Loading...
HomeMy WebLinkAboutCAG2023-483 - Original - Corona Steel, Inc. - Kent East Hill Operations Center Pre-engineered Metal Building - 09/19/2023 DocuSign Envelope ID:8740B932-96E8-498B-BF411211399691 F2 �NT OFFICIAL USE ONLY 05 Sup/Mgr: greement Routing Form DirASA: �S For Approvals,Signatures and Records Management Dir/Dep:Lb� KENTThis form combines&replaces the Request for Mayor's Signature and Contract Cover (Optional) W A S H I N G T O N Sheet forms. (Print on pink or cherry colored paper) Originator: Department: Leah Bryant For Nate Harper Parks, Recreation & Community Services Date Sent: Date Required: c 09/15/2023 09/20/2023 CL Authorized to Sign: Date of Council Approval: Q Mayor or Designee 9/5/2023 Budget Account Number: Grant? Yes NoVol F20098.64110.9476 Budget?ZYes E]No Type: N/A Vendor Name: Category: Corona Steel Inc. Contract Vendor Number: Sub-Category: C 2530410 Original 0 Project Name: FAC23-09b Pre-Engineered Metal Building for the Kent East Hill Operations Center L. Project Details: As described in attached Exhibit A,incorporated herein,The Project consists of furnishing all labor,materials and other incidentals for 0 the structural design,fabrication,delivery to the site and erection of a complete Pre Engineered Metal Building(PEMB),approximately 4- 80,000 s.f.in size, as described In the bidding documents dated July 25,2023 and the 4 addenda acknowledge in the bid proposal C form.This will include the structural frame and other structural members,the exterior wall and roof panels,miscellaneous sheet metal 4W trim and the integral insulation. C EW Agreement Amount: 5,420,279.1 Basis for Selection of Contractor: Bid *Memo to Mayor must be attached Start Date: September 2023 Termination Date: 12/31/2025 Ch a Local Business70Yes ✓ NO*If meets requirements perKCC3.70.100,pleasecomplete"VendorPurchase-LocalExceptions"formonCityspoce. Business License Verification: ✓ Yes In-ProcessEl Exempt(KCC 5.01.045) Authorized Signer Verified Notice required prior to disclosure? Contract C: ��l�A 3-483 F-]Yes�✓ No Comments: 7 C C V1 � 3 � a� a, X Date Received:City Attorney:9/19/23 Date Routed:Mayor's Office 9/19/23 City Clerk's Office 9/19/23 adccW22373_1_20 Visit Documents.KentWA.gov to obtain copies of all agreements rev.20221201 DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691F2 KENT PUBLIC WORKS AGREEMENT between City of Kent and Corona Steel Inc. THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Corona Steel Inc., organized under the laws of the State of Washington, located and doing business at 3015 106t" Street South, Lakewood, WA 98499, (hereinafter the "Contractor"). AGREEMENT The parties agree as follows: I. DESCRIPTION OF WORK. Contractor shall perform the following services for the City in accordance with the following described plans and/or specifications: As described in attached Exhibit A, incorporated herein, and in accordance with the Invitation to Bid, incorporated by reference, the Contractor shall furnish all labor, materials and other incidentals for the structural design, fabrication, delivery to the site and erection of a complete Pre-Engineered Metal Building (PEMB), approximately 80,000 square foot in size. This will include the structural frame and other structural members, the exterior wall and roof panels, and the integral insulation. It will include miscellaneous sheet metal trim and accessories. The Contractor further represents that the services furnished under this Agreement will be performed in accordance with generally accepted professional practices within the Puget Sound region in effect at the time such services are performed. II. TIME OF COMPLETION. The parties agree that work will begin on the tasks described in Section I above within 10 working days after the City issues its Notice to Proceed. Upon the effective date of this Agreement, all physical work shall thereafter be completed by 12/31/2025. The term of this Agreement shall continue until all work has been completed, final acceptance has occurred, and all Contractor obligations have been fulfilled. III. COMPENSATION. The City shall pay the Contractor a total amount not to exceed $5,420,279.15, including any applicable Washington State Sales Tax, for the work and services contemplated in this Agreement. The Contractor shall invoice the City monthly. The City will pay for the portion of the work described in the invoice that has been completed by the Contractor and approved by the City. The City's payment shall not constitute a waiver of the City's right to final inspection and acceptance of the project. Card Payment Program. The Contractor may elect to participate in automated credit card payments provided for by the City and its financial institution. This Program is provided as an alternative to payment by check and is available for the convenience of the Contractor. If the Contractor voluntarily participates in this Program, the Contractor will be solely responsible for any fees imposed by financial institutions or credit card companies. The Contractor shall not charge those fees back to the City. PUBLIC WORKS AGREEMENT - 1 (Over$20K with Performance Bond) DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 A. Payment and Performance Bond. Pursuant to Chapter 39.08 RCW, the Contractor, shall provide the City a payment and performance bond for the full contract amount. B. Retainaae. The City shall hold back a retainage in the amount of five percent (5%) of any and all payments made to the Contractor for a period of sixty (60) days after the date of final acceptance, or until receipt of all necessary releases from the State Department of Revenue, the State Department of Labor & Industries, and the State Employment Security Department, and until settlement of any liens filed under Chapter 60.28 RCW, whichever is later. The amount retained shall be placed in a fund by the City pursuant to RCW 60.28.011(4)(a), unless otherwise instructed by the Contractor within fourteen (14) calendar days of the Contractor's signature on the Agreement. C. Defective or Unauthorized Work. The City reserves its right to withhold payment from the Contractor for any defective or unauthorized work. Defective or unauthorized work includes, without limitation: work and materials that do not conform to the requirements of this Agreement; and extra work and materials furnished without the City's written approval. If the Contractor is unable, for any reason, to satisfactorily complete any portion of the work, the City may complete the work by contract or otherwise, and the Contractor shall be liable to the City for any additional costs incurred by the City. "Additional costs" shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum Contract price specified above. The City further reserves its right to deduct the cost to complete the Contract work, including any Additional Costs, from any and all amounts due or to become due the Contractor. D. Final Payment: Waiver of Claims. THE CONTRACTOR'S ACCEPTANCE OF FINAL PAYMENT (EXCLUDING WITHHELD RETAINAGE) SHALL CONSTITUTE A WAIVER OF CONTRACTOR'S CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY CONTRACTOR AS UNSETTLED AT THE TIME FINAL PAYMENT IS MADE AND ACCEPTED. IV. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor- Employer Relationship will be created by this Agreement. By their execution of this Agreement, and in accordance with Ch. 51.08 RCW, the parties make the following representations: A. The Contractor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. B. The Contractor maintains and pays for its own place of business from which the Contractor's services under this Agreement will be performed. C. The Contractor has an established and independent business that is eligible for a business deduction for federal income tax purposes that existed before the City retained the Contractor's services and is a service other than that furnished by the City, or the Contractor is engaged in an independently established trade, occupation, profession, or business of the same nature as that involved under this Agreement. D. The Contractor is responsible for filing as they become due all necessary tax documents with appropriate federal and state agencies, including the Internal Revenue Service and the state Department of Revenue. E. The Contractor has registered its business and established an account with the state Department of Revenue and other state agencies as may be required by the Contractor's business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington. PUBLIC WORKS AGREEMENT - 2 (Over$20K with Performance Bond) DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 F. The Contractor has a valid contractor registration pursuant to Ch. 18.27 RCW or an electrical contractor license pursuant to Ch. 19.28 RCW. G. The Contractor maintains a set of books dedicated to the expenses and earnings of its business. V. TERMINATION. The City may terminate this Agreement for good cause. "Good cause" shall include, without limitation, any one or more of the following events: A. The Contractor's refusal or failure to supply a sufficient number of properly skilled workers or proper materials for completion of the Contract work. B. The Contractor's failure to complete the work within the time specified in this Agreement. C. The Contractor's failure to make full and prompt payment to subcontractors or for material or labor. D. The Contractor's persistent disregard of federal, state or local laws, rules or regulations. E. The Contractor's filing for bankruptcy or becoming adjudged bankrupt. F. The Contractor's breach of any portion of this Agreement. If the City terminates this Agreement for good cause, the Contractor shall not receive any further money due under this Agreement until the Contract work is completed. After termination, the City may take possession of all records and data within the Contractor's possession pertaining to this project which may be used by the City without restriction. VI. PREVAILING WAGES. The Contractor shall file a "Statement of Intent to Pay Prevailing Wages," with the State of Washington Department of Labor & Industries prior to commencing the Contract work. The Contractor shall pay prevailing wages in effect on the date the bid is accepted or executed by the Contractor, and comply with Chapter 39.12 of the Revised Code of Washington, as well as any other applicable prevailing wage rate provisions. The latest prevailing wage rate revision issued by the Department of Labor and Industries is attached. VII. CHANGES. The City may issue a written change order for any change in the Contract work during the performance of this Agreement. If the Contractor determines, for any reason, that a change order is necessary, the Contractor must submit a written change order request to the person listed in the notice provision section of this Agreement, Section XVI(D), within fourteen (14) calendar days of the date the Contractor knew or should have known of the facts and events giving rise to the requested change. If the City determines that the change increases or decreases the Contractor's costs or time for performance, the City will make an equitable adjustment. The City will attempt, in good faith, to reach agreement with the Contractor on all equitable adjustments. However, if the parties are unable to agree, the City will determine the equitable adjustment as it deems appropriate. The Contractor shall proceed with the change order work upon receiving either a written change order from the City or an oral order from the City before actually receiving the written change order. If the Contractor fails to require a change order within the time specified in this paragraph, the Contractor waives its right to make any claim or submit subsequent change order requests for that portion of the contract work. If the Contractor disagrees with the equitable adjustment, the Contractor must complete the change order work; however, the Contractor may elect to protest the adjustment as provided in subsections A through E of Section IX, Claims, below. The Contractor accepts all requirements of a change order by: (1) endorsing it, (2) writing a separate acceptance, or (3) not protesting in the way this section provides. A change order that is accepted by the Contractor as provided in this section shall constitute full payment and final settlement of all claims for contract time and for direct, indirect and consequential costs, including costs of delays related to any work, either covered or affected by the change. PUBLIC WORKS AGREEMENT - 3 (Over$20K with Performance Bond) DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 VIII. FORCE MAJEURE. Neither party shall be liable to the other for breach due to delay or failure in performance resulting from acts of God, acts of war or of the public enemy, riots, pandemic, fire, flood, or other natural disaster or acts of government ('force majeure event"). Performance that is prevented or delayed due to a force majeure event shall not result in liability to the delayed party. Both parties represent to the other that at the time of signing this Agreement, they are able to perform as required and their performance will not be prevented, hindered, or delayed by the current COVID-19 pandemic, any existing state or national declarations of emergency, or any current social distancing restrictions or personal protective equipment requirements that may be required under federal, state, or local law in response to the current pandemic. If any future performance is prevented or delayed by a force majeure event, the party whose performance is prevented or delayed shall promptly notify the other party of the existence and nature of the force majeure event causing the prevention or delay in performance. Any excuse from liability shall be effective only to the extent and duration of the force majeure event causing the prevention or delay in performance and, provided, that the party prevented or delayed has not caused such event to occur and continues to use diligent, good faith efforts to avoid the effects of such event and to perform the obligation. Notwithstanding other provisions of this section, the Contractor shall not be entitled to, and the City shall not be liable for, the payment of any part of the contract price during a force majeure event, or any costs, losses, expenses, damages, or delay costs incurred by the Contractor due to a force majeure event. Performance that is more costly due to a force majeure event is not included within the scope of this Force Majeure provision. If a force majeure event occurs, the City may direct the Contractor to restart any work or performance that may have ceased, to change the work, or to take other action to secure the work or the project site during the force majeure event. The cost to restart, change, or secure the work or project site arising from a direction by the City under this clause will be dealt with as a change order, except to the extent that the loss or damage has been caused or exacerbated by the failure of the Contractor to fulfill its obligations under this Agreement. Except as expressly contemplated by this section, all other costs will be borne by the Contractor, IX. CLAIMS. If the Contractor disagrees with anything required by a change order, another written order, or an oral order from the City, including any direction, instruction, interpretation, or determination by the City, the Contractor may file a claim as provided in this section. The Contractor shall give written notice to the City of all claims within fourteen (14) calendar days of the occurrence of the events giving rise to the claims, or within fourteen (14) calendar days of the date the Contractor knew or should have known of the facts or events giving rise to the claim, whichever occurs first . Any claim for damages, additional payment for any reason, or extension of time, whether under this Agreement or otherwise, shall be conclusively deemed to have been waived by the Contractor unless a timely written claim is made in strict accordance with the applicable provisions of this Agreement. At a minimum, a Contractor's written claim shall include the information set forth in subsections A, items 1 through 5 below. FAILURE TO PROVIDE A COMPLETE, WRITTEN NOTIFICATION OF CLAIM WITHIN THE TIME ALLOWED SHALL BE AN ABSOLUTE WAIVER OF ANY CLAIMS ARISING IN ANY WAY FROM THE FACTS OR EVENTS SURROUNDING THAT CLAIM OR CAUSED BY THAT DELAY. A. Notice of Claim. Provide a signed written notice of claim that provides the following information: 1. The date of the Contractor's claim; 2. The nature and circumstances that caused the claim; 3. The provisions in this Agreement that support the claim; 4. The estimated dollar cost, if any, of the claimed work and how that estimate was determined; and PUBLIC WORKS AGREEMENT - 4 (Over$20K with Performance Bond) DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 5. An analysis of the progress schedule showing the schedule change or disruption if the Contractor is asserting a schedule change or disruption. B. Records. The Contractor shall keep complete records of extra costs and time incurred as a result of the asserted events giving rise to the claim. The City shall have access to any of the Contractor's records needed for evaluating the protest. The City will evaluate all claims, provided the procedures in this section are followed. If the City determines that a claim is valid, the City will adjust payment for work or time by an equitable adjustment. No adjustment will be made for an invalid protest. C. Contractor's Duty to Complete Protested Work. In spite of any claim, the Contractor shall proceed promptly to provide the goods, materials and services required by the City under this Agreement. D. Failure to Protest Constitutes Waiver. By not protesting as this section provides, the Contractor also waives any additional entitlement and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). E. Failure to Follow Procedures Constitutes Waiver. By failing to follow the procedures of this section, the Contractor completely waives any claims for protested work and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). X. LIMITATION OF ACTIONS. CONTRACTOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR CONTRACTOR'S ABILITY TO FILE THAT CLAIM OR SUIT SHALL BE FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. XI. WARRANTY. The Contractor warrants that it will faithfully and satisfactorily perform all work provided under this Agreement in accordance with the provisions of this Agreement. The Contractor shall promptly correct all defects in workmanship and materials: (1) when the Contractor knows or should have known of the defect, or (2) upon the Contractor's receipt of notification from the City of the existence or discovery of the defect. In the event any parts are repaired or replaced, only original replacement parts shall be used—rebuilt or used parts will not be acceptable. When defects are corrected, the warranty for that portion of the work shall extend for an additional year beyond the original warranty period applicable to the overall work. The Contractor shall begin to correct any defects within seven (7) calendar days of its receipt of notice from the City of the defect. If the Contractor does not accomplish the corrections within a reasonable time as determined by the City, the City may complete the corrections and the Contractor shall pay all costs incurred by the City in order to accomplish the correction. XII. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any sub-contract, the Contractor, its sub-contractors, or any person acting on behalf of the Contractor or sub-contractor shall not, by reason of race, religion, color, sex, age, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who is qualified and available to perform the work to which the employment relates. The Contractor shall execute the attached City of Kent Non-Discrimination Policy Declaration and comply with City Administrative Policy 1.2. XIII. INDEMNIFICATION. The Contractor shall defend, indemnify and hold the City, its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the Contractor's performance of this Agreement, except for that portion of the injuries and damages caused by the City's negligence. The City's inspection or acceptance of any of the Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. PUBLIC WORKS AGREEMENT - 5 (Over$20K with Performance Bond) DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's duty to defend, indemnify, and hold the City harmless, and the Contractor's liability accruing from that obligation 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. In the event the Contractor refuses tender of defense in any suit or any claim, if that tender was made pursuant to this indemnification clause, and if that refusal is subsequently determined by a court having jurisdiction (or other agreed tribunal) to have been a wrongful refusal on the Contractor's part, then the Contractor shall pay all the City's costs for defense, including all reasonable expert witness fees and reasonable attorneys'fees, plus the City's legal costs and fees incurred because there was a wrongful refusal on the Contractor's part. The provisions of this section shall survive the expiration or termination of this Agreement. XIV. INSURANCE. The Contractor shall procure and maintain for the duration of the Agreement, insurance of the types and in the amounts described in Exhibit B attached and incorporated by this reference. XV. WORK PERFORMED AT CONTRACTOR'S RISK. The Contractor shall take all necessary precautions and shall be responsible for the safety of its employees, agents, and subcontractors in the performance of the contract work and shall utilize all protection necessary for that purpose. All work shall be done at the Contractor's own risk, and the Contractor shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. XVI. MISCELLANEOUS PROVISIONS. A. Recyclable Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its contractors and consultants to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product. B. Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. C. Resolution of Disputes and Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. If the parties are unable to settle any dispute, difference or claim arising from the parties' performance of this Agreement, the exclusive means of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit, including all appeals, in addition to any other recovery or award provided by law; provided, however, nothing in this paragraph shall be construed to limit the City's right to indemnification under Section XIII of this Agreement. D. Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. PUBLIC WORKS AGREEMENT - 6 (Over$20K with Performance Bond) DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 E. Assignment. Any assignment of this Agreement by either party without the written consent of the non-assigning party shall be void. If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. F. Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the City and the Contractor. G. Entire Agreement. The written provisions and terms of this Agreement, together with any Exhibits attached hereto, shall supersede all prior verbal statements of any officer or other representative of the City, and such statements shall not be effective or be construed as entering into or forming a part of or altering in any manner this Agreement. All of the above documents are hereby made a part of this Agreement. However, should any language in any of the Exhibits to this Agreement conflict with any language contained in this Agreement, the terms of this Agreement shall prevail. H. Compliance with Laws. The Contractor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to the Contractor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. I. Public Records Act. The Contractor acknowledges that the City is a public agency subject to the Public Records Act codified in Chapter 42.56 of the Revised Code of Washington and documents, notes, emails, and other records prepared or gathered by the Contractor in its performance of this Agreement may be subject to public review and disclosure, even if those records are not produced to or possessed by the City of Kent. As such, the Contractor agrees to cooperate fully with the City in satisfying the City's duties and obligations under the Public Records Act. J. City Business License Required. Prior to commencing the tasks described in Section I, the Contractor agrees to provide proof of a current city of Kent business license pursuant to Chapter 5.01 of the Kent City Code. K. Counterparts and Signatures by Fax or Email. This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. Further, upon executing this Agreement, either party may deliver the signature page to the other by fax or email and that signature shall have the same force and effect as if the Agreement bearing the original signature was received in person. IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. All acts consistent with the authority of this Agreement and prior PUBLIC WORKS AGREEMENT - 7 (Over$20K with Performance Bond) DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691F2 to its effective date are ratified and affirmed, and the terms of the Agreement shall be deemed to have applied. CONTRACTOR: CITY OF KENT: DOCUSigned by: By: �G pOU�SWI By � 4� Marc Paulsen Print Name: Print Name: Dana Ralph Its President Its Mayor 9/18/2023 (title) DATE: DATE: 09/19/2023 NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONTRACTOR: CITY OF KENT: Marc Paulsen Leah Bryant Corona Steel Inc. 3015 106th Street South City of Kent Lakewood, WA 98499 220 Fourth Avenue South Kent, WA 98032 206-510-5386(telephone) marcp@coronasteel.com(email) (253) 856-5084(telephone) Ibryant@kentwa.gov(email) APPROVED AS TO FORM: Kent Law Department ATTEST: L-�' 6M4 Kent City Clerk PUBLIC WORKS AGREEMENT - 8 (Over$20K with Performance Bond) DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 DECLARATION CITY OF KENT NON-DISCRIMINATION POLICY The City of Kent (City) is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors, consultants, vendors, and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City's equal employment opportunity policies. The City of Kent and its contractors are subject to and will comply with the following: • Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); • 49 C.F.R. Part 21 (entitled Non-discrimination In Federally-Assisted Programs Of The Department Of Transportation-Effectuation Of Title VI Of The Civil Rights Act Of 1964); • 28 C.F.R. section 50.3 (U.S. Department of Justice Guidelines for Enforcement of Title VI of the Civil Rights Act of 1964). • Ch. 49.60 RCW (Washington Law Against Discrimination) The preceding statutory and regulatory cites hereinafter are referred to as "the Acts and Regulations". The following statements specifically identify the requirements the City deems necessary for any contractor, subcontractor, or supplier on this specific Agreement to adhere to. An affirmation of all of the following is required for this Agreement to be valid and binding. If any contractor, subcontractor, or supplier willfully misrepresents themselves with regard to the directives outlined below, 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 Agreement. The statements are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this Agreement 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 Agreement I, 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 Agreement I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "contractor") agrees as follows: EEO COMPLIANCE DOCUMENTS - 1 DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 A. Compliance with Regulations: The contractor, subcontractor, consultant, vendor, and supplier (hereinafter "Contractor") will comply with all Acts and the Regulations relative to non-discrimination, including those applicable to Federally- assisted programs of the U.S. Department of Transportation, State-assisted programs through the Washington State Department of Transportation, and generally under Washington's Law Against Discrimination, Ch. 49.60 RCW, as they may be amended from time to time, which are herein incorporated by reference and made a part of this contract. B. Non-discrimination: The contractor, with regard to the work performed by it during the contract, will not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor will not participate directly or indirectly in the discrimination prohibited by the Acts and the Regulations, including employment practices when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR Part 21. C. Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding, or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials, or leases of equipment, each potential subcontractor or supplier will be notified by the contractor of the contractor's obligations under this contract and the Acts and the Regulations relative to non-discrimination on the grounds of race, color, or national origin. D. Information and Reports: The contractor will provide all information and reports required by the Acts and Regulations and directives issued pursuant thereto and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined applicable to contractor's contract by the City or the Washington State Department of Transportation to be pertinent to ascertain compliance with such Acts and Regulations and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish the information, the contractor will so certify to the City or the Washington State Department of Transportation, as appropriate, and will set forth what efforts it has made to obtain the information. E. Sanctions for Noncompliance: In the event of a contractor's noncompliance with the non-discrimination provisions of this contract, the City will impose such contract sanctions as it or the Washington State Department of Transportation may determine to be appropriate, including, but not limited to: a. withholding payments to the contractor under the contract until the contractor complies; and/or b. cancelling, terminating, or suspending a contract, in whole or in part. F. Incorporation of Provisions: The contractor will include the provisions of paragraphs (A) through (F) above in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts and Regulations and directives issued pursuant thereto. The contractor will take action with respect to any subcontract or procurement as the City or the Washington State Department of Transportation may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, that if the contractor becomes involved in, EEO COMPLIANCE DOCUMENTS - 2 DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 or is threatened with litigation by a subcontractor, or supplier because of such direction, the contractor may request the City to enter into any litigation to protect the interests of the City. In addition, the contractor may request the United States to enter into the litigation to protect the interests of the United States. 6. During the performance of this contract, the contractor, for itself, its assignees, and successors in interest agrees to comply with the following non-discrimination statutes and authorities; including but not limited to: Pertinent Non-Discrimination Authorities: i. Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); and 49 CFR Part 21. ii. The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal-aid programs and projects); iii. Federal-Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), (prohibits discrimination on the basis of sex); iv. Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CFR Part 27; V. The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits discrimination on the basis of age); vi. Airport and Airway Improvement Act of 1982, (49 USC § 471, Section 47123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex); vii. The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs or activities" to include all of the programs or activities of the Federal-aid recipients, sub-recipients and contractors, whether such programs or activities are Federally funded or not); viii. Titles II and III of the Americans with Disabilities Act, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131-12189) as implemented by Department of Transportation regulations at 49 C.F.R. parts 37 and 38; ix. The Federal Aviation Administration's Non-discrimination statute (49 U.S.C. § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); X. Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low-Income Populations, which ensures Non-discrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; EEO COMPLIANCE DOCUMENTS - 3 DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 xi. Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of Limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100); xii. Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq). xiii. Washington Law Against Discrimination (Ch. 49.60 RCW) 7. The submission of the final invoice for this contract will constitute a reaffirmation that the preceding statements were complied with during the course of the contract's performance. By signing below, I agree to fulfill the five requirements referenced above. DocuSigned by: By: l�t.an PalUSLA& For: Corona steel , Inc. Title: President Date: 9/18/2023 EEO COMPLIANCE DOCUMENTS - 4 DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: October 20, 2022 SUBJECT: INCLUSIVE CONTRACTING SUPERSEDES: January 1, 1998 APPROVED BY Dana Ralph, Mayor POLICY: Equal employment opportunity and non-discrimination in contracting 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 Agreements 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. Further, all contractors, subcontractors, consultants, suppliers, grantees, or subgrantees of the City, regardless of the value of the Agreement, are required to sign the City's Non-Discrimination Policy Declaration, prior to commencing performance. 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 Agreement. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to coordinate with the City's Title VI coordinator, and perform the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to 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. EEO COMPLIANCE DOCUMENTS - 5 DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 BIDDER RESPONSIBILITY CRITERIA Certification of Compliance with Wage Payment Statutes This certification is required by state law (RCW 39.04.350(2)) to be submitted to the City before the contract can be awarded. The bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date (08/24/2023), the bidder is not a "willful" violator, as defined in RCW 49.48.082, of any provision of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. I certify under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct. Corona Steel Inc. DOCUSigned by: By: Signature of Authorized Official* Printed Name: Marc Paulsen Title: President Date: 9/18/2023 City and State: Lakewood, WA *If a corporation, proposal must be executed in the corporate name by the president or vice- president (or any other corporate officer accompanied by evidence of authority to sign). If a co- partnership, proposal must be executed by a partner. BIDDER RESPONSIBILITY CRITERIA - 1 DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 KENT EAST HILLL OPERATIONS CENTER: KEHOC BID PROPOSAL FORM PRE-ENGINEERED METAL BUILDING SECTION 00 41 10 EXHIBIT A CITY OF KENT BID PROPOSAL FORM KENT EAST HILL OPERATIONS CENTER PRE-ENGINEERED METAL BUILDING KENT PROJECT NUMBER: FAC 23-09B NT WAS H I N G T 0 N Prepared by: Wagner Architects 1916 Pike Place #221 Seattle WA 98101 BUSINESS NAME OF BIDDER Corona Steel, Inc. Bidder Initials and Date of Signature Vw 7/25//2023 PAGE 1 OF 4 DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 KENT EAST HILLL OPERATIONS CENTER: KEHOC BID PROPOSAL FORM PRE-ENGINEERED METAL BUILDING SECTION 00 41 10 1.01 — BID TO THE CITY OF KENT: A. The undersigned Bidder hereby certifies to have personally and carefully examined the Bid Documents issued for: KENT EAST HILL OPERATIONS CENTER PRE-ENGINEERED METAL BUILDING CONTRACT. The Bidder has examined the site where the Work is to be performed and the conditions affecting the Work. The Bidder hereby proposes to furnish all material and labor and to perform all work which may be required, and to complete the work within the time fixed and upon the terms and conditions described in the Bid Documents. 