. Submission of executed bonds and insurance certificates.
3. Distribution of Contract Documents.
4. Submission of list of Subcontractors, list of Products, schedule
of values, and progress schedule.
P.
0818 02 01 / Tiger Oil Site Remedial Action 01 30 00 - 1 ADMINISTRATIVE REQUIREMENTS
5. Designation of personnel representing the parties under Contract,
including but not limited to OWNER, CONTRACTOR and ENGINEER.
6. Procedures and processing of field decisions, submittals,
substitutions, applications for payments, proposal request, Change
Orders, and Contract closeout procedures.
7. Scheduling.
D. ENGINEER shall record minutes and distribute copies within two days
after meeting to participants, with two copies to ENGINEER, OWNER,
participants, and those affected by decisions made.
3.2 PROGRESS MEETINGS
A. Schedule and administer meetings throughout progress of the Work at
maximum weekly intervals.
B. ENGINEER will make arrangements for meetings, prepare agenda with
copies for participants, and preside over meetings.
C. Attendance Required: Job superintendent, major Subcontractors and
suppliers, OWNER, ENGINEER, as appropriate to agenda topics for each
meeting.
D. Agenda:
1. Review minutes of previous meetings.
2. Review of Work progress.
3. Field observations, problems, and decisions.
4. Identification of problems that impede, or will impede, planned
progress.
5. Review of submittals schedule and status of submittals.
6. Maintenance of progress schedule.
7. Corrective measures to regain project schedules
8. Planned progress during succeeding work period.
9. Maintenance of quality and work standards.
10. Effect of proposed changes on progress schedule and coordination.
11. Other business relating to Work.
E. ENGINEER shall record minutes and distribute copies within two days
after meeting to participants, with two copies to ENGINEER, OWNER,
participants, and those affected by decisions made.
3.3 CONSTRUCTION PROGRESS SCHEDULE
A. Within 10 days after date of the Agreement, submit preliminary
schedule.
B. If preliminary schedule requires revision after review, submit revised
schedule within 10 days.
C. Within 20 days after review of preliminary schedule, submit draft of
proposed complete schedule for review.
1. Include written certification that major contractors have reviewed
and accepted proposed schedule.
D. Within 10 days after joint review, submit complete schedule.
E. Submit updated schedule with each Application for Payment.
3.4 SUBMITTALS FOR REVIEW
A. When the following are specified in individual sections, submit them
for review:
1. Product data.
2. Samples for verification.
3. Backfill soil certification statement.
0818 02 01 / Tiger Oil Site Remedial Action 01 30 00 - 2 ADMINISTRATIVE REQUIREMENTS
B. Submit to ENGINEER for review for the limited purpose of checking for
conformance with information given and the design concept expressed in
the contract documents.
C. Samples will be reviewed only for aesthetic, color, or finish
selection.
D. After review, provide copies and distribute in accordance with
SUBMITTAL PROCEDURES article below and for record documents purposes
described in Section 01 78 00 - CLOSEOUT SUBMITTALS.
3.5 SUBMITTALS FOR INFORMATION
A. When the following are specified in individual sections, submit them
for information:
1. Design data.
2. Certificates.
3. Test reports.
4. Inspection reports.
5. Other types indicated.
B. Submit for ENGINEER's knowledge as contract administrator or for
OWNER.
3.6 SUBMITTALS FOR PROJECT CLOSEOUT
A. When the following are specified in individual sections, submit them
at project closeout:
1. Project record documents.
2. Operation and maintenance data.
3. Warranties.
4. Bonds.
5. Other types as indicated.
B. Submit for OWNER's benefit during and after project completion.
3.7 NUMBER OF COPIES OF SUBMITTALS
A. Documents for Review:
1. Small Size Sheets, Not Larger Than 8-1/2 x 11 inches (215 x 280
mm): Submit the number of copies that OWNER requires, plus two
copies that will be retained by ENGINEER.
B. Documents for Information: Submit two copies.
C. Samples: Submit the number specified in individual specification
sections; one of which will be retained by ENGINEER.
1. After review, produce duplicates.
2. Retained samples will not be returned to CONTRACTOR unless
specifically so stated.
3.8 SUBMITTAL PROCEDURES
A. Transmit each submittal with approved form.
B. Sequentially number the transmittal form. Revise submittals with
original number and a sequential alphabetic suffix.
C. Identify Project, CONTRACTOR, Subcontractor or supplier; pertinent
drawing and detail number, and specification section number, as
appropriate on each copy.
D. Apply CONTRACTOR'S stamp, signed or initialed certifying that review,
approval, verification of Products required, field dimensions,
adjacent construction Work, and coordination of information is in
accordance with the requirements of the Work and Contract Documents.
0818 02 01 / Tiger Oil Site Remedial Action 01 30 00 - 3 ADMINISTRATIVE REQUIREMENTS
E. Schedule submittals to expedite the Project, and coordinate submission
of related items.
F. For each submittal for review, allow 15 days excluding delivery time
to and from the CONTRACTOR.
G. Identify variations from Contract Documents and Product or system
limitations that may be detrimental to successful performance of the
completed Work.
H. Provide space for CONTRACTOR and ENGINEER review stamps.
I. When revised for resubmission, identify all changes made since
previous submission.
J. Distribute reviewed submittals as appropriate. Instruct parties to
promptly report any inability to comply with requirements.
K. Submittals not requested will not be recognized or processed.
END OF SECTION
0818 02 01 / Tiger Oil Site Remedial Action 01 30 00 - 4 ADMINISTRATIVE REQUIREMENTS
SECTION 01 40 00
QUALITY REQUIREMENTS
PART 1 GENERAL
1.1 SECTION INCLUDES
A. Control of installation.
B. Tolerances.
1.2 RELATED REQUIREMENTS
A. Section 01 30 00 - Administrative Requirements: Submittal procedures.
1.3 REFERENCE STANDARDS
A. ASTM D3740 - Standard Practice for Minimum Requirements for Agencies
Engaged in the Testing and/or Inspection of Soil and Rock as Used in
Engineering Design and Construction; 2012.
1.4 TESTING AND INSPECTION AGENCIES
A. OWNER will employ and pay for services of an independent testing
agency to perform other specified testing.
B. Employment of agency in no way relieves CONTRACTOR of obligation to
perform Work in accordance with requirements of Contract Documents.
PART 2 PRODUCTS - NOT USED
PART 3 EXECUTION
3.1 CONTROL OF INSTALLATION
A. Monitor quality control over suppliers, manufacturers, products,
services, site conditions, and workmanship, to produce Work of
specified quality.
B. Comply with manufacturers' instructions, including each step in
sequence.
C. Should manufacturers' instructions conflict with Contract Documents,
request clarification from ENGINEER before proceeding.
D. Comply with specified standards as minimum quality for the Work except
where more stringent tolerances, codes, or specified requirements
indicate higher standards or more precise workmanship.
E. Have Work performed by persons qualified to produce required and
specified quality.
3.2 TOLERANCES
A. Comply with manufacturers' tolerances. Should manufacturers'
tolerances conflict with Contract Documents, request clarification
from ENGINEER before proceeding.
B. Adjust products to appropriate dimensions; position before securing
products in place.
3.3 TESTING AND INSPECTION
A. See individual specification sections for testing required.
B. CONTRACTOR Responsibilities:
1. Deliver to ENGINEER at designated location, adequate samples of
materials proposed to be used that require testing, along with
proposed mix designs.
2. Cooperate with ENGINEER and provide access to the Work.
3. Provide incidental labor and facilities:
a. To provide access to Work to be tested/inspected.
0818 02 01 / Tiger Oil Site Remedial Action 01 40 00 - 1 QUALITY REQUIREMENTS
b. To obtain and handle samples at the site or at source of
Products to be tested/inspected.
c. To facilitate tests/inspections.
d. To provide storage of test samples.
4. Notify ENGINEER 24 hours prior to expected time for operations
requiring testing/inspection services.
5. Employ services of an independent qualified testing laboratory and
pay for additional samples, tests, and inspections required by
CONTRACTOR beyond specified requirements.
6. Arrange with OWNER'S agency and pay for additional samples, tests,
and inspections required by CONTRACTOR beyond specified
requirements.
C. Re -testing required because of non-conformance to specified
requirements shall be performed by the same agency on instructions by
ENGINEER.
D. Re -testing required because of non-conformance to specified
requirements shall be paid for by CONTRACTOR.
3.4 DEFECT ASSESSMENT
A. Replace Work or portions of the Work not conforming to specified
requirements.
B. If, in the opinion of ENGINEER, it is not practical to remove and
replace the Work, ENGINEER will direct an appropriate remedy or adjust
payment
END OF SECTION
0818 02 01 / Tiger Oil Site Remedial Action 01 40 00 - 2 QUALITY REQUIREMENTS
SECTION 01 50 00
TEMPORARY FACILITIES AND CONTROLS
PART 1 GENERAL
1.1 SECTION INCLUDES
A. Temporary sanitary facilities.
B. Temporary Controls: Barriers, enclosures, and fencing.
C. Security requirements.
D. Waste removal facilities and services.
1.2 TEMPORARY UTILITIES
A. OWNER will provide the following:
1. Water supply, consisting of connection to public fire hydrant.
2. Water Supplied from Hydrants. CONTRACTOR shall contact the City of
Yakima Water/Irrigation Division to secure a metered hydrant
connection and comply with all requirements before obtaining water
from fire hydrants. The CONTRACTOR shall notify the ENGINEER as
soon as permit has been obtained.
CONTRACTOR shall only use hydrant wrenches to operate hydrants.
The hydrant valve must be open full, since a partially opened
valve may cause damage to the hydrant. The auxiliary valve on the
outlet of the metered hydrant connection shall be used with for
flow control purposes. Fire hydrant valves must be closed slowly
to avoid pressure surges in the water system. CONTRACTOR shall
carefully note the importance of following these directions.
If a hydrant or metered connection is damaged, CONTRACTOR shall
immediately notify the City of Yakima Water/Irrigation Division so
that the damage can be repaired as quickly as possible.
Upon completing the use of the hydrants, CONTRACTOR shall return
the metered hydrant connection. The City of Yakima
Water/Irrigation Division may inspect the hydrant for any possible
damage. The contractor will be billed for repairing the damage to
a hydrant or meter if resulting from improper use.
CONTRACTOR shall convey the water from the nearest convenient
hydrant at their own expense and as approved by the City of Yakima
Water/Irrigation Division. CONTRACTOR shall be responsible for
all costs associated with the use of the hydrant, including rental
fees and metered water use.
Any violation of these requirements may result in fines and damage
costs to the contractor resulting from the malfunctioning of
damaged fire hydrants, in the event of fire.
1.3 TEMPORARY SANITARY FACILITIES
A. Provide and maintain required facilities and enclosures. Provide at
time of project mobilization.
B. Maintain daily in clean and sanitary condition.
1.4 BARRIERS
A. Provide barriers to prevent unauthorized entry to construction areas,
to prevent access to areas that could be hazardous to workers or the
public, to allow for OWNER's use of site and to protect existing
0818 02 01 / Tiger Oil Site Remedial Action 01 50 00 - 1 TEMPORARY FACILITIES AND CONTROLS
facilities and adjacent properties from damage from construction
operations.
1.5 FENCING
A. Provide 6 foot (1.8 m) high fence around construction site; equip with
vehicular and pedestrian gates with locks.
1.6 WASTE REMOVAL
A. Provide waste removal facilities and services as required to maintain
the site in clean and orderly condition.
B. Provide containers with lids. Remove trash from site periodically.
C. If materials to be recycled or re -used on the project must be stored
on-site, provide suitable non-combustible containers; locate
containers holding flammable material outside the structure unless
otherwise approved by the authorities having jurisdiction.
1.7 REMOVAL OF UTILITIES, FACILITIES, AND CONTROLS
A. Remove temporary utilities, equipment, facilities, materials, prior to
Substantial Completion inspection.
B. Remove underground installations to a minimum depth of 2 feet (600
mm). Grade site as indicated on Contract Drawings.
C. Clean and repair damage caused by installation or use of temporary
work.
PART 2 PRODUCTS - NOT USED
PART 3 EXECUTION - NOT USED
END OF SECTION
0477 01 05 / Palouse Producers Remedial Action 01 50 00 - 2 TEMPORARY FACILITIES AND CONTROLS
SECTION 01 57 13
TEMPORARY EROSION AND SEDIMENT CONTROL
PART 1 GENERAL
1.1 SECTION INCLUDES
A. Prevention of erosion due to construction activities.
B. Prevention of sedimentation of waterways, open drainage ways, and
storm and sanitary sewers due to construction activities.
C. Restoration of areas eroded due to insufficient preventive measures.
D. Compensation of OWNER for fines levied by authorities having
jurisdiction due to non-compliance by CONTRACTOR.
1.2 PERFORMANCE REQUIREMENTS
A. Comply with requirements of Stormwater Management Manual for Eastern
Washington (Washington State Department of Ecology Publication No. 04-
10-076) and the site-specific Stormwater Pollution Prevention Plan
(SWPPP; prepared by ENGINEER).
B. Do not begin clearing, grading, or other work involving disturbance of
ground surface cover until applicable permits have been obtained;
furnish all documentation required to obtain applicable permits.
C. Timing: Put preventive measures in place as soon as possible after
disturbance of surface cover and before precipitation occurs.
D. Storm Water Runoff: Control increased storm water runoff due to
disturbance of surface cover due to construction activities for this
project.
1. Prevent runoff into storm and sanitary sewer systems, including
open drainage channels, in excess of actual capacity or amount
allowed by authorities having jurisdiction, whichever is less.
2. Anticipate runoff volume due to the most extreme short term and
24-hour rainfall events that might occur in 25 years.
E. Erosion On Site: Minimize wind, water, and vehicular erosion of soil
on project site due to construction activities for this project.
1. Control movement of sediment and soil from temporary stockpiles of
soil
2. Prevent development of ruts due to equipment and vehicular
traffic.
3. If erosion occurs due to non-compliance with these requirements,
restore eroded areas at no cost to OWNER.
F. Erosion Off Site: Prevent erosion of soil and deposition of sediment
on other properties caused by water leaving the project site due to
construction activities for this project.
1. Prevent windblown soil from leaving the project site.
2. Prevent tracking of mud onto public roads outside site.
3. Prevent mud and sediment from flowing onto sidewalks and
pavements.
4. If erosion occurs due to non-compliance with these requirements,
restore eroded areas at no cost to OWNER.
G. Sedimentation of Waterways On Site: Prevent sedimentation of
waterways on the project site, including rivers, streams, lakes,
ponds, open drainage ways, storm sewers, and sanitary sewers.
1. Not applicable.
0818 02 01 / Tiger Oil Site Remedial Action 01 57 13 - 1 TEMPORARY EROSION.AND SEDIMENT CONTROL
H. Sedimentation of Waterways Off Site: Prevent sedimentation of
waterways off the project site, including rivers, streams, lakes,
ponds, open drainage ways, storm sewers, and sanitary sewers.
1. If sedimentation occurs, install or correct preventive measures
immediately at no cost to OWNER; remove deposited sediments;
comply with requirements of authorities having jurisdiction.
I. Open Water: Prevent standing water that could become stagnant.
J. Maintenance: Maintain temporary preventive measures until permanent
measures have been established.
1.3 SUBMITTALS
A. See Section 01 30 00 - Administrative Requirements, for submittal
procedures.
B. Certificate: Mill certificate for silt fence fabric attesting that
fabric and factory seams comply with specified requirements, signed by
legally authorized official of manufacturer; indicate actual minimum
average roll values; identify fabric by roll identification numbers.
C. Inspection Reports: Submit report of each inspection; identify each
preventive measure, indicate condition, and specify maintenance or
repair required and accomplished.
PART 2 PRODUCTS
2.1 MATERIALS
A. Mulch: Use one of the following:
1. Straw or hay as needed.
2. Wood waste, chips, or bark as needed.
B. Silt Fence Fabric: Polypropylene geotextile resistant to common soil
chemicals, mildew, and insects; non -biodegradable; in longest lengths
possible; fabric including seams with the following minimum average
roll lengths:
1. Average Opening Size: 30 U.S. Std. Sieve (0.600 mm), maximum,
when tested in accordance with ASTM D4751.
2. Permittivity: 0.05 sec^ -1, minimum, when tested in accordance
with ASTM D4491.
3. Ultraviolet Resistance: Retaining at least 70 percent of tensile
strength, when tested in accordance with ASTM D4355 after 500
hours exposure.
4. Tensile Strength: 100 lb -f (450 N), minimum, in cross -machine
direction; 124 lb -f (550 N), minimum, in machine direction; when
tested in accordance with ASTM D4632.
5. Elongation: 15 to 30 percent, when tested in accordance with ASTM
D4632.
6. Tear Strength: 55 lb -f (245 N), minimum, when tested in
accordance with ASTM D4533.
7. Color: Manufacturer's standard, with embedment and fastener lines
preprinted.
C. Silt Fence Posts: One of the following, minimum 5 feet (1500 mm)
long:
1. Hardwood, 2 by 2 inches (50 by 50 mm) in cross section.
D. Compost Socks: Use as indicated on the drawings:
1. Three-dimensional tubular sediment control and storm water
filtration device typically used as a Silt Fence Replacement
(perimeter control device) for sediment
E. Stockpile Covers:
0818 02 01 / Tiger Oil Site Remedial Action 01 57 13 - 2 TEMPORARY EROSION AND SEDIMENT CONTROL
1. Onsite storage of soil shall be covered with geotextile membrane
for the purposes of protection from moisture, erosion and dust
generation.
2. Stockpile covers shall be implemented for all on site storage of
soil, long or short-term, and shall be, at a minimum, 6 Mil thick
U.V. protected black plastic sheeting.
F. Aggregate:
1. See Section 02 61 13 for gravel application.
2. Gravel for final ground cover shall consist of 1 -1/4 -inch minus
well graded crushed rock free of roots, organic matter, and other
unsuitable materials.
PART 3 EXECUTION
3.1 EXAMINATION
A. Examine site and identify existing features that contribute to erosion
resistance; maintain such existing features to greatest extent
possible.
3.2 PREPARATION
A. Schedule work so that soil surfaces are left exposed for the minimum
amount of time.
3.3 SCOPE OF PREVENTIVE MEASURES
A. In all cases, if permanent erosion resistant measures have been
installed, temporary preventive measures are not required.
B. Construction Entrances:
1. Use existing curb cuts to/from public right-of-way and onsite
pavement outside of extent of excavation
2. Where necessary to prevent tracking of mud onto right-of-way,
provide wheel washing area out of direct traffic lane, with drain
into sediment trap or basin.
C. Linear Sediment Barriers: Made of silt fences.
1. Provide linear sediment barriers:
a. Along downhill perimeter edge of disturbed areas, including
soil stockpiles.
D. Soil Stockpiles: Protect using the following measures as shown on the
plans:
1. Cover with plastic sheeting, secured by placing sandbags on outer
edges.
3.4 INSTALLATION
A. Silt Fences:
1. Store and handle fabric in accordance with ASTM D4873.
2. Where slope gradient is less than 3:1 or barriers will be in place
less than 6 months, use nominal 16 inch (405 mm) high barriers
with minimum 36 inch (905 mm) long posts spaced at 6 feet (1830
mm) maximum, with fabric embedded at least 4 inches (100 mm) in
ground.
3. Where slope gradient is steeper than 3:1 or barriers will be in
place over 6 months, use nominal 28 inch (710 mm) high barriers,
minimum 48 inch (1220 mm) long posts spaced at 6 feet (1830 mm)
maximum, with fabric embedded at least 6 inches (150 mm) in
ground.
4. Install with top of fabric at nominal height and embedment as
specified.
0818 02 01 / Tiger Oil Site Remedial Action 01 57 13 - 3 TEMPORARY EROSION AND SEDIMENT CONTROL
5. Do not splice fabric width; minimize splices in fabric length;
splice at post only, overlapping at least 18 inches (460 mm), with
extra post.
6. Fasten fabric to wood posts using one of the following:
a. Four 3/4 inch (19 mm) diameter, 1 inch (25 mm) long, 14 gage
nails.
b. Five 17 -gage staples with 3/4 inch (19 mm) wide crown and 1/2
inch (12 mm) legs.
3.5 MAINTENANCE
A. Inspect preventive measures weekly, within 24 hours after the end of
any storm that produces 0.5 inches (13 mm) or more rainfall at the
project site, and daily during prolonged rainfall.
B. Repair deficiencies immediately.
C. Silt Fences:
1. Promptly replace fabric that deteriorates unless need for fence
has passed.
2. Remove silt deposits that exceed one-third of the height of the
fence.
3. Repair fences that are undercut by runoff or otherwise damaged,
whether by runoff or other causes.
D. Place sediment in appropriate locations on site; do not remove from
site.
3.6 CLEAN UP
A. Remove temporary measures after permanent measures have been
installed, unless permitted to remain by ENGINEER.
B. Clean out temporary sediment control structures that are to remain as
permanent measures.
C. Where removal of temporary measures would leave exposed soil, shape
surface to an acceptable grade and finish to match adjacent ground
surfaces.
END OF SECTION
0818 02 01 / Tiger Oil Site Remedial Action 01 57 13 - 4 TEMPORARY EROSION AND SEDIMENT CONTROL
SECTION 01 70 00
EXECUTION AND CLOSEOUT REQUIREMENTS
PART 1 GENERAL
1.1 SECTION INCLUDES
A. Examination, preparation, and general installation procedures.
B. Cleaning and protection.
C. Closeout procedures, except payment procedures.
1.2 PROJECT CONDITIONS
A. Grade site to drain. Maintain excavations free of water.
B. Protect site from puddling or running water. Provide water barriers
as required to protect site from soil erosion.
C. Dust Control: Execute work by methods to minimize raising dust from
construction operations. Provide positive means to prevent air -borne
dust from dispersing into atmosphere and over adjacent property.
D. Erosion and Sediment Control: Plan and execute work by methods to
control surface drainage from cuts and fills, from borrow and waste
disposal areas. Prevent erosion and sedimentation.
1. Construct fill and waste areas by selective placement to avoid
erosive surface silts or clays.
2. Periodically inspect earthwork to detect evidence of erosion and
sedimentation; promptly apply corrective measures.
E. Noise Control: Provide methods, means, and facilities to minimize
noise produced by construction operations.
1. Outdoors: Limit conduct of especially noisy exterior work to the
hours of 7 am to 7 pm.
1.3 COORDINATION
A. Coordinate scheduling, submittals, and work of the various sections of
the plans and specifications to ensure efficient and orderly sequence
of installation of interdependent construction elements, with
provisions for accommodating items installed later.
B. Notify affected utility companies and comply with their requirements.
C. Coordinate completion and clean-up of work of separate sections.
D. After OWNER occupancy of premises, coordinate access to site for
correction of defective work and work not in accordance with Contract
Documents, to minimize disruption of OWNER's activities.
PART 2 PRODUCTS - NOT USED.
PART 3 EXECUTION
3.1 EXAMINATION
A. Verify that existing site conditions and substrate surfaces are
acceptable for planned work. Start of work means acceptance of
existing conditions.
B. Examine and verify specific conditions described in individual
specification sections.
3.2 LAYING OUT THE WORK
A. Verify locations of survey control points prior to starting work.
B. Promptly notify ENGINEER of any discrepancies discovered.
C. OWNER will locate and protect survey control and reference points.
0818 02 01 / Tiger Oil Site Remedial Action 01 70 00 - 1 EXECUTION AND CLOSEOUT REQUIREMENTS
D. Protect survey control points prior to starting site work; preserve
permanent reference points during construction.
E. Promptly report to ENGINEER the loss or destruction of any reference
point or relocation required because of changes in grades or other
reasons.
F. Replace dislocated survey control points based on original survey
control. Make no changes without prior written notice to ENGINEER.
G. Utilize recognized engineering survey practices.
H. Establish elevations, lines and levels. Locate and lay out by
instrumentation and similar appropriate means:
1. Site improvements including stakes for grading, fill and topsoil
placement; and all excavation boundaries.
I. Periodically verify layouts by same means.
J. Maintain a complete and accurate log of control and survey work as it
progresses.
3.3 GENERAL INSTALLATION REQUIREMENTS
A. Make vertical elements plumb and horizontal elements level, unless
otherwise indicated.
3.4 CUTTING AND PATCHING
A Whenever possible, execute the work by methods that avoid cutting or
patching.
B. Perform whatever cutting and patching is necessary to:
1. Complete the work.
2. Repair areas adjacent to cuts to required condition.
C. Execute work by methods that avoid damage to other work and that will
provide appropriate surfaces to receive patching and finishing. In
existing work, minimize damage and restore to original condition.
D. Restore work with new products in accordance with requirements of
Contract Documents.
E. Patching:
1. Finish patched surfaces to match finish that existed prior to
patching. On continuous surfaces, refinish to nearest
intersection or natural break.
2. Match color, texture, and appearance.
3. Repair patched surfaces that are damaged, lifted, discolored, or
showing other imperfections due to patching work. If defects are
due to condition of substrate, repair substrate prior to repairing
finish.
3.5 PROGRESS CLEANING
A. Maintain areas free of waste materials, debris, and rubbish. Maintain
site in a clean and orderly condition.
B. Collect and remove waste materials, debris, and trash/rubbish from
site periodically and dispose off-site; do not burn or bury.
3.6 PROTECTION OF INSTALLED WORK
A. Provide special protection where specified in individual specification
sections.
B. Provide temporary and removable protection for installed products.
Control activity in immediate work area to prevent damage.
0818 02.01 / Tiger Oil Site Remedial Action 01 70 00 - 2 EXECUTION AND CLOSEOUT REQUIREMENTS
C. Protect adjacent concrete sidewalk, curb and apron surfaces from
traffic, dirt, wear, damage, or movement of heavy objects.
D. Prohibit traffic or storage upon adjacent concrete sidewalk, curb, and
driveway apron. If traffic or activity is necessary, obtain
recommendations for protection from OWNER.
E. Remove protective coverings when no longer needed.
3.7 ADJUSTING
A. Adjust operating products and equipment to ensure smooth and
unhindered operation.
3.8 FINAL CLEANING
A. Clean site; sweep paved areas, rake clean landscaped surfaces.
B. Remove waste, surplus materials, trash/rubbish, and construction
facilities from the site; dispose of in legal manner; do not burn or
bury.
3.9 CLOSEOUT PROCEDURES
A. Make submittals that are required by governing or other authorities.
1. Provide copies to ENGINEER and OWNER.
B. Notify ENGINEER when work is considered ready for Substantial
Completion.
C. Submit written certification that Contract Documents have been
reviewed, work has been inspected, and that work is complete in
accordance with Contract Documents and ready for ENGINEER's review.
D. Correct items of work listed in executed Certificates of Substantial
Completion and comply with requirements for access to OWNER -occupied
areas.
E. Notify ENGINEER when work is considered finally complete.
F. Complete items of work determined by ENGINEER's final inspection
within seven (7) calendar days of receipt of final inspection.
END OF SECTION
0818 02 01 / Tiger Oil Site Remedial Action 01 70 00 - 3 EXECUTION AND CLOSEOUT REQUIREMENTS
SECTION 01 74 19
CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL
PART 1 GENERAL
1.1 WASTE MANAGEMENT REQUIREMENTS
A OWNER requires that this project generate the least amount of trash
and waste possible.
B. Employ processes that ensure the generation of as little waste as
possible due to error, poor planning, breakage, mishandling,
contamination, or other factors.
C. CONTRACTOR shall submit periodic Waste Disposal Reports; all landfill
disposal must be reported regardless of to whom the cost or savings
accrues; use the same units of measure on all reports.
D. Methods of trash/waste disposal that are not acceptable are:
1. Burning on the project site.
2. Burying on the project site.
3. Dumping or burying on other property, public or private.
4. Other illegal dumping or burying.
E. Regulatory Requirements: CONTRACTOR is responsible for knowing and
complying with regulatory requirements, including but not limited to
Federal, state and local requirements, pertaining to legal disposal of
all construction and demolition waste materials.
1.2 DEFINITIONS
A. Clean: Untreated and unpainted; not contaminated with oils, solvents,
caulk, or the like.
B. Construction and Demolition Waste: Solid wastes typically including
building materials, packaging, trash, debris, and rubble resulting
from construction, remodeling, repair and demolition operations.
C. Hazardous: Exhibiting the characteristics of hazardous substances,
i.e., ignitibility, corrosivity, toxicity or reactivity.
D. Nonhazardous: Exhibiting none of the characteristics of hazardous
substances, i.e., ignitibility, corrosivity, toxicity, or reactivity.
E. Nontoxic: Neither immediately poisonous to humans nor poisonous after
a long period of exposure.
F. Recyclable: The ability of a product or material to be recovered at
the end of its life cycle and remanufactured into a new product for
reuse by others.
G. Recycle: To remove a waste material from the project site to another
site for remanufacture into a new product for reuse by others.
H. Recycling: The process of sorting, cleansing, treating and
reconstituting solid waste and other discarded materials for the
purpose of using the altered form. Recycling does not include
burning, incinerating, or thermally destroying waste.
I. Return: To give back reusable items or unused products to vendors for
credit.
J. Reuse: To reuse a construction waste material in some manner on the
project site.
K. Salvage: To remove a waste material from the project site to another
site for resale or reuse by others.
0818 02 01 / Tiger Oil Site Remedial Action 01 74 19 - 1 CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL
1
1
L. Sediment: Soil and other debris that has been eroded and transported
by storm or well production run-off water.
M. Source Separation: The act of keeping different types of waste
materials separate beginning from the first time they become waste.
N. Toxic: Poisonous to humans either immediately or after a long period
of exposure.
0. Trash: Any product or material unable to be reused, returned,
recycled, or salvaged.
P. Waste: Extra material or material that has reached the end of its
11
useful life in its intended use. Waste includes salvageable,
returnable, recyclable, and reusable material.
1.3 SUBMITTALS
A. See Section 01 30 00 - Administrative Requirements, for submittal
procedures.
B. Waste Disposal Reports: Submit at specified intervals, with details
of quantities of waste, means of disposal or reuse, and costs; show
both totals to date and since last report.
1. Submit updated Report with each Application for Progress Payment;
failure to submit Report will delay payment.
I/
2. Submit Report on a form acceptable to OWNER.
3. Landfill Disposal: Include the following information:
a. Identification of material.
b. Amount, in tons or cubic yards (cubic meters), of trash/waste
material from the project disposed of in landfills.
c. State the identity of landfills, total amount of tipping fees
paid to landfill, and total disposal cost. '
d. Include manifests, weight tickets, receipts, and invoices as
evidence of quantity and cost.
4. Material Reused on Project: Include the following information for
each:
a. Identification of material and how it was used in the project.
b. Amount, in tons or cubic yards (cubic meters).
5. Other Disposal Methods: Include information similar to that
described above, as appropriate to disposal method.
PART 2 PRODUCTS - NOT USED.
PART 3 EXECUTION
3.1 WASTE MANAGEMENT PLAN IMPLEMENTATION
A Hazardous Wastes: Separate, store, and dispose of hazardous wastes
according to project plans and applicable regulations.
END OF SECTION
1
1
1
0818 02 01 / Tiger Oil Site Remedial Action 01 74 19 - 2 CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL'
SECTION 01 78 00
CLOSEOUT SUBMITTALS
PART 1 GENERAL
1.1 SECTION INCLUDES
A. Project Record Documents.
B. Warranties and bonds.
1.2 RELATED REQUIREMENTS
A. Section 01 30 00 - Administrative Requirements: Submittals
procedures, shop drawings, product data, and samples.
B. Individual Product Sections: Warranties required for specific
products or Work.
1.3 SUBMITTALS
A. Project Record Documents: Submit documents to ENGINEER with claim for
final Application for Payment.
B. Warranties and Bonds:
1. Make other submittals within 10 days after Date of Substantial
Completion, prior to final Application for Payment.
2. For items of Work for which acceptance is delayed beyond Date of
Substantial Completion, submit within 10 days after acceptance,
listing the date of acceptance as the beginning of the warranty
period.
PART 2 PRODUCTS - NOT USED
PART 3 EXECUTION
3.1 PROJECT RECORD DOCUMENTS
A. Maintain on site one set of the following record documents; record
actual revisions to the Work:
1. Drawings.
2. Addenda.
3. Change Orders and other modifications to the Contract.
B. Ensure entries are complete and accurate, enabling future reference by
OWNER.
C Store record documents separate from documents used for construction.
D. Record information concurrent with construction progress.
E. Record Drawings: Legibly mark each item to record actual construction
including:
1. Measured horizontal and vertical locations of underground
utilities and appurtenances, referenced to permanent surface
improvements.
2. Field changes of dimension and detail.
3. Details not on original Contract drawings.
3.2 WARRANTIES AND BONDS
A. Obtain warranties and bonds, executed in duplicate by responsible
Subcontractors, suppliers, and manufacturers, within 10 days after
completion of the applicable item of work. Except for items put into
use with OWNER's permission, leave date of beginning of time of
warranty until the Date of Substantial completion is determined.
B. Verify that documents are in proper form, contain full information,
and are notarized.
0818 02 01 / Tiger Oil Site Remedial Action 01 78 00 - 1 CLOSEOUT SUBMITTALS
C. Co -execute submittals when required.
D. Retain warranties and bonds until time specified for submittal.
END OF SECTION
0818 02 01 / Tiger Oil Site Remedial Action 01 78 00 - 2 CLOSEOUT SUBMITTALS
SECTION 02 41 00
DEMOLITION
PART 1 GENERAL
1.1 SECTION INCLUDES
A. Selective demolition of built site elements.
1.2 RELATED REQUIREMENTS
A. Section 01 10 00 - Summary: Limitations on CONTRACTOR's use of site
and premises.
B. Section 01 50 00 - Temporary Facilities and Controls: Site fences,
security, protective barriers, and waste removal.
C. Section 02 61 13 - Excavation and Handling of Contaminated Soil.
1.3 REFERENCE STANDARDS
A. 29 CFR 1926 - U.S. Occupational Safety and Health Standards; current
edition.
B. NFPA 241 - Standard for Safeguarding Construction, Alteration, and
Demolition Operations; 2009.
C. WAC 173-160-381 - Standards for Decommissioning Wells.
1.4 SUBMITTALS
A. See Section 01 30 00 - Administrative Requirements, for submittal
procedures.
B. Contract Drawings showing:
1. Building(s) to be demolished.
2. Areas for temporary construction and field offices if applicable.
3. Areas for temporary staging of removed materials.
PART 2 PRODUCTS - NOT USED
PART 3 EXECUTION
3.1 SCOPE
A. Decommission groundwater wells, as identified on Contract Drawings.
B Complete asbestos abatement of materials identified in the Fulcrum
Environmental Consulting Hazardous Building Materials Inspection
Report in accordance with applicable laws and regulations prior to
commencing building demolition activities.
C. Demolish building identified on Contract Drawings.
D. Remove paving as required to accomplish new work.
E. Remove all other paving identified on Contract Drawings.
F. Remove all concrete slabs on grade and building foundations identified
on Contract Drawings.
3.2 GENERAL PROCEDURES AND PROJECT CONDITIONS
A. Comply with applicable codes and regulations for demolition operations
and safety of adjacent structures and the public.
1. Use physical barriers to prevent access to areas that could be
hazardous to workers or the public.
2. Conduct operations to minimize effects on and interference with
adjacent structures and occupants.
3. Do not close or obstruct roadways or sidewalks without permit.
B. Partial Removal of Paving and Curbs: Neatly saw cut at right angle to
surface
0818 02 01 / Tiger Oil Site Remedial Action 02 41 00 - 1 DEMOLITION
3.3 EXISTING UTILITIES
A. Coordinate work with utility companies; notify before starting work
and comply with their requirements; obtain required permits.
B. Protect existing utilities to remain from damage.
C. Do not disrupt public utilities without permit from authority having
jurisdiction.
D. Locate and mark utilities to remain; mark using highly visible tags or
flags, with identification of utility type; protect from damage due to
subsequent construction, using substantial barricades if necessary.
3.4 SELECTIVE DEMOLITION FOR ALTERATIONS
A. Drawings showing existing construction and utilities are based on
casual field observation and existing record documents only.
1. Verify that construction and utility alignments are as shown.
2. Report discrepancies to ENGINEER before disturbing existing
installation.
3. Beginning of demolition work constitutes acceptance of existing
conditions that would be apparent upon examination prior to
starting demolition.
B. Remove existing work as indicated and as required to accomplish new
work.
1. Remove items indicated on Contract Drawings.
C. Protect existing work to remain.
1. Perform cutting to accomplish removals neatly and as specified for
cutting new work.
2. Repair adjacent construction and finishes damaged during removal
work.
3.5 DEBRIS AND WASTE REMOVAL
A. Remove debris, junk, and trash from site as allowed by law, including
recycling or salvage of asphalt, concrete, and building materials.
B. Leave site in clean condition, ready for subsequent work.
C. Clean up spillage and wind-blown debris from public and private lands.
END OF SECTION
0818 02 01 / Tiger Oil Site Remedial Action 02 41 00 - 2 DEMOLITION
SECTION 02 52 00
GROUNDWATER TREATMENT SYSTEM
PART 1 GENERAL
1.1 SECTION INCLUDES
A. This work includes construction of a subsurface, horizontal treatment
injection manifold system identified on the Contract Drawings.
