Loading...
HomeMy WebLinkAbout18-001 - Lydig Construction - Public Safety Plan: Fire Stations 51 and 52 (Amendment AA-AC)lo84 1111 rTk TO: 18-001(ac) Council Approval N/A CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 011 DATE: 8/24/2020 PROJECT NO.: 90830405 PROJECT NAME: PSP — Fire Station 52 BUDGET NO.: 305.98 CONTRACT NO.: 18-001.2 ( ac ) AMENDMENT NO: 029 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 8/25/2020 Contractor Lydig Construction By Craig Greene Title VP of Operations Original Contract FS52 (without tax) Previous Change Order FS52 $ 523,296.02 This Change Order FS52 (without tax) $ 123,920.51 REV. CONTRACT AMOUNT FS52 $ 16,676,476.53 $ 16,029,260.00 v D ginal 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) APPROVED BY THE CITY OF TUKWILA Date 6001 BY Mayor Deputy City Administrator SOJ Program Director ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File 01001,0 Exhibit "A" CHANGE ORDER CITY OF TUKWILA Project Name Project # TO CONTRACTOR: - SUMMARY OF CHANGE - PUBLIC SAFETY PLAN Fire Station 52 CO # 011 A 90830402 Contract # 18-001.2 (ac Date 8/24/20 Lydig Construction 3180 139th Ave SE, Ste 110 Bellevue, WA 98005 COP/CCD # Description Reason Code Amount COP 100 CE #037 - ASI-005 - Drawing Revisions. Design changes per ASI-005 including mechanical, plumbing, and electrical revisions received after bid package dates. DC $98,733.47 COP 114 CE #001 - VE Savings Allowance. Allowance 1 - Revise elevator specification from electric traction to holeness hydraulic. Allowance 2 - Remove unsuitable soils allowance. Allowance 3 - Negotiated savings allowance from BP-01 DC ($20,817.63) COP 142.1 CE #191.1 - PCO 142 Reconciliation. The original PCO amount for PCO 142 included in CO #10 was $3,875.66. This was revised to $2,705.49 due to a computational error in PCEC COR 028. However, the original amount of $3,875.66 was approved in the CO #10. This PCO will adjust the amount by ($1,170.17) to reconcile to the correct amount. DC ($1,170.17) COP 147 CE #196 - RFI #397.2: Electrical - Exhaust Fan Timer Switch Locations. Added electrical rough-in and wiring to wall mounted timer switches for exhaust fans 4, 5, 6, and 7 and removal of a thermostat in Decon 134 per RFI 397, 397.1, and 397.2. DC $3,782.28 COP 148 CE #197 - RFI #407.1: Mechanical - Unit Heater Model Clarification. Credit for removal of power connection ofEUH-5 and added cost for 30A/2P breaker for EUH-1 per RFI 407.1. DC ($270.26) COP 151 CE #198 - RFI #401.1: Mechanical - Access for RV-10 Damper. Reframing of walls and relocation of electrical conduit to accommodate two access panels in the wall above the ceiling in Chief 201/Corr 216 to avoid having an access panel in the hard lid of Corr 216. DC $2,398.96 COP 152 CE #203 - RFI #403: Arch - Physical Training 124 Top of Wall Details. Frame, install Gyspum Wall Board (GWB) and finish added soffit at top of wall to beam intersection in Physical Training Room 124 per RFI 430. DC $3,029.87 COP 154 CE #205 - RFI #466: Arch - Stair 1 Tread Nosing Specification Change. Revision of the stair 1 wood tread nosing to Nystrom STSF-L2D per submittal 06 23-1 and RFI 466. DC $1,037.75 COP 156 CE #207 - RFI #461: Electrical - Power of IDU 2.14 in Lunch 206. Power connection not shown in drawings for IDU 2.14 in Lunch 206 per RFI 461. DC $2,802.87 COP 157 CE#201 - RFI #423.1: Civil - Landscaping Bed Drainage and Curb Clarifications. Grading for vertical curb, installation of drain rock, and placement of concrete vertical curbs added at the transition from City of Tukwila parking lot to landscape area at location of former staircase per RFI 423 and 423.1. UFC $2,952.07 Project Name Project # Fire Station 52 CO # 011 90830402 Contract # 18-001.2 ( ac ) Date 8/24/20 COP 160 CE #210 - Locker Routed Slots in Lieu of Metal Vents. The drawings show a 4"x16" vent in the face of the bunk room lockers. The vent was not specified but clarified on TFS 51 to be a shoemaker 905 4x16 vent. In the shop drawing review, the vents were replaced with routed slots in the face of the locker door. Costs are for the difference in price between metal vents and routed slots. DC $620.32 COP 163 CE #214 - ASI -018 PT Room Clarifications. Addition of (2) 1/4" vinyl backed mirrors with 2"x4" cutout at north wall of room 124 added in ASI -018. OC $4,000.75 COP 164 CE #215 - GCCM Surveying Costs Funding from VE Savings. The project targeted a total VE savings allowance of $133,000. The total amount of savings realized exceeded the original target by $20,817.63. Per discussions between SOJ, Lydig and Ancora, the additional savings beyond $133,000 have been allocated to cover cost overruns in Licensed Surveying as a part of the NSS. The cost overruns were a result of a number of early civil and structural RFI's that required additional surveying where costs were not submitted by Lydig as the GCCM. During negotiations of BP -01, surveying was removed from the earthwork & utility subcontractor's scope of work in order for their bid amount to fall within the allowable range above the BP -01 budget. UFC $20,817.63 COP 165 CE #216 - RFI #455: Arch/Elec - Accessibility of Linear Wood Ceilings. Revisions to the linear wood ceiling systems to add additional grid, resize wood panels, and utilize a caddy clips system in order to provide MEP access to items located above this type of ceiling that were deemed to be inaccessible by the electrical inspector as designed. AD $3,85 L55 COP 166 CE #217 - RFI #472: Civil/Land/Arch - Ramp and Curb Clarifications. Added pedestrian curb in the front apron per RFI 472. DC $514.75 COP 167 CE #2I9 - Surface Mounted Door Bottoms at Bunk Room Doors. At the request of City of Tukwila, SOJ, and VVAU, surface mounted door bottoms will be installed at Bunk Room Doors (rooms 108 to 115). OC $1,636.30 Lydig Change Order No. 011 $123,920.51 LY DIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #100 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #100: CE #037 - ASI -005 - Drawing Revisions TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 100 / 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: 4/29 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: Amount Based No TOTAL AMOUNT: $98,733.47 POTENTIAL CHANGE ORDER TITLE: CE #037 - ASI -005 - Drawing Revisions CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract/s Changed As Follows) CE #037 - ASI -005 - Drawing Revisions Design changes per ASI -005 including mechanical, plumbing, and electrical revisions received after bid package dates. Greenbusch review comments are addressed in attachment "CE #037 - COR 8001 Review w Response". Per review meeting with GB, WAU, Lydig, JMI, and Redline on 6/11/2020, the following document has been included: 1. Pg. 38 of 52 — Compressed Air material and labor hour comparison showing delta from ASI -005 and Base Bid 2. Pg. 45-46 of 52— Compressed Air QTO back up for both ASI -005 and Base Bid 3. Pg. 47-52 of 52 — Bid set of drawings showing domestic water/CW line sizes. There are 7 locations that indicate the water service is 2", and 1 location that indicates the water service is 2-1/2". SOJ review comments 6/12/2020: 1) General pricing is OK 2) There appears to be next to nothing credits for the work by Redline (although maybe there are more than is quickly evident as there is a whole lot of sheets behind the pricing but nothing that ties back to the totals) and C&C whereas there are significant credits and then adds for all the other work. Julie and Emma to verify that indeed this is correct. Redline backup shows the delta between base bid and ASI -005 pricing, so credits should be shown when the change resulted in less materials/labor or an add where materials labor was greater. 3) C&C does provide breakdown of labor and material but it is just lump sum values so cannot validate that the costs are reasonable - should identify quantities and unit prices for $12K of costs. Material and labor breakdown is now provided. 4) Redline is using 15% markup on sub [pricing - should be 8% Value is corrected to 8% now 5) Not sure how Redline comes to 161 hours for the work - there are a number of backup sheets behind with various totals and subtotals but nothing that ties back to the pricing. Redline has indicated with clouds and text boxes locations showing total number of hours 6) Redline has a sub number of $11,545 but it looks like just a lump sum number - what backup identifies how this is derived? ? This subcontract number is for excavation and backfill. Redline has shown the total amount calculated for ASI -005 excavation and backfill on the final page of the JMI backup attachment. 7) PCEC pricing is incorrect with: All three are corrected. 1. Superivision markup 2. Safety markup 3. Small Tools markup Lydig Construction, Inc. page 1 of 2 Printed On: 7/27/2020 03 :33 PM LYDIG ATTACHMENTS: CE #037 - COR 8001_ASI 005 REVS.pdff CE 037_ COR006 1.pdf_ _19 1014TFS52 ASI-005.pdf_ PCO #100 Owner Signature Date Lydig Construction, Inc. page 2 of 2 Printed On: 7/27/ 2020 03 :33 PM Cost Code Description Type Amount 1 23-001-99- - MCCM Subcontractor COR .8001 -ASI -005 Changes Subcontractor $ 88,071.00 2 26-001-99-- BP -11 - Electrical Subcontractor COR 006.1 - ASI -005 Changes Subcontractor $ 4,573.00 Subtotal: $92,644.00 Fee - Sell Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead. and Profit, and Unwritten Sub's/PA's. $ 0.00 Fee - Sub Tier Work:. 4.50% Applies to Subcontractor and Purchase Agreements. $ 4,168.98 GL Insurance: 0.75% Applies to all line item types. $ 726:10 P&P Bond: 0.75% Applies to all line Item types. $ 731.54 1380 Tax: = 0.47% Applies to all line item types. 9 462.85 Grand Total: $98,733.47 Owner Signature Date Lydig Construction, Inc. page 2 of 2 Printed On: 7/27/ 2020 03 :33 PM JAI/ Johansen Mechanical inc. Date : 27 -Jul -20 To: Lydig Construction Attn: Craig Greene Subject: ASI 5 - FS -52 20109 144th Ave NE Woodinville, WA 98072 (425) 481-2266 Bus (425) 486-6933 Fax Quote ID # HVH1141 REV 5 Dear: Craig JMI proposes to furnish and install materials and labor for the above referenced project under the guidelines that are outlined by ASI 5 plans and specifications dated 10/14/19. Inclusions: • Ductwork • Plumbing and piping • Mechanical insulation • Controls • Subcontractors • Balancing contractor - (Neudorfer) NO scope • Plumbing / Pipefitting contractor (Redline Mech) • Mechanical insulation contractor (Mechanical Insulation Inc) • Control Contractor (C & C) • Equipment • Sound attenuators D-1 & D-2 • Grilles, Registers and Diffusers • Motor operated dampers • Fan upgrades • Submittals • Shop Drawings • As -built drawings • 1 year warranty Exclusions: • Bonds and fee pricing excluded from base pricing (See below for add) • 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 6arn, after 5pm and weekends ) • Increased labor costs due to schedule acceleration and deceleration 1 of 2 Exclusions Continued: • Access doorsurfaces • Temporary heating and cooling • Fire protection and suppression • Commissioning * Changes or alterations to drawings by local code authorities * Washington State Sales Tax ASI5........... —.'.'...,..... ...... ........... ............ ~'~~~........ ............ 86,344 AS1GBond Pricing (Add).......~.....—.,.._..........~.—._........~...,.......... $ 1,727 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 byJohansen Mechanical, Inc. Clarification available upon request. Sincerely, en MechanicalInc. Johansen Mechanical, Inc. PHONE 425-481-2266 FAX 425-486-6933 CHANGE ORDER DETAIL JOB NAME Fire Station 52 Tukwila BILLING CONTRACTOR Lydig Construction JOHANSEN JOB # O30880 DESCRIPTION: iASI 005 Scope Chan9es EXCLUSIONS: REFERENCE: :ASI 005, Attached Documents SCHEDULE IMPACT1N64 I. LABOR: A. LABOR (FIELD B. LABOR (FIELD JRNYMAN) C. LABOR (SHOP MECH) D. LABOR (DELIVERY) E. LABOR (SERVICE) F. DETAILING G. SUPERVISION H. PROJECT STAFF 8 RS@ 87.64iHRS@ 51.23HRS @ @ 6.00 HRS @ HRS @ HRS @ LABOR TOTAL $ 97.49 = $ $ 91.35 = $ $ 104.95 = $ $ 79.60 = $ $ 104.02 = $ $ 97.78 = $ $ 103.73 = $ $ 103.43 = $ U. MATERIAL AND EQUIPMENT A. MATERIALS B. EQUIPMENT (See attached brekdown for new and deducted costs) C. FREIGHT D. RENTALS E. VEHICLES <1u%mLABOR "*'> MATERIAL EQUIPMENT TOTAL III. SUBCONTRACTORS & ALL SUBS (see the attached) SUB SUBTOTAL DATE: 848.16 8,005.91 5,376.59 586.68 1,681.80 1 2,028.00 / IV. OTHER DIRECT COSTS A. SAFETY @ 0`)/0 OF LABOR O. SMALL TOOLS AND CONSUMABLES @ O% OF LABOR C. PERMITS - OTHER DIRECT COSTS TOTAL $ 14,817.35 $ 3,709.80 $ 59,498.00 V.TOTAL ITEMS |. II, III, AND [V VI. OVERHEAD & FEES A. OVERHEAD & PROFIT B. PROFIT C. SUBCONTRACTOR MARKUP O. B&O TAX @ | 1% TOTAL AMOUNT FOR THIS CHANGE ORDER PROPOSAL VA ID FOR 30 DAYS $ 78,025.15 $ 2,779.07 $ 4,759.84 � 780.25 This change proposal only includes costs that can be identified at this time. This change proposal does not include any amount for changes in the sequence of work, delays, disruptions, rescheduling, extended overhead, acceleration or impoctonuts. Johansen Mechanical expressly reserves the right to address any and all of these and related items of cost prior to final settlement of the contract. Original Material Takeoff > 0ID 0) - t Ei • • 0 0 Q. co CV Lr) 0 LIST REPORT cri co 04 ID ci co ID co to x c\I 0. 0. co 0)0) to co co a; co 69 1.0 ID ID ID ID x -C 0 CO 0 0 (I) co cei (0 ID 0) ID (0 CV i X 0. 0 0. CO ID CO 0) CO CO CO CO 0 CO (0ID 00 et 00 N. CO E/4 NJ' CV 'Cr CV 04 ID 1-- X X CV <NI Cq 04 1.0 LO CV 0 ID 25 x 25 x 0 CV ID (0 (0 ID ID X X CV u-) "-• r -- CO CO LO • 0) CO 0000 u) (i) .4. 04 0) CD ID 04 ID co X CV 0 ID 0 ID ID 0 ID 0 ,... 11) 0. E as 0 o a) .0 0) E LI a5 ve) o2 -1 X E > . .c. T -o o- CD 4,E4 o c co .,. = 0 u a o b a 0 (/) X a) 0 w CO 0 cr CO 0) CO LO N.: CO tri -4- to to c) 69- Ea 69- CO 0 CV X CV X cNa o cv 0 to oo (0 0 X 04 X 04 CV CO 71- c\I 0 o c ID rs 25 x 20 x 12 0 0 ID 0 ID c; CO C') ('4 CV cci ID ID c ID c‘) oo 0) X CO x ID 0 0. 0 'E. c0 ID 0) CV 6 64 ea en ID ( ). N:1" CO 04 10 cci 0 0 6 6 '0'4. 1.0 0 0 1.0 ID 0 ID 6 6 X V" X X X 04 0 4- 0) 11) - J ID (1) o o 0. 0(1) T. O 0 C 0 X CO 0) ID CV ID 0) CV rs 20 x 14 x 12 O 0 0 0 0 0 CNA C4 ID to 0) •,c- 4 .4 r- o n- 0 01 CO 0) CO CO r-- 4 to ino. Lri (0 cci o:ico 4 co N. 69 CO CV 69- 01(‚4 'CE1 619 'I' CD "17 Ea 0) 64 69- 69- CO fi9 69. COI 00 0) 0 0 0 CO ID OD X ‘4" Ta a ID cc c.1 c‘i CO CV ID x ID 0 a) 0 0 0 w CV (0 04 co ID ID CO N - 04 10 x 13 x2 - 1. CV ID ID - • co ID ID ID x ID a) 0.0. .a ID 0) c.1 c a 0. 0 ID CV d 10 ID ID X 0 c Li I 01)0 0) ID 0) CO CO ID ID 1.0 ID ID 0 GI Clam Shell 90 (NJ CO CO CV CO 0 ID (0 0 ID ID ID 0) GI Clam Shell ID CV (0 CO 0 (0 LO x r -- ID 0. 6 0.. ID CV 0 ID 0) (0 0 ID 0 0 ID 0) CO ID BD P. - CO CO CO CV CO oi ID ID co (0 t ID 0 0 CD ID 00 00 0) 0 a) 0. It] 0. ID 0 0 co co x X 0 a) 0.. 7,2 'E. ID ID N - CO tri ID ID ID ID ID ID 04 0 cO C 69- 04 CO ID ID ID ID ID N. 04 ID ID CV 0 ID 0 10 10 x 8 x 3 - 0.83 ID -4- r-- 0 to .1;17. ▪ CO Oft r- 04 CV 0 ID ID ID ID ID 0 (0 ID CD t so 0 CD \ X C c 0. E ca 0) E O 0 To > -6 o co 0• = X 0 r- t‘i co E) co 1 - 10 x 10 x 1 3 3 0 0 0 0 ..0 Cu w 07..i 0 a) a) 1: Q. 1.-• ,- Q. 2 as 0 cr. 0 ca lOr CD in 0- b b '4.,-c) ('4(.4 w° X co° co° (0 0) 0 01 (0'4) CV 0 cv 0 0 DC c\i CO CV CV (0 (0 LO CV CO 0 0 CV r ci ('40 ° CO 0 CO 0 X LC) X LC) 1 0 CO CT CO E°. 5. (1) CO T (/) 0 LO r CV CO 0603 CO 03 CO CV CO 0 0 14u8x8'K8 0. 'E. (1) 0 CV 0 CD CO c; 0 co CD Ch CO CO 0 CO Csil 030) CV 03 CV c; Lo co "ct CO CO co (0 CV (0 0 LO CO co 0 CO co. x 0 CV CO (0 CV 0 r- 6 0 0 CO 0 TS ‘"*" "Cr CD 0'Cr 'Cr CD 0 0) 17: 0) CO CO "Cr. LO CO CO C.0 00 00 co co 4 4 ca Lci Lc) CV CO 64 64 CV (0(0 r- CV c- c- .63 CV 64 E4 64 64 64 r03 'cr "cr CO CO CO ‘Cr (0 (0 "Cr CV CN CV CV CV CV CV CV CV CV LO • CD CV co 0) 0 LC) CO X 0 _a 2.? 0 0) CO CO 'cr 'cl" "cr 0 0 0 0 0 0 0 0 tf) 0 6 6 0 6 6 6 6 6 CV 0 CO (0 (0 CO CO IN - CD I,- N- 1". - CO 6 6 0 o o 6 CO 0 0 0 0 0 0 N- o co o o 0 0 co ci ci ci ci CO X X LO CV X CV L' L) o cc cc (2 (C7-) (:3 0) LO CD 0) 0 CO ‚4(O CO CO 00 OD CD 0) 0) CO 0 c:i 69 - co. co cn cr? 0 0 0 2 0 r•- 67). CV Lo ai cNi 0 co 1.0 0) CO co co CO 0) 03 CV Cp. CV 0 4) 0 CD 0 0 x co CO CO 06 CV (I? 0 CO 0 0 0 CO CO x co 0) 0 e7. 0 0 ci OD 0) a. E (0 0 0 E 0. o u') cc cc CO CV CO cst co 6/9 - 'Cr CV c‘i 0 CO 0 0) cv 0 co co r- N.- T CO CO C') 00 Nt CO T .1: 4. 1.6 r•-•: CO 673. 69- co '4- 09- 69- 69- 03 0303 "Zr 'Cr 'cr CV CV CV CV CV CV CV CV CV CV CV co. L0'4- (0 (0 0 0 0 0 0 0 CV CV 0 0 0 CV r CV 0 0 0 0 0 0 0 0 6 6 6 6 0 N- LO r 0 0 0 CO 0) N- CO CO 0 o o 0 o 0 0 0 6 0 6 (0(0 V' r-- CO CO CO Cr 0 0 0) 0) CV CV CV cz; 6 6 o 8 0 0 W CO 0) oil! 0 co (0 Ct 2x12x0-8 co t) 0 CD CO X CV X _o 0) cr CO co Cd CV co 0 0 a) c 0 0 x x -6 0 0 -o 0 0 0 0 0 E co 0 E 11) 0. E (0 Round Volum cv N- CL CC CC Lt 0) o. E (0 0 13) E -6 -a r- co 0'- (03'- r- (0 (0 (0 CV co. 0 0 0 0 0 CV °0. 0 0 0 0 0 0 co cv 0 0 CV co. 0 0 0 0 0 co 0 0 5 5 5 0. 0. a. EEE ca CO CO 0 0 0 a) a) a) EE E = 6 6 5 > > > c c 000 CC CV CO (0 (0 C‘ 10 CO co co 03 CD 0) CO CO 0 0 0 X 0 0) 0 0 To -a 0) (0 ci 0 0 X X CV CL co CO 0 0 co a) Lo co 0 CV co LC). 0 a) 0. ci 0. CV a) CV 0 X "zr X 0 _o 0 0 o 0) Ct 0 1.0 0) co CV Lo N. 0 X X 0 ID.. 0. 0) 0 C0 CO (0 • 0) 69 69 CV 0). co 0 (0 (0 cs) ight Conical Ta C0 co (0. co co 0 0 0 CO X CV X 0) -C 0) C.) 0 CC) CO 0 0 cci cci ‘a• ,— */* N N N N N N • P". 0 0 C'4('4 T. CR co. 30 x 20 x 30 O • 0 .• 0 LU ,12 CCI 7 7 CT Cr 0)0) bb 0) a) N 0 0 (0 (1) a) 0 • CV 0 0 v- T N N CV CV CD CD N ta CO •ct "T. L°. 0) c a) - J ti 0 0 0 CO 0) C•▪ 1 rs. 0) 0 Lu 0 0 (r) co N co a) 2 a) 5: a) CY o o o a) c0 ca N 00 CD U7 CV N. CV 00 CO CD 00 00 CO CD N N 7- 00 - co 4 co co co uo NT co co CD T- CD T..' 03 CD U7 CO OD OD CO NI- Nt 07 CO 07 . CO 4. OD co of co N7 N7 Ni (0 4 6 (0 (0 6 77 6 c6 r:L C0 "ib uo NT NT co 4 N- 4 N.- Nt 00 OD Nt Nr 147 OD CO EFS- NI- Ea ea co 'G.& j71. En- Ea En- Ef3 fra Ea EFY Eft 64 Ea Ea Ef3 EA - ea c.a 67. (0 2 M501N - Rev 1 Nt CD 4 4 N N N CV co. °. 7". 7- Nt Nt NY Nt C\I C N N 0) co o 0 0 0 0 0 0 0 N 0 NN o 6 6 o 0 0 0 6 <(0 o o ca, -a- 0 0) 03 CO LO CO r 6 0 6 in (0 (0 0)0) LO CO CO CO (0 CO CO + 0 0 0 0 0 0 0 0 4. Job:F;-52100p LIST REPORT 12v12x5'8 0.1 N X X C \ 1 N e - X X X N CV CV T- 0. E co .c _c 00 0) C c E 3 3 -6 (1) 0000 0 w a a E 8 E. E co co co CO LO CO CO T- T- 1ux12x7-6 --E 0) 11) 0 X X 0 .0 CO 0- C/3 10x16 x4'1 12 x 12 x 12 _c 0 -5) 0 c 11) 0 (0 00) 14) <- 0),- 07 CS CS CD CD C.0 C 0 V) CO 0 CV CO CO N N CV CV 0 0) 11). CO 1Vx10x4'11 (NI (.1 0 12 x 12 x 12 co. LO 0 0 cNi 77 X (NI 7 - Lc 0 N- 0 12x12xO'11 sr - 0 CV NY 0 12 x 12 x 12 `zt (0 (0 7t d- 'CY "l- ed ('1 CV CV CV CV CV N- r-- to. co T- ins T- T- 7- N CO CY 00 7- 0 0 0 0 0 0 0 0 N N N N N N 6 6 6 6 0 o (0 (0 0) '4. N- LO N- N. 00 N. 0) el- f•-• N- 0 0 o T- 6 6 6 6 0 d- d• N- 0 0 0 V- LO 0 LO 7- V- o ci 12xt2x12 1 7.7 0 15 0 0 0 CD .0 0) 0) 4) _0 _0 0) 0 C C C 0.0 0 LIJ a.) cl.) U -I I -I -I a) w __I 02 _i _1 2 2 E 1 ci .. co _v -0 co -0 -ci co ca ca CO 0 - CO U) cr a CSWTCO o = b a = b b b a ca. = b 0 cs) 0 0 a) 0 a) () a) 0 a) CO 0 1.13 tf) N y- y - X X 0 CV X X 0 CV y- (7) (1) r- (1) CO 0.1 co CO 0 (1) CO CV CO 0) 0 4) 1) co o - (i) 0) LO LO X X 0 144 0 0 0) N N0N- YO CV CO T- 0 0 0 0 0 CO CO Ct. CL CD C 0 W LO LO LC) LO LO V- LO tO CO 0) LO C3.1 CY CV `CY C'JC'4 CV CV co 0 Ci 0 0 co 0 0 0 0 CV 6 o o 6 6 1.0 r - L() ('.4C'4 P. X X X N N T- X X X 0 CV 0 04 CV r T T 0. ca. E E (0 (0 0 0 0 1-5 0 .0 _0 a) to EcEww 2 0 0 a 0 -J 2 2 ...J _J 13 "iTi V 0.d a a CO 13 CS CT CO 0 CO 7 r) S U) C1) 15 17 .C.7 0 7 o b b a c a CI W a) c» 0 W 0 "1- 1.r) c‘i Ea c\I LO 0 0 12x12x2-O N- N *1-- 0 '1 0 W (‚40) (0 (0 CD C.0 CO CO 00 CO CD CO 0 N CO CD CO 0) ez1" LO °C1- EF1 tO. 'TY d- C's1 C C CV °3. LO Lo N. 0 (.c; 0 0 CO 0 6 6 6 6 "4- LO 6 6 6 cp 1* -- 0 CO 00 0 0 0 1- a) a- (.0 <- o T- 0 CO GO CO (f) 0 0) cr (J) 10 0 1 -C 0) 0 CO 0 0 c‘i ca (.0 0 0 CV 1ux1ox12 _a (0 0) 0) c6 12x12x2-4 .0 0) 0 41) CO 0 (NJ L-) cr) N CO 10 (0 N. 0 "cr N- P.- N- 00 03. CO ci tux1ux2'O -16 0 CO 0) CO CO CO CO CO CO N. N: 6/9 Ea 0) 0) 0 CO a - LO CO N CO N CO CN N CO (0 0) 0) c\i cdCN 0)0) N. •c- EA - 0.1 CV CV Cal CV CV CV CV CV CV 0 LO 0 N. 1- CO T (.6 c:i 0) Et} (') v- 0) Ee CV r 0.1 V- 04 CV CV CV Pe 0 CO CO LO sl-. a-- a-- CO N: CO P. CO CO •1- 0) M. CO CP a- N CV 04 (0 CO 0 0 0 0 0 0 0 0 0 0 0 CV CV CV CV 0 0 0 LO 1.0LO N.- (OU) 0) CO 0 r- cy) o cO co CV CV CV X XXX N CV X X X X CV (.1 04 CV 25 x 25 x26 0 CL CV o6xox2 O 0 (0. 0 (0X X (0 N N CO 26 x2 x2-0.22 10x 0 _o 0 CD 0 0. 0. 0. -0 ff. 2 2 1.3. El Tu. 0 5_ 0. b 03 CO CO CO a) o co o co 5'c'-,"). S S S' co N u) co co co co cc Er e0 t CO CO (7) 0 0) v1- C.0 (‚4 (0 0 C) 0 0 0 0 0 0) 0) a- a- a- a-- 0 0 r- 0 c\I 0 oo X 0 X 0 0. .a co 0 (-‚40 0 CV 0 o CO CO 1(0 0) ci (0 (0 0) 10 0 0 0 0) 0 CO CO 1:t CO 01 0 0 ad CV CO (0. 26x26x39-5 .0 0 0 0 V`a 0 L0 16 x 16 x24 -45 45' Gored Elbow 0 (2‘ CV CD CD 0 11-) CO *- 0) CV CO "c$ eD cd. CV cri c‘i cri osi 6 6 (0 4 (0 0) 69 0) LC) 64 'Kr 69. 69- 'LT CV 69 r-- 6Pr 69. CO "Z; EPrft Eft 69 (0 04 CV CV CV 0 CO 26 x5x0-0.5 0 co LO 0 0 LO 04 0 CO LO 0) 0) X X CV .0 a) 0.o. a. 2 Tci 0 0. 0. 'a 0)0)0', E) CL CL CV CO •Cl- CV CV °1 - CV CV CV CV CV Lri CV 0 CV 0 .0 -0 0 0 0) 0) 10 cO CV 0 0 LO 0) 0) X (0 90' Gored Elbow CV 0 26 x 20 x 12 °°. LO 0 LO 04 CO CO csc Cal 0) 0 co 0 X X CD °). 0 co 10 X 0 X CO CO CO o 0 o rx rx E) CL 0 co N 0 co (0 CV CN 0) CV 0 V". 14) X X 40 co 0 F- 5 0 o cn EY 0.) C Et: 00(0 -0 0 Ei. al 0 CO (0 0.4 CV CV o Lc) ci co C.4 4- X X 40 0 0 0 0 0 CO ca ,cr •ct cal CV CV CV 0 0 x7x4-0.7 14) 0 CV 0 csc X CO CO co_ E co 0 _a 2 0W T) O. -0 > -o c To' 0 o ®. b QU)o 14) Tv CV 40 LO CV X X cri 0 O oo 14 x 10 x 12 77) 0 = 0 -E .0 00 (.9 s b 0 0)0 1- 0) 0) 0 0 0 4,- fX1X(ZWCt LO 4-- 00 0) 0 N CO .7 10 (0 N. CV CV CV N CV N CV CV 4,4 CO 40 CD (0 co CO CV 10x26x11'2.69 0) 0) 69 - OS 0 1Ox1Vx1o.5 0 csa LC) oo 04 0 40 X 0 3 3 00 0uJW a. Ts o 00 E. b b (00)0) CO 0 0 CL co (0 CO cti CO c\ 1 0. 0 0, 0. en CO 69- 01 CO 0 o LO LO X 0 X 0 .o w -a 8 co 0 •tr C) 0) 0) CC5 6/4 649, •cr CS) CO CO -6- 0 P". 1O O 0 op CO C\I 04 0 0 0 co co x str CD 69. 0 CO r-- 14 x 10 x 12 & ct" .._ 0 i-- 0 Et a --§ 1— I- li - C.) O 0 O 0 -a n or Et CO 0 CO LO0_ 'L- a a E. '8 000, 0.) 0 a a .# C -0 0. 0 COO CO Cr) 0 co ct r) •cr CO (0 CV CO co 0) (0 CV 10 x 26 x 11 1°. 00 LO CO CV CV 0 0 o CO 1 00 0)0) cp LO CO 0X rt (0 cC LO 0 x 10 x 15 90' Gored Elbow (0 cC LO CO 11' 0 0 L() CO °C). C" 0 CO X 0. 0 To co (5 cc CV co LC) CV 69 01 04 CO '1' COI 04 c C\I cd CV CO 00 0 0 0 CV CV 01 o 6 0 o t's 1— CO e•-• 04 'V ('4 ('4 CV 6 4 4 a) 25 25 (0 Lo. (0 10 1 ‘-"" CO r-- cci co cd ce) cci 4 cri ID 64 CD 6/4 69- 00 04 64. 69- 64 CO '1' CO 1- (0(N 01 04 0.1 01 01 01 0.1 0 0 0 14x0x10'0.68 14 x 10 x 12 Cc) 0) LO 10 (0 (0(0 (0 e•-• 0) 1'7 0 co or; 0 01 CV CO 0 0 6 ci 04 CO CO -a: 6 6 CO 0) 0) CV O. 1 a) O. 0 0a) _co c .6... • o a co co 1 _o -a a)0. CO CO 0 r- 0 0 0 e.; Et EtEtEtet 0. co o(-4 (0 -a- co 7o CO CO CO 25 x 25 x 10 co co co Lo cO 4 V.." V"' Ea <3) 69' 649 - ▪ CO CV 0.1 CV CV 04 01 01 N CO CO 0 0 CO 04 0 0 0 0 0 01 0 0 Co o 6 6 CO - 0 0 0 '1'('1000 ci 6 6 0) 1' 00 CO 01 01 6 6 0 10 x 10 x 15 - 5 90' Gored Elbo 0 0 0 E (0 0 ID E o '0_ > -o To c 0. o o u) CC CC rid Volu •c-- r— r -- o o CO 0) 0 ‘—• (0(0 IN". N- 0 CV 64 0 Lti ‘1" 00 0 0 0 0 0 0 00 (0 (0 0 0 0 0 0 2 0 Cc) 0 0. 1— c 0 (0 0 (0c) CO 1,-. <ft- Oft T:1- CO N CO CO CD 1- C.C) rs: 60 4 CO CO N CV Eft 6ft O. CO CO 0 0 0 0 0 0 N 0 0 I,- 0 0 00 ID 0 ci O 0) CO CO N N (a; o N N 0 0 CV CV dd 1,- CV CV 00 dd CD 10 0 CS) (0 (0 Oft 69- Osi N N N CV 0) cv 0) 0 CD 0 N CV CV ro co a) co a) a) 0 X (‚4N N O 0 0 CO X "Cr X N-LOONLON-COODCOSI-COCD 0) CO CD 60 0 CV CID 1.0 Lo co co 0') cci NI" N 69. CO (0 s- CV 0) 0) r - Op 9 -`c: c, C64 Oft Oft 0 O 0 04 0 0 Sr "4' St N N N CV N N CV CV CV N CV CV 1t) --(0LC) 0 CO CV CO 0) 0)0) ,4 0 0 0 0 0 0 0 0 0 0 0 CD N N N N N 0 O ci 0 0 ci 0 O. O 0. 0 0 o a) a.) r- co co r- Lo sr 0 CD CD CO. 00., N N c•i csi oci 0 LO 0 0 0) 0) '4' CO U, 0 O. 0 CN LO. CO 0 d O X CV X CO X CV (0X 00) 0. 0- E E ca co 00 00) EE 00 >> 1C) '0 C C = 00 aa -J "0 0 0 c2 co 1;2 LO N- CO CO tO CD TD- (/) U) CO 0) CD(V CO C5) Nr - 0 CO sr co • 0 0 Cr) 0 x><x X X X CO SI* Sr St 'st X X X X X CO "I' sr sr Sr 0 .0 c 0.0.2 a_ vo � i— = 0 V 15) u) le erne W < < W 0 0 2 (1) 0') CS) 0 CV 0 CV 0 COU)(J)0 LO 1"--- CO 0) 0 0) 0) 0) 0) 0) 0) 0 1- 1- -a- CV 0 .0 0) ca 0)0 0) -J 0 0 0) 0) 0 0 '0 0 0 (00, 0 0) 0' 0" 0 U) 0. 04 CV CV 0 v - C; `,--; 0 0 0 0 u) o ('4 0) 60 CO (,- 00 0) 0 0 0 CD CV CV CV CV N N N 0.1 0 0 2 0 00 CY) St N N N N of 2 0 o 0) 0)0 Li_ A- \ $ Revised Install Hrs / Oriainal fab hrs design work sheet » 0 \ 0 13 Johansen Mechanical, Inc. ITEMIZED EQUIPMENT LISTING Job Name: FS -52 100 % CD Job ID: HVH1141 Zone: +: ASI 5 - M502S.A Due Date: Estimator: EQUIPMENT UST Qnty. Description ID # Cost 1 2 Sound attenuators D-1 & D-2 Johnson Barrows $ 900.00 2 3 1 Fan up grades Dorse $ 2,156.00 4 5 1 <Rv...2 Deduct> Dorse (920.00) 6 1 RV -2 Heater Deduct> Dorse (1,050.00 7 GFZDs - ADD 1148 for base Dorse 1,148.00 8 GRDs - ADD 1045 for alt Dorse $ 1,045.00 9 10 Mod dampers- deduct 1,221 Dorse (1,221.00) 11 Mod dampers- deduct 30 $ (30.00) 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 5 TOTAL EQUPIMENT $ 2,028.00 JOHNSON BARROW Seattle - p. (206) 284-1476 2203 1236IAVe S. Seattle. WA', 98141 Portland - o. (9/11 /17-7123 735 SW 207 PI 6230 Portlana, 03 27205 Vancouver 80 - p. (601) 506-7557 1529 !Mc:00:11Ln] Repad tT200 Abbo1sford, 3CV2S 3A3 Date: 12.16.2019 From: Johnson Barrow Project Name: Fire Station 52 To: Bidders Documents Acknowledged: M004 Attention: Estimator Vibro-Acoustics Unit Tag Model W x H x L (inches) CFM Qty. DA -1 RD 30 x18 x 60 5500 1 DA -2 RD 30 x 8x 60 5500 1 Scope of Supply: • Qty. (2) Rectangular Vibro-Acoustics Silencers o Model: RD o 22 Ga Galvanized Casing o 26 Ga Galvanized Perforated Liner o Acoustic Grade Fiber Glass o 2" Slip Connections • Lead Time 5 Weeks Exclusions: • Flanges, Duct Transitions, Hospital Grade, Linings, Fiber Cloth Erosion Protection, Stainless Steel Construction, Banding, Solvent Cleaning, Expedited Shipping Or Production, Duct Sealing During Manufacturing For Air -Tight Construction, Removable Splitters, Flow Measuring, Pre -Drilled Bolt Holes, Plastic End Caps, Installation, Continuously Welded Seams, Bank Assembly In The Field, Protective Screens, Any Options Not Listed Above Total NET Price, freight included $900.00 \Aivvw.jbarrow...corn GREENHECK Building Value in Air. Quotation Project: Tukwila Fire Station 52 To: Ivy LeVangie From: DORSE & COMPANY INC 5000 1ST AVE S SEATTLE WA 98134 Phone: (800)984-2610 Fax: (206)284-4523 Email: daniel@Dorse.com Greenheck is pleased to offer o your consideration the foliowing proposal: Summary Total (USD): $ 20,195.00 Excludes: Nederman Magna Rails, silencers, dampers, vfds, motor starters, wall switches, spare belts, timers, thermostats. CO sensors, smoke detectors, wall caps, vibration isolation structural bases, stands, seismic restraints, seismic certifications and OSHPD certifications Terms: Standard Terms & Conditions of Sale apply. Sales tax is the responsibility of the buyer, unless tax exempt certificate is provided. Payment terms are Net - 30 Days, subject to credit approval. Please see attached for standard terms and conditions. Acceptance of Proposal and Terms of Sale Signature: Date: Project: Tukwila Fire Station 52 Created in CAPS: 4.28.1746 PRICES AS QUOTED VALID FOR 60 DAYS Original Bid price for (9) fans, (9) Roof Hoods and (1) Duct Heater $18,039 $20,195 - $18, 039 =$2156 Page 1 of 9 Quote Date: 12-17-2019 Direct Drive Centrifugal Roof Exhaust Fan Model: G -080 -VG Mark: EF -1 (Revised) Quantity: 1 Volume: 300 CFM Total External SP 0.38 in. wg FRPM: 1525 RPM Motor Power: 1/10 hp Voltage: 115 Phase: 1 Cycles: 60 Cycle Qty Product Summary Fan Model: G -080 -VG Base 'GFan Motor- High Efficiency Brushless DC 1/10 hp , ODP, 115/60/1, 1725 rpm Factory Mounted Motor and Drive Accessories Motor - Vari-Green EC motor Control - DiaI for balancing Accessories UL/cUL 705 Listed - 'Power Ventilators" Switch, NEMA -1, Toggle, Shipped with Unit Junction Box Mounted & Wired Coated with Baked Enamel, Concrete Gray -RAL 7023, Fan And Attached Acc Birdscreen: Aluminum, nom. 86% Free Area Composite Wheel Material Unit Warranty: 1 Yr (Standard) Selection Roof Curb-Golv.^GPI-17-G24 Under Sized 1.5 in. Total, 1 in. Insulation Project: Tukwila Fire Station 52 Page 2 of 9 Quote Date: 12-17-2019 Direct Drive Centrifugal Roof Exhaust Fan Model: Q'008 -VG Mark: EF -4 (Revised) Quantity: 1 Volume: 500 CFM Total External SP O 38 in. wg FRPM: 1298 RPM Motor Power: 1/4 hp Voltage: 115 Phase: 1 Cycles: 60 Cycle Product Summary Fan Model: G -0984s Base G Fan Motor High leasDC-1/4hp.ODP, 115/6O/1.1725rpm Factory Mounted Motor and Drive Accessories Motor - Vari-Green EC motor Control - DiaI for balancing Accessories UL/cUL 705 Listed "Power Ventilators" Switch, NEMA -1, Toggle, Shipped with Unit Junction Box Mounted & Wired Coated with Baked Enamel, Concrete Gray -RAL 7023, Fan Arid Attached Acc Birdscreen: Aluminum, nom. 86% Free Area Unit Warranty: 1 Yr (Standard) Qty Selection 1 Roof Curb-Galv..GP|-19-G24 Under Sized 1.5in. Total, 1 in. Insulation Direct Drive Centrifugal Roof Exhaust Fan Model: G'098 -VG Mark: EF -5 (Revised) Quantity: 1 Volume: 600 CFM Total External SP 0.38 in. wg FRPM: 1460 RPM Motor Power: 1/4 hp Voltage: 115 Phase: 1 Cycles: 60 Cycle Qty Product Summary Fan Model: G -098 -VG Base - G Fan Motor- Highh Efficin 8mub|eooDC'1/4hp.ODP, 1150&U.1725rpm 'Factory Mounted Motor and Drive Accessores Motor - Vari-Green EC motor Control DiaI for balancing Accessories UL/cUL 705 Listed - "Power Ventilators" Switch, NEMA -1, Toggle, Shipped with Unit Junction Box Mounted & Wired Coated with Baked Enamel, Concrete Gray -RAL 7023, Fan And Attached Acc Birdscreen: Aluminum, nom. 86% Free Area Unit Warranty: 1 Yr (Standard) Selection Roof Curb-Galv., GPI -19-G24, Under Sized 1.5 in. Total, 1 in. Insulation Project: TukwiFire Station 52 Page 3 of 9 Quote Date: 12-17-2019 Direct Drive Centrifugal Roof Exhaust Fan Model: G -143 -VG Mark: EF -6 (Revised) Quantity: 1 Volume: 1,100 CFM Total External SP O.3ain. wg FRPM: 869 RPM Motor Power: 1/4 hp Voltage: 115 Phase: 1 Cycles: 60 Cycle Product Summary Fan Model: G -143 -VG Base - G Fan Motor ' High Efficiency BmahleoaDC'1/4hp.ODP, 115/OO1.8OOrpm 'Factory Mounted Motor and Drive Accessories Motor - Vari-Green EC motor Control 'Dial for balancing Accessories UL/cUL 705 Listed - Power Ventilators' Gwitoh, NEMA -1, Toggle, Shipped with Unit Junction Box Mounted & Wired Coated with Baked Enamel, Concrete Gray -RAL 7023, Fan And Attached Acc Birdscreen: Aluminum, nom. 86% Free Area Unit Warranty: 1 Yr (Standard) Qty Selection 1 Roof Curb-Galv..GP|-22-G24.Under Sized 1.5in. Total, 1in. Insulation Direct Drive Centrifugal Roof Exhaust Fan Model: 8 -070 -VG Mark: EF -7 Quantity: 1 Volume: 150 CFM Total External SP 0.38 in. wg FRPM: 1507 RPM Motor Power: 1/15 hp Voltage: 115 Phase: 1 Cycles: 60 Cycle Product Fan Model: G -070 -VG Base - G Fan Motor ' High Efficiency BmnhleooOC'1/15hp.TENV1150U/1.1725rpm 'Factory Mounted Motor and Drive Accessories Motor - Vari-Green EC motor with Dial ONLY (Not capable for field conversion to 0-10) Control - DiaI for balancing Accessories UL/cUL 705 Listed - 'Power Ventilators' Switch, NEMA -1, Toggle, Shipped with Unit Junction Box Mounted & Wired Coated with Baked Enamel, Concrete Gray -RAL 7023, Fan And Attached Acc Birdscreen: Aluminum, nom. 86% Free Area Composite Wheel Material Unit Warranty: 1 Yr (Standard) Qty Selection Project: Tukwila Fire Station 52 Page 4 of 9 Quote Date: 12-17-2019 1Qty Roof Curb-Galv..GPI47f24.Under Sized 1,5in. Total, 1in. Insulation Selection Roof Curb-Galv., GPI -40-G24, Under Sized 1.5 in. Total, 1 in. Insulation Universal Single Width Fan Model: USF -27 Mark: EF -8 (Revised) Quantity: 1 Arrangement: 10 Discharge Position: TM Rotation: CW Volume: 5,000 CFM Total External SP 0.5 in wg FRPM: 554 RPM Motor Power: 3/4 hp Voltage: 208 Phase: 3 Cycles: 60 Cycle Product Summary Model: USF -27 Fan PermaLock Housing with Backward Inclined Wheel ScroIl Material: Steel, Coating - Match Fan Wheel Material: Steel, Coating - Match Fan Inlet Cone Material: Steel, Coating - Match Fan Pedestal Material: Steel, Coating - Match Fan Motor 3/4 hp, TEFC, 208/60/3, 1170 rpm Drive 554 RPM - Factory Mounted Motor arid Drive Accessories Motor VFD Rated without Shaft Grounding Protection Motor sized for fari rpm operation with VFD, not power line Hz Motor with Class B or Greater Insulation Accessories Finish Coated Coating - Permatector, Concrete Gray -RAL 7023, Fan and Attached Accessories Bearings - L(10) Life of 80k Hours Housing - PermaLock Wheel - Backward Inclined VLListed for UUcUL'705 "Power Ventilators" Access Door - Hinged D,oinConnaction'1^PipeThmodw/P|ug Inlet Connection, SIip Fit Outlet Connection, SIip Fit Weatherhood - Stee Fasteners - Standard Unit Warranty: 1 Yr (Standard) Project: Tukwila Fire Station 52 Page 5 of 9 Quote Date: 12-17-2019 Direct Drive Centrifugal Roof Exhaust Fan Model: G -123 -VG Mark: KEF Quantity: 1 Volume: 900 CFM Total External SP 0.5 in. wg FRPM: 1090 RPM Motor Power: 1/4hp Voltage: 115 Phase: 1 Cycles: 60 Cycle Product Summary Fan Model: G -123 -VG Base - G Fan Motor ' High Efficiency BmuhleaaDC'1/4hp.ODP, 115/6O/1.12OOrpm Factory Mounted Motor and Drive Accessories Motor - Vari-Green EC motor Control - DiaI for balancing Accessories UL/cUL 705 Listed - "Power Ventilators" 8witch, NEMA -1, Toggle, Shipped with Unit Junction Box Mounted & Wired Coated with Baked Enamel, Concrete Gray -RAL 7023, Fan Arid Attached Acc Birdscreen: Aluminum, nom. 86% Free Area Unit Warranty: 1 Yr (Standard) Qty Selection Roof Curb-Galv,GPI13-G24 Under Sized 1.5 in. Total, 1 in. Insulation Project: TukwiFire Station 52 Page 6 of 9 Quote Date: 12-17-2019 Hooded Gravity Intake Model: FGI Mark: RV FGI Mark OD#Il Quantity Model and Size Base Height RV�� 1-1 RV -1 1 FGI-36x36 5 RV FGI 1-2 RV -3.4.7.8 4 FGI-14x14 5 RV FGI 1-4 RV -13 1 FGI-16x16 5 Product Summary (ID #1-1) ID: 1-1 Ducted Alum. Mesh Insect Screen Over the Throa Base Height: 5 in. Aluminum Birdscreen in Iieu of Galvanized Coated with Baked Ename|, Coating Color To Be Selected, Entire Unit Painted Steel 1 -lousing Foam Curb Seal 1 in. Thick Hood Insulation Product Summary (ID # 1-2) ID: 1-2 Ducted Alum. Mesh Insect ScreeOver the Throat Base Height: 5 in. Aluminum Birdscreen in Iieu of Galvanized Coated with Baked Enamel, Coating Color To Be Selected, Entire Unit Painted Steel Housing Foam Curb Seal 1 in. Thick Hood Insulation Product Summa (ID # 1-4) ID: 1-4 Ducted Alum. Mesh Insect Screen Over the Throat Base Height: 5 in. Aluminum Birdscreen in Iieu of Galvanized Coated with Baked Enamel, Coating Color To Be Selected, Entire Unit Painted Steel Housirig Foam Curb Seal 1 in. Thick Hood Irisulation Project: Tukwila Fire Station 52 Created in CAPS: 4.28.1746 Page 7 of 9 Quote Date: 12-17-2019 Flat Roof, Welded with Insulation Model: GPI Mark: RV FGI Mark ID # "Ig Quantity Parent Height Curb Curb Actual Actual Sizing Undersiz Cap Cap Curb Curb 'g Width Length Width Length RV FGI 1-1 1 GPI 24 42 42 40.5 40.5 Nominal 1.5 RV FGI 1-2 4 GPI 24 20 20 18.5 18.5 Nominal 1.5 RV FGI 1-4 1 GPI 24 22 22 20.5 20.5 Nominal 1.5 Product Summary (ID # 1-1) Accessories Product Summary (ID # 1-2) Accessories Product Summary (ID # 1-4) Accessories Gravity Ventilator Model: FGR Mark: RV FGR Mark ID # Taq Quantity Model and Size Base Height RV FGR 6-1 RV -5,6 2 FGR -14x14 5 Product Summary (ID # 6-1) ID: 6-1 Ducted Base Height: 5 in. Aluminum Birdscreen in lieu of Galvanized Coated with Baked Enamel, Coating Color To Be Selected, Entire Unit Painted Steel Housing 1 in. Thick Hood Insulation Flat Roof, Welded with Insulation Model: GPI Mark: RV FGR Mark !Pi I Quantity Parent Height Curb Curb Actual Actual Sizing Undersiz Cap Cap Curb Curb Width Length Width Length RV FGR 6-1 2 GPI 24 20 20 18.5 18.5 Nominal 1.5 Product Summary (ID # 6-1) Accessories Project: Tukwila Fire Station 52 Created in CAPS: 4.28.1746 Page 8 of 9 Quote Date: 12-17-2019 Universal Single Width Fan Model: USF -27 Mark: VEF (Revised) Quantity: 1 Arrangement: 4 Discharge Position: TH Rotation: CW Volume: 4,800 CFM Total External SP 8 in. wg FRPM: 1667 RPM Motor Power: 10 hp Voltage: 208 Phase: 3 Cycles: 60 Cycle Product Summary Model: USF -27 Fan Welded Housinwith Backward Inclined Wheel ScroII Material: Steel, Coating Match Fan Wheel Material: Steel,Coating - Match Fan Inlet Cone Material: Steel, Coating Match Fan Pedestal Material: Steel, Coating - Match Fan Motor '1Ohp, TEFC.2O8003.117Orpm Motor and Drive Accessories Energy Efficient Motor - meets NEMA Table 12-11 Motor VFD Rated VFD rei d supplied by others Motor sized for fan rpm operation with VFD, not power line Hz Motor with Shaft Grounding Motor with Class B or Greater Insulation Accessories Finish Coated Coating - Permatector, Concrete Gray -RAL 7023, Fan and Attached Accessories Switch - NEMA -3R, Toggle, For Indoor or Outdoor Use, Ship Separate Housing ' Welded Scroll Wheel - Backward Inclined UL Listed for UUcUL-705 - "Power Ventilators" Access Door - Bolted Drain Connection 1" Pipe Thread w/PIug Inlet Connection, SIip Fit Outlet Flange, Punched Motor Cover, Steel Outlet Guard - Outlet Guard, Steel, Coated w/Safety YeIlow Fnish Fasteners Standard Unit Warranty: 1 Yr (Standard) (Qty 1) Fantech DEDPV Project: Tukwila Fire Station 52 Page 9 of 9 Quote Date: 12-17-2019 From: To: Subject: Date: Attachments: To follow up Daniel Tunav Hector Hernandez; Ivy LeVangie RE: Full ASI 005 TFS52 Friday, December 20, 2019 10:38:56 AM image001:jpq image002.ipq Deduct for RV -2 = $920.00 Deduct for RV -2 duct heater = $1,050,00 Thanks, DANIEL TUNAY 1 Technical Sales 1 Dorse and Company 1 5000 206.218.1323 1 F: 206.284.4523 I www,dorse.com From: Daniel Tunay [mailto:daniel@Dorse.comi Sent: Thursday, December 19, 2019 3:37 PM To: Ivy LeVangie <ivyl@johansenmech.com> Cc: Hector Hernandez <hectorh@johansenmech.com> Subject: RE: Full ASI 005 TFS52 Ave S. Seattle A 981 4 l T: Base Bid: (QTY 105) Titus GRDs with standard white finishes = $9,080.00 - original price and quantity's (QTY 112) =$7,932, (Add $1,148 for 7 less grills) Alternate Bid: (QTY 50) Titus GRDs with standard white finishes = $5,020.00 - original price and quantity's (QTY 36) =$3,975. (Add 1;045 for 14 more grills) Base Bid: (QTY 18) Greenheck VCD-23, no actuators = $1,595.00 - original price and quantity's (QTY 20) =$2,816: <Deduct $1,221 for 2 less dampers Alternate Bid: (QTY 4) Greenheck VCD-23, no actuators = $280:00 original price and quantity's (QTY 4) =$310. <Deduct $30.00> *Neither of the above damper prices include dampers on the RHRV units Thanks, DANIEL TUNAY 1 Technical Sales Dorse and Company 5000 15t Ave S. Seattle A 98139 T: 206.218.1323 1 F: 206.284.4523 1 www dorse com This message (including any attachments) is intended only for the use of the individual or entity to which it is addressed and may contain information that is non-public, proprietary, privileged, confidential, and exempt from disclosure under applicable law or may constitute as attorney work product. If you are not the intended recipient, you are hereby notified that any use, dissemination, distribution, or copying of this communication is strictly prohibited. If you have received this communication in error, notify us immediately by telephone and (i) destroy this message if a facsimile or (ii) delete this message immediately if this is an electronic communication. Thank you. since 1955 5000 1st Avenue South Seattle, WA 98134 (ph)206-284-2610 Quote To: Sheet Metal Bidders Original Base Bid Fan, hood & Duct Heater pricing QUOTATION Quote Number; P-7602 Quote Name: Tukwila Fire Station #52 Bid Date: 10/8/2019 Addendum: #5 00011032 11 Eli0101111 i00000,01104111 BASE BID EF -1,4, 5,6,7 & / 6 KEF Greenheck Model: G direct drive roof exhaust fans with Vari-Green ECM motors, mounted potentiometer dials, birdscreens, roof curbs and baked enamel finishes. EF -8 1 Greenheck Model: GB belt drive roof exhaust fan with Vfd rated motor, birdscreen, roof curb and baked enamel finish. VEF 1 Greenheck Model: USF belt drive utility set fan with Vfd rated motor, bolted access door, drain connection, weatherhood, disconnect switch and standard permatector finish. Please add $363.00 If shaft grounding is required. DBF RV -1,2, 3,4,5,6, / 9 7,8,13 Fantech Model: DEDPV-705 UL listed dryer booster fan. Greenheck Model: FGUFGR roof hoods with birdscreens, roof curbs and baked enamel finishes. Duct Heater Greenheck Model: IDH electric duct heater with SCR controls and 80/20 element wire. Contractor to Verify Total for above starters, wall switches, spare belts, timers, thermostats, CO sensors, smoke detectors, wall caps, vibration isolation hangers, structural bases, stands, seismic restraints, seismic certification and OSHPD certification. (9) Fans, (9) Roof Hoods and (1) Duct Heater total Exclusions: Nederman Magna rails, silencers, dampers, Vfd's, motor $18,039.00 re nh ck o el: ESI -4 5 i ta e I uv r ith .ird ins ct cr en a d 2 Total for above Exclusions: dampers, structural steel, mounting hardwares, flashings, blank -off panels, sealants, caulking and hinged frames. $522.00 FSDs 16 Greenheck Model: FSDR-511 combination fire/smoke dampers with 120V-2 position actuators, sleeves and retaining plates. Total for above Exclusions: firestats, blade position indicators and smoke detectors. $4,850.00 MDs 20 Greenheck Model: VCD-23 control dampers. Total for above Exclusions: actuators. $2,816.00 Job Name: FS -52 100 % CD Job ID: HVH1141 Johansen Mechanical, Inc. ITEMIZED SUB & DEMO LISTING Zone: +: ASI 5 - M502S.A Due Date: 5/11/2020 Estimator: 0 SUBCONTRACTOR LIST ( On - Site) Qnty. Description ID # Cost Cord. Hrs. 1 103 Insulation contractor MII 479.00 2 Air Balance 3 Controls C & C $ 12,611.00 4 Commissioning 5 ASI 5 - Plumbing RLM 45,868.00 6 Electrical 7 Roofing 8 Asbestos Abatement 9 Duct Cleaning 10 Saw Cutting / Coring 11 General Contractor 12 13 SUBCONTRACTOR UST ( Off - Site) 16 Engineering 15 17 CADD Services Focus $ 540.00 18 Machining 17 19 Laser Cutting 18 20 19 21 20 103 TOTAL SUBCONTRACTOR COST $ 59,498.00 0 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 Mechanical Insulating, Inc — Mil COP Summary Project Name: Tukwila Fire 52 Project No. Document Reference: ASI 005 Contractor: Mechanical Insulating, Inc Description: Tukwila Fire Station 52 ASI 005 1. CRAFT LABOR COSTS direct labor costs: a. crew (apprentices, journeymen, & laborers) 2. MATERIAL COSTS a. material costs 3. EQUIPMENT COSTS a. rental equipment TCM # Date: 12/16/2019 Contractor Ref. No. Itemize all costs on attached COP Cost Breakdown form. 414.00 65.10 4. SUBCONTRACTOR FEE ON OWN WORK a. 12% Per PC 7.5.6.1 57.48 1. CRAFT LABOR COSTS $ 414.00 2. MATERIAL COSTS $ 65.00 3. EQUIPMENT COSTS $ SUBTOTAL 1 thru 3 479.00 4.MII PERFORMED WORK TOTAL $ 536.00 Sub's Fee, Subcontractor Insurance Subcontractor 5. TIER SUBCONTRACTORS subtotal and Bond total a. $ $ - $ - b. $ - $ - $ c. $ $ $ - d. $ - $ - $ e. $ - $ - $ f. $ - $ - $ - 9. $ - $ - $ - It. $ - $ - $ i. $ - $ - $ j. $ - $ - $ - k. $ - $ - $ - I. $ - $ - $ m. $ - $ - $ - n. $ - $ - $ - 5. SUBCONTRACTORS $ 6. SUBCONTRACTOR FEE ON TIER WORK a. 7% per PC 7.5.6.2 6. TIER PERFOMRED WORK TOTAL $ - 7. INSURANCE a. liability insurance 8. BOND a. bond 9. STATE B & 0 TAX a. b & o TOTAL FEE 1.500 % of 1 -6 7.19 7. INSURANCE $ 7.19 1.000 % of 1-7 0.600 % of 1-8 2,92 8. BOND $ - 9. B & 0 TAX $ 2.92 TOTAL COST (4, 5, 6, 7, 8, 9) 546.00 Tukwila Fire 52 Change Order Form Blank Page of Issued 12/16/2019 0 COP Cost Breakdown Contractor Ref. No. Contractor: Ta c'7, i-0 CD N— . T. N- C•I - CD 0 CV .. co N-. ......• V% 1 1111111111111 03 0 ./... 0 r, -4. Equipment 115 0 c) ti t 1 t 1 t Jii 6% ea 63 i 69 6% ill 63 69. V% i 6% 6% 6% 0% 6% 63 6% , 6% 64 c D Material Cost ca ol .+11111111111I11111111 1-• VI c) op 0 C) V% 69 V% Oft6% ca • to Unit $ et CO • y- 69 C, cr • C4 V3 Labor Cost cp 0.1 ai co co $ (475.20) ta.Oft 1$ 414.00 Unit $ C4 .,-- oi 0)- CD CO oi Unit Type (0 LF Quantity 285 C•1 co ,.. Description Add Duct Wrap Deduct Rain Leader Issued 12/16/2019 Tukwila Fire 52 Change Order Form Blank EigalK2112211,tetni TO: Johansen Mechanical, Inc. 20109 144th Ave NE Woodinville, WA 98072 Tukwila Fire Station 52 ASI -005 updated/revised 3/18/2020 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 -005 changes as follows: 1. Update roll up door interlocks: (3) magnetic door switches, 300conduit, fittings, and wire (Conduit: Our estimating tool works accounts for the fact that our electrical contractor charges us premium rate for conduit work above 10' in elevation. The larger linear foot reflects this elevation change factor not actual footage.) Labor: $ 715.00 Material: $ 650.00 2. Add Timed switches for Exhaust Fans: (6) Timed switches, conduit, fittings, and wire Labor: $ 865.00 Material: $ 300.00 3. Add Gas Detection Panels in APP Bay: (2) FX-PCG2611 controllers, (2) Carbon Monoxide Sensors, (2) Nitrous Oxide Sensors, (2) Horn/Strobe assemblies, (2) Nema 4 Panel assemblies, 350' conduit, fittings, and wire Labor: $ 2,025.00 Material: $ 6,680.00 4. Provide additional actuators: (1) Deduct for removal of actuator for RV -2 (This should have been a deduct, not an add.) Labor: $ -265 Material: $ -315.00 5. Additional engineering, programming, checkout: Provides Point to point checkout, functional testing, performance verification testing, commissioning, graphics, trending, alarming, closeout. Labor: $ 4,676.00 Material total: $7,315.00 Original Req: $13,191.00 Labor total: $5,296.00 Deduct: -$580.00 Total: $12,611.00 Total: $12,611.00 Proposal based on: (ASI -005 Sheet M003, M004) V-4 ‘°i. \‘';,',.;d4; Price: $ 12,611.00 $ - TOTAL PROPOSAL $12,611.00 William Canter, President PREPARED BY EXPLORER 8Y JOHNSON CONTROLS WA Contractors License: ti CCSOLCS880R1 FX Energy March 18, 2020 DATE C&C Solutions Direct Cost Description Hours/Qty Rate/EA Total Cost (Engineering Labor) Update DDC Control Drawings Sequence of Operations, flow diagram, wiring detail, and floor plan Cost 12 $105.00 $1,260.00 Project management and estimating $4,180.00 4 $105.00 $420.00 (Programming) Add additional graphic page and points ($265.00) 10 $135.00 $1,350.00 (Technician) Setup, Configuration, Cxing, and Checkout $82.50 19.5 $55.00 $1,072.50 FX-PCG2611-0, 17 point programmable controller $17.55 2 $407.89 $815.78 NOx Gas Detector, bacnet communication $20.40 2 $326.04 $652.08 CO Gas Detector, bacnet communication $196.10 2 $382.80 $765.60 Strobe assemblies $66.80 2 $200.64 $401.28 NEMA4x enclosures $343.87 2 $115.00 $230.00 Door switches 3 $21.95 $65.85 Timer Switches 6 $25.50 $153.00 Deduct RV -2 actuator 1 ('$315.00) ($315.00) Total Controls Labor and Materials $6,871.09 Allowable Markup 15% $1,030.66 C&C Solutions Sub -Total $7,901.75 C&C Solutions Sub -contractor Cost Description Qty/Feet Hours Rate/EA Cost Electrical Labor, conduit runs, device mounting,low voltage wiring 44 $95.00 $4,180.00 Electrical Labor Deduct RV -2 2.8 ($95.00) ($265.00) Bacnet communication wire 150 $0.55 $82.50 24Vac Low Voltage Wire 65 $0.27 $17.55 electrical J -boxes 6 $3.40 $20.40 conduit between door switches, gas panel, power supply, bacnet 530 $0.37 $196.10 fittings and conduit supports 1 $66.80 $66.80 Total Electrical Labor and Materials $4,298.35 Allowable Markup 8% $343.87 C&C Solutions Sub -Total $4,709.02 C&C Solutions Total AS1005 I $12,611.00 MECHANRED INC CAL Change Order Proposal R3 June 16, 2020 Attn: Ivy LeVangie Johansen Mechanical Project: Tukwila Fire Station # 52 RE: ASI 005 Dear Ivy, ASI 005 has added significant work to our scope of the projct and this proposal is inclusive all additional costs as it relates to the following summary of changes • Added underground rainwater leader piping & additional excavation ~ Added above ground rainwater leader piping • Added Compressed Air piping including additional drops • lncrease water service entry from 2" to 3" • Added Venting for Water Heaters • Added TD -2 Trough Dramn Exclusions • Insulation • Electrical High or Low Voltage & DDC Controls • HVAC Equipment, Ductwork or Piping • Additional Detailing Costs ASI 005 Cost: Sincerely, $ 45,868 REDLINE MECHANI 425-586-0553 BID RECAP SHEET REDIIAIE M EC H A N I C A L 5/11/2020 Company: Redline Mechanical JobName: CAUsers1JBenedict1SyncedFolderlAdmin1Redline Employee\Jon Benedict\FastEST-Local.site\Jobs\Jon\TFS 52 ASI ( Bid Date December 2, 2019 Bid: ASI -005 PLUMBING/PIPING SUMMARY FAsTP1PEummary Pipe Equipment Total Pipe Fixtures Total Pipe Specialties Total Pipe Other Total Equipment Fixtures General Conditions Drains Hydronic Equipment Med Gas & Lab Equipment Specialties Other Direct Project Labor Plbg/Piping Labor Materials Hours Rate Labor $ Total $16,235 $0 0.0 $92.95 $0 $0 $0 w/Summary $0 $0 $0 w/Summary $0 $0 $0 w/Summary $0 $0 $0 w/Summary $0 $0 $0 0.0 $92.95 $0 $0 $0 0.0 $92.95 $0 $0 $486 $486 $839 4.0 $92.95 $372 $1,211 $0 0.0 $92.95 $0 $0 $0 0.0 $92.95 $0 $0 $12,792 107.1 $92.95 $9,953 $22,746 $0 50.0 $84.19 $4,208 $4,208 Overtime $0 0.0 $0.00 $0 $0 Sub Total $14,118 161.1 $14,533 $28,651 MATERIALS SUMMARY Plumbing/Piping Materials/Equipment Rental Equipment Warranty Material Escalation Freight Sub Total Sales Tax MATERIALS TOTAL 0.0 Cost OH&P $ Total $14,118 $2,118 $16,235 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $14,118 $2,118 $16,235 $0 $0 $0 $14,118 $2,118 $16,235 OH&P 'Yo 15% 15% 15% 15% 15% 0.0 15% LABOR SUMMARY Plumbing/Piping Labor Sub Total Sales Tax LABOR TOTAL Hours Rate Cost OH&P $ Total I 161.11 $90.23 $14,533 $2,180 $16,713 $0 $14,533 $2,180 $16,713 0.0 % $0 $0 $0 $14,533 $2,180 $16,713 OH&P % 15% 15% 0% 15% SUBCONTRACTS SUMMARY Including Sales Tax Sales Tax SUBCONTRACTS TOTAL SUB TOTAL less Sales Tax Warranty 1.0 0.0 Cost OH&P $ Total $11,542 $923 $12,465 $0 $0 $0 $11,542 $923 $12,465 Cost OH&P $ 1 $40,193 1 $5,221 Total QUOTED PRICE $45,414 $454.14 $45,868 8% 8% 8% 13% LABOR RATES Company: Redline Mechanical JobName: CALIsers1JBenedict1SyncedFolderlAdminlRedline EmployeeWon BenedictlFastEST-Local.siteWobsWorATFS 52 ASI 005.job Sheet Metal Shop Crew Rate Total General Foreman 0 $42.56 $0.00 Foreman 0 $39.67 $0.00 Journeyman 1 $36.78 $36.78 5th Year Apprentice 0 $32.46 $0.00 4th Year Apprentice 0 $29.57 $0.00 3rd Year Apprentice 0 526.68 $0,00 2nd Year Apprentice 0 $25.23 $0.00 1st Year Apprentice 0 523.79 $0.00 Laborer 0 $18.02 $0.00 1 $36.78 $36.78 Sheet Metal Field General Foreman Foreman Journeyman 5th Year Apprentice 4th Year Apprentice 3rd Year Apprentice 2nd Year Apprentice 1st Year Apprentice Laborer Crew Rate 0 $42.56 0 539.67 1 $36.78 0 532.46 0 $29.57 0 26.68 0 $25.23 0 523.79 0 $18,02 1 $36.78 Total 50.00 $0.00 536.78 50.00 $0.00 50.00 $0.00 $0.00 $0.00 536.78 Plumber/Pipefitter General Foreman Foreman Journeyman 5th Year Apprentice 4th Year Apprentice 3rd Year Apprentice 2nd Year Apprentice 1st Year Apprentice Laborer OTHER LABOR Supervision Start-up Delivery Engineer Drafting Project Manager Other 1 Other 2 Other 3 Crew Rate 0 $105.00 1 $102.09 $93.32 $83.44 0 $73.10 0 $67.97 0 562.84 0 549.16 0 5,40.00 3 592.95 Rate $105.00 $105.00 $49.16 $125.00 $96.44 $90.00 $0.00 $0.00 $0.00 Total 50.00 $102.09 593.32 583.44 $0.00 $0,00 $0.00 50.00 $0.00 $278.85 HM COMPANY COMMERCIAL LAUNDRY EQUIPMENT 2305 GILBERT AVENUE CINCINNATI, OH 45206 SM,e. 1357 Remit To: PO BOX 990 MILFORD, OH 45150 Bill To REDLINE MECHANICAL 24230 ROBERTS DRIVE BLACK DIAMOND, WA 98010 u." Ship To Invoice Date Invoice # 2/19/2020 197137 REDLINE MECHANICAL 24230 ROBERTS DRIVE BLACK DIAMOND, WA 98010 P.O. Number Terms Due Date Rep Ship Via Ordered By Prepaid 2/19/2020 JS 2/18/2020 UPS Quantity Item Code Description Price Each Amount 1 1 K --DRAIN TROU,.. FREIGHT DRAIN TROUGH 3'L X 16"W X 12"H - 4" CENTER BOTTOM DRAIN WITH DUAL LINT FILTERS FREIGHT UPS TRACKING #1Z4796420354718909 719.00 119.79 719.00 119.79 Total $838.79 Phone: 513-281-3832 Fax: 513-281-0572 Toll Free: 1-800-365-1900 Payments/Credits -$838.79 Balance Due $0.00 0 FERGUSON WOLSELEY INDUSTRIAL CROUP FERGUSON-SEATTLE #3007 4100 WEST MARGINAL WAY SW SEATTLE, WA 98106 Phone: 206-767-7700 Fax: 206-763-3090 Deliver To: From: Jacob Howard Comments: 12:27:12 DEC 10 2019 Bid No: B920020 Bid Date: 12/10/19 Quoted By: HJ Customer: REDLINE PLUMBING LLC DBA REDLINE MECHANICAL PO BOX 721 ENUMCLAW, WA 98022 Cust PO#: FERGUSON ENTERPRISES #3007 Price Quotation Phone: 206-767-7700 Fax: 206-763-3090 Cust Phone: 253-939-6398 Terms: 2% 10TH NET 30TH Ship To: REDLINE PLUMBING LLC DBA REDLINE MECHANICAL PO BOX 721 ENUMCLAW, WA 98022 Job Name: BACKFLOWS Page 1 of 1 Item Description Quantity Net Price UM Total WLF25AUBZ3D 1NLF25AUBZ3F WLF25AUBZ3G WLF25AUBZ3H WLF25AUBZ3J WLF25AUBZ3K WLFN223BM2L WLFN223BM1M LF 1/2 WTR PRV LF 3/4 WTR PRV LF 1 WTR PRV LF 1-1/4 WTR PRV LF 1-1/2 WTR PRV LF 2 WTR PRV LF 2-1/2 WTR PRES RED VLV LF 3 WTR PRV 25-75 PSI 1 124.361 EA 1 115.316 EA 1 138.558 EA 1 309.482 EA 1 456.763 EA 1 528.293 EA 1 1577.863 EA 1 2388.964 EA 124.36 115.32 138.56 309.48 456.76 528.29 1577.86 2388.96 Net Total: Tax: Freight: Total: $5639.59 $0.00 $0.00 $5639.59 Quoted prices are based upon receipt of the total quantity for immediate shipment (48 hours). SHIPMENTS BEYOND 48 HOURS SHALL BE AT THE PRICE IN EFFECT AT TIME OF SHIPMENT UNLESS NOTED OTHERWISE. QUOTES FOR PRODUCTS SHIPPED FOR RESALE ARE NOT FIRM UNLESS NOTED OTHERWISE. CONTACT YOUR SALES REPRESENTATIVE IMMEDIATELY FOR ASSISTANCE WITH DBE/MBE/VVBE/SMALL BUSINESS REQUIREMENTS. Seller not responsible for delays, lack of product or increase of pricing due to causes beyond our control, and/or based upon Local, State and Federal laws governing type of products that can be sold or put into commerce. This Quote is offered contingent upon the Buyer's acceptance of Seller's terms and conditions, which are incorporated by reference and found either following this document, or on the web at https://www.ferguson.com/content/website-info/terms-of-sale Govt Buyers: All items are open market unless noted otherwise. LEAD LAW WARNING: It is illegal to install products that are not "lead free in accordance with US Federal or other applicable law in potable water systems anticjpated for human consumption. Products with *NP in the description are NOT lead free and can only be installed in non -potable applications. Buyer is solely responsible for product selection. HOW ARE WE DOING? WE WANT YOUR FEEDBACK! Scan the QR code or use the link below to complete a survey about your bids: https://survey.medallia.com/Midsorder&fc=30078ion=1102871 OTHER JOB COSTS Company: Redline Mechanical Materials Plumbing/Piping Labor Description P|bg8,iping PL Hour Rate Total 1 Permits - Plumbing $0 $0 2 Permits - Plumbing Base add $ 150 $0 $O 3 Permits - Backflows $O 4 Permits - Pressure Vessels $0 5 Sewer Tap Fees $0 6 Gas Permit Base add $i40 $O 7 Gas Permit Outlet $0 $0 8 Pressure Testing $0 9 Balancing $O 10 Draining & Refilling $O 11 Welding Qualification $O 12 $O 13 Trench Preparation $0 14 Barricades $0 15 Shoring $0 16 $0 17 Job Office Trailers $0 18 Job Storage Trailers $0 19 Job Fabrication FaciIity $O 20 Utilities: Sewer, Water, Power, Phone $0 21 Equipment Cartage $0 22 Temporary Services &Fuel $O 23 Ventilation $0 24 Clean-up $0 25 $0 26 Engineering 0.0 $125.00 $O 27 Project Engineer 5.6 $50.00 $278 28 Detailing 0.0 $9644 $0 29 Project Manangement 16.7 $90.00 $1.500 30 $0 31 Supervision 13.3 $105.00 $1.400 32 Material Handling 2.2 $50.00 $111 33 Delivery 5.6 $50.00 $278 34 $O 35 Parking $ Per Man Day $0 $0 36 Scheduling $D 37 Safety $50 6.7 $86.44 $643 38 $O 39 Foreman Truck & Fuel /Week $0 $0 40 $0 41 Tools & Consumables %I .'-��-°r�-��-�—�v"-,�-"~',�-�r���~:.m� 42 $O $486 50.0 $84.19 $4.208 DRAINS Company: Redline Mechanical JobName: nxuv"mua,vemuuov"x°upomemv m/nmeuxnvsmn/maeuunaenemoumveor-L"vu/supuou,ununpooexo/oon.jvu pmg/Pipinmmm 1 Plumbing Materials 1 Unit Total Description Quantity Unit Total 1.13 0.0 2" Floor Drain 0 $o�m $0.001.22uoo^�nn,mnm $0.00 1.35 uou^ Floor Drain s0.00 0.0 $0.00 1.80 0.0 Hub Drain $0.00 0.0 $0.00 1a8 o.00^ Garage Drain moon 1.67 uoo'' Garage Drain moou 1.80 0o*^ Garage Drain u0.00 2.25 noo^ Garage Drain eo.»» 0.0 $0.00 2.03 o.oe^ Roof Drain $0.00 2.12 o.o3' Roof Drain $0.00 2.25 o.o4' Roof Drain $uoo 2.70 o.os'' Roof Drain $uoo 2.03 n.ou^ov rFlow RooDrain $oou 2.12 n.ou^ovorFmw Roof Drain $0.00 2.25 o.o4^ove,rmw Roof Drain $0.00 270 o.oe''ova,npw Roof Drain $0.00 0.0 $0.00 3.06 o.n2' Roof uo,eonwCombo $0.00 3.24 o.0o' Roof uoveoowCombo $0.00 3.50 o.o*' Roof uo"onowCombo $0.00 *.40 o.os'' Roof uovenuwCombo $0.00 0.0 $0.00 1.58 o.ou' Area Drain $0.00 1a7 o.00' Area Drain $0.00 1o0 o.o* Area Drain $0.00 2.25 o.na' Area Drain $0.00 0.0 $».»» 1.58 uou^ Planter Drain vwaaDome $000 1.67 o.uo^ Planter Drain w/eaDome $0.00 1.80 0.0 4'p/omerosun=/aaovme $«.u» 0.0 $0.00 4.00 4.0 Trench Dram TD -2 ` i $838.79 $838.79 0.0 $0.00 1.50 n.ou^ Floor amk$n.00 1.500.03" Floor Sink yuoo 1a0 o.o4' Floor Sink $0.00 1.50 uuar Floor Sink $0.00 0.0 $0.00 0.0 auno 0.0 $0.00 0.0 $0.00 0.0 $0.00 0.0 $000 0.0 $0.00 0.0 0000 0.0 $0.00 0.0 $0.00 0.0 yuon 0.0 $0.00 0.0 $0.00 0.0 $0.00 0.0 $0.00 0.0 $0.00 0.0 $0.00 0.0 $n.P» 0.0 $0.00 0.0 $0.00 0.0 $».o» 0.0 $0.00 0.0 $0.00 �. 4.0 Totals $8387e SPECIALTIES Company: Redline Mechanical JobName: CaUsersWBenedlct\SyncedFalderlAdmin\Redllne EmployeeWon BenedictlFastEST-Local.site\JobsWon\TFS 52 ASI 005.job Pibg/Piping Hours 011, Plumbing Materials 1 0.93 0.0 PRV 25-75 PSI 300PSI Max 1/2" 0 50.00 $0.00 1.13 0.0 PRV 25-75 P51 300PSI Max 3/4" $0.00 1.33 0.0 PRV 25.75 PSI 300PSI Max 1" $0.00 1.52 0.0 PRV 25-75 PSI 300PSI Max 1 1/4" $0.00 1.60 0.0 PRV 25-75 PSI 300PSI Max 1 1/2" $0.00 1.91 -3.8 PRV 25-75 PSI 300PSI Max 2" -2 $528.29 (51,056.58), 2.09 4.2 PRV Flanged Pilot. Operated 3" 2 52,388.96 $4,777.92 3.97 0.0 PRV Flanged Pilot: Operated 4" :$0.00 5.77 0.0 PRV Flanged Pilot Operated 6" $0.00 0.0 50.00 0.67 0.0 RPBA 1/2" 50.00 0,82 0.0 RPBA 3/4" 50.00 0.98 0.0 RPBA 1" $0.00 1.11 0.0 RPBA 1 1/4" $0.00 1.18 0.0 RPBA1 1/2" $0.00 1.48 -1.5 RPBA2" -1 $621.02 (5621.02) 0.0 50.00 2.38 0.0 RPBA 21/2" $0.00 2.38 2.4 RPBA 3" 1 $2,740.55 $2,740.55 17,.%: :' . •.1 a,.. 5.37 0.0 RPBA6" 50.00 0.0 $0.00 0.28 0,0 WHA 1/2" $0.00 0.29 0.0 WHA 3/4" $0.00 0.30 0.0 WHA 1" $0.00 0.32 0.0 WHA 1 1/2" $0.00 0.0 50.00 0.57 0.0 Appliance Gas Regulator 1/2" 50.00 0.70 0.0 Appliance Gas Regulator 3/4" $0.00 1.60 0.0 Gas Regulator 1" .$0.00 2.07 0.0 Gas Regulator 1 1/2" $0.00 1.97 0.0 Gas Regulator 2" 50,00 2.30 0.0 Gas Regulator 3" 50.00 0.0 $0.00 1,27 0.0 Gas EQ Valve 1" 50.00 1.69 0.0 Gas EQ Valve 2" :$0.00 0.0 $0.00 0.50 0.0 Trap Primer 1/2" PPP $0.00 1.50 0.0 Trap Primer Electronic $0.00 0.0 $0.00 0.0 $0.00 22.90 22.9 ASI -005 RL Delta 1 $681.22 $681.22 12.39 12.4 ASI -005 Dom Water Delta 1 $4,239.67 $4,239.67 0.68 0.7 ASI -005 Pumped Waste Size Increase 9 -$97.67 597.67 23.70 23.7 ASI -005 WH Venting 1 $897.04 $897.04 46.15 46.2 ASI.005 Compressed Air 1 $1,036.00 $1,036.00 0.0 .