Loading...
HomeMy WebLinkAboutBay Street Demo - Project Manual_ORCHARD PROJECT MANUAL Contract Documents & Special Provisions FOR Bay Street Overwater Structure Demolition City Project No. PW2025-019 Bid Opening: August 4t', 2025 City Clerk's Office, City Hall 216 Prospect Street Port Orchard, WA 98366 Contact Person: Denis Ryan, P.E. Public Works Director 215 Prospect Street Port Orchard WA, 98366 Tel: (360) 876-7034 Dryan@portorchardwa. gov CERTIFICATE OF ENGINEER The technical material and data contained in these Specifications for the Bay Street Overwater Structure Demolition were prepared under the supervision and direction of the undersigned, whose seal, as a professional engineer licensed to practice as such, is affixed below. 07/11 /2025 Prepared by: Ian Lee, PE Project Manager Recommended by: Denis Ryan, PMP, CPWP-M, Director of Public Works City of Port Orchard Public Works and Facilities Engineering Division (This page intentionally left blank) Table of Contents PartI — Bidding Requirements and Contracts......................................................................................3 Advertisementof Bids.......................................................................................................................4 Notice to Prospective Bidders............................................................................................................6 Information and Checklist for Bidders..............................................................................................7 Proposal...........................................................................................................................................15 Scheduleof Contract Prices.............................................................................................................17 Bidder's Qualifications....................................................................................................................21 BidSecurity.....................................................................................................................................24 Non -Collusion Declaration..............................................................................................................25 Certification of Compliance with Wage Payment Statutes ..............................................................26 Supplemental Criteria Information Form.........................................................................................27 WorkExperience Form....................................................................................................................31 SubcontractorList............................................................................................................................33 ContractDocuments........................................................................................................................35 5% Retainage Investment Option....................................................................................................48 SavingAccount Agreement.............................................................................................................49 EscrowAgreement...........................................................................................................................51 Performance and Payment Bond......................................................................................................56 SuretyAcknowledgment..................................................................................................................57 Maintenance/Warranty Bond...........................................................................................................58 FormP-1 / Notary Block.................................................................................................................61 FormP-2 / Notary Block.................................................................................................................62 PartII — Special Provisions...................................................................................................................64 Special Provisions Table of Contents..............................................................................................65 SpecialProvisions............................................................................................................................67 Part III — Construction Plans (Bound Separately) & Appendices...................................................123 Appendices....................................................................................................................................125 Appendix A Washington State Prevailing Wage Rates..............................................................126 AppendixB — Abestos Report.......................................................................................................201 City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Table of Contents Page - 1 City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 (This page intentionally left blank) VERSION 7110125 Project Manual Table of Contents Page - 2 PART I - BIDDING REQUIREMENTS AND CONTRACT City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Bidding Requirements & Contract Advertisement for Bids Page - 3 ADVERTISEMENT FOR BIDS CITY OF PORT ORCHARD BAYSTREET OVERWATER STRUCTURE DEMOLITION PUBLIC WORKS PROJECT NO. PW2025-019 Notice is hereby given that sealed bids will be received at the office of the City Clerk for the City of Port Orchard, 216 Prospect Street, Port Orchard, WA 98366 until 2 PM on 08/04/2025, for construction of the Bay Street Overwater Structure Demolition, Public Works Project No. PW2025- 019. No proposals will be accepted after the above -stated time. Immediately following the above - stated time, the proposals will be publicly opened and read. The project consists of work to be performed within 30 working days from notice to proceed, and consists of furnishing all materials, equipment, tools, labor, and other work or items incidental theretofore and as generally described as follows: These Contract Documents describe the Work in its entirety. The Work includes, but is not limited to, the five buildings located along Bay Street waterfront will be demolished. The following addresses: 1693, 1699, 1763, 1777, and 1883 Bay Street will be demolished and the piles will remain. A turbidity/ debris curtain will be utilized to catch and keep debris from landing in Sinclair Inlet. Sanitary Sewer and all existing utilities will be capped. The project area will utilize Concrete Barriers Type 2 to preserve and protect the seawall. Access to bidding information (plans, specifications, addenda, and Bidders List) is available through City of Port Orchard's on-line plan room www.cityfportorchard.us/bids-and-proposals. Free -of -charge access is provided to Prime Bidders, Subcontractors, and Vendors by going to www.bxwa.com and clicking on "Posted Projects," "Public Works," and "City of Port Orchard." This on-line plan room provides Bidders with fully usable online documents with the ability to: download, view, print, order full/partial plan sets from numerous reprographic sources, and a free online digitizer/take-off tool. It is recommended that Bidders "Register" in order to receive automatic email notification of future addenda and to place themselves on the "Self -Registered Bidders List." Bidders that do not register will not be automatically notified of addenda and will need to periodically check the on-line plan room for addenda issued on this project. Contact Builders Exchange of Washington at 425-258-1303 should you require assistance. If you do not have access to the Web, you may make arrangements to pick up a plan set at the Port Orchard City Hall, City Clerk's Office, 216 Prospect Street, Port Orchard, WA 98366, 360-876-4407, for a NON-REFUNDABLE fee of $176.00 and $35.00 for Front End Contracts / Specifications. If you wish the bid documents to be mailed to you, add $45.00 to cover postage. Informational copies of any available maps, plans, specifications, and subsurface information are on file for inspection in the office of the Port Orchard Project Engineer, 216 Prospect Street, Port Orchard, WA 98366. City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Bidding Requirements & Contracts Advertisement for Bids Page - 4 All bid proposals shall be accompanied by a bid security (bid deposit) in the form of a cash deposit, certified or cashier's check, postal money order, or surety bond made payable to the City of Port Orchard, for a sum not less than five percent (%) of the amount of such bid, including sales tax. Should the successful bidder fail to enter into such contract and furnish satisfactory payment and performance bonds within the time stated in the Specifications, the bid security (bid depositibond) shall be forfeited to the City of Port Orchard. The award of the Contract will go to the qualified bidder submitting the lowest responsible and responsive bid. The City reserves the right to reject any and all bids or waive any informality or irregularity in the bidding and make the award as deemed to be in the best interest of the City and the public. The City of Port Orchard in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000d-4 and Title 49, Code of Federal Regulations, Department of Transportation subtitle A, Office of the Secretary, Part 21, nondiscrimination in federally assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color or national origin in consideration for an award. The City is an equal opportunity and affirmative action employer. Small and Minority -owned businesses, women -owned businesses, and labor surplus area firms are encouraged to submit bids. Notice is given to all potential bidders that any bid responses may be subject to release under the Public Records Act Chapter 42.56 RCW and the City may be required to disclose bid responses upon a request. Bidders are advised to mark any records believed to be trade secrets or confidential in nature as "confidential." If records marked as "confidential" are found to be responsive to the request for records, the City may elect to give notice to the bidder of the request so as to allow the bidder to seek a protective order from a Court. Please be advised, however, that any records deemed responsive to a public records request may be released at the sole discretion of, and without notice by, the City. Published: Kitsap Sun — July 1411, 2025 and July 211t, 2025 Daily Journal of Commerce — July 14t'`, 2025 and July 211t, 2025 City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 Version 7110125 Project Manual Bidding Requirements & Contracts Advertisement of Bids Page - 5 Notice to Prospective Bidders Bay Street Overwater Structure Demolition In accordance with Section 1-02.4(l) of the Standard Specifications, it is the City of Port Orchard's policy that questions concerning the project during the bidding process be submitted in written form. Please submit any questions that are pertinent to bidding the contract, and that are not answered by information contained in the Contract Documents, to the City of Port Orchard Engineering Department via email at bidsandproposalskportorchardwa.gov, Attention: D. Ryan, PMP, CPWP-M, Public Works Director / City Engineer. All emails must be received at least 3 business days prior to the bid opening for a response. All prospective bidder questions and the City's response will be sent via email, if possible, to all prospective bidders who have purchased plans approximately 2 days prior to the bid opening. If you believe the Contract Documents contain an error or error(s), please provide us with that information via email. An addendum will be issued to all prospective bidders if a correction is needed. Addendums will be posted on the City's Website www.portorchardwa.gov/bids-and- proposals/ and Builders Exchange www.bxwa.com I have the followingLguestion(s)/comment(s): I believe the Contract Documents has (have) the following error(s): Please respond to: Name: Representing: Address: Email address: Fax Number: City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Bidding Requirements & Contract Notice to Perspective Bidders Page - 6 Information and Checklist for Bidders The following supplements the information in the Advertisement for Bids: 1. Pre -Bid Conference July 2811, 2025 at 2:00 PM and July 29', 2025 at 10:00 AM 2. Examination of Plans, Specifications, and Site Before submitting his/her bid, the Contractor shall carefully examine each component of the Bid Documents and any other available supporting data so as to be thoroughly familiar with all the requirements. The Bidder shall make an alert, heads -up, eyes -open reasonable examination of the project site and conditions under which the Work is to be performed, including but not limited to: current site topography, soil and moisture conditions; underground obstructions; the obstacles and character of materials which may be encountered; traffic conditions; public and private utilities; the availability and cost of labor; and available facilities for transportation, handling and storage of materials and equipment. 3. Property Issues All bidders shall base their bids upon full restoration of all property within the right-of- way and easements, and wherever Bidder will have right -of -entry. The easements and right of entry documents that have been acquired are available for inspection and review. The Bidder is advised to review the conditions of the permits, easements, and rights -of - entry, as s/he shall be required to comply with all conditions at no additional cost to the Owner. All other permits, licenses, etc., shall be the responsibility of the Bidder. The Bidder shall comply with the requirements of each. 4. Interpretation of Bid Documents The Bidder shall promptly notify Owner of any discovered conflicts, ambiguities, or discrepancies in or between, or omissions from the Bid Documents. Questions or comments about these Bid Documents should be directed to the attention of. Denis Ryan, PMP, CPWP-M, Director of Public Works / City Engineer, and sent via email to publicworks@cityofportorchard.us or mail/drop off to 216 Prospect Street, Port Orchard, WA 98366. Questions received less than 3 days prior to the date of bid opening may not be answered. Any interpretation or correction of the Bid Documents will be made only by addendum, and a copy of such addendum will be distributed through plan holders lists at Builders Exchange www.bxwa.com , the City's Website www.portorchardwa.gov/bids- and-proposals and the City Clerk's Plan holders list The Owner will not be responsible for any other explanations or interpretations of the Bid Documents. No oral interpretations of any provision in the Bid Documents will be made to any Bidder. City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Bidding Requirements & Contract Notice to Perspective Bidders Page - 7 5. Bidding Checklist All bids shall be submitted on the exact forms provided in these Bid Documents, and listed below. Failure to submit any of these forms may be grounds for rejection of the bid. Sealed bids for this proposal shall be submitted as specified in the Advertisement for Bids. Each bid must be submitted in a sealed envelope bearing on the outside the name and address of the Bidder, and the name and number of the project for which the bid is submitted. All bids will remain subject to acceptance for sixty (60) calendar days after the day of the bid opening. A. Proposal — Bidders must bid on all items contained in the Proposal. If any unit price is left blank, it will be considered no charge for that bid item, regardless of what has been placed in the extension column. B. Bid Security — Bid Bond is to be executed by the Bidder and the surety company unless bid is accompanied by a cash deposit, cashier's or certified check, or postal money order. The amount of this bond shall be not less than five percent (5%) of the total bid, including sales tax, if applicable, and may be shown in dollars. Surety must be authorized to do business in the State of Washington, and must be on the current Authorized Insurance List in the State of Washington per Section 1-02.7 of the Standard Specifications. i. The bond form included in these Contract Provisions MUST be used; no substitute will be accepted. If an attorney -in -fact signs the bond, a certified and effectively dated copy of their Power of Attorney must accompany the bond. ii. The bid bond/deposit of the successful Bidder will be returned provided s/he executes the Contract, furnishes satisfactory performance bond covering the full amount of work, provides evidence of insurance coverage, and other documents required by the contract documents within 14 calendar days after Notice of Award. Should s/he fail or refuse to do so, the Bid Deposit or Bond shall be forfeited to the City of Port Orchard as liquidated damages for such failure. iii. The Owner reserves the right to retain the security of the three lowest bidders until the successful Bidder has executed the Contract and furnished the performance bond. C. Non -Collusion Declaration — DOT Form 272-036H EF included in these Contract Provisions must be returned with the bid proposal. D. Bidder's Qualification Form — Regarding forms D and E, the Owner reserves the right to check all statements and to judge the adequacy of the Bidders qualifications. E. Certification of Compliance with Wage Payment Statutes — Must be filled in and signed. F. Supplemental Criteria Information Form - Must be filled in and signed. G. Subcontractors List Must be completed. City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Bidding Requirements & Contract Notice to Perspective Bidders Page - 8 6. Contract Checklist The following forms are to be executed by the successful Bidder after the Contract is awarded. The Contract and Performance and Payment Bond are included in these Bid Documents and should be carefully examined by the Bidder. A. Contract — One copy to be executed by the successful Bidder. Bid and Contract Documents must be executed by the Contractor's President or Vice -President if a corporation, or by a partner if a partnership. In the event another person has been duly authorized to execute contracts, a copy of the resolution or other minutes establishing this authority must be attached to the Proposal and Contract documents. B. Performance/Payment Bond and Warranty Bond — One copy of each type of bond to be executed by the successful Bidder and his surety company. These bonds cover successful completion of all work and payment of all laborers, subcontractors, suppliers, etc. and provide a warranty for the contract work. The bond forms included in these Bid Documents MUST be used; no substitutes will be accepted. If an Attorney -in -fact signs the bond(s), a certified and effectively dated copy of their Power of Attorney must accompany the bond(s). C. Certificates of Insurance and endorsements — To be executed by an insurance company acceptable to the Owner, on ACCORD Forms. Required coverages are listed in Section 1- 07.18 of the Standard Specifications, as may be modified by the Special Provisions. The Owner shall be named as "Additional Insured" on the insurance policies. D. Selection of Retainage Option — Pursuant to RCW 60.28.010, 5% retainage will be retained until fulfillment of state and local compliance is documented. The retainage form should be completed by the successful bidder E. Prevailing Wage Requirements — The Contractor is required to pay, at a minimum, the applicable prevailing wage rates to those employees performing services under the Contract. The applicable wage rates are set forth in the State of Washington Department of Labor and Industries Prevailing Wage Rate Schedule, RCW 39.12.020. The project site is located in Kitsap County. The prevailing wage schedule in effect for the work under the Contract will be the one in effect upon the prime contractor's bid due date with these exceptions: If the project is not awarded within six (6) months of the bid due date, the award date (the date the contract is executed) is the effective date. If the project is not awarded pursuant to bids, the award date (the date the contract is executed) is the effective date. Janitorial contracts follow WAC 296-127-023. For Proiect Number PW2025-019 the prime contractor bid due date is 08/04/2025 Except for janitorial contracts, the rates in effect on the bid due date shall apply for the duration of the contract (unless otherwise noted in the solicitation). City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Bidding Requirements & Contract Notice to Perspective Bidders Page - 9 It is the responsibility of the Contractor to ensure the appropriate labor classification(s) are identified and that the applicable wage and benefit rates are taken into consideration when preparing their proposal according to these specifications. The selected Contractor must submit to the Department of Labor and Industries, a "Statement of Intent to Pay Prevailing Wages" www.Ini.wa.gov/licensing-permits/public- works-projects/contractors-employers/#required-documents-for-doing-the-work. A copy of the certified Intent Statement must be submitted to the City prior to payment of the first invoice. The Contractor will pay promptly, when due, all wages accruing to its employees. All invoice or payment applications are required to bear the following signed statement: "I certify that wages paid under this contract are equal to or greater than the applicable wage rates set forth in the Washington State Prevailing Wage Rates for Public Works Contracts issued by the State of Washington Department of Labor and Industries." The selected Contractor must submit to the Department of Labor and Industries an "Affidavit of Wages Paid" and a copy of an approved Affidavit must be submitted at the end of the contract to the City before the last payment or any retained funds will be released. www.Ini.wa. gov/licensing-permits/public-works-projects/contractors-employers/#when- the-work-is-done The cost of filing a Statement of Intent to Pay Prevailing Wages and Affidavit of Wages Paid with the Department of Labor and Industries shall be at no additional cost to the City. The Director of the Department of Labor and Industries shall arbitrate all disputes of the prevailing wage rate, RCW 39.12.060 and WAC 296-127-060. Look up the prevailing rates of pay, benefit, and overtime codes from this link: https:Hlni.wa.gov/licensing-permits/public-works-proje1 cts/prevailing-wa eg rates/. A copy of the prevailing wage rates is available for viewing at the City of Port Orchard Department of Public Works. A hard copy will be mailed upon request. For prevailing wage questions, contact the Department of Labor & Industries at PW1(&,Lni.wa.gov or 360-902-5335. 7. Contractor Disqualification A bidder will be deemed not responsible, and the proposal rejected if the bidder does not meet the following responsibility criteria set forth in RCW 39.04.350, which provides, in part, as follows: (1) Before award of a public works contract, a bidder must meet the following responsibility criteria to be considered a responsible bidder and qualified to be awarded a public works project. The bidder must: (a) At the time of bid submittal, have a certificate of registration in compliance with chapter 18.27 RCW; City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Bidding Requirements & Contract Notice to Perspective Bidders Page -10 (b) Have a current state unified business identifier number; (c) If applicable, have industrial insurance coverage for the bidder's employees working in Washington as required in Title 51 RCW; an employment security department number as required in Title 50 RCW; and a state excise tax registration number as required in Title 82 RCW; (d) Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3); (e) If bidding on a public works project subject to the apprenticeship utilization requirements in RCW 39.04.320, not have been found out of compliance by the Washington state apprenticeship and training council for working apprentices out of ratio, without appropriate supervision, or outside their approved work processes as outlined in their standards of apprenticeship under chapter 49.04 RCW for the one-year period immediately preceding the date of the bid solicitation; (f) Have received training on the requirements related to public works and prevailing wage under this chapter and chapter 39.12 RCW. The bidder must designate a person or persons to be trained on these requirements. The training must be provided by the department of labor and industries or by a training provider whose curriculum is approved by the department. The department, in consultation with the prevailing wage advisory committee, must determine the length of the training. Bidders that have completed three or more public works projects and have had a valid business license in Washington for three or more years are exempt from this subsection. The department of labor and industries must keep records of entities that have satisfied the training requirement or are exempt and make the records available on its web site. Responsible parties may rely on the records made available by the department regarding satisfaction of the training requirement or exemption. (g) Within the three-year period immediately preceding the date of the bid solicitation, not have been determined by a final and binding citation and notice of assessment issued by the department of labor and industries or through a civil judgment entered by a court of limited or general jurisdiction to have willfully violated, as defined in RCW 49.48.082, any provision of chapter 49.46, 49.48, or 49.52 RCW. The Bidder shall submit a signed statement to the City in accordance with Chapter 5.50 RCW verifying under penalty of perjury that (1) the bidder is in compliance with the responsible bidder criteria in subsection (1)(g) above; and (2) that the Contractor is not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded by any Federal department or agency in accordance with Executive Orders 12549 and 12689, 24 C.F.R. Pt. 24. 2) A bidder may be deemed not responsible and the proposal rejected if: a. More than one proposal is submitted for the same project from a bidder under the same or different names; City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Bidding Requirements & Contract Notice to Perspective Bidders Page -11 b. Evidence of collusion exists with any other bidder or potential bidder. Participants in collusion will be restricted from submitting further bids; c. The bidder, in the opinion of the Contracting Agency, is not qualified for the work or to the full extent of the bid, or to the extent that the bid exceeds the authorized prequalification amount as may have been determined by a prequalification of the bidder; d. An unsatisfactory performance record exists based on past or current Contracting Agency work or for work done for others, as judged from the standpoint of conduct of the work; workmanship; progress; affirmative action; equal employment opportunity practices; or Disadvantaged Business Enterprise, Minority Business Enterprise, or Women's Business Enterprise utilization; e. There is uncompleted work (Contracting Agency or otherwise) which might hinder or prevent the prompt completion of the work bid upon; f. The bidder failed to settle bills for labor or materials on past or current contracts; g. The bidder has failed to complete a written public contract or has been convicted of a crime arising from a previous public contract; h. The bidder is unable, financially or otherwise, to perform the work; or There are any other reasons deemed proper by the Contracting Agency. City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Bidding Requirements & Contract Notice to Perspective Bidders Page -12 Department of Labor and Industries a*A Prevailing Wage *sue STATEMENT OF INTENT TO (360) 902-5335 PAY PREVAILING WAGES www.ini.wa.gov/TradesLicensing/PrevWage r^$ Public Works Contract $40.00 Filing Fee Required • This form must be typed or printed in ink. • Fill in all blanks or form will be returned for correction (see back). • Please allow a minimum of 10 working days for processing. Once appromed. your for kill he posted online at the ma eh'ite abme- APPROVED FORM WILL BE it AILFD TO THIS ADDRESS � Contra, tor. company or agency nantC. address. city. state & LIP+ I Intent ID # (Assigned by L&I) Contract Number Contract Awarding Agency (public agency - not federal or ZIP+4 Agency Project Contact Person Phone Number County where work will be performed City where work will be performed Bid due date (mtn/dd/yy) Date con[rect awarded (mm/dd/yy) Prime Contractor (has contract with the public agency) Prime's Phone Number Will all work be subcontracted? ❑ Yes ❑ No Do you intend to use subcontractors? ❑ Yes ❑ No Prime's Contractor Registration Number Prime's UBI Number Responding "Yes" to either of the questions above will then require you to list the subcontractor, their UBI #, and Contractor Registration # (if they are required to have one) on Addendum B of the Affidavit of Wages Paid form. Number of Owner/Operators that own at least 30% of the company who will perform work on the project: Will employees perform work on this project? ❑ Yes ❑ No If "Yes", please list worker's craft/trade/occupation below. (If you choose "No" and this changes later, you certify that you will submit a new form listing workers.) Expected job star date (mm/dd/yy) Do you intend to use apprentice employees? ❑ Yes ❑ No Craft/trade/occupation. (Do NOT list apprentices.) When using employees in more than one craft, each craft transition must be accurately recorded on the time sheet. Estimated number of workers Rate of hourly pay Rate of hourly fringe benefits �;;D K5� Company Name Address City State ZIP+4 Contractor Registration Number UBI Number Industrial Insurance Account Number Email Address Phone Number APPROVED: Department of Labor and Industries By Industrial Statistician F700-029-000 statement of intent to pay prevailing wages 05-08 City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 Indicate total dollar amount of your contract (including Sales Tax) or time and materials, if 1 $ applicable. I hereby certify that the information, including any addendum, is correct and that all workers I employ on this Public Works Project will be paid no less than the Prevailing Wage Rate(s) as determined by the Industrial Statistician of the Department of Labor and Industries. Tide Signature icy ,v" Check Number: ❑ $40 or $ i Issued By: DO NOT SEPARATE FORMS PRIOR TO APPROVAL BY L&I (White & canary copies must be submitted -canary will be retained by L&I after approval.) VERSION 7110125 Project Manual Bidding Requirements & Contract Statement of Intent to Pay Prevailing Wages Page -13 Department of Labor and Industries Prevailing Wage (360)902-5335 v.,%-w.Ini.wa.gov/TradesLicensing/PrevWage gT�E AFFIDAVIT OF WAGES PAID R� Public Works Contract T 2 $40.00 Filing Fee Required v Affidavit ID # (Assigned by L&I) • This form must be typed or printed in ink. • Fill in all blanks or form will be returned for correction (see back). • Please allow a minimum of 10 working days for processing. • Once approved, our form will be posted online at the website above. Project Name Contract Number Contract Awarding Agency (public agency - not federal or private) MNM Contractor, company or agency name, address, city, state & ZIP+4 Awarding Agency Address City State ZIP+4 .Awarding Agency Project Contact Person Phone Number County where work was performed City where work was performed Bid due date (mm/dd/yy) Date contract awarded (mnt/dd/yy) Prince Contractor (has contract with the public agency) Prime's Phone Number Prime's Contractor Registration Number Prime's UBI Number Date work completed (mm/dd/yy) Date Intent filed (mm/dd/yy) Intent ID # Was all work subcontracted? Did you use subcontractors? ❑ Yes ❑ No ❑ Yes ❑ No Responding "Yes" to either of the above questions will require that you fill out Addendum B, List of Next Tier Subcontractors. Number of Owner/Operators that own at least 30°/ of the company who will perform work on the project: Did Employees Perform Work on this Project? ❑ Yes ❑ No If"Yes", please list worker's craft/trade/occupation below. Job start date (mm/dd/yy) Craft/trade/occupation and apprentices. (For apprentices, give name, registration #, trade, dates of work on project, stage of progression, wage and fringe.) Number of workers Total # of hours worked — ca. trade Rate of hourly pay Rate of hourly fringe benefits Address City State ZIP+4 Contractor Registration Number UBI Number Industrial Insurance Account Number Email address Phone Number APPROVED: Department of Labor and Industries i By -- Industrial Statistician F700-007-000 affidavit of wages 05-08 City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 I ndicate total dollar amount of your I contract S (including Sales Tax.) I hereby certify that the information, including any addendums, is correct and that all workers I employed on this Public Works Project were paid no less than the Prevailing Wage Rates) as determined by the Industrial Statistician of the Department of Labor and Industries. Title Signature I Check Number: ❑ $40 or $ Issued By: -------- DO NOT SEPARATE FORMS PRIOR TO APPROVAL BY L&I (White & canary copies must be submitted -canary will be retained by L&I after approval. VERSION 7110125 Project Manual Bidding Requirements & Contract Affidavit of Wages Paid Page -14 PROPOSAL CITY OF PORT ORCHARD Bay Street Overwater Structure Demolition PUBLIC WORKS PROJECT NO. PW2025-019 To: Mayor and City Council City of Port Orchard, Washington Contractor: Date: State License No.: Month/Day/Year Bidder's Declaration and Understanding The Bidder declares that s/he has carefully examined the Contract Documents for the construction of the project, that s/he has personally inspected the site, that s/he has satisfied her/himself as to the quantities involved, including materials and equipment, and conditions of work involved, including the fact that the description of the quantities of work and materials, as included herein, is brief and is intended only to indicate the general nature of the work and to identify the said quantities with the detailed requirements of the Contract Documents, and that this Proposal is made according the provisions and under the terms of the Contract Documents, which Documents are hereby made a part of this Proposal. The Bidder further declares that s/he has exercised her/his own judgment regarding the interpretation, of subsurface information and has utilized all data, which s/he believes pertinent from City and other sources and has made such independent investigations as the Bidder deems necessary in arriving at her/his conclusions. Bidder understands that any bid response documents may be subject to release under the Public Records Act Chapter 42.56 RCW and the City may be required to disclose bid responses upon a request. Bidder acknowledges that s/he has been advised to mark any records believed to be trade secrets or confidential in nature as "confidential." If records marked as "confidential" are found to be responsive to the request for records, the City as a courtesy to the Bidder may elect to give notice to Bidder of the request so as to allow Bidder to seek a protective order from a Court. Bidder acknowledges and agrees that any records deemed responsive to a public records request may be released at the sole discretion of, and without notice by, the City. Contract Execution The Bidder agrees that if this Proposal is accepted, s/he will, within fourteen (14) calendar days after Notice of Award, complete and sign the Contract in the form annexed hereto, and will at that time deliver to the City executed copies of the Performance Bond, Labor and Material Payment bond, the Certificate of Insurance, and other documentation required by the Contract Documents, and will, to the extent of her/his Proposal, furnish all machinery, tools, apparatus and other means of construction and do the work and furnish all the materials or services necessary to complete all work as specified or indicated in the Contract Documents. Start of Construction and Contract Completion City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Bidding Requirements & Contract Proposal Page -15 The Bidder further agrees that within 14 calendar days of CONTRACT START DATE, s/he will meet with engineering personnel and begin work no later than September 1st, 2025 and complete the construction within 30 working days of START DATE. Lump Sum and Unit Price Work The Bidder further proposes to accept as full payment for the work proposed herein the amounts computed under the provisions of the Contract Documents and based on lump sum and unit price amounts, it being expressly understood that the unit prices are independent of the exact quantities involved. The Bidder agrees that the lump sum prices and the unit prices represent a true measure of the labor, services, and materials required to perform the work, including all allowances for overhead and profit for each type and unit of work called for in these Contract Documents. If any material, item, or service required by the Contract Documents has not been mentioned specifically, the same shall be furnished and placed with the understanding that the full cost to the City has been merged with prices named in the proposal. City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Bidding Requirements & Contract Proposal Page -16 SCHEDULE OF CONTRACT PRICES Bay Street Overwater Structure Demolition PUBLIC WORKS PROJECT NO. PW2025-019 NOTE: Unit prices for all items and the total amount bid must be shown. The Project must be bid in its entirety, including all bid items as specifically listed in the Proposal, in order to be considered a responsive bid. Where conflict occurs between the unit price and the total amount named for any items, the unit price typed or printed and entered in ink shall prevail. The Contracting Agency reserves the right to award all work bids according to the lowest qualified responsive bid tendered, available funds, and as it best serves the interest of the Contracting Agency. All work awarded will be made to the same Contractor/bidder. Item No. Estimated SP / Description of Item Unit Price Amount Quantity STD Schedule A - Transportation Minor Changes I 1 EST STD $ Twenty -Five Thousand EST $25,000 Words 1-04 Per Estimated Mobilization 2A 1 LS STD $ LS $ Words 1-09 Per Lump Sum Structure and Deck Removal — 1693 Bay Street 3A 1 LS SP 2-02 $ LS $ Words SP 2-02 Per Lump Sum Structure and Deck Removal —1699 Bay 1 LS Street$ 4A SP 2-02 LS $ Words SP 2-02 Per Lump Sum Structure and Deck Removal — 1763 Bay Street 5A 1 LS SP 2-02 $ LS $ Words SP 2-02 Per Lump Sum Structure and Deck Removal — 1777 Bay Street 6A 1 LS SP 2-02 $ LS $ Words SP 2-02 Per Lump Sum Structure and Deck Removal — 1883 Bay Street 7A 1 LS SP 2-02 $ LS $ Words SP 2-02 Per Lump Sum Precast Concrete Barrier Type 2 8A 450 LF STD $ LF $ Words 6-10 Per Linear Feet City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Bidding Requirements & Contract Schedule of Contract Prices Page -17 Item No. Estimated SP / Description of Item Unit Price Amount Quantity STD High Visibility Fence 9A 240 LF STD $ LF $ Words 8-01 Per Linear Feet Erosion and Pollution Prevention Plan 10A 1 LS STD $ LS $ Words 8-01 Per Lump Sum ESC Lead 11A 1 LS STD $ LS $ Words 8-01 Per Each Remove Attenuator 12A 1 EA STD $ EA $ Words 8-17 Per Each Remove Mailbox & Post STD $ $ 13A 3 EA Words 8-18 Per Each Subtotal Sales Tax (9.3%) Total Base Bid SALES TAX Retailing/Retail Sales Tax Rule WAC 458-20-170: Washington State Retail sales tax added as percent (%) in addition to contract bid price; sales tax shown as separate line item. City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 071101257111125 Project Manual Bidding Requirements & Contract Schedule of Contract Prices Page -18 The undersigned bidder hereby agrees to start construction on this project, if awarded, no later than fourteen (14) calendar days after notice to proceed and to complete the project within the time stipulated in the contract. by signing below, bidder acknowledges receipt of the following addenda to the bid documents: Addendum No. Addendum No CITY OF PORT ORCHARD Bay Street Overwater Structure Demolition PUBLIC WORKS PROJECT NO. PW2025-019 Date of Receipt Date of Receipt Addendum No. Addendum No. Date of Receipt Date of Receipt NOTE: Failure to acknowledge receipt of Addenda may be considered as an irregularity in the Bid Proposal and Owner reserves the right to determine whether the bid will be disqualified. By signing below, Bidder certifies that s/he has reviewed the insurance provisions of the Bid Documents and will provide the required coverage. The undersigned Bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date for this Project, the Bidder is not a "willful" violator, as defined in RCW 49.48.082, of any provision of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. OFFICIAL AUTHORIZED TO SIGN FOR BIDDER: "I certify (or declare) under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct." Signature: Date: Printed Name and Title: Location or Place Executed (City, State): Business Address: Business Telephone: NOTES: If the Bidder is a co -partnership, give firm name under which business is transacted; proposal must be executed by a partner. If the Bidder is a corporation, proposal must be executed in the corporate name by the president or vice-president (or any other corporate officer accompanied by evidence of authority to sign). City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Bidding Requirements & Contract Schedule of Contract Prices Page -19 STATE OF ) )ss. COUNTY OF ) I certify that I know or have satisfactory evidence that signed this proposal, on oath stated that he/she was authorized to execute the proposal and acknowledged it as the (title) of (name of parry on behalf of whom proposal was executed) and acknowledged it to be his/her free and voluntary act for the uses and purposes mentioned in this proposal. Dated this day of 520 City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 Notary Public Printed Name My Commission Expires: VERSION 7110125 Project Manual Bidding Requirements & Contract Schedule of Contract Prices Page - 20 BIDDER'S QUALIFICATION FORM CITY OF PORT ORCHARD Bay Street Overwater Structure Demolition PUBLIC WORKS PROJECT NO. PW2025-019 1. Name of Contractor: Address: 2. Telephone No.() Email Address Fax No.: () 3. Washington State Dept. of Labor and Industries Worker's Compensation Account No.: 4. Washington State Dept. of Licensing Contractor's Registration No.: Expiration Date: 5. Washington State Uniform Business Identifier No.: (Must have UBI number before the contract is awarded.) 6. Does the Contractor have a City of Port Orchard Business License Yes: No: (A City of Port Orchard Business license is required prior to commencing work pursuant to a written Notice to Proceed) 7. Number of years engaged in contracting business under above name: 8. At the time of bid submittal, did the contractor have a certificate of registration in compliance with Chapter 18.27 RCW? 9. Does the contractor have industrial insurance coverage for its employees working in Washington as required in Title 51 RCW? (Provide number.) 10. Does the contractor have an employment security department number as required in Title 50 RCW? (Provide number): 11. Does the contractor have a state excise tax registration number as required in Title 82 RCW? (Provide number): 12. Has the contractor been disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3)? City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Bidding Requirements & Contract Bidder's Qualification Form Page - 21 1. 13. If project includes Federal funding. Is the Contractor registered in Sam.gov? Yes_ No 2. Enter Unique ID No. (UEI) 3. 14. Has the contractor received training on the requirements related to public works and prevailing wage under chapters 39.04 and 39.12 RCW, as required in RCW 39.04.350(1)(f) 15. Within the three-year period immediately preceding the date of the bid solicitation, was the contractor (determined by a final and binding citation and notice of assessment issued by the department of labor and industries or through a civil judgment entered by a court of limited or general jurisdiction) to have willfully violated, as defined in RCW 49.48.082, any provision of chapter 49.46, 49.48, or 49.52 RCW? 16. Has the contractor violated the "Off -site Prefabricated Non -Standard Project Specific Items" reporting requirements more than one time as determined by the department of labor and industries? 17. Particular types of construction performed by your company: 18. Gross amount of contracts now on hand: $ 19. List similar recent construction projects that your firm has done in the last 5 years (i.e., water and storm and sanitary sewer main construction, road reconstruction, excavations, extensive dewatering, etc.): Amount Type Owner's Phone Name 20. What is the construction experience of the principal individuals to be assigned to this project? City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Bidding Requirements & Contract Bidder's Qualification Form Page - 22 Years of Construction Name Title Experience Availability Pursuant to RCW 39.06.020, the contractor further agrees to verify responsibility criteria for each of its subcontractors and to require each of its subcontractors to both verify responsibility criteria as described herein for its subcontractors and include instant condition for verification requirement. By: (Authorized Signature) Title: Date: NOTE: Any bidder having current outstanding litigation with the City will not be considered responsible and will be rejected by the City. City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Bidding Requirements & Contract Bidder's Qualification Form Page - 23 BID SECURITY CITY OF PORT ORCHARD Bay Street Overwater Structure Demolition PUNLIC WORKS PROJECT NO. PW2025-019 Bid Deposit: The undersigned Principal hereby submits a Bid Deposit with the City of Port Orchard in the form of a cash deposit, certified or cashier's check, or postal money order in the amount of Dollars Bid Bond: KNOW ALL MEN BY THESE PRESENTS: That we, , as Principal and , as Surety, are held firmly bound unto the City of Port Orchard, Washington, as Obligee, in the penal sum of Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally by these presents. The conditions of this obligation are such that if the Obligee shall make any award to the Principal for , Port Orchard, Washington, according to the terms of the Proposal or Bid made by the Principal therefore, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said Proposal or Bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee, or if the Principal shall, in case of failure to do so, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this Bond. Signed, Sealed and Dated this Principal Signature of Authorized Official Printed Name and Title Name and address of local office of Agent and/or Surety Company: day of , 20 Surety Signature of Authorized Official By: Attorney -in -Fact (Attach Power of Attorney) Surety companies executing bonds must appear on the current Authorized Insurance List in the State of Washington per Section 1-02.7 of the Standard Specification. City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Bidding Requirements & Contract Bid Security Page - 24 NON -COLLUSION DECLARATION Failure to return this Declaration as part of the bid proposal package will make the bid nonresponsive and ineligible for award. NON -COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1 . That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and to have agreed to the provisions of this declaration. To report rigging activities call: 1-800-424-9071 The U-S. Department of Transportation (USDOT) operates the above toll -free "hotline" Monday through Friday, 8:00 a.m. to 5:00 p-m., eastern time_ Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such activities. The -hotline' is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General_ All information will be treated confidentially and caller anonymity will be respected. City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 DOT Fcm 272-336H EF Rev seS S06 VERSION 7110125 Project Manual Bidding Requirements & Contract Bid Security Page - 25 CERTIFICATION OF COMPLIANCE WITH WAGE PAYMENT STATUTES The bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date June 30th, 2025, the bidder is not a "willful" violator, as defined in RCW 49.48.082, of any provision of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. I certify under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct. Bidder's Business Name Signature of Authorized Officer/Representative* Printed Name Title Date Check One: Sole Proprietorship ❑ Partnership ❑ City State Joint Venture ❑ Corporation/LLC ❑ State of Incorporation, or if not a corporation, State where business entity was formed: If a co -partnership, give firm name under which business is transacted: *If a corporation or limited liability company, this certificate must be executed in the entity's name by the president or vice-president (or any other corporate officer accompanied by evidence of authority to sign). If a co partnership, this certificate must be executed by a partner. City of Port Orchard VERSION 7110125 Bay Street Overwater Structure Demolition Project Manual City Project No. — PW2025-019 Bidding Requirements & Contract Certification of Compliance with Wage Statutes Page - 26 SUPPLEMENTAL CRITERIA INFORMATION FORM As evidence that the Bidder meets the mandatory and supplemental responsibility criteria, the apparent two lowest Bidders must submit to the Owner by 12:00 p.m. (noon) of the second business day following the bid submittal deadline, this Supplemental Criteria Information Form verifying that the Bidder meets the Mandatory Criteria under RCW 39.04.350(1) and the Supplemental Bidder Criteria stated below. The two lowest Bidders shall also submit supporting documentation including but not limited to that detailed below (sufficient in the sole judgment of the Owner) demonstrating compliance with all mandatory and supplemental responsibility criteria. The Owner reserves the right to request such documentation from other Bidders as well, and to request further documentation as needed to assess Bidder responsibility. The Owner also reserves the right to obtain information from third parties and independent sources of information concerning a Bidder's compliance with the mandatory and supplemental criteria, and to use that information in their evaluation. The Owner may (but is not required to) consider mitigating factors in determining whether the Bidder complies with the requirements of the supplemental criteria. The basis for evaluation of Bidder compliance with these mandatory and supplemental criteria shall include any documents or facts obtained by Owner (whether from the Bidder or third parties) including but not limited to: (i) financial, historical, or operational data from the Bidder; (ii) information obtained directly by the Owner from others for whom the Bidder has worked, or other public agencies or private enterprises; and (iii) any additional information obtained by the Owner which is believed to be relevant to the matter. If the Owner determines the Bidder does not meet the bidder responsibility criteria and is therefore not a responsible Bidder or the bid is not responsive, the Owner shall notify the Bidder in writing, with the reasons for its determination. If the Bidder disagrees with this determination, it may appeal the determination within two (2) business days of the Owner's determination by presenting its appeal and any additional information to the Owner. The Owner will consider the appeal and any additional information before issuing its final determination. If the final determination affirms that the Bidder is not responsible (or the bid is not responsive), the Owner will not execute a contract with any other Bidder until at least two business days after the Bidder determined to be not responsible (or the bid not responsive) has received the Owner's final determination. Request to Change Supplemental Bidder Responsibility Criteria Prior to Bid: Bidders with concerns about the relevancy or restrictiveness of the Supplemental Bidder Responsibility Criteria may make or submit requests to the Owner to modify the criteria. Such requests shall be in writing, describing the nature of the concerns, and propose specific modifications to the criteria. Bidders shall submit such requests to the Owner no later than five (5) business days prior to the bid submittal deadline and address the request to the Project Engineer or such other person designated by the Owner in the Bid Documents. For criteria with check boxes, the bidder will check either "Yes" or "No." For each "Yes" answer on the form, the Bidder shall provide a signed and dated statement providing the project information requested and explaining the extenuating circumstances. City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Bidding Requirements & Contract Supplement Criteria Information Form Page - 27 Project Name: Part A. General Company Information Company Name: Address: Contact Phone: Contact E-mail: Years in business as a Prime Contractor: Years in business as a subcontractor: Years in business under Present Name: List any former company names under which the company, its owners, and/or its principals has operated in the past five (5) years. Explain reason for name change(s) in the past five (5 years) Part B. Delinquent State Taxes Is the bidder listed on the Washington State Department of Revenue's "Delinquent Taxpayer List" website: http://dor.wa.gov/content/fil eandpaytaxes/latefiling/dtlwest.aspx Yes ❑ No ❑ If "Yes" attach a copy of the written payment plan approved by the Department of Revenue. Part C. Federal Debarment The bidder shall not be listed as a current debarred or suspended bidder on the Federal "System For Award Management" website www.sam.gov. Is the bidder listed as debarred or suspended? Yes ❑ No ❑ Sam.gov Unique Entity ID No. Part D. Subcontractor Responsibility Does the bidder's standard subcontract form include the subcontractor language required by RCW 39.06.020? Does the bidder have an established procedure which it uses to validate the responsibility of each of its subcontractors? Does the subcontract form require that each of the bidder's subcontractors have and document a similar procedure for sub -tier subcontractors? City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Bidding Requirements & Contract Supplement Criteria Information Form Page - 28 Yes ❑ No ❑ If "Yes" or "No", provide a copy of its standard subcontract form and a copy of the procedures used to validate the responsibility of subcontractors. Part E. Prevailing Wages In the last five (5) years, has the bidder had prevailing wage complaints filed against it or received violations as determined by the applicable state or federal government agency monitoring prevailing and/or Davis -Bacon wage compliance? Yes ❑ No ❑ If "Yes," attach a separate signed/dated statement listing the prevailing wage violations, along with an explanation of each violation and how it was resolved. The City shall evaluate these explanations and the resolution of each violation to determine whether the violations demonstrate a pattern of failure to pay prevailing wages to workers unless there are extenuating circumstances acceptable to the City. Part F. Claims Against Retainage and Bonds Does the bidder have a record of any claims filed against the retainage or payment bonds for public works projects during the previous three (3) years? Yes ❑ No ❑ If "Yes", attach a separate signed / dated statement for each project with claims which includes the following: 1) Owner and contact information for the owner; 2) a list of claims filed against the retainage and/or payment bond for the project; and 3) a written explanation of the circumstances surrounding the claim and the ultimate resolution of the claim. The City may contact previous owners to validate the information provided by the Bidder. The City shall evaluate the information to determine if it demonstrates a lack of effective management by the bidder of making timely and appropriate payments, unless there are extenuating circumstances acceptable to the City in its sole discretion. Part G. Public Bidding Crime Has the bidder been convicted of a crime involving bidding on a public works contract within the last five (5) years? Yes ❑ No ❑ Part H. Termination for Cause/Termination for Default Has the bidder had any public works contract terminated for cause by any government agency during the previous five (5) years? City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Bidding Requirements & Contract Supplement Criteria Information Form Page - 29 Yes ❑ No ❑ If "Yes", attach a separate signed / dated statement listing each contract terminated, the government agency terminating the contract and the circumstances involving the termination for cause. The City will determine if there are extenuating circumstances acceptable to the City in its sole discretion. Part 1. Lawsuits Has the bidder been involved in lawsuits (or arbitrations for those instances where arbitration is completed in lieu of a lawsuit) with judgments entered against the bidder for failure to meet terms on contracts in the previous five (5) years? Yes ❑ No ❑ If "Yes", attach a list of lawsuits and/or arbitrations with judgments / arbitration awards entered against the bidder along with a written explanation of the circumstances surrounding each lawsuit and/or arbitration. Part J. Work Experience List at least three construction projects on the attached Work Experience Form, each of which meet all of the following criteria: • Successfully completed street improvements, stormwater treatment, retention, and conveyances, and overhead and underground utility protection and relocations in the past 7 years. • Contract value exceeding $1,000,000.00. Part K. Signature I hereby certify, warrant and declare under penalty of perjury that the information included herein is correct and complete. Failure to disclose requested information or submitting false or misleading information may result in rejection of my bid, termination of my contract, and may impact my firm's ability to bid on future projects. Signature of Authorized Representative Date Printed Name of Authorized Representative Title City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Bidding Requirements & Contract Supplement Criteria Information Form Page - 30 WORK EXPERIENCE FORM List at least three construction projects on the attached Work Experience Form, each of which meet all of the following criteria: • Successfully completed street improvements, stormwater treatment, retention, and conveyances, and overhead and underground utility protection and relocations in the past 7 years. • Contract value exceeding $1,000,000.00. 1. Contract Value $ 2. Contract Value $ 3. Contract Value $ City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Bidding Requirements & Contract Work Experience Form Page - 31 5. Contract Value Contract Value $ City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Bidding Requirements & Contract Work Experience Form Page - 32 SUBCONTRACTOR LIST Per RCW 39.30.060, the bidder is required to submit as part of the bid the names of the subcontractors with whom the bidder will subcontract for performance of the work of HVAC (heating, ventilation, and air conditioning), plumbing as described in chapter 18.106 RCW, and electrical as described in chapter 19.28 RCW, or to name itself for the work and is also required to list the names of subcontractors with whom the bidder will subcontract for performance of the work of structural steel installation and rebar installation. The bidder shall not list more than one subcontractor for each category of work identified, unless subcontractors vary with bid alternates, in which case the bidder must indicate which subcontractor will be used for which alternate. The work to be performed is to be listed below the subcontractor(s) name. The requirement to name the bidder's proposed HVAC, plumbing, electrical, structural steel installation, and rebar installation subcontractors applies only to proposed HVAC, plumbing, electrical, structural steel installation, and rebar installation subcontractors who will contract directly with the bidder submitting the bid to the public entity. Failure to list subcontractors who are proposed to perform the work of HVAC (heating, ventilation and air conditioning), plumbing, and electrical, or to name itself to perform such work, or failing to name subcontractors who are proposed to perform structural steel installation or rebar installation, or naming more than one subcontractor to perform the same work will result in your bid being non -responsive and therefore void. Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Bidding Requirements & Contract Subcontractor List Page - 33 Subcontractor Name Work to be Performed City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Bidding Requirements & Contract Subcontractor List Page - 34 CONTRACT CITY OF PORT ORCHARD Bay Street Overwater Structure Demolition PUBLIC WORKS PROJECT NO. PW2025-019 THIS CONTRACT ("Contract") is made and entered into this day of , 20_, by and between the City of Port Orchard, a municipality incorporated and existing under the laws of the State of Washington, hereinafter called the "City," and hereinafter called the "Contractor." WITNESSETH: I. General Provisions. A. Description of Work. The Contractor, in consideration of the covenants, agreements and payments to be performed and made by the City, hereby covenants and agrees to furnish all labor, tools, materials, equipment and supplies required for, and to execute, construct and finish in full compliance with the Contract Documents, Bay Street Overwater Structure Demolition. The Contractor further agrees to perform all such work for the Contract Price stated in the Contractor's Bid Proposal dated , attached hereto and incorporated herein by this reference as if set forth in full. Contractor further represents that the services furnished under this Agreement will be performed in accordance with and as described in the attached plans and specifications and with the Port Orchard Municipal Code, the City's Public Works Standards, which includes (but is not limited to) the 2021 edition of the WSDOT Standard Specifications for Road, Bridge, and Municipal Construction (which shall apply except where noted otherwise). All of these standards are by this reference incorporated herein and made a part hereof. Contractor further represents that the services furnished under this Agreement will be performed in accordance with generally accepted professional practices within the Puget Sound region in effect at the time such services are performed. The Contract Documents include: Exhibit A -a confirmed copy of the Proposal made by the Contractor on , together with the Instructions to Bidders. Exhibit B — The Project Manual for the Bay Street Overwater Structure Demolition. Exhibit C — Retainage Options All Exhibits to this Contract are by this reference incorporated herein and made a part hereof as if set forth in full. B. Time of Completion. Time is of the essence of this Contract. It is agreed that the work covered by this Contract shall start within 14 calendar days after Notice to Proceed is issued and that all construction shall be complete within 30 working days after the Notice to Proceed Date. City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Bidding Requirements & Contract Contract Page - 35 C. Liquidated Damages. It is further agreed that the City will suffer damage and be put to additional expense in the event that the Contractor shall not have the specified portions of the work completed in all its parts in the time specified, and as it may be difficult to accurately compute the amount of such damage, the Contractor expressly covenants and agrees to pay to the City liquidated damages, the sum as calculated by the equation shown in Section 1-08.9 of the WSDOT Standard Specifications, for each and every working day said work is not complete beyond the time shown in the Proposal. II. Non -Discrimination. During the performance of this Contract, the Contractor, for itself, its assignees, and successors in interest agrees to comply with the following non-discrimination statutes and authorities; including but not limited to compliance with the following Pertinent Non -Discrimination Authorities: • Title VI of the Civil Rights Act of 1964 (42 U S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); and 49 C.F.R. Part 21. • The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal -aid programs and projects); • Federal -Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), (prohibits discrimination on the basis of sex); • Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 C.F.R. Part 27; • The Age Discrimination Act of 1975, as amended, (42 U S.C. § 6101 et seq.), (prohibits discrimination on the basis of age); • Airport and Airway Improvement Act of 1982, (49 USC§ 471, Section 4 7123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex); • The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs or activities" to include all of the programs or activities of the Federal -aid recipients, sub- recipients and contractors, whether such programs or activities are Federally funded or not); • Titles II and III of the Americans with Disabilities Act, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131-12189) as implemented by Department of Transportation regulations at 49 C.P.R. parts 37 and 38; • The Federal Aviation Administration's Non-discrimination statute (49 U.S.C. § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); • Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low -Income Populations, which ensures discrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Bidding Requirements & Contract Contract Page - 36 • Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to -ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100); • Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq). Title VI of the Civil Rights Act of 1964 The City of Port Orchard, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000d-4 and Title 49, Code of Federal Regulations, Department of Transportation subtitle A, Office of the Secretary, Part 21, nondiscrimination in federally assisted programs of the Department of Transportation issued pursuant to such Act, must affirmatively ensure that its contracts comply with these regulations. Also, in accordance with Title VI, the City is required to include the following clauses in every contract subject to Title VI and its related regulations. Therefore, during the performance of this Contract, the Contractor, for itself, its assignees, and successors in interest agrees as follows: 1. Compliance with Regulations: The Contractor will comply with the Acts and the regulations relative to Nondiscrimination in Federally -assisted programs of the U.S. Department of Transportation, Federal Highway Administration (FHWA), as they may be amended from time to time, which are herein incorporated by reference and made a part of this Contract. 2. Nondiscrimination: The Contractor, with regard to the work performed by it during this Contract, will not discriminate on the grounds of race, color, national origin, sex, age, disability, income -level, or LEP in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The Contractor will not participate directly or indirectly in the discrimination prohibited by the Acts and the Regulations as set forth in Appendix A, attached hereto and incorporated herein by this reference, including employment practices when this Contract covers any activity, project, or program set forth in Appendix B of 49 C.F.R. part 21. 3. Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding, or negotiation made by the Contractor for work to be performed under a subcontract, including procurements of materials, or leases of equipment, each potential subcontractor or supplier will be notified by the Contractor of the Contractor's obligations under this Contract and the Acts and the Regulations relative to Non-discrimination on the grounds of race, color, national origin, sex, age, disability, income -level, or LEP. 4. Information and Reports: The Contractor will provide all information and reports required by the Acts, the Regulations and directives issued pursuant thereto and will permit City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Bidding Requirements & Contract Contract Page - 37 access to its books, records, accounts, other sources of information, and its facilities as may be determined by the City or the FHWA to be pertinent to ascertain compliance with such Acts, Regulations, and instructions. Where any information required of the Contractor is in the exclusive possession of another who fails or refuses to furnish the information, the Contractor will so certify to the City or the FHWA, as appropriate, and will set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance: In the event of the Contractor's noncompliance with the Non-discrimination provisions of this Contract, the City will impose such contract sanctions as it or the FHWA may determine to be appropriate, including, but not limited to: 1. withholding payments to the Contractor under the Contract until the Contractor complies; and/or 2. cancelling, terminating, or suspending the Contract, in whole or in part. 6. Incorporation of Provisions: The Contractor will include the provisions of paragraphs one through six in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts, the Regulations and directives issued pursuant thereto. The Contractor will take action with respect to any subcontract or procurement as the City or the FHWA may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, that if the Contractor becomes involved in, or is threatened with litigation by a subcontractor, or supplier because of such direction, the Contractor may request the City to enter into any litigation to protect the interests of the City. In addition, the Contractor may request the United States to enter into the litigation to protect the interests of the United States. III. Public Records Act Chapter 42.56 RCW Contractor understands that her/his bid response documents, and any contract documents may be subject to release under the Public Records Act Chapter 42.56 RCW and the City may be required to disclose such documents upon a request. Contractor acknowledges that s/he has been advised to mark any records believed to be trade secrets or confidential in nature as "confidential." If records marked as "confidential" are found to be responsive to the request for records, the City as a courtesy to the Contractor, may elect to give notice to Contractor of the request so as to allow Contractor to seek a protective order from a Court. Contractor acknowledges and agrees that any records deemed responsive to a public records request may be released at the sole discretion of, and without notice by, the City. IV. Termination The City may terminate this contract for cause or for convenience. City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Bidding Requirements & Contract Contract Page - 38 Termination for Cause. The City may, upon 7 days written notice to Contractor and to its surety, terminate (without prejudice to any right or remedy of the City) the contract, or any part of it, for cause upon the occurrence of any one or more of the following events: Contractor fails to complete the work or any portion thereof with sufficient diligence to ensure substantial completion of the work within the contract time; Contractor is adjudged bankrupt, makes a general assignment for the benefit of its creditors, or a receiver is appointed on account of its insolvency; Contractor fails in a material way to replace or correct work not in conformance with the Contract Documents, Contractor repeatedly fails to supply skilled workers or proper materials or equipment; Contractor materially disregards or fails to comply with laws, ordinances, rules, regulations, or orders of any public authority having jurisdiction; or Contractor is otherwise in material breach of any provision of the contract. Upon termination, the City may, at its option, take possession of or use all documents, materials, equipment, tools, and construction equipment and machinery thereon owned by Contractor to maintain the orderly progress of, and to finish, the work, and finish the work by whatever other reasonable method it deems expedient. Termination for Convenience. The City may, upon written notice, terminate (without prejudice to any right or remedy of the City) the contract, or any part of it, for the convenience of the City. Settlement of Costs. If the City terminates for convenience, Contractor shall be entitled to make a request for an equitable adjustment for its reasonable direct costs incurred prior to the effective date of the termination, plus a reasonable allowance for overhead and profit on work performed prior to termination, plus the reasonable administrative costs of the termination, but shall not be entitled to any other costs or damages, whatsoever, provided however, the total sum payable upon termination shall not exceed the Contract Sum reduced by prior payments. V. Corporate Surety Bond With this Contract, Contractor is furnishing a Corporate Surety Bond in the amount of Dollars ($ ) with as Surety, to ensure full compliance, execution and performance of this Contract by the Contractor in accordance with all its terms and provisions. VI. Independent Contractor. The parties intend that an Independent Contractor -Employer Relationship will be created by this Agreement and that the Contractor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. VII. Employment of State Retirees. City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Bidding Requirements & Contract Contract Page - 39 The City is a "DRS-covered employer" which is an organization that employs one or more members of any retirement system administered by the Washington State Department of Retirement Systems (DRS). Pursuant to RCW 41.50.139(1) and WAC 415-02-325(1), the City is required to elicit on a written form if any of the Contractor's employees providing services to the City retired using the 2008 Early Retirement Factors (ERFs), or if the Contractor is owned by an individual who retired using the 2008 ERFs, and whether the nature of the service and compensation would result in a retirement benefit being suspended. Failure to make this determination exposes the City to significant liability for pension overpayments. As a result, before commencing work under this Agreement, Contractor shall determine whether any of its employees providing services to the City or any of the Contractor's owners retired using the 2008 ERFs, and shall immediately notify the City and shall promptly complete the form provided by the City after this notification is made. This notification to DRS could impact the payment of retirement benefits to employees and owners of Contractor. Contractor shall indemnify, defend, and hold harmless the City from any and all claims, damages, or other liability, including attorneys' fees and costs, relating to a claim by DRS of a pension overpayment caused by or resulting from Contractor's failure to comply with the terms of this provision. This provision shall survive termination of this Agreement. VIII. Changes. The City may issue a written change order for any change in the Contract work during the performance of this Agreement. If the Contractor determines, for any reason, that a change order is necessary, Contractor must submit a written change order request to the person listed in the Notice provision section of this Agreement, within fourteen (14) calendar days of the date Contractor knew or should have known of the facts and events giving rise to the requested change. If the City determines that the change increases or decreases the Contractor's costs or time for performance, the City will make an equitable adjustment. The City will attempt, in good faith, to reach agreement with the Contractor on all equitable adjustments. However, if the parties are unable to agree, the City will determine the equitable adjustment as it deems appropriate. The Contractor shall proceed with the change order work upon receiving either a written change order from the City or an oral order from the City before actually receiving the written change order. If the Contractor fails to require a change order within the time specified in this paragraph, the Contractor waives its right to make any claim or submit subsequent change order requests for that portion of the contract work. If the Contractor disagrees with the equitable adjustment, the Contractor must complete the change order work; however, the Contractor may elect to protest the adjustment as provided in subsections A through E of Section IX entitled, "Claims," below. The Contractor accepts all requirements of a change order by: (1) endorsing it, (2) writing a separate acceptance, or (3) not protesting in the way this section provides. A change order that is accepted by Contractor as provided in this section shall constitute full payment and final settlement of all claims for contract time and for direct, indirect and consequential costs, including costs of delays related to any work, either covered or affected by the change. IX. Claims. If the Contractor disagrees with anything required by a change order, another written order, or an oral order from the City, including any direction, instruction, interpretation, or determination by the City, the Contractor may file a claim as provided in this section. The Contractor shall give written notice to the City of all claims within fourteen (14) calendar days of City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Bidding Requirements & Contract Contract Page - 40 the occurrence of the events giving rise to the claims, or within fourteen (14) calendar days of the date the Contractor knew or should have known of the facts or events giving rise to the claim, whichever occurs first. Any claim for damages, additional payment for any reason, or extension of time, whether under this Agreement or otherwise, shall be conclusively deemed to have been waived by the Contractor unless a timely written claim is made in strict accordance with the applicable provisions of this Agreement. At a minimum, a Contractor's written claim shall include the information set forth in subsections A, items 1 through 5 below. FAILURE TO PROVIDE A COMPLETE, WRITTEN NOTIFICATION OF CLAIM WITHIN THE TIME ALLOWED SHALL BE AN ABSOLUTE WAIVER OF ANY CLAIMS ARISING IN ANY WAY FROM THE FACTS OR EVENTS SURROUNDING THAT CLAIM OR CAUSED BY THAT DELAY. A. Notice of Claim. Provide a signed written notice of claim that provides the following information: 1. The date of the Contractor's claim; 2. The nature and circumstances that caused the claim; 3. The provisions in this Agreement that support the claim; 4. The estimated dollar cost, if any, of the claimed work and how that estimate was determined; and 5. An analysis of the progress schedule showing the schedule change or disruption if the Contractor is asserting a schedule change or disruption. B. Records. The Contractor shall keep complete records of extra costs and time incurred as a result of the asserted events giving rise to the claim. The City shall have access to any of the Contractor's records needed for evaluating the protest. The City will evaluate all claims, provided the procedures in this section are followed. If the City determines that a claim is valid, the City will adjust payment for work or time by an equitable adjustment. No adjustment will be made for an invalid protest. C. Contractor's Duty to Complete Protested Work. In spite of any claim, the Contractor shall proceed promptly to provide the goods, materials and services required by the City under this Agreement. D. Failure to Protest Constitutes Waiver. By not protesting as this section provides, the Contractor also waives any additional entitlement and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). E. Failure to Follow Procedures Constitutes Waiver. By failing to follow the procedures of this section, the Contractor completely waives any claims for protested work and accepts from the City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Bidding Requirements & Contract Contract Page - 41 City any written or oral order (including directions, instructions, interpretations, and determination). X. Limitation Of Actions. CONTRACTOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR CONTRACTOR'S ABILITY TO FILE THAT CLAIM OR SUIT SHALL BE FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. XI. Warranty. Upon acceptance of the contract work, Contractor must provide the City a two-year warranty bond in the amount of twenty percent (20%) of the contract price a form and amount acceptable to the City. The Contractor shall correct all defects in workmanship and materials within two (2) years from the date of the City's acceptance of the Contract work, including replacing vegetation that fails to thrive. In the event any parts are repaired or replaced, only original replacement parts shall be used —rebuilt or used parts will not be acceptable. When defects are corrected, the warranty for that portion of the work shall extend for one (1) additional year from the date such correction is completed and accepted by the City. The Contractor shall begin to correct any defects within seven (7) calendar days of its receipt of notice from the City of the defect. If the Contractor does not accomplish the corrections within a reasonable time as determined by the City, the City may complete the corrections and the Contractor shall pay all costs incurred by the City in order to accomplish the correction. XII. Indemnification. Contractor shall defend, indemnify, and hold the City, its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the Contractor's performance of this Agreement, except for that portion of the injuries and damages caused by the sole negligence of the City. The City's inspection or acceptance of any of Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the contractor's waiver of immunity under Industrial Insurance, Title 51 RCW, solely City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Bidding Requirements & Contract Contract Page - 42 for the purposes of this indemnification. The parties further acknowledge that they have mutually negotiated this waiver. THE PROVISIONS OF THIS SECTION SHALL SURVIVE THE EXPIRATION OR TERMINATION OF THIS AGREEMENT. XIII. Insurance. The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, its agents, representative, employees or subcontractors. No Limitation. Contractor's maintenance of insurance as required by the agreement shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. A. Minimum Scope of Insurance. Contractor shall obtain insurance of the types described below: 1. Automobile Liability insurance covering all owned, non -owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, stop gap liability, independent contractors, products -completed operations, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 1185. There shall be no endorsement or modification of the Commercial General Liability insurance for liability arising from explosion, collapse or underground property damage. The City shall be named as an insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO Additional Insured endorsement CG 20 10 10 01 and Additional Insured -Completed Operations endorsement CG 20 37 10 01 or substitute endorsements providing equivalent coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 4. Builders Risk insurance covering interests of the City, the Contractor, Subcontractors, and Sub -subcontractors in the work. Builders Risk insurance shall be on a all-risk policy form and shall insure against the perils of fire and extended coverage and physical loss or damage including flood and earthquake, theft, vandalism, malicious mischief, collapse, temporary buildings and debris removal. This Builders Risk insurance covering the work will have a deductible of $5,000 for each occurrence, which will be the City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Bidding Requirements & Contract Contract Page - 43 responsibility of the Contractor. Higher deductibles for flood and earthquake perils may be accepted by the City upon written request by the Contractor and written acceptance by the City. Any increased deductibles accepted by the City will remain the responsibility of the Contractor. The Builders Risk insurance shall be maintained until final acceptance of the work by the City. B. Minimum Amounts of Insurance. Contractor shall maintain the following insurance limits: Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. 2. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate and a $2,000,000 products - completed operations aggregate limit. Builders Risk insurance shall be written in the amount of the completed value of the project with no coinsurance provisions. C. Other Insurance Provisions. The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability, Commercial General Liability and Builders Risk insurance: 1. The Contractor's insurance coverage shall be primary insurance as respect the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either parry, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. D. Contractor's Insurance for Other Losses. The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee -owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences. E. Waiver of Subrogation. The Contractor and the City waive all rights against each other any of their Subcontractors, Sub -subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extend covered by Builders Risk insurance or other property insurance obtained pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. F. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating of not less than ANII. G. Verification of Coverage. Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Bidding Requirements & Contract Contract Page - 44 insured endorsement, evidencing the Automobile Liability and Commercial General Liability insurance of the Contractor before commencement of the work. Before any exposure to loss may occur, the Contractor shall file with the City a copy of the Builders Risk insurance policy that includes all applicable conditions, exclusions, definitions, terms and endorsements related to this Project. H. Subcontractors. Contractor shall ensure that each subcontractor of every tier obtain at a minimum the same insurance coverage and limits as stated herein for the Contractor (with the exception of Builders Risk insurance). Upon request the City, the Contractor shall provide evidence of such insurance. XIV. WORK PERFORMED AT CONTRACTOR'S RISK. Contractor shall take all necessary precautions and shall be responsible for the safety of its employees, agents, and subcontractors in the performance of the contract work and shall utilize all protection necessary for that purpose. All work shall be done at Contractor's own risk, and Contractor shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. XV. Miscellaneous Provisions. A. Non -Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. B. Resolution of Disputes and Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. If the parties are unable to settle any dispute, difference or claim arising from the parties' performance of this Agreement, the exclusive means of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules and jurisdiction of the Kitsap County Superior Court, Kitsap County, Washington, unless the parties agree in writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the parties' performance of this Agreement, each parry shall pay all its legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit, including all appeals, in addition to any other recovery or award provided by law; provided, however, nothing in this paragraph shall be construed to limit the City's right to indemnification under Section XII of this Agreement. C. Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. D. Assignment. Any assignment of this Agreement by either party without the written consent of the non -assigning party shall be void. If the non -assigning party gives its consent to any City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Bidding Requirements & Contract Contract Page - 45 assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. E. Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the City and Contractor. F. Entire Agreement. The written provisions and terms of this Agreement, together with any Exhibits attached hereto, shall supersede all prior verbal statements of any officer or other representative of the City, and such statements shall not be effective or be construed as entering into or forming a part of or altering in any manner this Agreement. All of the above documents are hereby made a part of this Agreement. However, should any language in any of the Exhibits to this Agreement conflict with any language contained in this Agreement, the terms of this Agreement shall prevail. G. Compliance with Laws. The Contractor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to Contractor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. H. Counterparts. This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement.IN WITNESS WHEREOF the parties hereto have caused these presents to be duly executed. CITY OF PORT ORCHARD By: Robert Putaansuu, Mayor CONTRACTOR By: Title: Address: ATTEST: Brandy Wallace, MMC, City Clerk APPROVED AS TO FORM: Charlotte Archer, City Attorney City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Bidding Requirements & Contract Contract Page - 46 NOTICES TO BE SENT TO: CONTRACTOR: NAME: ADDRESS: TELEPHONE: Email: CITY Attn. Denis Ryan, PMP, CPWP-M 216 Prospect Street, Port Orchard, WA 98366 TELEPHONE (360) 876-7034 Dryan(i�portorchardwa.gov With a copy to the City Clerk at the same address City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Bidding Requirements & Contract Contract Page - 47 Contractor: Project Name: Date: EXHIBIT C 5% RETAINAGE INVESTMENT OPTION' Project Number: Pursuant to RCW 60.28.010, as amended, you may exercise an option as to how the 5% retainage under this contract will be invested. Please complete and sign this form indication your preference. If you fail to do so you will miss the benefit of any interest earned. Select one of the following options: 1. Savings Account: Money will be placed in an interest -bearing account. The interest will be paid to you directly, rather than kept on deposit. If this is your choice, then please complete attached SAVINGSACCOUNT AGREEMENT. Please state the name of your bank. Bank: 2. Escrow/Investments: The City will deliver retainage checks to a selected bank, pursuant to an escrow agreement. The bank will then invest the funds in securities or bonds selected by you, and interest will be paid to you as it accrues. If this is your choice then please complete attached ESCROW AGREEMNT. Preferred Bank: Securities/Bonds: F-1 3. Guarantee Deposit: Retainage will be held by the City. No interest is payable to the Contractor Retainage is normally released 45 days after final acceptance of the work or following receipt of Labor and Industries/Department of Revenue clearance, whichever date is the later. Retainage on landscaping work may be longer, due to its seasonal nature. However, if this project is subject to grant funding, then the retainage may also be held until such time as the Contractor meets its obligations to the City to provide required information and documentation for compliance with the grant funding requirements. State law allows for limited early release of retainage in certain circumstance. Contractor's Signature Title If the Contractor opts to post a retainage bond under RCW 60.28.011, such bond shall be in a form acceptable to the City, shall be with a surety with a minimum of A.M. Best financial strength rating of a minimum of A-. City of Port Orchard VERSION 7110125 Bay Street Overwater Structure Demolition Project Manual City Project No. — PW2025-019 Bidding Requirements & Contract 5% Retainage investment option Page - 48 SAVING ACCOUNT AGREEMENT TO BANK: SAVINGS ACCOUNT NO: BANK'S ADDRESS: AGENCY: CITY OF PORT ORCHARD 216 Prospect Street Port Orchard WA 98366 CONTRACT NO: PROJECT TITLE: The estimated completion date of contract is: The undersigned, , herein referred to as the CONTRACTOR, has directed the CITY OF PORT ORCHARD, Washington, hereinafter referred to as the AGENCY, to deliver to you its warrants which shall be payable to you and the CONTRACTOR jointly. Such warrants are to be held and disposed of by you in accordance with the following instructions and upon the terms and conditions hereinafter set forth. INSTRUCTIONS I. Warrants or checks made payable to you and the CONTRACTOR jointly upon delivery to you shall be endorsed by you and forwarded for collection. The moneys will then be placed by you in an interest - bearing savings account. 2. When and as interest on the savings account accrues and is paid, you shall collect such interest and forward it to the CONTRACTOR at its address designated below unless otherwise director by the CONTRACTOR. 3. You are not authorized to deliver to the CONTRACTOR all or any part of the principal held by you pursuant to this agreement, except in accordance with written instruction from the AGENCY. Compliance with such instructions shall relieve you of any further liability related thereto. 4. The CONTRACTOR agrees to pay you as compensation for your services hereunder as follows: Payment of all fees shall be the sole responsibility of the CONTRACTOR and shall not be deducted from any moneys placed with you pursuant to this agreement until and unless the AGENCY directs the release to the CONTRACTOR, whereupon you shall be granted a first lien upon such moneys released and shall be entitled to reimburse yourself from such moneys for the entire amount of your fees as provided for herein above. In the event that you are made a party to any litigation with respect to the moneys held by you hereunder, or in the event that the conditions of this agreement are not promptly fulfilled, or that you are required to render any service not provided for in these instructions, or that there is any assignment of the interests of this agreement, or any modification hereof, you shall be entitled to reasonable compensation for such extraordinary services from the CONTRACTOR and City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Bidding Requirements & Contract Saving Account Agreement Page - 49 reimbursement from the CONTRACTOR for all costs and expenses, including attorney fees occasioned by such default, delay, controversy or litigation. 5. This agreement shall not be binding until executed by the CONTRACTOR and the AGENCY and accepted by you. 6. This instrument contains the entire agreement between you, the CONTRACTOR and the AGENCY. You are not a party to nor bound by any instrument or agreement other than this. You shall not be required to take notice of any default or any other matter nor be bound by nor required to give notice or demand, nor required to take any action whatever except as herein expressly provided. You shall not be liable for any loss or damage not caused by your own negligence or willful misconduct. 7. The foregoing provisions shall be binding upon the assigns, successors, personal representative and heir of the Parties hereto. Contractor BY: Title: Date: Address: CITY OF PORT ORCHARD Agency Date: The above savings account agreement and instruction received and accepted this ,20 City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 Bank Name Authorized Bank Officer day of VERSION 7110125 Project Manual Bidding Requirements & Contract Saving Account Agreement Page - 50 TO BANK: BANK'S ADDRESS: AGENCY: CONTRACT NO.: PROJECT TITLE: ESCROW AGREEMENT ESCROW NO.: CITY OF PORT ORCHARD 216 Prospect Street Port Orchard WA 98366 The estimated completion date of contract is: The undersigned, , herein referred to as the CONTRACTOR, has directed the CITY OF PORT ORCHARD, Washington, hereinafter referred to as the AGENCY, to deliver to you its warrants which shall be payable to you and the CONTRACTOR jointly. Such warrants are to be held and disposed of by you in accordance with the following instructions and upon the terms and conditions hereinafter set forth. INSTRUCTIONS 1. Warrants or checks made payable to you and the CONTRACTOR jointly upon delivery to you shall be endorsed by you and forwarded for collection. The moneys will then be used by you to purchase, as directed by the CONTRACTOR, bonds or other securities chosen by the CONTRACTOR and approved by the AGENCY. Attached is a list of such bonds, or other securities approved by the AGENCY. Other bonds or securities, except stocks may be selected by the CONTRACTOR, subject to express written approval of the AGENCY. Purchase of such bonds or other securities shall be in a form which shall allow you alone to reconvert such bonds or other securities into money if you are required to do so by the AGENCY as provided in Paragraph 4 of this Escrow Agreement. 2. When and as interest on the securities held by you pursuant to this agreement accrues and is paid, you shall collect such interest and forward it to the CONTRACTOR at its address designated below unless otherwise directed by the CONTRACTOR. 3. You are not authorized to deliver to the CONTRACTOR all or any part of the securities held by you pursuant to this agreement (or any moneys derived from the sale of such securities, or the negotiation of the AGENCY'S warrants) except in accordance with written instructions City of Port Orchard VERSION 7110125 Bay Street Overwater Structure Demolition Project Manual City Project No. — PW2025-019 Bidding Requirements & Contract Escrow Agreement Page - 51 from the AGENCY. Compliance with such instruction shall relieve you of any further liability related thereto. 4. In the event the AGENCY orders you to do so in writing, you shall within thirty-five (35) days of receipt of such order, reconvert into money the securities held by you pursuant to this agreement and return such money together with any other moneys held by you hereunder, to the AGENCY. 5. The CONTRACTOR agrees to pay you as compensation for your services hereunder as follows: Payment of all fees shall be the sole responsibility of the CONTRACTOR and shall not be deducted from any property placed with you pursuant to this agreement until and unless the AGENCY directs the release to the CONTRACTOR of the securities and moneys held hereunder whereupon you shall be granted a first lien upon such property released and shall be entitled to reimburse yourself from such property for the entire amount of your fees as provided for herein above. In the event that are made a parry to any litigation with respect to the property held by you hereunder, or in the event that the conditions of this escrow are not promptly fulfilled or that you are required to render any service not provided for in these instructions, or that there is any assignment of the interest of this escrow or any modification hereof, you shall be entitled to reasonable compensation for such extraordinary services from the CONTRACTOR and reimbursement from the CONTRACTOR for all costs and expenses, including attorney fees occasioned by such default, delay, controversy or litigation. 6. This agreement shall not be binding until executed by the CONTRACTOR and the AGENCY and accepted by you. 7. This instrument contains the entire agreement between you, the CONTRACTOR and the AGENCY with respect to this escrow and you are not a party to nor bound by any instrument or agreement other than this; you shall not be required to take notice of any default or any other matter nor be bound by nor be bound by nor required to give notice or demand , nor required to take action whatever except as herein expressly provided; you shall not be liable for any loss or damage not caused by your own negligence or willful misconduct. The foregone provision shall be binding upon the assigns, successors, personal representative, and heir of the Parties hereto. Contractor By: Title: Date: Address: CITY OF PORT ORCHARD Agency IM Date: The above escrow agreement and instruction received and accepted this day of City of Port Orchard VERSION 7110125 Bay Street Overwater Structure Demolition Project Manual City Project No. — PW2025-019 Bidding Requirements & Contract Escrow Agreement Page - 52 , 20 Bank Name Authorized Bank Officer SECURITIES AUTHORIZED BY AGENCY 1. Bills, certificates, notes or bonds of the United States; 2. Other obligations of the United States or its agencies; 3. Obligation of any corporation wholly -owned by the government of the United States; 4. Indebtedness of the Federal Nation Mortgage Association; and 5. Time deposits in commercial banks. City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Bidding Requirements & Contract Escrow Agreement Page - 53 We, PERFORMANCE AND PAYMENT BOND CITY OF PORT ORCHARD PROJECT PW PROJECT NO. Bond to City of Port Orchard, Bond No. and Washington (Principal) (Surety) a Corporation, and as a surety corporation authorized to become a surety upon Bonds of Contractors with municipal corporations in Washington State, are jointly and severally bound to the City of Port Orchard, Washington ("Owner"), in the penal sum of Dollars ($ ), the payment of which sum, on demand, we bind ourselves and our successors, heirs, administrators, executors, or personal representatives, as the case may be. This Performance Bond is provided to secure the performance of Principal in connection with a contract dated 20, between Principal and Owner for a project entitled ("Project") — Public Works Project No. ("Contract"). The initial penal sum shall equal 100 percent of the Total Bid Price, including all applicable state sales tax, as specified in the Proposal submitted by Principal. NOW, THEREFORE, this Performance and Payment Bond shall be satisfied and released only upon the condition that Principal: Faithfully performs all provisions of the Contract and changes authorized by Owner in the manner and within the time specified as may be extended under the Contract; Pays all laborers, mechanics, subcontractors, lower tier subcontractors, material -persons, and all other persons or agents who supply labor, equipment, or materials to the Project; Pays the taxes, increases and penalties incurred on the Project under Titles 50, 51 and 82 RCW on: (A) Projects referred to in RCW 60.28.011(1)(b); and/or (B) Projects for which the bond is conditioned on the payment of such taxes, increases and penalties; and Posts a two-year warranty/maintenance bond to secure the project. Such bond shall be in the amount of twenty percent (20%) of the project costs. Provided, further that this bond shall remain in full force and effect until released in writing by the City at the request of the Surety or Principal. The surety shall indemnify, defend, and protect the Owner against any claim of direct or indirect loss resulting from the failure: Of the Principal (or any of the employees, subcontractors, or lower tier subcontractors of the Principal) to faithfully perform the Contract, or City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Bidding Requirements & Contract Performance & Payment Bond Page - 54 Of the Principal (or any subcontractor or lower tier subcontractor of the Principal) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, material person, or any other person who provides supplies or provisions for carrying out the work. The liability of Surety shall be limited to the penal sum of this Performance and Payment Bond. No change, extension of time, alteration, or addition to the terms of the Contract or to the Work to be performed under the Contract shall in any way affect Surety's obligation on the Performance Bond. Surety hereby waives notice of any change, extension of time, alteration, or addition to the terms of the Contract or the Work, with the exception that Surety shall be notified if the Contract time is extended by more than twenty percent (20%). If any modification or change increases the total amount to be paid under the Contract, Surety's obligation under this Performance and Payment Bond shall automatically increase in a like amount. Any such increase shall not exceed twenty-five percent (25%) of the original amount of the Performance and Payment Bond without the prior written consent of Surety. This Performance and Payment Bond shall be governed and construed by the laws of the State of Washington, and venue shall be in Kitsap County, Washington. IN WITNESS WHEREOF, the parties have executed this instrument in two (2) identical counterparts this day of , 20 Principal Signature of Authorized Official Printed Name and Title Name and address of local office of Agent and/or Surety Company: Surety Signature of Authorized Official By Attorney in Fact (Attach Power of Attorney) Surety companies executing bonds must appear on the current Authorized Insurance List in the State of Washington per Section 1-02.7 of the Standard Specifications. City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Bidding Requirements & Contract Performance & Payment Bond Page - 55 ACKNOWLEDGEMENT Corporation, Partnership, or Individual STATE OF )ss. COUNTY OF On this day of , 20 , before me, the undersigned, a Notary Public in and for the State of Washington, duly commissioned and sworn, personally appeared , to me known to be the (check one of the following boxes): 0 of , the corporation, 0 partnership, n individual, of the that executed the foregoing instrument to be the free and voluntary act and deed of said o corporation, o partnership, o individual for the uses and purposes therein mentioned, and on oath stated that o he oshe was authorized to execute said instrument. WITNESS my hand and official seal hereto affixed the day and year first above written. 1. Notary Seal with Ink Stamp City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 Print or type name NOTARY PUBLIC, in and for the State of Washington Residing at My Commission expires: VERSION 7110125 Project Manual Bidding Requirements & Contract Acknowledgement Page - 56 SURETY ACKNOWLEDGEMENT STATE OF )ss. COUNTY OF On this day of , 20 , before me, the undersigned, a Notary Public in and for the State of Washington, duly commissioned and sworn, personally appeared to me known to be the of , the corporation that executed the foregoing instrument, and acknowledged the said instrument to be the free and voluntary act and deed of said corporation, for the uses and purposes therein mentioned, and on oath stated that n he n she was authorized to execute said instrument. WITNESS my hand and official seal hereto affixed the day and year first above written. Notary Seal With Ink Stamp City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 Print or type name NOTARY PUBLIC, in and for the State of Washington Residing My Commission expires: VERSION 7110125 Project Manual Bidding Requirements & Contract Surety Acknowledgement Page - 57 CITY OF PORT ORCHARD MAINTENANCEIWARRANTY BOND NOTE: This form must be completed at Contract Completion. Before the Performance Bond or the retainage can be released, the City must receive the two year Maintenance /Warranty Bond Project #: Surety Bond #: Date Posted: Expiration Date: Project Name: Owner/Developer/Contractor: Address: KNOW ALL PERSONS BY THESE PRESENTS: That we, Project (hereinafter called the "Principal'), and , a corporation organized under the laws of the State of and authorized to transact surety business in the State of Washington (hereinafter called the "Surety"), are held and firmly bound unto the City of Port Orchard, Washington, in the sum of dollars ($ ) 20% of the total contract amount, lawful money of the United States of America, for the payment of which sum we and each of us bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. THE CONDITIONS of the above obligation are such that: WHEREAS, the above named Principal has constructed and installed certain improvements on public property in connection with a project as described above within the City of Port Orchard; and WHEREAS, the Principal is required to post a bond for the twenty-four (24) months following written and final acceptance of the project in order to provide security for the obligation of the Principal to repair and/or replace said improvements against defects in workmanship, materials or installation during the twenty-four (24) months after written and final approval/acceptance of the same by the City; NOW, THEREFORE, this Maintenance Bond has been secured and is hereby submitted to the City. It is understood and agreed that this obligation shall continue in effect until released in writing by the City, but only after the Principal has performed and satisfied the following conditions: A. The work or improvements installed by the Principal and subject to the terms and conditions of this Bond are as follows: (insert complete description of work here) B. The Principal and Surety agree that the work and improvements installed in the above - referenced project shall remain free from defects in material, workmanship and installation (or, in City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Bidding Requirements & Contract Maintenance / Warranty Bond Page - 58 the case of landscaping, shall survive,) for a period of twenty-four (24) months after written and final acceptance of the same and approval by the City. Maintenance is defined as acts carried out to prevent a decline, lapse or cessation of the state of the project or improvements as accepted by the City during the twenty-four (24) month period after final and written acceptance, and includes, but is not limited to, repair or replacement of defective workmanship, materials or installations. C. The Principal shall, at its sole cost and expense, carefully replace and/or repair any damage or defects in workmanship, materials or installation to the City -owned real property on which improvements have been installed and leave the same in as good condition or better as it was before commencement of the work. D. The Principal and the Surety agree that in the event any of the improvements or restoration work installed or completed by the Principal as described herein, fail to remain free from defects in materials, workmanship or installation (or in the case of landscaping, fail to survive), for a period of twenty-four (24) months from the date of approval/acceptance of the work by the City, the Principal shall repair and/replace the same within ten (10) days of demand by the City, and if the Principal should fail to do so, then the Surety shall: Within twenty (20) days of demand of the City, make written commitment to the City that it will either: a). remedy the default itself with reasonable diligence pursuant to a time schedule acceptable to the City; or b). tender to the City within an additional ten (10) days the amount necessary, as determined by the City, for the City to remedy the default, up to the total bond amount. Upon completion of the Surety's duties under either of the options above, the Surety shall then have fulfilled its obligations under this bond. If the Surety elects to fulfill its obligation pursuant to the requirements of subsection D(1)(b), the City shall notify the Surety of the actual cost of the remedy, upon completion of the remedy. The City shall return, without interest, any overpayment made by the Surety, and the Surety shall pay to the City any actual costs which exceeded the City estimate, limited to the bond amount. 2. In the event the Principal fails to make repairs or provide maintenance within the time period requested by the City, then the City, its employees and agents shall have the right at the City's sole election to enter onto said property described above for the purpose of repairing or maintaining the improvements. This provision shall not be construed as creating an obligation on the part of the City or its representatives to repair or maintain such improvements. E. Corrections. Any corrections required by the City shall comm ence within ten (10) days of notification by the City and completed within thirty (30) days of the date of notification. If the work is not performed in a timely manner, the City shall have the right, without recourse to legal action, to take such action under this bond as described in Section D above. F. Extensions and Changes. No change, extension of time, alteration or addition to the work to be performed by the Principal shall affect the obligation of the Principal or Surety on this bond, City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Bidding Requirements & Contract Maintenance / Warranty Bond Page - 59 unless the City specifically agrees, in writing, to such alteration, addition, extension or change. The Surety waives notice of any such change, extension, alteration or addition thereunder. G. Enforcement. It is specifically agreed by and between the parties that in the event any legal action must be taken to enforce the provisions of this bond or to collect said bond, the prevailing party shall be entitled to collect its costs and reasonable attorney fees as a part of the reasonable costs of securing the obligation hereunder. In the event of settlement or resolution of these issues prior to the filing of any suit, the actual costs incurred by the City, including reasonable attorney fees, shall be considered a part of the obligation hereunder secured. Said costs and reasonable legal fees shall be recoverable by the prevailing party, not only from the proceeds of this bond, but also over and above said bond as a part of any recovery (including recovery on the bond) in any judicial proceeding. The Surety hereby agrees that this bond shall be governed by the laws of the State of Washington. Venue of any litigation arising out of this bond shall be in Kitsap County Superior Court. H. Bond Expiration. This bond shall remain in full force and effect until the obligations secured hereby have been fully performed and until released in writing by the City at the request of the Surety or Principal. DATED this day of SURETY COMPANY (Signature must be notarized) By: Its: Business Name: 20_ DEVELOPER/OWNER (Signature must be notarized) By: Its: Business Name: Business Address: Business Address: City/State/Zip Code: Telephone Number: City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 State/Zip Code: Telephone Number: CHECK FOR ATTACHED NOTARY SIGNATURE Developer/Owner (Form P-1) Surety Company (Form P-2) VERSION 7110125 Project Manual Bidding Requirements & Contract Maintenance / Warranty Bond Page - 60 FORM P-1 / NOTARY BLOCK (Developer/Owner) STATE OF WASHINGTON ) ss. COUNTY OF ) I certify that I know or have satisfactory evidence that is the person who appeared before me, and said person acknowledged as the of that (he/she) signed this instrument, on oath stated that (he/she) was authorized to execute the instrument and acknowledged it to be (his/her) free and voluntary act for the uses and purposes mentioned in the instrument. City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 Dated: (print or type name) NOTARY PUBLIC in and for the State of Washington, residing at: My Commission expires: VERSION 7110125 Project Manual Bidding Requirements & Contracts Form P-1 /Notary Block Page - 61 FORM P-2/NOTARY BLOCK (Surety Company) STATE OF WASHINGTON ) ss. COUNTY OF ) I certify that I know or have satisfactory evidence that is the person who appeared before me, and said person acknowledged as the of that (he/she) signed this instrument, on oath stated that (he/she) was authorized to execute the instrument and acknowledged it to be (his/her) free and voluntary act for the uses and purposes mentioned in the instrument. City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 Dated: (print or type name) NOTARY PUBLIC in and for the State of Washington, residing at: My Commission expires: END OF CONTRACT FORMS VERSION 7110125 Project Manual Bidding Requirements & Contracts Form p-2 /Notary Block Page - 62 City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 (This page intentionally left blank) VERSION 7110125 Project Manual Bidding Requirements & Contracts Form p-2 /Notary Block Page - 63 PART II - SPECIAL PROVISIONS City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 ��Y7l�EFkVZIYR VERSION 7110125 Project Manual Special Provisions Table of Contents Page - 64 Table of Contents Introduction to The Special Provisions...........................................................................................67 Special Provisions Division 1- General Requirements.................................................................................................68 1-01 Definitons and Terms.........................................................................................................68 1-02 Bid Procedures and Conditions........................................................................................70 1-02.1 Prequalification of Bidder......................................................................................... 70 1-02.2 Plans and Specifications........................................................................................... 70 1-02.4 Examination of Plans, Specifications and Site of Work ........................................... 71 1-02.5 Proposal Forms......................................................................................................... 71 1-02.7 Bid Deposit............................................................................................................... 73 1-02.10 Withdrawing, Revising, or Supplementing Proposal..............................................73 1-02.13 Irregular Proposals.................................................................................................. 74 1-02.14 Disqualification of Bidder....................................................................................... 74 1-02.15 Pre Award Information........................................................................................... 75 1-03 Award and Execution of Contract.................................................................................... 76 1-03.1 Consideration of Bids............................................................................................... 76 1-03.1(1) Identical Bid Totals..............................................................................................76 1-03.3 Execution of Contract............................................................................................... 77 1-03.4 Contract Bond...........................................................................................................77 1-03.7 Judicial Review.........................................................................................................78 1-04 Scope of Work....................................................................................................................79 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda............................................................................................................................... 79 1-05 Scope of Work.................................................................................................................... 79 1-05.4 Conformity with and Deviations from Plans and Stakes .......................................... 79 1-05.7 Removal of Defective and Unauthorized Work ........................................................ 81 1-05.11 Final Inspection.......................................................................................................82 1-05.11 Final Inspection and Operation Testing.................................................................. 82 1-05.11(1) Substantial Completion Date.............................................................................. 82 1-05.11(2) Final Inspection and Physical Completion Date ................................................ 83 1-05.11(3) Operational Testing............................................................................................83 1-05.13 Superintendents, Labor and Equipment of Contractor ............................................ 84 1-05.15 Methods of Serving Notices.................................................................................... 84 1-05.16 Water and Power..................................................................................................... 84 1-06 Control of Materials........................................................................................................... 86 1-06.6 Recycled Materials.................................................................................................... 86 1-07 Legal Relations and Responsibilities to the Public..........................................................86 1-07.1 Legal Relations and Responsibilities........................................................................86 1-07.2 State Taxes................................................................................................................87 1-07.2(1) State Sales Tax - Rule 171...................................................................................87 1-07.2(2) State Sales Tax Rule 170................................................................................... 87 1-07.2(3) Services................................................................................................................ 87 1-07.9(5) Required Documents............................................................................................ 88 1-07.11(2) Contractual Requirements.................................................................................. 