1.2 SUBMITTALS
A. See Section 01 30 00 - Administrative Requirements, for submittal
procedures.
1 Preconstruction Submittals
a. Copies of licenses and certifications as required by all
applicable jurisdictions to complete the specified work
including all appropriate HAZWOPER certifications.
b. Health and Safety Plan specific to CONTRACTOR operations.
c. Flush -mount treatment system access vault design.
2. Construction Submittals
a. Infiltration pipe bedding sand sieve analyses.
3. Post Construction Submittals
a. One as -built survey stamped and certified by a licensed
Surveyor in the State of Washington showing the final
groundwater treatment system piping alignment and elevation.
1.3 REFERENCE STANDARDS
A. ASTM D2855 - Standard Practice for Making Solvent -Cemented Joints with
Poly(Vinyl Chloride) (PVC) Pipe and Fittings; 2010.
1.4 DEFINITIONS
A. Qualified Personnel: Workers meeting the requirements as outlined by
the Occupational Safety and Health Administration (OSHA) and
Washington OSHA standards for work in which contact with hazardous
materials during removal activities may occur.
1.5 HEALTH AND SAFETY
A. QUALIFIED PERSONNEL
1. All on-site activities in which workers may come in contact with
soil not designated as clean fill must be conducted by qualified
personnel.
2. Qualified personnel shall be certified in an OSHA 40 hour approved
hazardous waste operations and emergency response (HAZWOPER)
training course before commencing work and have at least three
days of field experience under a trained, experienced supervisor
as well as refresher training obtained within the past year (if
applicable).
3. Managers and supervisors directly responsible for work shall have
an additional eight hours of specialized training in hazardous
waste management supervision.
B. PERSONAL PROTECTIVE EQUIPMENT (PPE) AND PERSONAL HYGIENE MEASURES
1 Workers shall be equipped with PPE as described in the contractor -
prepared health and safety plan (HASP).
2. The CONTRACTOR shall provide personal hygiene measures as required
for work in hazardous waste areas as described in the contractor -
prepared HASP.
0818 02 01 / Tiger Oil Site Remedial Action 02 52 00 - 1 GROUNDWATER TREATMENT SYSTEM
PART 2 PRODUCTS
2.1 GROUNDWATER TREATMENT SYSTEM PIPING
A. The following materials shall be used in construction of the system:
1. Conveyance Pipe. 4 -inch diameter, Schedule 40 polyvinyl chloride
(PVC) pipe.
2. Infiltration Pipe. 4 -inch diameter, 0.003 -inch slot, Schedule 40
PVC screened pipe.
3. Fittings. 4 -inch diameter, Schedule 40 PVC pipe fittings, as
applicable.
4. Primer/Cement. Industry standard primer and cement applicable to
Schedule 40 PVC pipe and fittings.
2.2 GROUNDWATER TREATMENT SYSTEM INFILTRATION PIPE BEDDING
A. 3 -inch minus washed drainfield rock, or equivalent approved by
ENGINEER.
2.3 PLASTIC COVER SHEETING
A. Plastic sheeting shall be minimum 10 -mil thickness, polyvinyl chloride
sheeting, or equivalent approved by the ENGINEER.
2.4 GROUNDWATER TREATMENT SYSTEM ACCESS
A. Treatment System Injection Access. Industry standard flush -mount well
vault design approved by ENGINEER.
B. Cleanout Access. Industry standard flush -mount well vault design
approved by ENGINEER.
PART 3 EXECUTION
3.1 HORIZONTAL INFILTRATION MANIFOLD CONSTRUCTION
A. Bedding material shall be placed following the infiltration pipe
alignment and in accordance with depths defined in the Contract
Drawings. Bedding material shall be brought up evenly on both sides of
the pipe for the full length and to a height above the pipe as defined
in the Contract Drawings.
B Infiltration pipe shall be run as straight as practicable along the
alignment indicated on the Contract Drawings and with a minimum of
joints. Piping shall be installed to allow i..he freedom to expand and
contract at least 0.75 inch per 100 feet. All PVC pipe joints shall be
solvent cemented. All joining and curing shall comply with ASTM D2855
and with the instructions of piping and cement manufacturers.
C. Plastic sheeting, minimum 2.5 -foot width, shall be placed above and
centered on the infiltration pipe alignment in accordance with the
Contract Drawings.
3.2 CONVEYANCE PIPE CONSTRUCTION
A. Conveyance pipe may be placed upon standard backfill material, as long
as it is free from roots and other organic matter, trash, debris,
frozen materials, and stones larger than 3 inches.
B. Conveyance pipe shall be run as straight as practicable along the
alignment indicated on the Contract Drawings and with a minimum of
joints. Piping shall be installed to allow the freedom to expand and
contract at least 0.75 inch per 100 feet. All PVC pipe joints shall be
solvent cemented. All joining and curing shall comply with ASTM D2855
and with the instructions of piping and cement manufacturers.
0818 02 01 / Tiger Oil Site Remedial Action 02 52 00 - 2 GROUNDWATER TREATMENT SYSTEM
3.3 GROUNDWATER TREATMENT SYSTEM ACCESS CONSTRUCTION
A. Treatment system injection and cleanout access points shall be
constructed at the locations identified on the Contract Drawings and
in accordance with the ENGINEER -approved flush -mount treatment system
access vault design.
END OF SECTION
0818 02.01 / Tiger Oil Site Remedial Action 02 52 00 - 3 GROUNDWATER TREATMENT SYSTEM
SECTION 02 61 13
EXCAVATION AND HANDLING OF CONTAMINATED SOILS
PART 1 GENERAL
1.1 SECTION INCLUDES
A. This work includes excavation and handling of contaminated soils,
onsite stockpiling, off-site disposal, excavation backfilling and
final site grading identified on the Contract Drawings.
1.2 SUBMITTALS
A. See Section 01 30 00 - Administrative Requirements, for submittal
procedures.
1. Preconstruction Submittals
a. Copies of licenses and certifications as required by all
applicable jurisdictions to complete the specified work
including all appropriate HAZWOPER certifications.
b. Health and Safety Plan specific to CONTRACTOR operations.
2. Construction Submittals
a. Disposal receipts from an approved disposal facility for all
materials disposed offsite.
b. The CONTRACTOR shall furnish daily logs of all excavation,
fill, and disposal quantities to the OWNER and ENGINEER on a
weekly basis.
c. Receipts for any materials recycled or salvaged at an off-site
facility.
3. Post Construction Submittals
a. One topographic survey stamped and certified by a licensed
Surveyor in the State of Washington showing the final limits of
excavation for each contaminated area.
1.3 DEFINITIONS
A. Qualified Personnel: Workers meeting the requirements as
the Occupational Safety and Health Administration (OSHA)
Washington OSHA standards for work in which contact with
materials during removal activities may occur.
Finish Grading: Establishment of final surface grades and contours
match grades specified on Contract Drawings.
C. On-site Fill: Soils originating from the project site to be utilized
as backfill of excavations at the direction of the ENGINEER.
B.
outlined by
and
hazardous
to
D. Cleanup site: Tiger Oil Site (as
which contaminated
1.4 HEALTH AND SAFETY
A. QUALIFIED PERSONNEL
1. A11 on-site activities in which workers may come in contact with
soil not designated as clean fill must be conducted by qualified
personnel.
2. Qualified personnel shall be certified in an OSHA 40 hour approved
hazardous waste operations and emergency response (HAZWOPER)
training course before commencing work and have at least three
days of field experience under a trained, experienced supervisor
as well as refresher training obtained within the past year (if
applicable).
shown on the Contract Drawings) from
soils will be remediated or handled.
0818 02 01 / Tiger Oil Site Remedial Action 02 61 13 - 1 EXCAVATION & HANDLING OF CONTAM SOILS
3. Managers and supervisors directly responsible for work shall have
an additional eight hours of specialized training in hazardous
waste management supervision.
B. PERSONAL PROTECTIVE EQUIPMENT (PPE) AND PERSONAL HYGIENE MEASURES
1. Workers shall be equipped with PPE as described in the contractor -
prepared health and safety plan (HASP).
2. The CONTRACTOR shall provide personal hygiene measures as required
for work in hazardous waste areas as described in the contractor -
prepared HASP.
PART 2 PRODUCTS
2.1 BACKFILL
A. The following materials shall be considered acceptable as backfill:
1. Overburden material that has been excavated (assumed from ground
surface to approximately 5 -feet below ground surface) and
stockpiled onsite and deemed by the ENGINGEER to be clean and of
sufficient physical qualities for use as backfill.
2. Clean import from a local source that has been accepted by
ENGINEER.
3. Bottom one foot of excavation backfill shall consist of 4- to 6 -
inch diameter quarry spalls, or equivalent approved by the
ENGINEER.
4. Provide a written, notarized certification from the landowner of
each proposed off-site soil borrow source stating that the borrow
site has never been contaminated with hazardous or toxic materials
and include detailed historical information on past borrow site
use as well as analytical laboratory test data.
B. No other material shall be used as backfill without prior approval
from the ENGINEER.
2.2 GRAVEL
A. Gravel for final ground cover shall consist of 1 -1/4 -inch minus well
graded crushed rock free of roots, organic matter, and other
unsuitable materials.
2.3 ASPHALT PAVEMENT
A. Asphalt concrete pavement shall consist of Class A asphalt concrete
shall conform to the following American Society of Highway and
Transportation Officials (AASHTO) designations.
Meets AASHTO M-320 and the following:
Performance Grade Asphalt binder PG 64-28
Softening Point, minimum AASHTO T-53) 125 deg. F
Toughness, minimum (ASTM D5801) 110 in -lbs
Tenacity, minimum (ASTM D5801) 75 in -lbs.
2.4 GROUNDWATER TREATMENT MATERIAL
A. Dry powder form oxygen releasing agent, Regenesis Oxygen Release
Compound Advanced (ORCa®), or equivalent approved by the ENGINEER.
B. Dry powder form chemical oxidation agent, Regenesis RegenOx® - Part A
(Oxidizer Complex), or equivalent approved by the ENGINEER.
C. Dry powder form chemical oxidation agent, Regenesis RegenOx® - Part B
(Activator Complex), or equivalent approved by the ENGINEER.
0818 02 01 / Tiger Oil Site Remedial Action 02 61 13 - 2 EXCAVATION & HANDLING OF CONTAM SOILS
PART 3 EXECUTION
3.1 EXISTING STRUCTURES AND UTILITIES
A. No excavation shall be performed until site utilities have been field
located by the CONTRACTOR.
B. The CONTRACTOR shall take the necessary precautions to ensure that no
damage occurs to existing active utilities, except those identified
for demolition on the Contract Drawings.
C. Damage to existing structures and active utilities, not identified for
demolition on the Contract Drawings, resulting from the CONTRACTOR's
operations shall be repaired at no additional cost to the OWNER.
3.2 PREPARATION
A. Prior to any excavation, the OWNER will establish minimum lateral
extent of excavations as shown on the Contract Drawings.
B. CONTRACTOR shall give ENGINEER 48 -hours notice prior to commencing
excavation.
3.3 GENERAL EXCAVATION
A. Excavation shall be performed in a manner that will control dust
generation, limit spills, and prevent contaminated material mixing
with uncontaminated material.
B. Excavations shall be completed to the lateral extents and vertical
depths shown on the Contract Drawings.
C. Excavation shall not be conducted without the presence of ENGINEER.
3.4 EXCAVATION
A. Once the lateral and vertical extents of all excavation areas have
been reached, ENGINEER shall collect soil samples as discussed in Part
3.5 of this Section.
B. Excavations shall remain open, with safety measures in place, until
ENGINEER informs CONTRACTOR that the excavation is complete. Adequate
barriers shall be installed to protect against unauthorized entry
while excavation is open.
C. SHORING:
1. The CONTRACTOR shall be responsible for trench and excavation
safety. Either shoring or a benched (where feasible) excavation
approach may be used.
D. UTILITIES:
1. The CONTRACTOR shall remove all utilities located within the
excavation footprint. Utilities shall be abandoned via capping at
the excavation extent in accordance with ENGINEER direction. Each
abandoned utility will be surveyed by CONTRACTOR.
E. DEWATERING:
1. Surface water shall be diverted away from all excavations.
2. Excavation will extend into the water table as specified on the
Contract Drawings. Water extracted associated with dewatering
shall be treated by CONTRACTOR on-site prior to discharge to
OWNER's sanitary sewer collection system.
3.5 POST EXCAVATION SAMPLING
A. GENERAL EXCAVATION:
1. Discrete soil samples shall be collected by the ENGINEER from each
side wall of the excavation at predetermined locations.
0818 02 01 / Tiger Oil Site Remedial Action 02 61 13 - 3 EXCAVATION & HANDLING OF CONTAM SOILS
2. Soil samples shall be submitted to the OWNER's selected analytical
laboratory for analysis.
3.6 OVERBURDEN MATERIAL STORAGE
A. At the discretion of the ENGINEER, all soil excavated between ground
surface and 5 -feet below ground surface may be temporarily placed in
stockpiles in the designated stockpile area specified on the Contract
Drawings.
B. All soil placed in stockpiles shall await waste profiling analytical
results. The ENGINEER shall collect soil samples for determination if
the soil is suitable for onsite use as backfill. The ENGINEER shall
provide analytical results indicating disposal requirements within 10
days of obtaining the characterization sample(s). After
characterization is complete, the ENGINEER will direct the CONTRACTOR
to dispose of the excavated materials at an appropriate facility or to
use the soil as onsite backfill.
C. Excavated overburden soil shall be placed in constructed stockpiles in
accordance with Subpart 3.7. Additional area to accommodate stockpile
material may be approved at the discretion of the OWNER.
D. CONTRACTOR shall take necessary precautions to prevent mixing of
overburden soils with contaminated soil.
3.7 STOCKPILE CONSTRUCTION
A. Stockpiles shall be constructed at the location indicated on the
Contract Drawings.
B. Stockpiles placed over surfaces other than concrete or asphalt shall
be underlain with 10 -mil plastic sheeting or approved equal. Before
placing liners, the CONTRACTOR shall clear the existing ground surface
of debris and sharp objects.
C. Stockpiles shall be constructed to allow access to all portions of the
site.
D. Stockpiles shall not exceed 15 feet in height.
E. Stock piles shall be covered using liners meeting the following
requirements:
1. Stockpile cover materials shall be plastic sheeting.
2. The cover liner shall be free of holes or other damage to prevent
dust generation.
3. The cover material shall be anchored and ballasted to prevent
removal or damage by wind.
F. The CONTRACTOR shall cover stockpiles overnight, during high winds or
precipitation events, or as directed by the ENGINEER.
G. Erosion control shall be constructed around stockpiles to prevent run-
on and run-off.
3.8 CONTAMINATED MATERIAL TRANSPORT AND DISPOSAL
A. The CONTRACTOR shall transport all excavated soils designated for
disposal to an appropriate RCRA Subtitle D landfill. The soil shall be
transported by a properly licensed hauler operating in compliance with
Washington State Department of Ecology Dangerous and Hazardous Waste
Requirements, WAC 173-303 and USDOT hazardous and non -hazardous
materials requirements.
B. The CONTRACTOR shall load the contaminated material onto trucks in a
manner that prevents spilling or tracking of contaminated soil.
0818 02 01 / Tiger Oil Site Remedial Action 02 61 13 - 4 EXCAVATION & HANDLING OF CONTAM SOILS
C. Loose material that falls onto the truck exterior during loading shall
be removed before the truck leaves the loading area.
D. All truckloads of contaminated soil shall be tarped prior to exiting
the site.
E. Any material collected on the ground surface in the loading area shall
be placed back into the truck.
3.9 TREATMENT APPLICATION
A. Upon reaching the vertical extent of excavation defined in the
Contract Drawings, the ENGINEER will be consulted regarding
application of treatment materials at the excavation base.
B. Following ENGINEER approval, CONTRACTOR shall apply Regenesis RegenOx®
and Regenesis Oxygen Release Compound Advanced (ORCa®), or equivalent
approved by ENGINEER, by mixing into backfill in accordance with
Manufacturer's instructions at depths indicated on the Contract
Drawings.
C. Treatment materials shall be applied and mixed into the backfill at
rates consistent with the ENGINEER's direction. Total treatment
material required is:
1. Regenesis RegenOx® Part A (Oxidizer Complex), or approved
equivalent - 8,300 pounds
2. Regenesis RegenOx® Part B (Activator Complex), or approved
equivalent - 3,600 pounds
3. Regenesis ORCa®, or approved equivalent - 2,600 pounds
3 10BACKFILL
A. Excavations shall remain open until the ENGINEER provides the
CONTRACTOR approval to backfill. CONTRACTOR shall be responsible for
survey of the final excavation extents prior to backfill.
B. CONTRACTOR shall install a groundwater treatment system per Section 02
52 00 and the Contract Drawings during backfill activities.
C. The bottom one foot of the excavation extents shall be filled using
approved, clean backfill material specified in SubPart 2.1.A.3.
D. The excavation extents shall be filled using approved, clean backfill
material, Part 2.1.
E. Backfill shall be placed in maximum 12 -inch lifts. Placed fill shall
be moisture conditioned prior to compaction.
F. Once processed and moisture conditioned, each lift shall be compacted
using a minimum of three passes of a Caterpillar 825 or equivalent.
G. All excavations shall be backfilled and finish graded to match
surrounding existing grade.
3 11 FINAL SURFACE
A. Final surface shall consist of 6 inches of 1-1/4 inch minus crushed
rock, or 2 -inch thick asphalt concrete pavement directly overlying 6
inches of 1-1/4 inch minus crushed rock at locations indicated on
Contract Drawings.
B. Moisture condition crushed rock prior to compaction.
C. Crushed rock shall be fine graded to approximately meet the prior
existing grade and compacted with a minimum of 3 passes with a
vibratory smooth drum roller.
0818 02 01 / Tiger Oil Site Remedial Action 02 61 13 - 5 EXCAVATION & HANDLING OF CONTAM SOILS
D. Asphalt concrete shall be placed in accordance with relevant AASHTO
standards
E. Parking striping shall be placed on asphalt concrete pavement
consistent with parking striping alignments existing prior to
construction.
-- END OF SECTION --
0818 02 01 / Tiger Oil Site Remedial Action 02 61 13 - 6 EXCAVATION & HANDLING OF CONTAM SOILS
PREPARED FOR:
CITY OF YAKIMA
SEC. 26, T. 13 N., R. 18 E., W.M., YAKIMA COUNTY, YAKIMA, WASHINGTON
VICINITY MAP
LL I SHOWN ON THE PLANS PLANS
ILDINGS TANKS ,AULTS POC EPIES
SEP -RATE PEvIEV AND APPPO AL
CONSTPUCTION
TALL BE ON THE JOB SITE WHENE. cP
NSIBILIT' IC OBTAIN ALL
1IT5 NECESSAP TC PEPFORI 1 THE
ALI CONSTRICTION STA, INC
H- 0 BE PR. TECTEL. FF.'
THE CONTRACTOR SHALL BE PESPONSIBLE FOR PPCVIDINC ADEQUATE
SAFEGUARDS SA FET• DEVICES PROTECTIVE EQUIP'.. ENT FLAGGERS • NC
AN; OTHER NEEDED ACTIONS TC PPOTECT THE LIFE HEALTH ANC SAFET
OF THE PUBLIC ,NC TC PROTECT PROPEFT , IN COQ 'VECTION WITH THE
PERFORMANCE OF WORT COVEPEC B1 THE CONTPACTOF ALLTPAFFIC
CONTROL DPJICES SHALL CONFORM TC THE LATEST ADOPTED EDITION OF
THE MANUAL ON UNIFOPM TRAFFIC CONTPOL DE, ICES' I� IUTCDO
PUBLISHED E , THE U S DEP4PTME,JT OF TPANSPOPIATION
TPAFFIC MUST BE MAINTAINED ,T AU. TIMES ON THE ADJACENT PUBLIC
STPEETS
14 -.N PUBLIC 01161. ATE CURr GUTTER SIDE. RL' - PH, 0 L .'.i .1
DUPINC LONSTRUCTIO.J SHALL BE "EPA IRK TC CJT OF -, L A
T.. ..,APT . IL 1'.'rIC F'
i
•
X14.
NOT TO SCALE
44,
1?
DRIVEWA T FOP RESIDENTS INC BUSINESSET ADJACENT T^_ THE PR^_JECT
ISHEET INDEX
m ALL LAW', ANC O EGET ATED AREAS LISTURBEC 0001 BF °ESTOREC T"
ORIGINAL CONDITION AN DISTUPBANCE OP DA, GE TC OTHER
PPOPE°T JACENTARCEL Dc 11' THE PUBLIC RIGHT CT N.
..LSC BE PEPAIRED OF RESTOPEC TC OPIGINAL CONDITION
HLF'
N. TV',' W"TF
1A5TEF I FC,161
B. 0IIIX .^
E, '40 6 NT10I- DEI. d'✓I A;
t'I !TFOL UET'-n
F '11^,'PLA,'
ATI0r5 PROFILES
.TPA DINC PLAN
..r. E,1 -_T10 151'O c LLEP
PHU-101101' G',LEEP °POrlLt'
CRICER DET.- IL'
'I'PF..CING 1' A1'
GER OIL WEST NOB HILL
CITY OF YAKIMA
YAKIMA WASHINGTON
PROJECT
16.0
DESIGNED 1
DRAWN
CHECKED 1.
SCALE
SCALE AS NOTED
SHEET TITLE
THE
Ir'
THE
,TF
TF
LED
CT
_4
ALI
;E
IJ
DN
UTS
.ND
.L
AGE
THE
T.tr ILL[ ;-IL .
r. ECr 1HEEJ.1'EH
-1.1. FF EF r 1 . EF'" -HT '' r'.'FI HI r ,t Ir 11
E . ENT
I., 'FE'•,.IE'E ,T._ .•I,If EF ._' ":H -L1', E:.;F'':F1.I'II1 T Ti. ' ,
THE r1-0 51 1 F=H.TF:Fb- -i= '-TI_-HEETI'' ,r5- ..HI'.- THsr
FFF...EL E- >UFE•
F 31 EII!LET:L'',T`'F" SEG .TE' H 'L EE PF! TE_ TEE THS " HT HF'^E".F rrF '.ET
h 'LET PP .TE TF^It"FE; . LL r !LET uF''TF''TY sE. "FE - FE i, FErE-.' 5L Ir'; PH. TEL - IL
1.1 -I''1 -It 'EC r •',PECEr
�EJEF,LSEDIt.SENT FE' ICTE_
1 FILTEF .+ B51. sHA LI Bt FUF'1 H A:EL I'.r. iLLC: l)1 TC; THF LEN CTH'T' THE E.„r181 T:
4 G '.ISE OF JO,' ITS WHEN 1011'7 APE 'ECESSAP' FILTEF CL:'TH SHALL BE SPLICED TOGETHEF rJL* =1
SUPPORT P0TT WITH r 1 'CFI 0, EFTA, ANC BCTH ENDS SECUPEL; FA: TENEC TC THE 1-`);--1
THE FILTER FA 8510 FE, ICE sH6 IL BE SJSTA LLEL TC FOLLO'4 THE CONTO"RS WHERE FEAaIBLE THE
FENCE POSTS SHALL BE SF ACED A MA xIMUM OE F FEET 45-0 ANC £5080 SECUREL, S ITC THE:SFO"1JC A
MINI' SUM OF "4 INCHES
3 WHE' STA NEAPE STPENGTH FILTEF FABPIC IS J5E5 A WIPESUPPOFT FENCE;H-'LL BE 6, STE,IEC
SECUREL', TC THE UPS! OPE SIDE OF THE USING HE'- v _ECT, W IRF'TA FLES AT LEA-jT I IN._ H L ' I:, TIE
WIFE OF HCIC 51113S THE WIRE SHALL ETENC II -ITC THE TRENCH 4 MITJIM'Jtot OF 4 I'JCHES ,107 -
FvTE1C MOPE THA'13L INCHES APO ETHE 5;610,4L G50''05 ATEA CE
4 THE STA 05' PC TPENGTH FILTEF FA BRIO SHA,L BE STA PLED OR WIPED TC THE FENCE Ai IC C FICHE'
Q6 THS 5-3115 1H4' L 55 E'TEND8C 4, '1 THE TPENCH THE FABPICIH4LLNO1e`TE, 'L'^GRETHr3L
INCHES BC',E THE ORIGINAL GROUND AIRFr.CE FILTEF Er BRIO SH -LL NCT BE;T•. F' ED TC TPEES
3EDIME,ITFENCES 'N4LLBEPEMO.EC ANE6.'THE EELTHEIF'JSEF'ILr'L'FFOSE -'JC -1THE
ENGINEER F DIPECTIO'J
r SEDIMENT FENCES SHALL BE INSPECTED B. THE COI'TF'r.CTOF IMMEDIATELI '-FTEF EACH 6 IIJF-LL
ANE 4TLEArl 41L1' DURINC PROLONGED FAINFALL REOUIPED FEF'AIR`SHALL BE MADE
I'451EC
I- TEL;
COI!STPUCTION SPECIFICATIONS
SILT FENCE THIS SEDIMENT BA PRIER; UTILLES STAHEL aTFo'GTH OF Er TE ;TRE''.',TH' NTHET,C
FILTER FABRICS IT IS DESIG,1ES FOP SITUATIONS 85 WHICH 33- SHEET OR 0vEPLA.NE FLOWS A PE
E'PECTED
C THE HEIGHT OF 4 SILT FENCE SHALL NOT E> CEED 3C INCHES IHIGHEF FENCES MAT IMPOUND
,OLUMES OF WATER SUFFICIENT TC A.USE FAILURE OF THE STRUCTURE)
c 4 MINIMUM 4 INCH WIDE El 4 INCH DEEF TRENCH SHALL BE ExCA DATED ALONG THE LINE OF
POSTS AND UPSLOPE OF THE BARRIER
o THE TRENCH SHALL BE BACKFILLED WITH NATIVE SOIL
8 MAINTENANCE'
o SHOULD THE FABRIC ON A SEDIMENT FENCE DECOMPOSE OR BECOME INEFFECTI4E PRIOF TO THE •
END OF THE EXPECTED USABLE LIFE A ND THE SEDIMENT FENCE STILL BE NECESSA Pt THE FABPIC
SHALL BE REPLACED PROMPTLY
8 SEDIMEI if DEPOSITS SHALL BE REMO.. EC 4FTEF EA CH STOPM FEt ,T "05 w HEN DEPO"ITS PEACH
APPPDXIMATEL, ONE HALF THE HEIGHT OF THE BA PRIER
C. 4IJ r SEDIMENT DEPOSITS REMAINING IN PLACE A FTER THE SEDIMENT FENCE IS NC '_ONGER
REQUIRED SHALL BE DRESSED TO CONFORM WITH THE EXISTING GRADE PREF A RED ANC SEEDED
F 1 -
Fr. T..0 '
,E._ H_ 11'17 IEn'f til 5E1E
I!_ TF TI TI IT'F
w z
PROJECT
DESIGNED. +LE
DRAWN » .[
CHECKED . ,.
SCALE
SHEET TITLE
V CIC/ 1 CLCrrIVINC 3 1 IVIDVL3
30L DESCRIPTION
PROP
GAS F 1ETER
GAS VALVE
PAD MOONTED
TRANSFOR11EP
POWER VAUL'
TRANSMISSION
TOWER
UT)L'TV POLE
UTILITY POLE
ANCHOR
TELEPHONE
RISER
TELEPHONE
VAULT
LIGHT POLE
JRVEY SYMBOLS
OL DESCRIPTION
FOUND/
PROP
•
s
7R CONTOUR
.R CONTOUR
N PIPE
EWER PIPE
IT
1URFACING
;FACING
ANGLE POINT
BENCH MARK
BLOCK CORNER
IRON PIPE
MONUMENT
OWNERSHIP TIE
SECTION DATA
SECTION CENTER
SECTION CORNER
QUARTER CORNER
SIXTEENTH CORNER
CLOSING CORNER
MEANDER CORNER
WITNESS CORNER
SOIL BORING
SPOT ELEVATION
r-
VV/'\ILI\ .) I IVIUL.JL.)
SYMBOL DESCRIPTION
EXIST PROP
052 PL JG
• COUPLING
GJARD POS' BO, -AR:
118 REDUCER
THRUST BLOCK
WAT00 METER
• DOJBLE CHECK V.1 VE ASSEMBL'
• FIRE HYDRANT
• HIR RELIEF
BLOW -OFF VALVE
CHECK VALVE
GATE VALVE
BENDS
90 DEGREE BEND
45 DEGREE BEND
22 5 DEGREE BEND
1, 25 DEGREE BEND
VERTICAL BEND
TEE
} CROSS
SANITARY/STORM SEWER SYMBOLS
SYMBOL DESCRIPTION
EXIST PROP
•
SAN SEWER CLEAN OUT
SAN SEWER MANHOLE
STORM DRAIN CATCH BASIN
STORM DRAIN CULVERT
STORM DRAIN MANHOLE
DRY WELL
AREA DRAIN
PROPOSED GRADE MAJOR CONTOUR (5111' INTERVAL)
PROPOSED GRADE MINOR CONTOUR (1 0 INTERVAL)
PROPOSED STORM DRAIN PIPE
PROPOSED WATER PIPE
PROPOSED SANITARY SEWER PIPE
PROPOSED AC PAVEMENT
PROPOSED CONCRETE SURFACING
PROPOSED GRAVEL SURFACING
PROPOSED BUILDING
PROPOSED FENCE LINE
ERLINE PROPOSED ROAD CENTERLINE
7/77"
1- ii //
X X X
L,f-1/-\ININCLIL/11 )VIN J T IVIDVL3
SYMBOL DESCRIPTION
EXIST PROP
•
BIKE PA'
.AND550 SvL'8.+,
5'OP
RASED MARKERS
LANE MARKERS TYPE-
ANE
YPEANE MARKERS TYPE 1
SIGN
MISCELLANEOUS SYMBOLS
A
ax
SYMBOL DESCRIPTION
EXIST PROP
SOC TIO.
Ur1BEF
O MONITORING WELT
O INLET PROTECTION PILLOW
Ega CONSTRUCTION ENTRANCE
D'TAIL
NUMBEI
SECTIO.' ) DETAIL
REFERENCE - PEFEPEI-K.E
SHEET SHEE
PCA L SECTION C 'LLOUT TY PICA L DETAIL C' LLOIT
PROPOSED SEDIMENT FENCE
PROPOSED FLOW DIRECTION
PROPOSED GRADE BREAK
PROPOSED DITCH FLOW LINE
PROPOSED COMPOST SOCK
PROPOSED PAINT STRIPE
PROPOSED TRUNCATED DOMES
EXISTING FLOW DIRECTION
EXISTING OVERHEAD POWER
EXIST TNG UNDERGROUND POWER
-
2
TIGER OIL WEST NOB HILL
CITY OF YAKIMA
YAKIMA WASHINGTON
PROJECT )8
DESIGNED)
DRAWN
CHECKED
SCALE
SHEET TITLE
E ISL4ND
15
MW \1/4
5 09`55 35 E
'54.4
40 X
K.AW
VACANT BUILDINC
MW
8Ye
Tiff PET)
GJY
POWER POLE
RETAINING WAL.
FENCE
24LOCKED LID -
t
z—
7
t-Ptt tPTE T` .1—
'
hi EL
E,,,T URA,'
22
DRY WELL ITYP')
Km, 24
POWER POLE AND—
GL,Y LINE ITYP)
YARD LIGHT ;,
e la
TIGER OIL WEST NOB HILL
CITY OF YAKIMA
YAKIMA WASHINGTON
0
PROJECT 01 t J
DESIGNED LE
DRAWN
CHECKED -r
SCALE
201
f'r.707EZ'l.r.r
:HEFT LA,U.'
SHEET TITLE
.1 FENCE OR COMPOST SOCK
E DETAIL C. SHT C3 1
��--���-��--����—�����DEMOLISH EXISTINCIPUMP ISLAND
MID
KMW
SA WCUT ASPHALT
I
I
I
DEMOLISH E 6TING BUILDING
I
I
.REMC)tE OVERHEAD LIGHT
DEMOLISH EXISTING PUMP ISLAND
DEMOLISH EXISTING PUMP ISLAND
DECOMMISSION MW 15
1
I
DECOMMISSION KMW
DEMOLISH EXISTING
G WALL AND FENCE
RETAINING
DECOMMISSION UNKNOWN STRUCTURE
M11.11.117111.11111.—
DECOr ;MISSION MW I1 /
REMO.EPOWERPOLE—
CIT' TC COORDIN4TE WITH UTILT
TC DEACTIvATE SEP, ICE
keMC• E POWEF POLE—
CA 1C COOPDINATE WITH
UTILIr T. DEA.:11,ATE SE° CE
EXISTING EDGE OF PAVFMEN'
EXISTING EDGE OF RETAINING WA-.
EXISTING OVERHEAD POWER
EXSTING OVERHEAD TE.EPHONE
EXISTING UNDERGROUND GAS
EXISTING UNDERGROJNO POWER
S.' FENCE COMPOS' SOCK TO BE INSTA„E3
If MIN ION INN MIMI MI EXCAVHTI ON EXTENT SAWCIT_ INE
DECOMMISSION MW 8
DECOMMISSION MW 7
DECOMMISSION KMW 22
BUILDING TO BE DEMOLISHED
EXISTING POWEP POSE
EXISTING STREET LIGHT
EXISTING BUILDING
ONSITE ASPHALT
ONSITE CONCRETE
•
b, 25
TIGER OIL WEST NOB HILL
CITY OF YAKIMA
YAKIMA WASHINGTON
PROJECT r6L
DESIGNED. . E
DRAWN 3 LF
CHECKED
SCALE
DRAWN( NO, ,NE INCH Oe
SHEET TITLE
-.FEL
INSTALL C OT"POST LOC' 0= SILK FENC E.
ATIIt.B^F ST. FC r PILE PEA
SEE LETAIL, E F 1 THI` SHEET
FE' ENT vIEw
N,SIF NTH END' 11 iEPIE EN FEN'.E
P ASTNNRE 1 11L IF TRAPPE[
INIf I FE
F K1,
C SILL FENCE DETAIL
C2 0 NIT
r IFw
PERIMETER PLAN VIEVv DETAIL
F STOCKPILE EROSION CONTROL DETAIL
031 /T
SIDE NIFw
BPI1 h -TT' )M 11 FILIEF F »BPI: MIN
v EFT!' rLI RFL 'N LL
FIF PINE N. FTEEL FENL 1 TF
All HEEL FPF1 ML IN FI'. LLE(
'1PHI11 TIDE 1 N .PE
,r• i.' 11. I fro It .'ll '. FE 'E
FILIEF;' BPI. TPFN -11
FII FEN 1 /: pi. LI BI I;'1T LLEL >N NT OF
21 -IA
CITY OF YAKIMA
PROJECT
DESIGNED L nF
DRAWN F,FE
CHECKED
SCALE
DRAW NG NO1 10 SC,,LE
SHEET TITLE
IT
1
I
- - -
L—
II
{�
T
--1I
NC
1
,1.1111
IIIA
14 bGi
s' HC'
1 15 SLOE f 4A t
CR. TC REtTIO• E—
SEPvICETC POWER
POLE PRIOF Tr'
E+CA .TION
i I ISSL/OPE MPS
11,
1.41-11. SC: IL
Fes.E
—1I4LIT TT '
1/1'9-h'.dr,
LENF 0..'Ce
—P,!'TEC E I`TIN. P114714
•EE ?.•I1 `HT
-7
P1,
14 HC,
_//
TIGER OIL WEST NOB HILL
CITY OF YAKIMA
YAKIMA WASHINGTON
PROJECT 4 0.4
DESIGNED - �e
DRAWN
CHECKED -
SCALE
Ic
zr
,11E 641111, ME 14
SHEET TITLE
b'/) FILL F11•
WITH )PC
R 1_ BG'
h-. i FILI
11 re ITH
PE'Thi• 21.
2'- IL b"
WANE . I
-IED GROUND SURFACE
00
095
1095
1085
1085
107
ANTICIPATE[ E%A• ATI' N
:ONE
5 H
A.ATION :SNE
NOTE'
1A INTAIN MINIMUS 1 FOOT HORIZONTAL DISTANCE PROF s FOUNDATION EDGE TC
E CA. ATION DA; LIGHT
_ MONROF ACJ..CENT STRUCTURE 5 PERFORMANCE DUPINC E .`-^+• OTIO11 FOP AIC iIT OF
SETTLEMENT CF,C• ING SLOUGHINC OF DTHEF C3 DITIONS WHICH i -Ih CAUSE BUILD1. 10
DI°TPEST
3 NOTIF A. LJA CEM OWNERS 35 LL CONSTPUCTI3N .:CTI. RIE; AIDC - ERIE CoNSTRU._TI:GN
WILL NOT IFIPACT DW NEP! CURRENT OF F'TTL'PE BUILDINC 05E0
CONDUCT 4 PPE-CONSTPUCTION SUP, E, GF A OJA.CENT PROPER! ,LITH PFOPERI.AWNE,
r
:114
TIGER OIL WEST NOB HILL
CITY OF YAKIMA
YAKIMA WASHINGTON
PROJECT It.�
DESIGNED ^, t
DRAWN J E
CHECKED
SCALE
SCALE AS NOTED
SHEET TITLE
SLOPE TO
1EE 3FDE
, .......
