Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
18-001 - Lydig Construction - Public Safety Plan: Fire Stations 51 and 52 (Amendment V-W)
CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 010 DATE: 7/17/2020 PROJECT NO.: 90830402 PROJECT NAME: PSP — Fire Station 51 TO: BUDGET NO.: 305.98 CONTRACT NO.: 18-001.1 ( x ) AMENDMENT NO: 024 18-001(x) 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 7/17/2020 Contractor Lydig Construction )/ - $11CYPP-H1111,1411111"-) ' UM] !Q11111]/THMT111911]]]]]] Original Contract FS51 (without tax) $ 9,587,314.00 ‘, APPROVED BY THE CITY OF TUKWILA Previous Change Order FS51 $ 603,108.29 Date 0 This Change Order FS51 (without tax) $ 55,934.63 By REV. CONTRACT AMOUNT FS51 $ 10,246,356.92 Original Contract Time FS51: (#$ 52?@93 @ 3- fC+C+7 dditional Contract Time for this Change Order FS51: 79 days Updated Contract Time FS51: 499 days (August 04, 2020) ayor Deputy City Administrator 4111 9( 1 / ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File ( (I (11/2014) Exhibit "A" C GE +Mk*:IE CITY OF TUKWILA Project Name Project # TO CONTRACTOR: -SU YOFC ANGE - PUBLIC SAFETY PLAN Fire Station 51 LYDIG CO # 010 90830402 Contract # 18-001.1 (x ) Lydig Construction Date 7/17/20 3180 139th Ave SE, Ste 110 Bellevue, WA 98005 COP/CCD # Description Reason Code Amount COP 057 CE #103 - Unsuitable Soils Excavated for Site Hardscapes. Export unsuitable soils from South driveway, previous parking stalls (280 CY) and Southwest hardscapes (asphalt paving area). UFC $17,297.05 COP 063 CE #108 - #267: Power to IDU-1; in Comm 127. Per response to RFI 267, McKinstry was instructed to provide wiring from IDU-1 to ODU. DC $903.65 COP 066 TFS 51 - Value Engineering (VE) Reconciliation. CE #001 - Value Engineering Allowance. Note: Fencing related VE items will be submitted separately as requested. DC $31,873.50 COP 068 CE #131 - #319: Electrical Exit Sign Near Door 101B. Changed exit sign type at Corridor 103 per preliminary Fire Marshal inspection comments. AD $806.50 COP 070 Relocation of Light Pole in Wetland. ASI-017 illustrated a light pole in a different location at the SW corner of the, site, with no callout. RFI 309 confirmed relocation of this light pole, however the light pole was already installed per base bid documents. AD $2,155.57 COP 071 CE #105 - #275: Electric/Mechanical - Electric Unit Heater (EUH) and Exhaust Fan Thermostats. Per RFI #275, power connection to the thermostat was not required because the EUH's had an integral thermostat already in them. McKinstry was then required to un-install the thermostat and wire nut the heater back together. DC $427.74 COP 072 CE #109 - ASI-019 - Signage. ASI-019 provided interior/exterior signage schedules and added the following: "Emergency Vehicle Exit Only" at South Gate; Dedication plaque; Slab Plaque. DC $2,470.62 COP 074 CE #135 - Change in Contractual Completion Dates. The project has been delayed by: Casework supplier experienced a fire at their facility which delayed the delivery of casework, and the DAS system scope of work was added to the project. The agreed to completion dates are now: Substantial completion 08/04/20 which adds 79 calendar days to the schedule and Physical completion date of 08/14/20. OC $0.00 Lydig Change. Order No. 010 $55,934.63 LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #057 Project: 30125-43- TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #057: CE #103 - Unsuitable Soils Excavated for Site Hardscapes TO: PCO NUMBER/REVISION: REQUEST RECEIVED FRO STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 057/0 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) 6/2 /2020 None ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $17,297.05 POTENTIAL CHANGE ORDER TITLE: CE #103 - Unsuitable Soils Excavated for Site Hardscapes CHANGE REASON: Existing Condition POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #103 - Unsuitable Soils Excavated for Site Hardscapes DCR 27840 and 27841: Export unsuitable soils from South driveway and pervious parking stalls (280 CY) DCR 28637 and 28638: Export unsuitable soils from Southwest hardscapes (asphalt paving area) ATTACHMENTS: 20200522 162854.pdf 20200506143701368p_df_ # Cost Code Description Type Amount 1 31-001-99- - Earthwork & Utilities DCR 27840 Subcontractor $ 6,741.79 2 31-001-99- - Earthwork & Utilities DCR 27841 Subcontractor $1,997.57 3 31-001-99-- Earthwork & Utilities DCR 28637 Subcontractor $ 3,745.44. 4 31-001-99- - Earthwork & Utilities DCR 28638 Subcontractor $ 3,745.44 Subtotal: $16,230.24 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. $ 730.36 GL insurance: 0.75% Applies to all line item types. $ 127.20 P&P Bond: 0.75% Applies to all line item types. $ 128.16 B&O Tax: = 0.47% Applies to all line item types. $ 81.09 Grand Total: $17,297.05 Owner Signature Lydig Construction, Inc. page 1 of 1 Date Printed On: 6/2/ 2020 11 :02 PM Square Feet Depth Cubic Yards Tons Pervious Parking Stalls 2032 2 150.52 270.93 Heavy Duty HMA 4117 0.92 140.28 252.51 Heavy Duty Concrete 5626 1.1 229.21 412.57 Total CY 520.01 Total Tons 936.02 Approx. SF: 4117 Depth: .92 RSA Tar& Fh union St A002 WEINSTEINA+U Tukwila Fire Station 51 PCO 057: CE #103 - Unsuitable Soils Excavated for Site Hardscapes DCR # Area Worked Date Tons Exported Conversion CY Exported 27840 South Driveway 4/14/2020 388.6 1.8 216 27841 Pervious Parking Stalls 4/24/2020 115.2 1.8 64 28637 South Asphalt Paving Area 5/15/2020 216 1.8 120 28638 South Asphalt Paving Area 5/18/2020 216 1.8 120 Subtotals: 935.8 520 SCI Infrastructure L C Project: Tukwila Fire Station #51 Job # 1906 Tally Sheet Export Unsuitable Date DCR No. Amount 04/14/20 27840 $ 6,741,79 04/24/20 27841 $ 1,997.57 TOTAL: $ 8,739.36 w Cr m X: + 0 Date: 04/14120 Project: Tukwila Fire Station #51 Gubgrado.south driveway/ hauled off 18solo loads ofunsuitable soil. DETAIL COST RECORD ^ HOURS RATE EXTENSION RT 8T. DT Total 'CODE �Chris Nolan FM O 78.30 0.00 Chris Nolan FNOT 0 105.33 O.m] Rob Braun TM 0 67.45 0.00 Rob Braun TMOT U 88.47 0,00 Tommy Ward LA 0 57.49 0.00 Tommy Ward LAOT Q 78.73 0.00' DonieDaCeuch|ni TCS O 55.23 0.00 DanieUaOevchini TCQOT O 75.36 0.00 EhcHuu|et LF O 62.04 0.00 EhoHau|at LFOT U 85'51 0.00 �Bill Graft OP o 74.22 0.00 Bill Graft OPOT O 99.25 0.00 Roger Adams LA 0 57.49 0.00 Roger Adams LADT O 78.73 0.00 Sub -Total 0.00 Travel Time 0.00 Total Labor Costs $0.00 D5DVzar O 64.67 0.00 Cat Roller U 57.37 0.00 Dump Truck O 69.70 0.00 Trailer 0 15.35. 0.08 Fuel Truck (oporaf d) 0 107.90 0.00` 930Lmado, O 57.30 0.00 314CAT Excavator O 71.07 0100 YanmarN1ini'Exnovo{or O 25.30 0.00 128Exmavatom 8 71.38 0.00 Tool Truck Q 19.00 0.00 380Looder n 59.64 0.00 145L|nkbo|tExcavator O 71.07 0.00 310JDBackhoe O 33.58 0.00 544KLomdor ' O 57.98 0.80 Sub -Total 0.00 Equipment Markup 0.00 Total Equipment & Tools Costs $0.00 ' Import Gravel Borrow cy 0.0 47.00 0.00 Export (210cy) tons 388.8 388/8 17.00 6.609.00 G@''Rock tons 0 20.60 0.00 o 0.00 O 0.00 U 0.00 Sub -Total 6.808.60 Sale Tax (if applicable) Markup Other Costs - _ ~ $6,609.60 Contractor's Representative Subcontractors Representative Owners Representative Sub -Total Sales Tax onRented Equipment 6,609.60 Sub -Total G,60&GO unit price 0.00 Bond &|,s 132.19 No. Sheet 1 of 1 SCI Infrastructure C 2825 SOUTH 154th ST • SEATT E, WA 98188 • (206) 242-0633 • FAX: (206) 242-0792 Daily Cost Record 27840 Project ,C;`4, 51/0-11LA Si Job # Date 2-41Z-1) Weather ve, ajegil___Weitz_e_ Description (must be complete) „5/4,/, DETAIL COST RECORD HOURS RATE EXTENSION CODE S.T. O.T. DT. TOTAL IY 0 03 Sub -Total LaborTaxes & Fringe Benefits Travel Time Labor Markup Total Labor Costs -J OC) 1- I- a. w Sub -Total Equipment Markup Total Equipment Costs -J < W W ' ef /CS , Sub -Total t.3 * -....... iiTq 1jgoumejyc k..i (,oi truc ion lc Sales Tax (if applicable) - act owlecid ig t1-1-. t thr'7,re.so!!fGe6 ;isteehW€ Material Markup utilizF.cli; -li is . a ,know odge:11)(mt (106...s Total Material Costs ' corr i ute 1 '0',',.,,,--,reen .,_ It! 2,.[ ',:: VOrit IS •. 1- extr ,, toll id" ,1.J1.2-,-!*;,-1c.i., ,! 1 :! ST'..;, ' ros.,u1.L.2:- : \v,. us5th.n.n,.:1 Nork- . :,,, . , Ai...AL ,-,.,.t.!, 'II subuontmctathelic,ins'thi2, v.:-.31., i, eul: extra 'hen it0 ..' Total Other Costs rkra sns te au.bcL ntrct. ',7, duty to ' • VIC ) Sub -Total notice per the subcontract 1-id tie -contr 'ct- Bond lnsuranceTExdCUmefltS,.,,,and request a change direct'Ye, , ,---.:Miscellaneous Co: tLhange order proposal, or a request for equitaole Contractor's Representative Sub -Total adjustmentJ it, Overhead _,.. ...., Subcontractor's Representative Owner's Representative Mn Shpnt nf Sub -Total Sales Tax TOTAL CUSTOMER PROJECT NO. T$ T HOURS;. ' " MATERIAL. I TIME DELIVERED TO UNLOADED i IL SOLO HOURS MATE' LOADED 1 EN mill TRUCK Na co co 0 CO -J _1 F- 0 z w a_ a w ce w avomnk,:egAgoisk Date: 04/24/20 Project: Tukwila Fire Station #51 Description: Job # 1 06 Backhaul dirt from excavation ofpervious parking stalls. 27841 DETAIL COST RECORD CODE HOURS RATE EXTENSION RT OT DT Total Chris Nolan -FM 0 78.30 0.00 Chris Nolan FM OT 0 105.33 0.00 Rob Braun TM 0 67.45 0.00 Rob Braun TM OT 0 89.47 0.00 Tommy Ward LA 0 57.49 0.00 Tommy Ward LA OT 0 78.73 0.00 Danielle Cecchini TCS 0 55.23 0.00 Danielle Cecchini TCSOT 0 75.36 0.00 Eric Haulet LF 0 62.04 0.00 Eric Haulet LF OT 0 85.51 0.00 Bill Graft OP 0 74.22 0.00 Bill Graft OP OT 0 99.25 0.00 Roger Adams LA 0 57.49 0.00 Roger Adams LA OT 0 78.73 0.00 Sub -Total 0.00 Travel Time 0.00 'Total Labor Costs $0.00 D5 Dozer 0 64.67 0.00 Cat Roller 0 57.37 0.00 Dump Truck 0 69.70 0.00 Trailer 0 15.35 0.00 Fuel Truck (operated) 0 107,90 0.00 9 8 Loader 0 57.33 0.00 314 CAT Excavator 0 71.07 0.00 Yanmar Mini -Excavator 0 25.30 0.00 128 Excavator 0 71.39 0.00 Tool Truck 0 19.60 0.00 380 Loader 0 59.64 0.00 145 Linkbelt Excavator 0 71.07 0.00 310 JD Backhoe 0 33.59 0.00 544K Loader 0 57.98 0.00 Sub -Total 0.00 Equipment Markup 0.00 Total Equipment & Tools Costs $0.00 Import Gravel Borrow Export 5/8" Rock (84cy) CY tons tons 115.2' 0.0 115.2 0 47.00 17.00 28.60 0.00 1,958.40 0.00 0 0.00 0 0,00 0 0.00 Sub -Total Sale Tax (if applicable) Markup Other Costs 1,958.40 $1,958.40 Contractor's Representative Subcontractor's Representative Owners Representative Sub -Total Sales Tax on Rented Equipment 1,958.40 Sub -Total 1,958.40 Mark -Up @ 15% unit price Bond & Ins 0.00 39.17 No. Sheet 1 of 1 TOTAL $1,997.57 2825 SOUTH 154Ih ST • SEATTLE, WA 98188 • (206) 242-0633 • FAX: (206) 242-0792 Project .5714.fee:st cri Job # //PL Date 4-ill- z-o Description (must be complete) 1.:14.0e geza / ,..4.:".,, / kr,..1. —s. .6-- "As,c c A 0.4 ,,,,4, 4.9c ii,,,a) ii94 s 1 / X17 J. ho ils ly *OSE 7 2" Weather DETAIL DETAIL COST RECORD CODE HOURS RATE EXTENSION S.T. 0.T. D.T. TOTAL U U U U OTHER U B�U|p�ENT&TO�LO U LABOR Sub -Total Labor Taxes & Fringe Benefits Travel Time Labor arkup Total Labor Costs By inning Inis occuttioi Lyoly k..:o IF.;,iuotion is Sub -Total aria o viedgiig tt-rat ;i,e roso , -fls listed wHre Equipment Markup titinuii. I his ,, ckn,,,,v r -, - illirii, (100::' I iot Total Equipment Costs constitute I_%, digs ,'ireen out tHai the wart, is uxi.lei iu the subco tract, only *,iett th .: 1,2-,ourc es `...S weu used ;Ind Noik vas i.Jrfoir led, It ttie sub( ontractcr belic,ves this wor.. ,:- -n extra thco it remains the s -iccntract r's duty to :,rovice oue notice per tlio subcontract and t le contract ocurnenls, and request a chancp clinci. ,e, , Sub -Total ,tinge order proposal, o- a re`luost Far eel ' ' Sales Tax (if applicable) actjU.;Arrient. ... Material Markup BY DE Tolal Material Costs yni CCThlS-, , ' ini i')Ni li\ r Total Other Costs Sub -Total ft Bond Insurance Taxes Miscellaneous Costs Contractor's Representative Sub -Total Overhead Subcontractor's Representative Owner's Representative Kin Shoot nf Sub -Total Sales Tax TOTAL GCEMENTGroupqc (888) 322-6847 425-961-7100 WEIGHMASTER STATION 021100 .,.ack Diamond 26111 SE Green Valley Rd. Black Diamond, WA 98010-7800 TI KET NO. 1903106801 7.24:00A Customer No. 7829920 Payment Type Account Customer Name SCI INFRASTRUCTURE LLC Order No. 57130 Customer Job, No. Customer P.O. 1906 • Map Ref. / Dlsp. Ord. II 86164 Truck Type Solo Truck No. 961 Vehicle or License Plate No. C58022E Trailer or License Plate No. Zone Hauler/Carrier No. 7858190 Driver's Name ED Delivered/Ordered 12.00 / 48.00 Load No. 1 Running Total 12.00 BD/D - J#1906 - TUKWILA FIRE STATION 51 17915 SOUTHCENTER PKWY TUKWILA- MAIN GATE TO CHECK IN FIRST BEHIND BUILDING- SEE CREW ONSITE FOR DUMPING I LETTER APPROVED Product ( pesariptior%:'; a` 99153 BACKHAUL DIRT SOLO (CY) i imii 1111111111 11111 lull uiii ilia 11111 11111 1111111111111 Total Unit Price Amount 12.00 SCALE WEIGHT GROSS & TARE 61,080 LB Gross 26,100 LB/P.T Tare 34,980 LB Net E] Scale 1 Scale 2 Brevik, Alexis Deputy Welghmaster No one available to sten, customer waives receipt Received by Signature signature. Arrive Job 0 „X Start Unloading BERGCEMENTGroupu' (888)322-6847 425-961-7100 WEIGHMASTER STATION 99021100 Black Diamond 26111 SE Green Valley Rd. Black Diamond, WA 98010-7800 Finish Unloading A STANDBY SURCHARGE WILL BE ASSESSED FOR LOADS THAT EXCEED 10 MINUTES UNLOADING TIME. Cadman, (Inc.) will not assume Liability for any properly Waaagelcor any equipment damage for any delivery beyond the curb line. *Print Name (Customer) nX Fuel Surcharge Sales Tax Total Standby Time Driver's Signature "Customer's Initials X Standby Time TICKET NO. 1903106841 TICKET TIME 11:56:02AM DATE 4/29/2020- 'Customer No. 7829920 Payment Type Account Customer Name SCI INFRASTRUCTURE LLC Order No. 57130 Customer Job. No. Customer P.O. 1906 Map Ref. / Dlsp, Ord. II 86164 'Truck Typo Solo 'Suck No. 961 Vehicle or License Plate No. C58022E Trailer or License Plate No. Zone Hauler/Carder No. 7858190 Driver's Name ED Delivered/Ordered 36.00 / 48.00 Load No. 3 Running Total 36.00 BD/D - J#1906 - TUKWILA FIRE STATION 51 17915 SOUTHCENTER PKWY TUKWILA- MAIN GATE TO CHECK IN FIRST BEHIND BUILDING- SEE CREW ONSITE FOR DUMPING INSTR LETTER APPROVED III 11111 11111 11111 11111 nisi iiiii inii iini iuum Product pesoripeen, Total,. Unit Price Amount 99153 BACKHAUL DIRT SOLO (CY) 12.00 SCALE WEIG GROSS &TARE Grrr 60, 300 LB Tam 26,100 LB/P.T* Net 34,200 LB * Scale I Scale 2 X Tfaoli4aAighrlS9& Vo ono available to sign, customer waives recelp rIgnafure, El Received by Slgnatu X A STANDBY SURCHARGE WILL BE ASSESSED FOR LOADS THAT EXCEED 10 MINUTES UNLOADING TIME. AWB Cadman, (Inc.) will not assume Liability for any property damage or any equipment damage for any delivery beyond ( hdaffb line. Print Name (Customer) X Fuel Surcharge Sales Tax Total Start Unloading Finish Unloading Standby Time Driver's Signature Customer's Initials Standby Time This Tickets Grand Total arrive Job IDEfJ3ERGCEMENTGroupDv (888) 322-6847 425-961-7100 WEIGHMASTER STATION 21100 Black Diamond 26111 SE Green Valley Rd. Black Diamond, WA 98010-7800 TICKET NO. 9 031 0 6 B TIC KET Ti :0007 20 Customer No. 7R 2 c)92(1 Payment Type Account Customer Name SCT INFRASTRUCTURE LT,C Order No 57130 , Customer Job. No. Customer P.O. 1906 Map Re. / Dlsp. OM. II 86164 'Truck Type Solo Truck No. 961 Vehicle or License Plate No C58022E Mauer License Plate No. Zone HILIWCUrier No. 7858190 I Drivers Name I ED Delivered/Ordered 48.00/ 48.00 Load No. 4 Running Total 48.00 BD/D — J#1906 — TUKWILA FIRE STATION 51 17915 SOUTHCENTER PKWY TUKWILA— MAIN GATE TO CHECK IN FIRST BEHIND BUILDING— SEE CREW ONSITE FOR DUMPING INSTR LETTER APPROVED I 1111111 11111 11111 11111 11111 11111 11111 11111 11111 11111 1111 1111 • ..Product Description Total.Ur( Mice Amount, 99153 BACKHAUL DIRT SOLO (CY) 12.00 CALE WEIGHT GROSS & TARE Gross Tare Net 60,960 LB 26,100 LIVP.T.* Scale 1 El Scale 2 34,860 LB X C?)iplitirYcleigh1Ci 'Jo one available to sign, customer waives receipts' Received by Signature lignature. clirrive Job El X Star Unloading HEIDELBERGCEMENTGroupg. (888) 322-6847 425-961-7100 WEIGHMASTER STATION 99021100 Black Diamond 26111 SE Green Valley Rd. Black Diamond, WA 98010-7800 Finish Unload Standby Time A STANDBY SURCHARGE WILL BE ASSESSED FOR LOADS THAT EXCEED 10 MINUTES UNLOADING TIME. LIABILITY WAIVER Cadman, (Inc.) will not assume Liability for any property damage or any equipment damage for any delivery beyond 1ct.b line. Fuel Surcharge Sales Tax Total Print Name (Customer) Standby Time r's Signature X Customer's initials TICKET NO. 1903106825 ITICKETTIME 9:20:49AM TE 4/29/2020 > Customer Na 7829920 Payment Type Account Customer Name SCI INFRASTRUCTURE LLC Order Nm 57130 'customer Job, Customer P.O. 1906 Map Ref. / Dlsp. Ord. 86164 'Truck Type Solo Truck No. 961 Vehicle or License Plate Na. C58022E Trailer or License Plate No. Zone 'Hauler/Carrier No. 7858190 Driver's Name ED Delivered/Ordered 24.00/ 48.00 Load No. 2 Running Total 24.00 BD/D — J#1906 — TUKWILA FIRE STATION 51 17915 SOUTHCENTER PKWY TUKWILA— MAIN GATE TO CHECK IN FIRST BEHIND BUILDING— SEE CREW ONSITE FOR DUMPING INSTR LETTER APPROVED I II 1111 11111 11111 11111 11111 11111 11111 11111 11111 11111 1111 1111 Product Description Total Unit Price Amount 99153 BACKHAUL DIRT SOLO (CY) 12.00 SCALE WE Bross 60,780 LIR rat 26,100 'let 34 680 LB * GROSS &TARE El Scale 1 Scale 2 X Tnl 1 e, Sheri Deputy Weighmaster lo one available to sign, customer waives recalp'(Signature Igesture. trrive Job A STANDBY SURCHARGE WILL BE ASSESSED FOR LOADS THAT EXCEED 10 MINUTES UNLOADING TIME. LIABILMIOWER C dmari, (Inc.) will not assume Liability for any property cama,e pr any equipment damage for any delivery beyond b line. Print Name (Customer) X s Signature Fuel Surcharge Sales Tax Total Standby Time •Triton of payment to hummers of satisfactory and approved credit are rod cash in or tone' the tee of the month lolleverte tielivary. In the absence of any such credit ternis, all deliveries alder this contract ere 'collect on delivery' (COD), nTransections alter the 25day of each month ttriti appear nt the simetritient month C etatement, •Accounta ere considered delinuent if payment boa not boon •ccenived in any Whim by the of the month purchase. Delinquent accounts on the tfie of the eine Ing inonit shall be placed on a cash only basis for future in (aliases vith the delinquency is Paid to tell. interest al lee'. tali be CI tamed on overdue oneconts ook cards are accepted al Me of purchase only I payment Is made by bent:card enter purehase date, e 314 fee teal be inctintill. floret -laser shall make all oeyreents due hereunder is lawful money of the ,red States and in the accordant) 'Ale the above forms, aillirerl any retontion mei without rapid to any agmernent Purchaser may KAYO with other parties. eieseteeetoseteneeeeeeeneeeee .iced legal anon he necessary to collect this invoice. whether re 1101 SlIll irir 4044,1, Ceii11ulr olirtl en entitled to recover reasonable attorney fees and costs, initial/in appeals, nesuauMeieseneent.MOdgmentanneeneeerts Ills agreed that any suit broueht ender any contract or 1rrttwitil customer :eel be in Pang County. WA, e7etteknIAN ROUTI WRY eerECCISES IT'S Ft IGHT TO ereND Mee' iIMALMAN'S NOTICES all ALL .115e5. 'tilt Federal, Slate. and local taxes, assessments, lees, dullest anti charges leveled by reason of ifir; Preece& are is eddition WI prices quoted and shall be peel by practises,/ N,sr=m,...110,Nt cheeks are subleid to a cunning charge and are net reeteposited. Cadman requires) NSF checke to be replaced with cash or cashier's, check. 'Lack of purchase order or job numbers do not affect the terms of sale. elettereen el teteneteettete1150 'In t="zusup)B.rinipl StrunlaM IS added to all ready mix and aggregate Glenne. A Etreifineleeeeet, rimy he added to ott cisliveries. Surcharges are trended to cover Cadman's increestim expenses in complying with sieniretenerital reettlations tend lecreastog energy/Mel colfitsi Surcharges one not taxes or costs required by any federal, elate or local authority. Our etiniettme toad for aggregate enemy is 15 tons. Loads under l.5 toils neit be charged limo and material, nen etentriey n nechorge Ls as- sesSed for angregale deliveries tint itenteal ten (10) minutes per toed 1101011111rO 11,1155 the Oben. nA etlee itidiLlitagring surcharge is charged for all orders placed on Sundays, holidays, nobs teertieg atter Geelpre, and nonenthedeled Saturday eolivertee •Salurtley tneiver y hours ore between "Veen and 1001110. eneteteen ieleenee'..eifelt:Itet tet.e.01000i nPutelieseee changes to mit:time delivery re -quest cern be made Ia reatananis eneeneee mitre only and not insien Cadman crivers. quality nensocance personnel, or sales eptemantatives. -The obligation t:e Cadman am subject to ,nriiingencies of te ilms, incidents, delays, ta rir deportation. noirsiainentst regolations, fires or any Mho( causes unavoidable or beyond nor confine. nAgore.reates supplied to Purchaser may he sourced from different tonnes. 'All ri,iiolrlS are steiect to avant:Illy. eejeje Aka tetkieF,..0telere Are? eneeteeTt.T' evn %et, 2.t35LIC ROAD In the event r r1i.F2I5 delivery to be made beyond teat) lore Purchaser agrees as follows: Purchaser lies reer. :ad Catdinen to maim use of a path for the delivery el materials and aceess to leo prefect I.,,etti,i(Ig Gadmen trucks to hovel beyond the Boundaries tit the nearest traveled public road. Purchaser esteem!. edgee flue enemies to tiro premises and/or renjaceet Froprty may occur because of the size end weight of Cadman truces and tenernete trucks may beauty: damaged, disabled or stuck using Purchaser's 'rtulatfl Path, Cedieen disclaims any ;relay or notenenuteitity for daineee of me.. kiwi Mel arises from Codortants use. of Purchaser's Insquired petit Pun:baser entrees to defend, wk.:mirth/ and hold Orl(lillOSS Criuman from all claims. hii.tlity, damacees, costs, inneements or lotetee ot any tenet httaincong reasonable attorney's leas and costs) rasultiren from damage to property ol any tete (including damage to Cedniaree trucks) Menne from or is arty way connected to Cseimenen use of tine imolai(' path. Upon Cedman's landor of (leferlSO Under this provision. the Purelinser 'agrees to invent notation of Cralrmals choice to (Island a rowed iliird party claim(s). Such moonset eet be at the :min sreentne of purchuser. EIDELBERGCEIVIENTGroupm (888) 322-6847 425-961-7100 WEIGHMASTER STATION 19241100 North Bend 47320 SE Grouse Ridge ngbbs8Rad, WA 98045 • TICKET NO. IIMMMIMIMMIIIIIIIIIMIIIMIIEIZEIEII Customer No. 7P79C17(1 Payment Typo ler (-rare t' DATE i I Customer Name V'T TNFRAqTR(irToR 7 T T C ' Order No. Customer Job. No. Customer P.O. 1906 Map Ref. / Dlsp. Ord. e 8 6 0 62 Truck Type Super Solo Truck No, DCT 2 8 Vehicle or License Plate No. Trailer or License Plate No. Zone Fleeter/Carrier No, 8495175 Driver's Name Delivered/Ordered 16.00 / 15.00 Load No. , 1 Running Total 16.00 NB/P. — J#1906 — TUKWILA FIRE STATION 51 17915 SOUTHCENTER PKW.Y TUKWILA 1111111 1111111111 1111111111 1111111111 11111 1111111111111111E Product DesCription 'RAW 16.00 i Unit PlicP • Amount - . 99150 . BACKHAUL DIRT T&T(CY) . SCALE WEIGHT GROSS &TARE A STANDBY THAT EXCEED 00048V01.0: Cadman, (Inc.) damage or the curb line. SURCHARGE WILL BE ASSESSED FORLOADS 10 MINUTES UNLOADING TIME. Fuel Surcharge Gross 0 LB - 1E0 ED Scale 1 Scale 2 X unSh.aa. k Sales Tax , Tare 31, 360 TRIP T * will not assume Liability for any property any equipment damage for any delivery beyond Not 0 LB Total _ Deputy Veelghmastor No one available to sign, customer waives receipt signature. Elix Received by Signature Print Name (Customer) X "Driver's Signature, Standby Time .. Arrive Job .This "Start. Unloading Finish Unloading 'Standby Time oX Customer's Initials • X Tickets Brandlbtal Ctigllit,j1J1tqlri:t11DS [(rId CDH d it ID RS JggiVintOln .Thrs ilidamnalcatiOn provision is part of are terms and conditions between the Put chaser and Cadman and is intended to comply web the pop/Islet's of ROW 4.24.115. In the event of any connlets between this document any other term, subcontract or agremnent between the Purchaser arid Cadman this document shall control, niers Purchaser agrees to defend, Indemnify, end hokl harmless Costello, from any and all heftily initayinegligence based Of damage to property/contract based inintires, netentrels tenses, and lisbililies kr Of by third parties arising hour, resuning from, or C,illllsltert to any way with the product or pentacle sold byre:ellen to Purthaser, even through such elninismq prove lobe false, gmo,s3tess rim fraudulent. to the fullest extent psi milted by law and subject to the limitations provided below. •Prochaser's duty to siarimnity Cadman .thail not sivly to liability for damages arising out of Neely Merry to persons or damage to OrallOtly caueed 4 or tOrilliling from this sole negligence of Cadman or its Knees or orinpioyees. fencliaSCf1;' duly to Wane iiiy Cadman for liability for damages Hieing out of eedity mrlllmiy to person tor donna to properly mind by or reselling from tile concutreat negligence of (a) therarien or In agents or employees. and (Li) Fueshenteror jia nest:, or employees shall apply only ot the extent of negligence of Purchaser or Its agents or employees. previded. uric !nate:emelt shall not apply in situations where negligence is net Is requirement ot ParchaScles liability, such 09 ill centred. 'Purchaser spniiinelly and expressly waives any immunities Mel may be granted it under the Wash- ington State industrial tester:ern Are, Title 51 KW or the laws ol any other state, pi ovided that such waiver 'seal be expressly limited to Purchaser's indemnity obligatione heroin and sliallisot be a benefit to any third party. Fur- ther, the indemnification oblleollen under this provision shell not be tinted in any way by any limitation on the amend or typo of any eamagee, cenipeesetten or benefits peyeble to or for any third party ender worker's cow PlInSiltiall ants, disability banstits annot other employee benefits MU. Purchaser's dray le defend, Indernany and hold Cadman harmless shalt Wino payment of all damages, costs, interest, penellies. ressanable attorneys' tees, Caelaran's personneloelated costs, and ail other dotal -related expenses. Upon Creirrian's tender of defense under leis provision. the Perclumer (agrees to engelot ceensil of Cadman's cholas to <Intend seminal third party of -tends). irnch counsel will tre at the sots expenee Of Ms Purchaser, TI IS PURCHASE HERESY CERTIFIrES THAT Tile PROVISIONS OP 11118 eaTCAIMENT WERE SPECIFICALLY AND MUTUALLY dEGOTIATED. eenitelitel HERESY TieferifietSeY lelSfl, Aerie ALL lefittlere) eteleneeeie ..fileee No warranties, express or itneleding warranties ot (Mess In( er osidicular purpose or N7artantion et menstrainshility) are lwale and .111 ineenials are sold 'AS IS". Cihnmi,a Is not responsible ler aneeerintiet on inteerni damages et say kiral ke) but eel limited to any expanses related to construction defects, delay dennagc-s. impel damages, lost profits. labor costs, equipment and tool costs, neatens] coda. t1111111 and insurance costs, Irmo office overhead sesta, role (or:Mined, Interest and attorneys' fees :14(.1 preparation oi claim costs. k,,iti.61 inn 07 ere Olreenffir nPurcliasees exclusive remedy IS bleacher maracb shall be as follows: Ger./meal's tinlumbly is limited to el) the difference between Ma original purchase Mee of the Cadman material or (2) the direct cost of rem:wing the Caitlin motorial, which ever is less. In no event 'ill Cadman be liable for any direct or consequential damages related to its infirm Oh, PO1111350( ticjlrt141 that is waives ils right to ref met acceptenco of Cadman materiels without metrication in writing Milan three (St business days alter «sceipt. Purchaser acknowledges that no legal action rosy be con-wee:red en emeneenec by Per chaser Oslo ally claim, known or unknown, based upon negligence or express or knifed wantonly or contract after 1 year from the last date Cedriran delivered reseed le Purchaser. S OF oF Ipss UnloSs olhentase rimiest. ty elated herein. fillo to ho materials sold hereunder steal I shratn with Ctutrhan unlit earn:linen has recervoti tali payment for tha same. Risk of teasel the ineterials sold horetroder shall pass to the Purchaser upon delivery ot the materiels at the place of delivery OOrOry nated her eine Thereafter. in addition te OSSUritiAg all risk ol toss, Purchaser Obdi br, tesirsosible for nor:ma- tinee Willi all governmental regulations and ordinances with regard to storage or placement of the same and ogress to incatnily and held Cadman fewness against all claims remitting from damage to property of any land arising from the storage, urn or nsircitiag of said materiels (1104.-0. TatedV??,,i711*W44 Project: Tukwila Fire Station #51 Job # 1906 :attro,,,s,p5,2 Date DCR No. Amount 05/15/20 28637 $ 3,745.44 05/18/20 28638 $ 3,745.44 TOTAL: $ 7,490.88 7thi Project: Tukwila Fire Station #51 Description: Unsuitable soil haul -off. Job # 1906 Date: 05/15/20 28637 DETAIL COST RECORD Chris Nolan CODE FM HOURS OT DT Total 0 RATE 78.30 EXTENSION 0.00 Chris Nolan FM OT 0 105.33 0.00 Rob Braun TM 0 67.45 0.00 Rob Braun TM OT 0 89.47 0.00 Sergio Moran LA 0 57.49 0.00 Sergio Moran LA OT 0 78.73 0.00 Danielle Cecchini TCS 0 55.23 0.00 Danielle Cecchini TCSOT 0 75.36 0.00 Eric Haulet LF 0 62.04 0.00 Eric H ulet LF OT 0 85.51 0.00 Bill Graft Operator Bill Graft OP OP OT 0 0 74.22 99.25 0,00 0.00 Roger Adams 0 57.49 0.00 Roger Adams LA OT 0 78.73 0.00 Sub -Total 0.00 Travel Time 0.00 Total Labor Costs $0.00 D5 Dozer 0 64.67 0.00 Cat Roller 0 57,37 0.00 Dump Truck 0 o i- Fuel Truck (operated) 938 Loader z w Ui cz Lu F- I Trailer 0 69.70 0.00 15.35 0.00 0 0 107.90 57.33 0.00 0.00 314 CAT Excavator 0 71.07 0.00 Yanmar Mini -Excavator 0 25.30 0.30 128 Excavator 0 71.39 0.00 Tool Truck 0 19.60 0.00 380 Loader 0 59,64 0.00 145 Linkbelt Excavator 0 71.07 0.00 310 JD Backhoe w/jackhammer 544K Loader 0 0 40.09 57.98 0.00 0.00 Sub -Total 0.00 Equipment Markup Total Equipment & Tools Costs 0.00 $0.00 Import Gravel Borrow cy 0.0 47.00 0.00 Export 10 loads/120 cy 5/8" Rock tons tons 216.0 216 0 17.00 28,60 3,672.00 0.00 0 0.00 0 0.00 0 0.00 Sub -Total Sale Tax (If applicable) Markup 3,672.00 Other Costs Contractor's Representative Subcontractor's Representative Owner's Representative No. Sheet 1 of 1 $3,672.00 Sub -Total Sales Tax on Rented Equipment Sub -Total Mark -Up (Mr unit price Bond & Ins 3,672.00 3,672.00 0.00 73.44 TOTAL $3,745.44 SE Ilifi-astructur-e LLC 2821 SOUTH 154111 ST • SEATTLE, WA 98188 • (206) 242-0633 • FAX: (206) 242-0792 Project r Job # gwoni Description (must be complete) l_4.L434 01 Daily Cost Record 28637 DETAIL COST RECORD CODE S,T. HOURS RATE EXTENSION O.T. D.T. TOTAL MATERIAL LU Sub -Total Labor Taxes & Fringe Benefits Travel Time Labor Markup Total Labor Costs Equipment Markup Total Equipment Costs Sub -Total Sales Tax (if applicable) „ By silning th . acknowledoing thaq the -esouj-cc.s were utilizd. This aoI:now!edontent Joes ' not- ,onct Itt;,9 cio's abreemjifit that this work extra tu) the uhcontrct, nIy tltLtt the resourcEs were used .iiid IA ark 1/4)as perform3d. t the subcontractor belie\ es tIld,worklis an Extra then it- . romans the -,ubcontractoill's duty to provid4.dLe notic.::-.! our stlbcontract and th3 c�ftaf decur,s, id rcques a change directly 3, chan 7,0 cxr_Inr ppnsal, aria reciuest or etfli reb Material Markup Total Material Cos 0 Total Other Costs Contractor's Representative Subcontractor's Representative Owner's Representative Sub -Total Bond Insurance Taxes Miscellaneous Costs Sub -Total Overhead Sub -Total Sales Tax TOTAL No. Sheet of 0 CCI -1 0 0 t- I- z LU 0_ w 04:1g :17.4tirA AINKM, Project: Tukwila Fire Station #51 Description: Unsuitable soil haul -off. Job # 1906 Date: 05/18/20 28638 DETAIL COST RECORD Chris Nolan CODE FM HOURS OT DT Total 0 RATE 78.30 EXTENSION 0.00 Chris Nolan FM OT 0 105.33 0.00 Rob Braun TM 0 67.45 0,00 Rob Braun TM OT 0 89.47 0.00 Sergio Moran LA 57.49 0.00 Sergio Moran LA OT 0 78.73 0.00 Danielle Cecchini TCS 0 55.23 0.00 Danielle Cecchini TCSOT 0 75.36 0.00 Eric Haulet LF 0 62.04 0.00 Eric Haulet LF OT 0 85.51 0.00 Bill Graft Operator Bill Graft OP OP OT 0 0 74.22 99.25 0.00 0.00 Roger Adams Roger Adams LA LA OT 0 0 57.49 78.73 0.00 0.00 Sub -Total. 0.00 Travel Time 0.00 Total Labor Costs $0.00 D5 Dozer 0 64.67 0,00 Cat Roller 57.37 0.00 Dump Truck 0 69.70 0.00 Trailer 0 15.35 0,00 Fuel Truck (operated) 938 Loader 0 0 107.90 57.33 0.00 0.00 314 CAT Excavator 0 71.07 0.00 Yanmar Mini -Excavator 0 25.30 0.00 128 Excavator 0 71.39 0.00 Tool Truck 0 19.60 0.00 380 Loader 0 59.64 0.00 145 Linkbelt Excavator 0 71.07 0.00 310 JD Backhoe w/lackhammer 0 40.09 0.00 544K Loader 0 57.98 0.00 Sub -Total 0.00 Equipment Markup 0.00 Total Equipment & Tools Costs $0.00 Import Gravel Borrow Export 10 loads/120 cy 5/ " Rock' cy tons tons 216.0 0.0 216 0 47.00 17.00 28.60 0.00 3,672.00 0.00 0 0,00 0 0.00 0 0.00 Sub -Total Sale Tax (if applicable) Markup 3,672.00 Other Costs Contractor's Representative Subcontractor's Representative Owner's Representative No. Sheet 1 of 1 $3,672.00 Sub -Total Sales Tax on Rented Equipment Sub -Total 3,672.00 3,672.00 Mark -Up a unit price 0.00 Bond & Ins 73.44 TOTAL $3,745.44 2821 SOUTH 1541h ST • SEATTLE, WA 98188 • (206) 242-0633 • FAX: (206) 242-0792 I Too Project Job # coo' V,,se-t .1,:. Description (must be complete) - UekSult-C, k SOILS Daily Cost Record 28638 Weather DETAIL COST RECORD CODE HOURS O.T. I D.T. I TOTAL RATE EXTENSION cr 0 co Sub -Total Labor Taxes & Fringe Benefits Travel Time Labor Markup Total Labor Costs 0 0 I— c'CS I— w 0 5 Sub -Total 0 — Equipment Markup Total Equipment Cost Tft(!' '„ doi rto '1-4, this Sub -Total Sales Tax (if applicable) Material Markup Total Material Costs Total Other Costs C 4OUre iwoik W ir the V: C., extra thETir ,,rrainsti subc;pntrafprs cuty to previe du0 per the i3u1-.)contract and—l-Te dronti act dOcweenrs, and iequet a chanO—diriect ve ch...?..nge.'ordor requeT;t-fo: e4l..111.1 DAE (ii _ Contractor's Representative Subcontractor's Representative Sub -Tot Bond Insurance Taxes Miscellaneous Costs Sub -Total Overhead Owner's Representative No, Sheet Sub -Total Sales Tax TOTA LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #063 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Prime e Contract Potential Change Order #063: CE #108 - #267: ech/ lec - Power to -1 in Comm 127 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 063 / 0 CONTRACT: 30125 - Tukwila Fire Station #51 - GCCM Prime Contract (18-001.1) CREATED BY: Weston Blackburn (Lydig Construction, Inc. - Pending - In Review CREATED DATE: PRIME CONTRACT CHANGE ORDER: Bellevue Off) 6/3 /2020 None ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $903.65 POTENTIAL CHANGE ORDER TITLE: CE #108 - #267: Mech/Elec - Power to IDU-1 in Comm 127 CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #108 - #267: Mech/Elec - Power to IDU-1 in Comm 127 #267: Mech/Elec - Power to IDU-1 in Comm 127 Per response to RFI 267, McKinstry was instructed to provide wiring from IDU-1 to ODU ATTACHMENTS: RFI 267 -Power to IDU-1 in Comm 127 TFWB Response. p f COP Request 016 Rewire IDU 1 in Comm Room 5:5,20:pdf Cost Code Description Type Amount 1 26--001-99-- Electrical Subcontractor- BP 11 Subcontractor $ 847.90 Subtotal: $847.90 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. $ 38.16 GL Insurance: 0.75% Applies to all line item types. $ 6.65 P&P Bond: 0.75% Applies to all line. Item types. $:6.70 B&O Tax: a 0.47%Applies to all line item types. $ 4.24 Grand Total: $903.65 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 6/3/ 2020 09 :42 PM COP Subcontractor Breakdown Summary Project Name: Fire Hall 51 Tukwila Project No. 30125-43 Document Reference: Contractor McKinstry Description: Per response to RFI 267, McKinstry was instructed to provide wiring from IDU-1 to ODU. COP: 16 Date: 6/3/2020 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) $ 311.94 b. foreman $ 334.63 c. lead foreman $ - DIRECT LABOR SUBTOTAL Supervision: d. direct supervision e. safety 2. MATERIAL COSTS (Including Time Clock Itself) 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. 60.45 9.07 96.99 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS a. NTE 6% for each sub $ - 8. Bond a. Bond Permit a. Permit 0.00 % of 1-7 1. CRAFT LABOR COSTS $ 646.57 2. MATERIAL COSTS $ 60.45 3. EQUIPMENT COSTS $ 4. SMALL TOOLS SUBTOTAL 1 thru 4 707.02 5. OVERHEAD & PROFIT $ 106.05 6. SUB -SUBCONTRACTORS $ - 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS $ - 20.33 8. Bond $ 20.00 0.00 % of 1-8 9. Permit $ 14.83 TOTAL COST 847.90 COP Request 016 Rewire IOU 1 in Comm Room 5.5.20.xlsx Page of Issued 6/3/2020 COP Cost Breakdown ct Name: Fire Hail 51 oject No. 30125-43 ntractor: McKinstry COP: 16 Date: 6/3/2020 Project. # 30125.43 Description Quantity Labor Material Equipment Total Cost Hrs per total hrs Cost sq ft Unit $ Cost Unit S Cost Electrician FM $ 88.06 3.80 S 334.63 334.63 Electrician Journeyman $ 82.09 3.80 S 311.94 S - $ 311.94 Material 1.00 $ - S 60.45 Small Tools Overhead $ - 106.05 Permit 1 $ 14.83 Bond 1 S . 