Re: Contract T.4784 Addendum No. 3 Westminster Highway Widening Nelson Road to McMillan Way

Size: px
Start display at page:

Download "Re: Contract T.4784 Addendum No. 3 Westminster Highway Widening Nelson Road to McMillan Way"

Transcription

1 March 13, 2013 File: P.11203/Vol 01 Engineering Telephone: Fax: TO THOSE WHO HAVE RECEIVED COPIES OF T.4784 Dear Sir/Madam: Re: Contract T.4784 Addendum No. 3 Westminster Highway Widening Nelson Road to McMillan Way This addendum forms part of the Contract Documents and shall be read, interpreted and coordinated with all other parts. The costs of all work contained herein shall be included in the Contract Price. The following revisions supersede the information contained in the original Contract Document to the extent referenced and shall become part thereof. Tenderers shall acknowledge receipt of this addendum by inserting its number and date where provided for on the Form of Tender. Clarifications: 1. On page B-13 and page D-35, replace Item 3.2d 1200mm diameter sump manhole with 1500mm diameter sump manhole. On Lc-1189 sheet 1 replace note for 1200mm diameter sump manhole with 1500mm diameter sump manhole. 2. On Page B-11 and Page D-26 Delete Item 2.3b Reclaimed Preload sand. 3. On Page B-12, Add Item 2.30 Remove existing lock blocks. The measurement and payment for this work shall read: Item 2.30 Remove existing lock blocks (OPTIONAL ITEM) Payment for this item will be made at unit price tendered per block removed. The unit price tendered shall include but not be limited to the removal and disposal offsite of surplus lock blocks, removal and disposal of associated drains and geogrid and any other materials, equipment and labour required to remove the lock block retaining walls associated with the preload. 4. On Signals Drawings Ec-789 and Ec-790 the existing note reads: The City and/or its agents will supply and install new communication cable(s) detector loops controller cabinet

2 - 2 - After controller cabinet, Add: all controller cabinet parts such as controller, conflict monitor, detector amps, load switches, all LED signal & pedestrian displays, all signal & pedestrian heads c/w visors and all signal backboards. Note: The successful bidder needs to provide the City with two (2) weeks notice prior to pick up of materials from the City Stores Department located at the Works Yard. 5. Item 2.4 Subgrade Preparation (Optional Item) has been separated into two pay items Subgrade preparation preload; and Item 2.4a; and Subgrade preparation native soil, Item 2.4b. The measurement and payment for Item 2.4a and Item 2.4b will be as described in Item 2.4 Subgrade preparation on page D Fire Hydrants Item 4.3 Tie in of new fire hydrants to existing water system to be completed by City Forces. 7. In addition to the materials stated in the Section of the City of Richmond s Supplementary Specifications, Sanitite HP pipe is an approved alternate product. 8. Contaminated Soils An Environmental Soil Investigation report from Thurber Engineering Ltd. dated February 01, 2013 is included for information. 9. Item 2.2b, Organic Stripping Contaminated Soils is a Provisional Item. The description of payment on page D-24 shall be replaced with the following: Payment for this item will be made at Force Account Rates and will be limited to those regions determined to be contaminated by the Contract Administrator and shall include all labour, fees, and trucking for disposal off-site. Measurement will be made using end area methods and based on before and after excavation cross sections at sufficient equal intervals over the length of excavation or a method agreed between the Contractor and Contract Administrator. 10. Concrete Barrier Removal Add the following item: Concrete Barrier Removal Item 2.29 Payment for this item shall be at the unit price tendered per linear metre of barrier removed. The unit price tendered shall include but not be limited to the removal and disposal offsite of existing concrete barriers and all equipment, materials and labour required to complete the works as shown on the Contract Drawings. The relocation of existing concrete barriers shall be considered incidental to this work. Measurement will be made along the centerline of the barrier

3 Storm Sewer Crossing CN Rail tracks The tenderer is advised that the successful bidder will be responsible for meeting the construction requirements of Canadian National Rail (CNR) for the storm sewer rail crossing at Old Westminster Highway. The successful bidder will be responsible to coordinate with the Engineer and the City of Richmond to secure the crossing permit. The permit process has been initiated. Rail Crossing Premium - Item 3.8 (OPTIONAL ITEM) Payment for completing the works under the CN Rail tracks within the CN Right of Way includes the supply and installation of all required materials other than the 1200mm diameter storm sewer pipe. This item includes anticipated costs associated with additional materials, additional insurance, stopping work and standby time when trains are passing, addition equipment and/or labour that may be used to expedite work within the right-of-way and other costs associated with working near an active railway. Payment will be made at the lump sum price tendered and will be paid based on the percentage of work completed. 12. On Page D-23 Item 1.1 Mobilization and Demobilization shall read: Payment for mobilization shall be made at 80% of the Contractor s lump sum tendered amount and the remaining 20% shall be made at the Progress Payment following the date of Substantial Completion..1 The Contractor s Mobilization and Demobilization tendered amount shall include the costs associated with mobilizing manpower, materials and equipment onsite and offsite, and shall also include final clean up of the site..2 The tendered price shall not exceed 3% of the Contractor s total tendered amount. 13. Deltalok Embankment, Item 3.4c. On page D-37, Item 3.4c shall read: Payment for this optional item will be made at the unit price tendered per square meter of embankment constructed and shall include but not be limited to excavation and disposal of suplus excavated material, site isolation, bypass pumping, dewatering, erosion control measures, supply and placement of Deltalok bags, and connectors and any other materials, equipment and labour required to complete the work as shown on the contract drawings, and to the satisfaction of the contract administrator. 14. On Page D-36, 150mm Diameter connection c/w cap Item 3.3g should read: Payment for this item will be made the unit price tendered per linear meter of pipe placed and shall include but not be limited to all materials and labour, excavations, removals and disposals of all materials within the trench; site isolation, dewatering, flow management, installations and connections of existing and proposed mains, related fittings, flushing, video inspection and backfill as required and any other works identified in MMCD Section

4 On Page D-37, 600mm diameter Catch Basin Lead Item 3.3h should read: Payment for this item will be made the unit price tendered per linear meter of pipe placed and shall include but not be limited to all materials and labour, excavations, removals and disposals of all materials within the trench; site isolation, dewatering, flow management, installations and connections of existing and proposed mains, related fittings, flushing, video inspection and backfill as required and any other works identified in MMCD Section Add: Re-lay Existing Mains and Connections 3.1d (OPTIONAL ITEM) Payment for this item will be made at the unit price tendered per linear meter of pipe relayed for each diameter specified in the Schedule of Quantities and Prices. Each unit rate shall include but not be limited to excavation and disposal of surplus excavated material, site isolation and dewatering, flow management, salvage of existing pipe, bedding, relaying salvaged pipe, backfill and compaction to top of subgrade, flushing, video inspection and any other materials, equipment and labour required to complete the works as shown on the Contract drawings at DMH 05, DMH08, DMH 11 and DMH 12. The connection of other existing pipes is covered under other pay items. 17. Street Lighting Materials: The City of Richmond will supply the successful bidder with street light poles and luminaire heads only. The Contractor must provide the City with two (2) weeks notice prior to pick up of materials from the City Stores Department located at the Works Yard. 18. Project Phasing: Preloading is currently in progress from approximately STA to STA and it is expected to remain in place until at least fall/winter The work described in this Contract within the preloaded area will commence upon completion of the preload and upon approval from the Geotechnical Engineer. In the areas without preload, work is expected to commence upon award of the contract. Refer to the Geotechnical report included in the tender documents for recommendations relating to the placement of embankment fill and paving. 19. Salvaged Material: Salvaged material such as metal manhole lids, catch basin lids, street light poles, luminaires, and fire hydrants are to be returned to the City of Richmond Public Works Yard subject to approval from the Contract Administrator. 20. The Form of Tender has been revised. A summary of changes in additions to those noted above is included: a. Removal of HST and PST b. Replace Item 2.5 Granular Sub Base, River Sand with Item 2.5 Granular Sub Base, Crushed Granular Sub Base Course c. Item 3.7a Culvert Relining is an optional item d. Quantities for Items 2.7, 2.18a, 3.2a and 3.2b have been revised e. Delete Item Asphalt prime coat, and Item 2.18b Concrete Sidewalk 200mm thick f. Item 2.16 Top Soil and 2.17 Supply and Install Hydraulic Seeding are optional items g. Section 4 Waterworks has been deleted; work to be completed by City

5 - 5 - Questions: Q1: Tender item 2.9a Asphalt Pavement Lower Course /tonne Does the tender per tonne quantity/ unit rate include the bike path as well as the road base course? A1: The unit rate for Item 2.9a includes the bike path asphalt. The gravel base is included in Item 2.6a Granular Base. Q2: Tender item 3.4c Deltalok Embankment. Can you provide a detail or required area for each headwall? A2: Item 3.4c is an Optional Item. If required, the embankments are to be installed around the headwalls where the ground slope or soil conditions warrant additional support. Deltalok embankments are to be installed as per the manufacturer s specifications. See clarifications above regarding measurement and payment. Q3: Tender item 3.7a 1200 culvert relining. Can you provide a specification to reline the existing culvert and/or related details? A3: Item 3.7a is an optional item. If relining is selected as a method of construction, the Contractor shall be responsible for designing the lining to meet MMCD, City of Richmond Supplementary Specifications, ASTM standards including ASTM D5813 and CN Rail utility crossing requirements. The lining must be designed to withstand the applied loadings from the railway as defined by CN Rail. The design drawings for the culvert lining must be signed and sealed by a professional engineer and submitted to the Contract Administrator for review prior to installation. The Contractor is responsible for all materials, labour and equipment required to supply and install the liner. Calculations of pipe flow before and after liner installation shall be submitted to the Contract Administrator for approval. The liner shall be sized such that there is no loss in capacity of the existing sewer. The Contractor shall field measure the internal circumference of the sewers to determine the exact size of liner that is required so that the liner is tight to the wall of the existing pipe. The length of the liner shall be that deemed necessary by the Contractor to effectively carry out the insertion and sealing of the liner at the inlet and outlet points. The Contractor shall verify the lengths in the field before cutting the liner to length. Q4: Drawing Lc-1189 sheet 1 shows a 10m of 900mm concrete storm, Ecolite headwall and a 1200 manhole which tender item should these be added to? A4: The 900mm diameter storm sewer is covered by Item 3.1c; the Ecolite headwall is covered by item 3.4b; the 1200mm diameter manhole, Item 3.2d, is being replaced by a 1500mm diameter manhole. Q5: Will the preload material be available for immediate removal or are there restrictions due to anticipated settlement periods? A5: There are restrictions. Subject to the Geotechnical Engineer s approval, the preload is expected to be available in early Q6: Can the tender form be made available in Excel please? A6: The tender form is not available in Excel format. Q7: Typical section 2 on drawing Oc , 85mm asphalt pathway will be in 1 lift or 2 lifts? A7: Pathway asphalt (85mm Class 1 Surface Lift) shall be placed in accordance with MMCD Section and City of Richmond Supplementary Specifications which indicate surface course in layers of maximum 60mm each

6 - 6 - Q8: What is the difference between bid item 2.2d & 2.3b? I suppose both are excavating & reusing existing preload material. Where can we reuse excavated preload; as embankment, sub base, or both? A8: Refer to clarifications above. Item 2.3 Reclaimed Preload sand has been deleted. Q9: There is just optional item for subgrade preparation, please clarify which item will pay for subgrade preparation at preload area and which item for native area. A9: Refer to clarifications above. Item 2.4 Subgrade Preparation has been divided into Subgrade preparation preload, Item 2.4a; and Subgrade preparation native soil, Item 2.4b. Q10: What is anticipated project start date and what is anticipated preload removal start date? A10: Refer to clarifications above the anticipated preload removal start date is at least fall/winter 2013; as per Addendum #1, project start date is April 2 nd, Q11: Based on spec item 3.5 & 3.6 disposal of excavated material included in both items, do you confirm? A11: Items 3.5 and 3.6 are to include disposal of excavated material. Q12: SGC 12 says Tenderer s shall indicate the Totals for GST, PST and HST I suppose this must change to Tenderer s shall indicate the Totals for GST, PST and or HST A12: SGC 12 should read Tenderer s shall indicate the Total for GST. Q13: Contract administrator s site office required for this project? A13: A Contract Administrator s site office is not required for this project. Q14: Based on drawing Oc both sides of island should be milled and overlaid but section 1 of drawing Oc does not confirm this and indicates differently. A14: Milling is required on both sides of the island to accommodate the relocated crown, leveling course and overlay as required. Q15: The plan view on drawing Oc indicates widening at North side of Westminster HWY but section 3 on drawing Oc does not confirm this. A15: Section 3 on Oc is a typical section; road works are to be completed as shown on the plan view on OC Q16: Bid item 2.5 says sub base river sand but sections on drawing Oc noted crushed sub base. Which material is correct? A16: Sub base material is to be Crushed Granular Sub Base Course. Q17: Confirm which of the approved Richmond bases are required under all poles A17: Street light poles are to have P1 bases as per the City of Richmond Supplementary Specifications; the traffic signal pole bases are noted on the Contract Drawings. Q18: Provide details for all three signal locations: a. Who is supplying controllers? b. Provide type of controller & base to be used? c. Who is responsible for commissioning & programming? A18: a. The City will supply the controllers. b. Refer to A30a. c. The City will complete the commissioning and programming

