Loading...
HomeMy WebLinkAbout18-001 - Lydig Construction - Public Safety Plan: Fire Stations 51 and 52 (Amendment R-U)CITY OF TUUKWIU A CONTRACT CHANGE ORDER NO, 009 DATE 6/18/2020 PROJECT NO,: 90830402 PROJECT NAME: PSP — Fire Station 51 TO: BUDGET NO.: 305.98 CONTRACT NO.: 18-001.1(U) AMENDMENT NO: 021 18-001(u) Council Approval N/A Sheet 1of1 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 toall contract stipulations and covenants; B.The rights Ofthe ''Owner'are not prejudiced; C`All claims against the "Owmer"which are incidental tnorooaconsequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval inadvance ofall change orders. CHANGE: See Attached Exhibit "A" We the undersignedCo have given carefulidthe change proposed andhereby agree, ifthis proposal in approved, that mmwill provide all equipment,fUndShsd|motehalo.ex:ept aSmay otherwise benoted above, and perform /all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. By � 6/19/2020ACCEPTED: Date Contractor ��4r / Craig Greene Title VP of Operations Original Contract FS51kwdhnu tax $ 9,587,314.00�� / Previous Change Order FS51 $ 518,230.92 This Change Order FS51(without tax $ 84,877.37~ By Original Contract �Updated Contract Time FS51: 420 days (May 19, 2020) : llmnFS51: 420doys UNav19. 2020 Additional Contract Time for this Change Order FG51 0days ORIGINAL: City Clerk (1nf Contractor (2uf2) APPROVED BYTHE CITY OFTUKVV|LA �4-1 Date Mayor Deputy City Administrator SOJ Program Director no: Finance Department (w/encumbnonm) Project Management File PW Project Finance File m* Exhibit"A" CHANGE 0 At ER CITY OF TUKWILA Project Name Project # TO CONTRACTOR: - SUM ARY OF C ANGE - PUBLIC SAFETY PLAN Fire Station 51 LYDIG CO # 009 90830402 Contract # 18-001,1 (U ) Lydig Construction Date 6/16/20 3180 139th Ave SE, Ste 1I0 Bellevue, WA 98005 COP/CCD # Description Reason Code Amount COP 052 CE #104 - #268: Mech - Louver Modifications. Mechanical Equipment Schedule specified larger louver size than the opening that Arch plans showed. JMI shop modified louver to fit arch opening size. DC $1,952.09 COP 053 CE #107 - #291: PRIORITY - ARCH: Exterior Door Threshold Size Clarification. Supply 12 new custom threshold revised per RFI 291. DC $3,325.45 COP 054 CE #111 - #280: Arch - Wolf Range Model Change. Credit for switching from range with French Top to range with Double Griddle. DC ($41800) COP 055 CE #112 - ASI 008 - Whitcboard Credit. ASI-008 removed markerboards from Lydig's scope (supply and install). DC ($1,678.65) COP 056 CE #113 - RFI #306: Confirmation of Added DAS. Pricing per Day Wireless proposal provided by owner (excludes anticipated sales tax amount listed on proposal). AD $42,641.68 COP 058 CE #114 - RFI #290: SD#8 and SD#9 Wetland Relocation. Changes made in the process of wetland permitting were released in ASI-017 after the storm drainage scope was completed. RFI 290 provided direction on how to proceed with alteration of the existing storm system to meet new design requirements issued in ASI-017. AD $23,333.39 COP 059 CE #116 - #158.1: Elec - App Bay Drop Cords. Power plan drawings identify drop cord receptacles which were then changed to drop cords with reel assemblies. Drop cord amperage was increased from 20A to 30A at all six locations after 20A rough -in was complete per power plans. DC $9,377.20 COP 060 CE #115 - ASI-014: Squat Rack Backing and Added WPP. Added backing for PT Room squat racks and wall protection in both airlocks per ASI-014. OC $4,145.69 COP 062 CE #074 - RFI #236: Relocation of IDU-8 and IDU-9. Due to a discrepancy between Architectural and Mechanical drawing sets, two IDU's;(IDU-8 and IDU- 9) needed to be moved in order to accommodate the ceiling grid layout and align with other fixtures in corrdiors 119 and 110 while maintaining required clearance with surrounding duct. DC $2,198.52 Lydig Change Order No. 009 S84,877.37 ILY DIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #052 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #052: CE #104 - #268: Mech - Louver Modifications TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 052 / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: Pending - In Review FROM: Lydig Construction, Inc. - Bellevue Ofiice 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: 5/19 /2020 PRIME CONTRACT None CHANGE ORDER: FIELD CHANGE: No LOCATION: ACCOUNTING Amount Based METHOD: SCHEDULE IMPACT: PAID IN FULL: No TOTAL AMOUNT: $1,952.09 POTENTIAL CHANGE ORDER TITLE: CE#104 - #268: Mech - Louver Modifications CHANGE REASON: No Change Reason POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #104 - #268: Mech - Louver Modifications #268: Mech - Louver Modifications Mech Equipment Schedule specified larger louver size than the opening that Arch plans showed. JMI shop modified louver to fit arch opening size. ATTACHMENTS: JMI COR 014 - Louver Alterations REV:pdf 0 Cost Code Description Type Amount. 23--001-99- - Mechanica[MCCM Modify Louver Size Subcontractor $ 1,831.69 Subtotal: $1,831.69 Fee - Self Perform Work: 16.00%Applies to Labor, Materials, Equipment, Other, Overhead and. Profit, and Unwritten Sub'sIPA's. $ 0.00 Fee - GCCM: 4.601 Applies to Subcontractor, :Purchase Agreements,. and Project Contingency. $ 82.43 GL Insurance: 0.76% Applies to all line Item types. $ 14.36 P&P Bond: 0.76 % Applies to all line Item types. 5 14.46 B&O Tax: = 0.47% Applies to all line Item types. $ 9.15 Grand Total: $1,962.09 Owner Signature Date Lydig Construction, Inc. page 1 of 1 Printed On: 6/1/2020 05 :40 PM Johansen Mechanical, Inc. PHONE 425-481-2266 FAX 425-486-6933 CHANGE ORDER DETAIL JOB NAME TukwlaFS 51 BILLING CONTRACTOR LydigConstmciton JOHANSEN JOB D30000 DESCRIPTION: EXCLUSIONS: REFERENCE: SCHEDULE|MpACT i LABOR: A. LABOR (FIELD FOREMAN) RS@ B. LABOR (qEU]JRNYMAN) HIRS@ C. LABOR (SHOP N4ECH) 6.00 HIRS@ D. LABOR (DELIVERY) 4.50 HRS@ E. LABOR (SERVICE) 0.00 HRS@ F. DETAILING 1.501HRS@ G.8UPERV|0ON HR6@ H. PROJECT STAFF HRS@ LABOR TOTAL |iMATERIALAND EQUIPMENT A. MATERIALS B. EQUIPMENT C. FREIGHT O. RENTALS U|.QUBCONTRACTO0S A. ALL SUBS $ 92.51 = $ $ 86.81 ~ $ $ 99.72 ~ $ $ 75.99 =$ $ 99.72 =$ $ 92.51 = $ $ 98.45 = $ $ 97.85 ~ $ MATERIAL EQUIPMENT TOTAL SUB SUBTOTAL DATE JK0C[)R#t 8014 1$ IV. OTHER DIRECT COSTS A. SAFETY @ 3% OFLABOR '- B. SMALL TOOLS AND CONSUMABLEG@ 5% OF LABOR c- C.PERMITG OTHER DIRECT COSTS TOTAL � V.TOTAL ITEMS 1,U.U|,AND H/ V1. OVERHEAD &FBS A.OVERHEAD &PROFIT B. PROFIT C. SUBCONTRACTOR MARKUP TOTAL AMOUNT FOR THIS CHANGE ORDER PROPOSAL VALID FOR 3UDAYS U 1,579.04 236]86 15.79 This change proposal only includes costs that can beidentified atthis time. This change proposal does not include any amount for changes in the sequence of work, delays, disruptions, rescheduling, extended overhead, acceleration or impact costs. Johansen Mechanical expressly reserves the right to address any and all of these and related items ofcost prior tofinal settlement nfthe contract. LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RECEIVED Apr 17 2020 WEINSTEIN A+U LIC RFI #268 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Mech - Louver Modifications TO: Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) Emma Nowinski (Weinstein A+U) DATE INITIATED: 04/16/2020 LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: TBD DRAWING NUMBER: A456, M003 LINKED DRAWINGS: FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: David White (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Open 04/23/2020 TBD RECEIVED FROM: Tim Murphy (JOHANSEN MECHANICAL, INC.) 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) Question from David White (Lydig Construction, Inc. - Bellevue Of) at 04:48 PM on 04/16/2020 Confirmation of modifications to the mechanical louver is needed. The architectural opening per A456 shows the mechanical louver opening as being 8'-2" high (rough opening), however, the mechanical schedule and drawings show the louver as being 8'-8" high. The opening was framed based on the architectural drawings and the mechanical louver was fabricated based on the mechanical drawings and schedule, resulting in a louver that is 6" too tall for the opening. In the interest of time, Johansen proposes modifying the louver in their shop to match the 8'-2" opening dimension. This will avoid a 6-8 week lead time of having to reorder the louver from Greenheck, or modifying the opening. Please see the attached RFI from Johansen for more information. Lydig recommends this solution as there will be less schedule and cost implications compared to ordering a new louver. Please confirm shop modifications to the Louver by Johansen is acceptable. Attachments: RFI 268 - Louver Modifications.pdf Awaiting an Official Response All Replies: Proposed shop modifications are acceptable. Touch up any cut edges with appropriate paint to prevent corrosion, color to match factory finish as closely as possible. E.Nowinski / VVAU 4/17/2020 BY Lydig Construction, Inc. DATE COPIES TO Page 1 of 1 Printed On: 04/16/2020 04:48 PM n+VN13.1.SNI3M lrtyipp1r- IL AL AIL Attekt SfeaSi re4555.1 MN MOM 1.14MIATATATA - - - 0 F.g12 F4( g 11 f l,ripy vrifirewir A A A it Anti t At wow" Aritio," Pa war 4 04 *44,04 - 1' e.g ;•"4 3 t r trpitip 1111 EMI Bell 1: - 1 • - , . 1 2 i i i I g ‹.4 CID a sen ec anical 20109 144th Ave NE • Woodinville, WA 98072 (425) 481-2266 Bus • (425) 486-6933 Fax DCVR/ RFI DESIGN CLARIFICATION VARIATION REQUEST / REQUEST FOR INFORMATION RFI #: 035 PHONE NUMBER: 425-885-3314 DATE: 04/08/20 FAX NUMBER: TO: Lydig Construciton ATTENTION: Kiel Lundsford 3180 139th Ave SE, Suite 110 FROM: Ivy LeVangie Bellevue, WA 98005 PROJECT: Tukwila FS 51 ITEM : Mechanical Louver Opening REF. Sheet M004, M8.01, M8.04 DESCRIPTION: Drawing M004 indicates Louver L-1 to be 56" x 104". This L-1 Louver was ordered and approved per size as indicated on the drawings. Current finished louver opening is 56" x 96." Too small to fit approved louver. Our solution is to have our shop cut down the louver to opening size. Our shop fabricates these louvers often, so modifying will not be a concern. Factory appearance and function will be provided upon alterations. Shop alterations will be the quickest and most cost effective option at this time. DATE: 8-Apr-20 SIGNED BY: COST IMPACT: Yes SCHEDULE IMPACT: None Ivy LeVangie REPLY REQUIRED BY: 04/15/20 CLARIFICATION: APPROVED DISAPPROVED: VARIATION REMARKS: RECEIVED BY: DATE: APPROVAL: DATE: 5:322123a Nyeb n.:,l311 )28 n+-N1315N13M fit€i g` �� 5, l !is Yu ROOF VENTILATORS 97F e 95 - n 1ay aBIu-,.., 43 ypg6 RS SCHEDULE LASS Ma ggBggg 77777 S6 1 f r.- 1ll 8;;;g ((,. X Yl� L bL •L A L : _..L bb - s^ . 9 d a g„�` aaaaaaaasaaa evade eaaa<d a dsea3ass� bg§� 2ya �3E x¢$ 666188$$$$$$ 6$8688$ SV 8 9 �A � ggFYY $9it A"� "Ai_ 5� ? Y" A$ A�� 4 ��M. ggk' x� P 8AAj gg dBp NI .-.-,Spe"�iB a rA55 a $.g oarseae PO . r3 _ @ .. ©` DUCT ATTENUATOR SCHEDULE 1ppi 4Y pe d A R wrfttsunwu.t 5 P191570 + 11331113,4V n-FvNI3ISNI3M Lt. 2 1 F 7 co il IN A i "t 1.1 I 2 a I I 2 • 4151144504.815141.11VM4.4451455.1141141411.044.51141 n +V N13.1.5 N I 3M z -11 ill 11 , i III -1--''' I A 1 ill I 11 I A ii Lafta.saa-toautu.kara.frat.maramranaarruotala LY D IG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #053 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila, Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #053: CE #107 - #291: PRIORITY - ARCH: Exterior Door Threshold Size Clarification TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 053 / 1 REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: Pending - In Review 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: 5/22 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING METHOD: Amount Based No TOTAL AMOUNT: $3,325.45 PAID IN FULL: POTENTIAL CHANGE ORDER TITLE: CE #107 - #291: PRIORITY - ARCH: Exterior Door Threshold Size Clarification CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows)" CE #107 - #291: PRIORITY - ARCH: Exterior Door Threshold Size Clarification #291: PRIORITY - ARCH: Exterior Door Threshold Size Clarification Review Note: Correspondence added to confirm that no credit for original thresholds is available, as these were ordered custom for this project and are not returnable ATTACHMENTS: RFI 291.pdf PCO 053R1-.Combined.pdf_ _RE TFS 51 - Custom Thresholds.pdf_ LCI SP - PCO 053 SP.pdf Cost Code Description Type Amount 1 03--001-99• - Structures, Enclosure & Misc Sub -BP03&07 Re -order Thresholds Subcontractor $ 3,120.34 Subtotal: $3,120.34 Fee - Self Perform Work: 16.00% Applies to Labor, Materials, Equipment,Other, Overhead and Profit, and Unwritten Sub'slPA's. $ 0.00. Fee.- GCCM: 4.60%.Applies to Subcontractor, Purchase Agreements, and Project Contingency. $ 140.42. GL.Insurance: .0.76%Applies to all line item types. $ 24,46 P&P Bond: 0.76% Applies to all line Item types. ;$ 24.64. E&O Tax: = 0.47%Applies to all line item types. $ 15.59 Grand Total:. $3,326.46 Owner Signature Date Lydig Construction, Inc. page 1 of 1 Printed On: 6/10/ 2020 03 :56 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #053 SP Project: 30126-10 - TFS#51 - Self -Perform 17951 Southcenter Parkway Tukwila, Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #053 SP: CE #107 SP - #291: PRIORITY - ARCH: Exterior Door Threshold Size Clarification TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION 053 SP / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: Pending - In Review FIELD CHANGE: No LOCATION: SCHEDULE IMPACT: FROM: CONTRACT: CREATED BY: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 1 - Tukwila Fire Station #51 - Self -Perform Prime Contract Weston Blackburn (Lydig Construction, Inca- Bellevue Off) CREATED DATE: 5/22 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: TOTAL AMOUNT: Amount Based No $3,120.34 POTENTIAL CHANGE ORDER TITLE: CE #107 SP - #291: PRIORITY - ARCH: Exterior Door Threshold Size Clarification CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #107 SP -#291: PRIORITY - ARCH: Exterior Door Threshold Size Clarification Supply 12 new custom thresholds revised per RFI 291. Doors: 104B, 122B, 126B, 203, 127, 131, 135, 106A, 104A, 130E, 101A, 119. ATTACHMENTS: cor7 Revised.pdf # Cost Code Description Type Amount 08-012-97- - HM Door/Frame Supplier Supply 12 Custom Thresholds Purchase Agreements $ 2,833.00 Subtotal: $2,833.00 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: 8.00%Applies to Subcontractor and Purchase Agreements. $ 226.64 GL Insurance: 0.76% Applies to all line Item types. $ 22.95 P&P Bond:.0.76% Applies to all line Item types. $ 23.12 B&O Tax: = 0.47% Applies to all line item types. $ 14.63 Grand Total: $3,120.34 Owner Signature Date Lydig Construction, Inc. page 1 of 1 Printed On: 5/22/2020 04 :14 PM JOB NAME: ECS JOB#: CONTRACTOR: EVERGREEN caysnItcres soloAttais CHANGE ORDER REQUEST TUKWILA FIRE STATION 51 4679ZG LYDIG CONSTRUCTION, INC ECS CHANGE ORDER REQUEST#: 7 CONTRACTOR REFERENCE#: Custom Thresholds Add PREPARED BY: Zoram Garcia DATE: 05/18/2020 ** PRICING BASED ON STANDARD FACTORY LEAD TIMES UNLESS OTHERWISE NOTED ** ** PRICING IS GOOD FOR 30 DAYS ** DESCRIPTION OF WORK Custom Thresholds Add TIME IMPACT AFTER APPROVED CHANGE ORDER: Days Description of Changes Total Material Additions Custom Thresholds $2,758.00 Freight $75.00 Deductions Subtotal Materials Sales Tax (0.000%) CHANGE ORDER TOTAL $2,833.00 $0.00 $2,833.00 Weston Blackburn From: To: ZoramGarcia ^zoramgarcio@emonspecc m^ Wednesday, June 1{\202O11OPW Weston Blackburn RE: TFSS1 Custom Thresholds Hi Weston, Unfortunately the original thresholds can't be returned for credit. They were order custom for this job. Zor rnGonda Senior Project Manager FL 77A?rvA?PFN - _ This communication, including attachments, may contain information which is privileged and confidential, and is intended for the sole use of the addressee. Any use, duplication, disclosure ordissemination ofthis mmmumcauum,otwerthamuytxeauuex ee`issmu1ypruh|mteuamdmnyu=in violation of law. If you have received this communication in error, please notify the sender immediately and delete v,destroy this communication and all copies. Although the company has taken reasonable precautions to ensure no viruses are present in this email, the company cannot accept responsibility for any loss u,damage arising from the use of this email orattachments. From: Weston Blackburn xVVBIackbu conl> Sent: Wednesday, June D\2U2011:37AM To: ZommGarcia xzonom.0arcia@evcnnspeczom> Subject: TF55l-Custom Thresholds Zoram' Can you please confirm that the aluminum thresholds that were replaced by the custom thresholds in RFl 291 are not returnable and will be turned over to the Owner? Weston Blackburn | Senior Project 8ngio,xr Lydig Construction 3l8U\39dAve SE, Ste l|0Bellevue, W49X00u P-425.885.3314 1C.425213.7355 0 Control # : 8034 cc TUKWILA FIRE STATION 51 o NSTRUCTION SPECIALTIES: I ier :EVERGREEN C (\ 0 o o o o 23 ECIFY SCREW HOLE LOCATIONS (f § f { { d CIFY SCREW HOLE LOCATIONS ILY D I G Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #291 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 PRIORITY - ARCH: Exterior Door Threshold Size Clarification TO: DATE INITIATED: LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: TBD DRAWING NUMBER: LINKED DRAWINGS: Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) Emma Nowinski (Weinstein A+U) 05/12/2020 FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: Weston Blackburn (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Closed on 05/19/20 05/19/2020 TBD 08 71 00 - Finish Hardware RECEIVED FROM: Tom Pitman (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) Question from Weston Blackburn (Lydig Construction, Inc. - Bellevue Of) at 10:46 AM on 05/12/2020 Clarification is needed on exterior door threshold sizes. The hardware schedule provided in specification section 087100 Finish Hardware identifies overall length and width of each door threshold. Thresholds were submitted and ordered per specifications and approved hardware schedule, however, details on sheet A422 illustrate a discrepancy in threshold design. Details 8, 9, 11, and 12 on A422 along with HM door section detail shown on 7/A452 show the door thresholds spanning full depth of door frames (varying from 8-1/8" to 14" in depth and 41" to 77" in length). In order to achieve the desired look as shown in the architectural details, the threshold sizes will need to be changed from what is called out in the hardware schedule. Attached is a revised list of threshold sizes required to conform to the architectural details. Please confirm that threshold sizes are to be changed from what is listed in the hardware schedule, to what is shown on the attached document in order to conform to the architectural drawings. Attachments: RFI 291 - Custom Thresholds Submittals 5-12-2020.pdf Official Response: Thayer Wild (Weinstein A+U) responded on Monday, May 18th, 2020 at 2:56PM PDT Provide door thresholds to span full depth of frames as shown in details on sheets A422 and A452. Lydig to field verify lengths for each door threshold. -Thayer W. WAU. 5/18/20 Attachments: RFI 291 - Custom Thresholds Submittals 5-12-2020 - WAU response.pdf BY Lydig Construction, Inc. DATE COPIES TO Page 1 of 1 Printed On: 05/22/2020 04:28 PM LY DIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #054 Project: 30125-43- TFS#51 GCCM 17951 Southcenter Parkway Tukwila, Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #054: CE #111 - #280: Arch - Wolf Range Model Change TO: City of Tukwila FROM: 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 054 / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: Pending - In Review CONTRACT: CREATED BY: CREATED DATE: PRIME CONTRACT CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: TOTAL AMOUNT: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 30125 -Tukwila Fire Station #51 - GCCM Prime Contract (18-001.1) Weston Blackburn (Lydig Construction, Inc. - Bellevue Off) 5/29 /2020 None Amount Based No ($418.00) POTENTIAL CHANGE ORDER TITLE: CE #111 - #280: Arch - Wolf Range Model Change CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #111 - #280: Arch - Wolf Range Model Change Credit for switching from range w/French Top to range w/Double Griddle ATTACHMENTS: PCO 054 SP - Combined.pdf Cost Code Description Type Amount. 03--001-99- - Structures, Enclosure & Misc Sub -BP03&07 Credit for Range Swap Subcontractor ($418:00) Subtotal: ($418.00) Fee - Self Perform Work: 1:6.00%Applies to Labor, Materials, Equipment, Other, Overhead and Profit, and Unwritten Sub's/PA's. $ 0.00 Fee - GCCM: 0.00 % Applies to Subcontractor, Purchase Agreements, and Project Contingency. $ 0.00 GL Insurance: 0.00% Applies: to all line Item types. $ 0.00 P&P Bond: 0.0O%Applies to all line Item types. $ 0.00 B&O Tax: 0.00 % Applies to all line item types. $ 0.00 Grand Total: ($418.00) Owner Signature Date Lydig Construction, Inc. page 1 of 1 Printed On: 5/29/ 2020 04 :40 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #054 SP Project: 30126-10 - TFS#51 - Self -Perform 17951 Southcenter Parkway Tukwila, Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #054 SP: CE #054 SP - #280: Arch - Wolf Range Model Change TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 054 SP / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: Pending - In Review FIELD CHANGE: No LOCATION: SCHEDULE IMPACT: FROM: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 CONTRACT: 1 - Tukwila Fire Station #51 - Self -Perform Prime Contract CREATED BY: Weston Blackburn (Lydig Construction, Inc. - Bellevue Off) CREATED DATE: 5/29 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: ($418.00) POTENTIAL CHANGE ORDER TITLE: CE #054 SP - #280: Arch - Wolf Range Model Change CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #054 SP - #280: Arch - Wolf Range Model Change #280: Arch - Wolf Range Model Change ATTACHMENTS: LYDIG (FIRESTATION 51 RANGE SWAP) pdf Cost Code Description Type Amount 11--016-97- - Res Appliances Supplier Credit french top vs. griddle Purchase Agreements ($418.00) Subtotal: ($418.00) 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: 0.00% Applies to Subcontractor and Purchase Agreements. $ 0.00 GL Insurance: 0.00% Applies to all line item types. $ 0.00 P&P Bond: 0.00% Applies to all line Item types. $ 0.00 B&O Tax: 0.00% Applies to all line item types. $ 0.00 Grand Tata : ($418.00) Owner Signature Date Lydig Construction, Inc. page 1 of 1 Printed On: 5/29/ 2020 04 :37 PM Page lofl 4/23/2020 Price quote valid for 30days unless otherwise stated. Special order and custom items may take upto8'1Oweeks. Extended Warranty available through NSI Protection Plus. Sales Rep: Juan Munoz h+hon«xauU Ne�needeSales Rep Email: juan.m@arnoldsappliance.com Sales Rep Phoi 425-289-4711 Bill To: LY0G[DNSTRU[UON Main Phone: Address: Alt Phone: Oty, State, Zip: Contact: Email: Alt Contact: Ship To: TVKVV|LAFIRE STATION #5z Main Phone: Address: Alt Phone/ City, State, Zip: Contact: Email. Alt Contact: Color MakeQ�MSRP _-_-_-_- Description~_~-_.~~-_~~~~�--_~-_-._�_` Quoted Price SS VVQiF 48DUAL FUEL RANGE 4BURNER WITH FRENCH TOP DF484F -1 $ (15325.00) 48 , WOLFDF484QG DUAL FUEL RANGE VV|TH48RUNERAND DOUBLE GRIDDLE 1 '$ 14,907.00 � ' ' ' ' ` xewill meet vrbeat local competitive pricing. See store for additional information. Total: $ Grand Total: $ (418.00 144O4NE2UTHSTSUITE l0O BELLEVUE.VVA98OO7 ~ SHOWROOM (425)4E4'7929 ~ FAX (42S)462-1939 www.amo|dsapplbncczom MASTER BUILDER .A Remodelers �'ft� '8UKI4",3R0iN'- [ BQBQB,, LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #280 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Arch - Wo Range Model Change TO: Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) Emma Nowinski (Weinstein A+U) DATE INITIATED: 04/24/2020 LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: TBD DRAWING NUMBER: LINKED DRAWINGS: RECEIVED FROM: 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) Juan Munoz (ARNOLD'S APPLIANCE) FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: David White (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Closed on 04/24/20 05/01/2020 TBD 11 31 00 - Residential Appliances Question from David White (Lydig Construction, Inc. - Bellevue Of) at 02:06 PM on 04/24/2020 Per conversations between Lydig and WAU in response to Tukwila Fire Station 52 RFI 335, please confirm Lydig is to revise the appliance order and purchase the attached DF484DG Wolf Range in lieu of the previously submitted and approved DF484F. Note: purchasing the DF484DG will result in a $418 credit. Attachments: RFI 280 - Wolf Range Model Chanpe.pdf Official Response: Thayer Wild (Weinstein A+U) responded on Friday, April 24th, 2020 at 2:28PM PDT Provide attached model DF484DG in lieu of previously submitted DF484F. Provide credit. -Thayer W. WAU. 4/24/20 Attachments: RFI 280 - Wolf Range Model Change - WAU Response.pdf BY DATE Lydig Construction, Inc. COPIES TO Page 1 of 1 Printed On: 05/29/2020 04:41 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #055 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #055: CE #112 - ASI-008 Whiteboard Credit TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 055 / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: Pending In Review 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: 6/2 /2020 PRIME CONTRACT CHANGE ORDER: None ACCOUNTING Amount Based METHOD: SCHEDULE IMPACT: PAID IN FULL: No TOTAL AMOUNT: ($1,678.65) POTENTIAL CHANGE ORDER TITLE: CE#112 - ASI-008 - Whiteboard Credit CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #112 - ASI-008 - Whiteboard Credit ASI-008 removed markerboards from Lydig's scope (supply and install) ATTACHMENTS: PCO 055R1--Combined.pdf PCO 055 SP.pdf Cost Code Description Type Amount. 1 03--001.99- - Structures, - BP 03 8, 07 & Misc Sub Credit supply/install of markerboards PP Subcontractor ($1,678.65) Subtotal: ($1,676.65). 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: :0.00%Applies to Subcontractor, Purchase Agreements, and Project Contingency. $ 0,00 GL.Insurance: 0.00% Applies to all line item types. $ 0.00 P&P Bond: 0.00% Applies to all line item types. '.$ 0.00 B&O Tax: 0.00% Applies to all line It types. $ 0.00 Grand Total: ($1,678.66) Owner Signature Date Lydig Construction, Inc. page 1 of 1 Printed On: 6/10/ 2020 04 :09 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #055 SP Project: 30126-10 - TFS#51 - Self -Perform 17951 Southcenter Parkway Tukwila, Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #055 SP: CE #112 SP - ASI-008 - Markerboard Credit TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 055 SP / 0 REQUEST RECEIVED FROM: STATUS: Pending - In Review REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: FROM: CONTRACT: CREATED BY: CREATED DATE: PRIME CONTRACT CHANGE ORDER: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 1 - Tukwila Fire Station #51 - Self -Perform Prime Contract Weston Blackburn (Lydig Construction, Inc. - Bellevue Off) 6/2 /2020 None ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: ($1,678.65) POTENTIAL CHANGE ORDER TITLE: CE #112 SP - ASI-008 - Markerboard Credit CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #112 SP - ASI-008 - Markerboard Credit ASI-008 removed markerboards from Lydig's scope (supply and install) ATTACHMENTS: Cost Code Description Type Amount 1 10--004-01- - Marker/Tack Boards Credit markerboards Materials ($1,646 00) Subtotal: ($1,646 00) Fee - Self Perforrn Work: 0.00% 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. $ 0.00 GL insurance: 0.76% Applies to all line item types. ($12 35) P&P Bond: 0.76% Applies to all line item types. ($12.44) B80 Tax: .-. 0.47% Applies to all lino Item types. ($7.86) Grand Total: (61,678.66) Owner Signature Date Lydig Construction, Inc. page 1 of 1 Printed On: 6/2/ 2020 10 :08 PM Weston Blackburn From: Mark Strecker <mork@pbsbui|ds4om> Sent Tuesday, June 2,2O2O817AM To: Weston Blackburn Subject: RE: PBS ' Visual D1sp|ays.pdf Follow UpFlag: Follow up Flag Status: Flagged Here's the breakdown on that bid: Boards: $1205l0 Furbo: $2,484.00 Total: $3,689.00 Let meknow ifthere's anything else | can help with. - Mark Strecker 7O13South 216thStreet IKent, VVA9QO32 0:253395.55501 C: 206.8173580 FIBS Supply can now befound @Pvvwvv.pbsbuiNx.ovm Purchase PBS Basic Visual Display Products Online: www.pbsbasics.com Hard tofind PPE gear isinstock here: PPE Gear | From: Weston Blackburn <VVBIackburn@lydigzom> Sent: Monday, June 1,2O2O6i46PM To: Mark Strecker <mark@pbsbui|ds.com> Subject: PBS 'Visual Disp|ays.pdf Hey Mark, I have a request from the Owner to provide a credit for some whiteboards that we originally had in our scope for TFS 51 (prior to signing you guys up) that have now been removed. In order to price that credit, I will need to figure out what the value of the whiteboards alone were. On bid day, you gave me a quote for supply only that included both the whiteboards and the forbo (I have attached the original quote). Would it be possible to help put a number to what portion of that bid day quote would have been attributed to the whiteboards vs. the forbo? To be clear, our contract with PBS is only for the forbo, so this credit will not affect the value of your contract. I just need to quantify the credit that we owe the Owner for whiteboards that we are no longer providing. I appreciate the help, let me know if I can answer any questions. Thanks! Weston Blackburn Senior Project Engineer Lydig Construction 3180 139th Ave SE, Ste 110 Bellevue, WA 98005 P% 425.885.3314 IC. 425.213.7355 2 COP Subcontractor Breakdown Summary Project Name: Tukwila Fire Station #51 Project No. 30126 Document Reference: ASI-008 Contractor: Lydig Description: ASI-008 Markerboard Credit 1. CRAFT LABOR COSTS Direct Labor Costs: a. crew (apprentices, journeymen, & laborers) b. foreman c. lead foreman Supervision: d. direct supervision e. safety 2. MATERIAL COSTS a. material costs b. freight costs (itemize) PCO: 055SP Date: 6/2/2020 Contractor Ref. No. te ize all costs on attached COP Cost Breakdown form. $ (441.00) $ - $ - DIRECT LABOR SUBTOTAL $ (441.00) 3. EQUIPMENT COSTS a. owned equipment (per spec approved source) b. rental equipment (per invoices attached) 4. SMALL TOOLS a. small tools 5. OVERHEAD & PROFIT a. 15% on Materials (2) b. 15% On Labor, Equipment and Small Tools ( 1, 3, & 4) 6. SUB -SUBCONTRACTORS a. b. c. d. 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS a. NTE 8% for each sub 8. Insurance a. Insurance 9. Bond a. Bond 10. B8.0 Tax a. B&O Tax 0.75 % of 1-7 0.75 % of 1-7 0.47 % of 1-8 (1,205.00) $ $ _ $ $ $ _ $ _ $ 1. CRAFT LABOR COSTS $ (441.00) 2. MATERIAL COSTS $ (1,205.00) 3. EQUIPMENT COSTS $ 4. SMALL TOOLS $ SUBTOTAL 1 thru 4 (1,646.00) 5. OVERHEAD & PROFIT $ - 6. SUB -SUBCONTRACTORS $ - 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS $ - (12.35) (12.44) (7.87) 8. Bond $ (12.35) 8. Bond $ (12.44) 9. B&O Tax $ (7.87) TOTAL COST (1,678.65) Self Perform Template - PCO Breakdown LCI.xlsx Page of Issued 6/2/2020 COP Cost Breakdown Tukwila Fire Station #51 CD , _ m cu H O 8 O V N N N N VT VT V/6 VT VT o M VF U} VT VT VT V! a/1 VT V} VT VT Vi N Vk VY V} VL 1IY VT VY i/V Fi tC d t9 i! VY Equipment Cost $ - V.I. VT V} 1/T Ur VT VT V1 0) VY VR VY VY f/! VF VI V} VT LV VT VT VI V4 VT VT VT 04 VT VT VD Vi 4/k To R E Cost $ O N o N. ti H VI VT VF UT VF VT VT Vi VF V} th i/V ♦N VT VT V1 in to VT VT Vf an (4 in V! V) VT VY V4 VY VT O O as, M VY N Y D Unit Amt labor Hourly total hrs Cost $ 88.20 5.00 $ (441.00) Vf UT Vf V1 4 4 V} VT VT 41 VT VI VT 0 il4 VT V} 0. 1/T VI t/} i/} 1/} VT 1/F VT 1/F V} N 3 Description Installation of Markerhoards (Carpenter), Markeboard Supply Total Cost of Work a. 0 U 4 Tukwila Fire S Project Name: w M J O z 0 a` Contractor: N4 V3 a Hi E9 i9 Vl Ui f9 vi to (9 V1 V3 E9 49 i9 Vi W f9 69 49 f9 : 4D VD 69 fr3 Hi ' 4A E9 64 f9 E9 f9 c9 VA f9 C9 F9 Cd3 : Vs Laborer 01/04/18 h IA. N O Vi n 4S N f9 COC H3 0 69 CO0 ,FR N Hi (0 69 O Carpenter ® 0 0 CO 1`..: 0 '(0 CO CO E9 C0 N (0 N O )!D VA V'. M. O 69 $ 4.37 M V (0 $ 2.33 r N co f9 M <Y vi $ 88.20' CO O CO O 'CO I� O t0 N Co : et: N {,j O V) N Trade & Position 'Rate Schedule Date' 'Prevailing Wage (incl. Benefits) 11 Hourly Wage Rate (forman) 12. Hourly Benefits 13. Sick Leave 'SUBTOTAL 13.FUI %of1 o 0 U LT_ 4 15. Sick Leave % of 1 6, SUI % of 1 (insert correct % to right) 0 .0 d 0. E' 0 E m e m v, 0 h: a w O TOTAL (incl. payroll taxes) Form Revised 6/1/2004 ARCHITECTS 1 URBAN DESIGNERS ARCHITECT'S SUPPLEMENTAL INSTRUCTIONS ASI -008 R1 Project Name: Tukwila Fire Station 51 Contractor: Lydig Construction Issued by: Emma Nowinski Copies to: Lydig, SOJ Attachments: See below Project No. 17001 Issue Date: 10/28/19 ❑ 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. 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 drawings included in this ASI document owner -requested changes to the Station Office and Captain's Office casework, as well as update the Acoustic Ceiling Panel layout in the Day Room to accommodate the product recommended by the Contractor for TFS52. The included specification sections add products for the wall -mounted shelving, kitchen trash receptacles, and bunk room bed frames, remove marker boards from the contractor's scope, revise the Acoustic Ceiling Panel product and provide language for the applied vinyl mural graphics. Included sheets: A101N A201 A614 A704 E301 E401 Included specification sections: 06 41 16 Architectural Wood Casework 09 51 13 Acoustical Ceiling Panels 10 11 OO Visual Display Units 10 14 23.16 Room -identification Panel Signage 12 50 00 Furniture 2200 Western Avenue Su3e 301, Seattle, `✓VA 93121-1921 Weins1einAU.com 206 143 3606 6 206443 1218 TUKVVL4FIRE STATION 51 101100 WEINSTEIN A+U VISUAL DISPLAY UNITS PART 1-GENERAL 11 SUMMARY A. Section Includes: Tackboardo. B. Related Requirements: 1. Section 06 10 53 "Miscellaneous Rough Carpentry" for coordination of backing in walls. 1.2 ACTION SUBMITTALS A. Product Data: For each typeof 1. Include construction details, material descriptions, dimensions of individual components and profiles, finishes, and accessories for visual display units. 2. Include electrical characteristics for motorized units. B. Shop Drawings: For visual display units. 1 . Include plans, elevations, sections, details, and attachment toother work. 2. Show locations ofpanel joints. Show locations 'offield-assembled joints for factory - fabricated units too large to ship in one piece. 3. Show locations and layout ofspecial-purpose graphics. 4, Include sections oftypical trim members. C. Samples for Verification: For each type nfvisual display unit indicated. 1. Visual DisPanel: Not less than&4/2 by 11 inches, with facing, core, and backing indicated for final Work. Include one panel for each type, color, and texture required. 2. Trim: 8'inch'|ongsections ofeach trim profile. 1 Accessories: Full-size Sample of each type ofaccessory. D. Product Schedule: For visual display units. Use same designations indicated on Drawings. 1.3 INFORMATIONAL SUBMITTALS A. Qualification Data: For qualified Installer. B. Product Tan tests performed by qualified testing agency, for surface -burning characteristics of tackboards. C. Sample Warranties: For special warranties. 1.4 CLOSEOUT SUBMITTALS A. Maintenance Data: For visual display units boinclude inmaintenance manuals. 101100 TUM}N|U\FIRE STATION 51 VISUAL DISPLAY UNITS WBNSTBNA+U 1.5 QUALITY ASSURANCE A. Installer Qualifications: An entity that employs installers and supervisors who are trained and approved bymanufacturer. B. Mockups: Build mockups to verify selections made under Sample submittals, to demonstrate aesthetic effects, and to set quality standards for fabrication and installation. 1. Build mockup of typical visual display unit as shown on Drawings. Include accessories. 2. Approval of mockups does not constitute approval of deviations from the Contract Documents contained in mockups unless Architect specifically approves such deviations inwriting. 3. Subject to compliance with requirements, approved mockups may become part of the completed Work if undisturbed ottime cfSubstantial Completion. 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver visual display units completely assembled inone piece. If dimensions exceed maximum manufactured unit size, or if unit size is impracticable to ship in one piece, provide two or more pieces with joints in locations indicated on approved Shop Drawings. 17 FIELD CONDITIONS A. Environmental Limitations: Do not deliver or install visual display units until spaces are enclosed and weohertighd.wet-work inspaces iscomplete and dry, work above ceilings is complete, and temporary H\A\C system is operating and maintaining ambient temperature and humidity conditions at occupancy levels during the remainder of the construction period. B. Field Measurements: Verify actual dimensions of construction contiguous with visual display units byfield measurements before fabrication. ~ 1. Allow for trimming and fitting where taking field measurements before fobhcationmight delay the Work. 1.8 WARRANTY PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Source Limitations: Obtain each type of visual display unit from single source from single manufacturer. B. Baoiomf[csign: [ganVismd. 1O11OO'2 ASIDID SET TUKVyLAFIRE STATION 5Y 101100 WEINSTEIN A+U VISUAL DISPLAY UNITS 2.2 PERFORMANCE REQUIREMENTS A. 8urfacoBumingChanantehuUno Comply with ASTME84;testing byaqualified testing agency. Identify products with appropriate markings oYapplicable testing agency. 1. F|ame'Spread|ndex: 25nrless. 2. Smoke -Developed Index: 50orless. 2.3 VISUAL DISPLAY BOARD ASSEMBLY A. Visual Display Board Assembly: Factory fabricated. 1. Assembly: . 2. Corners: Square. 3. Width As indicated Drawings. 4. Height Aeindicated onDrawings. 5. Mounting Method: Direct to wall. C. TookboordPano|: Plastic- mpegnnbad'cor taokbnandpanel nncore indicated. D. Aluminum Frames and Trim: Fabricated from not less than 0.062-inch-thick, extruded aluminum; standard size and shape, unless indicated otherwise onthe drawings. 1, Field -Applied Trim: Manufacturer's standard, snap -on trim with novisible screws or exposed joints. 2. Aluminum Finish: Clear anodic finish. E. Joints: Make joints only where total length exceeds maximum manufactured length. Fabricate with minimum number of joints, balanced around center ofboard (unless shown otherwise onthe drawingo).oeacceptable toArchitect. F. Combination Assemblies: Provide manufacturer's standard exposed trim hidden spline between abutting sections of visual display panels. G. MaikerTray.Maom[aub^,:�,'b"i~ndanj.rorJhnumurmr- BUDG[T 10110O VISUAL DISPLAY UNITS . 2.5 TACKBOARD PANELS . TUKQVLAFIRE STATION 51 A. TackboardPanels: 1. Manufacturers: Subject tocompliance with requirements, provide products byone ofthe following: o. Fodbo: Bulletin Board Cork- 2. Facing: 1/4-inch-thick plastic -impregnated cork. 3. Core: Manufacturer's standard. B. Edges: Metal angle trim. t Manufacturers: Subject to compliance with requirements, provide products byone ofthe following: a. Schluter System: Deco AE1UOO 2. Finish: Anodized Aluminum. 2.6 MATERIALS coat proc B. Plastic- |mpnagnated-Cnrk Sheet: Seamless, homngeneouy, self-sealing sheet consisting of granulated cor,|inxeedoKresinbindera.anddrypigments that are mixed and oa|endoredonto fabric backing; with washable vinyl finish and integral color throughout with surface -burning characteristics indicated. 1. Manufacturers: Subject tncompliance with requirements, provide products bythe following: a. Forbo; Bulletin Board Cork C. Medium-DeMedium-Density Fiberboard:ANSI A2O8.2,Grade 13D. 1, Composite Wood Products: Products shall be made without urea formaldehyde. O. Hardboard: ANSI A135.4,hampered. E. Particleboard: ANSI A208.1, Grade M-1, made with binder containing no urea formaldehyde. F. Extruded Aluminum: ASTMB221.Alloy 6DG3. G. Adhesives for Field Application: Mildew -resistant, nonstaining adhesive for use with specific type of panels, sheets, orassemblies; and for substrate application; as recommended in writing by visual display unit manufacturer. 1 . Adhesives shall have a VOC content of 50 g/L or less. 101100'4 DID SF' OCTOBEH2320t8 TUKVVLAFIRE STATION G1 101100 WEINSTEIN A+U VISUAL DISPLAY UNITS 2.7 GENERAL FINISH REQUIREMENTS A. Comply with NAAMM's"Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. B. Protect mechanical finishes on exposed surfaces from damage by applying a strippable, temporary protective covering before shipping. C. Appearance of Finished Work: Noticeable variations insame piece are unacceptable. Variations inappearance ofadjoining components are acceptable if they are within the range ofapproved Samples and are assembled nrinstalled tnminimize contrast. 2.8 ALUMINUM FINISHES A. CleoAnodicFinish: AAMAO11.AA-M12C22A31.Class U.&O1Ommorlhioker. PART 3'EXECUTION 3.1 EXAMINATION A. Examine substrates and conditions, with Installer present, for compliance with requirements for installation tolerances, surface conditions of wall, and other conditions affecting performance of the Work. B. Examine walls and partitions for proper preparation and backing forvisua|displayunits. C. Examine walls and partitions for suitable framing depth where sliding visual display units will be installed. D. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Complywithmanofactuna/owhtteminotmcUnnoforeurfacepreparetion- B, Clean substrates of substances, such as dirt, mold, and mildew, that could impair the performance of and affect the smooth, finished surfaces of visual display boards. C. Prepare surfaces to achieve a smooth, dry, clean surface free of flaking, unsound coatings, cracks, defects, projections,depressions, and substances that will impair bond between visual display units and wall surfaces. O. Prime wall surfaces indicated to receive visual display units and as recommended in writing by primer/sealer manufacturer and visual display unit manufacturer. 3.3 INSTALLATION A. General: Install viaoo| display surfaces in locations and at mounting heights indicated on Drawings, orif not indicated, adheights indicated below. Keep perimeter lines straight, level, and plumb. Provide grounds, c|ipo, backing materials, adhesives, brackets, anohoro, trim, and accessories necessary for complete installation. TASI-0Q8 101100-5 2018 OCTOBER23,2019 101100 TUKVVLAFIRE STATION 51 VISUAL DISPLAY UNITS WEINSTEIN A+U B. Factory- Fabricated Visual Display Board Assemblies: Attach concealed c|ipo, hangers, and grounds to wall surfaces and to visual display board assemblies with fasteners at not more than 16 inches on center. Secure tops and bottoms of boards to walls. C. Visual Display Board Assembly Mounting Heights: Install visual display units at mounting heights indicated on Drawings. D. Display Rails: Install rails atmounting heights indicated onDrawings. Attach bowall surface with fasteners at not more than 16 inches on center 3.4 CLEANING AND PROTECTION A. Clean visual display units according to manufacturer's written instructions. Attach one removable cleaning instructions label hovisual display unit ioeach room. B. Touch up factory -applied finishes to restore damaged or soiled areas. C. Cover and protect visual display units after installation and cleaning. END OFSECTION 101100'0 BID SET' OCTOBER23,_2019B[CO0O[R20`281 LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #056 Project: 30125-43- TFS#51 GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #056: CE #113 #306: Elec - Confirmation of Added DAS TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 056 / 1 REQUEST RECEIVED FROM: STATUS: REFERENCE: Pending - In Review 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: 6/2 /2020 PRIME CONTRACT None CHANGE ORDER: FIELD CHANGE: No LOCATION: ACCOUNTING Amount Based METHOD: SCHEDULE IMPACT: PAID IN FULL: No TOTAL AMOUNT: $42,641.68 POTENTIAL CHANGE ORDER TITLE: CE #113 - #306: Elec - Confirmation of Added DAS CHANGE REASON: Client Request POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #113 -#306: Elec - Confirmation of Added DAS #306: Elec - Confirmation of Added DAS Pricing per Day Wireless proposal provided by Owner (excludes anticipated sales tax amount listed on proposal) Review Note: Fee removed from GCCM and Subcontractor per PCO Meeting comments dated 6/10/2020 ATTACHMENTS: Day Wifeless Proposal,pdf PCO 056R1 SP.pdf Cost Code Description Type Amount 1 03--001-99- -Structures, Enclosure & Misc Sub - BP03:& 07 Add DAS to project Subcontractor $41,812.25 Subtotal: $41,812.25 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: 0.00% Applies to Subcontractor, Purchase Agreements, and Project Contingency. $:0.00 GL Insurance: 0.76% Applies to all line item types. $ 313.59 P&P Bond: 0.76% Applies to all line item types. $.315.94 B&O Tax:.0.47% Applies to all line item types. $ 199.90 Grand Total: $42,641.68 Owner Signature Date Lydig Construction, Inc. page 1 of 1 Printed On: 6/10/ 2020 04 :27 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #056 SP Project: 30126-10 - TFS#51 - Self -Perform 17951 Southcenter Parkway Tukwila, Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #056 SP: CE #113 SP - RFI #306: Elec - Confirmation of Added DAS TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 056 SP / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: Pending - In Review FROM: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 CONTRACT: 1 - Tukwila Fire Station #51 - Self -Perform Prime Contract CREATED BY: Weston Blackburn (Lydig Construction, In Bellevue Off) CREATED DATE: 612 /2020 PRIME CONTRACT None CHANGE ORDER: FIELD CHANGE: No LOCATION: ACCOUNTING METHOD: SCHEDULE IMPACT: PAID IN FULL: No TOTAL AMOUNT: $41,812.25 Amount Based POTENTIAL CHANGE ORDER TITLE: CE #113 SP - RFI #306: Elec - Confirmation of Added DAS CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #113 SP - RFI #306: Elec - Confirmation of Added DAS #306: Elec - Confirmation of Added DAS Pricing per Day Wireless proposal provided by Owner (excludes anticipated sales tax amount listed on proposal) Review Note: Fee removed per PCO Review Meeting Dated 6/10/2020 ATTACHMENTS: Day Wireless-Proposal.pdf # Cost Code Description Type Amount 1 27--001-99- - DAS Subcontractor Add DAS to project Subcontractor $ 40,998.95. Subtotal: $40,998.95 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: 0.00 % Applies to Subcontractor and Purchase Agreements. $.0.00 GL Insurance: 0.76 % Applies to all line: Item types. $ 307,49 P&P Bond: 0,76% Applies to all line Item types. $ 309.80 B8,0 Tax: = 0.47%Applies to all lineitem types. 5 196.01 Grand Total: 641,812.26 Owner Signature Date Lydig Construction, Inc. page 1 of 1 Printed On: 6/10/ 2020 04 :22 PM PUBLIC UC SAFETY AFETY DAS SOLUTION UTUON QUOTE yd4Yl5, ��w���w�r-/ --- — Presented to: Eric Compton Technology Services Specialist City nfTukwila (206)396'2767 eri Presented by: TonyAneola Strategic Account Manager Day Wireless Systems (206)473'2965 Day Wireless Systems is pleased to offer the following proposal to City of Tukwila for the Emergency Responder Radio Coverage System (ERRCS) for the Tukwila Fire Station 51 located at 5901 S. 180th St. in Tukwila, WA. IFC 510 requires all new buildings to have radio coverage for emergency responders within the building. This proposal is intended to provide City of Tukwila with the system needed to ensure code compliance. Each building and situation is unique, and each solution we provide is tailored to our customer's needs. This is why we have put together the following to outline the Tukwila Fire Station 51 project. Included in this proposal is an estimated bill of materials and reflects the proposed system design. Upon purchase and review of the system design by City of Tukwila, any changes made will result in a change order. This includes, but is not limited to: changing cable pathways, changing headend locations, and changing donor mounting. For contracting concerns, please email and reference Project #1501-20238. We look forward to working with you on this important communications project. `.' w//pcLcxs arorcMs PROJECT #1501-20238 � z^v~«��' ������ww�c��� PROJECT BACKGROUND This project is to produce a design quote for a Public Safety 800 MHz DAS for a two-story fire station facility located in Tukwila, Washington. The enclosed area to be served by the DAS is roughly 13,236 square feet. The Authority Having Jurisdiction (AHJ) radio system is King County. King County has 24 frequency pairs for 8D0MHz tobecarried inthe PSDAS.The most likely donor site isKing Co/ Valley Comm- Skyway, roughly ].5miles tothe north. SYSTEM DESCRIPTION The proposed design will use an 800 MHz Class A BDA at the headend room, then feeding passive equipment throughout the building. The BDA will be on a 24-hour battery backup. S/15/2O2O Confidential to City of Tukwila � rl�� ���� wm/ccss srsrcws PROJECT #1501-20238 Tasks necessary for the successful completion of this project include, but are not limited to, the following: 'ay Wireless Custorner Provide apoint ofcontact for project communication Provide detailed floor plans including tenant improvements Conduct edetailed design review based onplan sets +^ */ v' Generate equipment list based ondetailed design ~^ Approve revised design ~' Order equipment v^ Coordinate with donor site system managers (AH]) *' Procure ERRCSand low voltage electrical permits °/ Select donor site Receive and inventory equipment v� Stage and program BDA system v� Receive AH]approval and/or contract v� Install BDAand BBU *' Install coaxial cable along demarkedpathways and terminate *^ Perform distance tofault (DTF)and return loss (RL)coaxial cable line V' sweeps Install passive DAScomponents (jumpers,antennas, etc) */ Conduct isolation testing and generate report v' Install active DAS components */ Conduct donor antenna and equipment weather proofing v~ and grounding per R56standards Optimize BDAand perform commission test w^ Coordinate BDAand battery backup alarm connections tothe FACP */ and facilitate testing with fire alarm vendor Perform post -installation antenna alignment *^ Perform post -installation JO'gridacceptance coverage test +^ Conduct AH]vva|kthruuAh *^ */ Provide closeout documentation toAHJ Confirm system acceptance and sign -off S/l5/ZU2O Confidential to City of Tukwila DAY"N'I'W"111 w/xacas srsrEMs PROJECT #1501-20238 ASSUMPTIONS Day Wireless assumes the following applies to this scope: • Day Wireless working hours are Monday through Friday, 8:00amtoB00pm. p Work bPrevailing Wage (PVW)and reflects current PVW rates as of 5/15/2020. • DA5scope does not generally qualify for a discount from OCIP/CCIP enrollment. Our quote is for total project amount, and we do not apply any deductions for OCIP/CCIP upon award. w Pricing is based on agreement between City of Tukwila and Day Wireless for project schedule. For projects that greatly exceed the agreed upon schedule, Day Wireless may issue a change order to cover increased administrative and project management costs. m Both Day Wireless and City of Tukwila will provide POC for work to be completed. ~ City of Tukwila to provide AutoCAD files of building for timely design submittal. * Day Wireless has set forth the expectation of a two -hour -rated equipment room and two -hour -rated riser per applicable AHJ / fire or building code requirements. Day Wireless is not responsible for any cost orlabor impacts that arise ifthese expectations are not adhered to. • Donor signal of sufficient strength and quality exists on the building roof to be enhanced. w Ground wire (#ITHHN),per electrical code, will bebrought tothe headendand donor locations by others. • interface 10the fire alarm panel tobeprovided byothers. ~ Conduit (minimum Z"),ifrequired, will beprovided byothers. w Distribution cable can run above, and antennas can be installed in, corridor ceilings where a suspended orsheetruch/GVV8ceiling structure exists. � Distribution cable can run in existing ceiling trays and/or be attached to the ceiling or ceiling/roof structure in areas where no lowered ceiling exists. * Access panels will be provided by others, as required by low voltage electrical code in hard -lid ceiling areas. " Antennas can be installed to existing ceiling trays and/or be attached to the ceiling/ceiling-roof structure as needed in areas where no lowered ceiling exists. w Antennas mounted on building trusswork or other irregular interior roof structure (such as that found in garages or high-bay/atrium areas) must be mounted in such a way as to have a clear view nftheRFcnverageamabe|ow-Antenna"sight|ines"maynotbeobotructedbyanystmctum, ductvork,p|unnbing, etc. S/lS/2O2U Confidential to PROJECT #1501-20238 • In areas of pinned insulation (such as garages), junction boxes must be provided (by others) of sufficient depth to allow each antenna to mount such that the antenna baseplate is clearly below any surrounding obstruction or insulation material. • A vertical pathway that extends from the bottom floor to the roof will be provided by others to carry DAS and roof antenna cables. • The headend equipment room is of sufficient size to hold all the equipment and has adequate air conditioning for proper operation of the equipment. • The equipment in the headend room will be provided with a dedicated 120VAC, 20A circuit terminating in a junction box fitted with a single duplex outlet. The outlet must be capable of being secured against plug removal or unauthorized use of the circuit. IDESIGN-SPECIFIC ASSUMPTIONS • Drawings provided for this building do not show a specific headend room. For the purposes of this quote design, it is assumed that the Class A BDA will be in the Communications Rm 127 on floor 1. • Drawings do not show vertical pathways specifically identified for donor and distribution coaxial cables. For the purposes of this design quote, it is assumed that a code compliant vertical shaft will be provided by others for the donor and distribution cable. For the purposes of this design quote, the vertical shaft will be in Rm 127 floor and will terminate at the ceiling of Mech Platform level (floor 2), or at the roof. • For this design quote it is assumed that the Yagi donor antenna, will be installed right next to the vertical riser that penetrates the ceiling of the roof level. 