Loading...
HomeMy WebLinkAboutR-2015-046 Trolley Barn Property Environmental Cleanup Agreement with IO Environmental and Infrastructure, Inc.Yakima Valley Transportation Co Trolley Barn Site Interim Remedial Action CITY OF YAKIMA JOB NO. 2404 INVITATION TO QUOTE CITY OF YAKIMA ENGINEERING DIVISION Contractor: 10 Environmental & Infrastructure, Inc. 129 NO. 2ND STREET YAKIMA, WASHINGTON 98901 Phone: (425) 454-1086 PHONE 575-6111 .Address: 2200 118th Avenue SE Quotations will be received by the Yakima City Clerk until: 2:00,PM,'My 14,2015 Bellevue, WA 98005 PROJECT SCOPE This contract provides for conducting an interim remedial action at the Yakima Valley Transportation Co Trolley Bam Site (Trolley Barn) located at 404 South 3rd Avenue in Yakima, Washington. The scope includes decommissioning in-place one underground storage tank, excavation and off-site disposal of petroleum and/or heavy metal contaminated soil, application of a bioremediation compound within the excavation backfill, and capping the site, as well as other related work all in accordance with the Plans and Specifications as prepared on behalf of the City Engineer of the City of Yakima. INSTRUCTIONS TO THE CONTRACTOR Please return your lowest price for the 'following project by 2:0o p:; i May, t4, 20'15 ito the Yakima City Clerks Office, 1st floor of City Hall. If you have any questions call Brett Sheffield at (509) 576-6797. The city reserves the right to reject any or all quotations and to accept any or all items at the price quoted. The city Intends to award this contract within 10 calendar days after bid opening. 1 DEPARTMENT OF U'fILITES AND ENGINEERING Debbie Cook, PE, Director Engineering Division 129 North Second Street Yakima, Washington 98901 (509) 575-6111 • Fax (509) 576-6305 Tuesday, May 19, 2015 10 Environmental & Infrastructure, Inc 2200 118th Avenue SE Bellevue, WA 98005 Re: Yakima Valley Transportation Co. Trolley Barn Site Interim Remedial Action City Project No. 2404 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 May 14, 2015 in the amount of $196,517.60. 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 sign and return all copies of the contract form to this office, along with the fully executed performance bond and certificate of insurance, as soon as possible The project work needs to be completed by June 12, 2015 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 6et 61- 1 ?ethy'wianci cedo May 6, 2015 City of Yakima, Washington ADDENDUM NO. 1 to the Bid Proposal, Contract Documents, and Special Provisions for YAKIMA VALLEY TRANSPORTATION CO TROLLEY BARN SITE INTERIM REMEDIAL ACTION Project No. 2404 TO ALL PLAM-IOLDERS. 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 Yakima Valley Transportation Co Trolley Barn Site Interim Remedial Action project. l 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 are red and bold. 2. Pre -Bid Questions ATTACHED TO THIS ADDENDUM are questions and corresponding answers received by the City of Yakima as of May 5, 2015 and prior to the scheduled bid opening 3 Surface Soil Field Screening Data ATTACHED TO THIS ADDENDUM are field screening data and maps identifying the location of each screening point completed by Washington State Department of Ecology staff on March 11-12, 2015 ivL\UL FOSTER & ALONGI, INC. Justin L. Clary, PE Issued. May 6, 2015 Addendum No 1 1 Project No. 2404 Received and Acknowledged: IO Environmental and Infrastructure, Inc. Alicia M Gervasi CFO 5/11/15 Addendum No. 1 Contractor By Title Date 2 Project No. 2404 ENVIRONMINI Al Jt mt.:,,,W:,\( May 13, 2015 City Clerk's Office Yakima City Hall 129 North 2nd Street Yakima, WA IO Environmental & Infrastructure, Inc. 2200 118th Avenue SE Bellevue, WA 98005 425-454-1086 C (425) 698-3093 Attn: To whom it May Concern RE: Cost Estimate for the Trolley Barn Interim Remedial Action -Yakima WA -Job Number 2404 We herewith submit our proposal package in response to the above referenced project. The cost estimate was prepared based on information provided from the City of Yakima on the "Invatation to Quote -Yakima Valley Transportation Company -Trolley Barn Remedial Action", received May 1, 2015 and Addendum 1 received May 6, 2015. IOEI is very familiar with this type of remediation work, local regulations, and has the staff and equipment available to start and complete this project in the short time frame specified by the City. Our staff averages over 20 -years in the environmental remediation and construction industry. IOEI employees an over 40% veteran work force. Scope of Work: • Perform preconstruction meeting with stakeholders, prepare plans, and furnish performance and pament bonds to the City; • Contact one call and subcontract private utility notifications; • Prepare Site Specific Health and Safety Plan; • Obtain necessary dust control permit from the Yakima Valley Clean Air Agency; • Obtain waste disposal approvals from the Yakima County Health Department; • Mobilize equipment and materials to the Site; • Secure Site features and protect them from construction; • Install waddles and silt fence per specifications at the Site; • Secure Site with temprorary fencing; • Prepare stockpile areas and move poles located near the northern excavation area; • Protect utilities in the excavation areas as needed; • Saw cut and remove concrete in the substation building to allow access to UST; • Provide ICC Certified Decommissioner to inert UST, pump, rinse, and fill with controlled density fill; • Excavate and stockpile metals impacted soil from the Site for sampling per specifications; • Excavate and stockpile PCS soil from northern area and apply AnoxEa per specifications; • Transport and dispose of aapproxiamtely 2000 tons of contaminated non-Haz material to Anderson Pit in Yakima; Trolley Barn Cover Letter May 13, 2015 Page 2 of 2 • Backfill excavation and compact per specicifications, restore surfaces as specified, perform as -built survey; and • Demobilize equipment and materials from the Site. Assumptions/Exclusions: 1. Work can be performed during normal business hours (M -F 7am to 5pm); 2. Estimate assumes one mobilization and demobilization; 3. Work can be completed less than two weeks by a 3 person crew; 4. All areas will be secured with temporary chain link fencing for safety; 5. Sampling by others on 24-hour TAT; 6. ALL SOIL and WATER are NON HAZ; 7. Grading permit by others; 8. Dewatering is not required; 9. Compaction testing by others; 10. Level D PPE only; and 11. Price does not include Washington State Sales Tax (WSST@ 8.8%). The cost estimate to perform the above scope of work is provided on the bid schedule: We appreciate the opportunity to provide you with environmental services. Please do not hesitate to contact me if there is anything else that you require at this time or if you have any questions regarding the contents of this proposal. IOEI can start this project immediately upon award. Authorized Signature-IOEI-Subcontractor, Signed 425-698-3093 IO Environmental and Infrastructure LLC. 2200 118th Ave SE Bellevue, WA 98005 Attachments. Bid Schedule SECTION 01 10 00 SUMMARY PART 1 GENERAL 1.1 PROJECT A. Project Name: Yakima Valley Transportation Co Trolley Barn Site Interim Remedial Action. B. OWNER's Name: City of Yakima. C. ENGINEER's Name: Maul Foster & Alongi, Inc. D. The Project consists of decommissioning in-place of one underground storage tank, removal of petroleum and/or heavy metal contaminated soils, application of a bioremediation product to enhance aerobic degradation, and capping of the site. 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 construction activities shall be completed by June 12, 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 03 01 / Trolley Barn Interim Remedial Action 01 10 00 - 1 SUMMARY Contractor Bid Questions Received by May 5, 2015 Yakima Valley Transportation Co Trolley Barn Site Interim Remedial Action Bid Package Project No. 2404 City of Yakima, Washington 1 Reviewing the specifications, 1 wanted to confirm the date that the City is reginrung,Substantial Completion for this project: Item 12 under the General/Special Instructions states that work shall be completed by June 12, 2015, but Section 01 10 00 1.5 C.2 states that construction activities shall be completed by June 1, 2015 — please clarify Response: All work si required complete by June 12, 2015, unles an extension granted by the Engineer. Speczficatzon Section 01 10 00 has been revised and reissued as part of Bid Addendum 01 to indicate the June 12„ 2013 deadline 2 I understand that performance and payment bonds will be required — can you please clarify whether or not a bid bond will be required to be submitted with our bid. Response: fl bid bond is not required. 3 Given the short -turn -around for this project, has the City communicated with the Washington Department of Ecology (Ecology) regarding the (in-place) decomrrussionmg of the UST Normally a 30 -day notice is required, so pre -authorized expedited removal may be necessary to meet the City's Schedule for this project, and it may be advantageous to communicate with Ecology prior to the bid due date. Response: The City is partnering with Ecology in the completion of thz., interim remedial action. Ecology UST decommisszonzng sic f has indicated that, due to the UST being suspected of previously containing heating oil, the 30 -day notice will not be required 4 For the UST to be decommissioned m -place, I may have nussed it, but I did not see any reference to the size/volume of the tank, or tank contents/quality — could you please refer me to or provide information on the size/volume of the UST and current tank contents? If information about the tank is unknown or unavailable, could you provide estimated quantities for bidding purposes since this is a lump sum item. Response: The content and .ire of •the UST to be decommissioned is not currently known. It zs szupected to have contained heating oil, however. no confirmation of current or former contents has been completed /1 gmund penetrating radar survey conducted in 2007 estimated the UST length at 8 Je. et. For bidding this stem, assume the UST tank capaczly 5 00 sallons and that 230 -gallon., of heating oil will require removal and dispoial. 3. Based on the Google Earth street view of the site, there appear to be multiple trolley electric lines, poles and guide/support wires throughout the site, including within the excavation areas. Does the City have written specifications/requirements—lunitations on excavating in the vicinity of poles/wires and supports, including the sub -surface support blocks/structures. Can the trolley line be deactivated duruig the construction period, or will the lines remain activated during construction? Response: Ecology stay has indicated that the overhead trolly lines will he deactivatedprzor to work. Per Constrrutzon Plan Sheet 64.0 (Excavation Plan), the Contractor will be responsible fir pmletting the integrity of any poles/ supports throughout construction. 