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