88 1-07.17 Utilities and Similar Facilities................................................................................ 89 1-07.18 Public Liability and Property Damage Insurance ................................................... 91 1-07.18(1) General Requirements........................................................................................ 91 1-07.18(2) Additional Insured..............................................................................................91 1-07.18(3) Subcontractors....................................................................................................92 City of Port Orchard Bay Street Overwater Structure Demolition City Project No. - PW2025-019 VERSION 7110125 Project Manual Special Provisions Table of Contents Page - 65 1-07.18(4) Verification of Coverage....................................................................................92 1-07.18(5) Coverages and Limits......................................................................................... 92 1-07.18(5)A Commercial General Liability.........................................................................93 1-07.18(5)B Automobile Liability....................................................................................... 93 1-07.18(5)C Workers' Compensation..................................................................................93 1-07.24 Right of Ways......................................................................................................... 94 1-08 Prosecution and Progress.................................................................................................. 94 1-08.0(1) Preliminary Matters.............................................................................................. 94 1-08.0(1) Preconstruction Conference................................................................................. 94 1-08.0(2) Hours of Work......................................................................................................94 1-08.1(9) Required Subcontract Clauses..............................................................................96 1-08.3 Progress Schedule.....................................................................................................96 1-08.3(2)B Type B Progress Schedules............................................................................... 96 1-08.4 Prosecution of Work.................................................................................................97 1-08.4 Notice to Proceed and Prosecution of Work............................................................. 97 1-08.5 Time of Completion.................................................................................................. 98 1-08.6 Suspension of Work..................................................................................................99 1-09 Measurement and Payment...............................................................................................99 1-09.2(1) General Requirements for Weighing Equipment.................................................99 1-09.2(5) Measurement........................................................................................................99 1-09.6 Force Account.........................................................................................................100 1-09.7 Mobilization............................................................................................................100 1-09.8 Payment for Material on Hand................................................................................ 101 1-09.9 Payments.................................................................................................................102 1-09.11(3) Time Limitations and Jurisdiction....................................................................103 1-09.13 Claims Resolution.................................................................................................104 1-09.13(3)A Arbitration General........................................................................................104 1-10 Temporary Traffic Control.............................................................................................104 1-10.1 General....................................................................................................................104 1-10.1(2) Description.........................................................................................................104 1-10.2 Traffic Control Management.................................................................................. 106 Division2 - Earthwork...................................................................................................................107 2-02 Removal of Structures and Obstructions.......................................................................107 2-02.1 Description..............................................................................................................107 2-02.3 Construction Requirements.....................................................................................107 2-02.3(4) Removal of Dilapidated Decks and Structures...................................................107 2-02.3(5) Debris Disposal..................................................................................................108 2-02.3(6) Abatement Prior to Demolition..........................................................................108 2-02.3(7) Debris Capture and Containment.......................................................................108 2-02.3(8) Hazardous Materials........................................................................................... 108 2-02.3(9) Spill Prevention Response..................................................................................109 2-02.3(10) Occupancy........................................................................................................109 2-02.3(11) Traffic Control..................................................................................................109 2-02.3(13) Protection and Safety........................................................................................110 2-02.3(13) Erosion and Sedimentation Control.................................................................110 2-02.3(14) Cap & Abandon Existing Utility Service Connections....................................110 2-02.4 Measurement...........................................................................................................111 2-02.5 Payment..................................................................................................................111 Division9 - Materials.....................................................................................................................113 Appendices.................................................................................................................................113 StandardPlans............................................................................................................................ 113 City of Port Orchard Bay Street Overwater Structure Demolition City Project No. - PW2025-019 VERSION 7110125 Project Manual Special Provisions Table of Contents Page - 66 1 2 INTRODUCTION TO THE SPECIAL PROVISIONS 3 4 (January 4, 2024 APWA GSP, Option A) 5 6 The work on this project shall be accomplished in accordance with the Standard Specifications 7 for Road, Bridge and Municipal Construction, 2024 edition, as issued by the Washington State 8 Department of Transportation (WSDOT) and the American Public Works Association (APWA), 9 Washington State Chapter (hereafter "Standard Specifications"). The Standard 10 Specifications, as modified or supplemented by these Special Provisions, all of which are 11 made a part of the Contract Documents, shall govern all of the Work. 12 13 These Special Provisions are made up of both General Special Provisions (GSPs) from 14 various sources, which may have project -specific fill-ins; and project -specific Special 15 Provisions. Each Provision either supplements, modifies, or replaces the comparable 16 Standard Specification, or is a new Provision. The deletion, amendment, alteration, or addition 17 to any subsection or portion of the Standard Specifications is meant to pertain only to that 18 particular portion of the section, and in no way should it be interpreted that the balance of the 19 section does not apply. 20 21 The GSPs are labeled under the headers of each GSP, with the effective date of the GSP and 22 its source. For example: 23 24 (March 8, 2013 APWA GSP) 25 (April 1, 2013 WSDOTGSP) 26 (May 1, 2013 City of Port Orchard GSP)Agency Special Provision 27 28 29 Project specific special provisions are labeled without a date as such: 30 (*****) 31 32 Also incorporated into the Contract Documents by reference are: 33 • Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted 34 edition, with Washington State modifications, if any 35 • Standard Plans for Road, Bridge and Municipal Construction, WSDOT Manual 36 M21-01, current edition 37 • Sign Fabrication Manual, current edition 38 • Public Works Engineering Standards & Specifications, City of Port Orchard, current 39 edition. 40 41 The Contractor shall obtain copies of these publications, at Contractor's own expense. 42 City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Special Provisions Page - 67 1 Division 1 2 General Requirements 3 4 (March 13, 1995) 5 This Contract provides for the demolition of five (5) existing buildings that sit along the Bay 6 Street Corridor above the waters of Sinclair Inlet. The work will include the complete removal 7 of the existing structures and decking/ patio areas. The piles will remain and to be protected 8 during demolition. All in accordance with the attached Contract Plans, these Contract 9 Provisions, and the Standard Specifications. 10 11 1-01 Definitions and Terms 12 13 1-01.3 Definitions 14 (January 19, 2022 APWA GSP) 15 16 Delete the heading Completion Dates and the three paragraphs that follow it, and replace 17 them with the following: 18 19 Dates 20 Bid Opening Date 21 The date on which the Contracting Agency publicly opens and reads the Bids. Award 22 Date 23 The date of the formal decision of the Contracting Agency to accept the lowest 24 responsible and responsive Bidder for the Work. 25 Contract Execution Date 26 The date the Contracting Agency officially binds the Agency to the Contract. 27 Notice to Proceed Date 28 The date stated in the Notice to Proceed on which the Contract time begins. 29 Substantial Completion Date 30 The day the Engineer determines the Contracting Agency has full and unrestricted use 31 and benefit of the facilities, both from the operational and safety standpoint, any 32 remaining traffic disruptions will be rare and brief, and only minor incidental work, 33 replacement of temporary substitute facilities, plant establishment periods, or 34 correction or repair remains for the Physical Completion of the total Contract. 35 Physical Completion Date 36 The day all of the Work is physically completed on the project. All documentation 37 required by the Contract and required by law does not necessarily need to be furnished 38 by the Contractor by this date. 39 Completion Date 40 The day all the Work specified in the Contract is completed and all the obligations of 41 the Contractor under the contract are fulfilled by the Contractor. All documentation 42 required by the Contract and required by law must be furnished by the Contractor 43 before establishment of this date. 44 Final Acceptance Date 45 The date on which the Contracting Agency accepts the Work as complete. 46 47 Supplement this Section with the following: 48 49 All references in the Standard Specifications or WSDOT General Special Provisions, 50 to the terms "Department of Transportation", "Washington State Transportation 51 Commission", "Commission", "Secretary of Transportation", "Secretary", 52 "Headquarters", and "State Treasurer" shall be revised to read "Contracting Agency". City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Special Provisions Page - 68 1 2 All references to the terms "State" or "state" shall be revised to read "Contracting 3 Agency" unless the reference is to an administrative agency of the State of 4 Washington, a State statute or regulation, or the context reasonably indicates 5 otherwise. 6 7 All references to "State Materials Laboratory" shall be revised to read "Contracting 8 Agency designated location". 9 10 All references to "final contract voucher certification" shall be interpreted to mean the 11 Contracting Agency form(s) by which final payment is authorized, and final completion 12 4 and acceptance granted. 13 14 Additive 15 A supplemental unit of work or group of bid items, identified separately in the Bid 16 Proposal, which may, at the discretion of the Contracting Agency, be awarded in 17 addition to the base bid. 18 19 Alternate 20 One of two or more units of work or groups of bid items, identified separately in the Bid 21 Proposal, from which the Contracting Agency may make a choice between different 22 methods or material of construction for performing the same work. 23 24 Business Day 25 A business day is any day from Monday through Friday except holidays as listed in 26 Section 1-08.5. 27 28 Contract Bond 29 The definition in the Standard Specifications for "Contract Bond" applies to whatever 30 bond form(s) are required by the Contract Documents, which may be a combination of 31 a Payment Bond and a Performance Bond. 32 33 Contract Documents 34 See definition for "Contract". 35 36 Contract Time 37 The period of time established by the terms and conditions of the Contract within which 38 the Work must be physically completed. 39 40 Notice of Award 41 The written notice from the Contracting Agency to the successful Bidder signifying the 42 Contracting Agency's acceptance of the Bid Proposal. 43 44 Notice to Proceed 45 The written notice from the Contracting Agency or Engineer to the Contractor 46 authorizing and directing the Contractor to proceed with the Work and establishing the 47 date on which the Contract time begins. 48 49 Traffic 50 Both vehicular and non -vehicular traffic, such as pedestrians, bicyclists, wheelchairs, 51 and equestrian traffic. 52 City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Special Provisions Page - 69 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 1-02 Bid Procedures and Conditions 1-02.1 Prequalification of Bidders Delete this section and replace it with the following: 1-02.1 Qualifications of Bidder (January 24, 2011 APWA GSP) Before award of a public works contract, a bidder must meet at least the minimum qualifications of RCW 39.04.350(1) to be considered a responsible bidder and qualified to be awarded a public works project. 1-02.2 Plans and Specifications (June 27, 2011 APWA GSP) Delete this section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed can be found in the Call for Bids (Advertisement for Bids) for the work. After award of the contract, plans and specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor No. of Sets Basis of Distribution Reduced plans (11" x 17") 1 Furnished automatically upon reward. Contract Provisions 1 Furnished automatically upon reward. Large Plans 22" x 34" 1 Furnished only upon reward. Additional plans and Contract Provisions may be obtained by the Contractor from the source stated in the Call for Bids, at the Contractor's own expense. City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Special Provisions Page - 70 2 1-02.4 Examination of Plans, Specifications and Site of Work 3 4 1-02.4(1) General 5 6 (December 30, 2022 APWA GSP Option B) 7 8 The first sentence of the ninth paragraph, beginning with "Prospective Bidder 9 desiring...", is revised to read: 10 11 Prospective Bidders desiring an explanation or interpretation of the Bid Documents, 12 shall request the explanation or interpretation in writing by close of business 7 13 business days preceding the bid opening to allow a written reply to reach all 14 prospective Bidders before the submission of their Bids. 15 16 1-02.5 Proposal Forms 17 (July 31, 2017 APWA GSP) 18 19 Delete this section and replace it with the following: 20 21 The Proposal Form will identify the project and its location and describe the work. It 22 will also list estimated quantities, units of measurement, the items of work, and the 23 materials to be furnished at the unit bid prices. The bidder shall complete spaces on 24 the proposal form that call for, but are not limited to, unit prices; extensions; 25 summations; the total bid amount; signatures; date; and, where applicable, retail 26 sales taxes and acknowledgment of addenda; the bidder's name, address, telephone 27 number, and signature; the bidder's UDBE/DBE/M/WBE commitment, if applicable; a 28 State of Washington Contractor's Registration Number; and a Business License 29 Number, if applicable. Bids shall be completed by typing or shall be printed in ink by 30 hand, preferably in black ink. The required certifications are included as part of the 31 Proposal Form. 32 33 The Contracting Agency reserves the right to arrange the proposal forms with 34 alternates and additives, if such be to the advantage of the Contracting Agency. The 35 bidder shall bid on all alternates and additives set forth in the Proposal Form unless 36 otherwise specified. 37 38 (January 4, 2024 APWA GSP 1-02.6, Option B) 39 40 Supplement the second paragraph with the following: 41 42 4. If a minimum bid amount has been established for any item, the unit or lump 43 sum price must equal or exceed the minimum amount stated. 44 45 5. Any correction to a bid made by interlineation, alteration, or erasure, shall be 46 initialed by the signer of the bid. 47 48 Delete the last two paragraphs, and replace them with the following: 49 City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Special Provisions Page - 71 1 The Bidder shall submit with their Bid a completed Contractor Certification Wage Law 2 Compliance form, provided by the Contracting Agency. Failure to return this 3 certification as part of the Bid Proposal package will make this Bid Nonresponsive 4 and ineligible for Award. A Contractor Certification of Wage Law Compliance form is 5 included in the Proposal Forms. 6 7 The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any 8 manner. 9 10 A bid by a corporation shall be executed in the corporate name, by the president or a 11 vice president (or other corporate officer accompanied by evidence of authority to 12 sign). 13 14 A bid by a partnership shall be executed in the partnership name, and signed by a 15 partner. A copy of the partnership agreement shall be submitted with the Bid Form if 16 any DBE requirements are to be satisfied through such an agreement. 17 18 A bid by a joint venture shall be executed in the joint venture name and signed by a 19 member of the joint venture. A copy of the joint venture agreement shall be submitted 20 with the Bid Form if any DBE requirements are to be satisfied through such an 21 agreement. 22 City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Special Provisions Page - 72 1 1-02.7 Bid Deposit 2 (March 8, 2013 APWA GSP) 3 4 Supplement this section with the following: 5 6 Bid bonds shall contain the following: 7 1. Contracting Agency -assigned number for the project; 8 2. Name of the project; 9 3. The Contracting Agency named as obligee; 10 4. The amount of the bid bond stated either as a dollar figure or as a percentage 11 which represents five percent of the maximum bid amount that could be awarded; 12 5. Signature of the bidder's officer empowered to sign official statements. The 13 signature of the person authorized to submit the bid should agree with the signature 14 on the bond, and the title of the person must accompany the said signature; 15 6. The signature of the surety's officer empowered to sign the bond and the power of 16 attorney. 17 18 If so stated in the Contract Provisions, bidder must use the bond form included in the 19 Contract Provisions. 20 21 If so stated in the Contract Provisions, cash will not be accepted for a bid deposit. 22 23 1-02.10 Withdrawing, Revising, or Supplementing Proposal 24 (July 23, 2015 APWA GSP) 25 26 Delete this section, and replace it with the following: 27 28 After submitting a physical Bid Proposal to the Contracting Agency, the Bidder may 29 withdraw, revise, or supplement it if: 30 31 1. The Bidder submits a written request signed by an authorized person and 32 physically delivers it to the place designated for receipt of Bid Proposals, and 33 2. The Contracting Agency receives the request before the time set for receipt of 34 Bid Proposals, and 35 3. The revised or supplemented Bid Proposal (if any) is received by the 36 Contracting Agency before the time set for receipt of Bid Proposals. 37 38 If the Bidder's request to withdraw, revise, or supplement its Bid Proposal is received 39 before the time set for receipt of Bid Proposals, the Contracting Agency will return the 40 unopened Proposal package to the Bidder. The Bidder must then submit the revised 41 or supplemented package in its entirety. If the Bidder does not submit a revised or 42 supplemented package, then its bid shall be considered withdrawn. 43 Late revised or supplemented Bid Proposals or late withdrawal requests will be date 44 recorded by the Contracting Agency and returned unopened. Mailed, emailed, or 45 faxed requests to withdraw, revise, or supplement a Bid Proposal are not acceptable. 46 47 City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Special Provisions Page - 73 1 1-02.13 Irregular Proposals 2 (January 4, 2024 APWA GSP) 3 4 Delete this section and replace it with the following: 5 6 1. A Proposal will be considered irregular and will be rejected if: 7 a. The Bidder is not prequalified when so required; 8 b. The Bidder adds provisions reserving the right to reject or accept the Award, 9 or enter into the Contract; 10 c. A price per unit cannot be determined from the Bid Proposal; 11 d. The Proposal form is not properly executed; 12 e. The Bidder fails to submit or properly complete a subcontractor list (WSDOT 13 23 Form 271-015), if applicable, as required in Section 1-02.6; 14 f. The Bidder fails to submit or properly complete a Disadvantaged Business 15 Enterprise Certification (WSDOT Form 272-056), if applicable, as required in 16 Section 1-02.6; 17 g. The Bidder fails to submit Written Confirmations (WSDOT Form 422-031) 18 from each DBE firm listed on the Bidder's completed DBE Utilization 19 Certification that they are in agreement with the bidder's DBE participation 20 commitment, if applicable, as required in Section 1-02.6, or if the written 21 confirmation that is submitted fails to meet the requirements of the Special 22 Provisions; 23 h. The Bidder fails to submit DBE Good Faith Effort documentation, if applicable, 24 as required in Section 1-02.6, or if the documentation that is submitted fails to 25 demonstrate that a Good Faith Effort to meet the Condition of Award in 26 accordance with Section 1-07.11; 27 i. The Bidder fails to submit a DBE Bid Item Breakdown (WSDOT Form 272- 38 28 054), if applicable, as required in Section 1-02.6, or if the documentation that 29 is submitted fails to meet the requirements of the Special Provisions; 30 j. The Bid Proposal does not constitute a definite and unqualified offer to meet 31 the material terms of the Bid invitation. 32 33 2. A Proposal may be considered irregular and may be rejected if: 34 a. The Proposal does not include a unit price for every Bid item; 35 b. Any of the unit prices are excessively unbalanced (either above or below the 36 amount of a reasonable Bid) to the potential detriment of the Contracting 37 Agency; 38 c. The authorized Proposal Form furnished by the Contracting Agency is not 39 used or is altered; 40 d. The completed Proposal form contains unauthorized additions, deletions, 41 alternate Bids, or conditions; 42 e. Receipt of Addenda is not acknowledged; 43 f. A member of a joint venture or partnership and the joint venture or 44 partnership submit Proposals for the same project (in such an instance, both 45 Bids may be rejected); or 46 g. If Proposal form entries are not made in ink. 47 48 1-02.14 Disqualification of Bidders 49 (May 17, 2018 APWA GSP, Option A) 50 51 Delete this section and replace it with the following: 52 City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Special Provisions Page - 74 1 A Bidder will be deemed not responsible if the Bidder does not meet the mandatory 2 bidder responsibility criteria in RCW 39.04.350(1), as amended. 3 4 The Contracting Agency will verify that the Bidder meets the mandatory bidder 5 responsibility criteria in RCW 39.04.350(1). To assess bidder responsibility, the 6 Contracting Agency reserves the right to request documentation as needed from the 7 Bidder and third parties concerning the Bidder's compliance with the mandatory bidder 8 responsibility criteria. 9 10 If the Contracting Agency determines the Bidder does not meet the mandatory bidder 11 responsibility criteria in RCW 39.04.350(1) and is therefore not a responsible Bidder, the 12 Contracting Agency shall notify the Bidder in writing, with the reasons for its 13 determination. If the Bidder disagrees with this determination, it may appeal the 14 determination within two (2) business days of the Contracting Agency's determination 15 by presenting its appeal and any additional information to the Contracting Agency. The 16 Contracting Agency will consider the appeal and any additional information before 17 issuing its final determination. If the final determination affirms that the Bidder is not 18 responsible, the Contracting Agency will not execute a contract with any other Bidder 19 until at least two business days after the Bidder determined to be not responsible has 20 received the Contracting Agency's final determination. 21 22 1-02.15 Pre Award Information 23 (December 30, 2022 APWA GSP) 24 25 Revise this section to read: 26 27 Before awarding any contract, the Contracting Agency may require one or more of 28 these items or actions of the apparent lowest responsible bidder: 29 1. A complete statement of the origin, composition, and manufacture of any or all 30 materials to be used, 31 2. Samples of these materials for quality and fitness tests, 32 3. A progress schedule (in a form the Contracting Agency requires) showing the 33 order of and time required for the various phases of the work, 34 4. A breakdown of costs assigned to any bid item, 35 5. Attendance at a conference with the Engineer or representatives of the Engineer, 36 6. Obtain, and furnish a copy of, a business license to do business in the city or 37 county where the work is located. 38 7. Any other information or action taken that is deemed necessary to ensure that the 39 bidder is the lowest responsible bidder. City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Special Provisions Page - 75 2 1-03 Award and Execution of Contract 3 4 1-03.1 Award of Contract 5 6 1-03.1 Consideration of Bids 7 (December 30, 2022 APWA GSP) 8 9 Revise the first paragraph to read: 10 11 After opening and reading proposals, the Contracting Agency will check them for 12 correctness of extensions of the prices per unit and the total price. If a discrepancy 13 exists between the price per unit and the extended amount of any bid item, the price 14 per unit will control. If a minimum bid amount has been established for any item and 15 the bidder's unit or lump sum price is less than the minimum specified amount, the 16 Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum 17 specified amount and recalculate the extension. The total of extensions, corrected 18 where necessary, including sales taxes where applicable and such additives and/or 19 alternates as selected by the Contracting Agency, will be used by the Contracting 20 Agency for award purposes and to fix the Awarded Contract Price amount and the 21 amount of the contract bond. 22 23 1-03.1(1) Identical Bid Totals 24 (December 30, 2022 APWA GSP) 25 26 Revise this section to read: 27 28 After opening Bids, if two or more lowest responsive Bid totals are exactly equal, then 29 the tie -breaker will be the Bidder with an equal lowest bid, that proposed to use the 30 highest percentage of recycled materials in the Project, per the form submitted with 31 the Bid Proposal. If those percentages are also exactly equal, then the tie -breaker 32 will be determined by drawing as follows: Two or more slips of paper will be marked 33 as follows: one marked "Winner" and the other(s) marked "unsuccessful". The slips 34 will be folded to make the marking unseen. The slips will be placed inside a box. One 35 authorized representative of each Bidder shall draw a slip from the box. Bidders shall 36 draw in alphabetic order by the name of the firm as registered with the Washington 37 State Department of Licensing. The slips shall be unfolded and the firm with the slip 38 marked "Winner" will be determined to be the successful Bidder and eligible for 39 Award of the Contract. Only those Bidders who submitted a Bid total that is exactly 40 equal to the lowest responsive Bid, and with a proposed recycled materials 41 percentage that is exactly equal to the highest proposed recycled materials amount, 42 are eligible to draw. 43 44 City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Special Provisions Page - 76 1 1-03.3 Execution of Contract 2 (January 19, 2022 APWA GSP) 3 4 Revise this section to read: 5 6 Within 3 calendar days of Award date (not including Saturdays, Sundays and 7 Holidays), the successful Bidder shall provide the information necessary to execute 8 the Contract to the Contracting Agency. The Bidder shall send the contact 9 information, including the full name, email address, and phone number, for the 10 authorized signer and bonding agent to the Contracting Agency. 11 12 Copies of the Contract Provisions, including the unsigned Form of Contract, will be 13 available for signature by the successful bidder on the first business day following 14 award. The number of copies to be executed by the Contractor will be determined by 15 the Contracting Agency. 16 17 Within ten (10) calendar days after the award date, the successful bidder shall return 18 the signed Contracting Agency -prepared contract, an insurance certification as 19 required by Section 1-07.18, a satisfactory bond as required by law and Section 1- 20 03.4, the Transfer of Coverage form for the Construction Stormwater General Permit 21 with sections I, III, and VIII completed when provided. Before execution of the 22 contract by the Contracting Agency, the successful bidder shall provide any pre- 23 award information the Contracting Agency may require under Section 1-02.15. 24 25 Until the Contracting Agency executes a contract, no proposal shall bind the 26 Contracting Agency nor shall any work begin within the project limits or within 27 Contracting Agency -furnished sites. The Contractor shall bear all risks for any work 28 begun outside such areas 17 and for any materials ordered before the contract is 29 executed by the Contracting Agency. 30 31 If the bidder experiences circumstances beyond their control that prevents return of 32 the contract documents within the calendar days after the award date stated above, 33 the Contracting Agency may grant up to a maximum of ten (10) additional calendar 34 days for return of the documents, provided the Contracting Agency deems the 35 circumstances warrant it. 36 37 1-03.4 Contract Bond 38 (July 23, 2015 APWA GSP) 39 40 Delete the first paragraph and replace it with the following: 41 42 The successful bidder shall provide executed payment and performance bond(s) for 43 the full contract amount. The bond may be a combined payment and performance 44 bond; or be separate payment and performance bonds. In the case of separate 45 payment and performance bonds, each shall be for the full contract amount. The 46 bond(s) shall: 47 1. Be on Contracting Agency -furnished form(s); 48 2. Be signed by an approved surety (or sureties) that: 49 a. Is registered with the Washington State Insurance Commissioner, and 50 b. Appears on the current Authorized Insurance List in the State of Washington 51 published by the Office of the Insurance Commissioner, City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Special Provisions Page - 77 1 3. Guarantee that the Contractor will perform and comply with all obligations, duties, 2 and conditions under the Contract, including but not limited to the duty and 3 obligation to indemnify, defend, and protect the Contracting Agency against all 4 losses and claims related directly or indirectly from any failure: 5 a. Of the Contractor (or any of the employees, subcontractors, or lower tier 6 subcontractors of the Contractor) to faithfully perform and comply with all 7 contract obligations, conditions, and duties, or 8 b. Of the Contractor (or the subcontractors or lower tier subcontractors of the 9 Contractor) to pay all laborers, mechanics, subcontractors, lower tier 10 subcontractors, material person, or any other person who provides supplies or 11 provisions for carrying out the work; 12 4. Be conditioned upon the payment of taxes, increases, and penalties incurred on 13 the project under titles 50, 51, and 82 RCW; and 14 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign 15 the bond; and 16 6. Be signed by an officer of the Contractor empowered to sign official statements 17 (sole proprietor or partner). If the Contractor is a corporation, the bond(s) must be 18 signed by the president or vice president, unless accompanied by written proof of 19 the authority of the individual signing the bond(s) to bind the corporation (i.e., 20 corporate resolution, power of attorney, or a letter to such effect signed by the 21 president or vice president). 22 23 1-03.7 Judicial Review 24 (December 30, 2022 APWA GSP) 25 26 Revise this section to read: 27 28 All decisions made by the Contracting Agency regarding the Award and execution of 29 the Contract or Bid rejection shall be conclusive subject to the scope of judicial review 30 permitted under Washington Law. Such review, if any, shall be timely filed in the 31 Superior Court of the county where the Contracting Agency headquarters is located, 32 provided that where an action is asserted against a county, RCW 36.01.050 shall 33 control venue and jurisdiction. City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Special Provisions Page - 78 1 1-04 Scope of the Work 2 3 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, 4 Specifications, and Addenda 5 6 (December 30, 2022 APWA GSP) 7 8 Revise the second paragraph to read: 9 10 Any inconsistency in the parts of the contract shall be resolved by following this order 11 of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 12 1. Addenda, 13 2. Proposal Form 14 3. Special Provisions, 15 4. Contract Plans, 16 5. Standard Specifications, 17 6. Contracting Agency's Standard Plans or Details (if any), and 18 7. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. 19 20 1-05 Control of Work 21 22 1-05.4 Conformity with and Deviations from Plans and Stakes 23 24 Section 1-05.4 is supplemented with the following: 25 26 (January 13, 2021) 27 Contractor Surveying — Roadway 28 The Contracting Agency has provided primary survey control in the Plans. 29 30 The Contractor shall be responsible for setting, maintaining, and resetting all 31 alignment stakes, slope stakes, and grades necessary for the construction of the 32 roadbed, drainage, surfacing, paving, channelization and pavement marking, 33 illumination and signals, guardrails and barriers, and signing. Except for the survey 34 control data to be furnished by the Contracting Agency, calculations, surveying, and 35 measuring required for setting and maintaining the necessary lines and grades shall 36 be the Contractor's responsibility. 37 38 The Contractor shall inform the Engineer when monuments are discovered that were 39 not identified in the Plans and construction activity may disturb or damage the 40 monuments. All monuments noted on the plans "DO NOT DISTURB" shall be 41 protected throughout the length of the project or be replaced at the Contractors 42 expense. 43 44 Detailed survey records shall be maintained, including a description of the work 45 performed on each shift, the methods utilized, and the control points used. The 46 record shall be adequate to allow the survey to be reproduced. A copy of each day's 47 record shall be provided to the Engineer within three working days after the end of 48 the shift. 49 City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Special Provisions Page - 79 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 The meaning of words and terms used in this provision shall be as listed in "Definitions of Surveying and Associated Terms" current edition, published by the American Congress on Surveying and Mapping and the American Society of Civil Engineers. The survey work shall include but not be limited to the following: 1. Verify the primary horizontal and vertical control furnished by the Contracting Agency, and expand into secondary control by adding stakes and hubs as well as additional survey control needed for the project. Provide descriptions of secondary control to the Contracting Agency. The description shall include coordinates and elevations of all secondary control points. 2. Establish, the centerlines of all alignments, by placing hubs, stakes, or marks on 32 centerline or on offsets to centerline at all curve points (PCs, PTs, and Pls) and 33 at points on the alignments spaced no further than 50 feet. 3. Establish clearing limits, placing stakes at all angle points and at intermediate points not more than 50 feet apart. The clearing and grubbing limits shall be 5 feet beyond the toe of a fill and 10 feet beyond the top of a cut unless otherwise shown in the Plans. 4. Establish grading limits, placing slope stakes at centerline increments not more than 50 feet apart. Establish offset reference to all slope stakes. If Global Positioning Satellite (GPS) Machine Controls are used to provide grade control, then slope stakes may be omitted at the discretion of the Contractor. 5. Establish the horizontal and vertical location of all drainage features, placing offset stakes to all drainage structures and to pipes at a horizontal interval not greater than 25 feet. 6. Establish roadbed and surfacing elevations by placing stakes at the top of 50 subgrade and at the top of each course of surfacing. Subgrade and surfacing stakes shall be set at horizontal intervals not greater than 50 feet in tangent sections, 25 feet in curve sections with a radius less than 300 feet, and at 10- foot intervals in intersection radii with a radius less than 10 feet. Transversely, stakes shall be placed at all locations where the roadway slope changes and at additional points such that the transverse spacing of stakes is not more than 12 feet. If GPS Machine Controls are used to provide grade control, then roadbed and surfacing stakes may be omitted at the discretion of the Contractor. 7. Establish intermediate elevation benchmarks as needed to check work throughout the project. 8. Provide references for paving pins at 25-foot intervals or provide simultaneous surveying to establish location and elevation of paving pins as they are being placed. 9. For all other types of construction included in this provision, (including but not limited to channelization and pavement marking, illumination and signals, guardrails and barriers, and signing) provide staking and layout as necessary to adequately locate, construct, and check the specific construction activity. 10. Contractor shall determine if changes are needed to the profiles or roadway sections shown in the Contract Plans in order to achieve proper smoothness and drainage where matching into existing features, such as a smooth transition from new pavement to existing pavement. The Contractor shall submit these changes to the Engineer for review and approval 10 days prior to the beginning of work. City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Special Provisions Page - 80 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 The Contractor shall provide the Contracting Agency copies of any calculations and staking data when requested by the Engineer. The Contractor shall ensure a surveying accuracy within the following tolerances: Vertical Horizontal Slope stakes ±0.10 feet ±0.10 feet Subgrade grade stakes set 0.04 feet below grade ±0.01 feet ±0.5 feet (parallel to alignment) ±0.1 feet (normal to alignment) Stationing on roadway Alignment on roadway Surfacing grade stakes Roadway paving pins for Surfacing or paving N/A ±0.1 feet N/A ±0.04 feet ±0.01 feet ±0.5 feet (parallel to alignment) ±0.1 feet (normal to alignment) ±0.01 feet ±0.2 feet (parallel to alignment) ±0.1 feet (normal to alignment) The Contracting Agency may spot-check the Contractor's surveying. These spot-checks will not change the requirements for normal checking by the Contractor. When staking roadway alignment and stationing, the Contractor shall perform independent checks from different secondary control to ensure that the points staked are within the specified survey accuracy tolerances. The Contractor shall calculate coordinates for the alignment. The Contracting Agency will verify these coordinates prior to issuing approval to the Contractor for commencing with the work. The Contracting Agency will require up to seven calendar days from the date the data is received. Contract work to be performed using contractor -provided stakes shall not begin until the stakes are approved by the Contracting Agency. Such approval shall not relieve the Contractor of responsibility for the accuracy of the stakes. Stakes shall be marked in accordance with Standard Plan A10.10. When stakes are needed that are not described in the Plans, then those stakes shall be marked, at no additional cost to the Contracting Agency as ordered by the Engineer. 1-05.7 Removal of Defective and Unauthorized Work (October 1, 2005 APWA GSP) Supplement this section with the following: City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Special Provisions Page - 81 1 If the Contractor fails to remedy defective or unauthorized work within the time 2 specified in a written notice from the Engineer, or fails to perform any part of the work 3 required by the Contract Documents, the Engineer may correct and remedy such work 4 as may be identified in the written notice, with Contracting Agency forces or by such 5 other means as the Contracting Agency may deem necessary. 6 7 If the Contractor fails to comply with a written order to remedy what the Engineer 8 determines to be an emergency situation, the Engineer may have the defective and 9 unauthorized work corrected immediately, have the rejected work removed and 10 replaced, or have work the Contractor refuses to perform completed by using 11 Contracting Agency or other forces. An emergency situation is any situation when, in 12 the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might 13 cause serious risk of loss or damage to the public. 14 15 Direct or indirect costs incurred by the Contracting Agency attributable to correcting 16 and remedying defective or unauthorized work, or work the Contractor failed or refused 17 to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer 18 from monies due, or to become due, the Contractor. Such direct and indirect costs shall 19 include in particular, but without limitation, compensation for additional professional 6 20 services required, and costs for repair and replacement of work of others destroyed or 21 damaged by correction, removal, or replacement of the Contractor's unauthorized 22 work. 23 24 No adjustment in contract time or compensation will be allowed because of the delay 25 in the performance of the work attributable to the exercise of the Contracting Agency's 26 rights provided by this Section. 27 28 The rights exercised under the provisions of this section shall not diminish the 29 Contracting Agency's right to pursue any other avenue for additional remedy or 30 damages with respect to the Contractor's failure to perform the work as required. 31 32 1-05.11 Final Inspection 33 34 Delete this section and replace it with the following: 35 36 1-05.11 Final Inspections and Operational Testing 37 (October 1, 2005 APWA GSP) 38 39 1-05.11(1) Substantial Completion Date 40 41 When the Contractor considers the work to be substantially complete, the Contractor 42 shall so notify the Engineer and request the Engineer establish the Substantial 43 Completion Date. The Contractor's request shall list the specific items of work that 44 remain to be completed in order to reach physical completion. The Engineer will 45 schedule an inspection of the work with the Contractor to determine the status of 46 completion. The Engineer may also establish the Substantial Completion Date 47 unilaterally. 48 49 If, after this inspection, the Engineer concurs with the Contractor that the work is 50 substantially complete and ready for its intended use, the Engineer, by written notice 51 to the Contractor, will set the Substantial Completion Date. If, after this inspection the 52 Engineer does not consider the work substantially complete and ready for its intended City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Special Provisions Page - 82 1 use, the Engineer will, by written notice, so notify the Contractor giving the reasons 2 therefor. 3 4 Upon receipt of written notice concurring in or denying substantial completion, 5 whichever is applicable, the Contractor shall pursue vigorously, diligently and without 6 unauthorized interruption, the work necessary to reach Substantial and Physical 7 Completion. The Contractor shall provide the Engineer with a revised schedule 8 indicating when the Contractor expects to reach substantial and physical completion 9 of the work. 10 11 The above process shall be repeated until the Engineer establishes the Substantial 12 Completion Date and the Contractor considers the work physically complete and ready 13 for final inspection. 14 15 1-05.11(2) Final Inspection and Physical Completion Date 16 17 When the Contractor considers the work physically complete and ready for final 18 inspection, the Contractor by written notice, shall request the Engineer to schedule a 19 final inspection. The Engineer will set a date for final inspection. The Engineer and the 20 Contractor will then make a final inspection and the Engineer will notify the Contractor 21 in writing of all particulars in which the final inspection reveals the work incomplete or 22 unacceptable. The Contractor shall immediately take such corrective measures as are 23 necessary to remedy the listed deficiencies. Corrective work shall be pursued 24 vigorously, diligently, and without interruption until physical completion of the listed 25 deficiencies. This process will continue until the Engineer is satisfied the listed 26 deficiencies have been corrected. 27 28 If action to correct the listed deficiencies is not initiated within 7 days after receipt of 29 the written notice listing the deficiencies, the Engineer may, upon written notice to the 30 Contractor, take whatever steps are necessary to correct those deficiencies pursuant 31 to Section 1-05.7. 18 The Contractor will not be allowed an extension of contract time 32 because of a delay in the performance of the work attributable to the exercise of the 33 Engineer's right hereunder. 34 35 Upon correction of all deficiencies, the Engineer will notify the Contractor and the 36 Contracting Agency, in writing, of the date upon which the work was considered 37 physically complete. That date shall constitute the Physical Completion Date of the 38 contract, but shall not imply acceptance of the work or that all the obligations of the 39 Contractor under the contract have been fulfilled. 40 41 1-05.11(3) Operational Testing 42 43 It is the intent of the Contracting Agency to have at the Physical Completion Date a 44 complete and operable system. Therefore when the work involves the installation of 45 machinery or other mechanical equipment; street lighting, electrical distribution or 46 signal systems; irrigation systems; buildings; or other similar work it may be desirable 47 for the Engineer to have the Contractor operate and test the work for a period of time 48 after final inspection but prior to the physical completion date. Whenever items of work 49 are listed in the Contract Provisions for operational testing they shall be fully tested 50 under operating conditions for the time period specified to ensure their acceptability 51 prior to the Physical Completion Date. During and following the test period, the 52 Contractor shall correct any items of workmanship, materials, or equipment which City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Special Provisions Page - 83 1 prove faulty, or that are not in first class operating condition. Equipment, electrical 2 controls, meters, or other devices and equipment to be tested during this period shall 3 be tested under the observation of the Engineer, so that the Engineer may determine 4 their suitability for the purpose for which they were installed. The Physical Completion 5 Date cannot be established until testing and corrections have been completed to the 6 satisfaction of the Engineer. 7 8 The costs for power, gas, labor, material, supplies, and everything else needed to 9 successfully complete operational testing, shall be included in the unit contract prices 10 related to the system being tested, unless specifically set forth otherwise in the 11 proposal. 12 13 Operational and test periods, when required by the Engineer, shall not affect a 14 manufacturer's guaranties or warranties furnished under the terms of the contract. 15 16 1-05.13 Superintendents, Labor and Equipment of Contractor 17 (August 14, 2013 APWA GSP) 18 19 Delete the sixth and seventh paragraphs of this section. 20 21 22 1-05.15 Method of Serving Notices 23 (January 4, 2024 APWA GSP) 24 25 Revise the second paragraph to read: 26 27 All correspondence from the Contractor shall be served and directed to the Engineer. 28 All correspondence from the Contractor constituting any notification, notice of protest, 29 notice of dispute, or other correspondence constituting notification required to be 30 furnished under the Contract, must be written in paper format, hand delivered or sent 31 via certified mail delivery service with return receipt requested to the Engineer's office. 32 Electronic copies such as a -mails or electronically delivered copies of correspondence 33 will not constitute such notice and will not comply with the requirements of the Contract. 34 35 Add the following new section: 36 37 38 1-05.16 Water and Power 39 (October 1, 2005 APWA GSP) 40 41 The Contractor shall make necessary arrangements, and shall bear the costs for power 42 and water necessary for the performance of the work, unless the contract includes 43 power and water as a pay item. 44 45 1-06 Control of Material 46 47 1-06.6 Recycled Materials 48 (January 4, 2016 APWA GSP) 49 50 Delete this section, including its subsections, and replace it with the following: 51 City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Special Provisions Page - 84 1 The Contractor shall make their best effort to utilize recycled materials in the 2 construction of the project. Approval of such material use shall be as detailed 3 elsewhere in the Standard Specifications. 4 5 Prior to Physical Completion the Contractor shall report the quantity of recycled 6 materials that were utilized in the construction of the project for each of the items listed 7 in Section 9-03.21. The report shall include hot mix asphalt, recycled concrete 8 aggregate, recycled glass, steel furnace slag and other recycled materials (e.g. 9 utilization of on -site material and aggregates from concrete returned to the supplier). 10 The Contractor's report shall be provided on DOT form 350-075 Recycled Materials 11 Reporting. City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Special Provisions Page - 85 1 1-07 Legal Relations and Responsibilities to the Public 2 3 1-07.1 Legal Relations and Responsibilities to the Public 4 (October 1, 2005 APWA GSP) 5 6 Supplement this section with the following: 7 8 In cases of conflict between different safety regulations, the more stringent regulation 9 shall apply. 10 11 The Washington State Department of Labor and Industries shall be the sole and 12 paramount administrative agency responsible for the administration of the provisions 13 of the Washington Industrial Safety and Health Act of 1973 (WISHA). 14 15 The Contractor shall maintain at the project site office, or other well known place at 16 the project site, all articles necessary for providing first aid to the injured. The 17 Contractor shall establish, publish, and make known to all employees, procedures for 18 ensuring 19 20 immediate removal to a hospital, or doctor's care, persons, including employees, who 21 may have been injured on the project site. Employees should not be permitted to 22 work on the project site before the Contractor has established and made known 23 procedures for removal of injured persons to a hospital or a doctor's care. 24 25 The Contractor shall have sole responsibility for the safety, efficiency, and adequacy 26 of the Contractor's plant, appliances, and methods, and for any damage or injury 27 resulting from their failure, or improper maintenance, use, or operation. The 28 Contractor shall be solely and completely responsible for the conditions of the project 29 site, including safety for all persons and property in the performance of the work. This 30 requirement shall apply continuously, and not be limited to normal working hours. 31 The required or implied duty of the Engineer to conduct construction review of the 32 Contractor's performance does not, and shall not, be intended to include review and 33 adequacy of the Contractor's safety measures in, on, or near the project site. 34 35 1-07.2 State Taxes 36 37 Delete this section, including its sub -sections, in its entirety and replace it with the following: 38 39 1-07.2 State Sales Tax 40 (June 27, 2011 APWA GSP) 41 42 The Washington State Department of Revenue has issued special rules on the State 43 sales tax. Sections 1-07.2(1) through 1-07.2(3) are meant to clarify those rules. The 44 Contractor should contact the Washington State Department of Revenue for answers 45 to questions in this area. The Contracting Agency will not adjust its payment if the 46 Contractor bases a bid on a misunderstood tax liability. 47 48 The Contractor shall include all Contractor -paid taxes in the unit bid prices or other 49 contract amounts. In some cases, however, state retail sales tax will not be included. 50 Section 1-07.2(2) describes this exception. 51 City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Special Provisions Page - 86 1 The Contracting Agency will pay the retained percentage (or release the Contract Bond 2 if a FHWA-funded Project) only if the Contractor has obtained from the Washington 3 State Department of Revenue a certificate showing that all contract -related taxes have 4 been paid (RCW 60.28.051). The Contracting Agency may deduct from its payments 5 to the Contractor any amount the Contractor may owe the Washington State 6 Department of Revenue, whether the amount owed relates to this contract or not. Any 7 amount so deducted will be paid into the proper State fund. 8 9 1-07.2(1) State Sales Tax — Rule 171 10 11 WAC 458-20-171, and its related rules, apply to building, repairing, or improving 12 streets, roads, etc., which are owned by a municipal corporation, or political subdivision 13 of the state, or by the United States, and which are used primarily for foot or vehicular 14 traffic. This includes storm or combined sewer systems within and included as a part 15 of the street or road drainage system and power lines when such are part of the 16 roadway lighting system. For work performed in such cases, the Contractor shall 17 include Washington State Retail Sales Taxes in the various unit bid item prices, or other 18 contract amounts, including those that the Contractor pays on the purchase of the 19 materials, equipment, or supplies used or consumed in doing the work. 20 21 1-07.2(2) State Sales Tax — Rule 170 22 23 WAC 458-20-170, and its related rules, apply to the constructing and repairing of new 24 or existing buildings, or other structures, upon real property. This includes, but is not 25 limited to, the construction of streets, roads, highways, etc., owned by the state of 26 Washington; water mains and their appurtenances; sanitary sewers and sewage 27 disposal systems unless such sewers and disposal systems are within, and a part of, 28 a street or road drainage system; telephone, telegraph, electrical power distribution 29 lines, or other conduits or lines in or above streets or roads, unless such power lines 30 become a part of a street or road lighting system; and installing or attaching of any 31 article of tangible personal property in or to real property, whether or not such personal 32 property becomes a part of the realty by virtue of installation. 33 34 For work performed in such cases, the Contractor shall collect from the Contracting 35 Agency, retail sales tax on the full contract price. The Contracting Agency will 36 automatically add this sales tax to each payment to the Contractor. For this reason, 37 the Contractor shall not include the retail sales tax in the unit bid item prices, or in any 38 other contract amount subject to Rule 170, with the following exception. 39 40 Exception: The Contracting Agency will not add in sales tax for a payment the 41 Contractor or a subcontractor makes on the purchase or rental of tools, machinery, 42 equipment, or consumable supplies not integrated into the project. Such sales taxes 43 shall be included in the unit bid item prices or in any other contract amount. 44 45 1-07.2(3) Services 46 47 The Contractor shall not collect retail sales tax from the Contracting Agency on any 48 contract wholly for professional or other services (as defined in Washington State 49 Department of Revenue Rules 138 and 244). 50 51 52 1-07.6 Permit and Licenses City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Special Provisions Page - 87 1 Section 1-07.6 is supplemented with the following: 2 3 (January 2, 2018) 4 The Contracting Agency has obtained the below permit(s) for this project. A copy of the 5 permit(s) is attached as an appendix for information purposes. Copies of these permits, 6 including a copy of the Transfer of Coverage form, when applicable, are required to be 7 onsite at all times. 8 9 Contact with permitting agencies, concerning the below -listed permit(s), shall be made 10 through the Engineer with the exception of when the Construction Stormwater General 11 Permit coverage is transferred to the Contractor, direct communication with the 12 Department of Ecology is allowed. The Contractor shall be responsible for obtaining 13 Ecology's approval for any Work requiring additional approval (e.g. Request for 14 Chemical Treatment Form). The Contractor shall obtain additional permits as 15 necessary. All costs to obtain and comply with additional permits shall be included in 16 the applicable bid items of the Work involved. 17 18 *** Appendix C - Department of Fish & Wildlife — SEPA Checklist and Forms *** 19 20 1-07.9(5) Required Documents 21 (January 3, 2020 APWA GSP) 22 23 Delete this section and replace it with the following: 24 25 General 26 All "Statements of Intent to Pay Prevailing Wages", "Affidavits of Wages Paid" and Certified 27 Payrolls, including a signed Statement of Compliance for Federal -aid projects, shall be 28 submitted to the Engineer and the State L&I online Prevailing Wage Intent & Affidavit (PWIA) 29 system. 30 31 Intents and Affidavits 32 On forms provided by the Industrial Statistician of State L&I, the Contractor shall submit to the 33 Engineer the following for themselves and for each firm covered under RCW 39.12 that will or 34 has provided Work and materials for the Contract: 35 36 1. The approved "Statement of Intent to Pay Prevailing Wages" State L&I's form number 37 F700-029-000. The Contracting Agency will make no payment under this Contract until 38 this statement has been approved by State L&I and reviewed by the Engineer. 39 40 2. The approved "Affidavit of Prevailing Wages Paid", State L&I's form number 24 F700- 41 007-000. The Contracting Agency will not grant Completion until all approved Affidavit 42 of Wages paid for the Contractor and all Subcontractors have been received by the 43 Engineer. The Contracting Agency will not release to the Contractor any funds retained 44 under RCW 60.28.011 until "Affidavit of Prevailing Wages Paid" forms have been 45 approved by State L&I and all of the approved forms have been submitted to the 46 Engineer for every firm that worked on the Contract. 