6 Can you please provide the metals data and any TCLP data you may have? Response: No TCLP data currently exists; however,. the Engineer has recently collected and submitted for laboratory TCLP analysis two soilsamples from the Heavy Metals Excavation /lrea and four soil samples from the Sulfa. ce Soil Removal Area. Conversations with Yakima County Department of Health stafjrelative to applicable dieposa/fiuzlities have been initiated, however,. ultimate disposal will rely on the analytical result,. Attached are surface soil field screening results (not to be confiised with analytical results) that have been provided by Ecology stag. 7. Specifications mention dewatering, is this anticipated? Response: No dewatering zs anticipated.11 the water table is contacted during excavation, the vertical extent of excavation will be limited to contact with the water table. 8 Are existing tracks to be removed and not replaced? Response: Per Construction Plan Sheet C4 0 (Excavation Plan), the Contractor will be responsible for protecting the e zstmg track., throizgho t construction. 9. Will shoring be required? Response. Per Technical.Speciication Section 02.61.13, Excavation 6 Handling of Contaminated Soils, Part 3 4 C. the Contractor shall be responsible fbr trench and excavation saJe1y Either shoring or a benched (where feasible) excavation approach may be used. /0 We assume a dust control permit is required. Response: Technical Speczficatzon Section 01.37 /3, Temporary I roszon and Sediment Control• and Construction Plan Sheet C1 0 (Construction Notes) identzfjz requirements specz/ic to dust control. Contractor should anticipate in its bid being required to obtain a dust control permit through the Yakima Valley Clean Air Agency. / /. Can we substitute for the AnoxEa? Response: Per Technical Specification Section 02 61.13, Excavation 6 Handling of Contaminated Soils, Part 3.9 B, Contractor shall apple AnoxE.A® or an equivalent approved by the Engineer. 12. Is the UST empty and what were former contents? Response: It is unknown zl the UST is empty. The UST is suspected to have cnntazned heating oil, however, its current or firmer contents have not been confirmed. /3 Can we backfill UST with Sand? Response: Technical Spec fication Section 02.65.00, Undeigmimd Storage Tank Removal, Part 3.3.71. and Construction Plan Sheet C4 /, Excavation Profile, require the use of cvnlrolled dense y fill for decommissioning of the UST /4 Who is providing compaction testing? Response. The contractor shall be responsible for demonstrating adequate compaction. 13. Is there a mandatory site visit? Response. Per Item No 10 of the General/ Special Instructions, a pre-bid meeting will not be conducted. Bidders are encouraged to visit the site prior to submitting their quote 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Trolley Barn XRF Data March 11 and 12 2015 Sample ID - Depth (feet bgs) Date As As +/- Pb Pb +/- Hg Hg +/- 1 - Surface 3/11/2015 <LOD 8 24 4 <LOD 12 1 - 0.5 3/11/2015 <LOD 9 <LOD 12 <LOD 16 2 - Surface 3/11/2015 <LOD 14 50 6 <LOD 16 2 - 0.5 3/11/2015 <LOD 14 64 6 <LOD 16 3 - Surface 3/11/2015 <LOD 11 20 5 <LOD 16 3 - 0.5 3/11/2015 <LOD 9 <LOD 11 <LOD 15 4 - Surface 3/11/2015 <LOD 12 38 5 <LOD 18 4 - 0.5 3/11/2015 <LOD 15 53 6 <LOD 16 5 - Surface 3/11/2015 <LOD 14 50 6 <LOD 19 5- 0 5 3/11/2015 37 4 16 4 <LOD 15 6 - Surface 3/11/2015 208 27 3469 53 <LOD 29 6 - 0 5 3/11/2015 163 17 1135 25 <LOD 21 7 - Surface 3/11/2015 <LOD 21 154 9 <LOD 19 7 - 0.5 3/11/2015 117 14 855 19 <LOD 19 8 - Surface 3/11/2015 <LOD 17 112 7 <LOD 18 8 - 0 5 3/11/2015 43 10 447 14 <LOD 19 9 - Surface 3/11/2015 <LOD 34 540 16 <LOD 20 9 - 0.5 3/11/2015 72 20 1912 34 <LOD 21 10 - Surface 3/11/2015 44 11 524 15 <LOD 19 10 - 0.5 3/11/2015 93 11 427 14 <LOD 20 11 - Surface 3/11/2015 <LOD 21 175 9 <LOD 18 11 - 0.5 3/11/2015 <LOD 12 22 5 <LOD 16 12 - Surface 3/11/2015 18 5 89 6 <LOD 16 12 - 0.5 3/11/2015 <LOD 14 50 6 <LOD 17 13 - Surface 3/11/2015 25 7 181 9 <LOD 17 13 - 0.5 3/11/2015 <LOD 20 139 8 <LOD 17 14 - Surface 3/11/2015 201 11 387 12 <LOD 17 14 - 0 5 3/11/2015 290 12 213 10 <LOD 21 15 - Surface 3/11/2015 <LOD 31 373 13 <LOD 19 15 - 0.5 3/11/2015 135 22 2485 40 27 9 16 - Surface 3/11/2015 <LOD 13 34 6 <LOD 18 16 - 0.5 3/11/2015 57 9 361 12 <LOD 17 17 - Surface 3/11/2015 <LOD 15 67 7 <LOD 17 17 - 0.5 3/11/2015 23 6 73 7 <LOD 16 18 - Surface 3/11/2015 79 9 253 11 <LOD 20 18 - 0.5 3/11/2015 <LOD 21 212 9 <LOD 17 19 - Surface 3/11/2015 <LOD 14 85 6 <LOD 17 19 - 0.5 3/11/2015 72 16 1287 25 <LOD 20 20 - Surface 3/11/2015 <LOD 15 74 6 <LOD 16 20 - 0 5 3/11/2015 27 6 89 7 <LOD 15 21 - Surface 3/11/2015 <LOD 17 76 7 <LOD 17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 21 - 0.5 3/11/2015 24 6 134 8 <LOD 18 22 - Surface 3/11/2015 <LOD 24 235 10 24 7 22 - 0.5 3/11/2015 <LOD 17 123 7 <LOD 14 23 - Surface 3/11/2015 <LOD 21 215 9 <LOD 16 23 - 0 5 3/11/2015 <LOD 12 59 5 <LOD 12 24 - Surface 3/11/2015 <LOD 12 51 5 <LOD 16 24 - 0.5 3/11/2015 <LOD 15 70 7 <LOD 17 25 - Surface 3/11/2015 <LOD 16 88 7 <LOD 18 25 - 0.5 3/11/2015 <LOD 11 40 5 <LOD 15 26 - Surface 3/11/2015 <LOD 14 71 6 <LOD 16 26 - 0.5 3/11/2015 <LOD 11 26 4 18 6 27 - Surface 3/12/2015 <LOD 16 94 7 <LOD 18 27 - 0 5 3/12/2015 36 7 90 7 <LOD 17 28 - Surface 3/12/2015 <LOD 12 46 5 <LOD 15 28 - 0.5 3/12/2015 <LOD 11 17 4 <LOD 17 29 - Surface 3/12/2015 <LOD 21 226 9 <LOD 18 29 - 0.5 3/12/2015 <LOD 13 62 6 <LOD 15 30 - Surface 3/12/2015 <LOD 11 20 5 <LOD 16 30 - 0.5 3/12/2015 <LOD 15 84 6 <LOD 16 31 - Surface 3/12/2015 <LOD 14 84 6 <LOD 15 31 - 0.5 3/12/2015 <LOD 11 29 5 <LOD 16 32 - Surface 3/12/2015 <LOD 15 82 6 <LOD 16 32 - 0.5 3/12/2015 <LOD 14 57 6 <LOD 18 33 - Surface 3/12/2015 <LOD 17 116 7 <LOD 15 33 - 0.5 3/12/2015 <LOD 20 167 9 <LOD 18 34 - Surface 3/12/2015 <LOD 18 156 8 <LOD 16 34 - 0.5 3/12/2015 17 5 96 7 <LOD 17 35 - Surface 3/12/2015 <LOD 57 1946 33 <LOD 23 35 - 0.5 3/12/2015 34 9 290 11 <LOD 15 36 - Surface 3/12/2015 <LOD 13 70 6 <LOD 14 36 - 0.5 3/12/2015 <LOD 17 116 7 <LOD 15 37 - Surface 3/12/2015 31 8 264 10 <LOD 17 37 - 0.5 3/12/2015 <LOD 15 75 6 <LOD 18 38 - Surface 3/12/2015 <LOD 28 458 13 <LOD 17 38 - 0.5 3/12/2015 21 7 163 8 <LOD 18 39 - Surface 3/12/2015 14 4 31 5 <LOD 15 39 - 0.5 3/12/2015 <LOD 11 18 4 <LOD 17 40 - Surface 3/12/2015 <LOD 13 40 5 <LOD 16 40 - 0.5 3/12/2015 <LOD 11 44 5 <LOD 14 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Yakima Valley Trolley Barn XRF Sampling Points Arsenic at 6" depth Pire St •35 GEI-MW3 GEI-B8 Itt34 18132499999 36 Vow GEI-B3 19 18132444465 ®32 • 33 38 • • ••17 444, 18 0 • EI -B4 eV 28 37 39 40 29 N 7 31 0 •30 '� R •27 1!f �, 26 • a • • 18132444403 18132444402 •25 24 15 •23 • 18132444401 11; 1 18132444400 rip • ,dam' 14 411 • 1 •* 3 •2 1 • 9 6• 0. 5 12.11•• 8132499990 N • kit 7 18132444472 40 20 0 40 80 120 • Non-Detect/Below Cleanup Level 160 Feet • Above Cleanup Level DEPARTMENT OF WI ECOLOGY State of Washington Matt Durkee Yakima Valley Trolley Barn XRF Sampling Points Lead at 6" depth Pyre st •35 18132444403 GEI-MW3 • • • 022 GEl-B8 • 34 18132499999 36 18132444402 32 • • 33 0- CD 38 • 37 • 18132444401 419 '• 18132444465 •18 17 • 39 • 28 40 • • •29 •31 30 • 18132444400 18132444471 27 25 • 26 • • 23 •24 •111 18132444472 a 40 20 0 40 80 120 160 Feet Win DEPARTMENT OF Orr� ECOLOGY • Non-Detect/Below Cleanup Level State of Washington • Above Cleanup Level Matt Durkee 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 QUOTE Trolley Barn Interim Remedial Action City of Yakima Job No. 2404 ITEM NO. PROPOSAL ITEM PAYMENT SECTION QTY UNIT UNIT PRICE DOLLARS AMOUNT DOLLARS 1 MOBILIZATION Per Contract Specification 1.22.00 Part 2-2.2• 1 LS / ��� / 9��� 2 EROSION AND SEDIMENT CONTROL Per Contract Specification 1.22.00 Part 2-2.3 1 LS Ery ---k I Q�� 3 HIGH VISIBILITY FENCE Per Contract Specification 1.22.00 Part 2-2.4 1 LS1 Z6 -v ,' 1 as -0 4 DECOMMISSION UNDERGROUND STORAGE TANK IN-PLACE Per Contract Specification 1.22.00 Part 2-2.5 1 LS joec.S ��00 / 5 CONCRETE REMOVAL AND DISPOSAL Per Contract Specification 1.22.00 Part 2-2.6 70 SY 2 1, 4?' t i S-00 , 6 EXCAVATION AND MANAGEMENT OF STOCKPILES Per Contract Specification 1.22.00 Part 2-2.7 700 CY , j' ^ 7 EXCAVATION, MANAGEMENT, TRANSPORT AND DISPOSAL OF CONTAMINATED MATERIAL Per Contract Specification 1.22.00 Part 2-2.8 2000 TON S Z' (c06Da 8 IN SITU BIOREMEDIATION COMPOUND APPLICATION Per Contract Specification 1.22.00 Part 2-2.9 1 LS (s)/(Doc'� 6 060 9 IMPORTED BACKFILL Per Contract Specification 7,22.00 Part 2-2.10 1200 TON 10 CRUSHED SURFACING BASE COURSE Per Contract Specification 1.22.00 Part 2-2.11 1000 TON ZZ 22 a oc.) / 11 AS -BUILT SURVEY Per Contract Specification 1.22.00 Part 2-2.12 1 LSj 1, 1 5✓ 12 REPAIR OR REPLACEMENT Per Contract Specification 17 1 EST $10,000 $10,000 SUBTOTAL: 1gi� aZS TAX (8.2%): l(4 i g/ A TOTAL: t� 6,3 i Contractor's Signature: Date: 05 / 05 / 15 3 Yakima Valley Transportation Co Trolley Barn Site Interim Remedial Action CITY OF YAKIMA JOB NO. 2404 SPECIFICATIONS The 2014 Standard Specifications for Road, Bridge, and Municipal Construction published by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, by this reference, are made a part of these Contract Documents Except as may be amended, modified, or supplemented hereinafter, each section of the Standard Specifications shall be considered as much a part of these Contract Documents as if they were actually set forth herein I. GENERAL/SPECIAL INSTRUCTIONS 1. Description of Project: This contract provides for conducting an interim remedial action at the Yakima Valley Transportation Co Trolley Barn Site (Trolley Barn) located at 404 South 3`d Avenue in Yakima, Washington The scope includes decommissioning in-place one underground storage tank, excavation and off-site disposal of petroleum and/or heavy metal contaminated soil, application of a bioremediation compound within the excavation backfill, and capping the site, as well as other related work all in accordance with the Plans and Specifications as prepared on behalf of the City Engineer of the City of Yakima. 2. Workmanship: The contractor shall furnish all labor, equipment, and materials, which are necessary to complete the work as described in these specifications Quality of workmanship shall conform to that which is usually provided by the trade in general Only the best and safest methods of operation in conjunction with excavation will be allowed Any variance from the specifications or standards of quality must be clearly pointed out in writing by the bidder A Performance Bond equal to the bid amount shall be required. 