2000, $ - $ - .. $ - $ - $ - . $ • . $ • $ - $ - $ - $ - $ - O. $ . .... $ $ .... . $ - S $ - $ - $ $ - $ . $ , $ S - $ $ $ $ .5 - S - 5 - S $ • $ - Total Cost of Work 646.57 . - 847.90 COP Request 016 Rewire IOU 1 In Comm Room 5.5.20Adsx Page of Issued 6/3/2020 COP Wage Rates Project Name: Fire Hall 51 Tukwila Project No: 30125-43 Contractor:. McKinstry Trade & Position Electrical Foreman Electrical JW Rate Schedule Date* 01/01/20 01/01/20 Prevailing Wage (Incl. Benefits) 1. Hourly Wage Rate (forman) $ 63.26 $ 57.51. 2. Hourly Benefits 1 $ 24.80 $ 24.58. SUBTOTAL $ 88.06 $ 82.09` $ - $ - $ - '$ -: $ :: Rate 3. FUI % of 1 0.00% $ $> - $ $ $ ;' : $ $ $ $ $ 4. FICA %of 1 0.00% $ - - 5. MEDICARE % of 1 0.00% $ - $'.; $ $ $ - $ 6. SUI ! of 1 (insert correct:% to right) 0.00% $ - $ - $ - $ - $ `: - '$ -' $ - $ - 5 - 7. WC (insert $ amount per hour) TOTAL (incl. payroll taxes) $ - 08.08 $ -: 82.09 $ r $ - $ ::$ - $ - $ - :5 - Form Revised 6/1/2004 NOTES: * Rate schedule date is the dateof 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 6,11-a actual rate is determined by the State Employment Security Dept. and varies by fine. It shall be verified by the contractor at the start of the project. e..for item 7, the rate is based on L & I classification. The hourly dollar amount is specific to the firm/trade and shall be verified by the contractor at the start of the project. d. definitions 1. items -1 & 2 are basic wages and benefits (see general conditions 7.5.1:-1&2 2. item 3, FUI is Federal Unemployment Tax Act (see general conditions 7.5.1 4 3. item 4, FICA Is Federal Insurance Compensation Act/Social Security (see general conditions 7.5.1 - 4 4. item 5, Medicare is FICA medical aid (see general conditions 7.5.1 - 4 5. Item 6, SUI is State Unemployment Compensation Act (see general conditions 7.5.1 -4 6. item 7, WC Is industrial insurance/workers' compensation (see general conditions 7.5.9 -3 Issued 6/3/2020 11 • �� .,w..� Ilr co. Is emu m.0, 404 .214.161 011111110.01111/40 Y. 04014220 W.. 1120. w+u 0.44 ® 1.10 e-al4.011.041.11...1011.110 wm� m; v 021.10 W.. tale ® luaa¢atwl m �y IUM.. 101111 v+aro17w we 11.12.1110 n.'210010.1111 niro �ex nu�1. m .1.40.412211.xmnx mllw.1. Labor Type Crew Hours Rate $ SubTotal Brdn % Frng $ Brdn Tot. Frng Tot. Total Full Rate Code Type FOREMAN 1 3.8 88.06 334.63 13.1 1.32 43.84 5.02 383.49 100.92 JOURNEYMAN 1 3.8 82.08 311.9 13.1 1.32 40.86 5.02 357.78 94.15 Totals 2 7.6 85.07 646.53 13.101 1.32 84.7 10.04 741.27 97.54 General Expenses Alarm Quantity Field Duration Cost/Unit Total Cost Tax(%) Overhead % Markup % Total Notes Code Type ELECTRICAL PERMIT Off 741.27 Total Labor 1 0.02 14.83 14.83 Totals 14.83 14.83 Bid Item DB Material Total Material Direct Hrs Direct Labor $ Total Hrs Total Labor $ General Expenses Overhead Markup Total Base Bid 60.45 60.45 7.6 741.27 7.6 741.27 14.83 81.66 44.91 943.12 Final Price 60.45 60.45 7.6 741.27 7.6 741.27 14.83 81.66 44.91 943.12 ILYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RECEIVED D Apr 17 2020- WEINSTEIN A+U RFI #267 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Mech/Elec - Power to IDU-1 in Comm 127 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: E301, E302 LINKED DRAW INGS: 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: David White (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Open 04/23/2020 TBD Tim Murphy (JOHANSEN MECHANICAL, INC.) STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: uestion f►'oDavid White (Lydig Construction, Inc. -Bellevue Of) at'04:34 PM on 04/16/2020i Clarification is needed regarding power requirements for the ODU and IDU-1 for Comm 127. Electrical drawing E301 shows circuit B-1 and B-3 powering IDU-1 and E302 shows circuits B-20 and B-22 powering the ODU. Per discussions with Johansen, power is intended to go to the ODU and then from the ODU to the DU in order for the two pieces of equipment to be connected. The current power circuiting will not allow for proper functioning. McKinstry has a j-box above the ACP in Laundry 117 with power pulled down from the ODU above. As a possible solution, McKinstry run a 3/4" conduit overhead from Laundry 117 to the the IDU in Comm 127. This would create power via B-20 and B-23 to the ODU, which would then power the IOU in the comm room. Circuits B-1 and B-3 would be revised to be spare circuits. Please advise if the proposed solution is acceptable. Attachments: RFI 267 r- Power to IDU-1 in Comm 127.pdf Awaiting an Official Response All Replies: Provide wiring and Connect IDU-1 to ODU for -power connection. IDU-1 and ODU to be connected t0 circuit '-20,22. Circuit B-1,3 at Panel be to be a spare. Refer to attached revised sheets E301 and F 01 Shawn as Revision Delta 74. coc y Juan -TFVVB Engineers 4-17-2020 BY DATE COPIES TO Lydig Construction, Inc. Page 1 of 1 Printed On: 04/16/2020 04:34 PM FLAG NOTES_ E N � of RST FLOOR. POWER E301 WEINSTEINA+U Tj m MECHANICAL PLATFORM B LOWER ROOF • POWER FLAG NOTES: mo.n Mm.u..rr rw m..0 mm D O FIRST FLOOR • POWER WEINSTEINA+U ''''ItrVET"rnx sxmo. 4gt • 'Z.' '41 ' ""'. • ". 111 Tubrk. Fire Station St 1.14 1,Z.Vrial MOW! 67e11.11 WEL 8.31).0 E801 LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #066 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #066: TFS 51 Value Engineering Reconciliation TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 066 / 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: CREATED DATE: Weston Blackburn (Lydig Construction, Inc. - Bellevue Off) 6/22 /2020 PRIME CONTRACT #010 - Change Order #10 CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: TOTAL AMOUNT: $31,873.50 Amount Based No POTENTIAL CHANGE ORDER TITLE: TFS 51 Value Engineering Reconciliation CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #001 - VE Savings Allowance - Note: Fencing related VE items will be submitted separately as requested VE Savings Allowance: 1. All mockups shall be in -place in lieu of any freestanding mockup requirements. Target Savings: $5000 o Savings for in place mockups did not materialize. 2. Caulking of exterior concrete to be clarified to exist only where specifically shown on landscape paving drawings. Target Savings: $5,000 o Actual savings was captured as expected. 3. Specified interior stud protective coating to be changed from G60 to G40. Target Savings: $2,000 • Actual savings were not captured to full extent (Actual savings $500). Making the change to G40 did yield a procurement benefit of about 4 weeks. 4. APC-2 in Dayroom 104B to be changed to APC-1 Target Savings: $15,000 o Actual savings was improved by $4,626.50 by changing to an alternate tile product. 5. Specified cement fiber board shall be replaced with AEPspan Prestige corrugated metal panel or similar in standard manufacturer colors. Target Savings: $10,000 o Fiber board was not changed to AEPspan metal - no savings 6. Specified topsoil depth is to be reduced from 18" to 12' at general planting areas, and 6" at Eco-Lawn and Urban Meadow Areas. Target Savings: $25,000 o Topsoil depth was not able to be reduced by code. Topsoil installed to depths per base bid drawings - No savings realized. 7. Target light fixture savings Allowance: $8,000 Lydig Construction, Inc. page 1 of 2 Printed On: 7/16/ 2020 04 :22 PM LYDIG PCO #066 Actual savings was captured as expected. 8. Specification section 26 0519 paragraph 2.1C prohibits aluminum wire. Revise spec section 26 05 19 paragraph 2.1C to allow aluminum wire. Target Savings: $7,500 Actual savings was captured as expected. NOTE: $5,000 of MACC Contingency is being used to supplement the Mockup shortfall Total Target VE Savings: $77,500 Total Realized VE Savings: $40,626.50 Delta: $36,873.5 ATTACHMENTS: GKK Stud Coating VE.pdf PCO 066 - Combined.pdf _Contract Amendment 3 - Official VE Selections.pdf_ COP 003 R1 - ASI-008 - Change ACT2 to Lyra Vector .pdf S Cost Code Description Type Amount. 1 32-400-99-- Site Concrete Subcontractor. OP 02 Caulking of. exterior concrete to be clarified to exist only where specifically shown on landscape paving drawings. Subcontractor ($5;000.00) 2 Os-010-99- - GWB, Insulation &.ACT Sub - BP Specified interior studprotective coatingto be changed from G60 to G40. P 9 Subcontractor ($500.00) 3 00-al0-99- - GWB,.Insulation & ACT Sub - BP APC-2 in Dayroom 104B to be changed to APC-1 (Allowance) Subcontractor ($19,626.50) 4 03--001-99--Structures,Enclosure &Misc Sub - BP 03 & 07 Specified. cement fiber board shall be replaced with AEPspan Prestige corrugated metal panel or similar in standard manufacturer colors. Subcontractor $ 0.00 5. 32--590-99- - Landscaping & Irrigation Sub - BP 10 Specified topsoil depth is to be reduced from 18" to 12" at general planting areas, and 6' at Eco-Lawn and Urban Meadow Areas. Subcontractor $0.00. 6 26--001-99-- Electrical Subcontractor - BP 11 Target light fixture savings Allowance Subcontractor ($8,000.00) 7 26--001-99-- Electrical Subcontractor- BP 11 °Specification section 26 05 19 paragraph 2.1C prohibits aluminum wire. Revise spec section 26'0519 paragraph 2.1C to allow aluminum wire. Subcontractor ($7,500.00) 8 302- 400-99- - Site Concrete Subcontractor - BP In place mockup in lieu of stand alone: test panel and site horizontal finishes Subcontractor $ 0.00 9 03-001-99-- Structures, Enclosure & Misc Sub - BP 03 &.07 In place mockup in lieu of stand alone: polished concrete,painting,metal panel, sheet metal, WRB, quartz countertops, site furnishings Subcontractor $ 0.00 10 04-001-99--MasonrySubcontractor-BP04 In place mockup in lieu of stand alone: Masonry through -wall flashing and control joint with weep detail Subcontractor $0.00 11 08--118-99-- Glazing Subcontractor- BP 05 In place mockup in lieu of stand alone: Typ. Fiberglass storefront wall section at floor plates (floor to floor) including spandrel panel. Include building comer, mockup of WRB, storefront, fiberglass, glazing Subcontractor $0.00 12 09-010-99- - GWB, Insulation & ACT Sub - BP 06 In place mockup in lieu of stand alone: Foamed in place insulation, gypsum board, ACRJinear wood ceilings, Subcontractor $ 0.00 13 09--020-99- - Flooring Subcontractor - BP 08 In place mockup in lieu of stand alone: tile Subcontractor $ 0.00 14 50--004-03- - VE Savings Allowance VE Savings Allowance (Less Fencing) Project Contingency $.77,500,00 15 50--004-02- - MACC Contingency MACC Contingency Usage for Mockups Project Contingency ($5,000.00) Subtotal: $31,873.50 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: 0.00% Applies to all line item types. $ 0.00 P&P Bond: 0.00% Applies to all line item types. $ 0.00 B80 Tax: 0.00% Applies to all line item types. $ 0.00 Grand Total: $31,873.50 Owner Signature Lydig Construction, Inc. Date page 2 of 2 Printed On: 7/16/ 2020 04 :22 PM LY'DIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #068 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #068: CE #131 - #319: Elec - Exit Sign Near Door 101 B 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 30125 Tukwila Fire Station #51 - GCCM Prime Contract (18-001.1) Weston Blackburn (Lydig Construction, Inc. - Bellevue Off) 7/1 /2020 None Amount Based No $806.50 POTENTIAL CHANGE ORDER TITLE: CE #131 -#319: Elec - Exit Sign Near Door 101B CHANGE REASON: Client Request POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #131 - #319: Elec - Exit Sign Near Door 101 B Changed exit sign type at Corridor 103 per preliminary Fire Marshal inspection comments ATTACHMENTS: COP 025 Added Exit Sign 6.23.20.pdf Cost Code Description Type Amount 1 26-001-99- - Electrical Subcontractor-. BP 11 Change Exit Sign at Corridor 103 Subcontractor $ 756.76 Subtotal: $756.76 Fee - Self Perform Work: 15.00% AppliestoLabor, 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. $ 34.05 GL Insurance: 0.75% Appliesto all line item types. $ 5.93 P&P Bond: 0.75% Applies to all line Item types. $ 5.98 B&O Tax: n 0.47/, Applies to all line Item types. $ 3.78 Grand Total: $806.50 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 7/1/ 2020 12 :46 PM COP Subcontractor Breakdown Summary Project Name: Fire Hall 51 Tukwila Project No. 30125-43 Document Reference: Contractor: McKinstry Description: Added Double Sided Exit Sign per RFI 319 1. CRAFT LABOR COSTS Direct Labor Costs: a. crew (apprentices, journeymen, & laborers) b. foreman c. lead foreman Supervision: d. direct supervision e. safety COP: 25 Date: 7/1/2020 Contractor Ref. No. 30125-43 Itemize all costs on attached COP Cost Breakdown form. DIRECT LABOR SUBTOTAL $ 264.18 2. MATERIAL COSTS (Including Time Clock itself) a. Original 800A Non -Fused Disconnect b. 800A Fused Disconnect per RFI 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) 52.65 b. 15% On Labor, Equipment and Small Tools ( 1, 3, & 4) $ 39.63 6. SUB -SUBCONTRACTORS a. b. C. d. 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS a. NTE 6% for each sub 8. Bond a. Bond Permit a. Permit 0.00 % of 1-7 1. CRAFT LABOR COSTS $ 264.18 2. MATERIAL COSTS $ 351.00 3. EQUIPMENT COSTS $ 4. SMALL TOOLS SUBTOTAL 1 thru 4 615.18 5. OVERHEAD & PROFIT $ 92.28 6. SUB -SUBCONTRACTORS $ 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS $ 8. Bond $ 33.07 0.00 % of 1-8 9. Permit $ TOTAL COST 16.24 756.76 COP 025 Added Exit Sign 6.23.20.xlsx Page of Issued 7/1/2020 COP Cost Breakdown ct Name: Fire Hall 51 oject No. 30125-43 ntractor: McKinstry COP: 25 Date: 7/1t2o2a Project. # 30125-43 Description Quantity Labor Material Equipment Total Cost Firs per total hrs Cost sq ft Unit $ Cost Unit $ Cost Labor 3.00 S 88.06 5 264.18 Exit Sign s $ 351.00 Bond 17.69 Permit . 16.24 Overhead 92.28 $ - . $ - S . - $ - $ - $ - $ . $ . $ - S • $ - O . U. . $ • $ V 5 V 5 ' .S . . $ • 5. O $ - S 5 - $ - $ - $ - - $ - $ • $ - Total Cost of Work $ 88.06 - -5 741.39 COP 005 Added Exit Sign 6.23.20.xlse Page of Issued 7/1/2020 Pnge: 1 of 41, �0 ^� /TO: MC0NSTRYCO. 'SE/TTLESEA (BT/ST) 50O53RDAVE S. / _� Project: Fire Station #61 Date: 06/22120 PQ#i 19203175 Change #i5D Freight in Exempt: Yes Tmta|OhonQo: Change Type Quantity Description Unit or Lot# Unit Price Ext Price Change Arnt 1 E Prev Qty Change Qty New Qty O 1 1 1 FREIGHT ALLOWANCE Prevqty ChongeQty New Qty O 1 1 New Item ** Quotations are Net without written consent ufNorth Coast Electric Company. Quotations are valid for the day of quote unless modified byauthorized representative nfSeller below. The price offered inthis bid reflects Seller being awarded an order for the complete bid package. Purchaser's failure to award a complete ordermayreou|t in the Seller withdrawing this bid or adjusting the price and other terms. North Coast Electric Company reserves the right tnconsolidate shipments to best comply with Manufacturer's prepaid terms. Any requirement to ''Gp||t Ship" may result inadditional freight charges adPurchaser's expense. FOB: FOB SHIP POINT Freight: No Freight allowed on|eoe noted otherwise Deliveries may include Fuel Surcharge Some Items may include sales tax. Some product may require afull, or partial payment upon order entry or release. THIS QUOTE IS CONDITIONED ON BUYER'S ACCEPTANCE OF NORTH COAST ELECTRIC COMPANY'S STANDARD TERMS AND CONDITIONS APPLYING TO ALL SALES SET OUT IN FORM NC055 AVAILABLE AT HTTPS;/[NVVVV.NORTHCO/\STELECTR|C.COM/TERMSANDCONO|T|ONGORUPONREQUE@T. .� / From: 11ONORTH COAST ELECTRIC MAIN PHONE 2DG43S4444 2424 8THAVENUE S. P.O.BOX OO5GG(S81O8) GEATTLE.VVA08134-2O05 Printed By: Jacob Farris ~^ \ � /^ Authorizing Name: Jacob Farris FUaNumbuc413U8 additional exit These items are not ordered! Tocomplete this order, sign below and provide a PO # for the order, / -� A Spaepar Company Page : 2 of 2 Project: Fire Station #51 uotation (Revision uotation Change Type Quantity Description Unit or Lot# Unit Price Ext Price Change Amt (From: 110 NORTH COAST ELECTRIC MAIN PHONE 206-436-4444 2424 - 8TH AVENUE S. P.O. BOX 80566 (98108) SEATTLE, WA 98134-2005 Printed By: Jacob Farris Total: 351.00 Authorizing Name: Jacob Farris File Number: 41308 additional exit These items are not ordered! To complete this order, sign below and provide a PO # for the order. Signature: LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RECEDVED June 1 WEINSTEIN A+U LLC RFI #319 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Elec - Exit Sign Near Door 01B TO: Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) Emma Nowinski (Weinstein A+U) DATE INITIATED: 06/18/2020 LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: TBD DRAWING NUMBER: E201, A201 LINKED DRAWINGS: RECEIVED FROM: Mark Palmer (MCKINSTRY CO.) COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), 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 06/25/2020 TBD Question from David White (Lydig Construction, Inc. - Bellevue Of) at 09:15 AM on 06/18/2020 A revised exit sign is needed in Corridor 103 near door 101B. Per a preliminary site walk with the Fire Marshal, it was discovered that an exit sign outside of door 101B is needed to clarify the direction of the nearest location. From the Corridor, this exit signs to point from either side towards the exit to the east See attached cutsheet for the exit sign directional options. Please provide a revised exit sign configuration. Attachments: RFI 319 - Exit Sign Near Door 101B.pdf Awaiting an Official Response All Replies: FOR EXIT SIGN AT CORR 103: PROVIDE DOUBLE FACE, WITH ARROWS POINTING EAST TO VESTIBULE DOOR. SEE FOLLOWING PAGE AND MARKUPS. -THAYER W. WAU. 6/18/20 BY DATE COPIES TO Lydig Construction, Inc. Page 1 of 1 Printed On: 06/18/2020 09:15 AM 26 51 00 2.3B: Exit Signs Submitted by ERW LIGHTING + CONTROLS "a-RNs),,,, LIGHTING + CONTRC Job Name: Tukwila FS 51 Engineer: TRAVIS FITZMAURICE & ASSOC - SEATTLE (SEATTLE) Catalog Number: ER45VXL-X-2-G-GW-W Notes: Type: X2 ERWH19-27062 • Example: 45VORCAL Dtrectio indicator is required by the AHJ. -DW/Lydig RF1 319 Item 'Nye Blank - Complete Exit Sign includes: trim, panel and back boa or any surface mounted sign. T - Trim and Panel only(Not an option on surface mounted signs) Blank - Ceiling Emily E - End SC - Surface Ceiling Mount SW - Surface Wall Mount' SP - Pendant Mount (Pendant assembly ordered separately) 45VL - LED (AC Ontvl ER45VXL - Emergency LED w/Xtest Housing Finish' I Blank - Satin Aluminum I No, of Faces - Single Fara I 2 - Double Face CHEVRON Indicator AL AR AD (single face) LR AD (double face) DIRECTION LEGEND Panel Front Panel Back <EXIT EXIT> <EXIT> <EXIT <EXIT> EXIT> <EXIT> W - White B - Black BZ - Dark Bronze Directional indicator I Blank - No chevrons AL - Left AR - Right AD - Left & Right LR - Left or Right for Double Face Letter/Panel Color RC - Red on Clear' RW - Red on White RM - Red on Mirror GC - Green on Clear' GW - Green on White I GM - Green on Mirror' Catalog No.' Canopy Finish P31 Square Aluminum P31B Square Black • The Pendant Assembly provides 12" between the ceiling and top of housing. For other lengths, add length in Inches after Catalog No. (SP - Surface Pendant signs only) Back Boxes"' (When rough -in section ordered separately) Unit Catalog Number Description 45VL BB45VL Single or Double Face. Red or Green, AC only ER45VXL BBER45VXL Single or Double Face, Red or Green, Emergency Cut-out Dimension: 14-5/8" x 2-5/8" CE-10050 www.cbloride-lighting.corn 11/18 page 1 of 3 Footnotes 'Back Box (rough -in -section) to be ordered separate only when early installation Is required. All exits are recessed mounted, unless Indicated to be surface mounted. End mount not available In surface mount. 'Single face exit only. 'Mirror background simulates clear background on single or double face. •pttons 'Specify 45VL non -battery exit when 2C - 'Circuit Input" this option Is required. Fl - ire Alarm Flashing 'When ordering Back Box (rough- terface In -section) Include option indicator SW-. • ',al Wording In catalog number. Example: SA - alida BB45VL2C. But, do not designate the '2C' or 'Fr option In the Catalog No. when ordering the separate trim & panel item. 'Not available in surface mount. "Supplied with exit unless "T" prefix is specified. 'Can not be used for surface mount. '°Custom colors are available. RAL# must be provided. FOR EXIT SIGN AT CORR 103, PROVIDE DOUBLE FACE, WITH ARROWS POINTING EAST TO VESTIBULE DOOR. Submitted On: Jun 21, 2019 1/3 IndeX Page Submitted by ERW LIGHTING + CONTROLS c R W LIGHTING +CONTRC Job Name: Tukwila FS 51 Engineer: TRAVIS FITZMAURICE & ASSOC - SEATTLE (SEATTLE) Architectural ,ED edge li codes and standards • UL listed to Standard 924 • NFPA 101 (Life SafetyCode) • NEC 70 (National Electric Code) and OSHA Standards • California Energy Commission construction • Universal mount recessed back box is constructed of 20 gauge zinc -plated steel and contains electronics and battery. • Exit panel is ultrasonically welded together to eliminate visible hardware. • Extruded aluminum trim plate on recessed mounted exit signs fit flush on ceiling or wall. Standard finishes are provided in brushed aluminum, white or black. Custom finishes are available. • Panel is injection molded wedge shape acrylic panel . • 6" letters with 3/4" stroke . • Precision molded letters and chevrons (red or green) • Clear background with optional white or mirror inserts. • Special Wording available on panel face. installation • The recessed back box (rough -in -section) requires a 14-5/8" x 2-5/8" cut out. • Back box is universal to accommodate recessed ceiling , wall or end mount applications. Surface mounted exits do not require a recessed back box. • Includes hanger bars for easy mounting . • The leads on electronics and battery contained in back box include mating plugs to simplify installation. Xtest Xtest self-diagnostic/self-testing management system Is standard. • Multiple LED indicators flash warnings when attention Is. needed • Micro -controller verifies all systems operation • Exceeds all. UL and NFPA requirements for self -testing. • Full open circuit testing every hour. Testing Specifications Automatic Test: The system charger and lamps are continually being controlled via pre -determined parameters specific to each model configuration, automatically.Thebattery is controlled via a true open circuit testeach hour after initial installation.Every thirty days the System illuminates lamps under load for 30 minutes, simulating a power outage with a true charger off condition, without affecting long-term battery life. This is above and beyond the requirements of the National Electric Code and/ or the National Fire Protection Association. This gives you unequaled control and confidence,knowing you are meeting. self -test code requirements each and every month. CE-10050 www.chloride-lighting.com 11/18 page 2 of 3 Catalog Number: ER45VXL-X-2-G-GV" Notes: exit sign electronics Dual input voltage: 120/277VAC • Standard emergency electronics provide a state -of -the art self- test/self-diagnostic circuitry. • Features an exclusive system that aids in correcting wiring mistakes by checking power and wiring before applying a load to system components. All emergency units have built-in circuitry protection/low-voltage battery disconnect and transformer isolation . • Solid state charger, test switch and green LED AC status indicator along with three red fault indicators. • Power Consumption • AC Only: (single or double) Red = 2.9 Watts, Green = 3.5 Watts • Emergency Only: (single or double) Red = 2.9 Watts, Green =3.5 Watts • Exits are available with a flashing interface optional feature for connecting to Fire Alarm System (24 VDC signal) . • Two circuit (2C) input is also available on 'AC only" exits. LED • The 45VL and ER45VXL exits utilize high lumen output light emitting diodes (LEDs) for greater visibility and uniformed illumination . The LEDs are, independently wired with multiple circuits. battery • Maintenance free, sealed nickel cadmium battery. • Operating temperature range of-20°C to 40°C (-4°F to 104°F) . • Provides a minimum of 90 minutes of emergency illumination. warranty • Five year warranty on unit. Manual Test: A manual test switch allows for the system to perform the following tests any time: Press Sutton: Once - 5 second, charger off, no load Twice- 60 second, charger off, lamps on Three- 90 minute, charger off, lamps on. 6 second hold - fully reinitializes microprocessor Pressing once during any test will cancel/ abort testing. Submitted On: Jun 21, 2019 2/3 Index Page Submitted b ERW LIGHTING + CONTROLS RN,W LIGHTING + COt4TRU Job Name: Tukwila FS 51 Engineer: TRAVIS FITZMAURICE & ASSOC - SEATTLE (SEATTLE) Catalog Number: ER45VXL-X-2-G-GW-W Notes: Type: X2 ERVVH19-27062 45V Architectural LED edge -lit exit sign Dimensions Recessed Ceiling Recessed Wall iS 9/16" 124121 II-011 11011 A-3/4" 0 4 11 7-7/8" Surface Ceiling 4-17/3 (EXIT) 11-1/2 I 10-7/8" L 1 4-17/32" 3-3/4" 14— 1.4-- 15-9/16" 1=11 2-1131 (:) EXIT 12" --•• 2-1/8" H 11- 3/4" Surface Wall L (EXIT 1-a- 12" 17/8 141-17/32:11 EXIT 14— 12" 12-1/8" 9-3/4" I 23- /4" Recessed End 14-1/2" 15" 3-3 4" 0 (EXIT} Surface Pendant 12" 1.4-17/32;1 EXIT 11 3/4" 12 5/111 1 I Submitted On: Jun 21, 2019 3/3 Index Page WEINSTEI ILYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #070 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #070: CE #133 #309: Elec - Relocation of Light Pole in Wetland TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 070 / 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: 30125 - Tukwila Fire Station #51 - GCCM Prime Contract (18-001.1) CREATED BY: CREATED DATE: Weston Blackburn (Lydig Construction, Inc. - Bellevue Off) 7/1 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $2,155.57 POTENTIAL CHANGE ORDER TITLE: CE #133 - #309: Elec - Relocation of Light Pole in Wetland CHANGE REASON: Client Request POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #133 - #309: Elec - Relocation of Light Pole in Wetland #309: Elec - Relocation of Light Pole in Wetland ASI-017 illustrated a light pole in a different location at the SW corner of the site, with no callout. RFI 309 confirmed relocation of this light pole, however the light pole was already installed per base bid documents. ATTACHMENTS: # Cost Code Description Type Amount 1 26-001-99- - Electrical Subcontractor - BP 11 Relocate P1 Light Pole Subcontractor $ 2,022.62 Subtotal: $2,022.62 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. $ 91.02 GL Insurance: 0.75% Applies to all line Item types. $ 15.85 P&P Bond: 0.75% Applies to all line Item types. $ 15.97 880 Tax: . 0.47% Applies to all tine Item types. $ 10.11 Grand Total: $2,155.57 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 7/1/ 2020 01 :53 PM COP Subcontractor Breakdown Summary Project Name: Fire Hall 51 Tukwila COP: 21 Project No. 30125-43 Document Reference: Date: 7/1/2020 Contractor: McKinstry Contractor Ref. No. 30125-43 Description: Relocation of P1 Light Pole due to light pole being in wet land 1. CRAFT LABOR COSTS Direct Labor Costs: a. crew (apprentices, journeymen, & laborers) b. foreman c. lead foreman Supervision: d. direct supervision e. safety Itemize all costs on attached COP Cost Breakdown DIRECT LABOR SUBTOTAL $ 1,281.27 2. MATERIAL COSTS (Including Time Clock itself) a. Original 800A Non -Fused Disconnect b. 800A Fused Disconnect per RFI 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) 62.75 b. 15% On Labor, Equipment and Small Tools ( 1, 3, & 4) $ 192.19 6. SUB -SUBCONTRACTORS a. b. c. d. 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS a. NTE 6% for each sub 8. Bond a. Bond Permit a. Permit 0.00 % of 1-7 1. CRAFT LABOR COSTS $ 1,281.27 2. MATERIAL COSTS $ 418,30 3. EQUIPMENT COSTS $ 4. SMALL TOOLS SUBTOTAL 1 thru 4 1,699.57 5. OVERHEAD & PROFIT $ 254.94 6. SUB -SUBCONTRACTORS $ 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS $ 0.00 % of 1-8 $ 8. Bond $ 42.49 9. Permit $ TOTAL COST 25.63 2,022.62 COP 021 Relocation of P1 Light Pole 5.28.20.xlsx Page of Issued 7/1/2020 COP Cost Breakdown et Name: Fire Hall 51 eject No. 3012543 COP: 21 Date: 7/1/2020 Project. # 30126.43 Description Quantity Labor Material Equipment Total Cost Firs per total hrs Go- sq ft Unit $ Cost Unit $ Cost $ Labor $ 1.00 14.55 0 88.06 1,281.27 Material 0 418.30 $ 418.30 Bond S - 42.49 Permit 25.63 Overhead .94 $ $ - 5 $ . $ - $ $ • . Total Cost of Work 88.06 418.30 $ • 2,022.63 COP 021 Reloca [Ion of P1 Light Pole 5.2.13.20.40a Page of Issued 7/1/2020 Description - 1" ELBOW 90 DEG - RMC-GALV Quantity 3 Date 5/20/2020 Trade Price 1882 Price unit C Disc96 38 Ne'tCost 1166.84 OB Labor 11.8 Gabor 11.8 LaborUnit C Total Material 35,01 TotalHoursManufacturer 0.35 Name - - CONDUIT FTGS RIGID Catalog Number 1" LOCKNUT-.STEEL 22/19/2020 127.27 C 68 40.72 3.1 3.1 C 0.81 0.06 CONDUIT&CBLFTGS 1" CONDUIT - PVC40 60 5/20/2020 70.47 C 50 35.24 4.4 4.4 C. 21.14 2.64 CONDUIT & FIGS PVC-DB-EB-ENT Labor. Adjustment for PVC Trench (NECA) 60 2/10/2012 0 C 0 0 0.9 0.9 C 0 0.54 CONDUIT & FTGS PVC-DB-EB-ENT 1" ELBOW.90 DEG - PVC40 2 5/20/2020 284.39 C 67 93.85 22 22 C 1.88 0.44 CONDUIT & FIGS PVC-DB-EB-ENT 1" COUPLING - PVC 2 5/20/2020 77.18 C 66 26.24 0 0 C 0.52 0 CONDUIT & FTGS PVC-DB-EB-ENT 1" ADAPTER MALE - PVC 25/20/2020 118,78 C 64.99 41.58 12 12 C 0,83 0.24 CONDUIT & FIGS PVC-DB-ER-ENT 96 THHN OLACK 225 5/20/2020 1560.2 M 66 530.47 11 11 M 119.36 2.48 COPPER WIRE THHN-6-BLK-SRSTR-CU-500R #10THHN GREEN 75 5/20/2020 564 M 59 231.24 5.65 5.65 M 17.34 0.42 COPPER WIRE THHN-10-GRN-19STR-CU-5005 WIRE MARKER 8 4/2/2015 19.64 C 10.79 17,52 1.7 1.7 C 1:4 0.14 1110 WIRE POWER TERM 14/10/2008 AE: 0 0 0.11 0.11 E 0 0.11 96 WIRE. POWER TERM 3 4/10/2008 0 E 0 0 0.17 0.17 E 0 0.51 96 PANELBOARD FEED CONDUCTOR TERM 3 4/10/2008 0 E 0 0 0.17 0.17 E 0 0.51 910 PANELBOARD GROUND CONDUCTOR TERM 1 4/10/2008 0 E 0 0 0.11 0.11 E 0 0.11 STANDARD UTILITY PULLBOX 1 5/28/2020. 220 E 0 220 6 6 E 220 6 Totals 448 I. 14.55 LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RECENED June WEINSTEIN A+U LLC RFI #309 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Elec - Relocation of Light Pole in Wetland TO: Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) Emma Nowinski (Weinstein A+U) DATE INITIATED: 06/05/2020 LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: TBD DRAWING NUMBER: E101 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) Griffin Small (MCKINSTRY CO.) 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 06/12/2020 TBD Question from David White (Lydig Construction, Inc. - Bellevue Of) at 08:28 AM on 06/05/2020 Clarification is needed on changes that were made in ASI-017 and RFI 290. Per ASI-017 and RFI-290, no direction was given to relocate the P-1 Light Pole in the Wetland. Please advise if this pole is to be relcoated. Attachments: RFI 309 - Elec - Relocation of Light Pole in Wetland.pdf Awaiting an Official Response All Replies: See attached architectural site plan Sheet A002 noting correct location of P-1 Light Pole. Provide as noted per electrical, in location specified in architectural site plan. -Thayer W. WAU. 6/8/20 BY DATE COPIES TO Lydig Construction, Inc. Page 1 of 1 Printed On: 06/05/2020 08:28 AM z W z CrALL W A002 ,3 PROJECT NAME: REQUEST FOR INFORMATION Tukwila Fire Station 51 ATTENTION: David White SUBJECT: P1 Light Pole Re -location AT Lydig GC RFI #: McK RFI #: 058 GC JOB #: McK JOB #: 117599-001 REF.DWG/SPEC: ASI-17 Per ASI-17, all civil related items were to be moved out of the wetland to a new location. We have a P1 light pole currently located in that wetland as well. Are we to leave the pole where it is now or do we need to move it to a new location? Please advise. REPLY REQD BY: 6/10/2020 ORIGINATED BY: Griffin Small SUBMITTED BY: Griffin Small TRADE: Electrical POTENTIAL SCHEDULE IMPACT: DATE: 6/3/2020 Days ROM COST: UnKnown ARCHITECT/ENGINEER RESPONSE DRAWINGS ATTACHED: RESPONSE BY: DATE: IN-HOUSE cc: SUB cc: Piping Detailing 0 FP Detailing Electrical Sheet Metal El 0 Controls El 0 Plpinying Detailing SM Detailing Fire Protection 0 Insulation GENERAL NOTES: FLAG NOTES: > > O. SITE PLAN ELECTRICAL SARIS FIR Baden 51 1201 WEINSTEINA+U ST ARCHITECTS + URBAN DESIGNERS A revised it issued. ARCHITECT'S SUPPLEMENTAL INSTRUCTIONS j ASI -017 Project Name: Tukwila Fire Station 51 Contractor: Lydig Construction Issued by: Lauren Rock Copies to: Lydig, 501 Attachments: C2.0, C3.0, C3.3, L101, L301, L401, L402, WOO , W002, W003, W004 Project No. 17001 Issue Date: 3/13/2020 ❑ 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. O 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. ►:e Description: This ASI-01 7 documents the required wetland mitigation buffer and enhancements to the previous design in order to accommodate. 2200\Neste;n Avenue. Suite 301, Sea1t1c=,VN+A 93121-19 1 4`VeinsieinAlf.r.um r el , 560G F. 206 4=t3 1218 z WEINSTEINA+U A. CURB RETURN TABLE SEA PC LOCATION FLOW LINE ELEVATION PC 1/4 1/2 3/4 PT JJ I wit ant 40.1 4:,..edr • war run oemtr oo moon 1. FOR 5,000. CONCRETE. JOOR PUN: SEE LA Pl.. STA PT LOCATION 18,59.21. asar LT 31.56 31.81 3221 1268 19.66.30, 61.94. LT 10.16.62 4.0.01. 32.2/ 32.1/ 31.06 31.st 204-4/.10. 35.3.3' LT 1154 214 58.62, 21a, RT 30.50 30.67 22. 03.59. 04.14. RT 31.051 21,7.61, RT 3144,56, 18.02. ..-seo-ss4.0 alga Tabrila flta SiAlan tom RENSEOMET 1,114.11.0ZONTAL ,...C.CR4TROLKA/4 """ C3.0 WEINSTEINA+U COMPACT I= FIRE ACCESS NO PARKING m n ,,, INI- uiKnatuc�uMP �EAi 3 wmcso `ra m sfAacvtsreeraoasrexxmuraa+crcrui 1 m Asmut caxxErtnAvsnov&�P 4 17 a i �.,Q o ASPNki PA YFNa T SECTION 7 CONQEfE PAVE IHXA5 6 ,..um . . .. / of �� .o OHSEAPEG5E04 5 E««PEEao"12 hi . .. ,„ ....., HEAVY DUTY CO RI SECTION/ 9 wmn _,�' Y CONaslEmutate 10 GPA vA ACH CSc a''I 1 WEINSTEINA+U e.e o,2121,0212221E.2.0F EcS22.22222.E.SEECIVIL 01 SITE MATERIALS AND LAYOUT PLAN ELLOO-projecLAtfs 201704\TES511,06-CA \04-CAD\04-produclion TFSS1 1101 Site Plarmiwg, 3/11/2020 1149,45 AM, DWG To PDF.pr-3 ABBREVIATIONS ALT Mai PW22t2CTURE. uremwavE r. ":2=t22. SW DOT. OF 22212.. 172? r=1O LEA as aorrom of, aturl 12P .2111221.222. tiR CLE. Pl. PROPERTY LW COW COWRE1Y ROW RiO/frOF2M, 221.2 2222.010072021E S2 SOUARE MET MI MAMMA AT BREAST WIWI SY SPEClES 02, 04.212TER SS IMO.. STEEL Ona2 002121.0 S1122,-2 2222.1CTURE EA UGH TOS TOP OP SIAS ElECT ELECT12.22 EA MT., 122.2Y 0.4.1.£0 irr 12621P0211. 1.12.2.12 SHEET LIST 2WET NUMBER MO TITLE 2121 STE .122242 22,2012252,422 2111. • 64221251.212,4.9 •21121.240U2.2.2212,41.,222.2 Ott • SME 0E2.22.2 2212 SITE 0E2.29 2211• 22Fur..2,1.22222,22 12101,222422421.0.1 2422 ..22.221220HEOULE 1.211.1,201.1112221.22222 GENERAL SITE NOTES, /. SEE WE WRAY FOR 2.21911140 CO20110422. r,re roil VeNCIAMPAVO.sOln ANOCUCOS, Verlettal 2211211. MAMMA 2.2r11.22. 2222121112TES. 1 SEE EI/CT2OR 22212.211120. MATERIALS LEGEND C)PRoeotrn,rete ID COW W.211•201202.12.2229,21. SCE 0,2211 0 COW SEAT 22.1,21121,000 TOP, SE. 021211 0 BICYCLER/. YEE 11711.211 0 NtroLeocao, 0 rxrsecuar, met,sce oval, 0 PFOESTUNC4W MAMMY. SEEM/2211 EA22.2200212.2.2.2222211 C) cowao-leart. see mull 0 .18 SEC2.211,ENCE., SEE 022.221 0 v.,.....vzhenrr, ase ow. 0 COW MU. SEE UV. 0 PV222,22. C224C122TE PA,..2.2. SEE CAR ana SEE am C) cue agoreromeN ceu., SEE on 0 army. set enee. 0 ARM M.. SEE CNIL 43 WHEEL MR, SEE 2.222 0 wawa. sot on C) uogr vas...ewer 60212.110112. SEE ELECT 201.012W.It SLEW,. Tawas Eh &Won 51 lase R211.121122 tit 42=2 62•1122e anE1221121.22 .1.409.424/21 L101 7 z 112 01 IRRIGATION PLAN E\00-pr jetts\Ns - 201704\TFS51\06-CA\04-CAD\04-production\TF551 L301 Irrigation Plan.dwg, 3/11/2020 5:35:55 PM, DWG To PDF.po3 IRRIGATION NOTES: VIIIJMES WO FOR TEM. WO... POST41.4.1.011ONTES Oft.}0.0 PRESSURE• le PM IRRIGATION LEGEND 0 AIM 00 u 172333 O VALVE SCHEDULE 13 13 ATOP 1001 RIM 1000 NOIMIS V netamw amkunw A A 6,16 IV I L. ota 042 031 023 TWA AL+Flrt Upton St L301 WEINSTEINA+U akir.ens.u..moe 01 PIANTINGPLNN E100-project/tls - 201704\TF551\06-01\04-LAD\04-production\TF551 L401 Planting Plan.dwg, 3/11/2020 53634 PM. DWG To PDP.pc3 PLANTING NOTES: nunxm u OREM MUST IVEMEWACOMIPLIVIIINO w.�«a` u�OOiw1TSYMINAmaws "`MERLAFIERMADOEVAREWOLESSOiWAEITEP MIND" PUNTIMOSFABONIOCTO(1.-APRIORN9110.0 CONMOKE NMI ITC 111. MP TO RED PLANT SCHEDULE 533 5.35 ENS E.{Oo.projectAth - 201704\TFS51\06-CA\04-CAD\04-production\TFS51 L401 Planting Plan.dwg, 3/11/2020 546:21 PM, DWG To PDF.pc3 42 rtµK� c53n5c30.51g corwompm 7555.535133.5.55, vs....Natay' 0O00510L13+5E 1.33.11331513313 31.3.5.33 C0135.15.1{. x.naoDog m;85.5.3.1175 5,05 .513555.5 005505535ue 015555. 5..311.035 pLa WEINSTEINA+U TUKWILA FIRE STATION 51 / ,...., 1 ' r'1 , \ \ \ N i 1 \ '‘, / 0- III:ri=sg' i / i F / // ) ,I, I .. . . I i Is i IV DELDITIONPM0 •••.2e.,, , ...4, / ? SEIIPWATIM iT, ) PL''''''''' ''' itstEcnt`vm, ' I ECENO EL. avt mratmerotar - r',15011..F.PARATON 4FMAA IV EL,M a ("nu, ITSCSFOOEGANNIKE WAY. P/A.1.1.9 POOR Of 01410,5WTON ..41.PREPI.1101 M1,115,6”.6V, SITE LAYOUT REFERENCE NOTES r== mum iZIMP110741.1.0.409 - BAULKS NAVIDEDI CREATED POPM149151.11,111.1.001ff OF ME MITIGATION SITE PREPARATION PLAN CITE PREPARATION NOTES C.111.1(014.1-0010.11"0 USE I.MVATON 5.1.NGLITTMPLACEMO 14.1.PielMg10, =ARM° .01/41.110,1P4MinAPE OM. t ""7:Vir '"'"2:tirTrAtIMVS7r 6 1411.3?"4=9 FM Er11411,118111.141 CAAM Of INCI.A1Nt MON.1.1 Pll109 PLI-1 ma caw,. wools wcca usT 1+010.11411.0.0.141.0.3 6 MYVIIVE ROM WI./. M11.1.1.0.1/1talK9,11 IM14... nra..4, \ \ I ,woopt.wkcionEACIlliS, i ‘1 -ML".4:42-, VO.TRE VICINITY MAPS SHEET INDEX .11 .11111.111.311LIWPANAT.P. 14.1 1111.1911,4,11.1,11.1SCHIPAI :==a4nsmoc. Amax NOTES I WOLAN.1112160[01,11...11.1M,C.1.1.0 =NATTOMINE WOE Mt SE.TNCIMEASSI,018,116 WAFER.