Loading...
HomeMy WebLinkAbout18-001 - Lydig Construction - Public Safety Plan: Fire Stations 51 and 52 (Amendment L-Q)CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 007 DATE: 4/15/2020 PROJECT NO.: 90830402 PROJECT NAME: PSP — Fire Station 51 TO: 18-001 (q) Council Approval N/A BUDGET NO.: 305.98 CONTRACT NO.: 18-001.1 ( q AMENDMENTNO: 017 Sheet 1 of 1 You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See Attached Exhibit "A" We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date 4/17/2020 Contractor Lydig 9� /I'- — Craig Greene By Title VP of Operations Original Contract FS51 (without tax) Previous Change Order FS51 This Change Order FS51 (without tax) REV. CONTRACT AMOUNT FS51 $ 9,587,314.00 / $ 429,627.95 V/ $ 59,424.74 $ 10,076,366.69 Original Contract Time FS51: 420 days (May 19, 2020) Additional Contract Time for this Change Order FS51: 0 days Updated Contract Time FS51: 420 days (May 19, 2020) NAL: City Clerk (1 of 2) Contractor (2 of 2) APPROVED BY THE CITY OF TUKWILA Date [702to By (� Mayor .2 Deputy City Administrator SOJ Program Director cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File (11/2014) Exhibit "All CHANGE ORDER- SUMMARY OF CHANGE CITY OF TUKWILA — PUBLIC SAFETY PLAN m Project Name Fire Station 51 LYDIG CO # 007 Project # 90830402 Contract # 18-001.1 (q } TO CONTRACTOR: Lydia Construction Date 4/14/20 3180 139th Ave SE, Ste 110 Bellevue, WA 98005 COMCD # Description Reason Code Amount COP 023 CE #020- RFI#061.I: ARCH - Guardrail Finish at Mezzanine. Credit for DC $1,845:07 galvanizing stairs, handrails, and guardrails. Add for prep, prime; and paint stairs, handrails, and guardrails. COI' 031 Rf I #137.1: ARCH - C-Channel Enclosure Insulation/WRB Follow Up. DC $15,708.94 Revised wall framing at North elevation behind C-channel at app bay. Demo of existing wall framing at North elevation behind C-channel at app bay. Reduced soffit metal framing behind C-channel. Switched insulation behind C-channel from semi -rigid to spray foam insulation. Added break metal soffit and fluid applied flashing behind structure to maintain air barrier continuity. Added wood backing/blocking. COP 032 CE#078- Added PI Light Pole and Base - Addendum 09. Supply and install DC $12,379.60 one additional P1 light pole and base added in the Addendum 09 conformed set of drawings. COP 035 CE#079 - #241: Elec - Added Fire Alarm Manual Pull Stations. 10 added AD $11,967.12 manual pull stations and break handle clamp resulting from City of Tukwila Fire Alarm Permit review comments. COP 036 CE#082 - #120: Elee. - Exit Sign Discrepancy in Physical Training Room DC $1,100.26 106. Supply and install one exit sign that was not shown on the Electrical drawings. COP 037 CE#081 - Unsuitable Soils Associated with ROW work. Unsuitable soils UFC $16,423.75 exported related to right of way work. Lydig Change Order No 007 $59,424.74 f LYDIG Lydig Construction, Inc. Project: 30125-43 - TFS#51 - GCCM 3180 139th Ave SE, Ste 110 17951 Southcenter Parkway Bellevue; Washington 98005 Tukwila, Washington 98188 Phone: (425) 885-3314 Phone:-425-885-3314 Fax: (425) 881-2903 Prime Contract Potential Change Order 3® CE #020- I1.1: ARCH - uardril Finish at Mezzanine TO: City of Tukwila FROM: Lydig Construction, Inc. - Bellevue Office 6200 SouthcenterBoulevard 3180 139th Ave SE - Suite 110 Tukwila Washington, 98188 Bellevue Washington, 98005 PCO NUMBER/REVISION: 023 / 0 CONTRACT: 30125 - Tukwila Fire Station #51 - GCCM Prime Contract (18-001.1) REQUEST RECEIVED FROM: CREATED BY- Weston Blackburn (Lydig Construction, Inc. - Bellevue Off) STATUS: Pending - In Review CREATED DATE: 2/14 /2020 REFERENCE: PRIME CONTRACT None CHANGE ORDER: FIELD CHANGE: No LOCATION: ACCOUNTING Amount Based METHOD: SCHEDULE IMPACT: PAID IN FULL: No TOTAL AMOUNT- $1,845.07 POTENTIAL CHANGE ORDER TITLE. CE #020 - RFI#061.1: ARCH - Guardrail Finish at Mezzanine CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #020 - RFI#061.1: ARCH —Guardrail Finish at Mezzanine • Credit for galvanizing stairs, handrails, and guardrails • Add for prep, prime, and paint stairs, handrails, and guardrails ATTACHMENTS: LCI SP- PCO 0235P R1 - CE 020SP-RFI 061:1 Guardrail Finish atMezzanine:Ddf RFl 061 -Steel Stair Galvanizing. pdf RFI 061.1 - Guardrail Finish at Mezzanine.pdf # Cost Code Description Type Amount 1 03--001-99- - Structures, Enclosure& MiscSub. -SP03&07 Credit for galvanizing stair, railings, and mezz railing, add for paint Subcontractor $,1,731.27 Subtotal: $1,731.27 Fee - Self Perform Work: 16.00% Applies to Labor,. Materials,Equipment, Other, Overhead. and Profit, Unwritten Sub's/PA's, and Project Contingency. $.0.00 Fee - GCCM: 4.60% Applies to Subcontractor and Purchase Agreements. $ 77:91 GL Insurance: .0,76%Applies to all line item types. $ 13.57 P&P Bond: 0.76% Applies to all line Item types. $ 13.67 B&O Tax: 2 0.47% Applies to all line item types. $ 8.65 Grand Total $1,846.07 Owner Signature Date Lydig Construction, Inc. page 1 of 1 Printed On: 3/30/ 2020 05 :41 PM LYDIG PCO #023 SP Lydig Construction, Inc. Project: 30126-10 - TFS#51 - Self -Perform 3180 139th Ave SE, Ste 110 17951 Southcenter Parkway Bellevue, Washington 98005 Tukwila, Washington 98188 Phone:-(425) 885-3314 Phone: 425-885-3314 Fax: (425) 881-2903 Prime Contract Potential Change Order #023 S: CE #020SPFI01.1 ARCH - Guardrail Finish at Mezzanine TO: City of Tukwila FROM: Lydig Construction, Inc. - Bellevue Office 6200 Southcenter Boulevard 3180 139th Ave SE - Suite 110 Tukwila Washington, 98188 Bellevue Washington, 98005 PCO NUMBERIREVISION: 023 SP / 0 CONTRACT- 1 - Tukwila Fire Station #51 - Self -Perform Prime Contract REQUEST RECEIVED FROM: CREATED BY. Weston Blackburn (Lydig Construction, Inca- Bellevue Off) STATUS: Pending - In Review CREATED DATE: 2/14 /2020 REFERENCE: PRIME CONTRACT None CHANGE ORDER: FIELD CHANGE: No LOCATION: ACCOUNTING Amount Based METHOD: SCHEDULE IMPACT: PAID IN FULL: No TOTAL AMOUNT. $1,731.27 POTENTIAL CHANGE ORDER TITLE: CE #020SP - RFI#061.1: ARCH - Guardrail Finish at Mezzanine CHANGE REASON: Design Development POTENTIAL CHANGEORDERDESCRIPTION: (The Contract Is Changed As Follows) CE #020SP RFI#061.1: ARCH - Guardrail Finish at Mezzanine • Credit for galvanizing stairs and handrails • Add for painting stairs and handrails ATTACHMENTS: Tukwila-Fiee RFI 061 1 I(TP COP 2 Rev 1.pdf, COP-2 revised:odf # Cost Code Description Type .Amount. 1 05--001-97- - Structural Steel Supplier Credit for Galvanizing Purchase Agreements ($1,012.00) 2 09--026-99- - Painting Sub Add to paint: stairs and railings Subcontractor $.2,583.84 Subtotal: $1,571.84 Fee - Self Perform Work: 16.00%Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten. Sub's/PA's, and Project Contingency, S 0.00 Fee - Sub "Tier work: 8,00%Applies to Subcontractor and Purchase Agreements. $ 125.75 GL Insurance: 0.76%Applies to all line item types. $ 12.73 P&P Bond: :0.76%Applies to all line Item types. $ 12.83 B8o Tax: = 0.47 % Applies to all line item types. $ 8.12 Grand Total: $1,731.27 Owner Signature Date Lydig Construction, Inc. page 1 of 1 Printed On: 3/30/ 2020 05:34 PM Date: 09/23/19 Project: TFS51 Contractor; LydigUmstmcdon Pages: 2 For the following items only: Furnish shop drawings, labor and material for the fabrication of miscellaneous steel per attachments A & B; and as follows. ADD: Priming stair, stair andmezzaninemUing$ 1,072.00 Deduct: Galvanizing for stair, stair and mezzanine railing $ 2,084.00 — Tax, Field Welding, Field Verifications, Installation, All Gauge Materials, Stainless Steel Items, Aluminum Items and Materials UNO, Bolts for any Connection To, Thru, and With Wood, Templates, Calculations and Engineering. ThIs quotatlon and the acceptance shall become a binding contract. (Seller) Estimator By: Date: This quotation may be withdrawn by offerer if not accepted within fifteen (15) days. Material Price iobased oocurrent stock and insubject to prior sale. All may be subject to escalation mill price and/or scrap surcharges that occur after bid date 'and will he applicable at time oforder. Any exceptions will bonoted in our bid. All material orders are subject to applicable Mill Page 2 of 2 Attachment 'A' General Conditions of Quotation: 1. It is the Responsibility of the General Contractor or customer to provide Spokane Metals LLC with all engineering and field measurement information. This should be in an expedient manner so as not to impede the shop detail drawing progress. This includes prompt approvals and clarifications. 2. We Assume engineering is complete enough; to allow expedient detailing to occur. Delays due to incomplete engineering or extensive clarifications of drawings that delay our detailing may result in Cost Impact. 3. Delivery of materials are dependent upon date of award of contract, mill rolling schedules, freight shipping schedules, engineering clarifications and shop drawing approval. 4. Terms of payment are Net 30 days after shipment or partial shipment. Terms are dependent on our approval of contractor's credit. 5. No Liquidated Damages or Retentions will be accepted or allowed unless authorized in advance and in writing by Spokane Metals LLC. 6. Spokane Metals LLC will furnish shop drawings for shop fabrication and field drawings for Piece Mark Locations only. Any erection drawings required to show field welding, sequence of erection, temporary bracing, or any operations performed by the erector will be by others. 7. It is a condition of this bid quotation that the contractor, the owner, or any interested party has maximum of 14 calendar days from date of occurrence to provide written notification of back -charges, complete with monetary amounts and full substantiation. Charges communicated or billed after this time are not valid and will be denied. 8. It is a condition of this bid quotation that the contractor, the owner, or any interested party has maximum of 14 calendar days from date of change orders will automatically become an integral part of the contract amount. 9. This bid proposal does not include provisions for OSHA erection standards or requirements that are not shown on the design drawings. 10. All rail joints shall be provided with NOMMA #4 finish, unless specifically included in as otherwise herein above. 11. It is a condition of this bid quotation that any shortages or discrepancies in documentation of items shipped versus items received must be reported in writing within 48 hours of F.O.B.,point delivery. Shortages or discrepancies reported after this time will be denied and subject to additional charges for replacement. 12. This Quotation and all attachments are to be made part of the contract, superseding all other clauses. Attachment Exclusions — General: 13. All non-ferrous metals and gauge metals (unless noted otherwise) 14. Cost of special testing and inspection of welds (non-destructive, x-ray, dye penetrate, etc.)and material for same are not included. 15. Pricing herein does not include providing holes, cutting, drilling, etc. in steel for others (unless shown and quantitiesnotedon structural steel bid drawings). 16. Pricing herein does not include cost for taxes, bonds; permits, insurance, surveys, or inspectionfees. 17. All reinforcing steel (unless shop attached to steel fabrications included herein above). 18. Supply or handling in any way of through -deck weld studs, grout, epoxy, and all non-metallic items. 19. Field touch up painting and paint. 20. Unless specifically included in Bid Proposal herein above, all items on civil, landscape, mechanical, and electrical drawings are excluded. 21. All items not shown on bid plans are excluded. Qualifications— General 22. Spokane Metals LLC reserves the right to review in detail, negotiate, and if necessary modify the language contained in customer's contractual terms and conditions (including general and supplementary conditions). 23. Spokane Metals LLC reserves the right to withdraw this bid proposal depending upon our approval of the steel erector. 24. All fabrication will be per A.I.S.C. tolerances and requirements. Fabrication will NOT be performed in an AISC certified facility. 25. This proposal is based on working a normal 40•hour week. For delays caused by events beyond the control of Spokane Metals, Spokane Metals LLC shall receive appropriate time extension and equitable reimbursement of cost. 26. This proposal is based upon receiving progress payments for shop drawings prepared and submitted, materials shipped, and sub- contract work. 27. This proposal is based on plans& documents as interpreted by Spokane Metals LLC: (Buyer's Signature) (Date) 509-244-9476 (phone) 1 509-244-8439 (fax) physical address: 11315 W Willow Ln Airway Hghts, WA 99001 mailing address: 11317 E 161h Ave Spokane Vly, WA 99206 COP Subcontractor Breakdown Summary Project Name: Tukwila Fire Station #51 COP: Project No. 30125-43 TFS#5: Document Reference: RFI 061 . 1 Date: Contractor: KT Painting Contractor Ref. No. Description I.CRAFT LABOR Direct Labor Costs: a. crew (apprentices, journeym b. foreman c. lead foreman en , & laborers) $ 1,786.50 A DIRECT LABOR SUBTOTAL —$ 1.78&50 Supervision: d. direct supervision e. safety 1. CRAFT LABOR COSTS $ 1,787.00 2. MATERIAL COSTS a. material costs $ 520.00 b. freight costs (itemize) A - 2. MATERIAL COSTS $ 520.00 3. EQUIPMENT COSTS a. owned equipment (per spec approved source) b. rental equipment (per invoices attached) $ 3. EQUIPMENT COSTS $ 4. SMALL TOOLS a. small tools $ 4. SMALL TOOLS $ 5. OVERHEAD & PROFIT a. 15% on Materials (2) $ 62.40 b. 15% On Labor, Equipment and Small Tools (1, 3, & 4) $ 214.44 6. SUB -SUBCONTRACTORS a. b. C. d. SUBTOTAL 1 thru 41 $ 2,307.00 5. OVERHEAD& PROFIT $ 276,84 6. SUB -SUBCONTRACTORS $ 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS a. NTE6%for each sub $ 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS $ 8. Bond a. Bond 0.00 % of 1-7 $ 8. Bond $ 9. B&O Tax a. B&O Tax 0,00 % of 1-8 $ 9. B&O Tax $ TOTAL COSTI $ 2,583.841 Tukwila Fire RFI 061.1 KTP COP 2 (002).xlsx Page _ of — Issued 3/30/2020 COP Cost Breakdown ct Name: Tukwila Fire Station # 51 oject No. 2 ntractor: KT Painting COP: Date: Project. # Tukwila Fire RFI 061.1 KTP COP 2 (002).xlsx Page of. Issued 3/30/2020 COP Wage Rates Project Name: Tukwila Fire Station # 51 Project No: 30125-43 TFS#51 Contractor: KT Painting Trade —& Position Rate Schedule Date` Painter Journeyman Painter Foreman Prevailing Wage (incl. Benefits) 41.60-Io $ 41.60 $ 41.60 1. Hourly Wage Rate (forman) $ 2.50 2. Hourly Benefits $ - SUBTOTAL 41.600/. $41.60 $ 44.10` $ $ $ $ $ $ $ $ ' Rate 3.FUI %of1 6.00% $1 2.50 $ 2.655 $ $t $ $ $s $ $ $ 4. FICA % of 1 7.65% $ 3.18 $ 137 $ $' $ $ $s $ $ $ 5. MEDICARE % of 1 1,45% $' 0.60 $ 0.64s $ $f $ $ $ $ $ $ 6. SUI % of 1 (insert correct% to right) 0.13% $ 0.05 $ 0.06 $ $' $ $ $ $ $ $ 7. WC (insert $ amount per hour) $ 0.25 $ 0.25s $ 0.25 TOTAL (Intl. payroll taxes) 48.18% $' —48:1d $ 51.07 $ $ $ $ Is Is is $ NOTES: ' Rate schedule date is the date of the Dept. of Labor& Industries Prevailing Wage Rate used or the Union Agreement. a. for items 3 thru 5, the Federal rates do not vary by firm, and the percentages are already locked into this form. b. for item 6; the actual rate is determined by the State Employment Security Dept. and varies by firm. It shall be verified by the contractor at the start of the project. c. for item 7, the rate is based on L & I classification. The hourly dollar amount is specific to the firm/trade and shall be verified by the contractor at the start of the project. d. definitions 1. items 1 & 2 are basic wages and benefits (see general conditions 7.5.1 - 1 &2 2: item 3, FUI is Federal Unemployment Tax Act (see general conditions 7.5.1 - 4 3. item 4, FICA is Federal Insurance Compensation Act/Social Security (see general conditions 7.5.1 - 4 4. item 5, Medicare is FICA medical aid (see general conditions 7.5.1 - 4 5. item 6, SUI is State Unemployment Compensation Act (see general conditions 7.5.1 - 4 6, item 7, WC is industrial insurance/workers' compensation (see rgeneral conditions 7.5.1 - 3 Form Revised 6/1/2004 Issued 3/30/2020 LYDIr; FI #061 Lydig Construction, Inc. Project: 30125-43 - TFS#51 - GCCM 3180 139th Ave: SE, Ste 110 17951 Southcenter Parkway Bellevue, Washington 98005 Tukwila, Washington 98188 Phone: (425) 885-3314 Phone: 425-885-3314 Fax: (425) 881-2903 CH - Steel Stair Galvanizing TO: Emma Nowinski (Weinstein A+U) FROM: Weston Blackburn (Lydig construction, Inc. Lauren Rock (Weinstein A+U) Bellevue) Jose Lorenzo -Torres (Weinstein A+U) 3180 139th Ave SE - Suite 110 DATE INITIATED: 08/01/2019 Bellevue, Washington 98005 LOCATION: STATUS: Closed PROJECT STAGE: DUE DATE: 08/08/2019 SUB JOB: COST CODE: COST IMPACT: Yes (Unknown) SCHEDULE IMPACT: No DRAWING NUMBER: A501 SPEC SECTION: LINKED DRAWINGS: A501 REFERENCE: RECEIVED FROM: Sergey Kuchin (SPOKANE METALS, LLC) COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Jose Lorenzo -Torres (Weinstein A+U), Kiel Lunsford (Lydig Construction, Inc. - Bellevue Off), Emma Nowinski (Weinstein A+U), Tom Pitman (Lydig Construction, Inc, - Bellevue Off), Lauren Rock (Weinstein A+U), John Thompson (Lydig Construction, Inc. - Bellevue Off), David White (Lydig Construction, Inc. - Bellevue Off) Confirmation is needed on the steel finish for staircase 1. Sheet A501 indicates that the stringers, pans, and handrail are to be galvanized. Per discussion with the steer fabricator, the galvanizing process presents a risk of warping the steel stair pans due to high temperaturesinvolvedin the galvanizing process. Per discussion with Emma and Jose onsite, it is acceptable to prime and paint the stair pans and stringers in lieu of providing a galvanized finish to avoid potential warping. 1) Please confirm that it is acceptable to prime and paint the stair stringers and pans in lieu of galvanizing. If so, please provide a desired paint color. 2) If the stair stringers and pans are to be primed and painted, please advise if the stair handrail finish is to be painted in lieu of galvanized to match the rest of the stairassembly. Official Response: Jose Lorenzo -Torres (Weinstein A+U) responded on Monday, August 5th, 2019 at 3:40PM PDT 1) It is acceptable to prime and paint the stair stringers and pans in lieu of galvanizing. The desired color is the following: Benjamin Moore - Graphite 1603 2) Prime and paint handrail finish to match the rest of the stair assembly. W A+U, Aug 05, 2019 Attachments: RFI 061 - ARCH Steel Stair Galvanizing _WAUResponse, pddf 1) It is acceptable to prime and paint the stair stringers and pans in lieu of galvanizing. The desired color is the following: Benjamin Moore - Graphite 1603 2)-Prime-and paint handrail finish to match the rest of the stair assembly. W A+U, Aug 05, 2019 Attachments: RFI 061,- ARCH Steel Stair Galvanizing WAUResponse.pdf COPIES TO Lydig Construction, Inc. Page 1 of 1 Printed On: 02/14/2020 10:30 AM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 Project: 30125-43 - TFS#51 - GCC M 17951 Southcenter Parkway Tukwila, Washington 98188 Phone: 425-885-3314 ARCH - Guardrail Finish at Mezzanine TO: Jose Lorenzo -Torres (Weinstein A+U) FROM: Weston Blackburn (Lydig Construction, Inc. - Lauren Rock (Weinstein A+U) Bellevue) Emma Nowinski (Weinstein A+U) 3180 139th Ave SE - Suite 110 DATE INITIATED: 08/12/2019 Bellevue, Washington 98005 LOCATION: PROJECT STAGE- SUBJOB: COST IMPACT - I Z Yes (Unknown) A-102, A61.5 Sergey Kuchin (SPOKANE METALS, LLC) STATUS: Closed DUE DATE: 08/19/2019 COST CODE: SCHEDULE IMPACT. No SPEC SECTION: REFERENCE: COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Jose Lorenzo -Torres (Weinstein A+U), Kiel Lunsford (Lydig Construction, Inc. - Bellevue Off), Emma Nowinski (Weinstein A+U), Tom Pitman (Lydig Construction, Inc. - Bellevue Off), Lauren Rock (Weinstein A+U), John Thompson (Lydig Construction, Inc. - Bellevue Off), David White (Lydig Construction, Inc. - Bellevue Off) RFl 061 changed the finish of the stair pans, stringers, and railing from galvanized, to primed and painted, The RFl was not written to address the removeable guardrail at the opening to the app bay and the guardrail at the mezzanine level that protects the stair opening. Due to the close proximity to the staircase and handrail that are no longer galvanized, please advise if the finish of the mezzanine guardrails is to also change to primed and painted in lieu of galvanized. If so, please provide the desired color. Official Response: Jose Lorenzo -Torres (Weinstein A+U) responded on Tuesday, August 13th, 2019 at 11:29AM PDT Removable guardrails at the opening to the app bay and guardrail at the stair opening are to be primed and painted, not galvanized. Color for the removable guardrails is to match Four Fold Doors per 08 37 13, while the color of the stair guardrail is the one selected for the stairs and handrails: Benjamin Moore- Graphite 1603 I WA+U, Aug 13,2019. 1 Attachments: RFI 061-1 - ARCH - Guardrail Finish at Mezzanine.pdf DATE COPIES TO Lydig Construction, Inc. Page 1 of 1 Printed On: 0211412020 10:29 AM LYDIFG PCO 31 R1 Lydig Construction, Inc. Project: 30125-43 - TFS#51 - GCCM 3180 139th Ave SE, Ste 110 17951 Southcenter Parkway Bellevue, Washington 98005 Tukwila, Washington 98188 Phone: (425) 885-3314 Phone: 425-885-3314 Fax: (425) 881-2903 Prime Contract Potential Change Order #031 RI: CE #062 - 137.1: ARCH - C-Channel Enclosure Insulation Follow U TO: City of Tukwila FROM: Lydig Construction, Inc. -Bellevue Office 6200 Southcenter Boulevard 3180 139th Ave SE -Suite 110 Tukwila Washington, 98188 BellevueWashington; 98005 PCO NUMBER/REVISION 031 R1 / 0 CONTRACT 30125 - Tukwila Fire Station #51 - GCCM Prime Contract (18-001.1) REQUEST RECEIVED FROM: CREATED BY- Weston Blackburn (Lydig Construction, Inc. Bellevue Off) STATUS: Pending - In Review CREATED DATE: 3/27 /2020 REFERENCE: PRIME CONTRACT #007-Change Order #7 CHANGE ORDER:' FIELD CHANGE: No LOCATION: ACCOUNTING Amount Based METHOD: SCHEDULE IMPACT: PAID IN FULL: No TOTAL AMOUNT: $15,708,94 POTENTIAL CHANGE ORDER TITLE: CE #062 - #137.1: ARCH - C-Channel Enclosure Insulation/WRB Follow Up CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #062- #137.1., ARCH - C-Channel Enclosure Insulation/WRB Follow Up • Revised wail framing at North elevation behind C-channel at app bay • Demo of existing wall framing at North elevation behind C-channel at app bay Reduced soffit metal framing behind C-channel • Switched insulation behind C-channel from semi -rigid to spray foam insulation Added break metal soffit and fluid applied flashing behind structure to maintain air barrier continuity • Added wood backing/blocking NOTE: Costs for CHG to weld additional L-Angle were not included in previously reviewed version of this PCO. The value of this PCO has been revised from $14,828.59 to $15,708.94. ATTACHMENTS: LCI SP - PCO 0315P - CE062 - RFI 137.1 C-channel Enclosure insulation.odf RFI 137.1.pdf RFI 137.pdf COP'011 CREDIT RFI 137 - Removed Soffit.pdf COP-005 R1 - IPE- RFI 137 - 2.5 Inch Walls at ADD Bay.odf J # Cost Code Description Type Amount 1 09-010.99-- GWB,.Insulation &:ACT.Sutr - 8P 0 Framing and: Sheathing North Elevation 2.5" Wall Subcontractor 53,500.00. 2. 03--001.99-=Structures, Enclosure & Misc Sub - BP 03 &:07 Fluid Applied Flashing, Brake Metal Soffit, Added L-Angle Subcontractor $11;954:41 0099-•010.99- - GWB, Insulation & ACT Sub - BP 3 Credit Soffit/Insulation and Add Spray Foam Subcontractor ($714.33). 4 $ 0.00 Subtotal`: $14,740.08 Fee -:Self Perform Work: 16.00 % Applies to Labor, Materials, Equipment, Other, Overhead and Profit, and Unwritten Sub's1PA's. $ 0.00 Lydig Construction, Inc. page 1 of 2 Printed On: 4/14/ 2020 04 44 PM LYDIG Fee - GCCM: 4,60% Applies to Subcontractor, Purchase Agreements, and Project Contingency. $663.30 GL Insurance: 0.76% Applies to all line item types. $115.53 P&P Bond: 0.76% Applies to all line Item types. $116.39 B&O Tax: = 0.47% Applies to all line Item types. $73.64 Grand Total: $16,708.94 J Owner Signature M Lydig Construction, Inc. page 2 of 2 Printed On: 4/14/ 2020 04:44 PM iKNUTSON METAL FRAMING & DRYWALL 2232 Pacific St. Bellingham, WA 98229 PHONE: (360) 384-2539 FAX: (360) 384-5629 GOP 005 R1 JOB NAME Tukwila Fire Station #51 1 DATE 02/03/20 General C, Lydig I Reference Documents DESCRIPTION 'his COP is for out costs to frame up 2 1/2"walls per RF1 137 after Lydig demos the sills above the Apparatus Bay. Prepared by. Miranda Laratta 1. Direct Labor Cost (from attached cost breakdown form) $ 2,710.75 a. crew (apprentices, journeymen, and laborers) $ 2,370.75 b. foreman/superintendent S - Direct Labor Subtotal $ 2,370.75 Labor Markups c. direct supervision (NTE 15% of I a) $ - d. safety (NTE 2% of lines I a & I b) $ 2. Material Cost (from attached cost breakdown form) $ 295.12 3. Equipment Cost (from attached cost breakdown form) $ - 4. Small Tools (NTE 5% of to & lb) $ - Subtotal I thru 4 $ 3,005.87 5. Overhead & Profit $ 450.88 a. NTE 10% portion of 1,2,3, and 4 (overhead) S 300.59 b. NTE 5% portion of 1,2,3, and 4 (profit) $ 150.29 6. Sub -Tier Subcontractors $ - a. $ b. $ C. S 7. Overhead & Profit on Sub -Tier Subcontractors $ - a. NTE 8% portion of 1,2,3, and 4 (overhead) b. NTE 4% portion of 1,2,3, and 4 (profit) S 8. Insurance (1.85% portion of 1,2,3,4,5,6, and 7) $ 63.95 9. Bonding (0% portion of 1,2,3A,5,6,7, and 8) $ - Total Cost $ 3,520.70 2232 Pacific St. Bellingham, WA 98229 PHONE: (360) 384-2539 FAX: (360) 384-5629 ICOP I 005R1 JJOB NAME J Tukwila Fire Station #51 1 DATE 02/03/20 General Contractor Lydig Reference Documents RFI 137 Pricing Documents TBD Labor Material Equipment Total Description Qty Unit Prlf- 1--+ prit'. r-­4 Prifi- e--+ r^c+ Framer 16 I-IR S 79.00 $-1-,2�4.66- -S -_ S1,264.00 Demo 0 HR S 79.00 $ S Taper 0 HR S 79.00 S - S S Sheather 8 FIR S 79.00 S 632.00 S-- $ $632.00 General Labor 5 HR 79.00 $ 395.00 S - $ $395.00 Labor & Industries 2-9 HR 2.75 $ 79.75 S S S 79.75 25OT125-43 72 LF 5 S 0.90 S 64.80 S 64M 25OS162-43 120 LF 1.12 S 134.40 $ S13440 GlassRoc 96 SF S 0.72 $ 69.12 S 69.12 Fasteners 1 LS S S 26.80 26.80 S S 26.80 S S $ S $ S S $ S S S S $ $ S $ S S $ S S S S $ $ $ $ S $ S $ S S S S Subtotal $2,370.75 $295.12 $ - $2,665.87 Foreman 4 1 hr I S 85.00 1 $340.00 S 340.00 Superintendent 0 hr S 91-00 S - S - Total $2,710.75 $295.12 $ - $3,005.87 LYDIG PCO 31 SP Lydig Construction, Inc. Project: 30126-10 - TFS#51 - Self -Perform 3180 139th Ave SE, Ste 110 17951 Southcenter Parkway Bellevue; Washington 98005 Tukwila, Washington 98188 Phone: (425) 885-3314 Phone: 425-885-3314 Fax: (425) 881-2903 Prime Contract Potential Change Order #031 P: CE #062 SP - RFI 137.1: ARCH - C-Channel Enclosure Insulation Follow Up TO: City of Tukwila FROM. Lydig Construction, Inc. - Bellevue Office 6200 Southcenter Boulevard 3180 139th Ave SE -"Suite 110 Tukwila Washington, 98188 Bellevue Washington, 98005 PCO NUMBER/REVISION: 031 SP / 0 CONTRACT- 1 - Tukwila Fire Station #51 - Self -Perform Prime Contract REQUEST RECEIVED FROM: CREATED BY: Weston Blackburn (Lydig Construction, Inc. - Bellevue Off) STATUS: Pending - In Review CREATED DATE: 3/27 /2020 REFERENCE: PRIME CONTRACT None CHANGE ORDER: FIELD CHANGE:. No LOCATION: ACCOUNTING Amount Based METHOD: SCHEDULE IMPACT: PAID IN FULL: No ._ TOTAL AMOUNT: $11,954.41 POTENTIAL CHANGE ORDER TITLE: CE #062 SP - RFI #137.1: ARCH - C-Channel Enclosure InsulationANRB Follow Up CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #062 SP - RFI #137.1: ARCH - C-Channel Enclosure 1nsulation/WRB Follow Up Northshore: Change for flashing, break metal, furring, and fluid applied flashing at back of c-channel Lydig Added wood framing/blocking/plywood CHG: Welding added angle to structure NOTE: Costs for CHG to weld additional angle were missed in original compilation. $750 has been added to revised PCO 031 SP ATTACHMENTS LCI SP - PCO 031SP - CE062 - RFI 137.1 C-channel Enclosure Insulation.Ddf # Cost Code Description Type Amount 1 07--009-99-- Metal Panels flashing, break metal, fumng,.and fluid applied flashing Subcontractor $.7,084.43. 2 06--104-01- - Int. Wall - Wall Blocking Lydig Labor 16hrs Labor $1,940.40 3 06--104-01- - Int. Wall - Wall Blocking Plywood Materials. $ 360.00 4 01--900.01-- Misc General Requirements Lift :Rental - Equipment - $ 535.00 5 05--001-99- - Structural Steel Sub Weld Angle to Structure at Back of Channel Subcontractor $ 750.00 Subtotal: S10,669.83 Fee - Self Perform Work: 16.00% Applies to tabor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's1PA's, and Project Contingency. $ 425.31`" Fee- Sub Tier Work: ,8.00%Applies to Subcontractor and Purchase Agreements. $ 626.75 GL Insurance: 0.76 % Applies to all line item types. $-87.91 P&P Bond: 0.76%Applies to all line item types:.. $ 88.57. B$O Tax: a 0.47 %Applies to all line item types. $ 56.04 Grand Total: $11,964.41 Lydig Construction, Inc. page 1 of 2 Printed On: 4/14/ 2020 04 :-36 PM LYDIG Owner Signature Date Lydig Construction, Inc. page 2 of 2 Printed On: 4/14/ 2020 04:36 PM COP Subcontractor Breakdown Summary Project Name: Tukwila Fire Station #51 PCO: 031SP Project No. 30126 Document Reference: RF1 137A Date: 411412020 Contractor: Lydig Contractor Ref. No. Description: 1. CRAFT LABOR i Direct Labor Costs: a. crew (apprentices, journeym b. foreman c. lead foreman en , & laborers) $ 1,940.40 DIRECT LABOR SUBTOTAL $ 1,940.40 Supervision: d. direct supervision e. safety 1. CRAFT LABOR COSTS $ 1,940A0 2. MATERIAL COSTS a. material costs $ 360.00 b. freight costs (itemize) 2. MATERIAL COSTS $ 360.00 3. EQUIPMENT COSTS a, owned equipment (per spec approved source) $ - b. rental equipment (per invoices attached) $ 535.00 3. EQUIPMENT COSTS $ 535.00 4. SMALL TOOLS a. small tools 4. SMALL TOOLS -$ SUBTOTAL I thru 4 5. OVERHEAD & PROFIT a. 15% on Materials (2) $ 54.00 b. 15% On Labor, Equipment and Small Tools (1, 3, & 4) $ 371.31 5. OVERHEAD & PROFIT $ 425.31 6. SUB -SUBCONTRACTORS a. Northshore Exteriors $ 7,084.43 b. CHG $ 750.00 C. $ d. $ 6. SUB -SUBCONTRACTORS $ 7,834.43 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS a. NTEB%for each sub $ 626.75 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS $ 626.75 8. Insurance % a. Insurance 0.75 of 1 -7 $ 87.91 8. Bond $ 87.91 9. Bond a. Bond 0.75 % of 1-7 $ 88.57 8. Bond $ 88.57 10. B&O Tax a. B&O Tax 0.47 % of 1-8 $ 56.04 9. B&O Tax $ 56.04 TOTAL COS $ 11954.42I RF1 139 - PCO Breakdown LCI.xlsx Page - Of - issued 4/14/2020 ct Name: Tukwila Fire Station #51 PCO: 031SP oject No. 0 Date: 4/14/2020 ntractor: Lydig Project. # 1/0/1900 Equipment ��Instahtion �Ilywood of Plywood at5offit Materials .! !! Demo Wall at North Ele7ation Jotal Cost of Work ®- RFI 139- PCO Breakdown LCI.xlsx Page of Issued 4/14/2020 COP Wage Rates Project Name: Tukwila Fire Station #51 Project No: 30126 Contractor: Lydig Trade & Position Rate Schedule Date` Carpenter 01/04/18 Laborer 01/04/18 Prevailin Wage fincl. Benefits) 1. Hourly Wage Rate forman $ 57.18 $ 46:57 2. Hourly Benefits $ 16.58 $ 12.14 3. Sick Leave $ 1.26 $ 1.04 SUBTOTAL $ 75.02 $ 59.75 $ $ $ $ $ $ $ $ Rate 3. FUI % of 1 0.60% $ 0.34' $ 0.28 $ $ - $ - $ - $ - $ $ $ 4. FICA % of 1 7.65% $ 4X $ 3.56 $ $ $ $ $ $ $ $ 5. Sick Leave % of 1 Z50% $ 1.43' $ 1.16 $ - $ $ $ s $ $ $ - ' $ - 6. SUI % of 1 (insert correct % to right) 4.08% $ 2,33 $ 1.90 $ - $ $ $ $ - $ $ $ 7. WC (insert $ amount per hour) $ 127 $ 3.27 ( $ 3.27 8. Safety 1 Z50%1 $ 1.43 $ 1.16c TOTAL incl. payroll taxes $ 88.20 $ 71.09 $ $ Is $ $ $ $ $ NOTES: * Rate schedule date is the date of the Dept. of Labor & Industries Prevailing Wage Rate used or the Union Agreement, a. for items 3 thru 5, the Federal rates do not vary by firm, and the percentages are already locked into this form; b. for item 6, the actual rate is determined by the State Employment Security Dept. and varies by firm. It shall be verified by the contractor at the start of the project, c, for item 7, the rate is based on L & I classification. The hourly dollar amount is specific to the firm/trade and shall be verified by the contractor at the start of the project. d, definitions 1. items 1 & 2 are basic wages and benefits (see general conditions 7.5.1 -1 &2 2. item 3, FUI is Federal Unemployment Tax Act (see general conditions 7.5.1 - 4 3. item 4, FICA is Federal Insurance Compensation Act/Social Security (see general conditions 7.5.1 - 4 4. item 5, Medicare is FICA medical aid (see general conditions 7.5.1 - 4 5. item 6, SUI is State Unemployment Compensation Act (see general conditions 7.5.1 - 4 6. item 7, WC is industrial in compensation (see general conditions 7.5.1 - 3 Form Revised 6/1/2004 Issued 4/14/2020 Attention: Weston Blackburn Project: Tukwila Fire Station #51 cOP 1 RF1 #: 137 Date: 1/27/2020 NSERef: 3 By: Matthew Rolli Work Description Add to change from 24ga. Galv. prefinished flashing to .125 post paint break metal & furring at four -fold door and sectional door head. Add for fluid applied at C channel and 24ga U flashing. QUANTITIES LABOR MATERIALS EQUIPMENT No of Unit Units Descri lion $/Hour Total $/Unit Total Rate Total Labor Shop Journeymen 8 Per Hr $ 84,47 $ 675.75 $ $ - Shop Foreman 2 Per Hr $ 107.37 $ 214.74 $ $ - Field Journeymen 16 Per Hr $ 88.85 $ 1,421.58 $ $ - Field Foreman 16 Per Hr $ 95.20 $ 1,523.16 $ $ - Delivery Driver 1 Per Hr $ 45.75 $ 45.75 $ $ - Material .125 Aluminum Flat Sheet 4 ea $ - $ 154.00 $ 616.00 $ - FluId Applied 10 ea $ $ 23.00 $ 230.00 $ - 24ga Glay. Flat Sheet 2 ea $ $ 53.00 $ 106.00 $ - Post Paint (125 Aluminum) 1 Lump $ $ 600,00 $ 600.00 Equipment 20 ft flatbed 1 Per Hr $ $ $ 57.00 $ 57.00 8 ft 1/2 ton Per Hr $ $ $ 32.29 $ - Finn Power Shear Genius Per Hr $ $ $ 396.14 $ - RAS 90 Break 8 Per Hr $ $ $ 74,28 $ 594.24 CNC Router Per Hr $ - $ $ 89.51 $ - Salvagnini Per Hr $ $ $ 342.57 $ 45 ft boom Manlift (Rented) Day $ $ $ 450.00 $ 65 ft Boom Manlift (Rented) Day $- $ $ 500.00 $ - 26 Ft Scissor Lift 1000# (rented) Day $ $ $ 300.00 $ $ $ $ Subtotals $ 3,880.97 $ 1,552.00 Safety act expense @ 0% of direct labor $ - Small tools expense @ 0%of directlabor $ - Transportation $4.76 per Field ForemamHour Subtotals without overhead & profitl $ 3,880.97 1 $ 1,552.00 Other Expense: Subtotal of all expenses (labor, materials, & equipment) Contractor liability insurance = 0% oflabor, materials, & equipment Total value of work for this contract before overhead & profit 15 % overhead & profit Total Value of work for this contract including overhead & profit $ 651.24 $ 76.16 $ 72T40 S 6,160.37 '$ $ 6,160.37 $ 924.06 $ 7,084.43 Exclusions: Note: All owned equipment rates are from the National Roofing Contractors Association's, "Roofing Contractors Equipment Cost Schedule", Ninth Edition, Convri2ht 2003. Rented eauiomentas minted. Contractor agrees that by ordering Northshore to proceed on such above mentioned work; contractor agrees that such work is above and beyond the scope of the original contract, and accepts this itemized breakdown in its entirety as fair compensation for such work. Contractor further agrees that by ordering such extra work, it shall issue a change order as soon as possible; regardless of whether or not owner approves such changes. The Contractor/Owner by signing below hereby orders Northshore Exteriors, Inc. to proceed with the above mentioned extra work, and will issue a formal Change Order as soon as possible. Signature Date Name (printed) Title NORTHSHORE EXTERIORS, INC. 11831 BEVERLY PARK ROAD, BLDO C * EVERETT, WA 98204 * 425.740.3700 * Fax 425.740.3701 www, northshoreext.com CHG Building Systems, Inc, PO Box 78448 Seattle WA 98178 I - I M Phone: (425) 255-5747 Fax: (425) 255-4882 Change Order Request COR Number: 003 Date; 02/11/20 Project Number: 29087 This Change Order Request is for labor and equipment to add welds at low C-channel elevations to meet waterproofers requirements and add support angle on south wall channel for sluminum storefront per our CHG EWM dated 2-4-2020. Consistent with our Subcontract Scope on this project, we include labor and equipment to erect/install materials furnished by others, and we do NOT include the FURNISH or FABRICATION of ANY materials (except only welding consurnables for included welding). Please refer to our original Proposal for other Qualifications and Exclusions, all of which are applicable to this Change Order Request. This Change Order Request is for completed work that you authorized. This work was performed 2/4. Please issue a confirming Change Order at your earliest convenience. Please return a signed copy to our office to authorize billing. THIS IS NOT AN INVOICE!!! Project Original Contract Sum $168,922.00 Total of Previously Approved Change Orders $0.00 Contract Amount Prior to this Change Order $168,922.00 Proposed Contract Amount of this Change Order $750.00 Proposed Contract Amount Including this Change Order $169,672.00 EM PO •. 78448 Seattle WA 98178 r9l"RIMIJIN Phone, (425) 255-5747 Fax: (425) 255-4882 Accepted By. Contractor (Company Name) By (Signature) Printed Name Date Contractors Change Order # COR Number: 003 Date: 02/11/20 /' ption Quantity i UOM Unit Price Equip HRS 300 Amp Welder with supplies at 5100 HR $40.00 $200.00 Labor MHS Prevailing Wage Ironworker at Page 2 Mo HR $110.00 1550.00 Labor Total: $550.00 Change Order Total: $750,00] CHG BUILDING SYSTEMS, INC. P.O. Box 78448 EXTRA WORK MEMORANDUM k t 98178 AICE Job • •¢� . To: Date: - 1. - c Job Name k>" r x 1 x Address::.; The following extra work, ordered by t t ' ` v w l — . `•' has been c ompieted during the payroll weekending: Description of work performed: 2. 91 13 5. Classification Foreman Hourly ieyman Apprentice Rate M T W TH OT i OT ST B. MATERIALS FURNISHED: (Show quantities, full description, and cOart (if known)) C. EQUIPMENT -Type $ size used: The above listed items completed by CHG Building Systems, Inc., lsigned) acknowiedge this workbeen Perforlmad as stated. General Contractor: _ By General Contractor's Purchase Order Number: aU;TOT 2232 Pacific St. Bellingham, WA 98229 PHONE: (360) 384-2539 FAX: (360) 384-5629 COP Oil 1 JOB NAME' 1 1 Tukwila Fire Station #51 DATE 1 1 03/22/20 2L!� General Contractor' Lydig Reference Documents'' 1TI 137 1 DESCRIPTION 'er RFI 137, the Architects have removed a soffit on the West and East elevations and as such we are providing a credit. Detail 2,7, and 2/A454. Prepared iby. Miranda Laratta 1, Direct Labor Cost (from attached cost breakdown form) $ (1,801.75) a. crew (apprentices, journeymen, and laborers) S (1,716.75) b. foreman/superintendent $ (85.00) Direct Labor Subtotal S (1,801.75) Labor Markups c. direct supervision (NTE 15% of I a) $ d. safety (NTE 2% of lines I a& I b) 0 2. Material Cost (from attached cost breakdown form) $ (537.40) 3. Equipment Cost (from attached cost breakdown form) $ 4. Small Tools (NTE 5% of is & lb) $ Subtotal 1 thru 4 $ (2,339.15) 5. Overhead & Profit $ (350.87) a. NTE 10% portion of 1,2,3, and 4 (overhead) $ (233.92) b. NTE 5% portion of 1,2,3, and 4 (profit) $ (116.96) 6. Sub -Tier Subcontractors $ 1,775.60 a. Insulation Contractors $ 1,775.60 b. $ C. $ 7. Overhead & Profit on Sub -Tier Subcontractors $ 213.07 a. NTE 8% portion of 1,2,3, and 4 (overhead) $ 142.05 b. NTE 4% portion of 1,2,3, and 4 (profit) $ 71.02 8, Insurance (1,85% portion of 1,2,3,4,5,6, and 7) $ (12.97) 9. Bonding (0% portion of 1,2,3,4,5,6,7, and 8) $ - Total Cost $ (71433) 2232 Pacific St. Bellingham, WA 98229 PHONE: (360) 384-2539 FAX: (360) 384-5629 COP 11 JOB NAME Tukwila Fire Station #51 DATE 03/22/20 General Contractor Lydig Reference Documents RF1 137 Pricing Documents 'Fl3D Labor Material Equipment Total Description Qty Unit Prifiz (-nC+ pnfin r,-C+ Pnfiz r—nc+ rn-,f Framer 16 ---T--IIR-1 $79.00 -S (1,264 00) $T1,264 00) Hanger -4 HR S 79.00 (316.00) S $ S(316,00) 'I'aper 0 HR S 79.00 $ S S S - General Labor -1 IIR S 79.00 $ (79.00) $ S S (79.00) Labor & Industries -21 IIR S 2.75 S (57.75) $ S S (5T75) I I S - $ - 1 $ - $ - 600'1'125-43 -190 LY S S 1.54 $(292-60) S S(292,60) 60OS162-43 -80 IT S S 1.74 $(139,20) $ $(139.20) GlasRoc -96 SF S $ 0.60 $ (57.60) S S (57.60) Fasteners -1 LS S $ 48-00 S (48-00) $ S (48.00) $ S $ $ $ S $ $ $ S $ $ S $ $ $ S $ S S $ S S S S $ $ $ $ $ $ S S S $ $ S $ S $ $ S S S $ S $ S S S $ $ S S $ S s $ Subtotal $ (1,716.75) $(537.40) Foreman -1 1 hr I S 85,00 S (85.00) Superintendent 0 hr $ 91-00 S - $ - $(2,254.15) $ (85.00) Total $ (1,801.75) $(537.40) $ - $ (2,339.15) DCNsuLuCON iONT TORS w t Oa:_ HCJ-5 Material used ��lj`jj�;rr•ed 3Pi'J"ka :d Ce a5'r t— Jf Quan ty Used FoohCaticr Application Locavorr 3a r- etr -y 9 �3 111 -a r Car _ c iG gC41 Se r k Ma,',. S this �. i n,s ct(nowledgernent does no to the subcontract, only that the resourceC ntractor belit ves this work is an extra then it au 8 per the ubcontract and the contract eorder�opasaB, or a request Por equitable Authorized signature of thls Extra Work Order is subject to RCtr/ 39 Oa 300 pay Went of undisputed Maims No later than thirty dais after Satisfactory completion of am additional work or portion of any additional work by a contractor on a pubiit works project, the state Or municipality shall Issue a change order to the contract For the full dollar amount of the work not In dispute between the state or municipallty and the contractor If the state or municipality does not issue_ such a change order within the thirty dais. interest must accrue on the dollar amount of the additional work satisfactorily Completed and not in dispute until a .hang=_ order is issued The state or mums pality shall pay this interest at a rate of one percent per month For the purposes of this section, additional Work is work beyond the scope defined in the contract between the contractor and trie state or municrpality Submitted To: Company: Submitted by: Description ofChange: Larry Rodenberger Date:1 G]{Knutson ICON Job No: 11Q0O85 spray foam in beam Document Ref: MATERIALS BASF w ,3. EQUIPMENT — OEM 5. MARKUPS TOTAL COST OF THIS CHANGE: 1,775.60 LYDIG Lydig Construction, Inc. Project: 30125-43 - TFS#51 - GCCM 3180 139th Ave SE, Ste 110 17951 Southcenter Parkway Bellevue, Washington 98005 Tukwila, Washington 98188 Phone: (425) 885-3314 Phone: 425-885-3314 Fax: (425) 881-2903 ARCH - C-Channel Enclosure Insulation/VVRB Follow Up TO: Thayer Wild (Weinstein A+U) FROM: Weston Blackburn (Lydig Construction, Inc. - Lauren Rock (Weinstein A+U) Bellevue) Emma Nowinski (Weinstein A+U) 3180 139th Ave SE - Suite 110 DATE INITIATED: 01/2812020 Bellevue, Washington 98005 LOCATION: STATUS: Closed on 02/03/20 PROJECT STAGE: DUE DATE: 02/04/2020 SUB JOB: COST CODE: COST IMPACT. TBD SCHEDULE IMPACT- TBD DRAWING NUMBER: A454,A455 SPEC SECTION: LINKED DRAWINGS: REFERENCE: RECEIVED FROM: Weston Blackburn (Lydig Construction, Inc. - Bellevue Off) COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Kiel Lunsford (Lydig Construction, Inc. - Bellevue Off), Emma Nowinski (Weinstein A+U), Tom Pitman (Lydig Construction, Inc. - Bellevue Off), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc.- Bellevue Oft), Thayer Wild (Weinstein A+U) This is a confirming RFI to document the weatherproofing changes discussed in the coordination meeting with JRS, WAU, Facade Tech, GK Knutson, and Northshore Exteriors following the issuance of the response to RFI 137. 1. Please confirm that SAM is to be used in lieu of WRB in details 4/A454 and 4/A455 to lap the shim at the storefront head locations in order to provide air barrier continuity at storefront attachment Icoations. 2. Please confirm that closed cell spray foam insulation is to be used to fill the cavity behind the steel channel in detail 1/A455 in order to provide air barrier continuity. See attached document for reference Attachments: RFI 137.1 - A454-SECTION-DETAILS-APP-BAY R53.pd Official Response: Thayer Wild (Weinstein A+U) responded on Friday, January 31st, 2020 at 3:50PM PST JRS COMMENTS (AHN; 01/31/20): Question 1) JRS does not object to the use of SAM, self -adhered WRB or fluid -applied flashing for this application. Question 2) JRS recommends closed -cell spray foam for this application for air barrier continuity and vapor control. See also JRS mark-ups on attached details regarding other items discussed at the noted coordination meeting. Attachments: RFI 137.1 - Arch - C-Channel Enclosure InsuIatIonWRI3 Follow Up JRS.pd YEN DATE COPIES TO Lydig Construction, Inc. Page 1 of 1 Printed On: 03/27/2020 01:23 PM LY D I G Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila, Washington 98188 Phone: 425-885-3314 STRUCTIAIRCH - Enclosure System Installation at Fascia C-Channel TO: Emma Nowinski (Weinstein A+U) FROM: Weston Blackburn (Lydig Construction, Inc. - Thayer Wild (Weinstein A+U) Bellevue) Lauren Rock (Weinstein A+U) 3180 139th Ave SE -Suite 110 DATE INITIATED: 12/19/2019 Bellevue, Washington 98005 LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT. TBD DRAWING NUMBER: S402, A423, A454, A455 STATUS: Closed on 01/14/20 DUE DATE: 12/26/2019 COST CODE: SCHEDULE IMPACT. TBD SPEC SECTION: LINKED DRAWINGS: REFERENCE: RECEIVED FROM: Tom Pitman (Lydig Construction, Inc. - Bellevue Off) COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Jose Lorenzo -Torres (Weinstein A+U), Kiel Lunsford (Lydig Construction, Inc. - Bellevue Off), Emma Nowinski (Weinstein A+U), Tom Pitman (Lydig Construction, Inc. - Bellevue Off), Lauren Rock (Weinstein A+U), John Thompson (Lydig Construction, Inc. - Bellevue Off, David White (Lydig Construction, Inc. - Bellevue Off), Thayer Wild (Weinstein A+U) A constructability concern has been identified at the steel fascia channel at the app bay. The steel fascia channel was erected using both bolted and welded connections to structure per the structural and architectural details (ref. details 141S402, 16/S402, 6/A423 and 1 I/A423). 1. This channel was installed in sequence with the other structural members, in order to provide sufficient structural support for the brick veneer and fiberglass storefront, and to prevent heat damage to the enclosure system adjacent to the channels. If these welds would have been attempted after the enclosure system was installed, the heat from the welding would have damaged and compromised the integrity of the enclosure system. Section details for the C-channel in the app bay on sheets A454 and A455 illustrate insulation, WRB, and flashing tight to the backside of the c- channel. With the channel in place, access to install these elements is limited. During site visits with JRS and a steel channel detailing meeting held on 12/17 with JRS and WAU, alternate section details were discussed that would re -arrange framing and insulation behind the channel to allow sufficient access to install an enclosure system that is comparable to what is currently detailed. Also discussed, was removal of the c-channel by field -cutting sections of the channel and re -installing with bolted connections after the enclosure system was installed per plan. 2. A similar condition is found where the steel channel wraps around the North side of the app bay. The vertical face of the low roof system impedes access to install the enclosure system on the backside of the steel channel. (ref. detail 1/A455) In the interest of minimizing the schedule and cost impacts associated with this issue, Lydig recommends revising the enclosure system details, while leaving the c-channel in place, if at all possible. If it is not possible to revise the detail to allow the channel to remain in place, please advise how the channels should be reconfigured, secured, supported and reinstalled. This option will also require careful consideration of where channels are to be cut for removal without damaging surrounding systems. Official Response: Thayer Wild (Weinstein A+U) responded on Tuesday, January 14th, 2020 at 6:28PM PST Leave C-Channel in place as installed. See revised sheets A454 and A455 for updated building envelope details. Lydig to coordinate pre -construction meeting with subcontractors, WAU, and JRSto verify constructibility and continuity of building envelope as drawn. -Thayer W WAU. 1/14120 Attachments: RFI 137 - Enclosure System Installation at Fascia C-Channel - WAU Response.pd A455 SECTION DETAILS APP BAY R53.pd A454 SECTION DETAILS APP BAY R53.pd BY DATE COPIES TO Lydig Construction, Inc, Page 1 of 1 Printed On: 03/27/2020 01:24 PM I LYDIG PCO #032 Lydig Construction, Inc. Project: 30125-43 - TFS#51 - GCCM 3180 139th Ave SE, Ste 110 17951 Southcenter Parkway Bellevue, Washington 98005 Tukwila, Washington 98188 Phone: (425) 885-3314 Phone: 425-885-3314 Fax: (425) 881-2903 Prime Contract Potential Change Order #032: CE #078 - Added PI Light Pole and Base -Addendum 09 TO: City of Tukwila FROM: Lydig Construction, Inc. - Bellevue Office 6200 Southcenter Boulevard 3180 139th Ave SE - Suite 110 Tukwila Washington, 98188 Bellevue Washington, 98005 PCO NUMBER/REVISION: 03210 CONTRACT: 30125 - Tukwila Fire Station #51 - GCCM Prime Contract (18-001.1) REQUEST RECEIVED FROM: CREATED BY: Weston Blackburn (Lydig Construction, Inc. - Bellevue Oft) STATUS: Pending - In Review CREATED DATE: 3/30/2020 REFERENCE: PRIME CONTRACT None CHANGE ORDER: FIELD CHANGE: No LOCATION: ACCOUNTING Amount Based METHOD: SCHEDULE IMPACT- PAID IN FULL: No TOTAL AMOUNT. $12,379.60 POTENTIAL CHANGE ORDER TITLE: GE #078 - Added PI Light Pole and Base - Addendum 09 CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #078 - Added P1 Light Pole and Base - Addendum 09 Supply and install one additional PI light pole and base added in the Addendum 09 conformed set of drawings. Review of POC 032 - Several issues with this one: - Although material invoicing is provided, I cannot come up with the $5,958 priced. If I add the two invoices together, I get $5,325.86 - if I add Sales Tax at 10%, 1 then get $5,858.44, not $5,958 - a difference of $100. - Material total has been revised - The labor unit rate for McKinstry does not follow L&I documentation. McKinstry's Statement of Intent shows JW Electrician at $53.49 (wage) + $23.06 (fringe) which adds up to $76.55/hr. Understanding that the intent was filed earlier and now we are in 2020, 1 also looked up prevailing wage for current (4/1/20) and found that total wage currently is $81.30 for JW Electrician. so I'm not coming up with the $89.89 that McKnistry shows. Need more breakdown. - Labor rate has been modified per correspondence with Adam S. • 2.5% for Bond is OK • cannot validate the 26.62 ea hours claimed for installation work - See attached for our breakout of the labor for McKinstry set, installed, and pulled wire to the light pole. - the 15% OH&P is calculated incorrectly on McKinstry's pricing sheet - Calculation revised ATTACHMENTS: E101 SITE PLAN-- ELECTRICAL Rey.4.pdf E101 SITE PLAN -ELECTRICAL RevL�3.df Lydig Construction, Inc. page 1 of 2 Printed On: 4/7/ 2020 07:13 PM LYDIG # Cost Code Description Type Amount 1 26--001-99-- Electrical Subcontractor- BP 11 Supply and Install P1 Fixture Subcontractor $ 11,616.09 Subtotal: $11,616,09 Fee - Self Perform Work: 16.00 % .Applies to Labor,. Materials,. Equipment, Other, Overhead and Profit, and Unwritten Sub's/PA's. $ 0.00 Fee- GCCM:.4.50% Applies to Subcontractor, Purchase Agreements,: and Project Contingency:. $ 522.72 GL.Insurance: 0.76%.Applies to all line Item types. $ 91.04 P&P Bond: 0.76% Applies to all line item types. $ 91.72 B&O Tax: =0.47% Applies to all line item types. $ 58.03 Grand Total: $12,379.60 Owner Signature Date Lydig Construction, Inc. page 2 of 2 Printed On: 4/7/ 2020 07 :13 PM • Subcontractor Breakdown Summary Project Name: Fire Hall 51 Tukwila Project No. 30126-43 Document Reference: Contractor: Description: 1. CRAFT LABOR I Direct Labor Costs: a. crew (apprentices, journeymen, & laborers) $ 4,529,39. b. foreman c. lead foreman $ DIRECT LABOR SUBTOTAL $ 4,529.39 Supervision: d. direct supervision e. safety COP: Date: Contractor Ref. No. 1. CRAFT LABOR COSTS $4,529.00 2. MATERIAL COSTS a. material costs $ b. freight costs (itemize) $ 2. MATERIAL COSTS $ 5,325.86 3. EQUIPMENT COSTS a. owned equipment (per spec approved source) b. rental equipment (per invoices attached) 3. EQUIPMENT COSTS $ 4. SMALL TOOLS a. small tools 4. SMALL TOOLS- $ SUBTOTAL I thru 4 5. OVERHEAD & PROFIT a. 15% on Materials (2) $ 798.88 b. 15% On Labor, Equipment and Small Tools 1, 3, & 4) $ 679.35 5. OVERHEAD & PROFIT- $ 1,478.23 6. SUB -SUBCONTRACTORS a. b. $ C. $ d. $ 6. SUB -SUBCONTRACTORS $ 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS a. NTE 6% for each sub $ 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS $ - 8. Bond a. Bond 0.00%of1-7 283.33 8. Bond $ 283.00 9. B&O Tax a. B&O Tax 0.00 % of 1-8 - 9. B&O Tax $ - TOTAL COST $ 11,616.09 COR-003 - Added P1 4.7.2020.xlsx Page _ of - Issued 4/7/2020 COP Cost Breakdown et Name: Fire Ha11 51 COP: OW oject No. 30125-43 Date: 4/7/2020 ,ntractor: McKinstry Project. # 30125-43 MW."MM MEMI� COF-003-Added P14.].2020.A. Page _ o(_ Issued 4/7/2020 COP !, Rates Project Name: Fire Hall 51 Tukwila Project No: 30125.43 Contractor: McKinstry Trade & Position Rate Schedule Date` Electrical Foreman 01/01/20 Electrical JW 01/01/20 Prevailing Wage Incl. Benefits 1. Hourly Wage Rate forman $ 63.26 $ 57,51 2. Hourli Benefits $ 24.80 $ 24.58 SUBTOTAL $ 88.06 $ 82.09 $ $ $ $ $ $ $ $ Rate Breakdown 0.00% $ $ $ ` $ $ $ $ $ - $ $ Union Packa a Rate 0.00% $ ; $ $ $ $ $ $ $ Brdn % 13. 11 13.10% $ > $ $ _ $ $ $ $ $ Frng Rate 0.00% $ $ _ $ _ $ $ $ $ $ $ $ TOTAL Jincl. Eayroll taxes $ $ $ $ $ $ $ $ Is $ NOTES: * Rate schedule date is the date of the Dept. of Labor & Industries Prevailing Wage Rate used or the Union Agreement. a. for items 3 thru 5, the Federal rates do not vary by firm, and the percentages are already locked into this form. b. for item 6, the actual rate is determined by the State Employment Security Dept. and varies by firm. It shall be verified by the contractor at the start of the project. c. for item 7, the rate is based on L & I classification. The hourly dollar amount is specific to the firm/trade and shall be verified by the contractor at start of the project. d, definitions 1. items 1 & 2 are basic wages and benefits (see general conditions 7.5.1 - 1 &2 2. item 3, FUI is Federal Unemployment Tax Act (see general conditions 7.5.1 - 4 3. item 4, FICA is Federal Insurance Compensation Act/Social Security (see general conditions 7.5.1 - 4 4. item 5, Medicare is FICA medical aid (see general conditions 7.5.1 - 4 5. item 6, SUI is State Unemployment Compensation Act (see general conditions 7.5.1 - 4 6. item 7, WC is industrial. insurancetworkers' compensation (see general conditions 7:5.1 - 3 Form Revised 6/1/2004 Issued 4/7/2020 DATE ORDERED: DELIVER BY: PO PAY TERMS: PURCHASING CONTACT: 7/22/2019 9/3/2019 Net 60 Days LAWRENCE D CHAPMAN SHIP TO: Tukwila Fire Station 51 17915 Southcenter Parkway Tukwila, WA 98188 ATTN: SHIP VIA: Supplier FOB: FOB Destination, Freight Prepaid PROJECTM 117599-001 PROJECT: Tukwila Fire Station 51 VENDOR: NORTH COAST ELECTRIC COMPANY PO BOX 748177 LOS ANGELES, CA 90074-8177 SHIPPING INSTRUCTIONS: PURCHASE ORDER 110 Number: 19203173 BILL TO: McKinstry Co, LLC PO Box 24406 Seattle, WA 98124-0567 OR Email Invoice to: lockbox@mckinstry.com 7kroyV43 PROJECT CONTACT: KEN GOCHIS I Deleted Lighting Control Panel 2600-4100- - I-345.45 1 Added PI Light Fixture 2600-4100- - 4,284,86 1 Lighting Gear & Controls - NCE Quote# 0219-057 2600-4100- - 9/3/2019 156,452.64 SUBTOTAL 160,392:05 TAX 0.00 TOTAL 160,392.05 McKinstry Co, LLC Direct inquiries to purchasing@mckinstry.com or 1-800-669-6223 Page 1 of 2 r TERMS AND CONDITIONS AND SPECIAL CONDITIONS/OPTIONS Seller and McKinstry Co., LLC or McKinstry Essention, LLC., located at PO BOX 24567 5005 3rd Ave S., .Seattle, WA 98124 (" Purchaser") agree that the following Terms and Conditions and Special Conditions/Optionsshall apply to all products and services: provided by Seller to Purchaser(" Transaction"). PURCHASE . ORDER `•Number: 19203175 1. The Terms and Conditions and Special Conditions/Options shall apply to all Transactions, along with any 13. Seller warrants that all goods sold are new unless otherwise specified in the Agreement and, upon payment in additional documents that are a part of such future Transactions. Additional documents may include but full by Purchaser of the goods, shall be free and clear of any security interests or liens. Seller shall assign all are not limited to purchase orders, equipment requisitions, and bills of materials. The documents available and transferable warranties from the manufacturer and shall use its best efforts to obtain for collectively form the "Agreement" for that Transaction. Purchaser from each manufacturer, in accordance with the manufacturer's warranty, the repair or replacement of goods that may prove defective in material or workmanship.. Seller shall use its best efforts facilitate the 2. Seller shall provide a pricing confirmation for all released materials to resolution of all claims made by Purchaser against during manufacturer's warranty period. THIS LIMITED mckpurchasingpricing@mckinstry.com upon acceptance of the purchase order and release of materials. WARRANTY IS IN LIEU OF ALL OTHER IMPLIED WARRANTIES INCLUDING WARRANTIES OF MERCHANTABILITY AND FITNESS FOR. A: PARTICULAR: PURPOSE. 3. Seller shall provide invoicing to. accounlspayable@mckinstry.com. 4. Purchaser anticipates entering into Agreements with Seller in order to meet Purchaser's obligations under contracts between Purchaser and third parties who may be owners of property or other contractors ("Owner'). 5. Unless otherwise agreed in writing, all prices quoted by Seller will remain in effect for 48 hours. 14. Goods: shall not be deemed accepted until after inspection within a reasonable time after arrival at the ultimate destination. 15. Purchaser shall make visual inspection of goods upon delivery and If external damage is visible shall so note this on the delivery documents. Damage which is subsequently discovered .shall be documented by Purchaser, and promptly transmitted to Seller for appropriate claims, processing and payment. 6. All material shipments and packing lists shall be clearly marked with Purchasers purchase order number, 16. Defective or rejected material shall be returned to Seller at Sellers expense. item number and Seller's name. Seller shall require its third party vendors to comply with this - identification requirement. 17. Seller agrees to accept returns of stock materials provided they are clean, undamaged, in their original cartons, unopened and unused. Special order materials returned to Seller are subject to a pre -negotiated restock fee up 7. All UL certified material shall carry a UL label. to 100 % of the cost of the goods. 8. Seller shall comply with all federal, state; local and other lawful regulations of every kind, including equal 18. Payment and discount periods shall commence only upon receipt of both the materials as specifiedin a employment opportunity requirements, and shall also comply with the Uniform Commercial Code as Purchase Order and proper invoicing. Invoices shall include Purchaser's order number, item number and applicable to each Transaction. Sellers name. Purchaser reserves the right to return to Seller for correction any invoices not in agreement with this Purchase Order. 9. In the event Owner does not execute a contract with Purchaser, objects to goods that are to be supplied by Purchaser to Owner, or if the contract between Owner and Purchaser is canceled, Purchaser will notify 19. In case of conflict between these Terms and Conditions and Special Conditions/Options and any other part of Seller in writing to cancelthe order. Purchaser will be responsible for charges incurred up to the time of the Agreement, the Terms and Conditions and .Special Conditions/Options control unless waived in writing by cancellation including cancellation fees, if any, to cover reasonable costs Seller may incur from its Purchasers Purchasing Manager. supplersforthe cancellation of such order. 10. Purchaser and Owner and their designated agents shall be granted reasonable access to supplier's 20. Each party shall defend, indemnify, and hold harmless the other party and its directors,officers, agents and facility to inspect equipment and/or determine delivery status at any prior to actual shipment. employees against any and all loss, liability, damage, or expense including attorneys' fees and costs; for injury or death to persons, or damage to property, arising out of negligent conduct of the indemnitor in connection with 11. Time is of the essence in the performance of each Agreement. Purchaser's construction schedules are the work, to the extent of the indemnitor's negligence. However, neither party shall be indemnified hereunder based upon the delivery due date(s) specified on the face of a Purchase Order. If Purchaser has reason for any loss, liability, damage, or expense resulting from its intentional conduct or sole negligence. to believe that ordered goods will likely not be delivered by the due date (s), and Seller does not provide 21. Seller is not an employee of Purchaser. reasonable assurance otherwise within ten (10) days following notice from Purchaser, Purchaser may cancel all or part of such order or goods without further obligation under the Agreement. 22. Seller shall at all times during a Transaction maintain insurance coverage typical for that kind of Transaction. 12. Seller will provide pricing that includes FOB Destination charges. Seller is responsible for adequately packaging goods such that they arrive at their destination in an .undamaged condition. All goods shall be packaged and protected for outdoor storage. Seller shall ensure that suitable handling devices shall be .used for unloading. 23.. In the event of a dispute, the parties shall pursue mediation, then binding arbitration, and prevailing party shall be entitled to reasonable attorney's fees and costs. 24. Unless otherwisequoted and agreed upon, payment terms are NET 60. McKinstry Co, LLC Direct inquiries to purchasing@mckinstiy.com or 1-800-669-6223 Paget of 2 NORTH SCE COAST E L E C T R I C CC) M P ANY 2424 - 8TH AVENUE S. P.O. BOX 80566 (98108) SEATTLE WA 98134-2005 206-436-4444 Fax 206-621-9156 QUOTE TO: MCKINSTRY CO / SEATTLE P.O. BOX 24406 SEATTLE, WA 98124-0567 1430141 Jacob Farris 108 ROUTE LOCAL UZ99= 02/06/20 IS0099 2757 ORDER TO: 110 NORTH COAST ELECTRIC 2424 - SIR AVENUE S. P.O, BOX 80566 (98108) 1 of 1 SEATTLE WA 98134-2005 SHIP TO: MCKINSTRY / TUKWILA FIRE STATI 17915 S SOUTHCENTER PKWY TUKWILA, WA 98188 Sonnv Shaffer t I Yes lea ^TYPE Pl � 3434.86/e� 3434.86 lea FREIGHT ALLOWANCE 850.0 850.00 TAXES NOT INCLUDED This quote is conditioned on buyer's acceptance of Subtotal 4284.86 North Coast Electric Company's Standard Terms and S&H Chgs 0.00 Conditions Applying to all Sales set out in form NC055 available at htt]2s://www.northcoastelectric.com/ TermsandConditions or upon request. Total 4284.86 Page: 1 Oldcastle Infrastructure" Contract & Proposal Quote No.....: S169345-1 Quote To .: MCKINSTRY CO., LLC PO BOX 24406 SEATTLE, WA 98124 0406 191=1111� Telephone 253-839-3500 oldcastleinfrastructure.com Fax ...... 253-735-4201 Ship To : Tukwila Fire Station #51 XX Tukwila, WA 98138 Contact, Phong Terms Cash discount Delivery term 1111M Net 30 Days FOB Job Site Qty Unit Item Description Mark Unit price ---Amount 1.00 CWT 9400000 Delivery within 50mi of Auburn plant 0 1 P ...... Oty Unit Item pescri - Mark Unit price Amount 5.00 Ea 3411200 Omni 24" x 8'Light Pole Base- 5,205.00 Take -off & Quote* Every effort has been made to provide an accurate take -off, however, this quote is not guaranteed by the seller, but is provided for the buyer's convenience. It is the customers responsibility to verify the accuracy of the project requirements and quantities. Changes in quantities, dimensions, or specifications from this quote may require an adjustment in price. Customer agrees to pay per unit price for the actual number of units delivered. gas]":. lotgolsiolvel-71ju- 11smLMEN 83JLWVL &L subject to additional charges to cover the cost of delivery. 6 imwililpll 1W, INIMIN oil 11111 1 IN ., 1, Kili mo JOILF specilicallons anu installall'oln pl-Queulf-es� 41 e Carl prullue H14terials T"Wr ilatertlynt julnls� r10'NWTeFT-V111GaS11e GannPull OR Wn, responsible for field conditions or contractor installation procedures. Price on proposal for any custom, i.e. "special" items is based on an agreed upon targeted delivery date. If the actual delivery late for custom items is delayed more than 30 days after the targeted date Oldcastle Infrastructure will invoice in full unless itherwise agreed upon in writing. Oldcastle I nfrastructure` Page: 2 Aep"Cw��Y Contract & Proposal Quote No. ..... : S 169345-1 2808 A ST SE Telephone : 253-839-3500 oldcastleinfrastructure.corn AUBURN, WA 98002 7501 Fax ....... : 253-735-4201 Quote To .: MCKINSTRY CO., LLC Ship To .: Tukwila Fire Station #51 PO BOX 24406 XX SEATTLE, WA 98124 0406 Tukwila, WA 98138 Reference : Contact: Phone: Terms Cash discount Deu—very —terms Quote valid for. Net 30 Days FOB job Site 30 days All products and services listed on this Quotation are provided under the Standard Terms and Conditions located at: https://oIdGastleinfrastructure.com/customer-support/terms-conditions/material-sales/ "Order is subject to escalation cost due to rising steel pricing""" I III III I 11, 0 1, IMPORTANT: This proposal is based on standard terms and conditions. Items and quantities shown are the basis for the quotation, and we are not responsible for any discrepancies between this list and actual items or quantities. Sales Person: Will Griffis Telephone: (Accepted by) By: (Position) (Date) 1t400W ,PS POLE MITI) FIXT 1 0 E D e 1.6 1.6 E 0 1.6 Quoted Normal 0 E 159696 LAMP NEW FIXTURE 1 0 E 0 0.03 0.03 E 0 0.03 Quoted Normal 0 E 162414 25OW STREET LTG FIXTURE- POST TOP MOUNT 1 0 E 0 1.5 1.5 E 0 1.5 Quoted Normal 0 E 3/4"CONDUIT -RMC-GALV 20 832.11 C 149.78 4.95 4.95 C 29.46 0.99 Normal Normal O E CONDUIT RIGID -EMT 99001DOO 02 102120 I" LOCKNUT-STEEL 2 127.27 C 40.72 3A 3.1 C. 0.81 0.D6 Normal Normal 0 E CONDUIT &CBL FTGS 98007032003 102121 3/4" BUSHING GROG INSUL-STEEL 2 949.62C 322.87 18 2.8C 6.q6 0.06 Normal Normal OEM CONDUIT &CBL FTGS 99007012176 103410 3/4" FIELD BEND NO CUT LABOR -RMC -GALV 2 OE 0 0.42 0.42 E. 0 0.94 Normal No Labor DE 1/2" CONDUIT - PVC40 10 40.92C 20A6 3.1 3.1C 2.05 0.31 Normal Normal OE CONDUIT &FTGS PVC.DB.EB-ENT 98006W6001 106059 I" CONDUIT-PVC40 350 70.47 C 35.24 4.4. 4.4 C 123.34 15.4 Normal Normal 0 E CONDUIT &PIGS PVGDB-E8-ENT 98006006003 106065 Labor Adjustment for PVC Tremch(NECA) 350 OC 0 0.9 0.9 C 0 3.15 No Cost Normal OE CONDUIT &FTGS PVGDB-EB-ENT 200361 112"ELBOW 90 DEG -PVC40 1 190.47C S7.14 16 16C 0.57 0.16 Normal Normal OE CONDUIT &FIGS PVC-DB-ES-ENT 9B006006(Al 106401 1" ELBOW 90 DEG. PVC40 2 294.39 C 93.85 22 22 C 1.88 0.44 Normal Normal 0 E CONDUIT & FTGS PVGDB-EB-ENT 98006006043 106407 1" COUPLING -PVC 2 77.18C 26.24 0 OC 0.52 0Normal No Labor OE CONDUIT &FTGS PVC.DB-EB-ENT 9E006006103 306179 I" ADAPTER MALE - PVC 2 118.79C 41.58 12 12C 0.83 0.24 Normal Normal OE CONDUIT &FTGS PVC.DB-EB-ENT 98006006203 106101 3/4"ADAPTER FEM - PVC. 2 98.08C 33.34 30 10C 0.67 0.2 Normal Normal OE CONDUIT &FIGS PVGDB-EB-ENT 98006006242 106140 RIO THHN BLACK 798 453.64 M 172.38 5.65 5.65 M 137.56 4.51 Normal Normal 0 E COPPER WIRE THHN-10-BLK-I9STR-CU-5065 98010023000 108819 910THHN WHITE 28 453.64 M 172.38 5.65 5.65 M 4.83 0.16 Normal Normal 0 E COPPER WIRE THHN-IbWH1I9STR-CU-S00S 9SO10023010 200637 R10 THHN GREEN 413 453.64 M 185.99 5.65 5.65 M 76.81 2.33 Normal Normal 0 E COPPER WIRE THHN-IO-GRN-19STR-CU-500S 980IM23040 109158 IX'6 BARE. COPPER 30 1143444 M 434.51 10.2 10.2 M 13.04 0.31 Normal. Normal 0 E COPPER WIRE BARE-SD-6-75TR-CU-315R 96030033510 109260 COMPRESSION SPLICE -CU -N 6 CU WIRE 2 749.18C 659.26 13 13C 13.19 0.26 Normal Normal OE T&B PRODUCTS 54505 78621054505 122706 WIRE RED 3 22.7 C 18.16 fi 6 C 0.54 0.18 Normal. Normal 0 E BUCHANAN B2-1 78178945187 123309 WIRE CONN RED 916 TO#10) 3 OC 0 7 7C 0 0.21 Halted Normal OE 3M SCOTCH R-BOX 0540072005E 12331H WIRE MARKER 6 19.64 C 17.12 1.7 1.7 C 1.05 0.1 Normal Normal 0 E 123318 IX70 WIPE POWER TERM 3 0 E 0 0.11 0.163 1 E 0 0.33 No Cost Normal 0 E 157845 3/4"K IO'CU CLAD GIRD ROD 2 99.47 E 7958 1 1 E 159.16 2 Normal Normal 0 E BLACKBURN 7510 78378GW026 157947 #10SOL-92 STRTO 3/4"GRD RODCLAMP 2 42C 2943.89 0.15 0.15 E. 58.88 0.3 Normal Normal OE BLACKBURN G6 78378680068 1579Ge 25'a5" POLE ROUND STRAIGHT -STEEL 1 OE 0 5.6 5.6E 0 5.6 Quoted. Normal OE 164019 ANCHOR BOLTTEMPLATE-4HOLET01" BOLTS 1 OE 0 0.7 0.7E 0 0.7 Normal Normal 0E 05 RE -BAR (LIN FOOT) Sol 0 C 0 5 5 C 0 2.5 Normal Normal 0 E 164319 CONCRETE 2500 LB ICU YARD) 1 0 E 0 0.7 0.7 E 0 0.7 Normal Normal 0 E 164331 24" SONOTUBE (UN FOOT) 2 0 E 0 OTT 0.18E 0 0.36 Normal Normal 0 E 164352 95 RE -BAR RING 24" DIAM 7 O E 0 0.4 0.q E 0 2.8 Normal Normal O E SETUP CONCRETE POUR - PER POLE BASE 1 0 E 0 CA 0.4 E 0 0.4 Normal Normal 0 E POLE BASE AUGER SETUP 1 0 E 0 0.3 0.3 E 0 0.3 Quoted Normal 0 E POLE BASE AUGER 24"DIAM (LF) 6 0 E 0 0.2 0.2 E 0 13 Quoted Normal 0 E 164100 24"z 8'CAST-IN POLEBASE 1 0 E 0 3 3 E 0 3 quoted Normal 0 E 164079 FIXTURE COUNT 1 0 E 0 0 O E 0 0 No Cost No Lobar O E Totals 2110 63L14 53.23 DILI mm rl-,= j, 46, e N (D_SITE ,PLAN - ELECTRICAL a GENERAL NOTES: Tukwila FI.M.51 wvii6n MU wmugwauc seuwruwn PRELIMINARY NOT FOR NSTRUCTION z Lu to z E1Lu 01 3� FAI c e� chi T EMTVc GENERALNOTES FLAG NOTES* n2A4�ft1"E Tukwila FkaS WS 59 Li � wgnm uun.m.mno-ym,uc eskwaw n w r � 0 G z �. F- ®N &iI—TEnP - ELECTRICAL a unne %A arm mnsx- Z E101 LY01G Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila, Washington 98188 Phone: 425-885-33`14 Prime Contract Potential Change Order 3 : CE #079 - #241: Elec - Added Fire Alarm Manual Pull Stations TO: City of Tukwila FROM: Lydig Construction; Inc. - Bellevue Office 6200 Southcenter Boulevard 3180 139th Ave SE - Suite 110 Tukwila Washington, 98188 Bellevue Washington, 98005 PCO NUMBERIREVISION 035 / 0 CONTRACT: 30125 - Tukwila Fire Station #51 - GCCM Prime Contract (18-001.1) REQUEST RECEIVED FROM: CREATED BY: Weston Blackburn (Lydig Construction, Inc. Bellevue Off) STATUS: Pending - In Review CREATED DATE: 3/31 /2020 REFERENCE: PRIME CONTRACT None CHANGE ORDER: FIELD CHANGE: No LOCATION: ACCOUNTING Amount Based METHOD: SCHEDULE IMPACT: PAID IN FULL: No TOTAL AMOUNT: $11,967.12 POTENTIAL CHANGE ORDER TITLE: CE#079 - #241: Elec- Added Fire Alarm Manual Pull Stations CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #079 - #241: Elec - Added Fire Alarm Manual Pull Stations 10 added manual pull stations and break handle clamp resulting from City of Tukwila Fire Alarm Permit review comments. ATTACHMENTS: PCO 035 - Combined.Ddf COP Breakdown COR 002-Pull Station 3.3;2020.odf RFI 241 - WAU Resoonse.pdf # Cost Code Description Type Amount 1 26--001-99--Electrical Subcontractor- SP 11 10 Manual Pull Stations. and; Break Handle Clamp Subcontractor $ 11,229.03 Subtotal: :S11,229.03 Fee • Self Perform Work: 16.00 % Applies to Labor,. Materials, Equipment, Other, Overhead and Profit, and Unwritten Sub's/PA's. $ 0.00 Fee - GCCM: 4.60%Applies to Subcontractor, Purchase Agreements, and Project Contingency. $ 505.31 GL Insurance: 0.76% Applies to all line item types. $88.01 P&P Bond::0.76% Applies to all line item types, $88.67. B&O.Tax: = 0.47%Applies to all line item types. $ 56.10 Grand Total: $11,967.12 Owner Signature Date Lydig Construction, Inc. page 1 of 1 Printed On: 3/31/ 2020 03 :33 PM COP Subcontractor Breakdown Summary Project Name: Fire Hall 61 Tukwila COP: Project No. 30125-43 Document Reference: Date: Contractor: McKinstry Contractor Ref. No. Description 1. CRAFT LABOR Direct Labor Costs: a. crew (apprentices, journeymen,& laborers) b. foreman c. lead foreman DIRECT LABOR SUBTOTAL Supervision: d. direct supervision e. safety 2. MATERIAL COSTS a. material costs b. freight costs (itemize) 3. EQUIPMENT COSTS a. owned equipment (per spec approved source) b. rental equipment (per invoices attached) 4. SMALL TOOLS a. small tools 3,28528 5. OVERHEAD & PROFIT a. 15% on Materials (2) $ 394.23. b. 15% On Labor, Equipment and Small Tools (1, 3, & 4) $ 779.52 _ 6. SUB -SUBCONTRACTORS a. b. C. d. 1. CRAFT LABOR COSTS $ 6,496.00 2. MATERIAL COSTS $ 3,285,28 3. EQUIPMENT COSTS $ 4. SMALL TOOLS $ SUBTOTAL I thru 41 $ 9,781,2 5. OVERHEAD& PROFIT $ 1,173.75 6. SUB -SUBCONTRACTORS $ 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS a. NTE 6% for each sub $ 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS $ - 8. Bond a. Bond 0.00 % of 1-7 $ 273.88 8. Bond $ 274.00 9. B&O Tax a. B&O Tax 0.00 % of 1-8 $ - 9. B&O Tax $ - TOTAL COSTI $ 11,229.03 ] COP Breakdown COR 002 Pull Station 3.3.2020.xlsx Page _ of Issued 3/31/2020 COP Cost Breakdown ct Name: Fire Hall 51 oject No. 30125-43 ntractor: McKinstry COP: 002 Date: 3/31/2020 Project. # 30125-43 Description Quantity Labor Material Equipment Total Cost: Hrs per total hrs Cost sq ft Unit $ Cost Unit $: Cost Red .Hawk Fire 1 $ - $1,640,00 $ 1,640.00. $ - $ - 1,640.00 Electrician FM $ 96.29 34.89 $ - 3,359.56. $ - $ - $ 'r 3,359.56 Electrician FM $ 89.89 34.89 $ 3,136.26- $ - $ - $ - 3,136.26' Material 1.00 $1,509,16 $ 1,509.16 $ -' $ 1,509.16. Bond $ - $ 274.00 Permits 1 $ $136.12 $ 136.12: $ - $ 136.12 Overhead $ - :$ $ - ': $ 1,173.75 $ '$ $ $ $ ': S $ $ - $ - $ $ $ $ _ $ $ $ $ $ $ $ $ $ $ S Total Cost of Work. $ $ 6,495:82 $ $ 3,285:28 $ $ $ COP Breakdown COR 002 Pull Station 3.3.2020.xlsx Page of Issued 3/31/2020 COP Wage Rates Project Name: Fire Hall 51 Tukwila Project No: 30126-43 Contractor: McKinstry Trade —& Position Rate Schedule Date` Electrical Foreman 01/01/20 Electrical Jw 01/01/20 Prevailing Wage (incl. Benefits) 1. Hourly Wage Rate (forman) $ 83.97 $ 78.31 2. Hourly Benefits $ 12.32 $ 11.58 SUBTOTAL $ 96.29; $ 89.89 $ $ $ $ ' $ $ $ ' $ Rate 3.FUI %of1 000% $ - $ - $' $ $ $ $ $ $ $ 4. FICA % of 1 000% $ $ $ $ $ $ - $ $ $ ' $ 5. MEDICARE % of 1 000% $ $ $f $ $ $ $ $ $ $ 6. SUI % of 1 (insert correct % to right) 0.00% $ - $ - $ _ $ $ $ ; $ $ $ ; $ 7. WC (insert $ amount per hour) $ - $ TOTAL (incl. payroll taxes) $ 96.29' $ 89.89 1 $! $ $ $'- $ $ $ $ NOTES: ` Rate schedule date is the date of the Dept. of Labor & Industries Prevailing Wage Rate used or the Union Agreement. a. for items 3 thru 5, the Federal rates do not vary by firm, and the percentages are already locked into this form, b. for item 6, the Tactual rate is determined by the State Employment Security Dept. and varies by firm. It shall be verified by the contractor at the start of the project. c. for item 7, the rate is based on L & I classification. The hourly dollar amount is specific to the firm/trade and shall be verified by the contractor at the start of the project. d. definitions 1. items 1 & 2 are basic wages ,and -benefits (see general conditions 7.5:1- 1 &2 2. item 3, FUI is Federal Unemployment Tax Act (see general conditions 75.1 4 3. item 4, FICA is Federal Insurance Compensation Act/Social Security (see general conditions 7.5.1 - 4 4. item 5, Medicare is FICA medical aid (see general conditions 7.5.1 - 4 5. item 6, SUI is State Unemployment Compensation Act (see general conditions 7.5.1 - 4 6. item 7, WC is industrial insurance/workers' compensation (see general conditions 7.5.1 - 3 Form Revised 6/1/2004 Issued 3/31/2020 E Fire & Security Date: 11/11/2019 Project: Tukwila Fire Station 21 Job No: 19-1120 To: McKinstry Attn: Rob Crawford Phone: 206-800-1204 Fax: robertc@mckinstry.c 21312 30th Drive BE, Suite 103, Bothell, WA. 98021 Phone: (425) 466-2600 Fax; (425) 486-2611 Visit us online at. w .redhawkusxotn Red Hawkb FS CO#: Electrical RFI #; Electrical CO # Gen ContrRFI #: Arch ASI #: Notice to Proceed Date: Title: Fire Department Review Comments/Adds Ref. Drawing or Spec. Description of Work to be Performed: Manual pull stations were not shown on bid documents (E501 dated 12/06/2017) and are typically no longer required in fully sprinklered buildings: Materials row e : item #: t : Mfg: Model: Description: 1 10 Notifier NBG-12LX. ADDRESSABLE NBG-12L PULL STATION; WITH FLASHSCAN. 2 1 Notifier SRK. STROBE 12/24 VOLT, RED MULTI -CANDELA WP 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 ZU CR BREAKDOWN: A. Material' Summary B. Labor/ Misc. Summary $1,003.00 $637.00 C. Subcontract Summary Sub -Total Labor & Materials: $1,640.00 D. Sales Tax Total Change Request Proposal: $1,640.00 Critical to Schedule: Yes Cost Effect: Yes ADDITIONAL CR SCOPE: Permits: No Bond: No Sales Tax: No Blueprint' Service: No Insurance: No Job Storage: No Tools: No Parking Fees: No B&O Tax: No Other: No No No An extension of: additional days is requested for this change. Date: 11/11/2019 By: Originator Joe Skvarla Authorization to proceed. This Change Request Proposal is approved. Date By No NOTE: 1- This Change Request Proposal is valid for thirty (30) days from the date above. 2- Red Hawk FS hereby reserves the right to make claim for extension of time and / or claim for additional costs. 