3. Regulatory Requirements: The project shall be performed in a manner that is in compliance with all applicable federal, state and local laws and regulations, including, but not limited to, vehicle regulations (WSDOT/HMTUSA/other), environmental laws and regulations (EPA/WDOE/local), and health and safety laws and regulations (OSHA/WISHA/City Safety Codes) 4. Records: The contractor shall maintain operational records at its place of business for a minimum of five years. These records shall include point of material pick up, type of material, quantity of material 5. Prevailing Wages: The contractor will comply with all provisions of Chapter 39 12 RCW - Prevailing Wages on Public Work. A. RCW 39 12 010 - The Prevailing Rate of Wage Contact the Department of Labor and Industries, to confirm current prevailing wage rate for applicable workers on this particular public work project. B RCW 39 12 040 - Statement of Intent to Pay Prevailing Wages and an Affidavit of Wages Paid Before the City may pay any sum due on account, it must receive a statement of Intent to Pay Prevailing Wages approved by the Department of Labor and Industries Following final acceptance of a public work project, and before any final money is disbursed, each contractor and sub -contractor must submit to the City an Affidavit of Wages Paid, certified by the Department of Labor and Industries 5 C RCW 39 12 070 - Fees Authorized for Approval Certification and Arbitrations Any fees charged by the Department of Labor and Industries for approvals or fees to cover costs of arbitration conducted shall be the responsibility of the contractor 6. Termination - Cause: The City reserves the right to terminate this contract at any time, upon written notice, in the event that the services of the Contractor are deemed by the City to be unsatisfactory, or upon failure to perform any of the terms and conditions contained in this agreement. In addition to the foregoing right of termination, the City may terminate this contract, with or without cause, upon thirty (30) days written notice to Contractor 7. Right to Award: The City of Yakima reserves the right to make contract award by Schedule or on an all or none basis, whichever is in the best interest of the City 8. Submission of Quote: Quote shall be submitted to the City Clerk's Office, Yakima City Hall, 129 North 2nd Street, Yakima, WA, 98901, by 2 00 p m on May 14, 2015 in a sealed envelope labeled Yakima Trolley Barn Site Interim Remedial Action, City of Yakima Job No. 2404, with the quote due date written on it. Bidders will not be allowed to adjust their quotes after submission. 9. No Disturbance: The contractor shall not disturb grounds or materials outside the sphere of the contracted project. 10. Pre Bid Meeting: All bidders shall visit the site prior to submitting their quote and become aware of any problems, which may affect their quote. Bidders will not be allowed to adjust their quotes after submission, based on information, which could have been obtained through a site visit. Contact the persons listed below to schedule an appointment. 11. Coordination: The contractor will coordinate his work with City of Yakima Construction Supervisor Bruce Floyd at 509 576 6138 or 509 728.3457 12. Timing: Successful vendor shall coordinate with contacts listed above as to when work will be started. Work shall be completed by June 12, 2015 13. Decommission Underground Storage Tank: This work consists of in-place decommissioning of an existing underground storage tank of unknown size All activities shall be completed in accordance with applicable State of Washington regulations 14. Excavation and Off -Site Disposal of Contaminated Material: Soil will be excavated, and stockpiled as directed by the Engineer, or transported directly off-site for disposal at an appropriately permitted facility Excavation extents will be completed per the Contract drawings. 15. Bioremediation Treatment Compound Application Bioremediation Specialists LLC AnoxEA® in a dry powder form will be applied at the base of the excavation associated with the former underground storage tank basin at a rate of one (1) pound per square foot of excavation base. 16. Excavation Backfill and Finish Grading Not prior to receiving authorization from the Engineer, the excavation will be backfilled using on-site stockpiled material deemed eligible for use as backfill, or import fill from a clean source All backfill will be compacted per the contract specifications Finish grading will consist of compacted, crushed base course 6 17. Repair or Replacement: The work shall consist of repair of any incidental damages to landscaping, fencing, private irrigation, top soil, turf, or other miscellaneous items within or adjacent to the project area This includes complete replacement of items that are beyond repair as determined by the Engineer Payment for the item "Repair or Replacement" shall be by force account. For the purpose of providing a common proposal for all bidders, and for that purpose only, the City has estimated the force account for "Repair or Replacement", and has arbitrarily entered the amount for the pay item in the proposal to become a part of the total bid by the Contractor 18. Business License: All bidders shall have a valid and current business license issued by the City of Yakima covering this type of work. It will be the contractor's responsibility to obtain any licenses or permits required, to complete the project. 19. Right to Reject: The City of Yakima reserves the right to reject any or all quotes or accept any presented which meet or exceed these specifications and which they may deem to be in the best interest of the City and will not necessarily be bound to accept the low quote 20. No Preferences: No exceptions will be considered that may tend to give an individual bidder a distinct advantage 21. Contractor's Liability Insurance (Sample Certificate Attached): The contractor shall obtain and maintain in full force and effect during the term of the contract, commercial general liability coverage and automobile coverage with insurance carriers admitted to do business in the State of Washington The insurance companies must carry a Best's Rating of A- VII or better The policies will be written on an occurrence basis subject to the following minimum limits of liability. Commercial General Liability' Combined Single Limit: $1,000,000 Per Occurrence $2,000,000 Annual Aggregate The City of Yakima, its agents, elected and appointed officials, and employees are to be listed as additional insured under the policies The contractor will provide a Certificate of Insurance to the City as evidence of coverage The certificate will provide 45 days notice of cancellation, and under the cancellation section, the wording "endeavor to" and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives" will be crossed out. A copy of the additional insured endorsement attached to the policy will be included with the certificate The contract shall also maintain workers compensation through the State of Washington If at any time during the life of the contract or any extension, the contractor fails to maintain the required insurance in full force and effect, all work under the contract shall be discontinued immediately Any failure to maintain the required insurance may be sufficient cause for the City to terminate the contract. 22. 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 7 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 If the contractor has not previously filed an E -Verify Compliance Declaration with the City, the contractor must sign the attached E -Verify Compliance Declaration and submit it to the City prior to being awarded the contract. Failure to do so may be cause for rejection of the bid 8 CONTRACT THIS AGREEMENT, made and entered into in triplicate, this 2to day of ....N\W`i. _, 2015, by and between the City of Yakima, hereinafter called the Owner, and 10 Environmental and Infrastructure, Inc., a Washington Corporation, 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: $196,517.60, for Yakima Valley Transportation Co Trolley Barn Site Interim Remedial Action, City of Yakima Job No.' -2404, all in accordance with, and as described in the attached plans and specifications and the 2014 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 by June 1, 2015. The first chargeable working day shall be the 11th working 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. III. 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 • ' KIMA this 4 day of 11th 1015 Gity erk • i : _ f. 9 *i * J A D ^,TO *r CITY CONTRAC r NO: o ' S —45f RESOLUTION NO. R- Ot/4 CONTRACTOR 10 Environments) & Infrastructyr. , ?c, a California Corporation Contractor / By:yvvv �r �v Alicia M Gervasi (Print Name) Its: CFO (President, Owner, etc.) Address: 2200 118th Avenue, SE Bellevue, WA 98005 9 KNOW ALL MEN BY THESE PRESENTS: PERFORMANCE BOND BOND TO CITY OF YAKIMA Bond Number 0680825 Premium: $2,830.00 Premium is for contract term and subject to adjustment based on final contract price ***I0 Environmental and Infrastructure, Inc. That whereas the City of Yakima, Washington has awarded to *** (Contractor) hereinafter designated as the `Principal° a contract for the construction of the project designated Yakima Valley Transportation Co. Trolley Barn Site Interim Remedial Action 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 sum of $196,517 60 (Total Contract Amount) lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by those presents. THE CONDITIONS OF THIS OBLIGATIONS 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 material men, and at 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 developing in the material or workmanship provided or performed under said contract, within a period of one year after its acceptance by the City of Yakima, Washington, 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 20th day of May 2015 Approved a to form: ttomey) 10 10 Environmental,/ nfrastructur By. (Signature) h '—' l�� • 6e ry 51 (Print Name) International Fidelity Insurance Company ----"Surety) (Signature) Michael R. Strahan Attorney -In -Fact (Print Name) (Title) RN:EY 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 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 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 authorityof the By -Laws of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY and is granted under and by authory 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. ,,,,\11„I,, q,1„! WY p GP.• ••RG.� oy • :e NOTARY ••3••••,.• :r esr•es m. PUBLIC ': N%1 , 0¢ h8 20 0 '.6q..°) � . W ��OF NEs- •••• IN TESTIMONY WHEREOF, I have hereunto set my hand affixed my Official Seal, at the City of Newark, New Jersey the day and year first above written. CERTIFICATION 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. A NOTARY PUBLIC OF NEW JERSEY My Commission Expires April 16, 2019 IN TESTIMONY WHEREOF, I have hereunto set my hand this O day of /7.7 , Z'0 4f.”- 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 May 20th, 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 personA whose nameKOare s •scribed to the within instrument and acknowled • ed to me tha 4 he/they executed the same in er/their authorized capacity(ke5), and that b an%er/their signature)' on the instrument the person r,, or the entity upon behalf of which the person 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) 'JJIIIII II II111111111111111111111111111111111111111111111111111111111111111111111111111111L ,� E. B. STRAHAN Commission # 2069654 NotaryPublic- California ' ' San Diego County a- 54 My Comm. Expires Jun 25, 2018 a luuuuuunuuuunuuululllllllllllluuuuuuunnnnuuunuununura. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 J CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 5/21/2015 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT. If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER DORIAN INSURANCE SERVICES 25115 Avenue Stanford # B-118 Valencia, CA 91355 0E11893 CONTACT NAME PHONE (661)702-0882I FAx 661) 702-0883 Fl(ANoI:� E-MAILc ADDRESS 71mmy@dorlanlnsurarice . Co.m INSURER(S) AFFORDING COVERAGE NAIC# Evanston Insurance Company INSURER A. mP y LIABILITY COMMERCIAL GENERAL LIABILITY INSURED IO Environmental & Infrastructure, Inc 2840 Adams Ave. Ste 301 San Diego, CA 92116 INSURER B. American States Insurance Company 14PKGWE00625 INSURER C State Compensation Insurance Fund 9-3-15 INSURERD. $ 1,000,000 INSURER E $ 50,000 INSURER F $ 5 , 000 ERTIFICATE 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 AUUL INSR SUBR 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 LAMAGE IO HEN IEU PREMISES (Ea occurrencel $ 50,000 MED EXP (Any one person) $ 5 , 000 ICLAIMS -MADE X OCCUR PERSONAL&ADVINJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE POLICY ■ LIMIT APPLIES PRrOT ■ PER. LOC PRODUCTS - COMP/OPAGG $ 2,000,000 B AUTOMOBILE X _ LIABILITY ANYAUTO ALL OWNED AUTOS HIRED AUTOS ..,, - SCHEDULED AUTOS NON -OWNED AUTOS X Y 01 -CI -754111-2 01 -SU -432666-20 5-11-155-11-16 5-11-155-11-16 COMBINED SINGLE LIMIT Ea accident -$ f r $ 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 Li RETENTION $ 10,000 $ C _ WORKERS COMPENSATION AND EMPLOYERS LIABILITY YIN ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N/A Y 9114131-14 10-1-1410-1-15 X I WC STATU- I 10TH - TORY 1 IMITS FR E L EACH ACCIDENT $ 1,000,000 E L. DISEASE - EA EMPLOYEE $ 1,080,008 E L. DISEASE - POLICY LIMIT 1 000 000 $ , 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 ACORD 101, Additional Remarks Schedule, if more space is required) Project Name Yakima Valley Transportation Co Trolley Barn Site Interim Remedial Action , City of Yakima Job NO 2404 ...Commercial Auto consists of $lm limit on Auto with an additional $lm Umbrella prior to $lOm Excess Liability*. The City of Yakima, its agents, employees, volunteers, and elected and appointed officials are additional insureds as pertains to the Commercial General Liability, Contractors Pollution Liability and Commercial Auto Waiver of Subrogation and Primary and Non - Contributory applies Commercial General Liability includes Stop Gap - WA. CERTIFICATE HOLDER ANCELLATION City of Yakima 129 N 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 •A iii2 ter• -.sr ACORD 25 (2010/05) © 1988-2010 ACORD CORPORATION. All rights reserved The ACORD name and logo are registered marks of ACORD ill 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 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. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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 IVIARKEL 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 04 11 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 CA 71 10 03 07 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 SECTION II — LIABILITY COVERAGE — A.1. WHO Policy Condition is replaced by the following: IS AN INSURED provision is amended by the addition of the following: b. 60 days before the effective date if we cancel for any other reason. TEMPORARY SUBSTITUTE AUTO DAMAGE COVERAGE of cancellation — PHYSICAL 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. 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 III — 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 III — 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 =S AT COMPENSATION`," 1 N S UDR P. M F-U J 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 ROKER COPY WAIVER OF SUBROGATION REP 04 BLANKET BASIS 9114131-14 NEW SC 5-28-33-24 EFFECTIVE OCTOBER 1, 2014 AT 12.01 A.M. PAGE 1 OF 1 AND EXPIRING OCTOBER 1, 2015 AT 12.01 A.M. IO ENVIRONMENTAL & INFRASTRUCT 2840 ADAMS AVE. STE 301 SAN DIEGO, CA 92116 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. COUNTERSIGNED AND ISSUED AT SAN FRANCISCO' SCIF FORM 10217 OCTOBER 23, 2014 !/ G1^7/ham AUTHORIZED REPRESENT IVE PRESIDENT AND CEO (REV 7-20141 2572 OLD DP 217 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 POLICY NUMBER 14PKGWE00625 COMMERCIAL GENERAL LIABILITY CG 04 42 11 03 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. STOP GAP - EMPLOYERS LIABILITY COVERAGE ENDORSEMENT - WASHINGTON This endorsement modifies insurance provided under the following COMMERCIAL GENERAL LIABILITY COVERAGE FORM SCHEDULE Limits Of Insurance Bodily Injury By Accident $ 1,000,000 Each Accident Bodily Injury By Disease $ 1,000,000 Aggregate Limit Bodily Injury By Disease $ 1,000,000 Each Employee (If no entry appears above, the information required to complete this endorsement will be shown in the Declara- tions as applicable to this endorsement.) A. The following is added to Section I — Cover- ages: COVERAGE — STOP GAP — EMPLOYERS LIABILITY 1. Insuring Agreement a. We will pay those sums that the insured becomes legally obligated by Washington Law to pay as damages because of "bod- ily injury by accident" or "bodily injury by disease" to your "employee" to which this insurance applies We will have the right and duty to defend the insured against any "suit" seeking those damages How- ever, we will have no duty to defend the insured against any "suit" seeking dam- ages to which this insurance does not ap- ply. We may, at our discretion, investigate any accident and settle any claim or "suit" that may result. But (1) The amount we will pay for damages is limited as described in Section III — Limits Of Insurance; and (2) Our right and duty to defend end when we have used up the applicable limit of insurance in the payment of judgments or settlements under this coverage. CG 04 42 11 03 No other obligation or liability to pay sums or perform acts or services is covered un- less explicitly provided for under Supple- mentary Payments b. This insurance applies to "bodily injury by accident" or "bodily injury by disease" only if. (1) The (a) "Bodily injury by accident" or "bodily injury by disease" takes place in the "coverage territory"; (b) "Bodily injury by accident" or "bodily injury by disease" arises out of and in the course of the injured "em- ployee's" employment by you, and (c) "Employee", at the time of the in- jury, was covered under a worker's compensation policy and subject to a "workers compensation law" of Washington, and (2) The (a) "Bodily injury by accident" is caused by an accident that occurs during the policy period, or © ISO Properties, Inc., 2003 Page 1 of 4 0 (b) "Bodily injury by disease" is caused by or aggravated by conditions of employment by you and the injured "employee's" last day of last expo- sure to the conditions causing or aggravating such "bodily injury by disease" occurs during the policy period c. The damages we will pay, where recovery is permitted by law, include damages (1) For: (a) Which you are liable to a third party by reason of a claim or "suit" against you by that third party to recover the damages claimed against such third party as a result of injury to your "employee", (b) Care and loss of services, and (c) Consequential "bodily injury by accident" or "bodily injury by dis- ease" to a spouse, child, parent, brother or sister of the injured "em- ployee", provided that these damages are the direct consequence of "bodily injury by accident" or "bodily injury by disease" that arises out of and in the course of the injured "employee's" employment by you, and (2) Because of "bodily injury by accident" or "bodily injury by disease" to your "employee" that arises out of and in the course of employment, claimed against you in a capacity other than as employer 2. Exclusions This insurance does not apply to a. Intentional Injury "Bodily injury by accident" or "bodily injury by disease" intentionally caused or aggra- vated by you, or "bodily injury by accident" or "bodily injury by disease" resulting from an act which is determined to have been committed by you if it was reasonable to believe that an injury is substantially cer- tain to occur. b. Fines Or Penalties Any assessment, penalty, or fine levied by any regulatory inspection agency or au- thority Page2of4 c. Statutory Obligations Any obligation of the insured under a workers' compensation, disability benefits or unemployment compensation law or any similar law. d. Contractual Liability Liability assumed by you under any con- tract or agreement. e. Violation Of Law "Bodily injury by accident" or "bodily injury by disease" suffered or caused by any employee while employed in violation of law with your actual knowledge or the ac- tual knowledge of any of your "executive officers". f. Termination, Coercion Or Discrimination Damages arising out of coercion, criticism, demotion, evaluation, reassignment, dis- cipline, defamation, harassment, humilia- tion, discrimination against or termination of any "employee", or arising out of other employment or personnel decisions con- cerning the insured g. Failure To Comply With "Workers Compensation Law" "Bodily injury by accident" or "bodily injury by disease" to an "employee" when you are (1) Deprived of common law defenses, or (2) Otherwise subject to penalty; because of your failure to secure your ob- ligations or other failure to comply with any "workers compensation law" h. Violation Of Age Laws Or Employment Of Minors "Bodily injury by accident" or "bodily injury by disease" suffered or caused by any person: (1) Knowingly employed by you in viola- tion of any law as to age, or (2) Under the age of 14 years, regardless of any such law i. Federal Laws Any premium, assessment, penalty, fine, benefit, liability or other obligation im- posed by or granted pursuant to (1) The Federal Employer's Liability Act (45 USC Section 51-60), (2) The Non -appropriated Fund Instru- mentalities Act (5 USC Sections 8171- 8173), © ISO Properties, Inc., 2003 CG 04 42 11 03 0 (3) The Longshore and Harbor Workers' Compensation Act (33 USC Sections 910-950), (4) The Outer Continental Shelf Lands Act (43 USC Section 1331-1356), The Defense Base Act (42 USC Sec- tions 1651-1654), (6) The Federal Coal Mine Health and Safety Act of 1969 (30 USC Sections 901-942); The Migrant and Seasonal Agricultural Worker Protection Act (29 USC Sec- tions 1801-1872), Any other workers compensation, unemployment compensation or dis- ability laws or any similar law; or Any subsequent amendments to the laws listed above (5) (7) (8) (9) j. Punitive Damages Multiple, exemplary or punitive damages k. Crew Members "Bodily injury by accident" or "bodily injury by disease" to a master or member of the crew of any vessel or any member of the flying crew of an aircraft. B. The Supplementary Payments provisions apply to Coverage — Stop Gap Employers Liability as well as to Coverages A and B. C. For the purposes of this endorsement, Section II — Who Is An Insured, is replaced by the follow- ing If you are designated in the Declarations as 1. An individual, you and your spouse are insur- eds, but only with respect to the conduct of a business of which you are the sole owner. 2. A partnership or joint venture, you are an insured. Your members, your partners, and their spouses are also insureds, but only with respect to the conduct of your business 3. A limited liability company, you are an in- sured Your members are also insureds, but only with respect to the conduct of your busi- ness Your managers are insureds, but only with respect to their duties as your managers 4. An organization other than a partnership, joint venture or limited liability company, you are an insured Your "executive officers" and di- rectors are insureds, but only with respect to their duties as your officers or directors Your stockholders are also insureds, but only with respect to their liability as stockholders CG 04 42 11 03 No person or organization is an insured with respect to the conduct of any current or past partnership, joint venture or limited liability company that is not shown as a Named In- sured in the Declarations D. For the purposes of this endorsement, Section III — Limits Of Insurance, is replaced by the fol- lowing 1. The Limits of Insurance shown in the Sched- ule of this endorsement and the rules below fix the most we will pay regardless of the number of. a. Insureds, b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits" 2. The "Bodily Injury By Accident" — Each Acci- dent Limit shown in the Schedule of this en- dorsement is the most we will pay for all dam- ages covered by this insurance because of "bodily injury by accident" to one or more "employees" in any one accident. 