Requests for Bid Proposal May 18, Asbestos Removal Services 1825 SW Byers Ave & 1604 NW 50 th Pendleton, Oregon 97801

Similar documents
Airport owl building:

REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC

REQUEST FOR SEALED BID PROPOSAL

AIA Document A101 TM 2007

Tacoma Power Conservation Contractor Agreement

RICE UNIVERSITY SHORT FORM CONTRACT

ATTENTION BIDDERS. Be sure to clearly identify the name and address of a contact person within your firm.

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

INVITATION TO BID "Town Hall First Floor Renovation Project, Windsor CT". "Town Hall First Floor Renovation Project, Windsor CT".

Proposal and Contract for HOME BUILDING and HOME REPAIR;

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864)

I N V I T A T I O N T O B I D BID #33-16 RECONSTRUCTION OF RETAINING WALL

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019

Invitation for Bid. House Sale & Removal. University of Arkansas - Fort Smith (listed properties)

If Applicable Bidder acknowledges, by initialing, receipt of the following Addendums:

PROPOSALS MUST BE RECEIVED BY: 1:30 PM (CST) ON TUESDAY, FEBRUARY 26, 2019

ANNEX A Standard Special Conditions For The Salvation Army

Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project

PROPOSALS MUST BE RECEIVED BY: 10:30 AM (CST) ON TUESDAY, FEBRUARY 26, 2019

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25

GLENVIEW PARK DISTRICT 1930 PRAIRIE STREET GLENVIEW, ILLINOIS (847)

CITY OF SHENANDOAH REQUEST FOR PROPOSALS. for the SPECIAL EVENT TENTS CITY OF SHENANDOAH I-45 NORTH SHENANDOAH, TEXAS 77381

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES

CONSTRUCTION AGREEMENT/CONTRACT

The City of Moore Moore, Oklahoma

Northside Development Corporation 410 Magnolia Street Spartanburg, SC 29303

INVITATION TO BID Install Spray Foam Polyurethane Roof

Citylink Bus Maintenance Facility Exterior Maintenance

SAFETY FIRST GRANT CONTRACT

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

POST BID ADDENDUM. Project: LDS Eastview, Mesa, Iona 10 HVAC Project No.: Addendum No.: 2

REQUEST FOR PROPOSAL

EXHIBIT C - Contract for Residential Fire Sprinkler Demonstration Trailer

KITSAP COUNTY INFORMAL BID REPAIRS TO HOUSE OWNED BY KITSAP COUNTY (SEWER UTILITY) LOCATED AT LEMOLO SHORE DRIVE NE, POULSBO WA 98370

SANDHILLS COMMUNITY COLLEGE REQUEST FOR PROPOSALS RFP #

INVITATION TO BID Retaining Wall

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM

West Ridge Park Ballfield Light Pole Structural Assessment

INVITATION TO BID CITY OF DES PERES ACTIVITY ROOMS FLOORING REPLACEMENT

CONSTRUCTION CONTRACT EXAMPLE

The City of Roanoke is currently soliciting bid proposals for fire lane striping for all City owned facilities with fire lanes.

(I) (We) understand that any alteration/strike out of the Contract/Bidding Requirements or Special Provisions pages will void my bid.

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

Notice to Bidders. No faxed or ed bids will be accepted. Bids received after the closing time will not be accepted.

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

City of Corpus Christi Housing and Community Development

CONTRACT. Owner and Contractor agree as follows: 1. Scope of Work.

INVITATION TO BID Acoustical Ceiling Tile

Front Porch Roof Replacement Scope of Work

REQUEST FOR PROPOSAL LOOMIS PARK MASTER PLAN GENERAL INFORMATION LOOMIS PARK MASTER PLAN

Workforce Management Consulting Services

CONSTRUCTION CONTRACT

Human Services Building Roof Project (4 flat roofs)

PRODIGY. CONTRACTING GROUP INC. CommerCial residential industrial

SECTION NOTICE TO BIDDERS

CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION. THIS AGREEMENT, made this day of, 2018,

REQUEST FOR PROPOSAL FOR Hazardous Material Survey 3rd Party Abatement Monitoring and Air Monitoring

THIS IS NOT AN ORDER!! DATE: April 19, REQUEST FOR QUOTATION Purchasing Department 200 Chesapeake Blvd, Ste 1400 Elkton, MD 21921

ENERGY EFFICIENCY CONTRACTOR AGREEMENT

LCRA INVITATION FOR BID LCRA-75 GENERAL REQUIREMENTS

Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures.