7 - 7 - Q19: Where do salvage materials get returned to? A19: Salvaged materials approved by the Contract Administrator are to be returned to the City of Richmond Public Works Yard. Q20: Item 3.1a: Our understanding is that the removal of the existing ACCSP pipe and installation of 1200mm diameter concrete section between the proposed MH#11 and 12 (CN Crossing) will be executed by using trenchless technology (pushing through a casing pipe and then pushing the 1200 concrete pipe through it). The professionals who will be doing this work have two questions: a)will annulus grouting be required in this case? b) Can a steel pipe be installed instead of concrete pipe as an alternate? If the answer is yes, can it run between the two proposed MH's# 11 & 12 to avoid the (concrete x steel) connections? And, specification for the steel pipe? A20: a) Yes, annulus grouting is required and as per the latest version of CN Rail s document A Guide to the Pipe and Wire Process, the carrier pipe shall be held clear of the casing pipe by properly designed supports, insulators or centering devices CSA Standard c. b) As per the City of Richmond s Supplementary Specifications, steel pipe is not permitted. Q21: Legend I in plans says adjust existing hydrants, MH, valve boxes to new grades, which item will pay for this work? A21: The adjustment of existing frames, covers and lids is included in the cost of placing asphaltic concrete paving (Item 2.9) as per MMCD Section The adjustment of existing hydrants to the new grade shall be completed by City Forces. Q22: Legend K & L in plans says remove/relocate existing concrete barriers, which item will pay for these works? A22: Item 2.29 Concrete Barrier Relocations has been added to address this work. Q23: Item 2.2b contaminated organic soil What type of contamination is expected? A23: See attached Environmental Soil Investigation report from Thurber Engineering Ltd. dated February 01, Q24: I'm looking for some clarification on what the required material will be for the long line/lane line pavement markings. In the tender documents it references 100mm thermoplastic. Will thermo be the only material used for this project or will the lane lines be MOT spec paint? A24: Long line/ lane lines are to be MoT paint; continuity lines within intersections only are to be thermoplast. Q25: Addendum #1 states the commencement date of this contract is April 2, Is this correct? If the staging schedule for the preload placement is to be followed, the preload works will not be completed until the fall of Is the widening work to be constructed in stages as well? A25: As per the Clarifications above, Project Phasing is required due to the preload works. The Commencement date of April 2 nd, 2013 is correct. Q26: Regarding the two hydrants to be installed on the existing watermains in the McMillan Way area, please advise the type of pipe on which the wet taps are to performed as wet tap pricing varies with different pipe materials. A26: Hydrant relocations and tie ins to be completed by City Forces

8 - 8 - Q27: What is the height of the Lock Block wall to be installed near the McMillan Way intersection? Payment item in the Schedule of Quantities is per lineal meter height of wall is required to determine number of blocks to be installed. A27: The Lock Block wall near the McMillan Way intersection is to be a maximum of 0.6m above the adjacent ground as per Section 5A on OC Q28: Regarding the manholes to be installed: Drawings show 7 x 1050mm dia. manholes and 10 x 1800mm dia. Schedule of Quantities list 10 x 1050mm dia. & 7 x 1800mm dia. Which will apply? A28: See revised Schedule of Quantities and Prices for Items 3.2a and 3.2b. Q29: There is a new item Pavement Markings sharrow, which is a lump sum, however, there are no sharrows shown on the drawings. Please clarify where the sharrows are to go if they are required. A29: The Sharrow pavement marking is to be installed east of McMillan Way on Westminster Highway. Q30: Have the Power Services been resolved for the intersections yet? A30: No, they have not been confirmed with BC Hydro at this time. Service conduit should be installed per the design drawings (where shown), any final accommodation for the Power Service will have to be negotiated with the Contractor during the Construction Phase. Q31: Section 3 for Storm Installation - are we allowed to use the preloaded river sand as trench backfill? A31: Preload river sand can be used for trench backfill to the top of subgrade provided that the compaction requirements are met and the gradation requirements in the Contract Documents are satisfied; Granular pipe bedding is required in the pipe zone. The road sub base is to be Sub Base Course as per the clarifications above. Q32: At both signals on this tender Loops & Cameras are shown, which are we using? A32: Both loops and cameras will be used and supplied by the City. Q33: at McMillan Way are we supplying standard pedestrian push buttons or is City supplying the Novax APS system? A33: The City will be supplying the Novax APS system. Q34: The drawing set shows "relocate streetlight pole" on the Delcan drawings that do not appear on the LCP drawings, please confirm we are to quote our scope from the LCP sets. A34: The scope of the street light works are shown on the LCP drawings with the following exceptions: at approximately STA the street light on the north side of the road is to be removed; at approximately STA the street light at the south edge of the existing pavement is to be removed; at approximately STA the street light at the south edge of the existing pavement is to be removed; at approximately STA the street light on the south side of the road is to be relocated. Q35: The removal of existing lock blocks is included under which pay item? A35: The removal of the existing lock blocks will be paid under Item 2.30 Remove Existing Lock Blocks. The description of measurement and payment is included in the clarifications above. Q36: Pay Items 3.3a Catch Basin, 3.3d Type II Inspection Chamber, 3.3f Type III Inspection Chamber; will all of these include stubs, caps, etc. as shown in their respective Standard Drawings (ST-5-SD, ST-8- SD, ST-9-SD)? A36: Item 3.3a Catch Basin and Item 3.3d Type II Inspection Chamber are to be constructed as per their respective Standard Drawings (ST-5-SD and ST-8-SD); Item 3.3f Type III Inspection Chamber is to be constructed as per its standard drawing (ST-9-SD) with the following revisions: the capped stub and

9 - 9 - capped service connection leads are not required for this application. The two 100mm Ø perforated pipes are required for this application. Q37: Who is responsible for CN Rail s Flag Person s wages? A37: As per SSP 7 on page D-8 of the Contract Documents, the Contractor is responsible for obtaining all applicable permits from private utility companies or other agencies that are required to complete construction. This includes any costs or wages associated with the permits. Q38: How is the contractor being paid for tie in of 450mm Ø storm sewer at DMH05? A38: Item 3.1d has been added to cover the tie in of existing pipes not covered by other pay items. Q39: What is the difference between these pay items: 2.2d common ex. reuse on site, 2.3b reclaimed preload sand, and 2.5 granular sub base river sand? A39: Item 2.3b has been deleted and Item 2.5 has been amended to be Granular Sub-base, crushed granular sub base course. Q40: Why is subgrade prep optional? Where is contractor supposed to allow or include his cost for prep work after stripping of common excavation? A40: The area of subgrade preparation will be determined in the field by the Geotechnical engineer. Pay Item 2.4 has been revised to address subgrade preparation over native soil and preload areas. Q41: Is the disposal site for the lock blocks the contractor s or at the City? A: The Contractor is to provide a disposal site for the lock blocks unless otherwise directed by the City. Q42: Pay item missing for Type 1A IC at Sta 1+254? A42: The Type 1A IC at STA is to be a Type II Inspection Chamber c/w frame and grate. Q43: Do you want to video the 1200mm storm? A43: Yes, a video inspection of the 1200mm storm sewer is required as per the City of Richmond Supplementary Specifications Section Q44: Who is hot tapping the existing watermain? A44: The City or its Contractor will complete the hot tap of the existing water mains. Q45: What is the casing detail for the rail crossing at the old Westminster Hwy? A45: The details casing pipe at the rail crossing at Old Westminster Highway shall be specified once the crossing design is finalized. Item 3.8 Rail Crossing Premium has been added to cover the work relating to the CN Rail utility crossing. Q46: What is the difference between 5.5 and 5.4? A46: As per Page D-39 Item 5.4 Westminster Highway and Old Westminster Highway traffic signal system includes all works, materials and labour the supply and installation of the traffic signal system at this intersection. Currently, there is no existing traffic signal system at this location. Item 5.5 Interconnect to CN Rail Crossing at Westminster Highway and Old Westminster Highway includes all equipment materials and labour to connect the traffic signal system constructed in Item 5.4 to the CN Rail Crossing Warning System, which is currently being designed. Q47: Usually with large diameter pipe, as both these projects have, we bed to springline with 20mm clear crush and backfill above the springline with sand. This ensures the pipe is properly cradled. Please advise as to your expectations are for this project

10 A47: This is an acceptable method of pipe installation, provided that the clear crush is wrapped with filter cloth. Note that river sand is not permitted within the pipe zone, but can be used as a trench backfill up to the top of subgrade. Sincerely, FOR: Milton Chan, Acting Manager, Engineering Design & Construction

11 City of Richmond B-4 Contract T.4784 Westminster Highway Widening Nelson Road to McMillan Way Manager Purchasing City of Richmond 6911 No. 3 Road Richmond, BC V6Y 2C1 1. WE, THE UNDERSIGNED: FORM OF TENDER 1.1 have received and carefully reviewed all of the Contract Documents, including the specified edition of the "Master Municipal Construction Documents - Instructions to Tenderers and General Conditions, Specifications, Standard Detail Drawings, the City of Richmond s Supplementary Specifications and Detail Drawings, and the following Addenda: (insert number and date of all Addenda received) 1.2 have full knowledge of the Place of the Work, and the Work required; and 1.3 have complied with the Instructions to Tenderers. 2. ACCORDINGLY WE HEREBY OFFER: ; 2.1. to perform and complete all of the Work and to provide all the labour, equipment and material all as set out in the Contract Documents, in strict compliance with the Contract Documents; 2.2. to achieve Substantial Performance of the Work on or before March 31, 2014; and Tenderer s Initial

12 City of Richmond B-5 Contract T.4784 Westminster Highway Widening Nelson Road to McMillan Way 2.3. to do the Work for the price, which is the sum of the products of the actual quantities incorporated into the Work and the appropriate unit prices plus any lump sums or specific prices set out in Appendix 1, the "Schedule of Quantities and Prices", and adjustment amounts as provided by the Contract Documents. For the purposes of Tender comparison, our offer is to complete the Work for the "Tender Price" of 3. WE CONFIRM: ($ ) as set out on Appendix 1 of this Form of Tender. Our Tender Price is based on the estimated quantities listed in the Schedule of Quantities and Prices, and excludes GST that we understand and agree that the quantities as listed in the Schedule of Quantities and Prices are estimated, and that the actual quantities will vary. 4. WE CONFIRM: 4.1. that the following Appendices are attached to and form a part of this Tender: 5. WE AGREE: the Appendices as required by paragraph 5.3 of the Instructions to Tender - Part II; and the Bid Security as required by paragraph 5.2 of the Instructions to Tender - Part II. 5.1 that this Tender will be irrevocable and open for acceptance by the Owner for a period of sixty (60) calendar days from the day following the Tender Closing Date and Time, even if the Tender of another Tenderer is accepted by the Owner. If within this period the Owner delivers a written notice ("Notice of Award") by which the Owner accepts our Tender, we will: within 15 Days of receipt of the written Notice of Award deliver to the Owner: 5.1.1(a) a Performance Bond and a Labour and Materials Payment Bond, each in the amount of 50% of the Contract Price, covering the performance of the Work including the Contractor s obligations during the Maintenance Period, issued by a surety licensed to carry on the business of suretyship in the province of British Columbia, and in a form acceptable to the Owner;a Construction Schedule, as provided by GC 4.6.1; 5.1.1(b) a "clearance letter" indicating that the Tenderer is in WorkSafe BC compliance; and Tenderer s Initial

13 City of Richmond B-6 Contract T.4784 Westminster Highway Widening Nelson Road to McMillan Way 5.1.1(c) a copy of the insurance policies as specified in GC 24 indicating that all such insurance coverage is in place and; 6. WE AGREE: within 2 days of receipt of written "Notice to Proceed", or such longer time as may be otherwise specified in the Notice to Proceed, commence the Work; and sign the Contract Documents as required by GC that, if we receive written Notice of Award of this Contract and, contrary to paragraph 5 of this Form of Tender, we: fail or refuse to deliver the documents as specified by paragraph of this Form of Tender; or fail or refuse to commence the Work as required by the Notice to Proceed, then such failure or refusal will be deemed to be a refusal by us to enter into the Contract and the Owner may, on written notice to us, award the Contract to another party. We further agree that, as full compensation on account of damages suffered by the Owner because of such failure or refusal, the Bid Security shall be forfeited to the Owner, in an amount equal to the lesser of: the face value of the Bid Security; and the amount by which our Tender Price is less than the amount for which the Owner contracts with another party to perform the Work. 7. OUR ADDRESS is as follows: Attention: Phone: Fax: Tenderer s Initial

14 City of Richmond B-7 Contract T.4784 Westminster Highway Widening Nelson Road to McMillan Way This Tender is executed the day of,. Tenderer: (Full legal name of corporation, partnership or individual) SIGNED AND DELIVERED by Corporate Tenderer with Corporate Seal affixed in the presence of its duly authorized signing officers: Name and Position OR SIGNED AND DELIVERED by Unincorporated Tenderer Signature of Sole proprietor or Partner Witness Signature of Partner Witness Signature of Partner Witness Tenderer s Initial

15 City of Richmond B-8 Contract T.4784 Westminster Highway Widening Nelson Road to McMillan Way FORM OF TENDER Appendix 1 SCHEDULE OF QUANTITIES AND PRICES (See paragraph of the Instructions to Tenderers - Part II) (All prices and Quotations including the Contract Price shall include all Taxes, but shall not include GST.) TENDER SUMMARY 1. GENERAL The undersigned Tenderer, hereinafter referred to as the Tenderer, hereby agrees that the Schedule of Quantities and Prices, hereinafter referred to as the Schedule, and the Tender Summary which forms part of the Schedule, were completed, signed, sealed and submitted to the Owner by the Tenderer as part of his Tender and further, that he has satisfied himself with and agrees to the contents of the Schedule and Tender Summary as submitted to the Owner. 2. TENDER SUMMARY GST The Total Tender price shall NOT include for GST. Tenderer s shall indicate the Totals for GST in the spaces provided. 3. TENDER SUMMARY The Tendered Amounts carried over from Items in the Schedule are summarized as follows: Tenderer s Initial