° COMPARY ZAVCIZIMEDYPOUIP00.411.0111.C. AV( I )219 • r—gc,l,r,trgtrvg•r"— Crwr:ft. 20 A* 07 Mit *EA Itlra wool UT OPOPEOESEEPOPOOSE, SPEOULSISPACOPOSPOPEOEUXRPEOPS SSP FGFNI7 MITIGATION PLANTING NOTES OOP 3011. OTTO IP Tr, TOO - IS at 1/1 WOO OUTS Elf TO .0LOIVE IPPLPOS PEEP PAN I MOM EPEES ROOS LAYOUT PLAN - SWALE SEEDING AREA C PULE OTTOWEESPRIPTEOPE MITIGATION PLANTING PLAN AND SCHEDULE SCALE 0.200 POOP PPPOESESSTAIS ® norm um/ NSTEINA+U.. LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #071 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #071 Electric Unit Heater and Exhaust : CE #105 - #275: Elec/Mech - Fan Thermostats TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 071 / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: 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: 7/1 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING METHOD: Amount Based PAID IN FULL: No TOTAL AMOUNT: $427.74 POTENTIAL CHANGE ORDER TITLE: CE #105 - #275: Elec/Mech Electric Unit Heater and Exhaust Fan Ther CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #105 - #275: Elec/Mech - Electric Unit Heater and Exhaust Fan Thermostats #275: Elec/Mech -Electric Unit Heater and Exhaust Fan Thermostats ostats Per RFI 275, power connection to the Thermostat was not required because the EUH's had an integral thermostat already in them. McKinstry was then required to un-install the thermostat and wire nut the heater back together. ATTACHMENTS: COP Request Lo COR 017Added Thermostat Work 4.27.2020.pdf Cost Code Description Type Amount 1 26-001-99- - Electrical Subcontractor- BP 11 .Removal of T-stats Subcontractor $ 401.35 Subtotal: $401.35 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. $ 18.06 GL Insurance: 0.75% Applies to all line Item types. $3.15 P&P Bond: 0.75% Applies to all line Item types. $.3.17 B8O Tax:. a 0.47%Applies to all Tine Item types. $ 2.01 Grand Total: $427.74 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 7/1/ 2020 02 :02 PM COP Subcontractor Breakdown Summary Project Name: Fire Hall 51 Tukwila Project No. 30125.43 Document Reference: Contractor: McKinstry Description: Added Thermostat Work 1. CRAFT LABOR COSTS Direct Labor Costs: a. crew (apprentices, journeymen, & laborers) b. foreman c. lead foreman Supervision: d. direct supervision e. safety COP: 17 Date: 7/1/2020 Contractor Ref. No. 30125-43 Itemize all costs on attached COP Cost Breakdown form. 340.30 DIRECT LABOR SUBTOTAL $ 340.30 2. MATERIAL COSTS (Including Time Clock itself) 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. JAYMARC AV b. C. d. 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS a. NTE 6% for each sub 8. Bond a. Bond 9. Permit a. Permit $ 51.05 1. CRAFT LABOR COSTS $ 340.30 2. MATERIAL COSTS 3. EQUIPMENT COSTS $ 4. SMALL TOOLS SUBTOTAL 1 thru 4 340.30 5. OVERHEAD & PROFIT $ 51.05 6. SUB -SUBCONTRACTORS $ 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS $ 0.00 % of 1-7 $ 9.78 8. Bond $ 10.00 0.00 % of 1-8 $ 9. B&O Tax TOTAL COST 401.35 COP Request Log COR 017Added Thermostat Work 4.27.2020.xlsx Page of Issued 7/1/2020 COP Cost Breakdown ct Name: Fire Hall 51 oject No. 30125-43 ntractor: McKinstry COP: 17 Date: 7/1/2020 Project. # 30125-43 Description Quantity tabor Material Equipment Total Cost Hrs per total hrs Cost sq ft unit $ Cost Unit $ Cost Electddan FM $ 88.06 2.00 S 176.12 176.12 Electrician FM S 82.09 2.00 0 164.18 164.18 Overhead $ . 51.05 Permit 1 Bond 1 10.00 $ - $ - $ - $ - $ . ' $ - . $ - $ - $ V $ - . $ - $ - $ - $ Total Cost of Work S 340.30 . -5 401.35 COP Request Log COO 017Added Thermostat Work 4.27.20203dsx Page of Issued 7/1/2020 LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RECEIVED r 3 VVEINSTEIN A+U LLC RFI #275 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 TO: Elec/Mech - Electric Unit Heater and Exhaust Fan Thermostats Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) Emma Nowinski (Weinstein A+U) DATE INITIATED: 04/22/2020 LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: TBD DRAWING NUMBER: E301, E302, M501, M502 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) Mark Palmer (MCKINSTRY CO.) 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 04/29/2020 TBD Question from David White (Lydig Construction, Inc. - Bellevue Of) at 05:49 PM on 04/22/2020 Clarification is needed regarding which electrical system is intended to control the electric unit heaters and exhaust fans. Per flag note 3 on sheets E301 and E302, McKinstry was to provide a wall mounted line voltage thermostat, connected to electric unit heaters 1, 2, 3, 4, 5 and 6. Based on conversations between McKinstry and Johansen, wall mounted thermostats are not needed for these heaters as they all have built-in thermostats. Additionally, sheets M501 and M502 show control (low voltage) thermostats connecting to exhaust fans 1, 2, 3, 4 and 5. Both a thermostat from McKinstry and Johansen are currently installed. A possible solution is to install a blank face plate cover over the line voltage thermostat since the EUHs have built in thermostats, and to use Johansen's thermostat to control the exhaust fans as shown on the mechanical drawings. Please advise. Attachments: RFI 275 - Electric Unit Heater and Exhaust Fan Thermostatpdf Awaiting an Official Response All Replies: Power connection to thermostats are not required since the electric unit heaters have integral thermostat. Provide blank cover plate on abandon junction box intended to serve power connection to line voltage thermostat. Low voltage thermostat control wiring sewing exhaust fans 1, 2 3 4 & 5 to be provided by mechanical control contractor. Rocxy Juan TFVVB Engineers 4-27-2020 BY DATE COPIES TO Lydig Construction, Inc. Page 1 of 1 Printed On: 04/22/2020 05:50 PM FLAG NOTES: O FIRSjFLOOR-POWER WEINSTEINA+U.K AT NOTGAG NO1ES; L.,,,t1MF,t5SroLy'r'. El> slr',..W=g1trArgre''' \ LEVEL I HVAC PLAN Tukwila Fire Staten SI ISME.KE1479 vvowsromx+u 0 : - FLAG NOTES: > > N MECHANICAL PLATFORM & LOWER ROOF - POWER 4.111 10 WV% 0.4.1.• to, Wm* FIre Station 51 Yea PV.E0111,110 tre.1 VW% IN.. MIAMI. E302 WEINSTEIN A-1-U A.MII[CIS LIMN Of 0.11 " - 0 'A I 0 MECH PLATFORM AND LOWER ROOF HVAC PLAN se.. Or A A.A ayr SHFFT NOTES: takt. Stlitk. Si NANA1 BIDEUE.KESEME1 Ina PANZAMMV IA MN NMOMMON IMMLN M502 WEINSTEINA+U Amcmitass Llaux Ptskcxas LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #072 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #072: CE TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: City of Tukwila FROM: 6200 Southcenter Boulevard Tukwila Washington, 98188 072/0 Pending - In Review CONTRACT: CREATED BY: CREATED DATE: 109 - ASI-019 - Signage 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) 7/1 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: TOTAL AMOUNT: $2,470.62 Amount Based No POTENTIAL CHANGE ORDER TITLE: CE #109 - ASI-019 - Signage CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #109 - ASI-019 - Signage ASI-019 provided interior/exterior signage schedules and added the following: 1. "Emergency Vehicle Exit Only" at South Gate 2. Dedication Plaque 3. Slab Plaque ATTACHMENTS: ASI-019 - SJgnagepdf 072 SP - ASI 019 Signaoe.pdf_ Cost Code Description Type Amount 03--001-99-- Structures, Enclosure &MiscSub —BP03&07 Added Signage Subcontractor $'2,318.24 Subtotal: .$2,39:8.24 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. $ 104.32 GL Insurance: 0.75% Applies to all line Item types. $ 18.17 P&P Bond: 0.75% Applies to all line item types. $ 18.31 B&O Tax: = 0.47% Applies to all line Item types. $ 11.58 Grand TotaL:. $2,470.62 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 7/1/ 2020 03 :30 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #072 SP Project: 30126-10 - TFS#51 - Self -Perform 17951 Southcenter Parkway Tukwila, Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #072 SP: CE #109 SP - ASI-019 - Signage TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 072 SP / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: Pending - In Review FROM: CONTRACT: CREATED BY: CREATED DATE: PRIME CONTRACT None 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) 7/1 /2020 ACCOUNTING Amount Based METHOD: PAID IN FULL: TOTAL AMOUNT: No $2,318.24 POTENTIAL CHANGE ORDER TITLE: CE #109 SP - ASI-019 - Signage CHANGE REASON: No Change Reason POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #109 SP - ASI-019 -Signage ASI-019 provided interior/exterior signage schedules and added the following: • "Emergency Vehicle Exit Only" at South Gate • Dedication Plaque • Slab Plaque ATTACHMENTS: EST-10517.pdf Tukwila Fire Station (Tukwila) SL00021819-101 CO1.pdf # Cost Code Description Type. Amount 1 32-502-99- - Parking Lot Striping Sub Added Emergency Vehicle Exit Sign Subcontractor $ 425.00 2 10-018-99-- Interior Signage Sub Add 2 Plaques Subcontractor $ 1,679.76 Subtotal: $2,104.76 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. $ 168.38 GL Insurance: 0.75% Applies to all line item types. $ 17.05 P&P Bond: 0.75% Applies to all line item types. $ 17.18 B&O Tax: = 0.47% Applies to all line item types. $ 10.87 Grand Total: $2,318.24 Owner Signature Lydig Construction, Inc. page 1 of 1 Date Printed On: 7/1/ 2020 03 :21 PM Stanley Patrick Striping 1..000-STRIPING STANLEy FATRicK siRirpiNG co, : 1,11.1 Parking Lot Striping — Stencil — Seal Coat — Patching — Delineation — Sports Courts — Curbing 1628 Third Street Suite Wi, Enumclaw, WA 98022 Ph: 360-825-9431 Fax: 360-825-1198 1-8 coo -STRIPING Contracted By: Attn: Phone: Fax: Email: Lydig Construction Weston Blackburn (425) 885-3314 (425) 881-2903 wblackburnlydiq.com Contractor's License: #STAAILPSOOODU Estimator: Sarah Lusch Phone: Date: Project: WO#: 360-825-9431 5/19/2020 Tukwila Fire Station # 51 AG/SL00021819-101 CO1 CHANGE ORDER 1 Tukwila Fire Station # 51 Southcenter Pkwy & S 180th ST Tukwila, WA 98188 We propose to furnish all materials and labor to complete in a substantial and workmanlike manner according to standard practices: Work Scope: Emergency Vehicle Sign 1 EA EMERGENCY VEHICLE EXIT ONLY Sign; installed on Quick Punch Posts *Core Drilling Excluded- See note #6 *Your signature on this "Change Order" indicates acceptance by the Contractor, Owner or Contractor or Owner's representative (or on their behalf) to complete the work for the price indicated on this "Change Order" form. Payment terms, proceedures and conditions shall remain unchanged, per the Contract for this project. It is further agreed that this "Change Order" shall be billable upon completion of this work or progress billed by percentage completed (refer to the Contract for this project). This Change Order acceptance indicates willingness to pay for this work to be performed within the amount of time indicated in the Contract, as per any other "Contract" billing, without hold up. Total $425.00 The above said items are quoted based on the information provided. Any additional work or items not stated in the above quote will be examined and may be subject to additional costs. This quote is based on a total of 1 days onsite. Please contact SPS with any information regarding project phasing. Accepted by: Date: SPS Company Authorized Agent: Date: www.spsenumclaw.com 259 SW 41 st St Renton, WA 98057 (253) 243-7777 Creating Impressions that Last Forever www.shineonsigns.com DESCRIPTION: Tukwila Fire Station 51 -Change Orders Bill To: Lydig Construction Bellevue 3180 139th Ave SE #110 Bellevue, WA 98005 US ESTI ATE EST-10517 Payment Terms: Cash Customer Requested By: Westin Blackburn Email: WBlackburn@iydig.com Work Phone: (425) 885-3314 PRODUCTS QTY UNIT PRICE 1 Dedication Plaque Large 1 $1,068.00 1.1 Dedication Plaque - Part Qty: 1 Notes: Rectangle No Border Raised/Recessed-Horiz: Stroke Smooth -Brushed Face-Ptd Return 2025 Black SATIN Painted Satin Stud mounted 20"HX14"W Text: Etched St, Steel 1 /4" thick JOB: CITY OFTUKWILA TEXT IN CIRCLE LOGO RAISED (TO BE REVIEWED) LOGOS AND REST OF TEXT = RECESSED TAXABLE $0.00 TOTALS $1,068.00 2 Dedication Plaque Small 1 2.1 Dedication Plaque - Part Qty: 1 Text: Etched St. Steel 1/4"-thick Notes: Rectangle No Border Raised/Recessed-Horiz, Stroke Smooth -Brushed Face-Ptd Return 2025 Black SATIN Painted Satin Stud mounted 8"X 10" TBD $474.26 $0.00 $474.26 Generated On: 6/30/2020 8.42 AM Page 1 of 3 3 Installation 1 1137s0 $0.00 $137.50 al Installation- PW - - # of Hours: 1 We appreciate the opportunity to provide you with this proposal for your project. We believe that with our quality and color management processes that we can earn your business and trust. YVeare happy tocompare our pricing with others in order to evaluate the potential use of like processes and materials and match orbeat pricing. Please sign below and return. Bysigning you agree tothe terms and conditions included on the last page of this estimate. Subtotal: $1,67e76 Taxable Amount: $uo Taxes: $0.00 Grand Total: Deposit Required: Generated On: ea0/2ozoo:4zAm raQ: 2nry A 50% deposit is required to begin project with the balance due upon completion! Full payment is due upon completion of the job. A 1.5% late fee will be added to all invoices over 30 days each month until the balance is fully paid. Design and layout work is included in the above quote. However, based on the complexity of the design, the quality of the art file received from the client, and the number of changes requested by the client, additional design charges will be added to the final invoice. If the client cancels the project after the design phase is completed, the design charges will be due and payable. Any installation costs quoted are based on optimum conditions at the site, readiness of the walls or surfaces, the grounds, and other areas where the sign may be installed, as well as the description provided by the client. Additional charges will apply based on unexpected or unknown factors during the installation process. All signs are related products described above are the property of Shine On Signs and Graphics until all money's owned under this agreement are paid in full and client will provide access to said signs if payment is not made in full when due. Client agrees to pay all attorney' fees, collection costs, and other related expenses incurred by Shine, On Signs and Graphics in order to collect any money due under the payment terms of this agreement, plus interest and late fees, that is permitted by law, on all past due invoices. Client indemnifies Shine On Signs and Graphics against any claim by any property owner, landlord, tenant, or any other party that the above signs may violate. This includes any agreements that client may have with said parties or where such signs are not properly authorized by the parties and where their authorization is required. Shine On Signs and Graphics takes great pride in our workmanship, however the final examination for accuracy is your responsibility. Please, before releasing final approval examine all proofs very carefully, making sure that the information presented, as well as spelling, punctuation, phone numbers, graphics, colors, and the overall layout are accurate. If a purchase order is to replace SHINE ON SIGNS AND GRAPHICS proposal it is understood that the client accepts ALL of our terms and conditions. Any permits, labor or materials needed for street/lane closures, closing of sidewalks, etc. would be additional if needed. SHINE ON SIGNS AND GRAPHCS may choose to work with one or more sign partners to complete your project. Bid is based on information given. If items are other than as expected, additional costs may be incurred. SHINE ON SIGNS AND GRAPHICS will notify you of any such adjustments. All work performed by SHINE ON SIGNS AND GRAPHICS is to be done during normal working hours. Buyer acknowledges he has read and understands the approved design and specifications. BUYER SIGNATURE DATE Signature: Date: Generated On: 6/30/2020 8:42 AM Page 3 of 3 STE ARCHITECTS + URBAN DESIGNERS ARCHITECT'S SUPPLEMENTAL INSTRUCTIONS ASI -019 Project Name: Tukwila Fire Station 51 Contractor: Lydig Construction Issued by: Lauren Rock Copies to: Lydig, SOJ Attachments: Revised sheets A613, A617, A921 New sheet A922 Signage Reference Maps Project No. 17001 Issue Date: 5/1/2020 ❑ 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. Description: ASI-019 address signage questions raised in RFI-260 including clarification on room names, signage mounting locations, and miscellaneous interior and exterior signage. WA+U will provide specific language for dedication plaque and graphic files for evacuation maps. Please develop submittal package and shop drawings for WA+U review. 2200 kNestern Avenue Suite 30 I, Se,ittle,W\ 9$I, I-I92I W, ns08nAlW_coon fi , {;t, •i 13 8000 0 206 4=R3 1 x1S 11116,1l1Fire &elm 31 .S.747,Pe., A613 EIN A-1-U AmmErn ENT 0.011111 r. II�1�I ®OOiViT _5 WAVAINIAVAVAVAYAWAVA WEINSTEINA+U mv-Ir ,X> j\L\A_EN ELEVATAX.i.1101 I (;) Tulmile Fife &Alen 51 RENSH)6147 A921 1 6 Lu _... 1.0.074 INSTEINA+U o �, WEINSTEINA WWI. RN Station 51 MU Barka., Afte..0141,1 (4) a WEINSTEINA+U LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #074 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #074: CE #135 - Change in Contractual Completion Dates TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 074/0 Pending - In Review FROM: 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: 7/9 /2020 CONTRACT: CREATED BY: PRIME CONTRACT CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: TOTAL AMOUNT: None Amount Based No $0.00 POTENTIAL CHANGE ORDER TITLE: CE #135 - Change in Contractual Completion Dates CHANGE REASON: No Change Reason POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract /s Changed As Follows) CE #135 - Change in Contractual Completion Dates The following items have delayed the project: 1. Casework supplier (Simonet) experienced a fire at their facility which delayed the delivery of the casework 2. The DAS system scope of work was added to the project 1. The, building construction progress was required to be 80% complete for testing to occur to determine whether DAS was needed for FIRE radio coverage. Once it was determined that DAS was required, contract, process and design started. DAS is required to be installed and operational in order to achieve Certificate of Occupancy which is tied to the Substantial Completion Date. The agreed to completion dates are now: Substantial completion 08/04/20 which requires 79 calendar days be added to the schedule = Physical completion 08/14/20 Cost impacts related to the extension of time to complete the DAS system scope of work will be negotiated and issued in a separate change order. ATTACHMENTS: Cost Code Description Type Amount 1 50--004-02- - MACC Contingency No Cost Change Order Project Contingency $ 0.00 Subtotal: $0.00 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. $ 0.00 GL Insurance: 0.75% Applies to all line Item types. $ 0.00 Lydig Construction, Inc. page 1 of 2 Printed On: 7/10/ 2020 03 :28 PM LYDIG PCO #074 P&P Bond: 0.75% Applies to all Ilne Item types. $ 0.00 B80 Tax: = 0.47% Applies to all line Item types. $ 0.00 Grand Total: $0.00 Owner Signature Date Lydig Construction, Inc. page 2 of 2 Printed On: 7/10/ 2020 03 :28 PM Fire Station Si 83300 C1y1338.00009,00?08 90130 82120 Wimm eft 81190 MCxve4 Pox 81000 S000npie14n 81010 S1utn05G290 81030 P Gayb A1010 P.m.Poto 81050 E019,01.541lp A1 SW e•<fmnliW.9 A e.9*owm MO. *4,40081588580lm 81000 F199.10 n5l•14n 81090 0.49510289Apy0M 010801-190 23248108 81020 119W9199139E85rt.w0 ..'.....A. 00A41N2A 100% 81200 .38111 0 110,198 11881198 1 A1iN019 ri t0AN10A 00J520 m W0% 30 81390 0 99809tl•ky(ii•) 50 0 2014r-IDA 15M -200 100%" A1A41 5812402➢ApMn0PONYtle 5 I 420Ay10^ 0� 0% 51 81910 80117.111.09.1 10 10 00AYy-fi 81120 204192m018018e4 15 15 02.241.20 92588520 0%83 0099y94m N 40'0264620A 0142>20 45 010350 00e•e•5500050 1 02.18208 05.24.00 0%' d5 810190 5e991•3599 r00041 m0xala0Asq 4 088020 S2 1SJnA 0% 0390 C.e9nbyp9l•1DyLW9. 00.210 1 10 105 C5Le20 19.01.00 00%% 05 810500 1K•1Wb5.5.1.MnN9•IAbmM 505Jn20 188800 .00 5.... ... ... 5 Sppm.lxtleM 1 I 12246520 246620 J5 A1d10 R.4w3•Wo'1•IFxn Lytlg5001 1. 2'1.4120 22..4120 A10420 3WO1tNbN4001*o 2 516n20 24.4r20" A10130 [P.4m.1M1929 M- 5 2S.i.r20 2041,20 0% J5 A100 YJedJ. bYMaWuenxM. LyRp 1 129JnN... 20.LnA 0% 05 MOA50 4g1100�8099141110041.1. 22 22 ]OJr.30 29.440 0% S5 A109p EletliAnl R1 A10450 48110 Flu 99ue0Tn 1000 9189pbn IM•101+eta 0043,9 IW9.y S 008.901391..5410.1 e4W O8.030 9onb n.. 5410.1 1 .1bn99afy 850938099, f . F1uFiW4n Mrl 315e519wx8ar. Inlet a...n2 50xlolvey . 0h0m5•U. 80110 08091x.wvub• I..W n9908058 . 0 024.41,19A 10041-100 100%, 0 10U1p19A 15541.10A 100% 0 164.1,10A 21446-10A 100% 151My108 11A4pa% 10A 10" 0 0 S1i4yn9A 20440.1 100% 0 0A .1Jn12A 100% h 15Jn12A 05.66,10A 100%, 1 0 S�10. 10A 100% 0 199 05k9-108 100% 0 50.58109 058.03-19A 10010 0 170051. 20.9.20A 100% 03%" 010Pob208 12FW208 100% 0 10fetr20A 11F51:520A 100% 115.6.21A 100% 15Fe4208 100% 20F55120A 11.0008 100% Atlual Wyk ® 01101R0Maln'eg Wak r1 Summary MEM Remaining Wyk ♦ ♦ Mde0bne .11111 Crro/kM91 Page 1015 9M311.ry sa,. end P091 Data Date: 02-Jun-20 2 9jOj IIx 5I0} 1I2j41 0I 1.1ll2i]I0I+1212tht+11121.1.1i 4 Lydig Construction w �P INIOMPIO.0.1.0000110•1.. heA.92 COW, 9 a99.9084.41'15.1 W125]P+0•sa10o8 oLM A9i, i W0I90 Cv9a F. u301la Fka SWWIWI Data Date: 02-Jun-20 0.3 Oh.5P.4,..0 32N20A 160% A0230 YnW Orr b0.5 0 W21f•020* 211'0020A 100% A2310 k I)t.W0yem•u3001PS* r0Wtl) 10 0 01AWOA 05dar22A 100% A2651 1•Y2 na514 nN1m 3 0 0134006 05160036 10014 0450 11•ul SbM 0000 3 0 20M020A 20.20A 100% A2i00 Ira 0011514330040 5 0 0202206 150000A 1002 1N6050010000400640 2 4 006206 05..0 06 22 050/055050.. rvmm 3 0 1300620 A 17.00A 100% AZaro 0510•0 00y0av260 65. IS610 00 Err 5 022902U6 21dr20A 110% 40001 004150.0 2 20511.00.205 03.01 .17 A1JN 5 0 11356.203 1566020A 100% A30ro NbW 0A1.Omm4 416.020A 0i1020 0% A3010 0•00003007702 ti0 10 52600200 00000 A2930 045Rq 5004.w 2 02.0A 030020 A29>0 kaW 000 2133) i 4 56100 00.1000 0% .14 101a0eµp IS IS 06.1010 26.1 620 0% .22 A3023 11•W 2bM6•a15ya4 0 3 060.20 11. 6220 A2060 9•b10 i 0 22.0620 253.20 61550 baW.aaAr+r•6•.540 321 traMmnr 2410 A1560 Ortl166.0 .eb 66tlMmu008 4340erw002 5 61670 1141.05 6 O3.61.010W0656 I 10 A1700 IaWEOM•5. .111.1WPr015a2y( Outer etc 3 61700 Or01E0rb64m00P0C. 000 0aw1rtlrAW 0 FAui• .1N A1650 In. 640000r1Fmm 00N320310236 01r 00661 A030 05162160N026w0113603.5606.0 030565 10 0510 1131.5:r0534 10 21100 141iL001.40 2000a01Rr001.3.0.We 2 10 A1600 inb0MN4Vw1511g4Fmn03Mmusr±&W00• 10 A1600 024*u0000*503rmd/11610b0026 Ora. ... 10. 0781.10A 208g10A ...,...• 016.000 150510A 100 2500-160 270551. 100%% O1N5615A 118200A 100% 200.1. 2.6130 120% 3000010A 01A42016 0500106 230o106 100% 120.104 1.0520A 100% 150.10A 653E 0203220A 0166020A 100% 026620A 0100.6 100% 0065120 120020 -25 650m100 050006 100% 00.0A 02.1.20 10016 .25 210-02260 23.5503A 100% 20N010 010020A 10 % 262)6206 05.4003 50% 23 26Mp.20A 10Jn20 00% 23 A1510 00000. A501a0160R0043 WIM1b SWp 15 3033.10A 2190.106 A1S10 L 150510A 2080106 100% A1216 FY11010RLN21065100 10J0 06 100% A2450R500204 R1. 000109(Pmn7Ufib0alp 15 304..10A 11.Y0206 100% A1520 IrrHlObx MerlOalrbm S 000.110 16..0A 100% A2010 II2t)01fiit 0P0019 (Fbm 64Mb9a00 Ir. 0a1#10A 02420A 100% A1050fiwiw Fl•014 5 1500019A 02.W20A /0560 3FP m0002FreW 3 100.10A 17.0206 100% A1540 15000.6 12 2185111A 10401206 10616 0.S0 065.6rw4566C0p1. 218010A I6.0n20A 110% 01010 1220043 10 150.200 250A02UA 100% H 01020 P•GW9 5 50.40206 0065203 10016 61030 155610626002016•5050010 a 13.5.206 2561 20A 10014 61070 02r.65231015a445 30 0301200 2700200 100% 72200 1456112130510005 10 0 12045206 01437400 100% AAfal Walk MUMQIA. I5u NEES R1mah0p Walk ♦ ♦ M300bne II AH1O50 I A P.002015 pilaf My2020 0i � I J I2*300`. A 11200i22012 00111 RI. N Fm091Fmm WN0 321*20 R1.N(mri06rm ydig Construction arb 0 FOe Sla4on 51 A195 A1950 krJ Cei99e A224 ma5.1a0 011%9%E�90..a0450 9.14.0 79.4A .t .b5093 A3150 G2t0/PLIJINLCGWC1E0.0318NLAREA A1050 Ina d9nv5/L9/94 93531113.5.1. AEON 1 .t0oonW5%.9n Ab10 1.175*N904, A3010 rWVh0O 99.3m409 22405 t0919gb4U9. 1.1 CWrboaWl imsn.a.. �rs4 R9trau. 11tl94M9*65 Al* 17419.959.1911 1.11 lacy 94*5.ii9 59120 E9ar7Rm 49 0.514125128 9r4108) 11950 A1900 Fin 0*0 031.1991 N 15 AID30 N9W mwuk A't050 0W1P.Mip Mum 0 Kry0rm009N 0 O.YS 1.1.1y91dr 0 Aw 4X9 WOO 02*42 RI.11159120 9.9IY+1Xb A2110 nanny RI.MFm1991F.lbmto 42504 IN9114 W ASYY / Cm Mne. I Work a9*IRanlanng MEM Retran00Wa% • • M5asbna rV mi>ao0 u)A4y2on l non 0594720A 36lh720A 100% 00495200 25404725A 100% 1749•530A 114420A W% iaA9920A 00Jn20A 100% 2o.nr2UA 4024725A 100% 26Ip30A 0124410A 10014 OAA4y20A 00.A*25 50% 49 1.104y20A 05. 20 71339 -20 211A4y20A MA -10 39-4517-20A 09.M30 i3 21.9520A 09-4+A 29.3.934 03J3130 00% -10 01.hs30A 02.in25 024.01 03..20 o% 15 -15 0% -15 '2SQ5A9A ?OOtl 19A if9% 1SWn19A 10M4 rt30A 31i53-20A 1.4 319.20A 31A4r20A 100% 16Jn20 ]3.9n20 0900.700 101.200 O6h1120A 2Wn30A 100% 1344040A 16FA10A 10% 13.4n20A 2a94y30A tar% 1174y211A 1544y.20A @Jn90 i oun10 6%. 2301A9A 0900,19A OAWrtoA 1599620A ounvwn a2,11.0A 05N9,19A na,H9A 100% n911ary 14 Page 3 of of rfalainfnl 9f to!0!n11i+I3ja14 Data Date: 02-Jun-20 a}n rl tf 3fno012 21412( Ia 13. /11 Fnvrt m.n.9m Lydig Construction uMeN4 Fire Stbtlai 51 100005l. p R*5401 1.reno reo SPreireFiL 1104400*541101d54 A2210 N a51 wb0erripb0 A2250:1M 05*0 A27110 290422E AK90 226e122VLYs.S talYMmarl lrs221122.22215 /YVA Al Al 1.211210 ppbu Nrkdediwed 1 fi01Ab20A.. 14.20A 100%' Al ub10a22-2.5 Adp4 pxAded'rrol2/NSf 1 0 f2A..A 12iatr20A 100% Al I*Y5R 0011W.°d44., WOnd 1 0215520A 28Fe020A 1121. Al 0,21.2AM0stl OW0 be. b 2.2,2.0A OINrM BOK. 0'. 16F121220A 12 012Fe1,20A 2122220 0 0u2.✓er.A 001/4520A. 0 224.20A 25A2.20A. 0 2045.1,20A 25455200 6;224,2202 01400204 5 0 224040A 0125.2202 10022 1 0 05.2011NA MA/2,20A: fro% S 0 104011200 29222202 100% 1002240 M.A. VA. AA 2 004n20 1042220 P.%.....N 4 A A1250 BA... Al220 ',tau N2W Poe Abm A1000 : Breure 021001 Ygwliwi . CcnrecktSWWP.Pdu reanib4001. A102db . U➢y Sdmmlut2Owd N0250 9WOyd CYC Fare.. A10200. Ra1N}m111210. At0200 IbVarod�vewbis.OyHdrm idgr. FW lOe[el Ai0190 bAWpeu0v0edde0mmdFP11 05M1 1151N2121 A1W50.. A4KHa1 A10 f4mEi0 • 00 ¢1, 2IOW12l1l0J+J 10 2 0J ON 2f 0101112 aj0J1:: 000{ 1 5 112 Data Date: .02-Jun-20 J bl1l1l1 tf2j 2101; Lydig Construction 01 Bey, 002E A; uMA'la Fire SlPibn 51 Data Date: 02-Jun-20 A�.bre : AtA4rNvnn ': "' 1anW{�y seeHI4 k " R , . �fi4 932011T051:2OP PgW2414 2P14 J+s201a 122012201120012201120012205220112001Ye01 3N.ro14 A 9 : H D J R lANi309 Au'3atYM dbY O T3019200fY001Y20fi20002200112 Jur 9 3MTObi A 111T. A1Yx Fl.N W o.ma,550 A1030 NN'h oonyk0a195440 A1]I0 PuIt peWe504 A1Y50 PWi W 0eM1 A10W NNW94n1M 6metiiMaw MAc0.10u AY100 Mra lOASM Iy 5 5 23.1 20 15 152.3.0 10 10.J0.4.0 10 10 15:1120 10 10 154120 i8 1520.5140 1328J120 05.40 1,5.0 15.1120 24,11,20 20.1.0 1146iP30 1T44030 P% 0% 0%. 014 0% 0% aFtrc144,4 36 33 ...: ,ie 0 ( TarlEgmryb St W er POM RYNW: 101111111.1,.1Y 1 I. RENEMAJP7WPM OIkPIF nemaln4i9 Wa41 ♦ ♦Mdeslo00 4Meg Walk 1.®^°7 Summary Pa8o5Pf5 L T'�7�1 1..�nstru� Qn AW Council Approval N/A ��������K����U� _'' ' _' ' _ -'''--' CONTRACT CHANGE ORDER NO 009 (COVUD) DATE: 6Q40020 PROJECT NO.: 90830405 PROJECT NAME: PSP - Fire Station 52 BUDGET NO.: 305.98 CONTRACT NO.: 18-0012(w Sheet 1 of 1 You are hereby directed homake the herein described changes tothe plans and specificationsordothe 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 B.The rights Ufthe "Ownor"are not prejudiced; C.All claims against the "Ownnr" which are incidental hzoroaoconsequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval |nadvance ofall 'change orders. CHANGE See Attached Exhibit "A" Wathe 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 6/25/2020 Contractor �~ By Craig Greene Title VP of Operations Original Contract FS52 (without tax) $ 16�9,280.00 APPROVED BY THE CITY OFTUKW|LA Pnm�uoChonOoO�8 FS52 � �� Oo��� � This Change Order FS52 (without tax) $ 17,463.98_� REV, CONTRACT AMOUNT FS52 $16,518Jg3.5O Original Contract Time FS52521duv (Dec17,2020 kdditiQnalContract Time for this Change Order FG52:Vdovo Contract TkneFS52 521dayo (Dec 1T.2O2U ayor Deputy City Administrator -T- — SOJ Program Director ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department kw/encumbnsnoe Project Management File PW Project Finance File (11/2014) LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #101 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #101: CE #147 - Covid-19 Impacts April TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 101 / 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: 5/4 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: TOTAL AMOUNT: Amount Based No 7,463.98 POTENTIAL CHANGE ORDER TITLE: CE #147 - Covid-19 Impacts - April CHANGE REASON: Existing Condition POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #147 - Covid-19 Impacts - April Cost impacts for loss of productivity and new regulations to continue work during the Covid-19 crisis. The costs included in this PCO are those submitted by affected subcontractors from the beginning of Governor Inlees' proclamation 20-25 through 4/30/2020. These costs represent all known COVID related costs from the start of Proclamation 20-25 through the end of April 2020. Backup in the form of daily reports have been included for all subcontractors submitting impacts. All pricing has had overhead and profit removed as this is not an owner caused issue. B&O tax, general liability insurance and bond markups are included as they are, deemed allowable. ATTACHMENTS: PCO 101 - Combined Rev 2.pdf 2020.06.10 - TFS 52 - COV1D19 Requirements Baseline Impacts.pdf CE #147 - VAN #18- COVID-19 Cost Impacts.pdf CE 147 - JMI CO 8006 Rev 1 - Covid Precautionary Measures, Through 4-26-20.pdf CE 147 - COR021 Rev 1.pdf 8 Cost Code Description Type Amount 1 26--001-99-- BP-11 - Electrical Subcontractor PCEC COR.021 Subcontractor $ 9,483.00 2 23--001-99-- MCCM Subcontractor JMI COR 8006 Subcontractor $5,633.280. 3 Sub 10-99- - BP-06 - GWB, Insulation & ACT Van COR 18 Subcontractor $ 2,008.00 Subtotal: $17,124.28 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%Appliesto Subcontractor and Purchase Agreements. $ 0.00 GL Insurance: -0.76%Applies to all line item types, $ 128.43 P&P Bond: 0.76% Applies to all line item types. $ 129.40 B&O Tax: e 0.47 % Applies to all line item types. $ 81.87. Grand Total: $17,463.98 Lydig Construction, Inc. page 1 of 2 Printed On: 6/10/ 2020 04 :37 PM RE: Tukwila Fire Station 52 Overview ofCOy/C-1gReOu|aUonsRequirements and ^Base|inm^Impacts To whom it may concern, As we work through analyzingthe impacts ofthe COV|D'19pandemic, this memo is being issued hodocument the regulations creating new project compliance and the measures being implemented tofirst and foremost maintaining the health and safety ofall workers and personnel on the Tukwila Fire Station 52 construction site, as well as ensure compliance with the rapidly changing regulatory environment. Proclamation 20-25 "Stay Home — Stay Healthy" issued Proclamation 20-25 "Stay Home — Stay Healthy" order, followed by Memorandum on March 25, 2020 clarifying construction guidance in relation to the determination of 'essential' projects. This construction guidance memo included the requirements that any project determined to be essential must still maintain proper social distancing requirements, as well as work protection measures before proceeding. = »zmoP.m|I axcssamuoadk-n I C nNvwm» u 1 "v,ra»umzm LYD1G • Additional hand washing stations 3180 139th SE Stc I It) Eicllevue WA 425,5.331.4 ��� ��U�� � m u� o �� � Maintain social distancing, including: worker spacing, staggeringofwork eohedu|eo, break areas with regular disinfecting, eliminate large work -related gatherings, postpone non -essential work travel, postpone large project touna. remote work if possible ° Designate pickup and drop off areas for equipment deliveries and pickups and disinfect tools prior to removing from the jobsite Implementation ofPhase 1Construction Restart On April 24, 2020 an addendum to Proclamation 20-25 was issued that defined the criteria for construction projects to restart, as well as the criteria to be met by May 1, 2020 for project that were deemed essential and had continued construction. This addendum included 30 requirements; many of which had already been met by Lydig's Prevention and Guidelines plan, but additional requirements included: ��U ��U�� � n «� » �� * Mandatory Personal Protective Equipment (PPE)' specifically gloves and face masks required at all times ° Mandatory screening of all workers by taking their temperature at the beginning of their shift � Common Contractor and Subcontractor "Baae|ino"Inefficiencies While each individual trade will experience different impacts ofthe pandemicend associated new regulations to their respective installation activities, each worker on site is subjected to 'baseline' inefficiencies that are a product of adhering to these regulations. Examples ofthese 'baoe|ine^inefficiencies include: ° Waiting through daily health screen iDg/tennperatuRacheck line ° Regular 'toolbox' meetings for review ofnew safety protocols * Daily sign -in process �zae�m� | n,n�voi�om #1046- Tukwila Fire Station #52 Direct Work Change Order Proposal Submitted To: Alex Carey - Lydig Construction VAN #: 18 Submitted By: Mark Davis Document Reference: Lydig Direction Company: Vanderlip 6 Co., Inc Date: 5/5/2020 Description of Change: Cost impacts from added work planning, safety measures, reporting, tool disinfecting and lowered labor efficiency due to the conditions causedby added COVID-19 work protocols. Proposal is based on an estimated 1 hour per man day lost due to these conditions. Proposal also includes additional PPE and cleaning supplies required due to COVID-19. Current proposal is for impacts that took place between April 15th and May 5th 2020. Additional impacts may occur as they arise. 