47 48 The Contractor is responsible for requesting these forms from State L&I and for paying any 49 fees required by State L&I. 50 51 Certified Payrolls City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Special Provisions Page - 88 1 Certified payrolls are required to be submitted by the Contractor for themselves, all 2 Subcontractors and all lower tier subcontractors. The payrolls shall be submitted weekly on all 3 Federal -aid projects and no less than monthly on State funded projects. 4 5 Penalties for Noncompliance 6 The Contractor is advised, if these payrolls are not supplied within the prescribed deadlines, 7 any or all payments may be withheld until compliance is achieved. In addition, failure to provide 8 these payrolls may result in other sanctions as provided by State laws (RCW 39.12.050) 9 and/or Federal regulations (29 CFR 5.12). 10 11 12 1-07.11(2) Contractual Requirements 13 14 Section 1-07.11(2) is supplemented with the following: 15 16 (January 24, 2024) 17 18 11. The Contractor shall comply with the following nondiscrimination provisions, and 19 the Contractor shall ensure the nondiscrimination provisions are included in all 20 subcontracts: 21 22 a. Nondiscrimination Requirement. During the term of this Contract, the Contractor, 23 including all subcontractors, shall not discriminate on the bases enumerated at 24 RCW 49.60.530(3). In addition, the Contractor, including all subcontractors, shall 25 give written notice of this nondiscrimination requirement to any labor 26 organizations with which the Contractor, or subcontractor, has a collective 27 bargaining or other agreement. 28 29 b. Obligation to Cooperate. The Contractor, including all subcontractors, shall 30 cooperate and comply with any Washington state agency investigation regarding 31 any allegation that the Contractor, including any subcontractor, has engaged in 32 discrimination prohibited by this Contract pursuant to RCW 16 49.60.530(3). 33 34 c. Default. Notwithstanding any provision to the contrary, the Contracting Agency 35 may suspend the Contract in accordance with Section 1-08.6, upon notice of a 36 failure to participate and cooperate with any state agency investigation into 37 alleged discrimination prohibited by this Contract, pursuant to RCW 49.60.530(3). 38 Any such suspension will remain in place until the Contracting Agency receives 39 notification that Contractor, including any subcontractor, is cooperating with the 40 investigating state agency. In the event the Contractor, or subcontractor, is 41 determined to have engaged in discrimination identified at RCW 49.60.530(3), 42 the Contracting Agency may terminate this Contract in whole or in part in 43 accordance with Section 1- 28 08.10(1), and in addition to the sanctions listed in 44 Section 1-07.11(5), the Contractor, subcontractor, or both, may be referred for 45 debarment as 30 provided in RCW 39.26.200. The Contractor or subcontractor 46 may be given a reasonable time in which to cure this noncompliance, including 47 implementing conditions consistent with any court -ordered injunctive relief or 48 settlement agreement. 49 50 d. Remedies for Breach. Notwithstanding any provision to the contrary, in the event 51 of Contract termination or suspension for engaging in discrimination, the 52 Contractor, subcontractor, or both, shall be liable for contract damages as City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Special Provisions Page - 89 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 authorized by law including, but not limited to, any cost difference between the original contract and the replacement or cover contract and all administrative costs directly related to the replacement contract, which damages are distinct from any penalties imposed under Chapter 49.60, RCW. The Contracting Agency shall have the right to deduct from any monies due to Contractor or subcontractor, or that thereafter become due, an amount for damages Contractor or subcontractor will owe Contracting Agency for default under this Provision. 1-07.17 Utilities and Similar Facilities Section 1-07.17 is supplemented with the following: (April 2, 2007) Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. The following addresses and telephone numbers of utility companies known or suspected of having facilities within the project limits are supplied for the Contractor's convenience: Astound Cascade Natural Gas Century Link Comcast Convergence Technologies Kitsap County PUD Lumen Puget Sound Energy Electric Water and Sewer — City of Port Orchard 1-800-928-3123 360-204-6732 or 360-328-6845 1-800-283-4237 503-399-4494 360-405-1231 360-779-7656 360-271-7654 1-888-225-5773 360-876-2545 The Contractor shall attend a mandatory utility preconstruction meeting with the Engineer, all affected subcontractors and all utility owners and their Contractors prior to beginning of onsite Work. The following addresses and telephone numbers of utility companies or their Contractors that will be adjusting, relocating, replacing, or constructing utilities within the project limits are supplied for the Contractor's use: None of the above utility companies are anticipated to adjust, relocate, replaced, or construct utilities to complete the Contract Work. City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Special Provisions Page - 90 1 1-07.18 Public Liability and Property Damage Insurance 2 3 Delete this section in its entirety, and replace it with the following: 4 5 1-07.18(1) General Requirements 6 A. The Contractor shall procure and maintain the insurance described in all subsections of 7 section 1-07.18 of these Special Provisions, from insurers with a current A. M. Best 8 rating of not less than A-: VI and licensed to do business in the State of Washington. 9 The Contracting Agency reserves the right to approve or reject the insurance provided, 10 based on the insurer's financial condition. 11 B. The Contractor shall keep this insurance in force without interruption from the 12 commencement of the Contractor's Work through the term of the Contract and for thirty 13 (30) days after the Physical Completion date, unless otherwise indicated below. 14 C. If any insurance policy is written on a claims -made form, its retroactive date, and that of 15 all subsequent renewals, shall be no later than the effective date of this Contract. The 16 policy shall state that coverage is claims made and state the retroactive date. Claims- 17 made form coverage shall be maintained by the Contractor for a minimum of 36 months 18 following the Completion Date or earlier termination of this Contract, and the Contractor 19 shall annually provide the Contracting Agency with proof of renewal. If renewal of the 20 claims made form of coverage becomes unavailable, or economically prohibitive, the 21 Contractor shall purchase an extended reporting period ("tail") or execute another form of 22 guarantee acceptable to the Contracting Agency to assure financial responsibility for 23 liability for services performed. 24 D. The Contractor's Automobile Liability, Commercial General Liability and Excess or 25 Umbrella Liability insurance policies shall be primary and non-contributory insurance as 26 respects the Contracting Agency's insurance, self-insurance, or self -insured pool 27 coverage. Any insurance, self-insurance, or self -insured pool coverage maintained by 28 the Contracting Agency shall be excess of the Contractor's insurance and shall not 29 contribute with it. 30 E. The Contractor shall provide the Contracting Agency and all additional insureds with 31 written notice of any policy cancellation, within two business days of their receipt of such 32 notice. 33 F. The Contractor shall not begin work under the Contract until the required insurance has 34 been obtained and approved by the Contracting Agency. 35 G. Failure on the part of the Contractor to maintain the insurance as required shall 36 constitute a material breach of contract, upon which the Contracting Agency may, after 37 giving five business days' notice to the Contractor to correct the breach, immediately 38 terminate the Contract or, at its discretion, procure or renew such insurance and pay any 39 and all premiums in connection therewith, with any sums so expended to be repaid to the 40 Contracting Agency on demand, or at the sole discretion of the Contracting Agency, 41 offset against funds due the Contractor from the Contracting Agency. 42 H. All costs for insurance shall be incidental to and included in the unit or lump sum prices 43 of the Contract and no additional payment will be made. 44 45 1-07.18(2) Additional Insured 46 All insurance policies, with the exception of Workers Compensation, and of Professional 47 Liability and Builder's Risk (if required by this Contract) shall name the following listed 48 entities as additional insured(s) using the forms or endorsements required herein: 49 the Contracting Agency and its officers, elected officials, employees, agents, and 50 volunteers 51 City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Special Provisions Page - 91 1 The above -listed entities shall be additional insured(s) for the full available limits of 2 liability maintained by the Contractor, irrespective of whether such limits maintained by 3 the Contractor are greater than those required by this Contract, and irrespective of 4 whether the Certificate of Insurance provided by the Contractor pursuant to 1-07.18(4) 5 describes limits lower than those maintained by the Contractor. 6 7 For Commercial General Liability insurance coverage, the required additional insured 8 endorsements shall be at least as broad as ISO forms CG 20 10 10 01 for ongoing 9 operations and CG 20 37 10 01 for completed operations. 10 11 1-07.18(3) Subcontractors 12 The Contractor shall cause each subcontractor of every tier to provide insurance 13 coverage that complies with all applicable requirements of the Contractor -provided 14 insurance as set forth herein, except the Contractor shall have sole responsibility for 15 determining the limits of coverage required to be obtained by subcontractors. 16 17 The Contractor shall ensure that all subcontractors of every tier add all entities listed in 18 1-07.18(2) as additional insureds, and provide proof of such on the policies as required 19 by that section as detailed in 1-07.18(2) using an endorsement as least as broad as ISO 20 CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. 21 22 23 1-07.18(4) Verification of Coverage 24 The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and 25 endorsements for each policy of insurance meeting the requirements set forth herein when 26 the Contractor delivers the signed Contract for the work. Failure of Contracting Agency to 27 demand such verification of coverage with these insurance requirements or failure of 28 Contracting Agency to identify a deficiency from the insurance documentation provided shall 29 not be construed as a waiver of Contractor's obligation to maintain such insurance. 30 31 Verification of coverage shall include: 32 33 1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent. 34 35 2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1- 36 07.18(2) as additional insured(s), showing the policy number. The Contractor may submit 37 a copy of any blanket additional insured clause from its policies instead of a separate 38 endorsement. 39 40 3. Any other amendatory endorsements to show the coverage required herein. 41 42 4. A notation of coverage enhancements on the Certificate of Insurance shall not satisfy these 43 requirements — actual endorsements must be submitted. 44 45 Upon request by the Contracting Agency, the Contractor shall forward to the Contracting 46 Agency a full and certified copy of the insurance policy(s). If Builders Risk insurance is required 47 on this Project, a full and certified copy of that policy is required when the Contractor delivers 48 the signed Contract for the work. 49 50 1-07.18(5) Coverages and Limits 51 The insurance shall provide the minimum coverages and limits set forth below. Contractor's 52 maintenance of insurance, its scope of coverage, and limits as required herein shall not be City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Special Provisions Page - 92 1 construed to limit the liability of the Contractor to the coverage provided by such insurance, or 2 otherwise limit the Contracting Agency's recourse to any remedy available at law or in equity. 3 4 All deductibles and self -insured retentions must be disclosed and are subject to approval by 5 the Contracting Agency. The cost of any claim payments falling within the deductible or self- 6 insured retention shall be the responsibility of the Contractor. In the event an additional insured 7 incurs a liability subject to any policy's deductibles or self -insured retention, said deductibles 8 or self -insured retention shall be the responsibility of the Contractor. 9 10 1-07.18(5)A Commercial General Liability 11 Commercial General Liability insurance shall be written on coverage forms at least as broad 12 as ISO occurrence form CG 00 01, including but not limited to liability arising from premises, 13 operations, stop gap liability, independent contractors, products -completed operations, 14 personal and advertising injury, and liability assumed under an insured contract. There shall 15 be no exclusion for liability arising from explosion, collapse or underground property damage. 16 17 The Commercial General Liability insurance shall be endorsed to provide a per project general 18 aggregate limit, using ISO form CG 25 03 05 09 or an equivalent endorsement. 19 20 Contractor shall maintain Commercial General Liability Insurance arising out of the 21 Contractor's completed operations for at least three years following Substantial Completion of 22 the Work. 23 24 Such policy must provide the following minimum limits: 25 $1,000,000 Each Occurrence 26 $2,000,000 General Aggregate 27 $2,000,000 Products & Completed Operations Aggregate 28 $1,000,000 Personal &Advertising Injury each offence 29 $1,000,000 Stop Gap / Employers' Liability each accident 30 31 1-07.18(5)B Automobile Liability 32 Automobile Liability shall cover owned, non -owned, hired, and leased vehicles; and shall be 33 written on a coverage form at least as broad as ISO form CA 00 01. If the work involves the 34 transport of pollutants, the automobile liability policy shall include MCS 90 and CA 99 48 35 endorsements. 36 37 Such policy must provide the following minimum limit: 38 $1,000,000 Combined single limit each accident 39 40 1-07.18(5)C Workers' Compensation 41 The Contractor shall comply with Workers' Compensation coverage as required by the 42 Industrial Insurance laws of the State of Washington. City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Special Provisions Page - 93 1 1-07.24 Rights of Way 2 (July 23, 2015 APWA GSP) 3 4 Delete this section and replace it with the following: 5 6 Street Right of Way lines, limits of easements, and limits of construction permits are 7 indicated in the Plans. The Contractor's construction activities shall be confined within these 8 limits, unless arrangements for use of private property are made. 9 10 Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way 11 and easements, both permanent and temporary, necessary for carrying out the work. 12 Exceptions to this are noted in the Bid Documents or will be brought to the Contractor's 13 attention by a duly issued Addendum. 14 15 Whenever any of the work is accomplished on or through property other than public Right of 16 Way, the Contractor shall meet and fulfill all covenants and stipulations of any easement 17 agreement obtained by the Contracting Agency from the owner of the private property. 18 Copies of the easement agreements may be included in the Contract Provisions or made 19 available to the Contractor as soon as practical after they have been obtained by the 20 Engineer. 21 22 Whenever easements or rights of entry have not been acquired prior to advertising, these 23 areas are so noted in the Plans. The Contractor shall not proceed with any portion of the 24 work in areas where right of way, easements or rights of entry have not been acquired until 25 the Engineer certifies to the Contractor that the right of way or easement is available or that 26 the right of entry has been received. If the Contractor is delayed due to acts of omission on 27 the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the 28 Contractor will be entitled to an extension of time. The Contractor agrees that such delay 29 shall not be a breach of contract. 30 31 Each property owner shall be given 48 hours notice prior to entry by the Contractor. This 32 includes entry onto easements and private property where private improvements must be 33 adjusted. 34 35 The Contractor shall be responsible for providing, without expense or liability to the 36 Contracting Agency, any additional land and access thereto that the Contractor may desire 37 for temporary construction facilities, storage of materials, or other Contractor needs. 38 However, before using any private property, whether adjoining the work or not, the 39 Contractor shall file with the Engineer a written permission of the private property owner, 40 and, upon vacating the premises, a written release from the property owner of each property 41 disturbed or otherwise interfered with by reasons of construction pursued under this contract. 42 The statement shall be signed by the private property owner, or proper authority acting for 43 the owner of the private property affected, stating that permission has been granted to use 44 the property and all necessary permits have been obtained or, in the case of a release, that 45 the restoration of the property has been satisfactorily accomplished. The statement shall 46 include the parcel number, address, and date of signature. Written releases must be filed 47 with the Engineer before the Completion Date will be established. 48 49 1-08 PROSECUTION AND PROGRESS 50 51 Add the following new section: 52 City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Special Provisions Page - 94 1 1-08.0 Preliminary matters 2 (May 25, 2006 APWA GSP) 3 4 Add the following new section: 5 6 1-08.0(1) Preconstruction Conference 7 (October 10, 2008 APWA GSP) 8 9 Prior to the Contractor beginning the work, a preconstruction conference will be held 10 between the Contractor, the Engineer and such other interested parties as may be 11 invited. The purpose of the preconstruction conference will be: 12 1. To review the initial progress schedule; 13 2. To establish a working understanding among the various parties associated or 14 affected by the work; 15 3. To establish and review procedures for progress payment, notifications, 16 approvals, submittals, etc.; 17 4. To establish normal working hours for the work; 18 5. To review safety standards and traffic control; and 19 6. To discuss such other related items as may be pertinent to the work. 20 21 The Contractor shall prepare and submit at the preconstruction conference the 22 following: 23 1. A breakdown of all lump sum items; 24 2. A preliminary schedule of working drawing submittals; and 25 3. A list of material sources for approval if applicable. 26 27 Add the following new section: 28 29 1-08.0(2) Hours of Work 30 (December 8, 2014 APWA GSP) 31 32 Except in the case of emergency or unless otherwise approved by the Engineer, the 33 normal working hours for the Contract shall be any consecutive 8-hour period 34 between 7:00 a.m. and 6:00 p.m. Monday through Friday, exclusive of a lunch break. 35 If the Contractor desires different than the normal working hours stated above, the 36 request must be submitted in writing prior to the preconstruction conference, subject 37 to the provisions below. The working hours for the Contract shall be established at or 38 prior to the preconstruction conference. 39 40 All working hours and days are also subject to local permit and ordinance conditions 41 (such as noise ordinances). 42 43 If the Contractor wishes to deviate from the established working hours, the 44 Contractor shall submit a written request to the Engineer for consideration. This 45 request shall state what hours are being requested, and why. Requests shall be 46 submitted for review no later than *** five (5) working days *** prior to the day(s) the 47 Contractor is requesting to 38 change the hours. 48 49 If the Contracting Agency approves such a deviation, such approval may be subject 50 to certain other conditions, which will be detailed in writing. For example: 51 City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Special Provisions Page - 95 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 1. On non -Federal aid projects, requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight -time costs for Contracting Agency representatives who worked during such times. (The Engineer may require designated representatives to be present during the work. Representatives who may be deemed necessary by the Engineer include, but are not limited to: survey crews; personnel from the Contracting Agency's material testing lab; inspectors; and other Contracting Agency employees or third party consultants when, in the opinion of the Engineer, such work necessitates their presence.) 2. Considering the work performed on Saturdays, Sundays, and holidays as working days with regard to the contract time. 3. Considering multiple work shifts as multiple working days with respect to contract time even though the multiple shifts occur in a single 24-hour period. 4. If a 4-10 work schedule is requested and approved the non -working day for the week will be charged as a working day. 5. If Davis Bacon wage rates apply to this Contract, all requirements must be met and recorded properly on certified payroll. 1-08.1(9) Required Subcontract Clauses Clauses Required in Subcontracts of All Tiers The second paragraph of Section 1-08.1(9)B is supplemented with the following: (January 24, 2024) 16. 1-07.11 Requirements for Nondiscrimination — Item from Section 1- 4 07.11(2). 1-08.3 Progress Schedule 1-08.3(2)B Type B Progress Schedules 1-08.3(2)B (December 30, 2022 APWA GSP) Revise the first paragraph to read: The Contractor shall submit a preliminary Type B Progress Schedule at or prior to the preconstruction conference. The preliminary Type B Progress Schedule shall comply with all of these requirements and the requirements of Section 1- 08.3(1), except that it may be limited to only those activities occurring within the first 60-working days of the project. Revise the first sentence of the second paragraph to read: The Contractor shall submit *** three (3) *** copies of a Type B Progress Schedule depicting the entire project no later than 21-calendar days after the preconstruction conference. City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Special Provisions Page - 96 1 1-08.4 Prosecution of Work 2 3 Delete this section and replace it with the following: 4 5 6 1-08.4 Notice to Proceed and Prosecution of Work 7 (July 23, 2015 APWA GSP) 8 9 Notice to Proceed will be given after the contract has been executed and the contract 10 bond and evidence of insurance have been approved and filed by the Contracting 11 Agency. The Contractor shall not commence with the work until the Notice to 12 Proceed has been given by the Engineer. The Contractor shall commence 13 construction activities on the project site within ten days of the Notice to Proceed 14 Date, unless otherwise approved in writing. The Contractor shall diligently pursue the 15 work to the physical completion date within the time specified in the contract. 16 Voluntary shutdown or slowing of operations by the Contractor shall not relieve the 17 Contractor of the responsibility to complete the work within the time(s) specified in 18 the contract. 19 20 When shown in the Plans, the first order of work shall be the installation of high 21 visibility fencing to delineate all areas for protection or restoration, as described in the 22 Contract. Installation of high visibility fencing adjacent to the roadway shall occur 23 after the placement of all necessary signs and traffic control devices in accordance 24 with 1-10.1(2). Upon construction of the fencing, the Contractor shall request the 25 Engineer to inspect the fence. No other work shall be performed on the site until the 26 Contracting Agency has accepted the installation of high visibility fencing, as 27 described in the Contract. 28 29 City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Special Provisions Page - 97 1 1-08.5 Time for Completion 2 (December 30, 2022 APWA GSP, Option A) 3 4 Revise the third and fourth paragraphs to read: 5 6 Contract time shall begin on the first working day following the Notice to Proceed Date. 7 8 Each working day shall be charged to the contract as it occurs, until the contract work is 9 physically complete. If substantial completion has been granted and all the authorized 10 working days have been used, charging of working days will cease. Each week the 11 Engineer will provide the Contractor a statement that shows the number of working days: 12 (1) charged to the contract the week before; (2) specified for the physical completion of 13 the contract; and (3) remaining for the physical completion of the contract. The statement 14 will also show the nonworking days and all partial or whole days the Engineer declares 15 as unworkable The statement will be identified as a Written Determination by the 16 Engineer. If the Contractor does not agree with the Written Determination of working 17 days, the Contractor shall pursue the protest procedures in accordance with Section 1- 18 04.5. By failing to follow the procedures of Section 1-04.5, the Contractor shall be 19 deemed as having accepted the statement as correct. If the Contractor is approved to 20 work 10 hours a day and 4 days a week (a 4-10 schedule) and the fifth day of the week 21 in which a 4-10 shift is worked would ordinarily be charged as a working day then the 22 fifth day of that week will be charged as a working day whether or not the Contractor 23 works on that day. 24 25 Revise the sixth paragraph to read: 26 27 The Engineer will give the Contractor written notice of the completion date of the contract 28 after all the Contractor's obligations under the contract have been performed by the 29 Contractor. The following events must occur before the Completion Date can be 30 established: 31 a. The physical work on the project must be complete; and 32 b. The Contractor must furnish all documentation required by the contract and required 33 by law, to allow the Contracting Agency to process final acceptance of the contract. 34 The following documents must be received by the Project Engineer prior to 35 establishing a completion date: 36 a) Certified Payrolls (per Section 1-07.9(5)). 37 b) Material Acceptance Certification Documents 38 c) Monthly Reports of Amounts Credited as DBE Participation, as required by the 39 Contract Provisions. 40 d) Final Contract Voucher Certification 41 e) Copies of the approved "Affidavit of Prevailing Wages Paid" for the Contractor 42 and all Subcontractors 43 f) A copy of the Notice of Termination sent to the Washington State Department of 44 Ecology (Ecology); the elapse of calendar days from the date of receipt of the 45 notice of Termination by Ecology; and no rejection of the Notice of Termination by 46 Ecology. This requirement will not apply if the Construction Stormwater General 47 Permit is transferred back to the Contracting Agency in accordance with Section 48 8-01.3(16). 49 g) g. Property owner releases per Section 1-07.24 50 51 City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Special Provisions Page - 98 1 1-08.6 Suspension of Work 2 3 (February 6, 2023) 4 Contract time may be suspended for procurement of critical materials (Procurement 5 Suspension). In order to receive a Procurement Suspension, the Contractor shall within 6 21 calendar days after execution by the Contracting Agency, place purchase orders for 7 all materials deemed critical by the Contracting Agency for physical completion of the 8 contract. The Contractor shall provide copies of purchase orders for the critical materials. 9 Such purchase orders shall disclose the purchase order date and estimated delivery 10 dates for such critical material. 11 12 The Contractor shall show procurement of the materials listed below as activities in the 13 Progress Schedule. If the approved Progress Schedule indicates that the materials 14 procurement are critical activities, and if the Contractor has provided documentation that 15 purchase orders are placed for the critical materials within the prescribed 21 calendar 16 days, then contract time will be suspended upon physical completion of all critical work 17 except that work dependent upon the below listed critical materials: 18 19 *** 20 • Barge with crane and barge for debris containment 21 • Turbidity Curtain 22 *** 23 24 Charging of contract time will resume upon delivery of the critical materials to the 25 Contractor or *** 30 *** calendar days after execution by the Contracting Agency, 26 whichever occurs first. 27 28 1-09 Measurement and Payment 29 30 1-09.2(1) General Requirements for Weighing Equipment 31 (December 30, 2022 APWA GSP, Option 2) 32 33 Revise item 4 of the fifth paragraph to read: 34 35 4. Test results and scale weight records for each day's hauling operations are 36 provided to the Engineer daily. Reporting shall utilize WSDOT form 422-027, 37 Scaleman's Daily Report, unless the printed ticket contains the same information 38 that is on the Scaleman's Daily Report Form. The scale operator must provide 39 AM and/or PM tare weights for each truck on the printed ticket. 40 41 42 1-09.2(5) Measurement 43 (December 30, 2022 APWA GSP) 44 45 Revise the first paragraph to read: 46 47 Scale Verification Checks — At the Engineer's discretion, the Engineer may perform 48 verification checks on the accuracy of each batch, hopper, or platform scale used in 49 weighing contract items of Work. 50 51 52 City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Special Provisions Page - 99 1 1-09.6 Force Account 2 (December 30, 2022 APWA GSP) 3 4 Supplement this section with the following: 5 6 The Contracting Agency has estimated and included in the Proposal, dollar amounts for 7 all items to be paid per force account, only to provide a common proposal for Bidders. All 8 such dollar amounts are to become a part of Contractor's total bid. However, the 9 Contracting Agency does not warrant expressly or by implication, that the actual amount 10 of work will correspond with those estimates. Payment will be made on the basis of the 11 amount of work actually authorized by the Engineer. 12 13 1-09.7 Mobilization 14 (December 30, 2022 APWA GSP) 15 16 Delete this Section and replace it with the following: 17 18 Mobilization consists of preconstruction expenses and the costs of preparatory Work and 19 operations performed by the Contractor typically occurring before 10 percent of the total 20 original amount of an individual Bid Schedule is earned from other Contract items on that 21 Bid Schedule. Items which are not to be included in the item of Mobilization include but are 22 not limited to: 23 24 1. Portions of the Work covered by the specific Contract item or incidental Work which 25 is to be included in a Contract item or items. 26 2. Profit, interest on borrowed money, overhead, or management costs. 27 3. Costs incurred for mobilizing equipment for force account Work. 28 29 Based on the lump sum Contract price for "Mobilization", partial payments will be made as 30 follows: 31 32 1. When 5 percent of the total original Bid Schedule amount is earned from other 33 Contract items on that original Bid Schedule, excluding amounts paid for materials 34 on hand, 50 percent of the Bid Item for mobilization on that original Bid Schedule, 5 35 percent of the total of that original Bid Schedule, or 5 percent of the total original 36 Contract amount, whichever is the least, will be paid. 37 2. When 10 percent of the total original Bid Schedule amount is earned from other 38 Contract items on that original Bid Schedule, excluding amounts paid for materials 39 on hand, 100 percent of the Bid Item for mobilization on that original Bid Schedule, 40 10 percent of the total of that original Bid Schedule, or 10 percent of the total original 41 Contract amount, whichever is the least, will be paid. 42 3. When the Substantial Completion Date has been established for the project, 43 payment of any remaining amount Bid for mobilization will be paid. 44 45 Nothing herein shall be construed to limit or preclude partial payments otherwise provided 46 43 by the Contract. 47 48 49 50 City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Special Provisions Page - 100 1 1-09.8 Payment for Material on Hand 2 3 The last paragraph of Section 1-09.8 is revised to read: 4 5 (August 3, 2009) 6 The Contracting Agency will not pay for material on hand when the invoice cost is less 7 than $2,000. As materials are used in the work, credits equaling the partial payments for 8 them will be taken on future estimates. Each month, no later than the estimate due date, 9 the Contractor shall submit a letter to the Engineer that clearly states: 1) the amount 10 originally paid on the invoice (or other record of production cost) for the items on hand, 2) 11 the dollar amount of the material incorporated into each of the various work items for the 12 month, and 3) the amount that should be retained in material on hand items. If work is 13 performed on the items and the Contractor does not submit a letter, all of the previous 14 material on hand payment will be deducted on the estimate. Partial payment for materials 15 on hand shall not constitute acceptance. Any material will be rejected if found to be faulty 16 even if partial payment for it has been made. 17 City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Special Provisions Page - 101 1 1-09.9 Payments 2 3 (December 30, 2022 APWA GSP) 4 5 Section 1-09.9 is revised to read: 6 7 The basis of payment will be the actual quantities of Work performed according to the 8 Contract and as specified for payment. 9 10 The Contractor shall submit a breakdown of the cost of lump sum bid items at the 11 Preconstruction Conference, to enable the Project Engineer to determine the Work 12 performed on a monthly basis. A breakdown is not required for lump sum items that 13 include a basis for incremental payments as part of the respective Specification. Absent a 14 lump sum breakdown, the Project Engineer will make a determination based on 15 information available. The Project Engineer's determination of the cost of work shall be 16 final. 17 18 Progress payments for completed work and material on hand will be based upon 19 progress estimates prepared by the Engineer. A progress estimate cutoff date will be 20 established at the preconstruction conference. 21 22 The initial progress estimate will be made not later than days after the Contractor 23 commences the work, and successive progress estimates will be made every month 24 thereafter until the Completion Date. Progress estimates made during progress of the 25 work are tentative, and made only for the purpose of determining progress payments. The 26 progress estimates are subject to change at any time prior to the calculation of the final 27 payment. 28 29 The value of the progress estimate will be the sum of the following: 30 1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of 31 work completed multiplied by the unit price. 32 2. Lump Sum Items in the Bid Form — based on the approved Contractor's lump 33 sum breakdown for that item, or absent such a breakdown, based on the 34 Engineer's determination. 35 3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site 36 or other storage area approved by the Engineer. 37 4. Change Orders — entitlement for approved extra cost or completed extra work as 38 determined by the Engineer. 39 40 Progress payments will be made in accordance with the progress estimate less: 41 1. Retainage per Section 1-09.9(1), on non FHWA-funded projects; 42 2. 2. The amount of progress payments previously made; and 43 3. Funds withheld by the Contracting Agency for disbursement in accordance with 44 the Contract Documents. 45 Progress payments for work performed shall not be evidence of acceptable 46 performance or an admission by the Contracting Agency that any work has been 47 satisfactorily completed. The determination of payments under the contract will be 48 final in accordance with Section 1-05.1. 49 50 Failure to perform obligations under the Contract by the Contractor may be 51 decreed by the Contracting Agency to be adequate reason for withholding any 52 payments until compliance is achieved. City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Special Provisions Page - 102 1 2 Upon completion of all Work and after final inspection (Section 1-05.11), the 3 amount due the Contractor under the Contract will be paid based upon the final 4 estimate made by the Engineer and presentation of a Final Contract Voucher 5 Certification to be signed by the Contractor. The Contractor's signature on such 6 voucher shall be deemed a release of all claims of the Contractor unless a 7 Certified Claim is filed in accordance with the requirements of Section 1-09.11 and 8 is expressly excepted from the Contractor's certification on the Final Contract 9 Voucher Certification. The date the Contracting Agency signs the Final Contract 10 Voucher Certification constitutes the final acceptance date (Section 1-05.12). 11 12 If the Contractor fails, refuses, or is unable to sign and return the Final Contract 13 Voucher Certification or any other documentation required for completion and final 14 acceptance of the Contract, the Contracting Agency reserves the right to establish 15 a Completion Date (for the purpose of meeting the requirements of RCW 60.28) 16 and unilaterally accept the Contract. Unilateral final acceptance will occur only 17 after the Contractor has been provided the opportunity, by written request from the 18 Engineer, to voluntarily submit such documents. If voluntary compliance is not 19 achieved, formal notification of the impending establishment of a Completion Date 20 and unilateral final acceptance will be provided by email with delivery confirmation 21 from the Contracting Agency to the Contractor, which will provide 30 calendar 22 days for the Contractor to submit the necessary documents. The 30 calendar day 23 period will begin on the date the email with delivery confirmation is received by the 24 Contractor. The date the Contracting Agency unilaterally signs the Final Contract 25 Voucher Certification shall constitute the Completion Date and the final 26 acceptance date (Section 1-05.12). The reservation by the Contracting Agency to 27 unilaterally accept the Contract will apply to Contracts that are Physically 28 Completed in accordance with Section 1-08.5, or for Contracts that are terminated 29 in accordance with Section 1-08.10. Unilateral final acceptance of the Contract by 30 the Contracting Agency does not in any way relieve the Contractor of their 31 responsibility to comply with all Federal, State, tribal, or local laws, ordinances, 32 and regulations that affect the Work under the Contract. 33 34 Payment to the Contractor of partial estimates, final estimates, and retained 35 percentages 45 shall be subject to controlling laws. 36 37 38 1-09.11(3) Time Limitation and Jurisdiction 39 (December 30, 2022 APWA GSP) 40 41 Revise this section to read: 42 43 For the convenience of the parties to the Contract it is mutually agreed by the parties that all 44 claims or causes of action which the Contractor has against the Contracting Agency arising 45 from the Contract shall be brought within 180 calendar days from the date of final acceptance 46 (Section 1-05.12) of the Contract by the Contracting Agency; and it is further agreed that all 47 such claims or causes of action shall be brought only in the Superior Court of the county where 48 the Contracting Agency headquarters is located, provided that where an action is asserted 49 against a county, RCW 36.01.050 shall control venue and jurisdiction. The parties understand 50 and agree that the Contractor's failure to bring suit within the time period provided, shall be a 51 complete bar to all such claims or causes of action. It is further mutually agreed by the parties 52 that when claims or causes of action which the Contractor asserts against the Contracting City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Special Provisions Page - 103 1 Agency arising from the Contract are filed with the Contracting Agency or initiated in court, the 2 Contractor shall permit the Contracting Agency to have timely access to all records deemed 3 necessary by the Contracting Agency to assist in evaluating the claims or action. 4 5 1-09.13 Claims Resolution 6 7 1-09.13(3)A Arbitration General 8 (January 19, 2022 APWA GSP) 9 10 Revise the third paragraph to read: 11 12 The Contracting Agency and the Contractor mutually agree to be bound by the decision of 13 the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in 14 the Superior Court of the county in which the Contracting Agency's headquarters is located, 15 provided that where claims subject to arbitration are asserted against a county, RCW 16 36.01.050 shall control venue and jurisdiction of the Superior Court. The decision of the 17 arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use 18 the Contract as a basis for decisions. 19 20 1-10 Temporary Traffic Control 21 22 1-10.1 General 23 24 Section 1-10.1 is supplemented with the following: 25 26 (****) 27 1. General Description 28 It is the intent of these Specifications to minimize traffic disruptions caused by the 29 Contractor's operations while allowing construction work to proceed in an efficient 30 and safe manner. Vehicular and pedestrian access must be maintained at all times 31 during construction. 32 33 2. General Requirements 34 The Contractor shall keep all traffic lanes clear of equipment and materials during 35 non -working hours. To distinguish construction vehicles from private vehicles, 36 construction vehicles shall be equipped with flashing or rotating amber lights. 37 38 3. Unforeseen Conditions 39 When unforeseen conditions occur which require traffic control, the Contractor 40 shall cooperate with the Engineer to immediately provide appropriate traffic control 41 to ensure safety to the travelling public and the personnel and equipment working 42 on this project. Immediate notification shall be given to the police, fire, and bus 43 services if emergency lane closure/detour routes are needed. 44 45 1-10.1(2) Description 46 47 Supplement section 1-10.1(2) with the following: 48 49 (****) 50 The Contractor shall submit a detailed construction traffic control (for vehicular and 51 pedestrian traffic), detour and signing plan for review and approval a minimum of 5 52 working days (minimum 10 working days for work requiring full roadway closure) prior City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Special Provisions Page - 104 1 to commencement of work. Construction shall not begin until an approved construction 2 traffic control, detour, and signing plan is received from the Engineer. 3 4 The Contractor shall be fully responsible for all traffic control, both vehicular, bicycle, 5 and pedestrian, on the project. All signing, cones, and barricades shall conform to the 6 requirements of the current edition of the Manual for Uniform Traffic Control Devices. 7 8 The Contractor shall provide "No parking - Tow Away Zone" signs when operations 9 require normally parked vehicles off the street. Such signs shall be posted a minimum 10 of 72 hours prior to any work where parking was allowed, a maximum of 25 feet apart 11 on all affected streets or as directed by the Engineer. If vehicles remain parked after 12 the notice expires, the Contractor shall contact the City of Port Orchard Police 13 Department to make towing arrangements. 14 15 The Contractor shall provide all signs and other traffic control devices. The Contractor 16 shall erect and maintain all construction signs, warning signs, detour signs, and other 17 traffic control devices necessary to always warn and protect the public, from injury or 18 damage as result of the Contractor's operations which may occur on highways, roads, 19 streets, sidewalks, or paths. No work shall be done on or adjacent to any travelled way 20 until all necessary signs and traffic control devices are in place. 21 22 The Contractor shall always provide reasonable access through the construction zone 23 to fire, police, emergency vehicles, mail carriers, waste collectors, public transit 24 coaches, and school buses. City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Special Provisions Page - 105 1 1-10.2 Traffic Control Management 2 3 1-10.2(1) General 4 5 (October 3, 2022) 6 The Traffic Control Supervisor shall be certified by one of the following: 7 8 The Northwest Laborers -Employers Training Trust 9 27055 Ohio Ave. 10 Kingston, WA 98346 11 (360) 297-3035 12 https://www.nwlett.edu 13 14 Evergreen Safety Council 15 12545 135th 52 Ave. NE 16 Kirkland, WA 98034-8709 17 1-800-521-0778 18 https://www.esc.org 19 20 The American Traffic Safety Services Association 21 15 Riverside Parkway, Suite 100 22 Fredericksburg, Virginia 22406-1022 23 Training Dept. Toll Free (877) 642-4637 24 Phone: (540) 368-1701 25 https://atssa.com/training 26 27 Integrity Safety 28 13912 NE 20th Ave. 29 Vancouver, WA 98686 30 (360) 574-6071 31 https://www.integritysafety.com 32 33 US Safety Alliance 34 (904) 705-5660 35 https://www.ussafetyalliance.com 36 37 K&D Services Inc. 38 2719 Rockefeller Ave. 39 Everett, WA 98201 40 (800) 343-4049 41 https://www.kndservices.net 42 43 44 45 46 47 48 49 City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Special Provisions Page - 106 1 Division 2 2 3 Earthwork 4 5 2-02 Removal of Structures and Obstructions 6 7 2-02.1 Description 8 9 Delete section 2-02.1, Description, and replaced with the following: 10 11 (****) 12 The Work described in this section includes removing of dilapidated wooden structures 13 / decking, concrete decking, bituminous pavement, and metals. The removal of items 14 contained in the Plans, in this Section or in other Sections of the Special Provisions 15 and are not identified with a separate pay item shall be considered as incidental to this 16 bid item, and the costs thereof shall not be included in other items of the Contract. 17 18 The building demolition will include property numbers 1693 Bay Street, 1699 Bay 19 Street, 1763 Bay Street, and 1777 Bay Street. The demolition includes removal of 20 roofing materials, interior and exterior perimeter walls, interior partition walls, beams, 21 columns, interior and exterior stairs, ramps, windows, doors, interior finishes, and 22 furnishings, pits, all electrical, mechanical, plumbing and other equipment with 23 associated appurtenances. All other unnamed features and debris will be incidental to 24 this Work for complete destruction and haul of removed debris. 25 26 2-02.3 Construction Requirements 27 28 Section 2-02.3 is supplemented with the following: 29 30 31 2-02.3(4) Removal of Dilapidated Decks and Structures 32 33 Before construction activities can proceed, the Contractor must submit a Demolition 34 Plan for Engineer approval. The Contractor shall accept the site "as -is" and shall have 35 inspected the site and reviewed all drawings, reports, permits, and other documents 36 applicable to the Work prior to submitting a bid. 37 38 The decks and structures have shown significant deterioration and pose a serious 39 safety concern to vehicles, pedestrians, and nearby community. It is the Contractor's 40 responsibility to conduct the Work in a safe manner. 41 42 Any existing features to remain that are damaged during construction shall be replaced 43 in -kind at no additional cost to the Contracting Agency. 44 45 The Contractor shall be responsible for construction debris causing damage to 46 vehicles. This responsibility includes but is not limited to broken windows and flat tires. 47 48 Any material not named in the Special Provisions as Contracting Agency property will 49 become the property of the Contractor and shall be removed from the project. 50 51 The Contractor shall arrange to dispose of waste at no expense to the Contracting 52 Agency and the disposal shall meet the WSDOT STD Spec. Section 2-03.3(7)C. City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Special Provisions Page - 107 1 2 2-02.3(5) Debris Disposal 3 4 All debris collected on project site shall become the Contractor's property and must be 5 disposed of properly in accordance with environmental documents. 6 7 Concrete, Asphalt, and metal debris will be recycled to the maximum extent feasible 8 (at least 75%). Material that is unsuitable for recycling will be disposed of at an 9 approved facility. 10 11 12 2-02.3(6) Abatement Prior to Demolition 13 14 Before demolition of any structures, typical items of concern such as asbestos and 15 lead paints must be identified. When these items are identified, the structure must be 16 abated and the hazardous material must be removed prior to demolition. 17 18 19 2-02.3(7) Debris Capture and Containment 20 21 During work in or over -water, in which there is a likelihood of small to medium-sized 22 debris being produced, the Contractor must deploy a floating debris boom around the 23 work area to capture floating debris. The contractor must have a small work boat to 24 navigate around the work site removing fallen debris from the water and collecting 25 material contained within the floating boom. The work boat must carry absorbent pads 26 to contain any oil sheens and may also deploy oil absorbent boom within the debris 27 boom as needed. Debris and any used absorbent are collected, contained, and 28 disposed at an appropriate off -site facility. 29 30 2-02.3(8) Hazardous Materials 31 32 2-02.3(8)A Hazardous Materials Used in Maintenance 33 34 Small quantities of hazardous materials needed for a particular task are transported 35 to/from the work site in original containers or in "secondary containers" and used within 36 the work day. Secondary containers used to transfer smaller amounts of material to a 37 job site must be labeled within an extra copy of the manufacturer's label or with a 38 properly filled out generic label that provide sufficient information to ensure proper 39 identification of the material. 40 41 Where hazardous materials are being used near water, the Contractor must keep 42 absorbent pads and a spill kit readily accessible. Unused hazardous materials are to 43 be return to the Contractor maintenance facility for future use or disposal in accordance 44 with instructions on the container. 45 46 2-02.3(8)B Hazardous Waste 47 48 Hazardous waste that may be generated by maintenance activities include used oil, 49 waste paint, creosote -treated wood debris. Hazardous waste will be identified, labeled, 50 handled, stored, and disposed of in accordance with all Federal, State, and local 51 agency regulations. 52 City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Special Provisions Page - 108 1 2-02.3(9) Spill Prevention Response 2 3 The Contractor must be trained on hazardous waste storage and disposal procedures. 4 A copy of the Contractors Hazardous materials Emergency Response Plan must be 5 kept on -site. 6 7 2-02.3(10) Occupancy 8 9 The above buildings to be demolished have been vacated and discontinued in use. 10 The Contractor shall take any and all measures necessary to protect persons 11 associated with these businesses and the public in general, from harm and damage 12 during demolition activities, as well as maintaining vehicle and pedestrian traffic along 13 Bay Street. 14 15 2-02.3(11) Traffic Control 16 17 The Contractor shall conduct demolition operations and removal of debris in a manner 18 that ensures the least interference with Bay Street and nearby pedestrian walkways. 19 The Contractor shall prepare and obtain a traffic control plan and submit for approval 20 the City and Engineer, prior to demolition. 21 22 All traffic control features necessary to complete the Contract Work shall be included 23 in the "Structure and Deck Removal - _" lump sum pay item. Features to be included 24 are temporary signage, traffic control supervisor, flaggers, detour routes, lane 25 restrictions, etc. 26 27 2-02.3(11)A— Lane Restrictions 28 29 Lane restrictions shall be held to a minimum and only the length needs to 30 complete each operation. If the Engineer determines that the lane restrictions 31 are causing congestion, the Contractor shall open all lanes to traffic until the 32 congestion is eliminated. If the Engineer determines lane restrictions are not 33 needed to support the active Contract Work, traffic lane shall be opened for 34 public use within fifteen (15) minutes. 35 36 2-02.3(11)B — Emergency Vehicles 37 38 There shall be no delays to medical, fire, or other emergency vehicles. The 39 Contractor shall alert all flaggers and personnel of this requirement. 40 41 2-02.3(11)C —Advance Notification 42 43 The Contractor shall notify the Engineer in writing of any traffic impacts on lane 44 restrictions, lane closures, shoulder closures, or any other combination for the 45 week by 12:00 p.m. (noon) Wednesday, the week prior to the stated impacts. 46 47 The Contractor shall notify the Engineer in writing ten 10 days in advance of 48 any traffic impacts related to road closures. 49 50 The Contractor shall notify the Engineer in writing of any changes to the stated 51 traffic impacts a minimum of 48-hours prior to the traffic impacts. 52 City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Special Provisions Page - 109 1 2 2-02.3(12) Protection and Safety 3 4 Protection and safety of adjacent properties shall take the highest priority during 5 demolition operations. All operations shall be conducted to prevent damage to adjacent 6 buildings, appurtenant structures and facilities, and injury to persons. This shall 7 include, but not necessarily be limited to, the installation and maintenance of protective 8 structures, when necessary, such as catch platforms, tarpaulin or plywood barriers, 9 trailer boxes, and other measures as designated by the Engineer. The Engineer is 10 allowed to require further protection measures if existing features are not sufficient. 11 12 The Contractor shall make a careful assessment of the structures to be demolished, 13 and of the structures and utilities in proximity which are to remain and shall take 14 whatever precautions necessary to carry on operations to prevent any settlement, 15 collapse, or destruction of existing structures, paving, sidewalks, utilities, and other 16 existing features that are to remain. 17 18 The Contractor shall be responsible for executing the Work in a manner that is safe for 19 his workers, and for persons in and around the project sites, and shall ensure free and 20 safe passage of pedestrians around demolition site. Any possible hazards resulting 21 from activities shall be corrected prior to the continuation of the Work in that specific 22 area. 23 24 2-02.3(13) Erosion and Sedimentation Control 25 26 1. Erosion and sediment control measures will be inspected and repaired at the end 27 of each working day, and in addition, before and after every storm. 28 2. The contractor shall exercise every reasonable precaution, including temporary 29 and permanent measures throughout the duration of the project to control erosion 30 and prevent or minimize pollution to the receiving waters (Sinclair Inlet). 31 3. High Visibility Fences shall be installed at the locations and to the limits shown on 32 the approved CSWPPP and as directed by the Engineer. The Contractor shall 33 maintain the alignment and condition of the silt fence, as necessary, throughout its 34 use on the project. Upon completion and/or as directed by the Engineer, the 35 Contractor shall remove the silt fence from the project. 36 4. The Contractor shall employ construction means and methods that will keep 37 airborne dust to a minimum. 38 5. Turbidity Curtains or debris boom must be installed on all properties within project 39 limits. If the Work is to be completed using barges, the barge must be within the 40 turbidity curtain. 41 42 2-02.3(14) Cap & Abandon Existing Utility Service Connections 43 44 When performing the Work the Contractor may encounter utility service connections 45 (Sanitary Sewer Laterals, Water lines, and Power) that have not been properly 46 abandoned. The Work to cap and abandon these utilities lines will not be incidental to 47 this pay item or any other pay item assigned in this Project. The Contractor must 48 contact the City, in the event a service line is not capped & abandoned. 49 50 51 52 City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Special Provisions Page - 110 1 2-02.4 Measurement 2 3 Section 2-02.4 is supplemented with the following 4 5****) 6 7 Structure and Deck Removal - Bay Street shall be measured in lump sum. 8 9 2-02.5 Payment 10 11 Section 2-02.5 is supplemented with the following 12 13 14 15 "Structure and Deck Removal - Bay Street", per lump sum. 16 17 The unit contract price, per lump sum, for "Structure and Deck Removal - Bay 18 Street" shall be full pay for all coordination meetings materials, training, equipment 19 both land -based and marine based, barges, fuel, turbidity or debris booms, absorbent 20 pads, small watercraft, and labor necessary to complete the removal and disposal. All 21 costs associated with traffic control, erosion and sediment control, spill plans, disposal 22 fees to approved off -site facilities, haul to disposal sites, cleaning, and inspecting shall 23 be considered incidental to this pay item. 24 25 Capping and abandoning existing utility service lines for each property will not be 26 incidental to this pay item. See Section 2-02.3(14) for further instructions. City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Special Provisions Page - 111 1 Division 9 2 Materials 3 4 Appendices 5 (January 2, 2012) 6 The following appendix is attached and made a part of this contract: 7 8 *** 9 Appendix A— Washington State Prevailing Wage Rates 10 Appendix B —Asbestos Report 11 *** 12 13 14 (May 5, 2025) 15 Standard Plans 16 The Washington State Department of Transportation Standard Plans M21-01, published 17 September 2024, is made a part of this Contract with the following revisions: 18 19 A-10.30 20 RISER RING detail (Including SECTION view and RISER RING DIMENSIONS table): 21 The RISER RING detail is deleted from the plan. 22 23 INSTALLATION detail, SECTION A: The 1/4"" callout is revised to read "+/- 1/4" (SEE 24 CONTRACT — Note: The + 1/4" installation is shown in the Section A view)" 25 26 A-40.20 27 Sheet 1, NOTES 1, 2, 3, and 4 are replaced with the following: 28 29 1. Use the'/z inch joint details for bridges with expansion length less than 100 feet 30 and for bridges with L type abutments. Use the 1 inch joint details for other 31 applications. 32 33 2. Use detail 5, 6, 7 on steel trusses and timber bridges with concrete bridge deck 34 panels. 35 36 3. For details 1, 2, 3, and 4, the item "HMA Joint Seal at Bridge End" shall be used 37 for payment. For details 5 and 6, the item "HMA Joint Seal at Bridge Deck Panel 38 Joint" shall be used for payment. For detail 7, the item "Clean and Seal Bridge 39 Deck Panel Joint" shall be used for payment. 40 41 Sheet 2, Detail 8 reference to "6-09.3(6)" is revised to read "6-21.3(7)". 42 43 A-50.40 44 Sheet 1, Plan View: The callout "BEAM GUARDRAIL TYPE 31 TRANSITION SECTION 45 TYPE 21 OR TYPE 24 (SEE STANDARD PLAN C-25.20 OR C-25.30)" is revised to read 46 "BEAM GUARDRAIL TYPE 31 TRANSITION SECTION TYPE 21, 24, OR 25 (SEE 47 STANDARD PLAN C-25.20, C-25.30, OR C-25.32)" 48 49 A-60.40 50 Note 2 reference to "6-09.3(6)" is revised to read "6-21.3(7)". City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Special Provisions Page - 112 1 2 B-90.40 3 Valve Detail - DELETED 4 5 C-20.41 6 Note 4, First Sentence, "Box Culvert guardrail steel posts are not needed for fill depths 7 greater than 40 inches." is revised to read; "Box culvert guardrail steel posts are not 8 needed for fill depths greater than 46 inches. Provide 6-inches or greater of separation 9 between the bottom of the guardrail post and top of the culvert" 10 BOX CULVERT POST ASSEMBLY, ELEVATION VIEW, post assembly length dimension 11 "41" MIN. 72" MAX." is revised to read; "41" MIN. 78" MAX." 12 SECTION A, base material depth dimension - "9" MIN. 40" MAX. (SEE NOTE 4)" is 13 revised to read: "9" MIN. 46" MAX. (SEE NOTE 4)" 14 15 C20-43 16 Note 4, First Sentence: "Box culvert guardrail steel posts are not needed for fill depths 17 greater than 40 inches." is revised to read: "Box culvert guardrail steel posts are not 18 needed for fill depths greater than 46 inches. Provide 6-inches or greater separation 19 between the bottom of guardrail post and top of culvert." 