$0.00 0.0 50.00 0.0 $0.00 0.0 $0.00 0.0 $0.00 0.0 $0.00 0.0 $0.00 0.0 $0.00 0.0 $0.00 0.0 $0.00 0.0 $0.00 0,0 $0.00 0.0 $0.00 0.0 $0.00 0.0 $0.00 0.0 $0.00 0,0 $0.00 0.0 50.00 0.0 $0.00 0.0 50.00 0.0 50.00 0.0 50.00 0.0 50.00 0.0 -$0.00 0.0 $0.00 0,0 $0.00 0,0 50.00 0.0 $0.00 0.0 $0.00 0.0 $0.00 0,0 $0.00 0.0 $0.00 0.0 $0.00 107.1 Totals $12,792.47 Credits & Adds for Water Entry Equipment See Pages :39~41 Ram leader ASI -005 Ram leader Base Material Hours $ 13,575.41 296.32 $ 12,894.19 273.42 ° 4,239£7 I2.39 aenal-� Pumped Waste ASI -005 $ 398.14 Pumped Waste Base $ 200.47 Material Hours WH Venting ASI -005 $ 1,681.61 48.148 WH Venting Base $ 784.58 24.446 Material Hours Compressed Air ASI 005 $ 4,890.84 216J4 Compressed Air Base $ 3'85428 170581 ASI -005 Rain Leader Takeoff System Quantity Units Size Description UnitHours AdjustedHours NetPrice NetPriceTotal Rain Leaders 44 LF 4 Sch 40 PVC DWV PE Pipe 0.110 4.840 $2.300 $101.200 Rain Leaders 1 EA 4 PVC DWV Coupling 0.570 0.570 $7.989 $7.989 Rain Leaders 2 EA 4 PVC DWV 1/4 Bend 0.600 1.200 $19.143 $38.286 Rain Leaders 2 EA 4 PVC DWV 1/8 Bend0.600 1.200 $15.900 $31.800 Rain Leaders 10 EA 4 Solvent Weld Joints 0.000 0.000 $0.800 $8.000 Rain Leaders 64 LF 3 Sch 40 PVC DWV PE Pipe 0.080 5.120 $1.630 $104.320 Rain Leaders 105 LF 4 Sch 40 PVC DWV PE Pipe 0.110 11.550 $2.300 $241.500 Rain Leaders 2 EA 3 PVC DWV Coupling 0.390 0.780 $4.704 $9.408 Rain Leaders 2 EA 4 PVC DWV Coupling 0.570 1.140 $7.989 $15.978 Rain Leaders 1 EA 4 PVC DWV Wye 0.870 0.870 $32.163 $32.163 Rain Leaders 2 EA 3 PVC DWV 1/4 Bend 0.400 0.800 $9.693 $19.386 Rain Leaders 4 EA 4 PVC DWV 1/4 Bend 0.600 2.400 $19.143 $76.572 Rain Leaders 6 EA 3 PVC DWV 1/8 Bend 0.400 2.400 $8.679 $52.074 Rain Leaders 6 EA 4 PVC DWV 1/8 Bend 0.600 3.600 $15.900 $95.400 Rain Leaders 2 EA 43 PVC DWV Red Combo Wye 0.890 1.780 $32.325 $64.650 Rain Leaders 22 EA 3 Solvent Weld Joints 0.000 0.000 $0.600 $13.200 Rain Leaders 31 EA 4 Solvent Weld Joints 0.000 0.000 $0.800 $24.800 Rain Leaders 133 LF 3 No -Hub Cast Iron Soil Pipe 0.140 18.609 $10.527 $1399.229 Rain Leaders 12 LF 4 No -Hub Cast Iron Soil Pipe 0.190 2.280 $13.668 $164.016 Rain Leaders 2 EA 4 NH CI Soil Test Tee L/Plug 0.780 1.560 $33.120 $66.240 Rain Leaders 11 EA 3 NH Cast Iron 1/4 Bend 0.550 6.050 $12.825 $141.075 Rain Leaders 5 EA 4 NH Cast Iran 1/4 Bend 0.730 3.650 $18.990 $94.950 Rain Leaders 4 EA 3 NH CI Soil 1/8 Bend 0.520 2.080 $10.620 $42.480 Rain Leaders 2 EA 3 NH CI Soil Combo 0.810 1.620 $21.105 $42.210 Rain Leaders 1 EA 43 3 NH CI Soil Combo 0.990 0.990 $31.095 $31.095 Rain Leaders 52 EA 3 No -hub Couplings 0.000 0.000 $3.696 $192.192 Rain Leaders 14 EA 4 No -hub Couplings 0.000 0.000 $4.368 $61.152 Rain Leaders 4 EA 3 Sheet Metal Wall Sleeve [Material prig 0.470 1.880 $0.000 $0.000 Rain Leaders 21 EA 3 Suspended Hanger 0.000 0.000 $0.000 $0.000 Rain Leaders 21 EA 3 Plain Standard Clevis Hanger 0.400 8.400 $4.239 $89.019 Rain Leaders 42 EA 1/2 Hex Nuts 0.000 0.000 $0.224 $9.408 Rain Leaders 42 EA %i Plain Washer 0.000 0.000 $0.040 $1.680 Rain Leaders 21 EA '/2 Plain Wide Jaw Top C -Clamp 0.210 4.410 $3.651 $76.671 Rain Leaders 84 LF '/ Plain Threaded Rod 0.022 1.848 $1.094 $91.896 Rain Leaders 1 EA 3 Riser Clamp Hanger 0.000 0.000 $0.000 $0.000 Rain Leaders 1 EA 3 Plain Std Riser Clamp 0.230 0.230 $6.494 $6.494 Rain Leaders 88 LF 3 No -Hub Cast Iron Soil Pipe 0.140 12.293 $10.527 $924.338 Rain Leaders 39 LF 4 No -Hub Cast Iron Soil Pipe 0.190 7.405 $13.668 $532.672 Rain Leaders 1 EA 3 NH CI Soil Blind Plug 0.280 0.280 $6.660 $6.660 Rain Leaders 2 EA 3 NH CI Soil Test Tee L/Plug 0.580 1.160 $18.855 $37.710 Rain Leaders 1 EA 4 NH CI Soil Test Tee L/Plug 0.780 0.780 $33.120 $33.120 Rain Leaders 7 EA 3 NH Cast Iron 1/4 Bend 0.550 3.850 $12.825 $89.775 Rain Leaders 4 EA 4 NH Cast Iron 1/4 Bend 0.730 2.920 $18.990 $75.960 Rain Leaders 5 EA 3 NH CI Soil 1/8 Bend 0.520 2.600 $10.620 $53.100 Rain Leaders 2 EA 3 NH CI Soil Combo 0.810 1.620 $21.105 $42.210 Rain Leaders 1 EA 43 NH CI Soil Combo 0.990 0.990 $31.095 $31.095 Rain Leaders 43 EA 3 No -hub Couplings 0.000 0.000 $3.696 $158.928 Rain Leaders 16 EA 4 No -hub Couplings 0.000 0.000 $4.368 $69.888 Rain Leaders 2 EA 4 RD -DN Downspout Nozzle 2.000 4.000 $0.000 $0.000 Rain Leaders 9 EA 3 Suspended Hanger 0.000 0.000 $0.000 $0.000 Rain Leaders 9 EA 3 Plain Standard Clevis Hanger 0.400 3.600 $4.239 $38.151 Rain Leaders 18 EA 1/2 Hex Nuts 0.000 0.000 $0.224 $4.032 Rain Leaders 18 EA % Plain Washer 0.000 0.000 $0.040 $0.720 Rain Leaders 9 EA % Plain Wide Jaw Top C -Clamp 0.210 1.890 $3.651 $32.859 Rain Leaders 36 LF 'A Plain Threaded Rod 0.022 0.792 $1.094 $39.384 Rain Leaders 2 EA 3 Riser Clamp Hanger 0.000 0.000 $0.000 $0.000 Rain Leaders 2 EA 3 Plain Std RiseClamp Rain Leaders 3 EA 4 Riser Clamp Hanger Rain Leaders 1 EA 4 Plain Std Risr Clamp Rain Leaders 223 LF 3 No -Hub Cast Iron Soil Pipe Rain Leaders 194 LF 4 No -Hub Cast Iron Soil Pipe Rain Leaders 1 EA 43 NH CI Soll Short Reducer Rain Leaders 9 EA 3 NH Cl Soil Blind Plug Rain Leaders 8 EA 3 NH CI Soil Wy Rain Leaders 19 EA 3 NH Cast Iron 1/4 Bend Rain Leaders 4 EA 4 NH Cast Iron 1/4 Bend Rain Leaders 23 EA 3 NH CI Soil 1/8 Bend Rain Leaders 4 EA 4 mxc|Soil 1/8Bend Rain Leaders 1 EA 3 NH CI Soil Combo Rain Leaders 2 EA 4 NH CI Soil Combo Rain Leaders 10 EA 4,3 NH CI Soil Combo Rain Leaders 147 EA 3 No -hub Couplings Rain Leaders 63 EA 4 No -hub Couplings Rain Leaders 1 EA 3 Sheet Metal Floor Sleeve [Material pric Rain Leaders 3 EA 4 Sheet Metal Floor Sleeve [Material pric Rain Leaders 32 EA 3 Suspended Hanger Rain Leaders 32 EA 3 Plain Standard Clevis Hanger Rain Leaders 64 EA u Hex Nuts Rain Leaders 64 EA B Plain Washer Rain Leaders 32 EA u Plain Wide Jaw Top C -Clamp Rain Leaders 128 LF 8 Plain Threaded Rod Rain Leaders 22 EA 4 Suspended Hanger Rain Leaders 22 EA 4 Plain Standard Clevis Hanger Rain Leaders 44 EA m Hex Nuts Rain Leaders 44 EA % Plain Washer Rain Leaders 22 EA % Plain Wide Jaw Top C -Clamp Rain Leaders 88 LF % Plain Threaded Rod Rain Leaders 1 EA 3 Riser Clamp Hanger Rain Leaders 1 EA 3 Plain Std Riser Clamp Rain Leaders 2 EA 4 Riser Clamp Hanger Rain Leaders 2 EA 4 Plain Std Riser Clamp 0.230 0.000 0.250 0.140 0.190 0.600 0.280 0.780 0.550 0.730 0.520 0.700 0.810 1.120 0.990 0.000 0.000 0.470 0.470 0.000 ».4»» 0.000 0.000 0.210 0.022 0.000 0.420 0.000 0.000 0.220 0.023 0.000 0.230 0.000 0.250 0.460 0.000 0.250 31.220 36.860 0.600 2.520 6.240 10.450 2.920 11.960 2.800 0.810 2.240 9.900 0.000 0.000 0.470 1.410 0.000 12.800 0.000 0.000 6.720 2.816 0.000 9.240 0.000 0.000 4.840 2.024 0.000 0.230 0.000 0.500 $6.494 $8.814 $10.527 $13.668 $9.990 $6.660 $17.100 $12.825 $18.990 $10.620 $13.905 $21.105 $40.635 $31.095 $'69« $4.368 $0.000 $0.000 $».o»» $4.239 $0.224 $0.040 $3.651 $1.094 $0.000 $5.101 $0.272 $0.060 $6.689 $1.952 $0.000 $6.494 $0.000 $8.814 $12.988 $0.000 $8.814 $2347.521 $2651.592 $9.990 $59.940 $136.800 $243.675 $75.960 $244.260 $55.620 $21.105 $81.270 $310.950 $543.312 $275.184 $noou $0.000 $0.000 $135.648 $14.336 $2.560 $116.832 $140.032 $0.000 $112.222 $11.968 $2.640 $147.158 $171.776 $0.000 $6.494 $0.000 $17.628 296a16 $13575.410 Rain Leaders Base Takeoff Storm 39.73 LF 4 Sch 40 PVC DWV PE Pipe 0.080 3.178 $2.300 g91.370 Storm 1.00 EA 4 PVC DWV Coupling 0.790 0.790 $7.989 g7.989 Storm 3o0 EA 4 PVC DWV 1/4 Bend 0.810 2.430 $1e.143 $57.429 Storm 8.00 EA 4 Solvent Weld Joints 0.000 0.000 g0.800 g6.400 Storm 176,e2 LF 3 No -Hub Cast Iron SoiI Pipe 0.160 28.260 $10.527 $1859.322 Storm 269.57 LF 4 No -Hub Cast Iron SoiI Pipe 0.200 53.914 $13.668 $3684356 Storm 19.00 EA 3 NH Cast Iron 1/4 Bend 0.580 11.020 $zz'xzs $243.675 Storm 2.00 EA 4 NH Cast Iron 1/4 Bend 0.780 1.560 $18.9e0 $7.980 Storm 5.00 EA 3 mxc|Soil 1/oBend 0.560 2.800 $10.*20 $53.100 Storm 2.00 EA 3 wx[|Soil Combo 0.860 1.720 $21.105 $42.210 Storm 2.00 EA 4 NH CI SoiI Combo 1.190 2.380 g40.635 $81.270 Storm 6.00 EA 4,a NH CI SoiI Combo 1.050 6.300 $31o95 $18*.570 Storm 72o0 EA 3 No -hub Couplings 0.000 0.000 $3.696 $266.112 Storm 44.00 EA 4 No -hub Couplings 0.000 0.000 $4.368 $192.192 Storm 28.00 EA 3 Suspended Hanger 0.000 0.000 $0.000 $0.000 Storm 28.00 EA 3 Plain Standard [|evi,Hanger 0.920 25.760 $4.239 $118.700 Storm 56.00 EA % Hex Nuts 0.000 0.000 $0.224 $12.54* Storm 56.00 EA % Plain Washer 0.000 0.000 g0.040 g2.240 Storm 28.00 EA B Plain Wide Jaw Top C -Clamp 0.000 0.000 g3a51 $101214 Storm 112.00 LF '/z Plain Threaded Rod 0.000 0.000 $1.094 $122.559 Storm 38.00 EA 4 Suspended Hanger 0.000 0.000 $0.000 $0.000 Storm 38.00 EA 4 Plain Standard Clevis Hanger 0.980 37.240 $5.101 $193.846 Storm 76.00 EA % Hex Nuts 0.000 0.000 $0.272 $20.672 Storm 76.00 EA % Plain Washer 0.000 0.000 $0.060 $4.560 Storm 38.00 EA 5/ Plain Wide Jaw Top C -Clamp 0:000 0.000 $6.689 $254.163 Storm 152.00 LF % Plain Threaded Rod 0.000 0.000 $1.952 $296.747 Storm 145.62 LF 4 No -Hub Cast Iron Soil Pipe 0.200 29.124 $13.668 $1990.265 Storm 10.00 EA 4 NH Cast Iron 1/4 Bend 0.780 7.800 $18.990 $189.900 Storm 2.00 EA 4 NH CI Soil Combo 1.190 2.380 $40.635 $81.270 Storm 38.00 EA 4 No -hub Couplings 0.000 0.000 $4.368 $165.984 Storm 4.00 EA 4 Sheet Metal Wall Sleeve [Material pric0.450 1.800 $0.000 $0.000 Storm 20.00 EA 4 Suspended Hanger 0.000 0.000 $0.000 $0.000 Storm 20.00 EA 4 Plain Standard Clevis Hanger 0.980 19.600 $5.101 $102.024 Storm 40.00 EA % Hex Nuts 0.000 0.000 $0.272 $10.880 Storm 40.00 EA % Plain Washer 0.000 0.000 $0.060 $2.400 Storm 20.00 EA % Plain Wide Jaw Top C -Clamp 0.000 0.000 $6.689 $133.770 Storm 80.00 LF % Plain Threaded Rod 0.000 0.000 $1.952 $156.182 Storm 126.11 LF 4 No -Hub Cast Iron Soil Pipe 0.200 25.221 $13.668 $1723.543 Storm 13.00 EA 4 NH Cast Iron 1/4 Bend 0.780 10.140 $18.990 $246.870 Storm 35.00 EA 4 No -hub Couplings 0.000 0.000 $4.368 $152.880 273.417 $12894.188 ASI 005 Domestic Water Entry Size Change to 3" System Quantity Units Size Description UnitHours istedHours NetPrice NetPriceTotal Domestic Water 17 LF 3 Type L Hard Copper Tube 0.110 1.888 $16.119 $276.713 Domestic Water 5 EA 3 Victaulic Grooved Copper 90 Ell 0.960 4.800 $91.600 $458.000 Domestic Water 2 EA 3 Victaulic Grooved Copper Tee 1.420 2.840 $156.200 $312.400 Domestic Water 2 EA 3,1 Vic Gry Copper GxGxC Red Tee 1.420 2.840 $289.800 $579.600 Domestic Water 5 EA 3 Vic 608 Gry Cop Butterfly Valve Lever 1.120 5.600 $352.310 $1761.550 Domestic Water 4 EA 3 125# Wrot Copper Flange 1.210 4.840 $132.570 $530.280 Domestic Water 2 EA 1 95/5 Solder Joints 0.000 0.000 $0.720 $1.440 Domestic Water 34 EA 3 Style 607 QuickVic Copper Coupling 0.090 3.060 $52.500 $1785.000 Domestic Water 1 EA 3 Stand Off Hanger 0.000 0.000 $0.000 $0.000 Domestic Water 1 EA % Plain Ceiling Flange 0.350 0.350 $1.995 $1.995 Domestic Water 1 LF '''A Plain Threaded Rod 0.022 0.022 $1.094 $1.094 26.240 $ 5,708.07 Base Bid Domestic Water Entry 2" System Quantity Units Size Description UnitHours AdjustedHi NetPrice NetPriceTotal Domestic Water 17 LF 2 Type L Hard Copper Tube 0.07 1.202 7.884 135.344 Domestic Water 5 EA 2 Wrot Copper 90 Ell 0.7 3.5 24.849 124,245 Domestic Water 2 EA 2 Wrot Copper Tee 1.02 2.04 43.887 87.774 Domestic Water 2 EA 2 Wrot Copper Male Adapter 0.36 0.72 27.423 54.846 Domestic Water 2 EA 2x1 Wrot Copper Reducing Tee 0.95 1.9 34.179 68.358 Domestic Water 5 EA 2 UPBA-450 2Pc FP Brz LF Swt Ball Valve w/CP 0.75 3.75 198.576 992.88 Domestic Water 1 EA 2 Copper Hinge Ext Splt Pipe Clamp 0.38 0.38 2.722 2.722 Domestic Water 1 EA % Plain Ceiling Flange 0.34 0.34 1.708 1.708 Domestic Water 1 LF % Plain Threaded Rod 0.02 0.02 0.53 0.53 13.852 $ 1,468.41 Pumped Waste 2" ASI 005 Adjusted NetPriceT System Quantity Units Size Description UnitHours Hours NetPrice otal Pumped Waste 19 LF 2 Sch 40 PVC BE Pipe 0.07 1.3 1.325 $ 24.94 Pumped Waste 1 EA 2 PVC Sch 40 90 Ell 0.32 0.3 3.54 $ 3.54 Pumped Waste 1 EA 2 PVC Sch 4045 Ell 0.31 0.3 4.155 $ 4.16 Pumped Waste 4 EA 2 Solvent Weld Joints 0 0.0 0.4 $ 1.60 Pumped Waste 28 LF 2 Sch 40 PVC BE Pipe 0.07 2.0 1.325 $ 37.32 Pumped Waste 1 EA 2 PVC Sch 40 90 Ell 0.32 0.3 3.54 $ 3.54 Pumped Waste 1 EA 2 PVC Sch 40 Coupling 0.31 0.3 2.108 $ 2.11 Pumped Waste 3 EA 2 PVC Sch 40 Male Adapter 0.72 2.2 2.273 $ 6.82 Pumped Waste 1 EA 2 PVC True Union Solv Bail Valve 0.38 0.4 16.21 $ 16.21 Pumped Waste 1 EA 2 509 125# Brnz Thd Horiz Swing Check Vs 0.86 0.9 193.81 $ 193.81 Pumped Waste 3 EA 2 Male, Iron Pipe Thread Joints 0 0.0 0 $ - Pumped Waste 2 EA 2 Female Iron Pipe Thread Joints 0 0.0 0.25 $ 0.50 Pumped Waste 9 EA 2 Solvent Weld Joints 0 0.0 0.4 $ 3.60 7.9 $ 298.14 Pumped Waste 2" Base Bid Adjusted NetPriceT System Quantity Units Size Description UnitHours Hours NetPrice otal Pumped Waste 19 LF 1% Sch 40 PVC BE Pipe 0.07 1.3 1.021 $ 19.21 Pumped Waste 1 EA 1% PVC Sch 40 90 Ell 0.27 0.3 2.265 $ 2.27 Pumped Waste 1 EA 1'12 PVC Sch 40 45 Ell 0.27 0.3 3.18 $ 3.18 Pumped Waste 4 EA 1'/: Solvent Weld Joints 0 0.0 0.3 $ 1.20 Pumped Waste 28 LF 112 Sch 40 PVC BE Pipe 0.07 2.0 1.021 $ 28.75 Pumped Waste 1 EA 112 PVC Sch 4090 Ell 0.27 0.3 2.265 $ 2.27 Pumped Waste 1 EA 11: PVC Sch 40 Coupling 0.27 0.3 1.388 $ 1.39 Pumped Waste 3 EA 112 PVC Sch 40 Male Adapter 0.6 1.8 1.733 $ 5.20 Pumped Waste 1 EA 1% PVC True Union Solv Ball Valve [Materia 0.36 0.4 0 $ - Pumped Waste 1 EA 1% 509 125# Brnz Thd Horiz Swing Check Ve 0.74 0.7 133.927 $ 133.93 Pumped Waste 3 EA 1A Male Iron Pipe Thread Joints 0 0.0 0 $ - Pumped Waste 2 EA 1h Female Iron Pipe Thread Joints 0 0.0 0.19 $ 0.38 Pumped Waste 9 EA 1'12 Solvent Weld Joints 0 0.0 0.3 $ 2.70 7.3 $ 200.47 Water Heater Venting ASI -005 Adjusted NetPriceTot System Quantity Units Size Description UnitHours Hours NetPrice al Water Heater Venting 31 LF 4 Sch 40 PVC DWV PE Pipe 0.11 3.4 2.3 $ 70.16 Water Heater Venting 8 EA 4 PVC DWV 1/4 Bend 0.6 4.8 19.143 $ 153.14 Water Heater Venting 2 EA 4 PVC DWV 1/8 Bend 0.6 1.2 15.9 $ 31.80 Water Heater Venting 30.50 LF 4 Sch 40 PVC BE Pipe 0.110 3.4 $3.912 $119.329 Water Heater Venting 8.00 EA 4 PVC Sch 40 90 Ell 0.520 4.2 $23.100 $184.800 Water Heater Venting 2.00 EA 4 PVC Sch 40 45 Ell 0.510 1.0 $30.098 560.195 Water Heater Venting 20.00 EA 4 Solvent Weld Joints 0.000 0.0 $0.800 $16.000 Water Heater Venting 132.46 LF 4 Sch 40 PVC BE Pipe 0.110 14.6 $3,912 $518.169 Water Heater Venting 10.00 EA 4 PVC Sch 40 90 Ell 0.520 5.2 $23.100 $231.000 Water Heater Venting 2.00 EA 4 PVC Sch 40 45 Ell 0.510 1.0 $30.098 $60.195 Water Heater Venting 24.00 EA 4 Solvent Weld Joints 0.000 0.0 $0.800 $19.200 Water Heater Venting 4,00 EA 4 Sheet Metal Floor Sleeve [Material 0.470 1.9 $0.000 $0.000 Water Heater Venting 9.00 EA 4 Suspended Hanger 0.000 0.0 $0.000 $0.000 Water Heater Venting 9.00 EA 4 Plain Standard Clevis Hanger 0.420 3.8 $5.101 $45.911 Water Heater Venting 18.00 EA % Hex Nuts 0.000 0.0 $0.272 $4.896 Water Heater Venting 18.00 EA % Plain Washer 0.000 0.0 $0.060 $1.080 Water Heater Venting 9.00 EA % Plain Wide Jaw Top C -Clamp 0.220 2.0 $6.689 $60.197 Water Heater Venting 36.00 LF % Plain Threaded Rod 0.023 0.8 $1.952 $70.282 Water Heater Venting 4.00 EA 4 Riser Clamp Hanger 0.000 0.0 $0.000 $0.000 Water Heater Venting 4.00 EA 4 Plain Std Riser Clamp 0.250 1.0 $8.814 $35.256 48.1 $1681.612 Adjusted NetPriceTot System Quantity Units Size Description UnitHours Hours NetPrice al Water Heater Venting 22.91 LF 4 Sch 40 PVC BE Pipe 0.100 2.291 $3.912 $89.642 Water Heater Venting 8.00 EA 4 PVC Sch 40 90 Ell 0.810 6.480 $23.100 $184.800 Water Heater Venting 2.00 EA 4 PVC Sch 40 Tee 1.190 2.380 $34.298 $68.595 Water Heater Venting 22.00 EA 4 Solvent Weld Joints 0.000 0.000 $0.800 $17.600 Water Heater Venting 54.95 LF 4 Sch 40 PVC BE Pipe 0.100 5.495 $3.912 $214.950 Water Heater Venting 6.00 EA 4 PVC Sch 40 90 Ell 0.810 4.860 $23.100 $138.600 Water Heater Venting 12.00 EA 4 Solvent Weld Joints 0.000 0.000 $0.800 $9.600 Water Heater Venting 3.00 EA 4 Suspended Hanger 0.000 0.000 $0.000 50.000 Water Heater Venting 3.00 EA 4 Plain Standard Clevis Hanger 0.980 2.940 $5.101 $15.304 Water Heater Venting 6.00 EA % Hex Nuts 0.000 0.000 $0.272 $1.632 Water Heater Venting 6.00 EA % Plain Washer 0.000 0.000 $0.060 $0.360 Water Heater Venting 3.00 EA % Plain Wide Jaw Top C -Clamp 0.000 0.000 $6.689 $20.066 Water Heater Venting 12.00 LF % Plain Threaded Rod 0.000 0.000 $1.952 $23.427 24.446 $784.576 ASI 005 Compressed Air System Quantity Units Size Description UnitHours AdjustedHours NetPrice NetPriceTotal Compressed Air 5.00 EA ' Copper Hinge Ext Splt Pipe Clamp 0.380 1.900 $1.950 $9.750 Compressed Air 3.00 EA 1 Copper Hinge Ext Splt Pipe Clamp 0.380 1.140 $2.071 $6.213 Compressed Air 24.00 EA % Hex Nuts 0.000 0.000 $0.168 $4.032 Compressed Air 44.00 EA % Hex Nuts 0.000 0.000 $0.168 $7.392 Compressed Air 42.00 EA % Hex Nuts 0.000 0.000 $0.168 $7.056 Compressed Air 20.00 EA % Hex Nuts 0.000 0.000 $0.168 $3.360 Compressed Air 30.00 EA % Hex Nuts 0.000 0.000 $0.168 $5.040 Compressed Air 26.00 EA % Hex Nuts 0.000 0.000 $0.168 $4.368 Compressed Air 127.00 EA ' Lead-Free Solder Joints 0.000 0.000 $0.240 $30.480 Compressed Air 46.00 EA 1 Lead-Free Solder Joints 0.000 0.000 $0.360 $16.560 Compressed Air 38.00 EA 1 Lead-Free Solder Joints 0.000 0.000 $0.360 $13.680 Compressed Air 12.00 EA 1% Lead-Free Solder Joints 0.000 0.000 $0.440 $5.280 Compressed Air 3.00 EA % Lead-Free Solder Joints 0.000 0.000 $0.200 $0.600 Compressed Air 24.00 EA ' Lead-Free Solder Joints 0.000 0.000 $0.240 $5.760 Compressed Air 40.00 EA 1% Lead-Free Solder Joints 0.000 0.000 $0.440 $17.600 Compressed Air 5.00 EA '% Plain Copper Ceiling Flange 0.340 1.700 $1.708 $8.540 Compressed Air 3.00 EA % Plain Copper Ceiling Flange 0.340 1.020 $1.708 $5.124 Compressed Air 12.00 EA % Copper Adj Band Hanger 0.860 10.320 $0.960 $11.520 Compressed Air 22.00 EA % Copper Adj Band Hanger 0.860 18.920 $0.960 $21.120 Compressed Air 21.00 EA ' Copper Adj Band Hanger 0.860 18.060 $0.960 $20.160 Compressed Air 10.00 EA ' Copper Adj Band Hanger 0.860 8.600 $0.960 $9.600 Compressed Air 15.00 EA % Copper Adj Band Hanger 0.860 12.900 $0.960 $14.400 Compressed Air 13.00 EA ' Copper Adj Band Hanger 0.860 11.180 $0.960 $12.480 Compressed Air 12.00 LF % Plain Threaded Rod 0.020 0.240 $0.530 $6.360 Compressed Air 22.00 LF % Plain Threaded Rod 0.020 0.440 $0.530 $11,660 Compressed Air 5.00 LF % Plain Threaded Rod 0.020 0.100 $0.530 $2.650 Compressed Air 21.00 LF % Plain Threaded Rod 0.020 0.420 $0.530 $11.130 Compressed Air 10.00 LF % Plain Threaded Rod 0.020 0.200 $0.530 $5.300 Compressed Air 3.00 LF % Plain Threaded Rod 0.020 0.060 $0.530 $1.590 Compressed Air 15.00 LF 7 Plain Threaded Rod 0.020 0.300 $0.530 $7.950 Compressed Air 13.00 LF % Plain Threaded Rod 0.020 0.260 $0.530 $6.890 Compressed Air 24.00 EA % Plain Washer 0.000 0.000 $0.040 $0.960 Compressed Air 44.00 EA % Plain Washer 0.000 0.000 $0.040 $1.760 Compressed Air 42.00 EA % Plain Washer 0.000 0.000 $0.040 $1.680 Compressed Air 20.00 EA % Plain Washer 0.000 0.000 $0.040 $0.800 Compressed Air 30.00 EA % Plain Washer 0.000 0.000 $0.040 $1.200 Compressed Air 26,00 EA % Plain Washer 0.000 0.000 $0.040 $1.040 Compressed Air 14.00 EA % 8281 Bik CS Wedge Conc Insert 0.190 2.660 $17.228 $241.192 Compressed Air 21.00 EA % 8281 BIk CS Wedge Conc Insert 0.190 3.990 $17.228 $361.788 Compressed Air 22.00 EA % 8281 Bik CS Wedge Conc Insert 0.190 4.180 $17.228 $379.016 Compressed Air 29.00 EA % 8281 Bik CS Wedge Conc insert 0.190 5.510 $17.228 $499.612 Compressed Air 136.85 LF ' Type L Hard Copper Tube 0.050 6.842 $1.814 $248.241 Compressed Air 107.71 LF 1 Type L Hard Copper Tube 0.060 6.462 $2.624 $282.619 Compressed Air 135.34 LF 1 Type 1 Hard Copper Tube 0.060 8.121 $2.624 $355.142 Compressed Air 70.00 LF 1% Type L Hard Copper Tube 0.060 4.200 $3.578 $250.463 Compressed Air 85.95 LF ' Type L Hard Copper Tube 0.050 4.297 $1.814 $155.904 Compressed Air 79.27 LF 1% Type L Hard Copper Tube 0.060 4.756 $3.578 $283.626 Compressed Air 11.00 EA ' UPBA-450 2Pc FP Brz LF Swt Ball Valve w/CP Ball 0.430 4.730 $27.753 $305.283 Compressed Air 1.00 EA 1 UPBA-450 2Pc FP Brz LF Swt Ball Valve w/CP Ball 0.530 0.530 $30.948 $30.948 Compressed Air 1.00 EA ' UPBA-450 2Pc FP Brz LF Swt Ball Valve w/CP Ball 0.430 0.430 $27.753 $27.753 Compressed Air 3.00 EA 1''A UPBA-450 2Pc FP Brz LF Swt Ball Valve w/CP Bali 0.600 1.800 $90.441 $271.323 Compressed Air 30.00 EA ' Wrot Copper 90 Ell 0.430 12.900 $2.406 $72.180 Compressed Air 15.00 EA 1 Wrot Copper 90 Eii 0.500 7.500 $5.904 $88.560 Compressed Air 17.00 EA 1 Wrot Copper 90 Ell 0.500 8.500 $5.904 $100.368 Compressed Air 3,00 EA 1% Wrot Copper 90 Ell 0.570 1.710 $8.748 $26.244 Compressed Air 8.00 EA % Wrot Copper 90 Ell 0.430 3.440 $2.406 $19.248 Compressed Air 12.00 EA 1' Wrot Copper 90 Ell 0.570 6.840 $8.748 $104.976 Compressed Air 4.00 EA 1 Wrot Copper Coupling 0.500 2.000 $3.234 $12.936 Compressed Air 2.00 EA 1 Wrot Copper Coupling 0.500 1.000 $3.234 $6.468 Compressed Air 2.00 EA 1% Wrot Copper Coupling 0.570 1.140 $5.676 $11.352 Compressed Air 2.00 EA ' Wrot Copper Coupling 0.430 0.860 $1.659 $3.318 Compressed Air 3.00 EA 1% Wrot Copper Coupling 0.570 1.710 $5.676 $17.028 Compressed Air 4.00 EA % Wrot Copper Male Adapter 0.210 0.840 $3.765 $15.060 Compressed Air 6.00 EA 1% Wrot Copper Male Adapter 0.280 1.680 $14.139 $84.834 Compressed Air 6,00 EA 1„' Wrot Copper Reducing Tee 0.690 4.140 $13.548 $81.288 Compressed Air 3.00 EA 1A„1 Wrot Copper Reducing Tee 0.770 2.310 $19.731 $59.193 Compressed Air 3.00 EA 1%.% Wrot Copper Reducing Tee 0.770 2.310 $19.731 $59.193 Compressed Air 3.00 EA 1%,'/< Wrot Copper Reducing Tee 0.770 2.310 $19.731 $59.193 Compressed Air 13.00 EA % Wrot Copper Tee 0.610 7.930 $4.419 $57.447 Compressed Air 1.00 EA 1 Wrot Copper Tee 0.740 0.740 $13.539 $13.539 Compressed Air 1.00 EA Wrot Copper Tee 0.610 0.610 $4.419 $4.419 216.739 $4890.839 Base Bid Compressed Air System Quantity Units Size Description UnitHours AdjustedHours NetPrice NetPriceTotal Compressed Air 9.00 EA % 6281 BIk CS Wedge Conc Insert 0.190 1.710 $17.228 $155.052 Compressed Air 19.00 EA % #281 Bik CS Wedge Conc Insert 0.190 3.610 $17.228 $327.332 Compressed Air 19.00 EA % 6281 BIk CS Wedge Conc Insert 0.190 3.610 $17.228 $327.332 Compressed Air 27.00 EA % 44281 BIk CS Wedge Conc Insert 0.190 5.130 $17.228 $465.156 Compressed Air 18.00 EA % Hex Nuts 0.000 0.000 $0.168 $3.024 Compressed Air 38.00 EA % Hex Nuts 0.000 0.000 $0.168 $6.384 Compressed Air 38.00 EA % Hex Nuts 0.000 0.000 $0.168 $6.384 Compressed Air 54.00 EA % Hex Nuts 0.000 0.000 $0.168 $9.072 Compressed Air 9.00 LF % Plain Threaded Rod 0.000 0.000 $0.530 $4.768 Compressed Air 19.00 LF % Plain Threaded Rod 0.000 0.000 $0.530 $10.065 Compressed Air 19.00 LF '% Plain Threaded Rod 0.000 0.000 $0.530 $10.065 Compressed Air 27.00 LF % Plain Threaded Rod 0.000 0.000 $0.530 $14.304 Compressed Air 18.00 EA % Plain Washer 0.000 0.000 $0.040 $0.720 Compressed Air 38.00 EA % Plain Washer 0.000 0.000 $0.040 $1.520 Compressed Air 38.00 EA % Plain Washer 0.000 0.000 $0.040 $1.520 Compressed Air 54.00 EA % Plain Washer 0.000 0.000 $0.040 $2.160 Compressed Air 9.00 EA ' Copper Adj Band Hanger 0.860 7.740 $0.960 $8.640 Compressed Air 19.00 EA ' Copper Adj Band Hanger 0.860 16.340 $0.960 $18.240 Compressed Air 60.00 EA % Lead -Free Solder Joints 0.000 0.000 $0.240 $14.400 Compressed Air 90.00 EA ' Lead -Free Solder Joints 0.000 0.000 $0.240 $21.600 Compressed Air 8.00 EA % Male Iron Pipe Thread Joints 0.000 0.000 $0.000 $0.000 Compressed Air 8.00 EA ' Male Iron Pipe Thread Joints 0.000 0.000 $0.000 $0.000 Compressed Air 50.00 LF % Type LHard Copper Tube 0.060 3.000 $1.814 $90.677 Compressed Air 159.24 LF ' Type L Hard Copper Tube 0.060 9.555 $1.814 $288.786 Compressed Air 20.00 LF ' Type L Hard Copper Tube 0.060 1.200 $1.814 $36.270 Compressed Air 6.00 EA % UPBA-450 2Pc FP Brz LF Swt Bali Valve w/CP Ball 0.550 3.300 $27.753 $166.518 Compressed Air 14.00 EA ' UPBA-450 2Pc FP Brz LF Swt Ball Valve w/CP Ball 0.550 7:700 $27.753 $388.542 Compressed Air 10.00 EA % Wrot Coppar 90 Ell 0.530 5:300 $2.406 $24.060 Compressed Air 10.00 EA % tarot Copper 90 811 0.530 5:300 $2.406 $24.060 Compressed Air 1.00 EA '% Wrot Copper Coupling 0.530 0.530 $1.659 $1.659 Compressed Air 2.00 EA ' Wrot Copper Coupling 0.530 1.060 $1.659 $3.318 Compressed Air 8.00 EA ''% Wrot Copper Male Adapter 0.290 2.320 $3.765 $30.120 Compressed Air 8.00 EA % Wrot Copper Male Adapter 0.290 2.320 $3.765 $30.120 Compressed Air 6.00 EA 'A Wrot Copper Tee 0.770 4.620 $4.419 $26.514 Compressed Air 10.00 EA ' Wrot Copper Tee 0.770 7.700 $4.419 $44.190 Compressed Air 19.00 EA 11/4 Copper Adj Band Hanger 0.860 16:340 $1.320 $25.080 Compressed Air 27.00 EA 11/4 Copper Adj Band Hanger 0.860 23.220 $1.320 $35.640 Compressed Air 15.00 EA 1% Lead -Free Solder Joints 0.000 0.000 $0:440 $6.600 Compressed Air 30.00 EA 1' Lead -Free Solder Joints 0.000 0.000 $0.440 $13.200 Compressed Air 119.12 LF 1' Type L Hard Copper Tube 0.080 9.529 $3.578 $426.139 Compressed Air 171.46 LF 11/4 Type L Hard Copper Tube 0.080 13.717 $3.578 $613.393 Compressed Air 2.00 EA 11/4 Wrot Copper 90 Ell 0.700 1.400 $8.748 $17.496 Compressed Air 9.00 EA 1''% tarot Copper 90 Ell 0.700 6.300 $8.748 $78.732 Compressed Air 4.00 EA 11/4 Wrot Copper Coupling 0.700 2.800 $5.676 $22.704 Compressed Air 6.00 EA 1% Wrot Copper Coupling 0.700 4.200 $5.676 $34.056 Compressed Air 1.00 EA 11/4 Wrot Copper Tee 1.030 1.030 $18.672 $18.672 170.581 $3854.284 SUBCONTRACTORS Company: Redline Mechanica l Description Total Price 1 Asbestos Abatement 2 Chemical Treatment 3 Concrete Cutting & Patching 4 Core Drilling 5 Demolition 6 Electrical 7 Equipment Setting 8 Excavation $11,542 9 Fire Protection 10 Firestopping 11 Floor Repair 12 General Construction 13 Hoisting $O 14 HVAC Piping 15 Insulation 16 Medical Gas Certification $0 17 Outside Utilities 18 Painting 19 Plumbing 20 Roof Repair 21 Sheet Metal 22 Structural Steel 23 Temperature Controls 24 Test & Balance 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 Totals $11,542 TRENCH #1 Check Civil' Check Grade 1E17 LF of Exc Leber Factor 05 v 3463 hrs/Backh hrsiBackfil $ 15500 's 5,367.59 Width Totaw2v 17-31 $ 15500 ,,E S 2,683,80 1011 Height1, a,. .'; -tfifer . . t, Pcr.i. .4 g• ,,Y.ite CY of Exc .i.„ di 69 26 . ,, ..,,„„ $ 261,00 1,800.90 B ti:'a- ti* Chfri—g 4 r. 6916 yds..:1 $ 24500 s 1 .690.50 E TOTAL $11,54239 xcavation (L) ackfill (L) ackfill (M) xcavation (M PeEe February 18, 2020 Lydig Construction 3180 139th Ave SE, Suite 110 Bellevue, WA 98005 Attn.: Kiel Lunsford PACIFIC COAST ELECTRICAL CONTRACTORS, INC. 16620 North Road * Bothell, Washington 98012-5908 TEL (425) 741-2700 * FAX (425) 741-2600 RE: Tukwila Fire Station 52 Tukwila Fire Station 52 COP# CCD# RFI# PCEC RFI# PCEC COR# 006.1 Dear Kiel Pacific Coast Electrical Contractors, Inc. is pleased to quote a lump sum additive change order price for the above referenced work as described on our attached worksheets in the amount of $4,573 .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: ( 4 ) worksheets pese Pacific Coast Electrical Contractors, Inc. Sub Contractor Breakdown Summary Project Name: PCEC Job No.: Work Description: Tukwila Fire Station 52 19066 Revised Pricing for ASI -05 - Controlled Receptacles in RM210. 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 COP# - PCEC COR# 006.1 Date: 2/18/2020 ccD# RFI# PCEC RFI# 92.98 25.21 Hrs. Normal Time 127.03 0.00 Hrs. OT 1-1/2 Time 161.09 0.00 Hrs. OT 2 Time 104.75 0.00 Hrs. 2nd Shift Time 114.36 0.00 Hrs. 3rd Shift Time $ 2,344.03 1. CRAFT LABOR COSTS 2. MATERIAL COSTS a. scheduled material $ 552.13 d. permits $ b. quoted material $ 964.20 e. dumpster $ c. freight $ f. coordination drawings $ - 2. MATERIAL COSTS 3. EQUIPMENT COSTS a. owned equipment (spec approved source) b. rental equipment (per invoices attached) 4. SMALL TOOLS a. small tools 0% (of direct labor) 5. OVERHEAD AND PROFIT a. b. 6. SUBCONTRACTORS a. b. c. d. $ 15% overhead & profit of 1 15% overhead & profit of 2, 3 & 4 7. 0 & PON SUBCONTRACTORS a. 0% overhead & profit of 6 3. EQUIPMENT COSTS 4. SMALL TOOLS $ 2,344.03 1,516.33 5. OVERHEAD & PROM" 579.05 6. SUBCONTRACTORS 7. 0 P ON SUBS 8. INSURANCE/TAXES a. volume driven liability insurance 1.00% (of 1 through 7) $ 44.39 b. Bonding 2.00% (of 1 through 7) $ 89.68 c. StaTe B&O Tax 0 (of 1 through 7) $ - d. City B&O Tax 0 (of 1 through 7) $ 8. INSURANCE $ 134.07 9. 0& P ON INSURANCE/TAXES a. 0% portion of 8 9, O& P ON INS / TAX TOTAL COST 1 THRU 8 4,573.00 0(63A� �1:3p). Job Name: FS#52 Tukwil Job Number: 1429 Extension Name: COR hem* Item Name Quantity [Items andayProducts] Price Ext Price Labor Material Filter: <None> Report: COR 2/1 Labor Ext Label Set: Combined, Combined, Combined, Combined, Combined 68 12 THHN CU STRANDED 420.69 $148.52 M 1l47 3/4EMT 110I0 $155.15 C 1'188 3/uEMT CONN S/[ 8.00 ;l$564.43 C 1,319 3/4 EMT COUPL S/C 1320 C 1,458 3/4 EMT 1 HOLE STP/STL 15.40 $27.48 C 3,800 1/4-20 X 3/4 RH MACH SCREW 15.4(Y C 4,194 8 X 1/2 HEX HD TAP SCR 6.00 ` C 4,2921/4FLAT CUT WASHER 'ZINC 15.40 $4.12 C 4.3761/4MACHINE BOLT AN[H 15.40$13.58 C 7,175IDEAL 738ORANGE WIRE NUT 24.00 C 7,178 IDEAL 452 RED WIRE NUT 9.00 $1.97.41 M 16,753 LV LIGHTING RELAY 600 i0.00 [\ 16,75610'CAT 5ECMP CABLE 3D0 Q 16,75725'CAT 5ECMP CABLE 2.00$0 00 Q • 17,207 DPLX CNTL 5362-S2W N5'20R 12.00'� C 17,4044/SBOX 2'1/8''D,1/2&3/4^KO 1.00 $446.65 C 17,488 4/S BLANK COVER 1.00 $193.52 C 17'543411/16BOX 2'1/8^D1/2& 3V 280! C 17.561 411/1hBLANK COVER 2.00� C � Courtesy of McCormick Systems Inc. Page 2 $573.73 $62.48 $170.66 $45.15 $87.43 $4.23 $0.70 $0.63 $2.09 $2,72 $1.78 $0.00 $0.00 $0.00 $160.56 $4.47 $1.94 $21.37 $5.67 $573.73 (01,00 , •��� : :„Co•;10 28.21 � 2.52 [ 5.50 E 2.40 E 1.85 [ 0.62 [ 0.42 [ 0.30 � 0.11 [ 2.46 X 0.00 E 0.54 E 6.00 s 0.27 � 0.30 [ 3.60 [ 0.30 [ 0.08 [ 0.60 � 0.16 [ 0.18 2/18/2020 11:12 AM Job Name: FS#52 Tukwila Job Number: 1429 Extension Name: COR Iterin Item Name Quantity• Material Filter. <None> [Items and ByProducts] Report: COR 2/1 Price Ext Price Labor Labor Ext Label Set: Combined, Combined, Combined, Combined, Combined ($21.60) 17,169 DUPLEX 20A RECP, STANDARD -12.00 $180.00 C ($21.60) ($21.60) Courtesy of McCormick Systems Inc. Mk= -3.00 -3.00 -3.00 Page 2 2/13/2020 8:53 AM PLATT QUOTATION PLATT LIGHTING QUOTATION QUOTE DATE: 02/14/20 COMPANY: PACIFIC COAST ELECTRICAL PROJECT: TUKWILA FS 52 ATTN: SCOTT TERMS: NET 30 DAYS QUOTED BY: Candy Scarborough FREIGHT: FOB FACTORY PLATT BRANCH: SEATTLE Prices quoted; unless otherwise specifically noted on this quotation; are subject to availability and must be accepted and released for immediate shipment within 48 hours. prices are subject to change without notice. customer agrees that this quotation and any sale of product entered into is applicable to Platt Electric's Standard Terms and Condition of Sale and cannot be waived. Platt's Standard Terms and Condition of Sale are not included in this document, but are so here incorporated by reference within this quotation. A copy of Platt's Standard Terns and Condition of sale is available at <http://www.platt.com/service/terms.html>. TOTAL; $964.20 TYPE QTY MFG DESCRIPTION UNIT PRICE U M EXTENDED PRICE 6 WATT LMPL-201 ABOVE IS ADDER FOR ASI -005 $160.70 E E E E E E E E E E E E E E E E E $964.20 THIS QUOTATION IS BASED ON ALL TYPES AND QUANTITIES. ANY CHANGES WILL BE SUBJECT TO REQUOTE. PAGE 1 OF 1 WEINSTEIN ;. ARCHITECTS + URAN DESIGNERS ARCHITECT'S SUPPLEMENTAL INSTRUCTIONS ASI -005 Project Name: Tukwila Fire Station 52 Contractor: Lydig Construction Issued by: Emma Nowinski Copies to: Justine Kim, Julie Dedonato Attachments: See below for sheet list Project No. 17012 Issue Date: 10/14/19 ❑ 1. The work described herein is a clarification of the Contract Documents. Proceeding with the work indicates your acknowledgement that there will be no change in the Contract Sum or Contract Time. ❑ 2. You are NOT authorized to proceed with this work. Submit an itemized proposal for changes (Increase or Decrease) in the Contract Sum and Contract Time, prepared in accordance with the General and Supplementary General Conditions of the Contract, within fifteen (15) days. ►:t 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 documents various dimensional and material clarifications, commissioning notes, and electrical receptacle changes. Sheets included: A101.1S A101N A1015 A102.15 A102N A1025 A102S.A A1035 A611 A622 A625.A A626.A A703 E302S.A M402S M001 M402S.A M002 M501 N M003 M501 S M004 M502N M201 N M502S M2015 M502S.A M300 M503N M3015 M504N M302N M601 N M3025 M601 S M302S.A M701 M401 N M801 M4015 M903 M402N stern Avenue Suite 30 3 S altle,'N/\ 98121 1')' r;' nA/Lc om T 206 113 8606 F 206 1•13 1218 SUNDIS3a ""v fl +VNI315N13AA 1 1 X - . 41I1:Int Tukwila Fire Statism 52 '""ttee 7511 1 ill1: 1,1 10 VI ijjJ 11111 e CD ® • 8 ® SLOW VIIII:r ""'"'""v fl+VN1315N13M § 3 M SI Li i 8I 1110 Pe 1.1 el i gip DI] Eih: § 3 M 111 i A , • . 4 Tukwila Fire Station 52 =t1, 17G12 hil PP 1 41;1 17 ' A I Ail! fl +VNI3.1.SNI3AA 0 0 ® © 8 0 51.91S3a .011/1,5133111011y n v N N131SN13AA V, = F T z i .2....1. el hil ill' ill iJ lip UP 0 17; ei 5113,01530 „yea n +VN131SN13/V\ 1+1 Frf N 6L. . , I , . ` ' 1 . , 1 , -1 . . k 1 1 ' . c) e a @ e a e 0 ZI t Al 5II3NDISKI NVOIM 5011111.1i n+,v, N 1 3 1 N 1 3 AA MfiirlrO . C) CD C) 8 C) SIMIDI53a roman suudFoav fl +v N 1 31s N 1 3 AA : .14 LI E .-- . .... 11:1 .. et 11 Pe 1 / . ..1 . biill 111 !th: 2 ® 0 8 ® 8 0 SIMOIS3a WW1+ 51331110W n+,,,,N131SNI3AA A11,1 i.11,11.04111 1,14111 !=i1 EDI 1-1' A11,1 i.11,11.04111 91 fl +V N 1 3 15 N 1 3 AA 5 S"'"°""'"''"'""v f1+VN131SN13M a C5 li it g P. g Y ! F i a C5 fl +V N1315NI3M u 5 3N0153a Naann.5D31Ix3SV fl +V N 1315 N 1.3 M 6 tr7 ri sm.sla t...n +.3" ""v fl +VNILLSNI3M 000 .... — 511.91.a Nvosn+50...3v n+VN131SNI3M I g 1 i 1p: IT do Iii IRii int .. 1 M 5 g !I rfi 1 I d n fl 1=11-11-8- _ 11-1Firii — ir 0 a_ CO C,1 n+vN1315NI3AA GENERAL NOTES gal t'' ggg 8 V z' g 2 v P. r6 i •'!' i :4 2 ,,,,.........„, ' ! I i iii V. „ a ' ...,2. A, • ; :-..?,.. I 'II n+vN1315NI3AA GENERAL NOTES `,-' ,g ' , . •!!` '' ;74 X.- y Ya % g 2 ,- 1. '2 _., '16 ,A. .,, g 5 4 ., ,., ; ! g. 3 1 5, , 8 l'q "' ; ' " K.g, ' g, 1 . ' 0 :-?, ' - 5 v ' . .i 8 V z' g 2 g A • 2 . 5. a 5 i; ,,, ; ',4 ' 2 g 'g _' ni P. r6 i •'!' a - ,-.4 11;5 2 s g g 7 A ' , °g kl ° § :-....,:'- ,-1 :.•':".:4 V. „ a ' ...,2. A, • ; :-..?,.. p ,I, ; t. g 2. 5_ .. P. , '..1 ""--- R I i'. .-'..' g g, 6— pg 1 '2 3- Ag ! .,7, 337.32A3 d '1..Y35jsS „ a - F:,". e .1 . G51 K ° i c ' i a 15P §/ ---- . 1 jii) 1 If If -' S III 1 5 5 E g JJ 3 a A< I 3 6 i g T I -''i ' - A 6 ii w a 3 "if id 5 111HrlyTmt.E, i 6 6' .1N i ' g.,1A333 w -8 If 'ti 33 .. 5 g ,. A Raa' 1 - - rA il 5 a 3 6. Ini51 Ng P 3 i gt li I 6633 1 '''111.' l'irl'°111!1'1'111'111 II I 5 11 5 1 i g i ! 6 11 e_t);...[JE ‘i IIIIIIIIIIIIIII e g 'IC' I " 2 9 t' il_.., H ABBREVIATIONS R 5 g ; y Ig . 3 i R IP $ 3 ` di g ' a! A — 6 . t i g b lig g ' " - 'a f.:5' 0..x. - d l'OR S38 3 - -33: ,P - '' 8 .-'3 S ''t ' . tg " g8egg8E'8l5833m68),•:,,i•LnE';Aa.:2n!lt..,:si8;EEdlyfik„—:sEsiii,-;th,.,i,22,8§;e1,‘2:...25112,,,,RaRN;g6,E1,9,..:iulfi-; 6 i 1 t i 5 wofnumsdi.nocueo...sma•nym...angirouralsnattoosv Z 11 Y�8 `°'"""0"°a°"+9`."v f1+VN131SNI3M pp3 p DOMESTIC HOT WATER HEATER AND ACCESSORIES �gi p3 &s; 4 % s s R3 k3 ;� 99 b3 g�aQa33 S ^9b Y g 55 4 g gg Ra J" 8 Y ggyy pp 6. ya a 99d 33 ff�s9 a 3 3"s'• kq c s yg $$ y k W d�a$s y a Y $ : # doq d! (i�i 4 grag .� 7 - kqA .''b Hq$aq$ g Yt a� ##L6 �ktt ➢ 9 h$ $$a((6 3 "s `s pG$ zS i� t0.. 3 z" Fi3 s '! ja Sa 1� dpi p��. ffi 3 �. �$ P� a� $.�} 3 m ygG q �.'s?ec.:? L^ yG'de �7bg j�' �M4 y 6 ,s ffi p .j Fw p b2 q 3 C $6, b cp,p3 a 3 •x4 kefftltl a 6 1gYyyS i#.„58 a43Xff i�c 4 C}� {Ys =. y s - »�gT� r�- 2S c asm gym. ?� 3 S8 a �� e yp d �2s"b. -'# p sR PB �i Y y'' a = s. • 3 d3u p&ce3 AH$ 5 qe @93Yp.2 5 gg `ydY # p $Rg g5y b, ydpK Y�iF�ffi F t &1 y g #g� 3� . ka, T, L� $ yg f a � ,s wcA �q '-Y 6.: yY � a a S�'a..BS�d yM75 Y& p , d$ .5 -a �,- g sm $g3 yp37 fH, ?, s tl •g t f w ��3F2 e�e� A8 'eie^moi $$ �g� ss eg ti -gg M ypkn a $8 tl€ £ �. C1 �' F 6 v3 fib. ,5 ,F3 u.;. $ RH p. Rs9RW. en R Il. kR R?g C 4iAp?' 2. . § ez3 �3 g B u gq gk+C�� y5 ddE. A2� d X+g�� �e��'asg3389a ny r g 8 g § p� dk' fig ��Ga yye saa.yi�yyg�gx@sx@q§� � L: ? 1 pp3 p b3 g�aQa33 S ^9b Y g 55 4 g gg Ra J" 8 Y ggyy pp 6. ya a 99d 33 ff�s9 a 3 3"s'• kq c s yg $$ y k W d�a$s y a Y $ : # doq d! (i�i 4 grag .� 7 - kqA .''b Hq$aq$ g Yt a� ##L6 �ktt ➢ 9 h$ $$a((6 3 "s `s pG$ zS i� t0.. 3 z" Fi3 s '! ja Sa 1� dpi p��. ffi 3 �. �$ P� a� $.�} 3 m ygG q �.'s?ec.:? L^ yG'de �7bg j�' �M4 y 6 ,s ffi p .j Fw p b2 q 3 C $6, b cp,p3 a 3 •x4 kefftltl a 6 1gYyyS i#.„58 a43Xff i�c 4 C}� {Ys =. y s - »�gT� r�- 2S c asm gym. ?� 3 S8 a �� e yp d �2s"b. -'# p sR PB �i Y y'' a = s. • 3 d3u p&ce3 AH$ 5 qe @93Yp.2 5 gg `ydY # p $Rg g5y b, ydpK Y�iF�ffi F t &1 y g #g� 3� . ka, T, L� $ yg f a � ,s wcA �q '-Y 6.: yY � a a S�'a..BS�d yM75 Y& p , d$ .5 -a �,- g sm $g3 yp37 fH, ?, s tl •g t f w ��3F2 e�e� A8 'eie^moi $$ �g� ss eg ti -gg M ypkn a $8 tl€ £ �. C1 �' F 6 v3 fib. ,5 ,F3 u.;. !3 I,Vh 2 4 S 9! d 1 $ A a M• A a - I .., 1_5 gg :g `.� 5 ;,; & .11-5531.11,5511 amtiinswremrn�Aswa.0 21 10 SID ALTERNATE (1+vN 1 3 1 5 N 1 3 M LATOR SCHEDULE 3 536 gib Wbu s g qqs$ ek�s.3 a 9c V sg S g. Seg APPLIANCE CAPACITY SCHEDULE �5 g EP ES ee555. 5888.. as E '. `.° x 5$ 'i ���� Sgt i.�, M '�. ; rlr € �. ��'SR a° 4„ R 0 1 t. � I p i 9 R r I r �Sl4a I r tI 1 p[,,9, lad "p �•c 22. Ed 5 IJ � RB R, KIR 1�@&8 '11 1IIz 1 �1 / �gn � G €O 1�� t § it1 MNMEM ! '1 1 I. i ISE 111111111111111111 El IMI SID ALTERNATE (1+vN 1 3 1 5 N 1 3 M LATOR SCHEDULE 3 536 gib Wbu s g qqs$ ek�s.3 a 9c V sg S g. Seg APPLIANCE CAPACITY SCHEDULE �5 g EP ES ee555. 5888.. as E '. `.° x 5$ 'i �b _ m _ a 3 S NATURAL GA §S 888 RB R, KIR f� : G €O t § MUM MEM IIINIIIIII EMU MHZ ENE §I 4$ 41 [ir xmstnotu°iMwsme-mM+wrs nrew 6 BID. ALTERNATE UNG DESTRATIFlCATION FAN z m< Y�Y "'"'"°"°"" ""'"'v fl +V N 131.5 N 13AV, • wr aSiuS5ii-ttotirtt+a.sne-mM,.+sne.dndxeeIawib ilo d § \ "'"'"°"°"""'''''""v n+VN1315N1 3 ¥ 5 . ;R t / ƒ II ` } /� i a. Stl3N X153(] Nea=n+An3�:x�.„n fl+y N 1315 N 13 AA 1p $M z ! 1 HI I:d iii iii ... kn. LONSIRLIC1.15. t9 Sex t&tlUNK% FOUNDATIONPUN Meet M201 S = 22211A 2121 it 2 z z O G Z 3 8 8 "'"'"❑N°"""""'""y fl+yN1315N13M 0« g d3�� 93a Hvenfl+siD391N)ev 11+ V N 1 31 S N 13 M 1®9 M r1.19C00t0oW'0 CL '54 fl +V N1315 N13M .1-25$91.25S11,1(111481.+91•PS• 11.1..11100 A/MKT Al0i.41.9 a • • • -7' , Ty•. ..... 4tr. 6.01, 4.11 -25511.25.1•21.1,81"...611.•170,...311113.1.11.925g10£.0,11 fl+VNI31SNI3M "'"'"°""'"'''31'""1 II +V N I 31SN13 /V\ 1 i ! 14 j. iF. 1 1 ill ..' hg 1119 IL f • glo 0 .115511254.• 2l1111,81..9111g • 11"0,1.,... sR; Pi fl+VNI3ISNI3AA ,P01-.5.295il,l011113{..-051.1,....51403 1.182901(12.41 fl+VNI31SNI3M 1 l !! g F M g E 'i - .1. irl 1.1 " A iL 1 1 H --H__ 1 I .tirssiuzsup.naluev.Pe n6,1. w.1.1 tra coo. 'e dee os3annemfl+U,OV 11+VN131SN13M /11 ii a ra f4Y r, IIS k s • harm CONSTRWION SET w,9 Sheet. MIMIC PUH Sheet M402N .^—. 0M25SSIRSSft-2161111 bNO- nia naraxsc1a,..N1 lig P SUNDIS3a NVI111 S1 -131110/1V n +vNi315N13 4.11.`511125Sit P1111•11ym gy.ovory <V 2 PL. n3r�:no dean+zn3.Hav fl+VNI31SNI3/V 9WYN YIOVaN'e A 1 i Tukwila Fin) Station 52 T n+VN1315N113AA .1-5.1475511,1011/111.40911P8.111...41. gIL zb ] — ©a fl+V N131SN13 ¥ Tukwila Fire Station 53 |/� n+VNO ISN 1 ¥ A AAA :n3HDIs]a ravens+5U33'M33n ft +y NI 31 S N 13 M LArMus RRmM N N a Zb 5' ° A S '� 99319,1930 wean+9u3M0,11/ 11 4-1/ N13 1 S N13 M MI ZSSillb'S11.21WiA1+.5398•MM 9MMf11d9C5COLOdtl N sniNDIsep rvvean+sn '°" fl+VNI315NI3M $601/19 6.9495 bun isms Tukwila Fire station 52 PSN. 17012 mW pwM avaxa lij Iwm CIXaYPVcn011 SET Date g/12,2019 DPW PIAN M503N 1.--jr kal Rsvuzssn • z ia«re z.ws en-nr..un n e we vm xs a iezww n C z z ill fl+V N131SN13M .99—Z5S1125511 - F101116 4 ...511(9 Ylei IrS01..td :n3H7�s,o Heaan+sll3��x�dv n+V N 1315 N 13 M 39 x Bag 9 S g i }1 ill 11 �d wrizsulessu-nolscaosm•nwn........ it fl+V N 1 3 IS N I 3 M 'it MA ASMOfi Mte mu Tukwila Fire Station 52 Ilmaq M i 14 4.11-Z5511125411,101141...Ma.11....911111.111a1.1002.11 ij IJ n+vN131SN13M L.1.9-,591.1225.11- .11....51112,40.1d9V5.1.04,1,1 8 40 UP.. n +v N131S N 13 AA L SECTION GREAT ROOM gs, 0 E-2 4 0 4,41-Z5511.511.•2164.45..1119,M119...83.1A MI t1.2...V •.:4..44.,4L.,1.44LL4...2.2..L '."4:. ' ''.'2,:„.',,I,Z,.-,--',.........,..1.,,."..f—L--1...,... ' ,A ,,r 4 ... ss3N9Isgormarl-.03,(1-FVMnSi\MM .,kg i 1 i '''. IM _ , V 1 1 . i 1 1 <5 111 • I a a ,409-S53.591.21aLlAll fh....118 Ai rid 9L5.0i.P1 PIPE SUPPORT WALL MOUNT DETAIL 5 SUMP PUMP DETAIL 5 LY 01 Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #114 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #114: CE #001 - VE Savings Allowance TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 114 / 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: 6/2 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: ($20,817.63) POTENTIAL CHANGE ORDER TITLE: CE #001 - VE Savings Allowance CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #001 - VE Savings Allowance Targeted VE Savings of $133,000 for BP -01 and BP -03 (Mini-MACC). • Allowance 1 - Revise elevator specification from electric traction to holeless hydraulic - ($18,000) o Specification remained electric traction o Buyout savings of ($9,210) for changing vendor from Primarius at bid time to Schindler • Allowance 2 - Remove unsuitable soils allowance - ($40,000) o BP -01 - Allowance 1 - Remove Utilities - ($15,000) o BP -01 - Allowance 2 - Remove Bedrock - ($25,000) • Allowance 3 - Negotiated Savings Allowance from BP -01 - ($75,000) • BP -01 - Remove UP -1 Over Exc Allowance - ($11,250) o BP -01 - Remove UP -2 Structural Fill Allowance - ($12,500) o BF' -01 - Remove UP -3 Temp Crushed Rock Allowance - ($60) O BP -01 - Remove UP -4 Quarry Spalls Allowance - ($60) O BP -01 - Remove UP -5 Ripping Bed Rock Allowance - ($150) O BP -01 - Acceptance of Alternate 3 to revise the rear apron from Asphalt to Concrete (updated to heavy-duty concrete in 100% CDs) - ($80,000) ATTACHMENTS: 30110 TFS #52 - TCC letter 10-29-2019.pdf_ CE #001 - Pellco VE Allowance Reconciliation.pdf_ _PCO 114 -SP Combined.pdf Cost Code Description Type Amount Lydig Construction, Inc. page 1 of 2 Printed On: 8/3/ 2020 03 :16 PM LY DIG PCO #114 1 50--004-02--Mini MACC VE Allowance Mini-MACC VE Allowance Project Contingency $'133,000.00 2 03-001-99- - BP -03 - Structures Subcontractor BP -03: Elevator Original Budget Amount (Primarius) Subcontractor (598,410,00) 3 03-001-99- - BP -03 - Structures Subcontractor BP -03: Elevator Revised Subcontract Amount Subcontractor $ 89,200.00 4 31-001-99-- Earthwork and Utilities subcontract BP -01: Allowance 1 - Remove Utilities Subcontractor ($15,000.00) 5 31-001-99- - Earthwork and Utilities subcontract BP -01: Allowance 2 - Remove Bedrock Subcontractor (525,000,00) 6 31-001-99- - Earthwork and Utilities subcontract BP -01: UP -1 Over Exc..Allowance Subcontractor ($11,250.00) 7 31-001-99- - Earthwork and Utilities subcontract BP -01: UP -2 Struct. Fill Allowance Subcontractor (512,500.00) 8 31-001-99- - Earthwork and Utilities subcontract BP -01: UP -3 Temp Crushed Rock Allowance Subcontractor (560.00) 9 31-001-99-- Earthwork and Utilities- subcontract BP -01: UP -4 Quarry Spalls Allowance Subcontractor (560.00) 10 31-001-99- - Earthwork and Utilities subcontract BP -01: UP -5 Ripping Bed Rock. Allowance PP 9 Subcontractor ($150.00) 11 31--001.99- - Earthwork and Utilities subcontract. BP -01: Alternate 3 Heavy Duty Concrete in Rear Apron Subcontractor (580,000.00) 12 03-001-99- - BP -03 - Structures Subcontractor GLI, Bon, B&OCredit Subcontractor ($182.70) Subtotal: ($20,412.70) 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, Purchase Agreements, and Project Contingency. $ 0.00 GL Insurance: 0.75% Applies to all line item types. (5153.10) P&P Bond: 0.75% Applies to all line item types. ($154.24) B&O Tax: = 0.47% Applies to all lineitem types. ($97.59) Grand Total: :(520,817.63) Owner Signature Date Lydig Construction, Inc. page 2 of 2 Printed On: 8/3/ 2020 03 :16 PM CO utt ORDER NO.31-061.99 Project; Tukwila Fire Station #52 Bid Package 01 ,E C7 e esti eeo o s e e eeee e e e e e ce e '.e aai ee o ZOI www ds Period Amt.Eamed wwww v ::wwww www w www wwww wW wwwww '.w w. '..JJJJ :JJJJ :.JJJJ :',,99999 J J 9' 99 ,,..1 t7)1;800 J p. F 999 CP !g!! '.od p 4 p o '. do O S 4 '.o 4 O dd O dococ a O O O@ do '4! O o O O 00 o o o :0 O! 0 4 00 G 6 0 ' 4 a �- .e,e omNg Qe Gm o rnma ee e mama'n6a6 e eeee ee mm 4o ' ee s�'oo ee -t. 4666 eea , o m, see ooa . 62. of tp Nww tyiously Completed Amt Earned 444 NC 44 IA $ 40,6001 � r 44 ' N 44 $ 3,000 $ 19,950 $ 67,500 $ 52,590 $ 296 395 $ 30,000 $ 20 000 $ 67,500 $ 67,5001 0. m .0 $ 322150 $ 95,000 $ 120,000 o C w ,go 11 ww W w ':wwwww ,, w w JJJJ :JJJJ 9959 999994'99 JJ JJ JJ 11 UV'" yp ,a F JJJ '4'42, C p 4 !6! G O m w a p O 4 w !F.,!!'<-4 rCw aC w GQ 11! 0 C C ggeg oaoo PASS 4g„a QoG !1 c, o4 mmar g�ee'e :G �G0000 rmP1 g,e, ! gg e`e 04'00 "' :Go ,eg tap oca .ga, 5'G e3o4 'o ”` Q' : eso o rPF. §T—F.. Nta -1 w w To Date Amt Earned j $ 20,000 mw w N $ 45,500 1 $ 12,500 $ 15,000 o , N w w .mcro mrroN ... $ 52,500 $ 296,395 $ 30,000 $ 20,000 $ 67,500 EG b. wwww +kk $ 322,150 $ 95,000 $ 120,000 N 'a W N '.:W w w w:.w w w N$ ' ~ w wJ Jw '499, 5959 wwww wJww JwN Jw JwwJ N 5 59 ooa rr� --- - = --a ma4ao a .. mm ao mom c $ 20,000 824 man www 5 12,500 $ 15,000 $ 2,500 $ 25,000 $ 4000 '.. s 21,000 $ 75,000 $ ...........70,000 $ 348,700 $ 30,000 25,000 • 75,000 44 an ww $ 70 000 $ 379,000 $ 100,000 $ 120,000 $ 60,000 _$... _.....__ 5,000 $ 200,009 w$uYri. Ww w+aww ma 'ww m w §: $ 52,400 $ 65,269 $ 81,105 N w a r www v °1 ry ww.wN 0 GG a n !NWWw aoao ,- amaui":o 0 4000 040_00 ." wwww 0 opo e no g 4» ry w ww wwwwwuo u4iG$S a r g n 4- o a Go mo o: 4 ww a o Go u' N wW w Www $aa a wWwwl 'n ;w. a m. 959 ,99' wwwJ w0 wJw wwww 99995 9 ww 9" '42 w PrP ti -- .-r , r-rr .er r x•w ga.:. v-wv* r N 0 '. E S a O °8 RE ! m 'o3 Mobilization Temp Facilities ill; 'v at- Silt Fence, CB Inserts, Const Entrance Temp Laydown Rock Hydroseed Maintain TESC Site Demo Potholing '.. Demo Trees Demo Site Hardscapes ,Demo Site Softscapes Site Earthwork I' Earthwork Support Solider Pile Wall Sub Site Grading Footing Exc, Backfill, Capillary Break Crushed Rock Gas Trenching } ov , m m al _ 0 .y Storm Drain Piping Detention Vault Water Water System ot c �m Trench Safety Sanitary Sewer o 3 a f0 5 wFN ew:wwua . N m 0 � " [Closeout 3% Total -Base Bid Total Deduction: 1669996 Ordersi Change Order 0001 Change Order 0002 Change Order 0003 z° Page Three — 00 03 50 BID FORM BIDDER NAME: PELLCO Construction Inc BID PACKAGE #: BP 01 — Earthwork & Utilities TRENCH EXCAVATION SAFETY PROVIS(ONS: If the contract contains any work which requires trenching exceeding a depth of four feet, all costs for adequate trench safety systems shall be identified as a separate bid item in compliance with Chapter 39.04 RCW. The purpose of this provision is to ensure that the bidder agrees to comply with all the relevant trench safety requirements of Chapter 49.17 RCW. This bid amount shall be considered as part of the total base bid set forth above. If trench excavation safety provisions do not pertain to this project, put N.A. for dollar amount. Trench Excavation Safety Provisions Only: $ 5000.00 ALTERNATE (IF APPLICABLE): ALTERNATES DUE AT THE TIME OF BASE BID Note: Per Section 01 23 00 the alternates are to include a total cost for the work described (including, but not limited to, labor, profit, supplies, hoisting, rigging, overhead, bonds, etc). Note, all Alternates are to be guaranteed for the duration of time outlined in the aforementioned section. Alternate 01 — Full Tenant buildout of 2"d floor administrative spaces: Alternate 02 —Stair connection to Sound Mental Health property: Alternate 03 — Concrete Paving at Rear Apron: Alternates to include all required work to complete the full scope as outlined in the base bid and alternate documents. If no work is affected by alternate selection, enter N/A in the value of the alternate. UNIT PRICES: Undersigned proposes to provide the Unit Prices as described in the Contract Documents, and subject to the same conditions as indicated in the Form of Bid, Part 1 (Base Bid). The quantities shown are assumed as additions to the scope shown in the Contract Documents. Actual quantities will be dictated by the conditions found during construction and the directions of the Owner's Representative onsite. Quantities exceeding the assumed quantity shall be compensated at the stated Unit Price and added to the Contract by Change Order. If actual final quantity is less than the assumed quantity, the difference shall be credited to the Owner at the stated Unit Price and deducted from the Contract by Change Order. UNIT COSTS (extended prices, shown below shall be included in Total Bid.) Unit Prices (per Section 01 22 00): Unit Price 1: Over -excavation and proper off-site disposal of un -anticipated unsuitable soils BID FORM DOLLARS ($ ) per Bank Cubic Yard 00 03 SO - 2 LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #114 -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 #114 -SP: CE #001 -SP - VE Savings Allowance TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 114 -SP / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: Pending - In Review FIELD CHANGE: No LOCATION: SCHEDULE IMPACT: FROM: CONTRACT: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 1 - Tukwila Fire Station #52 - Self -Perform Prime Contract CREATED BY: Alex Carey (Lydig Construction, Inc. - Bellevue Off) CREATED DATE: 6/2 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING Amount Based METHOD: PAID IN FULL: TOTAL AMOUNT: No ( ,392.70) POTENTIAL CHANGE ORDER TITLE: CE #001 -SP - VE Savings Allowance CHANGE REASON: Allowance POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #001 -SP - VE Savings Allowance Allowance 1 - Revise elevator specification from electric traction to holeless hydraulic - ($18,000) • Specification remained electric traction • Buyout savings of ($9,210) for changing vendor from Primarius at bid time to Schindler ATTACHMENTS: CE 001-SP_pdf Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 6/2/ 2020 04 :07 PM Cost Code Description Type Amount 14-002-99- - Elevator Sub Elevator Original Budget Amount (Primarius) Subcontractor (998,410.00) 2 14-002-99-- Elevator Sub Elevator Revised Subcontract Amount Subcontractor $ 89,200,00 Subtotal: (59,210.00) Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, UnwrittenSub's1PA's, and Project Contingency. 5 0.00 Fee - Sub Tier Work: 0.00% Applies. to Subcontractor and Purchase Agreements. $ 0.00 GL Insurance: 0.75% Applies to ali line Bern types. (969.08) P&P Bond: 0.75% Applies to ali line Item types. (969.59) B&O Tax: = 0.47% Applies to all line item types. (544.03) Grand Total: (59,392.70) Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 6/2/ 2020 04 :07 PM LYD October 29, 2019 Rachel Bianchi Superintendent Deputy City Administrator City of Tukwila 6200 Southcenter Boulevard Tukwila, WA. 98188 RE: Tukwila Fire Station #52 Total Construction Cost (TCC) Budget. Dear Rachel, Lydig Construction, Inc. is pleased to submit this Total Construction Cost (TCC) proposal for the Tukwila Fire Station #52 Project. The proposed amount is Sixteen Million Twenty Nine Thousand Two Hundred and Sixty Dollars and Zero Cents. ($16,029,260.00) excluding Washington State Sales Tax. Attached hereto is the breakdown of the proposal as well as additional supporting documents for the TCC. Contract Documents: ■ Specification list is attached. • Drawing list is attached. Assumptions, Clarifications and Exclusions: Please see the following clarifications, and exclusions that we have based our proposal on: ■ All clarifications and scope modifications described in Addenda 01-08 shall be incorporated into the project documents. • Construction CPM Schedule shall carry forward from the Mini-MACC as updated through the date of this contract • PSE Work at 65th allowance does not include restoration of the road surface. This allowance is intended to cover the added cost for BP -01, BP -03 and restoration of two concrete panels and curb at this location. ■ Early Electrical Allowance of $215k is being returned to the MACC budget from BP -03. ■ All mockups shall be in-place in lieu of any freestanding mockup requirements. • Caulking of exterior concrete to be clarified to exist only where specifically shown on landscape paving drawings. ■ Specification section 26 05 19 paragraph 2.1C prohibits aluminum wire, Revise spec section 26 05 19 paragraph 2.1C to allow aluminum wire for sizes #1 AWG AL and larger, • Flooring surfaces shown as carpet in alternate 1 are changed to polished concrete as the base bid. Exclusions: ■ Building permit and fees per GCCM Matrix. • Special Inspections per GCCM Matrix. • Utility company fees and charges per GCCM Matrix. 1IPage 425:885..3314 I www.ty LV D I G = Commissioning authority. o Professional Liability (E&O) insurance coverage. • City, County, State, PUD and PSE requirements. " Utility Connection fees and assessments per GCCM Matrix. o Gas & Water Meters. = All owner soft costs and FF&E. = Any costs associated with Owner moves. = Washington State Sales Tax. Costs exceeding our allowances included in the Bid Packages. See listing of Allowances below. " For the alerting system, all back -end connection, setup charges, etc. are excluded. Programming, software or other setup required in order to facilitate the function of the alerting system are excluded. No offsite work or function is included in this contract. Listing of Allowances included in GMP Amount: Mini-MACC Allowances ca ied forward: • Allowance 01 - Revise Elevator Specification: <$18,000> (Reduction of $18 000) • Allowance 03 - Negotiated Savings Allowance: MACC Allowances: • Allowance 01 • Allowance U2- = Allowance 03 - = Allowance 04 = Allowance 05 - ^1,1101 100% CD Set - ASI 003 BP 01 & BP 03 (ROM): PSE Work at656: Concrete Wall Change Wood Bench Allowance Traffic Signalization Re $255,000 $25,000 $85,000 $10,000 $75,000 \^0101 ) BP1l—Electrical " Allowance for all work associated with specification section 285005 — Fire Station Alerting: $75,000.00 = Allowance for all work associated with specification secions 28 13 01 — Security Access System and 28 23 00 — Video Surveillance System: $50,000.00 Selected Alternates: Alternates Accepted by the City of Tukwila include the following amounting to $636,039.00 as indicated in the TCC breakdown, and is included in the TCC amount: o Alternate 1 — Full tenant buildout of 2nd floor administrative spaces: $636,039.00 Alternates NOT included in this contract amount include the foliowing: o Alternate 2A — Forbo Marmoleum at Admin Space in Lieu of polished concrete: $21,939,00 • Alternate 2B — NoraPtan Unita at Admin Space in Lieu of polished concrete: $36,583.00 " Alternate 2C — NoraPlan Arago at Admin Space in Lieu of polished concret: $42.138.00 2|Page 3180 1...9th Aye SE Ste IQ Bellevue:WA 98005 Thank you for the opportunity to provide this proposal; we look forward to the coordination and implementation of this project. If you have any questions, please feel free to contact me. Sincerely, Lydig Construction, Inc. Kiel Lunsford Project Manager Attachments: 1. TCC Pricing Breakdown 10/29/2019 2. Specification List 3. Drawing List 4. Geotechnical Report 5. Bid Package Results 6. Mini-MACC Addendum 1 7. MACC Addenda 1-8 3IPage 3180 139th Ave SE Ste 110 tielkwue WA 980. 425.,.885.331.4 j vvw\riydigx,..m. PRI RIUS ELEVATOR 17905 Bothell Everett H ` Ste 1U Bothell, WA. 3OO12 Phone 425-821'3100 Fax425-823-1863 Email: Web: www.primariuselevatorcom Scope of work: Provide and install Elevator at Tukwila Fire Station #52 Located at: 15447 65th Ave S. Tukwila, WA. 98188 Per Drawings A5.04 Type: Holeless Hydraulic Passenger Elevator Manufactured by Vertical Express. Capacity 2500 Lbs. Power 208v 3 Phase Speed 110 FPM Stops 2 Door Type Single Speed Travel 15'-1" Ceiling Fluorescent Hall Fixtures Stainless Steel Clear Inside 6'8^yVby4'3''D Cab Walls Laminate Cab Height 7'4^under ceiling Front Wall Stainless Steel Doors 3'-6'W x 7'-0rH (Inside) Cab Door(s) Stainless Steel Pit Depth 4'O''min Hoistway Doors Baked Enamel Auxiliary Operations N/A Security Feature N/A Included in bid: • 12 months Warranty & 3 months Maintenance • Permit & Inspection • Installation Exclusions: o Fire caulkielectrical rail brackets support (in the wall), hoisting beam, pit |ighUng, hoistway ventilation, sump pump, sprinkler in the hoistway and machine room, fire pmofing, ooring, patching, pit and hoistway, Forklift and Crane (By GC). • Non -shrink, nonmetallic grout by GC. " Temporary use to be determined upon installation of elevator. Protection of elevator during temporary use by GC. Notes: o No sales tax is included in price. ~ Requires: D'-4"Wx5'-0^DHmisbvoy • Requires: 12'-8" Overhead Clearance Optional Items not included in Bid: ° 0 0 0 0 0 ~` ~,~~.o,:� Rail Bracket Wall lnserts add $280 Upgrade Maintenance to 12 Months add $2,880 Upgrade Ceiling to Stainless w/ LED Lights add $2.500 Upgrade Entrance Doors & Frames to Stainless add $3,000 Battery Lowering Option add $2,000 "Ltfe atodifferent level" Schedule: PRI MS ELEVATOR Total bid $87,7=0.00 $1OJ]OO. 17905 Bothell Everett Hwy, Ste 101 Bothell, WA. 98012 Phone: 425'021~3160 Fax: 425'828-18e3 Email: inf$uophmohuse|ewatmrcom Web: wawx.prinmriuxelevatur.com $98,410 Drawings/Submittals: 3-4 weeks from receipt of subcontracand deposit Fabrication/Delivery: 12-14 weeks from receipt of all approvals (Including approved shop drawings, fully executed contract and change orders, and release payment) Installation: 3-4 weeks per elevator upon commencement (Requires completed hoistway machine room and power and hoist way doors) Crew loading determined by Primarius. Adjusting/Inspection: Approximately 1 week each based on completion of inspection checklist and based on lnspector's availability. These are estimates only. Prinnarius proposal is based on installation within 1 year from contract day. Insta lation after one year will warrant an increase for labor and materials at Primarius cost plus overhead and 15% margin If you have any questions please dont hesitate to calI us. Were always happy to taik to our customers about our services. Bid is valid for 60 days from bid date: 6/27/2019 Bid & Dan Sabo PRIMARIUS ELEVATOR General: PR|[NAL°87OB2;Elevator: PR|N1AL°878JQ "Life at a afferent level" VERTICAL January 9, 2014 To Whom It May Concern: Vertical Express is a subsidiary of ThyssenKrupp Elevator Manufactu ring. Vertical Express sells and distributes non-proprietary elevator systems, products, components, equipment and parts that are manufactured by ThyssenKrupp Elevator Manufacturing, Inc. to independent elevator companies throughout North America. Sincerely, Julie McKenzie Vertical Express Sales anager ThyssenKrupp Elevator Manufacturing 9280 Crestwym*ills Drive Memphis, rw3o1uo Telephone: (901) 261-1700 Schindler ElevatorCorpo[aU0n 15413 NE 95th Street Redmond, WA 98052 Mats Holland Phone 503-1176 Mats.Hv|ondVoGxhimUor.00m June 2r, 2019 Customer Information Lydig Construction ������������N N ��� � �°� d�*. Project Information Tukwila Fire Station 52 15447 65th Ave S Seattle, YVA30180 Offer #: 0201272705 Schindler Schindler Elevator Corporation is pleased to submit our proposal to furnish and install the products listed below in the above building, for the sum of Eighty Thousand Dollars and 00/100, ($80,000.00). Allowance 1 - ReviseElevatorG[ec to 330ADual Jack Holeless Hydraulic -$18,0OOsavings Specification Summary: Qty Product Load Openings Speed Stops Mut'loelwe,y Date CuotHandover Date 1 330A Dual Jack 2100 2 F 150 2 6/6/2020 7/17/2020 Add 1. Elevator to become Schindler 3300 Traction MRL — Proposal price becomesi.;;;71 Upgrade to Stainless Cab Finishes $1,200 rm/wotSpecific Qualifications and Clarifications Actual Savings via Buyout to Schindler -$921QSavings I. Proposal is for one (1) Schindler Dual -Jack holeless hydraulic passengeElevator, 2100ff capacitylSO/ n\mvo (2) stops with 2 in-Iirie front openings and total travel of 15'-l", This type of instaflation would require a hoistway size provided of 7'-6"wide x S'-9" deep, a 4'-0" pit, and a minimum clear overhead to the bottom of the hoistbeam of 12'-8" 2. Proposal required an adequate sized machine room per WA State code clearance requirements. 