1. CRAFT LABOR COSTS DESCRIPTION MHRS RATE COST (Working Foreman) Coordination/Lay-Out 15. $85.22 $1,278 Demo 579.82 Framing 5 $79.82 $399 Install GWB $79.82 Tape/Finish $79.82 Stock/Staging $79.82 Protection/Clean-up $79.82 Firestopping $79.82 Special Delivery 2 $79.82 $160 22 Subtotal: $1,837 2. MATERIALS QTY UNIT RATE. COST J-Track LIFT $1.52 I -Studs L/FT $1.76 GWe SQ/FT $0.75 Taping SQ/FT $0.30 L-Bead/Cornerbead L/FT $0.25 Anchor Bolts ea. $1.95 DensGlass Shaftliner SQ/FT $1.18 COVID-19 PPE 4 ea. $19.79 $79 Disinfectants/Sanitizers 4 ea, $17.98 $72 Subtotal: $151 3. EQUIPMENT QTY RATE COST Dumpster HRS $2.97 Equipment HRS $8.75 Subtotal: 4. SUBCONTRACTORS QTY UNIT RATE COST Commercial Insulation Service Subtotal: 5. MARKUPS SUBTOTAL % CHARGED COST 5 Bond 1.00% $20 Sub -Tier Fee (8%) 8.00% 5.1 Fee (NTE 15% of 1,2,3) 15.00% Subtotal: $20 TOTAL COST OF THIS CHANGE: $2,008 14535 NE.91"Street - Redmond, WA 98052. - 425.885-4110 - Fax 425-885-4110 VANDERLIP & COMPANY, INC. 14535 NE 91ST STREET REDMOND, WA 98052 (425)885-4110 (425)885-1068 FAX DATE: 4/16/2020 DAILY WORK REPORT JOB #: 1046 JOB NAME: Tukwila Fire Station #52 CONTRACTOR: Vanderlip & Co., Inc. JOB LOCATION: 15447 65th Ave. S Tukwila, WA COMMENTS: Install studs for Control Joints in App Bay Area. Install framing for FEC's and recessed PTD's. Go over the In -Wall Blocking and Strapping Plan with Lydig for required wood vs. metal Blocking. The hard lids and soffits cannot be framed in Level 1 South and in Level 2 are partial framed, Mech and Plumbing are not ready with overhead work. Note: Coordinate work to maintain social distancing with other trades as suggested by CDC's recommendations. NAME FRAME HOURS GWB HOURS TAPE HOURS SHEATHING HOURS COVID-19 COORDINATION TOTAL HOURS OMAR GARCIA (FOREMAN) 7 1 8 SIGNED: OMAR GARCIA VANDERLIP & COMPANY, INC. 14535 NE 91sT STREET REDMOND, WA 98052 (425)885-4110 (425)885-1068 FAX DATE: 4/20/2020 DAILY WORK REPORT JOB #: 1046 JOB NAME: Tukwila Fire Station #52 CONTRACTOR: Vanderlip & Co., Inc. JOB LOCATION: 15447 65th Ave. S Tukwila, WA COMMENTS: Continue installing metal backing on Level 2 South. Frame wing wall in WC 208 after concrete floor got poured. Complete the wall framing on west wall of Lunch 206, this got left open for ease of access until the concrete floor got poured by Stair 2. The hard lids and soffits cannot be framed in Level 1 South, and in Level 2 South are partial framed, Mech and Plumbing are not ready with overhead work. Note: Coordinate work to maintain social distancing with other trades as suggested by CDC's recommendations. NAME FRAME HOURS GWB HOURS TAPE HOURS SHEATHING HOURS COVID-19 COORDINATION TOTAL HOURS OMAR GARCIA (FOREMAN) 7 1 8 SIGNED: OMAR GARCIA VANDERLIP & COMPANY, INC 14535 NE 91ST STREET REDMOND, WA 98052 (425)885-4110 (425)885-1068 FAX DATE: 4/22/2020 DAILY WORK REPORT JOB #: 1046 JOB NAME: Tukwila Fire Station #52 CONTRACTOR: Vanderlip & Co., Inc. JOB LOCATION: 15447 65th Ave. S Tukwila, WA COMMENTS: Install exterior door frame #105, hang drywall rips on door jambs and fire tape. Put back together framing partition for RedLine east wall of shower 118. The hard lids and soffits cannot be framed in Level 1 South, and in Level 2 South are partial framed, Mech and Plumbing are not ready with overhead work. Note: Coordinate work to maintain social distancing with other trades as suggested by CDC's recommendations. NAME FRAME HOURS GWB HOURS TAPE HOURS HM FRAME HOURS COVID-19 COORDINATION TOTAL HOURS OMAR GARCIA (FOREMAN) 2 1 1 3 1 8 SIGNED: OMAR GARCIA VANDERLIP & COMPANY, INC. 14535 NE 91ST STREET REDMOND, WA 98052 (425)885-4110 (425)885-1068 FAX DAILY WORK DATE: 4/24/2020 JOB #: 1046 PORT JOB NAME: Tukwila Fire Station #52 CONTRACTOR: Vanderlip & Co., Inc. JOB LOCATION: 15447 65th Ave. S Tukwila, WA COMMENTS: Install metal backing on Level 1 South. Re -install all of the metal studs and replace 2 pcs of bottom track at walls where it got removed to load in shower stalls in Level 1 South. The hard lids and soffits cannot be framed in Level 1 South, and in Level 2 South are partial framed, Mech and Plumbing are not ready with overhead work. Note: Coordinate work to maintain social distancing with other trades as suggested by CDC's recommendations. NAME FRAME HOURS GWB HOURS TAPE HOURS SHEATHING HOURS COVID-19 COORDINATION TOTAL HOURS OMAR GARCIA (FOREMAN) 7 1 8 SIGNED: OMAR GARCIA VANDERLIP & COMPANY, INC. 14535 NE 91sT STREET REDMOND, WA 98052 (425)885-4110 (425)885-1068 FAX DATE: 4/28/2020 DAILY WORK REPORT JOB #: 1046 JOB NAME: Tukwila Fire Station #52 CONTRACTOR: Vanderlip & Co., Inc. JOB LOCATION: 15447 65th Ave. S Tukwila, WA COMMENTS: Frame and sheath partial height wall on four corners of App Bay Area per RFI 208 & RFI 273. The hard lids and soffits cannot be framed in Level 1 South, and in Level 2 South are partial framed, Mech and Plumbing are not ready with overhead work. Note: Coordinate work to maintain social distancing with other trades as suggested by CDC's recommendations. NAME FRAME HOURS GWB HOURS TAPE HOURS SHEATHING HOURS COVID-19 COORDINATION TOTAL HOURS OMAR GARCIA (FOREMAN) 4 3 1 8 SIGNED: OMAR GARCIA VANDERLIP & COMPANY, INC. 14535 NE 91ST STREET REDMOND, WA 98052 (425)885-4110 (425)885-1068 FAX DATE: 4/30/2020 DAILY WORK PORT JOB #: 1046 JOB NAME: Tukwila Fire Station #52 CONTRACTOR: Vanderlip & Co., Inc. JOB LOCATION: 15447 65th Ave. S Tukwila, WA COMMENTS: Continue taping Sprinkler/Mech 103. Install heavy gage studs on north wall of Vestibule 101 and frame below Stair 1 per ASI-015. The hard lids and soffits cannot be framed in Level 1 South, and in Level 2 South are partial framed, Mech and Plumbing are not ready with overhead work. Note: Coordinate work to maintain social distancing with other trades as suggested by CDC's recommendations. NAME FRAME FLOURS GWB HOURS TAPE HOURS SHEATHING HOURS COVID-19 COORDINATION TOTAL HOURS OMAR GARCIA (FOREMAN) 7 1 8 JOSE L SANCHEZ 7 1 8 ALFREDO RAMOS 7 1 8 SIGNED: OMAR GARCIA VANDERLIP & COMPANY, INC 14535 NE 91ST STREET REDMOND, WA 98052 (425)885-4110 (425)885-1068 FAX DAILY WORK PORT DATE: 5/04/2020 JOB #: 1046 JOB NAME: Tukwila Fire Station #52 CONTRACTOR: Vanderlip & Co., Inc. JOB LOCATION: 15447 65th Ave. S Tukwila, WA COMMENTS: Complete framing Mechanical shaft per RFI #286. Begin framing level 2 corridor mechanical shaft south of the elevator. Complete taping Mech/Sprinkler Room 103. The hard lids and soffits cannot be framed in Level 1 South, and in Level 2 South are partial framed, Mech and Plumbing are not ready with overhead work. Note: Coordinate work to maintain social distancing with other trades as suggested by CDC's recommendations. NAME FRAME HOURS GWB HOURS TAPE HOURS SHEATHING HOURS COVID-19 COORDINATION TOTAL HOURS OMAR GARCIA (FOREMAN) 4 3 1 8 JOSE L SANCHEZ 4 3 1 8 ALFREDO RAMOS 3 1 4 SIGNED: OMAR GARCIA Johansen Mechanical, Inc. pxnws*us-4n1-uuaaFAX 425-486-693 CHANGE ORDER DETAIL JOBNAK0E Fire Station 52Tukwila BILLING CONTRACTOR Lydg/Cnnatruobnn JOHANSEN JOB# D30660 DATE DESCRIPTION: Distancing per �p�e�ea.Redi�cUVnnfmanpower homu��inOfLd��n�ng.ee�Nn|ngoff omaoNprevent surfaces.overcrowding or contamination and time spent wiping down and cleaning tools and (See ithe attached daily reports from 3/3O/20through 4/24/20)Material costs include additional PPE and cleaning supplies required by CDC guidelines to help prevent the spread of Covid-19. EXCLUSIONS: REFERENCE: Costs Through 4/26/20 SCHEDULE IMPACT: i LABOR: A. LABOR (FIELD @ $ 97.48 = $ 926.10 B. LABOR (FIELD JRNYMAN) HRS@ $ 0135 =$ 4,33813 D. LABOR (DELIVERY) 0.00 HRS@ $ 79.68 =$ E. LABOR (SERVICE) 0.0WHRS@ $1O4.92 =$ F. DETAILING HRS @ * 97.78 =$ G. SUPERVISION HRS@ $ 103i73 = * H. PROJECT STAFF HRS @ $1O3.43 =$ LABOR TOTAL U. MATERIAL AND EQUIPMENT A. MATERIALS B. EQUIPMENT C.FREK5HT D. RENTALS ULSUBCDNTRACTORS A. ALL SUBS MATERIAL EQUIPMENT TOTAL SUB SUBTOTAL IV. OTHER DIRECT COSTS A. SAFETY @ 2% OFLABOR B. SMALL TOOLS AND CON8UMABLES@ 5% OFLABOR C. PERMITS OTHER DIRECT COSTS TOTAL ! | V\TOTAL ITEMS |'U'U|.AND N N. OVERHEAD &FB8 A. OVERHEAD B. PROFIT C. SUBCONTRACTOR MARKUP D. B&OTAX@ TOTAL AMOUNT FOR THIS CHANGE ORDER PROPOSAL VALID FOR 30 DAYS K $ 5,633.28 � � 5,633.28 This change proposal only includes costs that can boidentified atthis time. This change proposal does not include any amount for changes i the sequenceofwork, 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. UnPosted? Date Tran Type Reference Johansen Mechanical, Inc. Job Cost History Report From Inception To 04/26/20 Including A/P Invoices in Progress Unit of Measure Description Additional Information Hours Quantity Amount Job: D30660 FS 52 Phase: 00-8006-000 COVID PRECAUTIONARY MEASR Cost Type: L LABOR 04/08/20 PR MURTI TIMOTHY A MURPHY Check# E39272 0.50 04/09/20 PR MURTI TIMOTHY A MURPHY Check# E39272 0.50 04/10/20 PR MURTI TIMOTHY A MURPHY Check# E39272 0.50 04/06/20 PR PLUJO JONATHAN F PLUNKETT Check# E39275 0.50 04/07/20 PR PLUJO JONATHAN F PLUNKETT Check# E39275 0.50 04/08/20 PR PLUJO JONATHAN F PLUNKETT Check# E39275 0.50 04/09/20 PR PLUJO JONATHAN F PLUNKETT Check# E39275 0.50 04/10/20 PR PLUJO JONATHAN F PLUNKETT Check# E39275 0.50 04/06/20 PR VANJO JOSEPH C VANSICKLE Check# E39282 0.50 04/07/20 PR VANJO JOSEPH C VANSICKLE Check# E39282 0.50 04/08/20 PR VANJO JOSEPH C VANSICKLE Check# E39282 0.50 04/09/20 PR VANJO JOSEPH C VANSICKLE Check# E39282 0.50 04/10/20 PR VANJO JOSEPH C VANSICKLE Check# E39282 0.50 04/06/20 PR VASVI VIKTOR M VASILYUK Check# E39283 0.50 04/07/20 PR VASVI VIKTOR M VASILYUK Check# E39283 0.50 04/08/20 PR VASVI VIKTOR M VASILYUK Check# E39283 0.50 04/09/20 PR VASVI VIKTOR M VASILYUK Check# E39283 0.50 04/10/20 PR VASVI VIKTOR M VASILYUK Check# E39283 0.50 04/06/20 PR WILDE DEKKER A WILCOX Check# E39285 0.50 04/07/20 PR WILDE DEKKER A WILCOX Check# E39285 0.50 04/08/20 PR WILDE DEKKER A WILCOX Check# E39285 0.50 04/09/20 PR WILDE DEKKER AWILCOX Check# E39285 0.50 04/10/20 PR WILDE DEKKERAWILCOX Check#E39285 0.50 04/13/20 PR CAFJE JEFFREY D CAFOUREK Check# E39300 0.50 04/14/20 PR CAFJE JEFFREY D CAFOUREK Check# E39300 0.50 04/16/20 PR CAFJE JEFFREY D CAFOUREK Check# E39300 0.50 04/17/20 PR CAFJE JEFFREY D CAFOUREK Check# E39300 0.50 04/13/20 PR HUTRO RONNIE L HUTCHISON Check# E39312 0.50 04/14/20 PR HUTRO RONNIE L HUTCHISON Check# E39312 0.50 04/15/20 PR HUTRO RONNIE L HUTCHISON Check# E39312 0.50 04/16/20 PR HUTRO RONNIE L HUTCHISON Check# E39312 0.50 04/1720 PR HUTRO RONNIE L HUTCHISON Check# E39312 0.50 04/13/20 PR MURTI TIMOTHY A MURPHY Check# E39328 0.50 04/14/20 PR MURTI TIMOTHY A MURPHY Check# E39328 0.50 04/15/20 PR MURTI TIMOTHY A MURPHY Check# E39328 0.50 04/16/20 PR MURTI TIMOTHY A MURPHY Check# E39328 0.50 04/17/20 PR MURTI TIMOTHY A MURPHY Check# E39328 0.50 04/13/20 PR PLUJO JONATHAN F PLUNKETT Check# E39331 0.50 04/14/20 PR PLUJO JONATHAN F PLUNKETT Check# E39331 0.50 Printed by IML as of 05/04/20 8:29AM Page 2 UnPosted? Date Tran Type Reference Johansen Mechanical, Inc. Job Cost History Report From Inception To 04/26/20 Including A/P Invoices in Progress Description Unit of Measure Additional Information Hours Quantity I Amount Job: D30660 FS 52 Phase: 00-8006-000 COVID PRECAUTIONARY MEASR Cost Type: L LABOR 04/22/20 PR VASVI VIKTOR M VASILYUK Check# E39400 0.50 04/24/20 PR VASVI VIKTOR M VASILYUK Check# E39400 0.50 04/20/20 PR WILDE DEKKER A WILCOX Check# E39403 0.50 04/22/20 PR WLDE DEKKER A WILCOX Check# E39403 0.50 04/23/20 PR VV1LDE DEKKER A WILCOX Check# E39403 0.50 04/24/20 PR VV1LDE DEKKER A WILCOX Check# E39403 0.50 Subtotal for Phase: 00-8006-000 COVID PRECAUTIONARY MEASR Cost Type: L LABOR 57.00 0.00 57.00 0.00 Printed by IML as of 05/04/20 8:29AM Page 4 Describe Job -Site Meetings Na Describe Problems with Sub -Trades Na Describe Field Information Required Na Describe Delays and Why 35% delay due to social distancing Subcontractor Work Completed Today: Plumbing rough in on level 1 General Contractor Work Completed Today: Na Equipment Received / Set / Started: Change Orders: Na Na Extra Work Performed for JMI: Na Support Work Performed for JMI: Na Communications: Na Materials / Equipment Quality Control Issues Source of QC Issue None Describe QC Issue Na 2 Describe Job -Site Meetings Na Describe Problems with Sub -Trades Na Describe Field Information Required Na Describe Delays and Why 35% delay due to CDC guidelines Subcontractor Work Completed Today: Plumbing rough in on level one General Contractor Work Completed Today: Na Equipment Received / Set / Started: Change Orders: Na Na Extra Work Performed for JMI: Na Support Work Performed for JMI: Na Communications: Na Materials / Equipment Quality Control Issues Source of QC Issue None Describe QC Issue Na 2 Describe Job -Site Meetings Na Describe Problems with Sub -Trades Na Describe Field Information Required Na Describe Delays and Why 30min per person cleaning to follow CDC guidelines Subcontractor Work Completed Today: Plumbing rough in on level one General Contractor Work Completed Today: Na Equipment Received / Set / Started: Change Orders: Na Na Extra Work Performed for JMI: Na Support Work Performed for JMI: Na Communications: Na Materials / Equipment Quality Control Issues Source of QC Issue None Describe QC Issue Na 2 Describe Job -Site Meetings Na Describe Problems with Sub -Trades Na Describe Field Information Required Na Describe Delays and Why 30 min per person cleaning to follow CDC guidelines Subcontractor Work Completed Today: Plumbing rough innnlevel 2 General Contractor Work Completed Today: Na Equipment Received / Set Change Orders: Na Na Extra Work Performed for J/N|: Na Support Work Performed f ovJwU: Na Communications: Na Materials / Equipment Quality Control Issues Source of0CIssue None Describe QCIssue Na 2 Describe Job -Site Meetings Na Describe Problems with Sub -Trades Na Describe Field Information Required Na Describe Delays and Why 30 min per person due to CDC guidelines Subcontractor Work Completed Today: Plumbing rough in on level one General Contractor Work Completed Today: Na Equipment Received / Set / Started: Change Orders: Na Na Extra Work Performed for JMI: Na Support Work Performed for JMI: Na Communications: Na Materials / Equipment Quality Control Issues Source of QC Issue None Describe QC Issue Na 2 Describe Job -Site Meetings Na Describe Problems with Sub -Trades Na Describe Field Information Required Na Describe Delays and Why 30 min per person cleaning to follow CDC guidelines Subcontractor Work Completed Today: Recline, plumbing inwall rough inone level 7 MMI, insulating plumbing lines on level 2\. 3 people General Contractor Work Completed Today: Na Equipment Received / Set Change Orders: Na Na Extra Work Performed for Jxx|: Na Support Work Performed for JM|: Na Materials / Equipment Quality Control Issues Source of QC Issue None Describe QC Issue Na 2 Describe Job -Site Meetings Na Describe Problems with Sub -Trades Na Describe Field Information Required Na Describe Delays and Why 30 min per person cleaning to follow CDC guidelines Subcontractor Work Completed Today: Redline, in wall rough in level 1 MMI, insulating plumbing lines on level 2 General Contractor Work Completed Today: Na Equipment Received / Set / Started: Change Orders: Na Na Extra Work Performed for JMI: Na Support Work Performed for JMI: Na Communications: Na Materials / Equipment Quality Control Issues Source of QC Issue None Describe QC Issue Na 2 Describe Job -Site Meetings Na Describe Problems with Sub -Trades Na Describe Field Information Required Na Describe Delays and Why 30 min per person cleaning to follow CDC guidelines Subcontractor Work Completed Today: Plumbing rough in level one General Contractor Work Completed Today: Na Equipment Received! Set / Started: Change Orders: Na Na Extra Work Performed for JMI: Na Support Work Performed for JMI: Na Communications: Na Materials / Equipment Quality Control Issues Source of QC Issue None Describe QC Issue Na 2 Describe Job -Site Meetings Na Describe Problems with Sub -Trades Na Describe Field Information Required Na Describe Delays and Why 30 min per person cleaning to follow CDC guidelines Subcontractor Work Completed Today: Plumbing rough in level one General Contractor Work Completed Today: Na Equipment Received! Set / Started: Change Orders: Na Na Extra Work Performed for JMI: Na Support Work Performed for JMI: Na Communications: Na Materials / Equipment Source of QC Issue Quality Control Issues None Describe QC Issue Na 2 Describe Job -Site Meetings Na Describe Problems with Sub -Trades Na Describe Field Information Required Na Describe Delays and Why 30 min per person cleaning to follow CDC guidelines Subcontractor Work Completed Today: Plumbing rough in on level one General Contractor Work Completed Today: Na Equipment Received / Set / Started: Change Orders: Na Na Extra Work Performed for JMI: Na Support Work Performed for JMI: Na Communications: Na Materials / Equipment Quality Control Issues Source of QC Issue None Describe QC Issue Na 2 Describe Job -Site Meetings Na Describe Problems with Sub -Trades Na Describe Field Information Required Na Describe Delays and Why 30 min per person cleaning to follow CDC guidelines Subcontractor Work Completed Today: Plumbing rough in on the first floor. Insulating plumbing lines on first floor General Contractor Work Completed Today: Na Equipment Received / Set / Started: Change Orders: Na Na Extra Work Performed for JMI: Na Support Work Performed for JMl: Na Communications: Na Materials! Equipment Quality Control Issues Source of QC Issue None Describe QC Issue Na 2 Describe Job -Site Meetings Na Describe Problems with Sub -Trades Na Describe Field Information Required Na Describe Delays and Why 30 min per person cleaning to follow CDC guidelines Subcontractor Work Completed Today: Plumbing rough in on level one. Insulating plumbing and refer lines on level one General Contractor Work Completed Today: Na Equipment Received / Set / Started: Change Orders: Na Na Extra Work Performed for JMI: Na Support Work Performed for JMI: Na Communications: Na Materials / Equipment Quality Control Issues Source of QC Issue None Describe QC Issue Na 2 Describe Job -Site Meetings Na Describe Problems with Sub -Trades Na Describe Field Information Required Na Describe Delays and Why 30 min per person cleaning to follow CDC guidelines Subcontractor Work Completed Today: Plumbing rough in on level one. Insulating plumbing on level one. General Contractor Work Completed Today: Na Equipment Recieved EF8 and DOAS Materials / Equipment Received / Set / unit Quality Control Issues Started: Change Orders: Na Extra Work Performed for JMI: Na Support Work Performed for JMI: Na Communications: Na Source of QC Issue None Describe QC Issue Na 2 Describe Job -Site Meetings Na Describe Problems with Sub -Trades Na Describe Field Information Required Na Describe Delays and Why 30 min per person cleaning to follow CDC guidelines Subcontractor Work Completed Today: Plumbing rough in on level 2 General Contractor Work Completed Today: Na Equipment Received / Set / Started: Change Orders: Na Na Extra Work Performed for JMI: Na Support Work Performed for JMI: Na Communications: Na Materials / Equipment Quality Control Issues Source of QC Issue None Describe QC Issue Na 2 Describe Job -Site Meetings Na Describe Problems with Sub -Trades Na Describe Field Information Required Na Describe Delays and Why 30 min per person cleaning to follow CDC guidelines Subcontractor Work Completed Today: Plumbing rough in on level one General Contractor Work Completed Today: Na Equipment Received / Set / Started: Change Orders: Na Na Extra Work Performed for JMI: Na Support Work Performed for JMI: Na Communications: Na Materials / Equipment Quality Control Issues Source of QC Issue None Describe QC Issue Na 2 Describe Job -Site Meetings Na Describe Problems with Sub -Trades Na Describe Field Information Required Na Describe Delays and Why 30 min per person cleaning to follow CDC guidelines Subcontractor Work Completed Today: Plumbing rough in on level one General Contractor Work Completed Today: Na Equipment Received / Set / Started: Change Orders: Na Na Extra Work Performed for JMI: Na Support ork Performed for JMI: Na Communications: Na Materials / Equipment Quality Control Issues Source of QC Issue None Describe QC Issue Na 2 Describe Job -Site Meetings Na Describe Problems with Sub -Trades Na Describe Field Information Required Na Describe Delays and Why 30 min per person cleaning to follow CDC guidelines Subcontractor Work Completed Today: Plumbing rough innnlevel one General Contractor Work Completed Today: Na Equipment Received / Set Change Orders: Na Na Extra Work Performed for JKU|: Na Support Work Performed fo,JML Na Communications:——- Na Materials / Equipment Quality Control Issues Source of QC Issue None Describe QC Issue Na 2 pese Pacific Coast Electrical Contractors, Inc. Sub Contractor Breakdown Summary Project Name: PCEC Job No.: Work Description: Tukwila Fire Station 52 19066 Revised with O&P removed - COVID-19 Labor impacts. Dailies provided. Impacts due to Social distancing and redistribution of manpower to maintain socil distancing. 1. CRAFT LABOR COSTS (includes payroll taxes & burden) a. craft labor costs from breakdown 92.98 b. craft labor costs from breakdown 127.03 c. craft labor costs from breakdown 161.09 d. craft labor costs from breakdown 104.75 e. craft labor costs from breakdown 114.36 DIRECT LABOR SUBTOTAL $ 9,205.02 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 0% (of direct labor) 5. OVERHEAD AND PROFIT a. b. 6. SUBCONTRACTORS a. b. C. d. $ COP# PCEC COR# 021.1 Date: 6/9/2020 cco# RFI# PCEC RFI# 99.00 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 $ 0% overhead & profit of 1 0% 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 $ 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 $ 92.05 $ 185.94 TOTAL COST 1 THRU 8 $ 9,205.02 277.99 9,483.00 3 Overcast 7 Snow, Sleet orHail Signature 3 Overcast 7 Snow, Sleet nrHail 4 Cloudy Part Rain Signature 3 Overcast 7 Snow, Sleet orHail 4 Cloudy Part 'Rain Signature 3 Overcast 7 Snow, Sleet or Hail 4 Cloudy Part Rain Signature 3 Overcast 7 Snow, Sleet or Hail 4 Cloudy Part Rain Signature 3 Overcast 7 Snow, Sleet or Hail 4 Cloudy Part Rain Signature 3 Overcast 7 Snow, Sleet nrHail 4 Cloudy Part Rain Signature 3 Overcast 7 Snow, Sleet orHail Signature 3 Overcast 7 Snow, Sleet nrHail 4 Cloudy Part Rain Signature 3 Overcast 7 Snow, Sleet or Hail 4 Cloudy Part Rain Signature 3 Overcast 7 Snow, Sleet or Hail 4 Cloudy Part Rain Signature 3 Overcast 7 Snow, Sleet or Hail 4 Cloudy Part Rain Signature 3 Overcast 7 Snow, Sleet or Hail 4 Cloudy Part Rain Signature 3 Overcast 7 Snow, Sleet urHail 4 Cloudy Part Rain �r�s�n Signature 3 Overcast 7 Snow, Sleet orHail 4 Cloudy Part Rain Signature 3 Overcast 7 Snow, Sleet orHail 4 Cloudy Part Rain Signature 3 Overcast 7 Snow, Sleet or Hail 4 Cloudy Part Rain Signature 3 Overcast 7 Snow, Sleet or Hail 4 Cloudy Part Rain Signature 3 Overcast 7 Snow, Sleet or Hail 1 /0 4 Cloudy Part Rain Signature 3 Overcast 7 Snow, Sleet orHail Signature 3 Overcast 7 Snow, Sleet or Hail 4 Cloudy Part Rain Signature 3 Overcast 7 Snow, Sleet orHail 4 Cloudy Part Rain Signature 18-001(v) Council Approval N/A CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 008 V DATE: 6/18/2020 PROJECT NO.: 90830405 PROJECT NAME: PSP — Fire Station 52 TO: BUDGET NO.: 305.98 CONTRACT NO.: 18-001.2 ( v ) AMENDMENT NO: 022 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 6 /1 9 /2020 Contractor By Craig Greene Title VP of Operations Original Contract FS52 (without tax) $ 16,029,260.00 V APPROVED BY THE CITY OF TUKWILA Previous Change Order FS52 $ 339,595.76 Date 6 This Change Order FS52 (without tax) $ 133,472.76 V By Mayor REV. CONTRACT AMOUNT FS52 $ 16,502,328.52 Original Contract Time FS52: 521 days (Dec 17, 2020) Additional Contract Time for this Change Order FS52: 0 days Updated Contract Time FS52: 521 days (Dec 17, 2020) 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 01/2M,9 Exhibit "A" C ANGE ORDER CITY OF TUKWILA Project Name Project # TO CONTRACTOR: - SUM ARY OF C ANGE - PUBLIC SAFETY PLAN Fire Station 52 CO # 008 , _.,...._ ,.. 90830402 Contract # 18-001.2 ( v ) Date 6/16/20 Lydig Construction 3180 139th Ave SE, Ste 110 Bellevue, WA 98005 COP/CCD # Description Reason Code Amount COP 048 CE #066 - ASI-007a Schindler Elevator Revisions. Design revisions for Schindler Elevator. DC $31,433.66 COP 087 CE #126 - RFI #283: Elec - Added Fire Alarm Devices. Added fire alarm devices per Fire Marshall permit correction letter 1 and 2. AD $16,684.01 COP 095 CE #143 - RFI #300: Arch - Galvanized Metal Substrate Paint Product. Added cost to pre -finish brick relief plates with a custom finish to match metal wall panels. DC $4,118.94 COP 098 CE #131 - ASI-016 Linear Wood Ceiling Clarifications. Revised RCPs clarify the linear wood ceiling layout and dimensions. Revised A704 clarifies ceiling edge details, recessed light fixture mounting detail, and transition details. DC $3,997.56 COP 099 CE #146 - RFI #298: Elec - Outlet in Entry Vestibule 101. Relocation of bench receptacle to south wall of vestibule in Vestibule 101 per RFI 298. DC $1,548.51 COP 102 CE #134 - ASI-015 Bench Support Clarifications. ASI-015 provides details and mounting locations for the bench supports in the Vestibule and Lobby. DC $10,589.56 COP 104 CE #152 - RFI #303.1: Elec - Fire Smoke Damper Power Clarification. Additional power connections for fire dampers per RFI 3031 120V power connections for fire dampers; 2 FACP modules as 1 per circuit is required. DC $9,143.97 COP 105 CE #153 - RFI #341: Civil/Mech - PSE Gas Conduit. Provide a natural gas sleeve for PSE gas to run their gas piping through from 65th Ave to gas meter location. AD $5,879.63 COP 106 CE #154 - RFI #152: Arch - Door Frame 102B. Revision of door frame 102B to Ez-Jamb Frame and revision to door hinges to work with revised door frame per RFI 152. DC $892.10 COP 107 CE #155 - RFI #258: Arch - Stor 125 Ceiling Height Clarification. Revision of door frame and door height for opening 125B per RFI 258. Original door 125B will be turned over as extra stock as it had already been released pior to height adjustment. DC $2,288.95 COP 108 CE #156 - ASI-007a Mechanical Revisions. Revisions to the mechanical scope of work as shown in ASI-007a. DC $8,224.24 Project Name Project # 109 Fire Station 52 CO # 008 90830402 Contract # 18-001.2 (v ) Date 6/16/20 COP CE #092 - ASI-011 Window Schedule Revisions. Revisions to the window schedule and window designs including: Door 116 and frame have been added to A411 and should be aluminum; Window type F has been changed from casement to push -out awning style amd location of horizontal mullion in window type G2 have been adjusted to accomodate Kawneer operable vent size constraints; Detail 12/A457 has been revised regarding the alignment of the interior window. DC $5,323.59 COP 115 CE #150 - RFI #280: Arch - Sectional Door High Lift Increase. Increased number of springs from the basis of design in order to meet the required number of cycles and to raise the high lift amount in the App Bay to avoid doors being within the windows on GL 3.9. Increased number of springs requires (2) ea additional HSS tubes for spring backing per door opening. DC $8,187.39 COP 117 CE #116 - RFI #203: Arch/Struct - Beam Flange Conflict with Window Notch. In order for the window on the north elevation of Capt Office 221 to be installed, the slab on grade and steel beam required notching in addition to what was shown on the slab plan for level 2 south. DC $2,169.55 COP 118 CE #089 - ASI-010 - Roof Hatch Relocation. Roof access ladder relocation per ASI-010. DC $3,891.50 COP 119 CE #090 - RFI #185: Struct/Mcch - Structural Steel Supports for RHRV. Addition of (2) W8x10 beams to support rooftop mechanical equipment that have different footprint sizes than indicated on structural and mechanical drawings. DC $3,699.91 COP 122 CE #169 - RFI #405: Arch - EOC STOR 212 and EXPLR 214 Clarifications. Addition of 1' deep plastic laminate shelves on wall mounted adjustable supports in Backup EOC Stor 121 and Explr 214 per RFI 405 response. DC $3,765.55 COP 123 CE #170 - RFI #394: Arch - Door 116 Revised Hardware. Added hardware group #10 at door #116 per RFI 394. No credit given for former hardware group as it was credited in WAH COP-07 as a part of PCO 109: CE 092 - ASI- 011 Window Schedule Revisions. DC $5,135.46 COP 125 CE #171 - ASI-009 Generator Pad Revision. Increased size of generator pad in ASI-009 has resulted in additional concrete forming and supply cost by BP- 02 Site Concrete subcontractor LaRusso. DC $1,023.10 COP 126 CE #172 - RFI #346: Arch - Fixed and Removable Bollard Footings. Redesign of fixed and removable site bollards to meet manufacturer's bollard footing design per RFI 346. DC $2,760.24 COP 127 CE #173 - RFI #392: Elcc/Mcch - 120V for Control Panels in Room 103. Addition of 120V power in riser room 103 to power three building control panels per RFI 392. DC $1,220.26 COP 128 CE #175 - RFI #356: Elec - Lighting Control Zones. Addition of lighting control zones throughout the building per RFI 356, DC $1,918.31 COP 129 CE #177 - RFI #371: Elec - Fire Alarm Device Locations. Removal of ire alarm devices in Admin 202 due to partial height wall per RFI 371. DC ($423.23) Lydig Change Order No. 008 $133,472.76 LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #048 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #048: CE #066 - ASI-007a Schindler Elevator Revisions TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 048 / 0 REQUEST RECEIVED FROM: STATUS: 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: 2/21 /2020 REFERENCE: PRIME CONTRACT None CHANGE ORDER: FIELD CHANGE: No LOCATION. ACCOUNTING Amount Based METHOD: SCHEDULE IMPACT: PAID IN FULL: No TOTAL AMOUNT: 631,433.66 POTENTIAL CHANGE ORDER TITLE: CE #066 - ASI-007a Schindler Elevator Revisions CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As. Follows) CE #066 - ASI-007a Schindler Elevator Revisions Design revisions for Schindler Elevator. 30130- Corona Field modifications to previously erected structural steel where revised elevator support steel changed location 30130 - B&B - Fabrication of revised structural steel 30130 - WAH - Revised door frame, flush wood doors, and hardware for opening 123 ATTACHMENTS: PCO 048-SP Combined Rev 1.pdf ASI-007a Schindler Elevator Revision.pdf S Cost Code Description Type Amount 1 03.-001-99- - BP-03 - Structures Subcontractor ASI-007a Subcontractor $ 29,494.96 Subtotal: $29,494.96 Fee -Self Perform Work: 16.00% Applies to Labor, Materials,Equipment Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. $ 0.00 Fee - Sub Tier Work: 4.60% Applies to Subcontractor and Purchase Agreements. $ 1,327.27 GL Insurance: 0.76% Applies to all line item types. '$ 231.17. P&P Bond: 0.76% Applies to all line item types. $ 232.90 BBO Tax: _ 0.47% Applies to all line item types. $ 147.36 Grand Total: $31,433,66. Owner Signature Date Lydig Construction, Inc. page 1 of 1 Printed On: 6/10/ 2020 10 :13 AM LV Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #048-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 #048-SP: CE #066-SP - ASI-007a - Schindler Elevator Revisions TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 048-SP / 0 Pending - In Review 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: 2/21 /2020 PRIME CONTRACT CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: No TOTAL AMOUNT: $29,494.96 None Amount Based POTENTIAL CHANGE ORDER TITLE: CE #066-SP - ASI-007a - Schindler Elevator Revisions CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #066-SF - ASI-007a - Schindler Elevator Revisions Design revisions for Schindler Elevator. 30130 - Corona - Field modifications to previously erected structural steel where revised elevator support steel changed location 30130 - B&B - Fabrication of revised structural steel 30130 - WAH -Revised door frame, flush wood doors, and hardware for opening 123 ATTACHMENTS: PCO 048-SP Combined Rev 1.pdf CE #066-SP - ASI-007a - C,19-055-2.2122020.2223.35.pdf _CE #066-SP - COP-02,pdf CE 066 - 1925-003 COR.pdf # Cost. Code. Description Type Amount 1 05--001-97- - Structural Steel Supplier B&B 1295-003 COR Purchase Agreements. $ 9,492.00 2 05--001-99- - Structural Steel Sub Corona Subcontractor $ 13,691.93 3 08--012-97- - HM Doors, Frames, & Hardware Supplier WAH COP-02 Purchase Agreements. $ 3,595.00 Subtotal: $26,778.93. 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. $ 2,142.31 GL Insurance: 0.76% Applies to all line item types. $ 216.91 P&P Bond: 0.76% Applies to all line item types. $:218.54 B&O Tax: e 0.47% Applies to all line Item types. $ 138.27 Lydig Construction, Inc. page 1 of 2 Printed On: 6/10/ 2020 10 :03 AM PCO #048-SP Grand Total: $29,494.96 Owner Signature Date Lydig Construction, Inc. page 2 of 2 Printed On: 6/10/ 2020 10 :03 AM an • e Submitted: 21/Jan/20 er B&B Fabricators 7301 197th PI NE Arlington A 98223 Please respond by: 28/Jan/20 Page 1/1 From: Brian Bergeson To: Alex Carey 1925 - Tukwila Fire Station 52 (Lydig) 15447 65th Ave S Tukwila WA 98188 Project reference: Change order no.: 003 Fabricator project: 1925 Sequences: 1A Area: Elevator Change and additional work description: ASI 007 ASI 007 reconfigured the Elevator and opening. Steel supplied is superceeded via ASI 007 Reference documents: The total cost for this change: $9,492 This change has no schedule impact • • t! Please sign below to indicate your acceptance of this change and its related cost and schedule impact, subject to the terms of our original agreement and additional terms specified above. Receipt of this signed change order represents full authorization to proceed with the above described changes. Change Order 003 Approved by: Date. Report generated by AVEVA Solutions Limited, Copyright © 2010 to current year. Printed: 09/Jun/20 12:31:52 -LrCD a Fire Station Lfl U w U Change order: 003 0 0 a CD I material cost CD e.) 0_ C 0 0 le P P .7f N 01 N 4:Pr 40 4.Pr (Ci fa al a) CD CD 0 CD 0 CD o CD U-1 Q QL - Ci AA- : N •O O' LC) L-- "Fa • o : • • _c L,J • IZ Z Z • :CD • CD o_ CD 01 • 4 a. • ‘: : C ; %1 • • • _c I •-t) CO • CD + -• CD 2 Z-• CI t CD CL 1x30 F1554-55 00" Hardware rn U1 < • Z "d- N I— 0' 3" Plate FB 3/8x3 A36 < rn e— 0 N I 0 CO < -0 0- U. 0 tla 0 0 CD CD Assembly: B2174 : 0 0 • : — 40- CD • : E To O : : -•-•••• : CD CD : CD • 0 CL : C . D • • CD 0 Lri 0 t.r) C; 01: CO CD N q 46' : : CD • • C: • Z • • • : CD CD -g : ,- (t) • tt, o_ 701- (SI C : rn 6.1 iCC C. • • CD : tx) 2 i a CD E t CD 0 10' 0" Beam 8x10 A992 r-- CO co N 0 Assembly: B2175 0 CD *.0 CD H CD C -C 01 CD CD 6 H Length Part type _c 5_ CD CD CD 2 CD E CD CL CD C., CD CD . dt- Ca ▪ -0 0 • 0 0 0 CD ef) qc 0 40. 49' _c) co N 0 CD CD • co ;1- 4 HS 3/4x1-3/4 A325 8x10 A992 U, N 0 0') co N 0 CD CD ‘C) N Ca E Total material cost CD CcC C 0 o CD CD 40 40 aJ o o o CD 0 0. 0 401. C31 ▪ : CO CD 0 To Cii ▪ : • C: LE Z Length Part type -,E (1) CD 12 CD cr) 0 N rn < : (Y) X TO • • rn CD 2 ! ▪ 71" Ci • • E t i 20' 0" Beam 1 W 8x28 A992 N rsi 0 CD. co Printed: 09/Jun/20 12 right 0 2010 to current year. CD Report generated by AVEVA Solutions Urn Change order: 003 0 U ea In 0 m E N N CO E a) H a) 0 c> cr, N co CD C) CD 0 0 In In 1.0 LO as as- 1#1. 01 : CO CN N N CO 1- a rN.i r-- To ; H: 1,1 Length Part type ro E 0_ a. Z a) Co CO (1) CO CO CO O rrC Ezz En 3/4x1-3/4 A325 C 0') In DC 01 CO CO u_ 3/8x4-1/2 A36 N CFI C \ C1.1 1-- CO 0_ rN Lfl -0 CO m CO (f) m m E Total material cost a) a- _C a) CY) Ta 0 H a. -C Qty Material E cLoa `,1" CO CO N "Sr 'Cr . . . . 1-• CO 71. t/rt _0 .0 -0 -0 0 CD 0 C> 0 0 CD CD 0 0 V) Ul Lfl C; ci as *A to" .0 .0 .0 ..0 _O -0 c> ra vp ra m q un co co -,--. a, C-,---- m 01 ‘..o ‘-- N. 1-- a_ ZZZ C 0 ea 0 CO LL U U_ tr_ 'C"D r-• 8x4x.625 A500-B (11 In 3/8x5-1/2 A36 N C 1/4x3-1/2 A36 1/2x4-1/2 A36 m m On ca 0:1 CO LL U U_ u_ 1— (.0 N 0 0 CO CO erl 1.- '71' x.- N r-- t.....) .-- 4- a_ ta. a. m rn a In C 0 U N 0 0 rs4 1/44) E UI 0 a) a) • 'C- a) a) 0 H C 0 m k0 N N co q ra tsz N co <zr, EP, 6 tP, 1— VI- VI. CO VI- V). _o O 0 -0 CD CD 0 CD 0 0 CD CD 0 0 0 0 0 CO Ul In Len In ‘.0 1.0 (.0 (.0 (.0 ci d ci as as. as as as. as- .0 -0 -0 _0 -0 _0 .010 0 In t.0 I,- In czy .1- VI LIII 00 •s- 6 N C \i (Si r \ I ra 15 H: E : i.r. a a a 0. 0 To a) E 20' 0" Column 5x5x.375 A500-B V) In m m < < r 0 DC DC 'CI- CV 3/8x4-1/2 A36 3/8x4-1/2 A36 CO CO CO CO LL 61. L- C/ 1— N 0 t01 o CD CV 1 0") a. a. CO CC! m -0 m In In N (N a - Assembly: f148 Total material cost a) o_ C _c 01 0 H _c C t ra 01 a) a) CO m LO 4:14. In 0 C71 a) a- 0' FB 3/8x5-1/2 A36 rn m cr) Printed: 09/Jui d, Copyright 0 2070 to current year. Report generated by AVEVA Solutions Limi CO rn Change order: 003 a) a) 0 cu C Cr 0 UI C). Assembly: fl 57 .):51 <T.) 0 a) CCD t 4-4 C E 3_ -0 N 03 N 09" Plate 1/4x4-1/2 A36 ea U- N Ui N co N a▪ . UI 0 UI UI N N N Total material cost aC D _C 0) .a) 0 ngth Part type Ta *r_ a) 0 00 0 C:) Ct 03 . . 1' SD _O 0 0 0 CD CD CD Lr1 • 4/3 la • ci b‘k _CI _0 -0 N CD (.51. 0 ko kr) CO CO LL U- . 0 CO 4 b b on co LL U N 'Cr la N 4- 4- CO N aD La N N U- UI N N co a. (al Total material cost LI 0 .0 CT) CT) 0 C a) 0 E t N 0 1.49 0 N t--: FB 3/8x4-1/2 A36 N -.0 0 N N cr N N 0. Cl N Total material cost a) 01 _c C 45 .to E ca.. SD 0 0 1.41 L0 C; -a 0 N N- LO Cr) N CO tr) 30 LL N La CD- N 0 N N UI N Lt ea 0. N Assembly: 1)225 Total material cost • t: $2. (a a E rn FB 3/8x5-1/2 A36 N Lt1 N a. N N La CTi Printed: 09/Jun/20 12:33:43 Report generated by AVEVA Solutions Limited, Copyright © 2010 to current year Change order: 003 to LU to co ra Total material cost Length Part type Ta 12) ra 2 L.) ra CL a) co o_ IC FB 3/8x5-1/2 A36 r r 0_ IN cri 49 C IN 4. 0. Total material cost -0 ci ci 09/Jun/20 12:33:43 0 2010 to current year. utions Limit Report generated by Al Tukwila Fire Station 52 (LYD Change order: 003 8 m ‘5" 0 -c o_ a) 0 = 7 0 .L Hours/assembly: .50 0 t) a E C) 0 0 CD 0 C) . . CD CD 0 CDCDCD . . . Z Z Z 00" Hardware _c • : Hat :Ui Lt1 U- ..'. m To i :Co i < m : r- : Co4-) 0- < -0 NUT 1 A563 a- m FB 3/8x3 A36 rJ rJ 0. 9 co m ,•••-• Ui 0 I 0 0- co 0 0 I C Length Part type Ca C 0 0 0 in -SD CO CD a4 Z o_ 0' 1-3/4" Hardware 3/4x1-3/4 A325 10' 0" Beam 1 W 8x10 A992 Co Jo co N co 0 ala 1". 0 >, 0 E 0 Lc" La E In 0 E La : 0 • CD. It) O : 0- • • • ▪ 0 CD CO : C 1.11 0.: i O 7: • : • • • • : • : CO C) - : ( CD • • • • • • • • • -C : t.t) E Z • • • • a) ! (3 .'for • : c : m b • • • • m *Cr m 'IC CO a) : ro • E t • : a-: 10' 0" Beam rJ cs) co N co 0 Co N a E E Assembly: £12176 CD CD :,Q IC o : t • • • L c) ,._ • o : • • • • -c C) C Length Part type ...0 _0 Co f•! • 10 3/4x1-3/4 A325 20' 0" Beam 1 W 8x28 A992 — 00 CO N •k•-• 10 Printed: 09/Jun/20 12: ht 2010 to current year. Change order: 003 Change Order Est E I E ea a) co N N 0 -C tt's r7) -C LI Length Part type CD 0 CD co N.) co 0 0 0 0 m C:) • -0 -0 -0 CO N N N 03 N C i Z a_ Z a) 2 CO rn 0 53-3/8" Beam VC U- VD 0 m • N cr, < • x co mx co m 2 2 Z".• Cf 0L Y-- • N N co 0.- 0 N cri co 0 Lart 0 E as E enibly: C1026 -C ra a_ t 0 4.01 a LE 0. ••• a) a) •c a) 2 CY 0 0 Ct. 0 0 N Ln CD. CD. CD. CD. 0 co 0 0 0 in to 0 0 ca N -0 -0 -0 -0 0 N (.0 N m Lo. co. co. 0) _c- m oi N a_ ZZZ 8x4x.625 A500-B 3/8x5-1/2 A36 1/4x3-1/2 A36 1/2x4-1/2 A36 (.0m (JD X 'CYm V) V) CO CO CO Co LL U U- Lt- (.0 N 0 0 C° ro m ,- n` •,-. N N 0.0- C:L m rn 0 m U") N 1C2 a _C 3..; ra 0 0_ 0 ."- v.) ..0 L_ ›L. 7 0 .0 E o trt N N E U N cs N ot CL CT1 Qty Material E a_ 000000 CD0C:)CD C) CD . . . 0 00 0 00 . . 0 0 0. 0. . ca 0 -0 -0 -0 -0 _0 0 0 V) LO C) V1 VI CO a. a a CL CL 20' 0" Column HSS 5x5x.375 A500-B 0 CD N rot .0 (-0 tY) < < 'qr X • X X :1* N CO n▪ e) 3/8x4-1/2 A36 CO CO Co CO LL LL LL U- tS) 9- `CY Cri N e-- 0- CI. e-- 0. m LI1 N Lfl E ad 0. co E 0 -C t 0 0. t C co. 0 a) FB 3/8x5-1/2 A36 Printed: 09/Jun/20 12:34'29 Report generated by AVEVA Solutions Limited, Copyright 0 2010 to current year. Change order: 003 aterial & Labor 0 a) 1.1 Assembly: f157 _c "FA Length Part type 1/4x4-1/2 A36 0 0 -((t. Hours/assembly: 4.00 9, 0 Assembly: bil2225 "5 0 t o_ -J 0 E to co co ci ppp co 0 0 ppp _o co r.1 -cr PCl co La Lri 0_ CL CO ▪ • CC▪ I U- U_ • Lb m m < < Ul Lfl X X 00 CO LL U- N N •%— •%- 4- 4- 0 (D. r.i E 0 I 0 E 0 C a) 0 to C 0 0 a) a. • • • • • Lb rr: : < CNI Ir- . Ta m a.) : to • Z's r`i 0 i • • • • • • • • E co t m : 0. 