PROPOSAL LIQUID CALCIUM CHLORIDE

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE

GENERAL: WITNESSETH: That the said Contractor and the said District, for consideration hereinafter named agree as follows: DESCRIPTION OF WORK:

TOWN OF BERLIN VERMONT July 7, Request for Proposal Landscape Design and Installation

COUNTY OF PRINCE EDWARD, VIRGINIA

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor

MONTANA STATUTES : (1) MONTANA CODE: TITLE 39: LABOR CHAPTER 71: WORKERS COMPENSATION

FIRM FIXED PRICE TERMS AND CONDITIONS AES-1 Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE

ADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE

FIXTURING/INSTALLATION AGREEMENT

Request for Bid/Proposal

University of Maine System Supplementary Requirements to AIA Document B Standard Form of Agreement Between Owner and Architect

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS

ADDENDUM TO STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR A RESIDENTIAL OR SMALL COMMERCIAL PROJECT AIA DOCUMENT A

Champaign Park District: Request for Bids for Playground Surfacing Mulch

ASBESTOS/HAZARDOUS MATERIALS ABATEMENT AGREEMENT

PROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT

SUBCONTRACT (SHORT FORM)

REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm

REQUEST FOR PROPOSALS- INSURANCE BROKER AND CONSULTING SERVICES

AIA Document A101 TM 2017 Exhibit A

Proposal No:

PROPERTY MANAGEMENT AGREEMENT

AGC TEXT COPY THE ASSOCIATED GENERAL CONTRACTORS OF AMERICA AGC DOCUMENT NO. 603 STANDARD SHORT FORM AGREEMENT BETWEEN CONTRACTOR AND SUBCONTRACTOR

CITY OF EL PASO DE ROBLES The Pass of the Oaks

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch

Alabama State Port Authority INVITATION TO BID. Project Name Axis Damaged Steel I-Beam Disposal Location Axis, AL

DAVID L. LAWRENCE CONVENTION CENTER. REQUEST FOR PROPOSAL RFP09-03 Window Washing

BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK PHONE (918) FAX (918)

City of Albuquerque Procurement Contract

JEKYLL ISLAND STATE PARK AUTHORITY Request For A Sealed Quotation. Date Released June 30, 2016 Bid Opening: Tuesday July 26, :00PM ET

2. Attachments a) Design Drawings Drawing(s) Revision Revision Date Specifications (T1.1-T2.8) N/A N/A A /06/17 A1.1 N/A N/A A2.

SUBCONTRACTOR AGREEMENT

PROPOSAL AND SPECIFICATIONS FOR PAVEMENT MARKING COUNTY PRIMARY ROADS CITY OF ALLEGAN MARCH 21, 2018

Please ensure that the following information is enclosed in your subcontract package:

Subcontract Agreement

Document A Exhibit A Insurance and Bonds

MASTER SUBCONTRACTOR AGREEMENT

City of Jeffersontown. Request for Qualifications ON-CALL. Electrical Services

Transcription:

CITY OF PENDLETON Requests for Bid Proposal May 18, 2016 Asbestos Removal Services 1825 SW Byers Ave & 1604 NW 50 th Pendleton, Oregon 97801 Facilities Department 500 S.W. Dorion Avenue Pendleton, Oregon 97801-2090 Telephone (541) 966-0370 FAX (541) 966-0271 Website: www.pendleton.or.us The Facilities Department is accepting Bid proposals for asbestos removal services prior to demolition. See attached report and photos. Bid proposals must be returned by May 31th, 2016 by 2 PM to the Facilities Manager Glenn Graham 500 Southwest Dorion Avenue Pendleton, Oregon 97801. (Clearly marked envelope) Sealed Bid proposal Asbestos Removal Services RFP 5-3116) Email & Fax is not accepted Specifications: 1. Job to be completed by June 29 th 2016 after award of bid. 2. Site visit not required. 3. Removals of3, 125 square feet asbestos in residential Trailer Houses & House see attached laboratories reports. A. House at 1604 NW 50th 1940 1,700 ft. 2 asbestos exterior roofing beneath metal roofing silver & black and in utility room white painted 12x12 asbestos floor tiles 125 sq. ft. B. Trailer house 1960 at 1825 SW Byers Ave 1,300 ft. 2 asbestos Gray & Black asbestos roofing Roofing tar. Contractor must be licensed and gualified er-oregon DEQ/CCD regulations. 4. Comply with Oregon OSHA regulations pertaining to asbestos. 5. Contractor responsible for removal of all asbestos and associated debris. Properly dispose in a approve DEQ landfill and provide documentation to the City of Pendleton. 6. Provide removal documentation of asbestos containing materials as outlined in survey. And necessary documentation for City or Contractor to proceed with demolition following removal of asbestos materials. 7. Asbestos contractor shall obtain all DEQ permits required for removal and disposal of asbestos per- Oregon DEQ and OSHA regulations. And coordinate with local DEO officials in Pendleton. 8. The contractor shall "Relieve" The City of Pendleton of any and all liability during the asbestos removal service of said structure. Contractor shall provide certification of insurance and workers' compensation coverage for any employee on the job site. 9. The structure is located in a residential area within the city limits of Pendleton; contractor shall secure from unauthorized entry to the impacted area during asbestos removal procedures at all times. I 0. Contractors shall Obtain City of Pendleton business license and provide IRS W9 tax form. 11. There is no utilities available onsite. City shalj award bid or reserve the right to reject any or alj proposals, to postpone the award of the bid for a period not to exceed thirty (30) days, and to accept the proposal or any portion of the Proposal which is to the best interest of the City of Pendleton, Oregon. Facilities Manager gr a h a m@c i.p e ndl?'lro#?e of the World Famous Pendleton Round-Up...

