Loading...
HomeMy WebLinkAboutPW14-256 - Original - Skyline Steel, LLC - Briscoe-Desimone Levee Reach 1 Sheet Piling Supply Contract - 10/21/2014 F iTF # 5 ti h# 1iF� '3 Ree r s ManagerneTr�� KENT Documents WASHINGTON M ' CONTRACT COVER SHEET I This is to be completed by the Contract Manager prior to submission to City Clerks Office. All portions are to be completed. If you have questions, please contact City Clerk's Office. Vendor Name: Skyline Steel LLC Vendor Number: �D Edwards Number Contract Number: This is assigned by City Clerk's Office Project Name: Briscoe-Desimone Levee Reach 1 Sheet Piling Supply Contract Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment ® Contract ❑ Other: Contract Effective Date: Date of the Mayor's signature Termination Date: 60 calendar days Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Kelly Casteel Department: Engineering Contract Amount: $1,216,200.80 Approval Authority: (CIRCLE ONE) Department Director Mayor City Council Detail: (i.e. address, location, parcel number, tax id, etc.): To obtain sheet piles so they are available for installation prior to the winter's flood season. As of: 08/27/14 0110. KENT W nSYINOiOH Agenda Item: BID Calendar TO: City Council DATE: September 16, 2014 SUBJECT: Briscoe-Desimone Levee Reach 1 Sheet Piling Supply Contract Project - Award MOTION: Move to award the Briscoe-Desimone Levee Reach 1 Sheet Piling Supply Contract Project to Skyline Steel LLC in the amount of $1,216,200.82 and authorize the Mayor to sign all necessary documents, subject to final terms and conditions acceptable to the City Attorney and Public Works Director. SUMMARY: Reach 1 of the Briscoe-Desimone Levee is failing and is in need of immediate repair. Due to the lead time required to obtain steel sheet piles, an advance contract became necessary in order to have sheet piles available for installation prior to this winter's flood season. Plans and specifications for installation of the Reach 1 piles are being finalized for bidding in September. Two bids were received for the supply contract. This contract was previously awarded to the lowest bidder, Corpac Steel. However, they were unable to perform under the terms of the contract and they withdrew their bid and forfeited their bid bond. We are therefore recommended award of the contract to the second low bidder, Skyline Steel, LLC. Corpac Steel Products Corp. $ 900,484.35 - Bid withdrawn Skyline Steel, LLC $1,216,200.82 Engineer's Estimate $1,085,152.67 j i EXHIBITS: None RECOMMENDED BY: Public Works Director YEA: N/A NAY: N/A BUDGET IMPACTS: This contract will be funded out of the $18,000,000 approved by the King County Flood Control District and the Washington State Department of Ecology for the Briscoe-Desimone Levee project. PUBLIC WORKS DEPARTMENT Timothy 1. LaPorte, P.E. Public Works Director 400 West Gowe Kent, WA 98032 ® Fax: 253-856-6500 10EN7" PHONE: 253-856-5500 CITY OF KENT KING COUNTY, WASHINGTON Briscoe-Desimone Levee Reach 1 Sheet Piling Supply Contract Project Number: 09-3011 ADDENDUM No. 1 July 3, 2014 FROM: The Office of the City Engineer, Kent Washington TO: All Plan Holders of the Project Specifications and Plans This addendum forms a part of the Contract documents and modifies the Project Proposal and Specifications and Contract Drawings in accordance with the following: ALL CHANGES ARE SHOWN IN BOLD, ITALICS AND/OR STRIKETHROUGH I - BID OPENING The bid opening has been rescheduled to Tuesday, July 15, 2014 at 10:00 AM. The City Clerk's office will receive sealed bids up to 10:00 AM. II - BIDDER'S DOCUMENTS The following changes are reflected in the attached replacement page 6 of the Bidder's Document. Bidders must use the replacement page. i BRISCOE-DESIMONE LEVEE REACH 1 SHEET PILING SUPPLY ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 6000 6-20.5 2,203 Sheet Piling - Wall Type A $ $ KSP SQ FT (AZ26-700), 30'Length Per SF 0 6001 6-20.5 8;E19 Sheet Piling - Wall Type A $ $ KSP 10,098 (AZ26-700), 40' Length Per SF Y SQ FT 3 3 I 0 MAYOR SUZETTE COOKE •"�" '� - ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 6002 6-20.5 14,148 Sheet Piling - Wall Type A $ $ KSP 61197 (AZ26-700), 35' 45-Length Per SF SQ FT 6003 6-20.5 32,126 Sheet Piling - Wall Type A $ $ KSP 23,180 (AZ26-700) &9' 50' Length Per SF SQ Fr 6004 6-20.5 3,534 Sheet Piling - Wall Type A $ $ KSP SQ FT (AZ26-700), 55'Length Per SF 6094 6-20.5 2 Corner Pile - Type C14, $ $ 6005 KSP 3 59' Length Per EA EACH III - KENT SPECIAL PROVISIONS Page 6-4 - Section 6-20.5 - Payment REVISE this second paragraph as follows: "Sheet Piling - Wall Type A (A226-700) 30'Length,"per square foot "Sheet Piling - Wall Type A (AZ26-700) 40' Length," per square foot "Sheet Piling - Wall Type A (AZ26-700) 15-5' 45'Length," per square foot "Sheet Piling - Wall Type A (AZ26-700) 60'50'Length," per square foot "Sheet Piling - Wall Type A (AZ26-700) 55'Length,"per square foot Payment for steel sheet piling, of the size and type of sheet piling specified, shall be made at the unit price per square foot of wall as measured along the width of each pile (i.e. AZ26-700 width = 700 mm = 27.56"; therefore a 40' length would be 91.87 square feet). Payment shall cover all costs of furnishing, handling, storing, including other materials and work incidental to furnish, deliver and stockpile the sheet piling on the City property as described in KSP Section 1-04.9. END OF ADDENDUM No. 1 Chad Bieren, P.E. Date City Engineer Attachments: Proposal page 6 2 � BRISCOE-DESIMONE LEVEE REACH 1 SHEET PILING SUPPLY ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 6000 6-20.5 2,203 Sheet Piling - Wall Type A $ $ KSP SQ FT (AZ26-700), 30'Length Per SF 6001 6-20.5 8,849 Sheet Piling - Wall Type A $ $ KSP 10,098 (AZ26-700), 40' Length Per SF SQ FT 6002 6-20.5 14,148 Sheet Piling - Wall Type A $ $ KSP 6,197 (AZ26-700), 55 45 Length Per SF SQ Ff 6003 6-20.5 12,126 Sheet Piling - Wall Type A $ $ KSP 23,180 (AZ26-700) 68' 50' Length Per SF SQ FT 6004 6-20.5 3,534 Sheet Piling - Wall Type A $ $ KSP SQ FT (AZ26-700), 55'Length Per SF 6884 6-20.5 2 Corner Pile - Type C14, $ $ 6005 KSP 3 59' Length Per EA EACH Sub Total $ 9.5% WA State Sales Tax $ i Total $ i I I it Briscoe-Desimone Reach i Sheet Piling 6 July 3, 2014 Project Number: 09-3011 ADDENDUM 1 i p j INDEX Tab 1 Bidder's Package i i Tab 2 Payment and Performance Bond and Contract i Tab 3 Table of Contents Tab 4 Kent Special Provisions Tab 5 Prevailing Wage Rates i i i CITY OF KENT KING COUNTY, WASHINGTON . KENT SPECIAL PROVISIONSF i Briscoe- Sheet Piling Supply Contract Pr 01 ject Number: 09-3011 BIDS ACCEPTED UNTIL i July 8, 2014 12:00 P.M. LAID OPENING IMMEDIATELY FOLLOWIN i DELIVER TO CITY OF L{ NT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 i TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR i KENT 1 4,006 � ION ROL Di s T R. 1 C T W A S H I N G T O N BIDDER'S NAME- CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR I Briscoe- ®esimone Levee Reach 1 Sheet Piling Supply Contract Project Number: 09-3011 BIDS ACCEPTED UNTIL July kj, 2014 0 BID OPENING IMMEDIATELY FOLLOWING DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR j i i KENT WAS H IN 0 TON ORDER OF CONTENTS Invitation to Bid Contractor Compliance Statement Declaration — City of Kent Equal Employment Op portunity Policy � Administrative Policy 1.2 — Minority and Women Contractors City of Kent Equal Employment Opportunity Compliance Statement Proposal i City of Kent Subcontractor List (over $100K) Subcontractor List (over $1 million) Contractor's Qualification Statement Proposal Signature Page Bid Bond Form Combined Declaration Form Non-Collusion, Minimum Wage Change Order Bidder's Checklist Payment and Performance y Bond Contract Table of Contents Kent Special Provisions Kent Standard Plans Prevailing Wage Rates I INVITATION TO BID Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through July 8, 2014 up to 12:00 p.m. as shown on the clock on the east wall of the City Clerk's Office on the first floor of City Hall, 220 4th Avenue South, Kent, Washington. All bids must be properly marked and sealed in accordance with this "Invitation to Bid." Bids must be delivered and received at the City Clerk's office by the above-stated time, regardless of delivery method, including U.S. Mail. All bids will be opened and read publicly aloud immediately following 12:00 p.m. for the City of Kent project named as follows: Briscoe-Desimone Levee Reach 1 Sheet Piling Supply Contract Project Number: 09-3011 The project consists of furnishing, storage and deliver to the City of Kent p J 9, 9 Y Y approximately 35,000 square feet of steel sheet piling for Sheet Piling Wall Type A (AZ26-700). The Engineer's estimated cost of this project is approximately $800,000. Bid documents may be obtained by contacting City of Kent Engineering Department, Nancy Yoshitake at (253) 856- 5508. For technical questions, please call Ken Langholz at (253) 856-5516. Bids must be clearly marked "Bid" with the name of the project on the outside of the envelope, addressed to the City Clerk, 220 4th Avenue South, Kent, WA 98032-5895. Only sealed bids will be accepted. No facsimiles or electronic submittals will be considered. Each bid shall be in accordance with the plans and specifications and other contract documents now on file in the office of the City Engineer, City of Kent, Washington. Copies of the Kent Special Provisions may be purchased at a non-refundable cost of $25.00 for each set. Plans and specifications can also be downloaded at no charge at www.kentwa.gov/procurement. Copies of the WSDOT Standard Specifications are available for perusal only. A cashier's check, cash or surety bond in the amount of 5% of the bid is required. The City of Kent reserves the right to reject any and all bids on any or all schedules or alternates or to waive any informalities in the bidding and shall determine which bid or bidders is the most responsive, satisfactory and responsible bidder and shall be the sole judge thereof. No plea of mistake in the bid shall be available to the bidder for the recovery of his/her deposit or as a defense to any action based upon the neglect or refusal to execute a contract. Bidders must submit with their initial bid a signed statement as to whether they have previously performed work subject to the President's Executive Order No. 11246. No bidder may withdraw his/her bid for a period of sixty (60) days after the day of bid opening. Dated this n s 6rday of / 2014. �F/ i II BY. �. �x �L e��_ . r1/yjC, ,'Ronald F,.Moore, City Clefk Published in Kent Reporter on June 27, 2014 Daily Journal of Commerce on June 24 and July 1, 2014 CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) i i Date This statement relates to a proposed contract with the City of Kent named Briscoe-Desimone Levee Reach i Sheet Piling Supply Contract Project Number: 09-3011 I I am the undersigned bidder or prospective contractor. I represent that - 1. I have, have not, participated in a previous contract or subcontract subject to the President's Executive Order #11246 (regarding equal employment opportunity) or a preceding similar Executive Order. NAME OF BIDDE/R j' q ff //J . 9 y. r SIGNATUREJTITLE kco ADDRESS i (Note to Bidders: The information required in this Compliance Statement is informational only) Briscoe-Desimone Reach 1 Sheet Piling 1 June 23, 2014 Project Number: 09-3011 DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY i The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such, all contractors, subcontractors and suppliers who perform work with relation to this contract shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific contract to adhere to. An affirmative response is required on all of the following questions for this contract to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlined, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the contract; The questions are as follows: 1. 1 have read the attached City of Kent administrative policy number 1.2. 2. During the time of this contract I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this contract the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the contract I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this contract, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. i --- } � z For: _. ' .. j I Title: :ka``t`4t <_r Date: ' 1 Briscoe-Desimone Reach 1 Sheet Piling 2 June 23, 2014 Project Number: 09-3011 J CITY OF KENT ADMINISTRATIVE POLICY i NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 III SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding contracts with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the contract. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to l these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. I i I, i Ili Briscoe-Desimone Reach 1 Sheet Piling 3 ]une 23, 2014 Project Number: 09-3011 PROPOSAL To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that �� has examined the job site and construction details of the work as outlined on the plans and described in the specifications for the project named Briscoe-Desimone Levee Reach 1 Sheet Piling Supply Contract/Project Number: 09-3011 for the City of Kent, Washington, and has read and thoroughly understands the plans and specifications and contract governing the work embraced in this improvement and the method by which payment will be made for that work and hereby proposes to undertake and complete the work embraced in this improvement in accordance with the bid and contract, and at the following schedule of rates and prices: NOTE TO BIDDERS: 1) All bid items are described in the Kent Special Provisions (KSP) or the Standard Specifications (WSDOT). Reference the Section No. listed in this proposal, where the bid item is described. 2) Proposal items are numbered in sequence but are non-continuous. 3) Unit prices for all items, all extensions, and total amount of bid must be shown. EXAMPLE i SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1006 2-03.5 100 Roadway Excavation, $14.00 $1,400.00 WSDOT CU YDS Including Haul Per CY i Any bids not filled out properly may be considered non-responsive. I i I i Briscoe-Desimone Reach 1 Sheet Piling 5 June 23, 2014 Project Number: 09-3011 i BRISCOE-DESIMONE LEVEE REACH 1 SHEET PILING SUPPLY ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 6000 6-20.5 2,203 Sheet Piling - Wall Type A KSP SQ FT (AZ26-700), 30'Length Per SF _ I 6001 6-20.5 87819 Sheet Piling - Wall Type A $ ''t $ KSP 10,098 (AZ26-700), 40' Length Per SF SQ FT if i 6002 6-20.5 14,448 Sheet Piling - Wall Type A $2 4.V KSP 6,197 (AZ26-700), 55' 45 Length Per SF 3 SQ FT 6003 6-20.5 12,126 Sheet Piling - Wall Type A $1 KSP 23,180 (AZ26-700) 6V 50 Length Per SF SQ FT 6004 6-20.5 3,534 Sheet Piling - Wall Type A $C4055 KSP SQ FT (A2'26-700), 55'Length Per SF 6e94 6-20,5 2 Corner Pile - Type C14, $ IL�',n$ 6005 KSP 3 59' Length Per EA EACH Sub Total $ sEra0. 9.5°!o WA State Sales Tax $ ` a Total $ ' „: 'S a �3 i Briscoe-Des!mone Reach 1 Sheet Piling 6 July 3, 2014 Project Number: 09-3011 ADDENDUM CITY OF KENT SUBCONTRACTOR LIST (Contracts over $100,000) List each subcontractor, from any tier of subcontractors, that shall perform subcontract work amounting to more than 10% of the total bid contract price. List each bid item to be performed by each designated subcontractor in numerical sequence. If no subcontractors will be performing 10% or more of the work, indicate this by writing `None" and signing this form at the bottom of the page. Failure to submit a fully completed and signed subcontractor list after the time set for bid opening may disqualify your bid. Project Name: Briscoe-Desimone Levee Reach 1 Sheet Piling SupOly Contract Project Number: 09-3011 Subcontractor Namer," Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers i j Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers CONTRACTOR'S SIGNATURE / = Briscoe-Desimone Reach 1. Sheet Piling 7 June 23, 2014 Project Number: 09-3011 SUBCONTRACTOR LIST (Contracts over 1 million dollars) I v, Name of Bidder: e Project Name: Briscoe�6esimone Levee Reach 1 Sheet Piling Supply Contract Project Number: 04-3011 I Pursuant to RCW 39.30.060, Bidder shall list the names of the subcontractors with whom the Bidder, if awarded the contract, will subcontract for performance of the work of heating, ventilation, and air conditioning; plumbing; and electrical, or to name itself for the work. Failure of the Bidder to submit, as part of the Bid, the names of such subcontractors or to name itself to perform such work or the naming of two or more subcontractors to perform the same work shall render the Bidder's Bid non-responsive and, therefore, void. Heating, Ventilation, and Air Conditioning Subcontractor Name: Plumbing Subcontractor Name: Electrical Subcontractor Name: r s I Signature of Bidder Date i i I i Briscoe-Desimone Reach 1 Sheet Piling 8 June 23, 2014 Project Number: 09-3011 CONTRACTOR'S QUALIFICATION STATEMENT (RCW 39.04.350) THE CITY WILL REVIEW THE CONTRACTOR'S RESPONSES TO THIS FORM TO DETERMINE WHETHER THE BIDDING CONTRACTOR IS RESPONSIBLE TO PERFORM THE CONTRACT WORK. THIS FORM REQUIRES CRITERIA ESTABLISHED BY STATE LAW AS WELL AS SUPPLEMENTAL CRITERIA ESTABLISHED BY THE CITY THAT ARE APPLICABLE TO THIS PUBLIC WORKS PROJECT. THE BIDDER SHOULD READ AND RESPOND TO THIS FORM CAREFULLY. Indicia of contractor's responsibility inherently involve subjective determinations as to the contractor's ability to perform and complete the contract work responsibly and to the owner city's satisfaction. The city has an obligation and a duty to its citizens and its taxpayers to administer its budgets and complete its projects in a businesslike manner. Accordingly, it has a duty to exercise the type of inquiry and discretion a business would conduct when selecting a contractor who will be responsible to perform the contract work. The city's supplemental criteria are based, in large part, on the qualification statement form used by the American Institute of Architects. The city provides these criteria so as to provide the most objective framework possible within which the city will make its decision regarding the bidder's ability to be responsible to perform the contract work. These criteria, taken together, will form the basis for the city's decision that a bidder is or is not responsible to perform the contract work. Any bidder may make a formal written request to the city to modify the criteria set forth in this qualification statement, but that request may only be made within 48 hours of the date and time that the bidder first obtains the bid documents or three (3) business days prior to the scheduled bid opening date, whichever occurs first. If the city receives a modification request, it will consider any information submitted in the request and will respond before the bid submittal deadline. If the city's evaluation results in changed criteria, the city will issue an addendum establishing the new or modified criteria. I If the city determines that, based on the criteria established in this statement, a bidder is not responsible to perform the contract work, the city will provide written notice of its determination that will include the city's reason for its decision. The bidder has 24 hours from the time the city delivers written notice to the bidder that the bidder is not responsible to perform the contract work to appeal the city's determination. No appeals will be received after the expiration of this 24 hour appeal period. The city may deliver this notice by hand delivery, email, facsimile, or regular mail. In the event the city uses regular mail, the delivery will be deemed complete three days after being placed in the U.S. Mail. The bidder's right to appeal is limited to the single remedy of providing the city with additional information to be considered before the city issues a final determination. Bidder acknowledges and understands that, as provided by RCW 39.04.350, no other appeal is allowed and no other remedy of any kind or nature is available to the bidding contractor if the City determines that j the bidder is not responsible to perform the contract work. Briscoe-Desimone Reach 1 Sheet Piling 9 June 23, 2014 Project Number: 09-3011 i If the bidder fails to request a modification within the time allowed, or fails to appeal a determination that the bidder is not responsible within the time allowed, the city will make its determination of bidder responsibility based on the information submitted. COMPLETE AND SIGN THIS FORM AS PART OF YOUR BID. FAILURE TO PROPERLY COMPLETE THIS FORM MAY ALSO RESULT IN A DETERMINATION THAT YOUR BID IS NON-RESPONSIVE AND THEREFORE VOID. i I THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES: CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. I i The undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading. SUBMITTED BY: NAME: 't ADDRESS: PRINCIPAL OFFICE: P ADDRESS: :> - t L 4 ;4 PHONE; i" i r ;j i >,2�i r. FAX: firy `"s<, ..— I L4'�i 1. STATUTORY REQUIREMENTS 1.1 Provide a copy of your Department of Labor and Industries certificate of registration in compliance with chapter 18.27 RCW. iA` xxi: ,Y� 1.2 Provide you/ur current state unified business identifier number. 1.3 Provide proof of applicable industrial insurance coverage for your employees working in Washington as required in Title 51 RCW, together with an employment security department number as required in Title 50 RCW, and a state excise tax registration number as required in Title 82 RCW. Providing a copy of a state of Washington "Master License Service Registration and Licenses" form is typically sufficient evidence of the requirements of this subsection. 1.4 Provide a statement, signed by a person with authority to act and speak for your company, that your company, including any subsidiary companies or affiliated companies under majority ownership or under control by the owners of the bidder's company, are not and have not been in the past three (3) years, disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065 (3). { r4 k�aQ Briscoe-Desimone Reach 1 Sheet Piling 10 of 23, 2014 Project Number: 09-3011 2. ORGANIZATION 2.1 How many years has your organization been in business as a Cor4tractor? '74 2.2 How many years has your organization been in business under its present business name? 2.2.1 Under what other or former names has your organization operated? I 2.3 If your organization is a corporation, answer the following: 2.3.1 Date of incorporation: 2.3.2 State of incorporation: 2.3.3 President's name: 2.3.4 Vice-president's name(s):,.t r 2.3.5 Secretary's name: 2.3.6 Treasurer's name: 2.4 If your organization is a partnership, answer the following: 2.4.1 Date of organization: /A 2.4.2 Type of partnership (if applicable): 2.4.3 Name(s) of general partner(s): 2.5 If your organization is individually owned, answer the following: 2.5.1 Date of organization: 2.5.2 Name of owner: 2.6 If the form of your organization is other than those listed above, describe it and name the principals: z" 3. LICENSING 3.1 List jurisdictions and trade categories in which your organization is legally qualified to do business, and indicate license numbers, if applicable. 