-7
\ - /
\ /
\
/
TIGER OIL WEST NOB HILL
CITY OF YAKIMA
YAKIMA WASHINGTON
PROJECT
DESIGNED LE
DRAWN LE
CHECKED L.,E
SCALE
IO 20.
SHEET TITLE
/-4.
>(H 4( F., PIPE
—DISPERSAL PUIN] ANC ;.LEAN �;UT
INJECTI JN P: INT—i
f PC PISEP
—3C Lt., DIA L 403-4LOTTEC
SCH 4, E C PIPE
3C LF 4•' Din, 6.003-SLOTTEC —
SCH 4C PVC PIPE
1
L 4' DIF —�
SCH 4( P+C PIPE
—DISPEPSAI POIN1
"TIL,T-
,.�..I�:TrI.' , Y. Lt.l-',', t
—INJECTION POINT
4 P' RISE4
/
/
/
/
/
i
/
/
/
/
/
/
/
TIGER OIL WEST NOB HILL
CITY OF YAKIMA
YAKIMA WASHINGTON
:1:
PRGJEC1 x1L,
DESIGNED _E
DRAWN _ .F
CHECKED L�
SCALE
a
zr
SHEET TITLE
30
095
1090
— 1085
—F T FI 10 TP.I
FE c1 i H
1 HEFT,
(L - D 1, TTF(
H 4 P , PIPF
—" LOT' • .,SHEC JP I5F ELC P.
/—POIN1 OF INJECTION
SEE DETAIL 1 SHT
O11v INYL /
10 MIL MIN /
.003 -SLOTTED /
PIPE
5
U` ASHEC DRAINFIELL ROC.
0C
1095
1090
1080
1075
1100
1095
1090
1085
1080
1075
Elevation (Feet)
1075
— 1 T1
'•
E 'T 11 i '
r —
H 40 .0 PIPE
10, vv, .HEC OP' INFIELD NC, 1
• ITh
1 c-1 HC'-
Station IFeell
Pk: FILE ,EA 75 -TIC t' Ii-OFILTR ATI :>N C<LLEF•
NT'L SCALE 1' _ ..ALE 1 =
.'ERTICFL E5FGGEPATICI.1
I. .FILTkv.ToJ,+.,,.LLER1 3 PROFILe .IEh
G6 1
8 5 8C'.
,A IN
POLI ETH LONE SHEETING if: -Mil MIN
3OLF 4' DI- ( 00; SLOTTED SCH 40 P,C PIPE
ASHEL DF AINFIELE HO( r
- 1080
10'5
TIGER OIL WEST NOB HILL
CITY OF YAKIMA
YAKIMA WASHINGTON
PROJECT k
DESIGNED , •- e
DRAWN - w1
CHECKED - _Lv
SCALE
SCALE AS NOTED
SHEET TITLE
OF LIEA
24
CASs IRON FLANGE
FINISHEC GPOUNG SUPFACF---L„
PROFILE PIE \
SLOPE
LOCKING ! PLUG
POIN1 OF INJECTION DETAILC�� NTS
CAST IPON CA F
rHICI (MIN 1 PEINFOPCED CONCRETE PAD
.o' DIA GAL` STEEL aJLi
4" DIA SCH 40 PVC CASING
C E'TH
F'H
SUBGRADE
1 I TYPICAL GRAVEL LAYDOWN SECTION
SCALE NTS
HMA CL " PC 64-2E AC PA x EMENT
' MIN DEPTH CRUSHEC SURF AC AC
BASE COURSE COMP = 05%
SUBGPA DE COMP .a 02%
r2-) ASPHALT CONCRETE SECTION
SCALE NTS
LEGEND
=MI iMIM
U
E xCA v ABIOS EXTENT !SA WCUT LINE
GPA VEL LA l DOWt '
A( PA.EWENT
ExISTING'C P- EMENT
1
1
1 INTERIM REMEDIAL ACTION PLAN
� AND ENGINEERING DESIGN REPORT
' FORMER TIGER OIL SITE
2312 WEST NOB HILL BOULEVARD
YAKIMA, WASHINGTON
1
1
1
1
1
1 Prepared for
CITY OF YAKIMA
1 December 22, 2014
Project No 0818.02.01
1 Prepared by
Maul Foster & Along, Inc.
1329 N State Street, Suite 301, Bellingham 1d/_Y1 98223
1
1
1
INTERIM REMEDIAL ACTION PLAN AND ENGINEERING DESIGN REPORT
FORMER TIGER OIL SITE
2312 WEST NOB HILL BOULEVARD
YAKIMA, WASHINGTON
The Urate/7al and (luta 111 this plan mere prepared
ander the superineron and dlrettion of the rindelsigned
MAUL FOSTER & ALONGI, INC
I'cn I/j,
I/an, LI -IG
Senior F-ly(h-ooeolo,lsl
V1uhue/S1r/// er, .9ICP
Prefect IT /l/nronmenta/ Planner
R.\081 4.II2 (.ne of 1 alo ma\Rclxrrt\111_2014 12.22 Remedial \ crli Plan\I ii;cr ( til Remedial \coon Plan.dhK-x
I iistiliL. 01/26,p.J
P/7napal E:u neer
PAGE 111
CONTENTS
ILLUSTRATIONS V
ACRONYMS AND ABBREVIATIONS VI
1 INTRODUCTION 1
2 SITE DESCRIPTION AND OVERVIEW 2
2.1 LOCATION AND BACKGROUND 2
2.2 OVERVIEW OF HISTORICAL OPERATIONS AND IMPACTS 2
3 SITE CONDITIONS 3
3 1 GEOLOGY AND HYDROGEOLOGY 3
3.2 ENVIRONMENTAL CONDITIONS 4
4 PROJECT ORGANIZATION AND SCHEDULE 4
4 1 PROJECT ORGANIZATION 4
4.2 SCHEDULE 4
5 INTERIM REMEDIAL ACTION ENGINEERING DESIGN 5
5 1 MOBILIZATION AND SITE PREPARATION 6
5.2 EROSION AND SEDIMENT CONTROL 7
5.3 STORMWATER SYSTEM MODIFICATIONS 7
5.4 DEMOLITION 7
5.5 SOIL EXCAVATION AND MANAGEMENT 8
5 6 BACKFILL, COMPACTION, AND FINAL GRADE 14
5 7 GROUNDWATER 15
5.8 SOIL GAS 15
6 INSTITUTIONAL CONTROLS 15
6.1 SOIL 16
6.2 GROUNDWATER 16
6.3 SOIL GAS 16
6.4 STORMWATER 16
LIMITATIONS
REFERENCES
FIGURES
APPENDIX A
SAMPLING ANALYSIS PLAN
APPENDIX B
HEALTH AND SAFETY PLAN
APPENDIX C
CONSTRUCTION SPECIFICATIONS PLANS
R.\11818.02 (,itv of Yakima\Report \01_2014 12.22 Remedial Action Plan \Inger Utl Remedial \ctlon Plan.d<,cx
PAGE IV
ILLUSTRATIONS
FOLLOWING REPORT
FIGURES
1 SITE LOCATION
2 SITE FEATURES
3 LNAPL AND DISSOLVED -PHASE PLUMES
4 PROPOSED REMEDIAL ACTION ELEMENTS
5 WATER TREATMENT SYSTEM PROCESS FLOW DIAGRAM
12.\0818.02 (.rtv u1 aktma\Report\01_201}.12.22 Remedial \ction flan\ l'agur (n1 Remedial 1cu n ]'lan.docx
PAGE V
ACRONYMS AND ABBREVIATIONS
bgs below ground surface
CAP cleanup action plan
the City City of Yakima, Washington
COC chemical of concern
CUL cleanup level
DID drainage improvement district
Ecology Washington State Department of Ecology
EO enforcement order
GAC granular activated carbon
GWE groundwater extraction
HASP health and safety plan
ITIS indicator hazardous substance
IRA interim remedial action
MFA Maul Foster & Alongi, Inc.
MTCA Model Toxics Control Act
New Tiger Tiger Oil Corporation
ORCa Regenests Oxygen Release Compound Advanced
OWTS on-site water treatment system
PCS petroleum -contaminated soil
Plan remedial action plan and engineering design report
the Property 2312 \Vest Nob Hill Boulevard, Yakima, Washington
PVC polyvinyl chloride
QA/QC quality assurance and quality control
RCRA Resource Conservation and Recovery Act
SAP samphng and analysis plan
the Site Ecology Facility Site No 469, Cleanup Site No. 4919
SVE soil vapor extraction
TPH total petroleum hydrocarbons
UST underground storage tank
VOC volatile organic compound
R.\0818.112 City of Yakima \ Report \01_2(114 12.22 Remedial Action Plan\'l Iger t. )tl Remedial \cnon Plan.docx
PAGE VI
1
INTRODUCTION
On behalf of the City of Yakima (City), Maul Foster & Alongi, Inc. (MFA) has prepared this interim
remedial action (IRA) plan and engineering design report (Plan) for cleanup actions to be conducted
at the former Tiger Oil facility at 2312 \Vest Nob Hill Boulevard, Yakima, Washington, Washington
State Department of Ecology (Ecology) Facility Site No. 469, Cleanup Site No 4919 Throughout
this report and consistent with Ecology definition, the term "Property" is used specific to the real
property located at 2312 \Vest Nob Hill Boulevard, and "Site" is used specific to where
contamination resulting from former operations at the Tiger Oil facility has come to he, irrespective
of property boundaries. The Property operated as a retail gasoline station from 1978 until 2001,
when operations ceased. Several fuel releases at the Property, including a leaking product line to a
gasoline dispenser identified in 1981 and a leak in a riser leading to a gasoline dispenser identified in
1983, resulted in adverse impacts to soil and groundwater at the Property and adjoining parcels to
the east, south, and southeast. This Plan has been developed to provide details for the preferred IRr1
to address ongoing impacted soil and groundwater, and to ensure that IRA work is conducted
consistent with Ecology requirements Supplemental remedial action is anticipated to complete site
cleanup
For efficiency, the t'vo elements of this Plan (i.e., the IRA plan and the engineering design report)
have been combined to address the requirements of both documents, thereby removing
redundancies where the requirements are the same The Plan defines the approach for
implementation of the preferred alternative described in the Amended Cleanup Action Plan (CAP)
(Ecology, 2014) and includes the following Ecology -required elements, consistent with the
requirements of Washington Administrative Code 173-340-400 and 173-303-410
• A brief site operation history and site characterization (Sections 1 and 2), including
attached maps and figures identifying existing site conditions as well as locations of the
proposed cleanup actions.
• Contaminants and contaminated -media characteristics, as well as samphng specifications
(Section 3)
• Project organization and schedule (Section 4)
• Proposed IRA tasks consisting of excavation and removal of petroleum -contaminated
soil (PCS), including from the smear zone at accessible areas, dewatering the excavation
pit to access and overexcavate PCS; in situ bioremediation, installation of an infiltration
gallery for future groundwater treatment, if needed, backfilling/compacting the
excavation pit; and final grading tasks (Section 5)
• Institutional controls required for soil, groundwater, and soil gas (Section 6)
• Construction plans and specifications detailing the work to be performed; a health and
safety plan (HASP); and a sampling and analysis plan (SAP) that incorporates quahty
assurance project plan elements. These documents are provided as appendices to this
Plan.
R.\0815.02 City of 1 akima\Report \01_2014.12 22 Remedial Action Plan \Tiger Oil Remedial Ac on Plan.docx
PAGE 1
Z SITE DESCRIPTION AND OVERVIEW
2.1 Location and Background
The physical address for the Property is 2312 \Vest Nob Hill Boulevard in Yakima, Washington (see
Figure 1) The Property, a 0 52 -acre, rectangular parcel (tax assessor parcel number 18132642051), is
bordered by West Nob Hill Boulevard to the north, a Safeway Shopping Ccnter parking lot to the
east and southeast, the Xochimilco Mexican Restaurant to the east, the One Love Smoke Shop to
the south, and South 24th Avenue to the west (see Figure 2) The Property is zoned Local Business
District (13-2) and is located in section 26 of township 13 north and range 18 east of the Willamette
Meridian. The former gas station's three pump islands and its associated canopy were removed by
2001 The only remaining structures at the Property are the former convenience store and the base
of the former attendant booth for self-service payments The ground surface is asphalt paved, with
Little vegetation present. The Property is currently vacant.
2.2 Overview of Historical Operations and Impacts
The Property was operated by the 'Tiger Oil Company as a retail fuel station until it was purchased
by Tiger 00 Corporation (New Tiger) in 1987 New Tiger operated the Property as an Exxon -
branded fuel station and convenience store from 1987 until 2001 All commercial operations ceased
in 2001 and the Property has since remained vacant (TerraGraphics, 2013) The fuel station
comprised four underground storage tanks (USTs) (one 20,000 -gallon, two 10,000 -gallon, and one
8,000 -gallon tank) and associated product fines The system was used for bulk petroleum storage and
distribution Figure 2 shows the layout of remaining features of the former fuel station including the
former attendant booth and convenience store as well as current adjoining businesses
In April 1981, volatilization of petroleum products in a drainage improvement district (DID) storm
drain line adjacent to the Property resulted in an explosion and triggered an investigation by the City
and Ecology to test the Property's US T system (Ecology, 2014) During the investigation, it was
determined that a leak in the product line of the UST system had impacted the surrounding soil and
groundwater at the Property and adjoining properties The leak in the UST line was determined to
be the source of the petroleum products found in the nearby DID line. Ecology issued a Notice of
Violation and Enforcement Order (EO), No. DE 82-517, to Tiger Oil Company, requiring recovery
of free product from the Site (Ecology, 2014)
It was estimated that approximately 20,000 gallons' of petroleum -related product was released from
the Property's UST system in the early 1980s (Ecology, 2014) Several recovery wells were installed
by early 1983 at the Property and on adjacent parcels to the east and south By March 1984,
approximately 16,000 gallons of free product had been extracted from the recovery wells
(Kleinfclder, 1994)
' Based on remedial actions, Ecology staff believe actual volume of release may have been greater.
R.\0511012 i.ita of aktma\Report \Ill_201,1 1222 Remedial Action Plan \Tiger Ui1 Remedial Action I'Ian.docx
PAGE 2
In March 1990, Ecology issued EO No DE 90-C140 to New Tiger and Federated Insurance,
requiring site stabilization and a remedial investigation and feasibility study for the Site (Ecology,
2014). In 1991, a site hazard assessment was conducted, resulting in a hazard ranking of 1 (with 1 as
the highest risk and 5 the lowest risk)
In August 1995, soil vapor extraction (SVE) and groundwater extraction (GWE) systems began
operation to collect free product, impacted groundwater, and soil vapor on the Site as well as to
mitigate off-site migration of dissolved -phase gasoline -range total petroleum hydrocarbons (TPH)
and free product. however, the SVE and GWE systems were limited in scope and did not
adequately target areas of free product present on the Site. Ecology concluded that the SVE and
G\VE systems were not representative of final cleanup actions for the Site (Ecology, 2014) Figure 3
presents the layout of several SVE piping systems at the Site.
In October 2004, New Tiger and Federated Insurance entered into a Consent Decree with Ecology
requiring implementation of Ecology's 2004 Amended CAP In December 2004, the USTs and their
associated piping, along with approximately 650 cubic yards of impacted soil around the UST
system, were removed from the Site. Two trenches were dug in the vicinity of the UST's to
determine the amount of free product, if present, at the top of the water table at the Site. Free
product was encountered, and an additional SVE system was installed to treat the impacted soil
vapor at the Site. Appreciable free product was encountered at monitoring wells MW -7 (at 2.34 feet
thick, located adjacent east of the Property on the Xochimilco restaurant parking lot) and MW -11 (at
1.46 feet thick, located adjacent southeast of the former USTs on the Property) during the
groundwater monitoring event in June 2013 (TerraGraphics, 2013) An approximate delineation of
the extent of free product and dissolved -phase gasoline -range petroleum hydrocarbons in
groundwater based on the June 2013 sampling event is presented in Figure 3
The City purchased the Property in 2014 and entered into an Amended Consent Decree with
Ecology to implement an Amended CAP at the Site (Ecology, 2014) The Site is currently on the
Washington State Confirmed and Suspected Contaminated Sites hst.
3 SITE CONDITIONS
Geology, hvdrogeology, and environmental conditions of the Site are summarized below
3.1 Geology and Hydrogeology
The Site and vicinity have been mapped as eolian (windblown sediment) deposits These deposits,
approximately 20 feet thick, are underlain by the Thorp gravel, a moderately to highly weathered
sand and gravel deposit, which has been logged to a depth of approximately 135 feet below ground
surface (bgs) (Kleinfelder, 1992) Kleinfelder reported that the Site is underlain by fill to
approximately 9 to 12 feet bgs, and by sandy clay to silty gravel below the fill to about 16 feet bgs
where gravel is present.
The matrix of the unconfined shallow aquifer appears to be interbedded sands and silts The depth
to groundwater is variable at the Site, ranging approximately from 9 to 13 feet bgs, and is influenced
R. \11818.02 Cite of Yakima \ Report \(11_2014.12.22 Remedial Action Plan \Tiger Oil Remedial Action Plan.docx
PAGE 3
by seasonal fluctuations in the groundwater table due to local irrigation practices The annual
irngation schedule is from April through September, which may impact the groundwater table,
causing it to rise between 2 and 4 feet during that general period (Kleinfelder, 1992).
The direction of groundwater flow at the Site, based on professionally surveyed elevations of
monitoring wells at the Site and at adjoining parcels, is generally to the east-southeast.
3.2 Environmental Conditions
Historical subsurface investigations and remedial investigations conducted between 1982 and 1994
identified the following chemicals of concern (COC) in soil and groundwater at the Site gasoline -
range petroleum hydrocarbons and petroleum -fuel -associated volatile organic compounds (VOCs)
These COC are also confirmed as indicator hazardous substances (IHS), which are defined as
chemicals exceeding a cleanup level (CUL) at one or more locations
Soil and groundwater IHSs confirmed at the Site include:
• Gasohne-range TPH
• Benzene
• Ethvlbenzene
• Toluene
• Xylenes
Note. Selected confirmation soil samples will also be submitted for total lead. Lead is not an IHS at
the Sit:c.
4 PROJECT ORGANIZATION AND SCHEDULE
4.1 Project Organization
The following organization shall apply to the project:
• Regulator Ecology
• Owner—City
• Engineer—MFA
• Survevor—PLSA, Inc.
• Site work Contractor—to be determined through public, competitive bid
4.2 Schedule
Project design and permitting activities are anticipated to be completed by January 2015, with
construction bid and mobilization completed by March 2015
R \Il818.02 City of l aktma\Report \01_21113.12.22 Remedial -\turn Plan \Tiger Oil Remedial Action Plan.drex
PAGE 4
S INTERIM REMEDIAL ACTION ENGINEERING DESIGN
The IRA components described in this section will be implemented to meet the cleanup standards
described in the Amended CAP (Ecology, 2014) The selected IRA involves demolition of existing
structures and foundations; removal of soil exceeding the Model Toxics Control Act (MTCA)
Method A CULs for unrestricted land use, dewatering and removal of the shallow groundwater to
provide access for overexcavauon of the smear zone; enhanced aerobic biodegradation to expedite
the biodegradation of TPI -I and VOCs in soil and groundwater by adding oxygen (as an electron
acceptor), monitored natural attenuation of groundwater; and implementation of institutional
controls.
Stormwater controls will be implemented during demolition and excavation activities to ensure on-
site retention and infiltration of stormwater. The soil remedial action involves excavation and
removal of PCS to depths of approximately 9 to 14 feet bgs, as depicted in Figure 4 and
construction plan set (Appendix C) The vertical and lateral extent of excavation will be based on
field observations, field screening results, and expedited laboratory analytical results of soil samples
(including confirmation soil samples) collected throughout the soil remedial action. Additionally,
excavation activities will be conducted so that the Integrity of adjoining buildings to the east
(Xochimilco Mexican Restaurant) and south (One Love Smoke Shop) will not be adversely
impacted. The excavation pit will have a sidewall slope rano of not greater than 1 1 5 near these
building structures It is anticipated that the excavation extent will be offset a minimum of
approximately one foot from each building foundation.
Non -impacted soils will be segregated and stockpiled on site to be used as backfill material pending
laboratory analytical results PCS will be excavated and loaded directly onto lined and covered haul
trucks for disposal at a Resource Conservation and Recovery Act (RCRA) Subtitle D permitted
landfill
The second phase of IRA involves in situ bioremediation, which comprises two components: (1) in
situ cherrucal oxidation using Regenests RegenOx® or an industry equivalent oxidizer and activator
to reduce sorbed and soil -matrix -bound petroleum hydrocarbon In the vadose zone and saturated
zone, as well as the dissolved phase in groundwater; and (2) use of enhanced aerobic biodegradation
to expedite the biodegradation of TPI [ and VOCs in soil and groundwater by adding Regenesis
Oxygen Release Compound Advanced (ORCa®) or an industry equivalent bioremediation product
containing oxygen (as an electron acceptor) to accelerate the microbial degradation of remaining
petroleum -hydrocarbon -impacted vadose zone and groundwater The addition of a controlled -
release supplemental source of oxygen enables the indigenous microorganisms (bacteria) to expedite
the biodegradation process.
13ioremedianon products for both components of m situ bioremediation will be added as a soil
amendment (as dry powder or as a slurry) to the backfill material and applied to the excavation area
in the smear zone (anticipated between depths of 9 and 14 feet bgs) Installation of clean backfill soil
Irvxed with oxygen release material will target the anticipated groundwater smear zone. Application
of this bioremediation product releases oxygen in the dissolved phase when it is hydrated, which will
provide terminal electron acceptors to support the oxidative biodegradation of petroleum
R.\0818.1)2 City of 1 akima\Report\01_2014 12.22 Remedial Action Plan\'1 n cr Oil Remedial Action Plan.docx
PAGE 5
hydrocarbons and VOCs It is anticipated that application of a bioremediation product throughout
the smear zone in the area of remedial action will remediate both residual saturated soil and
groundwater contamination. Groundwater will subsequently be monitored for natural attenuation by
assessment of the presence of electron acceptors during the biodegradation process and an
evaluation of the biodegradation of TPI -I and petroleum -related VOCs
The Amended CAP determined that a standard point of compliance is appropriate for use at the Site
(E:cologv, 2014) This will involve the installation of, potentially, up to three monitoring wells at the
Site after completion of the combined soil remedial action and in situ bioremediation at the Site.
institutional controls for the Site may include the follo\wing• an assessment of risk from soil vapor
intrusion associated with any future development of the Site; a restrictive covenant for groundwater
use beneath the Site; a groundwater monitoring plan, and restriction of stormwater infiltration
facilities at the Site
1"he selected IRA will address the following objectives:
• Prevention or minimization of direct contact with or ingestion of contaminated soil by
humans and ecological receptors
• Prevention or minimization of direct contact with or ingestion of contaminated
groundwater by humans and ecological receptors
• Prevention or minimization of the potential for migrauon of contaminants from soil to
groundwater
• Prevention or minimization of the potential for migration of contaminants to nearby
surface water
• Prevention or minimization of direct contact, inhalation, or ingestion of harmful vapors
by human and ecological receptors
Design elements of the remedial actions are described below Institutional controls are described in
Section 6 rhe sampling and analysis plan presents sampling and analytical protocols for the
remedial action (see Appendix A)
5.1 Mobilization and Site Preparation
The Site will be surveyed by a registered land surveyor before construction activities begin to
accurately define preexisting conditions The initial extents of excavation will be located, staked, and
painted by the contractor and will be verified by the engineer The final extent of the excavations
will be dictated by a combination of factors, including visual observations and laboratory analytical
results of excavation and confirmation soil samples, as well as thorough tracking of the quantity of
soil removed to ensure that budgetary constraints are not exceeded. Before excavation activities, the
"One Call" public notification and a private utility locating company will identify underground
utilities at the Site and within approximately 15 to 25 feet of the anticipated extents of excavation at
areas off -property adjacent east and southeast of the Property
R.\IIHIs.(c alama\Rep rt\01_31114 13.22 Remedial ,\cuon Plan \Tiger Oil Remcdtal \cri,m Ptm.dttcx
PAGE 6
Exclusion zones using temporary fencing, as well as any additional appropriate and/or necessary site
controls, will be established in accordance with the site HASP (Appendix B) and Construction Plan
Set (Appendix C) The Site will be secured and locked in the absence of the engineer and/or the
contractor
Equipment will be mobilized to the Site and is expected to include, but not be limited to, the
following.
• Trackhoe excavator
• Front-end loader
• Skid -steer loader
• Dump trucks
• Water truck
• Tank for containing water pumped from excavation pit
• \Vater pumps
• Granular activated carbon treatment systems
• Sediment filters
• Support vehicles and equipment
5.2 Erosion and Sediment Control
Erosion -control measures will be installed by the contractor and are shown in the erosion and
sediment control plan (Appendix C) and the site-specific stormwater pollution prevention plan The
erosion- and sediment -control plan will require that a silt fence, or other applicable erosion control
measures be maintained on site and that soil stockpiles be covered when not in use and at night and
that they be protected during ram and wind events All erosion -control measures will be installed
before excavation activities begin and will be maintained throughout construction.
5.3 Stormwater System Modifications
Based on available information, there are no known stormwater management systems on-site.
However, should any stormwater-related infrastructure be encountered during the remedial action,
the infrastructure will be removed, if within the excavation footprint, and the remaining access
grouted in-place.
5.4 Demolition
The former convenience store structure remains on the Property. In order to gain access to
impacted soil and groundwater below this building, the structure and its foundation will be
demolished, as well as former fueling -related structures (e.g , pump islands) Impacts to soil and
groundwater hkely extend below the building's foundation. A hazardous building materials
inspection was completed by Fulcrum Environmental Consulting, Inc. (Fulcrum) in November
2014 The inspection confirmed the presence of asbestos containing materials consisting of
approximately 2,400 square feet of adhesive associated with non -asbestos containing floor tiles, and
presumed the presence of fluorescent lighting with polychlorinated biphenyl -containing ballasts
R.\0818.02 fan ,f 1 alama\Report \111_21114 12.22 Remedial Act], n Plan \Tiger 00 Remedial Action Plan.dncx
PAGE 7
(Fulcrum, 2014) These materials well be removed in accordance with
regulations prior to building demolition.
Demolished materials will be crushed and used as inert fill materials or will
Site for appropriate re -use or disposal.
5.5 Soil Excavation and Management
apphcable rules and
be exported from the
The soil IRA includes the excavation of soils exceeding \-ITCH Method A CULs The approximate
area of soil remedial action is presented in Figure 4 and in the construction plan set (Appendix C)
IRA\ oversight and monitoring for consistency with this Plan will be performed under the direction
of an engineer or geologist registered in the State of Washington. Field screening will be performed
throughout excavation activities, and soil sampling will be conducted when apparent contaminant
boundaries arc reached. Field screening and sampling techniques for petroleum hydrocarbons and
fuel -associated VOCs may include but are not hmited to.
• Visual
• Olfactory
• Photoiontzation detector
• Sheen testing
• Expedited laboratory analytical results
• Solution test kit (e g, OilScreenSoil1M by Chetron Resources)—optional
Analytical testing will be performed on confirmation soil samples in accordance with the procedure
outlined in the SAP
5.5.1 Excavation
The following section provides the components of the excavation plan. Excavation of contaminated
areas will be staged as follows
• Asphalt covering excavation areas will be saw cut, removed and disposed at an
appropriate landfill and/or recycled.
• l'he contractor will begin excavation in the southeast area of the proposed excavation
and will progressively excavate toward the north and west areas as presented in Figure 4
• Shallow soil, from ground surface to approximately 2 feet bgs, will be
segregated, and stockpiled on site for characterization to ensure eligibility for re -use
backfill.
excavated,
as
• Soils excavated between approximately 2 to 5 feet bgs will be continually assessed as
potential PCS If screening indicates that it is not PCS, it will be segregated and
stockpiled on site for characterization to ensure eligibility for re -use as backfill If field
screening indicates that it is PCS, it will be deposited directly into awaiting haul trucks
and transported off site to a selected RCRA Subtitle D disposal facility
R. \11818.02 (.it\ of 1 alum,\Rchort\01_2O14 12.22 Remedial Action PlanVITer Oil 12emedial Action Plan.docx
PAGE 8
• Soil excavated from approximately 5 to 14 feet bgs 1vi11 be deposited directly into
awaiting haul trucks and transported off site to a selected RCRA Subtitle D disposal
facility
• MFA will collect soil samples (i.e., characterization and confirmation samples, as
applicable) from the base of the excavation (in cases where the soil is not saturated with
groundwater) and sidewalls, and will submit the samples for laboratory analysis of the
COC.
Excavation activities will proceed in the manner presented above until field screening results and/or
preliminary laboratory analytical results indicate that the maximum possible extent of impacted soil
has been reached, or to the extent presented on Figure 4, whichever is less The base of the
excavation will range from approximately 9 to 14 feet bgs, dependent on areas of known and
confirmed contamination (including presence of free product), field observations, and field
screening results It is anticipated that overexcavauon of the smear 7one, at the proposed depths,
will be necessary to remove residual saturated PCS
The estimated excavation boundaries were developed as part of the Amended CAP and in
coordination with Ecology (Ecology, 2014), and are expected to result m the removal of soils
exceeding MTCA Method A CULs It is anticipated that limited PCS will be removed near the
building footprints of the Xochimilco Mexican Restaurant and the One Love Smoke Shop (adjacent
east and south of the Property, respectively) in order to protect building foundation integrity
Additionally, a daily tally of the volume of PCS removal will be completed by recording the weight
of the disposal tickets at the landfill. IN continual assessment of the total volume of PCS removed is
necessary to guide the overall lateral and vertical extent of excavation activities and compare it to the
estimated budgetary allowance for this task. Primary areas of known free product (in the vicinity of
MW -7, MW -8, MW -11, I\'[W-15, KIVI\V-20, and KIVI\V-22) will be targeted for deeper excavation, to
approximately 14 feet bgs r\ shallower targeted depth of approximately 9 feet bgs is proposed for
the central and northern area of the proposed excavation based on findings from Kleinfelder's
investigations
The estimated volume of soil to be removed is approximately 5,700 tons Because of the uncertainty
associated with estimating the true dimensions of the excavation, a 20 percent volume contingency
above the estimated volume has been assumed for the purposes of cost estimating. Monitoring wells
located in the proposed area of soil remedial action will be decommissioned and removed in
accordance with applicable regulations These wells include MW -7, MW -8, MW -11, MW -15, K1M\V-
20, and KM\V-22 (see Figure 4).
During excavation activities, a pump will be placed at the bottom of the excavation pit to dewater
the excavation pit. The contractor will handle contaminated materials in conformance with federal,
state, and local regulations, and will provide for the health and safety of personnel and visitors who
may work with or be exposed to contaminated materials
Upon removal of all soil as described above, confirmation sampling will be completed as outlined in
the SAP Prior to backfilling, the results of the initial excavation sampling will be compiled and
reviewed with Ecology to determine the appropriate additional management. This could include
removal, further evaluation of risk, and/or management through institutional controls
R.\081802 Cin' of 1 akmna\Report\01_2014 12.22 Remedial -\chin Plan\ l igcr ( )d Remedial Acnnn Plan docx
PAGE 9
Excavation will be conducted using track -mounted excavators MFA will be on site, at designated
areas, to visually screen excavated material for signs of contamination and to characterize soil for
disposal or reuse.
5.5.2 Soil Loading/Transporting/Vehicle Decontamination
Truck loading will be staged outside the excavation area to prevent contamination of truck tires by
impacted soil at the Site Any trucks that enter the excavation will be inspected before they exit the
Site to prevent tracking of contaminated soil off site. All trucks hauling contaminated soil wtll be
lined with 10 -mil or thicker visqueen liners or an equivalent, and will be covered during transport.
The liners will he disposed of as contaminated waste along with the soil.
Before exiting the Site, trucks used to transport excavated materials for off-site disposal, and any
other vehicles that may enter areas containing impacted soil, will require monitoring and
decontamination. The primary method of decontamination will be to remove clinging soil by using
shovels, brooms, and brushes Vehicle decontamination may also involve a rinse using a hand-held
pressure hasher to remove large pieces of soil. The equipment decontamination will be conducted
on a surface with secondary containment to prevent releasing decontamination fluid into the
surrounding surface. The decontamination fluid will be collected and placed in on-site tanks for
storage and subsequent treatment and discharge
5.5.3 Dust Control
The excavation process will disturb soil and has the potential to generate dust. Appropriate dust -
control methods will be employed during excavation to prevent the generation of airborne
contaminants "These control methods will include soil wetting and misting, at a minimum. The
excavation area may be wetted before the start of excavation activities during dry weather by
spraying the area immediately around the excavation so that visible dust emissions are controlled.
A Cin- fire hydrant is located in the northwest corner of the Property and will be available to the
contractor during construction The contractor will use the hydrant to till a water tank/truck, or will
directly attach a hose to keep water readily available during all construction activities Additionally, if
site conditions warrant it, the use or a street -sweeper on-site may be necessary to control track -outs
from disposal trucks
Soil will be kept wet during handling until the soil is either (1) placed to haul trucks and covered
pending transport to an off-site permitted landfill, or (2) placed on site in stockpiles and covered (as
described In Section 5 5 3).
5.5.4 Stockpiling
All sods excavated from the ground surface up to approximately 2 feet bgs will be segregated and
stockpiled on the former Tiger Oil Property, unless an alternative location nearby is identified. Soil
excavated from approximately 2 feet to 5 feet bgs will be field screened and evaluated for the
potential presence of petroleum hydrocarbons and/or VOCs If the soil is determined to be
potentially contaminated, it will he placed immediately into waiting dump trucks for off-site disposal,
R.\0818.02 ( airy of 1 akima\Rept mt\01_21114.12.22 Remedial Action PlatiVI iger Od Remedial Action Plandocx
PAGE 10
however, if it appears that the soil is not impacted, it will be stockpiled on-site for further
characterization to determine if re -usable as backfill.
Stockpiled soils will be placed on top of a chemically resistant polyethylene sheet or geomembrane.
The minimum thickness of the sheet or geomembrane will be 10 nil. Stockpiles will be covered by
chemically resistant polyethylene sheeting or geomembrane with a minimum thickness of 10 mil.
Soil stockpiles will be covered with plastic sheeting at the end of each workday to minimize erosion,
dust generation, and direct contact by humans. The plastic sheeting that covers the pile must be
regularly inspected to ensure that it remains functional and protective of human health and the
environment. All drainage will be directed away from the stockpiles 1 emporary stockpiles of soil
determined to be contaminated must be capped or properly disposed of off site within 60 days of
completion of excavation work.
Soil stockpiles will be located on site in an area approved by the engineer Should elevated levels of
petroleum products become identified in the stockpiled soil, the stockpile will be characterized for
proper disposal.
5.5.5 Waste Characterization
Overburden material from ground surface to approximately 2 feet bgs will be stockpiled on site and
used in combination with imported clean material to backfill the excavation if it is determined
through waste characterization processes defined in this section to be eligible for on-site re -use.
MFA will conduct field screening of excavated soil Soil will be assessed for indications of petroleum
contamination, based on odor, appearance, and the presence of VOCs, using an appropriate field
screening instrument. i\IFA will classify soils as contaminated or uncontaminated to facilitate
contractor management of soils
If applicable, the stockpiled soil will be measured and delineated to estimate 100 -cubic -yard sections
Five -point composite samples will be obtained from each 100 -cubic -yard stockpile section that is to
be disposed of off site. In order to develop a representative sample of the stockpile, five discrete
subsamples will be composited. The 100 -cubic -yard sections will be divided into four quadrants,
with one additional subsample obtained from a random location in one of the quadrants
The five -point composite sample methodology is intended to result in data that are representative of
the contaminants in the pile while accounting for the variability of the waste that is generated from
the different excavation locations The soil in each stockpile is anticipated to be homogenized
through on-site handling procedures (i.e., excavation and stockpiling) Composite samphng,
combined with homogenization gained through soil handhng, is expected to result in a sample that is
representative of the specific stockpile. Variability of the soil from different excavation areas will be
addressed by collecting one composite per every 100 cubic yards of excavated soil, field precision
will be evaluated by obtaining one field duplicate sample for every 20 composite samples.
Laboratory quality assurance and quahty control (QA/QC) data, along with sample results, will be
validated before handling procedures are determined for any soil. This review will be conducted as
laboratory reports are received so that soil management may proceed efficiently Specifics regarding
soil samphng, handling, and QA/QC requirements are provided in the SAP (Appendix A).