3- This change order must be signed, dated and returned before Red Hawk FS can perform any of the above mentioned changes. LYDIG MKIEUVIED Mar 17 2020 Lydig Construction, Inc. WEINSTEIN A+U LLC Project: 30125-43 - TFS#51 - GCCM 3180 139th Ave SE, Ste 110 17951 Southcenter Parkway Bellevue, Washington 98005 Tukwila, Washington 98188 Phone: (425) 885-3314 Phone: 425-885-3314 Fax: (425) 881-2903 Elec - Added Fire Alarm Manual Pull Stations TO: Thayer Wild (Weinstein A+U) FROM: David White (Lydig Construction, Inc. - Lauren Rock (Weinstein A+U) Bellevue) Emma Nowinski (Weinstein A+U) 3180 139th Ave SE - Suite 110 DATE INITIATED: 03116/2020 Bellevue, Washington 98005 LOCATION: STATUS: Open PROJECT STAGE: DUE DATE: 03/23/2020 SUB JOB: COST CODE: COST IMPACT- TBD SCHEDULE IMPACT. TBD DRAWING NUMBER: E501 SPEC SECTION: LINKED DRAWINGS: REFERENCE: RECEIVED FROM: Griffin Small (MCKINSTRY CO.) COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Kiel Lunsford (Lydig Construction, Inc. - Bellevue Off), Emma Nowinski (Weinstein A+U), Tom Pitman (Lydig Construction, Inc. - Bellevue Off), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. - Bellevue Off), Thayer Wild (Weinstein A+U) Confirmation Fire Alarm permit review comments by the City of Tukwila is needed. In the Fire Alarm permit drawing review by the City of Tukwila, (10) pull stations were added by CoT in addition to what was shown on the contract documents. These pull stations were added at each exterior door and are clouded on the attached document. Please confirm McKinstry is to install the 10 additional manual pull stations as required by COT. Attachments: RFl 241 - Added Fire Alarm Manual Pull Stations.pdf Awaiting an Official Response All Replies: See attached markups on plan noting observed locations of installed rough ins for ten pull stations per site walk on 3/17/20, Locations acceptable as installed. -Thayer W. WAU. 3/18/20 DATE COPIES TO Lydig Construction, Inc. Page 1 of 1 Printed On: 03/16/2020 07:39 PM try fe of You, Building Tukwila Fire Station 51 ATTENTION: David White SUBJECT: Added 10 Fire Alarm Pull Stations REF.DWG/SPEC: FA 101 AT Lyclig GC RFI #: McK RFI # : 041 GC JOB #: McK JOB#: 117599-001 After review with the Fire Marshall, it was determined that 10 added pull stations were required for each exit to have a pull station. Redhawk could not have their drawings signed off if this was not complete. Please see attached drawings with the Fire Marshall's approval. Please review. REPLY REQD BY: 3/17/2020 ORIGINATED BY: Griffin Small TRADE: Electrical SUBMITTED BY: Griffin Small DATE: 3/10/2020 POTENTIAL SCHEDULE IMPACT: Days ROM COST: UnKnown • IN-HOUSE cc: SUB cc: 0 Piping Detailing 0 FP Detailing 0 10 Electrical [I Sheet Metal ❑0 0 Controls 11 0 Insulation Pjora�ing Detailing 0 Pilre Rrofe'Ngn 0 0 El E] TUKWILA FIRE STATION 51 FIRE ALARM SYSTEM TUKWILA, WA 98188 DEVUDESIGNATION LEGEND. NOTIF8 00 S' ERES ADDRESSABLE NITRTM DEVCES; WTWAWN1➢P3Vi6Y o") ONEIINERISER11TAIL LISTAIIATON1 GERM WERNG NOTES: Z 4Jx _1111" 41 1 "n" I N­i Mi I" "ll"ZI-1 %4l_.%llr1_11__l 114 1 SYMBOL & WINE STYLE MUICATION NICET.CERTIF011ONSTATEMENT 4. ALU APPROVALS. ACCV--;'-HE D I ■ a 1 11 Xl I �I L: I f r Fii .yam` c p q i ' 1 d i Igo . J� d TUKWILA FIRE STATION 51 ICED HAWK Vel 4"ANrA E,T] "WAalM n� FIRE \ � � } � ®\ a , : I^ r —_ off : Tg�LARRESAIKk <'® -T#fD HAWK � $ —. y. . . .�� � \ y-- .. .: . . . .. . .. . .��. *a_e_ �._» FIRE v TIE_ . }. ---� . Jim Im lye TUKWIIA FIRE STATION 51 RED HAWK W ANDOVER PARXF, TUMLA, WA980 -- - ---- ---_.FIRE ALARM SYSTEM CY G 0 N HO U'lv LE LAR ENLARGE RCPMEW -,,ELECwee�7 105 EN GED RCP VIEW FIRST REFLECTED CEILING PLAN —r-lz ffj .� . . . & �§ MEZZANINE FLODR REFLECTED Arm. I Revised FA Drawings With Added 10 Pull Stations TUKWILA FIRE STATION 51 FIRE ALARM SYSTEM 17951 SOUTHCENTER PARKWAY, TUKWILA, WA 98188 HMO! !10MV $MPEORM&DEMMS =" Mn— i— FROWWWWOrATM 1(LCFT.C9Ur0raSTATMff AWORMM if BN �6I INN IN I '.,,.IN ... I� 99D 86 6ffiffiffiffiml a mama ■ � e l �I3 a a °.1Jx rJ' 2 �s, 1 ' $ pF p ! s TUKWILA FIRE STATION 510 1795150ITIHCBNTERPARMAY,TUBWMA,WA989B8 FIRE ALARM SYSTEM RED HAWK Fi.&5 Lft " = s I c v - Nh mo0 N� O e iL tl «J m 1 "` TU IAFIRESTATION51 1795150UTHaRMR PARKWAY, lUKWILA, WA "IAA FIRE AT ARM SYSTEM � RED HAWK «•••."",• � ter, r:— n a � N 1@S 1f1. �n t+ r.:a^z avur m:s. r+x�raw x TUKWII A FIRE STATION 51 RED HAWK �M + �r tt. r °' — — ■g�K 1795150VIHCCNTHA PARKWAY, TORW"WA 98W .FIRE AX-AAM SYSTEM II 1 i 1 n o ' LS ,t _ rni7 � O Z f) L h. e o; m a� a� ® Om^ 1 !.rrSUBMffTALSET o . � - u s. _ TUKWILA FIRE STATION 51 RED HAWK n �; q R. 8S * pF � S5 K 17951 SOUTHCEMRPABHWAYTUBWELA, WA"1S8 — — FIRE ALARM SYSTEM t i; Q q � S$4' j 4 a� TUKWILA FIRE STATION 51 17951 SOUTHLEMRPARBWAY, TU%W"WA 98189 FIRE Al.! SYSTEM: RED HAWK F 85 erty •""'•`•" .,,,. ' e�mlmi """�""R9 °>" _ — LYDIG Lydig Construction, Inc. Project: 30125-43 - TFS#51 - GCCM 3180 139th Ave SE, Ste 110 17951 Southcenter Parkway Bellevue, Washington 98005 Tukwila, Washington 98188 Phone: (425) 885-3314 Phone:425-885-3314 Fax: (425) 881-2903 Prime Contract Potential Change Order 3 - 1Elec. - Exit Sin Discrepancy in Physical Training o 10 TO: City of Tukwila FROM: Lydig Construction, Inc. - Bellevue Office 6200 Southcenter Boulevard 3180 139th Ave SE - Suite 110 Tukwila Washington,-98188 Bellevue Washington, 98005 PCO NUMBER/REVISION: 036 / 0 CONTRACT 30125 - Tukwila Fire Station #51 - GCCM Prime Contract (18=001.1) REQUEST RECEIVED FROM: CREATED BY. Weston Blackburn (Lydig Construction, Inc. Bellevue Off) STATUS: Pending - In Review CREATED DATE: 3/31 /2020 REFERENCE: PRIME CONTRACT None CHANGE ORDER: FIELD CHANGE: No LOCATION: ACCOUNTING Amount Based METHOD: SCHEDULE IMPACT: PAID IN FULL: No TOTAL AMOUNT- $1,100 26 POTENTIAL CHANGE ORDER TITLE: CE #082 - #120: Elec. - Exit Sign Discrepancy in Physical Training Room 106 CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #082 - #120: Elec. - Exit Sian Discrepancy in Physical Training Room 106 RFI #120: Elec. Exit Sign Discrepancy in Physical Training Room 106 Supply and install one exit sign that was not shown on the Electrical drawings ATTACHMENTS: COP Request Log COR 006 Exit light 3.6.2020.pdf # Cost CodeLLL Description Type Amount 1 26--001-99- - Electrical Subcontractor- BP 11 Add ExitSign in PT Room Subcontractor $ 1,032A0 Subtotal: $1,032.40 Fee - Self Perform Work: .16.00%Applies to Labor, Materials, Equipment, Other, Overhead and Profit, and Unwritten Sub's)PA's. $ 0.00 Fee - GCCM: .4.60%Applies to Subcontractor, Purchase Agreements, and Project Contingency. $. 46A6 GIL Insurance: 0.76%Applies to all line item types.. $ 8.09 P&P Bond: 0.76%Applies to all line item types. $ 8.15 880 Tax: = 0.47% Applies to all line Item types. $5.16 Grand Total: $1,100.26 f - t Date Lydig Construction, Inc. page 1 of 1 Printed On: 3/31/ 2020 04 :28 PM COP Subcontractor Breakdown Summary Project Name: Fire Hall 51 Tukwila COP: 004 Project No. 30125-43 Document Reference: Date: 3/31/2020 Contractor: McKinstry Contractor Ref. No. 30125-43 Description 1. CRAFT LABOR Direct Labor Costs: a. crew (apprentices, journeym b. foreman c. lead foreman en, & laborers) $ 466.04 DIRECT LABOR SUBTOTAL -$ 466.04 Supervision: d. direct supervision e. safety 1. CRAFT LABOR COSTS $ 466.00 2. MATERIAL COSTS a. material costs $ 433.46 b. freight costs (itemize) $ - 2. MATERIAL COSTS $ 433.46 3. EQUIPMENT COSTS a, owned equipment (per spec approved source) b. rental equipment (per invoices attached) 3. EQUIPMENT COSTS $ 4. SMALL TOOLS a. small tools 4. SMALL TOOLS $ - SUBTOTAL 1 thru 41 899.46 5. OVERHEAD & PROFIT a. 15% on Materials (2) $ 52.02 b, 15% On Labor, Equipment and Small Tools( 1, 3, & 4) $ 55.92 5. OVERHEAD & PROFIT $ 107.94 6. SUB -SUBCONTRACTORS a. b. $ C. $ d. $ 6. SUB -SUBCONTRACTORS $ 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS a. NTE6%for each sub $ 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS $ - 8. Bond a. Bond 0.00 %of 1-7 $ 25.18 8. Bond $ 2500 9. B&O Tax a. B&O Tax 0.00 % of 1-8 $ - 9. B&O Tax $ - TOTAL COST $ 1,032.40' COP Request Log COR 006 Exit light 3.6.2020.xlsx Page _ of _ Issued 3/31/2020 COP Cost Breakdown ct Name: Fire Hall 51 COP: 004 oject No. 30125-43 Date: 3/31/2020 ntractor: McKinstry Project.# 30125.43 Description quantity Labor Material Equipment Total Cost Hrs per total hrs Cost sq ft Unit$ Cost Unit $ Cost Electrician FM $ 96.29 4.84 $ 466.04: $ $ ;, $ 466.04: Electrician JW $ 89.89 $ :I: $ $ $ Material 1.00 $433.46 $ "433,46. $ $ - 433.46. Overhead $ 107:94 $ 107.94: Permits 1 $ ,: "$ 1.00 $9.32 $ 9.32 $ 9.32. Bond $ S': '$ $ $ 25.00. $ - - $ - $ - $ $ - I$ - $ $ $ :$ - $ $ - $ - $ $ `:: $ - $ :: $ - $ ,,., $ $ - $ $ $ ': - $ - $ - -" $ $ - :$ - $ $ $ $ $ $ $ - $ Total Cost:af Work $ : 456:04 r$-433.46 $ 117:26 $ 1,041.76' COP Request Log COR 006. Exit light 3.6.2020.xlsx Page of Issued 3/31/2020 COP Wage Rates Project Name: Fire Hall 51 Tukwila Project No: 30125-43 Contractor: McKinstry Trade & Position Rate Schedule Date* Electrical Foreman 01/01/20 Electrical Jw 01/01/20 Prevailing Wage (incl. Benefits) 1. Hourly Wage Rate (forman) $ 83.97 $ 78.31 2. Hourly Benefits $ 12.32 $ 11.58 SUBTOTAL $ 96.29 $ 89.89 $ $ $ $S $ $ $ $ Rate 3.FUI %oft 000% $ - $ - $ $ $ $' $ $ $' $ 4. FICA % of 1 000% $ $ $ $ $ $5 $ $ $ $ 5. MEDICARE % of 1 000% $ $ $ $ $ $' $ $ $ $ 6. SUI % of 1 (insert correct % to right) 0:00% $ $ $ $ $ $' $ $ $ $ 7. WC (insert $ amount per hour) $ - $ - TOTAL (incl, payroll taxes) 1 $ 96.29 $ f 9.89 $ $ $ $! $ Is $ $ NOTES: * Rate schedule date is the date of the Dept. of Labor & Industries Prevailing Wage Rate used or the Union Agreement. a. for items 3 thru 5, the Federal rates do not vary by firm, and the percentages are already locked into this form. b. for item 6, the actual rate is determined by the State Employment Security Dept. and varies by firm. It shall be verified by the contractor at the start of the project. c, for item 7, the rate is based on L & I classification. The hourly dollar amount is specific to the firm/trade and shall be verified by the contractor at the start of the project. d. definitions 1. items 1 & 2 are basic wages and benefits (see general conditions 7.5.1 - 1 &2 2. item 3, FUI is Federal Unemployment Tax Act (see general conditions 7.5.1 - 4 3. item 4, FICA is Federal Insurance Compensation Act/Social Security (see general conditions 7.5.1 - 4 4. item 5, Medicare is FICA medical aid (see general conditions 7.5.1 - 4 5. item 6, SUI is State Unemployment Compensation Act (see general conditions 7.5.1 - 4 6. item 7, WC is industrial insurance/workers' compensation (see general conditions 7.5.1 - 3 Form Revised 6/1/2004 Issued 3/31/2020 NORTH 0 COAST E L E C T R I C C 0 M P A N Y 2424 - 8TH AVENUE S. P.O. BOX 80566 (98108) SEATTLE WA 98134-2005 206-436-4444 Fax 206-621-9156 QUOTE TO: MCKINSTRY CO / SEATTLE P.O. BOX 24406 SEATTLE, WA 98124-0567 143014 Jacob Farris 108 ROUTE LOCAL MMM= 01/02/20 IS009820615 110 NORTH COAST ELECTRIC 2424 - 8TH AVENUE S. P.O. BOX 80566 (98108) 1 0 f I SEATTLE WA 98134-2005 SHIP TO: MCKINSTRY / TUKWILA FIRE STATI 17915 S SOUTHCENTER PKWY TUKWILA, WA 98188 Sonnv Shaffe Net I Yes lea � A TYPE Xl 2 6 1 . 3 6 / e 261.36 lea FREIGHT ALLOWANCE 75.00/e 75.00 TAXES NOT INCLUDED This quote is conditioned on buyer's acceptance of Subtotal 336.36 North Coast Electric Company's Standard Terms and S&H Chgs 0.00 Conditions Applying to all Sales set out in form NC055 available at https://www.northcoastelectric.comZ TermsandConditions or upon request. Total 336.36 e- 1 e 3/6/2020 336.36E 336,36 a 0.55L 0.55 336.36 + 0.55 Quoted Normal• 159594 E%RSWGLE FACE 4. 11/2".50, BOX COMB KO 111/12/2019 1469C 734.5 23 23 7.34 0.23 Normal Normal RACO 192 05016990192 124314 4" SQ iG PL5TR RING 5/8" RISE 1 2/26/2020 937,62 C 468.81 21 2.5 4,69 0.03 Normal Normal RACO 768 05016990768 124389 GROUND SCREW W/INSUL#12 LEAD 1 2/19/2020 80:81C 75,16 3 3 0.75 0.03 Normal Normal METALLIC5 PT408 63972016008 124746 3/4"CONDUIT -EMT 50 2/26/2020 268.92C 80.68 3.52 1 3-52 40.34 1.76 Normal Normal CONDUIT RIGID -EMT 98001002002 101004 3/4"CONN COMP STL- EMT 2 1/29/2020 726.71C 130.81 12.5 12.5 2.62 0.25 Normal Normal CONDUIT&CBLFTGS 98007013622 101211 3/4" COUPLING COMP STL-EMT 5 1/29/2020 852.8C 153.5 0 0 7.67 0Normal No Labor CONDUIT &CBL FrGS. 98007013692 101409 3/4"EMT& 1/2"RMC 1-PC STRUT CLAMP W/SADDLE -PLTD 61 2/26/2020 172.62C 161.35 5.1 5.1 9.68 0.31Normal Normal ERICO 5CH12B 78285625512 140985 #8x 1/2 P/H SELF -TAP SCREW 2JE. 20 11.2 C 8.96 2.4 2.4 0-18 0.05 Normal Normal SCREWS -NUTS -BOLTS 98008072041 140160 SO, BOX MTG BRRTFOR 11" TO 18".STUD 120 341.13 C 270.71 12 12 2.71 0.12 Normal Normal ERICO TSGB16 78285647616 141747 #12THHN BLACK 11020 296.62 M 112:72 5.15 5.15 12A 0.57 Normal Normal COPPER WIRE THHN-12-BLK-I9STR-CU-5005 98010022900 108816 #12THHN GREEN 550 296.62 M 124.58 5.15 5-15 6.85 0.28 Normal Normal COPPER WIRE THHN-12-GRN-I9STR-CU-5005 98010022940 109155 WIRE CONN VEL 620 16.87 C- 13.5 S 5 0.81 0.3 Normal Normal BUCHANAN Bi-1 78178945188 123306 WIRE MARKER 615 19-64 CC 17,52 1.7 1.7 1.05 0.1 Normal Normal 123363 #12 WIRE POWER TERM 39 aE. 0 0.09 0.09 0 0.27 No Cost Normal 157842 FIXTURE COUNT 110 OE 0 0 0 0 11No Cost No Labor Totals 251 433:46 4.84 Labor Type MMMMW.M. Crew Hours Rate $ SubTotal Brdn % Frng $ Brdn Tot. Frng Tot. Total Full Rate Code Type on M, M�m General Expenses Quantity Field Duration Cast/Unit Total Cost Total Bid Item DB Material Qtcl Mat (Ext) Total Material Direct Hrs Direct Labor $ Total Hrs Total Labor $ General Expenses Markup Total EYDiG Lydig_ Construction, Inc. Project: 30125-43 - TFS#51 - GCCM 3180 139th Ave SE, Ste 110 17951 Southcenter Parkway Bellevue, Washington 98005 Tukwila, Washington 98188 Phone: (425) 885-3314 Phone: 425-885-3314 Fax: (425) 881-2903 Elec. - Exit Sign Discrepancy in Physical Training Room 106 TO: Lauren Rock (Weinstein A+U) FROM: David White (Lydig Construction, Inc. Emma Nowinski (Weinstein A+U) Bellevue) Jose Lorenzo -Torres (Weinstein A+U) 3180 139th Ave SE - Suite 110 DATE INITIATED: 11/27/2019 Bellevue, Washington 98005 LOCATION: PROJECT STAGE SUBJOB: COST IMPACT: TBD DRAWING NUMBER: E201, A613 LINKED DRAWINGS: RECEIVED FROM: Griffin Small (MCKINSTRY CO.) STATUS: Closed DUE DATE: 12/06/2019 COST CODE: SCHEDULE IMPACT: TBD SPEC SECTION: REFERENCE: COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Jose Lorenzo -Torres (Weinstein A+U), Kiel Lunsford (Lydig Construction, Inc. - Bellevue Off), Emma Nowinski (Weinstein A+U), Tom Pitman (Lydig Construction, Inc. - Bellevue Off), Lauren Rock (Weinstein A+U), John Thompson (Lydig Construction, Inc. -Bellevue Off), David White (Lydig Construction, Inc. -Bellevue Off) There is a discrepancy between drawings regarding the requirement of an exit sign in room (106) Physical Training. Sheet E201 does not show an exit sign above door 106B, however, sheet A201 shows a wall mounted exit sign above door 1066s See attached for more information. Please confirm a wall mounted exit sign is required above door 106B sand provide dimensions to locate the exit sign above the door. Attachments: RFI 120 - Exit Sign Discrepancy in Physical Training Room 106pdf Official Response: Jose Lorenzo -Torres (Weinstein A+U) responded on Wednesday, December 4th, 2019 at 3:30PM PST Wall mounted exit signs above doors should be installed on center of the door as illustrated on East elevation on 1/A613. Allow a separation from top of door frame to bottom of exit sign of at least 6 J. Lorenzo -Torres, Weinstein A+U - 12/04/19 Attachments: RFI 120.1- Exit Sion Discrepancy in Physical Training Room 106 WAU Response.0df Official Response: Jose Lorenzo -Torres (Weinstein A+U) responded on Wednesday, November 27th, 2019 at 11:32AM PST Add exit sign Fixture Type X mounted above door at Training Room 106 as per Architectural Sheet A201. Locate exit sign per architectural elevation sheet A 613. Connect exit sign to circuit A-13. Rocxy, Juan - TFWB Engineers-11/27/2019 Attachments: RFI 120 - Exit Sian Discrepancy in Physical Training Room 106 TFWB Response.pdf Wall mounted exit signs above doors should be installed on center of the door as illustrated on East elevation on 1/A613. Allow a separation from top of doorframe to bottom of exit sign of at least 6 J. Lorenzo -Torres; Weinstein A+U - 12/04/19 Attachments: RFI 120 1 -Exit Sion Discrepancy in PhysicaPTraining Room 106 WAU Response pdf Lydig Construction, Inc. Page 1 of 2 Printed On: 12/04/2019 04 :51 PM LYDIG Add exit sign Fixture Type X mounted above door at Training Room 106 as per Architectural Sheet A201. Locate exit sign per architectural elevation sheet A 613. Connect exit sign to circuit A-1 & Rocxy, Juan - TFWB Engineers - 11/27/2019 RFI 120 - Exit Sian Discrepancy in Physical Training Room 106 TFWB Response.od DATE COPIES TO Lydig Construction, Inc. Page 2 of 2 Printed On: 12104/2019 04:51 PM LYD1G3 Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila, Washington'98188 Phone: 425-885-3314 Prime Contract Potential Change Order 37: CE #081 Unsuitable Soils Associated with ROW work TO: City of Tukwila FROM: Lydig Construction, Inc. - Bellevue Office 6200 Southcenter Boulevard 3180 139th Ave SE - Suite 110 Tukwila Washington, 98188 Bellevue Washington, 98005 PCO NUMBERIREVISION: 037 / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: Pending - In Review 1i:67 CONTRACT: 30125 - Tukwila Fire Station #51 - GCCM Prime Contract (18-001.1) CREATED BY- Weston Blackburn (Lydig Construction, Inc. - Bellevue Off) CREATED DATE: 4/1 /2020 PRIME CONTRACT #007 - Change Order #7 CHANGE ORDER: ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT. $16,423.75 POTENTIAL CHANGE ORDER TITLE: CE #081 - Unsuitable Soils Associated with ROW work CHANGE REASON: Existing Condition POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #081- Unsuitable Soils Associated with ROW work Unsuitable Soils exported related to right of way work. Review of PCO 037:- Pricing in general is OK, no markups on direct as this is unit price change; Fee included. Generally quantities supported by signed T&M sheets along with truck tickets. However, there are certain EWOs that don't have all the backup - please provide: • 2/17/20 - pricing is for 48 Tons of export/backhaul and T&M sheet shows that but truck tickets only count 36 Tons • 2/24/20 - pricing is for 36 cys of export/backhaul and T&M sheet shows that but no truck tickets included - please provide. 2/28/20 - pricing is for 36 cys of export/backhaul and T&M sheet shows that but no truck tickets included please provide. • 3/2/20 - pricing is for 36 cys of export/backhaul and T&M sheet shows that but no truck tickets included - please provide. ATTACHMENTS: PCO 037 - Combined.pdf DCR 30854,pdf _DCR 30857.pdf DCR 30851.Ddf _DCR 30853,pdf DCR 30852.Ddf _DCR 27823.pdf DCR 28617 0f DCR 28618:pdf DCR 30159r1.odf DCR 29715.pdf # Cost Code Description Type Amount 1 31-•001-99-- Earthwork &Utilities DCR 29715- Export Unsuitable Subcontractor $4,148.81 2 31--001-99-- Earthwork & Utilities DCR 30159rl - Export Unsuitable Subcontractor $ 832.32 3 31--001.93- Earthwork &Utilities DCR .28617- Export Unsuitable Subcontractor S1,123t83 4 31--001-99- - Earthwork & Utilities DCR 28618 - Export Unsuitable Subcontractor $ 1,123.63 5 31--001-99- - Earthwork & Utilities DCR 27823- Export .Unsuitable Subcontractor $`1,123.63 6 31--001-99- - Earthwork & Utilities DCR 30851. - Export Unsuitable Subcontractor $ 1,123.63 7 31--001-99- - Earthwork & Utilities DCR 30852 - Export. Unsuitable Subcontractor $ 374.54 8 31--001-99-- Earthwork &Utilities DCR 30853 - Export Unsuitable Subcontractor $ 2,247.26 Lydig Construction, Inc. page 1 of 2 Printed On: 4/14/ 2020 05 :05 PM LYDIG 9 31--001.99-- Earthwork & Utilities OCR 30854-Export Unsuitable Subcontractor $ 2,24726 10 31-001-99-- Earthwork & Utilities DCR:30855- Export Unsuitable Subcontractor $317.00 11 31--001-99- - Earthwork & Utilities DCR 30857 - Export: Unsuitable Subcontractor $ 749.09 Subtotal: $15,410.80 Fee - Self Perform Work: 16.00 Applies to Labor, Materials, Equipment, Other, Overhead and Profit, and Unwritten Sub'sIPA's. $ 0.00 Fee - GCCM:4.60% Applies to Subcontractor, Purchase Agreements, and Project Contingency. $ 693.49 GL Insurance: 0.75 % Applies to all line item types. $ 120.78 P&P Bond: 0.75%Applies to all line item typos. $ 121:69 B&O Tax: = 0.47 % Applies to all line item types. $ 76.99 Grand Total: $16,423.76 Owner Signature Date Lydig Construction, Inc. page 2 of 2 Printed On: 4/14/ 2020 05 :05 PM TUkm'i|@ Fire Sfaf'OO 51 PO]037:Unsuitable Soils Associated with Paving and ROW Work DCR # Area Worked Date Tons Exported Conversion CY Exported MIPtiH pimp LU A002 jr Date: 02J12124' ., ire Statlan #51 Jab # 1906 Backhaul unsultable/Import gravel borrow. 103.69 2821 SOUTH 154th ST - SEATTLE, WA 98188 - (206) 242-0633 - FAX: (20E 1 '92 Daily Cost Record 29715 DETAIL COST RECORD CODE -.11111— S,T OJ, H0-U'RS T. TOTAL RATE EXTENSION i FD.- I I it L--- -- 01 Ff Sub -Total Labor Taxes & Fringe Benefits Travel Time Labor Markup Total Labor Costs 0 co I-- z LU Sub -Total Uj Equipment Markup Total Equipment C9sts, U.1 :2 Sub -Total Sales Tax (if applicable) 4 Material Markup Total Material Costs LU 0 Total Other Costs Sub-TotaI_. Bond Insurance Ta iscel Mlan,o us Co I$Ce' Contractor's Rapresentative Sub -Total — Overhead il No. CADMAN HEIDELBERGCEMENTGrour.)4 (888) 322-6847.:„ 425-961-7100 WEIGHMASTER STATION 99, 21100 Black Diamord. 26111 SE.Green Valley Rd, Black, Diamond,' WA' 98010-7800 TICKET NO. 1 on Ai n,41 4n YTICKETTIMF .. nnTF Customer No. Payment Type Customer Name Order No. n I INFRASTRUCTURE LLC 157130 Customer Job. No. Customer P.O. Map Ref. Disp. Ord. # 1906 / 84206 Truck Type Truck No. Vehicle or License Plate No. Trailer or Ucense Plate No. Zone Solo 959 B83601V Hauler/Carrier No. Driver's Name Delivered/Ordered Load No. Running Total 7858190 MASON 24.00 100.0 1 24.00 BD/l� J#19067 T`CTKWILA FIRE STATION 52 17915 SOUTHCEhiTER PKWY ` " �3 ,. '4.:� �•� I Hill 11111111111111111111111111111 TUKWILA: DUMP.`IN: PILE,:'SEE CREW ONSITE" 99150 BACKHAUL DIRT T&T(CY) 24.00 3 .,.. Xai�O�SS &TARE A STANDBY SURCHARGE WILL BE ASSESSED FOR LOADS Fuel THAT EXCEED 10 MINUTES UNLOADING TIME. Surcharge Gross�[7 L,$ Tare 2 h r i3 n I.B./P.EXI � Sales Tax T scale 1 scale2 Cadman, (Inc,) will not assume Liability for any property X oral ; o �ln�r� dame a or any equipment damage for any delivery beyond Net 3 $? CJ�U i7e aUl1�i hmaster ( b line, Total Pt 9 No one available to sign, customer waives receipt Received by Signature Print Name (Customer} Driver's Signature Standby signature EJ X X X Time [Arrive Job Start Finish I Standby Customer's initials Unloading Unloading Time , CADMM lHE1DELBERGCEPv1ENTGr0Llf):'1 M�Qwg�=mZm g4ML1141 WEIGHMASTER STATION 99021100. Black Diamond 2.6111 SE Green Valley Rd. Black Diamond, WA 98010-7800 j. ZF V _7;P _L V,_j 400 ITICKETTIME I J- u : -q - 4 4AYTDAT-E Customer No. Payment Type -1-Custom., Name Order No. 7829920 Account SCI INFRASTRUCTURE LLC 57130 6 *Customer -Job. No. Customer P.O. Map Ref. Disp. Ord. # 1906 84236 r Truck Type ruck Type Truck No. -Ve Icle Or License Plate No. Trailer orrUcense Plate No. Zone Solo 959 B83601V Hauler/Carrier No. arri Driver's Name Delivered/Ordered Load No. Running Total 7858190 MASON 12.00 / 100,0 BD/D J#1906 - TUKWILA FIRE STATION 51 17915 SOUTHCENTER PKWY TUKWILA DUMP IN PILE SEE CREW ONSITE,-----. 99153 Gross 62,200 LB BACKHAUL DIRT SOLO (CY) Tare 26, 980 LB/P.T,k Net 35,220 LB No one available to sign, customer waives receipt Received signature. 12.00 E N At,"" A STANDBY SURCHARGE WILL BE ASSESSED FOR LOADS Fuel ,t THAT EXCEED 10 MINUTES UNLOADING TIME. Surcharge in! MiN I � I I I gum Sales Tax Scale I Scale 2 Cadman, (Inc.) will not assume Liability for any property X Tollie, Sheri �jftnTr piny equipment damage for any delivery beyond Deputy Weighmaster t Cur ine. [Total Standby Time I I ICIt17 NO 9UTICKETTIME 8:44:15AM DATE /12/2020 CADMAN Customer No. Payment Type Custome Nanto Order No. (888) 322-6847 425-961-7100 7829920 Account SCI INFRASTRUC>TURE LLC 57130 — _� ,_. WEIGHMASTER STATION Customer Job. No. Customer P.O. Map Ref. Diw Ord. # 99021100 1906 / 84206 Slack D i,. amo nd Truck Type Truck No. Vehicle or License Plate ND. Trailer or License Plate No. Zone 261.11 SE :Green Valley Rd. Sa1.o 961 C58022..E 31<ick Diarrtd.tci, 11 98010-7800 HaulorlOarriorNo. Driver's Name Delivered/Ordered Load No. Running Total 7858190 TERRRY 36.00 1a0. 1 36_00 BD/D - J111906 - TUKWILA FIRE STATION 51 1,7915 SOUTHCENTER PMIJY TUKWILA - DUMP 1N PILE - SEE CREW ONSITE 991,50 BACKHAUL DIRT T&T(CY) 12.00 i SCALE WEIGHT GROSS &TARE A STANDBY SURCHARGE WILL BE ASSESSED FOR LOADS Fuel ' THAT EXCEED 10 MINUTES UNLOADINGTIMIE. Surcharge Gross 61 ri9'20 LB '# _ Sales Tax Tare 27, 180 LB/P.'I '.* Scale Scaale 2 Cadma a, (Inc.) Will not assurna Liability for any property Net 34,740 LB Total ., To11 Le, Sheri ( � ._ arr�a e �r any equipment damage flat any 3elivory beyond In t�`a �ttrb' . Deputy Werghmaster No one available to sign„ customer tvataes receipt Received by Signature Print Name (Customer) Driver's Signature Standby signature. � { Time Start Finish Standby Customer's initials ,`kirk,,, Job Unloading Unitartdit'icl- TIITIB" { e e 5 e 1 itCiE"C tC. 1903103197 TICKETTIME 10:56;19AM DATE 2/12/2020 Customer No: Payment Type Customer Name Order No. i"lFF§tELFt:RC-Ei1rIEhJ �{aiCvi i�J' (888) 322-6847 425 961-7100 7829920 Account SCI INFRASTRUCTURE .LLC 57130 WEIGHMIASTER STATION Customer Job, No, Customer P.O. Map Rol, Disp. Ord. # 99021100 1906 / 84236 ck Type Truck No, Vehicle or License Plate No. Trailer or License Plate No. Zone Black Diamond 26111 SE Green Valley Rd. 961 C58022E [H:. '010 lerlCardorNo. Driver's Name Delivered/Ordered Load No. Running Total Black Diamond, trill 98010-7800 78819C1 TERRY 24.00 % 100.D 2 24.00 BD/D - J1I1.906 - TUKI ILA FIRE STATION 51 17915 SOUTFICGNTER PKWY TUP:3gILA - DUMP IN PILE - SEE CREW ONSITE 99153 BACKHAUL DIRT SOLO (CY) 12.00 7 SCALE WEIGHT GROSSLTARE A STANDBY SURCHARGE WILL BE ASSESSED FOR LOADS Fuel THAT EXCEED 10 MINUTES UNLOADING TIME. Surcharge Gross 61 . Ron T.P Sales Tax. Taro_7. 1t11T B T * Scale Scale Darilrstin^ (Inc,) v lli rsa8 a..»stttrse h$siaalt8y €mf angr Property Net: i4+ 660 ;.p Total X-�YVI astir lama a r any equipment darnage for any delivery beyond cigJy' hr No one available to sign, customer waives receipt Received by Signature Print Name (Customer) Driver's Signature Standby signature: Time Start f=irtis'ti Standby Customers tials 4er'l r0 )r b Unloading Unloading Time RF.PP"n\l,r ... 1---, ---fluu WEIGHMASTER STATION 99021-100 Black Diamond 26111 SE Green Valley Rd. 13.1-ack Diamond, WA 98OLO-7800 1903103247 DATE 'T' Z / 127211`2 Customer No. Payment Type Customer Nime Order No, 7829920 Account SCI INFRASTRUCTURE LLC 5-1130 nft 'Customer Jab.No Customer P.O. Map Ref. Disp. 1906 ord. 84205 Truck Type Truck IN Vehicle or License Plate No. Trailer or license Plate No. Zone - Solo 959 B8 1 V - Hauler/Carrier No. Driver's Name Dellvere�-VB040d Load. No, Running Total 7a5LI20 MASON 103.69 i0o.0 6 103.69 BD/D - J#1906 - TUKWILA FIRE STA,rION 51 17915 SOUTHCENTER PKWY I 1111111111111111111111111111111111111111111111111111 TUKWILA - DUMP IN PILE - SEE CREW ONSITE 94051 7 GRAVEL BORROW 17.15 SCALE WEIGHT GROSS & TARE A STANDBY SURCHARGE WILL BE ASSESSED FOR LOADS Fuel THAT EXCEED 10 MINUTES UNLOADING TIME. Surcharge Gross 61 1 � 8 0 LB Tate 26,980 LB/P.T.- Scale I Scale 2 Cidman, (liic,) MII not assurne, Lllfty Par any ps,of"erly Sales Tax X Tollie, Sheri i t �r (ny equipment dimagelfor arN, deflvvqy boywiii Net 34,300 LB Total Deputy Weighmaster one available to sign. customer waives receiptReceived by Signature Print Name (Customer) Driver's Signature Standby -a natuM Q l X IX X me Start Standby Gusto Initials I rive Job Unloading U Time REPRINT A% AIL mpftjL,lm AL HL a 1 190310S146 ----YTICKE-r TIME B13 � I -: -1 -L ANf DATE k000l Jcc-Vo�rf WEIGHMASTER STATION 99021100 Black Diamond 26111 SE Green Valley Rd. Black Diamond, WA 98010-7800 Customer No. Payment Type Customer Name Order No. 7829920 Accoui INFRASTRUCTURE LLC P130 -gap —Ref, Customer Job, No. Customer P.O. Ditp. Ord. 9 1906 I 84205 Truck Type Truck No. CilLicense lWeNo. Railer or License Rate No. Zone Solo 961 IVehicle C58022E Hauler/Carrier No. Driver's Name Delivered/Ordered Load No. Running Total 7858190 TERRY 35.20 / 100.01 2 , 35.20 BD/D - J#1906 - TUKWILA FIRE STATION 51 !V915 SOUTHCENTER PKWY TUKWILA - DUMP IN PILE - SEE CREW oNsin - 94051 1 GRAVEL BORROW 17.38 SCALE WEIGHT GROSS &TARE A STANDBY SURCHARGE WILL BE ASSESSED FOR LOADS THAT EXCEED 110 MINUTES UNLOADING TIME. Fuel Surcharge 61, 9110 LB Gross ___ Sales Tax 27, 180 LB/P.T.* Tare Scale 1 Scale 2 X T 0 Sheri Cadman, (Inc,) will not assume Liability for 31V PrOPertY r finy equipmerit dwnatje for any detiverV beyond rh"S.Mrllne. Total 34, 760 Ll Net 3 —1 U.-p ster Na one available to sign, customer waives receipt Received y Signature Print Name (Customer) 9 river's Signature Standby signature, Time Start Finish Standby Customer's Initials A; rive Job nI ding Unloading I Unloading Time I -T7::E X DVD� TNT WEJIGHMASTER STATION 99021100 Black Diamond 261!_1 SE Green Valley Rd. Black Diamond, WA 98010-7800 '0 -56 * Olm TIC,K-,T NCK 1903103196 J-1-ICKETTIME I - 10:56:05 E 12 2-020 ' 7 ' Customer No. PaymentType Customer Name Order No. Order No 7929920 LLC Accourt t SCI INFRASTRUCTURE LLC 1 1 3 0 57130 ,,t.m., Job No Customer RO,— Map Ref. p Rat Disp,Ord. # 1906 / 84205 -f,,jck —EType Truck No, Venicle or LicenSe Plate No. Trailer Or —UcensePlate No Zone 2 2 E 'r"a Hauler/Carrier No. Driver's Name DeliveradlOrdered Load No. Running Total 4 69.88 BD/D.— j#1906 — TUKWILA FIRE STATION 51 17915 SOUTI-ICE14TER PKWY 111131 TUKWILA — DUMP IN P'r LE — SEE CREW ONSITE 1 'jig 94051 GRAVEL BORROW 7 =17.33, SCALE WEIGHT GROSS & TARE A STANDBY SURCHARGE WILL BE ASSESSED FOR LOADS THAT EXCEED 110 MINUTES UNLOADINGTIME. Cadman, flnc.) will not assurne Liability for any propetty any equipment dariiage for any delivery beyond P n a . Fuel Surcharge Gross 61j840 LB F - I S�i 1 Scale 2 011 1 i i- - She-rz I De i X T putyWeighmaster Sales Tax Tare 27,180 LB/P.T.* Net 34, 660 LB Total No one available to sign, customer waives receipt -signature. 1:1 Received by Signature 1 Print N e (Customer) Driver's Signature Standby Time 1 lkriva,Job Start Unloading I Finish Unioading I Standby Time I Customer's Initials I X I CAM4M HEIDELBERGCEMENTGroLil)!��, tOM) dZZ-b641 425-961-7100 WEIGHMAST R STATION 99021100 Black Diamond 26111 SE Green Valley Rd, Black Diamond, WA 98010-7800 Til 'Customer 1903103234 TICKETTIME 1: 5:27F, 2/12/2020 No. Payment Type Customer Name Order No. 7829920 Account SCI INFRASTRUCTURE LLC 57130 �Ustome�rJob-Nc�- Customerp.-O—. Map Ref, Disp, Ord. # 1906 -L ��' U 0 84205 Truck k e ruc Typ Truck No. c Vehicle or Ucense Plate No. Trailer or License Plate No. Zone Solo 961 C58022E Hauler/Carrier No. Driver's Name Delivered/Ordered— ToWd- No. Running �Total 7858190 Y TERRY . Y 86.54, Z 100.21 5 86.54 HEIDELBERGCEMENTGrOLIWAs (888) 322-6847 425-961-7100 WEIGHMASTER STATION 99021100 Black Diamond 26111 SE Green Valley Rd. Black Diamond, WA 98010-7800 4114" - rlM 1 WIN CustomerNo Customer No Payment Type --- Customer Name I P' me"t Type 60920 y Account 78 2 C C 7826920 Account T SCI INFRASTRUCTURE LLC Order No. 57130 Customer Job. No. Customer 0, Custom rp Map Set Map Ref. -ff Fsp —Ord. 41 1906 84205 Truck Type Truck Type Truck No. Vehicle or License Plate No. JE or L..E rise P,� Trailer or License Plate No. Zone Solo 959 B83601V '1 0 a Hauler/Carrier No, Driver's Name , "�ff Delivered/Ordered No. Running Total 7858190 S 0, 1- MASON 52.55 / 100. ()[lLoad 3 52.55 BD/D — J#1906 — TUKWILA FIRE STATION 51 17915 SOUTHCENTER PKWY TUKWILA DUMP IN PILE SEE CREW ONSITE.,--7,.tL1 94051 17.35 L2ML A STANDBY SURCHARGE WILL BE ASSESSED FOR LOADS Fuel 61, 680 LB THAT EXCEED 10 MINUTES UNLOADING TIME. Surcharge Gross Tare 26,980 LB/P.T.* ER C Sales Tax Scale 1 Scale 2 Cadman, (Inc.) will not assume Liability for any Net 34, 700 LB Tollie, Sheri x e Sheri --5eputy -Weighm�.ter property jr pny equipment damage for any delivery beyond ttjnq� u% r e !icnL,' ine. U' C7 Total Total NO one available to sign, customer valves receipt Received by Signature receipt signature. P Print Name (Customer) Tbriver'sSignature El x ; #t x Standby Time -'�F x arrive Job Start i n is h I Standby L;ustomer's Initial Unloading 10 Unloading g Ti e IT .L F WOTICKETTIME7. 41: 4 AaDATE 'Customer L - ��E 2/12/2020 Payment Type No. Customer Name Order No. r", 7829920 Account SCI INFRASTRUCTURE LLC 57130 Customer Job, No. Customer P.O. — Map Ref. _ Disp. Ord. # 1906 84205 Truck Type Truck No. v6h1cle Or License Plate NO. Teller or -License Plate No. Zone 8�010 959 B83601V %.-uter/Cwier No. Driver's Name DellvereT-Ordered Load No. Running Total �7858190 MASON 17.82 / 100-0) 5465 1- GRAVEL BORROW 7:114. Gross 62,620 LB Tare 26, F1 980 LB/P.T�' Scale 1 Scale 2 Net 35, 640 J,B X Tollie, Sheri Deputy vvelghmaster No one available to sign. customer waives rAnAimY rrive Job Start Finish i ish E:7Utn Unloading Unloading loadin_T Unloading 17.82 A STANDBY SURCHARGE WILL BE ASSESSED FOR LOADS THAT EXCEED 10 MINUTES UNLOADING TIME. x= Cadman, (Inc.) will not assume Liability for any property I I mage gr any equipment damage for any delivery beyond— h line. im Standby Time Date: 02117120 Project Tukwila Fire Station #51 Job # 1906 Descriation: Backhaul unsultabletimport gravel borrow. conversion 1.50 282 1 SbUTH! 1 r {must be RecordDaily Cost 30159 Date 117 J 100 Weather Ot/e"C WEIGHMASTER STATION 99021100 Black Diamond 26111 SE Green Valley Rd. Black Diamond, WA 98010-7800 TICKETNO.1 1903103495 TICKE7TIME 7:34:11AM DATE 2/17/2020 Customer No. Payment Type Customer Name Order No, 782992 .2 Account SCI INFRASTRUCTURE LLC 57130 W, r J.6. Customer ��m No. Customer P.O. Map Ref. Disp. Ord. # 1906 84362 TWck Type Truck No. Vehicle or License Plate No. Trailer or license Plate No. Zone Solo 959 B83601V Hauler/Catrier No. Driver's Name Delivered/Ordered Load No. Running Total 7858190 MASON 12.00 / 36.00 1 1 12.00 BD/D - J#1906 - TUKWILA FIRE STATION 51 17915 SOUTHCENTER PKWY TUKWILA TUKWILA - DUMP IN PILE - SEE CREW ONSITt'�"""' 99153 `7 BACKHAUL DIRT SOLO (CY) 12.00 A STANDBY SURCHARGE WILL BE ASSESSED FOR LOADS THAT EXCEED 10 MINUTES UNLOADING TIME. Fuel Surcharge Gross 61,540 LB ) F-1 � 91 Sales Tax m— To26,980. LBZR.T,* Scalel Scale2 Cadman, (Inc.) will not assume Liability for any property W%! or any equipment damage for any delivery beyond Not— 34.560 is .1 -. X Tjaj�'i b line. Total D tyWeighmaster No one avallable to sign, customer waives receipt Received by Signature *lnt Name (Custornet) Driver's ignature andby T Signature. x Ix Time Arrive Job] Start Finis Standby Cuslonner*s Initials Unloading Unloading Time PaW 1—i+ Udfllakllk Me--, 'rw DATE �/17 No. I Payment Type I Customer Name WEIGHMASTER STATION Customer Job. No, Customer P.o. Map Ret. Disp.Ord. u 99021100 1906 / 89362 Black Diamond Truck Type Truck No. Vehicle or Ucensa Plate No. Trailer or License Plate Nm 26111 SE Green Valley Rd. Solo 959 B83601V =Runnlng Black Diamond, WA 99010-7900 Hauler/Carrier No. Driver's Name Delivered/Ordered Load No. Tot _ 58I90 MASON 24.00 f 36.00 2 24.00 BD/D - J#1906 - TUKWILA FIRE STATION 51 SOUTHCENTEFt PKWY TUKWILA TUKWILA - DUMP IN PILE - SEE CREW ONSITE = `' 99153 BACKHAUL DIRT SOLO (CY) 12.00 SCAT E WEiGHT ';,, .. dflQSS E A STANDBY SURCHARGE WILL BE ASSESSED FOR LOADS Fuel THAT EXCEED 10 MINUTES UNLOADING TIME. Surcharge Gross 62,080 LB Sales Tax Tare_ 26, 980 LB P T * l Scala t Scale Cadman, (Inc.) will not assume Liability for any property Not 35- 00 LR X m 1 ; a t,A, , DaPuy €ghmastar ( �Iam�ga or any equipment damage for any delivery beyond #tfrelSrbiilne. Total `to one available to sign, customer waives receipt Race ad by Signature Print Name {Customer] Driver's Signature Standby y gnawra. C7 X X X Time Arrive Job Start Finish Standby ustomar`stntlals Unloading Unloading Time X 9902 1 Wf I,%HMASTER STATION 0 Black Diamond 26111 SE Green Valley Rd. Black Diamond, WA 98010-7g00 BD/D - Jg1906 - TUKWILA FIRE STATION 51 17915 SOUTHCENTER PKWY TUKWILA TUKWILA - DUMP IN PILE SEE CREW ONSITE 99153 1 BACKHAUL DIRT SOLO (CY) 12.00 `Xi',L` A STANDBY SURCHARGE WILL BE ASSESSED FOR LOADS Fuel 60,500 LB THAT EXCEED 10 MINUTES UNLOADING TIME. Surcharge ASSESSED FOR LOADS Fuel Gross TIME. Surcharge 26,340 LB/P.T.�* IN ED Sales Tax Tare Scale 1 Scale 2 Cadman, (Inc.) will not assume Liability for any property any 34, 160 LB X Tolle, Sheri rlany equipment damage for any delivery beyond Not --deputy -welghmaste, ��hel)c" no, Total I 1'41:161:1`t�;5ignaiuro rint NamaTC-ustomer) r, at a 40 Ono avail ]a to sign, ctistomer ION 11 '1, 11 1;111� izi � , : i9miuro. Driver's Sionature Standby X ED x X Time Start Finish - Standby Unloading Unloading Time Project: Tukwila Fire Station #51 Job # 1906 Description: Unsuitable haul off of spoils, Date: 03116/20 Project: Tukwila Fire Station #51 Job # 1906 Description: Haul off of unsuitable materials. 30851 (888)322-6847 425-961-7100 WEIGHMASTER STATION 99021100 Black Diamond 26111 SE Green Valley Rd. Black Diamond, WA 98010-7800 TICKET O. TTIGKETTIME 1903105315 -F :45AM DATE 3/16/2020 Customer No, Payment Type Customer Name Order No. '7829920 Account SCS INFRASTRUCTURE LLC 57130 'Customer Job. No. Customer P.O. Map Rot. Disp. Ord. # 1906 85293 Truck Type Truck No. Vehicle or License Plate N Trader or License Plate No. Tone Solo 960 C58021E Hauler/Carrier No. Driver's Name DelFve—red/ordared Load No. Running Total 7858190 MICKEY 12.00 / 36.00, 1 12.00 BD/D - J#1906 - TUKWILA FIRE STATION 51 17915 SOUTHCENTER PKWY TUKWILA- ENTER 2ND GATE OFF OF 180TH- GO AROU BEHIND BUILDING- SEE CREW ONSTTE FOR DUMPING INSTR - DUMP IN PILE 99153 BACKHAUL DIRT SOLO (CY) 12.00 SCALE WEIGHT GROSS &TARE A STANDBY SURCHARGE WILL BE ASSESSED FOR LOADS THAT EXCEED 10 MINUTES UNLOADINGTIME. Cadman, (Inc.) will not assume Liability for any property :Idlm a i r any equipment damage for any delivery beyond no. Fuel Surcharge Gross 60420 LB— Pq Scale 1 Scale 2 Sales Tax Tare 26,200 LB/P. T Net 34, 520 Ln Total Deputy Wdighmaster int Name (Customer) Print X ve r Signature Driver's XTime Standby No one available to sign, customer waives receipt signature. Received by Signature X Arrive Jo I Start I Unloading Finish Unloading Standby =b Time F Customer's C ustomer's Initials WEIGHMASTER STATION 99021100 Black Diamond 26111 SE Green Valley Rd. Black Diamond, WA 98010-7800 TICKET NO. 1903105317 ---'CTICKETTIME 9:31: JIMIDATE Customer No. Payment Type Customer Name Order No. 7829920 Account IFRASTRUCTURE LLC 57130 Customer Job. No. Customer P.O. Map Ref. Disp. Ord. # 1906 85293 Truck Type Truck No. Vehicle or License Plate No, Trailer or License Plate No. Zone Solo 955 B26069C Hauler/Carrier Re. Driver's Name Delivered/Ordered Load No. Running Total 7858190 KEVIN 24.00 / 36.001 2 1 24.00 BD/D - J#1906 - TUKWILA FIRE STATION 51 17915 SOUTHCENTER PKWY TUKWILA- ENTER 2ND GATE OFF OF 180TH- GO AROU BEHIND BUILDING- SEE CREW ONSITE FOR DUMPING INSTR - DUMP IN PILE 9915� BACKHAUL DIRT SOLO (CY) 1 12.00 1 SCALE WEIGHT GROSS &TARE A STANDBY SURCHARGE WILL BE ASSESSED FOR LOADS THAT EXCEED 10 MINUTES UNLOADING TIME. mg�� Cadman, (Inc.) will not assume Liability for any property grafrx.ny equipment damage for any delivery beyond Fuel Surcharge Gross 61,000 LB ER M Scale I Scale 2 X Tollie,. Sheri Sales Tax Tare— 25,940 LB/P.T,- Not— 35,060 LB Total Deputy weighmaster Print Name, (Customer) X Drive Signature X Standby Time No one available to sign, customer waives receipt signature. 0 Received by Signature X Arrive Job Start Unloading Finish Unloading Unloading Standby ITime I Customer's Initials . . . x I WEIGHMASTER STATION 99021100 Black Diamond 26111 SE Green Valley Rd. Black Diamond, WA 98010-7800 1903105377 T 2: ICI ETTIME � I --- WE 06:00PA I 3/ 6/2020 Customer No. Payment Type Customer Name Order No. �57130 Account SCT INF E LLC _-!B-23-,20 Customer Job. No. Customer P.O. Map Ref. Disp. Ord. H 1906 85293 Truck -Type Truck No. Vehicle or License Plate No, Troller or License Plate No. Zone Solo 960 C58s)2lE Hauler/Cartier No, Driverls Name livered/Ordered r/ered.15.00 Load No. Running Total 78581,90 I - HICKEY �36700 3 - 36.00 BD/D - J#1906 - TUKWILA FIRE STATION 51 17915 SOUTHCENTER, PKWY t TUKWILA- ENTER 2ND GATE OFF OF 180TH- GO AROU BEHIND BUILDING- SEE CREW ONSTTE FOR DUMPING INSTR - DUMP IN PILE ll �x g� o n"ed1 _rri E" —MR— w"0r � 1 M g- 99153 BACKHAUL DIRT SOLO (CY) 12.00 SCALEWEIGHT GROSS&TAA� A STANDBY SURCHARGE WILL BE ASSESSED FOR LOADS THAT EXCEED 10 MINUTES UNLOADING TIME. [M E-1 Scale I Scale 2 twilliffol It 00t assublo Lia X-T-w, by Signature Drivers signature x or, initials IT 104ickbil ()If or I )Clfori. the W, Uh9 olown -in alp ,moar ,,., ill foly nodi Wor!, 111 de.1v(,-tros , I fli Z­ 911s01)Vacl are 'coffto n, I delwery, IIXIO;. -I (iolo,,aClinot3 after Ilill 25&0) of f?Inf.l I oon 1,01 ,i I zore"v on tile lollise(III0111 monill't; imaliulletL ".ccounts on- collefdkimd if rejlfoent om not boost 'l,:'d if) Our of!kGe by ovl 0! Ube l000tli or) f;uIrhasa '01flituoril on Ilia 16", ,, t1w olioirlinp oloolli tihali 110 rhll­ed Go a ont'hollit, basi, orfultjro !I .Aoeil .Itij ltsli;tnrucin.yisIia.�inItti, Ifir(sA at VR`., :1 be wade eil rit,ordolt 'C"Wit c,sr&,* tit(, A ;iill oll pUtChArid Iliy p jolellt is ill'Ide "11 jl,,lo%,>Ir0 i)flq Pl1fvIfl%s rt ti....ti.d, jj'o Ilfl !,l :,ol inawss Ow luo'llaidat-11 lava ill olooey fit Plo, iholed Slafe'l and ;,I file rvxtirdao,tq 1'rill laxly! Uloes, wul any 0tnivon rill wittioul rcgir"I to ally a"lleowuril )Illy haw), qiI ol1wr pilltia,_ ad fict;IA adioll I'D ric-casilly to coklrt this Of not suil 6',� o,la iiittl, "hr'll be nitit1wr to wlwor ions"flabf(I 'ItUirnoy lvUt, and ease, 1,rolilaj eIqlatds, 1r ,Vufflrm, an "I p-sit fl`,,fil ritllvi;! triz 04tlt Is It if H91000 Iffs f 111IY ll"Itpipit , ;1&wry co III I ao or CuMooler lnli 1),, !,1 !:Og Gomolv VJAL -GADIIfirl ROUTINR V r,41w;isrf; nes Fr To &Aj,A­Il'S NOT IGES ON Aij, JOBS. 111.4 recror"U, sLate,, iilocal tsae ti, dulf,ls: anil haigrin by re"See of o)js if'(Z.L)",-.qj raf. I f to pdres rjunfIXI and rinlil ptid iry putchasox 4,11',Foletornefl clrlt'k", aft, sol>jIllrif If, It loindhilp thilifln arul aw fint radfri'm toffolmi HSI" ollrial;a to bil repIteirid "Mil ismh or cashlor's, clradi. -Lack ce javch;tlel turforot jollowootus ,IQ flol allpfil UVI fulfill; (if en!m i I k ': 0! 1 : , "- -An Is fiddcd to af raatly Illix and agfjoi�jtao , _j �, '�, i ��i( fjr%f�� , 1— , cw;, X t`k,i Imly U.) I I. at[ oalvvarlrts. sumbarti's, aro �rilorldiej 1) covor ("ildneol's 8il(cowtios ilre 11,31 taxes Or COMS I �(pufrd ITy ally ,.at Strife at t�^r�q itifilInfilly -GrUr "I,Iinwm load for 4"Wety Is 15 tells, Loiljo fodar 15 tooF rtllf be uhiligerf Unto ;Ili(] avafvdaiA piq-vtoy, surcolirage I,, se,glied for arimfiriale dlrI;Va:iaa Ili -A zn,, �:l wo (IU) intrattes per foiall i,ofe 0, life iobsfe-A $rfe; sufrfla.,jo rd for ill Ordols liIaL".n"; On jobs itlrlg b"Oopot and 11'al sche'li'Wij silloldlot owivrurinSaIoiday I�tivery how's ill! liatveen 7.0[olal afril I 04;?rrr: lej)- 'i 1 ­wdlawfq climik its, to ork4inal ifulWil, artlitireil shn1l 1,, trinda 1") C,,ifflao'ri oiilr,. %'ry z"'d net j,'kly TINM)i 1,11, If -I le-S opt,smolarivils, 4tto obligations of l*.'­ 6man Ora sob; 'd to coolitgtwfos 04 !"I'iXoe, accideelts, delays Ili ltalf"',porlaim, regulations. ii"of; Lit any Of,,r offiser of Ilsyond our control -Aggter,,alas ;,,ppiffril I,) rortionsor may Im 8fomtod from dilfarent localfsos. -All inivivials• roft subinrl to -wJ1 CJt7 i'l, !Il_ l "till, in the tyrant. 11111chasOf L110(itS, d(thlerli in oct tl,)rfeory0nd rilor, irlo, !1(rochrolef 2t;Ixerl an foMm'; putitim"-'ar not; C�,O,Taai to nafio rise of It Patti for ilia lelivery of anti accosI; to Ili,, proje-A l:;ll,,WtIfj cal'oni'll buek> (I) travol llllorri tho boo. darals Of the, nn'tro8t Iravled rul)f,c read, pladwof raIrjoilrd- edges Ihill daelage to Ilifi, prooveles fold"al adiscafft propi"rty, f0ay, occur 4--carnia of tile star ("I 0­,,trl Iejv.,is and vo,"It" may hiiwarl') dainar'd, r'r;EoNed Of stude, Usiog rifill, ony filbiL,ly or for dianage rifiew Mild tilt! alli"its f;olo GJillag"i Usti Of folililrod Oath, fl,,ohasor igroos to defono, itaforvilify and hold ",-tallils U'l(I'loill from P.11 0114lis, )111.il!!IA dilolqles, costs, jodgliewt; rr lossas of ally !,ind (Irldildfoy allwiloy'n feas iotil .:olau lit arirttl front dernatle to propetly, Ill shy liond (If,'4 dial earlien a to Cidoiln'l; tiockii) lrrlziofj from or lo fir-1 ex)rariidad to Cadolaff" uno tit fir"I r%cloi,ed Inuo, Ullon Cadnorgs; Mildar of dol't'se undif till% tis irlwizhisel aIfreea (:of l'I Lit G"'wjoilo's crialco to tRIfood aIqprosl ihild Such ft0drISVI I"iil IlO ill the, 't0!O 0XIMesil Of ff"Giv su" "I Ll-- (S] -Thl, iodoforitflortion provision Is rizirl at tilt V�fooi, and ji"r 'i frii khAiriimln fill) 'Ce,ifUnn "d iino4s, rtjf;nlhuif lonosoply with fielfrovi ioo. If fIG, ; ' 4_24.1 15, in 4113 ow,111, (it illy conties likillif,ll litis Jo:lfIwrA:,lid , ny Wiwi (avar, batvweli lho P""dilsef cwd C, -,in,n Ilill dacliflitall shrill contoll. -The PUTC,laser agrees to dclanda indirirsitiy. too bairlik'ss G4 ales;ajolay arld vil eu,Afy Njiay4I=gl!qajIl;, ilassil or ll'ImIgo to fxrPerlyif:*nrroQr bwwd 61,11lolds 1051fs, wd 141;W,ties to or br; !IrM 1),:fliasatjsiog Ifool, fillarling torn, tvian"I(Icteil ill any ..ay viilfl lh!;- f)r',ftclol rooducts told by Cadfrion to Ivxillqar ovon laroo"gir 'l-hJ1�171t; olay litriel to he falrz, qpxalcfiess ill kludo'enT, to lhi W1111 wil riffled by lal", 2Iod subjjacz Is il%r Ieilatnllll twovldad bl)'V,'I. Worchasut" lJoty to fidellinal, C;j'ns'n shall III)', lifilly III pab,illy for dalwAP3 a0stoff Gilt of lolly to perfQw, of oilfililge Io tt ti oatIo to p,,opsly, rl;lod fly or f rotiolffig itorn lolt c""Cuircia afqilitalca of I'll) 41sdri'lof of ;t Jun, of ,id 16) rwohasw at is i;!,tP IpPlyonlynt tho *%fanl of I!fi0fiTe;;G1 of Ffhrillaalt of t; irgilml .,:Ilifaph Wu,. flel apply ill sitoaflrpl: t,%lfem o� "llaymice to rI it I rrqiu7ralfjoot if l`,lr,:j)ai;(,l'fi strcol irs, in coatfloil, lordles,ir 1,1�,, v'OTiiily aid oxIsoinly lri v,!,!, ally illat may be f wit"d it oncief it)" ly4lirl- fiqlarl State lodil4firill lr,-.'wran�'F a Act, ila 51 ROW, Or Ifis IrtY.1, Of Afft 051,1? lilall% jll)I�.lead at f,"il t.t oxpotzd� lotted to Pf,(vA'tts(I,( . f"in,ngili3nhorerri 1111 ;lot ov ", 000fil (If ally th:rii ow [I,, I-il, Ill"t, th'i urldar 0115 fil"wision shall III)( be rilliled If, any wily by,11V rmllalitill oil lll� tialouni Or (yPir of ill;y dallfursis. ioo,pilwalion Or tabelfts farjoWe in of lot ,fly th4d Itmy, iii6irwoofilr's cotw II01 ("afIftlan lie rralties i1,111 illllldrr Il"'yotant of A dwirifirta.Est rrtcrest, flonaltiv, Iftationstlie zUQrnOys, (e. z, G'llolittis, cost.r. FrOd i01 ollwr r.cairn 'ollfrod o',porilivif, Ul.,fin Caritarfit; slut of ii-Juvra onotr Ibis povittlell, tile Purdla"Ll Agrees 14 _,ix)xrll crolmd of cadioarls diflifto (I, rl',fellill "Rilld P%,ty el"itafs), $rich I�yl Le, tit the Gala olipanse of ill,) flowhasor, Ti17 rWICHS5 Ai1rf7fruU C Sn' ttiEs TK'l,,'� Tl;i PflifIVISIONS Or TI ]IS 00,,W,,Af].PJT WERE SPEC.117CALLY ATID WTUALLY "IEGOTVITED il­,I;)!*d, welffififies of Illness forz parfculit of ikl frlee "Id Calliolia is linri$mi,ansi 5aT for colthequenTalof of so " %, Yifld ithid. irt(j bill rof lloiftrid to any fripeorm leflIfid Io cw,�Irlwilull ffiefa(z, diility d;sInagft3. ilbrial lost pfofits, latial-wils, eilopostrit and fast Ill etriflat costs, bond and inn., ,lea.. costs, hom, ofPco ovarklead cots job - site ovailllmd, hlinfutil orld arjisrjre�S' foo ofiri of 'Aijal <.tlslrl. felnedy I'( 111prolof contrac"! iimllioas loflrlvin� lial'iliby is Itinliod to Ill Ille diffelonce balworin tile "jillioal porilloisti pfialf of Ull, Cmltniof oiafiAal co (2) Ilill (I.ifect east of ropF.Iffitly life Gariforo tilatellill. WITICII �VV IS ttirl, in no walit %.I;s cittiffial I,,'r Ilable for arfy. rll.,acl Or lionssqueotial darnagoit related to its fa, reset, •Pvfohasrrf aglee, Illat Is lmlives its 0,3111 to iojz0 nacerl arili .1 1 rir) 13) 1--jainass days af:or oxoipl. I a of (lojnan mffrarills i'Allool riwWralion le vi,ilin, II Purchaser acknol"'ladg.,a s that no legal act.iinmay be coll)(Iforfred or od,'oed by flifellasor at, ill any dnifrllitown or onsillown, balold orojo or s"Bross or irrillicil voloanly of "'Iflartus error I year Imlo Ilia lastdais Cadman delivered lorit20,1 to Nfrcifassr. LIT (. T-' � ly ift4le herein title 21[tijjrt�ll fj� 1, SS -fle e-xiffre-m d to tile filateraft ��clv ll�oaufrdi�A -IQ' 4 Unlost; olfillm ifall rcrinaig "ith G,,,,ihn)n viltil citdraan Too recrilvad hill paymia)l for Ili(! rawo, Air% of loss of the inalm i�!s ) a a i of Ilia walvdato al Ill-placo of fl-Awwy df,"11 hereordlir shalt pass to the Node �I)r ulm d( liva nilled lltelfl. it) arsIltion hi aawii,fou all thk of I'Llichiser Alji Ue milpon-ible for conifoi- oncowilli all lagolafloilt; and otilinances ill itinny ard to sitiroge Ill phrusniell! Of life salle 8111 llQlevs to fiehirw"ify and Neill CaUrnan oorless ogntrall all clairos reiltAing horn dalriage to proporty, of efly Iiiqu arising from Iho u(kltotln' ties of llgn,i!irlq al said malo6afli Date: 03117/20 Project: Tukwila Fire Station #51 Job# 1906 Description• Haul off of unsuitable materials. F020TAN07 WEIGHMASTER STATION 99241100 North Bend 47320 SE Grouse Ridge WA 98045 1924118460 ]TICI<ErTiME�1��34,27PM [)ATE /17/2020 Customer No. Payment Type Customer Name Order No. 7829 0 Account ISCI INFRASTRUCTURE LLC 10089988 Cu_ — st criner ? No, Customer P.O. Map Ref. Disp. Ord, It 1906 Truck-lype Truck No. Vehicle or License Plate No. Trailer or License Plate No_ Zone Solo 959 B83601V Hauler/Carrior No, Driver's Name Delivered/Ordered Load No, Running Total 7858190 MASON 12.00 / 1 12.00 NB/D - J#1906 - TUKWILA FIRE STATION 51 17915 SOUTHICENTER PKWY TUKWILA 99153 BACKHAUL DIRT SOLO (CY) 12.00 SCALE WEIGHT GROSS&TARE A STANDBY SURCHARGE WILL BE ASSESSED FOR LOADS THAT EXCEED 10 MINUTES UNLOADING TIME, 31mmmmumm— Cadman, (Inc.) will not assume Liability for any property amage or any equipment damage for any delivery beyond Fuel Surcharge I Gross 57.'�)60 T;R DQ El Scale I Scale 2 X_T�c �oputy efghmasazi—A21ifthee. ter Sales Tax Tare 6.600 T,R/P.T* Not 3 Total Print Name, (Customer) X X Ix Driver's Signature Standby Tune 'Na_ one available to sign, customer 7=t', :raulpl signature, Q rReceivedLb—yE Signature X X Arrive Job =L S tart nioading Finish Unloading Y I Customer's Initials TERM5 QV_ I'AYWINI -Toros of payment to customers of tahfddc*,cry Paid I oxJil are net cash :mor balare the 10, of the mlollill following dofivoty, +i the Idisatica of )fly mitch crod,J tordai, l4t dui ,,.rise local (his dri1vary' (COIJ). of eacil mon"ll wi(Inpleilt! oil fill,, Su4sequerif month's statedirl •Accoiuds are constricrt"d (Hinfluoid it payment has flat df,,rf lacilved in our office bythe 25"of the mouth Ia$:'WiIfJ purchase. Dfiliriquiod accoun't, 01) the 15", of ilia crowing mouth shall be placed oil a cash only basis forfulurn puichases uitld the delinqudncu it food in hili, f lt I of 16%All be charged no overatia accounts. •0.10(43 cards are ac"'fat"I'd it fill-in of pilicilaso ()!fly il)'v rdalif Is Iradiat by lizin4cald after purchase, (late., a 31,r loo vJll he Interitco. rPorchaser shill make III paymcine; duo hereunder in lawhil moray Of the United States and in Ilia accordance Willi the abovat twins - Without any retention and without regard to tiny ogfrioroxnt Porchaslu, may have with other ptittlot'.. iJLtPfrmyfv_Lqof� Witt s Should logal action be noco%sity ILI Collect this invoice. whelhoror flot so(I W1 Instituted, Gonfalon ,hall be entitled to fecovar reasonable aticanoy loon and including rqfpttak, bankfullicias and rost+Idglooll] collection efforts. If Is :greed that arlysuil brought ulloof any confract of agleedifult Willi cw"Iallau shall he in King Cuunty, %N(A. •(,ADMAN nou'rINELYEXERGISCS IT'S RIGHT TO SEND MATERIALMAN'S NOTICES ON ALL JOBS. -All raderal, State, and Ian,l laxes, assessnicills, fees. duties, and charges leveled by reason of this ploposal are in addition to, prices citroad add shall be paid by purchaser. NSFIRolurned checks are sulljoct to a handling chargo and are not rcr�doposilad, requires N81' checks to he replaced Willi carilt or crishian. check, -]-rich of purchase ordt!t Of 1011 do not affect the terms of sale, ARQfis An E!xdfifml imial-suairWffall, is added to all ready mix and aUgiegole invoices: A FiteL.StmDhoa may be added to all dolivolitsi. Surcharges tire iol,,ocfod to savor Cachnidn's olvensinq oxilenses, in coruplyirg Void euvitanalontril ioclulallarleand illcreautog enerq yAllot coste. Surcharges art) not taxes Or costs required try any fuderal. state or local authority. -Our ulintinum fond to,, lyjrory90 delivery is 15'tons. Loads under 15 torts Will be charged time and material. -A shiprOy surchirou Is as- sessed for aggregate deliveries that exceed ten lie) minutes per load unloading little oil the jobsite. •A t1to-ri- SJal.Qpmflog curcharga is charged for all orders placed on Sundays, holidays, lobo starting alter G.00pm, n id non-scluidu1nd Saturday deliverrm -Saturday dn!iyory hours ore bal"well 7.00aill and I Jropill, to Cadididt's dispaufli office unly and flat through Cadman drivers, quality assurance persimuel, at Sallee oprosenlatives. The obligations of Coalition are subject to contingencies of drikes, accIdants, delays in transportation, governmental ingillullons, flies or any other causes urinvoidable or lony-Ind our control- -Aggregates supplied to Purchaser fully be sourced trend offfamid locations. -All materials are subject to availatifilly. LLAoJL[DL0i9QI A lit If JNQF Q 111 1119 Mill JL Q�_Mt_ P*?LT Purchaser directs delivery to hit mido le"Iyorld Cliff) title, pulchaeor aguffoo„ as iolfown: purclinter hat; requosled Caddian to make fill() of a path for tile delivery to tire project ruquiring crillfroill Ifoclai to travel lavqrond the, actindararl of the noorest trairand public road PuWm5ctr aeliflOV11- odges that damage to the premises andlor adjacent property may Occur bncnuav of the size and valf;W of Cadman Itucks and Cadman lfuck_q may become dairiaged, disihicd oralock vlinq Purpharers rc-titried ficill, C 3aaltnen (14:clabris any hall or iosponsibilily for druoural of any Wild thal, arises hall) Garaliall's use of Purrhaner'll; required palli. Purchaser apices to defend, rndemnify and hold harmless Cadrann hard all chains. flabilily, daroatfLs' co!;ts, judgments of losses of any kind (includinji roasonable altompy'* fees told costs) resulting from dardn" to property of any kind (Including damage to Cndmons trucks)a6ring field or in any ivay connected to Cadfunn's Ilse III tile Inflated Joilh, Upon cadmall's ferittar of (Intense under Ildr; provision, tile Piarchasotagmea to appoint counsel of Cadmill choice to del encloguiost third parly sucil counsel will deal them sale expenso of litio"Imser, -TiIin iotinninific"dioll InoWsior, it, prfi of lho terms alld t, uirl an., fa:m fa..n ill's t•� �itat aW it ,rnrLaP, . ou , , and ra i,7,cral.Jit ec� t,,,n)pty wrth 11 a , Lrosi acne of RG"f d 2+t.! fir; Intlinavolilof Purchaser am, Gadtoa:i IN,, dccuro*:!t coo!ful. T!W Pvlehast'r .gtivos to horrolors, cadrill hofoa�ry till, ii t t'tf'iV .qln a , ba�cd >I 0L�o, ga to PrOPUIll,'0flVad LeS 'a C! !ft.l, deninflos losses, t" it] f6iiiias I(, trhy3t I f'" I; as 'A*lnq Irclu, ""I't'l'i'I'l (foil), of curroilcd in ­ it- lvoy �. Ili IV I t) pfoduclorivorRx !a cold Ityce"In it) Io cl-"n throurill sit, I i may fewc to h, lo, ll�s of lf-millilieO. lo Thn (WIP"d extu;t by lava r;t;; to HW Ihl'iit'nL1!T5 pfovi"Itld 'Putcfwtw's d1a, to intloolilifY Cadina" Meal! flat ; ppv tog Aitily ljr daotqp.1sting omit of (,7Jliv palSonts orflalllaru:I to T,lrchnwr'sdjt,2 to in,I-owilly (7iclinan ftir!itdillly for daldfaclas aid of uodify t s Vy tc p7raen or iltirocle to pwpclty czikseI utdie."xrcl ;1c' InconaacL ".oy If,, illglon Slalalo'!"diial In-miatice Ai:t, Title.,,I nGtVofflial"waof r.'Wolhaf!rfd'-, 'A Illwulfil lotiol, I-. exprosAy lilmi,I!o Vorchaoilr',, indoritifly 61q�itii,i hoidn troo �o �li not hs2� , umd flnfty: -c datr Ulu of*'V?Qxatl ulotlor thk wovis:uo net bo fwf,.d in <'Ily stay fry ally holtalioll oil Ilia ,fill, wl at tyjj� � of tuly tintuir l or it 0 ps,, cfcaf,-o,�s,,.dIo , teen fit, priyab!a to, fit im, Illy :';fd J)"Iflyuncivr viort'ml'tolo- hold Cadman iwof'1'15� chnjl irff:hlda payment of It!I dnfdlffa' cosk, iriorold, pa.lial.' 5to, if amlablo Idtolocp", 6to"" tills plovisloo, file Ilu'lomsGr ilgl'ltr; to at cadal'irls rho.,ce to dolerld eli',Ils! lhi'd parity cfdfdt6j_ Such cqo1sol '!;[I U tit 4w tx4o ci.ponsls of ttiv Ptuchilor 14',Ij-! �k�t =n'. No expless or Implied (inchlOng v,,V,onKia of f4floss for a flarvwor rvrposc- orar"Allt's of -If,) nlacfu and ,.If malenal, am sotfl -A", IS". C"A'llin Is flat for of i, lcidcrlal dafrlqrt l� of ,laykif'KI It If";- lau Lot If*( Ifirolfud to idly osfrvlscs roltiled to tonmitio'liod dalecN, illil riallas, imp'll"I d"", 0" !fit, an't ,act costs- IlIatilfial ct"" borldrifiJ .n+r�-Ldstl'oalr,_rJiCe:ovolloadvosls'lriir- steste ovoll"'i"d, lq!crasl andallaffirly", rose and ploptootio, i of daill colts, U44MIA"feQUAL- 1t1i 01_�j -VIII'Afalar's oxchnd',,c lot ii-aly for Ittmich of conli act Cadflialls licillifily;q limited to J I I 111of dilfgtenarl hcbween the ofirtil"al oilrdlase Iloc" at lho, alateird of' i2) me direct cost of ropaiiiiat the Cadman noularill, which f:car Is" IF s'z. In fro cv,111 vdii C'7:":mafI to Ilntitct for any direct ori asequenlutl Jawages ul'l'cd 10 IN 11".11.6 11, •Ptacdw;ef flumes Rod is illa"w's its fa'111 to accapt"I"'o if Cod?wln mac'rinl, w4hout nrilikalicli in wating "61111 Ifirec (3) bus nmr illy:1 elan ' 'tX' NMI", i Oil 'I T'W� llulchzl.a��r acknowlodjoz dial, no, logo rq�l , , M achorl ri tie comill..'rend or maintained fly Purchirrr it, In any claim. known or unknoviii, h;uI-,d u.poll *"?gdigpflc" of oxpralei or implInd warranty or contract offor I yara laid ilia lLil (hito, ce.din"ll, olo""ict to l"Iffelintill, Li Ulda3% odmvdso oxluost,ly i'44Clod bofaill, litle'u ilia Illowdal"; hereundof shall rairmin With r­'4,rnln un!,11 Cadinin has recrst-;�d kfl! p"'Iyale"flor the same. Rl,k of lolls of 01c, fllal"fla'J s sold haroundor ohall Imes to the vllrcM,err upoll d"'I'volry of file materials of the pleco, of dal weary wmig- rintud 4weirl. Theroallor, in addition to it suntioq r1l risk of lost,, flurchasor share aff iosiclisible (or lht-safllaplld aorowi to ioderovilty odd hold Cadnino flatuitess o9airist all1 l,"Joll fc:.�I'hiog freal dliniatle it, Property of loy kind ariship front Ilia slartlrP.. use or hawlitrig of sii1d altdoifids. Date: 03/18/20 Project: Tukwila Fire Station #51 Job # 1906 Description• Haul off of unsuitable materials. j r b `cam r r, II WEIGHMASTER STATION 99021100 Black Diamond 26111 SE Green Valley Rd. Black Diamond; WA 98010-7800 TiCKEYNt?: 1903105612 TICKETTIME 08:04:34 DAt'E 3/18/202.0 Customer No. 7829920 Payment Typo Account Customer Name SCI INFRASTRUCTURE LLC Order No. 57130 Customer Jab. No. Cnstomar P.O. 1906 Map Ref: / Disp. Ord. it 67 Truck Type Truck No. Vehicle or License Plate Na Trailer or License Plato No Lona ot HouleffGarrier No, 7_A581-9. =Driver'se Delivered/Ordered 12.00 36..00 Load No. Banning Total ()Q BD/D - 01906 - TUKWILA FIRE STATION 51 1791.5 SOUTHCENTER PKWY I I. I I II I I III I III I II II I I III II I II I II I I I TUKWILA ENTER 2ND GATE OFF OF 180TH- GO AROU BEHIND BUILDING- SEE CREW ONSITE FOR DUMPING INSTR DUMP IN PILE 99153 BACKHAUL DIRT SOLO (CY) - 12.00 SCALE WEIGHT GROSS &TARE A STANDBY SURCHARGE WILL BE ASSESSED FOR LOADS THAT EXCEED 10 MINUTES UNLOADING TIME, Fuel Surcharge 61 2360 LB Sales Tax Gross r I[� Tare 2 l5 600 LB/ P . T .* scale 1 Scale 2 P T l nnt-. r t Cadman, (Inc.) will not assume Liability for any property dama any equipment damage for any delivery beyond NetLr_(i.0__L x t Total Deputy Weighmastoru Noon"available to sign, customer wolves receipt Received by Signature Ix Print Name (Customer) Driver's Signature Standby signature. El X Ix Tithe Start FlniS Standby customer's Initials _ Arrive Job Unloading llnlDading Time ° ' i 99021100 Black Diamond 26111 SE Green Valley Rd. Black Diamond, WA 98010-7800 73�111-A t�v TICKET NO: 1 1903105639 TICKETTIME J0.17 28 DATE 3/1£f/2D2D Customer No. 7829920 Payment Type Account Customer Nome SCI INFRASTRUCTURE LLC Order No. 57130 Customer Job. No. Customer RO. 1906 Map Ref. / Disp. Ord. # 85367 Truck Type SC' Truck No. Vehicle or License Plate No. Trailer or License Plate No. Zone HmWlCarrier No. Driver's nmo Delivered/Ordered 24.00 36.00 Load No. Running Total BD/'D J#1906 - TUKWILA FIRE STATION 51. 17915 SOUTHCENTER PKWY II I III I I III I III III II I I III II IIII I III I TUKWILA- ENTER 2ND GATE OFF OF 180TH- GO AROU BEHIND BUILDING- SEE CREW ONSITE FOR DUMPING INSTR DUMP IN PILE 99153 BACKHAUL DIRT SOLO (CY) 12•.00 SCALE WEIGHT GROSS &TARE A STANDBY SURCHARGE WILL BE ASSESSED FOR LOADS Fuel THAT EXCEED 10 MINUTES UNLOADING TIME, Surcharge Gross 60,520 LB ' = 05afos7ax Tare 26 600 LB/P.T.* swcab1 scale Cadman, (Inc.) Will not assume Liability for any property Borne arty equipment damage for any delivery beyond ' t�ioprtegh aster y IDD Total Vo one available to sign, customer waives receipt Received by Signature Print Name (Customer) Driver's Signature Standby ,Ignature. TirTte Arrive cs Start Finish Standby ustomer's Initials Unloading I Unloading I Time , ' (888)322-6847 425-961-7100 WEIGHMASTER STATION 99021100 Black Diamond 26111 SE Green Valley Rd. Black Diamond, WA 98010-7800 TICKET NO, 1903105670 TicKETTIME:2b:b4 YDATE _37T8_fZU27U- Customer No, Paymentlype Customer Name Order No, 7829920 Account SCI INFRASTRUCTURE LLC 57130 Customer Job. No. Customer P.O. Map Ref, Disp, Ord. If 1906 8 5 3 67 Truck Type Truck No. Vehl Is or License Plate No. Traileror License Plate No, Zane Solo 964 _Running -Total Hauler/Carrier No. Driver's Name Del-red/ordered We Load No. 78581,90 ADAM 36A0 Z 36.00 3- 36.00 BD/D - J#1906 - TUKWILA FIRE STATION 51 17915 SOUTHCENTER PKWY t TUKWILA- ENTER 2ND GATE OFF OF 180TH- GO AROU BEHIND BUILDING- SEE CREW ONSITE FOR DUMPING INSTR - DUMP IN PILE 01,111111"N f" OIJ 2, 15, Sco HT Gross 61,0 LB Thre- 28,240 LB/P.T.* Not- 32,780 LB uurlvers Sig ore Time i �Tlnk1­wie� ustorars5tasThl elst _TERV,,9_GFL26YAj=- -Terms of payment to cu a toil Tors of'ratistactafy anti alit)olvoi I seed i I life net each all orbolofe the 10101 thernoilth toltowirlocUlivary. ln laol anavncoot:Any carlicredittaitar, ?illdcliverinn oil( for this coallact are 'collect an dolivery"(00D). "Toinsucilonsalter the 1,,511day of each on the subsequent months staternarh, -Accouths are consIderLd cialitiquent it payrount has out beca received in our office by the 295' of thj morah following purhoso. Delinquent acccunts, oil hit) IV or tho ol1twing thowlishall be placed on u cash Only basis for fulure purrialsas onlif file flottirflianq it, t1:10 In toll, 1rforest at 16% will br) charged un oveiduo, acctauhs. •Crodil cards a accirpled at lima of Inachare tialy. payment is made by bankcard alter puictifiew ;title. a 3'f% Int) will Oe incoae& 'Purollia"a 'Mall llvik* aIl payineels due hereunder fit lawful money of the United Slates and In tire accordanf;? vAlh 11w alawo woos, vAthoull any retention and wilhout rollard to aq :,jyaotaejh PUICtlacter fnly nave with u1ll it ii's, Afteimayrs' Feet; and CO tj Should la - at action be nrces5nry, to coVoct fill,% irmaico, whethar or not !Oil ba instituted. Cadman shall be entitled to recravor roasaaable atintruly Irles ,Toll costs, Including ,Jlpes, bankruptcies and post,judgment collection efforts. It Is agreed flifit any suit brought allow any contractor a graernerh with customer shall be in King County, WA. -CADMIAN nOUTINELY '�EACISF E. S IT'S SIGHT to SEND NIATEMALMAN'S NOTICES ON ALL JOSS -All Farloral, Slato, and local mxoi„sntent,, fear, duties, and chlif9cia levniod by reasor, of this propostuaro inaddiion. In prilea (Iijoled and shall be paid by purchaser: •i,ISr1FI9unvvd checks Atli subject to a handling citti(rin lard tue. flat re-fictlosil(Id, requires NSF chucks to [)a replaced ivilli cash or cusbiorq chuctc, -Lack at pulebago Ofdol of job floulbors do not affect , the ternis of sale. 6QD1lL0_N A& SZ-1,1I L1,W',jAARQe!j An E2virnnr>l njal nrrliarn is added to :J I roarly mix, a ad a g grogate invoices. A maybe adduct to all doliv,,non. m b I,pes. it, intended to covor Ciffillah's increasing expenses in contrilyrog with o1wimontillual rcguhf1fOr)3 ruld r1moacirm onargyilliel costs, Swch,119os are not taxes; or costs required by tiny federal, state or local aorlhorily. 4?1ir millialwo iond for delivery is 15 tells. Loads under 15 tons will be charged Mae and mated al -A S_Oo,4>1 w(cliarge Is as- sestled for aggaigat, delivoros that excatid ton (10) minettla per lead timoil &nIt time on the lultillo, -A Spit- ('faI_QjIooIo0 surcharlia, 151harged to., All Orders placed Oill Sundlys, holidays, John and qAtilrday drilivoNo.q. -Silliftchly, d.irkliffy, hours We I.xilva.co 7:00ain and 1:00pfm to Oldnaills dispatch office Only and hot through Cadman drivers, quailly assurance persomiel, or sauna clowsontifivirs, aYho Obligations of Cadman are subject to conlingwrias of Mrilaar, accidents, doloyri m transportation, govertrinenlill regulations, fires or ally other cilwuaa u(Inwortlablo or boyond our control. -Aggiep0po; supplied to Purcharor may he solaced treat diffolout (OciAlot"3, -All owderint" "Iro subject to availability. LIABILITY _Y_1�i yLy r!D_L)?ai,lr_L�^k,.)j [it tire want Purchaser ditucls, delivery to bit mada Lipyand cour lino• Purchaser igrOgs as follows: Purchaser has requested Cadman to nmko oria of a path for file delillory of arthoritils and access !it the project ra,4oiling Cadman trarkn to travul tAcyond thn boundaries of filt) nearest havolOd Public load. Purchaser acknowl- andloi adjacent property may w-,cur bpenuiscrof lite size end vefghtof Cadman uuakv and Courtlier trucks may become daluitiod, disabloll or slucli. fitting Purclimor's *rI Jt - a f d Palo- Cadman discialats any liability atouspooslicifily for derviagA of any hind that ari3lo; frorn Gadrlitul'fi use of Purchasers required poth, purchaser agotes to dislood, uldeannify and hold harmloss Cadillan front all claims. liability, carriages, costs, judgmifoh) or 10%se", tit ally kind (including reasonable atlattleyti fees and costs) rotailling from damago to property at any kind (including damage to (.adman's lrui .) nllsirlg fifth) or !it any wayconnenlad to Cadruan*s use of lbel 1equiled pa(h, Upon Gadleall',, tender of dworlso under this provision; lira Purchaser agransto npro'sntcourseb oFCadman � eluatce to dotcnd rg3ins, killed party ckhlm(n), Such counsel i-All he al the solo experlso of ptochusio. 't; ON, .-Tilla ploy, ion 0 Part of 11•7l lonlic i:ild fit 111i, Ivivit of aa, snriFlrh N01incl, INs, fj,�xilrlw icl any other Corer , sub c-untract or 4iIjie,,nwu; beavaoti ffle purch'is,jr awl Cadman INS ducurntta swjt cooiyol, -Tfio Ptrf0iasl�r agoa,, is flalLwj, iotferunily, and h"I'l haffillos's C%oflizql twan ht-4llty ; OaAld ofz".',rlatio to balLd tillims, d".1pall6s hztllo, �1,ld It, or by fflird :Ar"'n"4 N'n 1_'(ri!,;g front, ur-sawl,xic"I il, Ifly way w1l, UIL, Illodildor vold by 11s,hlllll to flu"chaso,. evza ,owjib sudl cl-I'llo. alay plove ro I"ia (nl ni to, ,he 1,,c( eKtifA roorilled by Im", „ml Ic, ifc Ianoins i'lov"kil duty :u 41,latim.ly Cxf�iiai, shall act rtri>ty to for darn"gril cut ul t­iky i,q,, }, to pxsonc Or dclotaw 0 jirQf,,cfty crawn'd by or frall 111s,01ti Is agaols 0,­�i,� %W�$ I 10 iri&?oliiii,x Citilman!ul h6NRty for iuq out of ddyuyuiy nrtefsotsoru:mag,far 11,jor lasOlifill troll) 1h,, of (a) L... , 11 o 'Is domas l�, ief (Irii", this I'vi"'gritish I hJI [lot ap).j il s1tralloill; is 11"I a 1., Of in iojllrnct. 1;'i".1itt'net _11: I,Tcally t:ii(i expfazxzy -.,ly utc n,nUr, Mal nvw Im •JfawM it i6thatt slam indilsoial hourat"ce Acl, 1,106 Fl RGVY, '-i any 011101 niatc, plovide-d j:i;a "'twh via",.lr "Arn1l bi- exffessly 141,111ted to, purcl!'Iser"', iadvilirlily niiiigailk"ll!" l!" I :lrKI _11.M IVA h-I a 0 filly iifl;nlrly , 7vr- tire OWT,Ilan 00dQl thill; ;JIoViltll)n �,�IJI col W ;:I arly w1v by z1fly N, ""l III, anlojril or type ot tiny &;imqss, of Lon,:iti!s poyablo 10 or for any ;r ird riarty cum- Iiim;.ation aclsdisoibilily 001ldils ar:A., or ollo( lmnofilrl rts. iv to 4,�fond, "'id ha!d CP6aaq'VmAcl:1 Mo[l indlaN Pr�Ylwallt at '111 fismi'lor, oma:, ;Wwe.31, f'O:J�")IOWo C46anr1'lcot_ iall lf xlisUril C'nduru)"; teottei tt d, ond,'J 0;s pfo,1070, rho Purcici ligrit-is to tq,polnl vount-11 of cilclia! to d,?.IQl1d third pia ly 1, lq�j. Such coulissl J11 EQ of the r0l explllso o' the pwchascc 71 Ic flurict IASE It -'hES i i AT Yl 11 PROVISIONS OF Tl IIS 110GLI! V!,-f if- SPECIFICALLY SO %ii'l-DALLY. i,:EGO NAT,11D, C r1r,lAT , j�, rj �M) „brie;AIM QkI)M,Ss a, -_j%!r�r,­,,�," 1 Y �jtqf-,L j Al 'f,119 4 1 'Irl'-fith's ol fiton's', ior a ilwth:,10 I rUfj,011: 01 - ZT,miat Of 'o it and ,ill rwilz,illswe sued -A3 IS , Is col '_ 6;) Miiliiv lof l� or incl,: finw,"ges Or any '.lfl Istud- filu but not li'aii,id to any elpsnsc'6 I elatod 10 colistril0on ,oleclr, dr lt;y ::n1mcl dllliagarnt pxM" tabor costo, iq,jipulq!ll 'Td 1c71 tests, nlaLdal cozW, ixgul alld rice, At�,, co_'ls' bolw) olf:e," OV,'Ith'! ad t C, lob- r!t,. (mirce'd. Inter., l 7"I'l allofnqzt, foal one of clall'! co.hr;. I I tJj It"T OTLOY:1 I �Ul U0 ffi,1 , flatchn -s a r's exe losve. f ai nady I o I b; a ar I i o f vi, YA I ra r i , t 1 1 L a a ,, 10 1 1 0 ,-, t, I ofin't! 1iV,ltjl1lV ill, ([rilAcd to ( 1) tho dille-allre bc.liven 11m, ciiit por'd sl'o plll'e of Gle C Inawtial 0, f2) ale direct of i>jj diong tile Cadman 11,1110 litil. vjr 0g11 sfvof Is lass In no qv�tlh Ir C, "d,wan be firlift, for on;.,. o!feet (it clwoquential ijarrog_s iZIaled to its ITIChelial. 'PUrChaila 1hal Is win :as its to fc"Tccll aceplanw of cadmill aifthd,'Jo wittl0th K-k,alcaft-n 4 vidlul-I viitbrl Ovice (3) blit'in.).z fjwis nflc, '.1 epee P(jfch,1a"-( a(Ill"C'Modilot; that no iagrl r�cliori may Len coininooccd or maiihmacd by Puwhl:ls-_,r it, to any rlafm. mOV111 Of UllkilOV.41, I'I', , 'tl Upon or axfxrusw tit iniP4nd Or (:OYqf,lr,( :4(wt I year Ifoill lire last dida cadinall del i'vatod waterial to purchirser Mvill reqlain with witil Cadman hrctfoc:og�d oat, ,yen€m for the mlmo, sold 1wropodar _1101 Im", to Ill.. puli-,illfser upon; ,,,,=nry of :h;. malarillill at 111n, Place 01 (ncig- nillrd harcill. -11ciloallur, in :f(Itifflon to uwiog all iiSh Of Jos PWOWtLf 111 11C W$ffQlrl (or calflf,11- once with all govaroalafhal scip)[alitall; alit] o'dillance"with ragw'd tu!Aolafiaoi the nallin Intl ajwa5 to iodaranify oil,,] holJ Cadman harmiress against M clilifyo wn"'lling Ilona j"llita2e to property or <try Mail arising) from the slefaoi, use or flan d3lig W, -,aid jha!orinl!,. Date: 03/19/20 Project: Tukwila Fire Station #51 Job # 1906 Description• Haul off of unsuitable materials. WEIGHMASTER STATION 99241100 North Bend 47320 SE. Grouse Ridge WA 98045 TICKET No, TICKETTIME 12:10:481'M DATE /19/2020 Customer No. Payment Type Cuskrmer Name Order No. '7829920 Account SCI INL'RASTRUCTURE LLC 10089988 Customer Job, No. Custamar RO: Map Ref. Disp. Ord. P 1906 1 85432 Truck Type Truck No. VahicIn or License Plate No. Trailer or License Plato No. Zone Solo 960 C58021E Hauler7CarrierNo. Driver's Name Delivered/Ordered Land No. Running Total 7858190 MICKEY 12.00 / 12.00 1 12.00 NB/D - J#1906 - TUKWILA FIRE STATION 51 17915 SOUTHCENTER PKWY TUKWILA 99153 BACKHAU14 DIRT SOLO (CY) 12.00 SCALE WEIGHT GROSS &TARE A STANDBY SURCHARGE WILL BE ASSESSED FOR LOADS THAT EXCEED 10 MINUTES UNLOADING TIME. Cadman (Inc.) will not assume Liability for; any property e r any equipment damage for any delivery beyond PRE line. Fuel Surcharge t Gross 59,26 LB scale 1 Sae TolltyWolghmastor Sheri { Deputy Sales Tax Tare 26,200 LB/P. T1' * Nat 33,060 L8 Total Print Name (Customer) I., Driver's Signature Standby Time Jo one avallable to sign, customer waives receipt signature. __ Received by Signature Standby Time tCKET'NO. 1924118632 TICKETTIME 12:59,2.2PM DATE /19/2020 Customer No. Payment Type Customer Name Order No. 7829920 Account SCI INFRASTRUCTURE LLC 110089988 Customer Job. No, Customer RO: Map Rof. Disp.Ord. N 1906 / 85432 Truck Type Truak No. Vehicle or License Plato No. Tmiter or License Plate No, Zone Solo 959 B83601V Haulor7CarrierNo. Driver's Name Delivered/Ordered Load No. Running Total 7858190 MASON 24.00 / 24,00 2 24.00 NB/D - J#1906 - TUKWILA FIRE STATION 51 17915 SOUTHCENTER PKWY TUKWILA 99153 BACKHAUL DIRT SOLO (CY) 12.00 SCALE WEIGHT GROSS &TARE A STANDBY SURCHARGE WILL BE ASSESSED FOR LOADS THAT EXCEED 10 MINUTES UNLOADINGTIME. Fuel Surcharge Gross 61, 220 LB t , Sales Tax Tare ?_ 6, 600 LB/ P . T t Sea�ie 1 Seat. z To]] n Sh tSr {tirlallrta, Cadman, (Inc.) will not assume Liability for any property area�la pr any equipment damage for any delivery beyond Not 34, 620 T f3 Total DoputyWafghmaster vo one available to sign, customerwalves recelpi Received by Signature Print Name (Customer) Driver's Signature Standby dgnalure. 0 X IX IX Time Start Finish Standby Customer's Initials it'iVe Job Unloading Unloading Time X TtCKETNO.19031057.40 TICKET TIME DATE _1�3 12020 Customer No. c, 9 n Payment Type Cuslomor Name ERAS=. Order No. .571"in — o Job. No. Customer Customer RO. 1906 Map Ref. Disp. Ord. It 85367 Truck Type Solo True% No. 960 Vehicle or License Plate No. C58021C Trailer or Ucenso Plate No. Zone Hauler/Carrier No. 7858190 Driver's Name MICKEY Delivered/Ordered l2.00_L_48-_00_L Load No. 1--J-12-00 Running Total BD/D - J#1906 - TUKWILA FIRE STATION 51 17915 SO TUKWILA-VENTER 2ND GAPKWYTE OFF OF 180TH- GO AROU BEHIND BUILDING --SEE CREW ONSITE FOR DUMPING INSTR - DUMP IN PILE 111111111111111111 991.53 BACKHAUL DIRT SOLO (CY) 12-00 SCALE WEIGHT GROSS &TARE A STANDBY SURCHARGE WILL BE ASSESSED FOR LOADS Fuel THAT EXCEED 10 MINUTES UNLOADING TIME. > Surcharge Gross F-1 Sales Tax Tare 26,20 Scale 1 Scale 2 Cadman, (Inc.) will not assume Liability for any property damage or any equipment damage for any delivery beyond Net —6 040 X -T-e,-�Ojg (Ip"ciTbIlitte. J, Total No one availaMe to sign, customer waives receipt RecoivodbyStgnature Print NaraQ Pus—t—or) Driver's Signature Standby Sieu ' signature. Time F0 I X X X 77 0 _f7j custorner's Initials Start Finish Standby Arrive Job Start Unloadin g Time IX t000) 0'a e_-00w 1 `4u-vu 1-1 1.. — WEIGHMASTER STATION 99021100 Black Diamond 26111 SE Green Valley Rd. Black Diamond, WA 98010-7800 LCADC- PICKET WX 1903105742 _fTICKETTIlVIE7 7!44 47AMIDATE h/ 19/2020 Customer No. Payment Type Customer Name Order No. 2 9 al— Account SCI INFRASTRUCTURE LLC 7130 _7 C. s'om.'J.b me. Customer P.O. Map Rot. Disp. Ord. # 1906 f 85367 Truck Type Truck No. Vehicle or License Plate No. Trailer or License Plate No, Zone Solo 959 B83601V Hauler/Carrier No, Driver's Name Delivered/Ordered Load No. Running'rotat 7858190 MASON 24.00 Z 4B.00 1 2 24.00 BD/D - J#1906 - TUKWILA FIRE STATION 51 17915 SOUTHCENTER PKWY I I I I I I I III I Ill I II II 11 IIII I II I I II I TUKWILA—ENTER 2ND GATE OFF OF 180TH- GO AROU BEHIND BUILDING- SEE CREW ONSITE FOR DUMPING INSTR - DUMP IN PILE 99153 BACKHAUL DIRT SOLO (CY) 1 12.00 .1 SCALE WEIGHT GROSS &TARE A STANDBY SURCHARGE WILL BE ASSESSED FOR LOADS THAT AT EXCEED 10 MINUTES UNLOADINGTIME. 32mazina— Cadman, (Inc.) will not assume Liability for any property damage or any equipment damage for any delivery beyond M(40 rbiline. Fuel Surcharge Gross 62,360 F-1 Scale 1 Scale 2 4 — X -ztU-P-W-IgIT6dSTd7 U > Sales Tax Tare 26,600 T.AjP_T* Net 5, 2 6.0_Lp� Total 'Print Name (customer) X DriverSignature X Standby Time 40 one avifilablo to sign, customer waives receipt signature. Ej RcooNodbySignature X krrive Job I Start nIoading FinishStandby UnI ding Time Customer's Initials 'X �Sclvzs lcvbp-� I WEIGHMASTER STATION 99021100 Black Diamond 26111 SE Green Valley Rd. Black Diamond, WA 98010-7800 E--T--- DATE 1901105761 TICKET NO, TICKETTIM l)n Customer No. PaymentType Customer Narne rdeiN � _T F TaU -U LN, RAS-CT Cus8_2_9 tomer? oj.�o. Customer O;T Me Aef. T Disp. Ord. 4 1906 — 85367 IfItick —Typ. Truck No. Vehicle or License Plate No. Trailer or License Plate No. Zone An 56Q2IE -Total —aQ10— HauIar/CarrjerRWo.