16 City of Richmond B-9 Contract T.4784 Westminster Highway Widening Nelson Road to McMillan Way SUMMARY OF SCHEDULE OF QUANTITIES AND PRICES ITEM NO. DESCRIPTION TENDERED AMOUNT 1 General 2 Roadworks 3 Storm Sewer 4 Water Works NOT USED 5 Electrical TENDER PRICE (GST excluded) (Carried to Form of Tender) 5% GST Tenderer s Initial

17 City of Richmond B-10 Contract T.4784 Westminster Highway Widening Nelson Road to McMillan Way 3. SCHEDULE OF QUANTITIES AND PRICES The items below represent the contract price for the works described in this document and on the drawings. Refer to the MMCD or the supplementary specifications for details on the measurement of and payment for the various items T Westminster Highway Widening Nelson Road to McMillan Way SCHEDULE OF QUANTITIES AND PRICES Item No. Description Unit Quantity Unit Price Amount 1 General 1.1 Mobilization and Demobilization L. S. 1 $ $ 1.2 Survey Layout and As Constructed Drawings L. S. 1 $ $ 1.3 Bonding and Insurance L. S. 1 $ $ 1.4 Traffic Control Plan, Personnel and Equipment L. S. 1 $ $ 1.5 Erosion and Sediment Control L. S. 1 $ $ TOTAL FOR SECTION 1 GENERAL (Carry Forward to Summary of Schedule of Quantities and Prices) $ Tenderer s Initial

18 City of Richmond B-11 Contract T.4784 Westminster Highway Widening Nelson Road to McMillan Way T Westminster Highway Widening Nelson Road to McMillan Way SCHEDULE OF QUANTITIES AND PRICES Item No. Description Unit Quantity Unit Price Amount 2 Road Works 2.1 Clearing and Grubbing L. S. 1 $ $ 2.2 Excavation a) Organic Stripping (OPTIONAL ITEM) cu.m 200 $ $ Organic Stripping Contaminated Soils b) (PROVISIONAL SUM) L.S. 1 $ 115,000 $ $115,000 c) Common Excavation Dispose off site cu.m 21,200 $ $ d) Common Excavation Re use on site cu.m 3,050 $ $ e) Over Excavation (OPTIONAL) cu.m 100 $ $ 2.3 Subgrade fill a) Imported Subgrade Fill (OPTIONAL ITEM) tonne 600 $ $ 2.4 Subgrade preparation $ $ Subgrade preparation preload a) (OPTIONAL ITEM) L. S. 1 $ $ b) Subgrade preparation native soil (OPTIONAL ITEM) L. S. 1 $ $ 2.5 Granular Sub Base, Crushed Granular Sub Base Course cu.m 5,025 $ $ 2.6 Base a) Granular Base, 19mm cu.m 3,400 $ $ b) Granular Base 1.0m infill strip (OPTIONAL) cu.m 120 $ $ 2.7 Tack coat sq.m 51,700 $ $ 2.9 Asphalt Asphalt Pavement, Lower Course MMCD a) #1 tonne 2,475 $ $ b) Asphalt Pavement, Upper Course MMCD #1 tonne 4,875 $ $ c) Asphalt Pavement, Leveling Course (OPTIONAL ITEM) tonne 300 $ $ 2.10 Concrete Barriers a) Precast concrete barriers c/w weep holes to SP standard 2.5m sections (OPTIONAL ITEM) lin.m 1,300 $ $ b) Precast concrete barriers transition and bullnose sections (OPTIONAL ITEM) each 8 $ $ 2.11 Saw cut pavement 0 to 200mm depth (OPTIONAL ITEM) lin.m 1,360 $ $ T Westminster Highway Widening Nelson Road to McMillan Way SCHEDULE OF QUANTITIES AND PRICES Tenderer s Initial

19 City of Richmond B-12 Contract T.4784 Westminster Highway Widening Nelson Road to McMillan Way Item No. Description Unit Quantity Unit Price Amount Mill existing asphalt pavement, surface 2.12 milling sq.m 18,200 $ $ 2.13 Rumble strips (OPTIONAL ITEM) lin.m 3,900 $ $ 2.14 Utility Pole infill (OPTIONAL ITEM) each 1 $ $ 2.15 Pavement Markings Pavement Markings linear a) thermoplastic lines L. S. 1 $ $ b) Pavement Markings recessed reflective markers L. S. 1 $ $ c) Pavement Markings directional arrows each 19 $ $ d) Pavement Markings sharrow L. S. 1 $ $ 2.16 Top Soil (OPTIONAL ITEM) sq.m 500 $ $ 2.17 Supply and install hydraulic seeding (OPTIONAL ITEM) sq.m 7,500 $ $ 2.18 Concrete Sidewalk a) Concrete sidewalk 100mm thick sq.m 170 $ $ 2.19 Concrete Curb a) MMCD C 5 Barrier Curb lin.m 135 $ $ b) MMCD C 6 Median Curb lin.m 450 $ $ c) Relocate concrete curb, C 5 Barrier Curb lin.m 90 $ $ 2.20 Concrete median Slab sq.m 350 $ $ 2.21 Driveway Restoration sq.m Signage L. S CN Rail Crossing Road Works L. S. 1 $ $ 2.24 Fence lin.m 620 $ $ 2.25 Lock block wall lin.m 65 $ $ 2.26 Hand Rail (OPTIONAL ITEM) lin.m 74 $ $ 2.27 Remove Existing Raised Median L. S. 1 $ $ 2.28 Bollards each 4 $ $ 2.29 Concrete Barrier Removal lin.m 100 $ $ 2.30 Remove existing lock blocks (OPTIONAL ITEM) each 1,000 $ $ TOTAL FOR SECTION 2 ROAD WORKS (Carry Forward to Summary of Schedule of Quantities and Prices) $ Tenderer s Initial

20 City of Richmond B-13 Contract T.4784 Westminster Highway Widening Nelson Road to McMillan Way T Westminster Highway Widening Nelson Road to McMillan Way SCHEDULE OF QUANTITIES AND PRICES Item No. Description Unit Quantity Unit Price Amount 3 Storm Sewer 3.1 Mainline storm sewer a) Supply and install 1200mm diameter concrete pipe lin.m 1,140 $ $ b) Supply and install 525mm diameter concrete pipe lin.m 70 $ $ c) Supply and install 900mm diameter concrete pipe lin.m 10 $ $ d) Re Lay Existing Mains and Connections (OPTIONAL ITEM) i) 450mm Ø lin.m 5 $ $ ii) 600mm Ø lin.m 5 $ $ iii) 1200mm Ø lin.m 5 $ $ 3.2 Manholes a) 1050mm diameter tee riser manholes for 1200mm diameter concrete pipe each 7 $ $ b) 1800mm diameter sump manholes, minimum 600mm sump each 10 $ $ c) Connect to ex MH at McMillan Way L. S. 1 $ $ d) 1500mm diameter sump manhole each 1 $ $ 3.3 Catch Basins a) Catch Basin each 5 $ $ b) 150mm diameter catch basin leads lin.m 175 $ $ c) 300mm diameter catch basin leads lin.m 10 $ $ d) Type II Inspection Chamber c/w frame and grate each 26 $ $ e) 150mm diameter inspection chamber lead lin.m 200 $ $ f) Type III Inspection Chamber c/w frame and grate each 10 $ $ g) 150mm diameter connection c/w cap lin.m 65 $ $ h) 600mm diameter Catch Basin lead lin.m 5 $ $ 3.4 Headwalls a) Pro Ecolite Headwall c/w grill inlet each 1 $ $ b) Pro Ecolite Headwall outlet each 5 $ $ c) DeltaLok Embankment (OPTIONAL ITEM) sq.m 50 $ $ 3.5 Drainage swale lin.m 785 $ $ 3.6 Ditch cleaning lin.m 160 $ $ Tenderer s Initial

21 City of Richmond B-14 Contract T.4784 Westminster Highway Widening Nelson Road to McMillan Way T Westminster Highway Widening Nelson Road to McMillan Way SCHEDULE OF QUANTITIES AND PRICES Item No. Description Unit Quantity Unit Price Amount 3.7 Pipe culverts a) 1200mm diameter culvert relining, CN Rail ROW (OPTIONAL ITEM) lin.m 25 $ $ 3.8 Rail Crossing Premium (OPTIONAL ITEM) L. S. 1 $ $ TOTAL FOR SECTION 3 STORM SEWER (Carry Forward to Summary of Schedule of Quantities and Prices) $ Tenderer s Initial

22 City of Richmond B-15 Contract T.4784 Westminster Highway Widening Nelson Road to McMillan Way T Westminster Highway Widening Nelson Road to McMillan Way SCHEDULE OF QUANTITIES AND PRICES Item No. Description Unit Quantity Unit Price 5 Electrical 5.1 Westminster Highway Street Lighting System L. S. 1 $ $ 5.2 Relocate Existing Street Lights L. S. 1 $ $ 5.3 Westminster Highway and McMillan Way Traffic Signal System L. S. 1 $ $ 5.4 Westminster Highway and Old Westminster Highway Traffic Signal System L. S. 1 $ $ 5.5 Interconnect CN Rail Crossing at Westminster Highway and Old Westminster Highway L. S. 1 $ $ TOTAL FOR SECTION 5 ELECTRICAL (Carry Forward to Summary of Schedule of Quantities and Prices) $ Amount Tenderer s Initial

23 February 1, 2013 File: A Delcan Corporation # Kingsway Burnaby, BC V5H 4M2 Attention: Mr. Colin Kristiansen Dear Mr. Kristiansen: WESTMINSTER HIGHWAY WIDENING, RICHMOND, BC ENVIRONMENTAL SOIL INVESTGATION Thurber Engineering Ltd. (TEL) was retained by Delcan Corporation (the Client ) to conduct an Environmental Investigation in conjunction with a geotechnical assessment on the proposed Westminster Highway expansion project in Richmond, BC. The expansion work is planned for the south side of Westminster Highway from McMillan Way to Nelson Road, and an approximately 250 m section on the west side of Nelson Road south of Westminster Highway (hereafter referred to as the Site ). The purpose of this investigation is to assess surficial roadside soils at the Site for potential contamination prior to organics stripping in preparation for highway widening and preload work. This report was prepared for the exclusive use of Delcan and the City of Richmond (CoR). Any use which a third party makes of this report, or any reliance on decisions based on it are the responsibility of such third parties. TEL accepts no responsibility for damage incurred by third parties as a result of decisions made or actions taken based on this report. Use of this report is subject to the attached Statement of Limitations and Conditions which are an integral part of this report. Thurber s scope of work comprised the following: Hand test pits at 32 locations across the Site. Collection of an environmental soil sample from each location. Laboratory testing of samples for Potential Contaminants of Concern (PCOCs). 1. REGULATORY FRAMEWORK Investigation and management of contaminated sites in British Columbia is governed by the BC Environmental Management Act (EMA) and the BC Contaminated Sites Regulation (CSR). Procedures and legal requirements for identifying, handling, treatment and disposal of hazardous wastes are described in the BC Hazardous Waste Regulation (HWR). The hazardous waste standards specified in the HWR apply to soil, surface water and groundwater at the Site. 900, 1281 West Georgia Street, Vancouver, BC V6E 3J7 T: F: thurber.ca

24 For a given substance in soil, the CSR provides either generic or matrix numerical standards. Generic standards are listed in Schedules 4 and 10 of the Regulation and are selected based only on the intended land use for the site. Matrix standards take into account site specific factors in addition to land use and the standard for a substance is determined by the lowest applicable concentration listed in Schedule 5 of the Regulation. The site specific standards account for human exposure by intake of contaminated soil and groundwater used for drinking water. Other factors include whether there is exposure to other environmental receptors such as soil invertebrates, livestock and aquatic life, and whether the water at the contaminated site will be used for irrigation. In terms of the site specific matrix standards within Schedule 5, the strictest of the following standards apply: Intake of contaminated soil. Toxicity to soil invertebrates. Groundwater flow to surface water used by aquatic life. Groundwater for potable water exposure pathway The commercial land use (CL) standards have been applied at the Site. In addition, the samples have been compared to the Soil Relocation (SR) standards in Schedule 7, as some of the material is to be transported outside Site boundaries. 2. FIELD METHODOLOGY The soil sampling was conducted on January 15, Sampling locations were approximately 50 m apart beginning at 25 m west of McMillan Way and ending at approximately 225 m south of Westminster Highway on Nelson Road. Sample locations were between 1 and 3 m from the edge of pavement, at the top edge of the roadside ditch. Hand test pits were advanced to a maximum depth of 0.45 m using a shovel. The soil samples were collected from beneath the topsoil layer, which varied between 3 and 45 cm in thickness. Where the topsoil was deeper than the maximum study depth of 0.45 m, the sample was collected from between 0.3 and 0.45 m below ground surface. Upon completion, the sampling locations were backfilled with the excavated soil and marked with a labelled stake. Soil samples were recovered by hand. Two jars were collected from each sample location. The samples were collected utilizing standardized sampling procedures, consistent with the BC Ministry of Environment s (MoE s) Contaminated Sites Regulations (CSR) Technical Guidance Document #1 Site Characterization and Confirmation Testing ANALYTICAL RESULTS A total of 32 soil samples and two duplicates were collected and analyzed for one or more of the PCOCs. Selected soil samples were submitted to AGAT Laboratories of Burnaby, BC (AGAT) 1 Province of British Columbia. Ministry of Environment (1997). Technical Guidance: Site Characterization and Confirmation Testing [Guidance Document #1]. Victoria: MoE. Client: Delcan Corporation February 1, 2013 File No.: A E-File: a_jmg_rpt_enviro memo_ a rev1 Page 2 of 7