Ii.\0818.02 Cu), of 1 akttna\Report\(11_2(114 12.22 Remedial Acuon Plan\ Tlger ( )11 Remedial Action Plan.doex
PAGE 11
5.5.6 Excavation Limit Sampling and Analysis
Soil will be excavated to the extent shown in Figure 4 and in the construction plan set (Appendix C),
and soil samples collected from the excavation sidewalls and base (in cases where the base is not
saturated with groundwater) of the excavation pit, where applicable. These soil samples will be
analyzed for II-ISs at a certified laboratory. The results of the excavation confirmation samphng will
be compiled and reviewed with Ecology
5.5.7 Excavation Dewatering
During excavation, and prior to backfilling, accumulated groundwater from the excavation will be
removed using a pump or other means Construction dewatering will be required to control
groundwater inflow The depth to groundwater at the Site ranges from approximately 9 to 13 feet
bgs across the Site, depending on seasonal fluctuations Groundwater will be maintained below the
bottom of the temporary excavation during soil removal and ground improvement work.
The Site's dewatering system will be capable of pumping groundwater from the excavation at up to
200 gallons per minute. The rates should decrease over time as the saturated thickness of the water -
bearing soils decreases as a result of dewatering. Based on the information reviewed and presented
by the City and Ecology, it is anticipated that all dewatering fluid will be retained on site for storage
and treatment, with final discharge to a designated sanitary sewer system.
Contaminated groundwater will be temporarily stored in an appropriately sized tank with a capacity
of up to 21,000 gallons NIRA will provide the contractor with laboratory analytical results for
petroleum -contaminated groundwater requiring on-site treatment The contractor will obtain all
pert -nits for the on-site treatment and disposal of contaminated groundwater The contractor will
also provide a copy of all discharge permits a minimum Of one \vicek before the start of site work.
WA will provide oversight to remediate all impacted groundwater generated during remedial action
and discharge it into the City's sanitary system after confirmation that groundwater laboratory
analytical results meet the discharge requirement. 1\ water treatment system will be set up or
available for use during the startup of the excavation work.
It is anticipated that contaminated water will not be disposed of off site because of the availability of
a water treatment system. However, in the event that this is necessary, dewatering fluid to be
disposed of off site will also be contained in a system similar to the above setup Impacted
groundwater above respective CULs/remediation levels will be contained for later disposal at a
licensed disposal facility
5.5.8 Excavation Water Treatment
Groundwater at the Site is contaminated by gasoline -range TPH and petroleum -fuel -associated
VOCs These contaminants are associated with historical uses and operations at the Property
Water will be treated using a multi -unit system. The on-site water treatment system (O\WTS) will
include an appropriately sized tank (up to 21,000 gallons in capacity), particulate filter units, and
granular activated carbon (GAC) vessels connected in series. The individual system units are
R.\(1818.02 (.uv ,,fl akvna\Report \01_2014 12.22 Remedial -\ctum flan\ Tiger (hl Remedial Actton Plan.ducx
PAGE 12
summarized below. Figure 5 presents the process flow diagram depicting the components of the
OWTS Specifications for example units are included in Figure 5
Water -containing tank: The tank will be equipped with over and under weirs for removal of
settleable solids and separated -phase hydrocarbons (i.e., free product). The tanks will also be
equipped with a sorbent boom at the inlet to remove any floating free product. MFA will inspect the
tanks daily for floating free product, which will be skimmed from the water surface and placed in
state Department of Transportation -approved 55 -gallon metal drums. MFA will deterniine, as the
water quality and conditions change in the tanks, when the tank bottom will be drained to remove
free product that settles out of the waste stream. The free product and settleable solids removed
from the tank will be sampled and disposed of at a RCRA Subtitle D facility, depending on the
concentration of the waste.
The tank will also be fitted with a 10 -foot -by -50 -foot containment berm system in order to provide
secondary containment in the event of a fittings leakage or other leakage issues.
Filter Unit: A bag filter/cartridge filter unit will follow the OWTS unit. The filter unit will remove
fine suspended solids that could clog the GAC vessels m the water treatment process The filter unit
may be composed of one bag filter and two cartridge filters capable of removing particulates as small
as 5 microns A pump will be installed at the inlet of the filter unit in the event that gravity flow may
not be sufficient to maintain a steady flow through the unit.
GAC Vessels: The final step in the O\vTS will be t\vo in-line reactivated carbon filters for removal
of dissolved COCs from the water. The carbon vessels will be piped with two sets of two
2,000 -pound GAC vessels in an interchangeable lead -lag formation The influent water will enter the
first GAC vessel (the lead), which will treat the influent to the discharge criteria. The secondary
GAC vessel, the lag, will also assist in this process, if necessary MFA will determine whether one or
both GAC vessels are necessary for treatment of the dewatering fluid in order to meet the discharge
criteria. The system will he piped and valved in such a way that the two vessels can be switched if
contaminant breakthrough occurs in one of the vessels Monitoring ports will be installed after each
vessel so that the post -treated water can be sampled for potential presence of COCs. Groundwater
analytical results will be the primary factor determining the point at which the carbon in the lead
vessel requires changing out. The volume of treated water will also be a factor. At that time, the
influent will be piped temporarily through just the lag vessel while the carbon in the lead vessel is
changed out. The system valves will then be adjusted so that the two GAC vessels are
interchangeable
5.5.9 Water Discharge
The contractor will treat all impacted groundwater generated during the remedial action activities on
site and discharge it into the City's sanitary sewer system. MFA will collect post-treatment water
samples for laboratory analysis to demonstrate discharge compliance. If necessary, impacted
groundwater above respective CULs will be contained separately for later disposal at a licensed
disposal facility
R.\US 18.02 City of t akima\Report\(11_21114.12 22 Remedial Action Plan \Tiger Oil Remedial Action Plan.docx
PAGE 13
5.5.10 Infiltration Gallery
Prior to backfill of the excavation pit, the contractor will install two infiltration galleries (schedule 40
polyvinyl chloride (PVC], 0 030 -inch slotted manifold) in designated areas at the Site to provide
potential avenues for injecting additional bioremediation products as an additional in situ
bioremediation option Figure 4 presents a layout of the locations of the infiltration galleries. Detail
4 of Plan Sheet C6 1 provides a cross section and specifications of the slotted PVC manifolds
5.6 Backfill, Compaction, and Final Grade
Following confirmation sampling, authorization to proceed with backfill operations will be provided
by the engineer. Excavations will be backfilled using clean materials from a local source or clean
overburden from on-site excavations. Before imported soil is accepted and placed, verification will
be required documenting that the soil does not contain concentrations of COCs, including
petroleum hydrocarbons, fuel -associated VOCs, and arsenic, at levels exceeding I\/TCA Method A
CULs (Note. verification of the potential presence and concentration of arsenic in imported backfill
soil may be necessary due to elevated background concentrations of arsenic in soil in eastern
Washington) Verification will be in the form of laboratory analysis following applicable U.S
Environmental Protection Agency test methods
Imported clean soil will be mixed with clean overburden stockpiled soil from the excavation area
(pending characterization) and compacted in accordance with project specifications (Appendix C)
The final grade will be placed in accordance with the engineered drawings following this Plan
Grades will be leveled, sloped, and protected with gravel 111 portions of the excavation footprint on
the former 'Tiger Oil Property to guard against runoff (see Plan Sheet in Appendix C), portions of
the excavation footprint overlying adjacent properties will be returned to pre -remedial action
conditions (e.g , parking lots repaved and striped)
5.6.1 In Situ Bioremediation/Enhanced Aerobic Biodegradation
Excavation and removal of PCS in conjunction with in situ bioremediation will expedite the
biodegradation of TPI -I and VOCs in soil and groundwater and is the most feasible and expeditious
cleanup option for the Site
'Che primary components of the in situ bioremediation and enhanced aerobic biodegradation are as
follows
o In situ chemical oxidation using Regenesis RegenOx® or an industry equivalent oxidizer
and activator to reduce sorbed and soil -matrix -bound petroleum hydrocarbons in the
vadose zone and saturated zone, as well as the dissolved phase in groundwater.
• Use of enhanced aerobic biodegradation to expedite the biodegradation of TPR and
VOCs in soil and groundwater by adding Regenesis ORCa® or an industry equivalent
bioremediation product containing oxygen (as an electron acceptor) to accelerate the
microbial degradation of remaining petroleum -hydrocarbon -impacted vadose zone and
groundwater.
R.\0818.112 (Am til 1 alum;i\Repo \111_2014.12_.22 Remedial Acri, n Plan \"l Iger ()II Remedial \cti,,n Plan.d ,cx
PAGE 14
Chemical oxidation involving Regenesis RegenOx® or an industry equivalent oxidizer and activator
will be the first component of in situ bioremediation where the oxidizer and activator will be mixed
with the backfill soil and applied directly into the excavation pit in a dry powder form or as a slurry
at approximately 12 to 14 feet bgs. The oxidant chemicals react with the contaminants, producing
innocuous substances such as carbon dioxide, water, and inorganic chloride.
The secondary component of in situ bioremediation will involve use of Regenesis ORCa® or an
industry equivalent phosphate -intercalated magnesium peroxide that, when hydrated, produces a
controlled release of oxygen for up to 12 months on a single application. This controlled release of
oxygen assists in accelerating the naturally occurring aerobic contaminant biodegradation in
groundwater and saturated soils Regenesis ORCa® will be applied directly into the excavation pit in
a dry powder form or as a slurry at approximately 8 to 12 feet bgs
It is anticipated that approximately 11,000 pounds of Regenesis RegenOx® and 2,500 pounds of
Regenesis ORCa® will be applied to the excavation pit
This combined in situ bioremediation technology is effective in gross reduction of the contaminant
mass by oxidizing the sorbed contamination and changing the contaminant mass equilibrium (by
increasing its solubility), which result in a shift from a sorbed phase to a dissolved phase.
Application of the phosphate -intercalated magnesium peroxide to the more soluble partially
oxidized contaminants (as a result of chemical oxidation) would expedite the rate of aerobic
biodegradation. Because of the changes in the contaminants and the soil matrix chemistry, it is likely
that, after applications of bioremediation, a temporary increase in the dissolved phase of gasoline -
range TPH and associated VOCs will be noted in groundwater quality
5.7 Groundwater
Groundwater impacts will be addressed by the combination of excavation and removal of PCS in
conjunction with in situ bioremediation followed by monitored natural attenuation through
groundwater monttonng events It is anticipated that the proposed soil excavation remediation will
remove up to six monitoring wells (see Figure 4) Up to three new monitoring wells will be installed
after remediation activities have concluded.
5.8 Soil Gas
Soil gas contaminant levels likely will be reduced through removal of PCS followed by in situ
bioremediation activities. In addition, institutional controls may be implemented, if appropriate,
given the future development of the Site.
6 INSTITUTIONAL CONTROLS
Institutional controls are measures undertaken to limit or prohibit activities that may interfere with
the integrity of a cleanup action or result in exposure to hazardous substances at a property Such
measures are required in order to attempt to achieve both the continued protection of human health
R.\(17{18.112 (,uy of Yakima\Report \111_2014 12.22 Remedial \coon Plan\"Tiger (0 Remedial Action Plan.dncx
PAGE 15
and the environment and the integrity of the cleanup action whenever hazardous substances remain
at a property at concentrations exceeding applicable CULs Institutional controls can include both
physical measures and legal and administrative mechanisms.
6.1 Soil
Soil that exceeds CULs likely will remain upon completion of the remedial activities, therefore,
institutional controls associated with future use of the site (e.g , restrictive covenants) may be
implemented. Analytical results for the excavation limit soil samples will allow definition of
appropriate institutional controls. If all soils exceeding CULs are removed, restrictive covenants
specific to soil contamination will not be required. Should contamination exceeding associated soil
CULs remain, a soil management plan will be developed for site soil excavation and handling
associated with future development.
6.2 Groundwater
A restrictive covenant regarding the use of groundwater at the Property is already in place. The
restrictive covenant prohibits the use of groundwater beneath the Property as potable water unless a
documented change in conditions demonstrates that the covenant is unnecessary
A groundwater monitoring plan will be included with the construction completion report.
Groundwater monitoring will be completed until four consecutive quarters of monitoring results
indicating compliance with CULs is demonstrated, which is anticipated to be completed within two -
years of the remedial action Access to all monitoring wells on the Site should be maintained and the
wells protected from damage. If any damage to any monitoring device on the Site is discovered,
Ecology will be notified within 48 hours All damage will be repaired promptly and a report
documenting the work will be submitted to Ecology within 30 days of the completion of repair
work.
6.3 Soil Gas
Any building constructed on Site will be required to have vapor mitigation or a soil gas assessment
to document that vapor mitigation is not necessary
6.4 Stormwater
In order to mitumize the potential for mobilization of contaminants remaining in the groundwater
on the Site, no stormwater infiltration facilities or ponds shall be constructed on the Site. All
stormwater catch basins, conveyance systems, and other appurtenances located at the Site shall be of
watertight construction.
R.\0818.02 Cite of l'ak ma\Report \81_21114 12.22 Remedial Action plan\'Tiger O11 Remedial Action Plan.docx
PAGE 16
LIMITATIONS
The services undertaken in completing this Plan were performed consistent with generally accepted
professional consulting principles and practices No other warranty, express or implied, is made.
These services were performed consistent with our agreement with our client. This Plan is solely for
the use and information of our client unless otherwise noted. Any reliance on this Plan by a third
party is at such parry's sole risk.
Opinions and recommendations contained in this Plan apply to conditions existing when services
were performed and are intended only for the client, purposes, locations, time frames, and project
parameters indicated. We are not responsible for the impacts of any changes in environmental
standards, practices, or regulations subsequent to performance of services We do not warrant the
accuracy of information supplied by others, or the use of segregated portions of this Plan.
12.\118 18.112 (me of l akima\ Report \111_21114 12.22 Remedial Action Plan \ Tiger( til Remedial Action Plan.ducx
REFERENCES
Ecology 2014 Amended cleanup action plan, Tiger Oil facility, 2312 West Nob Hill Boulevard,
Yakima, Washington. Washington State Department of Ecology June.
Fulcrum. 2014. Hazardous material inspection report, Former Tiger Mart, 2312 West Nob Hill
Boulevard, Yakima, Washington. Fulcrum Environmental Consulting, Inc., Yakima, Washington.
November 20
Kleinfelder 1992. RI/FS work plan, Tiger Oil facility, West Nob I--Iill Boulevard and South 24th
Avenue, Yakima, Washington. Kleinfelder, Inc., Bellevue, Washington. January 29
Kleinfelder. 1994 Final draft RI/FS report MTCA enforcement order no. DE 90-C140, second
amendment, 'Tiger Oil facility, West Nob Hill Boulevard and South 24th Avenue, Yakima,
Washington. Kleinfelder, Inc., Bellevue, Washington. April 4
TerraGraphics 2013 Groundwater sampling report, Tiger Oil, Yakima, Washington. Prepared for
State of Washington Department of Ecology TerraGraphics Environmental Engineering, Inc.,
Boise, Idaho. June 12.
1i.\0818.02 (,tty oil al.ima\Report \01_2014 12.22 Remedial Action Ilan\'Tiger Oil Remedial Action I'lan.docx
FIGURES
Path X \ 0812 02 City uf akroalU 1 Ttaer 0I1RFP \Protects \Fc31 ",,ta Lucaticm ni•,n
011,11 Oaie 11/10/2014
,,oploved By y,an
Produced By rmaEonn
,jet 0E10 02 01-01
Site Address. 2312 West Nob Hill Boulevard, Yakima, Washington 98902
Source Taxlots obtained from City of Yakima GIS,
US Geological Survey (1990) 7 5 -minute
topographic quadrangle Yakima West
Section 26, Township 13 North, Range 18 East
wo.
wo MAUL FOSTER ALONG]
p. 971 544 2139 1 www.maulfoster.com
Legend
Site Ta xl ot
Figure 1
Site Location
Former Tiger Oil -
2312 West Nob Hill Boulevard
City of Yakima
Yakima, Washington
0 1,000 2,000
Feet
G)
62�'
®MW -12 1'I
I
/
x)
I
MW -15 x XOCHOMILCO
/ I MEXICAN
; D RESTAURANT
® I- KMW-20 I x
P
y ( /
viisoistigif/AIMmit ? MW -7
FORMER
TIGER OIL
CONVENIENCE
STORE
MW -11
4-
r v
ONE LOVE
SMOKE SHOP
W-8
® KMW-22
KMW-10
KMW-2 ® x '
I a.
x
0
S-2
MWG-3
MW -13
x—x x—x-x—x—
MW -9
S=1
1
®MW -12
MW -08 r -
100 IVO
s
New Tiger
'♦ SVE Expansion
�"'`'��
`� ®-15
d
KMW-07
1 ® ■ FORMER
1 " TIGER OIL
CONVENIENCE
• r STORE
MW -10
KMW=24
KMW-20
XOCHOMILCO
MEXICAN
RESTAURANT
1
•
KMW;22
MW -7
TreatmilL
CompouWir
`• ,�
•
ONE LOVE
SMOKE SHOP
KMW-10
S-2
Mercy KMW-8
rto Nob Hill'
;� SVE Extension
MWG-3
444
MW -9
Mercy MW9/MW-13
Extension
..... ..ice--...
'1111P1'0 aft/
SAFI
Trenc
GWE
•
®MW -12
New Tiger
SVE Expansion
tom• MW -15
1.
11
11
1/
/•
®W-07
FORMER
TIGER OIL
CONVENIENCE
,s STORE''
t1MW-11 /
4
k KMW-2
/ I
Treatm
Compos
�~ I
1I XOCHOMITCO
TN MEXICAN
I▪ y;,RESTAURANT •
Y • i
i-KMW-20- '
1 x
▪ r IMW-e14 LI. MINI MIN
3 a.II= IMI,
T
i
a ONE LOVE ``♦
SMOKE SHOP • 1
♦%...` /
•
•
MW -8
.KMW-22
1
11
KMW-10
Mercy KMW-8
to Nob Hill
A/--
SVE Extension
MW G-3
SAF
MW -9
S-1
Air
Mercy MW9/MW-13
Extension
"1PP mulct
GWE/SVE System
DE
C(
1
2
3
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
2" SUBMERSIBLE
PUMP A: 2 CAMLOCK
CONNECTION
EXCAVATION
(SUCTION POINT)
2' SUBMERSIBLE
PUMP oV 2' CAMLOCK
CONNECTION
OPEN ACCESS TANK
:melt
- 'Style Ove,. F4less
u::33ty
FS BBL : =c: -';..
Dimensions
4'x4'x5'
S; E -'!AR i BERM!
a
25 W.'A GEl. ERATOR
DUAL BAG FILTER SYSTEM
ESu prtert.
L9831I3FM "h2J=:L =
Pio.*
200 gpm
Dimensions
4'x4'x5'
IW 2' CAMLOCK CONNECTIONS)
A
0.
2001
apa,
CTY2 - EACI
iV
experience
balance
FULCRVM
environmental consulting to
HAZARDOUS BUILDING
MATERIALS INSPECTION
REPORT
Former Tiger Mart
2312 West Nob Hill Boulevard
Yakima, Washington 98902
Project Number: 141342.00
November 20. 2014
Prepared for:
Maul Foster & Alongi. Inc.
Attn: Michael Stringer
411 First Avenue Suite 610
Seattle, Washington 98104
Prepared by:
Fulcrum Environmental Consulting, Inc.
406 North Second Street
Yakima, Washington 98901
commitment
spokane, washington
509 459 9220
yakima, washington
509 574 0839
Report Title: Hazardous Building Materials Inspection Report
Project Number: 141342.00
Date: November 20, 2014
Site:
Prepared for:
Prepared by:
Former Tiger Mart
2312 West Nob Hill Boulevard
Yakima, Washington 98902
Maul Foster & Alongi. Inc.
Attn: Michael Stringer
411 First Avenue South Suite 610
Seattle, Washington 98104
Fulcrum Environmental Consulting, Inc.
406 North Second Street
Yakima, Washington 98901
509.574.0839
The professionals who completed site services, prepared, and reviewed this report include but are not
limited to:
Authored by:
'1-1)
Daniel A. Orozco. Environmental Chemist
Fulcrum Environmental Consulting, Inc
Date: 11/20/2014
Reviewed by: � (.1/ Date: 11/20/2014
Peggy S. Williamson, CHMM, Principal
Fulcrum Environmental Consulting, Inc.
°°° ° 0 Ps,"") "yob
Ov
` GQ� ••,vAGOFPORgTE:0
v 4, CERTIFICATION S.
NUMBER • <
e• 9916 CPLi I z
• EXPIRES
12-1-2016 ' *
cis
/y •'•..........
��
Report Integrity: '0,,0 - mATB N e"°
Fulcrum Environmental Consulting, Inc 's scope of service for this project was limited to those services
as established in the proposal, contract, verbal direction, and/or agreement This report is subject to
applicable federal, stale, and local regulations governing project -specific conditions and was performed
using recognized procedures and standards of the industry Scientific data collected in situ may document
conditions that may he specific to the time and day of service, and subject to change as a result of
conditions beyond Fulcrum's control or knowledge. Fulcrum makes no warranties, expressed or implied
as to the accuracy or completeness of other's' work included herein Fulcrum has performed these services
in accordance with generally accepted environmental science ,standards of care at the time of the
inspection- No warranty, expressed or implied, is made
1
TABLE OF CONTENTS
SECTION PAGE
1 0 INTRODUCTION 1
2.0 SCOPE OF WORK 1
3.0 PURPOSE . 1
4.0 BUILDING DESCRIPTIONS 1
5.0 ASBESTOS CONTAINING MATERIALS 2
5.1 Regulatory Basis..... 2
5.2 Sampling Methodology....... 2
5 2 1 Visual Inspection .. 3
5.2.2 AHERA Material Classification3
5.2.3 Homogeneous Areas 3
5.2.4 Representative Samples ........... 4
5.2.5 Friability 4
5.3 Homogeneous Materials Identified During the Inspection... 5
5.3.1 Assumed ACM .. 5
5.3.2 Assumed Non -ACM 5
5 4 Laboratory Methodologies 5
5.5 Laboratory Results... ... 6
5.5.1 Asbestos Containing Materials 6
5.5.2 Non -ACM .. 6
5.6 Summary.... 8
6 0 LEAD CONTAINING MATERIALS. ... 8
6 1 Regulatory Basis .... ..... 8
6.2 Sampling Methodology.. 10
6.2.1 Identification of Homogeneous Areas and Components10
62 2 Field Testing of Homogeneous Areas and Components 10
6 2 3 Paint Chip Sample for Laboratory Analysis. .. 11
6 2.4 Waste Characterization Sampling.... I I
6.3 Components Identified During the Inspection. . . 12
6.3 I Assumed Lead Containing Materials Identified 12
6.3.2 Assumed Non -Lead Containing Materials ..... 12
6.3.3 XRF Field Testing Results....... 13
6.3 4 Paint Chip Results.... ...... .... ... . 13
6 3 5 Waste Characterization Results 13
6.5 LCM Summary ................ 14
7 0 LIGHTING AND ELECTRICAL COMPONENTS . 14
7 1 LEC Regulatory Basis ...... . 14
7.7 Inspection Methodology . 15
7.3 Results ....15
7.4 Conclusions. .15
7 5 Summary... . 15
8.0 OZONE DEPLETING COMPOUNDS... 16
8.1 ODC Regulatory Basis 16
8 2 Inspection Methodology ..... .... 16
8.3 ODC Inspection Results...... 16
8.4 Conclusions 17
9 0 CONCLUSION and Recommendations .. . 17
Hazardous Building Materials Inspection
2312 West Nob Hill Boulevard, Yakima, Washington
1
9 1 Asbestos Containing Materials .. . .. 17
9 2 Lead Containing Materials....... ... .. 17
9 3 Lighting and Electrical Components . 17
9 4 Ozone Depleting Compounds 17
10 0 LIMITATIONS ... 18
Tables
Table I
Table 2
FIGURES
Site Location Map
Sample Location Map
Figure I
Figure 2
APPENDICES
Site Location Map
Sample Location Map
Appendix A
Appendix B
Appendix C
Professional Certifications
Asbestos Containing Materials Results
Lead Containing Materials Results
Hazardous Building Materials Inspection
2312 West Nob 1 -fill Boulevard, Yakima, Washington
INSPECTOR CERTIFICATION SUMMARY
The following summarizes the relevant professionals and their certification(s) responsible for the
completion of field inspection services for this project. See certificates in Appendix A.
Levi Wyatt
• AHERA Building Inspector # 148752, Expiration Date: October 15, 2015
• State of Washington Department of Commerce Certified Lead Risk Assessor # 6590,
Expiration Date: May 14, 2015
Daniel A. Orozco
■ AHERA Building Inspector # 147069, Expiration Date: June 4, 2015
Peggy Williamson
• AHERA Building Inspector # 146468, Expiration Date: April 16, 2015
• AHERA Project Designer # 146498, Expiration Date: April 17, 2015
® Washington Certified Lead Risk Assessor# 0625, Expiration Date: April 11, 2017
• Certified Hazardous Materials Manager # 04189, Expiration Date: May 31, 2019
Hazardous Building Materials Inspection
2312 \Vest Nob Hill Boulevard, Yakima, Washington
1
1.0 INTRODUCTION
This report provides the methods, results, and summary of inspection for hazardous building materials
(FIBM) completed by Fulcrum Environmental Consulting, Inc. (Fulcrum) of the former Tiger Mart
convenience store building located at 2312 West Nob Hill Boulevard in Yakima, Washington.
Fulcrum understands that the City of Yakima recently purchased the former Tiger Mart site and plans
to demolish the building and conduct environmental remediation of the site. Maul Foster & Alongi,
Inc , was contracted by the City of Yakima to provide remediation, design. and oversight. See Figure
1 for the site location.
Fulcrum completed HBM inspections for asbestos containing materials (ACM), lead containing
materials (LCM), lighting and electrical components (LEC) and ozone depleting compounds (ODC)
On October 30, 2014, Daniel Orozco (#147069), an Asbestos Hazard Emergency Response Act
(AHERA) accredited Building Inspector, and Levi Wyatt (#6590), a Washington State Department
of Commerce certified Lead Inspector with Fulcrum, completed the inspection. The purpose of this
project was to complete a HBM inspection prior to planned structure demolition.
2.0 SCOPE OF WORK
Fulcrum was retained by the Maul Foster & Alongi, Inc., to complete a hazardous building materials
(I -113M) inspection prior to demolition of the former Tiger Mart building located at 2312 West Nob
-fill Boulevard in Yakima, Washington. Fulcrum's inspection was limited to the following 1 -IBM:
■ Asbestos Containing Materials
■ Lead Containing Materials
• Lighting and Electrical Components
• Ozone Depleting Compounds
The inspection consisted of site inspections, material sampling, sample analysis, and reporting All
-II3M inspection tasks were completed by accredited, certified. or qualified professionals. Fulcrum
did not dismantle onsite equipment to determine if potentially hazardous material components were
present.
3.0 PURPOSE
Purpose of this HBM inspection was to complete an inspection prior to demolition of the former Tiger
Mart building located at the 2312 West Nob Hill in Yakima, Washington.
4.0 BUILDING DESCRIPTIONS
According to the Yakima County Assessor's Office, the 2,400 square foot convenience store building
was built in 1978. The building includes an open sales floor, a kitchen, one office, one bathroom, and
walk in refrigerator. Exterior building materials consist of red brick and wood panel walls supported
on a concrete foundation. Interior building materials consist of wood framing, gypsum wallboard
Hazardous Building Materials Inspection
2312 West Nob Hill Boulevard. Yakima. Washington
system materials, and 12 -inch vinyl tile flooring. The roofing consists of thermoplastic membrane
roofing system (TPO) over insulation.
5.0 ASBESTOS CONTAINING MATERIALS
Asbestos containing materials (ACM) were used extensively from the early 1900s to the late 1970s,
when the manufacture of most asbestos products was banned in the U.S. The ban did not include all
products nor the use and application of asbestos products. Therefore, suspect ACM may be present
in structures built after the initial ACM ban and in newly constructed facilities. Since the 1990s,
importation of building materials from foreign countries, perhaps unknowingly, has resulted in the
use of ACM in new construction.
5.1 Regulatory Basis
Asbestos inspection purpose is in compliance with regulatory requirements enforced by local, state
and federal agencies, including: 40 Code of Federal Regulations (CFR) Part 61 National Emission
Standards for Hazardous Air Pollutants (NESHAP) administered by the Washington State
Department of Ecology; 40 CFR Part 763 Asbestos Hazard Emergency Response Act (AHERA), 29
CFR Part 1926.1101 Asbestos Administered by Environmental Protection Agency (EPA);
Administered by Washington State Department of Labor and Industries (L&1) Division of
Occupational Safety and Health (DOSH), Washington Administrative Code (WAC) 296-62-077,
Asbestos, tremolite, anthrophyllite, and actinolite, and Yakima Clean Air Agency (YCAA),
Regulation 1. Under these regulations an ACM is defined as any material containing greater than one
(1) percent asbestos.
Regulations require the owner to inspect a facility for the presence of ACM prior to undertaking a
construction, remodel, renovation, maintenance, or demolition project, and to provide inspection
results to affected contractors or employees
5.2 Sampling Methodology
The asbestos inspection was conducted by the AHERA accredited Building Inspector(s), as specified
in pertinent regulatory references.
Fulcrum's ACM sampling method consists of the following tasks:
• Visual inspection of the area of investigation for the presence of suspect ACM, determination
of friability, and any damage to highly suspect ACM.
n Identification of homogeneous materials present within the area of investigation and the
AHERA classification of the material as either a surfacing material (SUR), thermal system
insulation (TSI), or miscellaneous (MSC) material.
▪ Establishment of the homogeneous material identifier and a description of the homogeneous
material, such as, dimensions, color, texture, etc.
▪ Collection of representative sample(s) of the homogeneous material per AHERA sampling
requirements.
Hazardous Building Materials Inspection 2
2312 West Nob Hill Boulevard, Yakima, Washington
1
5.2.1 Visual lnspection
A visual inspection of all accessible spaces within the identified investigation area(s) was conducted
in accordance with applicable regulatory and industry standards. Equipment systems were visually
inspected for suspect materials: however, systems were not dismantled to determine if suspect ACM
were present in interior components.
During the inspection of the Tiger Mart building. Fulcrum inspected all piping systems and identified
only plastic covers with no fiberglass -type insulation, therefore no samples were collected. Fulcrum
observed 110 insulation materials between suspended ceiling tile of the building. No attic spaces,
crawlspaces or hatches were observed at the time of the inspection.
5.2.2 AHERA Material Classification
Under AHERA. suspect ACM are classified as SUR. TSI, or Miscellaneous. As defined in AHERA,
40 CFR 763:
"Surfacing Material" (SUR) means material in a school building that is sprayed -on, troweled -
on, or otherwise applied to surfaces, such as acoustical plaster on ceilings and fireproofing
materials on structural members, or other materials on surfaces for acoustical, fireproofing, or
other purposes.
"Thermal System Insulalinn" (TS l) means material in a school building applied to pipes,
fittings, boilers, breeching, tanks, ducts, or other interior structural components to prevent heat
loss or gain, or water condensation, or for other puposes.
" ivf/,scel/aneous Material'. (MSC) means interior building material on structural components,
structural members or fixtures, such as floor and ceiling tiles, and does not include SUR or
TSI.
Subsequent revisions and regulatory guidance has applied these definitions to all buildings, regardless
of use, and inclusion of exterior ACM based on their material type. For instance, pipe insulation in
an exterior tunnel is considered TSI.
5.2.3 Homogeneous Areas
An AHERA material classification was further subdivided into "Homogeneous Areas".
Homogeneous Areas are those materials that are consistent throughout a building and are based on
color, texture and/or construction era. Identification of suspect building materials using this
homogeneous area definition is the current industry standard, and is the process used by federal. state.
and local agencies for determining, regulatory compliance.
Homogeneous Areas are often then subcategorized into general material type groups or systems, such
as vinyl tile, that can be indexed with an abbreviation, such as VT, for ease of reference in summary
data tables.
Hazardous Building Materials Inspection 3
2312 West Nob Hill Boulevard, Yakima, Washington
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
5.2.4 Representative Samples
Fulcrum collected samples of suspect materials per AHERA regulations, the industry standard for
both sample collection and analysis. Except where the AHERA accredited Building Inspector has
identified a limited quantity of suspect MSC, Fulcrum's standard sampling method requires that
analytical results from three (3) samples of each suspect material are collected to determine if a
material is non -ACM. Of each suspect ACM, a representative, full depth sample of the material is
sampled and placed into a labeled resealable bag.
Where Fulcrum's AHERA accredited Building Inspector identifies a suspect ACM to be unique, the
total area/length of the suspect ACM to be limited, or simply an additional confirmatory sample is
useful to conclude a report, less than three may be determined by the inspector to be sufficient.
5.2.5 Friability
Friability is an indicator ofa material's potential to release asbestos fibers. Materials are divided into two
general friability categories, friable or non -friable.
"Friable" means that the material, when dry, may be crumbled, pulverized, or reduced to powder
by hand pressure. Friable material also includes previously non -friable material that has become
damaged to the extent that when dry it may be crumbled, pulverized, or reduced to powder by
hand pressure.
"Non -friable" materials are defined as materials which when dry may not be crumbled,
pulverized, or reduced to a powder by hand pressure.
Friable materials are the most hazardous form of ACM. Their physical composition lends them more
susceptible to releasing asbestos fibers into the air when they are disturbed.
Non -friable ACM are generally associated with materials that have the asbestos fibers bound within a
protective covering or in an asphalt or concrete/mortar matrix. The release of asbestos fibers by these
materials is typically associated with an external force or aggressive action being applied to the material:
sawing, grinding, chipping, sanding, etc. Non -friable ACM are considered the less hazardous of these
two categories.
The friability ofa material is an important consideration when assessing and recommending a material's
response action. In addition to the assessment considerations, the friability ofa material is important with
respect to regulatory compliance. Compliance considerations include, but not limited to, worker
certification and protection, engineering controls, notification and disposal requirements.
When determining the friability ofa material, Fulcrum inspectors utilize the "hand pressure or touch"
test as required by law. However, this friability test was further supplemented by visual observations
as to the material's matrix structure and judging whether an external aggressive action (cutting,
sawing, grinding, sanding, etc.) would be required to release asbestos fibers. If a non-aggressive
action, such as striking or bumping the material with a sharp object, water damage, delamination, etc.
is anticipated to release fibers, the material is classified as a friable material by Fulcrum.
Hazardous Building Materials Inspection 4
2312 West Nob Hill Boulevard. Yakima, Washington
1
5.3 Homogeneous Materials Identified During the Inspection
The following summary presents the homogeneous areas identified during the inspection by AHERA
material classification. Following the homogeneous area general description is the associated
abbreviations used during sample collection and reported in summary tables:
SUR: The AHERA accredited Building Inspection did not classify any suspect ACI'vfs as surfacing
materials
TSL: The AHERA accredited Building Inspection did not cicissiw any suspect AC'ills as thermal
still acing insulation
MSC: The AHERA accredited Building Inspector classified the following suspected ACMs as
miscellaneous materials and assigned the associated homogenous abbreviation:
• Vinyl tile (VT)
• Ceiling tile (CT)
• Adhesive (ADV)
• Floorbase (FB)
• Gypsum wallboard system materials (GWB)
• Rooting materials (RFM)
5.3.1 Assumed ACM
An assumed ACM is any material that the inspector assumes contains greater than 1 percent asbestos
based on previous inspection results; manufacturers' labels, age. appearance: or inspector's expertise.
No materials were assumed to be ACM during this inspection.
5.3.2 Assumed Non -ACM
Under AHERA inspection criteria, some materials can be assumed to be non -ACM based on
manufacturers' labels, age. appearance, or inspector's expertise. The following materials were
identified throughout the facility and were assumed to be non -ACM based on manufacturers' labels,
age, appearance, or inspector's expertise:
• Wood components — shelves, doors, trim, framing. throughout
• Glass — windows, exterior/interior, throughout
• Concrete — foundation, throughout
• Metal — plumbing, ducting, throughout
• Fiberglass -like insulation — plumbing, ducting. throughout
5.4 Laboratory Methodologies
Seattle Asbestos Test (SAT) Laboratories, a NVLAP accredited laboratory (4200876-0) located in
Seattle, Washington was utilized for asbestos analysis. All materials sampled during the inspection
were analyzed by Polarized Light Microscopy (PLM). EPA Method 600/R-93/116.
Hazardous Building Materials Inspection 5
2312 West Nob HiII Boulevard, Yakima. Washington
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
5.5 Laboratory Results
5.5.1 Asbestos Containing Materials
Asbestos Containing Materials (ACM) are any homogeneous areas that contains greater than 1
percent asbestos in one or more of the samples analyzed or were classified as ACM based on the
inability to differentiate between ACM and non -ACM areas. See Figure 2 for Sample Location Map.
Table 1: Asbestosontainin
C Material Locations, Materials ocat ons Ti er Mart Results
es is
..:3
.iF
x.{ ++�'i
Sample,
.:^rv[.5:"a
.,.. �
�f,, µ _ 't','4"K• -
.. „ ;1'.�•..:K'.`, ,�.