3.2 List jurisdictions in which your organization's partnership or trade name is filed. 4. EXPERIENCE 4.1 List the categories of work that your organization normally performs with its own forces. 4.2 Claims and Suits. (If the answer to any of the questions below is yes, please attach details.) 4.2.1 Has your organization ever failed to complete any work awarded to it? Briscoe-Desimone Reach I Sheet Piling 11 June 23, 2014 Project Number: 09-3011 i i 4.2.2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? 4.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years? i 4.3 Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? (If the answer is yes, please attach details.) 4.4 On a separate sheet, list major construction projects your organization has in progress, giving the name of project, owner, architect or design engineer, contract amount, percent complete and scheduled completion date. 4.4.1 State total worth of work in progress and under contract: 4.5 On a separate sheet, list the major projects your organization has completed in the past five years, giving the name of project, owner, architect or design engineer, contract amount, date of completion and percentage of the cost of the work performed with your own forces. 4.5.1 State average annual amount of construction work performed during the past five years: 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organiization. ? "r `'.. '-&> E 4.7 On a separate sheet, list your major equipment. S. REFERENCES 5.1 Trade References: 5.2 Bank References: 5.3 Surety: 5.3.1 Name of bonding company: 5.3.2 Name and address of agent: 6. FINANCING X 6.1 Financial Statement. I After bid opening, the City may require the following financial information from any of the three apparent low bidders. If so required, the selected bidder(s) must respond with this financial information within 24 hours of F� the City's request for that information. The City's request for this information shall not be construed as an award or as an intent to award the contract. A bidder's failure or refusal to provide this information may j result in rejection of that bidder's bid. j� Briscoe-Desimone Reach 1 Sheet Piling 12 lure 23, 2014 Project Number: 09-3011 6.1.1 Attach a financial statement, preferably audited, including your organization's latest balance sheet and income statement showing the following items: Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory and prepaid expenses); Net Fixed Assets; Other Assets; Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries and accrued payroll taxes);Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus and retained earnings). 6.1.2 Name and address of firm preparing attached financial statement, and date thereof: 6.1.3 Is the attached financial statement for the identical organization named on page one? 6.1.4 If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent- subsidiary). 6.2 Will the organization whose financial statement is attached act as guarantor of the contract for construction? 7. SIGNATURE 7.1 Dated at this V4 day of �A -12014, Name of Organization: _U I ALI By: tr Title: WW 14 - 7.2 being duly sworn, deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading. Subscribed and sworn,,b44;�re me this day of 10t ........ Notary Public`: 1,11*11"MMISS A/O;r My Commission Expires: l r4 Briscoe-Desimone Reach I Sheet Piling 13 Project Number: 09-3011 1,011$11111 skylinesfeelI a tN U 1=Gi r4 wM"ny j Date: 7J14J2014 City of Kent Public Works Department Kent,WA 98032 Briscoe-Desimone Reach 1 Sheet Piling Project Number:09-3011 In Response to Contractors Qualification Statement 1.4 Skyline Steel, including any subsidiary companies or affiliated companies under majority ownership or under control by the owners of the bidder's company, are not and have not been in the past three (3) years, disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065 (3). Regards, Aaron Bunting District Manager Northwest 253-922-2727 i i i w orA U Z=X3 FRwm"nv Date: 7/i4/14 City nfKent Public Works Department Kent, VVA98032 Statement Letter Project Name: Briscoe-Desimone Levee Reach I Sheet Piling Supply Contract Project Number 0O'3011 |n Response h> Contractor's Qualification Statement 4.4 and 4.5 Only referenced a few local projects in Washington State in lieu of Nationwide Skyline Steel projects. 4A 1. City of Seattle Elliott Bay Sea Wall Containment Wall Ph.2 &1ortanaun Manson JV/$3.O00.D00 Order Value 2. City uf Tacoma Central Treatment Plant Flood Protection |nocu General Construction/$88O'00O.0O Order Value 3. Sound Transit North Link Extension D8M Contractors Inc. /%4GO.O00.D0 Order Value 4. City of Kent Briscoe Denimone Levee Project Topani Underground /$2,00O.U00.UO Order Value 4.5 1� VVRD0TSR83 Alaskan way viaduct stage 2 Pacific Pile and Marine/$4.5D0.O0U.OD Order Value 2. VVSDUTEbey Slough Bridge Pacific Pile and Marine$3.0U0.000.UO Order Value 3. City of Kent Boeing Levee F|oudvvu|| Ouigg Bros. /$500.O0O.O0 Order Value 4. City of Kent Horseshoe Levee Stage 2 SC| Infrastructure/$4Q0,0O0.00 Order Value — Nam Nguyen Skyline Steel NVV Representative and P.M. 30154"Ave. East Soke1O0 Fife,Wo\984Z4 Ph:Z53.9l227271 Fax 25392l2728 wvvw«ky|ioestee|.00w A� 0710 CERTIFICATE ®F LIABILITY INSURANCE °ATE9t2014 MM Y ' THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Marsh USA Inc. NAME.---,,- _.-..__.. 100 North Tryon Street,Suite 3600 WcNo Ext) talc,You Charlotte,NC 28202 ADORES$ _ .-..__--- INSURERS AFFORDING COVERAGE NAIL# 056115-SkyLasua-14-15 Skylin NJ INSURER A:Arch Insurance Company 11150 INSURED INSURERS,National Union Fire Ins Co Pittsburgh PA 19445 Skyline Steel,LLC Arch Indemnity Insurance Company Astralloy Steel Products,Inc. INSURERC: y D y 8 WoodhollOW Road,Suite 102 INSURER D: Parsippany,NJ 07054 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: ATL-003276910-01 REVISION NUMBER:7 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE AODL SUER POLICY NUMBER MMIDDY EFF MMIDDYJYYVYMQENER�ALAGOREOATE LIMITS TR A GENERALLIABILITY 3IGPP4993900 01/01/2014 01/0112015 RRENCE �$ 2,000,000 X RE 1TEDIABILITY Ea occunenee $ OCCUR ny one person) S ADV INJURY S 2,000,000 GREGATE S 10,000p00 GEN'LAGGREGATE LIMIT APPLIES PER: -COMP/OP AGO $ 4,000,000 POLICY PRO LOC $ A AUTOMOBILE LIABILITY 3 ICAB4932007(ADS) 01/01/2014 01/01/2015 COMBINED SINGLE LIMIT 7000000 Ea accident A X ANY ALTO 31CAR4953107(MA) 01/01/2014 01/01/2015 BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ALTOS NONOWNED PROPERTY DAMAGE $ HIREDAUTOB PAUTOS Peraccuienl $ B *XUMBF ELLA LIAB X BE 20562351 01/0112014 01/0112015 3,000,000 OCCUR EACH OCCURRENCE SSS LIAB CLAIMS-MADE AGGREGATE $ 31000,000 17 RETENTIONS 1 $ A WORKERS COMPENSATION 31WO14932107(AOS) 01/0112014 0110112015 X uvc sTAru-AND EMPLOYERS'LIABILITY G ANY PROPRIETORIPARTNERIEXECUTIVE YIN 34WO14993800(NY) 01f0112014 01/01/2015 E.L.EACH ACCIDENT $ 1,000,000 OFFICERIMEMBER EXCLUDED4 NIA (Mandatory in Ni E.L.DISEASE-EAEMPLOYE $ 1,000,000 If yes describe under 1,000,000 DESCRIPTION OF OPERATIONS below EL DISEASE-POLIGY LIMIT $ DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101,Additional Remarks Schedule,if mare space is required) If required by written contract with the named insured,subject to the policy terms and Conditions:The City,Kolb County and the King County Flood Control Zone District are additional insured under the General Liability policy. The Workers'Compensation policy only covers Stop Gap in the state of Washington-Workers'Compensaton coverage does not apply. I CERTIFICATE HOLDER CANCELLATION City of Kent SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City Hall THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 22041h Avenue S. ACCORDANCE WITH THE POLICY PROVISIONS. Kent,WA 98032-5895 AUTHORIZED REPRESENTATIVE of Marsh USA Inc, Paula Stapleton Ii L. typ�,ate�+ j ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010105) The ACORD name and logo are registered marks of ACORD i i e a r^A EJ C®Fq coaspam , Skyline Steel,LLC Phones {973}428-61O0 � 8 Woodhollow Road,Parsippany,NJ 07054 Fax: (973)8093 CREDIT APPLICATION Type of Business Steel Distribution Federal Tax ID Number 22-2198913 Date Established April 1, 1978 DUNS N: 05-244-9576 COMPANY OFFICERS Name: Laurent De Mey Title: CEO Name: Judith Gorog Title: V.P. Finance/CFO BANK REFERENCE Name: JPMorganChase Bank,N.A. Account: 826077992 Address: One Chase Manhattan Plara Account Officer: Cheryl Bac New York,NY 10005 Contact Phone: 713 216 7467 ARA No.:._021 000 021 Credit Request Department Phone 817 345 3795 Email client audit confirmations4i?jpmchase.cam TRADE REFERENCES Name: Nucor-Yammo Steel Company Phone: 870-762.5500 Address: P.O.Box 1228,Blytheville,Arkansas 72316 Fax: 870-762-1130 Name: Dura-Bond Pipe,LLC Phone: 717-986-1100 Address: P.O,Box 73371,Cleveland,OH Fax: 717-986-1 t04 Name: Infra-Metals Phone: 815-795-5002 Address: 12922 Collections Center Dr,Chicago,II. Fax: 815-795-5041 I i TRUCKING: GLENN LEE,SAVANAH,GA 912-964-5499 FACSIMILE DENIS GRAY,SUMMERS, WA 253-720-0891 FACSIMILE GREA'r AMERICAN,BALTIMORE,MD 724-733-2323 PHONE ONLY I Request for Taxpayer Give Farm co the D.amaor2311) Identification Number and Certification requester.Donut InII I R. SBA ry send to the IRS. Nan,lac aamm on your it o se lox mlum) NUCOR SATURN HOLDING INC. of dWkwu nemefdlale9mded endtYnamo,Il d(lwma from shore — I SKYLINE STEEL,LLC(Federal ID 22.2108013) Chock epPreprbla box lot kernel tax classllkaams - ❑adividudVa is prep kno, O C Ccrpomtion El s ommauon ❑ PMilsol y O V! y T(WVBSIntO III E ❑ Umtlodrwbeiry company.Elleram inx daedikaltan hOCur oration,9_e co' ©Fxampt payee $ 2 ( P - pcnatan,P=pannanlilp)� ❑0lhe1(aeoIrnhodkm,)a ii. !E Adransa(numtair.W.l,end aPi.or sultana.) - fiequaatar'a nano ar,ptldrasa(aPitprep 191b REXFORD ROAD GtY•meta,end 2P Cetle _____ _ CHARLOTTE,NC 20211 Urt sceaunl numboda)huro(aplbnaQ '— ------ -- Tax a or Identification Number TIN Enter yourTlN In the appropriate box.Tire TIN Provided ritual notch Ilia name given on ilia-Namo'lina sodas poeudly n�u�mlb�er�I ICI 1I�1' to avoid backup 10withholding.For Individuals,ills Is your socialrt I roily numbern Is H. of at fora [� W -I-�J ,widelnl t is y$olo ploy a let or llcall artled entity,see the Part I instructions on pogo a.Far oihor antilloa,a is your employer idonhliCagan number(EIN).If you do an have a number,see New!o got a 77N on pogo 3. Note,It the accoum is N more than one name,Soa the Chart on page 4 for guidelines on vfiose i employer Idennepatian nvmbar _ number oenter. —� �� ] 4 6 - 6 2 4 9 1 3 9 Certification Under penalties of perjury,)cenity chat: ----- 1. The number shown an this form Is my correct taxpayer ldengficalion number(at I am waiting for a number to be Issued to me),and 2. 1 am not subject to backup wkhholdlno because:(a)I tutu exempt from backup withholding,or(of I have net been notified by the Internal Revenue Service(IRS)that I sm subject to backup withholding as a result of a failure to report all Interest or dividends,or(a)the IRS has notified me that I an, no longer subject to backup withholding,and 3. l am a U.S.citizen or other U.S.person(defined below), Certification Instructions,You must crass out item 2 above If you have been notified by the IRS that you we currently subject to backup withholding bacauso you have faded to report all interest end dividends on your tax return.For real estate transactions,Rom 2 does not apply.For mortgage Interest paid,acquisition or abandonment of secured property,cancellation of debt,contributions to an Individual rethoment arrangement gRA),and generally,payments other than Interest and dividends,you are not required to sign the certification,but you must provide your correct TIN.Soo Iho instructions on page 4. Sign stgnatureoaaf�7�y� J -'--- Here U.S.porna 1d� ASST. SECRETARYData� 07/13/2012 General Instructtiioo�' Note.II a requester gives you a form other than Form W-9 to request Section references am to the internal Revenue Code union otherwise Your 7IN,you must use the requester's form it a is substantially similar noted, to this Form W-9. Doflnlfion of a U.S.person.For federal tax purposes,you are Purpose of Form considered a U.S.person II you we: A person who to required to file an information return with the IRS must •M Individual who is a U.S.citizen or U.S.resident allon, obtain your correct taxpayer Identification number(TIN)to island,for .A parlmuship,corporation,company,or assoclallon created or example,income paid to you,real osiate transactions,mortgage interest organlrod in the United States or under the laws of the United States, you paid,acquisition or abandonment of secured property,cancellation .An estate(other than a foreign estate),or Of debt,or contributions you made to an IRA .q tlomestia trust(as defined bl Ra Use Form W-9 only if you are a U.&portion Wooing a resident guletbrva sac9an 391.77Di-7) eden),toprovido your cotton TIN to the person mqumningaghe Special Mes lot padnersh hire.Partnerships That conduct a trade at requested and,when applicable,to: business In the United Slates are generally required to pay a withholding 1.Codify that the TIN you are giving is correct(or you are wailing for a lax or any foreign partners'share of income from such business, number to be issued). Further,in canals cases where a Form W9 his not been resolved,a Is required to presume that a partner Is a foreign person, 2.Certify that you are not subject to backup withholding,or partnand pay the withholding tax.Therefore,It you we a U.S.person that Is a J.Claim exemption from backup withholding It you are a U.S.exempt partner in a pannatelvp conducting a trade or business In the United peyeo.if applicable,you are also certifying that in a U.S.person,your States,Provide Form W 9 to the partnership to establish your U.S. allocable share of any partnership Income from a U.S,trade or busviosa status and avo;d withholding on your share of partnership Income. is not subject to the withholding tax on foreign partners'sham of effectively connected Income. Cal.No.1023pt Form -9(Rev.12 2011) ffieSteelLLC hollewoma dR ' parsippe8yeN07454 x$ i �Q SPATg �h RESELLER PERMITWashington State Department of Revenue STATE OF TO Box 47476•OlympliWA 98504.7476. 1 A00-647.7706 WASHINGTON i Issued to:602287801 Permit Number: A09 1067 17 SKYLINE STEEL LLC 8 WOODHOLLOW RD STE 102 Effective Date: 01-01-2014 PARSIPPANY NJ 07084 2829 Business Activities: Expiration Date: 12-31-2017 METAL SERVICE CENTERS AND OTHER METAL MERCHANT WHOLESALERS This permit can be used to purchase: • Merchandise and Inventory for resale without intervening use • Ingredients,components, or chemicals used in processing new articles of tangible personal property produced for sale • Feed,seed,seedlings,fertilizer,and spray materials by a farmer • Materials and contract labor for retaillwholesale construction • Items for dual purposes(see Purchases for Dual Purposes on back) This permlt cannot be used to purchase: • Items for personal or household use • Promotional items or gifts • Items used In your business that are not resold,such as office supplies,equipment,tools,and equipment rentals • Materials and contract labor for public road construction or U.S.government contracting(see Definitions on back) • Materials and contract labor for speculative building This permit is no longer valid if the business is closed. The business named on this permit acknowledges: • It is solely responsible for all purchases made under this permit • Misuse of the permit: - Subjects the business to a penalty of 80 percent of the tax due,in addition to the tax, interest,and penalties I Imposed(RCW 82.32.291) - May result in this permit being revoked , Notes(optional): J i Important: The Department of Revenue may use information from sellers to verify all purchases made with this permit were qualified. i I Reseller.Keep this original permit on file.Provide copies to sellers from which you make purchases. I D&"are PAGE i The First State ;III I, HARRIET SMITH WINDSOR, SECRETARY OF STATE OF THE STATE OF DELAWARE, DO HEREBY CERTIFY THE ATTACHED IS A TRUE AND CORRECT COPY OF THE CERTIFICATE OF MERGER, WHICH MERGES : "SKYLINE STEEL CORPORATION" , A NEW JERSEY CORPORATION, WITH AND INTO "SKYLINE STEEL, LLC" UNDER THE NAME OF "SKYLINE STEEL, LLC" , A LIMITED LIABILITY COMPANY ORGANIZED AND EXISTING UNDER THE LAWS OF THE STATE OF DELAWARE, AS RECEIVED AND FILED IN THIS OFFICE THE THIRTY—FIRST DAY OF MARCH, A.D. 2003, AT 10:30 O'CLOCK A.M. ,1 Il' I i Harriet Smith Windsor,Secretary of State I, i 3626922 8100M AUTHENTICATION: 2339481 030210702 DATE: 03-31-03 I STATE OF DELAWARE SECRETARY OF STATE DIVISION OF CORPORATIONS FILED M 30 AM 0313112003 030210702 — 3626922 } i CERTIFICATE OF MERGER OF SKYLINE STEEL CORPORATION AND SKYLINE STEEL,LLC i Pursuantto Title 6,Section 18-209 of the Delaware Limited Liability Company Act, 1. The name of the surviving limited liability company is Skyline Steel,LLC, a Delaware limited liability company. 2. The name of the corporation being merged into this surviving limited liability company is Skyline Steel Corporation. The jurisdiction in which this corporation was formed is New Jersey. 3. The Agreement of Merger has been approved and executed by both the corporation and limited liability company. 4. The name of the surviving limited liability company is Skyline Steel,LLC. 5. The executed Agreement of Merger is on file at 8 Woodhollow Road, Parsippany,NJ 07054,the principal place of business of the surviving limited liability company. 6. A copy of the Agreement of Merger will be furnished by the surviving limited liability company on request,without cost,to any member of the limited liability company or any person holding an interest in any other business entity which is to merge or consolidate. I III I NYK s20657-t.o4M1.aolo j I I i � I IN WITNESS WHEREOF,said limited liability company has caused this certificate to be signed by an authorized person,this 3I'day of March,2��000j3. ,, J )cJ Name: Ric— har 'il bd Title: Senior Vice President Finance it I I i I II NYK M57-1.04W21.0010 MRR.28.2003° 5:58PM' DIV OF REVENUE NJ NN0.456 P.P.1/6 was >!OOI CFATI tCAT13 OF MF3RGBR St:ttsTr�airarar OF SKYLINE STriBL CORPORATION, I a New Jersey corporation, AND SKYLIN14 STEEL,I.J.C, a Delaware limited liability company, d/b/a ARBED STEEL,LLC in the State of New Jersey To the Secretary of State of the State of New Jersey Pursuant to the provisions of Section 14A:10-14 of the New Jersey Business Corporation Act and Section 42A of the Now Jersey Limited Liability Code,it is hereby certified that; 1, The names of the merging business entities are Skyline Steel Corporation,which is a business corporation organized tinder the laws of the State of New Jersey, and Skyline Steel, LLC, which is a limited liability company organized under the laws of the State of Delaware and doing business m Arbed Steel,LLC in the State of Now Jersey, 2, Annexed hereto as Bxhibit A and made a part hereof is the Agreement and Plan of Merger for merging Skyline Steel Corporation With and into Skyline Steel,LLC as approved by the Board Df Directors of each of said business entities, 3, The number of shares of Skyline Steel Corporation which were entitled to vote at the time of the approval of the Plan of Merger by its shareholders is 4,000 shares of common stook, all of which are of one class. All of the shareholders entitled to vote of the aforesaid corporation approved the Agreement and Plan of Merger pursuant to their written consents without a meeting of shareholders; and the number of shares represented by such consents is 4,000 shares of common stock, The date of said consents and approval was March 1,2003, 4. All of the membership interests of Skyline Steel, LLC which were entitled to vote at the time of the approval of the agreement and Plan of Merger by its members are all of one class, S 1D31a MRR 28 2003 10;44 609082M08 PRGE111 I MRR.2B.200? 