1. BID ALTERNATE ONE Bid Alternate One is to provide a single structurally integrated building. A Minor Changes $ 50,000 B All Other Work in this Contract $ 4,873,051 C Total Bid (A+B) $ 4,923,051 Total Bid Written Out $ Four Million, Nine hundred twenty-three thousand,fifty-one dollars 1. BID ALTERNATE TWO Bid Alternate Two is to provide two structurally independent structures in one building. A Minor Changes $ 50,000 B All Other Work in This Co �i1.TERNA C Total Bid (A+B) 0091 ritten Out $ 2. OVERHEAD & PROFIT: The undersigned agrees that all of the above-named Base Bid and Alternates includes all Contractor's overhead and profit or fee. 3. SALES TAX: The above Base Bid and Alternate Bid(s) do not include Washington State Sales Tax (WSST). 4. RIGHT OF REJECTION: Bidder agrees that the Owner reserves the right to reject any or all bids and to waive any informalities in the bidding. 1.02 RECEIPT OF ADDENDA Bidder hereby acknowledges receipt of Addenda numbered: # 1 1 # 2 , #3 , #4 BUSINESS NAME OF BIDDER Corona Steel, Inc. Bidder Initials and Date of Si_grature k� Z �_z 3 7/25/2023 PAGE 2 OF 4 DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 KENT EAST HILLL OPERATIONS CENTER: KEHOC BID PROPOSAL FORM PRE-ENGINEERED METAL BUILDING SECTION 00 41 10 Any Addenda to the Contract Provisions and Plans will be posted on Builders Exchange (http://www.bxwa.com)and emailed to the Planholders of Record. 1.03 DECLARATION A. The undersigned Bidder agrees to perform the Work in compliance with the Bid Documents, for the prices stated in Section 00 41 00, Paragraph 1.01 of the Bid Form. B. Non-Collusion: The undersigned Bidder certifies that they have not directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free, competitive bidding in the preparation and submission of this Bid to the Owner for the Project described in the Bid Documents. C. Responsible Bidder Requirements: The undersigned Bidder acknowledges that they are in compliance with all of the responsible bidder requirements under RCW 39.04.350, including: having a certificate of registration under RCW 18.27 prior to bidding; a UBI number; industrial insurance coverage, if required under Title 51 RCW; an employment security number under Title 50; and a state excise tax registration number under Title 82. 1 affirm I am not disqualified from bidding on any public works contract under RCW 39.06, or RCW 39.12.065(3). D. If notified of the acceptance of this proposal within forty five (45)days of the time set for the opening of bids, the undersigned Bidder agrees to execute a contract for the above work, in the form of the contract bound in these specifications, and to provide a surety bond as required by the specifications. E. The undersigned Bidder further agrees that the proposal guarantee accompanying this proposal be left in escrow with the Owner; that the liquidated damages which the Owner will sustain by the failure of the undersigned to execute and deliver the above named contract and surety bond, for any or all units of this proposal accepted by the Owner, will be equal to five percent(5%) of the amount bid for such unit or units, and that if the undersigned defaults in executing that contract and in furnishing the surety bond within ten (10) days of written notice of the award of the contract to them, then the bid guarantee shall become the property of the Owner. If, however, this proposal or any part thereof is not accepted within forty five(45) days of the times set for the opening of bids, or if the undersigned executes and delivers said contract and surety bond, the bid guaranty shall be returned to them. F. The undersigned Bidder further agrees that the bid items listed as "Minor Changes"with a dollar amount assigned will be in the contract total bid, but will only be used at the direction of the Operations Manager. The final contract amount will be adjusted based on real expenditure on these items. BUSINESS NAME OF BIDDER Corona Steel, Inc. 1n� Bidder Initials and Date of Signature 7/25/2023 PAGE 3 OF 4 DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 KENT EAST HILLL OPERATIONS CENTER: KEHOC BID PROPOSAL FORM PRE-ENGINEERED METAL BUILDING SECTION 00 41 10 1.04 BIDDER INFORMATION AND SIGNATURE BUSINESS NAME OF BIDDER: Corona Steel, Inc. BUSINESS ADDRESS: 3015 106th Street South Lakewood, WA 98499 Street or P.O. Box City State Zip Code If the above address is not in Washington State: Physical Office in WA _ Street or P.O. Box City Zip code CONTACT INFO: Marc Paulsen 206-510-5386 marcp@coronasteel.com Name of Contact Telephone Number Email Address E-mail Address of Primary Contact: _marcp@coronasteel.com CONTACT Brian Butler 206-510-5386 brianb@coronasteel.com FOR AWARD: @ Name of Contact Telephone Number Email Address E-mail Address of Contact for Award: bria nb@cor cnasteel.c cm State of WA UBI No.: 6r0 I 'e 334----75 q State of WA Contractor Registration No.: — i G� I`A Employment Security Dept. No: OFFICIAL AUTHORIZED TO SIGN FOR BIDDER: "I certify(or declare)under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct": Location or Place Executed: (City,State Print Name and Title Lakewood, WA Marc Paulsen/President Signature: ***End of Section 00 41 10*** BUSINESS NAME OF BIDDER Corona Steel, Inc. Bidder Initials and Date of Signature 7/25/2023 PAGE 4 OF 4 DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 CITY OF KENT EAST HILL OPERATIONS CENTER: KEHOC BID SECURITY FORM PRE-ENGINEERED METAL BUILDING SECTION 00 42 00 BID BOND SECURITY FORM. KNOW ALL MEN BY THESE PRESENTS: That we, Corona Steel, Inc. as Principal Travelers Casualty and Surety Company of America and a Corporation duly organized and existing under the laws of the State of VVag *and City of authorized to do business in the State of Washington, as surety, are held and firmly bound unto Kent herein called the Owner, in the full and just sum of Five Percent(5%) of Bid Amount DOLLARS ($s%of Bid Amount ) good and lawful money of the United States of America, to the payment of which sum of money well and truly be made, the said Principal and Surety bind themselves, their and each of their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. *Connecticut Signed, Sealed and Dated this 24th day of.August AD 20*8** **23 THE CONDITION OF THIS OBLIGATION IS SUCH, That if the Owner shall make any award to the Principal for: CITY OF KENT EAST HILL OPERATIONS CENTER PRE-ENGINEERED METAL BUILDING according to the terms of the proposal or bid made by the Principal therefore, and the Principal shall duly make and enter into a contract with the Owner in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety of Sureties approved by the Owner, the damage which the Owner may suffer by reason of such failure not exceeding the penalty of this bond, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect. IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be duly signed and sealed. Corona Steel, Inc_ Principal I �ti Cam,by Travelers Casualty and Surety Company of America S y B Iritu, -in-Fact Attorney-in-Fact THIS FORM MUST BE COMPLETED AND INCLUDED WITH THE BID FORM ***END OF SECTION 00 42 00*** 7/25/2023 Page 1 of 1 DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 Travelers Casualty and Surety Company of America AA Travelers Casualty and Surety Company TRAVELERS J St. Paul Fire and Marine insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint Carley Espiritu of TACOMA , Washington , their true and lawful Attorney(s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, 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 21st day of April, 2021. bV OG T it rwarroro,l F wow, < CotP�M1Y W CORN n State of Connecticut By City of Hartford ss. Robert L. Rane enior Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. M P Nb�..,, IN WITNESS WHEREOF, I hereunto set my hand and official seal. .f NOTARY l/�`/�A My Commission expires the 30th day of June,2026 («t\ +��•vuw�o Anna P.Nowik,Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies,which resolutions are now in full force and effect,reading as follows: 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-in-Fact and Agents to act for and on 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 Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is 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 indemnity, or writing obligatory 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 Attomeys-in-Fact and Agents pursuant to the power 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, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attomeys-in- Fact 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 each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which remains in full force and effect. Dated this 24th day of August 2023 � !RirM, s Kevin E. Hughes,Assi Cant Secretary To verify the authenticity of this Power of Attorney,please call us at 1-800-411-3880. Please refer to the above-named Attorneys)-in-Fact and the details of the bond to which this Powerof Attorney is attached. DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 CITY OF KENT EAST HILL OPERATIONS CENTER: KEHOC NON-COLLUSION AFFIDAVIT PRE-ENGINEERED METAL BUILDING SECTION 00 43 00 NON-COLLUSION AFFIDAVIT FORM CITY OF KENT STATE OF WASHINGTON ) ss. COUNTY OF KING _Marc Paulsen (name), being first duly sworn upon his/her oath, says that he/she is the President (title) of the Bidder submitting the above Bid, and that the Bid above submitted is genuine and not a sham or collusive Bid, or made in the interest of any person not therein named; and he/she further says that the said Bidder has not directly or indirectly induced or solicited any Bidder on the above work or supplies to put in a sham Bid, or any other person or corporation to refrain from bidding; and that said Bidder has not in any manner sought by collusion to secure to hi m (him/her/it) self an advantage over any other Bidder or Bidders. Corona Steel, Inc. (Firm Name of Co�ntractor) (Signature of Contractor) THIS FORM MUST BE COMPLETED AND INCLUDED WITH THE BID PROPOSAL ***END OF SECTION 00 43 00*** 7/25/2023 Page 1 of 1 DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 CITY OF KENT EAST HILL OPERATIONS CENTER: KEHOC SUB CONTRACTOR LISTING PRE-ENGINEERED METAL BUILDING SECTION 00 44 00 SECTION 00 44 00 SUB-CONTRACTOR LISTING Bidder's Name: Corona Steel, Inc. Named subcontractors must have a reputation of competency in their respective fields of work. Contractor assumes responsibility for quality of work performed by their selected subcontractors. If a category of work will not be subcontracted bidder must list themselves. FOR BID ALTERNATE ONE: A STRUCTURALLY INTEGRATED BUILDING 1. Pre-Engineered Metal Building design, fabrication, delivery: Corona Steel, Inc. Approximate Dollar Value: $ 3,155,900 2. Metal Building Structural Erection: Corona Steel, I nc. 3. Supplier for Metal Roof, Siding, Flashing, Trim, and Miscellaneous Sheet Metal: Corona Steel, Inc. 4. Installation of Exterior Metal Panels and Associated Sheet Metal: Corona Steel, Inc. 5. Insulation: Corona Steel, Inc. FOR BID ALTERNATE TWO: COMPLETE BUILDING WITH STRUCTURALLY INDEPENDENT SECOND FLOOR 1. Pre-Engineered Metal Building design, fabrication, delivery: Approximate Dollar Value: 2. Metal Building Structural Erection: 3. Supplier for Metal Roof, Siding, Flashing,Tri i neous Sheet Metal: P♦' 4. Installation of Exterior Metal Panel s ed Sheet Metal: 5. Insulation: GvtiW —Bidder's Signature: _ � Date: z� � THIS FORM MUST BE COMPLETED AND INCLUDED WITH THE BID PROPOSAL ***END OF SECTION 00 44 00*** 7/25/2023 Page 1 of 1 DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 KENT EAST HILLL OPERATIONS CENTER: KEHOC BIDDER QUALIFICATIONS PRE-ENGINEERED METAL BUILDING SECTION 00 45 00 SECTION 00 45 00 BIDDER'S QUALIFICATIONS Each bidder submitting a proposal for this Project shall submit, as part of its bid, the following information: 1. Name of Bidder: Corona Steel, Inc. 2. Business Address: 3015 106th Street S Lakewood, WA 98499 3. Telephone Number and Area Code: 253-844-4448 4. IRS Federal Employer's Identification Number: 91-1 52881 0 5. Current State Unified Business Identification Number 601-336-754 6. Washington State Contractor Registration Number: CORONS1099PM 7. Number of years engaged in the contraction business under the present firm Name: 32 Years 8 Total value of contracts in force: $1 1 1 ,660,000 9. To qualify for bidding for this project the Contractor as the legal entity bidding the project must have constructed WITHIN the past(5) Five years the following: A. A demonstrated body of municipal work specifically related to new projects. AND B. Minimum (2) Two Municipal projects with a total combined value, not including Washington State Sales Tax, of$5 million dollars or greater. OR C. Minimum (1) One Municipal project with a total combined value, not including Washington State Sales Tax, of$2 million dollars or greater and private projects with a combined value of$5 million dollars or greater. 10. List below project(s) which meet Items A and B or A and C as outlined above. (Attach additional project pages if required) 1. Project Name and Owner Name: _Project Mustang STY 1 A; a confidential client-Sparks, NV 6,000,000 pre-engineered metaTTuAlding scope Project Value and Completion Date:$16.500.000 total contract: co m Ip eted 2021 Drew Fisher, Sr Manager, Holder Construction Reference Name, phone number and email: 469-404-8359: dfisherCa)holder.com 2. Project Name and Owners Name: Allegiant Stadium; Las Vegas Stadium Authority Project Value and Completion Date:_$7,500,000; completed 2019 Frank Johnson, Project Manager, McCarthy Building Co. Reference Name, phone number and email: .702-467_-6391; frank,ohnsQnQmmGvlv.com 3. Project Name and Owners Name: Chambers Creek Waste Water Treatment Plant; Pierce County Project Value and Completion Date: $3,200,000 total combined contracts value; completed 2018 Bryan Hillemann, Vice President, Pease & Sons Reference Name, phone number and email: 2ti3-531-77n ; hrV ana_ Com 7/25/2023 Page 1 of 2 DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 KENT EAST HILLL OPERATIONS CENTER: KEHOC BIDDER QUALIFICATIONS PRE-ENGINEERED METAL BUILDING SECTION 00 45 00 4. Project Name and Owners Name: Port Angeles Waterfront Center; PAWC Project Value and Completion Date: _$4,000,000 contract value; completed 2023 Kyle Paulsen, Director of Operations, Mortenson Reference Name, phone number and email:425-328-6049 kyle.paulSEhOmmdemon.com 5. Project Name and Owners Name: Portland Library Sort Center; Multnomah County Project Value and Completion Date: $2,500,000 contract value; completed 2023 Katie Hunter, Sr Project Manager, Fortis Construction Reference Name, phone number and email:971-221-5119; katie.hunter fortisconstruction.com 6. Project Name and Owners Name: Climate Pledge Arena; Seattle Arena Company Project Value and Completion Date:_$4,000,000 contract value; completed 2021 Winston Williams, Sr Poject Manager, Mortenson Reference Name, phone number and email: 763-710-63936 wimtop.w11iams(Q LQrlenson.com 11. Bank Reference : Pat Lewis, SVP Commercial Team Lead; Commencement Bank Email:_plewis@commencementbank.com Phone Number: 253-284-1836 12. Bonding Reference :_Carley Espiritu, Surety Team Manager; Propel Insurance Email: Carley.Espiritu propelinsurance.com Phone Number: 253-310-4052 Bidder: By: _Marc Paulsen Title: _President Date: 08/23/2023 THIS FORM MUST BE COMPLETED AND INCLUDED WITH THE BID PROPOSAL ***END OF SECTION 00 45 00*** 7/25/2023 Page 2 of 2 DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 CITY OF KENT EAST HILL OPERATIONS CENTER: KEHOC BIDDER RESPONSIBILITY CRITERIA PRE-ENGINEERED METAL BUILDING SECTION 00 47 00 BIDDER RESPONSIBILITY CRITERIA Statement that Bidder Has Not Been Disqualified This statement is required by state law (RCW 39.04.350(1)(0) to be submitted to the City before the contract can be awarded. The bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date (December 16, 2021), the bidder has not been disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3). Corona Steel, Inc. Bidder's Business me Qin t re of Autho ized Official* Marc Paulsen Printed Name President Title 8/23/2023 Lakewood WA Date City State *If a corporation, proposal must be executed in the corporate name by the president or vice- president (or any other corporate officer accompanied by evidence of authority to sign). If a co- partnership, proposal must be executed by a partner. THIS FORM MUST BE COMPLETED AND INCLUDED WITH THE BID PROPOSAL ***END OF SECTION 00 47 00*** 7/25/2023 Page 1 of 1 DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 AISC CERTIFIED CORONA" : ERECTOR STEEL I N C Rafting Ta Higher lever • Since 1991 TO: City of Kent August 23, 2023 ATTN: Estimating REF: Kent East Hill Operations Center PEMB CSI Inc. Ref.#024-23 SUB: Bid Quote/Confirmation SUPPLY/INSTALL Operations Center PEMB: per ABC Proposal: NOB-23037 Gentlemen: The below listed quote proposal is respectfully submitted for your consideration on the above referenced project. Upon mutual agreement of the subcontract and schedule. All work will be accomplished in full compliance with Federal and State Safety Regulations and Corona Steel's Fall Protection Work Plan and Accident Prevention Program. This proposal is based on what is represented and shown on Wagner Architects/Planners drawings/PEMB Bid Set and specifications dated July 25, 2023.Addenda 1-4 acknowledged. SUPPLY/ERECT: PEMB Option# 1 TOTAL: $4,873051.00 SCOPE OF WORK: Supply materials, labor, equipment, and supervision for the erection of the below listed only: 1. Primary (standard shop prime) and secondary framing. 2. Mezzanine framing, deck, and edge form. 3. Roof Sheeting Standing Seam 360 (24 gauge) 4. Wall Sheeting McElroy Mega Rib (24 gauge) 5. Flashings (24 gauge) roof to wall, ridge, soffit, and framed openings. 6. Gutters at sidewalls excluding round downspouts,not available from ABC. 7. Insulation and Thermal Blocks per spec. 8. Canopies with FW Soffit Panels (22 gauge). 9. 32 FPA's at Cupola grid line support columns field welded. 10. Corona Steel, Inc. is to properly Zone and Sequence the project before steel detailing / shop drawings commences. SCHEDULE/SPECIFIC CLARIFICATIONS: 1. Schedule is dependent on design, drawing approval, and fabrication/mill production volume. 2. Material delivery dates will be formulated following the production process per 120 Day delivery request. rl 3. Erection sequence must be discussed and agreed upon immediately following offer acceptance. avo 4. No changes will be allowed after building has entered design without engineering costs and delay. o Corporate Office: 3015 106`h Street South, Lakewood, WA 98499-6701 US Portland 503.956.8401 Tacoma 253.682.0207 Seattle 253.874.4766 Fax 253.874.9824 WA CORONS1099PM OR 194038 NV 20151619955 DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 AISC.......... CERTIFIED CORONA° : ERECTOR STEEr~ I N C Raising To Higher levels • Since 1991 SPECIFIC EXCLUSIONS I CLARIFICATIONS: 1. Exclude any items(s) not specifically included in scope per ABC Supply Quote above. 2. All roof and Mezzanine penetrations including sub framing and flashing, not listed in E Quote. 3. Interior screen walls, fireismoke walls, or blast walls. 4. Doors, Windows, Vents, and Downspouts or hangers. 5. Anchor Bolts and footing design. 6. Foundation Plan, Concrete, or Engineering. 7. All Sales & Use Taxes 8. Misc. structural and architectural steel not specifically noted, and details not specifically sectioned on plans or elevations and per plan views in structural drawings. GENERAL CLARIFICATIONS: 1. Corona Steel, Inc is certified by the American Institute of Steel Construction (AISC)to the following standards: Certified Steel Erector(Advanced), Seismic Erection Endorsement, Metal Deck Installation Endorsement and Bridge Erection Endorsement. Certification Number 217102081-021NIT. 2. All steel will be erected to the AISC Code of Standard Practice for Steel Buildings and Bridges. Metal Building Special Conditions: Subcontractor shall NOT be subject to any of the MBMA Manual"1996-Low Rise Building Systems Manual"requirements on pre-engineered metal buildings that purport to limit compensation or damages (Section 6.10.3)payable to Subcontractor, as the erector,in the event of required extra work,delay of faulty design/construction 3. (Section 8.7). Subcontractor shall bill all extra work at its published rates and markup. Subcontractor shall have the right to make claim against contractor as allowed by project specification regardless of whether Contractors can claim against building manufacturer under MBMA or otherwise. 4. The accuracy of the contract documents is the responsibility of the owners designated representative for design_ Section 3.3 of the AISC Code of Standard Practice requires that design discrepancies be reported when discovered but does not obligate the fabricators or the steel detailer to find the discrepancies. 5. Quote was figured that Corona Steel, Inc.would have total access to the work area(s)until our bid scope is complete and no other trades will be allowed to work in this area(s)until completion. 6. Labor, Equipment Rates,and Markups shall be mutually agreed on prior to executing the contract agreement between the General Contractor and Corona Steel, Inc. 7. Extra work to the contract will be negotiated before work begins. Negotiations will include but are not limited to price, duration, schedule, payment schedule. Corona Steel, Inc.will not accept any back charges from Contractor or alleged extra work on our behalf unless notified in writing prior to Contractor(or others)performing the work.This will allow us the opportunity to correct the work ourselves or authorize the extra work by others. 8. Contractor will provide space for the following(1) 12'X 56'mobile office, (2)8'X 20'storage containers on compacted level ground. This includes power connect and disconnect at no cost to Corona Steel, Inc. 9. Contractor to provide internet access for mobile office at no cost to Corona Steel, Inc. 10. Pricing is based on one(1)move-in for equipment and labor to off-load materials in continuous operation until completion of erection.Additional mobilizations will be at a minimum of$4600 added cost each mobilization 11. Testing and inspection costs,including employee welding tests developing company procedures qualification tests/ records or welding procedures. 12. Contractor to provide 115V/230V temporary power within 100 feet of work areas. This includes power connect and disconnect at no cost to Corona Steel, Inc. 13. Contractor to provide either(1) 100 AMP Three Phase designated line or(4)50 AMP Single Phase lines for our t'�I welding equipment at the work areas.This includes power connect and disconnect at no cost to Corona Steel, Inc. � 14. Bid was figured that there would be no power line or utilities interference per OSHA/WISHA. a Corporate Office: 3015 106" Street South, Lakewood, WA 98499-6701 US Portland 503.956.8401 Tacoma 253.682.0207 Seattle 253.874.4766 Fax 253.814.9824 WA CORONS1099PM OR 194038 NV 20151619955 DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 AISC CERTIFIED CORONA® : ERECTOR STEEL I N C Raising To Higher levels - Since 1991 GENERAL CLARIFICATIONS CONTINUED: 15. Materials are to be delivered by proper zone and sequences that permit efficient and safe erection operations until complete with no double handling of materials.Contractor to provide adequate lay down area within 100 feet of final work area on firm,dry level ground. No double handling has been included in this price. 16. Quote is based on working a standard 40-hour workweek,between the hours of 6:00am to 4:30pm;holidays, weekends and off-hours are excluded. Premium time and cost for accelerated or fast track schedule are not included. 17. Contractor to provide unobstructed access inside and all-around exterior of building perimeter on firm, compacted, level, unobstructed, drained and lighted subsurface capable of supporting heavy construction material and equipment loads and crane. If no suitable access is provided for CST's sizing of crane, GC will be responsible for upsizing costs of the crane. 18. All members to have erection aids and bolts for erection at no cost to Corona Steel, Inc. 19. Materials will be shipped to the jobsite in as large as possible sections for erection. 20. Price is based on being provided with and using A325 twist-off-type tension control bolts and standard A307 bolts. 21. Anchor bolts and footings will be cleaned before erection commences.Anchor bolts will be also be straightened to plumb. Prior to survey. 22. General Contractor to provide(4)primary"control points"that building will be built/controlled to and that will not move during the construction schedule for use by Corona Steel, Inc survey crew. 23. The steel fabricator will oversize holes for expansion and epoxy bolts. Epoxy to be supplied by others. 24. Contractor will provide parking spaces for our company and personnel vehicles at at no cost to Corona Steel, Inc 25. Corona Steel, Inc.will verify installation conditions as satisfactory prior to erection. Erection will not proceed until all unsatisfactory conditions are corrected by others or with arrangements with Corona Steel, Inc. Corona Steel, Inc.will not be liable in any fashion for unsatisfactory site conditions concerning schedule and etc. 26. Contractor to be responsible for covering or protection any stored combustible materials in our work area (fire hazard). 27. Roof and floor opening framing to be detailed and completely shop fabricated to be shipped to the field as an entire assembly and only of quantities if shown on the structural plans. 28. Use of copper backup bars in lieu of steel or ceramic where backup bars are required to be removed. 29. All joist and girder connections will have bolted end connections for erection. 30. Metal floor and roof deck side lap will be installed by using one of the three methods: Button punch,Verco Punchlok, or ASC Deltagrip system tool. 31. Side seam attachment tool will be provided at no cost to Corona Steel, Inc 32. Metal floor and roof deck will be installed using Hilti power actuated fasteners. If not approved additional costs may be incurred. 33. All joist and beam blocking to be shop installed. GENERAL EXCLUSIONS: 1. Tolerances not within AISC Code of Standard Practice for Steel Building and Bridges. 2. Metals other than metal building related such as stairs,guardrails,ladders, louvers, mezzanines,etc. 3. Site Engineering, Layout, location points, elevation marks,grid lines and all field dimensioning. 4. Survey of others work;we assume that all preceding work has been accomplished per plans and specifications. 5. Field fabrication (repair of engineering,fabrication and detailing errors). 6. Testing and inspection costs. 7. Shoring or temporary support for steel members, metal deck, metal edge form etc. 8. Architectural and non-ferrous metals,miscellaneous and loose iron not described in our scope. 9. All touch-up of primer, painting and galvanizing aside from field welds, (i.e.., bolts, weld hold back areas, abrasions, etc.) m 10. Installation and touch-up of grouting, caulking, mortar or etc. tio 11. Sampling, maintenance and control of air quality and flow. co a Corporate Office: 3015 106th Street South, Lakewood, WA 98499-6701 US Portland 503.956.8401 Tacoma 253.682.0207 Seattle 253.814.4166 Fax 253.874.9824 WA CORONS1099PM OR 194038 NV 20151619955 DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 AISC CERTIFIED CORONA" : ERECTOR S T E E L I N C Raising To Higher levels • Since 1991 GENERAL EXCLUSIONS CONTINUED: 12. All steel to wood or steel to gauged metals connections. 13. Cutting of walls,floor/roof penetrations for other trades work to pass through. 14. No side seam welding. 15. All Costs associated with rental of any proprietary decking seam crimping tools i.e. Punchlok, DeltaGrip, etc. 16. Removal of any obstruction in the way for placement of anchoring devices. 17. Gauge metals and gauge metal support framing other than metal floor or roof deck. 18. Embedded iron, anchor type bolts, rebar,wire mesh, pt cables or etc. 19. CMU, masonry straps,veneer or brick ties, panel supports,brick lintels or ledgers etc. 20. AESS Requirements(LINO) 21. Miscellaneous and loose iron not described in Corona Steel above listed Scope of Work. 22. Core drilling or thru drilling for connection bolts. 23. LIT,X-ray or other methods to locate materials in existing surfaces. 24. Noted optional field welding at contractors' option (shop welded figured) 25. Elevator sump pits/ladders(Due to Confined Space) 26. Steel hand or guardrails that do not attach to steel stair stringers. 27. Framing or cutting of openings not specifically shown on structural plan view drawings 28. Traffic control, permits, badges,barricades,and flagmen and associated costs. 29. Blowing off and cleaning of metal floor and roof deck. 30. Snow removal. 31. Scrap material disposal. 32. All work customarily performed by trades other than Ironworkers. 33. Removal, disposal,replacement or testing of contaminated materials,such as lead,asbestos or fire/sound proofing. 34. Protection of existing surfaces,demolition or alteration of existing structures or surfaces. 35. Fire protection or watchmen,smoke damage or protection,arc flash and eye damage protection. 36. ALL sales tax or use tax on all labor. 37. All costs associated with USLH insurance. 38. All Professional Liability Coverages. 39. All costs associated with confined space air testing,equipment and access. 40. Provisions for payment of performance bond, bond premiums, builders risk insurance or etc. (bond est.2.5%) 41. Cost of any safety requirements imposed on Corona Steel,Inc.by Owner or Contractor beyond what is mandated by OSHA or WISHA. 42. Financial damages occurred due to natural disasters, acts of God and labor or legal actions that would happen to Corona Steel, Inc.,their vendors or suppliers during this project. ACCEPTANCE 1 PAYMENT TERMS: 1. Acceptance of Proposal. This proposal is conditioned upon negotiation of mutually agreeable subcontract terms and conditions. If you direct us to start work before a subcontract is negotiated and executed you are accepting this proposal and the price,scope,exclusions and conditions in this proposal will be our contract. 2. Payment. This proposal is conditioned on the following payment terms. Net 30 days with no more than 5% retainage,0% retainage on Materials,Extra Work or Changes with retainage to be released within 45 days of substantial completion of our work, or within 30 days after Owner releases retainage to you,whichever occurs first. Our proposal is based on your creditworthiness. The owner's payment to you is not a condition precedent to your obligation to pay us unless we caused the Owner's non-payment to you. We may exclude disputed items from any progress payment waiver or lien waiver or release by attaching a list of disputed work items, outstanding claims, proposed changes or unpaid change orders that reasonably identifies the items to be excluded. a� M a Corporate Office: 3015 106' Street South, Lakewood, WA 98499-6701 US Portland 503.956.8401 Tacoma 253.682.0207 Seattle 253.874.4766 Fax 253.874.9824 WA CORONS1099PM OR 194038 NV 20IS1619955 DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 AISC CERTIFIED CORONA® : ERECTOR STEEL I N C Raising To Higher Levels - Since 1991 ACCEPTANCE / PAYMENT TERMS CONTINUED: 3. Schedule. This proposal is based upon a regular 40-hour work week between the hours of 6:30 am and 4:30 pm Monday through Friday, holidays excepted with no overtime or premium time and upon mutually agreeable schedule. As soon as practicable, and in no event more than 21 days after execution of the Subcontract, Contractor shall request scheduling information from Subcontractor which information shall be promptly provided, and Contractor shall utilize the scheduling information provided by Subcontractor in preparing a mutually agreeable Schedule for the Project and our work. If a change to the agreed schedule is not the fault of Subcontractor and Subcontractor's work is delayed,re-sequenced or accelerated as a result of the change, Subcontractor shall be entitled to an equitable adjustment of its subcontract price and/or time of performance. 4. Work Area Access and Coordination. This proposal is based on unobstructed access to our work areas. If we experience trade interference, trade jamming or stacking we shall be entitled to an equitable adjustment of its subcontract price and/or time of performance. 5. Changes or Extra Work. This proposal is for base contract work and identified alternates. We are entitled to additional compensation and a time extension for any changed or extra work. We are also are entitled to an equitable, adjusted time extension and additional compensation for unusual conditions not anticipated at the time this Proposal was submitted or conditions which differ from those indicated in any drawings. Unless otherwise agreed, additional work, changed work, and extra work shall be paid at our standard billing rates which are available for your review upon request. 6. Progress payment lien and/or claim waivers. This proposal is conditioned on Corona Steel, Inc. and its sub-tier subcontractors and suppliers not being required by to execute any form of progress payment lien and/or claim waiver or release, or conditional progress payment lien and/or claim waiver or release which purports to waive or release Corona Steel, Inc. rights to additional compensation or time or lien or bond claim rights, except to the extent of payment or time actually received by Corona Steel, Inc. Corona Steel, Inc.agrees to execute a form of progress payment waiver and/or release or conditional waiver or release which permits Corona Steel, Inc. to reserve(exclude from the waive rand release)pending CORs, claims or potential claims by attaching a list identifying such outstanding and reserved items and that provides unless they are so identified they are waived and released. 7. Under no circumstances shall Seller be liable in any way to Buyer, building owner or any other party for delays, failure in performance, or loss of damage due to Force Majeure conditions including,without limitation:fire; flood; epidemics; quarantine; lightening; strike; embargo; explosion; power surge or failure; acts of God;war; labor or employment disputes; civil disturbances; acts of civil or military authority; inability to secure materials, fuel products or transportation facilities; acts or omissions of suppliers; or any other causes beyond Seller's reasonable control, whether or not similar to the foregoing. 8. FURTHER, BUYER HEREBY AGREES AND STIPULATES THAT, IN THE EVENT SELLER RECEIVES NOTIFICATIOIN OF A SCHEDULED PRICE INCREASE FROM ANY OF ITS SUPPLIERS BETWEEN THE DATE OF THIS BUYERS AGREEMENT AND THE DATE SCHEDULED FOR DELIVERY OF MATERIALS STATED HEREIN. SELLER RESERVES THE RIGHT, IN ITS SOLE DISCRETION,TO INCREASE THE PURCHASE PRICE STATED HEREIN IN AN AMOUNT CORRESPONDING TO SAID PRICE INCREASE. 9. The Prime contractor to pay ALL sales tax or use tax on all labor furnished by subcontractor. If not accepted within 45 days of project bid date, this proposal is subject to review, possible price escalation and/or withdrawal without further notification. If accepted, this proposal is to be incorporated within the subcontract either by reference or attachment and will take precedence regarding work scope definition. Thank you for the opportunity to quote this project. We look forward to working with you on this project. Should you have questions please feel free to call me. Very Truly Yours, CORONA STEEL, INC. Lnv 253-844-4448 to Brian Butler Corporate Office: 3015 106`h Street South, Lakewood, WA 98499-6701 US Portland 503.956.8401 Tacoma 253.682.0207 Seattle 253.874.4766 Fax 253.874.9824 WA CORONS1099PM OR 194038 NV 20151619955 DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 QUOTE AND ORDER DOCUMENT PROJECT#: Page 1 of 41 AMERICAN BUILDINGS QUOTE#:NOB-23037 r eQu Nucor Buildings Group-West,LLC COST QUOTE#: Or P.O.Box 907,10S0 North Watery Lane-Brigham City,UT 84302 LABEL:0-Base -Phone:(209)236-0580-Fax:(209)z36-0588 CONTROL#:P202308231410 DATE:8/23/2023 114 1) ORDER INFORMATION Project Name: Kent East Hill Operations Center KEHOC Buyer Name:Corona Steel, Inc. Buyer Address:3015 106th St.S. Lakewood,WA 98499-6701 United States Shipping/Jobsite 12607 SE 248th St. Buyer Contact:Brian Butler Address:Kent,WA 98030 Contact Phone:(253)844-4448 United States Contact Fax: Contact Mobile Phone:(206)510-5386 Jobsite County: King Contact Email:brianb@coronasteel.com Est.#of Trucks:TBD Buyer P.O.