5/15/2020 Confidential to City of Tukwila PK[UECT#15Ol'20238 EXCLUSIONS The following are not included in this proposal: ° The proposed design is based on the drawings provided, which indicate some areas open unimproved volumes. Code compliant coverage cannot be guaranteed once tenant improvements have been added. ° This proposal does not consider any specialized cable routing that may result from any specialized construction methods, materials, orrequirements. w Any additional equipment needed due tocustomer's design change iaexcluded. * Day Wireless is not responsible for any core drilling, roof penetrations, nrother structural modifications. ° Conduit is excluded. ° Firestnpand penetrations tobeprovided hyothers. ^ Raceway Lobeprovided byothers. ° Back boxes/j-boxes required (only in hard lid ceilings) to be provided by others. * Electrical circuits to be provided by others. ° This proposal does not include anAntenna Component Monitoring System. Ifantenna component monitoring is required, additional equipment and services will be added to the design at a costnot reflected inthis quote. w Day Wireless is not responsible for managing the AHJ's schedule. We will do everything in our power to complete system sign -off, but ultimately the scheduling is done by the AHJ. Please note that any installation work not performed by Day Wireless Systems must be performed by appropriately trained and certified technicians. Day Wireless Systems is not responsible for installation work performed by Customer or Owner -appointed contractors, and is not financially liable for errors resulting from installation by unqualified individuals and/or failure to follow design specifications and industry best practices. S/lS/2U20 Confidential to City of Tukwila ^ DAY&L w/xucSs srsr PROJECT #1501-20238 FINANCIALDETAI. Description Quote Notes Equipment & Shipping $15,409.82 800 MHz Class A Public Safety System Professional Services $25,589.13 Includes: system design; coaxial cable installation; line sweeps; DAS hardware installation; system commissioning and optimization; coverage testing; alarm coordination; permitting; and project management Subtotal $40,998.95 Estimated Sales Tax (10.0%) $4,099,90 Please note that pricing listed above includes estimated taxes. Final tax rates will be calculated at the time of purchase. TERMS AND CONDITIONS Unless otherwise negotiated, the following shall apply. Terms shall be Net 30. We accept check or funds transfer. Payments will be as follows: Equipment as received in our SeaTac office • Services as performed with monthly progress billing Work will begin upon execution of a mutually agreed upon contract referencing this document. Any additional expenses will be reviewed prior to being incurred. Contracts shall be to Day Management Corp., dba Day Wireless Systems. For contracting concerns, please email coo,tr,V,:,,,(t, and reference Project #1501-20238. This quote will expire 90 days from the proposal date. 5/15/2020 Confidential to City of Tukwila WIRELESS SYSTEMS PKO]ECT#lSO1-2O238 PROPOSAL ACCEPTANCE if this proposalisaccepted nopresented, please complete this section. Ifapurchase order isprovided, that shall be the tracking reference. Otherwise, the date and name will be the reference. Customer: Name Title: Signature: Date Contract /PO#: 5/l5/2OZ0 Confidential to City ofTukwila `~ LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RECEIVED June 12 2 WEINSTEIN AU LLC RFI #306 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Elec - Confirmation of Added DAS TO: Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) Emma Nowinski (Weinstein A+U) DATE INITIATED: 06/01/2020 LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: TBD DRAWING NUMBER: LINKED DRAWINGS: RECEIVED FROM: 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) FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: David White (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Open 06/09/2020 TBD Question from David White (Lydig Construction, Inc. - Bellevue Of) at 05:19 PM on 06/01/2020 Per recent building readings of TFS 51 by Day Wireless, it was established that a 800 MHz distributed antenna system will be needed for the Emergency Responder Radio Coverage system. A proposal outlining the entire system was approved by SOJ for implementation to the project on 05/21/2020. Please confirm that this scope of work is to be added to Lydig's contract. Awaiting an Official Response All Replies: Per procore response by Julie DeDonato (SOJ) 6/2/20, confirmed to add DAS system scope as described below. -Thayer W. VVAU, 6/2/20 AI ll Replies Answered By: Date: Response: Attachments: Julie DeDonato (Ancora Projects LLC) Tue Jun 2, 2020 at 09:01 am PDT Confirmed per Owner's request that Lydig will manage Day Wireless scope through Self -perform contract. None BY DATE Lydig Construction, Inc. COPIES TO Page 1 of 1 Printed On: 06/01/2020 05:19 PM LYDJG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #058 Project: 30125-43- TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #058: CE #114 - #290: PRIORITY: CIVIL - SD#8 and SD#9 Wetland Relocation TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 058 / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: Pending - In Review 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: 6/3 /2020 PRIME CONTRACT None CHANGE ORDER: FIELD CHANGE: No LOCATION: ACCOUNTING METHOD: SCHEDULE IMPACT: PAID IN FULL: No TOTAL AMOUNT: $23,333.39 Amount Based POTENTIAL CHANGE ORDER TITLE: CE #114 - #290: PRIORITY: CIVIL - SD#8 and SD#9 Wetland Relocation CHANGE REASON: Client Request POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #114 -#290: PRIORITY: CIVIL - SD#8 and SD#9 Wetland Relocation Changes made in the process of wetland permitting were released in ASI-017 after the storm drainage scope was completed. RFI 290 provided direction on how to proceed with alteration of the existing storm system to meet new design requirements issued in ASI-017. Remove 78 LF of 12" pipe, install 103 LF of 12" pipe, re -grout catch basins, adjust rim elevation of CB#9, and de -mobilize equipment. Pricing also includes a credit for labor/equipment cost to grade the swale that was omitted connecting to CB#9. ATTACHMENTS: RFI 290 - PRIORITY - Storm Drainage at Wetland Buffer - LPD - vers 2. df RFI #290 Pricino.pdf Cost Code Description Type Amount 31--001-99-- Earthwork 8 Utilities. Add for changes associated with AS1-017. and RFI 290 Subcontractor $21,894.28 Subtotal: $21,894.28 Fee - Self Perform Work: 16.00% Applies to tabor, 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. $ 985.24. GL insurance: 0.76% Applies to all line item types. $ 171.60 P&P Bond: 0.76% Applies to all line item types. $ 172.88 B80 Tax: = 0.47% Applies to all line Item types. $ 109.39 Grand Total: $23;333.39 Owner Signature Date Lydig Construction, Inc. page 1 of 1 Printed On: 6/10/2020 03 :39 PM SCI| � ||� Infrastructure, u[e/ ��� Tukwila Fire Station #51 � This lump sum breakdown includes the labor, equipment, L S and materials toremove 7OLFof12"pipe, install 1O3LPof 13"pipo,regrout cb/s,adjust the Rim elevations ofCB#9, and de -mobilize equipment. This pricing also includes a credit for labor/equipment cost tograde the oxvo|othat was removed connecting toC8#9. LS .:::Yifel#0110:00:14tarfilACI *t111,14**Atili*kg0rM100;tj*it*Ij*t**MOZUONUV: 1 A Labor: Foreman Operator Pipe Layer Laborer Teamster Rate /Hr No. Hours/Day Days Subtotal: 79.55 1 8.00 3.00 $ 1,909.20 $ 74.82 2 8.00 3.00 $ 3,591.36 58.91 1 8.00 3.00 $ 1,413.84 $ 57.85 1 8.00 3.00 $ 1,388.40 $ 69.08 1 8.00 1.00 $ 552.64 Subtotal Labor: $ 8,855.44 113 Equipment: Rate/Hr No. Hours / Day Days Subtotal: 138 Ex $ 72.68 1 8.00 3.00 $ 1,744.32 Mini Ex $ 25.58 1 8.00 3.00 $ 613.92 930 Loader $ 47.74 1 8.00 3.00 $ 1,145.76 TNT $ 165.00 1 4.00 1.00 $ 660.00 Foreman Pickup $ 25.10 1 8.00 3.00 $ 602.40 LowBoy Tractor $ 129.46 1 8.00 1.00 $ 1,035.68 1 C Subcontractors: Lakeside Subtotal Equipment: $ 5,802.08 Quanity UM Cost/Unit Subtotal: Re -Mob LS $ 4,000.00 $ 4,000.00 Subtotal Subs: $ 4,000.00 Mark Up 8% $ 320.00 1 D Materials Quantity UM Cost/Unit Subtotal: 12" SDR 35 Pipe 112 LF $ 11.41 $ 1,277.92 Pipe Bedding 34 TN $ 21.95 $ 746.30 Subtotal Materials: Subtotal Items 1A,16,1D Mark Up1 5% Subtotal Item 1C 2,024.22 76,687.74 2,502.26 4,320.00 Total Additional Cost IA-1D $ 23,504.00 RFI # 90, Ctea ipa th 'eleteds 1 A Labor: Foreman Operator Grade Engineer Rate/Hr No. Hours/Day Days Subtotal: $ 79.55 1 8.00 0.50 $ 318.20 $ 74.82 2 8.00 0.50 $ 598.56 $ 74.82 1 8.00 0.50 $ 299.28 Subtotal Labor: $ 1,216,04 1 B Equipment: Rate/Hr No. Hours / Day Days Subtotal: Mini Ex $ 25.58 1 8.00 0.50 $ 102.32 930 Loader $ 47.74 1 8.00 0.50 $ 190.96 Foreman Pickup $ 25.10 1 8.00 0.50 $ 100.40 1 C Subcontractors: 1 D Materials Total Additional Co Subtotal Equipment: $ 393.68 Quanity UM Cost/Unit Subtotal: Subtotal Subs: Mark Up 8% Quantity UM Cost/Unit Subtotal: Subtotal Materials: Subtotal Items 1A-1B 1,609.72 A-18 89 LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 ECEOW ay 1 WEINSTEIN A+U LLC RFI #290 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 PRIORITY: CIVIL - SD 8 and SD#9 Wetland Relocation TO: Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+(J) Emma Nowinski (Weinstein A+IJ) DATE INITIATED: 05/12/2020 LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: TBD DRAWING NUMBER: C2 0 LINKED DRAWINGS: FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: Weston Blackburn (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Open 05/19/2020 TBD RECEIVED FROM: Tom Pitman (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) Question from Weston Blackburn (Lydig Construction, Inc. - Bellevue Of) at 10:01 AM on 05/12/2020 ASI-017 provided direction to relocate SD#8 and SD#9 along with a revised invert elevation for the connection to the detention pond and inlet locations from the wetland area in the Southwest corner of the project site. These changes were not issued until after installation of these structures was completed and backfilled. After discussion with Marc Servizi, Watershed, and Emma, further modifications were discussed based on the current status of these storm drain elements: 1. SD#8 and SD#9 can remain as currently installed per the Conformed Set of Drawings dated 4/5/2019 (shown in blue on the attached sketch). Please confirm that SD#8 and SD#9 can remain as currently installed. 2. In order to achieve the revised the location of the outlet from SD#9 to the Segale detention pond, SD connection will need to be excavated and relocated, and the detention pond will need to be re -drained in order to re -install this section of storm drain per new direction provided in ASI- 017. Per attached email correspondence from Watershed and Marc Servizi, the SD connection to the Segale detention pond may remain in its currently installed location. Please confirm that the connection to the detention pond does not need to be relocated and may remain in the original location as identified on the conformed set of drawings dated 4/5/2019. 3. As currently installed, there are two inlets from the wetland area routed to SD#8. The current inlet locations are encroaching on the wetland buffer zone. Per ASI-017, one of the inlets is to be omitted, and the other is to be relocated North to avoid the wetland buffer zone, Please confirm that one inlet is to be omitted/abandoned, and the other is to be relocated per ASI-017 direction. Attachments: ASI 017 - RE Updated base plan for Tukwila FS 51.msq RFI 290 - Storm Drainage at Wetland Bufferodf Awaiting an Official Response All Replies: LPD Response 1. SD #8 and SD #9 can remain in their current location, based on review by City. 2. Lower the Rim of CB #9 by removing one 8' high riser, This will allow for overflow drainage to flow into the grate. 3. Remove the inlet pipe within the buffer. 4. Install a new storm drain to connect to the ditch, per plan attached. Servizi 6/1/2020 BY Lydig Construction, Inc. DATE Page 1 of 1 COPIES TO Printed On: 05/12/2020 10:01 AM la Oup PZ gg:!as— SVIND1539 n+VNI31SNI3AA i Jiii !III2lil 15''11111/1 i P 666 9.. , i 144 Hi!! * , Ion9 :il api: 1 ..„ • 5'il # 0. ccoo“ille .ax”....si . 111 _ , did 3 Li i i lipliiil Iwg1A „„ iii111311;111111g 99 1_1 ILL 911 E 9 °' . .421gEMINIZESW ATIMMEMP1"-. 2 9 5 5 0 0 a) CC LL 0 cssi LL CC SUNDIS3a Nvovn M-VNI3ISNI3M - Jill 1212/111:illiffii tax5-5...55/ igg 1ifl g g 11111 a :IggiVEli 523N9153Q Noun#Sll3L N>§% /1+4J N 1.3 1 f N 1 3 Ali LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #059 Project: 30125-43 - TFS#51 -GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #059: CE #116 - #158.1: Elec -App Bay Drop Cords TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 059 / 1 REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: Pending - In Review FROM: CONTRACT: CREATED BY: CREATED DATE: PRIME CONTRACT CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: No TOTAL AMOUNT: $9, Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE Suite 110 Bellevue Washington, 98005 30125 - Tukwila Fire Station #51 - GCCM Prime Contract (18-001.1) Weston Blackburn (Lydig Construction, Inc. Bellevue Off) 6/3 /2020 None Amount Based 77.20 POTENTIAL CHANGE ORDER TITLE: CE #116 - #158.1: Elec - App Bay Drop Cords CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #116- #158.1: Elec App Bay Drop Cords #158.1: Elec - App Bay Drop Cords Power plan drawings identify drop cord receptacles which were then changed to drop cords with reel assemblies. Drop cord amperage was increased from 20A to 30A at all six locations after 20A rough -in was complete per power plans. ATTACHMENTS: Rev1 COP Breakdown COR 007 RFI 158.1 Cord Drops 3.10.2020 - WB Edits.pdf RFI 158 - App Bay Drop Cord Receptacle Clarifications - Response (1).pdf RFI 158.1 - App Bay Drop Cords - WAU response.pdf # Cost Code Description Type Amount 1 26--001-99- - Electrical Subcontractor - BP 11 Added cord reels and re -wire to 30A Subcontractor $ 8,798.85 Subtotal: $8,798.85 Fee - Self Perform Work:16.00%Applies to Labor, Materials, Equipment, Other, Overhead and Profit, and. UnwrittenSub'sIPA's. $0.00 Fee - GCCM: 4.60% Applies to Subcontractor, Purchase Agreements, and Project Contingency. $ 395.95 GL Insurance: 0.76% Applies to all line item types. $ 68.96 P&P Bond: 0.76%Applies to all line item types. $ 69.48 B&O Tax: = 0.47% Applies to all line item types. $ 43.96 Grand Total: $9,377.20 Owner Signature Date Lydig Construction, Inc. page 1 of 1 Printed On: 6/16/ 2020 03 :11 PM COP Subcontractor Breakdown Summary Project Name: Fire Hall 51 Tukwila Project No. 30125-43 Document Reference: Contractor: McKinstry Description: RFI 158.1 App Bay Cord Drops - changed to cord reels vs. Cord Drops COP: 006 Date: 6/16/2020 Contractor Ref. No. 30125-43 1. CRAFT LABOR COSTS Itemize all costs on attached COP Cost Breakdown form. Direct Labor Costs: a. crew (apprentices, journeymen, & laborers) $ 2,814 28 b. foreman c. lead foreman $ - DIRECT LABOR SUBTOTAL $ 2,814.28 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 5. OVERHEAD & PROFIT a. 15% on Materials (2) b. 15% On Labor, Equipment and Small Tools (1, 3, & 4) 6. SUB -SUBCONTRACTORS a. b. c. d. 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS a. NTE 6% for each sub 8. Bond a. Bond 9. B&O Tax a. B8,0 Tax 0.00 % of 1-7 0.00 % of 1-8 REV 1 COP Breakdown COR 006 RFI 158.1 Cord Drops 4.7.2020 (002).xlsx $ 4,650.22 $ - 697.53 422.10 $ 1. CRAFT LABOR COSTS $ 2,814.00 2. MATERIAL COSTS $ 4,650.22 3. EQUIPMENT COSTS $ - 4. SMALL TOOLS $ SUBTOTAL 1 thru 4 7,464.22 5. OVERHEAD & PROFIT $ 1,119.63 6. SUB -SUBCONTRACTORS $ - 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS $ - 214.60 Page of 8. Bond $ 215.00 9. B&O Tax $ TOTAL COST 8,798.85 Issued 6/16/2020 COP Cost Breakdown 0 1,5 Fire Hall 51 $ 1.456.51 tr•I In o rn o ,.., .-I Lon Equipment Cost $ - vo. ...,,. ....,, 44 44 4/ 4 1./1. ifl• •,,,..,•,. 79. .r.... •i-4•1•4 8 , vo. ,..—, 41 0 MI o • • o o h ID , . . ...,.. . , , ...,... , . , 0-.. . , 44 , , , . th• , , . . , , •lel• . . l/l• 0 ea , • o to n $5,250.22 -$600.00 sq 1 ft labor Hrs per j total hrs Cost 11 $ - r•I h 1.11, • • 4.0 h 1.4 IA 41. 14 4.4. • , • e a 111J, .,„ i .,,,.. i o t.111.11lia ,,,,, ..... -0., . ,I.1 -,,,, $ - $ 2,814.28 .4- ,r I./1 IIII u5 ui ,I A, Z: 't. gf t.D 0 40 in al 0 0 0 'COI Ark, VA Description E. u- c ,_ra,, Electrician FM Materials Materials Deduct Original Drops cS ro -a nzt rotal Cost of Work Issued 6/16/2020 REV 1 COP Breakdown COS 006 RFI 158.1 Cord Drops 4.7.2 Hall 51 Tukwil li c Contractor: CO 403 tO EA 69 'a w 0 N O a $ 57.51 CO N N g) $ 82.09 Ffl H3 fA EfY $ 82.09 la" o V. ti W LL O N p O N :O) CO (Pr CO 7 N PPr CO 0 CC W by Ea Y} 64 :fi U3 0 CO CO H4 m m 0 O o o 0 a 0 0 0 o 0 0 0 a 0 0 Trade & Position Rate Schedule Date 'Prevailing Wage (incl. Benefits) 11. Hourly Wage Rate (forman) 2. Hourly Benefits 'SUBTOTAL 3. F U I % of 1 0 0 B U EL - of 15. MEDICARE % of 1 L6. SUI % of 1 (insert correct % to right) 7. WC (insert $ amount per hour) TOTAL (incl. payroll taxes) Issued 6/16/2020 Form Revised 6/1/2004 78103516000 3 -51i-10FT-GALV z z gg THHN-10-BLK-195TR-C 8-LINE SYSTEMS -LINE SYSTEMS ACORN FASTENER 0 O ACORN FASTENER 5, w z 0 a 0 u z m E E z E E z° E z E 2 E E 2 E E E E z° E E E E Z E E Z E 2 0 Z: E z 8 u u u u ro 0 E; a, L u u L. u L. L. ro 2G STRUT SLOTTED HO b J 0 FENDER WASHER- PLTD STL 10THHN GREEN a O a f 3 810 WIRE POWER TERM a 0 0 Date: Bid ID: r)attcorri 3/10/20 6058991 CORD REEL Page: 1 McKinstry - Electrical Div Box 24567 5005 3rd Ave Seattle, WA 98124 Seattle 2757 6TH Ave S Seattle, WA 98134 2190 Telephone: 206-624-4083 6 60 1000 EA FT FT 1817468 K&H RTFH3L-WW-B10K RETRACTABLE CORD REEL -YELLOW 50' 10 GAUGE 3 CONDUCTOR 25 AMP MAX NEMA 4X + FREIGHT FROM THE FACTORY 0157435 PST PS 200 EH 10 PGAL DEEP CHANNEL - ELONGATED HOLES PREGALV 1- 5/8x1-5/8x10 12GA 0062557 THHN-10-BLK-STR-CU 500FT EA M 815.92000 140.29000 168.35000 4,895.52 84 .17 168 .35 Prices quoted, unless otherwise specifically noted on this quotation, are subject to availability and must be accepted and released for immediate shipment within 48 hours. Prices are subject to change without notice. Platt Electric Supply's Standard Terms and Conditions apply, available at httb://www.platt.com/service/termS.htrn1 Full phone support 7 days/week, 4arn - 8pm PT, Sam - 9prn MT Subtotal 5,148.04 Tax .00 BidTotal 5,148.04 LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 EIECIENIED Jan 16 2020 WEINSTEIN A+U LLC RFI #158 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Elec - App Bay Drop Cord Receptacle Clarifications TO: DATE INITIATED: LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: TBD DRAWING NUMBER: E301 LINKED DRAWINGS: RECEIVED FROM: 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 WId (Weinstein A+U) FROM: Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) Emma Nowinski (Weinstein A+U) 01/15/2020 Griffin Small (MCKINSTRY CO.) STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: David White (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Open 01/22/2020 TBD Question from David White (Lydig Construction, Inc. - Bellevue Of) at 06:43 PM on 01/15/2020 Clarification is needed on the locations of the six drop cord receptacles shown on E301. Please provide dimensions locating where these six drop cord receptacles should be installed. See attached for more information. Attachments: RFI 158 - App Bay Drop Cord Receptacle Clarifications.pdf Awaiting an Official Response All Replies: Refer to attached drawing showing the locations of drop cord reel receptacles as directed by Owner. The 30 Amp Drop cord reel shall have NEMA L5-30R receptacle at the end. The 18'I breakaway "pig tail" shall have NEMA L5-30P plug on one end and a 30 Amp, 125 Volts, 2-pole, 3-wire pin and sleeve connector on the other end. Refer to attached photo. The wire shall be 3#10 AWG type SO cord. For 20 Amp Drop cord reel shall have NEMA L5-20R receptacle at the end. The 18" breakaway "pig tail" shall have NEMA L5-20P plug on one end and a 20 Amp, 125 Volts, 2-pole, 3-wire pin and sleeve connector on the other end. The wire shall be 3#12 AWG type SO cord. Refer to attached revised sheet E301 for drop cord reel circuit assignments. Rocxy Juan - TFWB Engineers 2-12-2020 See attached sheet A202 with markups noting dimensioned locations of drop cord receptacles. If proposed locations conflict with existing or planned equipment notify design team prior to performing installation for coordination. -Thayer W. WAU. 2/12/20 BY Lydig Construction, Inc. DATE Page 1 of 1 COPIES TO Printed On: 01/15/2020 06:43 PM instr ife Of Your Building PROJECT NAME: REQUEST FOR INFORMATION Tukwila Fire Station 51 ATTENTION: David White SUBJECT: Cord Drop Rough -In Location AT Lydig GC RFI #: McK RFI #: 023 GC JOB #: McK JOB #: 117599-001 REF.DWG/SPEC: E301 McKinstry needs clarification on rough -in locations for the 6 cord drop receptacles on the first floor. REPLY REQD BY: 1/20/2020 ORIGINATED BY: Mark Palmer SUBMITTED BY: Griffin Small TRADE: Electrical POTENTIAL SCHEDULE IMPACT: DATE: 1/13/2020 Days ROM COST: UnKnown ARCHITECT/ENGINEER RESPONSE DRAWINGS ATTACHED: RESPONSE BY: DATE: IN-HOUSE cc: 0 Electrical Plumbing Detailing 0 Piping 0 Piping Detailing 0 FP Detailing 0 Sheet Metal LI 0 SM Detailing 0 Fire Protection SUB cc: 0 Controls 0 Insulation 0 0 5 A6ALAA6A AAA& "'"'+3a N•e.n.s.J3,IHJ.v fl+V N 13I S N 13 M 0 0 a. 0 o§ .r mstry fe 01 Your Building PROJECT NAME: REQUEST FOR INFORMATION Tukwila Fire Station 51 ATTENTION: David White SUBJECT: Breakaway Pig Tail Clarification REF.DWG/SPEC: 26 27 26 Wiring Devices AT Lydig GC RFI #: McK RFI #: 030 GC JOB #: McK JOB #: 117599-001 McKinstry needs clarification on what an "18 inch breakaway pig tail with receptacle on one end and a plug on the other end" specifies in the wiring Devices spec section. We are a little confused on what it means exactly.. REPLY REQD BY: 1/29/2020 ORIGINATED BY: Mark Palmer SUBMITTED BY: Griffin Small TRADE: Electrical POTENTIAL SCHEDULE IMPACT: Days DATE: 1/22/2020 ROM COST: UnKnown A DRAWINGS ATTACHED: RESPONSE BY: 071#0017/*N0.mpf.vgepOp4f. DATE: IN-HOUSE cc: El Electrical O Plumbing Detailing 0 Piping 0 Piping Detailing SUB cc: 0 FP Detailing 0 Controls 0 Sheet Metal 0 0 SM Detailing 0 0 Insulation 0 Fire Protection 0 0 TUKVV|LAFIRE STATION 51 - 262726 WEINSTEIN A+U WIRING DEVICES d. Pass & Seymour; 20AC1 (single pole), 20AC2 (two pole), 20AC3 (three way), 20AC4 (four 2.6 WALL PLATES A. Single and combination types to match corresponding wiring devices,stainless steel. 1. P|ate~SnuuhngSorewo Metal with head color tnmatch plate finish. 2. Material for Damp Locations: Cast aluminum with spring -loaded lift cover and listed and labeled for use in "wet locations." B. Wet -Location, Weatherproof Cover Plates: NEMA 250, complying with type 3R weather -resistant, die- cast aluminum while in use with lockable cover. 27 CORD DROP RECEPTACLES A. Cord Drops in Apparatus Bay: 30 amp receptacle at the end of cord. NEMA 5-30R with 3#10 AWG 30 amp rated drop cord. SO cord to be hardwired to a junction box and hang from the ceiling. Suspend to 24" above finish floor. Provide 18" breakaway pig tail with receptacle on one end a plug on the other end. Circuit shall have 30 amp, GFI breaker. 2.8 DOORBELL SYSTEM A. Surface mount doorbell with LED light. TloberbyCnaftmade#CRA+110183. Brushed nickel finish. Push button type aonoted pnplan. 2.9 FUTURE VEHICLE CHARGING STATION (ROUGH'|NONLY) A. Double port Level 2charging station. Cha»gepoint#QT40UOSeries. Provide conduit rough -in only. Refer toplans. B. 2O8V.single phase. 3OAinput current. C. 6'cable. SAEJ1772 connector, Bollard mount. PART 3 - EXECUTION 31 INSTALLATION A. Comply with NECA1,including the mounting heights listed in that standard, unless otherwise noted. B. Coordination with Other Trades: 1. Take steps toinsure that devices and their boxes are protected. Donot place wall finish materials over device boxes and do not cut holes for boxes with routers that are guided by riding against otsidmnfthoboxou. 2. Keep outlet boxes free of plaster, drywall joint compound, mortar, cement, concrete, dust, paint, and other material that may contaminate the raceway system, conductors, and cables. 3. Install device boxes in brick orblock walls aothat the cover plate does not cross a 'Vint unless the joint iotroweled flush with the face ufthe wall. 4. Install wiring devices after all wall preparation, including painting, is complete. C. Conductors: 1. Do not strip insulation from conductors until just before terminated devices. 2. Strip insulation evenly around the conductor using tools designed for the purpose. Avoid scoring or nicking of solid wire or cutting strands from stranded wire. 3. The length offree conductors atoutlets for devices shall meet provisions c4NFPx/U.Article UUV without pigtails. 4. Existing Conductors: m. Cut back and pigtail, or replace all damaged conductors. b. Straighten conductors that remain and remove corrosion and foreign matter. c. Pigtailing existing conductors is permitted provided the outlet box is large enough. BID SET 2627268 SYJNJI534 Ntl®i(i+Sll311HJYtl !1+V NI31 SPi13 AA 11 r� �a 11 5: p r Z 10 111 111 AAA LAALA L 0 A A _A 0 ass I 1111 a s /1 IF a € il;8s'il I'1 >< N._: t 1 hi 1AE mliaa )NS OF DROP 0 n a w v, At end of drop cord, locks pigtail .'•<**A4t1PIAMO+16 At end of pigtail e',*,1,4164.00,x,44.4aVaket 53.153a NVOInt5ll33N>Dtl n+V Na31SNl3M 2i lh ek ql 'iliiF g W 1 as ST FLOOR - POWE n3xOIs3Q Nnen f +513311 _- y � .- g E 011111111111111111011 00 fl+bN1315N13M LYDIG RECEBVED Fe 1 WEINSTEIN A+U LLC Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #158.1 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Elec - App Bay Drop Cords 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: 02/14/2020 LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: TBD DRAWING NUMBER: LINKED DRAWINGS: RECEIVED FROM: Mark Palmer (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) Bellevue, Washington 98005 STATUS: Open DUE DATE: 02/21/2020 COST CODE: SCHEDULE IMPACT: TBD SPEC SECTION: REFERENCE: RFI 158.1 Question from David White (Lydig Construction, Inc, - Bellevue Of) at 02:34 PM on 02/14/2020 Further clarification of the response to RFI 158 is needed. 1. RFI 158 references both "drop cords receptacles" and also "drop cord reel receptacles". Per E301 and 262726 2.7A these drop cords were explained as, "SO cord to be hardwired to a junction box and hang from the ceiling". Neither the specifications or contract drawings make any reference to the requirement of a reel. Please confirm a reel is not necessary. 2. The layout drawing for the drop cord receptacles appears to be missing one of the 20 AMP drop cords. Please confirm that this drop cord is to be placed 9"-,0" west of GL B and in line with the other drop cords to the west. Attachments: RFI 158.1 - App Bay Drop Cords.pdf Awaiting an Official Response All Replies: 1. Provide drop cord reel as per Owner's requirement. The drop cord reel shall be 30 Amp, 125 volts rated with NEMA L5-30R receptacle at the end. Provide 18" breakaway "pig tail" with NEMA L5-30P plug on one end and a 30 Arno 125 Volts 2-pole 3-wire pin and sleeve connector on the other end. The cable shall be 3#10 AWG 50-feet type SO cord. KH Industries Model RTFH3L-WW-810K or approved equal. 2. All drop cord reels shall all be 30 Amp, 125 Volts rated. Refer to attached revised sheet E301. Refer to attached reference sheet A202 for locations of drop cord reels. Rocxy Juan - TRAfB Engineers 3-5-2020 Provide reels and attachments as described by TFWB. See attached RCP markups for reel locations. Attach drop cord reels to unistrut, suspended between nearest structural members, held tight to structure, See attached image example. -Thayer Wild, VVAU. 3/5/20 BY Lydig Construction, Inc. DATE Page 1 of 1 COPIES TO Printed On: 02/14/2020 02:34 PM LVDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RECENED Jan 16 2020 WEINSTEIN A+U LLC RFI #158 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Elec - App Bay Drop Cord Receptacle Clarifications TO: DATE INITIATED: LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: TBD DRAWING NUMBER: E301 LINKED DRAWINGS: RECEIVED FROM: 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) FROM: Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) Emma Nowinski (Weinstein A+U) 01/15/2020 Griffin Small (MCKINSTRY CO.) STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: David White (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Open 01/22/2020 TBD Question from David White (Lydig Construction, Inc. - Bellevue Of) at 06:43 PM on 01/15/2020 Clarification is needed on the locations of the six drop cord receptacles shown on E301. Please provide dimensions locating where these six drop cord receptacles should be installed. See attached for more information. Attachments: RFI 158 - App Bay Drop Cord Receptacle Clarifications.pdf Awaiting an Official Response All Replies: Refer to attached drawing showing the locations of drop cord _ - eceptacles as directed by Owner. The 30 Amp Drop co re+ all have NEMA L5-30R receptacle at the end. The 18" breakaway "pig tail" shall have NEMA L5-30P plug on one end and a 30 Amp, 125 Volts, 2-pole, 3-wire pin and sleeve connector on the other end. Refer to attached photo. The wire shall be 3#10 AWG ty• -► cord. For 20 Amp Drop cor+ hall have NEMA L5-20R receptacle at the end. The 18" breakaway "pig tail" s a ave NEMA L5-20P plug on one end and a 20 Amp, 125 Volts, 2-pole, 3-wire pin and sleeve connector on the other end. The wire shall be 3#12 AWG type SO cord. Refer to attached revised sheet E301 for drop cor. ircuit assignments. Rocxy Juan - TFWB Engineers 2-12-2020 See attached sheet A202 with markups noting dimensioned locations of drop cord receptacles. If proposed locations conflict with existing or planned equipment notify design team prior to performing installation for coordination. -Thayer W. WAU, 2/12/20 BY Lydig Construction, Inc. DATE Page 1 of 1 COPIES TO Printed On: 01/15/2020 06:43 PM minim 25.2.7,XLI^,, A s— tg 111 11 11 r I 11 1.! 41; P I 111 11 I 1 hu AMA6A,6A 0- 9 5 , sau.sla Nvnn + sun ""v n+VNI31SNI3M —C) —G uJ 0 a_ ce 0 0 Ls LI Mr= SY3N'JI53Q NY8Y(j#Sll3LHJtly fl+V N'3 LSN13AII 5a!w I' Ij 6 • 4 • I II� [flfll.IIUllhIF1 — 0 0 0 LIG 1110 &PO ER ICH Industries The Permanent Name in Temporary Lighting khindustries.com (716) 312-0088 Retractable Cord Reel, RTF Series Model #: RTFH3L-WW-B10K ATTRIB UTE S : Cord Length: 50' Gauge: 10 AWG Conductor: 3 Max Amps: 25 Amp Standard: NEMA 4X Cord Type: SOOW-Black Reel Color: Yellow FEATURES: • NEMA 4X rated for corrosive, outdoor and indoor environments, including wet locations • 35-Amp/600-Volt rated slip ring • Adjustable ratchet can be engaged (positive lock) or disengaged (constant tension) as needed • Heavy-duty formed steel mounting base • All steel construction • Yellow powder -coat finish • Made in USA LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #060 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #060: CE #115 - ASI-014 - Squat Rack Backing and Added WPP 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: 060 / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: Pending In Review CONTRACT: 30125- Tukwila Fire Station #51 - GCCM Prime Contract (18-001.1) CREATED BY: Weston Blackburn (Lydig Construction, Inc. - Bellevue Off) CREATED DATE: 6/3 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: TOTAL AMOUNT: Amount Based No $4,145.69 POTENTIAL CHANGE ORDER TITLE: CE #115 - ASI-014 - Squat Rack Backing and Added WPP CHANGE REASON: Client Request POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #115 - ASI-014 - Squat Rack Backing and Added WPP ASI-014 added the following: • backing for PT Room squat racks • wall protection in both airlocks. Submittal review comments from submittal #102600-4.0 added • 1 ea corner guard to clean alcove ATTACHMENTS: PCO 060 SP - Combined.pdf COP 014 - IPE - ASI 014 - Wood Backing for Squat Rack.pdf 20 0129 TFS51 ASI-014.pdf # Cost Code Description Typo Amount 1 0�9--010-99• - GWB, Insulation & ACT Sub - BP Added backing in PT Room Subcontractor $ 1,565.12 2 03--001-99- -Structures, Enclosure & Misc Sub -BP:03:&07 Added wall protection Subcontractor $ 2,324.88 Subtotal` $3,890.00 Fee - Self Perform Work: 16.00% Applies to Laber, 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. $.175.05 GL Insurance: 0.76% Applies to all lineitem types. $ 30.49 P&P Bond: 0.76% Applies to all line item types. $ 30.72 B&O Tax: = 0.47% Applies to all line item types: $ 19.43 Lydig Construction, Inc. page 1 of 2 Printed On: 6/10/ 2020 03 :26 PM LYD G PCO #060 Grand Total: S4,145.69 Owner Signature Date Lydig Construction, Inc. page 2 of 2 Printed On: 6/10/ 2020 03 :26 PM 2232 Pacific St. Bellingham, WA 98229 PHONE: (360) 384-2539 FAX: (360) 384-5629 COP 014 JOB NAME Tukwila Fire Station #51 DATE 04/28/20 General Contractor Lydig Reference Documents ASI 014 DESCRIPTION This COP is for our costs associated with the demo of GWB and the installation of wood backing for the squat rack per ASI 014. We will also re -hang and re -finish the walls. Work to take place in the Physical Training Room at the north wall. Prepared by: 1. Direct Labor Cost (from attached cost breakdown form) a. crew (apprentices, journeymen, and laborers) b. foreman/superintendent Direct Labor Subtotal $ Labor Markups c, direct supervision (NTE 15% of la) d. safety (NTE 2% of lines la & b) 2. Material Cost (from attached cost breakdown form) 3. Equipment Cost (from attached cost breakdown form) 4. Small Tools (NTE 5% of I a & I b) Subtotal 1 thru 4 $ 1,336.25 5. Overhead & Profit 200.44 a. NTE 10% portion of 1,2,3, and 4 (overhead) S 133.63 b. NTE 5% portion of 1,2,3, and 4 (profit) 66.81 S Miranda Laratta 1,226.25 85.00 1,311.25 0 1,311.25 6. Sub -Tier Subcontractors a. 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 (1.85% portion of 1,2,3,4,5,6, and 7) 9. Bonding (0% portion of 1,2,3,4,5,6,7, and 8) $ 25.00 $ $ 28.43 Total Cost $ 1,565.12 METAL FRAMING & DRYWALL 2232 Pacific St. Bellingham, WA 98229 PHONE: (360) 384-2539 FAX: (360) 384-5629 COP 14 JOB NAME Tukwila Fire Station #51 DATE 04/29/20 General Contractor Lydig Reference Documents ASI 014 Pricing Documents TBD Description Labor Qty Unit Rate Material Rate Equipment Rate Co Total Install Backing 4 IIR S 79.00 S 316.00 5 - S - S 316.00 FIanger 2 IIR S 79.00 S 158.00 - S - S 158.00 Taper 6 HR. S 79.00 $ 474.00 $ - $ - S 474.00 General Labor 3 FIR $ 79.00 $ 237.00 S - $ 237.00 Labor & Industries 15 FIR $ 2.75 $ 41.25 $ - S - $ 41.25 - $ - $ - $ - Joint Compound 2 EA - S 12.50 $ 25.00 S - $ 25.00 Backing - Lydig Provided 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 - S - Foreman Superintendent Subtotal 0 hr S 85.00 hr S 91.00 Total $1,226.25 S 85.00 $ - $ 25.00 $ 1,251.25 S 85.00 S - $1,311.25 $ 25.00 $1,336.25 LYDIG Lydig Construction, Inc. 3180 139th Ave; SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #060 SP Project: 30126-10 - TFS#51 - Self -Perform 17951 Southcenter Parkway Tukwila, Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #060 SP: CE #115 SP ASI-014 - Added WPP TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 060 SP / REQUEST RECEIVED FROM: STATUS: REFERENCE: Pending - In Review FIELD CHANGE: No LOCATION: SCHEDULE IMPACT: FROM: CONTRACT: CREATED BY: CREATED DATE: PRIME CONTRACT CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: TOTAL AMOUNT: Lydig Construction, Inc. Bellevue Office 3180 139th Ave SE -Suite 110 Bellevue Washington, 98005 1 - Tukwila Fire Station #51 - Self -Perform Prime Contract Weston Blackburn (Lydig Construction, Inc. - Bellevue Off) 6/3 /2020 None Amount Based No $2,324.88 POTENTIAL CHANGE ORDER TITLE: CE #115 SP - ASI-014 - Added WPP CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract is Changed As Follows) CE #115 SP - ASI-014 - Added WPP ASI-014 added wall protection in both airlocks. Submittal review comments added one corner guard. ATTACHMENTS: Cost Code Description Type Amount 1 10--012-01-- Walls/CornerGuards Install WPP and CG -Labor $.1,455.30. 2 10--012-01- - Walls/Corner Guards Supply WPP and CG Materials $ 527.00 Subtotal: $1,982.30 Fee - Self Perform Work: 16.00%Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. $ 297.35 Fee - Sub Tier Work: 8.00% Applies to Subcontractor and Purchase Agreements. $ 0.00 GL.Insurance: 0.76% Applies to all line item types. $ 17.10 P&P Bond: .0.76%Applies to all line item types. $ 17.23 B&O Tax: = 0.47% Applies to all line item types. $ 10.90 Grand Total: $2,324.88 Owner Signature Date Lydig Construction, Inc. page 1 of 1 Printed On: 6/3/ 2020 07 ;14 PM COP Subcontractor Breakdown Summary Project Name: Tukwila Fire Station #51 PCO: 060 Project No. 30126 Document Reference: ASI-014 Date: 6/3/2020 Contractor: Lydig Contractor Ref. No. Description: ASI-014 - Added Wall Protection 1. CRAFT LABOR COSTS Itemize all costs on attached COP Cost Breakdown form. Direct Labor Costs: a. crew (apprentices, journeymen, & laborers) b. foreman c. lead foreman Supervision: d. direct supervision e. safety 2. MATERIAL COSTS a. material costs b. fnaight costs (itemize) $ 1,455.30 $ - $ - DIRECT LABOR SUBTOTAL $ 1,455.30 3. EQUIPMENT COSTS a. owned equipment (per spec approved source) b. rental equipment (per invoices attached) 4. SMALL TOOLS a. small tools 527.00 $ $ 5. OVERHEAD & PROFIT a. 15% on Materials (2) $ 79.05 b. 15% On Labor, Equipment and Small Tools ( 1, 3, & 4) $ 218.30 6. SUB -SUBCONTRACTORS a. b. c. d. $ _ $ _ $ 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS a. NTE 8°/. for each sub $ 8. Insurance a. Insurance 9. Bond a. Bond 10. B&O Tax a. B8.0 Tax PCO 060 SP - Breakdown.xlsx 1. CRAFT LABOR COSTS $ 1455.30 2. MATERIAL COSTS $ 527.00 3. EQUIPMENT COSTS $ 4. SMALL TOOLS $ SUBTOTAL 1 thru 4 $ 1982.30 5. OVERHEAD & PROFIT $ 297.35 6. SUB -SUBCONTRACTORS $ - 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS $ - 0:75 % of 1-7 17.10 8. Bond $ 17.10 0.75 % of 1-7 17.23 0.47 % of 1-8 10.90 8. Bond $ 17.23 9. B&O Tax $ TOTAL COST 10.90 2,324.88 Page of Issued 6/3/2020 COP Cost Breakdo — a O V I— e4 V rl b t Vf VF O �-1 6N m til 4!i V444V1V>V?VFW!VY VFVF N Ole V!VF VY V!l/}+h V/VF 0)44 VF +/}+AVF VV1.4VF44 M m Equipment f Cost L.....I VF N V! VF V} .Y) VI V1 VF Vi VF VF VI V! VY VI VF Ul M4 VV Vi il1 N W 0( ut V? N Vf N VI tn. C D r, c4 Cost $ $ - $ 491.00 O 41 M V\ VF V} VI 4.I4 VT 4.11. VI VF Vc Ll. V4 Vk V1 V} VY Vi Vl +n V} 0) w +n .n +n .n +» .n VI ih N lel 'c D v04 w 0 m Unit Amt Labor Hourly total hrs Cost $ 88.20 9 16.00 $ 1,411.20 0 H C V VF VI VL VF V) V' VF V} VF N +l} VF VF V! VF VV +/1 V4 VF 44 VF Vf 0) Vb N VI V! i/I VT N Vf UY 0 M Ili V .. .4el VF el1 O N CO CO N C 0 ti O 0 n m O Installation of Wall Protection Installation of Corner Guard Wall Protetion Materials Corner Guard Materials Total Cost of Work 0 :onstruction Specialties- Original Wall Protection CONSTRUCTION SPECIALTIES, INC Vo9VROUTE 4o5 Hv«Y. muncy.PA17rom Opportunity: 000630038 Quote No: E38482_01 Scan: 1005078386 Quote Date: 20194]44) Bid Date: 2020-01-21 Project: Tukwila Fire Station #51 Bid Package 07 Representative: Miscellaneous 275-RTBCompany Inc Tukwila, Washington Melissa Donnelly 15O5NVVGilman Bnu|nxond Issaquah, Washington 98O27 United States Phono:(425)455-5044 Fox:(425)455-8357 Emai|:me|iaoo@rtbonmpony.00m Architect: Weinstein A/UArchitects &Urban Designers Location: Seattle, Washington All as per plans and specifications, including any addenda referenced below, except that the following terms, conditions, and product descriptions shall apply. Spec Section: Alternate: 1020OOWall and Door Protection Dated: 12/207 8 Addenda#1-6 om S/S Corner Guard, Model C08MOD, surface mounted, 16gaugo 3O4alloy, 3MGinch nose radius, tamper proof screw mounted option with standard 1O^ooc.hole spacing, #4mahnfinish. 9Udegrees. custom legs 2"x !9 2".4'height. / Acrovyn 4000 wall covering, .060" thick sheet, . Acrovyn Interiors Heavy Duty Water Based Mastic Adhesive 1 only supplied. Sheet size 4'x 8'. Adhesive only supplied. No primer included. Primer is required for I 18 wallcovering installation, refer to C/S Installation Instructions for further information. Never use polyvinyl acetate primers in place of water based mastic primers. STANDARD SOLID COLOR REQ'D FOR ORDER. Wall Covering Wainscot Trim 'Yo,/»4O. 060^-10'length. ST8NDARDSOLQCOLOR REQ'DCnD |1V � BiAcrovyn4000WaII Covering Vertical Joint Trim -for .040"/.060" - 10'length. STANDARD SOLID COLOR REQ'D FOR ORDER. Acrovyn 4000 Wall Covering Inside CumerTMm-hxO4O7DG0"-iD`lenQth`STANDARD SOLID COLOR / » QUALIFYING NOTES: Aonvynpricing imbased on sixty-eight (68) "stondord^solid colors. CSwall covering/wall panel price 1nbased onproviding to be in field only. Ifcut bosize sheets are desired, price will change accordingly. Material quantities sold are based on approximate plan linear footage. No consideration has been taken for specific seam/joint locations. If specific seam/joint locations are desired, additional material and costs will be required. For installation instructions log onto vmmw.o'ogmup.00m Notes: 1.) Price based on .060" thickness wall covering mounted at "WPP" wall protection panel locations. If 3/8" thickness wall panels oorequired e¢these locations the price will change accordingly Pricewall covering Material Furnished Only $1,089.00 | Regional Sales Shipping: Construction Specialties- Revised Wall Protection Quote (AS 10 14) CONSTRUCTION SPECIALTIES, INC ssnsROUTE *OnHWY. Muncy.pA177oO Opportunity: 000030638 Quote No: E3948208 Scan: 1005078388 Quote Date: 2020'02'07 Bid Date: 2020-02-07 Project: Tukwila Fire Station #51 Bid Package O7 Representative: Miscellaneous 275'RTBCompany Inc Tukwila, Washington Melissa Donnelly 15O5NVVGilman Boulevard Issaquah, Washington O8O27 United States Phono:(425)455'5044 F 455'0357 Email: mo|ixxo@rtboompanyzmm Architect: Weinstein /VUArchitects &Urban Designers Location: Seaftle, Washington All as per plans and specifications, including any addenda referenced below, except that the following terms, conditions, and product descriptions shall apply. Spec Section: Alternate: 1O2O0OWall and Door Protection Dated: 12/2O/18 Addenda #1-6,ASI#O14 S/S Corner Guard, Model C08MOD, surface mounted, 16 gauge, 304 alloy, 3/16 inch nose radius, tamper pmnfoorewmoun$edopUnnwhhstandord18'o.zholeopoong,#4oatinfinish.9Qdegnaeo.custnmlega2^x 19 2^'4'height. / Acrovyn 4000 wall covering, .060" thick sheet, . Acrovyn Interiors Heavy Duty Water Based Mastic Adhesive ' only supplied. Sheet size 4'x8[Adhesive only supplied. Noprimer included. Primer is required for |12 EA � « wallcovering installation, refe/mCxSinstallation instructions /mmmx*m/c"xaxm.Never use polyvinyl | acetate primers in place of water based mastic primers. STANDARD SOLID COLOR REQ'D FOR ORDER. Acrovyn 4000 Wall Covering Wainscot Trim - for.040"/.060" - 10' length. STANDARD SOLID COLOR REQ'D 1n �_.-~---- '- |�uxunu�� �,u,' ,`,,,,°=",,,,.�°=,^" ^�,` .... .~ �~-.'�~~ '~ ~',r'�`''"`^^^~'—~�'~~~�~^ 2 EA! mo A/ Acrovyn 4000 Wall Covering Inside Corner Trim - for.040"/.060" - 10'length. STANDARD SOLID COLOR 5 EA REQ'D FOR ORDER. QUALIFYING NOTES: Aomvyn pricing is based on sixty-eight "standard" solid colors. CS wallcovering/wall panel price is based on providing sheets/panels to be cut in field only. If cut to size sheets are desired, price will change accordingly. Material quantities sold are based on approximate plan linear footage. No consideration has been taken for specific seam/joint locations. If specific seam/joint locations are desired, additional material and costs will be required. For installation instructions log onto vmww.n^ogmup.00m Notes: 1.) Price based on .060" thickness wall covering mounted at "WPP" wall protection panel locations. If 3/8" thickness wall panels oorequired adthese locations the price will change accordingly covering2.) Price excludes primer for wall Material Furnished Only Acceptance: Regional Salem mno0er(RSN): GARRYPENTZ *1,58O1xU| Page 1 of 1 Shop Drawing review comments added one SST corner guard at clean alcove Construction Specialties 347 South Broad Street Phone: (855) 427-4844 Hughesville, PA 17756 WALL PROTECTION CHANGE ORDER Date: 4/28/2020 Attn: Project Manager Firm: Lydig Construction Project Name: Tukwila Fire Station #51 Bid Package 07 Miscellaneous From Tammy Sayman C/S Job # 583818 Customer Lydig Construction Change order number: 1 Per returned shop drawings dated: 4/16/20, the following material is being changed on the above job Material Added Material Product Type Color Size/Misc Qty Added 1 @ 4'-0"; CO-8F Stainless Corner Guard 2" LEGS; 1 (ea,) 16 GAUGE, 304 ALLOY #4 SATIN FINISH This change proposal pricing is for material only. The pricing excludes tax and any special shipping requests, if applicable. This results in a change order add amount (excluding tax, if applicable) $36.00 Please forward a formal change order or have the customer sign below as approval and return this to my attention. No forward movement will occur on this order until we receive written approval. Thank You, Tammy Sayman Signature: Date: Doc#: OR-300-14 Issue Date: 09/28/04 Rev Date: 09/05/19 LY D I G 4 Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 ECEOWED r 1 2 WEINSTEIN A+U LLC Submittal #10 26 00-4.0 10 26 00 all and Door Protection Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Wall Protection and Corner Guard - Shop Drawings REVISION: 0 STATUS: ISSUE DATE: RESPONSIBLE CONTRACTOR: RECEIVED DATE: 04/10/2020 SUBMIT BY: Open 04/10/2020 SUBMITTAL MANAGER: Weston Blackburn (Lydig Construction, Inc. - Bellevue 0) DATE CREATED: 04/10/2020 SPEC SECTION: 10 26 00 - Wall and Door Protection RECEIVED FROM: 04/10/2020 FINAL DUE DATE: 04/24/2020 LOCATION: SUB JOB: COST CODE: TYPE: Shop Drawing APPROVERS: Emma Nowinski (Weinstein A+U), Lauren Rock (Weinstein A+U), Thayer Wild (Weinstein A+U) BALL IN COURT: Emma Nowinski (Weinstein A+U), Lauren Rock (Weinstein A+U), Thayer Wild (Weinstein A+U) DISTRIBUTION: Thayer Wild (Weinstein A+U) , David White (Lydig Construction, Inc. - Bellevue Offi) , Lauren Rock (Weinstein A+U) , Tom Pitman (Lydig Construction, Inc. - Bellevue Offi) , Emma Nowinski (Weinstein A+U) , Justine Kim (Shiels Obletz Johnsen) , Julie DeDonato (Ancora Projects LLC) , Weston Blackburn (Lydig Construction, Inc. - Bellevue Offi) DESCRIPTION: Shop Drawings for the following: - Wall Protection - Corner Guards ATTACHMENTS: 102600-4.0 - Wall Protection and CG Shop Drawings.pdf SUBMITTAL WORKFLOW NAME DUE DATE RETURNED DATE RESPONSE ATTACHMENTS COMMENTS Emma Nowinski 4/24/2020 Pending Lauren Rock 4/24/2020 Pending Thayer Wild 4/24/2020 Pending BY Lydig Construction, Inc. DATE COPIES TO Page 1 of 1 Printed On: 04/10/2020 10:43 AM SUBMITTAL COVER SHEET Project: Tukwila Fire Station 51 Submitted by: Construction Specialties Submittal # / Specification Section: 10 26 00-4.0 - Wall Protection and Corner Guard Shops Date Submitted: 4/10/2020 Remarks: Shop Drawings for the following: - Wall Protection - Corner Guards STAMP AREA This submittal/shop drawing has been reviewed by Lydig Construction for general conformance with the design concept only, and does not relieve this subcontractor or supplier of responsibility for conformance with the contract documents, all of which have priority over this submittal/shop drawing. LYDIG Signed: 04/10/2020 10:40:32 El Not Required for Review Ei No Exceptions Taken Make Corrections Noted Fabrication/Installation may be undertaken. Review does not authorize changes in contract sum or contract time El Rejected Fabrication/Installation SHALL NOT be undertaken. In Revise & Resubmit resubmitting, limit corrections to items marked. E] See Attached Letter Relative to Review This review is only for general conformance with the design concept of the project & general compliance with the information given in the Contract Documents. Corrections ofcomments made on the shop drawing during this review do not relieve the contractor from compliance with the requirements of the plans & specifications. Approval of a specific item shall not include approval of an assembly of which the item is a component. Contractor is responsible for dimensions to be confirmed & correlated at the jobsite; information that pertains soley to the fabrication process or to the means, methods, techniques, sequences & procedures of construction; coordination of their Work with that of all other trades & for performing all work in a safe & satisfactory manner WEINSTEINA+U ARCHITECTS + URBAN DESIGNERS Reviewed By: Thayer WI/0 31S0 1 •391.11 A Ste 110 •ticlivvti \VA 98ory; 425,s85.33i4 • 11 • MM •— V r Q E 11 >' 0 ci o cn ( co a) op mm o ec co co • Q t0 ila Fire Station #51 Bid Package 07 Miscellaneous PROJECT: Tu LOCATION: Tukwila JOB NO.: 583818 CUSTOMER: Lydig Construc. ARCHITECT: Weinstein A/U Architects & Urban Designers REP: 275 RTB Company Inc. DRAWN BY: Joshua' Moyer en W a 9 ) ! ) 0o 0 ) )/ !