--- . Driver's Name Deliver Ordered Load No. ffunning -7858L90 MICKEY HICKEY -16 nB.aD 3 36.00 BD/D - J#1906 - TUKWILA FIRE STATION 51 II 17915 SOUTHCENTER PKWY TUKWILA- ENTER 2ND GATE OFF OF 180TH- GO AROU BEHIND BUILDING- SEE CREW ONSITE FOR DUMPING INSTR - DUMP IN PILE 99153 BACKHAUL DIRT SOLO (CY) 1 12.00 SCALE WEIGHT GROSS&TARE A STANDBY SURCHARGE WILL BE ASSESSED FOR LOADS THAT EXCEED 10 MINUTES UNLOADINGTIME. Fuel Surcharge Gross ED« Sales Tax Scale I Scale 2 Cadman, (Inc,) will not assume Liability for any property damage or any equipment damage for any delivery beyond Not X - j-�,7yWagt&Fj:- (I Immkrial line. Total Print Name (Customer) Driver's Signature Standby No am availabile to sign, customer Walvves receipt Received by Signature Signature. X X Time Start Finish Standby Customer's Initials Arrive Job fUnloading I Unloading I � I ITime X WEIGHMASTER STATION 99021100 Black Diamond 26111 SE Green Valley Rd. Black Diamond, NA 98010-1800 q b(,, 1903105766 TICKETTIME 9:57:26AM DATE [1/19/2020 Customer No. Payment Type ]me Order No. 7829920 Accotint SCI INFRASTRUCTURE LLC 157130 Customer Job. No. Customer P.O. Map ReL Disp. Ord. # 1906 85367 Truck Type Truck No. Vehicle or License Plate No. Trailer or License Plate No. Zone Solo 959 B83601V Hauler/Carrier No. Driver's Name - Delivered/Ordered Load No, Running Total 7858190 MASON 48.00 48.00 BD/D - J#1906 - TUKWILA FIRE STATION 51 1.7915 SOUTHCENTER, PKWY TUKWILA- ENTER 2ND GATE OFF OF 180TH- GO AROU BEHIND BUILDING- SEE CREW ONSITE FOR DUMPING INSTR DUMP IN PILE 99153 BACKHAUL DIRT SOLO (CY) 12.00 L SCALE WEIGHT GROSS &JARE A STANDBY SURCHARGE WILL BE ASSESSED FOR LOAD S THAT EXCEED 10 MINUTES UNLOADING TIME. Cadman, (Inc.) will not assume Liability for any property ,%&:m%e or any equipment damage for any delivery beyond 'i bIgns. Fuel Surcharge Gross 58200 r-�-R -- - - PCI M Scalel Scale 2 lzg�J hau S �, X -%�E'ly &lghmm;�Ir ( Sales Tax late 26,600 Not 31,600 LB Total Print Name (customer) X briver's Signature X TStandby I 4a one available to sign, customer mfrms receipt l Received X I\rriv e Job I Start I Unloading Finish Unloading Time customer's n t a a X 7741 LYDIG GL Insurance: 0.76% Applies to all line item types. $120.78 P&P Bond: 0.76% Applies to all line item types. $ 121.69 B&O Tax: z 0.47% Applies to all line Item types. $76.99 Grand Total: $I6,423.76 Owner Signature Date Lydig Construction, Inc. page 2 of 2 Printed On: 4/l/ 2020 05:09 PM Date: 03/20/20 Project Tukwila Fire Station #51 Job # 1906 Description: Haul off of unsuitable materials. WEIGHMASTER STATION 990211-00 Black Diamond 26114 SE Green Valley Rd. Black Diamond, WA 98010-7800 —3903i-05-850 TICKETTIME I 9:10:52AM DATE /20/2020 Customer No. Payment Type Customer Name Order No. 7829920 Account SCI INFRASTRUCTURE LLC 157130 Customer Job. No. Customer P.O. Map Ref. Disp. Ord, 11 1906 85367 Truck 11ype Truck No. Vehicle or License Plate No. Traller or License Plate No, Zone Solo 1 959 B83601V —No. 'Ra—uier/carrier No. Driver's Name -de—liveredfordered Load Running Total 7858190 MASON 12.00 / 24.00 1 12.00 BD/D - J#1906 - TUKWILA FIRE STATION 51 17915 SOUTHCENTER PKWY I TUKWILA- ENTER 2ND GATE OFF OF I80TH- GO AROU BEHIND BUILDING- SEE CREW ONSITE FOR DUMPING INSTR - DUMP IN PILE 99153 1 BACKHAUL DIRT SOLO (CY) 12.00 GROSS & TARE I A STANDBY SURCHARGE WILL BE ASSESSED FOR LOADS lFuel Gross --- - ---- PILL2q V !a¢�� 0 Tare— 26,600 LB/P.T.l ScaleLxA I Scale 2 Net -------33.,.460 -T-��`- X Arrive Job Start I I Unloading WEIGHMASTER STATION 99021,100 Black Diamond 26111 SE Green Valley Rd. Black Diamond, WA 98010-7800 THAT EXCEED 10 MINUTES UNLOADINGTIME. Surcharge 11.10 � =0 Print —Namo (Customer) Driver's Signature Standby 11. Time FinishFinish Standby usomer Unloading I Time I Lx- - TICKET NO, 1903105878 TICKET7IME 11:55:59AMIDATr- 4/20/2020 Customer No. PaymentType Customer Name Order N0. 7829920 Account SCI INFRASTRUCTURE LLC 157130 7 Cr 0 ot,N 0, Customer P.O. Map Hof, Disp. Ord. # 1906 85367 Truck Type Track No. Vahicla orticense Plate No, Trailer or License Plate No. Zone Solo 959 B83601V — 'R—aular/Carrier No Driver's Name Delivered/Ordered Lena Re. Running Total 1 7858190 MASON .24.00 / 24.00L — 2 1 24.00 BD/D - j*1906 - TUKWILA FIRE STATION 51 17915 SOUTHCENTER PKWY TUKWILA- ENTER 2ND GATE OFF OF 180TH- GO AROU BEHIND BUILDING- SEECREW ONSITE FOR DUMP -LNG INSTR DUMP IN PILE NINE= -- Em mmm 99153 BACKHAUL DIRT SOLO (CY) 12.00 7"' SCALE WEIGHT GROSS &TARE A STANDBY SURCHARGE WILL BE ASSESSED FOR LOADS Fuel THAT EXCEED 10 MINUTES UNLOADINGTIME. Surcharge Gross Fin ngo Sales Tax Tare 26,600 T,R/RT* Scalel Scalo2 Cadman, (Inc.) will not assume Liability for any property Total X am or any equipment damage for any delivery beyontl tax lline. Net 33,420 Tp - '016;561� WbIgtiffiWs, ae as r' —j No one avallable to sign, cuslornerwaive recol I Received by Signature Print Name (Customs) L Driver's Signature signature. ED X x x Fx Time Start I Finish �Standby Customer's Initials [Arrive Job Unloading Unloading g JTI Time :�-mi IWO R I Bit] I WAI Pi 01 to"'I 0 LIFFAI Sheet 1 of 1 TO: You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See Attached Exhibit "A" We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date 3/23/2020 By Craig Greene Contractor Lydig Construction Title VP of Operations Oriainal Contract FS52 (without tax) $ 16,029,260.00 Previous Change Order FS52 This Change Order FS52 (without tax) REV. CONTRACT AMOUNT FS52 I $ 204,757.82 / $ 80,457.93 $ 16,314,475.75 'A *J10riginal Contract Time FS52: 521 days (Dec 17, 2020) Additional Contract Time for this Change Order FS52: 0 days Updated Contract Time FS52: 521 days (Dec 17, 2020) ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) APPROVED BY THE CITY OF TUKWILA Date 414vck, I-VV' . Z-L Mayor Deputy City Administrator SOJ Program Director cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File (11/2014) Exhibit "A" CHANGE ORDER --_SIT A Y OF CHANGE CITY OF TUKWILA - PUBLIC SAFETY PLAN Project Name Fire Station 52 CO 4 005 Project # 90830402 Contract 4 18-00 11 (p) Date 3/22/20 TO CONTRACTOR: LjdiE Construction 3180 139th Ave SE, Ste 110 Bellevue, WA 98005 Reason COP/CCD # Description Code Amount COP 008 CE #029 - RFI #045: Arch - Backing for Bentonite at Gridline 8 Shoring DC $14,965.54 Wall. Extension of lagging below grades shown on shoring drawings to provide backing for bentonite waterproofing assembly. COP 041 CE #074 - RFI #179: Civil - Storm Drain #24 conflict with Existing Storm UFC $1,460.05 Line. Revisions to storm drainage system per RFI 179. Revisions include addition of a cleanout and additional pipe fittings to clear conflicts for Storm Drain #24 and the existing storm drainage pipe to Storm Drain #5. COP 042 CE #077 - RFI #190 and 191: Structural- Metal Framing Structural Clips DC $3,208.92 at Exterior Walls. RFI 190 - Galvanized bent plate connection to slotted track: revision of 14 galvanized steel clips to have slotted holes to allow for wall deflection. RFI 191 - Exterior wall framing detail at stair I and 2 - Addition of 14 galvanized framing clips at each stud at exterior wall framing at stair opening locations. COP 043 CE #079 - RFI #175: Bedrock Encountered in Water Line Trench. Bedrock UFC $444.41 removal per unit price 5 that was encountered during water utility installation in the driveway per RFI 175. COP 044 CE #050 - RFI #065: Structural - Top of Foundation Elevations. The DC $937.85 structural drawings show the elevation of footings to be at -8" typical. The structural steel columns were designed for a -8" footing elevation. In order for the CNW block to be at the desired height architecturally, the footings would have to be at -6". Spread footings were maintained at -8" for structural steel, and continuous footings were raised to -6". In order to make up the 2" change in elevation, the CMU blocks at the spread footings was revised to be a combination of 4" and 6" block height (10" total), instead of the 8" block height specified. COP 046 CE #025 - RFI #034: PRIORITY - Structural - Retaining Wall 7 and 8 DC $4,399.48 Clarifications. Revision of wall rebar for wall #7 up to 1 PC'. Increase of wall thickness at I V 6" portion of wall 7 from 8" to 10". COP 049 CE #082 - RFI #145: PRIORITY - Civil/Struct - Rain Water Leader DC $3,270.72 (RWL) Storm Drain Pipe Conflict With App Bay Continuous Footing. Lower 46 LF of storm drain piping to avoid conflict with continuous footings along the east side of the apparatus bay. COP 050 CE #083 - RFI #146: Civil - Existing Drain at West End of Wall #8. UFC $4,682.82 Connection of an existing retaining wall drain between Wall #8 and City of Tukwila parking lot into storm drain structure Storm Drain #7. COP 051 CE #072 - ASI-007b - Schindler Elevator Revision - Electrical. Code DC $7,073.26 required electrical revisions, including addition of lighting, outlets, raceways in the elevator shaft. I Project Name Fire Station 52 Co # 005 Project # 90830402 Contract # 18-001.2 ( E ) Date 3/22/20 COP 052 CE #078B - Linear Wood Ceiling Manufacture Change. Vanderlip has DC $615.99 submitted on Armstrong Linear Veneer Panels (basis of design). Per WAU request, change event 078B is the pricing to change manufacturer from Armstrong to 9Wood. The change cost includes adjusting the member size from 4" as specified in 09 54 26 2.1 D.3 to 6" as directed in RFI 129 response. COP 053 CE #047 - RFI #087: Arch/Civil - Waterproofing Details at Gridline 8 Wall. DC $14,782.62 Excavation and backfill of subgrade at rear side of shoring wall #1 to access steel piles and lagging removal and waterproofing SAM lap onto bentonite sheet. Cutting of steel piles and removal of wood lagging at shoring wall #1 where waterproofing details have been revised to create a SAM lap from finished grade down to min. 12" below grade, lapped onto face of bentonite waterproofing sheet. Application of SAM waterproofing lapped onto bentonite sheet below grade. COP 054 CE #020 - ASI-002 - Allowance 01 - Construction Set Release (Bid Package- AL $22,199.30 01 & Bid Package P-03). Modifications of the earthwork set between Bid Package I and Bid Package 3. COP 057 CE #088 - RFI #200: PRIORITY - Struct - HSS Columns Height and DC $1,528.14 Welds at GL 8. Added welds along column to beam weld at the mechanical well that were not indicated in the structural drawings. COP 058 CE #091 - RF 1 #157: Elec - Hand Hole Near Generator Pad. A handhole DC $888.83 was added per RFI 157 for electrical code compliance as outdoor electrical receptacles (future vehicle chargers) were exceeding the maximum allowable number of bends from the panel. Lydig Change Order No. 005 $80,457.931 LYDIG Lydig Construction, Inc. Project: 30129-43 - TFS#52 - GCCM 3180 139th Ave SE, Ste 110 15447 65th Ave S Bellevue, Washington 98005 Tukwila, Washington 98188 Phone: (425) 885-3314 Phone: 3609072459 Fax: (425) 881-2903 Fax: 4258812903 Prime Contract Potential Change Order : CE #029 FI #45: Arch - Backing for Bentonite at GL 8 Shoringall TO: City of Tukwila FROM: Lydig Construction, Inc. - Bellevue Office 6200 Southcenter Boulevard 3180139th Ave SE - Suite 110 Tukwila Washington, 98188 Bellevue Washington, 98005 PCO NUMBER/REVISION 008 / 0 CONTRACT: 30129 - Tukwila Fire Station #52 - GCCM Prime Contract REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: CREATED BY Kiel Lunsford (Lydig Construction, Inc. - Bellevue Off) Pending - In Review CREATED DATE: 11/20 /2019 No PRIME CONTRACT None CHANGE ORDER: Amount Based No TOTAL AMOUNT: $14,965.54 POTENTIAL CHANGE ORDER TITLE: CE #029- RFI #045: Arch - Backing for Bentonite at GL 8 Shoring Wall CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #029 - RFi #045: Arch - Backing for Bentonite at GL 8 Shoring Wall Extension of lagging below grades shown on SH drawings to provide backing for bentonite waterproofing assembly. ATTACHMENTS: tfis 52 accm rfi 045 arch backintfar bentonite at gl 8 shoring wall-202002270607 odf CE #029-SP - COP 006 - LCt.Ddf CE-#029 - 19-11 TFS52 COP #014 RFI 45 Additional Expdf.pdf. _CE #029 - 19-11 TF552 COP #013'RFI 45 Extend Lagging:odf # "Cost Code Description Type Amount 1 31--001-99-- Earthwork. and Utilities subcontract Excavate for tagging Install Subcontractor $ 460.00 2 03--001-99-- BP-03 - Structures Subcontractor Install additional lagging Subcontractor $ 8,113.53' 3 31--001-99- - Earthwork and Utilities subcontract: Additional Ex. for Lagging 99 9 Subcontractor $ 5,469.00 Subtotal: $14.042.53 Fee.- Self Perform Work: 16.00 % Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Subs1PA's, and Project Contingency.. $ 0.00 Fee• Sub Tier Work: 4.60 % .Applies to. Subcontractor and Purchase Agreements, $ 631.91 GL Insurance: 0.76 % Applies to all line Item types. $ 110.06 P&P Bondi 0.76 % Applies to all line item types. $ 110.68 B&O Tax: = 0.47% Applies to all line item types. 590.16 Grand TotaG $14,966.64 Owner Signature ipm Lydig Construction, Inc. page 1 of 1 Printed On: 2/26/ 2020 10 :09 PM Tukwila Fire Station 52 Project No. 30129-43 SUBCONTRACTOR: PELLCO Construction, Inc Per RFI 045, PELLCO excavated further to allow for additional lagging install, then backfilled for CDF Cost Event #: CP #: 13 Document#: EWO 5117 Date: 10/14/2019 A. DIRECT LABOR COSTS ( Per Cost Breakdown Attached) A. B. MATERIAL COSTS ( Per Cost Breakdown Attached) B. C. EQUIPMENT COSTS ( Per Cost Breakdown Attached) C. D. SUBTOTAL DIRECT WORK (Total A, B, C, and D Above) D. G. Subtier Subcontractor Cost 1) 2) 3) 4) H. Subtotal Subcontractor Costs (Subcontractor Estimates Attached) Direct Cost A. Fee on Direct Work (item E) B. Fee on Subtier Subcontractor Direct Costs (item H) IV. _SUBTOTAL SUBTOTAL (Total of Parts 1, 11, 111 Above) Liability Insurance (1. 15%) Bond Costs (1 .0%) IV. _TOTAL TOTAL (Total of Parts 1, 11, 111, IV Above) IVL UNIT PRICE TOTAL TOTAL $ $ $ 15% 8% 154 237 391 $ 77 4=50 $ 5] $_____4 J COP Cost Breakdown Project Name: Tukwila Fire Station 52 Project No. 30129.43 Contractor: PELLCO Construction, Inc COP Number: 13 Date: 10/1412019 Contractor Ref. No. Description EWO 6117 Quantity Unit Type Labor Material Equipment Total Cost Unit $ Cost Unit $ Cost Unit $ Cost Operator 2 HR $77.05 $ 154.10 $ $ $ 154.10 320 Excavator 2 HR $ $ $118.56 $ 237.12 $ 237.12' $ $ $ $ $ $ $ $ Freight/Delivery Costs Is $ Is $ $ Labor Subtotal $ 164.10 $ $ 237.12 Foreman $ - $ Lead Foreman $ $ Noncraft Labor $ - $ Total Cost of Work $ 154.10 1 J$ 237.12 $ 39122 19-11. TFS52 COP #013 RF145 Extend Legging Page. of Issued 10/2412019 1 0 Project Name: Tukwila Fire Station #62 Project No: 30129.43 Contractor: PELLCO Trade& Position OPERATOR FOREMAN OPERATOR OPERATOR LABOR LABOR TEAMSTER TEAMSTER Rate Schedule Date` UNION 06/01/19 06/01/19 06/01/19 06/01/19 Prevailing Wage (incl. Benefits) $ 49,00 $ 45.60 $ 40.36 $ 41.13 1. Hourly Wage .Rate $ 49.00 $ 45.50 $ 40.36 $ 41.13 2. Hourly Benefits $ 21.22 $ 21.22 $ 1208 $ 2046 SUBTOTAL $ ` 70.22 i$ 66.72 $ 62.44 $ 61.69 $ $ $ .'; $ $ Rate 3. FUI % of 1 0.80% $ 0.39 ' $ 036 $ 0.32 $ 0.33 $ $ $ $ $ 4. FICA % of 1 610% $ 3.04 $ 2.82 $ 2,50 $ 2.55 $ $ Is $ $ 5. MEDICARE %of 1 1.45% $ " 0.71 I$ 0.66 $ 0.59 $ 0.60 $ $ $ - $ $ 6. SUI % of 1 (insert correct % to right) 5.63% $ ` 2.76 $ 2.56 $ 2.27 $ 2.32 $ $ $ < $ $ 7 WC/PFAML/SICK $ 4.03 $ 3.92 $ 355 $ 3.78 $ Z72 $ 290 $ 2.90 $ 2.72 $ 2.90 TOTAL (incl. payroll taxes) $- 81.16 $ 7706 $ 61.67 $ 71.16 $ 2.72 $ 2.90 $`< 2.90 $ 2.72 $ 2.90' sr':irr: o I OVERTIME RATESCALCULATE AUTOMATICALLY _ .,.. - S 3 `y .5 _ 3- C J3 T�Cai 105.10 10 .00 3 3.1.70 04„62 1 :�.72 2:90 2.72 S 2,00 "FmiQ 2x DOUBLE TIME RATES CALCULATE AUTOMATICALLY ,ir,c a,al 3 119 22 11222 92.80 102, 3 - - r ,. ;.r., - S C - 1 05 121.0 107.72 1 3.08 2.,t 2.00 - 2 F Prol ,u.:.n Pol Jon Form Revised 3/19/2009 Issued 10/24/2019 i • • Project Name: Tukwila Fire Station 52 Project No: 30129-43 Contractor: PELLCO A Equipment Description & Specifications Incl. Attachment Description, if a2plicaole EXCAVATOR 304 B Manufacturer C Model # or Axle Config, Size, Ca acit etc. D Year E Power Mode (Diesel, Gasoline, H draulic etc. F Blue Book Monthly Rate for Equipment $ 2,441.12 G Blue Book Monthly Rate for Attachment $ 2,303.84 H Hourly Rate = (F + G) / 176 x Regional Adj. $ 26.96 I Hourly Operating Cost J Total Hourly Rate = H + I $ 12.52 $ ` 39.48> EXCAVATOR,308 $ 5,783.36 $ 2,303.84 $ 45.95 $ 24.48 $ 70.43- EXCAVATOR320 $ 9,896.48 $ 2,303.84 $ 69.32: $ 49.24 $ 118.56' EXCAVATOR 336 $ 14,887.84 $ 2,303.84 $ 97.68+ $ 80.76 $ 178.44 LOADER 924 $ 5,702,40 $ 32.40 $ 30.88 $ 63.28' LOADER 926 $ 5,676.00 $ 32.25 $ 29.45 $ 61.70 CREW TRUCK F-450 $ 1,261.92 $ 7.17 $ 17.51 $ 24.68 ROLLER $ 3,935.36 $ 22.36' $ 29.20 $ 51.56' DOZER $ 6,323.68 $ 35.93'' $ 37.66 $ 73.59' $ $ Revised 3/19/2009 Issued 1024/2019 CONTRACTOR'S NAME , N 13030BEVElLYM40(R0AD MUKLTE0WA98275 (425)205-72 1 FAX(425)263-72 5 OUR �41/ EXTRA WORK TOOUR CONTRACT- TIME AND MATERIALS STRAIGHT TIME RATE OVERTIME RATE CONTRACTOR'S PD.NO. PREMIUM TIME ONLY DESCRIPTION OF WORK: I' ) / "13,001 1. were used and work was performed. It the �O PROCEED WITH THE WORK AS DESCRIBED: CONTRACTOR SIGNED SIGNED Subcontractor CP Breakdown Summary Tukwila Fire Station 52 Cost Event #: Project No. 30129-43 CP #: 14 SUBCONTRACTOR: PELLCO Construction, Inc Document #: EW05118 A. DIRECT LABOR COSTS B. MATERIAL COSTS C. EQUIPMENT COSTS D. SUBTOTAL DIRECT WORK G. Subtler Subcontractor Cost I ) 2) 3) 4) H. Subtotal Subcontractor Costs Per RF1 045, Additional Excavation to add 2 lagging boards to 6" below top of footing. Per Cost Breakdown Attached) Per Cost Breakdown Attached) Per Cost Breakdown Attached) (Total A, B, C, and D Above) (Subcontractor Estimates Attached) A. Fee on Direct Work (item E) B. Fee on Subtier Subcontractor Direct Costs (Item H) SUBTOTAL (Total of Parts 1, 11, 111 Above) Liability Insurance (1.15%) Bond Costs (1.0%) TOTAL ♦Total of Parts 1, 11, 111, IV Above) Date: 10/21/2019 A. $ 1,110 B. $ 2,400 C. $ 1,146 D. $ 4,656 ♦Direct Cost Fee 15% $ 698 8% $ - $ 5,354 $ 62 $ 54 $ 5,469 I Eel r-11 COP CostBreakdown Project Name: Tukwila Fire Station 62 Project No. 30129.43 Contractor:: PELLCO Construction, Inc1 COP Number: 14 Date: 10/21/2019 Contractor Ref. No. Description EWO 6118 Quantity L�n—it Type Labor Material Equipment Total Cost Unit $ Cost Unit $ Cost Unit $ Cost Operator 8 HR $77.05 $ 616.40; $ $ $ 61640 320 Excavator 8 HR $ $ $118.56 $ 948.48 $ 94848 Laborer 8 HR $61.67 $ 493.36 $ $ $I 49136 F450 Crew Truck 81 HR $ - $ $24.68 $ 197.44 $197A4 1 1/4" Crushed Rock 60 TN $ $40.00 $ 2,400.00' $ $ I 2,40000'' $ - $ $ $ $ $ $ $ $ $ $ $ $ $ $ $- $ $ $ $ $ $ $ $ Freight/Delivery Costs $ $ $ $i Labor Subtotal ' $ 1,109.76 $ 2,400.00 Foreman $ $ 2,400.00 $4,666 $ Lead Foreman $ $ Noncraft Labor Total Cost of Work $ $ 1;109.76 $ 68 19-11 TFS52 COP #014 RF145 Additonal Ex- RFI 45 Page or Issued 11/8/2019 a Project Name: Tukwila Fire Station #52 Project No: 30129-43 Contractor. PELLCO Trade&1 Position OPERATOR FOREMAN" OPERATOR OPERATOR LABOR LABOR TEAMSTER TEAMSTER Rate Schedule Date` UNION 06/01/19 06/01/19 06/01/19 06/01/19 Prevailing Wage(incl. Benefits) $ 49.00 $ 45.50 $ 40.336 $ 41.13 1. Hourly Wage Rate $ 49.00 $ 45.50 $ 40.36 $ 41.13 2. Hourly Benefits $ 21.22 $ 21.22 $ 12.08 $ 20.46 SUBTOTAL $" 70.22i $ 66.72 $ 62.44 $ 61.69 $ $ $; $ $ Rate 3. FUl %of 1 0.60% $0.39; $ 036 $ 0.32 $ 0.33 l$ $ $'` $ $ 4. FICA %of 1 6.20% $ 3.04 1`$ 2.821 $ 2.50 1 $ 2.55 i$ Is Is Is is 5. MEDICARE %of 1 1.45% $ s' 0.71 $ 066 $ 0.59 $ 0.60 $ $ $' $ $ 6. SU1 % of 1 (insert correct % to right) 5.63% $ s 2.76 $ 2.56 $ 2.27 $ 2.32 $ $ $ $ $ 7. WCIPFAMUSICK $ 4.03 $ 3,921 $ 3,55 $ 3.78 " $ 272 $ 2.90 $ 2 90 $ 2:72 $ 2.90 TOTAL (incl. payroll taxes) $ 7 81.16 I$ 7705 $ 51.67 $ 71.16 $ 2.72 $ 2.90 $ 290 $ 3.72 $ 2.90` _vurtirn i. :: OVERTIME: RATES CALCULATE AUTOMATICALLY a 70 i >Ugi.)t.il `� 3."., 72 ? 89. -if _ / :Y 232 i`?. tti .y - 78 S 7atal I09.IFo 100.00 1 3 34,701 2..32 1 2.72 _,Do 2 2-90 7z 2.90 DouW,, F n. t, 2x DOUBLE TIME RATES' CALCULATE AUTOMATICALLY 12.22 9180 t 102.7," 3 i .• 31 riMM ,C total 1,1715 123.'35 S, 1Q7, 1u.0; 3 it 'P:oGill1. ct t o" lflli Form Revised 3/19/2009 Issued 11/8/2019 � r � Project Name: Tukwila Fire Station 52 Project No: 30129-43 Contractor: PELLCO A Equipment Description & Specifications Incl. Attachment Description, if a licable EXCAVATOR 304 B Manufacturer C Model # or Axle Config, Size, Ca aci etc. D Year E Power Mode (Diesel, Gasoline, Hydraulic, etc. F Blue Book Monthly Rate for E ui went $ 2,441.12'$ R2,303.84 H Hourly Rate = (F + G) / 176 x Regional Adj. 26.96 I Hourly Operating Cost J Total Hourly Rate = H + $ 12.52 $ 3948- EXCAVATOR 308 $ 5,783.36$ 45.95 $ 24.48 $ 70.43r EXCAVATOR 320 $ 9,896.48 $ 2,303.84 $ 69.32; $ 49.24 $ = 118.56` EXCAVATOR 336 $ 14,887.84 $ 2,303.84 -$ 97,68; $ 80.76 $ 178.44' LOADER 924 $ 5,702,40 $ 32A0 $ 30.88 $ 63.28( LOADER 926 $ 5,676.00 $ 32.25 $ 29.45 $ 6170" CREW TRUCK F-450 $ 1,261.92 $ 7,17" $ 17.51 $ 24.68 ROLLER $ 3,935.36 $ 22.36 ` $ 29.20 $ 51.56 DOZER $ 6,32168 $ 35.93. $ 37.66 $ 73.59' $ $ i$ $ $ $ Revised 3/1912009 Issued 11/812019 M:_; 7 j7; A* ,o WORK AUTHORIZATION FORM # 5118 13036 BEVERLY PARK ROAD MUKILTEO, WA 98275 (425) 265-7211 FAX (425) 265-7215 CONTRACTOR'S NAME THIS IS TO AUTHORIZE WORK TO BE PERFORMED AS: (CHECK ONE) EXTRA WORK TO OUR CONTRACT; TIME AND MATERIALS _ STRAIGHT TIME RATE OVERTIME RATE CONTRACTOR'S P.O. NO. PREMIUM TIME ONLY I r 1 o iq p o (7-) 1412P i T-10 A L, LA 6, G I ,, C, 130 A t- t 1-0 , 06tovi r r 1 "l � .AT- ®1 Is document, LydIg Con cil—on F. Xnawledgement does not ,• •.. hII w .. + 4 � wolmm ♦ AND HE ABOVE HOURS ARE SIGNED' SIGNED LY13iG Lydig Construction, Inc. 3180 139th Ave SE; Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 Project: 30130-10 - TFS#52 - Self -Perform 15447 65th Ave S Tukwila, Washington 98188 Phone:l(360) 907-2459 Fax: (425) 881-2903 7-1rime Contract Potential Change Order #008-SP- CE #029-SP - RFl #045- Backing for Bentonite • • Wall TO: City of Tukwila FROM: Lydig Construction, Inc. -Bellevue Office 6200 Southcenter Boulevard 3180 139th Ave SE - Suite 110 Tukwila Washington, 98188 Bellevue Washington; 98005 PCO NUMBER/REVISION: 008-SP / 0 CONTRACT: 1 - Tukwila Fire Station #52 - Self -Perform Prime Contract REQUEST RECEIVED FROM: CREATED BY: Alex Carey (Lydig Construction, Inc. - Bellevue Off) STATUS: Pending - In Review CREATED DATE: 2126 /2020 REFERENCE: PRIME CONTRACT None CHANGE ORDER: FIELD CHANGE: No LOCATION: ACCOUNTING Amount Based METHOD: SCHEDULE IMPACT: PAID IN FULL: No TOTAL AMOUNT: $8,113.53" POTENTIAL CHANGE ORDER TITLE: CE #029-SP - RFI #045: Arch Backing for Bentonite at GL 8 Shoring Wall CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #029-SP RFI #045• Arch - Backing for Bentonite at GL 8 Shoring Wall Extension of lagging wall below elevation shown on shoring drawings to create backing for bentonite waterproofing installation and termination ATTACHMENTS: CE #029-SP- COP'006 - LCI:Ddf # Cost Code. Description Type Amount 1 45--100-05- - Work Order 05 Chip CDF Labor $ 1,058.40 2. 45--100.05--Work Order 05 Install Lagging Materials $ 840.00 3 45--100.05- - Work Order 05 Install Lagging tabor $ 2.116.80 4 45--100-05- - Work Order 05 Place CDF Behind Lagging Labor $352.80 5 45--100.05-.- Work Order 05 Place CDF Behind Lagging Materials $800.00 6 45--100.05- - Work Order 05 Install Lagging Equipment $500.00 7 45--100-05- - Work Order 05 Place CDF Behind. Lagging Equipment. $ 1,2%00 Subtotal: $6;918.00 Fee - Self Perform Work: 16.00 % Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub'sIPA's,.and Project Contingency. $ 1,037.70 Fee - Sub Tier Work::8.00% Applies to Subcontractor and Purchase Agreements. $ U0 GL Insurance: 0.76% Applies to 211 line item types, $ 59.67 P&P Bondi 0.76%Applies to all line item types. $ 60.12 B&O Tax:. = 0.47%Applies to all line Item types, $.38.04 Grand Total: $8,113.63 Lydig Construction, Inc. page 1 of 2 Printed On: 2/26/ 2020 10 :12 PM Owner Signature Date Lydig Construction, Inc. page 2 of 2 Printed On: 2/26/ 2020 10:12 PM COP Subcontractor Breakdown Summary Project Name: Tukwila Fire Station #52 PCO: Project No. 30130 Document Reference: RFI 045 Date: 2/512020 Contractor: Lydig Contractor Ref. No. COP 006 Description: 1. CRAFT LABOR Direct Labor Costs: a. crew (apprentices, joumeyrn b. foreman c. lead foreman en, & laborers) $ 3,528.00 DIRECT LABOR SUBTOTAL -$ 3,528.00 Supervision: d. direct supervision (NTE 15% of 1a) e. safety (NTE 2% of lines la, b, &c) 1. CRAFT LABOR COSTS $ 3,528.00 2. MATERIAL COSTS a. material costs b. freight costs (itemize) 3. EQUIPMENT COSTS a. owned equipment (per spec approved source) $ - b. rental equipment (per invoices attached) $ 1,750.00 4. SMALL TOOLS a. small tools (NTE 3%ofla&b) 5. OVERHEAD & PROFIT a. 15% on Materials (2) $ 246.00_ b. 15% On Labor, Equipment and Small Tools( 1,3,&4) $ 791,70 6. SUB -SUBCONTRACTORS a. b. $ C. $ d. $ 2. MATERIAL COSTS -$ 1,640.00 3. EQUIPMENT COSTS $ 1,750.00 4. SMALL TOOLS $ SUBTOTAL I thru Z� 5. OVERHEAD & PROFIT -$ 1,037.70 6. SUB -SUBCONTRACTORS '$ 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS a. NTE 6%for each sub 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS $ - 8. Insurance a. Insurance 0.75 % of 1-7 59,67 8. Bond $ 59.67 9. Bond a. Bond 0.75 % of 1-7 60,12 8. Bond $ 60.12 10. B&O Tax a. B&O Tax 0.47 % of 1-8 38.04 9. B&O Tax $ 38.04 TOTAL COST E:= CE 029-SP - RF1 045 -Backing for Bentonite at GILS Shoring Wall (LCI COP 006).xlskage_ of Issued 2/18/2020 COP CostBreakdown Project Name: Tukwila Fire Station #52 Project No. 30130 Contractor: Lydig PCO: 0 Date: 21512020" Project. # COP 006 Description quantity UDM Labor Material Equipment Total Cost Productivity total hrs Cost UnitAmt Unit$ Cost Unit Amt Unit $ Cost Chip CDF at Piles 12 EA 1 12.00 $'..-1,058.40. 12.00 $ $ $:. 1,058.40: $`. 0.00 $ $ - $.. _ Install Wood Lagging below Grade 24 EA 1 24.00 $:: 2,116.80: 24.00 $35,00 $ - 840,00 1.00 $500,00 $ 500,00 $: 3,456.80 $... 0.00 :$ _. $ - $`. :: - _.. CDF Behind Lagging 1 L5 0 4.00 $ 352.80 1.00 $800.00 $ - 800:00 1.00 $1,250.00 $ .1,250.00 $ : 2,402:80 Total Cost of Work El 3,528 1 1 $ 1,640 $ 1,750 $ 17750 Is 6,918& CE029-SP. RF1045- Backing for Bentonite at GL85horing Wall(LCI COP 006).Asa Page of Issued 2/18/2020 RF1 #045 LYDIG Lydig Construction, Inc. Project: 30129-43 - TFS#52 - GCCM 3180 139th Ave BE, Ste 110 15447 65th Ave S Bellevue, Washington 98005 Tukwila, Washington 98188 Phone: (425) 885-3314 Phone:3609072459 Fax: (425) 881-2903 Fax:4258812903 Arch - Backing for Bentonite at GL 8 Shoring Wall TO: Lauren Rock (Weinstein A+U) FROM: Alex Carey (Lydig Construction, Inc. - Jose Lorenzo -Torres (Weinstein A+U) Bellevue) Emma Nowinski (Weinstein A+U) 3180 139th Ave SE - Suite 110 DATE INITIATED: 10/08/2019 Bellevue, Washington 98005 LOCATION: STATUS: Closed PROJECT STAGE: DUE DATE: 10/15/2019 SUB JOB: COST CODE: COST IMPACT- Yes (Unknown) SCHEDULE IMPACT: TBD DRAWING NUMBER: SPEC SECTION: LINKED DRAWINGS: REFERENCE: RECEIVED FROM: Rick Carlson (INLAND WATERPROOFING SERVICES, INC) COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Don Lehman (Lydig Construction, Inc. - Bellevue Off), Jose Lorenzo -Torres (Weinstein A+U), Kiel Lunsford (Lydig Construction, Inca- Bellevue Off); Bryce Marion (Lydig Construction, Inc. - Bellevue Off), Emma Nowinski (Weinstein A+U), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. - Bellevue Off) M= Clarification is needed for the bentonite waterproofing assembly along GL 8-(shoring wall #1). The benotnite waterproofing requires a solid substrate to be applied to, i.e. wood lagging with CDF backfill. The current substrate has voids and holes greater than the allowable 1.5" as shown in the attached photo due to the nature of the native soils (shale and bedrock) in this area. The shoring wall bottom of wall is scheduled for install to an elevation of 111' which is the elevation of the slab on grade. The waterproofing extends below the slab on grade to 6" below top of footing elevation (109.66'). A possible solution would be to extend the 4"x12" PT lagging down to the elevation of 109.66' and backfill voids with CDF to provide a suitable substrate for installation of the bentonite waterproofing. Please advise. Attachments: RFl 045 - Arch - Backing for Bentonite at GL 8 Shoring Wall.pdf Official Response: Emma Nowinski (Weinstein A+U) responded on Wednesday, October 15th, 2019 at 10:44AM PDT Please proceed with the proposed solution. E.Nowinski, WAU 10/16/19 Attachments: All Replies: Please proceed with the proposed solution. E.Nowinski, WAU 10/16/19 Attachments: BY DATE COPIES TO Lydig Construction, Inc. Page 1 of 1 Printed On: 02/26/2020 10:07 PM LYDIG Lydig Construction, Inc. Project: 30129-43 - TFS#52 - GCCM 3180 139th Ave SE, Ste 110 15447 65th Ave S Bellevue, Washington 98005 Tukwila, Washington 98188 Phone: (425) 885-3314 Phone:3609072459 Fax: (425) 881-2903 Fax: 4258812903 Prime Contract Potential Change Order 41: C 074 - I 17 Civil S 4 conflict with Existingfor Line TO: City of Tukwila FROM: Lydig Construction;_ Inc. - Bellevue Office 6200 Southcenter Boulevard 3180 139th Ave SE - Suite 110 TukwilaWashington, 98188 Bellevue Washington, 98005 PCO NUMBER/REVISION: 041 / 0 CONTRACT: 30129 - Tukwila Fire Station #52 - GCCM Prime Contract REQUEST RECEIVED FROM: CREATED BY: Alex Carey (Lydig Construction, Inc. - Bellevue Off) STATUS: Pending - In Review CREATED DATE: 2/10 /2020 REFERENCE: PRIME CONTRACT None CHANGE ORDER: FIELD CHANGE: No LOCATION: ACCOUNTING Amount Based METHOD: SCHEDULE IMPACT: PAID IN FULL: No TOTAL AMOUNT: $1,460.05 POTENTIAL CHANGE ORDER TITLE: CE #074 - RFI #179: Civil - SD #24 conflict with Existing Storm Line CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract IsChangedAs Follows) CE #074 - RFI #179: Civil- SD #24 conflict with Existing Storm Line Revisions to storm drainage system per RFI 179. Revisions include addition of a cleanout and additional pipe fittings to clear conflicts for SD #24 and the existing storm drainage pipe to SID #5. ATTACHMENTS: tfs 52 gccm-rfi 179-civil sd 24 conflict with existing storm line-202002110034.pdf _CE #074 - 19-11 TFS52 COP #045 storm changes per RFI #179:pdf # Cost Code Description Type. Amount. 1 31--001-99- - Earthwork and Utilities subcontract Pellco COP #045 Subcontractor $ 1,370:00 Subtotal: $1,370.00 Fee- Self Perform Work: 16.00 %Applies to Labor, Materials, Equipment,.. Other, Overhead and Profit, Unwritten Sub's/PA's,.and Project Contingency„ $ 0,00 Fee - Sub Tier Work: 4.60 % Applies to Subcontractor and Purchase Agreements. $ 61.65 GL Insurance: 0.76% Applies to all line Item types. S 10.74 P&P Bond: 0.76% Applies to all line item types. $ 10.62 B&O Tax: = 0.47% Applies to all line item types. $ 6.64 Grand Totalr $1,4G0:0s Owner Signature Date Lydig Construction, Inc. page 1 of 1 Printed On: 2/10/ 2020 04:35 PM Tukwila Fire Station 52 Project No. 30129-43 SUBCONTRACTOR: PELLCO Construction, Inc. Pricing for RF1 #179 - Added cleanout and additional pipe fittings to clear conflicts with pipe run from SD#24 and existing storm to SD#5. Cost Event #: CP #: 45 Document #: Date: 2/10/2020 A. DIRECT LABOR COSTS ( Per Cost Breakdown Attached) A. $ 594 B. MATERIAL COSTS ( Per Cost Breakdown Attached) B. $ 162 C. EQUIPMENT COSTS ( Per Cost Breakdown Attached) C. $ 410 D. SUBTOTAL DIRECT WORK (Total A, B. C, and D Above) D. $ 1,166 G. Subtler Subcontractor Cost 1 2) 3) 4) H. Subtotal Subcontractor Costs (Subcontractor Estimates Attached) Direct Cost A. Fee on Direct Work (Item E) B. Fee on Subtler Subcontractor Direct Costs (Item H) IV. _SUBTOTAL---�� SUBTOTAL (Total of Parts 1, 11, 111 Above) Liability Insurance (1.15%) Bond Costs (1.0%) V.TOTAL TOTAL (Total of Parts 1, 11, 111, IV Above) VI. UNIT PRICE TOTAL TOTAL 15% 8% Fee 175 $ 1,341 $ 15 $ 13 COP Cost Breakdown Project Name: Tukwila Fire Station 52 Project No. 30129-43 Contractor. PELLCO Construction, Inc COP Number: 45_ Date: 211012020 Contractor Ref. No. Description Operator Foreman Quantity 2 Unit Type HR Labor Material Equipment Total Cost $16Z30 Unit $ $81.15 Cast $ 162.30 Unit $ Cost $ Unit $ Cast $ Operator 4 HR $77.05 $ 308.20 $ $ $ ` 308.20 320 EX 2 HR $ $ $116.56 $ 237.12 $ 237.12 926 Loader 2 HR $ $ $61.70 $ 123.40 $ 12340' Laborer 2 HR $6167 $ 123.34 $ $ $ 12334 F450 Crew Truck 2 HR $ $ $24.68 $ 49.36 $ 4936 Pipe Materials 1 Inv $ $162.33 $ 162.33 $ $ 16233 $ $ $ $I $ $ $ $ $ $ $ $ - $ $ $ $ Is $ $ $ Freight/Delivery Costs $ $ $ $' Labor Subtotal $ 693.84 $ 162.33 $ 409.88 Foreman $ $ 762.33 $ 409.88 $ + Lead Foreman $ $ Noncraft Labor Total Cost of Work $ $ 593.84' $ $ 1,166 06 19-11 TFS52 COP #045 storm changes per RFI #179 Page or. Issued 2/10/2020 Project Name: Tukwila Fire Station #62 Project No: 30129.43 Contractor: PELLCO Trade & Position ; OPERATOR FOREMAN OPERATOR OPERATOR LABOR LABOR- TEAMSTER TEAMSTER Rate Schedule Date" 06/01/19 06/01/19 06/01119 06/01/19 Prevailing Wage (incl. Benefits) UNION $ 49.00 $ 45.50 $ 40:36 $ 41.13 1. Hourly Wage Rate $ 49.00 $ 45.50 $ 40.36 $ 41.13 2. Hourly Benefits $ 21.22 $ 21.22 $ 12.08 $ 20.46 SUBTOTAL $70.22 I$ 66.72 $ 62.44 $ 61.69 $ $ $ ; $ $ Rate 3. FUi % of 1 0.80% $ ' 0.39' $ 0:36 $ 0.32 $ 0.33 $ $ $ : $ $ 4. FICA %of 1 6.20%1 $ -' 3.04 '$ 2.82 $ 2.50 $ 2.55 $ $ $ 1 $ $ 5. MEDICARE % of 1 `: 1.45% $ -` 0.71 '$ 0.66 $ '0.59 $ 0,60 $ $ $ $ $ 6. SUI %of 1 (insert correct % to right) 5.63% $ ' 2.76 , $ 2.56 $ 2.27 $ 232 $ $ $ - $ $ 7. WC/PFAMUSICK $.. A03 $ &92 $ 3.55 $ 3.78 $ 2.72 $ 290 $ 2.90 $ 2.72 $ Z90 TOTAL (incl. payroll taxes) $ - 81.15 '$ 77a16 $ 61.67 $ 71.16 $ 2.72 $ 2.90 $ 2.90 $ 2.72 $ 2.90 Dvortimo 1.5x OVERTIME RATES CALCULATE AUTOMATICALLY ._, _ _. 6 a lUto2 1 .1.72 a 39,47 7*1�2 3 32.16 3,- . 1'�tal 103:-10 103,00 34.70 946,2 2.72 272 2,00 -)-ublaTim -a?2:; DOUBLE TIME RATESCALCULATE AUTOMATICALLY �.l u.aeal 1 L...22 1 12.22 )2..M 102,72 royal M7,72, 11808 172 >Q ...20 .2,72 "LN I Pi i n uuo 'nr6o;i- 2T r r"mium 1°ol6. si Form Revised 3/19/2009 Issued 2/10/2020 Project Name: Tukwila Fire Station 52 Project No: 30129-43 Contractor: PELLGO A Equipment Description & Specifications (incl. Attachment Description, if applicable) EXCAVATOR 304 B Manufacturer C Model # or Axle Config, Size, Ca aci etc. D Year E Power Mode (Diesel, Gasoline, Hydraulic, etc. F Blue Book Monthly Rate for Equipment $ 2,441.12 G Blue Book Monthly Rate for Attachment $ 2,303 84 H Hourly Rate = (F + G) / 176 x Regional Adj. $26.96 ; I Hourly Operating Cost J Total Hourly Rate = H + I $ 12.52 $ 39.48' EXCAVATOR 308 $ 5,783.36 $ 2,303.84 $' 45.95 -$ 24.48 $ 70.43 EXCAVATOR 320 $ 9,896.48 $ 2,303.84 $ 69.32 $ 49.24 $ 118.56 EXCAVATOR 336 $ 14,887.84 $ 2,303.84 $ 97,68 $ 80.76 $ 178.44 LOADER 924 $ 5,702.40 $ 32.40 $ 30.88 $ 63.28 LOADER 926 $ 5,676.00 $ 32.25 $ 29.45 $ 61.70` CREW TRUCK F-450 $ 1,261.92 $ 7.17 $ 17.51 $ 24.68' ROLLER $ 3,935.36 $ 22.36 $ 29.20 $ 51.56' DOZER $ 6,323.68 $ 35.93 $ 37.66 $ 73.59= BOB CAT $ 2,737.15 $ 15,55% $ 14.98 $ 30.63`" Hitachi ZX85 $ 4,917.92 $ 2,303.84 $ 41.03 $ 22.80 $ 63.83' $ $ $ $ $ $ $ Revised 3/1912009 Issued 2/10/2020 LYDIG Lydig Construction, Inc. Project: 30129-43 - TFS#52 - GCCM 3180 139th Ave SE, Ste 110 15447 65th Ave S Bellevue, Washington 98005 Tukwila, Washington 98188 Phone: (425) 885-3314 Phone: 3609072459 Fax: (425) 881-2903 Fax: 4258812903 Prime Contract Potential Change Order 2: CE #077- RFl #190 and 191: Struct - Metal Framing trctural Clips at Ext Walls TO: City of Tukwila FROM: Lydig Construction, Inc. - Bellevue Office 6200 Southcenter Boulevard 3180 139th Ave SE - Suite 110 Tukwila Washington, 98188 Bellevue Washington, 98005 PCO NUMBER/REVISION: 042 / 0 CONTRACT- 30129 - Tukwila Fire Station#52 - GCCM Prime Contract REQUEST RECEIVED FROM: CREATED BY: Alex Carey (Lydig Construction, Inc. - Bellevue Off) STATUS: Pending - In Review CREATED DATE: 2/12 /2020 REFERENCE: PRIME CONTRACT None CHANGE ORDER: FIELD CHANGE: No LOCATION: ACCOUNTING Amount Based METHOD: SCHEDULE IMPACT: PAID IN FULL: No TOTAL AMOUNT: $3,208.92 POTENTIAL CHANGEORDERTITLE: CE #077 - RFI #190 and 191: Struct - Metal Framing Structural Clips at Ext Wails CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is ChangedAsFollows) CE #077 - RFI #190 and 191: Struct- Metal Framing Structural Clips at Ext Walls RFI 190 - Struct - 14 GA Bent Plate Connection to Slotted Track: revision of 14 ga steel clips to be have slotted holes to allow for wall deflection RFI 19`1 - Arch/Struct - Exterior Wall Framing Detail at Stair 1 and 2 - Addition of 14 ga framing clips at each stud at exterior wail framing at stair opening locations ATTACHMENTS: tfs 52 occur-rfi 191-priority arch Struct -exterior wall #ramin4 detail at stair 1 and 2-202002122040.pdf tfs 52 - gccm-rfi 190-struct - 14 cia bent plate connection to slotted track-202002122041.pdf CE #077 - Van #3- Upgraded -Added Clips at Exterior Wails.pdf # Cost Cade Description Type Amount 1 10-99• - BP-06 - GWB., Insulation:& ACT Sub Van #03 Subcontractor $ 3,011.00 Subtotal: $3,011.00 Fee -.Self Perform Work: 16.00%Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA''s, and Project Contingency. $.0.00 Fee • Sub Tier Work: 4,60% Applies to Subcontractor and Purchase Agreements. $ 135.50 GIL Insurance: 0,76% Applies to all line item types. $ 23,60 P&P Bond: 0.76 %Applies to all line item types. $ 23,78 B&O Tax: = 0.47% Applies to all line item types. $ 15.04 Grand Total: $3,208.92. Owner Signature M Lydig Construction, Inc. page 1 of 1 Printed On: 2/26/ 2020 09:34 PM 10- Tukwila Fire Station #52 Direct Work Change Order Proposal Submitted To: Kiel Lunsford - Lydiq Construction VAN : 3 Submitted By: Mark Davis Document Reference: RFI #1901191 Company: Vanderii & Co., Inc Date: 2/1212020 Description of Change: Addod bypass clips at Stair 1 & 2 wall transitions as indicated in response to RFI #191. Also added cost of upgrade to deflection bypass clips to allow deflection at 2nd floor TOW below roof parapots as indicated in response to RFI #190. 1. CRAFT LABORCOSTS DESCRIPTION MHRS RATE COST orking Foreman) Coordination/Lay-Out 2 $8522 $170 Demo $79.82. Framing 20 $79:82 $1,596 Hang Drywall $79.82 Tape/Plaster $79:82 Stock/StagingStock/Staging $79.82 Protection/Clean-up $79.82 Install HM Frame $79.82 Delivery 2 $79.82 $160 Subtotal: $1,926 2. MATERIALS QTY UNIT RATE COST Track L/FT $1.52 Studs L/FT $1.26 Water Resistant GW6 SQ/FT $0.75 Taping SQ/FT $0.22 L-Bead/Comerbead L/FT $0.19 Fasteners 240 ea. $0.15 $36 Deflection Clip Delta 80 ea $3.98 $318 Bypass Clips 20 ea. $6.98 $140 Hot Mud SOFT $1.00 Subtotal: $494 3. EQUIPMENT QTY RATE. COST Dum ster HRS $2.97 E ui went 20 HRS $8.75 $175 Subtotal: $175 4..SUBCONTRACTORS I QTY UNIT RATE COST Acoustical Design, Inc. Subtotal: 5.MARKUPS SUBTOTAL % CHARGED COST 5 Bond 1,00% $26 Sub -Tier Fee 8% 8.00% 51 Fee NTE 15%of 1,2,3 15.00% $389 Subtotal• $415 TOTAL. COST OF THIS CHANGE: $3,011 14535 NE 91"Street - Redmond, WA 98052 - 425-885.4110 - Fax425-885.4110 LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone:3609072459 Fax: 4258812903 Struct - 14 GA Bent Plate Connection to Slotted Track TO: Thayer Wild (Weinstein A+U) FROM: Alex Carey (Lydig Construction, Inc. - Lauren Rock (Weinstein A+U) Bellevue) Emma Nowinski (Weinstein A+U) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 DATE INITIATED: 02/04/2020 LOCATION: STATUS: Closed PROJECT STAGE: DUE DATE: 02/11/2020 SUB JOB: COST CODE: COSTIMPACT TBD SCHEDULEIMPACT, No DRAWING NUMBER: 7/S403 SPEC SECTION: LINKED DRAWINGS: REFERENCE: RECEIVED FROM: Mark Davis (VANDERLIP & COMPANY, INC.) COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnson), Don Lehman (Lydig Construction, Inc. - Bellevue Off), Kiel Lunsford (Lydig Construction, Inc. - Bellevue Oft), Bryce Marion (Lydig Construction, Inc. - Bellevue OM, Emma Nowinski (Weinstein A+U), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. - Bellevue Off), Thayer Wild (Weinstein A+U) Clarification is needed for the bent plate connection from structural members to exterior metal framing walls. Detail 7/S403 shows a 14 gauge bent plate attaching from structural roof beams to metal studs. The top track of these studs are to be slotted track to provide deflection for the exterior wall. If the stud is attached to a structural member with a bent plate, this will limit the designed deflection in the exterior wall. Please advise if the bent plate is to be installed as shown on 7/S403 or if this detail is to be revised. Attachments, RFI 190 - Struct - 14 GA Bent Plate Connection to Slotted Track. pdf Official Response: Thayer Wild (Weinstein A+U) responded on Wednesday, February 5th, 2020 at 1:55PM PST Per email exchanges with Lydig and Vanderlip, the top track of the framed wall below the roof will not have a deflection track. We recommend that the 14 ga plate have vertical slotted holes at the attachment to the wall studs to allow deflection of the adjacent beam.Slots should allow 3/4" downward movement. Framed walls below 2nd floor to have deflection track at top. D. MorrowSwenson Say Faget 2-5-2020 Attachments: RFI 190:- Struct - 14 GA Bent Plate Connection to Slotted Track SSF response.pd All Replies: Per email exchanges with Lydig and Vanderlip, the top track of the framed wall below the roof will not have a deflection track. We recommend that the 14 ga plate have vertical slotted holes at the attachment to the wall studs to allow deflection of the adjacent beam.Slots should allow 3/4" downward movement. Framed walls below 2nd floor to have deflection track at top. D. MorrowSwenson Say Faget 2-5-2020 Attachments: RFI 190 - Struct -14 GA Bent Plate Connection to Slotted Track SSF response.pdf M DATE COPIES TO Lydig Construction, Inc. Page 1 of 1 Printed On: 02/12/2020 12:41 PM LYDIG Lydig Construction, Inca 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 Project: 30129-43 - TFS#52 GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone:3609072459 Fax:4258812903 PRIORITY - rc I r ct - Exterior Wall Framing et it at Stair 1 and 2 TO: Thayer Wild (Weinstein A+U) FROM: Alex Carey (Lydig Construction, Inc. - Lauren Rock (Weinstein A+U) Bellevue) Emma Nowinski (Weinstein A+U) 3180 139th Ave SE - Suite 110 DATEINITIATED: 02/04/2020 Bellevue, Washington 98005 LOCATION:: PROJECT STAGE: SUB JOB: COST IMPACT: TBD DRAWING NUMBER: S501 LINKED DRAWINGS: STATUS: Closed DUE DATE: 02/11/2020 COST CODE: SCHEDULE IMPACT. TBD SPEC SECTION: REFERENCE: RECEIVED FROM Don Lehman (Lydig Construction, Inc. - Bellevue Off) COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Don Lehman (Lydig Construction, Inc. - Bellevue Off), Kiel Lunsford (Lydig Construction, Inc. - Bellevue Off), Bryce Marion (Lydig Construction, Inc. - Bellevue Off), Emma Nowinski (Weinstein A+U), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. -Bellevue Off), Thayer Wild (Weinstein A+U) At stair 1 and 2, there is not slab on metal deck above the mid landing of the stair case to terminate the framing top/bottom track onto. At level 2, the exterior wall framing changes from an 8" wall to a 6' wall. Vanderlip recommends screwing together the 8" top track (800T150-54) and 6 bottom track (600T150-54) at these locations and attaching the framing to the structural steel member with the bent plate or revised attachment method (reference RFI 190).:Please provide exterior wall framing detail at stair 1 and 2 SOMD openings. RFI 191 - Rrch-Struct - Extenor WaII :Framing Detail at Stair 1 and 2:odf Official Response: Thayer Wild (Weinstein A+U) responded on Wednesday, February 5th, 2020 at 2:19PM PST The proposed framing transition shown is acceptable. Use 14 ga framing clips at each stud per 7/S403 to attach the lower 8" wall framing tothe2nd floor beam. D. MorrowSwenson Say Faget2-5-2020 Attachments: RFI-191 - Exterior Wall Framing Detail at Stair 1 and Stair SSF res op nsepdf The proposed framing transition shown is acceptable.Use 14 ga framing clips at each stud per 7/S403 to attach the lower 8" wall framing to the 2nd floor beam. D. MorrowSwenson Say Faget2-5.2020 Attachments: RFI 191- Exterior Wall Framing Detail at Stair 1 and Stair 2 SSF response . —If BY 1: Lydig Construction, Inc, Page 1 of 1 Printed On: 02/12/2020 12:40 PM LYDIG Lydig Construction, Inc. Project: 30129-43- TFS#52 - GCCM 3180139th Ave SE, Ste 110 15447 65th Ave S Bellevue, Washington 98005 Tukwila, Washington 98188 Phone: (425) 885-3314 Phone: 3609072459 Fax: (425) 881-2903 Fax: 4258812903 Prime Contract Potential Change Order 0 3: CE #079 - RFl 17 : Civil - Bedrock Encounteredin Water Line Trench TO: City of Tukwila FROM: Lydig Construction, Inc. - Bellevue Office 6200 Southcenter Boulevard 3180 139th Ave SE - Suite 110 Tukwila Washington, 98188 Bellevue Washington, 98005 PCO NUMBERIREVISION: 043 / 0 CONTRACT: 30129 - Tukwila Fire Station #52 - GCCM Prime Contract REQUEST RECEIVED FROM: CREATED BY: Alex Carey (Lydig Construction, Inc. - Bellevue Off) STATUS: Pending - In Review CREATED DATE: 2/12 /2020 PRIME CONTRACT None CHANGE ORDER: FIELD CHANGE: No LOCATION: ACCOUNTING Amount Based METHOD: SCHEDULE IMPACT: PAID IN FULL: No TOTAL AMOUNT: $444.41 POTENTIAL CHANGE ORDER TITLE: CE#079 - RFl#175: Civil Bedrock Encountered in Water Line Trench CHANGE REASON: Existing Condition POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #079 - RFI #175: Civil - Bedrock Encountered in Water Line Trench Bedrock removal per unit price 5 that was encountered during water utility installation in the driveway per RFI 175. ATTACHMENTS: CE #079 - 19-11 TFS52 COP #043 - RFI 175 Bedrock-Removal.pdf # Cost Code Description Type. Amount 1 31--001-99-- Earthwork and Utilities subcontract Pellco COP#043 Subcontractor $ 417.00 Subtotal: $417.00 Fee - Self Perform: Work: 16.00 %Applies to. Labor, Materials, Equipment,Other, Overhead and Profit, Unwritten Sub'siPA's, and Project Contingency. S 0.00 Fee -. Sub Tier Work: 4.60%Applies to Subcontractor and Purchase Agreements. $ 18.77 GL Insurance: 0.76%Applies to all line item types. $337 P&P Bond: 0.76% Applies to all line item types. $ 3.29 B&O Tax: = 0.47%Applies to allline: item types. $ 2.08. Grand Total: $444.41 Owner Signature Date Lydig Construction, Inc. page 1 of 1 Printed On: 2/26/2020 09 :37 PM Tukwila Fire Station 52 Project No. 30129-43 SUBCONTRACTOR: PELLCO Construction, Inc Bedrock Removal per 9E!-fL5- Unit Prices Breakdown Attached Cost Event #: CP #: 43 Document #: Date: 1/22/2020 A. DIRECT LABOR COSTS ( Per Cost Breakdown Attached) A. $ - B. MATERIAL COSTS ( Per Cost Breakdown Attached) B. $ 417 C. EQUIPMENT COSTS ( Per Cost Breakdown Attached) C. $ - D. SUBTOTAL DIRECT WORK (Total A, B, C, and D Above) D. $ 417 G. Subtier Subcontractor Cost (Subcontractor Estimates Attached) 1 ) 2) 3) 4) H. Subtotal Subcontractor Costs Direct Cost 1 $ Fee A. Fee on Direct Work (Item E) 15% $ B. Fee on Subtier Subcontractor Direct Costs (Item H) 8% $ JIV. _SUBTOTAL SUBTOTAL (Total of Parts 1, 11, 111 Above) L$ -, ---_ I Liability Insurance (1. 15%) $ Bond Costs (1.0%) $ V. TOTAL TOTAL (Total of Parts 1, 11, 111, IV Above) L-s VI. UNIT PRICE TOTAL TOTAL ---COP CostBreakdown Project Name: Tukwila Fire Station 52 Project No. 30129 -43 Contractor: PELLCO Construction, Inc COP Number: 43 Date: 1/22/2020 Contractor Ref. No. Description Bedrock UP-5 Quantity 2.78 Unit Type BCY Labor Material Equipment Total Cost $ 417.00 Unit '$ Cost $ Unit $ $150.00 Cost $ 417.00 Unit $ Cost $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ Freight/Delivery Costs Labor Subtotal $ $ 417.00 $ Foreman $ $ 417.00 $ $ Lead Foreman $ - $ - Noncrafi Labor Totai Cost of Work $ $ $ - $ 417.00 19-11 TFS52 COP #043 - RFI175 Bedrock. Removal Page of Issued 1/30/2020 r Project Name: Tukwila Fire Station #52 Project No: 30129-43 Contractor: PELLCO Trade& Position OPERATOR FOREMAN OPERATOR OPERATOR LABOR LABOR TEAMSTER TEAMSTER Rate Schedule Date' UNION 06/01/19 06/01/19 06/01/19 06/01/19 Prevailing Wage (!net. Benefits) $ 49.00 $ 45.60 $ 40.36 $ 41.13 1. Hourly Wage Rate $ 49.00 $ 45.50 $ 40.36 $ 41.13 2. Hourly Benefits $ 21.22 $ 21.22 $ 12.08 $ 20A6 SUBTOTAL $ 70.22 $ 66.72 $ 62.44 $ 61.69 I$ $ $ $ $ Rate 3. FUI % of 1 0.80% $ 0.39 1$ 0.36 $ 0.32 $ 0.33 $ $ $ 'i $ $ 4, FICA %of 1 6,20% $ &04 $ 282 $ 2.50 $ 2,55 $ $ $ $ $ 5. MEDICARE % of 1 1.45% $ 0,71 $ 0.66 $ 0,59 $ 0.60 $ $ $ $ $ 6. SUI % of 1 (insert correct % to right) 5.63% $ 2,76 $ 2.56 $ 2.27 $ 2.32 $ $ $ $ $ 7. WCIPFAMUSICK $ 4.03 $ 3,92 $ 3.55 $ 3.78 $ 2,72 $ 2,90 $ 2:90 $ 2.72 $ 2,90 TOTAL (incl. payroll taxes) $ ' 81.161 $ 77.05 $ 61.67 1 $ 71.16 $ 2.72 $ 2.90 $ 2.90 $ 2,7? $ 2.90' OVERTIME:RATES CALCULATE AUTOMATICALLY - - - 3WJtnlzl 917: J 39Ai, 71, 32.16 J - /C, - - - D0 3J,.70. E14,tG2 0 2,72 ,-..JJ .1,90 30111)1c; �ni ,:;r;2", DOUBLE TIME RATES CALCULATE AUTOMATICALLY I_ .iuuf oiiI 119.22 :, 1 tF:2H 9.'_. £f0 10, 72 , 'fa4af 13i.t):i i?.+.J5 i0".72 - t 8.0o 2.72 ...nCl <.rtG 372 2.90 ')i Premium Po,flon Only 3 Prommin Portion Only Form Revised 3/19/2009 Issued 1/30/2020 Project Name: Tukwila Fire Station 52 Project No: 30129.43 Contractor: PELLGO A Equipment Description & Specifications Incl. Attachment Descri tion if aRplicable EXCAVATOR 304 B Manufacturer C Model # or Axle Config, Size, Capacity,etc. D Year E Power Mode '(Diesel, Gasoline, H draulic e4c. F Blue Book Monthly Rate for E ui ment $ 2,441.12 G Blue Book Monthly Rate for Attachment $ 2,303.84 H Hourly Rate = (F + G) / 176 x Regional Adj. $ 26,96, I Hourly Operating Cost J Total Hourly Rate = H + $ 12.52 $ 39:481 EXCAVATOR308 $ 5,783.36 $ 2,303.84 $ 45.95 $ 24.48 $ 70.43 EXCAVATOR 320 $ 9.896.48 $ 2,303.84 $ 69,32', $ 49.24 $ 118.56` EXCAVATOR 336 $ 14,887.84 $ 2,303.84 $ 97.68'' $ 80.76 $ 178.44` LOADER 924 $ 5,702.40 $ 32.40 $ 30.88 $ 63.28' LOADER 926 $ 5,676.00 $ 3225> $ 29.45 $ 61.70` CREW TRUCK F-450 $ 1,261.92 $ 7,17 $ 17.51 $ 24.68 ROLLER $ 3,93536 $ 22.36d $ 29.20 $ 5156 DOZER $ 6,323.68 $ 35.93; $ 37.66 $ 73.59i $ - $ $ $ $ $ $ $ $ $ $ $ $ $ $ Revised 3/19/2009 Issued 1/30/2020 LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone:3609072459 Fax: 4258812903 Civil - Bedrock Encountered in Water Line Trench TO: Emma Nowinski (Weinstein A+U) FROM: Alex Carey (Lydig Construction, Inc. - Thayer Wild (Weinstein A+U) Bellevue) Lauren Rock (Weinstein A+U) 3180 139th Ave SE -Suite 110 DATE INITIATED: 01/22/2020 Bellevue, Washington 98005 LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: TBD DRAWING NUMBER: C4.1 LINKED DRAWINGS: RECEIVED FROM: Kim Alseth (PELLCO CONSTRUCTION INC.) STATUS: Closed DUE DATE: 01/30/2020 COST CODE: SCHEDULE IMPACT. TBD SPEC SECTION: REFERENCE: COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Don Lehman (Lydig Construction, Inc. - Bellevue Off), Kiel Lunsford (Lydig Construction, Inca; Bellevue Off), Bryce Marion (Lydig Construction, Inc. - Bellevue Oft), Emma Nowinski (Weinstein A+U), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inca- Bellevue Off), Thayer Wild (Weinstein A+U) Direction is needed for bedrock removal encountered while excavating for water utility installation. A portion of bedrock 5'Lx5'Wx3'D was encountered in the excavation for water utilities at the location highlighted on the attachmnet. Please confirm the bedrock is to be removed using unit price #5. Attachments: RFI 175 - Civil - Bedrock Encountered in Water Line-T-r—en-ch.Pcif Official Response: Thayer Wild (Weinstein A+U) responded on Wednesday, January 22nd, 2020 at 4:57PM PST Proceed with bedrock removal per Unit Price 5 per specification section 01 22 00. As stated in Section 01 22 00, E. Unit Price 5 - Bed Rock Excavation: "...The contractor is responsible for coordinating the measurement of the quantity of bedrock material that is excavated with the Geotechnical Engineering representative in the field. Measurement for bedrock shall be based upon actual in -place bank cubic yard (BCY) volume removed from each designated excavation area, <as measured, calculated and documented by the Geotechnical Engineer and approved by the Owner's Representative..." -Thayer W, WAU. 1/22/20 Attachments: RFI 175 - Civil - Bedrock Encountered in Water Line Trench - WAU Response.pdf U=, Proceed with bedrock removal per Unit Price 5 per specification section 0122 00. As stated in Section 01 22 00, E. Unit Price 5 - Bed Rock Excavation: "...The contractor is responsible for coordinating the measurement of the quantity of bedrock material that is excavated with the Geotechnical Engineering representative in the field. Measurement for bedrock shall be based upon actual in -place bank cubic yard (BCY) volume removed from each designated excavation area, as measured, calculated and documented by the Geotechnical Engineer and approved by the Owner's Representative..." -Thayer W, WAU. 1/22/20 Attachments: RFI 175 - Civil - Bedrock Encountered in Water Line Trench - WAU Response.pdf BY RM Lydig Construction, Inc. Page 1 of 1 Printed On: 02/26/2020 09:36 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425)-881-2903 100TOT711,11 Project: 30129-43 - TFS#52 - GCCM 15447 65th-Ave S Tukwila, Washington 98188 Phone:3609072459 Fax:4258812903 Prime Contract Potential Change Order : CE #050 - RFl 0 : Struct - Top of Foundation Elevations TO: City of Tukwila FROM: Lydig Construction, Inc. - Bellevue Office 6200 Southcenter Boulevard 3180 139th Ave "SE - Suite 110 Tukwila Washington, 98188 Bellevue Washington, 98005 PCO NUMBER/REVISION: 044 /0 CONTRACT: 30129 - Tukwila Fire Station #52 - GCCM Prime Contract REQUEST RECEIVED FROM: CREATED BY: Alex Carey (Lydig Construction, Inc. - Bellevue Off) STATUS: Pending - In Review CREATED DATE: 2114 /2020 REFERENCE: PRIME CONTRACT #005 - Change Order #5 CHANGE ORDER: FIELD CHANGE: No LOCATION: ACCOUNTING Amount Based METHOD: SCHEDULE IMPACT: PAID IN FULL: No TOTAL AMOUNT: $937.85 POTENTIAL CHANGE ORDER TITLE: CE #050 -- RFI #065: Struct Top of Foundation Elevations CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #050 RFI #065: Struct - Top of Foundation Elevations The structural drawings show the elevation of footings to be at -8" typical The structural steel columns were designed for a -8" footing elevation. In order for the CMU block to be at the desired height architecturally, the footings would have to be at -6' . Spread footings were maintained at -8" for structural steel, and continuous footings were raised to -6". In order to make up the 2" change in elevation, the CMU blocks at the spread footings was revised to be a combination of 4" and 6" block height (10" total), instead of the 8" block height specified. Ref RFI 065 and 065.1. 1) Can't find the labor breakdown for this sub - please provide (again if you already sent before)- Labor Breakdown has been attached 2) The apprentice labor rate looks high (will verify with the labor rate breakdown) - See attached Labor Breakdown 3) The OH&P markup is calculated improperly as 10% and then 5% rather than 15% total. Need to revise- OH&P markup has been updated on revised COP ATTACHMENTS PCO 044- Combined.pdf RDM -Labor Rates 6.1.19.pdf CE #050 - RDM CO#01 (RF165) REV1.pdf tfs 52 - cc ccm-rfi 065-struct - top of foundation elevations-202002141715:odf tfs 52 gccm rfi 065 1 struct cmu starter course at spread footings-202002141714 pdf # Cost Codc Description Type Amount. 1 04--001-99- - BP-04 - Masonry Subcontractor RDM CO#Ot -Rev 1 Subcontractor $880.00 Subtotal: $880.00 Fee. -Self Perform Work: 16.00%Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. $ 0.00 Fee - Sub Tier Work: 4.60 %Applies to Subcontractor and Purchase Agreements. $ 39.60 GL Insurance: 0.76% Applies to all lineitem types. $ 6.90 P&P Bond: 0.76% Applies to all line item types. $.6.95 B&O Tax: = 0.47% Applies to all line item types. $ 4.40 Grand Total: $937.86 Lydig Construction, Inc, page 1 of 2 Printed On: 3/16/ 2020 03 :16 PM m Owner Signature Date Lydig Construction, Inc. page 2 of 2 Printed On: 3/16/ 2020 03 :16 PM /wmasonry, "Our Business is Building" [a] Lydig 2/14/2020 Attn: Total number of pages including cover: Alex Carey I Via: Change Order: Email RDIVI #01 Subject: prom: TFS 52 Darrin Stone Re: Impacts: RFI #065 Costs Labor Equipment 1 PM Hours @ $80.00 $80.00 Mixer days @ $75.00 2 Foreman hours @ $76.43 $152.86 2 Saw days @ $50.00 $100.00 Bricklayer hours @ $72.64 Scaffold days @ $100.00 2 Hodcarrier hours @ $66.18 $13236 Truck daXs @ $200.00 2 Apprentice hours @ $50.85 $101.70 Total Truck Driver hours @ $75.00 Total $466.921 Brick @ $1.10 90 Block@ $2.20 $198.00 Subtotal $764.92 Bags of mortar @ $5.95 P & OH 15% $114.74 Bags of 5rout @ $5.95 Total $198.00 Total this Change Order Please issue a change order in the amount above. Main Office: 13109 41st Ave Ne, Marysville, WA 98271 Office: (360) 653-1414 Fax: (360) 653-1440 Cell: (425) 328 0009 Email: darrin@rdmasonry.com Website: www.RDMasonry.com Labor Rate R & D Mason , Inc. 13109 41st Ave. N.E. Marysville, WA 98271 (360) 653-1414 (360) 653-1440 (FAX) Labor Rates as of 6/1/2019 Standard Rate Mason $1.00 Over $2.00 Over $3.00 Over Tender $1.00 Over $2.00 Over 11.00 Over Base Hourly Rate 41.95 42.95 43.95 44.951 40.36 41.36 42.36 43.36 5% Small Tools 2.10 2.15 2.20 2.25 2.02 2.07 2.12 2.17 FICA 3.21 329 3.36 3.44 3.09 3.16 324 3.32 State Unemployment 2.30 2.46 2.51 2.57 2.31 2.37 2.42 2.46 WA Family/Medical Leave 0.33 0.33 0.33 0.33 0.33 0.33 0.33 0.33 Federal Unemployment 0.25 026 0.26 0.27 0.24 0.25 - 0.25 0.26 Labor & Industries 4.03 4.16 4.16 4.16 4.16 4.16 4.16 4.16 Sick Leave 0.50 0.50 0.50 0.501 0.50 0.50 0.50 0:50 Liability Insurance 1.10 1.10 1.10 1.10 1.10 1.10 1.10 110 Health & Welfare 7.25 7.25 7.25 7.25 6.50 6.501 6.50 6.50 Apprentice Fund 0.871 0.87 0.87 0:87 1.04 1.04 1.04 1.04 Promotion & Support 0.51 0.51 0.51 0.51 Pension 8.24 8.24 8.24 8.24 4.54 4.54 4.54 4.54 TOTAL 72.64 74.05 75.24 76.43 66.18 67.37 68.56 69.75 Overtime Rate Mason Foreman IForeman Foreman Tender Foreman Foreman Foreman Base Hourly Rate 62.93 64.43 65.93 67.43 60.54 62.04 63.54 65.04 5% Small Tools 3.15 3.22 3.30 3.37 3.03 3.10 3.18 3.25 FICA 4.81 4:93 5.04 5.16 4.63 4.751 4.86 4.98 State Unemployment 3.45 3.69 3.77 3.86 3.46 3.55 3 63 3.72 WA Family/Medical Leave 0.33 0.33 0.33 0.331 0.33 0.33 0.33 0.33 Federal Unemployment 0.38 0.39 0.40 0.401 0.36 0.37 0.38 0.39 Labor & Industries 4.03 4.16 4.16 4.161 4.16 4.16 4.16 4.16 Sick Leave 0.50 0.50 0.50 0.50 0.50 0.50 0.50 0.50 Liability Insurance 1.10 1.10 1.10 1.10 1.10 1.10 1.10 1.10 Health & Welfare 7.25 7.25 7.25 7.25 6.50 6,501 6.50 6.50 Apprentice Fund 0.87 0.87 0.87 0.87 1.04 1.04 1.04 1.04 Promotion & Support 0.511 0.51 0.51 0.51 Pension 8.241 8.24 8.24 8.24 4.54 4.54 4.54 4.54 TOTAL 97.54 99.61 101.39 103.171 90.19 91.98 93.76 95.55 Overtime Differential 24.90 25.55 26.15 26.74 24.01 24.61 2520 25.80 Double-time Rate Mason Foreman IForeman Foreman Tender Foreman Foreman JEoreman Base Hourly Rate 83.90 85.90 87.90 89.90 80.72 82.72 84.72 86.72 5% Small Tools 4.20 4.30 4.40 4.50 4.04 4.14 4.24 4.34 FICA 6.42 6.57 6:72 6.88 6.18 6.33 6;48 6.63 State Unemployment 4.60 4.91 5.03 5.14 4.62 4.73 4.85 4.96 WA Family/Medical Leave 0.33 0.33 0.33 0.33 0.33 0.33 0.33 0.33 Federal Unemployment 0.50 0.52 0.53 0.54 0.48 0.50 0.51 0.52 Labor & Industries 4.031 4.16 4.16 4.16 4.16 4.16 4.16 4.16 Sick Leave 0.50 0.50 0.50 0.50 0.50 0.50 0.50 0.50 Insurance 1.10 1.10 1.10 1.10 1.10 1.10 1.101 1.10 Health & Welfare 7.25 T25 7.25 7.25 6:50 6.50 6.501 6.50 Apprentice Fund 0.87 0.87 0.87 0.87 1.04 1.04 1.04 1.04 Promotion & Support 0.51 0.51 0.51 0.51 Pension 8.24 8.24 8.24 8.24 4:54 4.54 4.54 4.54 TOTAL 122.44 125.15 127.53 129.91 114.20 116.58 118.96 121.34 Doubletime Differential 49.811 51.10 52.291 53.481 48.021 49,211 50.40 51.59 EITTWTV From: DarrinStone ^darh@rdmaso ry.cmn> Sent Wednesday, March 11,2D2O11:45AKH To: Alex Carey Subject: RE: TF5S2:Potential Change Order: #Q44 CE#O5O RF|#O6S:Stmct Top of Foundation Elevations Heiso7O%apprentice. Sothe $50is7O%mfJourneyman scale. DooiuStouc Project MuuoAm//Bsduzu1mc R&D Masonry, Inc. Office ]6O-853-1414,Cell 425-328-OU0Q A Veteran-Owned5inallBusiness "Our Business is Building" From: Alex Carey<ACarey@&ydig.conm Sent: Wednesday, March 11,2O2O1I:4OAM To: DarhnStone <danin@odmasonry.comx Subject: RE: TFS52:Potential Change Order: #O44:[E#D5O RF|#O65:Strunt Top ofFoundation Elevations I think they are looking for a labor rate breakdown for apprentice, to see where you came up with the $50.85 value. Alex Carey Senior Project Engineer Lydig Construction 30DGY&Ave SE, Ste l\8Bellevue, v/a9B005 From: Sent: Wednesday, March 11, 2020 11:32 AM To: Alex Carey Subject: RE: TFS 52: Potential Change Order: #044: CE #050 - RFI #065: Struct - Top of Foundation Elevations Sorry for the delay. See revised CO. Dorrin Stone Project Manager / Estimator R&D Masonry, Inc. Office 36O'653'1414,Cell 425'328-OOOy A Veteran-OwnedSinall Business 0 W Nos LYDIG Lydig Construction, Inc. Project: 30129-43 - TFS#52 - GCCM 3180 139th Ave SE, Ste 110 15447 65th Ave S Bellevue, Washington 98005 Tukwila, Washington 98188 Phone: (425) 885-3314 Phone:3609072459 Fax: (425) 881-2903 Fax: 4258812903 Struct - Top of Foundation Elevations TO: Lauren Rock (Weinstein A+U) FROM: Alex Carey (Lydig Construction, Inc. - Emma Nowinski (Weinstein A+U) Bellevue) Jose Lorenzo -Torres (Weinstein A+U) 3180 139th Ave SE - Suite 110 DATE INITIATED: 10/23/2019 Bellevue, Washington 98005 LOCATION: STATUS: Closed PROJECT STAGE: DUE DATE: 10/31/2019 SUB JOB: COSTIMPACT- No DRAWING NUMBER: LINKED DRAWINGS: COST CODE: SCHEDULE IMPACT. TBD SPEC SECTION: REFERENCE: RECEIVED FROM: Bryce Marion (Lydig Construction, Inc. - Bellevue Off) COPIES TO: Julie DeDonato (Ancona Projects LLC), Justine Kim (Shlels Obletz Johnsen), Don Lehman (Lydig Construction, Inc. - Bellevue Off), Jose Lorenzo -Torres (Weinstein A+U), Kiel Lunsford {Lydig Construction, Inc. - Bellevue Oft), Bryce Marion (Lydig Construction, Inc. - Bellevue Off), Emma Nowinski (Weinstein A+U), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. - Bellevue Off) Lydig would like confirmation of top of footing elevations throughout the building. Please reference the attachment for clarification on locations of each type of footing. 1. Please confirm that continuous footings highlighted in yellow have a top of footing elevation of 8" below slab on grade (ref. detail 61A456) 2. Please confirm that spread footings highlighted in blue will have a top of footing elevation of 8" below slab on grade (ref detail 1 O/S301) 3. Please confirm that spread footing highlighted in green below the elevator pit will have a top of footing elevation of 6'0" below slab on grade (ref RFI 048, detail 6/A504 and S201S) 4. Please confirm that continuous footing below GIL 8 wall will have a top of footing elevation of 1'0" below slab on grade (ref detail 1/A454) 5. Please confirm that continuous footing below turned down slab edge will have a top of footing elevation of 8" below slab on grade There will a step in footing elevation from 1' below slab on grade to 8" below slab on grade at GIL 7.6. Please provide a detail showing reinforcing requirements for step in footing at the locations indicated (4 ea). Attachments: RFI 065 - Struct - Too of Foundation Elevations.pdf Official Response: Jose Lorenzo -Torres (Weinstein A+U) responded on Thursday, October 31st, 2019 at 10:56AM PDT Refer to attached diagram and comments. J. Lorenzo -Torres, Weinstein A+L1 - 10/31/19 Attachments: RFI 065 - Struct - Tor) of Foundation Elevations WALI RgapgnapR2.pdf Official Response: Alex Carey (Lydig Construction, Inc. - Bellevue Office) responded on Tuesday, October 29th, 2019 at 5:03PM PDT Tukwila Fire Station 51 RFI 006.1 response attached. Attachments: TFS 51 - RFI 006.1.pdf Official Response: Jose Lorenzo -Torres (Weinstein A+U) responded on Tuesday, October 29th, 2019 at 4:49PM PDT Revised response to confirm that top of continuous footings should be at -6" below SOG as spread footings. J. Lorenzo -Torres, Weinstein A+U - 10129/19 Attachments: RF1 065 - Struct - Top of Foundation Elevations WALI Response Rl.pdf Official Response: Jose Lorenzo -Torres (Weinstein A+U) responded on Tuesday, October 29th, 2019 at 4:30PM PDT Refer to W A+U comments on the attached sheet. For additional reference please refer to RFI 006.1 for FS 51. Lydig Construction, Inc. Page 1 of 2 Printed On: 02/14/2020 09 :15 AM LYDIG J. Lorenzo -Torres, Weinstein A+U Attachments: RFI 065 - Struct - Lop _of Foundation Elevations WAURes onsedf FIVK*T- To-= Refer to attached diagram and comments. J. Lorenzo -Torres, Weinstein A+U - 10/31/19 Attachments: RFI 065 - Struct - Too of Foundation Elevations WAU Response R2.ndf .xJxDIN 5H Tukwila Fire Station 51 RFI 006.1 response attached. Attachments: TFS 51 - RFI 006.1.pd Revised response to confirm that top of continuous footings should be at -6" below SOG as spread footings. Lorenzo -Torres, Weinstein A+U - 10/29119 Attachments: RFI 065 - -Struct - Top of Foundation Elevations WAU Response Rl.pdf Refer to W A+U comments on the attached sheet. For additional reference please refer to RFI 006.1 for FS 51 J. Lorenzo -Torres, Weinstein A+U Attachments: RFI 065 - Struct - Top of Foundation Elevations WAU Res... M DATE COPIES TO Lydig Construction, Inc. Page 2 of 2 Printed On: 02114/2020 09:15 AM LYDIG Lydig Construction, Inc. Project: 30129-43 - TFS#52 - GCCM 3180 139th Ave SE, Ste 110 15447 65th Ave S Bellevue, Washington 98005 Tukwila, Washington 98188 Phone: (425) 885-3314 Phone:3609072459 Fax: (425) 881-2903 Fax:4258812903 Struct - CMU Starter Course at Spread Footings TO: Thayer Wild (Weinstein A+U) FROM: Alex Carey (Lydig Construction, Inc. - Jose Lorenzo -Torres (Weinstein A+U) Bellevue) Lauren Rock (Weinstein A+U) 3180 139th Ave SE - Suite 110 Emma Nowinski (Weinstein A+U) Bellevue, Washington 98005 DATE INITIATED: 12/16/2019 STATUS: Closed LOCATION: DUE DATE: 12/24/2019 PROJECT STAGE: COST CODE: SUB JOB: SCHEDULE IMPACT: No COST IMPACT. TBD SPEC SECTION: DRAWING NUMBER: S201RS201S REFERENCE: LINKED DRAWINGS: RECEIVED FROM: Darrin Stone (R & D MASONRY, INC.) COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Don Lehman (Lydig Construction, Inc. - Bellevue Off), Jose Lorenzo -Torres (Weinstein A+U), Kiel Lunsford (Lydig Construction, Inc. - Bellevue Ofo, Bryce Marion (Lydig Construction, Inc. - Bellevue Off), Emma Nowinski (Weinstein A+U), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. - Bellevue Of), Thayer Wild (Weinstein A+U) 7 'I Reference RFI 065 response. Spread footings are installed at -8" AFF as coordinated from structural drawings and RFI 065. Continuous footings are at eferer f -6" AFF per RFI 065. RFI 065 response clarified that a 2" concrete CMU block seat would be installed at spread footings so that CMU starter courses wouldb ould be at a consistent elevation between spread and continuous footings. In lieu of a 2" concrete seat, Lydig is proposing use of a combination of 4" 1 a and 6" CMU block at footing locations at -8" AFF elevation. Please confirm that this alternate solution is acceptable. Attachments: R Official Response: Lauren Rock (Weinstein A+U) responded on Tuesday, December 17th, 2019 at 9:45AM PST Alternate solution proposed is acceptable. D. Morrow Swenson Say Faget 12-16-2019 Attachments: RFI 065.1 - Struct - CMU Starter Course at Spread Footings SSF response.pdf I I All Replies: Alternate solution proposed is acceptable. D. Morrow Swenson Say Faget 12-16-2019 Attachments: RFI 065.1 - Struct - CMU Starter Course at Spread Footings SSF response.pdf BY DATE COPIES TO Lydig Construction, Inc. Page 1 of 1 Printed On: 02/14/2020 09:14 AM LYDIG PCO #046 Lydig Construction, Inc. Project: 30129-43 - TFS#52 - GCCM 3180 139th Ave SE, Ste 110 15447 65th Ave Bellevue, Washington 98005 Tukwila, Washington 98188 Phone: (425) 885-3314 Phone; 3609072459 Fax: (425) 881-2903 Fax: 4258812903 Prime Contract Potential Change rder 0 : C - RF1 3 : PRIORITY - Struct - Retaining Wall 7 & 8 Clarifications TO: City of Tukwila FROM: Lydig Construction, Inc. - Bellevue Office 6200 Southcenter Boulevard 3180 139th Ave SE - Suite 110 Tukwila Washington, 98188 Bellevue Washington, 98005 PCO NUMBER/REVISION: 04610 CONTRACT 30129 - Tukwila Fire Station #52 - GCCM Prime Contract REQUEST RECEIVED FROM: CREATED BY: Alex Carey (Lydig Construction, Inc.. - Bellevue Off) STATUS: Pending - In Review CREATED DATE: 2/21 /2020 REFERENCE: PRIME CONTRACT None CHANGE ORDER: FIELD CHANGE: _ No LOCATION: ACCOUNTING Amount Based METHOD: SCHEDULE IMPACT: PAID IN FULL: No TOTAL AMOUNT: $4,399.48 POTENTIAL CHANGE ORDER TITLE: CE #025- RFI #034: PRIORITY - Struct- Retaining Wall 7 & 8 Clarifications CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract is Changed As Follows) CE #025 - RFI #034• PRIORITY - Struct - Retaining Wall 7 &8 Clarifications Revision of wall rebar for wall #7 up to 11'6". Increase of wall thickness at 11'6" portion of wall 7 from 8 to 10" ATTACHMENTS: PCO 046-SP Combined.pdf _tfs 52 Qccm-rfi 034-priority - struct retaining wall 7 8-clarifications-202002211658:pdf # Cost Description Type Amount 1 03--001-99--BP-03-Structures Subcontractor CE#025-SP Subcontractor $4;128.14 Subtotal: $4.,128.14 Fee - Self Perform Work: 16.00%Applies to Labor, Materials, Equipment, Other, Overhead and Profit,. Unwritten Sub's/PA's, and Project Contingency. $-0:00 Fee -Sub Tier Work: 4.60% Applies to Subcontractor and Purchase Agreements. $ 185.77 GL Insurance: 0.76%Applies to all lineitem types. $32.35 P&P Bond: 0.76 % Applies to all line. item types. $ 32;60 B&O Tax: = 0.47% Applies to all line item types. $ 20.62. Grand Total: $4,399.48 Owner Signature M Lydig Construction, Inc. page 1 of 1 Printed On: 2/26/ 2020 09 :39 PM LY D i G PCO #046-SP Lydig Construction, Inc. Project: 30130-10 - TFS#52 - Self -Perform 3180 139th Ave SE, Ste 110 15447 65th Ave S Bellevue, Washington 98005 Tukwila, Washington 98188 Phone: (425) 885-3314 Phone: (360) 907-2459 Fax: (425) 881-2903 Fax: (425) 881-2903 Prime Contract Potential Change Order #046-SP: CE #025-SP- RFI03 PRIORITY - Struct - Retaining Wall 7 & 8 Clarifications TO: City of Tukwila FROM: Lydig Construction, Inc. - Bellevue Office 6200 Southcenter Boulevard 3180 139th Ave SE - Suite 110 Tukwila Washington, 98188 Bellevue Washington, 98005 PCO NUMBERIREVISION: 046-SP 10 CONTRACT: 1 - Tukwila Fire Station #52 - Self -Perform Prime Contract REQUEST RECEIVED FROM: CREATED BY: Alex Carey (LydigConstruction, Inc. - Bellevue Off) STATUS: Pending - In Review CREATED DATE: 2/21 /2020 REFERENCE: PRIME CONTRACT None CHANGE ORDER: FIELD CHANGE: No LOCATION: ACCOUNTING Amount Based METHOD: SCHEDULE IMPACT: PAID IN FULL: No TOTAL AMOUNT: $4,128.14 POTENTIAL CHANGE ORDER TITLE: CE #025-SP - RFI #034: PRIORITY- Struct- Retaining Wall 7 & 8 Clarifications CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract is Changed As Follows) CE #025=SP - RFI #034: PRIORITY- Struct - Retaining Wall 7 & 8 Clarifications RFI #034: PRIORITY- Struct- Retaining Wall 7 & 8 Clarifications ATTACHMENTS CE #025-SP Morse CO #7.pdf _CE #025-SP Morse CO 8 (RFI 34):pdf # Cost Code Description Type Amount 1 03--902.99- - Reber Sub Morse CO #8 (RFI 034) Subcontractor $ 2,067.00 2 03--902.99-.- Reber Sub Morse CO #7. Subcontractor $ 1,681.00 Subtotal: $3,748.00 Fee - Self Perform Work: 16.00%Applies to Labor, Materials, Equipment,Other, Overhead and Profit, Unwritten Sub's1PA's, and Project Contingency. $0.00 Fee.- Sub Tier Work:.8.00% Applies to Subcontractor and Purchase Agreements. $ 299.84 GL Insurance: 0.76 % Applies to all line item types. S30.36 P&P Bond: 0.76%Applies toall line Item types. $3059 B&OTax:= 0.47% Applies to all line item types. $.19.35 Grand Tctai: 54,128.14 Owner Signature Date Lydig Construction, Inc. page 1 of 1 Printed On: 2/21/ 2020 08 56 AM PROJECT:| Tukwila Fire Station #52 DATE: 11/8/2019 DESCRIPTION: # DESCRIPTION Extra Bar needed for modifications made in the field by Lyclig to the footing of retaining wall #7, replacing bar used from another element to finish the waIll. QUAN. UNIT PRICE EA SUB TOTAL ITEM #5 PT MATERIAL ALL $ $ ITEM #10 MISC. COST ALL $ Please sign your acknowledgement and acceptance of this change order. This form is required for ustoproceed with fabrication ofmaterial. Company Signature PROJECT: I Tukwila Fire Station #52 DESCRIPTION: # DESCRIPTION Per Don Lehman's request, Morse installed and field cut additional rebar at retaining wall 7 and walls at grid lines between 7-8 and D.9-F.I. Work performed on Saturday 11/23, premium time. QUAN. UNIT PRICE EA SUB TOTAL ITEM #5 PT MATERIAL ALL $ $ ITEM #9 MESH PLACING HOURS $ 88 $ Please sign your acknowledgement and acceptance of this change order. This form is required for ustoproceed with fabrication ofmaterial. Company Signature ' E'S NAME � ..RATE (Office Use) o ' su.b,..t-vwqcI, only that the t SU r ---: �✓� t t i Mpp 4 1 tit: UC`tii(i l7 U UV U He`3 I5U P1 IVK tU Allu I i"t Ab3 1-IVUKb AKt k4wKmtll I SIGNED} SIGNED Contractor or Reinforcing, LLC SHADED AREA (OFFICE USE ONLY) WHITE COPY - MORSE YELLOW COPY - CONTRACTOR LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone:3609072459 Fax: 4258812903 PRIORITY - Struct - Retaining Wall 7 & 8 Clarifications TO: Emma Nowinski (Weinstein A+U) FROM: David White (Lydig Construction, Inc. - Lauren Rock (Weinstein A+U) Bellevue) Jose Lorenzo -Torres (Weinstein A+U) (Response 3180 139th Ave SE - Suite 110 Required) Bellevue, Washington 98005 DATE INITIATED: 09/26/2019 STATUS: Closed LOCATION: DUE DATE: 10/03/2019 PROJECT STAGE: COST CODE: SUB JOB: SCHEDULE IMPACT. TBD COST IMPACT. TBD SPEC SECTION: DRAWING NUMBER: SH201, SH301, SH303 REFERENCE: LINKED DRAWINGS: RECEIVED FROM: Bryce Marion (Lydig Construction, Inc. - Bellevue Off) COPIES TO: Julie DeDonato (Ancora Projects ILLC), Justine Kim (Shiels Obletz Johnsen), Don Lehman (Lydig Construction, Inc. - Bellevue Off), Jose Lorenzo -Torres (Weinstein A+U), Kiel Lunsford (Lydig Construction, Inc. - Bellevue Off), Bryce Marion (Lydig Construction, Inc. - Bellevue Off), Emma Nowinski (Weinstein A+U), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. - Bellevue Off) Further Further clarification is needed on the Retaining Wall Schedule for Wall 7 and the location of the 2" increase in wall thickness in both Wall 7 & Wall 8, Per SSF's response in RFI 025, the footings for retaining walls at the property line were revised to allow for walls up to W-o" (15/SH301). After review, W �so all #7 will also ha ve sections that will be 1 V-6", which do not fall along the property line. The 1 V-6" sections of Wall #7 occur due to the bottom of footing elevations being at 96'to allow for adequate coverage of the footing below final grade. Please provide the follow: 1. The Retaining Wall Schedule shown in detail 8 on SH301 will need to be revised to include a design of footings for walls up to 11'4'. The revised Retaining Wall Schedule (15/SH301) also states that walls "Up to 11 are to be 10" wide. 2. Please provide dimensions locating the jogs in both Wall? & 8 from 8" to 10" and confirm that the jog is to occur on the north side of the wall. The south side of the wall is to be on one continuous plane. Please confirm and provide a detail. Please see attached SH202, SH301 and SH303 for more information. Attachments: RF1 034 - Struct - Retaining Wall 7 & 8 Clarifications. Of Official Response: Jose Lorenzo -Torres (Weinstein A+U) responded on Monday, September 30th, 2019 at 11:58AM PDT 1. We have included wall reinforcing and dimensions for up to 1 V-6". However since the grade a few feet from the corner is at 99'+, it is our opinion that the schedule information for the I O'wall is adequate for the site condition information provided. 2. For Wall #8, the 60' foot dimension from intersection to step is acceptable. For wall #7, step the wall at 30'from the intersection. The wall vertical reinforcing is to be maintained at the clear distance off the face of the wall at each wall thickness per the retaining wall details. The #4 horizontal bars should sweep across the jog in thickness. Where the horizontal reinforcing spacing varies across the jog, the bars should extend the straight development length of the bar beyond the jog. D. Morrow Swenson Say Faget 9-30-2019 Attachments: RF1 034 - Struct - Retaining Wall 7 8 Clarifications SSF response.p—df UVEM, rM Lydig Construction, Inc. Page 1 of 2 Printed On: 02/21/2020 08 :58 AM LYDIG 1. We have included wall reinforcing and dimensions for up to 11'-6". However since the grade a few feet from the corner is at 99'+, it is our opinion that the schedule information for the 10' wall is adequate for the site condition information provided. 2. For Wall #8, the 60'foot dimension from intersection to step is acceptable. For wall #7, step the wall at 30'from the intersection. The wall vertical reinforcing is to be maintained at the clear distance off the face of the wall at each wall thickness per the retaining wall details. The #4 horizontal bars should sweep across the jog in thickness. Where the horizontal reinforcing spacing varies across the jog, the bars should extend the straight development length of the bar beyond the jog. D. Morrow Swenson Say Faget 9-30-2019 Attachments: au COPIES TO Lydig Construction, Inc. Page 2 of 2 Printed On: 02/21/2020 08:58 AM LYDIG Lydig Construction, Inc. Project: 30129-43 - TFS#52 - GCCM 3180 139th Ave SE, Ste 110 15447 65th Ave S Bellevue; Washington 98005 Tukwila, Washington 98188 Phone: (425) 885-3314 Phone:3609072459 Fax: (425) 881-2903 Fax: 4258812903 TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 049 / 0 REQUEST RECEIVED FROM: STATUS: Pending - In Review r FROM: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 CONTRACT. 