#: Freight Method:EXW Loaded Allowed to Shipping Address (For Reference Only) Ferry Transport:N/A End Customer:City of Kent Order Type:Approval Order Building End Use:4E-Community govt,admin.and services Anchor Bolt Drawings:3 sets Quote Requested:8/22/2023 Erection Drawings:3 sets Requested Delivery: Permit Drawings:3 sets Buildings in this Order:6 Stamped Calculations:3 sets Building Warranty:One Year Approval Drawings:3 sets Shipping Instructions: SED Drawings:Include Standard Erection Details ShakeoutPro:Yes Send Drawings Via: n Mail 57 Email(.pdf format only) 2) BUILDING DESCRIPTION BUILDING INFORMATION Building Building Profile Building Building Distance to Actual Eave Ht. Roof Slope Structural Steel Name Width Length Ridge FSW BSW FSW BSW Color Primary Wall Sec. Shop Gable 110'-01, 222'-0" 60'-0" 23'-4" 24'-7" 1.5:12" 1.5:12" GP GP Asymmetrical Offices Gable 100'-01, 146'-0" 50'-0" 24'-7" 24'-7" 1.5:12" 1.5:12" GP GP (Main) Symmetrical Offices(West) Lean-To 20'-0" 146'-0" N/A 22'-1" 24'-7" 1.5:12" N/A GP GP Offices(East) Lean-To 20'-0" 146'-0" N/A 22'-1" 24'-7" 1.5:12" N/A GP GP Cupola Gable 12'-10" 368'-0" 6'-5" 35'-9 35'-9 4:12" 4:12" GP GP Symmetrical 13/16" 13/16" Canopy Single Slope 8'-0" 5'-0*' N/A 10'-01, 11'-01, 1.5:12" N/A GP GP (10'-0"clr) Unless noted in Special Requirements all structural members not fabricated of prepainted or galvanized material or treated with a corrosion resistant coating are painted with one coat of shop primer The coat of shop primer is intended to protect the steel for only a short period of exposure to ordinary atmospheric conditions. ROOF SECONDARY INFORMATION Building Secondary Purlin Tie-in Roof Sec. Purlin Depth* Typical Purlin Spacing Name Type Color Shop Purlins None GP Per Seller Per Seller All program generated depth and spacing is subject to change in final design DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 QUOTE AND ORDER DOCUMENT PROJECT#: Page 2 of 41 AMERICAN BUILDINGS QUOTE#:NOB-23037 CUST QUOTE#: e Q u ote Nucor Buildings Group-West,LLC P.O.Box 907,1050 North Watery Lane-Brigham City,UT 84302 LABEL:0 Base -Phone:(209)236-0580-Fax:(209)236-0588 CONTROL#:P202308231410 DATE:8/23/2023 2) BUILDING DESCRIPTION (CONTINUED) ROOF SECONDARY INFORMATION Building Secondary Purlin Tie-in Roof Sec. Purlin Depth* Typical Purlin Spacing Name Type Color Offices Purlins None GP Per Seller Per Seller (Main) Offices(West) Purlins None GP Per Seller Per Seller Offices(East) Purlins None GP Per Seller Per Seller Cupola Purlins None GP Per Seller Per Seller Canopy Purlins None GP Per Seller Per Seller "All program generated depth and spacing is subject to change in final design SIDEWALL AND ENDWALL SPACING Building Name Sidewall Bay Spacing FSW Soldier Column BSW Soldier Column Left Endwall(LEW) Right Endwall(REW) (From LEW) Spacing(From LEW) Spacing(From LEW) Column Spacing Column Spacing (From FSW) (From FSW) Shop 1 @2S'-0",7@24'-0", N/A N/A 1 @28'-3", 1 @26'-0", 1 @110'-0" 1 @29'-0" 1 @11'-6",1 @26-0", 1 @18'-3" Offices(Main) 1@25'-0",4@24'-0", N/A N/A 1@100'-0" 1@20'-9", 1@23'-6", 1 @25'-0" 1 @11'-6", 1 @23'-6", 1 @20'-9" Offices(West) 1@25'-0",4@24'-0", N/A N/A 1@20'-0" 1@20'-0" 1 @25'-0" Offices(East) 1 @25'-0",4@24'-0", N/A N/A 1 @20'-0" 1 @20'-0" 1 @25'-0" Cupola 1@25'-0", 7@24'-0", N/A N/A 1@12'-10" 1@12'-10" 1 @30'-4", 1 @23'-8", 4@24'-0", 1 @25'-0" Canopy 195'-0" N/A N/A 1@8'-0" 1@8'-0" GIRT CONDITION, DEPTH,AND SPACING Building Name Front Sidewall (FSW) Back Sidewall (BSW) Left Endwall (LEW) Right Endwall (REW) Condition Depth* Condition Depth* Condition Depth* Condition Depth* Elevation(s) Elevation(s) Elevation(s) Elevation(s) Shop Bypass User Defined 8" Bypass User Defined 8" Bypass User Defined 8" Bypass User Defined 8" User Defined 4'-0",8'-0",12'-0", User Defined 4'-0",8'-0",12'-0", User Defined T-6",7'-6",11'-1 , Per Seller 16'-0",20'-0" 16-0",20'-0" 14'-11 1/2",18'-10",22'-10", 26'-10" Offices(Main) Bypass Per Seller Bypass Per Seller Bypass User Defined 8" Bypass User Defined 8" Per Seller Per Seller Per Seller User Defined 3'-6",T-6",11'-6", 15'-0",IT-0",23'-0",27'-0" Offices(West) Bypass Per Seller Bypass Per Seller Bypass Per Seller Bypass Per Seller User Defined T-6",7'-6",11'-6", User Defined 3'-6",T-6",11'-6", User Defined 3'-6",T-6",11'-6", User Defined 3'-6",T-6",11'-6", 15'-0",19'-0",23'-0" 15'-01., 19'-01.,23'-0" 15'-0", 19'-011,23'-0" 15'-0",19'-0",23'-0" `All program generated depth and spacing is subject to change in final design, DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 QUOTE AND ORDER DOCUMENT PROJECT#: Page 3 of 41 AMERICAN BUILDINGS QUOTE#: NOB-23037 Nucor Buildings Group-West,LLC OUST QUOTE#: e Q u ote P.O.Box 907, 1050 North Watery Lane-Brigham City,UT 84302 LABEL:0- Base -Phone:(209)236-0580-Fax:(209)236-0588 CONTROL#: P202308231410 DATE:8/23/2023 2) BUILDING DESCRIPTION (CONTINUED) GIRT CONDITION,DEPTH,AND SPACING Building Name Front Sidewall (FSW) Back Sidewall(BSW) Left Endwall (LEW) Right Endwall(REW) Condition Depth* Condition Depth* Condition Depth* Condition Depth* Elevation(s) Elevation(s) Elevation(s) Elevations) Offices(East) Bypass Per Seller Bypass Per Seller Bypass Per Seller Bypass Per Seller User Defined T-S",T-6",11'-6". User Defined T-S",T-6",1 V-6", User Defined T-S",T-6",1 V-6", User Defined T-5",T-6",1 V-6", 15'-0",19'-0",23'-0" 15'-0",19'-0",23'-0" 15'-0",19'-0",23'-0" 15'-0",19'-0",23'-0" Cupola Bypass Per Seller Bypass Per Seller Bypass Per Seller Bypass Per Seller User Defined 31'-5",34'-5" User Defined 31'-5",34'-5" Per Seller Per Seller Canopy Bypass Per Seller Bypass Per Seller Bypass Per Seller Bypass Per Seller Per Seller Per Seller Per Seller Per Seller All program generated depth and spacing is subject to change in final design BUILDING ATTACHMENT INFORMATION Offices(Main): The Left Endwall(LEW)of the building Offices(Main)attaches to the Right Endwall (REW)of the building Shop at 10'-0"from the Left Steel Line of the Wall Being Attached to. Offices(West): The Back Sidewall(BSW)of the building Offices(West)attaches to the Front Sidewall(FSW)of the building Offices(Main)at 0'-0"from the Left Steel Line of the Wall Being Attached to. Offices(East): The Back Sidewall(BSW)of the building Offices(East)attaches to the Back Sidewall(BSW)of the building Offices(Main) at 0'-0"from the Left Steel Line of the Wall Being Attached to. Cupola: The Right Endwall(REW)of the building Cupola attaches to the Left Endwall (LEW)of the building Canopy at -76'-5"from the Left Steel Line of the Wall Being Attached to. Canopy: The Left Endwall(LEW)of the building Canopy attaches to the Right Endwall(REW)of the building Offices(West) at-8'-0"from the Left Steel Line of the Wall Being Attached to. 3) PROJECT LOAD REQUIREMENTS Building Code: IBC 2018 Occupancy Classification: IV-Essential Facilities Design to be in accordance with Common Industry Practices as described by the Live Load: 25 psf Reducible per Code current MBMA Metal Building Systems Manual. Information on this order Ground Snow Load: 25 psf overrides that on plans or specifications. Snow Exposure Coefficient(Ce): 1.0- Partially Exposed UL90 Rated: Yes Wind Speed: 110 mph Wind Exposure: B Seismic Information: Ss: 1.290 S7: 0.440 Site Class: C Rainfall intensity: 4.00 in/hr 4) BUILDING LOAD REQUIREMENTS LOAD REQUIREMENTS Building Roof Dead Roof Snow Wind Thermal Primary Secondary Collateral Roof Insulation R<30 and/or Name Load Load Enclosure Coeff.(Ct) Collateral Collateral Load Due To Roof Obstruction Exists Shop Per Seller 24.0 psf* Enclosed Structure Held 9.0 psf 9.0 psf Mech/Elec/ Yes Std. Just Above Sprinkler, Freezing(1.1) Solar Panels 'Minimum roof snow load(Pm)for low-slope roofs DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 QUOTE AND ORDER DOCUMENT PROJECT#: Page 4 of 41 AMERICAN BUILDINGS QUOTE#:NOB-23037 Nucor Buildings Group-West,LLC OUST QUOTE#: eQuote P.O.Box 907,1050 North Watery Lane-Brigham City,UT 84302 LABEL:0-Base -Phone:(209)236-OS80-Fax:(209)236-OS88 CONTROL#:P202308231410 DATE:8/23/2023 4) BUILDING LOAD REQUIREMENTS (CONTINUED) LOAD REQUIREMENTS Building Roof Dead Roof Snow Wind Thermal Primary Secondary Collateral Roof Insulation Re30 and/or Name Load Load Enclosure Coeff.(Ct) Collateral Collateral Load Due To Roof Obstruction Exists Offices Per Seller 24.0 psf* Enclosed Structure Held 9.0 psf 9.0 psf Partial Ceiling, Yes (Main) Std. Just Above Mech/Elec/ Freezing(1.1) Sprinkler, Solar Panels Offices(West) Per Seller 24.0 psf* Enclosed Structure Held 9.0 psf 9.0 psf Partial Ceiling, Yes Std. Just Above Mech/Elec/ Freezing(1.1) Sprinkler, Solar Panels Offices(East) Per Seller 24.0 psf* Enclosed Structure Held 9.0 psf 9.0 psf Partial Ceiling, Yes Std. Just Above Mech/Elec/ Freezing(1.1) Sprinkler, Solar Panels Cupola Per Seller 23.1 psf Enclosed Structure Held 1.0 psf 1.0 psf Mech/Elec/ Yes Std. Just Above Sprinkler Freezing(1.1) Canopy Per Seller 25.2 psf Open Unheated 1.0 psf 1.0 psf Mech/Elec/ Yes Std. Structure(1.2) Sprinkler *Minimum roof snow load(Pm)for low-slope roofs. DEFLECTION REQUIREMENTS(Serviceability Criteria) Building Name Purlin/Joist Deflection Main Frame Deflection Girt Deflection Main Frame Sidesway General Ceiling General Ceiling Steel Panel Reinf. Steel Panel Reinf. Masonry Masonry Shop L/1 SO Std. N/A L/180 Std. N/A L/90 Std. N/A H/60 Std, N/A Offices(Main) L/150 Std. L/240 Std. L/180 Std. L/240 Std. L/90 Std. N/A H/60 Std. N/A Offices (West) L/1 SO Std. U240 Std. L/180 Std. L/240 Std. L/90 Std. N/A H/60 Std. N/A Offices(East) L/1 SO Std. L/240 Std. L/180 Std. L/240 Std. L/90 Std. N/A H/60 Std. N/A Cupola L/150 Std. N/A L/180 Std_ N/A L/90 Std. N/A H/60 Std. N/A Canopy L/150 Std. N/A L/180 Std. N/A L/90 Std. N/A H/60 Std. N/A "Other"Deflection Requirements:(See Special Requirements) ADDITIONAL BUILDING COMPONENTS Building Name Additional Existing Building or Natural Does Additional Obstruction cause Other Loads Obstruction Not Defined in Box 25? Snow Drift? Shop No Additional Obstruction N/A N/A Offices(Main) No Additional Obstruction N/A N/A Offices(West) No Additional Obstruction N/A N/A Offices(East) No Additional Obstruction N/A N/A Cupola No Additional Obstruction N/A N/A Canopy No Additional Obstruction N/A N/A The Project Architect or the Engineer of Record is responsible for specifying Design Loads in accordance with the governing Building Code,local requirements(if any),and special end use requirements,The Manufacturer's Engineer does NOT serve as the Engineer of Record.(See the current MBMA Metal Building Systems Manual).Loads specified will be applied in general accordance with the engineering formulas of the specified code.Code requirements for fire,egress,ADA compliance,and other considerations are the responsibility of the buyer DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 QUOTE AND ORDER DOCUMENT PROJECT#: Page 5 of 41 AMERICAN BUILDINGS QUOTE#:NOB-23037 CUST QUOTE#: e Q u o t e Nucor Buildings Group-West,LLC P.O.Box 907,1050 North Watery Lane-Brigham City,LIT 84302 LABEL:0-Base -Phone:(209)236-0580-Fax:(209)236-0588 CONTROL#:P202308231410 DATE:8/23/2023 5) FRAME INFORMATION BUILDING NAME.Shop Cold Formed Materials Allowed on Frame Lirli 1 Frame Line Frame Type Future Interior Module Int.Column Straight Column Base Expansion Spacing(From FSW) Type Cols Elevation FSW BSW FSW BSW Int. 1 (LEW) Post and Beam Multi Span - EMG N/A 1@28'-3",1@26'-0", N/A Yes Yes 0'-1" 0'-1" 0'-1" 1 @11'-6",1 @26-0", 1 @ 18'-3" 2-9 Rigid Frame Multi Span -RMG N/A 1 @60'-0",1 @50'-0" Built-up No No 0'-1" 0'-1" 0'-1" 10(REW) None-NON N/A 1 @110'-0" N/A No No 0'-0" 0'-0" 0'-0" Base Plate Elevations:Negative values are below finish floor(B.F F)and positive values are above finish floor(A F.F) Note:Interior column types are subject to change based upon final design. BUILDING NAME:Offices(Main) Cold Formed Materials Not Allowed Frame Line Frame Type Future Interior Module Int.Column Straight Column Base Expansion Spacing(From FSW) Type Cols Elevation FSW BSW FSW BSW Int. 1 (LEW) Rigid Frame Multi Span(Exp)-RMG 25'-0" 1@25'-9", 1@48'-6", Built-up No No 0'-1" 0'-1" 0'-1" 1 @25'-9" 2-6 Rigid Frame Multi Span-RMG N/A 1@25'-9",1@48'-6", Built-up No No 0'-1" 0'-1" 0'-1" 1 @25'-9" 7 (REW) Post and Beam Multi Span-EMG N/A 1 @20'-9",1 @23'-6", N/A Yes Yes 0'-1" 0'-1" 0'-1" 1@11'-6", 1@23'-6", 1 @ 20'-9" Base Plate Elevations:Negative values are below finish floor(B F F.)and positive values are above finish floor(A F.F) Note:Interior column types are subject to change based upon final design. BUILDING NAME:Offices(West) Cold Formed Materials Allowed on Frame Line(s):1.7 Frame Line Frame Type Future Interior Module Int.Column Straight Column Base Expansion Spacing(From FSW) Type Cols Elevation FSW BSW FSW BSW Int. 1 (LEW) Lean-To Clear Span(Non-Exp)- LCS N/A 1 @20'-0" N/A Yes N/A 0'-1" N/A N/A 2-6 Lean-To Clear Span-LCS N/A 1@20'-0" N/A Yes N/A 0'-1" N/A N/A 7(REW) Lean-To Clear Span(Non-Exp)-LCS N/A 1@20'-0" N/A Yes N/A 0'-1" N/A N/A Base Plate Elevations:Negative values are below finish floor(B.F.F)and positive values are above finish floor(A F F) BUILDING NAME:Offices(East) Cold Formed Materials Allowed on Frame Line(s):1,7 Frame Line Frame Type Future Interior Module Int.Column Straight Column Base Expansion Spacing(From FSW) Type Cols Elevation FSW BSW FSW BSW Int. 1 (LEW) Lean-To Clear Span(Exp)- LCS 25'-0" 1@20'-0" N/A Yes N/A 0'-1" N/A N/A 2-6 Lean-To Clear Span-LCS N/A 1@20'-0" N/A Yes N/A 0'-1" N/A N/A 7(REW) Lean-To Clear Span(Exp)-LCS 25'-0" 1@20'-0" N/A Yes N/A 0'-1" N/A N/A Base Plate Elevations:Negative values are below finish floor(B.F.F.)and positive values are above finish floor(A FF.), DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 QUOTE AND ORDER DOCUMENT PROJECT#: Page 6 of 41 AMERICAN BUILDINGS QUOTE#: NOB-23037 Nucor Buildings Group-West,LLC OUST QUOTE#: e Q u ote P.O.Box 907,1050 North Watery Lane-Brigham City,UT 84302 LABEL:0- Base -Phone:(209)236-0580-Fax:(209)236-0588 CONTROL#:P202308231410 DATE:8/23/2023 5) FRAME INFORMATION (CONTINUED) BUILDING NAME:Cupola Cold Formed Materials Allowed on Frame Line(s):1,16 Frame Line Frame Type Future Interior Module Int.Column Straight Column Base Expansion Spacing(From FSW) Type Cols Elevation FSW BSW FSW BSW Int. 1 (LEW) Rigid Frame Clear Span(Non-Exp)- N/A 1 @12'-10" N/A Yes Yes 29'-4" 29'-4" N/A RCG 2- 15 Rigid Frame Clear Span - RCG N/A 1 @12'-10" N/A Yes Yes 29'-4" 29'-4" N/A 16(REW) Rigid Frame Clear Span(Non-Exp)- N/A 1 @12'-10" N/A Yes Yes 29'-4" 29'-4" N/A RCG Base Plate Elevations:Negative values are below finish floor(B.F.F)and positive values are above finish floor(A.F.F.). BUILDING NAME:Canopy Cold Formed Materials Not Allowed Frame Line Frame Type Future Interior Module Int.Column Straight Column Base Expansion Spacing(From FSW) Type Cols Elevation FSW BSW FSW BSW Int. 1 (LEW) None-NON N/A 1 @8'-0" N/A No No 0'-01, 0'-01, U-0" 2(REW) None-NON N/A 1 @8'-0" N/A No No 0'-01, 0'-01, 014, Base Plate Elevations:Negative values are below finish floor(B.F.F.)and positive values are above finish floor(A.F.F.). 6) ROOF PANEL Building Roof Ext. Ext. Clip Type Roof Insulation Insulation Endlap Inst. Insulation Staggered Weather Name Panel Gauge Color by Seller? Clamp Clamp Pan Endlaps Tightness Type Qty Qty Warranty Shop Standing 24 ga. TBK Sliding R-13(4 3/8")- Liner No 0 0 No Yes Standard Seam 360 System Fiberglass- Weather Tall Clips w/Thermal Tightness Block(Basket) (R-25(8")- Bottom Layer Thickness) Offices Standing 24 ga. TBK Sliding R-13(4 3/8")-Liner No 0 0 No Yes Standard (Main) Seam 360 System Fiberglass- Weather Tall Clips w/Thermal Tightness Block(Basket) (R-25(B")- Bottom Layer Thickness) "Roof Insulation is not provided by Seller.Insulation prevents condensation,noise and damage due to wind.Due consideration must be given by the designer to these issues. Roofs utilizing any type of Double Layer Basket Insulation System or Roof Liner system will be detailed using flange brace clips,unless otherwise noted. Roof warranty options apply only to Seller's standard Finishes.Refer to the Sellers Warranty Instruction Guide. For insulation options with a cavity,the cavity needs to be completely filled to avoid condensation issues, Seller recommends tall clips for insulation thickness greater than 4" DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 QUOTE AND ORDER DOCUMENT PROJECT#: Page 7 of 41 AMERICAN BUILDINGS QUOTE#:NOB-23037 COST QUOTE#: e Q u ote Nucor Buildings Group-West,LLC P.O.Box 907, 1050 North Watery Lane-Brigham City,LIT 84302 LABEL:0-Base -Phone:(209)236-0580-Fax:(209)236-0588 CONTROL#: P202308231410 DATE:8/23/2023 6) ROOF PANEL (CONTINUED) Building Roof Ext_ Ext. Clip Type Roof Insulation Insulation Endlap Inst. Insulation Staggered Weather Name Panel Gauge Color by Seller? Clamp Clamp Pan Endlaps Tightness Type Qty Qty Warranty Offices Standing 24 ga. TBK Sliding R-13 (4 3/8")-Liner No 0 0 No Yes Standard (West) Seam 360 System Fiberglass- Weather Tall Clips w/Thermal Tightness Block(Basket) (R-25(8")-Bottom Layer Thickness) Offices Standing 24 ga. TBK Sliding R-13(4 3/8")-Liner No 0 0 No Yes Standard (East) Seam 360 System Fiberglass- Weather Tall Clips w/Thermal Tightness Block(Basket) (R-25(8")- Bottom Layer Thickness) Cupola Standing 24 ga. TBK Sliding R-13(4 3/8")-Liner No 0 0 No Yes Standard Seam 360 System Fiberglass- Weather Tall Clips w/Thermal Tightness Block(Basket) (R-25(8")-Bottom Layer Thickness) Canopy Standing 24 ga. TBK Sliding R-13(4 3/8") - Liner No 0 0 No Yes Standard Seam 360 System Fiberglass- Weather Tall Clips w/Thermal Tightness Block(Basket) (R-25(8")- Bottom Layer Thickness) "Roof Insulation is not provided by Seller.Insulation prevents condensation,noise and damage due to wind.Due consideration must be given by the designer to these issues. Roofs utilizing any type of Double Layer Basket Insulation System or Roof Liner system will be detailed using flange brace clips,unless otherwise noted Roof warranty options apply only to Seller's standard Finishes.Refer to the Seller's Warranty Instruction Guide For insulation options with a cavity,the cavity needs to be completely filled to avoid condensation issues. Seller recommends tall clips for insulation thickness greater than 4" SELLER INSULATION INFORMATION Building Bearing Thermal Facing Type Facing Color Starter Roll Typical Roll Insulation Tabs Name Plate Block Width Width Shop N/A By Seller N/A N/A N/A N/A N/A Offices N/A By Seller N/A N/A N/A N/A N/A (Main) Offices(West) N/A By Seller N/A N/A N/A N/A N/A Offices (East) N/A By Seller N/A N/A N/A N/A N/A Cupola N/A By Seller N/A N/A N/A N/A N/A Canopy N/A By Seller N/A N/A N/A N/A N/A DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 QUOTE AND ORDER DOCUMENT PROJECT#: Page 8 of 41 AMERICAN BUILDINGS QUOTE#:NOB-23037 Nucor Buildings Group-West,LLC OUST QUOTE#: e Q u ote P.O,Box 907,1050 North Watery Lane- Brigham City, UT 84302 LABEL:0-Base - Phone:(209)236-0580-Fax:(209)236-0588 CONTROL#:P202308231410 DATE:8/23/2023 6) ROOF PANEL (CONTINUED) SELLER STANDARD COLOR CODES Miscellaneous Finishes Silicon Polyester(SP)Finish PVDF Finish(35 yr Standard Warranty) GM Finish(25 yr Std.Warranty) (25 yr Standard Warranty) Standard Upcharge Applies Galvalume Plus: GM Aztec Blue(SP): AB Imperial White(SP): IW Midnight Black(PVDF): BL Regal White(PVDF): RW Brick Red(SP): BD Polar White(SP): PW Brite Red(PVDF): BT Slate Gray(PVDF): SG Primary and Secondary Primer Burnished Slate(SP): BS Sagebrush Tan(SP): SA Charcoal(PVDF): CH Surrey Beige(PVDF): SU Gray Primer: GP Fox Gray(SP): FG Sandstone(SP): SS Cypress Green(PVDF): CY To Be Selected(PVDF): TBK Galvanized: GZ Forest Green(SP): FO To Be Selected(SP): TBS Dark Bronze(PVDF): DB Terra Cotta(PVDF): TC Galvanized Hot Dipped: HD Desert Sand(PVDF): DS Warm White(PVDF): WW No Paint: NP Pearl Gray(PVDF): PG Red Primer: RP Reflective White(PVDF) RF IG:For Field Applied Coatings on Insulated Metal Panel Royal Blue(PVDF): RO 7) ROOF LINE TRIM FRONT SIDEWALL (FSW) TRIM INFORMATION Building Trim Texture Front Sidewall(FSW)Eave FSW Eave Downspout Downspout Gutter to Delete Elbow Name Trim Trim Color Condition Color Downspout at Base? Transition Shop Smooth On-Slope Gutter w/ TBK Corrugated TBK Standard"S" No Downspouts Downspouts Offices(Main) Smooth None Required NA N/A N/A N/A N/A Offices (West) Smooth On-Slope Gutter w/ TBK Corrugated TBK Standard"S" No Downspouts Downspouts Offices(East) Smooth On-Slope Gutter w/ TBK Corrugated TBK Standard"S" No Downspouts Downspouts Cupola Smooth Basic Eave TBK N/A N/A N/A N/A Canopy Smooth High Eave Sculptured TBK N/A N/A N/A N/A BACK SIDEWALL(BSW) TRIM INFORMATION Building Trim Texture Back Sidewall (BSW) Eave BSW Eave Downspout Downspout Gutter to Delete Elbow Name Trim Trim Color Condition Color Downspout at Base? Transition Shop Smooth On-Slope Gutter w/ TBK Corrugated TBS Standard "S" No Downspouts Downspouts Offices(Main) Smooth None Required NA N/A N/A N/A N/A Offices(West) Smooth None Required NA N/A N/A N/A N/A Offices (East) Smooth None Required NA N/A N/A N/A N/A Cupola Smooth Basic Eave TBK N/A N/A N/A N/A Canopy Smooth On-Slope Gutter w/ TBK Corrugated TBK Standard"S" No Downspouts Downspouts DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 QUOTE AND ORDER DOCUMENT PROJECT#: Page 9 of 41 AMERICAN BUILDINGS QUOTE#: NOB-23037 Nucor Buildings Group-West,LLC OUST QUOTE#: e Q u o t e P.O.Box 907,1050 North Watery Lane-Brigham City,LIT 84302 LABEL:0-Base -Phone:(209)236-0580-Fax:(209)236-0588 CONTROL#:P202308231410 DATE:8/23/2023 7) ROOF LINE TRIM (CONTINUED) RIDGE TRIM INFORMATION Building Name Ridge Trim Profile Peak Box Material Shop Press Broke White Metal(Standard) Offices(Main) Press Broke White Metal(Standard) Offices(West) N/A N/A Offices(East) N/A N/A Cupola Press Broke White Metal(Standard) Canopy N/A N/A END WALL TRIM INFORMATION Building LEW Trim Left Endwall(LEW) Rake Trim LEW Rake REW Trim Right Endwall(REW) Rake REW Rake Name Texture Trim Color Texture Trim Trim Color Shop Smooth Sculptured Rake TBK Smooth None Required NA Offices(Main) Smooth None Required NA Smooth Sculptured Rake TBK Offices(West) Smooth None Required NA Smooth Sculptured Rake TBK Offices (East) Smooth Sculptured Rake TBK Smooth None Required NA Cupola Smooth Sculptured Rake TBK Smooth Sculptured Rake TBK Canopy Smooth None Required NA Smooth Sculptured Rake TBK 8) ROOF ACCESSORIES ROOF FRAMED OPENINGS Building I.D. Width (Inside Length(Inside Qty Location Loc.Left Loc. Weight Loads Purlins/ Roof Name Clear) Clear)Parallel Steel Line Front Only(No Joists Curb By Perpendicular to Purlins Steel Line Opening Thru Seller? to Purlins Req.)? Shop Cupola 12'-10" 222'-0" 1 Factory 111'-01, 60'-0" 0# No Yes No Opening Located Offices Cupola 12'-10" 146'-0" 1 Factory 73'-0" 49'-4" 0# No Yes No (Main) Opening Located Roof Curbs cannot be located at the ridge,All dimensions are flat(parallel to the floor). Roof Framed Openings are located to the center of the opening, ROOF TRANSLUCENT PANELS- None Required ROOF INTEGRATED PRISMATIC SKYLIGHTS- None Required ROOF CURB MOUNTED PRISMATIC SKYLIGHTS-None Required ROOF VENTS-None Required PIPE JACKS-None Required t DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 QUOTE AND ORDER DOCUMENT PROJECT#: Page 10 of 41 AMERICAN BUILDINGS QUOTE#: NOB-23037 Nucor Buildings Group-West,LLC CUST QUOTE#: e Q U Ote P.O.Box 907,10SO North Watery Lane-Brigham City,LIT 84302 LABEL:0-Base -Phone:(209)236-0580-Fax:(209)236-0588 CONTROL#:P202308231410 DATE:8/23/2023 9) WALL PANEL Building Wall Wall Panel Ext. Ext. Wall Insulation Wall Finish Include Base Washer Name ID Type Gauge Color Insulation by Seller? Come Warranty Closure Closure s On r Trim s s Fastene Color rs Shop LEW, Other(Not by 26 ga. N/A R-25(8")" in No N/A N/A No No Yes FSW, Seller) Cavity-Single BSW Layer in Cavity Fiberglass w/ Thermal Tape Shop REW None N/A N/A N/A N/A N/A N/A No No Yes Required" Offices LEW, None N/A N/A N/A N/A N/A N/A No No Yes (Main) FSW, Required" BSW Offices REW Other(Not by 26 ga. N/A R-25(8")" in No N/A N/A No No Yes (Main) Seller) Cavity-Single Layer in Cavity Fiberglass w/ Thermal Tape Offices LEW, Other(Not by 26 ga. N/A R-25(8")" in No N/A N/A No No Yes (West) FSW, Seller) Cavity-Single REW Layer in Cavity Fiberglass w/ Thermal Tape Offices BSW None N/A N/A N/A N/A N/A N/A No No Yes (West) Required" Offices LEW, Other(Not by 26 ga. N/A R-25(8")" in No N/A N/A No No Yes (East) FSW, Seller) Cavity-Single REW Layer in Cavity Fiberglass w/ Thermal Tape Offices BSW None N/A N/A N/A N/A N/A N/A No No V— (East) Required" Cupola All Other(Not by 26 ga, N/A R-25(8")" in No N/A N/A No No Yes Seller) Cavity-Single Layer in Cavity Fiberglass w/ Thermal Tape Canopy All None N/A N/A N/A N/A N/A N/A No No Yes Required** "Wall Insulation is not provided by Seller,unless indicated otherwise above.Insulation prevents condensation,noise and damage due to wind.Due consideration must be given by the designer to these issues. For insulation options with a cavity,the cavity needs to be completely filled to avoid condensation issues. Walls utilizing a double layer system or Wall Liner system will be detailed using flange brace clips,unless otherwise noted. "Sheeting has been removed due to Full Deletion Wall warranty options apply only to Seller's standard Finishes Refer to the Seller's Warranty Instruction Guide. Please schedule fabrication and delivery of steel to coincide closely with your erection schedule.This will minimize the possibility of damage due to exposure to the elements.Panels must be kept free of moisture and debris at all times.See instruction on panel bundles,Seller's Wall Sheeting Erection Guide and the construction details.Improper storage or handling will diminish the life of the product and VOIDS all warranties. DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 QUOTE AND ORDER DOCUMENT PROJECT#: Page 11 of 41 AMERICAN BUILDINGS QUOTE#:NOB-23037 Nucor Buildings Group-West,LLC OUST QUOTE#: e Q u ote P.O.Box 907,1050 North Watery Lane-Brigham City,UT 84302 LABEL:0-Base -Phone:(209)236-0580-Fax:(209)236-0588 CONTROL#:P202308231410 DATE:8/23/2023 9) WALL PANEL (CONTINUED) BASE TRIM CONDITIONS Building Name Wall ID Base Trim Type Base Trim Color Vertical Dimension"X" Horizontal Dimension "Y" Shop LEW, FSW, BSW Base Channel w/ N/A N/A N/A Trim Shop REW N/A* N/A N/A N/A Offices(Main) LEW, FSW, BSW N/A* N/A N/A N/A Offices(Main) REW Base Channel w/ N/A N/A N/A Trim Offices(West) LEW,FSW,REW Base Channel w/ N/A N/A N/A Trim Offices(West) BSW N/A* N/A N/A N/A Offices(East) LEW, FSW, REW Base Channel w/ N/A N/A N/A Trim Offices(East) BSW N/A* N/A N/A N/A Cupola All Base Channel w/ N/A N/A N/A Trim Canopy All N/A* N/A N/A N/A Note:Masonry fasteners are not supplied by Seller *Base Trim has been removed from due to Open Full Deletion SELLER INSULATION INFORMATION Building Name Wall ID Facing Type Facing Color Starter Roll Width Typical Roll Width Insulation Tabs Shop All N/A N/A N/A N/A N/A Offices(Main) All N/A N/A N/A N/A N/A Offices(West) All N/A N/A N/A N/A N/A Offices(East) All N/A N/A N/A N/A N/A Cupola All N/A N/A N/A N/A N/A Canopy All N/A N/A N/A N/A N/A 10) FRAMED OPENINGS WALL FRAMED OPENINGS Building Wall ID Width Height Qty Factory or Loc.Left Framed Sill Height Cover F.O.Trim Wind Allow Name Field Steel Line Opening Trim? Color Load X-Brc? Located Type Conf.? Shop LEW 3'-1" 2'-1" 1 Factory 3'-91, Window/ 18'-10" Yes Yes Yes Louver Shop LEW 3'-l" 2'-1" 1 Factory T-9" Window/ 9'-0" Yes Yes Yes Louver Shop LEW T-1" 2'-l" 1 Factory 12'-6" Window/ 9'-0.. Yes Yes Yes Louver Shop LEW T-1" 2'-1" 1 Factory 12'-6" Window/ 18'-10" Yes Yes Yes Louver Sill Height is measured from the finish floor elevation.Cover trim(If selected)will match the F-O.Trim color unless specified otherwise in the notes section(box 27)of contract. All framed openings with a wind load confirmation of"Yes"assume the use of accessories designed to be fully wind-resistive based on the loading specified in the Load Requirement section.All framed openings with a wind load confirmation of"No"will be considered in the building design as though they were permanently open to the outside. DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 QUOTE AND ORDER DOCUMENT PROJECT#: Page 12 of 41 QUOTE#:NOB-23037 e Q u ote AMERICAN BUILDINGS CUST QUOTE#: Nucor Buildings Group-West,LLC P.O.Box 907,1050 North Watery Lane-Brigham City,UT 84302 LABEL:0-Base -Phone:(209)236-0580-Fax:(209)236-0588 CONTROL#:P202308231410 DATE:8/23/2023 10) FRAMED OPENINGS (CONTINUED) WALL FRAMED OPENINGS Building Wall ID Width Height Qty Factory or Loc.Left Framed Sill Height Cover F.O.Trim Wind Allow Name Field Steel Line Opening Trim? Color Load X-Brc? Located Type Conf.? Shop LEW 3'-1" 2'-1" 1 Factory 21'-3" Window/ 18'-10" Yes Yes Yes Louver Shop LEW 3'-1" 2'-1" 1 Factory 21'-3" Window/ 9'-0" Yes Yes Yes Louver Shop LEW T-1" 2'-1" 1 Factory 30'-0" Window/ 9'-0" Yes Yes Yes Louver Shop LEW T-1" 2'-1" 1 Factory 30'-0" Window/ 18'-10" Yes Yes Yes Louver Shop LEW 3'-1" 2'-1" 1 Factory 38'-9" Window/ 18'-10" Yes Yes Yes Louver Shop LEW T-1" 2'-1" 1 Factory 38'-9" Window/ 9'-0" Yes Yes Yes Louver Shop LEW 8%0" 2'-1" 1 Factory 46'-0" Window/ 9'-0" Yes Yes Yes Louver Shop LEW 8'-0" 2'-1" 1 Factory 46'-0" Window/ 18'-10" Yes Yes Yes Louver Shop LEW 3'-1" 2'-1" 1 Factory 58'-2" Window/ 9'-0" Yes Yes Yes Louver Shop LEW T-1" 2'-1" 1 Factory 58'-2" Window/ 18'-10" Yes Yes Yes Louver Shop LEW 3'•1" 2'-1" 1 Factory 66-11" Window/ 18'-10" Yes Yes Yes Louver Shop LEW 3'-1" 2'-1" 1 Factory 66'-11" Window/ 9'-0" Yes Yes Yes Louver Shop LEW 3'-1" 2'-1" 1 Factory 75'-8" Window/ 9'-0" Yes Yes Yes Louver Shop LEW T-1" 2'-1" 1 Factory 75'-8" Window/ 18'-10" Yes Yes Yes Louver Shop LEW 3'-1" 2'-1" 1 Factory 84'-5" Window/ 18'-10" Yes Yes Yes Louver Shop LEW 3'-1" 2'-1" 1 Factory 84'-5" Window/ 9.4. Yes Yes Yes Louver Shop LEW 3'-1" 2'-1" 1 Factory 93'-2" Window/ 9'-0" Yes Yes Yes Louver Shop LEW T-1" 2'-1" 1 Factory 93'-2" Window/ 18'-10" Yes Yes Yes Louver Shop LEW T-1" 2'-1" 1 Factory 101'-11" Window/ 18'-10" Yes Yes Yes Louver Shop LEW 3'-1" 2'-1" 1 Factory 101'-11" Window/ 9'-0" Yes Yes Yes Louver Shop FSW T-10" 7'-2" 1 Factory T-4" Walkdoor 0'-0" Yes Yes No Sill Height is measured from the finish floor elevation.Cover trim(If selected)will match the F.O Trim color unless specified otherwise in the notes section(box 27)of contract All framed openings with a wind load confirmation of"Yes"assume the use of accessories designed to be fully wind-resistive based on the loading specified in the Load Requirement section.All framed openings with a wind load confirmation of"No"will be considered in the building design as though they were permanently open to the outside. DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 QUOTE AND ORDER DOCUMENT PROJECT#: Page 13 of 41 AMERICAN BUILDINGS QUOTE#:NOB-23037 e Q u ote COST QUOTE#: Nucor Buildings Group-West,LLC P.O.Box 907, 1050 North Watery Lane-Brigham City,UT 84302 LABEL:0-Base -Phone:(209)236-0580-Fax:(209)236-0588 CONTROL#:P202308231410 DATE:8/23/2023 10) FRAMED OPENINGS (CONTINUED) WALL FRAMED OPENINGS Building Wall ID Width Height Qty Factory or Loc.Left Framed Sill Height Cover F.O.Trim Wind Allow Name Field Steel Line Opening Trim? Color Load X-Brc? Located Type Conf.? Shop FSW 14'-0" 2'-2" 1 Factory 9'-0.. Window/ 16'-0" Yes Yes No Louver Shop FSW 14'-0" 14'-0" 1 Factory 9'-0" Overhead 0'-0" Yes Yes No Shop FSW 14'-0" 2'-2" 1 Factory 28'-4" Window/ 20'-0" Yes Yes No Louver Shop FSW 14'-0" 9'-0" 1 Factory 28'-4" Roll Up 0'-0" Yes Yes No Shop FSW T-10" T-2" 1 Factory 44'-2" Walkdoor 0'-0., Yes Yes No Shop FSW 14'-0" 2'-2" 1 Factory 53'-8" Window/ 20'-0" Yes Yes Yes Louver Shop FSW 14'-0" 2'-2" 1 Factory 79'-0" Window/ 16-0" Yes Yes No Louver Shop FSW 14'-0" 14'-0" 1 Factory 79'-0" Overhead 0'-0" Yes Yes No Shop FSW 14'-0" 14'-0" 1 Factory 100'-10" Overhead 0'-0" Yes Yes No Shop FSW 14-0" 2%2" 1 Factory 100'-10" Window/ 16-0" Yes Yes No Louver Shop FSW T-10" T-2" 1 Factory 116'-6" Walkdoor 0'-0'. Yes Yes No Shop FSW 14'-0" 2'-2" 1 Factory 127'-0" Window/ 16'-0" Yes Yes No Louver Shop FSW 14'-0" 14'-0" 1 Factory 12T-0" Overhead 0'-01, Yes Yes No Shop FSW 14'-0" 2'-2" 1 Factory 148'-6" Window/ 16-0" Yes Yes No Louver Shop FSW 14'-0" 14'-0" 1 Factory 148'-6" Overhead 0'-01, Yes Yes No Shop FSW T-10" 7'-2" 1 Factory 164'-2" Walkdoor 0'-0" Yes Yes No Shop FSW 14'-0" 2'-2" 1 Factory 174'-6" Window/ 16-0" Yes Yes No Louver Shop FSW 14'-0" 14'4" 1 Factory 174'-6" Overhead 0'-0" Yes Yes No Shop FSW 14'-0" 9'-0" 1 Factory 194'-4" Roll Up 0'-0" Yes Yes No Shop FSW 9'-0" 4'-0" 1 Factory 197'-6" Window/ 15'-0" Yes Yes No Louver Shop FSW 9'-0" 4'-0" 1 Factory 209'-6" Window/ 15'-0" Yes Yes No Louver Shop FSW T-10" 7'-2" 1 Factory 210'-0" Walkdoor 0'-0" Yes Yes No Shop FSW T-10" 7'-2" 1 Factory 214'-10 Walkdoor 0'-0" Yes Yes No 1/2" Shop BSW 5'-10" 7'-2" 1 Factory 1'-31/2" Walkdoor 0'-0" Yes Yes No Shop BSW 9'-0" 4'-0" 1 Factory 4'-21/2" Window/ 15'-0" Yes Yes No Louver Shop BSW 14'-0" 9'-0" 1 Factory 9'-6 1/2" Roll Up 0'-0" Yes Yes No Shop BSW 9'-0" 4'-0" 1 Factory 16-2" Window/ 15'-0" Yes Yes No Louver Sill Height is measured from the finish floor elevation.Cover trim(If selected)will match the F.O.Trim color unless specified otherwise in the notes section(box 27)of contract. All framed openings with a wind load confirmation of"Yes"assume the use of accessories designed to be fully wind-resistive based on the loading specified in the Load Requirement section-All framed openings with a wind load confirmation of"No"will be considered in the building design as though they were permanently open to the outside. DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 QUOTE AND ORDER DOCUMENT PROJECT#: Page 14 of 41 AMERICAN BUILDINGS QUOTE#:NOB-23037 CUST QUOTE#: eQuote Nucor Buildings Group-West,LLC P.O.Box 907,1050 North Watery Lane-Brigham City,UT 84302 LABEL:0 Base -Phone:(209)236-0580-Fax:(209)236-OS88 CONTROL#:P202308231410 DATE:8/23/2023 10) FRAMED OPENINGS (CONTINUED) WALL FRAMED OPENINGS Building Wall ID Width Height Qty Factory or Loc.Left Framed Sill Height Cover F.O.Trim Wind Allow Name Field Steel Line Opening Trim? Color Load X-Brc? Located Type Conf.? Shop BSW T-10" T-2" 1 Factory 24'-6" Walkdoor 0'-0" Yes Yes No Shop BSW 14'-0" 14'-0" 1 Factory 34'-41/2" Overhead 0'-0" Yes Yes No Shop BSW 14'-0" 2'-2" 1 Factory 34'-41/2" Window/ 16'4" Yes Yes No Louver Shop BSW 14'-0" 2'-2" 1 Factory 58'-8" Window/ 20'-0" Yes Yes Yes Louver Shop BSW 14'-0" 2'-2" 1 Factory 83'-2" Window/ 20'-O" Yes Yes Yes Louver Shop BSW T-10" T-2" 1 Factory 95'-8" Walkdoor 0'-0" Yes Yes No Shop BSW T-10" 7'-2" 1 Factory 101'-8" Walkdoor 0'-0" Yes Yes No Shop BSW 14'-0" 14'-0" 1 Factory 10T-2" Overhead 0'-0" Yes Yes No Shop BSW 14'-0" 2'-2" 1 Factory 107'-2" Window/ 16'-0" Yes Yes No Louver Shop BSW 14'-0" 14'-0" 1 Factory 129'-0" Overhead 0'-0" Yes Yes No Shop BSW 14'-0" 2'-2" 1 Factory 129'-0" Window/ 16'-0" Yes Yes No Louver Shop BSW 14'-0" 2'-2" 1 Factory 154'-4" Window/ 20'-0" Yes Yes Yes Louver Shop BSW T-10" T-2" 1 Factory 174'-0" Walkdoor 0'-0" Yes Yes No Shop BSW 14'-0" 9'-0" 1 Factory 179'-8" Roll Up 0'-0" Yes Yes No Shop BSW 14'-0" 2'-2" 1 Factory 179'-8" Window/ 20'-0" Yes Yes No Louver Shop BSW 14'-0" 14'-0" 1 Factory 199'-01, Overhead 0'-0" Yes Yes No Shop BSW 14'-0" 2'-2" 1 Factory 199'-0" Window/ 16'-0" Yes Yes No Louver Shop BSW T-10" T-2" 1 Factory 214'-10" Walkdoor 014" Yes Yes No Offices REW 9'-0" 4'-0" 1 Factory 2'-3' Window/ 15'-0" Yes Yes Yes (Main) Louver Offices REW T-0" 4'-0" 1 Factory 2'-3" Window/ 3'-6" Yes Yes Yes (Main) Louver Offices REW 5'-0" 4'-0" 1 Factory 14'-9" Window/ 15'-0" Yes Yes Yes (Main) Louver Offices REW 5'-01, 4'-0" 1 Factory 14'-9" Window/ 3'-6" Yes Yes Yes (Main) Louver Offices REW 20'-0" 12'-0" 1 Factory 23'-3" Window/ 15'-0" Yes Yes Yes (Main) Louver Offices REW 9'-0" 4'-0" 1 Factory 2T-K Window/ 3'-6" Yes Yes Yes (Main) Louver Offices REW 8'-0" N-0" 1 Factory 35'-3" Window/ T-6" Yes Yes Yes (Main) Louver Sill Height is measured from the finish floor elevation.Cover trim(If selected)will match the F.0.1rim color unless specified otherwise in the notes section(box 27)of contract All framed openings with a wind load confirmation of"Yes"assume the use of accessories designed to be fully wind-resistive based on the loading specified in the Load Requirement section.All framed openings with a wind load confirmation of"No"will be considered in the building design as though they were permanently open to the outside. DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 QUOTE AND ORDER DOCUMENT PROJECT It: Page 15 of 41 QUOTE#:NOB-23037 e Q u ote AMERICAN BUILDINGS CUST QUOTE#: Nucor Buildings Group-West,LLC P.O.Box 907,1050 North Watery Lane-Brigham City,UT 84302 LABEL:0-Base -Phone:(209)236-0580-Fax:(209)236-OS88 CONTROL#:P202308231410 DATE:8/23/2023 10) FRAMED OPENINGS (CONTINUED) WALL FRAMED OPENINGS Building Wall ID Width Height Qty Factory or Loc.Left Framed Sill Height Cover F.O.Trim Wind Allow Name Field Steel Line Opening Trim? Color Load X-Brc? Located Type Conf.? Offices REW T-O" 15'-3" 1 Factory 46-0" Window/ 15'-0" Yes Yes Yes (Main) Louver Offices REW 8'-0" 4%0" 1 Factory 46-0" Window/ T-6" Yes Yes Yes (Main) Louver Offices REW 20'-0" 12'-0" 1 Factory 56-9" Window/ 15'-0" Yes Yes Yes (Main) Louver Offices REW 8'•0" 4'4" 1 Factory 56'-9" Window/ T-6" Yes Yes Yes (Main) Louver Offices REW 9'-0" 4'-0" 1 Factory 67'-9" Window/ T-6" Yes Yes Yes (Main) Louver Offices REW 5-0" 4%0" 1 Factory 