\/ } ° �{ 7 ^ ~� 2 ; § [\� �t t t!8 b, t 1 \ » f/®# I&v§edƒ //a9§ > /)! \\m; y A $i $)9£ tƒ {229/ { } ( ) 0 ARCHITECTS URBAN DESIGNERS ARCHITECT'S SUPPLEMENTAL INSTRUCTIONS ASI-014 Project Name: Tukwila Fire Station 51 Contractor: Lydig Construction Issued by: Lauren Rock Copies to: Lydig, SOJ Attachments: A613, A617, A618, A901 Project No. 17001 Issue Date: 1/29/2020 • 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, 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. ►:1 Description: Backing is to be added inside north wall of PT Room per revised A613 in order to support wall -mounted squat rack (FOIO). Mirror on north wall of PT Room is to be resized per revised A613 in order to accommodate wall -mounted squat rack. Wall protection panel (WPP) is to be added to (3) walls each in Airlock 109 and Airlock 123, per A617. Clarification has been provided on where to locate the panel joint in the SCBA Room, see A618. 2 0 0et F , .auf ' irrsteil U, c.c rr 0- - CD rc, 545 13.153(1 poem .5on n+vNi3isNia JV x L1. n+vNI3ISNI3M .12 ssss,,ssaNsesn+s...nv n+VNI3-1.SNI3M a 1 i E 5g2I2gg 2.g2g222g22 22 2g22ggg2gEgggg222222 222 , siiiSi a . - i- 1 r., a Ian ali ig-a li:ai at i iFii i g « • « V « • « « « « « « A Z. . 4 r: ti ' t. I? i • 1 • , •,, 0 - ' , •4 , A a A a la = a= A a g g s ; 8 - 1 i 6 A 8 6 , g A A t 5 5 1 g 1 5 i 1 / A E g 1 g 1 5a a I a sEssssails-zEllThEszassssIsIl E ,a,aiaaaaaa la a'aa .i Mg r.'i '4 P " i 2 " s s 1 s ,,, 'i g . s l' g g , 15g E r, A 2 ,S e, Sr, :.:Z ,..g 4 E.,1^:. n x.z n rt F...n B a A x gn 1 3:-..• LJ 1 i sII is igl‘,i, i1r .lk' i t 1 t 41 _ E1 . 2 s i tV 1 ;S ti,i,l1- . _ a ' 2 2 2 2 2 ' Z.. kkK 1 1118Hmaggg 5 g 09 1111 LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #062 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #062: CE #074 - RFI#236: PRIORITY - Mech - Relocation of IDU-8 and IDU-9 TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 062 / 0 REQUEST RECEIVED FROM: STATUS: Pending - In Review 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: 6/3 /2020 REFERENCE: PRIME CONTRACT None CHANGE ORDER: FIELD CHANGE: No LOCATION: ACCOUNTING METHOD: SCHEDULE IMPACT: Amount Based PAID IN FULL: No TOTAL AMOUNT: $2,198 52 POTENTIAL CHANGE ORDER TITLE: CE #074 - RFI#236: PRIORITY - Mech - Relocation of IDU-8 and IDU-9 CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #074 - RFI#236: PRIORITY - Mech - Relocation of IDU-8 and IDU-9 Due to a discrepancy between Architectural and Mechanical drawing sets, two IDU's (IDU-8 and IDU-9) needed to be moved in order to accommodate the ceiling grid layout and align with other fixtures in corridors 119 and 110 while maintaining required clearance with surrounding duct. ATTACHMENTS: RFI 236 - Relocation of IDU-8 and IDU-9 WAU RESPONSE (1).pdf JMI COR 012 - Revised.pdf Cost Code Description Type Amount 23-.001-99- - Mechanical MCCM Relocate IDU-8 and IDU-9 Subcontractor $ 2,062.92 Subtotal: 62,062 92 Fee - Self Perform Work: M00% 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. $ 92 83 GL insurance: 0.76% Applies to all line Ram types. $ 16 17 P&P Bond: 0.76% Applies to all line Ram types. 5 16 29 B&O Tax: = 0.47% Applies to all line item types. $ 10 31 Grand Total: 52,198.52 Owner Signature Date Lydig Construction, Inc. page 1 of 1 Printed On: 6/3/ 2020 09 :21 PM Johansen Mechanical, Inc. PHONE 425-48-2266 FAX 425-486-6933 CHANGE ORDER DETAIL JOBNAME Tukwila FS51 BILLING CONTRACTOR LycliJConutruuiton J0HANSENJOB # D30600 DESCRIPTION:RelocateCeilin Cassettes in Corridor 119. EXCLUSIONS: REFERENCE: DATE: JKU|C2R #: | 8012 ^ |. LABOR: A. LABOR (FIELD FOREMAN) HIRS @ $ 92.51 =$ 185.02 B. LABOR (FIELD JRNYMAN) 8.00 HRS @ $ nOlD = $ 694.40 C. LABOR (SHOP K8ECH) 0.00 HRS @ $ 90.72 = $ - D. LABOR (DELIVERY) 086HHG@ $ 75.99 =$ E. LABOR (SERVICE) $ 98.72 = $ 398.88 F. DETAILING HRS @ $ 93.51 = $ ' G. SUPERVISION HRS@ $ 98.45 =$ H. PROJECT STAFF HRS@ $ 87.85 ~ $ |L MATERIAL AND EQUIPMENT A. MATERIALS B. EQUIPMENT C.FRBGHT D. RENTALS III.SUBCONTRACTORS A. ALL SUBS LABOR TOTAL 1,278.38 MATERIAL EQUIPMENT TOTAL $ 500.00 SUB SUBTOTAL IV. OTHER DIRECT COSTS A. SAFETY @ 2% OF LABOR B.SMALL TOOLS AND CON8UMABLES@ 5& OF LABOR C. PERMITS ]$/---�. ' OTHER DIRECT COSTS TOTAL $ V.TOTAL ITEMS 1,U,U|.AND PV VI. OVERHEAD &FEES A. OVERHEAD B. PROFIT C. SUBCONTRACTOR MARKUP TOTAL AMOUNT FOR THIS CHANGE ORDER PROPOSAL VALID FOR 3QDAYS A � � � � � 2,062.92 This change proposal only includes costs that can beidentified atthis time. This change proposal d not include any amount for changes in the sequence of work, delays, disruptions, rescheduling, extended overhead, acceleration or impact costs. Johansen Mechanical expressly reserves the right to address any and all of these and related items cfcost prior bofinal settlement ofthe contract. LY D I G Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RECENED Mar 1 2 202C WEINSTEIN A+U LLC RFI #236 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 PRIORITY - Mech - Relocation o IDU-8 and IDU-9 TO: DATE INITIATED: LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: TBD DRAWING NUMBER: LINKED DRAWINGS: RECEIVED FROM: 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) FROM: Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) Emma Nowinski (Weinstein A+U) 03/12/2020 Ivy LeVangie (JOHANSEN MECHANICAL, INC.) STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: David White (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Open 03/19/2020 TBD Question from David White (Lydig Construction, Inc. - Bellevue Of) at 02:08 PM on 03/12/2020 Clarification is needed on the location of IDU-8 in Corridor 119 and IDU-9 in Corridor 110. In Corridor 119, IDU-8 is shown on M501 and in Johansen's shop drawings as not in line with other ceiling fixtures as the normal pattern on the RCP shows. When comparing the location of IDU-8 on M501 to A201, they are both shown in different locations. To better fit the RCP design, Johansen looked at placing the IDU per the RCP, but were unable to due to the overhead duct in this location as shown on M501. Johansen has found a ceiling tile outside of Airlock 123 in Corridor 119 that will enable them to place IDU-8 centered in the Corridor. Moving the IDU to this location will require the roughed in electrical to be altered, as well as the refrigerant lines to be extended to the new location. The IDU can be installed in the location shown on the mechanical drawings with no changes to electrical or refrigerant lines, but this will affect the RCP layout and ceiling grid. 1. Please confirm the proposed location of near Airlock 123 for IDU-8 is acceptable. In Corridor 110, Johansen is unable to place IDU-9 in the location shown in the RCP due to an overhead duct. Johansen proposes moving this unit one tile east, and centered in the Corridor per the RCP design. 2. Please confirm this is acceptable. Attachments: RFI 236 - Relocation of IDU-8 and IDU-9.pdf Awaiting an Official Response All Replies: Please locate both IDUs, as well as adjacent ceiling elements, per the revised RCP A201, attached. The feasibility of all these locations has been confirmed in the field per David White. E.Nowinski /VVAU 3/18/20 BY Lydig Construction, Inc. DATE COPIES TO Page 1 of 1 Printed On: 03/12/2020 02:08 PM n+vNi3.1.SN I 3M Ir- „....... , , , +-I-4 00 8 0 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 007 DATE: 5/18/2020 PROJECT NO.: 90830405 PROJECT NAME: PSP — Fire Station 52 TO: BUDGET NO.: 305.98 CONTRACT NO.: 18-001.2 ( t ) AMENDMENT NO: 020 18-001(0 Council Approval N/A 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 5/19/2020 Contractor Craig Greene ';;' / By ..", Title Original Contract FS52 (without tax) $ 16,029,260.00 / APPROVED BY THE CITY OF TUKWILA Previous Change Order FS52 $ 406,746.72 v Date 6/tli2-2-0 Lydig Construction VP Operations This Change Order FS52 (without tax) $ -67,150.96 By Mayor REV. CONTRACT AMOUNT FS52 $ 16,368,855.76 Or ginal Contract Time FS52: 521 days (Dec 17, 2020) dditional Contract Time for this Change Order FS52: 0 days Updated Contract Time FS52: 521 days (Dec 17, 2020) Deputy City Administrator e---/ SOJ Program Director On. ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File ,51-- 0 (11=4) Exhibit "A" C ANGE " I E CITY OF TUKWILA Project Name Project # TO CONTRACTOR: - SU A Y JFC ANGE - PUBLIC SAFETY PLAN Fire Station 52 CO # 007 ., ,.. 90830402 Contract # 18-001.2 ( T ) Date 5/18/20 Lydig Construction 3180 139th Ave SE, Ste 110 Bellevue, WA 98005 COP/CCD Description Reason Code Amount COP 061 CE #080 - ASI-002 - Allowance 3 - Concrete Wall Change (Walls 7 & 8). Site retaining walls 7 & 8 were revised to cast in place concrete in lieu of rockery walls in ASI-002. DC ($4,840.30) COP 088 CE #I27 - Alerting Scope Design Modifications. Redesign of the alerting scope per review meeting between client, design team and electrical contractors. OC $13,039.21 COP 089 CE #128 - Alerting Add Alt - Speakers in Rooms 207 and 208. Add alternate to the alerting scope for (2) ea total speakers in Rooms 207 and 209. OC $1,347.09 COP 092 CE #133 - Allowance 5 - Traffic Signalization. Allowance 5 for Traffic Signalization reconciliation. Work to be performed in it's entirety by City of Tukwila. Full allowance amount to be credited out of the GCCM contract. AL ($76,487.03) COP 094 CE #140 - RFI #204: Struct/Mech - Concrete Encasement Depth at App Bay TDs. Trench drain rebar dimensions were revised per RFI 204. Added weight for revision is 579 lbs. Costs include 1 hr detailing for revision. Lydig labor performed install (2 for 4 hrs). DC $1,762.02 COP 096 CE #144 - RFI #316: Arch - Sheetmetal Flashing Material at Weathered Zinc Locations. Credit to provide prefinished steel flashings in lieu of specified aluminum flashings per RFI 316. DC ($1,373.92) COP 097 CE #145 - RFI #335: Arch - Range Specification Clarification. Revision of the range model from a french top to a 24" double griddle per RFI 335. DC ($598.03) Lydig Change Order No. 007 ($67,150.96) LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #061 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #061: Allowance 3 - Concrete Wall Change CE #080 - ASI-002 - Walls 7 & 8) TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 061 / 0 Pending - In Review FROM: CONTRACT: CREATED BY: CREATED DATE: PRIME CONTRACT CHANGE ORDER: ACCOUNTING METHOD: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 30129 - Tukwila Fire Station #52 - GCCM Prime Contract Kiel Lunsford (Lydig Construction, Inc. - Bellevue Off) 3/17 /2020 None Amount Based PAID IN FULL: No TOTAL AMOUNT: ($4,840.30) POTENTIAL CHANGE ORDER TITLE: CE #080 - ASI-002 - Allowance 3 - Concrete Wall Change ((Nalls 7 & 8) CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #080 - ASI-002 - Allowance 3 - Concrete Wall Change (Walls 7 & 8) Site retaining walls 7 & 8 were revised to cast in place concrete in lieu of rockery walls in ASI-002. ATTACHMENTS: PCO 061-SP Combined.pdf Cost Code Description Type Amount 1 03-001-99-- BP-03 - Structures Subcontractor LCI COP 003 Subcontractor $ 80,253.85 2 50-004-09-- Allowance 3 - Concrete Wall Change Allowance 3 - Concrete Wall Change Project Contingency (685,000.00) Subtotal: ($4,746.15) Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, and Unwritten Sub'sIPA's. $ 0.00 Fee - Sub Tier Work: 0.00% Applies to Subcontractor and Purchase Agreements. $ 0.00 GL Insurance: 0.75% Applies to all line Item types. ($35.60) P&P Bond: 0.75% Applies to all line item types. ($35.86) B&O Tax: •,-• 0.47% Applies to all line item types. ($22.69) Grand Total: ($4,840.30) Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 4/24/ 2020 02 :44 PM Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #061-SP Project: 30130-10 - TFS#52 - Self -Perform 15447 65th Ave S Tukwila, Washington 98188 Phone: (360) 907-2459 Fax: (425) 881-2903 Prime Contract Potential Change Order #061-SP: CE #0 0 P - I-002 - Concrete Wall Change (7 & 8) TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: City of Tukwila FROM: Lydig Construction, Inc. - Bellevue Office 6200 Southcenter Boulevard 3180 139th Ave SE -Suite 110 Tukwila Washington, 98188 Bellevue Washington, 98005 061-SP / 0 CONTRACT: 1 - Tukwila Fire Station #52 - Self -Perform Prime Contract Pending - In Review CREATED BY: Alex Carey (Lydig Construction, Inc. Bellevue Off) 4/24 /2020 CREATED DATE: PRIME CONTRACT None CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: TOTAL AMOUNT: Amount Based No $80,253.85 POTENTIAL CHANGE ORDER TITLE: CE #080-SP - ASI-002 - Concrete Wall Change (7 & 8) CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract /s Changed As Follows) CE #080-SP - ASI-002 - Concrete Wall Change (7 & 8) Site retaining walls 7 & 8 were revised to cast in place concrete in lieu of rockery walls in ASI-002. ATTACHMENTS: CE 080-SP.pdf # Cost Code Description Type Amount 1 03-030.06-- Cont Ftgs (WD) Form Cont Ftgs Form (L) Labor $18,763.57 2 03-030-06--Cont Ftgs (WD) Form Cont Ftgs Form (M) Materials $ 6,552.00 3 03-030-70-- Cont Ftgs(WD) Strip Forms Cont Ftgs Strip (L) Labor $ 4,086.87 4 32-300-06-- Site CIP Walls < 8' - Form Site CIP Walls Form (L) Labor $ 50,080.75 5 32-300-06-- Site CIP Walls < 8'- Form Site CIP Walls Form (M) Materials $ 5,952.03 6 32-300-46- - Site Wall <8' - Place Site CIP Walls Place & Finish (L) Labor $ 3,094.80 7 32-300-46-- Site Wall <8'-Place Sile CIP Walis Place & Finish (M) Materials $ 6,125.00 8 32-300-70- - Site Wall <8' - Strip Site CIP Walls Strip (L) Labor $ 10,016.15 9 32-300-84-- Site Wall <8' - Patch Tie Holes Patch Interior Side of Wall (M) Materials $ 935.01 10 32-300-84- - Site Wall <8' - Patch Tie Holes Patch Interior Side of Wall (L) Labor $ 7,512.11 11 01-802-01-- Lydig Equipment Rental (LER) Equipment Rentals Equipment $ 4,275.00 12 03-030-46-- Cont Ftgs (WD) Place Cont Ftgs Place 8, Finish (M) Materials $ 6,125.00 13 03-030-46- - Cant Ftgs (WD) Place ContFtgs Place & Finish (L) Labor $ 8,503.46 14 32-512-99-- Segmental Retaining Wall Sub Segmental Retaining Wall Subcontractor ($67,715.00) Subtotal: $64,306.75 Lydig Construction, Inc. page 1 of 2 Printed On: 4/24/ 2020 02 :42 PM PCO #061-SP Fee - Self Perform Work: 15.00% Applies to Labor, Mate rials,Equipment, Other, Overhead and Profit, Unwritten'Sub's/PA's, and ProJect:Contingency.. $ 19,803:26 Fee - Sub Tler Work: 8.00% Applies to Subcontractor and Purchase Agreements. ($5,417.20) GL Insurance: 0.75% Applies to all line Item types. $ 590.20 P&P Bond: 0.75% Applies to ail line Bern types. $ 594.62 B&O Tax: = 0.47 % Applies to all line Item types. $ 376.22 Grand Total:. $80,253.85 Owner Signature Date Lydig Construction, Inc. page 2 of 2 Printed On: 4/24/ 2020 02 :42 PM COP Cost Breakdown Project Name: Tukwila Fire Station #52 Project No. 30130 Contractor Lydig CE: 080 Date: 4/24/2020 Project. # COP 003 Description Quantity UOM Labor Material Equipment Total Cost Productivity total hro Cost Unit Amt Unit $ Cost Unit $ Cost $ • $ - $ • 03-030-06 Cont ftgs (WO) Form (ti avg, 12") 471 LF 245 192.24 $ 16,681.09 471.00 $12 00 $ 5,652.00 22,333.09 Cant ftg - Elevation Step 6 EA 0.25 24.00 2,082.48 6.00 5150.00 5 900.00 2,982.48 03-030-46 Cont Ftro (WO) Place & Finish $ $ $ - 5 - 9" 4 CY 0.5 8.00 694.16 4.00 5125,00 500.00 $ $ 1,194.16 10" 4 CY 0.5 8.00 694.16 4.00 $125.00 5 500,00 5 1,194.16 12" S CY 0.5 10,00 867.70 5.00 5125,00 625.00 1,492.70 18" 36 CY 0.5 72.00 6,247.44 36.00 $125.00 5 4,500,00 $ 10,747A4 $ 0.00 $ • 03-030470 Cont Ftg - Strip 471 LF 10 47.10 4,086.87 471.00 . 1,00 $150.00 150.00 4,236.87 0.00 $ - 32-300-06 Site CIP Wails - Form 0,00 $ 1.75 $1,500.00 2,625,00 2,625.00 3' 282 SFCA 6 47.00 4,078.19 8.81 555.00 $ 484,69 $ 4,562.88 4 512 SFCA 6 85.33 7,404,37 16.00 555.00 8.80.00 $ 8,284.37 6' 96 SFCA 6 16.00 $ 1,388.32 3.00 $55.00 165.00 1,553.32 8' 448 SFCA 6 74.67 6,478.83 14.00 $55.00 770.00 7,248.83 12.5' 2125 SFCA 6 354.17 30,731.04 66.41 555.00 3,652.34 34,383,39 0.00 $ 5 - 32-300-46 Site CIP Wall. Place $ - 0.00 $ - $ - 3' 3 CY 1 3,00 260.31 3,00 5125.00 5 375.00 635.31 4' 6 CY 1 6.00 520.62 6.00 5125.00 $ 750.00 $ • 5 1,270.62 6' 1 CY 1.5 0.67 57.85 1.00 0125.00 125,00 5 - 182.85 8' 6 CY 1.5 4.00 $ 347.08 6.00 $125.00 5 750.00 1,097.08 12.5' 33 CY 1S 22,00 1,908.94 33.00 $125.00 $ 4,126.00 .5 - $ 6,033,94 0,00 5 - 32-300.70 Site CIO Wall - Strip 0.00 S - 1,00 51,500.00 1,500.00 0 1,500.00 3' 282 SFCA 30 &AO 5 815.64 282.00 $ - 5 - 5 815.64 4' 512 SFCA 30 17,07 1,480.87 512.00 $ 1,480.87 6' 96 SFCA 30 3.20 277,66 96.00 $ . 8' 448 SFCA 30 14.93 1,295.77 448.00 5 1,295.77 12.5' 2125 SFCA 30 70.83 $ 6,146,21 2125,00 6,146.21 $ - 0.00 . - 32.300-84 Site CEP Wall - Sack & Patch - 1 Side (interior) 0.00 5.$ 3' 141 SF 20 7.05 $ 611,73 0.56 0135.00 76.14 $ 687.87 4' 256 SF 20 12.80 $ 1,110.66 1.02 $135.00 S 138.24 - 5 1,248.90 6' 48 SF 20 2.40 5 208.25 0.19 $135.00 25.92 $ 234,17 8' 224 SF 20 11.20 $ 971,82 0.90 5135.00 120.96 1,092.78 12.5' 1062,5 SF 20 53.13 4,609.66 4.25 5135.00 573,75 $ - 0 5,183,41 $ - 32-512.99 Segmental retaining wall 1 Is 1.00 -567,715.00 (67,715.00) $ - 5 (67,715.00) $ Total Coss of Wort( 1,176 102,058 (42,026) $ 3,150 4,275 64,307 rE 020-51, - .1-002 - Construetbn Set Release (.1 COP 003).A. Page of Issued 4/24/2020 LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #088 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #088: CE #127 - Alerting Scope Design Modifications 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: 088 / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: Pending- In Review CONTRACT: 30129 - Tukwila Fire Station #52 - GCCM Prime Contract CREATED BY: Alex Carey (Lydig Construction, Inc. - Bellevue Off) CREATED DATE: 4/17 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: TOTAL AMOUNT: Amount Based No 1 ,039.21 POTENTIAL CHANGE ORDER TITLE: CE #127 - Alerting Scope Design Modifications CHANGE REASON: Client Request POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #127 - Alerting Scope Design Modifications Redesign of the alerting scope per review meeting between client, design team and electrical contractors ATTACHMENTS: PCO 088 - Combinedf CE 127 - COR01' p Cost Code Description Type Amount 1 26-001-99-- BP-11 - Electrical Subcontractor PCEC COR 11,2 Subcontractor 5 12,235.00 Subtotal: $12,235.00 Fee -.Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Otheq Overhead and Profit,. and. Unwritten Sub's/PA's. 5 0.00 Fee - Sub Tier Work: 4.50% Applies to Subcontractor and Purchase Agreements. $ 550.56 GL Insurance: 0.75 % Applies to all line Item types. $ 95.89 P&P Bond: 0.75% Applies to. all Ilne Item types. $ 96.61 B&0 Tax: = 0.47% Applies toall line Item types. $ 61.13 Grand Total: $13,039.21 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 4/17/ 2020 01 :58 PM PACIFIC COAST ELECTRICAL CONTRACTORS, INC. 16620 North Road * Bothell, Washington 98012-5908 TEL (425) 741-2700 * FAX (425) 741-2600 March 30, 2020 Lydig Construction 3180 139th Ave SE, Suite 110 Bellevue, WA 98005 Attn.: Alex Carey RE: Tukwila Fire Station 52 Tukwila Fire Station 52 COP# CCD# RFI# PCEC RFI# PCEC COR# 011.2 Dear Alex 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 S12.235.00 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 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 0 days added to our schedule after receipt of written approval and required material products for this change to our scope of work 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 ofwork, delays, disruption, rescheduling, extended overhead, acceleration, and/or 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: ( 6 ) worksheets Pacific Coast Electrical Contractors, Inc. Sub Contractor Breakdown Summary Project Name: Tukwila Fire Station 52 COP# PCEC Job No.: 19066 PCEC COR# 011.2 Work Revised - Redesign of the Station Alerting System per review Date: 3/30/2020 Description: and conference call now with Horn, Speaker on Exterior West ccD# App Bay A6x5.5. RFI# 1. CRAFT LABOR COSTS (includes payroll taxes & burden) PCEC RFI# a. craft labor costs from breakdown $ 92.98 50.07 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 $ 4,655.51 Supervision d. direct supervision 0% (of direct labor) $ e. safety 0% (of labor) $ f. travel (if applicable, itemize) parking $ 1. CRAFT LABOR COSTS 2. MATERIAL COSTS a. scheduled material $ 1,498.14 d. permits $ b. quoted material $ - e. dumpster $ c. freight $ f. coordination drawings $ 2. MATERIAL COSTS 3. EQUIPMENT COSTS a. owned equipment (spec approved source) 30' Scissor Lift $ 400.00 b. rental equipment (per invoices attached) 3. EQUIPMENT COSTS 4. SMALL TOOLS a. small tools 0% (of direct labor) 5. OVERHEAD AND PROFIT a. b. 15% overhead & profit of 1 15% overhead & profit of 2, 3 & 4 4. SMALL TOOLS 5. OVERHEAD & PROFIT $ 4,655.51 1,498.14 400.00 983.05 6. SUBCONTRACTORS a. Jaymarc AV $ 4,017.92 b. c. d. 6. SUBCONTRACTORS 4,017.92 7. 0 & P ON SUBCONTRACTORS a. 8% overhead & profit of 6 7. 0 & P ON SUBS 321.43 8. INSURANCE/TAXES a. volume driven liability insurance b. Bonding c. State B&O Tax d. City B&O Tax 9. 0 & P ON INSURANCE / TAXES a. 0% portion of 8 1.00% (of 1 through 7) $ 118.76 2.00% (of 1 through 7) $ 239.90 0 (of 1 through 7) 0 (of 1 through 7) 8. INSURANCE 9. O& P ON INS / TAX TOTAL COST 1 THRU 8 358.66 12,235.00 Job Name: B#52Tukwila Job Number: 1429 Extension Name: COR [items and ByP,pducts Item Item Name Quantity Price Label Set: Combined, Combined, combined, Combined, Combined 1,040PULLSTRNG 1,047 3/4EMT 1'188 3/4EMT [ONNS/C 1,319 3/4EMT [OUPLS/[ 1'458 3/4 EMT 1 HOLE STP/STL 3.6723/8^ALL THREAD ],9723/8'1GX1CAP SCREW 4,126 10X 1~1/2[OK4B PAN HD TAP 4,1948X1/2HEX HDTAP SCR 4,278 3/8 X1-1/2''FENDER WASHER 4.291#lO/J/16FLAT CUT VYASHEK- 4,3l3 3/8 LOCK WASHER 4,3661/4^m2'1/4^SLEEVE ANCHOR 4.548 3/D^STRUT S{lWASHER 4,56O3y8^NUT 4,551 3/8-16STEEL ROD HANGER VE 4,7521-5/BSLOT STRUT [HNL1ZE 4,781 3/8''STRUT NT3()VyA3HEp-N 4,79O3/8^SPRING NUT 17,464 4/5 8OX2_1/8^[\ 1/3&3/4^K0 17'48O4/3BLANK COVER 17,880 1GBELL 53Z4'QBOX 3HU853/ 18,081 COVER, FS/FDVVPBLANK lGS' Courtesy of McCormick Systems Inc. 460.00 $86.20 M 435.00 $161.35 [ 14.00 $581.37 [ 52.20 $682.24 [ 60.90 $28.30 [ 510 $299.39 [ 4.00 $12.35 [ 6O�9O` C 14.00 $2.93 [ 12.00 $106.66 C 60.90 $3.44 C 12.00 $5.19 [ 16.00 $107.05 C 16'OO $247.66 C 16.00 $31.88 [ 16.00 [ 8.00 $300.56 [ 16.00 $386.78 [ 16.00 ^ [ 7.00 $446.65 [ 5.00 ' [ 2.00 $1,552.02 [ Page - ----' Labor~`-~'- -- ce : Material Filter: <None` Repo¢COR 2/1 �+Labor Exf'� 55.16 1.84 21.75 4.20 7.31 2.44 0.70 h[ 0.11 �C ]6S 0.08 00 2.56 &40 0.45 1.28 0.96 &40 0.96 2.10 0.40 2.20 016 5516 380/2020 4:0PM Job Name: FS#52 Tukwila Job Number: 1429 Extension Name: COR [Items and ByProducts] Item # Item Name Quantity Price Label Set: Combined, Combined, Combined, Combined, Combined ($109.28) -30.00 $86.20 M ($2.59) -30.00 $161.35 C ($48.41) -3.00 $581.37 C ($17.44) -3.60 $682.24 C ($24.56) -4.20 $28.30 C ($1.19) 4.00 C -4.20 $5.30 C ($0.22) 6.00 C 1,040 PULL STRING 1,047 3/4 EMT 1,188 3/4 EMT CONN S/C 1,319 3/4 EMT COUPL S/C 1,458 3/4 EMT 1 HOLE STP/STL 4,126 10 X 1-1/2 COMB PAN HD TAP 4,194 8 X 1/2 HEX HD TAP SCR 4,291 #10 / 3/16 FLAT CUT WASHER- 4,626 BOX SUPPORTS -CLIP ON 7,178 IDEAL 452 RED WIRE NUT 17,464 4/5 BOX 2-1/8"D, 1/2&3/4"KO 18,770 GRD PIGTAIL #12 x 10-1/2" Courtesy of McCormick Systems Inc. -6.00 $2.93 C -4.20 $3.44 C -3.00 $0.00 C -3.00 $201.37 M -3.00 $446.65 C -1.00 $55.40 C ($0.18) 5.00 C ($0.14) 0.70 C $0.00 6.00 C ($0.60) 0.116 E ($109.28) Material Filter: <None> Report: COR 2/1 Ext Price Labor U Labor Ext -5.09 - 0.12 -1.50 - 0.90 -0.50 - 0.17 -0.25 - 0.30 -0.03 - 0.18 -0.18 -0.90 - 0.06 -5.09 Page 1 3/30/2020 4:12 PM design ( build i integrate ) support FIRE STATION #52 ALERTING SYSTEM CONTRACT MODIFICATIONS (R2): Date: March 18, 2020 Room #/ Name Contract Device Modified Device Notes: Value Adjustment Decon 134 Pendant Speaker Flush Speaker GWB Ceiling EMS DRY 135 Pendant Speaker Pendant Speaker No Change EMS 136 Pendant Speaker Pendant Speaker No Change SCBA 137 Pendant Speaker Flush Speaker GWB Ceiling SHOP 138 Pendant Speaker Pendant Speaker No Change APP BAY 133 Surface Speakers (4) Surface Speakers (x4) No Change APP BAY 133 Strobes (x2) Strobes (x2) No Change APP BAY 133 Pendant Speakers (x4) Coverage over apparatus $750.00 _---- APP BAY 133 ---- Countdown Timer Client Request $750.00 WC 129 Pendant Speaker Flush Speaker GWB Ceiling GEAR WASH 128 Pendant Speaker Flush Speaker GWB Ceiling GEAR STOR 127 Pendant Speaker Pendant Speaker No Change Corridor 107 Pendant Speaker Flush Speaker GWB Ceiling Corridor 116 Pendant Speaker Flush Speaker GWB Ceiling Corridor 122 Pendant Speaker Flush Speaker GWB Ceiling Corridor 122 None Master Panel Requested by Client $1,500.00 Physical Train 124 Pendant Speaker Pendant Speaker No Change Physical Train 124 MUI (Colo Bar Nothing Client Request ($700.00) Physical Train 124 Strobe Strobe No Change Bath/Showers (x4) Pendant Speaker Flush Speaker GWB Ceiling Laund/JAM 117 Pendant Speaker Flush Speaker GWB Ceiling Bunk Rooms (x8) Pendant Speaker Flush Speaker GWB Ceiling Bunk Rooms (x8) Red Light Red Light No Change Bunk Rooms (x8) Panel -Rough In Only Panel -Rough In Only No Change ADA WC 104 Pendant Speaker Flush Speaker GWB Ceiling Lobby 102 Pendant Speaker Pendant Speaker Wood Slat Ceiling CPT Office 221 Pendant Speaker Flush Speaker GWB Ceiling Station Office 222 Pendant Speaker Flush Speaker GWB Ceiling Backup EOC Train 210 Pendant Speaker & VC Flush Speaker & VC GWB Ceiling 1-800-784-3794 www.jaymarc-ay.com design build 1 integrate I support Conf 205 Pendant Speaker & VC Flush Speaker & VC GWB Ceiling Corr 216 Pendant Speaker & 'VC Flush Speaker & VC GWB Ceiling Corr 217 Pendant Speaker Flush Speaker GWB Ceiling BC 205 Pendant Speaker Flush Speaker & VC GWB Ceiling Deck 231 Surface Speaker Surface Speaker No Change Great Room 224 Pendant Speaker Flush Speaker GWB Ceiling Station Office 222 Alerting Mesg Sign Nothing Removed by Client ($850.00) $250.00 Doorbell Tie IN Not in contract Added in new system Per Architect WC 223 Nothing Flush Speaker Per Architect $225.00 TOTAL ADDS: $1,925.00 Misc. New Program to set dorm room status from Master Panel Engineering/Program Modifications Per changes $2,250.00 CREDITS Countdown Timer Included in estimate. ($750.00) Master Panel Partial Inclusion ($500.00) $2,925.00 Revised Add: Pricing does not include electrical contractor rough -in, mark up or other expenses by agencies other than Jaymarc AV. 1-800-784-3794 www.jaymarc-ay.com design build integrate. support 819189181C 811819t189 TECH - CONTROL PROGRAMMING S'250..00 Teta OMO 2 JAYMARC CONTROL PROGRAMMING TECH - FIELD LABOR 1 EA 1 ea 1 EA .25 Roll JBL Control 25-1-Black Elk SL1C-Clear Elk WK1-White Belden 6300UE-Gray Change Order Proposal 2: Provide Surface Speaker and Strobe on outer WEST wall of App Bay, connected to house distribution system. Provide specialized programming to allow user to enable or disable the activation of the speaker and strobe at a selected time of day. Selection of time of day will be in 1 hour increments and selectable by user on a repeat basis. Pacific Coast Electrical Contrac, C16004 Date: Misc Parts/ Freight/Etc.: $8.65 Project Management: $85.25 Mobilization: $7.75 Parts: $216.27 Labor: $775.00 Parts No Tax: Labor No Tax: $.00 $.00 Subtotal: $1,092.92 Sales Tax: $0.00 Total: $1,092.92 JOSH IIITLEJOHN SENIOR ESTIMATOR JAYIVIACIRC PV b6r1t, ' r troOlr, 14600 INTERURBAN AVE SOUTH 1 SEATTLE:WA 98168 11: 206.69a6111 108 1 C: 360.971.1932 1 F:206.763.8299 Joshua Littlejohn Date: Page: 1 LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #089 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #089: CE #128 - Alerting Add Alt Speakers in Rooms 207 and 208 TO: PCO NUfilIBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 089 / 0 Pending - In Review FROM: CONTRACT: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 30129 - Tukwila Fire Station #52 - GCCM Prime Contract CREATED BY: Alex Carey (Lydig Construction, Inc. - Bellevue Off) CREATED DATE: 4/17 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING Amount Based METHOD: PAID IN FULL: No POTENTIAL CHANGE ORDER TITLE: CE #128 - Alerting Add Alt - Speakers in Rooms 207 and 208 CHANGE REASON: Client Request POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Fofiows) CE #128 - Alerting Add Alt - Speakers in Rooms 207 and 208 Add alternate to the alerting scope for (2) ea total speakers in Rooms 207 and 209 ATTACHMENTS: CE 128-COR11.3.pdf Cost Code Description type Amount 26-001-99- - BP-11 - Electncal Subcontractor PCEC COR 11 3 Subcontractor $ 1,264,00 Subtotal: 51,264.00 Fee - Self Perform Work: 15.00% Applles to Labor, Materials, Equipment, Other, Overhead and Profit, and Unwritten Sub's/PA's. $ 0.00 Fee - Sub Tier Work: 4.50% Applies to Subcontractor and Purchase Agreements. $ 56 88 GL Insurance: 0.75% Applies to all line Item types. $ 9.91 P&P Bond: 0.75% Applies to all fine Item types. $ 9.98 B&O Tax: ... 0.47% Applles to all line Item types. $ 6.32 Grand Total: $1,347.09 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 4/17/ 2020 02 :05 PM PACIFIC COAST ELECTRICAL CONTRACTORS, INC. 16620 North Road * Bothell, Washington 98012-5908 TEL (425) 741-2700 * FAX (425) 741-2600 March 30, 2020 Lydig Construction 3180 139th Ave SE, Suite 110 Bellevue, WA 98005 Attn.: Alex Carey RE: Tukwila Fire Station 52 Tukwila Fire Station 52 COP# CCD# RFI# PCEC RFI# PCEC COR# 011.3 Dear Alex 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 $1.264.00 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 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 docwnents. We will require an additional 0 days added to our schedule after receipt ofwritten approval and required material products for this change to our scope ofwork. 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 the present time. Right is expressly reserved to make claim for any and all of these related items of compensabk 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: ( 3 ) worksheets Pacific Coast Electrical Contractors, Inc. Sub Contractor Breakdown Summary Project Name: Tukwila Fire Station 52 COP# PCEC Job No.: 19066 PCEC coR# 011.3 Work Adder to COR11.2 for 1 Restroom Speaker in each Rm 207, Date: 3/30/2020 Description: and 208. CCD# RFI# 1. CRAFT LABOR COSTS (includes payroll taxes & burden) PCEC RFI# a. craft labor costs from breakdown $ 92.98 4.81 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 $ 447.23 Supervision d. direct supervision 0% (of direct labor) e. safety 0% (of labor) f. travel (if applicable, itemize) parking 1. CRAFT LABOR COSTS 447.23 2. MATERIAL COSTS a. scheduled material $ 74.19 d. permits $ b. quoted material $ - e. dumpster $ c. freight $ - f. coordination drawings $ 2. MATERIAL COSTS $ 74.19 3. EQUIPMENT COSTS a. owned equipment (spec approved source) b. rental equipment (per invoices attached) 4. SMALL TOOLS a. small tools 0% (of direct labor) 5. OVERHEAD AND PROFIT a. b. 6. SUBCONTRACTORS a. Jaymarc AV b. c. d. 15% overhead & profit of 1 15% overhead & profit of 2, 3 & 4 7. 0 & P ON SUBCONTRACTORS a. 8% overhead & profit of 6 $ 3. EQUIPMENT COSTS 4. SMALL TOOLS 5. OVERHEAD & PROFIT 580.90 6 SUBCONTRACTORS 7. 0 & P ON SUBS $ 78.21 580.90 46.47 8. INSURANCE/TAXES a. volume driven liability insurance 1.00% (of 1 through 7) $ 12.27 b. Bonding 2.00% (of 1 through 7) $ 24.79 c. State B&O Tax 0 (of 1 through 7) d. City B&O Tax 0 (of 1 through 7) 8. INSURANCE 37.06 9. 0 & P ON INSURANCE / TAXES a. 0% portion of 8 9. O& P ON INS/TAX TOTAL COST 1 THRU 8 $ 1,264.00 Job Name: FS#52 Tukwila Job Number: 1429 Extension Name: COR [Items and ByProducts] Quantity Price U k Ext Price Labo Label Set: Combined, Combined, Combined, Combined, Combined 1,040 PULL STRING 1,047 3/4 EMT 1,176 3/4 EMT CONN S/S/I 1,319 3/4 EMT COUPL S/C 1,458 3/4 EMT 1 HOLE STP/STL 4,126 10 X 1-1/2 COMB PAN HD TAP 4,194 8 X 1/2 HEX HD TAP SCR 4,291 #10 / 3/16 FLAT CUT WASHER- 4,626 BOX SUPPORTS -CLIP ON 7,178 IDEAL 452 RED WIRE NUT 17,464 4/S BOX 2-1/8"D, 1/2&3/4"KO 17,482 4/S 2G MUD RING 5/8"DP 18,770 GRD PIGTAIL #12 x 10-1/2" Courtesy of McCormick Systems Inc. 20.00 $86.20 M 15.00 $161.35C 4.00 $82.42' C 1.80 $682.24 C 2.10 $28.30' C 2.10 $530 C 8.00 $2.93' C 2.10 $3:44 C 4.00 $0.00 C 12.00 $201.37 M 4.00 $44665 C 2.00 $458.74 C 4.00 $55.40' C $74.19 $1.72 $24.20 $3.30 $12.28 $0.59 $0.11 $0.23 $0.07 $0.00 $2.42 $17.87 $9.17 $2.22 $74.19 Material Filter: <None> Report: COR 2/1 4.81 0.08 0.75 0.40 0.25 0.08 0.13 0.40 0.01 0.24 0.72 1.20 0.30 0.24 4.81 Page 1 3/30/2020 4:24 PM closrgri build integrate 5uppert 742=7:777777777777777:77.7„;3777:7775:7; —."7" 7— 77— —7ww ---- 'n TECH - FIELD LABOR 2 EA JBL CONTROL 24CT-White .125 Roll Belden 6300UE-Gray Change Order Proposal 3: Provide Ceiling speakers in Restrooms on 2nd floor. WC207 and WC208. Pacific Coast Electrical Contrac, C16004 Date: Misc Parts/ Freight/Etc.: $9.42 Project Management: $33.00 Mobilization: $3.00 Parts: $235.48 Labor: $300.00 Parts No Tax: Labor No Tax: $.00 $.00 Subtotal: Sales Tax: $580.90 $0.00 Total: $580.90 JOSH LITTLEJOHN I SENIOR ESTIMATOR JAYMAIRC 146C0 INTERURBAN AVE Will I SEATTIE. WA 98168 P203.682.6111 x1081 C 360.927.1932 F:2061618299 Joshua Littlejohn Date: Page: 1 LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #092 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #092: Traffic Signalization CE #133 - Allowance 5 - TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 092 / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: Pending - In Review FIELD CHANGE: No LOCATION: SCHEDULE IMPACT: FROM: CONTRACT: CREATED BY: CREATED DATE: PRIME CONTRACT CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: TOTAL AMOUNT: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 30129 - Tukwila Fire Station #52 - GCCM Prime Contract Alex Carey (Lydig Construction, Inc, - Bellevue Off) 4/17 /2020 None Amount Based No ($76,487.03) POTENTIAL CHANGE ORDER TITLE: CE #133 - Allowance 5 - Traffic Signalization CHANGE REASON: Allowance POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #133 - Allowance 5 - Traffic Signalization Allowance 5 for Traffic Signalization reconciliation. Work to be performed in it entirety by City of Tukwila. Full allowance amount to be credited out of the GCCM contract. ATTACHMENTS: PCO 092 - Combined.pdf # Cost Code Description Type Amount 1 50-004-11- - Allowance 5 - Traffic Signalization Allowance 05 - Traffic Signalization Project Contingency ($75,000.00) Subtotal: ($75,000,00) Fee - Self Perform Work: 16.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, and Unwritten Sub'siPA's. $ 0.00 Fee - Sub Tier Work: 4.50% Applies to Subcontractor and Purchase Agreements. $ 0.00 GL Insurance: 0.76% Applies to all line item types. ( 562.50) P&P Bond: 0.75% Applies to all line item types. ($566.72) B80 Tax: = 0.47% Applies to all line item types. ($357.81) Grand Total: ($76,487.03) Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 4/24/ 2020 01 :30 PM Alex Carey From: Julie DeDonotu^jd@Vancurap m^ Sent: Friday, April 17,2O2U11:O9AK4 To: Alex Carey Cc/ Craig Greene; David White; Don Lehman; 'Rachel Bianchi'; Justine Kim; 'Adam Strutynski'; 'Emma Nowinski'; 'Lauren Rock'; 'Thayer Wild'; 'Jay Wittwer'; 'Dawn Judkins'; 'Jason Konieczka';yWatt Stmtynski Subject: FS 52 Warning Flashers and Opticom System Management Alex This email serves asconfirmation that Scott Bates Team (CoTTraffic Engineehng)wil|bpordehng,instaUing,wirinQ and managing all aspects of the Warning Flasher and Opticom System to be installed for ROW access from Fire Station 5Jdrivewayto65mAvenueSouth.AUcostsossodatedwiththisworkvviUbeLd|hedtoSCUdirect|y. We request that Lydig issue a credit Change Order in the amount of the $75,000 allowance set aside for this work. Please let meknow ifyou have any follow-up questions orconcerns. Thank you, Ju|ieDeDonato 206-409'8086 1 LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #094 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #094: CE #140 - RR #204: StructiMech - Concrete Encasement Depth at App Bay TDs TO: PCO NUMBER/REVISION: 6200 Southcenter Boulevard Tukwila Washington, 98188 Bellevue Washington, 98005 094 / 0 CONTRACT: 30129 - Tukwila Fire Station #52 - GCCM Prime Contract REQUEST RECEIVED FROM: CREATED BY: Alex Carey (Lydig Construction, Inc. - STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: City of Tukwila FROM: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Pending - In Review Bellevue Off) CREATED DATE: 4/24 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $1,762.02 POTENTIAL CHANGE ORDER TITLE: CE #140 - RFI #204: Struct/Mech - Concrete Encasement Depth at App Bay TDs CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #140 - RFI #204: Struct/Mech - Concrete Encasement Depth at Am Bav TDs Trench drain rebar dimensions were revised per RFI 204. Added weight for revision is 579 lbs. Costs include 1 hr detailing for revision. Lydig labor performed install (2 for 4 hrs). ATTACHMENTS: PCO 094-SP Combined,pdf Cost Code Description Type Amount 03-001-99- - BP-03 - Structures Subcontractor PCO 094-SP Subcontractor $ 1,653.34 Subtotal: $1,653.34 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, and Unwritten Sub's/PA's. $ 0 00 Fee - Sub Tier Work: 4.50% Applies to Subcontractor and Purchase Agreements. $ 74.40 GL Insurance: 0.75% Applies to all line item types. $ 12 96 P&P Bond: 0.75% Applies to all line item types. $ 13.06 B&O Tax: = 0.47% Applies to all line item types. 8 26 Grand Total: 51,762.02 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 4/24/ 2020 11 :26 AM Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #094-SP Project: 30130-10 - TFS#52 - Self -Perform 15447 65th Ave S Tukwila, Washington 98188 Phone: (360) 907-2459 Fax: (425) 881-2903 Prime Contract Potential Change Order #094-SP: Struct/Mech - Concrete Encasement Depth CE #140-SP - RFI #204: at App Bay TDs TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 094-SP / 0 Pending - In Review FROM: CONTRACT: CREATED BY: CREATED DATE: PRIME CONTRACT CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: TOTAL AMOUNT: Lydig Construction, Inc.- Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 1 - Tukwila Fire Station #52 - Self -Perform Prime Contract Alex Carey (Lydig Construction, Inc. - Bellevue Off) 4/24 /2020 None Amount Based No $1,653.34 POTENTIAL CHANGE ORDER TITLE: CE #140-SP - RFI #204: Struct/Mech - Concrete Encasement Depth at App Bay TDs CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #140-SP - RFI #204: Struct/Mech Concrete Encasement Depth at App Bay TDs Trench drain rebar dimensions were revised per RFI 204. Added weight for revision is 579 lbs. Costs include 1 hr detailing for revision. ATTACHMENTS: CE #204 - Morse CO #10pdf # Cost Code Description Type Amount 1 03-902-99-- Rebar Sub Morse CO#10 Subcontractor $ 759.96 2 03-202-12-- SOG - Edge.Fomr - Form Lydig Rebar Install Labor $ 696.00 Subtotal: $1,455.98 Fee - Self Perform Work::15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten 5ub'sIPA's,:and Protect Contingency. $ 104.40 Fee - Sub Tler Work: 8.00% Applies to Subcontractor and Purchase Agreements. $ 60.80 GLInsurance: :0.75%Applies toall line item types. $ 12.16 P&P Bond: 0.75% Applies to all line item types. $ 12.25 B&O Tax: = 0.47% Applies to all line Item, types. $ 7.75 Grand Total: $1,653.34 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 4/24/ 2020 11 :22 AM ��m�� �� ��u� ���������J� ~����������.��� PROJECT: Tukwila Fire Station #S2 ]O8#: 4600 AlTN: Lvdig Alex Carey REFERENCE: Revised Trench Drain and SOGreplacement DESCRIPTION: Trench Drain dimensions were revised perA|ex's Email dated OZ/l7/%0%U.Added weight for trench drain revision |sS7Q|bs. Replacement bars were needed for North SOG,Lydigused bar in other areas. Replacement bar per A|ex!sEmail dated UZ/l8/2O2O. Added weight for SOGis3'l69|bs. # DESCRIPTION QU4&L 8N/r PRICE EA SUB TOTAL ' ITEM #1 REBAR SUPPLY 3'748 LBS. $ 0.62' $ 2,324 ITEM #2 REBARPLAONG HOURS $ 88 $ ' ITEM #3 DETAILING /P.M. 1.0 HOURS $ 75 $ 75 ITEM #4 DELIVERY ALL $ GSO $ 650 (TEM#S PTMATERIAL ALL $ ' $ ' ITEM #6 PT PLACING ' HOURS $ 88 $ ' ITEM #7 STUD RAILS ALL $ ' $ ' ITEM #8 MESH SHEETS $ ' ' ITEM #9 MESH PLACING , HOURS $ 88 $ ' |TEM#1U yWi5C.COST ALL $ ' $ ' SUBTOTAL (ITEMS #I'#10) $ 3'049 1596PROFIT 8'OVERHEAD $ 457 . = ""�� ==,= " TOTALCOST � 3506 � Please signyouracknovv|edgen1entandacceptanceofthischangeordecThisfonmisrequired for us to proceed with fabrication of material. Company Signature LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #096 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #096: CE Sheetmetal Hashing Material at Weathered #144 -RR #316: Arch - Zinc Locations TO: City of Tukwila FROM: 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 096 / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: Pending - In Review FIELD CHANGE: No LOCATION: SCHEDULE IMPACT: CONTRACT: CREATED BY: CREATED DATE: PRIME CONTRACT CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 30129 - Tukwila Fire Station #52 - GCCM Prime Contract Alex Carey (Lydig Construction, Inc. - Bellevue Off) 4/24 /2020 None Amount Based No TOTAL AMOUNT: ($1,373.92) POTENTIAL CHANGE ORDER TITLE: CE #144 - RFI #316: Arch - Sheetmetal Flashing Material at Weathered Zinc Locations CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #144 - RFI #316: Arch - Sheetmetal Flashing Material at Weathered Zinc Locations Credit to provide prefinished steel flashings in lieu of specified aluminum flashings per RFI 316. ATTACHMENTS: Cost Code Description Type Amount 1 07-010-99-- BP-13 Aluminum Paneling 8. Cement Fiber Board Axiom CC COR 04 Subcontractor ($1,347.20) Subtotal: ($1,347,20) Fee - Self Perforrn Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, and Unwritten Sub's/PA's. $ 0.00 Fee - Sub Tier Work 0.00% Applies to Subcontractor and Purchase Agreements. $ 0.00 GL insurance:0.75% Applies to all line Item types. ($10 10) P&P Bond: 0.75% Applies to all Ilne item types. ($10.18) B&O Tax: = 0.47% Applies to &Hine Item types. (96.44) Grand Total: (91,373.92) Date Owner Signature Lydig Construction, Inc. page 1 of 1 Printed On: 4/24/ 2020 01 :13 PM To: Lydig Construction 3180 139th Ave SE Bellevue, WA 98005 Project: Tukwila Fire Station 52 Pending Change Order Change Order Request # : 4 Date: April 21, 2020 6 3 8 9 4 8 8 RE: Prefinished Steel Fleshings PCO for providing prefinished steel flashings in lieu of the specified Aluminum (lashings, a R 9 R s Prefinished Aluminum Fla heets vs Preinished Steel Flats 80.00 EA -16.84 -1,347.20 n Labor: Material: Other: Subtotal: -1,347.20 $-1,347.20 Additional days for change order work Pending Change Order Total $-1,347.20 Work will proceed upon approval, and the following amount will be added to the contract $-1,347!20 Authorized Signature Axiom Construction & Consulting, LLC Authorized Signature Lydig Construction Date Date When signed by the Owner and the Contractor, this document becomes effective immediately and will be promptly incorporated as part of the next available Change Order. The Contractor shall proceed with the changes) described above, and both parties will be bound to the adjustments in Contract Sum and Contract Timeproposed above as the complete and final settlement of all direct and indirect costs and time' impacts arising from the above change(s). Reservation of Rights. This change order is based solely on direct cost elements such as labor,material, and normal markups, and does not include any amount forchanges in the sequence of work,delays, disruption, rescheduling, extended overhead, acceleration; and/or impact costs which are not possible to assess at the present time. Right is expressly reserved to make claim for any and all of these related items of corepensable cost. overrun prior to final settlement of this Contract Axiom Construction & Consulting, LLC 1841 Front Street, Suite A Phone: 360.354.1184. LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #097 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #097: CE #145 - RFI #335: Arch - Range Specification Clarification TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 097/0 Pending - In Review FROM: CONTRACT: CREATED BY: CREATED DATE: PRIME CONTRACT CHANGE ORDER: ACCOUNTING METHOD: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 30129 - Tukwila Fire Station#52 - GCCM Prime Contract Alex Carey (Lydig Construction, Inc. - Bellevue Off) 4/24 /2020 None Amount Based No TOTAL AMOUNT: ($598.03) PAID IN FULL: POTENTIAL CHANGE ORDER TITLE: CE #145 - RFI #335: Arch - Range Specification Clarification CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #145 - RFI #335: Arch - Range Specification Clarification Revision of the range model from a french top to a 24" double griddle per RFI 335. ATTACHMENTS: PCO 097-SP Combined.Ddf # Cost Code Description Type Amount 1 03-001-99-- BP-03 - Structures Subcontractor PCO 097-SP Subcontractor ($586.40) Subtotal: ($586.40) Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, and Unwritten Sub'sIPA's. $ 0.00 Fee - Sub Tler Work: 0.00 % Applies to Subcontractor and. Purchase Agreements. $ 0.00 GL Insurance: 0.75% Applies to all line Item types. (S4.40) P&P Bond: 0.75% Applies to all line item types. ($4.43) B&O Tax: = 0.47% Applies to all line Item types.. (52.80) Grand Total: ($598.03) Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 4/24/ 2020 01 :42 PM Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #097-SP Project: 30130-10 - TFS#52 - Self -Perform 15447 65th Ave S Tukwila, Washington 98188 Phone: (360) 907-2459 Fax: (425) 881-2903 Prime Contract Potential Change Order #097-SP: CE #145-SP - RFI #335: ArchClarification Range Specification TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 097-SP / 0 Pending - In Review FROM: CONTRACT: CREATED BY: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 1 - Tukwila Fire Station #52 - Self -Perform Prime Contract Alex Carey (Lydig Construction, Inc. - Bellevue Off) CREATED DATE: 4/24 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: TOTAL AMOUNT: Amount Based No ($586.40) POTENTIAL CHANGE ORDER TITLE: CE #145-SP - RFI #335: ArchClarification - Range Specific CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #145-SP - RFI #335: Arch - Range Specification Clarification Revision of the range model from a french top to a 24" double griddle per RFI 335. ATTACHMENTS: CE 145-SP - MA COR 02pdf on # Cost Code Description Type Amount 1 11-016-97-- Residential Appliances Metropolitan COR 02 Purchase Agreements ($575.00) Subtotal: ($575.00) 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: 0.00 % Applies to Subcontractor and Purchase Agreements. $ 0.00 GL Insurance: 0.75% Applies to all line item types. ($4.31) P&P Bond: 0.75% Applies to all line item types. ($4.34) B&O Tax: = 0.47% Applies to all line item types. ($2.75) Grand Total: (5586.40) Owner Signature Date Lydig Construction, Inc. page 1 of 1 Printed On: 4/24/ 2020 01 :39 PM 1749 First Avenue South Seattle, WA 98134 Phone: (206) 623-8811 Fax: (206) 623-8816 www.metropolitanappliance.com Sold To: Customer # CLYDIGCO LYDIG CONSTRUCTION *E 3180 139TH AV SE #110 BELLEVUE, WA 98005 Phone: (425) 885-3314 ASeeberger@lydig.com Sa esPerson PO Number Ji CHA GE ORDER REQUEST Terms Balance Before Del. ModelNumbers Qty Mocicl Number PER RFI 335 1 DF484F 1 DF484DG Ship To: TUKWILA FIRE STATION 52 15447 65TH AVE S TUKWILA, WA 98188 Tax Exempt # 12-31-2019 Ship Method Metro Delivery 11111111111111111111111111111111111 Number 20401 Date 04/22/2020 Page 1 This Quotation is Valid for 30 Days. Comment Brand, Model Description Wolf, 48° Dual Fuel Range w/ French Top, Natural Wolf48" Dual Fuel Range w/ Double Griddle, Natural Unit Amount Extended ($15,482.00) ($15,482.00) $14,907.00 $14,907.00 Unless otherwise indicated, all installation prices quoted are contingent upon appliance cutout and rough -in services being furnished as indicated in the manufacturer's specifications. Ask your salesperson if you have questions regarding scope of delivery and optional installation Summary Sub Total Taxable Sub Total Tax 0.00% Total ($575.00) ($575.00) $0.00 ($575.00) CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 008 DATE: 5/1812020 PROJECT NO.: 90830402 PROJECT NAME: PSP — Fire Station 51 TO: BUDGET NO.: 305.98 CONTRACT NO.: 18-001.1 ( s ) AMENDMENT NO: 019 18-001(s) Council Approval N/A 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 5/20/2020 By Craig Greene Original Contract FS51 (without tax) Previous Change Order FS51 This Change Order FS51 (without tax) REV. CONTRACT AMOUNT FS51 Contractor Title VP Lydig Construction Operations $ 9,587,314.00 I APPROVED BY THE CITY OF TUKWILA $ 489,052.69 Date $ 29,178.23 / By $ 10,105,544.92 riginal Contract Time FS51: 420 days (May 19, 2020) dditional Contract Time for this Change Order FS51: 0 days Updated Contract Time FS51: 420 days (May 19, 2020) Mayor Deputy City Administrator SOJ Program Director ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File (11/2014) C:1;7 -11/1/1// S Exhibit "A" C . NGE OR E CITY OF TUKWILA Project Name Project # TO CONTRACTOR: - SU AY tFC ANGE - PUBLIC SAFETY PLAN Fire Station 51 LYDIG CO # 008 -Niabt tot. , tt th, 90830402 Contract # 18-001.1 ( s) Lydig Construction Date 5/18/20 3180 139th Ave SE, Ste 110 Bellevue, WA 98005 COP/CCD # Description Reason Code Amount COP 041 CE #057 - RFI #169: Mech - Louver L-1 Color Change. Cost to change L-1 Louver from Stone Grey to Dark Bronze Anodize. DC $578.56 COP 042 CE #091 - RFI #217: PRIORITY - ARCH - Sectional Door Mounting Plate. Supply and install of two steel plates to App Bay Columns for motor mounting per RFI 217, DC $707.81 COP 044 CE #094 - RFI #185: Elec - Traffic Signalization Credit. Credit for Traffic Signalization less costs to date and cost to install control button in App Bay and wiring to vault per RFI 185. DC ($37,932.96) COP 045 CE #042 - ASI 003, RFI #105: Nederman Unistrut Support Coordination. Supply and install of structural steel angles between joists, diagonal angles, and rail mounting angles for Nederman Magnarail per ASI-003 and RFI 105. DC $9,889.71 COP 048 CE #095 - Alternate 02 - Asphalt Paving at Rear Apron. Light duty asphalt paving at rear apron. Pricing from alternate 02 on the attached SCI Bid Form. OC $32,504.76 COP 050 CE #098 - RFI #250: CIVIL - New Curb Elevation Conflict with Existing Asphalt at South Entrance. Grind/Overlay Southcenter Parkway. Traffic control. Pavement markings. DC $23,430.35 Lydig Change Order No. 008 $29,178.23 LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #041 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #041: CE #057 - RFI#169: Mech - Louver L-1 Color Change TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 041 / 0 Pending - In Review FROM: CONTRACT: CREATED BY: CREATED DATE: PRIME CONTRACT CHANGE ORDER: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 30125 - Tukwila Fire Station #51 - GCCM Prime Contract (18-001.1) Weston Blackburn (Lydig Construction, Inc. - Bellevue Off) 4/20 /2020 None ACCOUNTING Amount Based METHOD: PAID IN FULL: TOTAL AMOUNT: $578.56 No POTENTIAL CHANGE ORDER TITLE: CE #057 - RFI#169: Mech - Louver L-1 Color Change CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #057 - RFI#169: Mech - Louver L-1 Color Change RFI#169: Mech - Louver L-1 Color Change Original Louver Cost: $2,340.00 Dark Bronze Anodized Premium Color: $2,808.00 Premium for color: $468.00 ATTACHMENTS: COR 013 - Change Louver Color.pdf Cost Code Description Type Amount 23-001-99- - Mechanical MCCM Louver Color Change to Premium Subcontractor $ 542.88 Subtotal: $542.88 Fee - Self perform Work:15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, and Unwritten Sub'sIPA's. $ 0.00 Fee - GCCM: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. $ 24.43 GL Insurance: 0.75% Applies to all line Item types. $ 4 25 P&P Bond: 0.75% Applies to all item types. $ 4.29 B&O Tax: = 0.47% Applies to all line Item types. $ 2.71 Grand Total: $578.56 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 4/20/ 2020 03 :42 PM Johansen Mechanical, Inc. PHONE o2s-4n-22oVFAX 425-4on-6no CHANGE ORDER DETAIL JOBNAME Tukwila FS5i BILLING CONTRACTOR DATE: g & JM|C�#\ � ����[0 DESCRIPTION:�q'jq_c",Ne L-1 Louver from Stone Grey to Dark Bronze Anodize EXCLUSIONS: SCHEDULE IMPACT: i |. LABOR: A. LABOR (FIELD FOREMAN) �- 8. LABOR (FIELD JRNYMAN) C. LABOR (SHOP K8ECH) D. LABOR (DELIVERY) E. LABOR (SERVICE) F` DETAILING G.SUPEAV|G0N H. PROJECT STAFF U.MATERIAL AND EQUIPMENT A. MATERIALS B. EQUIPMENT C. FREIGHT D. RENTALS E.VEH|CLEG (1n%u,LABOR ''A") III.SUBCONTRACTORS A. ALL SUBS $ 92.51 =$ $ 86.81 =$ $ 99.72 =s $ 75.99 =$ $g0.73=$ $ 02.51 = $ $ 98.45 = $ $ 97.85 =$ MATERIAL EQUIPMENT TOTAL SUB SUBTOTAL IV. OTHER 0RECTCOSTS A. SAFETY @ B. SMALL TOOLS AND CONSUMABLES@ C. PERMITS OTHER DIRECT COSTS TOTAL - - - |� 4G8.0O| : i� | ~ | OF LABOR F$ OF LABOR ' - V. TOTAL ITEMS 1, 11, 111, AND IV VI. OVERHEAD &FEES A. OVERHEAD B.PROFT C. SUBCONTRACTOR MARKUP D. B&OT/X@ VALID FOR 30 DAYS A » TOTAL AMOUNT FOR THIS CHANGE ORDER PROPOSAL � � � � 542.88 This change proposal only includes costs that can beidentified atthis time. This include any amount for changes inthe sequence ofwork, delays, disruptions, rescheduling, extended overhead, acceleration or impact costs. Johansen Mechanical expressly reserves the right to address any and all of these and related items ofcost prior tofinal settlement ofthe contract. From: Daniel Tunay To: w LeVanaie Subject: RE: FS 51 Louver Date: Thursday, February 27, 2020 2:35:19 PM Ivy I see $2,808.00 for the louver with extra dark bronze ano. Original louver was $2,340.00 Thanks, DANIEL TUNAY Technical Sales Dorse and Company I 5000 1st Ave S. Seattle WA 98134 I T: 206.218.1323 F: 206.284.4523 I www.dorse.com Original Message From: Ivy LeVangie <ivyl@johansenmech.com> Sent: Wednesday, February 26, 2020 4:25 PM To: Daniel Tunay <daniel@Dorse.com> Subject: RE: FS 51 Louver Daniel, Don't forget to get me pricing:) Ivy LeVangie I Executive Assistant - Project Coordinator I Johansen Mechanical, Inc. I www.johansenmech.com Direct: (425) 527-1026I Cell: (425) 320-8935 I Office: (425) 481-2266 I Fax: (425) 486-6933 Energy Services "Making a Difference" Original Message From: Daniel Tunay [mailto:daniel@Dorse.com] Sent: Friday, January 24, 2020 10:38 AM To: David White <DWhite@lydig.com>; Ivy LeVangie <ivyl@johansenmech.com>; Tim Murphy <timm@johansenmech.com>; Kiel Lunsford <KLunsford@lydig.com>; Tom Pitman <tpitman@lydig.com> Cc: Mike Driscoll <miked@johansenmech.com> Subject: RE: FS 51 Louver Received and sent to Greenheck. Thanks for getting back to me, David! Thanks, DANIEL TUNAY I Technical Sales I Dorse and Company I 5000 1st Ave S. Seattle WA 98134 I T: 206.218.1323 F: 206.284.4523 I www.dorse.com Original Message From: David White <DWhite@lydig.com> Sent: Friday, January 24, 2020 10:37 AM To: Daniel Tunay <daniel@Dorse.com>; ivyl <ivyl@johansenmech.com>; Tim Murphy <timm@johansenmech.com>; Kiel Lunsford <KLunsford@lydig.com>; Tom Pitman <tpitman@lydig.com> Cc: Mike Driscoll <miked@johansenmech.com> Subject: RE: FS 51 Louver Importance: High Johansen and Daniel, Please take this as formal direction to proceed with changing the louver color to ANO-304 Extra Dark Bronze Anodize for the ROM of 20% increase and rest of the 4-6 week lead time. Please respond with confirmation that the additional cancelation fees have been avoided, as a response has been given prior to the 11:00am PST deadline. Thank you, David White I Project Engineer Lydig Construction 3180 139th Ave SE, Ste 110 Bellevue, WA 98005 P. 425.885.3314 i C. 360.584.3363 Original Message From: Daniel Tunay <daniel@Dorse.com> Sent: Friday, January 24, 2020 10:16 AM To: ivyl <ivyl@johansenmech.com>; David White <DWhite@lydig.com>; Tim Murphy <timm@johansenmech.com>; Kiel Lunsford <KLunsford@lydig.corn>; Tom Pitman <tpitman@lydig.com> Cc: Mike Driscoll <miked@johansenmech.com> Subject: RE: FS 51 Louver David - I hate to light a fire but I need to know within the hour. Greenheck has advised that there are additional fees for cancellation if we wait past 1pm CST (11AM our time). These would be additional to what Ivy mentioned to you on the phone. Thanks for your understanding and I look forward to hearing from you. Thanks, DANIEL TUNAY I Technical Sales I Dorse and Company ( 5000 lst Ave S. Seattle WA 98134 I T: 206.218.1323' F: 206.284.4523 ( www.dorse.com Original Message ----- From: Ivy LeVangie <ivyl@johansenmech.com> Sent: Friday, January 24, 2020 10:06 AM To: David White' <DWhite@lydig.com>; Tim Murphy <timm@johansenmech.com>; Kiel Lunsford <KLunsford@lydig.com>; Tom Pitman <tpitman@lydig.com> Cc: Mike Driscoll <miked@johansenmech.com>; Daniel Tunay <daniel@Dorse.com> Subject: RE: FS 51 Louver David, At this point they will need to cancel the current order which will reset the 4-6wk lead time if we want to change the color. Anodize is a different process and will add roughly 20% to the price of the louver from price roughly $500 +/-). The supplier is going to let Greenheck know that we are still waiting for a confirmation that we are going to change the order, so at this point they are still proceeding on the original order. I have an appointment this afternoon and will be out of the office after 11:30. If you get an answer back after I have left for the day, I have copied Daniel with Dorse so you can respond to all with the design team's response and Daniel will know which direction to go and will change the order accordingly. If you have any questions please let me know. Thanks! Ivy LeVangie I Executive Assistant- Project Coordinator I Johansen Mechanical, Inc. I www.johansenmech.com Direct: (425) 527-10261 Cell:-(425)320-8935 I Office: (425) 481-2266 ( Fax: (425) 486-6933 Energy Services "Making a Difference" Original Message From: David White [rnailto:DWhite@ dig.coni] Sent: Friday, January 24, 2020 8:10 AM To: Ivy LeVangie <ivyl@johansenmech.com>; Tim Murphy <timm@johansenmech.com>; Kiel Lunsford <KLunsford@lydig.com> Cc: Mike Driscoll <miked@johansenmech.com> Subject: RE: FS 51 Louver Hi Ivy, I just want to confirm this louver color change was delivered to your supplier in time. Thanks, David White I Project Engineer Lydig Construction 3180 139th Ave SE, Ste 110 Bellevue, WA 98005 P. 425.885.3314 I C. 360.584.3363 Original Message From: David White Sent: Thursday, January 23, 2020 4:13 PM To: Ivy LeVangie <ivyl@johansenmech.com>; Tim Murphy <timm@johansenmech.com>; Kiel Lunsford <KLunsford@lydig.com> Cc: Mike Driscoll <miked@johansenmech.com> Subject: RE: FS 51 Louver Hi Ivy, Thanks for the quick turnaround on this. Please see page 2 of the attached RFI that specifies the revised louver color. WAU's marked up response in reference to the louver states, "(PROVIDE LOUVER IN EXTRA DARKBRONZE ANODIZE (ANO-304))". Please confirm that this enough information and will not result in any cost or schedule impact to switch to the color noted. Thanks, David White I Project Engineer Lydig Construction 3180 139th Ave SE, Ste 110 Bellevue, WA 98005 P. 425.885.3314 I C. 360.584.3363 Original Message From: Ivy LeVangie <ivyl@johansenmech.com> Sent: Thursday, January 23, 2020 4:06 PM To: David White <DWhite@lydig.com>; Tim Murphy <timm@johansenmech.com> Cc: Mike Driscoll <miked@johansenmech.com> Subject: FW: FS 51 Louver David, I talked to our supplier regarding the costs to change to louver after our meeting this morning. He was going to follow up with Greenheck. I just got the email below. At this point if we can get them the updated color tomorrow looks like there won't be any cost repercussions if we get them a color by 9:00. If not, they will have to cancel the order and we will need to place a new order which will reset the lead time of 4-6 wks unless we opt to expedite the order. Ivy LeVangie I Executive Assistant - Project Coordinator I Johansen Mechanical, Inc. I www.johansenmech.com Direct: (425) 527-10261 Cell: (425) 320-8935 I Office: (425) 481-2266 I Fax: (425) 486-6933 Energy Services "Making a Difference" Original Message From: Daniel Tunay [rnailtordaniel(0,Dorse,com] Sent: Thursday, January 23, 2020 3:46 PM To: Ivy LeVangie <ivyl@johansenmech.com> Cc: Mike Driscoll <miked@johansenmech.com> Subject: FS 51 Louver Ivy, Greenheck is saying if we want to change the color at this point, I will need to cancel and reorder. I would need to let them know by 9am tomorrow to avoid any cost repercussions. Can you get with Tim and let me know ASAP? Thanks, Daniel This message (including any attachments) is intended only for the use of the individual or entity to which it is addressed and may contain information that is non-public, proprietary, privileged, confidential, and exempt from disclosure under applicable law or may constitute as attorney work product. If you are not the intended recipient, you are hereby notified that any use, dissemination, distribution, or copying of this communication is strictly prohibited. If you have received this communication in error, notify us immediately by telephone and (i) destroy this message if facsimile or (ii) delete this message immediately if this is an electronic communication. Thank you. LY D G Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #169 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Mech - Louver L-1 Color Change TO: DATE INITIATED: LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: DRAWING NUMBER: LINKED DRAWINGS: RECEIVED FROM: 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) FROM: Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) Emma Nowinski (Weinstein A+U) 01/27/2020 Yes (Unknown) STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: David White (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Closed on 01/27/20 02/03/2020 TBD Question from David White (Lydig Construction, Inc. - Bellevue Of) at 03:19 PM on 01/27/2,020 Confirmation of changing the color of the L-1 louver from Stone Gray GF103 to ANO-304 Extra Dark Bronze Anodize is needed. In RFI 150, the color of the louver was chosen by WAU to be Stone Gray GF103. In response to RFI 153, the louver color was changed to ANO-304 Extra Dark Brone Anodize. Per email correspondence between Lydig and WAU, it was communicated that there is a 4-6 week lead time and a ROM of $1,000 to procure the louver in ANO-304 Extra Dark Bronze Anodize as this is not a standard color. Please confirm the color change of the L-1 louver to ANO-34 Extra Dark Bronze Anodize. Attachments: RFI 169 - Louver L-1 Color Change.pdf Official Response: Thayer Wild (Weinstein A+U) responded on Monday, January 27th, 2020 at 4:15PM PST Confirmed to provide L-1 louver in ANO-34 Extra Dark Bronze Anodize as described in RFI-153. Per email communication between Lydig and WAU on 1/24/20, the 4-6 week lead time will not be an issue for overall construction schedule. -Thayer W. WAU. 1/27/20 Attachments: RFI 169 - Louver L-1 Color Change - WAU Response.pdf All Replies: woe ICM04',10 'Ott 15 :466Nn,,q441,Vk, VIrg ,I*42,A0ftu,M,,mwo,N.0 4,, ad, w MM.,M.O.P0404,4*.;04, AK Confirmed to provide L-1 louver in ANO-34 Extra Dark Bronze Anodize as described in RFI-153. Per email communication between Lydig and WAU on 1/24/20, the 4-6 week lead time will not be an issue for overall construction schedule. -Thayer W. WAU. 1/27/20 Attachments: RFI 169 - Louver L-1 Color Change - WAU Response.pdf BY DATE COPIES TO Lydig Construction, Inc. Page 1 of 1 Printed On: 04/20/2020 03:44 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #042 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #042: CE ARCH - Sectional Door Mounting Plate #091 -#217: PRIORITY- TO: PCO NUMBERIREVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 042 /0 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: 4/20 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $707.81 POTENTIAL CHANGE ORDER TITLE: CE #091 - 217: PRIORITY - ARCH - Sectional Door Mounting Plate CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #091 -#217: PRIORITY -ARCH -Sectional Door Mounting Plate #217: PRIORITY - ARCH - Sectional Door Mounting Plate - Weld two steel plates to App Bay columns for motor mounting ATTACHMENTS: LCI SP - PCO 042 SR Cost Code Description Type Amount 03-001-99- - Structures, Enclosure & Mr= Sub - BP 03 & 07 Supply/Install two mounting plates Subcontractor $ 664.15 Subtotal: $664 15 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, and Unwritten Sub's/PA's. $ 0 00 Fee - GCCM: 4.50Y. Applies to Subcontractor, Purchase Agreements, and Project Contingency. $ 29.89 GL Insurance: 0.75% Applies to all line item types. $ 5.21 P&P Bond: 0.75% Applies to all line item types. $ 5 24 B&O Tax: = 0.47% Applies to all line Item types. $ 3 32 Grand Total: $707.81 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 4/22/ 2020 03 :52 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #042 SP Project: 30126-10 TFS#51 Self -Perform 17951 Southcenter Parkway Tukwila, Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #042 SP: CE 0 1 - RR217 - Supply and Install two sectional door mounting plates 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 SP / 0 CONTRACT: 1 - Tukwila Fire Station #51 - Self -Perform Prime Contract REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: Pending - In Review CREATED BY: Weston Blackburn (Lydig Construction, Inc. Bellevue Off) CREATED DATE: 4/20 /2020 PRIME CONTRACT CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: TOTAL AMOUNT: $664.15 None Amount Based No POTENTIAL CHANGE ORDER TITLE: CE #091SP - RFI 217 - Supply and Install two sectional door mounting plates CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #091 SP - RFI 217 - Supply and Install two sectional door mounting plates Supply and Install two sectional door mounting plates per RFI 217 Note: attached CHG COR 005 is a TAM ticket for 6 hours. 3 of the 6 hours are attributed to RFI 217 work. ATTACHMENTS: CHG COR 29087-005R1 (2).pdf COP-6.pdf Cost: Code Description Type Amount 05-001-99--Structural Steel Sub Weld two steel plates to structure (3 hours) Subcontractor $.450.00 2 05-001-97- - Structural Steel Supplier Supply two steel plates Purchase Agreements $153.00 Subtotal: $603.00 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. $ 48.24 GL Insurance: :0.75 % Applies to all Tine item types. $ 4.88 P&P Bond: 0.75%:Applies toall line item types. $ 4.92 B&O Tax: = 0.47 % Applies to all line Item types. 8 3.11 Grand Total: $664.15 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 4/22/ 2020 03 :47 PM CHGBUUdiDg Systems, Inc. PO Box 78148 Seattle WA 98178 www.chgbuildingsystems.com _ �� � er CmmNumber: oos Date: 04/ 6/ZU Project Number: 29087 Lyclig Construction Inc. ATTN: 300139 Ave SE Suite 110 Bellevue WA 98005 Tukwila Fire Station No. 51 Tukwila WA9818 Description of Change: Labor & Equipment to Perform Extra Work CHANGE NO. 5 Labor& Equipment to Perform Extra Work onT&M Basis This Change Order Request is for labor and equipment to performextra work on a T&M basis CHGEWMdated 4 -13-2020. RFI 217 - Sectional Door Mounting Plate: $450 (3 hours) RFI 210.1 - App Bay Hose Reel Mounting Plate: $450 (3 hours) Consistent with our Subcontract Scope on this include labor and equipment tuerect/install materials furnished by others, and we do NOT include the FURNISH or FABRICATION of ANY materials (except only welding consumab|esfor included we|ding). Please refer toour original Proposal for other Qualifications and Exclusions, all of which are applicable to this Change Order Request. Please see accompanying Change Orders Log for other changes and pending changes. This Change Order Request isfor completed work that you authorized. This work was performed 4/I3/2020. Please issue aconfirming Change Order atyour earliest convenience. Please return a signed copy 0oour office toauthorize billing. THIS 'lSNOT ANINVOICE !!! Project Original Contract Sum Total of Previously Approved Change Orders Contract Amount Prior to this Change Order Proposed Contract Amount of this Change 'Order Proposed Contract Amount Including this Change Order $168,922.00 $168,922.00 $900.00 $169,822.00 CHG Building Systems, Inc. PO Box 78448 Seattle WA 98178 www.chgbuildingsystems.com Phone: (425) 255-5747 Fax: (425) 255-4882 Accepted By: Contractor (Company Name) By (Signature) Printed Name Date Contractors Change Order # C an e equest COR Number: 005 Date: 04/16/20 Project Number: 29087 To.. Lydig Construction Inc. Proje*ct: Tukwila Fire Station No. 51 Schedule Irepact: Additional Days: 1 Expires: 05/16/2020 I:+escrit)tion Quallt-m,r uom unit Pri*ee Extended Pri.ce Equip HRS 300 Amp Welder with supplies at Labor MHS Prevailing Wage Ironworker at RFI 217 - Sectional Door Mounting Plate: $450 (3 hours) RFI 210.1 - App Bay Hose Reel Mounting Plate: $450 (3 hours) - WB/Lydig 4/22/2020 Page 2 6.00 6.00 HR $40.00 $240.00 Equip Total: $240.00 HR $110.00 Labor Total: $660.00 $660.00 Change Order Total: $900.00 CHG BUILDING SYSTEMS, INC. P.O. Box 78448 Seattle, WA 98178 (425) 255-5747 FAX (425) 255-4882 To: Job Name: Address: The following extra week ending Description of work performed: A. LABOR Employee 2 3 4 5, EXT 4. 1, WORK EMO (THIS IS NOT A Job # & Extra Work Memo Date: DUM lc ted during the payroll Classification Foreman Hourly i 1 , i VV 1 i .......... Journ n, Apprentice Rate T TH F SA SU ITOTAL, OT !.„--s i '- 1 ' „ i ' i '''', '''',. -1 ST OT !,. '' . '., ' . i1 ' • .. ST , 1 1.4_ . ___. _4,7_ --t-7, 1 . i • ' s1-1 -t-. - * 4-- :-.-4- '-'1, 4.-- --; -'-i.-.7. ---,- OT 4 i . . . ST - --4 ' :: 444,-- --4-4,- L , , 1 ST OT ST B. MATERIALS FURNISHED: (Show quantftles, full description; ond Oast (Itknown)) C. EQUIPMENT —Type & size used: The above listed items completed by CHG Building Systems, Inc., (signed) I acknowledge this work has been perforrned as stated: General Contractor: General Contractors Purchase Order Number: By: -L. Raid Sumintortiont Fkold spokao€, Change Order Proposal Date: 03/16/20 Project: TFS 51 Contractor: Lydig Construction Pages: 2 COP No. 6 We Quote the Sum of: $ 153.00.00 F.O.B: Job Site. For the following items only: Furnish shop drawings, labor and material for the fabrication of miscellaneous steel per attachments A & B; and as follows. COP Inclusions: Two plates per RFI 217 Exclusions: 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. Buyer's signature below shall constitute a Purchase Order for the items quoted herein. This quotation and the acceptance shall become a binding contract. (Buyer) (Seller) Estimator By: Date: This quotation may be withdrawn by offerer if not accepted within fifteen (15) days. Material Price is based on current stock and is subject to prior sale. All pricing may be subject to escalation mill price changes and/or scrap surcharges that occur after bid date and will be applicable at time of order. Any exceptions will be noted in our bid. All material orders are subject to applicable 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 by others. 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 #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. Page 2of2 Attachment'8' 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 steel 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. 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) I 509-244-8439 (fax) physical address: 11315 W Willow Ln Airway Hghts, WA 99001 mailing address: 11317 E 16th Ave Spokane Vly, WA 99206 RFI #217 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 PRIORITY - ARCH - Sectional Door Mounting Plate TO: DATE INITIATED: LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: TBD DRAWING NUMBER: LINKED DRAWINGS: RECEIVED FROM: 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) Emma Nowinski (Weinstein A+U) Lauren Rock (Weinstein A+U) Thayer Wild (Weinstein A+U) FROM: 02/26/2020 STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: Weston Blackburn (Lydig Construction, Inc. - Bellevue Off) Weston Blackburn (Lydig Construction, Inc. - Bellevue) 3180 1391h Ave SE - Suite 110 Bellevue, Washington 98005 Closed on 03/16/20 03/04/2020 TBD Question from Weston Blackburn (Lydig Construction, Inc. - Bellevue Of) at 12:59 PM on 02/26/2020 Clarification is needed on the mounting location for the overhead sectional door motors. Per onsite coordination meeting with Lauren Rock, Lydig, and Crawford Door, the motors are to be mounted on the South side of the door 130D, and the North side of 130C, however no elevation was determined. In addition to mounting elevation, there is a question regarding mounting substrate. The motor cannot be mounted to the storefront, and will need sufficient backing. The proposed solution is to weld a steel plate to the interior face of the HSS columns on the motor -side of each door. Attached is a markup of the interior elevation with approximate locations of where the motor needs to be mounted (based off of dimensions provided in the sectional door submittal), with a proposed steel backing plate size. 1. Please confirm that a steel backing plate is to be welded to the face of the HSS columns and advise on overall dimensions and thickness. The attached sketch shows the minimum length and width dimensions needed per motor mounting diagrams provided in the door submittal for reference. 2. Please provide a mounting elevation for steel backing plate and door motor. The attached sketch illustrates the offset from torsion spring shaft and motor/operator shaft provided n the door submittal for reference. Attachments: RFI 217 - Sectional Door Motor Mounting Steel - Copy.pdf Official Response: Emma Nowinski (Weinstein A+U) responded on Friday, March 13th, 2020 at 5:25PM PDT Provide 1/4" thick plate for door motor mounts.See weld callout on next page.Plate size as required for mounting motor. Mounting holes in plate may be field drilled. SSF3/13/2020 Plate size to be 11" x 1'-7" to accommodate motor mounting pattern, with bottom of plate located 15'-9" AFF. E.Nowinski / WAU Attachments: RFI 217 - Sectional Door Motor Mounting Steel SSF-WAU RESPONSE.pdf BY DATE COPIES TO Lydig Construction, Inc. Page 1 of 1 Printed On: 04/20/2020 04:57 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #044 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #044: CE #094 - #185: Elec - Traffic Signalization Credit TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 044/0 Pending - In Review FROM: CONTRACT: CREATED BY: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 30125 - Tukwila Fire Station #51 - GCCM Prime Contract (18-001.1) Weston Blackburn (Lydig Construction, Inc. - Bellevue Off) CREATED DATE: 4/24 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: TOTAL AMOUNT: Amount Based No ($37,932.96) POTENTIAL CHANGE ORDER TITLE: CE #094 - #185: Elec - Traffic Signalization Credit CHANGE REASON: Client Request POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #094 - #185: Elec - Traffic Signalization Credit • Credit for Traffic Signalization less costs to date and cost to install control button in app bay and wiring to vault per RFI 185 ATTACHMENTS: PCO 044 - Combined.pdf WB EDIT Credit WAU RESPONSE.pdf Copy of REV 2 COP eakdown COR 009"Totem Work Deduct 4.21.20.pd _RFI 185 -Traffic Signalization 6 Cost Code Description Type Amount 1 26-001-99- - Electrical Subcontractor - BP 11 Romove Traffic Signalization Scope Subcontractor ($37,195.11) Subtotal: ($37;195.11) Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, and Unwritten Sub's/PA's. $ 0.00 Fee - GCCM: 0.00 % Applies to Subcontractor, Purchase Agreements, and Project Contingency. $ 0.00 GL Insurance: 0.75% Applies to all line item types. ($278.96) P&P Bond: 0.75% Applies to all line Bern types. ($281;06) B&O Tax: = 0.47% Applies to all line Bern types. ($177.83) Grand Total: ($37,932.96) Owner Signature Date Lydig Construction, Inc. page 1 of 1 Printed On: 4/24/ 2020 12 :34 PM COP Subcontractor Breakdown Summary Project Name: Fire Hall 51 Tukwila COP: 009 Project No. 30125-43 Document Reference: Date: 4/2302020 Contractor: McKinstry Contractor Ref. No. 30125-43 Description: Totem reduction of scope of work. McKinstry Labor and Material costs shown are to offset the credit for the total Traffic Signalization scope of work. These costs represent the value of supply/install for the traffic control button and cabling in the App Bay that is to remain in McKinstry's scope as instructed per RFI 185. 1. CRAFT LABOR COSTS Itemize all costs on attached COP Cost Breakdown form. Direct Labor Costs: a. crew (apprentices, journeymen, & laborers) b. foreman c. lead foreman Supervision: d. direct supervision e. safety 2. MATERIAL COSTS a. material costs b. freight costs (itemize) $ - DIRECT LABOR SUBTOTAL $ - 3. EQUIPMENT COSTS a. owned equipment (per spec approved source) b. rental equipment (per invoices attached) 4. SMALL TOOLS a. small tools 5. McKinstry Cost (Office Hours Cost) a. b. 6. SUB -SUBCONTRACTORS a. Totem Electric $ (37,175.54) b. $ c. d. 7. OVERHEAD & PROFIT a. 15% on Materials (2) b. 15% On Labor, Equipment and Small Tools (1, 3, & 4) $ 8. Bond a. Bond B&O Tax a. B&O Tax 2.50 % of 1-7 1. CRAFT LABOR COSTS $ 680.60 2. MATERIAL COSTS $ 207.03 3. EQUIPMENT COSTS $ 4. SMALL TOOLS $ - SUBTOTAL 1 thru 4 5. McK Charge 887.63 6. SUB -SUBCONTRACTORS $ (37,175.54) 7. OVERHEAD & PROFIT $ (907.20) 8. Bond $ (907,20) 0.00 % of 1-8 9. B&O Tax TOTAL COST $ (37,195.11) WB EDIT - Copy of REV 2 COP Breakdown COR 009 Totem Work Deduct 4.21.20.xIPage of Issued 4/23/2020 COP Cost Breakdown ct Name: Fire Hall 51 oject No. 30125-43 ntractor: McKinstry COP: s:::003. Date: 4/23/2020 Project. # "30125.43 Description Quantity Labor Material Equipment. Total Cost Hrs per total hrs Cost sq(t Unit Cost Unit $ Cost $ - s Eleotrfclan FM. $ 88.06 4.00$.. 352.24 $... - $: - $ 352.24 Electrldan FM $ 82.09 4.00 $ 328.36 $ •. $ - $. 328.36 Materials 1.00. $: .. 5 ::207:03- Subcontract CO 1 $ (37,175.54) 5 - $ - $ (37,175,54) McKinstry Cost Permits 1 $..- Bond $ - ... $ - .... 5 - $ (907.20) Overhead $.: -... $ •. s: -- Note: RFI 185 directed that credit be provided for the entire trafficsignalization scope with the exception of the raceway to the vault and push button in the App Bay. Labor and Material costs do not represent an added cost related to RFI 185, they represent the value of the push button and cabling that is to remain in the project scope. This subtotal is to offset the credit of the total traffic signalization $".. - $ .., $ - $ -. $ • 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 5 $ $ $ s - s s s, s s - s . $ - s scope provided (537,175.54). s s $ ; s s $ s $ , s s $ $ $_ $ Total Cost of Work • S: $ $. (37,195.11) WB EDIT • Copy of REV 2 COP Breakdown COR 009 Totem Work Deduct 4.21.20.olsr Page of Issued4/23/2020 COP Wage Rates Project Name: Fire Hall 51. Tukwila Project No: 30125-43 Contractor. McKinstry Trade & Position Electrical Foreman Etectdcat JW Rate Schedule Date 01/01/20. 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. Y-.. 89.89 $ =: $ - S._ - $ - Rate 3. FUI %aft 0.00% $ _ $..... _ $ _ $ - $:: - '$ _ $ ; $ g $ - 4. FICA %ot1 ; 0.00% $ _ $...:: _...:. $ -.. $ - $: _..... $ - _ $ - 0. - $ - 5. MEDICARE % of 1 0.00°l0 $ _ : $` : _ $ - . $ - $ :. .. ; $ _. $ - $ -- 6. SUI %of 1 (insert correct %to right) 0.00% $ - $'.. _ ... $ - $.. - $ _ .. $ ,<... $ - $ - 7. WC (insert $ amount per hour) $ -: $ - TOTAL (incl. payroll taxes) Y , . 96.29 $' .. 89.89 $ - $ - $ .. - : $ ,- : Y - $ - - :$ Form fteNsed 6/1/2004 NOTES: • Rate scheduledateisthe 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 & 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 is:ued4/23/2020 TOTEM ELECTRIC of TACOMA, Inc. Phone /753\383-5022 To: McKinstry Re: TukwiUeFire Station 51 Signal Modification DATE: 2/28/2019 Attn: Ken Gochis We are pleased to provide you with this proposal, and the scope of work we offer for the referenced project. We offer the followina: Item ~ Description Qtv Unit Unit Price Extension 1 ^ signal �p�e�au�/gm"��numvauun � - L8 $33,858.00 $33,e58.00 o Traffic con�o�vm��o� �"~m. � ' us - $7J12o0 Proposal Tuta}. .� �_ � $41,570.00 Pus proposal anti hu¢,-a'i.�ovodfo,thirty uqvs, and mcre«ftvoia�rm9"oenmcg^oliom Exclusions: 1 Bond Fee / Bond Available / Call for rate. 2. Surveyed layout. 3 Testing orengineering 4 Temporary power services, temporary lighting, orpower 000L 5 Removal orreplacement Vfsurface improvements 0 Preemption override button and wiring per Sheet TS01Construction Note C5 7 Washington State Sales Tax nrUSE Tax. Add $7GG.O0ifrequired. 8 Trench and Baokfi/| 0 Permits other than electrical. We include: 1 Insurance & premium atour cost 2 Concrete foundations and pads for our scope ofwork 3 Two PPBpoles, junction boxes, conduit, wire, and signal modifications shown onSheet TS-01 &TS-O2 4 Crosswalk and Stop Bar Striping per Sheet TSO1,Construction Notes C1Oand C11 5 Traffic control for our scope ofwork Conditions: 1 General to provide lay down area for Totem Equipment, materials storage and /oroffice trailer 2 Our proposal lobased onthe receipt of8standard AGCsubcontract, latest edition, 8 We reserve the option of providing a reteinagebond. 4 Any retainage held shall gain interest proportionate to that earned by the General Contractor. 5 Quote is based on Sheets TS'Oi ondTS~Q2 dated 12/20/18, 0 VVaacknowledge oddendumn1through O Contact the undersigned for any questions at 253-383-5022. Totem Electric of Tacoma, Inc. Jeff Step -hens WE ARE AN EQUAL OPPORTUNITY EMPLOYER LECTR1C OF 'TACOMA, INC. Phone (253) 383-5022 Fax (253) 272-5214 Contract Cancellation - Costs to Date 4653 — Tukwila Fire Station 51 - Signal Mod COR Subject: Contract Cancellation - Cost to Date To Griffin Small McKinstry 5005 3rd Ave S Seattle, WA 98134 206-832-8533 Return To Jeff Stephens Totem Electric of Tacoma, Inc. 2332 S. Jefferson Ave Tacoma, WA 98402 253-722-2839 253-272-5214 (FAX) JStephens@totemelectric.com COR Number: 4653-1 COR Revision Number: 0 COR Date: 2/20/2020 Price / Do Not Work Type: Proceed Days Valid: 30 Details Description Cost / Rate Qty / Hrs Workers Ext Office Staff - Submittals & Paperwork $45.00 16.00 Hrs 1.00 $720.00 Project Manager $90.00 16.00 Hrs 1.00 $1,440.00 Superintendent $106.00 4.00 Hrs 1.00 $424.00 Safety Officer $50.00 9.00 Hrs 1.00 $450.00 Materials Purchased $787.27 1.00 LUMP SUM - $787.27 Breakout Labor : $3,034.00 Overhead Percent @ 15%: $455.10 Material : $787.27 Overhead Percent @ 15%: $118.09 Total: $4,394.46 Reservation of Rights This CORdoes not include any amount for impacts such as interference, dioruptionu, rescheduling, changes in the sequence of work, delays and/or associated acceleration. We expressly reserve the right to submit our request for any ofthese items. Signed By: Jeff Stephens Project Manager 0a1ed:2/2O/202O LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 ll Fe WEINSTEIN A+U LLC RFI #185 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Elec - Traffic Signalization Credit TO: DATE INITIATED: LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: DRAWING NUMBER: LINKED DRAWINGS: Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) Emma Nowinski (Weinstein A+U) 02/05/2020 TBD TS01, TS02 FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: David White (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Open 02/12/2020 TBD RECEIVED FROM: Mark Palmer (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) Question from David White (Lydig Construction, Inc. - Bellevue Of) at 08:27 PM on 02/08/2020 Based on the traffic signalization meeting between Lydig, McKinstry, and the City of Tukwila, it is understood that the signalization modification scope outlined on sheets TS01 and TS02 will be completed by the City of Tukwila Public Works department. McKinstry is now responsible for providing a raceway with conductors from the building to the traffic signalization vault referenced in RFI 181, as well as a push button in the App Bay. Please confirm the portion of work included on TS01 and TS02 are no longer required to be completed under Lydig's contract, and that McKinstry is to provide a credit for this scope of work. Attachments: RFI 185 - Traffic Signalization Credit.pdf Awaiting an Official Response All Replies: Please have McKinstry provide a credit for the work shown on TS01 and TS02, with the exception of the elements described in the first paragraph (raceway to the vault and push button in the App Bay). E. Nowinski / WAN 2/13/2020 BY DATE COPIES TO Lydig Construction, Inc. Page 1 of 1 Printed On: 02/05/2020 08:34 PM CONSTRUCTION NOTES: sPzi A. O Ns,N1113 3 loom.L. PER PROOT 4.-01. • STN0 °°C0: ounaN si°" o'0c 30 34 w% aN a, PER v001 310..Pt. 3-48.70-04. Q PROTECT memo 003011O RB0100. O Att 3WCMa' 10 Na0n,e "MC.. M NON-su 40N USE 6 rote,u-13 C2Maw s cxanv N01E PUS➢a SI30 RM. P0311ON STOP BAR 4'rz£3 PROTECT Ens. woos 00 4100-N CONa0alms TO IHUAN. 41000E ANCN9+ BOX AND MO. 011004 s. POLE ORENTATPN DEEAL METIOENCY PRrE.FIWN. SC}fpU,E EEXEINGO 02 VEHICLE SIGNAL (E W I Q A u.L42 SIGNAL PHASES 814 BUNK BLANN —4 �4E�11. 30100 173173 REMOVAL NOTES: Ca a1mmEP7073µ Z r4 NA. ®N AN Parr r e. R)-2> SIGN DETAIL GENERAL NOTE POLE NOTES: o 0047.1 RELOCATED C4s0N0 PGt. PN v[DF3 &11'an PNW O 11%11 t.OVE M1MPPB 0.E nM TONC P[OCs P45N 1 PPM P.P. PE 0 TNS1A1. 035r 4EN •N,-or CN ENSIN5 NAVI 0RR 91NI1 POLE PO.TM 9a PEN fret£ POLE SCHEDULE POE 0 O 207.4134 2047175 PEDESTRIAN SIGNAL MEADS 4EESRNG1 PORN. eRNise CePLICAO We NO .1510.30131 WO WOE IMAM PEDESTRIAN NEAae.Na. PPO LEGENO N TYPE I JuxcnoN Box 4N00101 UND. mNe1nT 155000511.Low • PEDESt00 PNSH 041104 Post .E01:LE SIGNAL READ PEDESIMAN SIGNAL HEAD PEN Nu5H'9UTTON CDNTpaIER'CABINET SIGNAL MASTA2I1100(Y)a) LOAD O Of 7377 4P95s3.1O A0AC✓W11 FONT, )00) 83 (u) e 1e N10Y 07 (e515Y ro1NEP2) 13 1133 WIRING SCHEDULE RuN COMMIT WS CI mlwucr h 2' SCR 40 P. l_2C51. 140C 1rt�l Y scn. +o P.c 2... I -lea 3 2' SCR. ao PK 3-2C41.. I -lea 0 2 uN .0 Pc .- 1-eaa 2- 1-0551, ,-fee A « 343. 1C371 PPR..-2c0Npm. l -�O ,aa. -333P L. a C. PPR. 4_2 KO:.tl_ ,�E. " NE:S o1 saw, WA9e01) 425a51.13a437 1158£13EM. PRELIMINARY NOT FOR CONSTRUCTION WilllitZ 1201 IVO Art NE, WO &[M.WA95015 42.1400. 1&951 01 wvMgW{mn PRELIMINARY NOT FOR CONSTRUCTION WEINSTEINA+U LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #045 Project: 30125-43 TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #045: CE #042 - ASI-003 RFI#105: STRUCT/ARCH - Nederman Unistrut Support Coordination TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 045 / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: Pending - In Review FROM: CONTRACT: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE —Suite 110 Bellevue Washington, 98005 30125 -Tukwila Fire Station #51 - GCCM Prime Contract (18-001.1) CREATED BY: Weston Blackburn (Lydig Construction, Inc. Bellevue Off) CREATED DATE: 4/24 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING Amount Based METHOD: PAID IN FULL: TOTAL AMOUNT; No $9,889.7 POTENTIAL CHANGE ORDER TITLE: CE #042 - ASI-003 - RFI#105: STRUCT/ARCH - Nederman Unistrut Support Coordination CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #042 - ASI-003 - RFI#105: STRUCT/ARCH - Nederman Unistrut Support Coordination - Supply/Install of Nederman support steel per ASI-003 and RFI 105 Comments on pricing for PCO 045: 1) Although pricing is broken out for Materials, Labor, Equipment in Spokane Metals pricing, there is no detail to the material and detailing pricing so cannot validate those lump sum numbers. The Labor pricing appears to be reasonable. - Invoice from material supplier provided for substantiation 2) Delivery cost of $720 seems high. - Delivery cost is substantiated in the .supplier invoice 3) CHG pricing - I am really having a hard time with the Scissor Lift pricing (as with other PCOs). $550 is for what period of time? There is 22 labor hours; is that for one or two people? The standard rental rate for a 26' scissor lift on a monthly basis is around $1,300-$1,650. 22hrs of 176 monthly = 12.5%, which would be around $162-$200 although I know that shorter rentals don't necessarily equally calculate out. - Scissor lift rental invoice provided for substantiation. lronworker names and hours are substantiated on the EWO time sheet provided in original backup. ATTACHMENTS: LCI SP - PCO 045 SP.pdf RFI 105 - Magnarail Unistrut Support Coordination Response (4).pdf_ _ASI-003 REVISED Nederman Supports.pdf # Cost Code Description Type Amount 03-001-99- -Structures, Enclosure & Misc Sub - BP 03$ 07 Structural Steel Support - Supply/Install Subcontractor $ 9,279.75 Subtotal: $9,279.75 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, and Unwritten Sub'sIPA's. $ 0.00 Fee- GCCM: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. $ 417.59 GL Insurance: 0.75% Applies to all line item types. $ 72.73 P&P Bond: 0.75% Applies to all line item types. $ 73.28 Lydig Construction, Inc. page 1 of 2 Printed On: 5/4/ 2020 08 :42 PM LYDIG PCO #045 B80 Tax: = 0.47% Applies to all line Item types. $ 46.36 Grand Total: $9,889.71 Owner Signature Lydig Construction, Inc. Date page 2 of 2 Printed On: 5/4/ 2020 08 :42 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #045 SP Project 30126-10 TFS#51 - Self -Perform 17951 Southcenter Parkway Tukwila, Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #045 SP: CE #42 - ASI-003 - RFI#105: STRUCT/ARCH - Nederman Unistrut Support Coordination TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBERIREVISION: 045 SP / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: Pending - In Review FROM: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE Suite 110 CONTRACT: Bellevue Washington, 98005 1 - Tukwila Fire Station #51 - Self -Perform Prime Contract CREATED BY: Weston Blackburn (Lydig Construction, Inc. Bellevue Off) CREATED DATE: 4/24 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING Amount Based METHOD: PAID IN FULL: TOTAL AMOUNT: No $9,279.75 POTENTIAL CHANGE ORDER TITLE: CE #42 - ASI-003 - RFI#105: STRUCT/ARCH -Nederman Unistrut Support Coordination CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract as Changed As Follows) CE #42 - ASI-003 - RFI#105: STRUCT/ARCH - Nederman Unistrut Support Coordination 1. Supply of structural steel angles between joists, diagonal angles, and rail mounting angles for Nederman Magnarail per ASI-003 and RFI 105 2. Install of structural steel angles between joists, diagonal angles, and rail mounting angles for Nederman Magnarail per ASI-003 and RFI 105 ATTACHMENTS: CHG COR 29087-004 R1.pdf_ COP detailed revised.pdf # Cost Code Description Type Amount 1 05-001-97-- Structural Steel Supplier Purchase Agreements $ 4,265.00 2 05-001-99- - Structural Steel Sub Subcontractor $4,160.23 Subtotal: $8,425.23 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. $ 674.02 GL Insurance: 0.75%Applies to all line item types. $ 68.24 P&P Bond: 0.75 % Applies to all line item types. $ 68.76 B&O Tax: = 0.47% Applies to all line item types. $ 43.50 Grand Total: $9,279.75 Owner Signature Date Lydig Construction, Inc. page 1 of 1 Printed On: 5/4/ 2020 08 :34 PM SI .0 I .1SRICA ONss Change Order Proposal Date: 01/08/20 Project: TFS 51 Contractor: Lydig Construction Pages: 2 COP No. 3 We Quote the Sum of: $ 4,265.00 appr. weight 2459 lb. F.O.B: Job Site. For the following items only: Furnish shop drawings, labor and material for the fabrication of miscellaneous steel per attachments A & B; and as follows. COP Inclusions: ADD monorail support items BARE finish per Revised ASI-003 Material $ 1,379.00 Detailing $ 650.00 Delivery: $ 720.00 Labor 16hr @ $ 60.00 = 960.00 Total $ 3,709.00 OH & Profit 15% =$556.00 Total $ 4,265.00 Exclusions: 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. Buyer's signature below shall constitute a Purchase Order for the items quoted herein, This quotation and the acceptance shall become a binding contract, (Buyer) (Seller) Estimator By: Date: This quotation may be withdrawn by offerer if not accepted within fifteen (15) days, Material Price is based on current stock and is subject to prior sale. All pricing may be subject to escalation mill price changes and/or scrap surcharges that occur after bid date and will be applicable at time of order. Any exceptions will be noted in our bid. All material orders are subject to applicable Mill and Rail conditions and Spokane Metals will not be held liable for delays covered by these conditions. spokane Page 2 of 2 Attachment 'A' General Conditions of Quotation: 1. It is the Responsibility of the General Contractor or customer to provide Spokane MetalsLLCwith 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 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 #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 '6' 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 steel 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. 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) I 509-244-8439 (fax) physical address: 11315 W Willow Ln Airway Hghts, WA 99001 mailing address: 11317 E 16th Ave Spokane Vly, WA 99206 Building Systems, Inc pOBox 78448 Seattle VVA98178 www.chgbuildingsystems.com Phone: (435)255-5747 �� ~~ CoRmumbe, 004R1 Date: 04/29/20 Project Number: 29087 To: Project: Lydig[unstruction Inc. ATT0: 318O139LAve SESuite 11n Bellevue VvA98OO5 Tukwila Fire Station No. 51 17B15SuothcenterParkway Tukwila VVA3o188 Description of Change: Install & Weld Out Nederman Support Stee CHANGE NO. 4 Install & Weld Out NedemanSupport Steel in App Bay This Change Order Request iafor labor and equipment toinstall and weld out nedermansupport steel in app bay per our [MGEVVMdated l'l8'Z0ZO. Consistent with our Subcontract Scope this project, we include labor and equipmenttoered/instaUmatpdals furnished by others, and we do NOT include the FURNISH or FABRICATION of ANY materials (except only welding cnnsumab|esfor included weding). Please refer tonurohginalPnnposa|fovothe,OualificadonsandExdusions all pfwhich are applicable tnthis Change Order Request. This Change Order Requestis for completed workthat you authorized. This work was performed 2/17&z/18.Please issue aconfirming Change Order at your earliest convenience. Please return asigned copy to our office to authorize billing. THIS ISNOT ANINVOICE!!! 4/29/20ZOUPDATE (-R1) Revised tnshow markup ' LM Project Original Contract Sum Total of Previously Approved Change Orders Proposed Contract Amount of this Change Order Request Accepted By: By (Signature) Printed Name $168,922.00 ¢�64.7U $4,160'23 CHG Building Systems, Inc. PO Box 78448 Seattle WA 98178 www.chgbuildingsystems.com Phone: (425) 255-5747 Fax: (425) 255-4882 Chan • e rder e COR Number: 004 R1 Date: 04/29/20 Project Number: 29087 uest To: Lydig Construction Inc. . Project: Tukwila Fire Station No. 51 Schedule Impact: Additional Days: 2 El(plres: 05/29/2020 Description Quantity UOM Unit Price Extended Price Equip HRS 300 Amp Welder with supplies at LOT Mag Drill at LOT Scissor Lift - 24- 26' Electric at Labor MHS Prevailing Wage Ironworker at 22.00 HR $34.7826 $765.22 1.00 EA $280.0000 $280.00 1.00 EA $468.0300 $468.03 Equip Total: $1,513.25 22.00 HR $95.6522 Labor Total: $2,104.35 $2,104.35 Change Order Request SUBTOTAL: $3,617.60 Overhead Profit - 15% : $542.63 Change Order Request TOTAL: $4,160.23 Page 2 CHG BUILDING SYSTEMS, INC. P.O. Box 78448 Seattle, WA 98178 (425) 255-5747 FAX (425) 255-4882 To; Job Name: , Address: -/ The following extra work, ordered by week ending_i_ Description of work performed: EXTRA WORK MEMORANDUM (THIS IS NOT AN V CE Job # & Extra Work Memo #: • , Date: 7 - - , has been completed during the payroll - I , A. LABOR Classification 11 Foreman Hourly 7— il, .7 •,.'t.,e; Employee I Journeyman, Apprentice ; Rate M T TH F : i 1,----oT --. ! . oT ! ' 2„ 't ,tit.,l.,4:-1si,„, 4. 5. 6 B. MATERIALS FURNISHED: (Show quantities, full description, and cost (tf known)) C. EQUIPMENT —Type & size used: -2_ The above listed items completed by CHG Building Systems, Inc., (sign I acknowledge this work has been perforrned as stated: General Contractor: By: General Contractors Purchase Order Number: General Contractor Rs Job Site 1 BRANCH 805 17700 WEST VALLEY HIGHWAY TUKWILA WA 98188 425-251-8150 425-251-6561 FAX TUKWILA FIRE STATION #51 17915 SOUTHCENTER PKWY TUKWILA WA 98188 1 11111111 II Office: 425-255-5747 Ce11: 425-864-2853 CHG BUILDING SYSTEMS INC PO BOX 78448 SEATTLE WA 98178-0448 RENTAL ITEMS: Qyty Equipment 11 RENTAL RETURN INVOICE # 179018651-001 Customer # : 225954 Invoice Date : 02/18/20 Rental Out : 02/17/20 07:00 AM Rental In : 02/18/20 11:25 AN UR Job Loc : 17915 SOUTHCENTER PK UR Job # : 612 Customer Job ID: P.O. # : 29087 Ordered By : STEVE GROUWS Reserved By :TERESA CARPENTER Salesperson : COLBY NICHOLSON twice Terms Payment options: REMIT TO: Due Upon Recept Contact our credit office 704-916-4870 UNITED RENTALS (NORTH AMERICA),INC. FILE 51122 LOS ANGELES CA 90074-1122 Description Minimum 1 10070262 SCISSOR LIFT 24-26ELECTRIC 30-36" WIDE 162.00 Make: SKYJACK Model: SJIII3226 Serial: 27011950 Meter out: 201.50 Meter in: 202.20 SALES/MISCELLANEOUS ITEMS: Qtv Item 1 ENVIRONMENTAL SERVICE CHARGE 1 DELIVERY CHARGE COMMENTS/NOTES: CONTACT: SCOTT PETERSON CELL#: 425-864-2853 ROLLBACK ONLY.GROUND DROP.CALL AHEAD. [ENV/MCI] Day 162 . 00 Price Week 4 Week 360.00 565.00 Rental Subtotal: Unit of Measure 6.480 EACH 85.000 EACH Sales/Misc Subtotal: Agreement Subtotal: Tax: Total: ARE YOU OR YOUR EMPLOYEES IN NEED OF OPERATOR CERTIFICATION TRAINING? CONTACT UNITED ACADEMY TODAY 844-222-2345 OR WWW.UNITEDACADEMY.UR.COM TRAINING IS NOT AVAILABLE ON CERTAIN EQUIPMENT IN CANADA. 21'08-1 9-It-1 Amount 324.00 324.00 Extended Amt. 6.48 95.00 101.48 425 . 48 42.55 468.03 NOTICE: This invoice is subject to the terms and conditions of the Rental and Service Agreement, which are available at https:/lvvww.unitedrentals.comflegalirental-service-terms-US and which are incorporated herein by reference. A COPY OF THE RENTAL AND SERVICE AGREEMENT TERMS ARE AVAILABLE IN PAPER FORM UPON REQUEST. You Can Now Access Invoice History and Update Purchase Orders Online To Sign Up, contact URControlSupport@ur.com Page: 1 ARCHITECTS`+ URBAN DESIGNERS ARCHITECT'S SUPPLEMENTAL INSTRUCTIONS ASI -003 Project Name: Tukwila Fire Station 51 Contractor: Lydig Construction Issued by: Jose Lorenzo -Torres Copies to: Weston Blackburn, file Attachments: A202, A204, A311, S203 & S403 Project No. 17001 Issue Date: 9/18/19 ❑ 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. 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. R4 Description: Revised Architectural and Structural Plans - see revised sheets A202, A204, A311, S203 & S403. 2200 Western Avenue Suite 301, Seattle, WA 98121-1921 WeinsteinAU.corn T 206 443 8606 F 206 443 1218 ........orktarmnrox,ft =-_,-,=4 -4-_,===,L,==h----,---------„,----------- 1 1 i 1 i i 4 !- !-- ! ! ! i ! I 0 ROPKOIPLA7.414.110 -!- Tuknvils Fite Station St 1.1.01910.i Pe• uweh Kai ruiforuf WOW A202 WEINSTEINA+U Ax[XllECTS URO.NsIcnt i A204 WEINSTEINA+U. A311 WEINSTEINA+U. P. Of 1.1166. —=" 124V66. PI. Nal. nr6.6 rfoc Srt 5.1. tut re,. fen [OYU 'TI19 nti ,FE A.,"tra,:tlii1=1ZPri :174 'Pg a at legend - CM-Tiat - gsx - KIKO .01 LIECI. Fe41:3 W.114, MO. 6 , Iiitjh Roof Frolirrt 4 fr.I.4 Xt. 00111.11141 Z nEvan so sr 16f. 16/.1 ,a= '4" S203 AT .122 Dag .1mm11/ / --em ttaMtur 21 �f. Brick Sappo Op. q.lm 11 Mopnam112appan n, IE�(12,: atanical Mapnarail Support al Beam y 1 V Typical Mopn¢.o 15upp n 0.11212120 %nMprosWr caarlyard canopy 8 3 18 0 3 Brand fMe . Prat UI nls�xRs.�- 10., . TUMIN Fla Shtlen 51 �• ,w .p • n2 • r w S403 RFI #105 LY D I G Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RECEOVIED NOV 07 2019 WEINSTEIN A+U LLC Project: 30125-43 - Tukwila Fire Station #51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 TO: STRUCT/ARCH - Nederman Jose Lorenzo -Torres (Weinstein A+U) Lauren Rock (Weinstein A+U) Emma Nowinski (Weinstein A+U) DATE INITIATED: 11/07/2019 LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: TBD DRAWING NUMBER: S203, 8403 LINKED DRAWINGS: RECEIVED FROM: 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) Unistrut Support Coordination Mike Driscoll (JOHANSEN MECHANICAL, INC.) FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: TBD SPEC SECTION: REFERENCE: Weston Blackburn (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Open 11/14/2019 Question from Weston Blackburn (Lydig Construction, Inc. - Bellevue Of) at 02:56 PM on 11/07/2010 Per Nederman Support System meeting held on 11/7/19, Johansen and Lydig proposed an alternate Nederman system support design using Unistrut at the diagonal brace locations in lieu of the steel angles identified in ASI-003. The proposed design is to utilize Unistrut for the diagonal brace locations for ease of installment, material availability, and reduction in coordination efforts with the steel erectors. Where unistrut supports attach to magnarail, the prescribed L6x6x5/16 angle at the bottom of the supports will be replaced with a horizontal unistrut and 45 deg. unistrut attachment brackets for connection to Magnarail. The L6x6x5/16 angle that spans between joists at the top of the support system has already been installed, and will remain in place for unistrut to bolt to. At non -diagonal brace locations, steel angle will be installed per ASI-003. 1) Please confirm that the use of unistrut at diagonal brace locations is acceptable 2) Please provide an elevation for the bottom of magnarail or bottom of support steel. Please note that the magnarail system is 12" tall (if bottom of steel elevation is 15'-0" AFF, the bottom of magnarail will be at 14.-0) Attachments: RFI 105 - MagnarailUnistrut Support Coordination.pdf Awaiting an Official Response All Replies: Unistrut P1000 may be used in lieu of L4x4 at the diagonal support locations indicated AS1-03 and the JM1 magnarall support drawings. JMI will supply necessary unistrut connections at these locations. D. Morrow Swenson Say Paget 11.-8-2019 Unistrut supports at magnarail should be painted to match the other steel in the apparatus bay. Bottom of Magnarail should be installed at +14'--6" AFF. L.Rock, Weinstein A+U 1 -1/8/2019 BY DATE COPIES TO Lydig Construction, Inc. Page 1 of 1 Printed On: 11/07/2019 02:57 PM u � AG1OO � 3 a 0.1.1. SKR le 31 ttr 0 K`" Deag000t to urioUul io lie. oloot ,sok Ask Nits Ik •ra o t 1.1.AVA•AvAnxixr, mar VAVATAYAMIVAVAVAVAVAWAVATAIrAir g I I DIA VAIO VAUVA.AVAUVITOIN TAW/ I#tgc usu. cowinuctiow I / / I rivr 1./M1010.2e140., DRAW el" CHUM., Mr In,. 1.11alft, tY1.1etij: SECTIoNs AS101 ......- �„ teams I \ a Y 0 Cm 0 F z r°1 w a z3 ¢ o w ; _ S LL .2 93 E 3 v TrIlE DETAILS MEWL WM a.,.,r �E.,AS102 Perkenagooal bracing to be installed pen SSIt003- Lasatelte at bottom 50, 000150510,10090005 secluded 0 Diagonal Supports to be Wawa. LPanttstm angle between jotsts meatus pet 5.5I-003. l-SuGuSIIS koSle at bottom ter magnorak enactment to be reptated taith uniPpub Unistrut attachrtwot brackets to be used tot unisluttnotnagnatall oanoection. [MM., fs6NT Ie. itAr awn FM co°,11°K°17x I , 2 g. Lei ce 40 9 w . 