20 BOX CULVERT POST & BASE PLATE ASSEMBLY, ELEVATION VIEW, post assembly 21 length dimension - "41" MIN. 72" MAX." is revised to read: "41" MIN. 78" MAX." 22 SECTION A, base material depth dimension - "9" MIN. 40" MAX. (SEE NOTE 4)" is 23 revised to read: "9" MIN. 46" MAX. (SEE NOTE 4)" 24 25 C-23.70 26 Sheet 2, ANCHOR BRACKET ASSEMBLY DETAIL, dimension, "R. 5/16" is revised to 27 read; R. 15/16" 28 ANCHOR PLATE DETAIL, weld callout (fillet), 1/4" is revised to read; 3/16" 29 30 C-60.20 31 Sheet 1, Plan view, callout - 1/2" (IN) DIAMETER X 6 1/2" (IN) LONG ANCHOR BOLT 32 PER STD. SPEC. SECT. 9-06.5(4) (TYPICAL) (SEE NOTE 7)" is revised to read: "5/8" 33 DIAMETER x 6 1/2" (IN) LONG ANCHOR BOLT - PER STD. SPEC. SECT. 9-06.5(4) 34 (TYPICAL) (SEE NOTE 7)" 35 36 C-70.15 37 BARRIER CONNECTION DETAIL, callout - "CENTER GRID IN CONNECTION 38 BLOCKOUT AND FILL VOID WITH TYPE 3 GROUT (STD. SPECIFICATION SECTION 39 9-20.3(3) PLACED IN ACCORDANCE WITH STD. SPECIFICATION SECTION 6- 40 20.3(20)" is revised to read "CENTER GRID IN CONNECTION BLOCKOUT AND FILL 41 VOID WITH GROUT TYPE 3 (STD. SPECIFICATION SECTION 9-20.3(3) PLACED IN 42 ACCORDANCE WITH STD. SPECIFICATION SECTION 6-02.3(20)" 43 44 C81.10 45 Sheet 1, TYPICAL SECTION - TRAFFIC BARRIER the R4 #6 bar on the traffic face may 46 be placed 4" down from the top of the barrier to allow additional room to install BP railing 47 or other attachments. The R4 bar shall be kept tight to the front R2 bar. 48 Sheet 4, the existing table "IMPACT SHEARAND IMPACT MOMENT TABLE" is renamed 49 to "IMPACT SHEAR AND MOMENT TABLE DECK OVERHANG AND CONNECTIONS" 50 keynote 25 is still applicable. 51 Sheet 4, NOTES, the following Note is added: "3. Deck overhangs for this use constitute 52 plain reinforced concrete typically around 8" in thickness, non -prestressed moment slabs City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Special Provisions Page - 113 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 or approach slabs, or plain reinforced and longitudinally prestressed box girders which employ a topping slab. Other Supporting Structure Systems inclusive of post -tensioned decks, walls, and or Structure segments tied together without a topping slab, with the ties in the barrier resistance load path, shall use the impact shear and moments for other supporting structures." Sheet 4, the following table is added with a keynote 25. IMPACT SHEAR AND MOMENT TABLE OTHER SUPPORTING STRUCTURES Interior Segment End Segment Roadway 0 6 12 18 24 0 6 12 18 24 and Fill Height at Curb Line in End - - - - - 10.00 10.50 11.25 11.75 12.50 Segment Length ft Impact 19.86 24.12 28.55 33.16 37.97 20.80 25.17 29.65 34.27 39.04 Moment ki *ft/ft Impact 7.89 8.04 8.23 8.44 8.68 8.27 8.39 8.54 8.72 8.92 Shear ki /ft C-81.15 Sheet 1, General Notes, Add Note 7, to read;" 7. The concrete class for the moment slab shall be class 4000 typically and class 4000A when the top of the slab is used as the roadway, or sidewalk, surface. The concrete class for the barrier is defined in Standard Specification Section 6-10.3." C-89 11 On Section B, the callout "3" EXPANDED POLYSTYRENE AROUND COLUMN (TYR)" is revised to read "3" EXPANDED POLYSTYRENE OR POLYETHYLENE FOAM AROUND COLUMN (TYR)" D-3.09 Sheet 1, GEOSYNTHETIC WALL WITH 2 FT TRAFFIC SURCHARGE detail, callout - "BARRIER ON WALL - SEE Standard Plan D-3.15 or D-3.16" is revised to read: "BARRIER ON WALL - SEE CONTRACT PLANS" D-3.10 Sheet 1, Typical Section, callout - "FOR WALLS WITH SINGLE SLOPE TRAFFIC BARRIER. USE THE DETAILS ABOVE THE MATCH LINE ON STANDARD PLAN D- 3.15" is revised to read; "FOR WALLS WITH SINGLE SLOPE TRAFFIC BARRIER, SEE CONTRACT PLANS' Sheet 1, Typical Section, callout - "FOR WALLS WITH F-SHAPE TRAFFIC BARRIER. USE THE DETAILS ABOVE THE MATCH LINE ON STANDARD PLAN D-3.16" is revised to read; "FOR WALLS WITH F-SHAPE TRAFFIC BARRIER, SEE CONTRACT PLANS' D-3.11 Sheet 1, Typical Section, callout - ""B" BRIDGE APPROACH SLAB (SEE BRIDGE PLANS) OR PERMANENT GEOSYNTHETIC WALL BARRIER - SEE STANDARD City of Port Orchard Bay Street Overwater Structure Demolition City Project No. - PW2025-019 VERSION 7110125 Project Manual Special Provisions Page - 114 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 PLANS D-3.15 OR D-3.16" is revised to read; "B" BRIDGE APPROACH SLAB OR MOMENT SLAB (SEE CONTRACT PLANS) Sheet 1, Typical Section, callout — "TYPICAL BARRIER ON BRIDGE APPROACH SLAB (SEE BRIDGE PLANS) OR PERMANENT GEOSYNTHETIC WALL BARRIER — SEE STANDARD PLANS D-3.15 OR D-3.16" is revised to read; "TYPICAL BARRIER ON BRIDGE APPROACH SLAB OR MOMENT SLAB (SEE CONTRACT PLANS) D-10.10 Note 7, "If Traffic Barriers are required, SE 15.30" is revised to read "Traffic Barriers Reinforced Concrete Retaining Wall Type 1 e Standard Plans D-15.10, D-15.20 and D- shall not be structurally connected to the and 1 SW". D-10.15 Note 7, "If Traffic Barriers are required, See Standard Plans D-15.10, D-15.20 and D- 15.30" is revised to read "Traffic Barriers shall not be structurally connected to the Reinforced Concrete Retaining Wall Type 2 and 2SW". D-10.30 Wall Type 5 may be used in all cases. D-10.35 Wall Type 6 may be used in all cases. D-10.40 Note 5, "If Traffic Barriers are required, Se 15.30" is revised to read "Traffic Barriers Reinforced Concrete Retaining Wall Type 7" D-10.45 Note 5, "If Traffic Barriers are required, Se 15.30" is revised to read "Traffic Barriers Reinforced Concrete Retaining Wall Type 8" F-10 18 Standard Plans D-15.10, D-15.20 and D- shall not be structurally connected to the Standard Plans D-15.10, D-15.20 and D- shall not be structurally connected to the Note 1; "Construct curb joints at concrete pavement transverse joint locations. If all adjacent pavement is HMA, see Standard Plam F-30.10 for Curb Expansion and Contraction Joint Spacing." is revised to read — "See Standard Plan F-30.10 and Standard Specification Section 8-04.3 for Curb Expansion and Contraction Joint details and spacing." F-30.10 All five instances of the "2.0% MAX." are replaced with "2.1 % MAX." F-40.12 The one instance of "2.0% MAX." is replaced with "2.1 % MAX." Note 7 is replaced with the following: 7. The running slope of curb ramps shall not exceed 8.3% maximum except as noted herein. If the 8.3% running slope creates a ramp that exceeds 15ft, see contract plans for details. Use a single constant slope from bottom of ramp to top of ramp to match into the landing. Do not include the abutting landing in the Curb Ramp length measurement. When a ramp is constructed on a radius, the Curb Ramp length is measured on the inside radius along the back of the walkway. City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Special Provisions Page - 115 1 Section B is amended as follows: 2 Delete: "15— 0" MAX. (TYP.)" 3 Section C is amended as follows: 4 Delete: "15— 0" MAX. (TYR)" 5 6 F-40.14 7 The one instance of "2.0% MAX." is replaced with "2.1 % MAX." 8 Note 7 is replaced with the following: 9 7. The running slope of curb ramps shall not exceed 8.3% maximum except as noted 10 herein. If the 8.3% running slope creates a ramp that exceeds 15ft, see contract plans for 11 details. Use a single constant slope from bottom of ramp to top of ramp to match into the 12 landing. Do not include the abutting landing in the Curb Ramp length measurement. When 13 a ramp is constructed on a radius, the Curb Ramp length is measured on the inside radius 14 along the back of the walkway. 15 Section A is amended as follows: 16 Delete: "15— 0" MAX. (TYP.)" 17 Section C is amended as follows: 18 Delete: "15— 0" MAX. (TYR)" 19 20 F-40.15 21 The one instance of "2.0% MAX." is replaced with "2.1 % MAX." 22 Note 7 is replaced with the following: 23 7. The running slope of curb ramps shall not exceed 8.3% maximum except as noted 24 herein. If the 8.3% running slope creates a ramp that exceeds 15ft, see contract plans for 25 details. Use a single constant slope from bottom of ramp to top of ramp to match into the 26 landing. Do not include the abutting landing in the Curb Ramp length measurement. 27 Section A is amended as follows: 28 Delete: "15— 0" MAX. (TYR)" 29 30 F-40.16 31 The one instance of "2.0% MAX." is replaced with "2.1 % MAX." 32 Note 8 is replaced with the following: 33 7. The running slope of curb ramps shall not exceed 8.3% maximum except as noted 34 herein. If the 8.3% running slope creates a ramp that exceeds 15ft, see contract plans for 35 details. Use a single constant slope from bottom of ramp to top of ramp to match into the 36 landing. Do not include the abutting landing in the Curb Ramp length measurement. 37 Section A is amended as follows: 38 Delete: "15— 0" MAX. (TYR)" 39 Section B is amended as follows: 40 Delete: "15— 0" MAX. (TYP.)" 41 42 F-80.10 43 The one instance of "2.0% MAX." is replaced with "2.1 % MAX." 44 Note 6 is replaced with the following: 45 The running slope of the Pedestrian Ramp shall not exceed 8.3% maximum except as 46 noted herein. If the 8.3% running slope creates a ramp that exceeds 15ft, see contract 47 plans for details. Use a single constant slope from bottom of ramp to top of ramp to match 48 into the sidewalk. 49 Section A is amended as follows: 50 Delete: "15" Max." 51 52 J-10.10 City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Special Provisions Page - 116 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 Sheet 4 of 6, "Foundation Size Reference Table", PAD WIDTH column, Type 33xD=6' - 3" is revised to read: 7' - 3". Type 342LX / NEMA P44=5' - 10" is revised to read: 6'- 10" Sheet 5 of 6, Plan View, "FOR EXAMPLE PAD SHOWN HERE:, "first bullet" item, "- SPACE BETWEEN TYPE B MOD. CABINETAND 33x CABINET IS 6" (IN)" IS REVISED TO READ: "SPACE BETWEEN TYPE B MOD. CABINET (BACK OF ALL CHANNEL STEEL) AND 33x CABINET IS 6" (IN) (CHANNEL STEEL ADDS ABOUT 5" (IN)" J-10.16 Key Note 1, Standard Plan J-10.30 revised to Standard Plan J-10.14 J-10.17 Key Note 1, Standard Plan J-10.30 revised to Standard Plan J-10.14 J-10.18 Key Note 1, Standard Plan J-10.30 revised to Standard Plan J-10.14 J-20.01 STANDARD DIMENSIONS AND column - "15-0" "is revised to read; J-20.10 DELETED J-20.11 DELETED J-?n_?6 REFERENCES table, TYPE FB, Standard Height "14'-0" " Add Note 1, 1. One accessible pedestrian pushbutton station per pedestrian pushbutton post." Add General Note 2, to read: "Signs shown are for locations with pedestrian signal displays (Accessible Pedestrian Signals/APS). Accessible information device (AID) pushbuttons signs not shown." Revise View Titles (Both Sheets) to read: "ACCESSIBLE PEDESTRIAN PUSHBUTTON ASSEMBLY" J-20.16 View A, callout, was - LOCK NIPPLE, is revised to read; CHASE NIPPLE J-?1.1n Sheet 1, Anchor Bolt Template, callout; "9" (IN) BOLT CIRCLE" is revised to read: "9" (IN) DIA.BOLT CIRCLE" Base Plate Detail, callout; "3/4" (IN) STEEL PLATE WITH HOLE = POLE BASE + 1/6" (IN)" IS REVISED TO READ; "3/4" (IN) STEEL PLATE WITH HOLE = POLE BASE + 1/16" (IN)" Flat Foundation Detail - Elevation, callout; "ANCHOR BOLTS -3/4" (IN) x 30" (IN) FULL THREAD - THREE REQ'D. PER ASSEMBLY" is revised to read; "ANCHOR BOLTS - 3/4" (IN) x 30" (IN) FULL THREAD - FOUR REQ'D. PER ASSEMBLY" Flat Foundation Detail - Elevation, dimension; 4'- 0" is revised to read; "4'- 0" ROUND OR 3' - 0" SQUARE" J-21.15 City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Special Provisions Page - 117 1 Partial View, callout, was - LOCK NIPPLE - 1 '/2" DIAM., is revised to read; CHASE 2 NIPPLE - 1 '/2" (IN) DIAM. 3 4 J-21.16 5 On both elevation views, the overall standard height dimension "15-0" " is revised to read; 6 "14'4 5 7 8 J-28.30 9 General Note 13 - "See Standard Plans C-8b and C-85.14 for steel light standards on 10 traffic barrier" is revised to read; "See Standard Plan C-85.15 for steel light standards on 11 traffic barrier." 12 13 J-40.10 14 Sheet 2 of 2, Detail F, callout, 12 - 13 x 1 '/2" S.S. PENTA HEAD BOLT AND 12" S. S. 15 FLAT WASHER" is revised to read; 12 - 13 x 1 '/2" S.S. PENTA HEAD BOLT AND 1/2" 16 (IN) S. S. FLAT WASHER" 17 18 J-40.36 19 Note 1, second sentence; "Finish shall be # 213 for backbox and # 4 for the cover." Is 20 revised to read; "Finish shall be # 213 for barrier box and HRAP (Hot Rolled Annealed and 21 Pickled) for the cover. 22 23 J-40.37 24 Note 1, second sentence; "Finish shall be # 213 for backbox and # 4 for the cover." Is 25 revised to read; "Finish shall be # 2B for barrier box and HRAP (Hot Rolled Annealed and 26 Pickled) for the cover. 27 28 J-50.15 29 Sheet 1, SECTION A, the call out "LOOP LEAD-IN WIRES, TWISTED PAIRS - MAX. 3 30 PAIRS" is revised to read "LOOP LEAD-IN WIRES, TWISTED PAIRS - MAX. 6 PAIRS" 31 32 J-75.20 33 Key Notes, note 16, second bullet point, was: 1/2" (IN) x 0.45" (IN) Stainless Steel 34 Bands", add the following to the end of the note: "Alternate: Stainless steel cable with 35 stainless steel ends, nuts, bolts, and washers may be used in place of stainless steel 36 bands and associated hardware." 37 38 J-75.55 39 Notes, Note Al, Revise reference, was - G-90.29, should be - G-90.20. 40 41 L-5.10 42 Add new general Note 9 on sheet 1 - "9. The top of wall in Section A on Sheet 1 shall be 43 located as follows: 1) flush with the finished grade when placed within the deflection 44 distance of the long span guardrail system (Std. Plan C-20.40), 2) Two inches maximum 45 above finished grade when placed behind a box culvert guardrail steel post system (Std. 46 Plan C-20.41 or C-20.43), 3) Six inches minimum for all other applications. The bottom 47 rail shall be located at mid height between the top rail and the top of structure." 48 49 M-20.30 50 Wide Dotted Lane Line Detail, reference below title, (SEE NOTE 6) is revised to read: 51 (SEE NOTE 5) 52 City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Special Provisions Page - 118 1 2 3 4 5 6 7 8 9 10 11 M-40.10 Guide Post Type - Reflective Sheeting Applications Table, remove reference - "(SEE NOTE 5)" The following are the Standard Plan numbers applicable at the time this project was advertised. The date shown with each plan number is the publication approval date shown in the lower right-hand corner of that plan. Standard Plans showing different dates shall not be used in this contract. A-10.10-00 ......... 8/7/07 A-30.35-00 ...... 10/12/07 A-50.10-02 ....... 7/18/24 A-10.20-00 ........ 10/5/07 A-40.00-01 .......... 7/6/22 A-50.40-01 ....... 8/17/21 A-10.30-00 ........ 10/5/07 A-40.10-04 ........ 7/31 /19 A-60.10-03 .....12/23/14 A-20.10-00 ........ 8/31/07 A-40.15-00 ........ 8/11/09 A-60.20-03 ..... 12/23/14 A-30.10-00 ........ 11/8/07 A-40.20-04 ........ 1/18/17 A-60.30-01 ....... 6/28/18 A-30.30-01 ........ 6/16/11 A-40.50-03 ....... 9/12/23 A-60.40-00 ....... 8/31/07 B-5.20-03 ..... B-5.40-02 ..... B-5.60-02 ..... B-10.20-03... B-10.40-02... B-10.70-03... B-15.20-01... B-15.40-01 ... B-15.60-02... B-20.20-02... B-20.40-04... B-20.60-03... B-25.20-02... B-25.60-03... B-30.05-00... B-30.10-03... B-30.15-00... B-30.20-04... B-30.30-03... C-1............... C-1 b............. C-1 d............. C-6a............. C-7............... C-7a............. C-20.10-09... C-20.14-05... C-20.15-03... C-20.18-04... C-20.40-10... C-20.41-05... C-20.43-01... C-20.44-00... C-20.45-03... C-20.55-00... .... 9/9/20 ...1/26/17 ...1 /26/17 ...8/23/23 ...8/17/21 ...8/23/23 .... 2/7/12 .... 2/7/12 ...1/26/17 ...3/16/12 ...2/27/18 ...3/15/12 ...2/27/18 ...8/23/23 .... 9/9/20 ...2/27/18 ...2/27/18 ...2/27/18 ...2/27/18 .... 9/8/22 .10/12/23 .10/31 /03 .... 9/8/22 .... 9/8/22 .... 9/8/22 .10/12/23 .... 9/8/22 .10/12/23 .... 9/8/22 .10/12/23 ...7/18/24 ...7/18/24 ...8/13/24 .... 9/8/22 ...7/30/24 City of Port Orchard Bay Street Overwater Structure Demolition City Project No. - PW2025-019 B-30.50-03 ....... 2/27/18 B-30.60-00 ......... 9/9/20 B-30.40-03 ....... 2/27/18 B-30.70-04 ....... 2/27/18 B-30.80-01 ....... 2/27/18 B-30.90-02 .......1 /26/17 B-35.20-00 ......... 6/8/06 B-35.40-01 ....... 8/23/23 B-40.20-00 ......... 6/1 /06 B-40.40-02 .......1 /26/17 B-45.20-01 ....... 7/11 /17 B-45.40-01 ....... 7/21 /17 B-50.20-00 ......... 6/1 /06 B-55.20-03 ....... 8/17/21 B-60.20-02 ......... 9/9/20 B-60.40-01 ....... 2/27/18 B-65.20-01 ....... 4/26/12 B-65.40-00 ......... 6/1 /06 B-70.20-01 ....... 3/ 15/22 C-23.70-01 ..... 10/16/23 C.24.10-05 ....... 7/21 /24 C-24.15-00 ....... 3/ 15/22 C-25.20-07 ....... 8/20/21 C-25.22-06 ....... 8/20/21 C-25.26-05 ....... 8/20/21 C-25.30-01 ....... 8/20/21 C-25.32-00 ....... 7/29/24 C-2 5.80-05 ....... 8/ 12/ 19 C-60.10-04 ....... 7/21 /24 C-60.15-01 ....... 7/21 /24 C-60.20-01 ......... 9/8/22 C-60.30-02 ....... 7/21 /24 C-60.40-01 ....... 7/21 /24 C-60.45-01 ....... 7/21 /24 C-60.50-01 ....... 7/21 /24 B-75.20-03 ....... 8/17/21 B-75.50-02 ....... 3/ 15/22 B-70.60-01 ....... 1 /26/17 B-75.60-00 ......... 6/8/06 B-80.20-00 ......... 6/8/06 B-80.40-00 ......... 6/1 /06 B-85.10-01 ....... 6/10/08 B-85.20-00 ......... 6/ 1 /06 B-85.30-00 ......... 6/1 /06 B-85.40-00 ......... 6/8/06 B-85.50-01 ....... 6/10/08 B-90.10-00 ......... 6/8/06 B-90.20-00 ......... 6/8/06 B-90.30-00 ......... 6/8/06 B-90.40-01 ....... 1 /26/17 B-90.50-00 ......... 6/8/06 B-95.20-02 ....... 8/17/21 B-95.40-01 ....... 6/28/ 18 C-70.10-04 ..... 10/ 16/23 C-70.15-01 ....... 7/21 /24 C-75.10-02 ....... 9/ 16/20 C-75.20-03 ....... 8/20/21 C-75.30-03 ....... 8/20/21 C-80.10-03 ..... 10/ 16/23 C-80.20-01 ....... 6/11 /14 C-80.30-02 ....... 8/20/21 C-80.40-01 ....... 6/11 /14 C-85.10-00 ......... 4/8/ 12 C-85.11-01 ....... 9/16/20 C-8 5.15-03 ..... 10/ 17/23 C-85-18-03 ......... 9/8/22 C-81.10-00 ....... 9/ 12/2 3 C-81.15-00 ....... 9/ 12/2 3 VERSION 7110125 Project Manual Special Provisions Page - 119 1 FA 3 M 19 R. F C-22.16-08...... 10/ 17/23 C-22.40-11 ........ 7/21/24 C-22.45-07........ 7/21 /24 D-2.36-03 .......... 6/11 /14 D-2.46-02.......... 8/ 13/21 D-2.84-00 ........ 11 /10/05 D-2.92-01 .......... 4/26/22 D-3.09-00.......... 5/ 17/ 12 D-3.10-01 .......... 5/29/13 E-1.................... 2/21 /07 E-2 ....................5/29/98 C-60.60-01 ....... 7/21 /24 C-60.70-01 ......... 9/8/22 C-60.80-02 ....... 7/21 /24 D-3.11-03 ......... 6/11 /14 D-4 ................. 12/ 11 /98 D-6 ................... 6/ 19/98 D-10.10-01 ....... 12/2/08 D-10.15-01 .......12/2/08 D-10.20-01 ......... 8/7/ 19 E-4 ................... 8/27/03 E-4a ................. 8/27/03 D-10.25-01 ......... 8/7/ 19 D-10.30-00 ......... 7/8/08 D-10.35-00 ......... 7/8/08 D-10.40-01 ....... 12/2/08 D-10.45-01 ....... 12/2/08 D-20.10-00 ....... 10/9/23 E-20.10-00 ....... 9/ 12/23 E-20.20-00 ....... 10/4/23 F-10.12-04 ........ 9/24/20 F-10.62-02........ 4/22/14 F-40.15-04 ....... 9/25/20 F-10.16-00 ...... 12/20/06 F-10.64-03........ 4/22/14 F-40.16-03 ....... 6/29/16 F-10.18-04 ........ 6/28/24 F-30.10-04........ 9/25/20 F-45.10-05 ......... 6/4/24 F-10.40-04 ........ 9/24/20 F-40.12-03........ 6/29/16 F-80.10-04 ....... 7/15/16 F-10.42-00 ........ 1/23/07 F-40.14-03........ 6/29/16 G-10.10-00 ....... 9/20/07 G-24.50-05 ......... 8/7/19 G-90.10-03 ....... 7/11/17 G-20.10-03 .......8/20/21 G-24.60-05 ....... 6/28/18 G-90.20-05....... 7/11 /17 G-22.10-04 .......6/28/18 G-25.10-05 ....... 9/16/20 G-90.30-04....... 7/11 /17 G-24.1 0-00 ....... 11/8/07 G-26.10-00 ....... 7/31/19 G-95.10-02 ....... 6/28/18 G-24.20-01 ........ 2/7/12 G-30.10-04 ....... 6/23/15 G-95.20-03 ....... 6/28/18 G-24.30-02 ....... 6/28/18 G-50.10-03 ....... 6/28/18 G-95.30-03 ....... 6/28/18 G-24.40-07 .......6/28/18 H-10.10-01 ......... 6/2/24 H-30.1 0-00 ..... 10/12/07 H-70.10-02 ....... 8/17/21 H-10.11-00 ......... 6/2/24 H-32.1 0-00 ....... 9/20/07 H-70.20-02 ....... 8/17/21 H-10.15-01 ......... 6/2/24 H-60.1 0-01 ......... 7/3/08 H-10.16-00 ......... 6/2/24 H-60.20-01 ......... 7/3/08 1-10.10-01 ......... 8/11 /09 1-30.20-00......... 9/20/07 1-40.20-00......... 9/20/07 1-30.10-02 ......... 3/22/ 13 1-30.30-02 ......... 6/ 12/ 19 1-50.20-02........... 7/6/22 1-30.15-02 ......... 3/22/ 13 1-30.40-02 ......... 6/ 12/ 19 1-60.10-01......... 6/ 10/ 13 1-30.16-01 ......... 7/11 /19 1-30.60-02......... 6/12/19 1-60.20-01......... 6/10/13 1-30.17-01 .........6/12/19 1-40.10-00......... 9/20/07 1-80.10-02......... 7/15/16 J-05.50-00 ........ 8/30/22 J-26.10-03........ 7/21/16 J-50.05-00........ 7/21/17 J-10..................7/18/97 J-26.15-01 ........ 5/17/12 J-50.10-01....... .7/31/19 J-10.10-04 ........ 9/16/20 J-26.20-01 ........ 6/28/18 J-50.11-02 ........ 7/31/19 J-10.12-00 ........ 9/16/20 J-27.10-01 ........ 7/21/16 J-50.12-02.......... 8/7/19 J-10.14-00 ........ 9/16/20 J-27.15-00........ 3/15/12 J-50.13-01 ........ 8/30/22 J-10.15-01 ........ 6/11/14 J-28.01-00 ........ 8/30/22 J-50.15-01 ........ 7/21/17 J-10.16-02 ........ 8/18/21 J-28.10-02.......... 8/7/19 J-50.16-01 ........ 3/22/13 J-10.17-02 ........ 8/18/21 J-28.22-00 ........ 8/07/07 J-50.18-00.......... 8/7/19 J-10.18-02 ........ 8/18/21 J-28.24-02 ........ 9/16/20 J-50.19-00.......... 8/7/19 J-10.20-04 ........ 8/18/21 J-28.26-01 ...... 12/02/08 J-50.20-00 .......... 6/3/11 J-10.21-02 ........ 8/18/21 J-28.30-04 ........ 6/18/24 J-50.25-00 .......... 6/3/11 J-10.22-03 ........ 10/4/23 J-28.40-02 ........ 6/11/14 J-50.30-00 .......... 6/3/11 J-10.25-01 ........ 6/21 /24 J-28.42-01 ........ 6/11 /14 J-60.05-01........ 7/21 /16 City of Port Orchard VERSION 7110125 Bay Street Overwater Structure Demolition Project Manual City Project No. - PW2025-019 Special Provisions Page - 120 J-10.26-00 ........8/30/22 J-12.15-00 ........6/28/18 J-12.16-00 ........6/28/18 J-15.10-01 ........ 6/11 /14 J-15.15-02 ........7/10/15 J-20.01-01 ........ 6/21 /24 J-20.05-00 ........ 6/21 /24 J-20.10-05 ........10/4/23 J-20.11-03 ......... 7/31 /19 J-20.15-04 ........ 6/21 /24 J-20.16-02 ........6/30/14 J-20.20-02 ........5/20/13 J-20.26-01 ........7/12/12 J-21.10-05 ........ 6/21 /24 J-21.15-01 ........6/10/13 J-21.16-02 ........ 6/21 /24 J-21.17-01 ........6/10/13 J-21.20-01 ........6/10/13 J-22.15-03 ........ 6/21 /24 J-22.16-03 ........7/10/15 J-22.17-00 ........ 6/21 /24 1 K-70.20-01 ......... 6/1 /16 K-80.10-02 ........9/25/20 FA L-5.10-02 ........... 6/5/24 L-5.15-00 .......... 9/ 19/22 L-10.10-02 ........ 6/21 / 12 3 M-1.20-04 .........9/25/20 M-1.40-03 .........9/25/20 M-1.60-03 .........9/25/20 M-1.80-03 ........... 6/3/ 11 M-2.20-03 .........7/10/15 M-2.21-00 .........7/10/15 M-3.10-04 .........9/25/20 M-3.20-04 .......... 8/2/22 M-3.30-04 .........9/25/20 M-3.40-04 .........9/25/20 M-3.50-03 .........9/25/20 M-5.10-03 .........9/25/20 M-7.50-01 .........1 /30/07 M-9.50-02 ......... 6/24/ 14 4 5 City of Port Orchard Bay Street Overwater Structure Demolition City Project No. - PW2025-019 J-28.43-01 ........ 6/28/18 J-28.45-03 ........ 7/21 /16 J-28.50-03 ........ 7/21 /16 J-28.60-03 ........ 8/27/21 J-28.70-04 ........ 8/30/22 J-29.10-02 ........ 8/26/22 J-29.15-01 ........ 7/21 /16 J-29.16-02 ........ 7/21 /16 J-30.10-01 ........ 8/26/22 J-40.01-00 ........ 8/30/22 J-40.05-00 ........ 7/21 /16 J-40.10-04 ........ 4/2 8/ 16 J-40.20-03 ........ 4/28/ 16 J-40.30-04 ........ 4/28/16 J-40.35-01 ........ 5/29/13 J-40.36-02 ........ 7/21 /17 J-40.37-02 ........ 7/21 /17 J-40.38-01 ........ 5/20/13 J-40.39-00 ........ 5/20/13 J-40.40-02 ........ 7/31 /19 J-45.36-00 ........ 7/21 /17 K-80.32-00 ....... 8/ 17/21 K-80.34-00 ....... 8/ 17/21 L-20.10-03 ........ 7/ 14/ 15 L-30.10-02........ 6/11 /14 L-40.15-01........ 6/ 16/ 11 M-9.60-00......... 2/10/09 M-11.10-04 ......... 8/2/22 M-12.10-04 ....... 6/28/24 M-15.10-02....... 7/17/23 M-17.10-02 ......... 7/3/0 8 M-20.10-04 ......... 8/2/22 M-20.20-02 ....... 4/20/15 M-20.30-05 ....... 6/28/24 M-20.40-03....... 6/24/14 M-20.50-02 ......... 6/3/ 11 M-24.20-02 ....... 4/20/15 M-24.40-02 ....... 4/20/15 M-24.60-04 ....... 6/24/ 14 M-24.65-00....... 7/11 /17 J-60.11-00 ........ 5/20/13 J-60.12-00 ........ 5/20/13 J-60.13-00 ........ 6/16/10 J-60.14-01........ 7/31 /19 J-75.10-02 ........ 7/10/15 J-75.20-01........ 7/10/15 J-75.30-02 ........ 7/10/15 J-75.50-00 ........ 8/30/22 J-75.55-00 ........ 8/30/22 J-80.05-00 ........ 8/30/22 J-80.10- 01........ 8/ 18/21 J-80.12-00 ........ 8/ 18/21 J-80.15-00 ........ 6/28/18 J-81.10-02 ........ 8/18/21 J-81.12-00 .......... 9/3/21 J-84.05-00 ........ 8/30/22 J-86.10-00 ........ 6/28/18 J-90.10-03 ........ 6/28/18 J-90.20-03 ........ 6/28/18 J-90.21-02........ 6/28/18 J-90.50-00 ........ 6/28/18 K-80.35-01 ....... 9/ 16/20 K-80.37-01 ....... 9/16/20 L-40.20-02........ 6/21 /12 L-70.10-01........ 5/21 /08 L-70.20-01........ 5/21 /08 M-24.66-00....... 7/11 /17 M-40.10-04..... 10/17/23 M-40.20-00..... 10/ 12/07 M-40.30-01....... 7/11 /17 M-40.40-00....... 9/20/07 M-40.50-00....... 9/20/07 M-40.60-00 ....... 9/20/07 M-60.10-01......... 6/3/ 11 M-60.20-03 ....... 8/ 17/21 M-65.10-03 ....... 8/ 17/21 M-80.10-01......... 6/3/ 11 M-80.20-00....... 6/10/08 M-80.30-00....... 6/10/08 VERSION 7110125 Project Manual Special Provisions Page - 121 City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 (This page intentionally left blank) VERSION 7110125 Project Manual Special Provisions Page -122 PART III - CONSTRUCTION PLANS (BOUND SEPARATELY) City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Construction Plans Page -123 City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 (This page intentionally left blank) VERSION 7110125 Project Manual Construction Plans Page -124 APPENDICES A Washington State Prevailing Wage Policy Statement Washington State Prevailing Wage Rates Prevailing Wage Benefit Key Code B. Asbestos Reports City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Appendices Page -125 APPENDIX A Washington State Prevailing Wage Policy Statement Washington State Prevailing Wage Rates Prevailing Wage Benefit Key Code City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 VERSION 7110125 Project Manual Appendix A Page -126 STATF, O� o bra a S 89 c4aJ, � y�2 O PREVAILING WAGE POLICY MEMORANDUM DATE: August 11, 2013 TO: All Interested Parties FROM: L. Ann Selover, Industrial Statistician, Prevailing Wage Program Manager SUBJECT: Filing an Affidavit Form "On Behalf Of' a Subcontractor Policy Disclaimer This policy is designed to provide general information in regard to the current opinions of the Department of Labor & Industries on the subject matter covered. This policy is intended as a guide in the interpretation and application of the relevant statutes, regulations, and policies, and may not be applicable to all situations. This policy does not replace applicable RCW or WAC standards. If additional clarification is required, the Program Manager for Prevailing Wage should be consulted. This document is effective as of the date of print and supersedes all previous interpretations and guidelines. Changes may occur after the date of print due to subsequent legislation, administrative rule, or judicial proceedings. The user is encouraged to notify the Program Manager to provide or receive updated information. This document will remain in effect until rescinded, modified, or withdrawn by the Director or his or her designee. Prior to receiving payment on a public works contract, a contractor and all of its subcontractors must comply with the requirements of chapter 39.12 RCW. These requirements include the filing of a Statement of Intent to Pay Prevailing Wages ("Intent"), and the filing of an Affidavit of Wages Paid ("Affidavit"). Prior to receiving payment from the contract awarding agency, RCW 39.12.040 requires contractors to affirm to the contract awarding agency that prevailing wages have been paid in accordance with pre -filed statements of intent to pay prevailing wages on file with the public agency. This provision makes contractors accountable for the compliance of subcontractors, and contractors should require each subcontractor to file its Intent before initiating work on a public works project. In addition to the Intent form, filing of the Affidavit by each and every contractor and subcontractor is essential for ensuring obtaining the release of retainage held on the contract. However, there are occasions when a subcontractor may fail to file an Affidavit for reasons outside the control of the hiring contractor. FOBO/Filing an Affidavit Form "On Behalf Of" a Subcontractor 8/11/2013 Page 1 of 7 Addendum 03/11/2016 Pursuant to RCW 39.12.O4O(1)(b), a contractor may file an Affidavit on behalf of a nonresponsive subcontractor that has ceased operations or failed to file as required under prevailing wage law. The process requires that the contractor must accept liability for wages owed by the subcontractor, and that there must be a contractual relationship between the subcontractor who has not filed and the contractor or subcontractor who wants to file on behalf of the nonresponsive contractor. Also, please note that an Affidavit cannot be filed unless a corresponding Statement of Intent to Pay Prevailing Wages (Intent) form was filed by the subcontractor. Documentation that Must Be Filed with a Request to File on Behalf of a Subcontractor If your company meets the above conditions, and wants to file on behalf of a subcontractor, the following documentation must be provided in order for L&I to permit the filing: • A copy of the contract between you and the subcontractor, or other documentation of the contractual relationship identified in RCW 39.12.010(1)(b). • A copy of a letter sent Certified Mail by your company to the subcontractor giving them 10 business days to file the required form(s), and o A copy of the Certified Mail Receipt and returned letter and envelope that has been refused or unclaimed, or o A copy of the signed green Certified Mail Return Receipt. If you are seeking to file on behalf of a subcontractor for the reason that the subcontractor has ceased operations, you must document that fact. The following is a list of examples of items that L&I may accept as proof that a subcontractor has ceased operations: • Contractor Registration showing expired/suspended status • A report from the Secretary of State, Department of Revenue, or other agency web site showing the company is no longer in business • A letter from the closed firm, stating the firm is no longer in business • A newspaper article stating the closed business entity's status • The case number and date of the bankruptcy filing • A letter from bankrupt firm stating bankruptcy has been filed and the date of filing • A newspaper article regarding the business entity's bankruptcy status Filing Process In addition to the referenced documentation, complete and submit to L&I a hard copy (paper) Affidavit form using the subcontractor's information. You cannot use the PWIA (online) system for this process. Please fill out the paper form as if it were being completed by the subcontractor on whose behalf you are acting, with the following exceptions: a. Insert your own company information in the "Company Name" section located at the top left of the form. Do not indicate the subcontractor's business entity name in this section. FOBO/Filing an Affidavit Form "On Behalf Of" a Subcontractor 8/11/2013 Page 2 of 7 Addendum 03/11/2016 b. In the Craft/Trade/Occupation section located in the middle of the form, write the following statement: [FILL IN YOUR COMPANY NAME] is filing on behalf of [FILL IN SUBCONTRACTOR NAME] due to [ INSERT "FAILED TO FILE" OR "CEASED OPERATIONS"]. You must provide the subcontractor's business address, phone number, contractor registration number (if applicable), and UBI number in this section. Be sure to list the "Craft/Trade/Occupation," "Rate of Hourly Pay" and "Rate of Hourly Fringe Benefits" (if provided). Supply as much information as you have available from payroll records, daily log sheets, etc. Use Addendum A if you run out of space. If an Owner/Operator performed work, include their name. Incomplete forms will not be approved. c. At the Signature Block, add a note: "See attached Assumption of Liability Statement in lieu of this certification" and attach the referenced statement. See item "e" below and the attached "Assumption of Liability Statement." You must submit the Assumption of Liability statement on your company letterhead using the exact language prescribed by the department. The statement provides that the company filing on behalf of a contractor/subcontractor assumes full liability for any worker wage claims, consistent with the provisions of RCW 39.12.040(1)(b). Mail completed forms and all documentation along with payment of the Affidavit filing fee ($40 per form) to: Management Services Department of Labor & Industries P.O. Box 44835 Olympia, WA 98504-4835 Notice Regarding Penalties L&I may issue a Notice of Violation (NOV) against the subcontractor on whose behalf you are requesting to file, and assess a penalty against them, under RCW 39.12.050, in the amount of $500.00 for its failure to file. A violator with unpaid penalties due after a final order will not be permitted to bid on public works or have any public works bid considered. A violator who files a false statement or fails to file a statement or record required to be filed for a second time within a five-year period may be barred from bidding on public works projects for one year. Intentionally filing a false affidavit on behalf of a subcontractor subjects the filer to the same penalties referenced above as provided in RCW 39.12.050. Please direct any questions regarding this policy to the Prevailing Wage Office at (360) 902- 5335 or by e-mail at PW1(ae,Lni.wa. og_v. FOBO/Filing an Affidavit Form "On Behalf Of" a Subcontractor 8/11/2013 Page 3 of 7 Addendum 03/11/2016 Company Letter Head ASSUMPTION OF LIABILITY STATEMENT I, (company name), declare under penalty of perjury, under the laws of the State of Washington, that the following is true and correct: I, (Company Name) am filing an Affidavit of Wages Paid on behalf of (contractor/subcontractor). I, (company name), accept full liability for any unpaid wages and interest owed by contractor/subcontractor on whose behalf you are filing) to workers on this project for three years from the date of performance of the work. Signed this (date) day of (month)% (year) , at (county) , (company name) By (SIGNATURE OF AUTHORIZED REPRESENTATIVE) FOBO/Filing an Affidavit Form on Behalf Of a Subcontractor 8/11/2013 Page 4 of 7 Addendum 03/11/2016, Revised 2/17/2021 ADDENDUM TO THE FILING ON BEHALF OF POLICY DATE: March 11, 2016 TO: All Interested Parties FROM: Jim Christens Industrial Staen�cian,Prevailing Wage Program Manager SUBJECT: Additional Filing On Behalf Of (FOBO) Process Details; Surety Filing On Behalf Of (FOBO) the Prime Contractor The preceding FOBO policy addresses filing an Affidavit of Wages Paid form on behalf of a subcontractor. The policy's disclaimer applies to both that policy and this addendum. This addendum clarifies and documents additional aspects of the filing on behalf of process. L&I will also process filing an Affidavit on behalf of a prime contractor. A Statement of Intent to Pay Prevailing Wages is Required on Public Works RCW 39.12.040 requires an approved Statement of Intent to Pay Prevailing Wages (Intent) from each contractor and subcontractor on a public work before the public contract awarding agency can begin to make payment(s) for their work. RCW 39.12.040 requires filing the Intent(s) on public works contracts. L&I will handle a filing on behalf of for missing Intents using the same filing on behalf of process used for an Affidavit of Wages Paid. An Affidavit of Wages Paid is Required on Public Works RCW 39.12.040 requires an approved Affidavit of Wages Paid (Affidavit) from each contractor and subcontractor on a public work before the public contract awarding agency can release the retainage held under RCW 60.28.011. On a public works project where no retainage is withheld pursuant to RCW 60.28.011(1)(b), all the Affidavit(s) are required prior to final acceptance of the public works project. RCW 39.12.040 requires filing the Affidavits(s) on public works contracts. The Contract Bond Guarantees Performance of the Contract Duties RCW 39.08.010 requires a contract bond on public works that guarantees performance of the contracted duties and work as well as payment of workers and material suppliers. If the contractor fails to perform, the public agency can require the surety issuing the bond to fulfill those duties. RCW 39.12.040 requires filing the Intent(s) and Affidavit(s) on public works contracts. A Prime Contractor Failure to File their Affidavit L&I will process filing an Affidavit on behalf of the prime contractor in a similar way to the subcontractor process in the preceding policy. FOBO/Filing an Affidavit Form "On Behalf Of' a Subcontractor 8/11/2013 Page 5 of 7 Addendum 03/11/2016 L&I will process filing on behalf of requests made by the public entity. The party doing the filing on behalf of is required by the policy to include the assumption of liability for any unpaid worker wages. The public contract awarding agency will want to ask the surety that issued the contract bond under chapter 39.08 RCW to perform this duty (instead of the public entity doing so). In that way, the surety will be required to sign the assumption of liability required by the policy and the public entity is protected from that potential liability. A Hiring Contractor Non -Responsive to a Request to File on Behalf of Their Subcontractor In the event a hiring contractor is not responsive to a request to file a missing Affidavit on behalf of their subcontractor, that request can move up the chain of contracting as required. A higher tier contractor or the prime contractor may do the filing on behalf of consistent with this policy and addendum. In the event the prime contractor is unavailable or unwilling to do the filing on behalf of, the public entity can ask the surety to complete any of the needed filings consistent with this policy and addendum. Required documentation A print out from the USPS web site showing delivery of the letter will be accepted in place of the green Certified Mail Return Receipt card. Example Affidavit Included is a completed example Affidavit. The "Your Company Information" block is completed with the requestor's company information. The remainder of the form (highlighted in orange) is completed using the FOBO contractor's information. In the Craft/Trade/Occupation section located in the middle of the form, write the following statement: [FILL IN YOUR COMPANY NAME] is filing on behalf of [FILL IN CONTRACTOR OR SUBCONTRACTOR NAME] due to [INSERT "FAILED TO FILE" OR "CEASED OPERATIONS"]. You must provide the subcontractor's business address, phone number, contractor registration number (if applicable), and UBI number in this section. Be sure to list the "Craft/Trade/Occupation," "Rate of Hourly Pay" and "Rate of Hourly Fringe Benefits" (if provided). Supply as much information as you have available from payroll records, daily log sheets, etc. Use Addendum A if you run out of space. If an Owner/Operator performed work, include their name. Questions or Help Please direct any questions regarding this policy and addendum to the Prevailing Wage Office at (360) 902-5335 or by e-mail at PWI&Lni.wa.gov. FOBO/Filing an Affidavit Form "On Behalf Of" a Subcontractor 8/11/2013 Page 6 of 7 Addendum 03/11/2016 t::psom:n of L1bcr sd lad. Nlirr- l1w, ullll . •.r:� •y ('qt,t ties 00Y •.v'ITact•.Lae,lsl'C'PY'e%rc`c 0 hi. ii,a ww:Le k, L,.d o l6siol i ills. a Il'InALL blanks -rthe hillKill torentnedfarc-fvvrMnr.iwh.lrlr-M�c' • 1'►.aval.n s ud+inun ul NEI+iu:.sdn. Lr v vaxil • 4'u vIauncQ;•au lanes ::.L be aaaed cntt:t tl: :lIRI Tor l7.tpn! `lcllr. rlrlt .�i: 1^nI1nI tC llt.l :t+- }�.,cAy[.riE�" 1-nra: :nrf'nrpvn •Atra f PU Rox .aT i•r•. •7:1: iP.•t L4e on WA 988I3 ':cvr:'.,orrsrrR:,-rrim ttn.ti.t 1.111AtIlesim NILIiFi i92.71 V.rr lMvin, darwex "-055-D5 1 flit If. 111. Ifes,. 1. ....d f••.G I.a,l t+..... ..r '•:fa %leri,t tut h3h:1`�.} atanc xmt SU°I4324Z: L .1a11M+raf Ilrlallc '.Yl•,yb fieAIWe Uirad cyy�}. nlr Qrr L'pQ tgniklrl lrrr: M}a.::l I6 a —•�` . r�tul ltcas .rutu-ll 1, u: ltgwlar�► I 0 . vUrtl+l: •. t.� • .. i. U....•Ihc•+.yT.13P.7;1'.: :A Fmi, v -Irf.rr Ira :•nenrrlttr. n:r..r.1vwusrr-I!.: .,..►. �I +a1d, AFFID.•IINIT OF WAGFC PAID Public Wur6 Canlrxct W-00 Filing Fcc Rcgnirtd AMertuvit 11) N f vdrnvd MY I.&I}: Sum pit- R WO I'llrm AvalJiylAV:Jr,• I&ANaUtiaa, newt tarra (hint Aell:al 1*tT:f tiMalr/�• rl+a►Y Grim Cc xr• r.r.:pltLl L'q: ro:l Awtesi lat A ;CV .1dll. a iys Phr..ti A•.wL.ta1 ApikY L'tafacl flsm li3 11. it- Iluolr AWL O.$ a V'ta IV 1•aaal � •nnl Gruad tA�i lr - t larrcl r:r+v III�3: vat: IJT N t1' � jwrM: i Ifiw: Mlrlsa• — .'i.f Al►r:l:'IaA'A�a. R++:{IrcJr' 1+30:ei_ ke 1":: I; N.I ►l'. T:li L..Is :n _Iluf j,t>t fnm: IrI:llaltl ota n.? MjIWI;•ISYO';)► 11 tar at"'al'y►+ 1. lcf.gn lSN �__b': �d It- Afttlt heal 1. f•1,.111 1!I.I.-osasa yrrS,l"rr_ahrltAc I_IIII210'IIR N.t1/4:111 a:fMrNna WolisIctiralily to E+as►) E16►i:_II FUrlb - — 11�.11al�iaal.nil•t:aft'•aslat:reu,sel.+ansal.::::. +,•oe:.ul rrinr Cserrn -•ror I imtec. Ireirta:nr I llr.ar (Scalrarnr Carsl{a) Infsranliar. NtlC 1r..r'sIirrT►{rUwe _ Risa:.rmn2':.:urfrf!vMvrr Twilit 11 Ctx �t, vii::n l:ciln• d i t .,I III- nn. ., I, 1 '. ".J lit. -.ill: N.ss;L.14salr'.R:.iLA646As-t„ Ain:C.,81u.l,1%tlylGsfff lit isCow. •:I.'Sf'i7-:fetal♦,its+ Iirrr-.wirsewft'IM{rolso. �iblf Li TY l SOs:I iI i T'•'.' I IIiHT'-, Gyl:>uanf;l►iu•1ufilt tS.c•rtr.flrrvlt•) - _ —_—� FiJ>aulx.t�l',ak:Nr...1:? r`'•.�i.t.Lr.d.raflR..,ai.:,1 ('`. I"+du:.lrr:,nw..r,.l_.11ela.a.:.' r'.t. 14o— ha,.Lj,l,v s► Omn.aafa' L • .: 1 t:dade s ■ I-jerrcd: I L , I!,1 ..: u: crrr rlis ttpb.ct7.k1 L rtf f10 Y.�}16fln/a.ra►vrlt.R a�r.•tns•I.erN 111C•r.'lara�►Ttr•: +.tn Iar�:rwa{INrl: mIrh�llTra ?c: 0Ihr11l I]'la:•7; Q Il-a:.T Cr lbTnd.�`13.tvtahu+. nd.lpm'hr.a la �ptltflitt:sUs URi+ni.i. No. sit to i 'Lid: (lMof Rsr:: UM)11l! RalcufBsar{ r:•W+tl •lt nsttsY r.s�: .lara malwl:a. ry+.:: la sanfn•of lair, Ildicirl. alaal VU74:-% W-IrLso Pa! lead f'1•�f1•!'1 tllnUr• •n-sa1...r::MraMalr- murrnn: foci, K.nr�s a.11rOl.O. r•, bidll;lal:.tl::':ukSLx<.I�IrM5111.Y:♦IK Millfdlr: 4 fv1' ttiaG6tare lahaLrdt+ssri:[le>tiil�liilul4vlWC IetrAnJfbtslMlt ' •.ar i.- I lr,� Ir I it: QGNrt'^ f'-Iu. R: •.'C".NN•41.I no F laa, is i an i .'.' Intl' . _ If.':.;rn.Sla:Ita.:r. N.ra; ni.rudlt :r ua: u+•u.rfl-..L •1tu.da.la:fasa/auaa ls:ls:r.atu>uLashuot.c:. sal lc.alv,slr•!rtr/lytdlc dt t ula ••u..h tl,.:< ,..a ,rAlu Ut Ms,alayL'n1f: Y.,r - ,•^ •Ir111!Z `,V ri•I rlv nffr Tr-vr r•r.�'1_fa x1 �aRta W n . X: -asaw-le of lialiih w iktliiVfbl "-•+11nr.: Pr +17i:►: _ arlirt,m Thus: I rt• ',rar t►rt• I :t.f t+t 1---r4 11l egvr.W,-, f�1 ('tnrFrne•ter 1v1iL IL• Ir., i and b+ • : i n 1T181 1"t foil •.mllrk:l W* Kpl.1I "W - -- — FOBO/Filing an Affidavit Form "On Behalf Of" a Subcontractor 8/11/2013 Page 7 of 7 Addendum 03/11/2016 2016 Officers President . The organization of choice in providing public works education, advocacy, •Kirk S. Holmes expertise, and public awareness for its diverse community of members. Director .ram Washington State Chapter Perteet, Inc. Vice President Debbie Sullivan Deputy Director of Public Works City of Olympia February8, 2016 Secretary Scott Egger, PE Director of Public Works Jim P. Christensen City of Lacey Industrial Statistician and Prevailing Wage Program Manager Treasurer Washington State Department of Labor and Industries Lorelei Williams, PE P.O. Box 44835 Capital Projects Manager Olympia, WA 98504-4835 Seattle DOT Past President Re: Request for Changes to the Filing on Behalf Policy Paper to Include FOBO by a Michael D. Clark, PE curet for a Prime Contractor y Vice President David Evans and Associates Dear Mr. Christiansen: Board of Directors Term 2015-16 Thank you for meeting via conference call with Mike Shaw and Scott Sawyer to discuss Heath Henderson, PE Public Works Director our concerns about implementation of HB 1420(2013),s specifically concerns about a local h p y Clark county agencies ability to close a project in the event a prime contractor refused to submit affidavits of wages paid. Per this discussion, we understand it is Labor and Industries Donald J. fluting PE Vice President position a surety is responsible for filing on behalf of (FOBO) the prime contractor is such Principal Geoteehnical Engineer circumstances. The surety would take liability for payment of wages as part of the FOBO HWA GeoSciences Inc. process. Ahmad Qayoumi, PE Public works Director The FOBO is explained in the August 11, 2013 paper, PREVAILING WAGE POLICY City of Pasco MEMORANDUM. However, this paper does not explicitly state a local agency can Hillary Stibbard, PE compel a surety to file on behalf of a non -responsive prime contractor. It is our Principal Office Engineer, understanding Labor & Industries is willing to issue an addendum to the policy paper to Transportation City of Bellevue. address a surety filing. Chapter Liaison John Carpita, PE The purpose of this letter is to formally request an addendum to the policy paper. p� y q p y p p Public Works Consultant MRSC Respectfully, Chapter Delegate 1 Kristina B. Nelson PE Senior Program Manager - Engineering Kitsap county Kirk Holmes 2016 APWA Chapter President Board of Directors Term 2016-17 Don Bitterman Fleet/Facilities Supervisor c: Jim Rioux —jrioux@ci.olympia.wa.us City of Wenatchee Tina Nelson — knelson@co.kitsap.wa.us Scott Sawyer — scott.sawyer@scjalliance.com Jim Rioux Project Manager City of Olympia Ramiro Chavez, PE, PgMP Public Works Director Thurston County Cathy McKay Marketing Director SCJ Alliance 2601 Fourth Avenue, Suite 800 9 Seattle, WA 98121-1280 • (206) 625-1300 9 (206) 625-1220 Fax . www.apwa-wa.org State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 07/14/2025 Kitsap County Trade A' Asbestos Abatement Workers Boilermakers Brick Mason Brick Mason Job Classification v Wage v Holiday Overtime Note Journey Level $63.87 511) 1H Journey Level $78.89 5N Journey Level $71.82 7E Pointer -Caulker -Cleaner $71.82 7E Building Service Employees Janitor $16.66 Building Service Employees Shampooer $16.66 Building Service Employees Waxer $16.66 1C 1N 1N 1 1 1 Building Service Employees Window Cleaner $16.66 1 Cabinet Makers (In Shop) Journey Level $23.72 1 Carpenters Acoustical Worker $78.96 15.111 HU Bridge Dock and Wharf Carpenters $80.50 15.111 HU Carpenter Floor Layer & Floor Carpenters $78.96 15J HU Finisher Carpenters General Carpenter $78.96 15.111 HU Carpenters Scaffold Erector $78.96 15.111 HU Application of all Cement Masons $77.30 15.111 4U Composition Mastic Application of all Epoxy Cement Masons $76.78 15J 4U Material Application of all Plastic Cement Masons $77.30 15.111 4U Material Application of Sealing Cement Masons $76.78 15.111 4U Compound Application of Cement Masons $77.30 15J 4U Underlayment Cement Masons Building General $76.78 15.111 4U Composition or Kalman Cement Masons $77.30 15J 4U Floors 9L Cement Masons Concrete Paving $76.78 151 4U Cement Masons Curb & Gutter Machine $77.30 151 4U Cement Masons Curb & Gutter, Sidewalks $76.78 151 4U Cement Masons Curing Concrete $76.78 151 4U Cement Masons Finish Colored Concrete $77.30 151 4U Cement Masons Floor Grinding $77.30 i5J 4U Cement Masons Floor Grinding/Polisher $76.78 151 4U Green Concrete Saw, self - Cement Masons $77.30 15J 4U powered Cement Masons Grouting of all Plates $76.78 151 4U Grouting of all Tilt -up Cement Masons $76.78 15J 4U Panels Cement Masons Gunite Nozzleman $77.30 i5J 4U Cement Masons Hand Powered Grinder $77.30 151 4U Cement Masons Journey Level $76.78 151 4U Cement Masons Patching Concrete $76.78 151 4U Cement Masons Pneumatic Power Tools $77.30 15J 4U Power Chipping & Cement Masons $77.30 151 4U Brushing Sand Blasting Cement Masons $77.30 151 4U Architectural Finish Screed & Rodding Cement Masons $77.30 151 4U Machine Spackling or Skim Coat Cement Masons $76.78 151 4U Concrete Troweling Machine Cement Masons $77.30 15J 4U Operator Troweling Machine Cement Masons $77.30 15J 4U Operator on Colored Slabs Cement Masons Tunnel Workers $77.30 15J 4U Bell/Vehicle/Submersible Divers & Tenders Operator (not under $156.25 15J 11T pressure) Divers & Tenders Dive Supervisor $157.75 15J 11T Divers & Tenders Diver $156.25 15J 11T Divers & Tenders Diver Tender $86.86 15J 11T Hyperbaric Worker - Divers & Tenders Compressed Air Worker $109.76 15J HU 0-30.00 PSI Hyperbaric Worker - Divers & Tenders Compressed Air Worker $118.99 i5J 11U 31.01-44.00 PSI 91 91 91 91 Hyperbaric Worker - Divers & Tenders Compressed Air Worker $128.22 151 HU 44.01- 54.00 PSI Hyperbaric Worker - Divers & Tenders Compressed Air Worker $137.45 15J 11U 54.01- 60.00 PSI Hyperbaric Worker - Divers & Tenders Compressed Air Worker $146.67 151 HU 60.01- 64.00 PSI Hyperbaric Worker - Divers & Tenders Compressed Air Worker $155.90 151 HU 64.01- 68.00 PSI Hyperbaric Worker - Divers & Tenders Compressed Air Worker $165.13 15J HU 68.01- 70.00 PSI Hyperbaric Worker - Divers & Tenders Compressed Air Worker $174.36 151 HU 70.01- 72.00 PSI Hyperbaric Worker - Divers & Tenders Compressed Air Worker $183.59 151 HU 72.01- 74.00 PSI Divers & Tenders Lead Diver (Dive Master) $101.32 151 11T 91 Manifold Operator (Life Divers & Tenders $86.86 151 11T 91 Support Technician) Remote Operated Vehicle Divers & Tenders $86.86 151 11T 91 Operator/Technician Remote Operated Vehicle Divers & Tenders $86.86 151 11T Operator/Technician Remote Operated Vehicle Divers & Tenders $80.55 151 11T Tender Divers & Tenders Stand-by Diver $96.32 151 11T Dredge Workers Assistant Engineer $85.37 5D 3F Assistant Mate Dredge Workers $84.71 5D 3F (Deckhand) Dredge Workers Boatmen $85.37 5D 3F Dredge Workers Engineer Welder $87.02 SD 3F Dredge Workers Leverman, Hydraulic $88.77 SD 3F Dredge Workers Mates $85.37 5D 3F Dredge Workers Oiler $84.71 5D 3F Drywall Applicator Journey Level $78.76 150 i1S Drywall Tapers Journey Level $78.76 150 11S Electrical Fixture Journey Level $40.69 5L 1E Maintenance Workers Electricians - Inside Cable Splicer $115.15 7C 4E Electricians - Inside Cable Splicer (tunnel) $123.64 7C 4E Electricians - Inside Certified Welder $111.30 7C 4E 91 91 91 Electricians - Inside Certified Welder (tunnel) $119.41 7C 4E Construction Stock Electricians - Inside $54.03 7C 4E Person Electricians - Inside Journey Level $107.44 7C 4E Electricians - Inside Journey Level (tunnel) $115.15 7C 4E Electricians - Motor Shop Craftsman $16.66 1 Electricians - Motor Shop Journey Level $16.66 1 Electricians - Powerline Cable Splicer $102.42 5A 4D Construction Electricians - Powerline Certified Line Welder $93.99 5A 4D Construction Electricians - Powerline Groundperson $59.30 5A 4D Construction Electricians - Powerline Heavy Line Equipment $93.99 5A 4D Construction Operator Electricians - Powerline Journey Level Lineperson $93.99 5A 4D Construction Electricians - Powerline Line Equipment Operator $80.96 5A 4D Construction Electricians - Powerline Meter Installer $59.30 5A 4D Construction Electricians - Powerline Pole Sprayer $93.99 5A 4D Construction 8W Electricians - Powerline Powderperson $69.84 5A Construction Electronic Technicians Journey Level $69.69 7E Elevator Constructors Mechanic $115.14 7D Elevator Constructors Mechanic In Charge $124.53 7D Fabricated Precast Journey Level $16.66 Concrete Products Fabricated Precast Journey Level - In -Factory $16.66 Concrete Products Work Only Fence Erectors Fence Erector $54.65 151 Fence Erectors Fence Laborer $54.65 i5J Flaggers Journey Level $54.65 151 Glaziers Journey Level $82.16 7L Heat & Frost Insulators And Journey Level $91.81 15H Asbestos Workers Heating Equipment Journey Level $102.92 7F Mechanics Hod Carriers & Mason Journey Level $67.38 15J Tenders Industrial Power Vacuum Journey Level $29.89 Cleaner Inland Boatmen Boat Operator $71.28 5B 4D 1E 4A 4A 1 1 Inland Boatmen Cook $69.70 51113 1K Inland Boatmen Deckhand $70.00 5113 11K Inland Boatmen Deckhand Engineer $69.55 5113 11K Inland Boatmen Launch Operator $71.23 51113 11K Inland Boatmen Mate $89.12 5113 11K Inspection/Cleaning/Sealing Of Sewer & Water Systems Cleaner Operator $51.27 15M 110 By Remote Control Inspection/Cleaning/Sealing Of Sewer & Water Systems Foamer Operator $51.27 15M 110 By Remote Control Inspection/Cleaning/Sealing Of Sewer & Water Systems Grout Truck Operator $51.27 15M 110 By Remote Control Inspection/Cleaning/Sealing Of Sewer & Water Systems Head Operator $49.20 ism 110 By Remote Control Inspection/Cleaning/Sealing Of Sewer & Water Systems Technician $42.99 15M 110 By Remote Control Inspection/Cleaning/Sealing Of Sewer & Water Systems TV Truck Operator $46.10 15M 110 By Remote Control Insulation Applicators Journey Level $78.96 151 iiu Ironworkers Journeyman $90.82 15K 11N Air, Gas Or Electric Laborers $63.87 15J i1P 8Y Vibrating Screed Laborers Airtrac Drill Operator $65.75 i5J i1P 8Y Laborers Ballast Regular Machine $63.87 151 i1P 8Y Laborers Batch Weighman $54.65 151 i1P 8Y Laborers Brick Pavers $63.87 151 lip 8Y Laborers Brush Cutter $63.87 15J i1P 8Y Laborers Brush Hog Feeder $63.87 15J i1P 8Y Laborers Burner $63.87 151 i1P 8Y Laborers Caisson Worker $65.75 151 i1P 8Y Laborers Carpenter Tender $63.87 151 i1P 8Y Laborers Cement Dumper -paving $64.98 151 i1P 8Y Laborers Cement Finisher Tender $63.87 15J i1P 8Y Change House Or Dry Laborers $63.87 151 i1P 8Y Shack Chipping Gun (30 Lbs. And Laborers $64.98 151 11P 8Y Over) Chipping Gun (Under 30 Laborers $63.87 15J i1P 8Y Lbs.) Laborers Choker Setter $63.87 151 i1P 8Y Laborers Chuck Tender $63.87 151 i1P 8Y Laborers Clary Power Spreader $64.98 151 i1P 8Y Laborers Clean-up Laborer $63.87 151 i1P 8Y Concrete Dumper/Chute Laborers $64.98 151 11P 8Y Operator Laborers Concrete Form Stripper $63.87 151 i1P 8Y Laborers Concrete Placement Crew $64.98 15J i1P 8Y Concrete Saw Laborers $64.98 151 i1P 8Y Operator/Core Driller Laborers Crusher Feeder $54.65 151 i1P 8Y Laborers Curing Laborer $63.87 15J i1P 8Y Demolition: Wrecking & Laborers Moving (Incl. Charred $63.87 151 i1P 8Y Material) Laborers Ditch Digger $63.87 15J i1P 8Y Laborers Diver $65.75 15J i1P 8Y Drill Operator (Hydraulic, Laborers $64.98 151 i1P 8Y Diamond) Laborers Dry Stack Walls $63.87 15J i1P 8Y Laborers Dump Person $63.87 151 i1P 8Y Laborers Epoxy Technician $63.87 151 i1P 8Y Laborers Erosion Control Worker $63.87 151 i1P 8Y Laborers Faller & Bucker Chain Saw $64.98 151 i1P 8Y Laborers Fine Graders $63.87 15J i1P 8Y Laborers Firewatch $54.65 i5J i1P 8Y Laborers Form Setter $64.98 151 i1P 8Y Laborers Gabian Basket Builders $63.87 151 i1P 8Y Laborers General Laborer $63.87 151 i1P 8Y Grade Checker & Transit Laborers $67.38 151 11P 8Y Person Laborers Grinders $63.87 151 11P 8Y Laborers Grout Machine Tender $63.87 151 i1P 8Y Groutmen (Pressure) Laborers Including Post Tension $64.98 i5J 11P 8Y Beams Laborers Guardrail Erector $63.87 15J i1P 8Y Hazardous Waste Worker Laborers $65.75 15J i1P 8Y (Level A) Hazardous Waste Worker Laborers $64.98 151 i1P 8Y (Level B) Hazardous Waste Worker Laborers $63.87 151 i1P 8Y (Level C) Laborers High Scaler $65.75 151 i1P 8Y Laborers Jackhammer $64.98 151 i1P 8Y Laborers Laserbeam Operator $64.98 i5J i1P 8Y Laborers Maintenance Person $63.87 15J i1P 8Y Laborers Manhole Builder-Mudman $64.98 15J i1P 8Y Laborers Material Yard Person $63.87 15J i1P 8Y Laborers Mold Abatement Worker $63.87 15J i1P 8Y Motorman -Dinky Laborers $67.48 15J i1P 8Y Locomotive nozzleman (concrete pump, green cutter when using combination of high pressure air & water on Laborers $67.38 15J i1P 8Y concrete & rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster) Laborers Pavement Breaker $64.98 15J i1P 8Y Laborers Pilot Car $54.65 151 i1P 8Y Laborers Pipe Layer (Lead) $67.38 151 i1P 8Y Laborers Pipe Layer/Tailor $64.98 151 11P 8Y Laborers Pipe Pot Tender $64.98 151 i1P 8Y Laborers Pipe Reliner $64.98 151 i1P 8Y Laborers Pipe Wrapper $64.98 i5J lip 8Y Laborers Pot Tender $63.87 151 i1P 8Y Laborers Powderman $65.75 151 i1P 8Y Laborers Powderman's Helper $63.87 151 i1P 8Y Laborers Power Jacks $64.98 15J i1P 8Y Laborers Power Washer $63.87 15J i1P 8Y Railroad Spike Puller - Laborers $64.98 151 i1P 8Y Power Laborers Raker - Asphalt $67.38 15J i1P 8Y Laborers Re-timberman $65.75 151 11P 8Y Remote Equipment Laborers $64.98 151 i1P 8Y Operator Laborers Rigger/Signal Person $64.98 15J i1P 8Y Laborers Rip Rap Person $63.87 151 i1P 8Y Laborers Rivet Buster $64.98 151 11P 8Y Laborers Rodder $64.98 151 i1P 8Y Laborers Scaffold Erector $63.87 151 i1P 8Y Laborers Scale Person $63.87 15J i1P 8Y Laborers Sloper (Over 20") $64.98 i5J i1P 8Y Laborers Sloper Sprayer $63.87 151 i1P 8Y Laborers Spreader (Concrete) $64.98 151 i1P 8Y Laborers Stake Hopper $63.87 151 i1P 8Y Laborers Stock Piler $63.87 15J i1P 8Y Swinging Laborers $54.65 151 i1P 8Y Stage/Boatswain Chair Tamper & Similar Electric, Laborers $64.98 151 11P 8Y Air & Gas Operated Tools Tamper (Multiple & Self - Laborers $64.98 15J i1P 8Y propelled) Timber Person - Sewer Laborers $64.98 15J i1P 8Y (Lagger, Shorer & Cribber) Toolroom Person (at Laborers $63.87 151 i1P 8Y Jobsite) Laborers Topper $63.87 151 i1P 8Y Laborers Track Laborer $63.87 151 i1P 8Y Laborers Track Liner (Power) $64.98 151 i1P 8Y Laborers Traffic Control Laborer $58.20 151 i1P 9C Laborers Traffic Control Supervisor $61.47 151 i1P 9C Laborers Truck Spotter $63.87 i5J lip 8Y Laborers Tugger Operator $64.98 151 i1P 8Y Tunnel Work -Compressed Laborers $200.40 15J i1P 9B Air Worker 0-30 psi Tunnel Work -Compressed Laborers Air Worker 30.01-44.00 $205.43 151 i1P 9B psi Tunnel Work -Compressed Laborers Air Worker 44.01-54.00 $209.11 15J lip 9B psi Tunnel Work -Compressed Laborers Air Worker 54.01-60.00 $214.81 151 i1P 9B psi Tunnel Work -Compressed Laborers Air Worker 60.01-64.00 $216.93 151 11P 9B psi Laborers Tunnel Work -Compressed $222.03 151 i1P 9B Air Worker 64.01-68.00 Laborers Laborers Laborers Laborers Laborers Laborers Laborers Laborers Laborers Laborers Laborers Laborers - Underground Sewer & Water Laborers - Underground Sewer & Water psi Tunnel Work -Compressed Air Worker 68.01-70.00 $223.93 151 psi Tunnel Work -Compressed Air Worker 70.01-72.00 $225.93 151 psi Tunnel Work -Compressed Air Worker 72.01-74.00 $227.93 151 psi Tunnel Work-Guage and $67.48 151 Lock Tender Tunnel Work -Miner $67.48 151 Vibrator $64.98 151 Vinyl Seamer $63.87 151 Watchman $49.97 i5J Welder $64.98 151 Well Point Laborer $64.98 151 Window Washer/Cleaner $49.97 151 General Laborer & $63.87 151 Topman Pipe Layer $64.98 15J i1P i1P 9B 9B Landscape Landscape Construction Construction/Landscaping $49.97 151 i1P Or Planting Laborers Landscape Construction Landscape Operator $84.12 15J 11G Landscape Maintenance Groundskeeper $16.66 1 Lathers Journey Level $78.76 150 115 Marble Setters Journey Level $71.82 7E 1N Metal Fabrication (In Shop) Fitter $26.96 1 Metal Fabrication (In Shop) Laborer $16.66 1 Metal Fabrication (In Shop) Machine Operator $16.66 1 Metal Fabrication (In Shop) Welder $16.66 1 Millwright Journey Level $80.28 151 4C Modular Buildings Cabinet Assembly $16.66 1 Modular Buildings Electrician $16.66 1 Modular Buildings Equipment Maintenance $16.66 1 Modular Buildings Plumber $16.66 1 Modular Buildings Production Worker $16.66 1 Modular Buildings Tool Maintenance $16.66 1 8Y 8X Modular Buildings Utility Person $16.66 1 Modular Buildings Welder $16.66 1 Painters Journey Level $54.71 6Z 11.111 Pile Driver Crew Tender $86.81 15.111 Hu 9L Pile Driver Journey Level $80.50 15.111 11U 9L Plasterers Journey Level $73.54 7Q 11111 Plasterers Nozzleman $77.54 7Q 1111? Playground & Park Journey Level $16.66 1 Equipment Installers Plumbers & Pipefitters Journey Level $90.87 5A 1G Power Equipment Asphalt Plant Operators $85.52 15J 11G 8X Operators Power Equipment Assistant Engineer $80.41 15J 11G 8X Operators Power Equipment Barrier Machine (zipper) $84.75 15J 11G 8X Operators Power Equipment Batch Plant Operator: $84.75 15J 11G 8X Operators concrete Power Equipment Boat Operator $84.12 7A 11H 8X Operators Power Equipment Bobcat $80.41 15J 11G 8X Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators Brokk - Remote $80.41 151 11G 8X Demolition Equipment Brooms $80.41 151 11G 8X Bump Cutter $84.75 151 11G 8X Cableways $85.52 15J 11G 8X Chipper $84.75 15J 11G 8X Compressor $80.41 151 11G 8X Concrete Finish Machine $80.41 151 11G 8X Laser Screed Concrete Pump - Mounted Or Trailer High Pressure $84.12 151 11G 8X Line Pump, Pump High Pressure Concrete Pump: Truck Mount With Boom $85.52 151 11G 8X Attachment Over 42 M Concrete Pump: Truck Mount With Boom $84.75 15J 11G 8X Attachment Up To 42m Conveyors $84.12 15J 11G 8X Power Equipment Cranes Friction: 200 tons $86.68 7A 11H 8X Operators and over Power Equipment Cranes, A-frame:10 tons $79.12 7A 11H 8X Operators and under Cranes:100 tons through Power Equipment 199 tons, or 150' of boom $84.97 7A 11H 8X Operators (includingjib with attachments) Power Equipment Cranes: 20 tons through $83.38 7A 11H 8X Operators 44 tons with attachments Cranes: 200 tons- 299 Power Equipment tons, or 250' of boom $85.84 7A 11H 8X Operators includingjib with attachments Cranes: 300 tons and over Power Equipment or 300' of boom including $86.68 7A 11H 8X Operators jib with attachments Cranes: 45 tons through Power Equipment 99 tons, under 150' of $84.12 7A 11H 8X Operators boom(includingjib with attachments) Power Equipment Cranes: Friction cranes $85.84 7A 11H 8X Operators through 199 tons Cranes: through 19 tons Power Equipment with attachments, a -frame $82.74 7A 11H 8X Operators over 10 tons Power Equipment Crusher $84.75 151 11G 8X Operators Power Equipment Deck Engineer/Deck $84.75 151 11G 8X Operators Winches (power) Power Equipment Derricks, On Building $84.12 7A 