80'-3" Window/ 15'-0" Yes Yes Yes (Main) Louver Offices REW 5%0" 4%0" 1 Factory 80'-3" Window/ T-6" Yes Yes Yes (Main) Louver Offices REW 9'-0" 4'-0" 1 Factory 88'-9" Window/ T-6" Yes Yes Yes (Main) Louver Offices REW 9'-0" 4'-0" 1 Factory 88'-9" Window/ 15'-0" Yes Yes Yes (Main) Louver Offices LEW 6'-0" 4'-0" 1 Factory 11'-0" Window/ 15'-0" Yes Yes No (West) Louver Offices LEW 6%0" 4'-0" 1 Factory 11'-0" Window/ T-5" Yes Yes No (West) Louver Offices FSW 91-0" 4'-0" 1 Factory 2'-6" Window/ 15'-0" Yes Yes No (West) Louver Offices FSW 14'-0" 9'-0" 1 Factory 4'-3" Roll Up 0'-0" Yes Yes No (West) Offices FSW 1'-3" 1'-0" 1 Factory 12'-41/2" Window/ 19'-51/2" Yes Yes No (West) Louver Offices FSW 9'-0" 4'-0" 1 Factory 14'-6" Window/ 15%0" Yes Yes No (West) Louver Offices FSW T-10" 7'-2" 1 Factory 20'-1" Walkdoor 0'-0" Yes Yes No (West) Offices FSW 9'4" 4%0" 1 Factory 26-6" Window/ 15'-0" Yes Yes No (West) Louver Offices FSW 14'4" 9'-0" 1 Factory 29'-10" Roll Up 0'-0" Yes Yes No (West) Offices FSW 1'-3" 1'-0" 1 Factory 36-41/2" Window/ 19'-51/2" Yes Yes No (West) Louver Offices FSW 9'-0" 4'-0" 1 Factory 38'-6" Window/ 15'-0" Yes Yes No (West) Louver Offices FSW 9'-0" 4'-0" 1 Factory 50'-6" Window/ 15'-0" Yes Yes No (West) Louver Sill Height is measured from the finish floor elevation.cover trim(If selected)will match the F.O Trim color unless specified otherwise in the notes section(box 27)of contract. All framed openings with a wind load confirmation of"Yes"assume the use of accessories designed to be fully wind-resistive based on the loading specified in the Load Requirement section.All framed openings with a wind load confirmation of"No"will be considered in the building design as though they were permanently open to the outside DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 1 QUOTE AND ORDER DOCUMENT PROJECT#: Page 16 of 41 AMERICAN BUILDINGS QUOTE#:NOB-23037 CUST QUOTE#: e Q u ote Nucor Buildings Group-West,LLC P.O.Box 907,1050 North Watery Lane-Brigham City,UT 84302 LABEL:0 Base -Phone:(209)236-0580-Fax:(209)236-OS88 CONTROL#:P202308231410 DATE:8/23/2023 10) FRAMED OPENINGS (CONTINUED) WALL FRAMED OPENINGS Building Wall ID Width Height Qty Factory or Loc.Left Framed Sill Height Cover F.O.Trim Wind Allow Name Field Steel Line Opening Trim? Color Load X-Brc? Located Type Conf.? Offices FSW 14'-0" 9'-0" 1 Factory 52'-8" Roll Up 0'-0" Yes Yes No (West) Offices FSW 9'-0" 4'-0" 1 Factory 62'-6" Window/ 15'-0" Yes Yes No (West) Louver Offices FSW 3'-10" 7'-2" 1 Factory 68'-6" Walkdoor 0'-0" Yes Yes No (West) Offices FSW 9'-0" 4'-0" 1 Factory 74'-6" Window/ 15'-0" Yes Yes No (West) Louver Offices FSW 14'-0" 9'-0" 1 Factory 78'-10" Roll Up 0'-0" Yes Yes No (West) Offices FSW 9'-0" 4'-0" 1 Factory 86'-6" Window/ 15'-0" Yes Yes No (West) Louver Offices FSW 16-01/2" 8'-0" 1 Factory 97'-11" Window/ 0'-01, Yes Yes No (West) Louver Offices FSW 9'-0" 4'-0" 1 Factory 98'-6" Window/ 15'-0" Yes Yes No (West) Louver Offices FSW 9'-0" 4'.0" 1 Factory 110'-6" Window/ 15'-0" Yes Yes No (West) Louver Offices FSW 9'-O" 4'-0" 1 Factory 122'-6" Window/ 15'-0" Yes Yes No (West) Louver Offices FSW 5'-0" 4'-0" 1 Factory 126'-2" Window/ T-5" Yes Yes No (West) Louver Offices FSW 9'-0" 4'-0" 1 Factory 134'-6" Window/ 15'-0" Yes Yes No (West) Louver Offices FSW 9'-0" 4'-0" 1 Factory 134'-6" Window/ 3'-5" Yes Yes No (West) Louver Offices REW 9'-0" 4'-0" 1 Factory 2'-31/2" Window/ 15'-0" Yes Yes No (West) Louver Offices REW 9'-0" 4'-0" 1 Factory 2'-31/2" Window/ 3'-5" Yes Yes No (West) Louver Offices REW 5'-0" 8'-0" 1 Factory 13'-9" Window/ 0'-0" Yes Yes No (West) Louver Offices REW 2'-7" 4'-0" 1 Factory 16'-2" Window/ 15'-0" Yes Yes No (West) Louver Offices LEW 5'-0" 4'-0" 1 Factory 1'-3" Window/ 3%5" Yes Yes No (East) Louver Offices LEW S'-0" 4'-0" 1 Factory 1'-3" Window/ 15'-0" Yes Yes No (East) Louver Offices LEW 9'-0" 4%0" 1 Factory 8'-81/2" Window/ 15'-0" Yes Yes No (East) Louver Offices FSW 9'4" 4'-0" 1 Factory 1'-6" Window/ 15'-0" Yes Yes No (East) Louver Sill Height is measured from the finish floor elevation.Cover trim(If seIected)wilI match the F.O.Trim color unless specified otherwise in the notes section(box 27)of contract All framed openings with a wind load confirmation of"Yes"assume the use of accessories designed to be fully wind-resistive based on the loading specified in the Load Requirement section.All framed openings with a wind load confirmation of"No"will be considered in the building design as though they were permanently open to the outside. DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 QUOTE AND ORDER DOCUMENT PROJECT#: Page 17 of 41 AMERICAN BUILDINGS QUOTE#:N06-23037 CU ST QUOTE#: e Q u o t e Nucor Buildings Group-West,LLC P.O.Box 907, 1050 North Watery Lane-Brigham City,UT 84302 LABEL:0-Base -Phone:(209)236-0580-Fax:(209)236-0588 CONTROL#:P202308231410 DATE:8/23/2023 10) FRAMED OPENINGS (CONTINUED) WALL FRAMED OPENINGS Building Wall ID Width Height Qty Factory or Loc.Left Framed Sill Height Cover F.O.Trim Wind Allow Name Field Steel Line Opening Trim? Color Load X-Brc? Located Type Conf.? Offices FSW 3'4" T-2" 1 Factory T-2" Walkdoor 0'-0" Yes Yes No (East) Offices FSW 9'-0" 4'-0" 1 Factory 13'-6" Window/ 15'-0" Yes Yes No (East) Louver Offices FSW T-10" T-2" 1 Factory 14'-10" Walkdoor 0'-0" Yes Yes No (East) Offices FSW 9'-0" 4'-0" 1 Factory 26-6" Window/ 15'-0" Yes Yes No (Fast) Louver Offices FSW 9'-0" 4'-0" 1 Factory 38'-6" Window/ 15'-0" Yes Yes No (East) Louver Offices FSW 6'4" T-2" 1 Factory 39'-0" Walkdoor 0'-0" Yes Yes No (East) Offices FSW 9'-0" 4'-0" 1 Factory 50'-6" Window/ 15'-0" Yes Yes No (East) Louver Offices FSW 14'-0" 9'-0" 1 Factory 53'-10" Roll Up 0'-0" Yes Yes No (East) Offices FSW 9'-0" 4'-0" 1 Factory 62'-6" Window/ 15'-0" Yes Yes No (East) Louver Offices FSW T-0" 1'-6" 1 Factory 68'-7" Window/ T-6" Yes Yes No (East) Louver Offices FSW T-10" T-2" 1 Factory 74'-0" Walkdoor 0'-0" Yes Yes No (East) Offices FSW T-0" 1'-6" 1 Factory 74'-5" Window/ T-6" Yes Yes No (East) Louver Offices FSW 9'-0" 4'-0" 1 Factory 74'-6" Window/ 15'-0" Yes Yes No (East) Louver Offices FSW 14'-0" 9'-0" 1 Factory 79'-8" Roll Up 0'-0" Yes Yes No (East) Offices FSW 9'-0" 4'-0" 1 Factory 86'-6" Window/ 15'-0" Yes Yes No (East) Louver Offices FSW T-0" 4'-0" 1 Factory 98'-6" Window/ 15'-0" Yes Yes No (East) Louver Offices FSW 14'-0" 9'-0" 1 Factory 102'-0" Roll Up 0'-0" Yes Yes No (East) Offices FSW 1'-3" 1'-0" 1 Factory 108'-41/2" Window/ 19'-51/2" Yes Yes No (East) Louver Offices FSW 9'-0" 4'-0" 1 Factory 11U-6" Window/ 15'-0" Yes Yes No (East) Louver Offices FSW 9'-0" 4'-0" 1 Factory 122'-6" Window/ 15'-0" Yes Yes No (East) Louver Offices FSW T-0" 1'-6" 1 Factory 122'-7" Window/ T-6" Yes Yes No (East) Louver Sill Height is measured from the finish floor elevation Cover trim(If selected)will match the F,O Trim color unless specified otherwise in the notes section(box 27)of contract All framed openings with a wind load confirmation of"Yes"assume the use of accessories designed to be fully wind-resistive based on the loading specified in the Load Requirement section,All framed openings with a wind load confirmation of"No"will be considered in the building design as though they were permanently open to the outside. DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 QUOTE AND ORDER DOCUMENT PROJECT#: Page 18 of 41 AMERICAN BUILDINGS QUOTE#:NOB-23037 CUST QUOTE#: e Q u ote Nucor Buildings Group-West,LLC P.O.Box 907,10SO North Watery Lane-Brigham City,UT 84302 LABEL:0-Base -Phone:(209)236-0580-Fax:(209)236-0588 CONTROL#.P202308231410 DATE:8/23/2023 10) FRAMED OPENINGS (CONTINUED) WALL FRAMED OPENINGS Building Wall ID Width Height Qty Factory or Loc.Left Framed Sill Height Cover F.O.Trim Wind Allow Name Field Steel Line Opening Trim? Color Load X-Brc? Located Type Conf.? Offices FSW 14'-0" 9'-0" 1 Factory 126-2 1/2" Roll Up 0'-0" Yes Yes No (East) Offices FSW 1'-3" 1'-0" 1 Factory 133'-0" Window/ 19'-51/2" Yes Yes No (East) Louver Offices FSW 9'-0" 4'-0" 1 Factory 135'-6" Window/ 15'-0" Yes Yes No (East) Louver Offices REW 6-0" 4'-0" 1 Factory T-O" Window/ 15'-0" Yes Yes No (East) Louver Offices REW 6'-4" T-2" 1 Factory T-0" Walkdoor 0'-01, Yes Yes No (East) Offices REW 6'-0" 4'-0" 1 Factory 13'-2" Window/ 15'-0" Yes Yes No (East) Louver Offices REW 6'-0" 4'-0" 1 Factory 13'-2" Window/ T-5" Yes Yes No (East) Louver Cupola LEW 8'-0" T-2" 1 Factory 2'-S" Window/ 29'-4" Yes Yes No Louver Cupola FSW 6-0" T-0" 1 Factory 6'-0" Window/ 31'-5" Yes Yes No Louver Cupola FSW 6-0" T-0" 1 Factory IT-O" Window/ 31'-5" Yes Yes No Louver Cupola FSW 6'-0" T-0" 1 Factory 26'-10" Window/ 31'-5" Yes Yes No Louver Cupola FSW 2'-2" T-O" 1 Factory 34'-3" Window/ 31'-5" Yes Yes No Louver Cupola FSW 6-0" T-0" 1 Factory 3T-10" Window/ 31'-5" Yes Yes No Louver Cupola FSW 6-0" T-0" 1 Factory 52'-10" Window/ 31'-5" Yes Yes No Louver Cupola FSW 2'-2" T-O" 1 Factory 59'-7" Window/ 31'-5" Yes Yes No Louver Cupola FSW 6'-0" T-0" 1 Factory 63'-2" Window/ 31'-5" Yes Yes No Louver Cupola FSW 6-0" T-0" 1 Factory 7T-6" Window/ 31'-5" Yes Yes No Louver Cupola FSW 6-0" T-0" 1 Factory 88'-6" Window/ 31'-5" Yes Yes No Louver Cupola FSW 6'-0" T-0" 1 Factory 99'-4" Window/ 31'-S" Yes Yes No Louver Cupola FSW 2'-2" T-0" 1 Factory 106-9" Window/ 31'-5" Yes Yes No Louver Cupola FSW 6-0" 3'-0" 1 Factory 110'-4" Window/ 31'-5" Yes Yes No Louver Sill Height is measured from the finish floor elevation.Cover trim(If selected)will match the F.O Trim color unless specified otherwise in the notes section(box 27)of contract All Framed openings with a wind load confirmation of"Yes"assume the use of accessories designed to be fully wind-resistive based on the loading specified in the Load Requirement section.All framed openings with a wind load confirmation of"No"will be considered in the building design as though they were permanently open to the outside. DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 QUOTE AND ORDER DOCUMENT PROJECT#: Page 19 of 41 AMERICAN BUILDINGS QUOTE#:NOB-23037 COST QUOTE#: e Q u ote Nucor Buildings Group-West,LLC P.O.Box 907,1050 North Watery Lane-Brigham City,LIT 84302 LABEL:0-Base -Phone:(209)236-0580-Fax:(209)236-OS88 CONTROL#:P202308231410 DATE:8/23/2023 10) FRAMED OPENINGS (CONTINUED) WALL FRAMED OPENINGS Building Wall ID Width Height Qty Factory or Loc. Left Framed Sill Height Cover F.O.Trim Wind Allow Name Field Steel Line Opening Trim? Color Load X-Brc? Located Type Corl Cupola FSW 6'-0" T-0" 1 Factory 125'-6" Window/ 31'-5" Yes Yes No Louver Cupola FSW 2'-2" T-O" 1 Factory 132'-11" Window/ 31'-5" Yes Yes No Louver Cupola FSW 6-0" 3'-0" 1 Factory 136-6" Window/ 31'-5" Yes Yes No Louver Cupola FSW 6%0" 3'-0" 1 Factory 147'-0" Window/ 31'-5" Yes Yes No Louver Cupola FSW 2%2" 3'-0" 1 Factory 154'-5" Window/ 31'-5" Yes Yes No Louver Cupola FSW 6'-0" T-0" 1 Factory 158'-0" Window/ 31'-5" Yes Yes No Louver Cupola FSW 6-0" 3'-0" 1 Factory 173'-0" Window/ 31'-5" Yes Yes No Louver Cupola FSW 2'-2" T-0" 1 Factory 180'-5" Window/ 31'-5" Yes Yes No Louver Cupola FSW 6-0" 3'-0" 1 Factory 184'-0" Window/ 31'-5" Yes Yes No Louver Cupola FSW 6%0" 3'-0" 1 Factory 199'-6" Window/ 31'-5" Yes Yes No Louver Cupola FSW 2'-2" 3'-0" 1 Factory 206-11" Window/ 31'-5" Yes Yes No Louver Cupola FSW 6-0" 3'-0" 1 Factory 21U-6" Window/ 31'-5" Yes Yes No Louver Cupola FSW 6%0" 3'-0" 1 Factory 226'-4" Window/ 31'-5" Yes Yes No Louver Cupola FSW 2'-2" 3%0" 1 Factory 234'-2" Window/ 31'-5" Yes Yes No Louver Cupola FSW 6-0'" 3'-0" 1 Factory 238'-4" Window/ 31'-5" Yes Yes No Louver Cupola FSW 6'-0" 3'-0" 1 Factory 250'-0" Window/ 31'-5" Yes Yes No Louver Cupola FSW 2'-2" 3'-0" 1 Factory 25T-11" Window/ 31'-5" Yes Yes No Louver Cupola FSW 6-0" 3'-0" 1 Factory 262'-0" Window/ 31'-5" Yes Yes No Louver Cupola FSW 6'-0" 3'-0" 1 Factory 274'-0" Window/ 31'-5" Yes Yes No Louver Cupola FSW U-0" 3'-0" 1 Factory 286'-0" Window/ 31'-5" Yes Yes No Louver Cupola FSW 6'-0" T-0" 1 Factory 298'-0" Window/ 31'-5" Yes Yes No Louver Sill Height is measured from the finish floor elevation.Cover trim(If selected)will match the F O Trim color unless specified otherwise in the notes section(box 27)of contract All framed openings with a wind load confirmation of"Yes"assume the use of accessories designed to be fully wind-resistive based on the loading specified in the Load Requirement section.All framed openings with a wind load confirmation of"No"will be considered in the building design as though they were permanently open to the outside DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 QUOTE AND ORDER DOCUMENT PROJECT#: Page 20 of 41 AMERICAN BUILDINGS QUOTE#:NOB-23037 }Q Nucor Buildings Group-West,LLC Q CUST QUOTE#: Q U O `G P.O.Box 907,1050 North Watery Lane-Brigham City,UT 84302 LABEL:0- Base -Phone:(209)236-0580-Fax:(209)236-0588 CONTROL#:P202308231410 DATE:8/23/2023 10) FRAMED OPENINGS (CONTINUED) WALL FRAMED OPENINGS Building Wall ID Width Height Qty Factory or Loc.Left Framed Sill Height Cover F.O.Trim Wind Allow Name Field Steel Line Opening Trim? Color Load X-Brc? Located Type Conf.? Cupola FSW 2'-2" T-0" 1 Factory 305'-11" Window/ 31'-5" Yes Yes No Louver Cupola FSW 6-0" T-0" 1 Factory 310'-0" Window/ 31'-5" Yes Yes No Louver Cupola FSW 6-0" T-0" 1 Factory 322'-0" Window/ 31'-5" Yes Yes No Louver Cupola FSW 2'-2" T-O" 1 Factory 329'-11" Window/ 31'-5" Yes Yes No Louver Cupola FSW 6-0" T-0" 1 Factory 334'-0" Window/ 31'-5" Yes Yes No Louver Cupola FSW 6-0" T-0" 1 Factory 346-0" Window/ 31'-5" Yes Yes No Louver Cupola FSW 6'-0" T-0" 1 Factory 358'-0" Window/ 31'-5" Yes Yes No Louver Cupola REW 8'-0" 5'-2" 1 Factory 2'-5" Window/ 29'-4" Yes Yes No Louver Cupola BSW 6-0" T-0" 1 Factory 4'-0" Window/ 31'-5" Yes Yes No Louver Cupola BSW 6'-0" 3'-O" 1 Factory 16'-0" Window/ 31'-5" Yes Yes No Louver Cupola BSW 6'-0" 3'-O" 1 Factory 28'-0" Window/ 31'-5" Yes Yes No Louver Cupola BSW 2'-2" 3'-0" 1 Factory 35'-11" Window/ 31'-S" Yes Yes No Louver Cupola BSW 6-0" 3'-0" 1 Factory 40'-0" Window/ 31'-5" Yes Yes No Louver Cupola BSW 6%0" 3'-0" 1 Factory 52'-0" Window/ 31'-5" Yes Yes No Louver Cupola BSW 2'-2" T-0" 1 Factory 59'-11" Window/ 31'-5" Yes Yes No Louver Cupola BSW 6'-0" T-0" 1 Factory 64'-0" Window/ 31'-5" Yes Yes No Louver Cupola BSW 6'-0" T-0" 1 Factory 76-0" Window/ 31'-5" Yes Yes No Louver Cupola BSW 6-0" T-0" 1 Factory 88'-0" Window/ 31'-5" Yes Yes No Louver Cupola BSW 6'-0" T-0" 1 Factory 100'-0" Window/ 31'-5" Yes Yes No Louver Cupola BSW 2'-2" T-0" 1 Factory 107'-11" Window/ 31'-5" Yes Yes No Louver Cupola BSW 6'-0" T-0" 1 Factory 112'-0" Window/ 31'-5" Yes Yes No Louver Sill Height is measured from the finish floor elevation.Cover trim(If selected)will match the F.O Trim color unless specified otherwise in the notes section(box 27)of contract. All framed openings with a wind load confirmation of"Yes"assume the use of accessories designed to be fully wind-resistive based on the loading specified in the Load Requirement section-All framed openings with a wind load confirmation of"No"will be considered in the building design as though they were permanently open to the outside. DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 QUOTE AND ORDER DOCUMENT PROJECT#: Page 21 of 41 AMERICAN BUILDINGS QUOTE#:NOB-23037 } `e Nucor Buildings Group-West,LLC CUST QUOTE#: e Q U O P.O.Box 907, 1050 North Watery Lane-Brigham City,LIT 84302 LABEL:0-Base -Phone:(209)236-0580-Fax:(209)236-0588 CONTROL#:P202308231410 DATE:8/23/2023 10) FRAMED OPENINGS (CONTINUED) WALL FRAMED OPENINGS Building Wall ID Width Height Qty Factory or Loc.Left Framed Sill Height Cover F.O.Trim Wind Allow Name Field Steel Line Opening Trim? Color Load X-Brc? Located Type Conf.? Cupola BSW 6'-0" T-0" 1 Factory 124'-0" Window/ 31'-S" Yes Yes No Louver Cupola BSW 2'-2" T-0" 1 Factory 131'-11" Window/ 31'-5" Yes Yes No Louver Cupola BSW 64" T-0" 1 Factory 136-0" Window/ 31'-5" Yes Yes No Louver Cupola BSW 6'-0" T-O" 1 Factory 151'-2" Window/ 31'-5" Yes Yes No Louver Cupola BSW 2'-2" 3'-0" 1 Factory 158'-7" Window/ 31'-5" Yes Yes No Louver Cupola BSW 6'-0" T-0" 1 Factory 162'-2" Window/ 31'-5" Yes Yes No Louver Cupola BSW U-0" 3'-0" 1 Factory 178'-6" Window/ 31'-5" Yes Yes No Louver Cupola BSW 2%2" 3'-0" 1 Factory 185'-11" Window/ 31'-5" Yes Yes No Louver Cupola BSW 6-0" T-0" 1 Factory 189'-6" Window/ 31'-S" Yes Yes No Louver Cupola BSW 6-0" T-O" 1 Factory 202'-10 Window/ 31'-S" Yes Yes No 5/8" Louver Cupola BSW 2'-2" T-O" 1 Factory 210'-3 5/8" Window/ 31'-S" Yes Yes No Louver Cupola BSW 6'-0" 3'-O" 1 Factory 21T-10 Window/ 31'-S" Yes Yes No 5/8" Louver Cupola BSW 6'-0" T-0" 1 Factory 227'-2" Window/ 31'-5" Yes Yes No Louver Cupola BSW 6'-0" T-O" 1 Factory 238'-2" Window/ 31'-5" Yes Yes No Louver Cupola BSW 6-0" T-0" 1 Factory 251'-8" Window/ 31'-5" Yes Yes No Louver Cupola BSW 2'-2" 3'-0" 1 Factory 259'-1" Window/ 31'-5" Yes Yes No Louver Cupola BSW 6%0" T-0" 1 Factory 262'-8" Window/ 31'-5" Yes Yes No Louver Cupola BSW 6'4" T-0" 1 Factory 273'-6" Window/ 31'-5" Yes Yes No Louver Cupola BSW 2'-2" T-O" 1 Factory 280'-11" Window/ 31'-5" Yes Yes No Louver Cupola BSW 6-0" 3'-O" 1 Factory 284'-6" Window/ 31'-5" Yes Yes No Louver Cupola BSW 6'-0" T-O" 1 Factory 298'-10" Window/ 31'-5" Yes Yes No Louver Sill Height is measured from the finish floor elevation.Cover trim(If selected)will match the F.O Trim color unless specified otherwise in the notes section(box 27)of contract All framed openings with a wind load confirmation of"Yes"assume the use of accessories designed to be fully wind-resistive based on the loading specified in the Load Requirement section.All framed openings with a wind load confirmation of"No"will be considered in the building design as though they were permanently open to the outside. DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 QUOTE AND ORDER DOCUMENT PROJECT#: Page 22 of 41 AMERICAN BUILDINGS QUOTE#: NOB-23037 CUST QUOTE#: e Q u ote Nucor Buildings Group-West,LLC P.O.Box 907,1050 North Watery Lane-Brigham City,UT 84302 LABEL:0 Base -Phone:(209)236-0580-Fax:(209)236-OS88 CONTROL#:P202308231410 DATE:8/23/2023 10) FRAMED OPENINGS (CONTINUED) WALL FRAMED OPENINGS Building Wall ID Width Height City Factory or Loc.Left Framed Sill Height Cover F.O.Trim Wind Allow Name Field Steel Line Opening Trim? Color Load X-Brc? Located Type Conf.? Cupola BSW 2'-2" T-0" 1 Factory 306'-3" Window/ 31'-5" Yes Yes No Louver Cupola BSW 6'-0" T-0" 1 Factory 309'-10" Window/ 31'-5" Yes Yes No Louver Cupola BSW 6-0" T-0" 1 Factory 324'-2" Window/ 31'-5" Yes Yes No Louver Cupola BSW 2'-2" 3'-0" 1 Factory 331'-7" Window/ 31'-5" Yes Yes No Louver Cupola BSW 6-0" T-0" 1 Factory 335-2" Window/ 31'-5" Yes Yes No Louver Cupola BSW 6'-0" T-0" 1 Factory 345'-0" Window/ 31'-5" Yes Yes No Louver Cupola BSW 6'-0" T-0" 1 Factory 356-0" Window/ 31'-5" Yes Yes No Louver Sill Height is measured from the finish floor elevation.Cover trim(If selected)will match the F.O.Trim color unless specified otherwise in the notes section(box 27)of contract All framed openings with a wind load confirmation of"Yes"assume the use of accessories designed to be fully wind-resistive based on the loading specified in the Load Requirement section.All framed openings with a wind load confirmation of"No"will be considered in the building design as though they were permanently open to the outside, PARTITION WALL FRAMED OPENINGS- None Required 11) WALL DELETIONS ID Building Wall Loc.LSL Width Top Open/ Allow X- Remove Wind Load Conf. Name ID Elevation Materials? Bracing? Panels Bottom Support Type* Col. Fig.Bracing Remove Girts Elevation 1 Shop LEW Full Width Full T-5" 5.5"Precast Tilt- Yes Yes Yes Width 0'-01, Up(Non-Load No No Bearing) Independent 2 Shop FSW Full Width Full 3'-5" 5.5" Precast Tilt- Yes Yes Yes Width 0'-01, Up(Non-Load No No Bearing) Independent 3 Shop REW Full Wall Full Wall Full Wall Open To Bldg. Yes Yes Yes Full Wall N/A No Yes 4 Shop BSW Full Width Full T-5" 5.5"Precast Tilt- Yes Yes Yes Width 0' 0" Up(Non-Load No No Bearing) Independent 5 Offices LEW Full Wall Full Wall Full Wall Open To Bldg. Yes Yes Yes (Main) Full Wall N/A No Yes 'Spandrel(s)by Seller:Seller to provide spandrel for lateral support of wall as requested. Support at Columns Only No spandrel provided by Seller,material by others attached to Seller's Columns. Independent:No structural attachment to Seller structure. DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 QUOTE AND ORDER DOCUMENT PROJECT#: Page 23 of 41 AMER/CAN BUILDINGS QUOTE#:NOB-23037 e Q u ote Nucor Buildings Group-West,LLC COST QUOTE#: P.O.Box 907, 1050 North Watery Lane-Brigham City,LIT 84302 LABEL:0-Base -Phone:(209)236-0580-Fax:(209)236-0588 CONTROL#:P202308231410 DATE:8/23/2023 11) WALL DELETIONS (CONTINUED) ID Building Wall Loc.LSL Width Top Open/ Allow X- Remove Wind Load Conf. Name ID Elevation Materials? Bracing? Panels Bottom Support Type" Col.Fig.Bracing Remove Girts Elevation 6 Offices FSW Full Wall Full Wall Full Wall Open To Bldg. Yes Yes Yes (Main) Full Wall N/A No Yes 7 Offices REW Full Width Full 3'-5" 5.5" Precast Tilt- Yes Yes Yes (Main) Width 0'-01, Up(Non-Load No No Bearing) Independent 8 Offices BSW Full Wall Full Wall Full Wall Open To Bldg. Yes Yes Yes (Main) Full Wall N/A No Yes 9 Offices LEW 0'4" 10'-0" Full Height Open To Bldg. Yes Yes Yes (West) Full Height N/A No Yes 10 Offices LEW 10'-0" 10'-0" 3'-5" 5.5"Precast Tilt- Yes Yes Yes (West) 0,_0„ Up(Non-Load No No Bearing) Independent 11 Offices FSW Full Width Full 3'-5" 5.5"Precast Tilt- Yes Yes Yes (West) Width 01-01, Up(Non-Load No No Bearing) Independent 12 Offices REW Full Width Full 3'-5" 5.5"Precast Tilt- Yes Yes Yes (West) Width 01-01, Up(Non-Load No No Bearing) Independent 13 Offices BSW Full Wall Full Wall Full Wall Open To Bldg. Yes Yes Yes (West) Full Wall N/A No Yes 14 Offices LEW Full Width Full 3'-5" 5.5"Precast Tilt- Yes Yes Yes (East) Width 0'-0„ Up(Non-Load No No Bearing) Independent 15 Offices FSW Full Width Full 3'-5" 5.5"Precast Tilt- Yes Yes Yes (East) Width 0,_0., Up(Non-Load No No Bearing) Independent 16 Offices REW Full Width Full 3'-5" 5.5"Precast Tilt- Yes Yes Yes (East) Width 0._01, Up(Non-Load No No Bearing) Independent 17 Offices BSW Full Wall Full Wall Full Wall Open To Bldg. Yes Yes Yes (East) Full Wall N/A No Yes 18 Cupola LEW Full Width Full 29%4" Open To Bldg. Yes Yes Yes Width 0'-0" N/A No Yes •Spandrel(s)by Seller:Seller to provide spandrel for lateral support of wall as requested. Support at Columns Only:No spandrel provided by Seller,material by others attached to Seller's Columns. Independent:No structural attachment to Seller structure. DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 QUOTE AND ORDER DOCUMENT PROJECT#: Page 24 of 41 AMERICAN BUILDINGS QUOTE#:NOB-23037 OUST QUOTE#: a`�C u ote Nucor Buildings Group-West,LLC P.O.Box 907,1050 North Watery Lane-Brigham City,LIT 84302 LABEL:0-Base -Phone:(209)236-0580-Fax:(209)236-0588 CONTROL#:P202308231410 DATE:8/23/2023 11) WALL DELETIONS (CONTINUED) ID Building Wall Loc.LSL Width Top Open/ Allow X- Remove Wind Load Conf. Name ID Elevation Materials? Bracing? Panels Bottom Support Type* Col.Flg.Bracing Remove Girts Elevation 19 Cupola FSW Full Width Full 30'-0 3/8" Open To Bldg. Yes Yes Yes Width 0'-01, N/A No Yes 20 Cupola REW Full Width Full 29'-4" Open To Bldg. Yes Yes Yes Width 0'-01. N/A No Yes 21 Cupola BSW Full Width Full 30'-0 3/8" Open To Bldg. Yes Yes Yes Width 0'-0" N/A No Yes 22 Canopy LEW Full Wall Full Wall Full Wall Perm.Open Yes Yes No Full Wall N/A No Yes 23 Canopy FSW Full Wall Full Wall Full Wall Perm.Open Yes Yes No Full Wall N/A No Yes 24 Canopy REW Full Wall Full Wall Full Wall Perm.Open Yes Yes No Full Wall N/A No Yes 25 Canopy BSW Full Wall Full Wall Full Wall Perm.Open Yes Yes No Full Wall N/A No Yes Spandrels)by Seller:Seller to provide spandrel for lateral support of wall as requested Support at Columns Only:No spandrel provided by Seller,material by others attached to Seller's Columns. Independent:No structural attachment to Seller structure. 12) BRACING OPTIONS Building Name Wall ID Bracing Type Clear Height User Specified Bay Bracing in Bay#'s Requested Ws Shop LEW Wall X-Bracing N/A Yes 2,4 Shop FSW Portal Frames Per Seller Yes 3,6 Shop REW None N/A No N/A Shop BSW Portal Frames Per Seller Yes 3,7 Offices(Main) LEW None N/A No N/A Offices(Main) FSW, BSW Portal Frames Per Seller Yes 2 Offices(Main) REW Wall X-Bracing N/A Yes 1, 5 Offices(West) LEW, REW, BSW None N/A No N/A Offices(West) FSW Portal Frames Per Seller Yes 2, S Offices(East) LEW, REW, BSW None N/A No N/A Offices(East) FSW Portal Frames Per Seller Yes 2, 5 Cupola LEW,REW None N/A No N/A Cupola FSW, BSW Wall X-Bracing N/A No TBD Canopy LEW,FSW, REW, BSW None N/A No N/A Sketch must show locations for bracing on the sidewall bays and endwall bays. — J (13) WALL&CEILING LINER - NONE REQUIRED 14) PARTITION WALLS/DRAFT CURTAINS - NONE REQUIRED DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 QUOTE AND ORDER DOCUMENT PROJECT#: Page 25 of 41 QUOTE#: NOB-23037 e Q u ote AMERICAN BUILDINGS CUST QUOTE#: Nucor Buildings Group-West,LLC P.O.Box 907,1050 North Watery Lane-Brigham City,LIT 84302 LABEL:0 Base -Phone:(209)236-0580-Fax:(209)236-0588 CONTROL#:P202308231410 DATE:8/23/2023 l (15) WALKDOORS - NONE REQUIRED J (16) WINDOWS - NONE REQUIRED (17) WALL LITES - NONE REQUIRED 18) CANOPY Building Wall Type Horizontal Clear Lineal Feet Loc.Left Soffit Face Panel Roof Panel Roof Slope Name I.D. Projection Height Steel Line Panel Shop FSW At Eave 10'-0" 0'-01, Full Lineal 0'-0" Reverse R- N/A Standing 1.5.12" Canopy Feet Panel,26 Seam 360, ga.,TBK 24 ga.,TBK Shop BSW At Eave 20'-0" 0'-0" Full Lineal 0'-0" Reverse R- N/A Standing 1.5:12" Canopy Feet Panel,26 Seam 360, ga.,TBK 24 ga.,TBK Offices FSW Below Eave 5'-0" 12'-0" 97'-0" T-0" Reverse R- N/A Standing 1.5:12" (West) Canopy Panel,26 Seam 360, ga.,TBK 24 ga.,TBK Offices FSW Below Eave 8'-W 10'-0" 49'-0" 97'-0" Reverse R- N/A Standing 1.S:12" (West) Canopy Panel,26 Seam 360, ga.,TBK 24 ga.,TBK Offices FSW Below Eave 5'-0" 12'-0" 97'-0" 49%0" Reverse R- N/A Standing 1.5:12" (East) Canopy Panel,26 Seam 360, ga.,TBK 24 ga.,TBK Below Eave Canopy Clear Height will be measured from finish floor to the bottom of the canopy beam l (19) FASCIA - NONE REQUIRED J 20) RAKE/EAVE EXTENSIONS Building Name Wall I.D. Type Projection Length Loc. Left Steel Line Soffit Panel Dimension Cupola FSW Eave 1'-0" 23'-8" 223'-4" Reverse R-Panel,26 ga.,TBK Cupola BSW Eave 1'-01, 23'-8" 121'-0" Reverse R-Panel,26 ga.,TBK (21) PARAPET WA LLS - N ONE REQUIRED J DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 QUOTE AND ORDER DOCUMENT PROJECT#: Page 26 of 41 AMERICAN BUILDINGS QUOTE#:NOB-23037 Nucor Buildings Group-West,LLC OUST QUOTE#: e Q U Ote P.0 Box 907,1050 North Watery Lane-Brigham City,UT 84302 LABEL:0- Base -Phone:(209)236-0580-Fax:(209)236-0588 CONTROL#: P202308231410 DATE:8/23/2023 22) MEZZANINES Mezzanine ID: Warehouse(1) Building Name:Shop Design Loads (Does not include the weight of the floor joists or beams) Dead Load: Per Seller PSF Live Load: 125 PSF Collateral(Bottom Chord): S PSF Partition Loads: 0 PSF Mezzanine Dimensions Width: SO'-0" Length: 48'-0" Slab/Deck Thickness: 0'-4 112" Start Location from LEW 121'-0" Start Location from FSW 60'-0" H I I H H H 3 MEZZANINE .Tp.� ID— �W+ H H uv J T ul FRONT SIDEWALL(F Z_ J STEEL START LENCi'TH LINE LOC. Mezzanine Material Types (Not by Seller): 1 Standard Weight Concrete Light Weight Concrete r Extruded-Mesh or Diamond-Plate Steel r Plywood r--,,' Other Mezzanine Floor Use (Occupancy Classification) r7 Storage [ Office r_7 Retail Store [ Manufacturing F Classroom r7 Theater Floor Openings(Dimensions shown should be inside clear dimensions) (H x W @ Ibs) 4'-8"x 6'-6" @ 3000 Ibs Materials Provided By Seller: F Designed For Load Provisions Only F7 Auxiliary Columns F Support Beams E Edge Angle/Pour Stop Deck Type: Per Seller Deck Attachment: Self-Drilling Screw! Deck Finish: Galv.G-60 Bar Joist and Bridging: F7 Bolted Joists [ Welded Joists C7 Bolted Bridging r7 Welded Bridging Applicable Sidewall Details and Requested Dimensions Dimensional Data Requested Provided (A)Finished Floor to Top of Mezzanine: 12'-0" 12'-0" (B) Minimum Required Clearance Under Joist: 10'-0" 10'-01, Vim"' (C)Minimum Required Clearance Under Floor Beams: 10'-01, 10'-01, OTM c (D)Minimum Required Clearance Under Frame: 9'-01, 9'-01, M. PAM � E Lu —t (E)Edge of Slab/Deck Setback from Steel Line: TBD 0'-81, Z - -- (F)Clearance Under Frame: TBD TBD a < Mezzanine Joist Spacing: TBD 4'-0" m v FINISHED Joist Seat Depth: TBD 0'-S" FLOOR Joist Primer Color GP DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 QUOTE AND ORDER DOCUMENT PROJECT#: Page 27 of 41 AMERICAN BUILDINGS QUOTE#:NOB-23037 CUST QUOTE#: e Q u ote Nucor Buildings Group-West LLC P.O.Box 907,1050 North Watery Lane-Brigham City,UT 84302 LABEL: 0- Base -Phone:(209)236-0580-Fax:(209)236-0588 CONTROL#:P202308231410 DATE:8/23/2023 22) MEZZANINES (CONTINUED) Mezzanine ID: Evidence Storage Building Name:Shop Design Loads (Does not include the weight of the floor joists or beams) Dead Load: Per Seller PSF Live Load: 125 PSF Collateral(Bottom Chord): S PSF Partition Loads: 0 PSF Mezzanine Dimensions Width: 110'-0" Length: 48'-0" Slab/Deck Thickness: 0'-41/2" Start Location from LEW 25'-0" Start Location from FSW 0'-01, H I I H H H 0 $ MEZZANINE Z ID_ W H H d W FRONT SIDEWALL STEEL START LENGTH LINE LOC. Mezzanine Material Types(Not by Seller): r7 Standard Weight Concrete r.7, Light Weight Concrete F Extruded-Mesh or Diamond-Plate Steel F Plywood F_ Other Mezzanine Floor Use (Occupancy Classification) PF Storage Office Retail Store Manufacturing [ Classroom J' Theater Floor Openings(Dimensions shown should be inside clear dimensions) (H x W @ Ibs) 7'-3" x 6'-6" @ 1 Ibs;4'-8" x 6'-6" @ 3000 Ibs Materials Provided By Seller: F Designed For Load Provisions Only r Auxiliary Columns F—F Support Beams W Edge Angle/Pour Stop Deck Type: Per Seller Deck Attachment: Self-Drilling Screw! Deck Finish: Galv.G-60 Bar Joist and Bridging: F7 Bolted Joists r__.' Welded Joists r Bolted Bridging r__J Welded Bridging Applicable Sidewall Details and Requested Dimensions Dimensional Data Requested Provided (A)Finished Floor to Top of Mezzanine: 12'-0" 12'-0" _ MEMMM (B)Minimum Required Clearance Under Joist: 10'-0" 10'-01, RDMWLL (C)Minimum Required Clearance Under Floor Beams: 10'-01, 10'-01, CROOLUMNnAHN LOAM o (D) Minimum Required Clearance Under Frame: 9'-0" 9'-0" aM"PP u�1 E (E)Edge of Slab/Deck Setback from Steel Line: TBD 0'-8" r D (F)Clearance Under Frame: TBD TBD LL < Mezzanine Joist Spacing: TBD 4'-0" m FINISHED Joist Seat Depth: TBD 0'-S" FLOOR Joist Primer Color GP DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 QUOTE AND ORDER DOCUMENT PROJECT#: Page 28 of 41 QUOTE#:NOB-23037 e Q u ote AMERICAN BUILDINGS CUST QUOTE#: Nucor Buildings Group-West,LLC P.O.Box 907,1050 North Watery Lane-Brigham City,UT 84302 LABEL:0 Base -Phone:(209)236-0580-Fax:(209)236-0588 CONTROL#:P202308231410 DATE:8/23/2023 22) MEZZANINES (CONTINUED) Mezzanine ID: Warehouse(2) Building Name:Shop Design Loads (Does not include the weight of the floor joists or beams) Dead Load: Per Seller PSF Live Load: 125 PSF Collateral(Bottom Chord): S PSF Partition Loads: 0 PSF Mezzanine Dimensions Width: 11'-0" Length: 24'-0" Slab/Deck Thickness: 0'-41/2" Start Location from LEW 169'-0'' Start Location from FSW 60'-0" H I I H H H G 3 MEZZMINE ID— H H FROW SIDEWALL STEEL START LENGTH LINE LOC. Mezzanine Material Types (Not by Seller): r Standard Weight Concrete r7 Light Weight Concrete r--. Extruded-Mesh or Diamond-Plate Steel C Plywood r Other Mezzanine Floor Use (Occupancy Classification) W_ Storage ❑ Office ❑ Retail Store E, Manufacturing ❑ Classroom ❑ Theater Floor Openings(Dimensions shown should be inside clear dimensions)(H x W @ lbs) Materials Provided By Seller: F Designed For Load Provisions Only r�e_ Auxiliary Columns P, Support Beams [ Edge Angle/Pour Stop Deck Type: Per Seller Deck Attachment: Self-Drilling Screw! Deck Finish: Galv.G-60 Bar Joist and Bridging: r Bolted Joists r Welded Joists r Bolted Bridging r- Welded Bridging Applicable Sidewall Details and Requested Dimensions Dimensional Data Requested Provided aw (A)Finished Floor to Top of Mezzanine: 12'-0" 12'-0" b (B)Minimum Required Clearance Under Joist: 10'-01, 10'-01, FLOMYRI Y TM"TE AT U EDOEOFDEAN � (C)Minimum Required Clearance Under Floor Beams: 10'-0" 10'-01, RAPM ORCCLVW W M anwwMecN o (D) Minimum Required Clearance Under Frame: 9'-0" "9'-0 OWro"PwE 0. E o --� (E)Edge of Slab/Deck Setback from Steel Line: TBD 0'-81, Z _ (F)Clearance Under Frame: TBD TBD LL a Mezzanine Joist Spacing: TBD 4'-0" m v FINISHED Joist Seat Depth: TBD 0'-5" FLOOR Joist Primer Color GP DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 QUOTE AND ORDER DOCUMENT PROJECT#: Page 29 of 41 AMERICAN BUILDINGS QUOTE#: NOB-23037 COST QUOTE#: e Q u ote Nucor Buildings Group-West,LLC P.O.Box 907,1050 North Watery Lane-Brigham City,UT 84302 LABEL:0 Base -Phone:(209)236-0580-Fax:(209)236-0588 CONTROL#:P202308231410 DATE:8/23/2023 22) MEZZANINES (CONTINUED) Mezzanine ID: Warehouse(3) Building Name:Shop Design Loads (Does not include the weight of the floor joists or beams) Dead Load: Per Seller PSF Live Load: 125 PSF Collateral (Bottom Chord): 5 PSF Partition Loads: 20 PSF Mezzanine Dimensions Width: 110'-0" Length: 29'-0" Slab/Deck Thickness: 0'-4 1/2" Start Location from LEW 193'-0" Start Location from FSW 0'-01, H I I H H H MEZZANINE ID_ I _ H W FRONT SIDEWALL STEEL START LENOTH -7 LINE LOC. Mezzanine Material Types(Not by Seller): F7 Standard Weight Concrete [ Light Weight Concrete [ Extruded-Mesh or Diamond-Plate Steel 17 Plywood F Other Mezzanine Floor Use (Occupancy Classification) Storage [ Office Retail Store Manufacturing [ Classroom r_7 Theater Floor Openings(Dimensions shown should be inside clear dimensions) (H x W @ Ibs) Materials Provided By Seller: Auxiliary Columns Support Beams Edge Angle/Pour Stop Designed For Load Provisions Only r Deck Type: Other Deck Attachment: Self-Drilling Screw: Deck Finish: Galv.G-60 Other Deck Type: Formlock 22ga Bar Joist and Bridging: �' Bolted Joists ri Welded Joists Bolted Bridging [1 Welded Bridging Applicable Sidewall Details and Requested Dimensions Dimensional Data Requested Provided _ (A)Finished Floor to Top of Mezzanine: 12'-0" 12'-0" t— (B)Minimum Required Clearance Under Joist: 10'-01, 10'-01, WLL My7 (C) Minimum Required Clearance Under Floor Beams: 10'-0" 10' 0" NOW o ORCOUW nANNUMUM (D) Minimum Required Clearance Under Frame: 9'-01, 9'-01, 81MM rwE- _ E —t (E)Edge of Slab/Deck Setback from Steel Line: TBD 0'-8" (F)Clearance Under Frame: TBD TBD LL < Mezzanine Joist Spacing: TBD 4'-0" m FINISHED Joist Seat Depth: TBD 0'-5" FLOOR Joist Primer Color N/A DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 QUOTE AND ORDER DOCUMENT PROJECT#: Page 30 of 41 AMERICAN BUILDINGS QUOTE#:NOB-23037 Nucor Buildings Group-West,LLC OUST QUOTE#: e Q u ote P.O.Box 907,1050 North Watery Lane-Brigham City,LIT 84302 LABEL:0-Base -Phone:(209)236-0580-Fax:(209)236-0588 CONTROL#:P202308231410 DATE:8/23/2023 22) MEZZANINES (CONTINUED) Mezzanine ID: 2nd Floor Building Name:Offices(West) Design Loads (Does not include the weight of the floor joists or beams) Dead Load: Per Seller PSF Live Load: 50 PSF Collateral (Bottom Chord): 5 PSF Partition Loads: 20 PSF Mezzanine Dimensions Width: 140'-0" Length: 146'-0" Slab/Deck Thickness: 0'-4 112" Start Location from LEW 0'-01, Start Location from FSW 0'-01, H I I H H H MEZZANINE ID— �++ H H W FRONT SIDEWALL Z_ STEEL START 1 L111IVGTH -7 LINE LOC. Mezzanine Material Types(Not by Seller): Standard Weight Concrete Light Weight Concrete r Extruded-Mesh or Diamond-Plate Steel F' Plywood r__! Other Mezzanine Floor Use (Occupancy Classification) r Storage r7 Office ❑ Retail Store U Manufacturing r Classroom r Theater Floor Openings(Dimensions shown should be inside clear dimensions) (H x W @ Ibs) 6'-2 3/4"x 14'-8" @ 2500 Ibs; 8'-3 1/4" x 10'-10 1/4" @ 1 Ibs; 16'-9"x 6'-1" @ 2500 Ibs Materials Provided By Seller: Designed For Load Provisions Only P Auxiliary Columns F7 Support Beams FF Edge Angle/Pour Stop Deck Type: Per Seller Deck Attachment: Self-Drilling Screw! Deck Finish: Galv.G-60 Bar Joist and Bridging: [ Bolted Joists r___ Welded Joists [ Bolted Bridging r_7I Welded Bridging Applicable Sidewall Details and Requested Dimensions Dimensional Data Requested Provided (A) Finished Floor to Top of Mezzanine: 12'-0" 12'-0" r� (B)Minimum Required Clearance Under Joist: 10'-01, 10'-01, FLOOR ru WORM� (C)Minimum Required Clearance Under Floor Beams: 10'-0" "10'-0�� RA MUNUM wom o (D) Minimum Required Clearance Under Frame: TBD TBD e (E)Edge of Slab/Deck Setback from Steel Line: TBD 0'-8" (F)Clearance Under Frame: TBD TBD LL < Mezzanine Joist Spacing: TBD 4'-0" m Joist Seat Depth: TBD 0'-51, FlNISHED `-' FLOOR Joist Primer Color GP C23) CRANES -NONE REQUIRED - J DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 QUOTE AND ORDER DOCUMENT PROJECT#: Page 31 of 41 AMERICAN BUILDINGS QUOTE#:NOB-23037 Nucor Buildings Group-West, LLC OUST QUOTE#: e Q u ote P.O.Box 907,1050 North Watery Lane-Brigham City,UT 84302 LABEL:0-Base -Phone:(209)236-0580-Fax:(209)236-0588 CONTROL#:P202308231410 DATE:8/23/2023 (24) JIB CRANES - NONE REQUIRED (25) EXISTING BUILDING - NONE REQUIRED (26) FUTURE BUILDING - NONE REQUIRED J 27) SPECIAL USER NOTES American Buildings West(ABW)Estimating Notes: ADDITIONAI.DESIGN CRITERIA: 1. Provide additional ceiling support at specified location of'Office' ceiling of additional lopsf DL on area specified as shown on S2.213. ABW ceiling support included in estimate for Office. 