0 0 0 0 4 Le, 0 t 0_ a) Z.• E t o_ ) 0 FB 3/8x4-1/2 A36 Lb CL 0 (D. — ('I Ci In 7 0 -C 0_ +, -C 0 Length Part type E co a. Co (D. -0 t.0 CTi rn 1' 4-3/4" Plate FB 3/8x5-1/2 A36 \ 0 (D. Printed: 09/Jun/20 12:34:29 Report generated by AVEVA Solutions Limited, Copyright 0 2070 to current year. CT to to 0_ Change order: 003 Hours/assembly: .25 to to E to LI) ci to t to 0 ‘a. I -C CU ca Q. 0 co o z to 0_ co a a. r- C 0 to to to 2 .3" CY to E t to a. FB 3/8x5-1/2 A36 tN CL -0 CO Oi in Ut sa to to to a. rn 0. aa E • : O : t to .tn C 0 C ea m to 0. .3`• a) ti ro CL CL C3▪ 1 C b to -J • m < 0.1 to to • X To cO : LL CY ; E • m to • 0. ci rJ CO m 0 Lel M 0 00 N 0,41 Part hours: co oa to to Assembly hours: in m Total hours: Printed. 09/Jun/20 12:34:29 Summary by Cost ate c 0 w J" Lf1 m 01 0 e— 0 v cc 0 c O OOOO O O O 0 O O O 0 O 0 0 44 44 44 44 44 44 44 44 v co N O N •O r- 'Cr O N +'A+ lO P O O O O m O Lrl CD E. co m co c1' OD N ... N N t,4t yam},.. ▪ 4, VS4, 4, LU m m !Z m 2 Shipping weight O CO N N O N O ▪ O 00 L�r1 lfl N t• O O O O O O 61 n 0) 44 !V Ct co 44 44 0) LO m CO 'Cr.. CO N "Cr [V N 4::•=)' • ti4 Ol 44 44 44 44 O 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 O O CS O O O O O O. O O 0 0 0 O O O 0 0 CD CD CD O O O 0CD O O O O O O O O O O O O: O O OOO 0O O O O O O O O O O O CD CS CD CS CD 0 O. 0 O Lc; : Ln Ln 1n Lf7 Ln O O O N N O O O .O O N 0 0 Lri 0 -- 0 0 0 to co 4.,,4 rn O Lo afr 44 O r- N LO N N 49 - • 'b4 44 44 44 9 JD -0 .0 co • O co O O O. O co O 0 0 0 0 0 0 0 0 c m CO VI Assembly labor 0 co d t LL m Insurance 5% N co N 4 C- O Lr1 co m Report generated by CORONA' STEER.. INC R.1,n; "ci titc,het larek L'Ice '331 3015 106th Street South, Lakewood, WA 98499-6701 US Tacoma: 253-682-0207 Seattle: 253.874.4766 Fax: 253-874-9824 www.coronasteel.com Change Order Request 19-055 — Fire Station 52 COR Subject: Cost associated with installation of ASI 07 steel. To Alex Carey Lydig Construction 3180 139th Ave SE Ste 110 Bellevue Bellevue, WA 98005 4258853314 Return To Christian Nicholson Corona Steel, Inc. 3015 106th Street South Lakewood, WA 98499 253-682-0207 253-874-9824 (FAX) 253-241-6328 christiann@coronasteel.com COR Number: 19-055-2 COR Revision Number: 0 COR Date: 2/12/2020 Price / Do Not Work Type: Proceed 4640, 7687, 7671, WAF No: 7672 Days Valid: 5 Details Description Cost I Rate Qty I Hrs Workers Ext Journeyman $84.58 89.00 Hrs 1.00 $7,527.62 45boom lift $56.68 37.00 - $2,097.16 Welding machine $29.62 21.00 - $622.02 Wire feeder $27.55 21.00 - $578.55 Grinder $10.33 21.00 - $216.93 Oxy/Ace Torch $32.57 29.00 - $944.53 Service Truck $23.04 13.00 - $299.52 45 ton Crane $285.00 8.00 - $2,280.00 Breakout Labor: $7,527.62 Overhead & Profit @ 15%: $1,129.14 Equipment : $7,038.71 Overhead & Profit @ 15%: $1,055.81 Total: $16J51.28 Reservation of Rights This COR does not include any amount for impacts such as interference, disruptions, rescheduling, changes in the sequence of work, delays and/or associated acceleration. We expressly reserve the right tosubmit our request for any ofthese items, Signed By: Dated: 2/12/2020 C C OR ON STEEL. INC ifisio, III Una. - Si511 nc. CORONA STEEL, INC. EXTRA WORK AUTHORIZATION FORM CONTRACTOR NAME: L.--V r."), CSI JOB NAME: IF\ p_.----sre.—c-Arpki 4640 CONTRACTOR RFI / REF. NO: CSI JOB NO: vi 055DATE: L-2...0 '2Z) The purpose of this extra work authorization Is to document that Corona has been required to perform work that it considers to be extra and outside the scope of our subcontract and the hours and the tools and equipment utilized to perform the extra work. If you to agree the work is extra and that it is authorized and that the hours and tools and equipment set forth below are correct you are asked to execute the form in the appropriate space below indicating your agreement and acknowledgement. In the event you disagree you are asked to execute the form in the appropriate space below noting your disagreement but acknowledging Corona worked the hours and utilized the tools and equipment Identified. In the event you disagree or refuse to execute, then this is written notice that Corona considers the work described to be outside the scope of our subcontract and is information provided to you as a daily record of the hours worked and the tools and equipment utilized. General Description of the extra work and the reason why the extra work is required/circumstances that caused extra work: -N5,001 AA OV Pc-Nj _ c_A4-4set•,1 \f‘i 0 (5 INA _.- "1-4\--13 EMPLOYEE NAME ST OT PT HOURS EMPLOYEE NAME ST OT PT HOURS f‘A. V:—"Ps•kk - 7 2 F-RNG.f\-1— e .- 3 9 4 10 11 6 12 QTY HOURS / EA Tools and Equipment utilized c w t c 4) w .t QTY C • URS EA CRANE slzE TON MAGNETIC DRILL 0 - ie 'ma Fmcu.CGi 0 FORKLIFT SIZE: w/FUEL GRINDER w/ WHEELS - • r _302 c.) -- ns E TR i.g FUEL—.,-, .... BOOM LIFT SIZE: UEL TORCH SET UP w/ FUEL 1. - 0 • _ 'op 1D ft. aNDIA R / al O SCISSOR LIFT SIZE: w/ FUEL ROTO-HAMMER w/ Vacuum . ., ..., RJDWD WELDING MACHINE w/ FUEL 1 g6 DEMOSAW w/ BLADES / FUEL : 0 zco . WIRE FEEDER w/ WELD WIRE S WINCH (GOLO OR MY-TY) Q. .t.,. cr .... T1 .... 03.- Corona Steel, inc. SIGNED: C ONA STEEL, INC. Contractor I acknowledge the work is extra work and that the time and equipment hours ide-I 01 SIGNED: CONTRACTOR Print Name Print Name I disagree the work is extra work but acknowledge time and equipment hours id SIGNED; CONTRACTOR Print Name 1.-; (13 !I)CD " c • 92 9 g) e a rew Ggit3 ID Eng C 2 49 3015 106th Street South, Lakewood, WA 98499 Phone 253-682-0207 Fax: 253-87A-91324 WFIITE: OFFICE COPY CANARY:10e FILE PINK: FOREMAN'S LOG GOLDENROD: CONTRACTOR CORONA STCEL Inc Racial To Ilp rIvni So. IV 7687 CORONA STEEL, INC. EXTRA WORK AUTHORIZATION FORM CONTRACTOR NAME: [ ,[ b CONTRACTOR RFI / REF. NO: CSI JOB NAME: r1,ti o Z CSI JOB NO:3„41O59—DATE: t J Z o l2b z_o The purpose of this extra work authorization is to document that Corona has been required to perform work that it considers to be extra and outside the scope of our subcontract and the hours and the tools and equipment utilized to perform the extra work. if you to agree the work Is extra and that it is authorized and that the hours and tools and equipment set forth below are correct you are asked to execute the form In the appropriate space below indicating your agreement and acknowledgement. In the event you disagree you are asked to execute the form in the appropriate space below noting your disagreement but acknowledging Corona worked the hours and utilized the tools and equipment identified. In the event you disagree or refuse to execute, then this is written notice that Corona considers the work described to be outside the scope of our subcontract and is information provided to you as a daily record of the hours worked and the tools and equipment utilized. General DDescriptibon of the the extra work and the reason ywhy the extra work is required/circumstances that caused (extra work: - i ' Vs.A, 106,P4S EMPLOYEE NAME ST OT PT HOURS EMPLOYEE NAME OT PT HOURS 1T IAj . J 7 2 p v--'r,-Y-^r'. - 3 9 4 10 S 11 6 12 TY HOURS/ EA Tools and Equipment utilized RTY FIOU$�' C G1 .t m i+ vi d 4r>f f Tias EA CRANE SIZE: TON MAGNETIC DRILL CHAT LLLL-S; j . FORKLIFT SIZE: w/FUEL GRINDER w/ WHEELS 1. LF$V,t I g •L a . — rT BOOM UFi SIZE: Sw/FUEL 1 S TORCH SET UP w/FUEL I tli ` -ill: sFl�§L O SCISSOR LIFT SIZE: w/ FUEL ROTO-HAMMER w/ Vacuum C+ STaDZEIEER� aWr. rri WELDING MACHINE w/ FUEL 1 DEMO SAW w/ BLADES / FUEL , ID EiN! y0cG • •a WIRE FEEDER w/ WELD WIRE 1 WINCH (GOLOOR MY-TY) J .CCD 0 t1 .�. N V Q Corona Steel, Inc SIGNED: CORONA Contractor I acknowledge the work Is extra work and that the time and equipment hours ide / tSiE -INC. SIGNED: CONTRACTOR Print Name I disagree the work is extra work but acknowledge time and equipment hours ider SIGNED: CONTRACTOR WHITE: OFFICE COPY Print Name 3015106th Street South, Lakewood, WA 98499 Phone 253.682tud CANARY: JOB FILE PINK: FOREMAN'S LOG GOLDENROD: CONTRACTOR 7671 c0a Belly Fa 6pIrri.nla --51a1193( CORONA STEEL, INC. EXTRA WORK AUTHORIZATION FORM CONTRACTOR NAME: tjl L.. CONTRACTOR RFl / REF. NO: CSI JOB NAME: ri" ''- n1 _Z CSI JOB NO:11O5r DATE: 1 051 5' l 7-2) 21) The purpose of this extra work authorization is to document that Corona has been required to perform work that it considers to be extra and outside the scope of our subcontract and the hours and the tools and equipment utilized to perform the extra work. If you to agree the work is extra and that it is authorized and that the hours and tools and equipment set forth below are correct you are asked to execute the form in the appropriate space below indicating your agreement and acknowledgement. In the event you disagree you are asked to execute the form in the appropriate space below noting your disagreement but acknowledging Corona worked the hours and utilized the tools and: equipment identified. In the event you disagree or refuse to execute, then this Is written notice that Corona considers the work described to be outside the scope of our subcontract and is information provided to you as a daily record of the hours worked and the tools and equipment utilized. General Description of the extra work and the reason why the extra work is required/circumstances that caused extra work: f's5 j 'On-1 r_.A- r- F t fmLiv— t pt-n r2- ' - I .+rG v ►� EMPLOYEE NAME OT PT HOURS EMPLOYEE NAME ST OT HOURS 7 a 4 10 6 HOURS EA Tools and Equipment utilized QTY OI sFB1 C w 0l H02JRS/EA CRANE SIZE:. TON MAGNETIC DRILL tj t" IItFALL S a) R FORKLIFT SIZE:.. w/FUEL GRINDER w/WHEELS 1 M•' ,,ss)VIQ1TRUL�K air _ BOOM UF7SRE: w/FUEL ' TORCH SETUP w/ FUEL t ` a + Ul CG68)ERATUiEa C w w •- to FeL SCISSOR LJFTSIZE: w/FUEL. ROTO•HAMMER w/ Vacuum _Zo,uJwazwO V, STDEIMEit EA WELDING MACHINE: w/ FUEL I 1 DEMO SAW w/ BLADES/FUEL c C)wIM. t Q WIRE FEEDER w/WELD WIRE WINCH(GOLO OR MY-TY) C) ea ET +n A Corona Steel, Inc. SIGNED: CORONA STEEL, INC. Contractor I acknowledge the work is extra work and that the time and equipment hours ide SIGNED: / CONTRACTOR Print Name C LJ ID D.. co if) CD 0, oc�p } O N tl ieq aq ffb rated V a t7f Ill .0 0 -47 .D N r) 4 I disagree the work is extra work but acknowledge time and equipment hours ide SIGNED: CONTRACTOR WHITE: OFFICE COPY PrintName 3015106th Street South, Lakewood, WA 98499 Phone 253-682.0207 CANARY: JOR FILE PINK: FOREMAN'S LOG ax:253-874-9824 GOLDENROD: CONTRACTOR GClttitNA* 8 T. E. E L' 114C 1n1.6;T.W.tlgvW.� Elan NW CORONA STEEL, INC. EXTRA WORK AUTHORIZATION FORM CONTRACTOR NAME: �\ (e, CSI JOB NAME: '1 r r O'V y12� 7672 CONTRACTOR RFI / REF. NO; CSI JOB NO:19O55DATE: flP 11 j2-02.0 The purpose of this extra work authorization is to document that Corona has been required to perform work that It considers to be extra and outside the scope of our subcontract and the hours and the tools and equipment utilized to perform the extra work. If you to agree the work is extra and that it is authorized and that the hours and tools and equipment set forth below are correct you are asked to execute the form in the appropriate space below Indicating your agreement and acknowledgement. In the event you disagree you are asked to execute the form In the appropriate space below noting your disagreement but acknowledging Corona worked the hours and utilized the tools and equipment identified. In the event you disagree or refuse to execute, then this is written notice that Corona considers the work described to be outside the scope of our subcontract and is information provided to you as a daily record of the hours worked and the tools and equipment utilized. General Description of the extra work and the reason why the extra work is required/circumstances that caused extra work: F -Sk0O 1 \ ) Sty r r.4 <T G'PUS pct.) t {cev+- c o►,vw. N,s' l i►`t� G?T Ptvr' rue-v.,/ inn 5 . wz.sr Pl zc S r % y, & ‘ CA'r E c .1-71 FlN\ CIJ4 c---P-- Pc-NS WO 12-le--- >u P �c- EMPLOYEE NAME ST OT PT HOURS EMPLOYEE NAME ST OT PT HOURS 7 z 3 4 5 6 P'clyl0 1r Sks I- Cof'n2-r<le20— Fatr- VIJo' TY 9 HOURS / EA 10 11 Tools and Equipment utilized QTY HDtS AQ c.: d .t'rU U N. Q�%' I HURS/EA CRANE SIZE: TONI4i5 MAGNETIC DRILL C 3 A WI ALCM a, drF0) 3 c0 E FORKLIFT SIZE: _w/FUEL GRINDER w/ WHEELS il,2, 0 {tp VLRETRU I;•WpF �v cr LIFT SIZE: w/ FUEL .. Q 2) TORCH SET UP w/FUEL GS a 3Y u ERA'iQR Lw 11.BOOM SCI550R. LIFT SIZE: w/FUEL ROTO-HAMMERw/Vacuum N.. SFE�DE� CD ct.�-" CD WELDING MACHINE w/FUEL. DEMO SAW w/ BLADES/ FUEL. CD � ) .5 ilr (7H St 0 co 0 2 .r 0 : ( ` WIRE FEEDER w/ WELD. WIRE WINCH (GOLO OR MY-TY) : «7 4i ..J Q F ... L U7 U) C CT c IER! 0. QA Z` _ Corona Steel, Inc. SIGNED: Contractor I acknowledge SIGNED: CONTRACTOR disagree the work is extra work but acknowledge time I SIGNED: CONTRACTOR Print Name 3015106th Street South, Lakewood, WA 99499 WHITE:OFFICE COPY CANARY: JOB FILE Phone 253.682-0307 kax:hi 874-9624 PINK: FOREMAN'S LOG GOLDENROD CONTRACTOR �" `>, P. v ,„ t. C tD ti tt co / w vD�t?-1 (� r to '6 " CORONA STEEL INC. Print Name 'r 43 p y tU ` t 0 V 43 iiiY d E O Nfiizgoo .0 „,Cr the work Is extra work and that the tnrz ime and equipment hours Ideutl e E °dc rats -0 m Print Name s `p d N and equipment hours Ede® a. WASHINGTON ARCHITECTURAL HARDWARE A KENDELL COMPANY PROJECT Attn: Alex Carey Lydig QUOTATION Date: JOB: Quoted by: 01/22/2020 19-10671 Amy Constantineau Tukwila Fire Station 52 Change Proposal #02 Hollow Metal - Section 08110 - Lump Sum ASI-007 $545 Includes: -1 ea 3'6" x 7'0" x 6" CM 16g 3F HM Frame 1 ea 7'0" x 7'0" x 8-3/8" CM 16g 3F 45 minute HM Frame Installation 4-6 weeks after approval. Excludes: Delivery: Finish Hardware - Section 08710 - Lump Sum Includes: 3 ea 5BB1HW 5x 4.5" 652 NRP Hinges 1 ea FB458 US26D (top only) Flush Bolt 1 ea 8400 10" x 40" 630 Kick Plate -1 ea 188S-BK 42" x 84" Gasketing 1 ea 188S-BK 84" x 84" Gasketing 1 ea 355CS 84" Astragal Installation 7-9 weeks after approval. Excludes: Delivery: Wood Doors — Includes: Excludes: Delivery: $195 Section 08114 - Lump Sum $2,855 -1 ea 3'6" x 7'0" x 1-3/4" LD3500 Wood Door 2 ea 3'6" x 7'0" x 1-3/4" LD4500 45 minute Wood Doors Installation 10-12 weeks after approval. NOTE: This material HAS NOT been incorporated into the project. We will proceed once written authorization is received. I/We agree to purchase the items as described above. By: Date: Written authorization to proceed is required before any action can be taken on this order. Prices guaranteed for 30 days from date of quotation. Unless otherwise noted, prices are FOB point of origin, freight prepaid to jobsite, and excludes sales tax. Modified or special order items are not returnable. All returns require preauthorization. TERMS: NET 30 days/No Retention Tel 253.471.9150 Fax 253.471.9171 4409 South Orchard St. Tacoma, WA 98466 www.wah-usa.com WAH109/1/18 ARCHITECTS -F URBAN DESIGNERS ARCHITECT'S SUPPLEMENTAL INSTRUCTIONS ASI -007a Project Name: Tukwila Fire Station 52 Project No. 17012 Contractor: Lydig Construction Issued by: Lauren Rock Issue Date: 12/20/19 Copies to: Lydig, SOJ Attachments: S201 S, S202S, S203S, S302, A101.1 S, A101 S, A504, A911, M003, M501 S, M502S, M6015, Spec section 08 71 00 ❑ 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 ASI-007a represents changes to the Contract Documents to switch from the BOD Kone elevator, to the accepted-VE option of a Schindler elevator. Revisions include structural steel sizes and locations, steel connection plates, elevator control closet door size and hardware, sump pit location, and ventilation, in order to meet Schindler's requirements. ASI-007b will follow: It will represent Electrical revisions, including changes to light fixture and outlet locations in order to meet Schindler's requirements. 5113,10153a wenn + SID31111,VV n+VNI3ISNI3N1 4- ol h 3 2 SVINDISM .94().1.51..11.44/ n+vm3ISNI3AA JD- P. !fit ..g i s PP fi iigi i i i iA 1.11 14. i Al 4 4 4 , i 12 ,I al s aso, 111 ' 611r. ,105.111.!! iimom LEEinnia • • I g2 L CD 0 -8 sx3N.3a xn —3—"v n +v NI R IS N I M ... E I it 6 a j "5 .3 I i•I Jo e CC 1.. 111; ail an: 114 4 sa a J ........ 2 5�3HAISld HYHS+sn341H)W fl+yNI]ISNI3M Iu $ 11 o 0111111111111111111111111 1. �.]I gg k momilinie i IIIi hIIII IIIiiini F.:A I BmI�® l s� -am s e s a a p e ���iommo.�lll I�■■III��I$ ��� s 1111 Unl A1�1 ®illii� o = 1I 11111 E nommomo E ' E EEE Tivimul MEM 1 11:: A �9e eeeeefeeeemo ' ue eeee e_ t y y . �����NEMI� - II M 111111 111 �1111111§: I a �y b: *�4 „.4 1 44:° A�44 w:44444.444 4 4 bptib..ti HUll It o..=a- ru�ae a oe.. .. � aua aeor -gammi�ino sere it®RSA 1r. RA CC.d Filid �o $ Ia9HSz Pi 4 a6 ke 4 9A] EE Y. a 3x��3a xraen.�3LH �v fl+y N 131S N 13 M ft ' o e3r,'r"°r,.a.n+su„'""v fl+tlNI3ISNI3M i 1.1 �t� "�v•u $ yl. j r r w 1 n t� c p _ ot 45/ i52u �g4 ie> 2 10.4 , i ff- rn� w t vz•a:. St �t `e r s r hsis SAY r sAzw. IN. tt•tu— tl -rt 5in� 5 V I e .Lx tt. 3gg 8 rzLx srerre� - ® I - tia t i Stl3H'l1534 NVUfl*TU311HS1tl fl+V NI31SN I3AA 2 CA C ft w 2 M U, ds a y "s om Yjg a QN. G�61 IIIIIIIIIIIIIIIII _i_. gd = a 8, 1 a 3 II;c i m ®•11111111111111111P4 ,Z. 1. 44 M N M o cPs t ^. axvimic A - fix.IIIIIIIIIIM .R K Sae, 1 N ® MEMO!111 e ai 7 n+v N13 IS NI 3 Illi itta I 1 . I iti k I li g : . f Ui 3, I / . II sin ;;;;giE /1 1/ 2! M 11; , 2 2 i2 ,A 5 g; 82 eRs .1 41 40 411 Pgi 0.t. qi RgIg ilil ,N44 g.i 2522' 2 2222..3' 252' 3. '.5'"5 P1,1'3,2'2522 522 ? 2 2:1 4 01 s ,mig i gne;--II i v z; .33 2EE aggi 20 VRF INDOOR UNIT SCHEDULE I 5 alas 11111111111111i141110 /2 5 Ilgigg gg g .". fli _ • . ..!', Ii11111,11,1, ill114111,, aa aaaa EE E BID ALTERNATE IF VENTILATOR SCHEDULE .104.111ATOR 16D. OPERATED DAM/t INTERLOIXICO TO ASYMATE0 ouri [OrRA11.1. sa9 I 0 ,, t i i, 5 Pi ,Il 6 .., gg i .. 4J, 52 ii II g ggg .. . 1.351 gggg li i II gg 11 " si 2 0 I NATURAL GAS FIRE( tr. b .s IF I F FM IF A - gg ,I I 2 12 II ;;;; ,1 I . i MN; - Ili Yi iiii II BID ALTERNATE HEAT RECOVERY VENTILATOR SCHEDU 32 3 II! 81 ih BID ALTERNATE a 111 1'1 gy/F gag P i3 2E I , 4 ao vg 2r. g PI g ;It 40 ;q IP ie 1 M8 g f4. IP aa i' '' 1111111 b 01 05 Al 0; 144 ' III '' •15 4 ; i '-'111a‘iii6 ::Ill - .5 N 20 5 -. 5 P ' t, GAS UNIT HEATER SCHEDULE 1-g'lig!-Ig gg II g; a EXHAUST FAN SCHEDL cew I Kt. I = SVCS I WATISriti,,.4:1 „ _ , _ _ , _ _ .I II I : : ,-. . . , . a . .Ill . gS . . I I I I I I, g a _ I l a 111 kEl iB - il 3' . .I i ' .- I I ; , . b . 231 § 8 z 55 IE. 1-5 111 II III _ _ _ J 6 F 5' I I It ig 5 C I mftssotwea.ttatuat^undie.nym.....s raw -.Hsi. wiopyr. SI a n+VN e1SN e M ISRMO SO 11.1.1 PAWS Tukwila Fire Station 52 w_111712. Ana o.aw e.maq wq § <:. / Pala &12/301) SMie LEVEL 19011111 51.1 M501S taa mir+msi"+ean+suux"v n+V NI315NI3M e_'13.$. d I1 gall l. d�i... ,. iil N 4MiY4iU69.i1..4tatut m+etWa.mni.Vfent.t wni,AWNY 513NJI53Q Nvann 1J3LHJYtl n+' N 131 S N 13 M. n t tl 6i... �_ py ! xe 11 ill! Gp so{yayy 'dill r.li I: £ SC ill O 0.11114. Kant. 087100 TUKVVLAFIRE STATION 52 FINISH HARDWARE WEINSTEIN A+U PART 1 - GENERAL 1.1 GENERAL A. This Section Includes: 1. Complete finish hardware for the project in accordance with drewinga, specifications and schedules 2. Automatic Operotors, if specified herein. 3. Quantities listed herein are for convenience only and are not guaranteed. Items not specifically mentioned but requiredtocomplete the work and meet all current building codes, matching quality and finish of the items specified. 4. Wiring diagrams for electric hardware furnished under this section. 5. Coordination with other trades as required, supplying a complete and functional system. 0. Furnishing 'items of'proper design for use ondoors and frames ofthe size, thickness, profi|e, svvin0, security and similar requirements indicated for proper installation and function. 1.2 RELATED SECTIONS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division U1Specification sections, apply tothiaaooUnn. B. Section OS2U23-Interior Finish Carpentry C. Section 08 11 13 ' Hollow K4ebs| Ooona& Fremgo, O. Section OO141O'Flush Wood Doors E. Section Q83U13'Sectional Doors F. Section O841 13'Aluminum Framed Entrances and Storefronts G. Division 26- Electrical H. Section 28 13 01 — Security Access System CONSTRUCTION SET A8-OO7 087100-1 SEPTEMBER12'201B 12/20/18 087100 TUKNLAFIRE STATION 52 FINISH HARDWARE WEINSTEIN A+U 1.3 SUBMITTALS A. Make SUbnlK±a|o in accordance with Division 01 "Administrative Requiremont ^ as required bYindividual articles herein. B. Product Data: Submit manufacturer's data for each item ofdoor hardware C. Hardware Schedule: Submit detailed Finish Hardware Schedule. 1. The submitted Finish Hardware Schedule shall indicate the complete designation of every item required for each door opening. 2. Furnish cover sheet listing title of project asshown onthe Contract Documents including n8me, eddress, phone and fax numbers of Owner, Architect, Contractor, Supplier, and date ofsubmittal. 3. List each opening individually under separate headings in the same order as the door schedule. Do not group like or similar doors under e single heading. Do not continue headings onseparate pages. 4' At each heading, indicate the door |noatinn, hand, degree of swing, door oize, type, fire rating, and door and frame material. 5. List the hardware manufacturer alongside cf each hardware item. G. Include 8nindex indicating door, heading, and page numbers. 7. Include across reference for all abbreviations nrsymbols. 8. Schedules incoded orhorizontal format are not acceptable. 8. Submittals not conforming tothese requirements will be returned without review, for re - submittal. 10. Hardware schedules will not be reviewed bythe Architect until they have been reviewed and approved bythe General Contractor. 11. The following ioonexample ofthe required format: 1 8Al Ooor#104 Reception 100 to Office 104 LH QQ" 3070 1% VVOX HMF TYPE-C28M|N HN-2 3Eo. Hinge 5BB141/2x41/2652NRP Ives 1Ea. Locksc$ L9056R07A630 Sohlaoa 1Ea. Closer 4011F{EE;AL LCN 1 Ea. Kick Plate 8400 8-C8 10''x34"030 Ives 1 Ea. Wall Stop VVS407CVX Ives 3Eo. Silencer 8R84 Ives D. Keying schedule: Upon Completion ofthe Key Meeting, submit akey schedule indicating the complete project key system for approval. E. Wiring Diagrams and Risers: 1. Submit electronic hardware system riser and terminal -to -terminal wiring diagrams for each Electronic Hardware opp||oadon, cross-referenced to the Finish Hardware Schedule. 2. Include voltage, wire quantity and gauge requirements. F. Operations and Maintenance Data: 1. Submit operations and maintenance manuals in accordance with Division 1, Close -Out Procedures. 2. Manuals shall contain on "As Built" updated Finish Hardware 8chedu|e, product data, CONSTRUCTION SET AS|-UO7 087100'2 8EPTEMBER12.2019 12/20/19 087100 TUKVVLAFIRE STATION 52 FINISH HARDWARE WEINSTEIN A+U Key Schedule, Installation Instructions, Wiring Diagrams, Parts Manuals @Warrantees. 1.4 QUALITY ASSURANCE A. Suppliers: 1. A recognized Door Hardware supplier, who has been furnishing hardware in the same area outhe projectfor mperiod ofnot less than five (5) years, aha||suooydnorHardvvona. 2. Factory diract, authorized' and stocking distributor of the Exit Devices, Lonksets and Door Closers. 3. Supplier must employ a seasoned project manager to run this job, with the following qualifications: ~ Minimum 1Uyears ofdocumented experience. ~ Have o full understanding of complex master key systems and electronic hardware applications. ~ Available tomeet atthe joboitewithin 24hours' notice. ~ Out -of -State project managers are not acceptable. 4. Employ an Architectural Hardware Consultant (AHC), certified by the Door and Hardware Institute. B. Approved Suppliers Who Meet the Supplier Requirements: 1. Builders Hardware &Supply Co Inc.(Seattle) 2. Contract Hardware, Inc. (Woodinville) 3. Evergreen Construction Specialties (Auburn) 4. Washington Architectural Hardware (Tacoma) C. Source: Obtain each kind of Hardware (Butts, Locksets.Exit Devices, Door Closers, etc.) from only one manufacturer. ' O. Installer: Door Hardware shall beinstalled only bv experiencedtradesmen incompliance with trade union jurisdictions, either at the door and frame fabrication plant or at the project site. E. Pre+|nnto|otionConfen*nne Provide for Lockoet.Exit Device, and Door Closer Manufacturer's local Factory representative hoconsult and instruct the installers inpreparation and installation requirements. Include substantial completion inspection and written acceptance of installation. Include two (2)separate visits, up to eight hours each. F. Templates: Furnish hardware templates 'for each fabricator ofdoors, frames and other work tn be factory prepared for the installation ofhardware. Upon nequeat, check the shop drawings of such other work to confirm that provisions will be made for the proper installation of handvvena. G. Regulatory 1. Comply with applicable local and state current building codes. 2. Hardware for fire -rated openings shall also comply vvithfinabui|di d applicable t the district in which the building is located. Provide only hardware which has been tested and listed by "UL" for the types and sizes of doors required, and which complies with the requirements of the door labels. Provide Door Closers, Automatic self -latching bolts, oomndinehxro, gankaUnO, and astragals ifrequired to conform to |obo/ requirements. 3. Comply with the requirements ofADA\Gand |C{}64NS|A117.1 —Accessible and Usable Building and Facilities. CONSTRUCTION SET A8|-007 087100-3 0871 OU TUKVy|LA.FIRE STATION G2 FINISH HARDWARE VVBNGTE|NA+U H. Post- Installation Inspection: 1. Submit written notification of completion of installation. The Owner's Hardware Consultant shall inspect the Door Hardware. AyVdtten report ofconditions, requiring corrective measures will bo providedboth contractor. 2. Corrective measures will b8inspected bythe Owner's Hardware Consultant upon written notification ofcompletion bythe contractor. 3. Hardware distributor may be required to meet otthe jobaita to review any deficiencies found by the consultant. Allow for two (2) separate visits, up to eight hours each. 1.5 PRODUCT HANDLING AND STORAGE A.Packaging: Tag each item or packagewith identification relating hnthe final approved hardware schedule. Complete installation instructions shall be included in the packages. B. Site 1, Provide |nukad room at the jobsite for the storage of the handvvona. Only the General Contractor and the hardware installer are tohave the keys to this room. 3. Provide staff tocheck-in all hardware with the General Contractor to ensure all hardware shown onthe packing slip b8accounted for. 3. Inventory and categorize all hardware nnaite. ^ Each case iehohave acase number written onthe outside cf the box. ^ Either the pecking list orthe hnndvvava schedule is to reference the nooa number ofeach hardware item inventoried onnite. 1.0 Warranties: A. Submittal: Submit warrantees in accordance with Division 1 - Closeout Procedures. B. Finish hardware shall be guaranteed against defects in workmanship and operationfor aperiod oftwo M\year, backed byafactory guarantee of the hardware manufacturer. The following products shall be guaranteed for periods beyond one (1) year: 1. Lonkoots-3Years Mechanical, 1Year Electrical 2. Door Closers —25Years 3. Exit Devices —3Years mechanical, 2years electrical 4. Power Supplies- 5 Years 17 CODES AND STANDARDS A. Codes and agencies having jurisdictional 1 . 2015 International Building Code (with WAC Amendments) 2. 2015 International Fire Code (with WAC Amendments) 3. /\OA\G —/\mahoano with Disabilities Ant. "Accessibility Guidelines for Buildings and Facilities". 4. ANSI/BHMA Al 56.18 —Materials and Finishes CONSTRUCTION SET /VSI-0O7 087100-4 087100 TUKVVLAFIRE STATION 52 FINISH HARDWARE WEINSTEIN A+U 5. NFPA8U-Standards for Fire Doors and Windows, 2015 O. NFPA.101 Life Safety Code, 20 .. Underwriters Laboratories `-_' Building Materials Directory 8. UL1OC-Underwriters Laboratories, "Positive Pressure Fire Tests nfDoor Aamamb|ias^ S. |CO/AN8|A117.1-"Accessible and Usable Building and FadUUea" 10. State Boiler Inspector 11. Puget Sound Air Pollution Control 12. State of Washington Boiler and Unfired Pressure Vessel Inspection Law 13. Occupational Safety nd Health Administration ({JG 14, Washington Industrial Safety and Health Act (VV|SH/\) 15. National Fire Protection Association (NFPA) 18. Washington State Building Code, Chapter 51-5OVVAC PART 2 - PRODUCTS 2.1 APPROVED MANUFACTURERS A. Products may be furnished by the manufacturers listed under "As ^ below, or equivalent products of type, grade, design, and function from manufacturers listed under "Acceptable Substitutions". Requests for products not listed must be made in accordance with Section 01 0O0O-Product Requirements. Mfr Specified Acceptable Substitutions Hinges Ives Bommer, Stanley Concealed Hinges SimonsWerk None Adjustable Hinges GinnOneVVerk None Lnckaets Sch|age None Cylinders &Cores Sch|oge None Exit Devices Von Duprin None Exit Device @E%tGate Detax None Closers LCN Nona PVsh& Pull Plates |yeo Trin1cn. Tine Push/Pull (@Exterior) Rockwood NUD8 Kick Plates |yus Thnnco. Tice Wall & Floor Stops |Yas Trimco Flush Bolts Ives Trinncn Overhead Stops Glynn -Johnson ABH Thresholds Pemko National Guard, Zero Seals &Bottoms Pernkn National Guard, Zero CONSTRUCTION SET AS|-0O7 QEPTE[NBER12.2U18 12/2019 0871UO-5 0871 00 TUKyV|LA FIRE ST/glCUN 52 FINISH HARDWARE WEINSTEIN A+U 2.2 HARDWARE MATERIALS AND FABRICATION A. General: Unless specifically indicated cdherwioe, provide architectural hardware in the B. following finishes. C. Compatibility: Provide fasteners which are compatiblewith both unit fastened and substrate, and which will not cause corrosion or deterioration of hardware, base material, or fastener. 2.3 HARDWARE FINISHES A. General: Unhaoa specifically indicated oUhonwise, provide architectural hardware in the following finishes. 1. Finish ingeneral be S26O Satin plated ^ US32D 830) at Lookaeto Exterior Hipgaa, Push/Pull P|gtes, Overhead Stops, Kick Plates. ~ Satin Chrome plated over steel base (BHMA 652) at Interior Hinges, and All Closer Covers &Arms. ~ Aluminum Painted (BHMAS80)atAuto Operators. Aluminum Painted (BHMA08S)Removable Mullions ^ Coordinate finish ofaluminum door hardware with the doors being 2.4 CONVENTIONAL HINGES A. Types: Aoindicated inthe hardware groups, with the following conditions: 1. Unless listed otherwise, provide the following^ per leaf: Doors upto0O'`inheight: 2each. , Doors 0O''tnS0^inheight: 3each. Doors >90'': Furnish 1 additional hinge for each 3U''increment. ^ Dutch Doors: 2each per leaf. 2. Pins: All hinges to havenon'namoveeb|epins (NRp). 3. Width: Provide sufficient width 0fhinges to clear projecting trim or other conditions to allow the maximum degree ofswing. 4. Tips: Provide Flat Button Tips. 5. Non -Standard Size Doors: For unusual size orweight nfdoor, furnish the size @type aorecommended bythe hinge manufacturer. 0. Sizes: Height cfhinges as follows: ^ Doors upto3G^ in width: 41/2" ^ Doors ~36^ in vvidth:5^ 7. Weight: For high fneo used doors, such aedoors jncorridors, exterior doors, and vestibule doora, provide heavy weight hinges. Interior doors less frequently used, provide standard weight hinges. 2.5 CONCEALED HINGES A. Tvoau: As indicated in the hardware groups, with the following features: 1. Ability to be adjusted, after installation, for height, compression & side -to -side. 2. Provided with maintenance free slide bearings. CONSTRUCTION SET AG|-O07 097100-6 0871 OO TUKWILAFIRE STATION 52 FINISH HARDWARE WEINSTEIN A+U 3. Load capacity hosupport the weightof40Ubdoorwithon|y2hingoo 4. Provide the necessary accessories to accommodate installation in a wood door x hollow metal frame, and toaccommodate a%^thick wood panel cladding Dnthe door. 5. Application: Confirm and coordinate with the design team all aspects ofthe opening, including wall condition, panel cladding of the door, & jamb condition to ensure a functional working door. 2.6 ADJUSTABLE HINGES A. Types asindicated 1n the hardware groups, with the following features: 1. Load capacity ofhinge bzsupport the weight ofthe door, utilizing only 2hinges per leaf. 2. Capable ofproviding 3-wayScfadustabi|itvafter the hinge is installed. 3. Maintenance free slide bearings. 4. Provide square corner cover plates for the door portion. 5. Provide the appropriate receivers for the hinge, to the hollow metal frame manufacturer. 2.7 LOCKS AND LATCH SETS A. Snh/oQeL8UOOSeries, ANSI /BHMAA158,2Grade 1.Heavy Duty 1. Lever Design: 07A 2. Baokset2-3/4^. 3, Fire Ratings: All locksets & Latchsets shall be listed with Underwriters Laboratories for xlabel and lessor class doors. 4. Cylinders: Provide 0-Pin Large Format Interchangeable Cone (LF(C) 8ch|egePrinlus- XPEverest 20T.Restricted Keyway, patented until 2Q28. 6. Cylinder Accessories: Provide collars, compression 'rings, blocking rings and cams as the application dictates. 0. Strikes: Provide curved lip strikes with adequate protection toprotect jamb trim. At pairs of doors with overlapping astragals, provide strikes that have straight lips that are flush with the face ofthe door. 7. Strike Boxes: Provide manufacturers' standard wrought or plastic boxes. Boxes provided as standard with the hollow nnuto| frames are acceptable. 2.8 KEYS &KEYING A. Keys: 1. Material: Provide keys ofnickel silver only. 2. Quantities: These quantities are toestablish omaximum allowable quantitycf cut keys toservice the projectand may not necessarily boassigned aanoted. Alesser quantity of cut keys required will not result in any credits, nor quantity of UDcCd keys to be issued unless noted otherwise. 3. 3Change Keys per each cylinder unit. 4. 5PWoater Keys per Master. 5. 5Grand Master Keys. 0. 3 Final Control Keys. 7. 15Construction Keys. 8. 2 Construction Control Keys. 9. Deliver all final keys tnthe Owner's Representative. Send Master Keys tothe Owner via US Registered yWai|. Return Receipt Raquaabyd, directly from the factory. B. Keying: 1. Provide temporary brass construction cores at all cylinders, for use until substantial CONSTRUCTION SET AB-0O7 087100'7 0871 00 TUKVV|LAFIRE STATION 52 FINISH HARDWARE WEINSTEIN A+U completion of the project. Temporary construction cores shall remain the property of the hardware distributor and ohoU be returned by the General Contractor upon installation ofthe final cores. 2. Provide anextension ofthe existing SchlaoeGGMK System utilizing restricted keyway and high security pick resistant cores, with Patent Protection until 2029. 3. All key records are tob8 maintained otthe factory level, not at the distributor level. 4. Restricted distribution by required authorization letters. 5. Sbsnlp all keys and cores as directed by the Owner. G. All keys are to be tagged or put in envelopes describing the keys with the appropriate key symbol. 2.8 EXIT DEVICES A. Von Duphn98Series 1. Lever Design: 07.unless specified otherwise herein. 2. Furnish Sex Nuts and Bolts NB)cdall wood doors. 3. Size all exit devices in accordance with the manufacturer's recommendations. 4. Provide glass bead spacer kits where interference with vision lite frames occurs. 5. At doors with removable mullions, provide Mullion Stabilizer Kits for security purposes. G. Provide filler blocks orangle brackets 'msrequired for mullions. 210 CLOSERS A. LCN4110/4O1USeries 1. Drop Plates: Furnish drop plates where doors have insufficient height top rails, or where regular arm mounted closers are used inconjunction withoonuem|edoverhaadstnps. 2. Spacer Blocks: Furnish spacer blocks and/or shoe supports where frame stop does not provide for adequate support for the parallelarm soffit shoe. 3. Special Mounting: Provide closers with special mounting templates where interference with soffit applied hardware occurs. 4. Mounting Gcnevva: Furnish manufacturer's standard Through -Bolts with Wood & Machine Screws (TBVVMS)atall wood doors. 5. All closers are bohave plated metal covers. 2.11 OVERHEAD STOPS A. GJ100Series 1. Furnish overhead stops sized oerecommended bvthe manufacturer. 2. Special Applications: Furnish overhead stops with special ohinns, angle bnaok*ta, or special tannp<atingwhere required toavoid conflicts. 3. Provide manufacturer's standard through -bolts for mounting tothe door. 2.12 KICK, MOP & ARMOR PLATES A. Ives 84OOSeries 1. Install kick plates onthe push side ofthe door. Install mop plates onthe pull side of the door. 2. Mounting Screws: AtHollow Metal Doors, provide stainless steel TEKscrews At Wood Doors, provide stainless steel full thread sheet metal CONSTRUCTION SET AG|-00 087100-8 0871 00 TUKVVLAFIRE STATION 52 FINISH HARDWARE WEINSTEIN A+U 3. Material: Plates shall be .050 thick stainless steel, beveled four edges (134E), with a #4 satin finish. 4. Height: 5. Width: K4np Plahas:0' high Kick Plates: 10" high Armor Plates: 34^ high 2" less door width at single doors without soffit mounted hardware, or edge guards. 