11H 8X Operators Work Power Equipment Dozers D-9 & Under $84.12 15J 11G 8X Operators Power Equipment Drill Oilers: Auger Type, $84.12 15J 11G 8X Operators Truck Or Crane Mount Power Equipment Drilling Machine $86.39 15J 11G 8X Operators Power Equipment Elevator and man -lift: $80.41 15J 11G 8X Operators permanent and shaft type Finishing Machine, Bidwell Power Equipment And Gamaco & Similar $84.75 15J 11G 8X Operators Equipment Power Equipment Forklift: 3000 Ibs and over $84.12 15J 11G 8X Operators with attachments Power Equipment Forklifts: under 3000 lbs. $80.41 15J 11G 8X Operators with attachments Grade Engineer: Using Power Equipment Blue Prints, Cut Sheets, $84.75 15J 11G 8X Operators Etc Power Equipment Gradechecker/Stakeman $80.41 15J 11G 8X Operators Power Equipment Guardrail Punch $84.75 15.111 11G 8X Operators Hard Tail End Dump Power Equipment Articulating Off- Road $85.52 15J 11G 8X Operators Equipment 45 Yards. & Over Hard Tail End Dump Power Equipment Articulating Off -road $84.75 15J 11G 8X Operators Equipment Under 45 Yards Power Equipment Horizontal/Directional Drill $84.12 15J 11G 8X Operators Locator Power Equipment Horizontal/Directional Drill $84.75 15J 11G 8X Operators Operator Power Equipment Hydralifts/Boom Trucks $82.74 7A 11H 8X Operators Over 10 Tons Power Equipment Hydralifts/boom trucks:10 $79.12 7A 11H 8X Operators tons and under Power Equipment Leverman $87.28 15J 11G 8X Operators Power Equipment Loader, Overhead, 6 Yards. $85.52 15J 11G 8X Operators But Not Including 8 Yards Power Equipment Loaders, Overhead Under $84.75 15J 11G 8X Operators 6 Yards Power Equipment Loaders, Plant Feed $84.75 15J 11G 8X Operators Power Equipment Loaders: Elevating Type $84.12 15.111 11G 8X Operators Belt Power Equipment Locomotives, All $84.75 151 11G 8X Operators Power Equipment Material Transfer Device $84.75 15.111 11G 8X Operators Mechanics: All (Leadmen - Power Equipment $0.50 per hour over $86.39 15J 11G 8X Operators mechanic) Power Equipment Motor Patrol Graders $85.52 15J 11G 8X Operators Mucking Machine, Mole, Power Equipment Tunnel Drill, Boring, Road $85.52 15J 11G 8X Operators Header And/or Shield Oil Distributors, Blower Power Equipment Distribution & Mulch $80.41 15J 11G 8X Operators Seeding Operator Outside Hoists (Elevators Power Equipment and Manlifts), Air Tuggers, $84.12 151 11G 8X Operators Strato Overhead, bridge type Power Equipment Crane: 20 tons through 44 $83.38 7A 11H 8X Operators tons Power Equipment Overhead, bridge type: $84.97 7A 11H 8X Operators 100 tons and over Power Equipment Overhead, bridge type: 45 $84.12 7A 11H 8X Operators tons through 99 tons Power Equipment Pavement Breaker $80.41 151 11G 8X Operators Power Equipment Pile Driver (other Than $84.75 151 11G 8X Operators Crane Mount) Power Equipment Plant Oiler - Asphalt, $84.12 15J 11G 8X Operators Crusher Power Equipment Posthole Digger, $80.41 15J 11G 8X Operators Mechanical Power Equipment Power Plant $80.41 151 11G 8X Operators Power Equipment Pumps - Water $80.41 151 11G 8X Operators Power Equipment Quad 9, Hd 41, D10 And $85.52 15J 11G 8X Operators Over Quick Tower: no cab, Power Equipment under 100 feet in height $84.75 151 11G 8X Operators base to boom Remote Control Operator Power Equipment On Rubber Tired Earth $85.52 15J 11G 8X Operators Moving Equipment Power Equipment Rigger and Bellman $79.12 7A 11H 8X Operators Power Equipment Rigger/Signal Person, $82.74 7A 11H 8X Operators Bellman(Certified) Power Equipment Rollagon $85.52 151 11G 8X Operators Power Equipment Roller, Other Than Plant $80.41 151 11G 8X Operators Mix Power Equipment Roller, Plant Mix Or Multi- $84.12 151 11G 8X Operators lift Materials Power Equipment Roto-mill, Roto-grinder $84.75 15J 11G 8X Operators Power Equipment Saws - Concrete $84.12 15J 11G 8X Operators Power Equipment Scraper, Self Propelled $84.75 15J 11G 8X Operators Under 45 Yards Power Equipment Scrapers - Concrete & $84.12 15J 11G 8X Operators Carry All Power Equipment Scrapers, Self-propelled: $85.52 15J 11G 8X Operators 45 Yards And Over Power Equipment Service Engineers: $84.12 15J 11G 8X Operators Equipment Power Equipment Shotcrete/Gunite $80.41 15J 11G 8X Operators Equipment Shovel, Excavator, Power Equipment Backhoe, Tractors Under $84.12 15J 11G 8X Operators 15 Metric Tons Shovel, Excavator, Power Equipment Backhoe: Over 30 Metric $85.52 15J 11G 8X Operators Tons To 50 Metric Tons Shovel, Excavator, Power Equipment Backhoes, Tractors:15 To $84.75 151 11G 8X Operators 30 Metric Tons Shovel, Excavator, Power Equipment Backhoes: Over 50 Metric $86.39 15J 11G 8X Operators Tons To 90 Metric Tons Shovel, Excavator, Power Equipment Backhoes: Over 90 Metric $87.28 151 11G 8X Operators Tons Power Equipment Slipform Pavers $85.52 151 11G 8X Operators Power Equipment Spreader, Topsider & $85.52 15J 11G 8X Operators Screedman Power Equipment Subgrader Trimmer $84.75 151 11G 8X Operators Power Equipment Tower Bucket Elevators $84.12 151 11G 8X Operators Tower Crane: over 175' Power Equipment through 250' in height, $85.84 7A 11H 8X Operators base to boom Power Equipment Tower crane: up to 175' in $84.97 7A 11H 8X Operators height base to boom Power Equipment Tower Cranes: over 250' in $86.68 7A 11H 8X Operators height from base to boom Power Equipment Transporters, All Track Or $85.52 151 11G 8X Operators Truck Type Power Equipment Trenching Machines $84.12 151 11G 8X Operators Power Equipment Truck Crane Oiler/Driver: $83.38 7A 11H 8X Operators 100 tons and over Power Equipment Truck crane oiler/driver: $82.74 7A 11H 8X Operators under 100 tons Power Equipment Truck Mount Portable $84.75 15J 11G 8X Operators Conveyor Power Equipment Vac Truck (Vactor Guzzler, $84.75 15J 11G 8X Operators Hydro Excavator) Power Equipment Welder $85.52 15J 11G 8X Operators Power Equipment Wheel Tractors, Farmall $80.41 15J 11G 8X Operators Type Power Equipment Yo Yo Pay Dozer $84.75 15J 11G 8X Operators Power Equipment Operators- Underground Asphalt Plant Operators $85.52 15J 11G 8X Sewer & Water Power Equipment Operators- Underground Assistant Engineer $80.41 15J 11G 8X Sewer & Water Power Equipment Operators- Underground Barrier Machine (zipper) $84.75 15J 11G 8X Sewer & Water Power Equipment Batch Plant Operator, Operators- Underground $84.75 151 11G 8X Concrete Sewer & Water Power Equipment Operators- Underground Boat Operator $84.12 7A 11H 8X Sewer & Water Power Equipment Operators- Underground Bobcat $80.41 151 11G 8X Sewer & Water Power Equipment Brokk - Remote Operators- Underground $80.41 151 11G 8X Demolition Equipment Sewer & Water Power Equipment Operators- Underground Brooms $80.41 151 11G 8X Sewer & Water Power Equipment Operators- Underground Bump Cutter $84.75 151 11G 8X Sewer & Water Power Equipment Operators- Underground Cableways $85.52 151 11G 8X Sewer & Water Power Equipment Operators- Underground Chipper $84.75 15J 11G 8X Sewer & Water Power Equipment Operators- Underground Compressor $80.41 i5J 11G 8X Sewer & Water Power Equipment Concrete Finish Machine - Operators- Underground $80.41 151 11G Laser Screed Sewer & Water Concrete Pump - Mounted Power Equipment Or Trailer High Pressure Operators- Underground $84.12 151 11G Line Pump, Pump High Sewer & Water Pressure Power Equipment Concrete Pump: Truck Operators- Underground Mount With Boom $85.52 151 11G Sewer & Water Attachment Over 42 M Power Equipment Concrete Pump: Truck Operators- Underground Mount With Boom $84.75 i5J 11G Sewer & Water Attachment Up To 42m Power Equipment Operators- Underground Conveyors $84.12 151 11G Sewer & Water Power Equipment Cranes Friction: 200 tons Operators- Underground $86.68 7A 11H and over Sewer & Water Power Equipment Cranes, A-frame:10 tons Operators- Underground $79.12 7A 11H and under Sewer & Water Cranes:100 tons through Power Equipment 199 tons, or 150' of boom Operators- Underground $84.97 7A 11H (includingjib with Sewer & Water attachments) 8X 8X 8X 8X 8X 8X I.Yll 8X Power Equipment Cranes: 20 tons through Operators- Underground $83.38 7A 11H 44 tons with attachments Sewer & Water Cranes: 200 tons- 299 Power Equipment tons, or 250' of boom Operators- Underground $85.84 7A 11H includingjib with Sewer & Water attachments Power Equipment Cranes: 300 tons and over Operators- Underground or 300' of boom including $86.68 7A 11H Sewer & Water jib with attachments Cranes: 45 tons through Power Equipment 99 tons, under 150' of Operators- Underground $84.12 7A 11H boom(includingjib with Sewer & Water attachments) Power Equipment Cranes: Friction cranes Operators- Underground $85.84 7A 11H through 199 tons Sewer & Water Power Equipment Cranes: through 19 tons Operators- Underground with attachments, a -frame $82.74 7A 11H Sewer & Water over 10 tons Power Equipment Operators- Underground Crusher $84.75 isi 11G Sewer & Water Power Equipment Deck Engineer/Deck Operators- Underground $84.75 isi 11G Winches (power) Sewer & Water 8X 8X 8X I.Yll 8X 8X 8X 8X Power Equipment Derricks, On Building Operators- Underground $84.12 7A 11H Work Sewer & Water Power Equipment Operators- Underground Dozers D-9 & Under $84.12 isi 11G Sewer & Water Power Equipment Drill Oilers: Auger Type, Operators- Underground $84.12 isi 11G Truck Or Crane Mount Sewer & Water Power Equipment Operators- Underground Drilling Machine $86.39 isi 11G Sewer & Water Power Equipment Elevator and man -lift: Operators- Underground $80.41 isi 11G permanent and shaft type Sewer & Water Power Equipment Finishing Machine, Bidwell Operators- Underground And Gamaco & Similar $84.75 isi 11G Sewer & Water Equipment Power Equipment Forklift: 3000 Ibs and over Operators- Underground $84.12 isi 11G with attachments Sewer & Water Power Equipment Forklifts: under 3000 lbs. Operators- Underground $80.41 isi 11G with attachments Sewer & Water Power Equipment Grade Engineer: Using Operators- Underground Blue Prints, Cut Sheets, $84.75 isi 11G Sewer & Water Etc 8X 8X 8X 8X 8X 8X 8X 8X 8X Power Equipment Operators- Underground Gradechecker/Stakeman $80.41 15J 11G Sewer & Water Power Equipment Operators- Underground Guardrail Punch $84.75 15J 11G Sewer & Water Hard Tail End Dump Power Equipment Articulating Off- Road Operators- Underground $85.52 15.111 11G Equipment 45 Yards. & Sewer & Water Over Hard Tail End Dump Power Equipment Articulating Off -road Operators- Underground $84.75 15J 11G Equipment Under 45 Sewer & Water Yards Power Equipment Horizontal/Directional Drill Operators- Underground $84.12 15J 11G Locator Sewer & Water Power Equipment Horizontal/Directional Drill Operators- Underground $84.75 151 11G Operator Sewer & Water Power Equipment Hydralifts/boom trucks:10 Operators- Underground $79.12 7A 11H tons and under Sewer & Water Power Equipment Hydralifts/boom trucks: Operators- Underground $82.74 7A 11H over 10tons Sewer & Water Power Equipment Leverman $87.28 15J 11G Operators- Underground 8X 13A 8X 13A 8X 8X 8X 8X 8X Sewer & Water Power Equipment Loader, Overhead, 6 Yards. Operators- Underground $85.52 15.111 But Not Including 8 Yards Sewer & Water Power Equipment Loaders, Overhead Under Operators- Underground $84.75 15J 6 Yards Sewer & Water Power Equipment Operators- Underground Loaders, Plant Feed $84.75 15.111 Sewer & Water Power Equipment Loaders: Elevating Type Operators- Underground $84.12 15.111 Belt Sewer & Water Power Equipment Operators- Underground Locomotives, All $84.75 15J Sewer & Water Power Equipment Operators- Underground Material Transfer Device $84.75 15.111 Sewer & Water Power Equipment Mechanics: All (Leadmen - Operators- Underground $0.50 per hour over $86.39 15J Sewer & Water mechanic) Power Equipment Operators- Underground Motor Patrol Graders $85.52 15J Sewer & Water Power Equipment Mucking Machine, Mole, $85.52 15J Operators- Underground Tunnel Drill, Boring, Road 11G 11G 11G 11G 11G 11G 11G 8X 8X 8X 8X 8X 8X 8X Sewer & Water Header And/or Shield Power Equipment Oil Distributors, Blower Operators- Underground Distribution & Mulch $80.41 151 Sewer & Water Seeding Operator Power Equipment Outside Hoists (Elevators Operators- Underground and Manlifts), Air Tuggers, $84.12 15J Sewer & Water Strato Power Equipment Overhead, bridge type Operators- Underground Crane: 20 tons through 44 $83.38 7A Sewer & Water tons Power Equipment Overhead, bridge type: Operators- Underground $84.97 7A 100 tons and over Sewer & Water Power Equipment Overhead, bridge type: 45 Operators- Underground $84.12 7A tons through 99 tons Sewer & Water Power Equipment Operators- Underground Pavement Breaker $80.41 15J Sewer & Water Power Equipment Pile Driver (other Than Operators- Underground $84.75 15J Crane Mount) Sewer & Water Power Equipment Plant Oiler - Asphalt, Operators- Underground $84.12 151 Crusher Sewer & Water Power Equipment Posthole Digger, $80.41 15J Operators- Underground Mechanical 11G 11G 11H 11H 11H 11G 11G 8X 8X 8X 8X 8X 8X 8X Sewer & Water Power Equipment Operators- Underground Power Plant $80.41 151 Sewer & Water Power Equipment Operators- Underground Pumps - Water $80.41 15J Sewer & Water Power Equipment Quad 9, Hd 41, D10 And Operators- Underground $85.52 151 Over Sewer & Water Power Equipment Quick Tower: no cab, Operators- Underground under 100 feet in height $84.75 151 Sewer & Water base to boom Power Equipment Remote Control Operator Operators- Underground On Rubber Tired Earth $85.52 15J Sewer & Water Moving Equipment Power Equipment Operators- Underground Rigger and Bellman $79.12 7A Sewer & Water Power Equipment Rigger/Signal Person, Operators- Underground $82.74 7A Bellman(Certified) Sewer & Water Power Equipment Operators- Underground Rollagon $85.52 151 Sewer & Water Power Equipment Roller, Other Than Plant $80.41 15J Operators- Underground Mix 11G 11G 11G 11G 11G 11H 11H 8X 8X 8X 8X 8X 8X 8X 11G 8X 11G 8X Sewer & Water Power Equipment Roller, Plant Mix Or Multi- Operators- Underground $84.12 151 lift Materials Sewer & Water Power Equipment Operators- Underground Roto-mill, Roto-grinder $84.75 15J Sewer & Water Power Equipment Operators- Underground Saws - Concrete $84.12 151 Sewer & Water Power Equipment Scraper, Self Propelled Operators- Underground $84.75 151 Under 45 Yards Sewer & Water Power Equipment Scrapers - Concrete & Operators- Underground $84.12 15J Carry All Sewer & Water Power Equipment Scrapers, Self-propelled: Operators- Underground $85.52 151 45 Yards And Over Sewer & Water Power Equipment Shotcrete/Gunite Operators- Underground $80.41 15J Equipment Sewer & Water Power Equipment Shovel, Excavator, Operators- Underground Backhoe, Tractors Under $84.12 151 Sewer & Water 15 Metric Tons Power Equipment Shovel, Excavator, $85.52 15J Operators- Underground Backhoe: Over 30 Metric 11G 11G 11G 11G 11G 11G 11G 8X 8X 8X 8X 8X 8X 8X 11G 8X 11G 8X Sewer & Water Tons To 50 Metric Tons Power Equipment Shovel, Excavator, Operators- Underground Backhoes, Tractors:15 To $84.75 151 Sewer & Water 30 Metric Tons Power Equipment Shovel, Excavator, Operators- Underground Backhoes: Over 50 Metric $86.39 151 Sewer & Water Tons To 90 Metric Tons Power Equipment Shovel, Excavator, Operators- Underground Backhoes: Over 90 Metric $87.28 151 Sewer & Water Tons Power Equipment Operators- Underground Slipform Pavers $85.52 151 Sewer & Water Power Equipment Spreader, Topsider & Operators- Underground $85.52 15J Screedman Sewer & Water Power Equipment Operators- Underground Subgrader Trimmer $84.75 151 Sewer & Water Power Equipment Operators- Underground Tower Bucket Elevators $84.12 15J Sewer & Water Power Equipment Tower Crane: over 175' Operators- Underground through 250' in height, $85.84 7A Sewer & Water base to boom Power Equipment Tower crane: up to 175' in $84.97 7A Operators- Underground height base to boom 11G 11G 11G 11G 11G 11G 11G 8X 8X 8X 8X 8X 8X 8X 11H 8X 11H 8X Sewer & Water Power Equipment Tower Cranes: over 250' in Operators- Underground $86.68 7A height from base to boom Sewer & Water Power Equipment Transporters, All Track Or Operators- Underground $85.52 15J Truck Type Sewer & Water Power Equipment Operators- Underground Trenching Machines $84.12 15J Sewer & Water Power Equipment Truck Crane Oiler/Driver: Operators- Underground $83.38 7A 100 tons and over Sewer & Water Power Equipment Truck crane oiler/driver: Operators- Underground $82.74 7A under 100 tons Sewer & Water Power Equipment Truck Mount Portable Operators- Underground $84.75 15J Conveyor Sewer & Water Power Equipment Vac Truck (Vactor Guzzler, Operators- Underground $84.75 15J Hydro Excavator) Sewer & Water Power Equipment Operators- Underground Welder $85.52 15J Sewer & Water Power Equipment Wheel Tractors, Farmall $80.41 15J Operators- Underground Type 11H 11G 11G 11H 11H 11G 11G 8X 8X 8X 8X 8X 8X 8X 11G 8X 11G 8X Sewer & Water Power Equipment Operators- Underground Yo Yo Pay Dozer $84.75 151 11G Sewer & Water Power Line Clearance Tree Journey Level In Charge $64.20 5A 4A Trimmers Power Line Clearance Tree Spray Person $60.74 5A 4A Trimmers Power Line Clearance Tree Tree Equipment Operator $64.20 5A 4A Trimmers Power Line Clearance Tree Tree Trimmer $57.29 5A 4A Trimmers Power Line Clearance Tree Tree Trimmer $43.05 5A 4A Trimmers Groundperson Refrigeration & Air Journey Level $95.46 5A 1G Conditioning Mechanics Residential Brick Mason Journey Level $22.01 1 Residential Carpenters Journey Level $26.25 1 Residential Cement Masons Journey Level $39.88 1 Residential Drywall Journey Level $51.52 151 4C Applicators Residential Drywall Tapers Journey Level $25.84 1 Residential Electricians Journey Level $44.11 1 8X Residential Glaziers Journey Level $56.50 7L Residential Insulation Journey Level $18.03 Applicators Residential Laborers Journey Level $16.66 Residential Marble Setters Journey Level $22.01 Residential Painters Journey Level $20.85 Residential Plumbers & Journey Level $40.60 Pipefitters Residential Refrigeration & Journey Level $45.45 Air Conditioning Mechanics Residential Sheet Metal Journey Level $32.91 Workers Residential Soft Floor Journey Level $22.03 Layers Residential Sprinkler Fitters Journey Level $53.48 (Fire Protection) Residential Stone Masons Journey Level $71.82 7E Residential Terrazzo Journey Level $16.66 Workers Residential Terrazzo/Tile Journey Level $39.09 Finishers Residential Tile Setters Journey Level $35.40 1H 1 1 1 1 1 1 1N 1 1 1 Roofers Journey Level $67.45 5A 3H Using Irritable Bituminous Roofers $70.45 5A 3H Materials Journey Level (Field or Sheet Metal Workers $102.92 7F 1E Shop) New Construction Shipbuilding & Ship Repair $58.93 7X 4J Boilermaker New Construction Shipbuilding & Ship Repair $51.85 7X 4J Carpenter New Construction Crane Shipbuilding & Ship Repair $43.00 7V 1 Operator New Construction Shipbuilding & Ship Repair $58.98 7X 4.11 Electrician New Construction Heat & Shipbuilding & Ship Repair $91.81 15H 11C Frost Insulator Shipbuilding & Ship Repair New Construction Laborer $58.60 7X 4.11 New Construction Shipbuilding & Ship Repair $58.79 7X 4J Machinist New Construction Shipbuilding & Ship Repair $43.00 7V 1 Operating Engineer Shipbuilding & Ship Repair New Construction Painter $58.72 7X 4.11 New Construction Shipbuilding & Ship Repair $59.07 7X 4J Pipefitter Shipbuilding & Ship Repair New Construction Rigger $58.93 7X 4J New Construction Sheet Shipbuilding & Ship Repair $58.68 7X 4J Metal New Construction Shipbuilding & Ship Repair $51.85 7X 4J Shipwright New Construction Shipbuilding & Ship Repair $43.00 7V 1 Warehouse/Teamster New Construction Welder Shipbuilding & Ship Repair $58.93 7X 4J / Burner Shipbuilding & Ship Repair Ship Repair Boilermaker $58.93 7X 4.11 Shipbuilding & Ship Repair Ship Repair Carpenter $51.85 7X 4.11 Ship Repair Crane Shipbuilding & Ship Repair $45.06 7Y 4K Operator Shipbuilding & Ship Repair Ship Repair Electrician $58.98 7X 4.11 Ship Repair Heat & Frost Shipbuilding & Ship Repair $91.81 15H 11C Insulator Shipbuilding & Ship Repair Ship Repair Laborer $58.60 7X 4.11 Shipbuilding & Ship Repair Ship Repair Machinist $58.79 7X 4.11 Ship Repair Operating Shipbuilding & Ship Repair $45.06 7Y 4K Engineer Shipbuilding & Ship Repair Ship Repair Painter $58.72 7X 4.11 Shipbuilding & Ship Repair Ship Repair Pipefitter $59.07 7X 4.11 Shipbuilding & Ship Repair Ship Repair Rigger $58.93 7X 4.11 Shipbuilding & Ship Repair Ship Repair Sheet Metal $58.68 7X 4.11 Shipbuilding & Ship Repair Ship Repair Shipwright $51.85 7X 4.11 Ship Repair Warehouse / Shipbuilding & Ship Repair $45.06 7Y 4K Teamster Sign Makers & Installers Journey Level $60.46 O 1 (Electrical) Sign Makers & Installers Journey Level $38.53 O 1 (Non -Electrical) Soft Floor Layers Journey Level $63.29 15J 4C Solar Controls For Windows Journey Level $16.66 1 Sprinkler Fitters (Fire Journey Level $98.99 5C ix Protection) Stage Rigging Mechanics Journey Level $16.66 1 (Non Structural) Stone Masons Journey Level $71.82 7E 1N Street And Parking Lot Journey Level $16.66 1 Sweeper Workers Assistant Construction Surveyors $82.74 7A 11H Site Surveyor Surveyors Chainman $79.12 7A 11H 8X 8X Construction Site Surveyors $84.12 7A 11H 8X Surveyor Drone Operator (when Surveyors used in conjunction with $79.12 7A 11H 8X survey work only) Ground Penetrating Radar Surveyors $79.12 7A 11H 8X Operator Telecommunication Journey Level $69.69 7E 1E Technicians Telephone Line Cable Splicer $41.35 5A 2B Construction - Outside Telephone Line Hole Digger/Ground $27.31 5A 2B Construction - Outside Person Telephone Line Telephone Equipment $34.53 5A 2B Construction - Outside Operator (Light) Telephone Line Telephone Lineperson $39.07 5A 2B Construction - Outside Terrazzo Workers Journey Level $67.51 7E 1N Tile Setters Journey Level $65.51 7E 1N Tile, Marble & Terrazzo Finisher $56.34 7E 1N Finishers All cleanup required in connection with traffic Traffic Control Stripers $92.44 15L 1K control stripers work (Group 1) Handling, painting and Traffic Control Stripers Traffic Control Stripers Traffic Control Stripers Traffic Control Stripers Traffic Control Stripers Traffic Control Stripers Traffic Control Stripers installing of all car stops, $62.69 stop signs and any other type sign (Group 2) Installation of guard rail and posts and similar $62.69 protective devices (Group 2) Installation of parking gates, ticket spitters and other mechanical and $62.69 automatic control devices (Group 2) Installation of plastic metal or composition $92.44 button, or lines used instead of paint (Group 1) Line removal; chemical sand and hydro -blast, $92.44 paint and button (Group 1) Manufacturing and installation of all car stops and control devices and $62.69 similar traffic regulators (Group 2) Manufacturing, painting, $62.69 stenciling, servicing, repairing, placing and removal of traffic safety 15L 15L 15L 15L Ft-i, 15L 15L 1K 1K 1K 1K Fl:1 1K 1K and control devices/barricades (Group 2) Painting and installing lines, arrows, bumpers, Traffic Control Stripers curbs, etc., on parking lots, $92.44 airfields highways, game courts (Group 1) Preparation and Traffic Control Stripers maintenance of all $92.44 surfaces (Group 1) Seal coating, slurry Traffic Control Stripers coating and other surface $62.69 protection (Group 2) Truck Drivers Asphalt Mix Over 16 Yards $78.65 Truck Drivers Asphalt Mix To 16 Yards $77.81 Truck Drivers Dump Truck $77.81 Truck Drivers Dump Truck & Trailer $78.65 Truck Drivers Other Trucks $78.65 Truck Drivers - Ready Mix Transit Mix $78.65 Well Drillers & Irrigation Irrigation Pump Installer $16.66 Pump Installers Well Drillers & Irrigation Oiler $16.66 Pump Installers 15L 1K 15L 1K 15L 1K 151 11M 8L 151 11M 8L 151 11M 8L 151 11M 8L 15J 11M 8L 151 11M 8L 1 1 Well Drillers & Irrigation Well Driller $16.66 Pump Installers Benefit Code Key — Effective 3/5/2025 thru 8/30/2025 Overtime Codes Overtime calculations are based on the hourly rate actually paid to the worker. On public works projects, the hourly rate must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for the worker. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. C. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. D. The first two (2) hours before or after a five -eight (8) hour workweek day or a four -ten (10) hour workweek day and the first eight (8) hours worked the next day after either workweek shall be paid at one and one-half times the hourly rate of wage. All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. G. The first ten (10) hours worked on Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a four - ten hour schedule, shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid atone and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 1 1 P a g e Benefit Code Key — Effective 3/5/2025 thru 8/30/2025 Overtime Codes Continued N. All hours worked on Saturdays (except makeup days) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. O. The first ten (10) hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays, holidays and after twelve (12) hours, Monday through Friday and after ten (10) hours on Saturday shall be paid at double the hourly rate of wage. P. All hours worked on Saturdays (except makeup days if circumstances warrant) and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays (except Christmas day) shall be paid at double the hourly rate of wage. All hours worked on Christmas day shall be paid at two and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the employer)) shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any employer and the employee) and all hours worked in excess of eight (8) hours per day (10 hours per day for a 4 x 10 workweek) and on Saturdays and holidays (except labor day) shall be paid at one and one-half times the hourly rate of wage. (except for employees who are absent from work without prior approval on a scheduled workday during the workweek shall be paid at the straight -time rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek) or 40 hours during that workweek.) All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage. Z. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay. 2 1 P a g e Benefit Code Key — Effective 3/5/2025 thru 8/30/2025 Overtime Codes Continued 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. F. The first eight (8) hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday pay. All hours worked in excess of eight (8) hours on holidays shall be paid at double the hourly rate of wage. M. This code appears to be missing. All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage. R. All hours worked on Sundays and holidays and all hours worked over sixty (60) in one week shall be paid at double the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. F. All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at two (2) times the regular rate of pay. Work performed on Sundays between October 15th and March 15th shall be compensated at one and one half (1-1/2) times the regular rate of pay. All hours worked between the hours of 10:00 pm and 5:00 am, Monday through Friday, and all hours worked on Saturdays shall be paid at a one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. K Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal 5 am to 6pm shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays, and all hours worked in excess of twelve (12) hours in a single shift shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. When an employee returns to work without at least eight (8) hours time off since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until he/she shall have the eight (8) hours rest period. 3 1 PaZ. Benefit Code Key — Effective 3/5/2025 thru 8/30/2025 Overtime Codes Continued 4. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage C. On Monday through Friday, the first four (4) hours of overtime after eight (8) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay, unless a four (4) day ten (10) hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday, the first two (2) hours of overtime after ten (10) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay. On Saturday, the first twelve (12) hours of work shall be paid at one and one half (1-1/2) times the straight time rate of pay, except that if the job is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on Saturday maybe worked at the straight time rate of pay. All hours worked over twelve (12) hours in a day and all hours worked on Sunday and Holidays shall be paid at two (2) times the straight time rate of pay. D. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturday, Sundays and holidays shall be paid at double the hourly rate of pay. Rates include all members of the assigned crew. EXCEPTION: On all multipole structures and steel transmission lines, switching stations, regulating, capacitor stations, generating plants, industrial plants, associated installations and substations, except those substations whose primary function is to feed a distribution system, will be paid overtime under the following rates: The first two (2) hours after eight (8) regular hours Monday through Friday of overtime on a regular workday, shall be paid at one and one-half times the hourly rate of wage. All hours in excess of ten (10) hours will be at two (2) times the hourly rate of wage. The first eight (8) hours worked on Saturday will be paid at one and one-half (1-1/2) times the hourly rate of wage. All hours worked in excess of eight (8) hours on Saturday, and all hours worked on Sundays and holidays will be at the double the hourly rate of wage. All overtime eligible hours performed on the above described work that is energized, shall be paid at the double the hourly rate of wage. E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four -day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The Monday or Friday not utilized in the normal four - day, ten hour work week, and Saturday shall be paid at one and one half (1'/z) times the regular shift rate for the first eight (8) hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. G. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. The First eight (8) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of eight (8) per day on Saturdays shall be paid at double the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 4 1 P a g e Benefit Code Key — Effective 3/5/2025 thru 8/30/2025 Overtime Codes Continued 4. J. The first eight (8) hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of eight (8) hours on a Saturday shall be paid at double the hourly rate of wage. All hours worked over twelve (12) in a day, and all hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage. K. All hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage, so long as Saturday is the sixth consecutive day worked. All hours worked over twelve (12) in a day Monday through Saturday, and all hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage. L. The first twelve (12) hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on a Saturday in excess of twelve (12) hours shall be paid at double the hourly rate of pay. All hours worked over twelve (12) in a day Monday through Friday, and all hours worked on Sundays shall be paid at double the hourly rate of wage. All hours worked on a holiday shall be paid at one and one-half times the hourly rate of wage, except that all hours worked on Labor Day shall be paid at double the hourly rate of pay. S. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday, work performed in excess of (10) hours shall be paid at one and one half (1-1/2) times the hourly rate of pay. On Monday through Friday, work performed outside the normal work hours of 6:00 a.m. and 6:00 p.m. shall be paid at one and one-half (1-1/2) times the straight time rate, (except for special shifts or multiple shift operations). All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed on Sundays and holidays shall be paid at double the hourly rate of wage. When an employee returns to work without at least eight (8) hours time off since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. Multiple Shift Operations: When the first shift of a multiple shift (a two or three shift) operation is started at the basic straight time rate or at a specific overtime rate, all shifts of that day's operation shall be completed at that rate. Special Shifts: The Special Shift Premium is the basic hourly rate of pay plus $2.00 an hour. When due to conditions beyond the control of the employer or when an owner (not acting as the contractor), a government agency or the contract specifications require more than four (4) hours of a special shift can only be performed outside the normal 6am to 6pm shift then the special shift premium will be applied to the basic straight time for the entire shift. When an employee works on a special shift, they shall be paid the special shift premium for each hour worked unless they are in overtime or double-time status. (For example, the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday). U. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. (Except on makeup days if work is lost due to inclement weather, then the first eight (8) hours on Saturday may be paid the regular rate.) All hours worked over twelve (12) hours Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 5 1 P a g e Benefit Code Key — Effective 3/5/2025 thru 8/30/2025 Overtime Codes Continued 4. X. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. Work performed outside the normal shift of 6 am to 6pm shall be paid at one and one-half the straight time rate, (except for special shifts or three shift operations). All work performed on Sundays and holidays shall be paid at double the hourly rate of wage. Shifts may be established when considered necessary by the Employer. The Employer may establish shifts consisting of eight (8) or ten (10) hours of work (subject to WAC 296-127-022), that shall constitute a normal forty (40) hour work week. The Employer can change from a 5-eight to a 4-ten hour schedule or back to the other. All hours of work on these shifts shall be paid for at the straight time hourly rate. Work performed in excess of eight hours (or ten hours per day (subject to WAC 296-127-022) shall be paid at one and one- half the straight time rate. When due to conditions beyond the control of the Employer, or when contract specifications require that work can only be performed outside the regular day shift, then by mutual agreement a special shift may be worked at the straight time rate, eight (8) hours work for eight (8) hours pay. The starting time shall be arranged to fit such conditions of work. When an employee returns to work without at a break of eight (8) hours since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. Overtime Codes Continued 11. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B After an employee has worked eight (8) hours, all additional hours worked shall be paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. C The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day, and all hours on Sunday shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. All non -overtime and non -holiday hours worked between 4:00 pm and 5:00 am, Monday through Friday, shall be paid at a premium rate of 15% over the hourly rate of wage. D. All hours worked on Saturdays and holidays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours, all additional hours worked shall be paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. E. The first two (2) hours after eight (8) regular hours Monday through Friday, the first ten (10) hours on Saturday, and the first ten (10) hours worked on Holidays shall be paid at one and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday through Saturday, and Sundays shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours, all additional hours worked shall be paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. 6 1 P a g e Benefit Code Key — Effective 3/5/2025 thru 8/30/2025 Overtime Codes Continued 11. F. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four -day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The Monday or Friday not utilized in the normal four - day, ten hour work week, and Saturday shall be paid at one-half times the hourly rate of wage for the first eight (8) hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. G. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal 5 am to 6pm shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays, and all hours worked in excess of twelve (12) hours in a single shift shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of nine (9) hours or more. When an employee returns to work without at least nine (9) hours time off since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until he/she shall have the nine (9) hours rest period. H. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal 5 am to 6pm shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays, and all hours worked in excess of twelve (12) hours in a single shift shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of ten (10) hours or more. When an employee returns to work without at least ten (10) hours time off since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until he/she shall have the ten (10) hours rest period. All hours worked on holidays shall be paid at double the hourly rate of wage. K. On Monday through Friday hours worked outside 4:00 am and 5:00 pm, and the first two (2) hours after eight (8) hours worked shall be paid at one and one-half times the hourly rate. All hours worked over 10 hours per day Monday through Friday, and all hours worked on Saturdays, Sundays, and Holidays worked shall be paid at double the hourly rate of wage. L. An employee working outside 5:00 am and 5:00 pm shall receive an additional two dollar ($2.00) per hour for all hours worked that shift. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. 7 1 P a g e Benefit Code Key — Effective 3/5/2025 thru 8/30/2025 Overtime Codes Continued 11. M. On Monday through Friday, the first four (4) hours of overtime after eight (8) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay, unless a four (4) day ten (10) hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday, the first two (2) hours of overtime after ten (10) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay. Work performed outside the normal work hours of 5:00 a.m. and 6:00 p.m. shall be paid at one and one-half (1-1/2) times the straight time rate, (except for special shifts or multiple shift operations). When the first shift of a multiple shift (a two or three shift) operation is started at the basic straight time rate or at a specific overtime rate, all shifts of that day's operation shall be completed at that rate. When due to conditions beyond the control of the Employer or when contract specifications require that work can only be performed outside the regular day shift of 5:00 am to 6:00 pm, then a special shift may be worked at the straight time rate, plus the shift pay premium when applicable. The starting time of work will be arranged to fit such conditions of work. Such shift shall consist of eight (8) hours work for eight (8) hours pay or ten (10) hours work for ten (10) hours pay for four ten shifts. On Saturday, the first twelve (12) hours of work shall be paid at one and one half (1-1/2) times the straight time rate of pay. All work performed after 6:00 pm Saturday to 5:00 am Monday, all work performed over twelve (12) hours, and all work performed on holidays shall be paid at double the straight time rate of pay. Shift Pay Premium: In an addition to any overtime already required, all hours worked between the hours of 6:00 pm and 5:00 am shall receive an additional two dollars ($2.00) per hour. N. All work performed over twelve hours in a shift and all work performed on Sundays and Holidays shall be paid at double the straight time rate. Any time worked over eight (8) hours on Saturday shall be paid double the straight time rate, except employees assigned to work six 10-hour shifts per week shall be paid double the straight time rate for any time worked on Saturday over 10 hours. O. All work performed on Saturdays, Sundays, and Holidays shall be paid at one and one half (1-1/2) times the straight time rate of pay. 8 1 P a g e Benefit Code Key — Effective 3/5/2025 thru 8/30/2025 Overtime Codes Continued 11. P. Work performed in excess of ten (10) hours of straight time per day when four ten (10) hour shifts are established and all work on Saturdays, except for make-up days shall be paid at time and one-half (1 ''/z) the straight time rate. Work performed outside the normal work hours of 5:00 a.m. and 6:00 p.m. shall be paid at one and one-half (1-1/2) times the straight time rate, (except for special shifts or multiple shift operations). When the first shift of multiple shift (a two or three shift) operation is started at the basic straight time rate or at a specific overtime rate, all shifts of that day's operation shall be completed at that rate. When due to conditions beyond the control of the Employer or when contract specifications require that work can only be performed outside the regular day shift of 5:00 a.m. to 6:00 p.m , then a special shift may be worked at the straight time rate, plus the shift pay premium when applicable. The starting time of work will be arranged to fit such conditions of work. Such shifts shall consist of eight (8) hours work for eight (8) hours pay or ten (10) hours work for ten (10) hours pay for four ten-hour shifts. In the event the job is down due to weather conditions, then Saturday may, be worked as a voluntary make-up day at the straight time rate. However, Saturday shall not be utilized as a make-up day when a holiday falls on Friday. All work performed on Sundays and holidays and work in excess of twelve (12) hours per day shall be paid at double (2x) the straight time rate of pay. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. When an employee returns to work without a break of eight (8) hours since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. Q. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium rate of 35% over the hourly rate of wage. Work performed on Sundays shall be paid at double time. All hours worked on holidays shall be paid at double the hourly rate of wage. R On Monday through Saturday hours worked outside 6:00 am and 7:00 pm, and all hours after eight (8) hours worked shall be paid at one and one-half times the hourly rate. All hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage. When a holiday falls on a Saturday, the Friday before shall be the observed holiday. When a holiday falls on a Sunday, the following Monday shall be the observed holiday. S. The first ten (10) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. In the event the job is down due to weather conditions, or other conditions beyond the control of the Employer, then Saturday may be worked at the straight time rate, for the first eight (8) hours, or the first ten (10) hours when a four day ten hour workweek has been established. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. When an employee returns to work without a break of eight (8) hours since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. 9 1 P a g e Benefit Code Key — Effective 3/5/2025 thru 8/30/2025 11. T. On Monday through Friday, the first four (4) hours of overtime after eight (8) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay, unless a four (4) day ten (10) hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday, the first two (2) hours of overtime after ten (10) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay. On Saturday, the first twelve (12) hours of work shall be paid at one and one half (1-1/2) times the straight time rate of pay, except that if the job is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on Saturday may be worked at the straight time rate of pay. All hours worked over twelve (12) hours in a day and all hours worked on Sunday and Holidays shall be paid at two (2) times the straight time rate of pay. U. On Monday through Friday, the first four (4) hours of overtime after eight (8) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay, unless a four (4) day ten (10) hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday, the first two (2) hours of overtime after ten (10) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay. On Saturday, the first twelve (12) hours of work shall be paid at one and one half (1-1/2) times the straight time rate of pay, except that if the job is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on Saturday may be worked at the straight time rate of pay. All hours worked over twelve (12) hours in a day and all hours worked on Sunday and Holidays shall be paid at two (2) times the straight time rate of pay. If, due to conditions beyond the control of the Employer or when contract specifications require that work can only be performed outside the regular day shift, then a Special Shift may be worked, Monday through Friday, at the straight -time rate. The starting time of work for the Special Shift will be arranged to fit such conditions of work. Such Special Shift shall consist of eight (8) hours of work for eight (8) hours of pay or ten (10) hours of work for ten(10) hours of pay on a four -ten workday schedule. Holiday Codes 5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, and Christmas Day (7). B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, the day before Christmas, and Christmas Day (8). C. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). H. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Day after Thanksgiving Day, And Christmas (6). 101 Page Benefit Code Key — Effective 3/5/2025 thru 8/30/2025 Holiday Codes Continued Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). K Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). L. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (8). N. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (9). P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday And Saturday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday. Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day, One -Half Day Before Christmas Day, And Christmas Day. (7 1/2). S. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, And Christmas Day (7). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Holiday Codes Continued 6. G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and Christmas Eve Day (11). H. Paid Holidays: New Year's Day, New Year's Eve Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating Holiday (10). T. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Last Working Day Before Christmas Day, And Christmas Day (9). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the holiday. 111 Page Benefit Code Key — Effective 3/5/2025 thru 8/30/2025 Holiday Codes Continued 7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. C. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President's Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. F. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the last working day before Christmas day and Christmas day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. Holiday Codes Continued 7. G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. Holidays: New Year's Day, President's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 121 Page Benefit Code Key — Effective 3/5/2025 thru 8/30/2025 Holiday Codes Continued 7. K Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday. P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Day, the Day after Christmas, and A Floating Holiday (9). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. V. Holidays: New Year's Day, President's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, the day before or after Christmas, and the day before or after New Year's Day. If any of the above listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. W. Holidays: New Year's Day, Day After New Year's, Memorial Day, hndependence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Eve Day, Christmas Day, the day after Christmas, the day before New Year's Day, and a Floating Holiday. X. Holidays: New Year's Day, Day before or after New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day before or after Christmas day. If a holiday falls on a Saturday or on a Friday that is the normal day off, then the holiday will be taken on the last normal workday. If the holiday falls on a Monday that is the normal day off or on a Sunday, then the holiday will be taken on the next normal workday. Y. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day. (8) If the holiday falls on a Sunday, then the day observed by the federal government shall be considered a holiday and compensated accordingly. Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, Christmas Eve, and Christmas Day (9). Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. 131 Page Benefit Code Key — Effective 3/5/2025 thru 8/30/2025 Holiday Codes Continued 15. G. New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, the last scheduled workday before Christmas, and Christmas Day (9). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. Holidays: New Year's Day, President's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, and Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. M. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Eve Day and Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. O. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, the day before Christmas day, and Christmas Day (10). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. 141 Page Benefit Code Key — Effective 3/5/2025 thru 8/30/2025 Note Codes 8. D. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0.50, And Level C: $0.25. M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B: $1.00, Levels C & D: $0.50. N. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00, Level B: $0.75, Level C: $0.50, And Level D: $0.25. S. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. T. Effective August 31, 2012 — A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. U. Workers on hazmat projects receive additional hourly premiums as follows — Class A Suit: $2.00, Class B Suit: $1.50, And Class C Suit: $1.00. Workers performing underground work receive an additional $0.40 per hour for any and all work performed underground, including operating, servicing and repairing of equipment. The premium for underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive an additional $0.50 per hour. The premium for work suspended shall be paid for the entire shift worked. Workers who do "pioneer" work (break open a cut, build road, etc.) more than one hundred fifty (150) feet above grade elevation receive an additional $0.50 per hour. 8. V. hi addition to the hourly wage and fringe benefits, the following depth and enclosure premiums shall be paid. The premiums are to be calculated for the maximum depth and distance into an enclosure that a diver reaches in a day. The premiums are to be paid one time for the day and are not used in calculating overtime pay. Depth premiums apply to depths of fifty feet or more. Over 50' to 100' - $2.00 per foot for each foot over 50 feet. Over 101' to 150' - $3.00 per foot for each foot over 101 feet. Over 15l' to 220' - $4.00 per foot for each foot over 220 feet. Over 22 F - $5.00 per foot for each foot over 221 feet. Enclosure premiums apply when divers enter enclosures (such as pipes or tunnels) where there is no vertical ascent and is measured by the distance travelled from the entrance. 25' to 300' - $1.00 per foot from entrance. 300' to 600' - $1.50 per foot beginning at 300'. Over 600' - $2.00 per foot beginning at 600'. W. Meter Installers work on single phase 120/240V self-contained residential meters. The Lineman/Groundmen rates would apply to meters not fitting this description. 151 Page Benefit Code Key — Effective 3/5/2025 thru 8/30/2025 Note Codes Continued X. Workers on hazmat projects receive additional hourly premiums as follows - Class A Suit: $2.00, Class B Suit: $1.50, Class C Suit: $1.00, and Class D Suit: $0.50. Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the Employer or when an owner (not acting as the contractor), a government agency or the contract specifications requires that work can only be performed outside the normal 5 am to 6pm shift, then the special shift premium will be applied to the basic hourly rate. When an employee works on a special shift, they shall be paid a special shift premium for each hour worked unless they are in OT or Double-time status. (For example, the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) Y. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair: Employees working on a swinging state or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate. Z. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the Employer or when an owner (not acting as a contractor), a government agency or the contract specifications require that more than (4) hours of a special shift can only be performed outside the normal 6 am to 6pm shift, then the special shift premium will be applied to the basic straight time for the entire shift. When an employee works on a special shift, they will be paid a special shift premium for each hour worked unless they are in overtime or double- time status. (For example, the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) Note Codes Continued 9. A. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the Employer or when an owner (not acting as the contractor), a government agency or the contract specifications require that more than four (4) hours of a special shift can only be performed outside the normal 6 am to 6pm shift, then the special shift premium will be applied to the basic straight time for the entire shift. When an employee works on a special shift, they shall be paid a special shift premium for each hour worked unless they are in overtime or double- time status. (For example, the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) Certified Crane Operator Premium: Crane operators requiring certifications shall be paid $0.50 per hour above their classification rate. Boom Pay Premium: All cranes including tower shall be paid as follows based on boom length: (A) — 130' to 199' — $0.50 per hour over their classification rate. (B) — 200' to 299' — $0.80 per hour over their classification rate. (C) — 300' and over — $1.00 per hour over their classification rate. 161 Page Benefit Code Key — Effective 3/5/2025 thru 8/30/2025 Note Codes Continued 9. B. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the shift shall be used in determining the scale paid. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair: Employees working on a swinging stage or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate. C. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair: Employees working on a swinging stage or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. These classifications are only effective on or after August 31, 2012. D. Industrial Painter wages are required for painting within industrial facilities such as treatment plants, pipelines, towers, dams, bridges, power generation facilities and manufacturing facilities such as chemical plants, etc., or anywhere abrasive blasting is necessary to prepare surfaces, or hazardous materials encapsulation is required. E. Heavy Construction includes construction, repair, alteration or additions to the production, fabrication or manufacturing portions of industrial or manufacturing plants, hydroelectric or nuclear power plants and atomic reactor construction. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00, Level B: $0.75, Level C: $0.50, And Level D: $0.25. F. Industrial Painter wages are required for painting within industrial facilities such as treatment plants, pipelines, towers, dams, power generation facilities and manufacturing facilities such as chemical plants, etc., or anywhere abrasive blasting is necessary to prepare surfaces, or hazardous materials encapsulation is required. H. One (1) person crew shall consist of a Party Chief. (Total Station or similar one (1) person survey system). Two (2) person survey party shall consist of a least a Party Chief and a Chain Person. Three (3) person survey party shall consist of at least a Party Chief, an Instrument Person, and a Chain Person. 171 Page Benefit Code Key — Effective 3/5/2025 thru 8/30/2025 9. I. In addition to the hourly wage and fringe benefits, the following depth and enclosure premiums shall be paid. The premiums are to be calculated for the maximum depth and distance into an enclosure that a diver reaches in a day. The premiums are to be paid one time for the day and are not used in calculating overtime pay. Depth premiums apply to depths of fifty feet or more. Over 50' to 100' - $2.00 per foot for each foot over 50 feet. Over 101' to 150' - $3.00 per foot for each foot over 101 feet. Over 151' to 220' - $4.00 per foot for each foot over 220 feet. Over 221' - $5.00 per foot for each foot over 221 feet. Enclosure premiums apply when divers enter enclosures (such as pipes or tunnels) where there is no vertical ascent and is measured by the distance travelled from the entrance. 25' to 300' - $1.00 per foot from entrance. 300' to 600' - $1.50 per foot beginning at 300'. Over 600' - $2.00 per foot beginning at 600'. Employees may be required to perform any combination of work within the Diving team/crew, (with the exception of dive Supervisor) provided they are paid at the highest rate at which he/she has worked for the shift. L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0.50, And Level C: $0.25. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair: Employees working on a swinging stage or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate. 181 Page City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 (Page left intentionally blank) VERSION 7110125 Project Manual Appendix A Page - 200 City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 Appendix B Asbestos Reports VERSION 7110125 Project Manual Appendix B Page - 201 ASBESTO NORTHWESTS6J" 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 Asbestos Northwest, LLC - Survey Report 30620 Pacific Hwy S, #103, Federal Way, WA 98003 253.941.4343 Survey Location: 1693 Bay St Port Orchard WA Prepared for: Skillings Date: September 18t" 2023 Asbestos Northwest Batch Number: 202313350 Inspector: Sean Butler (#18-9109) E-mail: sea nb asbestosnw.corn �-C- Z=7--- 1 ►_[.YTxK631 ►NT*.U1. MITI Ina Italli:1yjwa:7:111.1:11 Contents ASBESTO NORTHWESTS6J" 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 1. Background Information and Scope of Work............................................................................3 2. Main Building Description.........................................................................................................4 StructuralSystem.....................................................................................................................................4 FinishingMaterials...................................................................................................................................4 Mechanicalsystem...................................................................................................................................4 Electricalsystem.......................................................................................................................................4 Insulation.....................................................................................................................................................4 Roofing........................................................................................................................................................4 Outbuildings...............................................................................................................................................4 3. Material Sampling Information..................................................................................................5 Definitions...................................................................................................................................................5 SurveyMethodology................................................................................................................................5 4. Asbestos Containing Material...................................................................................................7 5. Conclusions.............................................................................................................................8 AppendixA — Certifications.............................................................................................................9 AppendixB — Building Layout.......................................................................................................11 LivingRoom..................................................................................................................................12 Kitchen..........................................................................................................................................12 Bathroom......................................................................................................................................13 Appendix C — Laboratory Report...................................................................................................14 2 ►_[.YTxK631VUSQU1.MITI Ina Italli:1yjwa:7:111.1:11 ASBESTO NORTHWESTS6J" 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 1. Background Information and Scope of Work On September 18t" 2023 Asbestos Northwest, LLC conducted an AHERA survey of the single-family residence located at 1693 Bay St in Port Orchard WA. AHERA-certified building inspector Sean Butler (#18-9109) conducted the survey to determine the presence of Asbestos Containing Materials (ACM's) prior to the demolition of the building as part of a reconfiguration of the property. The home was vacant at the time of the inspection and had been so for some time. It had suffered minor damage from neglect but was generally in good condition. There were two bedrooms on one side of the space, with a single bathroom in the center of the space. The common areas were located on the water side of the space. The building was of unusual construction, built onto wooden piers extending out over the water. There was a wooden deck on the rear of the home but no other structures were associated with this building. This building had been through a series of alterations and repairs in the past. Materials in use were varied as a result. There was no clear distinction between different eras of work or types of materials in use. For the purposes of this inspection the structure was considered to be a single homogenous area. Samples were taken from the interior and exterior of the building. All areas of the buildings were accessible to the inspector, with the exception of the underside due to the tide. See the attached layout drawing with sample locations in Appendix B. Materials were located and sampled following AHERA protocol in 40 CFR 763.86, then analyzed in-house at Asbestos Northwest per 40 CFR 763.86. See section 3 for detailed sampling information. 