., A.
•i3.f.Y,�'r .',',--,?�a:e.�
t ''+?
Ind'e`nt
.^'7Y3'�:.:51.9 �YAim,i'
.: .{ �ef
-:tf o^.•i.a'e'7s ;fi:RRa
fJd't''' ,
�('i'F 'it??., r;5 ,S„ ,t..���r ��'S`;ra4� :
:,r:.',: ,, ' . s, „r''=
`�,:' ab* -;C'o'g' -b}" "}a:S p':,.Hrs✓,:1
:�� �D,escr► tion �.�-ti:, 2
x" i4'?€-' .:�:P. E::l,"m';,=.` : - y.
n." %lY
- :7w :.k. t. °h 'f�4��.,�,Jm�fSM
`,
X".�h'� !� .}wi,
5S. ,P� .iT,t
. }u r.E:' .- ...4;�:. ":'1/ : r�"ri:
.;�., ;a'.
�i P •,, @.
;.Sam Ie:Locat'ion�
.i>« ,., ;'1,7+,
"il,'.. �.E
.iRS.,J. ,,. ,",,'i,:
��:_-,: tt., �. _uw7L:� ;,. :t,-
'Y w:� =,k=:..�.,s.,,,d* .
r �:�;.Gomment.
..`, !.-
. .4 ' r ,,(Y' ..
,,,� v.kP3'.rii.+1L:. 3Tiya{,"in,�m-.::,3"!r4!:.Hn7G;XFf(',Y;:
.
�[�y.:N
tx)":-..
.;tf _ 'r"r'iJ5
r :'Friabilit`F .
��r iS ,'f
.,t}�+�':��ti�
.,& Condition4::-yAd
�, .�. 1 �h:
]1'.�ti_.+�i
103014-01
VT -01
Non -ACM 12 -inch off-white
with gray speckles vinyl tile
over ACM black adhesive
Store floor, north
3% Chrysotile
Non -Friable
Good
103014-02
VT -01
Non -ACM 12 -inch off-white
with gray speckles vinyl tile
over ACM black adhesive
Store floor, center
3% Chrysotile
Non -Friable
Good
103014-03
VT -01
Non -ACM 12 -inch off-white
with gray speckles vinyl tile
over ACM black adhesive
Store floor, east
3% Chrysotile
Non -Friable
Good
Locations identified in the table reflect locations samp ed and may not represent all locations of identified materials.
5.5.2 Non -ACM
Non -ACM is any materials that contain 1 percent or less asbestos. All materials sampled during the
inspection were analyzed by PLM, EPA Method 600/R-93/116. The following tables list
homogeneous materials that were identified through laboratory analysis as non -asbestos containing.
See Appendix B for details of sample locations and analytical results. See Figure 2 for Sample
Location Map.
Table 2: Non -Asbestos Containing Materials, Locations, Tiger Mart Results
a+. "y>7,,5 +, Ti
uaAlf ��',,)
6£�7ample ,}
.Numberr y,a 3
Jq`, :G.'. ,,, .v x i v.'h : •.dK.,
v
u i iy
CG b'Y''t3{'��(ur
Index
x^{:R ..Y.si-r,�;`4:94'
•;,. I's'j"s S1 - '� ''Y Y2ffi »W "�.;`.,.3, :i`:[r:4 LL d Y
.Ev1..w. ,p 6
;i 4,' v YS tf 4 '•ted�,.i,+ 5 yd S yR't 4
N: s �Description + ark < e ?Y
: 4 F,"v:'-eY,.l1'r'"„:ry,"�i, as'4:'��r. 1 . �, .'M'trtn 'Ryh .; , i `.
✓.;...kem:.-.,T. „„�"n,, e
x,k?<,:wk13CP... i<;Gw.;e4).-r,,.,s-.. :
h Y _ _ r
{ ia"Fe _ i4 ?, ! JL .
yd ElXJ fin'
�,5 A Sample Locat>t'on i<+;xr
t„,,�.,vr4+k-.,:"#3 4�'iLi,.;y.{.�r7_w-::1K*itY��.n7:,.t: q_r ^{,,:oi
103014-04
CT -01
2 -feet by 4 -feet suspended white ceiling, tile
Store floor, north
103014-05
CT -01
2 -feet by 4 -feet suspended white ceiling tile
Store floor, center
103014-06
CT -0I
2 -feet by 4 -feet suspended white ceiling tile
Store floor, east
103014-07
ADV -01
Orange counter -top over clear adhesive
Cashiers counter -top, south
103014-08
ADV -01
Orange counter -top over clear adhesive
Cashiers counter -top, center
103014-09
ADV -01
Orange counter -top over clear adhesive
Cashiers counter -top, north
103014-10
FB -01
2 -inch black floorbase with black adhesive
Cashiers counter -top
103014-1 1
FB -01
2 -inch black floorbase with black adhesive
Cashiers counter -top
Hazardous Building Materials Inspection
2312 West Nob Hill Boulevard, Yakima, Washington
6
0!),-. er
1 c - :',.:
.24::.t
„, ,, „,' , ,,.i. .r.,„,
, „., ..,-, „ ' ge, ' ” egiti:0604; ' ".;1 '': --
.':.'.'-',:4Sfn.,,.•.-,'''a,':,,.;,-._ . ' ' ,',,
alWl.' amfile, i'I'cAtion':,. -
P',',;..,",g4.,/,v,: ,, '''".-';.:0:.,::,
103014-12
FB -01 FB -01
2 -inch black floorbase with black adhesive
Cashiers counter -top
103014-13
FB -02
4 -inch wood pattern floorbase over white adhesive
Hallway
103014-14
FB -02
4 -inch wood pattern floorbase over white adhesive
Hallway
103014-15
FB -02
4 -inch wood pattern floorbase over white adhesive
Hallway
103014-16
GWB-01
3/4 -inch white gypsum wallboard over brown paper
Hallway, east wall
103014-17
GWB-01
3/4 -inch white gypsum wallboard over brown paper
Store floor, entrance wall
103014-18
GWB-01
3/4 -inch white gypsum wallboard over brown paper
Store floor, east wall
103014-19
GWB-02
5/8 -inch white gypsum wallboard over brown paper
Hallway
103014-20
GWB-02
5/8 -inch white gypsum wallboard over brown paper
Cashiers area
103014-21
GWB-02
5/8 -inch white gypsum wallboard over brown paper
Hallway
103014-22
FB -03
4 -inch black foorbase over adhesive over white
gypsum wallboard debris
North entrance
103014-23
FB -03
4 -inch black foorbase over adhesive over white
gypsum wallboard debris
North wall, center
103014-24
FB -03
4 -inch black foorbase over adhesive over white
gypsum wallboard debris
North vall, west area
103014-25
RFM-0 I
White painted yellow foam insulation over black
asphaltic adhesive over black asphaltic felt paper
over brown perlite material
West area
103014-26
RFM-01
White painted yellow foam insulation over black
asphaltic adhesive over black asphaltic felt paper
over brown perlite material
Center area
103014-27
RFM-01
White painted yellow foam insulation over black
asphaltic adhesive over black asphaltic felt paper
over brown perlite material
East area
1 Locations identified in the table reflect locations sampled and may not represent all locations of identified materials
Hazardous Building Materials Inspection 7
2312 West Nob Hill Boulevard. Yakima, Washington
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
PO
5.6 Summary
Laboratory analysis identified the following asbestos containing materials:
• Black adhesive associated with non -ACM 12 -inch off-white with gray speckles vinyl tile —
estimated 2,400 square -feet
Asbestos containing materials should be removed and disposed of by a Washington Asbestos
Contractor following all pertinent regulations prior to building demolition. If any new suspect
material(s) is identified during demolition, work should be halted until the material(s) is sampled.
6.0 LEAD CONTAINING MATERIALS
Lead containing materials (LCM) are any product, with naturally occurring lead, or manufactured, or
produced with lead. Lead materials can include, but are not limited to, paint, varnish, mortar, alloys,
etc. Lead containing material inspections may be performed using paint chip sampling and laboratory
analysis, field x-ray fluorescence (XRF) instrumentation, or a combination of both approaches.
6.1 Regulatory Basis
The purpose of the LCM investigation is to facilitate pending modernization and demolition activities
in compliance with pertinent regulations while protecting workers, the public, and the environment.
For purposes of this investigation, LCM are being evaluated under or based upon the following
regulations:
▪ Worker Protection: WAC 296-155-176, Lead; and 29 CFR 1910.1025(a)(2), Lead
• Consumer Protection: 16 CFR 1303 Bcin of Lead -Containing Paint and Certain Consumer
Products Bearing Lead -Containing Paint and 16 CFR 1500 Federal Hazardous Substance
Act
• Target Housing and Occupants: WAC 365-230 Accreditation of Lead -Based Paint Training
Programs and the Certification of Firms and Individuals Conduction Lead -Based Paint
Activities and Renovation and 40 CFR Part 745 Lead -Based Paint Poisoning Prevention in
Certain Residential Structures, Subpart E. Residential Property Renovation, commonly
referred to as the Renovation, Repair, and Painting (RRP) regulations
• Lead Safe Housing: 24 CFR Part 35 Lead -Based Paint Poisoning Prevention in Certain
Residential Structures
• Waste Characterization: WAC 173-303, Dangerous Waste; and 40 CFR 261, Identification
and Listing of Hazardous Waste
The most stringent lead regulations are found in the lead in construction regulations administered by
the Occupational Safety and Health Administration (OSHA), in federally managed areas, and the
Department of Occupational Safety and Health (DOSH) in Washington State. Under these worker
protection regulations any material containing a detectable concentration of lead is a LCM. Lead in
construction regulations apply to all work environments during many types of tasks including, but
not limited to, the following:
Hazardous Budding Materials Inspection 8
2312 West Nob Hill Boulevard, Yakima, Washington
1
(1) Demolition or salvage of structures where lead or materials containing lead are present;
(2) Removal or encapsulation of materials containing lead;
(3) New construction. alteration, repair, or renovation of structures, substrates, or portions
thereof, that contain lead, or materials containing lead;
(4) Installation of products containing lead;
(5) Lead contamination/emergency cleanup;
(6) Transportation. disposal, storage, or containment of lead or materials containing lead on the
site or location at which construction activities are performed; and
(7) Maintenance operations associated with the construction activities described in this section.
In 1978, the Consumer Product Safety Commission (CPSC), under 16 CFR Part 1303. enacted limits
on the lead concentration in household paints to not more than 0.06% lead by weight, or 600 mg/Kg.
Linder the Consumer Product Safety Improvement Act of 2008, the acceptable concentration of lead
in consumer products was lowered to 0.009% or 90 mg/Kg. While the OSHA has not identified a
specific lead concentration below which the lead in construction regulations do not apply, they have
issued guidance that the CPSC established values are a reasonable lower concentration for
determining applicability of the lead in construction regulations.
Under the RRP regulations, only impact to painted components with lead concentrations at or above
1.00 milligrams per square centimeter (mg/cm'-) or 5.000 parts per million are regulated as lead-based
paint when they occur in target housing or where target occupants frequent. Target occupants include
children less than 6 years of age and women of childbearing age. Much of the regulatory basis for the
RRP regulations are sourced in the regulations first established under HUD for the management of
public houses. In Washington State, the regulations are further intertwined in that the regulations
governing the performance and record keeping of lead inspection and risk assessment tasks also
include the state RRP program. While lead in construction still applies to all properties. the RRP
regulations only address residential housing and target -occupied facilities where lead-based paint is
present.
Except under specific allowance for some residential renovation debris, all demolition debris must be
evaluated for potential toxicity to the environment and evaluated by a process referred to as waste
characterization. Under Ecology's Dangerous Waste regulations any waste must be analyzed for the
known and potential constituents, including lead, to determine if the material is leachable above
acceptable levels Demolition debris containing lead must be characterized for leachable lead prior to
transport, recycling, or disposal. Lead concentration above 5.0 parts per million (ppm) as measured
by the Toxic Characterization Leaching Procedure (TCLP) analytical methodology is considered
dangerous waste and must be disposed of at a Resource, Conservation, and Recovery Act (RCRA)
Subtitle C landfill.
Under the RRP regulations homogenous components where the lead concentrations is above 1.00
mg/cm2 or 5,000 mg/Kg are considered LBP. Typically, Fulcrum will evaluate components with XRF
readings of less than (<) 1.00 mg/cm' by paint chip analysis or recommend that the material be
assumed LCM. For purposes of worker protection paint chip samples collected from homogeneous
areas where the lead concentrations above the 1978 CPSC value of 600 mg/Kg total lead will be
considered lead containing materials.
Hazardous Building Materials Inspection 9
2312 West Nob Hill Boulevard, Yakima, Washington
See Appendix C for complete summary of LCM results, values above 1.00 mg/cm- are identified with
bold text, and values above the method reporting limit are shown with italic text.
6.2 Sampling Methodology
A visual inspection of accessible portions of the investigation area was conducted. The inspection
was conducted in substantial conformance with applicable regulatory and industry standards.
Relevant portions of the 1995 HUD guidance (Revised in 2012) and Washington State lead-based
paint regulations, including the use of field x-ray fluorescent (XRF) and paint chip sampling protocol.
The LCM inspection consists of following basic steps:
• Identification of homogenous areas and components
• XRF field testing of homogenous areas and components
• Paint Chip sample collection for laboratory analysis
6.2,1 Identification of Homogeneous Areas and Components
Characteristic painted surfaces were classified as homogeneous areas based on color of surface paint,
substrate, construction era, and in some cases, color of sublayers. Homogeneous materials are one of
the key elements for referencing both lead and non -lead materials identified during the inspection and
used within this report. Sample locations in the facility were selected to be representative of the
various homogeneous areas. Full -layer thicknesses of existing paint were evaluated to obtain a
historical representation of all paints applied to the tested component.
Paints that appear homogeneous for a given substrate may have been manufactured during different
time periods and by different companies or niay obscure the underlying variations in paint history
and application areas. To counterbalance this possibility, multiple XRF analysis or paint chip samples
of suspect homogeneous components with surface areas greater than (>) 1,000 square feet were
collected in different locations and analytical results compared to confirm lead content conclusions.
For this inspection report, homogeneous areas/materials were developed using the site figures, surface
color, and component composition as primary considerations, supported by visual observations made
in the field regarding material appearance, texture, size. color, and/or manufacturers' labels. Suspect
painted surfaces were then sampled to determine if they contain lead or are non -lead containing based
on XRF or laboratory results. Once the analytical results were received and reviewed, additional
samples may be collected for materials with inconsistent results.
6.2.2 Field Testing of Homogeneous Areas and Components
Fulcrum utilized a Niton XLp Portable XRF Analyzer, manufactured by Thermo Scientific, Inc.,
model number XLp 306A, serial number 91 1 12, with an April 15, 2014 radioactive source, to field
test for lead in painted or stained surfaces. The XRF sends energy in the form of a gamma ray photon
into the sample material. Some gamma rays dislodge electrons in the inner shell of atoms, causing the
atom to become unstable. Electrons from the outer shell of the atom fill vacant gaps in the inner shells.
During this process, the electrons release an x-ray photon. An x-ray photon has an energy level
characteristic of the type of element that it carne from. The XRF instrument measures the energy level
Hazardous Building Materials inspection 10
2312 West Nob Hill Boulevard, Yakima, Washington
I
and quantity of returning x-ray photons to determine the amount of lead present at the sample point.
Calibration samples collected per sampling protocol were within acceptable ranges.
An XRF instrument directly reads the lead concentrations in mg/cm- lead and cannot determine
percent by weight, often reported as mg/Kg. There is no direct relationship between mg/cm'- and
percent lead by weight. Determination of percent by weight can only be confirmed by laboratory
analysis.
For XRF analysis, all painted surfaces are initially tested with a variable analytical precision. Test
results below the variable analytical precision are classified as non-LCM and show in the data table
as < the limit of detection (LOD). Results above the variable analytical precision are classified as
LCM and where > 1.00 mg/cm2 as lead-based paint. The following system was used to identify
homogeneous materials:
• Materials that were assumed to contain lead, based on the experience and expertise of the Lead
Inspector/Risk Assessor, are considered homogenous.
• Analyses of multiple samples from a homogeneous material were compared for classification
purposes.
• Materials that were sampled and reported as LCM via XRF analysis and materials that were
applied during the same construction/renovation phase and appeared the sane were assigned
to a homogenous material group.
• If all samples analyzed from a homogeneous material have analytical results (analytical
reading plus method variability) less than the applicable detection limit, then the
homoueneous area is considered a potential low risk for worker protection purposes and
additional paint chip confirmation sampling is completed or recommended.
6 2.3 Paint Chip Sample for Laboratory Analysis
Fulcrum's certified Lead Inspector or Risk Assessor collected paint chip samples of'select building
materials where XRF field testing identified homogenous area lead concentrations at or below the
XRF method detection limits Paint chip sample analytical results are used to determine if the lead
concentrations in the paint or varnish is above 600 mg/Kg and appropriate for disclosure to the project
contractor for worker protection purposes.
Lead paint chip samples were submitted to NVL Laboratories. Inc., a NVLAP accredited laboratory
(#102063-0) located in Seattle, Washington, an Environmental Lead Proficiency Analytical Testing
(ELPAT) Program certified laboratory Submitted samples are analyzed by EPA Method 7000B for
total lead. See Attachment C for complete Lead Analytical Results.
6.2.4 Waste Characterization Sampling
The purpose of waste characterization is to evaluate the concentration of leachable lead with the
component, component system, or whole structure that is anticipated to be deposited into a landfill.
To evaluate the structure, Fulcrum's certified Lead Inspector or Risk Assessor reviews the site
structure, XRF Held testing and/or paint chip laboratory results, and extent of lead impacting work
planned by the owner or contractor(s). Some materials, such as metal components that will be recycled
Hazardous Building Materials Inspection I I
2312 West Nob Hill Boulevard. Yakima. Washington
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
or cement asbestos siding that will be abated, are excluded from evaluation of lead waste
characterization and may be more properly evaluated separately.
When the content of the waste stream has been determined, Fulcrum's certified Lead Inspector or
Risk Assessor completes measurements of the building systems and calculates a percent composition
of each component type in the whole structure volume. The waste characterization method requires a
composite sample of representative building components, including both LCM and non-LCM in
conformance with ASTM Standard E 1908-10 Standard Guide, for Sample Selection of Debris Waste
from a Building Renovation or Lead Abatement Project for Toxicity Characteristic Leaching
Procedure (TCLP) Testing for Leachable Lead (Pb) and Ecology's suggested 'composite sample and
demolition' sampling plan.
Sampled materials include, but are not limited to: painted components, unpainted "natural"
components, concrete, fiberglass -type insulation, glazed ceramic tile, ceiling tiles, carpet, carpet pad,
roofing, flooring, etc. Aggregation of all building components allows for whole demolition debris
characterization as required under the method. Components composing less than 1 percent of the
building volume are generally not included in the sample unless the components were identified with
lead-based paint.
The TCLP sample was collected and submitted to NVL Laboratories, a Washington State Department
of Ecology accredited laboratory, located in Seattle. Washington, for analysis by EPA Method
1311/7000B.
6.3 Components Identified During the Inspection
Painted components identified during the inspection are identified in Appendix C.
6.3.1 Assumed Lead Containing Materials Identified
The following materials are assumed to contain lead greater than the limit of detection:
• Metal pipe caps and plumbing, roof jackets
® Plumbing components
▪ Solder or plumbing and metal brazed components
6.3.2 Assumed Non -Lead Containing Materials
The following materials are assumed to be non -lead containing materials:
• Glass
• Unpainted wood
• Unpainted concrete
• Unpainted pipe
■ Unpainted plastics
• insulations
9 Roofing materials
Hazardous Building Materials Inspection 12
2312 West Nob Hill Boulevard, Yakima, Washington
1
6.3.3 XRF Field Testing Results
Results of this inspection indicate that lead was detected in amounts Tess than or equal to the method
limit of detection. instrument calibrations were performed before and after lead testing. The
instrument in all 56 XRF field testing locations was performing within acceptable limits See
Appendix C for materials analyzed and XRF results.
6.3.4 Paint Chip Results
Results of this inspection indicate that lead was detected in concentrations less than or equal to the
method reporting limit of detection for the following homogenous area. See Figure 2 for paint chip
Sample Location Map. Sample results shown in Bold represent analytical results greater than 600
mg/Kg for total lead and a potential worker protection concern. Sample results shown in Italics
represent analytical results greater than the limit of detection but Tess than 600 mg/Kg for total lead.
See Appendix C for all paint chip laboratory analysis.
Table 3: Lead Paint Laboratory Results
zi!. iiii.rn. •:enr: , '''' e
i f I•
xSam lek m
� ,P ..F � �
:��;
.,��i,x, .c,•.,.x s,�•tt� t•
z4t .�e
umuert,;�r
, ;,,w• , -n•,iii"' i.ili"r;:
t:. 3`S r.
;;r;,
,���;c��>Sam le.�,..,�:.,;y
.,.rR�,.,•,w; _wr,,r.,
�"�. ,r;�°�..;,.,<,.
„r':�
.�;;, ocat�on” r;;
� ` �.x¢
',.,
r,. . ,.3W�;
., wEaint�Color:
y,>;:,F..,t.:.,;,
,..:; r :. .
- _ ,r.,
_ s@°
Ji`Re "orcin Limit,••
;: .. ,p,.w .,g •,,t>a��;a;;�,...
--�., ���
:iir•`mg/I-gf
:eV;'7 elm,s i v"Py`:f4�1
,a. ,Results.tn�:
_ ;k; t,
,P,•.. �,�.�:,r::�
,.,„;.•r.:a t�t?rr
.mg/,Kg a z, ,
i1� •Eh „RIRM"y er4,�'M, ,• ;kM„*tj,�"i4?
�"r F,r, ±rsr.: } i..,�i:n„
,�, a.,;,
.htr esuIts,in; �,w �.ent
a,:ResultsinaPercent
cr ti P: ,• ,
PC -01
East store wall,
gypsum
wallboard
White
51 0
<51 0
<0 0051
PC -02
Door frame on
food prep,
wood
Gray
60 0
<60 0
<0 0060
PC -03
West store
wall, gypsum
wallboard
White
50 0
<50 0
<0 0050
PC -04
Restroom door,
wood
Licht gray
49 0
<49 0
<0 0049
PC -05
1-1VAC
ductwork,
metal
White
49 0
<49 0
<0 0049
PC -06
East exterior
wall, metal
White
49 0
260 0
0 0260
PC -07
Pipe of west
exterior. metal
Pale oreen
50 0
140 0
0 0140
PC -08
West exterior
pipe, metal
Beige
56 0
<56 0
<0 0056
PC -09
North soffit.
metal
White
50 0
470 0
0 0470
PC -10
\Vest exterior
trim. metal
Beiee/gray
47 0
47 0
0 0047
6.3.5 Waste Characterization Results
Results of this inspection indicated that leachable lead was less than the analytical method reporting
limit of detection. Samples of representative building components were composited in the following
proportions estimated to be characteristic of the demolition debris associated with the structure.
Hazardous Building Materials Inspection 13
2312 West Nob Hill Boulevard, Yakima, Washington
o '
Mo I
1
Former Tiger Mart:
• Unpainted wood — 10%
• Painted wood — 13%
• Metal — 17%
• Concrete — 30%
• Gypsum wallboard material — 0.5%
• Brick — 9%
• Insulation — 0.5%
• Roofing material — 20%
Laboratory analytical results documented that the sample had <0.5 ppm of leachable lead. Results of
the TCLP analysis can be found in Appendix C.
6.5 LCM Summary
Fulcrum's LCM inspection included field XRF testing, paint chip analysis, and waste
characterization. All XRF samples indicate that lead was detected in amounts less than or equal to the
method limit of detection. Paint_ chip analysis identified six of the ten samples to be less than the
method limit of detection, of the four were greater than the method limit of detection and all were less
than 600 mg/Kg. Waste characterization of building composite resulted in <0.5 ppm of leachable lead
and below the dangerous waste threshold. Disposable waste of demolition debris can be managed as
a solid waste.
In accordance with worker protection regulations, work practices should be evaluated and employee
exposure should be monitored to assess the need for more stringent controls during component impact
where lead has been identified.
7.0 LIGHTING AND ELECTRICAL COMPONENTS
7.1 LEC Regulatory Basis
This investigation was designed to identify LEC that may require segregation and special handling or
waste characterization prior to disposal as a result of planned demolition activities. Requirements for
waste characterization are identified in Ecology's Dangerous Waste Regulations, WAC 173-303;
EPA's Toxic Substance Control Act (TSCA) 40 CFR Part 761; and EPA's Identification and Listing
of Hazardous Waste in 40 CFR Part 261.
Lighting and electrical equipment components is a general term that refers to potential waste streams
associated with all electrical equipment when components fail, are replaced, or are removed during
renovation or demolition activities. Waste can include transformers and ballasts with PCB; non -PCB
ballasts; mercury vapor lamps, mercury switches, and other waste streams.
Electrical transformers have utilized mineral oil mixed with varying quantities of PCB as dielectric
Fluid since the early 1950s. Polychlorinated biphenyls (PCB) were also commonly used in light
ballasts prior to 1978. Light ballasts have also been shown to contain other hazardous materials
Hazardous Building Materials Inspection 14
2312 West Nob Hill Boulevard, Yakima, Washineton
0 0
besides PCB, both in newer and older ballasts. Ballasts that have been manufactured without PCB are
labeled as `'No PCB" or "Non -PCB." Individual ballasts that are not labeled are assumed to be PCB
containing. Sampling of individual ballasts is not traditionally completed as the analytical costs
exceed disposal costs.
Fluorescent lamps have historically contained mercury. Tubes and bulbs that are manufactured with
low concentrations of mercury may be designated with green ends or caps. Although typically of a
low quantity, the mercury present in these tubes and bulbs should be captured and recycled, not
disposed of in landfills. Mercury containing tubes and bulbs can be managed as universal waste
7.2 Inspection Methodology
Fulcrum's Hazardous Waste Operations and Emergency Response (HAZWOPER) trained inspector
conducted a visual inspection of LEC to determine potential hazardous constituents such as PCB,
(diethylhexyl) phthalate (DEHP), or mercury. Fulcrum completed the following inspection procedure
during this LEC inspection:
1. Record and identify the work space or functional area being inspected.
2. identify the type and number of all lighting fixtures and record tube length. size, and number.
3. Observe any plastic or metal diffusers or other covers for indications of oil staining or
discoloration that may be associated with an oil release, electrical fire or sparking, failed
ballast, etc.
4. Record observations
7.3 Results
Fulcrum's review of the buiIdmgs identified several types of fluorescent fixtures The following table
summarizes number of fixtures, number and size of lamps in the fixtures.
Table 6: Summary of Fluorescent Fixtures, Lamns, and Ballast
-..S' K£:� :S. .v Y;r.s[�+: >•��r �:
..h.l
�...-�a;6 .1. �K
v....�' :�:� •,'f'"
j!;,..:.. :ra I -. -'°� ;. '':':"=tr f..
„ v ;•.,N�w f +',.°F.
�... �:Location';�,,:t. �4.•:
.,4 ,_
..ru...,... �, - .,.. <:..-;. _... �..,.��:,�? ,..�r
�. ;f. ..v.�w;�
>:ta"' i+k -SStr,
5....,tiM' t,..
� r � ���fti�c;•v:2f rvi:. r,y,.��'q.�:�
L �d
<xture-T e ',
�:r��: ,�
# ..4:g11: Y,P ,.tr
�t�.�.t=f..:4,�',.r�.•,.�e.i:;�tl�-��^
..�rt.v
cu;,
" „�-: - -Gp
-
x*Fixtures:•,
i:7'�.r,; ��,r:: °t~�'•
;Lha -
,:. .v':•;;:,`t'
^"G; ;,.�:u.,,-=;
-
afn...:.v
�'s:H: am s' ::�f,�Ballasts:°,:,�
1? '<
;`�-:.�,;F� f.
.;'�.. ..f.iS.;lns1;
;�j`�r, a.• f•.,.:..r ..
K,r� tt. .'?�.
;.,�E + � �
-di. .._5•'y
<,1 .F
�r-�:*t•k�,,.,�..
5 ::�Oms[. 4... ...-;�
�. a° 1?.K..,; ,, r .
;:h�s.� :�, ,,. ���'_�
,. �F•luorescent2Lamps ...
:fres e , z...:7:s e:
Tiger Mart
Single 4 -foot
Single 6 -foot
Single 8 -foot
60
60
30
5
7.4 Conclusions
Fulcrum's inspection confirmed the presence of fluorescent lamps, compact fluorescent lamps, and
assumed PCB -containing ballasts associated with the former Tiger Mart convenience store building.
7.5 Summary
Fulcrum recommends that all lighting lamps, ballasts, and bulbs be removed from the property for
recycling prior to demolition.
Hazardous Building Materials Inspection 15
2312 West Nob Hill Boulevard, Yahima, Washington
8.0 OZONE DEPLETING COMPOUNDS
8.1 ODC Regulatory Basis
The 1990 Clean Air Act Amendments, codified in 42 CFR Part 85, and titled Air Pollution Prevention
and Control, commonly known as the Clean Air Act, phase out manufacture of some ODCs. The
primary targets of the cutback are Chlorofluorocarbons (CFCs), Halon, carbon tetrachloride, and
methyl chloroform. The goal of the program is to prevent releases of ODCs to the atmosphere. In
addition to restricting the production of these materials, EPA's Protection of Stratospheric Ozone
Program, 40 CFR Part 82, Protection of Stratospheric Ozone Substitute Refrigerant Recycling,
Amendment to the Definition of Refrigerant, includes requirements for reporting, tracking, and
registration.
Effective November 15, 1995. the Clean Air Act prohibited the knowing venting, release, or disposal
of any substitute for CFC and Hydrochlorofluorocarbons (HCFC) refrigerants by any person
maintaining, servicing. repairing, or disposing of air conditioning and refrigeration equipment.
Recovery and reuse or disposal of CFCs and HCFC is required.
Further, under Washington State's Dangerous Waste Regulations, WAC 173-303-506 Special
requirements for the recycling of spent CFC or HCFC refrigerants, refrigerants are to be recycled
and when recycled, are not considered dangerous wastes. Refrigerants eligible for these special
requirements are those CFCs and HCFCs that were used as heat transfer material in a refrigeration
cycle in totally enclosed heat transfer equipment and are subsequently reclaimed or recycled.
8.2 Inspection Methodology
Fulcrum's HAZWOPER-trained inspector conducted a visual inspection of suspect ODC containing
systems to determine potential hazardous constituents such as CFCs and HCFCs. No effort was made
to distinguish between modern hydrofluorocarbons (HFC) or perfluorocarbons (PFC) containing
equipment. Fulcrum completed the following inspection procedure during this ODC inspection:
I . Record and identify the work space or functional area being inspected.
2. identify the type and number of all suspect refrigerant containing building components or
contents, such as standalone refrigerators.
3. Observe if the components or contents are operable.
4. Record observations.
8.3 ODC Inspection Results
Fulcrum's review of the work space identified the following within the Tiger Mart building: a water
heater tank, walk-in refrigerator, three freezers, one external refrigerator, multiple disassembled
fryers, a kitchen fryer and stove with a ventilation system, and a heating ventilation and air
conditioning system.
Hazardous Building Materials Inspection 16
2312 West Nob Hill Boulevard, Yakima, Washington
o 'I BE I
8.4 Conclusions
Fulcrum recommends that all refrigerants and coolants be recovered from the abandoned systems by
a certified technician prior to demolition of the former Tiger Mart building.
9.0 CONCLUSION and Recommendations
9.1 Asbestos Containing Materials
Laboratory analysis identified the following asbestos containing materials:
• Black adhesive associated with non -ACM 12 -inch off-white with gray speckles vinyl tile —
estimated 2,400 square -feet
Fulcrum recommends that all asbestos containing materials be abated by a license asbestos abatement
contractor prior to structure demolition.
9.2 Lead Containing Materials
Results of this inspection indicate that lead was detected in amounts below 600 ppm and consistent
with OSHA interpretation. not subject to lead in construction standard.
Additionally, TCLP analysis of building composite indicates building waste was below the dangerous
waste threshold, and disposal of demolition debris can be managed as a solid waste.
9.3 Lighting and Electrical Components
Fulcrum's inspection confirmed the presence of 60 fluorescent lamps and 5 compact fluorescent
lamps and 30 presumed PCB -containing ballasts associated with the former Tiger Mart convenience
store building.
Fulcrum recommends that all LEC's be removed from the structure prior to demolition for recycling
or disposal.
9.4 Ozone Depleting Compounds
Fulcrum identified 7 installed components that likely contain some type ofODC.
Fulcrum recommends that all refrigerants and coolants be removed for recycling or disposal prior to
the demolition of the Tiger Mart building.
Hazardous Building Materials Inspection 17
2312 West Nob Hill Boulevard. Yakima, Washington
10.0 LIMITATIONS
Fulcrum Environmental Consulting, Inc.'s scope of services for this project was limited to a
Hazardous Building Materials inspection of the former Tiger Mart convenience store located at 2312
West Nob Hill in Yakima, Washington as outlined in the preceding sections. Results are specific to
the time and day of inspection and may not reflect conditions at other times. Fulcrum makes no
warranties, expressed or implied as to the accuracy or completeness of other's work included herein.
Fulcrum has performed these services in accordance with generally accepted industry standards of
care at the time of the inspection. No warranty, expressed or implied, is made.
Hazardous Building Materials Inspection 18
2312 West Nob Hill Boulevard, Yakima, Washington
Figures
Site Location Map
Sample Location Map
Hazardous Building Materials Inspection
2312 West Nob Hill Boulevard, Yakima, Washington
1 O,
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
environmental consulting
Fulcrutn Environmental Consulting, Inc.
406 North Second Street, Yakima. Washington 98901
p: 509.574.0839 E 509.575.8453 cfIIcrummet
2312 West Nob 11111 Blvd HRM. 141342. L\1W 111314
2312 West Nob Hill Boulevard
Yakima, Washington
Site Location
FIGURE
1
1 E MN E 1111E1 EN E M MS E 1 NM MO M
06
To West Nob Hill Boulevard
FMERVM
environmental consulting 1 0
24 17 22
Cashier/Register
Area
03}
Restroo
10
11
12
09
08
07
Detached
20 Water Heater
14 \
13 15
19
21
Office Space
(0
16
1
01
Mobile
Refrigerator
04
23
Freezer
Food Storage Aisle
05
02
Food Storage Aisle
1261
06
1271
03
C1i
m
C-13
CD
N
co
Storage
Cook and Food
Prep Room
105
Beverage
Storage
Beverage
Storage
Beverage
Storage
Beverage
Storage
Walk-in Fridge
✓1
Legend
Interior Sample
Location 103014- ##
Roofing Sample
Location 103014-17
LCM Sides
A -North B -East
C -South D -West
Paint Chip Sample
Location PC --A
NQ
Not Drawn to Scale
Fulcrum Environmental Consulting. Inc.