BUILDING A. BUILDING IDENTIFICATION 1. Address 2. City State 4. Zip 5. Type of Building 6. Building Size Year Built/Remodel 8. Building Inspector 9. Business Affiliation 3. 7. 10. Address 11. City 12. State 13. Zip 14. Telephone 15. Accreditations 16. Signature residence 1604 NW 50th Pendleton Oregon 97801 Wood framed "'1, 700 sq. feet 1940's Steven M. Paulsen Paulsen Environmental Consulting, Inc. 2019 Graham Boulevard Vale Oregon 97918-5355 sr;; 541 473-2243

BUILDING INSPECTIONS A. BUILDING 1. Date of inspection: 2. Purpose: 3. Scope: 1604 NW 50th April 15, 2016 To determine the presence of ACBM Asbestos building inspections prior to demolition For Professional use, not an abatement specification B. HOMOGENEOUS AREA (SURFACING MATERIALS) NO ASBESTOS CONTAINING SURFACING MATERIALS LOCATED C. HOMOGENEOUS AREA (THERMAL SYSTEM INSULATION) NO ASBESTOS CONTAINING THERMAL SYSTEM INSULATION LOCATED D. HOMOGENEOUS AREA (MISCELLANEOUS MATERIAL) 1. 2. 3. 4. 5. 6. 7. Location Identification Scheme Photographs Identity of Material Quantity of Material Sampling Scheme Abatement method Exterior Roof beneath metal silver and black N/A asbestos roofing 1,700 sq. ft. Random OSHA trained workers, proper disposal

E. HOMOGENEOUS AREA (MISCELLANEOUS MATERIAL) 1. 2. 3. 4. 5. 6. 7. Location Identification Scheme Photographs Identity of Material Quantity of Material Sampling Scheme Abatement method Utility room white painted 12" x 12" floor tile Attached this page asbestos floor tile ;::125 sq. ft. Random OSHA trained workers, proper disposal F. BULK SAMPLING 1. 2. 3. 4. Data Sheets Sketches/Sample Loe. Laboratory Information Sample Analysis/Method Attached this Section. Attached this Section. Attached this Section. Polarized Light Microscopy Dispersion Staining Technique.

HOMOGENEOUS AREAS/BULK SAMPLE SUMMARY Area Approx. Sq. 's/ Asbestos? Description or Lin. Ft. # of Samples Yes/No white sheet vinyl 100 sq. 14/1 no bath beige sheet vinyl 100 sq. 15/1 no kitchen brown mastic 225 sq. 15a, 16a/2 no 12" x 12" floor tile 125 sq. 16/1 YES tar paper 125 sq. 16b/1 no linoleum 505 sq. 17/1 no sheetrock 600 sq. 18,19a/2 no sprayed wall and 5,900 sq. 19,20,21,22/4 no ceiling texture gray shingles 1,700 sq. 23/1 no black roofing 1,700 sq. 23a/1 YES

UAN LABORATORIES 2033 HERITAGE PARK DR, OKLAHOMA CITY, OK 73120 1.8 00.822.1650 Polarized Light Microscopy Asbestos Analysis Report QuanTEM Lab No. 262424 Account Number: B041 Date Received: 04/18/2016 Received By: Peyton Awbrey Date Analyzed: 04/21/2016 Analyzed By: Gayle Ooten Methodology: EPA/600/R-93/116 Project: Converted House Client: Paulsen Environmental Consulting 2019 Graham Blvd. Vale, OR 97918 Project Location: 1604 NW 50th Pendleton, OR Project Number: NIA QuanTEM Client Composition Color I Description Asbestos (%) Non-Asbestos Fiber(%) Non Fibrous 001 14 Homogeneous White Sheet Vinyl Cellulose 25 Vinyl 002 15 Beige Sheet Vinyl Cellulose 25 Vinyl 002a Brown Mastic Glue Binder 003 16 White Floor Tile Asbestos Present Chrysotile 4 Vinyl CaC03 003a Brown Mastic Glue Binder 003b Black Tar Paper Cellulose 60 Tar 004 17 Homogeneous Gray Linoleum Cellulose 25 Tar Unless otherwise noted, upon receipt the condition of the sample was acceptable for analysis. QuanTEM is a NVLAP accredited PLM laboratory (Lab Code: 101959-0). This report relates only to the specific items tested. NVLAP accreditation applies only to analysis performed utilizing EPA/600/M4-82-020 and EPA/600/R-93/116 methods. This report may not be used to claim product endorsement by NVLAP or any agency of the US Government. This report may not be reproduced except in full, without the written approval of the laboratory. Page 1 of 3