30129 - Tukwila Fire Station #52 - GCCM Prime Contract CREATED BY Alex Carey (Lydig Construction, Inc. - Bellevue Off) CREATED DATE: 2/24 /2020 PRIME CONTRACT None CHANGE ORDER: FIELD CHANGE: No LOCATION: ACCOUNTING Amount Based METHOD: SCHEDULE IMPACT: PAID IN FULL: No TOTAL AMOUNT: $3,270.72 POTENTIAL CHANGE ORDER TITLE: CE #082 - RFI #145: PRIORITY - Civil/Struct- RWL conflict with App Bay Continuous Footing CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #082 - RFI #145: PRIORITY - Civil/Struct - RWL conflict with ADD Bay Continuous Footing RFI #145 - Lower 46 LF of storm drain piping to avoid conflict with continuous footings along the east side of the apparatus bay ATTACHMENTS: CE #082 - 19-11 TFS52 COP #046 RFI #145 RWL and Footino Conflict.odf # Cost Code Description Type Amount 1 31--001-99- - Earthwork and Utilities subcontract Pellco COP 046 .Subcontractor $ 3,069.00 Subtotals $3;069A0 Fee - Self Perform Work: 16,00%Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's,and Project Contingency. $0:00 Fee -Sub Tier Work: 4,60 %Applies to Subcontractor and Purchase Agreements. $ 138.11 GL Insurance: 0.76% Applies to all line item types. $ 24.05 P&P Bond: 0.76%Applies to 211 line item types, $ 24.23 B&O Tax: = 0.47% Applies to all line item types. $ 1533 Grand Total: $3,270.72 Owner Signature Date Lydig Construction, Inc. page 1 of 1 Printed On: 2/24/ 2020 01 :50 PM Subcontractor CP Breakdown Summary Tukwila Fire Station 52 Cost Event #: Project No. 30129-43 CID 46 SUBCONTRACTOR: PELLCO Construction, Inc. Document Per RFI #145 - 46LF of storm needed to be lowered to DESCRIPTION OF WORK: avoid conflict with footing. Date: 1/3/2020 1. SUBCONTRACTOR'S DIRECT WORK I A. DIRECT LABOR COSTS Per Cost Breakdown Attached) A. $ 1,079 B. MATERIAL COSTS Per Cost Breakdown Attached) B. $ 750 C. EQUIPMENT COSTS Per Cost Breakdown Attached) C. $ 784 D. SUBTOTAL DIRECT WORK (Total A, B, C, and D Above) D. $ 2,613 II. SUBTLER SUBCONTRACTORS G. Subtler Subcontractor Cost (Subcontractor Estimates Attached) Direct Cost Fee 1 ) 1 $ 2) $ 3) 4) H. Subtotal Subcontractor Costs $ A. Fee on Direct Work (item E) B. Fee on Subtler Subcontractor Direct Costs (Item H) SUBTOTAL (Total of Parts 1, 11, 111 Above) Liability Insurance (1.15%) Bond Costs (1.0%) TOTAL (Total of Parts 1, 11,111, IV Above) 15% 8% $ 3,005 $ 35 COP CostBreakdown Project Name: Tukwila Fire Station 52 Project No. 30129.43 Contractor: PELLCO Construction, Inc COP Number: 46 Date: 1/3/2020 Contractor Ref. No. Description EWO 4480 Quantity Unit Type Labor Material Equipment Total Cost $ Unit $ Cost $ Unit $ Cost $ Unit $ Cost $ Operator 10 HR $77.05 $ 770.50 $ $ $ 77050 308 Ex 5 HR $ $ $70.43 $ 352.15 $ 35215 926 Loader 5 HR $ $ $61.70 $ 308.50 $ 308.50 Laborer 5 HR $61.67 $ 308.35 i $ - $ $ 308.35! 5/8" Crushed 7.5 TNS $ $40.00 $ 300.00 $ $ 300`.00 Gravel Borrow 15 TNS $ $30.00 $ 450.00 $ $450,00' F450 Crew Truck 5 HR $ $ - $24.68 $ 123.40 $ 123.40 $ $ $ $ $ Freight/Delivery Costs $ $ $ $ Labor Subtotal $ 1,078.86 $ 750.00 $ 784.06 Foreman $ - $ 750.00 $ 784.06 $' Lead Foreman $ $ Noncraft Labor Tutal Cost of Work $ $ 1078.85 $ - $' 2,61290' 19-11 TFS52 COP #045 RFI:#145 RWL and: Footing Conflict Page. of Issued 2J21/2020 xGla"API Project Name! Tukwila Fire Station #52 Project No: 30129.43 Contractor: PELLCO Trade" Position OPERATOR FOREMAN OPERATOR OPERATOR LABOR LABOR TEAMSTER TEAMSTER Rate Schedule Date` UNION 06/01/19 06101/19 06/01/19 06101/19 Prevailing Wage (incl. Benefits) $ 49.00 $ 46.60 $ 40.36 $ 41.13 1. Hourly Wage Rate $ 49.00 $ 45.50 $ 40:36 $ 41.13 2. Hourly Benefits $ 21:22 $ 21.22 $ 12,08 $ 20,46 SUBTOTAL $ 70.22 $ 66.72 $ 62.44 $ 61.69 $ $ $ $ $ Rate 3. FUI % of 1 0.80% $ 0.39 '$ 0.36 $ 0.32 $ 0.33 $ $ $ $ $ ` 4. FICA % of 1 6 20% $ 3.04 r$ 2.82 $ 2.50 $ 2.55 $ $ $ $ $ 5.MEDICARE %-of1 1,45% $ 071 $ 0.66 1 $ 0.59 $ 060 $ Is $ $ $ 6. SUI % of 1 (insert correct %to right) +5,63"/ $ 2.76 $ 2.56 $ 2.27 $ 2.32 $ - $ - $ $ $ 7. WC/PFAMUSICK $ 4.03 $ 3,92 $ 3.55 $ 3.781 $ 2.72 1 $ 2.90 $ 2:90 $ 272 $ 2.90 TOTAL (incl. payroll taxes) $ 81.161 $ 77.05 1 $ 61.67 1 $ 71.16 $ 2.72 $ 2.90 $ - 2.90 $ 2.72 $ 2.90 )v �rtiitr ..) 1.5x OVERTIME RATES"CALCULATE AUTOMATICALLY - V; 'atal S 109,1t0 10.3�,00 94,70 34.62 2.72 2.90;'.7''. '_00 2x DOUBLE TIME RATES. CALCULATE AUTOMATICALLY >ut� :riai 1 1:).22 112= 92 f.C? 102.72 1 GPti11,11 4fYlpti Only ._•,,• - .. _ .. Form Revised 3/19/2009 Issued 2/21/2020 131[ • 1111111« Project Name: Tukwila Fire Station 52 Project No: 30129-43 Contractor: PELLCO A Equipment Description & Specifications Incl. Attachment Descn Lion if a licable EXCAVATOR 304 B Manufacturer C Model # or Axle Config, Size, Capacity, etc. D Year E Power Mode (Diesel, Gasoline, Hydraulic, etc. F Blue Book Monthly Rate for E ui ment $ 2,441.12 G Blue Book Monthly Rate for Attachment $ 2,303.84 H Hourly Rate = (F + G) / 176 x Regional Adj. $': 26.96 I Hourly Operating Cost J Total Hourly Rate _ H + 1 $ 12.52 $ 39.48' EXCAVATOR 308 $ 5,783.36 $ 2,303.84 $ 45.95 $ 24.48 $ 70.43 EXCAVATOR 320 $ 9,896.48 $ 2,303 84 $69.32 $ 49.24 $ 118.56 EXCAVATOR 336 $ 14,887.84 $ 2,303.84 $ 97.68: $ 80.76 $ 178.44 LOADER 924 $ 5,702.40 $< 32A0' $ 30.88 $ 63.28` LOADER 926 $ 5,676.00 $ 32.25s $ 29.45 $ 61.70; CREW TRUCK F-450 $ 1,261_92 $' 7,17' $ 17.51 $ 24.68' ROLLER $ 3,935.36 $ 22.36 $ 29.20 $ 51.56 DOZER $ 6,323.68 $` 35.93 $ 37.66 $ 73.59+ BOB CAT $ 2,737.15 $ 15.55 $ 14.98 $ 30.53`- Hitachi ZX85 $ 4,917.92 $ 2,303.84 $` 41.03" $ 22.80 $ 63.83 $ $ $' $ $' $ Revised.3/19/2009 Issued 2/21/2020 13036 BEVERLY PARK ROAD MUKILTEO, WA 98275 (425)265-7211 FAX (425) 265-7215 ONTRACTOR'S OUR JOB NAME JOB NO. DATE. Lo THIS IS TO AUTHORIZE WORK TO BE PERFORMED AS: (CHECK ONE) EXTRA WORK TO OUR CONTRACT. TIME AND MATERIALS STRAIGHT TIME RATE OVERTIME RATE CONTRACTOR'S P.O. NO. PREMIUM TIME ONLY A DESCRIPTION OF WORK: 0 -To tvi -t k s- v-&- cf c ea -in I 4t:� R.AllimlAn"IYA Bill r400 Nil were used and . ......... .. N, -4 SIGNED documents, and request a change dir adjustment. BY — WiMiM, LYDIG Lydig Construction, Inc. Project: 30129-43 - TF5#52 - GCCM 3180 139th Ave SE, Ste 110 15447 65th Ave S Bellevue, Washington 98005 Tukwila, Washington 98188 Phone: (425) 885-3314 Phone:3609072459 Fax: (425) 881-2903 Fax:4258812903 PRIORITY - Civil/Struct - RWL conflict with App Bay Continuous Footing TO: Emma Nowinski (Weinstein A+U) FROM: Alex Carey (Lydig Construction, Inc. - Thayer Wild (Weinstein A+U) Bellevue) Lauren Rock (Weinstein A+U) 3180 139th Ave SE - Suite 110 DATE INITIATED: 12/1812019 Bellevue, Washington 98005 LOCATION: STATUS: Closed PROJECT STAGE: DUE DATE: 12/26/2019 SUB JOB: COST CODE: COST IMPACT- TBID SCHEDULE IMPACT. TBID DRAWING NUMBER: C2.0 SPEC SECTION: LINKED DRAWINGS: REFERENCE: RECEIVED FROM: Jeff Lord (PELLCO CONSTRUCTION INC.) COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Don Lehman (Lydig Construction, Inc. - Bellevue Off), Jose Lorenzo -Torres (Weinstein A+U), Kiel Lunsford (Lydig Construction, Inc. - Bellevue Oft), Bryce Marion (Lydig Construction, Inc. - Bellevue Off), Emma Nowinski (Weinstein A+U), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. - Bellevue Off), Thayer Wild (Weinstein A+U) ZM= SEE=== IN= Clarification is needed to clear conflicts with rain water leader/storm drain pipe and continuous footings in the apparatus bay. The east apapratus bay continuous footing is installed per 8/S301. Top of footing is at -8" AFF (110.33'). The footing is 1'6" thick, resulting in bottom of footing at 108.83'. The storm drain line from SDCO #14 to the rain water leader connection was ran at 2% slope resulting in an IE of 108.71' at the intersection of the continuous footing. This results in a conflict with the footing and storm drain line. A possible solution to clear the footing with the storm drain pipe is to reduce the slope of the storm line between the building connection and SDCO #14, and relay the 46 LF of SD pipe and also lower the 1E of the connection at the building. Please advise how to clear conflicts with storm drain line and app bay continuous footing at the location shown in the attachment, Attachments: RFI 145 - Civil-Struct - RWL Conflict with _App_Bay _Continuous Footing &df Official Response: Thayer Wild (Weinstein A+U) responded on Thursday, December 19th, 2019 at 1:01PM PST LPD Response: Remove and relay the 46-foot section upstream of SID #14.The slope will be flatter to pass under the footing, so use 6-inch pipe. 46LF -6" SD @ 0.5010.IE at the footing: 108.23. Install Conc or CDF and 8" DIP Pipe Sleeve under the footing per Structural Detail 17, Sheet S301. M. Servizi, LPD Engineering Attachments: RFI 145 - Civil-Struct - RWL Conflict with App Bay Continuous Footing - LPD Response.pdf I I All Replies: LPD Response: Remove and relay the 46-foot section upstream of SD #14.The slope will be flatter to pass under the footing, so use 6-inch pipe. 46LF -6" SD @ 0.50%.IE at the footing: 108.23. Install Conc or CDF and 8" DIP Pipe Sleeve under the footing per Structural Detail 17, Sheet S301, M. Servizi, LPD Engineering Attachments: RFI 145 - Civil-Struct - RWL Conflict with ADD Bay Continuous Footing - LPQ Response,pdf MN DATE Lydig Construction, Inc. Page 1 of 1 Printed On: 02/24/2020 01:30 PM LYDIG Lydig Construction, Inc, Project: 30129-43 - TFS#52 - GCCM 3180 139th Ave SE, Ste 110 15447 65th Ave S Bellevue, Washington 98005 Tukwila, Washington 98188 Phone: (425) 885-3314 Phone: 3609072459 Fax: (425) 881-2903 Fax: 4258812903 Prime Contract Potential Change Order #5 CE #03 - RFl1 : Civil - Existing Drain at West Endof Wall # TO: City of Tukwila FROM: Lydig Construction, Inc. - Bellevue Office 6200 Southcenter Boulevard 3180 139th Ave SE Suite 110 Tukwila Washington, 98188 Bellevue Washington, 98005 PCO NUMBER/REVISION: 050 / 0 CONTRACT- 30129 - Tukwila Fire Station #52 - GCCM Prime Contract REQUEST RECEIVED FROM: STATUS: Pending - In Review REFERENCE: FIELD CHANGE: No LOCATION: SCHEDULE IMPACT: CREATED BY: Alex Carey (Lydig Construction, Inc. - Bellevue Off) CREATED DATE: 2/24 /2020 PRIME CONTRACT None CHANGE ORDER: Amount Based m TOTAL AMOUNT: $4,682.82 POTENTIAL CHANGE ORDER TITLE: CE #083 - RFI #146: Civil - Existing Drain at West End of Wall #8 CHANGE REASON: Existing Condition POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #083- RFI #146: Civil - Existing Drain at West End of Wall #8 RFI #146 - Connection of an existing retaining wall drain between Wall #9 and CoT parking lot into storm drain structure SD #7. ATTACHMENTS: tfs 52 gccm-rfi 146-civil - existin4 drain at west end of wall 8-202002242131:Ddf CE #083 - 19-11 TFS52 COP #047 - RFI 146 Tie in Existing Wall Drain,pdf # Cost Code Description Type Amount 1 31--001.99-.- Earthwork and. Utilities. subcontract Pelico COP #047 Subcontractor $4,394.00 Subtotal: $4,394Z Fee - Self Perform Work: 16,00%Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's1PA's, and Project Contingency, $ 0:00 Fee - Sub Tier Work; 4.60 % Applies to Subcontractor and Purchase Agreements. $ 197.73 GL Insurance: 0.76% Applies to all line Item types. $ 34A4 P&P Bond: 0.76 % Applies to all line item types. $34.70 B&O Tax: =0,47% Applies to all line Item types. $21.95 Grand Total: $4,682.82. Owner Signature Date Lydig Construction, Inc. page 1 of 1 Printed On: 2/24/ 2020 01 :48 PM Subcontractor CP Breakdown Summary Tukwila Fire Station 52 Cost Event #: Project No. 30129-43 SUBCONTRACTOR: PELLCO Construction, Inc. •. #: A. DIRECT LABOR COSTS B. MATERIAL COSTS C. EQUIPMENT COSTS D. SUBTOTAL DIRECT WORK Per RFI #146 -- Existing wall drain at south block wall had to be ran under wall 9 and tied in at SD#7. Per Cost Breakdown Attached) Per Cost Breakdown Attached) Per Cost Breakdown Attached) (Total A, B, C, and D Above) G. Subtler Subcontractor Cost (Subcontractor Estimates Attached) I ) 2) 3) 4) H. Subtotal Subcontractor Costs A. Fee on Direct Work (item E) B. Fee on Subtler Subcontractor Direct Costs (Item H) SUBTOTAL (Total of Parts 1, 11, 111 Above) Liability Insurance (1.15%) Bond Costs (1.0%) TOTAL (Total of Parts 1, 11, 111, IV Above) Date: 1 /7/20-1 /8/20 A. $ 1,95C B. $ 1,129 C. $ 661 D. $ 3,740 Direct Cost $ 15% $ 561 8% $ $ 4,301 $ 49 $ 43 TOTAL COP Cost Breakdown Project Name: Tukwila Fire Station 52 Project No. 30129-43 Contractor: PELLCO Construction, Inc COP Number: 47 Date: 117/20.118/20 Contractor Ref. No. Description EWO 5376 Quantity Unit Type Labor Material Equipment Total Cost $ - Unit $ Cost $ - Unit $ Cost $ Unit $ Cost $ Operator Foreman 2 HR $81,15 $ 162,30 $ $ $ 162.30 Operator 2 HR $77.05 $ 154A0 $ $ $ 154A0 Laborer 2 HR $61.67 $ 12134 $ $ $ 123,34 Laborer 2 HR j $61.671 $ 123.34 $ - $ $ 123,34 6" Fernco 1 EA $ - $12.61 $ 12.61 $ $ 12.61 6" 22 1/2 bend 1 EA $ $19.81 $ 19.81 $ $ 1981. Pipe 20 LF $ $1.98 $ 39.60 $ $ 39.60 EWO 5377 $ $ $ $ - 308 Excavator 5 HR $ $ $70.43 $ 352.15 $ 352.15 Operator 5 HR $77.05 $ 385,25 $ $ - $ 386,25 926 Loader 5 HR $ - $ $61.70 $ 308.50 $ 308.50 Operator 5 HR $77.05 $ 385,25 $ $ $ 385.25 Laborer 5 HR $61.67 $ 308.35 $ $ $ 308.35 Laborer 5 HR $61.67 $ 308.35 $ $ $ 308.36 Pipe 25 LF $ - $1.98 $ 49.50 $ $ 49.50 6" Sand Collar 1 EA $ $32.62 $ 32.62 $ $ 1 32.62 5/8" Crushed Rock Pipe Bedding 7.5 TNS $ $40.00 $ 300= $ $ 300:00 Gravel Borrow 22.5 TNS $ $30.00 $ 675,00 $ $ 675.00 I$ $ $ $ $ $ $ $ $ $ $ Freight/Delivery Costs I$ $ $ $ Labor Subtotal $ 1,960.28 $ 1,129.14 $ 660.66 Foreman $ - $ 860.65 $ ,Lead Foreman $ $ FN.o TotalCost -4 L 1'$ - 1 $ 1,960.28 $ - $ 3,740.07 19.11 TFS52 COP #047 - RIFI 146 - Tie in Existing Wall Drain Page _ of - Issued 2/2112020 Project Name: Tukwila Fire Station #52 Project No: 30129.43 Contractor: PELLCO Trade & Position OPERATOR FOREMAN OPERATOR OPERATOR LABOR LABOR TEAMSTER TEAMSTER Rate Schedule Date' UNION 06/01/19 06/01/19 06/01/19 06/01/19 Prevailing Wage (incl. Benefits) $ 49.00 $ 46.50 $ 40.36 $ 41.13 1, Hourly Wage Rate $ 49.00 $ 4550 $ 40.36 $ 41.13 2. Hourly Benefits $ 21.22 $ 21,22 $12.08 $ 20.46 SUBTOTAL $ 70.22: $ 66.72 $ 62.44 $ ' 61.69 $ $ $ $ $ Rate 3. FUI % of 1 0.80% $ 0.39 $ 0.36 $ 0.32 $ 0.33 :$ $ $ ', $ $ r 4. FICA % of 1 6.20% $ ` 3,04 i$ 2.82 $ 2.50 $ 2.55 $ $ Is - $ - $ 5. MEDICARE %of 1 1.45% $ ' 0.71 $ 0.66 $ 0.59 $ 060 $ $ $ $ $ 6. SUI % of 1 (insert correct % to right) 5,63% $ - 2.76' I$ 2.56 $ 227 $ 2,32 $ $ $ , $ $ 7. WC/PFAMUSICK $ 4.03 $ 3;92 $ 3.55 $ 3,78 $ 2:72 $ 2,90 $ Z90 $ 2.72 $ 2:90 TOTAL (incl, payroll taxes) $ 81.15 :$ 77.05 $ @1.07 $ 71.16 $ 2.72 $ 2.90 $ 280 $ 2.72 $ 2.90 2vor,'lm.0a�t.:�x : OVERTIMESRATES CALCULATE AUTOMATICALLY .-. 21 ... ._ 13...z1 94t 72. 3;}.Ff7 v _.lt+ JC pry c2:i1 109:1Q 1Ct:t.l,`Q a�.IQ. 9t.G2 5 2.72 2.Q0 5 2.QQ 3 2.72 :a.QQ )uukrle Twn., (,:), 2�: DOUBLETIME RATES CALCULATE AUTOMATICALLY ibt©t.,�l '115.2.2 I i4.2'G 92_50 t 102.72 - - - f �sil 3 137.05 128,05 i07.72 2.94 Z.i#Q 2.72 S 3.=,3C7 DT t rcenurn '1:anion,,n1,,i t s _ :_. `s' .' _':' •, is 2 = tr,. - e. - - - - i1raniuirn r urtibn only Form Revised 3/1912009 Issued 2/21/2020 Project Name: Tukwila Fire Station 52 Project No: 30129-43 Contractor: PELLGO A Equipment Description & Specifications Incl. Attachment Description, if applicable) EXCAVATOR 304 B Manufacturer C Model # or Axle Config, Size, Ca aci etc. D Year E Power Mode (Diesel, Gasoline, H draulic etc. F Blue Book Monthly Rate for E ui ment $ 2,441.12 G Blue Book Monthly Rate for Attachment $ 2,303.84 H Hourly Rate = (F + G) / 176 x Regional Adj. $ 26,96 I Hourly Operating Cost J Total Hourly Rate = H + 1 $ 12.52 $ 39.48 EXCAVATOR 308 $ 5,783.36 $ 2,303.84 $ 45,95' $ 24.48 $ 70.43 EXCAVATOR 320 $ 9,896.48 $ 2,303.84 '$ 69,32 $ 49.24 $ 118.56 EXCAVATOR 336 $ 14,887.84 $ 2,303.84 $ 97.68; $ 80.76 $ 178.44 LOADER 924 $ 5,702.40 $ 32.40 ` $ 30.88 $ 6328' LOADER 926 $ 5,676.00 $ 32.25 $ 29.45 $ 6170'' CREW TRUCK F-450 $ 1,261.92 $ 7.17' $ 17.51 $ 2468 ROLLER $ 3,935.36 $ 22.36 ` $ 29.20 $ 51.56' DOZER $ 6,323.68 $ 35,93' $ 37,66 $ 73.69= BOB CAT $ 2,737.15 $ 15.55 $ 14.98 $ 3053- Hitachi ZX85 $ 4,917.92 $ 2,303.84 r$ 41.03' $ 22.80 $ 63.83= $ $ $ $ $ $ $ $ $ $ Is Revised 3/19/2009 Issued 2/21/2020 ppppp- OK AUTHORIZATION FOR 13036 BEVERLY PARK ROAD MUKILTEO, WA 98275 (425) 265-7211 FAX (425)265-7215 ■ e e CONTRACTOR'S NAME r OUR JOB NAME JOB NO. Nf I DATE 1— -7— 2 THIS IS TO AUTHORIZE WORK TO BE PERFORMED AS: (CHECK ONE) EXTRA WORK TO OUR CONTRACT TIME AND MATERIALS STRAIGHT TIME RATE OVERTIME RATE CONTRACTOR'S P.O. NO. PREMIUM TIME ONLY DESCRIPTION OF WORK:D✓ -t it I', 1 I # r •• r w, •-• rI i a m in•• r t • o_ ..t C t t{ Y w• t t . t. i t, i ♦ ..+f I ,.. *.. t f; wereused and N. ... r �. ■ � s. . (. r ! •' �wk !�" 'wf ::.1 tP 7 � � y � a a T /!+ $ � r� �1i.c ric.t_l..'�u�1�1as�I`41�T..��L°i��.1�.t,�utw�;il�"t'17r�t�1+.�.■ �' - 1!•4-i SIGNED 13036 BEVERLY PARK ROAD MUKILTEO, WA 98275 (425) 265-7211 FAX (425) 265-7215 OUR JOB NAME I `y 5'f -fs d✓L JOB NO. t _ J _ DATE EXTRA WORK TO OUR CONTRACT. TIME AND MATERIALS STRAIGHT TIME RATE OVERTIME RATE CONTRACTOR'S P.O. NO. PREMIUM TIME ONLY DESCRIPTION OF WORK: 4ua ICcc E :.— eL.j sk 11 d,co,- -Tt GB • • • y e- • •; -• r •- l a r; 23 [,+ i . .. •. gig. irk.. • LYDIG Lydig Construction, Inc. Project: 30129-43 - TFS#52 - GCCM 3180 139th Ave SE, Ste 110 15447 65th Ave S Bellevue, Washington 98005 Tukwila, Washington 98188 Phone: (425) 885-3314 Phone:3609072459 Fax: (425) 881-2903 Fax: 4258812903 Civil - Existing Drain at West End of Wall #8 TO: Emma Nowinski (Weinstein A+U) FROM: Alex Carey (Lydig Construction, Inc. - Lauren Rock (Weinstein A+U) Bellevue) Thayer Wild (Weinstein A+U) 3180 139th Ave SE -Suite 110 DATE INITIATED: 12/30/2019 Bellevue, Washington 98005 LOCATION: STATUS: Closed PROJECT STAGE: DUE DATE: 01/06/2020 SUB JOB:: COST CODE: COST IMPACT. TBD SCHEDULE IMPACT: TBD DRAWING NUMBER: C2.0 SPEC SECTION: LINKED DRAWINGS: REFERENCE: RECEIVED FROM: Kim Alseth (PELLCO CONSTRUCTION INC.) COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Don Lehman (Lydig Construction, Inc. - Bellevue Off), Kiel Lunsford (Lydig Construction, Inc. - Bellevue Off), Bryce Marion (Lydig Construction, Inca- Bellevue Oft), Emma Nowinski (Weinstein A+U), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. - Bellevue Oft), Thayer Wild (Weinstein A+U) Clarification larification is needed for reconnection of existing footing drain near the west end of wall #8. Per RFI 015 response part 3, "if construction work impacts I nt t' t the drain, than connect it to the proposed foundation drain for Wall #8." The existing drain is lower in elevation than the footing drain for wall #8. 0 1 11 t Additionally, the -ation for the existing 'd 'q, Y, Add' a e existing drain is 6" ADS pipe and the footing drain at wall #8 is 4" PVC perforated pipe. A possible connection location drain is , to S 4 , drain is into SD #7 to the north of the existing location. Please advise on the connection location for the existing drain. 7t Attachments: RFI 146 - Civil - Existing Drain at West End of Wall #8.pd Official Response: Thayer Wild (Weinstein A+U) responded on Friday, January 3rd, 2020 at 5:49PM PST Connect to SD #7. See attached Plan. M. Servizi 1-3-2020 Attachments: RFI 146—Civil - Existing Drain at West End of Wall #8 - LPD REsponse.pdf All Replies: ggg Connect to SD #7. See attached Plan. M. Servizi 1-3-2020 Attachments: RFI 146 - Civil - Exisfina Drain at West End of Wall #8 - LPD REsponse.pd BY COPIES TO Lydig Construction, Inc. Page 1 of 1 Printed On: 02/24/2020 01:31 PM LYDIG Lydig Construction, Inc. Project: 30129-43 - TFS#52 - GCCM 3180 139th Ave 'SE, -Ste 110 15447 65th Ave S Bellevue, Washington98005 Tukwila, Washington98188 Phone: (425) 885-3314 Phone: 3609072459 Fax: (425) 881-2903 Fax: 4258812903 Prime Contract Potential Change Order 1: CE #072 - I- 7b - Schindler Elevator Revision Electrical TO: City of Tukwila FROM: Lydig Construction, Inc: - Bellevue Office 6200 Southcenter Boulevard 3180 139th Ave SE Suite 110 Tukwila Washington, 98188 Bellevue Washington, 98005 PCO NUMBER/REVISION: 051 / 0 CONTRACT 30129 - Tukwila Fire Station #52 - GCCM Prime Contract REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: CREATED BY Alex Carey (Lydig Construction, Inc. - Bellevue Off) Pending - In Review CREATED DATE: 3/2/2020 m PRIME CONTRACT #005 -'Change Order#5 CHANGE ORDER: Amount Based No TOTAL AMOUNT: $7,073.26 POTENTIAL CHANGE ORDER TITLE: CE #072 - ASI-007b - Schindler Elevator Revision - Electrical CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #072 ASI-007b- Schindler Elevator Revision - Electrical ASI-007b Electrical revisions Code required electrical revisions, including addition of lighting, outlets, raceways in the elevator shaft PCO Comments Please provide backup for $92.98 rate - looks about right for electrician but would like backup for this sub - wage rate is now included Direct Supervision markup is not allowed - direct supervision markup is removed Safety markup is not allowed - safety markup is removed Small tools markup is not allowed - small tools markup is removed Cannot calculate to pricing shown for "Quoted Materials". doesn't equal direct costs without freight (as that is added below), nor costs plus tax. Please review. ATTACHMENTS: PCO 051 - Combined.odf ,CE 072 - COR005.1 - PCEC:pdf !PCEC Wage Rates.pdf ASI-007b Schindler Elevator Revision Electrical;odf # Cost Code Description Type Amount 1 26--001-99. - BP-11.-Electrical Subcontractor PCEC COR 005. Subcontractor $6,637.00 Subtotal: $6,637.00 Fee -Self Perform Work: 16.00 %Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub'SIPA's, and Project Contingency. $ 0,00 Fee - Sub. Tier Work:4.60% Applies to Subcontractor and. Purchase Agreements. $ 298.67 GL Insurance: 0,76%Applies to all line Item types. $ 52.02 P&P Bond: 0.76%Applies to all line item types. $ 52.41 B&O Tax: a 0.47%Applies to all line Item types. $33.16 Grand Total: $7,073.26 Lydig Construction, Inc. page 1 of Printed On: 3/16/ 2020 03 :18 PM LYDIG Owner Signature Lydig Construction, Inc. page 2 of 2 Printed On: 3/16/ 2020 03:18 PM PACIFIC COAST ELECTRICAL CONTRACTORS. INC. ;V66i? 16620 North Road * Bothell, Washington 98012-5908 TEL (425) 741-2700 * FAX (425) 741-2600 March 3, 2020 Lydig Construction 3180 139th Ave SE, Suite 110 Bellevue, WA 98005 Attn.: Kiel Lunsford RE: Tukwila Fire Station 52 Tukwila Fire Station 52 CCIP# CCD# RFI# PCEC RFl# PCEC COR# 005.1 Dear Kiel Pacific Coast- lectrical Contractors, Inc. is pleased to quote a lump sum additive change order price for the above referenced work as described on our attached worksheets in the amount of $6,637.00 We will not proceed with this change to our work until directed by Lydig Construction Light fixtures and equipment will not be released for production or canceled as appropriate until receipt of written notice to proceed with this work. Our schedule maybe impacted due to this revision We will advise shipping schedules after direction has been provided to us. Our proposal is based upon completing all work during normal working hours: All general clarifications and exclusions on our bid day proposal apply to this proposal. Proposal is valid for 30 days unless required otherwise within the contract documents. We will require an additional 0 days added to our schedule after receipt of written approval and required material products for this change to our scope of work. Thepricing of this change order is based solely on direct cost elements such as labor, material, and normal markups, and does not include any amount for changes in the sequence of work delays, disruption, rescheduling, extended overhead acceleration; andlor impact cost, which it is not possible to assess at the present time. Right is expressly reserved to make claim for any and all of these related items of compensable cost overruns prior to final settlement of this contract. I hope our pricing meets your expectations for the required change to our work. Please feel free to call should you have any questions regarding this change proposal. Sincerely, Scott Driscoll Project Manager Enclosures: ( 9 ) worksheets Pese Pacific Coast Electrical Contractors, Inc. Sub Contractor Breakdown Summary Project Name: Tukwila Fire Station 52 COP# PCEC Job No.: 19066 PCEC COR#00.6.1 Work Revised Pricing for ASI-07B Elevator Changes Date: 313/2020 Description: CCD# RFI# 1. CRAFT LABOR COSTS (includes payroll taxes & burden) PCEC RFI# a. craft labor costs from breakdown $ 92.98 29.00 Hrs. Normal Time b, craft labor costs from breakdown $ 127.03 0.00 Hrs. OT 1-1/2 Time c. craft labor costs from breakdown $ 161.09 0.00 Hrs. OT 2 Time d. craft labor costs from breakdown $ 104.75 0.00 Hrs. 2nd Shift Time e. craft labor costs from breakdown $ 114.36 0.00 Hrs. 3rd Shift Time DIRECT LABOR SUBTOTAL $ 2,696.42 Supervision d. direct supervision 0% (of direct labor) $ - e.. safety 0% (of labor) $ f. travel (if applicable, itemize) parking $ 1. CRAFT LABOR COSTS $ 2,696.42 2. MATERIAL COSTS a. scheduled material $ 1,246.37 d. permits $ b. quoted material $ 1,180.18 e. dumpster $ c. freight $ 25.00 f. coordination drawings $ 2. MATERIAL COSTS $ 2,451.55 3. EQUIPMENT COSTS a. owned equipment (Spec approved source) $ - $ b. rental equipment (per invoices attached) $ - $ 3. EQUIPMENT COSTS $ 4. SMALL TOOLS a. small tools 0% (of direct labor) 4. SMALL TOOLS $ 5. OVERHEAD AND PROFIT a. 15% overhead & profit of I b. 15% overhead & profit of 2, 3 & 4 5. OVERHEAD & PROFIT $ 772.20 6. SUBCONTRACTORS a. Guardian Security $ 484.00 b. $ C. $ d. $ 6. SUBCONTRACTORS 7. 0 & P ON SUBCONTRACTORS a. 8% overhead & profit of 6 7. 0 & P ON SUBS 8.INSURANCE /TAXES a. volume driven liability insurance 1.00% (of I through 7) $ b. Bonding 2.00% (of I through 7) $ c. State B&O Tax 0 (of 1 through 7) $ d. City B&O Tax 0 (of I through 7) $ 8. INSURANCE 9. 0 & P ON INSURANCE / TAXES a. 0% portion of 8 9. 0& P ON INS/ TAX TOTAL COST 1 THRU 8 $ 484.00 $ 3872 64.43 130.15 $ 194.58 $ 6,637.00 Job Name: FS#52 Tukwila Job Number: 1429 Material Filter: <None> Extension Name: COR [Items and ByProducts] Report: COR 2/1 Item # Item Name Quantity Price U (I Ext Price Labor U Labor Ext Label Set: Combined, Combined, Combined, Combined, Combined $1,420.31 32.54 68 12 THHN CU STRANDED 223.00 < $148.52 M $33.1211mm 1.34 70 8 THHN CU STRANDED 88.00 • $367 56, M $32.35 M 0.79 71 6 THHN CU STRANDED 244.00 $628.36 M $153.32 # M 2.68 1,047 3/4 EMT 45 00 : $1.5 15-C $69.82 C 2.25 1,048 1 EMT 30 00 $258.48; C $77.54 C 1.65 1,072 1 EMT 45 ELBOW 1.00. $819.20 C $8.19 E 0.25 1,188 3/4 EMT CONN S/C 10 00 ... $564.43. C $56.44 @ E 3.00 1,189 1 EMT CONN S/C 200 $835.77 C $16:72 5 E 0.70 1,319 3/4 EMT COUPL S/C 5.40 . $662.a8 C $35.77 E 0.76 1,320 1 EMT COUPL S/C 3.60 . $986.95� C $35.53 6 E 0.58 1,458 3/4 EMT 1 HOLE STP/STL 6.30.- $27.4B C $1.73" ! s C 0.25 1,459 1 EMT 1 HOLE STP/STL 4.20 $48.65' C $2.04 + > C 0.17 3,800 1/4-20 X 3/4 RH MACH SCREW 10 50 $4.56 C $0.48 C 0.29 3,961 1/4-20 X 1 CAP SCREW 400 C $0.22 C 0.11 4,037 8 X 1/2 HEX HD DRLTEK SCR 12 00 $7:66 C $0,92 : s C 0.60 4,194 8 X 1/2 HEX HD TAP SCR 6 00 $2 93; C $0.18 + Q C 0.30 4,277 1/4 X 1-1/2" FENDER WASHER 4.00 $12194: C $488 + + C 0.03 4,292 1/4 FLAT CUT WASHER - ZINC 10 50 $419 C $0 43 + C 0.07 4,366 1/4"x2-1/4" SLEEVE ANCHOR 400 $107.05' C $4.28 + C 0.64 4,376 1/4 MACHINE BOLT ANCH 10.50 $1358 C $1A3 + C 1.68 4,552 3/8" WASHER 4.00::.* $93 36 C $3.73 + 7+ C 0.03 4,626 BOX SUPPORTS -CLIP ON 1.00 $0.00 C $0.00 +0 C 0.06 4,752 1-5/8 SLOT STRUT CHNL 12 G, 2.00 . $300.56' C $6:01 + C 024 4,796 1/4" SPRING NUT 4.00 $M:.20 C $21.89 + C 0.24 6,516 1/2 FLEX STEEL 3.00 .. $98.98 C $2.97 g C 0.12 6,576 1/2 FLEX 2 SCREW CONN 1.00 $388.80 C $3.89 + C 0.12 6,612 1/2 FLEX 90 1 SCREW CONN 1.00 ,' $494.58 C $4.95 } C 0.14 6,988 12 GA TERMINATION 9.00 $000 X $0.00 +. E 1.35 6,990 8 GA TERMINATION 1.00 :' $0.100 X $0 00 + } E 0.18 6,991 6 GA TERMINATION 3.00 moo X $0.00 , E 0.60 7,178 IDEAL 452 RED WIRE NUT 20.00. , $197.41; M $3.95 + , : E 1.20 7,182 IDEAL341 TAN TWISTER WIRE 6.00 ' . $266.00 M $1.24 > + E 0.30 11,902 60A 250V HD3PH 3R NF SW 1.00 $700.$0 E $700.80 + E 3.50 14,043 48"L STRIP SURF LED 2.00 .. $0;00 Q $0.00 61 E 1.50 16,865 SP TOGGLE SW, 20A SPEC. 1.00 . $1 .11 648:00-C $16.48 + C 0.25 16,897 MTRSW 1P 1HP 15A 1.00:.'... $1620. E $16.20 + C 0.45 17,024 SW RAISED INDUSTRIAL CVR 1.00 $815.88 C $8.16 C 0.10 17,055 1G WP GFIC RECEPT VERT STD 1.00 $2,015.63 C $20.16 } +0 C 0.20 17,195 IV DPLX RECEPT 5362-1 N5-201 1.00 $1,940;00, C $19.40 + ` C 0.30 17,461 4/S BOX 1-1/2"D COMBO 1.00 $286.19 C $2.86 F.s' C 0.30 17,463 4/S BOX 2-1/8"D, 1/2&3/4"KO 3.00 $44665 C $13.40 OQ: C 0.90 17,480 4/S 2G MUD RING 1/2"DP 1.00 :, $631.30. C $6 31 v0. C 0.15 Courtesy of McCormick Systems Inc. Page 2 1/28/2020 4:39 PM Job Name: FS#52 Tukwila Job Number. 1429 Extension Name: COR II Item # I Item Name, 17,972 3/4 FS BOX 1 GANG 18,769 GRD PIGTAIL #12 x 10-1/2" 20,083 FA HEAT DET (RR) 135 20,344 FA 14/2 SOLID FPLP PLENUM [items and ByProducts] .Quantity Price L I Ext Price 1.00 $22.18 E $22.18 7,00-1 $55.40 C $3.88 1.00 MOO Q $0.00 10,00. $648.77 M $6.49 $1,420.31 Material Filter: <None> Report: COR 211 Labor U Labor Ext E 0.70 C 0.42 E 0.85 M 0.20 32.54 Courtesy of McCormick Systems Inc. Page 3 1/28/2020 4:39 PM Job Name: FS#52 Tukwila Job Number 1429 Extension Name: COR [items and ByProducts] Item Item Name Quantity t Price 1 U I'.Ekt*Price 1 Label Set: Combined, Combined, Combined, Combined, Combined ($173.94) CCode: Feeder Wire ($173.94) 71 6 THHN CU STRANDED -73.00 $36654 M ($26.76) 72 4 THHN CU STRANDED -262.00 :. $561.78 M ($14T 19) [items and ByProducts] Total: ($173.94) Material Filter: <None> Report: Price 1 & Bid Labor by Cost Code i. . Bid Lb.r - U Bid Lbr Ex -3.54 -3.54 OWN M -0.66 M -2.88 -3.54 Courtesy of McCormick Systems Inc. Page 2 1/28/2020 4:27 PM UWA-MAU6• �-M LIGHTING 01/28/20 TUKWILA FS 52 Candy Scarborough SEATTLE Prices quoted; unless otherwise specifically noted on this quotation; are subject to availability and must be accepted and released for Immediate shipment within 48 flours. Prices are subject to change without notice. customer agrees that this quotation and any sale of product entered into is applicable to Platt Electric's standard Terms and condition of sale and cannot be waived. Platt's standard Terns and condition of sale are not included in this doctm4ent# but are so here incorporated by reference within this quotation. A copy of Platt's standard Terms and coition of sale isavailableat <httpe//www.platt.00m/service/tems.html>. TOTAL: $966.18 TYPE QTY MFG DESCRIPTION UNIT PRICE U M EXTENDED PRICE SL-5 2 BEGHELLI BSI®OLED-PG-4-SA-HO-WT35-120-277V-[MTG]-IOS $376.47 E $752.94 SL-5 2 BEGHELLI HHR-FSIR $94.12 E $188.24 HAND HELD REMOTES E E 1 PLUS FREIGHT $25.00 E $25.00 E E E E E E THIS QUOTATION IS BASED ON ALL TYPES AND QUANTITIES. ANY CHANGES WILL BE SUBJECT TO REQUOTE. PAGE 1 OF 1 Distribution Equipment Quotation UMMEMM Date: 2/4 Addenda Received: Please refer to quotation# SSE1047856-0008 We are pleased to offer the following bill of material far your consideration. This offer to sell is expressly Conditional on your acceptance of the applicable Selling & Price Policy referenced below. Quotation is based on our interpretation of plans and specification and is therefore subject to review. Comments and Clarifications RM Tan—elbo—ard—s—­ 4-1 Circuits, 1200A, Fully Rated, 208Y/120V 3Ph 4W, Silver Plated Copper Bus, 65k AIC, 1200A, NGS 3P Main Breaker[Top Fed], Surface Mounted Catalog No P4A120BT4401 Designation MDPE Qty List of Materials I 1200A, NGS 3P Main Breaker 1 3 1 O+ALSI Adj. Trip Unit NG Frame w/ Arcflash Red. Maint. Sys. I 30A, 3P FD Branch Breaker 3 225A, 3P ED Branch Breaker I 200A, 3P ED Branch Breaker I 400A, 3P DK Branch Breaker 12 1P HFD Branch Provision Only 1 100A, 3P FD Branch Breaker 1 3P FD Branch Provision Only I 35A, 3P FD Branch Breaker I 50A, 2P FD Branch Breaker I Silver -Plated Copper Main Bus, 1200 Amps I Std. Bolted Al Ground Bar (Al/Cu Cable) I Painted Box - ANSI 61 1 Panel Nameplate - White with Black Letters I Type I Enclosure: BX3673P 1 Standard Covers Fa I I ulk: 14■ Distribution kquipment Quotation Ra--nelbo ards Multi -Section Panel: 2 Sections, 108 Circuits, 400 Fully Rated, 208Y/120V 3Ph 4W, Aluminum Bus, 22k AIC, 400A, Main Lugs Only[Top Fed], Flush Mounted Catalog No PIA40OLT54AHOI Designation M Qty List of Materials 2 400A, Main Lugs Only I 400A, Through -Feed Lugs 6 30A, 1P QBHGFT Branch Breaker, GFCI - 5mA 2 20A, IP QBHGFT Branch Breaker, GFCI - 5mA 3 20A, 3P QBHW-H Branch Breaker 53 20A, IP QBHW Branch Breaker 3 1P QBHW Branch Provision Only 4 50A, 3P QBHW-H Branch Breaker 3 30A, 3P QBHW-H Branch Breaker 7 20A, 2P QBHW Branch Breaker 2 Std. Bolted Al. Ground Bar (Al/Cu Cable) 2 Panel Nameplate - White with Black Letters 2 Type I Enclosure: EZB2072R 2 EZ Trim, Door in Door, Concealed Hardware Elevator Control ECSW Switches Catalog No ES2T2R1GF1 Qty List of Materials 1 60A/3P ELEVATOR CONTROL SWITCH 600V NEMA 1 1 Industrial Control Transformer I OOVA 208V: 120V I Fire Safety Interface Relay - 3PDT, I OA, 120V with 120V AC Coil I Green "ON" Pilot Light I Single Pole Fire Alarm Voltage Monitoring Relay to monitor shunt trip voltage 35A CLASS J FUSE Catalog No JTD0351D Designation FUSE Distribution Eqwip ent Quotation Non -Standard EC 3 5A CLASS J FUSE Catalog No JTD035ID Designation FUSE Note* 1. Seismic Qualification: Eaton will supply "Seismic Qualified" certificates, mounting provision locations, center of gravity, weights, and installation recommendations. (These items can also be found at www.eaton.com/seismic) The CONTRACTOR will be responsible for all costs associated with the equipment anchorage details- coordinated with the Eaton supplied mounting provision locations, center of gravity, weights, and installation recommendations - prepared and stamped by a licensed civil engineer. Quote is valid for this bill of material only, no other items or services provided except as noted h erein. Quote is validjor 30 days from date of quote Manufacturers standard lead times apply: panelboards 4-10 weeks, switchboards 20-22 weeks, dry transformers 4 to 6 weeks, oil filled, substation, and 5115Kv equipment 18-30 weeks. Prices in effect at time of shipments. Quote does not include any 31dparty services except as noted Submittals and O&M's will be provided in PDF format at no charge Hard copies (printed) will he charged at the additional cost of printing and materials. Contractor is responsible far obtaining correct measurements on jobsite and determining correct fit far quoted items. Payment terms are net 30 days. Platt Electric Is standard terms and conditions of sale apply. For complete details go to., hapIlwww.plaft convservicelterms.com. Standard motor freight in the lower 48 states is prepaid and allowed FOE factory except as noted within this bill of material Name: Pacific Coast Electrical Contractors Site 15447 65th Ave. S Tukwila, WA 98188 FIRE-LITE FL-MMF300 SPACE AGE 06-MR101CR SYSTEM SENSOR BK-5623 Billing 16620 North Road Bothell, WA 98012 ADDRESSABLE MONITORING MODULE RELAY, SPDT, 10AMP, METAL ENCL 135 FXD TMP 2 C Contact Brady Nurse, Estimator P (425) 741-2700 E bnurse@pcec.com Total Proposal Amount $484.00 Note: Taxes are not included and will be charged at the time of invoice. Form Revised 312112018 'T"Tage Rates Project Name: Tukwila Fire Station 52 Project No: 0 Contractor.; Pacific Coast Electrical Contractors, Inc. C NOTES: ' Rate schedule date is the date of the Dept. of Labor & Industries Prevailing Wage Rate used or the Union Agreement. Lines t & 2:are basic wages and benefits. The percentage does not vary by firm. Line 3 (FUI) is Federal Unemployment Tax Act. The percentage does not vary by firm. Line 4 (FICA) is Federal Insurance Compensation Act/Social Security. The percentage does not vary by firm: Line 5 (Medicare) is FICA medical aid. The percentage does not vary by firm. Line 6 (SUI) is State Unemployment Insurance. The percentage rate varies by firm. Verify current rate and enter the appropriate percentage: in the box provided. Line 7 (L&I) is the Workers' Compensation premium, which is based on risk classification for the trade and firm. Verify its rate for each trade and enter the appropriate dollar amount in each column on Line 7. 3.217 PCEC Wage Rates.xlsx Printed 3/3/2020 1 LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 1. II i 1 . r, Project:-30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone:3609072459 Fax:4258812903 Prime Contract Potential Change Order 2: CE #07813- Linear Wood Ceiling Manufactuer Change TO: City of Tukwila FROM: Lydig Construction, Inc. - Bellevue Office 6200 Southcenter Boulevard 3180 139th Ave SE -Suite 110 Tukwila Washington, 98188 Bellevue Washington, 98005 PCO NUMBER/REVISION: 052 / 0 CONTRACT. 30129 - Tukwila Fire Station#52 - GCCM Prime Contract REQUEST RECEIVED FROM: CREATED BY: Alex Carey (Lydig Construction, Inc. - Bellevue Off) STATUS: Pending - In Review CREATED DATE: 3/2 /2020 REFERENCE: PRIME CONTRACT None CHANGE ORDER: FIELD CHANGE: No LOCATION: ACCOUNTING Amount Based METHOD: SCHEDULE IMPACT: PAID IN FULL: No TOTAL AMOUNT: $615.99 POTENTIAL CHANGE ORDER TITLE: CE #078B - Linear Wood Ceiling Manufactuer Change CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract IsChangedAs Follows) CE #078B -Linear Wood Ceiling Manufactuer Change Vanderiip (BP-06) has submitted on Armstrong Linear Veneer Panels (basis of design). Per WAU request, change event 078B isthepricing to change manufacturer from Armstrong to 9Wood. The change cost includes adjusting the member size from 4" as specified in 09 54 26 2.1 D.3 to 6" as directed in RFI 129 response. ATTACHMENTS: CE #0788 - Van #2- Change Linear Wood Ceiling Product:pdf # Cost Code Description Type Amount 1 9o010-99--BP-06-GWB,Insulation&ACT S Van#2 Subcontractor $578.00 Subtotal: $578.00 Fee - Self Perform work: 16.00%Applies to Labor, Materials, Equipment, other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. $ 0.00 Fee - SubTier Work: 4.60 % Applies to Subcontractor and Purchase Agreements. $ 26.01 GL Insurance: 0,76%Applies to all line Item types. $ 4M P&P Bond: 0.76%Applies to all line item types.. $ 4.56 B&O Tax: = 0.47% Applies to ail line Item types, $2,89 Grand Total: $616.99 Owner Signature Date Lydig Construction, Inc. page 1 of 1 Printed On: 3/2/ 2020 05 :19 PM #1- Tukwila Fire Station #52 Direct Work Change Order Proposal Submitted To: Kiel Lansford - L yi :2 Construction VAN #: 2 Submitted By: Mark Davis Document Reference: RFl #129 Company: Vanderli & Co., Inc Date: 2/4/2020 Description of Change: Added cost to change linear wood coiling product from specified Armstrong product to Wood product. See attached back up documentation from ADI. 1. CRAFT LABOR COSTS DESCRIPTION MHRS RATE COST jWorking Foreman) Coordinatiorka -Out 1 $85.22 $85 Demo $79.82 Framing $79.82 Han Drywall S79.82 Tape/Plaster $79.82 Stock/StagingStock/Staging $79.82 Protection/Clean-up $79.82 Install HM Frame $79.82 Deliveryl $79.82 Subtotal: $85 2. MATERIALS OTY UNIT .RATE COST Track UFT $1.52 Studs UFT $1.26 Water Resistant GWB SQIFT $0.75 Taping SQIFT $0.22 L-Bead/Comerbead UFT $0.19 Fasteners ea. $0.15 Hat Channel UFT $1.18 Angle UFT - $0.88 Hot Mud SQ/FT $1.00 Subtotal: 3, EQUIPMENT QTY RATE :COST Dum ster FIRS $2.97 Equipment HRS $8.75 Subtotal: 4. SUBCONTRACTORS QTY UNIT RATE COST Acoustical Desi n, Inc. $440 Subtotal: $440 5. MARKUPS SUBTOTAL % CHARGED COST 5 Bond 1.00% $5 F5.1 Sub -Tier Fee 8% 8.00% $35 Fee NTE 15%of 1,2,3 15.00% $13 Subtotal: $53 TOTAL COST OF THIS CHANGE:. $578 14535 NE91"Street - Redmond, WA 98052 - 425-885-4110 - Fax 425-885.4110 22227 76t" Avenue S - Kent, WA 98032 - (206) 575-0915 - (800) 777-9583 - FAX (253) 395-4332 - ACOUSD*358MH January 15, 2020 To: Vanderlip And Company Attn: Mark Davis Re: Tukwila Fire Station # 52 Section 09 54 26 Linear Wood Ceilings Request for Change Per architect request 11 J 1111 11 1 11111111 ��i !J 1111 1 ii 11 F-ATU MW A "'k NMI Scope of Work: 1 Delete Armstrong WoodWorks Linear Veneer, Item 6691W1 NBE. 2 Add 9Wood Panelized Linear Veneer, SKU 2116-2. (See attached data sheet) General Exclusions: Same as Contract Work Thank you for the opportunity to work with you on this project, should further information be required, please call. N� Angel Espina LYDIG Lydig; Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 F—AM IN -.+ eel • • Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone:3609072459 Fax:4258812903 TO: Jose Lorenzo -Torres (Weinstein A+U) FROM: Alex Carey (Lydig Construction, Inc. - Lauren Rock (Weinstein A+U) Bellevue) Emma Nowinski (Weinstein A+U) 3180 139th Ave SE- Suite 110 DATE INITIATED: 12/06/2019 Bellevue, Washington 98005 LOCATION: STATUS: Closed on 12/06/19 PROJECT STAGE: DUE DATE: 12/13/2019 SUB JOB: COST CODE: COST IMPACT: TBD SCHEDULE IMPACT: No DRAWING NUMBER: A201S SPEC SECTION: 09 54 26 - Linear Wood Ceilings LINKED DRAWINGS: REFERENCE: RECEIVED FROM: Angel Espina (ACOUSTICAL DESIGN, INC.) COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Don Lehman (Lydig Construction, Inc. - Bellevue Off), Jose Lorenzo -Torres (Weinstein A+U), Kiel Lunsford (Lydig Construction, Inc. - Bellevue Off), Bryce Marion (Lydig Construction, Inc. - Bellevue Off), Emma Nowinski (Weinstein A+U), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc, - Bellevue OI`Q Clarification is needed for the linear wood ceiling member size. Specification section 09 54 26 2.1 D.3 states that linear wood ceiling member size is 4" wide. Drawing A201S shows that linear wood ceiling member size is 6" wide when scaled. please confirm linear wood ceiling member size. Attachments: RFI 129 - Arch - Linear Wood,Ceiling Member:Size.odf Official Response: Lauren Rock (Weinstein A+U) responded on Friday, December 6th, 2019 at 10:14AM PST Linear wood ceiling member size is 6" nominal width. L. Rock, Weinstein A+U 12/6/19 Attachments: RFI 129 - Arch - Linear Wood Ceiling' Member Size Response.pdf wag= 1i.s`r4.1 t 4 .�`.?. } r.v 1. �,i�,•. �n.,..r ,,;,t��<t�i�.. .�z���,������a,a �t ..t����e�»r,.;�,�ti�s �',.ti..�t�:r.a,axt>�tr.s4���.��..t� �s,.,re�xi,a�� 3;,, ��`�?�t�����m,�att.3.n.,'t �.,�rxi��r Linear wood ceiling member size is 6" nominal width. L. Rock, Weinstein A+U 12/6/19 Attachments: RFI 129- Arch -Linear Wood Ceiling Member Size Response,pdf M Lydig Construction, Inc. Page 1 of 1 Printed On: 03/02/2020 05:20 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 IWITRI•ItsiumiII&WRI19N719 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone:3609072459 Fax:4258812903 TO: City of Tukwila FROM: Lydig Construction; Inc. - Bellevue Office 6200 Southcenter Boulevard 3180 139th Ave SE - Suite 110 Tukwila Washington, 98188 Bellevue Washington, 98005 PCO NUMBER/REVISION: 05310 CONTRACT: 30129 - Tukwila Fire Station #52 - GCCM Prime Contract REQUEST RECEIVED FROM: CREATED BY- Alex Carey (Lydig Construction, Inc. - Bellevue Off) STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: Pending - In Review CREATED DATE: 3/3 /2020 No PRIME CONTRACT None CHANGE ORDER: Amount Based ME TOTAL AMOUNT: $14,782.62 POTENTIAL CHANGE ORDER TITLE: CE #047 - RFI #087: Arch/Civil - Waterproofing Details at GL 8 Wall CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #047 - RFI #087: Arch/Civil - Waterproofing Details at GL 8 Wall 30129: Pellco: Excavation and backfili ofsubgrade at rear side of shoring wail #1 to access steel piles and lagging removal and waterproofing SAM lap onto bentonite sheet 30130: LCI S/P:Cutting of steel piles and removal of wood lagging at shoring wall #1 where waterproofing details have been revised to create a SAM lap from finished grade down to min. 12" below grade, lapped onto face of bentonite waterproofing sheet 30130: Inland: Application of SAM waterproofing lapped onto bentonite sheet below grade ATTACHMENTS: PCO 053-SP Combined.pdf CE #047 - 19-11 TFS52 COP #049 -RFI 087 Diq outbehind shoring wail:Ddf # Cost Code Description Type Amount 1 03--001-99- - BP-03 -Structures: Subcontractor Subcontractor $ 10,057.89 2 31--001-99-- Earthwork and Utilities . subcontract Subcontractor $3,813,00 Subtotal: $13.870.89 Fee -Self Perform Work: 16.00 % Applies to Labor, Materials, Equipment, Other,: Overhead and Profit, and Unwritten Sub's/PA'.s, $ 0.W Fee - Sub Tier Work: 4.60 %Applies to Subcontractor and Purchase Agreements. $.624.19 GL Insurance: 0.76%Applies to all line item types. $ 108,71 P&P Bond: 0.76%Applies to all line item types, $ 109.53. B&O Tax:—`.0,47%Applies to all line item types. $ 69.30 Grand Total: 514,782.62 Lydig Construction, Inc. page 1 of 2 Printed On: 3/5/ 2020 03 :06 PM m Owner Signature Mom- Lydig Construction, Inc. page 2 of 2 Printed On: 3/5/ 2020 03:06 PM Lydig Construction, Inc. Project: 30130-10 - TFS#52- Self -Perform 3180 139th Ave SE, Ste 110 1-5447 65th Ave S Bellevue, Washington 98005 Tukwila, Washington 98188 Phone: (425) 885-3314 Phone: (360) 907-2459 Fax: (425) 881-2903 Fax: (425) 881-2903 Prime Contract Potential Change Order 3- : CE #047-SP- RFl #087: Arch/Civil - Waterproofing Details at GL 8 Wall TO: City of Tukwila FROM: Lydig Construction, Inc. -Bellevue Office 6200 Southcenter Boulevard 3180 139th Ave SE - Suite 110 Tukwila Washington, 98188 Bellevue Washington, 98005 PCO NUMBERIREVISION: 053-SP 10 CONTRACT: 1 - Tukwila Fire Station #52 - Self -Perform Prime Contract REQUEST RECEIVED FROM`. STATUS: Pending- In Review REFERENCE: FIELD CHANGE: No CREATED BY: Alex Carey (Lydig Construction, Inc. - Bellevue Off) CREATED DATE: 3/2 /2020 PRIME CONTRACT None CHANGE ORDER: LOCATION: ACCOUNTING METHOD: SCHEDULE IMPACT: PAID IN FULL: Amount Based No TOTAL AMOUNT: $10,057.89 POTENTIAL CHANGE ORDER TITLE: CE #047-SP - RFI #087: Arch/Civil Waterproofing Details at GL 8 Wall CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #047-SP - RFI #087: Arch/Civil - Waterproofing Details at GL 8 Wall Cutting of steel piles and removal of wood lagging at shoring wall #1 where waterproofing details have been revised to create a SAM lap from finished grade down to min. 12" below grade, lapped onto face of bentonite waterproofing sheet ATTACHMENTS: CE #047-SP - Tukwila Fire Station 52 Additional RFI 087.odf CE 047-SP - COP 005 - LCI.oddf # Cost Code. Description Type Amount 1 45--100-05- - Work Order 05 Cut Steel Piles/Remove. Lagging/Chip CDF Labor $ 5,375.00 2 45--100-01-- Work Order 01 Cutting/Chipping Equipment Equipment s1;980.00 3 07--003-99-- Waterproofing. Sub Inland COP RFI 087 Subcontractor $ 1.300,00 Subtotal•. $8,655.00 Fee - Self Perform Work: 16.00 % Applies to Labor, Materials, Equipment, Other, Overhead and Profit; Unwritten Sub's/PA's, and Project Contingency. $ 1,103,25 Fee - Sub Tier Work: 8,00%Applies to Subcontractor. and Purchase Agreements. $ 104.00 GL Insurance::0.76% Applies to all line item types. :$ 73.97 P&P Bond: 0.76% Applies to all line Item types. $ 74.52 B&O Tax:: = 0.47 % Applies to all line item types. Grand Total: $10,067.89 Owner Signature Date Lydig Construction, Inc. page 1 of 1 Printed On: 3/5/ 2020 03 :03 PM COP Subcontractor Breakdown Summary Project Name: Tukwila Fire Station #52 PCO: Project No. 30130 Document Reference: RFI 087 Date: 215/2020 Contractor: Lydig Contractor Ref. No. COP 005 Description: 1. CRAFT LABOR I Direct Labor Costs: a. crew (apprentices, journeym b. foreman c. lead foreman en , & laborers) $ 5,375,40 DIRECT LABOR SUBTOTAL $ 5,375.40 Supervision: d. direct supervision (NTE 15% of 1a) e. safety (NTE 2% of lines 1 a, b, & c) 1. CRAFT LABOR COSTS $ 5,375A0 2. MATERIAL COSTS a. material costs b. freight costs (itemize) 2. MATERIAL COSTS $ 3. EQUIPMENT COSTS a. owned equipment (per spec approved source) $ b. rental equipment (per invoices attached) $ 1,980m 3. EQUIPMENT COSTS $ 1,980.00 4. SMALL TOOLS a. small tools (NTE 3% ofla& b) $ 4. SMALL TOOLS $ SUBTOTAL I thru 4 5. OVERHEAD & PROFIT a. 15% on Materials (2) $ - b. 15% On Labor, Equipment and Small Tools 1, 3, & 4) $ 1,103.31 5. OVERHEAD & PROFIT- $ 1,103.31 6. SUB -SUBCONTRACTORS a. b. $ C. $ d. $ 6. SUB -SUBCONTRACTORS $ 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS a. NTE 6% for each sub $ 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS $ - 8. Insurance a. Insurance 0.75 % of 1-7 63.44 8. Bond $ 63.44 9. Bond a. Bond 0.75 % of 1-7 63.92 8. Bond $ 63.92 10. B&C, Tax a. B&O Tax 0.47 % of 1-8 $ 40.44 9. B&O Tax $ 40.44_ TOTAL COST CE 047-SP - RFI 087 -Arch-Civil -Waterproofing Details -at GL8 Wa [I (LCI COP 005)PAp_ of - Issued 3/5/2020 COP Cost Breakdown Project Name: Tukwila Fire Station #52 Project No. 30130 Contractor: Lyclig PCO: 0 Date: 2/5/2020 Project. # COP 005 45-100-05 Description Cut Steel Piles quantity 12 UOM EA Labor Material Equipment Total Cost $ :: 3,280.80 Productivity $ 0.50 total hrs 24.00 Cost. $ ---2,080.80 UnitAmt. 12.00 Unit$ Cost $,- = UnitAmt 1.00 Unit$. $1,200.00 Cost $ j1200.00 45-100-05 Remove Wood Lagging 28 EA 2 14.00 $ ,- 1,213-80. 28.00 $ :.: - - $ - - $ 1,213:80 45-100-05 Chip CDF at Piles 12 EA 0.5 24.00 $.-- 2,080.80 12.00 $ --- 1.00 $780.00 $ 780.00 $ 2,860.80 Total Cost of Work 62 $ S,375 $ $ 1,980 CE047-SP-RFI 087-Arch{il- Waterproofing Details at GL 8 Wall ILCI COP 005j.xisx Page of Issued 3/5/2020 ■ I a Inland Waterproofing Services, LLC inland P.O. Box 2197, Renton, WA 98056 P.O. Box 2847, Hayden, ID 83835 ADDITIONAL PROPOSAL PER RFI 087 February 17, 2020 Lydig Construction ATTN: ALEX CAREY E: TUK ILA FIRE STATION 52, TUKWILA, WA Add cost to supply and install Cetco Envirosheet transition from 12" below grade to finish grade on North shoring wall along grid 8 / A-F, includes 1 mobilization ADD 1,300.0 install 1%2" cement protection board on North=shori=n�gwall aloe ri eludede transition Excluded: By Others • Weatherization • Protection of completed systems • Vapor containment, air extraction at areas outside of our direct scope of work • Night work • Tie back detailing at any non -waterproofed areas • Patching of tie back assumes blocked out, post structural wall detensioned tie backs. Excludes patching that would be required if tie backs are not prepared as described. • Hoisting of material and equipment • Concrete substrate preparation; i.e. shot blast, sacking, grinding, profiling, etc. • Wood lagging and or wood substrate preparation • Layout of elevation and grid lines • Establishing and / or setting of elevations and grade lines • Special cuts in and around paver system unless noted • Paver proposal is based upon standard square layout of paver system unless otherwise noted • Any pre -bent flashing, Door flashing pans; preformed flashing / counter flashing • Plywood substrate = No treated plywood, 'l"T & G or better, solid blocking below (by others) • All Waterstop • Excludes neat cut walls • Excludes protection of finishes at finished units • Excludes non typical application i.e. typical is per floor height installation not per wall height installation, • Cleaning of existing foundation walls, Removal of existing coating, debris, water, forms, mud, dirt, lumber, etc. from footing areas • Sealing of wall penetration not in place at the time of waterproofing / Dampproofing • Excludes sealing of pavers • Mechanical / electrical link seals and other Waterstop devices at through slab / wall penetrations • Form ties protruding from wall to be removed by others on all waterproofing areas and board insulation areas, Cone ties can be filled at.75 cents each, excludes removal of or cutting ties • Union affiliation and labor • This proposal is good for 30 days Sincerely, slulee"o av-aala Shelley Ourada, Vice -President Inland Waterproofing Services, LLC Earning your trust, one project at atime." Tukwila Fire Station 52 Cost Event M Project No. 30129-43 CP #: SUBCONTRACTOR: PELLCO Construction, Inc. Document #: RFI 087 Pricing to dig out for lagging removal at shoring wall. DESCRIPTION OF WORK: Excludes: Shoring- Export. GDF Removal Date: TBD 1. SUBCONTRACTOR'S DIRECT WORK A. DIRECT LABOR COSTS ( Per Cost Breakdown Attached) A. $ B. MATERIAL COSTS ( Per Cost Breakdown Attached) B. $ C. EQUIPMENT COSTS ( Per Cost Breakdown Attached) C. $ D. SUBTOTAL DIRECT WORK (Total A, B, C, and D Above) D. $ 1 G. Subtler Subcontractor Cast (Subcontractor Estimates Attached) Direct Cost F 1 1 $ - 2) 3) 4) -- H. Subtotal Subcontractor Costs $ - I $ - 49 A. Fee on Direct Work (Item E) 15% $ 487 B. Fee on Subtler Subcontractor Direct Costs (Item H) 8% $ - N.SUBTOTAL' SUBTOTAL (Total of Parts J, II, III Above) 33 Liability Insurance (1.15%) $ 43 Bond Costs (1 A%a) $ 37 FLYJAL TOTAL (Total of Parts I, Il, ill, IV Above) $ 3813 COP Cost Breakdown Project Name: Tukwila Fire Station 62 Project No. 30129-43 Contractor: PELLCO Construction, Inc COP Number: 49 Date: TBD Contractor Ref. No. Description Quantity Unit Type Labor Material Equipment Total Cost Unit $ Cost Unit $ Cost Unit $ Cost Operator 16 HR $77.05 $ 1,232.80 $ $ $ 1,232.80 Laborer 16 HR $61.67 $ 986.72 $ $ $ 98612 304 Excavator 16 HR $ - $ $39.48 $ 631.68 $t 631.68 F450 Crew Truck 16 HR $ $ $24.68 $ 394.88 $ 394.88 $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ FreightlDelivery Costs $ I$ 1 $ $ - Is 1 $ $ Labor Subtotal $ 2,219.62 $ $ 1,026.66 Foreman $ - 1,026.66 $ Lead Foreman $ $ Noncraft Labor Total Cost of Work $ - $ 2,219.62 $ - $ 3,246.08 19-11 TFS52 COP #049 - RFI 087 Dig out behind shoring wall Page of Issued 2/2112020 •` s Project Name: Tukwila Fire Station #52 Project No: 30129.43 Contractor: PELLCO Trade& Position OPERATOR FOREMAN: OPERATOR OPERATOR LABOR LABOR TEAMSTER TEAMSTER Rate Schedule Date' UNION 06/01/19 06/01/19 06/01/19 06/01/19 Prevailing Wage (incl. Benefits) $ 49.00 $ 45.60 $ 40.36 $ 41.13 1. Hourly Wage Rate $ 49.00 $ 45.50 $ 40.36 $ 41.13 2. Hourly Benefits $ 21.22 $ 21.22 $ 12.08 $ 20,46 SUBTOTAL $" 70.22 $ 66.72 $ 52.44 $ i 61.69 $ $ $ ; $ $ Rate 3. FUI %of 1 0.80% $0.39 $ 0.36 $ 0.32 $ 0,33 $ $ $ $ $ 4. FICA % of 1 6,20%1 $ `' 3.04'1 $ 2.82 1 $ 2.50 $ 2.55 t$ $ $ . $ $ 5.MEDICARE %of1 1,45% $ ` 0,71 $ 066 $ 0.59 $ 0.60 $ $ $: $ S 6. SUI % of 1 (insert correct % to right) 5.63% $ - 2.76' $ 2.56 1 $ 2.27 $ 2.32 $ $ - $ $ $ 7. WC/PFAMUSICK $ 4,03 $ 3.92 $. 3.55 $ 3,78 $ 2.72 $ 290 $ 290 $ 2,72 $ 2,90 TOTAL (incl. payroll taxes) $ > 2.90' �vertirn `� I3;: OVERTIME.:RATES CALCULATE AUTOMATICALLY a7 < S9A7 - t,n ,. i8 .. ,. 1o3.o(11 8 ,34.70 1 C 2 1 2.72 s.aa ;; ao ;.7z 3 ^_. a Dou,oj� in �t; 2: DOUBLETIME RATES'CALCULATE AUTOMATICALLY StluYa7tal 113.22 3 112.22s 32.,ia 102.12 - - - - rat,.-d 137.05 S 1 .fJ5 n 107,72 :. 113.03, 2, 2:S30 Di P,mimnPcnLianOnly y t rCiY 11li ii Flom n Jnl Form Revised 3/19/2009 Issued 2/21/2020 i Project Name: Tukwila Fire Station 52 Project No: 30129-43 Contractor: PELLGO A Equipment Description & Specifications Incl. Attachment Description, if a licable EXCAVATOR 304 B Manufacturer C Model# or Axle Config, Size, Ca aci etc. D Year E Power Mode (Diesel, Gasoline, _.LX1[aUUatLcL F Blue Book Monthly Rate for E ui went $ 2,441.12 G Blue Book Monthly Rate for Attachment $ 2,303.84 H Hourly Rate = (F + G) / 176 x Regional Adj. $26.96' I Hourly Operating Cost J Total Hourly Rate = H + $ 12.52 $ 39.48' EXCAVATOR 308 $ 5,783.36 $ 2,303.84 $ 45.95 ` $ 24.48 $ 70.43 EXCAVATOR 320 $ 9,896.48 $ 2,303,84 $ 69.32 $ 49.24 $ 118.56 EXCAVATOR 336 $ 14,887.84 $ 2,303.84 $; 97.68 $ 80.76 $ 178.44` LOADER 924 $ 5,702.40 $ 32.40: $ 30.88 $ 63.281 LOADER926 $ 5,676.00 $; 32.25` $ 29.45 $ 61.70 CREW TRUCK F-450 $ 1,261.92 $ 7.17 $ 17.51 $ 24.68 ROLLER $ 3,935.36 $' 22.36f $ 29.20 $ 51.56'` DOZER $ 6,323,68 $' 35.93; $ 37.66 $ 73.59 BOB CAT $ 2,737.15 $! 15.55 $ 14.98 $ 30.53; Hitachi ZX85 $ 4,917.92 $ 2,303.84 $' 41.03 $ 22.80 $ 63.83' $ $ $ $ _ $` $ $' $ Revised 3/1912009 Issued 2/21/2020 LYD1G Lydig Construction, Inc. Project: 30129-43 - TFS#52 - GCCM 3180 139th Ave SE, Ste 110 15447 65th Ave -S Bellevue, Washington 98005 Tukwila, Washington 98188 Phone: (425) 885-3314 Phone: 3609072459 Fax: (425) 881-2903 Fax: 4258812903 a' '� - r e- i •- iI I • II 2 • o :i =111♦ ; It TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 054 / 0 REQUEST RECEIVED FROM: STATUS: Pending - In Review REFERENCE: FIELD CHANGE: No FROM: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 CONTRACT: 30129 - Tukwila Fire Station #52 - GCCM Prime Contract CREATED BY: Alex Carey (Lydig Construction, Inc. - Bellevue Off) CREATED DATE: 3/3 /2020 PRIME CONTRACT None CHANGE ORDER: LOCATION: ACCOUNTING Amount Based METHOD: SCHEDULE IMPACT: PAID IN FULL: No TOTAL AMOUNT: $22,199.30 POTENTIAL CHANGE ORDER TITLE: CE #020 - ASI-002 - Allowance 01 —Construction Set Release (BP-01 & BP-03) CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract is Changed As Follows) CE #020 - ASI-002 - Allowance 01 - Construction Set Release (BP-01 & BP-03), ATTACHMENTS: PCO 054-SP Combined.pdf CE #020 - 19-11 TFS52-COP 003 rev 1 ASI 2.pdf # Cost Code Description Type Amount 1 31--001-99- - Earthwork and Utilities subcontract Eanhwork.Modifications Subcontractor $62,113,00 2 50--004-07- - Allowance 1 - 100% CD Set - ASI-003 ASI-002 Allowance Project Contingency ($255,000.00) 3 03--001-99- - BP-03 - Structures: Subcontractor ASI-002 - LCI Self -Perform Subcontractor $ 202,736.27 Subtotal: $9,849.27 Fee - Self Perform Work: 16.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, and Unwritten Sub's/PA's. $ 0.00 Fee - Sub Tier Work: 4.60%Applies to Subcontractor and Purchase Agreements.. $ 11.918.22 GL.Insurance: 0.76%Applies to all line Item types. $ 163.26 P&P Bond::0.761 Applies to all line item types. S 164A8 B&O Tax: = 0.47%Applies to all line item types. S 104.07 Grand Total:$22,199.30. Owner Signature Date Lydig Construction, Inc. page 1 of 1 Printed On: 3/3/ 2020 07 :58 PM October 30, 2019 To: Lydig Construction, Inc. 3180 139th Ave SE #110 Bellevue, WA 98005 Attn: Kiel Lunsford RE: Change Order Proposal #003 Revision I Tukwila Fire Station #52 PELLCO Construction, Inc (PELLCO) is submitting the following price of $62,113 ) for ASI No 2, for the 100% drawings, for the project referenced above. - Additional soil excavation for CIP wall 7 footings. - Additional soil excavation for CIP wall 8 footings. - Backfill CIP wall 7 footings. - Backfill CIP wall 8 footings. - Backfill CIP wall 7 zone of influence to subgrade. - Backfill CIP wall 8 zone of influence to subgrade. - Excavation and water management for wall 8 revised footing. - Electrical trenching for gate controller. - Electrical trenching under wall to vault. - 65TH Ave road patching for electrical. - Excavation and base rock for flexible porous soil treatment. - Backfill crushed rock over new soil cells. - Storm drainage revisions. Exclusions: Other Bid Packages Scopes of Work Rockeries If you have any questions or need any additional information, I can be reached at 425-265-7211. Regards, PELLCO Construction Inc. Kim Alseth Project Manager Cc: Mike Pellitted, President Ly p I G PCO #054-SP Lydig Construction, Inc; Project: 30130-10 - TFS#52 - Self -Perform 3180 139th Ave SE, Ste 110 15447 65th Ave S Bellevue, Washington 98005 Tukwila, Washington 98188 Phone: (425)885-3314 Phone: (360)-907-2459 Fax: (425) 881-2903 Fax: (425) 881-2903 Prime Contract Potential Change Order #054- P: CE #020-SP- SI-0 - Construction SetRelease ( -1 & BP-03) TO: City of Tukwila FROM: Lydig Construction, Inc. - Bellevue Office 6200 Southcenter Boulevard 3180 139th Ave SE - Suite110 Tukwila Washington, 98188 Bellevue Washington, 98005 PCO NUMBER/REVISION: 054-SP / 0 CONTRACT: 1 - Tukwila Fire Station #52 - Self -Perform Prime Contract REQUEST RECEIVED FROM: CREATED BY: Alex Carey (Lydig Construction, Inc. - Bellevue Off) STATUS: Pending - In Review CREATED DATE: 3/3 /2020 REFERENCE: PRIME CONTRACT None CHANGE ORDER: 4FAX111Pf.1_L on LOCATION: ACCOUNTING Amount Based METHOD: SCHEDULE IMPACT: PAID IN FULL: No TOTAL AMOUNT: $202,736.27 POTENTIAL CHANGE ORDER TITLE: CE #020-SP - ASI-002 - Construction Set Release (BP-01 & BP-03) CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The ContractIsChanged As Follows) CE #020-SP - ASI-002 - Construction Set Release (BP-01 & BP-03) ATTACHMENTS: CE #020-SP - Rockery Walls - 8676 Lvdia Tukwila Fire Station 52:Ddf CE #020-SP- Larusso - Tukwila Fire Station #52 COR01 Pan Stairs.odf CE #020-SP - ASI-002 Pricing - Corona.pdf CE#020-SP B&B CO#1 - 1925-001:odf CE #020-SP Morse CO #1:pdf # Cost Code Description 'Type Amount 1 03--902-99- - Reber Sub Block: Wall change to Concrete Subcontractor $ 15,332.00 2 05--001-97-- Structural Steel Supplier Construction Set of Drawings Purchase Agreements $110,272.00 3 05--001-99- -Structural Steel Sub Construction Set of Drawings Subcontractor $28.992.00 4 32--512-99- - Segmental Retaining Wall Sub Rockery Walls Subcontractor $28.125.00 5 03--934-99- - Slab Place & Finish Sub Stair 2 Place and Finish: Stair Treads Subcontractor S 1;346.39 Subtotal: $184,067.39 Fee -Self Perform Work: 16.00%Applies to labor,. Materials, Equipment, Other, Overhead and Profit,. Unwritten Sub'sIPA's, and Project. Contingency.. $ 0.00 Fee - Sub Tier Work: 8.00%Applies to Subcontractor and Purchase Agreements, $ 14,725.39 GLInsurance: 0.76%Applies toall line Item .types. $1,490.95 P&P Bond: :0.76%Applies to all line Item types. $ 1,502.13 B&O Tax: =:0.47%Applies to all line Item types. $ 950.41 Grand Total: $202,736:27 Lydig Construction, Inc. page 1 of 2 Printed On: 3/3/ 2020 07 :43 PM Owner Signature m Lydig Construction, Inc. page 2 of 2 Printed On: 3/3/ 2020 07:43 PM ANK CHANGE ORDER #1 PROJECT: Tukwila Fire Station #52 DATE: 10/11/2019 REFERENCE: Site Wall 7 & 8 Add DESCRIPTION: # DESCRIPTION Addition of site walls 7 and 8 to project. These walls were originally shown as block walls, but were changed to concrete walls per QUAN. UNIT PRICE EA SUB TOTAL Please sign your acknowledgement and acceptance ofthis change order. This form ksrequired for ustoproceed with fabrication ofmaterial. Signature 10/15/19 Lydig Construction, Inc. 3180-13 9th Avenue SE, Ste. # 110 Bellevue, WA 98005 Attention: Alex Carey/Dan Deymonaz Re: Tukwila Fire Station #52 Tukwila, Washington Subject: Steel revisions Requested per 100% Construction Documents B & B Fabricators C.O. #1925-001 Alex/Dan, Please find below the cost impact for the above referenced project: Additional (structural steel): 1. New HSS rail support (S201S) 1 Magnarail support steel (S202N) 3. New plate & strut connections (5403, 5404) 4. Added bay door plates (15/5404) 5. Canopy HSS add (S202S) 6. Angle supports (S202S) 7. New canopy (9/5404) 8. Angles at roof beams (S203N) 9. Angle struts & bracing (S203S, 4/5404) 10. New bent plates at perimeter For the additional sum of................................................$49,280.00 Additional (architectural steel): 1. New galvanized plates (A301, A302) 2. Overhead door jamb steel plates (1 2/A423) 3. Site guard railings per L212 (approximately 195 LF) For the additional sum of ..................... ................ ....... — $60,992.00 Grand total additional sum of ........................................ $110,272.00 Accepted by: MW Mark Uptain Estimator Date: 7301 197 1h PL NE Arlington, WA 98223 Phone #360-474-0156 Fax #360-474-0196 Change Order RE: Tukwila Fire Station #52 Date: 10/15/19 Lydig Construction 3180 139th Avenue SE, Ste. 110 Bellevue, WA 98005 Material / Rimotit rn.qt.q Change Order#: 1925-001 P.O.#: B & B Job#: 1925 IBM= IMMIUM-2,23A, W! Cost Breakdown Q Ly, I Descri2tion Wei ht C Ea. Amount 1 HSS5x5x3/8x30'-0 671 $ 0.68 $ 456.28 20 HSS5x5x3/16x20'-0 4,788 $ 0.68 $ 3,255.84 15 W12x26x20'-0 7,800 $ 0.65 $ 5,070.00 4 UM3/8xl2xl'-0 61 $ 0.70 $ 42.70 1 PL3/8x1 WZ-0 168 $ 1.25 , $ 210.47 1 1 P L3/8x 11 x20'-O 281 1 1.25 $ 350.78 3 FB1 /2x3x20'-0 306 $ 0.65 $ 198.90 8 HSS3x3x1/4xl'-6 106 $ 0.63 $ 66.78 8 FB3/8x8x0'-8 55 $ 0.65 $ 35.75 3 PL1 /2x 11- 1 /2x 1 F0 939 $ 1.25 $ 1,173.75 1 HSS6x4x3/16x2O'-0 240 $ 0.75 $ 180.00 5 L4x4x1/4x4'-0 132 $ 0.65 $ 85.80 1 PL1/4x76x10'-0 form 646 $ 1.75--- $ 1,130.50 1 PL1/4xl-3/8xlO'-O 13 $ 1.25 $ 16.25 12 L6x4x 1 /2x 1 U-0 1,944 $ 0.65 $ 1,263.60 18 FB1/4x3-1/2xO'-5 1/2 25 $ 0.65 $ 16.25 8 L4x4xl/4x8'-0 423 $ 0.65 $ 274.95 3 L4x4xl/4x3'-0 60 $ 0.65 $ 39.00 3 FB1/4x3-1/2x0'-3 1/2 3 $ 0.65 $ 1.95 3 L2x2x l /4x l '-6 15 $ 0.65 $ 9.75 12 -PL1/4xl4x10'-0 form 1,428 $ 1.75 $ 2,499.00 $ $ $ Material Sub -total 15% mark-up on material Material total $ 16,378.30 $ 2,456.75 $ 18,835.05, Labor/ Detailina Costs DetaL2 50 Hours @ $ 80.00 $ 4,000.00 Shq2labor 210 Hours @ $ 78.00 $ 16,380.00 Shop Supervision 31.5 Hours @ $ 80.00 $ 2,520.00 LLJneeri22 0 Hours @ $ 115.00 $ - Field measuri22 0 Hours @ $ 75.00 $ - Premium cost (Detailing) 0 Hours @ $ 95.00 $ - Premium cost (Shop) 86.00 $ - Labor Total- $ 22,900.00 15% mark-up on labod $ 3,435.00 Labor total 1 $ 26,335.001 I Frei2ht, 3 hr. min. LB & B Fabricators) I 4 lHours P $ 85.00 1 $ 340.00 1 Freight (Contract carrier) 1 1 Per load $ 725.00 1 $ 725.00 Freight Sub Total $ 1,065.00 15% mark-up on Freight $ 159.75 Freight Total $ 1,224.75 Summary Material/ Buyout costs $ 18,835.05 Labor/ Detailing costs $ 26,335.00 Freight Costs $ 1,224.75 Bond/ Insurance (5% of Materials / Labor/ Freight) $ 2,319.74 Small Tools / Equipment (3% of Materials) $ 565.05 *Total cost this change* $ 495279.59 Date: 10/15/2019 Change Order RE: Tukwila Fire Station #52 Date: 10/15/19 Lydig Construction Change Order#: 1925-001 3180 139th Avenue SE, Ste. 110 P.O.#: Bellevue, WA 98005 B & B Job#: 1925 3151112111 L I It am Cost Breakdown Material/ Buvout Costs 0ty- DesEi ti . on Weight Cost/ Ea. Amount 36 PL1/4x6-1/4x10'-0 1,913 $ 1.75 $ 3,347.75 6 PL1/2xl5-1/2xl4'-0 2,214 $ 0.92 $ 2,036.88 6 PL1/2x2-1/2xl4'-0 347 $ 0.92 $ 319.24 1 Exterior Guardrailings 15,000 $ 35,000.00 $ 35,000.00 Material Sub -total 15% mark-up on material Material total 40,703.87 $ 6,105.58 r$ 46,809.45 Labor lDet fin Cos ts Detailing 20 Hours Ca) $ 80.00 $ 1,600.00 Sh2elabor 40 Hours @ $ 78.00 $ 3,120.00 Shop Supervision 6 Hours @ $ 80.00 $ 480.00 EngineeLi22 0 Hours @ $ 115.00 $ - Field measurin 0 Hours @ $ 75.00 $ ,Premium cost (Detailing) 0 lHours @ $ 95.00 $ Premium cost (Shop) 86.00 $ - Labor Total 15% mark-up on labor Labor total $ 5,200.00 $ 780.00 $ 5,980.00 Freight; 3 hr. min. LB & B Fabricators) 1 3 lHours @ $ 85.00 1 $ 255.00 1 Freiaht (Contract carrier) 1 1 Per load $ 725.00 1 $ 725.00 1 Freight Sub Total 15% mark-up on Freight Freight Total Summary 0021 Material/ Buyout costs $ 46,809.45 Labor/ Detailing costs $ 5,980.00 Freight Costs $ 1,127.00 Bond / Insurance (5% of Materials / Labor / Freight) $ 2,695.82 Small Tools / Equipment (3% of Materials) $ 1,404.28 Galvanizing $ 2,975.00 *Total cost this change* $ 60,991.56 Date: 10/15/2019 TO: LydiQConstrmctiom ATTW DanOeymonza REF: Fire Station #52Miscellaneous Tukwila, Washington CS|Inc. Ret#J-23kdiso~19 SUB: Bid Quote/Confirmation INSTALL ONLY - 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 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 these selected structural contract drawings only, Dan'nMisc. Matrix. Supply labor, supervision for the erection of the below listed material only per[an's Matrix: 1. Plate %x8"18L[ 2. Mate '/2 x 12" Closure 254Lt 3. Plate 1/2x12A423 85L[ 4^ 3~SDPipe 8ylong 13Each. 5. Bench Angle Brackets 111L[ O. Site Guard Rail Drop in195Lt 7. Fixed Bollards Ea. 8. Removable Bollards 7Ea. QUOTE: Base Quote $ 28,992.00 SCHEDULE: 1, Tobenegotiated ettime ofaward Corporate Office: ]0|5 106" Street South, Lakewood, M0984Y9-67 | 0 Port|onH50.98.84U| Tacoma I53.682]0207 \ogdo 253.874.4766 Fax 28.874.98I4 MN[0KON0|O9YPM OR 194038 NYZ0|B6|Y98 1 Exclude any iteme(s)mot specifically included in above 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 subcontract is negotiated and executed you are accepting this proposal and the phce, acope, exclusions and conditions inthis proposal will beour contract. 2' Payment. This proposal ioconditioned onthe following payment henns- Net 3Odays with oo more than 5% retainage, 0% retainage on 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 retainegetoyou, whichever occurs first. Our proposal isbased onyour 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 toyou. YVemay 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. 3. Schedule. This proposal is based upon a regular 40-hourwork 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. Aosoon aepracticable, and innoevent 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. |fachange tothe agreed schedule ionot the fault ofSubcontractor and Subcontractor's work iadelayed, 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 iubased onunobstructed access bzour 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 isfor 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 inany 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. QJ Corporate Office: 3015 106m Street South, Lakewood, WA 98499'6701 US Portland 503.956.8401 Tacoma 253.682.007 lmtdo 28.874.4766 Fax 253`874.9824 0N O]KONS1099PN OR 194038 NY 20151619955 G. This proposalie conditioned on Corona Steel, Inc. and its sub -tier subcontractors and suppliers not being required by to execute any form of pmgn*uo 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 byCorona Steel, Inc. Corona Steel, Inc. agrees toexecute aform ofprogress payment waiver and/or release or conditional waiver or release which permits Corona Steel, Inc. toreserve (exclude from the waive rand release) pending [}ORo.claims orpotential claims by attaching elist identifying such outstanding and reserved items and that provides unless they are aoidentified they are waived and released. ° Corona Steel's proposal is valid for 30days from the date of this proposal. After that time our proposal will become invalid and the material will berepriced. , The Prime contractor to pay ALL sales tax muse tax on all labor furnished by subcontractor. Ifnot accepted within 10dayo of project bid date, this pnopmoe| is subject to re«iew, possible price escalation and/or withdrawal without further notification. If onoephad, this proposal is to be incorporated within the subcontract either by reference or attachment and will take precedence in regard to 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. 0 IM, 253-8444445 Estimating Department CORONA STEEL, INC Corporate Office: 015 10" Street South, Lakewood, 0W98NYY-67 | 0 Portland 503.956.84 | Tacuma28.68l0IO7 Seattle lfl874/R66.Fax ]53.874p8I 1. Corona Steel, Inc is certified by the American Institute of Steel Construction (RISC) to the following standards: Certified Steel Erector (Advanced), Seismic Erection Endorsement, Metal Deck Installation Endorsement and Bridge Erection Endorsement. Certification Number 217102081-021 NIT. Z. All steel will be erected to the AISC Code of Standard Practice for Steel Buildings and Bridges. 3. The accuracy of the contract documents is the responsibility of the owners designated representative for design. Section 3.3 of the RISC 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. 4. 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. 5. Labor, Equipment Rates, and Markups shall be mutually agreed on prior to executing the contract agreement between the General Contractor and Corona Steel, Inc. 6. Extra work to the contract will be negotiated before work begins. Negotiations will include but are not limited to price, duration; schedule, payment schedule. 7. 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. 8. Contractor to provide internet access for mobile office at no cost to Corona Steel, Inc. 9. 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 an added cost. 10. Testing and inspection costs, including employee welding tests developing company procedures qualification tests /records or welding procedures. 11. Contractor to provide 115V/230V temporary power within 100 feet of workareas. This includes power connect and disconnect at no cost to Corona Steel, Inc. 12. Contractor to provide either (1) 100 AMP Three Phase designated line or (4) 50 AMP Single Phase lines for our welding equipment at the work areas. This includes power connect and disconnect at no cost to Corona Steel, Inc. 13. Bid was figured that there would be no power line or utilities interference. 14. Corona Steel, Inc. is to properly Zone and Sequence the project before steel detailing / shop drawings commences. All 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. 15. 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. 16, 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 CSI's sizing of crane, GC will be responsible for upsizing costs of the crane. 17. All members to have erection aids and bolts for erection at no cost to Corona Steel, Inc. 18. Materials will be shipped to the jobsite in as large as possible sections for erection. 19. Price is based on being provided with and using A325'twist- off -type tension control bolts and standard A307 bolts. 20. Anchor bolts and footings will be cleaned before erection commences. Anchor bolts will be also be straightened to plumb. Prior to survey. 21. 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. 22. The steel fabricator will oversize holes for expansion and epoxy bolts. Epoxy to besuppliedby others. 23. Contractor will provide parking spaces for our company and personnel vehicles at at no cost to Corona Steel, Inc 24, 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. 25. 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. 26. Use of copper backup bars in lieu of steel or ceramic where backup bars are required to be removed. 27. All joist and girder connections will have bolted end connections for erection. 28. 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. 29. Side seam attachment tool will be provided at no cost to Corona Steel, Inc 30. Metal floor and roof deck will be installed using Hilti power actuated fasteners. If not approved additional costs may be incurred. 31. All joist and beam blocking to be shop installed. GENERAL EXCLUSIONS: tLo Corporate Office: 3015 106" Street South, Lakewood, WA 98499-6101US Portland 503.956.8401 Tacoma 253.682.0207 Seattle 253.874.4766 fax 253.874.9824 WA CORONS1099PM OR 194038 NV 20151619955 � i tw_� G N A$ STEEL I N C Raising In Higher Levels - Since 1991 1. Tolerances not within AISC Code of Standard Practice for Steel Building and Bridges 2. Layout, location points, elevation marks, grid lines and all field dimensioning. 3. Shoring or temporary support for steel members, metal deck, metal edge form etc. 4. Architectural and non-ferrous metals, miscellaneous and loose iron not described in our scope. 5. All touch-up of primer, painting and galvanizing aside from field welds, (i.e.., bolts, weld hold back areas, abrasions, etc.) 6. Installation and touch-up of grouting, caulking, mortar or etc. 7. Sampling, maintenance and control of air quality and flow, 8. All steel to wood or steel to gauged metals connections. 9. Cutting of floor / roof deck for other trades work to pass through. 10. No side seam welding. 11. All Costs associated with rental of any proprietary decking seam crimping tools i.e. Punchlok, DeltaGrip, etc. 12. Removal of any obstruction in the way for placement of anchoring devices. 13. Gauge metals and gauge metal support framing other than metal floor or roof deck. 14. Embedded iron, anchor type bolts, rebar, wire mesh, pt cables or etc. 15. CMIJ, masonry straps, veneer or brick ties, panel supports, brick lintels or ledgers etc. 16. AESS Requirements (UNO) 17, Core drilling or thru drilling for connection bolts. 18. LIT, X-ray or other methods to locate materials in existing surfaces. 19. Noted optional field welding at contractors' option (shop welded figured) 20. Elevator sump pits/ladders (Due to Confined Space) 21. Steel hand or guardrails that do not attach to steel stair stringers. 22. Framing or cutting of openings not specifically shown on structural plan view drawings 23. Traffic control, permits; badges, barricades, and flagmen and associated costs. 24. Blowing off and cleaning of metal floor and roof deck. 25. Snow removal. 26. Scrap material disposal. 27. Removal, disposal, replacement or testing of contaminated materials, such as lead, asbestos or fire !sound proofing. 28. Protection of existing surfaces, demolition or alteration of existing structures or surfaces. 29. Fire protection or watchmen, smoke damage or protection, arc flash and eye damage protection. 30. ALL sales tax or use tax on all labor. 31. All taxes on materials (Federal Jobs) 32. All costs associated with LISLH insurance. 33. All Professional Liability Coverages. 34. All costs associated with confined space air testing, equipment and access. 35. Provisions for payment of performance bond, bond premiums, builders risk insurance or etc. (bond est.2.5%) 36. 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 J, 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 CORON51099PM OR 194038 NV 20151619955 Rockworks, LLC 2350 - 13 1 ST AVENUE N E LAKE STEVENS, WA 98258-8004 (425) 335-9990 OR (425) 481-7222 / FAx: (425) 335-991 1 Quote To: Alex Carey Lydig Construction Email-acarey@lydig.com Tukwila Fire Station 52 Tukwila, WA Description & Price: Provide equipment, labor and material to build Rock Walls: Approx. 