25 for analysis of Light/Heavy Extractable Petroleum Hydrocarbons (LEPH/HEPH), and Polycyclic Aromatic Hydrocarbons (PAH), and all samples and duplicates were submitted for analyses of BC CSR Metals and soluble sodium and chloride. The analytical results are included in Tables 1 and 2 at the end of this report. Due to differing construction schedules, the results for the investigation will be discussed in two sections corresponding to the construction phases. Phase I consists of the area starting approximately 370 m east of Nelson Road and ending at McMillan Way; sample locations for Phase I are depicted on the Delcan drawings labelled Oc Phase II consists of the remaining section of Westminster Highway between Phase I and Nelson Road, as well as an approximately 250 m section of Nelson Road extending south from Westminster Highway; sample locations for Phase II are depicted on the Delcan drawing labelled Oc Phase I Sample Results A total of 20 sample locations were included in Phase I. All samples analyzed for LEPH/HEPH and PAH contained concentrations below the applicable standards. The following sample exceedances were noted: 10 samples had zinc concentrations above the SR standard 1 sample had a copper concentration above the SR standard 3 samples had chloride concentrations above the SR standard No samples had any PCOC concentrations above the CL standards. 3.2 Phase II Sample Results A total of 12 sample locations were included in Phase II; 7 samples were located along Westminster Highway and 5 samples were located along Nelson Road. All samples analyzed for LEPH/HEPH and PAH contained concentrations below the applicable standards. The following sample exceedances were noted: 7 samples had zinc concentrations above the SR standard 5 samples had sodium concentrations above the SR standard 1 sample had a chloride concentration above the SR standard 4 samples had copper concentrations above the SR standard 7 samples had chloride concentrations above the CL standard 3 samples had zinc concentrations above the CL standard All sample locations along Nelson Road had CL exceedances of either chloride or zinc. Two locations along Westminster Highway had CL exceedances of chloride. Analytical certificates are attached. Client: Delcan Corporation February 1, 2013 File No.: A E-File: a_jmg_rpt_enviro memo_ a rev1 Page 3 of 7

26 4. QUALITY ASSURANCE AND QUALITY CONTROL (QA/QC) 4.1 Field QA/QC Activities The following points summarize the Quality Assurance and Quality Control (QA/QC) measures employed for the investigation field work: All field personnel were properly trained to conduct the investigation work. All instrumentation was cleaned and calibrated on a regular basis by trained TEL equipment technicians. Instrumentation is periodically calibrated in the field if conditions dictate. All instrumentation was operated according to the manufacturer s instructions. Nitrile gloves were worn by field personnel and changed between sample intervals and locations to minimize potential for cross-contamination of samples. Soil samples were placed in clean, laboratory-provided 125 ml glass jars with Teflon -lined lids containers and placed in a cooler with ice packs prior to being submitted to a Canadian Association for Laboratory Accreditation (CALA) accredited analytical laboratory. Chain of custody forms were completed and accompanied all submitted samples to the laboratory. Approximately 1 blind field duplicate sample was obtained for a minimum of every 10 samples collected during the field investigation. 4.2 Internal QA/QC Select samples were submitted to AGAT for quantitative analysis, these results were used to calculate the relative percent difference (RPD) between the sample and the blind duplicate using the following formula: RPD = 2 ABS [(X-Y)/(X+Y)] Where: ABS = Absolute value X = Concentration of original sample Y = Concentration of blind duplicate sample Where the concentration of a given parameter was less than 5 times the analytical method detection limit (MDL), the results are less precise and a RPD was not calculated but the difference factor (DF) was calculated, which is the absolute difference between the two sample concentrations. Any RPD value greater than 30% is deemed unacceptable by QA/QC standards. High RPD values require further investigation into the cause for these discrepancies. Inquiries are made to the analytical laboratory and field staff regarding batch quality control, reporting errors, sampling methods and inherent field errors in order to explain why the discrepancy occurred. Samples SS13-05 and SS13-29 and their duplicates labeled SS13-A and SS13-C, respectively, were analyzed for QA/QC. Several calculated RPD values were greater than 30% for these Client: Delcan Corporation February 1, 2013 File No.: A E-File: a_jmg_rpt_enviro memo_ a rev1 Page 4 of 7

27 duplicates; however, both duplicates had an average RPD that is below 30%. In addition, the RPDs for analyses of zinc and copper, concentrations of which exceeded the applicable standards in several samples, were below 30% for both duplicates. RPDs for soluble sodium and chloride were below 30% in one duplicate, but above 30% in the other. However, concentrations of soluble sodium and chloride in the duplicate with an RPD of greater than 30% were still below applicable standards. Given that no concerns were raised by the laboratory regarding this sample s integrity, TEL believes the difference to have been caused by heterogeneity in the sample. 4.3 Laboratory QA/QC AGAT is a CALA accredited laboratory. As such, proper laboratory QA/QC methods are required as follows: The chemical laboratory used must have achieved proficiency certification by CALA for the analyses performed. In addition to the field samples and blind field duplicates, each batch should include at least one laboratory duplicate sample, one analytical blank, and one reference sample (a certified reference standard, spike or control standard). Reported concentrations should not exceed the instrument calibration range. Analytical blanks should be below the detection limits used for the specific analysis. Laboratory duplicates should fall within the Data Quality Objectives set by the laboratory. Analytical results for all reference materials or spiked standards should be within the target specified by the laboratory. In addition, AGAT includes at least one analytical blank and one laboratory duplicate sample, as required by their data quality objectives. Reports from the lab are internally reviewed by TEL and if any laboratory QA/QC problems are encountered, the field samples and internal QA/QC samples are re-analyzed. No QA/QC issues were identified. Given this, we have confidence that the analytical data is valid. Laboratory QA/QC results are presented in the laboratory certificate in Appendix C. 5. FINDINGS AND RECOMMENDATIONS 5.1 Phase I All soil samples obtained from the Phase I work area had concentrations below the CL standards, therefore the soil within this area is not considered contaminated as defined by the CSR. Approximately half of the sample locations had exceedances of the SR standards, which affects how the soil may be moved off-site. Client: Delcan Corporation February 1, 2013 File No.: A E-File: a_jmg_rpt_enviro memo_ a rev1 Page 5 of 7

28 The work area is within a City of Richmond right-of-way; therefore as long as the soil remains within this right-of-way it will not require a Soil Relocation Agreement (SRA). If Delcan/CoR plans to move the soil outside the right-of-way to a location that is not a licensed treatment facility, an SRA will be required. The soil may be disposed of at a licensed treatment facility without an SRA. 5.2 Phase II Multiple CL exceedances were observed within the Phase II work area, consisting of zinc and chloride contamination. It is TEL s opinion that these exceedances are consistent with general road activities such as salting, vehicle exhaust emissions, and/or vehicle accidents. Given that all samples along Nelson Road had CL exceedances, TEL recommends that any soil excavated/stripped within this area be disposed of at a licensed treatment facility. This would be considered remediation under the CSR and Delcan/CoR would be obligated to complete a Notification of Independent Remediation and submit it to MoE. Typically, this would also involve confirmatory sampling to confirm that the remediation was completed satisfactorily. However, given that the road will continue to be used following construction and that additional deposits of these materials are likely to occur, full completion of remediation would seem illogical at this time. TEL recommends that the CoR be consulted as to whether they would require the remediation process to MoE standard. Consideration could also be given to approaching MoE for an exemption from having to consider these deposits as contamination. A similar approach was used by the Ministry of Transportation during the Port Mann Highway 1 upgrade project to deal with roadside contamination along the highway corridor. However, this did not exempt the requirement for proper disposal if any impacted materials were moved outside the highway right-of-way. If this option is of interest to Delcan/CoR, TEL will endeavour to obtain a copy of the memorandum from the relevant parties. Two of the seven locations along Westminster Highway had CL exceedances. If Delcan/CoR intends to re-use any stripping within this area along the right-of-way, additional sampling will be necessary to confirm the extent of contamination. Alternatively, the stripping from this section of Westminster Highway could be disposed of at a licensed treatment facility without an SRA. Client: Delcan Corporation February 1, 2013 File No.: A E-File: a_jmg_rpt_enviro memo_ a rev1 Page 6 of 7

29

30 STATEMENT OF LIMITATIONS AND CONDITIONS 1. STANDARD OF CARE This study and Report have been prepared in accordance with generally accepted engineering or environmental consulting practices in this area. No other warranty, expressed or implied, is made. 2. COMPLETE REPORT All documents, records, data and files, whether electronic or otherwise, generated as part of this assignment are a part of the Report which is of a summary nature and is not intended to stand alone without reference to the instructions given to us by the Client, communications between us and the Client, and to any other reports, writings, proposals or documents prepared by us for the Client relative to the specific site described herein, all of which constitute the Report. IN ORDER TO PROPERLY UNDERSTAND THE SUGGESTIONS, RECOMMENDATIONS AND OPINIONS EXPRESSED HEREIN, REFERENCE MUST BE MADE TO THE WHOLE OF THE REPORT. WE CANNOT BE RESPONSIBLE FOR USE BY ANY PARTY OF PORTIONS OF THE REPORT WITHOUT REFERENCE TO THE WHOLE REPORT. 3. BASIS OF REPORT The Report has been prepared for the specific site, development, design objectives and purposes that were described to us by the Client. The applicability and reliability of any of the findings, recommendations, suggestions, or opinions expressed in the document, subject to the limitations provided herein, are only valid to the extent that this Report expressly addresses proposed development, design objectives and purposes, and then only to the extent there has been no material alteration to or variation from any of the said descriptions provided to us unless we are specifically requested by the Client to review and revise the Report in light of such alteration or variation or to consider such representations, information and instructions. 4. USE OF THE REPORT The information and opinions expressed in the Report, or any document forming part of the Report, are for the sole benefit of the Client. NO OTHER PARTY MAY USE OR RELY UPON THE REPORT OR ANY PORTION THEREOF WITHOUT OUR WRITTEN CONSENT AND SUCH USE SHALL BE ON SUCH TERMS AND CONDITIONS AS WE MAY EXPRESSLY APPROVE. The contents of the Report remain our copyright property. The Client may not give, lend or, sell the Report, or otherwise make the Report, or any portion thereof, available to any person without our prior written permission. Any use which a third party makes of the Report, are the sole responsibility of such third parties. Unless expressly permitted by us, no person other than the Client is entitled to rely on this Report. We accept no responsibility whatsoever for damages suffered by any third party resulting from use of the Report without our express written permission. 5. INTERPRETATION OF THE REPORT a) b) Nature and Exactness of Soil and Contaminant Description: Classification and identification of soils, rocks, geological units, contaminant materials and quantities have been based on investigations performed in accordance with the standards set out in Paragraph 1. Classification and identification of these factors are judgmental in nature. Comprehensive sampling and testing programs implemented with the appropriate equipment by experienced personnel, may fail to locate some conditions. All investigations utilizing the standards of Paragraph 1 will involve an inherent risk that some conditions will not be detected and all documents or records summarizing such investigations will be based on assumptions of what exists between the actual points sampled. Actual conditions may vary significantly between the points investigated and the Client and all other persons making use of such documents or records with our express written consent should be aware of this risk and this report is delivered on the express condition that such risk is accepted by the Client and such other persons. Some conditions are subject to change over time and those making use of the Report should be aware of this possibility and understand that the Report only presents the conditions at the sampled points at the time of sampling. Where special concerns exist, or the Client has special considerations or requirements, the Client should disclose them so that additional or special investigations may be undertaken which would not otherwise be within the scope of investigations made for the purposes of the Report. Reliance on Provided Information: The evaluation and conclusions contained in the Report have been prepared on the basis of conditions in evidence at the time of site inspections and on the basis of information provided to us. We have relied in good faith upon representations, information and instructions provided by the Client and others concerning the site. Accordingly, we cannot accept responsibility for any deficiency, misstatement or inaccuracy contained in the Report as a result of misstatements, omissions, misrepresentations, or fraudulent acts of the Client or other persons providing information relied on by us. We are entitled to rely on such representations, information and instructions and are not required to carry out investigations to determine the truth or accuracy of such representations, information and instructions. (see over.... )