2033 HERITAGE PARK DR, OKLAHOMJ\ CITY, OK 73120 I.800.822. I 650 Polarized Light Microscopy Asbestos Analysis Report QuanTEMLab No. 262424 Account Number: Date Received: Received By: Date Analyzed: Analyzed By: Methodology: B041 04/18/2016 Peyton Awbrey 04/21/2016 Gayle Ooten EPA/600/R-93/116 Project: Converted House Client: Paulsen Environmental Consulting 2019 Graham Blvd. Vale, OR 97918 Project Location: 1604 NW 50th Pendleton, OR Project Number: NIA,.. QuanTEM Client Composition Color I Description Asbestos (%) Non-Asbestos Fiber(%) Non Fibrous 005 18 Homogeneous White Sheetrock Cellulose 20 Gypsum Paint 006 19 White Texture CaC03 Paint 006a White Sheetrock Cellulose 25 Gypsum 007 20 Homogeneous White Texture CaC03 Paint 008 21 Homogeneous White Texture CaC03 Paint 009 22 Homogeneous White Texture CaC03 Paint Unless otherwise noted, upon receipt the condition of the sample was acceptable for analysis. QuanTEM is a NVLAP accredited PLM laboratory (Lab Code: l 01959-0). This report relates only to the specific items tested. NVLAP accreditation applies only to analysis performed utilizing EP N600/M4-82-020 and EP Af600/R-93/116 methods. This report may not be used to claim product endorsement by NVLAP or any agency of the US Government. This report may not be reproduced except in full, without the written approval of the laboratory. Page 2 of 3

LIAN LABORATORIES 2033 HERITAGE PARK DR, OKLAHOMA CITY, OK 73120 1.800.822.1650 Polarized Light Microscopy Asbestos Analysis Report QuanTEM Lab No. 262424 Account Number: Date Received: Received By: Date Analyzed: Analyzed By: Methodology: B041 04/18/2016 Peyton Awbrey 04/21/2016 Gayle Ooten EP A/600/R-93/116 Client: Paulsen Environmental Consulting 2019 Graham Blvd. Vale, OR 97918 Project: Converted House Project Location: 1604 NW 50th Pendleton, OR Project Number: NIA QuanTEM Client Composition Color I Description Asbestos (%) Non-Asbestos Fiber(%) Non Fibrous 010 23 Gray Shingle Glass Fiber 20 Sand Tar 010a Black Roofing Asbestos Present Chrysotile 15 Cellulose 40 Tar Gayle Ooten, Analyst 4/21/2016 Date of Report Unless otherwise noted, upon receipt the condition of the sample was acceptable for analysis. Quan1EM is a NVLAP accredited PLM laboratory (Lab Code: 101959 0). This report relates only to the specific items tested. NVLAP accreditation applies only to analysis performed utilizing EPA/600/M4-82-020 and EPA/600/R-93/116 methods. This report may not be used to claim product endorsement by NVLAP or any agency of the US Government. This report may not be reproduced except in full, without the written approval of the laboratory. Page 3 of 3

/ / '.J,i-\ I' ifl " LABORATORIES 0 www.quantem.com company: Paulsen Environmen_tal Consulting Contact: Account#: SAMPLED.. Bv:. Steve Paulsen 2033 Heritage Park Drive, Oklahoma City, OK 73120-7502 (800) 822-1650 a (405) 755-7272 Fax: (405) 755-2058 rage of I For Lab Use Orily LEGAL DOCUMENT - PLEASE PRINT LEGIBLY Project Information -- --.----...,.-'---,-+--------'----i. ReporfResults (0 one box)' Phone: Project Name: Yltld-41. D QuanTEM Website Cell Phone: (541) 389 5481 D Other E-mail: pau!sen@qwestoffice.net Project 10: Date:. PLM Bulk Analysis (EPA 600/R-93/116) Vermiculite Attic Insulation Air-AHERA Bulk-Prese.nce / Absence EPA600/R-93/116 Rush D (EPA 600/R--04/004) 400 Point Count Bulk-Quantitative [weight%} Chatfield 1000 Point Count D Other Air NIOSH 7402 Same Day Air-ISO 10312 Dust Presence / Absence 24- Hour Gravimetric Preparation Drinking Water EPA 100.2 Dust- Quantitative [fibers/sq.cm]-astm D5755 -Day Particle ID 5-Day 2 3 4 5 6 7 8 9 10 SATURDAY SAMPLE DELIVERY -CALL TO SCHEDULE Use this address for Satu day Delivery only: 4220 N. Santa Fe Ave., Oklahoma City, OK 7310S 8S17 Mark Package "Hold for Saturday Pickup"

BUILDING A. BUILDING IDENTIFICATION 1. Address 2. City 3. State 4. Zip 5. Type of Building 6. Building Size 7. Year Built/Remodel 8. Building Inspector 9. Business Affiliation 10. Address 11. City 12. State 13. Zip 14. Telephone 15. Accreditations 16. Signature residence 1825 SW Byers Avenue Pendleton Oregon 97801 Wood framed 1.200 sq. feet 1960's Steven M. Paulsen Paulsen Environmental Consulting, Inc. 2019 Graham Boulevard Vale Oregon 97918-5355 541 473-2243 Al j 8024 / 15 55 /....