3. GC to provide hoistbeam rated 750011. 4. Work by others: Overhead rail bracket support, cab finished flooring, removable barricades with netting at all openings, pit adder. 5. Will we require a forklift provided at no cost to assist in the unloading of our equipment. 6. Proposal includes one mobilization to install and one mobilization to adjust/inspect, If remobilizations are required due to conditions by others or the jobsite not being ready per an agreed upon delivery, there will be associated fees. 7. Proposal does not nclude temporary use of the elevator. O. Proposal fjnjshes are based on Schindlers standard color selection of plastic laminate apd baked enamel, 9. Elevator fixtures are jamb mounted. 5iwitiss s4.01 Project: Tukwila Fire Station 52 Estimate »*mo7oo Date: 06/27/2019 Page 1 of 10 Schindler Elevator Corporation 15413 NE 95th Stree Redmond, VVA98O52 Schindler 10. Proposal does not include the removaf of any exlsting equipment. 11. Proposal does not include emergency power operation. 12Proposed schedule is 3 weeks for shop drawings, 3 weeks for approval process with colors selected, fabrication and shipping is 12-14 weeks after the job can be final measured and installation is 4 weeks for installation. 13. Elevator interiors are based on Schindler standards are outlines in the specification summary on the last page of this proposal. Variations to these finishes or fixtures could potentially result in a cost change. 14. If site readiness conditions do not allow for the installation to commence upon the agreed upon delivery date, Schindler will store the material off site until the site is ready. The cost for this 15 $500 per week. 15. Proposal does not include WA State sales tax. 16. In the event of governmental changes to applicable tariffs, tax rates, including but not limited to sales tax, use tax, excise tax, privilege tax, transaction tax and similar changes, or loss of tax exempt status, Schindler reserves the rights to adjust the contract price accordingly to account for all additional cost impacts. 17. Below are the labor rates that we will use for the project in 2020. They will be updated based on future labor rates. Based on elevator installation prior to June 1st, 2020. Pricing could increase with later installation date. Regular time Overtime 2020 Rate 2030 Rate Mechanic in charge 206.25/HR 357.65/HR Mechanic 194.65/HR 327.60/HR Apprentice 176.10/1 -IR 287.50/HR Project: Tukwila Fire Station 52 Estimate i):0201272705 Date: 06/27/2019 Page 2 of 10 October 29, 2019 Rachel Bianchi Superintendent Deputy City Administrator City of Tukwila 6200 Southcenter Boulevard Tukwila, WA. 98188 RE: Tukwila Fire Station#52 Total Construction Cost (TCC) Budget. Dear Rachel, Lydig Construction, Inc. is pleased to submit this Total Construction Cost (TCC) proposal for the Tukwila Fire Station #52 Project. The proposed amount is Sixteen Million Twenty Nine Thousand Two Hundred and Sixty Dollars and Zero Cents. ($16,029,260.00) excluding Washington State Sales Tax. Attached hereto is the breakdown of the proposal as well as additional supporting documents for the TCC. Contract Documents: • Specification list is attached. • Drawing list is attached. Assumptions, Clarifications and Exclusions: Please see the following clarifications, and exclusions that we have based our proposal on: ■ All clarifications and scope modifications described in Addenda 01-08 shall be incorporated into the project documents. ■ Construction CPM Schedule shall carry forward from the Mini-MACC as updated through the date of this contract ■ PSE Work at 65th allowance does not include restoration of the road surface. This allowance is intended to cover the added cost for BP -01, BP -03 and restoration of two concrete panels and curb at this location. • Early Electrical Allowance of $215k is being returned to the MACC budget from BP -03. • All mockups shall be in-place in lieu of any freestanding mockup requirements. ■ Caulking of exterior concrete to be clarified to exist only where specifically shown on landscape paving drawings. ■ Specification section 26 05 19 paragraph 2.1C prohibits aluminum wire. Revise spec section 26 05 19 paragraph 2.1C to allow aluminum wire for sizes #1 AWG AL and larger. ■ Flooring surfaces shown as carpet in alternate 1 are changed to polished concrete as the base bid. Exclusions: • Building permit and fees per GCCM Matrix. ■ Special Inspections per GCCM Matrix. ■ Utility company fees and charges per GCCM Matrix. 11Page 42',885,3314 wwv.% U Y D U G • Commissioning authority. = Professional Liability (E&O) insurance coverage. o City, County, State, PUD and PSE requirements. " Utility Connection fees and assessments per GCCM Matrix. = Gas & Water Meters. • All owner soft costs and FF&E, " Any costs associated with Owner moves. o Washington State Sales Tax. " Costs exceeding our allowances included in the Bid Packages. See listing of Allowances below. • For the alerting system, all back -end connection, setup charges, etc. are excluded. Programming, software or other setup required in order to facilitate the function of the alerting system are excluded. No offsite work or function is included in this contract. Listing of Allowances included in GMP Amount: Mini-MACC Allowances carried forward: • Allowance 01 Revise Elevator Specification: • Allowance 02 Remove Unsuitable Soils Allowance: • Allowance 03 - Negotiated Savings Allowance: MACC Allowances: = Allowance 01 • Allowance 02 • Allowance 03 • Allowance 04 " Allowance 05 BP 11 — Electrical " Allowance for $75,000.00 " Allowance for and 28 23 00 Selected Alternates: <$18,000> (Reduction of $18,000 <$40,000> (Reduction of $40,000) <$75,000> (Reduction of $75,000) Set ASI 003 BP 01 & BP 03 (ROM): Work at - P5E65th: - ConcreteWall [hmnge - Wood Bench Allowance - Traffic Signalization $255,000$25,000$85,000$10,000$75'000 all work associated with specification section 285005 — Fire Station Alerting: all work associated with specification sections 28 13 01 — Security AccesSystem—NdeoSumeUana3ystem:$8l0OOl0 Alternates Accepted by the City of Tukwila include the following amounting to $636,039.00 as indicated in the TCC breakdownand is included in the TCC amount: o Alternate 1 — Full tenant buildout of 2nd floor administrative spaces: $636,039.00 Alternates NOT included in this contract amount include the following: • Alternate 2A — Forbo Marmoleum at Admin Space in Lieu of polished concrete: $21,939.0O • Alternate 2B — NoraPlan Unita at Admin Space in Lieu of polished concret: $36588.00 ° Alternate 2C — NoraPlan Arago at Admin Space in Lieu of polished concret: $42,138.O0 Wage 3180 1:39th Ave SE Ste 110 Bellevl.le WA 933003 425.88333314 3v33.33331ydig.(3...:911 INDIG Thank you for the opportunity to provide this proposal; we look forward to the coordination and implementation of this project. If you have any questions, please feel free to contact me. Sincerely, Lydig Construction, Inc. Kiel Lunsford Project Manager Attachments: 1. TCC Pricing Breakdown 10/29/2019 2. Specification List 3. Drawing List 4. Geotechnical Report 5. Bid Package Results 6. Mini-MACC Addendum 1 7. MACC Addenda 1-8 3IPage 311191 139th Ave SE `.. 1 10 Bellevue. 911005 258853314 i [ t LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #142.1 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #142.1: CE #191.1 - PCO 142 Reconciliation TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 142.1 / 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: 8/11 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: No TOTAL AMOUNT: ($1,170.17) Amount Based POTENTIAL CHANGE ORDER TITLE: CE #191.1 - PCO 142 Reconciliation CHANGE REASON: No Change Reason POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #191.1 - PCO 142 Reconciliation The original PCO amount for PCO 142 was $3,875.66. This was revised to $2,705.49 due to a computational error in PCEC COR 028 that was then updated in PCEC COR 028.1 (attached for reference). The original amount of $3,875.66 was approved in prime contract change order#10. This PCO will adjust the amount by ($1,170.17) to reconcile to the correct amount. ATTACHMENTS: Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 8/11/ 2020 02 :29 PM Cost Code Description Type Amount 26-001-99-- BP -11 - Electrical Subcontractor PCEC COR 028 Subcontractor ($3,279.00) 2 26-001-99-- BP -11 - Electrical Subcontractor PCEC COR 028.1 Subcontractor $ 2,181.00 Subtotal: ($1,098.00) Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub'sIPA's, and Project Contingency. $ 0.00 Fee - Sub Tier Work: = 4.5% Applies to Subcontractor, Purchase Agreements, and Protect Contingency. ($49.40) GL insurance: 0.75%Applies to all line item types. ($8.61) P&P Bond: 0.75% Applies to all line item types. ($8.67) B&0 Tax: = 0.47% Applies to all line Item. types. ($5.49) Grand Total: ($1,170.17) Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 8/11/ 2020 02 :29 PM pese June 12, 2020 Lydig Construction 3180 139th Ave SE, Suite 110 Bellevue, WA 98005 Attn.: Alex Carey PACIFIC COAST ELECTRICAL CONTRACTORS, INC. 16620 North Road * Bothell, Washington 98012-5908 TEL (425) 741-2700 * FAX (425) 741-2600 RE: Tukwila Fire Station 52 Tukwila Fire Station 52 COP # CCD# RFI# 321.1 PCEC RFI# PCEC COR# 028M 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 $3,279.00 We are proceeding with this change to our work as directed by Lydig Construction 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 ofwritten 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: ( 1 worksheets pese Pacific Coast Electrical Contractors, Inc. Sub Contractor Breakdown Summary Project Name: Tukwila Fire Station 52 PCEC Job No.: I_ 19066 Work Pricing for RFI 321.1 - Moving receptacles from back wall of Description: admin to under half height wall. 1. CRAFT LABOR COSTS (includes payroll taxes & burden) a. craft labor costs from breakdown b. craft labor costs from breakdown c. craft labor costs from breakdown d. craft labor costs from breakdown e. craft labor costs from breakdown DIRECT LABOR SUBTOTAL Supervision d. direct supervision 0% (of direct labor) e. safety 0% (of labor) f. travel (if applicable, itemize) parking 2. MATERIAL COSTS a. scheduled material b. quoted material c. freight 3. EQUIPMENT COSTS a. owned equipment (spec approved source) b. rental equipment (per invoices attached) 4. SMALL TOOLS a. small tools 5. OVERHEAD AND PROFIT a. b. 6. SUBCONTRACTORS a. b. c. d. $ 92.98 127.03 161.09 104.75 114.36 $ 2,188.75 $ $ COP# - PCEC COR# 028.0 Date: 6112/2020 CCD# RFI# 321.1 PCEC RFI# 23.54 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 578.64 d. permits e. dumpster f. coordination drawings 2. MATERIAL COSTS 0% (of direct labor) 15% overhead & profit of 1 15% overhead & profit of 2, 3 & 4 7. 0 & P ON SUBCONTRACTORS a. 0% overhead & profit of 6 8. INSURANCE/TAXES a. volume driven liability insurance b. Bonding c. State B&O Tax d. City B&O Tax 9. O& P ON INSURANCE/TAXES a. 0% portion of 8 $ - $ 3. EQUIPMENT COSTS 4. SMALL TOOLS $ 2,188.75 578.64 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 $ $ TOTAL COST 1 TFIRU 8 31.82 64.29 415.11 96.11 $ 3,279.00 Job Name: FS#52 Tukwila Job Number: 1429 Extension Name: COR Item # Item Name Quantity Material Filter: <None> [Items and ByProducts] Report: COR 2/1 Price Ext Price Labor Labor Ext: Label Set Combined, Combined, Combined, Combined, Combined $578.64 1,047 3/4 EMT 200.00 $161.35 C $322.70 1,188 3/4 EMT CONN S/C 12.00 - $581.37 C $69.76 1,319 3/4 EMT COUPL S/C 16.00 $682.24 C $109.16 1,458 3/4 EMT 1 HOLE STP/STL 20.00 $28.30 C $5.66 3,171 3/4 BUSH PLASTIC 4.00 $69.60 C $2.78 3,993 8 X 1/2 WAFER HD DRL TEK SC 70.00 $4.18 C $3.28 „ . 4,633 TSGB-16 SUPPORT BRACKET 10.00 $341.13 C $34.11 18,121 6X6X4" NEMA 1 S/C .1- BOX 1.00 $31.18 E $31.18 Courtesy of McCormick Systems Inc. $578.64 ,13001 ,!..,:;1••';'kJ...'-• :7141 `A,IN '.;141464; .e.liTiirio0 -AttA,NA44, c E E E 23.54 10.00 3.60 2.24 0.80 1.40 3.50 1.00 1.00 23.54 Page 2 6/9/2020 9:16 AM ese July 7, 2020 Lydig Construction 3180 I39th Ave SE, Suite 110 Bellevue, WA 98005 Attn.: Alex Carey PACIFIC COAST ELECTRICAL CONTRACTORS, INC. 16620 North Road * Bothell, Washington 98012-5908 TEL (425) 741-2700 * FAX (425) 741-2600 Tukwila Fire Station 52 Tukwila Fire Station 52 COP# CCD# RFI# 321.1 PCEC RFI# PCEC COR# 028.1 Dear Alex Pacific Coast Electrical Contractors, Inc. is pleased to quote a lump sum additive change order price for the above referenced work as described on our attached worksheets in the amount of $2,181.00 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 afler 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 validfor 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 overheag 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 ofcompensable 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. Scott Driscoll Project Manager Enclosures: ( 2 ) worksheets Pacific Coast Electrical Contractors, Inc. Sub Contractor Breakdown Summary Project Name: PCEC Job No.: Work Description: Tukwila Fire Station 52 19066 Revised - Pricing for RFI 321.1 - Moving receptacles from back wall of admin to under half height wall. 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 COP# - PCEC COR# 028.1 Date: 7/7/2020 ccD# RFI# 321.1 PCEC RFI# 92.98 15.80 Hrs. Normal Time 127.03 0.00 Hrs. OT 1-1/2 Time 161.09 0.00 Hrs. OT 2 Time 104.75 0.00 Hrs. 2nd Shift Time 114.36 0.00 Hrs. 3rd Shift Time $ 1,469.08 1. CRAFT LABOR COSTS 1,469.08 2. MATERIAL COSTS a. scheduled material $ 372.12 d. permits $ b. quoted material $ e. dumpster $ - c. freight $ f. coordination drawings $ 2. MATERIAL COSTS $ 372.12 3. EQUIPMENT COSTS a. owned equipment (spec approved source) b. rental equipment (per invoices attached) 4. SMALL TOOLS a. small tools 0% (of direct labor) 5. OVERHEAD AND PROFIT a. b. 6. SUBCONTRACTORS a. b. c. d. 15% overhead & profit of 1 15% overhead & profit of 2, 3 & 4 7. 0 & P ON SUBCONTRACTORS a. 0% overhead & profit of 6 8. INSURANCE / TAXES a. volume driven liability insurance b. Bonding c. State B&O Tax d. City B&O Tax 9. 0 & P ON INSURANCE / TAXES a. 0% portion of 8 3. EQUIPMENT COSTS 4. SMALL TOOLS 5. OVERHEAD & PROFIT $ $ 6. SUBCONTRACTORS 7.0&PONSUBS 1.00% (of 1 through 7) $ 21.17 2.00% (of 1 through 7) $ 42.77 0 (of 1 through 7) 0 (of 1 through 7) 5. INSURANCE 9. O& P ON INS / TAX TOTAL COST 1 THRU 8 $ 276.18 $ 63.95 $ 2,181.00 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 Label Set: Combined, Combined, Combined, Combined, Combined 1,047 3/4 EMT 100.00 $161.35 C 1,188 3/4 EMT CONN S/C 12.00 $581.37 C 1,319 3/4 EMT COUPL S/C 10.00 $682.24 C 1,458 3/4 EMT 1 HOLE STP/STL 10.00 $28.36 C 3,171 3/4 BUSH PLASTIC 4.00 $69.60 C 3,993 8 X 1/2 WAFER HD DRL TEK SC 40.00 $4.68 C 4,633 TSGB-16 SUPPORT BRACKET 10.00 $341.13 C 18,121 6X6X4" NEMA 1 S/C J -BOX 1.00 $31.18 E U Ext Price $372.12 $161.35 $69.76 $68.22 $2.83 $2.78 $1.87 $34.11 $31.18 $372.12 Labor Labor Ext °Z.Z7Xir`CON 2,4'4 eigol V4r5ifiCAWESS 4.0,t 44:411 15.80 C 5.00 E 3.60 E 1.40 C 0.40 E 1,40 C 2.00 C 1.00 E 1.00 15.80 Courtesy of McCormick Systems Inc. Page 2 7/7/2020 10:37 AM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425)885-3314 Fax: (425) 881-2903 PCO #147 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #147: CE #196 - RFI #397.2: Elec Exhaust Fan Timer Switch Locations TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 14710 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: 6/30 /2020 PRIME CONTRACT None CHANGE ORDER: FIELD CHANGE: No LOCATION: ACCOUNTING Amount Based METHOD: SCHEDULE IMPACT: PAID IN FULL: No TOTAL AMOUNT: $3,782.28 POTENTIAL CHANGE ORDER TITLE: CE #196 - RFI #397.2: Elec - Exhaust Fan Timer Switch Locations CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #196 - RFI #397.2: Elec - Exhaust Fan Timer Switch Locations Added electrical rough -in and wiring to wall mounted timer switches for exhaust fans 4, 5, 6, and 7 and removal of a thermostat in Decon 134 per RFI 397, 397.1 and 397.2 ATTACHMENTS: CE_ 196 - COR031.pdf # Cost Code Description Type. Amount 1 26-001-99- - BP -11 - Electrical Subcontractor PCEC COR 031 Subcontractor $ 3,549.00 Subtotal: $3,549.00 Fee -Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's7PA's,`and Project Contingency. $ 0:00 Fee - Sub Tier Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. $ 159.71 GL Insurance: 0.75% Applies to all line item types. $ 27.82 P&P Bond: 0.75% Applies to all line item types. $ 28.02 B&O Tax: = 0.47% Applies to all line item types. $ 17.73 Grand Total: $3,782.28 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 6/30/ 2020 01 :28 PM PeEe June 24, 2020 Lydig Construction 3180 139th Ave SE, Suite 110 Bellevue, WA 98005 Attn.: Alex Carey PACIFIC COAST ELECTRICAL CONTRACTORS, INC. 16620 North Road * Bothell, Washington 98012-5908 TEL (425) 741-2700 * FAX (425) 741-2600 : Tukwila Fire Station 52 Tukwila Fire Station 52 COP# CCD# RFI# 397.2 PCEC RFI# PCEC COR# 031.0 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 $3,549.00 We will not proceed with this change to our work until directed by Lydig Construction Light fvctures and equipment will not be released for production or canceled as appropriate until receipt of written notice to proceed with this work Our schedule may be impacted due to this revision. We will advise shipping schedules afier direction has been provided to us. Our proposal is based upon completing all work during normal working hours. All general clarifications and exclusions on our bid day proposal apply to this proposal. Proposal is valid for 30 days unless required otherwise within the contract documents. We will require an additional 0 days added to our schedule after receipt ofwritten approval and required material products for this change to our scope of work The pricing of this change order is based solely on direct cost elements such as labor, material, and normal markups, and does not include any amount for changes in the sequence of work delays, disruption, rescheduling, extended overhead, acceleration, and/or impact cost, which it is not possible to assess at the present time. Right is expressly reserved to make claim for any and all of these related items of compensable cost overruns prior to final settlement of this contract. I hope our pricing meets your expectations for the required change to our work. Please feel free to call should you have any questions regarding this change proposal. Sincerely, Scott Driscoll Project Manager Enclosures: ( 2 ) worksheets pese Pacific Coast Electrical Contractors, Inc. Sub Contractor Breakdown Summary Project Name: PCEC Job No.: Work Description: Stat. Tukwila Fire Station 52 19066 Pricing for RFI 397.2 - Rough in for Fan Timers, 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 COP# - PCEC COR# 031.0 removal of T- Date: 6/24/2020 CCD# RFI# 397.2 PCEC RFI# 92.98 27.20 Hrs. Normal Time 127.03 0.00 Hrs. OT 1-1/2 Time 161.09 0.00 Hrs. OT 2 Time 104.75 0.00 Hrs. 2nd ShiftTime 114.36 0.00 Hrs. 3rd Shift Time $ 2,529.06 Supervision d. direct supervision 0% (of direct labor) e. safety 0% (of labor) f. travel (if applicable, itemize) parking 1. CRAFT LABOR COSTS 2,529.06 2. MATERIAL COSTS a. scheduled material $ 466.84 d. permits $ b. quoted material $ e. dumpster $ c. freight $ f. coordination drawings $ 2. MATERIAL COSTS $ 466.84 3. EQUIPMENT COSTS a. owned equipment (spec approved source) b. rental equipment (per invoices attached) 4. SMALL TOOLS a. small tools 0% (of direct labor) 5. OVERHEAD AND PROFIT a. b. 6. SUBCONTRACTORS a. b. c. d. $ 15% overhead & profit of 1 15% overhead & profit of 2, 3 & 4 7. 0 & P ON SUBCONTRACTORS a. 0% overhead & profit of 6 8. INSURANCE/TAXES a. volume driven liability insurance b. Bonding c. State B&O Tax d. City B8,0 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 $ 449.38 1.00% (of 1 through 7) $ 34.45 2.00% (of 1 through 7) $ 69.59 0 (of 1 through 7) 0 (of 1 through 7) 8. INSURANCE 104.05 9. O& P ON INS / TAX TOTAL COST 1 THRU 8 3,549.00 Job Name: FS#52 Tukwila Job Number: 1429 Extension Name: COR Item # Item Name I Quantity Label Set: Combined, Combined, Combined, Combined, Combined $466.84 68 12 THHN CU STRANDED 525.00 $241.64 M $126.86 1,047 3/4 EMT 130.00 $161.35 C $209.76 1,319 3/4 EMT COUPL S/C 15.60 $682.24 C $106.43 1,458 3/4 EMT 1 HOLE STP/STL 18.20 $28.30 C $5.15 4,126 10 X 1-1/2 COMB PAN HD TAP 18.20 $5.30 C $0.96 4,194 8 X 1/2 HEX HD TAP SCR 6.00 $2.93 C $0.18 4,291 #10 / 3/16 FLAT CUT WASHER- 18.20 $3.44 C $0.63 6,988 12 GA TERMINATION 30.00 $0.00 X $0.00 7,178 IDEAL 452 RED WIRE NUT 9.00 $201.37 M $1.81 16,950 1G SS SWITCH PLATE 5.00 $0.00 Q $0.00 17,464 4/5 BOX 2-1/8"D, 1/2&3/4"KO 3.00 $446.65 C $13.40 18,770 GRD PIGTAIL #12 x 10-1/2" 3,00 $55.40 C $1.66 19,297 12H R MANUAL TIMER SWITCH 5.00 $0.00 Q $0.00 47,062 1 HOUR LABOR (DEMOLITION) 2.00 $0.00 X $0.00 $466.84 Material Filter. <None> [Items and ByProducts] Report: COR 2/1 Price Ext Price Labor L1 Labor Ext ' :00 ailogisti3te-67 • ,04,1 27.20 M 3.15 C 6.50 E 2.18 C 0.73 C 1.09 C 0.30 C 0.13 E 4.50 E 0.54 C 0,50 C 0.90 C 0.18 E 4.50 E 2.00 27.20 Courtesy of McCormick Systems Inc. Page 2 6/24/2020 1:04 PM LY D 1G Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #397 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Elec/Mech - Exhaust Fan Controls TO: DATE INITIATED: LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: TBD DRAWING NUMBER: M003, E702, LINKED DRAWINGS: Emma Nowinski (Weinstein A+U) Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) 05/18/2020 FROM: David White (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 STATUS: Closed on 06/11/20 DUE DATE: 05/25/2020 COST CODE: SCHEDULE IMPACT: TBD SPEC SECTION: 2309 23 - Controls - BMS REFERENCE: RECEIVED FROM: Ivy LeVangie (JOHANSEN MECHANICAL, INC.) COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels ObletzJohnsen), Don Lehman (Lydig Construction, Inc. - Bellevue Off), Kiel Lunsford (Lydig Construction, Inc. - Bellevue Off), Emma Nowinski (Weinstein A+U), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. - Bellevue Off), Thayer Wild (Weinstein A+U) Question from David White (Lydig Construction, Inc. **Bellevue Of) at 05:47 PM on 05/18/2020' Clarification on controls of exhaust fans is needed. Per 260923, Exhaust Fans 4, 5, and 6 at state to control from wall mounted time switch. Exhaust Fans 1 and 7 state "wiring by electrical". According to E702, electrical is only responsible for providing motor starters and disconnect switches. E302N and E303S only show line voltage connections to the motorized damper of exhaust fans. 1. Please advise which exhaust fans are to be controlled by low voltage and by the building management system. 2. Please confirm which fans are to have wall mounted time switches and if this to be line voltage or low voltage. 3. Please advise if the connection between the exhaust fan and motorized dampers are to be controlled by line voltage or low voltage. Attachments: RFI 397- Elec Mech - Exhaust FanControls.pdf Official Response: Lauren Rock (Weinstein A+U) responded on Thursday, June 11th, 2020 at 12:14PM PDT EF -1: Location: COMM 209 Control Strategy: Wall -mounted thermostat, line voltage, with a higher temperature setpoint (90F) than IDU 2.13 (80F), assuming all equipment is safe until 100 F in the room. EF -4: Location: DECON 134 & EMS 135 Control Strategy: Timer switch, line voltage EF -5: Location: EMS 136 Control Strategy: Timer switch, line voltage EF -6: Location: SCBA 137 Control Strategy: Timer switch, line voltage EF -7: Location: SHOP 138 Control Strategy: Timer switch, line voltage All connections between exhaust fan and motorized damper to be low voltage. Attachments: RFI 397 Elec Mech - Exhaust FanControls Greenbusch Response:pdf All Replies: Lydig Construction, Inc. Page 1 of 2 Printed On: 06/30/2020 01 :15 PM RFI #397 LYDIG \44 AC. •\,\ tot • EF -1: Location: COMM 209 Control Strategy: Wall -mounted thermostat, line voltage, with a higher temperature setpoint (90F) than IDU 2.13 (80F), assuming all equipment is safe until 100 F in the room. EF -4: Location: DECON 134 & EMS 135 Control Strategy: Timer switch, line voltage EF -5: Location: EMS 136 Control Strategy: Timer switch, line voltage EF -6: Location: SCBA 137 Control Strategy: Timer switch, line voltage EF -7: Location: SHOP 138 Control Strategy: Timer switch, line voltage All connections between exhaust fan and motorized damper to be low voltage. Attachments: RFI 397 - Elec Mech - Exhaust Fan Controls - Greenbusch Response.pdf BY Lydig Construction, Inc. DATE COPIES TO Page 2 of 2 Printed On: 06/30/2020 01:15 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425)885-3314 Fax: (425) 881-2903 RFI #397.1 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Elec/Mech - Exhaust Fan Controls Follow Up TO: Emma Nowinski (Weinstein A+U) Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) DATE INITIATED: 05/22/2020 LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: TBD DRAWING NUMBER: E302N LINKED DRAWINGS: RECEIVED FROM: COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Don Lehman (Lydig Construction, Inc. - Bellevue Off), Kiel Lunsford (Lydig Construction, Inc. - Bellevue Off), Emma Nowinski (Weinstein A+U), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. - Bellevue Off), Thayer Wild (Weinstein A+U) Scott Driscoll (PACIFIC COAST ELECTRICAL) FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: David White (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Closed on 06/12/20 05/29/2020 TBD 23 09 23- Controls - BMS uestion from David White (Lydig Construction, Inc. - Bellevue Of) at 09:53 AN on 05/22/2020 After discussing the controls of the exhaust fans with PCEC, more information has been identified. According the sheet E302N, the electrical contractor is to provide a line -voltage power connection to each exhaust fan. Flag note 2 also states the electrical contractor is to "Connect associate motorized damper as required to exhaust fan circuit. Coordinate work with mechanical". This information conflicts with specification 230923 Paragraph 1.4 1.1 which states, that the building controls contractor is, "responsible to arrange and pay for all power and for all power wiring to and for control components and all line and low voltage interconnections. This contract shall arrange coordinate installation of power for all control components, as it is not known in advance of the bid the power requirements for all various system elements". The control shop drawings (230923-2-0) show that T -Stats and Timer Switches are to be wired by the div 26 contractor, which conflicts with the information above and conflicts with the electrical contract drawings. Please see attached PCEC RFI for more inforamation. • Please advise which exhaust fans are to be controlled by low voltage and by the building management system. • Please confirm which fans are to have wall mounted time switches and if this to be line voltage or low voltage. • Please advise if the connection between the exhaust fan and motorized dampers are to be controlled by line voltage or low voltage. Attachments: RFI 397.1 - EIecMech_ Exhaust Fan Controls _Follow _Up pdf Official Response: Lauren Rock (Weinstein A+U) responded on Thursday, June 11th, 2020 at 12:17PM PDT Please refer to response to RFI -397 which is asking the same questions. L. Rock, Weinstein A+U 6/11/20 Attachments: RFI 397,1 ElecwMech Exhaust :Fan Controls Follow Up Response pdf All Replies: Lydig Construction, Inc. Page 1 of 2 Printed On: 06/30/2020 01 :27 PM RFI #397.1 LYDIG ‘Nly ‘76, Please refer to response to RFI -397 which is asking the same questions. L. Rock, Weinstein A+U 6/11/20 4isk `,„AKV4kiVeN**ViiNVii*ONV\ Attachments: RFI 397.1 - Elec Mech - Exhaust Fan Controls Follow Up_Response pdf BY Lydig Construction, Inc. DATE COPIES TO Page 2 of 2 Printed On: 06/30/2020 01:27 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #397.2 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Elec - Exhaust Fan Timer Switch ocations TO: DATE INITIATED: LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: TBD DRAWING NUMBER: LINKED DRAWINGS: RECEIVED FROM: COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Don Lehman (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) Emma Nowinski (Weinstein A+U) Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) 06/15/2020 Mitch Moore (PACIFIC COAST ELECTRICAL) FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: David White (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Closed on 06/24/20 06/22/2020 TBD Question from David V e (Lydig Construction, Inc. - Bellevue Of) at 02:30 PM on 06/15/2020 Additional information is needed on the response to RFI 397. RFI 397 directed the use of wall mounted timer switches. These switches are not shown on the interior elevations of these rooms. Please provide locations for the wall mounted timer switches in Decon 134, EMS 135, EMS 136, SCBA 137, and Shop 138. Attachments: RFI 397:.2 Elec - Exhaust Ean Ttmer SwitchLocations.pdf Official Response: Lauren Rock (Weinstein A+U) responded on Tuesday, June 23rd, 2020 at 2:14PM PDT Please choose model FM60MHC for all timer switches. Dali Yu Greenbusch 06/19/2020 As discussed with WAU and Lydig and PCEC on site on 6/16/20, see switch locations identified on attached plan and noted below: Shop 138: Install timer switch at location of former thermostat on west wall. SCBA 137: Install timer switch on east wall EMS 136: Install timer switch at location of former thermostat on south wall. EMS Dry 135: Install timer switch at location of former thermostat on west wall. Decon 134: Remove thermostat rough -in. Install timer switch on south wall, on the west side of the opening so timer switch is located in between FEC and opening. L. Rock, Weinstein A+U 6/16/20 Attachments: RFI 397 2 Etec= Exhaust Fan, Timer Switch Locations _,Greenbusch WAU Response.pdf All Replies: Lydig Construction, Inc. Page 1 of 2 Printed On: 06/30/2020 01 :14 PM RFI #397.2 LYDIG 'AAAAAAAAAAtok%A.,A A Please choose model FM60MHC for all timer switches. Dali Yu - Greenbusch 06/19/2020 't4k 1 siA tvt, ttla tt<4‘,. As discussed with WAU and Lydig and PCEC on site on 6/16/20, see switch locations identified on attached plan and noted below: Shop 138: Install timer switch at location of former thermostat on west wall. SCBA 137: Install timer switch on east wall EMS 136: Install timer switch at location of former thermostat on south wall. EMS Dry 135: Install timer switch at location of former thermostat on west wall. Decon 134: Remove thermostat rough -in. Install timer switch on south wall, on the west side of the opening so timer switch is located in between FEC and opening. L. Rock, Weinstein A+U 6/16/20 Attachments: RFI 397.2 - Elec - Exhaust Fan Timer Switch Locations - Greenbusch-WAU Response.pdf BY Lydig Construction, Inc. DATE COPIES TO Page 2 of 2 Printed On: 06/30/2020 01:14 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #148 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #148: CE #197 - RFI #407.1: Mech - Unit Heater Model Clarification TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 148 / 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: 6/30 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING Amount Based METHOD: PAID IN FULL: TOTAL AMOUNT: No ($270.26) POTENTIAL CHANGE ORDER TITLE: CE #197 - RFI #407.1: Mech - Unit Heater Model Clarification CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #197 - RFI #407.1: Mech - Unit Heater Model Clarification Credit for removal of power connection of EUH-5 and added cost for 30A/2P breaker for EUH-1 per RFI 407.1 ATTACHMENTS: CE197- COR032 pdf_ Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 6/30/ 2020 01 :39 PM Cost Code Description Type Amount 1 26-001-99-- BP -11 - Electrical Subcontractor PCEC COR 032 Subcontractor ($265.00). Subtotal:. ($265.00). Fee - Self Perform Work: 15.00 Applies to Labor, Materials,Equipment, Other, Overhead and Profit, Unwritten'Sub'sIPA's, and Project Contingency. $ 0.00 Fee - Sub Tier Work: 0.00% Applies to Subcontractor, Purchase Agreements, and Project Contingency. $ 0.00 GL Insurance: 0.75% Applies to all line item types. (51.99) P&P Bond: 0.75% Applies to all line item types. ($2.00) B&O Tax: = 0.47% Applies to all line Item types. ($1.27) Grand Total: ($270.26) Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 6/30/ 2020 01 :39 PM PeEe June 24, 2020 Lydig Construction 3180 139th Ave SE, Suite 110 Bellevue, WA 98005 Attn.: Alex Carey PACIFIC COAST ELECTRICAL CONTRACTORS, INC. 16620 North Road * Bothell, Washington 98012-5908 TEL (425) 741-2700 * FAX (425) 741-2600 RE: Tukwila Fire Station 52 Tukwila Fire Station 52 COP# CCD# RFI# 407.1 PCEC RFI# PCEC COR# 032.0 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 ($265.00) 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 ofwrit en approval and required material products for this change to our scope of work The pricing of this change order is based solely on direct cost elements such as labor, material, and normal markups, and does not include any amount for changes in the sequence ofwork, delays, disruption, rescheduling, extended overhead, acceleration, and/or impact cost, which it is not possible to assess at the present time. Right is expressly reserved to make claim for any and all of these related items of compensable cost overruns prior to final settlement of this contract. I hope our pricing meets your expectations for the required change to our work. Please feel free to call should you have any questions regarding this change proposal. Sincerely, Scott Driscoll Project Manager Enclosures: ( 4 ) worksheets 'eEe Pacific Coast Electrical Contractors, Inc. Sub Contractor Breakdown Summary Project Name:____ Tukwila Fire Station 52 PCEC Job No.: r 19066 Work Credit Pricing for RFI 407.2 - Removal of Power connection for Description: EUH-5 and added 30A/2P breaker for EUH-1. 1. CRAFT LABOR COSTS a. craft labor costs from b. craft labor costs from c. craft labor costs from d. craft labor costs from e. craft labor costs from Supervision d. direct supervision (includes payroll taxes & burden) breakdown breakdown breakdown breakdown breakdown DIRECT LABOR SUBTOTAL 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 (104.77) 110.00 3. EQUIPMENT COSTS a. owned equipment (spec approved source) b. rental equipment (per invoices attached) 4. SMALL TOOLS a. small tools 5. OVERHEAD AND PROFIT a. b. 6. SUBCONTRACTORS a. b. c. d. 0% (of direct labor) 92.98 127.03 161.09 104.75 114.36 $ (264.99) $ $ 1. CRAFT LABOR COSTS COP# PCEC COR# 032.0 Date: 6/24/2020 CCD# RFI# 407.1 PCEC RFI# (2.85) 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 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 8, P ON SUBS 0.00% (of 1 through 7) 2.00% (of 1 through 7) 0 (of 1 through 7) 0 (of 1 through 7) 8, INSURANCE 9. 0& PON INS/TAX TOTAL COST 1 THRU 8 $ (264.99) 5.23 (5.20) (5.20) (265.00) 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 [ U Ext Price Labor Label Set: Combined, Combined, Combined, Combined, Combined ($104.77) 68 12 THHN CU STRANDED -111.00 $241.64 M ($26.82) 1,047 3/4 EMT -20.00 $161.35 C ($32.27) 1,188 3/4 EMT CONN S/C -2.00 $581.37 C ($11.63) 1,319 3/4 EMT COUPL S/C -2.40 $682.24 C ($16.37) 1,458 3/4 EMT 1 HOLE STP/STL -2.80 $28.30 C ($0.79) 4,126 10 X 1-1/2 COMB PAN HD TAP -2.80 $5.30 C ($0.15) 4,291 #10 / 3/16 FLAT CUT WASHER- -2.80 $3.44 C ($0.10) 6,517 3/4 FLEX STEEL -5.00 $133.56 C ($6.68) 6,586 3/4 FLEX 1 SCREW CONN -2.00 $497.91 C ($9.96) ($104.77) Courtesy of McCormick Systems Inc. .410114... e."'W7Mler.W. 1P-4‘giM VrtjniN qvNebla-2 ai po• M E E Labor Ext -3.43 - 0.67 -1.00 -0.60 -0.34 -0.11 -0.17 -0.02 - 0.25 -0.28 -3.43 Page 2 6/24/2020 2:52 PM 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 U Ext Price Labor 1 U Labor Ext Label Set: Combined, Combined, Combined, Combined, Combined 11,308 2P, 30A 120/240V CB 1.00 $0.00 Q $0.00 0.58 $0 00 rk B E 0.58 $0.00 0.58 Courtesy of McCormick Systems Inc. Page 2 6/24/2020 2:52 PM 6/24/20 BWIM 6062486 PANEL M BREAKER Paw 1 MOTAW1,1trifClifiantaingeneNOMMANar Pacific Coast Elect Constr Inc 16620 North Road Bothell, WA 98012 Seattle 2757 6TH Ave S Seattle, WA 98134 2190 Telephone: 206-624-4083 Quantity Utste--,'''' , '.. - :, ,,'''''' ' .-' , - • ' '''' ''' . ,k' - .-., ''..:,- . - •IVM ' ' , ' ii -'i „MMN.,,,„ ,' - ., Aa,x,', ;,, \ ...., MI' ,, '' , - :iW , rce •:',0,Z -*Mix Many Platt manufacturing partners have advised that untit... further notice they reserve the right to amend the delivery date, the price, the scope or quantity of supply and/or other terms and conditions Set out in their offer or quotation to the extent affected by the COVID-19 '...mposeii pandemic. Be advised that Platt considers any COVID-19 related changes by manufacturers as outside its reasonable control and subject to tb Force Majeure provisions. 1 EA 0071681 - C -H QBHW2030 30A 2P QBHW BRKR EZ 110.00000 110.00 Price's titititd, uiss tith Sp:cifit6ity •rfoted on this stIlititotiOnt arebjectb.atailabillty" .6flif PiUt be:accei6e6d ardteldatea NI? Ittiiiidlite,8htreritzWitliin 4.6 subject to .e.ft0hg.e. WitiniUt notke . . . • plat.EI:ddifc !Su Orityg TOrf1).$ 4.10 at Rill 'oho.* upp. 7.09s/.0i0ki. 40 rer-8p.tfi PT, 19Orri MT 8tbutat 110.00 Ta x .00 Bid Taal 110.00 LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #407.1 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 TO: Mech - Unit Heater Model Clarification Emma Nowinski (Weinstein A+U) Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) DATE INITIATED: 06/05/2020 LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: TBD DRAWING NUMBER: M004 LINKED DRAWINGS: RECEIVED FROM: COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Don Lehman (Lydig Construction, Inc. - Bellevue Off), Kiel Lunsford (Lydig Construction, Inc.- Bellevue Off), Emma Nowinski (Weinstein A+U), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. - Bellevue Off), Thayer Wild (Weinstein A+U) Ivy LeVangie (JOHANSEN MECHANICAL, INC.) FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: David White (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Closed on 06/24/20 06/12/2020 TBD Question from David White (Lydig Construction, Inc. - Bellevue Of) at 09:10 AM on 06/05/2020 Further clarification is needed on the unit heater specified in RFI 407. Greenbusch specified King KBP-2406, 208V, 5700W for EUH-1 and King KBP-2406, 208V, 4750W for EUH-2. 3 and 4. The model number given is actually a 240V, but is approved for 208V operation. On a 208V system, the heater will draw 13% less amps and 25% less wattage. See attached cutsheeffor more information. Please advise if the KBP-2406 heater is acceptable at 208V with less amperage and wattage as indicated. Attachments: RFI 407.1 Mech __ Unit Heater Model Clarification.pdf Official Response: Lauren Rock (Weinstein A+U) responded on Tuesday, June 23rd, 2020 at 1:58PM PDT The heater KBP-2406 is acceptable at 208V with less wattage as indicated. Dal' Yu - Greenbusch 06/15/2020 Based in the increase of wattages for all EUH heaters, the branch breaker serving EUH-1 will need to be changed to 30 Amp, 2 -pole breaker at Panel M circuit 73,75. Also; per mechanical engineer EUH-5 has been deleted. Remove power connection to EUH-5 located at SCBA 137. Refer to attached revised electrical sheets noted as Revision 107. Rocxy Juan - TFWB 6-23-2020 Attachments: RFI 407A Mech - Unit Heater,Model Clanficahon TFWB_ Greenbusch _Response..pdf All Replies: Lydig Construction, Inc. Page 1 of 2 Printed On: 06/30/2020 01 :38 PM RFI #407.1 LYD1G ts lt.;41.; Ait" 1.; r '14 \44VrYI'llbItKI's 'Net .1% ik `XII\ s The heater KBP-2406 is acceptable at 208V with less wattage as indicated. Dali Yu - Greenbusch 06/15/2020 Based in the increase of wattages for all EUH heaters, the branch breaker serving EUH-1 will need to be changed to 30 Amp, 2 -pole breaker at Panel M circuit 73,75. Also, per mechanical engineer EUH-5 has been deleted. Remove power connection to EUH-5 located at SCBA 137. Refer to attached revised electrical sheets noted as Revision 107. Rocxy Juan - TFWB 6-23-2020 Attachments: RFI 407.1 - Mech - Unit Heater Model Clarification - TFWB-Greenbusch Response.pdf BY Lydig Construction, Inc. DATE COPIES TO Page 2 of 2 Printed On: 06/30/2020 01:38 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #151 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #151: CE #198 - RFI #401.1: Mech - Access for RV -10 Damper TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 151 / 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) 7/10 /2020 None ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $2,398.96 POTENTIAL CHANGE ORDER TITLE: CE #198 - RFI #401.1: Mech - Access for RV -10 Damper CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #198 RFI #401.1: Mech - Access for RV -10 Damper Reframing of walls and relocation of electrical conduit to accommodate two access panels in the wall above the ceiling in Chief 201/Corr 216 to avoid having an access panel in the hard lid of Corr 216 ATTACHMENTS: tfs 52_-_gccm-rf401elec_meth_-_access_for_tdu 2.5;202007101810..pdf_ tfs52__gccm-rfi 401.1-mech -_access for rv-10damper- 202007101810,pdf _CE 198 Van #27 -Frame Relocated Access Panels.:pdf_ _CE 198 COR033.pdf # Cost Code Description Type Amount 1 Sub 09-010-99--BP-06-GWB,.Insulation .&ACT Van #27 Subcontractor $1,060,00 2 26-001-99-- BP -11 - Electrical Subcontractor PCEC COR 033 Subcontractor $ 1,191.00 Subtotal:. $2,251.00 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. $ 0.00 Fee - Sub Tier Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. $ 101.30 GL Insurance:. 0.75% Applies to all line item types. $ 17.64 P&P Bond::0.75%Applies to all line item types. $ 17.77 B&O Tax: = 0.47% Applies to all line item types. $ 11.25 Grand Total: $2,398.96 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 7/10/ 2020 11 :12 AM #1046- Tukwila Fire Station #52 Direct Work Change Order Proposal Submitted To: Alex Carey - Lydig Construction VAN #: 27 Submitted By: Mark Davis Document Reference: RF! 6401/401.1 Company: Vanderlip & Co., Inc Date: 7/8/2020 Description of Change: Frame and repair drywall finish at relocated access panels in Chief 201 as indicated in the response to RFI #401/401.1 and as directed by Lydig. Work was performed on a time and material basis (see attached EW0s). 1 1. CRAFT LABOR COSTS DESCRIPTION MHRS RATE COST (Working Foreman) Coordination/Lay-Out 1 585.22 $85 Demo 2 $79.82 $160 Framing 2 $79.82 $160 Hang Drywall 1 579.82 $80 Tape/Plaster 3 579.82 $239 Stock/Staging $79.82 Protection/Clean-up 1 $79.82 $80 Install WPP 579.82 Delivery 579.82 Subtotal: $804 2. MATERIALS QTY UNIT RATE COST Track 20 UFT $1.52 $30 Studs UFT $1.26 Water Resistant GWB 10 SQ/FT $0.75 $8 Taping 10 SQ/FT $0.22 $2 L-Bead/Cornerbead UFT $0.19 G2 Bioblend Panels SQ/FT $2.99 Fasteners ea $0.10 Top Caps/Trims UFT $0.99 Adhesive ea $14.99 Subtotal: $40 3. EQUIPMENT QTY RATE COST Dumpster HRS 52.97 Equipment 8 HRS $8.75 $70 Subtotal: $70 4. SUBCONTRACTORS QTY UNIT RATE COST Acoustical Design, Inc. Subtotal: 5. MARKUPS SUBTOTAL % CHARGED COST 5 Bond 1.00% $9 Sub -Tier Fee (8%) 8.00% 5.1 Fee (NTE 15% of 1 2 3) 15.00% $137 Subtotal: $146 TOTAL COST OF THIS CHANGE: $1,060 14535 NE 91" Street - Redmond, WA 98052 - 425-885-4110 - Fox 425-885-4110 Attention •LYDIG DATE', 6/.3/2010 JOB #,1046; VANDI;ft Tl? & COMPAW T4S3��5 Nj*"ty. ;79� 1$$`g`JS°T'�kE��ET •��D MQND, VY A �9$Q5. ORK REPORT EWO#20 THIS 1 TO A ;NOWL D:CE' T FIOugS:Y. Pet` clot' tioltrfxom ydig to proceed .with RFI# 401::and.RFI# 401,1 as ncited.onemail froth David hite.to cut-outtwa l•.8'x18 access opening n:.Chief 201. To coordinate weixk'vv t 'c :end -khans :Nlech to locate saaffotd, layotit!Iocatign Of both access opening in room,side, ha •throagh M 1 rough t set up sca#1 ld in corridor:side; clttlte:t elear2.up area. rit- xut both.•acc ss openings.: Setup drywa11to make sure„ not,tcceu.t e piece cid° 0 oil the wall.'414d E SIGNED: r Pivot 'NA'i E ak d J, r i.Aa'A/• V1i O/TLLJ, iA CUP` OTA:L , > * HR HR HRS HSS 0MAl2 GA 'CIA WX$':, 4 4 .. •.�'` yy,�� d* is rtyc :merit •; I t n dQe: werr�e _. ( a •iii/ •• ;'Chto i +•) n !,t{4..k . .... T. A T �[t . ... ., __ ,rt ,.+ 4aiC$_..�.7+a' .C�} t91�6.: U'Ai,. {nip tt.. e .usedand wank was contra+ trig believes tthis:'crk.:lt ai`ri$ 'Ibe aubc+ r lreetOr.s d aty dd pdt the. ,aubenntrapi ar ur»t, ariri. r uest a e' ord r proposa, .or ay =at VA-NOM1P 84:CONIPA NY i45.M.:8 9-0 STREET REPMPlqb, WA 9052 TRA WORK REPORT Attention: LYDIG DATE: 7/07/2020 JOB #1046 26 THIS IS TO ACIcl\lOWLEDGE THE HouRs WOWED TODAY:.Fet dite.ction frOin Lydiglo proceed with RFI# 401 and RFl#40.1.1. To frame the two access door openingefter ElectricaLand Michanicalymovedthe inwaj rough in, and patch the dryWall Whete it gat regi torelacatethe in.mall rough in. *Estimate time. to Level 4 tape the patch in Cliicr201. MATERIAL USED: INI.PE SIZE ' GAVE ' ' 20 . S/ , ' - ' Alvt(:tuNT 363SFT-D20 1.0' . ,..20 5/8"TypeX Tape EOUIPMENT USED: SIGNED: Omar Cara. NAME ***** TAPE HRS OMAR GARCIA 3 *ESTIMATE LIME TOTALS ACKNOWLEDGED BY acknowledgement Ldfg agreement that ths la $.0 tract only that the and work Wag pettermee. believes this wear Is an Ore then it 0 sUb00ntractbra duly to Provide du* per tt subcontract and Ma con and request a change Or r. topped, or a =4u=st for eq nese June 26, 2020 Lydig Construction 3180 139th Ave SE, Suite 110 Bellevue, WA 98005 Attn.: Alex Carey PACIFIC COAST ELECTRICAL CONTRACTORS, INC. 16620 North Road * Bothell, Washington 98012-5908 TEL (425) 741-2700 * FAX (425) 741-2600 RE: Tukwila Fire Station 52 Tukwila Fire Station 52 COP# CCD# RFI# 401 PCEC RFI# PCEC COR# 033.0 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 $1,191.00 We are proceeding with this change to our work as directed by Lydig Construction 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 validfor 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 Pepe Pacific Coast Electrical Contractors, Inc. Sub Contractor Breakdown Summary Project Name: PCEC Job No.: Work Description: access panel being moved. Tukwila Fire Station 52 19066 Pricing for RFI 401 - Relocate conduits to new location due to 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 $ 168.27 3. EQUIPMENT COSTS a. owned equipment (spec approved source) b. rental equipment (per invoices attached) 4. SMALL TOOLS a. small tools 5. OVERHEAD AND PROFIT a. b. 6. SUBCONTRACTORS a. b. c. d. 0% (of direct labor) $ $ 92.98 127.03 161.09 104.75 114.36 836.82 $ $ COP# - PCEC COR# 033.0 Date: 6/26/2020 CCD# RFI# 401 PCEC RFI# 9.00 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 15% overhead & profit of 1 15% overhead & profit of 2, 3 & 4 7. 0 & PN SUBCONTRACTORS a. 0% overhead & profit of 6 8. INSURANCE / TAXES a. volume driven liability insurance b. Bonding c. State B&0 Tax d. City B&O Tax 9. 0 & P ON INSURANCE / TAXES a. 0% portion of 8 - $ - $ 3. EQUIPMENT COSTS 4. SMALL TOOLS 5. OVERI-IEAO & PROFIT $ 6. SUBCONTRACTORS 7.0&PONSUBS 1.00% (of 1 through 7) 2:00% (of 1 through 7) 0 (of 1 through 7) 0 (of 1 through 7) 8. INSURANCE 9. OS P ON INS / TAX $ $ TOTAL COST 1 THRU 8 11.56 23.35 836.82 168.27 150.76 $ 34.91 1,191.00 PeEe PACIFIC COAST ELECTRICAL CONTRACTORS, INC. 16620 North Road * Bothell, WA 98012-5908 (425) 741-2700 * (425) 741-2600 JOB NAME/ NUMBER WORK ORDER PCEC JOB NUMBER: 19066 Tukwila Fire Station 52 002 Tukwila Fire Station 52 CUSTOMER NO. TOB LOCATION 1 BILL TO: Lydig Construction 3180 139th Ave SE, Suite 110 Bellevue, WA 98005 ATTN: Kiel Lunsford 15447 65th Ave S CUSTOMER TEL NO. Tukwila, WA 98188 (425) 885-3314 REQUESTED BY DATE OF ORDER David White I 6/22/2020 WORK REQUESTED QTY MATERIAL PRICE U AMOUNT RFI 401 added access hatch for hard lid mounted IDU need to relocate (4) 3/4" Conduits 30 3/4" emt 161.35 C 48.41 7 3/4" emt compression couplings 682.24 C 47.76 1 4sq deep box 446.65 C 4.47 ELECTRICIAN'S REPORT 1 4sq deep extension ring 1,426.20 C 14.26 Needed to Pull out wire and Cut conduit to relocate, added a Pull Jbox and rerouted conduits for Power and Firealarm 1 4sgblank cover 193.52 C 1.94 1 3/4" emt compression connetors 654.24 C 6.54 105 #12thhnwire 241.64 M 25.37 WORK DATE A T E 6/22 6/23 6124 6/25 6/26 6/27 6/28 M/D 2 tan wire nuts 210.12 M 0.42 EMPLOYEE MON TUE WED THU FRI SAT SUN TOT 1 Red wire nut 201.37 M 0.20 Mitch Moore 1 1 1 1 H4 Box bracket 190.22 C 1.90 Jim Steedman 1 6 e 1 3/4" Plastic push on busing 69.60 C 0.70 1 0 2 #8x1/2"texscrews 4.68 C 0.09 1 ° 25 14/2 Fire Alarm Cable 648.77 M 16.22 1 0 1 0 1 o 1 0 TOTAL HOURS: 9 Labor Rate Totals TOTAL HOURS: 1 9 HRS @ HRS @ HRS @ HRS @ HRS @ 1X 1.s 0 1-1/2X 2 0 2X 2nd 0 2nd Shift 3rd 0 3rd Shift 9 HRS Other Cost: Tools: Permit TOTAL MATERIAL $ 168.27 SIGNATURE LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #401 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Elec/Mech - Access for IDU -2.5 TO: Emma Nowinski (Weinstein A+U) Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) DATE INITIATED: 05/20/2020 LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: TBD DRAWING NUMBER: LINKED DRAWINGS: RECEIVED FROM: COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Don Lehman (Lydig Construction, Inc. - Bellevue Off), Kiel Lunsford (Lydig Construction, Inc. - Bellevue Off), Emma Nowinski (Weinstein A+U), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. - Bellevue Off), Thayer Wild (Weinstein A+U) Tim Murphy (JOHANSEN MECHANICAL, INC.) FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: David White (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Closed on 05/20/20 05/26/2020 TBD Question from David White (Lydig Construction, inc. - Bellevue Of) at 08:48 AM on 05/19/2020 Electrical access for IDU -2.5 in Corridor 216 is needed. IDU -2.5 is in a hard lid ceiling and currently does not allow for access to the electrical portion of the unit. The electrical disconnect for this unit is currently installed on the west wall of Chief 201, which is adjacent to IDU -2.5. Please advise how access will be achieved to IDU -2.5. Attachments: RFI 401 - Elec Mech - Access for IDU-2.5.pdf Official Response: Lauren Rock (Weinstein A+U) responded on Wednesday, May 20th, 2020 at 12:14PM PDT As discussed between WA+U and Lydig on site, install access panel in west wall of Chief 201 above the ceiling. Panel can be accessed through ACP panel in ceiling of Chief 201. Relocate speaker as shown on revised RCP attached so that a blank ACP panel will be located near access panel. L. Rock, Weinstein A+U 5/20/20 Attachments: REi 401_7 Elec Mech.:, Access tor IDU:25 WN.J_RAsoonse pdf All Replies: As discussed between WA+U and Lydig on site, install access panel in west wall of Chief 201 above the ceiling. Panel can be accessed through ACP panel in ceiling of Chief 201. Relocate speaker as shown on revised RCP attached so that a blank ACP panel will be located near access panel. L. Rock, Weinstein A+U 5/20/20 Attachments: RFI 401 - Elec Mech - Access for IDU 2 5 VVAU Respqnse.pdf BY Lydig Construction, Inc. DATE COPIES TO Page 1 of 1 Printed On: 07/10/2020 11:10 AM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #401.1 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Mech - Access for RV -10 Damper TO: Emma Nowinski (Weinstein A+U) Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) DATE INITIATED: 06/17/2020 LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: TBD DRAWING NUMBER: A202S A LINKED DRAWINGS: FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: David White (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Closed on 06/26/20 06/24/2020 TBD RECEIVED FROM: Tim Murphy (JOHANSEN MECHANICAL, INC.) COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Don Lehman (Lydig Construction, Inc. - Bellevue Off), Emma Nowinski (Weinstein A+U), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. - Bellevue Off), Thayer Wild (Weinstein A+U) Question from David White (Lydig Construction, Inc. - Bellevue Of) at 03:28 PM on 06/17/2020 Similar to the access panel installed in the west wall of Chief 201 for IDU 2.5, an access panel is needed for the damper on RV -10. RV -10 damper is located just below the metal decking above Corridor 216. In order to access this damper, an access panel needs to be installed above the door way to Chief 201. This access panel will be above both the hard lid in Corridor 216, and the ACP -1 tile in 201. A blank tile will be used to reach the access panel in the west wall. Please confirm an 18x18" access panel above door 201 is acceptable. Attachments: RFI 401.1 - Mech - Access for RV -10 Damper.p.df Official Response: Lauren Rock (Weinstein A+U) responded on Wednesday, June 24th, 2020 at 11:58AM PDT No exceptions taken to the access panel as described. L. Rock, Weinstein A+U 6/24/20 Attachments: RFI 40t 1 - Mech - Access for RV -10 Damper_WAU Response.pdf All Replies: o*oti,stof No exceptions taken to the access panel as described. L. Rock, Weinstein A+U 6/24/20 Attachments: RFI 4011 - Mech - Access for RV -10 Damper WAU Response pdf BY Lydig Construction, Inc. DATE COPIES TO Page 1 of 1 Printed On: 07/10/2020 11:10 AM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #152 Project: 30129-43 - TFS#52 GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #152: CE #203 - RFI #430: Arch - Phys Train 124 Top of WaII Details TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 152 / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: Pending - In Review FIELD CHANGE: No LOCATION: SCHEDULE IMPACT: FROM: CONTRACT: CREATED BY: CREATED DATE: 7/10 /2020 Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 30129 - Tukwila Fire Station #52 - GCCM Prime Contract Alex Carey (Lydig Construction, Inc. - Bellevue Off) PRIME CONTRACT None CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: TOTAL AMOUNT: Amount Based No $3,029.87 POTENTIAL CHANGE ORDER TITLE: CE #203 - RFI #430: Arch - Phys Train 124 Top of Wall Details CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #203 - RFI #430: Arch - Phys Train 124 Top of Wall Details Frame, install GWB and finish added soffit at top of wall to beam intersection n Phys. Training Room 124 per RFI 430. ATTACHMENTS: tfs_52, gccm-rf :430_arch__phystrainn l24_top ofwall _details_202007101814:pdf _CE 203 Van #28:Soffit at TOW in Physical Tra ninq.pdf_ # Cost Code Description Type Amount 09-1 Sub - BP -06 -GWB, Insulation SACT Van Van #28 Subcontractor $ 2,843.00 Subtotal: $2,843:00 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub'sIPA's, and Project Contingency. $ 0.00 Fee - Sub Tier Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. $ 127.94 GL Insurance: 0.75% Applies to all line Item types. $22.28 P&P Bond: 0.75% Applies to all line item types. $ 22.45 B&O Tax: =0.47 % Applies to all line Item types. $ 14,20 Grand Total: 53,029.87 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 7/10/ 2020 11 :17 AM #1046- Tukwila Fire Station #52 Direct Work Change Order Proposal Submitted To: Alex Carey - Lydig Construction VAN #: 28 Submitted By: Mark Davis Document Reference: RFI #430 Company: Vanderlip 8 Co., Inc Date: 7/812020 Description of Change: Frame, install GWB and finish added soffit at top of wall beam interaction in Phys. Training Rm. #124 as indicated in the response to RFI #430. Work was performed on a time and material basis (see attached EWOs). 1. CRAFT LABOR COSTS DESCRIPTION MHRS RATE COST (Working Foreman) Coordination/Lay-Out 2 $85.22 $170 Demo $79.82 Framing 10 $79.82 $798 Hang Drywall 6 $79.82 $479 Tape/Plaster 6 $79.82 $479 Stock/Staging. 1 $79.82 $80 Protection/Clean-up 1 879.82 $80 Install WPP $79,82 Delivery $79.82 Subtotal: 52,086 2. MATERIALS QTY UNIT RATE COST Track I UFT $1.52 Studs 48 UFT 51.26 $60 Water Resistant GWB 144 SQ/FT $0.75 $108 Taping 200 SQ/FT $0.22 $44 L-Bead/Cornerbead 30 UFT $0.19 $6 Shaft Wall Panels SQ/FT $1.19 Fasteners 100 ea $0.10 $10 Metal Angle 72 UFT $0.92 $66 Adhesive ea $14.99 Subtotal: 5294 3. EQUIPMENT QTY RATE COST Dumpster HRS $2.97 Equipment 8 HRS $8.75 $70 Subtotal: 570 4. SUBCONTRACTORS QTY UNIT RATE COST Acoustical Design, Inc. Subtotal: 5. MARKUPS SUBTOTAL. % CHARGED COST 5 Bond 1.00% $25 Sub -Tier Fee (8%) 8.00% 5.1 Fee (NTE 15% of 1,2,3) 15.00% $368 Subtotal: 5392 TOTAL COST OF THIS CHANGE: $2,843 14535 NE 91' Street. - Redmond, WA 98052 - 425-885-4110 - Fax 425-985-4110 DAILY Attention'°, LYDIG DATE: 6/2.412020 JOB #1046 Vt ND. RiUP cpmpAm 14535 N.E 9i STREET` R PMOND WA 98052, rQ . EI #22 THIS. IS TO ACKNOWLEDQE THE HOURS WO D TOI A ':.I . tlii •t"ro a i'r'oinL 'di - to prat RFI# 4q0 Pays Train 1,24 Top of Wall Details. 6/24. 10 coordinate soffit layout figit ot; t0 col t1ict. with; MEP Akrioadmg11.1 ,Mock frurnln t begin frattming:soffit. 6/25 — Complete Prattling and hanging drywall and cleati.-up.area. Taping to foilo . axwx.sa a.saw.a av TYPE SIZE GAt1GT. 20 S7 4 . . 7.Ls:: 4 OiJlri�1; 4.o 2:50$16273:3.,' I( .r. I2' ... 11 R♦ L 5OA .150-33 ' ITy!_pe 4'8 JOSI J L SANCHEZ 6/24 2: 1.44 sheets. EQUIPMENT JSED;. SIGNED: C%tar G NAND ..... _, 0, -p TA FTT ESTQN?INC ,TOTAL R 11I S HAS HR ' JOSI J L SANCHEZ 6/24 2: 2 MARCO CORTEZ 6(24 2 2 JOSE LSANC1-1EZ 6125 3 -6 MARCO CORTEZ 0125 6. OMAR. ARCIA Ighing , d tit ,, Iedg iT411iFIYYiY�4l� lc' S at r er),t t Ly�y{tli0. Constracti ent dj a 9121 V�i§aa's. o t w e nn TOTALS atitute L'. W, t[at S '�11" ACKNOWLEDCrkl BY: sybearrttaet,, ally, that :thp,, resources:: ed 'and work Kfts .perti� ;sc1: 1f that tctbr .bCiieVes dais �resrh ,$. €i "' ;teen 11 the `.st;t0eontractOrt: -duty. t prtold,i dile; rer the sub o1%tra t and e 'antra t3, ;01.10, :-request Char raa dirOttivHiP, rder proposer, qr a r quest tot .0qu1tatx1e Attention: LYDICi DATE: 6(25/2020 3013 0046 VANDERL1P &COMPANY 14515RE .91" sTREP•T HOMOND, WA 98(1.52 DAILY EXTRA 'WORK REPORT 1W0123 THIS IS TO ACKNOWLEDGE THE HOURS WORKED TODAY:. Per direction from Lydig, to procee4 wit4 RFI# 430 Plays Train 124 'Fop of Wali Details. 