1,500 sq.ft. Note: Truck and trailer access must be provided to work area. Machine time to relay material will be billed @ $ 150.00 per hour. Excludes: Excavation for Rockeries Any Permits or engineering (if required) Hookup drain to storm Surveying Traffic Control Street Sweeping Fence Sleeves (if needed) Surface Seal above Rockery (if needed) 8536 SW St. Helens Dr. Ste. D LaRusso Wilsonville, OR. 97070 Concrete Inc Phone: (503) 563-6780 Fax: (603) 563-6786 Portland I Seattle CCB# 169176 Item: Building - Place and Finish Concrete Pan Stairs w/embedded nosing (nosing supplied by others) 1/21/20 Quantity Units Unit Price Amount 100 LF 1 $11.48 1 $1,148 Page 1 of 1 LYDIG Lydig Construction, Inc. Project: 30129-43 - TFS#52 - GCCM 3180 139th Ave SE, Ste 110 15447 65th Ave S Bellevue, Washington 98005 Tukwila, Washington 98188 Phone: (425) 885-3314 Phone: 3609072459 Fax: (425) 881-2903 Fax:-4258812903 Prime Contract Potential Change Order 7: C - RFl20: PRIORITY - Struct - HSS Columns Height and Welds at GL TO: City of Tukwila FROM: Lydig Construction, Inc. - Bellevue' Office 6200 Southcenter Boulevard 3180 139th Ave SE -Suite 110 Tukwila Washington, 98188 Bellevue Washington, 98005 PCO NUMBERIREVISION: 057 / 0 CONTRACT: 30129 - Tukwila Fire Station #52 - GCCM Prime Contract REQUEST RECEIVED FROM: CREATED BY- Alex Carey (Lydig Construction, Inc. - Bellevue Off) STATUS: Pending - In Review CREATED DATE: 3/5 /2020 REFERENCE: PRIME CONTRACT None CHANGE ORDER: FIELD CHANGE: No LOCATION: ACCOUNTING Amount Based METHOD: SCHEDULE IMPACT: PAID IN FULL: No TOTAL AMOUNT: $1,528.14 POTENTIAL CHANGE -ORDER TITLE: CE #088 - RFI #200: PRIORITY - Struct - HSS Columns Height and Welds at GL 8 CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #088 - RR #200• PRIORITY - Struct - HSS Columns Height and Welds at GL 8 RFI #200: PRIORITY -Struct - HSS Columns Height and Welds at GL 8 Added welds along column to beam weld at the mechanical well that were not indicated in the: structural drawings. ATTACHMENTS: PCO 057-SP Combined.odf #. Cost Code Description Type Amount 1 03--001-99-- 13P-03 -.Structures Subcontractor CE #088-SP Subcontractor $ 1,433.89 Subtotal: $1,433,89 Fee - Self Perform Work: 16,00 % Applies to Labor, Materials, Equipment, Other, Overhead and Profit, and Unwritten Sub's1PA's. S 0.00 Fee - Sub Tier Work: 4.60% Applies to. Subcontractor and Purchase Agreements. $ 64.53 GL Insurance: 0.76% Applies to all line item types. $ 11,24 P&P Bond: 0.76 % Applies to all line item types. S. 11.32 B&OTax:=OA7%Applies toall line aitem types. $7.16 Grand Total: $1,628A4 Owner Signature Date Lydig Construction, Inc. page 1 of 1 Printed On: 3/5/ 2020 03 :37 PM LYDlG Lydig Construction, Inc. Project: 30130-10 - TFS#52 - Self -Perform 3180 139th Ave SE, Ste 110 15447 65th Ave S Bellevue, Washington 98005 Tukwila, Washington 98188 Phone: (425) 885-3314 Phone: (360) 907-2459 Fax: (425) 881-2903 Fax. (425) 881-2903 Prime Contract Potential Change Order #7- ; CE #0 - - RFI0: PRIORITY - Struct - HSS Columns Height and Welds at GL TO: City of Tukwila FROM: Lydig Construction, Inc. - Bellevue Office 6200 Southcenter Boulevard 3180 139th Ave SE - Suite 110 Tukwila Washington, 98188 Bellevue Washington, 98005 PCO NUMBER/REVISION: 057-SP / 0 CONTRACT: 1 - Tukwila Fire Station #52 -Self-Perform Prime Contract REQUEST RECEIVED FROM: CREATED BY: Alex Carey (Lydig Construction, Inc. - Bellevue Off) STATUS: Pending - In Review CREATED DATE: 3/5 /2020 REFERENCE: PRIME CONTRACT None CHANGE ORDER: FIELD CHANGE: No LOCATION: ACCOUNTING Amount Based METHOD: SCHEDULE IMPACT: PAID IN FULL: No TOTAL AMOUNT: $1,433.88 POTENTIAL CHANGE ORDER TITLE: CE #088-SP - RFI #200: PRIORITY - Struct - HSS Columns Height and Welds at GL 8 CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #088-SP - RFI #200`: PRIORITY - Struct- HSS Columns Height and Welds at GL 8 RFI #200: PRIORITY - Struct- HSS Columns Height and Welds at GL 8 Added welds along column to beam weld at the mechanical well that were not indicated in the structural drawings. ATTACHMENTS: CE #088-SP - C. 1 9-055-7.2282020.1855.3l.Pdf # Cost Code Description Type Amount 1 OS•-001-9& - Structural Steel Sub COR 19.055-7 Subcontractor $ 1,301.85 Subtotal: $1,301.85 Fee: -:Self. Perform. Work: 15,00%Applies to tabor, Materials, Equipment, Other,. Overhead and Profit, Unwritten Sub's/PA's,and Project Contingency. s.0.00 Fee - Sub Tier Work: 8.00%Applies to Subcontractor and Purchase Agreements. $ 104.15 GL Insurance: 0,76%Applies to all line item types. $ 10.54 P&P Bond: 0.76%Applies to 211 line item types, $ 10.62 B&O Tax: = 0.47%Applies to all line Item types. $ 632 Grand Total: $1,433.88 Owner Signature M Lydig Construction, Inc. page 1 of 1 Printed On: 3/5/ 2020 03 :35 PM CCRCNP� STEELINC Rmfl 7. "fioer 1.ah ��u PnI 19-055 — Fire Station 52 TO Alex Carey Lyclig Construction 3180 139th Ave SE Ste 110 Bellevue Bellevue, WA 98005 4258853314 wleturn To Marci`!on Appen Corona Steel, Inc 3015 106th Street South Lakewood, WA 98499 253-682-0207 marciv@coronasteel.com- =110 Tacoma: 25II i 3-682-0207 Seattle: 253.874-4766 Fax: 253-874-9824 www.coronasteel.com Change Order Request gem-WMI'mWiT. r. gr- Fn r. IM COR Number: 19-055-7 r.'OR Revision Number: 0 Comments/ Time Extension Request Added weld to the HSS at the Apps Bay Screenway per WAF 7669 COR Date: 2/28/2020 Work Type: Field T&M Work Order WAF No: 7669 Days Valid: 5 Description Cost Rate oty Hrs Workers Ext Journeyman $84.58 4.00 Hrs 2.00 $676.64 45' boom lift $56.68 4.00 - $226.72 Welding Machine $29.62 4.00 $118.48 Wire Feeder with wire $27.55 4.00 $110.20 I Breakout I Labor: $676.64 Overhead & Profit @ 15%: $101.50 Equipment : $455A0 Overhead & Profit 9 15%: $68.31 wmszm��� This OORdoes not include any amount for impacts such uninterference, disruptions, rescheduling, changes io the sequence of work, delays and/or associated acceleration. We expressly reserve the right to submit our request for any of these items. Signed By: Dated:2/28/2O2O 88arci VonAppen , � Ad 7 6 6 ,.. - katxP 0. 8��1� lntb�.Soa L951 CORONA STEEL, INC. EXTRA WORK AUTHORIZATION FOR CONTRACTOR CONTRACTOR RFI REF. e: The purpose of this extra work authorization into document that Corona has been required to perform work that it considers to be extra and outside the scope of our subcontract and the hours and the tools and equipment utilized to perform the extra work. if you to agree the work is extra and that it is authorized and that the hours and tools and equipment set forth below are correct you are asked to execute the form in the appropriate space below indicating your agreement and acknowledgement. In the event you disagree you are asked to execute the form in the appropriate space below noting your disagreement but acknowledging Corona worked the hours and utilized the tools and equipment identified. In the event you disagree or refuse to execute, then this is written notice that Corona considers the work described to be outside the scope of our subcontract and is information provided to you as a daily record of the hours worked and the tools and equipment utilized. General Description of the extra work and the reason why the extra work is required/circumstances that caused extra work: AU 9=� VJ i7 + <;. MNN FMPI.nYFr1jAMF CT nr� 1cc 1 � L✓ � 7 _' 3 9 4 10 S 11 6 12 Tools and Equipment utilized _-r_ CRANE SIZE: TON MAGNETiCORIL! Vv C 1 ALI$ V 1 ' FORKLIFT SIZE:. w FUEL g `. GRINDER w/WHEELS ZF.9Vfi—.9 :5 BOOM LIFT SIZE: w/ FUEL TORCH SET UP w/ FUEL G E F 1- SCISSORUFTSIZE: w/FUEL ROTO-HAMMERw/Vacuum SWDJUEEER WELDING MACHINE w/ FUEL DEMO SAW w/ BLADES/ FUEL ZO b t9 WIRE FEEDER w/ WELD WIRE WINCH iGOLOOR MY: corona -, eI, Inc. SIGNED: j�.tily _ /r=gn yw./U jtnf CORONA STEEL, INC. Print Name Contractor I acknowledge the work is extra work and that the time and equipment hours CONTRACTOR Print Name I disagree the work is extra work but acknowledge time and equipment hours SIGNED: / _ — CONTRACTOR Print Name }y 3015106th Street South, Lakewood, WA98499 Phone 2.43.68Z- & WHITE: OFFICE COPY G4NARY:JOB FILE PINK: FOREMAN'SLOG GOLDENROD: CONTRACTOR. LYDIG Lydig Construction, Inc Project: 30129-43 - TFS#52 - GCCM 3180 139th Ave SE, Ste 110 15447 65th Ave Bellevue, Washington 98005 Tukwila, Washington 98188 Phone: (425) 885-3314 Phone: 3609072459 Fax: (425) 881-2903 Fax: 4258812903 Prime Contract Potential Change r er 8: CE #091 - RFl 5Elec - and Hole Near Generator Pad TO: City of Tukwila FROM: Lydig Construction, Inc. - Bellevue Office 6200 Southcenter Boulevard 3180'139th Ave SE = Suite 110 Tukwila Washington, 98188 Bellevue Washington, 98005 PCO NUMBERIREVISION: 058 f 0 CONTRACT: 30129 - Tukwila Fire Station#52 - GCCM Prime Contract REQUEST RECEIVED FROM: CREATED BY- Alex Carey (Lydig Construction, Inc. - Beilevue Off) STATUS: Pending - In Review CREATED DATE: 3/5 /2020 REFERENCE: PRIME CONTRACT None CHANGE ORDER: FIELD CHANGE: No LOCATION: ACCOUNTING Amount Based METHOD: SCHEDULE IMPACT: PAID IN FULL: No TOTAL AMOUNT. $888.83 POTENTIAL CHANGE ORDER TITLE: CE #091 - RFI #157: Elec Hand Hole Near Generator Pad CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #091 - RFI #157: Elec - Hand Hole Near Generator Pad An handhole was added per RFI 157 for electrical code compliance as outdoor electrical receptacles (future vehicle chargers) were exceeding the maximum allowable number of bends from the panel. ATTACHMENTS: CE 091 - COR009.pdf #" Cost Code Description Type Amount 1 26--001-99- - BP-11 - Electrical Subcontractor I PCEC COR 009 Subcontractor $ 834.00 Subtotal: S834.00 Fee - Self Perform Work: 16.00%Applies to Labor, Materials, Equipment, Other, Overhead and Profit, and Unwritten Sub's/PA's, $ 0.00 Fee - Sub Tier Work: .4.60%Applies to Subcontractor and Purchase Agreements, $ 37.53 GL Insurance: 0.76%Applies to all line item types. $6.54 P&P Bond: 0.76%Applies to all line item types. S 6 59 B&O Tax: =047%Applies to all line item types. $4.17 Grand Total: $888.83. Owner Signature Date Lydig Construction, Inc. page 1 of 1 Printed On: 3/5/ 2020 04 :06 PM PACIFIC COAST J0^ A02 ELECTRICAL CONTRACTORS, INC. eelgtll 16620 North Road * Bothell, Washington 98012-5908 TEL (425) 741-2700 * FAX (425) 741-2600 February 27, 2020 Lydig Construction 3180 139th Ave SE, Suite 110 Bellevue, WA 98005 Attn.: Kiel Lunsford RE: Tukwila Fire Station 52 Tukwila Fire Station 52 COP# CCD# PCEC COR# 009.0 Dear Kiel RFl# 157 PCEC RFl# Pacific Coast Electrical Contractors, Inc. is pleased to quote a lump sum additive change order price for the above referenced work as described on our attached worksheets in the amount of $834.0 We will not proceed with this change to our work until directed by Lydig Construction Light fixtures and equipment will not be released for production or canceled as appropriate until receipt of written notice to proceed with this work. Our schedule may be impacted due to this revision. We will advise shipping schedules after direction has been provided to us. Our proposal is based upon completing all work during normal working hours. All general clarifications and exclusions on our bid day proposal apply to this proposal. Proposal is valid for 30 days unless required otherwise within the contract documents. We will require an additional required material products for this The pricing of this change order is based solely on direct cost elements such as labor, material, and normal markups, and does not include any amount for changes in the sequence of work delays, disruption, rescheduling, extended overhead, acceleration, and/or impact cost, which it is not possible to assess at thepresent time. Right is expressly reserved to make claim for any and all of these related items of compensable cost overruns prior to final settlement of this contract. 0 days added to our schedule after receipt of written approval and change to our scope of work. I hope our pricing meets your expectations for the required change to our work. Please feel free to call should you have any questions regarding this change proposal. Sincerely, 11 Scott Driscoll Project Manager Enclosures: ( 3 ) worksheets Pacific Coast Elect Sub Contractor Breakdown S J 11 Handhole added near generator pad in Date: 212712020 Work Pricing for added 1.������� V»d������&h�� 98 P���� ������T�m m.omftlabor oo�m�nmbreakdown �&D �~�VTf4/2Timo b.umKlabor oo�e�ombmakdmwn �� ����2Jlme o o��1�borooe��omb�o�dmwn � z___�=-�— D�Utb���ndGN�Tinm d.mmftlabor cm�fmmb�okdmn 114.36 �� ��3�Gh��mm e.o��labor costs �ombreakdown z_-___�_=_ $ DIRECT LABOR SUBTOTAL �e.45 �. Supervision d.direct supervision 15&(of direct labor) y4.87 e 296(of |abu� - safetysafetytmve| y.35 �� $_____�__ Vap�im�k��ami�8pa/hing ' ' 1.CRAFT LABOR COSTS 2M/Q[E0AL COSTS dpermits . a. scheduled mu�r�|m $____�—_ b quoted m.dump�er � -�� ���e�td ��_. toonrdino8n�dn*mngm . $____�_ u,MATERIAL COSTS 3EO�|P�ENTCOG�O ' $ - $_--_�_- e. owned equipment (Spec approved source) b.rental equipment (per invoices attached) $` $_�__ o.EQUIPMENT COSTS 4. SMALL TOOLS a.small tools 5, OVERHEAD AND PROFIT — b. &SUBCONTRACTORS a. b C. d 5% (of direct labor) 15% overhead &profit of 15%overhead & profit of2.3&4 4. SMALL TOOLS cOVERHEAD &PROFIT 6. SUBCONTRACTORS 7.O&PONSU BCONTRACTORS �&uve�aad&.pm@ofO a. roupowSUBS 0.|N8URANCE/T}0XEG 1. OU%�f1thmugh7) * a' vo�mnd�ven|ie�iUyinaumnuo �U 2% (of1 through $ b.Bonding ' O 10hmugh $ u ���8��Tmx ,^ �' � U �f1thmugh7) $ d.ChyB&OTex o.wouexwos S.O&PONINSURANCE /TAXES ynupVw/wa/rm� a. OY6mo�onoy8 � TOTAL COST 1r*Ruo 8.10 16.36 ' - � - Job Name: FS#52 Tukwila Material Filter: <None> Job Number:1429 Report: COR 2/1 Extension Name: COR [Items and Byproducts] Quantity Price U I EA Price I Labor I U I Labor Ext .I L Item # Item Name Label Set: Combined, Combined, Combined, Combined, Combined 19,449 J11 Type 1 14"09" HANDHOLE 1.00 $0:00 Q $0.00 2.50 $0.00 � E 250 $0.00 2.50 2 2/14/2020 2:14 PM Courtesy of McCormick Systems Inc. Page.. From: Sent: Tuesday, February — Scott Driscoll Subject: RE: Fire Station 52 Tukwila Scott, p ntebo�k�kan6Gruunds��p The type 1w�hnunsNdlid are 4OO�U/eComp�teryyun eThere is a 20.00 pallet charge. if you have any questions please feel free to contact me. GreggGlidden Sales Fog Tite Seattle GceU 0 11 0 OR"* NEMIROW "IF0016 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 00f DATE: 311812020 PROJECT NO.: 90830402 PROJECT NAME: PSP — Fire Station 51 Its, BUDGET NO.: 305.98 CONTRACT NO.: 18-001.1 (0 AMENDMENT NO: 015 V Sheet 1 of 1 You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders, CHANGE: See Attached Exhibit "A" 4 We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date 3/23/2020 I/// n I Craig Greene By Original Contract FS51 (without tax) Previous Change Order FS51 This Change Order FS51 (without tax) REV. CONTRACT AMOUNT FS51 Contractor Lydig Construction Title VP of Operations $ 9,587,314.00 $ 414,891.65/ $ 14,736.30 $ 10,016,941.95 riginal Contract Time FS51: 420 days (May 19, 2020) Additional Contract Time for this Change Order FS51: 0 days Updated Contract Time FS51: 420 days (May 19, 2020) ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) APPROVED BY THE CITY OF TUKWILA Date o B 40 )2,C- Deputy City Administrator f2- SOJ Program Director cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File Exhibit "A" CHANGE ORDER - SUMMARY OF CHANGE CITY OF TUKWILA - PUBLIC SAFETY PLAN Project Name Fire Station 51 LYDIG CO # 006 Project # 90830402 Contract # 18-001.1(o) TO CONTRACTOR: Lydig Construction Date 3/18/20 3180 139th Ave SE, Ste 110 Bellevue, WA 98005 Reason COMCD # Description Code Amount COP 021 CE #028 - RF1 #083: Struct/Arch - Angle Blocking at Low Roof Above PT DC $1,777.99 Room Canopy. Installation of additional steel angle blocking at PT room roof (South Wall). COP 022 CE #053 - #139: STRUCT - Bench Support Detail Clarification. ASI 011 OC $1,447.87 added steel bench supports with additional metal stud framing to support a wood bench in Entry Vestibule 101. Work performed includes HSS & steel angle supplied for bench support, additional stud framing added to sandwich steel supports, steel supports installed with epoxy anchors, and steel supports painted. COP 024 CE #045 - RF1 70 - Concrete Paving Reinforcement and Control Joint DC $9,097.41 Layout. Added reinforcing at concrete paving. Slip dowels at longitudinal joints and #5 tie bar at exterior joints. Slip dowels are 30" long and spaced 36" on center for all longitudinal joints as shown on the revised C3.0 sheet provided in RFI 070. Revised pricing has been provided to rectify the wage rates and markups. COP 026 CE #059 - #153: ARCH - Flashing Finish and Material Clarification. DC $2,018.64 Change all base/sill flashing that was previously pre -finished galvanized to stainless steel at grade level. (Supply and Install) COP 027 CE #012 - RFI#021: ARCH - Epoxy Floor and Wainscot Location DC $394.39 Clarification. Additional locations scheduled to receive epoxy wainscot. Primer and labor costs remain the same. Added cost is only for premium to change from standard paint to epoxy coating. Lydig Change Order No. 006 $14,736.3 LYDIG •� 0 . Lydig Construction, Inc. Project: 30125-43 - TFS#51 - GCCM 3180 139th Ave SE, Ste 110 17951 Southcenter Parkway Bellevue, Washington98005 Tukwila, Washington 98188 Phone. (425) 885-3314 Phone: 425-885-3314 Fax: (425) 881-2903 • i i i" i • I o I i •. i : Me i! i' Usle] i s IM PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 021 / 1 Pending - In Review No FROM: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 CONTRACT: 30125 - Tukwila Fire Station #51 - GCCM Prime Contract (18-001.1) CREATED BY: Weston Blackburn (Lydig Construction, Inc. - Bellevue Off) CREATED DATE: 1/28 /2020 PRIME CONTRACT None CHANGE ORDER: LOCATION: ACCOUNTING Amount Based METHOD: SCHEDULE IMPACT: PAID IN FULL: No TOTAL AMOUNT: $1,777.99 POTENTIAL CHANGE ORDER TITLE CE #028 - RFI#083: STRUCT/ARCH - Angle Blocking at Low Roof Above PT Room Canopy CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #028 - RFI#083: STRUCT/ARCH - Angle Blocking at Low Roof Above PT Room Canopy - Installation of additional steel angle blocking at PT room roof (South Wall) ATTACHMENTS: LCI SP- PCO 021 SP - CE 028SP - RFI 083 Angle Blocking at Low Roof Above PT Room Canopy pdf # CostCode Description Type Amount 1 03--001.99- -Structures, Enclosure & Misc:Sub -BP03&07 Install Additional Angle Blocking Subcontractor $ 1,668.33 Subtotal: $1,666.33 Fee - Self Perform Work: 16.00%Applies to Labor, Materials, Equipment, Other,: Overhead and Profit, Unwritten Sub'sIPA's, and Project. Contingency, $ 0.00 Fee - GCCM: 4.60%Applies. to Subcontractor and Purchase Agreements. $ 75.07 GL Insurance: .0.76 % Applies to all lineitem types. $ 13.08 P&P Bond: 0.76% Applies to all line item types. $13.17 B&OTax:= 0.47% Applies to all line item types. $8.34 Grand Total: $1,777.99 Date Lydig Construction, Inc. page 1 of 1 Printed On: 2/19/ 2020 05 :02 PM LYDIG RMF1#083 Lydig Construction, Inc. Project: 30125-43 - TFS#51 - GCCM 3180 139th Ave SE, Ste 110 17951 Southcenter Parkway Bellevue, Washington 98005 Tukwila, Washington 98188 Phone: (425) 885-3314 Phone: 425-885-3314 Fax: (425) 881-2903 STRUCT/ARCH - Angle Blocking at Low Roof Above PT Room Canopy TO: Jose Lorenzo -Torres (Weinstein A+U) FROM: Weston Blackburn (Lydig Construction, Inc. - Lauren Rock (Weinstein A+U) Bellevue) Emma Nowinski (Weinstein A+U) 3180 139th Ave SE - Suite 110 DATE INITIATED: 09/24/2019 Bellevue, Washington 98005 LOCATION: STATUS: Closed PROJECT STAGE: DUE DATE: 10/01/2019 SUB JOB: COST CODE: COST IMPACT: TBD SCHEDULE IMPACT. TBD DRAWING NUMBER: A453,S403 SPEC SECTION: LINKED DRAWINGS: A4531S403 REFERENCE: RECEIVED FROM: Weston Blackburn (Lydig Construction, Inc. - Bellevue Off) COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Jose Lorenzo -Torres (Weinstein A+U), Kiel Lunsford (Lydig Construction, Inc. - Bellevue Oft), Emma Nowinski (Weinstein A+U), Tom Pitman (Lydig Construction, Inc. - Bellevue Off), Lauren Rock (Weinstein A+U), John Thompson (Lydig Construction, Inc. - Bellevue Off), David White (Lydig Construction, Inc. - Bellevue Off) Clarification is needed on the use of angle blocking between joists along grid line 6 at the PT Room low roof. All beams are drawn with angle blocking that spans between joist tails to help support metal decking with the exception of the W12x26 that runs along GL 6. Neither the architectural details (A453) or Structural details (S403) illustrate angle blocking at this location. Please clarify if angle blocking is required at this location or if it is the design intent that it is omitted. Please see the attached document for reference. Attachments: RFI 083 - Angle Blocking at PT Room Canopy.pd Official Response: Jose Lorenzo -Torres (Weinstein A+U) responded on Thursday, September 26th, 2019 at 1: 11PM PDT The angle blocking is typical between joist chords over beams and is required in the location noted. D. Morrow Swenson Say Faget 9-26-2019 Attachments: RFI 083 - Angle Blocking at PT Room Canopy SSF response: df 71.vn Lydig Construction, Inc. Page 1 of 1 Printed On: 02/27/2020 11:05 AM LVDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 0 Project: 30126-10 - TFS#51 - Self -Perform 17951 Southcenter Parkway Tukwila, Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #021 SP: CE #028 - RFI #3: T UCT/ CH - Angle BlockingLow Roof Above PT Room Canopy City of Tukwila FROM: Lydig Construction, Inc. - Bellevue Office 6200 Southcenter Boulevard 3180 139th Ave SE - Suite 110 Tukwila Washington, 98188 Bellevue Washington, 98005 PCO NUMBERIREVISION: 021 SP 11 CONTRACT 1 - Tukwila Fire Station #51 -Self-Perform Prime Contract REQUEST RECEIVED FROM: CREATED BY: Weston Blackburn (Lydig Construction, Inc. Bellevue Off) STATUS. Pending - In Review CREATED DATE: 1/28 /2020 REFERENCE: FIELD CHANGE: Na LOCATION: ACCOUNTING Amount Based METHOD: SCHEDULE IMPACT: PAID IN FULL: No TOTAL AMOUNT: $1,668.33 POTENTIAL CHANGE ORDER TITLE: CE #028 - RFi #083: STRUCT/ARCH - Angle Blocking at Low Roof Above; PT Room Canopy CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #028 - RFI #083: STRUCT/ARCH - Angle Blocking at Low Roof Above PT Room Canopy ATTACHMENTS: CHG COR 29087-002 R1.pdf # Cost Code Description Type Amount 1 05--001-99-- Structural :Steel Sub Install of Angle Blocking Subcontractor S1,514.70 Subtotal: $1,514.70 Fee - Self Perform. Work: 16.00 %Applies to Labor, Materials, Equipment,Other, Overhead and Profit, Unwritten Sub's/PA's,.and Project Contingency.. $ U0 Fee- Sub Tier Work: 8.00 % Applies to Subcontractor and Purchase Agreements. $ 121..18 GL Insurance: 0.76 % Applies to all line item types. S12.27 P&P Bond: 0.76%Applies to all line item types. $ 12.36 B&O Tax: = 0.47%Applies to all line item types. $ 7.82 Grand Total: $1,688.33 Owner Signature Date Lydig Construction, Inc. page of 1 Printed On:,2/1912020 05 :05 PM CHG Building Systems, Inc. PO Box 78448 Seattle WA 98178 kwATIT,wo - i - MrIM9 Me Phone: (425) 255-5747 Fax: (425) 255-4882 C''FIG Change Order Request COO Number: 002 R1 Date: 02/18/20 Project Number: 29087 To: Project, Lydig Construction Inc. Tukwila Fire Station No. 51 ATTN: 17915 Southcenter Parkway 3180 139th Ave SE Suite 110 Tukwila WA 98188 Bellevue WA 98005 '-Change: RE 083 Field Weld Angle Blocking at Low CHANGE NO, 2 REVISED - RFI 083 Field Weld Angle Blocking at Low Roof above PT Room Canopy This Change Order Request is to field weld angle blocking at low roof above PT room canopy per RFI 083 and Weston Blackburn's email dated 9-26-2019. Consistent with our Subcontract Scope on this project, we include labor and equipment to erect/install materials furnished by others, and we do NOT include the FURNISH or FABRICATION of ANY materials (except only welding consurnables for included welding). Please refer to our original Proposal for other Qualifications and Exclusions, all of which are applicable to this Change Order Request. This Change Order Request is based on the assumption we can perform this extra work while we are on site, without requiring a separate mobilization. Pricing is subject to adjustment should this assumption prove to be untrue. This Change Order Request is for PROPOSED work. Please provide written direction to proceed if you want us to proceed with this extra work. Please return a signed copy to our office to authorize billing. THIS IS NOT AN INVOICE!!! 2/14/2020 UPDATE (-Rl) Revised for actual equipment costs - LM Project Original Contract Sum $168,922.00 Total of Previously Approved Change Orders $mo Contract Amount Prior to this Change Order $168,922.00 Proposed Contract Amount of this Change Order $1,514.70 Proposed Contract Amount Including this Change Order $170,436.70 Page 1 • PO Box 78448 Seattle WA 98178 Phone: (425) 255-5747 Fax: (425) 255-4882 Accepted By: Contractor (Company Name) By (Signature) Printed Name Date Contractors Change Order # Change Order Request COR Number: 002 R1 Date: 02/18/20 Project Number: 29087 To: Lydig Construction Inc. Project: Tukwila Fire Station No. 51 Schedule Additional Days: 1 impact: Expires: 03/18/2020 ®escriptWn Quantity UOM Unit Price Estterided Price Equip HRS 300 Amp Welder with supplies at 9.00 HR $40.00 $360.00 HRS Scissor Lift - 24' - 26' Electric at 9.00 HR $18,30 $164.70 Equip Total: $524.70 Labor MHS Prevailing Wage Ironworker at Page 2 9.00 HR $110.00 .5990.00 Labor Total. $990.00 �Cha.g. �Od., Total: �$1,5�1470 LYDIG PCO #022 Lydig Construction, Inc. Project: 30125-43 - TFS#51 - GCCM 3180 139th Ave SE, Ste 110 17951 Southcenter Parkway Bellevue, Washington 98005 Tukwila, Washington 98188 Phone: (425) 885-3314 Phone: 425-885-3314 Fax: (425) 881-2903 Prime Contract Potential Change Order 22: CE #053 - 139: STRUC - Bench Support Detail Clarification TO: City of Tukwila FROM: Lydig Construction, Inc. - Bellevue Office 6200 Southcenter Boulevard 3180 139th Ave SE - Suite 110 Tukwila Washington, 98188 Bellevue Washington, 98005 PCO NUMBER/REVISION: 02210 CONTRACT: 30125 - Tukwila Fire Station #51 - GCCM Prime Contract ,(18-001.1) REQUEST RECEIVED FROM: CREATED BY: Weston Blackburn (Lydig Construction, Inc. - Bellevue Oft) STATUS: Pending - In Review CREATED DATE: 2/14 /2020 REFERENCE: PRIME CONTRACT None CHANGE ORDER: FIELD CHANGE: No LOCATION: ACCOUNTING Amount Based METHOD: SCHEDULE IMPACT: PAID IN FULL: No TOTAL AMOUNT: $1,447.87 POTENTIAL CHANGE ORDER TITLE: CE #053 - #139: STRUC - Bench Support Detail Clarification CHANGE REASON Client Request POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract is Changed As Follows) ASI 011 added steel bench supports with additional metal stud framing to support a wood bench in Entry Vestibule 101. Work Performed: HSS & Steel Angle Supplied for Bench Support Additional stud framing added to sandwich steel supports Steel supports installed with epoxy anchors • Steel supports painted Note: This PCO has been revised to incorporate a portion of the entry vestibule bench allowance. After the purchase of the wood bench, the balance of $1,500 of this allowance has been utilized towards the value of this PCO. ATTACHMENTS: RFI 139 - Bench Support Detail Clarification. pdf COP 004 R2 - IPE - ASI 11 - Bench Suppert .pdf PCO 022 SP- RFI 139 Bench Support Detail Ciarification.pdf # Cost Code Description Type Amount 03--001-99--.Structures, Enclosure &.Mist Sub 1 -BP 03 & 07 Subcontractor $ 1,866:02 2 09--010-99- - GW8, Insulation & ACT Sub - BP Subcontractor $992,54 09 3 03--001-99-- Structures, Enclosure &.Mist Sub Allocation of wood bench allowance. Subcontractor ($1,500.00) BP03&07 Subtotal: $1,358.56 Fee - Self Perform Work: 16.00% Appliesto Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency.. $0.00 Fee - GCCM: 4.60 % Applies to Subcontractor and Purchase Agreements. $ 61.14 Lydig Construction, Inc, page 1 of 2 Printed On: 3/12/ 2020 02 :02 PM LYDIG GL Insurance: 0.76% Applies to all line item types. $ 10.65 P&P Bond: :0.76 % Applies to all line item types. $ 10.73 B&OTax: =0.47% Applies to all line item types. $6.79 Grand Total: $1,447.87 Owner Signature M Lydig Construction, Inc. page 2 of 2 Printed On:.3/12/ 2020 02 :02 PM FERF1 #139 LYDIG Lydig Construction, Inc. Project: 30125-43 - TFS#51 - GCCM 3180 139th Ave SE, Ste 110 17951 Southcenter Parkway Bellevue, Washington 98005 Tukwila, Washington 98188 Phone: (425) 885-3314 Phone: 425-885-3314 Fax: (425) 881-2903 STRUC - Bench Support Detail Clarification TO: Thayer Wild (Weinstein A+U) FROM: Weston Blackburn (Lydig Construction, Inc. - Lauren Rock (Weinstein A+U) Bellevue) Emma Nowinski (Weinstein A+U) 3180 139th Ave SE - Suite 110 DATE INITIATED: 12/20/2019 Bellevue, Washington 98005 LOCATION: STATUS: Closed PROJECT STAGE: SUB JOB: COST IMPACT- TBD DRAWING NUMBER: A705 DUE DATE: 12/27/2019 COST CODE: SCHEDULE IMPACT. TBD SPEC SECTION: LINKED DRAWINGS: REFERENCE: RECEIVED FROM: Tom Pitman (Lydig Construction, Inc. - Bellevue Off) COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Jose Lorenzo -Torres (Weinstein A+U), Kiel Lunsford (Lydig Construction, Inc. - Bellevue Off), Emma Nowinski (Weinstein A+U), Tom Pitman (Lydig Construction, Inc. - Bellevue Off), Lauren Rock (Weinstein A+U), John Thompson (Lydig Construction, Inc. - Bellevue Oft), David White (Lydig Construction, Inc. - Bellevue Off), Thayer Wild (Weinstein A+U) There is a conflict with the metal studs and bench supports as drawn in the detail provided in ASI-01 1. Detail 14/A705 indicates that each support is to have full height studs at each side of HSS. With an 8" baseplate at the bottom of the HSS, the stud will have no connection to the bottom track, and will rely solely on the thru bolts. Also, the 2.5" horizontal leg will conflict with the vertical stud at one side of each HSS. Please advise Official Response: Lauren Rock (Weinstein A+U) responded on Tuesday, December 31st, 2019 at 1:07PM PST The stud web should be notched to fit over the HSS baseplate. The angle should be welded to the face of the HSS, not to the side, so that the studs can frame to the two sides of the HSS. D. Morrow, SSF, 12/31/19 Attachments: RFI 139 -Steel Bench Support Detail Clarification SSF Response.pdf BY DATE COPIES Tit. Lydig Construction, Inc. Page 1 of 1 Printed On: 02/27/2020 11:14 AM LYDIG PCO #022 SP Lydig Construction, Inc, Project: 30126-10 - TFS#51 -Self-Perform 3180 139th Ave SE, Ste 110 17951 Southcenter Parkway Bellevue, Washington 98005 Tukwila, Washington 98188 Phone: (425) 885-3314 Phone: 425-885-3314 Fax: (425) 881-2903 Prime Contract Potential Change Order #022 : CE #53 - RI 139 STRUC - Bench Support Detail Clarification TO: City of Tukwila FROM: Lydig Construction, Inc. - Bellevue Office 6200 Southcenter Boulevard 3180 139th Ave SE - Suite 110 Tukwila Washington, 98188 Bellevue Washington, 98005 PCO NUMBER/REVISION: 022 SP 10 CONTRACT: 1 - Tukwila Fire Station #51 -Self-Perform Prime Contract STATUS: REFERENCE: Pending - In Review CREATED BY: Weston Blackburn (Lydig Construction, Inc. Bellevue Off) CREATED DATE: 1 /30 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING Amount Based METHOD: SCHEDULE IMPACT PAID IN FULL: No TOTAL AMOUNT: $1,866.02 POTENTIAL CHANGE ORDER TITLE: CE #53 - RFI #139: STRUC - Bench Support Detail Clarification CHANGE REASON: Client Request POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #53 - RFI #139: STRUC - Bench Support Detail Clarification Supply steel bench supports, install bench supports, paint exposed section of bench supports at the main entrance per RFI 139 and ASI-011. ATTACHMENTS: POO 22 SP - CE 53 - RFI 139 - PCO Breakdown LCi.pdf Tukwila Fire RFI 139 KTP COP 1.pdf COP-4:pdf # Cost Code Description Type Amount 1 05--001-97-- Structural Steel Supplier Painting/Caulking Purchase Agreements $306.60 2 05--001.97- - Structural. Steel Supplier Structural Steel Purchase Agreements $ 964.00 3 05-005.01--Misc. Steel Installation of steel supports Labor $352.80 4 01--802.01- - Lydig Equipment Rental (LER) Equipment Equipment $ 45.00 Subtotal: $1,668.40 Fee • Self Perform Work::16.00%Applies : to Labor, Materials,. Equipment, Other,: Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. $ 59.67 Fee - Sub Tier Work: "8.00% Applies toSubcontractor and Purchase Agreements. $101i65 GL Insurance:.0.76% Applies to all line Item types. $ 13.72 P&P Bond: 0.76%Applies. to all line Item types. $ 13.83 B&O Tax: = 0,47% Applies to all line item types. $8.75 Grand Total: $1,86G.02 Owner Signature Lydig Construction, Inc. page 1 of 1 Printed On: 1/30/ 2020 03 :14 PM Project Name: Tukwila Fire Station #51 PCO: 022 SP Project No. 30126 Document Reference: RFI 139 Date: 1130/2020 Contractor: Lydig Contractor Ref. No. Description: 1. CRAFT LABOR I Direct Labor Costs: a. crew (apprentices, journeym b. foreman c. lead foreman e n, & laborers) $ 352,80 DIRECT LABOR SUBTOTAL $ 352.80 Supervision: d. direct supervision e. safety 1. CRAFT LABOR COSTS $ 352.80 2. MATERIAL COSTS a. material costs $ b. freight costs (itemize) 2. MATERIAL COSTS $ 3. EQUIPMENT COSTS a. owned equipment (per spec approved source) $ 45.00 b. rental equipment (per invoices attached) $ - 3. EQUIPMENT COSTS $ 45.00 4.SMALL TOOLS a. small tools 4. SMALL TOOLSA - SUBTOTAL 1 thru 4$6 39Z80 5. OVERHEAD & PROFIT a. 15% on Materials (2) $ - b. 16% On Labor, Equipment and Small Tools (1, 3, & 4) 59.67 5. OVERHEAD& PROFIT $ 59.67 6. SUB -SUBCONTRACTORS a. KT Painting $ 306,60 b. Spokane Metals A 964.00 C. $ d. $ 6. SUB -SUBCONTRACTORS $ 1,270.60 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS a. NTE 8% for each sub 101,65 8. Insurance a. Insurance 9. Bond a. Bond 10. B&O Tax a. B&O Tax 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS $ 101.65 0.76 %of 1-7 $ 13.72 8. Bond $ 13.72 0.75 % of 1-7 $ 13.83 0.47%of1-8 _$ 8.75 8. Bond $ 13.83 9. B&O Tax $ 8.75 TOTAL COS $ 1,866.02 1 Copy of RFI 139 - PCO Breakdown LCI.xlsx Page _ of - Issued 1/30/2020 COP Cost Breakdown ct Name: Tukwila Fire Station #51 PCO: 022SP oject No. 30126 Date: 1/30/2020 ntractor: Lydig Project. # 30126 ................ Copy of RFI 139-PCO Breakdown LCI.xisx Page of Issued 1/30/2020 i Ir M l; r: r Project Name: Tukwila Fire Station #51 Project No: 30126 Contractor: Udig Trade $ Position Rate Schedule Date' Carpenter 01/04/18 Laborer 01/04/18 Prevailing Wa a Qncl. Benefits 1, Hourly Wage Rate forman $ 57A8 $ 46.57 2. Hourly Benefits $ 16.58 $ 12.14 3. Sick Leave $ 1.26 $ 1.04 SUBTOTAL $ 75.02 $ 59.75 $ $ $ $ $ $ $ $ Rate 3. FUI % of 1 0.60% $ 0.34 $ 0.28 $ $Y $ $ $ - - $ $ = $ 4. FICA % of 1 7.65% $ 4.37 $ 3.56 $ $ - $ $ $ $ $ $ 5. Sick Leave % of 1 2.50% $ 1.43 $ 1.16 $ - $`, $ $ $ - $ $ - $ _ 6. SUI % of 1 insert correct % to ri ht) 4.08% '$ 2.33 1 $ 1.90 $ $s $ $ $ $ $ - $ 7. WC (insert $ amount perhour) $ 3.27 $ 3.27 $ `- 3.27 8. Safety 2.50% $ 1.43 $ 1.16' TOTAL incl. payroll taxes $ 88.20 $ 71.09 $ $, $ $ Is $ $ $ NOTES: ' Rate schedule date is the date of the Dept. of Labor & Industries Prevailing Wage Rate used or the Union Agreement. a. for items 3 thru 5, the Federal rates do not vary by firm, and the percentages are already locked into this form. b. for item 6, the actual rate is determined by the State Employment Security Dept. and varies by firm. it shall be verified by the contractor at the start of the project. c. for item 7, the rate is based on L & I classification. The hourly dollar amount is specific to the firm/trade and shall be verified by the contractor at the start of the project. d. definitions 1. items 1 & 2 are basic wages and benefits (see general conditions 7.5.1 - 1 &2 2. item 3, FUI is Federal Unemployment Tax Act (see general conditions 7.5.1 - 4 3. item 4, FICA is Federal Insurance Compensation Act/Social Security (see general conditions 7.5.1 - 4 4. item 5, Medicare is FICA medical aid (see general conditions 7.5.1 - 4 5. item 6, SUi is State Unemployment Compensation Act (see general conditions 7-5.1 - 4 6. item 7, WC is industrial insurance/workers' compensation (see general conditions 7.5.1 - 3 Form Revised 6/1/2004 Issued 1/30/2020 Project Name: Tukwila Fire Station #51 COP: - I Project No. 30125-43 TF5#5: Document Reference:— RFI 139 Date: 2112/2020 Contractor: KT Painting Contractor Ref. No. I Description: CRAFTLABOR Direct Labor Costs: a. crew (apprentices, journeymen, &laborers) $ 19&80 b. foreman $ c. lead foreman $ - DIRECT LABOR SUBTOTAL $ 198.80 Supervision: d, direct supervision e. safety 2. MATERIAL COSTS a. material costs $ 80.00 b. freight costs (itemize) $ - 3. EQUIPMENT COSTS a. owned equipment (per spec approved source) $ b. rental equipment (per invoices attached) I 4. SMALL TOOLS a. small tools 5. OVERHEAD & PROFIT a. 15% on Materials (2) $ 9.60 b. 15% On Labor, Equipment and Small Tools( 1, 3, & 4) $ 23.88 6. SUB -SUBCONTRACTORS a. b. $ C. $ d. $ 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS a. NTE6%for each sub 8. Bond a. Bond 9. B&O Tax a. B&O Tax 1. CRAFT LABOR COSTS $ 199.00 2. MATERIAL COSTS $ 80.00 3. EQUIPMENT COSTS $ 4. SMALL TOOLS -$ SUBTOTAL I thrul 4 5. OVERHEAD & PROFIT -$ 33.48 6. SUB -SUBCONTRACTORS. $ 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS $ 0.00 %of 1-7 $ 8. Bond $ 0.00 % of 1-8 $ 9. B&O Tax '$ TOTAL COST Tukwila Fire RF1 139 KTP COP I.xlsx Page _ of - issued 2/12/2020 leola OTSM;3'-1. •.C•1�1'i1 ct Name: Tukwila Fire Station # 51 oject No. 1 ntractor: KT Painting GOP: 1 Date: 2/12/2020 Project. # 1 Tukwila Fire RFI 139 KTP COP Lxlsx Page .f Issued 2/12/2020 COP Wage Rates Project Name: Tukwila Fire Station # 51 Project No: 30125-43 TFS#51 Contractor: KT Painting Trade & Position Rate Schedule Date* painter Painter Journeyman Painter Foreman Prevailing Wage Incl. Benefits 41.600/6 $ 41.60 $ 41.60 1. Hourly Wage Rate forman 0.00% $ - $ 2.50 2. Hourly Benefits 0.00% $ - $ SUBTOTAL 41.60% $ 41.60 $ 44.10 $ r $ $ $ $ $ $ Rate 3. FUI % of 1 6.00% $ 2.55 $ 2.65 $ $ $ $ $ $ $ $ 4. FICA % of 1 7.65% $ 3.25 $ 3.37 $ $ $ $ $ $ $ $ - 5. MEDICARE %of 1 1.45% $ 0.62 $ 0.64 $ : $ $ $ $ $ $ $ 6. SUI % of 1 (insert correct %'to right) 0.13% $ 0.06 $ 0.06 $ $ $ $ $ $ $ $ 7. WC (insert $ amount Ber hour $ 0.25 $ 0.25 $ 0.25 TOTAL incl. payroll taxes 48.33% $ 48.33 $ 51.07 $ $ $ $ $ $ $ $ NOTES: *Rate schedule date is the date of the Dept. of Labor & Industries Prevailing Wage Rate used or the Union Agreement. a. for items 3 thru 5, the Federal rates do not vary by firm, and the percentages are already locked into this form. b. for item 6, the actual rate is determined by the State Employment Security Dept. and varies by firm. It shall be verified by the contractor at the start of the project. c. for item 7, the rate is based on L & I classification. The hourly dollar amount is specific to the firm/trade and shall be verified by the contractor at the start of the project. d. definitions 1. items 1 & 2 are basic wages and benefits (see general conditions 7.5.1 - 1 &2 2. item 3, FUI is Federal Unemployment Tax Act (seegeneralconditions 7.5.1 - 4 3. item 4, FICA is Federal Insurance Compensation Act/Social Security (see general conditions 7.5.1 - 4 4. item 5, Medicare is FICA medical aid (see general conditions 7.5.1 - 4 5, item 6, SUI is State Unemployment Compensation Act (see general conditions 7.5.1 - 4 6. item 7, WC "is industrial insurance/workers' compensation (see general conditions 7.5.1 - 3 Form Revised 6/1/2004 Issued 2/12/2020 Data: 01/08/20 Project TFS51 Contractor: LycligComgm4ion Pages: 2 For the following items only: Furnish shop drawings, labor and material for the fabrication of miscellaneous steel per attachments A & B; and as follows. ADD four Bench Brackets per ASI-011 — Tax, Field Welding, Field Verifications, Installation, All Gauge Materials, Stainless Steel Items, Aluminum Items and Materials UNO, Bolts for any Connection To, Thru, and With Wood, Templates, Calculations and Engineering. (Seller) Estimator Material Price imbased oUcurrent stock and imsubject to prior sale. All pricing may be subject to escalation mill price changes and/or scrapsurchargesthat occur after bid date and will be applicable at time oforder. Any exceptions will he noted ioour bid. All material orders are subject TVapplicable Mill and Rail conditions and Spokane Metals will not be held liable for delays covered by these conditions. Attachment'A' General Conditions of Quotation: 1. It is the Responsibility of the General Contractor or customer to provide Spokane Metals LLC with all engineering and field measurement information. This should be in an expedient manner so as not to impede the shop detail drawing progress. This includes prompt approvals and clarifications. 2. We Assume engineering is complete enough to ;allow expedient detailing to occur. Delays due to incomplete engineering or extensive clarifications of drawings that delay our detailing may result in Cost Impact. 3. Delivery of materials are dependent upon date of award of contract, mill rolling schedules, freight shipping schedules, engineering clarifications and shop drawing approval. 4. Terms of payment are Net 30 days after shipment or partial shipment. Terms are dependent on our approval of contractor's credit. 5. No Liquidated Damages or Retentions will be accepted or allowed unless authorized in advance and in writing by Spokane Metals LLC. 6. Spokane Metals LLC will furnish shop drawings for shop fabrication and field drawings for Piece Mark Locations only. Any erection drawings required to show field welding, sequence of erection, temporary bracing, or any operations performed by the erector will be byothers. 7. It is a condition of this bid quotation that the contractor, the owner, or any interested party has a maximum of 14 calendar days from date of occurrence to provide written notification of back -charges, complete with monetary amounts and full substantiation. Charges communicated or billed after this time are not valid and will be denied. 8. It is a condition of this bid quotation: that the contractor, the owner, or any interested party has:a maximum of 14 calendar days from date of change orders will automatically become an integral part of the contract amount. 9. This bid proposal does not include provisions for OSHA erection standards or requirements that are not shown on the design drawings. 10. All rail joints shall be provided with NOMMA #4finish, unless specifically included in as otherwise herein above. 11. It is a condition of this bid quotation that any shortages or discrepancies in documentation of items shipped versus items received must be reported in writing within 48 hours of F.O.B. point delivery. Shortages or discrepancies reported after this time will be denied and subject to additional charges for replacement. 12. This Quotation and all attachments are to be made part of the contract, superseding all other clauses. Attachment Exclusions General•. 13: All non-ferrous metals and gauge metals (unless noted otherwise) 14. Cost of special testing and inspection of welds (non-destructive, x-ray, dye penetrate, etc.) and material for same are not included. 15. Pricing herein does not include providing holes, cutting, drilling, etc. in steel for others (unless shown and quantities noted on structural steed bid drawings). 16. Pricing herein does not include cost for taxes, bonds, permits, insurance, surveys, or inspection fees. 17. All reinforcing steel (unless shop attached to steel fabrications included herein above). 18. Supply or handling in any way of through -deck weld studs, grout, epoxy, and all non-metallic items. 19. Field touch up painting and paint. 20. Unless specifically included in Bid Proposal herein above, all items on civil, landscape, mechanical, and electrical drawings are excluded. 21. All items not shown on bid plans are excluded. Oualifications — General 22. Spokane Metals LLC reserves the right to review in detail, negotiate, and if necessary modify the language contained in customer's contractual terms and conditions (including general and supplementary conditions). 23. Spokane Metals LLC reserves the right to withdraw this bid proposal depending upon our approval of the steel erector. 24. All fabrication will be per A.I.S.C. tolerances and requirements. Fabrication will NOT be performed in an RISC certified facility. 25. This proposal is based on working a normal 40-hour week. For delays caused by events beyond the control of Spokane Metals, Spokane Metals LLC shall receive appropriate time extension and equitable reimbursement of cost. 26. This proposal is based upon receiving progress payments for shop drawings prepared and submitted, materials shipped, and sub- contract work. 27. This proposal is based on plans & documents as interpreted by Spokane Metals LLC. (Buyer's Signature) (Date) 509-244-9476 (phone)1 509-244-8439 (fax) physical address: 11315 W Willow Ln Airway Hghts, WA 99001 mailing address:11317 E 16`h Ave Spokane Vly, WA 99206 1K 4 METAL FRAMING & DRYWALL 0232 Pacific St. Bellingham, WA 98229 PHONE: (360) 384-2539 FAX: (360) 384-5629 COP 1 004 R2 JOB NAME Tukwila Fire Station #51 1 DATE 02/03/20 General Contractor Lydig Reference Doc DESCRIPTION This COP is our ROM for costs associated with the bench support per ASI 11. Preeared by. I Miranda Laratta 1. Direct Labor Cost (from attached cost breakdown form) $ 654.00 a. crew (apprentices, journeymen, and laborers) S 654.00 b. foreman/superintendent S - Direct Labor Subtotal S 654.00 Labor Markups c. direct supervision (NTE 15% of I a) d. safety (NTE 2% of lines I a& I b) S 2, Material Cost (from attached cost breakdown form) $ 193.40 3. Equipment Cost (from attached cost breakdown form) $ - 4. Small Tools (NTE 5% of to & 7b) $ - Subtotal I thru 4 $ 847.40 5, Overhead & Profit $ 127.11 a. NTE 10% portion of 1,2,3, and 4 (overhead) S 84.74 b. NTE 5% portion of 1,2,3, and 4 (profit) S 42.37 6. Sub -Tier Subcontractors $ - a. S b. C. 7. Overhead & Profit on Sub -Tier Subcontractors $ - a. NTE 8% portion of 1,2,3, and 4 (overhead) S b. NTE 4% portion of 1,2,3, and 4 (profit) 8. Insurance (1.857. portion of 1,2,3,4,5,6, and 7) $ 18.03 9. Bonding (0% portion of 1,2,3,4,5,6,7, and 8) $ - Total Cost $ 992.54 2232Pacific St. Bellingham, YVA9O229 PHONE (360)384-2539 FAX:060 384-5629 General Contractor Lydig Reference Documents ASI 11 [�d:cing Docl TBD Labor Material Equipment Total Description Qty Unit pritp r—+ Prift- rncf Rate (-nqt Cost Subtvtol m654.00 m193.40 y ' p8*7.40 Foreman n hr os�o 5 S Superintendent| 0 | hr |s v«�o|S S LYDIG PCO #024 Lydig Construction, Inc. Project: 30125-43 - TFS#51 -;GCCM 3180 139th Ave SE, Ste 110 17951 Southcenter Parkway Bellevue, Washington 98005 Tukwila, Washington 98188 Phone: (425) 885-3314 Phone: 425-885-3314 Fax: (425) 881-2903 Prime Contract Potential Change Order 2 : C - RFl 7 - Concrete Paving ein orce ent and Control Joint Layout TO: City of Tukwila FROM: Lydig Construction, Inc. - Bellevue Office 6200 Southcenter Boulevard 3180 139th Ave SE - Suite 110 Tukwila Washington, 98188 Bellevue Washington, 98005 PCO NUMBERIREVISION: 024 / 0 CONTRACT- 30125 - Tukwila Fire Station#51 - GCCM Prime Contract (18-001.1) REQUEST RECEIVED FROM: CREATED BY: Weston Blackburn (Lydig Construction, Inc. - Bellevue Oft) STATUS: Pending - In Review CREATED DATE: 2/14/2020 REFERENCE: PRIME CONTRACT None CHANGE ORDER: FIELD CHANGE: No LOCATION: ACCOUNTING Amount Based METHOD: SCHEDULE IMPACT: PAID IN FULL: No TOTAL AMOUNT. $9,097.41 POTENTIAL CHANGE ORDER TITLE: CE #045 - RFI 70 - Concrete Paving Reinforcement and Control Joint Layout CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract /s Changed As Follows) CE #045 - RFI 70 - Concrete Paving Reinforcement and Control Joint Layout Added reinforcing at concrete paving. Slip dowels at longitudinal joints and #5 tie bar at exterior joints. Slip dowels are 30" long and spaced 36" on center for all longitudinal joints as shown on the revised C3.0sheet provided in RFI 070. Additional Information Based on PCO Meeting Discussion: Revised pricing has been provided to rectify the wage rates and markups. ATTACHMENTS: SKM C45820031213470:Ddf PCO 024 R1- Combined.Ddf RFI 070 Concrete Paving Reinforcing and Control Joints - LPD -26-19 (41 Ddf # Cost Code Description Type Amount 3 02--400-99- - Site Concrete Subcontractor - BP Added reinforcing and construction joints Subcontractor $8,536.32 Subtotal: $6,536.32 Fee • Self Perform Work; 16.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. $ 0.00 Fee - GCCM: 4.60% Applies to Subcontractor and Purchase Agreements, $384.13 GL Insurance: 0,76% Applies to all line item types. $ 66.90 P&P Bondi 0.76% Applies to all line item types. $ 67.41 B&O Tax: = 0.47% Applies to all line item types. $ 42.65 Grand Total: $9,097.41 Lydig Construction, Inc. page 1 of 2 Printed On: 3/12/2020 02 :46 PM LYDIG Lydig Construction, Inc. Project: 30125-43 - TFS#51 - GCCM 3180 139th Ave SE, Ste 110 17951 Southcenter Parkway Bellevue, Washington 98005 Tukwila, Washington 98188 Phone: (425) 885-3314 Phone: 425-885-3314 Fax: (425) 881-2903 CIVIL - Concrete Paving Reinforcement and Control Joint Layout TO: Jose Lorenzo -Torres (Weinstein A+U) FROM: Weston Blackburn (Lydig Construction, Inc. - Lauren Rock (Weinstein A+U) Bellevue) Emma Nowinski (Weinstein A+U) 3180 139th Ave SE - Suite 110 DATE INITIATED: 08/21/2019 Bellevue, Washington 98005 STATUS: Closed LOCATION: DUE DATE: 08/28/2019 PROJECT STAGE, COST CODE: SUB JOB: SCHEDULE IMPACT- TBD COST IMPACT- TBD SPEC SECTION: DRAWING NUMBER: C3.0, C3.3, L111, L211 REFERENCE: LINKED DRAWINGS: RECEIVED FROM: Tom Pitman {Lydig Construction, Inc. - Bellevue Oft) COPIES TO: Julie DeDonato (Ancona Projects LLC), Justine Kim (Shiels Obletz Johnson), Jose Lorenzo -Torres (Weinstein A+U), Kiel Lunsford (Lydig Construction, Inc. - Bellevue Oft), Emma Nowinski (Weinstein A+U), Tom Pitman (Lydig Construction, Inc. - Bellevue Off), Lauren Rock (Weinstein A+U), John Thompson (Lydig Construction, Inc. - Bellevue Off), David White (Lydig Construction, Inc. - Bellevue Off) 17Clarification is needed on the concrete paving reinforcing and control joint requirements. 1) The contract drawings and details to not indicate any sort of rebar or mesh reinforcing in any of the concrete paving sections. However, specification 1 forcm placing section 321313-3.4 refrences reinforcment placing instructions, but does not indicate reinforcing type or spacing. Please advise if reinforcing is required at concrete pavement. If so, please identify type and spacing requirements. 2) The civil and landscape drawings reference control joint details for site paving, but only provide spacing and layout for control joints in the pedestrian walkways. No control joints are indicated for the concrete paving intended for vehicle use. Please provide control joint layout/spacing requirements for the concrete roadways. Attachments: RFI 070 - Concrete Paving Reinforcing and Control Jointspdf Official Response: Emma Nowinski (Weinstein A+U) responded on Monday, August 26th, 2019 at 9:14PM PDT 1. Reinforcing is not required, except at Longitudinal Joints. 2. Joint layout plan and details are attached, and replace those previously attached to this RFI. M. Servizi, LPD Engineering 8-26-19 Attachments: RFI DOZ70jiCQ�oncrete P�avinRe�inforci and Control Joints- LPD 8-26-19.pdf DATE COPIES TO Lydig Construction, Inc. Page 1 of 1 Printed On: 02/27/2020 11:21 AM COP Subcontractor Breakdown Summary 1. CRAFT LABOR COSTS Direct Labor Costs: a. crew (apprentices, Journeymen, & laborers) b. foreman c. lead foreman DIRECT LABOR SUBTOTAL $ 3,871.06 Supervision: d. direct supervision e. safety 3,871,06 1. CRAFT LABOR COSTS $ 3,871.00 2. MATERIAL COSTS a. material aterial costs 1,776:00_ b. freight costs (itemize) 2. MATERIAL COSTS $ 1,776.00 3. EQUIPMENT COSTS a. owned equipment (per spec approved source) $ 1,78920 b. rental equipment(perinvoices attached) $ 3. EQUIPMENT COSTS $ 1,789.00 0092k� 4. SMALL TOOLS SUBTOTAL 1 thru 41 $ 7,436,00] S. OVERHEAD & PROFIT a. 15% on Materials (2) $ 213.12 b. 16% On Labor, Equipment and Small Tools (1, 3, & 4) $ 679:20 5. OVERHEAD& PROFIT $ 892.32 6. SUB -SUBCONTRACTORS a. b. C. d. 6. SUB -SUBCONTRACTORS $ 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS a. NTE 6% for each sub $ 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS $ - 8. Bond a. Bond 0.00 % of 1-7 $ 208.21 8. Bond $ 208.00 9. B&O Tax a. B&O Tax 0.00 % of 1-8 $ - 9. B&O Tax $ - TOTAL COST 4175-Change Order Proposal Template Page - of - Issued 3/12/2020 COP Cost Breakdown ctName: Tukwila Fire Station #51-GCCM oject No. 4175 ntractor: Caliber Concrete Construction Inc COP: ,I Date: 3112/2020 Project, 9 4175 Description Quantity tabor abor Material Equipment Total Cost Hrs per total hrs Cost sq ft unit $ Cost unit Cost Labor & Material to Install & Monitor Dowels: $ - $ Labor 56 56.00 $ 3,871.06 $ Dowels 600 $ - $2.96 $ 1,776.00 $ $ 1,776,00 2019 F450 Superduty w/gencrator & tools 56 $ $ - $31.95 $ 1,789.?0 1,73220 $ $ -5 $ S $ - $ $ $ S - $ S $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ S $ $ Total Cosf of Work. $ 3,871.06 1,776.00 .1115 Ch-V,, U,ca!, P, p—, I Template Page — of — —d 311212020 Project Name: Tukwila Fire Station #51-GCCM Project No: Contractor: 3012543 Caliber Concrete Construction Inc, Trade & Position Rate Schedule Date* C.n—t M—n Journeyman 01/01/20 Prevailing Wage (incl. Benefits) 1. Hourly Wage Rate (journeyman) $ 44,43 2. Hourly Benefits $ 18,04 SUBTOTAL- $ 62.47 $ $ $ $ $ A Rate 3, FUI % of 1 0.60%1 $ 0.27 $ S $ $ $ $ $ 4. FICA %of 1 6.20% 2.75 S $ $ S $ $ $ $ 5 MEDICARE %of 1 1.45% 0.64 $ $ $ $ 6, SUI % of 1 (Insert correct % to right) 3.13% S 1.39 $ $ $ $ $ $ 7 WC (insert $ amount per hour) $ 1.60 $ 1,60 1TOTAL (incl. payroll taxes) 1 1 $ 69.13 1 $ $ $ $ $ NOTES: ' Rate schedule date is the date of the Dept, of Labor & Industries Prevailing Wage Rate used or the Union Agreement. a. for items 3 thru 5, the Federal rates do not very by firm, and the percentages are already locked into this form, b. for item 6, the actual rate is determined by the State Employment Security Dept, and varies by firm. It shall be verified by the contractor at the start of the project. c. for item 7, the rate is based on L & I classification The hourly dollar arnount is specific to the firm/trade and shall be verified by the contractor at the start of the project. d definitions 1. items 1 & 2 are basic wages and benefits (see general conditions 7.5.1 - 1 &2 2. item 3, FUI is Ferk-jai Unemployment Tax Act (see general conditions 7.5.1 -4 :3, itern 4, FICA is Federal Insurance Compensation Act/Social Security (see general conditions 7.5.1 -4 4, item 5, Medicare is FICA medical aid (see general conditions 7,5.1 - 4 5. item 6, SUI is State Unemployment Compensation Act (see general conditions T5 1 - 4 6, item 7, WC is industrialinsurance/workers' compensation (see general conditions 7.51 - 3 I`—, Fj—sed 6/1/2004 Issued 3/12/2020 LYDIG PCO #026 Lydig Construction, Inc. Project: 30125-43 - TFS#51 - GCCM 3180 139th Ave SE, Ste 110 17951 Southcenter Parkway Bellevue, Washington98005 Tukwila, Washington 98188 Phone: (425) 885-3314 Phone: 425-885-3314 Fax: (425) 881-2903 Prime Contract Potential Change Order 0 6: CE #059 - #153: ARCH - Flashing Finish and Material Clarification TO: City of Tukwila FROM: Lydig Construction, Inc. - Bellevue Office 6200 Southcenter Boulevard 3180139th Ave SE - Suite 110 Tukwila Washington, 98188 Bellevue Washington, 98005 PCO NUMBER/REVISION: 026 / 0 CONTRACT: 30125 - Tukwila Fire Station #51 - GCCM Prime Contract (18-001.1) REQUEST RECEIVED FROM: CREATED BY: Weston Blackburn (Lydig Construction, Inca- Bellevue Off) STATUS. Pending - In Review CREATED DATE: 2/19 /2020 REFERENCE: PRIME CONTRACT None CHANGE ORDER: FIELD CHANGE: No LOCATION: ACCOUNTING Amount Based METHOD: SCHEDULE IMPACT: PAID IN FULL: No TOTAL AMOUNT: $2,018.64 POTENTIAL CHANGE ORDER TITLE: CE #059 - #153: ARCH - Flashing Finish and Material Clarification CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #059 - #153: ARCH - Flashing Finish and Material Clarification Change all base/sill flashing that was previously pre -finished galvanized to stainless steel at grade level. (Supply and Install) PCO Review Notes: Per discussion during PCO meeting held on 3/11/2020 MACC Contingency will be used to split the cost of this PCO. The MACC Contingency usage of $2,059.5 was calculated based on one half of the original PCO value of $4118.99, ATTACHMENTS: RFI 153 Flashing Finish and Material Clarificatian:odf ,NSE #02 - Add to sun I install new stainless steel sill flashing 11f LCI SP - PCO 026SP - CE 059 - RFI 153 Flashing Finish and Material Clarification.pdf #. Cost Code Description Type. Amount. 1 03--001-99- - Structures, Enclosure & Misc Sub -BP03&07 Change to SST Flashing at Storefront: Sill Subcontractor $ 3,864.95 2 50-004-02- - MACC Contingency Contingency Usage to Split Cost Project. Contingency ($2,059.50) Subtotal: $1,805.45 Fee - Self Perform Work: 15.00 % Applies to Labor,. Materials, Equipment, Other, Overhead and Profit, and Unwritten Sub's1PA's. S 0:00 Fee - GCCM: 4.60 % Applies to Subcontractor and Purchase Agreements. $ 173.92 GL Insurance: 0.76 % Applies to all line item types; $ 14.85. P&P Bond: 0.76%Applies to ail line item types. $ 14.96. B&O Tax: m 0.47%Applies to all line item types. $ 9.46 Grand Total: $2,018.64 Lydig Construction; Inc. page 1 of 2 Printed On: 3/11/ 2020 01 :21 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila, Washington 98188 Phone: 425-885-3314 ARCH - Flashing Finish and Material Clarification TO: Thayer Wild (Weinstein A+U) FROM: Weston Blackburn (Lydig Construction, Inc. - Lauren Rock (Weinstein A+U) Bellevue) Emma Nowinski (Weinstein A+U) 3180 139th Ave SE- Suite 110 DATE INITIATED: 01/13/2020 Bellevue, Washington 98005 STATUS- Closed LOCATION: PROJECT STAGE: SUB JOB: COSTIMPACT- TBD DUE DATE: 01/17/2020 COST CODE: SCHEDULE IMPACT: TBD DRAWING NUMBER: A452, A454, A455, A456, A457 SPEC SECTION: LINKED DRAWINGS: REFERENCE: RECEIVED FROM: Weston Blackburn (Lydig Construction, Inc. - Bellevue Off) COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Kiel Lunsford (Lydig Construction, Inc. - Bellevue Off), Emma Nowinski (Weinstein A+U), Tom Pitman (Lydig Construction, Inc. - Bellevue Off), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. - Bellevue Off), Thayer Wild (Weinstein A+U) Clarification is needed on metal flashing material and finish for storefront, c-channel, and siding systems. 1. Shop drawing responses from WAU on submittal#: 074213-2-0 identify base/sill flashing at metal panels and fiber cement siding as prefinished galvanized. RFI 100 superseded these shop drawings and provided comments by JRS calling for all base/sill flashing to be SST due to the proximity to grade. Please confirm that all base/sill flashing at storefronts, brick, metal panel siding, and fiber cement siding are to be SST 2. RFI 100 changed flashing material callouts for flashing at storefront at the app bay and double height brick locations from a mix of SST and GaIv to painted aluminum due to finish restrictions. Lydig suggests changing all aluminum flashing to prefinished galvanized flashing to be consistent with the galvanized flashing at the top of the c-channel in detail 7/A456. This material can be provided in both black and weathered zinc as applicable, (See sheet A454 - all details, 1,6,and 4/A455, and 1/A456 for aluminum flashing callouts). Please confirm that it is acceptable to utilize prefinished galvanized flashing in lieu of prefinished aluminum flashing as currently detailed. 3. At detail 7/A456, the flashing at the top of c-channel is to be prefinished to match the c-channel which is painted black. Please confirm that the Cascadia metals "Matte Black" sample (see submittal 076200-2-0) is acceptable at this location or provide alternate direction. 4. Detail 7/A452 indicates that all exterior hollow metal door openings are to have an aluminum threshold painted to "match storefront'. Due to durability concerns, Lydig advises against painting the aluminum threshold. Please advise if it is acceptable to provide a standard mill finish at exterior aluminum thresholds. Please review the attached document which includes markups of the exterior elevations indicating the flashing material and finish. Please confirm that the material and finish identified in each location is correct, and provide a response to each item listed above. (Questions are marked with a clouded text box on the attached document.) Attachments: TFS 51 - FLASHING MATERIAL -FINISH LAYOUT RFI. df Official Response: Thayer Wild (Weinstein A+U) responded on Wednesday, January 22nd, 2020 at 10:47AM PST 1. All base flashing at grade to be SST 2. Provide prefinished galvanized flashing as noted in attached markups. 3. Provide Cascadia Metals "Matte Black" (submittal 076200-2.0) at all locations noted "BLACK". 4. Provide clear anodized finish at all hollow metal door thresholds. Note markups on attached elevations for flashing colors at specific locations. Note metal panel locations above louver and fiberglass windows that are to be Pac-Clad Midnight Bronze. Submit color sample for approval. Provide louver in Extra Dark Bronze anodize ANO-304, not in GF103 as originally selected in RFI-150. -Thayer W. WAU. 1/22/20 Attachments: RFI-153 Flashing Finish and Material Clarification -WAU Lydig Construction, Inc. Page 1 of 2 Printed On: 02/27/2020 11 :27 AM ILYDIG Lydig Construction, Inc. Project: 30126-10 - TFS#51 - Self -Perform 3180 139th Ave SE, Ste 110 17951 Southcenter Parkway Bellevue, Washington 98005 Tukwila, Washington 98188 Phone: (425) 885-3314 Phone: 425-885-3314 Fax: (425) 881-2903 Prime Contract Potential Change Order #026 SP: RFl 13: ARCH - Flashing Finish and Material Clarification TO: City of Tukwila FROM: Lydig Construction, Inc. - Bellevue Office 6200 Southcenter Boulevard 3180 139th Ave SE -Suite 110 Tukwila Washington, 98188 Bellevue Washington, 98005 PCO NUMBERIREVISION: 026 SP 10 CONTRACT: 1 - Tukwila Fire Station #51 - Self -Perform Prime Contract REQUEST RECEIVED FROM: CREATED BY: Weston Blackburn (Lydig Construction, Inc. - Bellevue Off) STATUS: Pending - In Review CREATED DATE: 2/19 /2020 REFERENCE: PRIME CONTRACT None CHANGE ORDER: FIELD CHANGE: No LOCATION: ACCOUNTING Amount Based METHOD: SCHEDULE IMPACT: PAID IN FULL: No TOTAL AMOUNT: $3,864.95 POTENTIAL CHANGE ORDER TITLE: RFI #153: ARCH - Flashing Finish and Material Clarification CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) RFI #153: ARCH - Flashing Finish and Material Clarification ATTACHMENTS: NSE#02 - Add to Sup 1v install new stainless steel sill flashingsaadf # Cost Code I Description Type Amount 1 07-•009-99- -Metal Panels Change sill flashing to SST Subcontractor $ 3,509.05 Subtotal: $3,509.05 Fee -.Self Perform Work: 16.00 % Applies to Labor, Materials,Equipment, Other,. Overhead and Profit, Unwritten Sub's1PA's, and Project Contingency. $ 0,00 Fee - Sub Tier Work: 8.00 Applies to Subcontractor and Purchase Agreements. $ 280.72 GL Insurance: 0.76%Applies to all line item types. $ 28.42 P&P Bond: 0.76% Applies to all line item types. $ 28.64 B80 Tax: = 0.47 % Applies to all line item types:. $ 18.12 Grand Total: $3,864.56 Owner Signature M Lydig Construction, Inc. page 1 of 1 Printed On: 2/19/ 2020 04:50 PM a - Itemized Change Order Proposal Attention: Weston Blackburn Project: Tukwila Fire Station #51 COP / RFI #: 100 Date: 1/10/2019 NSE Ref: 2 By: Matthew Roll1 Work Description Add to supply & install new stainless steel sill flashings. QUANTITIES LABOR MATERIALS EQUIPMENT No of Unit Units Descri t, $/Hour Total T $/Unit Total Rate Total Labor Shop Journeymen 8 Per Hr $ 84.47 $ 675.75 $ $ Shop Foreman 2 Per Hr $ 107.37 $ 214.74 $ $ Field Journeymen 8 Per Hr $ 88.85 $ 710.79 $ $ Field Foreman 4 Per Hr $ 95.20 $ 380.79 $ $ Delivery Driver Per Hr $ 45.75 $ - $ $ - Material Stainless Steel Flat Sheet 6 ea $ $ 76:00 $ 456.00 $ Equipment 20 ft flat bed 0 Per Hr $ $ - $ 57.00 $ - 8 ft 1/2 ton Per Hr $ $ - $ 32.29 $ - Finn Power Shear Genius Per Hr $ - $ - $ 396.14 $ - RAS 90 Break 8 Per Hr $ - $ $ 74.28 $ 594.24 CNC Router Per Hr $ $ $ 89.51 $ - Salvagnini Per Hr $ - $ - $ 342.57 $ - 45 ft boom Manlift (Rented) Day $ $ $ 450.00 $ 65 ft Boom Manlift (Rented) Day $ - $ - $ 500.00 $ 26 Ft Scissor Lift 1000# (rented) Day $ $ $ 300.00 $ — $ - $ - $ - Subtotals $ 1,982,06 S 456.00 Safety act expense @2 % ofdirect labor $ - Small tools expense @3°/ of direct labor $ Transportation $4.76 per Field Foreman Hour Subtotals without overhead & profiti $ 1,982.06 1 $ 456.00 Other Expense: Subtotal ofall expenses (labor, materials, & equipment) Contractor liability insurance = 1.75% oflabor, materials, & equipment Total value of work for this contract before overhead & profit 15 % overhead & profit Total Value of work for this contract including overhead & profit $ 594.24 $ 19.04 $ 613.28 $ 3,051,34 $ - $ 3,051.34 $ 459.70 $ 3,509.05 Exclusions: Note: All owned equipment rates are from the National Roofing Contractors Association's, "Roofing Contractors Equipment Cost Schedule", Ninth Edition, Convrieht 2003. Rented equipment as quoted. Contractor agrees that by ordering Nonhshore to proceed on such above mentioned work, contractor agrees that such work is above and beyond the scope of the original contract, and accepts this itemized breakdown in its entirety as fair compensation for such work. Contractor further agrees that by ordering such extra work, it slrall issue a change order as soon as possible; regardless of wltetheror not owner approves such changes. CONTRACTOR APPROVAL The Contractor/Owner by signing below hereby orders Nortbshore Exteriors; Inc, to proceed with the above mentioned extra work, and will issue a formal Change Order as soon as possible. Signature Name (printed) NORTHSHORE EXTERIORS, INC. 11831 BEVERLY PARK ROAD, BLDG C * EVERETT, WA'98204 * 425,740,3700 * Fax 425.740.3701 www.nortlishoreext.com LYDIG Lydig Construction, Inc. Project: 30125-43 - TFS#51 - GCCM 3180 139th Ave SE, Ste 110 17951 Southcenter Parkway Bellevue, Washington 98005 Tukwila, Washington 98188 Phone: (425) 885-3314 Phone: 425-885-3314 Fax: (425) 881-2903 Prime Contract Potential Change Order 27: CE #01 - I21: ARCH - poxy Floor and Wainscot Location Clarification TO: City of Tukwila FROM: Lydig Construction, Inc. - Bellevue Office 6200 SouthcenterBoulevard 3180 139th Ave SE - Suite 110 Tukwila Washington, 98188 Bellevue Washington, 98005 PCO NUMBER/REVISION: 02710 CONTRACT: 30125 - Tukwila Fire Station #51 - GCCM Prime Contract (18-001.1) REQUEST RECEIVED FROM: CREATED BY: Weston Blackburn (Lydig Construction, Inc. Bellevue Off) STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULEIMPACT: Pending - In Review CREATED DATE: 2/27 /2020 PRIME CONTRACT None CHANGE ORDER: No Amount Based No TOTAL AMOUNT: $394.39 POTENTIAL CHANGE ORDER TITLE: CE #012 - RFI#021: ARCH - Epoxy Floor and Wainscot Location Clarification CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #012 - RFI#021. ARCH - Epoxy Floor and Wainscot Location Clarification Additional locations scheduled to receive epoxy wainscot. Primer and labor costs remain the same. Added cost is only for premium to change from standard paint to epoxy coating. ATTACHMENTS PCO 027- Combined.pdf RFI 021 - EpoxySchedule and Plans -RESPONSE 1},pdf LCI SP - PCO 027SP - CE 012SP - Rfi 021 -Epoxy Floor and Wainscot Locatig larfication.pdf #: Cost Code Description Type Amount 1 03--001-99- - Structures, Enclosure & Misc Sub -BP 03 & 07 Additional epoxy locations Subcontractor $ 370.07 Subtotal: $370.07 Fee- Self Perform Work: 16.00% Applies to .Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project: Contingency. $ 0.00 Fee - GCCM: 4.60% Applies to Subcontractor and Purchase Agreements. $ 16.65 GL Insurance: 0.76%Applies to all line item types, $ 290 P&P Bond: 0.76%Applies to all line item types. $ 2.92 B&O Tax: = 0,47%Applies to all line item types, $ 1.85 Grand Total: $394.39 Owner Signature Lydig Construction, Inc. page 1 of 1 Printed On: 2/27/ 2020 03 :49 PM ILYDIG MECIROWIED RF1 #021 Jun 06 2019 WEINSTON A+U LLC Lydig Construction, Inc. Project: 30125-43 - Tukwila Fire Station #51 - GCCM 3180 139th Ave SE, Ste 110 17915 Southcenter Parkway Bellevue, Washington 98005 Tukwila, Washington 98188 Phone: (425) 885-3314 Phone: 425-885-3314 Fax: (425) 881-2903 ARCH - Epoxy Floor and Wainscoat Location Clarification TO: Jose Lorenzo -Torres (Weinstein A+U) FROM: Weston Blackburn (Lydig Construction, Inc. - Lauren Rock (Weinstein A+U) Bellevue) Emma Nowinski (Weinstein A+U) 3180 139th Ave SE -Suite 110 Bellevue, Washington 98005 DATE INITIATED: 06/06/2019 STATUS: Open LOCATION: PROJECT STAGE: SUB JOB' COST IMPACT. TBD DRAWING NUMBER: A901 LINKED DRAWINGS: DUE DATE: 06/13/2019 COST CODE: SCHEDULE IMPACT. No SPEC SECTION: 09 96 00 - High Performance Coatings RECEIVED FROM: Weston Blackburn (Lydig Construction, Inc. - Bellevue Off) COPIES TO: Julie DeDonato (Ancora Projects LLC), Carrie Holmes (Axis Planning & Development), John Hotz (Evergreen Construction Specialties), Justine Kim (Shiels Obletz Johnsen), Jose Lorenzo -Torres (Weinstein A+U), Kiel Lunsford (Lydig Construction, Inc. - Bellevue Off), Emma Nowinski (Weinstein A+U), Tom Pitman (Lydig Construction, Inc. - Bellevue Off), Lauren Rock (Weinstein A+U), John Thompson (Lydig Construction, Inc. - Bellevue Off) Clarification is needed on the desired application locations of the Epoxy floor coating and wainscoating. Specification section 099600 - High Performance Coatings lists only the Decon room under the locations to receive epoxy coating, and the Interior Finish Schedule on sheet A901 lists a total of 7 areas that are to receive epoxy coating. Please indicate which rooms are to receive the epoxy floor coat and wainscoat. Please see the attached document for reference Attachments: RFI 021 - Epoxy Scedule and Plans.pdf Awaiting an Official Response All Replies: The epoxy locations listed on A901 - Interior Finish Schedule should be followed. A revised A901 attached which shows that the epoxy finish is to be full height in Corridor 124. Please also provid full height epoxy in the recessed area between the App Bay and door 109B. I M DATE COPIES TO Lydig Construction, Inc. Page 1 of 1 Printed On: 06/06/2019 10:05 AM 09 96 00 TUKWILA FIRE STATION 51 HIGH-PERFORMANCE COATINGS WEINSTEIN A+U 3.6 EXTERIOR HIGH-PERFORMANCE COATING SCHEDULE A. Ferrous Metal: 1. Locations: Exterior ferrous metal, including but not limited to (except where indicated on drawings specifically to remain galvanized without a finish): a. Exposed structural and miscellaneous steel (of all types). b. Steel railings, except those noted to be left bare galvanized. C. Steel gates, except those noted to be left bare galvanized. d. Roof hatches, except factory finished. e. Other miscellaneous exposed steel noted or scheduled to be painted. See Color & Material Schedule on the Drawings. 2. Epoxy System a. Primer Coat: MioZinc Primer, Aromatic polyurethane factory/shop applied and touched -up in the field. Coordinate compatibility certification with Division 05 Sections. 1) Tnemec; Series 394 PerimePrime. b. Intermediate Coat: Polyamidoanine Epoxy 1) Tnemec; Hi -Build Epoxoline ll, Series N69. C. Topcoat: Opaque, semi-gloss-alaphatic acrylic polyurethane. 1) Tnemec; Endura-Shield Series 75. B. Nonferrous Metal- Where scheduled to be coated, provide same as Article 3.6 above for exterior nonferrous metal. Confirm coordination of priming requirements with manufacturers' provision of a compatibility certificate. 3.7 INTERIOR HIGH-PERFORMANCE COATING SCHEDULE A. Concrete Substrates, Horizontal Surfaces. 1. Epoxy System: Decon Room. a. Prime Coat: Epoxy. 1) Tnemec Power -Tread Series 237, 8-10 mils DFT. b. Topcoat: Epoxy, gloss. 1) Tnemec Glaze Series 280, 8-10 mils DFT. B. Abuse -Resistant Gypsum Board, Vertical Surfaces. 1. Epoxy System: Decorl Room. a. Prime Coat: Epoxy. 1) Tnemec Series 1254, 60 square foot per gallon. a. Intermediate Coat: Epoxy, gloss. 1) Tnemec Glaze Series 280, 8-10 mils DFT. b. Topcoat: Epoxy, gloss. 1) Tnemec Series 287 Envior-Pox, 2-4 DFT plus color pack. • • SpecIlonly calls forI epoxy� Decon room. 09 96 00 - 6 BID SET DECEMBER 20, 2018 ROOM FINISH SCHEDULE WINDOW CEILING ROOM NUMB ROOM NAME. FLOOR FINISH WALL FINISH BASE E N S W WAINSCOT TREATMENT SURFACE FINISH NOTESIREMARKS LEVEL 1 101 ENTRYVESTIBULE CONC-G/MAT R-1 GWBIGLZ CSWK GW8 GLZIGWB - - ACP- CUR 102 ADAWC CONC-G CT-2 GWB/WAINSCOT GWB/WAINSCOT GWB/WAINSCOT GW8 CT-1 - GWB PTO 103 CORRIDOR CONC-G R-1 :GWB - GLZ/GWB GWB - GWB PTO 104A KITCHEN CONC-G R-1 GWB/CSWK - GW8/CSWK GWB/GLZ - - LWA/GWB/ACP.2 CLRIPTD 104E DAYROOM CONC-G R-1 GWBIGLZ. GWBICSWK - GWBICSWK - RS GWB/ACP-2 PTD 105 ELEC CONC-S R-1 GWB/WAINSCOT GWB/WAINSCOT GWBIWAINSCOT 'GWB PLYWD-1 - EXPSTRUCT PTD 106 PHYS TRAIN RUBBER R4 GWB-AR GWB-AR/MIRROR GWB-AR/GLZ GWB-AR - RS. EXP STRUCT/SAAF PTD SEE ELEV FOR EXTENTS 107 STATION OFFICE CONC-G R- GWB/CSWKIGLZ GWB/CSWKISAAP GWBICSWK/GLZ GWB - RS ACP-1 - 108 CAP OFFICE AIRLOCK :' CONC-G '::CONC-G R-1 R- GWB EPDXY : GWB/CSWK/SAAP EPDXY GWB ': EPDXY GWB/CSWK EPDXY EPDXY TO CLG RS ACP-1 :'GWB - i PTD 110 CORRIDOR CONC-G R-1 GWB GWB GWB GW8 - - ACP- - 111 BATH. CONC.G CT-2 GWBIWAINSCOT GWBIWAINSCOT GWBIWAINSCOT GWB/CSWK CT-1 - GWB :PTD 112 CAP BUNK CONC.G R-1 GWB/CSWK GWB GWB GWB - RS& BLACKOUT GWB PTD 112A LOCKER ALCOVE CONC.G R-1 GWB/CSWK. GW8 - GWBICSWK - - ACP-1 PTD 113 ADA BATH CONC-G CT-2 GWBICSWK GWB GWBIWAINSCOT GWB/WAINSCOT CT-1 - GWB PTD 114 BUNK CONC-G R-T GWBICSWK. GW8 GWB GWB - RS&BLACKOUT GW8 PTD 114A LOCKER. ALCOVE CONC-G R-1 GWBICSWK GWB - GWBICSWK - ACP-1 PTD 115 BATH CONC-G CT-2 GWBIWAINSCOT GWB GWB/WAINSCOT GWB/CSWK CT-1 - GWB PTD 116 BUNK CONC-G R-1 GWBICSWK. GWB. GWB GWB - RS&BLACKOUT :GWB PTD 116A LOCKER ALCOVE CONC-G R-1 j GWB/CSWK GWB - GWB/CSWK. - - ACP- PTO 117 LAUNIJAN CONC-G. R-1 GWB/CSWKIWAINSCOT :GWB GWBIWAINSCOT GWB WPP AROUND MOP SINK - ACP-1 - 118 BUNK CONC-G. R•1 GWBICSWK. GWB GWB GWB - RS &BLACKOUT GWB PTD 118A LOCKER ALCOVE CONC-G R-1 GWB/CSWK. GWB - GWBICSWK. - - ACP-1 PTD 119 CORRIDOR CONC-G R-1 GWB GWB GWB GWB - - ACPA - 120 BUNK CONC-G R-1 GWB GWB GWBICSWK GWB - RS&BLACKOUT GWB PTD 120A LOCKER ALCOVE CONC-G Rd - GWB/CSWK "GWBICSWK GWB - - ACP-1 PTD 121 BUNK CONC-G R-1 GWB GWB GWB/CSWK GWB - RS&BLACKOUT GW8 PTD 121A. LOCKER ALCOVE CONC.G R-1 - GWB/CSWK GWB/CSWK GWB - - ACP-1 PTD 122 123 si RECEIVING AIRLOCK ". CONC-G :'GONG-G CONC.G- : GRAT FOXY R-1 :i R-1 CT-2 <EPDXY GWB EPDXY GWBMAINSCOT E XY GWB :EPDXY GWBIWAINSCOT XY GWB '- EPDXY GWBIWAINSCOT EPDXY GWB. EPDXY GWB/WAINSCOT EPDXY - - EPDXY TO CLG CT-1 EPDXY TO LG : - -. EXPSTRUCT sGWB GWB s.GW8 PTD - PTD PTD PTD 125 126 WC DECON 127 .Comm CONC-S R-1 GWB '.GWB GWB GWB/WAINSCOT- GWB/WAINSCOT GW8 GWBIWAINSCOT GWB GWB GLZ 8'PLYWD-2 - EPDXY - - EXPSTRUCT EXPSTRUCT EXP STRUCT PTD PTD. '. PTD 129 130 >. GEAR STOR APP BAY : CONC-G CONC•G R-1 " R-2 GWB GLZ 131 CORRIDOR CONC-G R-1 GWBICSWK - GWB GWB - GW8 PTD 132 EMS CONC-G R-1 GWB GWB GWB GWB/SHELVING - - EXPSTRUCT PTD 133 MECH CONC-S R-1 GWB GWB GWB GWB - - EXPSTRUCT PTD 134 SHOP CONC-G R- GWBICSWK. GWB GWB/CSWK GINS - - EXP STRUCT PTD 135 736 cz CORRIDOR C N CONC•G WTI R-1 PDXY GWB. -:. W N C - GW AI : GWB GW WAIN CO GWB - - GWB PTD 137 SCBA CONC-G R-1 GWBICSWK GWBICSWK GWBICSWK. GWB - - EXPSTRUCT PTD 138 STOR CONC-S R•1 GWB GWB GWB GWB. - - EXP INSUL - MECHANICAL PLATFORM 201 STORAGE CONC-S R-1 GWB GWB GWB GWB - - EXP STRUCT PTD 202 MECH PLATFORM CONC-G R-1 GWB - GWB GWB - - EXPSTRUCT PTD 203 MECH PORCH CONC-S R-1 PTD PLYWD PTD PLYWD PTD PLYWD. PTD. PLYWO - - EXP STRUCT I PTD 1 ROOM FINISH SCHEDULE A901 SCALE: 1' = V-0' Stl3Nffi153Q NY8tl(�♦Sll3LH>tlY n+V N i 3.L S N 13 M O COO O O O •D 1afr ^ _ 4 _.____ __.—.—._J/ , z I k ( ( ----------------- ---------- I j s Itl I ---------- --- - _ _______ I I I °�• E� I I ,i La T it-1 A I l Of i --- ---- ---------- -------- a t ri ry iW e � 1 =ag $` 4. - ri, a O In 11M. M , 5 1 oflhu l 91E H.5 15 g .1uiy HED --n - --v n + V N 1315 N 13 M kill ---xi --n - ---v n + V N 13 1. S N 13 PA 11 }§��§��§�����§���f�§§��§�§�§§§�§������§�����§���§ | ���§�§§���������������������§������§��§§§���� §§§ § @�����������§����§��§��§�§��§��������������� ��� �§��§§�§�§��§�§§�§§�§��������������§���§��`���,��§ �§�§��§§���§��§��§��§���§§�§�§�§��§�����§�§�� ��§ �: \| �§������§��§�������������§���§�§§�§�§�����§�� ��� �§ ��� 7�§§§§��§§�§§§§���§§§§�§§§§��§§§7§§§§��§�§§�� \� §§§�§§§�§§�§§§� §�§§�§���§�§�§�§�§�§�����§§§�� §� �ME1111 11 414 LYDIG Lydig Construction, Inc. Project: 30126-10 - TFS#51 Self -Perform 3180 139th Ave SE, Ste 110 17951 Southcenter Parkway Bellevue, Washington 98005 Tukwila, Washington 98188 Phone: (425) 885-3314 Phone: 425-885-3314 Fax: (425) 881-2903 Prime Contract Potential Change Order #027 P: CE #012- RFI #021 - CEpoxy Floor and Wainscot Location Clarification TO: City of Tukwila FROM: Lydig Construction, Inc. - Bellevue Office 6200 Southcenter Boulevard 3180 139th Ave SE -Suite 110 Tukwila Washington, 98188 Bellevue Washington, 98005 PCO NUMBER/REVISION 027 SP / 0 CONTRACT: 1 - Tukwila Fire Station #51 - Self -Perform Prime Contract REQUEST RECEIVED FROM: STATUS: REFERENCE: SCHEDULE CREATED BY: Weston Blackburn (Lydig Construction, Inc. Bellevue Off) Pending - In Review CREATED DATE: 2/27 /2020 PRIME CONTRACT None CHANGE ORDER: No ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT. $370.07 POTENTIAL CHANGE ORDER TITLE: CE #012 SP - RFI #021 - ARCH - Epoxy Floor and Wainscot Location Clarification CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract 1s Changed As Follows) CE #012 SP - RFI #021 - ARCH - Epoxy Floor and Wainscot Location Clarification RFI #021 - ARCH - Epoxy Floor and Wainscot Location Clarification ATTACHMENTS: Tukwila Fire RFI 021 KTP COP 3 (003).odf # Cost Code Description Type Amount 1. 