3. The "Bodily Injury By Disease" — Aggregate Limit shown in the Schedule of this endorse- ment is the most we will pay for all damages covered by this insurance and arising out of "bodily injury by disease", regardless of the number of "employees" who sustain "bodily injury by disease" 4. Subject to Paragraph D.3. of this endorse- ment, the "Bodily Injury By Disease" — Each "Employee" Limit shown in the Schedule of this endorsement is the most we will pay for all damages because of "bodily injury by dis- ease" to any one "employee" The limits of the coverage apply separately to each consecutive annual period and to any re- maining period of less than 12 months, starting with the beginning of the policy period shown in the Declarations, unless the policy period is ex- tended after issuance for an additional period of less than 12 months In that case, the additional period will be deemed part of the last preceding period for purposes of determining the Limits of Insurance © ISO Properties, Inc., 2003 Page 3 of 4 ❑ E. For the purposes of this endorsement, Condition 2. — Duties In The Event Of Occurrence, Claim Or Suit of the Conditions Section IV is deleted and replaced by the following. 2. Duties In The Event Of Injury, Claim Or Suit a. You must see to it that we or our agent are notified as soon as practicable of a "bodily injury by accident" or "bodily injury by disease" which may result in a claim. To the extent possible, notice should in- clude (1) How, when and where the "bodily injury by accident" or "bodily injury by disease" took place, (2) The names and addresses of any injured persons and witnesses, and (3) The nature and location of any injury. b. If a claim is made or "suit" is brought against any insured, you must: (1) Immediately record the specifics of the claim or "suit" and the date received, and (2) Notify us as soon as practicable. You must see to it that we receive written notice of the claim or "suit" as soon as practicable c. You and any other involved insured must. (1) Immediately send us copies of any demands, notices, summonses or legal papers received in connection with the injury, claim, proceeding or "suit", (2) Authorize us to obtain records and other information; Cooperate with us and assist us, as we may request, in the investigation or settlement of the claim or defense against the "suit", (4) Assist us, upon our request, in the enforcement of any right against any person or organization which may be liable to the insured because of injury to which this insurance may also apply; and Do nothing after an injury occurs that would interfere with our right to recover from others (3) (5) Page 4 of 4 d. No insured will, except at that insured's own cost, voluntarily make a payment, as- sume any obligation, or incur any ex- pense, other than for first aid, without our consent. F. For the purposes of this endorsement, Paragraph 4. of the Definitions Section is replaced by the following 4. "Coverage territory" means. a. The United States of America (including its territories and possessions), Puerto Rico and Canada, b. International waters or airspace, but only if the injury or damage occurs in the course of travel or transportation between any places included in a. above, or c. All other parts of the world if the injury or damage arises out of the activities of a person whose home is in the territory de- scribed in a. above, but who is away for a short time on your business, provided the insured's responsibility to pay damages is determined in the United States (including its territories and possessions), Puerto Rico, or Canada, in a suit on the mer- its according to the substantive law in such territory, or in a settlement we agree to G. The following are added to the Definitions Sec- tion 1. "Workers Compensation Law" means the Workers Compensation Law and any Occu- pational Disease Law of Washington. This does not include provisions of any law provid- ing non -occupational disability benefits 2. "Bodily injury by accident" means bodily in- jury, sickness or disease sustained by a per- son, including death, resulting from an acci- dent. A disease is not "bodily injury by acci- dent" unless it results directly from "bodily in- jury by accident" 3. "Bodily injury by disease" means a disease sustained by a person, including death "Bod- ily injury by disease" does not include a dis- ease that results directly from an accident. H. For the purposes of this endorsement, the defini- tion of "bodily injury" does not apply. © ISO Properties, Inc., 2003 CG 04 42 11 03 0 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: 10 Environmental & Infrastructure, Inc. Dated this 5th ay of Signature: a A. Printed Name: Alicia M. Gervasi, CFO Phone #: (619) 280-3278 Email Address: aliciac(@iosdv.com 16 SECTION 00 01 01 PROJECT TITLE PAGE TECHNICAL SPECIFICATIONS FOR YAKIMA VALLEY TRANSPORTATION CO TROLLEY BARN SITE INTERIM REMEDIAL ACTION 404 SOUTH 3111) AVENUE YAKIMA, WASHINGTON CITY OF YAKIMA 129 NORTH SECOND STREET YAKIMA, WASHINGTON END OF PROJECT TITLE PAGE 0818 03 01 / Trolley Barn Interim Remedial Action 00 01 01 - 1 PROJECT TITLE PAGE PROCUREMENT AND 1.1 DIVISION 00 A. 00 01 01 B. 00 01 10 SPECIFICATIONS 2.1 DIVISION 01 A. 01 10 00 B. 01 22 00 C. 01 30 00 D. 01 40 00 E. 01 50 00 F. 01 57 13 G. 01 70 00 H. 01 74 19 I. 01 78 00 2.2 DIVISION 02 A. 02 61 13 B. 02 65 00 SECTION 00 01 10 TABLE OF CONTENTS CONTRACTING REQUIREMENTS - - PROCUREMENT AND CONTRACTING REQUIREMENTS - Project Title Page - Table of Contents -- GENERAL REQUIREMENTS - Summary - Measurement and Payment - Administrative Requirements - Quality Requirements - Temporary Facilities and Controls - Temporary Erosion and Sediment Control - Execution and Closeout Requirements - Construction Waste Management and Disposal - Closeout Submittals -- EXISTING CONDITIONS - Excavation and Handling of Contaminated Soil - Underground Storage Tank Removal END OF TABLE OF CONTENTS 0818 03 01 / Trolley Barn Interim Remedial Action 00 01 10 - 1 TABLE OF CONTENTS SECTION 01 10 00 SUMMARY PART 1 GENERAL 1.1 PROJECT A. Project Name: Yakima Valley Transportation Co Trolley Barn Site Interim Remedial Action. B. OWNER's Name: City of Yakima. C. ENGINEER's Name: Maul Foster & Alongi, Inc. D. The Project consists of decommissioning in-place of one underground storage tank, removal of petroleum and/or heavy metal contaminated soils, application of a bioremediation product to enhance aerobic degradation, and capping of the site. 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 construction activities shall be completed by June 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 03 01 / Trolley Barn Interim 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 03 01 / Trolley Barn Interim 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 03 01 / Trolley Barn Interim 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 10 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. 0818 03 01 / Trolley Barn Interim Remedial Action 01 22 00 - 3 MEASUREMENT AND PAYMENT 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 DECOMMISSION UNDERGROUND STORAGE TANK (UST) IN-PLACE A. Payment for Decommission UST will cover the permitting and decommissioning of the UST noted on the plans. B. Payment for Decommission UST will be paid by the lump sum. This will include all costs paid by the CONTRACTOR for decommissioning the UST in-place in accordance with applicable regulations. CONTRACTOR will provide ENGINEER all records associated with the activity. C. Decommission UST is line 4 in the bid form. 2.6 CONCRETE REMOVAL AND DISPOSAL A. Payment for Concrete Removal and Disposal includes all work for demolition, hauling, and disposal of concrete associated with the sidewalk, as identified on the Contract drawings. B. Payment will be paid by the square yard. This will include all costs paid by the CONTRACTOR for the demolition, hauling and disposal of the material generated from this 'item to an approved landfill or salvage facility. CONTRACTOR will provide ENGINEER all records from the facility regarding transport and disposal or salvage with the pay application. C. Concrete Removal and Disposal is line 5 in the bid form. 2.7 EXCAVATION 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 6 in the bid form. 2.8 TRANSPORT AND DISPOSAL OF CONTAMINATED MATERIALS A. Payment for Transport and Disposal of Contaminated 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, or at a municipal solid waste or limited purpose landfill, provided that the landfill is allowed to accept petroleum- and metal -contaminated soil under its operating permit. B. Payment will be made by the ton, based on weigh tickets from the approved landfill. C. Transport and Disposal of Contaminated Materials is line 7 in the bid form. 0818 03 01 / Trolley Barn Interim Remedial Action 01 22 00 - 4 MEASUREMENT AND PAYMENT 2.9 IN SITU BIOREMEDIATION COMPOUND APPLICATION A. Payment for In Situ Bioremediation Compound Application 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 Compound Application is line 8 in the bid form. 2.10 IMPORTED BACKFILL 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 9 in the bid form. 2.11 CRUSHED SURFACING BASE COURSE A. Payment for Crushed Surfacing Base Course includes providing surface materials, labor, and equipment to place, and the crushed aggregate over the excavated areas as shown on the Contract drawings. B. Payment will be made by the ton, based on weigh tickets from the source. C. Crushed Surfacing Base Course is line 10 in the bid form. 2.12 AS -BUILT SURVEY A. Payment for As -Built Survey includes all labor, materials, and equipment required to perform survey of the final limits of the excavation, as well as complete a final, as -built survey of the site following backfill and final grading. B. Payment for As -Built Survey will be paid by lump sum. C. As -Built Survey is line 11 in the bid form. 2.13 REPAIR OR REPLACEMENT A. Payment for Repair or Replacement includes all costs of repair of any incidental damages to landscaping, fencing, private irrigation, top soil, turf, or other miscellaneous items within or adjacent to the project area. This includes complete replacement of items that are beyond repair as determined by the ENGINEER. B. Payment for Repair and Replacement shall be by force account. C. Repair or Replacement is line 12 in the bid form. END OF SECTION 0818 03 01 / Trolley Barn Interim Remedial Action 01 22 00 - 5 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. F. Make the following types of submittals to 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. 