5 5 F, I P. P. t2 ..010 DATE. 1P2P1. FoccuEct rat'Elnr, MAGNARAIL 30 ISO AS103 LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #048 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #048: CE #095 Alternate 02 - Asphalt Paving at Rear Apron TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: City of Tukwila FROM: 6200 Southcenter Boulevard Tukwila Washington, 98188 048/0 Pending In Review Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 CONTRACT: 30125 - Tukwila Fire Station #51 - GCCM CREATED BY: Prime Contract (18-001.1) Weston Blackburn (Lydig Construction, Inc Bellevue Off) CREATED DATE: 4/29 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING Amount Based METHOD: PAID IN FULL: TOTAL AMOUNT: No $32,504.76 POTENTIAL CHANGE ORDER TITLE: CE #095 - Alternate 02-- Asphalt Paving at Rear Apron CHANGE REASON: Client Request POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #095 - Alternate 02 - Asphalt Paving at Rear Apron Light Duty Asphalt Paving at rear apron. Pricing from Alternate 02 on the attached SCI Bid Form. ATTACHMENTS: SGI Infrastructure Rebid.pdf # Cost Code Description Type Amount i 31-001-99-- Earthwork 8 Utilities — Altemate 02 Pnce Subcontractor $ 31,000.00 2 31-001-99- - Earthwork 8 Utilities Credit for Reduced Area Subcontractor ($500.00) Subtotal: $30,500,00 Fee - Self Perform Work: 15.00 % Applies to Labor, Materials, Equipment, Other, Overhead and Profiit,and Unwritten Sub'sIPA's. $ 0.00 Fee - GCCM: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. $ 1,372.50 GL Insurance: 0.75% Applies to all line item types. $ 239.04 P&P Bond: 0.75 % Applies to all line item types. $ 240.84 B&O Tax: = 0.47 % Applies to all line item types. $ 152.38 Grand Total: $32,504.76 Owner Signature Date Lydig Construction, Inc. page 1 of 1 Printed On: 5/8/ 2020 11 :58 AM TUK3WILA FIRE STATION #51 TO: LYDV3CONSTRUCTON, INC. 3180 ' m Ave. SE, Suite 110 Bellevue, WA 98005 �|]� "^�� PACKAGE APO1 (REBID) Tukwila Fire Station #S1 Bid Package —Bp01—Earthwork &Utilities Due K���7������������� --" "_— ~~ --'--' ''- BN0RORyN-9ART1 Tukwila Fire Station #51 (TFS51) BIDDER NAME SCI INFRASTRUCTURE, LLC ADDRESS ,7��-��--�� FAX NUMBER 0-712- . CONTACT PERSON &��4-| ������� . Pursuant to and in compliance with the Invitation to Bid and the Instructions to Bidders, and to other documents relating thereto, - the Undersigned hereby proposes to furnish all labor and materials and to perform all work for Tukwila Fire Station #51 (TFS51) SAMPLE Package in strict accordance with the Contract Documents, Schedules and Drawings, and with all Addenda prepared byWeinstein Architects + Urban Designers' Seattle, Washington and GC/CM for the following sum: TOTAL BID: .--e `6 t�, I ' —� 0]U�R � �&,.0007= (ExdudingVV3ST) ' Z Cost ofPerformance & Payment Bond (for1OU% ofthe contract price, donot inc|udiacosts inbase bid) Note the base bid amounts includes trench safety and the extended cost nfany unit cost work listed inPart Jofthe bid form upto the full quantity listed onthe bid form. B11D FORM 00O3xO'l BID PACKAGE #;BPO1— Earthwork & Utilities TRENCH EXCAVATION SAFETY PROVISIONS: Ifthe contract contains any work which requires trenching exceeding a depth of four feet, all costs for adequate trench safety systems shall be identified as a separate bid item in compliance with Chapter 39.04 RCW. The purpose ufthis provision is to ensure that the bidder agrees to comply with all the relevant trench safety requirements of Chapter RCVV. This bid amount shall beconsidered aspart ofthe total base bid set forth above. |ftrench excavation safety provisions donot pertain tuthis project, put N.A.for dollar amount. Trench Excavation Safety Provisions Only: BREAKOUT PRICING (IF AppUCAaLs:THE FOLLOWING ITEMS ARE INCLUDED |wTHE BASE BID PRICE. PROVIDE BREAKOUT PRICING ONTHESE ITEMS FOR THEIR COMPLETE INCLUSION |NTHE PROJECT. BREAKOUT ITEMS MAY BEREMOVED FROM THE PROJECT OR THIS BID PACKAGE AT THE SOLE DISCRESCION OF THE GCCM. Breakout Pricing O1—Construction Entrance & Haul Road (Bid Package Inclusion 14'Updated inAddendum 8) Breakout Pricing 02—Trailer, Parking QTemp Laydown/Trailer Entrance Areas (Bid Package Inclusion 15'Updated ioAddendum 8) � ALTERNATE (IF xPPLICAELE): ALTERNATES DUE ATTHE TIME OFBASE BID Note; Per Section O1230Vthe alternates are tuinclude atotal costfbrthe'workdescrihed(induding,butnotUndhsdto, labor, profit, supplies, hoisting, rigging, overhead, bonds, etc). Note, all Alternates are tnueguaranteed for the duration uf time outlined inthe aforementioned section. AltemateOI—RreHydrantatNECome,ufBear Apron: $�^,.��« Alternate O2—Paving atWest Side: $ 3 iAlternate 03—Four-Fold Doors: $ -- Alternate O4-Bench Exhaust Hood: $ —� Alternate 0S—Rough-in for SCBAParts Washer: $ -- Alternate U0—Underground Fueling Components: $ �--~ Alternate O7—Fuel Fill Station: $ Alternate 08 — Concrete Paving at South Driveway Loop: $ Alternate U9—PSEElectric Service Connection Option #1(Ref E101/E101A) Alternate 10—PSEElectric Service Connection Option #2(Red:E1O1/E1O1A) $ 1 Alternates to include all required work to complete the full scope asoutlined inthe base bid and alternate documents. ifno work baffected by alternate selection, enter $Ointhe value ofthe alternate. BID FORM 000350-2 Page Three —00035&BID FORM BID PACKAGE#;BPOl—Eartmwnrk & Utilities UNIT PRICES: Undersigned proposes tnprovide the Unit Prices asdescribed in the Contract Documents, and subject to the same conditions asindicated ivthe Form ofBid, Part 1(Base 8hd).The quantities shown are assumed a,additions tuthe scope shown in the Contract Documents. Actual quantities will be dictated by the conditions found during construction and the directions ofthe Owner's Representative onsite. Quantities exceeding the assumed quantity shall hecompensated otthe stated Unit Price and added tothe Contract bvChange Order. |factual final quantity isless than the assumed quantity, the difference shall be credited to the Owner at the stated Unit Price and deducted from the Contract by Change Order. UNIT COSTS (extended prices, shown below shall be included in Total Bid.) Unit Prices (per Section 0120 00) — All items supplied & installed per contract document unless otherwise listed: Unit Price 1bGravel Borrow Unit Price 2:Utility Trench BackfiUSuitable for use inCoTROW Unit Price 3:Controlled Density Fill Unit Price Crushed Surfacing Top Course Unit Price S:Crushed .Surfacing Base Course Unit Price 6:Common Borrow Unit Price 8: Stream Bed Cobbles $ Unit Price 7: Quarry Spall Unit Price 10;Water Quality Treatment Sand $ Unit Price 11:Imported Recycled Crushed Materials $ Unit Price 12: Common Soils Export (Any export other than those specifically listed below) $ Unit Price 9: Base Sand $ r« p $ ~ ~ l, Unit Price 13:'Unsuitable Soils Export (Rem#vaLexport Qdisposal costs included) Unit Price 14: Contaminated Soils Export (RemovaLexport Qdisposal costs included) Unit Price 15:CSTCExport <Remoxa|'export & disposal costs included) Unit Price 16.[SB[Export (Remova|'export & disposal costs included) Unit Price 17:Quarry Spa||Export (Remmva|,export & disposal costs included) Unit Price 18: Mobilization & Demobilization of Dewatering/Water Treatment Equipment Unit Price 19: Weekly Dewatering/Water Treatment (Include all costs associated) Unit Price 20: Installation of Filter Fabric 00035O 3 e /Cy /Cy /Cy /Cy /CY /[Y /CY /Cy /TN /TN /TN /TN /TN /TN /EA /VVK /SF Page Three —8O0350BID FORM BID PACKAGE #: BPAI— Earthwork & Utilities TIME OFCOMPLETION Substantial Completion of Tukwila Fire Station #51 and associated areas further described in Appendix 1 of the Bid form shall be completed nolater than March 24th,202V Substantial, Physical and Final Completion Damages shall beassessed in accordance with Prime Contract Agreement between the GC/CM and City of Tukwila, located in the Specifications. TIME BOFTHE ESSENCE Time is ofthe essence for all work to be performed under this Contract. Contractors shall note that the Work must be completed within the time limit stated in the Contract Documents. BID GUARANTEE The Undersigned further agrees that the postal money order, certified orbank cashier's check mBid Bond (collectively "Bid Guarantee")payable to the GoCM,accompanying thispmposaLb|eft in escrow with the Owner; that its amount hthe measure ofliquidated damages which the Owner will sustain bythe failure ofthe Undersigned toexecute and deliver the above -named Contract and Bond, and that if the Undersigned defaults in executing and delivering that Contract and in providing the Bond and insurance documents within ten (10) calendar days of issuance of Notice of Intent to Award Contract, then the Bid Guarantee shall be forfeited to the Owner; but if this proposal is not accepted by the Owner within thirty (60) days of the time set for the opening of bids, or if the Undersigned executes and delivers said Contract, insurance documents and Bond, the Bid Guarantee shall bereturned tothe Undersigned. ADDENDA � Rece�tofaddenda numbered , throughxQj)' is hereby acknowledged, (Legal name of person, firm or corporatiodsubmitting bid) ��7-( � | ��7~ ~--. .~ .~ ` ^~ . Street Address �� hJ�� ^�/3] �� ��t�r\ (/TZ� Y`^�\ � � � wO Signed by �Vi A-tj City, State, Zip Title �n�'��7 �L���� ^~«- ^~—� ~--~ = 'v Telephone Contractor's License No. END 8FSECTION 000350,PART 1 BID FORM 0003504 BID BOND KNOW ALL BY THESE PRESENTS. That we. SCI Infrastructure, LLC of Seattle, WA (hereinafter called the Principal), as Principal. and North American Specialty Insurance Company (hereinafter called the Surety), as Surety are held and firmly bound unto Lydig Construction, Inc. (hereinafter called the Obligee) in the penal sum of Five Percent of Total Bid Amount Dollars ($ 5% Percent of Total Bid Amount for the payment of which the Principal and the Surety bind Menisci \7es, their heirsexecutorsadministrators. successors and assigns. jointly and severally. firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH. That WHEREAS. the Principal has submitted or is about to submit a proposal to the Obligee on a contract for Tukwila Fire Station #51, Bid Package 01 NOW, THEREFORE, If the said Contract be timely awarded to the Principal and the Principal shall, within such time as may be specifiedenter into the Contract in writing. and give bond, if bond is required. with surety acceptable to the Obligee for the faithful performance of the said Contract. then this obligation shall be void; otherwise to remain in full force and effect. Signed and sealed this 7th day of March . 2019 Witness { SCI Infrastructure, LLC (Seal) North American Specialty Insurance Company 6/ulie A. Craker Attorney -in -Fact S-0053/GEEF10199 SWISS RE CORPORATE SOLUTIONS NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS. THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Overland Park, Kansas, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Overland Park, Kansas, each does hereby make, constitute and appoint: THOMAS P. HENTSCHELL, BRADLEY A. ROBERTS, JULIE A. CRAKER, KAREN J. SMITH, and JOANNE RErNKENSMEYER JOINTLY OR SEVERALLY Its true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: FIFTY MILLION (S50,000,000.00) DOLLARS This Power ofAttorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 9th of May, 2012: "RESOLVED, that any two of the Presidents, any Managing Director. any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power ofAttorney and to attach therein the seal of the Company:. and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power ofAttorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." %mar, *0.9 . . .... SEAL 1973 446 N 011111111110 By Steven P. Anderson, Senior Vice President of Washington international Insurance Company & Senior 'Vice President or North Arntrican Specialty insurance Company Michael A. Ito, Senior Vic Presedece—Wt ol Vashington international insurance Company By & Senior Vice President of North American Specialty Insurance Company IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 19 day of JANUARY , 20 18 . State of Illinois County of Cook S S: North American Specialty Insurance Company Washington International Insurance Company On this 19 day of JANUARY , 20 18 before me, a Notary Public personally appeared Steven P. Anderson , Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Michael A. Ito . Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company, personally known to mewho being by me duly sworn acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. OFFICIAL SEAL M. KENNY Motor/ Public - State ul My Commission Papires 12104,2021 M. Kenny, Notary Public I, Jeffrey Goldberg , the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power ofAttorney given by said North American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this7 day of Or6K ,20f Jeffrey Goldberg, 'a lice President & Assistant Secretary of Washington International Insurance Company & North .Arncricut Specialty Insurance Company PCO NUMBER/REVISION: 050 / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: Pending - In Review TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #050 Project: 30125-43 - TFS#51 -GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #050: CE #098 - #250: CIVIL - New Curb Elevation Conflict with Existing Asphalt at South Entrance Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 FROM: 30125 - Tukwila Fire Station #51 - GCCM Prime Contract (18-001.1) Weston Blackburn (Lydig Construction, Inc. - Bellevue Off) 5/5 /2020 CONTRACT: CREATED BY: CREATED DATE: PRIME CONTRACT CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: TOTAL AMOUNT: None Amount Based No $23,430.35 POTENTIAL CHANGE ORDER TITLE: CE #098 - #250: CIVIL - New Curb Elevation Conflict with Existing Asphalt at South Entrance CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #098 -#250: CIVIL- New Curb Elevation Conflict with Existing Asphalt at South Entrance #250: CIVIL - New Curb Elevation Conflict with Existing Asphalt at South Entrance - Grind/Overlay Southcenter Parkway - Traffic Control - Pavement Markings ATTACHMENTS: RFI #250 Grind overlay pricinq R1.pdf RFI 250.pdf # Cost Code Description type. Amount. 31-001-99-- Earthwork & Utilities Grind/Overlay, TC, Striping Subcontractor $ 21,985.26 Subtotal: $21,985.26 Fee - Self Perform Work: 15.00 % 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. $ 989,34 GL Insurance: 0.75 %Applies to all line Item types. $ 172.31 P&P Bond: 0.75%.Applies to all line Item types, $ 173.60. B&O Tax: = 0.47%-Applies to all line. Item types. $ 109.84 Grand Total: $23,430.35. Date Owner Signature Lydig Construction, Inc. page 1 of 1 Printed On: 5/8/ 2020 11 :50 AM 13 ' . , ` /hu Nortlwe4t- Tukwila Fire Station #51 This lump sum breakdown includes the labor, equipment, LQ and materials bogrind and overlay per the clouded area onthe attached drawing. RF #250 LG igtottrookotoyokwookaoteeParkwayinggegoommingnenno lA Labor: Foreman TCS Laborer Flagger 1B Equipment: TCS Pickup PCMS Board Arrow Board Street Signs Rate/MH No. Hours / Day Days Subtotal: 78.30 1 4.00 1.00 313.20 55.23 1 8.00 1.00 441.84 57.49 1 4.00 1.00 229.96 50.22 3 8.00 1.00 1,205.28 Subtotal Labor: 2,790.28 Markup 15% 328.54 Total 2,518.82 Rate/ Hr No. Hours / Day Days Subtotal: 25.00 1 8.00 1.00 200.00 300.00 2 8.00 1.00 600.00 150.00 1 8.00 1.00 150.00 7.50 7 8.00 1.00 52.50 Subtotal Equipment: 7,002.50 Markup 15% 150.38 Total 7,752.88 1C Subcontractors Quantity UM Cost/Unit Subtotal: Lakeside Industries Grind/Overlay LS $ 13,250.00 13,250.00 Alternate Mobilization 1.00 LS 4,000.00 4,000.00 Raised Pavement Markers 42.00 EA 8.50 357.00 Cross Walk 160.00 LF 12.00 1,920.00 Stop Bar 58.00 LF 10.00 580.00 Arrows 2.00 EA 425.00 850.00 1D Materials Subtotal Subcontractor 16,957.00 Markup 8% 7,356.56 Total 78,373.56 Quantity UM Cost/Unit Subtotal: Total Additional Cost 1A-11:1 Subtotal Materials: Subtotal Items 1A-1D 20,749.78 Markup 7,835.48 $ 27 985 26 Kent Division lakesideindustries.com 18808 SE 256th St / Covington, WA 98042 ph: 253,631.3611 I fax: 253.630.2011 Washington Contatotor License No, LAKESI-274JD Grogan Contractor Liconso No, GCB 108542 Equal Oopoormity Employer PROPOSAL CONTRACT AGREEMENT To: Address: SCI Infrastructure, LLC 2825 S 154th St Seattle, WA 98188 Contact: Steve Raudenbush Phone: (206) 242-0633 Fax: (206) 242-0792 Project Name: Project Location: Tukwila Fire Station 51 - Additional Street Work Tukwila, WA Bid Number: Bid Date: 4/17/2020 Item Description Estimated Quantity Unit Total Price 2" Grind & Overlay Mobilization 1.00 LS 1.00 LS $13,250.00 $4,000.00 ACCEPTED: The above prices, specifications and conditions are satisfactory and are hereby accepted. Buyer: Signature: Date of Acceptance: CONFIRMED: Lakeside Industries - Kent Authorized Signature: Estimator: Craig Nickel (253) 631-3611 Craig.Nickel@lakesideindustries.com 5/7/2020 6:47:16 PM Page 1 of 1 LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RECEIVED ar 31 202C WEINSTEIN A+11 LLC RFI #250 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 CIVIL - New Curb Elevation Conflict with Existing Asphalt at South Entrance TO: DATE INITIATED: LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: TBD DRAWING NUMBER: C2.0 LINKED DRAWINGS: RECEIVED FROM: 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) Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) Emma Nowinski (Weinstein A+U) FROM: 03/31/2020 STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: Tom Pitman (Lydig Construction, Inc. - Bellevue Off) Weston Blackburn (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Open 04/07/2020 TBD Question from Weston Blackburn (Lydig Construction, Inc. - Bellevue Of) at 11:12 AM on 03/31/2.020 There is an elevation discrepancy between the new curb and existing asphalt pavement of Southcenter Parkway by the South Entrance to the site. The existing asphalt sits approximately 3" higher than the elevation of the new curb that was installed per plan. In order for these elevations to match, the curb will need to be removed and replaced to align with existing asphalt. Alternatively, the existing asphalt can be re -paved with slope to align with the new curb. Please provide direction on how to proceed. Attachments: RFI 250 - New Curb Elevation Conflict with Existing Asphalt at South pdf Awaiting an Official Response All Replies: Ac discu-ced ith Tom, it is necessary to remove and replace the curb and guttcr between thc curb return and the end of the now curb. Approx 75. M. Servizi 4/10/2020 Per further discussion, and as requested, the plan has changed. Retain the curb. Grind and overlay, 2" minimum across 2 lanes. This will provide adequate drainage to the curb. See attached C2.0 and C3.0. M. Servizi 4/17/2020 BY DATE COPIES TO Lydig Construction, Inc. Page 1 of 1 Printed On: 03/31/2020 11:12 AM , I rvememn ..•••11 • m I BtliLONO FF asn ..-, • 1 C.-"'' ennown rem., „ urw.d.r I ;. j ear omwa woca wrr ae.t. ,:orrot E - 3 • .."••••,, rome. / wet, merv, i=..0 SloPE 1.12."'"42, r.st .%1,„ 1•1106•41241•61.$41 6.4 mm11 L .9- , 1 .7, Inninnwk • nnnfpnnounnn Tukwila Fire Sta. SI it1,00.511 t.ab 1/11,301. ••}151ritlt - C2.0 WEI N ST E N A+U sulgramm \ ; Scalat 11 m201 i 1 Lam om/ mama moon ), • —1 P0600 tom. 1 mmsmm. am, um am mem C 7 .m,m4mmm1mm 1_ 1 m ammo nem =mom rm CURB RETURN TABLE 0) A R L STA PC LOCATION FLOW LINE ELEVATION STA PT LOCATION PC 1/4 1/2 3/4 PT 1 LA a. 13.73 19339.72 39.17. LT 31.66 31.61 3204 3131 32.68 19766,0. 01.94' LT 2 941 , 19.71 20.10.31. 13.0r LT 32.27 31.17 3101 31.66 31.63 10,17.30. 35 33. LT 3 31. 15. 23.6.1 11.88.01. 28.06. RI. 30.36 30.11 .30 30.36 30.67 27,63.39. 14.14' Al • N. JIM 32,7/.11, 1.6.36' RT 10.60 30.72 .13 30.07 29.03 22,17.36. .20 91. RI tam ammx momecum gra***LOVUU 1.11100.4114.1.1“ Tukwila Fire Siallon 51 13.067•1,/ 07.07 93,1316110331 momon 01.0.0111/0117/3 nt e11T- C3.0 :CO N:164,280.23 E:1, 287, 286.36 N:164,308.59 E:1,287,291,28 CITY OF '_'--''--' / ����� ������� d�������� ����, ���, CONTRACT — '— ' CHANGE _''_--'- ''_ —__ DATE: 4/16Q030 PROJECT NO.: 90830405 PROJECT NAME: PSP — Fire Station 52 BUDGET NO.: 305.98 CONTRACT NO.: 18-00 2(d AMENDMENT NO: 018 V/ 18-001N Council Approval N/A 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 inthe plans and specifications oOthis 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; R. The rights ofthe "Owne/ are notprejudiced; C.All claims against the "Owner" which are incidental hoorayaconsequence cf this change are waived; and D. The Contractor must submit all Field Overhead and Home Off ice Overhead Rates for approval inadvance Vfall change orders. CHANGE: See Attached Exhibit "A" We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposalis approved, that wn'will provide all equipment, furnish all materials, except oxmay otherwise bonoted above, and perform all services necessary for the work above specified, and will 'accept aSfull payment therefore the prices shown above and below. ACCEPTED: Date 4/17/2020 Contractor Lydig By Craig GreeneTitleVP of Operations Original Contract FG52(without tax) $18.O2B,2GOl0V ^ APPROVED BYTHE CITY OFTUKVVLA Previous Change Order FG52 $ 385,215.75 Dote This Change Order FS52 (without tax) $ 121,530.97 V By / � a�r REV. CONTRACT AMOUNT FS52 $ 1G�3G�0�73`� Original Contract TknoFG52: 521 days Additional Contract Time for this Change Order FS52:Udays \Updated Contract Time FS52: 521 days (Dec 17, 2020) Deputy City Administrator 80JProgram Director , 0'~~.— "'— ORIGINAL: City Clerk (1of Contractor (2 of:q mz Finance Department (w/»ncumbnanne Project ManagementFi|e PVVProject Finance File � // (11/2014) Exhibit 'A" C ANGE 0 ' 1ER CITY OF TUKWILA Project Name Project # TO CONTRACTOR: - SU A ' Y $ F C ANGE - PUBLIC SAFETY PLAN Fire Station 52 CO # 006 90830402 Contract # 18-001.2 ( r ) Date 4115/20 Lydig Construction 3180 139th Ave SE, Ste 110 Bellevue, WA 98005 COP/CCD # Description Reason Code Amount COP 056 CE #022 - SP - RFI #019: PRIORITY - Struct - Shotcrete Facing at Shoring Wall #1. Shotcrete design development including addition of rebar, shear studs, and clarification of shotcrete thickness. UFC $33,010.60 COP 056.1 CE #022.1 - RFI #019: PRIORITY - Architectural Facing at North Elevation of Shotcrete. Unforeseen condition of requiring additional formwork for top of shotcrete wall when lagging wall is removed. That was originally going to be used as the back form for the shotcrete. UFC $24,940.15 COP 059 CE #093 - RFI #177.1: Elec - App Bay Cord Drop Follow Up. Revision of cord drops as specified in the apparatus bay to cord reel/cord drop combinations suspended from unistrut assemblies and attached to structural steel per RFI 177/177.1. OC $16,612.60 COP 060 CE #094 - RFI #186: Civil - Unsuitable Soil Subgrade in Rear Apron. Removal of unsuitable soils in the rear apron following a major rain event on 12/20/19-12/21/19. The site received 4.67 inches of rain in 48 hours according to historical rain data. UFC $2,984.05 COP 062 CE #096 - RFI #243: Civil - Side Sewer Connections at North Property Line. Revision of side sewer connections at Richards and Kaur properties from a 90 degree connection per City of Tukwila standards to a 45 bend per detail submitted in RFI 243. UFC $3,069.30 COP 063 CE #097 - RFI #136: PRIORITY - Civil - Water Line Conflict with Existing Utilities. Revised water line connection at 65th Ave S due to existing gas and sewer utilities per RFI 136. UFC $3,484.94 COP 064 CE #098 - RFI 4097: Arch - Side Sewer Conflict with BF Spread Footing at GL 3.25 and F. Side sewer per Civils required to be relocated to avoid conflict with braced frame footing per Structurals (ref RFT 097). DC $1,372.65 COP 065 CE #065 - RFI #093: Arch/Elec - Reconfiguration of Electrical Room 105. Revised labor required due to Electrical redesign, including Saturday work to get caught up. DC $14,054.85 COP 066 CE #099 - RFI #224: Elec - Great Room Cord Chases. 2" conduit chase pass through for HDMI raceway in Great Room 224 per RFI 224. DC $800.37 COP 067 CE #100 - RFI #259: PRIORITY - Elec - Lighting Fixture Submittal Review Confirmation. Revision of light fixtures RL-7, SL-6, WL-4 and WL-7 to match manufacturer/model from Tukwila Fire Station 51 per submittal review comments and RFI 259. DC $2,718.67 Project Name Project # Fire Station 52 CO # 006 90830402 Contract # 18-001.2 ( r) Date 4/15/20 COP 068 CE #101 - RFI #198: Elec - Power Connection for Exhaust Fans 1-3. Addition of electrical connection to EF-1 from panel M per RFI 198. DC $4,938.59 COP 069 CE #102 - RFI #202: Civil - Unforeseen Layer of Asphalt at Comm Trench. Removal of an unforeseen layer of asphalt in the City of Tukwila parking lot during excavation of the trench of the communication vault per RFI 202. UFC $464.66 COP 070 CE #103 - RFI #158: Arch/Civil Generator Conflict with SD #8 Catch Basin. Relocation of generator pad resulting in additional excavation per RFI 158. DC $493.44 COP 072 CE #105 - RFI #155: Plumb - Exposed Vertical Plumbing in App Bay. The continuous steel beams at GL 4/7 had required MEP rough -in to route outside of the framed walls. In order to route the MEP, concealed/framed wall were added per RFI 155. DC $1,602.86 COP 073 CE #106 - RFI #221: Arch - Exposed Edges Insulation at North to South Roof Transition. The roof taper/slope resulted in exposed edges of roof insulation where the south roof slope was perpendicular and higher than the north roof slope, and vice versa. In order to protect the roof insulation and provide a warrantable installation, a partial height wall was added along GL 4 between the two roofs per RFI 221. DC $1,981.20 COP 074 CE #107 - RFI #248: PRIORITY - Arch - Roof Curbs for ODU 1 & 2. Addition of framed partial height walls for support of mechanical roof curbs above roofing insulation at ODU 1 & 2 per RFI 248. DC $1,240.51 COP 075 CE #095 - RFI #265: Arch - Tile Schluter Material Change (Submittal Review Comment). Revise schluter material from stainless steel to aluminum per submittal review comments and RFI 265, DC ($273.04) COP 076 CE #108 - RFI #263: Fire - Concealed Fire Sprinkler Heads for Levels 1 and 2 South. Revision of fire sprinkler heads to concealed heads per RFI 263. DC $1,103.38 COP 080 CE #119 - RFI #237: Arch - Fiber Cement Siding Specification at Deck 231. Revise specification for fiber cement siding from Hardie Board to Silbonet at Deck 231 elevations only per RFI 237. DC $6,336.07 COP 082 CE #I22 - Richard's Property Sewer Line Cleaning. On 2/29/2020, Lydig received a call that the Richard's property was experiencing a sewer blockage. Lydig dispatched Beacon Plumbing that day to clean out the side sewer line and restore the sewer to proper function. After further investigation, it was decided that the side sewer was installed per the contract documents and CoT standards. The side sewer connection will be revised per RFI 243. The costs submitted as a part of this change event/PCO are for Beacon Plumbings work to clear the sewer blockage. DC $1,766.86 COP 083 CE #120 - RFI #261: Arch - Elevator Penthouse Roof Detail. Revise the elevator penthouse siding detail from fiber cement siding to continuous Thermoplastic Polyolefin (TPO) roofing membrane per RFI 261. DC ($1,171,74) Lydig Change Order No. 006 $121,530.97 LYOIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #056 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #056: CE #022 - RFI #019: PRIORITY - Struct - Shotcrete Facing at Shoring Wall #1 TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 056 / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: Pending - In Review 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: 3/5 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $33,010.60 POTENTIAL CHANGE ORDER TITLE: CE #022 - RFI #019: PRIORITY - Struct -Shotcrete Facing at Shoring Wall #1 CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract is Changed As Follows) CE #022 - RFI #019: PRIORITY - Struct - Shotcrete Facing at Shoring Wall#1 Shotcrete design development including addition of rebar, shear studs, and clarification of shotcrete thickness ATTACHMENTS: PCO 056 - Combined Rev 1.pdf CE #022 - 19-11 TFS52 COP #028 - Dug out piles for RFI # 019.pdf #- Cost Code Description rypa Amount 1 03--001-99-- BP-03 - Structures Subcontractor CE#022-SP Subcontractor $ 27,617.65. 2 31--001-99- - Earthwork and Utilities subcontract COP#028 - RFI 019 Subcontractor $ 3,357.00 Subtotal: $30,974.65 Fee - Self Perform Work:. 16.0Q %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. $ 1,393.86 GL Insurance: 0.76% Applies to all lineitem types. $ 242.76 P&P Bond: 0.76% Applies to all line item types. $ 244.58 B&O Tax: = 0.47% Applies to all lino item types. $ 154.75 Grand Total: 533,010.60 Owner Signature Date Lydig Construction, Inc. page 1 of 1 Printed On: 4/10/ 2020 09 :06 AM LY I PCO #056-SP 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 Prime Contract Potential Change Order #056-SP: CE #022-SP - RFI #019: PRIORITY Struct - Shotcrete Facing at Shoring Wall #1 TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 056-SP / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: Pending- In Review FIELD CHANGE: No LOCATION: FROM: CONTRACT: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 1 - Tukwila Fire Station #52 - Self -Perform Prime Contract CREATED BY: Alex Carey (Lydig Construction, Inc. - Bellevue Off) CREATED DATE: 3/5 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING Amount Based METHOD: SCHEDULE IMPACT: PAID IN FULL: TOTAL AMOUNT: $27,617.65 No POTENTIAL CHANGE ORDER TITLE: CE #022-SP - RFI #019: PRIORITY - Struct - Shotcrete Facing at Shoring Wall #1 CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #022-SP - RFI #019: PRIORITY - Struct Shotcrete Facing at Shoring Wall#1 30130: Inland: Detailing of bentoseal at nelson stud penetrations through bentonite waterproofing 30130: Superior Gunnite COR 01/03: Revised shotcrete & access scaffold quantities (3,110 SF at 81 CY neat) ATTACHMENTS: CE #022-SP Morse CO#9.pdf COR 03 - Vertical Tooled Joints at Exterior Wall.pdf COP for RFI 019- Inland.pdf COR 01 - RFI 019 Shotcrete Facing at Shoring Wall.pdf # Cost Code Description Type Amount. 1 07--003-99-- Waterproofing Sub Inland COR RFI 019.(nelson stud detailing) Subcontractor $2,700.00 2 03--930-99- - Shotcrete Sub Superior Gunnite COR 01 Subcontractor $ 5,700.00 3 03--930-99--ShotcreteSub Superior Gunnite COR 03 Subcontractor. $ 1,300.00 4 03--902-99- - Rebar Sub Morse COR 09 Subcontractor $853:00 5 45--100-05- - Work. Order 05 Cut Steel Piles/Remove. Lagging/Chip CDF Labor $ 10,837.57 6 45--100-05- - Work Order 05 Steel Pile Removal - Consumables —Materials $ 900.00 7 45--100-05- - Work Order 05 Cut Steel Piles/Remove Lagging/Chip CDF Equipment $ 1,900.00 Subtotal: $24,190.57 Fee - Self Perform Work: 16.00%Applies -to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. $ 2,045.64 Fee - Sub Tier Work: 8.00% Applies to Subcontractor and Purchase Agreements. $ 844.24 GL.Insurance: 0.76%Applies to all line item types. $.203.10 P&P Bond: 0.76%Applies to all line item types. $ 204.63 Lydig Construction, Inc. page 1 of 2 Printed On: 4/10/ 2020 09 :04 AM LY PCO #056-SP B&O Tax: = 0,47% Applies to all line item types. $ 129.47 Grand Total: $27,617,66. Owner Signature Lydig Construction, Inc. Date page 2 of 2 Printed On: 4/10/ 2020 09 :04 AM COP Subcontractor Breakdown Summary Project Name: Tukwila Fire Station #52 Project No. 30130 Contractor: Lydig Document Reference: RFI 019 PCO: Date: 2./5/2020 Contractor Ref. No. COP 004 Description: Removal of steel piles and wood lagging at shoring wall #1 to eliminate exposed shoring, forming of shotcrete wall I. CRAFT LABOR COSTS Itemize all costs on attached COP Cost Breakdown form. Direct Labor Costs: a. crew (apprentices, journeymen, & laborers) $ 25,985.01 b. foreman $ - c. lead foreman $ _ DIRECT LABOR SUBTOTAL $ 25,985.01 Supervision: d. direct supervision (NTE 15% of la) 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 b. rental equipment 4. SMALL TOOLS a. small tools (NTE 3% of la & b) 5. OVERHEAD & PROFIT a. 15% on Materials (2) b. 15% On Labor, Equipment and Small Tools (1, 3, & 4) 6. SUB -SUBCONTRACTORS a. b. c. d. 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS a. NTE 6% for each sub 8. Insurance a. Insurance 9. Bond a. Bond 10. B&O Tax a. B&O Tax 4,206.25 $ $ 3,400 00 630.94 4,407.75 $ $ $ 1. CRAFT LABOR COSTS $ 25,985.01 2. MATERIAL COSTS $ 4,206 25 3. EQUIPMENT COSTS $ 3,400 00 4. SMALL TOOLS $ - SUBTOTAL 1 thru 4 33,591.3 5. OVERHEAD & PROFIT $ 5,038.69 6. SUB -SUBCONTRACTORS $ - 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS $ - 0.75 % of 1-7 $ 289.72 0.76 % of 1-7 0.47 % of 1-8 291.90 184.69 CE 022 SP - RFI 019 - Shotcrete Facing at Shoring Wall 91 (LCI COP 004).xlsx Page of 8. Bond $ 289.72 8. Bond $ 291.90 9. B&O Tax $ 184.69 TOTAL COST 39,396.26 Issued 3/5/2020 COP Cost Breakdown Project Name: Tukwila Fire Station#52 Project No. 30130 Contractor: Lydig PCO: 0 Date: 2/5/2020 Project. # COP 004 Description Quantity UOM labor Material Equipment Total Cost Productivity total hrs Cost Unit Amt Unit $ Cost Unit Amt: Unit $ Cost 03-124-06 Shotcrete - Form 1-Sided Wall 1058 SFCA $ 8.00 132.25 $ 11,475.33 33.06 $100.00 $ : -3,306.25:: $: - - $ -:. 14,781c58 $ _ 0.00 $ ;r $:: - $ 03-124-70 5htocrete- Strip 1-Sided Wall 1058 SFCA 25 42.32 $ 3,672.11: 0.00 $ ". -... 1.00 $1,500.00 $; -.1,500.00 $ C 5,172.11. $ ....... 0.00 $ '. $:. 45-100-05 Cut Steel Piles - 18 EA 0.5 36.00 $ 3,123.7r' 18>00 $50.00 $ 900.00 1.00 $1,500,00 $ 1,500.00 S 5,523.72 $ 0.0o $ $ $ 45-100-05 Remove Wood tagging 1058 Sr 20 $2,90 $ 4,590.13 105800 $ S $ 4,590,13 $ 0.00 $ $ s $ 45-100.05 ; Chip CDF at Piles for Laggin) Removal 18 EA 0.5 36.00 $ 3,123.72 1800 $ 1.00 < $400.00 $ : 400.00 $ 3,523,72 0.00 $ ". $ $ __.. $ -: S: - $ -:.. Total Cost of Work 299 $ 25,985 $ 4,206 $ 3,400 $- 3,400 $ 33,591 CE 022 SP - RFI 019 - 5hotcrete Facing at Shoring Wall 01(LU COP 004).xlsx Page of Issued 3/5/2020 Inland Waterproofing Services, LLC P.O. Box 2197, Renton, WA 98056 P.O. Box 2847, Hayden, ID 83835 REVISED ADDITIONAL PROPOSAL PER RFI 19 October 2, 2019 Lydig Construction ATTN: ALEX CAREY RE: TUKWILA FIRE STATION #52, TUKWILA, WA NOTE: Additional proposal based on Construction Set Drawings. Additional for nelson stud detailing at piles per RFI #19. Add cost to detail nelson studs at piles of North shoring wall #1, 24" on center per detail 4 / SH301 ADD $ 2,700.00 Add cost to supply and install Cetco Voltex DS Waterproofing and 15XP Drain Board at North shoring wall #1, mobilization included with contracted scope Excluded: ADD $-- 00700- • 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,'/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, c�fie��eoty Ouwacia Shelley ourada, Vice -President Inland Waterproofing Services, LLC Earning your trust, one project at a time" SUPERIOR GU UTE COMPANY AJTN: Alex Carey From: Michael Ricci Date: 9/30/ Q Re: RF|01GGhotoreteFacing otShoring Wall CHANGE ORDER REQUEST: 01 Dear Alex, This letter istoprovide official notification ofocontract change aafollows: Revised uhntcnate&access scaffold quantities (3,11OSFat 81CYneat) and sequencing associated with RF|01S8hotcreteFacing stShoring Wall. Assumes top o[wall P1&P7are sloped (not stepped). GC to brace vertical reinforcing at bottom of facing wall without footing with clobies tnprevent sagging. Standard scope clarifications tnapply. Per the terms and conditions of our contract, we may be required to commence and/or have performed this work prior tothe issuance ofowritten Change Order and considers the terms, conditions,formulation and pricing ofthis CORhobaaccepted and agreeable bySUPERIOR Q|L0V7Eand LYD/G`byvirtue and receipt pfthis correspondence; unless notified inwriting within 5 days of receipt of this COR. The right to recover impact costs is reserved. We request the issuance ofaChange Order for this extra work bythe next Billing Cycle. Please contact the undersigned with any questions and/or discrepancies you may have. Total Extension ofProposed Change hzContract Additional days 0 days AoknovvhedQad/Acoaptadb«: Print Name: Signed: Data: Thank you, Michael Ricci SUPERIOR 8]3S.Director St,, Seattle, W&98l08 (200) 02'5443 Micham[Jliuci@shoto,etrzom 940Doolittle Drive, San Leandro, CA94577 Phone: (510) S6D'8Il2Fax: (S10)568'16O1 l23n6Van Nuys Blvd, Lakeview Terrace, CA 91342 Phone: (818)D96'9l99Fax: (8IO)Q96-6699 ���� ����, SUPERIOR GU NTE CO PA Y AJ7N: Alex Carey From: Michael Ricci � Date: 11/14/ 9 Re: Vertical Tooled Joints atExterior Wall _ � �� --'--'---- ORDER REQUEST: �� -- Dear Alex, This letter is to provide official notification of a contract change as follows: Addition ofvertical control joints sdapproximately 15,opadngsdtheextehorwa||'hand1oo|edto1^de[th with 3/8" or 1/2" radius. GC. To provide layout for control joint locations prior to installation of control wires. Per the terms and conditions of our contract, we may be required to commence and/or have performed this work prior to the issuance of a written Change Order and considers the terms, conditions, formulation and pricing of this COR to be accepted and agreeable by SUPERIOR GUNITE and L YDIG, by virtue and receipt of this correspondence; unless notified in writing within 5 days of receipt of this COR. The right to recover impact costs is reserved. We request the issuance ofoChange Order for this extra work bythe next Billing Cycle. Please contact the undersigned with any questions and/or discrepancies you may have. Total Extension ofProposed Change to Contract Additional days Odayo Acknowledged/Accepted by: Print Narna- GigDed: Thank you, Michael Picci SUPERIOR GUNITE 833 S.Director Qt., Seattle, WA98|08 (206)612-5443 °ww.obotcn:m.com Mixb;nlJ0cci��ohntmrote.ovnu 940Doolittle Drive, San Leandro, Q\94577'Phone: (5IU)568'8lIZFax: (510) 568'1601 12306 Van Nuys Blvd, Lakeview Terrace, Gu 91342 ' Phone: (810896'9199 Fax: (810896'GG99 �� C �� ���� ������x����� ��r������ PROJECT: Tukwila Fire Station #5I ]O8#: 4600 ATTN: Lydig Alex Carey REFERENCE: EVVO46OO'J562 DESCRIPTION: Per Don Lehman'srequest, Morse extended, cut and finished shutcreteretaining wall. Work includes splice bars and cut infield to make wall complete. RF101/9 - ShOtOret8Wall Design # DESCRIPTION QUAN. UNIT PRICE EA SUB TOTAL ITEM #I REBAR3UPPLY ' LB3. $ $ ' |TBN#Z RE8ARPL4[|NG 8.0 HOURS $ 88 $ 704 ITEM #3 DETAILING /P.KX. 0.5 HOURS $' 75 $ 38 ITEM #4 DELIVERY ALL $ ITEM #5 PTMATERIAL ALL , $ $ ' ITEM #6 PT PLACING ' HOURS $ 88 $ ' ITEM #7 STUDRA[LSALL $ ' ITEM #8 MESH ' SHEETS $ ' ITEM ITEMW1ESH PLACING HOURS $ 88 $ - ITEM #10 MISC. COST ALL $' SUBTOTAL (ITEMS #l'#lU) $ 742 1S96PROFIT &OVERHEAD $ ill . ~~ .~~ ~~_S" $ =53 Please sign your acknowledgement and acceptance of this change order. This form is required Signature .;„ , 7;11:30:1 CONTRACTOR DATE I /— * WORK TO BE PERFORMED (CHECK APPROPRIATE BOXES [)(-1 TIME AND MATERIALS [ J PREMIUM TIME [ ] STAND BY OTHER EXTRA WORK ORDER ..1013 NAME JOB NUMBER _17/ 62... —25€2 EXTRA WORK LOCATION ZONE # S 1,() AT GRIDS & AT ELEV CONTRACTOR'S COMMENTS DESCRIPTION OF WORK Pe P/.31.-„a 4- WLIL • C.— •C-) _ 1"::)Ct t'ke-A C- (Yfr, pi • 4-4_ PRE -AUTHORIZED BY: DATE EMPLOYEE'S NAME REG. HRS (Office Use) RATE 0.T. (Office Use DJ, Office Use) HRS RATE HRS RATE I//2 6 Ke, vi vl .e.--i- I, 3.,e_4ey,S this document, Lydl 0.. •,-• • • - 0 R, . This acknowled ement de* MI ' Lydig's agreement that . . MI . If t it 11111111111111111111111 1111111111111 —vi.. V - " . .. : ; h6n iits 11111 • ,, . . 0 ptovide 0'1 I". 010 d the cent; ... . • • .i., airff. - • HORIZED AND THE ABOVE H Conlractor SIVIDE.171 APEA0.rxt,roCe: 4.J rii CI 1,1 Wt.// re- COP 1' MOR.f.71,7 YE.21..1.C1Vv - .••••,., • • Om I tst) RS AR REC vs,-- -,‘„ws+:1• 101412019 10:51 AM Subcontractor CP Breakdown Summary Tukwila Fire Station 52 Project No. 30129-43 SUBCONTRACTOR: PELLCO Construction, Inc. PELLCO dug out piles and lagging to be cut per RFI DESCRIPTION OF WORK: 19 I. SUBCONTRACTOR'S DIRECT WORK Cost Event #: CP #: Document #: RFI-is 28 Date: 10/31/19-11/1/19 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) 1,6 8 1,240 D. 2,858 II. SUBTIER SUBCONTRACTORS G. Subtler Subcontractor Cost 1) 2) 3) 4) (Subcontractor Estimates Attached) H. Subtotal Subcontractor Costs Direct Cost Fee - $ III. FEE Breakdown Per Contract A. Fee on Direct Work (Item E) 15% 429 B. Fee on Subtler Subcontractor Direct Costs (Item H) 8% IV. SUBTOTAL V. TOTAL VI. UNIT PRICE TOTAL SUBTOTAL (Total of Parts I, II, III Above) Liability Insurance (1.15%) Bond Costs (1.0%) TOTAL (Total of Parts I, II, III, IV Above) TOTAL $ 3,287 38 33 3,357 COP Cost Breakdown Project Name: Tukwila Fire Station 52 Project No. 30129-43 Contractor: PELLCO Construction, Inc COP Number: 28 Date: 10/31/19-11/1/19 Contractor Ref. No. Description Quantity Unit Type Labor Material Equipment Total Unit $ Cost Unit $ Cost Unit $ Cost Cost EWO 5121 - - - - Operator 5 HR $77.05 385.25 - - 385.25 308 Excavator 5 HR - - $70.43 352.15 352.15 Laborer 5 HR $61.67 308.35 - - 308.35 $ - - - - EWO 5122 - - - - Operator 5 HR $77.05 385.25 - - 385.25 308 Excavator 5 HR - - $70.43 352.15 352.15 Operator 3 HR $77.05 231.15 - - 231.15 336 Excavator 3 HR - - $178.44 535.32 535.32 Laborer 5 HR $61.67 308.35 - - 308.35 $ - - - $ - - - - $ - _ - . $ ' _ . - $ - .. - _ $ - - - _ $ - - - . $ - - - _ . - - _ $ - - - _ $ - - - _ $ - - - _ $ - - - _ $ _ _ - _ $ - ... - _ $ - - - _ $ - - - _ $ - - - _ $ - - _ $ - - - _ $ - - - _ $ - - - _ Freight/Delivery Costs $ - - - $ - - - _ $ - - - _ $ - - - _ $ - - - _ Labor Subtotal 1,618.35 - $ 1,239.62 Foreman - - Lead Foreman - - Noncraft Labor - - Total Cost of Work 1,618.35 I $ - .1 I $ 1,239.62 2,857.97 19-11 TFS52 COP #028 Dug out piles for RFI # 019 Page of Issued 11/22/2019 Project Name: Project No: Contractor: COP Wage Rates Tukwila Fire Station 652 30129-43 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 $ 45.60 40.36 41.13 1. Hourly Wage Rate 49.00 6 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 0.59 0.60 .. - - - _ 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 3.78 2.72 2.90 2.90 2.72 2.90 TOTAL (incl. payroll taxes) 81.16 $ 77.05 61.67 71.16 2.72 2.90 2.90 2.72 2.90 Overtime @ 1.5x OVERTIME RATES CALCULATE AUTOMATICALLY Slowly ,P,Iag a S 73 50 S 68 25 $ SO 54 $ 61 70 3 2 $, „ $ 3 er8,l'its $ 21,22 3 21.22 2 12.08 3 20,40 2 - . -,-- .., s s' _ ,„ , Subtotal $ 94.72 S 89.47 $ 72.62 $ 82.16 9 - S - $ - $ - ras.is.; Lirsss 3-6 5 10.35 $ ,.) 61 2 8.53 0 8 09 S ..., ,. 2 - 8 , , ., . _ WC 3 4.03 2 2 92 $ 3.55 $ 3.28 2 2.72 8 2 00 $ 2 00 Si 2 72 S 2.90 rota! 109.10 103.00 $ 84.70 94.02 S 2.72 $ 2.90 $ 2.90 S 2.72 3 2.90 Double Time ,,:(1-'!? 2x DOUBLE TIME RATES CALCULATE AUTOMATICALLY Hi,.,,,.;,,., VVo:cle. S 98 03 S 91 03 $ 80.72 S 82.25 3 - 2 S $ S Senefits S 2'1 22 S 21 22 8 12.08 8 20 ,83 2 . 8 • • ., - S 2 0, _ Subtotal $ 119.22 5 112.22 S 92.90 102.72 $ . - '3 - $ - 3 - riixes. Unas 383 $ 13 80 5 12.9'i $ 11,37 $ 11.59 $ $ 3 .'; - $ 88Cf P FMAL/SICK 3 4.03 3. 3 82 $, 3.55 $ 3.28 8 2.72 8 2 90 S 2 00 $ 2 72 2 2.90 Total 137.05 $ 128.95 $ 107.72 113.08 3 2.72 $ 2.90 2.90 2.72 3 2.90 OT Premium Portion Only 8 27 95 S 35.55 23 02 2 28 46 8: 8 S 0 , DT Premium Portion Only 8 55 90 2 51 91 $ 48.04 $ -15 92 8 $ 8 8 8 - Form Revised 3/19/2009 Issued 11/22/2019 COP Equipment Rates Project Name: Tukwila Fire Station 52' Project No: 30129-43 Contractor: PELLCO A Equipment Description & Specifications (incl. Attachment Description, if applicable) 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 Equipment G Blue Book Monthly Rate for Attachment H Hourly Rate = (F + G) / 176 x Regional Adj. $ 26.96 1 Hourly Operating Cost J Total Hourly Rate = H + EXCAVATOR 304 $ 2,441.12 $ 2,303.84 $ 12.52 $ 39.48 EXCAVATOR 308 $ 5,783.36 $ 2,303.84 $ 4595 $ 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 $ 3240 $ 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 $ $ $ $ $ ' $ - $ G $ $ $ $ $ - $ - $ $ - $ $ $ $ $ $ - $ $ $ $ $ $ $ $ $ - $ $ - $ $ $ Revised 3/19/2009 Issued 11/22/2019 consTuCion, inc CONTRACTOR'S NAME L. vd JOB NAME WORK AUTHORIZATION FORM # 13036 BEVERLY PARK ROAD MUKILTEO, WA 98275 (425) 265-7211 FAX (425) 265-7215 OUR JOB NO. I `J—If DATE /0 3f THIS IS TO AUTHORIZE WORK TO BE PERFORMED AS: (CHECK ONE) EXTRA WORK TO OUR CONTRACT: STRAIGHT TIME RATE OVERTIME RATE PREMIUM TIME ONLY DESCRIPTION OF WORK: f Vtt Pat 0 7 S In1 cE foal iN 4 1,45 a/44/Ep INC IS HEREBY AUTHORIZED 0 TIME AND MATERIALS CONTRACTOR'S P.O. NO. CONSTRUCTION, PE CO CON PROCEED WITH THE WORK AS DESCRIBED: t t #5I2L /5LA LaIAS AUTHORIZED BY: CONTRACTOR a! ��rrzS 3'( 8£ww 20 t t-cr`tt s�+► By signing document, Lydig Construction is acknowledging that the resources listed were •. Tf acknowledgement d • e Lyd;g's agreement that this work is an tv uxtra the suLcontiact, unly that t e resources were used and work was performed. If the 5+"bdontractor boil ». c this ;s work art -extra tti , i It remains the subcontractor's duty !o provide due notice ner the subcontract 2nr, ♦h- �nrirnr6 THE DESCRIBED W SIGNED and request a chance directive E ABOVE HOURS ARE CORRECT: consTuc T ion, inc CONTRACTOR'S NAME WORK AUTHORIZATION FORM # 13036 BEVERLY PARK ROAD MUKILTEO, WA 98275 (425) 265-7211 FAX (425) 265-7215 OUR JOB NAME JOB NO. JG7 1 I I DATE THIS IS TO AUTHORIZE WORK TO BE PERFORMED AS: (CHECK ONE) EXTRA WORK TO OUR CONTRACT: STRAIGHT TIME RATE OVERTIME RATE PREMIUM TIME ONLY DESCRIPTION OF WORK: TIME AND MATERIALS CONTRACTOR'S P.O. NO. PELLCO CONSTRUCTION, INC IS HEREBY AUTHORIZED TO PROCEED WITH THE WORK AS DESCRIBED: AUTHORIZED BY: CONTRACTOR r , 3 1- S ?A' sl• a1is w merit, Lydig Construction ging that the resources listed were This acknuwiedgement does not e Lydig's agreement that this work is an + do tho subcontract, only that the iesuurce5 were used and work was performed. If the s°its^!rec^tor believec this V%D,'.; is al thCrn it cAra remains the subcontractor's d,ty tr.) nrc,vode due pr the slihrn 1rar► - r i " 9 -0;ltract THE DESCRIBED WO ,notica uments, and request a c, -,rIc.»» directive, = µ . ,,-. N ptBili • RE I • ;•,I ent. HE ABOVE HOURS ARE CORRECT SIGNED TE 1 f' SIGNED R rr UC LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #056.1 Project: 30129-43 TFS#52 GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 42588/2903 Prime Contract Potential Change Order #056.1: CE #022.1 - RFI #019: PRIORITY - Architectural Facing at North Elevation of Shotcrete TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 056.1 / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: Pending - In Review 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: 4/10 /2020 PRIME CONTRACT #006 - Change Order #6 CHANGE ORDER: FIELD CHANGE: No LOCATION: ACCOUNTING Amount Based METHOD: SCHEDULE IMPACT: PAID IN FULL: TOTAL AMOUNT: No $24,940.15 POTENTIAL CHANGE ORDER TITLE: CE #022.1 - RFI #019: PRIORITY -Architectural Facing at North Elevation of Shotcrete CHANGE REASON: Existing Condition POTENTIAL CHANGE ORDER, DESCRIPTION: (The Contract Is Changed As Follows) CE #022.1 - RFI #019: PRIORITY - Architectural Facing at North Elevation of Shotcrete Per change order review comments, shotcrete formwork has been incorporated into a new CE/PCO. Unforeseen condition of requiring additional formwork for top of shotcrete wall when lagging wall is removed that was originally going to be used as the back form for the shotcrete ATTACHMENTS: PCO 056.1 - Combined Rev 1:Ddf 8 Cost Code Description Type Amount 03--001-99-- BP-03 - Structures Subcontractor PCO 056.1-SP Subcontractor $23,401.94 Subtotal: 923,401.94 Fee - Self Perform Work: 16.00%Applies to Labor, Materials, Equipment, Other, Overhead and Profit,. and Unwritten Sub'slPA's. $.0.00 Fee - Sub Tier Work: 4.60%Applies to Subcontractor and Purchase Agreements. $ 1,053.09 GL insurance: 0.76% Applies to all line item types. $ 183.41 P&P Bond: 0.76% Applies to all line item types. $.184,79 B80 Tax: = 0.47%Applies to all line item types. $116.92 Grand Total: 624,940.16 Owner Signature Date Lydig Construction, Inc. page 1 of 1 Printed On: 4/16/ 2020 03 :41 PM LY L PCO #056.1-SP 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 Prime Contract Potential Change Order #056.1-SP: CE #022.1-SP - RFI #019: PRIORITY - Architectural Facing at North Elevation of Shotcrete TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 056.1-SP / 0 REQUEST RECEIVED FROM: STATUS: Pending - In Review REFERENCE: FIELD CHANGE: No LOCATION: SCHEDULE IMPACT: FROM: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 1 - Tukwila Fire Station #52 - Self -Perform Prime Contract CREATED BY: Alex Carey (Lydig Construction, Inc. - Bellevue Off) CREATED DATE: 4/10 /2020 CONTRACT: PRIME CONTRACT None CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: Amount Based No TOTAL AMOUNT: $23,401.94 POTENTIAL CHANGE ORDER TITLE: CE #022.1-SP - RFI #019: PRIORITY -Architectural Facing at North Elevation of Shotcrete CHANGE REASON: Existing Condition POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) Per change order review comments, shotcrete formwork has been incorporated into a new CE/PCO. Unforeseen condition of requiring additional formwork for top of shotcrete wall when lagging wall is removed tha back form for the shotcrete ATTACHMENTS: PCO 056.1-SP Combined Rev 1.pdf as originally going to be used as the Cost Code Description Type Amount 1 03--124.06- - Shotcrete- Form 1-Side Wall Shotcrete - Form 1-Sided Wall (L) Labor $ 11,475.33 2 03--124-06- - Shotcrete - Form 1-Side Wall Shotcrete - Form 1-Sided Wall (M) Materials $ 3,306.25 3 03--124-06-- Shotcrete - Form 1-Side Wall Shotcrete - Strip 1-Sided Wall (E) Equipment $ 1,500.00 4 03--124-70- - Shotcrete - Strip 1-Sided Wall Shotcrete - Strip 1-Sided Wall (L) Labor $ 3,672.11 Subtotal: $19,953.69 Fee - Self Perform Work: 16.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub'sIPA's, and Project Contingency. $ 2,993,05 Fee - Sub Tier Work: 8.00% Applies. to Subcontractor and Purchase Agreements. $ 0.00 GL insurance: '0.76 % Applies to all line item types. $ 172.10 P&P Bond: 0.76%Applies to airline item types. $ 173.39 B8O.Tax:=0.47%Applies toall line item types. $ 109.71 Grand TotaL:. $23,401.94 Lydig Construction, Inc. page 1 of 2 Printed On: 4/16/ 2020 03 :38 PM LY PCO #056.1-SP Owner Signature Date Lydig Construction, Inc. page 2 of 2 Printed On: 4/16/ 2020 03 :38 PM COP Subcontractor Breakdown Summary Project Name: Tukwila Fire Station #52 Project No. 30130 Contractor: Lydig Document Reference: RFI 019 PCO: Date: 2/5/2020 Contractor Ref. No. COP 004 Description: Removal of steel piles and wood lagging at shoring wall #1 to eliminate exposed shoring, forming of shotcrete wall 1. CRAFT LABOR COSTS Itemize all costs on attached COP Cost Breakdown form. Direct Labor Costs: a. crew (apprentices, journeymen, & laborers) $ 25,985.01 b. foreman $ - c. lead foreman $ - DIRECT LABOR SUBTOTAL $ 25,985.01 Supervision: d. direct supervision (NTE 15% of la) 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 b. rental equipment 4. SMALL TOOLS a. small tools (NTE 3% of la & b) 5. OVERHEAD & PROFIT a. 15% on Materials (2) b. 15% On Labor, Equipment and Small Tools (1, 3, & 4) 4,206.25 3,400.00 630.94 4,407.75 6. SUB -SUBCONTRACTORS a. b. $ - e. $ - d. $ - 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS a. NTE 6% for each sub $ 8. Insurance a. Insurance 9. Bond a. Bond 10. B&O Tax a. B&O Tax 0.75 % of 1-7 0.75 % of 1-7 0.47 % of 1-8 1. CRAFT LABOR COSTS $ 25,985.01 11664.45 $ 4,206.25 3. EQUIPMENT COSTS $ 3,400.00 4. SMALL TOOLS $ SUBTOTAL 1 thru 4 33,591.3 5. OVERHEAD & PROFIT $ 5,038.69 6. SUB -SUBCONTRACTORS $ 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS $ 289.72 8. Bond $ 289.72 291.90 8. Bond $ 291.90 184.69 9. B&O Tax $ 184.69 TOTAL COST 39,396.26 CE 022 SP - RFI 019 - shotcrete Facing at Shoring Wall 91 (LCI COP 004).xlsx Page of Issued 4/14/2020 COP Cost Breakdown Project Name: Tukwila Fire Station #52 Project No. 30130 Contractor: Lydig PCO: 0 Date: 2/5/2020 Project. # COP 004 Description Quantity UOM Labor Material Equipment Total Cost Productivity total hrs Cost Unit Amt Unit$ Cost Unit Amt Unit$ Cost. 03-124 06 Stratcrete-Form 1-Sided Wa1} 1058 SECA $ 8.00 132.25 $ 11,475.33: 33.06 $100.00 $ 3,306.25 $ $ 14,78158' $ 0.00 $ $'. '' $ - 03-124-70 Shtocrete-Strip 1•Sided Wali 1058 SFCA 25 42.32 $ 3,672.11. 0.00 $ 1.00 $1,500.00 $ 1,500.00 $ S,172.11 $ 0.00 $ 45-100-05 Cut Steel Piles 18 EA 0,5 36.00 $ 3,123.72:. 18,00 $50.00 $ 900.00 1.00 $1,500.00 $- 1,500.00 $-.5,523,72 $ 0,00 $ '': $ - $ 45-100-05 Remove Wood Lagging 1058 SF 20 52.90 $ ;. 