406 North Second Street. Yakima, Washmeton 98901
p: 509.574.0839 r 509.575.8453 efulcrum.net
2312 West Nob Hill Blvd HMB. 141342 LMW 111314
2312 West Nob Hill Boulevard
Yakima,Washington
Sample Location Map
FIGURE
2
APPENDIX A
Professional Certifications
Hazardous Building Materials Inspection
2312 West Nob Hill Boulevard, Yakima, Washington
1
1
1
1
1
has satisfactorily completed
4 hours of refresher training as an
to comply with the training requirements of
TSCA Title II / 40 CFR 763 (AHERA)
Oct 15,2014
Date(s) of Training
Exam Score NA
Argus Pacific, Inc. • 1900 W Nickerson. Suite 315 • Seattle, Washington • 981 19 • 206.285 3373 • fax 206.285.3927
1
1
1
1
1
1
1
1
1
1
pav&vie-
1
1
STATE OF WASHINGTON
Depamentof Comrnerce
Leaci-Ba416aint program
Levi Wyatt
Has fulfilled the certifitiOnrequiremeriti—Of Washington Adininistrative
code (WAC) 365-230 and has been certified to•conduct lead-based paint
activities Putsgant to'WAC 365-230-200 as a:
Risk Assessor
Certification # Issuance Date Expiration Date
6590 5/14/2014 5/14/2017
1
1
1
1
1
1
1
;l,' " "�`,f`fL Y,�..r.:,.w.— • _ 1 "`, .,er. �" f^` ;�/
r. !,) 'Y' AJ t f Yf
�� i '� tr
rtiw�hl'rk-14"-. �= �`�1 1 £ tY
r.xg,,,.n ¢- -rw.q.
has satisfactorily completed
4 hours of refresher training as an
to comply with the training requirements of
TSCA Title II / 40 CFR 763 (AHERA)
1
1
1
1
k
1
;
/1
1
1
1
1
1
1
1
Instructor
EPA Provider Cert Number: 1085
-0 Jun 4, 2U 14 _
Date(s) of Training
Tf.AINING•CONSULTING n Exam Score. NA
Argus Pacific. Inc. • 1900 W Nickerson. Suite 315 • Seattle. Washington • 981 19 • 206.285.3373 • fax 206.265.3927
,or
}te�c't wtwA rt
tWirrw
has satisfactorily completed
4 hours of refresher training as an
to comply with the training requirements of
TSCA Title II / 40 CFR 763 (AHERA)
Instructor
EPA Provider Cert. Number 1085
Apr 16,20.14
Date(s) of Training
Exam Score. NA
Argus Pacific, Inc. • 1900 W Nickerson, Suite 315 • Seattle, Washington • 98119 • 206.285.3373 • fax 206.285.3927
has satisfactorily completed
8 hours of refresher training as a
to comply with the training requirements of
TSCA Title 11 / 40 CFR 763 (AHERA)
Argus Pacific, Inc. • 1900 W Nickerson, Suite 315 • Seattle, Washington • 98119 • 206.285.3373 • fax 206.285.3927
1
1
1
1
1
1
1
1
1
1
1
61/4N—P''4';tfr VAVA .,s
•Ea
STATE OF WASHINGTON
Department of Commerce
Lead -Based Paint Program
Peggy illiamson
Has fulfilled the certification requirements of Washington Administrative
code (WAC) 365-230 and has been certified to conduct lead-based paint
activities pursuant to WAC 365-230-200 as a:
Risk Assessor
1)6
Certification # Issuance Date Expiration Date
0625 4/11/2014 6/30/2017
1
1
1
1
1
1
Institute of Hazardous Materials Management
This certifies that
Peggy S. Williamson
has successfully met all the requirements of education,
experience and examination, and is hereby designated a
Certified h azardous M..w terials Manager®
May 1993
Dale of Cerlrf calu0n
May 31, 2019
Ct'rlrfrcalron Expo-cs
04189
Crcdenlral Number
Valid so long as this credential is renewed according to schedule and is not otherwise revoked
APPENDIX B
Asbestos Containing Materials Results
Hazardous Building Materials Inspection
2312 West Nob Hill Boulevard, Yakima, Washington
1
Asbestos Laboratory Results Summarv: Ti er Mart
1
1
1
1
A
i
1
,-i rar'Jtoi).iVi,
Description
Sample Location4
. Layers,e7r
.,
- ,s 4'pil,1,iA0ivit,",Wk. i I
n5
qlC?.,1C4d4Ati
iFriability n' i,..,.t. 7.N• O
MatriaIi":
103(114-01
VT -01
SAT
12 -inch off-white with
ora ‘ speckles v)ril tile
over black adhesive
Store floor north
i _
I
3% Chrysotile
Ycs
Good
Non -
friable
None
103014-02
VT -01
SAT
I2 -inch off-white with
gra\ speckles vinyl Ole
over black adhesive
Store floor, center
,
1
3% Chrysotile
Y es
Good
Non -
friable
None
103(114-03
VT -0I
SAT
12-1nch off-white with
gray speckles vinyl tile
over black adhesive
Store floor east
1 _
I
30 Chrysotile
Yes
Good
Non -
friable
None
1031)14-04
O1-01
SAT
2 -feet 1-)\ 4-leet
suspended white ceiling
Ole
Store floor, north
1
(1
No
Good
Non -
ridable
None
103014-05
CT -01
SAT
2 -fret by 4 -feet
suspended white ceiling
til \
Store floor center
1
0
No
Good
Non -
friable
None
103014-06
C TM I
Al,,
2 -feet In 4 -feet
suspended white ceiling
tile
Store floor east
1
0
No
Good
Non -
friable
None
103014-07
ADV -0 I
SAT
( )range counter -top over
clear adhesive
Cashiers counter
top. south
_
U
No
Good
on -
friable
None
103014-08
ADV -0I
SAT
Orange counter -top over
clear adhesive
Cashiers counter
top center
2
No
Good
°°
friable
None
None
103014-09
ADV -01
SAT
Orange counter -top over
clear adhesive
Cashiers counter
top north
,
_
0
No
Good
Non -
friable
None
103014-10
F13-0 I
SA"F
2-iiiich black floorbase
with black adhesive
Cashiers counter
top
3
0
No
Good
Non -
friable
None
103014-11
Ff3-0 I
SAT
2 -inch black floorbase
with black adhesive
Cashiers counter
top
,
_
0
No
Good
°°
friable
None
103014-1'
FI3-0 I
SAT
2 -inch black floorbase
with black adhesive
Cashiers counter
top
-,
_
0
No
Good
Non -
friable
None
lianudous Building Nlate,lals Inspecnon
2312 Nob 1-1111 Boule3ard, ) a0nm, 333,111ngton
Append, 0-1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
. WRIP1-6A:
ffefi, - ,-!..f4g• --2,,-
Numbea
tl=reiiKtgit,'.., .1*3,-.,
7,- _,,. 4•,,:
Ini1"1.-
extw
'.4. ,4,- . -
0,... , .,-,
_. •,, -,, loAr2if.4
1 ''' '
. abocatoryii:
"s- ---A,- - '
- '.., ,
4 . 1444r0, J., ;ir,41, ,„ .,„„r„! , ,t-
% • i'7,:` . .,•' 1,;! • :,
,...o. Descriptton-, :..s 7,r,
“1.-'` *.'"' • ' • . - , . -
,.,. '-' : --1 — -?..*.bn
0, ..5,47,417x0,4
•-..''''' 'WM
..7 , -0 .,
'
,
!Jaye .
i.qtEgA;R:it
,ntj
'yrIAVYlgi'
lov_tt,.,..1,-;
Layers
14ifi:Kgwao,
,'-', ' ,V,R.
'`'' r '1.'
pmment .,0.
, • ' '8'1 '1'.
VWSPA,
''>'lj'•<°V
,,Azo
n.tatztgAti'
v ' - i'47,4,
/C.- 11. 1
4, •pn !pot.k.;,
' itr, veltu
• ' 4
F • Ii•I't
, pal !.. ,..4
.. wlis,',*,
WegkplIP
4,..40 , ,
atei-it; .
,
1Sample;Location)A1
,WN,igiorhort,w7
0-s:g.,.,__24WAtievi-ga.,&4J
103014 -13
FB -02
SAT
4 -inch wood pattern
tloorbase over white
adhesive
Hallway
2
0
No
Good
Non -
friable
None
103014 -14
FB -02
SAT
4 -inch wood pattern
tloorbase over white
adhesive
Hallway
2
0
No
Good
Non -
friable
None
103014 -15
FB -02
SAT
4 -inch wood pattern
floorbase over white
adhesive
Hallway
3
1)
No
Good
Non -
friable
None
103014-16
GWB-01
SAT
3/4 -inch white gypsum
wallboard over brown
paper
Hallway east wall
2
0
No
Good
Non -
friable
None
103014 -17
GWB-0 I
SAT
3/4 -inch white gYPsum
wallboard over brownI
paper
Store floor,
entrance wall
0
No
Good
Non -
friable
None
103014-18
GWB-01
SAT
3/4 -inch white uvpsuin
wallboard over brown
paper
Store floor east
wall
1
0
No
Good
Non -
friable
None
103014-19
GWB-02
SAT
5/8 -inch white gypsum
wallboard over brown
paper
Hallway
2
(1
No
Good
Non-
friable
None
103014 -20
GWB-02
SAT
5/8 -inch white gypsum
wallboard over brown
paper
Cashiers area
2 i
0
No
GoodNone
Non -
friable
103014 -21
GWB-02
SAT
5/8 -inch white gypsum
wallboard over brown
paper
Hallway
3
0
No
Good
Non -
friable
None
1(13014 -22
1:13-03
SAT
4 -inch black toorbase
over adhesive over
white gypsum wallboard
debris
North entrance
3
0
No
Good
Non -
friable
None
103014 -23
F13-03
SAT
4 -inch black foorbase
over adhesive over
white gypsum wallboard
debris
North wall, center
3
0
No
Good
Non -
friable
None
Hazardous Building Materials inspection
2312 Nob 1-511 Boulesaid, akin., Washington
1
1
Appendix B-2
vvvg,w4xl
rIn PRAM
Number:1N
motas
Index. 0
t,„0411k,lair.,., al
.4i , .0431
i;Efig,-LiVayA
,if,6---twp1,,,,,,,A
',„ - '''''''' • - ,
.., li -2 tin- _,
4- —t. v=7, - l',%ir
,51,43.41,,-,,,w1,,,, "".
t,4ginfirgloti
Fitiw.F.,r',,vmforgeti
1,-. -
sI ,,,
'
WP4-72
rir—,A-,fttzsoN1,4
pl.;ayerC5
' - - q i
t•'17,1C+ohgentA. ,
' -0' pre.42.40,'
1 ;
Eiev-14 ..4
„'A,C1111i,
; P.& . ,;-1
RrOolididoril
winvit
MU
Friability
kltifotv
vne
,Y,viviiii7.4
4 IA.
v.mwiellit _
103(114-24
F13-03
sA T
4 -inch black foorbase
over adhesive over
white gypsum wallboard
debris
North \Aall, west
area
3
0
No
Good
Non -
friable
None
121,M-0 I
SAT
White painted yellow
foam insulation over
black asphaltic adhesive
over black asphaltic telt
paper over brown perlite
material
West area
4
0
No
Good
J'°'
friable
None
None
103014 -26
R FM -0 I
SAT
White painted yellow
foam insulation over
black asphaltic adhesive
over black asphaltic felt
paper over brown perlite
material
_,
Center area
4
(1
No
G oocl
Non -
friable
None
103014 -27
RIM -Ill
SAT
White painted yellow
roam insulation over
black asphaltic adliesi‘c
over black asphaltic felt
paper over brown perlite
material
_
East mea
4
0
No
Good
Non -
Hable
None
ocatio is idcntilicd in Uc table rel eel locations sampled and may DM represent all locations of identified n ;Aerials.
I lazardous Budding l\dalel ials Inspection Appendix B-3
2312 Nob 11111 Boulevard, N'akinla, Washmeton
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
20(2058'4-6
CHAIN OF CUSTODY
Bulk Asbestos Test
Turn -Around Time 5 -Day Number of Samples 27 Project Number 14-1342
Client Name: Fulcrum Environmental Consulting, Inc.
Address: 406 N, 2nd St City: Yakima State: WA Zip• 98901
Phone. 509 574 0839 Fax: 509.575.8453 Email: dorozco@efulcrum.net
Project Location 2312 West Nob Hill. Yakima, WA Project Manager: Daniel Orozco
Sample Condition: Good: Damaged: x Severe Damage:
SEQ#
SAMPLE ID
SAMPLE DESCRIPTION
Lab ID
Comment
A/R
Time
103014-01
103014-02
103014-03
VT -01. 12 -inch off-white with gray
speckles vinyl tile over black
adhesive
1 ti m
First Positive
FulcrumT nvironmental
10/30/14
103014-04
103014-05
103014-06
CT -01• 2 -feet by 4 -feet white
suspended ceiling tile
First Positive
103014-07
103014-08
103914-09
ADV -01. Orange counter -top over
->
;clear. adhesive
=
--
First:Positive--
-
- -`' --
--- --=:--1-03914-11
103014-10
10301412
F13-01 2 -inch black floorbase over
-_ -_ _. _____ _
adhesive -
.--..----.-_—T_._-._..__First-Positive_
.�--`----- - -
- --
f 1rl
103014-13
103014-14
103014-15
FB -02: 4 -inch wood pattem
floorbase over white adhesive
V
First Positive
103014-16
103014-17
103014-18
GWB-01. 3/4 -inch white gypsum
wallboard over brown paper
First Positive
103014-19
103014-20
103014-21
GWB-02: 5/8 -inch white gypsum
wallboard over brown paper
First Positive
103014-22
103014-23
103014-24
FB -03. 4 -inch floorbase over white
adhesive over white gypsum
wallboard
First Positive
103014-25
103014-26
103014-27
RFM-01 White painted yellow
foam insulation over black
asphaltic roofing adhesive over
black felt paper, over br rlite
material
_
First Positive
Print
Sig titr:
7 -Company Name
1/
Date
Time
Relinquished by
D Orozct�
1 ti m
FulcrumT nvironmental
10/30/14
3:30 PM
Delivered by
/
Received by
,t �(,xa
-
/�j ,� ,1/ fr
t
i/1
/ ..0 zji�
(R
Analyzed by
fDrija, Parfet
.�--`----- - -
5'i47
f 1rl
-..-e) 0
Result reported by
V
SEATTLE ASBESTOS TEST
Lynnwood Laboratory' 19701 Scriber Lake Road, Suite 103,
Lynnwood, WA 98036, Tet: 425.673 9850, Fax: 425.673.9810
Attn.. Mr Daniel Orozco
Job#• 14-1342
Samples Redd: 27
NVLAP Accreditation Lab Codes: Bellevue -200876, Lynnwood -200768
Bellevue Laboratory: 12727 Northup Way, Suite 1 BeAevue, Seattle Laboratory' 4500 9th Ave. NE, Suite 300, Seattle. WA 98105,
WA 98005, Tel: 425.861.1111, Fax. 425.861.1118 Tel: 206.633.1111, Fax 206.633.4747
ANALYTICAL LABORATORY REPORT
PLM by Method EPA/600/R-93/116
Gienc Fulcrum Environmental,
Yakima
Bat,in: 201415846
Date Analyzed: 11/4/2014
Project lac,. 2312 West Nob Hill, Yakima, WA
Address: 406 North Second Street, Yakima, WA 98901
Date Received: 10/31/2014
Samples Analyzed: 27
Analyzed by Pooje Patel / Dave Henry
Ravi
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Lab ID
Client Sample ID
Layer
Description
%
Asbestos Fibers
Non-fibrous Components
%
Non -asbestos Fibers
1
103014-01
1
Off-white/gray the
None
detected
Vinyl/binder,
Mineral grains
2
Cellulose
2
Black mastic
3
Chrysotile
Mastic/binder
4
Cellulose
2
103014-02
1
Off-white/Gray the
None
detected
Vinyl/binder,
Mineral grains
2
Cellulose
2
Black mastic
3
Chrysotile
Mastic/binder
6
Cellulose
3
103014-03
1
Off-white/Gray the
None
detected
Vinyl binder,
Mineral grains
2
Cellulose
2
Black mastic
3
Chrysotile
Mastic/binder
5
Cellulose
4
103014-04
1
Brown fibrous
material with paint
None
detected
Filler, Paint, Perlite
90
Cellulose
5
103014-05
1
Brown fibrous
material with paint
None
detected
Filler, Paint, Perlite
88
Cellulose
6
103014-06
1
Brown fibrous
material with paint
None
detected
Filler, Paint, Perlite
89
Cellulose
7
103014-07
1
Orange brittle/rigid
material
None
detected
Filler, Binder, Fine
debris
65
Cellulose
2
Brown mastic
None
detected
Mastic/binder
4
Cellulose
8
103014-08
1
Orange brittle/rigid
material
None
detected
Filler, Binder, Fine
debris
63
Cellulose
2
Brown mastic
None
detected
Mastic/binder
4
Cellulose
9
103014-09
1
Orange brittle/rigid
material
None
detected
Filler, Binder, Fine
debris
64
Cellulose
2
Brown mastic
None
detected
Mastic/binder
4
Cellulose
10
103014-10
1
Black rubbery
material
None
detected
Rubber/binder
2
Cellulose
2
Brown/tan mastic
with debris
None
detected
Mastic/binder,
Debris
4
Cellulose
3
Brown paper
None
detected
Filler
75
Cellulose
11
103014-11
1
Black rubbery
material
None
detected
Rubber/binder
2
Cellulose
2
Brown/tan mastic
with debris
None
detected
Mastic/binder,
Debris
5
Cellulose
12
103014-12
1
Black rubbery
material
None
detected
Rubber/binder
2
Cellulose
2
Brown/tan mastic
with debris
None
detected
Mastic/binder,
Debris
4
Cellulose
13
103014-13
1
Brown rubbery
material
None
detected
Rubber/binder
2
Cellulose
2
White/yellow
mastic
None
detected
Mastic/binder
2
Cellulose
14
103014-14
1
Brown rubbery
material
None
detected
Rubber/binder
2
Cellulose
2
White/clear mastic
None
detected
Mastic/binder
3
Cellulose
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
SEATTLE ASBESTOS TEST
Lynnwood Laboratory: 19701 Scriber Lake Road, Suite 103,
Lynnwood, WA 98036, Tel: 425.673.9850, Far: 425.673.9810
NVLAP Acc editation Lab Codes: Bellevue -200876, Lynnwood -200768
Bellevue Laboratory: 12727 Northup Way, Suite 1 Bellevue, Seattle Laboratory: 4500 9th Ave. NE, Suite 300, Seattle. WA 98105,
WA 98005, Tel: 425.861.1111 Fax 425.861.1118 Tel: 206.633.1111, Fax 206.633.4747
ANALYTICAL LABORATORY REPORT
PLM by Method EPN600/R-93/116
Amt.: Mr. Daniel Orozco giant Fulcrum Environmental,
Yakima
Job: 14-1342 Batrh#: 201415846
Samples Redd: 27 Date Analyzed: 11 /4/2014
Pried Lam: 2312 West Nob Hill, Yakima, WA
Address: 406 North Second Street, Yakima, WA 98901
Date Received: 10/31/2014
Samples Analyzed: 27
Analyzed by: Podia Patel Dave Henry ~
Reviewed by- Steve (Fan
15
103014-15
1
Brown rubbery
material
None
detected
Rubber/binder
2
Cellulose
2
White/yellow mastic
None
detected
Mastic/binder
5
Cellulose
3
White paper with
paint
None
detected
Filler, Paint
75
Cellulose
16
103014-16
1
White powdery
material with paint
None
detected
Binder/filler, Paint
5
Cellulose
2
White chalky
material with paper
None
detected
Binder/filler,
Gypsum/binder
25
Cellulose,
Glass fibers
17
103014-17
1
White chalky
material with paint
and paper
p p
None
detected
Binder/filler,
Gypsum/binder,
Paint
33
Cellulose,
Glass fibers
18
103014-18
1
White chalky
material with paint
and paper
None
detected
Binder/filler,
Gypsum/binder,
paint
32
Cellulose,
Glass fibers
19
103014-19
1
White powdery
material with paint
None
detected
Binder/filler, Paint
3
Cellulose
2
White chalky
material with paper
None
detected
Binder/filler,
Gypsum/binder
28
Cellulose,
Glass fibers
20
103014-20
1
Trace white
powdery material
with paint
one
d®ed
Binder/filler, Paint
3
Cellulose
2
White chalky
material with paper
None
detected
Binder/filler,
Gypsum/binder
25
Cellulose,
Glass fibers
21
103014-21
1
Cream soft/elastic
material with paper
None
detected
Binder, Filler
35
Cellulose
2
Yellow mastic
None
detected
Mastic/binder
3
Cellulose
3
White chalky
material with paper
None
detected
Binder/filler,
Gypsum/binder
25
Cellulose,
Glass fibers
22
103014-22
1
Black rubbery
material
None
detected
Rubber/binder
2
Cellulose
2
Clear mastic with
debris
None
detected
Mastic/binder,
Debris
5
Cellulose
3
White powdery
material with paint
None
detected
Binder/filler, Paint
3
Cellulose
23
1
Black rubbery
material
None
detected
Rubber/binder
2
Cellulose
103014-23
2
Clear mastic with
debris
None
detected
Mastic/binder,
Debris
4
Cellulose
3
White powdery
material with paint
None
detected
Binder/filler, Paint
3
Cellulose
24
1
Black rubbery
material
None
detected
Rubber/binder
2
Cellulose
103014-24
2
Clear mastic with
debris
None
detected
Mastic/binder,
Debris
5
Cellulose
3
White powdery
material with paint
None
detected
Binder/filler, Paint
3
Cellulose
2
SEATTLE ASBESTOS TEST
Lynnwood Laboratory: 19701 Scriber Lake Road, Suite 103,
Lynnwood, WA 98036, Tel- 425 673.9850, Fax: 425.673.9810
NVLAP Accreditation Lab Codes: Bellevue -200876, Lynnwood -200768
Bellevue Laboratory: 12727 NOrthup Way, Suite 1, Bellevue, Seattle Laboratory- 4500 9th Ave. NE, Suite 300, Seattle, WA 98105,
WA 98005, Tel- 425.861 1111 Fax: 425.861.1118 Tel: 206633.1111 Fax 206.633.4747
ANALYTICAL LABORATORY REPORT
PLM by Method EPN600/R-93/116
Amt.. Mr Daniel Orozco gle„tl Fulcrum Environmental,
Yakima Address: 406 North Second Street, Yakima, WA 98901
Job* 14-1342 Batd1#: 201415846 Date Received: 10/31/2014
Semptes Redd: 27 Date Analyzed: 11 /4/2014 samples Analyzed: 27
Project Loc.. 2312 West Nob Hill, Yakima, WA
Analyzed by: Pooje Katel / Dave Hen
•
3
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
25
103014-25
1
Yellow foamy
material with paint
None
detected
Synthetic foam,
Paint
2
Cellulose
2
Black asphaltic
material
None
detected
Asphalt/binder
3
Cellulose
3
Black asphaltic
fibrous material
None
detected
Filler, Asphalt,
Binder
67
Glass fibers
4
Brown fibrous
material with
perlite
None
detected
Filler, Perlite
65
Cellulose
26
103014-26
1
Yellow foamy
material with paint
None
detected
Synthetic foam,
Paint
4
Cellulose
2
Black asphaltic
material
None
detected
Asphalt/binder
5
Cellulose
3
Black asphaltic
fibrous material
None
detected
Filler, Asphalt,
Binder
68
Glass fibers
4
Brown fibrous
material
None
detected
Filler
85
Cellulose
27
103014-27
1
Yellow foamy
material with paint
None
detected
Synthetic foam,
Paint
3
Cellulose
2
Black asphaltic
material
None
detected
Asphalt/binder
4
Cellulose
3
Black asphaltic
fibrous material
None
detected
Filler, Asphalt,
Binder
65
Glass fibers
4
Brown fibrous
material with
perlite
None
detected
Filler, Perlite
67
Cellulose
3
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
APPENDIX C
Lead Containing Materials Results
Hazardous Building Materials Inspection
2312 West Nob Hill Boulevard, Yakima, Washington
1
2312 West Nob Hill Blvd. XRF Results
1
1
1
1
;7,..,4,04W6
4:Pigi
WiR,4.4e7.01418
BRINIVE5144
AlikifitAl
ElikARAM
nakgiiiffe
Si5410 .. .14
SIMMEN1,41
45
CAL
CAL
Positive
1 1
46
CAL
CAL
Positive
1 1
47
CAL
CAL
Positive
1 3
48
CAL
CAL
Positive
1 2
49
CAL
CAL
Positive
1 1
50
PAINT
WALI
DRYWALL
A
FAIR
WHITE
Negative
z 03
51
PAINT
WALL
DRYWALL
13
FAIR
WHITE
Negative
z 03
52
PAINT
WALL
VINYL
C
FAIR
WHITE
Negative
,- 03
53
PAINT
WALL
DRYWALI. VALI.
D
FAIR
WHITE
STORE
Negative
-, 03
54
PAINT
MIRROR FRAME,
DRYWALL
C
FAIR
GRE'i
STORE,
Negative
< (19
53
PAINT
MIRROR FRAME
WOOD
13
FAIR
GRE \
STORE
Negative
,-, (13
56
PAINT
FLOOR
VIN1 L
FAIR
WHITE
STORE
Negative
< 03
57
PAINT
CEILING
CEILING TILE
FAIR
WHITE
STORE
Negative
.-,- 03
58
PAINT
DOOR FRAME
WOOD
C
FAIR
GREY
STORE
Negative
< ((0
59
PAINT
DOOR .IAMB
WOOD
0
FAIR
GRE
STORE
Negative
,- 03
00
PAINT
DOOR JAMB
WOOD
D
FAIR
GRE)
STORE
Negative
,- 03
61
PAINT
DOOR FRAME
WOOD
I)
FAIR
GRE1
STORE
Null
< 43
62
PAINT
DOOR FRAME
WOOD
D
FAIR
GRE \
RESTROOM
Negative
< 04
63
PAINT
DOUR JAN,113
WOOD
A
FAIR
GREY
RESTROOM
Negative
= 03
64
PAINT
DOOR
WOOD
A
FAIR
GRE1
RESTROOM
Negative
i, 03
65
PAINT
WALL
DRYWALL
A
FAIR
WHITE
RESTROOM
Negative
, 03
66
PAINT
WALL
DRYWALL
13
FAIR
WHITE
RESTROOM
Negative
:-. 03
67
PAINT
WALL
DRYWALL
C
FAIR
WHITE
RESTROOM
Negative
- 03
6S
PAINT
WALL
DRYWALL
D
FAIR
W HITE
RESTROOM
Negative
- ((3
69
PAINT
CEILING
DRYWALL
FAIR
WHITE
RESTROOM
Negative
< 03
70
PAINT
CLOSET DOOR FRAME
WOOD
A
FAIR
GREY
RESTROOM
Negative
< 03
Hazardous Building Materials Inspection
2312 West Nob Hill Boulevard, Yakima, Washington
Appendi \ C-1
1
1
1
1
1
41
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
2312 West Nob Hill Blvd. XRF Results
,7:41441.0:01ign
rfirligT.4,4747 • , ,
gil.ARIAIIIM
..A.49,
ti.', .71.44.4MAYWASE
145ffien
1 CiWgitlil
'AnglirgriegA
71
PAINT
CLOSET DOOR JAMB
WOOD
A
FAIR
GREY
RESTROOM
Negative
< 03
72
PAINT
WALL
DRYWALL
A
FAIR
WHITE
FOOD PREP
Negative
< 03
73
PAINT
WALL
DRYWALL
B
FAIR
WHITE
FOOD PREP
Negative
< 03
74
PAINT
WALL
DRYWALL
C
FAIR
WHITE
FOOD PREP
Negative
< 03
75
PAINT
CEILING
DRYWALL
FAIR
WHITE
FOOD PREP
Negative
< 03
76
PAINT
FLOOR
VINYL
FAIR
WHITE
FOOD PREP
Negative
< 03
77
PAINT
FIVAC DucT
METAL
FAIR
WHITE
FOOD PREP
Negative
< 03
78
PAINT
WALL
DRYWALL
A
FAIR
WHITE
OFFICE
Negative
< 03
79
PAINT
WALL
DRYWALL
13
FAIR
WHITE
OFFICE
Negative
< 03
80
PAINT
WALL
DRYWALL
C
FAIR
WHITE
OFFICE
Negative
--- 03
81
PAINT
WALL
DRYWALL
D
FAIR
WHITE
OFFICE
Negative
C 03
82
PAINT
CEILING
DRYWALL
FAIR
WFIITF
OFFICE
Negative
--: 03
83
PAINT
DOOR FRAME
WOOD
A
FAIR
GREY
OFFICE
Negative
< 03
84
PAINT
DOOR JAMB
WOOD
B
FAIR
GREY
OFFICE
Negative
< 03
85
PAINT
DOOR
WOOD
D
FAIR
GREY
OFFICE
Negative
-- 03
86
PAINT
DOOR FRAME
WOOD
D
FAIR
GREY
OFFICE
Negative
< 03
87
PAINT
DOOR JAMB
WOOD
D
FAIR
GREY
OFFICE
Negative
i 03
88
PAINT
DOOR
METAL
D
FAIR
METAL
FREEZER
Negative
< 07
89
PAINT
DOOR JAMI3
METAL
A
FAIR
METAL
FREEZER
Negative
< 06
90
PAINT
WALL
METAL
A
FAIR
METAL
FREEZER
Negative
< 06
91
PAINT
WALL
METAL
13
FAIR
METAL
FREEZER
Negative
< 05
92
PAINT
WALL
METAL
C
FAIR
METAL
FREEZER
Negative
< 08
93
PAINT
WALL
METAL
D
FAIR
METAL
FREEZER
Negative
< 04
94
PAINT
CEILING
METAL
FAIR
METAL
FREEZER
Negative
< 06
95
PAINT
WALL
BRICK
A
FAIR
RED
EXTERIOR
Negative
< 03
Hazardous Building Materials Inspection
2312 West Nob Hill Boulevard, Yakima. Washington
Appendix C-2
2312 Nest Nob Hill Blvd. XRF Results
1
1
1
1
w=.r:;;sz_:c�,.;,s,��
r.,� eadm s nth
R,,,.,,<�-.S.N4,�i
: rs,rr„�sc�,sa
,ux,,r
ba.i J,
�r •��.;�r;c� �i,�r k��^a,�� ��..,,
- �r.'d...r:�,, ,c"pi,��
yuGomponent r ..2. .,
��
,. �,,,:.,,,�,:.�:��vrra�- ,
y, ,Y �'
, ;Substrate . ,F_
�.,ta..,-�,..,.w,....�.,.i,�v+�.,....�f_.,.,�..,.,��..,......,_.m__.�.r..�.x.'.,,-k4�,,..,�,..,.�a��,..,,�r,r,.r-_..v�a,.,.}h�.r,�.n-........_.(:...g�....-r),
���„K.;,� ,3-,
q • R,
;Side •
,.�.,,�_..,
�'�`
r6 i' iition=,
�,n
; s Color;a: i,t,is'
i,...aar�r;,,.
) Y�,fiR `S l
,wv,rr�x�;=,,,
' " 'Result x R ”
r�Y":�'i,m�4;�sfrrer~txr-.,,�
iResults'. ,ut /em? .
96
PAINT
WALL
BRICK
D
FAIR
RED
EXTERIOR
Negative
< 08
97
PAINT
WALL
METAL
B
FAIR
WHITE
EXTERIOR
Negative
< 3
98
PAINT
WALL
METAL
C
FAIR
WHITE
EXTERIOR
Negative
< I
99
PAINT
WALL
BRICK
A
FAIR
BEIGE
EXTERIOR
Null
< 07
100
PAINT
WALL
BRICK
D
FAIR
BEIGE
EXTERIOR
Negative
< 03
101
PAINT
PIPE
METAL
D
FAIR
PALE GREEN
EXTERIOR
Negative
< 06
102
PAINT
SOFFIT
METAL
D
FAIR
WHITE,
EXTERIOR
Negative
< 39
103
PAINT
TRIM
METAL
D
FAIR
PALE GREEN
EXTERIOR
Negative
< 08
104
PAINT
TRIM
METAL
D
FAIR
PALE GREEN
EXTERIOR
Negative
< 14
105
PAINT
soFFFI'
METAL
D
FAIR
WHITE
EXTERIOR
Negative
38
106
PAINT
CAL
Positive
1 I
107
PAINT
CAL
Positive
1
108
PAINT
CAL
Positive
12
109
PAINT
CAI,
Positive
1 I
110
PAINT
CAI,
Positive
I
Instrument calibrations were performed belbre and atter Icad testing. The instrument was performing within acceptable limits. Due
to method variability. (1 00 mg/cm' is the limit of detection (LOD) for this report. unless stated otherwise.
Equipment Thermo Scientific Portable X121= Analyzers, model kLP serial 491 1 12
Source date April 15. 2014
"Technician Levi Walt
Date Used 10/30/14
I-laiardous I3uildin_ Materials Inspection Appendix C-3
2312 l\ est Nob Hill Boulevard, Yakima, Washington
1
1
1
1
1
1
1.888.NVL.LABS
www.nvllabs,com
November 3, 2014
Levi Wyatt
Fulcrum Environmental Consulting, Inc. -Y
406 N 2nd Street
Yakima, WA 98901
RE: Metals Analysis; NVL Batch # 1419517.00
Dear Mr Wyatt,
IPJ�`�IL.r
L A BS
INDUSTRIAL
HYGIENE
SERVICES
Labomtory 1 Management 1 framing
Enclosed please find the test results for samples submitted to our laboratory for analysis
Preparation of these samples was conducted following protocol outlined in EPA Method SW 846
-3051 unless stated otherwise. Analysis of these samples was performed using analytical
instruments in accordance with U.S EPA, NIOSH, OSHA and other ASTM methods
For matrix materials submitted as paint, dust wipe, soil or TCLP samples, analysis for the presence
of total metals is conducted using published U S EPA Methods. Paint and soil results are usually
expressed in mg/Kg which is equivalent to parts per million (ppm). Lead (Pb) in paint is usually
expressed in mg/Kg (ppm) , Percent (%) or mg/cm2 by area. Dust wipe sample results are usually
expressed in ug/wipe and ug/ft2 TCLP samples are reported in mg/L (ppm). For air filter samples,
analyses are conducted using NIOSH and OSHA Methods Results are expressed in ug/filter and
ug/m3. Other matrix materials are analyzed accordingly using published methods or specified by
client. The reported test results pertain only to items tested Lead test results are not blank
corrected.
For recent regulation updates pertaining to current regulatory levels or permissible exposure
levels, please call your local regulatory agencies for more details
This report is considered highly confidential and will not be released without your approval
Samples are archived for two weeks following analysis Samples that are not retrieved by the
client are discarded after two weeks
Thank you for using our laboratory services if you need further assistance please feel free to call
us at 206-547-0100 or 1-888-NVLLABS
Sincerely,
Y: MSY'1✓• l
NVL Laboratories, Inc
4708 Aurora Ave N, Seattle, WA 98103
p 206 547 0100 t 204.6:14 1936
NVL Laboratories, Inc.
1'1)3 Am; a Ave '1 a3;tla ,en.':. y,1111:;
>, 'Oh r.r4 all{; , ;i , 1' , , ,
IN\SIL;1
LABS
Analysis Report
Total Lead (Pb)
Client: Fulcrum Environmental Consulting, Inc. -Y Batch #: 1419517.00 1
Address 406 N 2nd Street Matrix. Paint
Yakima, WA 98901 Method' EPA 3051/7000B
Client Project #- 141342
Attention: Mr. Levi Wyatt Date Received 10/31/2014
Project Location 2312 West Nob Hill Blvd HBM Samples Received 10
Samples Analyzed: 10
Sample RL in Results Results in
Lab ID Client Sample # Weight (g) mg/Kg in mg/Kg percent 1
14136521 PC -01 0 1877 51.0 <51 0 <0 0051
14136522 PC -02
0.1589 60.0 < 60 0 <0 0060
14136523 PC -03 0 1930 50.0 <50 0 <0 0050
14136524 PC -04 0.1947 49 0 <49 0 <0 0049
14136525 PC -05 0.1936 49 0 <49.0 <0 0049
14136526 PC -06 0.1966 49.0 260 0 0 0260
14136527 PC -07 0 1933 50 0 140 0 0 0140
14136528 PC -08 0 1699 56 0 < 56 0 <0 0056
14136529 PC -09 0 1916 50 0 470 0
0 0470
1
14136530 PC -10 0 2050 47 0 47 0 0 0047
Sampled by Client
Analyzed by Yasuyuki Hida
Reviewed by: Nick Ly
Date Analyzed 11/03/2014
Date Issued' 11/03/2014
mg/ Kg =Milligrams per kilogram
Percent = Milligrams per kilogram / 10000
Note Method QC results are acceptable unless stated otherwise.
Unless otherwise indicated, the condition of all samples was acceptable at time of receipt.
Bench Run No. 34-1103-3 Page 1 of 1 -11
1
1
1
1
1
1
RL = Reporting Limit
'<' = Below the reporting Limit
1
INVIO
LABS
INDUSTRIAL
HYGIENE
SERVICES
Laboratory 1 Management 1 Training
METALS
CHAIN OF CUSTODY
Turn Around Tirr
=1 2 Hour
J 2 Days
J 5 Days
1419517
J 3 Days
3 6-10 Days
Please call for TAT less than 24 Hours
4 Days
Company Fulcrum Enviornmental Consulting Inc
Address 406_ North_Second_ Street_
Yakima, Washington
Phone 509-574-0839
Project Manager Levi Wyatt
Cell (
Email Iwyatt@efulcrum.net
Fax ( 509 575- 8453
Project Name/Number 141342
ProiectLocation 2312 West Nob Hill Blvd HBM
*Total Metals
3 TCLP
_1 FAA :PP',
JICP 1,'0r0
J ,FAA
VAA (ours;
7 Air Fitter 'Paint Chips (%) 7 Soil
J Paint Chips (cm) J Dust Wipes
3 Plinking Water D Waste Water
J Other
RCRA 8
D Barium 3 Chromium 3 Silver
J Arsenic J Mercury ' Lead
D Selenium ] Cadmium
RCRA 11
3 Copper
3 Zinc
Othe;
Reporting Instructions
Call > Fax (Email Iwyatt@efulcrum.net
Total Number of Samples
Sample ID Description
A/R
1 PC -01 White paint on east store wall/GWB
2 PC -02 Grey paint on door frame to food prep/wood
3 PC -03 White paint on west store wall/GWB
4 PC -04
5 PC -05
6
7
8
10
12
13
14
15
Sampled by
Relinquish by
PC -06
PC -07
PC -08
PC -09
PC -10
Light grey paint on restroom door/wood
White paiint on HVAC ductwork/metal
White paint on east exterior wall/metal
Pale green paint on pipe of west exterior/metal
Beige paint on west exterior/brick
White paint on north soffit/metal�
Beige/grey paint on west exterior trim/metal
Print Name
__Levi Wyatt
Office Use Only
Received by
Analyzed by
Called by
Faxed/Email by
Company
Fulcrum Environmental Consulting
PW iR: Rl.t ; ltt> Si na l r Compo`
�v�n(AL,_ tet---" kkk.