1" less door width atpairs cfdoors without mullions or astragals. Atsingle doors with soffit mounted hordvvana. or pairs 0fdoors with mullions orastragals, size asrequired tnprovide o|4''clearance at sides of doors, avoiding interference with edge trim, aaa|n, finger guards, vertical bottom rods, surface bolts, kick -down holders, or other soffit ordoor mounted hardware. At doors with edge guards, size the width of kick plates so that there iom1/4''reveal between the stop and the kick plate 'atthe strike j8mb, after tucking the kick plate into the edge guard on the hinge 213 TRIM A. Stops: 1. Where wall stops cannot beutilized, provide floor stops. 2. Where floor stops cannot beutilized, provide overhead stops. 3. Where wall stops are epecified, provide with concave bumpers at inswing doors that have "Key -In -Lever" Lnokoeta with buttons and/or turn pieces. Provide stops with convex bumpers onall others. B. Manual Flush Bolts: 1. Provide 13" top rods Gtdoors < 8' tad[ 2. Provide 24^top rods atdoors >8'tall. C. Coordinators: 1. Provide mounting brackets to accommodate closers with soffit mounted shoes. D. Product Codes: 2]4 THRESHOLDS, DOOR BOTTOMS &SEALS A. Thresholds 1 . Anchors: Provide wood screws & plastic anchors (WS/PLA10SS). B. Door Bottoms &Seals 1Fasteners: pnovdeTEK screws for mounting 8zhollow metal doors orframes. Provide wood screws for mounting into wood. 215 HARDWARE NOTES A. The notes shown below each hardware group are referenced here. Include these notes in the hardware submittal. 1. Adjust Delayed Action feature on closer in accordance with the owner's wishes. 2. Weather seals 8door bottom byaluminum door manufacturer. 3. Power supply byDivision 20. 4. Flush bolt Qttop only. CONSTRUCTION SET AS|-OU7 087100-9 SEPTEN1BER12.2O1Q 12/2018 087100 TUKVV|LAFIRE STATION 52 FINISH HARDWARE VVE|N8TE|NA+U 5. Mount closer onthe push side ofthe door. O. Card Reader by Oivinion28. 7. All hardware bvdoor manufacturer. 8. Balance ofhardware bydoor manufacturer. 9. Share power supply with adjacent door. 10. Mount roller stop ottop leading edge ofdoor toavoid interference with adjacent door. 2`18 SYSTEM OPERATIONAL DESCRIPTIONS (8O0 A. The notes shown below each hardware group are referenced here. Include these nubso in the hardware submittal. 1. From the outside: Door unlocked during business hours. After hours, door locked by fail-safe Electric Jamb Bolt Lock. Presenting avalid credential tVthe card reader will cut the power to the lock allowing entry. Battery back-up in the event ofo power outage. From the Inside: Free egress atall times. The Gcan||Scanner will sense the presence of someone approaching the door and will cut the power to the lock allowing free egress. Push button Dnwall will allow manual egress inthe event Ofafailure of the scanner to release the door. Activation ofthe fire alarm and sprinkler system will automatically unlock the door. Presence sensor, push button orcard reader will shunt the door position switch. 2. From the outside: Door normally locked byFail-Safe electric bolt lock. Presenting valid credential hnthe card reader will momentarily unlock the door. #880r8[note push-button switch, located in the Station Office, will also cut the power to the lock and allow entry. Battery back-up inthe event ofa poweroutage. From the inside: Free egress otall times. The Gomn||Scanner will sense the presence ofsomeone approaching the door and will cut the power bothe lock allowing free egress. Push button onwall will allow manual egress inthe event ofafailure Vf the scanner torelease the door. Activation Vfthe fire alarm and sprinkler system will automatically unlock the door. Presence sensor, push button orcard reader will shunt the door position switch. 3. From the outside: Door normally locked byFail-Secure electric lock. Presenting valid credential tothe card reader will momentarily unlock the door. Mechanical key override inthe event ofpower outage. From the Inside: Free egress atall times. Depressing the inside lever will signify on authorized egress via the built-in Request -To -Exit switch in the lock, thus shunting any alarm. 4. From the Outside: Door normally locked bvFail-Secure Keypad Lock. Access by entering valid code unpush-button pad. From the Inside: Free egress otall times. 2.17 HARDWARE GROUPS: HINGE m 5BB1HW 1 ELECT JAMB BOLT SDC FS23M|VO(MOUNT @4OA.FF) 1 SETPUSH8PULL RO RN7912-84yNTG-TYPE5HDMP8SP(Baok-To'Beok) 1 CONC OH STOP GJ 100GSER|EG 1 CLOSER LCN 4111EDA 1 THRESHOLD PE 252x3AFGPEMK0TE CONSTRUCTION SET A8|-007 087100'10 8EPTEK80ER12.2O1D 12/20/9 08 71 00 TUKWILA FIRE STATION 52 FINISH HARDWARE WEINSTEIN A+U 1 PRESENCE SENSOR 1 EXIT BUTTON 1 POWER SUPPLY SEE, NOTES 2 & 6 SEE SOD #1 HW SET 02 HINGE ELECT JAMB BOLT PUSH/PULL CONC OH STOP CLOSER THRESHOLD PRESENCE SENSOR 1 PUSH BUTTON 1 EXIT BUTTON SEE NOTES 2 & 6 SEE SOD #2 HW SET 03 2 CONC HINGE 1 BALL CATCH 1 PUSH PLATE 1 PULL 1 CLOSER 1 KICK PLATE 3 SILENCER HW SET 04 HINGE 1 LOCKSET 1 CONC OH STOP 1 CLOSER 1 KICK PLATE 1 GASKET 1 AUTO DR BOTTOM HW SET 05 HINGE 1 PRIVACY 1 KICK PLATE 1 Mop Plate 1 GASKET 1 AUTO DR BOTTOM 1 COAT HOOK SDC SDC SDC IV SDC RO GJ LCN PE SDC SCE SDC SW IV IV ?? LCN IV IV IV SCH GJ LCN IV PE PE IV SCH IV IV PE PE RO MD-31 D-W 423 U 632RFA TD FB4 PS-1A (2) RB12V4 5BB1HW FS23MI V D (MOUNT @ 40" A.F.F.) RM7912-84 MTG-TYPE 5HD MP BSP 100S SERIES 4111 EDA 252x3AFG PEMKOTE MD-31 D-W 660-PB 423 U TE 640 3D SSL X BW/20 CL21 8200 8 X 16 (To be determined by design team) 4111 EDA 8400 S R64-G RY 5BB1 L9080 100S SERIES 4011 8400 S88D 420APKL 5BB1 L9040 L283-722 L583-363 8400 8400 S88D PDB411AE RM801 CONSTRUCTION SET ASI-007 08 71 00 - 11 SEPTEMBER 12, 2019 12/20/19 08 71 00 TUKWILA FIRE STATION 52 FINISH HARDWARE WEINSTEIN A+U HW SET 06 HINGE IV 5BB1HW 1 EXIT DEV VD LD 98L-NL x SG 1 RIM CYLINDER SCH 20-757-XP 1 CONC OH STOP GJ 100S SERIES 1 CLOSER LCN 4111 EDA 1 KICK PLATE IV 8400 1 THRESHOLD PE 252x3AFG PEMKOTE 1 GASKET PE S88D 1 RAIN DRIP PE 346C 1 SWEEP PE 29326CNB 1 DOOR POS SWITCH SDC MC-4-2 HW SET 07 HINGE IV 5BB1 2 ROLLER LATCH IV RL30 2 FLUSH PULL IV 955 2 SURF OH STOP GJ 450S SERIES 2 SILENCER IV SR64-GRY HW SET 08 HINGE IV 5BB1 1 EL KEYPAD LOCK SCH AD-200-MS-70 KP JD 1 CONC OH STOP GJ 100S SERIES 1 CLOSER LCN 4011 DEL 1 ROLLER STOP IV RB471 1 KICK PLATE IV 8400 1 GASKET PE S88D 1 AUTO DR BOTTOM PE PDB411AE SEE NOTES 1 & 10. SEE SOD #4 HW SET 09 HINGE IV 5BB1 1 PRIVACY SCH L9040 L283-722 L583-363 1 CONC OH STOP GJ 100S SERIES 1 CLOSER LCN 4111 EDA 1 KICK PLATE IV 8400 1 GASKET PE S88D 1 COAT HOOK RO RM801 HW SET 10 HINGE IV 5BB1HW 1 ELECT LOCKSET SCH L9092EU RX 1 CLOSER LCN 4111 EDA 1 CONC OH STOP GJ 100S SERIES CONSTRUCTION SET ASI-007 08 71 00 - 12 SEPTEMBER ! 9 12/20/19 08 71 00 TUKWILA FIRE STATION 52 FINISH HARDWARE WEINSTEIN A+U 1 CLOSER LCN 4111 EDA 1 KICK PLATE IV 8400 1 THRESHOLD PE 252x3AFG PEMKOTE 1 GASKET PE S88D 1 SWEEP PE 29326CNB 1 LOCK GUARD IV LG10 1 POWER SUPPLY SDC 602RF (2) RB12V4 1 POWER TRANSFER SDC PTM-10AL SEE SOD #3. HWSET 11 HINGE IV 5BB1SC 1 LATCHSET SCH L9010 1 CLOSER LCN 4011 DEL 1 KICK PLATE IV 8400 1 MOP PLATE IV 8400 1 WALL STOP IV WS407CVX 3 SILENCER IV SR64-GRY HW SET 12 HINGE 1 PRIVACY 1 CONC OH STOP 1 KICK PLATE 1 MOP PLATE 1 GASKET 1 AUTO DR BOTTOM IV SCH GJ IV IV PE PE 56E31 L9040 L283-722 L583-363 100S SERIES 8400 8400 S88D PDB411AE HW SET 13 HINGE IV 5BB1 1 FLUSH BOLT IV FB458 (@ TOP ONLY) 1 LOCKSET SCH L9080 1 CLOSER LCN 4111 SCUSH 2 KICK PLATE IV 8400 1 GASKET PE S88D 1 ASTRAGAL PE 355CS HW SET 14 2 HINGE 1 LATCHSET 1 CONC OH STOP 1 CLOSER 1 KICK PLATE 3 SILENCER HW SET 15 SW VX 7729/4-1 /2" x 4" K KIT x 040 SCH L9010 GJ 100S SERIES LCN 4011 IV 8400 IV SR64-GRY 2 HINGE SW VX 7729/4-1/2"x 4" K KIT x 040 CONSTRUCTION SET ASI-007 SEPTEMBER 12, 2019 12/20/19 087100-13 08 71 00 TUKWILA FIRE STATION 52 FINISH HARDWARE WEINSTEIN A+U 1 ELECT LOCKSET SCH L9092EU RX 1 CLOSER LCN 4011 1 KICK PLATE IV 8400 1 WALL STOP IV WS407CVX 1 GASKET PE S88D 1 DOOR POS SWITCH SDC MC-4-2 1 POWER TRANSFER SDC PTM-10AL SEE SOD #3. HW SET 16 HINGE IV 5BB1SC 1 LOCKSET SCH L9080 1 KICK PLATE IV 8400 3 SILENCER IV SR64-GRY HW SET 17 2 HINGE SW VX 7729/4-1/2" x 4" K KIT x 040 1 LATCHSET SCH L9010 1 CLOSER LCN 4011 1 KICK PLATE IV 8400 1 WALL STOP IV WS407CVX 1 THRESHOLD PE 151A PEMKOTE 1 GASKET PE S88D 1 CORNER PAD PE ACP112BL/2 1 AUTO DR BOTTOM PE 420APKL HW SET 18 SEE NOTE 7. HW SET 19 HINGE IV 5BB1HW 1 LATCHSET SCH L9010 1 CLOSER LCN 4111 EDA 2 KICK PLATE IV 8400 1 WALL STOP IV WS407CVX 1 THRESHOLD PE 151A PEMKOTE 1 AUTO DR BOTTOM PE 420APKL HW SET 20 HINGE IV 5BB1HW 1 LATCHSET SCH L9010 1 CLOSER LCN 4011 DEL 2 KICK PLATE IV 8400 CONSTRUCTION SET ASI-007 08 71 00 - 14 SEPTEMBER 12, 2019 12/20/19 08 71 00 TUKWILA FIRE STATION 52 FINISH HARDWARE WEINSTEIN A+U 1 WALL STOP IV WS407CVX 1 THRESHOLD PE 151A PEMKOTE 1 AUTO DR BOTTOM PE 420APKL SEE NOTE 1. HW SET 21 HINGE IV 5BB1 1 PRIVACY SCH L9040 L283-722 L583-363 1 KICK PLATE IV 8400 1 MOP PLATE IV 8400 1 WALL STOP IV WS407CVX 1 GASKET PE S88D 1 AUTO DR BOTTOM PE 420APKL 1 COAT HOOK RO RM801 HW SET 22 2 HINGE SW VX 7729/4-1/2" x 4" K KIT x 040 1 LATCHSET SCH L9010 1 CONC OH STOP GJ 100S SERIES 1 CLOSER LCN 4011 1 KICK PLATE IV 8400 1 THRESHOLD PE 151A PEMKOTE 1 GASKET PE S88D 1 CORNER PAD PE ACP112BL/2 1 AUTO DR BOTTOM PE 420APKL HW SET 23 HINGE IV 5BB1SC 1 LOCKSET SCH L9070 2 KICK PLATE IV 8400 1 WALL STOP IV WS407CVX 3 SILENCER IV SR64-GRY HW SET 24 HINGE IV 5BB1HW 1 EL KEYPAD LOCK SCH AD-200-MS-70 KP JD 1 Cylinider SCH 20-741-XP 1 CONC OH STOP GJ 100S SERIES 1 CLOSER LCN 4011 1 KICK PLATE IV 8400 1 THRESHOLD PE 274x4AFG PEMKOTE x 184AT 1 GASKET PE S88D 1 AUTO DR BOTTOM PE 420APKL 1 LOCK GUARD IV LG10 SEE SOD #4. CONSTRUCTION SET ASI-007 08 71 00 - 15 SEPTEMBER 12, 2019 12/20/19 08 71 00 TUKWILA FIRE STATION 52 FINISH HARDWARE WEINSTEIN A+U HWSET 25 HINGE IV 5BB1SC 1 LATCHSET SCH L9010 1 CLOSER LCN 4011 DEL 2 KICK PLATE IV 8400 1 WALL STOP IV WS407CVX 1 THRESHOLD PE 151A PEMKOTE 1 GASKET PE S88D 1 AUTO DR BOTTOM PE 420APKL 1 NOTE1 ZZ SEE NOTE 1 HWSET26 HINGE IV 5BB1SC 1 LATCHSET SCH L9010 1 CONC OH STOP GJ 100S SERIES 1 CLOSER LCN 4011 DEL 2 KICK PLATE IV 8400 1 WALL STOP IV WS407CVX 3 SILENCER IV SR64-GRY SEE NOTE 1. HW SET 27 2 HINGE IV 5BB1 1 ELECT HINGE IV 5E361 TW8 1 ELECT LOCKSET SCH L9092EU RX 1 CONC OH STOP GJ 100S SERIES 1 CLOSER LCN 4011 1 KICK PLATE IV 8400 1 GASKET PE S88D 1 POWER SUPPLY SDC 602RF (2) RB12V4 SEE SOD #3. SEE NOTE 6. HW SET 28 HINGE SW VX 7729/4-1 /2" x 4" K KIT x 040 1 LATCHSET SCH L9010 1 CONC OH STOP GJ 100S SERIES 1 CLOSER LCN 4011 1 KICK PLATE IV 8400 1 GASKET PE S88D 1 AUTO DR BOTTOM PE PDB411AE HW SET 29 HINGE IV 5BB1 1 LOCKSET SCH L9056 L583-363 1 WALL STOP IV WS407CVX CONSTRUCTION SET ASI-007 08 71 00 - 16 SEPTEMBER 12 2019 12/20/19 08 71 00 TUKWILA FIRE STATION 52 FINISH HARDWARE WEINSTEIN A+U 1 GASKET PE S88D 1 AUTO DR BOTTOM PE PDB411AE 1 COAT HOOK RO RM801 HW SET 30 HINGE IV 5BB1HW 1 PULL PLATE IV 8303-8 3-1/2" x 15" 1 PUSH PLATE IV 8200 8 X 16 1 CLOSER LCN 4111 DEL 1 KICK PLATE IV 8400 1 WALL STOP IV WS407CVX 3 SILENCER IV SR64-GRY SEE NOTE 1. HW SET 31 HINGE IV SBB1 1 PRIVACY SCH L9040 L283-722 L583-363 1 MOP PLATE IV 8400 1 WALL STOP IV WS407CVX 1 GASKET PE S88D 1 AUTO DR BOTTOM PE PDB411AE 1 COAT HOOK RO RM801 HW SET 32 HINGE IV 5BB1 1 LATCHSET SCH L9010 1 CONC OH STOP GJ 100S SERIES 1 CLOSER LCN 4111 EDA 1 THRESHOLD PE 252x3AFG PEMKOTE SEE NOTE 2. HW SET 33 2 HINGE SW VX 7729/4-1/2" x 4 K KIT x 040 1 LATCHSET SCH L9010 1 CLOSER LCN 4011 1 KICK PLATE IV 8400 1 WALL STOP IV WS407CVX 1 GASKET PE S880 HW SET 34 HINGE IV 5BB1 1 PRIVACY SCH L9040 L283-722 L583-363 1 KICK PLATE IV 8400 1 MOP PLATE IV 8400 1 WALL STOP IV WS407CVX CONSTRUCTION SET ASI-007 08 71 00 - 17 SEPTEMBER 12, 2019 12/20/19 08 71 00 TUKWILA FIRE STATION 52 FINISH HARDWARE WEINSTEIN A+U 1 GASKET PE S88D 1 AUTO DR BOTTOM PE PDB411AE 1 COAT HOOK RO RM801 HW SET 35 2 HINGE SW VX 7729/4-1/2" x 4" K KIT x 040 1 LATCHSET SCH L9010 1 CLOSER LCN 4011 1 KICK PLATE IV 8400 1 WALL STOP IV WS407CVX 1 GASKET PE S88D 1 AUTO DR BOTTOM PE PDB411AE HW SET 36 HINGE IV 5BB1SC 1 FLUSH BOLT IV FB458 1 LATCHSET SCH L9010 1 CONC OH STOP GJ 100S SERIES 2 KICK PLATE IV 8400 1 WALL STOP IV WS407CVX 2 SILENCER IV SR64-GRY SEE NOTE 4. HW SET 37 HINGE IV 5BB1 1 FLUSH BOLT IV FB458 1 LOCKSET SCH L9080 2 SURF OH STOP GJ 450S SERIES 2 SILENCER IV SR64-GRY SEE NOTE 4. HW SET 38 HINGE IV 5BB1 1 FLUSH BOLT IV FB458 1 LOCKSET SCH L9070 1 SURF OH STOP GJ 450S SERIES 1 WALL STOP IV WS407CVX 2 SILENCER IV SR64-GRY SEE NOTE 4. HW SET 39 HINGE IV 5BB1 1 FLUSH BOLT IV FB458 1 LATCHSET SCH L9010 1 SURF OH STOP GJ 450S SERIES 1 WALL STOP IV WS407CVX CONSTRUCTION SET ASI-007 08 71 00 - 18 SEPTEMBER 12, 2019 12/20/19 0871 00 TUKVVLAFIRE STATION 52 FINISH HARDWARE VVBNSTE|NA+U 2 SILENCER N SR64-GRY SEE NOTE 4. HINGE IV 5BB1 1 LATCHSET SCM L9010 1 WALL STOP |V VYS407CVX 1 GASKET PE G88D 1 AUTO DRBOTTOM PE PDB411AE 1 BgTDEV DTX 10xVV30CBRO3OLID 1 RIM CYLINDER BCH 20-757-XP 1 GATE CLOSER R|X 1351 1 GATE BOX KDX K'BX4102 SEE NOTE 8. BALANCE [)FHARDWARE, INCLUDING PULL, BYGATE MANUFACTURER, PART- EXECUTION 3.1 WORKMANSHIP A. This Contractor shall install all finish hardware in a neat and finished appearance. If, in the judgment Ofthe Architect orHardware Consultant, any portion ufthe work that has not been performed in a workmanlike manner or is left in a rough, unfinished state, this Contractor will be required to remove' reinstall or replace the hanjwona or dnor, without inun*oso in cost to the Owner. 3.2 PREPARATION A. Examination: 1Examine Doors, Frames, and related items for conditions that would prevent the proper application and operation nfthe Doors and Finish Hardware. Do not proceed VnU| defects are corrected. 2. Check conditions and use fastening devices osneeded to securely anchorthe hardware eaper the manufacturer's published templates. Immediately bring tothe attention of the Hardware Distributor any factory provided fasteners that will not work with the application. The use Vfnon-factory fasteners ienot acceptable. CONSTRUCTION SET AS|-OO7 087100'18 GEPTENiBER12.2019 12/019 087100 TUKVVLAFIRE STATION 52 FINISH HARDWARE WEINSTEIN A+U 3.3 INSTALLATION A. Mounting Heights: Mount units otheights aarecommended in"Recommended Locations for Architectural Hardware for Standard Steel Doors and Frames (2004)" by Doors and Hardware |natitute, except as indicated below. Products not specifically covered shall be installed in accordance with the manufacturer templates and instructions. 1. Hinges: Located as per the hollow metal manufacturer's standard locations. 2. Cylindrical Lock Strikes: Located as per the hollow metal manufacturer's standard locations. 3' Exit Devices: Located per the exit device manufacturer's template. Adjust backeatfor any strike that ismounted directly onsoffit mounted weather seals. 4. Deadlocks: 48''A.F.F.tocenterline ofstrike. 5. Push Plates: 45''/\.F.F. to centerline. 6. Pull Plates: 42" A.F.F. to centerline. 7. Hospital Arm Pull: 45^A.F.Fhzcenterline oflower base with grip open sdbottom. R. Latch Guards: Centered on latch edge plate. 9. Actuator Switches: 36" A.F.F. to centerline. B. In General: 1. Where drilling, cutting, or tapping is required on a finished door or frame, mask around the area nfwork h/prevent burrs ortailings from damaging the finish. 2. Install fire rated openings inaccordance with NFPA-8U. 3. Door shall swing to the maximum degree that project conditions allow, subject bzlimitations nf the hardware. The swings indicated on the floor plans are intended to depict direction of swing, not the fullest degree ofswing. 4. Trim Exit Devices toprovide 1'1/2''c|oanonnobebmemnondoapondhin0ejambuofOt'and/orotop applied hardware. 5. Door Closers shall be located to allow maximum degree of opening that project conditions will allow. Door Closers shall not be used to stop the door, except for models equipped with an integral stop -on -the -arm feature. 0. Install overhead stops and holders to allow the maximum degree of swing that project conditions allow. /. Locate Floors Stops at maximum degree of opening that project conditions will allow. Do not locate Floor Stops where they create a hazardous condition. Stops should be located no more than 1/3Door width from the latch edge ofthe door. 8. Set exterior thresholds in a bad of butyl rubber sealant, or mastic. Remove nxoeua sealant. Caulk around all edges and joints with opolyurethane sealant. 9. Onnot notch surface mounted weather seal. The entire perimeter seal nfthe door opening must beun'bmken. ~ Mount pano&d arm closer shoes after the rigid soffit mounted weather seals have been installed, directly unthe weather seal. Oonot notch. ~ Donot notch ooff itmounted rigid weather seals for surface automatic door bottoms. 10. Mount astragals onthe pull side cfactive leaf swinging out. Mount astragals pnthe push side ofthe in -active leaf for in -swinging doors. CONSTRUCTION SET AS|-0U7 087100-20 087100 TUKW|LAFIRE STATION 52 FINISH HARDWARE WEINSTEIN A+U 3.4 ADJUSTMENT A. Wherever hardware installation is made more than one ) month prior to acceptance or occupancy, make a final check and adjustment of hardware during the week prior to acceptance or occupancy. Clean and lubricate operating items as necessary to restore proper function and finish ofhardware and doors. Adjust door control devices to compensate for final operation of heating and ventilating equipment. B. Door Closer Adjustment: After mechanical systems have been balanced, adjust Door Closers to comply with following ICC/ANSI Al 17.1 requirements, as modified by WAC 51-50 and the International Building Code: 1Closing Speed: Door Closers shall be adjusted so that from an open position of 90 degrees, the time required to move the door to an open position of 12 degrees shall be 5 seconds minimum. 2. Opening Force: The maximum force for pushing or pulling a door open shall be as follows: (these forces donot apply to the force required to retract latch bolts or disengage other devices securing the door. Fire Doom: The minimum opening force allowable by the appropriate administrative authority. Exterior Doors: 8.5|bt Interior Doors: 5.O |Lf. 3. Adjust back -check to prevent damage to the closer, hardwane, door and frama, and the wall. Anticipate wind influences on exterior doors, and being careful not to increase the back -check axnnooive|y, which could create damage tothe top binge. Baok'oheokia not tobe used aoa substitution for astop. CONSTRUCTION SET A8|-0U7 087100'21 LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #087 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #087: CE #126 - RFI #283: Elec - Added Fire Alarm Devices TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 087 / 0 REQUEST RECEIVED FROM: STATUS: Pending - In Review REFERENCE: FIELD CHANGE: No 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 30129 -Tukwila Fire Station #52 - GCCM Prime Contract Alex Carey (Lydig Construction, Inc. - Bellevue Off) 4/17 /2020 None ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $16,684.01 POTENTIAL CHANGE ORDER TITLE: CE#126 - RFI #283: Elec - Added Fire Alarm Devices CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #126 - RFI #283: Elec - Added Fire Alarm Devices Added fire alarm devices per Fire Marshall permit correction letter 1 and 2 SOJ Pricing review comments: Review of PCO 087 - generally the pricing looks OK as forward priced change. However, I think PCEC missed something in their pricing - they have quotes from Guardian Security in the pricing and they even have Guardian on their pricing sheet but there is no cost forwarded onto the pricing. Is this an error? - Fixed, was in error. Also, there is a small credit of some materials/equipment but I see no corresponding labor credit. —Credit is only for the 120V Smoke CO detector I was providing. I am now installing the ones being provided by Guardian instead. Same Labor. From the RFI, I see there were a number of smoke alarms and other equipment added by the Fire Marshall but don't see what was no longer needed. This should be evaluated further. — As far as I can see nothing was removed. Lots of things were moved around to other areas. TFWB review comments from 5/4/2020 1. Please provide credit for 10 combination smoke/CO detectors shown in bunk rooms. PCEC response: Credit is already provided. Quote for quantity 8 Bunk Room CO Detectors is page 15 of the PCO. Credit is shown on page 5. No credit for labor as PCEC is still installing devices in those areas. 2. The quantity for 3/4" EMT conduit of 350 LF appears excessive. We feel approximately 100 LF of 3/4" EMT conduit should be adequate for the work needed. PCEC response: E501N requires 51ft of additional conduit to extend strobe circuit to new locations. 1 added by review and one only moved. E501S requires 6ft of conduit for Bunk Room to Bunk Storage - total of 48ft. E501S also requires 135ft of conduit for corridor 107,116,122, storage 131 and gear storage 127 additions and relocations. E502N requires additional 63ft of conduit for relocation and addition in the exterior wall. E502Srequires additional 53ft of conduit for additions. 3. Adjust quantities of conduit fittings and other materials needed per comment#2. PCEC has responded that they feel their conduit quantity is accurate to the installed amount, and therefore no adjustment necessary to fittings and other materials. ATTACHMENTS: TFWB MEMO Review PCO #087 Fire Alarm Devices Revision 1.pdf CE 126 - COR016 Rev 1.pdf tfs 52 - gccm-rfi 283-elec - added fire alarm devices-202004171744.odf Lydig Construction, Inc. page 1 of 2 Printed On: 6/10/ 2020 03 :17 PM LYDIG PCO #087 #. Cost Code Description Type Amount 26--001-99- - BP-11 - Electrical Subcontractor PCEC COR 016 Subcontractor $15,655.00 Subtotal: $15,655.00 Fee - Self Perform Work: 16.00 %Applles 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. $ 704.48 GL Insurance: 0.76% Applies to all line item typos. $122.70 P&P Bond: 0.76% Applies to all line Item types. 5.123.62 B&O Tax: = 0.47% Applies to all line item types. $ 76.21 Grand Total: $16,684,01 Owner Signature Date Lydig Construction, Inc. page 2 of 2 Printed On: 6/10/ 2020 03 :17 PM ENGINEER S.Y4 MEMORANDUM Date: May 4, 2020 To: Emma Nowinski - Weinstein A+U From: Rocxy Juan Project: Tukwila Fire Station 52 Subject: PCO #087 - Added Fire Alarm Devices Revision 1 We had reviewed the PCO #087. The following are our comments: 1. Please provide credit for 10 combination smoke/CO detectors shown at Bunk rooms. 2. The quantity for 3/4" EMT conduit of 350 LF appears excessive. We feel approximately 100 LF of 3/4" EMT conduit should be adequate for the work needed. 3. Adjust quantities of conduit fittings and other materials needed as per comment #2. Credit is already provicied. Quote for quantity 8 Bunk Room CO Detectors is page 15 of the PCO. Credit is shown on page 5. No credit for labor as PCEC is still installing devices in those areas. Please have the contractor revise the PCO #087 accordingly as noted. Please call us if you h TFWB ENGINEERS Thanks, Rocxy Juan E501N requires 51ft of additional conduit to extend strobe circuit to new locations. 1 added by review and one only moved, E501S requires 6ft of conduit for Bunk Room to Bunk Storage - total of 48ft. E501S also requires 135ft of conduit for corridor 107,116,122, storage 131 and gear storage 127 additions and relocations. E502N requires additional 63ft of conduit for relocatim and addition in the exterior wall. E502S requires additional 53ft of conduit for additions. Travis Fitzmaurice Wartelle Balangue Engineers Inc. 1200 Westlake Ave N, Ste 509 Seattle WA 98109 www.tf-wb.com p. 206.285.7228 f. 206.413.5007 email: info@tf-wb.com PACIFIC COAST ELECTRICAL CONTRACTORS, INC. 16620 North Road * Bothell, Washington 98012-5908 TEL (425) 741-2700 * FAX (425) 741-2600 March 24, 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# 016.0 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 S15.655.00 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 nonfat 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: ( 3 ) worksheets Pacific Coast Electrical Contractors, Inc. Sub Contractor Breakdown Summary Project Name: Tukwila Fire Stauvnsr CoP# ~ PCECJob Nc.: 19066 PCEC COR# 016.0 Work Added Fire Alarm devices per Fire Marshal correction letter Data: 3/24/2020 Description: and2. CCD# RF|# 1.CRAFT LABOR COSTS (includes payroll taxes &burden) PCEC Rp|# a. craft labor costs from breakdown $ 92.88 75.14 Hrs. Normal Time b.craft labor costs from breakdown $ 127.03 0.00 H rs.(}T1'l/2Time c. craft labor costs from breakdown $ 161.09 0.00 trs.0T 2Timo d craft labor costs from breakdown $ 104.75 0.00 Hrs. 2ndShift Time e. craft labor costs from breakdown $ 11436 0.00 Hm 3ndShift Time DIRECT LABOR $ 6.988.52 Supervision ddirect supervision O96(of direct labor) $ esafety 0% (of labor) * [ travel (if applicable, itemize) parking $ 1. CRAFT LABOR COSTS $ 6,986.52 lMATERIAL COSTS a scheduled material ` * 1,301.72 d. permits $ b.quoted material $ (234.72) e.dumpster $ o. freight $ f.coordination drawings $ ~ o.MATERIAL COSTS $ 1,127.00 3.EQUIPMENT COSTS a. ownedequipment (Spec approved source) 19'SoiseorLift $ 200.00 b.rental equipment (per invoices attached) * ' $ u'EQUIPMENT COSTS $ 200.00 4.SMALL TOOLS a.small tools U%(of direct labor) 4. SMALL TOOLS $ 5.OVERHEAD AND PROFIT a. b. 15% overhead & profit ufi 5.OVERHEAD xPROFIT &SUBCONTRACTORS aGuardian Security $ 5,218.00 t. $ - C. $ d. $ o.oueoowTnAuroRa $ 5.218.00 7� 0&PONSUBCONTRACTORS a. 8% overhead & profit of 6 8.INGURANCE/TAXES u. volume driven liability insurance 1.00% (of 1through 7) $ 151.86 b. Bonding 2.00% (of 1through 7) * 506.96 c.State B&DTax U(of 1through 7) * d. Ci�B&OTax O (of1 through^ $ x.waunAwue $ 458�92 8.O&PONINSURANCE /TAXES Job Name: FS#52 Tukwila Job Number: 1429 Extension Name: COR Item # Item Name Quantity [Items and ByProducts] Price Ext Price Labor U Material Filter: <None> Report: COR 2/1 Labor Ext Label Set: Combined, Combined, Combined, Combined, Combined 78.00 350.00 I'1,.;$16713C 25.00 C 8.00 c 42.00 C 49.00 C 380 3/16" x 6.21 CABLE TIE 1,047 3/4 EMT 1,188 3/4 EMT CONN S/C 1,217 3/4" PUSH -ON BUSHING 1,319 3/4 EMT COUPL S/C 1,458 3/4 EMT 1 HOLE STP/STL 3,992 8 X 3/8 WAFER HD DRL TEK SC 4,126 10 X 1-1/2 COMB PAN HD TAP 4,291 #10 / 3/16 FLAT CUT WASHER- 4,567 T-BAR BOX HANGER 4,627 BOX TO STUD HANGER 4,634 TSGB-24 BOX BRACKET 17,462 4/S BOX 1-1/2"D COMBO 17,464 4/S BOX 2-1/8"D, 1/2&3/4"KO 17,482 4/S 2G MUD RING 5/8"DP 17,490 4/S 3/0 MUD RING 1/2"DP 20,093 FA SMOKE / CO DET.,ADDR. 20,139 FA 110 SG STROBE 20,154 FA 110 HORN/STROBE 20,352 FA 16/2 SOLID FPLP PLEN SHII 20,354 FA 14/2 SOLID FPLP PLEN SHII 22,808 CAT12 - 3/4J HOOK 24.00 C 49.00 49.00 C 8.00 C 8.00 C 4.00 C 8,00 C 12.00 :!:',,;;Z.11:340,.41C 8.00 r.:.:.7::.T.,.7:$46i!.01C 8.00 Q 4.00 Q 8.00 Q 100,00 M 290.00 Q 8.00$142.94 C $1,361.72 $10.99 $564.73 $145.34 $0.60 $286.54 $13.87 $1.56 $2.60 $1.68 $74.72 $12.92 $17.93 $34.34 $35.73 $55.05 $39.49 $0.00 $0.00 $0.00 $52.19 $0.00 $11.44 $1,361.72 (1,1Z iir.c);t")Y0) o) 615 C C E E E C C C C C C C C C C C E E E M M C 75.14 3.12 17.50 7.50 0.56 5.88 1.96 1.20 2.94 0.34 0.56 0.48 0.40 3.60 2.40 1.80 1.20 6.80 3.00 6.00 1.60 5.80 0.50 75.14 Courtesy of McCormick Systems Inc. Page 2 3/24/2020 9:50 AM Proposal: 49408-1-3 Tukwila Fire Station 52 Horn Strobe Addition Proposal Issued: Proposal Valid To: 3/23/2020 4/22/2020 1110111.4ID GUARDIAN SECURITY LIFE AND PROPERTY PROTECTION Prepared for: Brady Nurse Pacific Coast Electrical Contractors 15447 65th Ave. S Tukwila WA, 98188 P (425) 780-2438 E bnurse@pcec.com W (425) 741-2700 SCOPE OF WORK Name: Pacific Coast Electrical Contractors Site Billing Contact Tukwila Fire Station 5Z 16620North Road Brady Nurse, Estimator 15447 65th Ave. 5 Bothell, VVA9D01Z p (425) 741-2700 Tukwila, VVA98I88 Ebnurse@pcen.num ABOrequired Horn/strobe additions. g� 253-564-4564 I mwade@guardiansecurity.com www.guardiansecuritycom PROJECT INVESTMENT Name: Pacific Coast Electrical Contractors Site Billing 15447 65th AveS 16620 North Road Tukwila, WA 98188 Bothell, WA 98012 Contact Brady Nurse, Estimator P (425) 741-2700 E bnurse@pcec.com Tukwila Fire Station 52 Horn Strobe Addition Act 8 4 SYSTEM SENSOR BK-P2W SYSTEM SENSOR BK-SW - 2WIRE HORN/STRO STROBE STD CAND Financial Summary Total Proposal Amount Note: Taxes are not included and will be charged at the time of invoice. $1,281.00 253'564~4564 1 mwade@guardiansecurity.com yooI www.guandiansecuritycom 4 Project Investment Summary Guardian Security will provide the proposed system audescribed inthis proposal fo/thesumoE $1,281I0 Guardian Security will provide services for 0 months and will charge this amount : $0.00 The price above includes: materials, equipment and labor asdescribed within this proposal. Taxes are not beincluded and will becharged additionally. Payment Terms: Provide a mobilization fee in the amount nf0& of the installation he upon formal approval to proceed with the project. Balance to be paid in progress payments as invoiced by Guardian Security with payment in full doe upon system deployment completion. Payment shall beNet 3Unfinvoice date. Guardian Security Systems, Inc. Pacific Coast Electrical Contractors By: By: Title: Title: Dote Date: ROX Start Date: �T-M » Proposal: 49408-1-2 Tukwilla Fire Station 52 SmokeCO Addition Proposal Issued: Proposal Valid To: 3/23/2020 4/22/2020 • GUARDIAN SECURITY LIFE ANOPROPERTY PROTECTION . • • , . . , I , . • . • • Y . . . , . . , , . . + . . • • Prepared for: Brady Nurse Pacific Coast Electrical Contractors 15447 65th Ave. 5 Tukwila WA, 98188 P (425) 780-2438 E bnurse@pcec.com W (425) 741-2700 253'564~4564 1 mwade@guaodiansecuhtycom I www.guavdianxecudtycom 2 SCOPE OF WORK Name: Pacific Coast Electrical Contractors Site GUUnA Contact Tukwila Fire Station 52 16G2ONorth Road Brady Nurse, Estimator 1544765th Ave.S Bothell, VVA9OO12 P(4ZS)741-27U0 Tukwila, VVA981OO Ebnuoe@pcec.com Gnucdbon Security toprovide, program and test l6smoke/CO detectors and compatible ficocontrol panel per AHJ. ^ SON �� PROJECT INVESTMENT Name Pacific Coast Electrical Contractors Site 1544765th Ave.5 Tukwila, VVA9D1Q8 Billing 166Z0North Road Bothell, VVA9OU1Z Contact Brady Nurse, Estimator P(425)741-J7OU E6nune@pnec.cnm Tukwila Fire Station G2Fire Alarm os mm pL-Soassco ADDRESSABLE COMBINATION FIRE/CO DETECTOR �Financial Summary 11.�FT±&%m1401f, Total Proposal Amount Note: Taxes are not included and will be charged at the time of invoice. $8'937i0 Project Investment Summary Guardian Security will provide the proposed system as described in this proposal for the sum of: $3,937.00 Guardian Security will provide services for 0 months and will charge this amount: $0.00 The price above includes: materials, equipment and labor as described within this proposal. Taxes are not be included and will 6echarged additionally. Payment Terms: Provide a mobilization fee in the amount of 0& of the installation fee upon formal approval to proceed with the project, Balance to be paid in progress payments as invoiced by Guardian Security with payment in full due upon system deployment completion. Payment shall beNet 30nfinvoice date. Guardian Security Systems, Inc. Pacific Coast Electrical Contractors By: By: Title: Title: Date: Date: ROM Start Date: MAX MW � NORTH 'S COAST ELECTRIC - 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 MENTIMORM'A!...::: :NEM 03/23/20 S010007740 ORDER TO: 113 NORTH COAST ELECTRIC 3900 SMITH AVENGE EVERETT WA 98201-4587 925-259-7263 Fax 425-259-5334 ONNHEN 1 of 1 SHIP TO: PACIFIC / TUKWILA FIRE STATION 15447 65TH AVE S TUKWILA, WA 98188-2534 145365 MORMAIRMERODEONRERiften...ffiggEl "„ __,E4NOMMMA REMOKIRAMESSiggniNg SEWN IM—INEVIMMINK Bobby LeCount 8 ea mimmgoopowampisAmumammm Sonny Shaffer mdOMMEEMESURWMWMMOMONNMM Net EBBOUNMONAWMSEMEMPNWESMIMENMEMOMMEMS BRK SC9120B CRB-MNOX&SMOKE ALRM TAXES NOT INCLUDED 29.34/e No 234.72 This quote is conditioned on buyer's acceptance of North Coast Electric Company's Standard Terms and Conditions Applying to all Sales set out in form NC055 available at https://www.northcoastelectric.com/ TermsandConditions or upon request. Subtotal S&H Chgs 234.72 0.00 Total 234.72 W.63NOTOMBOn LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #095 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #095: CE #143 - RFI #300: Arch - Galvanized Metal Substrate Paint Product TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 095 / 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) 4/24 /2020 None Amount Based No $4,118.94 POTENTIAL CHANGE ORDER TITLE: CE #143 - RFI #300: Arch - Galvanized Metal Substrate Paint Product CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #143 - RFI #300: Arch Galvanized Metal Substrate Paint Product Added cost to pre -finish brick relief plates with a custom finish to match metal wall panels Additional costs due to finish issue based on pre -finishing baking process has been processed as MACC contingency. Credit provided to field paint lintels prior to installation. ATTACHMENTS: CE 143 - COR 2.pdf CE 143 - PCO 03 - Brick, Ledger Paint:pdf PCO 095-SP Combined.pdf # Cost Code Description Type Amount 1 03--001-99- - BP-03 - Structures Subcontractor PCO 095-SP Subcontractor $ 1,371.27 2 07--010-99-- BP-13 Aluminum Paneling & Cement. Fiber Board Axiom COR 03 Subcontractor $ 2,768.63 3 09--030-99-- BP-12 Painting and Coatings NWCC COR 02 Subcontractor ($275.00) Subtotal: $3,864.90 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. $ 173.92 GL Insurance: 0.76% Applies to all line item types. $ 30.29 P&P Bond: 0.76% Applies to all line item types. $ 30.52 B&O Tax: =0.47%Applies to all line item types. $ 19.31 Grand Total: 54,118.54 Lydig Construction, Inc. page 1 of 2 Printed On: 6/2/ 2020 02 :33 PM LYDIG Owner Signature Date PCO #095 Lydig Construction, Inc. page 2 of 2 Printed On: 6/2/ 2020 02 :33 PM LV Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #095-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 #095-SP: CE #143-SP RFI #300: Arch Galvanized Metal Substrate Paint Product TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 095-SP / 0 REQUEST RECEIVED FROM: STATUS: Pending - In Review REFERENCE: FIELD CHANGE: No 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 #52 - Self -Perform Prime Contract Alex Carey (Lydig Construction, Inc. - Bellevue Off) 4/24 /2020 None ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $1,371.27 POTENTIAL CHANGE ORDER TITLE: CE #143-SP - RFI #300: Arch - Galvanized Metal Substrate, Paint Product CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #143-SP - RFI #300: Arch —Galvanized Metal Substrate Paint Product Added cost to pre -finish brick relief plates custom finish to match metal wall panels ATTACHMENTS: 6 Cost Code Description Type Amount 05--001-97- - Structural Steel Supplier B&B 1925-013 Purchase Agreements $ 1,245.00 Subtotal: $1,245.00 Fee - Self Perform Work: 16.00% Applies. to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub'sIPA's, and Project. Contingency. $ 0.00 Fee - Sub Tier Work: 8.00% Applies to Subcontractor and Purchase Agreements. $ 99.60 GL.Insurance 0.76% Applies to all line item types. $ 10.0B P&P Bond: .0.76%Applies toall line item types. $10.16. B&O Tax:. = 0.47% Applies to all line item types. $ 6.43 Grand Total: 61,371.27 Owner Signature Date Lydig Construction, Inc. page 1 of 1 Printed On: 4/24/ 2020 12 :38 PM anse Submitted: 16/Apr/20 er :& Fabricators 7301 197th PI E Arlington A 98223 Please respond by: 21/Apr/20 Page 1/1 From: Brian Bergeson To: Alex Carey 1925 - Tukwila Fire Station 52 (Lydig) 15447 65th Ave S Tukwila WA 98188 Change and additional work description: Added Holes for Painting Lintel Reference documents: The total cost for this change: $1,245.00 This change has no schedule impact Added Holes for Painting Lintel Project reference: Change order no.: Fabricator project: Sequences: Area: 013 1925 1A Brick Please sign below to indicate your acceptance of this change and its related cost and schedule impact, subject to the terms of our original agreement and additional terms specified above, Receipt of this signed change order represents full authorization to proceed with the above described changes. Change Order 013 Approved by: Date. Report generated by AVEVA Solutions Limited, Copyright 0 2010 to current year. Printed: 16/Apr/20 08:27:40 irnate - Labor Cost Tukwila Fire Station 52 (LYDI 141rj V 0) w C U co or Painting Linte -a U Change order: 013 0 Total labor cost Part labor cost a) ct 0 Assembly weight Assembly type 0 U-) Lel 61 0 9 co +A- 0 Ci 0 LI U1 0) 6.41, 0 inted: 16/Apr/20 08:2 Report generated by AVEVA Solutions Limited, Copyright © 2070 to current year. Fire Station 52 (LY mate - Summary by Cost Catego a 01 Added Holes for Painting I Change order: 013 Markup 2 Markup 3 CL CO 2 Shipping weight Assembly labor 6 a) > 01 .n ® ."8 .c 10 - —C t yi -0 4--. E a) ro ,.... cu a) ca. ir: u_ 0 0 Insurance 5% M,L,F Load/ off load Printed' 16/Apr/20 08:29:22 Solutions Limited, Copyright CD 2010 to current year. Report generated by AVEI Pending Change Order To: Lydia Construction 3180 139th Ave SE Bellevue, WA 98005 Project: Tukwila Fire Station 52 Change Order Request # : 3 Date: April 21, 2020 RE: Brick Ledger Paint PCO for painting the brick ledgers to match metal wall panel finish. Pricing also includes delivery from finisher to site. It Brick Ledger Pain I 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 1 0.00 LS $ 0.00 $ 2,407.50 $ Labor: Material: Other: $ 2,407.50 Subtotal: OH & P: Addons: 15% $ 2,407.50 $ 361.13 $0.00 Pending Change Order Total $ 2,768.63 $ 2,768.63 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, andjor impact costs which are not possible to assessat 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. COP Subcontractor Breakdown Summary Project Name: Fire Station 52 mplete Contracting 30129-43 Source Documents: RFI-300 Contractor: Northwest Complete Contracting Description: Paint Labor Primer ,Paint 1 gal crew (apprentices, journeymen, & laborers) b. foreman c. lead foreman Brick relief and ledger angle plates changed from field painting to pre -finished per RFI-300 1 gal DIRECT LABOR SUBTOTAL Labor Markups d. direct supervison (NTE 15% of 1a) 2. MATERIAL COST (from attached cost breakdown form) 3. EQUIPMENT COST (from attached cost breakdown form) 14. SMALL TOOLS (NTE 5% of 1a & b) 5. OVERHEAD & PROFIT a. NTE 15% portion of 1, 2, 3, & 4 up to $50,000 b. NTE 10% portion of 1, 2, 3, & 4 in excess of $50,000 i6. SUB -TIER SUBCONTRACTORS a. b. c. d. e. f. 7. OVERHEAD & PROFIT ON SUB -TIER SUBCONTRACTORS a. NTE 8% of Line 6 up to $50,000 for each sub b. NTE 6% of Line 6 in excess of $50,000 for each sub 8. INSURANCE OUTSIDE OF OCIP (offsite liability, workers' comp, etc. only) a. payroll driven liability insurance 2.50% of 1 $ b. volume driven liability insurance ?