4,690.13: 1058.00 $ -.. $> - $ 4,590.13.. $ - ::: 0.00 $ 45-100-05 Chip CDF at Piles for Lagging/Steel Removal 18 EA 0,5 36.00 $ 3,123.72 18.00 $ - < 1.00 $400.00 $: 400.00 $ 3,523.72 $ 0,00 $ -.... $-. $ $ _ $ Total Cost of Work 299 $ 25,985 $ 4,206 $ 3,400 $ 3,400 $ 33,591, CE 022 SP - RFI 019 - Shotcrete Facing at Shoring Wall H1(LCI COP 004).alsa Page of Issued 4/14/2020 LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #059 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone:3609072459 Fax: 4258812903 Prime Contract Potential Change Order #059: CE #093 - RFI #177.1: Elec - App Bay Cord Drop Follow Up TO: PCO NUMBER/REVISION: REQUEST RECEIVED FRO STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 059 / 0 Pending - In Review 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: 3/13 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING Amount Based METHOD: PAID IN FULL: TOTAL AMOUNT: $16,612.60 No POTENTIAL CHANGE ORDER TITLE: CE #093 - RFI #177.1: Elec - App Bay Cord Drop Follow Up CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #093 - RFI #177.1: Elec - App Bay Cord Drop Follow Up Revision of cord drops as specified in the apparatus bay to cord reel/cord drop combinations suspended from unistrut assemblies and attached to structural steel per RFI 177/177.1 ATTACHMENTS: CE 093 - COR010:pdf # Cost Code Description Type Amount 1 26--001-99- - BP-11 - Electrical Subcontractor COR010 Subcontractor $ 15,588.00 Subtotal: S15,588.00 Fee - Self Perform Work: 16.00"/ Applies to Labor, Materials, Equipment, Other, Overhead and Profit, and Unwritten Sub'slPA's. $ 0.00 Fee • Sub Tier Work: 4.50% Applies to Subcontractor and Purchase Agreements. $ 701.46 GL Insurance: 0.76 Applies to all line Item types. $ 122.17 P&P Bond: 0.76 % Applies to all line Item types. $ 123.09 B&O Tax: = 0.47 % Applies to all line Item types. $ 77.88 Grand Total: 616,612.60 Owner Signature Date Lydig Construction, Inc. page 1 of 1 Printed On: 3/13/ 2020 04 :10 PM PACIFIC COAST ELECTRICAL CONTRACTORS, INC. 16620 North Road * Bothell, Washington 98012-5908 TEL (425) 741-2700 * FAX (425) 741-2600 March 9, 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# 0 CCD# 0 RFI# 177.1 PCEC RFI# 000 PCEC COR# 010.0 Dear Kiel 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 $15,588 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 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 0 days added to our schedule after receipt of written approval and required material products ibr this change to our scope of work. 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 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 Drisc Project Manager Enclosures: ( 4 ) worksheets PeEe Pacific Coast Electrical Contractors, Inc. Sub Contractor Breakdown Summary Project Name: Tukwila Fire Station 52 COP# 0 PCEC Job No.: 19066 PCEC COR# 010.0 Work Pricing for addition of 30amp Cord Drop reels. Credit for Cord Date: 3/9/2020 Description: drops. CCD# 00 RFI# 177.1 (includes payroll taxes & burden) PCEC RFI# 000 a. craft labor costs from breakdown $ 92.98 35.81 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 $ 3,329.61 1. CRAFT LABOR COSTS Supervision d. direct supervision 0% (of direct labor) e. safety 0% (of labor) f. travel (if applicable, itemize) parking 1. CRAFT LABOR COSTS 3,329.61 2. MATERIAL COSTS a. scheduled material $ 2,274.83 d. permits b. quoted material $ 6,912.72 e. dumpster $ c. freight $ f. coordination drawings $ 2. MATERIAL COSTS $ 9,187.55 3. EQUIPMENT COSTS a. owned equipment (spec approved source) 30' Scissor Lift $ 640.00 b. rental equipment (per invoices attached) - $ 3. EQUIPMENT COSTS 640.00 4. SMALL TOOLS a. small tools 0% (of direct labor) 5. OVERHEAD AND PROFIT a. b. 6. SUBCONTRACTORS a. b. c. d. 15% overhead & profit of 1 15% overhead & profit of 2, 3 & 4 7. 0 & P ON SUBCONTRACTORS a. 0% overhead & profit of 6 4. SMALL TOOLS 5. OVERHEAD 8 PROFIT 1,973.57 $ $ 6. SUBCONTRACTORS 7. 0 & P ON SUBS 8. INSURANCE/TAXES a. volume driven liability insurance 1.00% (of 1 through 7) $ 151.31 b. Bonding 2.00% (of 1 through 7) $ 305.64 c. State B&O Tax 0 (of 1 through 7) d. City B&O Tax 0 (of 1 through 7) B. INSURANCE 456.95 9. O& P ON INSURANCE/TAXES a. 0% portion of 8 9. O& P ON INS / TAX TOTAL COST 1 THRU 8 15,588.00 Job Name: FS#52 Tukwila Job Number: 1429 Extension Name: COR [Items and ByProducts] Material Filter: <None> Report: COR 2/1 Label Set: Combined, Combined, Combined, Combined, Combined 769 10/3 SO CORD 782 SO 1/2" .250-.375 CORD CONN Courtesy of McCormick Systems Inc. -224.00. $1,676.51 M ($432.86) ($375.54) -8.00 $716.46 C ($57.32) ($432.86) E -10.29 -8.29 -2.00 -10.29 Page 2 3/6/2020 4:43 PM Job Name: FS#52 Tukwila Job Number: 1429 Extension Name: COR 'Iterh # Item Name I Quantity [Items and ByProducts] Price Ext Price Labor Material Filter: <None> Report: COR 2/1 Labor E)ct Label Set: Combined, Combined, Combined, 3,672 3/8" ALL THREAD 3,972 3/8-16 X 1 CAP SCREW 4,278 3/8 X 1-1/2" FENDER WASHER 4,313 3/8 LOCK WASHER 4,366 1/4"x2-1/4" SLEEVE ANCHOR 4,552 3/8" WASHER 4,560 3/8" NUT 4,651 3/8-16 STEEL ROD HANGER VE 4,748 1-5/8" X 48"L SLOT STRUT CHI 4,761 12" L CHNL BRACKET 4,778 3/8" STRUT SQ WASHER 4,781 3/8" STRUT NT SQ WASHER-N 4,798 3/8" SPRING NUT 47,057 1 HOUR LABOR (MISC.) Combined, Combined 10.00 $299.39 C 32.00 $12.35 C 32.00 $106.66 C 32.00 $5.19 C 32.00 $107.05 C 32.00. $93.36 C 32.00 $31.88 C 32.00 $181.32 C 16.00 $1,202.26 C 32,00 $5,965..24 C 32.00 $247.66 C 32.00 $386.78 C 32.00 $69.34 C 24.00 $0.()0 X $2,707.69 $29.94 $3.95 $34.13 $1.66 $34.26 $29.88 $10.20 $58.02 $192.36 $1,908.88 $79.25 $123.77 $201.39 $0.00 $2,707.69 Q)13(5) rUa,) cli71 2,S0 Ty)) etb 23k) E 46.10 1.40 0.90 0.22 0.22 5.12 0.22 0.90 2.56 3.84 3.20 0.80 0.80 1.92 24.00 46.10 Courtesy of McCormick Systems Inc. Page 2 3/6/2020 4:36 PM To: PACIFIC COAST ELECTRICAL 16620 NORTH ROAD BOTHELL WA 98012-5908 Attn: SCOTT DRISCOLL Phone: 425-741-2700 Fax: 425-741-2600 Email: aracht@pcec.com 1919 SIXTH AVENUE S SEATTLE WA 98134-1610 Phone: 206-701-2600 Fax: 206-701-2919 Date: Proj Name: GB Quote #: Release Nbr: Purchase Order Nbr: Additional Ref# Valid From: Valid To: Contact: Email: Proposal We Appreciate Your Request and Take Pleasure in Responding As Follows 03/06/2020 0234904376 03/06/2020 04/05/2020 JORGE PEREDA jorge.pereda@graybar.com Item Item/Type Quantity Supplier leo 8 EA K&H IND Catalog Nbr RTFH3L- INVVB1OK Description Price Unit Ext.Price $864.09 1 $6,912.72 Total in USD (Tax not included): $6,912.72 This equipment and associated installation charges may be financed for a low monthly payment through Graybar Financial Services (subject to credit approval). For more information call 1-800-241-7408 to speak with a leasing specialist. To learn more about Graybar, visit our website at www.graybar.com 24-Hour Emergency Phone#: 1-800-GRAYBAR Subject to the standard terms and conditions set forth In this document Unless otherwise noted,freight terms am F.O.B. shipping point prepaid and bill. Unless noted the estimated ship date will be determined at the time of order placement. Page 1 of 2 LY D I G Lydig Construction, Inc, 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #177 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Elec- App Bay Cord Drop Receptacle Clarifications TO: Emma Nowinski (Weinstein A+U) Lauren Rock (Weinstein A+U) Thayer Wild (Weinstein A+U) DATE INITIATED: 01/24/2020 LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: TBD DRAWING NUMBER: LINKED DRAWINGS: RECEIVED FROM: 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) Scott Driscoll (PACIFIC COAST ELECTRICAL) FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: David White (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Closed on 02/13/20 01/31/2020 TBD 26 27 26 - Wring Devices Question from David White (Lydig Construction, Bellevue Of) at 02:36 PM on 01/24/2020 This RFI pertains to the Cord Drops in the App Bay referenced on E302N and in 262726-2.7A. PCEC cannot find a 30amp straight blade cap connector and plug that is compatible with the breakaway at 18requirement. 1. Please provide a detail and part numbers indicating how these cord drops are to be assembled. Please note: a male cord cap for the receptacle will be against electrical code as it will be under live power and exposed. 2. Please provide locations in the App Bay for the cord drops. 3. Please provide the charging requirements for the apparatus. Attachments: RFI 177 - Elec - App Bay Cord Drop Receptacle Clarifications.pdf Official Response: Thayer Wild (Weinstein A+U) responded on Thursday, February 13th, 2020 at 3:50PM PST Refer to attached drawing showing the locations of drop cord reel receptacles as directed by Owner. The 30 Amp Drop cord reel shall have NEMA L5-30R receptacle at the end The 18" breakaway "pig tail shall have NEMA L5-30P plug on one end and a 30 Amp, 125 Volts, 2-pole, 3-wire pin and sleeve connector on the other end. Refer to attached photo.The wire shall be 3#10 AWG type SO cord. For 20 Amp Drop cord reel shall have NEMA L5-20R receptacle at the end The 18" breakaway "pig tail shall have NEMA L5-20P plug on one end and a 20 Amp, 125 Volts, 2-pole, 3-wire pin and sleeve connector on the other end The wire shall be 3#12 AWG type SO cord. Refer to attached revised sheet E302N for drop cord reel circuit assignments. Rocxy Juan - TFWB Engineers 2-12-2020 See attached sheet A202N with markups noting location of drop cord receptacles. If proposed locations conflict with existing or planned equipment notify design team prior to performing installation for coordination. -Thayer W. WAU. 2/12/20 Attachments: RFI 177 - Elec - App Bay Cord Drop Receptacle Clarifications - Response.pdf All Replies: Lydig Construction, Inc. Page 1 of 2 Printed On: 03/13/2020 04 :08 PM RFI #177 LYDIG Refer to attached drawing showing the locations of drop cord reel receptacles as directed by Owner. The 30 Amp Drop cord reel shall have NEMA L5-30R receptacle at the end.The 18" breakaway "pig tail" shall have NEMA L5-30P plug on one end and a 30 Amp, 125 Volts, 2-pole, 3-wire pin and sleeve connector on the other end. Refer to attached photo.The wire shall be 3#10 AWG type SO cord: For 20 Amp Drop cord reel shall have NEMA L5-20R receptacle at the end.The 18" breakaway "pig tail"shall have NEMA L5-20P plug on one end and a 20 Amp, 125 Volts, 2-pole, 3-wire pin and sleeve connector on the other end.The wire shall be 3#12 AWG type SO cord. Refer to attached revised sheet E302N for drop cord reel circuit assignments. Rocxy Juan - TFWB Engineers 2-12-2020 See attached sheet A202N with markups noting location of drop cord receptacles. If proposed locations conflict with existing or planned equipment notify design team prior to performing installation for coordination. -Thayer W. WAU. 2/12/20 Attachments: RFI 177 - Elec - App Bav Cord Drop Receptacle Clarifications - Response.pdf BY Lydig Construction, Inc. DATE COPIES TO Page 2 of 2 Printed On: 03/13/2020 04:08 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #177.1 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone. 3609072459 Fax. 4258812903 Elec - App Bay Cord Drop Follow Up TO: Emma Nowinski (Weinstein A+U) Lauren Rock (Weinstein A+U) Thayer Wild (Weinstein A+U) DATE INITIATED: 02/20/2020 LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: TBD DRAWING NUMBER: LINKED DRAWINGS: RECEIVED FROM: 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), Emma Nowinski (Weinstein A+U), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. - Bellevue Off), Thayer Wild (Weinstein A+U) Scott Driscoll (PACIFIC COAST ELECTRICAL) FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: David White (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Closed on 03/06/20 02/27/2020 TBD SPEC SECTION: 26 27 26 - Wiring Devices REFERENCE: Question from David White (Lydig Construction, Inc. - Bellevue Of) at 10:02 AM on 02/20/2020 Per conversations at the OAC meeting on 02/18/2020, a follow up RFI has been issued for Weinstein to clarify the App Bay Drop Cords per conversations with Tukwila Fire Department. Pacific Coast Electrical requests confirmation that cord reels are to be used in lieu of drop cords. Specification section 262726 2.7A calls for drop cords, not reels. If reels are required, please provide a part number. Additional costs maybe incurred. Attachments: RFI 177 1 - Elec - App Bay Cord Drop Follow Up.pdf Official Response: Thayer Wild (Weinstein A+U) responded on Thursday, March 5th, 2020 at 2:35PM PST Provide drop cord reel as per Owners requirement.The drop cord reel shall be 30 Amp, 125 volts rated with NEMA L5-30R receptacle at the end Provide 18" breakaway "pig tail with NEMA L5-30P plug on one end and a 30 Amp, 125 Volts, 2-pole, 3-wire pin and sleeve connector on the other end.The cable shall be 3#10 AWG 50-feet type SO cord.KH Industries Model RTFH3LAMN-B10K or approved equal.Refer to attached revised sheet E302N and sheet A202N for locations of drop cord reels. Rocxy Juan - TFWB Engineers 3-5-2020 Provide reels and attachments as described by TFWB. See attached RCP markups for reel locations. Attach drop cord reels to unistrut, suspended between nearest structural members, held tight to structure. See attached image example. -Thayer Wild, WAU. 3/5/20 Attachments: RFI 177.1 - Elec - App Bay Cord Drop Follow Up - WAU Response.pdf All Replies: Lydig Construction, Inc. Page 1 of 2 Printed On: 03/13/2020 04 :08 PM RFI #177.1 LYDIG Provide drop cord reel as per Owner's requirement.The drop cord reel shall be 30 Amp, 125 volts rated with NEMA L5-30R receptacle at the end.Provide 18" breakaway "pig tail"with NEMA L5-30P plug on one end and a 30 Amp, 125 Volts, 2-pole,-3-wire pin and sleeve connector on the other end.The cable shall be 3#10 AWG 50-feet type SO cord.KH Industries Model RTFH3L-WW-B1OK or approved equal.Refer to attached revised sheet E302N and sheet A202N for locations of drop cord reels. Rocxy Juan - TFWB Engineers 3-5-2020 Provide reels and attachments as described by TFWB. See attached RCP markups for reel locations. Attach drop cord reels to unistrut, suspended between nearest structural members, held tight to structure. See attached image example. -Thayer Wild, WAU. 3/5/20 Attachments: RFI 177.1 Elec -_App Bay Cord Drop Follow Up - WAU Response.pdf BY Lydig Construction, Inc. DATE COPIES TO Page 2 of 2 Printed On: 03/13/2020 04:08 PM Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #060 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #060: CE Unsuitable Soil Subgrade in Rear #094 - RFI #186: Civil - Apron TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 060 / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT Pending - In Review FROM: CONTRACT: CREATED BY: CREATED DATE: PRIME CONTRACT CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: TOTAL AMOUNT: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 30129 - Tukwila Fire Station #52 - GCCM Prime Contract Alex Carey (Lydig Construction, Inc. - Bellevue Off) 3/13 /2020 None Amount Based No $2,984.05 POTENTIAL CHANGE ORDER TITLE: CE #094 - RFI #186. Civil - Unsuitable Soil Subgrade in Rear Apron CHANGE REASON: Existing Condition POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #094 - RFI #186: Civil - Unsuitable Soil Subgrade in Rear Apron Removal of unsuitable soils in the rear apron following a major rain event on 12/20/19-12/21/19. The site received 4.67 inches of rain in 48 hours according to historical rain data. ATTACHMENTS: CE #094-,19-11 TFS52 COP #054 Rear Apron_ _Soft Spot Removal. d # Cost Code Description Type Amount 1. 31--001-99- -Earthwork and Utilities subcontract COP 054 Subcontractor $ 2,800.00 Subtotal: $2,800.00 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. 5 126.00 GL Insurance: 0.76%Applies to all line item types. $.21.95 P&P Bond: 0.76% Applies to all line Item types. $ 22.11 B&O Tax: p 0.47% Applies to all line Item types. $ 13.99 Grand Total: 62,984.06 Owner Signature Date Lydig Construction, Inc. page 1 of 1 Printed On: 3/13/ 2020 04 :59 PM Subcontractor CP Breakdown Summary Tukwila Fire Station 52 Project No. 30129-43 SUBCONTRACTOR: DESCRIPTION OF WORK: PELLCO Construction, Inc. Cost Event #: CP #: Document #: EWO 5384 54 On 10/29/19 per direction of Lydig PELLCO placed site stabilization fabric on the sub -grade at the rear apron and then CSBC for winter armoring. CSBC was to remain under concrete. Subgrade and CSBC was tested and approved by Hart Crowser. An area measuring 23x 15' x 1.5' became contaminated and unsuitable. Lydig requested PELLCO remove the soft spot and replace fabric and 1.5 ' of CSBC. Date: 1/30/2020 L SUBCONTRACTOR'S DIRECT WORK 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) 432 1,701 251 2,384 II. SUBTIER SUBCONTRACTORS G. Subtler Subcontractor Cost (Subcontractor Estimates Attached) 1) 2) 3) 4) H. Subtotal Subcontractor Costs Direct Cost Fee - $ III. FEE Breakdown Per Contract A. Fee on Direct Work (Item E) 15% 358 B. Fee on Subtler Subcontractor Direct Costs (Item H) 8% IV. SUBTOTAL VI. UNIT PRICE TOTAL SUBTOTAL (Total of Parts I, II, III Above) Liability Insurance (1.15%) Bond Costs (1.0%) TOTAL (Total of Parts I, II, Ill, IV Above) TOTAL $ 2,741 32 27 I 2,800 COP Cost Breakdown Project Name: Tukwila Fire Station 52 Project No. 30129-43 Contractor: PELLCO Construction, Inc COP Number: 54 Date: 1/3012020 Contractor Ref. No. Description Quantity Unit Type Labor Material Equipment Total Unit $ Cost Unit $ Cost Unit $ Cost Cost $ - $ $ - $ Operator 4 HR $77.05 $ 308.20 $ - $ - $ 308.20 Laborer 2 HR $61.67 $ 123.34 $ - $ $ 123,34 Hitachi ZX85 2 HR $ - $ - $63.83 $ 127.66 $ 127.66 926 Loader 2 EA $ - $ - $61.70 $ 123.40 $ 123.40 Export 19 CY $ - $25.00 $ 475.00 $ $ 475.00 CSBC 30 TNS $ - $40.00 $ 1,200.00 $ - $ 1,200.00 Stabilization Fabric 38 SY $ - $0.69 $ 26.22 $ - $ 26.22 $ $ $ $ - $ $ $ - $ $ $ - $ - $ $ $ - $ - $ - $ $ $ - $ - $ $ - $ - $ - $ $ $ $ - $ $ - $ $ - $ - $ - $ - $ $ $ - $ - $ $ $ $ - $ - $ - $ - $ $ $ $ $ - $ $ - $ - $ $ $ - $ - $ $ - $ - $ - $ $ $ $ $ - $ $ - $ - $ $ $ $ - $ $ - Freight/Delivery Costs $ - $ - $ - $ $ - $ - $ - $ $ - $ - $ - $ $ $ - $ - $ - $ - $ - $ - $ Labor Subtotal $ 431.54 $ 1,701.22 $ 251.06 Foreman Lead Foreman $ - $ Noncraft Labor $ - $ Total Cost of Work $ 431.64 I $ 1,701.22 I I $ 251.06 $ 2,383.82 19-11 TFS52 COP #054 Rear Apron Soft Spot Removal Page o1 Issued 3/13/2020 COP Wage Rates 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 06/01119 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 $ 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 $ 0.59 $ 0.60 6. SUI % of 1 (insert correct % to right) 5.63% $ 2.76 $ 2.56 $ 2.27 $ 2.32 $ $ $ - $ $ 7. WC/PFAMIJSICK $ 4.03 $ 3.92 $ 3.55 $ 3.78 $ 2.72 $ 2.90 $ 2.90 $ 2,72 $ 2.90 TOTAL (incl. payroll taxes) $ 81.15 $ 77,05 $ 61.67 $ 71.16 $ 2.72 $ 2.90 $ 2.90 $ 2.72 $ 2.90 Overtime rT 1.6x OVERTIME RATES CALCULATE AUTOMATICALLY Hourly Wage S 73 50 3 30 25 ,. 60 54 3 131 70 ,r..:`its "" 2122 . 2122 2 12.08 20.40 Subtotal 2 94.72 3 89.47 5 72.62 8 82.16 es Lines 3 _. - .. 0.35 3 9. 7 . . 8 53 5 8.67 590 4_03 2. 5 3 3_78 .. 2 72 2'93 5 2 90 a 2.72 -, 2.00 Total "" $ 109.10 '3 103.00 $ 84.70 $ 94.62 $ 2.72 $ 2.90 3 2.90 5 2.72 3 2.90 Double. Tirno ( 2x DOUBLE TIME RATES CALCULATE AUTOMATICALLY aoicly Wage " ' .2 98 00 .. 91 00 .. 90.72 9 __ 29 Benefits 21 22 12033 ,. 90,45 Subtotal $ 119,22 $ 112.22 8 92.80 4 102,72 xos Lit,ab .� .. 13 80 2 12,31 3 11.3; 3 11_3.3 YdCft Fi AL SlCl: S 4.03 . 3.92 3.55 3 78 3 ._ .-.. 2 .. 92 .. _... , ... .. 2.33 Total $ 137,90 . 128.96 a 107.72 3 1'18.08 S 2.72 , 2.90 ,, 2.90 3 2.72 ,, 2.90 OT Premium Portion Only - b 27.95 ,,. 25 3,5 „ 23 02 3 23 46 DT Premium Portion Only " 3 , 590 , 51331 41,334 4,3.92 Form Revised 3/19/2009 Issued 3/13/2020 COP Equipment Rates Project Name: Tukwila Fire Station 52 Project No: 30129-43 Contractor: PELLCO A Equipment Description & Specifications (incl. Attachment Description, if applicable) 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 Equipment G Blue Book Monthly Rate for Attachment H Hourly Rate = (F + G) / 176 x Regional Adj. $ 26.96 I Hourly Operating Cost J Total Hourly Rate = H + EXCAVATOR 304 $ 2,441.12 $ 2,303.84 $ 12.52 $ 39.48' EXCAVATOR 308 $ 5,783.36 $ 2,303.84 $ 4595; $ 24.48 $ 70.43 EXCAVATOR 320 $ 9,896.48 $ 2,303.84 $ 69.32 $ 49.24 $ 118.56s 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 $ 30.53 Hitachi ZX85 $ 4,917.92 $ 2,303.84 $ 41:03 ; $ 22.80 $ 63.83' $ $ $ .. $ $ $ $ - $ $ $ $ - $ $ - $ $ - $ $ $ $ $ $ - $ $ $ $ - $ $ $ $ - $ $ $ $ $ Revised 3/19/2009 Issued 3/13/2020 consiucron, ;nc CONTRACTOR'S NAME Ly r-c JOB NAME WORK AUTHORIZATION FORM # 13036 BEVERLY PARK ROAD MUKILTEO, WA 98275 (425) 265-7211 FAX (425) 265-7215 OUR JOB NO. Icl/ DATE THIS IS TO AUTHORIZE WORK TO BE PERFORMED AS: (CHECK ONE) EXTRA WORK TO OUR CONTRACT: STRAIGHT TIME RATE OVERTIME RATE PREMIUM TIME ONLY DESCRIPTION OF WORK; cS1 cC C>+ TIME AND MATERIALS CONTRACTOR'S P.O. NO. 23 PELL By signing this document, Lydig Construction is acknowied ing that the resources listed were u i ize is acknowledgement does not constitute Lydig's agreement that this w is an extra to the subcontract, only that the resources were used and work was performed. If the subcontractor believes tnis work s an extra then It notice per the subcontract and the contract documents, and request a chmricifirpoirgv change order proposal, orb, request for equitable adjustment. t3Y t LYING STRUC • . i ` 2 Ce ior4sit- 0 PROCEED WITH THE WORK AS DESCRIBED: CONTRACTOR 5 Mcm THE DESCRIBED WORK HAS BEEN PERFORMED AS AUTHORIZED AND THE ABOVE HOURS ARE CORRECT: SIGNED SIGNED Rzs 50 45 40 2.5 2 1.5 05 2 Dec, Dees 50 45 40 2.5 December 2 Dec,5 Dec17 Dec 16 Dec6 Dec 17 m:s Dec « 2019 D 13 Dec S I Fr m R;2 94 Tr se Aa : ;i:perature av y Tempe«;@ d Dec Dec 18 Dec g Dec 9 cep.± 1 20 Dec 20 Temperature (Max) 2 ,p ale ± Dec 18 Gcg recip Dec 20 'Vind Dec Sat a g 14 ph Wind Llax1 t 21 ILYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #062 Project: 30129-43— TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #062: CE #096 RFI #243: Civil Side Sewer Connections at North Property Line TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 062 / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: Pending - In Review FROM: CONTRACT: CREATED BY: CREATED DATE: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 30129 -Tukwila Fire Station #52 - GCCM Prime Contract Alex Carey (Lydig Construction, Inc. Bellevue Off) 3/20 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $3,069.30 POTENTIAL CHANGE ORDER TITLE: CE CHANGE REASON: Existing Condition 096 - RFI #243: Civil - Side Sewer Connections at North Property Line POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #096 RFI #243: Civil —Side Sewer Connections at North Property Line Revision of side sewer connections at Richards and Kaur properties from a 90 deg connection per CoT standards to a 45 bend per detail submitted in RFI 243 ATTACHMENTS: tfs 52 ;- occm-rfi 243-civil Connection Chanoes.pdf side sewer connections at north property Tine-202003201704.pdf CE #096 -19-11 TFS52 COP #243 Side Sewer # Cast. Code Description Type Amount 1 31--001-99-- Earthwork and Utilities subcontract Pellco COP #52 Subcontractor $ 2,880.00 Subtotal: $2,880.00 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. $ 129.60 GL.Insurance: 0.76% Applies to all line item types. $ 22.57 P&P Bond: 0.76% Applies to all lineitem types.. $ 22.74 880 Tax: = 0.47 % Applies to all line Item types. $ 14.39. Grand Total: 63,069.30 Owner Signature Date Lydig Construction, Inc. page 1 of 1 Printed On: 3/20/ 2020 10 :05 AM Subcontractor CP Breakdown Summary Tukwila Fire Station 52 Project No. 30129-43 SUBCONTRACTOR: DESCRIPTION OF WORK: PELLCO Construction, Inc. Cost Event #: CP #: Document #: RFI 243 52 Pricing for side sewer connection changes per RFI 243 Date: TBD 1. SUBCONTRACTOR'S DIRECT WORK 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) ,603 335 513 2,451 II. SUBTLER SUBCONTRACTORS G. Subtler Subcontractor Cost (Subcontractor Estimates Attached) Direct Cost Fee 1) 2) 3) 4) H. Subtotal Subcontractor Costs II . FEE Breakdown Per Contract A. Fee on Direct Work (Item E) 15% 368 B. Fee on Subtler Subcontractor Direct Costs (Item H) 8% IV. SUBTOTAL SUBTOTAL (Total of Parts I, II, Ill Above) Liability Insurance (1.15%) Bond Costs (1.0%) V. TOTAL TOTAL (Total of Parts I, II, III, IV Above) VI. UNIT PRICE TOTAL TOTAL 2,819 32 28 2,880 COP Cost Breakdown Project Name: Tukwila Fire Station 52 Project No. 30129-43 Contractor: PELLCO Construction, Inc COP Number: 52 Date: TBD Contractor Ref. No. Description Quantity Unit Type Labor Material Equipment Total Cost Unit $ Cost Unit $ Cost Unit $ Cost $ $ $ $ Operator 8 HR $77.05 $ 616.40 $ - $ - $ 616.40 Laborer 16 HR $61.67 $ 986,72 $ - $ $ 986.72 304 Excavator 8 HR $ - $ - $39.48 $ 315.84 $ 315.84 F450 Crew Truck 8 HR $ $ - $24.68 $ 197.44 $ 197.44 Pipe Materials 1 LS $ - $335.00 $ 335.00 $ - $ 335,00 $ $ $ - $ $ $ $ - $ $ - $ - $ $ - $ - $ - $ - $ $ $ - $ - $ $ - $ $ - $ - $ $ $ $ - $ - $ - $ - $ $ $ - $ - $ $ $ - $ - $ $ - $ - $ - $ $ - $ - $ - $ - $ - $ - $ - $ $ $ - $ - $ $ - $ $ $ $ $ $ - $ $ $ - $ - $ $ $ $ $ $ - $ $ - $ $ $ $ - $ $ - $ - $ - $ $ - $ - $ - $ $ $ - $ $ Freight/Delivery Costs $ - $ $ - $ $ - $ $ - $ $ $ - $ - $ $ - $ - $ $ $ $ $ $ - Labor Subtotal $ 1,603.12 $ 335.00 $ 513.28 Foreman Lead Foreman Noncraft Labor $ _ Total Cost of Work $ 1,603.12 I $ 336.00 I I $ 613.28 $ 2,451.40 19-11 TFS52 COP #243 Side Sewer Connection Changes Page of Issued 3/6/2020 Project Name: Tukwila Fire Station #52 Project No: Contractor: COP Wage Rates 30129.43 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 $ 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 $ 2.82 $ 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. WC/PFAMUSICK $ 4.03 $ 3.92 $ 3.55 $ 3.78 $ 2.72 $ 2.90 $ 2.90 $ 2.72 $ 2.90 TOTAL. (incl. payroll taxes) $ 81.16 $ 77.05 $ 61.67 $ 71.16 $ 2.72 $ 2.90 $ 2.90 $ 2.72 $ 2.90 Oaertimo @ 1,5x OVERTIME RATES CALCULATE AUTOMATICALLY Hourly Wage ., 73 50 1p 25 2 56.5=1 .- (31.70- Bonolits 1.__ .. 21 22 „ i 2 OS .. 20.45- Subtotal - $ 94.72 a 89.47 S 72.62 $ 82.16 faxes: Lines 3-6 a 10.35 „ 5.51 ., 8.a3 , 8.59 59C ,. 4 CO,, „ 3 92 . 3 55 .a 3.75 :t 2.72 .. 2.90 - 2.90 5 7 _ 5 2 90 Total $ 109.10 5 103.00 ., 84.70 $ 94.62 $ 2.72 $ 2.90 $ 2,90 S 2.72 $ 2.00 Double Time @ 2x DOUBLE TIME RATES CALCULATE AUTOMATICALLY Hourly Wage - ., 9500 , 31 011 . 80 72 . 82.26 seeneflls 21.72 .21.22 ,. 12 OS 20.45 Subtotal 51 119.22 :n 112.22 S 92.80 $ 102,72 Faxes: l nti, .3-6 5 13.80 12.81 3 11.37 11.58 441C1@FfAAI/HICK ., 403 . 3.92 - 335 .. 373 5 272 .. 290 _ 295 . 7... . 290 Total a 137.05 a 'I28.95 51 107,72 a 118.0; : 2.72 S 2.90 5 2.90 3 2.72 S 2.90 07 Premium Portion Only ., _751V 23 02 23 46 DT Premium Portion Only 3 55.90 .S 51 a 1 46 Cyl .. - 3 92 Form Revised 3/19/2009 Issued 3/6/2020 LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #243 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Civil - Side Sewer Connections at North Property Line TO: Thayer Wild (Weinstein A+U) FROM: Lauren Rock (Weinstein A+U) Emma Nowinski (Weinstein A+U) DATE INITIATED: 03/04/2020 LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: TBD DRAWING NUMBER: C4.0, C4 1 LINKED DRAWINGS: RECEIVED FROM: Alex Carey (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), Emma Nowinski (Weinstein A+U), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. - Bellevue Off), Thayer Wld (Weinstein A+U) Alex Carey (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 STATUS: Closed on 03/04/20 DUE DATE: 03/11/2020 COST CODE: SCHEDULE IMPACT: TBD SPEC SECTION: REFERENCE: Question from Alex Carey (Lydig Construction, Inc. - Bellevue Of) at 01:17 PM on 03/04/2020 Clarification is needed for side sewer connections at the north property line. C4.0 and C4.1 show two side sewer connections for Parcel #4997500025 (Richards) and Parcel #3597000319 (Kaur future residence). The drawings do not indicate a side sewer connection detail, so detail SS-02 in the City of Tukwila standards was followed. This was inspected and approved by CoT Public Works. The sewer line at the Richards property is sloped at nearly a 1/1 slope, which has the tendency to cause liquid waste to flow quicker than solid waste and lead to blockages. The Richards informed us on 2/29/2020 that they experienced a sewer blockage. In order to avoid future sewer issues for both parcels, Lydig is suggesting that the sewer connection be revised. See page 3 of the attachment for a suggested side sewer connection. Please advise if the side sewer connections are to be revised. Attachments: RFI 243 - Civil - Side Sewer Connections at North Property Line.pdf Official Response: Thayer Wild (Weinstein A+U) responded on Wednesday, March 4th, 2020 at 4:08PM PST As discussed with Alex, the installed tee is probably what is causing the blockage.The SS-02Detail is the correct one to use, but there are a couple of joints shown on the detail.This location **used** to be on the main, which would allow the Tee to self clean. But now that it is just a side sewer, the VVYE, and long sweep bend (near the top of the detail)should be used. So, we agree with the fix. Please provide a price before commencing the work. Marc Servizi 3-4-2020 Attachments: RFI 243 - Civil - Side Sewer Connections at North Property Line - Response.pdf All Replies: .wormarm, Nre t•S' 44,44444444, 4 4 44, As discussed with Alex, the installed tee is probably what is causing the blockage.The SS-02Detail is the correct one to use, but there are a couple of joints shown on the detail.This location **used** to be on the main, which would allow the Tee to self clean. But now that it is just a side sewer, the WYE, and long sweep bend (near the top of the detail)should be used. So, we agree with the fix. Please provide a price before commencing the work. Marc Servizi 3-4-2020 Attachments: RFI 243 - Civil - Side Sewer Connections at North Property Line - Response.pdf BY Lydig Construction, Inc. DATE Page 1 of 1 COPIES TO Printed On: 03/20/2020 10:04 AM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #063 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #063: CE #097 - RFI #136: PRIORITY - Civil - Water Line Conflict with Existing Utilities TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 063 / 0 REQUEST RECEIVED FROM: STATUS: Pending - In Review REFERENCE: FROM: CONTRACT: CREATED BY: CREATED DATE: PRIME CONTRACT CHANGE ORDER: FIELD CHANGE: No LOCATION: ACCOUNTING METHOD: SCHEDULE IMPACT: PAID IN FULL: TOTAL AMOUNT: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 30129 - Tukwila Fire Station #52 - GCCM Prime Contract Alex Carey (Lydig Construction, Inc. - Bellevue Off) 3/20 /2020 None Amount Based No $3,484.94 POTENTIAL CHANGE ORDER TITLE: CE #097 - RFI #136: PRIORITY - Civil - Water Line Conflict with Existing Utilities CHANGE REASON: Existing Condition POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #097 - RFI #136: PRIORITY - Civil - Water Line Conflict with Existing Utilities Revised water line connection at 65th Ave S due to existing gas and sewer utilities per RFI 136. ATTACHMENTS: tfs 52 - gccm-rti 136-priority - civil - water line conflict with existing utilities-202003201709.pdf CE#097 - 19-11 TFS52 COP #051 - RFI 136 Water line Revision.pdf 6 Cost Code Description Type Amount 31-001-99- - Earthwork and Utilities subcontract Pellco COP #051 Subcontractor $ 3,270.00 Subtotal: $3,270.00 Fee - Self Perform Work:16.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, and Unwritten Sub's/PA's. 5 0.00 Fee - Sub Tier Work: 4,60% Applies to Subcontractor and Purchase Agreements. $ 147.15 GL Insurance: 0.76% Applies to all line item types. $ 25.63 P&P Bond: 0.76% Applies to all line item types. $ 25.82 B&O Tax: ..= 0.47% Applies to all line item types. $ 16.34 Grand Total: 53,484.94 Owner Signature Date Lydig Construction, Inc. page 1 of 1 Printed On: 3/20/ 2020 10 :23 AM Subcontractor CP Breakdown Summary Tukwila Fire Station 52 Project No. 30129-43 SUBCONTRACTOR: PELLCO Construction, Inc. Water line changes per RFI 136 to clear sewer and DESCRIPTION OF WORK: gas. I. SUBCONTRACTOR'S DIRECT WORK Cost Event #: CP #: Document #: EWO 5381 51 Date: 1/21/2020 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) 493 2, 91 99 2,783 IL SUBTIER SUBCONTRACTORS G. Subtler Subcontractor Cost (Subcontractor Estimates Attached) 1) 2) 3) 4) H. Subtotal Subcontractor Costs Direct Cost Fee - $ III. FEE Breakdown Per Contract A. Fee on Direct Work (Item E) 15% 4 7 B. Fee on Subtler Subcontractor Direct Costs (Item H) 8% IV. SUBTOTAL V. TOTAL VI. UNIT PRICE TOTAL SUBTOTAL (Total of Parts 1, II, III Above) Liability Insurance (1.15%) Bond Costs (1.0%) TOTAL (Total of Parts 1, II, Ill, IV Above) TOTAL 3,201 37 32 3,270 COP Cost Breakdown Project Name: Tukwila Fire Station 52 Project No. 30129-43 Contractor: PELLCO Construction, Inc COP Number: 51 Date: 1 /21 /2020 Contractor Ref. No. Description Quantity Unit Type Labor Material Equipment Total Unit $ Cost Unit $ Cost Unit $ Cost Cost EWO 5381 $ - $ - $ - $ - Laborer 4 HR $61.67 $ 246,68 $ - $ - $ 246,68 Laborer 4 HR $61.67 $ 246.68 $ - $ - $ 246,68 F450 Crew Truck 4 HR $ - $ - $24.68 $ 98.72 $ 98.72 Pipe Materials 1 INV $ - $1,056.02 $ 1,056.02 $ - $ 1,056.02 CDF Backfill 1 INV $ - $1,135.20 $ 1,135.20 $ - $ 1,135,20 $ $ $ - $ $ $ $ - $ - $ $ - $ - $ $ $ $ $ - $ - $ - $ - $ $ $ $ $ - $ $ - $ - $ $ - $ - $ - $ - $ $ $ - $ $ $ $ - $ $ $ - $ - $ - $ - $ - $ $ $ - $ - $ $ - $ - $ - $ $ $ $ $ - $ $ - $ - $ - $ - $ - $ - $ $ $ - $ - $ - $ - $ - $ - $ - $ $ $ - $ - $ Freight/Delivery Costs $ $ $ - $ - $ - $ - $ - $ $ $ $ $ - $ $ - $ $ Labor Subtotal $ 493.36 $ 2,191.22 $ 98.72 Foreman $ - Lead Foreman Noncraft Labor Total Cost of Work $ 493.36 I $ 2,191.22 1 $ 98.72 $ 2,783.30 19-11 TFS52 COP #051 - RFI 136 Water line Restraints Page of Issued 3/10/2020 Project Name: Project No: Contractor: COP Wage Rates Tukwila Fire Station #52 30129-43 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 - $ - - - . 4. FICA % of 1 6.20% 3.04 2.82 $ 2.50 2,55 - - $ - $ - 5. MEDICARE % of 1 1.45% 0,71 0.66 8 0.59 $ 0.60 - - - - $ _ 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 3.78 2.72 2.90 2.90 2.72 $ 2.90 TOTAL (incl. payroll taxes) 81.15 77.05 61.67 $ 71.16 2.72 2.90 2.90 2.72 2.90 Overtime 3 1.5x OVERTIME RATES CALCULATE AUTOMATICALLY Hourly Wage. ,i', 73 riO S 68 25 $ 00 54 $ 01.25 S 3 5 2 3000fits 5 21 22 5, 21222 S 12,09 0 11104,3 S :.•., . - . .1 - 5 - 5 Subtotal $ 94.72 S 80.47S 72.62 $ 82.16 $ • $ - $ 5- , - Faxes. Lines 3-6, $ 10 35 3, 9.01 S 8.53 S 5.,30 5 . , , 3; - 3 3 5417 3. 103 3 3 92 3; 3,55 S 3.78 S 2.72 3 3.90 3 2 90 S :2,72 5 2. .,C) Total $ 109.10 $ 103.00 $ 64.70 94..62 $ 2.72 $ 2.90 115 2.90 $ 2.72 $ 2.90 Double Time @ 2x DOUBLE TIME RATES CALCULATE AUTOMATICALLY 51054y 5423e $ 98 22 3 51,02 ;.; 83 72 5 02.26 :; - :3, .,.', S - 5 :3enefi is F., 71 22 S 21 2:2 5 12,05 5 20.83 8 - S ., 2 , S 3, 51..thtotn1 $ 119.22 3 112.22 9. 92.80 $ 102.72 $ - $ - - $ .. Faxes. lines 3-6 S 13 30 5 116; I $ 11 37 :i; 11. "..."3 $ 3 3 S VVC/PFN1AL/SICK 3 .4 03 3 3.52 ',, 3 55 $ 3.78 13. 2 72 $ 2 N S 2.90 S 2.72 :'.., 2.20 Total $ 137.05 $ 128.95 9 107.72 $ 1118.06 $ 2.72 $ 2.90 $ 2.90 5 2.72 91 2,90 OT Premium Portion Do; 3 27 55 3 22.95 5 23 02 S :23 86 3 - 3 5 3 - 3 ... . DT Premium Portion Only 3 333 90 S .81 91 3, 316.01 5 1,3 92 :3 - $ - S '', .' , - :3 Form Revised 3/19/2009 Issued 3/10/2020 COP Equipment Rates Project Name: Tukwiia Fire Station 52 Project No: 30129-43 Contractor: PELLCO A Equipment Description & Specifications (incl. Attachment Description, if applicable) 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 Equipment G Blue Book Monthly Rate for Attachment H Hourly Rate = (F + G) / 176 x Regional Adj. $ 26.96 1 Hourly Operating Cost J Total Hourly Rate = H + I EXCAVATOR 304 $ 2,441.12 $ 2,303.84 $ 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 $ 30.53 Hitachi ZX85 $ 4,917.92 $ 2,303.84 $ i 41.03 $ 22.80 $ 63.83 $ - $ $ - $ $ $ $ $ $ $ $ _ $ $ < - $- $ ', - $ $ $ $ $ $ $ $ $ $ - $ $ - $ $ $ $ - Revised 3/19/2009 Issued 3/10/2020 WORK AUTHORIZATION FORM # 13036 BEVERLY PARK ROAD MUKILTEO, WA 98275 (425) 265-7211 FAX (425) 265-7215 consmuaion, inc CONTRACTOR'S NAME 4 cif OUR JOB NAME yt „S JOB NO. it DATE THIS IS TO AUTHORIZE WORK TO BE PERFORMED AS: (CHECK ONE) EXTRA WORK TO OUR CONTRACT: STRAIGHT TIME RATE OVERTIME RATE PREMIUM TIME ONLY DESCRIPTION OF WORK: G d64. t cu.I.P. (-4 (..4-V7 eid 1 2 TIME AND MATERIALS CONTRACTOR'S P.O. NO. L 0, PELLCO CONSTRUCTION, INC IS HEREBY AUTHORIZED TO PROCEED WITH THE WORK AS DESCRIBED: AUTHORIZED BY: CONTRACTOR c khC, .'14iLit. . t doimntIydLg ° . . on uowledgi li. that the resources listed were This :cknowledgerrienl does not . constitUte Lydig's agreement that this work is an extra to the subcontract, only that the :•,•• . were used and work was performed. If the subcontractor believes this work is an extra then it ieniuins the subcontractor's duty to provide due notice per the subcontract and the contract documents, aiid i equebt a change directive, change order proposal, t a request for equitable adjustmontr y--- BY dr7•1 DATF 0 THE DESCHIbEU LYDI CON TRUC ON INC. VVUHK H , FD AND THF AROVF Hnl IRS ARE CORRECT. SIGNED SIGNED tj H.D. FOWLER COMPANY REMIT. PO Box 84368, Seattle, WA 98124 invoice Number 15371943 BEWH #163330 Corporate Office 3633 136th PI SE, Ste 100, Bellevue, WA 98006 PO Box 160, Bellevue, WA Phone 425-654-8800 • Fa) Bellevue Branch 13440 SE 301h St Bellevue, WA 98005 (425) 746-8400 Fax (425) 641-8865 To: T-0 PELLCO CONSTRUCTION INC 13036 BEVERLY PARK ROAD MUKILTEO WA 982755846 Ship to: HD Fowler Company - Bellevue Bellevue WA 98005 Order# 06542644 Inv Date: 01/17/20 Order Writer: Ryne Wilmes Terms: NET 10TH PROX FOB: H. D. FOWLER Line Qty Part # Description Due: 02/10/20 Ship Via: WILL CALL PO/JOB: TUKWILA FIRE STATION 52 Uo Price M 1 13 14 19 20 21 22 2 8" ROMAC 611 PIPE CLAMP FOR 9.05" OD,STD PAINT AND LOW ALLOY BOLTS HE027 ASPHALT EMULSION FOR DI PIPE & FITTINGS NSF 61, AWWA C101/21.4 1 gallon can, 1 9 Ibs per gallon shipping class 55 , NMFC # 5146, not restricted water based EA EA 8" WEDGE ACTION MJ KIT FOR DI PIPE W/BOLTS, 6 WEDGE ACTION GLAND & GASKET (BOXED WITH BLACK LETTERING) EA 1 8" MJ 111/4 ELL DI, AWWA C153, C/L LESS ACC (48 LB5) EA 2 8" FIELD LOCK TYTON JOINT GASKET 5B RUBBER IMPORT ANSI/AWWA C111/A21.11 EA 2 FOAM VALVE BOX CUSHION 2" THICK 12" X 12" SQ. 1 8" MJ PLUG TAPPED 2" IP DI,SSB,AWWA C153, LESS ACCESS (26 LBS) 1 8" GASKET AND T-BOLT KIT FOR C153 MJ FITTINGS EA EA EA 101.38 202.76 32.5 32.5 65.09 390.54 84.03 84.03 114.27 8.6 83.05 17.4 228.54 17.2 83.05 17.4 Sub Total 1,056.02 Freight 0 Tax 0 Grand Total 1,056.02 ACCOUNTING: 9125 TENTH AVENUE SOUTH SEATTLE, WA 98108 • (206) 768-1000 ACCOUNT 10 690101 SOLO TO: PELLCO CONSTRUCTION INC 13036 BEVERLY PARK RD MUKILTEO , WA 98275-5846 PAGE: 1 Remit Payment to: Stoneway Concrete 9125-10th Avenue South Seattle WA 98108 ' DELIVERY ADDRESS' ' 15447 65TH AVE S INVOICE NO. DATE j PLANT 992020 01 /21 /2 0 014 JOB/P.O. # ORDER # 001911 649488 ITEM DESCRIPTION PO NUMBER: 19-11 1121 150 CMT SND 200 PSI MIX W/S 30070 WA ST PD SICK LEAVE SURCHAR1 30075 ENVIRONMENTAL SURCHARGE 30080 ,READY MIX FUEL SURCHARGE f,13J11.', 1 auANTI 12.00 C' 12.00 C 12.00 C 12.00 C' (JNITPRICE TAX f TOTAL 87.500 N 1050.00 0.850 N 10.20 6.250 N 75.00 0.000 N 0.00 RE- LVED JAN - 212NA PELLCi) CONT. '?ICKETS : 014-156146 Total Yds Concrete $ Supplies $ 12.00 1050.00 85.20 Misc $ 0.00 Labor $ 0.00 SUBTOTAL 1135.20 SALES TAX 0 . 0 0 REV 05/19 IFL INVOICE TOTAL 10 1 5.20 0 STONEWAY CONCRETE NTENG:9`2- TENTH AVENUE SOUTH SEATLE, y' 98108 • )20(3) 752.25' TICKET TiM Ay j LEAVE PLANT p!.t DATE USTOMER NC. SEA'TTLE"I ask ct'739lIt i? ,. .. grt,ti 4; y'S. Sa. ? EraTON Yoas.; 214I `J1a h(ou:a, Way .1 fi'.•'on _ DELIVERY TICKET ACCOUNTING i2(I61 762-2556 FAX 120GV 752-2730 SALES & A DIVISION OF GARY MERLINO CONSTRUCTION COMPANY, INC. ORDER DESK ARRIVE JOB UR FINISH POUR LEAVE JOB 0JECT I CUSTOMER NAME ADCRESS P ZONE _ I SPECIAL INSTRUCTIONS 7 QUANTITY U.M. 08 TOT PRODUCT CODE WATER ADDED ON•SITE A0RIEO BY: gals, to full load gals, to 2/3 load gals. to 1/3 load CYLINDER _I YES YES J YES Jj NONE DESCRIPTION CUSTOMER P.O. JOB NO fE PLANT T ELIVERY TICKET NO. COLLECT ON DELIVERY (C.O.D.) ASH I,CHECKu CARD VISA MASTERCARD I_ DISCOVER REMIT PAYMENT TO 9125 10th AVE. S. SEATTLE. WA 9010E TERMS ON REVERSE UNIT PRICE CHARGE EXP. / TAX AMOUNT SUB -TOTAL SALES TAX BALANCE FORWARD TOTAL AMOUNT REASON FOR DELAY T = LACK OF HELP ='ADDING WATER = WHEEL BARROW JOB ] ARRIVED JO3 EARLY C TRAFFIC TRAIN DRAW BRIDGE WAITING FOR TRUCK TO UNLOAD CI PUMP BLOW -SACK 7. WAITING ON PUMP WASH PUMP ] OTH°R JOB NOT READY ADDITION OF WATER WILL REDUCE STRENGTH, WATER ADDED AT CUSTOMER'S OWN RISK. - WARNINO - IFRITATION TC S{iN AND EYES SEE REVERSE (18 IRS EASE - CUSTOMER RELEASES AND, AGREES TO HOLD HARMLESS STONEWAY CONCRETE. A DIVISION OF G:RY MERLINO CONSTRUCTION COMPANY; INC. FOR ANY DAMAGE TO HIS REAL OR PERSONAL PROPERTY CAUSED BY DELIVERY OF MATERIALS LISTED ABOVE, DETAILS OF SITE AGREEMENT ACCESS ON SACK C5) 6 MINUTES PER CUBIC YARD UNLOADING TIME INCLUDED. unbacong ome CIIO:gotl al Current hourly !ruck ra' CUSTOv4ER SIGNATURE PRINT NAME DATE TOTAL INVOICE COPY LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #136 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 PRIORITY - Civil - Water Line Conflict with Existing Utilities TO: DATE INITIATED: LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: TBD DRAWING NUMBER: C4.1 LINKED DRAWINGS: 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) FROM: Jose Lorenzo -Torres (Weinstein A+U) Lauren Rock (Weinstein A+U) Emma Nowinski (Weinstein A+U) 12/09/2019 Kim Alseth (PELLCO CONSTRUCTION INC.) STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: Alex Carey (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Closed on 12/19/19 12/17/2019 TBD Question from Alex Carey (LydigConstruction, Inc. - Bellevue Of) at 04:15 PM on 12/09/20 9 Conflicts have been discovered at the water line installation at 65th Ave S. The water line crosses existing gas, storm and sewer utilities at 65th Ave S. The top of water pipe elevation is 82.13 and bottom of pipe is water 81.38. The top of gas is 82.35 and bottom of gas is 81.95. The top of storm is 82.69 and bottom of storm is 81.29. This puts the gas and storm in the path of the water line. The top of sewer is 80.44. If water is placed below the gas and storm utilities it will be directly above the sewer without the required clearance separation from sewer and water utilities per City of Tukwila Standards. A possible solution to clear the water line conflicts with gas and storm and maintain sewer clearance from the water line is to add a bend in the water line and run the water above the other utilities. If water is to run 6" above gas, the line will have only 2.5' of cover which does not meet the City of Tukwila requirement of 3' of cover. To mitigate the amount of pipe cover, CDF backfill could be used. Please provide direction on how to proceed with the water utility line. If a bend is added to clear the conflict, please provide a detail for this condition. Attachments: RFI 136 - Civil Water Line Conflict with Existing Utilities.pdf Official Response: Jose Lorenzo -Torres (Weinstein A+U) responded on Wednesday, December 18th, 2019 at 4:33PM PST LPD Response: See attached Sheet C2.2. Profile has been updated per comments from Scott Moore. -M. Servizi, 12/18/2019 Attachments: RFI 136 Civil - Water Line Conflict with Existing Utilities - LPD Reviewed.pdf All Replies: LPD Response: See attached Sheet C2.2. Profile has been updated per comments from Scott Moore. -M. Servizi, 12/18/2019 Attachments: RFI 136 - Civil - Water Line Conflict with Existing Utilities - LPD Reviewed.pdf BY Lydig Construction, Inc. DATE Page 1 of 1 COPIES TO Printed On: 03/20/2020 10:09 AM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #064 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #064: CE Side Sewer Conflict with BF Spread Footing #098 - RFI #097: Arch - at GL 3.25 and F TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 064 / 0 CONTRACT: REQUEST RECEIVED FROM: STATUS: REFERENCE: Pending - In Review FIELD CHANGE: No LOCATION: SCHEDULE IMPACT: FROM: CREATED BY: CREATED DATE: PRIME CONTRACT CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: TOTAL AMOUNT: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue VVashington, 98005 30129 - Tukwila Fire Station #52 - GCCM Prime Contract Alex Carey (Lydig Construction, Inc. - Bellevue Off) 3/20 /2020 None Amount Based No $1,372.65 POTENTIAL CHANGE ORDER TITLE: CE #098 - 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 Is Changed As Follows) CE #098 - RFI #097: Arch - Side Sewer Conflict with BF Spread Footing at GL 3.25 and F Side sewer per Civils required to be relocated to avoid conflict with braced frame footing per Structurals (ref RFI 097). ATTACHMENTS: tfs 52 - occm-rfl 097-arch - side sewer conflict with bf spread footing at ql 3.25 and f-202003201726 pdf CE #098 - 19-11 TFS52 COP #053 - Sewer and Footing Conflict.pdf Cost Code Description Typo Amount 1 31--001-99- - Earthwork and Utilities subcontract Pellco COP #053 Subcontractor 5 1,288.00 Subtotal: $1,288.00 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. 5 57.96 GL insurance: 0.76% Applies to all line item types. $ 10.09 P&P Bond: 0.76% Applies to all ilne Item types. $ 10,17 B&O Tax: .0.47% Applies to all line item types. $ 6.43 Grand Total: $1,372,66 Owner Signature Date Lydig Construction, Inc. page 1 of 1 Printed On: 3/20/ 2020 10 :30 AM Subcontractor CP Breakdown Summary Tukwila Fire Station 52 Project No. 30129-43 SUBCONTRACTOR: PELLCO Construction, Inc. Cost Event #: CP #: Document #: EWO 5382 53 Per RFI 097 - North side sewer had to be moved to the DESCRIPTION OF WORK: south to avoid plumbing and footing conflicts. Date: 1/30/2020 I. SUBCONTRACTOR'S DIRECT WORK A. DIRECT LABOR COSTS ( Per Cost Breakdown Attached) 601 B. MATERIAL COSTS ( Per Cost Breakdown Attached) B. 107 C. EQUIPMENT COSTS ( Per Cost Breakdown Attached) C. 389 D. SUBTOTAL DIRECT WORK (Total A, B, C, and D Above) 1,097 II. SIJBTIER SUBCONTRACTORS G. Subtler Subcontractor Cost (Subcontractor Estimates Attached) 1) 2) 3) 4) H. Subtotal Subcontractor Costs Direct Cost Fee - $ 111. FEE Breakdown Per Contract A. Fee on Direct Work (Item E) B. Fee on Subtler Subcontractor Direct Costs (Item H) 15% 8% 165 IV. SUBTOTAL V. TOTAL VI. UNIT PRICE TOTAL SUBTOTAL (Total of Parts I, II, III Above) Liability Insurance (1.15%) Bond Costs (1.0%) TOTAL (Total of Parts I, II, III, IV Above) TOTAL $ 1,261 15 13 1,288 COP Cost Breakdown Project Name: Tukwila Fire Station 52 Project No. 30129-43 Contractor: PELLCO Construction, Inc COP Number: 53 Date: 1/30/2020 Contractor Ref. No. Description Quantity Unit Type Labor Material Equipment Total Unit $ Cost Unit $ Cost Unit $ Cost Cost $ $ $ $ - Operator 3 HR $77.05 $ 231.15 $ - $ - $ 231,15 Laborer 6 HR $61.67 $ 370,02 $ - $ - $ 370.02 F450 Crew Truck 8 HR $ - $ - $24.68 $ 197,44 $ 197,44 Hitachi ZX85 3 HR $ - $ - $63,83 $ 191.49 $ 191.49 6" 45 Ellbow 2 EA $ - $20.41 $ 40.82 $ - $ 40.82 6" PVC Sewer Pipe 20 FT $ - $2.00 $ 40.00 $ - $ 40,00 4" Fernco 1 EA $ - $5.91 $ 5.91 $ $ 5.91 6" x 4 " Reducer 1 EA $ - 619.91 $ 19.91 $ - $ 19.91 $ $ - $ - $ $ - $ - $ $ $ - $ - $ - $ $ $ - $ - $ - $ $ - $ - $ $ - $ - $ - $ - $ - $ - $ - $ $ - $ - $ $ $ - $ - $ - $ $ $ $ - $ - $ - $ $ - $ $ - $ - $ $ $ $ - $ - $ - $ $ - $ - $ - $ $ $ - $ - $ - $ - $ - $ $ - $ $ $ - $ - $ - $ - $ - $ - Freight/Delivery Costs $ - $ - $ $ $ - $ - $ - $ $ $ - $ - $ - $ - $ - $ - $ $ $ $ $ - Labor Subtotal $ 601.17 $ 106.64 $ 388.93 Foreman $ - $ - Lead Foreman $ - $ - Noncraft Labor $ - $ - Total Cost of Work $ 601.17 I $ 106.64 1 I $ 388.93 $ 1,096.74 19-11 TFS52 COP #053 - Sewer and Footing Conflict Page of Issued 3/10/2020 Project Name: Project No: Contractor: COP Wage Rates Tukwila Fire Station #52 30129.43 PELLCO Trade & Position OPERATOR FOREMAN OPERATOR OPERATOR LABOR LABOR TEAMSTER TEAMSTER Rate Schedule Dale* 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 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 2.82 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. WC/PFAML/SICK 4,03 3.92 3.55 3.76 2.72 2,90 2.90 2.72 2.90 TOTAL (incl. payroll taxes) 81.16 77.05 61.67 71.16 2.72 2.90 2.90 2.72 $ 2.90 Ovortimo @ 1.5x OVERTIME RATES CALCULATE AUTOMATICALLY Hoaly Wage .9" 73 50 3 SS 25 $ 5054 5 SI TO S 3 .5 _ .- , .'. 5 ttboof;t5 9 2'1 22 5 21 22 2 12.03 5 20,46 3 5 - 5 - 5 - 3 - Subtotal 5 94.72 $ 89.47 $ 72.62 $ 82.16 - 5 - $ - :2 . rtbab5 195us 3-2 3 2035 $ 9 61 51 a.8,3 8 8.69 5 S - S' , . WC „ „ 4 33 5 3,92 5 3 55 $ 3 78 3 2.72 5 2,90 5 11.03 S 2.52 5 2 SO Total $ 109.10 $ 103.00 $ 84.70 3 94.92 $ 2,72 9 2.90 $ 2.90 2 2.72 $ 2.90 Doublo Tirno (8) 2x DOUBLE TIME RATES CALCULATE AUTOMATICALLY 515529 Wage 3 28.00 15 21.02 5 80 11:1! 5 82 2,3 S - 3 5 3 5 3 enot Ets .5, 21 22. 5 21 22 5 14013 3 20 46 3 - S - S 3 3 , Subtotal $ 1'19.22 $ 112.22 $ 92.80 $ 102.72 $ - $ - S - 9 - $ - FaS.S. LU-19S 3-S, $ 13 81.) 5 12 .9 i S 11,31 S 11.513 S 3 , ,,, - . .. ., .. . - w0114957AUStOK 3 4 03 5 3 95 5 35 3,75 S 2 72 3 2 90 5 2 00 5 2 72 5 2 00 Total $ '137.05 $ '128.95 $ 107.72 3 118.08 $ 2.72 2.90 $ 2.90 $ 2,72 3 2,90 OT Premium Portion Only 27 95 :3 25. Xi 5 23.02 $ 23.46 •-;5 - 3 - 3 - S DT Premium Portion Only 55 ,.H) ..?, .5 1 81 :,, 450,1 $ 45.,..f2 $ - S ‘,0.100.6a.....0....44..41=191.0MMISIEUZZOTUSE Wavi.a.a,,AZOINIZMIRMAiCSVIMS2 77AEMZIA1=77IAM (223=2=10211= 9112EZZLIZZIMMSZ,',42 SZNOZZERVICM emstmaltammraznuag 25MIIM7ao779IMEEMZ NUVRAEZZEZNIEZMIZAMELZMAMOISMS,ZaniC Form Revised 3/19/2009 Issued 3/10/2020 COP Equipment Rates Project Name: Tukwila Fire Station 52 Project No: 30129-43 Contractor: PELLCO A Equipment Description & Specifications (incl. Attachment Description, if applicable) 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 Equipment G Blue Book Monthly Rate for Attachment H Hourly Rate = (F + G) / 176 x Regional Adj. $ 26.96 1 Hourly Operating Cost J Total Hourly Rate = H + 1 EXCAVATOR 304 $ 2,441.12 $ 2,303.84 $ 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' 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 3/10/2020 WORK AUTHORIZATION FORM # 2 13036 BEVERLY PARK ROAD MUKILTEO, WA 98275 (425) 265-7211 FAX (425) 265-7215 consRucTion, inc CONTRACTOR'S NAME JOB NAME �" y s OUR JOB NO. 1 i j DATE THIS IS TO AUTHORIZE WORK TO BE PERFORMED AS: (CHECK ONE) EXTRA WORK TO OUR CONTRACT: STRAIGHT TIME RATE OVERTIME RATE PREMIUM TIME ONLY DESCRIPTION OF WORK: 1.k -72 TIME AND MATERIALS CONTRACTOR'S P.O. NO. By signing this document, Lydig • on Is acknowledging that the resources listen were utilized. This acknowledgement dnot constitute Lydig's agreement that this wad( is an extra to the subcontract, only that the resou .... were used and work was performed. If PELLOOraettSil subcontractor believes this work is an extra then it UliZtki : •Pt' ., F8Yp,4V ., ,- notice per the subcontract and the contract documents, and request a ch ..,. change order proposal, or a request for equi ustment.: O PROCEED WITH THE WORK AS DESCRIBED: CONTRACTOR +' BY DATF /I9 J2 20 LYOiG GO STRUC • ., ir.,.•- +rtc C 6 - I -- -t `r THE DESCRIBED WORK HAS BEEN PERFORMED AS AUTHORIZED AND THE ABOVE HOURS ARE CORRECT: SIGNED SIGNED LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #097 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 TO: Jose Lorenzo -Torres (Weinstein A+U) Lauren Rock (Weinstein A+U) Emma Nowinski (Weinstein A+U) DATE INITIATED: 11/14/2019 LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: TBD DRAWING NUMBER: C2.0, M201N LINKED DRAWINGS: 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 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) Arch - Side Sewer Conflict with BF Spread Footing at GL 3.25 and F FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: Alex Carey (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Closed on 11/19/19 11/22/2019 TBD Question from Alex Carey Construction, Inc. - Bellevue Of) at 02:17 PM on 11/141/2010 Clarification is needed for the side sewer entering the building at GL 3.25/F. 