5:58PW DIV OF REVENUE NJ tNO.456 PP-2/8 I, I All of the mernbcrs entitled to vote of the aforesaid business entity approved the Agreement and Plan of Merge;pursuant to their written consents without a meeting of members: and such consents represents all of the membership interests, The date of said consent and approval was March 1,2003, 5. The applicable provisions of the laws of the jurisdiction of organization of Skyline Steel, LLC relating tq the merger of Skyline Steel Corporation with and into Skyline Steel, LLC will have btton complied with upon compliance with any of the filing and recording requirements thereof, 6. Skyline Steel, LLC hereby agrees that it may be served with,process in Cite State of New Jersey in any proceeding for the enforcement of any obligation of Skyline Steel Corporation or any obligation of Skyline Steel, LLC for which it is previously amenable to suit in the State of New Jersey and is any proceeding for the enforcement of the rights of a dissenting shmholdcr of Skyline Steel Corporation against Skyline Steel, LLC; and Skyline Steel, LLC hereby irrevocably appoints the Secretary of State of the State of New Jersey as its agent to accept service of process in any such proceeding and designates the following post office address within the State of New Jersey to which said Secretary of State shall mail a copy of the process in such proceeding. Skyline Steel,LLC 8 WoodholtowRoad Parsippany,NJ 07054 } Skyline Steel, LLC hereby agrees that it will promptly pay to the dissenting shareholders of Skyline Steel Corporation the amount, if any, to Which they are entitled under the provisions of the Now Jersey Business Corporation Act with respect to the rights of dissenting shareholders. T Skyline Steel, LLC will continue its Wstenoe as the surviving corporation under its present name pursuant to the provisions of the laws of the jurisdiction of its organization, S. The effective data of the merger herein provided for in the State of NOW Jersey Shall be 1101 a,m.on March 91,2003. I i NYK823a61�SA4oTztA037 MRR 26 2003 10:44 6098927209 PArF. I i MRR.28.200� 5:58PM2 DIV Of REVENUE NJ N!NO 456 PAP-3/8 41R0, Ytti YUV 9illillyl i i Xxeouted on Marah3 l , 2003, SKY11NE 5TIML CORPORATION, a New JeTsoy corporation By Nerve: Riehard T:sb�� 'Side: SeAior Vice President Finenct SKYLINE STr%BL, LLC, a Delawara limited liability company, Ole AIWBD STlIEL, LLC Name: Itrchard Lteb Tift Aatiwriaed Person ICI i xYrc ear}st•s,ogont.00t� I MAR 28 2003 10y41 6098627208 pp5E.13 i MAR.28.2003` 558PM1 DTV OF REVENUE NJ I'IY0.4567 PP.4i8 11111 ib Fvi IVV v1TT9p AGRUMENT AND PLAN OF MERGER I i I ) MAR 28 2003 10445 6098827208 PAGE.14 MRR.28.ZeO? 5=58PK DIV OF REVENUE NJ NNO.456 VP 8 i AGRUMENT AND PLAN OF MERGER OF SICYLM STiELL CORPORATION WITH AND INTO SKXLINII STETL)LLC This Agreement and plan of Merger(this"Agreement")is entered Into on March 31, 2003,between Skyline Steel Corporation,a New Jersey corporation(the"Disappearing Corporation"), and Skyline Steel,LLC, aDelaware limited liability company(the"Surviving LLC," collectively with Disappearing Corporation, "Merging Entities"). •W IT_13h�9 S,ETH: WHER.",the Disappearing Corporation and the Surviving LLC desire that the Disappearing Corporation merge with and into the surviving LLC (the Merger"): WJ IEUA,5, section 18-209 of the Delaware Limited Liability Company Act(the "DLLCA")authorizes the merger of a Delaware limited liability company and another business entity such as a New Jersey corporation; WT>$StEAS,Section 14A:10-14 of the Business Corporation Act of the State of New Jersey(the"Nlr3CA") authorizes the merger of a New Jersey corporation and a limited liability company that is not formed in Now Jersey; WIiiRBAS, A"B'D Americas,Inc„a Delawaso corporation,is the sole shareholder of the Disappearing Corporation(the"Shareholder'); WI-MBAS,the board of directors and the shareholder of the Disappearing Corporation deem the consummation of the Merger in the manner contemplated in this Agreement to be advisable and accordingly has adopted, approved and authorized the execution of this Agreement by resolution dated March 1,2003;and WHMRkcAS,the sole member of the Surviving LLC deems the consummation of the Merger in the manner contemplated in this Agreement to be advisable and accordingly has adopted, approved and authorized the execution of this Agreement by resolution dated March 1, 2003, NOW MREFOXE,for and in consideration of the premises and covenants and agreements set forth in this Agreement,the partios to this Agreement agree as follows: (j} At the Effective Time(as defined below) (a)the Disappearing Corporation shall be merged with and into the Surviving LLC and the Surviving LLC shall be the surviving entity of the Merger under its present name and shall have all of the rights,privileges,immunities and powers and shall be subject to all of the duties and liabilities of a limited liability company formed under the DLLCA; (b)the separate existence of the Disappearing Corporation shall cease; (c) all the assets,property,rights,privileges,powers and franchises of Disappearing NYr.014414M97Z,0037 III I MRR 28 2003 10:45 609eeRT208 PRGE,AS i MRR.28.20V 5:59PO DIV OF REVENUE NJ rNO.456 PP.6/8 Corporation shall vast in Surviving LLC; (d)the 3urvividg LLC shall thereafter be responsible and liable for all liabilities and obligadons of each of the Merging Entities and any claim existing Or action or proceeding pending by or against either of the Merging Bntitios may be prosecuted as if the Merger had not taken place; and(e)neither the rights of creditors nor any liens upon the property of either of the Merging Entities shall be impaired by the Merger. (2) All corporate acts,plans,policies,contracts, approval$ and authorizations of the Disappearing Corporation and its shareholders,board of directors,committees elected Or appointed by the board of directors, officers and agents,that were valid and effective Immediately prior to the Effective Time,shall be.taken for all purposes a$ acts,plans,policies, contracts,approvals and authorizations of the Surviving LLC and shall be as effective and binding tberton as the same were with respect to the Disappearing Corporation. (3) The limited liability company 42reament of the Surviving LLC,as in effect at the Effective Time,Shall continue as the limited liability company agreement of the Surviving LLC without amendment or other modification and the certificate of formation of the Surviving LLC, as in effect at the Effective Time, shall continue as the certificate of formation of the Surviving LLC without amendment or other modification. (4) The directors and officers of Survivmg LLC immediately prior to the Effective Time shall continua in office,each to hold offica in accordance with the limited liability company agreement of S urviving LLC. l (5) At the Effective Time, all of the issued shares of the Disappearing Corporation J immediately prior to the Effective Time, by virtue of the Merger and without any action on the part of the Shareholder,shall be converted into 100% of the membership interests In the Surviving LLC. The Stockholder's certificates represendng any such shares of atockshall thereafter cease to have any rights with respect to such shares of stock,except the rights granted the Shareholder to receive membership intorests in the Surviving LLC, (6) Upon the later of the filing of a Certificate of Merger with tite Secretary of State of the State of Delaware and the filing of the Cortficate of Merger with the Secretary of State of the State of New Jersey the Merger shall become effective but such time shall be no later than March 31, 2003 (the"Wootive Time"). (7) The Disappearing Corporation and cite Surviving LLC hereby stipulate that they will cause to be executed and filed the Certificate of Merger with the Secretary of State of the State of Delaware and the filing of the Certificate of Merger with the Secretary of State of the State of New Jersey and any other documents prescribed by the DU..CA and the NJBCA and they will cause to be performed all nece$sary aces to effectpere the Merger. (8) Any officer of the Disappearing Corporation is hereby authorized to execute the Certificate of Merger upon behalf of said corporation in conformity with the provisions of the NJBCA; and the Board of Directors and The proper officers of the Disappearing Corporation arc hereby authorized,empowered, and directed to do any and all acts and things,and to make, execute, deliver,file, andlor record any and all instruments, papers, and documents which shall .2. j M'K 4199511AIM72110091 MPR 28 2003 10:45 6099e272OR par+F IF; M6R.28.2003 5:59PM, DIV OF REVENUE NJ "NO.456 rP.7/8 ' I be or b000me neoessary,proper, or eonvoniont to earry out or put into effect any of the provisions of this Agreement or ihe•Merger. (9) Any officer of the Surviving LLC is hereby authorized to execute the Certificate of Merger upon behalf of said limited liability company iq conformity with the provisions of the DLLCA; and the Board of Directors and the proper officers of the Surviving LLC are hereby authorized,empowered, and directed to do any and all acts and things, and to make,execute, deliver, file,and/or record any and all instruments,papers, and documents which shall be or become necessary,proper,of convenient to carry out or put into effect any of the provisions of this Agreement or the Merger. (10) For the conver4ence of the parties,any number of counterparts of this Agreement may be executed and each such counterpart shall be deemed to be an original instrument, (11) This Agreement shall be binding upon and inure to the benefit of the patties to this Agreement and their respective,successors And assigns, i I i -3- NYK 0199B9�WW41WY7 MRR 29 2003 10145 6096627208 P80E.17 i MRR.28.200T 5;59PM' DIV OF REVENUE NJ PNO.456: PP-8/8 IN W1TMISS WMRBOF,.each of the Ou' ao this Agmemen t,has caused this J Agmmant to be executed as of ttiV`dote first writwz above. SKYLINE STEEL CORPORATION,a New Jarsey oorporaflon i N l�i� ano: Richard Lieb ' Title: Senior Vice President Finance i i SKYLINE STEEL,LLC, a Delawxe limited liability company Name; Riclsar� Title., Authorized Person i i i .4. h'YJCB199E91.Qp791AA1T i MPR 2e 20OZ m 45 6098e2me PRGE.18 PROPOSAL SIGNATURE PAGE The undersigned bidder hereby proposes and agrees to start construction work on the Contract, if awarded to him/her, on or before ten (10) calendar days from the date of the Notice to Proceed, and agrees to complete the Contract within sixty (60) calendar days after issuance of the City's Notice to Proceed. The undersigned bidder hereby agrees to submit all insurance documents, performance bonds and signed contracts within ten (10) calendar days after City awards the Contract. The City anticipates issuance of the Notice to Proceed on the day of the preconstruction meeting. No bidder may withdraw his/her bid for a period of sixty (60) calendar days after the day of bid opening. The required bid security consisting of a bid bond, cashier's check or cash in an amount equal to 5% of the total amount is hereto attached. Notice of acceptance of this bid or request for additional information shall be addressed to the undersigned at the address stated below. Receipt of Addendum No.'s q- , —, —, — to the plans and/or specifications is hereby acknowledged. Failure to acknowledge receipt of the addenda may be considered an irregularity in this proposal. By signing this Proposal Signature Page, the undersigned bidder agrees to accept all contract forms and documents included within the bid packet and to be bound by all terms, requirements and representations listed in the bid documents whether set forth by the City or by the Bidder. DATE: 0 NAME 1011: BDDO;O� Signature (Print Narne�arid Title) yq Address Briscoe-Desimone Reach 1 Sheet Piling 14 lune 23, 2014 Project Number: 09-3011 CITY OF KENT COMBINED DECLARATION FORM: NON-COLLUSION, MINIMUM WAGE 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. AND MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work not less than the prevailing rate of wage or not less than the minimum rate of wage as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. Briscoe-Desimone Levee Reach 1 Sheet Piling Supply Contract Project Number: 09-3011 NAME OF PROJECT NAME OF BIDDERS FIRM IGNATURE OF AUTHORIZED REp12E NTATIVE OF BIDDER Briscoe-Desimone Reach 1 Sheet Piling 16 June 23, 2014 Project Number: 09-3011 i I , This change order form is for example purposes only. By submitting a bid, the bidder agrees to be bound by the terms of this change order form for any change orders. CHANGE ORDER i Date: Change Order No.: 1 City Project Name: Project Number: Contractor: i Original Contract Date: This Change Order amends the above-referenced contract; all other provisions of the contract that are not inconsistent with this Change Order shall remain in effect. For valuable consideration and by mutual consent of the parties, the project contract is modified as follows: 1. The section of the Agreement which outlines the Description of Work, is hereby modified as follows: Provide all labor, materials, and equipment necessary to: 2. The contract amount and time for performance are hereby modified as follows: Original Contract Sum, Including $ applicable alternates and WSST. Net Change by Previous Change Orders $ (incl. applicable WSST) Current Contract Amount $ (incl. Previous Change Orders) i Current Change Order $ Applicable WSST Tax on this Change $ Order Revised Contract Sum $ Original Time for Completion Working days Revised Time for Completion under -0- Working days prior Change Orders Days Required f for this Change Order -0- Working days Revised Time for Completion Working days Briscoe-Desimone Reach 1 Sheet Piling 17 June 23, 2014 Project Number: 09-3011 In accordance with Sections 1-04.4 and 1-04.5 of the Kent and WSDOT Standard Specifications, the Contractor accepts all requirements of this Change Order by signing below. Also, pursuant to the above-referenced contract, Contractor agrees to waive any protest or claim it may have regarding this Change Order and acknowledges and accepts that this Change Order constitutes full payment and final settlement of all claims of any kind or nature arising from or connected with any work either covered or affected by this Change Order, including, without limitation, claims related to contract time, contract acceleration, onsite or home office overhead, or lost profits. This Change Order, unless otherwise provided, does not relieve the Contractor from strict compliance with the guarantee and warranty provisions of the original contract, particularly those pertaining to substantial completion date. The parties whose names appear below swear under penalty of perjury that they are authorized to enter into this contract modification, which is binding on the parties of this contract. 3. The Contractor will adjust the amount of its performance bond (if any) for this project to be consistent with the revised contract sum shown in section 2, above. IN WITNESS, the parties below have executed this Agreement, which will become effective on the last date written below. CONTRACTOR: CITY OF KENT: By: By: (signature) (signature) Print Name: Print Name: Timothy J. LaPorte, P.E. Its Its Public Works Director (Title) (Title) DATE: DATE: j i I Briscoe-Desimone Reach 1 Sheet Piling 18 June 23, 2014 Project Number: 09-3011 BIDDER'S CHECKLIST The following checklist is a guideline to help the Contractor make sure all forms are complete. The bidder's attention is especially called to the following forms. Failure to execute these forms as required may result in rejection of any bid. Bidder's Package should include the following: Bid Document Cover Sheet filled out with Bidder's Name ....................b ,/ Orderof Contents................................................................................. 1 Invitationto Bid...................................................................................[A Contractor Compliance Statement..................................................... .. Date............................................................................................ l Have/have not participated acknowledgment............................. / Signatureand address ................................................................ Declaration — City of Kent Equal Employment Opportunity Policy .........RV Date and signature .................................. ' AdministrativePolicy ...........................................................................� ' Proposal...............................................................................................O v First line of proposal — filled in ...................................................0 V Unitprices are correct ................................................................ I Subcontractor List (contracts over $100K) .......................................... .. Subcontractors listed properly.................................................... G Signature.................................................................................... V Subcontractor List (contracts over $1 million)..................................... Subcontractors listed properly....................................................12�"If Date and signature Irv' Contractor's Qualification Statement ...................................................El � Completeand notarized ..............................................................❑ ✓ ProposalSignature Page.................................................................... AllAddenda acknowledged ......................................................... ,f Date, signature and address .......................................................Py- f BidBond Form ....................................................................................� ✓, Signature, sealed and dated............................. ` Power of Attorney....................................................................... (Amount of bid bond shall equal 50/o of the total bid amount) Combined Declaration Form................................................................. V Signature ................................................................................... J Change Order Form.............................................................................+ ,V f Bidder's Checklist ............................................................................... The following forms are to be executed after the Contract is awarded: i A) CONTRACT This agreement is to be executed by the successful bidder. B) PAYMENT AND PERFORMANCE BOND To be executed by the successful bidder and its surety company. The following form Is to be executed after the Contract is completed: A) CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT To be executed by the successful bidder AFTER COMPLETION of this contract. Briscoe-Desimone Reach 1 Sheet Piling 19 7une 23, 2014 j Project Number: 09-3011 / 4j rg f �..�-'� � ��_� � ,„.Ptl6LIC WORKS DEPARTMENT Timothy J. LaPorte, P.E. '� Public Works Director . �� 400 West Gowe Kent, WA 98032 4 ' r v,„ Fax: 253-856-6500 KEN` " PHONE: 253-856-5500 i CITY OF KENT KING COUNTY, WASHINGTON Briscoe-Desimone Levee Reach 1 Sheet Piling Supply Contract Project Number: 09-3011 ADDENDUM No. 1 .July 3, 2014 FROM: The Office of the City Engineer, Kent Washington TO: All Plan Holders of the Project Specifications and Plans This addendum forms a part of the Contract documents and modifies the Project Proposal and Specifications and Contract Drawings in accordance with the following: ALL CHANGES ARE SHOWN IN BOLD, ITALICS ARID/OR STRIKETHROl1GH I - BID OPENING The bid opening has been rescheduled to Tuesday, .July 15, 2014 at 10.00 AM. The City Clerk's office will receive sealed bids up to 10:00 AM. II - BIDDER'S DOCUMENTS The following changes are reflected in the attached replacement page 6 of the Bidder's Document. Bidders must use the replacement page. BRISCOE-DESIMONE LEVEE REACH 1 SHEET PILING SUPPLY ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 6000 6-20.5 2,203 sheet piling - Wall Type A $ $ KSP SQ FT (A226-700), 30'Length per SF I 6001 6-20.5 8,819 Sheet Piling - Wall Type A $ $ KSP 10,Og8 (AZ26-700), 40' Length Per SF v SQ FT Y 3 3 Mnvoa SUZETTE Cook: ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 6002 6-20.5 44448 Sheet Piling - Wall Type A $ KSP 6,197 (AZ26-700), 5-5! 45' Length Per SF SQ FT i 6003 6-20.5 12,126 Sheet Piling - Wall Type A $ $ KSP 23,150 (AZ26-700) 6T 50'Length Per SF SQ FT 6004 6-20.5 3,534 Sheet Piling - Wall Type A $ $ KSP SQ FT (AZ26-700), SS'Length Per SF 6004 6-20.5 2 Corner Pile - Type C14, $ $ 6005 KSP 3 59' Length Per EA EACH III - KENT SPECIAL PROVISIONS I Page 6-4 - Section 6-20.5 - Payment REVISE this second paragraph as follows: "Sheet Piling - Watt Tvve A (A226-700) 30'Lenath "ver sauare foot "Sheet Piling - Wall Type A (AZ26-700) 40' Length," per square foot "Sheet Piling - Wall Type A (AZ26-700) 55'-45'Length," per square foot "Sheet Piling - Wall Type A (AZ26-700) 60'50'Length," per square foot "Sheet Piling - Wall Type A (AZ26-700) 55'Lenoth "ver square foot Payment for steel sheet piling, of the size and type of sheet piling specified, shall be made at the unit price per square foot of wall as measured along the width of each pile (i.e. AZ26-700 width = 700 mm = 27.56"; therefore a 40' length would be 91.87 square feet). Payment shall cover all costs of furnishing, handling, storing, including other materials and work incidental to furnish, deliver and stockpile the sheet piling on the City property as described in KSP Section 1-04,9. END OF ADDENDUM No. 1 T p�? Chad Bieren, P.E. Date City Engineer Attachments: Proposal page 6 I 2 i I Bond No. 106115506 PAYMENT AND PERFORMANCE BOND KENT TO CITY OF KENT Y/1a11 N6Y 0.\ i KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, Skyline Steel, LLC as Principal, and Travelers Casualty and Surety Company of America _ a Corporation organized and existing under the laws of the State of Washington, as a Surety Corporation, and qualified under the laws of the State of Washington to become Surety upon bonds of Contractors with Municipal Corporations, as Surety, are jointly and severally held and firmly bound to the CITY OF KENT in the penal sum of 216,200.82° , together with any adjustments, up or down, in the total contract j price because of changes in the contract work, for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be, This obligation is entered into In pursuance of the statutes of the State of Washington, and the Codes and Ordinances of the CITY OF KENT, Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to a motion, duly made, seconded and passed by the City Council of the City of Kent, King County, Washington, the Mayor of the City of Kent has let or is about to let to the above bounden Principal, a certain contract, the said contract providing for construction of Briscoe-Desimone Levee Reach 1 Sheet Piling Supply Contract/Project Number: 09-3011 (which contract is referred to herein and is made a part hereof as though attached hereto), and WHEREAS, the Principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth: NOW, THEREFORE, for non-FHWA projects only, if the Principal shall faithfully perform all the provisions of said contract in the manner and within the time herein set forth, or within such extensions of time as may be granted under the said contract, and shall pay all laborers, mechanics, subcontractors and material men, and all persons who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work and shall indemnify and hold the CITY OF KENT harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect, IN WITNESS WHEREOF, the above bounden parties have executed this Instrument under their separate seals, The name and corporate seal (if required by law) of each corporate party Is hereto affixed and duly signed by Its undersigned representatives pursuant to authority of its governing body, I I Briscoe-Deslmone Reach 1 Sheet Piling 20 June 23, 2014 Project Number: 09-3011 li i i I TWO WITNESSES: SKYLINE STEEL, LLC II PRINCIPAL (enter principal's,n�me above) _ BY: ,q % TITLE; DATE: �1J22 fly DATE: Z —� CORPORATE SEAL: Evonne Di trd Regional Credit Specialist i PRINT NAME p / DATE:, > 1/ f TRAVELERS CASUALTY AND SURETY COMPANY SURETY OF AMERICA CORPORATE SEAL: BY: k 1 J`C°, .X-- DATE: September 19,2014 TITLE; Maryann Dark,Attorney-in-Fact ADDRESS: c/o Marsh USA Inc. 100 N Tryon Street, Suite 3600 Charlotte, NC 28202 CERTIFICATE AS TO CORPORATE SEAL I hereby certify that I am the (Assistant) Secretary of the Corporation named as Principal in the within Bond; that u a' &co orf, Cl 0 Who signed the said bond on behalf of the Principal rc`I ,'4E S,cr~t C( t of the said Corporation; that I know his signature thereto is genuine, and that said Bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of Its governing body, SECRETARY OR ASSISTANT SECRETARY I Briscoe-Desimone Reach i Sheet Piling 21 June 23, 2014 Project Number: 04-3011 A r�P IS POWER OF ATTORNEY DWI WITHOUT r E RED B ` WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY TRAVELER J '' Farmington Casualty Company St.Paul Mercury Insurance Company Ii Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company 11 St.Paul Guardian Insurance Company Attorney-In Fact No, 229014 Certificate No. 005917074 C KNOW ALL MEN BY'THESE PRESENTS:That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company,St, Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,'Uravelers Casualty and Surety Company,'travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company am corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guamnty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.,is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint Maryann Dark of the City of Charlotte ,State of North Carolina__ _ ,their true and lawful Attorneys)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizanees,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their,business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this 27th day of May 2014 Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company ZjpG POpA �yy k <Yf1PE _,4`^.P`M U9 �a.