09•-026-99- - Painting Sub Additional Epoxy Locations Subcontractor $ 336,00 Subtotal: $336A0 Fee - Self Perform Work: 16.00 %Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's1PA's, and. Project Contingency. $ 0.00 Fee - Sub Tier Work: 8.00 % Applies to. Subcontractor and Purchase Agreements. $ 26.88 GL Insurance: .0.76%Applies to all line item types, $ 2.72 P&P Bond: 0.76%Applies to all line item types. $.2.74 B&O Tax: = 0.47% Applies to all line item types. S 1.73 Grand Total: $370.07 Owner Signature Date Lydig Construction, Inc. page 1 of 1 Printed On: 2/27/ 2020 01 :21 PM COP Subcontractor Breakdown Summary Project Name: Tukwila Fire Station# 51 COP: 3 Project No. 30125-43 TFS#5: Document Reference: RFI 021 Date: 2/27/2020 Contractor: KT Painting Contractor Ref. No. 3 Description: CRAFT LABOR: Direct Labor Costs: a. crew (apprentices, journeym b. foreman c. lead foreman en, & laborers) $ DIRECT LABOR SUBTOTAL $ Supervision: d. direct supervision e. safety 1. CRAFT LABOR COSTS $ 2. MATERIAL COSTS a. material costs $ 300.00 b. freight costs (itemize) $ 2. MATERIAL COSTS $ 300.00 3. EQUIPMENT COSTS a. owned equipment (per spec approved source) $ b. rental equipment (per invoices attached) 3. EQUIPMENT COSTS $ 4. SMALL TOOLS a. small tools $ 4. SMALL TOOLS ;$ 5. OVERHEAD & PROFIT a. 15% on Materials (2) $ 36.00_ b. 15% On Labor, Equipment and Small Tools( 1, 3, &4) $ - 6. SUB -SUBCONTRACTORS a. b. $ C. $ d. $ SUBTOTAL 1 thru 4E= 5. OVERHEAD& PROFIT $ 36.00 6. SUB -SUBCONTRACTORS $ 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS a. NTE 6% for each sub $ 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS $ 8. Bond a. Bond 0.00 % of 1-7 $ 8. Bond $ 9. B&O Tax % a. B&O Tax 0.00 Of 1-8 $ 9. B&O Tax $ TOTAL COST [i= Tukwila Fire RFI 021 KTP COP 3 (003).xlsx Page _ of Issued 2/27/2020 x9j: Le 0 : M i ro i 1 ct Name: Tukwila Fire Station #'51 oject No. 3 ntractor: KT Painting COP: 3 Date: 2/27/2020 Project. # 3 Tukwila Fire RFI 021 KTP COP 3.(003).zisx Page of Issued 2/27/2020 OPWage Rates r Project Name: Tukwila Fire Station # 51 Project No: 30125-43 TFS#51 Contractor: KT Painting Trade & Position Rate Schedule Date' Prevailing Wage Incl. Benefits) 0.00% $ 1. Hourly Wage Rate forman 2. Hourly Benefits $ SUBTOTAL 0.00% $ $ ` $ $ $'r $ $ $ $ $; Rate 3. FUI % of t 6.00% $ $ $ $ $ $ $ $ $ $ 4. FICA % of 1 7.65% $ $ $ $ $ ! $ $ $ ; $ ${ 5. MEDICARE % of 1 1.45% $ $ $ $ $' $ $ $ ': $ $`' 6. SUI % of 1 (insert correct % to right) 0.13% $ $, $ $ $ ; $ $ $ $ $ 7. WC insert $amount ger hour $ 0.25' $ TOTAL Incl. a roll taxes 0.0o°fc $ $' $ $ $ : Is $ $ $ $` 17771 NOTES: . Rate schedule date is the date of the Dept. of Labor & Industries Prevailing Wage Rate used or the Union Agreement. a. for items 3 thru 5, the Federal rates do not vary by firm, and the percentages are already locked into this form. b. for item 6, the actual rate is determined by the State Employment Security Dept. and varies by firm. It shall be verified by the contractor at the start of the project. c. for item 7, the rate is based on L & I classification. The hourly dollar amount is specific to the firm/trade and shall be verified by the contractor at the start of the project. d. definitions 1. items 1 & 2 are basic wages and benefits (see general conditions 7.5.1 - 1 &2 2. item 3, FUI is Federal Unemployment Tax Act (see general conditions 7.5.1 - 4 3. item 4, FICA is Federal Insurance Compensation Act/Social Security (see general conditions 7.5.1 - 4 4. item 5, Medicare is FICA medical aid (see general conditions 7.5.1 - 4 5. item 6, SUI is State Unemployment Compensation Act (see general conditions 7.5.1 - 4 6. item 7, WC is industrial insurance/Workers' compensation (see general conditions 7.5.1 - 3 Form Revised 6/1/2004 Issued 2/27/2020 go fillwmlli DATE: 2/13/2020 PROJECT NO.: 90830405 PROJECT NAME: PSP — Fire Station 52 11111193 BUDGET NO.: 305.98 CONTRACT NO. 18-0012(n) AMENDMENT NO: '614 LV141 P I I lei I WAI 6101 oplyr. IN W FIM Sheet 1 of 1 You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner' and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See Attached Exhibit "A" We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date Z — I q — zO,?—Ca Contractor 4LfQ14 By le�l — Title OriginalZtraL2 X(wi /bu tax) $ 16,029,260.00 Vf APPROVED BY THE CITY OF TUKWILA Previous Change Order FS52 This Change Order FS52 (without tax) $ 174,1174.18 V/ $ 30,583.64 $ 16,234,017.82 inal Contract Time FS52: 521 days (Dec 17, 2020) Additional Contract Time for this Change Order FS52: 0 days Updated Contract Time FS52: 521 days (Dec 17, 2020) ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) By Mayor Deputy City Administrator SOJ Program Director C 4 A/4 cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File (11/2014) Exhibit "A" CHANGE ORDER - SUMMARY OF CHANGE CITY OF TUILA - PUBLIC SAFETY PLAN Project Name Fire Station 52 CO # 004 Project # 90830402 Contract # 18-0011(n ) Date 2/13/20 TO CONTRACTOR: Lydig Construction 3180 139th Ave SE, Ste 110 Bellevue, WA 98005 Reason COP/CCD # Description Code Amount COP 011 CE #045 - RFI #053: Strut- Shoring Wall #1 Lagging Cutoffs. Revisions to DC $9,207.90 shotcrete wall design to change its designation to a permanent shoring function. Includes addition of reinforcing steel and nelson studs. COP 023 CE #028 - RFI #038, 038.1: Struct - Gridline 8 Footing Clarifications. UFC $1,566.62 Overexcavation of shale at subgrade of gridline 8 footing. COP 035 CE #048 - RFI #087.1: Arch/Civil - Waterproofing Detail at Exterior DC $821.68 Shotcrete Wall. Added cost to supply and install Cetco Voltex DS Bentonite Sheet Waterproofing extending around foundation wall transitioning to Envirosheet Waterproofing extending 4° beyond site retaining wall. COP 036 CE #055 - RFI#091: Arch - Waterproofing of Steel Column at GL 2.9/1). DC $293.46 Addition of waterproofing to steel column at Gridline 2.9/D between 100% Design Development. COP 037 CE #067 - RFI #120: Civil - Fire Line Restraint Requirements. Additional fire AD $3,665.05 line restraints above City of Tukwila standards per the request of City of Tukwila inspector Scott Moore. COP 038 CE #068 - RFI #097: Arch - Side Sewer Conflict with Brace Frame Spread DC $2,677.12 Footing at Gridline 3.25 and F. Rerouting of side sewer to avoid conflict with braced frame footing. COP 039 CE #069 - RFI #126: Civil - Unsuitable Subgrade at Apparatus Bay. UFC $12,351.81 Overexcavation of unsuitable soils in the Apparatus Bay and import of structural fill. I Lydig Change Order No. 004 $30,583.64 LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone:3609072459 Fax:4258812903 Prime Contract Potential Change Order #011: CE #045 - RFl #053: Struct - Shoring Wall #1 Lagging Cutoffs TO: City of Tukwila FROM: Lydig Construction, Inc. - Bellevue Office 6200 Southcenter Boulevard 3180 139th Ave SE - Suite 110 Tukwila Washington, 98188 Bellevue Washington, 98005 PCO NUMBER/REVISION: 011/0 CONTRACT. 30129 - Tukwila Fire Station #52 - GCCM Prime Contract REQUEST RECEIVED FROM, CREATED BY, Kiel Lunsford (Lydig Construction, Inc. - Bellevue Off) STATUS: Draft CREATED DATE: 11/20/2019 REFERENCE: PRIME CONTRACT #004 - Change Order #4 CHANGE ORDER: FIELD CHANGE: No LOCATION: ACCOUNTING Amount Based METHOD: SCHEDULE IMPACT: PAID IN FULL: No TOTAL AMOUNT- $9,207.90 POTENTIAL CHANGE ORDER TITLE: CE #045 - RFI #053: Struct - Shoring Wall #1 Lagging Cutoffs POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #045 - RFI #053: Struct - Shoring Wall #1 Lagging Cutoffs Revisions to shotcrete wall design to change it's designation to a permanent shoring function. Includes addition of reinforcing steel and nelson studs. Revised labor rate breakdown for Corona has been reflected in the PCO value. Revised PCO 011 cover sheet includes updated COP value and a new attachment has been included to show the Corona labor rate breakdown with Adam's comments incorporated. ATTACHMENTS: Corona Labor Rate Breakdow"df PCO 011-SP - Rev 1 --coIedipdf_ �J2_Ac- qm-rfi 53-struct -shoring wall I laggngutoffs- 202001300134,p f Cost Code Description Type Amount 1 1 03-001-99- - BP-03 - Structures Subcontractor Subcontractor $8,639.99 Subtotal: $8,639.99 Fee -Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. $ 0.00 Fee - Sub TierWork: 4.50% Applies to Subcontractor and Purchase Agreements. $ 38&80 GL Insurance: 0.75% Applies to all line item types. $67.72 P&P Bond: 0.75% Applies to all line Item types. $68.22 B&O Tax: = 0.47% Applies to all fine Item types. $43.17 Grand Total: $9,207.90 Lydig Construction, Inc. page 1 of 2 Printed On: 2/7/ 2020 09 :47 AM LYDIG I Owner Signature Date LY D I G PCO #011-SP Lydig Construction, Inc. Project: 30130-10 - TFS#52 - Self -Perform 3180 139th Ave SE, Ste 110 15447 65th Ave S Bellevue, Washington 98005 Tukwila, Washington 98188 Phone: (425) 885-3314 Phone: (360) 907-2459 Fax: (425) 881-2903 Fax: (425) 881-2903 Prime Contract Potential Change Order 11- : - - FI : Struct - Shoring Wall #1 Lagging Cutoffs TO: City of Tukwila FROM: Lydig Construction, Inc. - Bellevue Office 6200 Southcenter Boulevard 3180139th Ave SE - Suite 110 Tukwila Washington, 98188 Bellevue Washington, 98005 PCO NUMBER/REVISION: 011-SP! 0 CONTRACT- 1 - Tukwila Fire Station #52 - Self -Perform Prime Contract REQUEST RECEIVED FROM: CREATED BY. Alex Carey (Lydig Construction, Inc. - Bellevue Off) STATUS: Pending - In Review CREATED DATE: 1/29 /2020 REFERENCE: PRIME CONTRACT None CHANGE ORDER:' FIELD CHANGE: No LOCATION: ACCOUNTING Amount Based METHOD: SCHEDULE IMPACT: PAID IN FULL: No TOTAL AMOUNT: $8,639.99 POTENTIAL CHANGE ORDER TITLE: CE #045-SP - RFI #053: Struct - Shoring Wall #1 Lagging Cutoffs CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract is Changed As Follows) CE #045-SP - RFI #053: Struct - Shoring Wall #1 Lagging Cutoffs Addition of steel reinforcing. Supply and installation of nelson studs at face of steel piles. ATTACHMENTS: PCO 011 SP combined.pdf tfs 52-_gccm-rfi 053-struct =Shoring wall,v1 lagging cutoffs=202001300134 pdf # Cost Code Description Type Amount 1 03--902-99- - Rebar Sub Morse CO #006 Subcontractor $ 4,394.00 2 05--001-99- - Structural Steel Sub CA9-055-1.1182019.1747 Subcontractor $ 3,450.38 Subtotal; $7,844.38 Fee - Self Perform Work: 15.00%Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub"s/PA's, and Project Contingency. $ 0.00 Fee - Sub Tier Work: 8.00 % Applies to Subcontractor and Purchase Agreements. $ 627.55 GL Insurance: 0.75 % Applies to all line item types. $ 63.54 P&P Bond: 0.75%Applies to all line Item types. $ 64.02 B&O Tax: = 0.47 % Applies to all line Item types. $ 40.50 Grand Total: $8,639.99 Owner Signature Date PROJECT: | Tukwila Fire Station #52 DATE: 11/8/2019 DESCRIPTION: Added reinforcement for shoring wall per RFI 053 due to incomplete design in initial drawings. # DESCRIPTION QUAN. UNIT PRICE EA SUB TOTAL Please sign' your acknowledgement and acceptanceofthis change order. This form isrequired Company Signature I Ilk CORONW gw..; ;. II � Lealz - S�ice t"S31 TO Alex Carey Lyclig Construction 3180 139th Ave SE Ste 110 Bellevue Bellevue, WA 98005 4258853314 lAturn To Marc! Von Appen Corona Steel, Inc 3015 106th Street South Lakewood, WA 98499 253-682-0207 marcivpcoronasteel.com COR Number: ammm. EMM Tacoma, 253-4682-0207 Seattle* 253.874.4766 Fax. 253-874-9824 www.coronasteel.com 19-055-1 0 11/8/2019 Field Work Order TM 40267040 5 Comments / Time Extension Request Added labor and equipment to weld 147 nelson studs on the north side of the job site to the solder piles per WAFs 4026 7040. Cost MY Description f Rate i Hrs Workers Ext Ironworker Journeyman $84.58 .50 11rs H 1.00 $972.67 Ironworker Foreman $88.58 11.50 Hrs 1.00 $1,018.67 Welding Machine $29.62 11.50 - $340.63 Wire Feeder $27.55 11.50 $316.83 Service Truck $23.04 11.50 $264.96 Breakout Labor - $1,991.34 Overhead& Profit @ 15%.- $298.70 Equipment : $922.41 Overhead& Profit @ 15% - $138o36 Small Tools Cost - Total: Reservation of Rights This COR does not include any amount for impacts such as interference, disruptions, rescheduling, changes in the sequence of work, delays and/or associated acceleration. We expressly reserve the right to submit our request for any of these items. Signed By: W)4 � KO r 0*4 n Dated: 11 /8/2 019 Marci VonAppen Assistant Project Manager w .�: A r}i:..,r+eet?8:'dJ +a' •.1•;_ e etiQ.7. � VL1f+i(:l1Ct{6" C�� wry,, CORONA STEEL, INC. EXTRA WORK AUTHORIZATION FORM RFI Jr REf. NO CSIJOBNAME: •; r DA The purpose of this extra work authorization is to document that Corona has been required to perform work that it considers to be extra and outside the scope of our subcontract and the hours and the tools and equipment utilized to perform the extra work. if you to agree the work is extra and that it is authorized and that the hours and tools and equipment set forth below are correct you are asked to execute the form in the appropriate space below indicating your agreement and acknowledgement. In the event you disagree you are asked to execute the form in the appropriate space below noting your disagreement but acknowledging Corona worked the hours and utilized the tools and equipment identified. In the event you disagree or refuse to execute, then this is written notice that Corona considers the work described to be outside the scope of our subcontract and is information provided to you as a daily record of the hours worked and the tools and equipment utilized. General Description of the extra work and the reason why the extra work is required/circumstances that caused extra work: 174WINTWoVIURN1111111111 We were • and work was performed. ���������,sUbcont'r,ac,tor--b, ork is an extra ` • " - ■tttR� ..ii ..7UY �`ii A 4+r � !a S! itice per the subcontrad # '+b�-! :! ! :710tiie : ",^�;HF OIL R �! ill�li�YIYYlIIY111tlII�M®,�ir.� ����® - �� Tools and Equipment utilized ........ / r w nTV Yt —t 1— n tv unl lCt / Fn CRANE SIZE: TON MAGNETIC DRILL CHAIN FALLS FORKLIFT SIZE: w/FUEL..... __... GRINDER w/ WHEELS ..... SERVICE TRUCK w/FUEL BOOM LIFT SIZE: w/ FUEL TORCH SET UP w/ FUEL GENERATOR w/ FUEL SCISSORLIFT SIZE: w/ FUEL ROTO-HAMMER w/ Vacuum STUD WELDER WELDINGMACHINE w/ FUEL i DEMO SAW w/ BLADES / FUEL OTHER: WIRE FEEDER w/ WELD WIRE WINCH (GOLD OR MY-TY) I I OTHER: Corona Steel, Inc. sIGNED" ' _f CORONA STEEL, INC. Print Name Contractor I acknowledge the work is extra work and that the time and equipment hours identified are accurate SIGNED: CONTRACTOR Print Name I disagree the work is extra work but acknowledge time and equipment hours identified are accurate RIM CONTRACTOR Print Name 3015 106th Street South, Lakewood, WA 98499 Phone 253.682.0207 Fax:253.874.9824 WHITE: OFFICE COPY CANARY- JOB FILE PINK: FOREMAN"SLOG GOLDENROD: CONTRACTOR FEW ... n. ��L ti era m�/r� g � A•rylsyw97 ^•s rise wMws`® • . 2 (��il::il:]ti0..°(i.e L t e .•t !' '? gIti.Cl4faY`'!� LgFpt�iLICIIJ. ;;' . r , • f'j`,� -7, a;�� r r'! :•'g1 •t.��a RSY�.+... <<.ij�.:7 t.06):: a 1. 1' :.a J �lPtrll �+..7 AMC l'c Q ril'" � tlilCitii4 it It s 113u, .lu 4 . ng1r;$o, 1�,O5? !o 1 18 fit; 114JlYly:at�(�la! l: f1F4i j3Ju ° rpill.0 '?. H2 K44 .":i �d g,.. G481ttiti� iE%�:: att�..�!laJ, .•;' Q'��#! ®�ui'�y 2020 Wage rates Total Base Rate 42.95 Fringe package 31.79 Fed. Unemployment 0.26 FICA 2.67 Medicare 0.63 State Unemployment 2.46 Workers Comp. 0.82 Insurance 3.00 Labor cost driven Total 84.58 LYDIG Lydig Construction, Inc. Project: 30129-43 - TFS#52 - GCCM 3180 139th Ave SE, Ste 110 15447 65th Ave S Bellevue, Washington 98005 Tukwila, Washington 98188 Phone: (425) 885-3314 Phone:3609072459 Fax: (425) 881-2903 Fax:4258812903 Struct - Shoring Wall #1 Lagging Cutoffs TO: Emma Nowinski (Weinstein A+U) FROM: Alex Carey (Lydig Construction, Inc. - Jose Lorenzo -Torres (Weinstein A+U) Bellevue) Lauren Rock (Weinstein A+U) 3180 139th Ave SE - Suite 110 DATE INITIATED: 10/11/2019 Bellevue, Washington 98005 LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: TBID DRAWING NUMBER' LINKED r•• STATUS: Closed DUE DATE: 10/18/2019 COST CODE: SCHEDULE IMPACT. TBD SPEC SECTION: REFERENCE: RECEIVED FROM: Don Lehman (Lydig Construction, Inc. - Bellevue Off) COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Don Lehman (Lydig Construction, Inc. - Bellevue Oft), Jose Lorenzo -Torres (Weinstein A+U), Kiel Lunsford (Lydig Construction, Inc. - Bellevue Off), Bryce Marion (Lydig Construction, Inc. - Bellevue Off), Emma Nowinski (Weinstein A+U), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. - Bellevue Off) Lydig has received the attached email from Lee Sipe with City of Tukwila Building Department regarding shoring wall #1. The email references AWPA y M or p 4 for preservative treatment of timber element cutoffs integral to deep foundations (shoring wall #1) that are used to support permanent structures. r ry Lydig I st" ydi�g is requesting a code interpretation on the intent of the timber lagging in conjunction with AWPA M4. We are particularly interested to know if the y ' r u rma t ig ermanent designation is significant in the interpreation of this code application. Is the timber lagging intended to be used for support of a permanent 7PLm structure or does the shotcrete wall perform as a diaphragm to support the retained earth? The application of preservative treatment to the cut end of timber lagging will require removal of all lagging and is uncommon to the industry standards of auger cast pile and lagging shoring walls. Attachments: RFI 053 - Struct - Shoring -Wall -tLl-LAggim-Qqto-ff-s-.PAf Official Response: Alex Carey (Lydig Construction, Inc. - Bellevue Office) responded on Wednesday, October 23rd, 2019 at 8:41AM PDT Attached please find revised sheets. W A+U, 10/22/19 Attachments: TFS-SH201-SH301 101819.pdf, SSF TFS 52 101519 City permit rev.pAf Official Response: Emma Nowinski (Weinstein A+U) responded on Wednesday, October 16th, 2019 at 10:OOAM PDT As the shotcrete wall will now perform the permanent shoring function, the wall design has been re -submitted for City review on 10/16/19. E.Nowinski, WAU 10/16/19 Attachments: Official Response: Jose Lorenzo -Torres (Weinstein A+U) responded on Tuesday, October 15th, 2019 at 2:37PM PDT Wall lagging was designed as permanent as the wall facing disposition was not clear at the time of shoring permit. If lagging cut ends were not treated, lagging must be considered temporary and the concrete facing must resist the wall soil pressures. 6" concrete wall facing to be reinforced per the schedule below. Wall heights are based on pile height in the pile schedule on sheet SH201. WALLS UP TO 8- #4 @ 16" oc EACH WAY WALLS V-1 0' #4 @ 16" oc VERT #4 @ 12" oc HORIZ BASE TO 3' #4 @ 16"oc HORIZ STO TOP OF WALL WALLS > 10'#4 @ 16" oc VERT #4 @ 10" oc HORIZ BASE TO 6' #4 @ 16"oc HORIZ 6' TO TOP OF WALL PROVIDE #4 x 4'-0" EA WAY AT WELDED STUD LOCATIONS WHERE TYPICAL WALL REINFORCING DOES NOT ALIGN D. Morrow Swenson Say Faget 10-14-2019 Lydig Construction, Inc. Page 1 of 2 Printed On: 01/29/2020 05:34 PM LYDIG Attachments: RFI 053 - Struct - Shoring_Wall #1 Lag icy Cutoffs -$SF §pqe nsepd- f -L--- - Attached please find revised sheets. W A+U, 10/22/19 IAttachments: TFS-SH201-SH301 101819.-pdfS_SFTFS52-101519C permit re p ity - --v- A As the shotcrete wall will now perform the permanent shoring function, the wall design has been re -submitted for City review on 10116/19. E.Nowinski, WAU 10/16/19 Attachments: Wall lagging was designed as permanent as the wall facing disposition was not clear at the time of shoring permit. If lagging cut ends were not treated, lagging must be considered temporary and the concrete facing must resist the wall soil pressures. 6" concrete wall facing to be reinforced per the schedule below. Wall heights are based on pile height in the pile schedule on sheet SH201. WALLS UP TO 8'#4 @ 16" oc EACH WAY WALLS 8'-10'#4 @ 16" oc VERT #4 @ 12" oc HORIZ BASE TO 3' #4 @ 16"oc HORIZ TTO TOP OF WALL WALLS > 10'#4 @ 16" oc VERT #4 @ 10" oc HORIZ BASE TO 6' #4 @ 16"oc HORIZ 6' TO TOP OF WALL PROVIDE #4 x 4'-0" EA WAY AT WELDED STUD LOCATIONS WHERE TYPICAL WALL REINFORCING DOES NOT ALIGN D. Morrow Swenson Say Faget 10-14-2019 Attachments: 774 DATE Lydig Construction, Inc. Page 2 of 2 Printed On: 01/29/2020 05:34 PM LYDIG Lydig Construction, "Inc. Project: 30129-43 - TFS#52 - GCCM 3180 139th Ave SE, Ste 110 15447 65th'Ave S Bellevue, Washington 98005 Tukwila, Washington 98188 Phone: (425) 885-3314 Phone 3609072459 Fax: (425) 881-2903 Fax:4258812903 .*'rirne Contract Potential Change Order #023-. CE #028 - RFl #038, 038.1's Struct - • '' • Footing Clarifications TO: City of Tukwila FROM: Lydig Construction, Inc. - Bellevue Office 6200 Southcenter Boulevard 3180 139th Ave SE - Suite 110 Tukwila Washington, 98188 Bellevue Washington, 98005 PCO NUMBERIREVISION: 023 / 0 CONTRACT 30129 - Tukwila Fire Station #52 - GCCM Prime Contract REQUEST RECEIVED FROM: CREATED BY: Alex Carey (Lydig Construction, Inc. - Bellevue Off) STATUS: Draft CREATED DATE: 11121 /2019 REFERENCE: PRIME CONTRACT None CHANGE ORDER: FIELD CHANGE: No LOCATION: ACCOUNTING Amount Based METHOD: SCHEDULE IMPACT: PAID IN FULL: No TOTAL AMOUNT. $1,566.62 POTENTIAL CHANGE ORDER TITLE: CE #028 - RFI #038, 038.1: Struct - Gridline 8 Footing Clarifications CHANGE REASON: Existing Condition POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract is Changed As Follows) CE#028 - RFI #038, 038.1: Struct - Gridline 8 Footing Clarifications Overexcavation of shale at subgrade of gridline 8 footing EVIFET4.9tl RUM # Cost Code Description Type Amount 1 31-001-99-- Earthwork and Utilities subcontract Overexcavation of subgrade Subcontractor $1,470.00 Subtotal $1,470.00 Fee - Self Perform Work: 15.00 % Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project contingency. $ 0.00 Fee- Sub Tier Work: 4.50% Applies to Subcontractor and Purchase Agreements. $ 66.15 GL Insurance: 0.75%;Applies to all line item types. $ 11.52 P&P Bond: 0.75 f Applies to all line Item types. $ 11.61 B&O Tax: = 0.47 % Applies to all line item types. $ 7.34 Grand Total: 1 $1,566.62 Owner Signature Date Subcontractor Breakdown SUBCONTRACTOR:Tukwila Fire Station 52 Cost Event Project No. 30129-43 CID 17 • Construction, Inc Document Per RFl 38.1 - G1_ 8 Footing was over excavated and backfilled with 1 1/4" crushed rock DESCRIPTION OF WORK`. B. MATERIAL COSTS ( Per Cost Breakdown Attached) ('Per Cost Breakdown Attached) ( Per Cost Breakdown Attached) (Total A, B, C, and D Above) G. Subtler Subcontractor Cost (Subcontractor Estimates Attached) 1) 2) 3) 4) H. Subtotal Subcontractor Costs TOTAL (Total of Parts ), II, III, IV Above) Date: 10/7/2019 A. $ B. $ 1,470 C. $ - D. $ 1 Direct Cost Fee $ - ''$ COP Cost Breakdown Project Name: Tukwila Fire Station 52 Project No. 30129-43 Contractor: PELLCO Construction, Inc COP Number: Date: Contractor Ref. No. Description Over -ex Unsuitable 85x9x6" Quantity 14 Unit Type CY Labor Material Equipment Total Cost $ 630.00 Unit Cost $ Unit $ $45.00 Cost $ 630.00 Unit Cost $ Backfill with Crushed Rock 14 CY $ $60.00 $ 840.00 $ $ 840.00 $ $ $ $ $ $ $ $ ----------- $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ Freight/Delivery Costs Labor Subtotal _JL 1,470.00 1 Foreman $ 1,470.00 1 Lead Foreman 1- JNoncraftLabor ITotal Cost of Work $ 19-11 TFS52 COP #017 GL 8 Footing Over -EX Page - of - Issued 11/14/2019 s Project Name: Tukwila Fire Station #52 Project No: 30129-43 Contractor: PELLOO' Trade& Position OPERATOR FOREMAN OPERATOR OPERATOR LABOR LABOR TEAMSTER TEAMSTER Rate Schedule Date' 06/01119 $ 49.00 06/01/19 $ 45.50 06/01/19 '$ 40.36 06/01/19 $ 41.13 Prevailing Wage (incl. Benefits) UNION 1. Hourly Wage Rate $ 49.00 $ 45.50 $ 40.36 $ 41.13 2. Hourly Benefits $ 21.22 $ 21.22 $ 12.08 $ 20.46 SUBTOTAL $ '' 70.22 $ 66.72 $ 62.44 $ - 61.59 $ $ $ $ $ Rate 3. FUI % of 1 0,80% $ 0.39 $ 0 36 $ 0,32 $ ' 0.33 $ $ $ $ $ 4. FICA % of 1 6,20% $ 3.04 i$ 2.82 $ 2.50 $ 2.56 $ $ $ $ $ S. MEDICARE % of 1 1.45% $ 0.71 '$ 0.66 $ 0.59 $ 0.60 $ $ $ $ $ 6. SUI I of 1 (insert correct % to right) 5 63% $ 2.76 $ 2.56 $ 2.27 $ 2.32 $ $ $ $ $ 7. WC/PFAMUSICK $ 4.03 $ 3.92 $ 3.55 $ 3.78 $ 2.72 $ 2 90 $ 2.90. $ 2:72 $: 2.90 TOTAL (Intl. payroll taxes) $ 4 81.15 '$ 77.05 $ 61.67 $ 71.16 $ 2.72 $ = 2.90 $ 2.90 $ 2.72 $ 2.90 Overtime @ 1.5x I OVERTIME RATES CALCULATE AUTOMATICALLY Hourly Wage $ 73.50 $ 68.25 $ 60.54 $ 61.70 $ $ $ S 5 Benefits $ 21.22 S 21.22 $ 12.08 $ 20.46 $ $ $ S 5 Subtotal $ 94.72 $ 89.47 $ 72,62 S 82.16 S $ $ - $ $ Taxes: Lines 3-6 $ 10:35 $ 9.61 $ 8,53 S 8.69 S $ $ S S WC $ 4.03 $ 3.92 $ 3.55 $ 3.78 "$ 2.72 $ 2.90 $ 2.90' S 2.72 S 2.90 Total $ 109.10 1 S 103.00 $ 84.70 S 94.62 $ 2.72 $ 2.90 $ 2.90 $ 2.72 $ 2.90 Double Time @ 2x DOUBLE TIME RATES CALCULATE AUTOMATICALLY Hourly Wage $ 98.00 $ 91.00 $ 80.72 $ 82.26 $ $ $ S S Benefits $ 21.22 $ 21.22 $ 12.08 S 20,46 $ $ $ S $ Subtotal $ 119.22 $ 112.22 $ 92.80 S 102.72 S $ $ $ $ Taxes: Lines 3-6 $ 13.80 $ 12.81 $ 11.37 $ 11.58 $ $ $ $ S WCMI'MAL/SICK $ 403 $ 3,92 $ 3.55 $ 3.78 $ 2.72 $ 2:90 $ 2:90 S 2.72 S 2.90 Total $ 137.05 $ 128.95 $ 107.72 $ 118.08 $ 2.72 $ 2.9C $ 2.90 $ 2.72 $ 2.90 OT Premium Portion Only $ 27.95 $ 25.95 $ 23.02 $ 23.46 $ S $ $ OT Premium Portion Only $51.91 $ 46:04 S 46.92 IS Form Revised 3/19/2009 Issued 11/14/2019 O r r m m m m ®m a o D D DA D 1 D Domm :AA C N N O O O O n@ 0 m 0 NO m 4 = a Q O N D D o p• po �. (D � n c� 0-o w Q ,y N W W n c m CD DOi CD 0 o C n n a) ' m � O •. N :O @ N C . m @ N 'S p:Q Cr _ @ @ EA 4A 49 49 <A 49 49 4A 4# O F.: m m c _ JO Er CD C. iA W Gt U1 A CO tJ1 N W 91 10: N. .N >wv to WC 4 W C17 N ai 0 4 CD .+ co (Y) O 1 .A W 0) N 44 44 49 49 O O W W W W C) K p7. ci Wf0i? W W = . a7 0 D) 49 to 49 43: 4} 49 49 44 £A 49 -en 44 44 4} EA 44 40 49 tq 44 44: 44 44 69 4A : 44 49 fA X.: II CD O G C 2 w® r r r: r r r C71 hT -4 N N ^ } : Gir U7 : CY) > „y CD e w O � N . -q m W 0W5 -4 cn (n ' EA 4A fA 69 ien 49 49 49 sfl 0,0 _ O r O � N RM! 0) fA N O !J > :D+ m 40 . OD. -4 0) tN .?. A oo CFl N "� 44 44 44 44 44 44 :44 44 ;44 44 A 44 44 44 40 44 49 6w 40% 44 44: 44 44 44 44 44 44 I's T i A -� W p OD O :P w- a e o a r a e e P'a 09 co O GD ®9 G,i co T v 0 q —0. a@w mr ( z G Z ^a O tD (w a( O C� 'N s 8, o 13036 BEVERLY PARK ROAD MUKILTEO, WA 98275 (425) 265-7211 FAX (425) 265-7215 cons in, uc-iion, inc RF-II, 3FS/,i&l OUR JOB NAME Fa t2c 1�r J4 v� #� s ''�- JOB NO. LZ U DATE THIS IS TO AUTHORIZE WORK TO BE PERFORMED AS; (CHECK ONE) EXTRA WORK TO OUR CONTRACT. TIME AND MATERIALS STRAIGHT TIME RATE OVERTIME RATE CONTRACTOR'S P.O. NO. PREMIUM TIME ONLY DESCRIPTION OF WORK:- Ac' / c} ''1� Opt r 1 1 n wit' t trsd -(pt �► t °1 ' f allcrelff + • f � r'"l"r'1 :' •i'fa f 1 a u r iIi Ram ra f • f RUN= t Y r :.. ,IIIIIIIII�: .1I / 1 ■ t! i 'w � � Iwl tel.: !'l � w � �h4� � r '• iI 19.Mi M1lt� wti% a.:: 'r +a ■ i i r �. d 0 = i � : �. ■ a r. #. t/. w SIGNED __� SIGNED LYDIG Lydig Construction, Inc. Project: 30129-43 - TFS#52 - GCCM 3180 139th Ave SE, Ste 110 15447 65th Ave S Bellevue, Washington 98005 Tukwila, Washington 98188 Phone: (425) 885-3314 Phone:3609072459 Fax: (425) 881-2903 Fax:4258812903 Struct - Gridline 8 Footing Clarifications TO: Jose Lorenzo -Torres (Weinstein A+U) FROM: Alex Carey (Lydig Construction, Inc. - Lauren Rock (Weinstein A+U) Bellevue) Emma Nowinski (Weinstein A+U) 3180 139th Ave SE - Suite 110 DATE INITIATED: 09/30/2019 Bellevue, Washington 98005 LOCATION: STATUS: Closed PROJECT STAGE: DUE DATE: 10/08/2019 SUB JOB: COST CODE: COST IMPACT. TBD SCHEDULE IMPACT. TBD DRAWING NUMBER: S201N SPEC SECTION: LINKED DRAWINGS: REFERENCE: RECEIVED FROM: Bryce Marion (Lydig Construction, Inc. - Bellevue Off) COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Don Lehman (Lydig Construction, Inc. - Bellevue Off), Jose Lorenzo -Torres (Weinstein A+U), Kiel Lunsford (Lydig Construction, Inc. - Bellevue Off), Bryce Marion (Lydig Construction, Inc. - Bellevue Oft), Emma Nowinski (Weinstein A+U), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. - Bellevue Off) 1. Clarification is needed for the GL 8 footing btween GL's A.5=F.1, 7.5-8. A layer of shale was encountered at the subgrade elevation of the footing for the concrete wall (reference details 19/S301, I/A454). The shale is an unsuitable soil subgrade for the cast -in -place concrete footing with integral keyway at the south end. A possible solution to correct the subgrade is to over-excavte the footing and install a layer of CDF fill to create a flat and void free subgrade. Please advise on if this solution is to be utilized or provide direction on an alternate approach. 2. Clarification is needed on the location of the footing drain at the shotcrete wall footing. Detail 19/S301 shows the footing drain to sleeve through the footing to below the footing. I/A454 shows the footing drain installed in the capillary break above the footing and below the slab on grade. The preferred location of the footing drain is per 1/A454. Please clarify the footing drain location. Attachments: RFI 038 - Gridline 8 Footing _Qarifications.p A Official Response: Jose Lorenzo -Torres (Weinstein A+U) responded on Thursday, October 3rd, 2019 at 3:12PM PDT Please refer to email from Mike Schmitz at Hart Crowser for suitable backfill. Wesintein A+U, October 03, 2019 Attachments: FW: TFS 52 - RFI 38 - CDF Fill.eml, CDF Mixes,pAf Official Response: Jose Lorenzo -Torres (Weinstein A+U) responded on Tuesday, October 1st, 2019 at 11: 12AM PDT 1. Method is structurally acceptable but CDF fill must be OK'd by Geotechnical engineer. 2. Footing drain can be placed below slab as shown in 1/A454. Recommend turning down slab edge adjacent to footing drain as shown in the detail. D. Morrow Swenson Say Faget 9-30-2019 Attachments: RFI 038 - Gridline 88FFooting Clarifications SSEjpspqns_"df Lydig Construction, Inc. Page 1 of 2 Printed On: 01/29/2020 06:57 PM LYDIG Please refer to email from Mike Schmitz at Hart Crowser for suitable backfill. Wesintein A+U, October 03, 2019 Attachments: FW: TFS 52 - RFI 38 - CQF Fill.eml CQE Mixes.p A 1. Method is structurally acceptable but CDF fill must be OK'd by Geotechnical engineer. 2. Footing drain can be placed below slab as shown in I /A454. Recommend turning down slab edge adjacent to footing drain as shown in the detail. D. Morrow Swenson Say Faget 9-30-2019 Attachments: RF11 038 - Gridline 8 _Footing Clarifications SELas onse�p A S R I BY DATE COPIES TO Lydig Construction, Inc. Page 2 of 2 Printed On: 01/29/2020 06:57 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone:3609072459 Fax:4258812903 Struct - GLOO Footing Over -Ex and Fill Quantities TO: Emma Nowinski (Weinstein A+U) FROM: Alex Carey (Lydig Construction, Inc. - Lauren Rock (Weinstein A+U) Bellevue) Jose Lorenzo -Torres (Weinstein A+U) 3180 139th Ave SE - Suite 110 DATE INITIATED: 10/04/2019 Bellevue, Washington 98005 LOCATION: PROJECTSTAGE' SUBJOB: COST IMPACT: TBD DRAWING NUMBER: S301 LINKED ••• 4,ECEIVED FROW Jeff Lord (PELLCO CONSTRUCTION INC) A STATUS: Closed DUE DATE: 10/14/2019 COST CODE: SCHEDULE IMPACT, No SPEC SECTION: REFERENCE, COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shlels Obletz Johnsen), Don Lehman (Lydig Construction, Inc. - Bellevue Off), Jose Lorenzo -Torres (Weinstein A+U), Kiel Lunsford (Lydig Construction, Inc. - Bellevue Off), Bryce Marion (Lydig Construction, Inc. - Bellevue Off), Emma Nowinski (Weinstein A+U), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. - Bellevue Off) Lydig, Hart Crowser and Pellco have confirmed dimensions of over -excavation per RFI 038 in the field. The over -excavation quantity was 85'x9'x6" (see attachment for clarification of overexcavation dimensions). It was determined between Lydig, Hart Crowser, and Pellco that structural fill (1 -1/4" minus fill) is a more cost effective means of backfill to subgrade footing elevation. Please confirm over -excavation quantities and structural fill backfill is acceptable. Attachments: Official Response: Jose Lorenzo -Torres (Weinstein A+U) responded on Friday, October 18th, 2019 at 11:02AM PDT The over -excavation quantities and structural backfill is acceptable. J. Lorenzo -Torres, Weinstein A+U - 10/18/19 Attachments: RFI 038.1 - QL 8 FootingOver-Exand Fill Quanfilies WAU Response.Pdf quantities and structural backfill is acceptable. J. Lorenzo -Torres, Weinstein A+L1 - 10/18/19 Attachments: RFI 038.1 - QL 8 Footing Over -Ex and. Fill Quantities WAU Response-p f M Lydig Construction, Inc. Page 1 of 1 Printed On: 01129/2020 06:58 PM LYDIG PCO #035 Lydig Construction, Inc. Project: 3012943 - TFS#52 - GCCM 3180 139th Ave SE, Ste 110 15447 65th Ave S Bellevue, Washington 98005 Tukwila, Washington 98188 Phone: (425) 885-3314 Phone:3609072459 Fax: (425) 881-2903 Fax:4258812903 Prime Contract Potential Change Order #035: CE #048 - #087.1: Arch/Civil - Waterproofing Detail at Exterior Shotcrete all TO: City of Tukwila FROM: Lydig Construction, Inc. - Bellevue Office 6200 Southcenter Boulevard 3180 139th Ave SE - Suite 110 Tukwila Washington, 98188 Bellevue Washington, 98005 PCO NUMBER/REVISION: 035/0 CONTRACT: 30129 - Tukwila Fire Station #52 - GCCM Prime Contract REQUEST RECEIVED FROM: CREATED BY- Alex Carey (Lydig Construction, Inc. - Bellevue Off) STATUS: Draft CREATED DATE: 1/20/2020 REFERENCE: PRIME CONTRACT #004 - Change Order #4 CHANGE ORDER: FIELD CHANGE: No LOCATION: ACCOUNTING Amount Based METHOD: SCHEDULE IMPACT: PAID IN FULL: No TOTAL AMOUNT. $821.68 POTENTIAL CHANGE ORDER TITLE: CE #048 - #087.1: Arch/Civil - Waterproofing Detail at Exterior Shotcrete Wall CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #048 - #087.1: Arch/Civil - Waterproofing Detail at Exterior Shotcrete Wall Add cost to supply and install Cetco Voltex DS Bentonite Sheet Waterproofing extending around foundation wall transitioning to Envirosheet Waterproofing extending 4" beyond site retaining wall, includes 1 mobilization ATTACHMENTS: tfs 52 - _gccm-rfi 087.1-arch civil - waterproofing detail at exterior shotcrete wall-202001202325.p GO #035-SP - Combin�eddL Cost Code Description Type Amount 03--001-99- - BP-03 - Structures Subcontractor Subcontractor $771.00 Subtotal: $771.00 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. $0.00 Fee -Sub Tier Work: 4.50% Applies to Subcontractor and Purchase Agreements. $34.70 GL Insurance: 0.75% Applies to all line item types, $6.04 P&P Bond! 0.75% Applies to all line Item types. $6.09 B&O Tax: = 0.47% Applies to all line item types. $3.85 Grand Total: $821.68 Owner Signature 170M a Lydig Construction, Inc. Project: 30130-10 - TFS#52 - Self -Perform 3180 139th Ave SE, Ste 110 15447 65th Ave S' Bellevue, Washington 98005 Tukwila, Washington 98188 Phone: (425) 885-3314 Phone: (360) 907-2459 Fax: (425) 881-2903 Fax: (425) 881-2903 Prime Contract Potential Change Order C P - RFl 7. : Arch/Civil - Waterproofing Detailsat GL 8 Wall TO: City of Tukwila FROM: Lydig Construction, Inc. - Bellevue Office 6200`Southcenter Boulevard 3180 139th Ave SE -Suite 110 Tukwila Washington, 98188 Bellevue Washington, 98005 PCO NUMBER/REVISION: 035-SP 10 CONTRACT: 1 - Tukwila Fire Station #52 - Self -Perform Prime Contract REQUEST RECEIVED FROM: CREATED BY: Alex Carey (Lydig Construction, Inc. Bellevue Off) STATUS: Pending - In Review CREATED DATE: 1/20/2020 SCHEDULE IMPACT: PRIME CONTRACT None CHANGE ORDER: ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT $770.99 POTENTIAL CHANGE ORDER TITLE: CE #048-SP - RFI #087.1t Arch/Civil - Waterproofing Details at GL 8 Wall CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #048-SP - RFI #087.1: Arch/Civil - Waterproofing Details at GL 8 Wall ATTACHMENTS: CE #047_SP - Tukwila Fire Station 52 Additional RFl 087apdf # Cost Code Description Type Amount 1 07-003-99--waterproofing Sub Subcontractor $ 700.00 Subtotal: $700.00 Fee - Self Perform Work: 15.00%Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. $ 0.00 Fee - Sub Tier Work: 8.00% Applies to Subcontractor and Purchase Agreements. $ 56.00 GL Insurance; 0.75 % Applies to all line item types. $ 5.67 P&P Bond: 0.75% Applies to all line item types. $ 5.71 B&O Tax: = 0.47 % Applies to all line item types. $ 161 Grand Total: $770.99 Owner Signature Date RO, Box 2197, Renton, WA 98056 P.O. Box 2847, Hayden, ID 83835 V, ff, A f IN Wwo I I V 1-vo 4XIA PER RFI 087.1 1 ATTN: ALEX CAREY RE: TUKWILA FIRE STATION #52, TUKWILA, WA NOTE: Additional proposal based on marked up drawing per detail 1 / A424. Add cost to supply and install Cetco Voltex DS Bentonite Sheet Waterproofing extending around foundation wall transitioning to Envirosheet Waterproofing extending 4" beyond site retaining wall, includes 1 mobilization ADD L100.00 Excluded., • Weatherization • Protection of completed systems • Vapor containment, air extraction at areas outside of our direct scope of work • Night work • Tie back detailing at any non -waterproofed areas • Patching of tie back assumes blocked out, post structural wall detensioned tie backs. Excludes patching that would be required if tie backs are not prepared as described. • Hoisting of material and equipment • Concrete substrate preparation, i.e. shot blast, sacking, grinding, profiling, etc. • Wood lagging and or wood substrate preparation • Layout of elevation and grid lines • Establishing and / or setting of elevations and grade lines • Special cuts in and around paver system unless noted • Paver proposal is based upon standard square layout of paver system unless otherwise noted Any pre -bent flashing, Door flashing pans, Preformed flashing / counter flashing • Plywood substrate = No treated plywood, 3/4" T & G or better, solid blocking below (by others) • All Waterstop • Excludes neat cut walls • Excludes protection of finishes at finished units • Excludes non typical application i.e. typical is per floor height installation not per wall height installation, • Cleaning of existing foundation walls, Removal of existing coating, debris, water, forms, mud, dirt, lumber, etc. from footing areas • Sealing of wall penetration not in place at the time of waterproofing / Dampproofing • Excludes sealing of pavers • Mechanical / electrical link seals and other Waterstop devices at through slab / wall penetrations • Form ties protruding from wall to be removed by others on all waterproofing areas and board insulation areas, Cone ties can be filled at .75 cents each, excludes removal of or cutting ties • Union affiliation and labor • This proposal is good for 30 days Sincerely, skile 60 oaj-aa Shelley Ourada, Vice -President Inland Waterproofing Services, LLC "Earning your trust, one project at a time" LYDIG Lydig Construction, Inc. Project: 30129-43 - TFS#52 - GCCM 3180 139th Ave SE, Ste 110 15447 65th Ave S Bellevue, Washington 98005 Tukwila, Washington 98188 Phone: (425) 885-3314 Phone:3609072459 Fax: (425) 881-2903 Fax:4258812903 A Arch/Civil - Waterproofing Detail at Exterior Shotcrete all TO: Jose Lorenzo -Torres (Weinstein A+U) FROM: Alex Carey (Lydig Construction, Inc. - Lauren Rock (Weinstein A+U) Bellevue) Emma Nowinski (Weinstein A+U) 3180 139th Ave SE - Suite 110 DATE INITIATED: 11/14/2019 Bellevue, Washington 98005 LOCATION: STATUS: Closed PROJECTSTAGE: SUB JOB - COST IMPACT: TBD DRAWING NUMBER: LINKED DRAWINGS - DUE DATE: 11/21/2019 COST CODE: SCHEDULE IMPACT. TBD SPEC SECTION: REFERENCE: RECEIVED FROM: Don Lehman (Lydig Construction, Inc. - Bellevue Off) COPIES TO: Julie DeDonato (Ancona Projects LLC), Justine Kim (Shiels Obletz Johnsen), Don Lehman (Lydig Construction, Inc. - Bellevue Off), Jose Lorenzo -Torres (Weinstein A+U), Kiel Lunsford (Lydig Construction, Inc. - Bellevue Off), Bryce Marion (Lydig Construction, Inc. - Bellevue Off), Emma Nowinski (Weinstein A+U), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. - Bellevue Off) Clarification *0 'la I cati n is needed for the waterproofing detail for the exterior portion of the shotcrete wall at shoring wall #1. RFI 087 revised the waterproofing r 'c io is if r detai0 detail so that waterproofing is terminated 12" below grade and Voltex DS (SAM) is then installed from finish grade with a 4" lap over the bentonite l s t w waterproofing t roof aterproofing assembly. Please advise if this same detail is to be used for the exterior portion of the shotcrete wall, from the west edge of the building erp g s 0 t existing r o the existing retaining wall at the west side of the site (see plan highlight of location). This detail will require additional pile cutting, lagging removal and excavation in order to complete. Attachments: RFI 087.1 - Arch -Civil,- WaperpfADetail at EPA ro in , Exterior Shotcrete Wall. --- Official Response: Lauren Rock (Weinstein A+U) responded on Monday, November 25th, 2019 at 1:34PM PST WAU and JRS understand that prior to receiving the response to this RFI, the waterproofing had already been mostly installed along shoring wall #1. It is acceptable to leave the waterproofing along this wall. No termination detail needed. No additional excavation or lagging removal needed. Waterproofing to remain in place up to the lagging. It will bind with the concrete. Attached waterproofing termination details at joint along Grid A.5 (and F.1) should still be followed. L. Rock, Weinstein A+Ll 11/25/19 Attachments: RFI 087.1 -Arch-Civil - _Water rpofinA Detail at Exterior Shotcrete Wall JRS WAU Response Bi.pdf Official Response: Jose Lorenzo -Torres (Weinstein A+U) responded on Monday, November 18th, 2019 at 3:35PM PST JRS COMMENTS (AHN; 11118119): Please see attached mark-ups on Arch details 1/A424 with JRS recommendations for waterproofing at the transition between foundation wall and retaining walls at the north elevation. As retaining wall is separate from building foundation walls (and therefore does not interrupt the continuity of the building waterproofing, if provided mark-ups are followed), no waterproofing (membranes or admixtures) is necessary on the retaining walls to protect the building. Arch to define protection of retaining walls. Refer to revised sheet A424 below. J Lorenzo -Torres, Weinstein A+U - 11/18/19 Attachments: RFI 087.1 - Arch -Civil -Waterproofing roof Mon e.p [ag Detail at Exterior Shotcrete Wall JRS WAURe, -s— A NWU= Lydig Construction, Inc. Page 1 of 2 Printed On: 01/2012020 03:25 PM WAU and JRS understand that prior to receiving the response to this RFI, the waterproofing had already been mostly installed along shoring wall #1'u is acceptable to leave the waterproofing along this wall. motermination detail needed. mvadditional excavation or lagging removal needed. Waterproofing to remain in place upmthe lagging. |twill bind with the concrete. Attached waterproofing termination details at joint along Grid A.5 (and c should still u:followed. L. Rock, Weinstein A+U 11/25/19 RFI 087.1 - Arch -Civil - W "ter Loofing. Detail at Exterior Shotcrete Wall JRS,_WAV Response RI.p f Please see attached mark-ups on Arch details 1/A424 with JRS recommendations for waterproofing at the transition between foundation wall and retaining walls at the north elevation. As retaining wall is separate from building foundation walls (and therefore does not interrupt the continuity ofthe building waterproofing, if provided mark-ups are followed), no waterproofing (membranes or admixtures) is necessary on the retaining walls to protect the building. Arch to define protection of retaining walls. Refer to revised sheet A424 below. JLorenznzTorreoWeinstein A+U-11/18M9 Attach RFI 087.1 - Arch -Civil - WateipEpofing Detail at Exterior Shotcrete Wall JRS WAU Res onse.p f LydigConstruction, Inc. Page 2of2 Printed On: 0/2O/2O2Q03:25RN LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone:3609072459 Fax:4258812903 Arch/Civil - Waterproofing Detail at Exterior Shotcrete all TO: Jose Lorenzo -Torres (Weinstein A+U) FROM: Alex Carey (Lydig Construction, Inc. - Lauren Rock (Weinstein A+U) Bellevue) Emma Nowinski (Weinstein A+U) 3180 139th Ave SE - Suite 110 DATE INITIATED: 11/14/2019 Bellevue, Washington 98005 LOCATION: PROJECT STAGE: SUB JOB: COSTIMPACT' TBD STATUS: Closed DUE DATE: 11/21/2019 COST CODE: SCHEDULE IMPACT- TBD DRAWING NUMBER: SPEC SECTION: LINKED DRAWINGS: REFERENCE: RECEIVED FROM: Don Lehman (Lydig Construction, Inc. - Bellevue Off) COPIES TO: Julie DeDonato (Ancona Projects LLC), Justine Kim (Shiels Obletz Johnsen), Don Lehman (Lydig Construction, Inc. - Bellevue Off), Jose Lorenzo -Torres (Weinstein A+U), Kiel Lunsford (Lydig Construction, Inc. - Bellevue Off), Bryce Marion (Lydig Construction, Inc. - Bellevue Off), Emma Nowinski (Weinstein A+U), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. - Bellevue Off) !n is n" M Clarification is needed for the waterproofing detail for the exterior portion of the shotcrete wall at shoring wall #1. RFI 087 revised the waterproofing 'c larif 0 t t r r detail so that waterproofing is terminated 12" below grade and Voltex DS (SAM) is then installed from finish grade with a 4" lap over the bentonite tail s roofi t waterproofing p m waterproofing assembly. Please advise if this same detail is to be used for the exterior portion of the shotcrete wall, from the west edge of the building waterproofing e 0 t existing r t i o the existing retaining wall at the west side of the site (see plan highlight of location). This detail will require additional pile cutting, lagging removal 7the e n retaining and excavation in order to complete. Attachments: RFI 087.1 - Arch -Civil - WaterproofingDetailat Exterior Shotcrete Wall. pdf Official Response: Lauren Rock (Weinstein A+U) responded on Monday, November 25th, 2019 at 1:34PM PST WALI and JRS understand that prior to receiving the response to this RFI, the waterproofing had already been mostly installed along shoring wall #1. It is acceptable to leave the waterproofing along this wall. No termination detail needed. No additional excavation or lagging removal needed. Waterproofing to remain in place up to the lagging. It will bind with the concrete. Attached waterproofing termination details at joint along Grid A.5 (and F.1) should still be followed, L. Rock, Weinstein A+Ll 11/25/19 Attachments: RFI 087.1 - Arch -Civil- Waterproofing Detail at Exterior Shotcrete Wall JRS WAU Response R1.p f Official Response: Jose Lorenzo -Torres (Weinstein A+U) responded on Monday, November 18th, 2019 at 3:35PM PST JRS COMMENTS (AHN; 11/18/19): Please see attached mark-ups on Arch details 1/A424 with JRS recommendations for waterproofing at the transition between foundation wall and retaining walls at the north elevation. As retaining wall is separate from building foundation walls (and therefore does not interrupt the continuity of the building waterproofing, if provided mark-ups are followed), no waterproofing (membranes or admixtures) is necessary on the retaining walls to protect the building, Arch to define protection of retaining walls. Refer to revised sheet A424 below. J Lorenzo -Torres, Weinstein A+L1 - 11/18/19 Attachments: RFI 087.1 - Arch -Civil - Wa Aer roofing Detail at Exterior Shotcrete Wall JRS WAU RespPrisp.pof OILMM M_ Lydig Construction, Inc. Page 1 of 2 Printed On: 01/20/2020 03:25 PM METITION LYDIG WAU and JRS understand that prior to receiving the response to this RFI, the waterproofing had already been mostly installed along shoring wall #1. ]1 is acceptable to leave the waterproofing along this wall. No termination detail needed. No additional excavation or lagging removal needed. Waterproofing to remain in place up to the lagging. It will bind with the concrete. Attached waterproofing termination details at joint along Grid A.5 (and F.1) should still be followed. L. Rock, Weinstein A+U 11/25/19 Attachments: f RFI 087.1 - Arch -Civil - Waterpmpfing. Detail at Exterior Shotcrete Wall JRS \NU Response __O�AO as onse R:Lp f I JRS COMMENTS (AHN; 11/18/19): Please see attached mark-ups on Arch details 1/A424 with JRS recommendations for waterproofing at the transition between foundation wall and retaining walls at the north elevation. As retaining wall is separate from building foundation walls (and therefore does not interrupt the continuity of the building waterproofing, if provided mark-ups are followed), no waterproofing (membranes or admixtures) is necessary on the retaining walls to protect the building. Arch to define protection of retaining walls. Refer to revised sheet A424 below. J Lorenzo -Torres, Weinstein A+U - 11/18/19 Attachments: RFI 087A - Arch -Civil - Waterproofing -Detail at Exterior Shotcrete Wall JRS KAU R s cmns%p f BY Lydig Construction, Inc. Page 2 of 2 Printed On: 01/20/2020 03:25 PIVI LYDIG PCO #036 Lydig Construction, Inc. Project: 30129-43 - TFS#52 - GCCM 3180 139th Ave SE, Ste 110 15447 65th Ave S Bellevue, Washington 98005 Tukwila, Washington 98188 Phone: (425) 885-3314 Phone:3609072459 Fax: (425) 881-2903 Fax:4258812903 !1rime Contract Potential Change Order #036.- CE #055 - RF1 #091: Arch lr% Waterproofing of Steel Column at GL 2.9,111 TO: City of Tukwila FROM: Lydig Construction, Inc. - Bellevue Office 6200 Southcenter Boulevard 3180 139th Ave SE - Suite 110 Tukwila Washington, 98188 Bellevue Washington, 98005 PCO NUMBER/REVISION: 036/0 CONTRACT- 30129 - Tukwila Fire Station #52 - GCCM Prime Contract REQUEST RECEIVED FROM: CREATED BY: Alex Carey (Lydig Construction, Inc. - Bellevue Off) STATUS: Draft CREATED DATE: 1/20/2020 REFERENCE: PRIME CONTRACT #004 - Change Order #4 CHANGE ORDER: FIELD CHANGE: No LOCATION: ACCOUNTING Amount Based METHOD- SCHEDULE IMPACT: PAID IN FULL: No TOTAL AMOUNT: $293.46 POTENTIAL CHANGE ORDER TITLE: CE #055 - RFI #091: Arch - Waterproofing of Steel Column at GL 2.9/D CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #055 - RFI #091: Arch - Waterproofing of Steel Column at GL 2.9/D Addition of waterproofing to steel column at GL 2.9/D between 100% Design Development and revised waterproofing note to be damproofing. ATTACHMENTS: Ifs 52 - _qqc:m-rfi 091.1-w er roofing of Steel q lumn 2 9 d-2020�0121002�8jf 52 7�.AGCIT-rfi 091-arch qa LgL _yq__ _!AL4tf!W00fnqgo_LsteeI Co-gL2.9—(-LZO—-00-121-QOZ-7-.P-d-L -PCD—#036-SPCombin-qd.df- # Cost Code Description Type Amount 1 03--001-99- - BP-03 - Structures Subcontractor Subcontractor $275.36 Subtotal: $275.36 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's]PA's, and Project Contingency. $0.00 Fee - Sub Tier Work: 4.50% Applies to Subcontractor and Purchase Agreements, $12.39 GL Insurance: 0.75% Applies to all line item types. $ 216 P&P Bond: 0.75% Applies to all line Item types. $2.17 B&O Tax: - 0.47% Applies to all line item types, $ 1.38 Grand Total: $29146 Owner Signature Date Lydig Construction, Inc. Project: 30130-10 - TFS#52 - Self -Perform 3180 139th Ave SE, Ste 110 15447 65th Ave S Bellevue, Washington 98005 Tukwila, Washington 98188 Phone: (425) 885-3314 Phone: (360) 907-2459 Fax: (425) 881-2903 Fax: (425) 881-2903 Prime Contract Potential Change Order #036-SP: CE #055-SP - RFl #091: Arch - Waterproofing of Steel Column at GL 2.9/D TO: City of Tukwila FROM: Lydig Construction, Inc. - Bellevue Office 6200 Southcenter Boulevard 3180 139th Ave SE - Suite 110 Tukwila Washington, 98188 Bellevue Washington, 98005 PCO NUMBERIREVISION: 036-SP / 0 CONTRACT- 1 - Tukwila Fire Station #52 - Self -Perform Prime Contract REQUEST RECEIVED FROM: CREATED BY: Alex Carey (Lydig Construction, Inc. - Bellevue Off) STATUS: Pending - In Review CREATED DATE: 1/20/2020 REFERENCE: PRIME CONTRACT None CHANGE ORDER: FIELD CHANGE: No LOCATION: ACCOUNTING Amount Based METHOD: SCHEDULE IMPACT. PAID IN FULL: No TOTAL AMOUNT. . ........ ------ $275.36 POTENTIAL CHANGE ORDER TITLE: CE #055-SP - RFI #091: Arch - Waterproofing of Steel Column at GL 2.9/D CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #055-SP - RFI #091: Arch - Waterproofing of Steel Column at GL 2.9/D Addition of waterproofing to steel column at GL 2.9/D between 100% Design Development and revised waterproofing note to be damproofing. ATTACHMENTS: CE #055-SP - Tukwila # Cost Code Description Type Amount 1 07-003-99- - Waterproofing Sub Dampproofing of Steel Column Subcontractor $250.00 Subtotal: $250.00 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub'sIPA's, and Project Contingency, $0.00 Fee -'Sub Tier Work: 8.00% Applies to Subcontractor and Purchase Agreements. $2000 GL Insurance: 0,75% Applies to all line Item types. $2.03 P&P Bond: 0.75% Applies to all line item types. $2.04 B&O Tax: = 0.47% Applies to all line Item types. $ 1.29 Grand Total: $275.36 Owner Signature Date 232=3�� Lydig Construction Inland Waterproofing Services, LLC RO. Box 2197, Renton, WA 98056 P.O. Box 2847, Hayden, ID 83835 A AUDDITIONAL PROPOSAL PER RFI 091.1 ATTN: ALEX CARE RE: TUKWILA FIRE STATION #52, TUKWILA, WA Add cost to supply and install BASF Masterseal 615 Dampproofing on steel column at Gridline 2.9 / D, Mobilization included with contracted dampproofing ADD 1 250.00 Excluded: 0 Weatherization • Protection of completed systems • Vapor containment, air extraction at areas outside of our direct scope of work • Night work • Tie back detailing at any non -waterproofed areas • Patching of tie back assumes blocked out, post structural wall detensioned tie backs. Excludes patching that would be required if tie backs are not prepared as described. • Hoisting of material and equipment • Concrete substrate preparation, i.e. shot blast, sacking, grinding, profiling, etc. • Wood lagging and or wood substrate preparation • Layout of elevation and grid lines • Establishing and / or setting of elevations and grade lines • Special cuts in and around paver system unless noted • Paver proposal is based upon standard square layout of paver system unless otherwise noted • Any pre -bent flashing, Door flashing pans, Preformed flashing / counter flashing • Plywood substrate = No treated plywood, %" T & G or better, solid blocking below (by others) • All Waterstop • Excludes neat cut walls • Excludes protection of finishes at finished units • Excludes non typical application i.e. typical is per floor height installation not per wall height installation, 0 Cleaning of existing foundation walls, Removal of existing coating, debris, water, forms, mud, dirt, lumber, etc. from footing areas • Sealing of wall penetration not in place at the time of waterproofing / Dampproofing • Excludes sealing of pavers • Mechanical / electrical link seals and other Waterstop devices at through slab / wall penetrations • Form ties protruding from wall to be removed by others on all waterproofing areas and board insulation areas, Cone ties can be filled at.75 cents each, excludes removal of or cutting ties • Union affiliation and labor • This proposal is good for 30 days Sincerely, GPrtL &-aala Shelley Ourada, Vice -President Inland Waterproofing Services, LLC "Earning your trust, one project at a tinte" LYDIG Lydig Construction, Inc. Project: 30129-43 - TFS#52 - GCCM 3180 139th Ave SE, Ste 110 15447 65th Ave S Bellevue, Washington 98005 Tukwila, Washington 98188 Phone: (425) 885-3314 Phone:3609072459 Fax: (425) 881-2903 Fax:4258812903 Arch - Waterproofing of Steel Column at GL 2.9/D TO: Emma Nowinski (Weinstein A+U) FROM: Alex Carey (Lydig Construction, Inc. - Lauren Rock (Weinstein A+U) Bellevue) Jose Lorenzo -Torres (Weinstein A+U) 3180 139th Ave SE - Suite 110 DATE INITIATED: 11/12/2019 Bellevue, Washington 98005 LOCATION: STATUS: Closed PROJECT STAGE: DUE DATE: 11/19/2019 SUB JOB: COST CODE: COSTIMPACT- TBD SCHEDULE IMPACT: TBD DRAWING NUMBER: 6/A504 SPEC SECTION: LINKED DRAWINGS: REFERENCE: RECEIVED FROM: Don Lehman (Lydig Construction, Inc. - Bellevue Off) COPIES TO: Julie DeDonato (Ancona Projects LLC), Justine Kim (Shiels Obletz Johnsen), Don Lehman (Lydig Construction, Inc. - Bellevue Off), Jose Lorenzo -Torres (Weinstein A+U), Kiel Lunsford (Lydig Construction, Inc.- Bellevue Off), Bryce Marion (Lydig Construction, Inc. - Bellevue Off), Emma Nowinski (Weinstein A+U), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. - Bellevue Off) Clarification is needed for the waterproofing of the steel column below grade shown in detail 6/A504. The steel column at GIL 2.9/D is shown to receive waterproofing per the 90% CD and Construction Set of drawings. Please specify the waterproofing requirements of this column. Attachments: RFI 091 - Arch - Wateroroofino of Steel Column at GL 2.9-D.Pdf Official Response: Jose Lorenzo -Torres (Weinstein A+U) responded on Tuesday, November 12th, 2019 at 4:57PM PST Recommend an asphaltic paint (similar to or the same as what's applied to the concrete foundation) or a butyl tape around the steel column. D. Morrow, SSF - 11/12/19 Attachments: RFI 091 -Arch - Waterproofing of Steel Column at GL 2.9-D SSF Response.pdf All Replies: Recommend an asphaltic paint (similar to or the same as what's applied to the concrete foundation) or a butyl tape around the steel column. D. Morrow, SSF - 11 /12/19 Attachments: RFI 091 -Arch - Waterproofing -D SSF Response.pdf goofijA of Steel Column at GL 2.9 Im DATE COPIES TO 0 Lydig Construction, Inc. Page 1 of 1 Printed On: 01120/2020 04:27 PM LYDIG Lydig Construction, Inc. Project: 30129-43 - TFS#52 - GCCM 3180 139th Ave SE, Ste 110 15447 65th Ave S Bellevue, Washington 98005 Tukwila, Washington 98188 Phone: (425) 885-3314 Phone:3609072459 Fax: (425) 881-2903 Fax:4258812903 Waterproofing of Steel Column at GL 2.9/D TO: Jose Lorenzo -Torres (Weinstein A+U) FROM: Alex Carey (Lydig Construction, Inc. - Lauren Rock (Weinstein A+U) Bellevue) Emma Nowinski (Weinstein A+U) 3180 139th Ave SE - Suite 110 DATE INITIATED: 11/19/2019 Bellevue, Washington 98005 LOCATION: STATUS: Closed DUE DATE: 11/2612019 PROJECT STAGE: SUB JOB: COST CODE: COST IMPACT: TBD SCHEDULE IMPACT: No DRAWING NUMBER: SPEC SECTION: LINKED DRAWINGS: REFERENCE: RECEIVED FROM: COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Don Lehman (Lydig Construction, Inc. - Bellevue Off), Jose Lorenzo -Torres (Weinstein A+U), Kiel Lunsford (Lydig Construction, Inc. - Bellevue Off), Bryce Marion (Lydig Construction, Inc. - Bellevue Off), Emma Nowinski (Weinstein A+U), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. - Bellevue Off) RFI response 091 recommends to use a asphaltic paint similar to what is applied to face of foundations. 07 11 13 - Bituminous Damproofing specification section calls out for BASF MasterSeal 615 on face of footings as submitted in submittal #07 11 13-1. Please provide direction to apply MasterSeal 615 onto the face of the column from top of footing to bottom of SOG at GL 2.9/D. Official Response: Jose Lorenzo -Torres (Weinstein A+U) responded on Tuesday, November 19th, 2019 at 2:23PM PST The use of MasterSeal 615 to all faces of the column from top of footing to bottom of SOG at GL 2.9/D is acceptable based on the recommendation provided on RFI 091. J. Lorenzo -Torres, Weinstein A+U - 11/19/19 Attachments: RFl 091.1 - Waterp fing, of Steel Column at QL 2,90 WAU Response.p f The use of MasterSeal 615 to all faces of the column from top of footing to bottom of SOG at GL 2.9/D is acceptable based on the recommendation provided on RFI 091. J. Lorenzo -Torres, Weinstein A+LI - 11/19/19 Attachments: RFI 091.1 - Waterproofing of Steel Column at QL 2.90 WAU Resoonse.pAf MR DATE COPIES TO Lydig Construction, Inc. Page 1 of 1 Printed On: 01/20/2020 04:28 PM Inland Waterproofing Services, LLC P.O. Box 2197,Renton, Wm98m56 M:Jq:4J�4=ff1p-jiiN" _'—� |v6' RE: TUKWILA FIRE STATION #52, TUKWILA, WA Excluded., ~ VVeathndzaDon ° Protection ofcompleted systems ^ Vapor containment, air extraction mxareas outside ofour direct scope ofwork • Night work ~ Tie back detailing t any non -waterproofed areas °Patching oU walldetensimnodtie backs. Excludes patching that ' would ,ue`required // tie backs are not prepared as described. ° Hoisting material d equipment ° Concrete substrate preparation, i'e'shot blast, sacking, grinding, profi|ing.etc. ° Wood lagging and or wood substratemopanaUon ° Layout of elevation and grid lines ° Establishing and /msetting ofelevations and grade lines " Special cuts inand around paver system unless noted ° Paver proposal lsbased upon standard square layout uf paver system unless otherwise noted " Any pre -bent flashing, Door flashing pans, Prebnnedflashing / counter flashing ^ Plywood substrate=No treated plywood, 1/4"T&Gorbetter, .solid blocking below (by others) ~ *nvvaemmp ° Excludes neat cut walls ° Excludes protection of finishes at finished units ° Excludes non typical application i.e. typical is per floor height installation not per wall height installation, ° Cleaning lumber, etc. from footing areas - Sealing '= wall .penetration not "' place e`the =time ". waterproofing ,"e".pp'"=''u ° Excludes sealing of pavers' ~ Mechanical '' electrical link seals and other Waterstop devices at through slab / wall penetrations ~ Form ties protruding from wall uoberemoved byothers nnall waterproofing areas and board insulation areas, Cone ties can befilled /uJ5cents each, excludes removal ofurcutting ties ^ Union affiliation and labor ° This proposal ingood for z0days Sincerely, ��� ",~.~���~°" Shelley Ourada, Vice -President Inland Waterproofing men,ices, LLC "Earning your trust, one project «'wtime' LYDIG Lydig Construction, Inc. Project: 30129-43 - TFS#52 - GCCM 3180 139th Ave SE, Ste 110 15447 65th Ave S Bellevue, Washington 98005 Tukwila, Washington 98188 Phone: (425) 885-3314 Phone:3609072459 Fax: (425) 881-2903 Fax:4258812903 Arch - Waterproofing of Steel Column at GL 2.9/D TO: Emma Nowinski (Weinstein A+U) FROM: Alex Carey (Lydig Construction, Inc. - Lauren Rock (Weinstein A+U) Bellevue) Jose Lorenzo -Torres (Weinstein A+U) 3180 139th Ave SE - Suite 110 DATE INITIATED: 11/12/2019 Bellevue, Washington 98005 LOCATION: STATUS: Closed PROJECT STAGE: DUE DATE: 11/19/2019 SUB JOB: COST CODE: COSTIMPACT. TBD SCHEDULEIMPACT. TBD DRAWING NUMBER: 6/A504 SPEC SECTION: LINKED DRAWINGS: REFERENCE: XECEIVED FROM: Don Lehman (Lydig Construction, Inc. - Bellevue a rOPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shlels Obletz Johnsen), Don Lehman (Lydig Construction, Inc. - Bellevue Off), Jose Lorenzo -Torres (Weinstein A+U), Kiel Lunsford (Lydig Construction, Inc. - Bellevue Offl, Bryce Marion (Lydig Construction, Inc. - Bellevue Off), Emma Nowinski (Weinstein A+U), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. - Bellevue Off) Clarification is needed for the waterproofing of the steel column below grade shown in detail 6/A504. The steel column at GL 2.9/D is shown to receive waterproofing per the 90% CD and Construction Set of drawings. Please specify the waterproofing requirements of this column. Attachments: RFI 091 - Arch - Wateroroofin of Steel Column at GL 2,9-Dpdf Official Response: Jose Lorenzo -Torres (Weinstein A+U) responded on Tuesday, November 12th, 2019 at 4:57PM PST Recommend an asphaltic paint (similar to or the same as what's applied to the concrete foundation) or a butyl tape around the steel column. D. Morrow, SSF - 11/12/19 Attachments., RFI 091 - Arch- Waterproofing of Steel Column at GL 2.9-D SSE Respqnse.pdf Recommend an asphaltic paint (similar to or the same as what's applied to the concrete foundation) or a butyl tape around the steel column. D. Morrow, SSF - 11/12/19 Attachments: RFI 091 _7� _Arch - Waterproofing of Steel Column at GL 2.9-D SSF Resn----_.pAf BY DATE COPIES TO Lydig Construction, Inc. Page 1 of 1 Printed On: 01/20/2020 04:27 PIVI ffal LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone:3609072459 Fax:4258812903 Waterproofing of Steel Column at GL 2.9/D V TO: Jose Lorenzo -Torres (Weinstein A+U) FROM: Alex Carey (Lydig Construction, Inc. - Lauren Rock (Weinstein A+U) Bellevue) Emma Nowinski (Weinstein A+U) 3180 139th Ave SE - Suite 110 DATE INITIATED: 11/19/2019 Bellevue, Washington 98005 LOCATION: PROJECT STAGE' SUB JOB: COST IMPACT. TBII; DRAWING NUMBER: LINKED DRAWINGS6 STATUS: Closed DUE DATE: 11/26/2019 COST CODE: SCHEDULE IMPACT- No SPEC SECTION: REFERENCE: COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Don Lehman (Lydig Construction, Inc. - Bellevue Off), Jose Lorenzo -Torres (Weinstein A+U), Kiel Lunsford (Lydig Construction, Inc. - Bellevue Off), Bryce Marion (Lydig Construction, Inc. - Bellevue Off), Emma Nowinski (Weinstein A+U), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inca- Bellevue Off) RFI response 091 recommends to use a asphaltic paint similar to what is applied to face of foundations. 07 11 13 - Bituminous Damproofing specification section calls out for BASF MasterSeal 615 on face of footings as submitted in submittal #07 11 13-1 . Please provide direction to apply MasterSeal 615 onto the face of the column from top of footing to bottom of SOG at GL 2.9/D. Official Response: Jose Lorenzo -Torres (Weinstein A+U) responded on Tuesday, November 19th, 2019 at 2:23PM PST The use of MasterSeal 615 to all faces of the column from top of footing to bottom of SOG at GL 2.9/D is acceptable based on the recommendation provided on RFI 091. J. Lorenzo -Torres, Weinstein A+U - 11/19/19 Attachments: RFI 091.1 - Waterproofing of Steel Column at GL 2.90 WAU Response U112T.Mm The use of MasterSeal 615 to all faces of the column from top of footing to bottom of SOG at GL 2.9/D is acceptable based on the recommendation provided on RFI 091. Lorenzo -Torres, Weinstein A+U - 11 /19/19 M DATE Lydig Construction, Inc. Page 1 of 1 Printed On: 01/20/2020 04:28 PM LYDIG PCO #037 Lydig Construction, Inc. Project: 30129-43 - TFS#52 - GCCM 3180 139th Ave SE, Ste 110 15447 65th Ave S Bellevue, Washington 98005 Tukwila, Washington 98188 Phone: (425) 885-3314 Phone:3609072459 Fax: (425) 881-2903 Fax:4258812903 Prime Contract Potential Change Order #037: CE #067 - #120: Civil - Fire Line Restraint Requirements TO: City of Tukwila FROM: Lydig Construction, Inc. - Bellevue Office 6200 Southcenter Boulevard 3180 139th Ave SE —Suite 110 Tukwila Washington, 98188 Bellevue Washington, 98005 PCO NUMBER/REVISION: 037/0 CONTRACT- 30129 - Tukwila Fire Station #52 - GCCM Prime Contract REQUEST RECEIVED FROM: CREATED BY., Alex Carey (Lydig Construction, Inc. - Bellevue Off) STATUS: Pending - In Review CREATED DATE: 1/29/2020 REFERENCE: PRIME CONTRACT None CHANGE ORDER: FIELD CHANGE: No LOCATION: ACCOUNTING Amount Based METHOD: SCHEDULE IMPACT: PAID IN FULL: No TOTAL AMOUNT. $3,665.05 POTENTIAL;CHANGE ORDER TITLE: CE #067 - #120: Civil- Fire Line Restraint Requirements CHANGE REASON: Client Request POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #067 - #120: Civil - Fire Line Restraint Requirements Additional fire line restraints above City of Tukwila standards per the request of City of Tukwila inspector Scott Moore ATTACHMENTS: tfs 52 - ccm-rfi 120-civil - fire line rainrestraint _requi rem e nts-202001 300326.pdf CE #067 - 19-11 TFS52 COP #038 RFI 120 Added Fire Line - Rest"Af # Cost Code Description Type Amount 31-001-99- - Earthwork and Utilities subcontract Pellco COP 038 Subcontractor $3,439.00 Subtotal: $3,439.00 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. $0.00 Fee - Sub Tier Work: 4.50% Applies to Subcontractor and Purchase Agreements. $ 154.76 GL Insurance: 0.75% Applies to all line Item types. $26.95 P&P Bond: 0,75% Applies to all line Item types. $27.16 B&O Tax: = 0.47% Applies to all line Item types. $ 1718 Grand Total: $3,665,05 Owner Signature Date Subcontractor CP Breakdown Summary Tukwila Fire Station 52 Cost Event #: Project No. 30129-43 CP #: 38 SUBCONTRACTOR: PELLCO Construction, Inc. Document#: EWO 4506 Pricing for changes per RFl 120 for added pipe DESCRIPTION OF WORK: restraints. Date: 12/2/2019 I SIIBCONTk46fdR!i"DIR IK, A. DIRECT LABOR COSTS ( Per Cost Breakdown Attached) A. $ 832 B. MATERIAL COSTS ( Per Cost Breakdown Attached) B. $ 2,095 C. EQUIPMENT COSTS ( Per Cost Breakdown Attached) C. $ - D. SUBTOTAL DIRECT WORK (Total A, B, C, and D Above) D. $ 2,928 G. Subtler Subcontractor Cost (Subcontractor Estimates Attached) Direct Cost 2)) $ 1$ 3) 4) $ H. Subtotal Subcontractor Costs $ $ A. Fee on Direct Work (Item E) 15% $ 4 B. Fee on Subtler Subcontractor Direct Costs (Item H) 8% $ - SUBTOTAL (Total of Parts 1, 11, 111 Above) $ 3,367 Liability Insurance (1. 15%) $ 39 9 Bond Costs (1.0%) $ —349 TOTAL (Total of Parts 1, 11, 111, IV Above) COP Cost Breakdown Project Name: Tukwila Fire Station 52 Project No. 30129-43 Contractor: PELLCO Construction, Inc COP Number: Date: Contractor Ref. No. Description Operator Quantity 6 Unit Type HR Labor Material Equipment Total Cost $ 462.30' Unit$ $77:05 Cost $ 462.30 = Unit $ Cost $ Unit $ Cost $ Laborer 6 HR $61.67 $ 370.02 $ $ - $ 370.02" Materials 1 INV $ $2,095.34 $ 2,095.34i $ $ 2,095,34' $ $ $ $ - $ $ $ $ $ $ $ -' $ $ $ $ $ $ $ _ $ $ _ $ - $ - $ $ $ $ $ - $ $ $ $ Freight/Delivery Costs $ $ $ $ - $ _ $ $ - $ - $ - $ $ $ - $ - $ - $ $ Labor Subtotal $ $32.32 $ 2,095.34 $ Foreman $ - $ ,095.34' $ $ - Lead Foreman $ $ Noncraft Labor Total Cost of Work $ $ 832.32 $ - $ 2,927.66 19-11 TFS52 COP #038RFI 120 Added Fire Line Restraints Page of Issued 1/29/2020 O Project Name: Tukwila Fire Station #52 Project No: 30129.43 Contractor: PELLCO Trade$ Position OPERATOR FOREMAN OPERATOR OPERATOR LABOR LABOR TEAMSTER TEAMSTER Rate Schedule Date' UNION 06/01/19 06/01/19 06101//9 06/01/19 Prevailing Wage (incl. Benefits) $ 49.00 $ 45.50 $ 40.36 $ 41A3 1. Hourly Wage Rate $ 49.00 $ 45.50 $ 40,36 $ 41.13 2. Hourly Benefits $ 21.22 $ 21.22 $ 12.08 $ 20A6" SUBTOTAL $ 70.22 $ 66.72 $ 52.44 $ 61.69 $ $ $ $ $ Rate 3. FUI % of 1 080% $ 0.39 $ 036 $ 0.32 $ c` 0.33 $ $ $ $ $ 4. FICA % of 1 6 20% $ 3,04 $ 2,82 $ 2.50 $ 2.55` $ $ $ $ $ 5. MEDICARE % of 1 1.45% $ 0.71 $ 0.66 $ 0.59 $ I' 0,60 $ $ $ $ $ 6. SUI % of 1 (insert correct % to right) 6.63% $ 2.76 $ 2.56 $ 2.27 $ 2,32' $ $ $ $ $ 7. WCIPFAMISICK $ 4.03 $ 3.92 $ 3.55 $ 3.78 $ 2.72 $ 2.90 $: 2.90 $ 2.72 $ 2 90 TOTAL (Intl. payroll taxes) $ 81A5 $ 77.05 $ 61.67 1 $ r 71.16! $ 2.72 1 $ = 2.99 1 $ 2.90 1 $ 2.72 1 $ 290 Overtime @ 1.5x OVERTIME RATES CALCULATE AUTOMATICALLY Hcuriy Wage $ 73.50 $ 68,25 $ 60.54 $ 61,70 S $ Benefits $ 21.22 $ 21.22 $ 12.08 S 20.46 $ S S S S Subtotal $ 94:72 $ 89.47 $ 72,62 $ $2.16 $ $ $ $ $ Taxes:. Lines 3-6 $ 10.35 $ 9.61 $ 8.53 $ 8.69 S - $ - $ - S - S - WC $ 4.03 $ 3.92 $ 3.55 S 178 $ 2.72 $ 2.90 $ 2.90 S Z72 S 2,90 Total $ 109A0 $ 103.00 $ 84;70 S 94,62 $ 2.72 $ 2.90 $ 2.90 $ 2.72 $ 2.90 Double Time @ 2x DOUBLE TIME RATES CALCULATE AUTOMATICALLY Hourly Wage $ 98.00 S 91.00 $ 80.72 $ 82.26 S $ $ S S Benefits $ 21.22 $ 21.22 $ 12.08 $ 20.46 $ $ S S S Subtotal $ 119.22 $ 112.22 S 92.80 $ 102.72 S $ $ $ $ Taxes: Lines 3-6 $ 13.80 5 12.81 $ 11.37 $ 11.58 5 $ $ $ S WC/PFMAI_/SICK $ 4A3 $ 3.92 $ 3.55 $ 3.78 S 2.72 $ 2.90 $ 2.90 $ 2.72 S 2.90 Total S 137:05 $ 128.95 1 $ 107.72 1 $ 118,08 1 $ 2.72 1 $ 2.90 1 $: 2.90 $ 2.72 $ 2.90 OT Premium Portion Only $ 27.95 $ 25.95 $ 23.02 1 S 23.46 1 $ $ $ S S DT Premium Portion Only $ 55.90 $ 51.91 $ 46.04 $ 46.92 $ $ $ S S Form Revised 3/19/2009 Issued 1/29/2020 r r > m m m m m m A A O 0 0 Ci o TNN Tyr CD CO O CD w W o w w C 0 rn Oo .0, C7 n ul n g' o 'Ro cn � cti 0 v 61 C N W n C O O n :3 CD IA CD co C1 tD 41 @o a W 0 C _ � rn o_n D fn cn to EA EA EA EA to Q) 0 mo w c _ CD ca n P N 00 W W N W 00 ` cN.� a) W (fJ O A CO 4 W -- -+ _. (p. W. Q) N" O O ?. 00 O N EA ER EA {09 O o W W Lo W w t7 K 03 uo w w w cOa 3 ]J o m tf? to EA to EA to U4 EA #A EA EA EA <0 tag to tGi 69 (A EN EA iA EA EA 69 69 £A EA 04 >t. II no t2. "+ C 0 i r w N N CVO CY) w Y a W . 0) J GNit : O 00 N 1 4A 69 Eft Efl . 64 . to to 9 fA. 0 �m d w N N w co .4 N O N.W.C.^ N O. 0 .fa U9 w W. -J a'1 N Ja A W Un N toCfl to q EA 'A. EA to EA 44 40 EA : A EA BA 4A iN ER Gf EA 40 0% EA 49 iA to BA. to EA 4A S It 'C co 0 13'!: m d io �' in w Z � o 13036 BEVERLY PARK ROAD MUKILTE0, 0 98275 (425) 265-7211 FAX (425) 265-7215 OUR JOB NAME - "'• JOB N.• # ATE EXTRA WORK TO OUR CONTRACT: TIME AND MATERIALS STRAIGHT TIME RATE OVERTIME RATE CONTRACTOR'S P.O. NO. PREMIUM TIME ONLY p �} DESCRIPTION OF WORK: CE "''n�_ PELLCO CONSTRUCTION, INC IS HEREBY AUTHORIZED TO PROCEED WITH THE WORK AS DESCRIBED - AUTHORIZED BY: CONTRACTOR �. i it .: a # i•.':ui'i- atr a # �rA �''« I. �• :. .faA A: ► }.HE ABOVE ARECORRECT. QIGNED LH.D. FOWLER e COMPANY PO Box 160 * Bellevue, WA * 98009-0160 To: KIM ALSETH From: Ryne Wilmes kima@pellcoconstruction.com Phone: (360) 651-2400 x1 330 PELLCO CONSTRUCTION INC 11/25/19 02:53:46pm 10% Order Acknowledgement Non -Stocks, Special Orders or Engineered items may not be returnable. Those that are returnable are subject to a minimum 25% restock fee. Some orders may also have applicable freight charges not shown on this Order Acknowledgement. —Restraining material is on will call in Bellevue per Jeff Lord. The 8" 612 restraints are 3-4 days out so expect to see those early next week** Your PO; Project: TUKWILA FIRE STATION 52 Ordered By: JEFF LORD Order Date: 11/25/19 Est. Ship Date: 11/26/19 Order #: 06513902 Shipping From: Bellevue Warehouse Ship VIA: WILL CALL Freight Terms: Line# Item Unit Qty Price Ext. Price Tax 1 6" ROMAC GRIP RING ACCESSORY PACK FOR DIP & EA 2 51.01 102.02 T C-900 6.90" (BOXED WITH BLACK LETTERING) 2 3/4" STAR BOLT 4-1/2" LONG EA 20 10.85 217.00 T 3 3/4" CORTEN NUT EA 20 0.93 18.60 T 4 3/4" CORTEN WASHER EA 20 0.72 14.40 T 5 3/4" 304 STAINLESS STEEL ALL THREAD, 12 FT FT 144 10.00 1,440.00 T LENGTH 6 3/4" CORTEN ROD COUPLING,IMPORT EA 11 15.00 165.00 T 8 8" ROMAC STYLE 612 PIPE RESTRAINT - 9.05 EA 2 69.16 138.32 T Total 2,095.34 Freight 0.00 Tax 0.00 Grand Total 2,095.34 LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone:3609072459 Fax:4258812903 Civil - Fire Line Restraint Requirements TO: Emma Nowinski (Weinstein A+U) FROM: Alex Carey (Lydig Construction, Inc. - Lauren Rock (Weinstein A+U) Bellevue) Jose Lorenzo -Torres (Weinstein A+U) 3180 139th Ave SE - Suite 110 DATE INITIATED: 12/02/2019 LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: TBD DRAWING NUMBER: C4.0 LINKED DRAWINGS: RECEIVED FROM: Kim Alseth (PELLCO CONSTRUCTION INC.) Bellevue, Washington 98005 STATUS: Closed DUE DATE: 12/1012019 COST CODE: SCHEDULE IMPACT- TBI SPEC SECTION: REFERENCE: COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Don Lehman (Lydig Construction, Inc. - Bellevue Off), Jose Lorenzo -Torres (Weinstein A+U), Kiel Lunsford (Lydig Construction, Inc. - Bellevue Off), Bryce Marion (Lydig Construction, Inc. - Bellevue Off), Emma Nowinski (Weinstein A+U), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. - Bellevue Off) Clarification is needed for restraint requirements for the fire line 90 degree and 45 degree bends at the southeast corner of the building. 1. City of Tukwila inspector Scott Moore has requested shackle rods on each side of the the 90 degree bend along with megalug and field lock gaskets. Please confirm all three types of restraints are required and if any thrust blocking is required. Due to the location of the fire line and water main, blocking would be up against the water main. 2. City of Tukwila inspector Scott Moore has requested that the 45 degree bends to the east of the 90 degree bend have megalug, field lock gaskets and thrust blocking. Please confirm what type of restraints are required at the 45 degree bends. Attachments: RF1 120 - Civil - Fire Line Restraint Re Official Response: Jose Lorenzo -Torres (Weinstein A+U) responded on Monday, December 9th, 2019 at 4:28PM PST The design was based on NFPA 24 10.6 Restraint. Private fire service mains shall be restrained against movement at changes in direction in accordance with 10.6.1 (ie Thrust Blocks), 10.6.2 (ie ( RJ, MJ, FL, tie rods) or 10,6.3. (welded, etc). In conversation with Scott Moore, he has stated that the City requires two restraint systems. He confirmed with the Fire Marshall. Scott also confirmed that the systems stated above have been installed. As such, the requested changes are more than required by NFPA 24, but we have no objection. M. Servizi 12-05-19 Attachments: RFI 120 - Civil - Fire Line Restraint Requirements - LPD Rqponse.p A "ITURTM =_ The design was based on NFPA 24 10.6 Restraint. Private fire service mains shall be restrained against movement at changes in direction in accordance with 10,6.1 (ie Thrust Blocks), 10.6.2 (ie ( RJ, MJ, FL, tie rods) or 10.6.3. (welded, etc). In conversation with Scott Moore, he has stated that the City requires two restraint systems. He confirmed with the Fire Marshall. Scott also confirmed that the systems stated above have been installed. As such, the requested changes are more than required by NFPA 24, but we have no objection. M. Servizi 12-05-19 Attachments: RFI 120 - Civil - Fire Line Restraint Requirements - LPD Resppnse.pAf Lydig Construction, Inc, Page 1 of 2 Printed On: 01/29/2020 07:26 PM m DATE COPIES TO LydigConstruction, Inc. Page 2of2 Printed On: O1/29/2O2OO7:26 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone:3609072459 Fax: 4258812903 i w • w+ rw • •i '� s. " Ir •: r " '� 1, r TO: City of Tukwila FROM: Lydig Construction, Inc. - Bellevue Office 6200 Southcenter Boulevard 3180 139th Ave SE -Suite 110 Tukwila Washington, 98188 Bellevue Washington, 98005 PCO NUMBER/REVISION: 038 / 0 CONTRACT. 