2. Provide additional roof support at specified location of'Office'roof of additional 15psf DL and 4opsf LL on area specified as shown on S2.31)and tA5.3 grate support.ABW estimate includes grate support and galvanized grate deck for area shown. Specs call for grate of 40psf live with a 125psf for floor below.Grate estimated FOB jollsite. 3. Provide loading for fall protection at'Cupola'. Fall protection posts to be field welded to even,frame on either sic1cwall. See iA5.3&6/1A6.2. ABW loaded both sides of Cupola frames for fall protection posts by others. Fall load estimated at 2,5oo lbs each. Posts to be supplied and welded by others. MISC PROJECT NOTES: 4. Provide McElroy MegaRib 24ga Kynar wall panel and McElroy FW Panel 22ga Kynar soffit panel(at all canopies/overhangs)as base bid. Provide R-Panel 24ga Kynar wall and Reverse R-Panel 22ga Kynar as alternate. McElroy blegaRib and FW Soffit panels included in estimate FOB jobsite. See alternate below. 5. Provide io year building warranty per 1.03.1) Section 13 34 19. Estimate includes io-year NBG Material Workmanship Warranty. Separate roof panel NBG Weathertightness Warranty included. 6. Sidewall columns @'Shop'to be supermarket,straight up to 12'.Columns estimated supermarket to 12'o above base plate. 7. Provide 26-6"clearance under frame of'Shop'from 8'-7 1/2"on either side of ridge. See iA3.6.Estimated with 26'-6"clear as shown. 8. If the one bay of x-bracing @ FSW of'Shop'is insufficient,provide most economical option. Estimated with portals in sidewalls due to bracing requirements and framed openings. 9. Girt spacing may change to accommodate openings for economy as long as a 4'-0" max spacing is maintained.Estimated girt spacing not to exceed 4'0. io. There is full height plywood in the'Shop'. Provide 1.5"hat channel @ 16"o.c. See 1A5.2. 1 1/2"hat channels at 16"o.c. typical in Shop estimated. 11. No flange bracing below -6"AFF&mezz floor. No flange bracing estimated as noted. 12. The(2)20'wide windows @ REW of'Offices'are skewed at the top,following the slope of the roof. See iA3.3. Header to follow roof slope, field adjustments to panel required. 13. The 8x12 window centered @ REW of'Offices' extends into the cupola and follows the slope of the roof. See 1A3.3. Header to follow roof slope,field adjustments to panel required. 14. The 8x5 window @ LEW of 'Cupola' to follow slope of roof. See iA3.0. Header to follow roof slope, field adjustments to panel required. 15. Provide gutters @'Cupola'only at eave extensions. Gutters only estimated at Cupola eave extensions. DocuSign Envelope ID:8740B932-96E8-498B-BF41-121139969lF2 QUOTE AND ORDER DOCUMENT PROJECT#: Page 32 of 41 AMERICAN BUILDINGS QUOTE#:NOB-23037 Nucor Buildings Group-West,LLC OUST QUOTE#: e Q u o t e P.O.Box 907,1050 North Watery Lane-Brigham City,UT 84302 LABEL:0- Base -Phone:(209)236-0580-Fax:(209)236-0588 CONTROL#:P202308231410 DATE:8/23/2023 27) SPECIAL USER NOTES (CONTINUED) 16. All downspouts to be 4"round. See 4&51A6.o.ABW excludes round downspouts. 17. Tilt-walls to sit on outside of girt cavity. Insulation to fill girt cavity.ABW noted. 18. 'Canopy'building to be an extension of the adjacent canopy. Canopy will cantilever,no columns.ABW included in estimate for continuous canopy. 19. FSW column FL-1 of'Office(Main)'to be pushed back in line with'Shop'building sidewall columns.Adjusted per design requirements. MEZZANINE(S): 20. 'Warehouse(3)'mezz has a small area to be designed for 12513sf storage usage. See S2.2b for location. Storage of 125psf live load included in design as required for the area. 21. '2nd Floor'mezz has a small area near the north side(LEW)to be lesigned for 125Psf storage usage. See S2.21h for location.Storage of 125psf live load included in design as required for the area. 22. '2nd Floor'mezz to be designed for 5opsf excluding the Corridor areas(marked CORR on 1A2.313)to be designed at 8opsf. Corridors as noted will carry 8opsf live load. 23. See S2.2a&S2.2b for stair stringer reactions.Stair reactions included in mezzanine design. Stairs and rails not by ABW. 24. The small floor opening in the'Evidence Storage'mezz is for lift. Floor framed opening included in floor design. Lift is estimated independent of floor loads. 25. The 8x10 opening in the '2nd Floor' mezz is an elevator. Floor framed opening included in floor design. Elevator is estimated independent of floor loads. 26. See 1A2.1a, tA2.1b,S2.1a&S2.lb for acceptable below mezz column and bracing locations.See attached floor plan for estimated braced locations. 27. Provide deflections per IBC 2018 or 2"separation between framing at the 2nd level, whichever is more stringent. 2" separation estimated TBD by final design. 28. Estimated dead load of concrete given is 45psf in specifications. Final total dead load of the complete floor will be determined by final design. Alternate: 1.Provide 24ga R-panel,standard TBK wall sheeting and 22ga R-panel,standard TBK soffit panel in lieu of McElroy panel quoted. Deduct<$65,964.00> Approve__Reject__Signature_ Date *Insulation has been provided per Box 6&9. DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 QUOTE AND ORDER DOCUMENT PROJECT#: Page 33 of 41 AMERICAN BUILDINGS QUOTE#:NOB-23037 }Q Nucor Buildings Group-West,LLC QQ CUST QUOTE#: G Q U O 1. P.O.Box 907, 1050 North Watery Lane-Brigham City,UT 84302 LABEL:0-Base -Phone:(209)236-0580-Fax:(209)236-0588 CONTROL#:P202308231410 DATE:8/23/2023 27) SPECIAL USER NOTES (CONTINUED) 28) EQUOTE QUALIFICATIONS Project-wide 1. In the Deflection Requirements(Serviceability Criteria)section of the Quote and Order Document,the Horizontal Serviceability limits reported are checked using 10 year reoccurrence loading.The Vertical Serviceability limits reported are checked using Snow/Live Loads. 2. When tension control bolts are unavailable,DTI washers will be provided by Seller. 3. Special inspections and testing that may be required by governmental or other authority during construction and/or steel fabrication (collectively, "Inspections") are not the responsibility of NBG,and to the extent required it shall be the responsibility of the builder and/or owner. In the event Inspections are required,the builder and/or owner shall employ a third party quality assurance testing agency approved by the relevant authority.The builder/owner shall cause such testing agency to coordinate directly with the NBG facility as applicable.Any Inspections required to be performed by such testing agency at any NBG facility must be clearly described in the Sales Documents and must be in accordance with the standard NBG Terms and Conditions. If such requirements are not specifically included in NBG Sales Documents,no Inspections by NBG or at any NBG facility shall be made. All NBG facilities are accredited by AS AC472. 4. If this project should cancel or be placed on hold before fabrication,in addition to other remedies available at law or in equity,cancellation/ hold fees will be invoiced consistent with what stage of the project has been completed.The following is the payment schedule based on the completed stages:Anchor Bolts Completed:5 percent of the contract price. Permits/Approvals Completed: 10 percent of the contract price. Detailing Completed:25 percent of the contract price.If this project should cancel before fabrication,Purchaser will also be invoiced for any dedicated materials that have been purchased for the project. 5. Due to the selection of Site Class C,the entire project is not priceable in eQuote. Please contact your local Estimating Department for pricing. 6. The jobsite location is in a county where extreme variations in Ground Snow loading exist. Seller does not have the ability to verify that defined Ground Snow loads meet local requirements. Builder must verify with the engineer of record and/or the local building official that defined loads are appropriate. 7. Mezzanine systems require Estimating Department assistance. 8. This quote includes no provisions for dynamic load criterion(vibrations)and its effects on mezzanines. Seller assumes no responsibility for the presence of dynamic loads. It shall be the responsibility of the buyer to determine the impact of these vibrations on the structure. 9. The mezzanine deck provided by Seller is a form deck and is designed to meet the S.D.I.maximum construction clear spans only.The concrete slab,and not the deck,must carry the in-place loads described in this quote and order document.The design of the reinforced concrete slab, including considerations for cracking,is the responsibility of the Engineer of Record(not Seller).Welded-wire reinforcing mesh is not included in this order. 10. Seller assumes the Collateral load is applied to the bottom flange of the joists unless specifically noted otherwise. 11. Standing Seam 360 panel will require the use of a seam starter/finisher and Electric Seamer. Seamers not included in price but available through D.I. Roof Seamers.Visit DI's website,www.diroofseamers.com/m/american,for current pricing. * 12. ABC quoted this project with the topographic factor Kzt= 1.0 * 13. The weight of this project is 993699#and the freight provided by ABC is$78504(included in the price). * 14. A progress billing invoice will be issued for all orders requiring Plans for Approval(PFA),immediately upon submittal of this deliverable. Payment terms for this invoice will be net 30 days from submittal of the PFA and is not necessarily indicative of the project payment terms. Prior receipt of any prepayment will be considered and invoicing will reflect this accordingly.The progress billing amount for this project as defined by the Base Bid Quote will be$81480 plus any applicable taxes.Depending on selection of possible Alternates,the progress billing amount may change and will be verified upon receipt of the order by ABC. * 15. Floor deck weight is included in total project weight.Material is provided FOB jobsite. * 16. Vulcraft open web steel joist weight is included in total project weight. Material is provided FOB jobsite, DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 QUOTE AND ORDER DOCUMENT PROJECT#: Page 34 of 41 AMERICAN BUILDINGS QUOTE#: NOB-23037 Nucor Buildings Group-West,LLC C UST QUOTE#: e Q u o t e P.O.Box 907, 1050 North Watery Lane-Brigham City,UT 84302 LABEL:0- Base -Phone:(209)236-0580-Fax:(209)236-0588 CONTROL#: P202308231410 DATE:8/23/2023 28) EQUOTE QUALIFICATIONS (CONTINUED) Project-wide * 17. Seller's fabrication plant is a IAS AC472 and A660 certified fabrication plant.Seller follows AWS D1.1 and MBMA welding procedures. It is the responsibility of others,i.e.the engineer of record,to ensure that all structural systems and components not by Seller interact compatibly with Seller's structural systems and components. Seller cannot determine the design loads or design code for any particular project. If this proposal is accepted,it will be understood that the design load and design code are the responsibility of the signee and have been verified by the signee to be correct.By signing this order,the signee is taking responsibility for the design loads of the project.Seller is not the Engineer of Record. Please review this Quotation document and these notes carefully as Seller includes only those elements described within this confirmation. Seller does not quote per"Plans and Specs",and it is the responsibility of the Buyer to review this document for accuracy and completeness.It is Seller's intention to provide a clear confirmation and description,if any items are found to be incorrect or not included please notify Seller at your earliest convenience. Order Proposal supersedes information shown on plans and/or specifications.This proposal is the controlling document that describes the scope as understood by the Buyer with signature. If downspouts are quoted:Seller has quoted downspout spacing requirements based on standard county rainfall intensity data as specified in the 2012 version of the MBMA Low Rise Building Systems Manual. If specific quantities and/or spacing is required due to underground drainage or some other limitation,it must be noted as such on the Seller's order document.Seller shall not be responsible for matching downspout spacing and locations as shown on architectural drawings unless quantities are requested on the order documents. Unless explicitly added in this quote:Excludes overhead doors,walk doors,windows,vents,louvers, steel stud walls,wallites,skylites,roof and wall insulation,roof curbs,HVAC loads etc.Excludes any other item or specification that is not specifically mentioned with-in this quote confirmation as being included.Seller's standard product has been quoted unless noted otherwise. Note:Any changes/additions/deletions to the description or content of this eQuote may result in changes to the project price and weight. Seller's wall panels are not designed to accept loads due to drifting snow and/or build-up of snow against the wall panels. It will be the end customer's responsibility to assure that any accumulation of snow is kept away from the building walls.Seller assumes no responsibility for damage of wall systems due to snow loads. Oil canning,or a perceived wavyness,is inherent in cold formed metal panels and is subject to be more or less visible due to thermal movement and or light angle reflectivity.Oil canning will not be considered justification for rejection of panels. For projects including Seller freight,any ferry charges are not included in the pricing.These charges will be levied separately from the contract amount shown on the pricing page. All Seller standard trims are 26 gauge unless noted otherwise. Seller has quoted Seller's standard endwall setbacks unless noted otherwise. All design,tolerances, materials,fabrication,surface prep,primer,schedules,and testing will be provided per Seller's standard practices unless noted otherwise in this proposal. Shop 18. An upcharge will be applied due to the Structural Steel color of Gray Primer being selected. 19. The 14 x 9 roll-up door framed opening supplied on this project has been designed to support a total hanging dead weight of 1260#.In addition,the framed opening has been designed to support wind load, normal to the door, based on standard building code criteria.The framed opening has not been designed for any additional moment or catenary force from the door.Submittal of final door information may result in an increase of the cost of this framed opening due to the need for additional material.The Sellers standard assumes that the drum will attach to thejambs and will require one header at the door elevation with an additional drum cover attachment header,per roll up door framed opening,unless noted otherwise in the User Notes. Offices(Main) 20. An upcharge will be applied due to the Structural Steel color of Gray Primer being selected. DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 QUOTE AND ORDER DOCUMENT PROJECT#: Page 35 of 41 AMERICAN BUILDINGS QUOTE#:NOB-23037 Nucor Buildings Group-West,LLC OUST QUOTE#: e Q u o t e P.O.Box 907,1050 North Watery Lane-Brigham City,LIT 84302 LABEL:0-Base -Phone:(209)236-0580-Fax:(209)236-OS88 CONTROL#:P202308231410 DATE:8/23/2023 28) EQUOTE QUALIFICATIONS (CONTINUED) Offices(West) 21. The 14 x 9 roll-up door framed opening supplied on this project has been designed to support a total hanging dead weight of 1260#.In addition,the framed opening has been designed to support wind load, normal to the door,based on standard building code criteria.The framed opening has not been designed for any additional moment or catenary force from the door.Submittal of final door information may result in an increase of the cost of this framed opening due to the need for additional material.The Sellers standard assumes that the drum will attach to the jambs and will require one header at the door elevation with an additional drum cover attachment header, per roll up door framed opening,unless noted otherwise in the User Notes. 22. An upcharge will be applied due to the Structural Steel color of Gray Primer being selected. Offices(East) 23. The 14 x 9 roll-up door framed opening supplied on this project has been designed to support a total hanging dead weight of 1260#. In addition,the framed opening has been designed to support wind load,normal to the door,based on standard building code criteria.The framed opening has not been designed for any additional moment or catenary force from the door.Submittal of final door information may result in an increase of the cost of this framed opening due to the need for additional material.The Sellers standard assumes that the drum will attach to thejambs and will require one header at the door elevation with an additional drum cover attachment header, per roll up door framed opening, unless noted otherwise in the User Notes. 24. An upcharge will be applied due to the Structural Steel color of Gray Primer being selected. Cupola 25. An upcharge will be applied due to the Structural Steel color of Gray Primer being selected. Canopy 26. An upcharge will be applied due to the Structural Steel color of Gray Primer being selected. "=Added by Estimating SELLER'S SCOPE OF WORK CONTAINS CERTAIN EXCLUSIONS,INCLUDING BUT NOT LIMITED TO: 1. Anchor Bolts 2. Anchor Bolt Embedment Design 3. Foundation Design 4. All other items not specifically listed in this proposal DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 QUOTE AND ORDER DOCUMENT PROJECT#: Page 36 of 41 AMERICAN BUILDINGS QUOTE#: NOB-23037 Nucor Buildings Group-West,LLC OUST QUOTE#: e Q u ote P.O.Box 907,1050 North Watery Lane-Brigham City,UT 84302 LABEL:0- Base -Phone:(209)236-0580-Fax:(209)236-0588 CONTROL#: P202308231410 DATE:8/23/2023 Shakeout, Make yourprojects more efficient andprofitabie using ShakeoutPro" - our new mobile shakeout and staging app. Congratulations, your project includes access to ShakeoutPro` .This mobile application is specifically \ developed to help Builders and Erectors save time receiving, unloading and staging steel at the job site. It's easy-to-use, powerfully robust and only takes a matter of minutes to ,�„ he�/Ib-Y become proficient at using. . iJ To get started with ShakeoutPrOTI, open the American aml Buildings Toolbox app on your mobile device then click the ShakeoutPrOTM icon from the main screen. Once ShakeoutPrOTM is launched, enter your job number then click the load my project button.Using the camera on your smart device, simply point,click and capture the barcode on a part, crate or bundle � �" then view the location of the part highlighted on screen of your project's Tekla 3D BIM Model — showing you exactly where the product fits within the project. From there, you can continue scanning all the parts to determine where to stage everything on yourjobsite for maximum efficiency. For instructions on how to download and install ShakeoutPrOTI to your mobile device, along with additional resources such as training videos, help screens, and frequently asked questions visit: www.americanbuildings.com/shakeoutpro DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 QUOTE AND ORDER DOCUMENT PROJECT#: Page 37 of 41 AMERICAN BUILDINGS QUOTE#:NOB-23037 Nucor Buildings Group-West,LLC OUST QUOTE#: e Q u ote P.O.Box 907,1050 North Watery Lane-Brigham City,UT 84302 LABEL:0- Base -Phone:(209)236-0580-Fax:(209)236-0588 CONTROL#:P202308231410 DATE:8/23/2023 NUCOR BUILDINGS GROUP STANDARD TERMS&CONDITIONS OF SALE(Rev.6/5/2020) All sales by the specific facility or entity of the Nucor Buildings Group("Seller")set forth on the applicable Seller-issued sales order acknowledgement and/or Seller-issued sales order documents(collectively"Sales Documents")are made expressly subject to the following terms and conditions.Seller expressly rejects any different or additional terms or conditions contained i n any documents submitted by the person or entity named as Purchaser in the Sales Documents("Purchaser")or any third party.Seller's provision of credit,acceptance of any purchase order and/or sale of any goods are expressly made conditional on Purchaser's assent to these terms and conditions.Purchaser will be responsible to Seller for any and all of Purchaser's obligations with respect to each transaction contemplated by the Sales Documents(each,an"Order").Any liability or obligations arising pursuant to any Order shall be considered confined and several(not joint)to the applicable Seller set forth in the Sales Documents. 1. Order Acceptance. Orders by Purchaser may be accepted only by mutually executed Sales Documents,which Sales Documents,together with these terms and conditions constitute the entire agreement(this"Agreement" between Seller and Purchaser relating to Seller's sale of the metal building components and related accessories set forth in the applicable Sales Documents(the"Products")to Purchaser.For each Order,the part identification numbers,coverings system identification names,and specific details utilized to construct each building system will vary based upon the applicable Seller manufacturing the Products.The"Common Industry Practices"in the current edition of the Metal Building Manufacturer's Association Building Systems Manual are hereby incorporated into this Agreement by reference.The"Common Industry Practices"apply to this transaction unless the terms thereof conflict with the express terms of this Agreement,in which event the terms of this Agreement shall govern. 2. Payment Terms. Unless otherwise set forth in this Agreement and approved by Seller's authorized credit representative,terms of payment are 10%prepaid and the balance paid cash on delivery or tender of delivery.In the event Purchaser fails to make payment to Seller,or any affiliate of Seller,of any amounts due and owing to Seller or such affiliate(including any applicable surcharge or freight charge),Seller shall have the right to terminate any Sales Documents or any unfulfilled portion thereof, and Seller or any affiliate thereof may terminate army other agreement between Seller or such affiliate and Purchaser.Seller may charge interest on the outstanding balance at a rate of 1 5%per month,or the highest rate allowed by law(whichever is less).Seller shall have the right to employ an attorney to collect the balance due,and Purchaser agrees to pay all collection costs incurred by Seller,including its reasonable attorneys'fees NO RETAINAGE BY PURCHASER IS PERMITTED.Upon Seller having reasonable grounds for insecurity with respect to Purchaser's performance,Seller may demand written assurance of performance Until adequate assurance is received,Seller may suspend performance,including,without limitation,design,fabrication or delivery of the Products.Purchaser shall provide adequate assurance within ten(10)days from Seller's demand Absent adequate assurance acceptable to Seller, Seller shall also be authorized to modify terms of sale,in addition to any other rights or remedies provided by law.Seller's exercise of its rights to adequate assurance of performance shall not excuse Purchaser's breach of this Agreement.Purchaser shall pay Seller's costs of engineering work orders, purchase of out-sourced materials or services,processing,engineering,detailing and producing all approval, permit,or similar erection drawings and details upon delivery of such drawings and receipt of Seller's invoice,which payment shall be credited against the purchase price.If payment is made by credit card, Seller shall be entitled to charge Purchaser a surcharge in an amount consistent with the fees and charges assessed to Seller by third-party processors and others related to credit card payment. 3. Taxes" All taxes of any kind levied by any federal,state,municipal or other governmental authority,which tax Seller is required to collect or pay with respect to an Order shall be the responsibility of Purchaser. Purchaser agrees to pay all such taxes and further agrees to reimburse Seller for any such payments made by Seller.Unless otherwise specifically agreed in the Sales Documents,taxes are not included in the applicable sales price. 4. Delivery. All deliveries are EXW(Incoterms 2020)loaded Seller shipping facility,at which time title and risk of loss shall pass to Purchaser.If freight is prepaid, freight charges will be added to the invoice.Neither freight charges nor tax is subject to any discount.Claims for loss or damage in transit shall be made by Purchaser directly with carrier. Purchaser shall collect the Products at Seller's shipping facility within term(10)days after Seller's notification of the availability of Products.After such 10-day period,Seller reserves the right to charge storage fees as defined below without further notification.Delivery dates are approximate.Delivery schedules will be extended due to any delays in approvals,order clarification,Product or design changes,credit hold,or Purchaser or end customer("End Customer') design or fabrication holds("Purchaser Delays'). Any"Must Ship By Date"set forth in the Sales Documents is for purpose of price protection only.If the Products do not ship by the designated-Must Ship By Date"due to delays beyond Seller's control,including without limitation, Purchaser Delays,(a)the price provided in the Sales Documents may be increased by Seller for any additional costs incurred by Seller,with such price increases shall be implemented by Change Order(as defined below)issued by Seller,which shall be binding on Purchaser,and(b)Seller shall invoice Purchaser for the full amount of the purchase price of such Products,which shall be paid in accordance with the terms of payment herein.Risk of loss shall be assumed by Purchaser upon notice that the Products are stored.Seller shall not be liable for loss, damage or deterioration of Stored Products.Stored Products are susceptible to damage and deterioration, and any claims,actions or damages for such deterioration or damage are hereby waived.Seller may,at its option,store the Products in covered or outside space Storage charges will accrue at$100 per load per day,max at$500 per load per week,until actual shipment.Storage charges are due upon invoicing.In the event Purchaser requests that Seller delay any shipment,Purchaser shall provide reasonable evidence of property insurance on the Products,with waivers of any and all rights of subrogation,including without limitation,legal,equitable and contractual claims, against Seller,and designating Seller as loss payee.As an accommodation to Purchaser,Seller may arrange for shipment to a location designated by Purchaser(the"Destination").In such event:(a)Purchaser agrees to make available a safe location for unloading at the Destination;(b)each load shall be unloaded by Purchaser within four(4) hours of the arrival time("Unloadina Window")at the Destination,and for the first four(4)hours after the Unloading Window, Purchaser shall pay an additional fee of$50 per hour of delay per load,and thereafter,Purchaser shall be responsible for any and all additional costs associated with continued delay;(c)if arrival of a particular load at the Destination does not occur within two(2)hours of the scheduled arrival time,Seller agrees to credit Purchaser SSO per hour per load with a maximum of$400 per load,which is Purchaser's exclusive remedy for such delay;(d)freight damage must be noted on the applicable shipping documents and notice and request for instructions must be transmitted to Seller prior to the carrier leaving the Destination;(e)shortages must be reported within thirty(30)days following delivery.In order to obtain credits for late arrival,arrival times must be clearly noted on the bill of lading and signed by Purchaser's authorized representative. S. Force Maieure. Seller shall not be responsible for non-shipment of Products or delays in delivery or performance due to causes beyond its reasonable control,including,but not limited to,acts of God;acts of Purchaser;epidemic,pandemic or public health crisis;strikes or other labor disturbances;Seller's inability to obtain,or material increases in the cost of,fuel,raw materials or parts;change in,or order under,any government law,ordinance,rule or regulation (whether valid or invalid);delays in transportation;repairs to equipment;fires;accidents;or any other contingency beyond the reasonable control of Seller, whether or not the contingency is of the same class as those enumerated above,it being expressly agreed that such enumeration is non-exclusive.Acceptance of Products upon delivery shall constitute a waiver by Purchaser of any claim for damages on account of non-shipment or delays in delivery or performance. DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 QUOTE AND ORDER DOCUMENT PROJECT#: Page 38 of 41 QUOTE#:NOB-23037 e Q u ote AMERICAN BUILDINGS CUST QUOTE#: Nucor Buildings Group-West,LLC P.O.Box 907, 1050 North Watery Lane-Brigham City,UT 84302 LABEL:0-Base -Phone:(209)236-0580-Fax:(209)236-OS88 CONTROL#: P202308231410 DATE:8/23/2023 01 NUCOR BUILDINGS GROUP STANDARD TERMS&CONDITIONS OF SALE (Rev.6/5/2020) (CONTINUED) 6. Produc yyg .DU. SUBJECT TO STANDARD MANUFACTURING VARIATIONS,SELLER WARRANTS THAT THE PRODUCTS SHALL MEET THE PRODUCT SPECIFICATIONS SET FORTH IN THE APPLICABLE SALES DOCUMENTS FOR A PERIOD OF ONE(1)YEAR FROM THE DATE OF DELIVERY TO PURCHASER.SELLER MAKES NO OTHER WARRANTIES,EXPRESS OR IMPLIED,AND SPECIFICALLY DISCLAIMS ALL WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE. 7. Claims. No claims for non-conforming Products will be allowed unless Seller(a)is given notice of the applicable claim within six months following delivery, and(b)allowed an opportunity to inspect them or otherwise provided conclusive evidence supporting the claim. Products for which damages are claimed shall not be returned,repaired,or discarded without Seller's written consent. Seller will not pay any claims or accept any back-charges from Purchaser related to correction of errors and repairs unless prior to any correction or repair Purchaser provides Seller with a written notice describing such claim in reasonable detail,including without limitation sufficient information to allow Seller to evaluate such claim,determine the estimated amount of man-hours needed, materials required and overall direct cost to Purchaser to address such non-conforming Products. If Seller determines that the Products are non-conforming. Seller may authorize corrective action by issuing Purchaser a written authorization.After receiving such authorization, Purchaser can make the corrections.The maximum hourly labor rate for work approved by Seller shall not exceed$45.00 per hour,unless otherwise specified in the written authorization.Cost of equipment(rental expense,value or depreciation),tools, supervision,overhead and profit,and delay charges are specifically excluded. PURCHASER'S EXCLUSIVE REMEDY AGAINST SELLER,AND SELLER'S SOLE OBLIGATION, FOR ANY AND ALL CLAIMS, WHETHER FOR BREACH OF CONTRACT, WARRANTY,TORT(INCLUDING NEGLIGENCE),OR OTHERWISE, SHALL BE LIMITED TO,AT SELLER'S OPTION, SELLER'S: (A)AUTHORIZATION TO PURCHASER FOR CORRECTIVE ACTION FOR THE NON-CONFORMING PRODUCTS;(B) REPLACING NON-CONFORMING PRODUCTS; OR(C) REFUNDING THE PURCHASE PRICE OF THE NON-CONFORMING PRODUCTS.IN NO EVENT SHALL SELLER HAVE ANY LIABILITY FOR DAMAGES IN AN AMOUNT EXCEEDING THE PURCHASE PRICE OF THE PRODUCTS IN QUESTION,NOR SHALL SELLER HAVE ANY LIABILITY FOR SPECIAL, INCIDENTAL,INDIRECT, PUNITIVE OR CONSEQUENTIAL DAMAGES.SELLER SHALL NOT BE RESPONSIBLE FOR LOSS OR DAMAGE TO PRODUCTS AFTER DELIVERY.Any Claims which have not been asserted by written notice to Seller within the designated time periods hereunder are waived.Any legal action or proceeding by Purchaser must be commenced within one(1)year from date of delivery or the date the cause of action accrues,whichever is earlier. B. Purchaser Warranty. Purchaser warrants that(a)it has determined the intended use of the building in which the Products will be Incorporated;(b)it has determined and specified in writing to Seller all loads for such buildings,including,but not limited to,live load,wind load,snow load,collateral,mechanical or auxiliary loads,seismic data,importance and exposure factors,and the same are set forth in the Sales Documents;(c)such determinations and specifications comply with applicable building codes,statutory and regulatory requirements pertaining to such buildings and the Products;(d)all Products sold pursuant to this Agreement shall be erected in accordance with Seller's erection drawings, details, manuals and any applicable erection specifications;(e)Purchaser,End Customer or their respective licensed design professional("Design Professional')shall be responsible for erection,supervision of erection, inspection of erection,field connections,structural connections,bracing to structural systems,and all required engineering related to the foregoing;and(f)that all loads, exposure factors,codes and other specifications in the Sales Documents(i)were specified correctly to Seller,and are otherwise are true,correct and complete, (ii)have been determined in consultation with a licensed Design Professional or local governmental administrator,and(iii)fully satisfy local governmental and regulatory requirements for the building and Products,as well as satisfy any special use requirements or specifications of End Customer.Purchaser acknowledges that Seller is not the Design Professional of record for any project.Purchaser, End Customer or their Design Professionals shall be responsible for the design,installation and maintenance of translucent panels or skylights in compliance with applicable laws and standards.Seller has no responsibility for erection,supenlision of erection,or inspection of erection of the Products.Field connections, structural connections,and bracing to structural systems provided by others are not the responsibility of Seller and require engineering by the End Customer's or Purchaser's qualified Design Professional.Purchaser shall indemnify,defend and hold Seller harmless from all claims,actions,damages,losses or expenses,including without limitation reasonable attorney's fees and litigation expenses,arising out of or related to erection,supervision of erection,inspection of erection,field connections,structural connections,bracing to structural systems,and all required engineering related thereto,including without limitation(W)noncompliance with Seller's erection plans or the Sales Documents;(X)negligent or faulty erection of the Products by Purchaser,End Customer or their subcontractors;(Y)inadequate structural systems, connections,bracing or other materials provided by third parties;or(Z)any breach of any of Purchaser's warranties or obligations under this Agreement. 9_ Change Orders. This Agreement may be modified or amended only by a written change order issued by Seller(a"Change Order").A Change Order issued by Seller and signed by Purchaser shall be effective only upon final acceptance by Seller. 10. Inspections. This Agreement contains no provision for Purchaser's inspection of Seller's facility or fabrication.If an inspection is required by Purchaser,Seller must be notified a minimum of four(4)weeks prior to the scheduled delivery date.Any inspection must take place at Seller's facility prior to application of the primer and without interruption to Seller's business,and must otherwise comply with the AISC Code of Standard Practice pertaining to inspections and approvals.Any inspector fees,travel expenses,and expense of special inspection equipment are Purchaser's sole liability.The reasonable costs and expenses incurred by Seller arising from Purchaser's inspection of fabrication shall be paid by Purchaser.Any conditions inspected must pertain specificallyto the Products manufactured by Sellerfor this Agreement.FIELD INSPECTIONS OF ANY NATURE ARE NOT WITHIN THE SCOPE OF THIS AGREEMENT.Inspections may be included only as part of additional warranties purchased by Purchaser as specified in the Sales Documents. 