No preview available
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