�.VN34gq 4 1PYYAN�G §gy4nP 191I rgi� � SIEQ v L P',PPONAYC b:tOPPNPATP:�jn1 ' 9 $J Pam• 11N i c""^E e g 995t Se ALf m> {z' 4o-xatest. . ftlu' ?u'¢ 2 96 � ce' �ii.......pAt +��'SEALas� COON. g t r f State of Connecticut By: f� City of Hartford ss. Robert L.Raney,§emor Vice President IOn this the 27th day of May 2014 before me personally appeared Robert L.Rancy,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,'travelers Casualty and Surety Company of America,and United Stales Fidelity and Guaranty Company,and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. i G.'r ran 4 In Witness Whereof,I hereunto set my hand and official seal. 1 W w" My Commission expires the 30th day of June,2015. '®116L10 @ Marie C.Tetreault,Notary Public 58440-8-12 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY 13 INVALID WITHOUT THE RED BORDER WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Pita and Marine Insurance Company,St.Paul Guardian Insurance Company,St Paul Mercury Insurance Company,Travelers Casualty and Surety Company,'pxaveleis Casualty and Surety Company of America,and United States � Fidelity and Guatnnty Company,which resolutions are now in full force and effect,reading as follows: i RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-hn-Fact and Agents to act for and ou behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Boatel of Directors at any time may remove any such appointee and revoke the power given him or her;and it is i FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of inderrmity,or writing obligatoy in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the`treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the prover prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary,mid the seal of the Company may be affixed by facsimile to any Power of Attorney or w any certificate relating thereto appointing Resident Vice Presidents,Resident Assistad Secretaries or Attorneys-in-Pact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I,Kevin E.Hughes,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St,Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surely Company of America,and United States Fidelity and Gumcanty Company do hereby certify that the above and foregoing is a tine and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not b` '"1�-.. been revoked. n IN TESTIMONY WHEREOF,I have hereunto set my hand and.affixed the seats of said Companies this�day of ree� 6A!b J l 20 Kevin Hughes>ssistant Secittary L.r.5VAp µy'IT FIR k, LPN S X54 'w, nY 9H0 f4R SY I CAA JA �V j„ J {.'aJy�,l.�......�9y,4 o-JP`' 89 �l S) a'oPPoissr, 7 y{,6PPOppP� #wiGJPPORAtA:`�"i a 9 m 1977 ? E xa'esoao. b Y 4 , 1951 t:tll,lo' cons. + raw+. a rasa j c a k o r.. -s,SEAL! e 8 gg'�& Z �"�1 yts`, s.........�N. d n"'P AtN To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.hnvetersbond.com.Please refer to die Attorney-InFaet number,the above-named individuals and the details of Ilse bond to which the power is attached. i I, i WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER CONTRACT THIS AGREEMENT, made in duplicate, is entered into between the qTy QF KENT, a Washington municipal corporation ("City"), and i organized under theJaws of the State of located and doing business at5� YOU 1 E . ("Contractor"). �� WITNESS: In consideration of the terms and conditions contained herein and attached and made a part of this Agreement, the parties agree as follows: I 1. The Contractor shall do all work and furnish all tools, materials, and equipment for: Briscoe-Desimone Levee Reach 1 Sheet Piling Supply Contract/Project Number: 09-3011 in accordance with and as described in the Contract and shall perform any alterations in or additions to the work provided under the Contract and every part thereof. The Contract shall include all project specifications, provisions, and plans; the City's general and special conditions; the 2014 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, including all published amendments issued by those organizations, if applicable ("Standard Specifications"); the City's bid documents; and the Contractor's response to the City's bid. The Contractor is responsible to obtain copies of the 2014 WSDOT Standard Specifications including the latest amendments issued by WSDOT as of the date of bid opening. Unless otherwise directed by the City, work shall start within ten (10) days after the City issues its Notice to Proceed and be completed within sixty (60) calendar days. The Contractor shall provide and bear all expense of all equipment, work, and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in the Contract and every part thereof, except as mentioned in the specifications to be furnished by the City. 2. The City hereby promises and agrees with the Contractor to employ, and does employ, the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the Contract and the terms and conditions herein contained and hereby contracts to pay for the same according to the Contract and the schedule of unit or itemized prices provided by Contractor in its response to the City's bid, at the time and in the manner and upon the conditions provided for in the Contract. 3. The Contractor for itself, and for its heirs, executors, administrators, ! successors, and assigns, does hereby agree to the full performance of all covenants herein contained upon the part of the Contractor. 4. It is further provided that no liability shall attach to the City by reason of entering into this contract, except as expressly provided herein. Briscoe-Desimone Reach 1 Sheet Piling 22 June 23, 2014 Project Number: 09-3011 5. Contractor shall defend, indemnify, and hold the City, its officers, officials, employees, agents, volunteers and assigns 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 performance of this contract, except for 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 contract 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 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 contract. 6. Contractor agrees, upon the City's written demand, to make all books and records available to the City for inspection, review, photocopying, and audit in the event of a contract related dispute, claim, modification, or other contract related action at reasonable times (not to exceed three (3) business days) and at places designated by the City. 7. The Contractor shall procure and maintain, during the term of construction and throughout the specified term of maintenance, insurance of the types and in the amounts described in Exhibit A attached and incorporated by this reference. 8. Contractor is responsible for locating any underground utilities affected by the work and is deemed to be an excavator for purposes of RCW Ch. 19.122, as amended. Contractor shall be responsible for compliance with RCW Ch. 19.122, including utilization of the "one call" locator service before commencing any excavation activities. 9. Contractor shall fully cover any and all loads of loose construction materials, including but not limited to sand, dirt, gravel, asphalt, excavated materials, construction debris, etc, to protect said materials from air exposure and to j minimize emission of airborne particles to the ambient air environment within the City. I Briscoe-Desimone Reach 1 Sheet Piling 23 June 23, 2014 Project Number: 09-3011 i CITY OF KENT BY: _ SUZ-07E;C- OKE, MAYOR DATZ;/I ATTEST: 'RONALD F. M' ORE„CfTY CLERK APPROVED AS TO iFORM: KENT LAW DEPARTMENT CONTRACTOR t ; BY: PRINT NAME: TITLE: DATE: r _- I I I I I II i Briscoe-Desimone Reach 1 Sheet Piling 24 June 23, 2014 Project Number: 09-3011 ' II EXHIBIT A INSURANCE REQUIREMENTS FOR GOODS AND SERVICES AGREEMENTS Insurance The Consultant 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 Consultant, their agents, representatives, employees or subcontractors. I I A. Minimum Scope of Insurance Consultant shall obtain insurance of the types described below: 1. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 or its equivalent, with minimum limits of $2,000,000 per occurrence and $2,000,000 in the aggregate for each 1 year policy period. Stop Gap and Employer's Liability coverage shall be included. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. The Commercial General Liability insurance shall be endorsed to provide the Aggregate per Project Endorsement ISO form CG 25 03 11 85. The City, King County and the King County Flood Control Zone District shall be named as Additional Insureds under the Contactor's Commercial General Liability insurance policy with respect to the work performed for the City, the District and the County. All endorsements adding Additional Insureds shall be issued on form CG 20 10 11 85 or a form deemed equivalent, providing the Additional Insureds with all policies and endorsements set forth in this section. 2. Automobile Liability insurance covering all owned, non-owned, hired and j 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. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Consultant shall maintain the following insurance limits: 1. Commercial General Liability insurance shall be written with minimum limits of $2,000,000 per occurrence and $2,000,000 in the aggregate for each 1 year policy period. Products and Completed Operations coverage ($2,000,000 per occurrence limit) shall be provided for a period of 3 years following Substantial Completion of the work. 2. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of at least $1,000,000 per accident. Briscoe-Desimone Reach 1 Sheet Piling 25 June 23, 2014 Project Number: 09-3011 EXHIBIT A (Continued) 3. Worker Comoensation insurance shall be written with statutory limits as required by the State of Washington. C. other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability: 1. The Consultant'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 Consultant's insurance and shall not contribute with it. 2. The Consultant's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent, King County Flood Control Zone District and King County shall be named as an additional insureds on all policies (except Professional Liability) as respects work performed by or on behalf of the Consultant and a copy of the endorsement naming the City, the Flood Control Zone District and King County as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all j required insurance policies. The Consultant's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Consultant's Insurance for Other Losses The Consultant shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Consultant's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Consultant, or the Consultant's agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences. E. Waiver of Subrogation The Consultant 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. I i Briscoe-Deslmone Reach 1 Sheet Piling 26 June 23, 2014 Project Number: 09-3011 i EXHIBIT A (Continued) F. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than AN II. G. Verification of Coverage Consultant shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the Automobile Liability and Commercial General Liability insurance of the Consultant before commencement of the work. i H. Subcontractors Consultant shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Consultant. I i Briscoe-Desimone Reach I Sheet Piling 27 June 23, 2014 Project Number: 09-3011 i ® CERTIFICATE OF LIABILITY INSURANCE DATE t0fil/2014 fYYY ) 2014 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED,the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsements). PRODUCER CONTACT Marsh USA Inc. NAME: PHONE FAX 100 North Tryon Street,Suite 3600 Charlotte,NC 28202 E-MAIL ADDRESS: _ INSURERS)AFFORDING COVERAGE _ NAIC k i 056115-Sky-Casua-14.15 Skylin NJ INSURER Arch Insurance Company 11150 A: ' INSURED National Union Fire ins Cc Pittsburgh PA 19445 Skyline Sleet,LLC INSURER B: _ Astralloy Steel Products,Inc. INSURER C:Arch Indemnity Insurance Company 8 Woodhohow Road,Suite 102 INSURER D: Parsippany,NJ 07054 "— INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: ATL-003276910-04 REVISION NUMBER:13 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERI013 INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. _ INSR TYPE OF INSURANCE AODLISUeRI POLICY NUMBER MMlDI OlYY9YF MM7D�(PYYY LIMITS TRHER A I GENERAL LIABILITY 31GPP4993900 r 01/01/2014 01I01/2015 EACH OCCURRENCE $ 2,000,000 DAMAGETO RENTED X COMlMERCIAL GENERAL LIABILITY PREMISES Ea occurrence) $ 1 CLAIMS MADE [X..,OCCUR MED EXP An one person) $ _ PERSONAL ADV I NJURY $ 2,000,000 GENERALAGGREGATE $ 10,000,000 GEHL AGGREGATE LIMIT APPLIES PER: PRODUCTS--COMPIOPAGG $ .4,000,000 HEFT POLICY PRO LOC '.' $ A AUTOMOBILE LIABILITY 131CAS4932007(ADS) 01/0112014 01/0112015 COMBINED__11.1 LIMIT Ea accident . 7,000,000 ' .. A X ANY AUTO 31CAS4953107(MA) 01101/2014 01/0112015 BODILY INJURY(Par person) $ ALL OWNED SCHEDULED BODILY INJURY gure.ecident)I $ AUTOS _ AUTOS .. HIRED AUTOS NOON AUTOS PROPERTY DAMAGES $ B X UMBRELLA LIAR X OCCUR BE 20562351 01101/2014 i0110112015 EACH OCCURRENCE $ 3,000,000 EXCESS LIAR �.CLAIMS_MADE I AGGREGATE.. _. $ 3,000,000 RED I RETENTION $ A WORKERS COMPENSATION 131VVC14932101(ADS) 0110112014 01/01/2016 X I WCSTAi O- OTH- AND EMPLOYERS'LIABILITY ER C ANY PRopRIETOR/PARTNEWEXEcuTIVE YIN 34WC14993000(NY) 0110112014 01/01/2015 EL EACH ACCIDENT $ 1,000,000 OFFICERIMEMBER EXCLUDED? NIA (Mandatory In NH) FL.DISEAS_E-CA EMPLOYE- $ 1,000000 Use,describe tinder 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ i I i DESCRIPTION OF OPERATIONS 1 LOCATIONS 1 VEHICLES (Attach ACORD 101,Additional Remarks Schedule,If more space Is required) If required by written contract with the named Insured,subject to the team and conditions of the policies:The City of Kent,King County and the King County Flood Control Zone District are additional Insured(CG 20 37 and CG 2010)under the General Liability policy.The General Liability is primary and noneonobutory over any Insurance maintained by the City ofKenl.The Workers Compensation policy only covers Stop Gap in the state of Washington-Workers'Compensation Coverage does not apply. I CERTIFICATE HOLDER CANCELLATION City of Kent SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City Hall THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 2204th Avenue S. ACCORDANCE WITH THE POLICY PROVISIONS, Kent,WA 98032-6895 AUTHORIZED REPRESENTATIVE of Marsh USA Inc. Paula Stapleton p�,r,I[�„ �j{;o♦OAa!'o`t ©1988.2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010105) The ACORD name and logo are registered marks of ACORD POLICYWRITING INDEX ARCH INSURANCE COMPANY CUSTOMER ID POLICY NUMBER PREVIOUS POLICY NUMBER EFFECTIVE DATE EXPIRATION DATE 31GPP4993900 NF.901-01-2015 NAMEDINSURED NUCOR CORPORATION MISCELLANEOUS INFORMATION TRANSACTION INFORMATION j BILLTYPE Broker Bil_ed TRANS.TYPE ENDORSEMENT BILL PLAN Prepaid TRANS.SEO. X 006 OPERATOR TO. BETTYE DATE PROCESSED 10-17-14 U/WI.D. TRANS. DATE 10-17-1q PROGRAM CODE ENDORSEMENT# 005 SIC CODE CANC/REIN REASON OFFICE CODE OFFICE NAME WORKPHONEB 17041972-1840 OTHER PHONE N NAME OF CONTACT SCOTT LANI'ER LINE OF BUSINESS/COMMISSIONS: LINE OF BUSINESS COMMISSION% GENERAL LIABILIT`_' NIL FULL ANNUAL PREMIUM BILLED PREMIUM NO CHARGE NAMED INSURED MAILING ADDRESS AGENT INFORMATION CODE 00290 NUCOR CORPORATION MARSH USA, INC. SKYLINE STEEL, LLC 100 NORTH TRYON STREET. '_915 REXFORD ROAD SUITE 3600 CHARLOTTE INC 26211 CHARLOTTE NO 28202 ASSEMBLY INFORMATION STAMPS/STICKERS SPECIAL INSTRUCTIONS I MAILING INSTRUCTIONS ! Policy Number 31 GPP4993900 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMON POLICY CHANGE ENDORSEMENT Endorsement No. 005 ARCH INSURANCE COMPANY Named Insured NUCOR CORPORATION Effective Date: 10-17-14 12:01 R.M., Standard Time Agent Name MARSH USA, INC. Agent No. 00290 This endorsement will not be used to decrease coverages, increase rates or deductibles or alter any terms or conditions of coverage unless at the sole request of the insured. COVERAGE PART INFORMATION—Coverage parts affected by this change as indicated by F?fl below. Commercial Property Commercial General Liability NO CHARGE Commercial Crime ElCommercial Inland Marine The following item(s): ElInsured's Name Insured's Mailing Address El Policy Number Company Effective/Expiration Date Insured's Legal Status/Business of Insured Payment Plan Premium Determination Additional Interested Parties Coverage Forms and Endorsements Limits/Exposures Deductibles Covered Property/Location Description Classification/Class Codes Rates Underlying Exposure/Insurance is (are) changed to read (See Additional Pages)) i THE FOLLOWING FORM(S) HAS BEEN ADDED: CG 20 10 04-13 ADDL INSD - OWNERS/LESSEES/CONTRACTORS CG 20 37 04-13 ADDL INSD-OWNERS/LESSEES/CONTR-COMP OPS ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME The above amendments result in a change in the premium as follows: This premium does not include taxes and surcharges. No Changes ® To be Adjusted at Audit I Additional NO CHARGE Return NO CHARGE Tax and Surcharge Changes Additional Return Countersigned By: AUTHORIZED AGENT FAIC-SKLBUS-COCHG(6/01) I I i i POLICY NUMBER: 31GPP4993900 COMMERCIAL GENERAL LIABILITY CG20100413 i THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Locations Of Covered Operations THE CITY OF KENT, KING COUNTY AND THE KING COUNTY FLOOD CONTROL ZONE DISTRICT CITY HALL 220 4TH AVENUE S KENT WASHINGTON 98032-5895 Information required to complete this Schedule if not shown above will be shown in the Declarations. A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following additional organization(s) shown in the Schedule, but only exclusions apply: with respect to liability for"bodily injury", "property This insurance does not apply to "bodily injury" or damage" or "personal and advertising injury' "property damage"occurring after: caused, in whole or in part, by: 1. Your acts or omissions; or 1. All work, including materials, parts or equipment furnished in connection with such 2. The acts or omissions of those acting on your work, on the project (other than service, behalf; maintenance or repairs) to be performed by or in the performance of your ongoing operations for on behalf of the additional insured(s) at the the additional insured(s) at the location(s) location of the covered operations has been designated above. completed; or However: 2, That portion of "your work" out of which the injury or damage arises has been put to its 1. The insurance afforded to such additional intended use by any person or organization j insured only applies to the extent permitted by other than another contractor or subcontractor law; and engaged in performing operations for a 2. If coverage provided to the additional insured principal as a part of the same project. is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 10 0413 O Insurance Services Office, Inc., 2012 Page 1 of 2 i I C. With respect to the insurance afforded to these 2. Available under the applicable Limits of additional insureds, the following is added to Insurance shown in the Declarations; Section III —Limits Of Insurance: whichever is less. If coverage provided to the additional insured is This endorsement shall not increase the required by a contract or agreement, the most we applicable Limits of Insurance shown in the will pay on behalf of the additional insured is the Declarations. amount of insurance: 1. Required by the contract or agreement; or I i I Page 2 of 2 0 Insurance Services Office, Inc., 2012 CG 2010 0413 POLICY NUMBER: 31.GPP 4 9 9 3 9 0 0 COMMERCIAL GENERAL LIABILITY CG 20 37 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations THE CITY OF KENT, KING COUNTY AND THE KING COUNTY FLOOD CONTROL ZONE DISS'RICT CITY HALL 220 4TH AVENUE S KENT WASHINGTON 98032-5895 Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following is added to organization(s) shown in the Schedule, but only Section III —Limits Of Insurance: with respect to liability for "bodily injury" or If coverage provided to the additional insured is "property damage"caused, in whole or in part, by required by a contract or agreement, the most we "your work" at the location designated and will pay on behalf of the additional insured is the described in the Schedule of this endorsement amount of insurance: performed for that additional insured and included in the "products-completed operations 1. Required by the contract or agreement; or hazard". 2. Available under the applicable Limits of However: Insurance shown in the Declarations; 1. The insurance afforded to such additional whichever is less. insured only applies to the extent permitted by This endorsement shall not increase the applicable law; and Limits of Insurance shown in the Declarations. 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 37 0413 0 Insurance Services Office, Inc., 2012 Page 1 of 1 i i I KENT SPECIAL PROVISIONS TABLE OF CONTENTS PAGE DIVISION 1 GENERAL REQUIREMENTS ...................................... 1-1 1-01 Definitions and Terms ....................................................... 