BUILDING INSPECTIONS A. BUILDING 1. Date of inspection: 2. Purpose: 3. Scope: 1825 SW Byers April 15, 2016 To determine the presence of ACBM Asbestos building inspections prior to demolition For Professional use, not an abatement specification B. HOMOGENEOUS AREA (SURFACING MATERIALS) NO ASBESTOS CONTAINING SURFACING MATERIALS LOCATED C. HOMOGENEOUS AREA (THERMAL SYSTEM INSULATION) NO ASBESTOS CONTAINING THERMAL SYSTEM INSULATION LOCATED

D. HOMOGENEOUS AREA (MISCELLANEOUS MATERIAL) 1. 2. 3. 4. 5. 6. 7. Location Identification Scheme Photographs Identity of Material Quantity of Material Sampling Scheme Abatement method Exterior Roof silver and black Attached this page asbestos roofing ::e 1,300 sq. ft. Random OSHA trained workers, proper disposal E. BULK SAMPLING 1. 2. 3. 4. Data Sheets Sketches/Sample Loe. Laboratory Information Sample Analysis/Method Attached this Section. Attached this Section. Attached this Section. Polarized Light Microscopy Dispersion Staining Technique.

HOMOGENEOUS AREAS/BULK SAMPLE SUMMARY Area Approx. Sq. 's/ Asbestos? Description or Lin. Ft. # of Samples Yes/No yellow carpet 500 sq. 1/1 no mastic beige sheet vinyl 200 sq. 2/1 no kitchen cream mastic 200 sq. 2a/1 no yellow mastic 220 sq. 3,4a,5a/3 no white sheet vinyl 220 sq. 3a/1 no closet/laundry white mastic closet 20 sq. 3b/1 no beige sheet vinyl 100 sq. 4/1 no bath tan sheet vinyl 100 sq. 5/1 no laundry beige sheet vinyl 100 sq. 6/1 no bath white ceiling tile 1,300 sq. 7/1 no roofing 1,300 sq. 8/1 YES

M LABORATORIES 2033 HERIT/\GE PARK DR, OKL/\HOMA CITY, OK 73120.800.822.1650 Polarized Light Microscopy Asbestos Analysis Report QuanTEM Lab No. 262422 Account Number: B041 Date Received: 04/18/2016 Received By: Peyton Awbrey Date Analyzed: 04/21/2016 Analyzed By: Gayle Ooten Methodology: EP A/600/R-93/116 Project: City of Pendleton Client: Paulsen Environmental Consulting 2019 Graham Blvd. Vale, OR 97918 Project Location: 1825 Byers Av. Pendleton, OR Project Number: NIA QuanTEM Client Composition Color I Description Asbestos (%) Non-Asbestos Fiber(%) Non Fibrous 001 Homogeneous Yellow Carpet Mastic Glue Foam 002 2 Beige Cellulose 20 Vinyl Sheet Vinyl 002a Cream Glue Mastic 003 3 Yellow Glue Mastic 003a White Sheet Vinyl Cellulose Synthetic 15 15 Vinyl 003b White Mastic Glue Binder 004 4 Beige Cellulose 20 Vinyl Sheet Vinyl Unless otherwise noted, upon receipt the condition of the sample was acceptable for analysis. QuanTEM is a NVLAP accredited PIM laboratory (Lab Code: 101959-0). This report relates only to the specific items tested. NVLAP accreditation applies only to analysis performed utilizing EPA/600/M4-82-020 and EPA/600/R-93/116 methods. This report may not be used to claim product endorsement by NVLAP or any agency of the US Government. This report may not be reproduced except in full, without the written approval of the laboratory. Page 1 of 3