6/25 -.Begin taping first coat on sOffit,and install corner metal, 6/26 - Tape second coat, including around condnit penetrations. MATERIAL USED: TYPE. SIZE GAUGE up s -, AMOUNT Corner Bead 10" 30 3 pe EQUIPMENT USED:: 19' Scissor Lift, SIGNED:Omar arcia. NAME - FRAME' TAPE FIRESTOPPING TOTAL ********** NRS HRS. IRS FIRS -LERIBERTO REYES 6/25 2 •HERIBERTO REYES 6/26 OMAR GARCIA 2 1 TOTAL • ACKNOWLEDGED BY: Atka r. I tat the ,�sed . thf tialthoMaddattiOill. 404. Ma; 14!d4f0 '0giteittent that -this *ark to #10:0400tttra0t, Only that th6tetiott' used d work w pailhhoott:0 at000ritraOtOr bollovo4- this wortna.ah.tattr0 than It: tentaltis he 4.u4Ootttractor's Ooty to-proylOe d� 00:116.0 per the subcontract and tha coati ,00001tatitk, and feitti"' t Otiatta dtraoth ,ellartqa,..Ordat: pr sat, ga. .0 tat:064 :fot equ ...4040 DAILY Attention: L YDTC DAT& 6/30/2020 JOB 41046 THIS 1$ TOAC.. . 'WLEDOr1 ' if T 0: 1I; 430 P s Train l 24 To o :Vail Dett /3Q -Viand. and an* ! final coat/ k m coat, /0:1 Sandeand .touh pp. V E.L1Pr& C.Q P;ANY 14535 N;E.9=1g`'STR ET i 1 CM, W:11= 98052 TODAY: Per irectioii from L dig fo;proccd wwt A EQ BERT A 'UttLEDO D `' tl ertGydig prsstru #hist ttit3 +es urces rlster3 v icknoWiedg: ent cr s '. agree, , ere tint this work. is CI ntr ci, .oniy+ ,that 'the res urdes: and work was pedorrriet1 11' Ibe :delieiloS, this, iiiork ft On 01'0:.1110e) €t' u • , teotr`, duty to r.*ve, due u cdrttr ct arid, t%o. corift:8 t= ctrane ,+or request' tor LVDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #430 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Arch - Phys Train 124 Top of Wall Details TO: Emma Nowinski (Weinstein A+U) Lauren Rock (Weinstein A+U) Thayer Wild (Weinstein A+U) DATE INITIATED: 06/08/2020 LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: TBD DRAWING NUMBER: A101S, 18/A704 LINKED DRAWINGS: RECEIVED FROM: COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Don Lehman (Lydig Construction, Inc. - Bellevue Off), Kiel Lunsford (Lydig Construction, Inc. - Bellevue Off), Emma Nowinski (Weinstein A+U), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. - Bellevue Off), Thayer Wild (Weinstein A+U) Mark Davis (VANDERLIP & COMPANY, INC.) 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 06/17/20 06/15/2020 TBD uestion from Alex Carey (Lydig Const uetlon Inc. - Bellevue Of) at 12:49 PM on 06/08/2020 Clarification is needed for GWB transitions to steel beams at the top of wall in Phys Train 124. 1. The south wall of Phys Train 124 is a 1 hour rated wall. The room is exposed to structure. Detail 18/A704 shows a standard GWB to steel beam transition with a z -reveal. Please advise if this detail is to be followed or if a GWB enclosure will be required along the steel beam with fire stopping at the transition to metal decking. 2. The west wall of Phys Train 124 is a continuity of the air barrier. This will require a sound/smoke sealant spray from GWB to steel. Detail 18/A704 shows a standard GWB to steel beam transition with a z -reveal. Please advise if this detail is to be followed or if sound/smoke sealant is to be installed at transition from GWB to steel beam. Attachments: RFI 430- Arch Phys Train 124 Top of WaII Details:.pdf Official Response: Thayer Wild (Weinstein A+U) responded on Wednesday, June 17th, 2020 at 2:29PM PDT 1. Provide 1 -hr rated GWB soffit to enclose steel structure and fire stopping at transition to metal decking. See attached markups. 2, Provide sound/smoke sealant at transition from GWB to steel beam. -Thayer W. WAU. 6/17/20 Attachments: REI 430 Arch Phys Train 124 Top of Wall Details - WAU Response pdf All Replies: 1. Provide 1 -hr rated GWB soffit to enclose steel structure and fire stopping at transition to metal decking. See attached markups. 2. Provide sound/smoke sealant at transition from GWB to steel beam. -Thayer W. WAU. 6/17/20 Attachments: RFI 430;- Arch- Phys Train 124 Top of Wall Details; WAU Response,pdf BY Lydig Construction, Inc. DATE COPIES TO Page 1 of 1 Printed On: 07/10/2020 11:14 AM LVDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #154 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #154: CE Stair 1 Tread Nosing Specification #205 - RFI #466: Arch - Change TO: City of Tukwila FROM: 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 154 / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: Pending - In Review FIELD CHANGE: No LOCATION: SCHEDULE IMPACT: 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) 7/21 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: TOTAL AMOUNT: Amount: Based No $1,037:75 POTENTIAL CHANGE ORDER TITLE: CE #205 - RFI #466: Arch - Stair 1 Tread Nosing Specification Change CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #205 - RFI #466: Arch - Stair 1 Tread Nosing Specification Change Revision of the stair 1 wood tread nosings to Nystrom STSF-L2D per submittal 06 20 23-1 and RFI 466. ATTACHMENTS: tfs52__,gccm-rf 466=arches stair1 tread_nosing specificationchange_202008041504_pdf PCO 154-SP,-Combined_pdf_ # Cost Code Description Type Amount 1 D3--001-99--BP-03-Structures Subcontractor PCO 154 -SP Subcontractor 9973.75 Subtotal: $973.75 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub'sIPA's, and Project Contingency. $ 0.00 Fee - Sub Tier Work: 4.50% Applies to Subcontractor, Purchase Agreements,. and Protect Contingency. $ 43.82 GL Insurance: 0.75% Applies to all line Item types. $ 7.63 P&P Bond: 0.75% Applies to all line Item types. 6 7.69 B&O Tax: := 0.47% Applies to all line item types. 9 4.86 Grand Total: 51,037.75 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 8/4/ 2020 08 :05 AM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #154 -SP Project: 30130-10 - TFS#52 - Self -Perform 1544765th Ave S Tukwila, Washington 98188 Phone: (360) 907-2459 Fax: (425) 881-2903 Prime Contract Potential Change Order #154 -SP: CE #205 -SP - RFI #466: Arch Stair 1 Tread Nosing Specification Change TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 154 -SP / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: Pending - In Review FROM: CONTRACT: CREATED BY: CREATED DATE: 7/21 /2020 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) PRIME CONTRACT None CHANGE ORDER: ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $973.75 POTENTIAL CHANGE ORDER TITLE: CE #205 -SP - RFI #466: Arch - Stair 1 Tread Nosing Specification Change CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #205 -SP - RFI #466: Arch —Stair 1 Tread Nosin. S.ecification Chane Revision of the stair 1 wood tread nosings to Nystrom STSF-L2D per submittal 06 20 23-1 and RFI 466. ATTACHMENTS: CE 205 -SP Simonet COR _03=Quote Stair Tread Nosing.pdf Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 7/21/ 2020 10 :36 AM Cost Code Description Type Amount 1 12-022-99- - Casework Simonet COR 003 Subcontractor $ 884.09 Subtotal: $884.09 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. $ 70.73 GL Insurance: 0.75% Applies to all line item types. $ 7.16 P&P Bond: 0.75% Applies to all line item types. $ 7.21 B&O Tax: = 0.47% Applies to all line item types. $ 4.56 Grand Total: $973.75 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 7/21/ 2020 10 :36 AM SIMONET WOODWORK LIMITED Quality Architectural Woodwork Since 1978 oma-92STmW Edmonton AB T6E 3A4 Canada Tel: (780) 438 - 2474 Fax: (780) 434 - 9351 Quote#O71S20-D1 Date: July 15th 2020 To: Lydig Construction - Bellevue. Attn: Alex Carey PROJECT: Tukwila Fire Station 52 — Stair Nosing Email: A[arey@|ydig. om CLARIFICATION: X Supplied and lnstalled Including Addenda X As Noted X All Applicable Taxes Extra X As Per AWI Specifications Supply OnIy FOB Our quote is based on the shop drawing revision received by Alex Carey on July 9th 2020. SCOPE OF WORK To modify the supply and install of the solid wood steps and landing at Tukwila #52. All treads to receive Nystrom Model STSF-L2D nosing in place of anti -slip strips. |tisassumed thataUnosimgwU| run the front top edge length ofthe tread. EXCLUDED Demo or make good of owner or GC supplied goods and materials. All installation TOTAL PRICE Supply Only $ 884.09* USD E&OE Notes Our quote is presented on the proviso that satisfactory payment terms can be agreed between Simonet Woodwork Ltd and the Client. Standard Simonet WoodWork Ltd. warranty applies. General Contractor shall provide all necessary security, power, heat garbage removal, at no additional cost to SWL Unless noted otherwise, this quotation shall remain open for acceptance for a period of 35 days Bonding costs are not included in tender price It shall not be implied that bonding or any other form of security will be provided, unless specifically noted herein. SIMONET WOODWORK LTD. Simonet Woodwork PER LY DIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #466 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Arch - Stair 1 Tread Nosing Specification Change TO: Emma Nowinski (Weinstein A+U) Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) DATE INITIATED: 07/21/2020 LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: TBD DRAWING NUMBER: LINKED D RAWINGS: RECEIVED FROM: COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Don Lehman (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) Matt Abrahart (SIMONET WOODWORK LTD.) 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 07/22/20 07/28/2020 TBD 06 20 23 - Interior Finish Carpentry Question from Alex Carey (Lydig Construction, Inc. - Bellevue Of) 0:, AM on 07/21/2020 The specified stair tread nosing for stair 1 wood treads was the Nystrom STSB-N1.375D. In review of the sample in submittal 06 20 23-1, it was determined that the nosing was to be revised to the Nystrom STSF-L2D model. Please confirm that the model of stair tread nosing is to be revised to Nystrom STSF-L2D, grey abrasive strip. Attachments: RFL 466 Arch; Stalr 1TreadNosing Specification Change.pdf Official Response: Lauren Rock (Weinstein A+U) responded on Tuesday, July 21st, 2020 at 6:28PM PDT Confirmed. Please submit a sample for review. L. Rock, Weinstein A+U 7/21/2020 Attachments: RFI 466, Arch -Stair 1 Tread Nosing Specification Change WAUResponse .:pdf All Replies: Confirmed. Please submit a sample for review. L. Rock, Weinstein A+U 7/21/2020 Attachments: RFI 466__ Arch -Stair 1 Tread NosinSpecification Change WAU Response:pdf BY Lydig Construction, Inc. DATE COPIES TO Page 1 of 1 Printed On: 08/04/2020 08:04 AM LYDIG Lydig Construction, Inc. 3180139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #156 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #156: CE #207 - RFI #461: Elec Power for IDU 2.14 in Lunch 206 TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 156 / 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: 7/21 /2020 REFERENCE: PRIME CONTRACT None CHANGE ORDER: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $2,802.87 POTENTIAL CHANGE ORDER TITLE: CE #207 - RFI #461: Elec - Power for IDU 2.14 in Lunch 206 CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #207 - RFI #461: Elec - Power for IDU 2.14 in Lunch 206 Power connection not shown in drawings for IDU 2.14 in Lunch 206 per RFI 461. ATTACHMENTS: tFs52___gccm-rfi 461-e1ec_-power for idu 2.14 in lunch 206-202007212040,0f CE 207 COR037.pdf # Cost Code Description Type Amount 26-001-99- - BP -11 - Electrical Subcontractor PCEC COR 037 Subcontractor $ 2,630.00 Subtotal: 52,630.00 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub'sIPA's, and Project Contingency. $ 0.00 Foe - Sub Tier Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. 5 118.35 GL Insurance: 0.75% Applies to all line item types. 5 20.61 P&P Bond: 0.75% Applies to all line item types. $ 20.77 B&O Tax: = 0.47% Applies to all line item types. $ 13.14 Grand Total: 52,802.87 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 7/21/ 2020 01 :41 PM pese July 17, 2020 Lydig Construction 3180 139th Ave SE, Suite 110 Bellevue, WA 98005 Attn.: Alex Carey PACIFIC COAST ELECTRICAL CONTRACTORS, INC. 16620 North Road * Bothell, Washington 98012-5908 TEL (425) 741-2700 * FAX (425) 741-2600 RE: Tukwila Fire Station 52 Tukwila Fire Station 52 COP# CCD# RFI# 461 PCEC RFI# PCEC COR I 037.0 Dear Alex Pacific Coast Electrical Contractors, Inc. is pleased to quote a lump sum additive change order price for the above referenced work as described on our attached worksheets in the amount of $2,630.00 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 ofwritten 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 calI should you have any questions regarding this change proposal. Sincerely, Scott Driscoll Project Manager Enclosures: ( 2 ) worksheets Pacific Coast Electrical Contractors, Inc. Sub Contractor Breakdown Summary Project Name: Tukwila Fire Station 52 COP# - PCEC Job No r 19066 PCEC COR# 037.0 Work Pricing for RFI 461 - Power for IDU 2.14 in Lunch 206. Date: 7/17/2020 Description: ccb# RFI# 461 1. CRAFT LABOR COSTS (includes payroll taxes & burden) PCEC RFI# a. craft labor costs from breakdown $ 92.98 18.92 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 $ 1,759.18 Supervision d. direct supervision 0% (of direct labor) $ e. safety 0% (of labor) $ f. travel (if applicable, itemize) parking $ 1. CRAFT LABOR COSTS 2. MATERIAL COSTS a. scheduled material $ 460.84 d. permits $ - b. quoted material $ - e. dumpster $ c. freight $ - f. coordination drawings $ - 2. MATERIAL COSTS 3. EQUIPMENT COSTS a. owned equipment (spec approved source) b. rental equipment (per invoices attached) 4. SMALL TOOLS a. small tools 0% (of direct labor) 5. OVERHEAD AND PROFIT a. b. 6. SUBCONTRACTORS a. b. c. d. 15% overhead & profit of 1 15% overhead & profit of 2, 3 & 4 7. 0 & P ON SUBCONTRACTORS a. 0% overhead & profit of 6 8. INSURANCE / TAXES a. volume driven liability insurance b. Bonding c. State B&0 Tax d. City B&0 Tax 9. 0 & P ON INSURANCE/TAXES a. 0% portion of 8 - $ 3. EQUIPMENT COSTS 4. SMALL TOOLS $ 1,759.18 460.84 5. OVERHEAD & PROFIT 333.00 6. SUBCONTRACTORS 7. 0 & P ON SUBS 1.00% (of 1 through 7) $ 25.53 2.00% (of 1 through 7) $ 51.57 0 (of 1 through 7) 0 (of 1 through 7) 8. INSURANCE 9. O& P ON INS / TAX TOTAL COST 1 THRU 8 77.10 2,630.00 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 Label Set: Combined, Combined, Combined, Combined, Combined 68 12 THHN CU STRANDED 1,047 3/4 EMT 1,188 3/4 EMT CONN S/C 1,319 3/4 EMT COUPL S/C 1,458 3/4 EMT 1 HOLE STP/STL 3,961 1/4-20 X 1 CAP SCREW 4,126 10 X 1-1/2 COMB PAN HD TAP 4,277 1/4 X 1-1/2" FENDER WASHER 4,291 #10 / 3/16 FLAT CUT WASHER - 4,366 1/4"x2-1/4" SLEEVE ANCHOR 4,552 3/8" WASHER 4,752 1-5/8 SLOT STRUT CHNL 12 G, 4,796 1/4" SPRING NUT 6,517 3/4 FLEX STEEL 6,586 3/4 FLEX 1 SCREW CONN 6,988 12 GA TERMINATION 10,444 20A 250 VOLT FUSE 11,931 30A 250V HD 3PH 1 F SW Courtesy of McCormick Systems Inc. 488.40 $241.64 M 110.00 $161.35 C 2.00 $581.37 C 13.20 $682.24 C 15.40 $28.30 C 4.00 $5.47 C 15.40 $5.30 C 4.00 $121.94 C 15.40 $3.44 C 4.00 $107.05 C 4.00 • $93.36 C 2.00 $315.59 C 4.00 $547.20 C 5.00 $133.56 C 2.00 $497.91 C 12.00 $0.00 X 2.00 $0.00 Q 1.00 $0.00 Q Ext Price $460.84 $118.02 $177.49 $11.63 $90.06 $4.36 $0.22 $0.82 $4.88 $0.53 $4.28 $3.73 $6.31 $21.89 $6.68 $9.96 $0.00 $0,00 $0.00 $460.84 Labor ,volo • 67,0 iktiok A:0 M E E c E E E Labor Ext 18.92 2.93 5.50 0.60 1.85 0.62 0.11 0.92 0.03 0.11 0.64 0.03 0.24 0.24 0.25 0.28 1.80 0.08 2.70 18.92 Page 2 7/17/2020 3:55 PM LY 01 G Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #461 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Elec - Power for IDU 2.14 in Lunch 206 TO: Emma Nowinski (Weinstein A+U) Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) DATE INITIATED: 07/16/2020 LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: TBD DRAWING NUMBER: E302S.A, E801 LINKED DRAWINGS: RECEIVED FROM: COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Don Lehman (Lydig Construction, Inc. - Bellevue Off), Emma Nowinski (Weinstein A+U), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. - Bellevue Off), Thayer Wild (Weinstein A+U) Scott Driscoll (PACIFIC COAST ELECTRICAL) FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: David White (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Closed on 07/16/20 07/23/2020 TBD Question from David White (Lydig Construction, Inc. - Bellevue Of) at 08:12 AM on 07/16/2020 Electrical circuitry information is needed for IDU -2.14 in Lunch 206. Sheet M502S.A shows IDU 2-14 in Lunch 206, however, E302S.A and E801 do not show any circuity or breaker information for this unit. Please provide circuit information for IDU 2.14. Attachments: RFI 461 - Elec - Power for IDU 214 in Lunch 206 Of Official Response: Lauren Rock (Weinstein A+U) responded on Thursday, July 16th, 2020 at 10'16AM PDT Connect IDU -2.14 to Panel B circuit B-60,62. Circuit B-60,62 becomes a spare circuit as per RFI -395. Rocxy Juan - TFWB Engineers 7-16-2020 Attachments: RFI 461 - Elec - Power for IDU 2.14 in Lunch 206 TFWB Response,pdf All Replies: tzAVAt NAMMVIM Connect IDU -2.14 to Panel B circuit B-60,62. Circuit 8-60,62 becomes a spare circuit as per RFI -395. Rocxy Juan - TFWB Engineers 7-16-2020 Attachments: RFI 461 - Elec - Power for IDU 2.14 in Lunch 206 TFWB Responsq.pdf BY Lydig Construction, Inc. DATE COPIES TO Page 1 of 1 Printed On: 07/21/2020 01:40 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #157 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #157: CE #201 - RFI #423.1: Civil - Landscaping Bed Drainage and Curb Clarifications TO: City of Tukwila FROM: Lydig Construction, Inc. - Bellevue Office 6200 Southcenter Boulevard 3180 139th Ave SE - Suite 110 Tukwila Washington, 98188 Bellevue Washington, 98005 PCO NUMBER/REVISION: 157 / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: Pending - In Review FIELD CHANGE: No LOCATION: SCHEDULE IMPACT: CONTRACT: 30129 - Tukwila Fire Station #52 - GCCM Prime Contract CREATED BY: Alex Carey (Lydig Construction, Inc. - Bellevue Off) CREATED DATE: 7/28 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $2,952.07 POTENTIAL CHANGE ORDER TITLE: CE #201 - RFI #423.1: Civil - Landscaping Bed Drainage and Curb Clarifications CHANGE REASON: Existing Condition POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #201 - RFI #423.1: Civil - Landsca.in. Bed Draina.e and Curb Clarifications Grading for vertical curb, installation of drain rock, and placement of concrete vertical curbs added at the transition from City of Tukwila parking lot to landscape area at location of former staircase per RFI 423 and 423.1 ATTACHMENTS: tfs 52 - ccm-rti 423 arch__landscaping_bedtransition atconc_stair demo 202007281514,0f_ tfs 52-_gCcm_fi 423.1 -civil - landscaping_beddrainage_and_curb clarifications202007281514.pdf CE 201.- LaRusso COR,06.pdf CE 201 -_ 1�9-11 TFS52 QQE' 423.1 Curb Drain Rock Section Cot_Lot.pdf_ 60, RFI Owner Signature Lydig Construction, Inc. page 1 of 1 Date Printed On: 7/28/ 2020 08 :19 AM Cost Code Description Type Amount 1 31--001-99-- Earthwork: and Utilities subcontract Pellco COR 060 Subcontractor $ 1,531.00 2 32--400-99-- BP•02-Site Concrete Subcontractor LaRusso COR 06 Subcontractor $.1,239:00 Subtotal: $2,770.00 Fee - Self Perform Work:15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. $ 0.00 Fee - Sub Tier Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. $ 124.65 GL Insurance: 0.75% Applies to all line item types. $ 21.71 P&P Bond: 0.75% Applies to all line item types. $ 21.87 B&O Tax: = 0.47% Applies to all line item types. $ 13.84 Grand Total: .$2,952.07 Owner Signature Lydig Construction, Inc. page 1 of 1 Date Printed On: 7/28/ 2020 08 :19 AM Subcontractor CP Breakdown Summary Tukwila Fire Station 52 Project No. 30129-43 SUBCONTRACTOR: PELLCO Construction, Inc. DESCRIPTION OF WORK: Pricing for changes in RFI 423.1 L SUBCONTRACTOR'S DIRECT WORK Cost Event #: CP #: Document #: RFI 423.1 60 Date: 7/1/2020 A. DIRECT LABOR COSTS B. MATERIAL COSTS C. EQUIPMENT COSTS D. SUBTOTAL DIRECT WORK ( Per Cost Breakdown Attached) ( Per Cost Breakdown Attached) ( Per Cost Breakdown Attached) (Total A, B, C, and D Above) 879 149 274 1,303 II. SUBTIER SUBCONTRACTORS G. Subtler Subcontractor Cost (Subcontractor Estimates Attached) 1) 2) 3) 4) H. Subtotal Subcontractor Costs Direct Cost Fee $ - $ III. FEE Breakdown Per Contract A. Fee on Direct Work (Item E) 15% 195 B. Fee on Subtler Subcontractor Direct Costs (Item H) 8% IV. SUBTOTAL V. TOTAL VI. UNIT PRICE TOTAL SUBTOTAL (Total of Parts I, II, III Above) Liability Insurance (1.15%) Bond Costs (1.0%) TOTAL (Total of Parts I, II, III, IV Above) TOTAL $ 1,498 17 15 1,531 COP Cost Breakdown Project Name: Tukwila Fire Station 52 Project No. 30129-43 Contractor: PELLCO Construction, COP Number: 60 Date: 7/1/2020 Contractor Ref. No. Description Quantity Unit Type Labor Material Equipment Total Cost Unit $ Cost Unit $ Cost Unit $ Cost Operator Foreman 4 HR $81.15 $ 32460" $ - $ $ 324,60 Operator 4 HR $77.05 $ 30820 $ - $ - $ 308.20 Laborer 4 HR $61.67 $ 246.68 $ $ - 1 $ 246.68 304 Excavator 4 HR$ $ $39.48 $ 157,92 $ 157.92 F 450 Crew Truck 4 , HR $ - $ $29.14 $ 116.56 $ 1'16.56 Drain Rock 2 TN $ - $45.0000 $ $ 90.00 Crushed Rock 1 TN $ - $45.00 $ 45.00' $ - : $ 45.00 Drainage Fabric 7 SY $ - $2.00 $ 14.00 $ $ 14.00 $ - $ $ - $ $ $ $ $ $ $ $ $ - $ $ $ $ $ $ $ - $ $ $ $ $ $ $ $ $ $ $ $ $ - $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ - $ $ $ $ $ $ $ Freight/Delivery Costs $ - $ $ $ $ $ $ - $ $ $ $ - $ $ $ $ $ $ $ $ $ LaborSubtotal $ 879.48 $ 149.00 $ 274.48 Foreman $ $ Lead Foreman Noncraft Labor $ $ Total Cost of Work $ 879.48 ] $ 149.001 1 $ 274.48 $ 1,302.96 19-11 TFS52 COP 9060 - RFI 423.1 Curb at Planting Bed Page of Issued 7/1/2020 Project Name: Tukwila Fire Station 852 Project No: 30129-43 Contractor: PELLCO COP Wage Rates Trade & Position OPERATOR FOREMAN OPERATOR OPERATOR LABOR LABOR TEAMSTER TEAMSTER Rate Schedule Date' UNION 06/01/19 06/01/19 06/01/19 06/01/19 Prevailing Wage (incl. Benefits) 49.00 45.50 40.35 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. VVC/PFAMUSICK 4.03 8 3.92 3,55 3.78 2.72 2.90 2.90 2.72 2.90 TOTAL (incl. payroll taxes) 81.15 77.05 61.67 71.16 2.72 2.90 2.90 2.72 2.90 Overtime @ 1.5x OVERTIME RATES CALCULATE AUTOMATICALLY Hourly Wage 73.50 S 68 25 S 60 54 6 61 70 S - - -5 - Benefits S 21 22 S 21.22 S 2 08 $ 20 46 $ - 5 - 55 - 5- Subtotal 94.72 $ 89.47 5 72.62 82.16 " - - - - faxes Lines 3-6 5 10.35 9.61 S 8 53 8.69 - 9 - S - $ - 5... ‘JVC 5 4.03 S 3 92 S 3 55 3.78 5 2.72 5 2.90 5 2.90 5 2 72 2 90 Total $ 109.10 103.00 84.70 94.62 2.72 2.90 2,90 2.72 2.90 Double Time @ 2x DOUBLE TIME RATES CALCULATE AUTOMATICALLY Hourly Wage 5 98.00 S 91 00 S 80 72 5 8220 -5 - - Benefits 5 21.22 S 21 22 S 12.08 20 46 -55 - - S - Subtotal 119.22 112.22 6 92.80 102.72 - - - - . Taxes Lines 3-6 5 3.80 S 12 81 5 11 37 11 58 9 - 5 S - - $ - WC/PFMAL/S1CK S 4.03 5 3.92 5 355 5 3.78 5 2.72 5 290 S 2,90 5 2 72 S 290 Total 9 137.05 9 128.95 $ 107.72 $ 118.08 2.72 2.90 2.90 $ 2.72 9 2.90 OT Premium Portion Only 27.95 S 25.95 S 23 02 5 23.46 - 5 - S - $ - 5 - DT Premium Portion Only 5 55.90 S 51 91 S 46.04 5 46.92 -S - 5 $ - - Form Revised 3/19/2009 Issued 7/1/2020 COP Equipment Rates 10 0 Project Name: 0 0N CL Contractor: J Total Hourly Rate = H + $ 39.48 64 a • 0 11, 10 10 • CO .0- ,,... *a "Ct� "0. • C4 • ea a 1,•• • c••• (0 • 10 01 *0 A A c.) 00 .111111111111111g VI to IF Hourly Operating Cost $ 12.52 $ 24.48 $ 49.24 co 0. 03 44 $ 30.88 in 0.) N 64 ,— . N. ,- 64 a N . ol CV Ea <0 CD . (- CO 00 01, . .,4. Er) 0 co . N CV <4 H Hourly Rate = (F + G) / 176 x Regional Adj. $ 26.96 LO CA to (8 03 CO . $ 32.40 LO N . N- L- . N- fil, 44 CO CO LO 01 tO. LO LO LO $ 41.03 44 48 LAY CFI G Blue Book Monthly Rate for Attachment, $ 2,303.84 $ 2,303.84 $ 2,303.84 CO CO 0 CO C• Eft CO CO 0 CO Oa. (8 F Blue Book Monthly Rate for Equipment 2,441.12 5,783.36 0) ‘1: (0 a> op cri $ 14,887.84 5,702.40 a a cci r-- co 4.6 44 1,261.92 3,935.36 oo co 6 cv a> c0 63 2,737.15 $ 4,917.92 E Power Mode (Diesel, Gasoline, Hydraulic, etc.) ..... CI cii 7- Model # or Axle Config, Size, Capacity, etc. 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 7/1/2020 Revised 3/19/2009 LaRusso Concrete Inc PortlandlSeattle 8536 SW St. Helens Dr. Ste. D Wilsonville, OR. 97070 Phone: (503) 563-6780 Fax: (503) 563-6786 CCB# 169176 JOB: Tukwila Fire Station #52 COR06 RFI 423 Item: Site Concrete - Provide & Install ADD Curb (10/C3.4) Quantity Units Unit Price 77 LF $16.09 1 r` Wit',ZPIttot.„ _ \ —I— I-- 1- -1 CrlYW11./WerLAP -5- r t --: 7/10/20 Amount $1,239 pwrnsGAREA AT tvssama MM. 6T5IThD„ SITE MATERIAL AND LAYOUT NOTES: Or TIAIMLAP,MFERre tEC fOri GEMERK. NOM. 2. ME sncrsuo -Ln5,c&TErMs IDAWDE1314.M,Irt Wil.11.5ELOCATELI BETWEEN ALL KARD6CAPEANDAMACENTINATEIVALSNCLUDI.510, BUT 1.16AMMTO turma,arre nottatarcN4 EPAMIN66. IQ. AlittfIRPAC= LE112.. MO PLUMB, UPLE=01116RWt6E 5 6EECIVIL FOR LAYOUT Of MAW, CAS MAPS. WA 11. VOICLIILAR mvexemar,AND FOR amovataa. 5 dELL ANC.1.2.610 SEW. Mt= OTHERWISE 7. 040'10C5505#55M050U5E0T0 75505I< OFLI.P.24 Ma= CITtrftWIENOTECI 6. OM ARCM FORZIALGiNG CND. kAYOLon cram PAIOXNT. VtAin, VALLS, FLMIV1146...MOLIGtitrATIIRES 61141.1.6E STAKED 'R1E196141 rett REMEW MD ACCEPTANCE 6VONNETZ PdPrtiMaillitIVE P.RPCM INSTALLATN314. Nallf Y dVAIGISTAEMESEVIATIVE 4600.01RITLY.C,ANY INSCOMPANCIM L'ETMNIAITOUT ALIGNMENT VI DIVEN610,11.1,SAIllf rio00,1041)0616. ALL VTIr. FlAkt64441364C1-2014G5tId6tiME,CYCZ.E l'61i=1,05E.A13JUSTEIS arICIAPPROVED EU REID 15T I.M1.160APAIWKITECT RUM TDATTAChloteiT AuxArmo6NOWTEMATIOESM41.1LBEALIGNEDAND PARALLEL 1,4111 ACIACENT !Ate= CfNe14"Me NOTED_ 12. MAC/EAU, Pewnegrxwit Ase =mot EtrENLY VIAIMPANTELt 13,6.M6 OtMEMOIZE NOTED. Page 1 of 1 6.00.01.10.1TAL te,51.1H.Feft.trf MATERIALS LEGEND: Th 050050 AMMO MOH TYPE #.61t06441154011A, am.coracorm.tatuvuiv EXPAN6104.1664T, rZ.2.11 contkx.ofer,rats.Nszti (Tt.1.) MCIAITY ASCE. ZEE rert211 6-7) 040,14:511000ME.16.EC (C..3D Wit6 MAW, Me er.14 8 05 0050 054.VFX.CRPL .@,14. WC/WM Mt C1141. cits) otratuarrvvr, =Mai I.A.VatiO StiCIVPICTE W...E LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #423 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Arch - Landscaping Bed Transition at Conc Stair Demo TO: Emma Nowinski (Weinstein A+U) Lauren Rock (Weinstein A+U) Thayer Wild (Weinstein A+U) DATE INITIATED: 06/01/2020 LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: TBD DRAWING NUMBER: L101 LINKED DRAWINGS: RECEIVED FROM: COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Don Lehman (Lydig Construction, Inc. - Bellevue Off), Kiel Lunsford (Lydig Construction, Inc. - Bellevue Off), Emma Nowinski (Weinstein A+U), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. - Bellevue Off), Thayer Wild (Weinstein A+U) Matt McCotter (PELLCO CONSTRUCTION INC.) 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 06/17/20 06/08/2020 TBD Question from Alex Carey (Lydig Cons uction, Inc. - Bellevue Of) at 02:22 PM on 06/01/2020 Clarification is needed for the transition from asphalt paving in the City of Tukwila parking lot the new landscaping bed. The existing concrete staircase was removed and subgrade prepped for landscaping. Per the attached photos, the existing concrete butted directly up to asphalt. L101 calls out for a new CIP concrete wall per civil drawings at the south and east walls. The civil drawings do not indicate any CIP concrete walls. Lydig recommends that the existing block wall be left intact and new CIP concrete vertical curbs be poured at the east and south edges of the landscaping beds to provide a delineation between landscaping and asphalt paving. Please advise what is to occur at this transition. Attachments: RFI 423.- Arch :landscaping (3,..p. nsitic na t ConcmStair Demopdf Official Response: Thayer Wild (Weinstein A+U) responded on Wednesday, June 17th, 2020 at 4:OOPM PDT SWIFT - 2020-06-08: New vertical curbs along the edges of the existing asphalt pavement and block wall to remain are acceptable with civil approval. Recommend adding a weep hole in the curb to relieve water during storm events. Recommend installing a 4" perforated pipe/filter fabric, and drain rock along the bottom edge and cover surface with 12" wide strip of drain rock to prevent erosion issues and plant failure. Assume that the excavation will be to depths required by planting specs and details to provide adequate topsoil depth for all plants in this area. OK as stated above.M. Servizi 6-17-2020 Attachments: RFI 423 Arch, _Landscaping Bed Transition at Conc, Stair Demo - Response.pdf All Replies: Lydig Construction, Inc. Page 1 of 2 Printed On: 07/28/2020 08 :14 AM RFI #423 LYDIG 111,A_ tsii,,t • „.A 4.\\‘Al\KkNIK:4')Pgakalf:i)414V,'; SWIFT - 2020-06-08: New vertical curbs along the edges of the existing asphalt pavement and block wall to remain are acceptable with civil approval. Recommend adding a weep hole in the curb to relieve water during storm events. Recommend installing a 4" perforated pipe/filter fabric, and drain rock along the bottom edge and cover surface with 12 wide strip of drain rock to prevent erosion issues and plant failure. Assume that the excavation will be to depths required by planting specs and details to provide adequate topsoil depth for all plants in this area. OK as stated above.M. Servizi 6-17-2020 Attachments: RFI 423 - Arch - Landscaping Bed Transition at Conc Stair Demo - Response.pdf BY Lydig Construction, Inc. DATE COPIES TO Page 2 of 2 Printed On: 07/28/2020 08:14 AM LY D 1 G Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425)885-3314 Fax: (425) 881-2903 RFI #423.1 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Civil - Landscaping Bed Drainage and Curb Clarifications TO: DATE INITIATED: LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: TBD DRAWING NUMBER: C2.0 Emma Nowinski (Weinstein A+U) FROM: Alex Carey (Lydig Construction, Inc. - Lauren Rock (Weinstein A+U) Bellevue) Thayer Wild (Weinstein A+U) 3180 139th Ave: SE - Suite 110 06/19/2020 LINKED DRAWINGS: 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), Emma Nowinski (Weinstein A+U), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. - Bellevue Off), Thayer Wild (Weinstein A+U) Bellevue, Washington 98005 STATUS: Closed on 06/26/20 DUE DATE: 06/26/2020 COST CODE: SCHEDULE IMPACT: TBD SPEC SECTION: REFERENCE: uestion fro' Alex Carey (Lydig Construction, nc Bellevue Of) at 0:30 A on 06/19/2020 Further clarification is needed for the curb and drainage items clarified in RFI 423. 1. Detail attachment shows potential drain/weep detail. The asphalt will need to be lower than the drain in order to get drain slope from bottom of pipe. Please clarify the distance from asphalt to top of curb and drain rock to top of curb. 2. RFI 423 indicated that a 4" perforated drain should be installed at the lower south side of the landscaping bed. Please advise if this drain is to be tied into the storm system, or just weep onto the surface of the asphalt pavement to the south. Attachments: RFI 423.1 Civil; LandscapingBed�Dratnage_and CurbClanfications.pdf Official Response: Thayer Wild (Weinstein A+U) responded on Thursday, June 25th, 2020 at 5:30PM PDT Eliminate the perf pipe.Just use the drain rock. Drain rock shall extend from the top of curb to the bottom of curb by 8" min width. M.Servizi 6-25-2020, as coordinated with S. Stankewich. Attachments: RFI 423.1 Civil=Landscaping Bed Drainage and Curb Clarifications- LPD_pdf All Replies: Eliminate the perf pipe.Just use the drain rock. Drain rock shall extend from the top of curb to the bottom of curb by 8" min width. M.Servizi 6-25-2020, as coordinated with S. Stankewich. Attachments: RFI 423.1 Civil;LandscapingBed Drainage ::and Curb;;Clarifications LPD.pdf BY Lydig Construction, Inc. DATE COPIES TO Page 1 of 1 Printed On: 07/28/2020 08:14 AM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #160 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #160: CE #210 - Locker Routered Slots in Lieu of Metal Vents TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 160 / 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: 8/3 /2020 PRIME CONTRACT None CHANGE ORDER: FIELD CHANGE: No LOCATION: ACCOUNTING Amount Based METHOD: SCHEDULE IMPACT: PAID IN FULL: No TOTAL AMOUNT: $620.32 POTENTIAL CHANGE ORDER TITLE: CE #210 - Locker Routered Slots in Lieu of Metal Vents CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #210 - Locker Routered Slots in Lieu of Metal Vents The drawings show a 4"x16" vent in the face of the bunk room lockers. The vent was not specified but clarified on TFS 51 to be a shoemaker 905 4x16 vent. In the shop drawing review, the vents were replaced with routered slots in the face of the locker door. Costs are for the difference in price between metal vents and routered slots. ATTACHMENTS: PCO 160=SP_Gombined.pdf_ Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 8/3/ 2020 11 :04 AM Cost Code Description Type Amount 1 03-001-99-- BP -03 - Structures Subcontractor PCO 160 -SP Subcontractor $ 592:06 Subtotal: 9582.06 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub'sIPA's, and Project Contingency. $ 0.00 Fee- Sub Tier Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. 9 26.19 GL Insurance: 0.75% Applies to all line Item types. 5 4.56 P&P Bond:. 0.75% Applies all line Item types. 9 4.60 B&O Tax: = 0.47% Applies toall line item types. $ 2.91 Grand Total: $620.32 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 8/3/ 2020 11 :04 AM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #160 -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 #160 -SP: CE #210 -SP - Locker Routered Slots in Lieu of Metal Vents TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 160 -SP / 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 1 - Tukwila Fire Station #52 Self -Perform Prime Contract Alex Carey (Lydig Construction, Inc. - Bellevue Off) 8/3/2020 None ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $582.06 POTENTIAL CHANGE ORDER TITLE: CE #210 -SP - Locker Routered Slots in Lieu of Metal Vents CHANGE REASON: No Change Reason POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract is Changed As Follows) CE #210 -SP - Locker Routered Slots in Lieu of Metal Vents The drawings show a 4"x16" vent in the face of the bunk room lockers. The vent was not specified but clarified on TFS 51 to be a shoemaker 905 4x16 vent. In the shop drawing review, the vents were replaced with routered slots in the face of the locker door. Costs are for the difference in price between metal vents and routered slots. ATTACHMENTS: CE 210 -SP - Simonet COR 04 `Locker VentHoles.pdf CE 210-SP.pdf_ Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 8/3/ 2020 11 :00 AM Cost Code Description Type Amount t 12-022-01- - Manufactured Casework - Installation (Union) Shoemaker4x16 Vents Matenals ($4,771:20) 2 12-022-99- - Casework Simonet COR 004 Subcontractor $ 4,946.24 Subtotal: 9175:04 Fee - Self Perform Work: 0.00% 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. $ 395.70 GL Insurance: 0.75% Applies to all line item types. $ 4.28 P&P Bond: 0.75% Applies to all line item types. $ 4.31. B&O Tax: =0.47% Applies to all line item types. $ 2.73 Grand Total: 5582.06 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 8/3/ 2020 11 :00 AM simoN ET ,X(OODWORK LIMITED Quality Architectural Woodwork Since 1978 5515 — 92 ST NW Edmonton AB 'T6E 3A4 Canada Tel: 2474 Fax: 9351 Toll Free: 1 (877) 746 — 6583 Ounte#Q7Q82O-01 Date: July 9th 2020 To: Lydig Construction Bellevue. Attn: Alex Carey PROJECT: Tukwila Fire Station #52 — Shop Drawing Revisions En1ai|:A[arey@|ydiA.com CLARIFICATION: X Supplied and Installed Including Addenda X As Noted X All Applicable Taxes Extra X As Per AVVI Specifications Supply Only FOB Our quote is based on the revised shop drawings noted REVIEW 1 and REVIEW 2 received by Alex Carey. SCOPE OF WORK To add two sets of Millwork finished vent holes in place of metal grilles to 48 lockers. EXCLUDED Demo or make good of owner or GC supplied goods and materials. All installation. TOTAL PRICE Supply Only $ 4,946.24* USD E&OE Notes Our quote is presented on the proviso that satisfactory payment terms can be agreed between Simonet Woodwork Ltd and the Client. Standard Simonet WoodWork Ltd. warranty applies. General Contractor shall provide alll cost to SWL Unless noted otherwise, this quotation shall remain open for acceptance for a period of 35 days Bonding are not included in tender price It shall not be implied that bonding or any other form of security will be provided, unless specifically noted herein. SIMONET WOODWORK LTD. Simonet Woodwork PER • 0 &port incorrect product irormation Shoemaker 16x4 White Vent Cover (Aluminum) - Shoemaker 905 series IL t4"r'tA a ray*. $49.70 96 Iocations Out a stack. 1 4, CJ' Deivery not available Pickup not available l+d Sold ;-stopped by PlumrnStyck Return y.iall. Add to Itt Highlights Brand Shoemaker ( see MI item details Addtore,Ly SCALE: 0.002126 o •r- o o kr co 0 1 I I 1, / 1 I 0 0 a. w 0 0 z CO O • . CP 2 < HLUZy0 1-0Zr 0 Z LUO-0j co Li w < Z 0 cry „," < CC a L <0- wLIJr20 CO LU CC CL 0 0 LU cn z ' w — ,7) z CD < w Z U_ 0 > < c0 --I 111 0 0 -J 0 z 0 to w z w• 0 ° 0 z LIJ u_ w 2 u- 0 tLIw 5: co >, CC u) H E° a Cr) z> ow > < g w .0 0 LU L0 ZZLO • 0 1-0 < z w w • < § 1-1— SIMONET WOODWORK LTD 5515-92 st. Edmonton, Alberta T6E - 3A4 PH. 780 - 438 - 2474 FAX. 780 -434 - 9351 LY DIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #163 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #163: CE #214 - ASI -018 PT Room Clarifications TO: PCO NUMBER/REVISION REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 163/0 Pending - In Review FROM: CONTRACT: CREATED BY: CREATED DATE: PRIME CONTRACT CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: TOTAL AMOUNT: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE -Suite 110 Bellevue Washington, 98005 30129 - Tukwila Fire Station #52 - GCCM Prime Contract Alex Carey (Lydig Construction, Inc. - Bellevue Off) 8/3 /2020 None Amount Based No $4,000.75 POTENTIAL CHANGE ORDER TITLE: CE #214 - ASI -018 PT Room Clarifications CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #214 - ASI -018 PT Room Clarifications Addition of (2) 1/4" vinyl backed mirrors with 2"x4" cutout at north wall of room 124 added in ASI -018. SOJ Review Comments 8/412020: Generally pricing for PCO 163 is OK. I would like to have some sort of backup provided for the $1,220 cost for the two mirrors. Mirror Cost Breakdown from General Storefronts: Mirror (includes flat polish + vinyl backing + Cut -Outs for outlets): $825.10 J-Bar/Setting Blocks/etc: $54.72 Mirror Mastic: $356.20 Total: $1236.02 ATTACHMENTS: CE 214_ -:GSI -004 Mirrors:pdf 20_.0415 TFS52ASI018 PT Room Clanfications.pdf Lydig Construction, Inc. page 1 oft Printed On: 8/10/ 2020 08 :59 AM Cost Code Description Type Amount 1 08-118-99- - BP -05 - Glazing Subcontractor GSI 004 Subcontractor $3;754.00 Subtotal: $3,754.00 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. $ 0.00 Fee - Sub Tier Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. $ 168.93 GL Insurance: 0.75% Applies to all line item types. :$29.42 P&P Bond: 0.75% Applies to all line item types. $ 29,64 050 Tax: = 0.47% Applies to all line item types. $ 18.76 Grand Total: $4,000.75 Lydig Construction, Inc. page 1 oft Printed On: 8/10/ 2020 08 :59 AM LY 10 Owner Signature Date Lydig Construction, Inc. PCO #163 page 2 of 2 Printed On: 8/10/ 2020 08 :59 AM GENERAL STOREFRONTS, INC. COP/CHANGE ORDER SUMMARY Project Name: Tukwila Fire Station 52 Date 7/24/20 Subcontractor: General Storefronts, Inc. GSI CO #: ASI -018 Customer: Lydig Construction COP/CCD/PR/RFI #: 7/24/2020 Description: Per ASI -018: Add (2) 1/4" vinyl backed mirrors with Z' x 4" cutout in each mirror at north wall of room 124, *Lead-time 1-2 weeks* Itemize all costs on attached COP Cost Breakdown form. 1. MATERIAL COSTS a. material costs $ 1,961.00 b. freight costs (itemize) $ 1. MATERIAL COSTS $ 1,961.00 2. EQUIPMENT COSTS a. rental equipment (per spec approved source) $ b. owned equipment (per invoices attached) $ 3. JOBSITE COSTS a. labor a. material costs 2. EQUIPMENT COSTS $ $ 1,175.70 $ 3. JOBSITE COSTS $ 1,176.00 SUBTOTAL 1 thru 3 4. OVERHEAD & PROFIT a. NTE 15% portion of 1, 2, & 3 $ 470.55 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 3,137.00 4. OVERHEAD & PROFIT $ 471.00 5. SUB -TIER CONTRACTORS $ 6. OVERHEAD & PROFIT ON SUBCONTRACTORS $ - 1.000 % of 1-3 & 5 $ 31.37 % of 1-3 & 5 $ 1.000 % of 1-3 & 5 $ 31.37 2.25% 7. INSURANCE $ 63.00 TOTAL COST $ 3,671.00 82.60 8. BOND $ 83.00 GSI -004 Mirrors.xlsx Page of TOTAL COST 3,754.00 Issued 7/27/2020 C. COP/ GENERAL STOREFRONTS, INC. COST BREAKDOWN CV v. GSI CO No. COP/CCD! PR / RFI No. 8?, re t— 0 40 ).... ers, )... .,... ez) c) ro 0 r* ''''.. Equipment Cost 111111 V, Unit$ m a) lii Cost 1111 $ $ - $ 1,236.00 $ - $ $ - $ 50.00 $ $ $ - $ - $ 675.00 w 414 al 1, Unit $ to 0 00 6 6 v* 64 so.00] 0 0 0 0 0 0 0 0 0 000000000 6 6 6 6 o 6 ci 6 69. 69 VD 6D 64 CD 69 VD so.00l 0 0 0 000 6 6 6 U, 64 64 Labor Cost $ 934.32 CD ,... ea t, 40 V. I, 40 Unit $ VI 6 oo 69, 11- 69- —C4 CD a oi co Co 40 te 1 $77.371 1 $46.281 o ... :.4. E _c 2 ft a 0., ,- c 2 Ti . . a) in Apprentice Journeyman Foreman Driver Project Manager Project Adminstrator Administrative Safety Costs Document Reproduction Small Tools Jobsite Subtotal Aluminum Glass Mirrors Sealant Windows Automatics Misc Material, screws, tape Paint Travel/Parking 0) ...g u) 1_0 u- Hardware Skylights/Canopies Shop Drawings 1Materlals Subtotal li c m Ce 1Equiptnent Subtotal 'Total Cost of Work 'Labor 20 a) lii 2 Equipment Issued 7/2712020 GSI -004 Mirrors.xlsx ARCHITECTS + URBAN DESIGNERS ARCHITECT'S SUPPLEMENTAL INSTRUCTIONS ASI -018 Project Name: Tukwila Fire Station 52 Project No. 17012 Contractor: Lydig Construction Issued by: Lauren Rock Copies to: Lydig, SOJ Attachments: Revised sheets A613, E3015 Issue Date: 4/15/2020 ❑ 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 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 reflects revisions to the PT Room layout as a result of working with a representative from the Fire Department: • Locates a second mirror on the north wall • Designates the outlet on the west wall, instead of the outlet on the south wall, to be the "stereo outlet" which is connected to the alerting system. Outlet on south wall to remain a standard outlet. This item should present a revision at no cost to the project. • Confirms that the plywood which has already been installed on the north walls for security purposes during construction should be left in place to serve as blocking for the wall -mounted squat rack (FOIO). Abuse -resistant GWB should still be installed over top of the plywood, as shown in the CDs. This item should present a clarification at no cost to the project. r Vesterrr Avenue Suite 301, Seattle, AUV 08121 A T T 206 ,143 8606 F 206 443 1218 fl +V N131SN13M g 1 A sa3woise4 wveafl+suai wray n }V N 1315 N 13 N\ w 0 a 1111ibi g" E3015 w 0 a LVDIG PCO #164 Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone:(425) 885-3314 Fax: (425) 881-2903 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #164: CE #215 - GCCM Surveying Costs Funding from VE Savings TO: City of Tukwila 6200Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 164/ 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: 8/3 /2020 PRIME CONTRACT None CHANGE ORDER: FIELD CHANGE: No LOCATION: ACCOUNTING Amount Based METHOD: PAID IN FULL: SCHEDULE IMPACT: No TOTAL AMOUNT: $20,817.63 POTENTIAL CHANGE ORDER TITLE: CE #215 - GCCM Surveying Costs Funding from VE Savings CHANGE REASON: Allowance POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #215 —GCCM Surveying Costs Funding from VE Savings The project targeted a total VE savings allowance of $133;000. The total amount of savings realized (reference PCO 114 for breakdown) exceeded the original target by $20,817.63. Per discussions between SOJ, Lydig and Ancora, the additional savings beyond $133,000 have been allocated to cover cost overruns in Licensed Surveying as a part of the NSS. The costs overruns were a result of a number of early civil and structural RFI's that required additional surveying where costs were not submitted by Lydig as the GCCM. During negotiations of BP -01, surveying was removed from the earthwork & utility subcontractor's scope of work in order for their bid amount to fall within the allowable range above the BP -01 budget. ATTACHMENTS: # Cost Code Description Type Amount 44-204-99- - Licensed Survey Sub GCCM Surveying Costs Funding from VE Savings Subcontractor $:20,817.63 Subtotal: $20,817.63 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. $ 0.00 Fee - Sub Tier Work: 0.00% Applies to Subcontractor, Purchase Agreements and Protect Contingency. $ 0.00 GL Insurance: 0.00% Applies to all line Item types. $ 0.00 P&P 'Bond: 'O.O0% Applies to all line Item types. $ 0.00 B&O Tax: 0.00% Applies to all line Item types. $ 0.00 Grand Total: $20,817.63. Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 8/3/ 2020 03 :32 PM VE Savings Allowance PCO cover sheet showing total savings beyond $133,000 target LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #114 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order#114: CE #001 - VE Savings Allowance TO: City of Tukwila 6200 SouthcenterBoulevard Tukwila Washington, 98188 PCO NUMBERIREVISION: 11410 REQUEST RECEIVED FROM: STATUS: REFERENCE: Pending - In Review FIELD CHANGE: No LOCATION: SCHEDULE IMPACT: FROM: CONTRACT: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 30129 - Tukwila Fire Station #52 - GCCM Prime Contract CREATED BY: Alex Carey (Lydig Construction, Inc. - Bellevue Off) CREATED DATE: 6/2 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: ($20,817.63) POTENTIAL CHANGE ORDER TITLE: CE #001 - VE Savings Allowance CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #001 - VE Savings Allowance Targeted VE Savings of $133;000 for BP -01 and BP -03 (Mini-MACC). • Allowance 1 - Revise elevator specification from electric traction to holeless hydraulic - ($18,000) o Specification remained electric traction • Buyout savings of ($9,210) for changing vendor from Primarius at bid time to Schindler • Allowance 2 —Remove unsuitable soils allowance- ($40,000) • BP -01 - Allowance 1 - Remove, Utilities - ($15,000) • BP -01 - Allowance 2 Remove Bedrock -($25,000) • Allowance 3 —Negotiated Savings Allowance from BP -01 - ($75,000) ▪ BP -01 - Remove UP -1 Over Exc Allowance - ($11,250) • BP -01 - Remove UP -2 Structural Fill Allowance - ($12,500) • BP -01 - Remove UP -3 Temp Crushed Rock Allowance- ($60) • BP -01 Remove UP -4 Quarry Spalls Allowance - ($60) o BP -01 - Remove UP -5 Ripping Bed Rock Allowance - ($150) o BP -01 - Acceptance of Alternate 3 torevise the rear apron from Asphalt to Concrete (updated to heavy-duty concrete in 100% CDs) - ($80,000) ATTACHMENTS: 30110 TFS #52 - TCC letter 1029 2019 pdf YCE #001_- Pellcpp UE AllowanceReconciliation_.pdf _PCO 114 SP Combined.pdf_ Cost Code Description Type Amount Lydig Construction, Inc. page 1 of 2 Printed On: 8/3/ 2020 03 :16 PM LVDIG PCO #114 1 50 -004 -02 -- Mini M ACC VE Allowance Mini-MACC VE Allowance Project Contingency $133;000.00 2 03-001-99-- 8P-03 - Structures Subcontractor BP -03: Elevator Original Budget Amount (Primarius) Subcontractor ($98,410.00) 3 03-001-99-- BP -03- Structures Subcontractor BP -01 Elevator Revised Subcontract. Amount Subcontractor $ 89,200.00 4 31-001-99-- Earthwork and Utilities subcontract BP -01: Allowance 1 - Remove Utilities Subcontractor (515,000.00) 5 39 -001 -99 --Earthwork and Utilities subcontract BP -01: Allowance 2 - Remove Bedrock Subcontractor (525,000.00) 6 31-001-99-- Earthwork and Utilities subcontract BP -01: UP -1 Over Exc. Allowance Subcontractor {$11,250.00) 7 31 -001 -99 --.Earthwork and Utilities subcontract BP -01: UP -2 Struct. Fill Allowance Subcontractor ($12,500.00) 8 31-001-99- -Earthwork and Utilities subcontract BP -01: UP -3 Temp Crushed Rock Allowance Subcontractor ($60.00) 9 31-001-99- - Earthwork and Utilities subcontract BP -01: UP -4 Quarry Spalls Allowance Subcontractor ($60.00) 10 31-001-99- - Earthwork and Utilities subcontract BP -01: UP -5 Ripping Bed Rock Allowance Subcontractor ($150.00) 11 31-001-99- - Earthwork and Utilities subcontract. BP -01: Alternate 3 Heavy Duty Concrete in Rear Apron Subcontractor ($80,000.00) 12 03-001-99- - BP -03 - Structures Subcontractor GLI, Bon, B&0 Credit Subcontractor ($182.70) Subtotal: ($20,412.70) 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: O.0O % Applies to Subcontractor, Purchase Agreements, and Project Contingency. $ 0,00 GL Insurance: 0.75% Applies to all line item types. ($153.10) P&P Bond: 0.75% Applies to alt line item types. (5154.24) B&O Tax: = 0.47%Applies to all line item types. ($97.59) Grand Total: {520,817.53) Cost savings exceeding target o Owner Signature Date Lydig Construction, Inc. 1 page 2 of 2 Printed On: 8/3/ 2020 03 :16 PM ,000 LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #1 65 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Arch/Elec - Accessibility Order #165: CE #216 - RFI #455: of Linear Wood Ceilings TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 165 / 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: 8/5 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: Amount Based No TOTAL AMOUNT: $3,851.55 POTENTIAL CHANGE ORDER TITLE: CE #216 - RFI #455: Arch/Elec - Accessibility of Linear Wood Ceilings CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #216 - RFI #455: Arch/Elec - Accessibility of Linear Wood Ceilings Revisions to the linear wood ceiling systems to add additional grid, resize wood panels, and utilize a caddy clips system in order to provide MEP access to items located above this type of ceiling that were deemed to be inaccessible by the electrical inspector as designed. SOJ Review Comments 8/7/2020: The $3K+ lump sum pricing from Acoustical Design is insufficient to support the pricing. Need further breakdown to review. Acoustical Designs has provided further breakdown on the attached quote. ATTACHMENTS: CE 216 - RFI #455 Arch; Elec Accessibility; of Linear Wood Ceilings Rev__1.pdf` tfs 52 _gccm rfi455 arch alae` accessibility of linear wood ceilings 202008052251pdf_ # Cost Code. Description Type Amount 1 09-010-99- - BP -06 -GNB, Insulation & ACT Sub Van #30 Subcontractor $ 3,614.00 Subtotal: $3,614.00 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub'sIPA's,and Project Contingency. $ 0.00 Fee - Sub Tier Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. $ 162.63 GL Insurance: 0.75% Applies to all line item types. $ 28,32 P&P Bond: 0.75% Applies to all line item types. $ 28.54 B&O Tax: = 0.47% Applies to all line item types. $ 18.06 Grand Total: $3,851.55 Lydig Construction, Inc. page 1 of 2 Printed On: 8/10/ 2020 09 :36 AM LYDIG Owner Signature Date Lydig Construction, Inc, PCO #165 page 2 of 2 Printed On: 8/10/ 2020 09 :36 AM #1046- Tukwila Fire Station #52 Direct Work Change Order Proposal Submitted To: Alex Carey- Lydig Construction VAN #: 30 Submitted By: Mark Davis Document Reference: RFI#455 Company: Vanderlip & Co., Inc Date: 8/5/2020 Description of Change: Added access panels and caddy clips (including adjusted layout) at Wood Ceilings as indicated in the response to RFI #455. Work performed by our sub, Acoustical Design Inc. (see attached documentation). 1. CRAFT LABOR COSTS DESCRIPTION MHRS RATE. COST (Working Foreman) Coordination/Lay-Out 2 585.22 $170 Demo 579.82 Framing 579.82 Hang Drywall ' 579.82 Tape/Plaster $79.82 Stock/Staging 579,82 Protection/Clean-up 579.82 Install WPP $79.82 Delivery 579.82 Subtotal: $170 2. MATERIALS QTY UNIT RATE COST Track UFT $1.52 Studs UFT $1.26 Water Resistant GWB SQ/FT $0.75 Taping : SQ/FT $0.22 L-Bead/Cornerbead ' UFT $0.19 Shaft Wall Panels SQ/FT $1.19 Fasteners es $0.10 Metal Angle UFT $0.92 Adhesive ea $14:99 Subtotal: 3. EQUIPMENT QTY RATE COST Dumpster HRS $2.97 Equipment HRS 58.75 Subtotal: 4. SUBCONTRACTORS QTY UNIT RATE COST Acoustical Design Inc. $3,134 Subtotal: $3,134 5. MARKUPS SUBTOTAL % CHARGED COST 5 Bond 1.00% $33 Sub -Tier Fee (8%) 8.00% $251 5.1 Fee (NTE 15% of 1;2,3) 15.00% $26 Subtotal: $309 TOTAL COST OF THIS CHANGE: $3,614 14535 NE 91' Street - Redmond; WA 98052 - 425-885-4110 - Fax 425-885-4110 ACOUSTICAL DESIGN, INC. °di 2uuor76"'Avenue o ` Kent, WA 98032 ` (206) 575-0915 ` (800) 777-9583 ` FAX (253) 395-4332 ' xoouon*358w* August 5, 2020 To: Vanderlip And Company Attn: Mark Davis Re: Tukwila Fire Station # 52 Section 09 54 26 Linear Wood Ceilings Request for Change RFI 455 Accesibility to Linear Wood Ceilings We are pleased to provide the following quotations for the above mentioned project. Area of Work: Admin 202 and Great Room 224. Scope of Work: 1Add 1Oao12^wide access panels atwood ceilings per RFI 456. 2 Change Linear Wood Ceiling layout to better accommodate new access panels. 3 Based on caddy clips system to easy access for other trades above wood ceiling. Quotation: Add = $3,134 Material 1 lot @ $186.00 = $186 Labor 33$76.95 =- $2,539 hrs. @ Sub Total $2,725 Fee 15.00% $409 Total Quotation $3,134 General Exclusions: Same as Contract Work Thank you for the opportunity to work with you on this project, should further information be required, please call. Sincerely, Angel Espina LY01G Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #455 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Arch/Elec - Accessibility of Linear Wood Ceilings TO: Emma Nowinski (Weinstein A+U) Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) DATE INITIATED: 07/08/2020 LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: TBD DRAWING NUMBER: LINKED DRAWINGS: FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: David White (Lydig Construction, Inc. - Bellevue) 3180139th Ave SE - Suite 110 Bellevue, Washington 98005 Closed on 08/04/20 07/15/2020 TBD RECEIVED FROM: Mitch Moore (PACIFIC COAST ELECTRICAL) COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Don Lehman (Lydig Construction, Inc. - Bellevue Off), Emma Nowinski (Weinstein A+U), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. - Bellevue Off), Thayer Wild (Weinstein A+U) Question from David White (Lydig Construction, Inc. - Bellevue Of) at 04:39 PM on 07/08/2020 Direction is needed on providing access to mechanical and electrical items above the linear wood ceilings. On 06/23/2020, the CoT Electrical inspector inspected the ceilings of TFS 52. The inspection report stated that electrical items (including j boxes) above the linear wood ceilings need to be relocated as the linear wood ceilings are not accessible. Many of these electrical items are components of the mechanical equipment, such as the roof ventilator in the Great Room, and the electrical portion of IDU 2:11 in Admin Support. See attached ceiling layouts for locations of items requiring access, cut sheet of linear wood ceiling attachment method and electrical inspection report. As discussed in the OAC meetings on 06/30 and 07/07, potential means of access could be provided by splitting LWC planks into smaller sections or revising ceiling grid to accommodate access panels in LWC. Please advise how access is to be provided in the linear wood ceiling systems. Attachments: RF1455_- Arch Elec. Accessibility_of:Linear Wood Ceilings pdf Official Response: Lauren Rock (Weinstein A+U) responded on Thursday, July 30th, 2020 at 12:01PM PDT Revise wood ceiling in Great Room and Admin spaces as shown on the attached markups and revised A202S.A. Per email exchange with Alex Carey, Lydig, on 7/29/20, CoT Electrical Inspector is satisfied with this revision. Lydig to coordinate sections of panels to receive Caddy clips based on locations requiring repetitive access to equipment above. General locations have been indicated on the attached diagram. L. Rock, Weinstein A+U 7/30/20 Attachments: RFI 455_- Arch Elec Accessibility of Linear Wood Ceilins_WAU Response.pdf All Replies: Revise wood ceiling in Great Room and Admin spaces as shown on the attached markups and revised A202S.A. Per email exchange with Alex Carey, Lydig, on 7/29/20, CoT Electrical Inspector is satisfied with this revision. Lydig to coordinate sections of panels to receive Caddy clips based on locations requiring repetitive access to equipment above. General locations have been indicated on the attached diagram. L. Rock, Weinstein A+U 7/30/20 Attachments: RFI 455.- Arch Elec Accessibility_ of Linear Wood Ceilings WAUResponse.pdf Lydig Construction, Inc. Page 1 of 2 Printed On: 08/05/2020 03 :51 PM LYDIG RFI #455 BY DATE COPIES TO Lydig Construction, Inc. Page 2 of 2 Printed On: 08/05/2020 03:51 PM LV DIG Lydig Construction, Inc, 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #166 Project: 30129-43 - TFS#52 - GCCM 1544765th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #166: CE #217 - RFI #472: Civil/Land/Arch - Ramp and Curb Clarifications TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 166 / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: Pending - In Review FROM: CONTRACT: CREATED BY: CREATED DATE: PRIME CONTRACT CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: TOTAL AMOUNT: Lydig Construction, Inc. Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 30129 - Tukwila Fire Station #52 - GCCM Prime Contract Alex Carey (Lydig Construction, Inc. - Bellevue Off) 8/5 /2020 None Amount Based No $514.75 POTENTIAL CHANGE ORDER TITLE: CE #217 - RFI #472: Civil/Land/Arch - Ramp and Curb Clarifications CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract IsChangedAs Follows) CE #217 - RFI #472: Civil/Land/Arch - Ramp and Curb Clarifications Added pedestrian curb in the front apron per RFI 472 ATTACHMENTS: tfs 52-_gccm=rfi472-civil_land_arch__ramp_and_curb_clarificatlons202008052306,pdf_ CE 217_LaRusso COR07RFI 472pdf # Cost Code Description Type Amount 1 32-400-99- - BP -02 -Site Concrete Subcontractor LaRusso COR 07 Subcontractor $ 483.00 Subtotal: 5483,00 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. $ 0.00 Fee - Sub Tier Work: "4.50 % Applies to Subcontractor, Purchase Agreements, and Project Contingency. $21:74 GL Insurance: 0.75% Applies to all line item types. $ 3.79 P&P Bond: 0.75% Applies to all line item types. $ 3.81. B&O Tax: = 0.47% Applies to all line item types. $ 2.41 Grand Total: $514.75 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 8/5/ 2020 04 :09 PM LaRusso Concrete Inc PortlandlSeattle 8536 SW St. Helens Dr. Ste. D Wilsonville, OR. 97070 Phone: (503) 563-6780 Fax: (503) 563-6786 CCB# 169176 JOB: Lydig/Tukwila Fire Station #52 COR07 RFI 472 Item: Concrete - Provide & Install ADD Ped. Curb per RFI 472 8/3/20 Quantity Units Unit Price Amount 30 LF $16.09 $483 Page 1 of 1 LVOIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #472 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Civil/Land/Arch - Ramp and Curb C arifications TO: Emma Nowinski (Weinstein A+U) Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein kW) DATE INITIATED: 07/23/2020 LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: TBD DRAWING NUMBER: L111, C2.0, C2.1, C3.0, C3.1, A002 LINKED WINGS:DRA RECEIVED FROM: COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Don Lehman (Lydig Construction, Inc. - Bellevue Off), Emma Nowinski (Weinstein A+U), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. - Bellevue Off), Thayer Wild (Weinstein A+U) FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: Alex Carey (Lydig Construction, Inc. - Bellevue Off) Alex Carey (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Closed on 07/28/20 07/30/2020 TBD Question from Alex Carey (Lydig Construction, Inc. - Bellevue Of) at 12:28 PM on 07/23/2020 Clarification is needed at two areas that are receiving accessible ramps. 