1-1 1-02 Bid Procedures and Conditions............................................ 1-2 1-03 Award and Execution of Contract ........................................ 1-5 1-04 Scope of the Work ............................................................ 1-6 1-05 Control of Work ................................................................ 1-8 1-06 Control of Material 1-9 1-07 Legal Relations and Responsibilities to the Public .................. 1-11 1-08 Prosecution and Progress................................................... 1-14 1-09 Measurement and Payment................................................ 1-16 I DIVISION 6 STRUCTURES .......................................................... 6-1 6-20 Sheet Piling 6-1 i PREVAILING WAGE RATES............................................................... A-1 i i i I i I i I II I i I I Briscoe-Desi mone Reach 1 Sheet Piling/Langholz June 23, 2014 Project Number: 09-3011 i KENT SPECIAL PROVISIONS I The following Kent Special Provisions (`Kent Special Provisions") modify and supersede any conflicting provisions of the 2014 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, including all published amendments issued by those organizations ("WSDOT Standard Specifications"), Otherwise all provisions of the WSDOT Standard Specifications shall apply. All references in the WSDOT Standard Specifications to the State of Washington, its various departments or directors, or to the contracting agency, shall be revised appropriately to include the City and/or City Engineer, except for references to State statutes or regulations. Finally, all of these documents are a part of this contract. Each specification contains all current specifications applicable to the particular work and may include references which do not apply to this particular project. DIVISION i - GENERAL REQUIREMENTS 1-01 DEFINITIONS AND TERMS SECTION 1-01.1 IS SUPPLEMENTED EYADDING THE FOLLOWING: 1-01.1 General When these Kent Special Provisions make reference to a "Section," for example, "in accordance with Section 1-01," the reference is to the WSDOT Standard Specifications as modified by these Kent Special Provisions. SECTION 1-01.2(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.2(2) Items of Work and Units of Measurement EA Each Eq. Adj. Equitable Adjustment FA Force Account HR Hour M GAL Thousand gallons NIC Not In Contract SF Square Feet SECTION 1-01.3, "CONTRACT"DEFINITION, IS DELETED AND REPLACED WITH THE FOLLOWING: 1-01.3 Definitions I Contract The written agreement between the Contracting Agency and the Contractor. It describes, among other things: Briscoe-Desimone Reach 1 Sheet Piling/Langholz 1 - 1 June 23, 2014 Project Number: 09-3011 1. What work will be done, and by when; 2. Who provides labor and materials; and 3. How Contractors will be paid. The Contract includes the Contract (agreement) Form, Bidder's completed Proposal Form, Kent Special Provisions, Contract Provisions, Contract Plans, WSDOT Standard Specifications, Kent Standard Plans, Addenda, various certifications and affidavits, supplemental agreements, change orders, and subsurface boring logs (if any). Also incorporated in the Contract by reference are: 1. Standard Plans (M21-01) for Road, Bridge and Municipal Construction as prepared by the Washington State Department of Transportation and the American Public Works Association, current edition; 2. Manual on Uniform Traffic Control Devices for Streets and Highways, current edition, and; 3. American Water Works Association Standards, current edition; 4. The current edition of the "National Electrical Code." Responsibility for obtaining these publications rests with the Contractor. Incidental Work The terms "incidental to the project," "incidental to the involved bid item(s)," etc., as used in the Contract shall mean that the Contractor is required to complete the specified work and the cost of such work shall be included in the unit contract prices of other bid items as specified in Section 1-04.1 (Intent of the Contract). No additional payment will be made. 1-02 BID PROCEDURES AND CONDITIONS SECTION 1-02,1 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.1 Qualification of Bidders Bidders shall be qualified by ability, experience, financing, equipment, and organization to do the work called for in the Contract. The City reserves the right to take any action it deems necessary to ascertain the ability of the Bidder to perform the work satisfactorily. This action includes the City's review of the qualification information in the bid documents. The City will use this qualification data in its decision to determine whether the lowest responsive bidder is also responsible and able to perform the contract work. If the City determines that the lowest bidder is not the lowest responsive and responsible bidder, the City reserves its unqualified right to reject that bid and award the contract to the next lowest bidder that the City, in its sole judgment, determines is also responsible and able to perform the contract work (the "lowest responsive and responsible bidder"). Briscoe-Desimone Reach 1 Sheet Piling/Langholz 1 - 2 June 23, 2014 Project Number: 09-3011 i SECTION 1-02.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.2 Plans and Specifications j Upon awarding the Contract, the City shall supply to the Contractor, for its own use, five (5) copies of the plans and specifications. Additional copies can be purchased from the City at the price specified by the City or in the Invitation to Bid. SECTION 1-02.5 IS DELETED AND REPLACED WITH THE FOLLOWING. i 1-02.5 Proposal Forms i Prospective bidders may obtain Bid Documents including a "Bid Proposal" for the advertised project from the City upon furnishing a non-refundable payment as specified in the "Invitation to Bid" or by downloading at no charge at www.kentwa.gov/procurement, however, a prospective bidder remains responsible to obtain Bid Documents, even if unable to download documents through City's internet connection, whether or not inability to access is caused by the bidder's or the City's technology. Bid Documents may be requested by mail, or picked up at the Public Works Engineering Department, 400 West Gowe Street, Second Floor, Kent, Washington 98032. SECTION 1-02.6 IS REVISED BY DELETING THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING. 1-02.6 Preparation of Proposal It is the Bidder's sole responsibility to obtain and incorporate all issued addenda into the bid. In the space provided on the Proposal Signature Page, the Bidder shall confirm that all Addenda have been received. All blanks in the proposal forms must be appropriately filled in. SECTION 1-02.6 IS SUPPLEMENTED BYADDING THE FOLLOWING TO THE LAST PARAGRAPH. Proposals must contain original signature pages. FACSIMILES OR OTHER FORMS OF ELECTRONIC DELIVERY ARE NOT ACCEPTABLE AND ARE CONSIDERED NON-RESPONSIVE SUBMITTALS. SECTION 1-02.7 IS DELETED AND REPLACED WITH THE FOLLOWING; 1-02.7 Bid Deposit A deposit of at least 5 percent of the total Bid shall accompany each Bid. This deposit may be cash, cashier's check, or a proposal bond (Surety bond). Any proposal bond shall be on the City's bond form and shall be signed by the Bidder and the Surety. A proposal bond shall not be conditioned in any way to modify the minimum 5-percent required. The Surety shall: (1) be registered with the Washington State Insurance Commissioner, and (2) appear on the current Authorized Briscoe-Deslmone Reach 1 Sheet Piling/Langholz 1 - 3 June 23, 2014 Project Number: 09-3011 i i Insurance List in the State of Washington published by the Office of the Insurance Commissioner. The failure to furnish a Bid deposit of a minimum of 5 percent with the Bid shall make the Bid nonresponsive and shall cause the Bid to be rejected by the Contracting Agency. SECTION 1-02.8(2) LOBBYING CERTIFICATION IS REVISED WITH THE FOLLOWING CLARIFICATION. THIS SECTION ONLY APPLIES TO FEDERAL- AID CONTRACTS. I SECTION 1-02.9 IS DELETED AND REPLACED WITH THE FOLLOWING. 1-02.9 Delivery of Proposal All bids must be sealed and delivered in accordance with the "Invitation to Bid." Bids must be received at the City Clerk's office by the stated time, regardless of delivery method, including U.S. Mail. SECTION 1-02.10 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.10 Withdrawing, Revising, or Supplementing Proposal After submitting a Bid Proposal to the Contracting Agency, the Bidder may withdraw or revise it if: 1. The Bidder submits a written request signed by an authorized person, and 2. The Contracting Agency receives the request before the time for opening Bids. The original Bid Proposal may be revised and resubmitted as the official Bids Proposal if the Contracting Agency receives it before the time for opening Bids. SECTION 1-02.11 IS DELETED AND REPLACED WITH THE FOLLOWING. 1-02.11 Combination and Multiple Proposals No person, firm or corporation shall be allowed to make, file, or be interested in more than one bid for the same work unless alternate bids are specifically called for; however, a person, firm, or corporation that has submitted a subproposal to a bidder, or that has quoted prices of materials to a bidder is not disqualified from submitting a subproposal or quoting prices to other bidders or from making a prime proposal. SECTION 1-02.13 IS REVISED BY DELETING ITEM 1(a) AND REPLACING ITEM 1(a) WITH THE FOLLOWING. 1-02.13 Irregular Proposals a. The bidder is not prequalified when so required. Briscoe-Desimone Reach i Sheet PIIIng/Langholz 1 - 4 June 23, 2014 Project Number: 09-3011 i SECTION 1-02.14 IS REVISED BY DELETING ITEM 3 AND REPLACING WITH THE FOLLOWING: 1-02.14 Disqualification of Bidders 3. The bidder is not qualified for the work or to the full extent of the bid. 1-03 AWARD AND EXECUTION of CONTRACT SECTION 1-03.1 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SECOND PARAGRAPH IN THAT SECTION: 1-03.1 Consideration of Bids The City also reserves the right to include or omit any or all schedules or alternates of the Proposal and will award the Contract to the lowest responsive, responsible bidder based on the total bid amount, including schedules or alternates selected by the City. SECTION 1-03.2 IS REVISED BY REPLACING "4S CALENDAR DAYS" WITH "EO CALENDAR DAYS"RELATING TO CONTRACT AWARD OR BID REJECTION. 1-03.2 Award of Contract SECTION 1-03.3 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.3 Execution of Contract The form of contract that the successful bidder, as the Contractor, will be required to execute, and the forms and the amount of surety bonds that it will be required to furnish at the time of execution of the contract are included in the bid documents and should be carefully examined. The contract and the Surety Bonds will be executed in two (2) original counterparts. Within 10 calendar days after the award date, the successful bidder shall return the signed City prepared contract, insurance certification as required by the contract, and a satisfactory bond as required by law and Section 1-03.4. If the successful bidder fails to provide these documents within this 10-day period, the City may, at its sole discretion, reduce the time for completion of the contract work by one working day for each calendar day after this 10-day period that the successful bidder fails to provide all required documents. Until the City executes a contract, no proposal shall bind the City nor shall any work begin within the project limits or within City-furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the City. Briscoe-Des!mone Reach 1 Sheet PIIIng/Langholz 1 - 5 June 23, 2014 Proiect Number: 09-3011 i No claim for delay shall be granted to the Contractor due to its failure to submit the required documents to the City in accordance with the schedule provided in these Kent Special Provisions. SECTION 1-03.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING TO THE FIRST PARAGRAPH- 1-03.4 Contract Bond 5. The Contract Bond shall remain in force for one year following the Final Acceptance Date to ensure defects are corrected during the one-year guarantee period. SECTION 1-03.7 IS DELETED AND REPLACED WITH THE FOLLOWING. 1-03.7 Judicial Review Any decision made by the City regarding the award and execution of the contract or bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington State Law. Such review, if any, shall be timely filed in the King County Superior Court, located in Kent, Washington, 1-04 SCOPE OF THE WORK SECTION 1-04.1(2) IS DELETED AND REPLACED WITH THE FOLLOWING- 1-04.1(2) Bid Items Not Included in the Proposal The Contractor shall include all costs of doing the work within the bid item prices. If the contract plans, contract provisions, addenda, or any other part of the contract require work that has no bid item price in the proposal form, the entire cost of labor and materials required to perform that work shall be incidental and included with the bid item prices in the contract. SECTION 1-04.2 IS SUPPLEMENTED BY ADDING THE WORDS, "SCENT SPECIAL PROVISIONS, (CENT STANDARD PLANS"FOLLOWING THE WORDS, "CONTRACT PROVISIONS"IN THE FIRST SENTENCE OF THE FIRST PARAGRAPH. SECTION 1-04.2 IS REVISED BY DELETING ITEMS 1 THROUGH 7 IN THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING B ITEMS: 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda 1. Approved Change Orders 2. The Contract Agreement 3. Kent Special Provisions 4. Contract Plans Briscoe-Desimone Reach 1 Sheet Piling/Langholz 1 - 6 June 23, 2014 Project Number: 09-3011 i I I 5. Amendments to WSDOT Standard Specifications 6. WSDOT Standard Specifications 7. Kent Standard Plans 8. WSDOT Standard Plans SECTION 1-04.4 IS REVISED BY DELETING THE THIRD PARAGRAPH (INCLUDING SUBPARAGRAPHS A AND B). SECTION 1-04.4 IS REVISED BY DELETING THE FIFTH PARAGRAPH AND REPLACING IT WITH THE FOLLOWING: 1-04.4 Changes For Item 2, increases or decreases in quantity for any bid item shall be paid at the appropriate bid item contract price, including any bid item increase or decrease by more than 25 percent from the original planned quantity. SECTION 1-04.6 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.6 Variation in Estimated Quantities Payment to the Contractor will be made only for the actual quantities of Work performed and accepted in conformance with the Contract. SECTION 1-04.7 IS REVISED BY DELETING THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-04.7 Differing Site Conditions (Changed Conditions) Upon written notification, the Engineer will investigate the conditions and if he/she determines that the conditions materially differ and cause an increase or decrease in the cost or time required for the performance of any Work under the Contract, an adjustment will be made and the Contract modified in writing accordingly. No claim for loss of anticipated profits will be allowed when determining this adjustment. The Engineer will notify the Contractor of his/her determination whether or not an adjustment of the Contract is warranted. ( SECTION 1-04.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.9 Use of City Property The steel sheet piling shall be stockpiled on City property at the south side of the intersection of 72"d Avenue S. and S. 196th Street. Contractor shall deliver and stockpile the sheeting where directed at this site. I Briscoe-Desimone Reach 1 Sheet Piling/Langholz 1 - 7 June 23, 2014 Proiect Number: 09-3011 i I All costs associated with the use of the City-provided site shall be included in the individual bid items. 1-05 CONTROL OF WORK 1-05.8 City's Right to Correct Defective and Unauthorized Work If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the contract, the Engineer may correct and remedy that work as may be identified in the written notice, by any means that the Engineer may deem necessary, including the use of City forces or other contractors. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have the work the Contractor refuses to perform completed by using City or other forces, An emergency situation is any situation which, in the opinion of the Engineer, could be potentially unsafe if its remedy is delayed, or might cause serious risk of loss or damage to the public, Direct and indirect costs incurred by the City attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment may be deducted by the Engineer from monies due, or to become due, the Contractor. Direct and indirect costs shall include, without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the City's rights provided by this section nor shall the exercise of this right diminish the City's right to pursue any other remedy available under law with respect to the Contractor's failure to perform the work as required. SECTION 1-05.141 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-05.14 Cooperation With Other Contractors I The City shall not be responsible for any damages suffered by the Contractor resulting directly or indirectly from the performance or attempted performance of any other City contract or contracts existing or known to be pending at the time of bid. Details of known projects are as follows: N/A Briscoe-Desimone Reach 1 Sheet Piling/Langholz 1 - 8 June 23, 2014 Project Number: 09-3011 i SECTION 1-05 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW j SECTIONS: 1-05.16 Water and Power The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the Contract includes power or water as bid items, or unless otherwise provided for in other bid items. 1-05.17 Oral Agreements No oral agreement or conversation with any officer, agent, or employee of the City, either before or after execution of the contract, shall affect or modify the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered unofficial information and in no way binding upon the City, unless subsequently put in writing and signed by an authorized agent of the City. 1-06 CONTROL OF MATERIAL SECTION 1-06.2(2) IS DELETED IN ITS ENTIRETY. 1-06.2(2) Statistical Evaluation of Materials for Acceptance SECTION 1-06 IS SUPPLEMENTED EYADDING THE FOLLOWING NEW SECTIONS: 1-06.6 Submittals 1-06.6(1) Submittal Procedures All information submitted by the Contractor shall be clear, sharp, high contrast copies. Contractor shall accompany each submittal with a letter of transmittal containing the following information: 1. Contractor's name and the name of Subcontractor or supplier who prepared the submittal. 2. The project name and identifying number. 3. Each new submittal shall be sequentially numbered (1, 2, 3, etc.). Each resubmittal shall include the original number with a sequential alpha letter added (1A, 1B, 1C, etc.). 4. Description of the submittal and reference to the Contract requirement or technical specification section and paragraph number being addressed. 5. Bid item(s) where product will be used. 1-06.6(2) Schedule of Submittals The Contractor shall create and submit three (3) copies of approvable shop drawings within one week of the notice to proceed. Briscoe-Desimone Reach 1 Sheet PilingfLangholz 1 - 9 June 23, 2014 Proiect Number: 09-3011 The Contractor shall allow a minimum of 7 calendar days for the Engineer's review of each submittal or resubmittal. i 1-06.6(3) Shop Drawings, Product Data, and Samples The Contractor shall submit the following for the Engineer's review: 1. Shop Drawings: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute any required copies for its superintendent, subcontractors and suppliers. 2. Product Data: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute any required copies for its superintendent, subcontractors and suppliers. Content of submittals: 1. Each submittal shall include all of the items required for a complete assembly or system. 2. Submittals shall contain all of the physical, technical and performance data required to demonstrate conclusively that the items comply with the requirements of the Contract. 3. Each submittal shall verify that the physical characteristics of items submitted, including size, configurations, clearances, mounting points, utility connection points and service access points, are suitable for the space provided and are compatible with other interrelated items. 4. The Contractor shall label each Product Data submittal, Shop Drawing or Sample with the bid item number and, if a lump sum bid item, provide a reference to the applicable KSP paragraph. The Contractor shall highlight or mark every page of every copy of all Product Data submittals to show the specific items being submitted and all options included or choices offered. The City encourages a creative approach to complete a timely, economical, and quality project. Submittals that contain deviations from the requirements of the Contract shall be accompanied by a separate letter explaining the deviations. The Contractor's letter shall: 1. Cite the specific Contract requirement including the Specification Section bid item number and paragraph number for which approval of a deviation is sought. 2. Describe the proposed alternate material, item or construction, explain its advantages, and explain how the proposed alternate meets or exceeds the Contract requirements. 3. State the reduction in Contract Price, if any, which is offered to the City. The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed deviation with or without cause. Briscoe-Desimone Reach 1 Sheet Piling/Langholz 1 - 10 June 23, 2014 Project Number: 09-3011 The Engineer will stamp and mark each submittal prior to returning it to the Contractor. The stamps will indicate one of the following; 1. "APPROVED AS SUBMITTED" - Accepted subject to its compatibility with the work not covered in this submission. This response does not constitute approval or deletion of specified or required items not shown in the partial submission. 2. APPROVED AS NOTED - Accepted subject to minor corrections that shall be made by the Contractor and subject to its compatibility with the work not covered in this submission. This response does not constitute approval or deletion of specified or required items not shown in the partial submission. No resubmission is required. 3. "AMEND AND RESUBMIT" - Rejected because of major inconsistencies, errors or insufficient information that shall be resolved or corrected by the Contractor prior to subsequent re- submittal. An amended resubmission is required. Re-submittals that contain changes that were not requested by the Engineer on the previous submittal shall note all changes and be accompanied by a letter explaining the changes. 1-06.6(4) Proposed Equivalents The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed equivalent with or without cause. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC SECTION 1-07.1 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.1 Laws to be Observed The Contractor shall always comply with all Federal, State, or local laws, codes, rules and regulations that affect work under the contract. The Contractor shall also be responsible for the safety of its workers and shall comply with all applicable safety and health standards and codes. In cases of conflict between different laws, codes, rules, or regulations, the most stringent law, code, rule, or regulation shall apply. The City will not adjust payment to compensate the Contractor for changes in legal requirements unless those changes are specifically within the scope of RCW 39.04.120. For changes under RCW 39.04.120, the City will compensate the Contractor by negotiated change order as provided in Section 1-04.4. Briscoe-Desimone Reach 1 Sheet PllingjLangholz 1 - 11 June 23, 2014 i SECTION 1-07.2 IS DELETED AND REPLACED WITH THE F®LLOWZNG: 1-07.2 State Taxes 1-07.2(1) General The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1) through 1-07.2(4) are meant to clarify those rules. The Contractor shall contact the Washington State Department of Revenue for answers to questions in this area. The City will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor-paid taxes in the bid item prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(3) describes this exception. The City will pay the retained percentage only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract-related taxes have been paid (RCW 60.28.051). The City may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed is related to this contract or not. Any amount so deducted will be paid into the proper State fund. 1-07.2(2) State Sales Tax — Rule 171 WAC 458-20-171, and its related rules apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when they are part of the roadway lighting system. For work performed in these cases, the Contractor shall include Washington State Retail Sales Tax in the various unit Bid Item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1®07.2(3) State sales Tax — Rule 170 WAC 458-20-170, and its related rules apply to the construction and repair of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the State of Washington; water mains and their appurtenances; sewers and sewage disposal systems unless those sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of the street or road lighting system; and installing or attaching of any article of Briscoe-Desimone Reach 1 Sheet PIIIng/Langholz 1 - 12 June 23, 2014 Project Number: 09-3011 I I tangible personal property in or to real property, whether or not this personal property becomes a part of the realty by virtue of installation. For work performed in these cases, the Contractor shall collect from the City, retail sales tax on the full contract price. The City will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit Bid Item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception: The City will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit Bid Item prices or in any other contract amount. 1-07.2(4) Services The Contractor shall not collect retail sales tax from the City on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 224). SECTION 1-07.6 IS SUPPLEMENTED EYADDING THE FOLLOWING. 1-07.6 Permits and Licenses The City has obtained the following permits: (done Contractor shall obtain, at its sole cost, all other permits required to complete this project. A copy of each permit and/or license obtained by the Contractor shall be furnished to the City. Approved permits shall be furnished to the City upon completion of the project and prior to final acceptance. The Contractor shall promptly notify the City in writing of any variance in the contract with the laws, ordinances, rules, regulations, and orders. SECTION I®07.9(1) IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SIXTH PARAGRAPH. 1-07.9(1) General The wage rates that will be in effect during the entire contract work period are those in effect on the day of bid opening, unless the City does not award the Contract within six months of the bid opening. The City will not adjust the Contractor's bid in the event the State or Federal Government adjusts the prevailing wage rates after the Bid Opening Date. Briscoe-Deslmone Reach 1 Sheet Piling/Langholz 1 - 13 June 23, 2014 SECTION 1-07.13 33( ) IS DELETED IN ITS ENTIRETY. 1-07.13(3) Relief of Responsibility for Damage by Public 'Traffic SECTION 1-07.13(4) IS DELETED AND REPLACED WITH THE FOLLOWING. 1-07.13(4) Repair of Damage The Contractor shall promptly repair all damage to either temporary or permanent work as directed by the Engineer. Alternatively, the Engineer may elect to accomplish repair by other means; however, the Contractor shall pay for these repairs and the City may deduct these repair costs from monies due or to become due the Contractor. No payment will be made for delay or disruption of work. SECTION 1-07.18 IS DELETED AND REPLACED WITH THE FOLLOWING- 1-07.18 Public Liability and Property Damage Insurance Refer to the insurance requirements in the project Contract, which constitute the Contractor's insurance requirements for this project. SECTION 1-07.26 IS DELETED AND REPLACED WITH THE FOLLOWING. 1-07.26 Personal Liability of Public Officers Neither the City, the Engineer, nor any other official, officer or employee of the City shall be personally liable for any acts or failure to act in connection with the contract, it being understood that, in these matters, they are acting solely as agents of the City. 1-08 PROSECUTION AND PROGRESS SECTION 1-08.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-08.4 Notice to Proceed, Prosecution and Hours of Work Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of required insurance have been approved by and filed with the City. Unless otherwise approved in writing by the Engineer, the Contractor shall not commence the work until the Notice to Proceed has been given by the Engineer. The Contractor shall submit approvable shop drawings within one week of the Notice to Proceed Date. The Work thereafter shall be prosecuted diligently, vigorously, and without unauthorized interruption until physical completion of the work. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the Contract. Briscoe-Des!mone Reach 1 Sheet Piling/Langholz 1 - 14 June 23, 2014 Project Number: 09-3011 SECTION 1-08.5 IS REVISED 8Y DELETING THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING. i 1-08.5 Time for Completion j I Contract time shall begin on the day of the Notice to Proceed. The j Contract Provisions may specify another starting date for Contract time, in which case, time will begin on the starting date specified. SECTION 1-08.6 IS REVISED 8Y DELETING THE FIFTH AND SIXTH PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 1-08.6 Suspension of Work If the performance of all or any part of the Work is suspended, for an unreasonable period of time by an act of the Contracting Agency in the administration of the Contract, or by failure to act within the time specified in the Contract (or if no time is specified, within a reasonable time), the Engineer will make an adjustment for any increase in the cost or time for the performance of the Contract (excluding profit) necessarily caused by the suspension. However, no adjustment will be made for any suspension, if (1) the performance would have been suspended, by any other cause, including the fault or negligence of the Contractor, or (2) an equitable adjustment is provided for or excluded under any other provision of the Contract. If the Contactor believes that the performance of the Work is suspended, for an unreasonable period of time and such suspension, is the responsibility of the Contracting Agency, the Contractor shall immediately submit a written notice of protest to the Engineer as provided in Section 1-04.5. No adjustment shall be allowed for any costs incurred more than 10 calendar days before the date the Engineer receives the Contractor's written notice to protest. The Contractor shall keep full and complete records of the costs and additional time of such suspension, and shall permit the Engineer to have access to those records and any other records as may be deemed necessary by the Engineer to assist in evaluating the protest. SECTION 1-08.7 MAINTENANCE DURING SUSPENSION IS REVISED BY DELETING THE FOURTH AND SIXTH PARAGRAPHS. SECTION 1-08.8 IS REVISED 8Y DELETING PARAGRAPHS 1 THROUGH .3 AND REPLACING THEN WITH THE FOLLOWING: 1-08.8 Extensions of Time The Contractor shall submit any requests for time extensions to the Engineer in writing no later than 10 working days after the delay occurs. The request shall be limited to the change in the critical path of the Contractor's schedule attributable to the change or event giving rise to the request. To be considered by the Engineer, the request shall be in sufficient detail (as determined by the Engineer) to enable the Briscoe-Desimone Reach 1 Sheet Piling/Langholz 1 - 15 June 23, 2014 Engineer to ascertain the basis and amount of the time requested. The Contractor shall be responsible for showing on the progress schedule that the change or event: (1) had a specific impact on the critical path and except in cases of concurrent delay, was the sole cause of such impact, and (2) could not have been avoided by resequencing of the work or other reasonable alternatives. The reasons for and times of extensions shall be determined by the Engineer, and such determination will be final as provided in Section I- 05.1. 1-09 MEASUREMENT AND PAYMENT SECTION 1-09.9 IS SUPPLEMENTED BYADDXNG THE FOLLOWXNG NEW SECTION: 1-09.9(2) City's Right to Withhold Certain Amounts In addition to the amount that the City may otherwise retain under the Contract, the City may withhold a sufficient amount of any payments otherwise due to the Contractor, including nullifying the whole or part of any previous payment, because of subsequently discovered evidence or subsequent inspections that, in the City's judgment, may be necessary to cover the following: 1. The cost of defective work not remedied. 2. Fees incurred for material inspection, and overtime engineering and inspection for which the Contractor is obligated under this Contract. 3. Fees and charges of public authorities or municipalities. 4. Liquidated damages. 5. Engineering and inspection fees beyond Completion Date. 6. Cost of City personnel to re-establish locate marks for City-owned facilities that were not maintained by the Contractor in accordance with RCW 19.122.030 (3). SECTION 1-09.11(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.11(3) Time Limitations and Jurisdiction This contract shall be construed and interpreted in accordance with the laws of the State of Washington. The venue of any claims or causes of action arising from this contract shall be exclusively in the Superior Court of King County, located in Kent, Washington. For convenience of the parties to this contract, it is mutually agreed that any claims or causes of action which the Contractor has against the City arising from this contract shall be brought within 180 days from the date of Final Acceptance of the contract by the City. The parties understand and agree that the Contractor's failure to bring suit within the time period provided shall be a complete bar to any such claims or causes of action. Briscoe-Desimone Reach I Sheet Piling/Langholz I - 16 June 23, 2014 Project Number: 09-3011 j I i It is further mutually agreed by the parties that when any claims or causes of action that a Contractor asserts against the City arising from this contract are filed with the City or initiated in court, the Contractor shall permit the City to have timely access to any records deemed necessary by the City to assist in evaluating the claims or actions. SECTION 1-09.13 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.13 Final Decision and Appeal All disputes arising under this contract shall proceed pursuant to Section 1-04.5 and 1-09.11 of the WSDOT Standard Specifications and any Kent Special Provisions provided for in the contract for claims and resolution of disputes. The provisions of these sections and the Kent Special Provisions must be complied with as a condition precedent to the Contractor's right to seek an appeal of the City's decision. The City's decision under Section 1-09.11 will be final and conclusive. Thereafter, the exclusive means of Contractor's right to appeal shall only be by filing suit exclusively under the venue, rules and jurisdiction of the Superior Court of King County, located in Kent, Washington, unless the parties agree in writing to an alternative dispute resolution process. I I Briscoe-Desimone Reach 1 Sheet Piling/Langholz 1 - 17 June 23, 2014 DIVISION 6 ® STRUCTURE DXVXSZ®N 6 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECT.DN: 6-20 SHEET PILING 6-20.1 Description The work covered by this section consists of furnishing equipment, labor, and materials; providing shop drawings, and performing all operations in connection with the furnishing and delivery of the metal sheet piling wall system, including bolted or structural connections; and miscellaneous steel, in accordance with these specifications and the applicable drawings. References The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. ASTM International (ASTM) ASTM A 572 (2007) Standard Specification for High-Strength Low- Alloy Columbium-Vanadium Structural Steel ASTM A 6 (2012) Standard Specification for General Requirements for Rolled Structural Steel Bars, Plates, Shapes, and Sheet Piling ASTM A 36 (2005) Standard Specification for Carbon Structural SteelASTM A 325 (2007) Standard Specification for Structural Bolts, Steel, Heat Treated, 120/105 ksi Minimum Tensile Strength ASTM A 449 (2007a) Specification for Hex Cap Screws, Bolts, and Studs, Steel, Heat Treated, 120/105/90 ksi Minimum Tensile Strength, General Use ASTM F 436 (2007) Hardened Steel Washers ASTM A 123 (2002) Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products ASTM A722 (2012) Standard Specification for Uncoated High- Strength Steel Bars for Prestressing Concrete A775 (2007) Standard Specification for Epoxy-Coated Steel Reinforcing Bars American Institute Of Steel Construction (RISC) AISC 348 (2000) Structural Joints Using ASTM A325 or A490 Bolts American Welding Society (AWS) AWS D1.1 (2012) Structural welding Code - Steel Briscoe-Desimone Reach 1 Sheet Piling/Langholz 6 - 1 June 23,2014 Project Number: 09-3011 I, I Submittals The following shall be submitted to the City for approval: I Steel Sheet Piling Shop Drawings: Shop drawings for steel sheet piling, including fabricated sections, and miscellaneous steel, shall show: • Complete piling dimensions and details. • Details of the method for handling piling to prevent permanent deflection, distortion or damage to piling interlocks. • Dimensions for holes for handling sheet piles • Complete details for the fabrication of all miscellaneous steel including special fabricated piles and connections. Sheet Pile Stock Piling Plan: Provide a plan to communicate with the City how the sheet piles will be stockpiled in the designated area (reference KSP Section 1-04.9 for stockpile site). Plan must demonstrate that the sheet piles can be placed in the designated area in a manner that allows future access to each sheet pile stack without the need to move stacks out of the way, The plan should include: • Traffic access to the city facility • Temporary measures needed to facilitate access to facility • Sheet pile stockpile stack locations. Include description to how many sheets will be stacked in each location and they length of the sheets in the stack. • Temporary crane and equipment setup locations for unloading the sheets. Product Data: Manufacturer's literature available from suppliers that demonstrates compliance with applicable specifications. Materials Test certificates and Test Reports: Test reports and certificates of compliance that show that the materials to be provided are in compliance with the applicable specifications. Materials test certificates and test reports shall be submitted for each shipment of steel sheet piling and identified with specific lots prior to installing piling. Identification data shall include piling type, heat analysis number, chemical composition, mechanical properties, section properties, heat number, and the steel manufacturer's name and mill identification mark. Testing of sheet piling for mechanical properties shall be performed after the completion of all rolling and forming operations. Material test reports shall meet the requirements of ASTM A6. 6-20.2 Materials Metal Sheet Piling Steel Sheet Piling Steel sheet piling shall be new hot-rolled sections of the type shown or alternative steel sheet piling sections as described in Briscoe-Desimone Reach 1 Sheet Piling/Langholz 6 - 2 June 23, 2014 I these specifications, conforming to the requirements of ASTM A 572 Grade 50. The interlocks of the sheet piling shall be free- sliding, provide a swing angle suitable for the intended installation, but not less than 5 degrees when interlocked, and maintain continuous interlocking when installed throughout their entire length. The sheet piling shall be homogeneous for the full thickness of the section and shall be capable of developing the structural capacity using the full section modulus. Any sheets determined to be defective shall be rejected and replaced as directed by the Engineer and at no cost to the City. Sheet piling shall be provided with standard pulling holes. Pulling holes shall be in the web of the section and within the top seven (7) inches of the sheet pile top. Holes are not allowed in the flanges of the sheet pile sections unless indicated on the Contract Plans. Alternative steel Sheet Piling sections Steel sheet pile sections shown on the Contract Plans may be substituted by alternative sheet pile sections meeting or exceeding all the minimum properties shown in the following table: Minimum Pro erties Section shown Elastic Section Moment of Flange and Web on Contract Modulus inertia Thickness Plans in3/ft of wall in4/ft of wall] rinj AZ 26-700 48.4 437.3 0.480 Alternative sheet pile sections will be subject to written approval by the Engineer. Alternative steel sheet piling sections shall have a Z profile and conform to all other requirements of this specification in addition to the requirements of this paragraph. The Contractor is responsible for detailing all revisions to the Contract affected by the selected alternative sheet piling sections. The Contractor will be responsible for all additional quantities associated with alternate sheet pile sections. Any revisions shall be submitted as shop drawings for approval. If directed by the Engineer, the Contractor shall submit calculations sealed by a licensed structural engineer in the State of Washington to demonstrate equivalency for any alternative steel sheet piling sections and associated revisions. Cold Formed Sheet Pile � Cold Formed Sheet Pile sections will not be considered for this project. Briscoe-Desimone Reach I Sheet Piling/Langholz 6 - 3 June 23, 2014 Project Number: 09-3011 i Appurtenant Metal Materials i Transition Sheet Pile Sections The Contractor shalt design and provide transition sheet pile sections as necessary to accommodate alignment changes. Transition sheet pile sections shall be fabricated from plates, angles, and standard pile sections cut or bent as necessary. 6-20.5 Payment Payment will be made in accordance with Section 1-04.1 for the following: "Sheet Piling - Wall Type A (AZ26-700) 40' Length," per square foot "Sheet Piling - Wall Type A (AZ26-700) 55' Length," per square foot "Sheet Piling - Wall Type A (AZ26-700) 60' Length," per square foot Payment for steel sheet piling, of the size and type of sheet piling specified, shall be made at the unit price per square foot of wall as measured along the width of each pile (i.e. AZ26-700 width = 700 mm = 27.56"; therefore a 40' length would be 91.87 square feet). Payment shall cover all costs of furnishing, handling, storing, including other materials and work incidental to furnish, deliver and stockpile the sheet piling on the City property as described in KSP Section 1-04.9. "Corner Pile - Type C14 59' Length" per each Payment for corner piles, of the size and type of sheet piling specified, shall be made at the unit price per each. Payment shall cover all costs of furnishing, handling, storing, including other materials and work incidental to furnish, deliver and stockpile the corner piles at the location noted above for sheet piling. I III �I Briscoe-Desimone Reach 1 Sheet Piling/Langholz 6 - 4 June 23, 2014 Project Number: 09-3011 PREVAILING i I i I i i I i ( I ill I I Briscoe-Desimone Reach 1 Sheet Piling(Langholz A - 1 June 23, 2014 Project Number: 09-3011 Page 1 of 17 i 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: 6/23/2014 Count Trade Jab Classification Wa e floliday0vertime Note King Asbestos Abatement Workers Journey Level $41.69 5D 1H King Boilermakers Journey Level $64.44 5N 1C (King Brick Mason Brick And Block Finisher $43.26 5A 1M King Brick Mason Journey Level $50.12 5A 1M King Brick Mason Painter-Caulker-Cteaner $50.12 5A 1M King Building Service Employees Janitor $20.59 5S 2F King Building Service Employees Traveling Waxer/Shampooer $21.00 5S 2F King Building Service Employees Window Cleaner (Non-Scaffo(d) $24.29 55 2F King Building Service Employees Window Cleaner (Scaffold) $25.15 5S 2F {King Cabinet Makers (In Shop} Journey Level $22.74 1 King Carpenters Acoustical Worker $50.82 5D 1M King Carpenters Bridge, Dock And Wharf $50.82 5D 1M i Carpenters l King Carpenters Carpenter $50.82 5D M King Carpenters Carpenters on Stationary Toots $50.95 5D 1M King Carpenters Creosoted Material $50.92 5D 1M King Carpenters Floor Finisher $50.82 5D 1M King Carpenters Floor Layer $50.82 5D 1M t King Carpenters Scaffold Erector $50.82 5D 1M King Cement Masons Journey Level $51.18 ZA I King Divers a Tenders Diver $105.37 5D 1M 8A King Divers & Tenders Diver On Standby $59.50 5D M King Divers Et Tenders Diver Tender $54.82 5D 1M " F ng Divers 8 Tenders Surface Rcv& Rov Operator $54.82 5D 7tng Divers it Tenders Surface Rcv BE Rov Operator $51.07 5A 1 B Tender King Dredge Workers Assistant Engineer $53.00 5D 3F King Dredge Workers Assistant Mate (Deckhand) $52.58 5D 3F I i https://fortress.wa.qov/lnl/wagelookui)/r)rvWageiookur).asr)x 6/23/2014 Page 2 of 17 ;King Dredge Workers Boatmen $52.301 5D I 3F King Dredge Workers Engineer Welder $54.04 5D 3FJ � King Dredge Workers Leverman, Hydraulic $55.17 5D 3F King Dredge Workers Mates $52.30 5D 3F King Dredge Workers oiler $52.58 5D 3F King Ewalt Applicator Journey Level $50.82 5D 1H Nng Drywall Tapers Journey Level $50.87 5P 1E King Electrical Fixture Maintenance Journey Level $25.84 5L I Workers King Electricians - Inside Cable Splicer $65.69 7C 2W 'King Electricians - Inside Cable Splicer(tunnel) $70.52 7C 2W 1King Electricians - Inside Certified Welder $63.49 7C 2W PE Electricians - Inside Certified Welder (tunnel) $68.10 7C 2WElectricians - Inside Construction Stock Person $35.69 7C 2W King Electricians - Inside Journey Level $61.30 7C 2W King Electricians - Inside Journey Level (tunnel) $65.69 7C 2W King Electricians - Motor Shop Craftsman $15.37 1 3 `King Electricians -Motor Shop Journey Level $14.69 1 {`King Electricians - Powertine Cable Splicer $68.33 5A A Construction I King Electricians - Powerline Certified Line Welder $62.50 5A 4A I Construction King Electricians - Powerline Groundperson $42.56 5A 4A Construction King Electricians - Powerline Heavy Line Equipment $62.50 5A 4A Construction Operator King Electricians - Powertine Journey Level Lineperson $62.50 5A 4A Construction King Electricians - Powerline Line Equipment Operator $52.47 5A 4A Construction rKing Electricians - Powerline Pole Sprayer $62.50 5A 4A Construction King Electricians - Powerline Powderperson $46.55 5A 4A Construction King Electronic Technicians Journey Level $31.00 1 #J Kin Elevator Constructors Mechanic g $80.141 7D I 4A k King Elevator Constructors Mechanic in Charge $86.771 7D I 4A King Fabricated Precast Concrete All Classifications - In-Factory $15.25 5B 1g 3 Products Work Only i King Fence Erectors Fence Erector $15.18 1 'King F aggers Journey Level $35.34 7A 31 'King Glaziers Journey Level $53.76 71. 