2033 HERITAGE PARK OR, 0KLAHOM,\ CITY, OK 73120 1.800.822.1650 Polarized Light Microscopy Asbestos Analysis Report QuanTEM Lab No. 262422 Account Number: Date Received: Received By: Date Analyzed: Analyzed By: Methodology: B041 04/18/2016 Peyton Awbrey 04/21/2016 Gayle Ooten EPA/600/R-93/116 Project: Project Location: Project Number: Client: Paulsen Environmental Consulting 2019 Graham Blvd. Vale, OR 97918 City of Pendleton 1825 Byers Av. Pendleton, OR NIA QuanTEM Client Composition Color I Description Asbestos (%) Non-Asbestos Fiber(%) Non Fibrous 004a Yellow Mastic Glue 005 5 Tan Sheet Vinyl Cellulose 20 Vinyl 005a Yellow Mastic Glue 006 6 Homogeneous Beige Sheet Vinyl Vinyl Foam 007 7 Homogeneous White Ceiling Tile Cellulose 75 Paint 008 8 Homogeneous Black/Gray Roofing Asbestos Present Chrysotile 15 Sand Tar Unless otherwise noted, upon receipt the condition of the sample was acceptable for analysis. QuanTEM is a NVLAP accredited PLM laboratory (Lab Code: IO 1959-0). This report relates only to the specific items tested. NVLAP accreditation applies only to analysis performed utilizing EPN600/M4-82-020 and EPN600/R-93/116 methods. This report may not be used to claim product endorsement by NVLAP or any agency of the US Government. This report may not be reproduced except in full, without the written approval of the laboratory. Page 2 of 3

LIAN LABORATORIES 2033 HERITAGE PARK OR, OKLAHOMA CITY, OK 73120 1.8 00.822.1650 Polarized Light Microscopy Asbestos Analysis Report QuanTEM Lab No. 262422 Account Number: B041 Date Received: Received By: Date Analyzed: Analyzed By: Methodology: 04/18/2016 Peyton Awbrey 04/21/2016 Gayle Ooten EPA/600/R-93/116 Client: Paulsen Environmental Consulting 2019 Graham Blvd. Vale, OR 97918 Project: City of Pendleton Project Location: 1825 Byers Av. Pendleton, OR Project Number: NIA QuanTEM Client Composition Color I Description Asbestos (%) Non-Asbestos Fiber(%) Non Fibrous Gayle Ooten, Analyst 4/21/2016 Date of Report Unless otherwise noted, upon receipt the condition of the sample was acceptable for analysis. QuanTEM is a NVLAP accredited PLM laboratory (Lab Code: 101959-0). This report relates only to the specific items tested. NVLAP accreditation applies only to analysis performed utilizing EPA/600/M4-82-020 and EPA/600/R-93/116 methods. This report may not be used to claim product endorsement by NVLAP or any agency of the US Government. This report may not be reproduced except in full, without the written approval of the laboratory. Page 3 of 3

... ; ----.. //.\... \ 1 v 1t i:t, :.'. LABORATORIES www.quantem.com... ".. :,.,,,,,...,.. : '<: \.-:S{'COntad.lnfor'matio ' 2033 Heritage Park Drive, Oklahoma City, OK 73120-7502 (800) 822-1650 co (405) 755-7272.. Fax: (405) 755-2058 LEGAL DOCUMENT - PLEASE PRINT LEGIBLY -- == = -- - - ---- - -------. Company: Paulsen Environmental Consulting Phone: (541) 473-2243 / Page of 4---. Projett lriforr.riati6ii :?., Report'Results (0 one box} QuanTEM Website Contact Steve Paulsen Cell Phone: ( 541) 389-5481 Other Account#: D 2 D 3 D 4 D 5 D 6 D 7 D 8 D 9 D 10 D SATURDAY SAMPLE DELIVERY - CALL TO SCHEDULE Use this address for Saturday Deflvery only: 4220 N. Santa Fe Ave., Oklahoma Crty, OK 7310S-8S17 Mark Package "Hold for Saturday Pickup n

THIS PAGE MUST BE COMPLETED AND SUBMITTED AS A PART OF YOUR PROPOSAL REFERENCES: Indicate below three agencies for which you have provided asbestos removal services within the past three years: Firm Contract: Name: Phone Number: Firm Contract: Name: Phone Number: Firm Contract: Name: Phone Number: Page 2

COST PROPOSAL FROM Asbestos contractor and all accordance with the specifications herein is listed as follows: A. House at 1604 Northwest 50 th $ B. Trailer House 1825 S.W Byers Ave. $ Total for all asbestos removal Not to exceed $ The City of Pendleton will award this contract on a lump sum basis, Review and be familiar with the enclosed bid proposal specifications. Failure to review the specifications will not relieve the successful contractor of an obligation to furnish all products, services and labor necessary to carry out the provisions of the bid proposal. All qualified proposals/bids will be evaluated and award made to the firm(s) whose proposal/bid is deemed to be in the best interest of the City of Pendleton, all factors considered. The City of Pendleton reserves the unqualified right to reject any and all offers if determined in its best interest. Request for bids proposals Project: 5-3116 asbestos removal for demolition PROPOSER S CERTIFICATION AND STATEMENT OF NON-COLLUSION I certify that this proposal is made without prior understanding, agreement or connection with any corporation, firm or person submitting a proposal for the same services and is in all respects fair and without collusion or fraud. I understand that collusive bidding is a violation of state and Federal law and can result in fines, prison sentences and civil damages awards. I certify that this proposal has been prepared independently and the price submitted will not be disclosed to another person. I certify that there has been no contact or communication by the proposer or the proposer s associates with any City staff, or elected officials since the date this RFP was issued. The City reserves the right to reject the proposal submitted by any proposer violating this provision. I agree to abide by all conditions of this proposal and certify that I am authorized to sign this proposal. COMPANY ME: Authorized Representative (Signature) Date: Authorized Representative Title: (Print or Type) THIS PAGE MUST BE COMPLETED AND SUBMITTED AS A PART OF YOUR PROPOSAL Page 3