0818 03 01 / Trolley Barn Interim 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 2 days after date of the Agreement, submit preliminary schedule. B. If preliminary schedule requires revision after review, submit revised schedule within 2 days. C. Within 5 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 5 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 03 01 / Trolley Barn Interim 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 03 01 / Trolley Barn Interim 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 03 01 / Trolley Barn Interim 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 03 01 / Trolley Barn Interim 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 03 01 / Trolley Barn Interim 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. 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 03 01 / Trolley Barn Interim 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 0818 03 01 / Trolley Barn Interim 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 streets, waterways, open drainage ways, and storm and sanitary sewers, including gutters, catch basins and dry wells, 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). 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 prior to 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 03 01 / Trolley Barn Interim 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 streets and associated gutters, 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. 3. Other material, as specified by ENGINEER. 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. 2. Other material given prior approval by ENGINEER. D. Compost Socks: Use as indicated on the drawings: 0818 03 01 / Trolley Barn Interim Remedial Action 01 57 13 - 2 TEMPORARY EROSION AND SEDIMENT CONTROL 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: 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. Where necessary to prevent tracking of mud onto right-of-way, construct a stabilized pad of rock spalls at entrances to construction sites. 2. Use existing curb cuts to/from public right-of-way and onsite pavement outside of extent of excavation 3. 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. 0818 03 01 / Trolley Barn Interim Remedial Action 01 57 13 - 3 TEMPORARY EROSION AND SEDIMENT CONTROL 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. 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 03 01 / Trolley Barn Interim 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 03 01 / Trolley Barn Interim 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 03 01 / Trolley Barn Interim 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 03 01 / Trolley Barn Interim 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 03 01 / Trolley Barn Interim Remedial Action 01 74 19 - 1 CONSTRUCTION WASTE MANAGEMENT & DISPOSAL 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 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. 2. Submit Report on a form acceptable to OWNER. 3. Landfill Disposal: Include the following information: a. Identification of material. b. Amount, in tons, 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 0818 03 01 / Trolley Barn 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 03 01 / Trolley Barn Interim 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 03 01 / Trolley Barn Interim Remedial Action 01 78 00 - 2 CLOSEOUT SUBMITTALS 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, bioremediation compound application, 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. b. c. Disposal receipts from an approved materials disposed offsite. The CONTRACTOR shall furnish daily logs of fill, and disposal the OWNER weekly basis. Receipts for any facility. 3. Post Construction Submittals a. One topographic survey stamped disposal facility for all quantities to all excavation, and ENGINEER on a materials recycled or salvaged at an off-site 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: Trolley Barn Site (as shown on the Contract Drawings) from which contaminated 1.4 HEALTH AND SAFETY A. QUALIFIED PERSONNEL soils will be remediated or handled. 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 03 01 / Trolley Barn Interim 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 10 -feet below ground surface in the former UST basin area) 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. 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 GROUNDWATER TREATMENT MATERIAL A. Dry powder form oxygen/nutrient releasing agent, AnoxEA®, or equivalent approved by the ENGINEER. 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. 0818 03 01 / Trolley Barn Interim Remedial Action 02 61 13 - 2 EXCAVATION & HANDLING OF CONTAM SOILS 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. 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 10 -feet below ground surface in the former UST basin area 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 3 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. 0818 03 01 / Trolley Barn Interim Remedial Action 02 61 13 - 3 EXCAVATION & HANDLING OF CONTAM SOILS 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, or at a municipal solid waste or limited purpose landfill, provided that the landfill is allowed to accept petroleum- and metal -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. 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 COMPOUND 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 AnoxEA® or equivalent approved by ENGINEER, at the excavation base in accordance 0818 03 01 / Trolley Barn Interim Remedial Action 02 61 13 - 4 EXCAVATION & HANDLING OF CONTAM SOILS with Manufacturer's instructions at depths indicated on the Contract Drawings. C. Treatment materials shall be applied at rates consistent with the ENGINEER's direction. Total treatment material required is: 1. Bioremediation Specialists LLC AnoxEA®, or approved equivalent - 800 pounds. 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. 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 up to 6 inches of 1-1/4 inch minus crushed rock. 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. -- END OF SECTION -- 0818 03 01 / Trolley Barn Interim Remedial Action 02 61 13 - 5 EXCAVATION & HANDLING OF CONTAM SOILS SECTION 02 65 00 UNDERGROUND STORAGE TANK REMOVAL PART 1 GENERAL 1.1 SECTION INCLUDES A. This work includes decommissioning in-place the underground storage tank (UST) identified on the Contract Drawings. All work shall be performed in accordance with Washington Administrative Code Chapter 173-360. 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 and tank decommissioning certifications provided through the International Code Council. b. Health and Safety Plan specific to CONTRACTOR operations. 2. Construction Submittals a. Receipts, indicating total volume used, for controlled density fill. b. Receipts for any materials (e.g., liquid removed from the UST) disposed at an off-site facility. 3. Post Construction Submittals a. Completed Closure and Site Assessment Notice (Washington State , Department of Ecology form No. ECY 020-94). 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. Controlled Density Fill: Controlled Density Fill are backfill materials that are a flowable, excavatable, self -compacting and self - leveling material, which after solidifying will have the structural characteristics of a well -compacted load bearing soil. 1.4 HEALTH AND SAFETY A. QUALIFIED PERSONNEL 1. All decommissioning activities in which workers may come in contact with liquids contained within the UST 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). 0818 03 01 / Trolley Barn Interim Remedial Action 02 65 00 - 1 UNDERGROUND STORAGE TANK REMOVAL 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 CONTROLLED DENSITY FILL A. The following materials shall be considered acceptable as fill: 1. Material that has been accepted by ENGINEER meeting the definition of Controlled Density Fill. B. No other material shall be used as fill without prior approval from the ENGINEER. PART 3 EXECUTION 3.1 GENERAL A. Notify the regulating State Agency prior to closure of the UST. B. Determine if contamination from the UST is present. C. If contamination exists notify ENGINEER for proper recording of the site for a period set by the State Agency. D. Remove any liquid present within UST and dispose off-site in accordance with applicable rules and regulations. E. Fill with approved controlled density fill and cap lines (except any vent lines). 3.2 UNDERGROUND STORAGE TANK LIQUID REMOVAL A. Provide samples of liquids from the UST to a qualified state -certified hazardous wastes testing facility for laboratory analysis and approval for the liquid disposal and disposal location. B. Remove the liquid from the UST for disposal prior UST decommissioning. C. Provide documentation of liquid removal and its disposal to the ENGINEER. Liquids shall be disposed of in accordance with Dangerous Waste Regulations, Washington Administrative Code Chapter 173-303. 3.3 UNDERGROUND STORAGE TANK DECOMMISSIONING A. Using available fill port or other piping, pump Controlled Density Fill into the UST at a rate that allows for material self -leveling until the UST is filled in its entirety. B. Remove and cap any associated ports/piping at the floor surface, not including any vent lines. C. Work shall not be conducted without the presence of ENGINEER. -- END OF SECTION -- 0818 03 01 / Trolley Barn Interim Remedial Action 02 61 13 - 2 UNDERGROUND STORAGE TANK REMOVAL YAKIMA VALLEY TRANSPORTATION CO TROLLEY BARN SITE INTERIM REMEDIAL ACTION 1 PROJECT CONTACTS CLIENT CIVIL ENGINEER CRY OF YAKIMA MAUL FOSTER & ALONGI INC 129 NORTH 2ND STREET 1329 NORTH STATE STREET YAKIMA WA 98901 SURE 301 BELLINGHAM WA 98225 P 509-576-6797 P 360-594-6262 BRETT SHEFFIELD JUSTIN CLARY BRETT SHEFFIELD@YAKIMA GOV JCLARY@MAULFOSTER COM AGENCY DEPARTMENT OF ECOLOGY 15 WEST YAKIMA AVENUE SUITE 200 YAKIMA WA 98902 P 509-454-7835 MATT DURKEE MATTHEW DURKEE@ECY WA.GOV I PROJECT SUMMARY SITE ADDRESS 404 SOUTH 3RD AVENUE YAKIMA WA 98902 NEW IMPROVEMENTS: REMOVAL OF PETROLEUM AND/OR HEAVY METAL IMPACTED SOILS DECOMMISSIONING OF ONE (1) UNDERGROUND STORAGE TANK IN PLACE APPLICATION Of A BIOREMEDIATION PRODUCT TO ENHANCE AEROBIC DEGRADATION APPLICATION Of GRAVEL CAP REGRADING OF SBE I GENERAL NOTES PREPARED FOR: CITY OF YAKIMA LOCATED IN SEC. 24, T. 13 N., R. 18 E., W.M., YAKIMA COUNTY, YAKIMA, WASHINGTON VICINITY MAP NOT TO SCALE 1 HORIZONTAL DATUM WASHINGTON STATE PLANE COORDINATE SYSTEM SOUTH ZONE NAD 83/91. ELEVATION DATUM NAVD 88 2 CONTRACTOR TO VERIFY ALL UTILITY LOCATKONS AND DEPTHS P1101 10 CONSTRUCTION A MINIMUM OF TWO FULL BUSINESS DAYS PRIOR TO BEGINNING CONSTRUCTION THE CONTRACTOR SHALL CALL 811 FUTILITY NOTIFICATION CENTER) FOR LOCATION MARK-UP OF EXISTING UTILITIES 3 ALL CONSTRUCTION. MATERIALS AND WORKMANSHIP SHALL CONFORM TO THE LATEST STANDARDS AND PRACTICES OF THE CITY OF YAKIMA AND THE LATEST EDITION OF THE "STANDARD SPECIFICATIONS FOR ROAD BRIDGE, AND MUNICIPAL CONSTRUCTION" PREPARED BY WSDOT/APWA 4 IN CASE OF A CONFLICT BETWEEN THE REGULATORY STANDARDS OR SPECIFICATIONS THE MORE STRINGENT REQUIREMENT WILL PREVAIL 5 ANY CHANGES TO THE DESIGN AND/OR CONSTRUCTION SHALL BE APPROVED BY THE OWNER OR ENGINEER 6 APPROVAL OF THESE PLANS DOES NOT CONSTITUTE AN APPROVAL OF ANY OTHER CONSTRUCTION NOT SPECIFICALLY SHOWN ON THE PLANS PLANS FOR STRUCTURES SUCH AS BRIDGES BUILDINGS TANKS. VAULTS ROCKERIES AND RETAINING WALLS MAY REQUIRE A SEPARATE REVIEW AND APPROVAL BY THE BUILDING DEPARTMENT PRIOR TO CONSTRUCTION 7 A COPY OF THESE APPROVED PLANS SHALL BE ON THE JOB SITE WHENEVER CONSTRUCTION IS IN PROGRESS 8 R SHALL BE THE CONTRACTORS RESPONSIBILITY TO OBTAIN ALL CONSTRUCTION EASEMENTS AND