11. Severability/Gaverning Law/Assignment. If any provision of this Agreement is found to be invalid or unenforceable under applicable law,such provision shall be severable and the remaining provisions of this Agreement shall remain in full force and effect.To the fullest extent allowed by law,this Agreement shall be governed by the laws of the State in which Seller's facility is located,without regard to any conflicts of laws provisions that would direct the application of the laws of any other jurisdiction.Purchaser may not assign,transfer or delegate this Agreement or any interest or obligation herein.Seller may assign,transfer or delegate this Agreement or any portion of its obligations hereunder to an affiliate or subsidiary of Seller.Subject to this Section 11 this Agreement shall bind and benefit only Seller and Purchaser and shall not benefit any other persons or entities and shall not be deemed to create any rights in favor of any End Customer or other persons or entities,whether or not referred to in this Agreement. DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 QUOTE AND ORDER DOCUMENT PROJECT#: Page 39 of 41 AMERICAN BUILDINGS QUOTE#:NOB-23037 CUST QUOTE#: e Q u o to Nucor Buildings Group-West,LLC P.O.Box 907,1050 North Watery Lane-Brigham City,UT 84302 LABEL:0 Base -Phone:(209)236-0580-Fax:(209)236-OS88 CONTROL#:P202308231410 DATE:8/23/2023 NUCOR BUILDINGS GROUP STANDARD TERMS&CONDITIONS OF SALE (Rev.6/5/2020) (CONTINUED) 12. Disuute Resolution. Any dispute arising in connection with this Agreement shall be submitted to arbitration;provided however•Purchaser and Seller agree that the sole exceptions to the foregoing are that Seller,at its sole option,may require that disputes involving patent infringement claims(including without limitation direct claims as well as related indemnity or warranty claims),requests for injunctive relief or actions to enforce any lien rights,rights under any surety bond,or arbitral award,be submitted to any court of competent jurisdiction.Except as otherwise set forth in this Section 12 such arbitration shall be conducted pursuant to the Federal Arbitration Act(9 U.S.C.1 et seq.).The language of arbitration shall be English.To the fullest extent allowed by law,the place of arbitration shall be,at the option of Seller,any city within the State in which Seller's shipping facility is located,or Charlotte,North Carolina.If the amount in dispute is less than$1,000,000,all issues shall be determined by one(1)neutral arbitrator,and if the amount is equal to or greater than$1,000,000, all issues shall be determined by three(3)neutral arbitrators.The arbitrator(s)shall be selected pursuant to the AAA"Arbitrator Select:List and Appointment" process,or if unavailable,a similar process offered by any other nationally recognized alternative dispute resolution organization.The arbitrator(s)shall have the authority to and shall award the prevailing party its reasonable costs and attorneys'fees.Failing such award,expenses of the arbitration shall be divided equally between the parties.in the event of arbitration,the arbitration panel shall pass finally upon all questions,both of law and fact,and its findings and award shall be conclusive.Pre-hearing discovery shall be available to both parties and shall be governed by the Federal Rules of Civil Procedure,Such discovery may be used as evidence in the arbitration hearing to the same extent as if it were a court proceeding.All aspects of the arbitration proceedings, including but not limited to the results of the arbitration,information obtained by either party du ring the course of discovery,as well as the existence of the arbitration itself,unless necessary for confirmation or enforcement of an arbitration award or otherwise required to be disclosed pursuant to applicable law, shall be kept confidential and shall not be disclosed to any third party.Information obtained by either party during the course of discovery shall not be used except in connection with the arbitration proceeding,and at the conclusion of the proceeding shall be returned to the other party.Both parties shall make their agents and employees available upon reasonable notice at reasonable times and places for pre-hearing depositions without the necessity of subpoenas or other court orders.The arbitrators shall issue subpoenas to compel the attendance of,and the production of documents by,third party witnesses at depositions or at the hearing.Enforcement of the arbitration award may be ordered by any court of competent jurisdiction. DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 QUOTE AND ORDER DOCUMENT PROJECT#: Page 40 of 41 AMERICAN BUILDINGS QUOTE#: NOB-23037 } `e Nucor Buildings Group-West, LLC CUST QUOTE#: e Q U O P.O.Box 907, 1050 North Watery Lane-Brigham City,UT 84302 LABEL:0-Base -Phone:(209)236-0580-Fax:(209)236-0588 CONTROL#: P202308231410 DATE:8/23/2023 This Price will be honored if the Order is Entered by(Entry Date): 2L?.2L2023 and the price will be protected if Delivered by(Must Ship by Date): 1/12L2Q24 (Not a Delivery Date) DocuSign Envelope ID:8740B932-96E8-498B-BF41-121139969lF2 Page41 of41 a - o O• r` � b a � o f 1^ My R Y •f 4 'I T a 4 � eRn IPa IY'=0' A1ID UG PRWECT 1PK: DO NOT USE FOR FINAL CONSTRUCTION KENT EAST HILL OPERATIONS CENTER KEHOC 94Eu Me 5/22/76" 10:16 Au KENT• WA AlLZICAX 18a11[ltIID2Jr,S PRELIMINARY FLOOR PLAN MT EA NAME. y smm wweR owrE Ruwam CORONA STEEL, INC. FP1 NOB-23037 CAKEWOOO. WA DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691F2 Exhibit B Insurance Requirements Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees, or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: Commercial General Liability insurance shall be written on Insurance Services Office (ISO) occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products-completed operations, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85. The City shall be named as an insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO additional insured endorsement CG 20 10 11 85 or a substitute endorsement providing equivalent coverage. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. The Contractor may use Umbrella or Excess Policies to provide the liability limits as required in this Agreement. This form of insurance will be acceptable if all the Primary and Umbrella or Excess Policies shall provide all of the insurance coverages herein required. The Umbrella or Excess policies shall be provided on a true "following form" or broader coverage basis, with coverage at least as broad as provided on the underlying Commercial General Liability insurance. Automobile Liability insurance providing bodily injury and property damage liability coverage for all autos used in the performance of this Agreement. This coverage must be on a primary and non-contributory basis only. Coverage shall be written on 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. DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691F2 Workers' Compensation coverage for the employees of Contractor and subcontractors as required by the Industrial Insurance laws of the State of Washington. Contractor's Pollution Liability insurance covering losses caused by pollution conditions that arise from the operations of the Contractor. Builder's Risk insurance covering interests of the City, the Contractor, Subcontractors, and Sub-subcontractors in the work. Builder's Risk insurance shall be on an all-risk policy form and shall insure against the perils of fire and extended coverage and physical loss or damage including flood and earthquake, theft, vandalism, malicious mischief, collapse, temporary buildings, and debris removal. This Builder's Risk insurance covering the work will have a maximum deductible of $5,000 for each occurrence, which will be the responsibility of the Contractor. Builder's Risk insurance shall be maintained until final acceptance of the work by the City. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: Commercial General Liability insurance shall be written with limits no less than $5,000,000 per occurrence, and $5,000,000 products and completed operations aggregate limit Premise and Operations Liability, including explosion, collapse, and underground Owners and Contractors Protective Liability Blanket Contractual Liability Stop Gap Liability - $1,000,000/$1,000,000/$1,000,000 Waiver of Subrogation Primary Non-Contributory Additional Insured coverage for the City of Kent, et. al. Umbrella/Excess Liability insurance shall be written with limits no less than $3,000,000 per occurrence, $3,000,000 general aggregate. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $2,000,000 per occurrence. Contractor's Pollution Liability insurance covering losses caused by pollution conditions that arise from the operations of any Contractor doing work on behalf of the City, in the City's right-of-way. DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691F2 Contractor's Pollution Liability insurance shall be written in an amount of at least $1,000,000 per occurrence, with an aggregate of at least $2,000,000. Coverage may be written on a claims-made basis. Builder's Risk insurance utilizing an "All Risk" coverage form, with limits equal to the completed value of the project and no coinsurance penalty provisions. Such coverage shall name the City of Kent as a loss payee. If the Contractor maintains broader coverage and/or higher limits than the minimums shown above, the City requires and shall be entitled to the broader coverage and/or the higher limits maintained by the Contractor. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the City. The above policy limits may be obtained with excess liability (umbrella) insurance. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Commercial General Liability and Automobile Liability insurance: 1. The Contractor's insurance coverage shall be primary insurance with respect to the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be in excess of the Contractor's insurance policies and shall not contribute to the Contractor's insurance policies. 2. Contractor's insurer must deliver or mail written notice of cancellation to the named insured at least forty-five (45) days before the effective date of the cancellation. The Contractor's insurance policy shall include an endorsement that provides the City with written notice of cancellation forty-five (45) days before the effective date of the cancellation. If Contractor's insurer fails to provide the City with a copy of the notice of cancellation endorsement, the Contractor must notify the City of any cancellation, nonrenewal or termination within two (2) business days of their receipt of such notice. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) with respect to work performed by or on behalf of the Contractor and a copy of the endorsement naming the City as an additional insured shall be attached to the Certificate of Insurance. The City reserves the DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691F2 right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claims are made or suit is brought, except with respect to the limits of the insurer's liability. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. E. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. The City waives no rights, and the Contractor is not excused from performance if Contractor fails to provide the City with a copy of the endorsements naming the City as a Primary Non-Contributory Additional Insured. F. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverage for subcontractors shall be subject to all the same insurance requirements as stated herein for the Contractor. DocuSign Envelope ID:8740B932-96E8-498B-BF41-121139969lF2 COROSTEE V IIrr11 Vr. VJVVI DATE(MM/DD/Y ACORDTM CERTIFICATE OF LIABILITY INSURANCE YYY) 9/12/2023 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 have ADDITIONAL INSURED provisions or 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 any rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Rainey Lindholm Propel Insurance PHONE g00 499-0933 FAX 866 577-1326 A/C,No,Ext: A/C,No 601 Union Street; Suite 3400 E-MAIL ADDRESS: Y @p pIlndholm raine ro elinsurance.com COM Construction Seattle,WA 98101-1371 INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:Zurich American Insurance Company 16535 INSURED INSURER B:Navigators Insurance Company 42307 Corona Steel Inc. INSURER C: orP SAIF Corporation 36196 Corona Stud&Deck LLC Homeland Insurance Company of New York 34452 INSURER D: P Y 3015 106th Street S Lakewood,WA 98499 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: 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 CONTRACTOR 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 ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR INSR WVD POLICY NUMBER MM/DD MM/DD A X COMMERCIAL GENERAL LIABILITY GLA016541806 12/16/2022 12/16/2023 EACH OCCURRENCE $1 OOO 000 CLAIMS-MADE � OCCUR PREMISES Ea oNcur ence $100,000 X PD Ded:10,000 MED EXP(Any one person) $10,000 PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY ^I JECOT LOC PRODUCTS-COMP/OPAGG $2,000,000 OTHER: $ A AUTOMOBILE LIABILITY GLA016541806 12/16/2022 12/16/202 COEaMBINED SINGLE LIMIT accident $1,000,000 X ANY AUTO Form CA0001 BODILY INJURY(Per person) $ OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY(Per accident) $ HIRED NON-OWNED PROPERTY DAMAGE X AUTOS ONLY X AUTOS ONLY Per accident $ B UMBRELLA LIAB X OCCUR SE22EXC7428921V 12/16/2022 12/16/2023 EACH OCCURRENCE s51000,000 X EXCESS LIAB CLAIMS-MADE Following Form AGGREGATE $5 00O 000 DED I I RETENTION$-0- $ A WORKERS COMPENSATION WC016541906 12/16/2022 12/16/2023 X PER OTH- AND EMPLOYERS'LIABILITY TAT TE ER Y/N ANY PROP RIETOR/PARTNER/EXECUTIVE WA Stop Gap E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? N/A (Mandatory in NH) 784074 CSI Oregon 9/01/2023 09/01/2024 E.L.DISEASE-EA EMPLOYEE $1,000,000 Dyes,describe under D 855753 CSD Oregon 9/01/2023 09/01/202 E.L.DISEASE-POLICY LIMIT $1 000 000 DESCRIPTION OF OPERATIONS below , , D Pollution 7930092070004 4/25/2023 04/25/2024 $2,000,000 Occurrence $2,000,000 Aggregate $10,000 Deductible DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(,CORD 101,Additional Remarks Schedule,may be attached if more space is required) RE: Kent East Hill Operations Center(KEHOC) Pre Engineered Metal Building#FAC 23-09B City of Kent and any other entity required under written contract is an Additional Insured as per attached forms CERTIFICATE HOLDER CANCELLATION City f Kt SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE y o en THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 1220 Central Ave S. ACCORDANCE WITH THE POLICY PROVISIONS. Kent,WA 98032 AUTHORIZED REPRESENTATIVE At ©1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016/03) 1 of 1 The ACORD name and logo are registered marks of ACORD #S6147688/M6147493 RL00 DocuSign Envelope ID:8740B932-96E8-498B-BF41-1 21 1 399691 F2 This page has been left blank intentionally. DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691F2 Additional Insured — Automatic — Owners, Lessees Or ZURICH Contractors THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Policy No. GLA 0165418-06 Effective Date: 12/16/2022 This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part A. Section II —Who Is An Insured is amended to include as an additional insured any person or organization whom you are required to add as an additional insured under a written contract or written agreement executed by you, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" and subject to the following: 1. If such written contract or written agreement specifically requires that you provide that the person or organization be named as an additional insured under one or both of the following endorsements: a. The Insurance Services Office (ISO) ISO CG 20 10 (10/01 edition); or b. The ISO CG 20 37 (10/01 edition), such person or organization is then an additional insured with respect to such endorsement(s), but only to the extent that"bodily injury", "property damage" or"personal and advertising injury" arises out of: (1) Your ongoing operations, with respect to Paragraph 1.a. above; or (2) "Your work", with respect to Paragraph 1.b. above, which is the subject of the written contract or written agreement. However, solely with respect to this Paragraph 1., insurance afforded to such additional insured: (a) Only applies if the"bodily injury", "property damage"or"personal and advertising injury"offense occurs during the policy period and subsequent to your execution of the written contract or written agreement; and (b) Does not apply to "bodily injury" or"property damage" caused by "your work" and included within the "products-completed operations hazard" unless the written contract or written agreement specifically requires that you provide such coverage to such additional insured. 2. If such written contract or written agreement specifically requires that you provide that the person or organization be named as an additional insured under one or both of the following endorsements: a. The Insurance Services Office (ISO) ISO CG 20 10 (07/04 edition); or b. The ISO CG 20 37 (07/04 edition), such person or organization is then an additional insured with respect to such endorsement(s), but only to the extent that"bodily injury", "property damage" or"personal and advertising injury" is caused, in whole or in part, by: (1) Your acts or omissions; or (2) The acts or omissions of those acting on your behalf, U-GL-2162-A CW(02/19) Page 1 of 4 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 in the performance of: (a) Your ongoing operations, with respect to Paragraph 2.a. above; or (b) "Your work" and included in the "products-completed operations hazard", with respect to Paragraph 2.b. above, which is the subject of the written contract or written agreement. However, solely with respect to this Paragraph 2., insurance afforded to such additional insured: (i) Only applies if the "bodily injury", "property damage" or "personal and advertising injury" offense occurs during the policy period and subsequent to your execution of the written contract or written agreement; and (ii) Does not apply to "bodily injury" or "property damage" caused by "your work" and included within the "products-completed operations hazard" unless the written contract or written agreement specifically requires that you provide such coverage to such additional insured. 3. If neither Paragraph 1. nor Paragraph 2. above apply and such written contract or written agreement requires that you provide that the person or organization be named as an additional insured: a. Under the ISO CG 20 10 (04/13 edition, any subsequent edition or if no edition date is specified); or b. With respect to ongoing operations (if no form is specified), such person or organization is then an additional insured only to the extent that "bodily injury", "property damage" or"personal and advertising injury" is caused, in whole or in part by: (1) Your acts or omissions; or (2) The acts or omissions of those acting on your behalf, in the performance of your ongoing operations, which is the subject of the written contract or written agreement. However, solely with respect to this Paragraph 3., insurance afforded to such additional insured: (a) Only applies to the extent permitted by law; (b) Will not be broader than that which you are required by the written contract or written agreement to provide for such additional insured; and (c) Only applies if the"bodily injury", "property damage"or"personal and advertising injury"offense occurs during the policy period and subsequent to your execution of the written contract or written agreement. 4. If neither Paragraph 1. nor Paragraph 2. above apply and such written contract or written agreement requires that you provide that the person or organization be named as an additional insured: a. Under the ISO CG 20 37 (04/13 edition, any subsequent edition or if no edition date is specified); or b. With respect to the "products-completed operations hazard" (if no form is specified), such person or organization is then an additional insured only to the extent that"bodily injury"or"property damage" is caused, in whole or in part by "your work" and included in the "products-completed operations hazard", which is the subject of the written contract or written agreement. However, solely with respect to this Paragraph 4., insurance afforded to such additional insured: (1) Only applies to the extent permitted by law; (2) Will not be broader than that which you are required by the written contract or written agreement to provide for such additional insured; (3) Only applies if the "bodily injury" or "property damage" occurs during the policy period and subsequent to your execution of the written contract or written agreement; and (4) Does not apply to "bodily injury" or "property damage" caused by "your work" and included within the "products-completed operations hazard" unless the written contract or written agreement specifically requires that you provide such coverage to such additional insured. U-GL-2162-A CW(02/19) Page 2 of 4 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 B. Solely with respect to the insurance afforded to any additional insured referenced in Section A. of this endorsement, the following additional exclusion applies: This insurance does not apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or surveying services including: 1. The preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or 2. Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the 'occurrence"which caused the"bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any professional architectural, engineering or surveying services. C. Solely with respect to the coverage provided by this endorsement, the following is added to Paragraph 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit of Section IV—Commercial General Liability Conditions: The additional insured must see to it that: (1) We are notified as soon as practicable of an 'occurrence" or offense that may result in a claim; (2) We receive written notice of a claim or"suit' as soon as practicable; and (3) A request for defense and indemnity of the claim or"suit'will promptly be brought against any policy issued by another insurer under which the additional insured may be an insured in any capacity. This provision does not apply to insurance on which the additional insured is a Named Insured if the written contract or written agreement requires that this coverage be primary and non-contributory. D. Solely with respect to the coverage provided by this endorsement: 1. The following is added to the Other Insurance Condition of Section IV — Commercial General Liability Conditions: Primary and Noncontributory insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured provided that: a. The additional insured is a Named Insured under such other insurance; and b. You are required by written contract or written agreement that this insurance be primary and not seek contribution from any other insurance available to the additional insured. 2. The following paragraph is added to Paragraph 4.b. of the Other Insurance Condition under Section IV — Commercial General Liability Conditions: This insurance is excess over: Any of the other insurance,whether primary, excess, contingent or on any other basis,available to an additional insured, in which the additional insured on our policy is also covered as an additional insured on another policy providing coverage for the same 'occurrence", offense, claim or "suit'. This provision does not apply to any policy in which the additional insured is a Named Insured on such other policy and where our policy is required by a written contract or written agreement to provide coverage to the additional insured on a primary and non- contributory basis. E. This endorsement does not apply to an additional insured which has been added to this Coverage Part by an endorsement showing the additional insured in a Schedule of additional insureds, and which endorsement applies specifically to that identified additional insured. F. Solely with respect to the insurance afforded to an additional insured under Paragraph A.3. or Paragraph A.4. of this endorsement, the following is added to Section III— Limits Of Insurance: Additional Insured—Automatic—Owners, Lessees Or Contractors Limit The most we will pay on behalf of the additional insured is the amount of insurance: U-GL-2162-A CW(02/19) Page 3 of 4 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 1. Required by the written contract or written agreement referenced in Section A. of this endorsement; or 2. Available under the applicable Limits of Insurance shown in the Declarations, whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. All other terms, conditions, provisions and exclusions of this policy remain the same. U-GL-2162-A CW(02/19) Page 4 of 4 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691F2 Other Insurance Amendment — Primary And Non- : Contributory ZURICH Policy No. Eff.Date of Pol. Exp.Date of Pol. Eff Date of End. Producer No. AddT Prem Return Prem. GLA 016541806 12/16/2022 12/16/2023 73038000 INCL THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Named Insured: Corona Steel, Inc. ; Corona Stud & Deck LLC Address (including ZIP Code): 3015 106th Street S Lakewood, WA 98499 This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part 1. The following paragraph is added to the Other Insurance Condition of Section IV — Commercial General Liability Conditions: This insurance is primary insurance to and will not seek contribution from any other insurance available to an additional insured under this policy provided that: a. The additional insured is a Named Insured under such other insurance; and b. You are required by a written contract or written agreement that this insurance would be primary and would not seek contribution from any any other insurance available to the additional insured. 2. The following paragraph is added to Paragraph 4.b. of the Other Insurance Condition of Section IV — Commercial General Liability Conditions: This insurance is excess over: Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured on another policy providing coverage for the same "occurrence", offense, claim or "suit". This provision does not apply to any policy in which the additional insured is a Named Insured on such other policy and where our policy is required by written contract or written agreement to provide coverage to the additional insured on a primary and non-contributory basis. All other terms and conditions of this policy remain unchanged. U-GL-1327-B CW(04/13) Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 This page has been left blank intentionally. DocuSign Envelope ID:8740B932-96E8-498B-BF41-121139969lF2 Waiver Of Subrogation (Blanket) Endorsement Z U RI C H Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff.Date of End. Producer AWL Prem Return Prem. GLA016541806 12/16/2022 12/16/2023 Propel Insurance $ $ THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition: If you are required by a written contract or agreement,which is executed before a loss,to waive your rights of recovery from oth- ers,we agree to waive our rights of recovery. This waiver of rights shall not be construed to be a waiver with respect to any other operations in which the insured has no contractual interest. U-GL-925-B CW(12/01) Pagel of 1 DocuSign Envelope ID:8740B932-96E8-498B-BF41-1 21 1 399691 F2 This page has been left blank intentionally. DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691F2 POLICY NUMBER:GLA 0165418-06 COMMERCIAL GENERAL LIABILITY CG 25 03 05 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Construction Project(s): ANY CONSTRUCTION PROJECT EXCEPT A CONSTRUCTION PROJECT FOR WHICH A CONSOLIDATED (WRAP—UP) OR SIMILAR PROGRAM HAS BEEN PROVIDED . Information required to complete this Schedule if not shown above will be shown in the Declarations. A. For all sums which the insured becomes legally 3. Any payments made under Coverage A for obligated to pay as damages caused by damages or under Coverage C for medical "occurrences"under Section I —Coverage A,and expenses shall reduce the Designated for all medical expenses caused by accidents Construction Project General Aggregate Limit under Section I —Coverage C, which can be for that designated construction project. Such attributed only to ongoing operations at a single payments shall not reduce the General designated construction project shown in the Aggregate Limit shown in the Declarations nor Schedule above: shall they reduce any other Designated 1. A separate Designated Construction Project Construction Project General Aggregate Limit General Aggregate Limit applies to each for any other designated construction project designated construction project, and that limit shown in the Schedule above. is equal to the amount of the General 4. The limits shown in the Declarations for Each Aggregate Limit shown in the Declarations. Occurrence, Damage To Premises Rented To 2. The Designated Construction Project General You and Medical Expense continue to apply. Aggregate Limit is the most we will pay for the However, instead of being subject to the sum of all damages under Coverage A,except General Aggregate Limit shown in the damages because of "bodily injury"or Declarations, such limits will be subject to the "property damage"included in the "products- applicable Designated Construction Project completed operations hazard", and for General Aggregate Limit. medical expenses under Coverage C regardless of the number of: a. Insureds; b. Claims made or "suits"brought; or c. Persons or organizations making claims or bringing "suits". CG 25 03 05 09 © Insurance Services Office, Inc., 2008 Page 1 of 2 ❑ DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691F2 B. For all sums which the insured becomes legally C. When coverage for liability arising out of the obligated to pay as damages caused by "products-completed operations hazard"is "occurrences"under Section I —Coverage A,and provided, any payments for damages because of for all medical expenses caused by accidents "bodily injury"or "property damage"included in under Section I —Coverage C, which cannot be the "products-completed operations hazard"will attributed only to ongoing operations at a single reduce the Products-completed Operations designated construction project shown in the Aggregate Limit, and not reduce the General Schedule above: Aggregate Limit nor the Designated Construction 1. Any payments made under Coverage A for Project General Aggregate Limit. damages or under Coverage C for medical D. If the applicable designated construction project expenses shall reduce the amount available has been abandoned, delayed, or abandoned under the General Aggregate Limit or the and then restarted, or if the authorized Products-completed Operations Aggregate contracting parties deviate from plans, blueprints, Limit, whichever is applicable; and designs, specifications or timetables, the project 2. Such payments shall not reduce any will still be deemed to be the same construction Designated Construction Project General project. Aggregate Limit. E. The provisions of Section III —Limits Of Insurance not otherwise modified by this endorsement shall continue to apply as stipulated. Page 2 of 2 © Insurance Services Office, Inc., 2008 CG 25 03 05 09 ❑ DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691F2 Blanket Notification To Others Of Cancellation Z U R1 C H THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Policy No. GLA 016541806 Effective Date: 12/16/2 0 2 2 This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part A. If we cancel this Coverage Part by written notice to the first Named Insured for any reason other than nonpayment of premium, we will deliver electronic notification that such Coverage Part has been cancelled to each person or organization shown in a Schedule provided to us by the First Named Insured. Such Schedule: 1. Must be initially provided to us within 15 days: a. After the beginning of the policy period shown in the Declarations; or b. After this endorsement has been added to policy; 2. Must contain the names and e-mail addresses of only the persons or organizations requiring notification that such Coverage Part has been cancelled; 3. Must be in an electronic format that is acceptable to us; and 4. Must be accurate. Such Schedule may be updated and provided to us by the First Named Insured during the policy period. Such updated Schedule must comply with Paragraphs 2. 3. and 4. above. B. Our delivery of the electronic notification as described in Paragraph A. of this endorsement will be based on the most recent Schedule in our records as of the date the notice of cancellation is mailed or delivered to the first Named Insured. Delivery of the notification as described in Paragraph A. of this endorsement will be completed as soon as practicable after the effective date of cancellation to the first Named Insured. C. Proof of e-mailing the electronic notification will be sufficient proof that we have complied with Paragraphs A. and B. of this endorsement. D. Our delivery of electronic notification described in Paragraphs A. and B. of this endorsement is intended as a courtesy only. Our failure to provide such delivery of electronic notification will not: 1. Extend the Coverage Part cancellation date; 2. Negate the cancellation; or 3. Provide any additional insurance that would not have been provided in the absence of this endorsement. E. We are not responsible for the accuracy, integrity, timeliness and validity of information contained in the Schedule provided to us as described in Paragraphs A. and B. of this endorsement. All other terms, conditions, provisions and exclusions of this policy remain the same. U-GL-107-A CW(10/16) Page 1 of 1 Includes copyrighted material of Insurance Services Office,Inc.with its permission. DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691F2 Washington Blanket Notification To Others Of Z U R1 C H Cancellation THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Policy No. GLA 016541806 Effective Date: 12/16/2022 This endorsement modifies insurance provided under the: Auto Dealers Coverage Form Business Auto Coverage Form Motor Carrier Coverage Form A. If we cancel this Coverage Part by written notice to the first Named Insured for any reason other than nonpayment of premium, we will deliver electronic notification that such Coverage Part has been cancelled to each person or organization issued a Certificate of Insurance shown in a Schedule provided to us by the First Named Insured. Such Schedule: 1. Must be initially provided to us within 15 days: a. After the beginning of the policy period shown in the Declarations; or b. After this endorsement has been added to policy; 2. Must contain the names and e-mail addresses of only the persons or organizations requiring notification that such Coverage Part has been cancelled; 3. Must be in an electronic format that is acceptable to us; and 4. Must be accurate. Such Schedule may be updated and provided to us by the First Named Insured during the policy period. Such updated Schedule must comply with Paragraphs 2., 3. and 4. above. B. Our delivery of the electronic notification as described in Paragraph A. of this endorsement will be based on the most recent Schedule in our records as of the date the notice of cancellation is mailed or delivered to the first Named Insured. Delivery of the notification as described in Paragraph A. of this endorsement will be completed as soon as practicable after the effective date of cancellation to the first Named Insured. C. Proof of e-mailing the electronic notification will be sufficient proof that we have complied with Paragraphs A. and B. of this endorsement. D. Our delivery of electronic notification described in Paragraphs A. and B. of this endorsement is intended as a courtesy only. Our failure to provide such delivery of electronic notification will not: 1. Extend the Coverage Part cancellation date; 2. Negate the cancellation; or 3. Provide any additional insurance that would not have been provided in the absence of this endorsement. E. We are not responsible for the accuracy, integrity, timeliness and validity of information contained in the Schedule provided to us as described in Paragraphs A. and B. of this endorsement. All other terms, conditions, provisions and exclusions of this policy remain the same. U-CA-103-A WA(10/16) Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 Coverage Extension Endorsement ZURICH Policy No. Eff.Date of Pol. Exp.Date of Pol. Eff.Date of End. Producer No. Add'I.Prem Return Prem. GLA 0165418-06 12/16/2022 12/16/2023 73038000 INCL THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Business Auto Coverage Form Motor Carrier Coverage Form A. Amended Who Is An Insured 1. The following is added to the Who Is An Insured Provision in Section II —Covered Autos Liability Coverage: The following are also "insureds": a. Any "employee" of yours is an "insured" while using a covered "auto" you don't own, hire or borrow for acts performed within the scope of employment by you. Any "employee" of yours is also an "insured" while operating an "auto" hired or rented under a contract or agreement in an "employee's" name, with your permission, while performing duties related to the conduct of your business. b. Anyone volunteering services to you is an "insured" while using a covered "auto" you don't own, hire or borrow to transport your clients or other persons in activities necessary to your business. c. Anyone else who furnishes an "auto" referenced in Paragraphs A.1.a. and A.1.b. in this endorsement. d. Where and to the extent permitted by law, any person(s) or organization(s)where required by written contract or written agreement with you executed prior to any "accident", including those person(s) or organization(s) directing your work pursuant to such written contract or written agreement with you, provided the "accident" arises out of operations governed by such contract or agreement and only up to the limits required in the written contract or written agreement, or the Limits of Insurance shown in the Declarations, whichever is less. 2. The following is added to the Other Insurance Condition in the Business Auto Coverage Form and the Other Insurance—Primary and Excess Insurance Provisions Condition in the Motor Carrier Coverage Form: Coverage for any person(s) or organization(s), where required by written contract or written agreement with you executed prior to any "accident", will apply on a primary and non-contributory basis and any insurance maintained by the additional "insured" will apply on an excess basis. However, in no event will this coverage extend beyond the terms and conditions of the Coverage Form. B. Amendment—Supplementary Payments Paragraphs a.