CITY OF PENDLETON Public Contracts Addendum THIS PAGE MUST BE COMPLETED AND SUBMITTED AS A PART OF YOUR PROPOSAL The contract to which this addendum is attached shall be governed by the additional terms and conditions set forth herein: 1. The Contractor shall make payment promptly, as due, to all persons supplying to such Contractor labor or materials for the prosecution of the work provided in the contract. 2. The Contractor shall provide workers' compensation insurance coverage for all individuals, others than those exempt under ORS 656.027, who perform labor under the contract before labor under the contract commences. Contractor shall pay all contributions or amounts due for Workers' Compensation coverage from the Contractor incurred in the performance of the contract. 3. The contractor will not permit any lien or claim to be filed or prosecuted against the City on account of any material or labor furnished to the Contractor. 4. The Contractor will pay to the Oregon Department of Revenue all sums withheld from employees pursuant to Oregon Statutes. 5. If the Contractor fails, neglects, or refuses to make prompt payment of any claim for labor or services furnished to the Contractor or a subcontractor by any person in connection with this contract as such claim shall become due, the proper officer or officers representing the City may pay such claim to the person furnishing the labor or service and charge the amount of the payment against funds due or to become due to the Contractor by reason of this contract. 6. The payment of a claim in this manner authorized by this paragraph shall not relieve the Contractor or the Contractor's surety from obligation with respect to any unpaid claim. 7. No person shall be employed for more than eight hours in any one day, or forty hours in any one week, except in case of necessity, emergency, or where the public policy absolutely requires it, and in such cases the laborer shall be paid at least time and a half for all overtime worked in excess of 40 hours in any one week, except for individuals under this contract who are excluded under ORS 653.010 to 653.261 or under 29 U.S.C. sections 201 to 209 from receiving overtime. 8. The Contractor shall promptly, as due, make payment to any person, copartner ship, association or corporation, furnishing medical, surgical and hospital care or other needed care and attention, incident to sickness or injury, to the employees of such Contractor, of all sums which the Contractor agrees to pay for such services and all moneys and sums which the Contractor collected or deducted from wages of employees pursuant to any law, contract, or agreement for the purpose of providing or pay for such service. 9. Any and all employees of Contractor or his contractors while engaged or performing any work or services required by him under this agreement shall be considered his employees only and not employees of the City and any claims that may arise under the Workers' Compensation Act on behalf of the said employees while so engaged in any and all claims made by third parties as a consequence of any act or omission on the part of him or his employees while so engaged on any of the work or services provided to be rendered herein shall be the sole obligation responsibility of Contractor and/or his contractors. The parties to this agreement recognize that Contractor and his employees, officers, agents and subcontractors are providing professional services as independent contractors and are not providing services as employees of the City and are therefore not entitled to the benefits provided by the City to his employees, including but not limited to Page 4

10. Workers' Compensation benefits, group health insurance, social security, pension plans, or any other benefit accruing to City employees. Contractor hereby agrees to hold the City harmless from, and shall process and defend at his own expense, all claims, demands, or suits of whatever nature, brought against him arising from his performance under this agreement. Contractor shall advise his officers, agents, employees and subcontractors of this provision 11. Liability and Indemnity a. Indemnification. Contractor shall indemnify and defend City from, and reimburse City for, any cost, claim, loss, or liability suffered directly or from a third-party claim arising out of or related to any negligent activity of Contractor on the in the execution of this contract. City shall have no liability to Contractor for any injury, loss, or damage caused by Contractor or third parties. b. Liability Insurance. Before beginning execution of the contract, Contractor shall obtain and thereafter during the term of the contract shall continue to carry the following liability insurance at Contractor s cost: comprehensive general liability insurance in a responsible company with limits of not less than $200,000/500,000 for injury to one person, $500,000 for injury to two or more persons in one occurrence, and $50,000/$500,000 for damage to property. Such insurance shall cover all risks arising directly or indirectly out of Contractor s activities. Such insurance shall protect Contractor against the claims on account of the obligations assumed by Contractor under Section 11;.a, and shall name City as an additional insured. Certificates evidencing such insurance and bearing endorsements requiring 10 days written notice to City before any change or cancellation shall be furnished to City before Contractor begins execution of the Contract. 12. Contractor certifies that: a. Contractor is free from direction and control over the means and manner of providing the labor or services, subject only to the right of City to specify the desired results; b. Contractor is responsible for obtaining all assumed business registrations or professional occupational licenses required by state law or local governmental ordinances; c. Contractor furnishes the tools or equipment necessary for performance of the contracted labor or services; d. Contractor has the authority to hire and fire employees to perform the labor or services; e. Payment for the labor or services is made upon completion of the performance of specific portions of the project or is made on the basis of a periodic retainer; f. Contractor is registered under ORS chapter 701 (Construction Contractors), if Contractor provides labor or services for which such registration is required; g. Federal and state income tax returns in the name of the business or a business Schedule C or farm Schedule F as part of the personal income tax return were filed for the previous year if the contractor performed labor or services as an independent contractor in the previous year; and h. Contractor represents to the public that the contractor is an independently established business. Except where Contractor files a Schedule F as part of the personal income tax return and the contractor performs farm labor or services that are reportable on Schedule C, Contractor is considered to be engaged in an independently established business when four or more of the following circumstances exist: [Initial those that apply] i The labor or services are primarily carried out at a location that is separate from the residence of contractor or are primarily carried out in a specific portion of the residence, which portion is set aside as the location of the business; ii Commercial advertising or business cards as is customary in operating similar businesses are purchased for the business, or the contractor has a trade association membership; Page 5