% of 1-7 9. BONDING Form Revised 9/26/18 0.00% of 1-8 -28.95 -35.48 RFI 300 .............. . COR 2 Date: 5/812020 Contractor Ref. No. Supervision markup should be zero if any foreman time is included in direct labor costs. SUBTOTAL 1 thru 4 $ RFI 300 (275.00) .......................... : (275.00) TOTAL COSTI $ (275.00) COR 2 Page of Printed 5/20/2020 COP Cost Breakdown Project Name: Fire Station 52 RFI 300 Project No. 30129-43 Date: : COR 2 ! Contractor:Contractor Ref. No. 5/8/2020, Northwest Complete Contracting ! Northwest Complf . , Unit ; Labor Material Equipment .' Total Description ged from Type : Unit $ Cost Unit $ : Cost ! Unit $ ; Cost ; Cost : ! Paint Labor : 3.3 . ea : - -$63.81 $ (210.57) , $ - $ (210.57) :Primer 1 i gal ' - -$28.951 $ (28.95)! : $ - $ (28.95) Paint 1 ! gal ! : $ -$35.48! $ (35.48): ! $ - '! $ (35.48) : . ! . $ _ ' $ ! $ - : $ ; I $ - . $ - : ! $ - : $ 1 ! $ ! $ - ! : $ - '; $ . ! $ i $ i $ - ! : $ : $ - ! . $ _ $ - $ 1 ! $ $ ; l $ ' - $ i $ — . I $ — ! I $ - Ii $ $ , ! $ — $ — !! $ . I $ — 1 i $ $ _ 1! $ ! ! $ i $ — I 1 $ - ti $ !, $ I $ — ! I $ - I! $ . $ I l $ . ! i $ — i. $ ! ! $ ! $ - ; $ — !I $ ! $ ' $ , I $ - .1 $ I $ I $ I $ - II $ $ , I $ , I $ - 1: $ : $ I $ I $ — !I $ ! ! ' $ . I $ I $ - .1 $ : . . . $ - ; I : $ I $ — !! $ $ $ $ - !!$ : : ! $ - I $ ! $ $ - $0.001 $ , $ - !: $ — ! i. . $ — i ! $ I $ - 'i $ $ . I $ ! $ - '! $ ! $ I $ ! $ — !! $ ! ! : ! $ .. I $ - . $ — .! $ : $I $ - '. $ . ! - , !, $ — i . ! $ _ $ $ - s. $ $ _ ! . $ ' $ — 'I $ , .. $ _ $ _ : : $ - $ $ , I $ $ - $ $ . I $ — $ — $ _ $ , I $ _ ; ! $ - $ _ . I $ - i $ - I $ — '! $ : $ $ I $ $ $ : . $ - ! I $ - : $ _ $ , I $ $ - , $ . _ Freight/Delivery Costs Subtotal Foreman Foreman Lead Foreman Lead Foreman Total Cost of Work Form Revised 9/26/113 $ - ! I $ - i ! $ — 1 i $ $ - , ! $ - 1 I $ - ., $ $ - . 1 $ - . i $ - .! $ - $ ! $ (275.00).: I $ - $ (275.00) $ - $ 1s „. $ $ - . 1! $ $ - . .. $ $ - $ (275.00). i $ - $ (276,00) s COR 2 Page of Printed 5/20/2020 LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #098 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #098: CE #131 - ASI-016 Linear Wood Ceiling Clarifications TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 098 / 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) 4/24/2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: TOTAL AMOUNT: Amount Based No $3,997.56 POTENTIAL CHANGE ORDER TITLE: CE #131 - ASI-016 Linear Wood Ceiling Clarifications CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #131 - ASI-016 Linear Wood Ceiling Clarifications Revised RCPs clarify the linear wood ceiling layout and dimensions. Revised A704 clarifies ceiling edge details, recessed light fixture mounting detail, and transition details. ATTACHMENTS: CE #131 - VAN #13R - Framing Reveal at Linear Wood Ceilino.od Cost Code Description Type Amount 01 59-�010.99--HP-06 --GWB, Insulation & ACT Van #13R Subcontractor $ 3,751:00 Subtotal: $3,751.00 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% Applies. to Subcontractor and Purchase Agreements. $ 168.80 GL Insurance: 0.76% Applies to all line item types. $ 29.40 P&P Bond: 0,76% Applies to all One item types. $ 29.62. B&O Tax: = 0.47% Applies to allline item types. $ 18.74 Grand Total: 63,997.66 Owner Signature Date Lydig Construction, Inc. page 1 of 1 Printed On: 4/24/ 2020 01 :55 PM #1046- Tukwila Fire Station #52 Direct Work Change Order Proposal Submitted To: Alex Carey - Lydig Construction VAN #: 13R Submitted By: Mark Davis Document Reference: AS/ -Ole Company: Vanderlip & Co., Inc Date: 4/24/2020 Description of Change: Modification of metal framed soffit and associated GWB/taping finishat transition edge to Linear Wood Ceiling as indicated in ASI-016 and the response to RFl 8317. . CRAFT LABOR. COSTS DESCRIPTION MHRS RATE COST (Working Foreman Coordination/Lay-Out 2 585.22 $170 Demo 2 $79.82 $160 Framing 8 $79.82 $639 Install GWB 8 $79.82 $639 Tape/Finish 16 $79.82 $1,277 Stock/Staging 1 $79.82 $80 Protection/Clean-up 1 $79.82 $80 Firestopping $79.82 Delivery $79.82 38 Subtotal: $3,044 2. MATERIALS QTY UNIT RATE COST J-Track UFT $1.52 I -Studs UFT $1.76 GWB 48 SQ/FT $0.75 $36 Taping 96 SQ/FT $0.30 $29 L-Bead/Cornerbead 140 L/FT $0.25 $35 Anchor Bolts ea. $1.95 DensGlass Shaftliner SQ/FT $1.18 Firestopping LF $4,99" Hot Mud 20 SQ/FT $1.00 $20 Subtotal: $120 3. EQUIPMENT QTY RATE COST Dumpster HRS $2.97 Equipment 8 HRS $8.75 $70 Subtotal: $70 4. SUBCONTRACTORS QTY UNIT RATE COST Commercial Insulation Service Subtotal: 5. MARKUPS SUBTOTAL % CHARGED. COST 5 Bond 1.00% $32 Sub -Tier Fee (8%) 8.00% 5.1 Fee (NTE 15% of 1,2,3) 15.00% $485 Subtotal: $517 TOTAL COST OF THIS CHANGE: $3,751 14535 NE 91'r Street - Redmond, WA 98052 - 425-885-4110 - Fax425-8854110 ARCHITECTS + URBAN DESIGNERS ARCHITECT'S SUPPLEMENTAL INSTRUCTIONS ASI —016 Project Name: Tukwila Fire Station 52 Contractor: Lydig Construction Issued by: Lauren Rock Copies to: Lydig, SOJ Attachments: Revised sheets A201 S, A2025.A, A704 Project No. 17012 Issue Date: 4/7/2020 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. Description: Revised RCPs clarify the Linear Wood Ceiling layout and dimensions. Revised A704 clarifies ceiling edge details, recessed light fixture mounting detail, and transition details. 2200 Western r n Avenue Suite 30L Seattle, WA. 981 1 I 1921 deu7st0iisAUc m 2064418606 F 1064 31291 I I; Nn PA Hp EE; 011 9 g 93 0 I EN MJ -4 --xx4t !.#0 9 o 0 0 I .Z © 51111101M + S." ""V fl+VNI3J-SNI3AA Sal a wenn + " n+VN oISN @ M F ;Q \a-� ) , // k) % ® � \ _�s .■_ \ _ �a » 5 -0'55.-5,5-55.-5v n+vN13.1.SNI3M a 8.. 2 <41 LVDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #099 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone. 3609072459 Fax. 4258812903 Prime Contract Potential Change Order#099: CE #146 - RFI #298: Elec - Outlet in Entry Vestibule 101 TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 099 / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: 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) 4/29 /2020 PRIME CONTRACT None CHANGE ORDER: FIELD CHANGE: No LOCATION: ACCOUNTING METHOD: SCHEDULE IMPACT: Amount Based PAID IN FULL: No TOTAL AMOUNT: $1,548.51 POTENTIAL CHANGE ORDER TITLE: CE #146 - RFI #298: Elec - Outlet in Entry Vestibule 101 CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #146 - RFI #298: Elec - Outlet in Entry Vestibule 101 Relocation of bench receptacle to south wall of vestibule in Vestibule 101 per RFI 298. ATTACHMENTS: CE 146 - COR019:pdf 9 Cost Code Description Type Amount 26--001-99- - BP-11 -Electrical Subcontractor PCEC COR 019 Subcontractor $ 1,453.00 Subtotal: $1,453.00 Fee - Self Perform Work: 16.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, and Unwritten Sub's/PAs. $ 0.00 Fee - Sub Tier Work: 4.60% Applies to Subcontractor and Purchase Agreements. $.65.39 GL Insurance: 0.76% Applies to all line item types. $.11.39 P&p Bond: 0.76% Applies to all line item types. $ 11,47 B&OTax: :=0.47% Applies to all line item types. $ 726. Grand Total: $1,648.61 Owner Signature Date Lydig Construction, Inc. page 1 of 1 Printed On: 4/29/ 2020 10 :56 AM PACIFIC COAST ELECTRICAL CONTRACTORS, INC. 16620 North Road * Bothell, Washington 98012-5908 TEL (425) 741-2700 * FAX (425) 741-2600 April 29, 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# 298 PCEC RFI# PCEC COR# 019.0 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 $1.453.00 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 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 PeEe Pacific Coast Electrical Contractors, Inc. Sub Contractor Breakdown Summary Project Name: Tukwila Fire Station 52 COP# PCEC Job No.: 19066 PCEC COR# 019.0 Work Relocation of Bench receptacle to South Wall of Vestibule. Date: 4/29/2020 Description: CCD# RFI# 298 1 CRAFT LABOR COSTS (includes payroll taxes & burden) PCEC RFI# a. craft labor costs from breakdown $ 92.98 10.49 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 $ 975.36 Supervision d. direct supervision 0% (of direct labor) $ - e. safety 0% (of labor) $ - f. travel (if applicable, itemize) parking $ 1. CRAFT LABOR COSTS $ 975.36 2. MATERIAL COSTS a. scheduled material $ 250.95 d. permits $ b. quoted material $ e. dumpster $ c. freight $ f. coordination drawings $ 2. MATERIAL COSTS $ 250.95 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. 15% overhead & profit of 1 15% overhead & profit of 2, 3 & 4 - $ - $ 3. EQUIPMENT COSTS $ 4. SMALL TOOLS $ 5. OVERHEAD & PROFIT 6. SUBCONTRACTORS a. $ b. $ c. d. $ 7. 0 & P ON SUBCONTRACTORS a. 0% overhead & profit of 6 6. SUBCONTRACTORS $ 183.95 7.O & P ON SUBS $ 8. INSURANCE / TAXES a. volume driven liability insurance 1.00% (of 1 through 7) $ 14.10 b. Bonding 2.00% (of 1 through 7) $ 28.49 c. State B&O Tax 0 (of 1 through 7) $ - d. City B&O Tax 0 (of 1 through 7) $ - 8. INSURANCE $ 42.59 9. 0 & P ON INSURANCE / TAXES a. 0% portion of 8 9. O& P ON INS /TAX $ - TOTAL COST 1 THRU 8 $ 1,453.00 Job Name: 8#52Tukwila Job Number: l4Z9 Extension Name: COR Material Filter<None> [items and ByProducts] Report: COR 2/1 Item # Item Name | Quantity | Price U Ext Price | Labor U Labor Ext Label Set: Combined, Combined, Combined, Combined, Combined $250.95 10.50 08 l2THHNCUSTRANDED 225.00 $195.77 M $4485 &00 M 1.35 1'047 3/4EMT 70.00 $161.35 C $112.95 5,00 C 3.50 1'170 3/4EMT [ONm3/5/| 4.00 $82.42 C $3.30010E 0.40 1.319 3/4EMT COUPL S/[ 9.00 $682.24 C $6140 0.14E 126 1.458 3/4EMT 1 HOLESTFySTL 10.00 ' $2.83 4.00 C 0.40 3,DOO1/4-2UX3/4RHMACH S[RBN 1 $0.46 2.75 C 028 4,194gX1/2HEX HID TAP SCR 4.00 $2.93 C $0.12 5.00 C 020 4,2921/4FLAT CUT WASHER ZINC 10.00 $4.12 C $0.41 0.70 C 0D7 4,3761/4MACHINE BOLT ANCH 10.00 [ $1]6 16.00 C 1�60 4f34TSGB-24BOX BRACKET 2.00 $448.31 [ $&97 IIHO C 0.20 7,178 IDEAL 452RED WIRE NUT 600 $201.37 yN $121 0.06 E 036 17,464 4gBOX Z'1/O^D'1/28B/4^'KO 2.00 $446.65 { $8.93 30.00 C 0.60 17'4VO4/SBLANK COVER Z00 $193.52 C $187 8.00 [ 0.16 18,770 GIRD P|GTA|L#lZx1D-1/2^ 2.00 $55.40 [ $111 6.00 [ 012 Courtesy of McCormick Systems Inc Page 4/29/20201/0:30Am LY©IG Lydig, Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #298 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Elec - Outlet in Entry Ves bule 101 TO: Thayer Wild (Weinstein A+U) FROM: Lauren Rock (Weinstein A+U) Emma Nowinski (Weinstein A+U) DATE INITIATED: 04/03/2020 LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: TBD DRAWING NUMBER: E301S, A612 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+IJ), David White (Lydig Construction, Inc. - Bellevue Off), Thayer Wild (Weinstein A+U) Question or Scott Driscoll (PACIFIC COAST ELECTRICAL) David White (Lydig Construction, 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 Closed on 04/06/20 04/10/2020 TBD Bellevue Of) at 03:29 PM on 04/03/2020 Clarification on the mounting elevation of the outlet in Room 101 is needed. Sheet E301 S shows an outlet on the north wall of the entry vestibule. The interior elevation of this room does not show this outlet. As noted in WAU's field report, this may conflict with the location of the wood bench. A cost-effective option would be to lower the outlet below the wood bench. Please advise on the location of the outlet. Attachments: RFI 298 - Elec - Outlet in Entry Vestibule 101.pdf Official Response: Lauren Rock (Weinstein A+U) responded on Monday, April 6th, 2020 at 2:14PM PDT Lowering the outlet below the bench would put it below the required accessible reach range. Relocate outlet to south wall of Vestibule. Center under annunciator and louver. See markups on attached drawings. L. Rock, Weinstein A+U 4/6/20 Attachments: RFI 298 - Elec- Outlet in Entry Vestibule 101 WAU Response.pdf All Replies: Lowering the outlet below the bench would put it below the required accessible reach range. Relocate outlet to south wall of Vestibule. Center under annunciator and louver. See markups on attached drawings. L. Rock, Weinstein A+U 4/6/20 Attachments: RFI 298 - Elec - Outlet in Entry Vestibule 101 WAU Response.pdf BY Lydig Construction, Inc. DATE Page 1 of 1 COPIES TO Printed, On: 04/29/2020 11:02 AM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #102 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #102: CE #134 ASI-015 Bench Support Clarifications TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 102 / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE PACT: 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: 5/13 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $10,589.56 POTENTIAL CHANGE ORDER TITLE: CE #134 - ASI-015 Bench Support Clarifications CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #134 - ASI-015 Bench Support Clarifications ASI-015 Bench Support Clarifications provides details and mounting locations for the bench supports in the Vestibule and Lobby. Sheets A101 S and A503 have been reivsed, and A705 has been added to the set. ATTACHMENTS: 20 0410 TFS52 ASI-015 Bench Support Clarifications.pdf PCO 102-SP - Combined.pdf CE #134 - VAN #15- Bench Support Framinp.pdf_ # Cost Code Description Type Amount 1 Sub 09--010-99- BP•06- GWB, Insulation & ACT Van #15 Subcontractor $ 2,565.00 2 50--004-10- - Allowance 4- Wood Benches Allowance 4 - Wood Benches Project Contingency ($10,000.00) 3 03--001-99-- BP-03 - Structures Subcontractor CE 134-SP Subcontractor $ 16,940.82 Subtotal: $9,505.82 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. $ 877.76 GL Insurance: 0.76% Applies to all line item types. $ 77.88 P&P Bond: 0.76% Applies to all line item types. $ 78.46 B&O Tax: 5 0.47 % Appliesto all line item types. $ 49.64 Grand Total: 610,689.66 Owner Signature Date Lydig Construction, Inc. page 1 of 1 Printed On: 6/2/ 2020 12 :21 PM LY Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #102-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 #102-SP: CE #134-SP - ASI-015 Bench Support Clarifications TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 102-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 Bellevue Washington, 98005 CONTRACT: 1 - Tukwila Fire Station #52 - Self -Perform Prime Contract CREATED BY: Alex Carey (Lydig Construction, Inc. Bellevue Off) CREATED DATE: 5/13 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $16,940.82 POTENTIAL CHANGE ORDER TITLE: CE #134-SP - ASI-015 Bench Support Clarifications CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #134-SP - ASI-015 Bench Support Clarifications This ASI provides details and mounting locations for the bench supports in the Vestibule and Lobby. Sheets A101S and A503 have been revised, and A705 has been added to the set. ATTACHMENTS: PCO 102 - Combined.pdf CE 134-SP:pdf CE 134-SP - 1925-012 Change Order Formal.pdf # Cost Code Description Type Amount 05--001-97- - Structural Steel Supplier B&B 1925-012 Purchase Agreements $ 2,175.00 2 05--005.01--.Steel Grating Lydig S/P Install Labor $ 1,402.00 3 12--022-01- - Manufactured Casework- Installation (Union) NKBuild Wood Benches & Counter Materials $11,000.00 Subtotal: $14,577.00 Fee - Self Perform Work: 16.00%Appliesto Labor,Materials, Equipment, Other, Overhead and Profit, Unwritten Subs/PA's,.and Project Contingency. $ 1,860,30 Fee •:Sub Tier Work: 8.00 %Applies to Subcontractor: and Purchase Agreements. $ 174.00 GLInsurance: 0.75%Applies to all line itemtypes. $ 124.58 P&P Bond: 0.76% Applies to all line item types. $ 125.52 B&O Tax: =0.47%Applies to all line item types. $ 79.42 Grand Total: $16,940.82 Owner Signature Date Lydig Construction, Inc. page 1 of 1 Printed On: 6/2/ 2020 12 :12 PM COP Cost Breakdown o u w 0 0 V N m E a E a 0 0 O i Q 0 b O I Bench Support Po Total Cost of Wo Sub it ed: 16/Apr/20 an r er B&B Fabricators 7301 197th PI NE Arlington A 98223 Please respond by: 21/Apr/20 Page 1/1 From: Brian Bergeson To: Alex Carey 1925 - Tukwila Fire Station 52 (Lydig) 15447 65th Ave S Tukwila WA 98188 Change and additional work description: ASI-015 Reference documents: The total cost for this change: $2,175.00 This change has no schedule impact Added 6 each Designed Bench Supports Project reference: Change order no.: 012 Fabricator project: 1925 Sequences: 1A Area: Vest & Str 1 Please sign below to indicate your acceptance of this change and its related cost and schedule impact, subject to the terms of our original agreement and additional terms specified above. Receipt of this signed change order represents full authorization to proceed with the above described changes. Change Order 012 Approved by: Date: Report ei d byAVEVA Solutions Limited Copyright © 2010 c entyear. Printed: 16/Apr/20 07:33:57 0 a a, L 0 w Q V 0 0 v a) E m O H a) V 0 C L CT ,N m 0 ✓ c LT_ a) 0. t m C= J CO lO 0 O O t T c N tH tr4 N m 42" 64 b4 O O O 0 0 O O 0 O co O CO O O CO to t0 O O up d O O r O irR 414 *A. *AP V9 • 0 0 0 0 Mr CV CC) Q O(V Cr) CSC) 0 O N d' LO m ut 0_ a. 0_ Z a_ a) C L 3x2-1/2x1/4 A 0' 8" Base plate VD m m x 0' 2-1/2" Cap plate 1/4x2-1/2 A36 0' 4-3/4" Hardware 1/2x4-3/4 KB-1Z m m CL LL 1' 4" Column 2-1/2x2-1/2x.250 A500- V N = CO • t0 CO lO - tO CI i fo m :: • J co U >< O_ 16/Apr/20 07.3 Report generated by AVEVA Solutions Change Order Est Tukwila Fire Statio Lt tNI 79: Change order: 0'12 cD. sembly hours: E CL 7 0 Length Part type 0 0 0 0 M LO 111 CO 01 . . . . ../7 -0 -C1 XI ..C1 o CD t N CO C/ N Crl CO (JO C‘i fel Ln a_ a. ci z ci a) 3x2-1/2x1/4 A36 08" Base plate 0' 2-1/2" Cap plate 1/4x2-1/2 A36 0' 4-3/4" Hardware 1/2x4-3/4 KB-TZ 1' 4" Column 2-1/2x2-1/2x.250 A500- V/ OCI CO --.1 LL U- > I on LC/ LO Li) N LO (e•-• 0. CL .1.-• 7 CO LEI 4-• —J CL .-_,J CL CSI CL X L., Y_./.. CO U LLI 0_ CO o a at 4e; Assembly hours: Co (1(.." Total hours: Printed: 16/Apr/20 07:38:40 right C) 2010 to current year. lutions Limited, C Report generated by AVE mate - Labor Cost LLI 0 w Tukwila Fire Station 52 (L U w 0 qj LA Change order: 012 Total labor cost Part labor cost Assy labor cost a) t tis cL a) E ru Printed: 16/Apr/20 07:39:16 Report generated by AVEVA Solutions Limited, Copyright 2070 to current year. late - Summary by Cost Catego LLI 1 m C 0 U C 0 a; E Cl/ E co U) Markup 2 Markup 3 CL co U) 0 0 I - Shipping weight a) ro In 0 o C) CD Ca Ca CD Ca 0 CD CD C) Ca cc cc o 0 cc 0 cc es o d ci co 6 co o .EP, 44 44 44 44 44 44 479. 44 44 474 rn tc If) *tr. V) 0 rnP 1.Q N N 0 rri 0 424 0- c-- 429. en 44 \ 4:29. 44 4, en 0 Ln .1- Ira 0 m 0 to N N CD 6 6 t--- "ct en eS v-- 44 LO r- al is% ,e- en .cal. N iril. +09- r.-- r-- Co co cs cc co •cr. 6 cc co 0) 'EA44 44 - CD CO 0 - 0. C) IN co 01 .b.'r 1,4 0 CD 0 0 CD CD CD CD 0 0 Ca CD Ca CD CD 0 0 Ca 0 CD CD Ca 0 Ca CD Ca CD CD CD Ca Ca 0 Ca CD 0 Ca 0 CD 0 CD 0 0 0 6 6 d 6 6 6 C) d d ci Ca Ca 0 0 0 CD 0 Ca 0 0 0 0 CD CD 0 0 CD CD Ca CD 0 0 CD CD CD CD CD 0 Ca CD CD Ca 0 0 CD 0 Ca Ca CD CD 0 CD 0 CD o d d d 6 6 ci C) d CD 0 0 CD Ca 0 0 Ca 0 Ca CD 0 CD Ca 0 CD CD 0 0 0 0 CD Ca 0 CD C. 0 0 CD CD CD CD 0 0 CD CD 0 CD CD 0 CD eq CD If)If) IA 6 cri o 6 00 0 0 0 CO en C). q C) e co. C) o 0 N CO Ln 44 a.° Cl tork 44 N 44 44 4▪ 4 ttn- _o _o _o _o so _o 0 o so _co I" 0 0 Ca CD CD 0 Ca 0 Ca CD CD 0 CD 0 Ca Ca CD eq 0 0 0 6 6 6 ci d 6 cc 6 6 d Assembly labor a a.t > col so ...... st c co ..c := c I-,. ., .0) Fa io — (0 c 2 a) a) a LL u_ 0 0 Insurance 5% M,L,F Load/ off load Small tools/ equip. C 0 a) Printed: 16/Apr/20 07: Report generated by AVEVA Solutions Limited, Copyright © 2070 to current year Tukwila Fire Station, Contract 2 NK Build LLC 2350 McGilvra Blvd. E Seattle, Wa 98112 (206)200-7571 Noah Kriegsmann Date: May 27, 2020 TO: Craig Greene Lydig Construction 3180 139th Ave SE #110, Bellevue, WA 98005 facilitated through: Weinstein Au Architects Lauren Rock SHIPPING DELIVER PAYMENT SHIPPING TERMS METHOD Y DATE TERMS TBD - 50%upon Fire Station 52 Delivered and Included in total acceptance, Furnishings Installed by NKB costs Sommer Balance at 2020 completion 52-bench DESCRIPTION Wall Benches, Built from reclaimed live - edge Maple, provided by City of Tukwila. Each bench to be built of a single slab, mounted by NK to existing steel brackets, cantilevered from wall. Brackets will be built and installed by Lydig, bolted to wall framing. Wall will be finished and paintedat time of NK installation of wood components. NK will create slab sizes, including orientation of live edges, lengths, miters, etc. to specifications provided by Weinstein AU. NK plans total of two visits to site, one to confirm bracket location/measurements, and one to install. Meeting/Coordination with Weinstein AU and Lydig to finalize design as needed. Wood will be finished with satin conversion varnish. All voids, checks, and compromises in wood topography to be smoothed and filled with epoxy resin. Pricing includes strictly wood materials, coordination as stated, sourcing of materials and installation. Emma Nowinski 15 days UNIT PRICE DISCOUNT LINE TOTAL 3500 $7000 52- counter Surface for Administration Counter. Top counter surface to be single slab of reclaimed Maple, provided by City of Tukwila. One live edge, one straight edge, approximately 16" wide, 9' long, 1 5/8" thick. Steel plate, provided by NK, will run lenth of wall top, serving as a structural attachment between wall and slab. Plate will be screwed down in to the wall via flush screws, as well as allowing fastening up in to the slab along overhanging edges. Steel will not be visible from standing height, except for at far end where slab tapers and ends prior to meeting wall. All structural wall components built by Lydig. NK budgets 6 meetings/site visits for this project. (2 with Weinstein AU for design, 4 on site for sourcing, measurement, coordination and install.) Wood to be finished with satin conversion varnish. All voids, checks, or structurally compromised sections of slab to be filled or stabilized with epoxy resin. Pricing includes all wood and steel materials including materials required for install, coordination as stated, and installation. Installation schedule to be determined by construction timeline, provided by Lydig, as well as production timeline of components by NK. Anticipated install date late Summer, 2020. 4000 $4000 Subtotal Sales Tax Total Hand -built in Seattle, Wa. n/a - resale $11,000 50%a deposit due to begin project THANK YOU FOR YOUR BUSINESS! #1046- Tukwila Fire Station #52 Direct Work Change Order Proposal Submitted To: Alex Carey - Lydig Construction VAN #: 15 Submitted By: Mark Davis Document Reference: ASI-015 Company: Vanderlip & Co., Inc Date: 4/1812020 Description of Change: Additional framing and upgraded material thickness where required to accommodate bench supports as indicated in ASI-015. 1. CRAFT LABOR COSTS DESCRIPTION MHRS RATE COST (Working Foreman) Coordination/Lay-Out 2 $85.22 $170 Demo $79.82 Framing 16 $79.82 $1,277 Hang Drywall $79.82 Tape/Plaster $79.82 Stock/Staging 1 $79.82 $80 Protection/Clean-up 1 $79.82 $80 Install HM Frame $79.82 Delivery 2 $79.82 $160 Subtotal: $1,767 2. MATERIALS QTY UNIT RATE COST 54 mil Track 40 UFT $1.72 $69 54 mil Studs 156 UFT $1.96 $306 GWB SQ/FT $0.75 Taping SQ/FT $0.30 L-Bead/Cornerbead UFT $0.25 Anchor Bolts ea. $1.95 DensGlass Sheathing SQ/FT $0.98 Scafco Ponywall Supports ea. $89.00 Hot Mud SQ/FT $1.00 Subtotal: $375 3. EQUIPMENT QTY RATE COST Dumpster HRS $2.97 Equipment 8 HRS $8.75 $70 Subtotal: $70 4. SUBCONTRACTORS QTY UNIT RATE COST Commercial Insulation Service Subtotal: 5.MARKUPS SUBTOTAL % CHARGED COST 5 Bond 1.00% $22 Sub -Tier Fee (8%) 8.00% 5.1 Fee (NTE 15% of 1,2,3) 15.00% $332 Subtotal: $354 TOTAL COST OF THIS CHANGE: $2,565 14535 NE 91 " Street - Redmond. WA 98052 - 425-885.4110 - Fax425-885-4110 +-U ARCHITECTS + URBAN DESIGNERS ARCHITECT'S SUPPLEMENTAL INSTRUCTIONS ASI -015 Project Name: Tukwila Fire Station 52 Contractor: Lydig Construction Issued by: Emma Nowinski Copies to: Lydig, SOJ, WAU, NK Builds Attachments: A101 S, A503, A705 Project No. 17012 Issue Date: 4/10/20 14 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 ASI provides details and mounting locations for the bench supports in the Vestibule and Lobby. Sheets A101 S and A503 have been revised, and A705 has been added to the set. 2200 Western Avenue .0Wte 01 .,w;ttle ',ln ti i' i-t t +ei st ,in'qJ.corr T 20,34 3 8606 = 206 44 T 511.101S3C11.1111-11.w...v n +v NI 315 N 3 Aft 1§g 2 g V kit = 2 IP, IdItI rghkEiA 2 11 2 bi1: T G Nvon+50311""v 11-1-VNI3ISNI3M - g I i. 0 i A 5 n m g 53 § ,g 2 VW r! A ;hi 1 1Hinlli I 1 II gig ,c1 Sb3N'JIS34 NYflf45D3LNJ v 11+V NI3L SN �I3 R Etr)s R. LY©IG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #104 Project: 30129-43- TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #104: CE #152 - RFI #303.1: Elec - Fire Smoke Damper Power Clarifications TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 104 / 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: 5/13 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: TOTAL AMOUNT: Amount Based No 9,143.97 POTENTIAL CHANGE ORDER TITLE: CE #152 - RFI #303.1: Elec - Fire Smoke Damper Power Clarifications CHANGE REASON: Design Development POTENTIAL CHANGE ORDER. DESCRIPTION: (The Contract Is Changed As Follows) CE #152 - RFI #303.1: Elec - Fire Smoke Damper Power Clarifications Additional power connections for fire dampers per RFI 303.1. 120V Power connections for fire dampers; 2 FACP modules as 1 per circuit is required. ATTACHMENTS: CE 152 - COR020.pdf # Cost Cade Description Type Amount 26--001-99--BP- i1 - Electrical Subcontractor PCEC COR 020 Subcontractor 5 8,580.00 Subtotal: $8,580:00 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. $ 386.10 GL Insurance:0 78 Appliesto all line item types. $ 67.25 P&P Bond: .0.76 % Applies to all line Item types. 5 67.75 B&O Tax: = 0.47% Applies to all line item types. $ 42.87 Grand Total: $9,143.97 Owner Signature Date Lydig Construction, Inc. page 1 of 1 Printed On: 5/13/ 2020 10 :06 AM PACIFIC COAST ELECTRICAL CONTRACTORS, INC. 16620 North Road * Bothell, Washington 98012-5908 TEL (425) 741-2700 * FAX (425) 741-2600 April 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# 303.1 PCEC RFI# PCEC COR# 020.0 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 $8,580.00 We will not proceed with this change to our work until directed by Lydig Construction Light fixtures and equipment will not be releasedfor 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 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 Pacific Coast Electrical Contractors, Inc. Sub Contractor Breakdown Summary Project Name: PCEC Job No L 19066 Work Pricing for RFT 303.1 1202V Power for Fire Dampners. Description: Providing 2 FACP modules, as 1 per circuit is required. Tukwila Fire Station 52 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 $ 1,400.16 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. Guardian Security b. C. d. 0% (of direct labor) 92.98 127.03 161.09 104.75 114.36 5,325.89 COP# PCEC COR# 020.0 Date: 4/30/2020 cco# RFI# 303.1 PCEC RFI# 57.28 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 5,325.89 d. permits e. dumpster f. coordination drawings $ 15% overhead & profit of 1 15% overhead & profit of 2, 3 & 4 7. 0 & P ON SUBCONTRACTORS a. 8% overhead & profit of 6 8. INSURANCE/TAXES a. volume driven liability insurance b. Bonding c. State B&O Tax d. City B&O Tax 2. MATERIAL COSTS 1,400.16 .111 $ 3. EQUIPMENT COSTS 4. SMALL TOOLS 5. OVERHEAD & PROFIT 550.00 $ 6. SUBCONTRACTORS 7. 0 8, 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. 0 & P ON INSURANCE/TAXES a. 0% portion of 8 9. O& P ON INS/TAX $ 83.29 $ 168.25 TOTAL COST 1 THRU 8 $ 1,008.91 550.00 44.00 251.53 8,580.00 Job Name: FS#52 Tukwila Job Number: 1429 Extension Name: COR Material Filter: <None> [Items and ByProducts] Report: COR 2/1 Item# Item Name Quantity Price Ext Price . • . • Labor Labor Ext Label Set: Combined, Combined, Combined, Combined, Combined $1,400.16 68 12 THHN CU STRANDED 450.00 $195.77 M $88.10 1,047 3/4 EMT 240.00 $161.35 C $387.24 1,200 3/4 EMT CONN S/C/I 21.00 $654.24 C $137.39 1,319 3/4 EMT COUPL S/C 28.80 $682.24 C $196.49 1,458 3/4 EMT 1 HOLE STP/STL 33.60 $28.30 C $9.51 3,800 1/4-20 X 3/4 RH MACH SCREW 33.60 $4.56 C $1.53 4,194 8 X 1/2 HEX HD TAP SCR 48.00 $2.93 C $1.41 4,292 1/4 FLAT CUT WASHER -ZINC 33.60 $4.12 C $1.38 4,376 1/4 MACHINE BOLT ANCH 33.60 $13.58 C $4.56 4,634 TSGB-24 BOX BRACKET 8.00 $448.31 C $35.86 6,516 1/2 FLEX STEEL 24.00 $98.98 C $23.76 6,544 1/2 FLEX SQZ CONN MAL 8.00 $700.03 C $56.00 6,597 1/2 FLEX 90 SQZ CONN 8.00 $1,044:03 C $83,52 6,988 12 GA TERMINATION 6.00 $0.00 X $0.00 7,178 IDEAL 452 RED WIRE NUT 8.00 $201.37 M $1.61 7,182 IDEAL 341 TAN TWISTER WIRE 16.00 $210.12 M $3.36 16,897 MTR SW 1P 1HP 15A 8.00 $16.20 E $129.60 17,041 SWITCH LEVER GUARD 8.00 $10.57 E $84.55 17,049 RAISED COVER 1 SWITCH 8.00 $574.49 C $45.96 17,462 4/5 BOX 1-1/2"D COMBO 8.00 $286.19 C $22.89 18,770 GRD PIGTAIL #12 x 10-1/2" 8.00 $55.40 C $4.43 20,125 FA DAMPER H/U 10.00 $0.00 Q $0.00 20,320 FA 18/2 RISER FPLR ALARM CB 100.00 $260.77 M $26.08 20,326 FA 14/2 RISER FPLR ALARM CB 100.00 $549.17 M $54.92 $1,400.16 WADS , AAP 1 . Jo 4,,tfYgol .4,1s1V4AT , WIZ 6-3 57.28 M 2.70 C 12.00 E 2.94 E 4.03 C 1.34 C 0,92 C 2.40 C 0.24 C 5.38 C 0.80 C 0.96 C 0.96 C 1.15 E 0.90 E 0.48 E 0.80 C 3.60 E 0.80 C 0.80 C 2.40 C 0.48 E 8.00 M 1.20 M 2.00 57.28 Courtesy of McCormick Systems Inc. Page 2 4/30/2020 2:10 PM 253-564-4564 J mwade@guardiansecurity.co www.guardiansecurity.com 4 PROJECT INVESTMENT Name: Pacific Coast Electrical Contractors Site Billing 15447 65th Ave. S 16620 North Road Tukwila, WA 98188 Bothell, WA 98012 Contact Scott Driscoll P (206) 919-2042 E sdriscoll@pcec.com Tukwila Fire Station 52 Damper Relays OErY Manufacturer 2 FIRE-LITE 2 SPACE AGE FinancialSurnmary. FL-CRF300 06-M R101CR MODULE, CONTROL RELAY, ADDRESSABLE RELAY, SPOT, 10AM P, METAL ENCL Total Proposal Amount Note: Taxes are not included and will be charged at the time of invoice. SiEgaPPAY494O8t1it.111,61:„, "xn111.7,31S"ZR:':arp0F06,q4i,v.,K.F,,,, $550.00 L Y DI G Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #303.1 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Elec - Fire Smoke Damper Power Clarifications 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), Emma Nowinski (Weinstein A+U), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. - Bellevue Off), Thayer Wld (Weinstein A+U) FROM: Question frog Emma Nowinski (Weinstein A+U) Lauren Rock (Weinstein A+U) Thayer Wild (Weinstein A+U) 04/22/2020 TBD E301S E301S,-E801 Scott Driscoll (PACIFIC COAST ELECTRICAL) David White (Lydig Const The following response was given to RFI 303: uction, Inc STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: Bellevue Of It 0 David White (Lydig Construction, In Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Closed on 04/30/20 04/29/2020 TBD :17 PM on 04/22/2020 "Connect the (2) fire smoke dampers to the same receptacle circuit in each Bunk Room respectively Provide motor rated toggle switch for each fire smoke damper for power connection." Pacific Coast Electrical has the following concerns: (1) PCEC believes code requires the fire damper to have a dedicated circuit. (2) It should tie into the fire alarm system so during an alarm condition the power can be lost to the dampers and allow it to close to provide the fire rating of the wall. Please advise if any changes are to be made to the power supply for the bunk room FSDs. Attachments: RFI 303.1 Elec - Fire Smoke Damper Power Clarifications.pdf Official Response: Thayer Wild (Weinstein A+U) responded on Thursday, April 30th, 2020 at 8:24AM PDT 1. Connect fire smoke dampers in Bunk Rooms 108, 109, 110 & 111 to circuit B-67 and connect fire smoke dampers in Bunk Rooms 112, 113, 114 & 115 to circuit B-69. 2. Provide "daisy chain" connection to all fire smoke dampers in Bunk Rooms 108, 109, 110, 111, 112, 113, 114 & 115 for connection to fire alarm control panel (FACP). Rocxy Juan - TFWB Engineers 4-29-2020 Attachments: RFI 303.1 Elec - Fire Smoke, Damper Power Clarifications - TFWB Response.pdf All Replies: Lydig Construction, Inc. Page 1 of 2 Printed On: 05/13/2020 10 :07 AM RFI #303.1 LYDIG 1. Connect fire smoke dampers in Bunk Rooms 108, 109, 110 & 111 to circuit B-67 and connect fire smoke dampers in Bunk Rooms 112, 113, 114 & 115 to circuit B-69. 2. Provide "daisy chain" connection to all fire smoke dampers in Bunk Rooms 108, 109, 110, 111, 112, 113, 114 & 115 for connection to fire alarm control panel,(FACP). Rocxy Juan - TFWB Engineers 4-29-2020 Attachments: RFI 303.1 Elec - Fire Smoke Damper Power Clarifications - TFWB Response:pdf BY Lydig Construction, Inc. DATE COPIES TO Page 2 of 2 Printed On: 05/13/2020 10:07 AM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #105 Project: 30129-43-TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #105: CE #153 - RFI #341: Civil/Mech PSE Gas Conduit TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 105 / 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: 5/13 /2020 PRIME CONTRACT None CHANGE ORDER: FIELD CHANGE: No LOCATION: ACCOUNTING Amount Based METHOD: SCHEDULE IMPACT: PAID IN FULL: No TOTAL AMOUNT: $5,879.63 POTENTIAL CHANGE ORDER TITLE: CE #153 - RFI #341: Civil/Mech - PSE Gas Conduit CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #153 - RFI #341: Civil/Mech - PSE Gas Conduit Provide a natural gas sleeve for PSE gas to run their gas piping through from 65th Ave to the gas meter location. ATTACHMENTS: RFI 341.pdf CE #153 - 19-11 TFS52 COP #057 - Install Gas Sleeve.pdf # Cost Code Description Type Amount 31--001-99- - Earthwork and Utilities subcontract Pellco COP 057 Subcontractor $ 5,517.00 Subtotal: 55,517.00 Fee - Self Perform Work: 16.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, and Unwritten Sub'sIPA's. $ 0.00 Fee - Sub ncr Work: 4.60% Applies to Subcontractor and Purchase Agreements. $:248.27 GL Insurance: 0.76% Applies to all line item types. $ 43.24 P&P Bond: 0.76% Applies to all line item types. $ 43.56 B&O Tax: = 0.47%Applies to all line Item types. $ 27.56 Grand Total: $6,879.63 Owner Signature Date Lydig Construction, Inc. page 1 of 1 Printed On: 5/13/ 2020 10 :19 AM Subcontractor CP Breakdown Summary Tukwila Fire Station 52 Project No. 30129-43 Cost Event #: CP #: 57 SUBCONTRACTOR: PELLCO Construction, Inc. Document #: RFI 341 DESCRIPTION OF WORK: Pricing for PELLCO to provide a natural gas sleeve in order to progress through the gas utility alignment prior to PSE availability. Date: 5/4/2020 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) 3,518 1,178 4,696 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% 704 B. Fee on Subtler Subcontractor Direct Costs (Item H) 8% IV. SUBTOTAL V. TOTAL VI. UNIT PRICE TOTAL SUBTOTAL (Total of Parts I, II, Ill Above) Liability Insurance (1.15%) Bond Costs (1.0%) TOTAL (Total of Parts I, II, Ill, IV Above) TOTAL $ 5,400 62 54 5,517 $ COP Cost Breakdown Project Name: Tukwila Fire Station 52 Project No. 30129-43 Contractor: PELLCO Construction, Inc COP Number: 57 Date: 5/4/2020 Contractor Ref. No. Description Quantity Unit Type Labor Material Equipment Total Unit $ Cost Unit $ Cost Unit $ Cost Cost Operator Foreman 16 HR $81.15 $ 1,298,40 $ - $ - $ 1,298.40 Operator 16 HR $77.05 $ 1,232.80 $ - $ - $ 1,232.80 Laborer 16 HR $61.67 $ 986.72 $ - $ - $ 986.72 4" PVC Sch 40 420 LF $ - $2.13 $ 894.60 $ - $ 894.60 Roll of pull rope 450 LF $ - $0.63 $ 283.50 $ - $ 283.50 $ - $ - $ - $ - $ $ - $ - $ $ $ $ - $ $ - $ - $ - $ - $- $ - $ - $ $ $ $ $ $ - $ - $ - $ $ - $ $ - $- $ - $ - $ - $ - $ $ $ $ - $ -- $ $ - $ - $ - $ $ $ $ - $- $ - $ - $ - $ - Freight/Delivery Costs $ - $ - $ - $ $ $ - $ - $ - $ $ -- $ $ $ - $ - $ $ - $ - $ - Labor Subtotal $ 3,517.92 $ 1,178.10 $ - Foreman $ - $ - Lead Foreman $ - $ - Noncraft Labor $ - $ Total Cost of Work $ 3,517.92 I $ 1,178.10 1 1 $ - $ 4,696.02 19-11 TFS52 GOP #057 - Install Gas Sleeve Page of Issued 5/4/2020 Project Name: Tukwila Fire Station 852 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 $ 46.50 $ 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/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 RATES CALCULATE AUTOMATICALLY DOUBLE TIME RATES CALCULATE AUTOMATICALLY I 37,U. i,.0 6rS f 7..' 