(2) and a.(4) of the Coverage Extensions Provision in Section II — Covered Autos Liability Coverage are replaced by the following: (2) Up to $5,000 for the cost of bail bonds (including bonds for related traffic law violations) required because of an "accident"we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a day because of time off from work. U-CA-424-F CW(04-14) Page 1 of 6 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 C. Fellow Employee Coverage The Fellow Employee Exclusion contained in Section II—Covered Autos Liability Coverage does not apply. D. Driver Safety Program Liability and Physical Damage Coverage 1. The following is added to the Racing Exclusion in Section II—Covered Autos Liability Coverage: This exclusion does not apply to covered "autos" participating in a driver safety program event, such as, but not limited to, auto or truck rodeos and other auto or truck agility demonstrations. 2. The following is added to Paragraph 2. in the Exclusions of Section III — Physical Damage Coverage of the Business Auto Coverage Form and Paragraph 2.b. in the Exclusions of Section IV — Physical Damage Coverage of the Motor Carrier Coverage Form: This exclusion does not apply to covered "autos" participating in a driver safety program event, such as, but not limited to, auto or truck rodeos and other auto or truck agility demonstrations. E. Lease or Loan Gap Coverage The following is added to the Coverage Provision of the Physical Damage Coverage Section: Lease Or Loan Gap Coverage In the event of a total "loss"to a covered "auto", we will pay any unpaid amount due on the lease or loan for a covered "auto", less: a. Any amount paid under the Physical Damage Coverage Section of the Coverage Form; and b. Any: (1) Overdue lease or loan payments at the time of the "loss"; (2) Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; (3) Security deposits not returned by the lessor; (4) Costs for extended warranties, credit life insurance, health, accident or disability insurance purchased with the loan or lease; and (5) Carry-over balances from previous leases or loans. F. Towing and Labor Paragraph A.2. of the Physical Damage Coverage Section is replaced by the following: We will pay up to $75 for towing and labor costs incurred each time a covered "auto" of the private passenger type is disabled. However, the labor must be performed at the place of disablement. G. Extended Glass Coverage The following is added to Paragraph A.3.a. of the Physical Damage Coverage Section: If glass must be replaced, the deductible shown in the Declarations will apply. However, if glass can be repaired and is actually repaired rather than replaced, the deductible will be waived. You have the option of having the glass repaired rather than replaced. H. Hired Auto Physical Damage—Increased Loss of Use Expenses The Coverage Extension for Loss Of Use Expenses in the Physical Damage Coverage Section is replaced by the following: Loss Of Use Expenses For Hired Auto Physical Damage, we will pay expenses for which an "insured" becomes legally responsible to pay for loss of use of a vehicle rented or hired without a driver under a written rental contract or written rental agreement. We will pay for loss of use expenses if caused by: U-CA-424-F CW(04-14) Page 2 of 6 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 (1) Other than collision only if the Declarations indicate that Comprehensive Coverage is provided for any covered "auto"; (2) Specified Causes Of Loss only if the Declarations indicate that Specified Causes Of Loss Coverage is provided for any covered "auto"; or (3) Collision only if the Declarations indicate that Collision Coverage is provided for any covered "auto". However, the most we will pay for any expenses for loss of use is $100 per day, to a maximum of$3000. I. Personal Effects Coverage The following is added to the Coverage Provision of the Physical Damage Coverage Section: Personal Effects Coverage a. We will pay up to$750 for"loss"to personal effects which are: (1) Personal property owned by an "insured"; and (2) In or on a covered "auto". b. Subject to Paragraph a. above, the amount to be paid for"loss"to personal effects will be based on the lesser of: (1) The reasonable cost to replace; or (2) The actual cash value. c. The coverage provided in Paragraphs a. and b. above, only applies in the event of a total theft of a covered "auto". No deductible applies to this coverage. However, we will not pay for 'loss" to personal effects of any of the following: (1) Accounts, bills, currency, deeds, evidence of debt, money, notes, securities, or commercial paper or other documents of value. (2) Bullion, gold, silver, platinum, or other precious alloys or metals; furs or fur garments; jewelry, watches, precious or semi-precious stones. (3) Paintings, statuary and other works of art. (4) Contraband or property in the course of illegal transportation or trade. (5) Tapes, records, discs or other similar devices used with audio, visual or data electronic equipment. Any coverage provided by this Provision is excess over any other insurance coverage available for the same 'loss". J. Tapes, Records and Discs Coverage 1. The Exclusion in Paragraph 113.4.a. of Section III — Physical Damage Coverage in the Business Auto Coverage Form and the Exclusion in Paragraph B.2.c. of Section IV — Physical Damage Coverage in the Motor Carrier Coverage Form does not apply. 2. The following is added to Paragraph 1.a. Comprehensive Coverage under the Coverage Provision of the Physical Damage Coverage Section: We will pay for 'loss" to tapes, records, discs or other similar devices used with audio, visual or data electronic equipment. We will pay only if the tapes, records, discs or other similar audio, visual or data electronic devices: (a) Are the property of an "insured"; and (b) Are in a covered "auto" at the time of"loss". The most we will pay for such 'loss" to tapes, records, discs or other similar devices is $500. The Physical Damage Coverage Deductible Provision does not apply to such 'loss". U-CA-424-F CW(04-14) Page 3 of 6 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 K. Airbag Coverage The Exclusion in Paragraph 13.3.a. of Section III— Physical Damage Coverage in the Business Auto Coverage Form and the Exclusion in Paragraph 13.4.a. of Section IV — Physical Damage Coverage in the Motor Carrier Coverage Form does not apply to the accidental discharge of an airbag. L. Two or More Deductibles The following is added to the Deductible Provision of the Physical Damage Coverage Section: If an accident is covered both by this policy or Coverage Form and by another policy or Coverage Form issued to you by us, the following applies for each covered "auto" on a per vehicle basis: 1. If the deductible on this policy or Coverage Form is the smaller(or smallest)deductible, it will be waived; or 2. If the deductible on this policy or Coverage Form is not the smaller (or smallest) deductible, it will be reduced by the amount of the smaller(or smallest) deductible. M. Physical Damage—Comprehensive Coverage—Deductible The following is added to the Deductible Provision of the Physical Damage Coverage Section: Regardless of the number of covered "autos" damaged or stolen, the maximum deductible that will be applied to Comprehensive Coverage for all "loss"from any one cause is $5,000 or the deductible shown in the Declarations, whichever is greater. N. Temporary Substitute Autos— Physical Damage 1. The following is added to Section I—Covered Autos: Temporary Substitute Autos— Physical Damage If Physical Damage Coverage is provided by this Coverage Form on your owned covered "autos", the following types of vehicles are also covered "autos"for Physical Damage Coverage: Any "auto" you do not own when used with the permission of its owner as a temporary substitute for a covered "auto"you do own but is out of service because of its: 1. Breakdown; 2. Repair; 3. Servicing; 4. "Loss"; or 5. Destruction. 2. The following is added to the Paragraph A. Coverage Provision of the Physical Damage Coverage Section: Temporary Substitute Autos—Physical Damage We will pay the owner for"loss" to the temporary substitute "auto" unless the "loss" results from fraudulent acts or omissions on your part. If we make any payment to the owner, we will obtain the owner's rights against any other party. The deductible for the temporary substitute "auto" will be the same as the deductible for the covered "auto" it replaces. O. Amended Duties In The Event Of Accident, Claim, Suit Or Loss Paragraph a. of the Duties In The Event Of Accident, Claim, Suit Or Loss Condition is replaced by the following: a. In the event of"accident", claim, "suit" or "loss", you must give us or our authorized representative prompt notice of the "accident", claim, "suit" or "loss". However, these duties only apply when the "accident", claim, "suit" or "loss" is known to you (if you are an individual), a partner (if you are a partnership), a member(if you are a limited liability company) or an executive officer or insurance manager (if you are a corporation). The failure of any U-CA-424-F CW(04-14) Page 4 of 6 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 agent, servant or employee of the "insured"to notify us of any "accident", claim, "suit" or"loss" shall not invalidate the insurance afforded by this policy. Include, as soon as practicable: (1) How, when and where the "accident" or "loss" occurred and if a claim is made or "suit" is brought, written notice of the claim or"suit" including, but not limited to, the date and details of such claim or"suit"; (2) The "insured's" name and address; and (3) To the extent possible, the names and addresses of any injured persons and witnesses. If you report an "accident", claim, "suit" or "loss" to another insurer when you should have reported to us, your failure to report to us will not be seen as a violation of these amended duties provided you give us notice as soon as practicable after the fact of the delay becomes known to you. P. Waiver of Transfer Of Rights Of Recovery Against Others To Us The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition: This Condition does not apply to the extent required of you by a written contract, executed prior to any "accident" or "loss", provided that the "accident" or "loss" arises out of operations contemplated by such contract. This waiver only applies to the person or organization designated in the contract. Q. Employee Hired Autos—Physical Damage Paragraph b. of the Other Insurance Condition in the Business Auto Coverage Form and Paragraph f. of the Other Insurance— Primary and Excess Insurance Provisions Condition in the Motor Carrier Coverage Form are replaced by the following: For Hired Auto Physical Damage Coverage, the following are deemed to be covered "autos" you own: (1) Any covered "auto" you lease, hire, rent or borrow; and (2) Any covered "auto" hired or rented under a written contract or written agreement entered into by an "employee" or elected or appointed official with your permission while being operated within the course and scope of that "employee's" employment by you or that elected or appointed official's duties as respect their obligations to you. However, any"auto"that is leased, hired, rented or borrowed with a driver is not a covered "auto". R. Unintentional Failure to Disclose Hazards The following is added to the Concealment, Misrepresentation Or Fraud Condition: However, we will not deny coverage under this Coverage Form if you unintentionally: (1) Fail to disclose any hazards existing at the inception date of this Coverage Form; or (2) Make an error, omission, improper description of"autos" or other misstatement of information. You must notify us as soon as possible after the discovery of any hazards or any other information that was not provided to us prior to the acceptance of this policy. S. Hired Auto—World Wide Coverage Paragraph 7a.(5) of the Policy Period, Coverage Territory Condition is replaced by the following: (5) Anywhere in the world if a covered "auto" is leased, hired, rented or borrowed for a period of 60 days or less, T. Bodily Injury Redefined The definition of"bodily injury" in the Definitions Section is replaced by the following: "Bodily injury" means bodily injury, sickness or disease, sustained by a person including death or mental anguish, resulting from any of these at any time. Mental anguish means any type of mental or emotional illness or disease. U-CA-424-F CW(04-14) Page 5 of 6 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 U. Expected Or Intended Injury The Expected Or Intended Injury Exclusion in Paragraph B. Exclusions under Section II —Covered Auto Liability Coverage is replaced by the following: Expected Or Intended Injury "Bodily injury" or "property damage" expected or intended from the standpoint of the "insured". This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. V. Physical Damage—Additional Temporary Transportation Expense Coverage Paragraph AA.a. of Section III— Physical Damage Coverage is replaced by the following: 4. Coverage Extensions a. Transportation Expenses We will pay up to $50 per day to a maximum of$1,000 for temporary transportation expense incurred by you because of the total theft of a covered "auto" of the private passenger type. We will pay only for those covered "autos" for which you carry either Comprehensive or Specified Causes of Loss Coverage. We will pay for temporary transportation expenses incurred during the period beginning 48 hours after the theft and ending, regardless of the policy's expiration, when the covered "auto" is returned to use or we pay for its "loss". W. Replacement of a Private Passenger Auto with a Hybrid or Alternative Fuel Source Auto The following is added to Paragraph A. Coverage of the Physical Damage Coverage Section: In the event of a total "loss" to a covered "auto" of the private passenger type that is replaced with a hybrid "auto" or "auto" powered by an alternative fuel source of the private passenger type, we will pay an additional 10% of the cost of the replacement "auto", excluding tax, title, license, other fees and any aftermarket vehicle upgrades, up to a maximum of $2500. The covered "auto" must be replaced by a hybrid "auto" or an "auto" powered by an alternative fuel source within 60 calendar days of the payment of the "loss" and evidenced by a bill of sale or new vehicle lease agreement. To qualify as a hybrid "auto", the "auto" must be powered by a conventional gasoline engine and another source of propulsion power. The other source of propulsion power must be electric, hydrogen, propane, solar or natural gas, either compressed or liquefied. To qualify as an "auto" powered by an alternative fuel source, the "auto" must be powered by a source of propulsion power other than a conventional gasoline engine. An "auto" solely propelled by biofuel, gasoline or diesel fuel or any blend thereof is not an "auto" powered by an alternative fuel source. X. Return of Stolen Automobile The following is added to the Coverage Extension Provision of the Physical Damage Coverage Section: If a covered "auto" is stolen and recovered, we will pay the cost of transport to return the "auto" to you. We will pay only for those covered "autos"for which you carry either Comprehensive or Specified Causes of Loss Coverage. All other terms, conditions, provisions and exclusions of this policy remain the same. U-CA-424-F CW(04-14) Page 6 of 6 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 SECTION II —WHO IS AN INSURED The WHO IS AN INSURED section of the "controlling underlying insurance" is made part of this policy. Any person or organization that is an insured in "controlling underlying insurance" is an insured in this policy to the same extent. SECTION III — LIMITS OF INSURANCE The Limits of Insurance shown in the Declarations and the rules below fix the most we will pay regardless of the number of insureds, claims made or suits brought, or persons or organizations making claims or bringing suits. 1. The General Aggregate Limit is the most we will pay for the sum of all damages to which this insurance applies, except: a. damages because of bodily injury or property damage included within any applicable products-completed operations hazard; or b. damages arising out of the ownership, operation, maintenance or use of an automobile; 2. The Products-Completed Operations Aggregate Limit is the most we will pay for the sum of all damages included within any applicable products-completed operations hazard; 3. Subject to paragraphs 1. and 2. above, the Each Event Limit is the most we will pay for all damages that arise out of any one "event." SECTION IV—CONDITIONS The CONDITIONS sections of the "controlling underlying insurance" are made part of this policy. If an inconsistency or contradiction exists between the Conditions of this policy and the Conditions of the "controlling underlying insurance,"the Conditions of this policy will apply. 1. Appeals At our discretion we may appeal any judgment which would result in a payment under this policy. When we do appeal, we will pay all costs associated with the appeal in addition to the Limits of Insurance. Any such appeal will not increase our Limits of Insurance. 2. Bankruptcy or Insolvency Bankruptcy or insolvency of the insured or the insured's estate will not relieve us of our obligations under this policy. Bankruptcy or insolvency of any company providing "controlling underlying insurance"will not reduce the "underlying limits" or increase our obligations under this policy. We will not be required to drop down or replace "controlling underlying insurance." 3. Cancellation a. The first Named Insured may cancel this policy at any time by providing us advanced written notice of the cancellation date. b. We may cancel this policy at any time by providing the first Named Insured written notice of cancellation: i. at least 10 days in advance if we cancel for non-payment of premium; or ii. at least 30 days in advance if we cancel for any other reason: Navigators Insurance Company Contains copyrighted material of the NAV-EXC-001 (04/10) Insurance Services Office, Inc. with its permission. Page 3 of 7 DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 COMMERCIAL EXCESS LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AMENDMENT OF CONDITIONS OTHER INSURANCE PRIMARY AND NON-CONTRIBUTING This endorsement modifies insurance provided under the following: COMMERCIAL EXCESS LIABILITY COVERAGE PART SCHEDULE When required by written contract executed before the "loss." A. Section IV-Conditions, 9. Other Insurance is deleted and replaced by the following: 9. This insurance is excess over any other insurance available to the insured except: a. insurance that is purchased specifically to apply in excess of this policy; or b. insurance available to the person or organization shown in the Schedule of this endorsement as an additional insured on the "controlling underlying insurance." B. When this insurance applies on a primary and non-contributing basis, the Limits of Insurance available for the additional insured will be the lesser of: 1. the amounts shown in item 3 of the Declarations of this policy; or 2. the amount of insurance you are required to provide the additional insured in the written contract or agreement. All other terms of the policy remain unchanged. NAV-EXC-348A (01/11) Navigators Insurance Company Page 1 of 1 Contains copyrighted material of the Insurance Services Office, Inc. with its permission. DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF SUBROGATION SCHEDULE Name of Person or Organization: As required by written contract or agreement. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to SECTION IV- CONDITIONS, 13. Transfer of Rights of Recovery Against Others. We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or"your work" done under a contract with that person or organization. This waiver applies only to the person or organization shown in the Schedule above. All other terms of the policy remain unchanged. NAV-ECD-6012 (01/11) Navigators Insurance Company Page 1 of 1 Contains copyrighted material of the Insurance Services Office, Inc. with its permission. DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 This page has been left blank intentionally. DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 Sair Work. Life. Oregon. Carrier no: 20001 Endorsement no: WC000313 SAIF policy: 784074 Corona Steel Inc Waiver of Our Right to Recover from Others Endorsement We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule Description: As Per Written Contract Contractor name: Address: This endorsement does not alter the rights of an injured worker to pursue recovery from another party or SAIF to receive a statutory share of recoveries by an injured worker, even from the party listed in the schedule. For each contract subject to this endorsement, the premium charge is one quarter of one percent (.25%) of the manual premium for this policy subject to a maximum of one (1) percent. Effective date: September 01, 2023 This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. Countersigned September 10, 2023 at Salem, Oregon /�;�g� Kerry Barnett President and Chief Executive Officer 400 High Street SE Salem,OR 97312 P:800.285.8525 F:503.373.8020 Pol_PC1_E430B DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 saif Work. Life. Oregon. Carrier no: 20001 Endorsement no: WC000313 SAIF policy: 866753 Corona Stud & Deck LLC Waiver of Our Right to Recover from Others Endorsement We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule Description: As per written contract Contractor name: Address: This endorsement does not alter the rights of an injured worker to pursue recovery from another party or SAIF to receive a statutory share of recoveries by an injured worker, even from the party listed in the schedule. For each contract subject to this endorsement, the premium charge is one quarter of one percent (.25%) of the manual premium for this policy subject to a maximum of one (1) percent. Effective date: September 01, 2023 This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. Countersigned September 10, 2023 at Salem, Oregon /Z-�)�g� Kerry Barnett President and Chief Executive Officer 400 High Street SE Salem,OR 97312 P:800.285.8525 F: 503.373.8020 Pol_PC1_E430B DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 13 (Ed. 4-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule ALL PERSONS AND/OR ORGANIZATIONS THAT ARE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT WITH THE INSURED, EXECUTED PRIOR TO THE ACCIDENT OR LOSS, THAT WAIVER OF SUBROGATION BE PROVIDED UNDER THIS POLICY FOR WORK PERFORMED BY YOU FOR THAT PERSON AND/OR ORGANIZATION. WC 00 03 13 (Ed. 4-84) ©1983 National Council on Compensation Insurance. DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 This page has been left blank intentionally. DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691F2 about blank 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: 08/24/2023 County Trade Job Classification Wage Holiday Overtime Note *Risk Class King Asbestos Abatement Workers Journey Level $56.80 5D 1 H View King Boilermakers Journey Level $74.29 5N 1C View King Brick Mason Journey Level $66.32 7E 1 N View King Brick Mason Pointer-Caulker-Cleaner $66.32 7E 1 N View King Building Service Employees Janitor $28.23 5S 2F View King Building Service Employees Traveling Waxer/Shampooer $28.68 5S 2F View King Building Service Employees Window Cleaner (Non-Scaffold) $32.18 5S 2F View King Building Service Employees Window Cleaner (Scaffold) $33.18 5S 2F View King Cabinet Makers In Shop). Journey Level $22.74 1 View King Carpenters Acoustical Worker $71.53 15J 4C View King Carpenters Bridge, Dock And Wharf $71.53 15J 4C View Carpenters King Carpenters Floor Layer Et Floor Finisher $71.53 15J 4C View King Carpenters Journey Level $71.53 15J 4C View King Carpenters Scaffold Erector $71.53 15J 4C View King Cement Masons Application of all Composition $70.09 15J 41J View Mastic King Cement Masons Application of all Epoxy $69.59 15J 4U View Material King Cement Masons Application of all Plastic $70.09 15J 4U View Material King Cement Masons Application of Sealing $69.59 15J 41J View Compound King Cement Masons Application of Underlayment $70.09 15J 41J View King Cement Masons Building General $69.59 15J 4U View King Cement Masons Composition or Kalman Floors $70.09 15J 4U View King Cement Masons Concrete Paving $69.59 15J 4U View King Cement Masons Curb Et Gutter Machine $70.09 15J 4U View King Cement Masons Curb Et Gutter, Sidewalks $69.59 15J 4U View King Cement Masons Curing Concrete $69.59 15J 4U View King Cement Masons Finish Colored Concrete $70.09 15J 4U View about:blank 1/18 DocuSlgn Envelope ID:8740B932-96E8-498B-BF41-1211399691F2 about blank King Cement Masons Floor Grinding $70.09 15J 4U View King Cement Masons Floor Grinding/Polisher $69.59 15J 4U View King Cement Masons Green Concrete Saw, self- $70.09 15J 4U View powered King Cement Masons Grouting of all Plates $69.59 15J 4U View King Cement Masons Grouting of all Tilt-up Panels $69.59 15J 4U View King Cement Masons Gunite Nozzleman $70.09 15J 4U View King Cement Masons Hand Powered Grinder $70.09 15J 4U View King Cement Masons Journey Level $69.59 15J 4U View King Cement Masons Patching Concrete $69.59 15J 4U View King Cement Masons Pneumatic Power Tools $70.09 15J 4U View King Cement Masons Power Chipping Et Brushing $70.09 15J 4U View King Cement Masons Sand Blasting Architectural $70.09 15J 4U View Finish King Cement Masons Screed Et Rodding Machine $70.09 15J 4U View King Cement Masons Spackling or Skim Coat $69.59 15J 4U View Concrete King Cement Masons Troweling Machine Operator $70.09 15J 4U View King Cement Masons Troweling Machine Operator on $70.09 15J 4U View Colored Slabs King Cement Masons Tunnel Workers $70.09 15J 4U View King Divers Et Tenders Bell/Vehicle or Submersible $126.05 15J 4C View Operator (Not Under Pressure) King Divers Et Tenders Dive Supervisor/Master $89.94 15J 4C View King Divers Et Tenders Diver $126.05 15J 4C 8V View King Divers Et Tenders Diver On Standby $84.94 15J 4C View King Divers Et Tenders Diver Tender $77.16 15J 4C View King Divers Et Tenders Hyperbaric Worker - $89.09 15J 4C View Compressed Air Worker 0-30.00 PSI King Divers Et Tenders Hyperbaric Worker - $94.09 15J 4C View Compressed Air Worker 30.01 - 44.00 PSI King Divers Et Tenders Hyperbaric Worker - $107.09 15J 4C View Compressed Air Worker 44.01 - 54.00 PSI King Divers Et Tenders Hyperbaric Worker - $103.09 15J 4C View Compressed Air Worker 54.01 - 60.00 PSI King Divers Et Tenders Hyperbaric Worker - $105.59 15J 4C View Compressed Air Worker 60.01 - 64.00 PSI King Divers Et Tenders Hyperbaric Worker - $110.59 15J 4C View Compressed Air Worker 64.01 - 68.00 PSI King Divers Et Tenders Hyperbaric Worker - $112.59 15J 4C View Compressed Air Worker 68.01 - 70.00 PSI King Divers Et Tenders Hyperbaric Worker - $114.59 15J 4C View Compressed Air Worker 70.01 - 72.00 PSI about:blank 2/18 DocuSlgn Envelope ID:8740B932-96E8-498B-BF41-1211399691F2 about blank King Divers Et Tenders Hyperbaric Worker - $116.59 15J 4C View Compressed Air Worker 72.01 74.00 PSI King Divers Et Tenders Manifold Operator $77.16 15J 4C View King Divers Et Tenders Manifold Operator Mixed Gas $82.16 15J 4C View King Divers Et Tenders Remote Operated Vehicle $77.16 15J 4C View Operator/Technician King Divers Et Tenders Remote Operated Vehicle $71.98 15J 4C View Tender King Dredge Workers Assistant Engineer $76.56 5D 3F View King Dredge Workers Assistant Mate (Deckhand) $75.97 5D 3F View King Dredge Workers Boatmen $76.56 5D 3F View King Dredge Workers Engineer Welder $78.03 5D 3F View King Dredge Workers Leverman, Hydraulic $79.59 5D 3F View King Dredge Workers Mates $76.56 5D 3F View King Dredge Workers Oiler $75.97 5D 3F View King wall Applicator Journey Level $71.53 15J 4C View King wall Tapers Journey Level $70.61 5P 1 E View King Electrical Fixture Maintenance Journey Level $37.19 51- 1 E View Workers King Electricians - Inside Cable Splicer $102.90 7C 4E View King Electricians - Inside Cable Splicer (tunnel) $110.61 7C 4E View King Electricians - Inside Certified Welder $99.38 7C 4E View King Electricians - Inside Certified Welder (tunnel) $106.75 7C 4E View King Electricians - Inside Construction Stock Person $49.28 7C 4E View King Electricians - Inside Journey Level $95.88 7C 4E View King Electricians - Inside Journey Level (tunnel) $102.90 7C 4E View King Electricians - Motor Shop Journey Level $48.68 5A 1 B View King Electricians - Powerline Cable Splicer $93.00 5A 4D View Construction King Electricians - Powerline Certified Line Welder $85.42 5A 4D View Construction King Electricians - Powerline Groundperson $55.27 5A 4D View Construction King Electricians - Powerline Heavy Line Equipment $85.42 5A 4D View Construction Operator King Electricians - Powerline Journey Level Lineperson $85.42 5A 4D View Construction King Electricians - Powerline Line Equipment Operator $73.35 5A 4D View Construction King Electricians - Powerline Meter Installer $55.27 5A 4D 8W View Construction King Electricians - Powerline Pole Sprayer $85.42 5A 4D View Construction King Electricians - Powerline Powderperson $63.50 5A 4D View Construction King Electronic Technicians Journey Level $62.13 7E 1 E View King Elevator Constructors Mechanic $107.49 7D 4A View King Elevator Constructors Mechanic In Charge $116.13 7D 4A View about:blank 3/18 DocuSlgn Envelope ID:8740B932-96E8-498B-BF41-1211399691F2 about blank King Fabricated Precast Concrete All Classifications - In-Factory $21.34 5B 1 R View Products Work Only King Fence Erectors Fence Erector $48.14 15J 4V 8Y View King Fence Erectors Fence Laborer $48.14 15J 4V 8Y View King Flaggers Journey Level $48.14 15J 4V 8Y View King Glaziers Journey Level $75.91 7L 1y View King Heat Et Frost Insulators And Journey Level $84.84 15H 11C View Asbestos Workers King Heating Equipment Mechanics Journey Level $94.11 7F 1 E View King Hod Carriers Et Mason Tenders Journey Level $59.85 15J 4V 8Y View King Industrial Power Vacuum Journey Level $15.74 1 View Cleaner King Inland Boatmen Boat Operator $61.41 5B 1 K View King Inland Boatmen Cook $56.48 5B 1 K View King Inland Boatmen Deckhand $57.48 5B 1 K View King Inland Boatmen Deckhand Engineer $58.81 5B 1K View King Inland Boatmen Launch Operator $58.89 5B 1 K View King Inland Boatmen Mate $57.31 5B 1 K View King Inspection/Cleaning/Sealing Of Cleaner Operator, Foamer $31.49 1 View Sewer Et Water Systems By Operator Remote Control King Inspection/Cleaning/Sealing Of Grout Truck Operator $15.74 1 View Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Head Operator $24.91 1 View Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Technician $19.33 1 View Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Tv Truck Operator $20.45 1 View Sewer Et Water Systems By Remote Control King Insulation Applicators Journey Level $71.53 15J 4C View King Ironworkers Journeyman $83.79 15K 11 N View King Laborers Air, Gas Or Electric Vibrating $56.80 15J 4V 8Y View Screed King Laborers Airtrac Drill Operator $58.56 15J 4V 8Y View King Laborers Ballast Regular Machine $56.80 15J 4V 8Y View King Laborers Batch Weighman $48.14 15J 4V 8Y View King Laborers Brick Pavers $56.80 15J 4V 8Y View King Laborers Brush Cutter $56.80 15J 4V 8Y View King Laborers Brush Hog Feeder $56.80 15J 4V 8Y View King Laborers Burner $56.80 15J 4V 8Y View King Laborers Caisson Worker $58.56 15J 4V 8Y View King Laborers Carpenter Tender $56.80 15J 4V 8Y View King Laborers Cement Dumper-paving $57.84 15J 4V 8Y View King Laborers Cement Finisher Tender $56.80 15J 4V 8Y View King Laborers Change House Or Dry Shack $56.80 15J 4V 8Y View about:blank 4/18 DocuSlgn Envelope ID:8740B932-96E8-498B-BF41-1211399691F2 about blank King Laborers Chipping Gun (30 Lbs. And $57.84 15J 4V 8Y View Over) King Laborers Chipping Gun (Under 30 Lbs.) $56.80 15J 4V 8Y View King Laborers Choker Setter $56.80 15J 4V 8Y View King Laborers Chuck Tender $56.80 15J 4V 8Y View King Laborers Clary Power Spreader $57.84 15J 4V 8Y View King Laborers Clean-up Laborer $56.80 15J 4V 8Y View King Laborers Concrete Dumper/Chute $57.84 15J 4V 8Y View Operator King Laborers Concrete Form Stripper $56.80 15J 4V 8Y View King Laborers Concrete Placement Crew $57.84 15J 4V 8Y View King Laborers Concrete Saw Operator/Core $57.84 15J 4V 8Y View Driller King Laborers Crusher Feeder $48.14 15J 4V 8Y View King Laborers Curing Laborer $56.80 15J 4V 8Y View King Laborers Demolition: Wrecking Et Moving $56.80 15J 4V 8Y View (Incl. Charred Material) King Laborers Ditch Digger $56.80 15J 4V 8Y View King Laborers Diver $58.56 15J 4V 8Y View King Laborers Drill Operator (Hydraulic, $57.84 15J 4V 8Y View Diamond) King Laborers Dry Stack Walls $56.80 15J 4V 8Y View King Laborers Dump Person $56.80 15J 4V 8Y View King Laborers Epoxy Technician $56.80 15J 4V 8Y View King Laborers Erosion Control Worker $56.80 15J 4V 8Y View King Laborers Faller Et Bucker Chain Saw $57.84 15J 4V 8Y View King Laborers Fine Graders $56.80 15J 4V 8Y View King Laborers Firewatch $48.14 15J 4V 8Y View King Laborers Form Setter $57.84 15J 4V 8Y View King Laborers Gabian Basket Builders $56.80 15J 4V 8Y View King Laborers General Laborer $56.80 15J 4V 8Y View King Laborers Grade Checker Et Transit Person $59.85 15J 4V 8Y View King Laborers Grinders $56.80 15J 4V 8Y View King Laborers Grout Machine Tender $56.80 15J 4V 8Y View King Laborers Groutmen (Pressure) Including $57.84 15J 4V 8Y View Post Tension Beams King Laborers Guardrail Erector $56.80 15J 4V 8Y View King Laborers Hazardous Waste Worker (Level $58.56 15J 4V 8Y View A) King Laborers Hazardous Waste Worker (Level $57.84 15J 4V 8Y View B) King Laborers Hazardous Waste Worker (Level $56.80 15J 4V 8Y View C) King Laborers High Scaler $58.56 15J 4V 8Y View King Laborers Jackhammer $57.84 15J 4V 8Y View King Laborers Laserbeam Operator $57.84 15J 4V 8Y View King Laborers Maintenance Person $56.80 15J 4V 8Y View King Laborers Manhole Builder-Mudman $57.84 15J 4V 8Y View about:blank 5/18 DocuSlgn Envelope ID:8740B932-96E8-498B-BF41-1211399691F2 about blank King Laborers Material Yard Person $56.80 15J 4V 8Y View King Laborers Mold Abatement Worker $56.80 15J 4V 8Y View King Laborers Motorman-Dinky Locomotive $59.95 15J 4V 8Y View King Laborers nozzleman (concrete pump, $59.85 15J 4V 8Y View green cutter when using combination of high pressure air Et water on concrete Et rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster) King Laborers Pavement Breaker $57.84 15J 4V 8Y View King Laborers Pilot Car $48.14 15J 4V 8Y View King Laborers Pipe Layer (Lead) $59.85 15J 4V 8Y View King Laborers Pipe Layer/Tailor $57.84 15J 4V 8Y View King Laborers Pipe Pot Tender $57.84 15J 4V 8Y View King Laborers Pipe Reliner $57.84 15J 4V 8Y View King Laborers Pipe Wrapper $57.84 15J 4V 8Y View King Laborers Pot Tender $56.80 15J 4V 8Y View King Laborers Powderman $58.56 15J 4V 8Y View King Laborers Powderman's Helper $56.80 15J 