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 3.25/F. A potential solution would be to align the side sewer stub into the building with the 6" VV line location shown on M201S 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 S read Footin at GL 3.25 and F. df 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 Spread Footing at GL 3.25 and F - LPD Response.pdf All Replies: Side sewer will be routed around the brace frame footing using two 45-degree bends. Plan sheet 04.0 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 Spread Footing at GL 3.25 and F - LPD Response pdf BY Lydig Construction, Inc. DATE COPIES TO Page 1 of 1 Printed On: 03/20/2020 10:26 AM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #065 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #065: CE #065 - RFI #093: Arch/Elec - Reconfiguration of Electrical Room 105 TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION 065 / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: Pending- In Review FIELD CHANGE: No LOCATION: SCHEDULE IMPACT: 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: 3/20 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: No TOTAL AMOUNT: $14,054.85 Amount Based POTENTIAL CHANGE ORDER TITLE: CE #065 - RFI #093: Arch/Elec - Reconfiguration of Electrical Room 105 CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #065 - RFI #093: Arch/Elec - Reconfiguration of Electrical Room 105 RFI #093: Arch/Elec - Reconfiguration of Electrical Room 105 ATTACHMENTS: tfs 52 - gccm-rfi 093-arch elec - reconfiguration of electrical room 105-202003201741.pdf CE 065 - COR004.1 pdf # Cost Code Description Type Amount 1 26--001-99-- BP-11 - Electrical Subcontractor PCEC COR 004 Subcontractor $ 13,188.00 Subtotal: 513,188.00 Fee - Self Perform Work: 16.00%Applies to Labor, Materials, Equipment, Other, Overhead and Profit, and Unwritten Sub's/PA's. $ 0.00 Fes - Sub Tier Work:4.60% Applies to Subcontractor and Purchase Agreements.. $.593.46 GL Insurance: 0.76%Applies to, all line item types. $ 103.36 P&P Bond: 0.76% Applies to all line item types. $ 104.14 BSO Tax: = 0.47% Applies to all line item types. $:65.89 Grand Total:. $14,064.86 Owner Signature Date Lydig Construction, Inc. page 1 of 1 Printed On: 3/20/ 2020 10 :42 AM PACIFIC COAST ELECTRICAL CONTRACTORS, INC. 16620 North Road * Bothell, Washington 98012-5908 TEL (425) 741-2700 * FAX (425) 741-2600 March 16, 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# 0 CCD# 0 RFI# 0 PCEC RFI# 000 PCEC COR# 004.1 Dear Kiel 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 $13,188.00 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 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 0 days added to our schedule afier receipt of written approval and required material products for this change to our scope of work. 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 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: ( 4 ) worksheets PeSe Pacific Coast Electrical Contractors, Inc. Sub Contractor Breakdown Summary Project Name: Tukwila Fire Station 52 PCEC Job No.: [ 19066 Work Revised - Larbor required due to Electrical Redesign. Including Description: Saturday work to get caught up. 1. CRAFT LABOR COSTS (includes payroll taxes & burden) a. craft labor costs from breakdown b. craft labor costs from breakdown c. craft labor costs from breakdown d. craft labor costs from breakdown e. craft labor costs from breakdown DIRECT LABOR SUBTOTAL Supervision d. direct supervision 0% (of direct labor) e. safety 0% (of labor) f. travel (if applicable, itemize) parking 2. MATERIAL COSTS a. scheduled material b. quoted material c. freight 3. EQUIPMENT COSTS a. owned equipment (spec approved source) b. rental equipment (per invoices attached) 4. SMALL TOOLS a. small tools 5. OVERHEAD AND PROFIT a. b. 6. SUBCONTRACTORS a. b. c. d. 0% (of direct labor) $ $ 92.98 127.03 161.09 104.75 $ 114.36 $ 11,131.44 COP# PCEC COR# Date: CCD# RFI# PCEC RFI# 1. CRAFT LABOR COSTS d. permits e. dumpster f. coordination drawings 2. MATERIAL COSTS 15% overhead & profit of 1 15% overhead & profit of 2, 3 & 4 7. 0 & P ON SUBCONTRACTORS a. 0% overhead & profit of 6 8. INSURANCE/TAXES a. volume driven liability insurance b. Bonding c. State B&O Tax d. City B&O Tax 9. 0 & P ON INSURANCE / TAXES a. 0% portion of 8 0 004.1 3/16/2020 00 0 000 76.00 Hrs. Normal Time 32.00 Hrs. OT 1-1/2 Time 0.00 Hrs. OT 2 Time 0.00 Hrs. 2nd Shift Time 0.00 Hrs. 3rd Shift Time $ - $ 3. EQUIPMENT COSTS 4. SMALL TOOLS 5. OVERHEAD & PROFIT $ 6. SUBCONTRACTORS 7. 0 & P ON SUBS 1.00% (of 1 through 7) 2.00% (of 1 through 7) 0 (of 1 through 7) 0 (of 1 through 7) 8. INSURANCE 9. O& P ON INS / TAX $ 128.01 $ 258.58 TOTAL COST 1 THRU 8 $ 11,131.44 1,669.72 386.59 $ 13,188.00 PACIFIC COAST ELECTRICAL CONTRACTORS, INC. 16620 North Road * Bothell, WA 98012-5908 (425) 741-2700 * (425) 741-2600 PCEC JOB NUMBER: 19066 JOB NAME/ NUMBER Tukwila Fire Station 52 WORK ORDER 001 BILL TO: Lydig Construction 3180 139th Ave SE, Suite 110 Bellevue, WA 98005 ATTN: Kiel Lunsford WORK REQUESTED itt15 ce: -z:1 I)„ rv\ 012-e-611 rj ELECTRICIAN'S REPORT rpiS 4 e e o WORK DATE EMPLOYEE IV fri4 r---- I/14 TOTAL HOURS: Labor Rate Totals TOTAL HOURS: R A E T 1,5 2 2nd 3rd 11/25 MON b 11/26 TUE 6 /\ 4 11/27 WED 11/28 THU 67 11/29 FRI lc 11/30 SAT 0 HRS @ 1X 0 HRS @ 1-1/2X 0 HRS @ 2X 0 HRS @ 2nd Shift 0 HRS @ 3rd Shift 0 HRS Other Cost: Tools: Permit: 16 vo 12/1 SUN 16 23 M/D TOT 0 0 0 0 QTY Tukwila Fire Station 52 JOB LOCATION 15447 65th Ave S CUSTOMER NO. RFI 093 CUSTOMER TEL NO. Tukwila, WA 98188 (425) 885-3314 REQUESTED BY DATE OF ORDER MATERIAL PRICE U AMOUNT By signing this 0 11. Lydlg Cortruction • • • • utilized. This acknowlee,!emeflt does not constitute Lydig's agreemen that ths woic is an were used and work w s performed. If the subcontractor believes this ork is an remains the subcontractor's du to notice per the subcontra t nd Vie contract liftable d re • - of,AMILIPPArL $ xtra then it oulde due PACIFIC COAST ELECTRICAL CONTRACTORS, INC. 16620 North Road * Bothell, WA 98012-5908 (425) 741-2700 * (425) 741-2600 JOB NAME/ NUMBER WORK ORDER PCEC JOB NUMBER: 19066 Tukwila Fire Station 52 001 Tukwila Fire Station 52 CUSTOMER NO. JOB LOCATION BILL TO: 15447 65th Ave S CUSTOMER TEL, NO. Lydig Construction Tukwila, WA 98188 (425) 885-3314 3180 139th Ave SE, Suite 110 REQUESTED BY DATE OF ORDER Bellevue, WA 98005 ATTN: Kiel Lunsford WORK REQUESTED QTY MATERIAL PRICE U AMOUNT Overtime to work on roughin the electrical rm due to re design electrical room lay out kr-i d 7 ELECTRICIAN'S REPORT IZ-I y WORK DATE R A 12/9 ##l#I #### i : M/D MON TUE WED THU FRI SAT SUN TOT EMPLOYEE T E Mitch Moore 1.5 8 e Luke Parkin 1.5 8 a Nick Stopher 1.5 8 8 JimMarante. 1.5 a 8 1 0 1 0 1 0 1 0 TOTAL HOURS: 32 i� [ GJ ,cpi/J " 7 P2Gt'I i U -rim 1 L` . Labor Rate Totals 1 0 HRS @ 1X 1.5 32 HRS @" 1-1/2X By signing this document, Lydig Construction 2 0 HRS @ 2X it an i edging that tare resources • . This acknowledgement listed were does of tea 0 HRS @ 2nd Shift constitute Lydig's agreement that this ... work is 3rd 0 HRS @ 3rd Shift. .were .. used and work was performed. If the TOTAL HOURS: 32 HRS subccntractor believes this work is an puneins the subcontrar`tor's duty to extra then p[rwide due It Other Cost: notice per the subcontract and he contract Tools: docurnents, an request a chance directive, chance order proposal a request for equity le ajustrTlent i=,'/" TOTAL MATERIAL $ Permit: PACIFIC COAST ELECTRICAL CONTRACTORS, INC. 16620 North Road * Bothell, WA 98012-5908 (425) 741-2700 * (425) 741-2600 JOB NAME/ NUMBER WORK ORDER PCEC JOB NUMBER: 19066 Tukwila Fire Station 52 001 Tukwila Fire Station 52 CUSTOMER NO, JOB LOCATION RFI 093 BILL TO: Lydig Construction 15447 65th Ave S CUSTOMER TEL. NO. Tukwila, WA 98188 (425) 885-3314 3180 139th Ave SE, Suite 110 REQUESTED BY DATE OF ORDER Bellevue, WA 98005 AT'TN: Kiel Lunsford WORK REVESTED QTY MATERIAL PRICE U AMOUNT 1/40,61.4t e ectaita bi; etiec-t-eti-eL( \„1> ,6i i , J e „ ,$, kk reit er, , ,-e ,, (i ELECTRICIAN'S REPORT WORK DATE A 11125 11/26 11/27 11/28 11/29 11/30 12/1 M/D EMPLOYEE T E MON TUE WED THU FRI SAT SUN TOT fArriri-i0 (-:- 1 0 ,re-,--1 k ti .01 Lf, f . el 0 1 CI 0 1 0 1 0 1 0 1 0 TOTAL HOURS: 1 3 11X. Labor Rate Totals 1 0 HRS @ 1X ______ By signing this • .. meet -aco1edginothat Lydia . . 1 .on Ls 0 HRS @ 1-1/2X 2 0 HRS @ 2X the r .: : ,, - • . 'This acknowledgement . . ..., d�es were Kt 2nd 0 HRS @ 2nd Shift Lydig's agreement that Wre used and work was this work performed. ff is an the 3rd 0 HRS @ 3rd Shift : TOTAL HOURS0 HRS • ••••• tractor believes this workis mmalnc the cubcontrzictorc duty . I*: per the Bunco : -;" an extra to providp and the then ft due contra Other Cost: . • me 1,- „...w: • requ — a ..... . - .,,Zirill.. . • a .2 . .46. chan!. IP Tools: • r 6 ,1414,;411,10....1 . 1 LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #093 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Arch/Elec - Reconfiguration of Electrical Room 105 TO: Emma Nowinski (Weinstein A+U) Jose Lorenzo -Torres (Weinstein A+U) Lauren Rock (Weinstein A+U) DATE INITIATED: 11/13/2019 LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: TBD DRAWING NUMBER: A101S, E301S LINKED DRAWINGS: FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: Alex Carey (Lyttig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Closed on 12/16/19 11/21/2019 TBD RECEIVED FROM: Scott Driscoll (PACIFIC COAST ELECTRICAL) 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) Question from Alex Carey (Lydig Construction, Inc. - Bellevue Of) at 01:21 PM on 11/13/2019 The current configuration of the electrical room has resulted in 4" conduits penetrating the footing at GL 1/E to feed the MTS-MDPE, ATS-MDPE and ATS-C (see screenshots of electrical model on the attachment). As discussed at the OAC meeting on 11/12/19, the electrical room is to be reconfigured to avoid footing penetrations. In order to maintain door and electrical clearances, the attached revised room layout has been coordinated with the electrical contractor. This results in revisions to the wall layout of this room to extend the north wall into corridor 102. Please advise if the proposed reconfiguration of the electrical room is acceptable. Attachments: RFI 093 - Arch-Elec - Reconfiguration of Electrical Room 105.pdf Official Response: Lauren Rock (Weinstein A+U) responded on Friday, December 13th, 2019 at 3:57PM PST Please refer to the following revised drawings which reflect the revised layout of the Electrical Room ASK-001 (The full sheet of A101S will be issued as part of ASI-007 with the Elevator changes) A301 E103S L. Rock, Weinstein A+U 12/13/19 R. Juan, TFWB, 12/13/19 Attachments: RFI 093 - Arch-Elec - Reconfiguration of Electrical Room 105 Response.pdf All Replies: Re le 14A, klkad ACIN, -0144' 444 mvr., Please refer to the following revised drawings which reflect the revised layout of the Electrical Room. ASK-001 (The full sheet of A101S will be issued as part of ASI-007 with the Elevator changes) A301 E103S L. Rock, Weinstein A+U 12/13/19 R. Juan, TFWB, 12/13/19 ,tk Attachments: RFI 093 - Arch-Elec - Reconfiguration of Electrical Room 105 Response.pdf Lydig Construction, Inc. Page 1 of 2 Printed On: 03/20/2020 10 :41 AM LYDIG RFI #093 BY DATE COPIES TO Lydig Construction, Inc. Page 2 of 2 Printed On: 03/20/2020 10:41 AM LYD1G Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #066 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone. 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #066: CE #099 - RFI #224: Elec - Great Room Cord Chases TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 066/0 Pending - In Review FROM: CONTRACT: CREATED BY: CREATED DATE: PRIME CONTRACT CHANGE ORDER Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE Suite 110 Bellevue Washington, 98005 30129 - Tukwila Fire Station #52 -GCCM Prime Contract Alex Carey (Lydig Construction, Inc. Bellevue Off) 3/20 /2020 None ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $800.37 POTENTIAL CHANGE ORDER TITLE CE #099 - RFI #224: Elec - Great Room Cord Chases CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #099 - RFI #224: Elec Great Room Cord Chases 2" conduit chase pass through for HDMI raceway in Great Room 224 per RFI 224. ATTACHMENTS: tfs 52 - gccm-rfl 224-elec - great room cord chases-202003201828,pdf CE 099 - COR007.pdf # Cost Code Description Type Amount 1 26--001-99- - BP-11 - Electrical Subcontractor PCEC:COR007 Subcontractor $ 751.00 Subtotal: 5751,00 Fee - Se 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. $ 33,80 GL Insurance: 0.76% Applies to all line item types. $ 5.89 P&P Bond: 0.76% Applies to all line item types. 5 5.93 880 Tax: = 0.47% Applies to all line item types, $ 3.75 Grand Total: $800.37 Owner Signature Date Lydig Construction, Inc. page 1 of 1 Printed On: 3/20/ 2020 11 :29 AM PACIFIC COAST ELECTRICAL CONTRACTORS, INC. 16620 North Road * Bothell, Washington 98012-5908 TEL (425) 741-2700 * FAX (425) 741-2600 February 24, 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# RFI# PCEC RFI# PCEC COR# 007.0 Dear Kiel 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 $751.00 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 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 0 days added to our schedule after receipt of written approval and required material products for this change to our scope of work. 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 worlc, delays, disruption, rescheduling, extended overhead, acceleration, and/or 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 hould you have any questions regarding this change proposal. Sincerely, Scott Driscoll Project Manager Enclosures: ( 3 ) worksheets Pacific Coast Electrical Contractors, Inc. Sub Contractor Breakdown Summary Project Name: Tukwila Fire Station 52 COP# - PCEC Job No.: 19066 PCEC COR# 007.0 Work Pricing for 2" conduit chase way for future HDMI with pass Date: 2/24/2020 Description: through in Greatroom 224. cco# RFI# 1. CRAFT LABOR COSTS (includes payroll taxes & burden) PCEC RFI# a, craft labor costs from breakdown $ 92.98 4.71 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 $ 437.94 Supervision d. direct supervision 0% (of direct labor) e. safety 0% (of labor) f. travel (if applicable, itemize) parking 1. CRAFT LABOR COSTS 437.94 2. MATERIAL COSTS a. scheduled material $ 177.55 d. permits $ b. quoted material $ 18.12 e. dumpster $ c. freight $ - f. coordination drawings $ 2. MATERIAL COSTS $ 195.67 3. EQUIPMENT COSTS a. owned equipment (spec approved source) b. rental equipment (per invoices attached) 4. SMALL TOOLS a. small tools 0% (of direct labor) 5. OVERHEAD AND PROFIT a. b. 6. SUBCONTRACTORS a. b. c. d. $ 15% overhead & profit of 1 15% overhead & profit of 2, 3 & 4 7. 0 & P ON SUBCONTRACTORS a. 0% overhead & profit of 6 8. INSURANCE / TAXES a. volume driven liability insurance b. Bonding c. State B&O Tax d. City B&O Tax - $ - $ 3. EQUIPMENT COSTS 4. SMALL TOOLS 5. OVERHEAD & PROFIT 95.04 $ 6. SUBCONTRACTORS 7. 0 &P ON SUBS 1.00% (of 1 through 7) $ 7.29 2.00% (of 1 through 7) $ 14.72 0 (of 1 through 7) 0 (of 1 through 7) 8. INSURANCE 9. 0 & P ON INSURANCE / TAXES a. 0% portion of 8 9. O& P ON INS / TAX 22.01 TOTAL COST 1 THRU 8 751.00 Job Name: FS#52 Tukwila Job Number. 1429 Extension Name: COR Material Filter: <None> [Items and ByProducts] Report: COR 2/1 Item # 1 Item Name L Quantity Price Label Set: Combined, Combined, Combined, Combined, Combined 1,051 2 EMT 8.00 $626.03 C 1,180 2 EMT CONN S/S/I 4.00 $577.27 C 1,499 2 EMT 2 HOLE STP/STL 1.12 $284.42 C 4,194 8 X 1/2 HEX HD TAP SCR 8.00 $2.93 C 4,293 5/16 FLAT CUT WASHER -ZINC 2.24 $5.84 C 4,493 HX LAG BLT 5/16X1-1/4 2.24 $14.22 C 4,633 TSGB-16 SUPPORT BRACKET 4.00 $341.13 C 16,934 1G PLASTIC SWITCH PLATE 4.00 $52.00 C 17,543 4 11/16 BOX 2-1/8"D 1/2 & 3/ 4.00$1,068.58 C 17,550 4 11/16 SG MUD RING 5/8"R 4.00 $1,103.06 C Courtesy of McCormick Systems Inc. EA Price Labor • • U I Labor • $177.55 $50.08 $23.09 $3.19 $0.23 $0.13 $0.32 $13.65 $0.00 $42.74 $44.12 $177.55 - 0 'MO 4.71 C 0.64 E 1.00 C 0.06 C 0.40 C 0.02 0.00 C 0.40 C 0.40 1.20 C 0.60 4.71 Page 2 3/13/2020 4:06 PM Scott Driscoll From: Hager, Paul <paul.hager@platt.com> Sent: Monday, February 24, 2020 2:10 PM To: Scott Driscoll Subject: RE: FS 52 pass through $4.53e no frt will come overnight truck Thank you , Paul Hager Seattle Direct (206)-654-1511 Ext 1286 Paul.hager@platt.com From: Scott Driscoll <sdriscoll@pcec.com> Sent: Monday, February 24, 2020 1:59 PM To: Hager, Paul <paul.hager@platt.com> Subject: RE: FS 52 pass through Can you send me a cost for 4? I am assuming to shipping cost since its coming from Portland? Thank you, Scott Driscoll Project Manager PCEC Pacific Coast Electrical Contractors, Inc. 16620 North Road * Bothell, WA 98012 Office: (425) 741-2700 * Fax (425) 741-2600 * Cell (206) 919-2042 From: Hager, Paul <pa ul.hager@platt.com> Sent: Monday, February 24, 2020 1:58 PM To: Scott Driscoll <sdriscoll@pcec.com> Subject: RE: FS 52 pass through 128 in Portland .... Thank you , Paul Hager Seattle Direct (206)-654-1511 Ext 1286 Paul.hagerApIatt.com LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #224 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Elec - Great Room Cord Chases TO: Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) Emma Nowinski (Weinstein A+U) DATE INITIATED: 02/20/2020 LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: TBD DRAWING NUMBER: A622 LINKED DRAWINGS: RECEIVED FROM: 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), Emma Nowinski (Weinstein A+U), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. Bellevue Off), Thayer Wild (Weinstein A+U) Scott Driscoll (PACIFIC COAST ELECTRICAL) FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: David White (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Closed on 02/24/20 02/27/2020 TBD Question from David White (Lydig Construction, Inc. - Bellevue Of) at 10:45 AM on 02/20/2020 Pacific Coast Electrical needs more information on the materials intended to be used for the cord chase in Great Room 224 shown on 1/A622. Please provide the conduit size and box requirements for the chase. Attachments: RFI 224 - Great Room Cord Chases.pdf Official Response: Thayer Wild (Weinstein A+U) responded on Thursday, February 20th, 2020 at 5 20PM PST The vertical cord wireway/chase shall be similar to Legrand Wiemold 3000 series with brushed cable pass -through opening at the top and bottom. Rocxy Juan - TFWB Engineers 2-20-2020 Attachments: RFI 224 - Great Room Cord Chases - TFWB res onse. d All Replies: T:N1Tr; ' to,,,4k4,qft '411Mrpt, The vertical cord wireway/chase shall be similar to Legrand Wiemold 3000 series with brushed cable pass -through opening at the top and bottom. Rocxy Juan - TFWB Engineers 2-20-2020 Attachments: RFI 224 - Great Room Cord Chases - TFWB response.pdf BY Lydig Construction, Inc. DATE COPIES TO Page 1 of 1 Printed On: 03/20/2020 11:28 AM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #067 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #067: CE #100 - RFI #259: PRIORITY - Elec - Lighting Fixture Submittal Review Confirmation TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: City of Tukwila FROM: 6200 Southcenter Boulevard Tukwila Washington, 98188 067 / 0 Pending - In Review CONTRACT: CREATED BY: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 30129 - Tukwila Fire Station #52 - GCCM Prime Contract Alex Carey (Lydig Construction, Inc. - Bellevue Off) CREATED DATE: 3/20 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $2,718.67 POTENTIAL CHANGE ORDER TITLE: CE #100 - RFI #259: PRIORITY - Elec - Lighting Fixture Submittal Review Confirmation CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #100 - RFI #259: PRIORITY - Elec - Lighting Fixture Submittal Review Confirmation Revision of light fixtures RL-7, SL-6, WL-4 and WL-7 to match manufacturer/model from Tukwila Fire Station 51 per submittal review comments and RFI 259. ATTACHMENTS: tfs 52 - gccm-rfi 259-priority - elec - lighting fixture submittal review confirmation-202003201854.odf CE 100 - COR012.odf 9 Cost Code Description Type Amount 26-001-99- - BP-11 - Electrical Subcontractor PCEC COR 012 Subcontractor $ 2,551 00 Subtotal: $2,551 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. $ 114 80 GL Insurance: 0.76% Applies to all line item types. $ 19 99 P&P Bond: 0.76% Applies to all line item types. $ 20 14 B&O Tax: = 0.47% Applies to all line item types. $ 12 74 Grand Total; $2,718.67 Owner Signature Date Lydig Construction, Inc. page 1 of 1 Printed On: 3/20/ 2020 11 :56 AM PACIFIC COAST ELECTRICAL CONTRACTORS, INC. 16620 North Road * Bothell, Washington 98012-5908 TEL (425) 741-2700 * FAX (425) 741-2600 March 17, 2020 Lydig Construction 3180 139th Ave SE, Suite 110 Bellevue, WA 98005 Attn.: Alex Carey RE: Tukwila Fire Station 52 Tukwila Fire Station 52 COP# 0 CCD# 0 RFI# 0 PCEC RFI# 000 PCEC COR# 012.0 Dear Alex 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 $2,551.00 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 may be impacted due to this revision. We will advise shipping schedules afier 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. 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 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: ( 2 ) worksheets pese Pacific Coast Electrical Contractors, Inc. Sub Contractor Breakdown Summary Project Name: PCEC Job No.: Work Description: Tukwila Fire Station 52 19066 Lighting brand changes to match Fire Station 51 look. 1. CRAFT LABOR COSTS a. craft labor costs from breakdown b. craft labor costs from breakdown c. craft labor costs from breakdown d. craft labor costs from breakdown e. craft labor costs from breakdown DIRECT LABOR SUBTOTAL Supervision d. direct supervision 0% (of direct labor) e. safety 0% (of labor) f. travel (if applicable, itemize) parking 2. MATERIAL COSTS a. scheduled material b. quoted material c. freight $ $ 2,153.24 3. EQUIPMENT COSTS a. owned equipment (spec approved source) b. rental equipment (per invoices attached) 4. SMALL TOOLS a. small tools 5. OVERHEAD AND PROFIT a. b. 6. SUBCONTRACTORS a. b. c. d. 0% (of direct labor) (includes payroll taxes & burden) $ 92.98 127.03 161.09 104.75 $ 114.36 COP# 0 PCEC COR# 012.0 Date: 3/17/2020 CCD# 00 RFI# 0 PCEC RFI# 000 0.00 Hrs. Normal Time 0.00 Hrs. OT 1-1/2 Time 0.00 Hrs. OT 2 Time 0.00 Hrs. 2nd Shift Time 0.00 Hrs. 3rd Shift Time 1. CRAFT LABOR COSTS d. permits e. dumpster f. coordination drawings 2. MATERIAL COSTS 2,153.24 15% overhead & profit of 1 15% overhead & profit of 2, 3 & 4 7. 0 & P ON SUBCONTRACTORS a. 0% overhead & profit of 6 8. INSURANCE / TAXES a. volume driven liability insurance b. Bonding c. State B&O Tax d. City B&O Tax $ - $ 3. EQUIPMENT COSTS 4. SMALL TOOLS 5. OVERHEAD & PROFIT $ 6. SUBCONTRACTORS 7.0&PONSUBS 1.00% (of 1 through 7) 2.00% (of 1 through 7) 0 (of 1 through 7) 0 (of 1 through 7) 8. INSURANCE 9. 0 & P ON INSURANCE / TAXES a. 0% portion of 8 9. P ON INS / TAX TOTAL COST 1 THRU 8 24.76 50.02 $ 322.99 $ 74.78 2,551.00 PLATT QUOTATION PLATT LIGHTING QUOTATION COMPANY: PACIFIC COAST ELECTRICAL ATTN: Scott TERMS: NET 30 DAYS FREIGHT: FOB FACTORY QUOTE DATE: 03/17/20 PROJECT: TUKWILA FS 52 QUOTED BY: Candy Scarborough PLATT BRANCH: SEATTLE Prices quoted; unless otherwise specifically noted on thisquotation; are subject to availability and must be accepted and released for immediate shipment within 48 hours.. Prices are subject to change without notice. Customer agrees that this. quotation and any sale of productentered into is applicable to Platt Electric's standard Terns and Condition of sale and cannot be waived. Plates Standard Terms and condition of sale are not included in this document; but are so here incorporated by reference within this quotation. A copy of P1att's standard Terns and condition of sale is available at thttp;//mew:plamcom/sarvice/terms.htei>. TOTAL 4 TYPE QTY MFG DESCRIPTION UNIT PRICE U M EXTENDED PRICE E CHANGES PER SUB REVIEW E E RL-7/4 -4 FINE HP-2 SM RG-D-4'-V-835-RG-D-96LG-120V-SC-FC- E 10%-C4-FE -SW -FLEX E RL-7/4E -2" FINE HP-2 SM RG-D-4'-V-835-RG-D-96LG-120V-SC -FC- E 10%-C4-FE-SW -FAC CHO-FLEX E RL-7/8 1 FINE HP-2 SM RG-D-8'-V-835-RG-D-96LG-120V-SC-FC- E 10%-C4-FE-SW-FLEX E RL-7/8E 2; FINE HP-2 SM RG-D-8'-V-835-RG-D-96LG-120V-SC-FC-- E 10%-C4-FE-SW -FAC CHO-FLEX E E RL-7 LOT E C$8.21) E SL-6 1 PULSE LOGN-4W-48V-48"-30K-WW-HFR-UMASN-[STD E FINISH]-UCTL-UL E SL-6 1 PULSE LOGNJC-UL-10FT-BK-M E SL-6 -1 PULSE LCBX-120/277-48V-DIM-60W-STD FINISH-UL E WL-4 -5 HLOL TRP2-24L-50-3K7-4-UNV-[STD FINISH] E WL-4A -3 HLOL TRP2-24L-30-3K7-4-UNV-[STD FINISH] E WL-7 -10 BARTCO BSS205-4-30 -DM -R-[LENS]-[MTG]-SN-[STD FINISH] E E l LOT ABOVE $7,378.23 E ($7e378.23) E SL-6 ALT 1 WINONA WSL105W LSL 4FT MSL4 100ADJ 100DEG LLP4A 30K 24 SGB E SL-6 TRANS 1 WINONA TQD300 120 E 1 WINONA LOT $1,345.44 E $1,345.44 E E WL-4 5' GARDCO 101L-16L-1000-WW-G1-4-120-PCB -STD FINISH E WL-4A 3 GARDCO 111L-16L-350-WW-G1-4-120-PCB-STD FINISH E GARDCO LOT E $40294..44 E WL-7 10 BIRCHWOOD NOL-LED-125-SLO-35-3-MW-FW-120-D1-SM E BIRCHWOOD LOT E S3,977.80 E E E E 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 2 LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #259 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax. 4258812903 PRIORITY - Elec - Lighting Fixture Submittal Review Confirmation TO: Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) Emma Nowinski (Weinstein A+U) DATE INITIATED: 03/17/2020 LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: TBD DRAWING NUMBER: E100 LINKED DRAWINGS: FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION REFERENCE: David White (Lydig Construction, Inc. Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Closed on 03/18/20 03/24/2020 TBD RECEIVED FROM: Scott Driscoll (PACIFIC COAST ELECTRICAL) 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), Emma Nowinski (WeinsteinA+U), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. - Bellevue Off), Thayer Wild (Weinstein A+U) Question frog David White (Lydig Construction, Inc. - Bellevue Of) at 06:24 PM on 03/17/2020 Confirmation to switch to a different manufacturer of light fixtures as requested in 265100-1-0 and 265100-1-1 is needed. Light fixtures SL-6, WL-4, and WL-7 all list multiple manufacturers of the same fixture on E100. Pacific Coast Electrical Contractors submitted one of the listed manufacturers for each of these fixtures, based on best available price and lead time. Submittal review comments from Weinstein requested the following changes: SL-6 Submitted by PCEC - Lumenpulse Requested by WAU - Winona WL-4/4A Submitted by PCEC - Hubbell Requested by WAU Gardco WL-7 Submitted by PCEC - Bartco Requested by WAU -Birchwood As previously noted, each of the submitted fixtures are one of the approved fixtures and manufacturers per E100. The requested change to switch to one of the other listed manufacturers will result in additional costs of $2,551 before markups and fees. It appears that the request to switch to different manufacturers was made to match the light fixtures that will be installed at TFS 51. Please advise if PCEC is to proceed with purchasing each of the requested light fixtures. Attachments: RFI 259 - PRIORITY - Elec - Lighting Fixture Submittal Review Confirmation.pdf Official Response: Lauren Rock (Weinstein A+U) responded on Wednesday, March 18th, 2020 at4:01PM PDT Submit light: fixtures SL-6, WL-4/4A, and WL-7 as requested in submittal review comments. L. Rock, Weinstein A+U 3/18/20 Attachments: RFI 259 - PRIORITY - Elec- Lighting Fixture Submittal Review Confirmation Response.pdf All Replies: Lydig Construction, Inc. Page 1 of 2 Printed On: 03/20/2020 11 :54 AM RFI #259 LY D I G Submit light fixtures SL-6, WL-4/4A, and WL-7 as requested in submittal review comments. L. Rock, Weinstein A+U 3/18/20 Attachments: RFI 259-- PRIORITY - Elec - Lighting Fixture Submittal Review Confirmation Response.pdf BY Lydig Construction, Inc. DATE COPIES TO Page 2 of 2 Printed On: 03/20/2020 11:54 AM LYDiG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #068 Project: 30129-43 - TFS#52 GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #068: CE Power Connection for Exhaust Fa #101 - RFI #198: Elec - ns 1-3 TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION 068 / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: Pending - In Review FROM: CONTRACT: CREATED BY: CREATED DATE: PRIME CONTRACT CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: TOTAL AMOUNT: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 30129 - Tukwila Fire Station #52 - GCCM Prime Contract Alex Carey (Lydig Construction, Inc. Bellevue Off) 3/20 /2020 None Amount Based No $4,938.59 POTENTIAL CHANGE ORDER TITLE: CE #101 - RFI #198: Elec - Power Connection for Exhaust Fans 1-3 CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE#101 - RFI #198: Elec - Power Connection for Exhaust Fans 1-3 Addition of electrical connection to EF-1 from panel M per RFI 198. ATTACHMENTS: tfs 52- qccm-rfi 198-elec mower connection for exhaust fans 1-3-202003201859.pdf CE 101- COR013.pdf Cost Code Description Type Amount 26--001-99-- BP-11 - Electrical Subcontractor PCECCOR 013 Subcontractor $ 4,634.00 Subtotal: $4,634.00 Fee - Self Perform Work: 16.00%Applies to Labor, Materials, Equipment, Other, Overhead and Profit, and UnwrittenSub's(PA's. $ 0.00 Fee - Sub Tier Work: 4.60% Applies to Subcontractor and Purchase Agreements. $ 208.53 GL Insurance: 0.76% Applies to all line item types. $ 36.32 P&P Bond: 0.76% Applies to all Tine item types. $ 36.59 B&O Tax: x 0.47 % Applies to all line item types. $ 23.15 Grand Total: $4,938.69 Owner Signature Date Lydig Construction, Inc. page 1 of 1 Printed On: 3/20/ 2020 12 :03 PM PACIFIC COAST ELECTRICAL CONTRACTORS, INC. 16620 North Road * Bothell, Washington 98012-5908 TEL (425) 741-2700 * FAX (425) 741-2600 March 19, 2020 Lydig Construction 3180 139th Ave SE, Suite 110 Bellevue, WA 98005 Attn.: Alex Carey RE: Tukwila Fire Station 52 Tukwila Fire Station 52 COP# 0 CCD# 0 RFI# 198 PCEC RFI# 000 PCEC COR# 013.0 Dear Alex 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 $4,634.00 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 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 0 days added to our schedule afterafier receipt of written approval and required material products for this change to our scope of work. 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 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: ( 3 ) worksheets pese Pacific Coast Electrical Contractors, Inc. Sub Contractor Breakdown Summary Project Name: PCEC Job No.: Work Description: Tukwila Fire Station 52 19066 Pricing for added EF-1 in RFI 198. 1. CRAFT LABOR COSTS (includes payroll taxes & burden) a. craft labor costs from breakdown b. craft labor costs from breakdown c. craft labor costs from breakdown d. craft labor costs from breakdown e. craft labor costs from breakdown DIRECT LABOR SUBTOTAL Supervision COP# 0 PCEC COR# 013.0 Date: 3/19/2020 ccD# 00 RFI# 198 PCEC RFI# 000 92.98 24.87 Hrs. Normal Time 127.03 0.00 Hrs. OT 1-1/2 Time 161.09 0.00 Hrs. OT 2 Time 104.75 0.00 Hrs. 2nd Shift Time 114.36 0.00 Hrs. 3rd Shift Time $ 2,312.41 d. direct supervision 0% (of direct labor) $ e. safety 0% (of labor) $ f. travel (if applicable, itemize) parking $ 1. CRAFT LABOR COSTS $ 2,312.41 2. MATERIAL COSTS a. scheduled material $ 609.01 d. permits $ b. quoted material $ 889.67 e. dumpster $ c. freight $ - f. coordination drawings $ 2. MATERIAL COSTS $ 1,498.68 3. EQUIPMENT COSTS a. owned equipment (spec approved source) 19' Scissor Lift $ 100.00 b. rental equipment (per invoices attached) 3. EQUIPMENT COSTS 100.00 4. SMALL TOOLS a. small tools 0% (of direct labor) 4. SMALL TOOLS 5. OVERHEAD AND PROFIT a. b. 6. SUBCONTRACTORS a. b. c. d. 15% overhead & profit of 1 15% overhead & profit of 2, 3 & 4 7. 0 & P ON SUBCONTRACTORS a. 0% overhead & profit of 6 8. INSURANCE/TAXES a. volume driven liability insurance b. Bonding c. State B&O Tax d. City B&O Tax 5. OVERHEAD & PROFIT 6. SUBCONTRACTORS 7.0 & P ONSUBS 1.00% (of 1 through 7) $ 44.98 2.00% (of 1 through 7) $ 90.85 0 (of 1 through 7) 0 (of 1 through 7) 8. INSURANCE 9. 0 & P ON INSURANCE / TAXES a. 0% portion of 8 9. O& P ON INS / TAX $ 586.66 135.83 TOTAL COST 1 THRU 8 4,634.00 Job Name: FS#52 Tukwila Job Number: 1429 Extension Name: COR ftern # Material Filter: <None> [Items and ByProducts] Report: COR 2/1 Labor EXt Label Set: Combined, Combined, Combined, Combined, Combined 53700 M 170.00 $1.6i3 C 2.00 LJ6'...:!:::„iiI58t0,! C 20.40 $68a.24. C 23.80 $2830i, C 68 12 THHN CU STRANDED 1,047 3/4 EMT 1,188 3/4 EMT CONN S/C 1,319 3/4 EMT COUPL S/C 1,458 3/4 EMT 1 HOLE STP/STL 3,961 1/4-20 X 1 CAP SCREW 4,126 10 X 1-1/2 COMB PAN HD TAP 4,277 1/4 X 1-1/2" FENDER WASHER 4,291 #10 / 3/16 FLAT CUT VVASHER- 4,366 1/4"x2-1/4" SLEEVE ANCHOR 4,552 3/8" WASHER 4,752 1-5/8 SLOT STRUT CHNL 12 G, 4,796 1/4" SPRING NUT 6,671 3/4 FLEX WP 6,683 3/4 FLEX WP CONN 6,988 12 GA TERMINATION 12,350 0 START/30A DISC 240V 3P,N1 3 00 C " 2.00 :;-4.:11,425I03 C 9.00 X 1.00 r7777.i0.061 Q $609.01 $95.57 $274.30 $11.63 $139.18 $6.74 $0.22 $1.26 $4.88 $0.82 $4,28 $3.73 $6.01 $21.89 $10.01 $28.50 $0.00 $0.00 $609.01 c..E'JQJ '1,"5 o 791, f5/o oo M E E E E 24.87 3.22 8.50 0.60 2.86 0.95 0.11 1.43 0.03 0.17 0.64 0.03 0.24 0.24 0.15 0.36 1.35 4.00 24.87 Courtesy of McCormick Systems Inc. Page 2 3/19/2020 1:52 PM ORTH ELECTRIC COAST COMPANY 3900 SMITH AVENUE EVERETT WA 98201-4587 425-259-7263 Fax 425-259-5334 QUOTE TO: PACIFIC COAST ELECTRICAL CONTR 16620 NORTH ROAD BOTHELL, WA 98012-5908 Quotation VONA% 02/04/20 S009895597 ORDER TO: 113 NORTH COAST ELECTRIC 3900 SMITH AVENUE EVERETT WA 98201-4587 425-259-7263 Fax 425-259-5334 1 of 1 SHIP TO: PACIFIC COAST ELECTRICAL CONTR 16620 NORTH ROAD BOTHELL, WA 98012-5908 IMMAINMANNOW,__ '-1.....x0OMOUNMRNWANO , WIngflIMIt 8328 FS 52 COMBO STARTER Sonny Shaffer ESENNES.'i'' ' ... '' ANNINISIMPISION0 - ' - ' 'NinstmeI% ?:ilionsioltilar.21•111M151: Net ''' ::::..7.:".::::::...,1 No Bobby LeCount BID tSSRMMNtgMOS'ieggNgRiMineNeNNMREMggtigBMMIMOMEMWDSMNMMEWn. lea North Coast Conditions NC055 available TermsandConditions ********* Shipping Instructions ********** * LT FOR MATERIAL IS 1-2 WEEKS FROM * * FACTORY. * 3 DAYS TO BUILD ONCE WE RECEIVE IN. * ****************************************** A-B ABNEMAPOWER 512-AAAD-A2E-3- 4RG -24R -901 COMBINATION STARTER TAXES NOT INCLUDED Electric Company's Standard Terms and Applying to all Sales set out in form at https://www.northcoastelectric.com/ 889.67/e Sub saitcohtgal s 889.67 889.67 0. 00 Total 889.67 or upon reauest. LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #198 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Elec - Power Connection for Exhaust Fans 1-3 TO: Emma Nowinski (Weinstein A+U) Lauren Rock (Weinstein A+U) Thayer Wild (Weinstein A+U) DATE INITIATED: 02/06/2020 LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: TBD DRAWING NUMBER: E702, E303S LINKED DRAWINGS: RECEIVED FROM: 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), Emma Nowinski (Weinstein A+U), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. - Bellevue Off), Thayer Wild (Weinstein A+U) Scott Driscoll (PACIFIC COAST ELECTRICAL) Question from David White (Lydig Const uc ion, Inc. - FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: David White (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Closed on 02/24/20 02/13/2020 TBD Bellevue Of) at 06:47 PM on 02/06/2020i Discrepancies have been found between the mechanical and electrical drawings regarding if power for exhaust fans 1-3 is required within the electrical scope. Sheet E702 equipment schedule shows that electrical is required to provide power, motor starter/controller and a disconnect switch for exhaust fans 1 through 3. When reviewing the mechanical schedule on M003, EF-2 and EF-3 are, "Not Used". Furthermore, after reviewing the mechanical HVAC drawings, EF-1 can be found on M601 S with a motorized damper, however, when comparing to the equivalent electrical drawing E303S, no receptacle or equipment connection is shown where EF-1 is drawn. EF-2 and EF-3 do not appear to be shown on any of the mechanical drawings, which is consistent with the mechanical schedule 1. Please advise the locations for any power requirements, equipment connections, etc. for EF-1, EF-2, and EF-3. 2. The panel schedule does not appear to show any circuits forEF-1, EF-2, or EF-3 from any panel. Please provided updated panel schedule. Attachments: RFI 198 - Elec - Power Connection for Exhaust Fans 1-3.pdf Official Response: Thayer Wild (Weinstein A+U) responded on Friday, February 14th, 2020 at 10:01AM PST As per mechanical schedule exhaust fans EF-2 & EF-3 are not, used and only EF-1 will be installed.Connect EF-1 with motorized damperto circuit M- 58.Refer to attached updated sheets E303S and E801. Rocxy Juan - TFWB Engineers 2-14-2020 Attachments: RFI 198- Elec - Power Connection for Exhaust Fans 1-3 - TFWB Response.pdf All Replies: As per mechanical schedule exhaust fans EF-2 & EF-3 are not used and only EF-1 will be installed.Connect EF-1 with motorized damper to circuit M- 58.Refer to attached updated sheets E303S and E801. Rocxy Juan - TFWB Engineers 2-14-2020 Attachments: RFI 198-- Elec - Power Connection for Exhaust Fans 1-3 - TFWB Response.pdf Lydig Construction, Inc. Page 1 of 2 Printed On: 03/20/2020 11 :59 AM LYDIG RFI #198 BY DATE COPIES TO Lydig Construction, Inc. Page 2 of 2 Printed On: 03/20/2020 11:59 AM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #069 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order#069: CE #102 - RFI #202: Civil - Unforeseen Layer of Asphalt at Comm Trench TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: City of Tukwila FROM: 6200 Southcenter Boulevard Tukwila Washington, 98188 069/0 Pending - In Review CONTRACT: CREATED BY: CREATED DATE: PRIME CONTRACT None CHANGE ORDER: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 30129 - Tukwila Fire Station#52 - GCCM Prime Contract Alex Carey (Lydig Construction, Inc. Bellevue Off) 3/20 /2020 ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $464.66 POTENTIAL CHANGE ORDER TITLE: CE #102 - RFI #202: Civil - Unforeseen Layer of Asphalt at Comm Trench CHANGE REASON:, Existing Condition POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #102 - RFI #202: Civil - Unforeseen Layer of Asphalt at Comm Trench Removal of an unforeseen layer of asphalt in the CoT parking lot during excavation of the trench for the communication vault per RFI 202. ATTACHMENTS: tfs 52 - ctccm-rfi 202-civil unforeseen layer of, asphalt at comm trench-202003201910:pdf CE #102 - 19-11 TFS52 COP #056 - RFI #202 Unforeseen Asphalt.pdf # Cost. Code Description Type Amount 31--001-99- - Earthwork and Utilities subcontract Pelico COP 056 Subcontractor 5436,00 Subtotal: 5436.00 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. 5 19.62 GL Insurance:0.76% Applies to all line Item types. $ 3.42 P&P Bond: 0.76 % Applies to all line Item types. $ 3.44 B&O Tax: = 0.47% Applies to all line item types. 6 2.18 Grand Total: 6464.66 Owner Signature Date Lydig Construction, Inc. page 1 of 1 Printed On: 3/20/ 2020 12 :11 PM Subcontractor CP Breakdown Summary Tukwila Fire Station 52 Project No. 30129-43 SUBCONTRACTOR: PELLCO Construction, Inc. Cost Event #: CP #: Document #: EWO 4481 56 Costs to remove unforeseen asphalt under City of Tukwila parking lot for communications line trenching. DESCRIPTION OF WORK: RFI 202 Date: 2/7/2020 . SUBCONTRACTOR'S DIRECT WORK 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) 277 30 64 371 II. SU T ER SUBCONTRACTORS G. Subtler Subcontractor Cost 1) 2) 3) 4) (Subcontractor Estimates Attached) H. Subtotal Subcontractor Costs Direct Cost Fee - $ I I. FEE Breakdown Per Contract A. Fee on Direct Work (Item E) 15% 56 B. Fee on Subtler Subcontractor Direct Costs (Item H) 8% IV. SUBTOTAL V. TOTAL VL UNIT PRICE TOTAL SUBTOTAL (Total of Parts I, II, III Above) Liability Insurance (1.15%) Bond Costs (1.0%) TOTAL (Total of Parts I, II, III, IV Above) TOTAL 427 5 4 436 COP Cost Breakdown Project Name: Tukwila Fire Station 52 Project No. 30129-43 Contractor: PELLCO Construction, Inc COP Number: 56 Date: 2/7/2020 Contractor Ref. No. Description Quantity Unit Type Labor Material Equipment Total Unit $ Cost Unit $ Cost Unit $ Cost Cost $ $ - $ - $ Operator 2 HR $77.05 $ 154.10 $ - $ - $ 154.10 Laborer 2 HR $61.67 $ 123.34 $ - $ - $ 123.34 Hitachi ZX85 1 HR $ - $ $63.83 $ 63,83 $ 63.83 Export Asphalt 1 CY $ - $30.00 $ 30.00 $ - $ 30.00 $ $ - $ - $ $ - $ - $ $ $ $ $ - $ $ $ - $ $ $ - $ $ $ - $ - $ $ $ - $ $ $ - $ - $ $ - - $ $ - $ - $ - $ $ - $ - $ - $ - $ $ $ $ $ - $ $ $ $ - $ - $ - $ $ $ $ $ - $ $ $ $ - $ $ $ - $ $ - $ $ - $ - $ $ $ - $ - $ $ $ $ - $ $ $ $ - $ $ - Freight/Delivery Costs $ $ $ - $ $ $ - $ - $ - $ $ - $ - $ - $ $ $ $ - $ Labor Subtotal $ 277.44 $ 30.00 $ 63.83 Foreman $ - $ - Lead Foreman $ - Noncraft Labor $ - Total Cost of Work $ 277.44 I $ 30.00 I I $ 63.83 $ 371.27 19-11 TFS52 COP #055 - RFI #202 Unforeseen Asphalt Page of Issued 3/13/2020 Project Name: Project No: Contractor: COP Wage Rates Tukwila Fire Station #52 30129.43 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 $ 61.69 $ - $ - $ $ - $ - 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 $ 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(StCK $ 4.03 $ 3.92 $ 3.55 $ 3,78 $ 2.72 $ 2.90 $ 2.90 $ 2.72 $ 2.90 TOTAL (incl. payroll taxes) $ 81.15 $ 77.05 $ 61.67 $ 71.16 $ 2.72 $ 2.90 $ 2.90 $ 2.72 $ 2.90 Overtime r. -1,5x OVERTIME RATES CALCULATE AUTOMATICALLY iiourf, Wage 3 d ��.? 58. 5 4 5 i .. r `r i1 , ., 9enirits 21 22 21.22 S 12.08 , 2 716 ._ S Subtotal $ 94.72 S 89,47 $ 72.62 $ 82.16Faxes: Lines 3- - 10 35 5 r 61 3 R, 53 .. 8.69 5220 4.03 a 3_92 3.55 2_90 S 2 521 2 ., 2 90 'natal „a 109.10 $ 103.00 5 84.70 . 94.62 $ 2.72 $ 2.90 $ 2.90 1 2.72 5 2.90 ijaubin Tim° cc, 2x DOUBLE TIME RATES CALCULATE AUTOMATICALLY iou5',Nape 3 98 CO , 91 00 5 30 72 82.26 3sm;fits 21 22 . 21 2222 3 12.08 13 20.46 Subtotal - $ 1-19.22 S 1'12.22 S 92.80 5 102.7.2 II a_s. t - ---s .., CS 13.30 12 31 _ 1 i 7 11733 OilO/PrirtIAIJSICK iii 03 5 3.02 ,. 3 55 373 2.93 5 _ .._. iii.iii0 Total . 13 137,05 $ 128.95 $ '107.72 1 1'18.08 5 2.72 S 2.90 5 2.90 S 2.72 S 2.90 OT Premium Portion Only ti 27 215 3 25.95 13 ?2 .. 22715 DT Prcr ium Portion Only 55.90 w 51 91 4,3 04 iiii3 32 Form Revised 3/19/2009 Issued 3/13/2020 LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #202 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Civil - Unforeseen Layer of Asphalt at Comm Trench TO: Emma Nowinski (Weinstein A+U) Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) DATE INITIATED: 02/11/2020 LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: Yes (Unknown) DRAWING NUMBER: E101 LINKED DRAWINGS: FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: Alex Carey (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Closed on 02/11/20 02/18/2020 No 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), Emma Nowinski (Weinstein A+U), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. Bellevue Off), Thayer Wild (Weinstein A+U) Question from Alex Carey (Lydig Construction, Inc. - Bellevue Of) at 08:22 AM on 02/11/2020 During the trench excavation for communications from the meet me vault in the City of Tukwila parking lot onto the jobiste, a secondary layer of asphalt was discovered beneath the initial layer of asphalt. See attached photos for clarification. The second layer of asphalt that required removal was 6" thick x 2wide x 22'-6" long. Please confirm that this material is to be removed as an unforeseen unsuitable soil using unit price 1. Attachments: RFI 202 - Civil - Unforeseen Layer of Apshalt at Comm Trench.pdf Official Response: Lauren Rock (Weinstein A+U) responded on Tuesday, February llth, 2020 at 2:31PM PST Ok to remove as Unsuitable. Approx 1 cy. M. Servizi 02/11/2020. Attachments: RFI 202 - Civil - Unforeseen Layer of Apshalt at Comm Trench - LPD Response.pdf All Replies: ,,,gtryr *gm: Aqiiikadatketie, rex tri,74'1\ Ok to remove as Unsuitable. Approx 1 cy. M. Servizi 02/11/2020. Attachments: RFI 202 - Civil - Unforeseen Laver of Apshalt at Comm Trench - LPD Response.pdf BY Lydig Construction, Inc. DATE COPIES TO Page 1 of 1 Printed On: 03/20/2020 12:10 PM COP Equipment Rates Project Name: Tukwila Fire Station 52 Project No: 30129-43 Contractor: PELLCO A Equipment Description & Specifications (incl. Attachment Description, if rapplicable) 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 Equipment G Blue Book Monthly Rate for Attachment H Hourly Rate = (F + G) / 176 x Regional Adj. $ 2696 1 Hourly Operating Cost J Total Hourly Rate = H + I EXCAVATOR304 $ 2,441.12 $ 2,303.84 $ 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 $ 6932 $ 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 $ r 7.17: $ 17.51 $ 24.68 ROLLER $ 3,935.36 $ 22.36' $ 29.20 $ 51.56' DOZER $ 6,323.68 $ 35.93i $ 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 3/13/2020 WORK AUTHORIZATION FORM # 1 13036 BEVERLY PARK ROAD MUKILTEO, WA 98275 (425) 265-7211 FAX (425) 265-7215 consTucTiion, inc CONTRACTOR'S NAME JOB NAME OUR ), etc / JOB NO. / "®// DATE THIS IS TO AUTHORIZE WORK TO BE PERFORMED AS: (CHECK ONE) EXTRA WORK TO OUR CONTRACT: STRAIGHT TIME RATE OVERTIME RATE PREMIUM TIME ONLY DESCRIPTION OF WORK: TIME AND MATERIALS CONTRACTOR'S P.O. NO. PELLCO CONSTRUCTION, INC IS HEREBY AUTHORIZED TO PROCEED WITH THE WORK AS DESCRIBED: AUTHORIZED BY: CONTRACTOR Z nin4 Lydlg Construction ackr•lwledging at ,t+he rep t:rr:es lis+ted ere util c ) This _ errt (4d not co,titute Ly Jig's a.,•eurnent that this work Is an extra ` 11,e sjbcorltrart, oilI, tf 3! rho re3Ol'rCGS I:•:re ,1:41 Ci artct wo,K vvas perk 11nmea. 11 the s .hcont: a• for tt?`ieves this work is an extra then( it '$ 1 f:11.d111J 111t b-Jt1GUlltl. d6toi dUiy. to provldt: due notice per the subcontract and the contract documents, and directive, request a change change order proposal, or a request for equitable adjustment. BY DATE TLJC rlC a r'L11u1I L G«•S I In.' IIJ. u n/. rJLLAI u1_1 Iur 1u KALI l Al.. Al 11 LJ/ IL1I )Crl Arun TLJC ADr\\/C LJt\I me ADC r`r\DDCr'T. VVVI 11\ 1 i/1V LJLLIY r L.I-II V•1 IIVIL .F nt)nt, 111VI IILL4.' lIYV 1: SIGNED SIGNED LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #070 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave 5 Tukwila, Washington 98188 Phone. 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #070: CE #103 - RFI #158: Arch/Civil - Generator Conflict with SD #8 Catch Basin TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 070 / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: Pending In Review FROM: CONTRACT: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 30129 -Tukwila Fire Station #52 - GCCM Prime Contract CREATED BY: Alex Carey (Lydig Construction, Inc. - Bellevue Off) CREATED DATE: 3/20 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: Amount Based No TOTAL AMOUNT: $493.44 POTENTIAL CHANGE ORDER TITLE: CE #103 RFI #158: Arch/Civil - Generator Conflict with SD #8 Catch Basin CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #103 - RFI #158: Arch/Civil - Generator Conflict with SD #8 Catch Basin Relocation of generator pad resulting in additional excavation per RFI 158. ATTACHMENTS: tfs 52 - gccm-rf 158-arch civil - generator conflict with sd 8 catch basin-202003201913.pdf CE #103 - 19-11 TFS52 COP #055 - RFI #158 Generator Pad Location:pdf Cost Code Description Type Amount 1 31--001-99• - Earthwork and Utilities subcontract. Pellco COP 055 Subcontractor $ 463:00 Subtotal: $463;00 Fee - Self Perform Work: 16.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, and Unwritten Sub'sIPA's: $ 000 Fee - Sub Tier Work: 4.60% Applies to Subcontractor and Purchase Agreements. $ 20.84 GL Insurance: 0.76% Applies to all line item types. $ 3.63 P&P Bond: 0.76% Applies to all line item types. $ 3.66 B&O Tax: = 0.47% Applies to all line item types. $:2;31 Grand Total: $493.44 Owner Signature Date Lydig Construction, Inc. page 1 of 1 Printed On: 3/20/ 2020 12 :17 PM Subcontractor CP Breakdown Summary Tukwila Fire Station 52 Project No. 30129-43 SUBCONTRACTOR: PELLCO Construction, Inc. Cost Event #: CP #: Document #: EWO 5385 55 DESCRIPTION OF WORK: Excavation for new generator pad location per RFI 158. Date: 2/4/2020 I. SUBCONTRACTOR'S DIRECT WORK 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) 139 192 64 395 II. SUBTIER SUBCONTRACTORS G. Subtler Subcontractor Cost (Subcontractor Estimates Attached) Direct Cost Fee 1) 2) 3) 4) H. Subtotal Subcontractor Costs III. FEE Breakdown Per Contract A. Fee on Direct Work (Item E) 15% 59 B. Fee on Subtler Subcontractor Direct Costs (Item H) 8% IV. SUBTOTAL SUBTOTAL (Total of Parts 1, 11, III 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 $ 454 5 5 463 COP Cost Breakdown Project Name: Tukwila Fire Station 52 Project No. 30129-43 Contractor: PELLCO Construction, Inc COP Number: 55 Date: 2/4/2020 Contractor Ref. No. Description Quantity Unit Type Labor Material Equipment Total Cost Unit $ Cost Unit $ Cost Unit $ Cost $ $ - $ $ Operator 1 HR $77.05 $ 77.05 $ - $ - $ 77.05 Laborer 1 HR $61.67 $ 61.67 $ $ $ 61.67 Hitachi ZX85 1 HR $ - $ - $63.83 $ 63.83 $ 63.83 Sand 4.8 TNS $ - $40.00 $ 192.00 $ - $ 192.00 $ - $ $ $ - $ - $ $ - $ $ $ $ $ - $ - $ $ - $ $ $ $ - $ $ $ $ $ - $ $ - $ - $ $ $ - $ - $ $ - $ - $ $ $ - $ - $ $ $ - $ $ - $ $ - $ - $ - $ $ - $ $ - $ $ - $ $ - $ $ $ - $ $ $ $ $ - $ $ $ $ - $ $ - $ - $ $ $ - $ - $ - $ $ $ - $ $ $ - $ - $ - $ $ - $ - $ $ $ $ $ - $ $ $ $ - $ Freight/Delivery Costs $ - $ $ - $ $ $ $ - $ $ - $ - $ $ $ $ $ $ - $ $ $ - $ Labor Subtotal $ 138.72 $ 192.00 $ 63.83 Foreman $ - $ _ Lead Foreman $ - $ - Noncraft Labor $ - $ _ Total Cost of Work $ 138.72 I $ 192.00 I I $ 63.83 $ 394.55 19-11 TFS52 COP #055 - RFI #158 Generator Pad and CB Conflict Page of Issued 3/13/2020 Project Name: Project No: Contractor: COP Wage Rates Tukwila Fire Station #52 30129.43 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 $ $ - $ - $ $ 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 $ 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 $ 3.55 $ 3.78 $ 2.72 $ 2.90 $ 2.90 $ 2.72 $ 2.90 TOTAL (incl. payroll taxes) $ 81.16 $ 77.06 $ 61.67 $ 71.16 $ 2.72 $ 2.90 $ 2.90 $ 2.72 $ 2.90 Ovartimu .nu, 1.5 x OVERTIME RATES CALCULATE AUTOMATICALLY 'dourly 5Vrrya 73.50 , 6'825 ., 6.0 5,1 5 31.r0 3-51-Ids 21 22 n 12.08 20.43 Subtotal $ 94.72 3 39.47 S 72.62 3 32.19 ,, - S - 5 - a - $ raFes. roes 3 5 -, 10.35 :, ..,91 - 8 53 _ 8.69 SJC ,. 4.03 ., 3.92 ., 3 5fi S 378 3 -_ .,, 2.90 1 2.90 2.90 Total a 109.10 $ 103.00 $ 84.70 S 94.62 a' 2.72 S 2.90 3 2.90 S 2.72 S 2,90 Doublo Time ye7i, 2x DOUBLE TIME RATES CALCULATE AUTOMATICALLY :dourly svuge $ 98 00 .- 11 20 5 30.72 3 32 135- 3enu51s .. 21. 2 . 21.22 5 12.08 S 20.46 > - ..� - :; - 3 - 3 Subtotal $ 119.22 $ 112.22 $ 92.80 $ 102.72 $ - 5 - a - 5 - $ 1u.,es.Ljrus03 3 13.80 . 1331 11_33 ., 11.55- 3VCIPFM 11 ISICIK 3 d 03 3 92 5 , 55 ., ., 78 2 90 5 2.90 3 2 72 2 90 Total .1 137.05 $ 125,95 S 107.72 $ 118,08 a 2.72 S 2.00 3 2.90 3 2.72 S 2.90 OT Promium Portion Only .. 27 95 ,. 