Yasuvuki H da
Date Time
10/30/14 3:00
Oak Til e
\\k 10_1k.(25
I fl j/r.7 /a;
4708 Aurora Ave N, Seattle, WA 98103 I p 206.547.0100 f 206.634.1936 www.nvllabs.com
1.888.NVL.LABS
.x.,11;11; (SO
www.nvllabs.com
November 5, 2014
Levi Wyatt
Fulcrum Environmental Consulting, Inc. -Y
406 N 2nd Street
Yakima, WA 98901
RE• Metals Analysis; NVL Batch # 1419493.00
Dear Mr Wyatt,
INIL..
LABS
INDUSTRIAL
HYGIENE
SERVICES
Le boratoty I Mat o°ement I -framing
Enclosed please find the test results for samples submitted to our laboratory for analysis
Preparation of these samples was conducted following protocol outlined in EPA Method SW 846
-3051 unless stated otherwise Analysis of these samples was performed using analytical
instruments in accordance with U.S EPA, NIOSH, OSHA and other ASTM methods
For matrix materials submitted as paint, dust wipe, soil or TCLP samples, analysis for the presence
of total metals is conducted using published U.S. EPA Methods. Paint and soil results are usually
expressed in mg/Kg which is equivalent to parts per million (ppm) Lead (Pb) in paint is usually
expressed in mg/Kg (ppm) , Percent (%) or mg/cm2 by area. Dust wipe sample results are usually
expressed in ug/wipe and ug/ft2 TCLP samples are reported in mg/L (ppm). For air filter samples,
analyses are conducted using NIOSH and OSHA Methods Results are expressed in ug/filter and
ug/m3 Other matrix materials are analyzed accordingly using published methods or specified by
client. The reported test results pertain only to items tested Lead test results are not blank
corrected.
For recent regulation updates pertaining to current regulatory levels or permissible exposure
levels, please call your local regulatory agencies for more details.
This report is considered highly confidential and will not be released without your approval
Samples are archived for two weeks following analysis Samples that are not retrieved by the
client are discarded after two weeks.
Thank you for using our laboratory services. if you need further assistance please feel free to call
us at 206-547-0100 or 1-888-NVLLABS
Sincerely,
Nic Ly, Technical Director
iron • 4
LAB 0101861
NVL L3boratDries, Inc
4708 Aurora Ave N, Seattle, WA 98103
p 206 5470100 t 206 634 1936
1
1
1
1
1
NVL Laboratories, Inc.
1708 Autora Ave N, Seattle 'NA 9810;
t: illL.`, 1 (1100 , ` 11;E; f)3,1 436 www 1101d1.7;,,o
Analysis Report
Toxicity Characteristic Leaching Procedure - Lead (Pb)
Client: Fulcrum Environmental Consulting, Inc. -Y
Address 406 N. 2nd Street
Yakima, WA 98901
Attention: Mr. Levi Wyatt
Project Location
2312 West Nob Hill Blvd HBM
IN—At IL
LABS
Batch #: 1419493.00
Matrix: Bulk
Method EPA 1311/7000B
Client Project #: 141342
Date Received. 10/31/2014
Samples Received: 1
Samples Analyzed 1
' RL Results Results in
Lab ID client sample # mg/ L in mg/L ppm
1
1
1
1
1
1
1
1
1
1
1
1
1
14136441 A -I
•
Sampled by: Client
Analyzed by: Yasuyuki Hida
Reviewed by. Nick Ly
05 <05 < 05
Date Analyzed 11/05/2014
Date Issued. 11/05/2014
mg/ L =Milligrams per liter
ppm = parts per million
Note : Method QC results are acceptable unless stated otherwise.
Unless otherwise indicated, the condition of all samples was acceptable at time of receipt.
Bench Run No. 34-1104-9
RL = Reporting Limit
'<' = Below the reporting Limit
J
Page 1 of 1
LABS
INDUSTRIAL
HYGIENE
SERVICES
Laboratory 1 Management 1 Training
METALS
CHAIN OF CUSTODY
Turn Around Time
J 2 Hour
1419493
Date Time
10/30/14 3:00
1
\tNidOUC
1
1
:14 Hours
2 Days J 3 Days
J 5 Days J 6-10 Days
Please call for TAT less than 24 Hours
3 24 Hours
J 4 Days
Company Fulcrum Enviornmental Consulting Inc
Address 406 North Second Street
Yakima, Washington
Phone 509-574-0839
Project Manager Levi Wyatt
Cell (
Email IwyattAefulcrum.net
Fax ( 509 ) 575-8453
Project Name/Number 141342
Project Location 2312 West Nob Hill Blvd HBM
7 Total Metals
TCL
J Air Filter J Paint Chips (%) 3 Soil RCRA 8 I RCRA 11
J Paint Chips (cm) J Dust Wipes 3 Barium J Chromium, .3 Silver 1 ] Copper
J Drinking Water .3Waste Water J Arsenic J Mei cury I ead J Zinc
I
J Other 3 Selenium J Cadmium 1 J Diner
Reporting Instructions
_I Call i ) :LI Fax ( )
J Email Iwyatt@efulcrum.net
Total Number of Samples
Sample ID
1
2 B
4 D
5
7.
g
9
10
11
12
13
14
15
Description
Painted wood I3°/6
Concrete - So%
Unpainted wood c
Metal_ I�
GWB-drywall 0, 5%
F Brick T% -
H Insulation _.._ _... d_S%
I Roofing material 0004
Sampled by
Print Name
Levi Wyatt
Relinquish by
Office Use Only
Received by
Analyzed by
Called by
Faxed/Email by
Print Marno-t_
MIS
YasuyuHIda
Signature
t_
A/R
Company
Fulcrum Environmental Consulting
Date
61,
t°.S=
4708 Aurora Ave N, Seattle, WA 98103 1 p 206.5470100 1 f 206.634.1936 1 www.nvllabs.com
DEPARTMENT OF UTILITES AND ENGINEERING
Debbie Cook, PE, Director
Engineering Division
129 North Second Street
Yakima, Washington 98901
(509) 575-6111 • Fax (509) 576-6305
Monday, January 26, 2015
10 Environmental & Infrastructure, Inc
2200 118"' Avenue SE
Bellevue, WA 98005
Re Former Tiger Oil Site Interim Remedial Action
City Project No 2389
Dear Sirs
The City Manager of the City of Yakima has authorized an award of the contract for the above referenced
project to your company on the basis of your low bid submitted on January 21, 2015 in the amount of
$459,979.84.
This letter is official notification of the award of the contract to your company by the City of Yakima
Enclosed are a copy of the proposal, three copies of the contract and a performance bond form Please It
sign and return all copies of the contract form to this office, along with the fully executed performance bond
and certificate of insurance, within ten (10) calendar days
We have also included a Liability Certificate Checklist for you and your surety's convenience When these
items have been approved, the City will execute the contract form and bind a signed contract, certificate,
and proposal into contract document books The three completed books will be distributed to the City
Clerk, City Engineer and Contractor
Once the Performance Bond and Insurance Certificate have been approved we will notify you to contact
Bruce Floyd, Construction Supervisor, of our office to schedule a pre -construction conference and to
discuss various forms and documentation that must be completed and turned into him at the Pre -
construction Conference The Notice to Proceed will also be discussed at the Pre -construction Conference
Bruce's office phone is (509) 575-6138
For your information, we are enclosing a copy of the bid summary for this project.
Sincerely,
Brett Sheffield, PE
Chief Engineer
encl.
cc. Debbie Cook, Director of Engineering & Utilities
Bruce Floyd, Construction Engineer
Michael Stringer, Maul Foster & Alongi, Inc.
Susie Cutter, Contract Specialist
City Clerk
Finance
File
•
•
Project: (Name)
(Address)
To: (Contractor)
City of Yakima
Former Tiger Oil Site Interim Remedial Action
2312 W. Nob Hill Boulevard
[7O Environmental & Infrastructure, Inc.—I
2200 118th Avenue SE
Bellevue, WA 98006
L-
1
Change Order
Change Order Number 1
Change Order Date April 1, 2015
Contract Number 2389
Contract Date February 6, 2015
You are directed to make the following changes in this Contract:
Excavate and Dispose of additional contaminated soil to be paid as follows:
Add Item 1A—Mobilization (for additional equipment), at aLump Sum price of $4,000.00
Add Item 2A—Erosion and Sediment Control (new stockpile area), at a Lump Sum price of $1,000.00
Add Item 3A—High Visibility Fence (new stockpile area), at a Lump Sum price of $1,500.00
Add Item 6A—Removal of Structure, Concrete Pads (additional) at a Lump Sum price of $7,500.00
Increase Item 8—Removal of Asphalt Payment by 240 SY at $0.80/SY = $192.00
Increase Item 9—Exc. & Management of Stockpiles by'2,037 CY at $12/CY = $24,444.00
Increase Item 10—Transport & Dispose of Exc. Materials by 4,364 Tons at $42.50/Ton = $185,470.00
Add Item 13A—Insitu Bioremediation and Soil Mixing (added areas), at a Lump Sum price of $156,326.00
Increase Item °15-6"-8" Quarry Spalls by 334 Tons at $25/Ton = $8,350.00
Increase Item 16 -Imported Backfill (Incl. Compaction) by 3,675 Tons at $10/Ton = $36,750.00
Increase Item 17—Crushed Surfacing Base Course by 197 Tons at $16/Ton = $3,152.00
Add Item 20A—As-Built Survey (added survey for larger area) at a Lump Sum price of $1,500.00
Add Item 21—Transport To/From & Management at Stockpile, 1000 CY at $28/CY = . $28,000.00
Add Item 23—Added Cost to Meet 4-15-15 Excavation Deadline at a Lump Sum price of $35,000.00
Add Sales Tax for this additional work = - $40,441.09
Total: $533,625.09
Not valid until signed by both the Approving Authority and Contractor. ,
Signature of the Contractor indicated agreement herewith, including any adjustment on the Contract Sum or Contract Time.
The original, Contract Sum was •...
$ 459,979.84 `
Net change by previous Change Orders ...
. .$
The Contract Sum prior to this Change Order . ...
$ 459,979:84.,,
The Contract Sum will be: 'Increased ❑ Decreased ❑ Unchanged by this Change
Order $ 533,625.09:
The New Contract Sum including this Change Order will be
. $ 993,604.93
The Contract Time will.be: XIncreased ❑ Decreased ❑ Unchanged
The New Contract Time'will be 75 working days
by 5
working days
Contractor
Approval Recommended
App ed
Br\�: /
'/•.!'-I
By -U_�
&,
\ r ^
f'
Title ✓.i 1 rt vl8 0...U'
�j
Date �t�A.5
'-
Titlf , t V ` L"ir
b
'
Date 1/7417'5
'y .
7•�!
Z� 1
6
¢16 _' _
J_1►_'�
Date "-/ — O - (5-
Date `� (. \
Based on
DOT Form 570-001 EF
Original to: 0 Contractor Copies to 0 Region 0 Construction Administrator
0 OSC Accounting 0 City Engineering
•
•
•
REQUEST FOR INFORMATION
Owner: City of Yakima, Washington
Project: Tiger Oil Interim Remedial Action
Project No.: 2389
RFI No.: 01
Engineer: Maul Foster & Alongi, Inc.
Contractor: 10 Environmental & Infrastructure, Inc.
Review Priority: 1 (five working days) 2 (ten working days) 3 (fifteen working days)
Requested Response Date: ASAP
Reference Drawings: Complete Plan Set
Specification Sections: Complete Specification Set
Description of Request:
Contractor, under the direction of MFA and Ecology, conducted pothole investigations
outside of the planned excavation boundary on 03.12.2015. Field observations indicated
that contamination extends beyond the excavation boundary to unknown depths (see
attached figure). Actual vertical extent (depth) of contamination is unknown.
The Engineer requests costs for completion of additional excavation, which will include:
- Cost for additional excavation/treatment/disposal/restoration.
- Cost for creation of an off-site overburden stockpile area, including transport of all
anticipated overburden (original and expanded) to/from the stockpile area.
- Cost for additional in situ treatment for 9 -ft bgs excavation (ORC —1,000 pounds; no
RegenOx required).
Cost for additional in situ treatment for 14 -ft bgs excavation (ORC — 4,100 pounds;
RegenOx — 28,500 pounds).
Cost to meet the original 04.15.2013 construction deadline.
The Engineer also requests the estimated additional work days to complete the
additional work.
Cost Impact:
Schedule Impact:
To be defined by Contractor
To be defined by Contractor
Submitted by: Justin Clary Company: Maul Foster & Alongi, Inc. Date: 03.17.2015
• Contractor's Understanding of:
Cost Impact:
Schedule Impact:
Contractor's Name:
Contractor's Signature: Date:
Attachments:
Cost Sheet — Additional Excavation to 9 -ft bgs
Cost Sheet — Additional Excavation to 14 -ft bgs
Figure—Additional Excavation Limits
•
•
•
•
•
REQUEST FOR INFORMATION NO. 01
EXCAVATE TO 9—FT BGS
TIGER OIL INTERIM REMEDIAL ACTION
10 ENVIRONMENTAL
& INFRASTRUCTURE INC.
BELLEVUE, WA
DESCRIPTION
QTY
UNIT
UNIT PRICE
DOLLARS
AMOUNT
DOLLARS
MOBILIZATION (ADDITIONAL EQUIPMENT)
1
LS
EROSION AND SEDIMENT CONTROL (STOCKPILE AREA)
1
LS
HIGH VISIBILITY FENCE (STOCKPILE AREA)
1
LS
REMOVAL OF STRUCTURE, EXISTING BUILDING
0
LS
$0,00
ASBESTOS ABATEMENT
0
LS
$0.00
', ;ss}t4
REMOVAL OF STRUCTURE, CONCRETE PADS
1
LS
DECOMMISSION, MONITORING WELLS
0
EACH
,-,i ,s
$0.00
REMOVAL OF ASPHALT PAVEMENT
240
SY
$0.80
$192.00
EXCAVATION OF ADDITIONAL OVERBURDEN
2,037
CY
$12.00
$24,446.00
TRANSPORT TO/FROM & MANAGEMENT AT STOCKPILE
5,767
CY
TRANSPORT AND DISPOSAL OF EXCAVATED MATERIALS
2,270
TON
$42.50
$96,471.42
DEWATERING (PUMP, TANK, AND TREATMENT SYSTEM)
2
WK
CLEANOUT OF STORAGE TANK AND GAC REMOVAL/RECYCLIN
0
EACH
, ,v
$0.00
ADD. INSITU BIOREMEDIATION AND SOIL MIXING (ORC)
1
LS
ADD. INSITU BIOREMEDIATION AND SOIL MIXING (REGENOX)
0
LS
»s u
$0.00
HORIZONTAL INFILTRATION GALLERY
0
LS
$0.00
k.s y x^
6"-8" QUARRY SPALLS
0
TON
` °'; " V
$0.00
IMPORTED BACKFILL (INCLUDING COMPACTION)
1,582
TON
$10.00
$15,817.16
CRUSHED SURFACING BASE COURSE
197
TON
$16.00
$3,157.33
HOT MIX ASPHALT (HMA) 1/2" PG 24-28
0
TON
PAINT LINE, STRIPING
0
LS
F^" *��t
AS—BUILT SURVEY (ADDITIONAL EXCAVATION)
1
LS
ADDED COST TO MEET 04.15.2015 DEADLINE
1
LS
II
SUBTOTAL
SALES TAX (8 2%)
TOTAL
•
•
•
REQUEST FOR INFORMATION NO. 01
EXCAVATE TO 14 -FT BGS
TIGER OIL INTERIM REMEDIAL ACTION
10 ENVIRONMENTAL
& INFRASTRUCTURE INC.
BELLEVUE, WA
DESCRIPTION
QTY
UNIT
UNIT PRICE
DOLLARS
AMOUNT
DOLLARS
MOBILIZATION (ADDITIONAL EQUIPMENT)
1
LS
EROSION AND SEDIMENT CONTROL (STOCKPILE AREA)
1
LS
HIGH VISIBILITY FENCE (STOCKPILE AREA)
1
LS
REMOVAL OF STRUCTURE, EXISTING BUILDING
0
LS
�����,'°,��'�`
$0.00
ASBESTOS ABATEMENT
0
LS41-
by
$0.00
REMOVAL OF STRUCTURE, CONCRETE PADS
1
LS
DECOMMISSION, MONITORING WELLS
0
EACH.
M cs'��
. � -...
$0.00
REMOVAL OF ASPHALT PAVEMENT
240
SY
$0.80
$192.27
EXCAVATION OF ADDITIONAL OVERBURDEN
2,037
CY
$12.00
$24,446.00
TRANSPORT TO/FROM & MANAGEMENT AT STOCKPILE
5,767
CY
TRANSPORT AND DISPOSAL OF EXCAVATED MATERIALS
4,364
TON
$42.50
$185,455.99
DEWATERING (PUMP, TANK, AND TREATMENT SYSTEM)
2
WK
CLEANOUT OF STORAGE TANK AND GAC REMOVAL/RECYCLIt
0
EACH
;„ • ,
$0.00
ADD. INSITU BIOREMEDIATION AND SOIL MIXING (ORC)
1
LS
ADD. INSITU BIOREMEDIATION AND SOIL MIXING (REGENOX)
1
LS
HORIZONTAL INFILTRATION GALLERY
0
LS
'^ ,�tM
$0.00
6"-8" QUARRY SPALLS
334
TON
$25.00
$8,350.00
IMPORTED BACKFILL (INCLUDING COMPACTION)
3,675
TON
$10.00
$36,754.70
CRUSHED SURFACING BASE COURSE
197
TON
$16.00
$3,157.33
HOT MIX ASPHALT (HMA) 1/2" PG 24-28
0
TON
.,"'R" w�.r,Y'
$0.00
PAINT LINE, STRIPING
0
LS
h
$0.00
AS -BUILT SURVEY (ADDITIONAL EXCAVATION)
1
LS
ADDED COST TO MEET 04.15.2015 DEADLINE
1
LS
I
SUBTOTAL
SALES TAX (8.2%)
TOTAL
•
NOTE
1 SOIL BETWEEN 0-8' 805 SCREENED FOR POTENTIAL REUSE
SOIL FREE OF CONTAMINANTS STOCKPILED FOR REUSE AS
BACKFILL
2 SOIL BETWEEN 8-14 605 TRANSPORTED OFF-SITE FOR
DISPOSAL ATA RCRA SUBTITLE D FACILITY
MW 1.
INGRESS
KMW 8
2/
EGRESS
i
CLEAN / CLEAN
TO 1 10
DEPTH + DEPTH
4' 1 1.5'
•
• • etff _m41.111
•• 1a BIG$
• V -
11,5 Ai#' STOCKNLE.AREA
WITHIN BOUNDS OF
4COMPOST SOCKVSILT FENCE
1:1.5 SLOPE MAX.
1:1.5 SLOPE MAX. UTILITY CROSSING
MAINTAIN MIN CLEARANCES
/
1
1
PROTECT EXISTING BUILDING
SEE DETAIL 2 SHT. C4 1
i
LEGEND
MIRO
EXCAVATION EXTENT/SAWCUT LINE
EXCAVATION DEPTH 9'
EXCAVATION DEPTH 14'
ADDITIONAL EXCAVATION AREA
DEPTH 0-14'
/
/
1 1.5 SLOPE MAX
I 1 5 5 OPE MAX
CRY TO REMOVE SERVICE TO POWER
POLE PRIOR TO EXCAVATION
PROTECT EXISTING BUILDING
SEE DETAIL 2 SHT C4 1
CITY TO REMOVE
SERVICE TO POWER
POLE PRIOR TO
EXCAVATION
1 1 5 SLOPE MAX
KMW 10
KMW 22
KMW 24 _
MWC
0
Z
8/20/14
TIGER OIL WEST NOB HILL
CITY OF YAKIMA
YAKIMA, WASHINGTON
PROJECT e
DESIGNED - =AIN,_
DRAWN , .,,n..
CHECKED
SCALE
SHEET TITLE
ADDITIONAL
EXCAVATION LIMITS
SHEET
Figure 2
•
•
jV\ A2CEt ZAP
REQUEST FOR INFORMATION NO. 01
EXCAVATE TO 14 -FT BGS
TIGER OIL INTERIM REMEDIAL ACTION
10 ENVIRONMENTAL
& INFRASTRUCTURE INC.
BELLEVUE, WA
DESCRIPTION
QTY
UNIT
UNIT PRICE
DOLLARS
AMOUNT
DOLLARS
MOBILIZATION (additional equipment and per diem)
1
LS
x$6;500:00
$6,500.00
EROSION AND SEDIMENT CONTROL (STOCKPILE AREA)
1
LS
$3,000.00
$3,000.00
HIGH VISIBILITY FENCE (STOCKPILE AREA and SITE)
1
LS
$3,250.00
$3,250.00
REMOVAL OF STRUCTURE, EXISTING BUILDING
0
LS
$0.00
ASBESTOS ABATEMENT
0
LS
$0.00
REMOVAL OF STRUCTURE, CONCRETE PADS (concrete rubble
in fill)
1
LS
$7,500.00
$7,500.00
DECOMMISSION, MONITORING WELLS
0
EACH
$600.00
$0.00
REMOVAL OF ASPHALT PAVEMENT
240
SY
$0.80
$192.27
EXCAVATION OF ADDITIONAL OVERBURDEN
2,037
CY
$12.00
$24,446.00
TRANSPORT TO/FROM & MANAGEMENT AT STOCKPILE
5,767
CY
$31.25
$180,223.96
TRANSPORT AND DISPOSAL OF EXCAVATED MATERIALS
4,364
TO N
$42.50
$185,455.99
DEWATERING (PUMP, TANK, AND TREATMENT SYSTEM)
1
CLEANOUT OF STORAGE TANK AND GAC REMOVAL/RECYCLII\
0
EACH
EACH
$12500:00
$12,500.00
$0.00
ADD. INSITU BIOREMEDIATION AND SOIL MIXING (ORC)
1
LS
$95,895.00
$95,895.00
ADD. INSITU BIOREMEDIATION AND SOIL MIXING (REGENOX)
1
LS
$69,647.00
$69,647.00
HORIZONTAL INFILTRATION GALLERY
0
LS
$0.00
6"-8" QUARRY SPALLS
334
TO N
$25.00
$8,350.00
IMPORTED BACKFILL (INCLUDING COMPACTION)
3,675
TO N
$10.00
$36,754.70
CRUSHED SURFACING BASE COURSE
197
TO N
$16.00
$3,157.33
HOT MIX ASPHALT (HMA) 1/2" PG 24-28
0
TO N
$0.00
PAINT LINE, STRIPING
0
LS
$0.00
AS -BUILT SURVEY (ADDITIONAL EXCAVATION)
1
LS
$1,000.00
$1,000.00
ADDED COST TO MEET 04 15.2015 DEADLINE
1
LS
$45,000.00
$45,000.00
REVISE ORCE
SUBTOTAL
SALES TAX (8.2%)
$682,872.25
$55,995.52
TOTAL
$738,867.78
REQUEST FOR INFORMATION NO. 01
•
EXCAVATE TO 14 -FT BGS
TIGER OIL INTERIM REMEDIAL ACTION
•
•
10 ENVIRONMENTAL
& INFRASTRUCTURE INC.
BELLEVUE, WA
DESCRIPTION
QTY
UNIT
UNIT PRICE
DO
AMOUNT
DOLLARS
MOBILIZATION (additional equipment and per diem)
1
LS
EROSION AND SEDIMENT CONTROL (STOCKPILE AREA)
1
LS
6$00AQ
$1,000.00
$6,500.00
$1,000.00
HIGH VISIBILITY FENCE (STOCKPILE AREA and SITE)
0
LS
1,1,500.0P
$0.00
REMOVAL OF STRUCTURE, EXISTING BUILDING
0
LS
$0.00
ASBESTOS ABATEMENT
0
LS
$0.00
REMOVAL OF STRUCTURE, CONCRETE PADS (concrete rubble
in fill)
1
LS
$7,500.00
$7,500.00
DECOMMISSION, MONITORING WELLS
0
EACH
.$600.00
$0.00
REMOVAL OF ASPHALT PAVEMENT
240
SY
$0.80
$192.27
EXCAVATION OF ADDITIONAL OVERBURDEN
2,037
CY
)Z $14.00
$28,520.33
TRANSPORT TO/FROM & MANAGEMENT AT STOCKPILE
1,000
CY
° $28.00
$28,000.00
TRANSPORT AND DISPOSAL OF EXCAVATED MATERIALS
4,364
TO N
"v632 $46.00
$200,728.84
DEWATERING (PUMP, TANK, AND TREATMENT SYSTEM)
1
EACH
,$5,000.00
$5,000.00
CLEANOUT OF STORAGE TANK AND GAC REMOVAL/RECYCLII\
0
EACH
$0.00
ADD. INSITU BIOREMEDIATION AND SOIL MIXING (ORC)
1
LS
$95,895.00
$95,895.00
ADD. INSITU BIOREMEDIATION AND SOIL MIXING (REGENOX)
1
LS
$60,431.00
$60,431.00
HORIZONTAL INFILTRATION GALLERY
0
LS
$0.00
6"-8" QUARRY SPALLS
334
TO N
2.5 $26.50
$8,851.00
IMPORTED BACKFILL (INCLUDING COMPACTION)
3,675
TO N
to $11.50
$42,267.91
CRUSHED SURFACING BASE COURSE
197
TO N
tA., $17 50
$3,453.33
HOT MIX ASPHALT (HMA) 1/2" PG 24-28
0
TO N
$0.00
PAINT LINE, STRIPING
0
LS
$0.00
AS -BUILT SURVEY (ADDITIONAL EXCAVATION)
1
LS
$1,000.00
$1,000.00
ADDED COST TO MEET 04.15.2015 DEADLINE
1
LS
$25,000.00
$25,000.00
SUBTOTAL
SALES TAX (8.2%)
TOTAL
$514,339.68
$42,175.85
$556,515.53
33, o00
• REQUEST FOR INFORMATION
•
Owner:
Project:
Project No.:
RFI No.:
Engineer:
Contractor:
City of Yakima, W shrngton
Tiger Oil Interim ' emledial Action
2389
01
Maul Foster & AI•ngij Inc.
10 Environmental & Infrastructure, Inc.
Review Priority:
Requested Response Date:
Reference Drawings:
Specification Sections:
1 five wo
AS
Co
Co
Description of Request:
kin
da
P�
mpl;ete Plan Set
mpl'ete Specification Set
2 (ten working days) 3 (fifteen Working days)
Contractor, under the direction of MFA and Ecology, conducted pothole investigations
outside of the planned a IxIcavation boundary on 03.12.2015. Field obsrvations indicated
that contamination extetids beyond the excavation boundary to unknown depths (see
attached figure). Actual ert'cal extent (depth) of contamination is unInown..
The Engineer requests c stsfor completion of additional excavation, which will include:
Cost for additional e cavation/treatment/disposal/restoration.
Cost for creation of ap off-site overburden stockpile area, including transport of all
anticipated overburd n (original and expanded) to/from the stockpile area.
Cost to meet the ori inal 04.01.2013 construction deadline.
Cost Impact: To be defi ed by Contractor
Schedule Impact: To be defined by Contractor
Submitted by: Justin Clary Company: Maul Foster & Alongi, Inc.
Contractor's Understanding of:
Date: 03.23.2015
Cost Impact: Additional funds requested of $537,410.24 which includes WSST.
Schedule Impact: 4 weep extension anticipated completion of alt work on May 1.
i 1
!
1
1 1
mobilization of additional excavator, fence, porta-potty rental,
i
Explanation of CLIN Impacts
1-Mob/Demob-Mobilization/De
fuel for field trucks.
•
2—Additional TESC for larger ex avation, more plastic for stockpiles.
3—Additional Temp fence rental for one month at the Site.
6—Costs for removal of pump island pads and extensive concrete and asphaltIdebris in
excavation.
8—Removal of additional 240 SY of Asphalt.
9—Excavation of additional over urden.
10—Transportation and manage ant of offsite stockpile if needed (estimated at 1,000 cy).
11—Transport and disposal of additional contaminated material.
12—Additional dewatering as needed with vacuum truck (2 ea)
14—Additional ORC materials, s ipping and application of ORC. (Note this is extremely labor
intensive and there will be total of 730-40Ib bags and 400--five-gallon buckets of product
that need to be handled at he Site and disposal of materials -Additional forklift rental for
product)
15—Additional Regenox materi Is, shipping, mixing, application of Regenox. (see above for
explanation of costs)
17 through 19—Additional back ill materials and placement.
22—Additional survey time due o larger excavation.
23—Added costs associated wit doubling the duration of the project—Includes additional per
diem, additional time needed for cdmpactor, additional excavator and operator needed for
excavation, double and triple handling of stockpiled soil at the Site due to additional
overburden, additional project r~ian!agement needs, and OT needs for IOEI and transportation
company to meet project deadline. j
Contractor's Name: I0 Environmental a d Infrastructure, Inc
I
Date: I2f3G / 5
Contractor's Signature:
•
22
•
•
REQUEST FOR INFORMATION NO. 01
EXCAVATE TO 14 -FT BGS
TIGER OIL INTERIM REMEDIAL ACTION
10 ENVIRONMENTAL
& INFRASTRUCTURE INC.
BELLEVUE, WA
DESCRIPTION
QTY
UNIT
UNIT PRICE
DOLLARS
AMOUNT
DOLLARS
MOBILIZATION (ADDITIONAL EQUIPMENT)
1
LS
$4,000.00
$4,000.00
EROSION AND SEDIMENT CONTROL (STOCK'ILE AREA and
Site)
1
LS
$1,000.00
$1,000.00
HIGH VISIBILITY FENCE (STOCKPILE AREA and Site)
1
LS
$1,500.00
$1,500.00
REMOVAL OF STRUCTURE, EXISTING BUILDING `
0
LS�tF
$0.00
ASBESTOS ABATEMENT
0
LS
`:W ,-
$0.00
REMOVAL OF STRUCTURE, CONCRETE PADS
1
LS
$7,500.00
$7,500.00
DECOMMISSION, MONITORING WELLS
0
EACH
A' .0 ' T ''�
�L�s..b: ._...
10.00
$
REMOVAL OF ASPHALT PAVEMENT
240
SY
$0.80
$192.27
EXCAVATION OF ADDITIONAL OVERBURDEN
2,037
CY
$12.00
$24,446.00
TRANSPORT TO/FROM & MANAGEMENT All STOCKPILE
1,000
CY
$28.00
$28,000.00
TRANSPORT AND DISPOSAL OF EXCAVATED MATERIALS
4,364
TON
$42.50
$185,455.99
DEWATERING (PUMP, TANK, AND TREATM NT SYSTEM)
4
WK
$3,12$.00
$12,500.00
CLEANOUT OF STORAGE TANK AND GAC RE OVAL/RECYCLIr
0
EACH
;
$0.00
';",,
ADD. INSITU BIOREMEDIATION AND SOIL MIXING (ORC)
1
LS
$95,895.00
$95,895.00
ADD. INSITU BIOREMEDIATION AND SOIL MIXING (REGENOX)
1
LS
$60,431.00
$60,431.00
HORIZONTAL INFILTRATION GALLERY
0
LS
;,,,:,f4'*
$0,00
6"-8" QUARRY SPALLS
334
TON
$25.00
$8,350.00
IMPORTED BACKFILL (INCLUDING COMPACTION)
3,675
TON
$10.00
$36,754.70
CRUSHED SURFACING BASE COURSE
197
TON
$16.00
$3,157.33
HOT MIX ASPHALT (HMA) 1/2" PG 24-28
0
TON
L
.6.., ',.j
`;
$0.00
PAINT LINE, STRIPING
0
LS
-T A4''
r
$0.00
AS -BUILT SURVEY (ADDITIONAL EXCAVATION)
1
LS
$1,500.00
$1,500.00
4.00.:,,'g 0.,.* �l'SM?pr1,. £...t
,. > .. , ?
1
LS
$35,000.00
$35,000.00
I
SUBTOTAL!
SALES TAX (8.2%)
$505,682.29
$41,465.95
TOTAL $547,148.24
[•I„OW
Second Excavator and Fuel for 6 weeks
Per Diem
Additional PM Time
Additional Soil Handling onsite ($5/cy)
Total
1 LS $14,605400
1 LS $7,500
1 LS $2,500:00
2000 cy $10,000
$34,60500
Project: (Name)
(Address)
To (Contractor)
City of Yakima
Former Tiger Oil Site Interim Remedial Action
2312 W. Nob Hill Boulevard
[IO Environmental & Infrastructure, Inc -1
2200 118th Avenue SE
Bellevue, WA 98006
L-
J
2 3$q
Change Order
Change Order Number 2
Change Order Date April 29, 2015
Contract Number 2389
Contract Date February 6, 2015
You are directed to make the following changes in this Contract:
•
Replace Monitoring Well Wellhead, 3 EA @ $985/EA =
Remove Existing Treatment System at the Lump Sum Price of:
Remove Abandoned Monitoring Well Casing/Bollards at the Lump Sum Price of:
Sub -Total:
Tax:
Total:
$2,955.00
5,000.00
725.00
$8,680.00
711.76
$9,391.76
Not valid until signed. by both the Approving Authority and Contractor.
Signature of the Contractor indicated agreement herewith, including any adjustment on the Contract Sum or Contract Time.
The original Contract Sum was
Net change by previous Change Orders
The Contract Sum prior to this Change Order
The Contract Sum will be: lit'Increased 0
The New Contract Sum including this Change
The Contract Time will be: .0 Increased
The New Contract Time will .be 75
•
. .. ..
..... ,..
Decreased 0 Unchanged by this Change Order
Order will be
0 Decreased 0 Unchanged by 5
,. $ 459,979.84 .
$ 533,625.09
$ 993,604.93
$ 9,391.76
. $ 1,002,996.69
working days
working days
Contractor
1
By (AG O 1, 1 ( RAI kge4Tle.‘eictNl
Approval
Approval Recommended
i
Appro d
_ X
:y.
Title Sletre-,/'V.!o %�
Date 4-1-A--"
TitleL— I
1
U- j--eDate
Li -2 -Sb-
"� / L- 2-s -k
(t ----Date
::0T-
Based on
DOT Form 570-001 EF
Original to: 0 Contractor Copies to 0 Region 0 Construction Administrator
❑ OSC Accounting 0 City Engineering
Former Tiger Oil Site Interim Remedial Action
City Project No. 2389
Change Order No. 2 Justification
Norm Peck with the Department of Ecology has requested that the City add a few more items into
this project to help in the cleanup of the site Since this work is within the existing budget, which
has been provided by the Department of Ecology, it is a good idea. The additional works consists
of.
• Replace the flush -mounted wellheads associated with groundwater monitoring wells MW -
9, MW -11 and MW -13, including bolt -down covers, expansion caps and locks
• Remove all equipment, drums, tanks, hoses, etc associated with the existing
groundwater extraction/soil vapor extraction system (retain power pole and associated
meter) Cap all piping at ground surface All material shall be disposed at an appropriate
landfill, or may be retained by the Contractor
• Remove casing and protective bollards to below ground surface associated with
monitoring well MW -12, and finish ground surface with compacted gravel flush with
surrounding grade
The engineering firm, Maul Foster and Alongi, who designed the project and are providing the
construction management, thought that the prices to perform the work as given below, were of
good value
New Items:
Replace Monitoring Well Wellhead, 3 EA @ $985/EA. 2,955 00
Remove Existing Treatment System at the Lump sum price of. 5,000 00
Remove Monitoring Well 12 Casing/Bollards at the Lump sum price of 725 00
Sub Total: $8,680.00
Tax: 711 76
Total this Change Order: $9,391.76
Owner:
Project:
Project No.:
RFI No.:
Engineer:
Contractor:
REQUEST FOR INFORMATION
City of Yakima, Washington
Tiger Oil Interim Remedial Action
2389.
02
Maul Foster & A ongi, Inc.
10 Environmental & Infrastructure, Inc.
Review Priority: 1 (five working days) 2 (ten working days) 3 (fifteen working days)
1
I '
Requested Response Date: ASAP
Reference Drawings: Complete Plan Set
Specification Sections: Complete Specification Set
Description of Request:
The City has identified additional tasks to be performed under the existing contract.
The Engineer requests costs for completion of the following tasks:
Upgrade/replace flush -mounted wellheads associated with groundwater monitoring
wells MW -9, MW -11 and MW -13, including bolt -down covers, expansion caps and
locks.
Remove all equipment, drums, tanks, hoses, etc. associated with the existing
groundwater extraction/soil vapor extraction system (retain power pole and
associated meter). Cap all piping at ground surface. All materials should be disposed
at an appropriate landfill, or may be retained by the contracts r, as applicable, for re-
use in other treatment systems (e.g., tray aerator).
Remove casing and protective bollards to below ground surf ice associated with well
MW -12, and finish ground surface with compacted gravel flush with surrounding
grade.
The Engineer also requests the estimated additional work days to complete the
additional work.