1. At the southeast corner of the building, there is a ramp transition from the main entry heading south. The ramps slope south from the entry landing at a 3% grade. The detail callout for this ramp on C3.0 is shown to follow 8/C3.4. Lydig believes that the correct detail should be 12/C3.4, and that there should be a pedestrian curb along the east side of the ramp to separate the ramp from the landscaping bed. The pedestrian curb is not called out on C2.0/C3.0 but appears to be present, while on L111 and A002 there is no curb shown. There is also a transition from rolled curb to ramp at the bottom. Please provide a revised plan/detail for this ramp area showing the extent of pedestrian curb if required and transition of rolled curb to at grade curb transitions. 2. Just east of the flagpole location, there is a ramp that is shown on C3.1 to follow detail 8/C3.4. Lydig believes that the correct detail should be 4/C3.4, as there is not enough sidewalk behind the curb to provide a 2% slope and then a 4min. landing. Detail 4/C3A shows a parallel ramp where the sidewalk is sloped down to a 90 deg landing into the crosswalk area. In order to follow this detail, the rolled curb along the length of the sloped ramp would have to be revised to pedestrian curb and gutter, and an additional pedestrian curb would have to be added at the north side of the sidewalk. There would be two curb transitions: rolled curb to pedestrian curb and gutter, and pedestrian curb and gutter to flush curb. Please provide a revised plan/detail for this ramp area showing the extent of the pedestrian curbs and curb transition details. Attachments: RFI 472 - Civil -Land -Arch - Ramp_and Curb Clarifications.pdf Official Response: Lauren Rock (Weinstein A+U) responded on Friday, July 24th, 2020 at 1:51PM PDT LPD Response: Question 1. Use Detail 12/C3.4 with NO pedestrian curb. Add 1' rolled curb to flush transition. See updated C2.0 and C3.0 for further clarifications, including ramp spot elevations. Question 2 Use Detail 4/C3.4 with NO pedestrian curb. Add 6' rolled curb to flush transition. See updated C2.1 and C3.1 for further clarifications, including ramp spot elevations. Attachments: RE1472- Civil-LAnd-Arcb Ramp_apdCurb Clarifications -LRQ:pclf All Replies: Lydig Construction, Inc. Page 1 of 2 Printed On: 08/05/2020 04 :06 PM RFI #472 LY 01 G t*****4***02******** , 0Airvis0**0%V\jfkg$ LPD Response: Question 1. Use Detail 12/C3.4 with NO pedestrian curb. Add 1' rolled curb to flush transition. See updated C2.0 and C3.0 for further clarifications, including ramp spot elevations. Question 2 Use Detail 4/C3.4 with NO pedestrian curb. Add 6' rolled curb to flush transition. See updated C2.1 and C3.1 for further clarifications, including ramp spot elevations. Attachments: RFI 472 - Civil -Land -Arch - Ramp and Curb Clarifications - LPapdf BY Lydig Construction, Inc. DATE COPIES TO Page 2 of 2 Printed On: 08/05/2020 04:06 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #167 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #167: CE #219 - Surface Mounted Door Bottoms at Bunk Room Doors TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 167 / 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: 8/5 /2020 PRIME CONTRACT None CHANGE ORDER: FIELD CHANGE: No LOCATION: ACCOUNTING Amount Based METHOD: SCHEDULE IMPACT: PAID IN FULL: No TOTAL AMOUNT: $1,636.30 POTENTIAL CHANGE ORDER TITLE: CE #219 - Surface Mounted Door Bottoms at Bunk Room Doors CHANGE REASON: Client Request POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #219 - Surface Mounted Door Bottoms at Bunk Room Doors At the request of City of Tukwila, SOJ, and WAU, surface mounted door bottoms will be installed at Bunk Room Doors (rooms 108 to 115) ATTACHMENTS: PCO ._167 _SP Combined_pdf # Cost Code Description Type Amount 03-001-99- - BP -03 - Structures Subcontractor PCO 167 -SP Subcontractor $ 1,535.39 Subtotal: 51,535.39 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub'sIPA's, and Protect Contingency. $ 0.00 Fee - Sub Tier Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. $ 69.09 GLInsurance: 0.75% Applies to all line item types. $ 12.03 P&P Bond: 0.75% Applies to all line item types. $ 12.12 B&O Tax: =0.47% Applies to all line item types. $ 7.67 Grand Total: $1,636.30 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 8/5/ 2020 04 :29 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #167 -SP Project: 301 30-1 0 - TFS#52 - Self -Perform 15447 65th Ave S Tukwila, Washington 98188 Phone: (360) 907-2459 Fax: (425) 881-2903 Prime Contract Potential Change Order #167 -SP: CE #219 -SP - Surface Mounted Door Bottoms at Bunk Room Doors TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 167 -SP / 0 CONTRACT: FROM: REQUEST RECEIVED FROM: STATUS: REFERENCE: Pending - In Review FIELD CHANGE: No LOCATION: SCHEDULE IMPACT: 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) 8/5 /2020 None ACCOUNTING Amount Based METHOD: PAID IN FULL: TOTAL AMOUNT: $1,535.39 No POTENTIAL CHANGE ORDER TITLE: CE #219 -SP - Surface Mounted Door Bottoms at Bunk Room Doors CHANGE REASON: Client Request POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #219 -SP - Surface Mounted Door Bottoms at Bunk Room Doors At the request of City of Tukwila, SOJ, and WAU, surface mounted door bottoms will be installed at Bunk Room Doors (rooms 108 to 115) ATTACHMENTS: CE 219 _SP - COR 01_pdf_ CE_219=SP - COP -10,0f_ Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 8/5/ 2020 04 27 PM Cost Code Description Type Amount 1 08--012-97- - HM Doors, Frames, & Hardware Supplier WAH COR 010 Purchase Agreements $ 905.00 2 08-115-99-- Doors and Hardware install. Henricksen COR 001 Subcontractor $489.00 Subtotal: 91,394.00 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub'sJPA's, and Project Contingency. $ 0.00 Fee - Sub Tier Work: 8.00% Applies to Subcontractor and Purchase Agreements. $ 111.52 GL Insurance: 0.75% Applies to all line Item types. $ 11 .29 P&P Bond: 0.75% Applies to all line item types.. $ 11.38 BSO Tax: = 0.47% Applies to ail line item types. 9 7.20 Grand Total: 51,535.39 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 8/5/ 2020 04 27 PM PROJECT WASHINGTON ARCHITECTURAL HARDWARE A KENDELL COMPANY Attn: Alex Carey Lydig QUOTATION Date: JOB: Quoted by: 08/03/20 19-10671 Amy Constantineau/SH Tukwila Fire Station 52 Change Proposal #1 0 Added Door Bottoms for Bunk Door #'s 108-1 1 5 Hardware — Lump Sum $905 Includes: 8 ea 412CRL Auto Door Bottom 36" Excludes: Installation, Assembly, and Door Rework Lead Time: 4-5 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 LYDIG SUBCONTRACTOR: HENRIKSEN SERVICES PCO NO: CCD NO: DESCRIPTION: TUKWILA FIRE STATION 52 SURFACE DOOR BOTTOMS !minil added door bottoms at 8 locations DATE: 7/23/20 DESCRIPTION QTY UNIT 81113 LABOR Mout SUB MATLJEQUIP 5/UNIT SUB`I IER LABOR 5/Hour SLIBTIER MATL/EQUIP SIUNIT LABORS EXTENSION,: SUlo , NIATLIEQUIF ' $ E2CTElsISION SUB IIER LABOR $ EXTENSION SUB FIER MATL/EQUIP 5 EXTENSION TOTAL added time 5.00 585,00 50 50 $0 $425 0.00 50.00 50 50 50 0.00 50.00 $0 50 $0 0.00 $0.00 50 50 $0 50 0.00 50.00 50 $0 50 50.00 50 50 50 50 50 50 50 50 50 50 50 50 $0 50 50 50 50 50 50 50 50 $0 50 50 50 50 , 50. 50 50 $0 50 50 50 50 50 50 50 50 50 so $0 50 50 50 50 50 50 50 $0 50 $0 $0 50 $0 $0 50, 50 50 50 50 50 50 50 50 50 $0 50 50 50 50 50 50 50 50 $0 50 $0 50 50 50 $0 50 $0 50 50 50 $0 50 so 50 50 50 $0 50 50 50 50 50 $0 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 DIRECT COST TOTALS 5425 50 OVERHEAD/ PROFIT 15% TOTAL COST 50 50 5425 564 50 $489 TO: CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 012 DATE: 8/24/2020 PROJECT NO.: 90830402 PROJECT NAME: PSP — Fire Station 51 BUDGET NO.: 305.98 CONTRACT NO.: 18-001.1 ( ab ) AMENDMENT NO: 028 18-001 (ab) 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 8/25/2020 Contractor Lydig Construction By Craig Greene l----) Original Contract FS51 (without tax) $ 9,587,314.00 APPROVED BY THE CITY OF TUKWILA Previous Change Order FS51 $ 762,723.17 v Date 9 _‘19(7)--4=7 This Change Order FS51 (without tax) $ 149,894.86 By Mayor REV. CONTRACT AMOUNT FS51 $ 10,499,932.03 ‘, Title VP of Operations riginal Contract Time FS51: 420 days (May 19, 2020) Additional Contract Time for this Change Order FS51: 79 days Updated Contract Time FS51: 499 days (August 04, 2020) Deputy City AdministratoTr fir 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 Exhibit "A" CHANGE ORDER CITY OF TUKWILA Project Name Project # TO CONTRACTOR: - SUMMARY OF CHANGE - PUBLIC SAFETY PLAN Fire Station 51 LYDIG CO # 12 its 90830402 Contract # 18-001.1 (ab ) Lydig Construction Date 8/24/20 3180 139th Ave SE, Ste 11'0 Bellevue, WA 98005 COP/CCD # Description Reason Code Amount COP 075 ASI-017 Wetland Changes. ASI-017 added the wetland mitigation scope of work to the project including soils amendment, planting, and irrigation. AD $69,977.84 COP 076 CE #138 - Change Out Fire Sprinkler Heads Outside Bunk Rooms. Change out fire sprinkler heads outside bunk rooms to flush mount to allow for locker and bunk room door clearance. DC $1,093.27 COP 080 CE #143 - #271: Electrical - Video System Integration. RFI 271 requested the software license code for the existing Milestone Enterprise Software so that the new cameras could be added to the system. The response outlines that the City of Tukwila is using Avigilon ACC7, not Milestone. This COP captures the added time to bring back the server, load software/reconfigure for Avigilon and to order and install the new Avigilon licenses. AD $5,749.13 COP 081 CE #144 - #159: Electrical - Fused Disconnect Switch at Portable Generator Plug. Per permit drawing comments from a City of Tukwila electrical inspector, an 800A Fused Disconnect Switch is required and will need to be added at the portable generator plug. RFI 159 confirmed this direction, stating that adding a fused disconnect will require an additional enclosure on the north wall of the building. In lieu of adding an additional enclosure on the exterior side of the building, the RFI response indicated that a different "portable generator plug enclosure can come with an integral 800A fuse at the load side". McKinstry exchanged the non-fused docking station with a docking station with an integral 800A fuse. AD $4,797.91 COP 082 CE #145 - #292: Electrical - Alerting Count Down Clock. Relocate fire pole from existing TFS 51 and install in App Bay. Core drill, set/grout, install unistrut to structure, install pipe fitting for pole attachment to unistrut supports. Countdown clock, custom mounting detail, power/low voltage installation to comm room. OC $10,298.23 COP 084 CE #146 -#321: Architectural - Entry Canopy Signage Attachment Detail. Increase in letter thickness and mounting bar to accommodate pin mounting letters at top of entry canopy. DC $609.27 COP 085 CE #139 - #314: Architectural - Fire Marshal Jobsite Walk Notes. Self perfomed work includes: Fire Marshal Walk Notes - Supply/Install Fire Extinguisher Cabinet (FEC) and Fire Extinguisher in PT Room, Fire Dept Connection (FDC) and Post Indicator Valave (PIV) signage, and Fire Lane Striping. GK Knuston work includes: Added DensGlass sheathing on walls at mechanical porch. AD $7,779.48 Project Name Project # Fire Station 51 LYDIG CO # 12 90830402 Contract # 18-001.1(ab) COP 086 CE #147 - Conformed Set Paving Change at Generator. Conformed set of drawings, dated 4/5/19, changed the paving layout on the North end of the site from what was originally bid. A planter was added, creating two driveways including a heavy duty asphalt paving area in front of the generator/trash enclosure. This PCO includes costs related to the added heavy duty asphalt paving scope. DC $2,578.21 COP 088 CE #149 - Public Works Inspector Final Inspection Requirements. Preliminary site walk with Public Works Inspector Scott Moore showed items were noted as requirements to pass final inspection: Increase "wrong way/do not enter" signage height to 6'-6" to bottom of lowest sign; add one van accessible handicap parking sign; add one handicap sign that can be mounted to the chainlink fence; and replace 3 existing catch basin manhole covers with City of Tukwila Stamped covers. AD $5,542.46 COP 090 CE #125 - #224: Architectural - Knox Box Requirement Clarification. Move up key box has been added to the project scope. Key box is recessed in the metal panel siding, requiring a panel to be removed and replaced with custom cutout. OC $2,199.70 COP 091 CE #129 - ASI -021: Gear Grid Lockers. Supply/Install Gear Grid Lockers in Gear Storage Room 129 per ASI -021. This will ultimately be covered by the FF&E budget, not contingency. OC $15,109.57 COP 092 CE #124 - #247: Architectural - Polycarbonate Panel Clarifications. Supply/Install glazed canopy at courtyard per RFI 247. OC $22,582.18 COP 093 CE #151 - #134: PRIORITY - Plumbing - Compressed Air Clarifications. Added compressed air connection for the pneumatic cylinder vise per RFI 134. OC $1,577.61 Lydig Change Order No. 12 $149,894.86 LY DIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #075 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #075: CE #136 - ASI -017 - Wetland Mitigation TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 075 / 1 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 30125 - Tukwila Fire Station #51 - GCCM Prime Contract (18-001.1) Weston Blackburn (Lydig Construction, Inc. - Bellevue Off) 7/10 /2020 None Amount Based No $69,977.84 POTENTIAL CHANGE ORDER TITLE: CE #136 - ASI -017 - Wetland Mitigation CHANGE REASON: Client Request POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #136- ASI -017 - Wetland Mitigation ASI -017 added the wetland mitigation scope of work to the project including soils amendment, planting, and irrigation 1. Soil Preparation Area A 1. 200 CY of 3 way topsoil, 2 inches compost, 4 inches mulch, 2 days labor/equipment 2. Soil Preparation Area B 1. 6 inches of 2 way topsoil, 40 CY of wood chip mulch, 2 days labor/equipment 3. Soil Preparation Area C 1. 1 day labor/equipment, 21 CY of mulch 4. Restoration Trees 1. 65 added trees, 3 days labor/equipment 5. Restoration Plantings 1. Approx. 1200 added shrubs/groundcover 2. 44 added shrubs (Area D) 3. 930 added live stakes (Area E) 6. Wetland Seeding 1. 1 day labor/equipment 2. Seeding 7. Temporary Irrigation System Lydig Construction, Inc. page 1 of 2 Printed On: 8/19/ 2020 05 :25 PM LYDIG 1. 2 days labor/materials/equipment ATTACHMENTS: PCO #075 # Cost Code Description Type Amount. 1 32--590-99- - Landscaping & Irrigation Sub - BP 10 Subcontractor $ 65561.89 Subtotal: 965,661.89 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equlpmeu& Other, Overhead and Profit, and Unwritten Sub'sIPA's. $ 0:00 Fee - GCCM: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. $ 2,954.79 GL Insurance: 0.75% Applies to all fine Item types. $ 514.63 P&P Bond: 0.75% Applies to all line item types. $ 518,48 B&O Tax: = 0.47% Applies to all line Item types. $ 328.05 Grand Total: 869,977.84 Owner Signature Date Lydig Construction, Inc. page 2 of 2 Printed On: 8/19/ 2020 05 :25 PM Kirkland Land Care ll447l20thAVE NE#3UO Kirkland, WA 98033 (425) 242-5198 info@kirklandlandcare.com April 28, 2020 Kiel Lunsford Lydig Construction 3l80]30thAve SE#llO Bellevue, WA 98005 RE: ASI 017 Price Change Breakdown Dear Mr. Lunsford, Kirkland Land Care LandSol, LLC Company On March 13th, 2020 we received information regarding the addition of extra work related to a wetland mitigation at the Tukwila Fire Station 51 project. This work is described in sheets W001 through W004. We have reviewed the plans provided and conducted an evaluation to determine any extra costs associated with the work. A breakdown of the additional costs and contract time is shown below: We expect this additional work to add 15 work days to our schedule. It is important to note thaprocuring some of the Iarger restoration trees might be problematic at this time given that some nurseries are closed due to COVID-1 9 and we are past the digging window with many farms. Sincerely, Mauricio Stoppa Scope of Work Price Change Soil Preparation Area 814`155.29 Soil Preparation Area B $7,585.30 Soil Preparation Area C $2,436.83 Restoration Trees $10'817.89 Restoration Plantings $21,630.86 Wetland Seeding $582.33 Temporary Irrigation System $2'320.30 Total Change $68'546.89 We expect this additional work to add 15 work days to our schedule. It is important to note thaprocuring some of the Iarger restoration trees might be problematic at this time given that some nurseries are closed due to COVID-1 9 and we are past the digging window with many farms. Sincerely, Mauricio Stoppa Kirkland ~~"~~�m� Care Kirkland Land Care PO BOX 2425 Kirkland WA 98083 (425) 242-5198 To: Lydig Construction Inc. 318013SthAve SE Suite 110 Bellevue WA 98005 Change Order Order#: 4 Order Date: 08/19/2020 Project: 19010 Tukwila Firestation #51 17915 Southcenter Parkway Tukwila WA 98188 The contractor agrees to perform the work described below upon approval by the project owner or prime contractor. Ordered By: Customer Order: Plans Attached E Specifications Attached Description of Work Amount Plant Size Variation & ASI 017 Material Credit Plant Size Variation & ASI 017 - Labor Credit Notes Credit due to the projecfor plansize variations and quantity changes associated with ASI 017. Negative changes will lower the overall contract price requiring no additional payment by client. Requested Amount of Change -2,213.00 -672.00 -2,885.00 The original Contract Sum was Net change by previous Change Orders The Contract Sum prior to this Change Order The Contract Sum will be changed by this Change Order The new Contract Sum including this Change Order will be The Contract Time will be changed by 262,451.00 3,704.25 266,155.25 -2,885.00 263,270.25 0 Days Client: Contractor: Date: PLANT SIZE VARIATION PRICE CHANGE a ° a un Labor Rate @ Bid Time: Notes Tree had already been prepared for digging when the A51 was issue and had to be purchased from EF Nursery. Per RFI 320, double the quantity was going to be. used Ito account for smaller plants. 41 c p. V z Material 0 kri w 0 0 VF 0 0 a) w 0 trim a w N $ 1,351.00 $ (132.00). O 3 o G m 0 C LI ` N w w C u C w $ (185.00)1 O 0 nj www N r w O O . ww 3 0 q w 0 9 w NN 111 tn. RE! 320 752 1546 N y1 O m W O gi x x x a a 0 R 732 E N in Same Same E H Same E N d 4 Z' r1 . N.. rg M1 F 226 601 G 229 tg 7...A., 2247 708 1135 U TAm m B&B 2" Cal B&B 8-10' B&B 2" Cal B&B 3" Cal B&B 2" Cal B8,133" Cal S N x p O 6 E R mR h 4 4" pot 1,12 4" pot Plant Name Acer rubrum'Karpick' Betula nigra 'Duraheat' Chamaecyparis obtusa 'Gracillis' Cornus nutallii 'Eddies White Wonder' Fraxinus pennsylvanica 'Patmore' Ginkgo biloba 'Princeton Sentry' Liriodendron tulipirefa Cornus sericea 'Kelseyi' Deschapsia cespitosa Fragaria chiloensis Gaultheria shallon Ilris tenax Parthenocissus henryanna Polystichum munitum Taxus x media 'Densiformis' IVaccinium x 'Northsky' Carex stipata O :.4. L ' O E WEINSTEINA+U ARCHITECTS + URBAN DESIGNERS ARCHITECT'S SUPPLEMENTAL INSTRUCTIONS ASI -017 Project Name: Tukwila Fire Station 51 Contractor: Lydig Construction Issued by: Lauren Rock Copies to: Lydig, SOJ Attachments: C2.0, C3.0, C3.3, L101, L301, L401, L402, W001, W002, W003, W004 Project No. 17001 Issue Date: 3/13/2020 0 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. 0 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 -017 documents the required wetland mitigation buffer and enhancements to the previous design in order to accommodate. 2200 Western Avenue Suite 301, Seattle, WA 98121-1921 WeinsteinAU.com T 206 443 8606 F 206 443 1218 .wKirkland� _`_ Care Kirklarid Land Care PO BOX 2425 Kirkland vvxou000 (425) 242-5198 To: Lydig Construction Inc. 31OO13QthAve SE Suite 110 Bellevue WA 98005 Change Order umer Order#: 4 Order Date: 08/19/2020 Project: 19010 Tukwila Firestation #51 17915 Southcenter Parkway Tukwila WA 98188 The contractor agrees to perform the work described below upon approval by the project owner or prime contractor. Ordered By: Customer Order: Plans Attached n Specifications Attached �l Description of Work Amount Plant Size Variation & ASI 017 - Material Credit Plant Size Variation & ASI 017 - Labor Credit Notes Credit due to the project for plant size variations and quantity changes associated with ASI 017. Negative changes will lower the overall contract price requiring no additional payment by client. Requested Amount of Change -2,213.00 -672.00 -2,885.00 The original Contract Sum was Net change by previous Change Orders The Contract Sum prior to this Change Order The Contract Sum will be changed by this Change Order The new Contract Sum including this Change Order will be The Contract Time will be changed by 262,451,00 3,704.25 266,155.25 -2,885.00 263,270.25 0 Days Client: Contractor: Date: PLANT SIZE VARIATION PRICE CHANGE 0 B w v h z to @ Bid Time: 0 Z Tree had already been prepared for digging when the ASI was issue and had to be purchased from EF Nursery. Per RFI 320, double the quantity was going to be used to account for smaller plants. :..' Net Change Labor :- Material 0 0 m w $ (244.00) 0 o P ro w 0 m m e w $ 1,351.00 $ (132.00) 8 a w (84.00) w w '(. Unit Change Labor [ Material w 8 w $ (244.00) rrd www N w 3.50 $ (16.50) 8 g 0 w www ca F` m m ro w, n m 1058 setona Loot 4 732 451 °' E E N E V E Same E N . N m ". .y ' '.4> � o a ry a O' ti o n Oi r m s 2247 v m TA u = m m B&B 2" Cal B&B 8-10' B&B 2" Cal B&B 3" Cal vu - On m CI CO m a 4" of 43 c m a 'o a a tt s. o. u a a a ti E z Acer rubrum 'Karpick' Betula nigra 'Duraheat' Chamaecyparis obtusa 'Gracillis' Cornus nutallii 'Eddies White Wonder' Fraxinus pennsylvanica 'Patmore' Ginkgo biloba 'Princeton Sentry' liriodendron tulipirefa Cornus sericea 'Kelseyi' Deschapsia cespitosa Fragaria chiloensis Gaultheria shallon Iris tenax Parthenocissus henryanna Polystichum munitum Taxus x media 'Densiformis' Vaccinium x 'Northsky' Carex stipata Fragaria chiloensis Juncus ensifolius `o E c ti w u u z -14 51/3NDISJQ N M+5.113LHJYy f1 +N N 315N13M tai i hi "3Hms3QNru'n+5-`"'""y fl+ ' N 1315 N 13M 11 - Ste Station SI 0 162 511311DISla .011r1.51331...V n+VNI31SNI3M Al -1 ff. i - 5 6 1 „ . g . - ' : 11"“" — -i .A . z,.,,i 4 E g ::,_ , . T : r1_1' i 28 a5 . A A4 aPil ..- „._, c-, i'• d.,'•f• rs r. g g E r — ! i' g p 1i6g 1i,i4e1t0., i,qYgl.','Yi IN" ",, .p : 'i V L q .'!,-q A5 n , 1 ins E - , - i . ''', . P ' IA 1 ''''6i :Oh, g78 A - r: g g 72 - 5 . i V Ile o - ,._ . ..... . ._;. . 1 ,-- ,0 1 g I I -.°- 2 3 2.8g.40 s6 COMPACT 1= 1C,(07:2:0 11111 Z A 2 1i - _ _ . . g . . r d a3e SON "'"'"°""'"'"'"" fl+¥N1315N e ¥ M ] Hn m,Ai ' . %| }/ t U »ys :i§22 ® ( -' 2 \ ] § »jƒ2 [(� § ' / ? :< }!!11 | ) ! , ( [§ƒ$|§|{)\ }\ 088680®®®® 993±8»a%65e ®® )| R2 !_„ !!]![) ||! $®®®®® 97» } 1- G 0-projects\tfs - 201704\TF551\06-CA\04-CAD\04-production\TFS51 L101 Site Plan.dwg, 3/11/2020 11:49:40 AM, DWG To PDF.pc3 s.3 '°""'"'"'""v fl +'d N 1315 N 13 M il 16I1*Ea ..... _ r gam. oi.�,;i 1� le ii 1I xDt,i� : fR: g i di tQti'ti IRRIGATION LEGEND ticISL 1.0.141 z z 0 K O 7 Plan.dwg, 3/11/2020 5;3 � s g ss HUNTER PROSa6PRS<0LVS. MP ROTATOR NOZZLES AS NOTED POINT OF CONNECTCN. GATE VALVE, WATER METER. BACKFLOW PREVENTION ASSEMBLY,. BOOSTEN PUMP ASSEMBLY. M MER VALVE, FLOW SENSOR, WILK COUPLER VALVE 8s W 3 s P. 2 t.t.IDS S S 3 - in NH T 4 4 4 4 4 4 4 S S 4 S 4 3 S g - 2 L.3 0. 2 g 2 op 2 2 a 8soo&boo ig. w e s > O a g w Q e 0 (jQ e 0 P Q e °O Ii l II: ticISL 1.0.141 z z 0 K O 7 Plan.dwg, 3/11/2020 5;3 � s g ss 8s S S S S S S S S S 3 5, eeeeea000sc.© ticISL 1.0.141 z z 0 K O 7 Plan.dwg, 3/11/2020 5;3 5.31191:3a N....F51333110.v fl+t/ N 1315 N 13 M Mil II Pill ' 11.1.500114 z z F 0 \TF551\06-CA\04-CAD\04-production\TF551 L401 Planting Plan.dwg,: 3/11/2020 5:36:34 PM, DWG To PDF.pc3 11+V N 1 1S N 13 M iillifil WiifiA ...-...,- •;, 'Mil .g g il h 0. li! .).'11 i,i0; ,i3O Iii ..,,, \ ' s 6 s t 1 A1 ..-:' ''Y: ,f'' 1,19130MLIK 2 6 g 8 :\00-projectAtts - 201704 \I -6651\06 -CA \04-CA13 \ 04 -production \TFS51 L401 Planting Plan.dwg, 3/11/2020 5:4621 PM, TUKWILA FIRE STATION 5 fl+V'N 31SNI3M Yinsaunwu•watwe, rea-nr...rreeu"ecceeuevin.r i z a z 0 [r a w cc a utw z ow 5113,10153Q rv1Y.n+u 3.ix�.v n+' N 315 N 13 M t ppp.1 f S a 1 111 i � Ao „ � 0 w cc 0 0 z_ 0 w ♦w♦� v/ w J z d 0 w J o w T U U) 0 Z z J d 0 z 1- z z 0 1- 2 'm©® fl +V N 1 31S N 13 M tg rititkMra/';' t•'1 Wil-.91111GSM• Mdifel..91VS•IVAL.u.SALTRA rid .110e 'a WOODCHIP MULCH AREA C § 6 DETAILS AND NOTES Tukwila Rs Station 51 VIM %Ohm& Pah, 11Mia. 9111/18 IONA. OnAAm MAI MAM, mAduI MOW PH WATERSHED COM P A ',SI Asa Sm. term, AAA. 0 A m , A 0 1 ' 1 M 4 tg rititkMra/';' t•'1 Wil-.91111GSM• Mdifel..91VS•IVAL.u.SALTRA rid .110e 'a WOODCHIP MULCH AREA C § 6 DETAILS AND NOTES SUNDISSQ NVEIfl *S1J3LHJltl !1 N PLANT INSTALLATION SPECIFICATIONS (7 F u,lil3sunssn•law.m.w.Sne•rIVAVMMN09.ra�azxlwur MITIGATION PLANTING INSTRUCTIONS i 39 ® = N PLANT INSTALLATION SPECIFICATIONS (7 F u,lil3sunssn•law.m.w.Sne•rIVAVMMN09.ra�azxlwur MITIGATION PLANTING INSTRUCTIONS LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881.2903 PCO #076 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila, Washington 98188 Phone: 425-885.3314 Prime Contract Potential Change Order #076: CE #138 - Change out fire sprinkler heads outside bunk rooms TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 076 / 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) 7/20 /2020 None Amount Based No ,093.27 POTENTIAL CHANGE ORDER TITLE: CE #138 - Change ou CHANGE REASON: Design Development e sprinkler heads outside bunk rooms POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #138 - Change out fire sprinkler heads outside bunk rooms Change out fire sprinkler heads outside bunk rooms to flush mount to allow for locker and bunk room door clearance. This change was approved in OAC meeting #56 dated 5/26/2020. ATTACHMENTS: PCO 076 SP,pdf_ Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 7/20/ 2020 06 :22 PM Cost Code Description Type Amount 03-001-99-- SWclures,Enclosure 8 Misc Sub -.BP038.07 Swap head style in. Bunk Alcoves Subcontractor 5 1,025.84 Subtotal: $1,025.84 Fee - Self Perform Work: 15.00% Applles to Labor, Materials, Equipment, Other, Overhead and Profit, and Unwritten Sub's(PA's. $ 0.00 Fee - GCCM: 4.50% Applles to Subcontractor, Purchase Agreements, and Project Contingency. $ 46.16 GL Insurance: 0.75% Applies to all line item types. $ 8.04 P&P Bond: 0.75% Applies to all line item types. $ 8.10 B&O Tax: = 0.47% Applies to all line item types. $:5.13 Grand Total: 51,093.27 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 7/20/ 2020 06 :22 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #076 SP Project: 30126-10 - TFS#51 - Self -Perform 17951 Southcenter Parkway Tukwila, Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #076 SP: sprinkler heads outside bunk CE #138 - Change out fire rooms TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 076 SP / 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 1 - Tukwila Fire Station #51 - Self -Perform Prime Contract Weston Blackburn (Lydig Construction, Inc. - Bellevue Off) 7/20 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: TOTAL AMOUNT: Amount Based No $1,025,84 POTENTIAL CHANGE ORDER TITLE: CE #138 - Change out fire sprinkler heads outside bunk rooms CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #138 - Change out fire sprinkler heads outside bunk rooms Change out fire sprinkler heads outside bunk rooms to flush mount to allow for locker and bunk room door clearance. This change was approved in OAC meeting #56 dated 5/26/2020. ATTACHMENTS: WO 8487Change :Out ;Heads,pdf Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 7/20/ 2020 06 :18 PM Cost Code Description Type Amount 21-001-99- - Fire Protection Sub Swap out heads Subcontractor $ 931.38 Subtotal: $931.38 Fee - SelfPerform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub'sIPA's,and. Project Contingency. $ 0.00 Fee - Sub Tier Work: 8.00% Applies to Subcontractor and Purchase Agreements. $ 74.51 GL Insurance: 0.75% Applies to all line item types. $ 7.54 P&P Bond: 0.75% Applies to all line item types. $ 7.60 B&O Tax: =0.47% Applies to all line item types. $ 4.81 Grand Total: $1,025.84 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 7/20/ 2020 06 :18 PM Emerald Fire Fire Sprinkler Specialists 11021 Cramer Road NW, Gig Harbor, Washington 98329 Ph 253.857.2056 — Fax 253.857.2312 June 2, 2020 REVISED Lydig Construction 3180 139thAve SE; Ste 110 Bellevue, WA 98005 Attention: Weston Blackburn Reference: Fire Station 51 Tukwila 17951 Southcenter Pkwy; Tukwila, WA 98188 Additional Fire Sprinkler Work — Job No. 219120 Emerald Fire performed additional fire sprinkler work at the above site that is outside our subcontracted scope of work. The cost for the above work is detailed below for your review: 1) Change Out Heads — WO 8487 • DraM down system • Change six (6) heads outside sleep room by lockers to concealer heads • Install concealer plates; fill system and check for leaks Labor 5 hours @ $74.49/hr $ 372.45 Materials $ 437.44 Sub Total $ 809.89 Markup @ 15(1/0 $ 121.49 Total $ 931.38 Emerald Fire respectively requests an additive change -order in the amount of $931.38, (nine hundred thirty-one dollars and 38/100's). If you have any questions regarding this work, please give us a call at: 253.857.2056. Sincerely, Accepted By: Kim Lundquist Date: Emerald Fire is proud to be a UA Local 699 Union Contractor and a Federally Registered Women Owned Small Business. - ire ire Sprinkler Specialist EA/ ERA FL9 8 0 M 02 I C ramer ftD., K. R N . G;K Triarbcw, 99329 253) 857-2056 ;,a:.•(: (2 531 e,5 7 -2.31.2 Locat 699 'TRAcTort 7,0MMERCUA„ dt, RESIDENTIAL INSTAL.L.AfiON SERVICE SERVICE WORK RECAP 0,11 \r,_eacks -\ Date C -e c•\,\ Job Name LA ob # 2_1°1 Service Work Order OR SUMMARY Complete Not Complete MATERIAL RECAP Sfl4 a El- • Jci ConstructIcniLt , at now dEtino hah rectir . . utFfzed This ackr o jijirra, C*nstitut vrf .1„ ( th rernalns the subcontract Lr,y to provide oue Si .1' • Fe(L'ZZi;',., p.,„=„• - A 4 LSTS E USAGE 1r DESCRIY110—N — _ .. DE CRIPTION 4:Flatbed Truck [ 70- r:i ad 3 1 — - I -1Veldin,„!, Machine ---S-- • STRUCTIQN, DESCRIPTION Drain., • •• • %, CRIFTION • 4 e'ReittC COPY DISTRIBUTION wHn-E_owNER CANARY - OFFICE LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #080 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila ; Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #080: CE #143 - #271: Elec - Video System Integration TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 080/0 Pending - In Review FROM: CONTRACT: CREATED BY: CREATED DATE: PRIME CONTRACT CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: TOTAL AMOUNT: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE Suite 110 Bellevue Washington, 98005 30125 -Tukwila Fire Station#51 - GCCM Prime Contract (18-001.1) Weston Blackburn (Lydig Construction, Inc. - Bellevue Off) 8/3 /2020 None Amount Based No $5,749.13 POTENTIAL CHANGE ORDER TITLE: CE #143 - #271: Elec - Video System Integration CHANGE REASON: Client Request POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #143 - #271: Elec - Video System Integration The RPF bid set, dated December 20, 2018, specification section 282300 — Video Surveillance outlined that CoT was utilizing Milestone as their VMS. RFI 271 requested the software license code for the existing Milestone Enterprise Software so that the new cameras could be added to the system. The response to RFI 217 outlines that CoT is using Avigilon ACC7, not Milestone. This CO captures the added time to bring back the server, load software/reconfigure for Avigilon and to order and install the new Avigilon licenses. ATTACHMENTS: PCO 080 _ Backup pdf_ Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 8/3/ 2020 09 :32 AM Cost Code Description Type Amount 26-001-99-- Electrical Subcontractor- BP 11 Change from Mileston to Avigilon Subcontractor $ 5,394.55 Subtotal: 55,394.55 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, and Unwritten Sub's/PA's. $ 0.00 Feer GCCM: 4.50% Applies to Subcontractor, Purchase Agreements, and Protect Contingency. $ 242.75 GL Insurance: 0.75% Applies to all line item types. $ 42,28 P&P Bond: 0.75% Applies to all line item types. $ 42.60 B&O Tax: = 0.47% Applies to all line item types. 9 26.95 Grand Total: $5,749.13 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 8/3/ 2020 09 :32 AM COP Subcontractor Breakdown Summary Project Name: Fire Hall 51 Tukwila COP: 21 Project No. 30126-43 Document Reference: Date: 7/31/2020 Contractor: McKinstry Contractor Ref. No. 30125-43 Description: Convergint is changing their server from Milestone to Avigilon 1. CRAFT LABOR COSTS Itemize all costs on attached COP Cost Breakdown form. Direct Labor Costs: a. crew (apprentices, journeymen, & laborers) b. foreman c. lead foreman $ DIRECT LABOR SUBTOTAL Supervision: d. direct supervision e. safety 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) b. 15% On Labor, Equipment and Small Tools ( 1, 3, & 4) 6. SUB -SUBCONTRACTORS a. Convergint $ 4,835.00 b. $ - c. $ - d. $ 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS a. NTE 8% for each sub $ 386 80 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS $ 387 00 0.00 % of 1-7 8. Bond $ 13005 8. Bond a. Bond Permit a. Permit COP 022 Convergint Server Change 5.21.2020.xlsx 1. CRAFT LABOR COSTS 2. MATERIAL COSTS $ 3. EQUIPMENT COSTS $ 4. SMALL TOOLS SUBTOTAL 1 thru 4 5. OVERHEAD & PROFIT 6. SUB -SUBCONTRACTORS $ 4,835.00 0.00 % of 1-8 9. B&O Tax $ TOTAL COST 42.00 5,394.55 Page of Issued 7/31/2020 Coa T E C /' / Making a Daily Difference May 21, 2020 450 Shattuck Ave South, Renton,Washington 98057 Phone 425-272-2250 Mobile 425-220-1183 chris.jacobson@convergint.com Mc0nstry Griffin Small 5005 Third Avenue South Seattle, Washington 98134 Project: CO - Milestone to Avigilon Tukwila Fire Department Tukwila Fire Department Station #51 444 Andover Park E Tukwilla, Washington 98188 Quotation: C]00274887[ On behalf of our thousands of global colleagues, | want to personally thank you for conioehng Convergint Technologies for this project and for providing us with the opportunity to present this proposal addressing your electronic security needs. We are confident that this proven solution is both comprehensive and customized to meet your needs today and in the years ahead. Convergint has developed a strong reputation for service excellence and is the only company recognized twice as the Systems lntegrator of the Yearby SDM Magazine. Most recently, Convergint was ranked the 4th largest global systems integrator. This recognition is, in part, a reflection of the strong relationships Convergint has developed with the industry's top technology manufacturers. Convergint Technologies has a strong history of success with similar solutions provided to other clients and would be happy to provide these references upon request. Our guiding principal has always been to be a customer -focused and service -based company, supported by dedicated and certified professionals who strive to make a daily difference. Our vision of becoming our customers' best service provider is what drives everything we do. After achieving a successful on- time and on -budget project installation, Convergint will provide you with the industry's best on-going service. This service includes our 24/7 customer portal (iCare), designed to track service work orders, project progress, and provide you with detailed metric reporting for continuous improvement. The following security proposal is specifically designed to meet your needs. As your single point of contact, please feel free to contact me with any additional questions you may have. Thank you again for considering Convergint Technologies as your partner for your electronic security needs. LitilITED STATES * CANADA * ASIA PACIFIC * EUROPE -MiTTXS,' Scope of Work Milestone system as outlined in the RPF bid setdated December 20, 2018, specification section 282300 — Video Surveillance outlined the customer was utilizing Milestone as their VMS. The system the customer is using 15 Avigilon ACC7. This CO captures the added time to bring back the server, load software/reconfigure for Avigilon and to order and install the new Avigilon licenses. The labor costs also capture the prevailing wage rate. The proposal assumes there are no Use Tax requirements. Materials Line --Qty.~~��l�Part 588.20 Description ^ `Unit Price Total Price 1 Licensi,g-CREDIT 2 '10.00 MCPR- YXPECL One ��r[a�Pmmiumfor KPm��E��phse Device License g13/0 :-130.00 3 -10.00 MIL-XPECL XPROTECT ENTERPRISE CAMERA LICENSE $168^46 5-1,684.60 4 Licensing ADD 5 10.00 ACC7-ENT ACC 7 Enterprise Edition camera icense g240.28 g2,402.80 Equipment Tote$ 588.20 Program Manager $ 0.00 • IT Services 5 0.00 pre -Engineering project mortagemerltifg 1,335.40 Field Specialist 1,682.52 Engilleering/Design/Tecnnl.cal Services Group $ 267.44 Drafting/CAkD Drawings$ 0.00 Costfitetita $Other 0.00Freight, Striall Tools & Use Tax �O.00 Project Price $Total 4,835.00 Clarifications and Exclusion 1. All work proposed herein, shall be performed during normal business hours Monday through Friday 8:00 am 5:00 pm. 2. Low voltage wiring shall be installed via open air code approved methods. 3. Provision or installation of conduit, wire, boxes, fittings or other electrical installation materials unless specifically Iisted under Inclusions or Bill of Materials. 4. Permits or associated fees are not included. S. Customer to provide static IP addresses and network connections at panel locations. G. Customer to provide a secured staging & storage area for project related materials. 7. Pricing assumes that electronic Auto CAD files are available from customer for our use in creating submittal drawings. 8. Twenty -Five percent (25%) of the proposed sell price shall be payable to Convergint Technologies for project mobilization. Mobilization shall be invoiced and due upon customer acceptance of this proposal. 9. Proposal does not include sales tax unless otherwise noted. 10. Anything in the Contract Documents notwithstanding, in no event shall either Contractor or Subcontractor be liable for special, indirect, incidental or consequential damages, including commercial loss, loss ofuse, orlost profits,even ifeither partyhas been advised ofthe possibility osuch � damages. 11. Convergint Technologies reserves the right to negotiate mutually acceptable contract terms and conditions with customer by making mutually agreeable changes to the formal contract included in the Bid Documents. ' FRRIVA061% Performance Items Items included Floor plan with device placement and numbering (requires customer CAD) Material (Iisted in the BOM) One -Year Warranty on Parts Owner Training Record Documentation (As-Bulit) Submittal Drawings System Programming Installation ofVideo Recorders (DVB/WVR One -Year Warranty on Labor Owner to Provide Static IP Addresses Project Management Servers by Convergint System Meets Plans/Drawings Testing of all Proposed Devices Items 120 VAC Power and Fused Disconnect Switch Additional Lighting Requirementfor Cameras Attend General Contractor Project Meetings Authority having Jurisdiction permit drawing (requires customer CAD) Ceiling Tiles and Ceiling Grid Repairs Correction of Wiring Faults Caused by Others Electrical Installation Permit Engineering and Drawings FA Permit and PIan Review Fees Fire Watch Freight (prepaid) Installation of Bridle Rings Installation of Conduit, Boxes and Fittings Installation of Control Panels Installation of Intrusion Panels Installation of Network Cabling to Card Readers lnstaflation of Network Cabling to IP lntercoms Installation of Terminal Cabinets lnstaltation of Wire Hangars Loading Software on Customer Provided Computer Mounting/Termination of Proposed Devices Operations & Maintenance Manuals Panel Wall Elevation drawing (may require customer CAD) Patch and Paint Riser drawing with home run wiring Specialty Backboxes System 15 Design-BuiId Termination of Control Equipment Enclosures Wire Workstations by Others Excluded 120 VAC Power Receptacles Applicable Taxe Attend Owner ProjecMeetings Cable Connection to Building Fire Alarm Panel Door wiring typical connections Electrified Door Locking Hardware Equipment rack layout drawing Fire Stopping (Excludes Existing Penetrations) Floor Coverings for Lifts Horizontal Core DriIling Installation of CCTV Cameras Installation of Control Equipment Enclosures Installation of Intercom Systems Installation of Low Voltage Wire Installation of Network Cabling to IP Cameras Installation ofSpecialty Backboxes lnstallation of Wire and Cable Lifts Low Voltage Permits On -Site Lockable Storage Facility Owner to Provide DHCP Lease Reservations for Network Connected Devices Panel wiring point with to point connections Payment & Performance Bonds Servers by Others System Engineering Terminal Cabinets Vertical Core Drilling �1177,1% Total Project Investment: $ 4,835.00 Thank you for considering Convergint Technologies for your Security needs. If you have any questions or would like additional information, please don't hesitate to contact me immediately. If you would like to proceed with the scope of work as outlined in this proposal, please sign below and return to my attention. ConventTechno}o8ies Chris Jacobson By signingbepvv accept this proposal and agree to the and Conditions contained herein Customer Name (Printed) Date Authorized Signature Title Page 5 of 5 LYNG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 REMOVED Apr 22 2020 WEINSTEIN A+U LLC RFI #271 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Elec - Video System Integration TO: Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) Emma Nowinski (Weinstein A+U) DATE INITIATED: 04/21/2020 LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: TBD DRAWING NUMBER: LINKED DRAWINGS: RECEIVED FROM: COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Kiel Lunsford (Lydig Construction, Inc. - Bellevue Off), Emma Nowinski (Weinstein A+U), Tom Pitman (Lydig Construction, Inc. - Bellevue Off), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. - Bellevue Off), Thayer Wild (Weinstein A+U) 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 04/28/2020 TBD 28 23 00 - Video Surveillance System Question from David White (Lydig Construction, Inc. - Bellevue Of) at 03:48 PM on 04/21/2020 The following information is needed for McKinstry and Convergint to add new cameras to the security system. Please provide the Milestone Software License Code ("SLC") for existing Milestone Enterprise Software. This is required for new cameras to be added to the system. Attachments: RFI 271 - Video S_ystem Integration.pdf Awaiting an Official Response All Replies: Per email correspondence between Lydig and WAU on 5/18/20 and COT -IT email confirmation on 5/20/20: The city uses ACC (Avigilon Control Center) 7, Enterprise edition. Convergint will connect the new cameras via the internet to the City of Tukwila's existing central Avigilon server located at the Minkler shops. Convergint will provide the required camera licenses, but will not need to install any other software or hardware at the server location. City of Tukwila's Avigilon customer Account number is: 3005394. -Thayer W. WAU. 5/20/20 BY Lydig Construction, Inc. DATE COPIES TO Page 1 of 1 Printed On: 04/21/2020 03:48 PM IIStrY rem PROJECT NAME: REQUEST FOR INFORMATION Tukwila Fire Station 51 ATTENTION: David White SUBJECT: Convergint RFI #2 AT Lydig GC RFI #: McK RFI #: 049 GC JOB #: McK JOB #: 117599-001 REF.DWG/SPEC: Convergint needs information on the Milestone Software License Code ("SLC") for existing Milestone Enterprise Software. This is required for them to add new cameras to the system. Please advise. REPLY REQD BY: 4/21/2020 ORIGINATED BY: Griffin Small SUBMITTED BY: Griffin Small TRADE: Electrical POTENTIAL SCHEDULE IMPACT: Days DATE: 4/14/2020 ROM COST: UnKnown ARCHITECT/ENGINEER RESPONSE DRAWINGS ATTACHED: RESPONSE BY: DATE: IN-HOUSE cc: 2 Electrical 2 Plpintsing Detailing O Piping Detailing 0 FP Detailing CI Sheet Metal 0 O SM Detailing 0 O Fire Protection SUB cc: 0 Controls Ei Insulation Co E Making a Daily Difference Convergint Technoloies LLC 450 Shattuck Avenue South Suite 100 Renton, WA 98057 Telephone: (425) 272-2250 Fax: (425) 251-0949 wvwv.cvnvergiocnom Request for Information Date: 04/14/2020 Project Name: Tukwila Fire Station Subject: Video system integration Attn: Griffin SmaII Requestor: David Charboneau RFI Number: 2 Project Number: 301SNJ0431 Drawing or Spec Section Referenced: 282300 Phone/Fax: 206-591 1185 Response Required Prior To: 04/30/2020 Description: Please provide the Milestone Software License Code (SLC') for existing Milestone Enterprise Software. This is required for us to add new cameras to the system. Cost lmpac , Schedule Impact or Confirming Only: SLC needed minimum o week prior to install. Recommendation: Response: Signed: Date: USA: Atlanta Austin Chicago^oc^Dallas ^ Denver ^ Houston ` Los Angeles ^ Minneapolis Nashville • New Orleans• Portland Richmond • San Francisco • Seattle • CANADA: Calgary ^ Edmonton ^Ft. McMurray ^ Lethbridge ~Vancouver LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #081 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila, Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #081: CE #144 - #159: Elec - Fused Disconnect Switch at Portable Generator Plug TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 081 / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: Pending - In Review FIELD CHANGE: No LOCATION: SCHEDULE IMPACT: FROM: CONTRACT: CREATED BY: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 30125 - Tukwila Fire Station #51 - GCCM Prime Contract (18-001.1) Weston Blackburn (Lydig Construction, Inc. - Bellevue Off) CREATED DATE: 8/3 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: TOTAL AMOUNT: Amount Based No $4,797.91 POTENTIAL CHANGE ORDER TITLE: CE #144 - #159: Elec - Fused Disconnect Switch at Portable Generator Plug CHANGE REASON: Client Request POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #144 - #159: Elec - Fused Disconnect Switch at Portable Generator Plug Per permit drawing comments from a City of Tukwila electrical inspector, an 800A Fused Disconnect Switch is required and will need to be added at the portable generator plug. RFI 159 was submitted to confirm this direction, stating that adding a fused disconnect will require an additional enclosure on the north wall of the building, as the current portable generator camlock enclosure was not shown to be fused on the contract drawings. In lieu of adding an additional enclosure on the exterior of the building, the RFI response indicated that a different "portable generator plug enclosure can come with an integral 800A fuse at the load side". McKinstry exchanged the non-fused docking station with a docking station with an integral 800A fuse. ATTACHMENTS: PCO 081 - Backuppdf Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 8/3/ 2020 10 :10 AM Cost Code Description Type Amount 1 26-001-99-- Electrical Subcontractor- BP 11 Change to 800A Fused Docking Station Subcontractor $ 4,502.00 Subtotal: $4,502.00 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. $ 202.59 GL Insurance: 0,75% Applies to all line Item types, $ 35.28 P&P Bond: 0.75%. Appliesto all line item types. 5 35.55 B&O Tax: = 0.47% Appliesto all line item types. $ 22.49 Grand Total: 54,797.91 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 8/3/ 2020 10 :10 AM COP Subcontractor Breakdown Summary Project Name: Fire Hall 51 Tukwila Project No. 30125-43 Document Reference: Contractor: McKinstry COP: 20 Date: 7/31/2020 Contractor Ref. No. 30125-43 Description: Ptrr REI 159 resjoortse, McKinstry was instructed to order a 800A integral fused docking station with discontrect means instead of a non-fused doccking station with no disconnect means. 1. CRAFT LABOR COSTS Itemize all costs on attached COP Cost areakdovvrt forrri. Direct Labor Costs: a. crew (apprentices, journeymen, & laborers) b. foreman c. lead foreman $ DIRECT LABOR SUBTOTAL Supervision: d. direct supervision e. safety 2. MATERIAL COSTS (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) b. 15% On Labor, Equipment and Small Tools ( 1, 3, & 4) 6. SUB -SUBCONTRACTORS a. b. c. d. 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS a. NTE 6% for each sub 8. Bond a. Bond Permit a. Permit 0.00 % of 1-7 (3,393.00) 7,895.00 1. CRAFT LABOR COSTS 2. MATERIAL COSTS $ 4,502.00 3. EQUIPMENT COSTS $ - 4. SMALL TOOLS SUBTOTAL 1 thru 4 4,502.00 5. OVERHEAD & PROFIT 6. SUB -SUBCONTRACTORS $ - 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS $ - 8. Bond 0.00 % of 1-8 $ - 9. B&O Tax TOTAL COST 4,502.00 REV 1 COP 011 Fused Docking Station Change 5.6.2020.xlsx Page of Issued 7/31/2020 Cummins 1030 SW 34th St, Suite A Renton, Washington, 98057 Project: Tukwila Fire Station 51 Change Order No: McKinstry Company (Seattle) 5005 Third Ave South Seattle, Washington, 98134 Item � Imz,�' °,*'~'' ' ' � ' Qty/ 1 - AC20745Am1 mmmWILA FIRE STATION sm800A Non -Fused Docking Station -1 2 SW21562AB1 TUKWILA FIRE STATION 51 800A Fused Docking Station 1 enclosure Grand Total: Total Does Not Include Sales Tax Cummins Terms & Conditions NOTES This change order is to show the cost difference between the non-fused docking station and the fused docking station INTERNATIONAL BUILDING CODE (I The products in this quotation identified as meeting the requirements of the 2009 IBC have been certified by their respective manufactures via a combination of analytical testing and shaker table testing. Not all products have been shaker table tested. OFFICE OF STATEWIDE HEALTH PLANNG AND DEVELOPMENT (OSHPD) OSHPD seismic requirementsanecnnunumomevo|ve.p|eosrcontactcumnmnsmrcoemostcurren requirements for meeting OSHPD applications. SELECTIVE COORDINATION FOR NATIONAL ELECTRIC CODE (NEC) ARTICLE 700 AND 701 LOADS Cummins generators are equippedwiththema ufacturers recommended circuit breaker. lnformation regarding this device can be supplied upon request. This quotation is not valid if any changes to this circuit breaker(s) is required to coordinate with other devices in the electrical distribution system. If changes are required, the customer must provide a copy of the coordination study listing the manufacturers part number of the disconnect device to be supplied with the generator and a revised quotation will be issued TRANSFER SWITCH WITI-ISTAND AND CLOSE RATINGS Transfer switch(es), if included in this quotation, require a withstand and closing rating (WCR) capable of meeting the available upstream fault current(kA|C) The WCR may be based on a specificbreaker d time -based rating, and it is the responsibility of a qualified facility designer or engineer to verify compatibility. In the event that the proposed traes) are not compatible, the transfer switch(es) will need to be re -quoted to ensure compatibility. A full listing of the WCR can be provided upon request and will be included as part of the submittal package. LEAD TIME subnittals Typical submittal lead time is 2 weeks after receipt of purchase order Equipment Current lead-time is xx-xx weeks after submittal approval and release for production. CUMMINS STANDARD EXCLUSIONS Page 1 of 7 LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RIECEDWED Jan 16 2020 WEINSTEIN A+U LLC RFI #159 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Elec - Fused Disconnect Switch at Portable Generator Plug TO: Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) Emma Nowinski (Weinstein A+U) DATE INITIATED: 01/15/2020 LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: TBD DRAWING NUMBER: E100 LINKED DRAWINGS: FROM: David White (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 STATUS: Open DUE DATE: 01/22/2020 COST CODE: SCHEDULE IMPACT: TBD SPEC SECTION: REFERENCE: RECEIVED FROM: Griffin Small (MCKINSTRY CO.) COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Kiel Lunsford (Lydig Construction, Inc. - Bellevue Off), Emma Nowinski (Weinstein A+U), Tom Pitman (Lydig Construction, Inc. - Bellevue Off), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. - Bellevue Off), Thayer Wild (Weinstein A+U) Question from David White (Lydig Construction, Inc. - Bellevue Of) at 07:16 PM on 01/15/2020 Confirmation of the proposed 800A Fused Disconnect Switch is needed. Per permit drawing comments from a City of Tukwila electrical inspector, an 800A Fused Disconnect Switch is required and will need to be added at the portable generator plug. This will require an additional enclosure on the north wall of the building, as the current portable generator camlock enclosure was not shown to be fused on the contract drawings. Please see attached for more information. Please advise if the attached 800A Fused Disconnect Switch is acceptable. Attachments: RFI 159 - Fused Disconnect Switch at Portable Generator Plu .pdf Awaiting an Official Response All Replies: The extra 800A fused disconnect switch will not be needed since the portable generator plug enclosure can come with an integral 800A fuse at the load side. This approach is accepted by City Electrical Inspector Jim Benner. Refer to aftached catalog outshoot for reference. Rocxy Juan - TFVVB Engineers 2-5-2020 BY Lydig Construction, Inc. DATE COPIES TO Page 1 of 1 Printed On: 01/15/2020 07:16 PM nstry ur Building PROJECT NAME: REQUEST FOR INFORMATION Tukwila Fire Station 51 ATTENTION: David White AT Lydig SUBJECT: Added 800A Disconnect to Generator McK RFI #' 025 GC JOB #: McK JOB # : 117599-001 REF.DWG/SPEC: E100 After having a review by a Iocal Tukwila Electrical lnspector, it has been determined that an 800A Fused Disconnect must be added to the generator system for OCP of the unfused conductors- the camlock connection box is not fused. This will have a cost impact on this system- pricing to follow. REPLY REQD BY: 1/20/2020 ORIGINATED BY: Mark Palmer SUBMITTED BY: Griffin Small TRADE: Electrical POTENTIAL SCHEDULE IMPACT: Days DATE: 1/13/2020 ROM COST: UnKnown ARCHITECT/ENGINEER RESPONSE Au DRAWINGS ATTACHED: RESPONSE BY: DATE: IN-HOUSE cc: O slecmcal E Plumbing Detailing O Piping O Piping Detailing 0 SheeMetal 0 SM Detailing O Fire Protectio 0 SUB cc: O Controls O Insulation 0 0 O 11+VN13.15N13M I Tukwila FIr Station 51 17031 0.J Agp. Deal bY IP' , I1,1liql I II ! !I WI: . sow.c4ornoe 9 g )z( 66c5erlo@COODN (14'3, 'AO 15 1151sil 3 II i„ 11 IACI) Oil EF. 9A4 P,A 9,3 gi 41i gil 41 He Du Safe S ches 26 32 1 Submittal Added 800A Disconnect System Ampere Rating Indoor — Type 1 Outdoor — Type 12 18 23 47 91.1 95.6 365 385 Horsepower Rating® 3R 240V AC 250 Volt DC Catalog Number Ship Wt. (lbs.) Std. Pkg Catalog Number Ship Wt: (lbs.) Std. Pkg 1 -Phase, 2 -Wire 2 -Phase, 4 -Wire 3 -Phase, 3 -Wire Std. Max. Std. Max. Std. Max: Std. 240 Volt Fusible® 2 -Pole, 2 -Fuse, and Solid Neutral® (Also used for 2 -Pole, 2 -Wire Applications) 240 Volt AC/250 Volt DC I 30 60 30 60 100 200 400 600 800 1200 HF221N HF222N HF223N HF224N HF225NA HF226NA HF227N HF228N■ 12 18 23 47 91.1 95.6 365 385 HF221NR HF222NR HF223NR HF224NR HF225NRA HF226NRA HF227NR HF228NR• 13 19 24 48 91.1 95.6 365 385 1(1 3 7/ 15 15 15 — — 3 10 15 - — — — — — — — — — — — — — - — — 3 TA 15 25 50 75 100 100 7K 15 30 60 125 200 250 250 5 10 20 40 50 50 50 50 3•Pole, 3 -Fuse, and Solid Neut (Also used for 3 -Pole, 3 -Wire Applications) 24 Volt AC/250'Volt DC 240 Volt Fusible® 2 -Pole, 2 -Fuse® 240 Volt AC/250 Volt DC 30 60 HF321N HF322N 14 19 HF321NR HF322NR 15 20 1h 3 3 10 — — — — 3 7h 7% 15 5 10 l ' I 13 100 HF323N 25 HF323NR 26 7% 15 — — 15 30 20 19 HF222J 200 HF324N 49 HF324NR 50 15 — — — 25 60 40 HF223J 24 400 HF325NA 94.6 HF325NRA 94.6 15 — — — 50 125 50 48 15 600 HF326NA 99.6 HF326NRA 99.6 15 — — — 75 200 50 800 HF327N 375 HF327NR 375 — — — — 100 250 50 1200 HF328N 395 HF328NR 388 — — — — 100 250 50 240 Volt Fusible® 2 -Pole, 2 -Fuse® 240 Volt AC/250 Volt DC 3 -Pole, 3 -Fuse® (Also used for 2 -Pole, 2 -Wire Applications in 400-800A Ratings) 240 Volt AC/250 Volt DC I 1 I r 30 60 100 200 400 400 600 600 800 Type 4/4X Stainless® Type 12 Industrial! HF321J HF322J HF323J HF324J HF325JA HF326JA — HF327J11 14 20 25 49 93 98 — 365 1% 3 7% 15 15 15 15 15 — 3 10 15 - — — — — — — - — — — — — - — — — 3 T/, 15 25 50 50 75 75 100 7% 15 30 60 125 125 200 200 250 30 HF221S 13 HF221J 13 1f 3 — — 3 7% 5 60 HF222S 19 HF222J 19 3 10 — — 7Y 15 10 100 HF223S 24 HF223J 24 7h 15 — — 15 30 20 200 HF224S 48 HF224J 48 15 — — 25 60 40 3 -Pole, 3 -Fuse® (Also used for 2 -Pole, 2 -Wire Applications in 400-800A Ratings) 240 Volt AC/250 Volt DC I 1 I r 30 60 100 200 400 400 600 600 800 HF321S HF322S HF323S HF324S HF325SA HF325SSA HF326SA HF326SSA HF327S■ 14 20 25 49 93 93 98 98 370 HF321J HF322J HF323J HF324J HF325JA HF326JA — HF327J11 14 20 25 49 93 98 — 365 1% 3 7% 15 15 15 15 15 — 3 10 15 - — — — — — — - — — — — — - — — — 3 T/, 15 25 50 50 75 75 100 7% 15 30 60 125 125 200 200 250 — 10 20 40 50 50 50 50 50 ■ Built to order. Allow 3-5 weeks for delivery. 0 Height reduced switch (45.25 rather than 56 inches in height) for use with 500MCM or smaller conductors. O' Dual horsepower ratings: Std.- applies when non -time delay fuses are installed. Max.- applies when time - delay fuses are installed. OThese switches are UL -listed for application on grounded B-phasesystems and are suitable for 3-phase motor applications. °When a neutral is required use a field installed neutral kit. °Suitable for use as service entrance equipment. °Also rated Type 3S/3R. 0304 grade stainless steel. For switches with enclosures constructed from 316 grade stainless steel, see page 4-16. Siemens Industry, Inc. SPEEDFAXTM 2017 Product Catalog Product Category HDSS --"0—°,-----"v n +V N1315 N 13 M Connection Cabinets FFCC C2 Series Foxfab POWER SOLUTIONS The FFCC-C2 Series Connection Cabinets offer quick connection to a mobile generator (inlet) or load bank (outlet). They can be penetrated from the back or top to allow for facility wiring. These units are equipped with a manual transfer switch enabling switching to a mobile generator or load bank. Units can also be specified with a rotary disconnect. Units come complete with colour coded camlock receptacles allowing for easy connection. Assemblies are available with up to 1200A mains and are certified to cULus standards. ‘– • Door c/w 3 Pt. SS Pad -Lockable Handle Max Ratings • 1200A • 600VAC —• 5052 Aluminum Construction • Type 3R Weatherproof Enclosure • Fully Welded Construction • Wall -Mount Design • Certified to cULus Standards • Manual Transfer Switch or Rotary Disconnect Dead Front Cover —• Colour Coded Camlock Receptacles • Standard Mechanical Lugs Kit • Angled Camlock Plate for Secure Connection • Bottom Cable Access Door • Stainless Steel Hinges with Removable Pins Dimensions • 30"H x 24"W x 12"D (100A - 200A) Rev 2.0 Foxfab Power Solutions Head Office: 2579 188 St, Surrey, BC Canada, V3Z 2A1 Toll Free: (877) 468-0305 Email: sales@foxfab.com Connection FFCC C2 Series Foxfab POWER SOLUTIONS One- ine Diagram PERMANENT GENERATOR FFCC-C2 CONNECTION CABINET LOAD BANK J L MTS CONFIG. 