iii Telephone listing and service are used for the business that is separate from the personal residence listing and service used by contractor; iv Labor or services are performed only pursuant to written contractors; v Labor or services are performed for two or more different persons within a period of one year; or vi Contractor assumes financial responsibility for defective workmanship or for service not provided as evidenced by the ownership of performance bonds, warranties, errors and omission insurance or liability insurance relating to the labor or services provided. 13. The Contractor must obtain a City of Pendleton Business License. 14. If the City does not appropriate funds for the next succeeding fiscal year to continue payments required by this contract, this contract will terminate at the end of the last fiscal year for which funds have been appropriated. The City will notify Contractor of such non-appropriation not later than thirty days before the beginning of the year within which funds are not appropriated. This provision does not permit the City to terminate this contract in order to provide similar services for the purpose for which this contract has been entered into. 15. If any action is instituted in connection with any claim or controversy arising out of this agreement, attorney fees may not be awarded by the court of competent jurisdiction and each party shall bear its own expenses of such action. 16. This agreement and the parties rights under it shall be construed and regulated by the laws of the State of Oregon and venue for any dispute hereunder shall lie in Pendleton, Umatilla County, Oregon. DATED:, 2016 Contractor: By: Taxpayer ID No. Page 6

THIS PAGE MUST BE COMPLETED AND SUBMITTED AS A PART OF YOUR PROPOSAL EXECUTION OF BID PROPOSAL By submitting this proposal, the potential contractor certifies the following: An authorized representative of the firm signs this proposal. It can obtain insurance certificates as required within 10 days after notice of award. The cost and availability of all equipment, materials, and supplies associated with performing the services described herein have been determined and include in the proposed cost. All labor costs, direct and indirect, have been determined and included in the proposal cost. The potential contractor has read and understands the conditions set forth in this RFP and agrees to them with no exceptions. The contractor has in effect $1,000,000.00 in general liability insurance and Workers Compensation on all employees. Therefore, in compliance with this Request for Proposal, and subject to all conditions here, the undersigned offers and agrees, if this proposal is accepted within 60 days from the date of the opening, to furnish the subject services at the cost on the Cost Proposal section of this document. OFFEROR: ADDRESS: CITY STATE ZIP: TELEPHONE NUMBER: CELL FEDERAL EMPLOYER IDENTIFICATION NUMBER: BY: TITLE: DATE: (Signature) (Typed or printed name) THIS PAGE MUST BE SIGNED AND INCLUDED IN YOUR BID PROPOSAL. UNSIGNED PROPOSALS WILL NOT BE CONSIDERED!!! ACCEPTANCE OF PROPOSAL CITY OF PENDLETON BY: TITLE: DATE: Sealed bid proposals, subject to the terms and conditions made a part hereof will be received until 2:00 p.m. May 26 Th 2016 for furnishing the services described herein. A pre-bid conference will not be held. No Site visit required. Questions or requests for a site visit may be directed to Glenn S. Graham Facilities Manager at 541-966-0370 SEND ALL BID PROPOSALS DIRECTLY TO THE ADDRESS SHOWN ABOVE. IMPORTANT NOTE: Indicate firm name and RFP number on the front of each sealed proposal envelope or package, (Asbestos removal services per above RFP 5-3116) fax/e-mail is not acceptable. City shall award bid or reserve the right to reject any or all proposals, to postpone the award of the bid for a period not to exceed thirty (30) days, and to accept the proposal or any portion of the Proposal which is to the best interest of the City of Pendleton, Oregon. The City reserves the right to delete a portion of the project without renegotiating the lump sum bid, if funding is not available. Sincerely, Glenn S. Graham Facilities Manager Page 7 End