31 INTERPRETATION OF THE REPORT (continued.... ) c) d) Design Services: The Report may form part of the design and construction documents for information purposes even though it may have been issued prior to the final design being completed. We should be retained to review the final design, project plans and documents prior to construction to confirm that they are consistent with the intent of the Report. Any differences that may exist between the report recommendations and the final design detailed in the contract documents should be reported to us immediately so that we can address potential conflicts. Construction Services: During construction we must be retained to provide field reviews. Field reviews consist of performing sufficient and timely observations of encountered conditions to confirm and document that the site conditions do not materially differ from those interpreted conditions considered in the preparation of the report. Adequate field reviews are necessary for Thurber to provide letters of assurance, in accordance with the requirements of many regulatory authorities. 6. RISK LIMITATION Geotechnical engineering and environmental consulting projects often have the potential to encounter pollutants or hazardous substances and the potential to cause an accidental release of those substances. In consideration of the provision of the services by us, which are for the Client's benefit, the Client agrees to hold harmless and to indemnify and defend us and our directors, officers, servants, agents, employees, workmen and contractors (hereinafter referred to as the "Company") from and against any and all claims, losses, damages, demands, disputes, liability and legal investigative costs of defence, whether for personal injury including death, or any other loss whatsoever, regardless of any action or omission on the part of the Company, that result from an accidental release of pollutants or hazardous substances occurring as a result of carrying out this Project. This indemnification shall extend to all Claims brought or threatened against the Company under any federal or provincial statute as a result of conducting work on this Project. In addition to the above indemnification, the Client further agrees not to bring any claims against the Company in connection with any of the aforementioned causes. 7. SERVICES OF SUBCONSULTANTS AND CONTRACTORS The conduct of engineering and environmental studies frequently requires hiring the services of individuals and companies with special expertise and/or services which we do not provide. We may arrange the hiring of these services as a convenience to our Clients. As these services are for the Client s benefit, the Client agrees to hold the Company harmless and to indemnify and defend us from and against all claims arising through such hirings to the extent that the Client would incur had he hired those services directly. This includes responsibility for payment for services rendered and pursuit of damages for errors, omissions or negligence by those parties in carrying out their work. In particular, these conditions apply to the use of drilling, excavation and laboratory testing services. 8. CONTROL OF WORK AND JOBSITE SAFETY We are responsible only for the activities of our employees on the jobsite. The presence of our personnel on the site shall not be construed in any way to relieve the Client or any contractors on site from their responsibilities for site safety. The Client acknowledges that he, his representatives, contractors or others retain control of the site and that we never occupy a position of control of the site. The Client undertakes to inform us of all hazardous conditions, or other relevant conditions of which the Client is aware. The Client also recognizes that our activities may uncover previously unknown hazardous conditions or materials and that such a discovery may result in the necessity to undertake emergency procedures to protect our employees as well as the public at large and the environment in general. These procedures may well involve additional costs outside of any budgets previously agreed to. The Client agrees to pay us for any expenses incurred as the result of such discoveries and to compensate us through payment of additional fees and expenses for time spent by us to deal with the consequences of such discoveries. The Client also acknowledges that in some cases the discovery of hazardous conditions and materials will require that certain regulatory bodies be informed and the Client agrees that notification to such bodies by us will not be a cause of action or dispute. 9. INDEPENDENT JUDGEMENTS OF CLIENT The information, interpretations and conclusions in the Report are based on our interpretation of conditions revealed through limited investigation conducted within a defined scope of services. We cannot accept responsibility for independent conclusions, interpretations, interpolations and/or decisions of the Client, or others who may come into possession of the Report, or any part thereof, which may be based on information contained in the Report. This restriction of liability includes but is not limited to decisions made to develop, purchase or sell land. SGC

32

33

34

35

36

37

38 Table 1: EPH, LEPH, HEPH, VPH, VH and PAH in Soil Job Number: A Site Address: Westminster Highway Expansion, Richmond, BC Client: Delcan Corporation Sample ID SS13-02 SS13-04 SS13-06 SS13-08 SS13-10 SS13-12 Certificate of Analysis 13V V V V V V Sample Date 15-Jan Jan Jan Jan Jan Jan-13 Parameters Soil Relocation Commercial (CL) EPH (C10-C19) ns <20 <20 <20 <20 <20 EPH (C19-C32) ns LEPH (C10-C19 less PAH) <20 <20 <20 <20 <20 HEPH (C19-C32 less PAH) Methylnaphthalene ns ns < Methylnaphthalene ns ns <0.01 Acenaphthene ns ns <0.01 <0.01 <0.01 Acenaphthylene ns ns <0.01 Anthracene ns ns <0.02 Benz(a)anthracene <0.02 Benzo(a)pyrene <0.05 Benzo(b)fluoranthene Benzo(g,h,i)perylene ns ns <0.05 Benzo(k)fluoranthene <0.02 Chrysene ns ns <0.05 Dibenz(a,h)anthracene <0.02 <0.02 <0.02 <0.02 <0.02 Fluoranthene ns ns <0.05 Fluorene ns ns <0.02 <0.02 <0.02 <0.02 <0.02 <0.02 Indeno(1,2,3-c,d)pyrene <0.02 Naphthalene <0.01 Phenanthrene <0.02 Pyrene Notes: Values in ug/g unless otherwise stated - = not analyzed XXX.XX = Exceeds Applicable Commercial Soil Standard XXX.XX = Exceeds Soil Relocation Standard * Standards provided in Schedules 4, 5 and 10 of the BC Contaminated Sites Regulation. Schedule 5 Site specific factors include intake of contaminated soil, toxicity to soil invertebrates and plants, groundwater used for drinking water and groundwater flow to surface water used by aquatic life (freshwater). EPH = Light Extractable Petroleum Hydrocarbons, uncorrected for PAH EPH = Heavy Extractable Petroleum Hydrocarbons, uncorrected for PAH LEPH = Light Extractable Petroleum Hydrocarbons, corrected for PAH HEPH = Heavy Extractable Petroleum Hydrocarbons, corrected for PAH PAH = Polycyclic Aromatic Hydrocarbons a_jmg_tables_ a Thurber Engineering Ltd. Page 1 of 3

39 Table 1: EPH, LEPH, HEPH, VPH, VH and PAH in Soil Job Number: A Site Address: Westminster Highway Expansion, Richmond, B Client: Delcan Corporation Sample ID Certificate of Analysis Sample Date Parameters Soil Relocation Commercial (CL) EPH (C10-C19) ns 2000 EPH (C19-C32) ns 5000 LEPH (C10-C19 less PAH) HEPH (C19-C32 less PAH) Methylnaphthalene ns ns 2-Methylnaphthalene ns ns Acenaphthene ns ns Acenaphthylene ns ns Anthracene ns ns Benz(a)anthracene 1 10 Benzo(a)pyrene 1 10 Benzo(b)fluoranthene 1 10 Benzo(g,h,i)perylene ns ns Benzo(k)fluoranthene 1 10 Chrysene ns ns Dibenz(a,h)anthracene 1 10 Fluoranthene ns ns Fluorene ns ns Indeno(1,2,3-c,d)pyrene 1 10 Naphthalene 5 50 Phenanthrene 5 50 Pyrene SS13-14 SS13-16 SS13-18 SS13-20 SS13-22 SS V V V V V V Jan Jan Jan Jan Jan Jan-13 <20 <20 <20 <20 < <20 <20 <20 <20 < <0.01 <0.01 < <0.01 < < <0.01 <0.01 <0.01 < <0.01 <0.01 <0.01 < <0.02 <0.02 <0.02 < < < <0.05 <0.05 <0.05 < <0.05 < <0.02 <0.02 <0.02 < <0.05 <0.05 < <0.02 <0.02 <0.02 < < < < <0.02 <0.02 <0.02 < <0.02 < <0.01 <0.01 < <0.02 < Notes: Values in ug/g unless otherwise stated - = not analyzed XXX.XX = Exceeds Applicable Commercial Soil Standard XXX.XX = Exceeds Soil Relocation Standard * Standards provided in Schedules 4, 5 and 10 of the BC Contaminated Sites Regulation. Schedule 5 Site specific factors include intake of contaminated soil, toxicity to soil invertebrates and plants, groundwater used for drinking water and groundwater flow to surface water used by aquatic life (freshwater). EPH = Light Extractable Petroleum Hydrocarbons, uncorrected for PAH EPH = Heavy Extractable Petroleum Hydrocarbons, uncorrected for PAH LEPH = Light Extractable Petroleum Hydrocarbons, corrected for PAH HEPH = Heavy Extractable Petroleum Hydrocarbons, corrected for PAH PAH = Polycyclic Aromatic Hydrocarbons a_jmg_tables_ a Thurber Engineering Ltd. Page 2 of 3

40 Table 1: EPH, LEPH, HEPH, VPH, VH and PAH in Soil Job Number: A Site Address: Westminster Highway Expansion, Richmond, B Client: Delcan Corporation Sample ID Certificate of Analysis Sample Date Parameters Soil Relocation Commercial (CL) EPH (C10-C19) ns 2000 EPH (C19-C32) ns 5000 LEPH (C10-C19 less PAH) HEPH (C19-C32 less PAH) Methylnaphthalene ns ns 2-Methylnaphthalene ns ns Acenaphthene ns ns Acenaphthylene ns ns Anthracene ns ns Benz(a)anthracene 1 10 Benzo(a)pyrene 1 10 Benzo(b)fluoranthene 1 10 Benzo(g,h,i)perylene ns ns Benzo(k)fluoranthene 1 10 Chrysene ns ns Dibenz(a,h)anthracene 1 10 Fluoranthene ns ns Fluorene ns ns Indeno(1,2,3-c,d)pyrene 1 10 Naphthalene 5 50 Phenanthrene 5 50 Pyrene SS13-26 SS13-28 SS13-30 SS V V V V Jan Jan Jan Jan-13 < < < < < <0.01 < < < < < < < <0.02 <0.02 < < <0.02 < Notes: Values in ug/g unless otherwise stated - = not analyzed XXX.XX = Exceeds Applicable Commercial Soil Standard XXX.XX = Exceeds Soil Relocation Standard * Standards provided in Schedules 4, 5 and 10 of the BC Contaminated Sites Regulation. Schedule 5 Site specific factors include intake of contaminated soil, toxicity to soil invertebrates and plants, groundwater used for drinking water and groundwater flow to surface water used by aquatic life (freshwater). EPH = Light Extractable Petroleum Hydrocarbons, uncorrected for PAH EPH = Heavy Extractable Petroleum Hydrocarbons, uncorrected for PAH LEPH = Light Extractable Petroleum Hydrocarbons, corrected for PAH HEPH = Heavy Extractable Petroleum Hydrocarbons, corrected for PAH PAH = Polycyclic Aromatic Hydrocarbons a_jmg_tables_ a Thurber Engineering Ltd. Page 3 of 3

41 Table 2: Metals in Soil Job Number: A Site Address: Westminster Highway Expansion, Richmond, BC Client: Delcan Corporation Sample ID SS13-01 SS13-02 SS13-03 SS13-04 SS13-05 SS13-A SS13-06 SS13-07 SS13-08 Certificate of Analysis 13V V V V V V V V V Sample Date 15-Jan Jan Jan Jan Jan Jan Jan Jan Jan-13 Parameters Soil Relocation Commercial (CL) ph ns ns Antimony (Sb) Arsenic (As) Barium (Ba) Beryllium (Be) Boron (B) (Hot Water Soluble) ns ns Cadmium (Cd) ** Chromium (Cr) Cobalt (Co) Copper (Cu) ** Iron (Fe) ns ns Lead (Pb) ** Lithium (Li) ns Magnesium (Mg) ns ns Manganese (Mn) ns Mercury (Hg) < <0.01 < Molybdenum (Mo) Nickel (Ni) Selenium (Se) <0.1 < Silver (Ag) < Sodium (Na) ns Strontium (Sr) ns Thallium (Tl) ns ns < <0.05 <0.05 <0.05 <0.05 <0.05 <0.05 <0.05 Tin (Sn) Uranium (U) ns Vanadium (V) 200 ns Zinc (Zn) ** Sodium, Soluble (mg/kg) Chloride, Soluble (mg/kg) Notes: Values in ug/g unless otherwise stated - = not analyzed ns = no standard XXX.XX = Exceeds Applicable Commercial Soil Standard and Soil Relocation Standard XXX.XX = Exceeds Soil Relocation Standard XXX.XX = Exceeds Commercial Soil Standard, but is lower than the regional background estimate as per CSR Protocol 4 * Standards provided in Schedules 4, 5 and 10 of the B.C. Contaminated Sites Regulation. Schedule 5 Site specific factors include intake of contaminated soil, toxicity to soil invertebrates and plants, groundwater used for drinking water and groundwater flow to surface water used by aquatic life (freshwater). ** Standard is ph dependent a_jmg_tables_ a Thurber Engineering Ltd. Page 1 of 4

42 Table 2: Metals in Soil Job Number: A Site Address: Westminster Highway Expansion, Richmond, BC Client: Delcan Corporation Sample ID Certificate of Analysis Sample Date Parameters Soil Relocation Commercial (CL) ph ns ns Antimony (Sb) Arsenic (As) Barium (Ba) Beryllium (Be) 4 8 Boron (B) (Hot Water Soluble) ns ns Cadmium (Cd) ** Chromium (Cr) Cobalt (Co) Copper (Cu) ** Iron (Fe) ns ns Lead (Pb) ** Lithium (Li) ns Magnesium (Mg) ns ns Manganese (Mn) ns Mercury (Hg) Molybdenum (Mo) Nickel (Ni) Selenium (Se) 3 10 Silver (Ag) Sodium (Na) ns 1000 Strontium (Sr) ns Thallium (Tl) ns ns Tin (Sn) Uranium (U) ns 200 Vanadium (V) 200 ns Zinc (Zn) ** Sodium, Soluble (mg/kg) Chloride, Soluble (mg/kg) SS13-09 SS13-10 SS13-11 SS13-12 SS13-13 SS13-14 SS13-15 SS13-16 SS13-17 SS V V V V V V V V V V Jan Jan Jan Jan Jan Jan Jan Jan Jan Jan < < <0.01 < <0.01 <0.01 < < <0.05 <0.05 <0.05 <0.05 < <0.05 <0.05 <0.05 < Notes: Values in ug/g unless otherwise stated - = not analyzed ns = no standard XXX.XX = Exceeds Applicable Commercial Soil Standard and Soil Re XXX.XX = Exceeds Soil Relocation Standard XXX.XX = Exceeds Commercial Soil Standard, but is lower than the r * Standards provided in Schedules 4, 5 and 10 of the B.C. Contaminated Sites Regulation. Schedule 5 Site specific factors include intake of contaminated soil, toxicity to soil invertebrates and plants, groundwater used for drinking water and groundwater flow to surface water used by aquatic life (freshwater). ** Standard is ph dependent a_jmg_tables_ a Thurber Engineering Ltd. Page 2 of 4