4V 8Y View King Laborers Power Jacks $57.84 15J 4V 8Y View King Laborers Railroad Spike Puller - Power $57.84 15J 4V 8Y View King Laborers Raker -Asphalt $59.85 15J 4V 8Y View King Laborers Re-timberman $58.56 15J 4V 8Y View King Laborers Remote Equipment Operator $57.84 15J 4V 8Y View King Laborers Rigger/Signal Person $57.84 15J 4V 8Y View King Laborers Rip Rap Person $56.80 15J 4V 8Y View King Laborers Rivet Buster $57.84 15J 4V 8Y View King Laborers Rodder $57.84 15J 4V 8Y View King Laborers Scaffold Erector $56.80 15J 4V 8Y View King Laborers Scale Person $56.80 15J 4V 8Y View King Laborers Sloper (Over 20") $57.84 15J 4V 8Y View King Laborers Sloper Sprayer $56.80 15J 4V 8Y View King Laborers Spreader (Concrete) $57.84 15J 4V 8Y View King Laborers Stake Hopper $56.80 15J 4V 8Y View King Laborers Stock Piler $56.80 15J 4V 8Y View King Laborers Swinging Stage/Boatswain $48.14 15J 4V 8Y View Chair King Laborers Tamper Et Similar Electric, Air $57.84 15J 4V 8Y View Et Gas Operated Tools King Laborers Tamper (Multiple Et Self- $57.84 15J 4V 8Y View propelled) King Laborers Timber Person - Sewer (Lagger, $57.84 15J 4V 8Y View Shorer Et Cribber) King Laborers Toolroom Person (at Jobsite) $56.80 15J 4V 8Y View King Laborers Topper $56.80 15J 4V 8Y View King Laborers Track Laborer $56.80 15J 4V 8Y View King Laborers Track Liner (Power) $57.84 15J 4V 8Y View King Laborers Traffic Control Laborer $51.48 15J 4V 9C View about:blank 6/18 DocuSlgn Envelope ID:8740B932-96E8-498B-BF41-1211399691F2 about blank King Laborers Traffic Control Supervisor $54.55 15J 4V 9C View King Laborers Truck Spotter $56.80 15J 4V 8Y View King Laborers Tugger Operator $57.84 15J 4V 8Y View King Laborers Tunnel Work-Compressed Air $158.87 15J 4V 9B View Worker 0-30 psi King Laborers Tunnel Work-Compressed Air $163.90 15J 4V 9B View Worker 30.01-44.00 psi King Laborers Tunnel Work-Compressed Air $167.58 15J 4V 9B View Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air $173.28 15J 4V 9B View Worker 54.01-60.00 psi King Laborers Tunnel Work-Compressed Air $175.40 15J 4V 9B View Worker 60.01-64.00 psi King Laborers Tunnel Work-Compressed Air $180.50 15J 4V 9B View Worker 64.01-68.00 psi King Laborers Tunnel Work-Compressed Air $182.40 15J 4V 9B View Worker 68.01-70.00 psi King Laborers Tunnel Work-Compressed Air $184.40 15J 4V 9B View Worker 70.01-72.00 psi King Laborers Tunnel Work-Compressed Air $186.40 15J 4V 9B View Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $59.95 15J 4V 8Y View Tender King Laborers Tunnel Work-Miner $59.95 15J 4V 8Y View King Laborers Vibrator $57.84 15J 4V 8Y View King Laborers Vinyl Seamer $56.80 15J 4V 8Y View King Laborers Watchman $43.76 15J 4V 8Y View King Laborers Welder $57.84 15J 4V 8Y View King Laborers Well Point Laborer $57.84 15J 4V 8Y View King Laborers Window Washer/Cleaner $43.76 15J 4V 8Y View King Laborers - Underground Sewer General Laborer Ft Topman $56.80 15J 4V 8Y View Et Water King Laborers - Underground Sewer Pipe Layer $57.84 15J 4V 8Y View Et Water King Landscape Construction Landscape $43.76 15J 4V 8Y View Construction/Landscaping Or Planting Laborers King Landscape Construction Landscape Operator $78.80 15J 11 G 8X View King Landscape Maintenance Groundskeeper $17.87 1 View King Lathers Journey Level $71.53 15J 4C View King Marble Setters Journey Level $66.32 7E 1 N View King Metal Fabrication In Shop), Fitter/Certified Welder $42.17 151 11 E View King Metal Fabrication In Shop), General Laborer $30.07 151 11 E View King Metal Fabrication In Shop), Mechanic $43.63 151 11 E View King Metal Fabrication In Shop), Welder/Burner $39.28 151 11E View King Millwright Journey Level $73.08 15J 4C View King Modular Buildings Cabinet Assembly $15.74 1 View King Modular Buildings Electrician $15.74 1 View King Modular Buildings Equipment Maintenance $15.74 1 View King Modular Buildings Plumber $15.74 1 View about:blank 7/18 DocuSlgn Envelope ID:8740B932-96E8-498B-BF41-1211399691F2 about blank King Modular Buildings Production Worker $15.74 1 View King Modular Buildings Tool Maintenance $15.74 1 View King Modular Buildings Utility Person $15.74 1 View King Modular Buildings Welder $15.74 1 View King Painters Journey Level $49.46 6Z 11J View King Pile Driver Crew Tender $77.16 15J 4C View King Pile Driver Journey Level $71.98 15J 4C View King Plasterers Journey Level $67.49 7Q 1 R View King Plasterers Nozzleman $71.49 7Q 1 R View King Playground Et Park Equipment Journey Level $15.74 1 View Installers King Plumbers Et Pipefitters Journey Level $96.69 6Z 1 G View King Power Equipment Operators Asphalt Plant Operators $80.12 15J 11G 8X View King Power Equipment Operators Assistant Engineer $75.35 15J 11G 8X View King Power Equipment Operators Barrier Machine (zipper) $79.41 15J 11G 8X View King Power Equipment Operators Batch Plant Operator: concrete $79.41 15J 11G 8X View King Power Equipment Operators Boat Operator $80.33 7A 11 H 8X View King Power Equipment Operators Bobcat $75.35 15J 11G 8X View King Power Equipment Operators Brokk - Remote Demolition $75.35 15J 11G 8X View Equipment King Power Equipment Operators Brooms $75.35 15J 11G 8X View King Power Equipment Operators Bump Cutter $79.41 15J 11G 8X View King Power Equipment Operators Cableways $80.12 15J 11G 8X View King Power Equipment Operators Chipper $79.41 15J 11G 8X View King Power Equipment Operators Compressor $75.35 15J 11G 8X View King Power Equipment Operators Concrete Finish Machine - $75.35 15J 11G 8X View Laser Screed King Power Equipment Operators Concrete Pump - Mounted Or $78.80 15J 11G 8X View Trailer High Pressure Line Pump, Pump High Pressure King Power Equipment Operators Concrete Pump: Truck Mount $80.12 15J 11G 8X View With Boom Attachment Over 42 M King Power Equipment Operators Concrete Pump: Truck Mount $79.41 15J 11G 8X View With Boom Attachment Up To 42m King Power Equipment Operators Conveyors $78.80 15J 11G 8X View King Power Equipment Operators Cranes Friction: 200 tons and $82.76 7A 11 H 8X View over King Power Equipment Operators Cranes, A-frame: 10 tons and $75.55 7A 11 H 8X View under King Power Equipment Operators Cranes: 100 tons through 199 $81.12 7A 11 H 8X View tons, or 150' of boom (including jib with attachments) King Power Equipment Operators Cranes: 20 tons through 44 $79.62 7A 11 H 8X View tons with attachments King Power Equipment Operators Cranes: 200 tons- 299 tons, or $81.97 7A 11 H 8X View 250' of boom including jib with attachments about:blank 8/18 DocuSlgn Envelope ID:8740B932-96E8-498B-BF41-1211399691F2 about blank King Power Equipment Operators Cranes: 300 tons and over or $82.76 7A 11H 8X View 300' of boom including jib with attachments King Power Equipment Operators Cranes: 45 tons through 99 $80.33 7A 11H 8X View tons, under 150' of boom(including jib with attachments) King Power Equipment Operators Cranes: Friction cranes through $81.97 7A 11H 8X View 199 tons King Power Equipment Operators Cranes: through 19 tons with $79.00 7A 11H 8X View attachments, a-frame over 10 tons King Power Equipment Operators Crusher $79.41 15J 11G 8X View King Power Equipment Operators Deck Engineer/Deck Winches $79.41 15J 11G 8X View (power) King Power Equipment Operators Derricks, On Building Work $80.12 15J 11G 8X View King Power Equipment Operators Dozers D-9 Et Under $78.80 15J 11G 8X View King Power Equipment Operators Drill Oilers: Auger Type, Truck $78.80 15J 11G 8X View Or Crane Mount King Power Equipment Operators Drilling Machine $80.92 15J 11G 8X View King Power Equipment Operators Elevator and man-lift: $75.35 15J 11G 8X View permanent and shaft type King Power Equipment Operators Finishing Machine, Bidwell And $79.41 15J 11G 8X View Gamaco Et Similar Equipment King Power Equipment Operators Forklift: 3000 lbs and over with $78.80 15J 11G 8X View attachments King Power Equipment Operators Forklifts: under 3000 lbs. with $75.35 15J 11G 8X View attachments King Power Equipment Operators Grade Engineer: Using Blue $79.41 15J 11G 8X View Prints, Cut Sheets, Etc King Power Equipment Operators Gradechecker/Stake man $75.35 15J 11G 8X View King Power Equipment Operators Guardrail Punch $79.41 15J 11G 8X View King Power Equipment Operators Hard Tail End Dump $80.12 15J 11G 8X View Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators Hard Tail End Dump $79.41 15J 11G 8X View Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators Horizontal/Directional Drill $78.80 15J 11G 8X View Locator King Power Equipment Operators Horizontal/Directional Drill $79.41 15J 11G 8X View Operator King Power Equipment Operators Hydralifts/Boom Trucks Over $79.00 7A 11H 8X View 10 Tons King Power Equipment Operators Hydralifts/boom trucks: 10 $75.55 7A 11H 8X View tons and under King Power Equipment Operators Leverman $81.75 15J 11G 8X View King Power Equipment Operators Loader, Overhead, 6 Yards. But $80.12 15J 11G 8X View Not Including 8 Yards King Power Equipment Operators Loaders, Overhead Under 6 $79.41 15J 11G 8X View Yards King Power Equipment Operators Loaders, Plant Feed $79.41 15J 11G 8X View about:blank 9/18 DocuSlgn Envelope ID:8740B932-96E8-498B-BF41-1211399691F2 about blank King Power Equipment Operators Loaders: Elevating Type Belt $78.80 15J 11G 8X View King Power Equipment Operators Locomotives, All $79.41 15J 11G 8X View King Power Equipment Operators Material Transfer Device $79.41 15J 11G 8X View King Power Equipment Operators Mechanics: All (Leadmen - $80.92 15J 11G 8X View $0.50 per hour over mechanic) King Power Equipment Operators Motor Patrol Graders $80.12 15J 11G 8X View King Power Equipment Operators Mucking Machine, Mole, Tunnel $80.12 15J 11G 8X View Drill, Boring, Road Header And/or Shield King Power Equipment Operators Oil Distributors, Blower $75.35 15J 11G 8X View Distribution Et Mulch Seeding Operator King Power Equipment Operators Outside Hoists (Elevators and $78.80 15J 11G 8X View Manlifts), Air Tuggers, Strato King Power Equipment Operators Overhead, bridge type Crane: $79.62 7A 11 H 8X View 20 tons through 44 tons King Power Equipment Operators Overhead, bridge type: 100 $81.12 7A 11 H 8X View tons and over King Power Equipment Operators Overhead, bridge type: 45 tons $80.33 7A 11 H 8X View through 99 tons King Power Equipment Operators Pavement Breaker $75.35 15J 11G 8X View King Power Equipment Operators Pile Driver (other Than Crane $79.41 15J 11G 8X View Mount) King Power Equipment Operators Plant Oiler -Asphalt, Crusher $78.80 15J 11G 8X View King Power Equipment Operators Posthole Digger, Mechanical $75.35 15J 11G 8X View King Power Equipment Operators Power Plant $75.35 15J 11G 8X View King Power Equipment Operators Pumps - Water $75.35 15J 11G 8X View King Power Equipment Operators Quad 9, Hd 41, D10 And Over $80.12 15J 11G 8X View King Power Equipment Operators Quick Tower: no cab, under $79.41 15J 11G 8X View 100 feet in height base to boom King Power Equipment Operators Remote Control Operator On $80.12 15J 11G 8X View Rubber Tired Earth Moving Equipment King Power Equipment Operators Rigger and Bellman $75.55 7A 11 H 8X View King Power Equipment Operators Rigger/Signal Person, $79.00 7A 11 H 8X View Bell man(Certified) King Power Equipment Operators Rollagon $80.12 15J 11G 8X View King Power Equipment Operators Roller, Other Than Plant Mix $75.35 15J 11G 8X View King Power Equipment Operators Roller, Plant Mix Or Multi-lift $78.80 15J 11G 8X View Materials King Power Equipment Operators Roto-mill, Roto-grinder $79.41 15J 11G 8X View King Power Equipment Operators Saws - Concrete $78.80 15J 11G 8X View King Power Equipment Operators Scraper, Self Propelled Under $79.41 15J 11G 8X View 45 Yards King Power Equipment Operators Scrapers - Concrete Et Carry All $78.80 15J 11G 8X View King Power Equipment Operators Scrapers, Self-propelled: 45 $80.12 15J 11G 8X View Yards And Over King Power Equipment Operators Service Engineers: Equipment $78.80 15J 11G 8X View King Power Equipment Operators Shotcrete/Gunite Equipment $75.35 15J 11G 8X View about:blank 10/18 DocuSlgn Envelope ID:8740B932-96E8-498B-BF41-1211399691F2 about blank King Power Equipment Operators Shovel, Excavator, Backhoe, $78.80 15J 11 G 8X View Tractors Under 15 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoe: $80.12 15J 11 G 8X View Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, $79.41 15J 11 G 8X View Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $80.92 15J 11 G 8X View Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $81.75 15J 11 G 8X View Over 90 Metric Tons King Power Equipment Operators Slipform Pavers $80.12 15J 11 G 8X View King Power Equipment Operators Spreader, Topsider Et $80.12 15J 11 G 8X View Screedman King Power Equipment Operators Subgrader Trimmer $79.41 15J 11 G 8X View King Power Equipment Operators Tower Bucket Elevators $78.80 15J 11 G 8X View King Power Equipment Operators Tower Crane: over 175' through $81.97 7A 11H 8X View 250' in height, base to boom King Power Equipment Operators Tower crane: up to 175' in $81.12 7A 11H 8X View height base to boom King Power Equipment Operators Tower Cranes: over 250' in $82.76 7A 11H 8X View height from base to boom King Power Equipment Operators Transporters, All Track Or Truck $80.12 15J 11 G 8X View Type King Power Equipment Operators Trenching Machines $78.80 15J 11 G 8X View King Power Equipment Operators Truck Crane Oiler/Driver: 100 $79.62 7A 11H 8X View tons and over King Power Equipment Operators Truck crane oiler/driver: under $79.00 7A 11H 8X View 100 tons King Power Equipment Operators Truck Mount Portable Conveyor $79.41 15J 11 G 8X View King Power Equipment Operators Vac Truck (Vactor Guzzler, $79.41 15J 11 G 8X View Hydro Excavator) King Power Equipment Operators Welder $80.12 15J 11 G 8X View King Power Equipment Operators Wheel Tractors, Farman Type $75.35 15J 11 G 8X View King Power Equipment Operators Yo Yo Pay Dozer $79.41 15J 11 G 8X View King Power Equipment Operators- Asphalt Plant Operators $80.12 15J 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Assistant Engineer $75.35 15J 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Barrier Machine (zipper) $79.41 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Batch Plant Operator, Concrete $79.41 15J 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Boat Operator $80.33 7A 11H 8X View Underground Sewer Et Water King Power Equipment Operators- Bobcat $75.35 15J 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Brokk - Remote Demolition $75.35 15J 11 G 8X View Underground Sewer Et Water Equipment King Power Equipment Operators- Brooms $75.35 15J 11 G 8X View Underground Sewer Et Water about:blank 11/18 DocuSlgn Envelope ID:8740B932-96E8-498B-BF41-1211399691F2 about blank King Power Equipment Operators- Bump Cutter $79.41 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Cableways $80.12 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Chipper $79.41 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Compressor $75.35 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Concrete Finish Machine - $75.35 15J 11G 8X View Underground Sewer Et Water Laser Screed King Power Equipment Operators- Concrete Pump - Mounted Or $78.80 15J 11G 8X View Underground Sewer Et Water Trailer High Pressure Line Pump, Pump High Pressure King Power Equipment Operators- Concrete Pump: Truck Mount $80.12 15J 11G 8X View Underground Sewer Et Water With Boom Attachment Over 42 M King Power Equipment Operators- Concrete Pump: Truck Mount $79.41 15J 11G 8X View Underground Sewer Et Water With Boom Attachment Up To 42m King Power Equipment Operators- Conveyors $78.80 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Cranes Friction: 200 tons and $82.76 7A 11 H 8X View Underground Sewer Et Water over King Power Equipment Operators- Cranes, A-frame: 10 tons and $75.55 7A 11 H 8X View Underground Sewer Et Water under King Power Equipment Operators- Cranes: 100 tons through 199 $81.12 7A 11 H 8X View Underground Sewer Et Water tons, or 150' of boom (including jib with attachments) King Power Equipment Operators- Cranes: 20 tons through 44 $79.62 7A 11 H 8X View Underground Sewer Et Water tons with attachments King Power Equipment Operators- Cranes: 20 tons through 44 $79.62 7A 11 H 8X View Underground Sewer Et Water tons with attachments King Power Equipment Operators- Cranes: 200 tons- 299 tons, or $81.97 7A 11 H 8X View Underground Sewer Et Water 250' of boom including jib with attachments King Power Equipment Operators- Cranes: 300 tons and over or $82.76 7A 11 H 8X View Underground Sewer Et Water 300' of boom including jib with attachments King Power Equipment Operators- Cranes: 45 tons through 99 $80.33 7A 11 H 8X View Underground Sewer Et Water tons, under 150' of boom(including jib with attachments) King Power Equipment Operators- Cranes: Friction cranes through $81.97 7A 11 H 8X View Underground Sewer Et Water 199 tons King Power Equipment Operators- Cranes: through 19 tons with $79.00 7A 11 H 8X View Underground Sewer Et Water attachments, a-frame over 10 tons King Power Equipment Operators- Crusher $79.41 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Deck Engineer/Deck Winches $79.41 15J 11G 8X View Underground Sewer Et Water (power) King Power Equipment Operators- Derricks, On Building Work $80.12 15J 11G 8X View Underground Sewer Et Water about:blank 12/18 DocuSlgn Envelope ID:8740B932-96E8-498B-BF41-1211399691F2 about blank King Power Equipment Operators- Dozers D-9 Et Under $78.80 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Drill Oilers: Auger Type, Truck $78.80 15J 11G 8X View Underground Sewer Et Water Or Crane Mount King Power Equipment Operators- Drilling Machine $80.92 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Elevator and man-lift: $75.35 15J 11G 8X View Underground Sewer Et Water permanent and shaft type King Power Equipment Operators- Finishing Machine, Bidwell And $79.41 15J 11G 8X View Underground Sewer Et Water Gamaco Et Similar Equipment King Power Equipment Operators- Forklift: 3000 lbs and over with $78.80 15J 11G 8X View Underground Sewer Et Water attachments King Power Equipment Operators- Forklifts: under 3000 lbs. with $75.35 15J 11G 8X View Underground Sewer Et Water attachments King Power Equipment Operators- Grade Engineer: Using Blue $79.41 15J 11G 8X View Underground Sewer Et Water Prints, Cut Sheets, Etc King Power Equipment Operators- Gradechecker/Stakeman $75.35 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Guardrail Punch $79.41 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Hard Tail End Dump $80.12 15J 11G 8X View Underground Sewer Et Water Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators- Hard Tail End Dump $79.41 15J 11G 8X View Underground Sewer Et Water Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators- Horizontal/Directional Drill $78.80 15J 11G 8X View Underground Sewer Et Water Locator King Power Equipment Operators- Horizontal/Directional Drill $79.41 15J 11G 8X View Underground Sewer Et Water Operator King Power Equipment Operators- Hydralifts/boom trucks: 10 $75.55 7A 11H 8X View Underground Sewer Et Water tons and under King Power Equipment Operators- Hydralifts/boom trucks: over $79.00 7A 11 H 8X View Underground Sewer Et Water 10 tons King Power Equipment Operators- Leverman $81.75 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Loader, Overhead, 6 Yards. But $80.12 15J 11G 8X View Underground Sewer Et Water Not Including 8 Yards King Power Equipment Operators- Loaders, Overhead Under 6 $79.41 15J 11G 8X View Underground Sewer Et Water Yards King Power Equipment Operators- Loaders, Plant Feed $79.41 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Loaders: Elevating Type Belt $78.80 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Locomotives, All $79.41 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Material Transfer Device $79.41 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Mechanics: All (Leadmen - $80.92 15J 11G 8X View Underground Sewer Et Water $0.50 per hour over mechanic) King Power Equipment Operators- Motor Patrol Graders $80.12 15J 11G 8X View Underground Sewer Et Water about:blank 13/18 DocuSlgn Envelope ID:8740B932-96E8-498B-BF41-1211399691F2 about blank King Power Equipment Operators- Mucking Machine, Mole, Tunnel $80.12 15J 11G 8X View Underground Sewer Et Water Drill, Boring, Road Header And/or Shield King Power Equipment Operators- Oil Distributors, Blower $75.35 15J 11G 8X View Underground Sewer Et Water Distribution Et Mulch Seeding Operator King Power Equipment Operators- Outside Hoists (Elevators and $78.80 15J 11G 8X View Underground Sewer Et Water Manlifts), Air Tuggers, Strato King Power Equipment Operators- Overhead, bridge type Crane: $79.62 7A 11 H 8X View Underground Sewer Et Water 20 tons through 44 tons King Power Equipment Operators- Overhead, bridge type: 100 $81.12 7A 11 H 8X View Underground Sewer Et Water tons and over King Power Equipment Operators- Overhead, bridge type: 45 tons $80.33 7A 11 H 8X View Underground Sewer Et Water through 99 tons King Power Equipment Operators- Pavement Breaker $75.35 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Pile Driver (other Than Crane $79.41 15J 11G 8X View Underground Sewer Et Water Mount) King Power Equipment Operators- Plant Oiler -Asphalt, Crusher $78.80 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Posthole Digger, Mechanical $75.35 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Power Plant $75.35 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Pumps - Water $75.35 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $80.12 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Quick Tower: no cab, under $79.41 15J 11G 8X View Underground Sewer Et Water 100 feet in height base to boom King Power Equipment Operators- Remote Control Operator On $80.12 15J 11G 8X View Underground Sewer Et Water Rubber Tired Earth Moving Equipment King Power Equipment Operators- Rigger and Bellman $75.55 7A 11 H 8X View Underground Sewer Et Water King Power Equipment Operators- Rigger/Signal Person, $79.00 7A 11 H 8X View Underground Sewer Et Water Bellman(Certified) King Power Equipment Operators- Rollagon $80.12 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Roller, Other Than Plant Mix $75.35 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Roller, Plant Mix Or Multi-lift $78.80 15J 11G 8X View Underground Sewer Et Water Materials King Power Equipment Operators- Roto-mill, Roto-grinder $79.41 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Saws - Concrete $78.80 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Scraper, Self Propelled Under $79.41 15J 11G 8X View Underground Sewer Et Water 45 Yards King Power Equipment Operators- Scrapers - Concrete Et Carry All $78.80 15J 11G 8X View Underground Sewer Et Water about:blank 14/18 DocuSlgn Envelope ID:8740B932-96E8-498B-BF41-1211399691F2 about blank King Power Equipment Operators- Scrapers, Self-propelled: 45 $80.12 15J 11 G 8X View Underground Sewer Et Water Yards And Over King Power Equipment Operators- Shotcrete/Gunite Equipment $75.35 15J 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Shovel, Excavator, Backhoe, $78.80 15J 11 G 8X View Underground Sewer Et Water Tractors Under 15 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoe: $80.12 15J 11 G 8X View Underground Sewer Et Water Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes, $79.41 15J 11 G 8X View Underground Sewer Et Water Tractors: 15 To 30 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $80.92 15J 11 G 8X View Underground Sewer Et Water Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $81.75 15J 11 G 8X View Underground Sewer Et Water Over 90 Metric Tons King Power Equipment Operators- Slipform Pavers $80.12 15J 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Spreader, Topsider Et $80.12 15J 11 G 8X View Underground Sewer Ft Water Screedman King Power Equipment Operators- Subgrader Trimmer $79.41 15J 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Tower Bucket Elevators $78.80 15J 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Tower Crane: over 175' through $81.97 7A 11H 8X View Underground Sewer Et Water 250' in height, base to boom King Power Equipment Operators- Tower crane: up to 175' in $81.12 7A 11H 8X View Underground Sewer Et Water height base to boom King Power Equipment Operators- Tower Cranes: over 250' in $82.76 7A 11H 8X View Underground Sewer Et Water height from base to boom King Power Equipment Operators- Transporters, All Track Or Truck $80.12 15J 11 G 8X View Underground Sewer Et Water Type King Power Equipment Operators- Trenching Machines $78.80 15J 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Truck Crane Oiler/Driver: 100 $79.62 7A 11H 8X View Underground Sewer Et Water tons and over King Power Equipment Operators- Truck Crane Oiler/Driver: 100 $79.62 7A 11H 8X View Underground Sewer Et Water tons and over King Power Equipment Operators- Truck crane oiler/driver: under $79.00 7A 11H 8X View Underground Sewer Et Water 100 tons King Power Equipment Operators- Truck Mount Portable Conveyor $79.41 15J 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Vac Truck (Vactor Guzzler, $79.41 15J 11 G 8X View Underground Sewer Ft Water Hydro Excavator) King Power Equipment Operators- Welder $80.12 15J 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Wheel Tractors, Farmall Type $75.35 15J 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Yo Yo Pay Dozer $79.41 15J 11 G 8X View Underground Sewer Et Water King Power Line Clearance Tree Journey Level In Charge $57.22 5A 4A View Trimmers about:blank 15/18 DocuSlgn Envelope ID:8740B932-96E8-498B-BF41-1211399691F2 about blank King Power Line Clearance Tree Spray Person $54.32 5A 4A View Trimmers King Power Line Clearance Tree Tree Equipment Operator $57.22 5A 4A View Trimmers King Power Line Clearance Tree Tree Trimmer $51.18 5A 4A View Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $38.99 5A 4A View Trimmers King Refrigeration Et Air Conditioning Journey Level $92.51 6Z 1 G View Mechanics King Residential Brick Mason Journey Level $66.32 7E 1 N View King Residential Carpenters Journey Level $36.44 1 View King Residential Cement Masons Journey Level $46.64 1 View King Residential Drywall Applicators Journey Level $71.53 15J 4C View King Residential Drywall Tapers Journey Level $36.36 1 View King Residential Electricians Journey Level $48.80 1 View King Residential Glaziers Journey Level $28.93 1 View King Residential Insulation Journey Level $28.18 1 View Applicators King Residential Laborers Journey Level $29.73 1 View King Residential Marble Setters Journey Level $27.38 1 View King Residential Painters Journey Level $23.47 1 View King Residential Plumbers Et Journey Level $96.69 6Z 1 G View Pipefitters King Residential Refrigeration Et Air Journey Level $92.51 6Z 1 G View Conditioning Mechanics King Residential Sheet Metal Journey Level $94.11 7F 1 E View Workers King Residential Soft Floor Lavers Journey Level $55.76 5A 3-1 View King Residential Sprinkler Fitters Journey Level $58.26 5C 2R View .(Fire Protection), King Residential Stone Masons Journey Level $66.32 7E 1 N View King Residential Terrazzo Workers Journey Level $60.36 7E 1 N View King Residential Terrazzo/Tile Journey Level $24.39 1 View Finishers King Residential Tile Setters Journey Level $21.04 1 View King Roofers Journey Level $60.95 5A 3H View King Roofers Using Irritable Bituminous $63.95 5A 3H View Materials King Sheet Metal Workers Journey Level (Field or Shop) $94.11 7F 1 E View King Shipbuilding Et Ship Repair New Construction Boilermaker $50.35 7X 4J View King Shipbuilding Et Ship Repair New Construction Carpenter $50.95 7X 4J View King Shipbuilding Et Ship Repair New Construction Crane $41.83 7V 1 View Operator King Shipbuilding Et Ship Repair New Construction Electrician $50.42 7X 4J View King Shipbuilding Et Ship Repair New Construction Heat Et Frost $84.84 15H 11C View Insulator King Shipbuilding Et Ship Repair New Construction Laborer $50.95 7X 4J View King Shipbuilding Et Ship Repair New Construction Machinist $50.95 7X 4J View about:blank 16/18 DocuSlgn Envelope ID:8740B932-96E8-498B-BF41-1211399691F2 about blank King Shipbuilding Et Ship Repair New Construction Operating $41.83 7V 1 View Engineer King Shipbuilding Et Ship Repair New Construction Painter $50.95 7X 4J View King Shipbuilding Et Ship Repair New Construction Pipefitter $50.95 7X 4J View King Shipbuilding Et Ship Repair New Construction Rigger $50.35 7X 4J View King Shipbuilding Et Ship Repair New Construction Sheet Metal $50.35 7X 4J View King Shipbuilding Et Ship Repair New Construction Shipwright $50.95 7X 4J View King Shipbuilding Et Ship Repair New Construction $41.83 7V 1 View Warehouse/Teamster King Shipbuilding Et Ship Repair New Construction Welder / $50.35 7X 4J View Burner King Shipbuilding Et Ship Repair Ship Repair Boilermaker $50.35 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Carpenter $50.95 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Crane Operator $45.06 7Y 4K View King Shipbuilding Et Ship Repair Ship Repair Electrician $50.42 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Heat Et Frost $84.84 15H 11C View Insulator King Shipbuilding Et Ship Repair Ship Repair Laborer $50.95 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Machinist $50.95 7X 4.1 View King Shipbuilding Et Ship Repair Ship Repair Operating Engineer $45.06 7Y 4K View King Shipbuilding Et Ship Repair Ship Repair Painter $50.95 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Pipefitter $50.95 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Rigger $50.35 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Sheet Metal $50.35 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Shipwright $50.95 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Warehouse / $45.06 7Y 4K View Teamster King Sign Makers Et Installers Journey Level $55.78 0 1 View ,(Electrical), King Sign Makers Et Installers (Non- Journey Level $35.73 0 1 View Electrical), King Soft Floor Lavers Journey Level $62.39 15J 4C View King Solar Controls For Windows Journey Level $15.74 1 View King Sprinkler Fitters (Fire Journey Level $92.49 5C 1X View Protection) King Stage Rigging Mechanics (Non Journey Level $15.74 1 View Structural), King Stone Masons Journey Level $66.32 7E 1 N View King Street And Parking Lot Sweeper Journey Level $19.09 1 View Workers King Surveyors Assistant Construction Site $79.00 7A 11 H 8X View Surveyor King Surveyors Chainman $75.55 7A 11 H 8X View King Surveyors Construction Site Surveyor $80.33 7A 11 H 8X View King Surveyors Drone Operator (when used in $75.55 7A 11 H 8X View conjunction with survey work only) King Surveyors Ground Penetrating Radar $75.55 7A 11 H 8X View Operator King Telecommunication Technicians Journey Level $62.13 7E 1 E View about:blank 17/18 DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691F2 about blank King Telephone Line Construction - Cable Splicer $39.15 5A 2B View Outside King Telephone Line Construction - Hole Digger/Ground Person $26.29 5A 2B View Outside King Telephone Line Construction - Telephone Equipment Operator $32.72 5A 2B View Outside (Light) King Telephone Line Construction - Telephone Lineperson $37.00 5A 2B View Outside King Terrazzo Workers Journey Level $60.36 7E 1 N View King Tile Setters Journey Level $60.36 7E 1 N View King Tile, Marble Et Terrazzo Finisher $51.19 7E 1 N View Finishers King Traffic Control Stripers Journey Level $51.90 7A 1 K View King Truck Drivers Asphalt Mix Over 16 Yards $72.45 15J 11M 8L View King Truck Drivers Asphalt Mix To 16 Yards $71.61 15J 11M 8L View King Truck Drivers Dump Truck $71.61 15J 11M 8L View King Truck Drivers Dump Truck Et Trailer $72.45 15J 11M 8L View King Truck Drivers Other Trucks $72.45 15J 11M 8L View King Truck Drivers - Ready Mix Transit Mix $72.45 15J 11M 8L View King Well Drillers Et Irrigation Pump Irrigation Pump Installer $17.71 1 View Installers King Well Drillers Et Irrigation Pump Oiler $15.74 1 View Installers King Well Drillers Et Irrigation Pump Well Driller $18.00 1 View Installers about:blank 18/18 W: a) u u 4-) m N r. r, 0 co o N rnHH Qao -H QJ Q1 QJ :K cV \ O (0 (0 no H @ O O � 3 r N N J-j QJ Q) N Q Q 0 x D a s U U H a to p4 H W r-I O M i � H yU IL ri 4 C) a Q o xN ry) C H H N N Q o � v O �' 0 CN o 4,4 >1 � Z cn v as o c Y r U (1} H u1 O Rf U Cq H .H $4 -� � a� � a ri) U a � N LL 0) M 7 ra LLLL m � �. M w N Qi O rn Q! (y) U 0 C14((Y) r_ O - }1 00 Q > m Qf o i4 U aG � Ln O ai a 00 r.0 I ON $-4 Q) O +-) Lf7 (o o . 00 3 O Gu > 4-3 41 O c M C VJ 3 w •,...I N W U•I Ql : $ C U N r4 N ►Y+ U 3 Un •o DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 1 • KENT PAYMENT AND PERFORMANCE BOND Bond No 107889143 TO CITY OF KENT KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, Corona Steel, Inc. as Principal, and Travelers Casualty and Surety Company of America a Corporation organized and existing under the laws of the State of 3NXxkkXgkaX 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 $ $5,420 279 15 , together with any adjustments, up or down, in the total contract 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. *Connecticut 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 Ke,"Eas,","°cem'*^5 ^t2 KEH01-P,e-E-e,neereaMtla.B°;b,° ` �Z'-°9s (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 PAYMENT AND PERFORMANCE BOND Page 1 of 2 DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 law) of each corporate party is hereto affixed and duly signed by its undersigned representatives pursuant to authority of its governing body. TWO WITNESSES: Corona Steel, Inc. PRINCIP�A/L{ (enter prin ipal's name above) BY: ' V1C TITLE: Teti � e IL� DATE: 9/08/2023 DATE: 9/08/2023 CORPORATE SEAL: PRINT NAME DATE: 9/08/2023 Travelers Casualty and Surety Company of America SURE CORPORATE SEAL: BY: DATE: 9/08/2023 TITLE: Carley Espiritu. Attorney-in-Fact ADDRESS: 1501 Fourth Ave., Suite 1000 Seattle, WA 98101 CERTIFICATE AS TO CORPORATE SEAL I hereby certify that I am the (Assistant) Secretary of the Corporation named as Principai in the within Bond; that c- n ,_ Who signed the said bond on behalf of the Principal C_ny0�'V\ SA�� Of the said Corporation; that I know his signature thereto is genuine, and that said Bond was duly signed, sealed, and attested for in behalf of said Corporation by authority of its governing body. SECRJtARY OR ASSISTANT SECRETARY 9.5C.wM1Fo.ml�nva�,aemses5v.nrmanc•aona.eoc PAYMENT AND PERFORMANCE BOND Page 2 of 2 DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691 F2 Travelers Casualty and Surety Company of America AW Travelers Casualty and Surety Company jRAVELERS J _ St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America. Travelers Casualty and Surety Company, and St Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the"Companies"),and that the Companies do hereby make. constitute and appoint Carley Espiritu of TACOMA , Washington I their true and lawful Attorneys)-in-Fact to sign. execute, seal and acknowledge any and all bonds, recognizances 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 21st day of April. 2021 4L 4A rt�r+pa y► bJ F` ���}(\�\\� min wCOW. Q C{.w On K- State of Connecticut By: City of Hartford ss Robert L. Raneyatenior Vice President On this the 21st day of April 2021, before me personally appeared Robert L. Raney who acknowledged himself to be the Senior Vice President of each of the Companies. and that he as such. being authorized so to do executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer IN WITNESS WHEREOF I hereunto set my hand and official seal Y AY14 t vc' ;� My Commission expires the 30th day of June 2026Anna P Nowik, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies which resolutions are now in full force and effect, reading as follows: 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-in-Fact and Agents to act for and on 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 Board of Directors at any time may remove any such appointee and revoke the power given him or her: and it is 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 indemnity, or writing obligatory 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 power 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, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents Resident Assistant Secretaries or Attorneys-in- Fact 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 facslmile 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 each of the Companies. do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies.which remains in full force and effect Dated this 8th day of September 2023 �Mp NnIRy� �3'�TY+hO• *" �p Kevin E. Hughes.Assistant Secretary To verify the authenticity of this Power of Attorney,please call us at 1-800-421-3880. Please refer to the above-named Attorneys)-in-Fact and the details of the bond to which this PowerofAttorney is attached DocuSign Envelope ID:8740B932-96E8-498B-BF41-1211399691F2