1,..1,"; .. ..3p s .... _ _ '30 Form Revised 3/19/2009 Issued 5/4/2020 ID cu COP Equipme Tukwila Fire Station 5 Project Name: 0. Contractor: . Total Hourly Rate = H7I rq U) q COCO 69- T •,- 64 69 co cs, 01 CO o � .14.'01 N co co . ac co • 1,. $ 30 53 I CO CO e; CO 111.111114 69 tIIIIII BO Hourly Operating Cost N U N ,- 69 24 48 I $ 49.24 0 N CD co U) $ 30.88 I LO -4- ai N U) N— LSI N.: N— Ei4 0 N C) CV 37.66 14.98 $ 22.80 HourlyHRate. = (F + G)/ 176 x Regional Adj. $ 26 96 $ 45.95 N CO C) co U) CO -COCOV' . r•- cp 0 N c,9 $ 32 25 I N. CO CO • cNa cs) 69, $ 35.93 U) t I)) •,--.• 69, $ 41 03 69 69 64 69 G Blue Book Monthly Rate for Attachment $ 2,303.84 00 C6 0 CO 01 64 •V" CO Cei 0 CO CV- 6,4 •cr 00 CO 0 CO C \ I U) %t CO CO 0 CO CNI 69 F Blue Book Monthly Rate for Equipment CV s- el- ,r_ N 69- 5,783.36 CO CO C) CO C) V CO h: CO co .,-. (f> 5,702.40 0 0 U) COr' U) Lc; 69. 1,261.92 CO CO Lf) CO a) co CO CO CO N co co U) 2,737.15 4,917.92 E Power Mode (Diesel, Gasoline, Hydraulic.etc. (i 0 U) ›- C Model # or Axle Config, Size, Ca.acit etc. B Manufacturer A Equipment Description & Specifications (incl. Attachment Description, if applicable) EXCAVATOR 304 EXCAVATOR 308 EXCAVATOR 320 EXCAVATOR 336 LOADER 924 LOADER 926 CREW TRUCK F-450 ROLLER DOZER BOB CAT Hitachi ZX85 Issued 5/4/2020 Revised 3/19/2009 LYD1G Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #341 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Civil/Mech - PSE Gas Conduit TO: Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) Emma Nowinski (Weinstein A+U) DATE INITIATED: 04/23/2020 LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: TBD DRAWING NUMBER: C4.0/C4 1 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 04/29/20 04/30/2020 TBD 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 fro Alex Carey (Lydig Construction, no - Bellevue Of) at 02:21 PM on 04/23/2020 Reference Tukwila Fire Station 51 RFI 103. The gas connection from 65th Ave S to the building will require a gas conduit to be installed from the point of connection to the gas meter for PSE to use to pull in their gas piping. Pelico currently has the excavation, bedding, and backill included in their contract but there is no indication to install a conduit for the gas line in the contract documents. Please confirm that a gas conduit is to be installed using PVC pipe and advise on pipe diameter required. Attachments: RFI 341 - Civil-Mech - PSE Gas Conduit.pdf Official Response: Thayer Wild (Weinstein A+U) responded on Wednesday, April 29th, 2020 at 1:50PM PDT Greenbusch: Please refer to 3/M901 for gas meter connection detail. Provide and install the gas service to meter in accordance with the PSE Gas Service Handbook 2018:If the contractor elects to place conduit in the trench and cover instead of leaving the trench open to allow the service install, the size of the conduit shall be determined as described by the Handbook; from the size of the service coming from the main to the meter.The service size is not determined by the Engineer but by PSE; contact the gas service representative for confirmation. Reviewer: Dali Yu 04/29/2020 Attachments: RFI 341- Civil-Mech - PSE Gas Conduit Res All Replies: Lydig Construction, Inc. Page 1 of 2 Printed On: 05/13/2020 10 :17 AM RFI #341 LYDIG „1115:tr, 11' '16"WfaleggraMatitinta,,,„ Greenbusch: Please refer to 3/M901 for gas meter connection detail. Provide and install the gas service to meter in accordance with the PSE Gas Service Handbook 2018.If the contractor elects to place conduit in the trench and cover instead of leaving the trench open to allow the service install, the size of the conduit shall be determined as described by the Handbook; from the size of the service coming from the main to the meter.The service size is not determined by the Engineer but by PSE; contact the gas service representative for confirmation. Reviewer: Dali Yu 04/29/2020 Attachments: RFI 341 - Civil-Mech - PSE Gas Conduit Response pdf BY Lydig Construction, Inc. DATE COPIES TO Page 2 of 2 Printed On: 05/13/2020 10:17 AM L Y-D I G Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #106 Project: 30129-43 - TFS#52 GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #106: CE #154 - RFI #152: Arch - Door Frame 102B TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 106 / 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: 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) 5/13 /2020 None ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $892.10 POTENTIAL CHANGE ORDER TITLE: CE #154 - RFI #152: Arch - Door Frame 102B CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #154 - RFI #152: Arch - Door Frame 102B Revision of door frame 102B to Ez-Jamb Frame and revision to door hinges to work with revised door frame per RFI 152. ATTACHMENTS: tfs 52 - ,gccm-rfl 152-arch - door frame 102b-202005131733.pdf PCO 106-SP - Combined.pdf # Cost Code Description Type Amount 03--001.99- - BP-03 - Structures Subcontractor PCO 106-SP Subcontractor 6 837.08 Subtotal: S837.08 Fee- Self Perform Work: 16.00% Applies to Labor, Materials, Equipment, Other, Overhead and. Profit, and Unwritten Sub's/PA's. $0.00 Fee - Sub Tier Work: 4.60% Applies to Subcontractor and Purchase Agreements. $ 37.67 GL Insurance: 0.75% Applies to all line item types. $ 6.56 P&P Bond: 0.76%'Applies to all line item types. $:6.61 B&O Tax: = 0.47% Applies to all line item types. $ 4.18 Grand Total: $892.10 Owner Signature Date Lydig Construction, Inc. page 1 of 1 Printed On: 5/13/ 2020 10 :34 AM LYDI Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #106-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 #106-SP: CE #154-SP - RFI #152: Arch - Door Frame 102B TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 106-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: 5/13 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $837.08 POTENTIAL CHANGE ORDER TITLE: CE #154-SP - RFI #152: Arch - Door Frame 102B CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #154-SP - RFI #152: Arch - Door Frame 102B Revision of door frame 102B to Ez-Jamb Frame and revision to door hinges to work with revised door frame per RFI 152. ATTACHMENTS: CE 154-SP COP-4.pdf # Cost Code Description Type. Amount 08--012-97- - HM Doors, Frames, &: Hard ware Supplier WAH COP 04 Purchase Agreements $760.00 Subtotal: $760,00 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. $ 60.80 GL Insurance: 0.76% Applies to all line item types. $ 6.16 P&P Bond: 0.76% Applies to all tine item types. $ 6.20 B&O Tax: a 0,47% Applies to all line item types. $ 3.92 Grand Total: $837.08 Owner Signature Date Lydig Construction, Inc. page 1 of 1 Printed On: 5/13/ 2020 10:31 AM WASHINGTON ARCHITECTURAL HARDWARE A KENDELL COMPANY PROJECT Attn: Alex Carey Lydig QUOTATION Date: 5/4/2020 JOB: 1 9-10671 Quoted by: Amy Constantineau Tukwila Fire Station 52 Change Proposal #04 Changes to door 102E Hollow Metal - Lump Sum $845 Includes: -1 ea 3'0 x 7'0" 3F CM 16g CR HMF 1 ea 3'0" x 7'0" SRC Single Rabbet EZYJamb Frame Excludes: Installation Delivery: 6 weeks after approval Hardware- Lump Sum .................. a O aa•leama” ...... ............... .,...... roe. .......,........ ..$(85) Includes: -2 ea TE 640 3D Hinges 2 ea TE 540 3D Hinges Excludes: Installation Delivery: 6 weeks after approval. NOTE: If paneling is used on the door, the panels will need to be left short or otherwise beveled on the hinge side on order for the door to properly open and close. NOTE: This material HAS NOT been incorporated into the project. We will proceed once written authorization is received. I/We agree to purchase the items as described above. By: Date: Written authorization to proceed is required before any action can be taken on this order. Prices guaranteed for 30 days from date of quotation. Unless otherwise noted, prices. are FOB point of origin, freight prepaid to jobsite, and excludes sales tax. Modified or special order items are not returnable. All returns require preauthorization. TERMS: NET 30 days/No Retention Tel 253.471.9150 Fax 253.471.9171- 4409 South Orchard St. Tacoma, WA 98466 www.wah-usa.com WAH109/1/18 LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #152 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax. 4258812903 Arch - Door Frame 102B TO: Emma Nowinski (Weinstein A+U) Lauren Rock (Weinstein A+U) Thayer Wild (Weinstein A+U) DATE INITIATED: 01/02/2020 LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: TBD DRAWING NUMBER: 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 01/15/20 01/09/2020 No 08 11 13 - Hollow Metal Doors and Frames RECEIVED FROM: Amy Constantineau (WASHINGTON ARCH. HARDWARE) 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 Alex Carey (Lydig Construction, Inc. - Bellevue Of) at 08:14 AM on 01/02/202.0 Door opening 102B is intended to be a concealed door frame but is currently shown as a standard HM frame type (type 1 per A911 door schedule). WAH has recommended an EzyJamb single rabbet SRC door frame be used for door opening 1028 (cut sheet attached). All of the currently scheduled door hardware is compatible with this frame except for the hinges. The current hinge per 08 71 00 hw set 03 for door 102B is a Tectus TE 640 3D which does not work with the frame. WAH suggests using a Tectus TE 540 3D. Please confirm that the door frame will be changed to the EzyJamb product attached and that the hinges will be changed to the TE 540 3D product attached. Attachments: RFI 152 - Arch - Door Frame 102B.pdf Official Response: Emma Nowinski (Weinstein A+U) responded on Wednesday, January 15th, 2020 at 4:37PM PST Both the EzyJamb frame and TE 540 3D hinge are the desired products for door 102B. E.Nowinski, WAU 01/15/2020 Attachments: RFI 152 - Arch - Door Frame 102B WAU RESPONSE.pdf All Replies: ii,44.,.,A142;i5,„.dtal,,,faiLa.„..46101441401,6maiie initiRIMMAtentiNAVROOPPORMONOW0 '',,,twmakAggaggeiatalltgOONWNIORMANOWSWIMMI40.10 Both the EzyJamb frame and TE 540 3D hinge are the desired products for door 102B. E.Nowinski, WAU 01/15/2020 Attachments: RFI 152 - Arch - Door Frame 102B WAU RESPONSE pdf BY Lydig Construction, Inc. DATE COPIES TO Page 1 of 1 Printed On: 05/13/2020 10:33 AM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #107 Project: 30129-43— TFS#52 GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax. 4258812903 Prime Contract Potential Change Order #107: CE #155 - RFI #258: Arch - Stor 125 Ceiling Height Clarification TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION 107 / 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) 5/13 /2020 None ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $2,288:95 POTENTIAL CHANGE ORDER TITLE: CE #155 - RFI #258: Arch - Stor 125 Ceiling Height Clarification CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #155 - RFI #258: Arch - Stor 125 Ceiling Height Clarification Revision of door frame and door height for opening 125B per RFI 258. WAH COR 05 has been revised to remove extra door frame 136 from the pricing per CO meeting 6/10/2020 Original door 125B will be turned over as extra stock as it had already been released prior to height adjustment. ATTACHMENTS: PCO 107-SP - Combined Rev 1.pdf _tfs 52 - gccm-rfi 258-arch - stor 125 ceiling height clarification-202005131748.pdf Cost Code Description Type Amount 1 03--001-99--.8P-03- Structures Subcontractor PCO 107-SP Subcontractor $ 2,147.78 Subtotal: $2,147,78 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. $ 96.65 GL Insurance: 0.76%Applies to all line item types. $ 16.83 PSP Bond: 0.76% Applies to allline item types. $ 16.96 1380 Tax: = 0.47 % Applies to all line item types. $ 10.73 Grand Total: $2,288.96 Owner Signature Date Lydig Construction, Inc. page 1 of 1 Printed On: 6/10/ 2020 03 :32 PM L G Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #107-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 #107-SP: CE #155-SP - RFI #258: Arch - Stor 125 Ceiling Height Clarification TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 107-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 #52 - Self -Perform Prime Contract CREATED BY: Alex Carey (Lydig Construction, Inc. - Bellevue Off) CREATED DATE: 5/13 /2020 PRIME CONTRACT None CHANGE ORDER: FIELD CHANGE: No LOCATION: ACCOUNTING METHOD: SCHEDULE IMPACT: Amount Based PAID IN FULL: No TOTAL AMOUNT: $2,147.78 POTENTIAL CHANGE ORDER TITLE: CE #155-SP'- RFI #258: Arch - Stor 125 Ceiling Height Clarification CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #155-SP - RFI #258: Arch - Stor 125 Ceiling Height Clarification Revision of door frame and door height for opening 125B per RFI 258. ATTACHMENTS: CE 155-SP - COP-5 Rev 1.pdf PCO 107-SP - Combined:pdf # Cost Code Description Type Amount 08--012.97- - HM Doors, Frames, & Hardware Supplier WAH COP 05 Purchase Agreements $ 1,950:00 Subtotal: $1,950.00 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. $ 156.00 GL Insurance: 0.76% Applies to all line Item types. $ 15.80 P&P Bond: 0.76%Applies to all line item types. $ 15.91 B&O Tax: = 0.47% Applies to all tine item types. $ 10.07 Grand Total: $2,147.78 Owner Signature Date Lydig Construction, Inc. page 1 of 1 Printed On: 6/10/ 2020 03 :26 PM &�&��U����&� Vn *K�� UU U � �� n � � ����U�������U **�m/xnnn��n��*�� ��KV������ nU*Kx� � n���K�� Attn: Alex Carey Lydig QUOTATION UON Date: 5/4/2020 JOB: 19-10871 Quoted by: AmyCnnatontineau Tnnk"°^^U Fire Station 52 Change Proposal #05 rev 1 IRFI 258 Hollow Metal —Lump Sum $425 Includes: 1 ea3'0x5-1045Min CW13F1GgOR Hollow Metal Frame (125B) Excludes: Installation Delivery: 4-5 weeks after approval Hardware— Lump Sum .................. ' $766 Includes: 1 ea. 4111K4CEDA852Closer Excludes: Installation Delivery: 7-9weeks after approval. WoodDPors—LumpSunn $760 Includes: 1ee3'0x5'1O4GMin Wood Door Excludes: Installation Delivery: 10-12 weeks after approval NOTE: This material HAS NOT been incorporated into the project. Wewill proceed once written authorization iareceived. KWe agree to purchase the items as described above. By: Date: Written authorization to proceed is required before any action can be taken on this order. Prices guaranteed for 30days from date cdquotation. Unless otherwise noted, prices are FOB point oforigin, freight prepaid to jobxito.and excludes sales tax. Modified orspecial order items are not returnable. All returns require p,eamhorization. TERMS: NET 3UdeyatVoRetention To|253.471,815O Fax253.471.g171 44Q9South Orchard St. Tacoma, VwAS0488 vmww.wah'uoo-oom LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #258 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Arch - Stor 125 Ceiling Height Clarification TO: DATE INITIATED: LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: TBD DRAWING NUMBER: A201S LINKED DRAWINGS: Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) Emma Nowinski (Weinstein A+U) 03/17/2020 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 03/25/20 03/24/2020 TBD RECEIVED FROM: Omar Garcia -Alvarado (VANDERLIP & COMPANY, 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 02.54 PM on 03/17/2020 Clarification is needed for the ceiling height in Storage 125. The ceiling height on the RCP for the highlighted area is shown as 6'-2". The door frame for this room (opening 125B) is a 3'0"x7'0" opening. Please advise if the ceiling height is to be revised or if the door frame is to be reordered to a lower height. Generally, 6'8" is the minimum height of a door frame per code requirements. Attachments: RFI 258 - Arch - Stor 125 Ceiling Height Clarification.pdf Official Response: Emma Nowinski (Weinstein A+U) responded on Tuesday, March 24th, 2020 at 5:28PM PDT The door should have been shown with a 5'-10" opening height and with a 45 minute fire rating. The room is an unoccupied storage closet so minimum ceiling/door heights do not apply. Please see attached revised interior elevations and door schedule. E.Nowinski / WAU 3/24/20 Attachments: RFI 258 - Arch - Stor 125 Ceiling Height Clarification WAU RESPONSE.pdf All Replies: The door should have been shown with a 5'-10" opening height, and with a 45 minute fire rating. The room is an unoccupied storage closet, so minimum ceiling/door heights do not apply. Please see attached revised interior elevations and door schedule. E.Nowinski WAU 3/24/20 Attachments: RFI 258- Arch - Star 125 Ceiling Height Clarification WAU RESPONSE.pdf BY Lydig Construction, Inc. DATE Page 1 of 1 COPIES TO Printed On: 05/13/2020 10:48 AM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #108 Project: 30129-43 TFS#52 GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax. 4258812903 Prime Contract Potential Change Order #108: CE #156 ASI-007a Mechanical Revisions TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 108 / 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) 5/13 /2020 None ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $8,224.24 POTENTIAL CHANGE ORDER TITLE: CE #156 - ASI-007a Mechanical Revisions CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #156 - ASi-007a Mechanical Revisions Revisions to the mechanical scope of work as shown in ASI-007a SOJ Comments 5/14/2020: Safety and Small tools markups are not allowed and need to be removed. Sub pricing is not backed up or even defined as to who it is - need to provide backup and or clarification or remove. Cannot validate quantity of hours or materials priced. Safety and small tools have been removed. JMI has provided an itemized sub & demo listing in the revised attachment for clarification. ATTACHMENTS: CE 156 - JMI CO 8006-2 - ASI 007a Rev 1.pdf ASI-007a Schindler Elevator Revision.odf 6 Cost Code Description Type Amount 1 23--001-99--.MCCMSubcontractor JMI8006.02 Subcontractor $7,717,00 Subtotal: $7,717.00 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. $ 347.27, GL Insurance: 0,76% Applies to all line item types. $60.48 P&P Bond: 0.76% Applies to all line item types. S 60.94 B&O Tax: =0.47%Applies to all line item types. $38.55 Grand Total: $8,224.24 Owner Signature Date Lydig Construction, Inc. page 1 of 1 Printed On: 5/28/ 2020 02 :02 PM ec ic inc. 20109 144111 Ave NE • Woodinville, WA 98072 (425) 48 1-2266 Bus • (425) 486-6933 Fax Date : 1.13.2020 To: Lydig Attn: Alex Carey Subject: FS-52 ASI -007a - Schindler- Elevator Revisions Dear: Alex Quote ID # HVH1141 Thank you for the opportunity to prepare this ASI -007a proposal. JMI proposes to furnish and install the necessary materials and labor for the above referenced project under the guidelines that are outlined by the plans and specifications noted in ASI-007a dated 12.20.2019 Inclusions: • Ductwork and accessories • HVAC equipment placement • Hoisting and Rigging • Controls • Air and water balance • Subcontractors • Balancing contractor • Control Contractor • Equipment • EF-9 • Roof Hood and curb • Grills & Diffusers • Motor operated damper • Submittals • Shop Drawings • As -built drawings • 1 year warranty • Equipment Start & Test Exclusions: • Framing • Buckouts • Leveling of Curbs • Cutting and patching of any building surfaces • Concrete coring or sawing and removal • Painting of building or mechanical surfaces • Power wiring, motor starters or disconnects • Roofing and Roofing Accessories not expressed • Overtime or shift work hours ( before 6am, after 5pm and weekends ) • Increased labor costs due to schedule acceleration • Access doors through any building surfaces • Temporary heating and cooling 1 of 2 • Fire protection and suppression • Commissioning • Changes or alterations to drawings by local code authorities • Bonds and fees • Washington State Sales Tax Base ASI-007 Pricing • 7,717 Metal cost increases: The 1-IVAC system we are proposing has many components made of sheet metal and copper and our suppliers are unable to give us any price guarantees on these products. Because of this, the price of this proposal expires in 30 days. A written subcontract or Notice to Proceed will be required prior to the commencement of any work. The acceptance of any or all of the alternates is subject to interpretation by Johansen Mechanical, Inc. Clarification available upon request. Sincerely, Johansen Mechanical, Inc. 2 of 2 Johansen Mechanical, Inc. pHoNEu��81-2266 FAX425-486-G93a CHANGE ORDER DETAIL JOB0AK8E Fire Station 53Tukwila DATE: -20 � BILLING CONTRACTOR Lydig Construction JM|COR #: 80'04 _ JOHANSBNJOB # D30860 ' DESCRIPTION: EXCLUSIONS: REFERENCE: SCHEDULE IMPACT: |. LABOR: A. LABOR MAN) B. LABOR (FIELD JRNYMAw) C. LABOR H) D. LABOR (DELIVERY) E. LABOR (SERVICE) F. DETAILING G.SUPERVS0N H. PROJECT STAFF II. MATERIAL AND EQUIPMENT A. MATERIALS B. EQUIPMENT C. FREIGHT D. RENTALS E. VEHICLES (1ummLABOR 'vv') U|.SUBCONTRACTORS A.ALL SUBS $ 97.49 =$ $ 81.35 =$ $1O4.95 =$ $ 79.69 =$ $ 104.92 =$ $ 9738 ~ $ $ 103.73 ~ $ MATERIAL EQUIPMENT TOTAL SUB SUBTOTAL IV. OTHER DIRECT COSTS A. SAFETY @ B.SMALL TOOLS AND CONSUK8A8LE8@ C. PERMITS 2% 5% 779,92 1,510.93 422.95 239.07 419.68 166.23 OF LABOR OF LABOR j OTHER DIRECT COSTS TOTAL $ 3,538.77 $ 2,05401 1,127.00 \[ TOTAL ITEMS |'U'U1,'AND K/ VI. OVERHEAD &FEES A. OVERHEAD B. PROFIT C. SUBCONTRACTOR MARKUP TOTAL AMOUNT FOR THIS CHANGE ORDER PROPOSAL VALID FOR 30 DAYS $ 6,720.58 $ 839�O4 $ 90.16 $ 67.21 � 7.717 This change proposal only includes costs that can beidentified adthis time. This change proposal does not include any amount for changes inthe 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 10final settlement ofthe contract. Material Cost a) _c 0 C ro LL CO U_ 49 'EA- 4A 69- +A. CA +A +A 69- 1d- +9- 4") CD 0 0 0 CD CD C) CD 0 CD CD 0 N"Ct: rq CD CD CD CD 0 CD CD CD 1-1 d-ddddCDCDCD 41- c0 rsi c, CD CD c, CD (=:, CDCDCDCDCDCDCDCDDl cc; oi 6 6 6 6 6 6 CD 01 CD N lO CD CD CD 0 0 CD CD CD r+I 0 0 CD 0 0 0 0 CD . . . . . 0 0 CCD CD CD CD c, 8=, c) CD Cyl CO k.0 CI CD CD CD 0 CD CD CD CD Cr. CO CO CD CD CD 0 CD C:) 0 CD N N. LA 6 6 6 6 6 6 6 c, m co (...). cc E 5 .= 3 tx (D in in z, t Bq 5. a .... . . a' g te zt, u_ LT_- 684 I:4 > t) < C'4 til 0 < LI 0 0 O. CD 0 CD 0 CD 0 CD 0 CD CD CD CD 0 0 0 0 CD (Z., CD 0 CD .-it.ci 6 6 ci c; 6 6 ci i,-; .-i DS, Job Name: FS-52 100 percent CD Job ID: HVH1141 Johansen echanical, Inc. ITEMIZED SUB & DEMO LISTING Zone: +: ASI 007 M601S Due Date: 1.13.2020 Estimator: 0 SUBCONTRACTOR LIST Qnty. Description ID # Cost Cord. Hrs. 1 0 Insulation Insulators inc - per converstation 5/4/20 No costs 2 Air Balance - NEUDORFER S 300.00 1 3 Controls C & C $ 677.00 2 4 Commissioning 5 Plumbing - Per Jon 5/4/20 No Cost 6 Electrical 7 Roofing 8 Asbestos Abatement 9 Duct Cleaning 10 Saw Cutting / Coring 11 General Contractor 12 13 SUBCONTRACTOR LIST 16 Engineering 17 GADD Services 5 150.00 18 Machining 19 Laser Cutting 20 21 0 TOTAL SUBCONTRACTOR COST 1,127.00 4 DEMO LIST # Qnty. Description ID # Cost Labor 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 0 TOTAL DEMOLITION 0 To: Attn: Email: NEUDORFER ENGINEERS, INC. CONSULTING ENGINEERS CERTIFIED BY THE NATIONAL ENVIRONMENTAL BALANCING BUREAU CHANGE PROPOSAL NEI JOB NO.: 2019-1237 Johansen Mechanical Date: May-4-2020 Ivy LeVangie ivvl iohansenmech.com Contract PO No.: COP-01 Project: Fire Station 52 Change Directive: ASI-7 Proposal: We propose to perform the following scope of work for the price quoted below and in accordance with the terms and conditions set forth Description of Work: Take Fan Data, traverse duct and take airflow readings on new exhaust fan serving the Elevator. Pricing: Air Balance $225 Hydronic Balance $0 Sound Testing $0 Vibration Testing $0 Commissioning $0 Duct Air Leakage Testing $0 Agenda/ Report Revisions $75 PM Time $0 Meetings $0 Total Testing & Balancing: $300 Other $ Material $0 Equipment Rental $0 Total Proposal: $300 Included: Labor to test and adjust each of the system(s) in accordance with the plans and specifications Complete test report, including certification of the system(s) tested Provide Supervising Engineer Excluded: All quotations subject to acceptance within 30 days after issuance of construction contract and do not include state, federal, or local taxes. Submitted By: Kami Valentine Neudorfer Engineers, Inc. Accepted By: Date: Terms and Conditions: Thirty days net from date of invoice. We can not be responsible for delays in performance due to strikes or other causes beyond our control. We reserve the right to correct clerical errors. Quotations are made for prompt acceptance, and after 30 days are subject to revision in the event of labor advance Purchaser agrees to pay all collection charges, including reasonable attomey's fee and legal rate of interest. Purchaser agrees to pay expenses incurred if system is not ready when balancing engineer is required to be on site. 5516 1st Ave S Seattle, Washington 98108 Phone (206) 621-1810 Fax (206)343-9820 2501 SE Columbia Suite 230 Vancouver, WA 98661 Phone (503) 235-8924 Fax (503)235-8925 utions, LLC TO: Johansen Mechanical, Inc. 20109 144th Ave NE Woodinville, WA 98072 Tukwila Fire Station 52 ASI-007 Change Order PROPOSAL FROM: C&C Solutions, LLC 14919 Crescent Valley Rd. SE Olalla, WA 98359 (800) 381-8208 SCOPE OF WORK Provide DDC control additions to complete ASI-007 changes as follows: 1. Provide the following for Division 26 to install: (1) Johnson Controls T26J-7C thermostat, (1) Belimo TFB120 Actuator Labor: $ 0.00 Material: $ 677.00 Total: $ 677.00 Excludes: Damper Proposal based on: (ASI-007 Sheet M003, M601S) eMTNetateggee#4., 4,0NHAM*40.0144,WAWN.5N, ,41eViekeeeteeto:sewmgh, AfadkalaaPteigeee5:1:N.SV:,:.A, Price: 677.00 TOTAL PROPOSAL $677.00 William Canter, President PREPARED BY EXPL: j'RER AY JOHNSON CONTROLS WA Contractors License: # CCSOLCS880R1 FX Energy May 4, 2020 DATE GREENHECK Building Value in Air. �=�� NN�� Non Project: Tukwila Fire Station 52 To: From: OORSE&COMPANY INC 5OOO1STAVE S SEAT-[LE\NABB134 Phone:(8O0)8O4'201O Fax: 0E;284'4523 Email: daniel@Dorse.com Greenheohkspleased hzoffer for your consideration the following proposal: Summary Tota|(U8C): PmnmmTvpo: Extended $1,105.00 Terms: Standard Terms & Conditions nfSale apply. Sales tax is the responsibility of the buyer, unless tax exempt certificate is provided. Payment terms are Net '3QDays, subject tocredit approval. Please see attached for standard terms and conditions. Acceptance mfProposal and Terms mfSale Project: Tukwila Fire Station 52 Created in CAPS: 4.28.1746 PRICES AS QUOTED VALID FOR 60 DAYS Page 1 of 2 Quote Date: 1-13-2020 Inline Cabinet Fan Model: CSP-A510-VG Mark: EF-9 Quantity: 1 Volume: 400 CFM Total External SP 0.38 in. wg FRPM: 1166 RPM Motor Power: 1/6 hp Voltage: 115 Phase: 1 Cycles: 60 Cycle Product Summary Fan Model: CSP-A510-VG Motor - High Efficiency Brushless DC - 1/6 hp, TENV, 115/60/1, 1275 rpm - Factory Mounted Motor and Drive Accessories Motor rated for continuous use Motor - Van -Green EC motor w/Mounted Potentiometer Dial Accessories UL/cUL 507 Listed - Electric Fan Roof Cap with Curb Cap, (PN: GRS-10-QD) Shipped Loose Adjustable easy installation mounting bracket Aluminum Wheel Material Qty Selection 1 Roof Curb-Galv., GPI-19-G24, Under Sized 1.5 in. Total, 1 in. Insulation Model: VCD-23 Mark: EF-9 Damper Product Family: Damper PRODUCT DETAILS Frame Type: Channel Frame Thickness: 16 ga Material: Galvanized Blade Action: Opposed Blade Seal Material: TPE Axle/Linkage Material: Steel Axle Bearings: Synthetic Jamb Seal Material: Stainless Steel Damper Temp. Rating: 180 F Jackshafting: No Preference Actuator Sizing: Default SqFt Multi -Section Fastening: Standard Sizing: Nominal OPTIONS & ACCESSORIES Union Label: No Preference RATINGS Pressure: Up to 5 in. wg - pressure differential Velocity: Up to 3,000 fUmin Leakage: Class 1A @ 1 in. wg Class 1 @ up to 5 in. wg Temperature: Up to 250 F ACTUATOR INFORMATION Actuator Type: 120 VAC Actuator Mounting: Internal Actuator Location: Left Side Operating Mode: TwoPosition Actuator Operation: Spring Return Fail Position: Closed NEMA Enclosure: Least Cost Auxiliary Switches: No IL) #iI1Ii1IirAGiIIiiit4tk 36-1 Project: Tukwila Fire Station 52 Created in CAPS: 4.28.1746 VVidth I Height I CONFIGURATION 8.000 in. 8.000 in. Drive Arrangement: Actuator Mfr: Actuator Model: Actuator Q Drive-CC-11-1FIL-0 Belimo TFB120 1 Act. Orientation: Parallel Total Qty: Total Number of Actuators: Page 2 of 2 Quote Date: 1-13-2020 LYDtG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #109 Project: 30129-43 TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #109: CE #092 - ASI-011 Window Schedule Revisions TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 109 / 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: 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) 5/15 /2020 None ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $5,323.59" POTENTIAL CHANGE ORDER TITLE: CE #092 - ASI-011 Window Schedule Revisions CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #092 ASI-011 Window Schedule Revisions Revisions to the window schedule and window designs including: • Door 116 and frame have been added to A411 and should be aluminum (RFI-205) • Window type F has been changed from casement to push -out awning style to accommodate Kawneer operable vent size constraints • Location of horizontal mullion in window type G2 have been adjusted to accommodate Kawneer operable vent size constraints • Detail 12/A457 has been revised to reflect the comments from the Storefront shop drawings regarding the alignment of the interior window SOJ comments 5/19/2020: This PCO needs more backup for General Storefront's pricing. There is nothing to indicate the quantities of the materials and/or labor. General storefronts pricing was sent without the backup pages. Those have been included in the updated attachment. WAU comments 6/10/2020: No credit provided for lock guard, power supply or power transfer. Updated pricing from WAU includes credits for these 3 items, ATTACHMENTS: PCO 109-SP - Combined Rev 3.pdf ASI-011 Window Schedule Revisions.pdf _CE #092 - GSI-001_RFI 205 Dr 916 Rev 1.pdf Cost Code Description Type Amount 1 08--118-99- - BP-0 5 - Glazing Subcontractor GSI.001 Subcontractor $ 8,260,78 2 03--001-99--BP-03-:Structures .Subcontractor PCO 109-SP Subcontractor ($3265.53) Subtotal: $4,995.25 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. $224.79 GL Insurance: 0.76% Applies to all line item types. $ 39.15 Lydig Construction, Inc. page 1 of 2 Printed On: 6/18/ 2020 07 :30 AM LYDIG PCO #109 P&P Bond: 0.76% Applies to all line item types. S 39.44 8&G Tax: = 0.47% Applies to all line, item types. $ 24.96 Grand Total: $6,323.69 Owner Signature Date Lydig Construction, Inc. page 2 of 2 Printed On: 6/18/ 2020 07 :30 AM GENERAL STOREFRONTS, INC. COP/CHANGE ORDER SUMMARY Project Name: Tukwila Fire Station 52 Subcontractor: General Storefronts, Inc. Date 2/12/20 COP# RFI 205 Description: Furnish, install and seal storefront entry door 166 with sidelights and transom. Door to be prepared per specifications for hardware group 10. Hardware by others. Lead-time 8-10 weeks from approved shop drawings, field measurements or guaranteed sizes. To proceed with the work a formal change order will be required. An email cannot be accepted. Itemize all costs on attached COP Cost Breakdown form. 1. MATERIAL COSTS a. material costs b. freight costs (itemize) 2. EQUIPMENT COSTS a. rental equipment (per spec approved source) b. owned equipment (per invoices attached) 3. JOBSITE COSTS a. labor a. material costs $ 5,157.55 1. MATERIAL COSTS $ 5,158.00 $ _ $ 2. EQUIPMENT COSTS $ $ 1,746.62 $ 3. JOBSITE COSTS $ 1,747.00 SUBTOTAL 1 thru 3 4. OVERHEAD & PROFIT a. NTE 15% portion of 1, 2, & 3 1,035.75 6,905.00 4. OVERHEAD & PROFIT $ 1,036.00 5. SUB -TIER CONTRACTORS / SUPPLIERS a. $ - b. $ - c. $ - d. $ - 6. OVERHEAD & PROFIT ON SUB -TIER CONTRACTORS a. NTE 5% of Line 5 for each sub -tier 7. INSURANCE / TAXES a. volume driven liability insurance b. volume driven b&o taxes 8. BOND a. Bond 5. SUB -TIER CONTRACTORS $ - 6. OVERHEAD & PROFIT ON SUBCONTRACTORS $ - 1.000 % of 1-3 & 5 $ 69.05 1.000 % of 1-3 & 5 $ 69.05 2.250 181.78 7. INSURANCE $ 138.00 TOTAL COST TOTAL COST INCLUDING BOND 8,079.00 8,260.78 GS1-001 Storefront 116.xlsx Page of Issued 3/9/2020 Projo, Nome: Tukwila FD52A8I-011 Frame Set Name: Frame Set 1 Metal Group: M451LIT CG/GS/OxGSTOPS UPNEW SILL Required: 1 Panels- 2 Rows: 2 Back Member Color: #29BLACK: PERM8N0D/C Frame Name: D/S:1 Frame Type: Frame Width: 5630 Face Member Color: #29 BLACK: 316/20202:32PKA Door 116 Standard Frame Height: 108 PERIVI8N00C 5�: : (O. A.Hq ]8 2 / _ Report Provided Courtesy vrPatin e»"akStudio 'uuutm Po8o 1 Of 1 LV Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #109-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 #109-SP: CE #092-SP - ASI-011 Window Schedule Revisions TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 109-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 #52 - Self -Perform Prime Contract CREATED BY: Alex Carey (Lydig Construction, Inc. Bellevue Off) CREATED DATE: 5/13 /2020 PRIME CONTRACT None CHANGE ORDER: FIELD CHANGE: No LOCATION: ACCOUNTING Amount Based METHOD: SCHEDULE IMPACT: PAID IN FULL: No TOTAL AMOUNT: ($3,265.53) POTENTIAL CHANGE ORDER TITLE: CE #092-SP - ASI-011 Window Schedule Revisions CHANGE REASON: Design Development POTENTIAL CHANGE ORDER, DESCRIPTION: (The Contract Is Changed As Follows) CE #092-SP - ASI-011 Window Schedule Revisions Revisions to window schedule and window design including: • Door 116 and frame have been added to A411 and should be aluminum (RFI-205) • Window type F has been changed from casement to push -out awning style to accommodate Kawneer operable vent size constraints • Location of horizontal mullion in window type G2 have been adjusted to accommodate Kawneer operable vent size constraints • Detail 12/A457 has been revised to reflect the comments from the Storefront shop drawings regarding the alignment of the interior window WAU Review Comment 6/17/2020: Please provide credit for installation of original HM door and frame for opening 116 ATTACHMENTS: CE 092-SP.pdf CE 092-SP - COP-7 Rev 1.pdf Cost Code Description Type Amount. 08--012-97-- HM Doors, Frames, & Hardware Supplier NM Door/Frame/Revised HDWR Purchase Agreements. ($2,895,00) 2 08--004-01- - HM Doors & Frames Install HM Door/Frame 116 Credit Labor ($307.00) Subtotal: ($3,202.00) Fee - Self Perform 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: 0.00% Applies to Subcontractor and Purchase Agreements. $r0.00 GL Insurance:.0.76% Applies to all line item types. ($24.02) P&P Bond: 0.75% Applies to all line item. types. ($24.20) B&O Tax: e 0.47P/ Applies to all line item types. ($15.31) Grand Total: ($3,266.63) Lydig Construction, Inc. page 1 of 2 Printed On: 6/18/ 2020 07 :23 AM LY Owner Signature Date PCO #109-SP Lydig Construction, Inc. page 2 of 2 Printed On: 6/18/ 2020 07 :23 AM 0 0 0 Boatit COP Cost Breakdown \ 1/1 \ 2 \ sE en 44) 0 HM Frame 116 Credit: HM Door 116 00���U&������ �V*�WNUx�*�U�� ���&�Ul[�K»l[UU��U nn���UUUK�W.8���«� ��&��0���� nv�K��nV��� PROJECT Attn: Alex Carey Lydig QUOTATION |ON Date: 5/5/2020 JDEL 19-10671 Quoted by: Amy Constantineau .�� �.�� �*��.��� �� ^~~~ Fire ~~ ~~~~�~^~~^ ^ `~ ~~ Change Proposal #07 revl Deletion ofOpening 11G Hollow Metal —Lump Sum _ 01,185> Includes: '1 oa3^0x7'U7Q AOO 14g Hollow K8eto| Side Lite Frame '1 ea. 3'Un7'Q777EFGAOO1GgHollow Metal Door Hardware— Lump Sum N1,710> Includes: '3ao5BB1HVVNRP4.5x4.583OHinges '1eaL8O32EUJFIX LAT4\8S0Locknet '1 eo104S US32DOverhead Stop '1na4111 K8CEDAUS26DCloser '1oa840010x34US32DKickp|eke '1 ea625AEThreshold '1 aa188o'BNQaekedng '1 ea81Q2AADoor Sweep -lea LG10LockGuard '1 eaOO2RF (2) RB12V4 Power Supply '1eaPTM^10ALPower Transfer NOTE: This material HAS been incorporated into the project oodirected. Please provide your change order as soon as possible. KVVe agree to purchase the items as described above. By: Date: Written authorization to proceed is required before any action can be taken on this order. Prices guaranteed for 30days from date o1quotation. Unless otherwise noted, prices are FOB point oforigin, freight prepaid to jobaite,and excludes sales tax. Modified orspecial order items are not returnable. All returns require preauhohzahou. TERMS: NET 3Ddays/No Retention Tw|25O.471.815O Fax253.471.S1T1 44O9South Orchard St. Tacoma, yVAg84UO www.wah-usa.com WA*109/l/18 fl+VNI3.15N I 3M • a 1 0111 2 2 Mt 2 ' . I - E 2 EMI 2 2 111,1111 I, , 11ml-rill r ' ii...i.I "'"'"""°"'"'""v 11+VNI31SN13/V1 - 191 - - - 5 F.1 s63N9IS3a �.a�n+SDILIHDYV n+V:N 131.5 N 13 M uG II l llI - Mil il�iil 66 B: 66Q88+ III' IIIN 888� SSSB 89 e I I gss11e 11111 11111111 eae e F@ s .0 ww HF ti ;t