3 ASBESTOS NORTHWEST LLC SURVEY REPORT ASBESTO NORTHWESTS6J" 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 2. Main Building Description County records indicate that the building was originally constructed in 1935 and had a total finished area of roughly 760ft2 over a single floor. It had two bedrooms and one bathroom all located to one side of the structure. The home appeared to have undergone repairs and alterations over its life, with materials typical for a lower grade home. It was vacant and in good condition at the time of the inspection and will be demolished. Structural System The building was of wood -framed construction, built onto wooden pilings and extending out over the water. It may have been expanded from its original form. Finishing Materials The interior walls and ceilings were finished drywall throughout most of the home. There was wood paneling in the kitchen on some walls. The kitchen and dining area had fibrous ceiling tiles glued in place. No popcorn or other heavy texture products were in use. Flooring was almost entirely carpeting over vinyl, with exposed vinyl present in the kitchen and bathroom. The exterior was clad in wood siding, and the window units were vinyl framed and lacked suspect glazing products. Mechanical system The home had wall mounted electric heaters. There was no central heating system, and no suspect wrap or heat barrier products were in place. Electrical system The electrical system was disabled at the time of the inspection. Visible wiring was a mix of newer rubber insulated material and older woven insulated products. The electrical panel contained breakers and had no suspect backing materials visible. Insulation The home was minimally insulated and had no attic space. No suspect insulation was encountered. Roofing The home had a rolled asphalt roof which appeared to be relatively new. This was applied to wood sheathing. It had a shallow pitch in some areas and was flat in others. Outbuildings There was a simple wooden deck attached to the rear of the home, but no other structures were associated with this residence. s ASBESTOS NORTHWEST LLC SURVEY REPORT ASBESTO NORTHWESTS6J" 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 3. Material Sampling Information Asbestos survey work performed by Asbestos Northwest meets inspection regulatory requirements enforced by federal, state, and local agencies, including Asbestos Hazard Emergency Response Act (AHERA), WAC 296-62-077 (WISHA) and 40 CFR Part 61 (NESHAP) and 29 CFR Part 1926.1101 (OSHA) Definitions Homogenous — Materials with the same appearance, texture, color, and which were applied during the same general construction period. Surfacing Material — Material that has been sprayed -on, troweled -on or otherwise applied to surfaces, such as acoustical plaster, texture and joint compound, and fireproofing materials on structural members. Thermal System Insulation — Material applied to pipes, fittings, boilers, breaching, ducts, and other interior structural components to prevent heat loss or gain. Miscellaneous Material — Building materials such as structural components, structural members or fixtures not included in surfacing and thermal insulation. Survey Methodology Before sampling began, inspectors documented the total surveyed area. A sketch of each space was created, and total square footage was roughly measured. The inspectors then determined the extent of each visible homogenous material throughout the survey area. Materials were classified as surfacing, thermal insulation, or miscellaneous material, and friability was assessed according to AHERA specifications. Materials were sampled according to 40 CFR 763.86. Depending on homogeneity, square footage, and material type, the proper number of samples needed to accurately assess the location and extent of asbestos was determined and collected. At the point of collection, samples were placed in an appropriate container and labeled. Location was noted on the building floor plan, and a description of the material was recorded with the label number. Sampling tools were then wiped clean to prevent contamination between samples. Any suspect debris was sealed. The samples were then counted, and their label numbers were recorded on a chain of custody form. The inspector then signed and released the form to the laboratory with the samples. Samples were analyzed in-house at Asbestos Northwest. Below is a list of all materials sampled. Appendix C contains the laboratory report and analytical results for each sample. 5 ►_G7:lxcl031. ►[elCir:ITIT NaIXMI11;N9VA0:11lelCi1 ASBESTO'' NORTHWESTS 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 Description Material Type Sample Numbers and Locations 1- Kitchen Wall Joint Compound Friable Surfacing 4- Entrance Wall Asbestos Containing Material 7- Living Room Wall 9- Side Bedroom Wall 11- Middle Bedroom Wall Texture/Skim Coat Friable Surfacing 2- Kitchen Wall Asbestos Containing Material 12- Middle Bedroom Wall 5- Bathroom Wall Texture/Skim Coat Friable Surfacing Material 8- Living Room Wall 10- Side Bedroom Wall Non -Friable Layered Vinyl 3- Kitchen Floor Miscellaneous Material Non -Friable Off white Sheet Vinyl 6- Bathroom Floor Miscellaneous Material Non -Friable 6- Bathroom Floor Asphaltic vapor barrier Miscellaneous Material 14- Exterior, Under siding Friable Miscellaneous Ceiling Tile with brown mastic 13- Kitchen Ceiling Material Non -Friable Rolled asphalt 15- Roof Miscellaneous Material ►_[.YTxK631 ►ISOU1.MITI Ina Italli: lwa:7:111.1:11 4. Asbestos Containing Material ASBESTO NORTHWESTS 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 A homogenous material is considered ACM (Asbestos Containing Material) if one or more samples of the material are found to have greater than 1 % asbestos. Analysis can result in both positive and negative conclusions in materials containing less than 10% asbestos, or materials that have very fine asbestos fibers, have been hand mixed, or have asbestos fibers tightly bound in the matrix; therefore, EPA recommends a minimum of three samples be analyzed by PLM for these types of materials. All materials that were sampled during the inspection were analyzed under PLM, EPA Method 600/R-93/116. Laboratory results show that seven of the samples taken contained asbestos. Description and Asbestos Type Material Type and Estimated Quantity Locations 1- Kitchen Wall Joint Compound Friable Surfacing Material 4- Entrance Wall 2% Chrysotile Asbestos --2'000ft2 7- Living Room Wall 9- Side Bedroom Wall 11- Middle Bedroom Wall Friable Miscellaneous Texture/ Skim Coat 2- Kitchen Wall Material 2% Chrysotile Asbestos 12- Middle Bedroom Wall See Conclusions ►_[.YTxK631VUOQU1.MITI Ina Italli:Aylwa:7:111.1:11 5. Conclusions ASBESTO NORTHWESTS6J" 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 All five of the samples of joint compound taken from within the home were found to contain asbestos. These samples were taken from throughout the building, and all drywall in place within the home should be presumed to have this material in place. This material was in good condition at the time of the inspection. Two of the five texture/skim coat samples also contained asbestos. These samples were taken from the kitchen and the middle bedroom. The total extent of this material in use is unknown, the distribution of these samples and the lack of visual differentiation prevents the determination of a specific area of concern. All finished drywall within the home should be treated as having this asbestos containing material in place. None of the other materials sampled during the inspection process were found to contain asbestos. Materials in use within the building were generally simple and were consistent with a residential structure. There was minimal variation throughout the house indicating only limited alterations from the original form. Further materials may be identified during the demolition process that would warrant testing. Any identified asbestos containing material must be abated before demolition can continue. A Certified Asbestos Abatement Contractor must carry out abatement. Different materials require different abatement processes depending on the friability, type of asbestos, and amount of asbestos present. It is important that materials are treated by a Certified Asbestos Abatement Contractor. R1 ►_G7:lxclON►relCir:ITIT MaIXMI11;N9VA0:11901Ci1 Appendix A — Certifications ASBESTO'' NORTHWESTS 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 r• - o � a C o 0 N � wo N R Q N wCc, O zzz Op -m � C/)CID z o 0 N %y / � Q"i o Q cri c i i V a c oa � � o G>� W w a CO o i E (13 7A z � Q rA i o S 0 ® 01 O 0 Pma C zaa- CC �U }i W � U V � O (lS Li �PGE • �b� CU i J 4 °o C 4 woO .CD f^ W CO 060 o a c .� L � o CU rq ++ C Q N cc N m , m o Z �' a ° CU ■ V) U W V n ►_G7' xclCeN►relCir:ITIT NaIXMI11;1,9VA0:11lelCi1 ASBESTO NORTHWESTS 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 21905 64th Ave W, #100 Mountlake Terrace, WA 98043 a rerracoin (206)285-3373 This certifies that £`°'°' Sean T. Butler has satisfactorily completed 4 hours of online refresher traininq as an AHERA Building Inspector to comply with the training requirements of TSCA Title II, 40 CFR 763 (AHERA) �..,� EPA Provider # 1085 Instructor- Tracy Bockla Date: Apr 25, 2023 Expires in 1 year. Cert. Num: 189109 10 ►_G7:lxclON►relCir:ITIT MaIXMI11;N9VA0:11901Ci1 ASBESTO'' NORTHWESTS 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 Appendix B — Building Layout .14 • 0,.5'De!i40' CAh �'�+�,�in0 SG-MOIO'C.MOv-% • orb eAo5 8 a ,Sow 0f, I O CV%� or 11 ►_G7:lxclON►relCir:ITIT MaIXMIIJ;N9VA0:11901Ci1 Living Room Kitchen 12 ASBESTO NORTHWESTS 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 ►_G7:lxclON►relCi1:ITIT MaIXMI11;N9VA0:11901Ci1 Roof 13 ASBESTO NORTHWESTS 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 ASBESTOS NORTHWEST LLC SURVEY REPORT ASBESTO NORTHWESTS6" 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 Appendix C — Laboratory Report NORTBHWE�ST Asbestos NW Batch# 202313350 30620 Pacific Hwy S. #103, Federal Way, WA 98003 (253) 941-4343 NVLAP Lab Code: 200993-0 Bulk Samples Chain of Custody (EPA 600/R-93/116) Name/Company: Skillings Date 9/18/2023 Address: 5016 Lacey Blvd SE Lacey WA 98503 Phone: 360 455 3147 E-mail: smolamphy@skillinas.com Project Manager: Sean Molamphy _ Prr�ect # Project Location: 1693 Bay St Port Orchard WA Number of Samples: 15 Ti irn nr— inrl tin— 77 # Sample ID Description Location/Comments 1 1 Joint Compound Kitchen Wall 2 2 Texture Kitchen Wall 3 3 Layered Vinyl Kitchen Floor 4 4 Joint Compound Entrance Wall 5 5 Texture Bathroom Wall 6 6 Vinyl and Tar Paper Bathroom Floor 7 7 Joint Compound Living Room Wall 8 8 Texture Living Room Wall 9 9 Joint Compound Side Bedroom Wall 10 10 Texture Side Bedroom Wall 11 11 Joint Compound Middle Bedroom Wall 12 12 Texture Middle Bedroom Wall 13 13 Fibrous Ceiling Tiles and Black Mastic Kitchen Ceiling 14 14 Tar Paper Under Siding 15 15 Rolled Asphalt Roof 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 hrint 51gn Gompanv Date Time Sampled by: Sean Butler '�-- Asbestos Northwest 9/18/2023 9:OOAM Relinquished by: Delivered by: Sean Butler Asbestos Northwest 9/18/2023 8:OOAM Accepted by: Dan Lafley I Asbestos Northwest 9/1 /20 3 8 00AM Analyzed by: _�. ] Asbestos Northwest —I I9 125 3; 14 ►_[.YTxK*31VNy;u1.WTI Ina IEMIR 1.1yjwa:1:1111.1:11 AS13ESTOS NORTHWEST Asbestos Northwest, LLC 30620 Pacific Hwy S, # 103, Federal Way, WA 98003 Ph: (253) 941-4343 ASBESTO NORTHWESTS6J" 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 addax9) TESTING NVIAP LAB CODE 200993-0 Batch Number: 202313350 PLM Analysis by EPA Method 600/M4-82-020 and 600/R-93/116 This report must not be used by the Client to claim product certification, approval, or endorsement by NVLAP, NIST, or any agency of the U.S. Government. Attn: Sean Molamphy Date Received: 9/19/2023 Skillings Date Analyzed: 9/19/2023 5016 Lacey Blvd SE Lacey WA 98503 Samples Received: 15 Samples Analyzed: 15 Location: 1693 Bay St Port Orchard WA Client Sample Lab Sample Layer Description Matrix % Non -Asbestos % Asbestos Fibers ID ID Fibers and Type 1 1 White powdery material with Binder/filler, o 3 /o Cellulose None Detected paint Paint 2 White powdery material with Filler/binder 12% Cellulose 2% Chrysotile paper White chalky material with Filller/bider, 3 paper Gypsum 25% Cellulose None Detected 1 White powdery material with Binder/filler, o 3/o Cellulose 2% Chrysotile paint Paint 2 White chalky material with Filer, 25% Cellulose None Detected paper Gypsum 1 White sheet vinyl Vinyl/binder None Detected None Detected Gray fibrous material with Filler, 2 mastic Mastic/binder 5 5 % Cellulose None Detected 3 Yellow sheet vinyl Vinyl/binder None Detected None Detected 4 Gray fibrous material with Filler, 40% Cellulose, None Detected mastic Mastic/binder Glass fibers I 1 White powdery material with Binder/filler, 10% Cellulose 2% Chrysotile paint and paper Paint 2 White chalkymmaterial with Filler/binder, 25% Cellulose None Detected paper Gypsumer, Analyzed by: Dan Lafley Report Page 1 15 Reviewed by: Cathy Butler(^ &�4f ` / ►_[.YTxK631 VISQU1.►,d xnaIEMIR : lwa:1:1111.1:11 ASBESTOS: + � NORTH1R/ES'SNA Asbestos Northwest, LLC 30620 Pacific Hwy S, # 103, Federal Way, WA 98003 Ph: (253) 941-4343 ASBESTO NORTHWESTS6J" 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 Kxdgr resnrvc NVLAP LAB CODE 200993-0 Batch Number: 202313350 PLM Analysis by EPA Method 600/M4-82-020 and 600/R-93/116 This report must not be used by the Client to claim product certification, approval, or endorsement by NVLAP, NIST, or any agency of the U.S. Government. Attn: Sean Molamphy Date Received: 9/19/2023 Skillings Date Analyzed: 9/19/2023 5016 Lacey Blvd SE Lacey WA 98503 Samples Received: 15 Samples Analyzed: 15 Location: 1693 Bay St Port Orchard NVA Client Sample Lab Sample Layer Description Matrix % Non -Asbestos % Asbestos Fibers ID ID Fibers and Type 1 White powdery material with Binder/filler, 3% Cellulose None Detected paint Paint 2 White chalky material with Filler/binder, 25% Cellulose None Detected paper Gypsum 6 1 Off whits sheet vinyl Vinyl/binder None Detected None Detected 2 Gray fibrous material with Filler, 55% Cellulose None Detected mastic Mastic/binder 3 Brown wood Wood None Detected None Detected Aggregates 4 Black asphaltic fibrous Asphalt/binder o 40%Cellulose None Detected material 1 White powdery material with Binder/filler, o 10%Cellulose 0 2 /o Chrysotile paint and paper Paint 2 White chalkmaterial with Filllerlbitnder, 25% Cellulose None Detected paper yp S 1 White powdery material with Binder/filler, o 3/oCellulose None Detected paint Paint .... ..... .... ...................... 2 ..... .... ....... .... _.... .... _...... ..... ...... ..... ..... .... ..... .... ...... ..... .................................. with White chalkypaper ...... ..... .... .... ..... ..... ..... .............., Filer, ... _........ ......... ...... ....,...,......_...,.... ...... 25% Cellulose .... ,....,............. _... ........ ..... ...... ............... .... .... None Detected Gypsummaterial q 1 White powdery material with Binder/filler, 10% Cellulose 2% Chrysotile paint and paper Paint I Analyzed by: Dan Lafley Report Page 2 16 Reviewed by: Cathy Butler(^ &�4f ` / ►_[.YTxK*31VNy;u1.WTI Ina IEMIR 1.1yjwa:7:1111.1:11 ASaE 1O5 NORTHWEST Asbestos Northwest, LLC 30620 Pacific Hwy S, # 103, Federal Way, WA 98003 Ph: (253) 941-4343 ASBESTO NORTHWESTS6J" 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 adda. 9) TESTING NVIAP LAB CODE 200993-0 Batch Number: 202313350 PLM Analysis by EPA Method 600/M4-82-020 and 600/R-93/116 This report must not be used by the Client to claim product certification, approval, or endorsement by NVLAP, NIST, or any agency of the U.S. Government. Attn: Sean Molamphy Date Received: 9/19/2023 Skillings Date Analyzed: 9/19/2023 5016 Lacey Blvd SE Lacey WA 98503 Samples Received: 15 Samples Analyzed: 15 Location: 1693 Bay St Port Orchard NVA Client Sample Lab Sample Layer Description Matrix % Non -Asbestos % Asbestos Fibers ID ID Fibers and Type 2 White chalky with Filer, 25% Cellulose None Detected paper Gypsummaterial 10 1 White chalky material with Filler/binder, 25% Cellulose None Detected paint and paper Gypsum, Paint I I I White powdery material with Binder/filler, o 10%Cellulose 0 /o 2 Chrysotile paint and paper Paint 2 White chalky material with Filler/binder, 25% Cellulose None Detected paper yP 1 ? I White powdery material with Binder/filler, o 3 /o Cellulose 0 2 /o Chrysotile paint Paint 2 White chalky with Filer 25% Cellulose None Detected paper Gypsum I ; I Brown fibrous material with Filler, Paint 90% Cellulose None Detected paint 2 Brown mastic Mastic/binder 3% Cellulose None Detected I t I Black asphaltic fibrous Asphalt/binder o 60%Cellulose None Detected material I > I Black asphaltic material with Asphalt/binder, o 5 /o Cellulose None Detected sand Sand 2 Black asphaltic material with Asphalt/binder, 10% Cellulose, sand Sand Glass fibers None Detected Analyzed by: Dan Lafley Report Page 3 17 Reviewed by: Cathy Butler(AN &�4f ` / ►_[.YTxK*31VNy;u1.WTI Ina IEMIR 1.1yjwa:7:1111.1:11 ASBESTOS... NORT1 WESTi1 Asbestos Northwest, LLC 30620 Pacific Hwy S, # 103, Federal Way, WA 98003 Ph: (253) 941-4343 ASBESTO NORTHWESTS6J" 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 addax9) TESTING NVIAP LAB CODE 200993-0 Batch Number: 202313350 PLM Analysis by EPA Method 600/M4-82-020 and 600/R-93/116 This report must not be used by the Client to claim product certification, approval, or endorsement by NVLAP, NIST, or any agency of the U.S. Government. Attn: Sean Molamphy Date Received: 9/19/2023 Skillings Date Analyzed: 9/19/2023 5016 Lacey Blvd SE Lacey WA 98503 Samples Received: 15 Samples Analyzed: 15 Location: 1693 Bay St Port Orchard WA Client Sample Lab Sample Layer Description Matrix % Non -Asbestos % Asbestos Fibers ID ID Fibers and Type 3 Black asphaltic fibrous Asphaltfbinder D 25 /o Cellulose None Detected material Analyzed by: Dan Lafley Report Page 4 18 Reviewed by: Cathy Butler(^ &�4f ASBESTO NORTHWESTSAA" 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 Asbestos Northwest, LLC - Survey Report 30620 Pacific Hwy S, #103, Federal Way, WA 98003 253.941.4343 Survey Location: 1699 Bay St Port Orchard WA Prepared for: Skillings Date: September 18t" 2023 Asbestos Northwest Batch Number: 202313351 Inspector: Sean Butler (#18-9109) E-mail: sea n b(o-)_asbestosnw. com 1 ►_[.YTxK*31UUOQU1.MITI Ina Italli:1yjwa:7:111.1:11 Contents ASBESTO NORTHWESTS6J" 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 1. Background Information and Scope of Work............................................................................3 2. Main Building Description.........................................................................................................4 StructuralSystem.....................................................................................................................................4 FinishingMaterials...................................................................................................................................4 Mechanicalsystem...................................................................................................................................4 Electricalsystem.......................................................................................................................................4 Insulation.....................................................................................................................................................4 Roofing........................................................................................................................................................4 3. Material Sampling Information..................................................................................................5 Definitions...................................................................................................................................................5 SurveyMethodology................................................................................................................................5 4. Asbestos Containing Material...................................................................................................7 5. Conclusions.............................................................................................................................8 AppendixA — Certifications.............................................................................................................9 Appendix B — Building Layout.......................................................................................................11 LivingRoom..................................................................................................................................12 Kitchen..........................................................................................................................................12 MiddleBedroom............................................................................................................................13 Bathroom......................................................................................................................................13 Garage..........................................................................................................................................14 AtticVermiculite............................................................................................................................14 Appendix C — Laboratory Report...................................................................................................15 2 ►_[.YTxK631VUSQU1.MITI Ina Italli:1yjwa:7:111.1:11 ASBESTO NORTHWESTS6J" 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 1. Background Information and Scope of Work On September 18t" 2023 Asbestos Northwest, LLC conducted an AHERA survey of the single-family residence located at 1699 Bay St in Port Orchard WA. AHERA-certified building inspector Sean Butler (#18-9109) conducted the survey to determine the presence of Asbestos Containing Materials (ACM's) prior to the demolition of the building as part of a reconfiguration of the property. The home was vacant at the time of the inspection and had been so for some time. It had suffered minor damage from neglect but was generally in good condition. The building had been expanded in an unconventional manner leading to a layout that was atypical. It had a single bathroom and appeared to have had two bedrooms, with common areas located to the rear of the space. A small garage was attached to the side with a covered boat storage area to the rear. The home was constructed on pilings and extended over the water. There was no access to the underside at the time of the inspection. A deck wrapped around the side and rear of the building but there were no other structures associated with this residence. This building had been through a series of alterations and repairs in the past. Materials in use were varied as a result. There was no clear distinction between different eras of work or types of materials in use. For the purposes of this inspection the structure was considered to be a single homogenous area. Samples were taken from the interior and exterior of the building. All areas of the buildings were accessible to the inspector with the exception of the underside. See the attached layout drawing with sample locations in Appendix B. Materials were located and sampled following AHERA protocol in 40 CFR 763.86, then analyzed in-house at Asbestos Northwest per 40 CFR 763.86. See section 3 for detailed sampling information. 3 ASBESTOS NORTHWEST LLC SURVEY REPORT ASBESTO NORTHWESTS6J" 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 2. Main Building Description County records indicate that the building was originally constructed in 1930 and had a total finished area of roughly 1260ft2 over a single floor. It had two bedrooms and one bathroom, with common areas split between the front and rear of the building. It was unconventional in layout and had been through extensive alterations in the past. Materials in use were very simple and the home lacked many of the materials subject to asbestos testing. The home was vacant and will be demolished. Structural System The building was of wood -framed construction, built onto wooden pilings and extending out over the water. It had been expanded to the side and the rear, possibly in several stages. Finishing Materials The interior walls and ceilings were wood paneled throughout the building, with the exception of some unfinished drywall in the garage. These wood walls and ceilings had been wallpapered and painted, but no texture, popcorn or plaster materials were present within the building. Flooring was carpet over wood in most areas, with vinyl in the kitchen, bathroom and back entrance. The exterior was originally wood sided, this was covered with vinyl. Asphaltic siding panels were also present on the gable ends under the vinyl siding. Windows were vinyl framed and lacked suspect glazing materials. Mechanical system The home had wall mounted electric heaters. There was no indication of a forced air heating system having been in place in the past, and no suspect wrap or heat barrier products were encountered. Electrical system The electrical system was disabled at the time of the inspection. Visible wiring was a mix of newer rubber insulated material and older woven insulated products. The electrical panels contained breakers and had no suspect backing materials visible. Insulation The home had vermiculite insulation in the attic space. This had been covered by cellulose panels. Some fiberglass was also present. Roofing The home had a flat rolled asphaltic roof over most of its area, while the garage had a pitched roof of asphaltic shingles. The original portion of the residence had a pitched roof of metal panels over wood shake. s ASBESTOS NORTHWEST LLC SURVEY REPORT ASBESTO NORTHWESTS6J" 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 3. Material Sampling Information Asbestos survey work performed by Asbestos Northwest meets inspection regulatory requirements enforced by federal, state, and local agencies, including Asbestos Hazard Emergency Response Act (AHERA), WAC 296-62-077 (WISHA) and 40 CFR Part 61 (NESHAP) and 29 CFR Part 1926.1101 (OSHA) Definitions Homogenous — Materials with the same appearance, texture, color, and which were applied during the same general construction period. Surfacing Material — Material that has been sprayed -on, troweled -on or otherwise applied to surfaces, such as acoustical plaster, texture and joint compound, and fireproofing materials on structural members. Thermal System Insulation — Material applied to pipes, fittings, boilers, breaching, ducts, and other interior structural components to prevent heat loss or gain. Miscellaneous Material — Building materials such as structural components, structural members or fixtures not included in surfacing and thermal insulation. Survey Methodology Before sampling began, inspectors documented the total surveyed area. A sketch of each space was created, and total square footage was roughly measured. The inspectors then determined the extent of each visible homogenous material throughout the survey area. Materials were classified as surfacing, thermal insulation, or miscellaneous material, and friability was assessed according to AHERA specifications. Materials were sampled according to 40 CFR 763.86. Depending on homogeneity, square footage, and material type, the proper number of samples needed to accurately assess the location and extent of asbestos was determined and collected. At the point of collection, samples were placed in an appropriate container and labeled. Location was noted on the building floor plan, and a description of the material was recorded with the label number. Sampling tools were then wiped clean to prevent contamination between samples. Any suspect debris was sealed. The samples were then counted, and their label numbers were recorded on a chain of custody form. The inspector then signed and released the form to the laboratory with the samples. Samples were analyzed in-house at Asbestos Northwest. Below is a list of all materials sampled. Appendix C contains the laboratory report and analytical results for each sample. 5 ►_G7 :l xcl ON ► [el Ci r : ITI 61 a I XMI11;N9 VA 0 :11 lel Ci 1 ASBESTO'' NORTHWESTS 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 Description Material Type Sample Numbers and Locations Non -Friable Miscellaneous Beige sheet Vinyl 5-Back Entrance Floor Material Non -Friable Miscellaneous 6-Kitchen Floor White Sheet Vinyl Material 7-Bathroom Floor Brown Fibrous Insulation Friable Miscellaneous Material 1-Attic Vermiculite Friable Miscellaneous Material 1-Attic Asbestos Containing Non -Friable Miscellaneous Layered Asphaltic Roofing 2- Flat Roof Area Material Non -Friable Miscellaneous 3- Garage Roof Asphaltic Shingle Material 4- Gable End Under Vinyl Siding ►_G7:lxclCeN►[elCir:ITIT NaIXMI11;N9VA0:11lelCi1 4. Asbestos Containing Material ASBESTO'' NORTHWESTS 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 A homogenous material is considered ACM (Asbestos Containing Material) if one or more samples of the material are found to have greater than 1 % asbestos. Analysis can result in both positive and negative conclusions in materials containing less than 10% asbestos, or materials that have very fine asbestos fibers, have been hand mixed, or have asbestos fibers tightly bound in the matrix; therefore, EPA recommends a minimum of three samples be analyzed by PLM for these types of materials. All materials that were sampled during the inspection were analyzed under PLM, EPA Method 600/R-93/116. Laboratory results show that one of the samples taken contained asbestos. Description and Asbestos Material Type and Estimated Locations Type Quantity Vermiculite Friable Miscellaneous Contains 2% Material 1-Attic Tremolite/Actinolite -750ft2 7 ►_G7:lxclON►relCir:ITIT NaIXMI11RVIVA0:11901Ci1 5. Conclusions ASBESTO'' NORTHWESTS 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 Asbestos containing vermiculite insulation is present throughout the attic space in the original portion of the building. This material was in place in large quantities, filling the space between the joists completely. It had been covered with additional cellulose insulation panels. None of the other materials sampled during the inspection process were found to contain asbestos. Materials in use within the building were generally simple and were consistent with a residential structure. The home lacked many of the suspect building materials often encountered in residences, such as finished drywall, plaster or acoustic ceiling products. It was constructed almost entirely of wood. Further materials may be identified during the demolition process that would warrant testing. Any identified asbestos containing material must be abated before demolition can continue. A Certified Asbestos Abatement Contractor must carry out abatement. Different materials require different abatement processes depending on the friability, type of asbestos, and amount of asbestos present. It is important that materials are treated by a Certified Asbestos Abatement Contractor. ►_G7:lxclON►relCir:ITIT MaIXMI11;N9VA0:11901Ci1 Appendix A — Certifications ASBESTO'' NORTHWESTS 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 r• - o � a C o 0 N � wo N R Q N wCc, O zzz Op -m � C/)CID z o 0 N %y / � Q"i o Q cri c i i V a c oa � � o G>� W w a CO o i E (13 7A z � Q rA i o S 0 ® 01 O 0 Pma C zaa- CC �U }i W � U V � O (lS Li �PGE • �b� CU i J 4 °o C 4 woO .CD f^ W CO 060 o a c .� L � o CU rq ++ C Q N cc N m , m o Z �' a ° CU ■ V) U W V n ►_G7' xclCeN►relCir:ITIT NaIXMI11;1,9VA0:11lelCi1 ASBESTO'' NORTHWESTS 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 21905 64th Ave W, #100 Mountlake Terrace, WA 98043 a rerracoin (206)285-3373 This certifies that £`°'°' Sean T. Butler has satisfactorily completed 4 hours of online refresher traininq as an AHERA Building Inspector to comply with the training requirements of TSCA Title II, 40 CFR 763 (AHERA) �..,� EPA Provider # 1085 Instructor- Tracy Bockla Date: Apr 25, 2023 Expires in 1 year. Cert. Num: 189109 10 ►_G7:lxclON►relCir:ITIT MaIXMI11;N9VA0:11901Ci1 Appendix B — Building Layout -gook L, ASBESTO NORTHWESTS6" 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 • 0�5�)e5l-cs C9n Iv'%t SCP-m04 �o Cd6o►' • crsb e5)l'os 50,M fAe I o C,A�- or 11 ►_G7:lxclON►relCir:ITIT MaIXMIIJ;N9VA0:11901Ci1 Living Room Kitchen 12 ASBESTO NORTHWESTS 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 ►_G7:lxclON►relCir:ITIT NaIXMI11;N9VA0:11901Ci1 Middle Bedroom Bathroom 13 ASBESTO NORTHWESTS 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 ►_G7:lxclON►relCir:ITIT MaIXMI11;N9VA0:11901Ci1 Garage Attic Vermiculite 14 ASBESTO NORTHWESTS 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 ►_G7:lxd031. ►relCir:ITI x1aIXMI11;N9VA0:1901C11 Appendix C — Laboratory Report ASBESTO NORTHWESTS6" 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 NORTBHWE�ST Asbestos NW Batch# 202313351 30620 Pacific Hwy S. #103, Federal Way, WA 98003 (253) 941-4343 NVLAP Lab Code: 200993-0 Bulk Samples Chain of Custody (EPA 600/R-93/116) Name/Company: Skillings Date 9/18/2023 Address 5016 Lacey Blvd SE Lacey WA 98503 Phone 360 455 3147 E-mail: smolamphy@skillines.com Project Manager. Sean MolamphY _ Project # Project Location: 1699 Bay St Port Orchard WA Number of Samples: 7 Tiirn around times 72 # Sample ID Description Location/Comments 1 1 Vermiculite and Brown Fibrous Insulation Attic 2 2 Rolled Asphalt Flat Roof Area 3 3 Layered Asphaltic Shingle and Tar Paper Garage Roof 4 4 Asphaltic Siding Gable End Under Vinyl Siding 5 5 Beige Vinyl Back Entrance Floor 6 6 White Sheet Vinyl Kitchen Floor 7 7 White Sheet Vinyl Bathroom Floor 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 Print /y Nion I.omDanv uate I ime Sampled by: Sean Butler Asbestos Northwest 9/18/2023 10 OOAM Relinquished by: Sean Butler Delivered by: Asbestos Northwest 9/18/2023 8 OOAM Accepted by: Dan Lafley Asbestos Northwest 9/1 /20 3 &00AM Analyzed by: --I—Asbestos Northwest -1 I I :'q5 15 ►_G7:lxcl031. 01r lCir:ITI 61aIXMI11;N9ZA0:1901t11 ASBESTO NORTHWESTS 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 NORTBHWEST Asbestos Northwest, LLC a�dQ� TESTING 30620 Pacific Hwy S, #103, Federal Way, WA 98003 NVLAP LAB CODE 200493-0 Ph: (253) 9414343 Batch Number: 202313351 PLM Analysis by EPA Method 600/M4-82-020 and 600/R-93/116 This report must not be used by the client to claim product certification, approval, or endorsement by NVLAP, NISI, or any agency of the U.S. Government. Attn: Sean Molamphy Skillings 5016 Lacey Blvd SE Lacey WA 98503 Location: 1699 Bay St Port Orchard WA Date Received: 9/19/2023 Date Analyzed: 9/20/2023 Samples Received: 7 Samples Analyzed: 7 Client Sample Lab Sample I"""''� Description Matrix % Non -Asbestos % Asbestos Fibers ID ID Fibers and Type I Gray fibrous material I illcr i>"4, Cellulose None Detected Vermiculite None Detected 2% Tre, Brown soft/lumpy material Actinoliteolite - I Black asphaltic material AsphaWbinder 3% Cellulose None Detected Black asphaltic fibrous material Asphalt/binder 25% Cellulose None Detected Black asphaltic material Asphalt/binder 10% Cellulose. None Detected Glass fibers Black asphaltic material with Asphalt/binder, sand Sand 5% Cellulose None Detected Black asphaltic material with Asphalt/binder. sand Sand 10%Cellulo„c None Detected Black asphaltic fibrous material Asphalt/binder 20"1, c 'VIILl1 „r None Detected 4 Black asphaltic material with Asphalt/binder. sand Sand 3%Cellulose None Detected Black asphaltic fibrous Asphalt/binder 20% Cellulose, -Glass None Detected material Fibers At/_ - Analyzed by: Dan Lafley r '' Report Page I 16 Reviewed by: Cathy Butler . ►_G7:lx0111031►r.1t11:ITIM61aIX c1:1;N9a'A::1901.11 ASBESTO NORTHWESTS 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 ASBESTOS NORTHWEST aid L Asbestos Northwest, LLC Uv TETESTINGw 30620 Pacific Hwy S, #103, Federal Way, WA 98003 NVLAV LAB CODE 200993 0 Ph: (253) 941-4343 Batch Number: 202313351 FILM Analysis by EPA Method 600/M4-82-020 and 600/R-93/116 This report must not be used by the client to claim product certification, approval, or endorsement by NVLAP, NISI, or any agency of the U.S. Government. Attn: Sean Molamphy Skillings 5016 Lacey Blvd SE Lacey WA 98503 Location: 1699 Bay St Port Orchard WA Date Received: 9/19/2023 Date Analyzed: 9/20/2023 Samples Received: 7 Samples Analyzed: 7 Client Sample ID Lab Sample ID Layer Description Matrix % Non -Asbestos Fibers % Asbestos Fibers and Type 4 I Black asphaltic material with sand Asphalt/binder. Sand 3% Cellulose, Glass fibers _ None Detected Black asphaltic fibrous material Asphalt/binder 25% Cellulose 'None Detected 5 I Beige sheet vinyl Vinyl/binder None Detected lone Detected Gray fibrous material ith mastic Filler, Mastic/binder 50% Cellulose None Detected 6 1 Black and white sheet vinyl Vinyl/binder None Detected None Detected Filler, Mastic/binder 55%Cellulose, Glass fibers None Detected Gray fibrous material with mastic 7 1 Black and white sheet vinyl Vinyl/binder None Detected None Detected None Detected Gray fibrous material with mastic Filler, Mastic/binder 55/o Cellulose, Glass fibers Analyzed by: Dan Lafley C- t Report Page 2 17 Reviewed by: Cathy Butler(A l WQj ASBESTO NORTHWESTS6J" 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 Asbestos Northwest, LLC - Survey Report 30620 Pacific Hwy S, #103, Federal Way, WA 98003 253.941.4343 -d 7L Survey Location: 1763 Bay St Port Orchard WA Prepared for: Skillings Date: September 18t" 2023 Asbestos Northwest Batch Number: 202313352 Inspector: Sean Butler (#18-9109) E-mail- sea nb asbestosnw.corn sG� � 1 ►_[.YTxK631VIOTM1.MITI Ina Italli:1yjwa:7:111.1:11 Contents ASBESTO NORTHWESTS6J" 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 1. Background Information and Scope of Work............................................................................3 2. Main Building Description.........................................................................................................4 StructuralSystem.....................................................................................................................................4 FinishingMaterials...................................................................................................................................4 Mechanicalsystem...................................................................................................................................4 Electricalsystem.......................................................................................................................................4 Insulation.....................................................................................................................................................4 Roofing........................................................................................................................................................4 3. Material Sampling Information..................................................................................................5 Definitions...................................................................................................................................................5 SurveyMethodology................................................................................................................................5 4. Asbestos Containing Material...................................................................................................7 5. Conclusions.............................................................................................................................8 AppendixA — Certifications.............................................................................................................9 Appendix B — Building Layout.......................................................................................................11 LivingRoom..................................................................................................................................12 Kitchen..........................................................................................................................................12 UpstairsBedroom.........................................................................................................................13 MainBathroom..............................................................................................................................13 EndRoom.....................................................................................................................................14 Roof..............................................................................................................................................14 Appendix C — Laboratory Report...................................................................................................15 2 ►_[.YTxK631VUSQU1.MITI Ina Italli:1yjwa:7:111.1:11 ASBESTO NORTHWESTS6J" 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 1. Background Information and Scope of Work On September 18t" 2023 Asbestos Northwest, LLC conducted an AHERA survey of the single-family residence located at 1763 Bay St in Port Orchard WA. AHERA-certified building inspector Sean Butler (#18-9109) conducted the survey to determine the presence of Asbestos Containing Materials (ACM's) prior to the demolition of the building as part of a reconfiguration of the property. The home was vacant at the time of the inspection and had been so for some time. It had suffered minor damage from neglect and mold was present throughout the main floor of the space. There were two bedrooms upstairs, two bathrooms on the main floor, and what may have been an additional bedroom in the former garage space. The layout was somewhat unconventional and showed evidence of expansion and alteration in several stages. The home was constructed on wooden pilings extending out over the water. It lacked a conventional yard but had a large wooden deck constructed onto the rear of the building. There were no other structures associated with this residence. This building had been through a series of alterations and repairs in the past. Materials in use were varied as a result. There was no clear distinction between different eras of work or types of materials in use. For the purposes of this inspection the structure was considered to be a single homogenous area. Samples were taken from the interior and exterior of the building. All areas of the buildings were accessible to the inspector with the exception of the underside due to the tide. See the attached layout drawing with sample locations in Appendix B. Materials were located and sampled following AHERA protocol in 40 CFR 763.86, then analyzed in-house at Asbestos Northwest per 40 CFR 763.86. See section 3 for detailed sampling information. 3 ASBESTOS NORTHWEST LLC SURVEY REPORT ASBESTO NORTHWESTS6J" 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 2. Main Building Description County records indicate that the building was originally constructed in 1943 and had a total finished area of roughly 1,056ft2 over two floors. There was a pair of bedrooms on the top floor, with one more on the main level. The home had two bathrooms and large common areas facing the water. It was vacant and had been so for some time. Mold was present throughout the main level. The building had been expanded in stages. It will be demolished to make way for a larger redevelopment project. Structural System The building was of wood -framed construction, on wooded pilings extended out over the water. Finishing Materials The interior walls and ceilings were finished drywall throughout the interior. Popcorn ceiling texture was present in the common areas and small bathroom on the main floor, but nowhere else. No plasterwork was present. Flooring was mostly carpet, with vinyl in one upstairs bedroom, the laundry, kitchen, small bathroom and former garage space. The exterior was clad in wood siding, and the window units were modern vinyl framed versions lacking suspect glazing materials. Mechanical system The home had wall mounted electric heaters. No central heating system was in place, and no suspect wrap or heat barrier materials were encountered. Electrical system The electrical system was disabled at the time of the inspection. Visible wiring was modern rubber insulated types. The electrical panel contained breakers and had no suspect backing materials visible. Insulation The home had some fiberglass insulation in place. No vermiculite or other suspect insulation products were encountered. Roofing The home had an asphaltic shingle roof over the original portion of the residence, while the side of the home including the former garage had a flat roof of rolled asphalt. No silver paint was present, and the roof appeared to be relatively new. s ASBESTOS NORTHWEST LLC SURVEY REPORT ASBESTO NORTHWESTS6J" 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 3. Material Sampling Information Asbestos survey work performed by Asbestos Northwest meets inspection regulatory requirements enforced by federal, state, and local agencies, including Asbestos Hazard Emergency Response Act (AHERA), WAC 296-62-077 (WISHA) and 40 CFR Part 61 (NESHAP) and 29 CFR Part 1926.1101 (OSHA) Definitions Homogenous — Materials with the same appearance, texture, color, and which were applied during the same general construction period. Surfacing Material — Material that has been sprayed -on, troweled -on or otherwise applied to surfaces, such as acoustical plaster, texture and joint compound, and fireproofing materials on structural members. Thermal System Insulation — Material applied to pipes, fittings, boilers, breaching, ducts, and other interior structural components to prevent heat loss or gain. Miscellaneous Material — Building materials such as structural components, structural members or fixtures not included in surfacing and thermal insulation. Survey Methodology Before sampling began, inspectors documented the total surveyed area. A sketch of each space was created, and total square footage was roughly measured. The inspectors then determined the extent of each visible homogenous material throughout the survey area. Materials were classified as surfacing, thermal insulation, or miscellaneous material, and friability was assessed according to AHERA specifications. Materials were sampled according to 40 CFR 763.86. Depending on homogeneity, square footage, and material type, the proper number of samples needed to accurately assess the location and extent of asbestos was determined and collected. At the point of collection, samples were placed in an appropriate container and labeled. Location was noted on the building floor plan, and a description of the material was recorded with the label number. Sampling tools were then wiped clean to prevent contamination between samples. Any suspect debris was sealed. The samples were then counted, and their label numbers were recorded on a chain of custody form. The inspector then signed and released the form to the laboratory with the samples. Samples were analyzed in-house at Asbestos Northwest. Below is a list of all materials sampled. Appendix C contains the laboratory report and analytical results for each sample. 5 ►_G7' xclON►[.lCir:ITI 61aIXMI11;N9VA0:11901C11 ASBESTO'' NORTHWESTS 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 Description Material Type Sample Numbers and Locations Popcorn Ceiling Friable Surfacing 1- Small Bathroom Ceiling Asbestos Containing Material 2- Main Living Room Ceiling 3- Side Living Room Ceiling 4- Upstairs Front Bedroom Wall Joint Compound Friable Surfacing 7- Main Bathroom Wall Asbestos Containing Material 10- Kitchen Wall 13- Main Living Room Wall 16- End Room Wall 5- Upstairs Back Bedroom Wall 8- Laundry Wall Texture Friable Surfacing Material 11- Kitchen Wall 14- Small Bathroom Wall 17- End Room Wall Floral Sheet Vinyl Non -Friable Miscellaneous 6- Upstairs Back Bedroom Floor Material Layered Vinyl Non -Friable 9- Laundry Floor Asbestos Containing Miscellaneous Material Layered Vinyl Non -Friable Miscellaneous 12- Kitchen Floor Material White Sheet Vinyl Non -Friable Miscellaneous 15- Small Bathroom Floor Material Beige Sheet Vinyl Non -Friable Miscellaneous 18- End Room Floor Material Asphaltic Shingle and Tar Non -Friable Miscellaneous 19- Main Roof Paper Material Rolled Asphaltic Roofing Non -Friable Miscellaneous 20- Side Roof Material ►_G7 :l xcl ON ► [el Ci r : ITI 61 a I XMI11;N9 VA 0 :1 lel Ci 1 4. Asbestos Containing Material ASBESTO'' NORTHWESTS 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 A homogenous material is considered ACM (Asbestos Containing Material) if one or more samples of the material are found to have greater than 1 % asbestos. Analysis can result in both positive and negative conclusions in materials containing less than 10% asbestos, or materials that have very fine asbestos fibers, have been hand mixed, or have asbestos fibers tightly bound in the matrix; therefore, EPA recommends a minimum of three samples be analyzed by PLM for these types of materials. All materials that were sampled during the inspection were analyzed under PLM, EPA Method 600/R-93/116. Laboratory results show that nine of the samples taken contained asbestos, in varying concentrations. Description and Asbestos Material Type and Estimated Locations Type Quantity Popcorn Friable Surfacing Material 1- Small Bathroom Ceiling o 10 /o Chrysotile -420ft2 2- Main Living Room Ceiling Asbestos 3- Side Living Room Ceiling 4- Upstairs Front Bedroom Wall Joint Compound Friable Surfacing Material 7- Main Bathroom Wall 2% Chrysotile Asbestos -2,300ft2 10- Kitchen Wall 13- Main Living Room Wall 16- End Room Wall Sheet Vinyl Backing Non -Friable Miscellaneous 55% Chrysotile Material 9- Laundry Floor Asbestos -80ft2 7 ►_[.YTxK631VUOQU1.MITI Ina Italli:Aylwa:7:111.1:11 5. Conclusions ASBESTO NORTHWESTS6J" 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 All three samples of popcorn ceiling taken from within the home were found to contain asbestos. This material is in place in the entrance, both living rooms, and the small bathroom. It had not been applied in any of the other rooms. All five samples of joint compound taken from within the home were found to contain asbestos. These samples were taken from throughout the building, and all drywall in place within the home should be presumed to have this material in place. This material was in good condition at the time of the inspection. Asbestos containing sheet vinyl is in place in the laundry room area of the home. It was in place below several other flooring materials, all of which were asbestos free. None of the other flooring products in the home were found to contain asbestos. None of the other materials sampled during the inspection process were found to contain asbestos. Materials in use within the building were generally simple and were consistent with a residential structure. There was minimal variation throughout the house indicating an extensive prior remodel. Further materials may be identified during the demolition process that would warrant testing. Any identified asbestos containing material must be abated before demolition can continue. A Certified Asbestos Abatement Contractor must carry out abatement. Different materials require different abatement processes depending on the friability, type of asbestos, and amount of asbestos present. It is important that materials are treated by a Certified Asbestos Abatement Contractor. R1 ►_G7:lxclON►relCir:ITIT MaIXMI11;N9VA0:11901Ci1 Appendix A — Certifications ASBESTO'' NORTHWESTS 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 r• - o � a C o 0 N � wo N R Q N wCc, O zzz Op -m � C/)CID z o 0 N %y / � Q"i o Q cri c i i V a c oa � � o G>� W w a CO o i E (13 7A z � Q rA i o S 0 ® 01 O 0 Pma C zaa- CC �U }i W � U V � O (lS Li �PGE • �b� CU i J 4 °o C 4 woO .CD f^ W CO 060 o a c .� L � o CU rq ++ C Q N cc N m , m o Z �' a ° CU ■ V) U W V n ►_G7' xclCeN►relCir:ITIT NaIXMI11;1,9VA0:11lelCi1 ASBESTO'' NORTHWESTS 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 21905 64th Ave W, #100 Mountlake Terrace, WA 98043 a rerracoin (206)285-3373 This certifies that £`°'°' Sean T. Butler has satisfactorily completed 4 hours of online refresher traininq as an AHERA Building Inspector to comply with the training requirements of TSCA Title II, 40 CFR 763 (AHERA) �..,� EPA Provider # 1085 Instructor- Tracy Bockla Date: Apr 25, 2023 Expires in 1 year. Cert. Num: 189109 10 ►_G7:lxclON►relCir:ITIT MaIXMI11;N9VA0:11901Ci1 ASBESTO NORTHWESTS6" 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 Appendix B — Building Layout 01 n 19-r0A, F •o56&s vs Free scimvIt, . "'OC bs CoY1�a�r �h� SCKM f � f 11 ►_G7:lxclON►relCir:ITIT MaIXMIIJ;N9VA0:11901Ci1 LJ Living Room Kitchen 12 ASBESTO NORTHWESTS 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 ►_G7:lxclON►relCir:ITIT NaIXMI11;N9VA0:11901Ci1 Upstairs Bedroom Main Bathroom 13 ASBESTO NORTHWESTS 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 ►_G7:lxclON►relCir:ITIT MaIXMI11;N9VA0:11901Ci1 End Room Roof 14 ASBESTO NORTHWESTS 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 ►_G7:lxd03l►[el 19:ITIVU6111aIXMI11;N9VA0:11901:1I ASBESTO NORTHWESTS6" 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 Appendix C — Laboratory Report NORTBHWE�STi116 Asbestos NW Batch# 30620 Pacific Hwy S. #103, Federal Way, WA 98003 (253) 941-4343 NVLAP Lab Code: 200993-0 Bulk Samples Chain of Custody (EPA 600/R-93/116) Name/CompaaU: Skillings Date 9/18/2023 Address: 5016 Lacey Blvd SE Lacey WA 98503 Project Manager: Sean Molamphy Project Location: 1763 Bay St Port Orchard WA 202313352 Phone: 360 455 3147 _ E-mail: smolamphy()skillings.com _Project # — Number of Samples 20 Ti irn n nrl ii-- 7') # Sample ID Description Location/Comments 1 1 Popcorn Small Bathroom Ceiling 2 2 Popcorn Main Living Room Ceiling 3 3 Popcorn Side Living Room Ceiling 4 4 Joint Compound U stairs Front Bedroom Wall 5 5 Texture Upstairs Back Bedroom Wall 6 6 Floral Sheet Vinyl U stairs Back Bedroom Floor 7 7 Joint Compound Main Bathroom Wall 8 8 Texture Laundry Wall 9 9 Layered Vinyl Laundry Floor 10 10 Joint Compound Kitchen Wall 11 11 Texture Kitchen Wall 12 12 Layered Vinyl Kitchen Floor 13 13 Joint Compound Main Living Room Wall 14 14 Texture Small Bathroom Wall 15 15 White Sheet Vinyl Small Bathroom Floor 16 16 Joint Compound End Room Wall 17 17 Texture End Room Wall 18 18 Beige Sheet Vinyl End Room Floor 19 19 Asphaltic Shingle and Tar Paper Main Roof 20 20 Rolled Asphalt Side Roof 21 22 23 24 25 26 27 28 29 30 rant JIOn Cmmnanv rl�fn -r;— , Sampled by: Sean Butl Asbestos Northwest 9/18/2023 12 OOPM Relinquished by: Delivered by: Sean Butler Asbestos Northwest 9/18/2023 8:OOAM Dan Lafley Accepted by: Asbestos Northwest 9/1 /20 8:OOAM Analyzed by: L ! estos Northwest 9 �9 y 15 ►_RI'Un031. 01Cel1C11:ITIM61aIXMI11RVIVA0:1901.11 ASBESTO'' NORTHWESTS 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 ASBESTOS NORTHWEST LMY QA& Asbestos Northwest, LLC TESTING NVLAV LAB CODE 200993-0 30620 Pacific Hwy S, # 103, Federal Way, WA 98003 PIT: (253) 941-4343 Batch Number: 202313352 PLM Analysis by EPA Method 600/M4-82-020 and 600/R-93/116 This report must not be used by the client to claim product certification, approval, or endorsement by NVLAP, NIST, or any agency of the U.S. Government. Attn: Sean Molamphy Skillings 5016 Lacey Blvd SE Lacey WA 98503 Location: 1763 Bay St Port Orchard WA Date Received: 9/19/2023 Date Anallzed: 9/19/2023 Samples Received: 20 Samples Anahlzed: 20 Client Sample Lab Sample Layer Description Matrix 'Y" Non -Asbestos %.Asbestos Fibers ID ID Fibers and Type White soft/lumpy material Filler/binder, I 1 with paint Paint ° 3 /° Cellulose ° 10 /o Chrysotile White soft/lumpy material Filler/binder, I with paint Paint 3% Cellulose 10% Chrysotile 3 White soft/lumpy material Filler/binder, I with paint Paint 3%Cellulose 10%Chrysotile 4 White powdery material with Binder/tiller, I paint and paper Paint 12%Cellulose 2"/" Chrysotile Whrte chalky material with Filler/binder. 2 paper Gypsum 25% Cellulose None Detected White chalky material with Filler/binder, 1 paint and paper Gypsum. Paint 25%Cellulose None Detected 6 1 Green and orange sheet vinyl Vinyl/binder 5%C'ellulose None Detected _._....._.....__.._.._.._.._ . Black asphaltic fibrous ._._._._.._._..__.._.__.._,._....._...__......._._..__.. Asphalt/binder. —._._._._._........---....._.._......_..._ _.__.. material with Mastic Mastic 45% Cellulose None Detected 7 White powdery material with Binder/filler, IPaint3%Cellulose paint None Detected White powdery material with 2 Filler/binder 12%Cellulose 2%Chrysotile paper 3 J- White chalky material with Filler/binder, paper Gypsum 25%Cellulose None Detected 8 I White chalky material with Filler/binder, paint and paper Gypsum, Paint 25%Cellulose None Detected I Analyzed by: Dan Lafley �4e Report Page I 16 Reviewed by: Cathy Butler('^ Ft4f — ►_G7ll nr.L'1►r 111r:ITI 61aIXMI1nNVIVA0:1901ti1 ASBESTO NORTHWESTS 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 N O R TBH W EIS T� A Asbestos Northwest, LLC TESTING NVLA7 LAB CODE 200993 0 30620 Pacific Hwy S, #103, Federal Way, WA 98003 Ph: (253) 941-4343 Batch Number: 202313352 PLM Analysis by EPA Method 600/M4-82-020 and 600/R-93/116 This report must not be used by the client to claim product certification, approval, or endorsement by NVLAP, NIST, or any agency of the U.S. Government. Attn: Sean Molamphy Skillings 5016 Lacey Blvd SE Lacey WA 98503 Location: 1763 Bay St Port Orchard WA Date Received: 9/19/2023 Date Analyzed: 9/19/2023 Samples Received: 20 Samples Analyzed: 20 Client Sample Lab Sample % Non -Asbestos % Asbestos Fibers ID ID Layer Description Matrix Fibers and Type 9 1 White and gray sheet \ im I Vinyl/binder None Detected None Detected Gray fibrous material with Filler. 