1Y King Heat & Frost Insulators And Journeyman $58.93 5.1 15 Asbestos Workers King Heating Equipment Mechanics Journey Level $69.37 7F 1 E King Hod Carriers Et Mason Tenders Journey Level $42.99 7A 31 King Industrial Power Vacuum Journey Level $9.32 1 3 https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 6/23/2014 Page 3 of 17 Cleaner jKing Inland Boatmen Boat Operator $54.57 5B I King Inland Boatmen Cook $50.95 5B I [King Inland Boatmen Dockhand $51.19 5B 1K EKing Inland Boatmen Deckhand Engineer $52.18 5B 1K King Inland Boatmen Launch Operator $53.40 5B 1K (King Inland Boatmen Mate $53.40 5B 1K 11(ing Inspection/Cleaning/Sealing Of Cleaner Operator, Foamer $31.49 1 P Sewer 8 Water Systems By Operator j Remote Control 'King Inspection/Cleaning/Sealing Of Grout Truck Operator $11.48 1 Sewer a Water Systems By Remote Control EKing Inspection/Cleaning/Seating Of Head Operator $24.91 1 Sewer ft Water Systems By Remote Control King Inspection/Cleaning/Sealing 0f Technician $19.33 1 Sewer Et Water Systems By Remote Control ? 3 King Inspection/Cleaning/Sealing Of Tv Truck Operator $20.45 1 Sewer D Water Systems By I Remote Control King Insulation Applicators Journey Level $50.82 5D 1M King Ironworkers Journeyman $59.77 7N 10 King Laborers Air, Gas Or Electric Vibrating $41.69 7A 31 Screed King Laborers Airtrac Drill Operator $42.99 7A 31 King ILaborers Ballast Regular Machine $41.69 7A 3( King Laborers Batch Weighman $35.34 7A 31 King Laborers Brick Pavers $41.69 7A 31 King Laborers Brush Cutter $41.69 7A 31 King La orers Brush Hog Feeder $41.69 7A 31 King Laborers Burner $41.69 7A 31 King Laborers Caisson Worker $42.99 7A 31 j ;King Laborers Carpenter Tender $41.69 7A 31 9d King Laborers Caulker $41.69 7A 31 King Laborers Cement Dumper-paving $42.46 7A 31 King Laborers Cement Finisher Tender $41.69 7A 31 King Laborers Change House Or Dry Shack $41.69 7A 31 King Laborers Chipping Gun (under 30 Lbs.) $41.64 7A 31 King Laborers Chipping Gun(30 Lbs. And $42.46 7A 31 Over) King Laborers Choker Setter $41.69 7A 31 King Laborers Chuck Tender $41.69 7A 31 j King Laborers Clary Power Spreader $42.46 7A 31 King Laborers Clean-up Laborer $41.69 7A 31 King Laborers Concrete Dumper/chute $42.46 7A 31 s https://fortress.wa.gov/lni/wagelookup/prvWageiookup.aspx 6/23/2014 Page 4 of 17 Operator King Laborers Concrete Form Stripper $41.69 7A 31 jKing Laborers Concrete Placement Crew $42.46 7A 31 King Laborers Concrete Saw Operator/core $42.46 7A 31 Driller King Laborers Crusher Feeder $35.34 7A 31 King Laborers Curing Laborer $41.69 7A 31 King Laborers Demolition: Wrecking Ft Moving $41.69 7A 31 1 (inct. Charred Material) t King Laborers Ditch Digger $41.69 7A 31 jKing Laborers Diver $42.99 A 3 King Laborers Drill Operator d$41. 7A 31 (hydraulic,diamond) King Laborers Dry Stack Walls 7A 31 King Laborers Dump Person 7A 3 j IKing Laborers Epoxy Technician 7A 31 King Laborers Erosion Control Worker 7A 31 King Laborers Fatter a Bucker Chain Saw 7A 31 King Laborers Fine Graders 7A 31 King Laborers Firewatch ZA 31 King Laborers Form Setter 7A 31 King Laborers Gabian Basket Builders $41.69 7A 3 King Laborers General Laborer $41.69 7A 31 King Laborers Grade Checker a Transit $42.99 77A 3 Person King Laborers Grinders $41.69 ZA 31 I King Laborers Grout Machine Tender $41.69 7A 31 King Laborers Groutmen (pressure)including $42.46 �g 31 Post Tension Beams King L orers Guardrail Erector $41.69 7A 31 King Laborers Hazardous Waste Worker (level $42.99 7A 31 A) i !King Laborers Hazardous Waste Worker (level $42.46 7A 31 B) King Laborers Hazardous Waste Worker (level $41.69 7A 31 C) King Laborers High Scaler $42.99 7A 31 ingg:::l Laborers Jackhammer $42.46 7A I King Laborers Laserbeam Operator I p $42.46 7A 31 King Laborers Maintenance Person $41.69 7A 3 jKing Laborers Manhole Builder•mudman $42.46 7A 31 L King Laborers Material Yard Person $41.69 7A 31 King Laborers Motorman-dinky Locomotive $42.46 7A 31 King Laborers Nozzleman (concrete Pump, $42.46 7A 31 i Green Cutter When Using Combination of High Pressure Air a Water On Concrete a https:Hfortress.wa.gov/lnl/wagelookup/prvWagelookup.aspx 6/23/2014 Page 5 of 17 Rock, Sandblast, Gunite, Shotcrete, Water Bla 'King Laborers Pavement Breaker $42.46 7A 31 King Laborers Pilot Car $35.34 7A 31 jKing Laborers Pipe Layer Lead $42.99 ZA 31 lKing Laborers Pipe Layer/tailor $42.46 7A 31 King Laborers Pipe Pot Tender $42.46 7A 31 ;King Laborers Pipe Reliner $42.46 7A 31 King Laborers Pipe Wrapper $42.46 77A 31 King Laborers Pot Tender $41.69 7A 31 King Laborers Powderman $42.99 ZA 3 King Laborers Powderman's Helper $41.69 7A 31 King Laborers Power Jacks $42,46 Z 31 `King Laborers Railroad Spike Puller- Power $42.46 7A 31 King Laborers Raker- Asphalt $42.99 7A 31 King Laborers Re-timberman $42.99 7A 31 King Laborers Remote Equipment Operator $42.46 L 31 King Laborers Rigger/signal Person $42.461 7A 31 King Laborers Rip Rap Person $41.69 7A 31 i King Laborers Rivet Buster $42.46 7A 31 King Laborers Rodder $42.46 7A 31 King Laborers Scaffold Erector $41.69 L 31 King Laborers Scale Person $41.69 7A 31 King Laborers Sloper (over 20") $42.46 7A 31 j 'King Laborers Sloper Sprayer $41.691 7A 31 King Laborers Spreader (concrete) $42.46 7A 31 King Laborers Stake Hopper $41.69 7A 31 King Laborers Stock Piler $41.69 7A 31 King Laborers Tamper 8: Similar Electric, Air $42.46 7A 31 & Gas Operated Tools King Laborers Tamper (multiple a Self- $42.46 7A 31 propelled) King Laborers Timber Person - Sewer (tagger, $42.46 7A 31 Shorer & Cribber) )King Laborers Toolroom Person (at Jobsite) $41.69 7A 31 King Laborers Topper $41.69 Z 3( j King Laborers Track Laborer $41.69 7A 31 King Laborers Track Liner (power) $42.46 7A 31 King Laborers Traffic Control Laborer $37.79 7A 331 8R King Laborers Traffic Control Supervisor $37.79 7A 31 8R King aborers Truck Spotter $41.69 _7A 3 King Laborers Tugger Operator $42.46 7A 31 !King Laborers Tunnel Work-Compressed Air $60.06 7A 31 88 Worker 0-30 psi King Laborers Tunnel Work-Compressed Air $65.09 ZA 3 80 htti)s://fortress.wa.qov/lnl/wagelookui)/i)rvWagelookui).asDx 6/23/2014 Page 6 of 17 j i Worker 30.01.44.00 psi King Laborers Tunnel Work-Compressed Air $68,77 7A 31 Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air $74.47 7A 31 Worker 54.01.60.00 psi `King Laborers Tunnel Work-Compressed Air $76.59 7A 31 8 Worker 60.01.64.00 psi King Laborers Tunnel Work-Compressed Air $81.69 7A 31 8Q Worker 64.01-68.00 psi j King Laborers Tunnel Work-Compressed Air $83,59 7A 31 1 Worker 68.01-70.00 psi d King Laborers Tunnel Work-Compressed Air $85.59 7A 31 Worker 70.01-72.00 psi King Laborers Tunnel Work-Compressed Air $87.59 7A 31 Worker 72.01.74.00 psi King Laborers Tunnel Work-Guage and Lock $43.09 7A 31 Tender King Laborers Tunnel Work-Miner $43.091 7A 31 8�t King Laborers Vibrator $42.46 ZA 3I King Laborers Vinyl Seamer $41.69 7A 31 King Laborers Watchman $32.12 7A 31 King Laborers Welder $42.46 ZA 31 King Laborers Well Point Laborer $42.46 7A 31 King Laborers Window Washer/cleaner $32.12 7A 3l ' King Laborers - Underground Sewer General Laborer&Topman $41.69 7A 31 Ft Water King Laborers - Underground Sewer Pipe Layer $42.46 7A 31 R-Water King Landscape Construction Irrigation Or Lawn Sprinkler $13.56 1 Installers ,King Landscape Construction Landscape Equipment $28.17 1 ? Operators Or Truck Drivers King Landscape Construction Landscaping or Planting $17,87 1 3 Laborers lKing Lathers Journey Level $50.82 5D 1H t King Marbte Setters Journey Level $50.12 5A 1M ,King Metal Fabrication (In Shop) Fitter $15.86 King Metal Fabrication (in Shoff Laborer $9,78 1 King Metal Fabrication (In Shop) Machine Operator $13.04 1 King Metal Fabrication (in Shop) Painter $11.10 1 ;King Metal Fabrication (in Shop) Welder $15.48 1 King Millwright Journey Level $51.92 5D 1M IKing Modular Buildings Cabinet Assembly $11.56 1 lKing Modular Buildings Electrician $11.56 1 ;King Modular Buildings Equipment Maintenance $11.56 7 i King Modular Buildings Plumber $11.56 1 King Modular Buildings jProduction Worker $9.40 1 i https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 6/23/2014 Page 7 of 17 lKing lMgdutztr Buildings Tool Maintenance $11.56 1 King IModutar Buildings Utility Person $11.56 1 King Modular Buildings Welder $11.56 1 ,King Painters Journey Level $37.80 6Z 2B Kin Pile Driver Joume Level g y $51.07 5D 1M (King Plasterers Journey Level $49.29 Zg 1R 1t 'King Playground 8 Park Equipment Journey Level $9.32Installers $King Plumbers Et Pi efip 'tters Journey Level $73.69 6Z;King Power Equipment Operators Asphalt Plant Operators $53.49 7A King Power Equipment Operators Assistant Engineer $50.22 7A pKing Power Equipment Operators Barrier Machine (zipper) $53.00 7A King Power Equipment Operators Batch Plant Operator, $53.00 ZA 3C 8P Concrete Kin Power Equipment 0 Operator Bobcat gP $50.22 � 3C 8P King Power Equipment Operators Brokk- Remote Demolition $50.22 7A 3C 8P I Equipment lKing Power Equipment Operators Brooms $50.22 7A 3C 8P I King Power Equipment Operators Bump Cutter $53.00 7A 3C 8P 'King Power Equipment Operators Cableways $53.49 7A 3C SP lKing Power Equipment Operators Chipper $53.00 7A 3C Sp King Power Equipment Operators Compressor $50.22 ZA 3C SP King Power Equipment Operators Concrete Pump: Truck Mount $53.49 7A 3C 8P With Boom Attachment Over 42 M King Power Equipment operators Concrete Finish Machine -laser $50.22 ZA 3C 8P Screed Kin Power Equipment 0 Operators Concrete Pump Mounted Or gp p - $52.58 7A 3C 8P Trailer High Pressure Line d Pump, Pump High Pressure.King Power Power Equipment Operators Concrete Pump: Truck Mount $53.00 7A 3C 8P With Boom Attachment Up To 42m King Power Equipment Operators Conveyors $52.58 7A 3C 8P King Power Equipment Operators Cranes: 20 Tons Through 44 $53.00 7A 3C 8P 3 Tons With Attachments King Power Equipment Operators Cranes: 100 Tons Through 199 $54.04 7A 3C 8P Tons, Or 150'Of Boom (Including Jib With Attachments) i �King Power Equipment Operators Cranes: 200 Tons To 300 Tons, $54.61 7A 3C 8P Or 250'Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: 45 Tons Through 99 $53.49 7A 3C 8P Tons, Under 159 Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: A-frame - 10 Tons And $50.22 7A 3C 8P i Under https://fortress.wa.gov/lnl/wagelookup/prvWagelookup.aspx 6/23/2014 Page 8 of 17 King Power Equipment Operators Cranes: Friction 100 Tons $54.61 7A 3C 8P Through 199 Tons King Power Ecfu pment Operators Cranes: Friction Over 200 Tons $55.17 7A 3C 8P King Power Equipment Operators Cranes: Over 300 Tons Or 300' $55.17 7A 3C 8P Of Boom (including Jib With Attachments) i I King Power Equipment Operators Cranes: Through 19 Tons With $52.58 A 3C 8P Attachments A-frame Over 10 Tons ;King Power Equipment Operators Crusher $53.00 7A 3C 8P ,King Power Equipment Operators Deck Engineer/deck Winches $53.00 7A 3C 8e (power) King Power EciA mp ent Operators Derricks, On Building Work $53.49 ZA 3C 8P Kin Power Equipment Operators Dozers D-9 Et Under p g $52.58 7A 3C 8P 'King Power Equipment Operators Drill Oilers: Auger Type, Truck $52.58 7A 3C 8e Or Crane Mount King Power Equipment Operators Drilling Machine $53.00 ZA 3C 8P King Power Equipment Operators Elevator And Man-lift: $50.22 7A 3C 8P Permanent And Shaft Type King Power Equipment Operators Finishing Machine, Bidwell And $53.00 7A 3C 8P Gamaco & Similar Equipment a King Power E uipment Operators Forklift: 3000 Lbs And Over $52.58 7A 3C 8P With Attachments King Power Equipment Operator s Forklifts: Under 3000 Lbs. With $50.22 Z6 3C $Q Attachments King Power Equipment Operators Grade Engineer: Using Blue $53.00 7A 3C 8P Prints, Cut Sheets, Etc yKing power Equipment Operators Gradecheckerlstakeman $50.22 7A 3C 8P King Power Equipment Operators Guardrail Punch $53.00 7A 3C 8P ti King Power Equipment Operators Hard Tail End Dump $53.49 ZA 3C 8P Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators Hard Tail End Dump $53.00 7A 3C 8P Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators Horizontalldirectional Drill $52.58 7A 3C 8P I Locator I King Power Equipment Operators Horizontal/directional Drill $53.00 7A 3C 8P Operator King Power Equipment Operators Hydraliftslboom Trucks Over $52.58 7A 3C BP 10 Tons King Power Equipment Operators Hydraliftslboom Trucks, 10 $50.22 7A 3C 8P Tons And Under King Power Equipment Operators Loader, Overhead 8 Yards. 8 $54,04 7A 3C 8P k Over King Power Equipment Operators Loader, Overhead, 6 Yards. But $53.49 7A 3C 8P Not Including 8 Yards i King Power Equipment Operators Loaders, Overhead Under 6 $53.00 7A 3C 8P I Yards https:Hfortress.wa.govJlni/wagelookup/prvWagelookup.aspx 6/23/2014 Page 9 of 17 lKing Power Equipment Operators Loaders, Plant Feed 1 $53.001 LA 1C B—P King Power Equipment Operator Loaders: Elevating Type Belt $52.58 7A 3_c 8P King Power Equipment operators Locomotives, All $53.00 7A 3C 8P lKing Power Equipment Operators Material Transfer Device $53.00 7A 3C _7P !King Power Equipment Operators Mechanics, Alt (leadmen - $54.04 ZA 3C 8P $0.50 Per Hour Over Mechanic) 'King Power Equipment Operators Motor Patrol Grader- Non- $52.58 7A 3C IP finishing [King Power Equipment Operators Motor Patrol Graders, Finishing $53.49 7A 3C SP King Power Equipment Operators Mucking Machine, Mote, Tunnel $53.49 7A 3C 8P Drill, Boring, Road Header And/or Shield [King Power Equipment Operators Oil Distributors, Blower $50.22 ZA EC 8P I Distribution Et Mulch Seeding Operator lKing Power Equipment Operators Outside Hoists (elevators And $52.58 7A 3C 8P Mantifts), Air Tuggers,strato jKing Power Equipment Operators Overhead, Bridge Type Crane: $53.00 7A 3C 8P 20 Tons Through 44 Tons King Power Equipment Operators Overhead, Bridge Type: 100 $54.04 7A 3C 8P Tons And Over King Power Equipment Operators Overhead, Bridge Type: 45 $53.49 7A 3C Tons Through 99 Tons King Power Equipment Operators Pavement Breaker $50-22, ZA 3C King Power Equipment Operators Pile Driver (other Than Crane $53.100 7A 3C 8P Mount) King Power Equipment Operators Plant Otter- Asphalt, Crusher $52.58 7A 3C 8P King Power Equipment Operators Pesthole Digger, Mechanical, $50,22 7A 3C 8P King Power Equipment Operators Power Plant $50.22 7A 3C 8P King Power Equipment Operator Pumps - Water $50.22 ZA 3C EP King Power Equipment Operators Quad 9, Hd 41, DID And Over $53.49 7A 3C 8P King Power Equipment Operators Quick Tower- No Cab, Under $50.22 7A 3C Ep 100 Feet In Height Based To Boom King Power Equipment Operators Remote Control Operator On $53.49 7A 3C 8P Rubber Tired Earth Moving Equipment King Power E-quiWIjent Operators Rigger And Bettman $50.22, ZA 3C AP. King Power Equipment Operators Roltagon $53.49 LA 3C 8P King Power Equipment Operators Roller, Other Than Plant Mix $50.22 ZA 3C IP King Power Equipment Operators Roller, Plant Mix Or Multi-tift $52.58 7A 3C 8P Materials King Power Equipment Operator Roto-mitt, Roto-grinder $53.00 ZA 3C 8P —King Power Equipment Operators Saws - Concrete $52.58 7A 3C 8P King Power Equipment Operators Scraper, Self Propelled Under $53.00 3—C 2P 45 Yards King Power Equipment Operator Scrapers - Concrete Et Carry All $52.58 7A 3C 8_p King Power Equipment Operators Scrapers, Self-propelled: 45 $53.49 7A 3C 8P httr)s://fortress.wa.aov/ln1/waaelookuD/r)rvWacelookuc).asr)x 6/23/2014 Page 10 of 17 s Yards And Over King Power Equipment Operators Service Engineers - Equipment $52.58 7A 3C 8P lKing Power Equipment Operators Shotcrete/gunite Equipment $50.22 ZA 3C 8P !King Power Equipment Operators Shovel , Excavator, Backhoe, $52.58 7A 3C 8P Tractors Under 15 Metric Tons. King Power Equipment Operators Shovel, Excavator, Backhoe: $53.49 7A 3C 8P i Over 30 Metric Tons To 50 Metric Tons King Power Equi ment Operators Shovel, Excavator, Backhoes, $53.00 ZA 3C 8P Tractors: 15 To 30 Metric To King I Power Equipment Operators Shovel, Excavator, Backhoes: $54,04 7A 3G $E t Over 50 Metric Tons To 90 Metric Tons King _Power Equipment Operators Shovel, Excavator,"Backhoes: $54.61 7A 3G 8P Over 90 Metric Tons King Power Equipment Operators Slipform Pavers $53.49 7A 3C 8P King power Equipment Operators Spreader, Topsider & $53.49 7A 3C 8P I Screedman i King Power Equipment Operators Subgrader Trimmer $53.00 ZA 3C SP King Power Equipment Operators Tower Bucket Elevators $52.58 7A 3C 8P King Power Equipment Operators Tower Crane Over 175'in $54.61 7A 3C 813 Height, Base To Boom King tower ent Operators Tower Crane Up To 175' In $54.04 7A 3C 8P Height Base To Boom ?King Equipment Operators Transporters, All Track Or $53.49 7A 3C 8P i Truck Type King Power Equipment Operators Trenching Machines $52.58 7A 3C 8P King Power Equipment Operators Truck Crane Oiler/driver- 100 $53.00 7A 3C 8P Tons And Over King Power Equipment Operators . Truck Crane oi(er/driver Under $52,58 7A 3C 8P i - 100 Tons +King Power Equipment Operators Truck Mount Portable Conveyor $53,00 7A 3C 8P King Power Equipment Operators Welder $53.49 7A 3C 8P !King Power Equipment Operator Wheel Tractors, Farman Type $50.22 7A 3C 8P King Power Equipment Operators Yo Yo Pay Dozer $53.00 7A 3C 8P a King Power Equipment Operators- Asphalt Plant Operators $53.49 7A 3C 8P Underground Sewer 8:Water King Power Equipment Operators Assistant Engineer $50.22 7A 3C SP Underground Sewer Et Water King Power Equipment Operators- Barrier Machine (zipper) $53.00 7A 3C 8P i Underground Sewer Ex Water King Power Equipment Operators- Batch Plant Operator, $53.00 Z 3C 8P { Underground Sewer a Water Concrete King Power Equipment Operators- Bobcat $50.22 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Brokk- Remote Demolition $50.22 7A 3C 8P Underground Sewer Et Water Equipment King Power Equipment ODerators- Brooms $50.22 7A 3C SP Underground Sewer a Water i https:Hfortress.wa.gov/Ini/wagelookup/prvWagelookul).asr)x 6/23/2014 Page 11 of 17 i $King Power Equipment Operators- Bump Cutter $53.00 A 3C 3 Underground Sewer Et Water l King Power Equipment Operators- Cableways $53.49 A 3C 8P Underground Sewer Et Water �King Power Equipment Operators- Chipper $53.00 A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Compressor $50.22 A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Concrete Pump: Truck Mount $53.49 7A 3C BP Underground Sewer Et Water With Boom Attachment Over 42 M King Power Equipment Operators- Concrete Finish Machine -laser $50.22 7A 3C 8P Underground Sewer &Water Screed King Power Equipment Operators- Concrete Pump -Mounted Or $52.58 7A 3C 8P Underground Sewer Et Water Trailer High Pressure Line I i1i Pump, Pump High Pressure, I I Kin Power Equipment 0 Operators- Concrete Pump: Truck Mount g _ p p: $53.00 A 3C 8P I Underground Sewer Ft Water With Boom Attachment Up To d 42m [King Power Equipment Operators- Conveyors $52.58 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Cranes: 20 Tons Through 44 $53.00 7A 3C 8P Underground Sewer Et Water Tons With Attachments King Power Equipment Operators- Cranes: 100 Tans Through 199 $54.04 A 3C Be i i Underground Sewer Ft Water Tons, Or 150'Of Boom € (Including Jib With Attachments) King Power Equipment Operators- Cranes: 200 Tons To 300 Tons, $54.61 7A 3C 8P Underground Sewer Et Water Or 250'Of Boom (including Jib With Attachments) ILK—ing Power Equipment Operators- Cranes: 45 Tons Through 99 $53.49 7A 3C 8P Underground Sewer a Water Tons, Under 150'Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: A-frame - 10 Tons And $50.22 7A 3C 813 i Underground Sewer Et Water Under King Power Equipment Operators- Cranes: Friction 100 Tons $54.61 7A 3C 8P Underground Sewer Et Water Through 199 Tons King Power Equipment Operators- Cranes: Friction Over 200 Tons $55.17 7A 3C 8P Underground Sewer &Water King Power Equipment Operators- Cranes: Over 300 Tons Or 300' $55.17 7A 3C 8P Underground Sewer & Water Of Boom (including Jib With Attachments) a King Power Equipment Operators- Cranes: Through 19 Tons With $52.58 7A 3C 8P Underground Sewer a Water Attachments A-frame Over 10 Tons King Power Equipment Oierators- Crusher $53.00 A 3C 813 Underground Sewer Et Water King Power Equipment Operators- Deck Engineer/deck Winches $53.00 A 3C I Underground Sewer a Water (power) 'King Power Equipment Operators- Derricks, On Building Work $53.49 7A 3C 3 h}}no• //fnr}root nio nrni/IniAuonalnnLnnlnre\hh.-•.-.Inn L•m -..