1 Applica FACILITY PERMANENT GENERATOR FFCC-C2 CONNECTION CABINET r---_-- PORTABLE GENERATOR FACILITY MTS CONFIG. 2 PORTABLE GENERATOR FFCC-C2 CONNECTION CABINET FACILITY DISCONNECT CONFIG. unurYPMER OAC Rev 2.0 Foxfab Power Solutions Head Office: 2579 188 St, Surrey, BC Canada, V3Z 2A1 Toll Free: (877) 468-0305 E ail: sales@foxfab.com Connection Cabinets FFCC C2 Series Product Foxfab POWER SOLUTIONS Denotes integral fuse at lead side. TYPE'-:... T = MANUAL TRANSFER SWITCH D= ROTARY DISCONNECT CONNECTION G = PORTABLE GENERATOR (INLET) L = LOAD BANK (OUTLET) USA' Ul 1 VOLTAGE 20/240V (1PH + N + G) U2 = 240V (3PH + G) U3 = 208Y/120V ( PH+N+G) U4 = 480Y/277V (3PH + N + G) 1006 COLOUR GUIDE A s:. B C s'.N ) G. WHT WHT YEL' WHT ENCLOSURE CONSTRUCTION.. AW = 5052 ALUMINUM 304 = 304 STAINLESS STEE 316 = 316 STAINLESS STEEL ACCESSORIES AXX = 400A CAMLOCK CABLE SET (XX = FT) AA = CAMLOCK SNAP COVERS VOLTAGE CA LOCK COLOUR GUIDE AE = KEY INTERLOCK AF = TERMINAL STRIP AG = PHASE SEQUENCE MONITOR AH = POWER METER Al = MICRO -SWITCH C1 = 120/240V (1PH + N + G) ���; :. -®ye;<. (1) 300 - 800 MCM, (1)#2/0 GND 400A (2)#6 AWG-.250MCM, (2) 82 GND (1)#4 AWG - 600MCM,.(1)#1/0 GND (1) 300 C3=208Y/120V(3PH+N+G)E 600A (2)#6 AWG - 250MCM, (2)#2 GND (2)#4 AWG - 600MCM, (2)#1/0 GND (1) 300 C4=600Y/347V(3PH+N+G)a:. 600A (3)#4 AWG - 600MCM, (3)#1/0 GND (2) 300 - 800 MCM, (2)#2/0 GND (2) 500 C5=600V(3PH+G) a�w3e ;. (3) 300 - 800 MCM, (3)#2/0 GND 'sF ENCLOSURE CONSTRUCTION.. AW = 5052 ALUMINUM 304 = 304 STAINLESS STEE 316 = 316 STAINLESS STEEL ACCESSORIES AXX = 400A CAMLOCK CABLE SET (XX = FT) AA = CAMLOCK SNAP COVERS AB = CUSTOM POWDER COAT COLOUR AC = HEATER W/ STAT AD = GEC! RECEPTACLE AE = KEY INTERLOCK AF = TERMINAL STRIP AG = PHASE SEQUENCE MONITOR AH = POWER METER Al = MICRO -SWITCH A1= LEG STAND SET BLANK =NONE LUG CONFIGURATIONS (PER POLE) AMPS OPTION LA OPTION LB :.OPTION LC 100A (1)#6 AWG - 250MCM, (1)#2 GND (1)#4 AWG - 600MCM, (1) 51/0 GND (1) 300 - 800 MCM, (1) 52/0 GND 200A (1)#6 AWG - 2S0MCM, (1)#2 GND (1)#4 -AWG- 600MCM, (1) 51/0 GND (1) 300 - 800 MCM, (1)#2/0 GND 400A (2)#6 AWG-.250MCM, (2) 82 GND (1)#4 AWG - 600MCM,.(1)#1/0 GND (1) 300 - 800 MCM, (1)#2/0 GND 600A (2)#6 AWG - 250MCM, (2)#2 GND (2)#4 AWG - 600MCM, (2)#1/0 GND (1) 300 - 800 MCM,. (1)52/0 GND 600A (3)#4 AWG - 600MCM, (3)#1/0 GND (2) 300 - 800 MCM, (2)#2/0 GND (2) 500 - 1000 MCM, (2)52/0 GNI) 1200A (4)#4 AWG - 600MCM, (4)51/0 GND (3) 300 - 800 MCM, (3)#2/0 GND (3) 500 - 1000 MCM, (3)#2/0 GND ..FOR CUSTOM LUG SIZES, SPECT WHEN PLACING ORDER Rev 2.0 Foxfab r Solutions Head ffi : 2579 188 St, Surrey, BC Canada, V3Z 2A1 To Free: (877) 468-0305 Email: sales@foxfab.com LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425)881-2903 PCO #082 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #082: CE #145 - #292: Elec - Alerting Count Down Clock TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 082 / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: Pending In Review FROM: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 CONTRACT: 30125 - Tukwila Fire Station #51 - GCCM Prime Contract (18-001.1) CREATED BY: Weston Blackburn (Lydig Construction, Inc. - Bellevue Off) CREATED DATE: 8/3 /2020 PRIME CONTRACT None CHANGE ORDER: FIELD CHANGE: No LOCATION: ACCOUNTING Amount Based METHOD: SCHEDULE IMPACT: PAID IN FULL: No TOTAL AMOUNT: $10,298.23 POTENTIAL CHANGE ORDER TITLE: CE #145 - #292: Elec - Alerting Count Down Clock CHANGE REASON: Client Request POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract /s Changed As Follows) CE #145 - #292: Elec - Alerting Count Down Clock 1. Relocate fire pole from existing TFS 51 and install in App Bay. 1. Core drill, set/grout, install unistrut to structure, install pipe fitting for pole attachment to unistrut supports. 2. Countdown clock, custom mounting detail, power/low voltage installation to comm room. ATTACHMENTS: PCO 082,= Backup.pdf_ Lydig Construction, Inc. page 1 of 2 Printed On: 8/3/ 2020 02 :31 PM Cost Code Description Type Amount 03-001-99- - Structures, Enclosure & Misc Sub -BP 03&07 Install fire pole Subcontractor $ 2,244.77 2 26-001-99-- ElectrcalSubcontractor- BP 11 supply/install countdown timer Subcontractor $ 7,418.31 Subtotal: $9,663.08 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 Protect Contingency. $ 434.84 GL Insurance: 0.75% Applies to all line Item types. 9 75.73 P&P Bond: 0.75% Applies to all lineitem types. $ 76.30 B&O Tax: = 0.47% Applies to all line item types. 9 48.28 Grand Total: .$10,298.23 Lydig Construction, Inc. page 1 of 2 Printed On: 8/3/ 2020 02 :31 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #082 SP Project: 30126-10 - TFS#51 - Self -Perform 17951 Southcenter Parkway Tukwila, Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order Alerting Count #082 SP: CE #146 - RFI #292: Elec - Down Clock TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 082 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 #51 - Self -Perform Prime Contract CREATED BY: Weston Blackburn (Lydig Construction, Inc. - Bellevue Off) CREATED DATE: 8/3 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: Amount Based No TOTAL AMOUNT: $2,244.77 POTENTIAL CHANGE ORDER TITLE: CE #146 - RFI #292: Elec - Alerting Count Down Clock CHANGE REASON: Client Request POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #146 - RFI #292: Elec - Alerting Count Down Clock Removal of fire pole from existing TFS 51 and installation in the App Bay of the new TFS 51. ATTACHMENTS: Self Perform _ PCO 082 SP Breakdown LCI.pdf_ # Cost Code Description Type Amount 1 05--005.01-- Misc. Steel Install pole and supports Labor "$ 1,754.00 2 05--005-01- - Misc. Steel Unistrut/MountingCollar Materials $ 150.00 Subtotal: $1,914.00 Fee - Self Perform Work: 15.00 % Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. $ 287.11 Fee - Sub Tier Work: 8.00% Applies to Subcontractor and Purchase Agreements. $ 0.00 GL Insurance: 0.75% Applies to all line item types. $ 16.51 P&P Bond: 0.75% Applies to all line item types. $ 16.63 B&O Tax: = 0.47% Applies to all line item types. $ 10.52 Grand Total: $2,244.77 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 8/3/ 2020 02 :01 PM COP Subcontractor Breakdown Summary Project Name: Tukwila Fire Station #51 Project No. 30126 Contractor: Lydig Document Reference: Description: RFI 292: Alerting Countdown Clock and Fire Pole Installation PCO: 082 SP Date: Contractor Ref. No. 1. CRAFT LABOR COSTS Itemize all costs an attached COP Cost Breakdown form. Direct Labor Costs: a. crew (apprentices, journeymen, & laborers) $ 1,764.00 b. foreman $ - c. lead foreman $ DIRECT LABOR SUBTOTAL $ 1,764.00 Supervision: d. direct supervision e. safety 2. MATERIAL COSTS a. material costs b. freight costs (itemize) 3. EQUIPMENT COSTS a. owned equipment (per spec approved source) b. rental equipment (per invoices attached) 4. SMALL TOOLS a. small tools 150.00 $ _ $ 5. OVERHEAD & PROFIT a. 15% on Materials (2) $ 22.50 b. 15% On Labor, Equipment and Small Tools (1,3, & 4) $ 264.60 6. SUB -SUBCONTRACTORS a. b. c. d. 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS a. NTE 8% for each sub 8. Insurance a. Insurance 9. Bond a. Bond 10. B&O Tax a. B&O Tax 0.75 % of 1-7 0.75 % of 1-7 0.47 % of 1-8 $ $ $ $ _ 1. CRAFT LABOR COSTS $ 1764.00 2. MATERIAL COSTS $ 150.00 3. EQUIPMENT COSTS $ 4. SMALL TOOLS $ SUBTOTAL 1 thru 4 1 914• 00 5. OVERHEAD & PROFIT $ 287.10 6. SUB -SUBCONTRACTORS $ 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS $ - 16.51 16.63 10.52 Self Perform Template - PCO Breakdown LCI.xlsx Page of 8. Bond $ 8. Bond $ 9. B&O Tax $ TOTAL COST 16.51 16.63 10.52 2244.77 Issued 8/3/2020 COP Cost Breakdown Tukwila Fire Station #51 E • z 2 • ig e", o q q In 40400414404140740074174144170744407414» 111111011111111111 070>0)0)4007074t. 11111e 4/ 441440 e 111 tn. 4440414 8 .1 • CT *t..1 E cr w Cost V). VT I 414 Ilit11.1111 VI in tel tn. V1 .u, 1. in it tn. 1.11 VT I ill• v, Material Cost s - cD . tn 111 in VT /111111111111i In V} in 11111.11 In 8 IA VT .t. Unit Amt Labor 0 1,, • l.) Vn V, ,44» 447070)400>417077407440>vn .0, in tn. t4 in in . 3 N., total hrs 20.00 0 >, N - Od . CO 0 = VI. Description Labor (Carpenter) Materials (unistrut/pipe fitting) 4 Work Issued 8/3/2020 Self Perform Template - PCO Breakdown LCI.xlsx COP Subcontractor Breakdown Summary Project Name: Fire Hall 51 Tukwila Project No. 30125-43 Document Reference: Contractor: McKiristry Description: Install Added Countdown Clock COP: 13 Date: 7/31/2020 Contractor Ref. No. 30125.43 1. CRAFT LABOR COSTS itetnize all costs on attached COP Cost Breakdown form. Direct Labor Costs: a. crew (apprentices, journeymen, & laborers) $ 2,887A5 b. foreman c. lead foreman $ - DIRECT LABOR SUBTOTAL $ 2,887.45 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) 491,62 $ - $ 386.03 6. SUB -SUBCONTRACTORS a. JAYMARC AV $ 588.00 b. $ - c. $ d. - 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS a. NTE 6% for each sub $ 35.28 8. Bond a. Bond 9. Permit a. Permit 0.00 % of 1-7 0.00 % of 1-8 1. CRAFT LABOR COSTS $ 2,887.45 2. MATERIAL COSTS $ 2,573.55 3. EQUIPMENT COSTS $ 390.00 4. SMALL TOOLS SUBTOTAL 1 thru 4 5,851.00 5. OVERHEAD & PROFIT $ 877.65 6. SUB -SUBCONTRACTORS $ 588.00 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS $ 35.00 168.22 REV 4 COP Request Log COR 013 Added Time Clock 7.31.2020.xisx Page of 8. Bond $ 168.00 9. B&O Tax $ TOTAL COST 66.21 7,418.31 Issued 7/31/2020 COP Cost Breakdown Fire Hall 51 o u M [! CO Lt 03 O M CO1.1 m .03. $ 390.00 $ 772.10 J $ :: 66.21:. $ 141.00 $ 588.00 L.O.to{Atotot♦1 4.0. 1.6. to L}to04 AK 07KlAL1 117iAVA '1. M W a: K. EL.O. M w Cost $ - 417 1n L} LO. 4.1 y} iM1 iA lA aA 44 44 to lA LT 44 4.1. V) V) of 04 07 of t/1 U1 th 44 to us Vl U1 K. V! 2 m 7.2 It 11111111111 '1A ih artN iA to U1 th 07 Ntil to to i11 il'}to iA to uT to to V% 4A N44 illi!} th l/'I Nth N a pm .a Cost $ $ 1,494.38 $ 1,393.07 ,,A, ..A. YhrAto to N 44iAaA14u1 to it1 to to Vt Vn to th V114 V1 ur 2 ati to total hrs Cl 10a n ". _ 3 O O01 ecO.36ry 0 CO an N O ~ Description '... Electrician FM Electrician FM C 0 O 2 a We 2. 0 W E E I= C° c v c a, i (Permit Bond JAYMARC AV f Work og COR 013 Add To: Tukwila Fire Station 51 Architectural Metal Change Proposal McKins y Subject: Alerting Count Down Clock Reference: email Attention:Griffin Small McKinstry Co. 5005 3rd Ave S. P.O. Box 24567 Seattle, WA 98124 P: (206) 832-8368 F: (206) 832-8768 Date: 7/30/2020 McK JOB No: 0 McK COP #: 9"H x'13"W x 1/8" thick aluminum plate, painted black. No holes punched. Supply only The cost of this change includes only those direct costs that can be identified at this time. There are no impact, ripple or delay costs included. Should it be determined at a later date that we are experiencing impact costs because of multiple changes, delays, or other causes beyond our control, we will submit those costs at that time. cc Total Amount of This Change Proposal: O Detailed breakdown attached O Work performed during regular hours unless noted otherwis • Awaiting written direction to proceed with this work Inclusion and Exclusions as listed in base contract (Specific Inclusion & Exclusions per above) • Proceeding Per: Isaac Wastman Project Manager $937 0 Excludes all engineering costs ❑ Work performed on expedited basis • Work in Progress • Work already completed O Proposal estimated at labor rates expected at the time of work Labor rates adjusted to reflectrevis contracts for Local 32, 66 and 699 JOB NAME: JOB NO. DESCRIPTION: Change Proposal Breakdown Tukwila Fire Station 51 0 Subject: Reference: LABOR (Rates through 5/31/18 for sheet A. Detailing (Layout and field verificat B. Pipe Shop Fabrication (PlbgFtg JM) C. SM Shop Fabrication (JM 1st & 2nd Shi D. Material Handling (deliveries and Pic E. Shop supervision (Duct & PlbFtg GF) F. Field Overtime (JM OT) G. Field Overtime (Foreman OT) H. Sheet Metal Field (SM JM) I. Sprinkler Fitter (Fire) (SF JM) J. Field Supervision (Trade Average GF) K. Commissioning / Balancing (PF,D JM) L. McK Staff Labor (PM, PE, Psupt) II. LABOR BURDENS (INCLUDED A. Labor Tax & Insurance: B. Labor Tax & Insurance: C. Shop Operating Cost: D. Safety Meetings: E. Warranty: DATE: McK COR NO. Alerting Count Down Clock email 0.0 hours @ $127.00 O.0 hours 6 $108.71 2. 5 hours 6 $115.00 0. 0 hours @ $90. 95 1.0 hours @ $127.00 0. 0 hours @ $159, 12 0.0 hours @ $193: 0. 0 hours @ $106, 08 0.0 hours @ $84. 61 0.0 hours 6 $120.83 0.0 hours @ $96. 76 0.5 hours @ $85. 00 7/30/2020 0000 LABOR TOTAL 4.0 hours IN RATES ABOVE) 0.,00% of Union Labor 0. 00% of Non-union Labor 0. 00% of Shop Labor 0. 00% of Total Labor 0. 00% of Union Labor LABOR BURDEN TOTAL III. MATERIALS & EQUIPMENT A. Materials: (1/8" aluminum) B. Post -paint C. Consumables: D. Small Tools: IV. SUBCONTRACTORS Spectrum Caulking 0% of Union Labor 0% of Union Labor MATERIAL & EQUIPMENT TOTAL $0 $0 $0 SUBCONTRACTOR TOTAL V. OTHER DIRECT COSTS A. McKinstry Rentals @ 3.5% of Field Labor: B. Other Direct Costs (document reproductions...etc) OTHER DIRECT COSTS TOTAL VI. SUBTOTAL: (Items I through V) VII. OVERHEAD & FEES: Overhead & Fee: Overhead & Fee (Subcontractors): Bond (excluded from our scope) 15. 00% 5. 00% 0. 00% B & 0 Tax 0.70% Permits 0. 00% TOTAL PROPOSED CHANGE AMOUNT FOR CONSTRUCTION ONLY $0. 00 $0.00 $287. 50 $0. 00 $127. 00 $0. 00 $0. 00 $0. 00 $0. 00 $0. 00 $0. 00 $42. 50 $457. 00 $0. 00 $0. 00 $0. 00 $0. 00 $0. 00 $0. 00 $0. 00 $50. 00 $300. 00 $0. 00 350.00 $0. 00 $0. 00 $0. 00 $0. 00 $0. 00 $0. 00 $807. 00 $121. 00 $0. 00 $0. 00 $8. 50 $0. 00 $937 \;!)2§§ai;am`Ke!«;l;: 3;§E§;§§§§§((!§24§§34\ © ! ! 2 \q!)§,>,a);;a;ma; §&§2§2|\§§§,; 82888 }48)8 8 /)§8 ;5828 /8 \ §!§ ,gg 022-SH-10FT-GALV 10016A THHN-12-81K-19STR-CU-5005 THHN-12-GRN-S9STR-CU-5005 g o0 RACO METALLICS ''.CONDUIT RIGID -EMT CONDUIT& CBL FTGS CONDUIT & CBL FTGS CONDUIT RIGID -EMT CONDUIT FTGS RIGID (CONDUIT FTGS RIGID (CONDUIT& CBL FTGS CONDUIT & CBL FTGS ''.ERIC() ''.B -LINE SYSTEMS LB -LINE SYSTEMS (SCREWS -NUTS -BOLTS ERICO ''.COPPER WIRE COPPER WIRE . Labor Condition:: Normal Normal Normal No Labor Normal INo Labor Normal 'Normal Normal Normal Normal (Normal Normal Normal Normal Normal kk Normal Normal Normal Material Cand,Non Normal Normal Normal Normal Normal Normal Normal Normal Normal Normal Normal Normal Normal Normal Normal Normal Normal Normal Quoted Normal Normal No Cost No Cost Normal Normal ,Normal ƒB§!1-,:d ' !i§6 6,-466 "gig `\ , ®:26°`§©`® - , ,� , . . . ; \UUUUUU.UWUUG „OU22uu, 0 l� "5 \g53=!°;°:S!^2`0° . 00 \552§)\)\)}j\{&)\§&;],�F, 000000 /alma,»;0000000 0000 ƒUWWUUUtLILIUUUUUUU 225U, Lel O,.W §`� ,Gamma°` -'',1 �)��\)\\\"/!q`,! §§§E2§(§(\\\\§2 }i}\\\\}\'S-%5 §i!«2ilfla J$}2«J v,)/k,;,,.,;,.0 „ jq(V1 , .c0,,.§ Description 401 1/2" 5Q BOX COMB KO 3/4" COUPLING COMP STL - EMT 2" CONDUIT-RMC-GALV 2" COUPUNG -RMC - GALV 2" ELBOW 90 DEG - RMC - GALV 2" LOCKNUT-STEEL 2" BUSHING -PLASTIC 3/4" EMT & 1/2" RMC 1 -PC STRUT CLAMP W/ SADDLE - PLTD 2" 2 -PC STRUT CLAMP RMC / IMC - STEEL 1 5/80 1 5/80 120 STRUT SLOTTED HOLE GALV 880 1/2 P/H SELF -TAP SCREW SQ BOX MTG BRKT FOR 16" OC STUD #12 THHN BLACK #12 THHN GREEN 618- 2P F/A CABLE 121 DEG PLENUM WIRE CONN YEL WIRE MARKER 812 WIRE POWER TERM 818 WIRE CONTROL TERM "SLEEVE TAGS, SMALL" 2" Base Timer Totals Full Rate 100.92 In 2 / \ \ }7 Ni r•-• }a % \ Ln m k m & j iN 00 } LI-} 22.4 44.81 4--- {$ c. e } 182.47 § \ m -0. § � } / :e e / e }w }mm co } w m SubTotal 1,494.38 % d m a 2, 887.28 \§ {d / q \ \ {\ \ \ \ 7 n e e N > ra co 'FOREMAN 1 'JOURNEYMAN Totals 00 N 00 L; 0 N N Q7 r -i Le) a m M ri M O H M cr1 q7 m m ui 01 a m 00 et O W Lef '-I e4 m V1 -o m 00 Revised Totals Q! 7.0 E r LY 010 Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RECEOVIED May 13 2020 WEINSTEIN A i U LLC RFI #292 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Elec - Alerting Count Down Clock TO: DATE INITIATED: LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: TBD DRAWING NUMBER: LINKED DRAWINGS: RECEIVED FROM: COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Kiel Lunsford (Lydig Construction, Inc. - Bellevue Off), Emma Nowinski (Weinstein A+U), Tom Pitman (Lydig Construction, Inc. - Bellevue Off), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. - Bellevue Off), Thayer Wild (Weinstein A+U) Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) Emma Nowinski (Weinstein A+U) 05/13/2020 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 05/20/2020 TBD Question from David White (Lydig Construction, Inc. - Bellevue Of) at 08:53 AM on 05/13/2020 As discussed in the OAC on 05/13/2020, please confirm Lydig is to proceed with installing the Microframe 06330 count down clock to the Fire Pole in the App Bay. A forthcoming ASI will be issued to provide location, mounting height and electrical information. Awaiting an Official Response All Replies: Wednesday 5/13/20 9:51am Response From Julie DeDonato Yes, proceed with installing the Microframe D3660 countdown clock to the Fire Pole to be detailed in forthcoming ASI. See ProCore response from Julie DeDonato above. Proceed as directed, -Thayer W, WAU. 5/13/20 BY Lydig Construction, Inc. DATE Page 1 of 1 COPIES TO Printed On: 05/13/2020 08:53 AM Thursday 6/25/20 7:21pm Response From Weston Blackburn Pursuant to correspondence with Emma Nowinksi on 6/25/2020, this RFI is being re -opened to facilitate the issuance of the countdown timer scope being added. 1. Fire pole attachment to structure 1. The fire pole is currently installed per location provided by Tukwila Fire. 2. Onsite, Thayer mentioned that WAU and SSF have designed an attachment detail that differs from what is currently installed. We want to make sure that the final product is something that is both functional and structurally sound. Please advise if the current attachment detail in place is acceptable, or if an alternate detail is to be utilized. 2. Countdown Timer 1. Mounting details are needed illustrating how the clock is to be attached to the fire pole. Please provide a mounting detail. 2. Mounting height is needed. Please provide a mounting height for the timet 3. Electrical 1. Circuitry information is needed in order to provide power to the timer. Onsite, McKinstry suggested utilizing a spare circuit (onsite. I believe M-45 was suggested as a potential option). Please advise what circuit is to be utilized to provide power to the countdown timer. 2. Please provide direction on how to route low voltage and power supply conduit from the app bay ceiling down the pole to the countdown timer. 1.1 LOCATION PROVIDED IS ACCEPTABLE 1.2 SEE ATTACHED RCP (MARKUPS: PROVIDE UNISTRUT TO SPAN TO ADJACENT STRUCTURAL BAYS, ATTACH UNISTR T TO BOTTOM CORD OF OPEN WEB STEEL JOIST AT (3) EA BAYS. SECURE 1/4" MOUNTING PLATE TO UNITRUT. UTILIZE ALL FOUR HOLES OF EXISITING PIPE FLANGEATTACHMENTTO SECURE POLE TO 'MOUNTING PLATE. ALL STRUCTURAL SUPPORT TO BE PAINTED P-5 WHITE TO MATCH SURROUNDING STRUCTURE. .1 SEE ATTACHED DETAIL ON REVISED SHEET A703. 2.2 mouNT AT +100" ;AFF 3.1 SEE TFWB RESPONSE BELOW. 3.2 SEE ATTACHED FOR CONDUIT ROUTING, AS DISCUSSED 6/23/20 ON CONDUIT AND BOXES TO BE PAINTED P- WHITE. .Thayer W. WAU. 7/1/20 TE WITH LYDIG, CKINSTRY, AND WAU, Connection to alerting countdo n time on circuit -45 is acceptable. Rocxy Juan - TFWB 6-26-2020 EXISTING ATTACHMENTS, AS PHOTOGRAPHED BY WAU 6/23/20 ,! § 1111111 0 "'"'"°""°"''''""v fl+VN1315N13M 0 a SC3NDi5)a Nv9Xn+:1.3331H3av n+V N 131 S N 13 M 9 55 i , 6 W38i C °B /1'9 IZ ¢e A. cSCD 8 d11 "BBit .31.153a ©® +.3n ""`.' fl +VNI3.15N13AA ! Ili , `; a L. g - HI .. '11,111 _.1 hitc Pli 0 .. ..fl 1 PH m Zi, i 505 I 117 II ., ,,. in i HI Ill Jill __ oh: n-i-vN1 3 1S N I 3 AIN LLARDS TO BE INCLUDED WITH FOUR -FOLD DOOR OPTION ONLY se 4ID RUN NEW CONDUIT IN LINE WITH EXISTING CONDUIT CONDUIT RUNS ALONGSIDE EXISTING OCCUPANCY SENSOR AT HEIGHT TO MATCH BOTTOM CORD OF OPEN WEB STEEL JOIST COUNTDOWN CLOCK CONDUIT PATH AS DISCUSSED BETWEEN WAU AND MCKINSTRY 6/23120 CONDUIT EXITS STATION OFFICE HERE CONDUIT TRAVELS ALONG BASE OF JOIST TO EXISTING BOX AT OVERHEAD FAN, WIRING CONTINUES FROM THAT POINT IN EXISTING CONDUIT WIRING ENTERS, RUNS DOWN INTERIOR OF POLE TO COUNTDOWN CLOCK LOCATION CONDUIT PATHWAY, AS DISCUSSED BY WAU AND MCKINSTRY, 6/23/20 LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #084 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #084: CE #146 - #321: ARCH - Entry Canopy Signage Attachment Detail TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 084 / 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: Weston Blackburn (Lydig Construction, Inc. - Bellevue Off) CREATED DATE: 8/3 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING Amount Based METHOD: PAID IN FULL: TOTAL AMOUNT: 5609.27 No POTENTIAL CHANGE ORDER TITLE: CE #146- #321: ARCH - Entry Canopy Signage Attachment Detail CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #146 #321: ARCH - Ent Cano. Si•na.e Attachment Detail Increase in letter thickness and mounting bar to accommodate pin mounting letters at top of entry canopy ATTACHMENTS: RFI 321._-_EntryCanopy Signage Attachment Detail =WAU Response_(1),pdf PCO 084 SP - Combined.pdf_ Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 8/3/ 2020 04 :31 PM Cost Code Description Type Amount 03-001-99- -Structures, Enclosure & Misc Sub - BP 038 07 Altemate Entry Canopy Signage Detail Subcontractor $ 571.69 Subtotal: 5571.69 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 Protect Contingency. $ 25.73 GL Insurance: 0.75% Applies to all line item types. $ 4.48 P&P Bond: 0.75% Applies to all line item types. 5 4.51 BBO Tax: = 0.47% Applies to all line item types. $ 2.86 Grand Total: $609.27 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 8/3/ 2020 04 :31 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #084 SP Project: 30126-10 - TFS#51 - Self -Perform 17951 Southcenter Parkway Tukwila, Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #084 SP: Canopy Signage Attachment CE #142 - RFI 321: Entry Detail TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 084 SP / 0 REQUEST RECEIVED FRO STATUS: REFERENCE: Pending In Review FIELD CHANGE: No LOCATION: SCHEDULE IMPACT: FROM: CONTRACT: CREATED BY: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 1 - Tukwila Fire Station #51 - Self -Perform Prime Contract Weston Blackburn (Lydig Construction, Inc. - Bellevue Off) CREATED DATE: 8/3 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $571.69 POTENTIAL CHANGE ORDER TITLE: CE #142 — RFI 321: Entry Canopy Signage Attachment Detail CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #142 - RFI 321: Entry Canopy Signage Attachment Detail Increase in letter thickness and mounting bar to accommodate pin mounting letters at top of entry canopy ATTACHMENTS: EST-10589.pdf_ Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 8/3/ 2020 04 :27 PM Cost Code Description Type Amount 1 10-018-99- - Interior Signage Sub Increase Letter Thickness and add Mounting Bar Subcontractor $ 519.05 Subtotal: $519.05 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. $ 41.52 GL Insurance: 0.75% Applies to all line item types. $ 4.20 P&P Bond: 0.75% Applies to all line item types. $ 4.24 B&O Tax: -0.47% Applies to all line item types. $ 2.68 Grand Total: 5571.69 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 8/3/ 2020 04 :27 PM Shine. n: Siand Graphics 259 SW 41st St Renton, WA 98057 (253) 243-7777 Creating Impressions that Last Forever www.shineonsigns.com DESCRIPTION: Fire Station #51: Dimensional Sign Change Order Bill To: Lydig Construction Bellevue 3180 139th Ave SE #110 Bellevue, WA 98005 US ESTIMATE EST -10589 Payment Terms: Cash Customer Requested By: Westin Blackburn Email: WBlackburn@lydig.com Work Phone: (425) 885-3314 PRODUCTS QTY UNIT PRICE TAXABLE TOTALS 1 Dimensional Letters 1 $519.05 $519.05 $519.05 1.1 Dimensional Letters - Letters - Added cost Part Qty: 1 Text: Incremental cost to change thickness of material from 1/4" to 3/8" to accommodate change in scope for bottom mounting instead of wall mounted. 1.2 Design Services - Redesign Part Qty: 1 - Service Provided: Basic (File & Equipment Set Up) 1.3 Installation- PW - Installation - # of Hours: 0.5 Notes: Incremental cost to bottom mount letters 1.4 Miscellaneous - Mounting Bar Part Qty: 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. We are happy to compare our pricing with others in order to evaluate the potential use of like processes and materials and match or beat pricing. Please sign below and return. By signing you agree to the terms and conditions included on the last page of this estimate. Subtotal: $519.05 Taxable Amount: $519.05 Taxes: $51.91 Grand Total: Deposit Required: $570.96 $285.48 Generated On: 7/14/2020 9:55 AM Page 1 of 2 A 50% deposit is required to begin project with the balance due upon completion! Full payment is due upon completion of the job. A 1.510 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: 7/14/2020 9:55 AM Page 2 of 2 ILYD1G Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RECEINED June 25 2020 WEINSTEIN A+U LLC RFI #321 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 ARCH - Entry Canopy Signage Attachment Detail TO: DATE INITIATED: LOCATION: PROJECT STAGE: SUB JOB: Thayer Wild (Weinstein A+U) FROM: Weston Blackburn (Lydig Construction, Inc. - Lauren Rock (Weinstein A+U) Bellevue) Emma Nowinski (Weinstein A+U) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 06/24/2020 COST IMPACT: TBD DRAWING NUMBER: LINKED DRAWINGS: STATUS: Open DUE DATE: 07/01/2020 COST CODE: SCHEDULE IMPACT: TBD SPEC SECTION: REFERENCE: RECEIVED FROM: Harry Wilson III (SHINE ON SIGNS AND GRAPHICS, INC.) 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) Question from Weston Blackburn (Lydig Construction, Inc. - Bellevue Of) at 01:54 PM on 06/24/2020 Clarification is needed on the dimensional letter signage attachment detail at the entry canopy. Per detail 13/A921, aluminum signage is to be pin - mounted to the top of the perimeter steel channel at the entry canopy. The signage contractor has suggested using tie -backs to support aluminum letters, which was rejected in initial submittal review. In the absence of tie -backs, the contractor has stated that pin mounts need to protrude through bottom of flange with a nut in order to provide sufficient structural support for the letters. Shop drawing review comments from WAU indicate that the pin is to be ground flush if it protrudes through the bottom side of the flange of steel channel. 1. Please confirm that installation details per WAU submittal comments is to be followed. Note that the signage contractor has stated that this is not the recommended installation. 2. Detail 13/A921 indicates that the letters are to be 1/4" thick. In order to utilize pin mounts, the letter thickness will need to be increased to a minimum of 3/8". Please confirm that the letter thickness is to be changed to 3/8". Attachments: RFI 321 _ Ent5/,,,canopy Signage Attachment Detail pdf Awaiting an Official Response All Replies: 1. See notes on submittal comments. See attached revised sheet A921 with added attachment detail. 2 Provide 3/8" letters, as submitted in 10 14 19-2.1. -Thayer W. WAU. 7/8/20 BY Lydig Construction, Inc. DATE COPIES TO Page 1 of 1 Printed On: 06/24/2020 01:54 PM + H"v n +v NI 315N 13M ill riiilli l 5. l'iN A . .-.; i - '..' ' '.' .2.1 i ill ijij • ill! A: arr k„. Auto r>, 131111 n MNi1i a 1 11 cf) LU u) Dimensional Letters c 0 c co u-) c (-6 C's1 C (-6 LE L -r/ 01 5 0 .VIVANOVA r20 -•. 0 sa 6o) 0) cu a) a) 715 8 0 0 E o -o 0 0) 0) 1— CU C kn. C.) a c 2 15" ° E C5 3' a) a) .0 a -0 Ta' §. 0 ce) 3 .a a a ) —'"f. C0- -D'E .0 201Ci-0 ._ccaa.- ,-(8 = 2 .aas En ,=> 0..-7F9,° —0 0) ,-.(aa'5-0. 0 ...- TB a < 0 0 a c C tu - t a g t (0.E. c 0 0 a 8 ,,52' 8 B Ea 63- ',e- . .- 0 .- - 2 ''''' -a -- c .... ---, .- • a , .5 al , d .0 ,.... ei) 0 ,.-, c 0...• = a).4-• '`..C.- 0 -CB 2 Q al 0 D-E5C8":3 u) -C2 C0 -0 ..t.n., a. 0..q -8 -a — to ,_ a 8 o ...= a ..§.. (Iv.- -§ 0 0 0 11) .= -.7., 0 0 0 0 2)8 C/L)0,C015E0)M.E.C."0 Cc- .0.1.. WM 01 a) (7) .0 t' ' 5. 0 2 E = p -0- II .2 0c , -- 1,7; 2 -0'5 c° 0° .tr) ,... C =2 "-- 1p,,,,,a) '' "ei 5C 8 ==. c..) c '20 2 C r) ,,, 6- - 22 2 ci), . co E 2 E 0) 5 0 E '5 8 ,.. a cp 'D -c 0... 8 8 2 - — fl + V N 1 31S N 13 M 2 LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #085 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #085: CE #139 - #314: ARCH - Fire Marshal Jobsite Walk Notes TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 085 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: 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) 8/3 /2020 None Amount Based No TOTAL AMOUNT: $7,779.48 POTENTIAL CHANGE ORDER TITLE: CE#139 -#314: ARCH - Fire Marshal Jobsite Walk Notes CHANGE REASON: No Change Reason POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #139 - #314: ARCH - Fire Marshal Jobsite Walk Notes Self Perform: Fire Marshal Walk Notes - Supply/Install FEC and Fire Extinguisher in PT Room, FDC and PIV signage, and Fire Gk Knutson: Added DensGlass sheathing on walls at mechanical porch. ane Striping. ATTACHMENTS: RFI 314 -ARCH -Fire Marshal Jobsite Walk Notes WAU RESPONSE (2),pdff _085 SP - Combined,pdf; GKK_ COP 015 - IPE -Densglessmech porch room_ 203 (002)pdf Lydig Construction, Inc. page 1 of 2 Printed On: 8/4/ 2020 03 :29 PM Cost Code Description Type. Amount 03-001-99- - Structures, Enclosure 8 Misc Sub - BP 038 07 Fire Lane Striping, Added Signage, and FEC Subcontractor $ 4;110.23 092 06 010-99-- GWB, Insulation SACT Sub - BP Dens Glass at Mech Porch Subcontractor $ 3,189.44 Subtotal: 57,299.67 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. $ 328.49 GL Insurance: 0.75% Applies to all line Item types. $ 57,21 P&P Bond: 9.75% Applies to all line item types. $ 57.64 B80 Tax: = 0.47% Applies to all line Bern types. 9 36.47 Grand Total: 57,779.48 Lydig Construction, Inc. page 1 of 2 Printed On: 8/4/ 2020 03 :29 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #085 SP Project: 30126-10 - TFS#51 - Self -Perform 17951 Southcenter Parkway Tukwila, Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #085 SP: CE #139 - RFI 314 - Fire Marshal Walk Notes TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 085 SP / 0 FROM: CONTRACT: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 1 - Tukwila Fire Station #51 - Self -Perform Prime Contract REQUEST RECEIVED FROM: CREATED BY: Weston Blackburn (Lydig Construction, Inc. - STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: Pending - In Review CREATED DATE: Bellevue Off) 8/3 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $4,110.23 POTENTIAL CHANGE ORDER TITLE: CE #139 - RFI 314 - Fire Marshal Walk Notes CHANGE REASON: Client Request POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract is Changed As Follows) CE#139 - RFI 314- Fire Marshal Walk Notes RFI 314: Fire Marshal Walk Notes - Supply/Install FEC and Fire Extinguisher in PT Room, FDC and PIV signage, and Fire Lane Striping ATTACHMENTS: Shine On - EST10771._pdf _SPS M C3601200721104700;(1) pdf_ _Self Perform PCO :085 SP Breakdown LCI _pdf 8 Cost Code Description Type Amount 1 32-502-99-- Parking Lot Striping Sub Add 450 LF of Fire Lane Subcontractor $ 2,975.00 2 10-022-01- - FP Specialties Add FEC and FE Materials $ 278.00 3 10-022-01-- FP Specialties Install FEC. and FE Labor $ 88.20 4 10-018-99-- Interior Signage Sub Added FDC and PIV Signage Subcontractor $ 366.81 Subtotal: $3,708.01 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. $ 54.93 Fee - Sub Tier Work :.8.00 % Applies to Subcontractor and Purchase Agreements. $ 267.34 GL Insurance: 0.75% Applies to all line item types. $ 30.23 P&P Bond: 0.75% Applies to all lineitem types. $ 30.45 B&O Tax: = 0.47% Applies to all line item types. $ 19.27 Grand Total: $4,110.23 Owner Signature Lydig Construction, Inc. Date page 1 oft Printed On: 8/3/2020 05 :22 PM COP Subcontractor Breakdown Summary Project Name: Tukwila Fire Station #51 Project No. 30126 Document Reference Contractor: Lydig RFI 314 Description: RFI 314: Fire M ane Stripin PCO: 005 SP Date: 8/3/2020 Contractor Ref. No. alk Notes • Supply/Install FEC and Fire Extinguisherin PT Room, FDC and PIV signage, and Fire 1. CRAFT LABOR COSTS Direct Labor Costs: a. crew (apprentices, journeymen, & laborers) b. foreman c. lead foreman Supervision: d. direct supervision e. safety 2. MATERIAL COSTS a. material costs b. freight costs (itemize) $ 88,20 DIRECT LABOR SUBTOTAL '$ 88.20 3. EQUIPMENT COSTS a. owned equipment (per spec approved source) b. rental equipment (per invoices attached) 4. SMALL TOOLS a. small tools 278.00 5. OVERHEAD & PROFIT a. 15% on Materials (2) b. 15% On Labor, Equipment and Small Tools (1, 3, & 4) 6. SUB -SUBCONTRACTORS a. Stanley Patrick Striping b. Shine on Signs c. d. 41.70 23 2975,00 366.81 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS a. NTE 8% for each sub $ 267.34 d COP Cost Breakdown to 1. CRAFT LABOR COSTS $ 88.20 2. MATERIAL COSTS $ 278.00 3. EQUIPMENT COSTS $ 4. SMALL TOOLS $ SUBTOTAL 1 thru 4 366.20 5. OVERHEAD & PROFIT $ 54. 6. SUB -SUBCONTRACTORS $ 3,341.81 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS $ 267.34 8. Insurance a. Insurance 0.75f % of 1-7 $ 30.23 8. Bond $ `- 30.23 9. Bond a. Bond 0.75 % of 1-7 $ 30.45 8. Bond $ 30.45 10. B&O Tax a. B&O Tax 0.47'"/ of 1-8 $ 19.27- 9. B&O Tax $ 19.27; Self Perform Template - PCO Breakdown LCI.xlsx Page of TOTAL COST 4,110.23 Issued 8/3/2020 COP Cost Breakdown Tukwila Fire Station #51 76 t 0 0 N cd 00 4/4 44 0 4. VI V4 ,4 . i ,4 • • r ,41140)14417 • N • . to 4. E a L5 Cost $ $ - tt, I. 0 04 ,4 ,4 04 1 tittOtit an. vl184411714 t . ' ' =MEM yr! 0 2 Cost $ $ O, 1444444440)4444144444440414144414441444440)0)114441414441404 IIIIIIIt. 0 0 co ra ea =OM c, c, ,... an Unit Amt 1.00 Labor oC, 41 ,41.11.1.ttlitillitti CO 04 44444444444444444444441444444414144414144444441444144444444444 Itttlt111111111, CD N t3 0)4/) g r -i 0 00 00 .14 ..C, C g CY it f: Labor - install FEC and FE Malaarla .1111111.11111111111.11111 111111111111111.1 MIIIIII111.111111111111 0.11111111111111111111111111111111 1111111111111111111.11 of Work Self Perform Template - PCO Breakdown LCI.xlsx LYDIG Lydig - Purchase Order 11001 E Montgomery Spokane, WA 99206 (509) 534-0451 Job Name: Tukwila Fire Station #51 - Self -Perform Superintendent: Tom Pitman To: RC Building Specialties Address: 988 Industry Drive Tukwila, WA 98188 Purchase Order # 30126 - 1171 Job # 30126 Employee Name: Weston Blackburn Extra: Date: 07/21/2020 Qty Units of Measure DesalOon i?0:::4(1)e22 01 1 Each Cosmic 10E Fire Extinguisher 1 Each Surface Mounted Square Trim Cabinet 10-022-01 1 Each Identification Vertical Letters 10-022-01 Comments: Total Price $75.00 $75.00 $195.00 $195.00 $8.00 $8.00 Grand Total: $278.00 1 / 1 ILsa RC BUILDING SPECIALTIES LLC W WOMEN'S FROM Gerald Jarvis Company RC Building Specialties, LLC Email geraldRrcbspecialties.com Phone 206-612-2545 FAX 206-629-2340 Portland (OR) - Mailing / Billing 10940 SW Barnes Rd #378 Portland OR 97225 P: 503 568 6431 F: 503 645 9748 MBE & ESB Certified #6349 (OR) Seattle (WA) - Office / Warehouse 988 Industry Drive Tukwila WA 98118 P: 206 612 2545 F: 206 629 2340 MBE Certified #M3M5521635 (WA) Fire Extinguishers & Cabinets Project Name: Tukwila Fire Station #51 7.21.2020 Products / Specifications QuantityUnit Price 1 Amount Fire Extinguisher Model: Cosmic 10E (multi-purpose dry chemical) Size: 10#ABC UL Rated 4A8OBC Description: FM approved, certification ta_g, wall hook 1 1 $75.00 each $75.00 Fire Extinguisher Cabinets Manufacturer: JL Industries Model: JL Industries Cosmopolitan series Trim style: Surface mounted square trim Door style: Vertical duo clear acrylic door with friction catch Finish: Stainless steel #4 finish Rating: Non rated — 1033V10 1 $195.00 each $195.00 • Accessories Manufacturer: JL Industries 1 Item 1: Identification - vertical die cut white Letters I 1 1 I i — $8.00 each $8.00 Materials delivered in one shipment to jobsite TOTAL $278.00 Your signature authorizes RC Building Specialties LLC to proceed and constitutes your acceptance and contract with RC Building Specialties LLC. Please sign and fax/email back to us. We will place the order upon receipt of your signed acceptance. Signature Print Name Date Payment Terms 1 Ship VIA I Net 30 Days 1 Direct Ship F.O.B. Job Site Lead Time Stock Prices firm for 60 days due to potential market volatility of steel & aluminum tariffs. Prices subject to change without notice thereafter. Otantoy Ptrick StAiping FINS, STANLEY PATRICK STRIPING CO. 1-80 -STRIPING Parking Lot Striping — Stencil — Seal Coat — Patching — Delineation — Sports Courts — Curbing 1628 Third Street Suite Enumclaw, WA 98022 Ph: 360-825-9431 Fax: 360-825-1198 1-8oo-STRIPING Contractor's License: #STANLPS000DU Contracted By: Lydig Construction Attn: Kiel Lunsford Phone: (425) 885-3314 Fax: (425) 881-2903 Email: klunsford@lydig.com Estimator: Andrew Gablehouse Phone: 360-825-9431 Date: 7/21/2020 Project: Tukwila Fire Station # 51 WO#: AG/SL00021819-101 CO1 CHANGE ORDER 2 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: 1 EA Mobilization 450 LF Yellow painted curb 3 EA FIRE LANE NO PARKING Stencil 18 " lettering in YELLOW 450 LF 4" line on the pavement $1500 $600 $275 $600 *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 ofthis 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 $2,975.00 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 AA; iline0r1 Siscis and Graphics 259 SW 41st St Renton, WA 98057 (253) 243-7777 Creating Impressions that Last Forever www.shineonsigns.com DESCRIPTION: Fire Station 51 - RFI 314 - Inspection - Signs Bill To: Lydig Construction Bellevue 3180 139th Ave SE #110 Bellevue, WA 98005 US ESTIMATE EST -10771 Payment Terms: Cash Customer Requested By: Westin Blackburn Email: WBIackburn@lydig.com Work Phone: (425) 885-3314 PRODUCTS 1 Design & Layout/Setup Services 1.1 Design Services - Part Qty: 1 - Service Provided: Basic (File & Equipment Set Up) - # of Revisions: One Included -# of MockUps: One Included QTY UNIT PRICE TAXABLE TOTALS 1 $50.00 $0.00 Notes: Please note, incremental charges will be applied to the final invoice for additional mock-ups/proofs and / or revisions above what is noted in this proposal. $50.00 2 Signs on Drawing 11 / A921 2.1.1 Full Color, Digitally Printed 3M Vinyl - Graphics Part Qty: 1 Text: 1) FDC - 9" X 5" Width: 24.00" 1) Address in Riser 15" X 7" Height: 13.00" 2.1.2 3M 8510 Intermediate Laminate - Matte - Laminate Part Qty: 1 Width: 24.00" Height: 13.00" 2.1.3 Sintra 4' X 8' Bright White 3MM - Substrate Part Qty: 1 Width: 24.00" Height: 13.00" $186.91 $0.00 $186.91 3 Installation and Travel 1 $83.13 $0.00 $83.13 3.1 Installation- In House - - # of Hours: 0.75 Notes: Includes travel to and from location 4 Address Number 1 $46.77 $0.00 $46.77 Generated On: 7/24/2020 9:48 AM Page 1 of 3 4.1 Intermediate (Black/White/Clear) 15" - Part Qty: 1 Width: 20.00" i,. 10" Text: #4. is going to be white vinyl 3"LH address number only. "17951" - this is going on a post near entrance side of building emp agn 5.1 Intermediate (Black/White/Clear) 15" - Part Qty: 1 Width: 20.00" Height: 10.00" 5.2 Coroplast (4mm) White - Substrate Part Qty: 1 Width: 20.00" Height: 10.00" $99.68 0.00 Text: Also Weston wants a temp sign for Address number to go out front where the brushed one will go. Just so they can have it up for inspections. "17951"- 6"LH - he said just on a piece of plastic and we can temp mount it to the monument area. Needs by End of month on this. ASAP. Temp address signage not included in PCO 085 - WB/LCI $99.68 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. We are happy to compare our pricing with others in order to evaluate the potential use of like processes and materials and match or beat pricing. Please sign below and return. By signing you agree to the terms and conditions included on the last pageof this estimate. Subtotal: Taxable Amount: Taxes: $466.49 $0.00 $0.00 Grand Total: Deposit Required: r—Y-YY-1 Y(' -YY Subtotal: $466.49 Less Temp Address: -99.68 New Subtotal: $366.81 $466.49 $233.25 Generated On: 7/24/2020 9:48 AM Page 2 of 3 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 moneys 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: 7/24/2020 9:48 AM Page 3 of 3 KNUTSON METAL FRAMING & DRYWALL 2232 Pacific St. Bellingham, WA 98229 PHONE: (360) 384-2539 FAX: (360) 384-5629 COP 015 JOB NAME Tukwila Fire Station #51 DATE 06/18/20 General Contractor Lydig Reference Documents Lydig DESCRIPTION Per Toms (Lydig) conversation GKK will add 1 layer of 5/8" Densglass to Mech Porch Room 203, GKK will hang and fire tape the North wall and the East wall. Prepared by: Miranda Laratta 1. Direct Labor Cost (from attached cost breakdown form) a. crew (apprentices, journeymen, and laborers) 2,118.75 b. foreman/superintendent 170.00 Direct Labor Subtotal $ 2,288 75 Labor Markups c. direct supervision (NTE 15% of la) d. safety (NTE 2% of lines la & lb) 2. Material Cost (from attached cost breakdown form) 3. Equipment Cost (from attached cost breakdown form) 4. Small Tools (NTE 5% of la & Ib) Subtotal 1 thru 4 $ 2,723.05 5. Overhead & Profit 408.46 a. NTE 10% portion of 1,2,3, and 4 (overhead) 272.31 b. NTE 5% portion of 1,2,3, and 4 (profit) 136.15 0 2,288.75 434.30 6. Sub -Tier Subcontractors a. b. c. 7. Overhead & Profit on Sub -Tier Subcontractors a. NTE 8% portion of 1,2,3, and 4 (overhead) b. NTE 4% portion of 1,2,3, and 4 (profit) 8. Insurance (1.85% portion of 1,2,3,4,5,6, and 7) 9. Bonding (0% portion of 1,2,3,4,5,6,7, and 8) $ $ 57.93 Total Cost $ 3,189.44 KNUTSON METAL FRAMING & DRYWALL 2232 Pacific St. Bellingham, WA 98229 PHONE: (360) 384-2539 FAX: (360) 384-5629 COP 015 JOB NAME Tukwila Fire Station #51 DATE 06/18/20 General Contractor Lydig Reference Documents Lydig Pricing Documents IPE Description Labor Qty Unit RafeCo Material Rate Equipment Rate Cos Total Cost Framer HR $ 82.00 $ - - $ - $ - Hanger 16 HR $ 82.00 $1,312.00 $ 0.62 $ - $ - $1,312.00 Taper 4 HR $ 82.00 $ 328.00 $ 12.50 $ 12.50 $ - $ 328.00 General Labor 5 HR $ 82.00 $ 410.00 $ 20.00 $ - $ - $ 410.00 Labor & Industries 25 HR $ 2.75 68.75 5.00 $ - $ - $ 68.75 Foreman Superintendent Subtotal 2 hr 0 hr Total $2,118.75 $ 85.00 I $ 170.00 $ 91.00 I $ - $ 2,288.75 $ 434.30 $ 434.30 $ 2,553.05 $ 170.00 $ - $2,723.05 $ - $ - $ - 5/8" GlasMat GWB 640 SF - $ 0.62 $ 396.80 $ - $ 396.80 Taping Compound 1 EA - $ 12.50 $ 12.50 $ - $ 12.50 Screws 1 LS $ - $ 20.00 $ 20.00 $ - $ 20.00 Paper Tape 1 EA $ - 5.00 $ 5.00 $ - $ 5.00 $ - - $ - $ - - $ - $ - - $ - $ - $ - $ - $ - $ - $ - - - $ - $ - $ - - $ - $ - $ - - $ - $ - - - $ - $ - - - $ - $ - - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - Foreman Superintendent Subtotal 2 hr 0 hr Total $2,118.75 $ 85.00 I $ 170.00 $ 91.00 I $ - $ 2,288.75 $ 434.30 $ 434.30 $ 2,553.05 $ 170.00 $ - $2,723.05 LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RECIENED June 12 2020 WEINSTEIN A+U LLC RFI #314 Project: 30125.43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 ARCH - Fire Marshal Jobsite Walk Notes TO: DATE INITIATED: LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: DRAWING NUMBER: LINKED DRAWINGS: RECEIVED FROM: Thayer Wild (Weinstein A+U) FROM: Weston Blackburn (Lydig Construction, Inc. - Lauren Rock (Weinstein A+U) Bellevue) Emma Nowinski (Weinstein A+U) 3180 139th Ave SE - Suite 110 06/11/2020 Bellevue, Washington 98005 STATUS: Open DUE DATE: 06/18/2020 COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: 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) Question from Weston Blackburn (Lydig Construction, Inc. - Bellevue Of) at 06:21 PM on 06/11/2020 A preliminary project walk was held with the Fire Marshal to identify potential issues prior to call for final inspection. The following items were pointed out during this meeting as potential issues to be addressed prior to final inspection: (Note that permit conditions referenced below are from the Public Works Permit #D18-0321 for Tukwila Fire Station 51) 1. Permit Condition #32 and #33: "Travel distance to any extinguisher must be 75' or less (IFC 906.3) (NFPA 10, 5.4)" Condition #32 is in reference to buildings with light hazard occupancy Class A fire hazards. Condition #33 is in reference to buildings with ordinary hazard occupancy Class A fire hazards. 1. Concern has been raised about the max travel distance of 75' to any fire extinguisher, particularly in the PT Room. 2. Please confirm that fire extinguisher locations are within 75' travel distance from all areas of the building. 2. Permit Condition #52: "When the sprinkler riser is located inside a room, the door to the room shall have a sign with one -inch letters which read "Sprinkler Riser". (NFPA 13)." 1. ASI -019 provided direction to install two-inch letters reading "Mechanical & Fire Sprinkler". 2. Please confirm that the verbiage provided in ASI -019 is acceptable as drawn and meets permit conditions. 3. Permit Condition #54: "Fire department connections (FDC's) shall be oriented in the direction of t7re apparatus access, have a 4 foot clear space in front and to the sides of the connection, be appropriately signed, have the building address served by the FDC stenciled vertically in 3 -inch high white numbers on a "safety red" background directly beneath the hose connection facing the direction of vehicular access, and protected from potential vehicular damage." 1. Specification section 331000-2.7-B states "Signage shall be as shown on project documents, and be constructed of plastic ormetal. Lettering shall be white on a red background with a minimum height of 1 -inch." 2. Signage is not shown on the drawings, and the specifications do not match permit condition #54. 3. Please clarify the signage requirements for the FDC and provide signage design. 4. Permit Condition #55: "Post Indicator Valves (PIV's) shall have the building address served by the PIV stenciled vertically in 3 -inch high white numbers on a "Safety Red" background, facing the direction of vehicular access. (City Ordinance #2436)." 1. This signage requirement is not included in the contract documents. 2. Please advise if this signage is to be added and provide signage design. 5. Permit Condition #63: "The maximum flame spread class of finish materials used on interior walls and ceilings shall not exceed that set forth in Table No. 803.11 of the International Building Code." 1. Mechanical Porch room 203 calls for the North and East walls to be wall type X5 with 1/2" painted CDX plywood which was not accepted by the fire marshal under this permit condition. 2. Please advise if an alternate wall finish is to be used at this location. Lydig Construction, Inc. Page 1 of 2 Printed On: 06/11/2020 06 :21 PM RFI #314 LYDIG 6. Permit Condition #64: "New and existing buildings shall have approved address numbers, building numbers or approved building identification placed in a position that is plainly legible and visible from the street or road fronting the property. These numbers shall contrast with their background. Address numbers shall be Arabic numbers or alphabet letters. Numbers shall be a minimum of 4 inches (102mm) high with a minimum stroke width of 0.5 inch (12.7mm). (IFC 505.1)" 1. Drawings indicate that building address signage is brushed aluminum with a concrete background. Please confirm that this meets contrast requirements listed in the permit conditions. 7. Permit Condition #65: "Fire apparatus access roads Tire Lanes" shall be identified by painting the curb yellow and a four inch wide line and block letters 18 inches high, painted in the lane, at fifty foot intervals, stating, "FIRE LANE NO PARKING", color to be bright yellow, or by the posting of signs stating, FIRE LANE NO PARKING", and painting the curb. Signs shall be posted on or immediately next to the curb line or on the building. Signs shall be twelve inches by eighteen inches and shall have letters and background of contrasting color, readily readable from at least a fifty foot distance. Signs shall be spaced not further than fifty feet apart nor shall they be more than four feet from the ground. (City Ordinance #2435)." 1. Specification 321723-3.1-E states "Fire lane access roads shall be marked with curbs painted red along the entire top and side fences of the curb, as indicated on the plans. Mark/stencil 6 -inches from the face side of the curb 12 -inch white lettering to read "FIRE LANE -NO PARKING", at 50 -foot intervals." 2. No fire lanes are identified on the contract drawings. Please clarify if fire lanes are required. If fire lanes are to be added, please clarify if they are to be painted per the permit conditions or per the project specifications. Attached is a copy of the public works permit conditions referenced above. Attachments: RFI 314 - Public Works Permit Conditions.pdf Awaiting an Official Response All Replies: 1. All areas of the station are within 75' of a fire extinguisher, except the farthest corner of the PT room. Add a surface -mounted FEC to the east wall of the PT room as shown on the revised interior elevation A613. Desire is to align with alerting device above, but align cabinet with closest studs as necessary per manufacturer's installation instructions. 2. Revise text of lettering to read: MECHANICAL SPRINKLER RISER 3. Provide signage at FDC as shown on revised sheet A921. 4. Provide 3' white vinyl lettering per attached photo mock-up. Follow proper installation recommendations for vinyl lettering to ensure proper adhesion to PIV. 5. Alternate wall finish proposed by Lydig (fire -rated DensGlass sheathing, fire -taped and painted) to be installed over and encapsulating the plywood is acceptable. 6. Confirmed. 7. The Fire Marshal's Office has confirmed that Fire Lanes are required and should be painted per the parameters outlined in the permit conditions rather than per the specification. On this project, all fire lanes will be designated with a painted curb and painted 18' lettering and 4' line on the pavement. See revised site plan A002 for extents - CL of the line and lettering should be 4' from the face of the curb. Architect to choose typeface from the painting subcontractor's standard options. E.Nowinski / WAU 7/14/2020 BY Lydig Construction, Inc. DATE COPIES TO Page 2 of 2 Printed On: 06/11/2020 06:21 PM "'"'"° ""'"'°"'""v fl+V N 1315 N 1 3 M CD EHE A ava A SUNDISM NVOarl 513311.11j n+VNI3ISN13A4 POND 30 NVIM + 5133 1.11021 f1+VN131SN13M , a szW H i ill lfka 1d $ C �% � _ 1 1� MUMAmoy fi 6 Current Codes adopted by the City of Tukwila: International Building Code Edition: International Residential Code Edition: International Mechanical Code Edition: Uniform Plumbing Code Edition: International Fuel Gas Code: Public Works Activities: Channelization/Striping: Curb Cut/Access/Sidewalk: Fire Loop Hydrant: Flood Control Zone: Hauling/Oversize Load: Land Altering: Landscape Irrigation: Sanitary Side Sewer: Sewer Main Extension: Storni Drainage: Street Use: Water Main Extension: Water Meter: 1 1 2015 2015 2015 2015 2015 National Electrical Code: WA Cities Electrical Code: WAC 296-460: WA State Energy Code: Volumes: Cut: 1050 Fill: 3000 Number: 1 1 1 No Permit Center Authorized Signature: N C Date: -I 2017 2017 2017 2015 I hearty certify that I have read and examined this permit and know the same to be true and correct. All provisions of law and ordinances governing this work will be complied with, whether specified herein or not. The granting of this permit does not presume to give authority to violate or cancel the provisions of any other state or local laws regulating construction or the performance of work. I am authorized to sign and obtain this development permit and agree to the conditions attached to this permit. Signature: Print Name: Date:, ) This permit shall become null and void if the work is not commenced within 180 days for the date of issuance, or if the work is suspended or abandoned for a period of 180 days from the last inspection. PERMIT CONDITIONS: 1: ***PUBLIC WORKS PERMIT CONDITIONS**. 2: Schedule and attend a ()reconstruction Meeting with the Public Works Department prior to start of work under this permit. To schedule, call Public Works at (206) 438-9350. 3: The applicant or contractor must notify the Public Works Inspector at (206)438-9350 upon commencement and completion of work at least 24 hours in advance. All inspection requests for utility work must also be made 24 hours in advance. 4: Prior to construction, all utilities in [Pc vicinity shall be field located. NOTE: For City of Tukwila utility locates, call 811 or 1-800-424-5555. 5: Work on-site under this permit is valid between the weekday hours of 7:00 a.m. and 10:00 p.m, only. Coordinate with the Public Works Inspector for any work after 5:00 p.m. and weekends. 6: No work under this permit during weekend hours without prior approval by Public Works. Coordinate with the Public Works Inspector. 7. Work affecting traffic flows shall be closely coordinated with the Public Works Inspector. Traffic Control Plans shall be subnlitted to the Inspector for prior approval. 8: The City of Tukwila has an undergrounding ordinance requiring the power, telecommunications, and cable service lines be underground from the point of connection on the pole to the house, 9: Flagging, signing and coning shall be in accordance with MU [CD for Traffic Control. Contractor shall provide certified flagmen for traffic control. Sweep or otherwise clean streets to the satisfaction of Public Works each night around hauling route (No flushing allowed). Notify Public Works Inspector before 12;00 Noon on Friday preceding any weekend work. 10: Any material spilled onto any street shall be cleaned up immediately. 11: Temporary erosion control measures shall be implemented as the first order of business to prevent sedimentation off-site or into existing drainage facilities. 12: The site shall have permanent erosion control measures in place as soon as possible after (Mal grading has been completed and prior to the Final Inspection. 13: The Land Altering Permit Fee is based upon an estimated 1,050 cubic yards of cut and 3,000 cubic yards of fill. If the final quantity exceeds this amount, the developer shall be required to recalculate the final quantity and pay the difference in perniit fee prior to the Final Inspection. 14; From October 1 through April 30, cover any slopes and stockpiles that are 3I -1:1V or steeper and have a vertical rise of 10 feet or more and will be unworked for greater than 12 hours. During this time period, cover or mulch other disturbed areas, if they will be unworked more than 2 days.. Covered material must be stockpiled on site at the beginning of this period. Inspect and maintain this stabilization weekly and immediately before, during and following storms, 15. From May 1 through September 30, inspect and maintain temporary erosion prevention and sediment et least monthly. All disturbed areas of the site shall be permanently stabilized prior to final construction approval, 24: Highline Water District (206) 824-0375 shall approve all water malir, water meters, backflows, and fire hydrants as part of this Building permit. 16: ',MA ',hf16,1 te Ibo P partment of EcolugY a "N*Oce,Of Intent for Construction Activityift A9 17: Southcenter Parkway and South 180th Street is a high traffic volume intersection. Lane closures on Southcenter Parkway & 180th Street may not be allowed during peak traffic hours. Southcenter Parkway Northbound & South 180th Street Westbound Weekday Peak hours 010 1111111 6:00 a.m. to 10:00 p.m, Coordinate lane closure hours and work Within the Public right-of-way hours with the Public Works Senior Inspector. 18: Maintain emergency, pedestrian, and vehicular access to buildins, trails and transit at all times. 19: Pavement mitigation fees may apply to this permit. Amount estimated to be xxx sq. ft, x $xx.xx per sq. ft. $x,xxx.xx Final measurement to be made in the field by the Public Works Inspector prior to Public Works Final, 20: Prior to Public Works Final, provide storm drainage as -built plan, storm drainage maintenance plan and responsibility for maintenance assigned for stornawater treatment and flow control BMPs/Facilities. 21: Contractor shall provide a copy of a Certificate of Insurance Coverage (minimum of $2,000,000 naming the City of Tukwila as additionally insured). 22: Prior to issuance of this permit, Owner/Applicant shall pay 011affic Concurrency Test Fee in the amount of $2,500.00 under PW permit no. C18-0018. 23: Prior to issuance of this permit, Transportation Impact Fee shall be paid in the amount of $6,947.20. 251Contractor shall coordibate and meet with tigt's Puhlic tatproventents (Pi) inspector before crossing the t a, a 1011 uf 051.. , , 26: Project shall comply with the Geotechnical Engineering Report by Hart Crowser, Inc., dated July 20, 2017 and subsequent Geotechnical Reports/Evaluations. nt, Atosting traffic loops will be damaged/removed as part of this project. A permanent video detection camera shall be installed within the Southcenter Parkway / S. 180th Street intersection. Coordinate with Scott Moore, Public Works Senior Inspector; who will then coordinate with Scott Bates, Traffic Engineering Coordinator. Office: 206-431-2193 scott.bates@tukwilawa.gov. 28: tt,„ Prior to issuance of this permit the Contractor shall sign w/Notary a ROW Hold Harmless Agreement for work viithin the Public right-of-way. 32: The total number of fire extinguishers required for a light hazard occupancy with Class A fire hazards is calculated at one extinguisher for each 3,000 sq. ft. of area. The extinguisher(s) should be of the "all purpose" (2A, 10 13:C) dry chemical type. The travel distance to any extinguisher must he 75' Or less. (IFC 906.3) (NFPA 10, 5.4) 33: The total number of fire extinguishers required for an ordinary hazard occupancy with Class A fire hazards is calculated at one extinguisher for each 1,500 sq. ft. of area. The extinguisher(s) should be of the All Purpose" (3A, 4013:C) dry chemical type. Travel distance to any fire extinguisher must be 75or less. (IFC 906.3) (NFPA 10, 5.4) 29: Portable fire extinguishers, not housed in cabinets, shall be installed on the hangers or brackets supplied. Hangers or brackets shall be securely anchored to the mounting surface in accordance with the manufacturer's installation instructions. Portable fire extinguishers having a gross weight not. exceeding 40 pounds (18 kg) shall be installed so that its top is not more than 5 feet (1524 rnm) above the floor. Hand- held portable fire extinguishers having a gross weight exceeding 40 pounds (18 kg) shall be installed so that its top is not more than 3.5 feet (1067 mm) above the floor. The clearance between the floor and the bottom of the installed hand-held extinguishers shall not be less than 4 inches (102 mm). (IFC 906.7 and IFC 906.9) 30: Extinguishers shall be located in conspicuous locations where they will be readily accessible and immediately available for use. These locations shall be along normal paths of travel, unless the fire code official determines that the hazard posed indicates the need for placement away from normal paths of travel. (IFC 906.5) 3]: Fire extinguishers require monthly and yearly inspections. They must have a tag or label securely attached that indicates the rnonth and year that the inspection was performed and shall identify the company or person performing the service. Every six years stored pressure extinguishers shall be emptied and subjected to the applicable recharge procedures. If the required monthly and yearly inspections of the fire extinguisher(s) are not accomplished or the inspection tag is not completed, a reputable fire extinguisher service company will be required to conduct these required surveys. (NFPA 10, 7.2, 7.3) 34: Maintain fire extinguisher coverage throughout. 