43 Table 2: Metals in Soil Job Number: A Site Address: Westminster Highway Expansion, Richmond, BC Client: Delcan Corporation Sample ID Certificate of Analysis Sample Date Parameters Soil Relocation Commercial (CL) ph ns ns Antimony (Sb) Arsenic (As) Barium (Ba) Beryllium (Be) 4 8 Boron (B) (Hot Water Soluble) ns ns Cadmium (Cd) ** Chromium (Cr) Cobalt (Co) Copper (Cu) ** Iron (Fe) ns ns Lead (Pb) ** Lithium (Li) ns Magnesium (Mg) ns ns Manganese (Mn) ns Mercury (Hg) Molybdenum (Mo) Nickel (Ni) Selenium (Se) 3 10 Silver (Ag) Sodium (Na) ns 1000 Strontium (Sr) ns Thallium (Tl) ns ns Tin (Sn) Uranium (U) ns 200 Vanadium (V) 200 ns Zinc (Zn) ** Sodium, Soluble (mg/kg) Chloride, Soluble (mg/kg) SS13-19 SS13-20 SS13-21 SS13-22 SS13-23 SS13-24 SS13-25 SS13-26 SS13-27 SS V V V V V V V V V V Jan Jan Jan Jan Jan Jan Jan Jan Jan Jan <0.01 <0.01 <0.01 <0.01 < < < <0.05 <0.05 <0.05 <0.05 <0.05 <0.05 <0.05 <0.05 <0.05 < Notes: Values in ug/g unless otherwise stated - = not analyzed ns = no standard XXX.XX = Exceeds Applicable Commercial Soil Standard and Soil Re XXX.XX = Exceeds Soil Relocation Standard XXX.XX = Exceeds Commercial Soil Standard, but is lower than the r * Standards provided in Schedules 4, 5 and 10 of the B.C. Contaminated Sites Regulation. Schedule 5 Site specific factors include intake of contaminated soil, toxicity to soil invertebrates and plants, groundwater used for drinking water and groundwater flow to surface water used by aquatic life (freshwater). ** Standard is ph dependent a_jmg_tables_ a Thurber Engineering Ltd. Page 3 of 4

44 Table 2: Metals in Soil Job Number: A Site Address: Westminster Highway Expansion, Richmond, BC Client: Delcan Corporation Sample ID Certificate of Analysis Sample Date Parameters Soil Relocation Commercial (CL) ph ns ns Antimony (Sb) Arsenic (As) Barium (Ba) Beryllium (Be) 4 8 Boron (B) (Hot Water Soluble) ns ns Cadmium (Cd) ** Chromium (Cr) Cobalt (Co) Copper (Cu) ** Iron (Fe) ns ns Lead (Pb) ** Lithium (Li) ns Magnesium (Mg) ns ns Manganese (Mn) ns Mercury (Hg) Molybdenum (Mo) Nickel (Ni) Selenium (Se) 3 10 Silver (Ag) Sodium (Na) ns 1000 Strontium (Sr) ns Thallium (Tl) ns ns Tin (Sn) Uranium (U) ns 200 Vanadium (V) 200 ns Zinc (Zn) ** Sodium, Soluble (mg/kg) Chloride, Soluble (mg/kg) SS13-29 SS13-C SS13-30 SS13-31 SS V V V V V Jan Jan Jan Jan Jan < <0.05 <0.05 <0.05 <0.05 < Notes: Values in ug/g unless otherwise stated - = not analyzed ns = no standard XXX.XX = Exceeds Applicable Commercial Soil Standard and Soil Re XXX.XX = Exceeds Soil Relocation Standard XXX.XX = Exceeds Commercial Soil Standard, but is lower than the r * Standards provided in Schedules 4, 5 and 10 of the B.C. Contaminated Sites Regulation. Schedule 5 Site specific factors include intake of contaminated soil, toxicity to soil invertebrates and plants, groundwater used for drinking water and groundwater flow to surface water used by aquatic life (freshwater). ** Standard is ph dependent a_jmg_tables_ a Thurber Engineering Ltd. Page 4 of 4

45 Unit 120, 8600 Glenlyon Parkway Burnaby, British Columbia CANADA V5J 0B6 TEL (778) FAX (778) CLIENT NAME: THURBER ENGINEERING LTD 900, 1281 WEST GEORGIA STREET VANCOUVER, BC V6E3J7 (604) ATTENTION TO: Travis Deeter PROJECT NO: AGAT WORK ORDER: 13V SOIL ANALYSIS REVIEWED BY: Krystyna Krauze, Senior Analyst TRACE ORGANICS REVIEWED BY: Craig Stehr, Organics Supervisor DATE REPORTED: Jan 22, 2013 PAGES (INCLUDING COVER): 16 VERSION*: 1 Should you require any information regarding this analysis please contact your client services representative at (778) *NOTES All samples will be disposed of within 30 days following analysis. Please contact the lab if you require additional sample storage time. Laboratories (V1) Page 1 of 16 Member of: Association of Professional Engineers, Geologists and Geophysicists of Alberta (APEGGA) Western Enviro-Agricultural Laboratory Association (WEALA) Environmental Services Association of Alberta (ESAA) AGAT Laboratories is accredited to ISO/IEC by the Canadian Association for Laboratory Accreditation Inc. (CALA) and/or Standards Council of Canada (SCC) for specific tests listed on the scope of accreditation. AGAT Laboratories (Mississauga) is also accredited by the Canadian Association for Laboratory Accreditation Inc. (CALA) for specific drinking water tests. Accreditations are location and parameter specific. A complete listing of parameters for each location is available from and/or The tests in this report may not necessarily be included in the scope of accreditation. Results relate only to the items tested and to all the items tested

46 CLIENT NAME: THURBER ENGINEERING LTD DATE RECEIVED: Parameter Unit SAMPLE DESCRIPTION: SAMPLE TYPE: DATE SAMPLED: G / S RDL SS13-01 SS13-02 SS13-03 SS13-04 SS13-05 SS13-07 SS13-08 SS13-09 Soil Soil Soil Soil Soil Soil Soil Soil 1/15/2013 1/15/2013 1/15/2013 1/15/2013 1/15/2013 1/15/2013 1/15/2013 1/15/ Chloride, Soluble mg/l Sodium, Soluble mg/l Chloride, Soluble (mg/kg) mg/kg Sodium, Soluble (mg/kg) mg/kg Parameter Unit SAMPLE DESCRIPTION: SAMPLE TYPE: DATE SAMPLED: G / S RDL SS13-10 SS13-11 SS13-12 SS13-13 SS13-14 SS13-15 SS13-16 SS13-17 Soil Soil Soil Soil Soil Soil Soil Soil 1/15/2013 1/15/2013 1/15/2013 1/15/2013 1/15/2013 1/15/2013 1/15/2013 1/15/ Chloride, Soluble mg/l Sodium, Soluble mg/l Chloride, Soluble (mg/kg) mg/kg Sodium, Soluble (mg/kg) mg/kg Parameter Unit SAMPLE DESCRIPTION: SAMPLE TYPE: DATE SAMPLED: G / S RDL SS13-18 SS13-19 SS13-20 SS13-21 SS13-22 SS13-23 SS13-24 SS13-25 Soil Soil Soil Soil Soil Soil Soil Soil 1/15/2013 1/15/2013 1/15/2013 1/15/2013 1/15/2013 1/15/2013 1/15/2013 1/15/ Chloride, Soluble mg/l Sodium, Soluble mg/l Chloride, Soluble (mg/kg) mg/kg Sodium, Soluble (mg/kg) mg/kg Parameter Unit SAMPLE DESCRIPTION: SAMPLE TYPE: DATE SAMPLED: G / S RDL SS13-26 Certificate of Analysis AGAT WORK ORDER: 13V PROJECT NO: ATTENTION TO: Travis Deeter Soil Analysis - Ion Analysis with Conversions - Cl & Na SS13-27 DATE REPORTED: SS13-29 SS13-30 SS13-31 SS13-32 SS13-A Unit 120, 8600 Glenlyon Parkway Burnaby, British Columbia CANADA V5J 0B6 TEL (778) FAX (778) SS13-C Soil Soil Soil Soil Soil Soil Soil Soil 1/15/2013 1/15/2013 1/15/2013 1/15/2013 1/15/2013 1/15/2013 1/15/2013 1/15/ Chloride, Soluble mg/l Sodium, Soluble mg/l Chloride, Soluble (mg/kg) mg/kg Sodium, Soluble (mg/kg) mg/kg Certified By: CERTIFICATE OF ANALYSIS (V1) Results relate only to the items tested and to all the items tested Page 2 of 15

47 CLIENT NAME: THURBER ENGINEERING LTD DATE RECEIVED: Parameter Unit SAMPLE DESCRIPTION: SAMPLE TYPE: DATE SAMPLED: G / S RDL Chloride, Soluble mg/l 2 Sodium, Soluble mg/l 6 Chloride, Soluble (mg/kg) mg/kg 2 Sodium, Soluble (mg/kg) mg/kg 2 SS13-28 Soil 1/15/ Comments: RDL - Reported Detection Limit; G / S - Guideline / Standard Note: Insufficient quantity of the sample; therefore, used only 70.0 g to make saturated paste for analysis Note: Insufficient quantity of the sample; therefore, used only 70.0 g to make saturated paste for analysis Note: Insufficient quantity of the sample; therefore, used only 70.0 g to make saturated paste for analysis Note: Insufficient quantity of the sample; therefore, used only 70.0 g to make saturated paste for analysis Note: Insufficient quantity of the sample; therefore, used only 70.0 g to make saturated paste for analysis Note: Insufficient quantity of the sample; therefore, used only 70.0 g to make saturated paste for analysis Note: Insufficient quantity of the sample; therefore, used only 80.0 g to make saturated paste for analysis Note: Insufficient quantity of the sample; therefore, used only 70.0 g to make saturated paste for analysis Certificate of Analysis AGAT WORK ORDER: 13V PROJECT NO: ATTENTION TO: Travis Deeter Soil Analysis - Ion Analysis with Conversions - Cl & Na DATE REPORTED: Unit 120, 8600 Glenlyon Parkway Burnaby, British Columbia CANADA V5J 0B6 TEL (778) FAX (778) Certified By: CERTIFICATE OF ANALYSIS (V1) Results relate only to the items tested and to all the items tested Page 3 of 15

48 CLIENT NAME: THURBER ENGINEERING LTD DATE RECEIVED: Parameter Unit SAMPLE DESCRIPTION: SAMPLE TYPE: DATE SAMPLED: G / S RDL SS13-01 Certificate of Analysis AGAT WORK ORDER: 13V PROJECT NO: ATTENTION TO: Travis Deeter Thurber Vancouver British Columbia Metals Schedule 4 and 5 SS13-02 DATE REPORTED: SS13-03 SS13-04 SS13-05 SS13-06 SS13-07 Unit 120, 8600 Glenlyon Parkway Burnaby, British Columbia CANADA V5J 0B6 TEL (778) FAX (778) SS13-08 Soil Soil Soil Soil Soil Soil Soil Soil 1/15/2013 1/15/2013 1/15/2013 1/15/2013 1/15/2013 1/15/2013 1/15/2013 1/15/ Antimony µg/g Arsenic µg/g Barium µg/g Beryllium µg/g Boron (Hot Water Soluble) µg/g Cadmium µg/g Chromium µg/g Cobalt µg/g Copper µg/g Iron µg/g Lead µg/g Lithium µg/g Magnesium µg/g Manganese µg/g Mercury µg/g 0.01 < <0.01 < Molybdenum µg/g Nickel µg/g Selenium µg/g <0.1 < Silver µg/g < Sodium µg/g Strontium µg/g Thallium µg/g 0.05 < <0.05 <0.05 <0.05 <0.05 <0.05 <0.05 Tin µg/g Uranium µg/g Vanadium µg/g Zinc µg/g ph 1:2 ph units Certified By: CERTIFICATE OF ANALYSIS (V1) Results relate only to the items tested and to all the items tested Page 4 of 15

49 CLIENT NAME: THURBER ENGINEERING LTD DATE RECEIVED: Parameter Unit SAMPLE DESCRIPTION: SAMPLE TYPE: DATE SAMPLED: G / S RDL SS13-09 Certificate of Analysis AGAT WORK ORDER: 13V PROJECT NO: ATTENTION TO: Travis Deeter Thurber Vancouver British Columbia Metals Schedule 4 and 5 SS13-10 DATE REPORTED: SS13-11 SS13-12 SS13-13 SS13-14 SS13-15 Unit 120, 8600 Glenlyon Parkway Burnaby, British Columbia CANADA V5J 0B6 TEL (778) FAX (778) SS13-16 Soil Soil Soil Soil Soil Soil Soil Soil 1/15/2013 1/15/2013 1/15/2013 1/15/2013 1/15/2013 1/15/2013 1/15/2013 1/15/ Antimony µg/g Arsenic µg/g Barium µg/g Beryllium µg/g Boron (Hot Water Soluble) µg/g 0.1 < Cadmium µg/g Chromium µg/g Cobalt µg/g Copper µg/g Iron µg/g Lead µg/g Lithium µg/g Magnesium µg/g Manganese µg/g Mercury µg/g 0.01 < <0.01 < <0.01 Molybdenum µg/g Nickel µg/g Selenium µg/g Silver µg/g Sodium µg/g Strontium µg/g Thallium µg/g 0.05 <0.05 <0.05 <0.05 <0.05 < <0.05 <0.05 Tin µg/g Uranium µg/g Vanadium µg/g Zinc µg/g ph 1:2 ph units Certified By: CERTIFICATE OF ANALYSIS (V1) Results relate only to the items tested and to all the items tested Page 5 of 15