Cost Impact:
Schedule Impact:
To be defined by Contractor
To be defined by Contractor
Submitted by: Justin Clary Company: Maul Foster & Alongi, Inc.
Date: 04.21.2015
Contractor's Understanding of: ;r�l cif
Cost Impact: V;
Schedule Impact:
Contractor's Name:
Contractor's Signatur
144,4y '2-61c-
Attachments:
aic-
Attachments:
Cost Sheet — Additional Services
Date:
REQUEST FOR INFORMATION NO. 02
COMPLETE ADDITIONAL SERVICES
TIGER OIL INTERIM REMEDIAL ACTION
DESCRIPTION
REPLACE MONITORING WELL WELLHEAD
REMOVE TREATMENT SYSTEM
REMOVE WELL MW -12 CASING/BOLLARDS
QTY
3
1
1
UNIT
UNIT PRICE
EACH
LS
EACH
110 ENVIRONMENTAL
& INFRASTRUCTURE INC.
BELLEVUE, WA
AMOUNT
DOLLARS DOLLARS
SIir,BTOTAL pjf 6o "----
SALES TAX (8.2%)
I I TOTAL a%5
AGREEMENT
BETWEEN
CITY OF YAKIMA, WASHINGTON
AND
MAUL FOSTER & ALONG!, INC.
FOR PROFESSIONAL SERVICES
qq
THIS AGREEMENT, made and entered into on this 2!71 day of r, 2015, by and
between the City of Yakima, Washington, a municipal corporation with its principal office at 129 North
Second Street, Yakima, WA 98901, hereinafter referred to as "CITY", and Maul Foster & Alongi, Inc. with
its principal office at 400 East Mill Plain Boulevard, Suite 400, Vancouver WA 98660, hereinafter referred
to as "ENGINEER", said corporation and its principal engineers are licensed and registered to do
business in the State of Washington, and will provide professional environmental science and engineering
services under this Agreement for the decommissioning of groundwater monitoring wells associated with
the former Tiger Oil East Nob Hill Boulevard site (the Site) located at 1606 East Nob Hill Boulevard on
behalf of the City of Yakima, Project No , herein referred to as the "PROJECT "
WITNESSETH:
RECITALS
WHEREAS, CITY desires to retain the ENGINEER to provide professional services for design
and construction of the PROJECT, as described in this Agreement and subsequent Amendments thereto,
and
WHEREAS, ENGINEER represents that it has available and offers to provide personnel with
knowledge and experience necessary to satisfactorily accomplish the work within the required time and
that it has no conflicts of interest prohibited by law from entering into this Agreement;
NOW, THEREFORE, CITY and ENGINEER agree as follows
SECTION 1 INCORPORATION OF RECITALS
1 1 The above recitals are incorporated into these operative provisions of the Agreement.
SECTION 2 SCOPE OF SERVICES
2 0 1 ENGINEER agrees to perform those services described hereafter Unless modified in
writing by both parties, duties of ENGINEER shall not be construed to exceed those
services specifically set forth herein
2 0•2 = ENGINEER shall use its best efforts to maintain continuity in personnel and shall assign,
Justin Clary as Principal -in -Charge throughout the term of this Agreement unless other
personnel are approved by the CITY
2 1 Basic Services ENGINEER agrees to perform those tasks described in Exhibit A, entitled "Well
Decommissioning Scope of Work" (WORK) which is attached hereto and made a part of this
Agreement as if fully set forth herein
2.2 Additional Services CITY and ENGINEER agree that not all WORK to be performed by
ENGINEER can be defined in detail at the time this Agreement is executed, and that additional
WORK related to the Project and not covered in Exhibit A may be needed during performance of
this Agreement. CITY may, at any time, by written order, direct the ENGINEER to revise portions
of the PROJECT WORK previously completed in a satisfactory manner, delete portions of the
PROJECT, or request that the ENGINEER perform additional WORK beyond the scope of the
PROJECT WORK. Such changes hereinafter shall be referred to as "Additional Services "
Page 1
2 2 1 If such Additional Services cause an increase or decrease in the ENGINEER'S cost of, or
time required for, performance of any services under this Agreement, a contract price
and/or completion time adjustment pursuant to this Agreement shall be made and this
Agreement shall be modified in writing accordingly
2 2 2 Compensation for each such request for Additional Services shall be negotiated by the
CITY and the ENGINEER according to the provisions set forth in Exhibit B, attached
hereto and incorporated herein by this reference, and if so authorized, shall be
considered part of the PROJECT WORK. The ENGINEER shall not perform any
Additional Services until so authorized by CITY and agreed to by the ENGINEER in
writing
2 3 The ENGINEER must assert any claim for adjustment in writing within thirty (30) days from the
date of the ENGINEER's receipt of the written notification of change
SECTION 3 CITY'S RESPONSIBILITIES
3 1 CITY -FURNISHED DATA. The CITY will provide to the ENGINEER all technical data in the
CITY'S possession relating to the ENGINEER'S services on the PROJECT including information
on any pre-existing conditions known to the CITY that constitute hazardous waste contamination
on the PROJECT site as determined by an authorized regulatory agency
3 2 ACCESS TO FACILITIES AND PROPERTY The CITY will make its facilities reasonably
accessible to ENGINEER as required for ENGINEER'S performance of its services and will
provide labor and safety equipment as reasonably required by ENGINEER for such access
3 3 TIMELY REVIEW The CITY will examine the ENGINEER'S studies, reports, sketches, drawings,
specifications, proposals, and other documents, obtain advice of an attorney, insurance
counselor, accountant, auditor, bond and financial advisors, and other consultants as CITY
deems appropriate, and render in writing decisions required of CITY in a timely manner Such
examinations and decisions, however, shall not relieve the ENGINEER of any contractual
obligations nor of its duty to render professional services meeting the standards of care for its
profession
3 4 CITY shall appoint a CITY'S Representative with respect to WORK to be performed under this
Agreement. CITY'S Representative shall have complete authority to transmit instructions and
receive information ENGINEER shall be entitled to reasonably rely on such instructions made by
the CITY'S Representative unless otherwise directed in writing by the CITY, but ENGINEER shall
be responsible for bringing to the attention of the CITY'S Representative any instructions which
the ENGINEER believes are inadequate, incomplete, or inaccurate based upon the ENGINEER'S
knowledge
3 5 Any documents, services, and reports provided by the CITY to the ENGINEER are available
solely as additional information to the ENGINEER and will not relieve the ENGINEER of its duties
and obligations under this Agreement or at law The ENGINEER shall be entitled to reasonably
rely upon the accuracy and the completeness of such documents, services and reports, but shall
be responsible for exercising customary professional care in using and reviewing such
documents, services, and reports and drawing conclusions there from
SECTION 4 AUTHORIZATION, PROGRESS, AND COMPLETION
4 1 In signing this Agreement, CITY grants ENGINEER specific authorization to proceed with WORK
described in Exhibit A. The time for completion is defined in Exhibit A, or as amended
SECTION 5 COMPENSATION
5 1 COMPENSATION ON A TIME SPENT BASIS AT SPECIFIC HOURLY RATES For the services
described in Exhibit A, compensation shall be according to Exhibit C - Schedule of Specific
Hourly Rates, attached hereto and incorporated herein by this reference, on a time spent basis
plus reimbursement for direct non -salary expenses
Page 2
51 1 DIRECT NON -SALARY EXPENSES Direct Non -Salary Expenses are those costs
incurred on or directly for the PROJECT including, but not limited to, necessary
transportation costs, including current rates for ENGINEER'S vehicles, meals and
lodging, laboratory tests and analyses, printing, binding and reproduction charges, all
costs associated with other outside nonprofessional services and facilities, special CITY -
requested and PROJECT -related insurance and performance warranty costs, and other
similar costs Reimbursement for Direct Non -Salary Expenses will be on the basis of
actual charges plus a reasonable markup, not to exceed ten percent (10%) and on the
basis of current rates when furnished by ENGINEER. Estimated Direct Non -Salary
Expenses are shown in Exhibit B
51 1 1 Travel costs, including transportation, lodging, subsistence, and incidental
expenses incurred by employees of the ENGINEER and each of the
Subconsultants in connection with PROJECT WORK, provided, as follows.
• That a maximum of U S INTERNAL REVENUE SERVICE allowed cents
per mile will be paid for the operation, maintenance, and depreciation
costs of company or individually owned vehicles for that portion of time
they are used for PROJECT WORK. ENGINEER, whenever possible,
will use the least expensive form of ground transportation
• That reimbursement for meals inclusive of tips shall not exceed a
maximum of forty dollars ($40) per day per person This rate may be
adjusted on a yearly basis
• That accommodation shall be at a reasonably priced hotel/motel
• That air travel shall be by coach class, and shall be used only when
absolutely necessary
51 2 Telephone charges, computer charges, in-house reproduction charges, first class
postage, and FAX charges are not included in the direct expense costs, but are
considered included in the Schedule of Specific Hourly Billing Rates
513 Professional Subconsultants Professional Subconsultants are those costs for
engineering, architecture, geotechnical services and similar professional services
approved by the CITY Reimbursement for Professional Subconsultants will be on the
basis of actual costs billed plus a reasonable markup, not to exceed ten percent (10%)
for services provided to the CITY through this Agreement. Estimated Subconsultant
costs are shown in Exhibit B
5 2 Unless specifically authorized in writing by the CITY, the total budgetary amount for this
PROJECT shall not exceed SIX THOUSAND SEVEN HUNDRED Dollars ($6,700) The
ENGINEER will make reasonable efforts to complete the WORK within the budget and will keep
CITY informed of progress toward that end so that the budget or WORK effort can be adjusted if
found necessary The ENGINEER is not obligated to incur costs beyond the indicated budget, as
may be adjusted, nor is the CITY obligated to pay the ENGINEER beyond these limits When
any budget has been increased, the ENGINEER'S excess costs expended prior to such increase
will be allowable to the same extent as if such costs had been incurred after the approved
increase, and provided that the City was informed in writing at the time such costs were incurred
5 3 The ENGINEER shall submit to the City's Representative an invoice each month for payment for
PROJECT services completed through the accounting cut-off day of the previous month Such
invoices shall be for PROJECT services and WORK performed and costs incurred prior to the
date of the invoice and not covered by previously submitted invoices The ENGINEER shall
submit with each invoice a summary of time expended on the PROJECT for the current billing
period, copies of subconsultant invoices, and any other supporting materials determined by the
City necessary to substantiate the costs incurred CITY will use its best efforts to pay such
invoices within thirty (30) days of receipt and upon approval of the WORK done and amount
billed CITY will notify the ENGINEER promptly if any problems are noted with the invoice CITY
may question any item in an invoice, noting to ENGINEER the questionable item(s) and
withholding payment for such item(s) The ENGINEER may resubmit such item(s) in a
subsequent invoice together with additional supporting information required
Page 3
5 4 If payment is not made within sixty (60) days following receipt of approved invoices, interest on
the unpaid balance shall accrue beginning with the sixty-first (61) day at the rate of 1 0% per
month or the maximum interest rate permitted by law, whichever is less, provided, however, that
no interest shall accrue pursuant to Chapter 39 76 RCW when before the date of timely payment
a notice of dispute is issued in good faith by the CITY to the ENGINEER pursuant to the terms of
RCW 39 76 020(4)
5 5 Final payment of any balance due the ENGINEER for PROJECT services will be made within
forty-five (45) days after satisfactory completion of the services required by this Agreement as
evidenced by written acceptance by CITY and after such audit or verification as CITY may deem
necessary and execution and delivery by the ENGINEER of a release of all known payment
claims against CITY arising under or by virtue of this Agreement, other than such payment
claims, if any, as may be specifically exempted by the ENGINEER from the operation of the
release in stated amounts to be set forth therein
5 6 Payment for any PROJECT services and WORK shall not constitute a waiver or release by CITY
of any claims, right, or remedy it may have against the ENGINEER under this Agreement or by
law, nor shall such payment constitute a waiver, remission, or discharge by CITY of any failure or
fault of the ENGINEER to satisfactorily perform the PROJECT WORK as required under this
Agreement.
SECTION 6 RESPONSIBILITY OF ENGINEER
61 The ENGINEER shall be responsible for the professional quality, technical adequacy and
accuracy, timely completion, and the coordination of all plans, design, drawings, specifications,
reports, and other services furnished by the ENGINEER under this Agreement. The ENGINEER
shall, without additional compensation, correct or review any errors, omissions, or other
deficiencies in its plans, designs, drawings, specifications, reports, and other services The
ENGINEER shall perform its WORK according to generally accepted civil engineering standards
of care and consistent with achieving the PROJECT WORK within budget, on time, and in
compliance with applicable laws, regulations, and permits
6 2 CITY'S review or approval of, or payment for, any plans, drawings, designs, specifications,
reports, and incidental WORK or services furnished hereunder shall not in any way relieve the
ENGINEER of responsibility for the technical adequacy, completeness, or accuracy of its WORK
and the PROJECT WORK. CITY'S review, approval, or payment for any of the services shall not
be construed to operate as a waiver of any rights under this Agreement or at law or any cause of
action arising out of the performance of this Agreement.
6 3 In performing WORK and services hereunder, the ENGINEER and its subcontractors,
subconsultants, employees, agents, and representatives shall be acting as independent
contractors and shall not be deemed or construed to be employees or agents of CITY in any
manner whatsoever The ENGINEER shall not hold itself out as, nor claim to be, an officer or
employee of CITY by reason hereof and will not make any claim, demand, or application to or for
any right or privilege applicable to an officer or employee of CITY The ENGINEER shall be
solely responsible for any claims for wages or compensation by ENGINEER employees, agents,
and representatives, including subconsultants and subcontractors, and shall save and hold CITY
harmless therefrom
6 4 INDEMNIFICATION
(a) ENGINEER agrees to defend, indemnify, and hold harmless the CITY, its elected
officials, agents, officers, employees, agents and volunteers (hereinafter "parties
protected") from (1) claims, demands, liens, lawsuits, administrative and other
proceedings,(including reasonable costs and attorneys fees) and (2) judgments,
awards, losses, liabilities, damages, penalties, fines, costs and expenses of any kind
claimed by third parties arising out of, or related to any death, injury, damage or
destruction to any person or any property to the extent caused by any negligent act,
action, default, error or omission or willful misconduct arising out of the Engineer's
performance under this Agreement. In the event that any lien is placed upon the
Page 4
City's property or any of the City's officers, employees or agents as a result of the
negligence or willful misconduct of the Engineer, the Engineer shall at once cause
the same to be dissolved and discharged by giving bond or otherwise
(b) CITY agrees to indemnify and hold the ENGINEER harmless from loss, cost, or expense
of any kind claimed by third parties, including without limitation such loss, cost, or
expense resulting from injuries to persons or damages to property, caused solely by the
negligence or willful misconduct of the CITY, its employees, or agents in connection with
the PROJECT
(c) If the negligence or willful misconduct of both the ENGINEER and the CITY (or a person
identified above for whom each is liable) is a cause of such third party claim, the loss,
cost, or expense shall be shared between the ENGINEER and the CITY in proportion to
their relative degrees of negligence or willful misconduct and the right of indemnity will
apply for such proportion
(d) Nothing contained in this Section or this Agreement shall be construed to create a liability
or a right of indemnification in any third party
6 5 In any and all claims by an employee of the ENGINEER, any subcontractor, anyone directly or
indirectly employed by any of them, or anyone for whose acts any of them may be liable, the
indemnification obligations under this Agreement shall not be limited in any way by any limitation
on the amount or types of damages, compensation, or benefits payable by or for the ENGINEER
or a subcontractor under workers' or workmens' compensation acts, disability benefit acts, or
other employee benefit acts The ENGINEER specifically and expressly waives its immunity
under the Industrial Insurance Act, Title 51, RCW Such waiver has been mutually negotiated by
the ENGINEER and the CITY
6 6 It is understood that any resident engineering or inspection provided by ENGINEER is for the
purpose of determining compliance with the technical provisions of PROJECT specifications and
does not constitute any form of guarantee or insurance with respect to the performance of a
contractor ENGINEER does not assume responsibility for methods or appliances used by a
contractor, for a contractor's safety programs or methods, or for compliance by contractors with
laws and regulations CITY shall use its best efforts to ensure that the construction contract
requires that the contractor(s) indemnify and name CITY, the CITY'S and the ENGINEER'S
officers, principals, employees, agents, representatives, and engineers as additional insureds on
contractor's insurance policies covering PROJECT, exclusive of insurance for ENGINEER
professional liability
6 7 SUBSURFACE INVESTIGATIONS In soils, foundation, groundwater, and other subsurface
investigations, the actual characteristics may vary significantly between successive test points
and sample intervals and at locations other than where observation, exploration, and
investigations have been made Because of the inherent uncertainties in subsurface evaluations,
changed or unanticipated underground conditions may occur that could affect total PROJECT
cost and/or execution These conditions and cost/execution effects are not the responsibility of
the ENGINEER, to the extent that ENGINEER has exercised the applicable and appropriate
standard of professional care and judgment in such investigations
SECTION 7 PROJECT SCHEDULE AND BUDGET
7 1 The general PROJECT schedule and the budget for both the entire PROJECT and its component
tasks shall be as set forth in this Agreement and attachments The project schedule and
performance dates for the individual tasks shall be mutually agreed to by the CITY and the
ENGINEER within fifteen (15) days after execution of this Agreement. The performance dates
and budgets for tasks may be modified only upon written agreement of the parties hereto The
performance date for tasks and the completion date for the entire PROJECT shall not be
extended, nor the budget increased because of any unwarranted delays attributable to the
ENGINEER, but may be extended or increased by the CITY in the event of a delay caused by
special services requested by the CITY or because of unavoidable delay caused by any
governmental action or other conditions beyond the control of the ENGINEER which could not be
reasonably anticipated
Page 5
7 2 Not later than the tenth (10) day of each calendar month during the performance of the
PROJECT, the ENGINEER shall submit to the CITY'S Representative a copy of the current
schedule and a written narrative description of the WORK accomplished by the ENGINEER and
subconsultants on each task, indicating a good faith estimate of the percentage completion
thereof on the last day of the previous month Additional oral or written reports shall be prepared
at the request of the CITY for presentation to other governmental agencies and/or to the public
SECTION 8 REUSE OF DOCUMENTS
8 1 All internal WORK products of the ENGINEER are instruments or service of this PROJECT
There shall be no reuse, change, or alteration by the CITY or others acting through or on behalf
of the CITY without written permission of the ENGINEER, which shall not be unreasonably
withheld and will be at the CITY's sole risk. The CITY agrees to indemnify the ENGINEER and its
officers, employees, subcontractors, and affiliated corporations from all claims, damages, losses,
and costs including, but not limited to, litigation expenses and attorney's fees arising out of or
related to such unauthorized reuse, change, or alteration, provided, however, that the ENGINEER
will not be indemnified for such claims, damages, losses, and costs including, without limitation,
litigation expenses and attorney fees were caused by the ENGINEER's own negligent acts or
omissions
8 2 The ENGINEER agrees that ownership of any plans, drawings, designs, specifications, computer
programs, technical reports, operating manuals, calculations, notes, and other WORK submitted
or which are specified to be delivered under this Agreement or which are developed or produced
and paid for under this Agreement, whether or not complete, shall be vested in the CITY
8 3 All rights to patents, trademarks, copyrights, and trade secrets owned by ENGINEER (hereinafter
"Intellectual Property") as well as any modifications, updates or enhancements to said Intellectual
Property during the performance of the WORK remain the property of ENGINEER, and ENGINEER
does not grant CITY any right or license to such Intellectual Property
SECTION 9 AUDIT AND ACCESS TO RECORDS
91 The ENGINEER, including its subconsultants, shall maintain books, records, documents and
other evidence directly pertinent to performance of the WORK under this Agreement in
accordance with generally accepted accounting principles and practices consistently applied
The CITY, or the CITY'S duly authorized representative, shall have access to such books,
records, documents, and other evidence for inspection, audit, and copying for a period of three
years after completion of the PROJECT The CITY shall also have access to such books,
records, and documents during the performance of the PROJECT WORK, if deemed necessary
by the CITY, to verify the ENGINEER'S WORK and invoices
9.2 Audits conducted pursuant to this section shall be in accordance with generally accepted auditing
standards and established procedures and guidelines of the reviewing or auditing agency
9 3 The ENGINEER agrees to the disclosure of all information and reports resulting from access to
records pursuant to this section provided that the ENGINEER is afforded the opportunity for an
audit exit conference and an opportunity to comment and submit any supporting documentation
on the pertinent portions of the draft audit report and that the final audit report will include written
comments, if any, of the ENGINEER.
9 4 The ENGINEER shall ensure that the foregoing paragraphs are included in each subcontract for
WORK on the Project.
9 5 Any charges of the ENGINEER paid by the CITY which are found by an audit to be inadequately
substantiated shall be reimbursed to the CITY
SECTION 10 INSURANCE
10 1 At all times during performance of the Services, ENGINEER shall secure and maintain in effect
insurance to protect the City and the ENGINEER from and against all claims, damages, losses,
Page 6
and expenses arising out of or resulting from the performance of this Contract. ENGINEER shall
provide and maintain in force insurance in limits no less than that stated below, as applicable
The City reserves the rights to require higher limits should it deem it necessary in the best interest
of the public
10 1 1 Commercial General Liability Insurance. Before this Contract is fully executed by
the parties, ENGINEER shall provide the City with a certificate of insurance as proof of
commercial liability insurance and commercial umbrella liability insurance with a total
liability limit of the limits required in the policy, subject to minimum limits of Two
Million Dollars ($2,000,000 00) per occurrence combined single limit bodily injury and
property damage, and Two Million Dollars ($2,000,000 00) general aggregate The
certificate shall clearly state who the provider is, the coverage amount, the policy
number, and when the policy and provisions provided are in effect. Said policy shall be
in effect for the duration of this Contract. The policy shall name the City, its elected
officials, officers, agents, employees, and volunteers as additional insureds The
insured shall not cancel or change the insurance without first giving the City thirty (30)
calendar days prior written notice The insurance shall be with an insurance company
or companies rated A -VII or higher in Best's Guide and admitted in the State of
Washington
10 1 2 Commercial Automobile Liability Insurance.
a If ENGINEER owns any vehicles, before this Contract is fully executed by the
parties, ENGINEERshall provide the City with a certificate of insurance as proof of
commercial automobile liability insurance and commercial umbrella liability insurance
with a total liability limit of the limits required in the policy, subject to minimum limits of
Two Million Dollars ($2,000,000 00) per occurrence combined single limit bodily injury
and property damage Automobile liability will apply to "Any Auto" and be shown on
the certificate
b If ENGINEER does not own any vehicles, only "Non -owned and Hired
Automobile Liability" will be required and may be added to the commercial liability
coverage at the same limits as required in that section of this Contract, which is
Section 10 1 1 entitled "Commercial General Liability Insurance"
c Under either situation described above in Section 10 1 2 a and Section 10 1 2 b ,
the required certificate of insurance shall clearly state who the provider is, the
coverage amount, the policy number, and when the policy and provisions provided are
in effect. Said policy shall be in effect for the duration of this Contract. The policy shall
name the City, its elected officials, officers, agents, employees, and volunteers as
additional insureds. The insured shall not cancel or change the insurance without first
giving the City thirty (30) calendar days prior written notice The insurance shall be
with an insurance company or companies rated A -VII or higher in Best's Guide and
admitted in the State of Washington
10 1 3 Statutory workers' compensation and employer's liability insurance as required by state
law
10 1 4 Professional Liability Coverage. Before this Contract is fully executed by the parties,
ENGINEER shall provide the City with a certificate of insurance as proof of professional
liability coverage with a total liability limit of the limits required in the policy, subject
to minimum limits of Two Million Dollars ($2,000,000 00) per claim, and Two Million
Dollars ($2,000,000 00) aggregate The certificate shall clearly state who the provider
is, the coverage amount, the policy number, and when the policy and provisions
provided are in effect. Said policy shall be in effect for the duration of this Contract.
The insured shall not cancel or change the insurance without first giving the City thirty
(30) calendar days prior written notice The insurance shall be with an insurance
company or companies rated A -VII or higher in Best's Guide If the policy is written on a
claims made basis the coverage will continue in force for an additional two years after
the completion of this contract.
Page 7
Failure of either or all of the additional insureds to report a claim under such insurance
shall not prejudice the rights of the CITY, its officers, employees, agents, and
representatives there under The CITY and the CITY'S elected officials, officers,
principals, employees, representatives, and agents shall have no obligation for
payment of premiums because of being named as additional insureds under such
insurance None of the policies issued pursuant to the requirements contained herein
shall be canceled, allowed to expire, or changed in any manner that affects the rights of
the City until thirty (30) days after written notice to the CITY of such intended
cancellation, expiration or change
SECTION 11 SUBCONTRACTS
11 1 ENGINEER shall be entitled, to the extent determined appropriate by ENGINEER, to subcontract
any portion of the WORK to be performed under this Agreement.
11.2 Any subconsultants or subcontractors to the ENGINEER utilized on this PROJECT, including any
substitutions thereof, will be subject to prior approval by CITY, which approval shall not be
unreasonably withheld Each subcontract shall be subject to review by the CITY'S
Representative, if requested, prior to the subconsultant or subcontractor proceeding with the
WORK. Such review shall not constitute an approval as to the legal form or content of such
subcontract. The ENGINEER shall be responsible for the architectural and engineering
performance, acts, and omissions of all persons and firms performing subcontract WORK.
11 3 CITY does not anticipate ENGINEER subcontracting with any additional persons or firms for the
purpose of completing this Agreement.
11 4 The ENGINEER shall submit, along with its monthly invoices, a description of all WORK
completed by subconsultants and subcontractors during the preceding month and copies of all
invoices thereto
SECTION 12 ASSIGNMENT
12 1 This Agreement is binding on the heirs, successors and assigns of the parties hereto This
Agreement may not be assigned by CITY or ENGINEER without prior written consent of the
other, which consent will not be unreasonably withheld It is expressly intended and agreed that
no third party beneficiaries are created by this Agreement, and that the rights and remedies
provided herein shall inure only to the benefit of the parties to this Agreement.
SECTION 13 INTEGRATION
13 1 This Agreement represents the entire understanding of CITY and ENGINEER as to those matters
contained herein No prior oral or written understanding shall be of any force or effect with
respect to those matters covered herein This Agreement may not be modified or altered except
in writing signed by both parties
SECTION 14 JURISDICTION AND VENUE
14 1 This Agreement shall be administered and interpreted under the laws of the State of Washington
Jurisdiction of litigation arising from this Agreement shall be in Washington State If any part of
this Agreement is found to conflict with applicable laws, such part shall be inoperative, null, and
void insofar as it conflicts with said laws, but the remainder of this Agreement shall be in full force
and effect. Venue of all disputes arising under this Agreement shall be Yakima County, State of
Washington
SECTION 15 EQUAL EMPLOYMENT and NONDISCRIMINATION
15 1 During the performance of this Agreement, ENGINEER and ENGINEER's subconsultants and
subcontractors shall not discriminate in violation of any applicable federal, state and/or local law
or regulation on the basis of age, sex, race, creed, religion, color, national origin, marital status,
disability, honorably discharged veteran or military status, pregnancy, sexual orientation, and any
other classification protected under federal, state, or local law This provision shall include but
Page 8
not be limited to the following employment, upgrading, demotion, transfer, recruitment,
advertising, layoff or termination, rates of pay or other forms of compensation, selection for
training, and the provision of services under this Agreement. ENGINEER agrees to comply with
the applicable provisions of State and Federal Equal Employment Opportunity and
Nondiscrimination statutes and regulations
SECTION 16 SUSPENSION OF WORK
16 1 CITY may suspend, in writing by certified mail, all or a portion of the WORK under this Agreement
if unforeseen circumstances beyond CITY'S control are interfering with normal progress of the
WORK. ENGINEER may suspend, in writing by certified mail, all or a portion of the WORK under
this Agreement if unforeseen circumstances beyond ENGINEER's control are interfering with
normal progress of the WORK. ENGINEER may suspend WORK on PROJECT in the event
CITY does not pay invoices when due, except where otherwise provided by this Agreement. The
time for completion of the WORK shall be extended by the number of days WORK is suspended
If the period of suspension exceeds ninety (90) days, the terms of this Agreement are subject to
renegotiation, and both parties are granted the option to terminate WORK on the suspended
portion of Project in accordance with SECTION 17
SECTION 17 TERMINATION OF WORK
17 1 Either party may terminate this Agreement, in whole or in part, if the other party materially
breaches its obligations under this Agreement and is in default through no fault of the terminating
party However, no such termination may be effected unless the other party is given (1) not less
than fifteen (15) calendar days written notice delivered by certified mail, return receipt requested,
of intent to terminate, and (2) an opportunity for consultation and for cure with the terminating
party before termination Notice shall be considered issued within seventy-two (72) hours of
mailing by certified mail to the place of business of either party as set forth in this Agreement.
17 2 In addition to termination under subsection 17 1 of this Section, CITY may terminate this
Agreement for its convenience, in whole or in part, provided the ENGINEER is given (1) not less
than fifteen (15) calendar days written notice delivered by certified mail, return receipt requested,
of intent to terminate, and (2) an opportunity for consultation with CITY before termination
17 3 If CITY terminates for default on the part of the ENGINEER, an adjustment in the contract price
pursuant to the Agreement shall be made, but (1) no amount shall be allowed for anticipated
profit on unperformed services or other WORK, and (2) any payment due to the ENGINEER at
the time of termination may be adjusted to the extent of any additional costs or damages CITY
has incurred, or is likely to incur, because of the ENGINEER'S breach In such event, CITY shall
consider the amount of WORK originally required which was satisfactorily completed to date of
termination, whether that WORK is in a form or of a type which is usable and suitable to CITY at
the date of termination and the cost to CITY of completing the WORK itself or of employing
another firm to complete it. Under no circumstances shall payments made under this provision
exceed the contract price In the event of default, the ENGINEER agrees to pay CITY for any
and all damages, costs, and expenses whether directly, indirectly, or consequentially caused by
said default. This provision shall not preclude CITY from filing claims and/or commencing
litigation to secure compensation for damages incurred beyond that covered by contract
retainage or other withheld payments
17 4 If the ENGINEER terminates for default on the part of CITY or if CITY terminates for convenience,
the adjustment pursuant to the Agreement shall include payment for services satisfactorily
performed to the date of termination, in addition to termination settlement costs the ENGINEER
reasonably incurs relating to commitments which had become firm before the termination, unless
CITY determines to assume said commitments
17 5 Upon receipt of a termination notice under subsections 17 1 or 17 2 above, the ENGINEER shall
(1) promptly discontinue all services affected (unless the notice directs otherwise), and (2) deliver
or otherwise make available to CITY all originals of data, drawings, specifications, calculations,
reports, estimates, summaries, and such other information, documents, and materials as the
ENGINEER or its subconsultants may have accumulated or prepared in performing this
Agreement, whether completed or in progress, with the ENGINEER retaining copies of the same
Page 9
17 6 Upon termination under any subparagraph above, CITY reserves the right to prosecute the
WORK to completion utilizing other qualified firms or individuals, provided, the ENGINEER shall
have no responsibility to prosecute further WORK thereon
17 7 If, after termination for failure of the ENGINEER to fulfill contractual obligations, it is determined
that the ENGINEER has not so failed, the termination shall be deemed to have been effected for
the convenience of CITY In such event, the adjustment pursuant to the Agreement shall be
determined as set forth in subparagraph 17 4 of this Section
17 8 If, because of death, unavailability or any other occurrence, it becomes impossible for any key
personnel employed by the ENGINEER in PROJECT WORK or for any corporate officer of the
ENGINEER to render his services to the PROJECT, the ENGINEER shall not be relieved of its
obligations to complete performance under this Agreement without the concurrence and written
approval of CITY If CITY agrees to termination of this Agreement under this provision, payment
shall be made as set forth in subparagraph 17 3 of this Section
SECTION 18 DISPUTE RESOLUTION
18 1 In the event that any dispute shall arise as to the interpretation of this agreement, or in the event
of a notice of default as to whether such default does constitute a breach of the contract, and if
the parties hereto cannot mutually settle such differences, then the parties shall first pursue
mediation as a means to resolve the dispute If either of the afore mentioned methods are not
successful then any dispute relating to this Agreement shall be decided in the courts of Yakima
County, in accordance with the laws of Washington If both parties consent in writing, other
available means of dispute resolution may be implemented
SECTION 19 NOTICE
19 1 Any notice required to be given under the terms of this Agreement shall be directed to the party at
the address set forth below Notice shall be considered issued and effective upon receipt thereof
by the addressee -party, or seventy-two (72) hours after mailing by certified mail to the place of
business set forth below, whichever is earlier
CITY
City of Yakima
129 North 2nd Street
Yakima, WA 98901
Attn Brett Sheffield
ENGINEER Maul Foster & Alongi, Inc
1329 North State Street, Suite 301
Bellingham, WA 98225
Attn Justin Clary
Page 10
IN WITNESS WHEREOF, the parties hereto have caused this agreement to be executed by their
respective authorized officers or representatives as of the day and year first above written
CITY OE#AKIMA
1.1
Printed Name:. !iM' O a A_ -A
Title' City Manager
Printed Name: Justin L. Clary
Title Director of Eastern Washington Operations
Date: 91461 !. 2oiJ".
City Contract No. do/c-%%-6 �v
Resolution No 2- wILF O
Page 11
EXHIBIT A
WELL DECOMMISSIONING SCOPE OF WORK
FORMER TIGER OIL EAST NOB HILL SITE
Task 1—Decommission Monitoring Wells
MFA will coordinate and oversee decommissioning of seven monitoring wells at and adjacent to the
former Tiger Oil property MFA will subcontract with a licensed driller to decommission the wells in
accordance with Washington state standards (Washington Administrative Code [WAC] 173-160-460) The
well monuments are flush -mounted with an inside casing diameter greater than one inch, therefore, each
well will be decommissioned in place by filling with bentonite chips and hydrating with potable water in
accordance with WAC 173-160-460(2)(a) The well lids and steel monuments will be removed The
surface will be patching with either concrete or asphalt at monitoring wells located within the right-of-way
or off City of Yakima -owned property to match the surrounding area. All other wells will use gravel to be
brought to grade and compacted All waste materials will be disposed of in accordance with all applicable
laws and regulations
Task 2—Reporting
Following monitoring well decommissioning, MFA will prepare a completion report that documents the
well decommissioning in accordance with WAC standards
Page 14
EXHIBIT B
PROFESSIONAL FEES
Task
Maul Foster & Alongi, Inc.
Subcontractors
Total
Hours
Labor
Direct
1 Decommission Monitoring Wells
2 Reporting
24
10
$2,280
$1,070
$455
$20
$2,875
$0
$5,610
$1,090
Total Estimated Cost $6,700
Page 15
EXHIBIT C
SCHEDULE OF CHARGES
Page 16
0. MAUL FOSTER ALONGI
www.maulfoster com
PERSONNEL CHARGES
SCHEDULE OF CHARGES
Principal $130 — 250/hour
Senior $110 - 170/hour
Project $95 - 140/hour
Staff .$70 - 110/hour
GIS Professional .$90 - 180/hour
Drafter/CADD Operator $70 - 95/hour
Technical Writer/Editor .$70 - 85/hour
Administrative Assistant $60 - 85/hour
Depositions and expert witness testimony, including preparation time, will be charged at 200 percent
of the above rates.
Travel time will be charged in accordance with the above rates.
OUTSIDE SERVICES
Charges for outside services, equipment, and facilities not furnished directly by Maul Foster &
Alongi, Inc. will be billed at cost plus 10 percent. Such charges may include, but shall not be limited
to the following:
Printing and photographic reproduction
Rented vehicles
Transportation on public carriers
Special fees, permits, insurance, etc.
SUBCONTRACTORS
Rented equipment
Shipping charges
Meals and lodging
Consumable materials
Charges for subcontractors will be billed at cost plus 15 percent.
l..\\II' \ Polic1eS & Procedures Manual\Ilii Protect i\Ianagemcnt\Contract Norms\Ongtnal\MFA Schedule of Charges 2C)15.docx
1
DIRECT CHARGES
Vehicle per mile $0.75
COMPUTER CHARGES
CADD, ArcGIS $20.00/hour
EQuIS, EVS, Modeling Apphcations $30.00/hour
FIELD EQUIPMENT
The rates for field equipment are set forth m the Field Equipment Rate Schedule.
DOCUMENT PRODUCTION
The rates for document production are set forth m the Document Production Rate Schedule.
RATE CHANGES
Schedule of Charges and Standard Equipment Rates are subject to change without notice.
BILLING AND PAYMENT
Invoices will be submitted monthly and shall be due and payable upon receipt. Interest at the rate of
one and one-half percent (1.5%) per month, but not exceeding the maximum rate allowable by law,
shall be payable on any amounts that are due but unpaid within (30) days from receipt of invoice,
payment to be apphed first to accrued late payment charges and then to the principal unpaid
amount.
I,.\1II'A Policies & Procedures Manual\Ilii Project Management \Contract Forms \( inginal\iN1I \ Schedule of Charges 2015.docx
7