30129 -Tukwila Fire Station #52 - GCCM Prime Contract REQUEST RECEIVED FROM: CREATED BY: Alex Carey (Lydig Construction, Inc. - Bellevue Off) STATUS: Draft CREATED DATE: 1/29 /2020 REFERENCE: PRIME CONTRACT #004 - Change Order #4 CHANGE ORDER: FIELD CHANGE: No LOCATION: ACCOUNTING Amount Based METHOD: SCHEDULE IMPACT, PAID IN FULL: No TOTAL AMOUNT. $2,677.12 POTENTIAL CHANGE ORDER TITLE: CE #068 RFI #097: Arch - Side Sewer Conflict with BF Spread Footing at GL 3.25 and F CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract/s Changed As Follows) CE #068 - RFI #097: Arch- Side Sewer Conflict with BF Spread Footing at GL 3.25 and F Rerouting of side sewer to avoid conflict with braced frame footing. ATTACHMENTS: CE #068 - 19-11 TFS52 COP:#039 RFI 097 Side Sewer Rerout df tfs 52 -_gccm rfi d97-arch - side sewer conflict with bf spread footing at_gi 3_25 and f-202001300329.pdf # Cost Code Description Type Amount 1 31-001-99- - Earthwork and Utilities subcontract Pellco COP #039 Subcontractor $ 2,512.00 Subtotal: $2.512.00 Fee - Self Perform Work: 15.00 % Applies to Labor, Materials, Equipment, other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. $ 0.00 Fee - Sub Tier Work: 4.50 % Applies to Subcontractor and Purchase Agreements. $ 113.04 GLInsurance: 0.75%Applies toall line Item types. $ 19.69 P&P Bond: 0.75 % Applies to all line item types. $19.84 B&O Tax: = 0.47% Applies to all line item types. $ 12.55 Grand Total: $2,677.12 Owner Signature W Subcontractor CP Breakdown Summary Tukwila Fire Station 52 Cost Event M Project No. 30129-43 CP M 39 SUBCONTRACTOR: PELLCO Construction, Inc. Document M EWO 4507 Pricing for changes per RFI 097. Side sewer was in conflict with spread footing. Sewer had to be dug up DESCRIPTION OF WORK: and rerouted A. DIRECT LABOR COSTS D. SUBTOTAL DIRECT WORK I ( Per Cost Breakdown Attached) ( Per Cost Breakdown Attached) ( Per Cost Breakdown Attached) (Total A, B, C, and D Above) G. Subtler Subcontractor Cost (Subcontractor Estimates Attached) 1) 2) 3) 4) H. Subtotal Subcontractor Costs A. Fee on Direct Work (Item E) B. Fee on Subtler Subcontractor Direct Costs (Item H) i'1f SUBTOTAL SUBTOTAL (Total of Parts 1, 11, 111 Above) Liability Insurance (1.15%) Bond Costs (1.0%) TOTAL (Total of Parts 1, 11, 111, IV Above) Date: 12/3/2019 A. $ 1,110 B. $ 500 C. $ 529 D. $ 2.138 Direct Cost Fee $ $ ET72,459 $ 28d$ :2!5 Project Name: Tukwila Fire Station 52 Project No. 30129-43 Contractor: PELLCO Construction, Inc COP Number: Date: Contractor Ref. No. Description Operator Quantity 4 Unit Type HR Labor Material Equipment Total Cost $ 308.20 Unit $ $77.05 Cost $ 308.20 Unit $ Cost $ Unit $ Cost $ - 308 Excavator 4 HR $ - $ $70.43 $ 28112 $ 281.72 Operator 4 HR $77.05 $ 308.20 $ $ - $ 308.20 926 Loader 4 HR $ - $ $61.70 $ 246.80 $ 246.80 Laboer(2) 8 HR $61.67 $ 49336 $ - $ - $ 493.36 Gravel Borrow 16 TN $ - $30.00 $ 480.00 $ $ 480.00 Pipe Materials I Inv $ $20.00 $ 20.00 $ $ 20.00 $ $ $ $ $ $ I $ $ $ $ $ $ $ $ $ Freight/Delivery Costs $ $ $ Labor Subtotal $ 1,109.76 500.00 $ 528.52 Foreman $ - 500=.00 ---1$ 5�2862 Lead Foreman $ Noncraft Labor Total Cost of Work l- Is - ----- I $ ---- 1,109.76 $ 2,138.28 19-11 TFS52 COP #039 - RFI 097 Side Sewer Reroute Page _ of Issued 1/29/2020 Project Name: Tukwila Fire Station #52 Project No: 30129.43 Contractor: PELLCO Form Revised 3/19/2009 Issued 1/29/2020 O Q p r O r O m x m x m x m x m I* 0 0 D D D Y. Q o D A m D D 4-0 x x; DA D . 3 C7 Np CD a oNs Z®o J "M 5 D. ® w O N (! O b CD (® C1 0 0 _ G va cn 3 w n W C fD N o OO !0 _ Cl) to � CD n WR F m C CD O _(-U o. th @ i '-� oCD v 0 o o. ra. - CD CD <A 69 169 .69 En 69 4-A 49 69 4fl 0 3 m a c m "P7 N m W -+• G11 V1 A _CO i77 S. K W N W -4 4 w w w .Ndpa A ✓� Op V W .4. W CD T CD- _ cn in W u :0) w N o O -t> O w &+ 00 2a 0 N. s 16q d-A ifl DW o W 0 W W W CI n N w W Q C] 3 71 0 0Qa a OQo mA m s co fJ4 e4 t» its its 1.9 46 .69 V) fs vs 4A 4A 4A 4A its 'CA fA 4to fA fA fA ft9 '69 EA 4A x o �2.+c 0(�cS ttA [dt N. '�i N N 'J to CTI m a v.,C Y Y Y X i Ln W CY7. `4 0 0 QD N LJl.. m tts- ats 4A 4a 4A -W fA its tW 4rA Q D o P W V N. p V N p W O :OD ® h Co N N .a N N �..C.... to m � N O 0 A Ci7 w M -4 oa N A. 4 07 U7 N. ra 40 44 40 40 44 4A :4A 4J4 :4A 4A 44 40 &A 4d4 64 40 40 404 44 4A 4R to 64 4A 40: 44 4A 40 S _+c0L m O w i p i W m m o m+ 1 1 6 tl p { 1 # ! in 41 in in Q8 W W (D Am OK AUTHORIZATION FORM uLLCO 13036 BEVERLY PARK ROAD MUKILTEO, WA 98275 (425) 265-7211 FAX (425) 265-7215 i CONTRACTOR'S NAME OUR JOB NAME _ %� %rte- '7ct"i 44 . 2- JOB No. DATE " " / • •- Il- • - • a ;. • EXTRA WORK TO OUR CONTRACT: TIME AND MATERIALS STRAIGHT TIME RATE OVERTIME RATE CONTRACTOR'S P.O. NO. PREMIUM TIME ONLY DESCRIPTION OF WORK:W q> eS,:s) ela • • • - • - ; e- a +e •-;a a •- � - e .M r a w r :af a .. • - i aar ,i • sr•a: : -am,•- a • e A a r .. s performed. 110111141 NT; - MI'S ANO .X LYDIG Lydig Construction, Inc. Project: 30129-43 - TFS#52 - GCCM 3180 139th Ave SE, Ste 110 15447 65th Ave S Bellevue, Washington 98005 Tukwila, Washington 98188 Phone: (425) 885-3314 Phone:3609072459 Fax: (425) 881-2903 Fax:4258812903 Arch - Side Sewer Conflict with BF Spread Footing at GL 3.25 and F TO: Jose Lorenzo -Torres (Weinstein A+U) FROM: Alex Carey (Lydig Construction, Inc. - Lauren Rock (Weinstein A+U) Bellevue) Emma Nowinski (Weinstein A+U) 3180 139th Ave SE - Suite 110 DATE INITIATED: 11/14/2019 Bellevue, Washington 98005 LOCATION: PROJECT STAGE: SUBJOB: COST IMPACT: TBD DRAWING NUMBER: C2.0,M201N LINKED DRAWINGS: I STATUS: Closed DUE DATE: 11/22/2019 COST CODE: SCHEDULE IMPACT: TBD SPEC SECTION: IBEFEVENCE- COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Don Lehman (Lydig Construction, Inc. - Bellevue Off), Jose Lorenzo -Torres (Weinstein A+U), Kiel Lunsford (Lydig Construction, Inc. - Bellevue Off), Bryce Marion (Lydig Construction, Inc. - Bellevue Off), Emma Nowinski (Weinstein A+U), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. - Bellevue OM Clarification is needed for the side sewer entering the building at GL 3.251F. The attached overlay shows the mechanical foundation plan with mechanical in red and foundations in blue. The clouded side sewer is shown routing into the building in conflict with the BF spread footing at GL 125/F A potential solution would be to align the side sewer stub into the building with the 6" IN line location shown on M201 S which is just north of GL 2.9. Please advise if the side sewer is to route at the location indicated on C2.0 or reroute around the footing. Attachments: RFI 097 - Arch - Side Sewer Conflict with BF Spread FootingatGL, _3-25_and _FP&f Official Response: Lauren Rock (Weinstein A+U) responded on Tuesday, November 19th, 2019 at 10: 17AM PST Side sewer will be routed around the brace frame footing using two 45-degree bends. Plan sheet C4.0 will be reissued showing this revision along with RFI-083. M. Servizi, LPD 11/19/19 Attachments: RFI 097 -Arch -Side Sewer Conflict with _BF S d Footing LPD Resoonse-p prpa Af _g at GL 3 25 and F Side sewer will be routed around the brace frame footing using two 45-degree bends. Plan sheet C4.0 will be reissued showing this revision along with RFI-083. M. Servizi, LPD 11/19/19 Attachments: RFI 097 - Arch - Side Sewer Conflict with BF I Sp ead-.Eo in a_ t GL_3.25 and F - LPD Resr)onse.,r)df p oting DATE COPIES TO Lydig Construction, Inc. Page 1 of 1 Printed On: 01/29/2020 07:29 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone:3609072459 Fax:4258812903 Prime Contract Potential Change Order #039: CE #069 - RFl #126: Civil - Unsuitable Subgrade at Apparatus Bay TO: City of Tukwila FROM: Lydig Construction, Inc. - Bellevue Office 6200 Southcenter Boulevard 3180 139th Ave SE - Suite 110 Tukwila Washington, 98188 Bellevue Washington, 98005 PCO NUMBER/REVISION: 039/0 CONTRACT. 30129 -Tukwila Fire Station #52 - GCCM Prime Contract REQUEST RECEIVED FROM: CREATED BY., Alex Carey (Lydig Construction, Inc. - Bellevue Off) STATUS: Draft CREATED DATE: 1/29/2020 REFERENCE: PRIME CONTRACT #004 -Change Order #4 CHANGE ORDER: FIELD CHANGE: No LOCATION: ACCOUNTING Amount Based METHOD: SCHEDULE IMPACT. PAID IN FULL: No TOTAL AMOUNT- $12,351.81 POTENTIAL CHANGE ORDER TITLE: CE #069 - RFI #126: Civil - Unsuitable Subgrade at Apparatus Bay CHANGE REASON: Existing Condition POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #069 - RFI #126: Civil - Unsuitable Subgrade at Apparatus Bay RFI #126: Civil - Unsuitable Subgrade at Apparatus Bay Overexcavation of unsuitable soils in the Apparatus Bay and import of structural fill ATTACHMENTS: tfs 52 - gqcm­rfi t26-cLkJI - unsuitable de aLa rtus bay-20200t300342.p� Lf CE 4069 - 19-11 COP 040 —Over ExApp Bay_RFt 126 SUL _S�ubgna_pp,@__ LQ0J2_.pdf Cost Code Description Type Amount 31--001-99- - Earthwork and Utilities subcontract Pellco COP #040 Subcontractor $11.590.00 Subtotal: $11,590.00 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's1PA's, and Project Contingency. $0.00 Fee - Sub Tier Work: 4.501 Applies to Subcontractor and Purchase Agreements. $521.55 GL Insurance: 0.75% Applies to all line item types, $ 90.84 P&P Bond: 0.75% Applies to all line Item types, $ 91.52 B&O Tax: = 0.47% Applies to all line item types. $57.90 Grand Total: $12,351.81 Owner Signature Date Subcontractor CP Breakdown Summary Tukwila Fire Station 52 Cost Event #: Project No. 30129-43 CP #: 40 SUBCONTRACTOR- PELLCO Construction, Inc Document #: A. DIRECT LABOR COSTS B. MATERIAL COSTS C. EQUIPMENT COSTS D. SUBTOTAL DIRECT WORK ( Per Cost Breakdown Attached) ( Per Cost Breakdown Attached) ( Per Cost Breakdown Attached) (Total A, B, C, and D Above) G. Subtler Subcontractor Cost (Subcontractor Estimates Attached) 1) 2) 3) 4) H. Subtotal Subcontractor Costs A. Fee on Direct Work (Item E) B. Fee on Subtler Subcontractor Direct Costs (Item H) SUBTOTAL (Total of Parts 1, 11, 111 Above) Liability Insurance (1.15%) Bond Costs (1.0%) TOTAL (Total of Parts 1, 11, 111, IV Above) A. $ B. $ 11,590 C. $ D. $ 11.590 Direct Cost Fee $ TOTAL COP Cost Breakdown Project Name: Tukwila Fire Station 52 Project No. 30129-43 Contractor., PELLCO Construction, Inc COP Number: Date: Contractor Ref. No. Description EWO 4510 Over Ex UP-1 Quantity 122 Unit Type CY Labor Material Equipment Total Cost $ 5,490.00 Unit Cost $ Unit $ $45.00 Cost $ 5,490.00 Unit $ Cost $ EWO 4513 Structural Fill UP-2 122 CY $ $50.00 $ 6,100.00 $ 6,100.00 $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ Freight/Delivery Costs $ $ Labor Subtotal $ $ 11,590.00 $ Foreman $ $ 11,590.00 $ Lead Foreman $ $ Noncraft Labor Total Cost of Work $ $ $ - $ 11,590.00 19-11 COP 040 - Over Ex App Bay RR 126 Page _ of Issued 1/29/2020 Project Name: Tukwila Fire Station #52 Project No: 30129-43 Contractor: PELLCO Trade& Position OPERATOR FOREMAN OPERATOR OPERATOR LABOR LABOR TEAMSTER TEAMSTER Rate Schedule Date' UNION 06/01/19 06/01/19 06101/19 06/01/19 Prevailing Wage (incl. Benefits) $ 49.00 $ 45.50 $ 40.36 $ 41.13 1. Hourly Wage Rate $ 49.00 $ 45.50 $ 40.36 $ 41.13 2. Hourly Benefits $ 21.22 $ 21.22 $ 12.08 $ 20.46 SUBTOTAL $ ', 70.22 $ 66.72 $ 52.44 $ 61.59 $ $ > $ $ $ Rate 3. FUI % of 1 0.80% $ s 0.39 $ 0.36 $ 0.32 $ ., 0.33r $ $ $ $ $ 4. FICA % of 1 620% $ 3.04 $ 2.82 $ 2.50 $ 2.55' $ $ $ $ $ 5. MEDICARE %of 1 IA5% $ 0.71 $ 0.66 $ 0.59 $ 0.60 $ $ $ $ $ 6. SUI % of 1 (insert correct %do right) 5 631h $ 2.76 $ 2.56 $ 2.27 $ 2.32 $ $ $ $ $ 7; WC/PFAML/SICK $ 4.03 $ 3.92 $ 3.55 $ 3.78 $ 2.72 $ 2.90 $ 2.90" S 2.72 $ 2,90 TOTAL (Incl. payroll taxes) $ 81.15 $ 77.05 $ 61.67 $ i 71.16' $ 2.72 $ 2.90 $ 2.90 $ 2.72 $ 290'' Overtime @ 1.5x OVERTIME RATES CALCULATE AUTOMATICALLY Hourly Wage $ 73.50 $ 68.25 $ 60.54 $ 61.70 $ S $ 5 5 Benefits $ 21.22 $ 21.22 $ 12.08 $ 20,46 $ $ $ S S Subtotal $ 94r72 $ 89.47 $ 72.62 $ $2.16 $ $ $ $ 5 Taxes: Lines 3-6 $ 10.35 $ 9.61 $ 8.53 $ 8.69 S $ $ - S S - WC $ 4.03 $ 3.92 $ 3.55 $ 3.78 $ 2.72 S 2.90 '$ 2.90 S 2.72 S 2.90 Total $ 109.10 $ 103.00 $ 84.70 $ 94.62 $ 2.72 $ 2.90 $ 2.90 $ 2.72 $ L90 Double Time @ 2x DOUBLE TIME RATES CALCULATE AUTOMATICALLY Hourly Wage $ 98.00 $ 91.00 $ 80.72 $ 82.26 $ $ $ S 5 Benefits $ 21.22 S 21.22 $ 12.08 $ 20.46 S S 5 $ S Subtotal $ 119.22 $ 112.22 $ 92.80 $ 102.72 S $ $ $ $ Taxes: Lines 3-6 $ 13.80 $ 12.81 $ 11.37 S 1 t58 -$ S $ $ S WCIPFMAL/SICK S 4.03 S 3.92 $ 3.55 $ 3.78 $ 2.72 '$ 2 90 $ 2:90 $ 2.72 S 2.90 Total $ 137.05 $ 128.95 $ 107.72 $ 118.08 1 $ 2.72 $ 2.90 $ 2:90 $ 2.72 $ 2.90 OT Premium Portion Only $ 27.95 $ 2595 $ 23.02 S 23.46 Ls $ $ S S DT Premium Portion Only $ 55.90 $ 51.91 $ 46.04 $ 4&92 1 S $ $ S S Form Revised 3/19/2009 Issued 1/29/2020 m ® > m ® m > b . p-. m A 0 CD �7 CO N O O CD K CD 1A CA O OD 2 n. CD O N O n O 20 CD OO: DI CD N d C N � Y? C N N CD ?� O O mO. -. q CD ,-0 to n cn w O � C � G m n , �^ . O. C. 0 _: (D 4D 4A 4fl 4A .6I in fw <A 4tn {fl O mo w c Er CDpi oI ca cn cn w en �. st W N co to co W CW77 CD co O) N O O ? co � 07 N in 4A 'n 4fl 0 W w W W W ;o O O 4f! 4f3 44 {.q 61� 44 4A IA iA 1-6 ty4 4(A 60 to 0 404 to 4{3 to 'Go Vf 69 fA Hi fA- 4,4 'to dca x. II T ((DD O O. t C :.:4 ID W 0) ^J Cn O OD N COIL : 0)..O 4A 4A 4A lfl 419 Hen fA 43I 4A 0 m = O O CD _ N d O. CI? A5 O Yir -tl 4 Ln w co -4 m IV di. 00 N *A 40 :4A -W {A -Cq 'A in 60 4fl i!D b4 4A 4N '(4 40 iW HA 'Qd ': ifl 40 44 T !1 c -i W .tea A .fix d* O 40+ IN 6TI Cb CD co #M w 0D (D o v v 0 N d ® Z 3 Q (D °0 w y th S W9 WORK AUTHORIZATION FORM 13036 BEVERLY PARK ROAD MUKILTEO,WA 98275 (425) 265-7211 FAX (425) 265-7215 cons-i-itua, ion, inc OUR JOB NAME t-' wlL e 5 iA 1 act _ AS"°- JOB NO. �I / DATE THIS IS TO AUTHORIZE WORK TO BE PERFORMED AS: (CHECK ONE) EXTRA WORK TO OUR CONTRACT. TIME AND MATERIALS STRAIGHT TIME RATE OVERTIME RATE CONTRACTOR'S P.O. NO. PREMIUM TIME ONLY DESCRIPTION OF WORK: N 11-F m-� q IIIIIII e g} y W *0711 . . a a ■■■■■■■■ � i 13036 BEVERLY PARK ROAD MUKILTEO, WA 98275 (425) 265-7211 FAX (425) 265-7215 CONTRACTOR'S NAME \ i" ' OUR JOB NAME - ' AC- JOB NQ. % - DATE I — t Z, -JCI THIS IS TO AUTHORIZE WORK TO BE PERFORMED AS: (CHECK ONE) EXTRA WORK TO • _ CONTRACT. STRAIGHT OVERTIME RATE PREMIUM TIME ONLY CONTRACTOR'S ..y.: RO. DESCRIPTION OF WORK: _ C lI -'" t'h"• ✓t , + . ,-y f PELLCO CONSTRUCTION, INC IS HEREBY AUTHORIZED TO PROCEED WITH THE WORK AS DESCRIBED. AUTHORIZED BY �z noll r list SIGNED---[DATIE-.Lj 'vnrr LYDIG Lydig Construction, Inc. Project: 30129-43 - TFS#52 - GCCM 3180 139th Ave SE, Ste 110 15447 65th Ave S Bellevue, Washington 98005 Tukwila, Washington 98188 Phone: (425) 885-3314 Phone:3609072459 Fax: (425) 881-2903 Fax:4258812903 Civil - Unsuitable Subgrade at Appartus Bay TO: Jose Lorenzo -Torres (Weinstein A+U) FROM: Alex Carey (Lydig Construction, Inc. - Lauren Rock (Weinstein A+U) Bellevue) Emma Nowinski (Weinstein A+U) 3180 139th Ave SE - Suite 110 DATE INITIATED: 12/05/2019 Bellevue, Washington 98005 LOCATION: STATUS: Closed PROJECT STAGE: DUE DATE: 12/12/2019 SUB JOB: COST CODE: COST IMPACT: TBD SCHEDULE IMPACT- TBD DRAWING NUMBER: SPEC SECTION: LINKED DRAWINGS: REFERENCE: RECEIVED FROM: COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Don Lehman (Lydig Construction, Inc. - Bellevue Off), Jose Lorenzo -Torres (Weinstein A+U), Kiel Lunsford (Lydig Construction, Inc. - Bellevue Off), Bryce Marion (Lydig Construction, Inc. - Bellevue Off), Emma Nowinski (Weinstein A+U), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. - Bellevue Off) The subgrade in the apparatus bay (areas highlighted on the attached) is an unsuitable soil for slab on grade as confirmed by Hart Crowser tech on site 12/3/19. A possible solution to remedy the soil is to overexcavate the unsuitable soil by T below top of subgrade for slab on grade. A layer of Mirafi RS208i is to be installed on the native soils with a V lift of structural fill on top to final subgrade elevation. The structural fill will be able to reach 95% compaction as required for slab on grade. Please confirm to proceed with this solution. Across section of the proposed solution is included on the attachment. Attachments: RFI 126 - Civil - Unsuitable Subarade at Appartus Bay .p A Official Response: Jose Lorenzo -Torres (Weinstein A+U) responded on Friday, December 6th, 2019 at 9:09AM PST The approach is acceptable. However, as recommended by Hart Crowser, if the area will continue to see traffic prior to placement of the floor slab, it is suggested that the contractor place from 6 to 12 inches of additional fill material to help mitigate the disturbance of the permanent fill. J. Lorenzo -Torres, Weinstein A+U 12/06/19 Attachments: RFI 126 - Civil - Unsuitable Subarade altAppagrtus Bay WAU Response.pdf All Replies: The approach is acceptable. However, as recommended by Hart Crowser, if the area will continue to see traffic prior to placement of the floor slab, it is suggested that the contractor place from 6 to 12 inches of additional fill material to help mitigate the disturbance of the permanent fill. J. Lorenzo -Torres, Weinstein A+U - 12/06/19 Attachments: RFI 126 - Civil - Unsuitable Subic at AppgausBay WAVA -Respqnse.p BY DATE COPIES TO Lydig Construction, Inc. Page 1 of 1 Printed On: 01/29/2020 07:42 PM DATE: 2/3/2020 PROJECT NO.: PROJECT NAME: on 18-001 (m) f #u-jriLQ•1L#Lx2,LUL0 CONTRACT CHANGE ORDER NO. 003 BUDGET NO.: 305.98 90830405 CONTRACT NO.: 18-001.2 (m)/ PSP - Fire Station 52 AMENDMENT NO: 013 You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner' and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C: All claims against the "Owner"which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See Attached Exhibit "A" We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date 2-14 Contractor By Title �V -)e cT' 444) v4z�e c'7Z Oriqinal,dntract F'S �2(witout iax) $ 16,029,260.00 V/ APPROVED BY THE CITY OF TUKWILA Previous Change Order FS52 This Change Order FS52 (without tax) REV. CONTRACT AMOUNT FS52 $ 121,385.72 $ 52,788.46 $ 16,203,434.18 LOYiginal Contract Time FS52: 521 days (Dec 17, 2020) Additional Contract Time for this Change Order FS52: 0 days Updated Contract Time FS52: 521 days (Dec 17, 2020) ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) 71=32�= By Mayo '- Deputy City Administrator SOJ Program Director AV" lam !-Z3 -Xt cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File (11/2014) Exhibit "A" CHANGE ORDER- SUMMARY OF CHANGE CITY OF `TU ILA - PUBLIC SAFETY PLAN Project Natne Fire Station 52 CO # 003 Project # 90830402 Contract # 18-001.2 ( Date 2/3/2 TO CONTRACTOR: Lydig Construction 3180 139th Ave SE, Ste 110 Bellevue, OVA 98005 Reason COP/CCD # Description Code amount COP 004 CE #016 - RFI #025: PRIORITY - Struct - Wall #8 Clarifications. Redesign of DC $6,488.88 wall #8 footing per structural redesign as clarified in RFI 025. Cost impacts to Lydig subcontractor Morse to reorder reinforcing: steel for revised detail. COP 009 CE #036 - RFI #058:- Civil - Footing Drains at Detention Vault. Pricing for DC $14,194.46 RFI 058 - Added footing drain and rock section at detention vault. COP 020 CE #046 = RFI #067:. Struct - Shotcrete Mix Design Clarifications. Cost DC $10,681.76 impact includes unspecified shotcrete waterproof admixture that was excluded during the bid process. COP 021 CE #051 -RFI #072: Civil/Struct - Storm Drain Piping through Spread DC $1,828.79 Footings. Pricing for changes to storm drainage per RFI 072 - Additional storm piping and added cleanout to route around building footing. COP 029 CE #052 - RFI #078: Civil - Manhole Conflict with 5'xI0' Access Riser at DC $332.51 Detention Vault. Cost associated with replacing/setting of the access riser at the detention vault to avoid the manhole conflict per RFI 078. COP 030 CE #058 - RFI #083: PRIORITY - Civil/Mech - Water Utility Clarifications DC $7,271.49 and Conflicts with Spread Footings. Pricing associated with piping changes per RFI083 response. COP 031 CE #059 - RFI #082.1: Civil - Detention Vault Vent Pipe Grates. Pricing for DC $2,290.26 vent pipes and locking grates per RFI 082. COP 033 CE #032 - RFI #050: Struct - Overexcavation of GL 8 and Shoring Wall #1 UFC $8,762.51 Conflict. Cost impacts include overexcavation of building footings, and pouring of CDF at GL 8 to account for changes in differential settlement as outlined in RFI 050. COP 034 CE #057 - RFI #102: Struct - Electrical Conduits in Moment Frame Footing at DC $937.80 GL 7/E.5. Structural footing depth increased to accommodate piping changes required by structural. Lydig Change Order No. 00 $52,788.46 LYOIG PCO #004 Lydig Construction, Inc. Project: 3012943 - TFS#52 - GCCM 3180 139th Ave SE, Ste 110 15447 65th Ave S Bellevue, Washington 98005 Tukwila, Washington 98188 Phone: (425) 885-3314 Phone:3609072459 Fax: (425) 881-2903 Fax:4258812903 Prime Contract Potential Change Order #004: CE #016 - RFI PRIORITY - Struct - all #8 Clarifications TO: City of Tukwila FROM: Lydig Construction, Inc. - Bellevue Office 6200 Southcenter Boulevard 3180 139th Ave SE - Suite 110 Tukwila Washington, 98188 Bellevue Washington, 98005 PCO NUMBER/REVISION: 004/0 CONTRACT, 30129 -Tukwila Fire Station #52 - GCCM Prime Contract REQUEST RECEIVED FROM: CREATED BY: Kiel Lunsford (Lydig Construction, Inc. - Bellevue Off) STATUS: Draft CREATED DATE: 11120/2019 REFERENCE: PRIME CONTRACT None CHANGE ORDER: FIELD CHANGE: No LOCATION: ACCOUNTING Amount Based METHOD: SCHEDULE IMPACT: PAID IN FULL: No TOTAL AMOUNT: $6,488.88 POTENTIAL CHANGE ORDER TITLE: CE #016 - RFI 4025: PRIORITY - Struct - Wall 48 Clarifications CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #016 - RFI #025: PRIORITY - Struct - Wall #8 Clarifications Redesign of wall #8 footing per structural redesign as clarified in RFI 025. Cost impacts to Lydig subcontractor Morse to reorder reinforcing steel for revised detail. ATTACHMENTS: QE_#01�-$P Mor�e&Q#ZpAf _904SP. pdL CostCocle I Description Type Amount E03-001-99- - BP-03 - Structures Subcontractor I Resteel Changes for wall change Subcontractor $ 6,088V Subtotal: $6,088.67 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. $0.00 Fee - Sub Tier Work: 4.50% Applies to Subcontractor and Purchase Agreements. $273.99 GL Insurance: 0.75% Applies to all line item types, $47.72 P&P Bond: 0.75% Applies to all line Item types. $48.08 B&O Tax: = 0.47% Applies to all line item types. $30.42 Grand Total: $6,488.88 Owner Signature Date Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 Project: 30130-10 - TFS#52 - Self -Perform 15447 65th Ave S Tukwila, Washington 98188 Phone: (360) 907-2459 Fax: (425) 881-2903 !"Arne Contract Potential Chanae Order #004SP: CE #004-SP . RFl #025 - Struct - Wall TO: City of Tukwila FROM: Lydig Construction, Inc. - Bellevue Office 6200 Southcenter Boulevard 3180 139th Ave SE - Suite 110 Tukwila Washington, 98188 Bellevue Washington, 98005 PCO NUMBER/REVISION: 004SP 0 CONTRACT* I - Tukwila Fire Station #52 - Self -Perform Prime Contract REQUEST RECEIVED FROM: CREATED BY: Kiel Lunsford (Lydig Construction, Inc. - Bellevue Off) STATUS: Pending - In Review CREATED DATE: 11/20/2019 REFERENCE: PRIME CONTRACT None CHANGE ORDER: FIELD CHANGE: No LOCATION: ACCOUNTING Amount Based METHOD: SCHEDULE IMPACT: PAID IN FULL: No TOTAL AMOUNT. $6,088.67 POTENTIAL CHANGE ORDER TITLE: CE #004-SP - RFI #025 - Struct - Wall #8 Clarifications CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #004SP - RFI #025 - Struct -Wall #8 Clarifications ATTACHMENTS: # I Cost Code I Description Type Amount 1 1 03--902-99- - Rebar Sub Wall 7 and 8 rebar changes Subcontractor $5,528.00 Subtotal: $5,528.00 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's1PA's, and Project Contingency, $0.00 Fee - Sub Tier Work: 8,00% Applies to Subcontractor and Purchase Agreements. $442.24 GL Insurance: 0.75% Applies to all line Item types. $44.78 P&P Bond: 0.75% Applies to all line item types. $45,11 B&O Tax: = 0.47% Applies to all line Item types. $28.54 Grand Total: $6,088.67 Owner Signature Date Fw` rm- 1PROJECT: CHANGE ORDER #2 Tukwila Fire Station #52 JOB #: 4600 ATTN: Lyclig - Alex Carey DATE: 9/13/2019 REFERENCE: Site Wall design changes (EOR Comments, CD set 08/27/19, RFI-025) DESCRIPTION: # DESCRIPTION ITEM #1 REBAR SUPPLY Redesign of site wall per FOR comments on RW-1-01 submittal drawings notes dated 07/22/19 (03 20 00-1-0 SSF Review), Changes to site wall #8 per CD sheets SH202, SH301, and SH302 dated 08/27/2019; changes include footing size, wall profile, and footing key change. Also encompasses changes per RFI -025 dated 09/06/19 to the site retaining walls. UAN. UNIT PRICE EA SUB TOTAL 2,290 LBS. $ 0.62 $ 1,420 ITEM #2 REBAR PLACING 24.0 HOURS $ 88 $ 2,112 ITEM #3 DETAILING, P.M. 15.0 HOURS $ 75 1,125 ITEM #4 DELIVERY ALL $ 150 $ iso ITEM #5 PT MATERIAL ALL $ - $ ITEM #6 PT PLACING - HOURS $ 88 $ ITEM #7 STUDRAILS ALL $ $ ITEM #8 MESH SHEETS $ $ ITEM #9 MESH PLACING HOURS $ 88 $ ITEM #10 1 MISC. COST ALL $ SUBTOTAL (ITEMS #1410) $ 4,807 15% PROFIT & OVERHEAD $ 721 TOTALCOST 5528 Please sign your acknowledgement and acceptance of this change order. This form is required for us to proceed with fabrication of material. Company Signature I LYDIG PCO #009 Lydig Construction, Inc. Project: 30129-43 - TFS#52 - GCCM 3180 139th Ave SE, Ste 110 15447 65th Ave S Bellevue, Washington 98005 Tukwila, Washington 98188 Phone: (425) 885-3314 Phone:3609072459 Fax: (425) 881-2903 Fax:4258812903 Prime Contract Potential Change Order #009: CE #036 - RFl #058: Civil - in Drains at Detention Vault TO: City of Tukwila FROM: Lydig Construction, Inc. - Bellevue Office 6200 Southcenter Boulevard 3180 1 39th Ave SE - Suite 110 Tukwila Washington, 98188 Bellevue Washington, 98005 PCO NUMBER/REVISION: 009/0 CONTRACT: 30129 - Tukwila Fire Station #52 - GCCM Prime Contract REQUEST RECEIVED FROM: CREATED BY. Kiel Lunsford (Lydig Construction, Inc. - Bellevue Off) STATUS: Pending - In Review CREATED DATE: 11120/2019 REFERENCE: PRIME CONTRACT None CHANGE ORDER: FIELD CHANGE: No LOCATION: ACCOUNTING Amount Based METHOD: SCHEDULE IMPACT: PAID IN FULL: No TOTAL AMOUNT. $14,194.46 POTENTIAL CHANGE ORDER TITLE: CE #036 - RFI #058: Civil- Footing Drains at Detention Vault CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #036 - RFI #058: Civil - Footing Drains at Detention Vault Pricing for RFI 058 - Added footing drain and rock section at detention vault REVISED: Revisions include the following responses to comments provided from PCO Review - responses are in bold italics: REVISED PRICING FILES INCLUDE: Marc Servizi Comments: I used the Phase 1 Set, latest Rev 8/2/19. The Plan views on both Civil and Structural do not shown foundation drain, but it is clearly shown on the Civil and Structural Wall Sections. While the plans are not perfect, it is not arguable that a foundation pipe and bedding backfill are part of the project. The Structural plans, in particular, show it on all four walls. Since the vault footing drain was not shown on any plan views and the rest of the footing drains were It made the drawings rather ambiguous. Aside from that, installing the footing drain per the detail in RFI 58 response required greater effort than the other drains due to the section of drain rock going all the way up the vault walls. As opposed to just placing a section of drain rock around the drain and then backfilling the rest of the way, it has to be done in stages alternating between materials. The time needed to place the rock section contributed to large portion of PELLCO's costs. Lydig Construction, Inc. page 1 of 2 Printed On: 1/22/ 2020 10:05 PM LYDIG In the spirit of cooperation l went ahead and removed the material costs for the drain and reduced the crew time. I've attached the updated pricing. Please let me know if you have any other questions or would like to discuss further. Thank you, Kim Alseth ATTACHMENTS: 19-11_TFS52 COP #009 rev IFootin-gDrain and wRock @a_t34x1s.pdf_ _ffs 52 gccm-f -058-civil % footing drains at detention vault- 201911202001.pdf CE #036-_.19-11 f F552 COP #009_1 Footing (Grain and Rocleu@ DV.PDF Cost Code Description Type Amount 1 31-001-99-rEarthwork and Utilities subcontract Addition of footing drains at detention vault Subcontractor $ 13,319.00 Subtotal: $13,319.00 Fee -Self Perform Work:15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's1PA7s, and Project Contingency. $ 0.00 Fee - Sub Tier Work: 4.50 % Applies to Subcontractor and Purchase Agreements. $ 599.36 GL insurance: 0.75 % Applies to all line item types. $ 104.39 P&P Bond: 0.76 % Applies to all line item types. $ 105.17 B&O Tax: = 0.47% Applies to all line Item types. $ 66.54 Grand Total:. $14,194.46 Owner Signature Date Subcontractor CP Breakdown Summary Tukwila Fire Station 52 Cost Event #: Project No. 30129-43 CP #: 9 Revl SUBCONTRACTOR: PELLCO Construction, Inc Document#: RFI 058 Pricing for RFI 058 - Added footing drain and rock DESCRIPTION OF WORK: section at detention vault Date: 10/23/2019 . .... ... A. DIRECT LABOR COSTS Per Cost Breakdown Attached) A. $ 2,638 B. MATERIAL COSTS Per Cost Breakdown Attached) B. $ 6,240 C. EQUIPMENT COSTS Per Cost Breakdown Attached) C. $ 2,459 D. SUBTOTAL DIRECT WORK (Total A, B, C, and D Above) D. $ 11,338 G. Subtier Subcontractor Cost (Subcontractor Estimates Attached) Direct Cost Fee 1) $ 2) $ 3) 4) H. Subtotal Subcontractor Costs A. Fee on Direct Work (Item E) B. Fee on Subtier Subcontractor Direct Costs (Item H) SUBTOTAL (Total of Parts 1, 11, 111 Above) Liability Insurance (1.15%) Bond Costs (1.0%) TOTAL (Total of Parts 1, 11, 111, IV Above) $ 15% $ 1,701 8%. $ $ 13,K8] $ 150 $ 130 0 COP Cost Breakdown Project Name: Tukwila Fire Station 52 Project No. 30129-43 Contractor: PI LLCO Construction, Inc, COP Number:, 9 Rev1 Date: ' 1012312019 Contractor Ref. No. Description Quype t12HR nit Labor Material Equipment Total Cost $ 973.80Operator Unit $ $81.15 Cost $ 973.80 Unit $ Cost $ Unit$ Cost $ Operator' Foreman R $77.05 $ 924.60 ` $ $ $ 92460 Laborer HR $61.67 $ 740.04 $ $ - $ 740.04' Loader 926 12 HR $ $ '.' $61.70 $' 740.40 $ 740A0 Crew Truck 12 HR $ - $ $24.68 $ 29616 $ 296.16 320 Ex 12 HR $ - $ $118.56 $' 1,422.72 $ 1,422.72' Pipe Materials- 0 LF $ - $0.96 $ $ - $ Cleanout Materials 0 EA $ - $61.01 $ - $ - $ Drain Rock Section 156 TNS $ - $40.00 $ 6,240.00 $ $ 6,240.00' $ $ $ $ Is $ l - $ $ $ - $ $ $ $ - $ $ - $ Freig ht/Del !very Costs $ $ - $' $ ± $ $ - $I $ - $ $ $ $ $ - $ $ Labor Subtotal $ 2,638.44 $ 6,240.00 $ 2,459.28 Foreman $ - $ 6,240.00 I $s 2,459.28 $ Lead Foreman $ $ Noncraft Labor Total Cos of Work $ $ 2,638.44 $ $ 11,337:72 t 9_11 TF.QR7 cnc snna —I P—in M—;; ....a e-. n nv D— ,.f i--q IMAM n Project Name: Tukwila Fire Station#52 Project No: 30129.43 Contractor: PELLCO Trade & Position OPERATOR FOREMAN OPERATOR OPERATOR LABOR LABOR TEAMSTER TEAMSTER- Rate Schedule Date" UNION 06/01/19 06/01/19 06/01/19 06/01/19 Prevailing Wage (incl. Benefits) $ 49.00 $ 45,50 $ 40.36 $ 41.13 1. Hourly Wage Rate $ 49.00 $ 45.50 $ 40.36 $ 41.13 2. Hourly Benefits $ 21.22 $ 21.22 $ 12.08 $ 20.46 SUBTOTAL $ 70.22 $ 66.72 $ 5244 $ 6159 $ $ $ $ $ Rate 3. FUI % of 1 0.80% $ 0.39 $ 0.36 $ 032 $ 0.33 $ $ $ $ $ 4. FICA % of 1 6.20% $ 3.04 $ 2.82 $ 2 50 $ 2,65 '$ $ $ $ ! $ 5. MEDICARE % of 1 1.45% $ 0.71 $ 0.66 $ 0.59 $ 0.60 $ $ $ $ $ 6.-SUI % of 1 (insert correct % to right) 6:63% $ 2.76 $ 2.56 ` $ 227 $ 2.32 '$ $ $ $ $ 7.WC/PFAML/SICK $ 4.03 $ 3.92 $ 3.55 $ 3,78 $ 2.72 $ 2,90 $ 2,90 $ 2,72 $ 2.90 TOTAL (Intl payroll taxes) $ 81.15 $ 77.05'; $ 61X7 $ 71.16 $ 2.72 $ 2.90 'i$ 2.90 $ 2.72 $ 2.90 Overtime @ 1.5x OVERTIME RATES CALCULATE AUTOMATICALLY HOUrly Wage S 73.50 $ 68.25 $ 60.54 $ 6110 $ $ $ S 5 Benefits $ 21,22 S 21.22 $ 12,08 $ 20A6: $ $ $' $ S Subtotal $ 94.72 $ 89.47 $ 72.62 $ 82.16 $ $ $ $ $ Taxes: Lines 3-6 $ 10.35 $ 9.61 $ 8.53 S 8.69 S $ $ $ S WC S 4,03 $ 3.92 $ 3.55 $ 3.78 $ 2.72 $ 2.90 $ 2,90 S 232 S 2.90 Total $ 109.10 $ 1Q3.00 $ 84:70 $ 94.62 $ 2.72 $ 2:90 $ 2.90 $ 2.72 $ 2.90 Double Time @-2x DOUBLE TIME RATES CALCULATE AUTOMATICALLY HOUrly Wage $ 98.00 S 91.00 $ 80.72 $ 82.26 $ $ $ S S Benefits $ 21.22 S 21.22 S 12.08 S 20A6 S $ $ $ S Subtotal $ 119.22 $ 112.22 $ 92.80 $ 102.72 $ $ $ $ $ Taxes: Lines 3.6 S 1180 $ 12.81 $ 11.37 $ 11,58 S S $ 5 S WC/PFMAL/SICK $ 4.03 $ 3.92 $ 3,55 S 3:78 S 2.72 $ Z90 $ 2.90 S 2.72 S 2,90 Total 05 $ 137.8:08 $ 128:95 $ 107.72 S 11 $ 2,72 $ 2.90 1 $ 2.!?J $ 2.72 $ 2.90 OT Premium Portion Only $ 27:95 S 25,95 $ 23.02 S 23.46 $ $ $ S S DT Premium Portion Only $ 55.90 S 51.91 $ 46:04 1 $ 46,92 S $ $ S - S - 0 0 X 0 0 x 0 0 x x x x N r- M M > m > m 0 c) < C) < C) - ;o ;a 3 0 c O to fli 0 0 n CD =r 0 0' 4 3 C) CD 0 CD m U) q cn 0 (D -' 0 'a 0 0po ?a =:R CD a) 0 cr SU fQ tU w 0 (D 0 cn tD CL U) 0 0Cn 0 0 a 5' CD SD 4A En -en Ebn EA EA EA (A 6 OK m - E . 5 r-e.,Z -n al M W . w -4 0 OD w OD - 0 0) p w to p 6 N -P, :14 OD 9) -s' p w CD w CD w 0) N) CD I C) A00 0) N. fn fn -R 4A =r (D 0 03 C:) 3 i0. 00 w m w bo CD W 69 619 6s I�A 614 EA 1-6 EA 4A 6q io to EA EA 4A 4A 69 (11) 6e (A 4A (A 6s 69 EA 4A Ed) 69 x II ;o i0 m tg� + q 0 =1 fS f. '4 . W !. W N (D , M p r.) m C,D C>L fy) to <n fA (A 4f) 6q fA (A 0 C.),o 3: 0 w mN) co oo 4 m 0 si to 4A .fA 49 46 44 4A 4A 4W JA 46 44 44 4A Gq Lq 40 <A Vf 4A 40 4a to VA 40 VW 44 4A I -A 3: 0 If a I =. 0 + -4 P 0A " m 0 $4 4 Pory Fo a 40 0 CD 10 Qf :Fl 0 . -4 . ch lo, �P,, co F Labor $3,100 Material $7,300 Equipment $2,900 Total ROM $13,300 $3,074 $7,270 $2,865 $13,208 LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone:3609072459 Fax:4258812903 Prime Contract Potential Change Order #020: CE #046 - RFI#067: Struct - Shotcrete Mix Desian Clarifications C*Iy of Tukwila FR•' a onstruction, Inc. - Bellevue Office 6200 Southcenter Boulevard 3180 139th Ave SE - Suite 110 Tukwila Washington, 98188 Bellevue Washington, 98005 PCO NUMBER/REVISION: 020/0 CONTRACT- 30129 - Tukwila Fire Station #52 - GCCM Prime Contract REQUEST RECEIVED FROM: CREATED BY: Alex Carey (Lydig Construction, Inc. - Bellevue Off) STATUS: Draft CREATED DATE: 11/20/2019 REFERENCE: PRIME CONTRACT #003 - Change Order #3 CHANGE ORDER: POTENTIAL CHANGE ORDER TITLE: CE #046 - RFI#067: Struct - Shotcrete Mix Design Clarifications CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #046 - RFI#067: Struct - Shotcrete Mix Design Clarifications Cost impact includes unspecified shotcrete waterproof admixture that was excluded during the bid process. ATTACAMEATS: REI 067-j?4f _RQ0 020-SP.Pdf Code Description Type Amount [Cost EO3-001-99- - BP-03 - Structures=Subcontractor Subcontractor $10,022.96 Subtotal: $10,022.96 Fee- Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PXs, and Project Contingency. $0.00 Fee - Sub Tier Work: 4.50% Applies to Subcontractor and Purchase Agreements. $451.03 GL Insurance: 0.76% Applies to all line Item types. $ 78,55 P&P Bond: 0.75% Applies to all line Item types. $79.14 B&O Tax: - 0.47% Applies to all line item types. $50.08 Grand Total: $10,681.76 Owner Signature Date O CD 0 -4 �69 ri N N) PD 4- 91 w I CD LO m C) (0 '72 t..) a P) w C) co 0) C 0 W 4A T P 0 as -en K) N. N 4� IV 90 C) (D QS CD 400 CD 4 .60 � 4 p � 4 � C M c 0 CL a 0 0 0 0 > z m m !i •m (D < m z m 0 I < r m z m 0 0 'a -t z 0 0 :E j M i,-3 C) m E 0 i13 R C) cn 0 CD I Cf) n T m -V Ca LI) r 0 CY) cif. N) N) < 4 OD 00- to 0 C? OD CD (D Lo 27 CD 'c :�= (n= " �amo (D U) to 00 n. Cf)O C) "n ul C) cn CL 0 ti CD 0 = Cl) 0 0 0 @ to M a x o tip 03 m 0 0 0 0 > (D ®h 0— 0 wCD 0 0 CD CD cD 0 3 CD a ro ea SUPERIOR GUNITE COMPANY ATTN: Alex Carey From: Michael Ricci Date: i 3/1-9 11 /19/19 Re: RFl 067 Shotcrete Mix Design Clarifications (Add Hycrete) ro If IM W W - 901 U #14 14 14 W 90-1 G --&I I I LU ;I I W N.+ . This letter is to provide official notification of a contract change as follows: Addition of Hyrcrete concrete waterproofing admixture to shotcrete mix for use at *b4@44 interior *&-exte4G+ wall locations and nozzleman qualification mock up. Note the unit price for Overbreak (material installed in excess of design thickness) is to be extended by an additional $151.5 per CY. [611--isitgorg Ile] L&NI&J nalfojFA Total Extension of Proposed Change to Cohtract� Acknowledged/Accepted by: Print Name: M =** Ltd Michael Ricci SUPERIOR GUNITE 833 S. Director St., Seattle, WA 98108 (206) 612-5443 www.shotcrete.com Michael.Ricci &shotcrete.com 940 Doolittle Drive, San Leandro, CA 94577 - Phone: (510) 568-8112 Fax: (510) 568-1601 12306 Van Nuys Blvd, Lakeview Terrace, CA 91342 - Phone: (818) 896-9199 Fax- (818) 896-6699 833 South Director, Seattle, WA 98108 - Phone: (206) 767-2445 Fax: (206) 767-2335 LYDIG Lydig Construction, Inc. Project: 30129-43 - TFS#52 - GCCM 3180 139th Ave SE, Ste 110 15447 65th Ave S Bellevue, Washington 98005 Tukwila, Washington 98188 Phone: (425) 885-3314 Phone:3609072459 Fax: (425) 881-2903 Fax:4258812903 Struct - Shotcrete Mix Design Clarifications TO: Emma Nowinski (Weinstein A+U) FROM: Alex Carey (Lydig Construction, Inc. - Lauren Rock (Weinstein A+U) Bellevue) Jose Lorenzo -Torres (Weinstein A+U) 3180 139th Ave SE - Suite 110 DATE INITIATED: 10/28/2019 Bellevue, Washington 98005 LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: TBD DRAWING NUMBER: LINKED DRAWINGS' RECEIVED FROM: Michael Ricci (Superior Gunite, Inc.) STATUS: Closed DUE DATE: 11/04/2019 COST CODE6 SCHEDULE IMPACT. TBD SPEC SECTION: REFERENCE: COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Don Lehman (Lydig Construction, Inc. - Bellevue Oft), Jose Lorenzo -Torres (Weinstein A+U), Kiel Lunsford (Lydig Construction, Inc. - Bellevue Off), Bryce Marion (Lydig Construction, Inc. - Bellevue Off), Emma Nowinski (Weinstein A+U), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. - Bellevue Off) Clarification is needed for the shotcrete mix design, Section 03 37 13 2.6 A.3 states to add waterproofing admixture at manufacturer's prescribed rate. Please confirm type of waterproofing admixture to be used; Kryton Krystol Interal Membrane was submitted in submittal 03 37 13-1. Please confirm locations where waterproofing admixture is needed (all locations, interior wall at GL 8, or exterior wall locations). Please confirm that waterproofing is to be added at 2% by weight of cementitious materials as shown in Kryton technical data sheet. Attachments: RFI 067 - Struct - Shqtcrete Mix Design Clarifications. f lix�g _ _ PA Official Response: Jose Lorenzo -Torres (Weinstein A+U) responded on Thursday, October 31st, 2019 at 2:19PM PDT JRS COMMENTS (AHN; 10/31/19): JRS understands the waterproofing admixture is intended for the exposed concrete along gridline 8. Therefore the admixture should be included at least up to the exposed portion of this wall. For shotcrete applications, JRS recommends using a hydrophobic admixture, such as Hycrete System W, rather than hydrophilic admixtures, such as Kryton Krystol. Mix rate should be per the admixture manufacturer. Attachments: RFI 0677 - Struct - SShotcrqte_Mix Design Clarifications JRS- I03119.pdf M. IM91:11472te� Lydig Construction, Inc. Page 1 of 1 Printed On: 11/21/2019 10:13 AM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone:3609072459 Fax:4258812903 Prime Contract Potential Change Order 1; CE #051- RFl 7 ivil/- truct - Storm Drain Piping through re Footings TO: City of Tukwila FROM: Lydig Construction, Inc. - Bellevue Office 6200 Southcenter Boulevard 3180 139th Ave SE -Suite 110 Tukwila Washington, 98188 Bellevue Washington, 98005 PCO NUMBER/REVISION: 021 / 0 CONTRACT 30129 -Tukwila Fire Station #52 - GCCM Prime Contract REQUEST RECEIVED FROM: CREATED BY: Alex Carey (Lydig Construction, Inc. - Bellevue Off) STATUS: Draft CREATED DATE: 11/21 /2019 REFERENCE: PRIME CONTRACT None CHANGE ORDER: POTENTIAL CHANGE ORDER TITLE CE #051 - RFI #072: Civil/Struct -Storm Drain Piping through Spread Footings CHANGE REASON: Design Development POTENTIAL CHANGE ORDER: DESCRIPTION: (The Contract Is Changed As Follows) CE #051 - RFI #072: Civil/Struct-Storm Drain Pipinq through Spread Footings ATTACHMENTS: CE #051-19-11 TFS52 COP #020 - RFI #072 Route Storm Around - Foot------- f_ # Cost code Description Type Amount 1 31-001-99- - Earthwork and Utilities subcontract Reroute Sp around Spread Ft9s Subcontractor $1,716.00 Subtotal: $1,716.00 Fee - Self Perform Work: 15.00 % Applies to Labor, Materials, Equipment, Other, overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. $ 0:00 Fee - Sub Tier Works 4.50°f Applies to Subcontractor and Purchase Agreements. $ 77.22 GL Insurance: 0.75 % Applies to all line Item types. $ 13.45 P&P Bond: 0.75%Applies to all line item types. $ 1155 B&O Tax: = 0.47 % Applies to all line item types, $ 8.57 Grand Total: $1;828.79 Owner Signature TOTAL (Total of Parts I, II, III, IV Above) 1,716 0 COP Cost Breakdown Project Name: Tukwila Fire Station 52 Project No, 30129-43 Contractor: PELLCO Construction, Inc COP Number: Date: Contractor Ref. No. Description Operator Foreman Quantity . 2 Unit _.Type HR Labor Material Equipment Total Cost $ 142.30 Unit $ $71.15 Cost $ 14230 Unit $ Cost $ Unit $ Cost $ - 320 Excavator 2 HR $ - $ $118.56 $ 237,12 $ 237.12 Operator 2 HR $77.05 $ 154.10 $ $ - $ 154.10 926 Loader 2 HR $ - $ $61.70 $ 12140 $ 12140 Laborer 2 HR $61.67 $ 123.34 $ $ - $ 12134 Laborer 2 HR $61 .67 $ 123.34 $ $ - $ 123.34 F-450 Crew Truck 2 HR $ - $ $24.68 $ 49.36 $ 49.36 8 inch SDR 35 14 LF $ - $3.51 $ 4914 $ - < $ 49.14 Cleanout 1 Ea $ - $242.78 $ 242.78 $ - $ 242.78. Pipe Fitting I LOT I $ - $45.99 $ 45.99 $ - $ 45.99 Dump Spoils 2 CY $ - $25:00 $ 50.00 $ - $ 50.00 Bedding/Backfill 3 TN $ - $40.00 $ 120.00 $ $ 120.00 $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ Freight/De livery Costs $ $ $ $ $ $ $ $ Labor Subtotal $ 543.08 $ 507.91 $ 409,88 Foreman $ - 507.91 409.88 $ Lead Foreman $ $ Noncraft Labor ITotal Cost of Work $ 543.08 $ - $ 1,460.87 Project Name: Tukwila Fire Station #52 Project No: 30129-43 Contractor: PELLCO Trade & Position OPERATOR FOREMAN OPERATOR OPERATOR LABOR FOR TEAMSTER TEAMSTER Rate Schedule Date* UNION 06/01/19 06/01/19 06/01/19 06/01/19 Prevailing Wage (!net. Benefits) $ 49.00 $ 45:50 $ 40.36 1$ 41.13 1 1 1. Hourly Wage Rate $ 49.00 $ 45.50 $ 40.36 $ 41.13 2. Hourly Benefits $ 21.22 $ 21.22 $ 12.08 $ 20.46 SUBTOTAL $ 70.22 $ 66.72 $ 52.44 $ 61.59 $ $ $ $ $ Rate 3. FUI %of 1 0.80% $ 0.39 $ 0.36 $ 0.32 $ 0.33 $ $ $ $ $ 4, FICA %of 1 6.20% $ 3.04 $ 2.82 $ 2.50 $ 2.55 $ $ $ $ $ 5. MEDICARE % of 1 1.45% $ 7 0.71 $ 0.66 $ 0,59 $ 0.60 $ $ $ $ $ 6. SUI % of I (insert correct % to right) 6.63% $ 216 $ 2.56 $ 227 $ 2.32 $ $ $ $ $ 7. WC/PFAMLJSICK $ 4.03 $ 3.92 $ 3.55 $ 3.78 $ 2.72 $ 2.90 $ 2.90 $ 2.72 $ 2.90 --T-7 TOTAL (Incl. payroll taxes) - $ 81.15 $ 77.05 $ 61.67 $ 71.16 $ 2.72 $ 2.90 $ 2.90 $ 2.72 $ 2.90 Overtime @ 1.5x OVERTIME RATES CALCULATE AUTOMATICALLY Hourly Wage $ 73.50 $ 68,25 $ 60.54 S 61.70 S $ $ S Benefits $ 21.22 21.22 $ 12,08 20.46 $ $ S $ Subtotal $ 94.72 89.47 $ 72.62 $ 82.16 $ $ $ $ $ Taxes: Lines 3-6 10.35 9.61 $ 8.53 S 8.69 $ $ $ S S - WC 4.03 $ 3,92 $ 3.55 5 3.78 $ 2.72 $ 2.90 $ 2.90 S 2.72 S 2.90 Total 109A0 S 103.00 $ 84.70 94.62 2.90 $ 2.72 $ 2.90 Double Time @ 2x DOUBLE TIME RATES CALCULATE AUTOMATICALLY - Hourly Wage $ 98.00 S 91,00 $ 8032 $ 8226 $ S $ S Benefits $ 21.22 S 21,22 $ 12.08 S 20.46 S $ S Subtotal $ 119.22 S 112.22 $ 92.80 102.72 S $ $ Taxes: Lines 3-6 $ 13,80 $ 12.81 $ 11.37 $ 11;58 $ $ S $ WC/PFMALISICK r-$- 4.03 $ 3.92 $ 155 $ 3,78 $ 2.72 2.90 S 2,90 $ 2,72 S 2.90 Total 1" Is 137.05 1$ 128.95 1 $ 107.72 1 $ 11&08 1S 2.72 1 $ 2.90 1 $ 2.901 $ 2.72 1 $ 2.90 OT Premium Portion Only :,,I S 27-95 25.95 $ 2102 $ 23.46 1 J$ 1 $ DT Premium Portion only $ 46.92 15 1S $ IS r r m m m m N® m® o D D D D ° c D D Y Yo x X n co co =r rn N o o v a w m o w A -�� oa CD� o. D a. o Q' _ n i; CD A N n' o. °) a o- � m m a c m W c m m CD d O o 2.=m om .a,— ua C (n ° m. ro p m m < -o a.ro °1 — 0 ro ro M m ro o a n a ro m EA.. 69 69 ffl En 69 fA 69 EA o ' m � 07 _ sro C..�. "P7 � W U1 CJ) A CO C1) N W N W m v O OW C4 co +� O W CD x co CA N O O ? OG O) N- 'a 49 fn En 69 O = m N N N N A C W t,J W W Cro).l< W GO7 W W rT1 O O O a a 4 R m;-r 4En 1_1d 64 sA EA 49 to <0 69 49 69 EA En 69 69 69 69 EA Ef3 69 EA. 69 fn fA X. II 1l O= to e , + ZY i Z1 i CW11 N `J N N CD 500 W ID i d W � b W: N -4 m (A: CO)S EA. EA 6s 69 69 69 69 En IU9 C)�o m O W V N CO V N t0 W O 0. O A p N ? O N O1 C d1 O N O C77 .P. O) w CO 'd O) N .P 4 co 6 N O 69 6'4 69 69: ER EA: 6i EA EA {A Ei9 6°s 49 in 40 49 6n 49 69 EA fA EA 'A 49 EN 64 40 'A JI C � w .cr't p a i°)a s p o p a Bhp �W .pp,a'p .4 A; m W co ro L LYDIG Lyclig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone:3609072459 Fax:4258812903 III I 1, 0 11!11i� fill IM A I rM WITA 1"11M R_ I Ss TO: City of Tukwila FROM: Lydig Construction, Inc. - Bellevue Office 6200 Southcenter Boulevard 3180 139th Ave SE- Suite 110 Tukwila Washington, 98188 Bellevue Washington, 98005 PCO NUMBER/REVISION: 029/0 CONTRACT- 30129 - Tukwila Fire Station #52 - GCCM Prime Contract REQUEST RECEIVED FROM: CREATED BY: Alex Carey (Lyclig Construction, Inc. - Bellevue Off) STATUS: Draft CREATED DATE: 1/7/2020 REFERENCE: PRIME CONTRACT #003 - Change Order #3 CHANGE ORDER: FIELD CHANGE: No LOCATION: Amount Based No TOTAL AMOUNT- $332.51 POTENTIAL CHANGE ORDER TITLE: CE #052 - RFI #078: Civil a Manhole Conflict with 5'x10'Access Riser at DV CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #052 - RFI #078: Civil - Manhole Conflict with 5'x10'Access Riser at DV RFI #078: Civil - Manhole Conflict with 5'x1O'Access Riser at DV Cost associated with replacing/setting of the access riser at the DV to avoid the manhole conflict per RFI 078. REVISED: Revisions include the following responses to comments provided from PCO Review - responses are in bold Italics: RFI pertaining to one set of manhole risers, but invoice from Pellco listed installation of all three sets. Costs should be cut to 1/3rd of total time charged. After reviewing this PCO with pollco, we are in agreement with the above comment and have cut the cost associated to 1/3 of the original pricing. $936.0013=$312 ATTACHMENTS: tfs 52 _9c ----.-L29.p cm-rfi 078-civil manhole conflict with 5 x1 0 access riser at dy 2020011408 CE #052 - 19-11 TFS52 COP #029 - Set DV Access Risqrs,pdf_ 9 Cost Code I Description Type Amount 31-001-99- - Earthwork and Utilities subcontract COP #029 Subcontractor $312.00 Subtotal: $312.00 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten SubsJPA's, and Project Contingency. $0.00 Lyclig Construction, Inc. page 1 of 2 Printed On: 1/30/ 2020 12:57 PM LYDIG Fee - Sub Tier Work: 4.50%Applies to Subcontractor and Purchase Agreements. $ 14.04 GL Insurance: 0.75% Applies to all line item types. $ 2.45 P&P Bond: 0.75%Applies to all line item types. $ 2.46 B&O Tax: = 0.47%Applies to all line item types. $ 1.56 Grand Total: $332.51 Owner Signature Date SubcontractorBreakdown Tukwila Fire Station 52 Cost Event M SUBCONTRACTOR: PELLCO Construction, Inc. Document M EWO 4500 A. Fee on Direct Work (Item E) 15% $ 119 B. Fee on Subtler Subcontractor Direct Costs (Item H) 8% $ SUBTOTAL (Total of Parts-1, ll, III Above) $ 916 Liability Insurance (1,15%) $ ®11 Bond Costs (1.0%) $ 9 TOTAL (Total of Parts 1,_ll, Ill, IV Above) 3fl COP Cost Breakdown Project Name: Tukwila Fire Station 52 Project No. 30129.43 Contractor: PELLCO Construction, Inc COP Number: ; 29 Date: 11/6/2019 Contractor Ref. No. Description Operator Quantity 2 Unit Type HR Labor Material Equipment Total Cost $ 15410 Unit $ $77.05 Cost $ 154.10 Unit $ Cost $ Unit $ Cost $ 336 Excavator 2 HR $ $ $178.44 $ 356.88 $ 356.88 Laborer 2 HR $61.67 $ 123.34 $ $ $ 12334 Operator Foreman 2 HR $81.15 $ 162.30 $ $ - $ 162♦30 $ $ s $ - $ $ $ $ $' - $ $ ' - $ $ $ $ $ $ $ $ $ $ - $ $ $ $ $ $ $ $ $ $ $ $ $ $ $' $ - $ $ - $' - $ - Freight/Delivery Costs $ - $ $' $ $ $ ' $' $ Labor Subtotal $ 439.74 $ $ 356.88 Foreman $ - $ $ 356.88 $ Lead Foreman $ $ Noncraft Labor Total Cost of Work $ 1,,$ 439.74 $ � d M Project Name: Tukwila Fire Station #52 Project No: 30129 43 Contractor. PELLCO Trade& Position OPERATOR FOREMAN OPERATOR OPERATOR LABOR LABOR TEAMSTER' " TEAMSTER Rate Schedule Date' UNION 06/01/19 06/01/19 06/01/19 06/01/19 Prevailing Wage (Incl. Benefits) $ 49.00 $45.50 $ 40.36 $ 41.13 1. Hourly Wage Rate $ 49.00 $' 45.50 $ 40.36 $ 41.13 2. Hourly Benefits $ 21.22 $ 21.22 $ 12.08 $ 20.46 SUBTOTAL $ 70.22 $ 66.72' $ 52.44 $ 61.59 $ $ $ $ - $ Rate 3. FUI % of 1 0.80% $ 0.39 $ 0.36: $ 0.32 $ 0.33 $ $ $ $ $ 4. FICA % of 1 6.20% $ 3.04 $ + 2.82' $ 2 50 $ 2.55 $ $ $ $ ' $ 5. MEDICARE % of 1 1.45% $ 0.71 $ :' 0.66 i $ 0:59 $ 0.60 $ $ $ $ -' $ 6. SUI % of 1 (insert correct % to right) 5.63°% $ 2.76 $ 2.56 ` $ 227 $ 2.32 $ $ $ $ $ 7, WCIPFAMUSICl4 $ 4.03 $ 3.92 $ 3:55 $ 3.76 $ 2,72 $ 2:90 $ 2.90 $ 2.72 $ 2.90 TOTAL (incl. payroll taxes) $ 81.15 $ : 77A5 $ 61:67 $ 71.16 $ 2.72 $ 2.90 $ 2.90 $ 2.72 $ 2.90' Overtime cr 1.5x OVERTIME RATES CALCULATE AUTOMATICALLY Hourly Wage $ 73,50 $ 68,25 $ 60.54 $ 61,70 $ $ $ S S Benefits $ 21,22 $ 21,22 $ 12.08 $ 20.46 $ $ $ S Subtotal $ 94.72 $ 89.47 $ 72.62 S 82.16 $ $ $ $ 5 Taxes. Lines 3-6 5 10.35 $ 9.61 $ 8.53 S 8.69' S $ $ S S WC $ 4.03 $ 3.92 $ 3.55 $ 3.78 $ 2.72 $ 2.90 $ 2,90 c 2.72 S 2,90 Total $ 109.10 $ 103.00 $ 84.70 $ 94.62 $ 2.72 $ 2.90 $ 2.90 $ 2:72 $ 2.90 Double Time @ 2x DOUBLE TIME RATES CALCULATE AUTOMATICALLY Hourly Wage $ 98.00 S 91.00 $ 80.72 $ 82,26 $ $ $ $ S Benefits S 21.22 $ 21,22 $ 12.08 $ 20A6 S `� $ S Subtotal $ 119.22 S 112.22 $ 92.80 $ 102,72 S 5 s $ Taxes: Lines 3-6 $ 1180 $ 12.81 $ 11.37 $ 11.58 S S $ S S - WC/PFMAL/SICK $ 4.03 $ 3.92 $ 3.55 $ 3.78 $ 2.72 $ 2.90 $ 2.90 S 2.72 S 2.90 Total 11 $ 137.05 $ 128.95 $ 107.72 $ 118.08 $ 2.72 $ 2.90 $ 2.90 $ 2.72 $ 2.90 OT Premium Portion Only $ 27.95 $ 25.95 $ 23.02 $ 23.46 $ $ $ S S DT Premium Portion Only $ 55:90 $ 51.91 $ 46.04 $ 46.92 $ $ $ S S 1-....+ 411oomnia 0 0 ;o 0 ;o 0 0 X x x X—' :0:' N r- M > > 0 0 0 0 M o m o m > < > < > < -M > - , ;u X > 3 CO a o CD o 0 ;a X X W to 0 0 CD CD o O CD cn > 0 0 0 P 0 , =,4 CD C). 0 0 0 Ch rn CD 1000 0) 0 n 0 D CD 0 (D cn < FD* -0 a cn @ SL cn 0 0 a Co- to -en 69 to t9 'A ACA to 0 a a 0 -n P Y :- p p Ul N) w - W M N) M -4 00 M --4 I,< 0 fn rQ --4 CD Oo m rl.) 1 0 0 w m r,3 fo G9 TA -a =r CD `< 0 �j 0 p p 0 0 w 3 00 00 00 co t bo 4A t9 IGq f19 to qrA <A 1W (A to) �d� {W FA 0) 4A EA to Gq fig 'w 'Ge 4A 'rA '69 fA 40 >, X (D 0 to + si w 91 !IJ . N :-4 fD ,n 4 D W M 0) W - tn 0 M (on " 1 CA "A tn 0 m 0 --4 m M W OD m s 0 rn.@ 0 O)C) m mmm-olm w V. r-a r,� to 44 fA 46 1.4 4A to 4A 'A to EA 4A 4A 4A 4A 4A 40 to V» to to to 01 44 40 404 4A 40 0 11 w 0) co M w r AUTHORIZATION ; r 13036 BEVERLY PARK ROAD MUKILTEO, WA 98275 (425) 265-7211 FAX (425) 265-7215 CONTRACTOR'S NAME JOB NAME �' i `1 JOB NO. DATE THIS IS TO AUTHORIZE WORK TO BE PERFORMED AS: (CHECK ONE) EXTRA WORK TO OUR CONTRACT: TIME AND MATERIALS STRAIGHT TIME RATE OVERTIME RATE CONTRACTOR'S P.O. NO. _ PREMIUM TIME ONLY DESCRIPTION OF WORK: S =-° t r- VCR T PELLCO CONSTRUCTION, INC IS HEREBY AUTHORIZED TO PROCEED WITH THE WORK AS DESCRIBED. AUTHORIZED BY CONTRACTOR VAM .. - r::a " . in ''�# • ' Mi • used • w a irmt1ce--ner—Ato 'i'- tho rrxealrlm'e llm� *, irectiv 1`..:�'l31:1.•i�+?.'+��?i�#►�/���r�.F'.!+"!�'.i�f �:"rCliiadiaP•i�°[7f.���i�►' • LYDIG Lydig Construction, Inc. Project: 30129-43 - TFS#52 - GCCM 3180 139th Ave SE, Ste 110 15447 65th Ave S Bellevue, Washington 98005 Tukwila, Washington 98188 Phone: (425) 885-3314 Phone:3609072459 Fax: (425) 881-2903 Fax:4258812903 Civil - Manhole Conflict with TxlO'Access Riser at DV TO: Emma Nowinski (Weinstein A+U) FROM: Alex Carey (Lydig Construction, Inc. - Jose Lorenzo -Torres (Weinstein A+U) Bellevue) DATE INITIATED: 11106/2019 3180 139th Ave SE - Suite 110 LOCATION: Bellevue, Washington 98005 STATUS: Closed PROJECT STAGE: DUE DATE: 11/13/2019 SUB JOB: COST CODE: COST IMPACT: TBD SCHEDULE IMPACT- TBD DRAWING NUMBER: SPEC SECTION: LINKED DRAWINGS: REFERENCE: RECEIVED FROM: Don Lehman (Lydig Construction, Inca- Bellevue Off) COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Don Lehman (Lydig Construction, Inc. - Bellevue Off), Jose Lorenzo -Torres (Weinstein A+U), Kiel Lunsford (Lydig Construction, Inc. - Bellevue Off), Bryce Marion (Lydig Construction, Inc. - Bellevue Off), Emma Nowinski (Weinstein A+U), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. - Bellevue Off) There is currently a conflict with the 48" access riser and the concrete walls for the 5'x10' access riser in the lid of the detention vault. The 48" access riser has an outside diameter of 4'-10". The 2'diarn opening in the DV lid was centered between the 8" walls on either side of the opening. When taking into account the 48" access riser wall thickness, this now offsets the access riser 5" to the west from the CL of the 2' diameter opening. The ladder rungs in the riser will now be offset with the ladder rungs that are going to be installed in the concrete walls of the vault. Below is a list of possible solutions, please advise if any of these solutions are acceptable or provide alternate direction: 1. Install the 48" access riser 5" to the west. This will result in a 5" jog in the centerline of the ladder rungs, but will keep the ladder rungs coplanar on the north wall. 2. Rotate the 48" access riser roughly 10 degrees to the east (right) so that the CL of the ladder rungs in the 48" access riser are on the same centerline as the ladder rungs on the concrete wall of the vault. The upper ladder rungs will be at an angle compared to the lower rungs in the vault. 3. Rotate the 48" access riser 180 degrees and have the lid serve as a landing to transfer from one set of ladder rungs on the 48" access riser to the second set of ladder rungs on the concrete wall of the vault. Additional ladder rungs would need to be added to the 48" access riser 4. Rotate the 48" access riser 180 degrees and fabricate -a new ladder from finish grade at the top of the access riser to the bottom of the vault wall (12" above SOG). Attachments: _RF1 078 -Civil -Manhole Conflict with 5'x10'Access Riser at DVp df � Official Response: Jose Lorenzo -Torres (Weinstein A+U) responded on Monday, November 11th, 2019 at 11:59AM PST We recommend option #2. Thank you. M. Servizi 11 -11 -19 Attachments: RFI-078 - Civil --Manhole Conflict with 5'x10'Access RRiser at DV - LPD REs onse.pdf r__TflF?_T-T_= We recommend option #2. Thank you. M. Servizi 11 -11 -19 Attachments: RFI 078 - C:LyV- Manhole Conflict with- 5'x1O',Access Riser at DV- LPD REspon s" f Lydig Construction, Inc. Page 1 of 2 Printed On: 01/14/2020 12:29 AM LYDIG BY DATE COPIES TO Lydig Construction, Inc. Page 2 of 2 Printed On: 01/14/2020 12:29 AM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone:3609072459 Fax:4258812903 Prime Contract Potential Change Order #030: CE #058 - RFI #083: PRIORITY - Civil/Mech - Water Utility Clarifications and Conflicts with Spread Footings TO: City of Tukwila FROM., Lydig Construction, Inc. - Bellevue Office 6200 Southcenter Boulevard 3180 139th Ave SE -Suite 110 Tukwila Washington, 98188 Bellevue Washington, 98005 STATUS: Draft REFERENCE: CONTRACT' 30129 - Tukwila Fire Station #52 - GCCM Prime Contract CREATED BY; Alex Carey (Lydig Construction, Inc. - Bellevue Off) CREATED DATE: 1/712020 PRIME CONTRACT #003 -Change Order #3 CHANGE ORDER: FIELD CHANGE: No LOCATION: ACCOUNTING Amount Based METHOD: LE IMPACT' PAID IN FULL: No TOTAL AMOUNT. $7,271.49 POTENTIAL CHANGE ORDER TITLE: CE #058 - RFI #083: PRIORITY - Civil/Meth - Water Utility Clarifications and Conflicts with Spread Footings CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #058 - RFI #083: PRIORITY - Civil/Meth - Water Utility Clarifications and Conflicts with Spread Footings Piping changes associated with RFI 083 response. UPDATE: Comment from Marc Servizi: Quantities of material added over contract dots is accurate, although labor required for install seems a bit high. Probably not worth pushing for the amount in question. This PCO has been reviewed in an effort to verify the costs associated with the work performed. After reviewing these costs against the work performed, the costs appear to be aligned with the work performed ffs -_gccrn-rfi is jory - vil h - water Otlity larifications and conflicts with -jead foqtti _�O in -_2020011408-2-4-.p _f 58-1 1 _Sp _ AS _rnec TE OP #0083 -Water Sewer Starm.pdf_ # Cost Code Description Type Amount 31-001-99- - Earthwork and Utilities COP #034 Subcontractor $6,823.00 subcontract Lydig Construction, Inc. page 1 of 2 Printed On: 1130/ 2020 01 :05 PM L,YDIG r Subtotal: $6,823.00 Fee - Self Perform Work: 15.00 % Applies to Labor, Materials;, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's,-and Project Contingency. $0,00 Fee - Sub Tier Work: 4.50 % Applies to Subcontractor and Purchase Agreements. $ 307.04 GL Insurance: 0.75% Applies to all line item types. $ 53.48 P&P Bond: 0.75 % Applies to all line item types. $ 53.88 B&O Tax: = 0.471 Applies to all line item types. $ 34.09 Grand Total: $7,271.49 Owner Signature Date Project No. 30129-43 SUBCONTRACTOR: Subcontractor CBreakdown PELLCO Construction, Inc. Cost Event: CP M 34 Document M RFI 083 A. Fee on Direct Work (Item E) is% $ 871 B. Fee on Subtler Subcontractor Direct Costs (Item H) 8% $ SUBTOTAL (Total of Parts 1, 11, III Above) $ 6,679 Liability Insurance (1.15%) $ 77 Bond Costs (1.0%) $ 67 TOTAL (Total of Parts 1, 11, III, IV Above) w COP Cost Breakdown Project Name: Tukwila Fire Station 52 Project No. 30129-43 Contractor: PELLCO Construction, Inc COP Number: Date: Contractor Ref. No. Description Operator Foreman Quantity 8 Unit Type HR Labor Material Equipment -Total Cost 649.20 Unit $ $81.15 Cost $ 649.20 Unit $ Cost $ Unit $ Cost $ - 320 Excavator 8 HR $ - $ $118.56 $ 948.48 $ 94848 Laborer/Pipelayer 16 HR $61.67 $ 986.72 $ $ - 1 986.72 Operator 8 HR $77.05 $ 616.40 $ $ - $ 616.40 926 Loader 8 HR $ - $ $61.70 $ 493.60 $ 49160 F450 Crew Truck 8 HR $ $ $24.68 $ 197.44 197.44 6" DI 23 LF $ $13.91 $ 319.93 $ $ 319.93 6" 45 DI 2 EA $ $74.00 $ 148.00 $ $ 148.00 6" 90 DI -1 EA I $ $94.57 $ (94.57) $ $ (94.57) 6" SSS 17 LF $ - $2.00 $ 34.00 $ 1 34.00 6" 45 PVC 2 EA $ - $20.41 $ 40.82 $ $ 40.82 Footing Drain 5 LF $ - $0.96 $ 4.80 $ $ 4.80 Cleanout 2 Ea $ - $91.39 $ 182.78 $ $ 182.78 8" Storm Pipe 27 LF $ - $3.72 $ 100.44 $ $ 100.44 Import backfill 26 TN $ - $30.00 $ 780.00 1 $ $ 780.00 Export Spoils 16 CY $ $25.00 $ 400.00 $ $ 400.00 $ I $ $ $ $ $ $ $ $ $ Freight/Delivery Costs $ $ $ $ $ $ $ $ Labor Subtotal $ 2,262.32 $ 1,916.20 $ 1,639.52 Foreman $ - $ 1,916.20 $ 1,639.52 $ Lead Foreman $ $ Noncraft Labor Total Cost of Work $ $ .2,262-32 $ - $ 5,808.04 Project Name: Tukwila Fire Station #52 Project No: 30129-43 Contractor: PELLCO Trade& Position OPERATOR FOREMAN OPERATOR OPERATOR LABOR LABOR TEAMSTER TEAMSTER Rate Schedule Date' 06/01/19 06/01/19 06/01/19 06/01/19 Prevailing Wage (incl. Benefits) UNION' $ 49.00 $ 45.50 $ 40:36 $ 41.13 1. Hourly Wage Rate $ 49.00 $ 45.50 $ 40:36 $ 41.13 2. Hourly Benefits $ 21.22 $ 21.22 $ 12.08 $ 20.46 SUBTOTAL $ 70.22 $ 66.72 $ 52.44 $ 61.59 $ $ $ $ ' $ Rate 3. FUI % of 1 0.80% $ 0.39 $ 0.36-: $ 0.32 $ 0.33 $ $ $ $ > IS 4. FICA % of 1 6.20%a $ 3.04 $ 2.82 $ 2.50 $ 2.55 "$ $ $ $ - $ 5, MEDICARE % of 1 1.45% $ 0.71 $ f 0.66 $ 0.69 $ 0.60 $ $ $ $ ( " $ 6. SUI % of 1 (insert correct % to right) 6,63% $ 2,76 $ 2.56' $ 2,27 $ 232 $ $ $ $ $ 7. WCIPFAMUSICK $ 4.03 $ 3,92 $ 155 $ 3.78 $ 2 72 $ 2.90' $ 2.90 $ 272 $ 2.90 TOTAL (incl. payroll taxes) $ 81.15 $ 77.05 $ 61X7 $ 71.16 $ 2.72 $ 2.90 $ 2.90 $ 2.72 $ 2.90'" Overtime @ 1.5x OVERTIME RATES CALCULATE AUTOMATICALLY Hourly Wage $ 73,50 $ 68,25 $ 60.54 $ 61,70 S S $ c Benefits $ 21.22 $ 21.22 $ 12:08 S 20:46 $ - $ $ S S Subtotal $ 94.72 $ 89.47 $ 72.62 S 82.16 $ $ $ $ $ Taxes: Lines 3-6 $ 10.35 $ 9.61 $ & 53 $ 8.69' S 5 $ S S WC $ 4.03 S 3.92 $ 3:55 $ 3,78` S 2.72 $ 2.90 $ 290 S 2.72 S 2.90 Total $ 109,10 S 103.00 $ 84:70 $ 94.62 $ 2.72 $ 2.90 $ 2.90 $ 2.72 $ 2.90 Double Time @ 2x DOUBLE TIME'RATES CALCULATE AUTOMATICALLY Hourly Wage S 98.00 $ 91.00 $ 80:72 $ 82.26' S $ $ S S Benefits $ 2122 S 21,22 $ 12.08 S 20.46 5 S $ S Subtotal $ 119.22 $ 112.22 $ 92.80 S . 102.72 $ $ $ $ $ Taxes: Lines 3.6 S 13,80 $ 12.81 $ 11.37 S 11.58 S S $ S S WCIPFMAL(SICK S 4.03 $ 3,92 $ 3.55 $ 3,78 S 2.72 S 2.90 S 2.90 S 2.72 S 2.90 Total $ 137.05 1 $ 128.95 $ 107.72 $ 118.08 $ 2.72 $ 2.90 $ 2.901 $ 2.72 $ 2:90 OT Premium Portion Only $ 27.95 S 25.95 $ 23.02 $ 23.46 $ $ $ S S DTPremium Portion Only S 55.90 S 51.91 S 46.04 $ 46.92 $ S $ S S O () 0 0 0 a N r- n D 9 m o o < < < e" DR cc to � 3 s: rn x x 3 U o � a' a o 0• R4 -< to v52. n 0 Q= N fD N c' C N m 0 C CD N CD y 00 0 =ron m < 0: to 0 m m "ern c � m � m � m' 0 a ci to to to 'A -tA ua EA to cA EA _ a o , m -E ID U7 A'. 00N- E:.,,—�� W97 0 CO (0 00'�+ N 41 to p w -•1 t0 9) 0. N .1a V OD W ? W W - O aD .. OD 0) N O O A 1 00 tT N fA w CA to O > ' W W W 4 5 CD w n CO Gi W W W W 3 ].'1 C. 0)A bo A 2 <D X £9 -1f1 to G! to w {A UA <A E9 E9 w {9 to E9 �Gq: w to w 4A :{A {A <A 4A 20) {A 16S ffl .x 11 CD 0 f0 } C UW7 N NW N •^OJ C00 CTI 0) CD v W 'm V m 0 0� N :m :a 0 0, "to #A 69 fA "fA Efl H9 fA fA w 0 0 W N _ N W OD .A N O N' _ m O N O fJi g Ui w M v m N ? :A. BOO Ln 0 N fA £A 89 "iA 4A 'EA 6A 40 to to $A iA iA <A QA 40 to EA : OW 6A to VW OW EA <A 44 fA EA 11 C W 3 A 02 p . 4 two A 4 t0 Of co :.0 mo � 4A! "cs OD 8 i LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 Project: 3012943 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone:3609072459 Fax:4258812903 PRIORITY - Civech - Water Utility Clarifications and Conflicts with Spread Footings TO: Emma Nowinski (Weinstein A+U) Lauren Rock (Weinstein A+U) Jose Lorenzo -Torres (Weinstein A+U) DATE INITIATED: 11/07/2019 LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: TBD DRAWING NUMBER: C4.0, M201S LINKED DRAWINGS., FROM: Alex Carey (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 STATUS: Closed DUE DATE: 11/14/2019 COST CODE: SCHEDULE IMPACT: TBD SPEC SECTION: REFERENCE: COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Don Lehman (Lydig Construction, Inc. - Bellevue Off), Jose Lorenzo -Torres (Weinstein A+U), Kiel Lunsford (Lydig Construction, Inc. - Bellevue Off), Bryce Marion (Lydig Construction, Inc. - Bellevue OM, Emma Nowinski (Weinstein A+U), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc.- Bellevue Off) Clarifications are needed to resolve conflicts for the water utilities entering the building at GL E-F and 1. 1. C4.0 shows the fire water on the east side of the domestic water line. M201S shows the fire water line to the west of the domestic water line. The west location is preferred as it clears the conflict with the F/1 spread footing. Please advise and provide updated C4.0 showing FW line on correct side. 2. C4,0 shows the fire water line from to the FDC on the outside of the building at GL F/4 routing through the spread footings that extend outside the building footprint. To avoid routing the fire water pipe through footings, Lydig proposes to extend the line further west as shown on M201 S. Please confirm routing for the fire water pipe to the FDC. 3. The domestic water meter is shown in conflict with the GL F/4 spread footing. This water meter is shown to be a min. 24" depth over 12" of gravel backfill per detail 2/C4.4. The spread footing at this location will be installed from a depth of -8" below SOG to 48" below SOG. Possible solutions to clear the conflict of the spread footing and water meter would be to notch the GL F/4 spread footing or relocate the water meter. Please advise on how to clear this conflict. 4. M201 S shows the domestic water and fire water lines routing from the east and jogging north into the building. C4.0 shows the domestic water and fire water lines running north from the water main into the building. Please confirm that the lines are to run north from the water main into the building without the jogs shown on M201 S. Attachments: Official Response: Lauren Rock (Weinstein A+U) responded on Friday, November 22nd, 2019 at 9:45AM PST LPD Response: 1. FIN line has been moved on C4.0 to match location shown on M201 S. See attached plan sheet C4.0. 2. FW line has been shifted to avoid conflict with the spread footings. See attached plan sheet C4.0. 3. Domestic water meter has been shifted to avoid conflict with the spread footings. See attached plan sheet C4.0. 4. Confirmed, lines are to run north from the water main into the building. Also, footing drains have been adjusted to align with brace footings. See attached plan sheet C2.0 -M. Servizi, 11/19/2019 Revised plans also reflect a change in the underground power location, which will correspond to the future response to RFI-093- Reconfiguration of the Electrical Room. L. Rock, Weinstein A+U 11/22119 Attachments: RFI 083 - Civil-Mech Wateir Utility -Footing-- LPQ Respons - Af ullim, Lydig Construction, Inc. Page 1 of 2 Printed On: 01/14/2020 12:24 AM 10M. { s LYDIG LPD Response: 1. FW line has been moved on C4.0 to match location shown on M201S. See attached plan sheet C4.0. 2. FW line has been shifted to avoid conflict with the spread footings. See attached plan sheet C4.0. 3. Domestic water meter has been shifted to avoid conflict with the spread'footings. See attached plan sheet C4.0. 4. Confirmed, lines are to run north from the water main into the building. Also, footing drains have been adjusted to align with brace footings. See attached plan sheet C2.0 -M. Servizi, 11/19/2019 Revised plans also reflect a change in the underground power location, which will correspond to the future response to RFI-093- Reconfiguration of the Electrical Room. L. Rock, Weinstein A+U 11/22119 Attachments: RFI 083 - Civil-Mech Water Utility Footing LPD_Response.pdf DATE COPIES TO Lydig Construction, Inc. Page 2 of 2 Printed On: 01/1412020 12:24 AM LYDIG Lydig Construction, Inc. Project: 3012943 - TFS#52 - GCCM 3180 139th Ave SE, Ste 110 15447 65th Ave S Bellevue, Washington 98005 Tukwila, Washington 98188 Phone: (425) 885-3314 Phone: 3609072459 Fax: (425) 881-2903 Fax: 4258812903 Prime Contract Potential Change Order er 3 : CE #059 - RFl .1: Civil - DV Vent Piperates TO: City of Tukwila FROM: Lydig Construction, Inc. - Bellevue Office 6200 Southcenter Boulevard 3180 139th Ave SE -Suite 110 Tukwila Washington, 98188 Bellevue Washington, 98005 PCO NUMBER/REVISION: 031 / 0 CONTRACT: 30129 - Tukwila Fire Station #52 - GCCM - Prime Contract REQUEST RECEIVED FROM: CREATED BY: Alex Carey (Lydig Construction, Inc. - Bellevue Off) STATUS: Pending - In Review CREATED DATE: 1/7 /2020 REFERENCE: PRIME CONTRACT None CHANGE GIRDER: FIELD CHANGE: No LOCATION: ACCOUNTING Amount Based METHOD: SCHEDULE IMPACT, PAID IN FULL: No TOTAL AMOUNT. $2,290.26 POTENTIAL CHANGE ORDER TITLE: CE #059 - RFl #082.1: Civil - DV Vent Pipe Grates CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #059 - RFI #082.1: Civil - DV Vent Pipe Grates ATTACHMENTS: CE #059 - 19-11 TFS52 COP #030 - DV Vent Peres_- RFi_082, 0821.0f Cost Code Description Type Amount E31-001-99- - Earthwork and -Utilities ct COP #030 Subcontractor $2,149.00 Subtotal: $2.149.00 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. $ 0.00 Fee - Sub Tier Work: 4.60% Applies to Subcontractor and Purchase Agreements. $ 96.71 GL Insurance: 0.75 % Applies to all line item types. $16.84 P&P Bond: 0.75% Applies to all line item types. $ 16.97 BBOTax! = 0.47% Applies to all line item types. $ 10.74 Grand Total $2,290.26 Date Subcontractor CP BreakdownSummary Tukwila Fire Station 52 Cost Event M Project No. 30129-43 CP M 30 SUBCONTRACTOR: PELLCO Construction, Inc. Document M RFI oat • [01111111x*ll]12 Tl G. Subtler Subcontractor Cost 1) 2) 3) 4) H. Subtotal Subcontractor Costs Pricing forwent pipes and locking grates per RFI -082 ( Per Cost Breakdown; Attached) ( Per Cost Breakdown Attached) ( Per Cast Breakdown Attached) (Total A, B, C, and D Above) (Subcontractor Estimates Attached) Date: 11 /27/2019 G. $ D. $ 1 Direct Cost _ I 428 MM BreakdownCOP Cost Project Name: Tukwila Fire Station 52 Project No. 30129.43 Contractor: PELLCO Construction Inc COP Number: Date: Contractor Ref. No. Description Operator Foreman Quantity 3 Unit Type HR Labor Material Equipment Total Cost $ 243.45 Unit $ $81.15 Cost $ 243.45 Unit $ Cost $ Unit $ Cost $ 320 Excavator 3 HR $ $ $118.56 $ 355.68 $ 355.68' Laborer 3 HR $61.67 $ 185A1 $ $ - $ 186.01 f F450 Crew Truck 3 HR $ $ $24.68 $ 74.04 $ 74.04' Fabricated Coupler 2 EA $ $223.00 $ 446.00': $ - $ 446.00 12" Storm Pipe 28 LF $ $7.11 $ 199.08;' $ - $ 199.081' 1201 DI Drop in grate 2 EA $ $132.86 $ 265.72 $ $ 265.72' Grate Locking Mechanism 2 EA_ $ $30.00 $ 60.00 $ - $ 60.00' $ $ - $ $ - $ $ $ $ $ Freight/Delivery Costs $ $ $ $ $ - $ $ $ $ $ - $ $ - $ $ $ $ $ - $ $ $ - Labor Subtotal $ 428.46 $ 970.80 $ 429.72 Foreman $ - $ 970.80 $ 429.72 $ - Lead Foreman $ - $ - Noncraft Labor Total Cost of Work $ $ 428.46 ; $ $ 1,828.98 Project Name: Project No: Contractor: Trade& Position Tukwila Fire Station#52 30129-43 PELLCO OPERATOR OPERATOR FOREMAN OPERATOR LABOR LABOR TEAMSTER TEAMSTER Rate Schedule Date' UNION 06/01/19 06/01/19 06/01/19 06/01/19 Prevailing Wage (incl. Benefits) $ 49.00 $ 45 50 $ 40.36 :$ 41.13 1. Hourly Wage Rate $ 49.00 $ 45:50 $ 40.36 $ 41.13 2. Hourly Benefits $ 21.22 1 $ 21.22 1 $ 12.08 1 $ 20.46 Rate 3. FUI %of 1 0 80% $ 0.39 '$ 0,36 $ 0.32 $ ' 0.33 $ $ $ $ $ 4. FICA % of 1 6.20% $ 3.04 '$ 2.82 $ 2.50 $ = 2.55 $ $ $ $ $ 5. MEDICARE %of 1 1A5% $ - 0.71 $ 0.66 $ 0.59 $ 0.60 $ $ $ $ $ 6.SUI %oft (insert correct Jo to right) 5i63% $ 2.76 $ 2.56 $ 2.27 $ i' 2.32 $ $ $ $ $ 7. WC/PFAML/SICK $ 4.03 $ 3.92 $ 3.55 $: 3.78 $ 2.72 $ 2.90- $ 2,90 S 2:72 $ 2,90 TOTAL (Intl. payroll taxes) 1 $ 81.151 $ 77.05 $ 61.671 $ 71.16 $ 2.72 $ 2.90 1 $ 2.90 $ 2.72 $ 2.90< Overtime @ 1.5x OVERTIME RATES CALCULATE AUTOMATICALLY Hourly Wage $ 73.50 $ 68.25 $ 60.54 $ 61,70 $ $ $ S S Benefits $ 21.22 S 21.22 S 12.08 S 20,46 $ 5 $ S S Subtotal $ 94,72 $ 89.47 S 72.62 $ $2.16 $ $ $ $ $ Taxes: Lines3.6 $ 10.35 S 9.61 $ 8.53 $ 8.69 S $ $ S S S 2.90 WC $ 4.03 S 3.92 $ 3.55 $ 3.78 $ 2,72 $ 2.90 $ 2.90 S 2.72 Total $ 109.10 5 103.00 S 84,70 $ 94.62 S 2.72 S 2.90 $ 2.90 $ 2.72 $ 2.90 Double Time @ 2x DOUBLE TIME $ 98.00 RATES CALCULATE S 91.00 AUTOMATICALLY S 80.72 S 82.26 $ 5 $ S S Hourly Wage Benefits $ 21,22 $ 21.22 $ 12.08 S 20,46 S $ $ - S S Subtotal $ 119.22 $ 112.22 $ 92.80 $ 102.72 $ $ $ $ $ S Taxes. Lines 3-6 $ 13,80 $ 12.81 $ 11.37 $ 11,58 $ S $ S WC/PFMAL/SICK $ 4.03 $ 3.92 $ 3.55 S 3.78 $ 2.72 $ 2.90 $ 2.90 S 2.72 S 2,90 Total $ 137.05 $ 128.95 $ 107.72 $ 118.08 $ 2.72 $ 2.90 $ 2.90 $ 2.72 $ 2.90 OT Premium Portion Only S 27.95 $ 25.95 $ 23.02 S 23.46 S $ $ S S S DT Premium Portion Only $ 55.90 $ 51.91 $ 46.04 S 46.92 S $ $ S O m r r m m m m N a o Y Y D D C) w co 'n w CD a o O �: cn ; N D � Q: O � —' CD N 0. 2.0 N to (D -'S 01 d W O C fD tv 0 0 n, m to 4t CD o co a� a S iD-* T ¢ 'C c m n' w o n o =� tD D 4A EA EA 4A 4A EA 4A 4A 69 m o 00 c rn C.l< con W N co W W twti OO7 CD (D co 0) N O O? co O. Nen ., fo cn 'En O W N N N N S W. la7 W W O K W w w w w 3 Ao m � � � � � "m 64 4A Efl EA fA 4A 49 69 4f? 4A <n 4fl En EA 4A EA ,6 4w fig 40 64 6,l �69 4H EAR EA 4A 6'n X II O t;oD +c 0 3: ttn N V N N -4 to W 0 ON7 > -'. CD p p p a W cn V Cil O 00 N (Oi1 Q. O 6n Efl 4A 4A 69 69 i6q dfl CrA 0,0 O V (D V (O O O to .A O N OOi O 0 10, boo �-4 K) . N O 40 4A M A 4A 44 #A 4A 4A 4A EA EN 40 40 to 40 40 4A 41T N 4A #A 40 4A 460 OW S 11 C � 0)m-4 Qi O etas °?+ p p tL? Q9 00 0 co .pp ?: m w co r�l LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 Project: 3012943 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone:3609072459 Fax:4258812903 .w1rime Contract Potential Change Order #033: CE #032 - RFl #050: Struct - Overexcavation of GL 8 and Shoring Wall #1 Conflict TO: City of Tukwila FROM: Lydig Construction, Inc. - Bellevue Office 6200 Southcenter Boulevard 3180 139th Ave SE - Suite 110 Tukwila Washington, 98188 Bellevue Washington, 98005 PCO NUMBER/REVISION: 033/0 CONTRACT. 30129 - Tukwila Fire Station #52 - GCCM Prime Contract REQUEST RECEIVED FROM: CREATED BY: Alex Carey (Lydig Construction, Inc. - Bellevue Off) STATUS: Draft T CREATED DATE: 118/2020 REFERENCE: PRIME CONTRACT #003 -Change Order #3 CHANGE ORDER: FIELD CHANGE: No LOCATION: ACCOUNTING Amount Based METHOD: SCHEDULE IMPACT: PAID IN FULL: No TOTAL AMOUNT. $8,762.51 POTENTIAL CHANGE ORDER TITLE: CE #032 - RFI #050: Struct - Overexcavation of GL 8 and Shoring Wall #1 Conflict CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #032 - RFI #050: Struct - Overexcavation of GL 8 and Shoring Wall #1 Conflict Cost impacts include overexcavation of building footings, and pouring of CDF at GL 8 to account for changes in differential settlement as outlined in RFI 050. Update: This change affected 5 footings as described in the RFl response. This comment is being provided as requested during the PCO meeting, Additionally, truck tickets are now provided for additional backup associated with this change.v ATTACHMENTS: PCO 033 - CDF Sur)pJy TicketBackp _-_gccm-rfi 050-struct overexcavation of of 8 and shoring wall 1 conflict-202001140837.p CE 032 - RFI 050 - Overex of GL 8 and Shoring _Wall #1 Conflict (LO-Self Perform PCO 02 vpdf_ CE #032 - 19911 COP 027 - Over excavate building fpatirgs_RR_950,p AL # Cost Code Description Type Amount 1 31--001-99- - Earthwork and Utilities subcontract Overexcavation at GL 8 and spread footings Subcontractor $659.00 2 03--001-99- - BP-03 - Structures Subcontractor CE 4032-SP Subcontractor $7,563.08 Subtotal: $8,22108 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. $0.00 Fee - Sub Tier Work: 4.50% Applies to Subcontractor and Purchase Agreements. $369.99 GL Insurance: 0.75% Applies ball line Item types. $64.44 Lydig Construction, Inc. page 1 of 2 Printed On: 1/30/ 2020 01 :45 PM LYDIG P&P Bond: 0.75 % Applies to all line item types. $ 64.92 B&O Tax: = 0.47 % Applies to all line item types. $ 41.08 Grand Total $8,762.51 Owner Signature Date Subcontractor CP Breakdown Summary Tukwila Fire Station 52 Cost Event #: Project No. 30129-43 CP #: 27 SUBCONTRACTOR: PELLCO Construction, Inc Document #: Over Excavation of footings per RFI 050 Unit Prices Breakdown Attached Over -Ex backfilled with CDF by Lydig DESCRIPTION OF WORK: Date: 11/21/2019 $ -- A. DIRECT LABOR COSTS Per Cost Breakdown Attached) A. B. MATERIAL COSTS Per Cost Breakdown Attached) B. $ 659 C. EQUIPMENT COSTS Per Cost Breakdown Attached) C. $ -- D. SUBTOTAL DIRECT WORK (Total A, B, C, and D Above) D. $ 65 G. Subtler Subcontractor Cost (Subcontractor Estimates Attached) Direct Cost Fee 1 $ 2 $ 3 4 $ H. Subtotal Subcontractor Costs $ A. Fee on Direct Work (Item E) 15% $ B. Fee on Subtier Subcontractor Direct Costs (Item H) 8%. $ SUBTOTAL (Total of Parts 1, 11, 111 Above) $ Liability Insurance (1.15%) $ Bond Costs (1.0%) $ TOTAL (Total of Parts 1, 11, 111, IV Above) N COP Cost Breakdown Project Name: Tukwila Fire Station 52 Project No. 30129-43 Contractor: PELLCO Construction, Inc COP Number: Date: Contractor Ref. No. Description Footing sizes Quantity Unit Type Labor Material Equipment Total Cost Unit Cost Unit $ Cost Unit Cost T x T x2' 3.7 CY $ - $45.00 $ 166.50 $ 166.50 Tx4' x2' 2 CY $ - $45.00 $ 90.00 $ $ 90.00 8'x 6'x 4' 7.1 CY $ - $45.00 $ 319s50 $ $ 31950 5'x 5'x 2' 1.85 CY $ - $45.00 $ f 83.25 $ $ 83.25 $ $ $ $ $ $ $ $ $ $ $ $ $ $ Freight/Delivery Costs $ Labor Subtotal $ $ 659�25 $ Foreman $ Lead Foreman $ $ Noncraft Labor $ - Total Cost of Work $ 659.25 659.26 1Q-11 or—n • i r 11 s Project Name: Tukwila Fire Station #52 Project No: 30129.43 Contractor: PELLCo NOr- m m m m am o DDDY —' M 3 � -Aim � Ste•. s't�7 W N O O CDeA. 0)0 O] A. � :n O CD cn n o. o' CQ m: m N —" —0 t O' N f6 w :3 C N W n C N W CD 13 C7:O l5• � @ ,-0 ID � O N @ p ID S NO -0 0. O I1 m � � m n LV @ p D @ to to ffl dfl ro to to to 169 0 rl'I o c _ t3D W tn' (n _A (D to N C. ,2 W fm N CO � W �: tU l I tN+1 p — t�D 70c `" Co.. O N O O A co Zn N. O 97 w CO 'W w n to G% w w w w s o o fo to 6n fo ro 4A tO ran fo tO 4'A £9 to fo to to " to tq ro eo co to to fo {o fo 4 G3 '� o to + c v X tWs, ry `N WN c 4 w pp cNn a m wmmaw" m pt ° M rn fo fdi fo rfl in fo fo f0. o o ZT 0) N O :Ci7 A -tn. M O 'v ,O. N . :A. w G7T N t0 tR :b9 'A $9 fA 1.4 to 44 49 $N to 14% 40: 404 40 NM fo £9 :: fR fo "tA 44 fo 0% OW 0% OW 40 S 11 C �s t Gt W Cn A 0)W m W O e e e e e e e y 10 : �M 0 ..pp A Of W siwP co @ T (D 2 -0 61 (n 4A 14 C" CD -En 69 0 co 0 0 CD Q CD 0 0 40% .:q iI fA p p p 0 CD co CD C� CD0 In m b co 40 1 0 0 0 o CL (o 0 CD 0 (D -n (n 0 M. 0 0 "n 0 fn w 01 0 CD 0 i R o CD 2 0 0 CD a) C:) co CD 0 CD 0 M -4 CD 0 1 n 5 cc m � (n cn CO "n 0 o 0 > r) (D Z =r Cn 0 > (D ; w z m (D G) m < m m z m < r m Z 0 0 z r� =3 (c (D Ch G. 8 CD C� — po N) < _to ''("m w 0 co co - 0 w co =r M 0 Cl) CD C) C) W 4p(Q Chi E; In 0 cn CK) fn m rq. 0 m (D x 0 CA 0 0 0 A ro91 0 X (D ca 0 0 r co 0 0 > CD r- CD - CL 0 0 o 0 CA 0 ID 00 M CD 0 0 m CD n cjn K) COP Subcontractor Breakdown Summary Project Name'. Tukwila Fire Station #52 PCO: Project No. 30130 Document Reference: RFI 050 Date: Contractor: Lydig - Self Perform Contractor Ref. No. Description: CRAFT LABOR I Direct Labor Costs: a. crew (apprentices, journeyme b. foreman c. lead foreman n, & laborers) $ 2,548.67 DIRECT LABOR SUBTOTAL $ 2,54&67 Supervision: d. direct supervision (NTE 15% of 1 a) e, safety (NTE 2% of lines la,b,&c) 1. CRAFT LABOR COSTS $ 2,548.67 2. MATERIAL COSTS a. material costs 1,875.00 b. freight costs (itemize) 2. MATERIAL COSTS $ 1,875.00 3. EQUIPMENT COSTS a. owned equipment (per spec approved source) $ b. rental equipment (per invoices attached) $ 2,025.00 3. EQUIPMENT COSTS $ 2,025.00 4. SMALL TOOLS a. small tools (NTE 3%ofla&b) 4. SMALL TOOLS $ - SUBTOTAL 1 thru 41 $ 6,448.67 1 5. OVERHEAD & PROFIT a. 15% on Materials (2) $ 281.25 b. 15% On Labor, Equipment and Small Tools (1, 3, & 4) $ 686.05 5. OVERHEAD& PROFIT $ 967.30 6. SUB -SUBCONTRACTORS a. b. c. d. 6. SUB -SUBCONTRACTORS $ 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS a. NTE 6% for each sub $ 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS $ - 8. Insurance a. Insurance '015 % of 1-7 $ 55.62 8. Bond $ 55.62 9. Bond a. Bond 0.75 % of 1-7 $ 56.04 8. Bond $ 56.04 10. B&O Tax a. B&O Tax 0.47 % of 1-8 $ 35.46 9. B&O Tax $ 35.46 TOTAL COSTI $ 7,563.081 CF032 - RR 050- Ovarpx of GLRnnd.rhnri­ wnii til rnnflirt [I rl 4;plfPprfnrm PM#W I wi- of Issued /R/2070 0 n 0 0 nz, -av_ 0 m m 3 v m... m: C O � rT pl N O a N O 14 ID a Q a 61 In Vt Vi N� ann N N S O J Oo F+ 00 ® N w O O � f Q� Oi O N fin. r 61 ®.. O O O 'a W V N � O C D C H N a � NNNNNNNNNNNNNco thNN NN N NNNN NN N N'UN N N:N N O N V !" UI N O � M w � w 3 rn a R N N /ti N N li N N 1h ih N N /ti N N t!