50 CLIENT NAME: THURBER ENGINEERING LTD DATE RECEIVED: Parameter Unit SAMPLE DESCRIPTION: SAMPLE TYPE: DATE SAMPLED: G / S RDL SS13-17 Certificate of Analysis AGAT WORK ORDER: 13V PROJECT NO: ATTENTION TO: Travis Deeter Thurber Vancouver British Columbia Metals Schedule 4 and 5 SS13-18 DATE REPORTED: SS13-19 SS13-20 SS13-21 SS13-22 SS13-23 Unit 120, 8600 Glenlyon Parkway Burnaby, British Columbia CANADA V5J 0B6 TEL (778) FAX (778) SS13-24 Soil Soil Soil Soil Soil Soil Soil Soil 1/15/2013 1/15/2013 1/15/2013 1/15/2013 1/15/2013 1/15/2013 1/15/2013 1/15/ Antimony µg/g Arsenic µg/g Barium µg/g Beryllium µg/g Boron (Hot Water Soluble) µg/g Cadmium µg/g Chromium µg/g Cobalt µg/g Copper µg/g Iron µg/g Lead µg/g Lithium µg/g Magnesium µg/g Manganese µg/g Mercury µg/g 0.01 <0.01 <0.01 <0.01 <0.01 <0.01 <0.01 < Molybdenum µg/g Nickel µg/g Selenium µg/g 0.1 < < Silver µg/g < Sodium µg/g Strontium µg/g Thallium µg/g 0.05 <0.05 <0.05 <0.05 <0.05 <0.05 <0.05 <0.05 <0.05 Tin µg/g Uranium µg/g Vanadium µg/g Zinc µg/g ph 1:2 ph units Certified By: CERTIFICATE OF ANALYSIS (V1) Results relate only to the items tested and to all the items tested Page 6 of 15

51 CLIENT NAME: THURBER ENGINEERING LTD DATE RECEIVED: Parameter Unit SAMPLE DESCRIPTION: SAMPLE TYPE: DATE SAMPLED: G / S RDL SS13-25 Certificate of Analysis AGAT WORK ORDER: 13V PROJECT NO: ATTENTION TO: Travis Deeter Thurber Vancouver British Columbia Metals Schedule 4 and 5 SS13-26 DATE REPORTED: SS13-27 SS13-29 SS13-30 SS13-31 SS13-32 Unit 120, 8600 Glenlyon Parkway Burnaby, British Columbia CANADA V5J 0B6 TEL (778) FAX (778) SS13-A Soil Soil Soil Soil Soil Soil Soil Soil 1/15/2013 1/15/2013 1/15/2013 1/15/2013 1/15/2013 1/15/2013 1/15/2013 1/15/ Antimony µg/g Arsenic µg/g Barium µg/g Beryllium µg/g Boron (Hot Water Soluble) µg/g Cadmium µg/g Chromium µg/g Cobalt µg/g Copper µg/g Iron µg/g Lead µg/g Lithium µg/g Magnesium µg/g Manganese µg/g Mercury µg/g < Molybdenum µg/g Nickel µg/g Selenium µg/g Silver µg/g Sodium µg/g Strontium µg/g Thallium µg/g 0.05 <0.05 <0.05 <0.05 <0.05 <0.05 <0.05 <0.05 <0.05 Tin µg/g Uranium µg/g Vanadium µg/g Zinc µg/g ph 1:2 ph units Certified By: CERTIFICATE OF ANALYSIS (V1) Results relate only to the items tested and to all the items tested Page 7 of 15

52 CLIENT NAME: THURBER ENGINEERING LTD DATE RECEIVED: Parameter Unit SAMPLE DESCRIPTION: SAMPLE TYPE: DATE SAMPLED: G / S RDL Antimony µg/g 0.05 Arsenic µg/g 0.1 Barium µg/g 0.5 Beryllium µg/g 0.02 Boron (Hot Water Soluble) µg/g 0.1 Cadmium µg/g 0.01 Chromium µg/g 1 Cobalt µg/g 0.1 Copper µg/g 0.2 Iron µg/g 50 Lead µg/g 0.1 Lithium µg/g 0.1 Magnesium µg/g 2 Manganese µg/g 0.2 Mercury µg/g 0.01 Molybdenum µg/g 0.05 Nickel µg/g 0.5 Selenium µg/g 0.1 Silver µg/g 0.05 Sodium µg/g 10 Strontium µg/g 0.1 Thallium µg/g 0.05 Tin µg/g 0.05 Uranium µg/g 0.05 Vanadium µg/g 1 Zinc µg/g 1 ph 1:2 ph units 0.1 SS13-C Soil Certificate of Analysis AGAT WORK ORDER: 13V PROJECT NO: ATTENTION TO: Travis Deeter Thurber Vancouver British Columbia Metals Schedule 4 and 5 SS13-28 Soil 1/15/2013 1/15/ <0.05 < DATE REPORTED: Unit 120, 8600 Glenlyon Parkway Burnaby, British Columbia CANADA V5J 0B6 TEL (778) FAX (778) Certified By: CERTIFICATE OF ANALYSIS (V1) Results relate only to the items tested and to all the items tested Page 8 of 15

53 CLIENT NAME: THURBER ENGINEERING LTD DATE RECEIVED: Comments: RDL - Reported Detection Limit; G / S - Guideline / Standard Results are based on the dry weight of the sample Results are based on the dry weight of the sample Results are based on the dry weight of the sample Certificate of Analysis AGAT WORK ORDER: 13V PROJECT NO: ATTENTION TO: Travis Deeter Thurber Vancouver British Columbia Metals Schedule 4 and 5 DATE REPORTED: Unit 120, 8600 Glenlyon Parkway Burnaby, British Columbia CANADA V5J 0B6 TEL (778) FAX (778) Certified By: CERTIFICATE OF ANALYSIS (V1) Results relate only to the items tested and to all the items tested Page 9 of 15

54 CLIENT NAME: THURBER ENGINEERING LTD DATE RECEIVED: Parameter Unit SAMPLE DESCRIPTION: SAMPLE TYPE: DATE SAMPLED: G / S RDL SS13-02 Certificate of Analysis AGAT WORK ORDER: 13V PROJECT NO: ATTENTION TO: Travis Deeter Thurber Vancouver LEPH/HEPH Soil SS13-04 DATE REPORTED: SS13-06 SS13-08 SS13-10 SS13-12 SS13-14 Unit 120, 8600 Glenlyon Parkway Burnaby, British Columbia CANADA V5J 0B6 TEL (778) FAX (778) SS13-16 Soil Soil Soil Soil Soil Soil Soil Soil 1/15/2013 1/15/2013 1/15/2013 1/15/2013 1/15/2013 1/15/2013 1/15/2013 1/15/ Methylnaphthalene µg/g < Methylnaphthalene µg/g < Acenaphthene µg/g <0.01 <0.01 <0.01 < Acenaphthylene µg/g < Anthracene µg/g < Benzo(a)anthracene µg/g < Benzo(a)pyrene µg/g < Benzo(b)fluoranthene µg/g Benzo(g,h,i)perylene µg/g < Benzo(k)fluoranthene µg/g < Chrysene µg/g < Dibenzo(a,h)anthracene µg/g <0.02 <0.02 <0.02 <0.02 < Fluoranthene µg/g < Fluorene µg/g 0.02 <0.02 <0.02 <0.02 <0.02 <0.02 <0.02 < Indeno(1,2,3-c,d)pyrene µg/g < Naphthalene µg/g < Phenanthrene µg/g < Pyrene µg/g EPH C10-C19 µg/g <20 <20 <20 <20 <20 <20 <20 EPH C19-C32 µg/g LEPH C10-C19 µg/g <20 <20 <20 <20 <20 <20 <20 HEPH C19-C32 µg/g Surrogate Unit Acceptable Limits Nitrobenzene - d5 % Fluorobiphenyl % P-Terphenyl - d14 % Certified By: CERTIFICATE OF ANALYSIS (V1) Results relate only to the items tested and to all the items tested Page 10 of 15

55 CLIENT NAME: THURBER ENGINEERING LTD DATE RECEIVED: Parameter Unit SAMPLE DESCRIPTION: SAMPLE TYPE: DATE SAMPLED: G / S RDL SS13-18 SS13-20 SS13-22 SS13-24 SS13-26 SS13-30 SS13-32 SS13-28 Soil Soil Soil Soil Soil Soil Soil Soil 1/15/2013 1/15/2013 1/15/2013 1/15/2013 1/15/2013 1/15/2013 1/15/2013 1/15/ Methylnaphthalene µg/g 0.01 <0.01 <0.01 < Methylnaphthalene µg/g 0.01 <0.01 < Acenaphthene µg/g 0.01 <0.01 <0.01 <0.01 <0.01 <0.01 <0.01 < Acenaphthylene µg/g 0.01 <0.01 <0.01 <0.01 < Anthracene µg/g 0.02 <0.02 <0.02 <0.02 <0.02 < Benzo(a)anthracene µg/g 0.02 < < Benzo(a)pyrene µg/g 0.05 <0.05 <0.05 <0.05 <0.05 < Benzo(b)fluoranthene µg/g Benzo(g,h,i)perylene µg/g 0.05 <0.05 < < Benzo(k)fluoranthene µg/g 0.02 <0.02 <0.02 <0.02 <0.02 < Chrysene µg/g 0.05 <0.05 <0.05 < < Dibenzo(a,h)anthracene µg/g 0.02 <0.02 <0.02 <0.02 <0.02 <0.02 <0.02 < Fluoranthene µg/g 0.05 < < < Fluorene µg/g 0.02 <0.02 <0.02 <0.02 <0.02 <0.02 <0.02 < Indeno(1,2,3-c,d)pyrene µg/g 0.02 <0.02 < Naphthalene µg/g 0.01 <0.01 <0.01 < Phenanthrene µg/g 0.02 <0.02 < Pyrene µg/g EPH C10-C19 µg/g 20 <20 <20 <20 27 <20 28 <20 31 EPH C19-C32 µg/g LEPH C10-C19 µg/g 20 <20 <20 <20 27 <20 28 <20 30 HEPH C19-C32 µg/g Surrogate Unit Acceptable Limits Nitrobenzene - d5 % Fluorobiphenyl % P-Terphenyl - d14 % Comments: RDL - Reported Detection Limit; G / S - Guideline / Standard Results are based on dry weight of sample. LEPH & HEPH results have been corrected for PAH contributions. Certificate of Analysis AGAT WORK ORDER: 13V PROJECT NO: ATTENTION TO: Travis Deeter Thurber Vancouver LEPH/HEPH Soil DATE REPORTED: Unit 120, 8600 Glenlyon Parkway Burnaby, British Columbia CANADA V5J 0B6 TEL (778) FAX (778) Certified By: CERTIFICATE OF ANALYSIS (V1) Results relate only to the items tested and to all the items tested Page 11 of 15

56 Unit 120, 8600 Glenlyon Parkway Burnaby, British Columbia CANADA V5J 0B6 TEL (778) FAX (778) Quality Assurance CLIENT NAME: THURBER ENGINEERING LTD PROJECT NO: Soil Analysis AGAT WORK ORDER: 13V ATTENTION TO: Travis Deeter RPT Date: Jan 22, 2013 DUPLICATE REFERENCE MATERIAL METHOD BLANK SPIKE MATRIX SPIKE PARAMETER Batch Sample Id Dup #1 Dup #2 RPD Method Blank Measured Value Acceptable Limits Lower Upper Acceptable Limits Recovery Lower Upper Acceptable Limits Recovery Lower Upper Thurber Vancouver British Columbia Metals Schedule 4 and 5 Arsenic % < % 70% 130% 99% 90% 110% Barium % < % 70% 130% 102% 90% 110% Beryllium % < % 70% 130% 99% 90% 110% Boron (Hot Water Soluble) NA < % 70% 130% 105% 90% 110% Cadmium % < % 70% 130% 99% 90% 110% Chromium % < 1 102% 70% 130% 103% 90% 110% Cobalt % < % 70% 130% 106% 90% 110% Copper % < % 70% 130% 105% 90% 110% Iron % < 50 91% 70% 130% 102% 85% 115% Lead % < % 70% 130% 107% 90% 110% Lithium % < % 70% 130% 106% 90% 110% Magnesium % < 2 124% 70% 130% 104% 90% 110% Manganese % < % 70% 130% 92% 90% 110% Mercury <0.01 < % < % 70% 130% 100% 90% 110% Molybdenum % < % 70% 130% 101% 90% 110% Nickel % < % 70% 130% 104% 90% 110% Selenium % < % 70% 130% 112% 85% 115% Silver NA < % 70% 130% 106% 90% 110% Sodium % < % 70% 130% 99% 85% 115% Strontium % < % 70% 130% 110% 90% 110% Thallium <0.05 < % < % 70% 130% 110% 90% 110% Uranium % < % 70% 130% 104% 90% 110% Vanadium % < 1 106% 70% 130% 105% 90% 110% Zinc % < 1 119% 70% 130% 101% 90% 110% ph 1: % < % 90% 110% 99% 95% 105% Thurber Vancouver British Columbia Metals Schedule 4 and 5 Antimony % < % 70% 130% 98% 85% 115% Arsenic % < % 70% 130% 99% 90% 110% Barium % < % 70% 130% 102% 90% 110% Beryllium % < % 70% 130% 99% 90% 110% Boron (Hot Water Soluble) % < % 70% 130% 105% 90% 110% Cadmium % < % 70% 130% 99% 90% 110% Chromium % < 1 95% 70% 130% 103% 90% 110% Cobalt % < % 70% 130% 106% 90% 110% Copper % < % 70% 130% 105% 90% 110% Iron % < % 70% 130% 102% 85% 115% Lead % < % 70% 130% 107% 90% 110% Lithium % < % 70% 130% 106% 90% 110% Magnesium % < 2 124% 70% 130% 104% 90% 110% QUALITY ASSURANCE REPORT (V1) Page 11 of 15 AGAT Laboratories is accredited to ISO/IEC by the Canadian Association for Laboratory Accreditation Inc. (CALA) and/or Standards Council of Canada (SCC) for specific tests listed on the scope of accreditation. AGAT Laboratories (Mississauga) is also accredited by the Canadian Association for Laboratory Accreditation Inc. (CALA) for specific drinking water tests. Accreditations are location and parameter specific. A complete listing of parameters for each location is available from and/or The tests in this report may not necessarily be included in the scope of accreditation. Results relate only to the items tested and to all the items tested