25.95 _ 23 02 23 4.3 DT Promiurn Portion Only a 55 90 5 5 i 91 - 15 0,1 Form Revised 3/19/2009 Issued 3/13/2020 Project Name: Project No: Contractor: Tukwila Fire Station 2 COP Equipment Rates 30129-43 PELLCO A Equipment Description & Specifications (incl. Attachment Description, if applicable) 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 Equipment G Blue Book Monthly Rate for Attachment H Hourly Rate = (F + G) / 176 x Regional Adj. $ 2696 I Hourly Operating Cost J Total Hourly Rate = H + 1 EXCAVATOR 304 $ 2,441.12 $ 2,303.84 $ 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 $ 3225- $ 29.45 $ 61.70 CREW TRUCK F-450 $ 1,261.92 $ `- 7.17t $ 17.51 $ 24.68 ROLLER $ 3,935.36 $ ` 22.36- $ 29.20 $ 51.56 DOZER $ 6,323.68 $ - 35 93d $ 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 3/13/2020 WORK AUTHORIZATION FORM # 13036 BEVERLY PARK ROAD MUKILTEO, WA 98275 (425) 265-7211 FAX (425) 265-7215 consmucTion, inc CONTRACTOR'S NAME OUR JOB NAME 4C— ,5tIcI JOB NO. /5 I/ DATE 7- — THIS IS TO AUTHORIZE WORK TO BE PERFORMED AS: (CHECK ONE) EXTRA WORK TO OUR CONTRACT: STRAIGHT TIME RATE OVERTIME RATE PREMIUM TIME ONLY DESCRIPTION OF WORK: Ce4 ei—f- F *- 15g TIME AND MATERIALS CONTRACTOR'S P.O. NO. PELLCO CONSTRUCTION, INC IS HEREBY AUTHORIZED TO PROCEED WITH THE WORK AS DESCRIBED: AUTHORIZED BY: CONTRACTOR 5- Ai, -Li...J.,. 1_,.....y. cy,,,..,7..,,,..._ 1 11 . 5 il 0/4.'1 i l'IK By ; , - . itells dbruimpnt, Irlig Conetriielion c-t Is .acknowledgjkig that the resources listed were lized. This,' ala i• • ledgement does not constitute Lydig's agreement that this work is an extra to the subcontract, only that the resources were used and work was performed. ff the subcontractor believes this work is an extra then it remains the subcontractor's duty to provide due notice per the subcontract and the contract documents, di Id request a change directive, change order proposal, or a request for equitable adjustment. ..... . BY.' .--.-------) DATF 0 -2- 0 1-1-IC ncer LYDIG'CON TRUCTION INC. ”......., , 1111 cn A nin "MAC ABOVE Lin! !cc ADC r-v-IDOCnT; SIGNED SIGNED LY©1G Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #158 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Arch/Civil Generator Conflict with SD #8 Catch Basin TO: Emma Nowinski (Weinstein A+U) Lauren Rock (Weinstein A+U) Thayer Wild (Weinstein A+U) DATE INITIATED: 01/06/2020 LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: TBD DRAWING NUMBER: A003, C2.0 LINKED DRAWINGS: RECEIVED FROM: 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) Question from Al Mitch Moore (PACIFIC COAST ELECTRICAL) x Carey (Lydig Construction FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: Alex Carey (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Closed on 01/28/20 01/14/2020 TBD Inc. - Bellevue Of) at 03:00 PM on 01/06/2020 Clarification is needed to clear a conflict between the generator and the catch basin for SD #8. The Cummins generator model is 16'-0" long by 6'-8" wide. A003 shows the generator located 3' to the north of face of wall 9. The SD #8 catch basin is 17'-6" to the north of the face of wall 9. Please provide a revised generator layout on A003 to clear the conflict with SD #8 catch basin. Attachments: RFI 158 - Arch -Civil - Generator Conflict with SD#8 Catch Basin:pdf Official Response: Lauren Rock (Weinstein A+U) responded on Monday, January 27th, 2020 at 5:29PM PST The generator has been relocated to the west of the catch basin so there is no longer a conflict. See attached ASK-003 for revised layout.-ASI-009 will follow and it will include revised A002 and A003, documenting the generator location. L. Rock, Weinstein A+U 1/27/20 Attachments: RFI 158 - Arch -Civil - Generator Conflict with SD#8 Catch Basin WAU Response.pdf All Replies: The generator has been relocated to the west of the catch basin so there is no longer a conflict. See attached ASK-003 for revised layout. ASI-009 will follow and it will include revised A002 and A003, documenting the generator location: L. Rock, Weinstein A+U 1/27/20 Attachments: RFI 158 - Arch -Civil - Generator Conflict with SD#8 Catch Basin WAU Response:pdf BY Lydig Construction, Inc. DATE COPIES TO Page 1 of 1 Printed On: 03/20/2020 12:13 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #072 Project: 30129-43- TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #072 Exposed Vertical Plumbing CE #105 - RFI #155: Plumb in App Bay TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 072 / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: Pending In Review FROM: CONTRAC T: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 30129 - Tukwila Fire Station #52 - GCCM Prime Contract CREATED BY: Alex Carey (Lydig Construction, Inc. - Bellevue Off) CREATED DATE: PRIME CONTRACT None CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: No TOTAL AMOUNT: $1,602.86 3/20 /2020 Amount Based POTENTIAL CHANGE ORDER TITLE: CE #105 - RFI #155: Plumb - Exposed Vertical Plumbing in App Bay CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #105 - #155: Plumb - Exposed Vertical Plumbing in App Bay The continuous steel beams at GL 4/7 had required MEP rough -into route outside of the framed walls. In order to route the MEP concealed, framed wall were added per RFI 155. ATTACHMENTS: tfs 52 - gccm-rfi 155-plumb - exposed vertical plumbing in app bav-202003201959.pdf CE Roof.pdf 05- Van #8- RFI 155 Framing at South -North Cost Code Description Type Amount 09--1 Sub - BP-06 - GWB, Insulation & ACT Van #8 Van Subcontractor $ 1,504.00 Subtotal: 51,504.00 Fee - Self Perform Work: 16.00 % Applies to Labor, Materials, Equipment, Other, Overhead and Profit, and UnwrittenSub's(PA''s. $ 0.00 Fee - Sub Tier Work: 4.60% Applies to Subcontractor and Purchase Agreements. $ 67.68 GL insurance: 0.76% Applles to all line Item types. $ 11.79 P&P Bond: 0.75%Applies to all line Item types. $ 11.88 B&O Tax: .0.47 % Applles to all line Item types. $ 7.51 Grand TotaL: $1,602.86 Owner Signature Date Lydig Construction, Inc. page 1 of 1 Printed On: 3/20/ 2020 01 :13 PM #1046- Tukwila Fire Station #52 Direct Work Change Order Proposal Submitted To: Kiel Lunsford - Lydig Construction VAN #: 8 Submitted By: Mark Davis Document Reference: Lydig Direction Company: Vanderlip 8 Co., Inc Date: 3/20/2020 Description of Change: Additional framing at the South/North Roof including associated Exterior sheathing as indictaed in the response to RFI #155. 1. CRAFT LABOR COSTS DESCRIPTION MHRS RATE COST (Working Foreman) CoordinatioNLay-Out 1 585.22 $85 Demo $79.82 Framing 8 579.82 $639 Hang Drywall 4 $79.82 $319 Tape/Plaster $79.82 Stock/Staging $79.82 ProtectioNClean-up 1 579,82 $80 Install HM Frame $79.82 Delivery $79.82 Subtotal: $1,123 2. MATERIALS CITY UNIT RATE COST Track 40 L/FT $1.52 $61 Studs 40 UFT $1.26 $50 Water Resistant GWB SQ/FT $0.75 Taping SO/FT $0.22 L-Bead/Comerbead L/FT $0.19 Anchor Bolts ea. $1.95 DensGlass Sheathing 64 SQ/FT $0.98 $63 Scaico Ponywall Supports ea. $89.00 Hot Mud SQ/FT $1.00 Subtotal: $174 3. EQUIPMENT CITY RATE COST Dumpster HRS $2.97 Equipment HRS $8.75 Subtotal: 4. SUBCONTRACTORS I OTT UNIT RATE COST Acoustical Design Inc. Subtotal: 5. MARKUPS SUBTOTAL % CHARGED COST 5 Bond 1.00% $13 Sub -Tier Fee (8%) 8.00% 5.1 Fee (NTE 15% of 1,2,3) 15.00% $195 Subtotal: $207 TOTAL COST OF THIS CHANGE: $1,504 14535 NE 91i°Street - Redmond, WA 98052 - 425-885-4110 - Fee 425-885-4110 Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI 155 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Plumb - Exposed Vertical Plumbing in App Bay TO: DATE INITIATED: LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: DRAWING NUMBER: LINKED DRAWINGS: RECEIVED FROM: 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) FROM: Lauren Rock (Weinstein A+U) Thayer Wild (Weinstein A+U) Emma Nowinski (Weinstein A+U) 01/02/2020 TBD M402N A101N STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: David White (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Closed on 01/09/20 01/09/2020 TBD Question from David White (Lydig Const uction, Inc. - Be evue Of) at 03:09 PM on 01/02/2020 Based on a design review meeting with Lydig, WAU and Redline's detailer, possible solutions to eliminate exposed vertical runs of plumbing in the App Bay have been identified. On both the north and south walls of the Apparatus Bay, the W12x26 and W12x50 horizontal wide flanges block plumbing from being able to be concealed within the metal stud framing. A possible solution to reroute vertical plumbing on the North Wall: Create small fur walls that run east to west on the north side of the metal framing along GL 7.1. There would need to be at least (3) fur walls to create access points for plumbing to be routed around the horizontal wide flange and into the wall cavity. - If possible, the pony wall should bemade out of 6" studs to allow insulated pipe to be routed through the pony wall. They should be 3'-0" in length (hozitonal) so (3) vertical studs can be placed 16" OC. - Vapor Barrier and Roofing insulation would encapsulate the fur walls, and the top of the fur wall will be below the the TPO with enough room for insulation to still be used above the fur wall. - Any plumbing that needs to be ran from above the HSS to below the HSS in the App Bay, will jog around the wide flange from the upper wall and back into the lower wall. A possible solution to reroute vertical plumbing on the South Wall: - As discussed with WAU, a possible solution is to create a 4" stud fur wall in HAM 213. This will allow the plumbing to be re routed and run with in HAM 213 rather than exposed in the App Bay. Please provide the following: 1. Please advise of a solution for the North Wall. 2. Please advise of a solution for the South Wall. 3. Please advise of heights above finish floor for the compressed air outlets and hose bibs in the App Bay. See the attached for more information. Attachments: RFI 155 - Plumb - Ex osed Vertical Plumbing in A Official Response: Lauren Rock (Weinstein A+U) responded on Wednesday, January 8th, 2020 at 1:57PM PST 1. The proposed solution at the North wall is acceptable. Please see markups on detail. Per discussion with JRS, fur walls should be clad in coverboard. Plumbing pipes should be installed before spray foam so that when spray foam is installed, it will fill out the fur walls and maintain the air barrier continuity. Lydig Construction, Inc. Page 1 of 2 Printed On:-03/20/2020 12 :59 PM RFI #155 LYDIG 2. The proposed solution at the South wall is acceptable. Please see revised A102S.A attached. 3. Interior elevations showing exact locations for compressed air connections and hose bibbs to follow. L. Rock, Weinstein A+U 1/8/2020 Attachments: RFI 155 - Plumb - Exposed Vertical Plumbing in App Bay WAU Response.pdf All Replies: t441 wiwntlovnnenvv-vom AkvAmos.,;. .16No, -nt.t '4eArNiatiagi Azto 1. The proposed solution at the North wall is acceptable. Please see markups on detail. Per discussion with JRS, fur walls should be clad in coverboard. Plumbing pipes should be installed before spray foam so that when spray foam is installed, it will fill out the fur walls and maintain the air barrier continuity. 2. The proposed solution at the South wall is acceptable. Please see revised A102S.A attached. 3. Interior elevations showing exact locations for compressed air connections and hose bibbs to follow. L. Rock, Weinstein A+U 1/8/2020 Attachments: RFI 155 - Plumb - Exposed Vertical Plumbing in App Bay WAU Response.pdf BY Lydig Construction, Inc. DATE COPIES TO Page 2 of 2 Printed On: 03/20/2020 12:59 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #073 Project: 30129-43 - TFS#52 GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #073: CE h Roof Transition Exposed Edges Insulation at North to Sout #106 - RFI #221: Arch - TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 073 /0 REQUEST RECEIVED FROM: STATUS: REFERENCE: Pending - InReview FIELD CHANGE: No LOCATION: SCHEDULE IMPACT: FROM: CONTRACT: CREATED BY: CREATED DATE: PRIME CONTRACT CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: TOTAL AMOUNT: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 30129 - Tukwila Fire Station #52 - GCCM Prime Contract Alex Carey (Lydig Construction, Inc. Bellevue Off) 3/20 /2020 None Amount Based No 1,981.20 POTENTIAL CHANGE ORDER TITLE: CE #106 - RFI #221: Arch - Exposed Edges Insulation at North CHANGE REASON: Design Development o South Roof Transition POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #106 - RFI #221: Arch - Exposed Edges Insulation at North to South Roof Transition The roof taper/slope resulted in exposed edges of roof insulation where the south roof slope was perpendicular and higher than the north roof slope, and vice versa. In order to protect the roof insulation and provide a warrantable installation, a partial height wall was added along GL 4 between the two roofs per RFI 221. ATTACHMENTS: tfs 52 - gccm-rfl 221-arch - exposed edges insulation at north to south roof transition-202003202018.pdf CE #106 - Van #9- RFI 221 Partial Height Wall at Roof.pdf # Cost, Code Description Type Amount 09--010-99- - BP-06 - GWB, Insulation & ACT Sub Van#9 Subcontractor $ 1,859.00 Subtotal: $1,859.00 Fee - Self Perform Work: 16.00%Applies to Labor, Materials, Equipment, Other, Overhead and Profit, and Unwritten Sub'sIPA's. $ 0.00 Fee - Sub Tier Work: 4.60% Applies to Subcontractor and Purchase Agreements. $ 83.66 GL Insurance: 0.76% Applies to all line item types. $ 14.57 P&P Bond: 0.76% Applies to all line item types. $ 14.68 B&O Tax: = 0.47% Applies to all lino item types. $ 9;29 Grand Total: 61,981.20 Owner Signature Date Lydig Construction, Inc. page 1 of 1 Printed On: 3/20/ 2020 01 :25 PM #1046- Tukwila Fire Station #52 Direct Work Change Order Proposal Submitted To: Kiel Lunsford - Lydig Construction VAN #: 9 Submitted By: Mark Davis Document Reference: Lydig Direction Company: Vanderlip & Co., Inc Date: 3/20/2020 Description of Change: Additional framing of partial height wall was performed on a time & material basis on 3/12/20 as directed by Lydig and as indicated in response to RFI #221. 1. CRAFT LABOR COSTS DESCRIPTION MHRS RATE COST (Working Foreman) Coordination/Lay-Out 2 $85 22 $170 Demo $79.82 Framing 12 $79.82 $958 Hang Drywall $79 82 Tape/Plaster $79.82 Stock/Staging $79.82 Protection/Clean-up 1 $79.82 $80 Install HM Frame $79.82 Delivery $79.82 Subtotal: $1,208 2. MATERIALS QTY UNIT RATE COST Track 160 UFT $1.52 $243 Studs 120 L./FT $1,26 $151 Water Resistant GWB SQ/FT $0.75 Taping SQ/FT $0.22 L-Bead/Comerbead UFT $0.19 Anchor Bolts ea. $1.95 DensGlass Sheathing SQ/FT $0.98 Scafco Ponywall Supports ea. $89.00 Hot Mud SQ/FT $1.00 Subtotal: $394 3. EQUIPMENT I QTY RATE COST Dumpsterl HRS $2.97 Equipment HRS $8.75 Subtotal: 4. SUBCONTRACTORS I QTY UNIT RATE COST Acoustical Design, Inc. Subtotal: 5, MARKUPS SUBTOTAL % CHARGED COST 5 Bond 1.00% $16 Sub -Tier Fee (8%) 8.00% 5.1 Fee (NTE 15% of 1,2,3) 15.00% $240 Subtotal: $256 TOTAL COST OF THIS CHANGE: $1,859 14535 NE 91' Street - Redmond, WA 98052 - 425-885-4 10 - Fa:4425.885-4110 Attention: LYDIG DATE: 3/12/2020 JOB #1046 VANDERLIP & COMPANY 14535 N.E 915' STREET REDMOND, WA 98052 DAILY EXTRA WORK REPORT TUKWILA FIRE STATION #52 EWO# 01 THIS IS TO ACKNOWLEDGE THE HOURS WORKED TODAY: Per direction from Lydig to proceed with RFI #221 on T&M basis. As noted on RFI to frame a metal stud wall along GL 3.9 to an elevation of 28'-7 1/2" (18" off of metal deck). Per conversation with Alex (Lydig) to install material readily available on site (8" stud material). To stock material on to roof, coordinate crew, frame partial height wall 18"H x 76 L/17 and clean up area. MATERIAL USED: TYPE 800T150-43 1624 EQUIPMENT USED: 40 Boom Lif SIGNED: Omar Garcia NAME ** SIZE 1 0' 12' GAUGE 18 18 uF 160 120 S/F AMOUNT 16 pc 10 pc FRAME HRS GYP HRS TAPE HRS SHEATHING HRS FIRESTOPPING HRS TOTAL HRS MARCO CORTEZ 6 6 JOSE L SANCHEZ OMAR GARCIA TOTALS ACKNOWLEDGED BY: 6 signing this documaflt, Lydig Construction owiedging that the resources listed were This acknowledgement does not e—Lydig's agr:4ment that this work is an o the subcontract, only that the resources used and work was performed. If the contractor believes this work is an extra then it mains the subcontractor s duty to provide due i;:Io per the subcontract and the contrast documents, and request a change directive, change order prop or a request for equtabe adjustment - BY 6 15 LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #221 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Arch - Exposed Edges Insulation at North to South Roof Transition TO: Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) Emma Nowinski (Weinstein A+U) DATE INITIATED: 02/20/2020 LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: TBD DRAWING NUMBER: A103N, A103S LINKED DRAWINGS: FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: Alex Carey (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Closed on 03/03/20 02/27/2020 TBD RECEIVED FROM: Nathan Swartzentruber (AXIOM DIVISION 7 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), Emma Nowinski (Weinstein A+U), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inca Bellevue Off), Thayer Wild (Weinstein A+U) Question from Alex Carey (Lydig Construction, Inc. - Bellevue Of) a 08:59 AM on 02/20/2020 The current roof tapering has resulted in exposed vertical faces of roof insulation at the transition of the North Roof to South Roof at GL 3.9. The north roof has a high point of 28'-6 3/4" at GL C.5 based on the roofing tapered submittal plan. This roof tapering slopes down to the east and the west. The South Roof has multiple tapered locations sloping down towards roof drains, which slope perpendicular to the North Roof at GL 3.9. This has resulted in vertical faces of insulation being exposed and being susceptible to damage from foot traffic. This type of roof installation would cause a warranty issue with Carlisle (roof manufacturer). See attached model screenshots for a visual representation of the exposed insulation locations. In order to protect the exposed vertical faces of insulation, the following solution is proposed. Install a pressure treated wood sleeper curb or metal stud wall along GL 3.9 to an elevation of 28'-7 1/2" with a piece of TPO roofing lapped over the top of the curb to provide a vertical termination for the roof insulation and protect the vertical exposed face of insulation. See detail 1 on the attachment for clarification on the proposed detail and extent. Please advise how to clear conflict with exposed vertical face of roof insulation. Attachments: RFI 221- Arch - Exposed Edges Insulation at North to South Roof Transition.pdf Official Response: Emma Nowinski (Weinstein A+U) responded on Monday, March 2nd, 2020 at 7:33PM PST The proposed curb transition detail is acceptable. E.Nowinski / WAU 3/2/2020 Attachments: RFI 221 Arch - Exposed EdgesInsulationat North to South Roof Transition WAU RESPONSE.pdf All Replies: The proposed curb transition detail is acceptable. E.Nowinski / WAU 3/2/2020 Attachments: RFI 221 - Arch - Exposed Edges Insulation at' North to South Roof Transition WAU RESPONSE.pdf BY Lydig Construction, Inc. DATE Page 1 of 1 COPIES TO Printed On: 03/20/2020 01:18 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #074 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #074: CE #107 - RFI #248: PRIORITY Arch - Roof Curbs for ODU 1 & 2 TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO`NUMBER/REVISION: 074 / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: Pending - In Review FROM: CONTRACT: CREATED BY: CREATED DATE: 3/20 /2020 Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 30129 - Tukwila Fire Station#52 - GCCM Prime Contract Alex Carey (Lydig Construction, Inc. - Bellevue Off) PRIME CONTRACT None CHANGE ORDER: ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $1,240.51 POTENTIAL CHANGE ORDER TITLE: CE #107 - RFI #248: PRIORITY - Arch Roof Curbs for ODU 1 & 2 CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #107 - RFI #248: PRIORITY - Arch Roof Curbs for ODU 1 & 2 Addition of framed partial height walls for support of mechanical roof curbs above roofing insulation at ODU 1 & 2 per RFI 248. ATTACHMENTS: tfs 52 - gccm-rfl 248-priority - arch - roof curbs for odu 1 2-202003202027.pdf CE #107 - Van #10- RFI 248 Frame Partial Height Wall at Roof.pdf Cost Code Description Type Amount 1 9— 10-99- - BP-06 - GWB, Insulation 8 ACT 0 Van #10 Subcontractor $ 1,164.00 Subtotal: $1,164.00 Fee - Self. Perform Work: 16.00 %Applies to Labor, Materials, Equipment,: Other, Overhead and Profit, and Unwritten Sub'slPA's. $ 0.00 Fee. • Sub Tier Work: 4.60 %Applles to Subcontractor and Purchase Agreements. $ 52.38 GL Insurance: 0.76%Applles to all Ilne item types. 6 9.12 P&P Bond: 0.76%Applles to all line Bern types. $ 9..19 B&O Tax: = 0.47% Applies to all line item types. $ 5.82 Grand Total: 51,240.61 Owner Signature Date Lydig Construction, Inc. page 1 of 1 Printed On: 3/20/2020 01 :32 PM #1046- Tukwila Fire Station #52 Direct Work Change Order Proposal Submitted To: Kiel Lunsford - Lydig Construction VAN #: 10 Submitted By: Mark Davis Document Reference: Lydig Direction Company: Vanderlip & Co., Inc Date: 3/20/2020 Description of Change: Additional framing of partial height wall at roof was performed on a time & material basis on 3/13/20 as directed by Lydig and as indicated in response to RFI #248. 1. CRAFT LABOR COSTS DESCRIPTION MHRS RATE COST (Working foreman) Coordination/Lay-Out 1 $85.22 $85 Demo $79.82 Framing 8 $79.82 $639 Hang Drywall $79.82 Tape/Plaster $79.82 Stock/Staging $79.82 Protection/Clean-up 1 $79.82. $80 Install HM Frame $79.82 Delivery $79.82 Subtotal: $804 2. MATERIALS QTY UNIT RATE COST Track 72 L/FT $1.52 $109 Studs 72 UFT $1,26 $91 Water Resistant GWB SQ/FT $0.75 Taping SQ/FT $0.22 L-Bead/Cornerbead UFT $0.19 Anchor Bolts ea. $1.95 DensGlass Sheathing SQ/FT $0.98 Scafco Ponywall Supports ea. $89.00 Hot Mud SQ/FT $1.00 Subtotal: $200 3. EQUIPMENT QTY RATE COST Dumpster HRS $2.97 Equipment HRS $8.75 Subtotal: 4. SUBCONTRACTORS QTY UNIT RATE COST Acoustical Design, Inc. Subtotal: 5. MARKUPS SUBTOTAL %CHARGED- COST 5 Bond 1.00% $10 Sub -Tier Fee (8%) 8.00% 5.1 Fee (NTE 15%of 1,2,3) 15.00% $151 Subtotal: $161 TOTAL COST OF THIS CHANGE: $1,164 14535 NE 91't Street - Redmond, WA 98052 - 425.885.4110 - Fax 425-885-4110 VANDEKLIP & COMPANY 14535 N.E 91s' STREET REDMOND, WA 98052 DAILY EXTRA WORK REPORT TUKWILA FIRE STATION 02 Attention: LYDIG DATE: 3/13/2020 JOB #1046 EWO# 02 THIS IS TO ACKNOWLEDGE THE HOURS WORKED TODAY: Per direction from Lydig to proceed with RFI #248 on T&M basis, to frame a partial height 6" metal stud wall as noted on RFI. Per conversation with Alex, David (Lydig) and Tim (Johansen Mech) to frame partial height wall at 28'-3" (13" off of roof deck). To stock material on to roof, coordinate wall location and height, coordinate crew and layout, frame wall and clean up area. MATERIAL USED: TYPE 600S162-43 600T150-43 EQUIPMENT USED L40 Boom Lift SIGNED: Omar Garcia. NAME ********** S 12' 12' FRAME HRS GAUGE 18 18 HRS 72 72 TAPE FIRS S/F AMOUNT 6 pc 6 pc SHEATHING FIRESTOPPING TOTAL HRS HRS HRS MARCO CORTEZ JOSE L SANCHEZ OMAR GARCIA TOTALS ACKNOWLEDGED BY: By d. s acknoMiedge 4 4 constitute Lyrlag.s agreement that this work is an extra to the subcontract, on)y that the resources were used and work was 'performed, If the subcontractor believes this work Is an extra then it remains the subcontractor's duty to provide due no'.i,.lci per s.: rtra:.' ' the ‘)rtract docunlents, : 1 rr- .LJest 1.r '?'' directive, _change ordure,: or a ;, r. JLquest for equitable adjustments BY DATE LYDIG NS UC LY D:IG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #248 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax. 4258812903 PRIORITY - Arch Roo Curbs for ODU 1 & 2 TO: Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) Emma Nowinski (Weinstein A+U) DATE INITIATED: 03/10/2020 LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: TBD DRAWING NUMBER: A103S, A458 LINKED DRAWINGS: FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: Alex Carey (Lydig Construction, Inc. Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Closed on 03/10/20 03/17/2020 No RECEIVED FROM: Mike Driscoll (JOHANSEN MECHANICAL, 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), Emma Nowinski (Weinstein A+U); Lauren Rock (Weinstein A+U); David White (Lydig Construction, Inc. Bellevue Off), Thayer Wild (Weinstein A+U) Question f of Alex Carey (Lydig Construction, Inc. - Bellevue Of) at 11:08 AM on 03/10/2020 Clarification is needed for the roof curbs for ODU-1 and ODU-2. The ODU units on the roof will require a roof curb build-up for setting the units. There are no detail call -outs for these roof curbs. Lydig is proposing to apply detail 9/A458 at these locations, modified to use a 4"x6" sleeper on top of 6" stud framing to raise the curb to approximately 5" above the roof level. See detail on attachment for locations and clarification. Please advise if the roof curbs are to be installed as proposed. Attachments: RFI 248 - Arch - Roof Curbs for ODU 1 &"2:pdf Official Response: Lauren Rock (Weinstein A+U) responded on Tuesday, March 10th, 2020 at 12:47PM PDT Proposed installation is acceptable. L. Rock, Weinstein A+U 3/10/20 Attachments: RFI 248 Arch - Roof Curbs for ODU 1 & 2 WAU Response:pdf All Replies: Proposed installation is acceptable. L. Rock, Weinstein A+U 3/10/20 Attachments: RFI 248 - Arch - Roof Curbs for ODU 1 & 2 WAU Response.pdf BY Lydig Construction, Inc. DATE COPIES TO Page 1 of 1 Printed On: 03/20/2020 01:27 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #075 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #075: CE #095 - RFI #265: Arch - Tile Schluter Material Change (Submittal Review Comment) TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 075 / 0 Pending - In Review CREATED DATE: PRIME CONTRACT CHANGE ORDER: 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) 3/20 /2020 ACCOUNTING METHOD: PAID IN FULL: No #006 —Change Order #6 TOTAL AMOUNT: Amount Based ($273.04) POTENTIAL CHANGE ORDER TITLE: CE #095 - RFI #265: Arch - Tile Schluter Material Change (Submittal Review Comment) CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #095 - RFI #265: Arch - Tile Schluter Material Change (Submittal Review Comment) Revise schluter material from stainless steel to aluminum per submittal review comments and RFI 265. ATTACHMENTS: PCO 075 - Combined.pdf tfs 52 - gccm-rfi 265-arch - tile Schluter material change (submittal review comment)-202003202055.pdf CE #095 - CO 2-- Tukwila Fire Station#52 - Tile Metal Change.pdf Cost. Code: Description Type Amount 1 09--020-99- - BP-08 - Flooring Subcontractor Rubensteins COP #02 Subcontractor ($269.00) Subtotal: ($269.00) 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: 0.00%Applies -to Subcontractor and Purchase Agreements. $ 0.00. GL Insurance: 0.76% Applies: to all line item types. ($2.02) P8P Bond: .=0.74%Applies to all (Inc item types. ($2.02) B80 Tax:: 0.00%Applies to all line Item types. $ 0.00 Grand Total: ($273.04) Owner Signature Date Lydig Construction, Inc. page 1 of 1 Printed On: 4/16/ 2020 10 :40 AM Tukwila Fire Station #52 Sub -Contractor: Rubenstein's Contract Carpet CHANGE ORDER PROPOSAL 2 Date 03/05/20 ASI / RFI / CCD / PCO #: 2 SCOPE OF CHANGE: CHANGE: Aluminum metal in place of stainless steel with tile MTL MTL MTL MTL LABOR LABOR LABOR DATE MATERIAL DESCRIPTION QUANTITY UNIT PRICE UNIT COST HOURS UNIT PRICE COST Stainless Steel "L" Edge Metal -136 3.68 If $ (501.13) $ - $ - $ - Aluminum "L" Edge Metal 136 $ 1.71 If 232.50 $ - $ - $ _ $ - $ - - $ - $ - $ - $ - _ $ - $ _ $ - $ _ $ - _ $ - $ _ $ - $ _ $ - $ _ $ - $ _ $ - $ _ $ - $ _ $ - $ _ $ - $ _ $ - _ $ _ $ $ - _ $ - $ _ $ - $ _ $ - $ _ $ - $ _ TOTAL $ (268.63) 0 $ - TOTAL MATERIALS & LABOR: $ 269.00 LY D I G Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #265 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 TO: Arch - Tile Schluter Material Change (Submittal Review Comment) Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) Emma Nowinski (Weinstein A+U) DATE INITIATED: 03/20/2020 LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: TBD DRAWING NUMBER: LINKED DRAWINGS: RECEIVED FROM: 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), Emma Nowinski (Weinstein A+U), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. - Bellevue Off), Thayer Wild (Weinstein A+U) FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: Matthew Smith (RUBENSTEIN'S CONTRACT CARPETS) Alex Carey (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Open 03/27/2020 No 09 30 13 - Ceramic Tiling Question from Alex Carey (Lydig Construction, Inc. - Bellevue Of) at 09:58 AM on 03/20/2020 Per submittal review comments for schluter at tile walls, the aluminum schluter is an acceptable material change from the specified stainless steel schluter. The change will result in a credit of $269. Please confirm the schluter material is to be changed to aluminum in lieu of stainless steel. Awaiting an Official Response All Replies: 11. •0 *to Provide aluminum schulter as approved in submittal review. Provide credit as described. -Thayer W. WAU. 3/20/20 Attachments: RFI-265 - Arch- Tile Schluter Material Change (Submittal Review Comment) - WAU Response pdf BY Lydig Construction, Inc. DATE COPIES TO Page 1 of 1 Printed On; 03/20/2020 01:55 PM LVDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #076 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #076: CE Concealed Fire Sprinkler Heads for Levels #108 RFI #263: Fire - 1 and 2 South TO: City of Tukwila FROM: 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO'NUMBER/REVISION: 076 / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: Pending - In Review CONTRACT: CREATED BY: CREATED DATE: PRIME CONTRACT CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: TOTAL AMOUNT: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 30129 - Tukwila Fire Station #52 - GCCM Prime Contract Alex Carey (Lydig Construction, Inc. - Bellevue Off) 3/20 /2020 None Amount Based No $1,103.38 POTENTIAL CHANGE ORDER TITLE: CE CHANGE REASON: Design Development 08- RFI #263: Fire Concealed Fire Sprinkler Heads for Levels 1 and 2 South POTENTIAL CHANGE ORDER DESCRIPTION: (The Contracts Changed As Follows) CE #108 - RFI #263: Fire - Concealed Fire Sprinkler Heads for Levels 1 and 2 South Revision of fire sprinkler heads to concealed heads per RFI 263. ATTACHMENTS: tfs 52 gccm-rfi 263-fire concealed fire sprinkler heads for levels 1 and 2 south-202003202225.pdf 076-SP Combined.pdf # Cost Code Description Typo Amount 1 03--001-99--BP-03`-Structures Subcontractor CE#108-SP Subcontractor $1,035.33 Subtotal: $1,035.33 Fee . SeifPerform 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. $ 46.59 GL Insurance: 0.76% Applies to all line Item types. $ 8.11 P&P Bond: 0,75% Applies to all line item types. $ 8.18 B&O Tax:-0.47%Applies ;to all line item types. $ 5.17 Grand Total: $1,103.38 Owner Signature Date Lydig Construction, Inc. page 1 of 1 Printed On: 3/20/2020 03 :26 PM LY Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax (425) 881-2903 PCO #076-SP Project: 30130-10 - TFS#52 - Self -Perform 15447 65th Ave S Tukwila, Washington 98188 Phone: (360) 907-2459 Fax: (425) 881-2903 Prime Contract Potential Change Order #076-SP: CE #108-SP - RFI #263: Fire Concealed Fire Sprinkler Heads for Levels 1 and 2 South TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 076-SP / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: Pending - In Review FIELD CHANGE: No LOCATION: SCHEDULE IMPACT: FROM: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 CONTRACT: 1 - Tukwila Fire Station #52 - Self -Perform Prime Contract CREATED BY: Alex Carey (Lydig Construction, Inc. - Bellevue Off) CREATED DATE: 3/20 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $1,035.33 POTENTIAL CHANGE ORDER TITLE: CE #108-SP - RFI #263: Fire - Concealed Fire Sprinkler Heads for Levels 1 and 2 South CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #108-SP - RFI #263: Fire - Concealed Fire Sprinkler Heads for Levels 1 and 2 South Revision of fire sprinkler heads to concealed heads per RFI 263. ATTACHMENTS: CE 108-SP - COP 1 change to concealer heads.pdf Cost Code Description Type Amount 21--001-99- - Fire Protection Sub Fireshield COP 01 Subcontractor $ 940.00 Subtotal: $940.00 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: 8.00%Applies to Subcontractor and Purchase Agreements. $ 75.20 GL Insurance: 0.76%:Appliesto all line item types. $ 7.61 P&P Bond: 0.76% Applies to all line item types. $ 7.67 B&O Tax: = 0.47% Applies to all line item types. $ 4.85 Grand Total: $1,03633 Owner Signature Date Lydig Construction, Inc. page 1 of 1 Printed On: 3/20/ 2020 03 :21 PM Phone: 253-851-0030 Fax: 253-851-9782 P.O.BOX 2389 Gig Harbor, WA 98335 www.fireshieldinc.com COP 1 change to concealer heads revised TO: Lydig Construction PROJECT: Tukwila Fire Station 52 FS PROJ # 3419 ATTN: David White REFERENCES: shop drawing review Description: DATE: 3/18/2020 Due to changes at the referenced project Fireshield requests a change order in the amount of: Nine Hundred Forty Dollars $940 this price is valid for 30 days change recessed pendent sprinklers to concealed pendent sprinklers If you have any questions you can contact me at the number below. Thank you, Fireshield Inc John Rogers 253-851-0030 Material: QTY Expenses: Labor: Subcontracts: -105 105 105 QTY 2 HRS 2 1 Phone: 253-851-0030 Fax: 253-851-9782 P.O.BOX 2389 Gig Harbor, WA 98335 www.fireshieldinc.com COP 1 change to concealer heads revised PRICE BREAKOUT ITEM credit for recessed pendent sprinklers concealer pendent sprinkler concealer plate Washington State Sales Tax Rate ITEM truck hour PERSONNEL shop BENEFITS Total Supervision Safety Small Tools SERVICE Unit Price 4.04 6.35 4.24 Subtotal Material 0.0% Unit Price 35.00 Subtotal Expenses Rate $29.71 SUBTOTAL $ (424.20) $ 666.75 $ 445.20 $ 687.75 $ 687.75 SUBTOTAL 70.00 $ 70.00 SUBTOTAL 59.42 $ 70.00 Subtotal Labor $ 59.42 $ 59.42 Subtotal Fireshield Performed Work $ 817.17 Overhead & Profit 15.0% $ 122.58 $ 939.75 Insurance & Bonding 0.0% Total Fireshield Performed Work $ 939.75 COST Subtotal Subcontracts $ Subcontract Overhead and Profit Margin Total Subcontracted Work $ Total Change Order Request Is 940 LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #263 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone. 3609072459 Fax. 4258812903 Fire - Concealed Fire Sprinkler Heads for Levels 1 and 2 South TO: DATE INITIATED: LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: TBD DRAWING NUMBER: LINKED DRAWINGS: Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) Emma Nowinski (Weinstein A+U) 03/19/2020 FROM: David White (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 STATUS: Closed on 03/20/20 DUE DATE: 03/26/2020 COST CODE: SCHEDULE IMPACT: TBD SPEC SECTION: 21 05 00 - Common Work Fire Suppression REFERENCE: RECEIVED FROM: Andrew Moren (FIRESHIELD, 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), Emma Nowinski (Weinstein A+U), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. Bellevue Off), Thayer Wild (Weinstein A+U) Question from David White (Lydig Construction, Inc. - Bellevue Of) at 05:06 PM on 03/19/2020 Per conversations with WAU, Fireshield and Lydig during a design review meeting, the possibility of utilizing concealed sprinkler heads on Levels 1 and 2 south was communicated by Fireshield. These concealed sprinkler heads would create a cleaner look across the ceiling when compared to the specified recessed pendent sprinkler heads. A ROM of $940 has been given by Fireshield to install concealed sprinkler heads on levels 1 and 2 south. Please advise what type of sprinkler heads are to be installed. Attachments: RFI 263 - Fire - Concealed Fire Sprinkler Heads for Levels 1 and 2 South.pdf Official Response: Thayer Wild (Weinstein A+U) responded on Thursday, March 19th, 2020 at 5:43PM PDT Provide concealed sprinkler heads as described above. Submit product data for approval. -Thayer W. WAU. 3/20/20 Attachments: RFI 263 - Fire - Concealed Fire Sprinkler Heads for Levels 1 and 2 South - WAU response.pdf All Replies: q4.,t44L 41.! Provide concealed sprinkler heads as described above. Submit product data for approval. -Thayer W. WAU. 3/20/20 Attachments: RFI 263 - Fire - Concealed Fire Sprinkler Heads for Levels 1 and 2 South - WAU response.pdf BY Lydig Construction, Inc. DATE COPIES TO Page 1 of 1 Printed On: 03/20/2020 03:25 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #080 Project: 30129-43 TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax. 4258812903 Prime Contract Potential Change Order #080: CE Fiber Cement Siding Specification at #119 - RFI #237: Arch - Deck 231 TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 080 / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: Pending - In Review FROM: CONTRACT: CREATED BY: CREATED DATE: PRIME CONTRACT CHANGE ORDER: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 30129 Tukwila Fire Station #52 GCCM Prime Contract Alex Carey (Lydig Construction, Inc. Bellevue Off) 3/30 /2020 None ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $6,336.07 POTENTIAL CHANGE ORDER TITLE: CE #119 - RFI #237: Arch - Fiber Cement Siding Specification at Deck 231 CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #119 - RFI #237: Arch - Fiber Cement Siding Specification at Deck 231 Revise specification for fiber cement siding from Hardie Board to Silbonet at Deck 231 elevations only per RFI 237. ATTACHMENTS: PCO 01 - Silbonit at Deck 231.pdf Cost Code Description Type Amount 07--010-99- - BP-13 Aluminum Paneling & Cement Fiber Board Axiom CC - PCO 01 Subcontractor $ 5,945.28 Subtotal: 55,945.28 Fee - Self Perform Work: 16.00% Applies to Labor, Materials, Equipment, Other, Overhead and. Profit, and. Unwritten-Sub'sIPA's. $ 0.00 Fee -Sub Tler Work: 4.60% Applies to Subcontractor and Purchase Agreements. $ 267,54. GL Insurance::0.75% Applies to all line'item types. $ 46.60 P&P Bond:.0.76% Applies to all line Item types. $ 46.95 B&O Tax:. =O.47%Applies to all line item types. $ 29.70 Grand Total: $6,336.07 Owner Signature Date Lydig Construction, Inc. page 1 of 1 Printed On: 3/30/ 2020 08 :23 AM To: Lydig Construction 3180 139th Ave SE Bellevue, WA 98005 Project: Tukwila Fire Station 52 EMI La RE: Silbonit at Deck 231 PCO for using Silbonit in lieu of Hardie at deck 231 elevations L 5116""Hardie Panels Hardie Onsite Fabrication Silbonit Panels Silbonit Shop Fabrication Silbonit Delivery Additional days for change order work Work will proceed upon approval, and the following amount will be added to the contract $ 5,945.28 Authorized Signature 330.00 SF 4.00 HRS 330.00 SF 0.00 LS 0.00 LS Axiom Construction &Consulting, LLC Authorized Signature Lydig Construction Pending Change Order Change Order Request # : Date: 1 March 19, 2020 $ -1.90 $-627.99 $ -98.40 $-393.60 $ 9.58 $ 3,161.40 $ 0.00 $ 1,730.00 $ 0.00 $ 1,300.00 Labor: $ -393.60 Material: $ 5,563.41 Other: Subtotal: OH & P: $ 15% $ 5,169.81 775.47 Pending Change Order Total $ 5,945.28 Date Date When signed by the Owner and the Contractor, this document becomes effective immediately and will be promptly incorporated as part of the next available Change Order, The Contractor shall proceed with the change(s) described above, and both parties will be bound to the adjustments in Contract Sum and Contract Time proposed above as the complete and final settlement of all direct and indirect costs and time impacts arising from the above change(s). Reservation of Rights. 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 costs which are 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. overrun prior to final settlement of this Contract Axiom Construction & Consulting, LLC 1841 Front Street, Suite A Phone: 360,354.1184. LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #237 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax' 4258812903 Arch - Fiber Cement Siding Specification at Deck 231 TO: Thayer Wild (Weinstein A+U) FROM: Lauren Rock (Weinstein A+U) Emma Nowinski (Weinstein A+U) DATE INITIATED: 03/02/2020 LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: TBD DRAWING NUMBER: A102S.A LINKED DRAWINGS: RECEIVED FROM: Hank Lancaster (AXIOM CONSTRUCTION & CONSULTING) 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), Emma Nowinski (Weinstein A+U), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. - Bellevue Off), Thayer Wild (Weinstein A+U) Alex Carey (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 STATUS: Closed on 03/09/20 DUE DATE: 03/10/2020 COST CODE: SCHEDULE IMPACT: TBD SPEC SECTION: 07 46 46 - Fiber -Cement Siding REFERENCE: Question from Alex Carey (Lydig Construction, Inc. - Bellevue Of) at 02:03 PM on 03/02/2020 Specification 07 46 46 2.2 A.1 a calls for HardiePanel Vertical Siding for the product to be used at fiber -cement siding. Submittal review comments for 07 46 46-1 state to change the product from HardiePanel vertical siding to: Cement Board Fabricators Silbonit, stone natural, integral color, 5/16. Please confirm the revised product is to be used at X3 wall types at Deck 231. Attachments: RFI 237 - Arch - Fiber Cement Siding Specification at Deck 231 pdf Official Response: Lauren Rock (Weinstein A+U) responded on Sunday, March 8th, 2020 at 5:29PM PDT Confirmed Silbonit product to be used for fiber cement planks in wall type X3 at Deck 231. Please submit product data, samples, and shop drawings L. Rock, Weinstein A+U 3/8/20 Attachments: RFI 237 - Arch - Fiber Cement Siding Specification at Deck 231 WAU Response.pdf All Replies: .`) tt t Ott oh '14,,k • Vtvi`\,,,t4 Confirmed. Silbonit product to be used for fiber cement planks in wall type X3 at Deck 231. Please submit product data, samples, and shop drawings. L. Rock, Weinstein A+U 3/8/20 Attachments: RFI 237 - Arch - Fiber Cement Siding Specification at Deck 231 WAU Response.pdf BY Lydig Construction, Inc. DATE COPIES TO Page 1 of 1 Printed On: 03/30/2020 08:20 AM LY©IG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #082 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax. 4258812903 Prime Contract Potential Change Order #082: CE #122 - Richard's Property Sewer Line Cleaning TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 082 / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: Pending - In Review FROM: CONTRACT: CREATED BY: CREATED DATE: PRIME CONTRACT CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: TOTAL AMOUNT: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 30129 -Tukwila Fire Station #52 - GCCM Prime Contract Alex Carey (Lydig Construction, Inc. - Bellevue Off) 3/31 /2020 None Amount Based No $1,766,86 POTENTIAL CHANGE ORDER TITLE: CE #122 - Richard's Property Sewer Line Cleaning CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #122 -Richard's Property Sewer Line Cleaning On 2/29/2020, Lydig received a call that the Richard's property was experiencing a sewer blockage. Lydig dispatched Beacon Plumbing that day to clean out the side sewer line and restore the sewer to proper function: After further investigation, it was decided that the side sewer was installed per the contract documents and City of Tukwila standards. The side sewer connection will be revised per RFI 243. The costs submitted as a part of this change event/PCO are for Beacon Plumbings work to clear the sewer blockage. ATTACHMENTS: Beacon Plumbing Invoice 2.29.2020.pdf Cost Code Description Type Amount 1 45--100-07-- Work Order 07 Beacon Plumbing Invoice 2/292020 Materials $1,732.50 Subtotal: $1,732.50 Fee - Self Petform Work: 0.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, and Unwritten Sub'sIPA's. $0.00 Fee - Sub Tier Work: 4.60% Applies to Subcontractor and Purchase Agreements. $ 0.00 GL Insurance: 0.76%Applies to all Tine item types. $ 12.99 P&P Bond: 0.76% Applies to all Tine item types. $ 13.09 B&O Tax: ,= 0.47% Applies to all line item types. $ 8.28 Grand Total: $1,766.86 Owner Signature Date Lydig Construction, Inc. page 1 of 1 Printed On: 3/31/ 2020 01 :42 PM PLEASE DO NOT BOOK CALLS WITH SERVICE TECH. ALL CALLS TO GO DIRECTLY TO SERVICE DEPARTMENT 1-800-373-2546 customersupport@beaconpiumbing.net HEATING, ELECTRICAL, SEPTIC A Local Company with A Plumbing, Electrical and Heating Staff You Can Trust and Rely On" & MECHANICAL, INC. 1.800.FREAKIN (1.800"373.2546) 6EAX RATE LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone. (425) 885-3314 Fax: (425) 881-2903 PCO #083 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #083: CE Elevator Penthouse Roof Det TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 FROM: PCO NUMBER/REVISION: 083 / 0 CONTRACT: REQUEST RECEIVED FROM: CREATED BY: STATUS: REFERENCE: Pending - In Review FIELD CHANGE: No CREATED DATE: PRIME CONTRACT CHANGE ORDER: #120 - RFI #261: Arch ail Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 30129 - Tukwila Fire Station #52 - GCCM Prime Contract Alex Carey (Lydig Construction, Inc. - Bellevue Off) 3/31 /2020 #006 - Change Order #6 LOCATION: ACCOUNTING Amount Based METHOD: SCHEDULE IMPACT: PAID IN FULL: No TOTAL AMOUNT: ($1,171.74) POTENTIAL CHANGE ORDER TITLE: CE #120 - RFI #261: Arch - Elevator Penthouse Roof Detail CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #120 - RFI #261: Arch - Elevator Penthouse Roof Detail Revise the elevator penthouse siding detail from fiber cement siding to continuous TPO roofing membrane per RFI 261. ATTACHMENTS: tfs 52 - gccm-rfi 261-arch - elevator pentouse roof detail-202003312112.pdf PCO 083 - Combined.pdf 07 COP 02 - RFI 261 Elevator Penthouse Roof Detail.pdf _PCO 02 - Elevator Penthouse Cladding Removal.pdf Cost Code Description Type Amount 07-010-99- - BP-13 Aluminum Paneling & Cement Fiber Board Axiom CC - PCO 02 Subcontractor ($2,623.42) 2 07-020-99- - BP-14 Roofing and Roof Flashing Axiom Div 7 - COP 02 Subcontractor $ 1,469.00 Subtotal: ($1,154.42) 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: 0.00% Applies to Subcontractor and Purchase Agreements. $ 0.00 GL Insurance: = 0.76% Applies to all line item types. ($8.66) P&P Bond: = 0.74% Applies to all line item types. ($8.66) B&O Tax: 0.00% Applies to all line item types. $ 0.00 Grand Total: ($1,171.74) Owner Signature Date Lydig Construction, Inc. page 1 of 1 Printed On: 4/16/ 2020 10 :43 AM To: Lydig Construction 3180 139th Ave SE Bellevue, WA 98005 Project: Tukwila Fire Station 52 Pending Change Order Change Order Request # : Date: AL LtLA AAA, ;,,L, 7' 7 `L',11 7k1111' 11\1 11 RE: Elevator Penthouse Cladding Removal Credit for cladding removal at the elevator penthouse per RFI 261. 'Color Plus Hardie (4x8 sheets) Color Plus Vertical Hardie Trim Sheet Metal Coping HT SAM l6ga galv Flat Channel 2" Green Girt 2" insulation Installation Additional days for change order work Work will proceed upon approval, and the following amount will be added to the contract Authorized Signature Axiom Construction & Consulting, LLC Authorized Signature Lydig Construction -90.00 -14.00 -36.00 -36.00 -80.00 -80.00 -90.00 -16.00 SF LF LF LF LF LF SF HRS 2 March 27, 2020 AiW149 1.90 -171.00 3.00 -42.00 4.17 6 -150.12 1.60 6 -57.60 2.00 -160.00 4.83 -386.40 0.91 6 -81.90 98.40 -1,574.40 Labor: -1,574.40 Material: -1,049.02 Other: Subtotal: $ -2,623.42 Pending Change Order Total -2,623.42 -2,623.42 Date Date When signed by the Owner and the Contractor, this document becomes effective immediately and will be promptly incorporated as part of the next available Change Order. The Contractor shall proceed with the change(s) described above, and both parties will be bound to the adjustments in Contract Sum and Contract Time proposed above as the complete and final settlement Mall direct and indirect costs and time impacts arising from the above change(s). Reservation of Rights. 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 costs which are not possible to assess at the present time. Right is expressly reserved to make claim for any and all of these related items of conmensable cost overrun prior to final settlement of this Contract Axiom Construction & Consulting, LLC 1841 Front Street, Suite A Phone: 360.354.1184. CHANGE ORDER PROPOSAL To: Lydig Construction, Inc. 3180 139th Ave SE, Suite 110 Bellevue, WA 98005 Project: Tukwila Fire Station 52 Attn: COP No: 2 Date: 3/25/2020 Kiel Lunsford Description;: , RFI 26'. Elevator Penthouse Roof Oet; Per RFI 261 response, there is additional time and material associated with providing inulation on exterior and interior of the penthouse walls along with a full height membrane cladding of these walls. Nathan Swartzentruber- Senior Project Manager Hours: Authored By: Cast Breakdown: Labor: Rate: Item Total: Insulation Installation Membrane Wall Flashings Material: 4 6 Qty: 69.36 $ 69.36 Cost: - $ Item Total: 277.44 416.16 2.7" 15o sheet(s) Supported Membrane Flashing Roll(s) Fasteners and Plates (lot) Tools, Equipment & Rentals: 6 1 1 Qty: Rate: 27.35 286.33 85,00 $ 164.10 $ 286.33 $ 85.00 Item Total: - $ - $ :Cost Sur arX..... Labor: Material: Equip & Rentals: Subtotal: 693.60 535.43 $ 1,229.03 Small Tools Consumable: Bonds: Insurance: Subtotal: 24.58 12.29 12.29 1,278.19 Overhead: Profit: Billing Adjustment: 10% $ 5% $ $ Change Order Total: $ 127.82 63.91 (0.92) 1,469.00 Work will proceed upon approval, and the COP s Original Base Contract: $ Other Approved COPs: $ Total Contract to Date: $ um added to the contract price is to be: $ 1,469.00 267,309.00 This COP Request: Other Pending Requests: 267,309.00 Total Contract plus Pending COPs: $ 1,469.00 $ 9,172.00 $ 277,950.00 Authorized Signature: Authorized Signature: Axiom Division 7 Inc Date: Date: Lydig Construction, Inc. When signed by the Owner and the Contractor, this document becomes effective immediately and will be promptly incorporated as part of the next available Change Order. The Contractor shall proceed with the change(s) described above, and both parties will be bound to the adjustments in Contract Sum and Contract Time proposed above as the complete and final settlement of all direct and indirect costs and time impacts arising from the above LOW SLOPE ROOFING SOLUTION8InaVE ROOFS / ROOFING ACCESSORIES 1841 Front Street - Suite A, Lynden WA 98264 p. (360) 354-1184 f. (360) 318-9526 LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #261 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone. 3609072459 Fax: 4258812903 Arch - Elevator Pentouse Roof Detail TO: DATE INITIATED: LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: No DRAWING NUMBER: 1/A458 LINKED DRAWINGS: Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) Emma Nowinski (Weinstein A+U) 03/19/2020 FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: Alex Carey (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Closed on 03/20/20 03/26/2020 No RECEIVED FROM: Nathan Swartzentruber (AXIOM DIVISION 7 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), Emma Nowinski (Weinstein A+U), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. - Bellevue Off), Thayer Wild (Weinstein A+U) Question from Alex Carey (Lydig Construction, Inc. - Bellevue Of) at 02.43 PM on 03/19/2020 Per discussions between Lydig and WAU, the elevator penthouse detail is to be revised as described herein and shown on the attachment. In lieu of the fiber cement siding assembly shown per 1/A458, the TPO roofing assembly will continue vertically up the face of the elevator penthouse and terminate to the elevator penthouse and south roof assemblies. This assembly will include (1) layer of 2.7" roof insulation on either side of penthouse metal framing, roof cover board and TPO roofing membrane. Please confirm. Attachments: RFI 261 - Arch - Elevator Pentouse Roof Detail.pdf Official Response: Thayer Wild (Weinstein A+U) responded on Thursday, March 19th, 2020 at 4 39PM PDT Provide elevator penthouse detail as described above and illustrated on attached markups. -Thayer W. WAU. 3/19/20 Attachments: RFI 261 - Arch - Elevator Pentouse Roof Detail - WAU response.pdf All Replies: r.,1A4 at. tkva2Vi, *,tt ""r \°:::.,1•,<AVe*WttniO4 Provide elevator penthouse detail as described above and illustrated on attached markups. -Thayer W. WAU. 3/19/20 Attachments: RFI 261 - Arch - Elevator Pentouse Roof Detail - WAU response.pdf BY Lydig Construction, Inc. DATE COPIES TO Page 1 of 1 Printed On: 03/31/2020 02:12 PM