35: Egress doors shall be readily openable from the egress side without the use of a key or special knowledge or effort. (IFC 1010.1.9) 36: Exit hardware and marking shall meet the requirements of the International Fire Code. (IFC Chapter 10) 37: Door handles, pulls, latches, locks and other operating devices on doors required to be accessible by Chapter 11 of the International Building Code shall not require tight grasping, tight pinching or twisting of the wrist to operate. (IFC 1010.1.9.1) 38: Exits and exit access doors shall be marked by an approved exit sign readily visible front any direction of egress travel. Access to exits shall be marked by readily visible exit signs in cases where the exit or the path of egress travel is not immediately visible to the occupants. Exit sign placement shall be such that no point in an exit access corridor is more than 100 feet (30,480 mm) or the listed viewing distance for the sign, whichever is less, from the nearest visible exit sign. (IFC 1013.1) 39: Every exit sign and directional exit sign shall have plainly legible letters not less than 6 inches (152 mm) high with the principal strokes of the letters not less than 0.75 inch (19.1 mm) wide. The word "Dor shall have letters having a width not less than 2 inches (51 mm) wide except the letter "I", and the minimum spacing between letters shall not be less than 0.375 inch (9.5 mm). Signs larger than the minimum established in the International Fire Code shall have letter widths, strokes and spacing in proportion to their height. The word "EXIT" shall be in high contrast with the background and shall be clearly discernible when the exit sign illumination means is or is not energized. If an arrow is provided as part of the exit sign, the construction shall be such that the arrow direction cannot be readily changed. (IFC 1013.6.1) 40: Exit signs shall be illuminated at all times. To ensure continued illumination for a duration of not less than 90 minutes in case of primary power loss, the sign illumination means shall be connected to an emergency power system provided from storage batteries, unit equipment or on-site generator. (IFC 1013.6,3) 41: Emergency lighting facilities shall be arranged to provide initial illumination that is at least an average of 1 foot-candle (11 lux) and a minimum at any point of 0.1 foot-candle (1 lux) measured along the path of egress at floor level. Illumination levels shall be permitted to decline to 0,6 foot-candle (6 lux) average and a minimum at any point of 006 foot-candle (0.6 lux) at the end of the emergency lighting time duration. A maxiinum-to-nlinimurn illumination uniformity ratio of 40 to 1 shall not be exceeded. (IFC 1008.3.5) 42: An approved automatic fire sprinkler extinguishing system is required for this project. (City Ordinance 42436) 45: All new sprinkler systems and all modifications to existing sprinkler systems shall have fire department review and approval of drawings prior to installation or modification. New sprinkler systems and all modifications to sprinkler systems involving more than 50 heads shall have the written approval of Factory Mutual or any fire protection engineer licensed by the State of Washington and approved by the Fire Marshal prior to submittal to the Tukwila Fire Prevention Bureau. No sprinkler work shall commence without approved drawings. (City Ordinance No. 2436). 43: U.L. central station supervision is required. (City Ordinance 42436) 44: Maintain a 4 foot clear space around the sprinkler riser(s) for emergency access. (NFPA 25) (City Ordinance 112436) 46: Al! exterior components of sprinkler systems should be painted SAFETY RED. This includes': Post indicator valves (PIV), outside stem and yoke (OSY), wall indicator valves (WIV), and Fire Department connection (FDC). (City Ordinance *12436) 47: Sprinklers shall be installed under fixed obstructions over 4 feet (1.2 m) wide. (NFPA 13-8,6.5.3.3) 49: All piping and attached appurtenances subjected to system working pressure shall be hydrostatically tested at 200 psi (13.8 bar) or 50 psi (3.5 bar) in excess of the system working pressure, whichever is greater, and shall maintain that pressure at /- 5 psi (0,35 bar) for 2 hours. Contact the Public Works Department at 206- 433-0179 to make an appointment. (NFPA 24, sec. 10.10.2.2.1) 50: A supply of spare sprinklers (never fewer than 6) shall be maintained on the premises so that any sprinklers that have operated or been damaged in any way can be promptly replaced. These sprinklers shall correspond to the types and temperature ratings of the sprinklers in the property. The sprinklers shall be kept in a cabinet located where the temperature to which they are subjected will at no time exceed 100 degrees F. A special sprinkler wrench shall also be provided and kept in the cabinet to be used in the removal and installation of sprinklers. (NFPA 13-6.2.9.1, 6.2.9.2, 6.2.9.3, 6.2.9,6) 51: The fire department connection (FDC) shall have a downward angle bend between 22.5 and 45 degrees, with a 5 -inch Storz fitting(s) and Knox FDC locking Storz cap. (City Ordinance 82436) ktlttr,*#ttll'OIP`4 4244040 53: The height of fire department connections (FDC's) shall be 36 to 48 inches above grade. 54: Fire department connections (Fpcis) shall be o rie n t e d in the direction of fire apparatus iiccess,ro.ial,,e-*,',71„ 4 directly beneath the hose connection facing the direction of vehicular access, and protected from l)oteritial velliculetr damage, foot clear space in front and to the sides of the cortitection, appropriatel‘r signed, have the building address served by the FDC stenciled vertically in 3-indlt high wirlitr. numbers on a "safety red" background s5 6gt4 prAli ,'„t• 56: A fire alarm system is required for this project. The fire alarm system shall meet the requirements of N.F.P.A. 72 and City Ordinance 112437, 57. Maintain square foot coverage of detectors per manufacturer's specifications in all areas including: closets, elevator shafts, top of stairwells, etc. (NFPA 72-17.5.3.1) 58: Ail new fire alarm systems or modifications to existing systems shall have the written approval of The Tukwila Fire Prevention Bureau, No work shall commence until a fire department permit has been obtained. (City Ordinance 112437) (IFC 901.2) 59: An approved nianual fire alarm system including audible/visual devices and mianual pull stations is required for this project. The fire alarm system shall meet the requirements of Americans With DisabilitiesAct (I.B.C.), N.F.P.A. 72 and the City of Tukwila Ordinance 42437. 60: fvlaintain fire alarm system audible/visual notification. Addition/relocation of walls or partitions may require relocation and/or addition of audible/visual notification devices. (City Ordinance U2437) VA, , R44$41.4„.' 0:1,00.Wit.! POOttOW.:'FOtit4)46.0r,,09004407911,r,41irq.„, patio rooms shall be Clucked with 'a plainly vsthIe and legible sign.stating 1. or sifT1110,!* aPProve0 WQrding* 4 63; the maximum flame spread class of finish rnaterials used on interior walls and ceilings shall not exceed that set forth in table No. 803.11 of the International Building Code. ‘1",04,<F14,,ii4k 65: Dire apparatus access roads "Fire Lanes" shall be identified by painting the curb yellow and a four inch wide line and block letters 18 inches high, painted in the lane, at fifty foot intervals, stating, "FIRE LANE NO PARKING", color to be bright yellow, or by the posting of signs stating, "FIRE LANE NO PARKING", and painting the curb. Signs shall be posted on or immediately next to the curb line or on the building, Signs shall be twelve inches by eighteen inches and shall have letters and background of contrasting color, readily readable from at least a fifty foot distance. Signs shall be spaced not further than fifty feet apart nor shall they be more than four feet from the ground. (City Ordinance U2435) 66: All required hydrants and surface access roads shall be installed and made serviceable prior to and during the time of construction, (IFC 501.4) 67: Fire Department access and existing hydrants shall be constantly maintained during demolition and construction. (City Ordinance P2435) 68: Maximum grade for all projects is 10% with a cross slope no greater than 5%. (IFC 0103,2) 69: Fire hydrants shall conform to American Water Works Association specifications C-502-54; it shall be compression type, equipped with two 2 1/2" N.S.T. hose ports and one 5" Starr. pumper discharge port with 1<nox locking, cap, and shall have a 1 1/4" Pentagon open -lift operating not. (City Ordinance 112052) 70: Fire hydrants shalt be oriented in the direction of fire apparatus access, 71: Hydrants shall not be closer than 4 feet to any fixed object (e.g., fences, parking, building, etc.), with the exception of hydrant guard posts. Guard posts shall be installed around hydrants not protected by curbs, so as to help prevent motor vehicles from contacting the hydrant. the guard posts shall be either steel pipe (minimum 4" distance) filled with concrete or concrete (minimum 8" diameter). Posts shall be 3 feet from the center of the hydrant and shall not be in direct line with any discharge ports. Posts shall be 6 feet long; 3-3 1/2 feet shall be buried. Painted finish shall be the same color as for the applicable hydrants. The 4 - foot circumference around the hydrant will be a level surface. (City Ordinance112052) 72: When subject to vehicular damage, protective guard posts or curbs are required around all gas meters, electrical transformers, sprinkler valves and hydrants. Posts and curbs are to be painted yellow. (City Ordinance 82052) 73: Private hydrants shall be all yellow, Hydrant color is to be "Rustaleurn" 8659 Yellow Gloss or Farwest UX - 3472 Case Yellow. 48: Contact The Tukwila Fire Prevention Bureau to witness all required inspections and tests. (City Ordinances 112436 and 82437) 74: Any overlooked hazardous condition and/or violation of t e adopted Fire or Building Codes does not imply approval of such condition or violation. 75: These plans were reviewed by Inspector 511. If you have any questions, please calll ukwila Fire Prevention Bureau at (206)575-4407. 76: 1, Per TMC 18.54.040.A, the applicant will need to submit a sensitive areas study evaluating and delineating the potential wetland and associated buffer area. 2. Per TMC 18.45.090, if alteration of the wetland is proposed, the following steps must occur: a. The applicant must apply for a Special Permission -Director approval to dredge, dig, or 611 in a sensitive area or buffer; b. A mitigation plan must be developed that complies the plan content and mitigation standards set forth in TMC Chapter 18.45.090; c. The applicant shall demonstrate that reasonable efforts have been made to avoid or minimize impacts to any wetland and buffer (mitigation sequencing); and d. Mitigation projects must be completed prior to activities that will permanently disturb wetlands and either prior to or immediately after activities that will temporarily disturb wetlands. 3. The applicant must complete the required off-site mitigation or provide a bond to ensure completeness prior to the issuance of a certificate of occupancy for the project. „.;0,9tAPO,OY;*,:c4,4*tPNWP*o*AsP!P.*..:i,qzfOa4*grojt#iroot-ieq::„..f: 78: A soils inspection is required after amending the soil, but before any plants are installed 79: Prior to requesting a landscaping inspection please provide a landscaping affidavit from the landscape architect, stating that the landscaping was installed per approved plans. Landscape inspection can occur any time after the plants are planted. You do not need to wait until the end of the project to schedule the landscapinp, inspection. As part of the landscaping inspection you will need to verify that the irrigation system is working properly 80: 1. Sheet L4.01. A coastal redwood is too large for the proposed location. Please replace with a more suitable -sized tree, such as a Nokia Cypress. If using the Nokia Cypress, locate 2 trees in the planting area on the east side of the trash building and 1 in the planting area to the west of the building. 2. Sheet A002. To avoid conflicts with the proposed landscaping, move the light pole along the rear of the site (SW corner) from under the tree to a location between the 2 trees. PERMIT INSPECTIONS REQUIRED Permit Inspection Line: (206) 438-9350 1700 BUILDING FINAL** 5010 CHANNELIZATION/STP 0301 CONCRETE SLAB 5000 CURB, ACCESS, SDW 0611 EMERGENCY LIGHTING 0610 ENERGY EFF CERT 5200 EROSION MEASURES 5210 EROSION MEASURES FNL 1400 FIRE FINAL 1400 FIRE FINAL 0201 FOOTING 0202 FOOTING DRAINS 0200 FOUNDATION WALL 0409 FRAMING 2000 GAS PIPING FINAL 0606 GLAZING 5040 LAND ALTERING 0502 LATH/GYPSUM BOARD 0613 LIGHTING EQUIP/CONT 1800 MECHANICAL FINAL 5230 PAVING AND RESTORE r evi LYDIG Lydig Construction, Inc. 3180139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425)881-2903 PCO #086 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #086: CE #147 - Conformed Set Paving Change at Generator TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 086 / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: Pending - In Review FROM: CONTRACT: CREATED BY: CREATED DATE: 8/4 /2020 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) PRIME CONTRACT None CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: Amount Based No TOTAL AMOUNT: $2,578.21 POTENTIAL CHANGE ORDER TITLE: CE #147 - Conformed Set Paving Change at Generator CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #147 - Conformed Set Pavim Chan a at Generator The Conformed Set of drawings dated 4/5/2019 changed the paving layout on the North end of the site from what was originally bid. A planter was added, creating two driveways including a heavy duty asphalt paving area in front of the generator/trash enclosure. This PCO includes costs related to the added heavy duty asphalt paving scope. ATTACHMENTS: PCS ;086 -; Backup pdf_ # Cost Code Description Type Amount 1 31-001-99- - Earthwork & Utilities Added Heavy Duty Asphalt Paving Subcontractor $ 2,419.20 Subtotal: $2,419.20 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. $ 108.86 GL Insurance: 0.75% to all line item types. $ 18.96 P&P Bond: 0.75% Applies to all line item types. $ 19.10 B&O Tax: = 0.47% Applies to all line item types. $ 12.09 Grand Total: $2,578.21 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 8/4/ 2020 04 :57 PM Infrastructure LLC SCI elP Tukwila Fire Station #51 so 0 This Iump sum breakdown includes the labor, equipment and materials to place HMA around the generator pad in place of concrete. iii$11111,114-Twv '707 Ls 1 A Subcontractors: Lakeside Industries 1 B Equipment: 1 C Labor: 1 D Materials Quantity UM Cost/Unit HMA LS $ 2,240.00 Subtotal: 2,240.00 Rate/Hr No. Hours / Day Days Subtotal: Rate/MH No. Hours / Day Days Subtotal: Quantity UM Cost/Unit Subtotal: Subtotal Materials: Subtotal Items 1A -1D 2,240.00 Markup 8% 179.20 Air/ LAKESIDE INDUSTRIES To: Address: Project Name: Project Location: Kent Division lakesideindustries.com 18808 SE 256th St / Covington, WA 98042 ph: 253.631.3611 / fax: 253.630,2011 Washington Contractor License No. LAKES1'274J0 Oregon Contractor License No, CCB 108542 Equal Opportunity Employe' PROPOSAL CONTRACT AGREEMENT SCI Infrastructure, LLC 2825 5 154th St Seattle, WA 98188 Tukwila Fire Station 51 - Generator Pad Tukwila, WA Contact: Phone: Fax: Steve Raudenbush (206) 242-0633 (206) 242-0792 Bid Number: Bid Date: 5/13/2020 Item Description Estimated Quantity Unit Total Price Generator Pad - Install 4" HMA (Mobilization - $500.00) (Material - $800.00) (Labor - $940.00) 1.00 LS $2,240.00 ACCEPTED: The above prices, specifications and conditions are satisfactory and are hereby accepted. Buyer: Signature: Date of Acceptance: CONFIRMED: Lakeside Industries - Kent Authorized Signature: Estimator: Craig Nickel (253) 631-3611 Craig.Nickel@lakesideindustries.com 5/13/2020 8:21:52 AM Page 1 of 1 ] 1 1 ,, 1 iil :g1 I lip ll' i gill - g. .11it EMI ttl IEI? I PRELIMINARY NOT FOR CONSTRUCTION fl +VNI3.1.SNI3M I I LJ 0 1 'I It n I • • CURB RETURN TABLE STA PT LOCATION 19+66 30. 61.94' LT 22+03 59, 44.14" RT FLOW LINE ELEVATION 55, STA PC LOCATION 8 ;=! 20415.52. 49.81' LT 5.5 21+68.62. 28.86' FIT 22+22.51, 48,85' 95 CONFORMED SET: 4/5/2019 0310:3an+VN1315N13M C & $ p § ^:s 1 k 669 I dig I'1d k I 1 YSSi a Egli r 1111 LVD 10 Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #088 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #088: CE #149 - Public Works Inspector Final Inspection Requirements TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 088 /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: Weston Blackburn (Lydig Construction, Inc. Bellevue Off) CREATED DATE: 8/5 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $5,542.46 POTENTIAL CHANGE ORDER TITLE: CE #149 - Public Works Inspector Final Inspection Requirements CHANGE REASON: Client Request POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract is Changed As Follows) CE #149 - Public Works Ins.ector Final Ins.ection Re.uirements Lydig requested a preliminary site walk with Public Works Inspector Scott Moore. The following items were noted as requirements to pass final inspection: 1. Increase "Wrong Way Do Not Enter" signage height to 6'-6" to bottom of the lowest sign (2 posts) 2. Add one van accessible handicap parking sign 3. Add one handicap sign that can be mounted to the chainlink fence 4. Replace three existing catch basin manhole covers with City of Tukwila Stamped covers ATTACHMENTS: Replace ,3 Storm Lids with COT stamp pricing,pdf YPCO 088: SPCombined:pdf_ Lydig Construction, Inc. page 1 of 2 Printed On: 8/5/ 2020 07 :53 PM Cost Code Description Type Amount 1 03-001-99- - Structures, Enclosure & Misc.Sub -6P 03 & 07 ADA Signage and Traffic Sign Revisions Subcontractor $ 1,844.89 2 31-001-99-- Earthwork & Utilities Existing Manhole Grates Subcontractor $ 3,355.73 Subtotal: $5,200.62 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, and Unwritten Sub's1PA's. $ 0.00 Fee - GCCM: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. $ 234.03 GL Insurance: 0.75% Applies to all line item types. $ 40.76 P&P Bond: 0.75% Applies to all line item types. $ 41,07 B&O Tax: = 0.47% Applies to all line item types. $ 25.98 Grand Total: $5,542.46 Lydig Construction, Inc. page 1 of 2 Printed On: 8/5/ 2020 07 :53 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #088 SP Project: 30126-10 - TFS#51 Self -Perform 17951 Southcenter Parkway Tukwila, Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #088 SP: CE #144 - Public Works Inspection Comments - Signage TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 088 SP / 0 Pending - In Review FROM: CONTRACT: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 1 - Tukwila Fire Station #51 - Self -Perform Prime Contract CREATED BY: Weston Blackburn (Lydig Construction, Inc. -- Bellevue Off) CREATED DATE: 8/5 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $1,844.89 POTENTIAL CHANGE ORDER TITLE: CE #144 - Public Works Inspection Comments - Signage CHANGE REASON: Client Request POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #144 - Public Works Ins.ection Comments - Si.nae 1. Van accessible sign 2. Handicap sign - fence mount 3. Longer posts for DO NOT ENTER signs ATTACHMENTS: COR 3 - SKM_C360i20Q723135300..pdf # Cost Code Description Type Amount 1 32-502-99-- Parking Lot Stuping Sub Public Works Additions Subcontractor $ 1,675.00 Subtotal: 51,675.00 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. $ 0.00 Fee - Sub Tier Work: 8.00% Applies to Subcontractor and Purchase Agreements. 6 134.00 GL Insurance: 0.75% Applies to all line item types. $ 13.57 P&P Bond:. 0.75% Applies to all line Item types. 5 13.67 B&O Tax: =0.47% Applies to all line item types. $ 8.65 Grand Total: 51,844.89 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 8/5/ 2020 07 :47 PM Stanley 1,ntrick Striping C o m p a n y STANLEY PATRICK STRIPING CO. 1 -800 -STRIPING 800STRIPINGCOM Parking Lot Striping — Stencil — Seal Coat — Patching — Delineation — Sports Courts — Curbing 1628 Third Street Suite 101, Enumclaw, WA 98022 Ph: 360-825-9431 Fax: 360-825-1198 1 -800 -STRIPING Contracted By: Attn: Phone: Fax: Email: Lydig Construction Kiel Lunsford (425) 885-3314 (425) 881-2903 klunsford@lydig.com Contractor's License: #STANLPS000DU Estimator: Andrew Gablehouse Phone: 360-825-9431 Date: 7/24/2020 Project: Tukwila Fire Station # 51 WO#: AG/SL00021819-101 CO1 CHANGE ORDER 3 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: CO3 1 EA Mobilization 1 EA Van accessible sign, placed in planter box 1 EA handicap sign that can be mounted to a chain link fence 2 EA Posts for No Not Enter Signs 1 in concrete and 1 in planter $1,250.00 $75.00 $75.00 $275.00 *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 $1,675.00 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 Infrastructure LLC SCI Help - PROJECT: Fire Station # 1 REVISION: 7/29/2020, 2:26 PM Existing Storm Drain Ring and Covers DESCRIPTION: The inspector has requested 3 of the existing storm drain lids to be switched to the city of tukwila stamped ring and covers. Scope 1 Remove and replace 3 storm dram manhole ring and $ 3,273.88 Total Cost: B&O and Insurance TOTAL COR: $ 3,273.88 � 81.85 $ 3,355.73 S:\JOBS\1906 - Tukwila Fire Station #51\05 Extra VVork\Replace 3 Storm Lids with COT stamp pricing 1A Labor: Foreman Operator Grade Engineer (0) Laborer Grade Checker (L) Pipelayer Flagger Teamster 1B Equipment: 1 Ton work truck Hamm Roller Dump Truck 50 Mini Excavator 140 H Blade 240 Excavator 950 Loader 1 38 Excavator 1C Subcontractors Rate/MH No. Hours / Day Days Subtotal: 83.67 79.60 79.60 59.75 61.59 60.84 50.72 70.82 10 Materials Rate/Hr 25.10 50.5 79.79 25:58 76.26 106.74 59.64 71.39 Quantity 1 1 1 1 1 Quantity 1 1 1 1 1 1 1 1 8.00 8.00 8.00 8.00 8.00 8.00 8.00 8.00 8.00 8.00 1 .00 1.00 1.00 669.36 478.00 486.72 Subtotal Labor: $ 7,634.08 No. Hours / Day Days Subtotal: 1 1 1 1 1 UM 8.00 8.00 8.00 8.00 8.00 8.00 8.00 8.00 Cost/Unit 1.00 LS LS LS LS LS UM Cost/Unit City of Tukwila manhole ring/cover 3 EA $ 375.00 Delivery Fee 1 LS $ 125.00 Grout 9 EA $ 21.00 $ - $ $ - $ 200.80 Subtotal Equipment: $ 200.80 Subtotal: Subtotal Subcontractor Subtotal: 1,125.00 125.00 189.00 Subtotal Materials: 7,439.00 Subtotal Items 1A -1D $ 3,273.88 Mark-Up at 15%: $ 327.39 LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #090 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #090: CE #125 #224: ARCH - Knox Box Requirement Clarification TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 090 / 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 30125 - Tukwila Fire Station #51 - GCCM Prime Contract (18-001.1) CREATED BY: Weston Blackburn (Lydig Construction, Inc. - Bellevue Off) CONTRACT: CREATED DATE: 8/5 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $2,199.70 POTENTIAL CHANGE ORDER TITLE: CE #125 - #224: ARCH - Knox Box Requirement Clarification CHANGE REASON: Client Request POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract is Changed As Follows) CE #125 - #224: ARCH - Knox Box Requirement Clarification Move up key box has been added to the project scope. Key box is recessed in the metal panel siding, requiring a panel to be removed and replaced with custom cutout. ATTACHMENTS: PCO 090 SP_CembinedLpdf Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 8/5/ 2020 09 :38 PM Cost Code Description Type Amount 1 03 -001 -99 --Structures, Enclosure & Misc Sub - BP 03807 Remove and Re -install custom Panel Subcontractor $ 2,064.03 Subtotal: 52,064.03 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. 5 92.88 GL Insurance: 0.75% Applies to allline item types. $ 16.18 P&P Bond: 0.75% Applies to all line item types. $ 16.30 B&O Tax: = 0.47% Applies to all line item types. $ 10.31 Grand Total: 52,199.70 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 8/5/ 2020 09 :38 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #090 SP Project: 30126-10 - TFS#51 - Self -Perform 17951 Southcenter Parkway Tukwila, Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #090 SP: CE #149 - RFI #224 - ARCH - Knox Box Requirement Clarification TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 090 SP / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: Pending- In Review FIELD CHANGE: No LOCATION: SCHEDULE IMPACT: FROM: CONTRACT: CREATED BY: CREATED DATE: 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) 8/5 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $2,064.03 POTENTIAL CHANGE ORDER TITLE: CE #149 - RFI #224 - ARCH - Knox Box Requirement Clarification CHANGE REASON: Client Request POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #149 - RFI #224 - ARCH - Knox Box Requirement Clarification Move up key box has been added to the project scope. Key box is recessed in the metal panel siding, requiring a panel to be removed and replaced with custom cutout. ATTACHMENTS: RFI 224 ,,Knox: Box Requirement Clarification, _Response pdf NSE #08_ -;Add to remove :and replace ;(1);post ;paint 063:ALpanel : for added knox; tiox_pdf # Cost Code Description Type Amount 1 07-009-99-- Metal Panels Remove and Install New Custom Panel Subcontractor $ 1,873.96 Subtotal: $1,873.96 Feer Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. $ 0.00. Feer Sub Tier Work: 8.00% Applies to Subcontractor and Purchase Agreements. $ 149.92 GL Insurance: 0.75% Applies to all line item types. $15:18 P&P Bond: 0.75% Applies to all One item types. $ 15.29 B&O Tax: = 0.47% Applies to all line item types. $ 9.68 Grand Total: $2,064.03 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 8/5/ 2020 09 :34 PM Itemized Change Order Proposal Attention: Weston Blackburn Date: NSE Ref: By: 6/15/2020 Project: Tukwila Fire Station #51 8 COP / RPI a: 224 Matthew Rolli Work Description Add to remove and replace (1) post paint .063 AL panel for added knox box. QUANTITIES LABOR MATERIALS EQUIPMENT No of Unit Units Description $/Hour Total $/Unit Total Rate Total Labor Shop Journeymen 2 Per Hr $ 84.47 $ 168.94$ - $ - Shop Foreman 1 Per Hr $ 107.37 $ 107.37$ - $ - Field Journeymen 4 Per Hr $ 88.85 $ 355.39 $- $ - Field Foreman 4 Per Hr $ 95,20 $ 380.79 $- $ - Delivery Driver Per Hr $ 45.75 $ - $- $ - Materiat Aluminum Flat Sheet 1 ea $ - $ 80.00 $ 80.00 $ - Post Paint 1 lump $ - $ 518.00 $ 518.00 $ - $ - $ - $ - $ - $ $ $ - $ . $ - Equipment 20 ft flat bed 0 Per Hr $ - $- $ 57.00 $ - 8 $ 1/2 on Per Hr $ $ - $ 32.29 $ - Finn Power Shear Genius Per Hr $ - $- $ 396.14 $ - RAS 90 Break Per Hr $ - $ - $ 74.28 $ CNC Router Per Hr $ $ - ` $ 89.51 $ : - Salvagnini Per Hr $ $ $ 342.57 $ - 45 ft boom Manlift (Rented) Day $ - $ $ 450.00 $ 65 ft Boom Manlift (Rented) Day $ - $ - $ 500.00 $ - 26 Ft Scissor Lift 1000# (rented) Day $ - $ - $ 300.00 $ - $ - $ - $ - Subtotals Safety act expense @ 0% of direct labor Small tools expense @ 0"/ of direct labor Transportation $4.76 per Field Foreman Hour Subtotals without overhead & profit Other Expense: Total Value of work for $ 1,012.49 $ 598.00 $ - $ - $ - $ 19.04 $ 1,012.49 $ 598.00 $ 19.04 Subtotal of all expenses (labor, materials, & equipment) Contractor liability insurance = 0% of labor, materials, & equipment Total value of work for this contract before overhead &profit 15 % overhead & profit this contract including overhead & profit $ 1,629.53 $ - $ 1,629.53 $ 244.43 $ 1,873.96 Exclusions: -0 Note: dig-May-0411r2020— All owned equipment rates are from the National Roofing Contractors Association's, "Roofing Contractors Equipment Cost Schedule", Ninth Edition, Copyright 2003. Rented equipment as quoted. Contractor agrees that by ordering Northshore to proceed on such above mentioned work, contractor agrees that such work is above and beyond the scope of the original contract, and accepts this itemized breakdown in its entirety as fair compensation for such work. Contractor further agrees that by ordering such extra work, it shall issue a change order as soon as possible, regardless of whether or not owner approves such changes. CONTRACTOR APPROVAL The Contractor/Owner by signing below hereby orders Northshore Exteriors, Inc. to proceed with the above mentioned extra work, and will issue a formal Change Order as soon as possible. Signature Date Name (printed) Title NORTHSHORE EXTERIORS. INC. 11831 BEVERLY PARK ROAD, BLDG C * EVERETT, WA 98204 * 425.740.3700 * Fax 425.740.3701 www.northshoreext.com LY 0) G Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RECEIVED Mar 03 2020 WEINSTEIN A+U LLC RFI #224 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 ARCH - Knox Box Requirement Clarification TO: DATE INITIATED: LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: DRAWING NUMBER: LINKED DRAWINGS: Thayer Wild (Weinstein A+U) Emma Nowinski (Weinstein A+U) Laura Macdonald (CHG BUILDING SYSTEMS INC) 03/03/2020 TBD FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: Weston Blackburn (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Open 03/10/2020 TBD RECEIVED FROM: Tom Pitman (Lydig Construction, Inc. - Bellevue Off) COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Kiel Lunsford (Lydig Construction, Inc. - Bellevue Off), Emma Nowinski (Weinstein A+U), Tom Pitman (Lydig Construction, Inc. - Bellevue Off), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. - Bellevue Off), Thayer Wild (Weinstein A+U) Question from Weston Blackburn (Lydig Construction, Inc. - Bellevue Of) at 10:57 AM on 03/03/2020 Following OAC Meeting discussions, clarification is needed on the requirement for a knox box at TFS 51. The contract documents do not indicate that a knox box is to be provided, however, confirmation is needed that Certificate of Occupancy can be granted without a knox box on-site. 1. Please advise if a knox box is required. 2. If a knox box is required, please provide a location and installation detail. Awaiting an Official Response All Replies: Per conversations between TFD and design team at OAC meetings on 2/28/20 and 3/3/20, a Knox Box will not be required. Note that TFD will be providing a key box to be located at rear of station. Location and backing requirements to be determined pending further discussion with TFD and Design team. -Thayer W. WAU. 3/4/20 See attached for updated sheets A457 and A301 with key box loca on and blocking details, using key box dimensions provided by Alex Carey via email on 4/2/20* -Thayer W. WAU. 5/26/20 BY Lydig Construction, Inc. DATE COPIES TO Page 1 of 1 Printed On: 03/03/2020 10:57 AM Subject TFS 52/51 - Key Box Date: Thursday, April 2, 2020 at 3:44:39 PM Pacific Daylight Time From: Alex Carey To: Emma Nowinski,Thayer Wild, Lauren Rock CC: Weston Blackburn Attachments: IMG_2073.jpg, IMG_2074.jpg WAU Team, Key box has arrived. The dimensions at the back side are 2 %"VVx4I/8"Lxl34"D.The box tapers down to the face, which is 2 3/8" W x 3 %" L. I think we have an open RFI on 52 for locating this but thought these dimensions would help. Thanks, Alex Carey 1 Senior Project Engineer Lydig Construction alnoG9mAve SE, Ste VoBellevue, wayxoo P. 425.885.3314 1C. 425.753.2790 5113,10153a NVOIrl+51.33111-1.V fl +VN1315N13AA - 21 i ,7,!VII g 3 `i IIP Iiii Ii E Eiji! CD LI i sab . Pi i till z..` g jill h !..1 .VI k 3 LYOIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #091 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #091: CE #129 - ASI -021: Gear Grid Lockers TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 091 / 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 30125 -Tukwila Fire Station #51 - GCCM Prime Contract (18-001.1) Weston Blackburn (Lydig Construction, Inc. - Bellevue Off) 8/5 /2020 None Amount Based No 15,109.57 POTENTIAL CHANGE ORDER TITLE: CE #129 - ASI -021: Gear Grid Lockers CHANGE REASON: No Change Reason POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #129 - ASI -021: Gear Grid Lockers Supply/Install Gear Grid Lockers in Gear Storage Room 129 per ASI -021 ATTACHMENTS: PCO 091 SP-Combined.pdf TFS51 ASI -021 Gear Lockers:pdf Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 8/5/ 2020 10 :41 PM Cost Code Description Type Amount 03-001-99- - Structures, Enclosure 8 Misc Sub -BP03807 Supply/Install Subcontractor $14,177.67 Subtotal: $14,177.67 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. $ 638.00 GL Insurance: 0.75% Applies to all line item types. $ 111.12 P&P Bond: 0.75% Applies to all Ilna item types. $ 111.95 B&O Tax: = 0.47% Applies to all line item types. $ 70.83 Grand Total: $15,109.57 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 8/5/ 2020 10 :41 PM LY DIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425)885-3314 Fax: (425) 881-2903 PCO #091 SP Project: 30126-10 - TFS#51 - Self -Perform 17951 Southcenter Parkway Tukwila, Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #091 SP: CE #150 - ASI 021 - Gear Storage Locker Addition TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 091 SP/0 Pending - In Review FROM: CONTRACT: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 1 - Tukwila Fire Station #51 - Self -Perform Prime Contract CREATED BY: Weston Blackburn (Lydig Construction, Inc. - Bellevue Off) CREATED DATE: 8/5 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING Amount Based METHOD: PAID IN FULL: TOTAL AMOUNT: $14,177.67 No POTENTIAL CHANGE ORDER TITLE: CE #150 - ASI 021 - Gear Storage Locker Addition CHANGE REASON: Client Request POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #150 - ASI 021 - Gear Storage Locker Addition Supply/Install Gear Grid Lockers ATTACHMENTS: Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 8/5/ 2020 09 :58 PM Cost Code Description Type Amount 45-100-05-- Work Order 05 Supply 24 Gear Grid Lockers Materials. $ 7,855,00 2 45-100-05-.- Work Order 05 Install 2 Carpenters, 3 days. Labor 5 4,233.61 Subtotal: 612,088.61 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub'sIPA's, and Project Contingency. $ 1,613.29 Fee - Sub Tier Work: 8.00% Applies to Subcontractor and Purchase Agreements. 5 0.00 GL Insurance: 0.75% Applies to all line item types. 0 104.26 P&P Bond: 0.75% Applies to alt line item types. 5 105.05 B&O. Tax:. .0.47% Applies to all line item types. $ 66.46 Grand Total: 514,177.67 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 8/5/ 2020 09 :58 PM COP Subcontractor Breakdown Summary Project Name: Tukwila Fire Station #51 Project No. 30126 Document Reference: ASI 021 Contractor: Lydig Description: Supply/Install 24 new Gear Grid Lockers 1. CRAFT LABOR COSTS Direct Labor Costs: a. crew (apprentices, journeymen, & laborers) b. foreman c. lead foreman Supervision: d. direct supervision e. safety 2. MATERIAL COSTS a. material costs b. freight costs (itemize) PCO: 091 SP Date: 8/5/2020 Contractor Ref. No. ltemize all costs on attached COP Cost Breakdown form. $ 4,233.61 $ - $ DIRECT LABOR SUBTOTAL $ 4,233.61 3. EQUIPMENT COSTS a. owned equipment (per spec approved source) b. rental equipment (per invoices attached) 4. SMALL TOOLS a. small tools 5. OVERHEAD & PROFIT a. 15% on Materials (2) b. 15% On Labor, Equipment and Small Tools ( 1, 3, & 4) 6. SUB -SUBCONTRACTORS a. b. c. d. 7,855.00 $ $ 1,178.25 635.04 7. OVERHEAD 8. PROFIT ON SUB -SUBCONTRACTORS a. NTE 8% for each sub $ 8. Insurance a. Insurance 9. Bond a. Bond 10. B&O Tax a. B&O Tax 0.75 % of 1-7 0.75 % of 1-7 0.47 % of 1-8 1. CRAFT LABOR COSTS $ 4,233.61 2. MATERIAL COSTS $ 7855.00 3. EQUIPMENT COSTS $ 4. SMALL TOOLS $ SUBTOTAL 1 thru 4 12,088.61 5. OVERHEAD & PROFIT $ 1,813,29 6. SUB -SUBCONTRACTORS $ - 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS $ 10426 105.05 66.46 Self Perform Template - PCO Breakdown LCI.xlsx Page of 8. Bond $ 8. Bond $ 9. B&O Tax $ TOTAL COST 104.26 105.05 66.46 14,177.68 Issued 8/5/2020 COP Cost Breakdown Tukwila Fire Station #51 0 0 F V o N 1 M N N DO V h 4/)04 44 04 04 4/)44041440 V4 N t/40404VT44V4V44'F t/Y +1x 4/44/) +/440 t40)if!: a/x 14 Vx u 10 4 VY _........._.......... Equipment 0 U 44 V! 414 i4 aA01/k VI. 4/1. x44/4 V40)0504440ux 04 V/40504 4.04041/)4/h in G 7 To `w 2 Cost $ o$ 4 0 h 44040404044/x OF 0441x040i/4040404N 04 i/4014 v1 id4 0400404040040400410 N QO 0 c 7 Unit Amt 0 .0 3 m ry U0 0s a4 a4 ux 4n 040044040404004044400404040400000400040044/50504 10 # 4' total hrs 24.00 0 T N o M 0 = th 47. cJ N Description Labor (Carpenter) Equipment Gear Grid Lockers Y 0 U a GearGrid Corporation 670 15th St SW Forest Lake, MN 55025 Phone: (651) 464-4468 Fax: (65 www. gearg ridcorp.co m 464-4780 Project Name: Tukwila Fire Station 51 Project Specification Section: - Addenda Acknowledged: - Sold To: Lydig Construction 3180 139th Avenue SE Suite 110 Bellevue, WA 98005 Phone: Fax: E-mail: Quotation Quote Number: 00004791 Quote Date: 6/25/2020 Customer Number: Ship To: Tukwila Fire Dept Station 51 Tukwila, WA 98188 Confirm To: Carrier Weston Blackburn Old Dominion F.O.B. Terms Origin 30% down, 70% prior to ship Quote Provided By: Jeff Anderson Part Number Description UOM 402403 24"W x 20"D x 72"H Wall Mount - No Doors -Bank of 3 Lockers LOT 402406 24"W x 20"D x 72"H Wall Mount- No Doors - Bank of 6 Lockers LOT 402412 24'W x 20"D x 72"H Wall Mount - No Doors - Bank of 12 Lockers LOT Quote Notes: Quantity Ordered 2 1 1 • (24) GearGrid 24" x 20" lockers without doors • Each locker includes 2 adjustable shelves, 3 apparel hooks and wire grid back panels • Assembly and installation by others • No tax included • RED Baron 1. Assembly/Installation provided by: Lydig Construction 2. GearGrid can provide (NON-UNION, NON -CERTIFIED PAYROLL) Assembly and Installation for an ADDED price of: N/A Estimated Ship Date: Approximately 4 - 6 Weeks weeks after receipt of order. 3. This quote does not include nameplates, please source at wwwfirehouseid.com or locally 4. If Doors are ordered GearGrid does not provide padlocks or other locking devices unless otherwise indicated. 5. When Powerbars are ordered, electrical wiring, receptacles and installation of electrical are not included. Please consult local certified electrician. 6. GearGrid products are packaged on 74" long x 44" wide skids, standard trailer delivery: Off-loading by others. If lift gate or other special services are desired, this must be requested at the time of initial quote request. Quotation is valid for 9t days for product costs; freight charges are valid for Q days. Price $887.00 $1,653.00 $3,239.00 Net Order: Freight: Sales Tax: Order Total US $: xtended Amount $1,774.00 $1,653.00 $3,239.00 $6,666.00 $1,189.00 $7,855.00 TERMS AND CONDITIONS OF SALE GENERAL. These Terms and Conditions apply to all sales of goods ("Goods") by GearGrid, LLC ("GearGrid") to any proposed Buyer ("Buyer"). Any additional or different terns and conditions proposed by the Buyer are objected to and hereby rejected, notwithstanding any terms and conditions that may be contained in any purchase order, acknowledgment, notice, communication or other Buyer form, unless such additional or different terms are expressly accepted by Seller in writing, signed by an authorized officer of Seller. Acceptance by Buyer of any goods from Seller shall be considered acceptance of these Terms and Conditions. If these Terms and Conditions, or any related documents from Seller, are deemed to be a response to a Buyer document, then notwithstanding any additional or different terms that may be embodied in Buyer's document, Seller's response is expressly conditional on Buyer's consent to the additional and/or different terms and conditions set forth in these Terms and Conditions. If these Terms and Conditions are not acceptable to Buyer, Buyer must notify Seller in writing at once. 2. VERBAL ORDERS. Verbal orders are accepted only on the terms herein and in Seller's order acknowledgment. Any discrepancies between Seller's order acknowledgment and the Buyer's verbal order are not binding on Seller. PLEASE REVIEW GEARGRID'S ORDER ACKNOWLEDGMENT CAREFULLY. 3. PAYMENT. Unless otherwise stated in GearGrid's order acknowledgment or quotation, all invoices are due 30 days after the invoice date. Past due accounts will be charged interest at 1.5% per month, but not more the maximum interest rate allowed by law. Any wire transfer or related fees associated with payment of individual invoices will be the responsibility of the Buyer. A 3% fee will be added to any order paid using a credit card. 4. SHIPPING DATES. All shipping dates represent only a reasonable estimate of the time required for manufacturing at the time of order acceptance or quotation. These dates shall not be construed as promises or agreements to ship or deliver goods on specific dates. 5. SHIPMENT - RISK OF LOSS. Except as otherwise provided in Seller's invoice, all shipments will be made by F.O.B. Seller's manufacturing facility in Forest Lake, Minnesota. Shipping and insurance costs are not included in the individual product prices and shall be paid by Buyer. All goods are shipped at Buyer's risk. Title to the goods and risk of loss or damage shall pass to Buyer upon tender of delivery to the carrier in Forest Lake, Minnesota. All claims for shortage or for damage in transit must be reported to Seller within 10 days of delivery. 6. DELAYS. Delivery shall be subject to, and contingent upon, strikes, labor difficulties, riot, war, fire, delay or defaults of common carriers, governmental decrees or orders, inability to obtain necessary material or facilities or any other delays beyond Seller's reasonable control. Seller shall not be liable for any losses caused by such delays. 7. CANCELLATION. A cancelation fee will be applied to all cancelled orders. The amount of the cancellation fee will be based on the percent completion of the customer order. 8. TAXES - Seller's prices do not include taxes or other govemmental charges with respect to the sale, purchase, delivery, use or transportation of Goods. Any such taxes which Seller may be required to pay or collect under any existing or future law shall be promptly paid to Seller by Buyer upon demand. 9. WARRANTIES AND DISCLAIMERS. Seller warrants to the Buyer that the Goods shall be free from defects in materials and workmanship for a period of one year from time of shipment. If Buyer notifies Seller in writing within the applicable period from the date of shipment by Seller ("Warranty Period") of such a defect in any Goods, and if Seller determines that such Goods are not in conformity with this warranty, Seller will repair or replace such Goods or refund to Buyer the purchase price of such Goods. Any claims not made within the Warranty Period are deemed waived by Buyer: SELLER MAKES NO OTHER WARRANTY, EXPRESS OR IMPLIED, INCLUDING ANY WARRANTY OF MERCHANTABILITY, FITNESS FOR A PARTICULAR PURPOSE OR USE OR AGAINST INFRINGEMENT, ALL OF WHICH ARE HEREBY DISCLAIMED BY SELLER. 10. PRODUCT WARRANTY PERIOD. Unless otherwise stated, all GearGrid products are warranted as described in Warranties and Disclaimers, for a period of 2 years, except for the Gridiron locker line which carries a 10 year standard warranty. 11. RETURN & RESTOCKING POLICY. Goods may not be returned without the Seller's consent, at its discretion and will be subject to a restocking fee. A minimum 25% restocking fee will apply to all returned products. No product may be returned without a Retum Authorization and agreement provided by GearGrid. Any returned product received in damaged condition, will be subject to credit adjustment. 12. LIMITATION OF REMEDIES. IN NO EVENT SHALL SELLER'S OBLIGATIONS WITH RESPECT TO ANY GOODS EXCEED THE PURCHASE PRICE PAID TO SELLER BY BUYER FOR THOSE GOODS. IN NO EVENT SHALL SELLER BE LIABLE TO BUYER FOR ANY SPECIAL, CONSEQUENTIAL OR INCIDENTAL DAMAGE, LOSS OR EXPENSE (INCLUDING WITHOUT LIMITATION, LOSS OF PROFITS OR GOODWILL), WHETHER SUCH CLAIM IS BASED ON CONTRACT, NEGLIGENCE, STRICT TORT OR WARRANTY. 13. INTERNATIONAL TRANSACTIONS. If the Goods are to be shipped outside of the United States, no shipment will be authorized until Seller has received an irrevocable letter of credit issued to Seller for the entire purchase price of the Goods and issued or confirmed by a bank located in the United States that is acceptable to Seller in its sole discretion. The Convention on Contracts for the International Sale of Goods shall not apply to any transaction subject to these Terms and Conditions. 14. GOVERNING LAW/DISPUTES - These Terms and Conditions shall be govemed by and interpreted in accordance with the internal laws of Minnesota. No action with respect to the Goods or arising out of these Terms and Conditions may be brought by Buyer more than one year after the cause of action has accrued. All disputes shall be resolved in state or Federal courts located in Hennepin County, Minnesota. 15. EXCLUSIVE AGREEMENT - No agreement varying these Terms and Conditions will be binding upon Seller unless in writing and signed by an officer of Seller. 16. ASSEMBLY AND INSTALLATION (WHEN APPLICABLE) GearGrid will be responsible' for assembly/installation for the items quoted when the price is indicated on quote and accepted by customer. Customer will be responsible for off-loading material from carrier and storing in a safe, secure environment until scheduled installation. Customer is responsible for noting any damage to shipment with carrier at the time of delivery. The damage to be noted on Bill of Lading prior to signing and accepting shipment. Customer will also immediately notify GearGrid of shipment damage via email to salcs@vgeargrid.conl. Evidence of damageincludingdescription and pictures will be necessary. Customer will be responsible for providing a trash receptacle for packing materials and skid disposal. Customer will be responsible for accurate fieldmeasurementsprior to GearGrid releasing order for production. Field dimensions should also note the material make-up of walls or floors that lockers will be anchored into and any impediments that will require special installation circumstances. Inaccurate field dimensions or omission of special installation circumstances that require additional costs in terms of materials or labor will be the sole responsibility of Customer. Customer will coordinate a firm installation date no later than 30 days prior to the required install date to allow for installer to coordinate travel logistics. If jobsite is not ready for installation as of previously agreed upon date, Customer will be responsible for additional travel, lodging and other costs associated with delay. Customer will make sure area is free and clear of any obstructions/clutter to allow for adequate space to work freely. Customer will advise of open days/hours work can be performed on site. GearGrid is not able to provide Certified Payroll or Union Wages. 17. APPROXIMATE LABOR REQUIRED FOR ASSEMBLY AND INSTALLATION. Using the information below will allow you to approximate the Man Hours required to assemble and install GearGrid products. These figures are provided as a courtesy and are dependent on a variety of factors including: labor experience and skill,jobsite conditions, accessories included, layout, etc. Please feel free to use these calculations, however GearGrid is not responsible for actual assembly and installation times. First 6 Lockers: 1 hour per locker Each locker after the first 6:.75 hours per locker Locker Doors: Add .25 hours per door Hose Racks, Slingers, Miami, Suffolk, etc: 2 hours each WEINSTEINA+U ARCHITECTS + URBAN DESIGNERS ARCHITECT'S SUPPLEMENTAL INSTRUCTIONS ASI -021 Project Name: Tukwila Fire Station 51 Contractor: Lydig Construction Issued by: Lauren Rock Copies to: Lydig, SOJ Attachments: Revised sheet A101 N 1051 43 Wire Mesh Storage Locker specification Project No. 17001 Issue Date: 6/25/2020 ❑ 1. The work described herein isa 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 ContractTime, if any, within fifteen (15) days. Description: Provide and install 24 wall -mounted Gear Grid lockers as shown on the attached A101 N. Product specification information: Gear Grid Corporation, Wall -mounted storage system: Jumbo 24" opening Color: Red baron Please issue product submittal and shop drawings as outlined in specification. 2200Western Avenue Suite 301, Seattle, WA 98121-1921 WeinsteinAUtcorn T 206 4438606 F 206 443 1218 5$ 8 ""°'"°""n''''''""v ft +V N131S N13AA 0 TUKWILA FIRE STATION 51 10 51 43 WEINSTEIN A+U WIRE MESH STORAGE LOCKERS SECTION 10 51 43 - WIRE MESH STORAGE LOCKERS PART 1 - GENERAL 1.1 SUMMARY A. Section includes wall mounted wire mesh storage lockers. 1.2 ACTION SUBMITTALS A. Product Data: For each type of product. B. Shop Drawings: Include plans, elevations, sections, details, and attachments. C. Samples: For units with factory -applied color finishes. D. Delegated -Design Submittal: For wire mesh storage lockers indicated to comply with performance requirements and design criteria 1. Include analysis data signed and sealed by the qualified professional eineer responsible for their preparation. 1.3 INFORMATIONAL SUBMITTALS A. Qualif]cation Data For Installer ' B. Welding certificates. 1.4 QUALITY ASSURANCE A. Welding Qualifications: O |ify procedures and personnel personnel according to the foliowing: 1. AWS D1.1/D1.1M, "Structural Welding Code Steel." 2. AWS D1.3VD1.3N1."Structural Welding Code ' Sheet SU»e|." 1.5 OEL|VERY, 8TORAGE, AND HANDLING A. Deliver wire mesh storage lockers to provide protection during transit and Project -site storage. 1.6 FIELD CONDITIONS A. Field Measurements: Verify actual dimensions of construction contiguous with wire mesh storage lockers by field measurements before fabrication. PART 2- PRODUCTS 2.1 MANUFACTURERS A. Manufacturers: Subject to compliance with naquiremento, provide products by the foliowing: 1. Gear Grid Corporation; Standard Wall Mount Lockers; Jumbo 24' ASI -021 June 25, 2020 1O5143'1 1O5143 WIRE MESH STORAGE LOCKERS 2.2 PERFORMANCE REQUIREMENTS TUKWILA FIRE STATION 51 WEINSTEIN A+U A. Delegated Design: Engage a qualified professional engineer, as defined in Section 01 40 00 "Quality Requirements," to design wire mesh units. B. Seismic Performance: Wire mesh storage lockers shall withstand the effects of earthquake motions determined according to ASCE/SEI 2.3 MATERIALS Steel Wire: ASTM A510. Steel Plate , Channels, Angles, and Bars: ASTM A36/A36M. Steel Sheet: Cold -rolled steel sheet, ASTM/\100OA\1UO8KX. Commercial Steel (CS), Type B. Metallic -Coated Steel Sheet: ASTM A653/A653M, Commercial Steel (CS), Type B, with G60 zinc (galvanized) or A60 zinc -iron -alloy (galvannealed) coating designation. Panel -to -Panel Fasteners: Manufacturer's standard steel bolts, nuts, and washers. Post -Installed Anchors: Capable of sustaining, without failure, a load equal to six times the load imposed when installed in unit masonry and four times the load imposed when installed in oonorete, as determined by testing according to ASTM E480E488M, conducted by a qualified independent testing agency. 1. Material: Carbon -steel components zinc plated to comply with ASTM B633 or ASTM F1941, Class Fe/Zn 5, unless otherwise indicated. G. Power -Driven Fasteners: ICC -ES AC7O. H. Seismic Bracing: Angles with legs not less than 1-1/4 inch wide, formed from 0.040 -inch -thick, metallic -coated steel sheet; with bolted connections and 1/4 -inch -diameter bolts. 2.4 WIRE MESH STORAGE LOCKERS A. Wall Mounted Storage System: 1. Product: Subjecto compliance with requirements, provide the foliowing: a. Gear Grid Corporation; Wall Mounted Storage System: Jumbo, 24" opening; 2. Unit Sizes a. Width: 24"W b. Depth: 20''O c. Height: 74 1/2"H_~~ • Gear Locker System: backo� Gear Gr. �-�Iu/n 3 -Pack Turn m����orLocmynzJumbo, 24'openmg; _ _ 2� Unit a. Width: 75 inch L. Dep ches. eight: 83 inches. ASI -021 TUKWILA FIRE STATION 51 10 51 43 WEINSTEIN A+U WIRE MESH STORAGE LOCKERS C. Construction: Units shall be welded at all applicable joints. Forming of metal shall be completed by standard cold -forming operations. Use of fasteners will only be required to allow for knockdown shipping, securing units to mounting surface and on applicable accessories. D. Vertical Dividers 1. Outer Frames: 125 inch outside diameter by 16 gauge wall thickness ASTM A513 steel tubing. 2. Inner Grid: 0.25 inch diameter ASTM A510 cotd drawn steel wire resistance welded to a 3 inch square pattern. 3. Inner Grid wires must be full length and width of inside vertical divider frame. Wires not running full length or width, thus creating exposed wire ends will not be acceptable. 4. Inner Grid wires must run horizontally and vertically creating a square or rectangular grid pattern only. Grid wires not creating a square or rectangular grid pattern will not be acceptable. 5. Inner Grid wires shall intersect and cross all perpendicular wires, and shall be welded at all intersections. E. Back Panel: 1. Required on each locker to protect the locker contents and wall uubotrete, as well as provide an additional panel for accessory attachment. 2. Grid: 0.25 inch diameter ASTM A510 cold drawn steel wire resistance welded to a 3 inch square pattern. 3. Back panel must engage and be secured to vertical dividers via horizontal wires which extend into mounting holes pre -drilled in vertical dividers. Back panels are sandwiched between vertical dividers, preventing them from being removed after assembly is complete. 4. Inner Grid wires must be full length and width of inside vertical divider frame. Wires not running full length or width,thuooreatingexpooedw/inaendowiUnct be acceptable. 5. Inner Grid wires must run hi tally and vertically creating a square or rectalar grid pattern only. Grid wires not creating a square or rectangular grid pattern will not be acceptable. 6. Inner Grid wires shall intersect and cross all perpendicular wires, and shall be welded at all intersections. F. Shelves: One Upper, One Lower. 0.25 inch diameteASTM A51 0 cold drawn steel wire resistance welded and cold formed. Upper shelt includes a 20 gauge steel bracket to accea 2 inch by 16 inch name placard. G. Apparel HooksThree per locker opening. 0.192 inch diameter ASTM A510 cold drawn steel wire resistance welded, cold formed and powder coated. Apparel hooks must securely engage and snap onto side or back grid, to prevent unintentional disengagement of hook. H. Base Assembly: Base frame shall be manufactred from 1.25 inch by 11 gauge wall thickness ASTM A513 square steetubing. Each unit to be supplied with four casters per unit. Casters to have a 250 lbs. capacity per each caster. Each caster is a swivel model with brake. 2.5 FABRICATION A. General: Fabricate wire mesh storage lockers from components of sizes not less than those indicated. Use larger size components as recommended by wire mesh manufacturer. Furnish bo|ha, hardwane, and accessories required for complete installation with manufacturer's standard finishes. 1. Fabricate wire mesh storage lockers to be readily disassembled. ASI -021 June 25, 2020 10 51 43 3 10 51 43 TUKWILA FIRE STATION 51 WIRE MESH STORAGE LOCKERS VVEINSTEIN A+U 2. Welding: Weld corner joints of framing and grind smooth, leaving no evidence of joint finish sand. 2.6 STEEL AND IRON FINISHES A. Powder -Coat Finish: Immediately r cleaning and p,etroatng, apply manufacturers standard baked -on powder -coat finish, suitable for use indiooted, with a minimum dry film thickness of 2 mils. 1. Color: Red Baron. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine areas, with lnstaller present, for compliance with requirementsfor installation tolerances and other conditions affecting performance of the Work. B. Examine floorfor suitable conditions where wire mesh storage lockers will be installed. C. Examine walls to which wire mesh storage lockers will be attached for properly located blocking, grounds, and other solid backing for attachment of support fasteners. D. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 WIRE MESH STORAGE LOCKERS ERECTION A. Anchor wire mesh storage lockers to floor with 3/8 -inch -diameter expansion anchors at 12 inches on center through bottom panel framing. Shim panel framing as required to achieve leveand plumb installation. 1. Floor anchors may be set with power -actuated fasteners instead of postinstalled expansion anchors if indicated on Shop Drawings. B. Anchor wire mesh storage lockers to walls at 12 inches on center through back corner pane framing and as foliows: 1. For concrete and solid masonry anchorage, use expansion anchors. 2. For hollow masonry anchorage, use toggle bolts. 3. For wood stud partitions, use lag bolts set into wood backing between studs. Coordinate with carpentry work to Iocate backing members. 4. For steel -framed gypsum board assemblies, use lag bolts set into wood backing between studs. Coordinate with stud installation to Iocate backing members. 5. For steel -framed gypsum board aooemb|ieo, fasten brackets directly to steel framing or concealed reinforcements using self -tapping screws of size and type required to support structural loads. C. Attach adjacenwire mesh storage lockers to each other through side panel framing. O. Install horizontal dividers/shelving in double -tier storage lockers. 