PERMITS NECESSARY TO PERFORM THE WORK 9 THE CONTRACTOR IS RESPONSIBLE FOR ALL CONSTRUCTION STAKING 10 PUBLIC AND PRIVATE DRAINAGE WAYS SHALL BE PROTECTED FROM POLLUTION NO MATERIAL IS TO BE DISCHARGED TO OR DEPOSITED IN STORMWATER SYSTEMS THAT MAY RESULT IN VIOLATION OF STATE OR FEDERAL WATER QUALITY STANDARDS 11 ALL CONSTRUCTION WITHIN THE PUBLIC RIGHT-OF-WAY SHALL HAVE AN APPROVED PUBLIC RIGHT-OF-WAY WORK PERMIT PRIOR TO ANY CONSTRUCTION ACTIVITY WITHIN THE RIGHT-OF-WAY 12 THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING ADEQUATE SAFEGUARDS SAFETY DEVICES PROTECTIVE EQUIPMENT FLAGGERS AND ANY OTHER NEEDED ACTIONS TO PROTECT THE LIFE HEALTH AND SAFETY OF THE PUBLIC. AND TO PROTECT PROPERTY IN CONNECTION WITH THE PERFORMANCE OF WORK COVERED BY THE CONTRACTOR ALL TRAFFIC CONTROL DEVICES SHALL CONFORM TO THE LATEST ADOPTED EDITION OF THE "MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES" IMUTCD) PUBLISHED BY THE U 5 DEPARTMENT OF TRANSPORTATION TWO-WAY TRAFFIC MUST BE MAINTAINED AT ALL TIMES ON THE ADJACENT PUBLIC STREETS 13 ANY PUBLIC OR PRIVATE CURB GUTTER SIDEWALK OR ASPHALT DAMAGED DURING CONSTRUCTION SHALL BE REPAIRED TO CITY OF YAKIMA STANDARDS AND PRACTICES SHEET INDEX C0 0 COVER SHEET C1 0 CONSTRUCTION NOTES C1 1 MASTER LEGEND C2.0 EXISTING CONDITIONS PLAN C3.0 EROSION CONTROL & DEMO PLAN C3 1 EROSION CONTROL DETAILS C40 EXCAVATION PLAN C4 1 EXCAVATION PROFILE C50 GRADING AND SURFACING PLAN 14 THE CONTRACTOR SHALL BE RESPONSIBLE FOR MA IrY- 41',ir'C HE 4.7 E OF ADJACENT UTILITIES WHICH MAY INCLUDE BUT ARE NOT LIMITED TO WATER, SANITARY SEWER STORMWATER POWER TELEPHONE CABLE TV GAS IRRIGATION AND STREET LIGHTING THE CONTRACTOR SHALL NOTIFY RESIDENTS AND BUSINESSES 48 HOURS IN ADVANCE OF ANY WORK AFFECTING ACCESS OR SERVICE AND SHALL MINIMIZE INTERRUPTIONS TO DRIVEWAYS FOR RESIDENTS AND BUSINESSES ADJACENT TO THE PROJECT 15 ALL LAWN AND VEGETATED AREAS DISTURBED WILL BE RESTORED TO ORIGINAL CONDITION ANY DISTURBANCE OR DAMAGE TO OTHER PROPERTY ON ADJACENT PARCELS OR IN THE PUBLIC RIGHT OF WAY SHALL ALSO BE REPAIRED OR RESTORED TO ORIGINAL CONDITION FOR BID o z O - E < W Pry O Lu Q 3 w P = O aa"'D _ _ E z 0)20 • O 3 zm Q Expres 02-08-2016 TROLLEY BARN SITE INTERIM REMEDIAL ACTION CITY OF YAKIMA YAKIMA, WASHINGTON PROJECT DESIGNED CAW E. DRAWN HECKED SCALE SCALE AS NOTED NOTE BAN i5 ONE 4NCH ON ORPONAL SNE, ADJUST SCALE ACCORDINGLY SHEET TITLE COVER SHEET CO.0 CONSTRUCTION NOTES GENERAL EROSION CONTROL NOTES: 1. THE IMPLEMENTATION OF THESE EROSION AND SEDIMENT CONTROL (ESC) PLANS AND THE CONSTRUCTION MAINTENANCE AND UPGRADING OF THESE ESC FACILITIES IS THE RESPONSIBILITY OF THE CONTRACTOR UNTIL ALL CONSTRUCTION IS COMPLETED AND APPROVED 2. THE BOUNDARIES OF THE WORK AREA LIMITS SHOWN ON THIS PLAN SHALL BE CLEARLY FLAGGED IN THE FIELD PRIOR TO CONSTRUCTION. DURING THE CONSTRUCTION PERIOD NO DISTURBANCE BEYOND THE FLAGGED WORK AREA LIMITS SHALL BE PERMITTED. THE FLAGGING SHALL BE MAINTAINED BY THE CONTRACTOR FOR THE DURATION OF CONSTRUCTION. 3. THE ESC FACILITIES SHOWN ON THIS PLAN MUST BE CONSTRUCTED IN CONJUNCTION WITH ALL EXCAVATION, STOCKPILING AND BACKFILLING ACTIVITIES, AND IN SUCH A MANNER AS TO ENSURE THAT SEDIMENT AND SEDIMENT LADEN WATER DO NOT ENTER THE DRAINAGE SYSTEM, ROADWAYS OR VIOLATE APPLICABLE STANDARDS. 4. THE ESC FACILITIES SHOWN ON THIS PLAN ARE THE MINIMUM REQUIREMENTS FOR ANTICIPATED SITE CONDITIONS. DURING THE CONSTRUCTION PERIOD, THESE ESC FACILITIES SHALL BE UPGRADED AS NEEDED FOR UNEXPECTED STORM EVENTS AND TO ENSURE THAT SEDIMENT AND SEDIMENT -LADEN WATER DO NOT LEAVE THE SITE 5. THE ESC FACILITIES SHALL BE INSPECTED DAILY BY THE CONTRACTOR AND MAINTAINED AS NECESSARY TO ENSURE THEIR CONTINUED FUNCTIONING 6 THE ESC FACILITIES ON AN INACTIVE SITE SHALL BE INSPECTED AND MAINTAINED A MINIMUM OF ONCE A MONTH AND WITHIN THE 24 HOURS FOLLOWING A RAINFALL EVENT TOTALING 05 IN OVER A 24 HOUR PERIOD OR GREATER 7. ANY SEDIMENT DISCHARGED TO THE STORMWATER SYSTEM DUE TO CONSTRUCTION ACTIVITIES SHALL BE REMOVED TO PREVENT DISCHARGE TO SURFACE WATER BODIES. 8 A STABILIZED CONSTRUCTION ENTRANCE SHALL BE INSTALLED AT THE BEGINNING OF CONSTRUCTION AND MAINTAINED FOR THE DURATION OF THE PROJECT ADDITIONAL MEASURES MAY BE REQUIRED TO ENSURE THAT ALL PAVED AREAS, INCLUDING WEST PINE STREET AND SOUTH 3RD AVE, ARE KEPT CLEAN FOR THE DURATION OF THE PROJECT 9 ALL EROSION AND SEDIMENT CONTROL MEASURES ARE TO BE PLACED PRIOR TO ANY DISTURBANCE CAUSED BY CLEARING OR GRADING AND SHALL CONFORM TO THE REQUIREMENTS OF THE STORMWATER MANAGEMENT MANUAL FOR EASTERN WASHINGTON, THE CITY OF YAKIMA ENGINEERING AND CONSTRUCTION STANDARDS, AND TO THE STANDARD DETAILS INCLUDED IN THESE PLANS ALL EXPOSED AND UNWORKED SOILS SHALL BE STABILIZED BY THE APPROPRIATE BMP DURING THE PERIOD FROM JULY 1 TO SEPTEMBER 30 NO SOIL SHALL BE EXPOSED FOR MORE THAN THIRTY (30) DAYS FROM OCTOBER 1 TO JUNE 30, NO SOIL SHALL BE EXPOSED FOR MORE THAN FIFTEEN (15) DAYS 10. PROTECTION: a PRIOR TO ANY SITE EXCAVATION, ALL STORM DRAINAGE INLETS SHALL BE PROTECTED PER THE REQUIREMENTS OF STORMWATER MANAGEMENT MANUAL FOR EASTERN WASHINGTON TO PREVENT SEDIMENT FROM ENTERING THE STORM DRAINAGE SYSTEM PRIOR TO PERMANENT STABILIZATION OF THE DISTURBED AREA CLEAN FILTERS AS NECESSARY TO MAINTAIN DRAINAGE. PROVIDE APPROVED TRAFFIC CONTROL DEVICES AS NECESSARY. REMOVE FILTERS AND CLEAN CATCH BASINS FOLLOWING COMPLETION OF SITE WORK b. INSTALL SILT FENCE PRIOR TO EXCAVATION AS SHOWN ON THIS PLAN TO PREVENT SILT INTRUSION UPON ADJACENT LAND. 11. PROTECTION OF ADJACENT ROADS AND STREETS a ALL CONSTRUCTION EQUIPMENT AND TRUCKS ENTERING THE SITE SHALL USE EXISTING CURB CUTS AND REMAIN ON EXISTING PAVED AREAS, UNLESS UTILIZED DIRECTLY FOR SOIL EXCAVATION AND HANDLING. ANY TRUCKS OR EQUIPMENT THAT ENTER THE EXCAVATION AREAS SHALL HAVE ALL WHEELS WASHED AND DEBRIS REMOVED PRIOR TO EXITING THE SITE. b A WHEEL WASH SHALL BE CONSTRUCTED AT THE LOCATION IF DETERMINED NECESSARY BY THE ENGINEER 12 IN AREAS SUBJECT TO SURFACE AND AIR MOVEMENT OF DUST, WHERE ON-SITE OR OFF-SITE DAMAGE IS LIKELY TO OCCUR, ONE OR MORE OF THE FOLLOWING PREVENTATIVE MEASURES SHALL BE TAKEN FOR DUST CONTROL: a MINIMIZE THE PERIOD OF SOIL EXPOSURE THROUGH THE USE OF TEMPORARY GROUND COVER AND OTHER TEMPORARY STABILIZATION PRACTICES b THE SITE IS SPRINKLED WITH WATER UNTIL THE SOIL IS WET REPEAT AS NECESSARY TO PREVENT THE CARRY OUT OF MUD ONTO THE STREET, REFER TO PROTECTION OF ADJACENT STREETS NOTE 13 STOCKPILED SOIL OR SHALL BE PLACED IN THE LOCATIONS SHOWN ON THESE PLANS OR AS APPROVED BY THE ENGINEER 14 CONTRACTOR SHALL COVER STOCKPILES OVERNIGHT AND DURING HIGH WINDS OR PRECIPITATION EVENTS. 15 AREAS SUBJECT TO WIND EROSION SHALL USE APPROPRIATE DUST CONTROL MEASURES INCLUDING THE APPLICATION OF A FINE SPRAY OF WATER PLASTIC SHEETING, STRAW MULCHING OR OTHER APPROVED MEASURES 16. ACTIVE INLETS TO STORM WATER SYSTEMS SHALL BE PROTECTED THROUGH THE USE OF APPROVED INLET PROTECTION MEASURES ALL INLET PROTECTION MEASURES ARE TO BE REGULARLY INSPECTED AND MAINTAINED AS NEEDED GENERAL SEDIMENT FENCE NOTES: 1. FILTER FABRIC SHALL BE PURCHASED IN A CONTINUOUS ROLL CUT TO THE LENGTH OF THE BARRIER TO AVOID USE OF JOINTS WHEN JOINTS ARE NECESSARY, FILTER CLOTH SHALL BE SPLICED TOGETHER ONLY AT A SUPPORT POST, WITH A MINIMUM 6 INCH OVERLAP, AND BOTH ENDS SECURELY FASTENED TO THE POST. 2 THE FILTER FABRIC FENCE SHALL BE INSTALLED TO FOLLOW THE CONTOURS WHERE FEASIBLE. THE FENCE POSTS SHALL BE SPACED A MAXIMUM OF 8 FEET APART AND DRIVEN SECURELY INTO THE GROUND A MINIMUM OF 24 INCHES 3 WHEN STANDARD STRENGTH FILTER FABRIC IS USED A WIRE SUPPORT FENCE SHALL BE FASTENED SECURELY TO THE UPSLOPE SIDE OF THE POSTS USING HEAVY-DUTY WIRE STAPLES AT LEAST 1 INCH LONG, TIE WIRE OR HOG RINGS. THE WIRE SHALL EXTEND INTO THE TRENCH A MINIMUM OF 4 INCHES AND SHALL NOT EXTEND MORE THAN 30 INCHES ABOVE THE ORIGINAL GROUND SURFACE 4 THE STANDARD STRENGTH FILTER FABRIC SHALL BE STAPLED OR WIRED TO THE FENCE AND 12 INCHES OF THE FABRIC SHALL BE EXTENDED INTO THE TRENCH. THE FABRIC SHALL NOT EXTEND MORE THAN 30 INCHES ABOVE THE ORIGINAL GROUND SURFACE FILTER FABRIC SHALL NOT BE STAPLED TO TREES 5. SEDIMENT FENCES SHALL BE REMOVED WHEN THEY HAVE SERVED THEIR USEFUL PURPOSE AND AT THE ENGINEER'S DIRECTION 6 SEDIMENT FENCES SHALL BE INSPECTED BY THE CONTRACTOR IMMEDIATELY AFTER EACH RAINFALL AND AT LEAST DAILY DURING PROLONGED RAINFALL ANY REQUIRED REPAIRS SHALL BE MADE IMMEDIATELY 7 CONSTRUCTION SPECIFICATIONS a SILT FENCE THIS SEDIMENT BARRIER UTILIZES STANDARD STRENGTH OR EXTRA STRENGTH SYNTHETIC FILTER FABRICS. IT IS DESIGNED FOR SITUATIONS IN WHICH ONLY SHEET OR OVERLAND FLOWS ARE EXPECTED b THE HEIGHT OF A SILT FENCE SHALL NOT EXCEED 30 INCHES (HIGHER FENCES MAY IMPOUND VOLUMES OF WATER SUFFICIENT TO CAUSE FAILURE OF THE STRUCTURE). c. A MINIMUM 4 INCH WIDE BY 4 INCH DEEP TRENCH SHALL BE EXCAVATED ALONG THE LINE OF POSTS AND UPSLOPE OF THE BARRIER. d THE TRENCH SHALL BE BACKFILLED WITH NATIVE SOIL 8. MAINTENANCE: a SHOULD THE FABRIC ON A SEDIMENT FENCE DECOMPOSE OR BECOME INEFFECTIVE PRIOR TO THE END OF THE EXPECTED USABLE LIFE AND THE SEDIMENT FENCE STILL BE NECESSARY, THE FABRIC SHALL BE REPLACED PROMPTLY. b.SEDIMENT DEPOSITS SHALL BE REMOVED AFTER EACH STORM EVENT AND WHEN DEPOSITS REACH APPROXIMATELY ONE HALF THE HEIGHT OF THE BARRIER c. ANY SEDIMENT DEPOSITS REMAINING IN PLACE AFTER THE SEDIMENT FENCE IS NO LONGER REQUIRED SHALL BE DRESSED TO CONFORM WITH THE EXISTING GRADE PREPARED AND SEEDED. EROSION AND SEDIMENT CONTROL BMP IMPLEMENTATION: 1 ALL BASE ESC MEASURES (INLET PROTECTION PERIMETER SEDIMENT CONTROL, CONSTRUCTION ENTRANCES ETC MUST BE IN PLACE FUNCTIONAL AND APPROVED IN AN INITIAL INSPECTION PRIOR TO COMMENCEMENT OF CONSTRUCTION ACTIVITIES. FOR BID 4 Expres 02-08-20it W Z ZO W(75 1- U Q Z cc < 0 m LL } 2 W J CC J 0 1— CITY OF YAKIMA WASHINGTON PROJECT :eEc3C DESIGNED. DRAWN CHECKED - _< SCALE SHEET TITLE CONSTRUCTION NOTES SHEET C1.0 (ABBREVIATIONS AC ACOE AD AGG AIR AMSL AP APPD APPROX ± ASPH ASSY BCR BF BGS BLDG BLVD BM BMP BO BOC BOT BTM BOW BVC CB CDF CEM CF CFS CIP CIR CK CL, L CMP CO COMP CONC CPE CPL CT CTR CULV CY D DEG DI DIA DIM DIP, D IP DOT DR DTL DWG(S) E EA ECR EG EL, ELEV ELB, ELL ELEC ENGR ENTR EP EOP EO ESC ESMT EST EVC EXC EX , EXTG EW FF FG FH FL FLG FM FT GAL GM GND GP GPM GRD GV HDPE HGT, HT HP HORZ HYD N P NTX NV LAT LB ACRE, ASPHALT CONCRETE PAVEMENT ARMY CORPS OF ENGINEERS AREA DRAIN AGGREGATE AIR RELIEF ABOVE MEAN SEA LEVEL ANGLE POINT APPROVED APPROXIMAT(-E -LY) ASPHALT ASSEMBLY BEGIN CURB RETURN BUTTERFLY BELOW GROUND SURFACE BUILDING BOULEVARD BENCHMARK BEST MANAGEMENT PRACTICE BLOW -OFF BACK OF CURB BOTTOM BOTTOM OF WALL BEGING VERTICAL CURVE CATCH BASIN CONTROLLED DENSITY FILL CEMENT CUBIC FEET CUBIC FEET PER SECOND CAST IRON PIPE CIRCLE CHECK CENTERLINE CORRUGATED METAL PIPE CLEANOUT COMPACTION CONCRETE CORRUGATED POLYETHYLENE COUPLING COURT CENTER CULVERT CUBIC YARD DEPTH DEGREE( -S) DUCTILE IRON DIAMETER DIMENSION( -S) DUCTILE IRON PIPE DEPARTMENT OF TRANSPORTATION DIMENSION RATIO DETAIL DRAWING( -S) EAST EACH END CURB RETURN EXISTING GROUND ELEVATION ELBOW ELECTRIC( -AL) ENGINEER ENTRANCE EDGE OF PAVEMENT EQUAL) -LY) EROSION CONTROL EASEMENT ESTIMATE( -D) END VERTICAL CURVE EXCAVATE EXISTING EACH WAY FINISH FLOOR FINISH GRADE FIRE HYDRANT FLOW LINE FLANGE FORCE MAIN FEET, FOOT GALLON( -S) GAS METER GROUND GUARD POST GALLONS PER MINUTE GRADE GAS