40%Cellulose. mastic elastic/binder Glass fibers None Detected Y'ello�� chip pattern sheet vinyl Vinyl binder None Detected None Detected Gray tibio , in aerial %\ ith F iller. m L,uc Mastic/binder 5%Cellulose SS% Chrysotilc _ Black asphaltic fibrous Asphalt/binder. material with Mastic Mastic 15%Cellulose None Detected 10 White powdery material with Binder/filler, I paint Paint 3% Cellulose None Detected )Nhite po\\dery material %%ith �._.._.... .._.._... _... _...... �. Filler/binder 12%Cellulose 2%Chrvsotile paper White chalk\ material \\ ith Diller/binder. paper Gypsum 25% Cellulose None Detected White chalky material with Filler/binder. I I I paint and paper Gypsum. Paint '15% Cellulose None Detected Analyzed by: Dan Lafley Report Page 2 Reviewed by: Cathy Butler 17 ►_G7:lxclr.L1►L1;11:ITIM6laIXMI11; TIVA :1901.11 ASBESTO NORTHWESTS 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 ASBESTOS ~` NORTHWEST KWUI Asbestos Northwest, LLC TESTING NVLAP LAB CODE 2009930 30620 Pacific Hwy S, #103, Federal Way, WA 98003 Ph: (253) 941-4343 Batch Number: 202313352 PLM Analysis by EPA Method 600/M4-82-020 and 600/R-93/116 This report must not be used by the client to claim product certification, approval, or endorsement by NVLAP, NIST, or any agency of the U.S. Government. Attn: Sean Molamphy Skillings 5016 Lacey Blvd SE Lacey WA 98503 Location: 1763 Bay St Port Orchard WA Date Received: 9/19/2023 Date Analyzed: 9/19/2023 Samples Received: 20 Samples Analyzed: 20 Client Sample Lab Sample Layer Description Matrix % Non -Asbestos % Asbestos Fibers ID ID Fibers and Type 12 1 White sheet vinyl Vinyl/binder None Detected None Detected Gray fibrous material with Filler, mastic %lactic/binder 55%Cellulose None Detected None Detected Yellow vinyl tile Vinyl/binder None Detected 4 Clear mastic %Ia,tic/binder 2"" Cellulose None Detected Red sheet vinyl Vinyl/binder 5% Cellulose None Detected White powdery material with Binder/filler. I� I paint and paper Paint 12% Cellulose 2% Chrysotile White chalky material \\ ith Filler/binder. paper Gypsum /o 25 Cellulose None Detected I t I White powdery material \\ ith Binder/filler. paint Paint 3% Cellulose None Detected Filler/binder. White chalky material with paper Gypsum 25% Cellulose None Detected I I White sheet vinyl Vinyl/binder None Detected None Detected _ Gray mastic elastic/binder 3 ro Cellulose None Detected 16 White powdery material with Binder/filler. I paint and paper Paint 12% Cellulose 2% Chrysotile White chalky material with Filler/binder, 2 paper Gypsum 25% Cellulose None Detected r Analyzed by: Dan Lafley Report Page 3 18 Reviewed by: Cathy Butler(RN Ft4/ — / ►_G7:lxcl031. 01[.1C11:ITIM61aIXMI1111 INTIZA0:1901.11 ASBESTO NORTHWESTS 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 ASBESTOS Lil a�dQ NORTHWEST w � Asbestos Northwest, LLC TESTING NVLAD LAB CODE 200993 0 30620 Pacific Hwy S, #103, Federal Way, WA 98003 Ph: (253) 9414343 Batch Number: 202313352 PLM Analysis by EPA Method 600/M4-82-020 and 600/R-93/116 This report must not be used by the client to claim product certification, approval, or endorsement by NVLAP, NIST, or any agency of the U.S. Government. Attn: Sean Molamphy Skillings 5016 Lacey Blvd SE Lacey WA 98503 Location: 1763 Bay St Port Orchard WA Date Received: 9/19/2023 Date Analyzed: 9/19/2023 Samples Received: 20 Samples Analyzed: 20 Client Sample Lab Sample Layer Description Matrix % Non -Asbestos % Asbestos Fibers ID ID Fibers and Type I I White chalky material with Filler/binder. o 25 /o Cellulose None Detected paint and paper Gypsum, Paint ti I Beige sheet vinyl Vinyl/binder None Detected None Detected Graff fibrous material with Filler, 50% Cellulose, - mastic Mastic/binder Glass fibers None Detected L� I Black asphalticmaterial with Asphalt/binder. 3% Cellulose None Detected sand Sand Black asphaltic material with Asphalt/binder. 5% Cellulose, ` sand Sand Glass fibers None Detected Black asphaltic fibrous material Asphalt/binder 60% Cellulose None Detected 10 1 Black asphaltic material Asphalt/binder 3% Cellulose. None Detected Glass fibers Black asphaltic material with Asphalt/binder. 10% Cellulose. sand __.�._..—•---._.______. Sand _.__.. Glass fiber None Detected 3 Black asphaltic fibrous _.__.._... __ ... _.... _____ ... _...... .. material Asphalt/binder 55% Cellulose None Detected Black asphaltic material Asphalt/binder None Detected -1 3% Cellulose Analyzed by: Dan Lafley Report Page 4 19 Reviewed by: Cathy Butler(Av '✓ ' ASBESTO NORTHWESTS6J" 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 Asbestos Northwest, LLC - Survey Report 30620 Pacific Hwy S, #103, Federal Way, WA 98003 253.941.4343 Survey Location: 1777 Bay St Port Orchard WA Prepared for: Skillings Date: September 18t" 2023 Asbestos Northwest Batch Number: 202313353 Inspector: Sean Butler (#18-9109) E-mail: sea n b(o-)_asbestosnw. com 1 ►_[.YTxK631 ►NT*.U1. MITI Ina Italli:1yjwa:7:111.1:11 Contents ASBESTO NORTHWESTS6J" 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 1. Background Information and Scope of Work............................................................................3 2. Main Building Description.........................................................................................................4 StructuralSystem.....................................................................................................................................4 FinishingMaterials...................................................................................................................................4 Mechanicalsystem...................................................................................................................................4 Electricalsystem.......................................................................................................................................4 Insulation.....................................................................................................................................................4 Roofing........................................................................................................................................................4 Outbuildings...............................................................................................................................................4 3. Material Sampling Information..................................................................................................5 Definitions...................................................................................................................................................5 SurveyMethodology................................................................................................................................5 4. Asbestos Containing Material...................................................................................................7 5. Conclusions.............................................................................................................................8 AppendixA — Certifications.............................................................................................................9 AppendixB — Building Layout.......................................................................................................11 SouthLiving Room........................................................................................................................12 SouthKitchen...............................................................................................................................12 MainKitchen.................................................................................................................................13 MainLiving Room.........................................................................................................................13 VinylRemnant Area......................................................................................................................14 LargeBedroom.............................................................................................................................14 Appendix C — Laboratory Report...................................................................................................15 2 ►_[.YTxK631VUSQU1.MITI Ina Italli:1yjwa:7:111.1:11 ASBESTO NORTHWESTS6J" 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 1. Background Information and Scope of Work On September 18t" 2023 Asbestos Northwest, LLC conducted an AHERA survey of the single-family residence located at 1777 Bay St in Port Orchard WA. AHERA-certified building inspector Sean Butler (#18-9109) conducted the survey to determine the presence of Asbestos Containing Materials (ACM's) prior to the demolition of the building as part of a reconfiguration of the property. The home was vacant at the time of the inspection and had been so for some time. It had suffered damage from neglect and was generally in fair condition. The building had been configured as two separate residences, a small apartment on the south side with most of the space devoted to the main residence itself. The building had been partially stripped of appliances and fixtures, and the deck on the rear of the home had partially collapsed into the bay. There were no other structures associated with this residence. The building will not be reoccupied prior to the demolition. This building had been through a series of alterations and repairs in the past. Materials in use varied from room to room, in no clear pattern. There was no clear distinction between different eras of work or types of materials in use. For the purposes of this inspection the structure was considered to be a single homogenous area. Samples were taken from the interior and exterior of the building. All areas of the buildings were accessible to the inspector with the exception of the underside due to the tide. See the attached layout drawing with sample locations in Appendix B. Materials were located and sampled following AHERA protocol in 40 CFR 763.86, then analyzed in-house at Asbestos Northwest per 40 CFR 763.86. See section 3 for detailed sampling information. 3 ASBESTOS NORTHWEST LLC SURVEY REPORT ASBESTO NORTHWESTS6J" 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 2. Main Building Description County records indicate that the building was originally constructed in 1938 and had a total finished area of roughly 1,700ft2 over a single floor. It had two bedrooms and a single bathroom in the main residence, with a one bedroom, one bathroom apartment on the side of the building. The layout was unconventional and the building appeared to have been through extensive alterations. It was vacant and in fair condition at the time of the inspection and will be demolished. Structural System The building was of wood -framed construction resting on wooden pilings. The home was entirely over the water and lacked a conventional foundation. Finishing Materials The interior walls and ceilings were finished drywall throughout most of the home. There was wood paneling in some areas, and popcorn ceiling in the living room area of the apartment space. Flooring was mixed with carpeting in most areas. Vinyl was present in the utility room, main kitchen and remnants in what may have been a wet bar area of the living room. The apartment kitchen and main bathroom had ceramic tile in place. The exterior of the building was clad in wood siding, with window units being vinyl or metal framed and lacking suspect glazing materials. Mechanical system Wood burning stoves had been installed in both living rooms but had been removed by the time of the inspection. The house lacked any other form of heating system. Electrical system The electrical system was disabled at the time of the inspection. Visible wiring was a mix of newer rubber insulated material and older woven insulated products. The electrical panel contained breakers and had no suspect backing materials visible. Insulation The home had fiberglass insulation in the attic space. No vermiculite insulation was encountered. Roofing The home had an asphaltic shingle roof. Outbuildings There was a large wooden deck extending from the rear of the home. This was in poor condition and partially collapsed. s ASBESTOS NORTHWEST LLC SURVEY REPORT ASBESTO NORTHWESTS6J" 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 3. Material Sampling Information Asbestos survey work performed by Asbestos Northwest meets inspection regulatory requirements enforced by federal, state, and local agencies, including Asbestos Hazard Emergency Response Act (AHERA), WAC 296-62-077 (WISHA) and 40 CFR Part 61 (NESHAP) and 29 CFR Part 1926.1101 (OSHA) Definitions Homogenous — Materials with the same appearance, texture, color, and which were applied during the same general construction period. Surfacing Material — Material that has been sprayed -on, troweled -on or otherwise applied to surfaces, such as acoustical plaster, texture and joint compound, and fireproofing materials on structural members. Thermal System Insulation — Material applied to pipes, fittings, boilers, breaching, ducts, and other interior structural components to prevent heat loss or gain. Miscellaneous Material — Building materials such as structural components, structural members or fixtures not included in surfacing and thermal insulation. Survey Methodology Before sampling began, inspectors documented the total surveyed area. A sketch of each space was created, and total square footage was roughly measured. The inspectors then determined the extent of each visible homogenous material throughout the survey area. Materials were classified as surfacing, thermal insulation, or miscellaneous material, and friability was assessed according to AHERA specifications. Materials were sampled according to 40 CFR 763.86. Depending on homogeneity, square footage, and material type, the proper number of samples needed to accurately assess the location and extent of asbestos was determined and collected. At the point of collection, samples were placed in an appropriate container and labeled. Location was noted on the building floor plan, and a description of the material was recorded with the label number. Sampling tools were then wiped clean to prevent contamination between samples. Any suspect debris was sealed. The samples were then counted, and their label numbers were recorded on a chain of custody form. The inspector then signed and released the form to the laboratory with the samples. Samples were analyzed in-house at Asbestos Northwest. Below is a list of all materials sampled. Appendix C contains the laboratory report and analytical results for each sample. 5 ►_G7:lxcl031. ►[elCir:ITI 61aIXMI11;N9VA0:119e1C11 ASBESTO'' NORTHWESTS 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 Description Material Type Sample Numbers and Locations 1- South Living Room Front Ceiling Popcorn Friable Surfacing Material 2- South Living Room Middle Ceiling 3- South Living Room Back Ceiling 4- South Kitchen Wall 7- Main Kitchen Wall Joint Compound Friable Surfacing Material 10- Main Living Room Wall 14- Front Small Bedroom Wall 16- Large Bedroom Wall 5- South Bedroom Ceiling 8- Main Kitchen Wall Texture Friable Surfacing Material 11- Main Living Room Wall 15- Hall Wall 17- Large Bedroom Wall Beige Vinyl Tile Non -Friable Miscellaneous 6- Utility Room Floor Material Layered Vinyl Non -Friable Miscellaneous 9- Main Kitchen Floor Asbestos Containing Material Tan Sheet Vinyl Non -Friable Miscellaneous 12- Back Of Main Living Room A Asbestos Containing Material Fibrous Ceiling Tile Friable Miscellaneous 13- Main Bathroom Ceiling Material Tar Paper Non -Friable Miscellaneous 18- Under Siding Material Asphaltic Siding Panel Non -Friable Miscellaneous 19- Main Roof Material ►_G7:lxclCeN►[elCir:ITIT NaIXMI11;N9VA0:1lelCi1 4. Asbestos Containing Material ASBESTO NORTHWESTS6" 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 A homogenous material is considered ACM (Asbestos Containing Material) if one or more samples of the material are found to have greater than 1 % asbestos. Analysis can result in both positive and negative conclusions in materials containing less than 10% asbestos, or materials that have very fine asbestos fibers, have been hand mixed, or have asbestos fibers tightly bound in the matrix; therefore, EPA recommends a minimum of three samples be analyzed by PLM for these types of materials. All materials that were sampled during the inspection were analyzed under PLM, EPA Method 600/R-93/116. Laboratory results show that two of the samples taken contained asbestos, in varying concentrations. Description and Asbestos Type Material Type and Estimated Quantity Locations Sheet Vinyl Backing Non -Friable Miscellaneous 55% Chrysotile Material 9- Main Kitchen Floor Asbestos _90ft2 Sheet Vinyl Backing Non -Friable Miscellaneous 12- Back Of Main Living Room 60% Chrysotile Material Asbestos -10ft2 Floor 7 ►_G7:lxclON►relCir:ITIT NaIXMI11RVIVA0:11901Ci1 5. Conclusions ASBESTO'' NORTHWESTS 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 The main kitchen had several layers of sheet vinyl in place, one of which had an asbestos containing backing product in place. This material was in place throughout this room but was not seen elsewhere in the house. A remnant of sheet vinyl in the rear of the main living room has an asbestos containing backing material. This appears to be the remnants of a former wet bar or kitchenette, with the fixtures having been removed. This material was only found in this area and did not extend throughout the room. None of the other materials sampled during the inspection process were found to contain asbestos. Materials in use within the building were generally simple and were consistent with a residential structure. The home had undergone several expansions and remodels, but the materials in use were typical for a home of the last several decades. Further materials may be identified during the demolition process that would warrant testing. Any identified asbestos containing material must be abated before demolition can continue. A Certified Asbestos Abatement Contractor must carry out abatement. Different materials require different abatement processes depending on the friability, type of asbestos, and amount of asbestos present. It is important that materials are treated by a Certified Asbestos Abatement Contractor. ►_G7:lxclON►relCir:ITIT MaIXMI11;N9VA0:11901Ci1 Appendix A — Certifications ASBESTO'' NORTHWESTS 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 r• - o � a C o 0 N � wo N R Q N wCc, O zzz Op -m � C/)CID z o 0 N %y / � Q"i o Q cri c i i V a c oa � � o G>� W w a CO o i E (13 7A z � Q rA i o S 0 ® 01 O 0 Pma C zaa- CC �U }i W � U V � O (lS Li �PGE • �b� CU i J 4 °o C 4 woO .CD f^ W CO 060 o a c .� L � o CU rq ++ C Q N cc N m , m o Z �' a ° CU ■ V) U W V n ►_G7' xclCeN►relCir:ITIT NaIXMI11;1,9VA0:11lelCi1 ASBESTO'' NORTHWESTS 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 21905 64th Ave W, #100 Mountlake Terrace, WA 98043 a rerracoin (206)285-3373 This certifies that £`°'°' Sean T. Butler has satisfactorily completed 4 hours of online refresher traininq as an AHERA Building Inspector to comply with the training requirements of TSCA Title II, 40 CFR 763 (AHERA) �..,� EPA Provider # 1085 Instructor- Tracy Bockla Date: Apr 25, 2023 Expires in 1 year. Cert. Num: 189109 10 ►_G7:lxclON►relCir:ITIT MaIXMI11;N9VA0:11901Ci1 ASBESTO'' NORTHWESTS 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 Appendix B — Building Layout .I- M •QSbeglvs wee som t loco•+ioY1 • aS beS�w C,or+.6:'n i'^o) So•Mfl a ACC* -I ►.O ^ 11 ►_G7:lxclON►relCir:ITIT MaIXMIIJ;N9VA0:11901Ci1 South Living Room i South Kitchen lII M IIP --- 12 ASBESTO NORTHWESTS 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 ►_G7:lxclON►relCir:ITIT NaIXMI11;N9VA0:11901Ci1 ii'm Main Kitchen Main Living Room 13 ASBESTO NORTHWESTS 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 ►_G7' xclON►relCir:ITIT MaIXMI11;N9VA0:11901Ci1 Vinyl Remnant Area Large Bedroom I I i ;rlr y II 14 ASBESTO NORTHWESTS 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 ►_G7' xdCeN►[elCir:ITIM6111 a I XMI11111;N9VA0:1901C11 Appendix C — Laboratory Report ASBESTO NORTHWESTS6" 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 ASBESTOS Asbestos NW Batch# 202313353 NORTHWEST 30620 Pacific Hwy S. #103, Federal Way, WA 98003 (253) 941-4343 NVLAP Lab Code: 200993-0 Bulk Samples Chain of Custody (EPA 600/R-93/116) Name/Comp: Skillings Date 9/18/2023 Address: 5016 Lacey Blvd SE Lacey WA 98503 Phone: 360 455 3147 E-mail: smolamphy@skillings.com Project Manager: Sean Molamphy Project # Project Location 1777 Bay St Port Orchard WA Number of Samples. 19 Ti n nrnimrl fimA 79 # Sample ID Description Location/Comments 1 1 Popcorn South Living Room Front Ceiling 2 2 Popcorn South Living Room Middle Ceiling 3 3 Popcorn South Living Room Mezzanine Ceiling 4 4 Joint Compound South Kitchen Wall 5 5 Texture South Bedroom Ceiling 6 6 Bie e Vinyl Tile Utility Room Floor 7 7 Joint Compound Main Kitchen Wall 8 8 Texture Main Kitchen Wall 9 9 Layered Vinyl Main Kitchen Floor 10 10 Joint Compound Main Living Room Wall 11 11 Texture Main Living Room Wall 12 12 Tan Sheet Vinyl Remnant Back of Main Living Room Floor 13 13 Fibrous Ceiling Tile Main Bathroom Ceiling 14 14 Joint Compound Front Small Bedroom Wall 15 15 Texture Hall Wall 16 1 16 Joint Compound Large Bedroom Wall 17 17 Texture Large Bedroom Wall 18 18 Tar Paper Under Siding 19 19 Asphaltic Shingle and Tar Paper Main Roof 20 21 22 23 24 25 26 27 28 29 30 Print _ -- 51an Gompany Date Time Sampled by: Relinquished by: Sean Butler _ Asbestos Northwest 9/18/2023 12:40PM Delivered by: Sean Butler Asbestos Northwest 9/18/2023 &00AM Accepted by: Dan Lafley Asbestos Northwest 9/1 /2023 &00AM Analyzed by: --I— Asbestos Northwest 9 21 12:146 U U 15 URI 11:10111031. 01rel1.11:ITI 61aIXMI11R9VA0:1901C11 ASBESTO NORTHWESTS 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 ASBESTOS NORTHWEST TESTING Asbestos Northwest, LLC NVIAP LAB LADE 200993-0 30620 Pacific Hwy S, #103, Federal Way, WA 98003 Ph: (253) 941-4343 Batch Number: 202313353 PLM Analysis by EPA Method 600/M4-82-020 and 600/R-93/116 This report must not be used by the client to claim product certification, approval, or endorsement by NVLAP, NIST, or any agency of the U.S. Government. Attn: Sean Molamphy Skillings 5016 Lacey Blvd SE Lacey WA 98503 Location: 1777 Bay St Port Orchard WA Date Received: 9/19/2023 Date Analyzed: 9/21/2023 Samples Received: 19 Samples Analyzed: 19 Client Lab Sample La�cr Description Matrix % Non -Asbestos % Asbestos Fibers Sample ID ID Fibers and Type I I White soft/lumpy material Filler/binder. o 5 /o Cellulose None Detected ................................. .with.paint ......................... -Paint ........................................................................................................ White chalky material with Filler/binder. 25% Cellulose None Detected paper Gypsum White soft/lumpy material Filler/binder, I o 5 /o Cellulose None Detected ................................................................................... with paint Paint - ........................................ .............................................. ............................................. White chalky material with Filler/binder. 2 ''-5%Cellulose None Detected paper Gypsum White soft/lumpy material Filleribinder. I ° 5 /o Cellulose None Detected ..................................................................................................................................... with paint Paint ................................................................................ White chalkmaterial with Filler/binder. 2 25% Cellulose None Detected paper Gypsm White powdery material with Binder/filler, I ...................................................................................................................................................................................................................... paint Paint o 3 /° Cellulose None Detected White powdery material with Filler/binder 12% Cellulose None Detected ..................................................................................................................................................................................................................... paper White chalky material with Filler/binder, 3 25% Cellulose None Detected paper yP White powdery material with Binder/filler, I o 3 /o Cellulose None Detected paint Paint ...................................................................................................................................................................................................................... Brown fibrous material with 2 Filler, Paint 90% Cellulose None Detected paint 6 1 Gray and tan sheet vinyl Vinyl binder None Detected None Detected _ Clear mastic Mastic/binder 1 % Cellulose None Detected Analyzed by: Dan Lafley G' Report Page I 16 Reviewed by: Cathy Butler( A� '✓ �� ►_G7:lxclr.LI. ►r lC1r:ITI 61 a I XMI1111; TIZA0:1901t11 ASBESTO NORTHWESTS 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 ASBESTOS n� NORTHWEST a� Q TESTING Asbestos Northwest, LLC NVtAPLAB CODE 200993-0 30620 Pacific Hwy S, # 103, Federal Way, WA 98003 Ph: (253) 9414343 Batch Number: 202313353 PLM Analysis by EPA Method 600/M4-82-020 and 600/R-93/116 This report must not be used by the client to claim product certification, approval, or endorsement by NVLAP, NIST, or any agency of the U.S. Government. Attn: Sean Molamphy Skillings 5016 Lacey Blvd SE Lacey WA 98503 Location: 1777 Bay St Port Orchard WA Date Received: 9/19/2023 Date Analyzed: 9/21/2023 Samples Received: 19 Samples Analyzed: 19 Client Lab Sample Layer Description Matrix % Non -Asbestos % Asbestos Fibers Sample ID ID Fibers and Type 7 1 White powdery material with Binder/filler, 3% Cellulose None Detected ..................................................................................................................................................................................................................... paint Paint 2 White powdery material %%ith Filler/binder 12%Cellulose None Detected ..................................................................................................................................................................................................................... paper 3 White chalky material k%ith Filler/binder, 25% Cellulose None Detected P Pe YP x I White powdery material with Binder/filler, o 3 /o Cellulose None Detected ..................................................................................................................................................................................................................... paint Paint 2 White chalky material with Filler/binder, 25% Cellulose None Detected paper Yp I Wood pattern vinyl plank Vinyllbinder None Detected None Detected ..................................................................................................................................................................................................................... 2 Clear mastic Mastic/binder 1 % Cellulose None Detected ..................................................................................................................................................................................................................... 3 Beige sheet vinyl Vinyl/binder None Detected None Detected ...................................................................................................................................................................................................................... Gray fibrous material with Filler. 4 o 15 /o Cellulose 0 55 /o ChrysoNle mastic Mastic/binder U 1 White powdery material with Binder/filler, o 10%Cellulose None Detected ..................................................................................................................................................................................................................... paint and paper Paint White chalky material with Filler/binder, 25% Cellulose None Detected ` paper Gypsum White powdery material with Binder/filler, o 3 /o Cellulose None Detected .................................................................................................................................................................................................................... paint Paint White chalky material with Fi11er/binder, 25% Cellulose None Detected - paper Gypsum Analyzed by: Dan Lafley ;4 Report Page 2 17 Reviewed by: Cathy Butler( ,'N Ft4tQl ►_G7:lxcl031. 01r lC1r:ITI 61 a I XMI11111; TIZA0:1901Ci1 ASBESTO NORTHWESTS 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 ASBESTOS rKnV A� NORTHWEST LIB (.,"J TESTING Asbestos Northwest, LLL NVLAV tAB CODE 2009930 30620 Pacific Hwy S, #103, Federal Way, WA 98003 Ph: (253) 941-4343 Batch Number: 202313353 PLM Analysis by EPA Method 600/M4-82-020 and 600/R-93/116 This report must not be used by the client to claim product certification, approval, or endorsement by NVLAP, NIST, or any agency of the U.S. Government. Attn: Sean Molamphy Skillings 5016 Lacey Blvd SE Lacey WA 98503 Location: 1777 Bay St Port Orchard WA Date Received: 9/19/2023 Date Analyzed: 9/21/2023 Samples Received: 19 Samples Analyzed: 19 Client Lab Sample Layer Description Matrix % Non -Asbestos % Asbestos Fibers Sample ID ID Fibers and Type I Tan sheet vinyl Vinyl/binder None Detected None Detected ..................................................................................................................................................................................................................... ` Gray fibrous material with Filler, 5% Cellulose 60% Chrysotile mastic Mastic/binder I Brown fibrous material with Filler, Paint 90% Cellulose None Detected paint ! I White powdery material with Binder/filler, ° 10%Cellulose None Detected ..................................................................................................................................................................................................................... paint and paper Paint White chalky material with Filler/binder, 25%Cellulose None Detected ` paper Gypsum I White powdery material with Binderiller, 3% Cellulose None Detected Paint ..................................................................................................................................................................................................................... 2 ` White chalky material with Filler/binder, 25% Cellulose None Detected paper Gypsum I n I White powdery material with Binder/filler, ° 10%Cellulose None Detected paint and paper Paint ..................................................................................................................................................................................................................... White chalky material with Filler/binder, ` 25% Cellulose None Detected paper Gypsum 1 White powdery material with Binder/filler, ° 3 /o Cellulose None Detected paint Paint ................................................................................................................................................................................................................... ` White chalky material with Filler/binder. 25% Cellulose None Detected paper Gypsum 18 1 Black asphaltic fibrous Asphalt/binder 70% Cellulose None Detected material L� 1 Black asphaltic material with Asphalt/binder, 5% Cellulose None Detectedsand Sand ................................................................................................................................................................................................................. Black asphaltic fibrous 30% Cellulose. 2 material Asphalt/binder Glass Fibers None Detected _ /1 1 A Analyzed b : Dan LafleC4* Report Page 3 Reviewed by: Cathy Butler('P L' Y Y Y P g 18 ►_G7:lxcl031. ►[elCir:ITIT MaIXMIURVIVA0:11lelCi1 ASBESTO NORTHWESTS 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 Asbestos Northwest, LLC - Survey Report 30620 Pacific Hwy S, #103, Federal Way, WA 98003 253.941.4343 Survey Location: 1883 Bay St Port Orchard WA Prepared for: Skillings Date: September 18t" 2023 Asbestos Northwest Batch Number: 202313354 Inspector: Sean Butler (#18-9109) E-mail: seanW( asbestosnw.com 1 ►_[.YTxK*31VUOQU1.MITI Ina Italli:1yjwa:7:111.1:11 ASBESTO NORTHWESTS6J" 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 Contents 1. Background Information and Scope of Work............................................................................3 2. Main Building Description.........................................................................................................4 StructuralSystem.....................................................................................................................................4 FinishingMaterials...................................................................................................................................4 Mechanicalsystem...................................................................................................................................4 Electricalsystem.......................................................................................................................................4 Insulation.....................................................................................................................................................4 Roofing........................................................................................................................................................4 3. Material Sampling Information..................................................................................................5 Definitions...................................................................................................................................................5 SurveyMethodology................................................................................................................................5 4. Asbestos Containing Material...................................................................................................7 5. Conclusions.............................................................................................................................8 AppendixA — Certifications.............................................................................................................9 Appendix B — Building Layout.......................................................................................................11 Front Apartment Living Room & Kitchen.......................................................................................12 EntryHallway................................................................................................................................12 FrontBig Room.............................................................................................................................13 EastGarage..................................................................................................................................13 BackApartment Kitchen................................................................................................................14 Back Apartment Living Room........................................................................................................14 BackDeck.....................................................................................................................................15 EastRoof......................................................................................................................................15 Appendix C — Laboratory Report...................................................................................................16 2 ►_[.YTxK631VUSQU1.MITI Ina Italli:1yjwa:7:111.1:11 ASBESTO NORTHWESTS6J" 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 1. Background Information and Scope of Work On September 18t" 2023 Asbestos Northwest, LLC conducted an AHERA survey of the former mixed -use building located at 1883 Bay St in Port Orchard WA. AHERA-certified building inspector Sean Butler (#18-9109) conducted the survey to determine the presence of Asbestos Containing Materials (ACM's) prior to the demolition of the building as part of a reconfiguration of the property. The building contained several apartments and also may have functioned as a commercial space in the past. There was a single bedroom apartment at the front of the space, with a much larger two -bedroom unit facing the water at the rear. Large garages were found along one side of the building with a small deck built onto the rear. A large front room looked like a former retail space, being attached to a small garage space and having its own bathroom. The building was open to the elements and still contained some trash and furnishings. There was some evidence of water damage and a great deal of animal damage. All utilities had been terminated and some of the HVAC ducting was open to the outside environment. The building did not appear to have suffered from significant vandalism. This building had been through a series of alterations and repairs in the past. Materials in use were varied as a result. There was no clear distinction between different eras of work or types of materials in use although at least three different eras of work were evident within the interior. For the purposes of this inspection the structure was considered to be a single homogenous area. Samples were taken from the interior and exterior of the building. All areas of the buildings were accessible to the inspector with the exception of the pilings and underside of the structure. See the attached layout drawing with sample locations in Appendix B. Materials were located and sampled following AHERA protocol in 40 CFR 763.86, then analyzed in-house at Asbestos Northwest per 40 CFR 763.86. See section 3 for detailed sampling information. 3 ASBESTOS NORTHWEST LLC SURVEY REPORT ASBESTO'' NORTHWESTS 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 2. Main Building Description County records indicate that the building was originally constructed in 1935 and had a total finished area of roughly 3,200ft2 over a single floor. The county lists the building as being a residential structure, it contained two distinct apartments along with what may have been a commercial space. A large garage was located along one side of the building. It had been through a series of alterations resulting in varied materials in use. At the time of the inspection the building had been vacant for a number of years and had suffered damage as a result. It will be demolished. Structural System The building was of wood -framed construction and had been built on wooden pilings extending out over the water. The structure may have been altered at some point but was generally consistent with the age of the building. Finishing Materials The interior walls and ceilings were originally finished plaster throughout the interior with the exception of the garage area. Most of this material was still in place though the front apartment had been redone with drywall. Ceilings were a mix of plaster, fibrous ceiling tiles, and popcorn that varied throughout. Flooring was originally wood with vinyl in many areas. This had been covered with carpet in some portions of the apartments. The exterior was clad in a mix of wood and aluminum siding. The window units lacked suspect glazing materials. Mechanical system The building had central heating, though the system was badly damaged and some ducting was missing. No suspect wrap or tape materials were encountered. Electrical system The electrical system was disabled at the time of the inspection. Visible wiring was a mix of newer rubber insulated material and older woven insulated products. The electrical panels contained breakers and had no suspect backing materials visible. Insulation The building had a minimal amount of fiberglass insulation in place. No vermiculite or other suspect insulation products were encountered. Roofing The roof was a rolled asphalt system thar showed some evidence of patching and repair. It was not original to the building. 4 ASBESTOS NORTHWEST LLC SURVEY REPORT ASBESTO NORTHWESTS6J" 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 3. Material Sampling Information Asbestos survey work performed by Asbestos Northwest meets inspection regulatory requirements enforced by federal, state, and local agencies, including Asbestos Hazard Emergency Response Act (AHERA), WAC 296-62-077 (WISHA) and 40 CFR Part 61 (NESHAP) and 29 CFR Part 1926.1101 (OSHA) Definitions Homogenous — Materials with the same appearance, texture, color, and which were applied during the same general construction period. Surfacing Material — Material that has been sprayed -on, troweled -on or otherwise applied to surfaces, such as acoustical plaster, texture and joint compound, and fireproofing materials on structural members. Thermal System Insulation — Material applied to pipes, fittings, boilers, breaching, ducts, and other interior structural components to prevent heat loss or gain. Miscellaneous Material — Building materials such as structural components, structural members or fixtures not included in surfacing and thermal insulation. Survey Methodology Before sampling began, inspectors documented the total surveyed area. A sketch of each space was created, and total square footage was roughly measured. The inspectors then determined the extent of each visible homogenous material throughout the survey area. Materials were classified as surfacing, thermal insulation, or miscellaneous material, and friability was assessed according to AHERA specifications. Materials were sampled according to 40 CFR 763.86. Depending on homogeneity, square footage, and material type, the proper number of samples needed to accurately assess the location and extent of asbestos was determined and collected. At the point of collection, samples were placed in an appropriate container and labeled. Location was noted on the building floor plan, and a description of the material was recorded with the label number. Sampling tools were then wiped clean to prevent contamination between samples. Any suspect debris was sealed. The samples were then counted, and their label numbers were recorded on a chain of custody form. The inspector then signed and released the form to the laboratory with the samples. Samples were analyzed in-house at Asbestos Northwest. Below is a list of all materials sampled. Appendix C contains the laboratory report and analytical results for each sample. 5 ►_[.YTxK*31UISOU1.MITI Ina Italli:ATIwa:7:111.1:11 ASBESTO NORTHWESTS 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 Description Material Type Sample Numbers and Locations 1- Front Bedroom Front Ceiling Popcorn Friable Surfacing Material 2- Front Bedroom Middle Ceiling 3- Front Bedroom Back Ceiling 12- Middle Garage Ceiling Joint Compound Friable Surfacing Material 4- Front Bedroom Wall 7- Front Living Room Wall Texture Friable Surfacing Material 5- Front Bedroom Ceiling 8- Front Living Room Wall Brick Pattern Vinyl Tile Non -Friable Asbestos Containing Miscellaneous Material 6- Front Bedroom Floor Layered Vinyl Non -Friable Asbestos Containing Tile Miscellaneous Material 9- Front Kitchen Floor 10- Front Big Room Wall Plaster Friable Surfacing Material 14- Back Kitchen Ceiling 25- Back Small Bathroom Wall Non -Friable White Sheet Vinyl 11- Small Bathroom Floor Miscellaneous Material Popcorn Friable Surfacing 13- Back Kitchen Ceiling Asbestos Containing Material 17- Back Living Room Ceiling 21- Back East Bedroom Ceiling Tan Sheet Vinyl Non -Friable 15- Back Kitchen Floor Miscellaneous Material 18- Back Living Room Floor Non -Friable Gray Vinyl Tile 16- Back Kitchen Alcove Floor Miscellaneous Material Non -Friable Blue Sheet Vinyl 19- Back Middle Living Room Floor Miscellaneous Material Blue Floral Sheet Vinyl Non -Friable 20- Back West Bedroom Floor Miscellaneous Material Beige and Blue Sheet Vinyl Non -Friable 22- Back Hall & Back West Bedroom Miscellaneous Material Floor Striped Sheet Vinyl Non -Friable 23- Laundry Room Floor Miscellaneous Material Non -Friable Layered Vinyl 24- Back Small Bathroom Floor Miscellaneous Material 26- East Garage Area Roof Layered Asphaltic Roofing Non -Friable 27- Roof East Middle Area Miscellaneous Material 28- Main Central Roof 29- Roof NW Corner ►_G7:lxclCeN►[elCir:ITIT NaIXMI11;N9VA0:1lelCi1 4. Asbestos Containing Material ASBESTO NORTHWESTS 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 A homogenous material is considered ACM (Asbestos Containing Material) if one or more samples of the material are found to have greater than 1 % asbestos. Analysis can result in both positive and negative conclusions in materials containing less than 10% asbestos, or materials that have very fine asbestos fibers, have been hand mixed, or have asbestos fibers tightly bound in the matrix; therefore, EPA recommends a minimum of three samples be analyzed by PLM for these types of materials. All materials that were sampled during the inspection were analyzed under PLM, EPA Method 600/R-93/116. Laboratory results show that five of the samples taken contained asbestos, in varying concentrations. Description and Asbestos Type Material Type and Estimated Quantity Locations Vinyl Tile Non -Friable Miscellaneous 6- Front Bedroom Floor 5% Chrysotile Asbestos Material 1,200ft 9- Front Kitchen Floor Popcorn Friable Surfacing Material 13- Back Kitchen Ceiling 8% Chrysotile Asbestos -800ft2 17- Back Living Room Ceiling 21- Back East Bedroom Ceiling 7 ►_[.YTxK631VUOQU1.MITI Ina Italli:1yjwa:7:111.1:11 5. Conclusions ASBESTO NORTHWESTS6J" 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 The brick pattern vinyl tiles installed throughout the front apartment were found to contain asbestos. The associated mastic was asbestos free. These tiles were also in place throughout the central entryway hall and large open front room. Within the apartment space they had been covered with carpet and a newer vinyl tile product. None of the other flooring materials within this building were found to contain asbestos. The popcorn ceiling material sampled from within the rear apartment was found to contain asbestos. This had been applied in the kitchen, dining area and both bedrooms. The popcorn material in the front bedroom and the front former garage space was asbestos free, and sufficient samples were taken to make the determination that the rear apartment ceilings can be treated as a separate homogeneous area. None of the other materials sampled during the inspection process were found to contain asbestos. Materials in use within the building were generally simple and were consistent with a residential structure. There was minimal variation throughout the house indicating only limited alterations from the original form. Further materials may be identified during the demolition process that would warrant testing. Any identified asbestos containing material must be abated before demolition can continue. A Certified Asbestos Abatement Contractor must carry out abatement. Different materials require different abatement processes depending on the friability, type of asbestos, and amount of asbestos present. It is important that materials are treated by a Certified Asbestos Abatement Contractor. R1 ►_G7:lxclON►relCir:ITIT MaIXMI11;N9VA0:11901Ci1 Appendix A — Certifications ASBESTO'' NORTHWESTS 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 r• - o � a C o 0 N � wo N R Q N wCc, O zzz Op -m � C/)CID z o 0 N %y / � Q"i o Q cri c i i V a c oa � � o G>� W w a CO o i E (13 7A z � Q rA i o S 0 ® 01 O 0 Pma C zaa- CC �U }i W � U V � O (lS Li �PGE • �b� CU i J 4 °o C 4 woO .CD f^ W CO 060 o a c .� L � o CU rq ++ C Q N cc N m , m o Z �' a ° CU ■ V) U W V n ►_G7' xclCeN►relCir:ITIT NaIXMI11;1,9VA0:11lelCi1 ASBESTO'' NORTHWESTS 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 21905 64th Ave W, #100 Mountlake Terrace, WA 98043 a rerracoin (206)285-3373 This certifies that £`°'°' Sean T. Butler has satisfactorily completed 4 hours of online refresher traininq as an AHERA Building Inspector to comply with the training requirements of TSCA Title II, 40 CFR 763 (AHERA) �..,� EPA Provider # 1085 Instructor- Tracy Bockla Date: Apr 25, 2023 Expires in 1 year. Cert. Num: 189109 10 ASBESTOS NORTHWEST LLC SURVEY REPORT Appendix B — Building Layout . tq •IS 'ILA fir �S . aSbesio5 -Tree sariP 1 e I occ,��,on •o.Sbes�os Gon o,rM' s&-r,?le loccA ov. 11 '6 ASBESTO NORTHWESTS6" 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 ►_G7:lxclON►relCir:ITIT MaIXMIIJ;N9VA0:11901Ci1 Front Apartment Living Room & Kitchen U., 'Al Entry Hallway 12 ASBESTO NORTHWESTS 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 ASBESTOS NORTHWEST LLC SURVEY REPORT Front Big Room East Garage 13 ASBESTO NORTHWESTS 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 ►_G7:lxclON►relCir:ITIT MaIXMIIJ;N9VA0:11901Ci1 Back Apartment Kitchen Back Apartment Living Room 14 ASBESTO NORTHWESTS 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 ►_[.I=U1.L1VISQU 1. LVITI xnaIEMIR : lwa:7:1111.]:11 Appendix C — Laboratory Report ASBESTO NORTHWESTS6J" 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 NAS ORBHWEOSTA IIi� Asbestos NW Batch# 202313354 30620 Pacific Hwy S. #103, Federal Way, WA 98003 (253) 941-4343 NVLAP Lab Code: 200993-0 Bulk Samples Chain of Custody (EPA 600/R-93/116) Name/Company Skillings Date. 9/18/2023 Address: 5016 Lacey Blvd SE Lacey WA 98503 Phone: 360 455 3147 E-mail: smolamphy@skillinss.com Project Manager Sean Molgmhy Protect # Project Location: 1883 Bay St Port Orchard WA Number of Samples: 29 Turn around time- 72 # Sample ID Description Location/Comments 1 1 Popcorn Front Bedroom Front Ceiling 2 2 Popcorn Front Bedroom Middle Ceiling 3 3 Popcorn Front Bedroom Back Ceiling 4 4 Joint Compound Front Bedroom Wall 5 5 Texture Front Bedroom Wall 6 6 Brick Pattern Vinyl Tile Front Bedroom Floor 7 7 Joint Compound Front Living Room Wall 8 8 Texture Front Living Room Wall 9 9 Layered Vinyl Front Kitchen Floor 10 10 Plaster Front Big Room Wall 11 11 White Sheet Vinyl Small Bathroom Floor 12 12 Popcorn Middle Garage Ceilin 13 13 Popcorn Back Kitchen Ceiling 14 14 Plaster Back Kitchen Wall 15 15 Tan Sheet Vinyl Back Kitchen Floor 16 16 Gray Vinyl Tile Back Kitchen Alcove Floor 17 17 Popcorn Back Living Room Ceiling 18 18 Tan Sheet Vinyl Back Living Room Floor 19 19 Blue Sheet Vinyl Back Middle Living Room Floor 20 20 Floral Sheet Vinyl Back West Bedroom Floor 21 21 Popcorn Back East Bedroom Ceiling 22 22 Beige and Blue Sheet Vinyl Back Hall and Back West Bedroom Floor 23 23 Striped Sheet Vinyl Laundry Room Floor 24 24 Layered Vinyl Back Small Bathroom Floor 25 25 Plaster Back Small Bathroom Wall 26 26 Layered Asphaltic Roofing East Garage Roof 27 27 Layered Asphaltic Roofing Roof East Middle Area 28 28 Layered Asphaltic Roofing Main Central Roof 29 29 Layered Asphaltic Roofing Roof NW Corner 30 30 Print Sian Comoanv Date Time Sampled by: Sean Butle Ilz_Asbestos Northwest g/18l2023 1:30PM Relinquished by: Delivered by: Sean Butler Asbestos Northwest 9/18/2023 8:OOAM Accepted by: Dan Lafley Asbestos Northwest 9/18/2023 8:OOAM Analyzed by: sbestos Northwest v, 16 ►_G7:1xcl031. 01[elClr:Dctt 61 a I XMI111111; TIVA0:1901Ci1 ASBESTO NORTHWESTS 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 ASBESTOS Ky/ rr,l NORTHWEST LIV V L,"JI�IJ TESTING Asbestos Northwest, LLC NVLAP LAB CODE 200993 0 30620 Pacific Hwy S, 4103, Federal Way, WA 98003 Ph: (253)941-4343 Batch Number: 202313354 PLM Analysis by EPA Method 600/M4-82-020 and 600/R-93/116 This report must not be used by the client to claim product certification, approval, or endorsement by NVLAP, NIST, or any agency of the U.S. Government. Attn: Sean Molamphy Skillings 5016 Lacey Blvd SE Lacey WA 98503 Location: 1883 Bay St Port Orchard WA Date Received: 9/19/2023 Date Analyzed: 9/21/2023 Samples Received: 29 Samples Analyzed: 29 Client Sample Lab Sample Layer Description Matrix % Non -Asbestos % Asbestos Fibers ID ID Fibers and Type White soft/lumpy material Filler/binder, I I 2% Cellulose None Detected with IY.11lll P illnt 25% Cellulose. _ _...�._.__._._.... _..�._._ White chalky material with Filler/binder, ` paper Gypsum Glass fibers None Detected White soft/lumpy material Filler/binder. _ I with paint Paint ?%Cellulu"k: None Detected �1 hite chalky material with Filler/binder. _S% Cellulose, paper Gypsum Glass fibers None Detected White soft/lumpy material Filler/binder. with paint Paint 2% Cellulose None Detected 25% Cellulose, White chalky material \\ ith FilleribinJcr. 2 None Detected paper Gypsum Glass fibers White powdery material with Binder/filler, I 1 ° 2 /o Cellulose None Detected paint Paint N kite powdery material with 2 Filler/binder 10% Cellulose None Detected paper 25% Cellulose. White chalky material \\ ith I illcr binder, 3 paper Gypsum Glass fibers None Detected White powdery material with Binder/filler, I paint Paint ° 2/o Cellulose None Detected Filler/binder, 25% Cellulose, y'Vhite chalky material with 2 paper Gypsum Glass fibers None Detected 2% Cellulose,Wollastonite 0I Red file Vinyl/binder 5°�' Chnsotile Yellow mastic Mastic/binder I % Cellulose None Detected Analyzed by: Cathy Butler(afl/v FLI/-Q-7 Report Page I 17 ►_TW'031. 01rel119:ITI 61aIXMI11I TIZA0:1lell:i1 ASBESTO NORTHWESTS 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 ASBESTOS 5 may& (� NORTHWEST LJV V LrJl�1J TESTING Asbestos Northwest, LLC NVLAIP LAP CODE 200993 0 30620 Pacific Hwy S, #103, Federal Way, WA 98003 Ph: (253) 9414343 Batch Number: 202313354 PLM Analysis by EPA Method 600/M4-82-020 and 600/R-93/116 This report must not be used by the client to claim product certification, approval, or endorsement by NVLAP, NIST, or any agency of the U.S. Government. Attn: Sean Molamphy Skillings 5016 Lacey Blvd SE Lacey WA 98503 Location: 1883 Bay St Port Orchard WA Date Received: 9/19/2023 Date Analyzed: 9/21/2023 Samples Received: 29 Samples Analyzed: 29 Client Sample Lab Sample Layer Description Matrix % Non -Asbestos % Asbestos Fibers ID ID Fibers and Type White powdery material with Binder/filler, 7 1 ]0 ° %Cellulose None Detected paint and paper Paint White chalky material with Filler/binder, 25% Cellulose, 2 paper Gypsum Glass fibers None Detected White powdery material with Binder/filler, I paint and paper Paint ° 10%Cellulose None Detected White chalky material with Filler/binder. 25% Cellulose, - paper Gypsum Glass fibers None Detected I Gray sheet vinyl Vinyl/binder None Detected None Detected 2% Cellulose None Detected Clear mastic Mastic/binder 2% Cellulose, 3 Ilcd the V in.I hinder 5% Chrysotile Wollastonite I % Cellulose 4 Yellow mastic Mastic/binder None Detected White powdery/brittle Filler/binder. I material with paint Paint ° Cellulose 3 /o None Detected � Iillei Binder. _ C;ra% sandNibrittle material 5%Cellulose None Detected Sand I I I Off white sheet vinyl Vinyl/binder None Detected None Detected IIro%%n fibrous material with I Iller, 75%Cellulose. - mastic Mastic/binder Synthetic fibers None Detected White powdery material with Binder/filler. I , I paint Paint '% Cellulose None Detected Analyzed by: Cathy Butler(gpv! F"'41-Ul Report Page 2 18 ►_G7:lxc11031. 01rel1.19:ITIM61ti1I111111110111; TIVA :1901.11 ASBESTO NORTHWESTS 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 ASBESTOS ZVI �r NORTHWEST UV L�JII�IIJ TESTING Asbestos NortllNest. [_LCNYIAP lAB CODE 1009930 30620 Pacific Hwy S, #103, Federal Way, WA 98003 Ph: (253) 9414343 Batch Number: 202313354 PLM Analysis by EPA Method 600/M4-82-020 and 600/R-93/116 This report must not be used by the client to claim product certification, approval, or endorsement by NVLAP, NIST, or any agency of the U.S. Government. Attn: Sean Molamphy Skillings 5016 Lacey Blvd SE Lacey WA 98503 Location: 1883 Bay St Port Orchard WA Date Received: 9/19/2023 Date Analyzed: 9/21/2023 Samples Received: 29 Samples Analyzed: 29 Client Sample Lab Sample La}cr Description Matrix % Non -Asbestos % Asbestos Fibers ID II) Fibers and Type White soft/lumpy material Filler/binder, 13 I 2 /o Cellulose a 8/o Chrysotile with paint Paint White powdery/brittle Filler/binder, 14 I u 3 /o Cellulose None Detected material with paint Paint f illcr. binder. _ Gray sandy/brittle material 5 /o Cellulose None Detected Sand Brown mastic Mastic/binder 2% Cellulose. None Detected Wollastonile Tan sheet vinyl Vinyl/binder None Detected None Detected Dark hro\Nn fibrous material Filler, 75% CCIIUlose, with mastic Mastic/binder Synthetic fibers None Detected 16 1 Tan sheet vinyl Vinyl/binder None Detected None Detected Clear mastic None Detected 2 Mastic/binder 2% Cellulose White soft/lumpy material Filler/binder. I I ith paint Paint ( ell Ul se H'% Chrysotile White chalky material with Filler/binder, 25% Cellulose. 2 None Detected paper Gypsum Glass fibers Y 1 Yellow mastic Mastic/binder 2% Cellulose None Detected Vinyl/binder _ Fan sheet \ inyl 3% CCHL110SC None Detected Black asphaltic fibrous Asphalt/binder, 75% Cellulose. 3 material with Mastic Mastic Synthetic fibers None Detected Analyzed by: Cathy Butler(AN 'v fQ-1 Report Page 3 19 ►_G7:lxcl031. 01r lChr:ITI 61aIXM1:1; TIZA0:1901Ci1 ASBESTO NORTHWESTS 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 ASBESTOS ONORTHWEST aIaQ Asbestos Northwest, LLC TESTING wvuv ue coos 200e93-0 30620 Pacific Hwy S, # 103, Federal Way, WA 98003 Ph: (253) 941-4343 Batch Number: 202313354 PLM Analysis by EPA Method 600/M4-82-020 and 600/R-93/116 This report must not be used by the client to claim product certification, approval, or endorsement by NVLAP, NIST, or any agency of the U.S. Government. Attn: Sean Molamphy Skillings 5016 Lacey Blvd SE Lacey WA 98503 Location: 1883 Bay St Port Orchard WA Date Received: 9/19/2023 Date Analyzed: 9/21/2023 Samples Received: 29 Samples Analyzed: 29 Client Sample Lab Sample I.:ncr Description Malriv % Non -Asbestos % Asbestos Fibers ID ID Fibers and Type 19 1 Blue sheet vinyl Vinyl/binder 3% Cellulose None Detected Black asphaltic fibrous Asphalt/binder. 75% Cellulose, - material with Mastic Mastic Synthetic fibers None Detected 20 1 Blue Iloral sheet vinyl Vinyl/binder 204, Cellulose None Detected Black asphaltic fibrous 75% Cellulose, Asphalt/binder, material with Mastic Mastic Svnthetic fibers None Detected White soft/lumpy material Filler/binder, l I o 2 /o Cellulose 0 8 /o Chrysotile with paint Paint White shall% material %pith Filler/ binder. 25%CCIILd0SC, - paper Gypsum Glass fibers None Detected Tan sheet vinyl Vinyl/binder 2% Cellulose None Detected I an waven/fibrous materia Filler/binder, with mastic Mastic 80%Cellulose None Detected I I an striped sheet vim I Vinyl/binder None Detected None Detected Brown fibrous material terial with Filler, 75% Cellulose, - s Mastic/binder Synthetic fibers None Detected Analyzed by: Cathy Butler(RN Report Page 4 20 ►_G7itxcl031. 01r ltir:ITI 61aI; TIVA0:1901ti1 MORTBHWEOST Asbestos Northwest, LLC 30620 Pacific Hwy S, #103, Federal Way, WA 98003 Ph: (253)941-4343 ASBESTO NORTHWESTS 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 KwUVTESTING NVLAP LAB CODE 200993-0 Batch Number: 202313354 PLM Analysis by EPA Method 600/M4-82-020 and 600/R-93/116 This report must not be used by the client to claim product certification, approval, or endorsement by NVLAP, NIST, or any agency of the U.S. Government. Attn: Sean Molamphy Skillings 5016 Lacey Blvd SE Lacey WA 98503 Location: 1883 Bay St Port Orchard WA Date Received: 9/19/2023 Date Analyzed: 9/21/2023 Samples Received: 29 Samples Analyzed: 29 Client Sample Lab Sample Layer Description Matrix % Non -Asbestos % Asbestos Fibers ID ID Fibers and Type �4 I Tan wood patterned sheet Vinyl/binder None Detected None Detected vinyl Clear mastic Mastic/binder 2% Cellulose None Detected l an pebble patterned sheel Vinyl/binder None Detected None Detected vinyl I an tihrtw, material 3\ ith Filler. 75 /° Cellulose. mastic Mastic/binder Synthetic fibers None Detected White powdery/brittle Filler/binder. 1 material with paint Paint ° 3 /o Cellulose None Detected I 'Ile, Binder. Gray sandy/brittle material 5% Cellulose None Detected Sand _o I Black asphaltic material Asphalt/binder 3% Cellulose, None Detected Glass fibers, 5% Cellulose. Black asphaltic material Asphalt/binder None Detected Glass fibers. Brown fibrous material Filler, Binder 90% Cellulose None Detected Black asphaltic material Asphalt/binder 3% Cellulose, None Detected Glass lbers, Silver paint Paint/binder I % Cellulose None Detected 3 Flack asphaltic material asphalt/binder %Cellulose. None Detected Glass fiber. Brown fibrous material 4 Filler, Binder 90% Cellulose None Detected Analyzed by: Cathy Butler��'��� Report Page 5 21 ►_RI1:1:1403'1►ref:19:IJib/ 61aIXMI11RVIVA0:19011:11 ASBESTO NORTHWESTS 30620 Pacific Hwy S Suite 103 Federal Way, WA 98003 Tel: 253 9414343 Fax: 253 9414175 ASBESTOS ` NORTHWEST KV1%VR Asbestos Northwest, LLC TESTING NVLAF LAB CODE 200993-0 30620 Pacific Hwy S, 4103, Federal Way, WA 98003 Ph: (253) 941-4343 Batch Number: 202313354 PLM Analysis by EPA Method 600/M4-82-020 and 600/R-93/116 This report must not be used by the client to claim product certification, approval, or endorsement by NVLAP, NIST, or any agency of the U.S. Government. Attn: Sean Molamphy Skillings 5016 Lacey Blvd SE Lacey WA 98503 Location: 1883 Bay St Port Orchard WA Date Received: 9/19/2023 Date Analyzed: 9/21/2023 Samples Received: 29 Samples Analyzed: 29 Client Sample Lab Sample Laker Description Matrix % Non -Asbestos % Asbestos Fibers 1D ID Fibers and Type 3%Cellulose, 28 1 Black asphaltic material Asphalt/binder None Detected Glass fibers. Silver paint 2 Paint/binder I% Cellulose None Detected 3 /o Cellulo,,:.Glass 3 Black asphaltic material Asphalt binder fibers, None Detected I Black asphaltic material Asphalt/binder 3% Cellulose. None Detected Glass fibers. 5% Cellulose. 2 Black asphaltic material Asphalt/binder None Detected Glass fibers. Filler, Binder 3 Bro%.n IibrOUJ material 90% Cellulose None ITctec(vd Analyzed by: Cathy Butlerk. (R ' 9 Report Page 6 22 City of Port Orchard Bay Street Overwater Structure Demolition City Project No. — PW2025-019 (Page left intentionally blank) VERSION 7110125 Project Manual Appendix B Page - 297