3.3 ADJUSTING AND CLEANING A. Adjust hardware to function smoothly. Confirm that hasps engage accurately and securely without forcing or binding. ASI -U21 June 25, 2020 TUKWILA FIRE STATION 51 10 51 43 WEINSTE N A+U WIRE MESH STORAGE LOCKERS B. Remove and replace defective work, including doors and framing that are wmrped, bowed, or otherwise unacceptable. C. Touchup Painting: Immediately after erection, clean field welds, bolted connections, and abraded areas. Paint uncoated and abraded areas with the same material as used for shop painting to comply with SSPC-PA 1 for touching up shop -painted surfaces. END OF SECTION 10 51 43 ASI -021 June 25, 2020 1O5143'5 LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #092 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #092: CE #124 - #247 Polycarbonate Panel Clarifications Arch - TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBERIREVISION: 092 / 1 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 30125 - Tukwila Fire Station #51 - GCCM Prime Contract (18-001.1) Weston Blackburn (Lydig Construction, Inc. Bellevue Off) 8/5 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: TOTAL AMOUNT: Amount Based No $22,582.18 POTENTIAL CHANGE ORDER TITLE: CE #124 - #247: Arch - Polycarbonate Panel Clarifications CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #124 - #247: Arch - Polycarbonate Panel Clarifications Supply/Install glazed canopy at courtyard per RFI 247 Revised with credit for Polycarbonate supply/install ATTACHMENTS: PCO 092 Combined.pdf_ 10064 Tukwila FS #51 COR 007 Canopy Addpdf _RFI 247 - PolycarbonatePanel lClarifications WAURESPONSE _).,pdf Canopy Glass_SUB 1 5,-28 20.pdf- # Cost Code Description Type Amount 1 08--118-99- - Glazing Subcontractor - BP 05 supply/install Subcontractor $ 23,467.41 2 03-001-99-- Structures, Enclosure & Misc Sub - BP 03&07 Credit Polycarbonate Subcontractor ($2,278.00) Subtotal: $21,189.41 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. $953.52 GL Insurance: 0.75% Applies to all line item types. $ 166.07 P&P Bond: 0.76 Applies to all line item types. $ 167.32 B&O Tax:. = 0.47% Applies to all line item types. $ 105.86 Grand Total: $22,582.18 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 8/14/ 2020 03 :39 PM Facade Tech 18908 13th Place South Seatac, WA 98148 206-453-4075 f 206-327-9419 Final Pricing 1"&li,11. 10064 Tukwila Fire Station #51 Courtyard Canopy Framing & Glass Item Quantitylirs ea. Cost/Rate Subtotal Over Head Subtotal COR 007 Date: 7/29/2020 Profit Sell Glass 1 $4,443.00 $ 4,443.00 1.15 $ 5,109.45 5,109.45 Engineering/Shops 1 $1,500.00 $ 1,500.00 1.15 $ 1,725.00 1,725.00 Labor Fab & Install 1 121 79.00 $ 9,559.00 1.15 $ 10,992.85 1 $ 10,992.85 Framing Materials 1 $3,563.00 $ 3,563.00 1.15 $ 4,097.45 1 $ 4,097.45 Equip -United Rentals 1 $ 891.44 $ 891.44 1.15 $ 1,025.16 1 $ 1,025.16 Fasteners 1 $ 300.00 $ 300.00 1.15 345.00 1 $ 345.00 Caulk & Misc. 1 $ 150.00 $ 150.00 1.15 172.50 1 $ 172.50 Total $ 20,406.44 $ 23,467.41 $ 23,467.41 Hartung Glass Oregon 10450 5,W, Kidder Roa0, WiltIonvillo, OR 97070 Ttil! (00)547-0217 Fax (507)082-0252 httpq/www,hartung glotpl.com Account #: 3041 Tax Exempt:A41 4198 20 Bill To: FACADE TECH 12100 INDUSTRY WAY UNIT P7 ANCHORAGE, AK, 99515 INVOICE INVOICE #: 880255-02 INVOICE DATE: 064.1-0 P.0.#: 673)0 TERMS: 2Y175 -NET 30 ORDER DATE: 06/10/20 SHIP DATE: 06/11/2.p CSR/REP: pot-kaii-6 Raney/MONTY jOB FIRE STATION 0 Attn: Ship To: FIRE STATION #51 17519 SOUTHCENTER PKWY TUKWILA, WA, 98188 Line Qty BO Description 1 1 9/16 CLEAR TEMP .070 SGP LAMINATED ** MK 1 713/16 X 78 Flat Polish: All Sides Frit[Surface #2] Dots On 1/8 Dot 1/4ctr 40% coverage: High Opacity White SX8876: Silk Screen Flat Polish: All Sides 2 1 9/16 CLEAR TEMP .070 SGP LAMINATED ** MK; 2 58_3/4 X 78 Flat Polish: All Sides Frit[Surtace 11.2]: Dots On 1/8 Dot 1/4ctr 40.% coverage: High Opacity White SX8876: Silk Screen Flat Polish: Al). Sides 3 1 9/16 CLEAR TEMP .070 SGP LAMINATED ** m 3 58_3/4 X 78 Flat Polish: All Sides FriL[Surface #2]: Dots On 1/8 Dot 1/4ctr 40% coverage: High Opacity White SX8876: Silk Screen Flat Polish: All Sides Units Price Amount 800.37 800.3'7 39.00 SQ @ 17.83 695.37 300.00 IN @ 0.180 54.00 39.00 SQ ® 0.000 0.00 300.00 IN u 0.170 51.00 676.07 676.07 32.50 SQ @ 17.83 579.47 276.00 IN 5. 0.180 49.68 32.50 SQ @ 0.000 0.00 276.00 IN 5? 0.170 46.92 676.07 676.07 32.50 SQ @ 17.83 579.47 276.00 IN W 0.180 49.68 32.50 SQ @ 0.000 0.00 276.00 IN @ 0.170 46.92 Line Qty E0 4 INVOICE ft: 880255-02 PAGE : 0002 Description 5 1 6 1 '7 9/16 CLEAR TEMP .070 SGP LAMINATED ** MX; 4 55_1/4 X 78 Flat Polish: All Sides Frit[Surface #2]: Dots On 1/8 Dot 1/4ctr 40% coverage: High Opacity White. SX8876: Silk Screen Fiat Polish: All Sides 9/16 CLEAR TEMP .070 SGP LAMINATED ** MK 5 561/4 X 78 Flat Polish: Al]. Sides Frit[Surface I12]: Dots On 1/8 Dot 1/4ctr 40% coverage: High Opacity White SX8876: Silk Screen Flat Polish: All Sides 9/16 CLEAR TEMP .070 SGP LAMINATED ** MK; 1,1 23_7/8 X 78 Corner Notch: MARK L-1 Flat Polish: All Sides Frit[Surface #2]: Dots On 1/8 Dot 1/4ctr 40% coverage: High Opacity White SX8876: Silk Screen Corner Notch: MARK L-1 Flat Polish: All Sides 9/16 CLEAR TEMP .070 SGP LAMINATED ** MK L-1 36_9/16 X 78 Corner Notch: MARK R-1 Flat Polish: All Sides Frit [Surface #2] Dots On 1/8 Dot 1/4cbr 40% coverage: High Opacity White SX8876: Silk Screen Corner Notch: MARK R-1 Flat Polish: All Sides FRIT SETUP CJ -ARG Units 30.33 SQ @ 268.00 IN @ 30.33 SQ @ 268.00 IN (0 31.42 SQ @ 272.00 IN @ 31.42 SQ @ 272.00 IN @ 13.00 SQ 1.00 EA @ 204.00 IN @ 13.00 SQ @ Price Amount 17.83 0.180 0.000 634.64 634.64 540.84 48.24 0.00 0.170 45.56 17.83 0.180 0.000 655.36 655.36 560.16 48.96 0.00 0.170 46.24 17.83 25.000 0.180 0.000 353.19 353.19 231.79 25.00 36.72 0.00 1.00 EA 0) 25.000 25.00 204.00 IN @ 0.170 34.68 20.58 SQ @ 1.00 EA U 232.00 IN 0 20.58 60 @ 17.83 25.000 0.180 0.000 498.20 498.20 367.00 25.00 41.76 0.00 1.00 EA @ 25.000 25.00 232.00 IN 0 0.170 39.44 "Please Remit to: P.O. Box 101626, Pasadena, CA 91189-1626" 8802E35-2 Wgt: 13603± Subtot:4,443.90 E/S:0.00 TAX:0.00 Hartung Glass - Oregon bears no expense or liabitity for any consequential damages to anyone the product not retained by the buyer. NOTICE: A finance charge of 1-1/2T per month is added after the date of the statement. Purchaser agrees to pay sellers reasonable attorney fees. NO GOODS ACCEPTED YOR RETURN OUR CONSENT 0000 SUBJECT TO HANDLING CHARGE. PARTS ORDERED SPECIAL. ARE NOT RETURNABLE. 150.00 Total(US$): 4,443.90 in excess of the purchase price or to accounts not paid within 30 days WITHOUT 12:10 PM Facade Tech 07/15/20 Time by Job Summary All Transactions Jul 17,20 Lydig Construction, Inc.:10064 (LCI) Tukwila Fire Station #51 Union Labor Union Labor:001 Meetings - Shop Union Labor:002 Meetings - Job Site Union Labor:1000 - Skylights:100-0 Fab/Assemble - Shop 29:45 Union Labor:1000 - Skylights:100-1 Fab/Assemble - JS 19:45 Union Labor:1000 - Skylights:100-10 Install Face Cap JS 800 Union Labor:1000 - Skylights:100-9 Install Framing - JS 48:00 Union Labor:200 - Guard/Stair Rails:20-0 Fab/Assemble - Shop Union Labor:300 - Panels:30-7 Caulking - JS Union Labor:400 - Exterior Storefronts Union Labor:400 - Exterior Storefronts:40-0 Fab/Assemble - Shop Union Labor:400 - Exterior Storefronts:40-1 Fab/Assemble - JS Union Labor:400 - Exterior Storefronts:40-10 Install Face Cap - JS Union Labor:400 - Exterior Storefronts:40-11 Install Doors - JS Union Labor:400 - Exterior Storefronts:40-13 Punch List - JS Union Labor:400 - Exterior Storefronts:40-2 Glass - Shop Union Labor:400 - Exterior Storefronts:40-3 Glass - JS Union Labor:400 - Exterior Storefronts:40-5 Flashing - JS Union Labor:400 - Exterior Storefronts:40-6 Sub Caulking - JS Union Labor:400 - Exterior Storefronts:40-7 Finish Caulking - JS Union Labor:400 - Exterior Storefronts:40-B Interior Caulking - JS Union Labor:400 - Exterior Storefronts:40-9 Install Frame - JS Union Labor:500 - Interior Storefronts Union Labor:500 - Interior Storefronts:50-3 Glass - JS Union Labor:500 - Interior Storefronts:50-4 Flashing - Shop Union Labor:500 - Interior Storefronts:50-5 Flashing - JS Union Labor:500 - Interior Storefronts:50-7 Finish Caulking - JS Union Labor:700 - Relites Union Labor:700 - Relites:70-3 Glass - JS Union Labor:900 - Mirrors:90-3 Glass -JS Total Lydig Construction, Inc.:10064 (LCI) Tukwila Fire Station #51 TOTAL Total: 105.5 PM Time: 15.5 Total: 121 Hours Page 1 INVOICE arcadia BILL TO: 0001000061 ALASKA GLAZING INC. 12100 INDUSTRY WAY, UNIT P7 ANCHORAGE AK 99515 PHONE: (907) 770-0260 FAX: (907) 770-0261 P/0: STOCK DATE: 06/17/20 NO.: 0000057112 AAW PAGE: 1 SHIP TO: 0001000061 FACADE TECH 18908 13Thi PLACE SOUTH P.206 SEATAC WA 98148 ORDERED SHIPPED SHIP VIA CU T REF. F.O.B. ORDER # TERM SALESMAN 05/28/20 06/17/20 WILL CALL STOCK 0000054320 1%/10 N/30 H04 ORDERED 8/0 SHIPPED UM PART NO. FN LENG. DESCRIPTION UNIT PRICE AMOUNT ......... ,,,,, ..... , . ,, . , ... „., .. BRONZE ANODIZED 5 5 SL T240 88 2402 2 X 4 X 125 REC. TUBE 525.00 2,625.00 5 5 SL 253535 88 2401 3,5 X 3.5 X 25 555.00 2,775 00 ADD $200.00 FOR FREIGHT F`ROM L AsilTO PFCE BELO Subtotal 5,400 00 Discount -3,240.00 Freight 200.00 Sales Tax 0.00 Please Pay 2,360.00 Remit To: ARCADIA ®, INC. 7830 196TH STREET - KENT, WA 98032 - 425.869.7300 - FAX: 253.395.4234 ORIGINAL BFC Architectural Metals 9034 Des Moines Memorial Drive eaTac, WA 98148 www.bfcmetals.com 206.763.0530 Cuato9 Facade Tech 18908 13th Place SeaTac, WA 9814 0 voice 7/2/2020 Invoice # 33774 Ship To ORDERED BY PO #_ __ 1 TERM$: SHIP DATE ORDER DATE WO # Job.Name--._4 Brian f 0699 ''• Net 30 7/2/2020 J20-10546 Tukwila t"ire Station DESCRIPTION QTY RATE "AM©UNT WaterJet (8) panels - .063" Dark Bronze - debur .063 Dark Bronze Brake Shape - 3" X 3/4" with closed hem Qty 2 © 80" .090 Mill Alum Brake Shape - 3/4" X 9/16" X 3/4" Qty 2 @ 78" 8 1 1 19.86 79.02 57.10 158.88 79.02 57.10 Total $295.00 Balance Due $29500 Thank You for your business! Please remit payments to: BFC Architectural Metals 19034 Des Moines Memorial Dr SeaTac, WA 98148 TM Inc SUIIROOMS • RAILINGS 3307 Cedar Street Everett, WA 98201.4517 Phone: 425/259-6000 5 0 LD T0 E ALASKA GLAZING, INC. dba Facade Tech 907-770-0260 F-0261 12100 INDUSTRY WAY #P7 ANCHORAGE, AK 99515 USA LY LUST. NO. ALA013 CARRIER P0 titT1ber 10679 QUANTI _RDERED 14 14 7 icC7,4:3 SHIP VIA 5 P T0 INVOICE NUMBER 1N00087692 INVOICE DATE Jun 08, 2020 keegen@slas g.com 907-770,0261 ALASKA GLAZING, INC, dba FACADE 206/453-4075 18908 13th PL South SeaTac, WA 98148 F.O.B. TERMS Cash on Delivery SALESMAN BRAD ANDERSON RDE R DATE Jun 2, 2020 UANTITY SHIPPED BACK ORDERED 14 0 14 0 7 0 ITEM NUMBER DESCRIPTION UNIT OF MEASURE. EX004008B0 EA #4008 BRONZE SNAP CAP - 8' EX004009M0 EA #4009 MILL PRESSURE PLATE - 8' EX000028B0 EA #30028 BRONZE MULLION - 18' Due Date Jun 8, 2020 Amount Due Discount Date 903.00 Jun 8, 2020 PLEASE PAY FROM INVOICE NO STATEMENT WILL SE SENT Visit our web site at "www.crystalite.com" All custom Sizes and Custom Cut Products are Non -Returnable. Email Copy UNIT PRICE 16.33 16.16 64.02 Disc, Amount 0.00 Subtotal Total Sales Tax Amount due ORDER NO. 8006884 AMOUNT 228.62 226.24 448.14 903.00 0.00 903.00 PAGE Job Site ° United Rentals° BRANCH 805 17700 WEST VALLEY HIGHWAY. TUKWILA WA 98188 425-251-8150 TUKWILA FIRE STATION 17915 SOUTHCENTER PKWY TUKWILA WA 98188 IIIIII IIII' ui R91 Office: 907-770-0260 Cell: 907-529-0267 ALASKA GLAZING INC 12100 INDUSTRY WAY STE P7 ANCHORAGE AK 99515-3594 ui RENTAL AND SERVICE AGREEMENT #183160791 Customer # Agreement Date Rental Out Scheduled in UR Job Loc UR Job # Customer Job ID P.O # Ordered By Reserved By Salesperson : 947736 : 06/23/20 : 06/23/20 12:00 PM : 06/25/20 12:00 PM : 17915 SOUTHCENTER PK : 46 : 10698 : CHRIS SUTTON JORDAN RIZVI : COLBY NICHOLSON RENTAL ITEMS: Qty Equipment Description Minimum Day Week 4 Week Estimated Amt. 1 10887800 SCISSOR LIFT 10-13' ELECTRIC 130.00 130.00 260.00 525.00 260.00 Make: MEC Model: 1330SE Serial: 16304053 Meter out: 93.30 1 10887804 SCISSOR LIFT 10-13' ELECTRIC 130.00 130.00 260,00 525.00 260.00 Make: MEC Model: 1330SE Serial: 16304057 Meter out: 55.70 Rental Subtotal: 520.00 SALES/MISCELLANEOUS ITEMS: Qty Item Price Unit of Measure Extended Amt. 1 ENVIRONMENTAL SERVICE CHARGE [ENV/MCI] 10.400 EACH 10.40 1 DELIVERY CHARGE 140.000 EACH 140.00 1 PICKUP CHARGE 140.000 EACH 140.00 Sales/Misc Subtotal: 290.40 Agreement Subtotal: 810.40 Tax: 81.04 Estimated Total: 891.44 COMMENTS/NOTES: CONTACT: CHRIS SUTTON CELL#: 907-529-0267 TTF.GROUND DROP, CALL AHEAD. A CLEANING CHARGE WILL APPLY TO EQUIPMENT RETURNED WITH EXCESSIVE DIRT, CONCRETE, AND/OR PAINT. CUSTOMER IS RESPONSIBLE FOR ALL DAMAGE INCLUDING TIRES. THERE WILL BE AN ADDITIONAL CHARGE FOR MISSING KEYS. A REFUELING SERVICE CHARGE WILL BE APPLIED TO ALL UNITS NOT RETURNED FULL OF FUEL SEE BELOW FOR EXPLANATION OF REFUELING SERVICE CHARGE * * * * * * * * * * * * ARE YOU OR YOUR EMPLOYEES IN NEED OF OPERATOR CERTIFICATION TRAINING? CONTACT UNITED ACADEMY TODAY 844-222-2345 OR WWW.UNITEDACADEMY.UR.COM TRAINING IS NOT AVAILABLE ON CERTAIN EQUIPMENT IN CANADA. OPTIONAL RENTAL PROTECTION PLAN: THE RENTAL PROTECTION PLAN /SNOT INSURANCE. The Rental Protedion Plan is only available to direct commercial customers. Upon accepting the optional Rental Protection Plan, Customer agrees to pay a charge equal to 192 of the rental charges on the Equipment Customer wants covered by the Rental Protection San. In return, United agrees to waive certain claims :for accidental damages to or theft of such covered Equipment occurring during normal and careful USE. Customer remains liable for all other damages as set forth in the Rental and Service Terms. NOTICE FOR RENTAL OF A MOTOR VEHICLE: THIS CONTRACT OFFERS, FOR AN ADDITIONAL CHARGE. A DAMAGE WAIVER (or Mental Protection Plan')TO LIMB CUSTOMER'S FINANCIAL RESPONSIBILITY FOR DAMAGE TO, OR. THEFT OF: THE MOTOR VEHICLE. BEFORE DECIDING WHETHER TO PURCHASE THE DAMAGE WAIVER, CUSTOMER MAY WISH TO DETERMINE WHETHER CUSTOMER% OWN INSURANCE GIVES CUSTOMER COVERAGE. THE PURCHASE OF THI0 DAMAGE WAIVER IS NOT MANDATORY. AND MAY BE WAIVED OR DECLINED BY CUSTOMER. A CLEANING CHARGE: YALL APPLY TO EQUIPMENT RETURNED WITH EXCESSIVEDIRT, CONCRETE, AND/OR PAINT. CUSTOMER IS RESPONSIBLE FOR ALL DAMAGE. THERE WILL BE AN ADDITIONAL CHARGE FOR MISSING NEMS. REFUEUNG SERVICE CHARGE: Customer is required to return the Equipment with a full tank o1fuel. (1 Customer returns the Equipment with less than a full tank of fuel, Customer agrees to pay a Refueling Service Charge at the pm gallon rate applicable at the time Customer returns the Equipment.. (The current rate is available from the Store Location; but, the final rate may differ basad on market conditional the lime of return). For additional information, see the Rental and Service Terms. ENVIRONMENTAL SERVICE CHARGE: Due to the hazardous nature olsom° waste and other products; to comply with: federal and state environmental regulations; and to promote a dean environment, United charges an Environmental Service Charge for certain rentals. The Environmental Service Charge is not a govemment-mandated charge, is not designated for any particular use, and is used at United's discretion. The Environmental Service Charge is 2.00% of the rental charge and will not exceed 599. Customer acknowledges the items indicated above are subject to the Environmental Service Charge. and. Customer agrees to pay that Charge. DELIVERY: If Customer chooses to have United deliver and pickup the Equipment, Customer agrees to pay a Delivery and Pickup Service Charge. READ BEFORE SIGNING: By signing below, Customon (I) agrees that Customer has recehred, read and agreed to to Renal and Service Terms and the optional Rental Protacrlon Plan ('RPP') Terms (Uta RPP Is applicable), both of TAMA ora postal online at httru/dlwww.onitadremais:coetllega(TeMal-sorvioe-temts.US and hthoslNwm rafitadmmalAGRI BEIV P.tt•US , mspectiveN,and are incorporated by reference into this Agmemenk (9) authorizes United Rentals to chaff is payment method pmvlded per the above-retemncod teras; and (N) acknowledges tat the Equipment is ta the condition as stated on condridon mporgs). By agreeing to the Tema, you agree (1) to Indemnify United for losses relating to his transaction; (2) that Un41ocfoiatdities aro united and (3) that United makes no warranties as the equipment's merchants lily, quality or fitness fora particular purpose; as :well as other Terns affecting your rights. X 06/23/20 I ' 'ANIELS 06/23/20 CUSTOMER SIGNATURE DATE CUSTOMER NAME PRINTED U IT D 'ENTALS REPRESENTATIVE/DELIVERED BY DATE NOTICE: By accepting delivery of the Equipment listed above or making payments) to United for the Equipment listed above, Customer agrees to be bound by the Rental and Service Terms at the referenced URLs, even if the Rental and Service Agreement has not been fully executed. COPIES OF THE RENTAL AND SERVICE TERMS AND, IF APPLICABLE, THE RPP ARE :AVAILABLE IN PAPER FORM UPON REQUEST. Paae: 1 FASTUS V0.9.2012 LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #092 SP Project: 30126-10 - TFS#51 - Self -Perform 17951 Southcenter Parkway Tukwila, Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #092 SP: CE #152 - RFI 247 - Polycarbonate Panel Clarification TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 092 SP / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: Pending - In Review FROM: CONTRACT: CREATED BY: CREATED DATE: 8/14 /2020 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) PRIME CONTRACT None CHANGE ORDER: ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: ($2,278.20) POTENTIAL CHANGE ORDER TITLE: CE #152 - RFI 247 - Polycarbonate Panel Clarification CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #152 - RFI 247 - Polycarbonate Panel Clarification Credit for omission of polycarbonate panels at courtyard canopy. ATTACHMENTS: Self Perform_ PCO 92 SP Breakdown LCL.:pdf # Cost Code Description Type Amount 1 05-005-01--Misc, Steel Credit for Polycarbonate Material Cost Materials (5867.00) 2 05--005-01-- Misc. Steel Credit for Install of Polycarbonate Labor (51,411.20) Subtotal: ($2,278.20) 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: 8.00% Applies to Subcontractor and Purchase Agreements. $ 0.00 GL Insurance: 0.00% Applies to all line item types. $ 0.00 P&P Bond: 0.00% Applies to all line item types. $ 0.00 B&O Tax: 0.00% Applies to all line Item types. $ 0.00 Grand Total: (52,278.20) Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 8/14/ 2020 03 :06 PM COP Subcontractor Breakdown Summary Project Name: Tukwila Fire Station #51 Project No. 30126 Document Reference: RFI 247 & RFI 112 Contractor: Lydig 1 Description: Credit for16 Polyga ail at Courtyard Canopy PCO: 092 SP, Date: i 811412020 Contractor Ref. No. 1. CRAFT LABOR COSTS Direct Labor Costs: a. crew (apprentices, journeymen, & laborers) b. foreman c. lead foreman Supervision: d. direct supervision e. safety 2. MATERIAL COSTS a. material costs b. freight costs (itemize) (1,411.20 DIRECT LABOR SUBTOTAL $ (1,411.20)I 3. EQUIPMENT COSTS a. owned equipment (per spec approved source) b. rental equipment (per invoices attached) 4. SMALL TOOLS a. small tools 5. OVERHEAD & PROFIT a. 15% on Materials (2) b. 15% On Labor, Equipment and Small Tools (1, 3, & 4) 6. SUB -SUBCONTRACTORS a. b. c. d. 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS a. NTE 8% for each sub 8. Insurance a. Insurance 9. Bond a. Bond 10. B&O Tax a. B&O Tax 0. % of 1-7 0.751%of 1-7 0.47 % of 1-8 (867.00) d COP Cost Breakdow 1. CRAFT LABOR COSTS ;$ (1,411.20); 2. MATERIAL COSTS $ (867.00) 3. EQUIPMENT COSTS $ 4. SMALL TOOLS ;$ SUBTOTAL 1 thru 4 (2,278.20) 5. OVERHEAD & PROFIT $ 6. SUB -SUBCONTRACTORS $ 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS S$ Self Perform - PCO 92 SP Breakdown. LCI.xlsx Page of 8. Bond $ 8. Bond $ 9. B&O Tax TOTAL COST (2,278.20) Issued 8/14/2020 COP Cost Breakdown ci E z z �, u 11 "o _ f U O C W UT V} a/T VS V} a.Il Vl 8fr M a!! Vl VF OF Vl OF VF VF VY ah Vl L} tYl Ul U) VI N lR al1 V! a/1 all N N all Vl Equipment 0 u O VT V} VI W VI U1 VY V1 V} VY Vl ifl O it itt all Vl a/T V VF [l} V} t4 {M1 V} v +.h n V} N Unit $ Ti ele r2. Cost I $ $ 867.00 $ - V} VY Uf UT to V} U} all V} Vt Vl V} VI Ul VF 4(4 Vl VT V} Vl to all VT Ul Uf 40 Vl VF VT i/1 0 Q 1D W VM ni • — N 7 0 O 8 Labor Hourly total hrs Cost $ 88.20 8.00 $ 1,411.20. Vl U1 V k ah V1 ah Uk U4 v14 +J4 V T alk V F N V l V 4 V T V} VY Ul 4» a!Y {h N 05 U1 VI u} V k V} Uk V 4 ' a U9 C N Description Credit Labor (Carpenter) Credit Material ($4.25/SF Multiwall Polycarbonate) Total Cost of Work Self Perform - PCO 92 n+ V N 1315 N 13 AA G . a 1 s'+z5 J iisi ilii e =a LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RECEIVED Mar 242020 WEINSTEIN A+U LLC RFI #247 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Arch - Polycarbonate Panel Clarifications TO: Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) Emma Nowinski (Weinstein A+U) DATE INITIATED: 03/23/2020 LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: TBD DRAWING NUMBER: LINKED DRAWINGS: RECEIVED FROM: COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Kiel Lunsford (Lydig Construction, Inc. - Bellevue Off), Emma Nowinski (Weinstein A+U), Tom Pitman (Lydig Construction, Inc. - Bellevue Off), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. - Bellevue Off), Thayer Wild (Weinstein A+U) FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: Tom Pitman (Lydig Construction, Inc. - Bellevue Off) David White (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Open 03/30/2020 TBD Question from David White (Lydig Construction,Inc.Inc - Bellevue Of) at 06:04 PM on 03/23/2020 Based on conversations with Polygal representative Harker & Associates, it has been communicated that there are concerns with basis of design polycarbonate multiwall product identified in RFI 112. 1. As explained in the attached, the basis of design product twinwall polycarbonate panel is intended to be used at a slope of at least 1:12. The canopy in the court yard is currently designed at a slope of 1/4 per foot. Using twinwall sheets in a low slope application can cause condensation to build up within the flutes, which can later lead to mold. Harker & Associates recommends utilizing Sungal or a solid polycarbonate panel which will allow for a lower slope to be used. Please advise what type of panel should be utilized. 2. The "H" shaped edge profile shown in 6/A453 is similar to a edge fastener Polygal makes, but is typically intended for sheet to sheet connections. Harker and Associates states a U profile aluminum edge could be utilized and then fastened directly to the L 2 x 2 1/2" angle below. Please advise of the type of trim to be utilized and advise if any type of fastener should be used and at what spacing. 3. The sheets are shown spaced away from the support steel around, but clear dimensions of each sheet are not given which are needed for fabrication purposes. o Please provide dimensions of each sheet. See attached for further information. Attachments: RFI 247 - Polycarbonate Panel Clarifications.pdf Awaiting an Official Response All Replies: See revised sheet A453, attached. Polycarbonate panels will be replaced with laminated glass and attached to the top of the canopy support steel. Glass shall be engineered to meet the following requirements: - Support the design loads at spans required by the canopy layout, with no more than 1 deflection Snow load = 30 psf Gross wind uplift = 13 psf - Weigh no more than 10.5 lbs/psf - Provide 40% coverage white frit on the structural interlayer BY DATE E.Nowinski / WAU 5/13/2020 Lydig Construction, Inc. COPIES TO Page 1 of 1 Printed On: 03/23/2020 06:04 PM sn3N9i:3aN.ann+su33i3nnv n+y N 1315 N 13M ,,,11 T-1=-1Z1�-K azo s i € l- eF';{ Q 17. $g :�'� 3'g 1y rysss i )2.._ g8F3` ,,,11 T-1=-1Z1�-K SLOVCSW9OZ 84186 I/M 'oeleaS 1111106 Gould WI. 80681. Opr",'W:1 EE086 uoi6u NseAA 'efinroini ice/m{.2d Jeluempos 91.6LL. 1,9# UOIlelS au ewini ii1 1 6 m g clz . , ini_mvens 31V1:1 NOIS VGLI r C•1 CO CO CO 115 ARCHITECT: 0 0 SLOVESY9oz 861196 VM'3eleaS yanogaoeld (n1 1 90681. ti,.,.i. ;.7)1)1 £E086 uol6wyseM'eroinl AeM)j.Jed Jaluaa4lnoS 91.6L I. uol a au e n L 5# �S I 1 UE Gain BY: BH. Roomed M eH TITLE CONTENTS CODE/STANDARDS: GLASS SCHED N X g M I,�u s ova NOISIAal Tukwila Fire Station #51 CO LUF- 0 w z w 0 1 sig 6 Eo 8 1 s 6 82 s X90 Pg ftOm o H qg l 0 m a 5 Pigg 6 2§ $IRRindoE a��FB�" J MANUFACTURER/PRODUCT Glass Holding Mullion Support Tubes & Angles g U co c NQ r 0 0 h GLASS SCHEDULE 0 5 ca 5 DESIGN CRITERIA IIIII re o w z Z O i43 o a �o DEFLECTION cr C o0 0 V V.5 coLL P co o co 0 LL Off_ z a z a 0 o 0 0 0 0 O O O OJ z z z z 0 SCOPE FURNISH & INSTALL Sliding Bam Doors 4 each with Pulls z H 0 0 COVER SHEET O o J�2J ow M t coC 3 tu3 005 0 C N 000 u.. n.a i= P a ww o®S$ N 0 0 N So0B' 2 SL04'£SV90Z 84L86 VM'oeleeg y;nog aoeld lint 80681 ,,,.,.i. EEO26 uol6uiyse/N'e�im nl AeM)ed JaluaagnoS 91.6L I. 1,4 uogeig aueli Mini I i TILE Floor Plan a a 2 g M A lW1LW9115 ava NOIS1AB SL04'fSb'90Z 80686 VM aeyeaS 4;nos aoeld WC" 80681 I'•'.I.i(eMJed EE086 uol6ulyseM'eIV 1nl JeluaO3n 4oS 9 1„6L1,. I,9# uogeis au eIvv nl 31 gi 2c W ih N p N p / y -r_ 2 $ s 8 0. iwar/lens aLVO aNOISLL31d Steel Layout ca - U v .48 C00 BL �,0.19.4L_ L U 0 Z +� 0 0 0 0 0 J `V (5 N p N p / y -r_ -1-situ mb' O. SLOV`8SV'90Z 8V186 VM `2eleag 4ifOS 60eld 4181 80681 EE086 uoa6uiyse/�I�'elUn�nl ABM) Jed JejUeOy]nOS S 16L I. uoi a aai a n 6S# lS I! 11 1 A= g1 , 0 o N LU 2. A & � � 31V0 NOISIA a SLOPTS4'90Z 1341136 I'M `3elcoS 414n09 eoeld 41E1 80681 1 - EEO% uoiBuNsem'epoini AemVed Jalua041110S 1,g# uopis 9.4elyvoini ' 9 I.6L 4 4 0 79 h s'A•__, ., N k 0441 S N 0 N 1 0 k 0 .... c§ = •• ._ , g ill co , X ... .5. 'g _2 cf) N 0 N e k 0 e S 0 N \ 0 0 N 0 sN e e e N 0 0 N N k 0 N 0 1g q N 0 e N, 0 e 0 N 0 N N Ss St N 0 N I. ki 4 , 1 M g• Tube t ,-,•„iimns aye NOISIA3H on Thru Glass Slope 0 1 °— -- 0 79 h s'A•__, ., N k 0441 S N 0 N 1 0 k 0 \ 4" Tube ... .5. 'g _2 cf) N 0 N e k 0 e S 0 N \ 0 0 N 0 sN e e e N 0 0 N N k 0 N 0 1g q N 0 e N, 0 e 0 N 0 N N Ss St N 0 N I. ki 4 . t , . . . , , 4 t , t Tube Tube t 0 I %. \ on Thru Glass Slope 0 SLOYCSb'9OZ 90L86 tlM'�eleag y;nog eoeld 4;£1 9060E #,g. EE096 uo�6uiyseM'e�Un�nl Aenvi-led Jeluao43noS 916E I. i,g# uol}elS au ell/mini i TRLE Details Sliding Door Layout 8 Mounting g .. A . nvimans$ 31V0 NOISIA2 SLOYCSt' 90Z 8'LB6 VM `oeleas Lunog e3eld 43£L 9068L ££086 uol6uiyseM'ejpvnl /(eM).1ed JeluaoglnoS-916L 4 65# uoRels aJId ewvoini MOMS lVLUWEIOS 31VO NOISIn3a A A enew 4e sselo;o dol ,.8/9-9 /Li" IIeM „SZ' al6uy r„8/C_0 U N 0 W N N cep 'WSW 2 v/tro C:2 A\ SLOV'ESV'80Z 817186 VM'Oe1veS 40noS aoeld 41E1 80681 £086 uo 6use 'emu1 Flashing by Lydig. Run Under Pressure Cap Laminated Glass. f L i„, 1.u. Jo d 4L „:„i. J(ennNJed Jeluea4inoS 91611 • -g 69# uo!TeTS au eivitoinl 2 g¢ ,Telll,5 31V4 NOISIA3a g 2 g L 2LL 3 ro D 1. 4(D 1 g 1 1 1 1 Flashing by Lydig. Run Under Pressure Cap Laminated Glass. ,it F m d 4" Tube i„, 1.u. Jo d 4L ro D SL0PTSV*90Z 84186 VM 'peleaS sem 'eini e£086 uoi6uHmi LIMOS epeld 114E1 80681 /M) -led Jell-100111noS 9 I.6L I. - E 12 a 1, I,g# uoRels aqj ell/mini [ -ft/towns I MVO NOISIA36 g 3 N 0 <0 N c 00 .914'6-0 .91-/£1,0 .. . '.• '.',..' '.'.'.' .. '....'.'.'. ...................,......... . . . . Brake Shape Cover N I LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #093 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #093: CE #151 - #134: PRIORITY Plumb - Compressed Air Clarifications TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 093 / 2 REQUEST RECEIVED FROM: STATUS: REFERENCE: Pending - In Review FROM: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 CONTRACT: 30125 - Tukwila Fire Station#51 - GCCM Prime Contract (18-001.1) CREATED BY: Weston Blackburn (Lydig Construction, Inc. - Bellevue Off) CREATED DATE: 8/5 /2020 PRIME CONTRACT None CHANGE ORDER: FIELD CHANGE: No LOCATION: ACCOUNTING Amount Based METHOD: SCHEDULE IMPACT: PAID IN FULL: No TOTAL AMOUNT: $1,577.61 POTENTIAL CHANGE ORDER TITLE: CE#151 -#134: PRIORITY - Plumb —Compressed Air Clarifications CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #151 - #134: PRIORITY Plumb Compressed Air Clarifications Added compressed air connection for the pneumatic cylinder vise per RFI 134 ATTACHMENTS: RFI 134 - Compressed Air Clarifications_WAUResponse.pdf Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 8/24/ 2020 02 :28 PM Cost Code Description Type Amount 23 -001 -99 --Mechanical MCCM pneumatic vise connection Subcontractor $ 1,480.31 Subtotal: $1,480.31 Fee - Self Perrone 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. $ 66.61 GL Insurance: 0.75% Applies to all fine item types. $ 11.60 P&P Bond: 0.75% Applies to all line Item types. $ 11.69 88.0 Tax: = 0.47% Appliesto all line item types. $ 7.40 Grand Total: 61,577.61 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 8/24/ 2020 02 :28 PM Johansen Mechanical, Inc. PHONE 425-481-2266 FAX 425-486-6933 CHANGE ORDER DETAIL JOB NAME Tukwfla FS 51 DATE: BILLING CONTRACTOR Lydig Construciton JKQ|COR #: 8020 JOHANSEN JOB # D30800 DESCRIPTION: IAdded PRV, filter and associated fittings for pneumatic cylinder vise connection EXCLUSIONS: REFERENCE: fRFI 134 SCHEDULE IMPACT: I. LABOR: A. LABOR (FIELD FOREMAN) RS @ B. LABOR (FIELD JRNYMAN) i i 0.00IHRS@ C. LABOR (SHOP MECH) RS @ O. LABOR (DELIVERY) 0.00IHRS@ E. LABOR (GERV|CE)HRG@ F. DETAILING | 0.00IHRS@ G. SUPERVISION HRS @ H. PROJECT STAFF HRG@ LABOR TOTAL U. MATERIAL AND EQUIPMENT A. MATERIALS B. EQUIPMENT C. FREIGHT O. RENTALS E. VEHICLES (1ommLABOR 'vv') III. SUBCONTRACTORS A. ALL SUBS (Adept) IV. OTHER DIRECT COSTS $ 92.51 =$ $ 86.81 = o $ 99.72 = $ $ 75.99 = $ $ 99.72 = $ $ 92.51 = $ $ 98.45 = $ $ 97,85 = $ MATERIAL EQUIPMENT TOTAL SUB SUBTOTAL B. SMALL TOOLS AND CONSUMABLES @ 5% C. PERMITS OTHER DIRECT COSTS TOTAL 92.51 ~ . �$ ~ l/$ ~ 92.51 V. TOTAL ITEMS I, II, III, AND IV VI. OVERHEAD & FEES A. OVERHEAD B. PROFIT C. SUBCONTRACTOR MARKUP D. B&OTAX@ \6ALDFOR 30DAYS U 156-1751- $1,352.14 15%1 $ 561751- $ 13.88 $ -78�T $ $100z7148190 1Y6 $ *1152 4582 TOTAL AMOUNT FOR THIS CHANGE ORDER PROPOSAL $ 1O�� This change proposal only includes costs that can be identified at this time. This charoposal does not incld any amount for changes in the sequence of wor, delaysdisruptions, rescheduling, extended overhead, acceleration or impact costs. Johansen Mechanical expressly reserves the right to address any and all of these and related items of cost prior to final settlement of the contract. Adept Mechanical Services, INC P.O. Box 5056 Kent, Washington 98064 Phone: (253) 850-8518 Fax: (253) 850-8910 PCO #011 Project: 1904 - Tukwila Fire Station #51 17951 Southcenter Parkway Tukwila, Washington 98188 Prime Contract Potential Change Order #01'(: Pneu atic Cylinder Vise Connection TO: Johansen Mechanical, Inc. FROM: Adept Mechanical Services, INC 20109 144th Ave NE P.O. Box 5056 Woodinville, Washington 98072 Kent, Washington 98064 PCO NUMBER/REVISION: 011 / 0 CONTRACT: 1 - Tukwila Fire Station #51 Prime Contract REQUEST RECEIVED FROM: Shelton Burr (Adept Mechanical Services, CREATED BY: Marisa Payton (Adept Mechanical Services, INC) INC) STATUS: REFERENCE: Pending - In Review FIELD CHANGE: No LOCATION: SCHEDULE IMPACT: CREATED DATE: 5/29/2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: TOTAL AMOUNT: Amount Based No $1,469.00 POTENTIAL CHANGE ORDER TITLE: Pneumatic Cylinder Vise Connection CHANGE REASON: Client Request POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) Per RFI #134, Adept is purchasing and installing a PRV, filters, and associated fittings for a pneumatic cylinder vise connection. ATTACHMENTS: 1904 COP 011 Vise Connection.pdf_ SIGNATURE Adept Mechanical Services, INC Johansen Mechanical, Inc. 20109 144th Ave NE Woodinville, Washington 98072 $1,259.63 Adept Mechanical Services, INC PO. Box, 5056 Kent, Washington 98064 DATE SIGNATURE DATE SIGNATURE page 1 of 1 Printed On: 5/29/2020 10:49 AM DATE Cost Code Description Type Amount 1 001 - Labor -600 -Piping Systems Labor.640- Compressed Air, labor - Installation Labor Other $874.24 $879:00 2 000- ODJC-018-Supervision - . Supervision Other -5132:00 002 - Materials -600 -Piping Systems Materiai:640-Compressed Air; material -.. Materials Other $210.00 4 000- ODJC-020-Small Tools -. Small Tools Other —$35:00 Subtotal: $1084.24$1;256:00 Standard Markup: = 14.97% Applies to all line item types. $1 53.6 $188;00 Insurance: =1.25%Applies to all line item types. $1 5.72 B&O: = 0.48% Applies to all line Item types. $6,07 --87:00 Grand Total: -$1;469:00 SIGNATURE Adept Mechanical Services, INC Johansen Mechanical, Inc. 20109 144th Ave NE Woodinville, Washington 98072 $1,259.63 Adept Mechanical Services, INC PO. Box, 5056 Kent, Washington 98064 DATE SIGNATURE DATE SIGNATURE page 1 of 1 Printed On: 5/29/2020 10:49 AM DATE TAde Methenical Si General ertrectin P.O. Box 5056 Kent, WA 98064 P: 253-850-85181F: 253-850-8910 COP Subcontractor Breakdown Summary Project Name: Tukwila Fire Station #51 Project No. 1904 Source Documents: RFI 134 Contractor: Johansen Adept Ref. No. Customer COP No. 011 Date: 6128/2020 Description: Purchase and installation of PRV, filters, and associated fittings for the pneumatic cylinder vise connection. 1. CRAFT LABOR COSTS Itemize all costs on attached COP Cost Breakdown fortn. Direct Labor Costs: crew foreman lead foreman a. b. c. d. e. $ 879.42 ti DIRECT LABOR SUBTOTAL $ 879.42 Supervision: direct supervison (NTE 15% of la) safety (NTE 2% of lines la, b, & c) 2. MATERIAL COSTS a. material costs b. freight costs (itemize) 3. EQUIPMENT COSTS a. owned equipment (per spec approved source) b. rental equipment (per invoices attached) 4. SMALL TOOLS a. small tools (NTE 4% of la & b) Small tools markup is covered by the 15% allowable markup per the prime contract. This markup should be removed. - WB.LCI 5. OVERHEAD & PROFIT a. NTE 15% portion of 1, 2, 3, & 4 up to $50,000 b. NTE 15% portion of 1, 2, 3, & 4 in excess of $50,000 6. SUB -SUBCONTRACTORS a. b. c. d. 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS a. NTE 15% of Line 6 up to $50,000 for each sub b. NTE 15% of Line 6 in excess of $50,000 for each sub $ $ +31,91- 209.83 35.18 188:40 $153.60 Wage Rate F-1 Foreman w/Truck @ $109.28 for 8hrs should be a total of $874.24 - WB/LCI Supervision costs need to be quantified in hours if direct supervision was present onsite for this work. I believe this was Tim alone doing this work so this should be removed. - WB/LCI 1. CRAFT LABOR COSTS $ $874.24 2. MATERIAL COSTS $ 210.00 3. EQUIPMENT COSTS $ 4. SMALL TOOLS $ SUBTOTAL 1 thru 4 1,25600- $1084.24 5. OVERHEAD & PROFIT $ 188:00 $153 60 6. SUB -SUBCONTRACTORS $ 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS $ 8. INSURANCE a. payroll driven liability insurance % of 1 $ b. volume driven liability insurance 1.27 % of 1-7 18:34- $15.72 9. BOND a. B&O Tax 0.48 % of 1-8 $ 708 $6,07 b. WSST 8.0% % of 4 $ - c. Permits Form Revised 01/01/2016 Adept Master COP Form Page 1 of 2 8. INSURANCE $ 18:00 $15.72 9a. B&O $ -700 $6.07 9b. WSST $ 9c. $ TOTAL COST ti -469.00- $1259.63 Issued 5/2912020 COP Cost Breakdown CO ce) Lc)ri 1:4 0 0 it) WI 0 CO 0 ' Lc) Customer COP No. Tukwila Fire Station #51 roject Name: Adept Ref. No. (or) iZ c t‘s 3 c 0 1— -) co u) co 0 09 Z ° Ct) g 0 To 1.— 0 tz $874.24 I 0 0 . o (0 co co a) °I- to 41 col co 0.. Equipment 11 Cost Rental Unit $ lii a) ., co 2 Cost co 0 0 CO r ft co co CT) "zr el co 0 0 CS) Urt$ $ - 0 a ci o $ 49.83 Labor 17; o 0 $874,24 $ 879.42 1, $ 87942 I) ,.. co —w c :DI,' 11111111 Form Revised 02J0512013 0 m 0 r r Description Installaton Labor Wilkerson C18-03-FKGO Regulator/Filt Pipe and Fittings Labor Subtotal. I1 Total Cost of Work Issued 5/29/2020 Adept Master COP Form Issued 5/29/2020 Adept Master COP Form Catalog 9EM-TK-190-1 Combination C18 C18-03-FKGO Features • Components Integrated into Single Unit • Modern Design and Appearance • Light Weight, Ready -to -Mount Assembly Comes Standard with Pressure Gauge and Modular T -Bracket / Joiner Assembly • High Flow Capacity • Quick -Disconnect Bowl / Bowl Guard • Joiner Assembly / Connector Patent No. 5,383,689 D 2.80 (71) (71) Use 3/8" or 10mm ex Tubing Bowl F .19 (4 mm) I Removal t I.D. Tube -.IL-- Clearance Barb Fitting Automatic Drain Dimensions Manual Drain = "Most Popular" Specifications Flow Capacity* 1/4 110 SCFM (48.1 dm3/s) 3/8 160 SCFM (48.1 dm3/s) 1/2 160 SCFM 08.1 dnn3/s) Gauge Port (2 ea.) Maximum Supply Pressure NPT BSPP-G 1/4 Plastic Bowi 150 PSIG (10.3 bar) Metal Bowi 250 PSIG (17.2 bar) Operating Temperature Port Size Standard Filtration Plastic Bowl 32° to 125°F (0° to 52°C) Metal Bowl 32° to 150°F (0° to 65.5°C) NPT / BSPP-G 1/4, 3/8, 1/2 Micron 5 Useful Retention oz. (cm3) Filter 1.72 (50.9) Lubricator 4.09 (121) Weight Ib. (kg) 4.04 (1.83) • Inlet pressure 150 PSIG (10.3 bar). Secondary pressure 90 PSIG (6.2 bar). "F" Series Filters, Type "A" 5 micron elements: All Wilkerson Type "A" 5 micron elements meet or exceed ISO Class 3 for maximum particle size and concentration of solid contaminants. Materials of Construction Body Zinc Bonnet / Knob Nylon / Acetal Bowls Plastic Bowl Metal Bowl Polycarbonate Aluminum Diaphragm Assembly Filter Element Nitrile / Zinc Polyethylene Seals Plastic Bowl Nitrile Metal Bowl Nitrile Sight Dome Polycarbonate Sight Guage Springs Metal Bowl Main Regulating Valve Polyamide (Nylon) Steel Stainless Steel Suggested Lubricant Airline Oil F442001 Valve Brass / Nitrile Models Inches (mrn) A B C D E F G H J Ji Standard Unit with Gauge 7.77 4.69 3.66 2.57 8.35 1.62 3.25 1.62 2.53 2.70 C18-XX-FKGO (197) (119) (93) (65) (212) (41) (83) (41) (64) (69) Standard Unit with Automatic Drain and Gauge 7.77 4.46 3.66 2.57 8.12 1.62 3.25 1.62 2.53 2.70 C18-XX-FGGO (197) (113) (93) (65) (206) (41) (83) (41) (64) (69) With End Blocks 10.45 (265) - - - - 3.87 (98) - WILKERSON' 90 Pneumatic Division Richland, Michigan www.wilkersoncorp.com Catalog 9EM-TK-190-1 Note: For Kits and Repair Parts, see individual pages for Filters, Regulators, and Lubricators. A\WARNING Product rupture can cause serious injury. Do not connect regulator to bottled gas. Do not exceed maximum primary pressure rating. CAUTION: REGULATOR PRESSURE ADJUSTMENT — The working range of knob adjustment is designed to permit outlet pressures within their full range. Pressure adjustment beyond this range is also possible because the knob is not a limiting device. This is a common characteristic of most industrial regulators, and limiting devices may be obtained only by special design. For best performance, regulated pressure should always be set by increasing the pressure up to the desired setting. Inlet Pressure = 150 PSIG (6.9 bar) C18-03-FKOO 0 50 100 150 SCFM 0 1 I I 20 40 60 AIR FLOW RATE Ordering Information BO dm3/s SECONDARY PRESSURE SECONDARY PRESSURE 7.0 — 6.0 — 5.0 — 4.0 — 3.0- 2.0 1.0 — o 100 0 60 40 20 Combination C18 = "Most Popular" C18-02-FKOO —I Inlet 1 Pressure = 150 PSIG (6.9 I bar) Metal Bowl / Sight Gauge / Without Gauge 0 to 125 PSI (0 to 8.6 bar) Plastic Bowl / Bowl Guard / With Gauge With End Blocks 0 to 125 PSI (0 to 8.6 bar) Manual Drain 1/4 C18-02-FKG0 C18-02-FKOO C18-02-FLGO C18-02-FLOO C18-02-FKBG 3/8 C18-03-FKG0 C18-03-FKOO C18-03-FLGO C18-03-FLOO C18-03-FKBG 1/2 C18-04-FKG0 C18-04-FKOO C18-04-FLGO C18-04-FLOO C18-04-FKBG Automatic Drain 1/4 C18-02-FGGO C18-02-FG00 C18-02-FHGO C18-02-FHOO C18-02-FGBG 3/8 C18-03-FGGO C18-03-FGOO C18-03-FHGO C18-03-FHOO C18-03-FGBG 1/2 C18-04-FGGO C18-04-FG00 C18-04-FHGO C18-04-FHOO C18-04-FGBG 1 1 0 10 20 30 40 50 AIR FLOW RATE 60 dm3/s M C 8-04-FKOO Inlet Pressure= 150 PSIG (6.9 bar) 50 100 150 SCFM 0 20 40 60 BO dm3/s AIR FLOW RATE Model Type Port Size Plastic Bowl / Bowl Guard / With Gauge 0 to 125 PSI (0 to 8.6 bar) Plastic Bowi / Bowl Guard / Without Gauge 0 to 125 PSI (0 to 8.6 bar) Metal Bowi / Sight Gauge / With Gauge 0 to 125 PSI (0 to 8.6 bar) Metal Bowl / Sight Gauge / Without Gauge 0 to 125 PSI (0 to 8.6 bar) Plastic Bowl / Bowl Guard / With Gauge With End Blocks 0 to 125 PSI (0 to 8.6 bar) Manual Drain 1/4 C18-02-FKG0 C18-02-FKOO C18-02-FLGO C18-02-FLOO C18-02-FKBG 3/8 C18-03-FKG0 C18-03-FKOO C18-03-FLGO C18-03-FLOO C18-03-FKBG 1/2 C18-04-FKG0 C18-04-FKOO C18-04-FLGO C18-04-FLOO C18-04-FKBG Automatic Drain 1/4 C18-02-FGGO C18-02-FG00 C18-02-FHGO C18-02-FHOO C18-02-FGBG 3/8 C18-03-FGGO C18-03-FGOO C18-03-FHGO C18-03-FHOO C18-03-FGBG 1/2 C18-04-FGGO C18-04-FG00 C18-04-FHGO C18-04-FHOO C18-04-FGBG Options - To order an option supplied with the unit model, add the appropriate coded suffix letter in the designated position of the model number. WILKERSON° 91 Pneumatic Division Richland, Michigan www.wilkersoncorp.com LYD1G RECEIVED Dec 18 2019 WEINSTEIN A+U LLC Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #134 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Plumb - Compressed Air Clarifications TO: DATE INITIATED: LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: TBD DRAWING NUMBER: M401, A618 LINKED DRAWINGS: RECEIVED FROM: COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Jose Lorenzo Torres (Weinstein A+U), Kiel Lunsford (Lydig Construction, Inc. - Bellevue Off), Emma Nowinski (Weinstein A+U), Tom Pitman (Lydig Construction, Inc. - Bellevue Off), Lauren Rock (Weinstein A+U), John Thompson (Lydig Construction, Inc. - Bellevue Off), David White (Lydig Construction, Inc. - Bellevue Off), Thayer Wild (Weinstein A+U) Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein Ai -U) Emma Nowinski (Weinstein A+U) 12/18/2019 Ivy LeVangie (JOHANSEN MECHANICAL, INC.) FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: David White (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Open 12/25/2019 TBD Question from David White (Lydig Construction, Inc- - Bellevue Of) at 07:29 AM on 12/18/2019 Locations of a hose reel and compressed air connectors are needed to complete rough in. On the attached M401, 6 compressed air connectors are clouded in green. Four of these connections are shown in the App bay, and one in each air lock. 1. Please provide dimensions to locate each of these connections. On the attached A618, a hose reel is shown on the east wall of SCBA 137, but a dimension is not provided to locate the hose reel. 2. Please provide dimensions to locate the hose reel in SCBA 137. Attachments: RFI 134 - Compressed Air Clarcations.pdf Awaiting an Official Response All Replies: 1. Please see dimensions added to sheet A615 and A617. Provide hose reels in App Bay, as scheduled. Do not provide hose reels in Airlocks, provide compressed air connection as dimensioned only, Owner will provide and connect coiled hose. 2. See dimensions added to sheet A618 and M401 for hose reel location in SCBA Room. Please provide wall -mounted Cox -Reel EZ -SG with 25hose in lieu of scheduled hose reel, at this location only. 3. Please add a compressed air connection the the pneumatic cylinder vise (cut sheet attached for reference). This needs to be 140 psi max. See location and details on A618 and revised M001, M401 an M903. Roa, VVeinstein A+U 102020 BY Lydig Construction, Inc. DATE Page 1 of 1 COPIES TO Printed On: 12/18/2019 07:29 AM 51.10.1530 Nritil n+VN gl&N e M §\,� .:._ ; ■■ im kil§ �!]! CID CD 4E) fl+VN1315N113M fID °"'""'s'"' fl +VN1315N13AA 2 2 2 2 t ri. i it:El A u : -,.,- , EN ill P:i• i sag .1 t hi li 3 i i .., 1 gg l',2 g gN CID """"° """' "u"ii""v fl +V N 1315 N 13 M 3 CID :33N9IS3QNYB fl+SU33PNOEV fl+V N 1315 N 13M 3 E .r 3 ran E ran n+vN131SNIRM -11 :au 1 Him i if i if i ASA ' 6 gm gA lg e 5g ^ 0 X . ! gx i IN 5 e • A r ' d Y x X a 1 i 5 . : '6 1 E q 0 , 2 GENERAL NOTES ; ' 6 gm gA lg e 5g ^ 0 X . ! gx i IN 5 e • A r ' 4.1 V 0 Y x X a 1 i 5 . : '6 1 E q 0 , 2 ' ' . 6 ' P a .. a i 2 i . •b4 ' 4 - - g "11 vg ;.; 6 I :''...:?,:...32.! v g ig 1 :" i 44 a 5 6 a i 6 1 95;g5ry a ' 5 m 1 1 1 LOI g 0 i i i 1 I 1 i g 1 g 1 0 . ii0 i Igu 1 1 5 5 Iffilig 1 g g LEGEND l' 2 I I 2 I 1 V rE g 5 , 11h114""°11P 551 i ' 11 2 gi I 1.1M01 II 1 I P g 11 E P il 1 52 h Ii15 5 i 1 h /1/ g 5 4 2 41 i''' H 555i55 6 5 ,M I / / g 1 ilz 1 ' il g 2 t .ZAAR 1 Pg 5 5 !I t P ii I: 1 fi t 1 1 i a s N 1 5v:9551155M 2"V.'MEMig4,1,,,,t7" "11 D 11111111111111111111 ilITIMIlli - A ; : i , 11 ' d d P i ; 55 2 g : 5q 6 I 1 0 1 Cr' i 1 t 1 2 ABBREVIATIONS 1 1 1 1 t g g 9 1 1g i 1 i e I g 00122 4'F2 n 1 gi Eh 1 ' g a' i gilh W 1U i g1 . ; '3311 ; - Ng _ ihgg aRti - ii !WHOOP i :I 1 i g i wEsiihd igiheggelidgeggAand.66E2BE§ELEEeEggiiitothdlawhgPIE....11F.APPguwimgaisidEgergwiggagthEAageggREggt.sg.1:10wilil V 454-155.11,4551, MUM 5,00$ 551.155,5.9 .d rad grmarmen g 4 51.10153a Ntlinin ri+VN1311SN13NO, Imo= _ . Nat, 1Vo s 14. uP11-155.1195.11-10daletaws,.•.,..411110,111M9VtelMATIV 6 CB CID :NW 1 MIN A G '' 1 V i V W 11 I writstaimss.• 'sum .os 1111:4f P1.1101110V91.64 CB PIPE SUPPORT TRAPEZE DE 4ID n+v N1315 NI3AA CID E01.11PE4ENT 1,4NOVATPFIS A DIVISION OF GETZ FIRE EOUIPMENT GETZ EQUIPMENT INNOVATORS PART NO.: 3G58634 MODEL: BV 101 P PNEUMATIC BELT VISE BELT VISE PART NO.: 3G58634 TABLE OF CONTENTS PAGE # 1 SPECIFICATIONS AND REQUIREMENTS 2 SET-UP AND OPERATION PROCEDURE 3 PARTS LIST 4 SCHEMATIC 5 SCHEMATIC 6 SCHEMATIC 7 TROUBLE SHOOTING SPECIFICATIONS AND REQUIREMENTS SPECIFICATIONS: HEIGHT - 38 INCHES (96.5 cm) WIDTH — 16.75 INCHES (42.5 cm) LENGTH — 27.25 INCHES (69 cm) WEIGHT- 130 LBS (59 Kg) SHIPPING WEIGHT - 154 LBS (70 Kg) SHIPPING CONTAINER SIZE: HEIGHT — 41.75 INCHES (106 cm) WIDTH — 18.5 INCHES (47 cm) LENGTH — 31.5 INCHES (80 cm) REQUIREMENTS: AIR SOURCE 1. CO2 VAPOR 2. NITROGEN 3. COMPRESSED AIR MAXIMUM CYLINDER HOLDING DIAMETER: 012 INCHES (30 cm) OPTIONAL EQUIPMENT: 3G59407 -KIT ROLLER VISE: ALLOWS VISE TO ACCOMMODATE CYLINDERS UP TO 16 INCHES. 1G51957 -SLIP JOINT DEVALVING WRENCH "CAUTION" 1. THIS BELT VISE MUST HAVE A REGULATED AIR SOURCE OF NO MORE THAN 140 P.S.I. 2. OPERATOR MUST KEEP HANDS CLEAR OF THE BELT WHEN OPERATING THIS VISE. 3. OPERATOR MUST WEAR SAFETY GLASSES WHEN OPERATING THIS VISE. 1 SET-UP AND OPERATIONS REFER TO SCHEMATIC Step 1 - Locate the belt vise in an area where the operator will have acces to adjust the belt handle (item #20) and room to devalve the cylinder. Step 2 - After placement of the belt vise, bolt base plate to the floor with lag screw or bolts to secure the vise from moving when devalving cylinders. Step 3 - Remove the plastic connectr (item #19) from the yellow air line (item #7) and thread tape or place sealant on the male pipe threads. Step 4 - Screw the plastic connector (item #19) into the outlet port on your regulator and reconnect the yellow line (item #7) to the plastic connector (item #19). Step 5 - Push the air control valve handle (item #5) down and set your regulator min. — 100 PSI to. — 140 PSI. Step 6 - Remove the belt handle (item #20) from the slots in the belt vise and adjust the horse shoe (item #4) in the proper holes for the size of cylinder being devlaved. Step 7 - Place the cylinder to be devalved on top of the horse shoe (item #4) of for larger cylinders, remove the horse shoe (item #4) and place the cylinder in the front V of the belt vise. Step 8 - Reinsert the belt handle (item #20) back into the farthest slot on the vise that can be reached. Step 9 - Remove hands from belt on vise and pull up on air control valve handle (item #5). Step 10 - After making sure no pressure is in the cylinder being devalved, place your devalving wrench on the cylinder valve and screw the valve ou of the cylinder. Step 11 - Push down on air control valve handle (item #5( while holding onto the cylinder, and remove the belt handle (item #20) from the slot in belt vise and remove the cylinder. Step 12 - Follow step #6 through Step #11 on other cylinders. 2 PARTS LIST NO. PART # DESCRIPTION QTY 1 1G51835 STAND PEDESTAL ONLY 1 2 1G51725 PLATE RESTRAINING BELT 2 3 1G58512 BELT 33 WRAP AROUND ONLY 1 4 1G51411 HORSE SHOE 1 5 3G59484 VLV PUSH/PULL PARKER W/KNOB 1 6 1G51230 CONNECTOR PLAS 3/8 MPT X 1/4 TUBE 2 7 1G0047 MTL NYCOIL 1/4 YL 10 FT 8 1G0047 MTL NYCOIL 1/4 YL 1 FT 9 1G0047 MTL NYCOIL 1/4 YL 1 FT 10 1G51717 PLATE BACKING BELT 1 11 1G51548 ANGLE HOLDING BELT 1 12 1G0397 CYL SMC FOR BELT VISE 1 13,22,23 1G54432 MOUNT CLEVIS CYL SMC 1 14 1G51791 SCREW SOCKET 1/2 X 2 1 15 3G58582 PAD CYL 1 16 1G51142 BOLT ELEVATOR 1/4 X 1 6 17 GRADE 5 BOLT HEX HEAD 1/4 X 1 4 18 1G51286 DECAL PANEL VISE 1 19 1G0136 CONNECTOR PLAS 1/4 MLX 1/4 TUBE 1 20 1G51378 HANDLE BELT 1 21 1G51878 TRAY TOOL 1 24 1G51583 NUT MOUNTING VALVE 1 WRAP AROUND BELT w z U PAGE 5 IDi1m m- m121D.L_ ' eoy W S W A GoLw ❑ H S ❑ 0 L z� 0 0 0 0 HORSE SH❑E IN PLACE PAGE 6 PROBLEM 1) Vise isn't holding cylinder 2) Air leak in control valve 3) Air leak in air cylinder body 4) Air blows out exhaust post on air valve continuosly 5) Belt broken, worn, or torn 6) Bent air cylinder shaft TROUBLESHOOTING SOLUTION 1) a. Adjust pressure to 100-140 PSI b. Check for air leaks & repairs 2) Replace valve — P/N: 3G59484 3) Repair air cylinder cylinder P/N: 1G0397 4) Repair air cylinder cylinder P/N: 1G0397 5) Replace belt — P/N: 3G58512 Replace belt assembly — P/N:3G58514 6) Replace air cylinder — P/N: 53235 & install belt roller kit — P/N: 3G59407 Use the following kit for general service and maintenance — P/N: 3G58895 7 City of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 Agreement Number: 18-001 (aa) CONTRACT FOR SERVICES Amendment No. 27 Between the City of Tukwila and Lydig Construction. That portion of Contract No. 18-001 between the City of Tukwila and Lydig Construction is hereby amended as follows: Section 1 Project Designation: The Consultant is retained by the City to perform preconstruction services in connection with the project titled Tukwila Public Safety Plan, Fire Station 51, Fire Station 52, and Fire Station 54 sites. Section 2 Scope of Services: The Consultant agrees to perform the services, identified on Exhibit "A" attached hereto, including the provision of all labor, materials, equipment and supplies. Section 4 Payment: The Consultant shall be paid by the City for completed work and for services rendered under this Agreement as follows: Payment for the work provided by the Consultant shall be made as provided on Exhibit "A" attached hereto, provided that the total amount of payment to the Consultant shall not exceed $351,089.46 (including estimated expenses) without express written modification of the Agreement signed by the City. The total amount of this amendment credit is —$20,910.54 split between the three Fire Station Projects (-$51.43 from Fire Station 51. -$401.25 from Fire Station 52, and -$20,457.86 from Fire Station 54). All other provisions of the contract shall remain in full force and effect. Dated this 22nd day of September , 2020 CITY OF TUKWILA eSictredel ..41, SeamlessDees.com G-lieleue &6e/g Key: A.ole11,1:90,8_331,17711,,238ece.166 CONTRACTOR Allan Ekberg, Mayor 09/22/2020 Printed Name: Craig Greene ATTEST/AUTHENTICATED APPROVED AS TO FORM 651encel Vie SeaMleeesbeeKcern CAA c:cr 67/€61-te/c9, Key: le1e13,[723:32700dcle<Yelee0002.3be Christy O'Flaherty, MMC, City Clerk CA Revised December 2016 eSleneel SoareleseDoce.corn c„.&42jte: (1$24r/tee Key: 0c3fleleb52201,70702.01121,003P11.2 Office of the City Attorney Page 1 of 1 LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 EXHIBIT A PLCO #001 Project: 30110-43 - Tukwila Fire Stations 51, 52 and 54 6200 Southcenter Boulevard Tukwila, Washington 98188 Phone: 2064331800 Fax: N/A Prime Contract Change Order #001: Return Remaining Preconstruction Funds to CoT TO: City of Tukwila FROM: Lydig Construction, Inc. - Bellevue Office 6200 Southcenter Boulevard 3180 139th Ave SE - Suite 110 Tukwila, Washington 98188 Bellevue Washington 98005 DATE CREATED: 5/ 20 /2020 CREATED BY: Weston Blackburn (Lydig Construction, Inc. - CONTRACT STATUS: Pending - In Review REVISION: DESIGNATED REVIEWER: REVIEWED BY: REVIEW DATE: DUE DATE: INVOICED DATE: SCHEDULE IMPACT: CONTRACT FOR: DESCRIPTION: CE #004 - Return Remaining Preconstruction Funds to CoT Preconstruction work completed. Remaining funds to be returned to City of Tukwila ATTACHMENTS: PAID DATE: EXECUTED: 1:Tukwila Fire Stations 51, 52 and 54 Prime TOTAL AMOUNT: Contract Bellevue Of) 0 No ($20,910.54 POTENTIAL CHANGE ORDERS IN THIS CHANGE ORDER: PCO # Title Schedule Impact Amount 001 Return Remaining Preconstruction Funds to CoT Subtotal: (20,910.54) TOTAL: ($20,910.54) CHANGE ORDER LINE ITEMS: PCO # 001 : Return Remaining Preconstruction Funds to CoT The original (Contract Sum) Net change by previously authorized Change Orders The contract sum prior to this Change Order was The contract sum would be changed by this Change Order in the amount of The new contract sum including this Change Order will be The contract time will by this Change Order by Emma Nowinski (Weinstein A+U) 2200 Western Ave #301 Seattle Washington 98121 SIGNATURE Lydig Construction, Inc. City of Tukwila 6200 Southcenter Boulevard Tukwila Washington 98188 $372,000.00 $ 0.00 $372,000.00 ($20,910.54) $351,089.46 Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington 98005 DATE SIGNATURE DATE SIGNATURE DATE page 1 of 1 Printed On: 5/20/ 2020 04 :54 PM Description Amount 1 Retum Remaining Funds to CoT (520,910.54) Subtotal: (520,910.54) Grand Total: (520,910.54) The original (Contract Sum) Net change by previously authorized Change Orders The contract sum prior to this Change Order was The contract sum would be changed by this Change Order in the amount of The new contract sum including this Change Order will be The contract time will by this Change Order by Emma Nowinski (Weinstein A+U) 2200 Western Ave #301 Seattle Washington 98121 SIGNATURE Lydig Construction, Inc. City of Tukwila 6200 Southcenter Boulevard Tukwila Washington 98188 $372,000.00 $ 0.00 $372,000.00 ($20,910.54) $351,089.46 Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington 98005 DATE SIGNATURE DATE SIGNATURE DATE page 1 of 1 Printed On: 5/20/ 2020 04 :54 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 EXHIBIT A PCO #001 Project: 30110-43 - Tukwila Fire Stations 51, 52 and 54 6200 Southcenter Boulevard Tukwila, Washington 98188 Phone: 2064331800 Fax: N/A Prime Contract Potential Change Preconstruction Order #001: Return Remaining Funds to CoT TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 001 / 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 1 - Tukwila Fire Stations 51, 52 and 54 Prime Contract Weston Blackburn (Lydig Construction, Inc. - Bellevue Off) 5/20 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING METHOD: Amount Based PAID IN FULL: No TOTAL AMOUNT: ($20,910.54) POTENTIAL CHANGE ORDER TITLE: Return Remaining Preconstruction Funds to CoT CHANGE REASON: Internal Change POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract /s Changed As Follows) CE #004 - Return Remaining Preconstruction Funds to CoT Preconstruction work completed. Remaining funds to be returned to City of Tukwila. ATTACHMENTS: 30110 Final Final Precon Invoice 5-20-2020.odf Owner Signature Date Lydig Construction, Inc. page 1 of 1 Printed On: 5/20/2020 04 :42 PM Cost Code Description Type Amount 1 01-904-01-- Preconstruction Services Retum Remaining Funds to CoT Labor (520,910.54) Subtotal: ($20,910.54) Grand Total: ($20,910.54) Owner Signature Date Lydig Construction, Inc. page 1 of 1 Printed On: 5/20/2020 04 :42 PM ILY D 10 11001 E. Montgomery Drive Spokane, WA 99206 BILL TO: City of Tukwila 15212 NE 95th Street Redmond, WA, 98052 EXHIBIT A RE: Tukwila Fire Stations 51, 52 & 54 Precon and 54 Demo Sales Tax Rate: 10.00% INVOICE NUMBER 30110 INVOICE DATE May 20, 2020 PO ORDER NO. CONTRACT # TAX ID # 91-0672331 PERIOD 12/31/2018 - 2/24/2020 DESCRIPTION Total Completed From Previous Amount Due Preconstruction Services Professional Personnel Work performed includes Schematic Design budgeting; Value Engineering/Constructability Fire Station 51 Preconstruction QTY Rate Total Completed From Previous Amount Due Project Executive - Craig Greene $ 114.18 - $ - $ - Chief Estimator - Tim Cased 289 $ 108.05 31,226.45 $ 33,387.45 $ (2,161.00) Project Superintendent - Tom Pitman 599 $ 90.49 54,203.51 21,717.60 32,485.91 Project Superintendent - John Paul 72 $ 90.49 $ 6,515.28 6,515.28 $ - 40 $ 72.83 - $ 67.61 14,738.98 14,062.88 Senior Estimator- Dan Deymonaz 218 676.10 Senior Estimator- Jeremiah Gilliam 62 $ 67.61 4,191.82 $ 4,597.48 (405.66) Diversity Manager- Dee Riley $ 51.81 $ - $ - - Project Engineer -Weston Blackbum 40 $ 44.26 1,770.40 $ - 1,770.40 Estimating Support- Max Barton 10 $ 38.56 $ 385.60 - $ 385.60 Estimating Support- Nick Smith 5 $ 38.56 $ 192.80 192.80 $ - Estimating Support - Anthony Tassielli 100 $ 38.56 3,856.00 - $ 3,856.00 Estimating Support- Jamie Defranco 126.5 $ 29.48 3,729.22 3,434.42 294.80 Third Party Constructibility Review 12,780.40 $ - 12,780.40 Estimating Costs 01-902-01 $ 215.41 268.31 $ (52.90) Preconstruction Material Expenses 01-904-01 3,347.96 600.14 2,747.82 Consultant / Designer Fees 01-944-01 $ 5,486.91 $ 3,501.77 $ 1,985.14 Printing Costs 01-956-01 3,848.52 $ 1,525.35 $ 2,323.17 Auto Allowance 01-108-01 2,396.35 $ - 2,396.35 Fuel Costs 01-806-01 161.77 $ - 161.77 GLI 0.495% $ 507.60 444.53 $ 63.07 B&O Tax $ 393.59 $ - $ 393.59 FS 51 Subtotal subtotal $ 149,948.57 $ 90,248.01 $ 59,700.56 Fire Station 52 Preconstruction QTY Rate Total Completed From Previous Amount Due Project Executive - Craig Greene $ 114.18 $ - $ - - Chief Estimator - Tim Casad 212 $ 108.05 $ 22,906.60 $ 22,906.60 Project Superintendent - Tom Pitman 204 $ 90.49 $ 18,459.96 $ - 18,459.96 Project Superintendent - Don Lehman 224 $ 90.49 $ 20,269.76 $ - 20,269.76 Assistant Superintendent - Bryce Marion 85 $ - $ - $ - 40 $ 72.83 $ $ - $ 67.61 11,426.09 $ - Senior Estimator- Dan Deymonaz 169 $ 11,426.09 Senior Estimator - Jeremiah Gilliam 54 $ 67.61 3,650.94 $ 3,650.94 Diversity Manager- Dee Riley $ 51.81 - - - Project Engineer - Alex Carey 332 $ 44.26 $ 14,694.32 $ - $ 14,694.32 Project Engineer- Brad Lane 4 $ 44.26 $ 177.04 $ 177.04 Estimating Support - Anthony Tassielli 100 $ 38.56 $ 3,856.00 $ - $ 3,856.00 Estimating Support- Jamie Defranco 112 $ 29.48 $ 3,301.76 $ - $ 3,301.76 Third Party Constructibility Review $ 10,543.60 $ 10,543.60 Estimating Costs 01-902-01 - $ - $ - Consultant/ Designer Fees 01-94401 4,488.75 $ - $ 4,488.75 Printing Costs 01-956-01 $ 3,148.78 $ - 3,148.78 GLI 0.495% $ 115.34 $ - 115.34 B&O Tax 322.03 $ - 322.03 EXHIBIT A DESCRIPTION Total Completed From Previous Amount Due Masonry Mockup $ 1,533.18 100% $ 1,533.18 $ - $ 1,533.18 Site Preparation for Ribbon Cutting $ 2,019.60 100% $ 2,019.60 $ - $ 2,019.60 Howard Lieberman Consulting $ 3,685.00 100% $ 3,685.00 $ $ 3,685.00 FS 52 Subtotal subtotal $ 124,598.75 $ - $ 124,598.75 Scheduled Fire Station 54 Demolition Value % Complete Total Completed From Previous Amount Due Project Superintendent- Rob Marvin 40 $ 90.49 $ 3,619.60 $ - $ 3,619.60 Project Superintendent - Tom Pitman 1 $ 90.49 $ 90.49 $ - $ 90.49 Auto Allowance 01-108-01 $ 1;960.65 $ - $ 1,960.65 Fuel Costs 01-806-01 $ 132.35 $ - $ 132.35 Preconstruction Material, Expenses 01-904-01 $ 2,741.05 $ - $ 2,741.05 Summary Requirements $ 4,361.00 100% $ 4,361.00 $ 4,361.00 $ - Temporary Facilities and Controls $ 3,879.00 100% $ 3,879.00 $ 954.00 $ 2,925.00 Temporary Services $ 1,704.00 100% $ 1,704.00 $ 1,704.00 $ - Demolition $ 32,875.00 100% $ 32,875.00 $ 32,875.00 $ - Site Remediation $ 10,006.00 100% $ 10,006.00 $ 10,006.00 $ - Earthmoving $ 2,784.00 100% $ 2,784.00 $ 2,784.00 $ Irrigation and Planting $ 4,826.00 100% $ 4,826.00 $ 4,826.00 $ - Utilities $ 1,200.00 100% $ 1,200.00 $ 1,200.00 $ - Contingency $ 3,080.00 100% $ 3,080.00 $ - $ 3,080.00 GLI 354.00 100% $ 354.00 $ 321.15 $ 32.85 Fee $ 2,929.00 100% $ 2,929.00 $ 2,656.40 $ 272.60 FS 54 Demo subtotal $ 67,998 113% $ 76,542 $ 61,687.55 $ 14,854.59 Total Due for Work Performed $ 351,089.46 $ 151,935.56 $ 199,153.90 SUBTOTAL $199,153.90 TAX $19,915.39 $219,069.29 PAY THIS AMOUNT Invoice Summary Description Current Billed Prior Billed w/o Total Billed w/o Contract Amount w/o tax tax tax Remaining FS 51 Preconstruction $59,700.56 $90,248.01 $149,948.57 FS 52 Preconstruction $124,598.75 $0.00 $124,598.75 FS 54 Demolition $14,854.59 $61,687.55 $76,542.14 Contract Total: $199,153.90 $151,935.56 $351,089.46 $372,000.00 $20,910.54