} {/k N N {A N N ih l4 N N iPt N N N t!? iYF c N N O � N ppa O � O N NN N NNihNN#h NNN ltiN Nilti riNN iA NN 8hN N'tltNNN n O O pry N h1 4+ 4+ r�ee n W p •11p0 OW tt V N F-� A W 1-� W O O fT O r�Ez-.` STONEWAY Z CONCRETE Z.0 ACCOUNTING: 9125 TENTH AVENUE SOUTH SEATTLE, WA98108 - (206)762-2566 SEATTLE (Plant #11) 3803 E. Marginal Wy S., Seattle RENTON (Plant #14) 915 HOLIser Way N., Renton A DIVISION OF GARY MERLINO CONSTRUCTION COMPANY, INC. DELIVERY TICKET ACCOUNTING (206) 762-2566 [=AX (206) 763-2730 SALES & ORDER DESK (425) 226-1000 E PLANT LEAVE JOB ARRIVE PLANT lll®1■I r.CUSTOMER NOORDER NO. PROJECT� 'NE-CIVERY CUSTOMER NAME LIST JOB�N6� ............ 1 �ICKET NO. JOB ADDRESS COLLECT ONDELIVERY (C.O.D.) 0 CASH CHECK EICHARGE MAPZONE CARD # EXP. SPECIAL INSTRUCTIONS D VISA L1 MASTERCARD EA biscOVER 'Imp 19 g�p A, JOB TOTAL �oRDEsEb BY TAt T RUCK NO DRIVER Z L J, . . .... . ... W&ER ADDED 0 -SITE CYLINDERS AUTHORIZED BALM FORWARD 0 YES gals. to full load EIYES 'ASON'FOR DEL4 T [ME gals. to 2/3 load 0 JOB NOT READY E) LACK OF HELP Q ADDING WATER 0 WHI�t L 13ARROW JOB b YES 0ARRivEDjbB EARLY OTRAFFIC EITRAIN DDOAWBRIDGE gals. to 113 load r] WAITING FOR fkUCK TO UNLOAD D PUMP BLOW -BACK EIN 0 WAITING ON PUMP DWASH PUMP 0 OTHER ADDITION OF WATER WILL REDUCE - WARNING -• IRRITATION TO M STRENGTH. WATER ADDED AT SKIN AND EYES• CUSTOMER'S OWN RISK. SEEREVFRSE(16 6 MINUTES PER CUBIC YARD NOT RESPONSIBLE FORCOLOR i�MNCLU Ep. VARIA TION OR TICKET TOTAL W1 2 DELIVERY TICKET CONCAVE Rr-NToN (Plant #14) 915 Houser Way N, Renton ACCOUNTING (206) 762 2566 FAX (206) 763-2730 ACCOUNTING: 9125 TENTH AVENUE SOUTH SALES & SEATTLE, WA 98108 (206) 762-2566 A DIVISION OF GARY MERLINO CONSTRUCTION COMPANY, INC. _pf�n DESK (425) 226-1000 TICKETTIMEA�M� ARRIVE JC�q, BEGIN POUR - A RRIVE P NT Pm CU§f6i4R P.6 I o m� ,1\11 ff g OtO�ERED'BY . . . . . . . . . . . . . . . . . . . . . . . MENT16"""",�", ,,SALE F ... .. . . . 7, WATER ADDED ON-Siit CYLINDERS AUTHORIZED 8Y., --�",'SEATTLEWA'BALANCE FORWARD: 0 YES TERMS Cl RE1tERSF (aTAL T gals. to full load El YES gals. to 2/3 lo ad 0 YES qals� to 1/3 load F1 NONE ji I II IV I ADDITION OF WATER WILL REDUCE STAENGTH. WATER ADDED AT CUSTOMER'S OWN RISK I AGREEMt"ACCFSS ON BACK (5), C I USTOMER SIGNATURE 00 + �ui. � yY1 U . PRINT NAME DATE L 12/12 (11 It-1-MN111i'11 r1f,)Dv LYDIG Lydig Construction, Inc. Project: 3012943 - TFS#52 - GCCM 3180 139th Ave SE, Ste 110 15447 65th Ave S Bellevue, Washington 98005 Tukwila, Washington 98188 Phone: (425) 885-3314 Phone:3609072459 Fax: (425) 881-2903 Fax:42588112903 Strust - Overexcavation of GL 8 and Shoring Wall #1 Conflict TO: Lauren Rock (Weinstein A+U) FROM: Alex Carey (Lydig Construction, Inc. - Emma Nowinski (Weinstein A+U) Bellevue) Jose Lorenzo -Torres (Weinstein A+U) 3180 139th Ave SE - Suite 110 DATE INITIATED: 10/09/2019 Bellevue, Washington 98005 LOCATION: PROJECT STAGE: SUB JOB:" COSTIMPACT. Yes (Unknown) DRAWING NUMBER: LINKED DRAWINGS: STATUS: Closed DUE DATE: 10/16/2019 COST CODE: SCHEDULE IMPACT. Yes (Unknown) SPEC SECTION: REFERENCE: RECEIVED FROM: Don Lehman (Lydig Construction, Inc. - Bellevue Off) COPIES TO: Julie DeDonato (Ancona Projects LLC), Justine Kim (Shiels Obletz Johnsen), Don Lehman (Lydig Construction, Inc. - Bellevue Off), Jose Lorenzo -Torres (Weinstein A+U), Kiel Lunsford (Lydig Construction, Inc. - Bellevue Off), Bryce Marion (Lydig Construction, Inc. - Bellevue Off), Emma Nowinski (Weinstein A+U), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. - Bellevue Off) During During excavation of the footing for GL 8, Hart Crowser brought to the attention of Lydig that the geotechnical report required a 3'over-excavation for urg excv tic of the bedrock/shale below the footing. The over -excavation was to be backfilled with structural fill that allowed further settlement to reduce f th differential settlements with other building footings and foundations. It was determined after a conference call with Lydig, SSF and Hart r d'e e n Crowsr Crowser would compromise the structural stability of shoring wall #1 as it removes the active pressure on the toe side of the wall (approximately 70% of designed pressure). Please advise on over -excavation requirements at the footing along GL 8 and/or other footings or foundations, or provide alternate direction on how to proceed with footing and foundation excavation, bacikfill and placement requirements. Official Response: Jose Lorenzo -Torres (Weinstein A+U) responded on Friday, October 18th, 2019 at 2:35PM PDT Attached please find memorandum by Hatt Crowser regarding Geotechnical Design Report Addendum. J. Lorenzo Torres, Weisntein A+U - 10/18/19 Attachments: 19.29701 Tukwila FS52A u -Addend m p f n Official Response: Jose Lorenzo -Torres (Weinstein A+U) responded on Friday, October 18th, 2019 at 10:56AM PDT To reduce impacts to the shoring wall, footing line 8 does not require 3 feet of overexcavation. Instead, we are performing calculations and will produce an addendum memo regarding differential settlement. We have received updated footing sizes and loadings from the structural engineer for our calculations. Our focus is to reduce the estimated settlement below the southern footings, specifically 3B, 3C, 1.8B, 1 C.1, and 2.9D. We understand that the plan for footing 2.9D may change due to a revised elevator type. Once that change is determined, we will move forward with an addendum to the differential settlement section of the report. M, Schmitz, Hart Crowser, Inc, - 10/11/19 We provided Hart Crowser with the required information regarding the elevator, therefore an official memo regarding differential settlement will be provided shortly. J. Lorenzo -Torres, Weinstein A+U - 10/18/19 Attachments: RFI 050 - Struct - Overexcavation of GL 8 and Shoring Wall#1 Conflict HC Rpspons . At Lydig Construction, Inc, Page 1 of 2 Printed On: 01/14/2020 12:37 AM Attached please find memorandum by Hart Crowser regarding Geotechnical Design Report Addendum. J. Lorenzo -Torres, Weisntein A+U - 10/18/19 Attachments: 1929701 Tukwila I FS52Adc1pjndum. f _pA I To reduce impacts to the shoring wall, footing line 8 does not require 3 feet of overexcavation. Instead, we are performing calculations and will produce an addendum memo regarding differential settlement. We have received updated footing sizes and loadings from the structural engineer for our r-alculations. Our focus is to reduce the estimated settlement below the southern footings, specifically 313, 3C, 1.813, 1C.1, and 2.9D. We understand that the plan for footing 2.9D may change due to a revised elevator type. Once that change is determined, we will move forward with an addendum to the differential settlement section of the report. M. Schmitz, Hart Crowser, Inc. - 10/11/19 We provided Hart Crowser with the required information regarding the elevator, therefore an official memo regarding differential settlement will be provided shortly. J. Lorenzo -Torres, Weinstein A+U - 10/18/19 Attachments: RFI 050 - Struct - Overexcavation of % 8 and Shoring ll# Wza1 conflict e.p f _Qonf_ I In FSTOMITS e�� Lyclig Construction, Inc. Page 2 of 2 Printed On: 01/14/2020 12:37 AM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone:3609072459 Fax:4258812903 Prime Contract Potential Change Order #034: CE #057 - 11171 #102: Struct - Electrical Conduits in Moment Frame Footing at GL 7/E.5 TO: City of Tukwila FROM: Lydig Construction, Inc. - Bellevue Office 6200 Southcenter Boulevard 3180 139th Ave SE - Suite 110 Tukwila Washington, 98188 Bellevue Washington, 98005 PCO NUMBER/REVISION: 034/0 CONTRACT: 30129 - Tukwila Fire Station #52 - GCCM Prime Contract REQUEST RECEIVED FROM: CREATED BY: Alex Carey (Lydig Construction, Inc. - Bellevue Off) STATUS. REFERENCE: FIELD CHANGE: LOCATION: MAMMMIM Pending- In Review CREATED DATE: 1/8/2024 �-RIME • None ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT. $937.80 POTENTIAL CHANGE ORDER TITLE: CE #057 - RFI #102: Struct - Electrical Conduits in Moment Frame Footing at GL 7/E.5 CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #057 - RFI #102: Struct - Electrical Conduits in Moment Frame Footing at GL 7/E.5 Structural footing depth increased to accomodate piping changes required by structural. REVISED: Revisions include the following responses to comments provided from PCO Review - responses are in bold italics: Design Team Comments: This shouldn't be an added cost — the conduits were routed without design team input and the drawing set included a standard detail for how to run them under footings. The conduits were routed with input from structural and confirmed direction through the RFl response: "As discussed on the phone with Dan Morrow (SSF), please confirm the following footing revisions are to be made. The footing was scheduled to be poured today, 11120119, but will be delayed to accommodate these changes. 1. Conduit will be undermined by 6" below bottom of conduit to be fully encapsulated in concrete and provide a load path. Please confirm the footing is to increase in depth by roughly 10" to encapsulate 4" conduit in 6" of concrete below bottom of pipe. 2. Dan clarified that the bottom of anchor bolts to top of conduit must have 6" of concrete minimum. Please confirm this requirement ME= Confirmed both #1 and #2 above. D. Morrow Swenson Say Faget 11-20-2019" Conduits running to panel M, directly north of moment frame footing extension, are routed beneath the footing. Detail on 17IS301 shows conditions for pipe sleeves routing through continuous footing/stern walls. Footing is 24" deep with 18" anchor rods. Top of 4" conduit was directed to be at a minimum 6" below anchor bolt (original bottom of footing), and bottom of footing to be lowered an additional 6" below bottom of conduit to transfer load to ground instead of onto the conduit. Total depth increase of 10". 4Wx4%x10"D footing extension resulted in approx. 1 additional yard of concrete for this footing. Lydig Construction, Inc. page 1 of 2 Printed On: 1/2212020 11 :11 PM LYDIG ATTACHMENTS: t-fs--5,.2�g_c_c__,m_-rf-i--1-0--2--s—truc—t -el—ect-r-i.c-a,l-c-o—nd--ui-t-s-i-n---moment frame footing aU1 7 e.5-202001140819.r)df PCO 034SP.pdf_ # Cost Code Description Typa Amount 1 03--001-99- - BP-03 - Structures Subcontractor $879.95 Subtotal: $879.95 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. $0.00 Fee - Sub Tier Work. 4.50% Applies to Subcontractor and PurchaserAgreements. $39.60 GL Insurance: 0.75% Applies to all line item types. $6.90 P&P Bond: 0.75% Applies to all line item types. $6,95 B&O Tax: = 0.47% Applies to all line Item types. $4.40 Grand Total: $937.80 Owner Signature Date I LYDIG PCO #034-SP Lydig Construction, Inc. Project: 30130-10 - TFS#52 - Self -Perform 3180 139th Ave SE, Ste 110 15447 65th Ave S Bellevue, Washington 98005 Tukwila, Washington 98188 Phone: (425) 885-3314 Phone: (360) 907-2459 Fax: (425) 881-2903 Fax: (425) 881-2903 Prime Contract Potential Change Order #034-SP: CE #057-SP - RFl #102: Struct - Electrical Conduits in Moment Frame Footing at GL 7/E.5 TO: City of Tukwila FROM: Lydig Construction, Inc. - Bellevue Office 6200 Southcenter Boulevard 3180 139th Ave SE - Suite 110 Tukwila Washington, 98188 Bellevue Washington, 98005 PCO NUMBER/REVISION: 034-SP 0 CONTRACT 1 - Tukwila Fire Station #52 - Self -Perform Prime Contract REQUEST RECEIVED FROM: CREATED BY Kiel Lunsford (Lydig Construction, Inc. - Bellevue Off) STATUS: Approved CREATED DATE: 1/13/2020 REFERENCE: PRIME CONTRACT None CHANGE ORDER: FIELD CHANGE: No LOCATION: ACCOUNTING Amount Based METHOD: SCHEDULE IMPACT., PAID IN FULL: Na TOTAL AMOUNT. $879.95 POTENTIAL CHANGE ORDER TITLE: CE #057-SP - RFf #102: Struct - Electrical Conduits in Moment Frame Footing at GL 7/E.5 CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #057-SP - RFI #102: Struct - Electrical Conduits in Moment Frame Footing at GL 71E.5 ATTACHMENTS: PCO 034SP - CE 057 -SP - RFI 102 - Elec Conduits in Moment Frame (L C11 _Sgff Perform -PQO--Ql) p f Cost Code Description Type Amount Cont Figs (WD) Form Labor $750.29 Subtotal: $750.29 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's1PA's, and Project Contingency. $ 112.54 Fee - Sub Tier Work: 8.00% Applies to Subcontractor and Purchase Agreements. $0.00 GL Insurance: 0.75% Applies to all line item types. $6.47 P&P Bond: 0.75% Applies to all line item types. $6.52 B&O Tax! = 0.47% Applies to all line Item types. $4.13 Grand Total: $879.95 Owner Signature Date COP Subcontractor Breakdown Summary Project Name: Tukwila Fire Station #52 PCO: 034SP Project No. 30130 Document Reference: RFI 102 Date:: 11/8/2020 Contractor:, Lydlg Contractor Ref. No. Description: 1. CRAFT LABOR I Direct Labor Costs: a. crew (apprentices, journeymen, & laborers) b. foreman c. lead foreman DIRECT LABOR SUBTOTAL Supervision: d. direct supervision (NTE 15% of 1a) e. safety (NTE 2% of lines la, b, &c) 2. MATERIAL COSTS a. material costs b. freight costs (itemize) 3. EQUIPMENT COSTS a. owned equipment (per spec approved source) b. rental equipment (per invoices attached) 4. SMALL TOOLS a. small tools (NTE 3%ofla&b) 5. OVERHEAD& PROFIT a. 15% on Materials (2) $ 22.50 b. 15% On Labor, Equipment and Small Tools (1, 3, & 4) $ 90.04 6. SUB -SUBCONTRACTORS a. b. C. d. 1. CRAFT LABOR COSTS $ 600.29 2. MATERIAL COSTS $ 150.00 3. EQUIPMENT COSTS $ 4. SMALL TOOLS $ SUBTOTAL 1 thru 41$ 750.291 5. OVERHEAD& PROFIT $ 112.54 6. SUB -SUBCONTRACTORS $ 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS a. NTE 6% for each sub $ 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS $ - 8. Insurance a. Insurance 0.75 % of 1-7 $ 6.47 8. Bond $ 6.47 9. Bond a. Bond 10. B&O Tax a. B&O Tax 0.76 % of 1-7 $ 6.52 0.47 % of 1-8 $ 4.13 8. Bond $ 6.52 9. B&O Tax $ 4.13 TOTAL COST CF OS7 - RFI 102 - Flpr Conduit in Mnmpnt Frame (I Cl Self Ppriffirm PCO 01 )-wky ­., 1 11 A MIA mmdni� u iAiYaiYn�tidni■ �emlYAl�lIY�IA� I�AIYIunIWMIYNNI II MAIYIdAINIIIYIVAIYI muN�niMiuniuni� I�� N�IUIIY�N��II��IYNllll�l I�IYRIIIAIYIYnI�nlNlunl N M UMP W N — 333 ,t� W j TI -n Rn n C N Y w n R1 ( CD CDQ Cr O: m 0) m w ° C � N al CD0 C m 'a N N 3 am r C CD x w y 0 N w m ° N (a > @ N n m v n@ Q. @ o O n Q O o a OB c V 7 t7 to C -V @ N v f° J Qo @ 1 N m 4 E n. ° Ln z m P. p s 0 a O O O X 3. m co m .y 0 3 3 3 ? N J p W C _ _ @ m 2 w a N n m w w w s w Q m w 'N T � m Q CL O C w N a m r- m os @ Q N 0°.. m0 . N cr ° =h O °» ro w r aw _cr _moo sm m 3 -o w c o- C .O p C `<.. CL m m en a'- -U m to m m w' 0 � n� 3 °c w EO 0 m N w En to C p n a m w� m CD CC,a CD ''< m _' C. '_ 3 5 m y ` o C a - _ 2. m =' cn O w n = c° � 4a 3 m m ro 3 Q M. m CD M =3 G d CD D. d `Fr °.:m o _ :3 n w ° 0 0 m o m m N O ° CD = @ CD v a 0 CD ^4 w V w Ul .P —O W @ A w o C. :(� C n O O �: m °_ ° < c Q D CrL < O r-- w C 'O m O CD w en :-. o N �.. w :N. Nto m. 0 o w c � m 0 D m W o 0 w m C N v O C ,c . -m Rai 4A N- A N V W O. N w : O 4T7 Ca W IA -ND 40 4A 4A &4 ,: 4w ; 4A in 40 1.9 47 o co V °e i-a o W V W W`4 w m w w 4A 4A 4A <0 <A 4A '. 469 : 64 4A fA 4A d n o m' W 65 V O T 0 m 0? A V O: 4A 1 49 40 49 ' 4A 40 4A 4A 4A 49 40 46 4A {A : 49 to 69 ;. 40 4A - 4A 1 69 I 4A : 4A ; 1 fA 46 e 4.9 4A 49 4A 4A 4A 69 .6q 49 44 4f}:' 4A -W s; 4A '. 40 40 :: 69 4» <A ' 4w 46 '. 1 U L COP Subcontractor Breakdown Summary Project Name: Tukwila Fire Station #52 PCO:' 034SP Project No. 30130 Document Reference:. RFI 102 Date: 1/8/2020 Contractor: Lydig Contractor Ref. No. Description: 1. CRAFT LABOR, Direct Labor Costs: a. crew (apprentices, journeymen, & laborers) 600,29 b. foreman $ - c. lead foreman $ - DIRECT LABOR SUBTOTAL $ 600.29 Supervision: d. direct supervision (NTE 15% of 1 a) e. safety (NTE 2% of lines la, b, & c) 1. CRAFT LABOR COSTS $ 600.29 2. MATERIAL COSTS a. material costs IWOO b. freight costs (itemize) 2. MATERIAL COSTS $ 150.00 3. EQUIPMENT COSTS a. owned equipment (per spec approved source) b. rental equipment (per invoices attached) 3. EQUIPMENT COSTS $ 4. SMALL TOOLS a. small tools (NTE 3%ofla&b) $ 4. SMALL TOOLS $ - SUBTOTAL 1 thru 41$ 750.29] 5. OVERHEAD & PROFIT a. 15% on Materials (2) $ 22.50 b. 15% On Labor, Equipment and Small Tools (1, 3, & 4) $ 90.04 b. C. d. 6. SUB -SUBCONTRACTORS $ OEM a. NTE 6% for each sub $ 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS $ - 8. Insurance a. Insurance 0.75 % of 1-7 $ s 6.47 8. Bond $ 6.47 9. Bond a. Bond 0.75 % of 1.7 $ 6,52 8. Bond $ 6.52 10. B&O Tax a. B&O Tax 0.47 % of 1.8 $ 413 9. B&O Tax $ 4.13 TOTAL COST 1 $ 879_95J rC:nr'7- on a ,) - rim.. r­A.,;+, ;m KA­n+ c­n I iri CvIfD­4^­ Drnni I viev n�m�m�in�mni�i�ti AInYIIIn�IIIIIOI� z 9 m 2. '.2. 9 2. 6 6 9 3 9 :,4 EP 9 B 3 3 3 9 CL Cn "I' n go C-D CD 0 C & 0) =r F) N) -n cD M 0 cL CD -n CD Cr c r, - (D CML w co, CCDL pi a CD - T. 0 CL @ > = CD ao 0 -a 3 0 CD CD —mc3o OCDCO'-O 12 M M W CL :, CD o 0 D (D CL Or- 'D 3 cr < 0 CD CD w 0 a) CD �2 r- 5VO—-0 10 -cr CD -03l< 0 (D > ID :-:� 9. 9�a,,D cDM3- 3 0— m3 = .0 CL 'COD @ CD CD 0 > CD = c > 0 C) , a �,< 3ol En CD -- CL s 0 w = 0 M 0 CD @ C) (n CD - Q. 0 < cn :-4 C, 00 0 0 m 3 CD cD 2 =wl 10 1� 100 CD 7 @ 0 TL , an 0 -104 ID CD o CD MO EL CD QL q -4 0 FD. w (n ID -4 0 ox Un i 0 _eiCD Ll 3 �it CL 0 @ o c c5: 2. tJl U) cl =-r C-D < (D a 3 rr CD CD < CD CD CL cr =H < CD CL Cr CD ,< n 0 CD CD =Z 0 w 0 06 CD w CD ;L 0 0 U 5 � CD 0 -0 = 'a. =r m CD -0 o CD 0 -4 00 V Ch :cl 54 CO) 'a ;o 0 c CD 07 -q o 0 0 $ 0 cc I = 0 5. iz - r r- =r CD w W M CD < r- < CD CL ;:� CD (D = 0) " 69 CD (D U3 C, ;u m 12D ti 0) O 0 P, rt C, -a o o & Er 4� 0f IrA 14 1.9 1-0 14 10 0 ill) 119 <A ey co -4 cn w -.4 w w --j m m co 00 to to 6s 4A Etn 69 69 1W En ffl 1.9 � to -4 (D m to w th A A -141 00 4-k 169 69 49 40 69 to In 40 -W <A 419 Ni 1.9 40 44 64 4.9 40 169 Een 1-1) 40 46 in e,9 09 69 46 4A 4A t� 4A 4A kl �OM � LYDIG Lydig Construction, Inc. Project: 30129-43 - TFS#52 - GCCM 3180 139th Ave SE, Ste 110 15447 65th Ave S Bellevue, Washington 98005 Tukwila, Washington 98188 Phone: (425) 885-3314 Phone:3609072459 Fax: (425) 881-2903 Fax:4258812903 Struct - Electrical Conduits in Moment Frame Footing at GL 7/E.5 TO: Emma Nowinski (Weinstein A+U) FROM: Alex Carey (Lydig Construction, Inc. - Jose Lorenzo -Torres (Weinstein A+U) Bellevue) Lauren Rock (Weinstein A+U) 3180 139th Ave SE - Suite 110 DATE INITIATED: 11/20/2019 Bellevue, Washington 98005 LOCATION: PROJECT STAGE: SUB JOB* COST IMPACT: Yes (Unknown) DRAWING NUMBER: LINKED DRAWINGS: STATUS: Closed DUE DATE: 11/27/2019 COST CODE: SCHEDULE IMPACT: Yes (Unknown) SPEC SECTION: REFERENCE: RECEIVED FROM: Don Lehman (Lydig Construction, Inc. - Bellevue Off) COPIES TO: Julie DeDonato {Ancona Projects LLC), Justine Kim (Shiels Obletz Johnsen), Don Lehman (Lydig Construction, Inc. - Bellevue Off), Jose Lorenzo -Torres (Weinstein A+U), Kiel Lunsford (Lydig Construction, Inc. - Bellevue Off), Bryce Marion (Lydig Construction, Inc. - Bellevue Off), Emma Nowinski (Weinstein A+U), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. - Bellevue Off) Clarification is needed for footing design revisions for the moment footing at GL E.5 and 7. There are conduits that feed two panels in Shop 138 that "atio I rif m run 7through the moment frame footing. As discussed on the phone with Dan Morrow (SSF), please confirm the following footing revisions are to be through e made. I e footing ade. The footing was scheduled to be poured today, 11/20/19, but will be delayed to accommodate these changes. 1 � Cc uit w 11 e 1 . Conduit will be undermined by 6" below bottom of conduit to be fully encapsulated in concrete and provide a load path. Please confirm the footing is to increase in depth by roughly 10" to encapsulate 4" conduit in 6" of concrete below bottom of pipe. 2. Dan clarified that the bottom of anchor bolts to top of conduit must have 6" of concrete minimum. Please confirm this requirement. Attachments: RFI 102 - Struct - Electrical Conduits in Moment Frame Footing atGL 7-E.5.p f Official Response: Lauren Rock (Weinstein A+U) responded on Wednesday, November 20th, 2019 at 1:59PM PST Confirmed both #1 and #2 above. D. Morrow Swenson Say Faget 11-20-2019 Attachments: RFI-1 02 - Struct - Electrical Conduits in Moment Framelgothin Aat QL Z-E.5 SSF resoonse:pdf All Replies: Confirmed both #1 and #2 above. D. Morrow Swenson Say Faget 11 -20-2019 Attachments: RFI-102 - Struct- Electrical Conduits in Moment Frame Footing atGL 71-E.5 SSF response f BY DATE COPIES TO Lydig Construction, Inc. Page 1 of 1 Printed On: 01/14/2020 12:19 AM CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 005 DATE: 213/2020 PROJECT NO.: 90830402 PROJECT NAME: PSP — Fire Station 51 Im BUDGET NO.: 305.98 CONTRACT NO..- 18-001 AMENDMENTNO: 012 Ate 0 You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner"which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See Attached Exhibit "A" We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. 551 SE, Previous Change Order FS51 (glti ZQ Contractor L- j�Dl<z J/ Title &Q1&-Z4 tax) $ 9,587,314.00 V APPROVED BY THE CITY OF TUKWILA This Change Order FS51 (without tax) REV. CONTRACT AMOUNT FS51 $ 380,134.88 $ 34,756.77 $ 10,002,205.65 V/ iginal Contract Time FS51: 420 days (May 19, 2020) Additional Contract Time for this Change Order FS51: 0 days Updated Contract Time FS51: 420 days (May 19, 2020) ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) Deputy City Administrate SOJ Program Director -bg1m2 t-1141 cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File 6"? " /6/&A-Ls (11/2014) Exhibit "A" CHANGE ORDER - SUMMARY CITY OF TU ILA - PUBLIC SAFETY PLAN Project Name Fire Station 51 LYDIG CO # 005 Project # 9083040 Contract # 18-001.1 (L ) TO CONTRACTOR: Lyig Construction Date 213f2 3'�180..139th Ave SE,, Ste 110 I Bellevue, WA 98005 Reason COP/CCD # Description Code Amount COP 010 CE #030 - ASI-007 - Portable Generator Size and Aluminum Feeders. DC $27,719.63 Includes revised drawings for the electrical permit resubmittal with the following changes: 1; Clarifying aluminum feeders, 2. Upsizing the portable generator connection, Upsized ATS and Camlock connection point. COP 019 CE #054 - #149: ARCH - Added Classroom Lock to SCBA Door 137. Revised OC $532.26 hardware for door 137 to the SCBA room. Omit lach set as scheduled, and replace with lockset body, cylinder and construction core, permanent core and keying. COP 020 CE #052 - Unsuitable Soils from Storm Excavation. Export of unsuitable soils UFC $6,504.88 associated with the storm system installation. Pricing has been adjusted down to remove markups not allowed on unit pricing. Lydig Change Order No. 005 $34,756.77 ILYDIG Mou #010 Lydig Construction, Inc. Project: 3012543 - TFS#51 - GCCM 3180 139th Ave SE, Ste 110 17951 Southcenter Parkway Bellevue, Washington 98005 Tukwila, Washington 98188 Phone: (425) 885-3314 Phone: 425-885-3314 Fax: (425) 881-2903 !Arne Contract Potential Change Order #010: CE#030-ASI-007 Portable Ge TO: City of Tukwila FROM: Lydig Construction, Inc. - Bellevue Office 6200 Southcenter Boulevard 3180 139th Ave SE - Suite 110 Tukwila Washington, 98188 Bellevue Washington, 98005 PCO NUMBER/REVISION: 010/0 CONTRACT- 30125 - Tukwila Fire Station #51 - GCCM Prime Contract (18-001.1) REQUEST RECEIVED FROM: CREATED BY. Kiel Lunsford (Lydig Construction, Inc. - Bellevue Off) STATUS: Draft CREATED DATE: 11/12/2019 REFERENCE: PRIME CONTRACT #005 - Change Order 05 CHANGE ORDER: FIELD CHANGE: No LOCATION: ACCOUNTING Amount Based METHOD: SCHEDULE IMPACT: PAID IN FULL: No TOTAL AMOUNT- $27,719.63 POTENTIAL CHANGE ORDER TITLE: CE #030 - ASI-007 Portable Generator Size and Aluminum Feeders CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #030 - ASI-007 Portable Generator Size and Aluminum Feeders Portable generator size and aluminum feeder upsizing per ASI-007. REVISED: Revisions include' the'following responses to comments provided from PCO Review - responses are in bold italics: REVISED PRICING FILES INCLUDE: • KG Subcontractor COP breakdown template COP 001 McKinstry 1.13.20rl - combined.pdf • Accubld Final 1.9.2020.x1sx 1) Please provide more detail in the PCO with respect to providing clarity in what the change specifically is, what is the root of the change, and why it is a change. We need to put together descriptive narrative in the Change Order paperwork and that would be helpful. • This ASI includes revised drawings for the electrical permit resubmittal with the following changes: 1. Clarifying aluminum feeders 2. Upsizing the portable generator connection,, Upsized ATS and Camlock connection point 2) Also, because there is not much description, I can't tell why this should bean Owner's Change Order rather than a Contractor contingency issue; • This is pricing provided in response to owner direction via an ASI that changes the contract documents. 3) The markup you used on the cover page (8%) is incorrect. It should be the amount (percentage) of your fee (which I think is 4.5%). That was changed in the contract documents with the last amendment (I believe Craig is aware of that). • Markup has been changed to 4.5% as was agreed to after this PCO, was submitted. 4) Here are some detail pricing comments: Lydig Construction, Inc. page 1 of 2 Printed On: 1/30/ 2020 04 :17PM LYDIG a) McKinstry's labor unit build up shows only for a foreman but I'm pretty sure they have journeyworkers for most/part of the work. The labor rate table should be revised to include the JW rate also; • Crew mix has been updated b) As the $96 rate used is for a Direct Supervision person (foreman), there should not be another markup for Direct Supervision in their pricing - $774.80 disallowed • PM time has been removed c) Safety ($88.61) and Small Tools ($401.69) are just rote markups and are not allowed - those items are carried in the 15% Self Perform OH&P markup (by the way McKinstry is using 12% markup which is appropriate). Previous markups were breakouts of total fee and were less than 15% total meeting project requirements. Updated pricing removed Safety and tools percentages as requested. Fee on work performed has been increased to 15% allowable. d) Need backup for the almost $4,000 of materials priced but not specified Material backup was provided previously in a rile titled Accubid Export Final. Updated material breakdown is shown on estimate backup (Titled. Accubid Final 1.9.2020) e) Need to demonstrate how the original bid was such a low number in both hours (3.5 hrs) and material costs ($803) compared to what is current. It doesn't appear that an appropriate credit is being provided. Some sort of bid estimate or quote could be provided. • Labor to install original — The underground conduits from the 100 amp Transfer Switch (Original) were installed — the only labor left would be to install the 100 amp Camlock and Pull the 100 amp feed — set 100 amp Transfer switch f) Someone needs to validate the 97-plus hours claimed for the additional work in this change The size of the CamlocklManual Transfer Switch was increased from 100 amp to 800 amps— This involved running (2) 4" Conduits overhead from the MTS to the camlock cabinet— This includes building the overhead rack support system— Larger feeders ATTACHMENTS: KG Subcontractor COP breakdown templateCOP001 McKinstry 1.30.20 - Combined.pdf # Cost Code Description Type Amount 1 26-001-99- - Electrical Subcontractor - BP 11 Electrical Subcontractor $26,010.00 Subtotal: $26,010.00 Fee -Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PXs, and Project Contingency. $0.00 Fee - Sub Tier Work: 4.50% Applies to Subcontractor and Purchase Agreements. $1,170.45 GL Insurance: 0.75% Applies to all line Item types. $203.85 P&P Bond: 0.75% Applies to all line item types. $205.38 B&O Tax: = 0.47% Applies to all line item types. $129.95 Grand Total: $27,719.63 Owner Signature Date �, I= 1. CRAFT LABOR I Direct Labor Costs: a. crew (apprentices, journeyme b. foreman c. lead foreman n, & laborers) $ 9,106.06 DIRECT LABOR SUBTOTAL $ 9,106.06 Contractor Ref. No. Supervision: d, direct supervisionty e. safe 1. CRAFT LABOR COSTS $ 9,106.06 2. MATERIAL COSTS a. material costs $ 12,6�78.20 b. freight costs (itemize) $ 2. MATERIAL COSTS $ 12,578.20 3. EQUIPMENT COSTS a. owned equipment (per spec approved source) $ 97i53 b. rental equipment (per Invoices attached) 3. EQUIPMENT COSTS $ 972.53 4. SMALL TOOLS a. small tools 4. SMALL TOOLS $ - SUBTOTAL 1 thru 41 $ 22,656.791 a. 15% on Materials (2) $ 1,509.38 b. 15% On Labor, Equipment and Small Tools (1, 3, & 4) $ 1,209.43 5. OVERHEAD& PROFIT $ 2,718.82 6. SUB -SUBCONTRACTORS a. b. C. d. 6. SUB -SUBCONTRACTORS $ 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS a. NTE6%for each sub 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS $ - 8. Bond a. Bond 0.00 % of 1-7 $ 634.39 8. Bond $ 634.39 9. B&O Tax a. B&O Tax 0.00 % of 1-8 $ - 9. B&O Tax $ - TOTAL COST $ 26,010.00 KG Subcontractor COP breakdown template COP 001 McKinstry 1.30.20.xIsx Page _ of Issued 1/30/2020 0 n 0 0 S a S w< 4 q n o_ Q v' o' vl v. A ar W m o 2 b !C O N w w S Q O Fes+ N 0R Ls i/s th ih iA th ifs iIs ih 4A Vf i/P ih Vl {/s ifF ils V/Y iPl ih iA ils iA M i/s i/s ill i/s itl i/s iA ih Vi O � A ? F^ m iu rn v a w Ot N .P n x c w w w w 'D iXs 3. v"i O O Ol O or'o N ifs iff ih ill .y.s ill tls iJi iJ? ils iA ifs Vs to U} LR dJ? {A Vl Vs ih i6M ilf t/s ifs' Vl ifs ttT itl i/ti i/s iIT N Oa w 00 tID O N Ot O N Q $ g08 C m m ill 3 oO10 O 0~tl ro Ys Vs ifs U1 Vt V} h 1A Vs iM1 Ls VI 1A M i,h i!4 ifa.. fl ill ih ifs 1A ill VF ils ils ils in 1l1 lh Vl Kf1 O m w m N 0�0 A in W ® O L. W V! ilT th iM1 ih th to i!T ih 44 is ifs ifF iff N ilT ils ill it's i!F Vs {fp lh iA 41 1A ifs iJT ih. ils to A C 6 N A� W Oo w d: O Do : Of 1D Ot. O N. 4 r.:r. 00 in in A' O O w 00 : N .P Oo: O O CY) L'i -N W N) — 0 0 0 0 a m 3 3 3 3 3 3 C (D —w 0 it S IJ En a > (nZ. =v cn 1i N -n cL @ m -n o a- m CL W CD 0 C: CD > 3 3 3 0 m 0 m CD M 0 0 < Q. 3 LI) o CD 0 OOCLoa:3 0 3 -0 m x CD > 0 ED :3 Y. 0 h > to CD n 0 cr =1 0 CD om CD U) 0 m @ --j N 9 m @ 2 aN CD 0 @ 0 0 FA :3 to IM to 0 M =) @ En .-A 0 ccn 0 C. 9 cr w 666 333 CD33CD CD (D E'r Frio CD Er @ -n CD CL N CD o C. :3 CD r- F @ 0 a CL u CL 0 co 0 a� CD 0 (4 C=D m 3 3 0 0 < CL 3 5 CL CD (D o a -0 cn !R 0 a) CD 0 CD 3 0 ID -aCD W - CD (D :3 CL < 0 Er 2. "<L EF @ cn CD 07 0 vy `< CD 0. CL CD 0 a) =r = CL - 3 < (D cr CD < (D CD CL ID u 0 0 0 0 :3 0 -1 0 :11 as to :0- p M c !v 09mos -400 ULU) > 0 !i �i = 0 CD o :: ;Mo 0 r Up (D CL C CD CD F 0 o o 0 m o CD w V o o 0 m o En Im C. 'D 0 C, 11 C� 111 CD C) liz .1 40) 60 4A 4A #.A 40 69 69 C M o W PJ -4 C) .69 4A 40 4A to P P PO OD 40 co W 01 CO W O 4A 40 4A 6A 4A 4A #A 1.9 69 �bq 4a -W 4ii FA 4A 4A llf: 69 4A 49 40 4A 60 .69 6A 'A 4A 40 In tn �w 4m 4A 4A 4A e aQ H 5w c 3a e" �n�$�xay5aa $c::,.. _MMG m�m_a;��£nn,,.,nnnnnnnnnnm_..nnnnn, mem., sWe sa ose_asasag»�taex> s �«e000ao Mew�eeameeae� _ s ................ ffi GC v k e C k x`.8 s. txg S K: A.:v eCm:.:mmuo o_..v�«va�c�C8N� n:;g nnnnnnnnnnnnn m_mnnnnn�. 1 C n e n e e eaepova000enooeeg x _ E F ............................... 5 In g gp $ �gacseez �_ee-s�tatx�aps=e=�. M H o O p m N C 'W Q N Zy<m � Z D Z n m ri NNE W A A = C ;o 00 V bJ N ID O� W A N V W A C Q to O V O Ol �y N N L N — W 2 F w N W W W 'T W W W W F-� d W O W p H 00 Q m F+ 00 tN0 A A p Nin un N Ol QY D A A 0 .. ui mm— in b. (n tD N A T C W [O l0 JO F LO O N w ID h O a (D --1 K fD O C a O n 0 c W coo a 0 N on 2 u w w aO10 v n 0 a m 0 00 00 90 00 .1h Ln w w X� IDlD w O GI N 0 0 -4 m- 90 to C* O ro LD LO w 00 Ln w ro m x ro o ' c) A SL a m c ^ o a aa: � w a nm m' 0 n D.O.. D.-. ::p v 3 � w n A lt1 t0 v Oti N O In N w O O O O A Q C� N a c 8 ro w vti w n A i0- N n N 6, N O p O O C fD a 0 Z a m n 0 a m v m October 10, 2019 CHANGE ORDER NO: 56731-2 Cummins 1030 SW 34th St, Suite A Renton, Washington, 98057 Project: Tukwila Fire Station 51 Change Order No: 56731-2 McKinstry Company (Seattle) 5005 Third Ave South Seattle, Washington, 98134 Item Notes ID Description Qty I - AC20720ABI FFCC-C2-800-D-U3-G-ALU-LA (800 A docking station) 1 2 - SW11677RMM2 QCP 400-A Connect Panel 400A 311 -1 3 - AC20745AB1 TUKWILA FIRE STATION 51 1000A Thompson SE ATS 1 4 - SW19391RMM1 SE ATS 800A 4 Pole 120/208V 65KAIC .1 Grand Total: $8,982.00 Total Does Not Include Sales Tax Cummins Terms & Conditions NOTES Please use this as a reference for the "note" column in the quote, a. Factory Assembled. b. Assemble at Cummins facility. c. Shipped loose items. Assemble/Install by Cummins at job Site. d. Shipped loose items. Assemble/Install by customer at job Site. e. Start and Test performed by Cummins. f. Start and Test performed by customer. OPTIONS List here or delete line This quote is based on written specifications Section pages Section , pages through drawings and with the following exceptions and clarifications. This quote was based on verbal requests and this package may or may not fit the owner's application. List here or delete line INTERNATIONAL BUILDING CODE (IBC) CERTIFICATION The products in this quotation identified as meeting the requirements of the 2009 IBC have been certified by their respective manufactures via a combination of analytical testing and shaker table testing. Not all products have been shaker table tested. OFFICE OF STATEWIDE HEALTH PLANNING AND DEVELOPMENT (OSHPD) Panp 1 of 7 i October zo^znzy CHANGE ORDER NO: 56731-2 QSHPD seismic requirements are continuing toevolve. Please contact Cummins for the most current requirements for meeting OSHPD applications. Cummins generators are equipped with the manufacturer's recommended circuit breaker. Information regarding this device can be supplied upon request. This quotation isnot valid if any changes mthis circuit breaker(s)isrequired tocoordinate witbotherdevices iothe electrical distribution system. If changes are required, the customer must provide a copy of the coordination study listing the manufacturers part number of the disconnect device to be supplied with the generator and a revised quotation will be issued Transfer switch(es), if included in this quotation, require a withstand and closing rating (WCR) capable of meeting the available upstream fault current (kAlQ. The WCR may be based on a specific breaker rating or a time -based rating, and it is the responsibility of a qualified facility designer or engineer to verify compatibility. In the event that the proposed transfer switch(es) are not compatible, the transfer switch(es) will need to be re -quoted to ensure compatibility. A full listing of the WCR can be provided upon request and will be included as part of the submittal Submittals � Typical submittal lead time is 2 weeks after receipt of purchase order. 331= Current lead-time is after submittal and . approval ' CumQVwUNS STANDARD EXCLUSIONS Exhaust System All off -engine piping, hangers, flanges, gaskets, bolts, insulation, materials- toinstall. . ' Fuel System All fuel piping and materials not limited to; supply, return, venting, valves, coolers, filters, pumps, fittings, primary fuel regulator, storage tank & senders, external to genset package. All fuel for testing and initial fill. Fuel tank vent extensions and flame arrestors unless specifically listed in the Bill of Materials. Intake louvers, exhaust louvers, air dampers, sheet metalducting, flex adapters, sound mtueuetos/baffles. All off engine piping, flexible connections, labor and coolant for remote cooling systems. Electrical All off -engine wiring, field terminations of wiring, and lugs other than those detailed in our submittal. Mounting Mounting bolts and anchors. Vibetinniodatno(ifinc|uded)maybeshipped|ooseforinsta||a1ionatthejobsiusbyotheo. Seismic engineering calculations. Electrical Testing Not limited iol ElectricalTestingAssociadnn<NBAJ infrared scanning, harmonic content urother independent agency testing of switchgeacswitchboards, protective relays, circuit breaker, electrical coordination studies, arc flash studies and reactive load site testing. Environmental Testing Environmental Protection Agency (EPA), local air quality district or other Authority Having jurisdiction (AHJ), includingacoustical. Programming ' All protective relay settings, breaker settings, PLC programming or other user configurable device programming. Electronic submittals and operation and maintenance manuals will beprovided, Printed copies are available upon request, Fa.Te73-5WaTM October 10, 2019 CHANGE ORDER NO: 56731-2 additional charges may apply. Miscellaneous Site specific labeling. Exhaust backpressure, airflow restriction or vibration analysis Design Cummins is not responsible for system design or engineering and does not guarantee system performance standards. Cummins will supply documentation and reasonable assistance to others responsible for system engineering, design and performance. Taxes and Permit Any applicable sales tax, permits, fees, licenses. Bonds Any bid bond, payment or performance bond or other type of bond. All items listed above are excluded and will only be supplied by Cummins if agreed upon, in writing, by a sales representative for Cummins. CUMMINS STANDARD TERMS AND CONDITIONS FOR SALE OF POWER GENERATION EQUIPMENT Purchase Orders must be made out to 'Cummins Inc', reference the Cummins quotation number and must be acknowledged in writing by Cummins to be deemed accepted. Purchase Orders must include a requested delivery date. These Terms and Conditions for Sale of Power Generation Equipment, together with the Quote, Sales Order, and/or Credit Application on the front side or attached hereto, are hereinafter referred to as this 'Agreement' and shall constitute the entire agreement between the customer identified in the quote ('Customer') and Cummins Inc. ('Cummins') and supersede any previous representation, statements, agreements or understanding (oral or written) between the parties with respect to the subject matter of this Agreement. in the event of any inconsistency between this Agreement and any purchase order or document produced or delivered by Customer, the terms and conditions of this Agreement shall take precedence. SCOPE. Cummins shall supply power generation equipment and any related parts, materials and/or services expressly identified in this Agreement (collectively, 'Equipment`). No additional services, parts or materials are included in this Agreement unless agreed upon by the parties in writing. Any Quote is valid for 60 days. The price is firm provided drawings are approved and returned within 60 days after submission and ship date is not extended beyond published lead times. Any delays may result in escalation charges. A Sales Order for Equipment is accepted on hold for release basis. The Sales Order will not be released and scheduled for production' until written approval to proceed is received. A Quote is limited to plans and specifications section set forth in the Quote. No other sections shall apply. Additional requirements for administrative items may require additional costs. The Quote does not include off unit wiring, off unit plumbing, offloading, rigging, installation, exhaust insulation or fuel, unless otherwise stated. SHIPPING; DELIVERY; DELAYS. Unless otherwise agreed in writing by the parties, Equipment shall be delivered FOB origin, freight prepaid to first destination. For consumer and mobile products, freight will be charged to Customer. Unless otherwise agreed to in writing by the parties, packaging method, shipping documents and manner, route and carrier and delivery shall be as Cummins deems appropriate. Cummins may deliver in installments. A reasonable storage fee, as determined by Cummins, may assessed if delivery of the Equipment is delayed, deferred, or refused by Customer. Offloading, handling, and placement of Equipment and crane services are the responsibility of Customer and not included unless otherwise stated. All shipments are made within normal business hours, Monday through Friday. Any delivery, shipping, installation, or performance dates indicated in this Agreement are estimated and not guaranteed. Further, delivery time is subject to confirmation at time of order and will be in effect after engineering drawings have been approved for production. Cummins shall use best efforts to meet estimated dates, but shall not be liable to customer or any third party for any delay in delivery, shipping, installation, or performance, however occasioned, including any delays in performance that result directly or indirectly from acts of Customer or any unforeseen event, circumstance, or condition beyond Cumminsi reasonable control including, but not limited to, acts of God, actions by any government authority, civil strife, fires, floods, windstorms, explosions, riots, natural disasters, embargos, wars, strikes or other labor disturbances, civil commotion, terrorism, sabotage, late delivery by Cummins' suppliers, fuel or other energy shortages, or an inability to obtain necessary labor, materials, supplies, equipment or manufacturing facilities. PAYMENT TERMS; CREDIT, RETAINAGE. Unless otherwise agreed to by the parties in writing and subject to credit approval by Cummins, payments are due thirty (30) days from the date of the invoice. If Customer does not have approved credit with Cummins, as solely determined by Cummins, payments are due in advance or at the time of supply of the Equipment. If payment is not received when due, in addition to any rights Cummins may have at law, Cummins may charge Customer eighteen percent (18%) interest annually on late payments, or the maximum amount allowed by law. Customer agrees to pay Cummins costs and expenses (including reasonable attorneysi fees) related to Cummins enforcement and collection of unpaid invoices, or any other enforcement of this Agreement by Cummins. Retainage is not acceptable nor binding, unless required by statute or accepted and confirmed in writing by Cummins prior to shipment. TAXES; EXEMPTIONS. Unless otherwise stated, the Quote excludes all applicable local, state and federal sales and/or use taxes, permits and licensing. Customer must provide a valid resale or exemption certificate prior to shipment of Equipment or applicable taxes will be added to the invoice. Pang q of 7 October 10, 2019 CHANGE ORDER NO: 56731-2 TITLE; RISK OF LOSS. Unless otherwise agreed in writing by the parties, title and risk of loss for the Equipment shall pass to Customer upon delivery of the Equipment by Cummins to freight carrier or to Customer at pickup at Cummins facility. INSPECTION AND ACCEPTANCE. Customer shall inspect the Equipment upon delivery, before offloading, for damage, defects, and shortage. Any and all claims which could have been discovered by such inspection shall be deemed absolutely and unconditionally waived unless noted by Customer on the bill of lading. Where Equipment is alleged to be non -conforming or defective, written notice of defect must be given to Cummins within three (3) days from date of delivery after which time Equipment shall be deemed accepted. Cummins shall have a commercially reasonable period of time in which to correct such non -conformity or defect. If non -conformity or defect is not eliminated to Customer's satisfaction, Customer may reject the Equipment (but shall protect the Equipment until returned to Cummins) or allow Cummins another opportunity to undertake corrective action. In the event startup of the Equipment is included in the services, acceptance shall be deemed to have occurred upon successful startup. LIEN; SECURITY AGREEMENT. Customer agrees that Cummins retains all statutory lien rights. To secure payment, Customer grants Cummins a Purchase Money Security Interest in the Equipment. If any portion of the balance is due to be paid following delivery, Customer agrees to execute and deliver such security agreement, financing statements, deed of trust and such other documents as Cummins may request from time to time in order to permit Cummins to obtain and maintain a perfected security interest in the Equipment; or in the alternative, Customer grants Cummins a power of attorney to execute and file all financing statements and other documents needed to perfect this security interest. Cummins may record this Agreement, bearing Customer's signature, or copy of this Agreement in lieu of a UCC-1, provided that it shall not constitute an admission by Cummins of the applicability or non -applicability of the UCC nor shall the failure to file this form or a UCC-1 in any way affect, alter, or invalidate any term, provision, obligation or liability under this Agreement. The security interest shall be superseded if Customer and Cummins enter into a separate security agreement for the Equipment. Prior to full payment of the balance due, Equipment will be kept at Customer's location noted in this Agreement, will not be moved without prior notice to Cummins, and is subject to inspection by Cummins at all reasonable times. CANCELLATION; CHARGES. Orders placed with and accepted by Cummins may not be cancelled except with Cummins prior written consent. If Customer seeks to cancel all or a portion of an order placed pursuant to this Agreement, and Cummins accepts such cancellation in whole or in part, Cummins may charge Customer a cancellation charge in accordance with current Cummins policy which is available upon request, in addition to the actual, non- recoverable costs incurred by Cummins. MANUALS. Unless otherwise stated, electronic submittals and electronic operation and maintenance manuals will be provided, and print copies may be available upon Customeres request at an additional cost. TRAINING; START UP SERVICES; INSTALLATION. Startup services, load bank testing, and owner training are not provided unless otherwise stated. Site startup will be subject to the account being current and will be performed during regular Cummins business hours, Monday to Friday. Additional charges may be added for work requested to be done outside standard business hours, on weekends, or holidays. One visit is allowed unless specified otherwise in the Quote. A minimum of two -week prior notice is required to schedule site startups and will be subject to prior commitments and equipment and travel availability. A signed site check sheet confirming readiness will be required, and Cummins personnel may perform an installation audit prior to the startup being completed. Any issues identified by the installation audit shall be corrected at the Customer's expense prior to the start-up. Portable load banks for site test (if offered in the Quote) are equipped with only 100 feet of cable. Additional lengths may be arranged at an extra cost. Cummins is not responsible for any labor or materials charged by others associated with start-up and installation of Equipment, unless previously agreed upon in writing. Supply of fuel for start-up and/or testing, fill -up of tank after start up, or change of oil is not included unless specified in the Quote. All installation/execution work at the site including, but not Limited to: civil, mechanical, electrical, supply of wall thimbles, exhaust extension pipe, elbows, hangers, expansion joints, insulation and cladding materials, fuel/oil/cooling system piping, air ducts, and louvers/dampers is not included unless specified in the Quote. When an enclosure or sub -base fuel tank (or both) are supplied, the openings provided for power cable and fuel piping entries, commonly referred to as Zstub-upsZ, must be sealed at the site by others before commissioning. All applications, inspections and/or approvals by authorities are to be arranged by Customer. MANUFACTURER'S WARRANTY. Equipment purchased hereunder is accompanied by an express written manufacturer's warranty ('Warranty') and, except as expressly provided in this Agreement, is the only warranty offered on the Equipment. A copy of the Warranty is available upon request. While this Agreement and the Warranty are intended to be read and applied in conjunction, where this Agreement and the Warranty conflict, the terms of the Warranty shall prevail. WARRANTY PROCEDURE. Prior to the expiration of the Warranty, Customer must give notice of a warrantable failure to Cummins and deliver the defective Equipment to a Cummins location or other location authorized and designated by Cummins to make the repairs during regular business hours. Cummins shall not be liable for towing charges, maintenance items such as oil filters, belts, hoses, etc., communication expenses, meals, lodging, and incidental expenses incurred by Customer or employees of Customer, "downtime" expenses, overtime expenses, cargo damages and any business costs and losses of revenue resulting from a warrantable failure. October 10, 2019 •: a it . f: . a R a` • ! f .: . •: , • ! •. r . ! • ! "i is + :!: The limited warranty does not cover Equipment failures resulting from: (a) inappropriate use relative to designated power rating; (b) inappropriate use relative to application guidelines; (c) inappropriate use of an EPA -SE application generator set relative to EPAs standards; (d) normal wear and tear; (e) improper and/or unauthorized installation; (f) negligence, accidents, or misuse; (g) lack of maintenance or unauthorized or improper repair; (h) noncompliance with any Cummins published guideline or policy; (I) use of improper or contaminated fuels, coolants, or lubricants; (j) improper storage before and after" commissioning; (k) owner's delay in making Equipment available after notification of potential Equipment problem; (I) replacement parts and accessories not authorized by Cummins; (m) use of battle short mode; (n) owner or operator abuse or neglect such as: operation without adequate coolant, fuel, or lubricants; over fueling; over speeding; lack of maintenance to lubricating, fueling, cooling, or air intake systems; late servicing and maintenance; improper storage, starting, warm-up, running, or shutdown practices, or for progressive damage resulting from a defective shutdown or warning device; or (o) damage t o parts, fixtures, housings, attachments and accessory items that are not part of the generating set. INDEMNITY. Customer shall indemnify, defend and hold harmless Cummins from and against any and all claims, actions, costs, expenses, damages and liabilities, including reasonable attorneys' fees, brought against or incurred by Cummins related to or arising out of this Agreement or the, Equipment supplied under this Agreement (collectively, the 'Claims'), where such Claims were caused or contributed to by, in whole or in part, the acts, omissions, fault or negligence of the Customer. Customer shall present any Claims covered by this indemnity to its insurance carrier unless Cummins directs that the defense will be handled by Cummins' legal counsel at Customer's expense. is . •: + r .. , • .: . i is R i F: i i is f: is • . • • •..:. • . -! + r.' • • i i `.," . : . R . ' r Rr e R • • DEFAULT; REMEDIES. Customer shall be in breach and default if: (a) any of the payments or amounts due under this Agreement are not paid; (b) Customer fails to comply, perform, or makes any misrepresentation relating to any of the Customer's obligations or covenants under this Agreement; or (c) prior to full payment of the balance due, Customer ceases to do business, becomes insolvent, makes an assignment for the benefit of its creditors, appoints a receiver, commences an action for dissolution or liquidation, or becomes subject to bankruptcy proceedings, or the Equipment is attached, levied upon, seized under legal process, is subjected to a lien or encumbrance, or transferred by operation of law or otherwise to anyone other than Cummins. Panes 5 of 7 r�— October m.zoze CHANGE ORDER NO: s6731-z Upon the occurrence of any event ofCustomer's default, 0 nd at its sole optionand without notice, shall have the right to exercise concurrently or separately any one or all of the following remedies, which shall be cumulative and not alternative: (a) to declare all sums due, and to become due, under this Agreement immediately due and payable; (b) to commence legal proceedings, including collection actions and specific performance proceedings, to enforce performance by Customer of any and all provisions of this Agreement, and to be awarded damages or injunctive relief for the Customer's breach; (c) to require the Customer to deliver the Equipment to Cummins' branch specified on the face of this Agreement; (d) to exercise one or more of the rights and remedies available to a secured party under applicable law; and (e) to enter, without notice or liability or legal process, onto any premises where the Equipment may be located, using force permitted by law, and there to disconnect, remove and repossess the Equipment, the Customer having waived further right to possession after default. A waiver of any event of default by Cummins shall not be a waiver as to any other or subsequent default. CUSTOMER REPRESENTATIONS; RELIANCE. Customer is responsible for obtaining, at its cost, permits, import licenses, and other consents in relation to the Equipment, and if requested by Cummins, Customer shall make these permits, licenses, and consents available to Cummins prior to shipment. Customer represents that it is familiar with the Equipment and understands operating instructions and agrees to perform routine maintenance services. Until the balance is paid in full, Customer shall care for the Equipment properly, maintain it in good operating condition, repair and appearance; and Customer shall use it safely and within its rated capacity and only for purpose it was designed. Even if Customer's purchase of Equipment from Cummins under this Agreement is based, in whole or in part, on specifications, technical information, drawings, or written or verbal advice of any type from third parties, Customer has sole responsibility for the accuracy, correctness and completeness of such specifications, technical information, drawings, or advice. Cummins make no warranties or representations respecting the accuracy, correctness and completeness of any specifications, technical information, drawings, advice or other information provided by Cummins. Cummins makes no warranties or representations respecting the suitability, fitness for intended use, compatibility, integration or installation of any Equipment supplied under this Agreement. Customer has sole responsibility for intended use, for installation and design and performance where it is part of a power, propulsion, or other system. Limitation of warranties and remedies and all disclaimers apply to all such technical information, drawings, or advice. Customer acknowledges and agrees by accepting delivery of the Equipment that the Equipment purchased is of the size, design, capacity and manufacture selected by the Customer, and that Customer has relied solely on its own judgment in selecting the Equipment. CONFIDENTIALITY. Each party shall keep confidential any information received from the other that is not generally known to the public and at the time of disclosure, would reasonably be understood by the receiving party to be proprietary or confidential, whether disclosed in oral, written, visual, electronic, or other form, and which the receiving party (or agents) learns in connection with this Agreement including, but not limited to: (a) business plans, strategies, sales, projects and analyses; (b) financial information, pricing, and fee structures; (c) business processes, methods, and models; (d) employee and supplier information; (e) specifications; and (f) the terms and conditions of this Agreement. Each party shall take necessary steps to ensure compliance with this provision by its employees and agents. GOVERNING LAW AND JURISDICTION. This Agreement and allmatters arising hereunder nd construed in accordance with the laws ofthe State ofIndiana without toany choice urconflict of law The parties agree that the courts of the State of Indiana shall have exclusive jurisdiction to settle any dispute or claim arising in connection with this Agreement. ' INSURANCE. Upon Customer's request, Cummins will provide to Customer a Certificate of Insurance evidencing Cummins relevant insurance coverage. ASSIGNMENT. This Agreement shall be binding on the parties andtheir successors and assigns. Customer shall not assign this Agreement without the prior written consent o{Cummins. INTELLECTUAL PROPERTY. Anyintellectual property rights created by either party' whether independently or jointly, in the course of the performance of this Agreement or otherwise related to Cummins pre-existing intellectual pmperty or subject matter related thereto, shall beCumm|nsiproperty. Customer agrees toassign, and does hereby assign, all right, title, and interest tusuch intellectual property to Cummins. Any Cummins pre-existing intellectual property shall remain Cummins Nothing in this Agreement shall be deemed to have given Customer licence or any other rights to use any of the intellectual property rights of Cummins. MISCELLANEOUS. Cummins is a supplier of material and related services, not a contractor, and will not be responsible for providing installation services orother services for which a contractor's license is required. Installation services shall be the responsibility ofothers. All notices under this Agreement shall be in writing and be delivered personally,mailed via first class certified orregistered mail, or sent by a nationally recognized express courier service to the addresses set forth in this Agreement. No amendment of this Agreement shall be valid unless it is writing and signed by the parties hereto. Failure of either party to require performance by the other party of any provision hereof shall in no way affect the right to require such performance at any time thereafter, nor shall the waiver by a party of a breach of any of the provisions hereof constitute a waiver of any succeeding breach. Any provision of this Agreement that /s invalid or unenforceable shall not affect the validity or enforceability of the remaining terms hereof. These terms are exclusive and constitute entire agreement. Customer acknowledges that the provisions were freely negotiated and bargained for and Customer has agreed to purchase of the Equipment pursuant to these terms and conditions. Acceptance of this Agreement is expressly conditioned on Customer's assent to all such terms and conditions. Neither party has relied on any Parip 6mf7 October 10, 2019 CHANGE ORDER NO: 56731-2 statement, representation, agreement, understanding, or promise made by the other except as expressly set out in this Agreement. In the event of a conflict in the terms of this Agreement with any Customer terms or conditions or agreement (whether referenced in an order submitted by Customer as the terms that govern the purchase of the Equipment or otherwise) or any terms set forth in any other documentation of Customer with respect to the Equipment, the terms of this Agreement shall govern. Cummins may incur additional charges which will be passed on to the Customer, as applicable. COMPLIANCE. Customer shall comply with all laws applicable to its activities under this Agreement, including, without limitation, any and all applicable federal, state, and local anti -bribery, environmental, health, and safety laws and regulations then in effect. Customer acknowledges that the Equipment, and any related technology that are sold or otherwise provided hereunder may be subject to export and other trade controls restricting the sale, export, re-export and/or transfer, directly or indirectly, of such Equipment or technology to certain countries or parties, including, but not limited to, licensing requirements under applicable laws and regulations of the United States, the United Kingdom and other jurisdictions. It is the intention of Cummins to comply with these laws, rules, and regulations. Any other provision of this Agreement to the contrary notwithstanding, Customer shall comply with all such applicable all laws relating to the cross -border movement of goods or technology, and all related orders in effect from time to time, and equivalent measures. Customer shall act as the importer of record with respect to the Equipment and shall not resell, export, re-export, distribute, transfer, or dispose of the Equipment or related technology, directly or indirectly, without first obtaining all necessary written permits, consents, and authorizations and completing such formalities as may be required under such laws, rules, and regulations. In addition, Cummins has in place policies not to distribute its products for use in certain countries based on applicable laws and regulations including but not limited to UN, U.S., UK, and European Union regulations. Customer undertakes to perform its obligations under this Agreement with due regard to these policies. Strict compliance with this provision and all laws of the territory pertaining to the importation, distribution, sales, promotion and marketing of the Equipment is a material consideration for Cummins entering into this Agreement with Customer and continuing this Agreement for its term. Customer represents and warrants that it has not and shall not, directly or through any intermediary, pay, give, promise to give or offer to give anything of value to a government official or representative, a political party official, a candidate for political office, an officer or employee of a public international organization or any other person, individual or entity at the suggestion, request or direction or for the benefit of any of the above -described persons and entities for the purposes of inducing such person to use his influence to assist Cummins in obtaining or retaining business or to benefit Cummins or any other person in any way, and will not otherwise breach any applicable laws relating to anti -bribery. Any failure by Customer to comply with these provisions will constitute a default giving Cummins the right to immediate termination of this Agreement and/or the right to elect not to recognize the warranties associated with the Equipment. Customer shall accept full responsibility for any and all civil or criminal liabilities and costs arising from any breaches of those laws and regulations and will defend, indemnify, and hold Cummins harmless from and against any and all fines, penalties, claim, damages, liabilities, judgments, costs, fees, and expenses incurred by Cummins or its affiliates as a result of CustomerLs breach. Rev 01 Jan 2019 Thank you for this opportunity to Quote Cummins Power Generation Products. Please call if we may answer any questions or be of further service. Submitted by Cummins Inc.. Brian Anderson Project Manager Office Phone: 503-278-1786 Email: brian.anderson@cummins.com Firm Name: Customer P.O.: Date: Delivery Date Requested by Purchaser Note: If no delivery date is provided, Cummins Inc. will hold placing material orders until such date is provided. It is the responsibility of Purchaser to supply a request date that is within factory lead times. Parip 7 nf 7 WEINSTEINA+U ARCHITECTS + URBAN DESIGNERS MEMO Project Names Tukwila Fire Station 51 Contractor: Lyclig Construction Issued by: Lauren Rock Copies to: Lyclig, SCIJ Attachments: E 100, E301 Project No. 17001 Issue Date: 10/17/19 r-M ❑ 1. The work described herein is a clarification of the Contract Documents. Proceeding with the work indicates your acknowledgement that there will be no change in the Contract Sum or Contract Time. ❑ 2. You are NOT authorized to proceed with this work. Submit an itemized proposal for changes (Increase or Decrease) in the Contract Sum and Contract Time, prepared in accordance with the General and Supplementary General Conditions of the Contract, within fifteen (15) days. 9 3. You are hereby directed to proceed as outlined herein. Submit an itemized proposal for change (Increase or Decrease) in the Contract Sum & Contract Time, prepared in accordance with the General & Supplementary General Conditions of the Contract, within fifteen (15) days. A formal Change Order will be issued after approval of the proposal by the Owner & the Architect. ❑ 4. You are hereby directed to proceed with the work herein, to be performed on a Time & Materials basis; General Contractor's overhead and profit shall be per the Owner/Contractor agreement. Submit a proposal for changes in Contract Time, if any, within fifteen (15) days. Description: This ASI includes revised drawings for the electrical permit resubmittal with the following changes: 1. Clarifying aluminum feeders 2. Upsizing the portable generator connection 2200 Western Avenue Suite 301, Seattle, WA 98121-1921 WeinsteinAU.corn T 206 443 8606 F 206443 1218 I NEWHIMMUG 1ENEUMBRE M 1P RE 1 P5 ME it' ME 1P a in P5 in 1F in i t:§ P !'I ORPH HH15 E I .,-.A� IP 2�-- 4 Is" gi His w Wo UMUMN! NJ 19 wom IN I k - H4 3, IPA I aim, HN T� Alw 84 to 1 1 ; T I ! ! 1 N 1p P5 !no I Ugot qq 1 onus IPO pq IPO R pol "A 1 ZT! 144 sass Qq P Til Til jAp_ Qgg lot ff a -23 -25 19 ov x 1 K 1: P a- 4 15 in in a in q 1p mi nx gm fq go a p 2110 S ly p ill imp MP 01 2 Pil 11piRed 8£ _yp PSI LP 15 H 1 114h ` Im IT a Hit I H i 010 All WEINSTEINA+U A­1­­UnMWMM,9S 91, I vvvvvvvvv WEINSTEINA+U AR-1ECTS +URBAN DESIGNERS LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 Project: 3012543 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila, Washington 98188 Phone: 425-885-3314 - - - ------ ---- - 7"rime Contract Potential Change Order #019-. CE #054 - #149-. ARCH Added Classroom • to SCBA Door 137 TO: City of Tukwila FROM: Lydig Construction, Inc. - Bellevue Office 6200 Southcenter Boulevard 3180 139th Ave SE - Suite 110 Tukwila Washington, 98188 Bellevue Washington, 98005 PCO NUMBER/REVISION: 019/0 CONTRACT 30125 - Tukwila Fire Station #51 - GCCM Prime Contract (18-001.1) REQUEST RECEIVED FROM: CREATED BY: Weston Blackburn (Lydig Construction, Inc. - Bellevue Off) STATUS: Pending - In Review CREATED DATE: 1/8/2020 REFERENCE: FIELD CHANGE: No LOCATION: SCHEDULE IMPACT. • I" W W 0 01 Rill Amount Based 7r. TOTAL AMOUNT. $532.26 POTENTIAL CHANGE ORDER TITLE: CE #054 - #149: ARCH - Added Classroom Lock to SCBA Door 137 CHANGE REASON: Client Request POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #054 - #149: ARCH - Added Classroom Lock to SCBA Door 137 Revised hardware for door 137 to the SCBA room. Omit latch set as scheduled, and replace with lockset body, cylinder and construction core, permanent core and keying. ATTACHMENTS: # Cost Code Description Type Amount 1 03--001-99- - Structures, Enclosure & Misc Sub BP 03 & 07 Added hardware and labor for additional door prep Subcontractor $499.44 Subtotal: $499.44 Fee -Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten SuWsIPA's, and Project Contingency. $0.00 Fee - GCCM: 4.50% Applies to Subcontractor and Purchase Agreements. $22.47 GL Insurance: 0.75% Applies to all line item types. $3.91 P&P Bond: 0.75% Applies to all line Item types. $3.94 B&O Tax: = 0.47% Applies to all line item types. $2.50 Grand Total: $532.26 Owner Signature Date I LYDIG PCO #019sp Lydig Construction, Inc. Project: 30126-10 - TFS#51 -Self-Perform 3180 139th Ave SE, Ste 110 17951 Southcenter Parkway Bellevue, Washington 98005 Tukwila, Washington 98188 Phone: (425) 885-3314 Phone: 425-885-3314 Fax: (425) 881-2903 Prime Contract Potential Change Order #019SP: CE#54- RFI#149 -Added Classroom Lock to SCBA Door 137 TO: City of Tukwila FROM: Lydig Construction, Inc. - Bellevue Office 6200 Southcenter Boulevard 3180 139th Ave SE - Suite 110 Tukwila Washington, 98188 Bellevue Washington, 98005 PCO NUMBER/REVISION: 019SP/0 Approved CONTRACT. I - Tukwila Fire Station #51 - Self -Perform Prime Contract CREATED BY: Weston Blackburn (Lydig Construction, Inc. - Bellevue Off) CREATED DATE: 1/812020 REFERENCE: PRIME CONTRACT None CHANGE ORDER: FIELD CA541GE: L6CAfl6l"':­­-, . .. . ........ USIRM Amount Based 7,11T., TOTAL AMOUNT- $499.44 POTENTIAL CHANGE ORDER TITLE: CE #54 - RFI #149 - Added Classroom Lock to SCBA Door 137 CHANGE REASON: Client Request POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #54 - RFI #149 -Added Classroom Lock to SCBA Door 137 Revised hardware for door 137 to the SCBA room. Replace scheduled latch set with lockset body, cylinder/construction core, permanent core and keying. # Cost Code Description Type Amount 1 08-012-97. - HM Door/Frame Supplier Add Lockset and Credit Latch Set Purchase Agreements $239.00 2 08-012-01- - HM Door/Hardware Install Prep and Install (1 hours) Labor $ 201 A0 Subtotal: $440A0 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. $30.21 Fee - Sub Tier Work: 8.00% Applies to Subcontractor and Purchase Agreements. $19.12 GIL Insurance: 0.75% Applies to all line item types. $ 167 P&P Bond: 0.75% Applies to all line item types. $3.70 B&O Tax: = 0.47% Applies to all line Item types. $2.34 Grand Owner Signature Date COP SubcontractorBreakdown i i Project Name: Tukwila Fire Station #51 PCO: 19 Project No. 30125 Document Reference: RFI 149 Date: 1/812020 Contractor: Lydig Contractor Ref. No. Direct Labor Costs: a. crew (apprentices, journeymen, & laborers) $ 176A0 b. foreman $' c. lead foreman $" DIRECT LABOR SUBTOTAL $176.40 Supervision: d. direct supervision (NTE 15%of 1a) e. safety (NTE 2% of lines la, b, & c) 2. MATERIAL COSTS a. material costs $ b. freight costs (itemize) 3. EQUIPMENT COSTS a. owned equipment (per spec approved source) $', 25.00 b. rental equipment (per invoices attached) $! 4. SMALL TOOLS 116 1 NTE3°/ f1 &b 1. CRAFT LABOR COSTS $ 176A0 2. MATERIAL COSTS $ 3. EQUIPMENT COSTS $ 25.00 is sm. 00 5 { 4. SMALL TOOLS $ SUBTOTAL 1 thru 4 5. OVERHEAD & PROFIT a. 15% on Materials (2) $ - b. 15% On Labor, Equipment and Small Tools (1, 3, & 4) $ 30.21 5. OVERHEAD & PROFIT $ 30.21," 6. SUB -SUBCONTRACTORS a. Evergreen Constructii b. C. d. 6. SUB -SUBCONTRACTORS $ 239.00` 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS a. NTE 8% for each sub $ 19.12 `- 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS $ 19.12' 8. Insurance a. Insurance 0.76 %e of 1-7 $ 3.67 ' 8. Bond $ 3.67 9. Bond a. Bond 0.75 %-of 1-7 $',' 3.70 8. Bond $ 3.70 " 10. B&O Tax a. B&O Tax 0.47 % of 1-8 $ 2.34 9. B&O Tax $ 2.34' TOTAL COST $ 499.45 PCO0195P-Breakdown.xlsx Page of: Issued1/8/2020 �nnnnnnu���nn�n �iiiiiiiiit��auuuutu� iiiiiiii�ii� 0�1� ill II itw �n�ii �I'nl������� II I���nw��Ar���� INS O. o t7 w o o o w — 2. 2. 9 2. 0 3 3 3 D -4 (D cn D. 5 5 5� r_ (D CCD =r u c, =r (D w -n Er CD C D. m g 0 r- CD 9 — po 0 aU) CD CD G. 00- 0 01 �D 17 < or 6 0 cD (D M 3 :3 -a cL 0 0< 0 o m 3 0 co cD :3 X 0 CD. C, cL(D ;q 0 0 CL 3 =r @ c (D 2: =r w o o — > cD CD < CD cD 3 -. CD (D =1 :3 < CD (D cL CD c� rr cD ,< o 0 o w 0 o @ =r • m em =r CD m Co .0 (D 0 W -'4 -n -n 0CT-1 , ca CO m a: CD 0 C: 3w C: i 0 0 M > r c) 5* CD vwcu:E io m < r_ CD CD :3 ic to CD 3 CwD w 0 ;� 6 c 0 o -0 OD zr 0 :3 CD CD 0 w 0 Ln a ID -4 En 63 fn 63 'GO 'A I's 1.9 In <A 0 cn w -4 w w -4 -;l N M co ao In In In 1.9 119 "A 69 -En 'En CD 0 cn CD P 0 ko -4 0 0) tn P) 00 �4 0 C) (n -4 00 fA 1.9 63 1-4 09 69 69 69 -M 0) 69 b4 En 1.9 fA 40 63 63 1.9 69 1.9 6a fA 6a 40 m I LYDIG PCO #020 Lydig Construction, Inc. Project: 30125-43 - TFS#51 - GCCM 3180 139th Ave SE, Ste 110 17951 Southcenter Parkway Bellevue, Washington 98005 Tukwila, Washington 98188 Phone: (425) 885-3314 Phone: 425-885-3314 Fax: (425) 881-2903 Prime Contract Potential Change Order #020: CE #052 - Unsuitable Soils from Storm Excavation TO: City of Tukwila FROM: Lydig Construction, Inc. - Bellevue Office 6200 Southcenter Boulevard 3180 139th Ave SE - Suite 110 Tukwila Washington, 98188 Bellevue Washington, 98005 PCO NUMBER/REVISION.' 020/0 CONTRACT' 30125 - Tukwila Fire Station #51 - GCCM Prime Contract (18-001.1) REQUEST RECEIVED FROM: CREATED BY. Kiel Lunsford (Lydig Construction, Inc. - Bellevue Oft) STATUS: Draft CREATED DATE: 1/8/2020 REFERENCE: PRIME CONTRACT #005 - Change Order 05 CHANGE ORDER: FIELD CHANGE: No LOCATION: ACCOUNTING Amount Based METHOD: SCHEDULE IMPACT: PAID IN FULL: No TOTAL AMOUNT: $6,504.88 POTENTIAL CHANGE ORDER TITLE: CE #052 - Unsuitable Soils from Storm Excavation CHANGE REASON: Existing Condition POTENTIAL CHANGE ORDER DESCRIPTION: (The Contracts Changed As Follows) CE #052 - Unsuitable Soils from Storm Excavation Export of unsuitable soils associated with the storm system installation. Pricing has been adjusted down to remove markups not allowed on unit pricing. Export of unsuitable soils associated with the storm system installation. Pricing has been adjusted down to remove markups not allowed on unit pricing. F;T4TJR�0411 Revisions include the following responses to comments provided from PCO Review - responses are in bold italics: Review comment: Geotech has no record of spoils being hauled off site on the days in question and the scope descriptions within the back-up are conflicting. Unclear what was related to storm excavation and what was improvement to the driveway/parking area. 1. The unsuitable stockpile was generated from a combination of the gas trench and bio retention cell #2 this work was done several weeks prior to the day it was exported We exported from the stock pile while back on site to grade for the landscape seat walls. Per the Geo Techs direction throughout the entirety of the project none of the native material is suitable for site fill therefor the stock pile was hauled away. That should take care of the 352 tons of export and be billed to the owner. The original Daily Cost Record from SCI included work associated with armoring the project site, which included 1-1/4" minus and quarry spalls that are being charged to contingency, and are not included in the pricing for this scope of work. Only the export of the unsuitable soils have been priced in this PCO. # Cost Code Description Type Amount -Earthwork & Utilities DCR 306OB: Unsuitable Soils from Storm Excavation Subcontractor $ 6.10168 Subtotal• $6,103,68 Lydig Construction, Inc. page 1 of 2 Printed On: 1/3012020 10:21 AM LYDIG T Fee - Self Perform Work: 15.00 % Applies to Labor,. Materials,. Equipment, Other, Overhead and Profit, Unwritten Sub'sfPA's, and Project Contingency. $ 0.00 Fee- GCCM: 4.50 % Applies to Subcontractor and Purchase Agreements. $ 274.67 GL Insurance: 0.75% Applies to all line item types. $ 47;84 P&P Bond: 0.75% Applies to all line item types. $ 48.20 B&O Tax: = 0.47 % Applies to all line item types. $ 30.49 Grand Total: $6,504.88 Owner Signature Date Ji Daily Cost Record 2821 SOUT154th ST - SEATTLE, WA 98188 (206) 242-0633 - FAX: (206) 242-0792 3-a— Project I joy Date :j�fqIY41 Z� ather Description (must be complete) 14-14 4/,XS k,,, A,,vl e5L­+ -4c, 25, in-0 h,4- 1, V. Jz� Lo IDETAIL COST RECORD CODE HOURS' RATE EXTENSION S.T. I O.T. D.T. TOTAL 0 Co Sub -Total Labor Taxes & Fringe Benefits Travel Time Labor Markup Total Labor Costs 412 - 2412 0 -ev P 06 F_ z W 2 a - Sub -Total W Equipment Markup Total Equipment Costs W) _j R< W :2 Sub -Total Sales Tax (if applicable) �GWIQWIPAgllfg Material Markup Total Material Costs iwi Tii<- ulb:x it the zd, re6wfees4w,-ad _t+ -- r, Cos --- W­ ----- )tsr --- 2z — W r F_ 0 4 w(�,'y as- )-444f�l he — Total Other Costs Sub -Total t M ri 0r" notif-, 1nnh r Bond Insurance Tb�e,§-,­', Miscellaneous Coits1.1�i,-ifi,��<,.,;Ll,fl:-ar-p4:optlsal,-cL,:-i-reciiii:�I for n4 Sub -Total +1, , ; �1� V Contractor's Representative ✓, Overhead Subcontractor's Representative L't 0 1 G C 0 1, T I N1 Owner's Representative No. Sheet of Sub -Total Sales Tax TOTAL 19 2821 South 154th St, Seattle, WA 98188 • (206) 242-0633 General Contractors DAILY TIME CARD TRUCK { 8U 'M T W TH F S EMPLOYEE / Q / EMPLOYEE �G NAME P % r` °O NUMBER DATE L (Please Print) TK NO, 49 a< TRNo. START 2floo STOP -3, i0 0 FUEL Odometer J ! Odometer OFF USED GAL, START JSTOP ROAD I JOB # JOB NAME T&T t SOLO MATERIAL AULED HOURS EQUIPMENT ST OT TIME During thq time period covered on this time card, I APaROVE® C1 did did not e=*bted injury. SIT OIT TOTAL EMPLOYEE SIGNATURE HOURS SCr207 PAYROLL COPY SU M T TH F S EMPLOYEE f} !1 NAME r%' ,+i j ei'U/, ` / EMPLOYEE NUMBER I,� (Please Print) DATE TK NO; TR NO. START G' s, STOP i J FUEL USED GAL. Odometerjrr Odometer +. START CJ GI t! STOP` OFF p CJ ROAD JOB # JOB NAME T&T I SOLO MATERIAL AULED HOURS EQUIPMEN t' ST OT TIME waded ruin APPROVED During the time period covered on this time card, i LO did fA'did not experience a jo relatedinjury. S/T OtT TOTAL EMPLOYEE SIGNATURE. HOURS scl'2o7 PAYROLL COPY 21321 South 154ifi St, SeajUe,'WA 981*88 ®. (206).242-0633 General Contractors DAILY TIME CARD - TRUCK SU M F S. w V EMPLOYEE EMOLb NUMBER DATE NAME 6w T—v (Please pfint) 6VP Os I> TOP c START Tk N TR SA 3- OFF I I OFF FUEL Odpmpter, . Oldomete4 Q ROAD U6 IJSED. GAL. START i0V STOP W-— �1:n�111PMFNT rlrt!W=u EMPLOYEE SIGNATURE SCI 207 PAYROLIL COPY 2821 south 154th St, Seattle, WA W88 • (46) 242-0633 Genera I Contractors LJ DAILY TIME CARD - TRUCK SU M T EMPLOYEE EMPLO NUMBER DATE N less in i. e" STOP TKNO,!'S0— TRNO START J! FUEL OdometerOdome OFF USED GAL. START STOP ROAD FARK W.- 94 011 419 19 9;M EMPLOYEE sc) 207 TOTdl AL 042 WkQ-1-1- COPY TH F S