VALVE GATE VALVE HIGH DENSITY POLYETHYLENE HEIGHT HORSEPOWER HORIZONTAL HYDRANT NSIDE DIAMETER NVERT ELEVATION NCH( -ES) RON PIPE NTERSECTION NVERT LENGTH LATERAL POUND( -S) LF LONG LT MAX MFA MFR MH MIC MIN MISC MJ MON MW N N/A NAT G, NG NE NO NTS NW OC OD OHP OT P P TRAN PC PCC PEN PERF P L PL POW V PP PROP PS PSF PSI PT PV PVI PVC PVMT R, RAD RC RCP RD RED REQD REQT REV REVISION RNV ROW RIGHT OF WAY RT RIGHT LINEAR FEET LONGITUDINAL LEFT MAXIMUM MAUL FOSTER 8 ALONGI, INC MANUFACTURER MANHOLE MONUMENT (IN CASE) MINIMUM, MINUTE MISCELLANEOUS MECHANICAL JOINT MONUMENT (SURFACE) MONITORING WELL NORTH NOT APPLICABLE NATURAL GAS NORTHEAST NUMBER NOT TO SCALE NORTHWEST ON CENTER OUTSIDE DIAMETER OVERHEAD POWER OWNERSHIP TIE PIPE PAD MOUNTED TRANSFORMER POINT OF CURVATURE PORTLAND CEMENT CONCRETE PENETRATION PERFORAT(-E, -ED, -ES, -ION) PROPERTY LINE, PLACE POWER VAULT POWER POLE PROPOSED PUMP STATION POUNDS PER SQUARE FOOT POUNDS PER SQUARE INCH POINT OF TANGENT PLUG VALVE POINT OF VERTICAL INTERSECTION POLYVINYL CHLORIDE PAVEMENT RADIUS REINFORCED CONCRETE REINFORCED CONCRETE PIPE ROOF DRAIN REDUCER REQUIRED REQUIREMENT SAN S8 SCH SD SDR SE SF SHT SL SPEC SQ SO IN SRF ST STA STD STL STRM STRUCT SW,SNV SOUTH, SLOPE SANITARY SOIL BORING SCHEDULE STORM DRAIN STANDARD DIMENSION RATIO SOUTHEAST SQUARE FEET SHEET SLOPE SPECIFICATIONS SQUARE SQUARE INCHES SURFACE STREET STATION STANDARD STEEL STORM STRUCTUR(-E. -AL) SIDEWALK SOUTHWEST TB THRUST BLOCK TBM TEMPORARY BENCHMARK TC TOP OF CURB TEL, TELE TELEPHONE TEMP TEMPORARY TW TOP OF WALL TP TOP OF PAVEMENT, TEL POLE, TURNING POINT TEST PIT TVP TYPICAL UG UGE UST VC VERT VOL W W/ WC WM W/O WSE WTR WV YD YR UNDERGROUND UNDERGROUND ELECTRIC UNDERGROUND STORAGE TANK VERTICAL CURVE VERTICAL VOLUME WIDTH WIDE WEST WITH WITNESS CORNER WATER METER WITHOUT WATER SURFACE ELEVATION WATER GATE/GENERAL WATER VALVE YARD YEAR GENERAL LEGEND GAS/POWER/TELEPHONE SYMBOLS SYMBOL DESCRIPTION EXIST PROP GAS METER GAS VALVE PAD MOUNTED TRANSFORMER POWER VAULT TRANSMISSION TOWER UTILITY POLE UTILITY POLE ANCHOR TELEPHONE RISER TELEPHONE VAULT LIGHT POLE SURVEY SYMBOLS SYMBOL DESCRIPTION THEOR/ FOUND/ EXIST PROP ■ EXISTING GRADE MAJOR CONTOUR EXISTING GRADE MINOR CONTOUR EXISTING STORM DRAIN PIPE EXISTING WATER PIPE EXISTING SANITARY SEWER PIPE EXISTING AC PAVEMENT EXISTING CONCRETE SURFACING EXISTING GRAVEL SURFACING EXISTING BUILDING EXISTING FENCE LINE EXISTING ROAD CENTERLINE EXISTING RIGHT-OF-WAY EXISTING PROPERTY LINE 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 27 27 _. _ - --. WATER SYMBOLS SYMBOL DESCRIPTION EXIST PROP CAP/PLUG COUPLING GUARD POST / BOLLARD REDUCER THRUST BLOCK WATER METER DOUBLE CHECK VALVE ASSEMBLY FIRE HYDRANT AIR RELIEF BLOW -OFF VALVE CHECK VALVE GATE VALVE BENDS 90 DEGREE BEND 45 DEGREE BEND 22 5 DEGREE BEND 11 25 DEGREE BEND VERTICAL BEND TEE CROSS SANITARY/STORM SEWER SYMBOLS SYMBOL DESCRIPTION EXIST PROP J 0) 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 (5 0' 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 PROPOSED ROAD CENTERLINE PROPOSED RIGHT-OF-WAY PROPOSED PROPERTY LINE 27 27 U /////// // / / / / / X X X PL CHANNELIZATION SYMBOLS SYMBOL DESCRIPTION EXIST PROP • BIKE PATH HANDICAP SYMBOL STOP RAISED MARKERS LANE MARKERS TYPE 1 LANE MARKERS TYPE II SIGN MISCELLANEOUS SYMBOLS SYMBOL DESCRIPTION EXIST PROP SECTION NUMBER SECTION REFERENCE SHEET TYPICAL SECTION CALLOUT 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 EXISTING UNDERGROUND POWER EXISTING UNDERGROUND TELEPHONE EXISTING UNDERGROUND GAS O MONITORING WELL • INLET PROTECTION PILLOW CONSTRUCTION ENTRANCE DETAIL NUMBER DETAIL REFERENCE SHEET TYPICAL DETAIL CALLOUT OR — OR — FOR BID 0 Z 0 Q O 0 (N E P N D PO Q 0 0) E Z 3 LE 71 OJ 3 Z 8) IM. d�Na c��Nq m m da mce� Expres 02-08-2016 c w Z Z0 Q r Z < 0 O mwI— >. 2 5 w J fY J 0 1Y YAKIMA WASHINGTON PROJECT 0818.0301 DESIGNED J cAwLEY DRAWN J CAW LE CHECKED J CLARY SCALE SHEET TITLE MASTER LEGEND SHEET Cl 1 EXTG CATCH BASIN (TYP) S 3RD AVE LEGEND ASPHALT CONCRETE GRAVEL VEGETATION 0 z w o N E Q W P a.oy a N 2 o P 0 O 0 vii O E LL z 3 0 w 3 Z tv ERE\ GR6B9 GEI-MW- GEI-B7 EXTG UTILITY POLE ITYP) r — — — FORMER UNKNOWN STRUCTURE 11 1 L ---J ABANDONED WATER LINE APPRX LOCATION) UNNAMED UST SUBSTATION BUILDING 0 HWA-Bl—\\\\\\\\ GEI-TP4 \ \ \ \ \ \ \ \ \ \ \ \\ \ \ \ \ \ \ PIT -1 N PR -2 PR -1S GEI-TP3 EXTG RR TRACKS ITYP) FORMER HEATING PLANT (COAL BIN) GEI-MW2 FORMER WASTE OIL AST AND STOCK SHED TROLLEY BARN \\\\\\\\\\\\\\\\\\.\\\\\. T GEI4T TP -4 TP-1,—GEI-s APPROXIMATE —GEI-B6 APPROXIMATE—" FOOTPRINT OF FORMER TROLLEY CAR BARN S 4TH AVE —GEl-E2 FORMER UST #8 ,,,..—EXTG LIGHT POLE ITYP) TP -3 w Z 0 w F- F— 0 v, a Z J mow >2 w w -J J 0 1- H Expires 02-08-2016 CITY OF YAKIMA YAKIMA. WASHINGTON PROJECT 0E06.0301 DESIGNED - 06W Er DRAWN CAW.Er CHECKED - c.ARv SCALE so- loo SHEET TITLE EXISTING CONDITIONS PLAN SHEET C2 0 STRAW wATLE BMP C235 SEE DETAIL B SHEET C3 1 STRAW WATTLE BMP C235 SEE DETAIL B. SHEET C3 1 LEGEND -STRAW WATTLE S 3RD AVE STRAW WATTLE - BMP C235 SEE OF AIL B SHEET C3 1 STRAW WATTLE BMP C235 • ETAIL El SHEET C3 1 SECURITY FENCE (TYPI Plirie .,..m.. -01-10-„="0,w I / I ISI i I��`% i `i % `i vos w�``�`\\-` �-, STOCK%IE AREA / \\�5 ��\�``W �\�,1 �`\```1 ` �� '```� _• ILAYDOWN PLASTIC SHEETING) /��• •'`�`�` 1 V l,,,,,,A,-,,,...-,..a..-,,„.........,,,,,„,...,,,_„ .,..! EXCAVATION EXTENT ``\,,' `\ ' / \\,�i �trOtarOltailigi(TOP. `pAtos j`I `%`I I`/ ``%.I ``I� .% - 1_•„..__„... STORAa ...,,%,„,,,,II`,`\,,i/_ - - � 11 EXCAVATION EXTENT EXCAVATION EXTENT (BOTTOM) 500 LF SILT FENCE BMP C233 SEE DETAIL C SHEET C3 1 ASPHALT CONCRETE GRA VEL VEGETATION STOCKPILE AREA EXCAVATION EXTENTS SUBSTATION BUILDING -DECOMMISSION UST IN-PLACE ,A.P,4rr•r*=�� DENSITY FILL 135 LF SILT FENCE BMEDETAIL C C 1 SEE DETAIL SHEET C3 1 TROLLEY EARN lJ S 4TH AVE FOR B 2 W H Z c) Lu W H 0 Q Z � Q < m W > 2 W W J a' J 0 1- H • PROJECT 081803.0 DESIGNED J CAWLEY DRAWN J CAWLEY CHECKED J CLARY SCALE AK MA WASHIN T• 8/20/14 0 0 20 'a SHEET TITLE EROSION CONTROL PLAN SHEET C3 0 MINIMUM 12" OVERLAP OF SEAMS NOTES 1 MINIMUM 12" COVER OVERLAP AT ALL SEAMS 2 COMPOST SOCK OR SILT FENCE REQUIRED AT TOE OF STOCKPILE AREA AS SHOWN IN THE PERIMETER PLAN VIEW DETAIL B THIS SHEET 2 1 SILT FENCE IS TO BE INSTALLED AS SHOWN IN PERIMETER PLAN VIEW DETAIL B THIS SHEET 3 STOCKPILE COVER SHALL BE MAINTAINED TIGHTLY IN PLACE BY USING SAND BAGS OR TIRES ON ROPES WITH A MAXIMUM OF 10' GRID SPACING IN ALL DIRECTIONS 4 STOCKPILE COVERING SHALL BE BLACK PLASTIC WITH U V PROTECTION STOCKPILE COVER DETAIL NTS NSTALL COMPOST SOCK TOR SILT FENCE) AT LIMIT OF STOCKPILE AREA SEE DETAILS B 8 C THIS SHEET INSTALL SEDIMENT FENCE Al STOCKPILE AREA LIMIT IN SOIL AND GRAVEL AREAS AND OVERLAP WITH STRAW WATTLE FRONT VIEW ANGLE BOTH ENDS OF SEDIMENT FENCE TO ASSURE SOIL IS TRAPPED INTERLOCKED 7' x 7 POSTS SILT FENCE DETAIL TOP VIEW LIMB OF STOCKPILE AREA PER PLAN PERIMETER PLAN VIEW DETAIL EXCAVATED MATERIAL STOCKPILE INSTALL 18" STRAW WATTLE OVER ASPHALT AND CONCRETE SURFACES NTS COVERED STOCKPILED XCAVATION MATERIALS STOCKPILE COVERING PER DETAIL A THIS SHEET LIMIT OF STOCKPILE AREA PER PLAN CONCRETE OR ASPHALT SURFACE EXISTING SOIL CROSS SECTION VIEW FOR IMPERVIOUS SURFACE WITH STRAW WATTLE STRAW WATTLE )TYP) OVER ASPHALT AND CONCRETE SURFACES PER DETAIL A THIS SHEET SANDBAGS (TYP) NTS B STOCKPILE EROSION CONTROL DETAIL C3 1 NTS SIDE VIEW NOTES 1 BURY BOTTOM Of FILTER FABRIC 6" MIN VERTICALLY BELOW GRADE 2 2" x 7' HR PINE OR STEEL FENCE POSTS 3 STRCHED LOOPS TO BE INSTALLED UPHILL SIDE OF SLOPE 4 COMPACT NATIVE FILL IN ALL AREAS OF FILTER FABRIC TRENCH 5 SILT FENCING SHALL BE INSTALLED ON CONTOUR NTS FOR BID Q ,ib, Exp.ez 02-08 2016 8/20/14 2 Z z O 1- 0 Q Z J < 0 m LLI >2 W J fY J 0 1- H CITY OF YAKIMA 0 i PROJECT 0818.03 DESIGNED CAW Er DRAWN CAWiEr CHECKED agar SCALE SCALE AS NOTED SHE E •0.3or SCALE ACCORD., SHEET TITLE EROSION CONTROL DETAILS SHEET C3 1 NOTES 1 STOCKPILE FOR REUSE AS BACKFILL (PENDING CHARACTERIZATION BY ENGINEER) 2 EXCAVATION EXTENTS TO BE LOCATED IN THE FIELD BY ECOLOGY STAFF INGRESS S 3RD AVE EXTG CATCH BASIN (PROTECT) EXCAVATE 15' BGS (SEE NOTES) - DEMO EXTG L IL.:: ALK EXCAVATION AREA EXTG RAIL LINE (PROTECT( EXTG UTILITY (PROTECT) PROTECT WATER LINE OR REPLACE IF DISTURBED DURING EXCAVATION LEGEND ASPHALT CONCRETE GRAVEL VEGETATION EXCAVATION EXTENTS EXCAVATE DEPTH 6 BGS EXCAVATE DEPTH 15 BGS ' 7,__/- POLE (PROTECT)' >-I ' , , ' �/-/ , ��'\_, { )(?/ \, /'/— i SURFACE SOIL REMOVAL AREA % /'/'-': _ 17 B00 SF1- J_ EXTG UTILITY ` %\ _ POLE (PROTECT) r/ r _ RELOCATE \ k L, ^ 1.. POLES i-/ r l- '�• N�, �r'>,> ; -�;" ' , -Y ' 1_ - ,�i - UTILITY POLE (PROTECT) REMOVE EXTG ABANDON D W WATER LINE LL V') EXCA\ ATE 6 BGS DISPOSE OFF-SITE \ SUBSTATION BUILDING 0 0 8) \\\` SUBS BUI HEAVY METAL EXCAVATION AREA (3 000 SF; EXTG SSWR PIPE (PROTECT) „;I—EXTG UTILITY POLE jPROTECT) 96 TROLLEY BARN / S 4TH AVE AIM TROLLEY BARN SITE INTERIM REMEDIAL ACTION 0= 0 201E CITY OF YAKIMA PROJECT oe 80308 YAKIMA, WASHINGTON ##66 0 DESIGNED.] CAWLEY DRAWN i CAWLEY CHECKED i CLARY SCALE WM. BA4:S ONE INCH SHEET TITLE EXCAVATION PLAN SHEET C4.0 EXCAVATION EXTENT (BOTTOM) APPLICATION AREA OF BIOREMEDIATION PRODUCT AT 15 BGS INGRESS S 3RD AVE EXCAVATION EXTENT (TOP) r }1) SURFACE SOIL REMOVAL AREA (17 800 SF) EGRESS 111111 _ TOZErfarel _ 1 - ' � Y� -� �_ v _.C�� ���� `_ r _ r i-! -/ 1 Imo( ,�� '.� �J-� SUBSTATION LEGEND ASPHALT CONCRETE GRAVEL VEGETATION F=:. EXCAVATION EXTENTS -- EXCAVATE DEPTH 6 BGS EXCAVATE DEPTH 15 BGS UST 86&87 111- BASINS (2500 SF) I= DECOMMISSION UST IN PLACE • WITH CONTROLLED DENSITY FILL W v) { -52 1 HEAVY METAL EXCAVATION AREA SF) 96 TROLLEY BARN EXCAVATION EXTENTS 1 0 V 1 0 H OUST 87 & UST 88 BASIN / „ \ SURFACE SOIL REMOVAL AREA EXCAVATION EXTENTS 1' = 10' SUBSTATION BUILDING EXCAVATION EXTENTS OHEAVY METAL EXCAVATION AREA 1 =10 I=10 2 1 0 V 1 5 H , - EXISTING BUILDING PROTECTION FOR BID Lu Z ZO Ill I- 0 Q Z < 0 CO W ›- LU W W J C' J 0 H Expres 02-08-2016 CITY OF YAKIMA YAKIMA, WASHINGTON PROJECT 0818.030 DESIGNED i CA LEY DRAWN i CA LEY NECKED cue0 SCALE 0 20 40 SHEET TITLE EXCAVATION PROFILE SHEET C4 1 LEGEND CAP WITH UP TO 4 GRAVEL TAPER TOWARD RR TRACKS (NEAR TRACKS DO NOT EXCEED HEIGHT OF TRACKS) CAP WITH UP 104' GRAVEL TAPER TOWARD RR TRACKS , (NEAR TRACKS DO NOT • • EXCEED HEIGHT OF TRACKS) - INGFSS S 3RD AVE ASPHALT; CONCRETE GRAVEL VEGETATION r - EXCAVATION EXTENTS BACKFILL OF EXCAVATION _ GRAVEL CAP EE o z w O N "'" E < w - P O �a-0 v 3$ 0 • Y41P Q 1'^ O O ,.,0$ E oz z 3 ▪ O w 3 D z m Fr F SURFACE SOIL REMOVAL AREA (17&70SF) SUBSTATION BUILDING LU W LU 1- ✓ N LU z INGRESS — UST a6 & #7 BASINS (2500 SF( STAN:;ARD BACKFILL TOPE CSBC MEET AND MATCH EXISTING GRADE CAP WITH UP TO 4' GRAVEL TAPER TOWARD RR TRACKS (NEAR TRACKS DO NOT• EXCEED HEIGHT OF TRACKS( • FILL 4' CRUSHED SURFACING BASE COURSE (CSBC) • • • •-r MEET AND MATCH EXISTING GRADE WRH CSBC • • •ce HEAVY METAL EXCAVATION AREA (3 000 SF( \\\\\\\\ \\\\\\\ \\\\\ \ \\ TROL_EY BARN \ \ \\ N\ \\\\ \�\�\��A\Vv \\\\ CAP WITH UP TO 4' GRAVEL TAPER TOWARD RR N \' ' (NEARR TRACKS DO NOO Tyip _• EXCEED HEIGHT OF TRACKS) a a • . • . •• • • • • • • • • • • • • • • • • • • • fl[ r'I S 4TH AVE 2 W 1- z TROLLEY BARN SITE REMEDIAL ACTION Expires 02 OB 201t CITY OF YAKIMA PROJECT oe 8.030[ YAKIMA. WASHINGTON 0 DESIGNED , CAwLEY DRAWN - CAw,EE CHECKED . Cua• SCALE 0 29 40 SHEET TITLE GRADING AND SURFACING PLAN SHEET C5 0