+.... CMOM(11A Page 12 of 17 I Underground Sewer a Water i !King Power Equipment Operators- Dozers D-9 a Under $52.58 7A 3C 8P Underuound Sewer a Water King Power Equipment Operators- Drill Oilers: Auger Type, Truck $52.58 7A 3C 8P Underground Sewer a Water Or Crane Mount King Power Equipment Operators- Drilling Machine $53.0043!C::r Underground Sewer a Water ;King Power Equipment Operators- Elevator And Man-lift: $50.22 Underground Sewer£t Water Permanent And Shaft Type King Power Equipment Operators- Finishing Machine, Bidwell And $53.00 7A 3C 8P Underground Sewer a Water Gamaco Ft Similar Equipment King Power Equipment Operators- Forklift: 3000 Lbs And Over $52.58 7A 3C 8P Underground Sewer a Water With Attachments King Power Equipment Operators- Forklifts: Under 3000 Lbs. With $50.22 7A 3C 8P Underground Sewer Ft Water Attachments King Power Equipment Operators- Grade Engineer: Using Blue $53.00 7A 3C 8P Underground Sewer a Water Prints, Cut Sheets, Etc King Power Equipment Operators- Gradechecker/stakeman $50.22 7A 3C 8P Ultderground Sewer a Water King Power Equipment Operators- Guardrail Punch $53.00 7A 3C SP Underground Sewer Et Water King Power Equipment Operators- Hard Tail End Dump $53.49 7A 3C 8P Underground Sewer &Water Articulating Off- Road Equipment 45 Yards. a Over King Power Equipment Operators- Hard Tail End Dump $53.00 7A 3C 8P HH Underground Sewer& Water Articulating Off-road Equipment Under 45 Yards King power Equipment Operators- Horizontal/directional Drill $52.58 7A 3C 8P Underground Sewer a Water Locator p €King Power Equipment Operators- Horizontal/directional Drill $53.00 7A 3C 8P Underground Sewer a Water Operator iKing Power Equipment. Operators- Hydralifts/boom Trucks Over $52.58 7A 3C 8P Underground Sewer a Water 10 Tons King Power Equipment Operators- Hydralifts/boom Trucks, 10 $50.22 7A 3C 8P s Underground Sewer a Water Tons And Under King Power Equipment Operators- Loader, Overhead 8 Yards, a $54.04 ZA 3C 8P LI Underground Sewer a Water Over King Power Equipment Operators- Loader, Overhead, 6 Yards. But $53.49 7A 3C 8P Underground Sewer a Water Not Including 8 Yards King Power Equipment Operators- Loaders, Overhead Under 6 $53.00 7A 3C 8P w I [King Underground Sewer a Water Yards Power Equipment Operators- Loaders, Plant Feed $53.00 7A 3C 8P Underground Sewer a Water 9 King Power Equipment Operators- Loaders: Elevating Type Belt $52.58 ZA 3C 8P j j Underground Sewer a Water 3King Power Equipment Operators- Locomotives, All $53.00 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Material Transfer Device $53.00 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Mechanics, All (leadmen - $54.04 7A 3C 8P httos://fortress.wa.ciov/Ini/wacipinnkun/nrxtIA/nnpinnk-iin acnv r»11»nin � Page 13 of 17 ! Underground Sewer &Water $0.50 Per Hour Over Mechanic)King Power Power Equipment Operators- Motor Patrol Grader - Non- $52.58 7A 3C 8P Underground Sewer &Water finishing [King Power Equipment Operators- Motor Patrol Graders, Finishing $53.49 7A 3C 8P l Underground Sewer &Water King Power Equipment Operators- Mucking Machine, Mote, Tunnel $53.49 7A 3C 813 Underground Sewer &Water Drill, Boring, Road Header And/or Shield King Power Equipment Operators- Oil Distributors, Blower $50.22 7A 3C 8P 4 Underground Sewer& Water Distribution &Mulch Seeding Operator i King Power Equipment Operators- Outside Hoists (elevators And $52.58 7A 3C 8P { Underground Sewer & Water Manlifts), Air Tuggers,strato hKing Power Equipment Operators- Overhead, Bridge Type Crane: $53.00 7A 3C 8P Underground Sewer & Water 20 Tons Through 44 Tons King Power Equipment Operators- Overhead, Bridge Type: 100 $54.04 7A 3C 8P &Underground Sewer Water Tons And Over 1 King Power Equipment Operators- Overhead, Bridge Type: 45 $53.49 7A 3C 8P Underground Sewer & Water Tons Through 99 Tons King Power Equipment Operators- Pavement Breaker $50.22 7A 3C 8P Underground Sewer &Water King Power Equipment Operators- Pile Driver (other Than Crane $53.00 7A 3C 8P Underground Sewer &Water Mount) King Power Equipment Operators- Plant Oiler- Asphalt, Crusher $52.58 7A 3C 8P � Underground Sewer & Water King Power Equipment Operators- Posthole Digger, Mechanical $50.22 7A 3C 2P Underground Sewer &Water King Power Equipment Operators Power Plant $50.22 3C BP j Underground Sewer It Water King Power Equipment Operators- Pumps- Water $50.22 7A 3C 8P Underground Sewer &Water King Power Equipment Operators- Quad 9, Hd 41, DI And Over $53.49 7A 3C 8P Underground Sewer &Water King Power Equipment Operators- Quick Tower- No Cab, Under $50.22 7A 3C 8P Underground Sewer & Water 100 Feet In Height Based To j Boom King Power Equipment Operators- Remote Control Operator On $53.49 7A 3C 8P t Underground Sewer & Water Rubber Tired Earth Moving Equipment jKing Power Equipment Operators- Rigger And Beltman $50.22 7A 3C 8P 33 Underground Sewer &Water jKing Power Equioment Operators- Rollagon $53.49 7A 3C 8P I Underground Sewer & Water l King Power Equipment Operators- Roller, Other Than Plant Mix $50.22 7A 3C 8P Undergrowid Sewer & Water King Power Equipment Operators- Roller, Plant Mix Or Mutti-lift $52.58 7A 3C 8P Underground Sewer & Water Materials King Power Equipment Operators- Roto-mill, Roto-grinder $53.00 7A 3C 8P Underground Sewer &Water King Power Equipment Operators- Saws - Concrete $52,58 7A 3C 8P { https:Hfortress.wa.gov/ini/wagelookup/prvWagelookup.aspx 6/23/2014 i Page 14 of 17 jUnderground Sewer a Water King Power Equipment Operators- Scraper, Self Propelled Under $53.00 7A 3C 8P Underground Sewer a Water 45 Yards lKing Power Equipment Operators- Scrapers - Concrete a Carry AU $52.58 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Scrapers, Self-propelled: 45 $53.49 7A 3C 8P i Underground Sewer a Water Yards And Over King Power Equipment Operators- Service Engineers - Equipment $52.58 7A 3C 8P i Underground Sewer a Water jKing Power Equipment Operators- Shotcrete/gunite Equipment $50.22 7A 3C 8P 9, Underground Sewer a Water King Power Equipment Operators- Shovel , Excavator, Backhoe, $52.58 7A 3C 8P R Underground Sewer a Water Tractors Under 15 Metric Tons. King Power Equipment Operators- Shovel, Excavator, Backhoe: $53.49 7A 3C 8P Underground Sewer a Water Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes, $53.00 ZA 3C 8P Underground Sewer a Water Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $54.04 ZA 3C 8P t Underground Sewer a Water Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $54.61 7A 3C 8P j Underground Sewer a Water Over 90 Metric Tons King Power Equipment Operators- Slipform Pavers $53.49 7A 3C 8p Underground Sewer a Water King Power Equipment Operators- Spreader, Topsider & $53.49 ZA 3C 8P j Underground Sewer a Water Screedman King Power Equipment Operators- Subgrader Trimmer $53.00 7A 3C SP Underground Sewer a Water King Power Equipment Operators- Tower Bucket Elevators $52.58 7A 3C 8Q i Underground Sewer a Water F King Power Equipment Operators- Tower Crane Over 175'in $54.61 7A 3G 8P Underground Sewer a Water Height, Base To Boom King Power Equipment Operators- Tower Crane Up To 175' In $54.04 7A 3C 8P j Underground Sewer a Water Height Base To Boom King Power Equipment Operators- Transporters, All Track Or $53.49 7A 3C 8P Underground Sewer. a Water Truck Type King Power Equipment Operators- Trenching Machines $52.58 ZA 3C 8P Underground Sewer a Water I King Power Equipment Operators- Truck Crane Oiler/driver - 100 $53.00 7A 3C 8P j Underground Sewer a Water Tons And Over King Power Equipment Operators- Truck Crane Oiler/driver Under $52.58 7A 3C BR Underground Sewer a Water 100 Tons King Power Equipment Operators- Truck Mount Portable Conveyor $53.00 ZA 3C 8P Underground Sewer a Water King Power Equipment Operators- Welder $53.49 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Wheel Tractors, Farmalt Type $50.22 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Yo Yo Pay Dozer $53.00 7A 3C 8P 1 https.//fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 6/23/2014 Page 15 of 17 Underground Sewer a Water ;King Power Line Clearance Tree Journey Level in Charge $44.86 5A 4A Trimmers ITing Power Line Clearance Tree Spray Person $42.58 5A 4A ' Trimmers P' King Power Line Clearance Tree Tree Equipment Operator $44.86 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer $40.08 5A 4A j Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $30.20 5A 4A Trimmers King Refrigeration a Air Journey Level $72.46 6Z 1G Conditioning Mechanics i King Residential Brick Mason Journey Level $50.12 5A 1M King Residential Carpenters Journey Level $28.20 1 !!! King Residential Cement Masons Journey Level $22.64 1 King Residential Drywall Applicators Journey Level $39.62 5D 7� )King Residential Drywall Tapers Journey Level $50.87 5P 1E King Residential Electricians Journey Level $30.44 1 j King Residential Glaziers Journey Level $36.20 7L 1H King Residential Insulation Journey Level $26.28 1 Applicators King Residential Laborers Journey Level $23.03 1 i King Residential Marble Setters Journey Level $24.09 1 King Residential Residential Painters Journey Level $24.46 1 King Residential Residential Plumbers a Journey Level $34.69 1 - Pip efitters 'King Residential Refrigeration a Air Journey Level $72.46 6Z 1G Conditioning Mechanics King Residential Sheet Metal Journey Level (Field or Shop) $41.84 7F _13 Workers �King Residential Soft Floor Lavers Journey Level $42.15 M 3D IKing Residential Sprinkler Fitters Journey Level $42.48 5C 2R tFire Protection) � King Residential Stone Masons Journey Level $50.12 5A 1M l King Residential Terrazzo Workers Journey Level $46.96 5A 1 (King Residential Terrazzo/Tile Journey Level $21.46 1 j Finishers King Residential Tile Setters Journey Level $25.171 1 King Roofers Journey Level $44.71 5A 3H !King Roofers Using Irritable Bituminous $47.71 5A 3H Materials King Sheet Metal Workers Journey Level (Field or Shop) $69.37 7F 1E King Shipbuilding a Ship Repair Boilermaker $40.12 7M 1H King Shipbuilding &Ship Repair Carpenter $38.24 70 3B 'King Shipbuilding a Ship Repair Electrician $37.80 70 3B jKing Shipbuilding a Ship Repair Heat a Frost insulator $58.93 5J 1S i htti)s://fortress.wa.ciov/ini/wacielookui)/i)rvWagelookui).asi)x 6/23/2014 Page 16 of 17 !King Shipbuilding It Ship Repair Laborer $36.78 70 36 King Shipbuilding a Ship Repair Machinist $37.81 70 3B King Shipbuilding a.Ship Repair Operator $40.15 70 3B King Shipbuilding &Ship Repair Painter $37.79 70 3B ?King Shipbuilding Et Ship Re air Piiefitter $37.77 70 36 King Shipbuilding a Ship Repair Rigger $37.741 70 3B King Shipbuilding a Ship Repair Sandblaster $36.78 70 3B King Shipbuilding 8:Ship Repair Sheet Metal $37.74 70 3B j ;King Shipbuilding Et Ship Repair Shipfitter $37.74 70 3B King Shipbuilding Et Ship Repair Trucker $37.59 70 36 King Shipbuilding a Ship Repair Warehouse $37.64 70 3B King Shipbuilding Et Ship Repair Welder/Burner $37.74 70 3B King Sign Makers it Installers Sign Installer $22.92 1 Electrical), King Sign Makers Et Installers Sign Maker $21.36 1 t Electrical King Sign Makers a Installers (Non- Sign Installer $27.28 1 Electrical King Sign Makers Ft Installers (Non- Sign Maker $33.25 1 I Electrical I King Soft Floor Lavers Journey Level $42.15 5A 3D King Solar Controls For Windows Journey Level $12.44 1 King Sprinkler Fitters (Fire Journey Level $69.59 5C ix Protection) King Stage Rigging Mechanics (Non Journey Level $13.23 1 Structural) i King Stone Masons Journey Level $50.12 5A iM King IStreet And Parking Lot Journey Level $19.09 1 Sweeper Workers F-Kng Surveyors Assistant Construction Site $52.58 Z 3C 8P Surveyor Surve ors Chainman� $52.06 7A 3C 8P King Surveyors Construction Site Surveyor $53.49 7A 3C 8P King Telecommunication Journey Level $22.76 1 Technicians King Telephone Line Construction - Cable Splicer $36.01 5A 2B Outside )King Telephone Line Construction - Hole Digger/Ground Person $20.05 Z 213 Outside King Telephone Line Construction - Installer (Repairer) $34.50 Z 2B Outside King Telephone Line Construction - Special Aparatus Installer 1 $36.01 5A 2B Outside [King Telephone Line Construction - Special Apparatus Installer 11 $35.27 5A 2B Outside i King Telephone Line Construction - Telephone Equipment Operator $36.01 5A 2B Outside (Heavy). King Telephone Line Construction - Telephone Equipment Operator $33.471 5A 2B https://fortress.wa.gov/Ini/wagelookup/prvWagelookup.aspx 6/23/2014 Page 17 of 17 I Outside (Light) King Telephone Line Construction - Telephone Lineperson $33.47 5A 2B Outside King Telephone Line Construction - Television Groundperson $19.04 5A 2B Outside King Telephone Line Construction - Television Linepersonllnstaller $25.27 5A 2B Outside lKing Telephone Line Construction - Television System Technician $30.20 5A 2B Outside I I King Telephone Line Construction - Television Technician $27.09 5A 2B Outside King Telephone Line Construction - Tree Trimmer $33.47 5A 2B Outside King Terrazzo Workers Journey Level $46.96 5A 1M ! King Tile Setters Journey Level $21.65 1 King Tile Marble Et Terrazzo Finisher $37.79 5A I s Finishers King Traffic Control Stripers Journey Level $42.33 7A I j King Truck Drivers Asphalt Mix Over 16 Yards (W. $48.87 5D 3A 8L WA-Joint Council 28) "King Truck Drivers Asphalt Mix To 16 Yards (W. $48.03 5D 3A 8L WA-Joint Council 28) King Truck Drivers Dump Truck Et Trailer $48.87 5D 3A 8L King Truck Drivers Dump Truck (W. WA-Joint $48.03 5D 3A 8L Council 28) King Truck Drivers Other Trucks (W. WA-Joint $48.87 5D 3A Council 28) King Truck Drivers Transit Mixer $43.23 1 King Well Drillers Et Irrigation Pump Irrigation Pump Installer $17.71 1 l i Installers King Well Drillers Et Irrigation Pump Oiler $12.97 1 Installers IKing Well Drillers Et Irrigation Pumg Well Driller $18.00 1 Installers i https:Hfortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 6/23/2014 Benefit Code Key—Effective 3-5-2014 thru 8-30-2014 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. 1. 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(lay 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 clays 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. I. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. J. 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 or 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. Benefit Code Key—Effective 3-5-2014 thru 8-30-2014 1. 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 hoes worked our 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. S. 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 hours worked on holidays and 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. 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 tluee 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 i Benefit Code 1(ey—Effective 3-5-2014 thru 8-30-2014 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. i B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. C. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at two times the hourly rate of wage. F. The first eight(8)hours worked on holidays shall be paid at the st night 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. G. 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 hours worked on Sunday shall be paid at two 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. O. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage, R. All hours worked on Sundays and holidays and all lours 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. W. 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 lours 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 T uesday thru Friday schedule,all hours worked after ten shall be paid at double the hourly rah;of wage.The first eight(8)hours worked on the fifth day shall be paid at one and one-half times the hourly rate of wage.All other hours worked on the fifth, sixth,and seventh days and on holidays shall be paid at double the hourly rate of wage. 3. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEED.SHALL BE PAID AT ONE AND ONE HALF TIMES THE HOURLY RATE OF WAGE. A. 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 shift,and all work on Saturdays shall be paid at time and one-half the straight time rate.Hours worked over twelve hours(12)in,a single shift and all work performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of pay.Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar($1.00)per hour for all hours worked that shift.The employer shall have the sole discretion to assign overtime work to employees. Primary consideration for overtime work shall be given to employees regularly assigned to the work to be performed on overtime situations.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 flee employee has had a break of eight(8)hours or more. B. 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,and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 3 Benefit Code Key—Effective 3-5-2014 thru 8-30-2014 3. C. 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 shift,and all work on Saturdays shalt 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 shall be paid at double die hourly rate of wage.After an employee has worked eight(8)hours at an applicable overtime rate,all additional hours shall be at die applicable overtime rate until such time as the employee has had a break of eight(8)hours or more. D. All hours worked between the hours of 6:00 pro and 6:00 am,Monday through Saturday,shall be paid at a premium rate of 15%over the hourly rate of wage.All other hours worked after 6:00 am 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. E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage.Each week,once 40 hours of straight time work is achieved,then any hours worked over 10 hours per day Monday through Saturday shall be paid at double the hourly wage rate. 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. it. 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. I. All 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 during a five day work week(Monday through Friday,)or a four day-ten hour work week(Tuesday through Friday,)then Saturday may be worked as a voluntary make-up day at the straight time rate. However, Saturday shall Dot be utilized as a make-tip day when a holiday falls on Friday.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. 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. i 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, hrdependence 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). i 4 11 Benefit Code I<ey—Effective 3-5-2014 thru 8-30-2014 5. H. Holidays: New Year's Day,Memorial Day,Independence Day,Thanksgiving Day, the Day after Thanksgiving Day, And Christmas(6). I" I. Holidays: New Year's Day,Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). J. Holidays: New Year's Day,Memorial Day,Independence Day, Thanksgiving Day,Friday after Thanksgiving Day, Christmas Eve Day,And Christmas Day(7). 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). I 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). T. Paid Holidays: New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And The Day Before Or After Christmas (9)• 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. A. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,The Friday After Thanksgiving Day,And Christmas Day(8). E. Paid Holidays: New Year's Day, Day Before Or After New Year's Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day, Christmas Day, And A Half-Day On Christmas Eve Day. (9 1t2). G. Paid Holidays:New Year's Day,Martin Luther King Jr.Day,Presidents'Day,Memorial Day,Independence Day, Labor Day,Veterans'Day,1'hanksgiving Day,The Friday After Thanksgiving Day,Christmas Day,And Christmas Eve Day(I1). i 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). 5 Benefit Code ICey—Effective 3-5-2014 thru 8-30-2014 6. 1. Paid Holidays:New Year's Day, Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday After Thanksgiving Day,And Christmas Day(7). I 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). I 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. Holidav 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 oil a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls oil a Saturday shall be observed as a holiday on the preceding Friday. 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 oil a Saturday shall be observed as a holiday on the preceding Friday. 6 Benefit Code Key—Effective 3-5-2014 thru 8-30-2014 7. I. 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. J. 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. 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. M. Paid Holidays: New Year's Day, The Day after or before New Year's Day, President's Day, .Memorial Day, Independence Day,Labor Day,Thanksgiving Day,the Friday after Thanksgiving Day,Christmas Day,And the Day after or before Christmas Day 10). Any holiday which falls on a Sunday shall be observed as it 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. 0. Paid Holidays: New Year's Day, The Day After Or Before New Year's Day, President's Day, Memorial Day, Independence Day, Libor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, The Day After Or Before Christmas Day, And The Employees Birthday. 11). 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 it holiday on the preceding Friday. 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. R. Paid Holidays:New Year's.Day,the day after or before New Year's Day,President's Day,Memorial Day, Independence Day,Labor Day,Thanksgiving Day,the Friday after Thanksgiving Day,Christmas Day,and the day after or before Christmas Day(10).If any of the listed holidays fall on Saturday,the preceding Friday shall be observed as the holiday.If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. S. Paid Holidays:New Year's Day,Memorial Day,Independence Day,Labor Day,'I'hanksgiving 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. 7 Benefit Code Key—Effective 3-5-2014 thru 8-30-2014 i Note Codes 8. A. In addition to the hourly wage and fringe benefits,the following 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 100'To 150'-$3.00 per Foot for Each Foot Over 100 Feet Over 150'To 220'-$4.00 per Foot for Each Foot Over I50 Feet Over 220'-$5.00 per Foot for Each Foot Over 220 Feet C. In addition to the hourly wage and fringe benefits,the following depth premiums apply to depths of fifty feet or more: Over 50' To 100'-$1.00 per Foot for Each Foot Over 50 Feet Over loll"ro 150'41.50 per Foot for Each Foot Over 100 Feet Over 150'To 200'-$2.00 per Foot for Each Foot Over 150 Feet Over 200'-Divers May Name Their Own Price 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 ha/mat projects receive additional hourly premiums as follows-Level A:$1.00,Level B:$0.75,Level C: $0.50,And Level D: $0,25. P. Workers on bazinat 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. Q. 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. R. Effective August 31,2012—A'fraffic 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. 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. 8