57 Unit 120, 8600 Glenlyon Parkway Burnaby, British Columbia CANADA V5J 0B6 TEL (778) FAX (778) Quality Assurance CLIENT NAME: THURBER ENGINEERING LTD PROJECT NO: Soil Analysis (Continued) AGAT WORK ORDER: 13V ATTENTION TO: Travis Deeter RPT Date: Jan 22, 2013 DUPLICATE REFERENCE MATERIAL METHOD BLANK SPIKE MATRIX SPIKE PARAMETER Batch Sample Id Dup #1 Dup #2 RPD Method Blank Measured Value Acceptable Limits Lower Upper Acceptable Limits Recovery Lower Upper Acceptable Limits Recovery Lower Upper Manganese % < % 70% 130% 92% 90% 110% Mercury <0.01 < % < % 70% 130% 100% 90% 110% Molybdenum % < % 70% 130% 101% 90% 110% Nickel % < % 70% 130% 104% 90% 110% Selenium % < 0.1 NA 70% 130% 113% 85% 115% Silver <0.05 < % < % 70% 130% 96% 90% 110% Sodium % < % 70% 130% 99% 85% 115% Strontium % < % 70% 130% 110% 90% 110% Thallium <0.05 < % < % 70% 130% 110% 90% 110% Tin % < % 70% 130% 110% 90% 110% Uranium % < % 70% 130% 104% 90% 110% Vanadium % < 1 100% 70% 130% 105% 90% 110% Zinc % < 1 116% 70% 130% 101% 90% 110% ph 1: % < % 90% 110% 99% 95% 105% Soil Analysis - Ion Analysis with Conversions - Cl & Na Chloride, Soluble % < 2 97% 80% 120% Sodium, Soluble % < 6 100% 80% 120% Comments: N/A: Not applicable Soil Analysis - Ion Analysis with Conversions - Cl & Na Chloride, Soluble % < 2 107% 80% 120% Sodium, Soluble % < 6 100% 80% 120% Comments: N/A: Not applicable Soil Analysis - Ion Analysis with Conversions - Cl & Na Chloride, Soluble % < 2 103% 80% 120% Sodium, Soluble % < 6 97% 80% 120% Comments: N/A: Not applicable Certified By: QUALITY ASSURANCE REPORT (V1) Page 12 of 15 AGAT Laboratories is accredited to ISO/IEC by the Canadian Association for Laboratory Accreditation Inc. (CALA) and/or Standards Council of Canada (SCC) for specific tests listed on the scope of accreditation. AGAT Laboratories (Mississauga) is also accredited by the Canadian Association for Laboratory Accreditation Inc. (CALA) for specific drinking water tests. Accreditations are location and parameter specific. A complete listing of parameters for each location is available from and/or The tests in this report may not necessarily be included in the scope of accreditation. Results relate only to the items tested and to all the items tested

58 Unit 120, 8600 Glenlyon Parkway Burnaby, British Columbia CANADA V5J 0B6 TEL (778) FAX (778) Quality Assurance CLIENT NAME: THURBER ENGINEERING LTD PROJECT NO: Trace Organics Analysis AGAT WORK ORDER: 13V ATTENTION TO: Travis Deeter RPT Date: Jan 22, 2013 DUPLICATE REFERENCE MATERIAL METHOD BLANK SPIKE MATRIX SPIKE PARAMETER Batch Sample Id Dup #1 Dup #2 RPD Method Blank Measured Value Acceptable Limits Lower Upper Acceptable Limits Recovery Lower Upper Acceptable Limits Recovery Lower Upper Thurber Vancouver LEPH/HEPH Soil 1-Methylnaphthalene % < % 80% 120% 98% 50% 130% 2-Methylnaphthalene % < % 80% 120% 99% 50% 130% Acenaphthene % < % 80% 120% 102% 50% 130% Acenaphthylene % < % 80% 120% 99% 50% 130% Anthracene % < % 80% 120% 96% 60% 130% Benzo(a)anthracene % < % 80% 120% 100% 60% 130% Benzo(a)pyrene % < % 80% 120% 100% 60% 130% Benzo(b)fluoranthene % < % 80% 120% 101% 60% 130% Benzo(g,h,i)perylene % < % 80% 120% 87% 60% 130% Benzo(k)fluoranthene % < % 80% 120% 101% 60% 130% Chrysene % < % 80% 120% 103% 60% 130% Dibenzo(a,h)anthracene % < % 80% 130% 81% 60% 130% Fluoranthene % < % 80% 120% 99% 60% 130% Fluorene <0.02 < % < % 80% 120% 101% 50% 130% Indeno(1,2,3-c,d)pyrene % < % 80% 120% 83% 60% 130% Naphthalene % < % 80% 120% 101% 50% 130% Phenanthrene % < % 80% 120% 102% 60% 130% Pyrene % < % 80% 120% 103% 60% 130% Nitrobenzene - d % 99% 80% 120% 110% 50% 130% 2-Fluorobiphenyl % 99% 80% 120% 100% 50% 130% P-Terphenyl - d % 100% 80% 120% 99% 60% 130% EPH C10-C % < % 70% 130% 98% 70% 130% EPH C19-C % < % 70% 130% 97% 70% 130% Certified By: QUALITY ASSURANCE REPORT (V1) Page 13 of 15 AGAT Laboratories is accredited to ISO/IEC by the Canadian Association for Laboratory Accreditation Inc. (CALA) and/or Standards Council of Canada (SCC) for specific tests listed on the scope of accreditation. AGAT Laboratories (Mississauga) is also accredited by the Canadian Association for Laboratory Accreditation Inc. (CALA) for specific drinking water tests. Accreditations are location and parameter specific. A complete listing of parameters for each location is available from and/or The tests in this report may not necessarily be included in the scope of accreditation. Results relate only to the items tested and to all the items tested

59 Unit 120, 8600 Glenlyon Parkway Burnaby, British Columbia CANADA V5J 0B6 TEL (778) FAX (778) CLIENT NAME: THURBER ENGINEERING LTD PROJECT NO: Soil Analysis Chloride, Soluble Sodium, Soluble Antimony Arsenic Barium Beryllium Boron (Hot Water Soluble) Cadmium Chromium Cobalt Copper Iron Lead Lithium Magnesium Manganese Mercury Molybdenum Nickel Selenium Silver Sodium Strontium Thallium Tin Uranium Vanadium PARAMETER Method Summary AGAT S.O.P SOIL 0110; SOIL 0120; INST SHEPPARD 2007, EATON SOIL 0110; SOIL 0120; INST CARTER & GREGORICH 2007, SM B MET , BC MOE Lab Manual C (SALM) and LAB EPA 6020A MET , BC MOE Lab Manual C (SALM) and LAB EPA 6020A MET , BC MOE Lab Manual C (SALM) and LAB EPA 6010C MET , BC MOE Lab Manual C (SALM) and LAB EPA 6020A MET , Modified from SSMA 2ND ED. CH 9 LAB and SM 3120 B MET , BC MOE Lab Manual C (SALM) and LAB EPA 6020A MET , BC MOE Lab Manual C (SALM) and LAB EPA 6010C MET , BC MOE Lab Manual C (SALM) and LAB EPA 6020A MET , BC MOE Lab Manual C (SALM) and LAB EPA 6010C MET , BC MOE Lab Manual C (SALM) and LAB EPA 6010C MET , BC MOE Lab Manual C (SALM) and LAB EPA 6020A MET , BC MOE Lab Manual C (SALM) and LAB EPA 6020A MET , BC MOE Lab Manual C (SALM) and LAB EPA 6010C MET , BC MOE Lab Manual C (SALM) and LAB EPA 6010C MET , BC MOE Lab Manual C (SALM) and LAB EPA 6020A MET , BC MOE Lab Manual C (SALM) and LAB EPA 6020A MET , BC MOE Lab Manual C (SALM) and LAB EPA 6010C MET , BC MOE Lab Manual C (SALM) and LAB EPA 6020A MET , BC MOE Lab Manual C (SALM) and LAB EPA 6020A MET , BC MOE Lab Manual C (SALM) and LAB EPA 6010C MET , BC MOE Lab Manual C (SALM) and LAB EPA 6010C MET , BC MOE Lab Manual C (SALM) and LAB EPA 6020A MET , BC MOE Lab Manual C (SALM) and LAB EPA 6020A MET , BC MOE Lab Manual C (SALM) and LAB EPA 6020A MET , BC MOE Lab Manual C (SALM) and LAB EPA 6010C AGAT WORK ORDER: 13V ATTENTION TO: Travis Deeter LITERATURE REFERENCE CONTINUOUS FLOW ANALYZER ICP/OES ICP-MS ICP-MS ICP-MS ICP-MS ICP/OES ICP-MS ICP-MS ICP-MS ICP-MS ICP/OES ICP-MS ICP-MS ICP/OES ICP/OES ICP-MS ICP-MS ICP-MS ICP-MS ICP-MS ICP/OES ICP-MS ICP-MS ICP-MS ICP-MS ICP-MS ANALYTICAL TECHNIQUE METHOD SUMMARY (V1) Page 14 of 15 Results relate only to the items tested and to all the items tested

60 Unit 120, 8600 Glenlyon Parkway Burnaby, British Columbia CANADA V5J 0B6 TEL (778) FAX (778) CLIENT NAME: THURBER ENGINEERING LTD PROJECT NO: Zinc PARAMETER MET , LAB Method Summary AGAT S.O.P BC MOE Lab Manual C (SALM) and EPA 6010C AGAT WORK ORDER: 13V ATTENTION TO: Travis Deeter LITERATURE REFERENCE ICP-MS ph 1:2 INOR BC MOE Lab Manual PH METER Trace Organics Analysis 1-Methylnaphthalene ORG Modified from BC MOE Lab Manual Section D (PAH) GC/MS 2-Methylnaphthalene ORG Modified from BC MOE Lab Manual Section D (PAH) GC/MS Acenaphthene ORG Modified from BC MOE Lab Manual Section D (PAH) GC/MS Acenaphthylene ORG Modified from BC MOE Lab Manual Section D (PAH) GC/MS Anthracene ORG Modified from BC MOE Lab Manual Section D (PAH) GC/MS Benzo(a)anthracene ORG Modified from BC MOE Lab Manual Section D (PAH) GC/MS Benzo(a)pyrene ORG Modified from BC MOE Lab Manual Section D (PAH) GC/MS Benzo(b)fluoranthene ORG Modified from BC MOE Lab Manual Section D (PAH) GC/MS Benzo(g,h,i)perylene ORG Modified from BC MOE Lab Manual Section D (PAH) GC/MS Benzo(k)fluoranthene ORG Modified from BC MOE Lab Manual Section D (PAH) GC/MS Chrysene ORG Modified from BC MOE Lab Manual Section D (PAH) GC/MS Dibenzo(a,h)anthracene ORG Modified from BC MOE Lab Manual Section D (PAH) GC/MS Fluoranthene ORG Modified from BC MOE Lab Manual Section D (PAH) GC/MS Fluorene ORG Modified from BC MOE Lab Manual Section D (PAH) GC/MS Indeno(1,2,3-c,d)pyrene ORG Modified from BC MOE Lab Manual Section D (PAH) GC/MS Naphthalene ORG Modified from BC MOE Lab Manual Section D (PAH) GC/MS Phenanthrene ORG Modified from BC MOE Lab Manual Section D (PAH) GC/MS Pyrene ORG Modified from BC MOE Lab Manual Section D (PAH) GC/MS Nitrobenzene - d5 ORG modified from BC MOE Lab Manual Section D (PAH) GC/MS 2-Fluorobiphenyl ORG modified from BC MOE Lab Manual Section D (PAH) GC/MS P-Terphenyl - d14 ORG modified from BC MOE Lab Manual Section D (PAH) GC/MS EPH C10-C19 ORG Modified from BCMOE Lab Manual Section D (EPH) GC/FID EPH C19-C32 ORG Modified from BCMOE Lab Manual Section D (EPH) GC/FID LEPH C10-C19 ORG Modified from BCMOE Lab Manual Section D (EPH) GC/FID HEPH C19-C32 ORG Modified from BCMOE Lab Manual Section D (EPH) GC/FID ANALYTICAL TECHNIQUE METHOD SUMMARY (V1) Page 15 of 15 Results relate only to the items tested and to all the items tested

61

62

63